Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
C2023-054 - 3/28/2023 - Approved
DocuSign Envelope ID: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 0 °b�nnwo�Ay"v 1852 00 52 23 AGREEMENT This Agreement,for the Project awarded on March 28,2023,is between the City of Corpus Christi(Owner) and JE Construction Services, LLC (Contractor). Owner and Contractor agree as follows: ARTICLE 1—WORK 1.01 Contractor shall complete all Work as specified or indicated in the Contract Documents. The Work is generally described as: Trinity River Drive(FM 624 to Wood River Drive) Bond 2020 City Proiect No.21049 ARTICLE 2—DESIGNER AND OWNER'S AUTHORIZED REPRESENTATIVE 2.01 The Project has been designed by: Ardurra Group, Inc.(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 Engineering Services Department 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 120 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 150 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.21049—Trinity River Drive(FM 624 To Wood River Drive) Bond 2020 Rev 12/2021 DocuSign Envelope ID: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 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 $ 1,777,485.00 ARTICLE 5—PAYMENT PROCEDURES 5.01 Submit Applications for Payment in accordance with Article 17 of the General Conditions. Applications for Payment will be processed by the OAR as provided in the General Conditions. Agreement 005223-2 Project No.21049—Trinity River Drive(FM 624 To Wood River Drive) Bond 2020 Rev 12/2021 DocuSign Envelope ID: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 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.21049—Trinity River Drive(FM 624 To Wood River Drive) Bond 2020 Rev 12/2021 DocuSign Envelope ID: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 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.21049—Trinity River Drive(FM 624 To Wood River Drive) Bond 2020 Rev 12/2021 DocuSign Envelope ID: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 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.21049—Trinity River Drive(FM 624 To Wood River Drive) Bond 2020 Rev 12/2021 DocuSign Envelope ID: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 ARTICLE 10—CONTRACT DOCUMENT SIGNATURES ATTEST. CITY Of.CO�PUS CHRISTI DocuSigned by: Docu igned y: k '4/17/2023 4/17/2023 Rebecca Huerta Jeffrey Edmonds, P.E. City Secretary Director of Engineering Services M2023-044 AUTHORIZED 3-28-2023 APPROVED AS TO LEGAL FORM: BY COUNCIL DocuSigned by: ken Mc(ry«r 4/17/2023 Er-;/s is Assistant City Attorney ATTEST(IF CORPORATION) CONTRACTOR El uSigned by: vt�,f'r t' 4/11/2023 (Seal Below) By: Grant Dietze Note: Attach copy of authorization to sign if Title: Vice President person signing for CONTRACTOR is not President, Vice President, Chief Executive Officer, or Chief 7505 Up River Road Financial Officer Address Corpus Christi Texas 78409 City State Zip 361-289-2901 361-289-2904 Phone Fax grant@jecs.cc EMail END OF SECTION Agreement 005223-6 Project No.21049—Trinity River Drive(FM 624 To Wood River Drive) Bond 2020 Rev 12/2021 DocuSign Envelope ID: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 00 36 C:t BID Fara Project Name. Trinity River-FM 624'To Wood River(Bond 2020) Project Number. 21049 ................................................_._ .._., _.. _.. .._.._....._ _.....,_.. ,...__._.....__ ..._.._......._... . Owner: City of Corpus Chia isti ABn aea inemu Ardurra Group ......... .. By its signature below,Bidder accepts al of the terms and conditions of the Bad Acknowledgement,acknowledges receipt of all Addenda to the Bid and agrees,if this Bad 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: -' - . :. ............ �2r�N L (full legal mmomme of Bidder;' Si muatuuroaa (signature ofperson with authority to bind the Bidder) ...... ................................ Narneo 9 t (printed name a°fperson signing Bid Form) Tifle: _ _ (title of person signing Bao Form) Attest: , ... (signature) State of(Residency: _ _______ Federa� Tx 0 Address for Notices. .-...... .._ a Bid Forrn-Base Bid#1.(HMAt" Pavement) 00 30 01.- Page 1.of 8 "Irinity River-FM 624 To Wood river(Bond 2020)-21049 Rev 8/2019 DocuSign Envelope ID: D91 FB9A2-CD61-4DBA-8848-5239898EFDA6 to Wood River Drive)... Report Created On:2/15/2023 8:05:50 PM BID TOTALS BASE BID 1 HMAC Total PARTA- GENERAL $161,811.00 PART B-STREET IMPROVEMENTS $796,007.00 PART C-ADA IMPROVEMENTS $175,853.00 PART D- IT&TRAFFIC SIGNAL IMPROVEMENTS $143,745.00 PART E- DRAINAGE IMPROVEMENTS $68,518.00 PART F-WATER IMPROVEMENTS $355,154.00 PART G-WASTEWATER IMPROVEMENTS $76,397.00 Total $1,777,485.00 PART A- GENERAL No. Description Unit Qty Unit Price Ext Price Al Mobilization(5% Max. Part A) LS 1 $5,000.00 $5,000.00 A2 Bonds&Insurance AL 1 $20,000.00 $20,000.00 A3 Storm Water Pollution Prevention Plan LS 1 $2,500.00 $2,500.00 A4 Curb Inlet Protection EA 2 $180.00 $360.00 A5 Stabilized Construction Entrance EA 2 $3,000.00 $6,000.00 A6 Revegetation(St.Augustine Sod) SY 958 $12.00 $11,496.00 A7 Traffic Control Design By Professional LS 1 $19,000.00 $19,000.00 Engineer(ALL PHASES) DocuSign Envelope ID: D91 FB9A2-CD61-4DBA-8848-5239898EFDA6 to Wood River Drive)... Report Created On:2/15/2023 8:05:50 PM A8 Traffic Control Plan LS 1 $5,900.00 $5,900.00 Mobilization/Adjustments A9 Temporary Traffic Signal Design By LS 1 $14,500.00 $14,500.00 Professional Engineer A10 Temporary Traffic Signal LS 1 $26,000.00 $26,000.00 Implementation(ALL PHASES) A11 Traffic Control Items(Barricades,Signs, MO 5 $1,150.00 $5,750.00 &Traffic Handling) Al2 Low Profile Concrete Barriers(20') EA 5 $2,600.00 $13,000.00 A13 Electronic Message Board EA 2 $1,500.00 $3,000.00 A14 Arrow Message Board EA 1 $1,800.00 $1,800.00 A15 Message Boards(METRO Compact EA 1 $17,000.00 $17,000.00 Message Board) A16 Clear Right-Of-Way AC 1.5 $7,000.00 $10,500.00 A17 Ozone Action Day DAYS 5 $1.00 $5.00 Subtotal:$161,811.00 PART B-STREET IMPROVEMENTS No. Description Unit Qty Unit Price Ext Price B1 Mobilization(5% Max. Part B) LS 1 $38,600.00 $38,600.00 B2 Remove Existing Signs LS 1 $7,300.00 $7,300.00 B3 Remove Concrete Driveway SF 3526 $3.00 $10,578.00 B4 Street Excavation(1' B.O.C) SY 5341 $17.00 $90,797.00 B5 12"Compacted Subgrade w/top 8" SY 5341 $22.00 $117,502.00 Lime-Stabilized Subgrade(1' B.O.C.) B6 10"Crushed, Limestone Base(Type A, SY 5341 $43.00 $229,663.00 Grade 1-2)(1' B.O.C.) B7 Prime Coat(0.20 Gallons/SY) GAL 1068 $8.00 $8,544.00 B8 Seal Coat SY 5341 $7.00 $37,387.00 B9 3"Type'D' H MAC SY 4653 $36.00 $167,508.00 B10 Concrete Driveway SF 3364 $15.00 $50,460.00 B11 Combo Stop Sign(R1-1)/Street Name EA 2 $1,200.00 $2,400.00 Blades(Incl. Metal Pole and Triangular Slip Base) DocuSign Envelope ID: D91 FB9A2-CD61-4DBA-8848-5239898EFDA6 to Wood River Drive)... Report Created On:2/15/2023 8:05:50 PM B12 Speed Limit Sign(R2-1-30)(Incl. Metal EA 1 $910.00 $910.00 Pole and Triangular Slip Base) B13 No Trucks Sign(K-105-1)(Incl. Metal Pole EA 1 $880.00 $880.00 and Triangular Slip Base) B14 Two-Way Traffic Sign(K-6728)(Incl. EA 1 $880.00 $880.00 Metal Pole and Triangular Slip Base) B15 20 M.P.H. Sign(W13-1-20) EA 1 $73.00 $73.00 B16 Road Narrows Sign(W5-1)(Incl. Metal EA 1 $900.00 $900.00 Pole and Triangular Slip Base) B17 Left Only Left Straight Arrow Sign(R3-8L) EA 1 $900.00 $900.00 (Incl. Metal Pole and Triangular Slip Base) B18 Left Curve Sign(W1-2L)(Incl. Metal Pole EA 1 $880.00 $880.00 and Triangular Slip Base) B19 Right Curve Sign(W1-2R)(Incl. Metal EA 1 $880.00 $880.00 Pole and Triangular Slip Base) B20 Chevron Alignment Sign - Left(W1-8L) EA 2 $870.00 $1,740.00 (Incl. Metal Pole and Triangular Slip Base) B21 Chevron Alignment Sign - Right(W1-8R) EA 2 $870.00 $1,740.00 (Incl. Metal Pole and Triangular Slip Base) B22 Reflective Pavement Markings TY.1(Y) LF 99 $22.00 $2,178.00 (24")(SLD)(90 mil)-Gore B23 Reflective Pavement Marking TY C Heat LF 48 $18.00 $864.00 Applied Prefab Preformed Thermoplastic Reflective Pavement Markings(W)(24")(SLD)(125 mil)-Stop Bar B24 Reflective Pavement Marking TY C Heat LF 126 $18.00 $2,268.00 Applied Prefab Preformed Thermoplastic Reflective Pavement Markings(W)(24")(SLD)(125 mil)- Crosswalk B25 Reflective Pavement Markings TY.1 (W) LF 100 $2.00 $200.00 (8")(SLD)(90 mil) B26 Reflective Pavement Markings TY.1 (Y) LF 2048 $1.00 $2,048.00 (4")(SLD)(90 mil) B27 Reflective Pavement Markings TY.1 (W) LF 1475 $1.00 $1,475.00 (4")(SLD)(90 mil) DocuSign Envelope ID: D91 FB9A2-CD61-4DBA-8848-5239898EFDA6 to Wood River Drive)... Report Created On:2/15/2023 8:05:50 PM B28 Reflective Pavement Markings TY.1 (W) LF 61 $1.00 $61.00 (4")(BKN)(90 mil) B29 Reflective Pavement Marking TY C Heat EA 1 $300.00 $300.00 Applied Prefab Preformed Thermoplastic(W)(Word)"Only"(125 mil) B30 Reflective Pavement Marking TY C Heat EA 1 $243.00 $243.00 Applied Prefab Preformed Thermoplastic(W)(Left Turn Arrow)(125 mil) B31 Reflective Pavement Marking TY C Heat EA 1 $500.00 $500.00 Applied Prefab Preformed Thermoplastic(W)(Straight-Right Turn Arrow)(125 mil) B32 Raised Reflective Pavement Markings EA 52 $6.00 $312.00 (TY II-A-A)Yellow B33 Raised Reflective Pavement Markings EA 6 $6.00 $36.00 (TYII-B-B) Blue B34 Allowance For Unanticipated Street AL 1 $15,000.00 $15,000.00 Improvements(MANDATORY) Replacement Alt for 15000 Subtotal:$796,007.00 PART C-ADA IMPROVEMENTS No. Description Unit Qty Unit Price Ext Price C1 Mobilization(5% Max. Part C) LS 1 $8,000.00 $8,000.00 C2 Remove Existing Concrete Sidewalk SF 7795 $3.00 $23,385.00 C3 Concrete Sidewalk SF 8296 $12.00 $99,552.00 C4 Concrete Curb Ramps SF 1174 $34.00 $39,916.00 C5 Allowance For Unanticipated ADA AL 1 $5,000.00 $5,000.00 Improvements(MANDATORY) Replacement Alt for 5000 Subtotal:$175,853.00 PART D- IT&TRAFFIC SIGNAL IMPROVEMENTS No. Description Unit Qty Unit Price Ext Price D1 Mobilization(5% Max. Part D) LS 1 $7,000.00 $7,000.00 DocuSign Envelope ID: D91 FB9A2-CD61-4DBA-8848-5239898EFDA6 to Wood River Drive)... Report Created On:2/15/2023 8:05:50 PM D2 CONDT(PVC)(SCH 40)(2")WITH MULE LF 818 $15.00 $12,270.00 TAPE D3 CONDT(PVC)(SCH 40)(3")WITH MULE LF 34 $30.00 $1,020.00 TAPE D4 GROUND BOX TYA(122311)/APRON EA 5 $1,290.00 $6,450.00 D5 DRILL SHAFT(24 IN) LF 11.4 $160.00 $1,824.00 D6 DRILL SHAFT(TRF SIG POLE)(30 IN) LF 11.3 $300.00 $3,390.00 D7 TRAY CABLE(3 CON DR)(12 AWG) LF 238 $3.00 $714.00 D8 INSTALL HWY TRF SIG(UPGRADE) EA 1 $51,000.00 $51,000.00 D9 VEH SIG SEC(12 IN) LED(GRN) EA 2 $375.00 $750.00 D10 VEH SIG SEC(12 IN) LED(GRN ARW) EA 1 $375.00 $375.00 D11 VEH SIG SEC(12 IN) LED(YEL) EA 2 $375.00 $750.00 D12 VEH SIG SEC(12 IN) LED(YEL ARW) EA 2 $375.00 $750.00 D13 VEH SIG SEC(12 IN) LED(RED) EA 2 $375.00 $750.00 D14 VEH SIG SEC(12 IN) LED(RED ARW) EA 1 $375.00 $375.00 D15 PED SIG SEC(LED)(COUNTDOWN) EA 2 $680.00 $1,360.00 D16 BACKPLATE W/REFL BRDR(3 SEC)ALUM EA 2 $260.00 $520.00 D17 BACKPLATE W/REFL BRDR(4 SEC)ALUM EA 1 $300.00 $300.00 D18 TRF SIG CBL(TY A)(14 AWG)(2 COMDR) LF 122 $3.00 $366.00 D19 TRF SIG CBL(TY A)(14 AWG)(4 COMDR) LF 794 $3.00 $2,382.00 D20 TRF SIG CBL(TY A)(14 AWG)(5 COMDR) LF 137 $3.00 $411.00 D21 TRF SIG CBL(TY A)(14 AWG)(7 COMDR) LF 134 $4.00 $536.00 D22 TRF SIG CBL(TY A)(14 AWG)(9 COMDR) LF 516 $4.00 $2,064.00 D23 INS TRF SIG PL AM(S)1 ARM(32') LUM & EA 1 $26,000.00 $26,000.00 ILSN D24 PED POLE ASSEMBLY EA 2 $1,300.00 $2,600.00 D25 PED DETECT PUSH BUTTON(APS) EA 2 $3,200.00 $6,400.00 D26 VIVDS CABLE(INSTALL) LF 222 $4.00 $888.00 D27 VIVDS CAMERA(INSTALL) EA 1 $2,500.00 $2,500.00 D28 Allowance For Unanticipated Traffic AL 1 $10,000.00 $10,000.00 Signals And Streetlight Improvements (MANDATORY) Replacement Alt for 10000 DocuSign Envelope ID: D91 FB9A2-CD61-4DBA-8848-5239898EFDA6 to Wood River Drive)... Report Created On:2/15/2023 8:05:50 PM Subtotal:$143,745.00 PART E-DRAINAGE IMPROVEMENTS No. Description Unit Qty Unit Price Ext Price E1 Mobilization(5% Max. Part E) LS 1 $3,000.00 $3,000.00 E2 Adjust Existing Stormwater Ring&Cover EA 1 $4,000.00 $4,000.00 E3 Remove Existing Curb and Gutter LF 1817 $5.00 $9,085.00 E4 Standard 6"Curb&Gutter LF 1739 $27.00 $46,953.00 E5 Connect to Existing Concrete Drainage EA 1 $480.00 $480.00 Flume E6 Allowance For Unanticipated Drainage AL 1 $5,000.00 $5,000.00 Improvements(MANDATORY) Replacement Alt for 5000 Subtotal: $68,518.00 PART F-WATER IMPROVEMENTS No. Description Unit Qty Unit Price Ext Price F1 Mobilization(5% Max. Part F) LS 1 $12,000.00 $12,000.00 F2 Remove Existing 12"ACP Waterline(Incl. LF 93 $45.00 $4,185.00 Dewatering Line) F3 Remove Existing 8"ACP Waterline(Incl. LF 1011 $31.00 $31,341.00 Dewatering Line) F4 Remove Existing 6"C900 PVC Waterline LF 53 $38.00 $2,014.00 (Incl. Dewatering Line) F5 Remove and Salvage Existing Fire EA 3 $1,100.00 $3,300.00 Hydrant F6 12"C900 PVC Waterline(DR 18) LF 98 $230.00 $22,540.00 F7 8"C900 PVC Waterline(DR 18) LF 1097 $94.00 $103,118.00 F8 Trench Safety for Waterlines LF 2352 $3.00 $7,056.00 F9 Connect To Existing 12"ACP EA 2 $3,700.00 $7,400.00 F10 Connect To Existing 8"ACP EA 3 $3,500.00 $10,500.00 F11 Connect To Existing 6"C900 PVC EA 1 $3,200.00 $3,200.00 F12 12"45 Deg Bend EA 4 $2,350.00 $9,400.00 F13 12"X8"Tee EA 1 $2,600.00 $2,600.00 DocuSign Envelope ID: D91 FB9A2-CD61-4DBA-8848-5239898EFDA6 to Wood River Drive)... Report Created On:2/15/2023 8:05:50 PM F14 12"GV&B EA 1 $5,200.00 $5,200.00 F15 8"GV&B EA 6 $3,500.00 $21,000.00 F16 8"Tee EA 3 $2,200.00 $6,600.00 F17 8"x6" Reducer EA 1 $1,800.00 $1,800.00 F18 8"45 Deg Bend EA 4 $1,900.00 $7,600.00 F19 New Water Service EA 3 $1,900.00 $5,700.00 F20 Ty. 1 Fire Hydrant Assembly(W/1 2"X6" EA 2 $8,700.00 $17,400.00 Tee) F21 Ty. 1 Fire Hydrant Assembly EA 4 $10,000.00 $40,000.00 F22 20"Steel Casing For 8"C900 Waterline LF 54 $300.00 $16,200.00 (W/Rubber End Seals and Casing Spacers) F23 Allowance For Unanticipated Water AL 1 $15,000.00 $15,000.00 Improvements(MANDATORY) Replacement Alt for 15000 Subtotal:$355,154.00 PART G-WASTEWATER IMPROVEMENTS No. Description Unit Qty Unit Price Ext Price G1 Mobilization(5% Max. Part G) LS 1 $4,000.00 $4,000.00 G2 Remove Existing 8"VCP(<6' Depth) LF 101 $40.00 $4,040.00 G3 Remove Existing WW Manhole(<6' EA 2 $1,900.00 $3,800.00 Depth) G4 8"C900 DR18(Green) PVC WWL(<6' LF 101 $240.00 $24,240.00 Depth) G5 Trench Safety for Wastewater Lines LF 101 $17.00 $1,717.00 G6 4' Dia. Fiberglass Manhole(<6' Depth) EA 2 $15,800.00 $31,600.00 G7 Trench Safety for Wastewater Manhole EA 2 $1,000.00 $2,000.00 G8 Allowance For Unanticipated AL 1 $5,000.00 $5,000.00 Wastewater Improvements (MANDATORY) Replacement Alt for 5000 Subtotal: $76,397.00 DocuSign Envelope ID: D91 FB9A2-CD61-4DBA-8B48-5239898EFDA6 ............... .......................- .......——----- ....... CONTRACT DOCUMENTS FOR CONSTRUCTION OF TOR" INITY R" I'V"ER FM624 TO WOOD RIVER ( OBSOND 2020�) PROJECT NUMBER No�. 210�49 MqS P R ARDURRA 801 Navigation,, Suite 300 0 Corpus Christi,, Texas 78408 ------&- (361) 883-1984 .... JONES ................. .. ........ scoTT .....V1 TBE Firm No. F-10053 81986..... - JANUARY 3, 2023 �4 ............. /* Record Drawing Number STR-985 ..................................... ...... ........ DocuSign Envelope ID: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 000100 TABLE OF CONTENTS Division/ Title Section Division 00 Preface Documents 00 00 00 Cover Sheet 00 01 00 Table of Contents 00 01 02 List of Drawings 00 30 01 Bid Form Base Bid No. 1 - HMAC 00 30 01 Bid Form Base Bid No. 2 -Concrete 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(Rev4-2022) 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 (Revs-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 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 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) 022100 Select Material (Rev 10-30-2014) Table of Contents 000100- 1 Trinity River FM624 To Wood River(Bond 2020)—21049 Rev 1/2022 DocuSign Envelope ID: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 Division/ Title Section 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) 025210 Lime Stabilization(Rev09-02-2020) 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 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) 025828 Reference Specifications—TxDOT DMS-6130 Bituminous Adhesive for Pavement Marker(TxDOT) 026 Utilities 0262 General 026201 Waterline Riser Assemblies (Rev 10-30-2014) Table of Contents 000100-2 Trinity River FM624 To Wood River(Bond 2020)—21049 Rev 1/2022 DocuSign Envelope ID: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 Division/ Title Section 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) 0254 Waterlines 026402 Waterlines(Rev03-25-2015) 026404 Water Service Lines (Rev03-25-2015) 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) 0276 Wastewater(Gravity) 027602 Gravity Wastewater Lines (Rev07-01-2015) 027604 Disposal of Waste from Wastewater Cleaning Operations (Rev 10-30-2014) 027611 Cleaning and Televised inspection of Conduits (Rev 03-25-2014) 028 Site Improvements and Landscaping 028040 Sodding(Rev 03-25-2015) 028200 Mail Box Relocation (Rev 10-30-2014) 028300 Fence Relocation (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) Table of Contents 000100-3 Trinity River FM624 To Wood River(Bond 2020)—21049 Rev 1/2022 DocuSign Envelope ID: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 Division/ Title Section 037040 Epoxy Compounds (S-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) Electrical Item 416 Drilled Shaft Foundations Item 618 Conduit Item 621 Tray Cable Item 624 Ground Boxes Item 680 Highway Traffic Signals Item 682 Vehicle and Pedestrian Signal Heads Item 684 Traffic Signal Cables Item 686 Traffic Signal Pole Assemblies Item 687 Pedestal Pole Assemblies Item 688 Pedestrian Detectors and Vehicle Loop Detectors Item 690 Maintenance of Traffic Signals Appendix All Testing Reports as Applicable 1 Arias Geo Professionals Dated: October 7, 2021,for 21049 Trinity River Drive— FM 624 to Wood River Drive END OF SECTION Table of Contents 000100-4 Trinity River FM624 To Wood River(Bond 2020)—21049 Rev 1/2022 DocuSign Envelope ID: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 000102 LIST OF DRAWINGS Sheet No. Sheet Name 1 TITLE SHEET 2 CONTROL LAYOUT, PHASING, AND PROJECT BASELINE ALIGNMENT 3 ESTIMATED QUANTITIES SHEET 1 OF 2 4 ESTIMATED QUANTITIES SHEET 2 OF 2 5 NOTES 1 OF 3 6 NOTES 2 OF 3 7 NOTES 3 OF 3 8 TYPICAL LEGEND AND TESTING SCHEDULE 9 TYPICAL SECTIONS 1 OF 2 10 TYPICAL SECTIONS 2 OF 2 11 WATER BASEMAP 12 WASTEWATER BASEMAP 13 EXISTING CONDITIONS PLAN STA 0+00 TO STA END 14 DEMOLITION PLAN STA 0+00 TO STA 8+25 15 DEMOLITION PLAN STA 8+25 TO END 16 STREET P&P STA 0+00 TO STA 4+75 17 STREET P&P STA 4+75 TO STA 8+25 18 STREET P&P STA 8+25 TO STA END 19 CURB RAMP AND INTERSECTION DETAILS 1 OF 2 20 CURB RAMP AND INTERSECTION DETAILS 2 OF 2 21 WATER P&P STA 0+00 TO STA 4+75 22 WATER P&P STA 4+75 TO STA 8+25 23 WATER P&P STA 8+25 TO END 24 WASTEWATER P&P SHEET 1 OF 1 25 WATER LATERALS 1 OF 2 26 WATER LATERALS 2 OF 2 27 DRIVEWAY PLAN VIEWS 1 OF 2 28 DRIVEWAY PLAN VIEWS 2 OF 2 29 CONSTRUCTION DETAILS 1 OF 4 30 CONSTRUCTION DETAILS 2 OF 4 31 CONSTRUCTION DETAILS 3 OF 4 32 CONSTRUCTION DETAILS 4 OF 4 33 STRIPING AND SIGNAGE PLAN STA 0+00 TO STA 8+25 34 STRIPING AND SIGNAGE PLAN STA 8+25 TO END 35 CROSSWALK PAVEMENT MARKINGS& STREET NAME BLADE DETAILS 36 SIGN MOUNTING DETAILS SMD (GEN)-08 37 SIGN MOUNTING DETAILS SMD (SLIP-1)-08 38 SIGN MOUNTING DETAILS SMD (SLIP-2)-08 39 TRAFFIC SIGN REQUIREMENTS TSR(4)-13 List of Drawings 000102- 1 Trinity River—FM 624 to Wood River(Bond 2020)-21049 8/2021 DocuSign Envelope ID: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 40 STANDARD PAVEMENT MARKINGS PM (1)-20 41 STANDARD PAVEMENT MARKINGS PM (2)-20 42 STANDARD PAVEMENT MARKINGS PM (3)-20 43 BARRICADE AND CONSTRUCTION BC(1)-21 44 BARRICADE AND CONSTRUCTION BC(2)-21 45 BARRICADE AND CONSTRUCTION BC(3)-21 46 BARRICADE AND CONSTRUCTION BC(4)-21 47 BARRICADE AND CONSTRUCTION BC(5)-21 48 BARRICADE AND CONSTRUCTION BC(6)-21 49 BARRICADE AND CONSTRUCTION BC(7)-21 50 BARRICADE AND CONSTRUCTION BC(8)-21 51 BARRICADE AND CONSTRUCTION BC(9)-21 52 BARRICADE AND CONSTRUCTION BC(10)-21 53 BARRICADE AND CONSTRUCTION BC(11)-21 54 BARRICADE AND CONSTRUCTION BC(12)-21 55 TRAFFIC CONTROL PLAN SHOULDER WORK FOR FREEWAYS EXPRESSWAYS TCP (5-1) - 18 56 STORM WATER POLLUTION PREVENTION PLAN NOTES 57 STORM WATER ENVIRONMENTAL PERMITS, ISSUES, AND COMMITMENTS (EPIC) 58 STORM WATER POLLUTION PREVENTION STANDARD DETAILS 59 EROSION AND SEDIMENTATION CONTROL PLAN 60 C.O.C.C. CURB, GUTTER& SIDEWALK STANDARD DETAILS 61 C.O.C.C. DRIVEWAY STANDARD DETAILS 1 OF 3 62 C.O.C.C. DRIVEWAY STANDARD DETAILS 2 OF 3 63 C.O.C.C. DRIVEWAY STANDARD DETAILS 3 OF 3 64 C.O.C.C. PEDESTRIAN CURB RAMP STANDARD DETAILS 1 OF 4 65 C.O.C.C. PEDESTRIAN CURB RAMP STANDARD DETAILS 2 OF 4 66 C.O.C.C. PEDESTRIAN CURB RAMP STANDARD DETAILS 3 OF 4 67 C.O.C.C. PEDESTRIAN CURB RAMP STANDARD DETAILS 4 OF 4 68 C.O.C.C. WATER STANDARD DETAILS 1 OF 4 69 C.O.C.C. WATER STANDARD DETAILS 2 OF 4 70 C.O.C.C. WATER STANDARD DETAILS 3 OF 4 71 C.O.C.C. WATER STANDARD DETAILS 4 OF 4 72 C.O.C.C. WASTEWATER STANDARD DETAILS 1 OF 4 73 C.O.C.C.WASTEWATER STANDARD DETAILS 2 OF 4 74 C.O.C.C.WASTEWATER STANDARD DETAILS 3 OF 4 75 C.O.C.C.WASTEWATER STANDARD DETAILS 4 OF 4 76 TRAFFIC SIGNAL SUMMARY 77 ILLUMINATION SUMMARY 78 TRAFFIC SIGNALS GENERAL NOTES 79 EXISTING UTILITY AND SIGNAL LAYOUT 80 PROPOSED SIGNAL LAYOUT List of Drawings 000102-2 Trinity River—FM 624 to Wood River(Bond 2020)-21049 8/2021 DocuSign Envelope ID: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 81 CONDUCTOR AND CONDUIT SCHEDULE 82 TRAFFIC SIGNAL DETAILS WIRING DIAGRAM 83 TRAFFIC SIGNAL ELEVATIONS 84 TXDOT STANDARDS DETAILS ED (1) - 14 85 TXDOT STANDARDS DETAILS ED (3) - 14 86 TXDOT STANDARDS DETAILS ED (4) - 14 87 TXDOT STANDARDS DETAILS ED (5) - 14 88 TXDOT STANDARDS DETAILS ED (11) - 14 89 TXDOT STANDARDS DETAILS ED (12) - 14 90 TXDOT STANDARDS DETAILS MA-DPD-20 91 TXDOT STANDARDS DETAILS SMA-100(1)-12 92 TXDOT STANDARDS DETAILS SMA-100(2)-12 93 TXDOT STANDARDS DETAILS TS-FD-12 94 TXDOT STANDARDS DETAILS LUM-A-12 95 TXDOT STANDARDS DETAILS CFA-12 96 TXDOT TRAFFIC CONTROL DETAILS FOR SIGNAL WORK WZ(BTS-1)-13 97 TXDOT TRAFFIC CONTROL DETAILS FOR SIGNAL WORK WZ(BTS-2)-13 98 EXISTING ILLUMINATION CONDITIONS 99 PROPOSED ILLUMINATION CONDITIONS 100 ILLUMINATION CIRCUIT DIAGRAM 101 TXDOT ROADWAY ILLUMINATION DETAILS RID(1) -20 102 TXDOT ROADWAY ILLUMINATION DETAILS RID(2) -20 103 TXDOT ROADWAY ILLUMINATION POLES RIP(1)-19 104 TXDOT ROADWAY ILLUMINATION POLES RIP(2)-19 105 TXDOT ROADWAY ILLUMINATION POLES RIP(3)-19 106 TXDOT ROADWAY ILLUMINATION POLES RIP(4)-19 END OF SECTION List of Drawings 000102-3 Trinity River—FM 624 to Wood River(Bond 2020)-21049 8/2021 DocuSign Envelope ID: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 00 30 01 BID FORM Project Name: Trinity River-FM 624 To Wood River(Bond 2020) Project Number: 21049 Owner: City of Corpus Christi OAR: Designer:JArdurra Group 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) 00 30 01-Page 1 of 8 Trinity River-FM 624 To Wood River(Bond 2020)-21049 Rev 8/2019 DocuSign Envelope ID: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 00 30 01 BID FORM Basis of Bid Item DESCRIPTION UNIT ESTIMATED UNITPRICE EXTENDED QUANTITY AMOUNT Base Bid No.1 (HMAC PAVEMENT) Part A-General(per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) Al Mobilization (5%Max. Part A) LS 1 A2 Bonds&Insurance AL 1 A3 Storm Water Pollution Prevention Plan LS 1 A4 Curb Inlet Protection EA 2 AS Stabilized Construction Entrance EA 2 A6 Revegetation (St.Augustine Sod) SY 958 A7 Traffic Control Design By Professional Engineer(ALL LS 1 PHASES) A8 Traffic Control Plan Mobilization/Adjustments LS 1 A9 Temporary Traffic Signal Design By Professional Engineer LS 1 A10 Temporary Traffic Signal Implementation (ALL PHASES) LS 1 All Traffic Control Items(Barricades,Signs, &Traffic MO 5 Handling) Al2 Low Profile Concrete Barriers(20') EA 5 A13 Electronic Message Board EA 2 A14 Arrow Message Board EA 1 A15 Message Boards(METRO Compact Message Board) EA 1 A16 Clear Right-Of-Way AC 1.5 A17 Ozone Action Day DAYS 5 SUBTOTAL PART A-GENERAL(Items Al thru A17) Bid Form-Base Bid#1(HMAC Pavement) 00 30 01-Page 2 of 8 Trinity River-FM 624 To Wood River(Bond 2020)-21049 Rev 8/2019 DocuSign Envelope ID: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 00 30 01 BID FORM Item DESCRIPTION UNIT ESTIMATED UNIT PRICE EXTENDED QUANTITY AMOUNT Part B-STREET IMPROVEMENTS(per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) B1 Mobilization (5%Max. Part B) LS 1 B2 Remove Existing Signs LS 1 B3 Remove Concrete Driveway SF 3,526 B4 Street Excavation (1' B.O.C) SY 5,341 12" Compacted Subgrade w/top 8" Lime-Stabilized B5 Subgrade(1' B.O.C.) SY 5,341 B6 10" Crushed, Limestone Base(Type A,Grade 1-2) (1' SY 5,341 B.O.C.) B7 Prime Coat(0.20 Gallons/SY) GAL 1,068 B8 Seal Coat SY 5,341 B9 3"Type'D' HMAC SY 4,653 B10 Concrete Driveway SF 3,364 Combo Stop Sign (R1-1)/Street Name Blades(Incl. Metal 611 EA 2 Pole and Triangular Slip Base) B12 Speed Limit Sign (112-1-30) (Incl. Metal Pole and EA 1 Triangular Slip Base) B13 No Trucks Sign (K-105-1) (Incl. Metal Pole and Triangular EA 1 Slip Base) B14 Two-Way Traffic Sign (K-6728) (Incl. Metal Pole and EA 1 Triangular Slip Base) B15 20 M.P.H.Sign (W13-1-20) EA 1 B16 Road Narrows Sign (W5-1) (Incl. Metal Pole and EA 1 Triangular Slip Base) Left Only Straight right Arrow Sign (R3-8LRT) (Incl. Metal 617 EA 1 Pole and Triangular Slip Base) B18 Left Curve Sign (W1-2L) (Incl. Metal Pole and Triangular EA 1 Slip Base) B19 Right Curve Sign (W1-211)(Incl. Metal Pole and EA 1 Triangular Slip Base) Chevron Alignment Sign-Left(W1-8L) (Incl. Metal Pole 620 EA 2 and Triangular Slip Base) Bid Form-Base Bid#1(HMAC Pavement) 00 30 01-Page 3 of 8 Trinity River-FM 624 To Wood River(Bond 2020)-21049 Rev 8/2019 DocuSign Envelope ID: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 00 30 01 BID FORM Item DESCRIPTION UNIT ESTIMATED UNITPRICE EXTENDED QUANTITY AMOUNT Chevron Alignment Sign-Right(W1-8R)(Incl. Metal Pole 621 EA 2 and Triangular Slip Base) B22 Reflective Pavement Markings TY.1(Y) (24") (SLD) (90 LF 99 mil)-Gore Reflective Pavement Marking TY C Heat Applied Prefab B23 Preformed Thermoplastic Reflective Pavement Markings LF 48 (W)(24") (SLD) (125 mil)-Stop Bar Reflective Pavement Marking TY C Heat Applied Prefab B24 Preformed Thermoplastic Reflective Pavement Markings LF 126 (W)(24") (SLD) (125 mil)-Crosswalk B25 Reflective Pavement Markings TY.1(W) (8") (SLD)(90 LF 100 mil) B26 Reflective Pavement Markings TY.1(Y) (4") (SLD) (90 mil) LF 2,048 B27 Reflective Pavement Markings TY.1(W) (4") (SLD)(90 LF 1,475 mil) B28 Reflective Pavement Markings TY.1(W) (4") (BKN) (90 LF 61 mil) Reflective Pavement Marking TY C Heat Applied Prefab 629 EA 1 Preformed Thermoplastic(W) (Word) "Only" (125 mil) Reflective Pavement Marking TY C Heat Applied Prefab B30 Preformed Thermoplastic(W) (Left Turn Arrow) (125 EA 1 mil) Reflective Pavement Marking TY C Heat Applied Prefab B31 Preformed Thermoplastic(W) (Straight-Right Turn EA 1 Arrow) (125 mil) B32 Raised Reflective Pavement Markings(TYII-A-A)Yellow EA 52 B33 Raised Reflective Pavement Markings(TYII-B-B) Blue EA 6 B34 Allowance For Unanticipated Street Improvements AL 1 $ 15,000.00 $ 15,000.00 (MANDATORY) SUBTOTAL PART B-STREET IMPROVEMENTS(Items 131 thru B34) Part C-ADA IMPROVEMENTS(per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) C1 Mobilization (5%Max. Part C) LS 1 C2 Remove Existing Concrete Sidewalk SF 7,795 C3 Concrete Sidewalk SF 8,296 Bid Form-Base Bid#1(HMAC Pavement) 00 30 01-Page 4 of 8 Trinity River-FM 624 To Wood River(Bond 2020)-21049 Rev 8/2019 DocuSign Envelope ID: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 00 30 01 BID FORM Item DESCRIPTION UNIT ESTIMATED UNITPRICE EXTENDED QUANTITY AMOUNT C4 Concrete Curb Ramps SF 1,174 C5 Allowance For Unanticipated ADA Improvements AL 1 $ 5,000.00 $ 5,000.00 (MANDATORY) SUBTOTAL PART C-ADA IMPROVEMENTS(Cl THRU C5) PART D-TRAFFIC SIGNALS AND STREETLIGHT IMPROVEMENTS(per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) D1 Mobilization (5%Max. Part D) LS 1 D2 CONDT(PVC) (SCH 40) (2")WITH MULE TAPE LF 818 D3 CONDT(PVC) (SCH 40) (3")WITH MULE TAPE LF 34 D4 GROUND BOX TY A(122311)/APRON EA 5 D5 DRILL SHAFT(24 IN) LF 11.4 D6 DRILL SHAFT(TRF SIG POLE)(30 IN) LF 11.3 D7 TRAY CABLE(3 CONDR)(12 AWG) LF 238 D8 INSTALL HWY TRF SIG (UPGRADE) EA 1 D9 VEH SIG SEC(12 IN) LED(GRN) EA 2 D10 VEH SIG SEC(12 IN) LED(GRN ARW) EA 1 D11 VEH SIG SEC(12 IN) LED(YEL) EA 2 D12 VEH SIG SEC(12 IN) LED(YEL ARW) EA 2 D13 VEH SIG SEC(12 IN) LED(RED) EA 2 D14 VEH SIG SEC(12 IN) LED(RED ARW) EA 1 D15 PED SIG SEC(LED)(COUNTDOWN) EA 2 D16 BACKPLATE W/REFL BRDR(3 SEC)ALUM EA 2 Bid Form-Base Bid#1(HMAC Pavement) 00 30 01-Page 5 of 8 Trinity River-FM 624 To Wood River(Bond 2020)-21049 Rev 8/2019 DocuSign Envelope ID: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 00 30 01 BID FORM Item DESCRIPTION UNIT ESTIMATED UNITPRICE EXTENDED QUANTITY AMOUNT D17 BACKPLATE W/REFL BRDR(4 SEC)ALUM EA 1 D18 TRF SIG CBL(TY A)(14 AWG)(2 CONDR) LF 122 D19 TRF SIG CBL(TY A)(14 AWG)(4 CONDR) LF 794 D20 TRF SIG CBL(TY A)(14 AWG)(5 CONDR) LF 137 D21 TRF SIG CBL(TY A)(14 AWG)(7 CONDR) LF 134 D22 TRF SIG CBL(TY A)(14 AWG)(9 CONDR) LF 516 D23 INS TRF SIG PL AM(S)1 ARM (32') LUM & ILSN EA 1 D24 PED POLE ASSEMBLY EA 2 D25 PED DETECT PUSH BUTTON (APS) EA 2 D26 VIVDS CABLE(INSTALL) LF 222 D27 VIVDS CAMERA(INSTALL) EA 1 D28 Allowance For Unanticipated Traffic Signals And AL 1 $ 10,000.00 $ 10,000.00 Streetlight Improvements(MANDATORY) SUBTOTAL PART D-TRAFFIC SIGNALS AND STREETLIGHT IMPROVEMENTS(Items D1 thru D28) Part E-DRAINAGE IMPROVEMENTS(per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) E1 Mobilization (5%Max. Part E) LS 1 E2 Adjust Existing Stormwater Ring&Cover EA 1 E3 Remove Existing Curb and Gutter LF 1,817 E4 Standard 6"Curb&Gutter LF 1,739 Bid Form-Base Bid#1(HMAC Pavement) 00 30 01-Page 6 of 8 Trinity River-FM 624 To Wood River(Bond 2020)-21049 Rev 8/2019 DocuSign Envelope ID: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 00 30 01 BID FORM Item DESCRIPTION UNIT ESTIMATED UNITPRICE EXTENDED QUANTITY AMOUNT E5 Connect to Existing Concrete Drainage Flume EA 1 E6 Allowance For Unanticipated Drainage Improvements AL 1 $ 5,000.00 $ 5,000.00 (MANDATORY) SUBTOTAL PART E-DRAINAGE IMPROVEMENTS(E1 THRU E6) PART F-WATER IMPROVEMENTS(per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) F1 Mobilization (5%Max. Part F) LS 1 F2 Remove Existing 12" ACP Waterline(Incl. Dewatering LF 93 Line) F3 Remove Existing 8"ACP Waterline(Incl. Dewatering LF 1,011 Line) F4 Remove Existing 6" C900 PVC Waterline(Incl. LF 53 Dewatering Line) F5 Remove and Salvage Existing Fire Hydrant EA 3 F6 12" C900 PVC Waterline(DR 18) LF 98 F7 8" C900 PVC Waterline(DR 18) LF 1,097 F8 Trench Safety for Waterlines LF 2,352 F9 Connect To Existing 12"ACP EA 2 F10 Connect To Existing 8"ACP EA 3 F11 Connect To Existing 6"C900 PVC EA 1 F12 12"45 Deg Bend EA 4 F13 12"X8"Tee EA 1 F14 12" GV&B EA 1 F15 8" GV&B EA 6 F16 8"Tee EA 3 Bid Form-Base Bid#1(HMAC Pavement) 00 30 01-Page 7 of 8 Trinity River-FM 624 To Wood River(Bond 2020)-21049 Rev 8/2019 DocuSign Envelope ID: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 00 30 01 BID FORM Item DESCRIPTION UNIT ESTIMATED UNITPRICE EXTENDED QUANTITY AMOUNT F17 8"x6" Reducer EA 1 F18 8"45 Deg Bend EA 4 F19 Reconnect Existing Water Meter-New Water Service EA 3 F20 Ty. 1 Fire Hydrant Assembly(W/12"X6"Tee) EA 2 F21 Ty. 1 Fire Hydrant Assembly EA 4 20"Seel Casing For 8"C900 Waterline(w/Rubber End F22 LF 54 Seals And Casing Spacers) F23 Allowance For Unanticipated Water Improvements AL 1 $ 15,000.00 $ 15,000.00 (MANDATORY) SUBTOTAL PART F-WATER IMPROVEMENTS(F1 THRU F23) PART G-WASTEWATER IMPROVEMENTS(per SECTION 0129 01 MEASUREMENTAND BASIS FOR PAYMENT) G1 Mobilization (5%Max. Part G) LS 1 G2 Remove Existing 8"VCP (<6' Depth) LF 101 G3 Remove Existing WW Manhole (<6' Depth) EA 2 G4 8" C900 DR18(Green) PVC WWL(<6' Depth) LF 101 G5 Trench Safety for Wastewater Lines LF 101 G6 4' Dia. Fiberglass Manhole(<6' Depth) EA 2 G7 Trench Safety for Wastewater Manhole EA 2 Allowance For Unanticipated Wastewater G8 Improvements(MANDATORY) AL 1 $ 10,000.00 $ 10,000.00 SUBTOTAL PART G-WASTEWATER IMPROVEMENTS(Items G1 thru G8) TOTAL PROJECT BASE BID No. 1(PARTS A THRU G) Bid Form-Base Bid#1(HMAC Pavement) 00 30 01-Page 8 of 8 Trinity River-FM 624 To Wood River(Bond 2020)-21049 Rev 8/2019 DocuSign Envelope ID: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 00 30 01 BID FORM Project Name: Trinity River-FM 624 To Wood River(Bond 2020) Project Number: 21049 Owner: City of Corpus Christi OAR: Designer:JArdurra Group 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#2(CONCRETE Pavement) 00 30 01-Page 1 of 8 Trinity River-FM 624 To Wood River(Bond 2020)-21049 Rev 8/2019 DocuSign Envelope ID: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 00 30 01 BID FORM Basis of Bid Item DESCRIPTION UNIT ESTIMATED UNITPRICE EXTENDED QUANTITY AMOUNT Base Bid No.2 (CONCRETE PAVEMENT) Part AA-General(per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) AA1 Mobilization (5%Max. Part AA) LS 1 AA2 Bonds&Insurance AL 1 AA3 Storm Water Pollution Prevention Plan LS 1 AA4 Curb Inlet Protection EA 2 AA5 Stabilized Construction Entrance EA 2 AA6 Revegetation (St.Augustine Sod) SY 958 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 LS 1 AA10 Temporary Traffic Signal Implementation (ALL PHASES) LS 1 AA11 Traffic Control Items(Barricades,Signs, &Traffic MO 5 Handling) AA12 Low Profile Concrete Barriers(20') EA 5 AA13 Electronic Message Board EA 2 AA14 Arrow Message Board EA 1 AA15 Message Boards(METRO Compact Message Board) EA 1 AA16 Clear Right-Of-Way AC 1.5 AA17 �OzoneActionl)ay DAYS 5 SUBTOTAL PART AA-GENERAL(Items AA1 thru AA17) Bid Form-Base Bid#2(CONCRETE Pavement) 00 30 01-Page 2 of 8 Trinity River-FM 624 To Wood River(Bond 2020)-21049 Rev 8/2019 DocuSign Envelope ID: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 00 30 01 BID FORM Item DESCRIPTION UNIT ESTIMATED UNIT PRICE EXTENDED QUANTITY AMOUNT Part BB-STREET IMPROVEMENTS(per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) BBI Mobilization (5%Max. Part BB) LS 1 BB2 Remove Existing Signs LS 1 BB3 Remove Concrete Driveway SF 3,526 BB4 Street Excavation (1' B.O.C) SY 5,341 BB5 12" Compacted Subgrade w/top 8" Lime-Stabilized SY 5,341 Subgrade(1' B.O.C.) BB6 4"Type'B' HMAC SY 5,341 BB7 6"4,000 PSI Continuously Reinforced Concrete SY 5,117 Pavement BB8 Concrete Driveway SF 3,364 BB9 Combo Stop Sign (111-1)/Street Name Blades(Incl. Metal EA 2 Pole and Triangular Slip Base) BB10 Speed Limit Sign (112-1-30) (Incl. Metal Pole and EA 1 Triangular Slip Base) BB11 No Trucks Sign (K-105-1) (Incl. Metal Pole and Triangular EA 1 Slip Base) BB12 Two-Way Traffic Sign (K-6728) (Incl. Metal Pole and EA 1 Triangular Slip Base) BB13 20 M.P.H.Sign (W13-1-20) EA 1 BB14 Road Narrows Sign (W5-1) (Incl. Metal Pole and EA 1 Triangular Slip Base) Left Only Straight right Arrow Sign (R3-8LRT) (Incl. Metal BB15 EA 1 Pole and Triangular Slip Base) BB16 Left Curve Sign (W1-2L) (Incl. Metal Pole and Triangular EA 1 Slip Base) Right Curve Sign (W1-2R)(Incl. Metal Pole and 6617 EA 1 Triangular Slip Base) Chevron Alignment Sign-Left(W1-8L) (Incl. Metal Pole 6618 EA 2 and Triangular Slip Base) BB19 Chevron Alignment Sign-Right(W1-8R)(Incl. Metal Pole EA 2 and Triangular Slip Base) BB20 Reflective Pavement Markings TY.1(Y) (24") (SLD) (90 LF 99 mil)-Gore Bid Form-Base Bid#2(CONCRETE Pavement) 00 30 01-Page 3 of 8 Trinity River-FM 624 To Wood River(Bond 2020)-21049 Rev 8/2019 DocuSign Envelope ID: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 00 30 01 BID FORM Item DESCRIPTION UNIT ESTIMATED UNITPRICE EXTENDED QUANTITY AMOUNT Reflective Pavement Marking TY C Heat Applied Prefab BB21 Preformed Thermoplastic Reflective Pavement Markings LF 48 (W)(24") (SLD) (125 mil)-Stop Bar Reflective Pavement Marking TY C Heat Applied Prefab BB22 Preformed Thermoplastic Reflective Pavement Markings LF 126 (W)(24") (SLD) (125 mil)-Crosswalk BB23 Reflective Pavement Markings TY.0(BLK) (6") (SLD)(90 LF 348 mil)-Crosswalk BB24 Reflective Pavement Markings TY.1(W) (8") (SLD)(90 LF 100 mil) BB25 Reflective Pavement Markings TY.1(Y) (4") (SLD) (90 mil) LF 2,048 Reflective Pavement Markings TY.1(W) (4") (SLD)(90 6626 LF 1,475 mil) BB27 Reflective Pavement Markings TY.1(W) (4") (BKN) (90 LF 61 mil) Reflective Pavement Marking TY C Heat Applied Prefab 6628 EA 1 Preformed Thermoplastic(W) (Word) "Only" (125 mil) Reflective Pavement Marking TY C Heat Applied Prefab BB29 Preformed Thermoplastic(W) (Left Turn Arrow) (125 EA 1 mil) Reflective Pavement Marking TY C Heat Applied Prefab BB30 Preformed Thermoplastic(W) (Straight-Right Turn EA 1 Arrow) (125 mil) BB31 Raised Reflective Pavement Markings(TYII-A-A)Yellow EA 52 BB32 Raised Reflective Pavement Markings(TYII-B-B) Blue EA 6 BB33 Allowance For Unanticipated Street Improvements AL 1 (MANDATORY) SUBTOTAL PART BB-STREET IMPROVEMENTS(Items 13131 thru 131333) Part CC-ADA IMPROVEMENTS(per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) CCI Mobilization (5%Max. Part CC) LS 1 CC2 Remove Existing Concrete Sidewalk SF 7,795 CC3 Concrete Sidewalk SF 8,296 Bid Form-Base Bid#2(CONCRETE Pavement) 00 30 01-Page 4 of 8 Trinity River-FM 624 To Wood River(Bond 2020)-21049 Rev 8/2019 DocuSign Envelope ID: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 00 30 01 BID FORM Item DESCRIPTION UNIT ESTIMATED UNITPRICE EXTENDED QUANTITY AMOUNT CC4 Concrete Curb Ramps SF 1,174 CC5 Allowance For Unanticipated ADA Improvements AL 1 $ 5,000.00 $ 5,000.00 (MANDATORY) SUBTOTAL PART CC-ADA IMPROVEMENTS(CC1 THRU CC5) PART DD-TRAFFIC SIGNALS AND STREETLIGHT IMPROVEMENTS(per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) DDI Mobilization (5%Max. Part DD) LS 1 DD2 CONDT(PVC) (SCH 40) (2")WITH MULE TAPE LF 818 DD3 CONDT(PVC) (SCH 40) (3")WITH MULE TAPE LF 34 DD4 GROUND BOX TY A(122311)/APRON EA 5 DD5 DRILL SHAFT(24 IN) LF 11.4 DD6 DRILL SHAFT(TRF SIG POLE)(30 IN) LF 11.3 DD7 TRAY CABLE(3 CONDR)(12 AWG) LF 238 DD8 INSTALL HWY TRF SIG (UPGRADE) EA 1 DD9 VEH SIG SEC(12 IN) LED(GRN) EA 2 DD10 VEH SIG SEC(12 IN) LED(GRN ARW) EA 1 DD11 VEH SIG SEC(12 IN) LED(YEL) EA 2 DD12 VEH SIG SEC(12 IN) LED(YEL ARW) EA 2 DD13 VEH SIG SEC(12 IN) LED(RED) EA 2 DD14 VEH SIG SEC(12 IN) LED(RED ARW) EA 1 DD15 PED SIG SEC(LED)(COUNTDOWN) EA 2 DD16 BACKPLATE W/REFL BRDR(3 SEC)ALUM EA 2 Bid Form-Base Bid#2(CONCRETE Pavement) 00 30 01-Page 5 of 8 Trinity River-FM 624 To Wood River(Bond 2020)-21049 Rev 8/2019 DocuSign Envelope ID: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 00 30 01 BID FORM Item DESCRIPTION UNIT ESTIMATED UNITPRICE EXTENDED QUANTITY AMOUNT DD17 BACKPLATE W/REFL BRDR(4 SEC)ALUM EA 1 DD18 TRF SIG CBL(TY A)(14 AWG)(2 CONDR) LF 122 DD19 TRF SIG CBL(TY A)(14 AWG)(4 CONDR) LF 794 DD20 TRF SIG CBL(TY A)(14 AWG)(5 CONDR) LF 137 DD21 TRF SIG CBL(TY A)(14 AWG)(7 CONDR) LF 134 DD22 TRF SIG CBL(TY A)(14 AWG)(9 CONDR) LF 516 DD23 INS TRF SIG PL AM(S)1 ARM (32') LUM & ILSN EA 1 DD24 PED POLE ASSEMBLY EA 2 DD25 PED DETECT PUSH BUTTON (APS) EA 2 DD26 VIVDS CABLE(INSTALL) LF 222 DD27 VIVDS CAMERA(INSTALL) EA 1 DD28 Allowance For Unanticipated Traffic Signals And AL 1 $ 10,000.00 $ 10,000.00 Streetlight Improvements(MANDATORY) SUBTOTAL PART DD-TRAFFIC SIGNALS AND STREETLIGHT IMPROVEMENTS(Items DD1 thru DD28) Part EE-DRAINAGE IMPROVEMENTS(per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) EE1 Mobilization (5%Max. Part EE) LS 1 EE2 Adjust Existing Stormwater Ring&Cover EA 1 EE3 Remove Existing Curb and Gutter LF 1,817 EE4 Standard 6"Curb&Gutter LF 1,739 Bid Form-Base Bid#2(CONCRETE Pavement) 00 30 01-Page 6 of 8 Trinity River-FM 624 To Wood River(Bond 2020)-21049 Rev 8/2019 DocuSign Envelope ID: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 00 30 01 BID FORM Item DESCRIPTION UNIT ESTIMATED UNITPRICE EXTENDED QUANTITY AMOUNT EE5 Connect to Existing Concrete Drainage Flume EA 1 EE6 Allowance For Unanticipated Drainage Improvements AL 1 $ 5,000.00 $ 5,000.00 (MANDATORY) SUBTOTAL PART EE-DRAINAGE IMPROVEMENTS(EE1 THRU EE6) PART FF-WATER IMPROVEMENTS(per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) FF1 Mobilization (5%Max. Part FF) LS 1 FF2 Remove Existing 12" ACP Waterline(Incl. Dewatering LF 93 Line) FF3 Remove Existing 8"ACP Waterline(Incl. Dewatering LF 1,011 Line) FF4 Remove Existing 6" C900 PVC Waterline(Incl. LF 53 Dewatering Line) FF5 Remove and Salvage Existing Fire Hydrant EA 3 FF6 12" C900 PVC Waterline(DR 18) LF 98 FF7 8" C900 PVC Waterline(DR 18) LF 1,097 FF8 Trench Safety for Waterlines LF 2,352 FF9 Connect To Existing 12"ACP EA 2 FF10 Connect To Existing 8"ACP EA 3 FF11 Connect To Existing 6"C900 PVC EA 1 FF12 12"45 Deg Bend EA 4 FF13 12"X8"Tee EA 1 FF14 12" GV&B EA 1 FF15 8" GV&B EA 6 FF16 8"Tee EA 3 Bid Form-Base Bid#2(CONCRETE Pavement) 00 30 01-Page 7 of 8 Trinity River-FM 624 To Wood River(Bond 2020)-21049 Rev 8/2019 DocuSign Envelope ID: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 00 30 01 BID FORM Item DESCRIPTION UNIT ESTIMATED UNITPRICE EXTENDED QUANTITY AMOUNT FF17 8"x6" Reducer EA 1 FF18 8"45 Deg Bend EA 4 FF19 Reconnect Existing Water Meter-New Water Service EA 3 FF20 Ty. 1 Fire Hydrant Assembly(W/12"X6"Tee) EA 2 FF21 Ty. 1 Fire Hydrant Assembly EA 4 FF22 20"Seel Casing For 8"C900 Waterline(w/Rubber End LF 54 Seals And Casing Spacers) FF23 Allowance For Unanticipated Water Improvements AL 1 $ 15,000.00 $ 15,000.00 (MANDATORY) SUBTOTAL PART FF-WATER IMPROVEMENTS(FF1 THRU FF23) PART GG-WASTEWATER IMPROVEMENTS(per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) GG1 Mobilization (5%Max. Part GG) LS 1 GG2 Remove Existing 8"VCP (<6' Depth) LF 101 GG3 Remove Existing WW Manhole (<6' Depth) EA 2 GG4 8" C900 DR18(Green) PVC WWL(<6' Depth) LF 101 GG5 Trench Safety for Wastewater Lines LF 101 GG6 4' Dia. Fiberglass Manhole(<6' Depth) EA 2 GG7 Trench Safety for Wastewater Manhole EA 2 Allowance For Unanticipated Wastewater GG8 Improvements(MANDATORY) AL 1 $ 10,000.00 $ 10,000.00 SUBTOTAL PART GG-WASTEWATER IMPROVEMENTS(Items GG1 thru GG8) TOTAL PROJECT BASE BID No.2(PARTS AA THRU GG) Bid Form-Base Bid#2(CONCRETE Pavement) 00 30 01-Page 8 of 8 Trinity River-FM 624 To Wood River(Bond 2020)-21049 Rev 8/2019 DocuSign Envelope ID: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 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: Trinity River FM624 to Wood River(Bond 2020) City Project No. 21049 ARTICLE 2—DESIGNER AND OWNER'S AUTHORIZED REPRESENTATIVE 2.01 The Project has been designed by: Ardurra Group, Inc. (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 120 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 150 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 Trinity River FM624 To Wood River(Bond 2020)—21049 Rev 12/2021 DocuSign Envelope ID: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 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 $ 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 Trinity River FM624 To Wood River(Bond 2020)—21049 Rev 12/2021 DocuSign Envelope ID: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 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 CAR'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 Trinity River FM624 To Wood River(Bond 2020)—21049 Rev 12/2021 DocuSign Envelope ID: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 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 Trinity River FM624 To Wood River(Bond 2020)—21049 Rev 12/2021 DocuSign Envelope ID: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 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. ARTICLE 10—CONTRACT DOCUMENT SIGNATURES ATTEST CITY OF CORPUS CHRISTI Rebecca Huerta Jeffrey Edmonds, P.E City Secretary Director of Engineering Services Agreement 005223-5 Trinity River FM624 To Wood River(Bond 2020)—21049 Rev 12/2021 DocuSign Envelope ID: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 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 Trinity River FM624 To Wood River(Bond 2020)—21049 Rev 12/2021 DocuSign Envelope ID: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 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: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 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: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 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: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 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: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 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: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 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: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 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: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 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: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 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: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 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: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 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: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 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: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 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: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 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: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 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: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 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: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 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: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 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: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 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: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 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: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 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: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 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: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 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: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 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: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 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: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 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: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 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: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 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: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 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: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 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: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 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: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 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: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 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: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 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: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 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: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 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: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 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: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 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: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 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: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 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: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 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: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 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: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 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: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 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: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 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: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 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: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 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: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 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: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 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: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 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: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 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: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 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: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 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: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 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: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 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: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 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: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 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: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 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: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 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: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 C. Costs of hand tools not owned by the workers consumed in the performance oft he 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: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 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: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 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: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 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: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 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: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 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: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 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: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 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: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 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: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 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: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 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: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 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: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 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: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 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: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 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: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 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: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 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: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 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: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 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: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 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: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 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: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 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: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 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: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 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: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 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: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 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: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 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: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 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: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 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: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 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: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 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: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 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: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 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: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 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: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 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: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 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: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 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: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 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: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 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: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 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: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 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: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 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: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 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: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 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: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 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: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 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: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 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: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 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: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 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: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 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: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 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: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 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: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 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: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 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: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 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: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 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: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 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: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 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: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 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: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 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: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 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: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 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: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 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: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 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: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 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: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 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: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 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: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 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: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 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: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 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: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 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: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 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: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 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 Ardurra Group, Inc. AC Group, LLC. Arias &Associates, 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 developing the schedule for construction. Include all costs associated with these rain days and residual impacts in the Contract Price. 2. A rain day is defined as any day in which the amount of rain measured by the National Weather Services at the Power Street Stormwater Pump Station is 0.50 inch or greater. Records indicate the following average number of rain days for each month: Supplementary Conditions 007300- 1 Trinity River FM624 To Wood River(Bond 2020)—21049 Rev 4/2022 DocuSign Envelope ID: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 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 12 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 Study 21049,Trinity River Drive(Task Order No. 2) FM 624 to Wood River Drive Corpus Christi,Texas,Arias&Associated, Inc., October 7, 2021.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. ARTICLE 6—BONDS AND INSURANCE SC-6.03 REQUIRED MINIMUM INSURANCE COVERAGE Supplementary Conditions 007300-2 Trinity River FM624 To Wood River(Bond 2020)—21049 Rev 4/2022 DocuSign Envelope ID: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 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 Trinity River FM624 To Wood River(Bond 2020)—21049 Rev 4/2022 DocuSign Envelope ID: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 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 p.m. 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 Supplementary Conditions 007300-4 Trinity River FM624 To Wood River(Bond 2020)-21049 Rev 4/2022 DocuSign Envelope ID: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 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 $11 .25 per hour (or the applicable wage rate listed on this wage determination, if it is higher) for all hours spent performing on that contract in 2022 . The applicable Executive Order minimum wage rate will be adjusted annually. If this contract is covered by one of the Executive Orders and a classification considered necessary for performance of work on the contract does not appear on this wage determination, the contractor must still submit a conformance request. Additional information on contractor requirements and worker protections under the Executive Orders is available at www.dol.gov/whd/govcontracts . Modification Number Publication Date 0 01/07/2022 * SUTX1987-001 12/01/1987 Rates Fringes CARPENTER (Excluding Form Setting) . . . . . . . . . . . . . . . . . . . . . . . . .$ 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 Supplementary Conditions 007300- 5 Trinity River FM624 To Wood River(Bond 2020)-21049 Rev 4/2022 DocuSign Envelope ID: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 they work, up to 56 hours of paid sick leave each year. Employees must be permitted to use paid sick leave for their own illness, injury or other health-related needs, including preventive care; to assist a family member (or person who is like family to the employee) who is ill, injured, or has other health-related needs, including preventive care; or for reasons resulting from, or to assist a family member (or person who is like family to the employee) who is a victim of, domestic violence, sexual assault, or stalking. Additional information on contractor requirements and worker protections under the EO is available at www.dol.gov/whd/govcontracts . Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29CFR 5.5 (a) (1) (ii) ) . ---------------------------------------------------------------- The body of each wage determination lists the classification and wage rates that have been found to be prevailing for the cited type (s) of construction in the area covered by the wage determination. The classifications are listed in alphabetical order of ""identifiers"" that indicate whether the particular rate is a union rate (current union negotiated rate for local) , a survey rate (weighted average rate) or a union average rate (weighted union average rate) . Union Rate Identifiers A four letter classification abbreviation identifier enclosed in dotted lines beginning with characters other than ""SU"" or ""UAVG"" denotes that the union classification and rate were prevailing for that classification in the survey. Example: PLUM0198-005 07/01/2014. PLUM is an abbreviation identifier of the union, which prevailed in the survey for this classification, which in this example would be Plumbers 0198 indicates the local union number or district council number where applicable, i.e . , Plumbers Local 0198 . The next number, 005 in the example, is an internal number used in processing the wage determination. 07/01/2014 is the effective date of the most current negotiated rate, which in this example is July 1, 2014. Union prevailing wage rates are updated to reflect all rate changes in the collective bargaining agreement (CBA) governing this classification and rate. Survey Rate Identifiers 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 Supplementary Conditions 007300-6 Trinity River FM624 To Wood River(Bond 2020)-21049 Rev 4/2022 DocuSign Envelope ID: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 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 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, Supplementary Conditions 007300-7 Trinity River FM624 To Wood River(Bond 2020)-21049 Rev 4/2022 DocuSign Envelope ID: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 etc. ) that the requestor considers relevant to the issue. 3 . ) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board) . Write to: Administrative Review Board U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 4. ) All decisions by the Administrative Review Board are final. ---------------------------------------------------------------- END OF GENERAL DECISION" "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 $11 .25 per hour (or the applicable wage rate listed on this wage determination, if it is higher) for all hours spent performing on that contract in 2022 . The applicable Executive Order minimum wage rate will be adjusted annually. If this contract is covered by one of the Executive Orders and a classification considered necessary for performance of work on the contract does not appear on this wage determination, the contractor must still submit a conformance request. Additional information on contractor requirements and worker protections under the Executive Orders is available at Supplementary Conditions 007300-8 Trinity River FM624 To Wood River(Bond 2020)-21049 Rev 4/2022 DocuSign Envelope ID: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 www.dol.gov/whd/govcontracts . Modification Number Publication Date 0 01/07/2022 * SUTX2011-010 08/08/2011 Rates Fringes CEMENT MASON/CONCRETE FINISHER (Paving & Structures) . . .$ 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 Supplementary Conditions 007300-9 Trinity River FM624 To Wood River(Bond 2020)-21049 Rev 4/2022 DocuSign Envelope ID: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 on contractor requirements and worker protections under the EO is available at www.dol.gov/whd/govcontracts . Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29CFR 5.5 (a) (1) (ii) ) . ---------------------------------------------------------------- The body of each wage determination lists the classification and wage rates that have been found to be prevailing for the cited type (s) of construction in the area covered by the wage determination. The classifications are listed in alphabetical order of ""identifiers"" that indicate whether the particular rate is a union rate (current union negotiated rate for local) , a survey rate (weighted average rate) or a union average rate (weighted union average rate) . Union Rate Identifiers A four letter classification abbreviation identifier enclosed in dotted lines beginning with characters other than ""SU"" or ""UAVG"" denotes that the union classification and rate were prevailing for that classification in the survey. Example: PLUM0198-005 07/01/2014. PLUM is an abbreviation identifier of the union, which prevailed in the survey for this classification, which in this example would be Plumbers 0198 indicates the local union number or district council number where applicable, i.e . , Plumbers Local 0198 . The next number, 005 in the example, is an internal number used in processing the wage determination. 07/01/2014 is the effective date of the most current negotiated rate, which in this example is July 1, 2014. Union prevailing wage rates are updated to reflect all rate changes in the collective bargaining agreement (CBA) governing this classification and rate. Survey Rate Identifiers Classifications listed under the ""SU"" identifier indicate that no one rate prevailed for this classification in the survey and the published rate is derived by computing a weighted average rate based on all the rates reported in the survey for that classification. As this weighted average rate includes all rates reported in the survey, it may include both union and non-union rates . Example: SULA2012-007 5/13/2014. SU indicates the rates are survey rates based on a weighted average calculation of rates and are not majority rates . LA indicates the State of Louisiana. 2012 is the year of survey on which these classifications and rates are based. The next number, 007 in the example, is an internal number used in producing the wage determination. 5/13/2014 indicates the survey completion date for the classifications and rates under that identifier. 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 Supplementary Conditions 007300- 10 Trinity River FM624 To Wood River(Bond 2020)-21049 Rev 4/2022 DocuSign Envelope ID: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 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. 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 Trinity River FM624 To Wood River(Bond 2020)-21049 Rev 4/2022 DocuSign Envelope ID: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 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 Ardurra Group, Inc. 361-883-1984 D. Scott Jones, P.E. 361-883-1984 Traffic Engineering 361-826-3547 Police Department 361-882-2600 361-826-1800 (361-826-1818 after Water/Wastewater/Stormwater hours) Gas Department 361-885-6900 (361-885-6942 after hours) Parks& Recreation Department 361-826-3461 Street Department 361-826-1875 City Street Div.for Traffic Signals 361-826-1610 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 Trinity River FM624 To Wood River(Bond 2020)—21049 Rev 4/2022 DocuSign Envelope ID: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 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 Trinity River FM624 To Wood River(Bond 2020)—21049 Rev 4/2022 DocuSign Envelope ID: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 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 Trinity River Drive ("Trinity River")from FM 624 to Wood River, a distance of 1,010'. Trinity River is a Residential Collector and should contain parking lanes on each side of the road and one (1) travel lane in each direction. Ardurra designed the reconstructed roadway accordingly with 9'-wide parking lanes and 11'-wide travel lanes in each direction. The new roadway will include 6" standard curb and gutter and 5'-wide,tied sidewalks on each side of the road. This lane configuration will be constructed from Wood River to River Walk Drive. South of River Walk Drive,the new roadway will transition to one (1) 12'-wide, north-bound travel lane, a 14'-wide dedicated left-turn lane, and a 14'-wide straight/right-turn lane at the intersection with FM 624. The parking lanes will terminate on the north side of River Walk Drive. The pavement width will remain the same at 44' back-to-back throughout the Project Limits. Additional surface improvements include curb ramps and driveways. For this project there are two (2) base bids, one for HMAC pavement and one for Concrete pavement. The existing ACP waterlines will be removed and replaced with 8" C900 PVC waterlines, and the existing fire hydrants will be salvaged and replaced with new fire hydrants. The existing 8" VCP wastewater lines will be removed and replaced with 8" C900 DR18 (Green) PVC and the manholes will be removed and replaced with new 4' diameter fiberglass manholes. 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 Trinity River FM624 To Wood River(Bond 2020)—21049 Rev 10/2018 DocuSign Envelope ID: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 C. Completion of the Work described in this Contract may impact the construction and testing of the items listed above. 1. Coordinate construction activities through the OAR. 2. Pay claims for damages which result from the late completion of the Project or any specified Milestones. 1.04 WORK BY OWNER A. The Owner plans to perform the following items of work which are not included in this Contract, but may impact the construction scheduling and completion: 1. List for each project. 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 Trinity River FM624 To Wood River(Bond 2020)—21049 Rev 10/2018 DocuSign Envelope ID: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 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 A. Allowance A2,AA2—Allowance A- Bonds and Insurance 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 Trinity River FM624 To Wood River(Bond 2020)—21049 Rev 5/2020 DocuSign Envelope ID: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 B. Item B34, BB33 — Allowance B — Allowance For Unanticipated Street Improvements (MANDATORY): 1. The sum of $15,000 to be used for the purchase of [Unanticipated Street Improvements. C. Item C5, CCS - Allowance C — Allowance For Unanticipated ADA Improvements (MANDATORY): 1. The sum of $5,000 to be used for the purchase of Allowance For Unanticipated ADA Improvements(MANDATORY). D. Item D28, DD28-Allowance D—Allowance For Unanticipated Traffic Signals And Streetlight Improvements(MANDATORY): 1. The sum of$5,000 to be used for the purchase of Allowance For Unanticipated Traffic Signals And Streetlight Improvements(MANDATORY). E. Item E6, EE6 — Allowance E — Allowance For Unanticipated Drainage Improvements (MANDATORY): 1. The sum of $5,000 to be used for the purchase of Allowance For Unanticipated Drainage Improvements(MANDATORY). F. Item F23, FF23 - Allowance F — Allowance For Unanticipated Water Improvements (MANDATORY): 1. The sum of$15,000 to be used for the purchase of Allowance For Unanticipated Water Improvements(MANDATORY). G. Item G8, GG8 - Allowance G — Allowance For Unanticipated Wastewater Improvements (MANDATORY): 1. The sum of$5,000 to be used for the purchase of Allowance For Unanticipated Water Improvements(MANDATORY). 2.00 PRODUCTS(NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Alternates and Allowances 0123 10-2 Trinity River FM624 To Wood River(Bond 2020)—21049 Rev 5/2020 DocuSign Envelope ID: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT 1.00 GENERAL 1.01 MEASUREMENT AND BASIS FOR PAYMENTS ON LUMP SUM ITEMS A. Include all cost for completing the Work in accordance with the Contract Documents for lump sum payment items. Include all direct cost for the Work associated with that lump sum item and a proportionate amount for the indirect costs as described in Article 17 of SECTION 00 72 00 GENERAL CONDITIONS for each lump sum item. Include cost not specifically set forth as an individual payment item but required to provide a complete and functional system in the lump sum price. B. Measurement for progress payments will be made on the basis of the earned value for each item shown as a percentage of the cost for the lump sum item as described in Article 17 of SECTION 00 72 00 GENERAL CONDITIONS. Payment at Final Completion will be equal to the total lump sum amount for that item. 1.02 MEASUREMENT AND BASIS FOR PAYMENTS ON UNIT PRICE ITEMS A. Include all cost for completing the Work in accordance with the Contract Documents in unit price payment items. Include all direct cost for the Work associated with that unit price item and a proportionate amount for the indirect costs as described in Article 17 of SECTION 00 72 00 GENERAL CONDITIONS for each unit price item. Include cost not specifically set forth as an individual payment item but required to provide a complete and functional system in the unit price. B. Measurement for payments will be made only for the actual measured and/or computed length, area, solid contents, number, and weight, unless other provisions are made in the Contract Documents. Payment on a unit price basis will not be made for Work outside finished dimensions shown in the Contract Documents. Include cost for waste, overages, and tolerances in the unit price for that line item. Measurement will be as indicated for each unit price item. 1.03 MEASUREMENT AND BASIS FOR PAYMENT FOR BASE BID ITEMS A. Bid Item Al,AA1—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 Trinity River FM624 To Wood River(Bond 2020)—21049 Rev 5/2020 DocuSign Envelope ID: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 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 A3,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. C. Bid Item A7,AA7—Traffic control Design By Professional engineer(ALL PHASES): 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. D. Bid Item A8,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. 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. E. Bid Item A9,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 Measurement and Basis for Payment 012901-2 Trinity River FM624 To Wood River(Bond 2020)—21049 Rev 5/2020 DocuSign Envelope ID: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 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. F. Bid Item A10,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. G. Bid Item A11,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. 2. Measurement and payment will be made on a monthly basis in accordance with the Contractor's Bid Unit Price. H. Bid Item A16,AA16 -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. I. Other Bid Items Measurement and Basis for Payment 012901-3 Trinity River FM624 To Wood River(Bond 2020)—21049 Rev 5/2020 DocuSign Envelope ID: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 J. Other Bid Items 1. The basis of measurement and payment for other Bid Items, other than those mentioned above, shall include all materials, equipment, and labor necessary to 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 Trinity River FM624 To Wood River(Bond 2020)—21049 Rev 5/2020 DocuSign Envelope ID: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 0133 01 Submittal Register 022100 Select Material 02 24 20 Silt Fence 02 52 05 Pavement Repair,Curb,Gutter,Sidewalk&Driveway Replacement 02 5223 Crushed Limestone Flexible Base 02 54 04 Asphalts,Oils,&Emulsions 0254 12 Prime Coat 02 54 16 Seal Coat 02 54 24 Hot Mix Asphalt Concrete Pavement 02 56 10 Concrete Curb&Gutter 02 56 20 Portland Cement Concrete Pavement 02 5802 Temporary Traffic Controls During Construction 02 58 05 Work Zone Pavment Markings 02 58 07 Pavement Markings Paint and Thermoplastics) 0258 13 Preformed Thermoplastic Striping,Words&Emblems 0258 16 Raised Pavement Markers 0258 18 Reference Specifications-TOOT DMS-4200 Pavement Markers Reflectorized 02 58 28 Reference Specifications-TXDOT DMS-6130 Bituminous Adhesive for Pavement Marker PVC Pipe-Pressure Pipe for Wastewater Force Mains, 02 62 04 Irrigation systems,and Water Transmission Lines-ASTM D2241 02 6206 1 Ductile Iron Pipe&Fittings 0262 10 PVC Pipe-AWWA C900/C905 Pressure pipe for Municipal Water Mains and Wastewater Force mains 02 64 04 Water Service lines 02 64 11 Gate Valves for Waterlines 02 6416 Fire Hydrants 02 72 05 Fiberglass Manholes 02 7611 Cleaning and Televised inspection of Conduits 02 80 40 Sodding 03 00 20 Portland Cement Concrete 03 2020 Reinforced Steel 03 70 40 Epoxy Compounds 5-44 03 80 00 Concrete Structures 05 5420 Frames,Grates,Rings,&Covers Submittal Register 01 33 01-1 Trinity River FM624 To Wood River(Bond 2020)—21049 10/2018 DocuSign Envelope ID: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 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 1 month prior to beginning the Work. Special Procedures 013500- 1 Carroll Lane—(Holly Road To Dead End) Bond 2020-21054 Rev 10/2018 DocuSign Envelope ID: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 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) 8" Waterline No down time Wastewater Collection Minimized down Time specified on 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 8" waterline and connected water distribution infrastructure. 2. Critical Operation 2—Remove and replace existing VCP wastewater lines and install/rehabilitate wastewater manholes 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 Carroll Lane—(Holly Road To Dead End) Bond 2020-21054 Rev 10/2018 DocuSign Envelope ID: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 2.00 PRODUCTS(NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Special Procedures 013500-3 Carroll Lane—(Holly Road To Dead End) Bond 2020-21054 Rev 10/2018 DocuSign Envelope ID: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 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 Carroll Lane—(Holly Road to Dead End) Bond 2020-21054 Rev 8/2019 DocuSign Envelope ID: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 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 Carroll Lane—(Holly Road to Dead End) Bond 2020-21054 Rev 8/2019 DocuSign Envelope ID: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 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 Carroll Lane—(Holly Road to Dead End) Bond 2020-21054 Rev 8/2019 DocuSign Envelope ID: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 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 Carroll Lane—(Holly Road to Dead End) Bond 2020-21054 Rev 8/2019 DocuSign Envelope ID: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 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 Carroll Lane—(Holly Road To Dead End) Bond 2020-21054 Rev 8/2019 DocuSign Envelope ID: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 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 Carroll Lane—(Holly Road To Dead End) Bond 2020-21054 Rev 8/2019 DocuSign Envelope ID: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 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 Carroll Lane—(Holly Road To Dead End) Bond 2020-21054 Rev 8/2019 DocuSign Envelope ID: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 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 Carroll Lane—(Holly Road To Dead End) Bond 2020-21054 Rev 8/2019 DocuSign Envelope ID: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 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 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 Carroll Lane—(Holly Road To Dead End) Bond 2020-21054 Rev 8/2019 DocuSign Envelope ID: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 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 Carroll Lane—(Holly Road To Dead End) Bond 2020-21054 Rev 8/2019 DocuSign Envelope ID: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 PART • • DocuSign Envelope ID: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 PARTS: CITY STANDARD CONSTRUCTION SPECIFICATIONS INDEX DIVISION 2—SITEWORK REV. DATE 021 SITE PREPARATION 021020 Site Clearing&Stripping 10-30-14 021040 Site Grading 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 09-02-20 025223 Crushed Limestone Flexible Base 03-25-15 0254.....ASPHALTS&SURFACES 025404 Asphalts, Oils, & Emulsions 10-30-14 025412 Prime Coat 10-30-14 025612 Seal Coat 03-25-15 025424 Hot Mix Asphalt Concrete Pavement 03-25-15 0256.....CONCRETE WORK 025610 Concrete Curb&Gutter 03-25-15 025612 Concrete Sidewalks& Driveways 03-25-15 025620 Portland Cement Concrete Pavement 03-25-15 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: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 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 0264.....WATERLINES 026402 Waterlines 03-25-15 026404 Water Service Lines 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 0276....WASTEWATER(GRAVITY) 027602 Gravity Wastewater Lines 07-01-15 027604 Disposal of Waste From Wastewater Cleaning Operations 10-30-14 027611 Cleaning and Televised Inspection of Conduits 03-25-15 028 SITE IMPROVEMENTS &LANDSCAPING 028040 Sodding 03-25-15 028200 Mail Box Relocation 10-30-14 028300 Fence Relocation 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 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: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 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: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 SECTION 021040 SITE GRADING 1. DESCRIPTION This specification shall govern all work necessary for backfill and grading of the site to complete the project. 2. CONSTRUCTION METHODS Prior to site grading, the site shall be cleared in accordance with City Standard Specification Section 021020 "Site Clearing and Stripping". Unless specified otherwise on the drawings, the existing surface shall be loosened by scarifying or plowing to a depth of not less than six(6)inches. The loosened material shall be recompacted with fill required to bring the site to the required grades and elevations indicated on the plans. Fill shall be uniform as to material, density and moisture content. Fill shall be free of large clods, large rocks, organic matter, and other objectionable material. No fill that is placed by dumping in a pile or windrow shall be incorporated into a layer in that position; all such piles and windrows shall be moved by blading or similar method. All fill shall be placed in layers approximately parallel to the finish grade in layers not to exceed six (6) inches of uncompacted depth, unless indicated otherwise on drawings. The fill shall be compacted to a density which approximates that of natural ground unless indicated otherwise on drawings. The Engineer may order proof rolling to test the uniformity of compaction. All irregularities, depressions and soft spots that develop shall be corrected by the Contractor. Excess material from excavation, which is not incorporated into the site as fill, shall be become property of the Contractor and disposed of away from the job site, unless indicated otherwise on the drawings. 3. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form,site grading shall not be measured for pay,but shall be considered subsidiary to other work. 021040 Page 1 of 1 Rev. 10-30-2014 DocuSign Envelope ID: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 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: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 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: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 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: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 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-lb (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: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 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: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 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: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 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: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 works. Allowable piezometric elevations shall be defined in the ground water control system design. G. Remove ground water control installations. I. 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 I2-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: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 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: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 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: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 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 mg/L 3. Analyze Ground Water for Hydrocarbon Contamination. All other parameters listed on the Ground Water Discharge Limits table must be analyzed prior to ground water discharge to the storm water system. If no limits are exceeded, ground water discharge to the storm water system may be authorized following notification to the MS4 operator(City of Corpus Christi) and all Pollution Prevention Measures for the project are in place. Analytical results shall be on-site or readily available for review by local, state or federal inspectors. Note that this step is frequently done simultaneously with Step 2 above to shorten analytical processing time. 4. Pollution Prevention Measures. A storm water pollution prevention plan or pollution control plan shall be developed and implemented prior to any ground water discharges to the storm water system. The plan's objectives are to limit erosion and scour of the storm water system, and minimize Total Suspended Solids (TSS) and other forms of contamination, and prevent any damage to the storm water system. Note that ground water discharges must cease immediately upon the first recognition of contamination, either by sensory or analytical methods. If the discharge of groundwater results in any damages to the storm water system, the responsible parry 022021 Page 8 of 10 Rev.10-30-2014 DocuSign Envelope ID: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 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 Parry: 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 parry 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: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 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: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 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: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 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 �/z 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: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 (C) Curb Backfill and Topsoil (Sidewalks,Parkway, 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 classified as Type 2 geogrid by TxDOT under the most current version of "TxDOT Departmental Materials Specification DMS-6240". The layer coefficient ratio (LCR) for pavement design with geogrid shall not exceed 1.2. Alternate pavement designs shall be sealed and signed by a Texas professional engineer and 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. 022040 Page 13 of 3 DocuSign Envelope ID: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 The 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 14 of 3 DocuSign Envelope ID: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 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: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 SECTION 022420 SILT FENCE 1. DESCRIPTION This specification shall govern all work necessary for providing and installing silt fencing required to control sedimentation and erosion during construction of the project. 2. MATERIAL REQUIREMENTS A. Geotextile shall meet the requirements for temporary silt fence per AASHTO M288. B. Fence Reinforcement Materials: Silt fence reinforcement shall be one of the following systems. Type 1: Self-Supported Fence-This system consists of fence posts,spaced no more than 8- 1/2 feet apart, and geotextile without net reinforcement. Fence posts shall be a minimum of 42 inches long, embedded at least one (1) foot into the ground, and constructed of either wood or steel. Soft wood posts shall be at least 3 inches in diameter or nominal 2 x 4 inches in cross section and essentially straight. Hardwood posts shall be a minimum of 1.5 x 1.5 inches in cross section. Fabric attachment may be by staples or locking plastic ties at least every 6 inches, or by sewn vertical pockets. Steel posts shall be T or L shaped with a minimum weight of 1.3 pounds per foot. Attachment shall be by pockets or by plastic ties if the posts have suitable projections. Type 2: Net-Reinforced Fence - This system consists of fence posts, spaced no more than 8-1/2 feet apart, and geotextile with an attached reinforcing net. Fence posts shall meet the requirements of Self-Supported Fence. Net reinforcement shall be galvanized welded wire mesh of at least 12.5-gauge wire with maximum opening size of 4 x 2 inches. The fabric shall be attached to the top of the net by crimping or cord at least every 2 feet, or as otherwise specified. Type 3: Triangular Filter Dike-This system consists of a rigid wire mesh,at least 6-gauge, formed into an equilateral triangle cross-sectional shape with sides measuring 18 inches, wrapped with geotextile silt fence fabric. The fabric shall be continuously wrapped around the dike, with a skirt extending at least 12 inches from its upslope corner. C. Packaging Requirements: Prior to installation,the fabric shall be protected from damage due to ultraviolet light and moisture by either wrappers or inside storage. 022100 Page 1 of Rev.10-30-2014 DocuSign Envelope ID: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 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 Rev. 10-30-2014 DocuSign Envelope ID: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 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: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 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: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 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: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 THIS PAGE INTENTIONALLY LEFT BLANK 025205 Page 4 of 4 Rev.11-9-2016 DocuSign Envelope ID: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 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: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 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: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 Table 1 Gradation Re uirements Minimum%Passin Sieve Size Base Subgrade 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: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 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: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 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: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 (ASTM D1557) under flexible pavements or typical minimum 98% Standard Proctor (ASTM D698) under concrete pavement and to within + 2% of optimum moisture. The section may be accepted if no more than 1 of the 5 most recent moisture or density tests is outside of the specified limits, and the failed test is within+1% deviation from specified moisture or density requirements. The surface of the compacted base, after meeting moisture and density requirements, shall be primed in accordance with City Standard Specification Section 025412 "Prime Coat". On completion of compaction and priming, the surface shall be smooth and conform to lines, grades, and sections shown on the drawings. Areas with any deviation in excess of 1/4 inch in cross-section and in lengths of 16 feet measured longitudinally shall be corrected by loosening, adding or removing material, reshaping, and recompacting by repriming and rolling. Moisture and density shall be maintained until the paving is complete. Excessive loss of moisture shall be prevented by sprinkling,sealing,or covering with a subsequent layer. Should the base,due to any reason or cause, lose the required stability, density, or moisture before it is protected by placement of the next layer, it shall be re-compacted,refinished, and retested at the expense of the Contractor until acceptable to the City. 5. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, crushed limestone flexible base shall be measured by the square yard complete in place. Payment shall be full compensation for all materials, royalty, hauling,placing,compacting,labor,equipment,tools, and incidentals necessary for the completion of work. Prime shall be measured and paid under separate bid item if specified on the Bid Form. Geogrid shall be measured and paid under separate bid item if specified on the Bid Form. 025223 Page 2 of 2 Rev.3-25-2015 DocuSign Envelope ID: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 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: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 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 Rev. 10-30-2014 DocuSign Envelope ID: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 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 Rev. 10-30-2014 DocuSign Envelope ID: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 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. 025414 Page 1 of 2 Rev.3-25-2015 DocuSign Envelope ID: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 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 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: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 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 Weight No. 10 100 No. 200 0-15 025424 Page 1 of 8 Rev.3-25-2015 DocuSign Envelope ID: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 2.1.3 Filler shall consist of dry stone dust,Portland cement,hydrated lime,or other mineral dust approved by the Engineer. Grading of filler shall be as follows: Sieve Size Minimum Percent Passing by Weight No. 30 95 No. 80 75 No. 200 55 2.2. Reclaimed Asphalt Pavement(RAP). Reclaimed asphalt pavement may be incorporated into the hot mix asphalt concrete furnished for the project, provided that the mixture is designed per the TxDOT Methods and meets the applicable provisions of said TxDOT Item 340 and this specification. 2.3. Asphalt. Asphalt Material shall be in accordance with Standard Specification Section 025404 "Asphalt, Oils and Emulsions" and AASHTO. 2.3.1. Paving Mixture: APPLICATION ASPHALT GRADE Residential or low volume PG 64-22 Collector Surface Course PG 70-22 Binder Course PG 64-22 Arterial Surface Course PG 76-22 Binder Course PG 64-22 Base Courses PG 64-22 2.3.2. Tack Coat shall consist of an emulsion, SS-1 diluted with equal volume of water and applied at a rate ranging from 0.05 to 0.15 gallon per square yard. 3. PAVING MIXTURE 3.1. Mix Design. The mixture shall be designed in accordance with TxDOT Bulletin C-14 and TxDOT Test Method TEX-204-F to conform to the requirements of this specification. The Contractor shall furnish the mix design for the j ob-mix to be used for the project,unless shown otherwise on the drawings. The mix design shall be submitted prior to placement of the mixture. The design procedures are actually intended to result at a job-mix with properties in compliance with these specifications, and when properly placed the job-mix will be durable 025424 Page 2 of 8 Rev.3-25-2015 DocuSign Envelope ID: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 and stable. The sieve analysis of the job-mix shall be within the range of the Master Gradation and Tolerances specified herein. The job-mix shall meet the density and stability requirements as specified and shall be included with the mix design as submitted per above. If the specific gravity of any of the types of aggregates differs by more than 0.3,use volume method. Plot sieve analysis of job-mix; percent passing versus size on four-cycle semi-log paper or other appropriate type paper. Show tolerance limits and Limits of Master Gradation. 3.2. Master Gradation of Aggregate. The aggregate for the type of mix specified shall be within the following tabulated limits per TxDOT Test Method TEX-200-F (Dry Sieve Analysis): Type Sieve A B C D Size Course Fine Course Fine Base Base Surface Surface 1-1/2" 100 1-1/4" 95-100 1" 100 7/8" 70-90 95-100 100 5/8" 75-95 95-100 1/2" 50-70 100 3/8" 60-80 70-85 85-100 1/4" No. 4 30-50 40-60 43-63 50-70 No. 10 20-34 27-40 30-40 32-42 No. 40 5-20 10-25 10-25 11-26 No. 80 2-12 3-13 3-13 4-14 No. 200 1-6* 1-6* 1-6* 1-6* VMA minimum 11 12 13 14 025424 Page 3 of 8 Rev.3-25-2015 DocuSign Envelope ID: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 * 2-8 when TxDOT Test Method Tex-200-F,Part II(Washed Sieve Analysis)is used. 3.3. Tolerances. The mixture delivered to the job site shall not vary from the job-mix by more than the tolerances specified below. The gradation of the produced mix shall not fall outside the Master Grading Limits, with the following exceptions: for Type B material coarser than 3/8" and for Type D material coarser than 44. Variations from job-mix shall not exceed the following limits, except as noted above: Item: Tolerances Percentby 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: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 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 Heatingof 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 '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: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 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: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 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: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 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: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 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 j oint 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: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 After the concrete has been struck off and after it has become sufficiently set,the exposed surfaces shall be thoroughly worked with a wooden float. The exposed edges shall be rounded by the use of an edging tool to the radius indicated on the drawings. All exposed surfaces of curb and gutter, or curb, shall be brushed to a smooth and uniform surface. The completed curb and gutter shall be cured with Type 2, white pigmented curing compound unless shown otherwise on the drawings. Other methods of curing as outlined in City Standard Specification Section 038000 "Concrete Structures" will be acceptable with a required curing period of 72 hours. The area behind the curb shall be backfilled,tamped, and sloped as directed as soon as possible and no later than 48 hours after the removal of forms. Backfill shall be placed to the full height of the curb, or as otherwise specified. 4. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, concrete curb and gutter or concrete curb will be measured by the linear foot for each type of curb, complete in place. Payment shall be full compensation for preparing the subgrade; for furnishing and placing all materials including reinforcing steel and expansion joint material; for furnishing,placing, shaping and tamping backfill; and for all manipulation, labor, tools, equipment and incidentals necessary to complete the work. 025610 Page 2 of 2 Rev.3-25-2015 DocuSign Envelope ID: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 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 jointfiller 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: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 The different sections shall be separated by a premolded insert or board joint of the thickness shown on the drawings, placed vertically and at right angles to the longitudinal axis of the sidewalks. Where the sidewalk or driveways abut a curb or retaining wall, approved expansion joint material shall be placed along their entire length. Similar expansion joint material shall be placed around all obstructions protruding through sidewalks or driveways. Concrete shall be mixed in a manner satisfactory to the Engineer,placed in the forms to the depth specified and spaded and tamped until thoroughly compacted and mortar entirely covers the surface. The top surface shall be floated with a wooden float to a gritty texture. The outer edges and joints shall then be rounded with approved tools to the radii shown on drawings. 5-foot wide sidewalks shall be marked into separate sections, each 5 feet in length, by the use of approved jointing tools. For other widths of sidewalk,joints to be spaced longitudinally to match the transverse width. When completed,the sidewalks and driveways shall be cured with Type 2,white pigmented curing compound. Other methods of curing as outlined in City Standard Specification Section 038000 "Concrete Structures" will be acceptable with a required curing period of 72 hours. 4. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, concrete sidewalks and driveways shall be measured by the square foot of surface area of completed sidewalks, driveways, or sidewalks and driveways, as indicated on the drawings. Payment shall be full compensation for preparing and compacting the subgrade; for furnishing and placing all materials including concrete,reinforcing steel and expansion joint material; and for all manipulation, labor, tools, equipment and incidentals necessary to complete the work. 025612 Page 2 of 2 Rev.3-25-2015 DocuSign Envelope ID: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 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: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 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 Agate 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: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 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: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 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(1/2" 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: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 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 j oints 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: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 SECTION 025802 TEMPORARY TRAFFIC CONTROLS DURING CONSTRUCTION 1. DESCRIPTION This specification shall govern all work required for Temporary Traffic Controls during construction. The work shall include furnishing,installing,moving,replacing, and maintaining all temporary traffic controls including, but not limited to, barricades, signs, barriers, cones, lights, signals,temporary detours,temporary striping and markers, flagger,temporary drainage pipes and structures, blue business signs, and such temporary devices as necessary to safely complete the proj ect. 2. MATERIALS Traffic control devices shall conform to the latest edition of the"Texas Manual on Uniform Traffic Control Devices", unless indicated otherwise on the Traffic Control Plan. 3. METHODS Sufficient traffic control measures shall be used to assure a safe condition and to provide a minimum of inconvenience to motorists and pedestrians. If the Traffic Control Plan (TCP) is included in the drawings, any changes to the TCP by the Contractor shall be prepared by a Texas licensed professional engineer and submitted to the City Traffic Engineer for approval,prior to construction. If the TCP is not included in the drawings,the Contractor shall provide the TCP prepared by a Texas licensed professional engineer and submit the TCP to the City Traffic Engineer for approval,prior to construction. The Contractor is responsible for implementing and maintaining the traffic control plan and will be responsible for furnishing all traffic control devices, temporary signage and ATSSA certified flaggers. The construction methods shall be conducted to provide the least possible interference to traffic so as to permit the continuous movement of traffic in all allowable directions at all times. The Contractor shall cleanup and remove from the work area all loose material resulting from construction operations at the end of each workday. All signs,barricades, and pavement markings shall conform to the BC standard sheets, TCP sheets and the latest version of the "Texas Manual on Uniform Traffic Control Devices". The Contractor may be required to furnish additional barricades, signs, and warning lights to maintain traffic and promote motorists safety. Any such additional signs and barricades will be considered subsidiary to the pay item for traffic control. All signs, barricades, and posts will be either new or freshly painted. The contractor and any traffic control subcontractor must be ATSSA certified for Traffic Control. 025802 Page 1 of 3 Rev.10-30-2014 DocuSign Envelope ID: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 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 Y-1- L MA 2' t6 1 ', NuAR,IN GA DIN 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: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 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: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 SECTION 025803 TRAFFIC SIGNAL ADJUSTMENTS 1. DESCRIPTION This specification shall govern all work for Traffic Signal Adjustments required to complete the proj ect. 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: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 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 Rev. 10-30-2014 DocuSign Envelope ID: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 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 Rev. 10-30-2014 DocuSign Envelope ID: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 SECTION 025807 PAVEMENT MARKINGS (PAINT AND THERMOPLASTIC) 1. DESCRIPTION This item shall consist of markings and stripes on the surface of the roadways or parking facilities applied in accordance with this specification and at the locations shown on the drawings or as directed by the Engineer. 2. MATERIALS Type I Pavement Marking Materials shall be in accordance with TxDOT Departmental Material Specification DMS-8220 "Hot Applied Thermoplastic". All roadway markings shall be thermoplastic. Type II Pavement Marking Materials shall be in accordance with TxDOT Departmental Material Specification DMS-8200 "Traffic Paint" and are not to be used for roadway markings except as primer/sealer for Type 1 markings. Type II Pavement Markings shall be allowed for parking facilities if called for in the plans. Glass Traffic Beads shall be drop-on glass beads conforming to TxDOT Departmental Material Specification DMS-8290 "Glass Traffic Beads". 3. CONSTRUCTION METHODS 3.1 Weather Limitations -Pavement marking shall be performed only when the existing surface is dry and clean, when the atmospheric temperature is above 40°F., and when the weather is not excessively windy, dusty, or foggy. The suitability of the weather will be determined by the Engineer. 3.2 Equipment - All equipment for the work shall be approved by the Engineer and shall include the apparatus necessary to properly clean the existing surface, and mechanical marking machine, and such auxiliary hand painting equipment as may be necessary to satisfactorily complete the job. The mechanical marker shall be an approved atomizing spray-type marking machine suitable for application of pavement markings. It shall produce an even and uniform film thickness at the required coverage and shall be designed so as to apply markings of uniform cross-sections and clear-out edges without running of 025807 Page 1 of 3 Rev.10-30-2014 DocuSign Envelope ID: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 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: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 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: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 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: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 (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) Visibili1y. The pavement marking material, in place on the roadway, shall have uniform and distinctive retro-reflectance when observed in accordance with TxDOT Test Method Tex- 828-B. (4) Observation Period. All material, workmanship and labor furnished shall be covered by manufacturer's guarantee and/or warranty for a period of 12 months commencing on the final delivery date of the materials. Pavement markings that fail to meet all requirements of this specification shall be removed and replaced at the expense of the Contractor within 30 working days following notification by the Engineer of such failure. All replacement pavement markings shall also meet all requirements of this specification for the same warranty period after installation. 025813 Page 2 of 3 Rev.3-25-2015 DocuSign Envelope ID: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 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: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 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: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 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: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 DEPARTMENTAL MATERIALS SPECIFICATION PAVEMENT MARKERS(REFLECTORIZED) DMS - 4200 PAVEMENT MARKERS (REFLECTORIZED) EFFECTIVE DATE: JANUARY 2010 4200.1. Description. This Specification governs for the pre-qualification,testing, and field evaluation requirements for reflectorized pavement markers (RPMs). 4200.2. Units of Measurements. The values given in parentheses (if provided) are not standard and may not be exact mathematical conversions. Use each system of units separately. Combining values from the two systems may result in nonconformance with the standard. 4200.3. Material Producer List. The Materials and Pavements Section of the Construction Division(CST/M&P)maintains the Material Producer List(MPL)of all materials conforming to the requirements of this specification. Materials appearing on the MPL, entitled "Jillg e Bar Tiles Pavement Markers and Traffic Buttons,"require no further testing, unless deemed necessary by the Project Engineer or CST/?\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/?\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. TEXASDEPARTMENTOFTRANSPORTATION 1-7 EFFECTIVE DATE:JANVARY2010 DocuSign Envelope ID: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 DEPARTMENTAL MATERIALS SPECIFICATION PAVEMENT MARKERS(REFLECTORIZED) A. Pre-Qualification Request.Prospective suppliers interested in submitting their product for evaluation must submit a written request to the Texas Department of Transportation, Construction Division, Materials &Pavements Section (CP51), 125 East 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/1\4&P with 350 RPMs of each color and type for laboratory and field testing. Submit materials for laboratory testing and field evaluations at no cost to the Department. CST/M&P will acknowledge receipt of materials and specify a tentative completion date for laboratory testing. CST/M&P will test RPMs in accordance with Article 4200.6 and will send notification of results once laboratory testing is complete. If laboratory testing conducted by TxDOT or by NTPEP shows RPMs do not meet the requirements of this specification, evaluation will cease, and RPMs will not be qualified. Suppliers may resubmit materials for qualification after providing documentation identifying the cause and corrective action taken. C. Field Testing.Upon satisfactory completion of laboratory testing,CST/M&P will specify the location of one or more roadways selected for the 12-month field test and suggested application dates. The roadways will include: • a concrete surface, • a hot-mix asphalt surface, and • a Grade 3 sealcoat. The concrete and asphalt roadways will be full-access controlled freeways with a minimum average daily traffic (ADT) count of 35,000 vehicles, a minimum of 20% average daily truck traffic volume, and a minimum posted speed limit of 65 mph. The Grade 3 road test will be conducted on a four-lane divided highway with a minimum ADT count of 4,000 vehicles per lane, a minimum of 20% average daily truck traffic volume, and a minimum posted speed limit of 50 mph. Providing NTPEP test results meeting the requirements of this specification may replace the concrete and hot-mix asphalt field tests on a deck for deck basis. If TxDOT or NTPEP field testing shows RPMs do not meet the requirements of this specification, evaluation will cease, and RPMs will not be qualified. Suppliers may TEXASDEPARTMENTOFTRANSPORTATION 2-7 EFFECTIVE DATE:JANVARY2010 DocuSign Envelope ID: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 DEPARTMENTAL MATERIALS SPECIFICATION PAVEMENT MARKERS(REFLECTORIZED) resubmit materials for qualification after providing documentation identifying the cause and corrective action taken. 1. NTPEP Testing. Submit NTPEP test data to CST/M&P for review if available. CST/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/M&P will confirm the date and location of the field evaluation installation and resolve any problems as necessary. CST/1\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/M&P. Application must meet all Department specifications for RPM application and traffic control as well as the manufacturer's recommendations. Notify CST/M&P of any problems or concerns with the installation within one week of application and request a re-installation, if necessary. 3. Evaluation. CST/?\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. TEXASDEPARTMENTOFTRANSPORTATION 3-7 EFFECTIVE DATE:JANVARY2010 DocuSign Envelope ID: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 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/?\4&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/?\4&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/?\4&P, may be cause for removal from the MPL. TEXASDEPARTMENTOFTRANSPORTATION 4-7 EFFECTIVE DATE:JANVARY2010 DocuSign Envelope ID: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 DEPARTMENTAL MATERIALS SPECIFICATION PAVEMENT MARKERS(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. TEXASDEPARTMENTOFTRANSPORTATION 5-7 EFFECTIVE DATE:JANVARY2010 DocuSign Envelope ID: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 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 lb. with none exhibiting a deformation of more than 0.125 in. before achieving the minimum strength. A random sample of five markers will be tested in accordance with Tex-434-A. The average compression results must have a quality index value equal to or greater than 1.23. The quality index value will be calculated from the lower specification limit of 2,000 lb. load. The following equation is used to determine the quality index value: QL = (X — LSL) / 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-846-13. 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. TEXASDEPARTMENTOFTRANSPORTATION 6-7 EFFECTIVE DATE:JANVARY2010 DocuSign Envelope ID: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 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-lb. weight in the form of a 2-in. solid right-circular cylinder with a flat impact face having rounded edges falling freely through a vertical guide. The RPMs will be impacted while resting on a solid, flat, steel plate that is at least 1/2 in. thick. The RPMs will be tested at increasing heights until failure occurs. Failure will occur when the lens or body cracks. The height at which failure occurs -6 in. will be the acceptance threshold for RPMs supplied after pre-qualification. 4200.7. Archived Versions. Archived versions are available. TEXASDEPARTMENTOFTRANSPORTATION 7-7 EFFECTIVE DATE:JANVARY2010 DocuSign Envelope ID: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 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,OF 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: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 DEPARTMENTAL MATERIALS SPECIFICATION BITumNOVS ADHESIVE FOR PAVEMENT MARKERS B. Asphalt Properties. This applies to standard bituminous adhesive only. The filler-free asphalt, obtained from the Extraction and Abson recovery process, as explained in Section 6130.4, must have the properties in Table 2. Table 2 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(No.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: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 DEPARTMENTAL MATERIALS SPECIFICATION BITumNOVS ADHESIVE FOR PAVEMENT MARKERS to lose any solids. Place the sample flask in a balanced centrifuge and spin using a minimum relative centrifugal force of 150 (as determined in ASTM D 1796, Section 6.) Remove the sample flask and decant the solvent, taking care not to lose any solids. Repeatedly add more solvent, centrifuge, and decant until the solvent becomes clear and the filler appears free of asphalt. Dry the recovered filler at 71 ± 3°C (160 ± 5°F)to remove solvent. Weigh the dried filler. Filter the decanted solvent through a filter paper with a 20-25 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: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 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 Y Galvanized Nipple 2" Straight Coupling 2"x Y 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: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 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 Rev. 10-30-2014 DocuSign Envelope ID: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 The maximum allowable leakage shall be as follows: Ductile Iron Pipe, AWWA C600 L = SD (P)1/2 o/ L=N D P 1/2 133,200 7,400 Asbestos-Cement Pipe,AWWA C603 L =N D P '�= 4,000 PVC Pipe-Uni-bell equation 99 L =N D P '�= 7,400 WHERE: L=Maximum Allowable Leakage(gallons/hour) S = Length of Pipe Tested(feet) N=Number of Joints in Tested Line(pipe and fittings) D =Nominal Diameter of Pipe (inches) P=Average Test Pressure(psi) If the pressure system fails to meet the leakage requirements, the Contractor shall make the required repairs to the system and the system shall be retested. This procedure shall be repeated until the system complies with leakage requirements. The cost of each retest shall be $100. 4. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, hydrostatic testing of pressure systems will not be measured for pay, but shall be subsidiary to the installation of the pressure system component. 026202 Page 2 of Rev. 10-30-2014 DocuSign Envelope ID: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 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 224 1) 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 j ointing 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 Rev. 10-30-2014 DocuSign Envelope ID: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 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 Rev. 10-30-2014 DocuSign Envelope ID: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 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: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 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: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 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: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 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 j ointing 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: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 8. CERTIFICATION The contractor shall furnish in duplicate to the Engineer a copy of the manufacturer's affidavit of compliance with this specification,to include gaskets. Certification shall accompany each delivery of materials. 9. MEASUREMENT AND PAYMENT Unless otherwise specified in the Bid Form, PVC pipe (AWWA C900 or C905)will be measured by the linear foot along the centerline for each size of pipe installed. Measurement of pipe shall be up to, but not include, the fittings. Payment shall include all labor, materials, tools and equipment for the completed installation, backfilling and testing of the PVC pipe, together with all incidentals necessary to install the pipe complete in place,per linear foot. 026210 Page 2 of 2 Rev.3-25-2015 DocuSign Envelope ID: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 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: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 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: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 (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: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 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: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 (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: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 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: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 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 V 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: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 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 j oint 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: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 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: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 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 Len_ -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- 1/2")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. 026416 Page 1 of 3 Rev.3-25-15 DocuSign Envelope ID: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 k) Tapping of Drain Opening- Tapping of the drain opening for pipe threads is not required. 1) Nozzle Chain-Not required. m) Direction to Open - The hydrants shall open left(counter clockwise). n) Color of Finish Above Ground Line - That portion of the hydrant above the ground line shall be painted chrome yellow. o) Shape and Size of Operating and Cap Nuts - The operating and cap nuts shall be tapered pentagon one and one-fourth inches (1-1/4") point to face at base and one and one-eighth inches (1-1/8")point to face at top of nut. p) Nozzle Cap Chains -Hydrants shall be furnished without nozzle cap chains. q) Size of Fire Hydrant - The main valve opening shall not be less than five and one-quarter inches (5-1/4")inside diameter. r) Valve Facing - The main valve facing of the hydrant shall be rubber with 90± Durometer hardness. When the main valve lower washer and stem nut are not an integral casting then the bottom stem threads shall be protected with a bronze cap nut and a bronze lock nut. S) Barrel Sections - The hydrant shall be made in two or more barrel sections with flanges connecting the barrel to the elbow and to the packing plate. t) Breakable Coupling - Hydrants shall be equipped with a breakable coupling on both the barrel section and the stem. The couplings shall be so designed that in case of traffic collision the barrel and stem collar will break before any other part of the hydrant breaks. u) Hydrant Adjustment - The hydrant shall be designed as to permit its extension without excavating after the hydrant is completely installed. v) Breakable Collars, Barrel and Stem - Weakened steel or weakened cast iron bolts that are used in the breakable barrel couplings will not be acceptable. w) Operating Stem - Stems that have operating thread located in the waterway shall be made of manganese bronze, Everdure, or other high quality non-corrodible metal. Stems that do not have operating threads located in the waterway must be sealed by a packing gland or "O"-ring seal located between the stem threads and waterway. Iron or steel stems shall be constructed with a bronze sleeve extending through the packing or "O"-ring seal area. The sleeve shall be of sufficient length to be in the packing gland "O"-ring seal in the both open and closed positions of the main valve. The sleeve shall be secured to the steel stem so as to prevent water leakage between the two when subjected to 300 pounds hydrostatic test pressure. 026416 Page 2 of 3 Rev.3-25-15 DocuSign Envelope ID: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 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: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 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: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 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: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 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: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 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: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 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: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 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: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 BYPASS PUMPING PLAN FORM Date: Project Title: No.: Engineer: Contractor: Service Area: Lift Station No.(if applicable): Start Date &Time: Completion Date &Time: Sewer Line Size being Bypassed: Estimated Peak Flow: Line Plugging Method&Locations: Suction Manhole or Lift Station Number and Depth: Discharge Manhole or Lift Station Number and Depth: Maximum Surcharge Depth Allowed: Bypass Forcemain Size, Material&Length: Pump Description: (Self-Priming,Critically Silenced,and Automatic Level Controls Required) Make, Model, Suction/Discharge Size: Diesel or Electric Total Number of Pumps/Standby Pumps: Total &Firm Capacity(GPM @ TDH): Vacuum Trucks (if required,number and capacity): Contractor Personnel Manning Bypass System (24 hours/day): Name: Phone: Name: Phone: Emergency Contacts: Name: Phone: Name: Phone: Additional Notes: Required Checklist: YES NO ❑ ❑ Schematic drawing providing details of proposed bypass pumping system,routing of bypass lines(using manhole numbers and/or lift station names as applicable),equipment location,and proposed sequencing. ❑ ❑ Has traffic control plan been appropriately modified to facilitate the bypass pumping equipment? ❑ ❑ Pumps: Self-priming&Critically Silenced. Provide pump curve with Bypass plan. (Requirement). ❑ ❑ Contractor shall coordinate with Supplier for appropriate instruction and training on pump operation. ❑ ❑ Have emergency and/or backup provisions been made for quick pump change out in the case of system failure? ❑ ❑ Contractor has confirmed no rain(less than 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: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 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 VI 168 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: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 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 notbe 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: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 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: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 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: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 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: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 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: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 minimum inside diameter of 31.75 inches at the top, unless otherwise indicated on the drawings. B. Manhole Pipe Connectors Manhole pipe connectors for Sanitary Sewer Application shall be made of corrosion resistant plastic. The connector shall eliminate leaks around the pipe entering the manhole wall and shall permit pipe movement without loss of seal integrity, and shall be in conformance with ASTM D3212. Material for elastomeric seal in push-on joints shall meetthe 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 insertbody 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: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 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: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 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 subjectto 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: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 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: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 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: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 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: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 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: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 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: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 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: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 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: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 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: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 SECTION 027604 DISPOSAL OF WASTE FROM WASTEWATER CLEANING OPERATIONS 1. SCOPE: This specification governs all work required for disposal of waste from wastewater cleaning operations required to complete the project. 2. METHODS: Grit,rubble,dislodged bricks and other such inorganic waste that is removed during cleaning shall not be allowed to continue down stream of the operation. Organic solids that remain in suspension would be allowed to continue downstream through the wastewater system. A weir or other suitable trap shall be installed and maintained by the Contractor for the collection of such waste. This material shall be de-watered and delivered by the Contractor to a facility that is authorized to receive it. If this material is free of organic sludge and is sufficiently de-watered to pass the paint filter test,it would be acceptable for disposal at the Elliott Sanitary Landfill subject to prior approval of the facility and the associated disposal fees. The Contractor has the option of using the City's de-watering facilities. The City has six drying beds, each with a 1-foot high containment wall each with an area of about 2,300 square feet. These drying beds are at the Greenwood Wastewater Treatment Plant, 1541 Saratoga. The Contractor would be required to haul and handle the material to, at and from the facility as well as the restoration of drying beds. Restoration of the drying beds includes the removal of all the de- watered material and the replacement of the existing sand bed with new sand. All work required within the treatment plant, including the replacement of sand shall be in accordance with the requirements set forth by the Plant Supervisor. The use of the drying beds would be subject to prior approval of the facility and the associated de-watering fees. If the City's facilities are used for de-watering or disposal of waste,the Contractor shall be responsible for making contact with the appropriate Solid Waste or Wastewater Officials or both, making all arrangements for the use of City facilities, scheduling of delivery and pickup, etc. Materials and handling operations shall meet the requirements set forth by said Officials. Failure to meet these requirements shall be cause for rejection of the materials by either the landfill or the treatment plant operations. Proper disposal of this waste shall be responsibility of the Contractor. The Contractor shall provide the Engineer with written documentation of the proper disposal of this waste. 3. MEASUREMENT &PAYMENT: Unless otherwise specified on the Bid Form,this work shall be considered subsidiary to the project. 027604 Page 1 of 1 Rev.10-30-2014 DocuSign Envelope ID: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 SECTION 027611 CLEANING AND TELEVISED INSPECTION OF CONDUITS 1. SCOPE This specification shall govern for all work, equipment, supervision and materials required to provide for cleaning and remote CCTV inspection and documentation of wastewater or other lines and manholes as required. 2. TECHNICAL REQUIREMENTS 2.1 General Closed circuit television inspection will typically be done under one or more of the conditions listed below. Requirements for on-screen labeling during each line segment set up, televising, video file labeling and hard copy inspection reports will be specifically addressed. The Contractor shall neither request nor receive assistance from the City, in the performance of work described in this specification. Unless otherwise specified and at Contractors expense, the Contractor shall provide for the control of wastewater flows and monitoring of the collection system for back-ups and surcharges, while flow control devices are in place. It shall be the responsibility of the Contractor(s) to adhere to all applicable OSHA rules and regulations while performing any and all City-related projects or jobs (to include, but not necessarily limited to "Confined Space Entry". 2.2 Inspection Equipment and Methods Electronic media shall be used to record the condition of all the segments of the mains and the manholes, tap locations and unusual situations during inspection. The inspection imaging shall be made on color professional grade DVD format for each line segment. All observations will require both audio and on-screen display. The camera shall transit through the wastewater line in either direction at a speed not greater than 30 feet per minute, stopping as necessary to permit proper documentation of the wastewater line's condition. Lighting for the camera shall be suitable to allow a clear picture of the entire periphery of the pipe. A television camera with pan and tilt capability will be required. The camera, television monitor, and other components of the video systems shall be capable of producing picture quality to the satisfaction of the City. The capture system shall have the capability of recording, digitizing and storing single frames of video images and "real time" live video, as well as collecting, storing and printing wastewater line inspection data for graphic display and report generation. The imaging capture system shall store digitized picture images, have the ability to export picture files to industry standard formats (jpg, bmp, and tif), be transferable to DVD and be printed at no cost to the City. Use of proprietary software is discouraged; however, if the Contractor provides the software and 027611 Page 1 of 8 Rev.3-25-2015 DocuSign Envelope ID: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 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: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 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: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 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: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 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: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 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: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 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: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 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: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 SECTION 028040 SODDING 1. DESCRIPTION This specification shall govern all work necessary for furnishing and placing sod as required to complete the project. 2. MATERIALS Fertilizer: All fertilizer used shall be delivered in bags or containers with clearly marked analysis. A granulated fertilizer shall be used with an analysis of 10-20-10. These figures represent the percent of nitrogen, phosphoric acid and potash nutrients, respectively, as determined by the methods of the Association of Official Agricultural Chemists. The rate of application shall be not less than 350 pounds per acre (7.23 lb. per 100 SI). In the event that it is necessary to substitute a fertilizer with a different analysis, it shall be granulated fertilizer with a lower concentration. The total nutrients applied per unit area shall not be less that the specified amount of each nutrient. Sod: Sod shall consist of live Bermuda grass with thickly matted roots throughout the soil and with a minimum thickness of 3 inches or 0.25 foot, or live St. Augustine with thickly matted roots throughout the soil with a minimum thickness of 1 inch or 0.08 foot. The Contractor shall not use sod where grass is thinned out. Grass shall be mowed and raked to remove all weeds and long stems prior to extraction at the source. Sod and soil shall be kept moist at all times during the sodding process. Care must be taken at all times to retain native soil on the root system. Water: Water shall be free from oils, acids, alkalis, and salts that may inhibit grass growth. Unless indicated otherwise on the drawings, water shall be provided by the City and shall be transported and applied by the Contractor. 3. CONSTRUCTION METHODS Spot Sodding Prior to planting, the area to be sodded shall be graded and shaped. Squares of sod with a minimum width of 3 inches shall be planted in rows on 15-inch centers in both directions. Sod shall be placed so that it is firmly against the bottom of the hole, and the top of the sod shall not be more than 1/2 inch below finished grade. Soil shall be firmly packed against all sides of the sod. Soil shall not be allowed to cover the sod except for soil incidental to raking, provided that the quantity of soil is not enough to hinder the growth. Areas to be spot sodded shall be indicated on the drawing or as directed by the Engineer in field. After sod has been planted, the area shall be fertilized and watered. 028040 Page 1 of 2 Rev.325-2015 DocuSign Envelope ID: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 Block Sodding: Prior to planting, the area to be sodded shall be graded and shaped. Sod blocks shall be uniformly placed over the prepared area. The sodded area shall then be fertilized and watered. After the area is sufficiently dry, the area shall be rolled or tamped to form a thoroughly compacted mat. Any voids in the mats shall be filled with additional sod and tamped. If, in the opinion of the Engineer, slopes may cause displacement, areas to be block sodded shall be indicated on the drawings or as directed by the Engineer in the field. Mulch Sodding: The sod source shall be disked in two directions cutting the sod thoroughly to a depth of not less than 4 inches or more than 10 inches, being careful to avoid having soil containing no grass roots. The disked sod may be windrowed or otherwise handled in a manner satisfactory to the Engineer. The material shall be rejected if not kept in a moist condition. Prior to placing mulch sod, the cut slopes shall be scarified by plowing furrows 4 inches to 6 inches deep along horizontal slope lines at 2-foot vertical intervals. Excavated material from the furrows shall not protrude more than 3 inches above the original surface of the cut. Fertilizer shall be distributed uniformly over the area. The sod shall then be dumped upon the prepared area and spread uniformly to the required approximate thickness shown on the plans. Any section not true to lines and cross section shall be remedied by the addition of sod material. After the sod material has been spread and shaped, it shall be compacted with a corrugated roller of the "Cultipacker" type. All rolling of slope areas shall be on the contour. The area to be mulch sodded shall be indicated on the drawings or as directed by the Engineer in the field. 4. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, spot sodding and block sodding shall be measured by the square yard taken in a horizontal plane. Payment shall include, but not be limited to, excavation, transporting, storing and placing of sod, and application of fertilizer and water. 028040 Page 2 of 2 Rev.325-2015 DocuSign Envelope ID: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 SECTION 028200 MAIL BOX RELOCATION 1. DESCRIPTION This specification shall govern all work for relocation of mail boxes required to complete the project. 2. REQUIREMENTS Where mail is delivered to residents by means of roadside mail boxes,the Contractor shall maintain access to these mail boxes throughout the course of construction. Due to the existing location of mailboxes, the Contractor shall, in some cases, be required to move the boxes to temporary locations. Upon completion of construction, the Contractor shall be required to erect the moved mailboxes to a permanent location. Any materials or labor required for either the temporary or permanent move shall be considered subsidiary, and no direct payment shall be made. It is the intent of this item to provide the residents with mailbox facilities at least equal to or better than those existing prior to construction. In all cases, the temporary and permanent locations of all moved mail boxes shall be in accordance with U. S. Postal Service requirements with regard to height, distance from roadway, accessibility, etc. It shall be the Contractor's responsibility to contact the U. S. Postal Service and gather information as to their requirements. 3. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, mail box relocation shall not be measured for pay but will be considered subsidiary to the appropriate item. 028200 Page 1of1 Rev.10-30-2014 DocuSign Envelope ID: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 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 1of1 Rev.10-30-2014 DocuSign Envelope ID: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 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: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 (2) Mixing _Water Water for use in concrete and for curing shall be free from oils, acids, organic matter or other deleterious substances and shall not contain more than 1000 parts per million of chlorides as CL nor more than 1000 parts per million of sulfates as 5O4. Water from municipal supplies approved by the State Health Department will not require testing, but water from other sources will be sampled and tested before use in structural concrete. Tests shall be made in accordance with the "Method of Test for Quality of Water to be Used in Concrete" (AASHTO Method T26), except where such methods are in conflict with provisions of this specification. (3) Coarse Aggregate Coarse aggregate shall consist of durable particles of gravel, crushed blast furnace slag, crushed stone, or combinations thereof, free from frozen material or injurious amount of salt, alkali, vegetable matter, or other objectionable material either free or as an adherent coating; and its quality shall be reasonably uniform throughout. It shall not contain more than 0.25 percent by weight of clay lumps, nor more than 1.0 percent by weight of shale, nor more than 5 percent by weight of laminated and/or friable particles when tested in accordance with TxDOT Test Method Tex-413-A. It shall have a wear of not more than 40 percent when tested in accordance with TxDOT Test Method Tex-410-A. Unless otherwise specified on the plans, coarse aggregate will be subjected to five cycles of the soundness test in accordance with TxDOT Test Method Tex-411-A. The loss shall not be greater than 12 percent when sodium sulfate is used, or 18 percent when magnesium sulfate is used. Permissible sizes of aggregate shall be governed by Table 4 and Table 1, except that when exposed aggregate surfaces are required, coarse aggregate gradation will be as specified on the plans. When tested by approved methods, the coarse aggregate, including combinations of aggregates when used, shall conform to the grading requirements shown in Table 1. 030020 Page 2 of 13 Rev.10-30-2014 DocuSign Envelope ID: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 TABLE 1 Coarse Aggregate Gradation Chart Percent Retained on Each Sieve Aggregate Nominal 2-�/z 2 1-�/z 1 3/4 1/2 3/8 Grade No. Size In. In. In. In. In. In. In. No. 4 No. 8 1 2 in. 0 0 to 15 60 to 95 to 20 to 80 100 50 2 (467)* 1-�/z in. 0 0 30 to 70 95 to to 65 to 100 5 90 4 (57)* 1 in. 0 0 40 90 to 95 to to to 100 100 5 75 8 3/8 in. 0 0 to 35 to 90 to 5 80 100 *Numbers in parenthesis indicate conformance with ASTM C33. The aggregate shall be washed. The Loss by Decantation (TxDOT Test Method Tex-406-A)plus the allowable weight of clay lumps, shall not exceed one percent, or the value shown on the plans, whichever is smaller. (4) Fine Agate Fine aggregate shall consist of clean, hard, durable and uncoated particles of natural or manufactured sand or a combination thereof, with or without a mineral filler. It shall be free from frozen material or injurious amounts of salt, alkali, vegetable matter or other objectionable material and it shall not contain more than 0.5 percent by weight of clay lumps. When subjected to the color test for organic impurities (TxDOT Test Method Tex-408-A), it shall not show a color darker than standard. The fine aggregate shall produce a mortar having a tensile strength equal to or greater than that of Ottawa sand mortar when tested in accordance with TxDOT Test Method Tex-317-D. Where manufactured sand is used in lieu of natural sand for slab concrete subject to direct traffic, the acid insoluble residue of the fine aggregate shall be not less than 28 percent by weight when tested in accordance with TxDOT Test Method Tex-612-J. When tested by approved methods, the fine aggregate or combination of aggregates, including mineral filler, shall conform to the grading requirements shown in Table 2. 030020 Page 3 of 13 Rev.10-30-2014 DocuSign Envelope ID: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 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 0to5 0to20 15to50 35to75 70to90 90to100 97to100 NOTE 1: Where manufactured sand is used in lieu of natural sand, the percent retained on the No. 200 sieve shall be 94 to 100. NOTE 2: Where the sand equivalent value is greater than 85, the retainage on the No. 50 sieve may be 70 to 94 percent. Fine aggregate will be subjected to the Sand Equivalent Test (TxDOT Test Method Tex-203-F). The sand equivalent shall not be less than 80 nor less than the value shown on the plans,whichever is greater. For concrete Classes `A' and `C', the fineness modulus as defined below for fine aggregates shall be between 2.30 and 3.10. The fineness modulus will be determined by adding the percentages by weight retained on the following sieves, and dividing by 100; Nos. 4, 8, 16, 30, 50 and 100. (5) Mineral Filler Mineral filler shall consist of stone dust, clean crushed sand, or other approved inert material. (6) Mortar(Grout) Mortar for repair of concrete shall consist of 1 part cement, 2 parts finely graded sand, and enough water to make the mixture plastic. When required to prevent color difference, white cement shall be added to produce the color required. When required by the Engineer, latex adhesive shall be added to the mortar. (7) Admixtures Calcium Chloride will not be permitted. Unless otherwise noted, air-entraining, retarding and water-reducing admixtures may be used in all concrete and shall conform to the following requirements: A "water-reducing, retarding admixture" is defined as a material which, when added to a concrete mixture in the correct quantity, will reduce the quantity of mixing water required to produce concrete of a given consistency and will retard the initial set of the concrete. A "water-reducing admixture" is defined as a material which, when added to a concrete mixture in the correct quantity, will reduce the quantity of mixing water required to produce concrete of a 030020 Page 4 of 13 Rev.10-30-2014 DocuSign Envelope ID: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 given consistency. (a) Retarding and Water-Reducing Admixtures. The admixture shall meet the requirements for Type A and Type D admixture as specified in ASTM Designation: C494, modified as follows: (1) The water-reducing retarder shall retard the initial set of the concrete a minimum of 2 hours and a maximum of 4 hours, at a specified dosage rate, at a temperature of 90°F. (2) The cement used in any series of tests shall be either the cement proposed for specific work or a "reference" Type I cement from one mill. (3) Unless otherwise noted on the plans,the minimum relative durability factor shall be 80. The air-entraining admixture used in the referenced and test concrete shall be neutralized Vinsol resin. (b) Air-Entraining Admixture. The admixture shall meet the requirements of ASTM Designation: C260, modified as follows: (1) The cement used in any series of tests shall be either the cement proposed for specific work or a "reference" Type I cement from one mill. (2) Unless otherwise noted on the plans,the minimum relative durability factor shall be 80. The air-entraining admixture used in the referenced concrete shall be neutralized Vinsol resin. 3. STORAGE OF CEMENT All cement shall be stored in well-ventilated weatherproof buildings or approved bins, which will protect it from dampness or absorption of moisture. Storage facilities shall be ample, and each shipment of packaged cement shall be kept separated to provide easy access for identification and inspection. The Engineer may permit small quantities of sacked cement to be stored in the open for a maximum of 48 hours on a raised platform and under waterproof covering. 4. STORAGE OF AGGREGATE The method of handling and storing concrete aggregate shall prevent contamination with foreign materials. If the aggregates are stored on the ground, the sites for the stockpiles shall be clear of all vegetation and level. The bottom layer of aggregate shall not be disturbed or used without recleaning. 030020 Page 5 of 13 Rev.10-30-2014 DocuSign Envelope ID: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 When conditions require the use of two or more sizes of aggregates, they shall be separated to prevent intermixing. Where space is limited, stockpiles shall be separated by physical barriers. Methods of handling aggregates during stockpiling and subsequent use shall be such that segregation will be minimized. Unless otherwise authorized by the Engineer, all aggregate shall be stockpiled at least 24 hours to reduce the free moisture content. 5. MEASUREMENT OF MATERIALS The measurement of the materials, except water, used in batches of concrete, shall be by weight. The fine aggregate, coarse aggregate and mineral filler shall be weighed separately. Where bulk cement is used, it shall be weighed separately, but batch weighing of sacked cement will not be required. Where sacked cement is used, the quantities of material per batch shall be based upon using full bags of cement. Batches involving the use of fractional bags will not be permitted. Allowance shall be made for the water content in the aggregates. Bags of cement varying more than 3 percent from the specified weight of 94 pounds may be rejected, and when the average weight per bag in any shipment, as determined by weighing 50 bags taken at random, is less than the net weight specified, the entire shipment may be rejected. If the shipment is accepted, the Engineer will adjust the concrete mix to a net weight per bag fixed by an average of all individual weights which are less than the average weight determined from the total number weighed. 6. CLASSIFICATION AND MIX DESIGN It shall be the responsibility of the Contractor to furnish the mix design, using a coarse aggregate factor acceptable to the Engineer, for the class(es) of concrete specified. The mix shall be designed by a qualified concrete technician to conform with the requirements contained herein and in accordance with the THD Bulletin C-11. The Contractor shall perform, at his own expense, the work required to substantiate the design, except the testing of strength specimens, which will be done by the Engineer. Complete concrete design data shall be submitted to the Engineer for approval. It shall also be the responsibility of the Contractor to determine and measure the batch quantity of each ingredient, including all water, so that the mix conforms to these specifications and any other requirements shown on the plans. Trial batches will be made and tested using all of the proposed ingredients prior to placing the concrete, and when the aggregate and/or brand of cement or admixture is changed. Trial batches shall be made in the mixer to be used on the job. When transit mix concrete is to be used, the trial designs will be made in a transit mixer representative of the mixers to be used. Batch size shall not be less than 50 percent of the rated mixing capacity of the truck. Mix designs from previous or concurrent jobs may be used without trial batches if it is shown that 030020 Page 6 of 13 Rev.10-30-2014 DocuSign Envelope ID: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 no substantial change in any of the proposed ingredients has been made. The coarse aggregate factor shall not be more than 0.82, except that when the voids in the coarse aggregate exceed 48 percent of the total dry loose volume, the coarse aggregate factor shall not exceed 0.85. The coarse aggregate factor shall not be less than 0.70 for Grades 1, 2 and 3 aggregates. If the strength required for the class of concrete being produced is not secured with the cement specified in Table 4, the Contractor may use an approved water-reducing or retarding admixture, or he shall furnish aggregates with different characteristics which will produce the required results. Additional cement may be required or permitted as a temporary measure until the redesign is checked. Water-reducing or retarding agents may be used with all classes of concrete at the option of the Contractor. When water-reducing or retarding agents are used at the option of the Contractor,reduced dosage of the admixture will be permitted. Entrained air will be required in accordance with Table 4. The concrete shall be designed to entrain 5 percent air when Grade 2 coarse aggregate is used and 6 percent when Grade 3 coarse aggregate is used. Concrete as placed in the structure shall contain the proper amount as required above with a tolerance of plus or minus 1.5 percentage points. Occasional variations beyond this tolerance will not be cause for rejection. When the quantity of entrained air is found to be above 7 percent with Grade 2 coarse aggregate or above 8 percent for Grade 3 coarse aggregate, additional test beams or cylinders will be made. If these beams or cylinders pass the minimum flexural or compressive requirements,the concrete will not be rejected because of the variation in air content. 7. CONSISTENCY In cases where the consistency requirements cannot be satisfied without exceeding the maximum allowable amount of water, the Contractor may use, or the Engineer may require, an approved water-reducing or retarding agent, or the Contractor shall furnish additional aggregates or aggregates with different characteristics, which will produce the required results. Additional cement may be required or permitted as a temporary measure until aggregates are changed and designs checked with the different aggregates or admixture. The consistency of the concrete as placed should allow the completion of all finishing operations without the addition of water to the surface. When field conditions are such that additional moisture is needed for the final concrete surface finishing operation, the required water shall be applied to the surface by fog spray only, and shall be held to a minimum. The concrete shall be workable, cohesive, possess satisfactory finishing qualities, and of the stiffest consistency that can be placed and vibrated into a homogenous mass. Excessive bleeding shall be avoided. Slump requirements will be as specified in Table 3. 030020 Page 7 of 13 Rev.10-30-2014 DocuSign Envelope ID: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 TABLE 3 Slump Requirements Concrete Desi_ng ation Desired Slump Max. Slump Structural Concrete: (1) Thin-Walled Sections (9" or less) 4 inches 5 inches (2) Slabs, Caps, Columns,Piers, Wall Sections over 9", etc. 3 inches 4 inches Underwater or Seal Concrete 5 inches 6 inches Riprap, Curb, Gutter and Other Miscellaneous Concrete 2.5 inches 4 inches NOTE: No concrete will be permitted with slump in excess of the maximums shown. 8. QUALITY OF CONCRETE General The concrete shall be uniform and workable. The cement content, maximum allowable water- cement ratio, the desired and maximum slump and the strength requirements of the various classes of concrete shall conform to the requirements of Table 3 and Table 4 and as required herein. During the process of the work, the Engineer or his designated representative will cast test cylinders or beams as a check on the compressive or flexural strength of the concrete actually placed. Test cylinders must be picked up by the testing lab within 24 hours. A test shall be defined as the average of the breaking strength of two cylinders or two beams, as the case may be. Specimens will be tested in accordance with TxDOT Test Methods Tex-418-A or Tex-420-A. Test beams or cylinders will be required as specified in the contract documents. For small placements on structures such as manholes, inlets, culverts, wingwalls, etc., the Engineer may vary the number of tests to a minimum of one for each 25 cubic yards placed over a several day period. All test specimens, beams or cylinders, representing tests for removal of forms and/or falsework shall be cured using the same methods, and under the same conditions as the concrete represented. "Design Strength" beams and cylinders shall be cured in accordance with THD Bulletin C-11. The Contractor shall provide and maintain curing facilities as described in THD Bulletin C-11 for the purpose of curing test specimens. Provision shall be made to maintain the water in the curing tank at temperatures between 70°F and 90°F. When control of concrete quality is by twenty-eight-day compressive tests, job control will be by seven-day compressive tests which are shown to provide the required twenty-eight-day strength, based on results from trial batches. If the required seven-day strength is not secured with the 030020 Page 8 of 13 Rev.10-30-2014 DocuSign Envelope ID: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 cement specified in Table 4, changes in the batch design will be made. TABLE 4 Classes of Concrete Minimum Class Compressive Min. Beam Maximum Coarse of Sacks Cement Strength(f c) 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 H 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: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 distribution of the material throughout the mass. Mixers may be either the revolving drum type or the revolving blade type, and shall be capable of producing concrete meeting the requirements of these specifications. After all the ingredients are assembled in the drum,the mixing shall continue not less than 1 minute for mixers of one cubic yard or less capacity plus 15 seconds for each additional cubic yard or portion thereof. The mixer shall operate at the speed and capacity designated by the Mixer Manufacturers Bureau of the Associated General Contractors of America. The mixer shall have a plate affixed showing the manufacturer's recommended operating data. The absolute volume of the concrete batch shall not exceed the rated capacity of the mixer. The entire contents of the drum shall be discharged before any materials are placed therein for the succeeding batch. The first batch of concrete materials placed in the mixer for each placement shall contain an extra quantity of sand, cement and water sufficient to coat the inside surface of the drum. Upon the cessation of mixing for any considerable length of time, the mixer shall be thoroughly cleaned. The concrete mixer shall be equipped with an automatic timing device which is put into operation when the skip is raised to its full height and dumping. This device shall lock the discharging mechanism and prevent emptying of the mixer until all the materials have been mixed together for the minimum time required, and it shall ring a bell after the specified time of mixing has elapsed. The water tank shall be arranged so that the amount of water can be measured accurately, and when the tank starts to discharge,the inlet supply shall cut off automatically. Whenever a concrete mixer is not adequate or suitable for the work, it shall be removed from the site upon a written order from the Engineer and a suitable mixer provided by the Contractor. Pick-up and thro-over blades in the drum of the mixer which are worn down more than 10 percent in depth shall be repaired or replaced with new blades. Improperly mixed concrete shall not be placed in the structure. Job mix concrete shall be concrete mixed in an approved batch mixer in accordance with the requirements stated above, adjacent to the structure for which the concrete is being mixed, and moved to the placement site in non-agitating equipment. 11. READY-MIX PLANTS A. General. It shall be the Contractor's responsibility to furnish concrete meeting all requirement of the governing specification sections, and concrete not meeting the slump, workability and consistency requirements of the governing specification sections shall not 030020 Page 10 of 13 Rev.10-30-2014 DocuSign Envelope ID: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 be placed in the structure or pavement. Ready-Mixed Concrete shall be mixed and delivered by means of one of the following approved methods. (1) Mixed completely in a stationary mixer and transported to the point of delivery in a truck agitator or a truck mixer operating at truck agitator or truck mixer agitation speed. (Central-Mix Concrete) (2) Mixed complete in a truck mixer and transported to the placement site at mixing and/or agitating speed (Transit-Mix Concrete), subject to the following provisions: (a) Truck mixers will be permitted to transport concrete to the job site at mixing speed if equipped with double actuated counters which will separate revolutions at mixing speed from total revolutions. (b) Truck mixers equipped with a single actuated counter counting total revolutions of the drum shall mix the concrete at the plant not less than 50 nor more than 70 revolutions at mixing speed, transport it to the job site at agitating speed and complete the required mixing before placing the concrete. (3) Mixed completely in a stationery mixer and transported to the job site in approved non-agitating trucks with special bodies. This method of transporting will be permitted for concrete pavement only. B. Equipment. (1) Batching _Plant. The batching plant shall be provided with adequate bins for batching all aggregates and materials required by the specifications. Bulk cement shall be weighed on a scale separate from those used for other materials and in a hopper entirely free and independent of that used for weighing the aggregates. (2) Mixers and Agitators. _ (a) General: Mixers shall be of an approved stationary or truck-type capable of combining the ingredients into a thoroughly mixed and uniform mass. Facilities shall be provided to permit ready access to the inside of the drum for inspection, cleaning and repair of blades. Mixers and agitators shall be subject to daily examination for changes in condition due to accumulation of hardened concrete and/or wear of blades, and any hardened concrete shall be removed before the mixer will be permitted to be used. Worn blades shall be repaired or replaced with new in 030020 Page 11 of 13 Rev.10-30-2014 DocuSign Envelope ID: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 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: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 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: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 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: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 The nominal size and area and the theoretical weight of reinforcing steel bars covered by this specification are as follows: Nominal Weight per Bar Size Diameter, Nominal Area, Linear Foot, Number In. Sq. In. Pounds 2 0.250 0.05 0.167 3 0.375 0.11 0.376 4 0.500 0.20 0.668 5 0.625 0.31 1.043 6 0.750 0.44 1.502 7 0.875 0.60 2.044 8 1.000 0.79 2.670 9 1.128 1.00 3.400 10 1.270 1.27 4.303 11 1.410 1.56 5.313 14 1.693 2.25 7.6 18 2.257 4.00 13.60 Smooth round bars shall be designated by size number through No. 4. Smooth bars larger than No. 4 shall be designated by diameter in inches. When wire is ordered by gauge numbers, the following relation between gauge number and diameter, in inches, shall apply unless otherwise specified: Equivalent Equivalent Gauge Diameter, Gauge Diameter, Number Inches Number Inches 0 0.3065 8 0.1620 1 0.2830 9 0.1483 2 0.2625 10 0.1350 3 0.2437 11 0.1205 4 0.2253 12 0.1055 5 0.2070 13 0.0915 6 0.1920 14 0.0800 7 0.1770 032020 Page 2 of 6 Rev.10-30-2014 DocuSign Envelope ID: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 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: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 4. TOLERANCES Fabricating tolerances for bars shall be within 3 percent of specified or as follows: Plan Dien. a 3/4" 7/8" Bar or Smaller--Pfaxn. Dimon. Bair s 1/2� 1** Baor Larger --P+an_ D+men. ; 1` s 3/ H= over 6`.--a�mere.+ Zero or -+/Z N = G" and less-{3iensn. • Zero or -#/4•• =D CL H i1 7/8- Bar or Smolier--Edon Dimon. = 1/2' _ f r 1" Bar or Largor—Plan Dimon. ; 1 Piro$ or Circular Tis Tie or st&"p Plan Oimen.31 Plan Oi--=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: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 TABLE 1 Minimum Lap Requirements L,a Uncoated Coated Lap in inches > 40d 60d Where: d=bar diameter in inches Welding of reinforcing bars may be used only where shown on the plans or as permitted herein. All welding operations, processes, equipment, materials, workmanship and inspection shall conform to the requirements of the drawings and industry standards. All splices shall be of such dimension and character as to develop the full strength of bar being spliced. End preparation for butt welding reinforcing bars shall be done in the field. Delivered bars shall be of sufficient length to permit this practice. For box culvert extensions with less than one foot of fill, the existing longitudinal bars shall have a 20-diameter lap with the new bars. For box culvert extensions with more than one foot of fill, a minimum of 6 inches lap will be required. Unless otherwise shown on the plans, dowel bars transferring tensile stresses shall have a minimum embedment equal to the minimum lap requirements shown in Table 1. Shear transfer dowels shall have a minimum embedment of 12 inches. 7. PLACING Reinforcement shall be placed as near as possible in the position shown on the plans. Unless otherwise shown on the plans, dimensions shown for reinforcement are to the centers of the bars. In the plane of the steel parallel to the nearest surface of concrete, bars shall not vary from plan placement by more than one-twelfth of the spacing between bars. In the plane of the steel perpendicular to the nearest surface of concrete, bars shall not vary from plan placement by more than one-quarter inch. Cover of concrete to the nearest surface of steel shall meet the above requirements but shall never be less than one inch or as otherwise shown on the plans. Vertical stirrups shall always pass around the main tension members and be attached securely thereto. The reinforcing steel shall be spaced its required distance from the form surface by means of approved galvanized metal spacers, metal spacers with plastic coated tips, stainless steel spacers, plastic spacers, or approved pre-cast mortar or concrete blocks. For approval of plastic spacers on the project, representative samples of the plastic shall show no visible indications of deterioration after immersion in a 5 percent solution of sodium hydroxide for 120 hours. All reinforcing steel shall be tied at all intersections, except that where spacing is less than one foot in each direction, alternate intersections only need be tied. Before any concrete is placed, all mortar shall be cleaned from the reinforcement. Precast mortar or concrete blocks to be used for holding steel in position adjacent to formed surfaces shall be cast in molds meeting the approval of the Engineer and shall be cured by covering with wet burlap or 032020 Page 5 of 6 Rev.10-30-2014 DocuSign Envelope ID: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 cotton mats for a period of 72 hours. The blocks shall be cast in the form of a frustum of a cone or pyramid with the smaller face placed against the forms. A suitable tie wire shall be provided in each block, to be used for anchoring to the steel. Except in unusual cases, and when specifically otherwise authorized by the Engineer,the size of the surface to be placed adjacent to the forms shall not exceed two and one-half inches square or the equivalent thereof in cases where circular or rectangular areas are provided. Blocks shall be cast accurately to the thickness required, and the surface to be placed adjacent to the forms shall be a true plane free of surface imperfections. Reinforcement shall be supported and tied in such manner that a sufficiently rigid case of steel is provided. If the cage is not adequately supported to resist settlement or floating upward of the steel, overturning of truss bars or movement in any direction during concrete placement, permission to continue concrete placement will be withheld until corrective measures are taken. Sufficient measurements shall be made during concrete placement to insure compliance with the first paragraph of Article 7 of this specification. Mats of wire fabric shall overlap each other sufficiently to maintain a uniform strength and shall be fastened securely at the ends and edges. No concrete shall be deposited until the Engineer has inspected the placement of the reinforcing steel and given permission to proceed. 8. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, reinforcing steel is considered subsidiary to the various items shown in the Bid Form and shall not be measured and paid for as a separate item. 032020 Page 6 of 6 Rev.10-30-2014 DocuSign Envelope ID: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 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: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 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: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 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 meetthe requirements of ASTM Designation: D1751 "Standard Specification for Preformed Expansion Joint Filler for Concrete Paving and Structural Construction (Non-extruding and Resilient Bituminous Types)",exceptthatthe 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: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 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: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 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: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 following: 24 hours after application............2 percent 72 hours after application............4 percent Type 1 (Resin Base Only)curing compound will be permitted for slab concrete in bridge decks and top slabs of direct traffic culverts. (b) Mat curing of concrete is allowed where permitted by Table 1 in this specification or where otherwise approved by the Engineer. 3. EXPANSION JOINTS Joints and devices to provide for expansion and contraction shall be constructed where and as indicated herein or on the plans. All open j oints and j oints to be filled with expansion j oint material,shall be constructed using forms adaptable to loosening or early removal. To avoid expansion or contraction damage to the adjacent concrete, these forms shall be loosened as soon as possible after final concrete set to permit free movement without requiring full form removal. Prior to placing the sealing material, the vertical facing the joint shall be cleaned of all laitance by sandblasting or by mechanical routing. Cracked or spalled edges shall be repaired. The 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: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 material will be specified on the plans without referenced to joint type. A concrete placement terminating at a horizontal construction joint shall have the top surface roughened thoroughly as soon as practicable after initial set is attained. The surfaces at bulkheads shall be roughened as soon as the forms are removed. The hardened concrete surface shall be thoroughly cleaned of all loose material, laitance, dirt or foreign material, and saturated with water so it is moist when placing fresh concrete against it. Forms shall be drawn tight against the placing of the fresh concrete. 5. FORMS (1) General. Except where otherwise specified, forms may be of either timber or metal. Forms for round columns exposed to view shall be of steel, except that other materials will be allowed with written permission of the Engineer. Forming plans shall be submitted to the Engineer for approval as specified. Forms shall be designed for the pressure exerted by a liquid weighing 150 pounds per cubic foot. The rate of placing the concrete shall 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 preventbulging 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: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 (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 j oists 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: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 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: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 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: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 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: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 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 butnot againstthe joint surface. The vibration shall continue until thorough consolidation,and complete embedment of reinforcement and fixtures is produced,but not long enough to cause segregation. Vibration may be supplemented by hand spading or rodding, if necessary,to insure the flushing of mortar to the surface of all forms. Slab concrete shall be mixed in a plant located off the structure. Carting or wheeling concrete batches over completed slabs will not be permitted until they have aged at least four(4)full curing days. If carts are used,timber planking will be required for the remainder of the curing period. Carts shall be equipped with pneumatic tires. Curing operations shall not be interrupted for the purpose of wheeling concrete over finished slabs. After concrete has attained its initial set,at least one(1)curing day shall elapse before placing strain on projecting reinforcement to prevent damage to the concrete. The storing of reinforcing or structural steel on completed roadway slabs generally shall be avoided and, when permitted, shall be limited to quantities and distribution that will not induce excessive stresses. 8. PLACING CONCRETE IN COLD WEATHER (1) Cast-in-Place Concrete. Concrete maybe placed when the atmospheric temperature is not less than 35 degrees F. Concrete shall not be placed in contact with any material coated with frost or having a temperature less than 32 degrees F. Aggregates shall be free from ice, frost and frozen lumps. When required, in order to produce the minimum specified concrete temperature,the aggregate and/or the water shall be heated uniformly, in accordance with the following: The water temperature shall not exceed 180 degrees F,and/or the aggregate temperature shall not exceed 150 degrees F. The heating apparatus shall heat the mass of aggregate uniformly. The temperature of the mixture of aggregates and water shall be between 50 degrees F and 85 degrees F before introduction of the cement. All concrete shall be effectively protected as follows: (a) The temperature of slab concrete of all unformed surfaces shall be maintained at 50 degrees F or above for a period of 72 hours from time of placement and above 40 degrees F for an additional 72 hours. 038000 Page 10 of 19 Rev.3-25-2015 DocuSign Envelope ID: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 (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: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 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: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 When footings can be placed in a dry excavation without the use of cofferdams or caissons, forms may be omitted,if desired by the Contractor and approved by the Engineer,and the entire excavation filled with concrete to the elevation of the top of footing; in which case, measurement for payment will be based on the footing dimensions shown on the plans. 12. TREATMENT AND FINISHING OF HORIZONTAL SURFACES EXCEPT ROADWAY SLABS All unformed upper surfaces shall be struck off to grade and finished. The use of mortar topping for surfaces under this classification will not be permitted. After the concrete has been struck off,the surface shall be floated with a suitable float. Sidewalks shall be given a wood float or broom finish, or may be striped with a brush, as specified by the Engineer. Other surfaces shall be wood float finished and striped with a fine brush leaving a fine- grained texture. 13. FINISH OF ROADWAY SLABS As soon as the concrete has been placed and vibrated in a section of sufficient width to permit working,the surface shall be approximately leveled,struck off and screeded,carrying a slight excess of concrete ahead of the screed to insure filling of all low spots. The screed shall be designed rigid enough to hold true to shape and shall have sufficient adjustments to provide for the required camber. A vibrating screed may be used if heavy enough to prevent undue distortion. The screeds shall be provided with a metal edge. Longitudinal screeds shall be moved across the concrete with a saw-like motion while their ends rest on headers or templates set true to the roadway grade or on the adjacent finished slab. The surface of the concrete shall be screeded a sufficient number of times and at such intervals to produce a uniform surface, true to grade and free of voids. If necessary, the screeded surface shall be worked to smooth finish with a long handled wood or metal float of the proper size, or hand floated from bridges over the slab. When required by the Engineer,the Contractor shall perform sufficient checks with a long handled 10-foot straightedge on the plastic concrete to insure that the final surface will be within the tolerances specified below. The check shall be made with the straightedge parallel to the centerline. Each pass thereof shall lap half of the preceding pass. All high spots shall be removed and all depressions over one-sixteenth inch(1/16") in depth shall be filled with fresh concrete and floated. The checking and floating shall be continued until the surface is true to grade and free of depressions, high spots, voids or rough spots. Rail support holes shall be filled with concrete and finished to match the top of the slab. Surface Texturing. Perform surface texturing using a either carpet drag or metal tining as indicated on the drawings. Complete final texturing before the concrete has attained its initial set. Draw the carpet drag 038000 Page 13 of 19 Rev.3-25-2015 DocuSign Envelope ID: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 longitudinally along the pavement surface with the carpet contact surface area adjusted to provide a satisfactory coarsely textured surface. A metal-tine texture finish is required using a tining machine unless otherwise shown on the plans. Provide the metal-tine finish immediately after the concrete surface has set enough for consistent tining. Operate the metal-tine device to obtain grooves spaced at 1 in., approximately 3/16 in. deep,with a minimum depth of 1/8 in., and approximately 1/12 in. wide. Do not overlap a previously tined area. Use manual methods for achieving similar results on ramps and other irregular sections of pavements. Repair damage to the edge of the slab and joints immediately after texturing. Do not tine pavement that will be overlaid. Upon completion of the floating and/or straight edging and before the disappearance of the moisture sheen,the surface shall be given a broom or burlap drag finish. The grooves of these finishes shall be parallel to the structure centerline. It is the intent that the average texture depth resulting from the number of tests directed by the Engineer be not less than 0.035 inch with a minimum texture depth of 0.030 inch for 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: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 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 subj ectto the restrictions of Table 1 and the following requirements for each method of curing. (1) Form Curing. When forms are left in contact with the concrete, other curing methods will not be required except for cold weather protection. (2) Water Curing. All exposed surfaces of the concrete shall be kept wet continuously for the required curing time. The water used for curing shall meet the requirements for concrete mixing water as specified in the specification Section 030020 "Portland Cement Concrete". Seawater will not be permitted. Water which stains or leaves an unsightly residue shall not be used. (a) Wet Mat. Cotton mats shall be used for this curing method. They shall be placed as soon as possible after the surface has sufficiently hardened to prevent damage to the concrete. (See Article, "Placing Concrete" of this specification.) Damp burlap blankets made from nine-ounce stock may be placed on the damp concrete surface for temporary protection prior to the application of the cotton mats which may be placed dry and wetted down after placement. The mats shall be weighted down adequately to provide continuous contact with all concrete surfaces where possible. The surfaces of the concrete shall be kept wet for the required curing time. Surfaces which cannot be cured by contact shall be enclosed with mats and anchored positively to the forms or to the ground so that outside air cannot enter the enclosure. Sufficient moisture shall be provided inside the enclosure to keep all surfaces of the concrete wet. (b) Water Spray. This curing method shall consist of overlapping sprays or sprinklers that keep all unformed surfaces continuously wet. (c) 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: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 (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: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 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: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 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: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 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: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 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: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 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: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 PART • • DocuSign Envelope ID: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 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 ELECTRICAL Item 416 Drilled Shaft Foundation Item 618 Conduit Item 621 Tray Cable Item 624 Ground Boxes Item 680 Highway Traffic Signals Item 682 Vehicle and Pedestrian Signal Heads Item 684 Traffic Signal Cables Item 686 Traffic Signal Pole Assemblies Item 687 Pedestal Pole Assemblies Item 688 Pedestrian Detectors and Vehicle Loop Detectors Item 690 Maintenance of Traffic Signals DocuSign Envelope ID: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 SECTION 022020 EXCAVATION AND BACKFILL FOR UTILITIES 1. DESCRIPTION This specification shall govern all work for excavation and backfill for utilities required to complete the project. 2. CONSTRUCTION (1) Unless otherwise specified on the drawings or permitted by the Engineer, all pipe and conduit shall be constructed in open cut trenches with vertical sides. Trenches shall be sheathed and braced as necessary throughout the construction period. Sheathing and bracing shall be the responsibility of the Contractor (refer to Section 022022 "Trench Safety for Excavations" of the City Standard Specifications). Trenches shall have a maximum width of one foot beyond the horizontal projection of the outside surfaces of the pipe and parallel thereto on each side unless otherwise specified. The Contractor shall not have more than 200 feet of open trench left behind the trenching operation and no more than 500 feet of ditch behind the ditching machine that is not compacted as required by the plans and specifications. No trench or excavation shall remain open after working hours. For all utility conduit and sewer pipe to be constructed in fill above natural ground, the embankment shall first be constructed to an elevation not less than one foot above the top of the pipe or conduit, after which excavation for the pipe or conduit shall be made. If quicksand, muck, or similar unstable material is encountered during the excavation, the following procedure shall be used unless other methods are called for on the drawings. If the unstable condition is a result of ground water,the Contractor,prior to additional excavation, shall control it. After stable conditions have been achieved,unstable soil shall be removed or stabilized to a depth of 2 feet below the bottom of pipe for pipes 2 feet or more in height; and to a depth equal to the height of pipe, 6 inches minimum,for pipes less then 2 feet in height. Such excavation shall be carried at least one foot beyond the horizontal limits of the structure on all sides. All unstable soil so removed shall be replaced with suitable stable material, placed in uniform layers of suitable depth as directed by the Engineer, and each layer shall be wetted, if necessary, and compacted by mechanical tamping as required to provide a stable condition. For unstable trench conditions requiring outside forms, seals, sheathing and bracing, any additional excavation and backfill required shall be done at the Contractor's expense. (2) Shaping of Trench Bottom. The trench bottom shall be undercut a minimum depth sufficient to accommodate the class of bedding indicated on the plans and specifications. 022020 Page 1 of 4 Rev.3-25-2015 DocuSign Envelope ID: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 (3) Dewatering Trench. Pipe or conduit shall not be constructed or laid in a trench in the presence of water. All water shall be removed from the trench sufficiently prior to the pipe or conduit planing operation to insure a relatively dry (no standing water), firm bed. The trench shall be maintained in such dewatered condition until the trench has been backfilled to a height at lease one foot above the top of pipe. Removal of water may be accomplished by bailing,pumping, or by installation of well-points, as conditions warrant. Removal of well- points shall be at rate of 1/3 per 24 hours (every third well-point). The Contractor shall prevent groundwater from trench or excavation dewatering operations from discharging directly into the storm water system. Groundwater from dewatering operations shall be sampled and tested, if applicable, and disposed of, in accordance with City Standard Specification Section 022021 "Control of Ground Water". (4) Excavation in Streets. Excavation in streets,together with the maintenance of traffic where specified, and the restoration of the pavement riding surface, shall be in accordance with drawing detail or as required by other applicable specifications. (5) Removing Abandoned Structures. When abandoned masonry structures or foundations are encountered in the excavation, such obstructions shall be removed for the full width of the trench and to a depth one foot below the bottom of the trench. When abandoned inlets or manholes are encountered and no plan provision is made for adjustment or connection to the new utility, such manholes and inlets shall be removed completely to a depth one foot below the bottom of the trench. In each instance,the bottom to the trench shall be restored to grade by backfilling and compacting by the methods provided hereinafter for backfill. Where the trench cuts through utility lines which are known to be abandoned, these lines shall be cut flush with the sides of the trench and blocked with a concrete plug in a manner satisfactory to the Engineer. (6) Protection of Utilities. The Contractor shall conduct his work such that a reasonable minimum of disturbance to existing utilities will result. Particular care shall be exercised to avoid the cutting or breakage of water and gas lines. Such lines,if broken, shall be restored promptly by the Contractor. When active wastewater lines are cut in the trenching operations, temporary flumes shall be provided across the trench while open, and the lines shall be restored when the backfilling has progressed to the original bedding line of the sewer so cut. The Contractor shall inform utility owners sufficiently in advance of the Contractor's operations to enable such utility owners to reroute, provide temporary detours, or to make other adjustments to utility lines in order that the Contractor may proceed with his work with a minimum of delay. The Contractor shall not hold the City liable for any expense due to delay or additional work because of utility adjustments or conflicts. 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: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 (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 adj acent 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: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 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: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 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 Page 1 of 2 DocuSign Envelope ID: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 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: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 416 Item 416 Drilled Shaft Foundations Tnsp o���rne,�t of TraruportaCion 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[')IDIS 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.,,. x::.41„5 A; Table 2 Slum Requirements Placement Minimum Acceptable Recommended Design Maximum Acceptable Placement Slump, and Placement Slump, Placement Slump, Type in. in. in. Dr 5-1/2 6-1/2 7-1/2 Underwater and 7 8 9 under slurry Perform a slump loss test in accordance with....ex::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 .130 :::; Determine pH of slurry by.... x::.1.. . :::G,or pH paper strips. 440 DocuSign Envelope ID: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 416 Table 3 Mineral Slurry Requirements Before Introduction Sampled from the Bottom of the into the Excavation Excavation before Concreting Specific Sand H Specific Viscosity Sand Gravity Content p Gravity (sec.) Content :51.10 <-1% 8-11 :51.15 <–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 hex 130 :. Use a pump or air lift to remove slurry that does not meet the requirements of Table 3 while adding fresh clean slurry to the top of the hole to maintain the slurry level.Continue this operation until the slurry sampled from the bottom of the hole meets the requirements. 3. CONSTRUCTION Submit Drilled Shaft installation plan for review no later than one month before drilled shaft construction. Include the following in the plan: ■ Name and experience record of the drilled shaft superintendent who will be in charge of drilled shaft operations for this project. ■ List of proposed equipment to be used, including cranes,drills,augers,bailing buckets,final cleaning equipment,desanding equipment,slurry pumps,core sampling equipment,tremies or concrete pumps, casing,etc. ■ Details of overall construction operation sequence and the sequence of shaft construction in bents or groups. ■ Details of shaft excavation methods. ■ When the use of slurry is anticipated,details of the slurry mix design and its suitability for the subsurface conditions at the construction site,mixing and storage methods,maintenance methods and disposal procedures. ■ Details of methods to clean the shaft excavation. ■ Details of reinforcement placement, including support and centralization methods. ■ Details of concrete placement, including proposed operational procedures for free fall,tremie or pumping methods. ■ Details of casing installation and removal methods. The installation plan will be reviewed for conformance with the plans,specifications and special provisions. The Contractor will be notified within 14 days of receipt of the installation plan of any additional information required and/or changes necessary to meet the contract requirements.All procedural approvals given will be subject to trial in the field and will not relieve the Contractor of the responsibility to satisfactorily complete the work as detailed in the plans and specifications. Place the shaft to within the following tolerances: ■ Vertical plumbness-1 in.per 10 feet of depth. ■ Center of shaft located under column-1 in.of horizontal plan position. ■ Center of shaft located under footing-3 in.of horizontal plan position. Complete the embankment at bridge ends before installing drilled shafts that pass through the fill. Refer to Item 423,"Retaining Walls,"for provisions for drilled shafts passing through the structural volume of retaining walls. 441 DocuSign Envelope ID: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 416 3.1. Excavation.The plans indicate the expected depths and elevations for encountering satisfactory bearing material. Excavate as required for the shafts through all materials encountered to the dimensions and elevations shown on the plans or required by the site conditions. Removal of man-made obstructions not shown on the plans will be paid for in accordance with Article 9.7.,"Payment for Extra Work and Force Account Method."Adjust the bottom of the shaft or alter the foundation if satisfactory founding material is not encountered at plan elevation,as approved to satisfactorily comply with design requirements. Blasting is not allowed for excavations. Stop drilling if caving conditions are encountered,and adopt a construction method that stabilizes the shaft walls. Do not excavate a shaft within 2 shaft diameters(clear)of an open shaft excavation,or one in which concrete has been placed in the preceding 24 hr. Dispose of material excavated from shafts and not incorporated into the finished project in accordance with the plans and with federal,state,and local laws. Provide suitable access, lighting,and equipment for proper inspection of the completed excavation and checking the dimensions and alignment of shafts excavation. 3.2. Core Holes.Take cores to determine the character of the supporting materials if directed. Use a method that will result in recovery of an intact sample adequate for judging the character of the founding material.Such cores should be at least 5 ft.deeper than the proposed founding grade or a depth equal to the diameter of the shaft,whichever is greater.Take these cores when the excavation is complete. 3.3. Casing. Use casing when necessary to prevent caving of the material,to exclude ground water,when slurry is used for hole stabilization,or when required as part of the Contractor's Safety Plan. Provide casing with an outside diameter not less than the specified diameter of the shaft. The portion of shaft below the casing may be as much as 2 in.smaller than the specified shaft diameter. No extra compensation will be made for concrete required to fill an oversized casing or oversized excavation. Use casing strong enough to withstand handling stresses and pressures of concrete and of the surrounding earth or water,and that is watertight, smooth,clean,and free of accumulations of hardened concrete. Use construction methods that result in a minimal amount of disturbed soil being trapped outside the casing. This does not apply to temporary undersized casings used to protect workers inside shafts or to drilled shafts designed for point bearing only. Leave casing in place only if authorized or shown on the plans. Extract casing only after placing the concrete to an appropriate level. Maintain sufficient concrete in the casing at all times to counteract soil and water pressure. Rotate or move the casing up or down a few inches if necessary before and during concrete placement to facilitate extraction of the casing. 3.4. Requirements for Slurry Displacement Method.When soil conditions warrant,use the slurry displacement method to construct drilled shafts unless otherwise shown on the plans. Use this method to support the sides of the excavation with processed mineral slurry that is then displaced by concrete to form a continuous concrete shaft. Install surface casing to a minimum of 10 ft.below existing ground before introducing slurry. Do not use casing other than surface casing. Do not use surface casing longer than 20 ft.without approval. Do not extract the surface casing until after placing the concrete. Pre-mix slurry in a reservoir with enough capacity to fill the excavation and for recovery of the slurry during concrete placement. Do not mix slurry in the shaft excavation or other hole.Allow adequate time for hydration of the slurry before introduction into the excavation. Maintain a head of slurry in the shaft excavation at or near ground level or higher,as necessary,to counteract ground water pressure during and after drilling. 442 DocuSign Envelope ID: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 416 Use an air lift or proper size cleanout bucket,just before placing reinforcing steel,to remove any material that may have fallen from the sides of the excavation or accumulated on the bottom after the completion of drilling. Use a cleanout bucket if material is too large to be picked up with an air lift. Re-process the hole with the auger as directed if concrete placement is not started within 4 hr.of the completion of the shaft excavation.Then clean the bottom with an air lift or cleanout bucket,and check the slurry at the bottom of the hole for compliance with the slurry requirements of Article 416.2.,"Materials." Agitate the congealed slurry to liquefaction if the slurry forms a gel before concrete placement,and whenever directed. Recover and dispose of all slurry as approved,and in accordance with all federal,state,and local laws. Do not discharge slurry into or in close proximity to streams or other bodies of water. 3.5. Reinforcing Steel.Completely assemble the cage of reinforcing steel,and place it as a unit immediately before concrete placement.The cage consists of longitudinal bars and lateral reinforcement(spiral reinforcement,lateral ties,or horizontal bands). Connect individual segments with couplers or by lapping steel as approved if overhead obstacles prevent placement of the cage as a single unit. Extend the reinforcing steel cage as follows if the shaft is lengthened beyond plan length unless directed otherwise. ■ Extend the cage to the bottom for shafts supporting structures other than bridges. ■ Extend the cage to 25 ft.or to the bottom,whichever is shorter,for bridge shafts with plan lengths less than 25 ft. ■ Do not extend the cage for bridge shafts with plan lengths at least 25 ft.that are lengthened less than 33%of plan length. ■ Extend the cage as directed for bridge shafts with plan lengths at least 25 ft.that are lengthened more than 33%of plan length. If the cage does not reach the bottom of the shaft, it may be suspended,or a portion of the longitudinal steel may be extended to support the cage on the bottom of the shaft. Bars used to extend or support the cage may be lap spliced or welded by a qualified welder. Place the extension at the bottom of the shaft. Tie spiral reinforcement to the longitudinal bars at a spacing no more than 24 in.,or as required for a stable cage. Ensure lateral reinforcement is not welded to longitudinal bars unless otherwise shown on the plans. Center the reinforcing steel cage in the excavation using approved`roller"type centering devices unless otherwise approved. Use concrete or plastic chairs to keep the reinforcing cage off of the bottom of the hole. Use centering devices starting at 1.5 ft.off from the bottom of the cage and spaced vertically at intervals not exceeding 10 ft. Use a minimum of 3 centering devices per level at a spacing not to exceed 30 in. Flat or crescent-shaped centralizers("sleds")are not allowed. Support or hold down the cage to control vertical displacement during concrete placement or extraction of the casing. Use support that is concentric with the cage to prevent racking and distortion of the steel. Check the elevation of the top of the steel cage before and after concrete placement or after casing extraction when casing is used. Downward movement of the steel up to 6 in.per 20 feet of shaft length and upward movement of the steel up to 6 in.total are acceptable. Maintain the minimum length of steel required for lap with column steel. Use dowel bars if the proper lap length is provided both into the shaft and into the column. Locate and tie all dowel bars into the cage before placing concrete or insert dowel bars into fresh,workable concrete. Locate and tie anchor bolts when required before placement of concrete. Use templates or other devices to assure accurate placement of anchor bolts. 443 DocuSign Envelope ID: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 416 3.6. Concrete. Perform all work in accordance with Item 420,"Concrete Substructures." Provide concrete with maximum placement temperatures as specified in Table 4. Provide thermal analysis to show and temperature recording devices to verify maximum core temperature requirements are met as specified in Section 420.4.7.14.,"Mass Placements,"as directed. Table 4 Maximum Concrete Placing Temperature Shaft Mix Design Mix Design Size Options 1-5 Options 6-8 Diameter<5 ft. 95°F 95°F 5 ft.<_Diameter<_7 ft. 95°F 85°F 7 ft.<Diameter 85°F 75°F Form portions of drilled shaft that project above natural ground. Remove loose material and accumulated seep water from the bottom of the excavation before placing concrete. Place concrete using underwater placement methods if water cannot be removed. Place concrete as soon as possible after all excavation is complete and reinforcing steel is placed. Provide workable concrete that does not require vibrating or rodding.Vibrate formed portions of drilled shafts. Place concrete continuously for the entire length of the shaft. Limit free fall of concrete to 25 ft.for dry shafts of 24 in.or smaller diameter. Use a suitable tube or tremie to prevent segregation of materials. Use a tube or tremie in sections to provide proper discharge and permit raising as the placement progresses. For dry shafts over 24 in.diameter,concrete can be allowed to free fall an unlimited distance if it does not strike the reinforcing cage or sides of the hole during placement. Provide a hopper with a minimum 3-ft.long drop-tube at the top of the shaft to direct concrete vertically down the center of the shaft when free fall is used. Do not use a shovel or other means to simply deflect the concrete discharge from the truck. Maintain a sufficient head of concrete for cased shafts at all times above the bottom of the casing to overcome hydrostatic pressure. Extract casing at a slow,uniform rate with the pull in line with the axis of the shaft. Monitor the concrete level in the casing during extraction.Stop the extraction and add concrete to the casing as required to ensure a completely full hole upon casing removal.The elapsed time from the mixing of the first concrete placed into the cased portion of the shaft until the completion of extraction of the casing must not exceed the time for which the concrete maintains a slump of over 4 in. in accordance with Article 416.2.,"Materials." Modify the concrete mix,the construction procedures,or both for subsequent shafts if the elapsed time is exceeded. Cure the top surface and treat any construction joint area in accordance with Item 420,"Concrete Substructures." 3.7. Additional Requirements for Slurry Displacement or Underwater Concrete Placement Methods. Place concrete on the same day the shaft is excavated and as soon as possible after all excavation is complete and reinforcing steel is placed. Use an air lift or cleanout bucket of the proper size to clean the bottom of the excavation before placing the reinforcing steel cage and concrete. Place concrete through a closed tremie or pump it to the bottom of the excavation.The minimum tremie diameter will be at least 6 times the maximum size of aggregate used in the concrete mix but not less than 10 in. Initially seal the tremie or pump line to positively separate the concrete from the slurry or water. Place concrete continuously from the beginning of placement until the shaft is completed. Keep the tremie full of concrete and well submerged in the previously placed concrete at all times if using a tremie. Raise the tremie as necessary to maintain the free flow of concrete and the stability of any casing used. Keep the discharge tube submerged in the previously placed concrete at all times if using a pump. Place additional concrete to ensure the removal of any contaminated concrete at the top of the shaft.Allow the top portion of concrete to flush completely from the hole at the completion of the pour until there is no evidence of slurry or water contamination. Do not attempt to remove this concrete with shovels,pumps,or other means. Level the top of shaft with hand tools as necessary. Use a sump or other approved method to channel displaced fluid and concrete away from the shaft excavation. Recover slurry and dispose of it as approved. Do not discharge displaced fluids into or near 444 DocuSign Envelope ID: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 416 streams or other bodies of water. Provide a collar or other means of capturing slurry and the top portion of concrete flushed from the shaft for pours over water. Remove the tube,reseal it at the bottom,penetrate with the tube into the concrete already placed by at least 5 ft.,and recharge it before continuing if concrete placement is interrupted due to withdrawal of the submerged end of the tremie or pump discharge tube before completion. If this condition exists,notify the Engineer and note the elevation and circumstances related to the loss of seal on the drilled shaft log. The elapsed time from the mixing of the first concrete placed until the completion of concrete placement, including extraction of the casing,must not exceed the time for which the concrete maintains a slump of over 4 in. in accordance with Article 416.2.,"Materials." Modify the concrete mix,the construction procedures,or both for subsequent shafts if the elapsed time is exceeded. 3.8. Test Load. Load test shafts, if required, in accordance with Item 405,"Foundation Load Test." 3.9. Trial Shaft.When required on the plans,construct trial shafts to the depth and diameter specified on the plans.Trial shafts include:drilling the hole,placement of the rebar cage(unless otherwise stated),and placement of the concrete.When trial shafts are required,delay start of production shafts until successful completion of trial shafts. 4. MEASUREMENT 4.1. Drilled Shaft. Drilled shaft foundations will be measured by the foot to the bottom of the shaft. 4.1.1. Interior Bents and Piers.Shafts will be measured from a point approximately 6 in.below the finished earthwork elevation at the center of each shaft,unless specific elevations or dimensions are indicated on the plans or unless otherwise directed to meet unusual conditions.The bent height shown on the plans is for estimating purposes only and does not control the top-of-shaft measurement. 4.1.2. Abutment Bents and Retaining Walls.Shafts will be measured from the bottom of footing or cap elevation. 4.1.3. Other Non-Bridge Structures.Shafts, including trial shafts,will be measured from the top of the shaft. 4.2. Core Hole.Core holes will be measured by each core hole drilled. 5. PAYMENT The unit prices bid for the various classifications of drilled shafts will be full compensation for excavation; furnishing,placing,and removing casing;furnishing,processing,and recovering slurry;furnishing,and placing reinforcing steel;pumping;furnishing and placing concrete, including additional concrete required to fill an oversize casing or oversize excavation;conducting slump loss tests;backfilling;disposing of cuttings and slurry;and materials,tools,equipment, labor,and incidentals. When the bottom of a drilled shaft is placed at an elevation below plan grade,no direct payment will be made for extra reinforcement placed to support the cage.The extra reinforcement will be considered subsidiary to the price bid per foot of shaft. No extra payment will be made for casings left in place. No payment will be made for"Drilled Shaft'until the concrete has been placed. 5.1. Drilled Shaft.The work performed and materials furnished in accordance with this Item and measured as provided under"Measurement'will be paid for at the unit price bid for"Drilled Shaft,""Drilled Shaft (Non-reinforced),""Drilled Shaft(Sign Mounts),""Drilled Shaft(High Mast Pole),""Drilled Shaft(Roadway Illumination Pole),"or"Drilled Shaft(Traffic Signal Pole)"of the specified diameter,subject to the limitations for overruns authorized by the Engineer given in Section 416.5.1.1.,"Overrun." 445 DocuSign Envelope ID: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 416 5.1.1. Overrun. Payment for individual completed shaft lengths up to and including 5 ft. in excess of the maximum plan length shaft,as defined in Section 416.5.1.2.,"Maximum Plan Length Shaft,"will be made at the unit price bid per foot of the specified diameter. Payment for the portion of individual completed shaft length in excess of 5 ft.and up to and including 15 ft. more than the maximum plan length shaft,as defined in this Item,will be made at a unit price equal to 115% of the unit price bid per foot of the specified diameter. Payment for the portion of individual completed shaft length in excess of 15 ft.more than the maximum plan length shaft,as defined in Section 416.5.1.2.,"Maximum Plan Length Shaft,"will be made at a unit price equal to 125%of the unit price bid per foot of the specified diameter. 5.1.2. Maximum Plan Length Shaft. Payment described above is subject to the following provisions for extra depth drilling; ■ For bridge structures,the maximum plan length shaft is the maximum length shaft,regardless of diameter,for any drilled shaft on that specific bridge. ■ For retaining walls,the maximum plan length shaft is the maximum length shaft,regardless of diameter, for any drilled shaft on that specific retaining wall. ■ For overhead sign structures,the maximum plan length shaft is the maximum length shaft,regardless of diameter,for any overhead sign structures included in the Contract. ■ For high mast illumination poles,the maximum plan length shaft is the maximum length shaft, regardless of diameter,for any high mast illumination pole included in the Contract. ■ For roadway illumination poles,the maximum plan length shaft is the maximum length shaft,regardless of diameter,for any roadway illumination pole included in the Contract. ■ For traffic signal poles,the maximum plan length shaft is the maximum length shaft,regardless of diameter,for any traffic signal pole included in the Contract. 5.2. Core Hole.Core holes will be paid at$200 each. 446 DocuSign Envelope ID: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 DocuSign Envelope ID: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 618 Item 618 Conduit Tnsp o���frne,�f of Traruporfafion 1. DESCRIPTION Furnish and install conduit. 2. MATERIALS Provide new materials that comply with the details shown on the plans,the requirements of this Item,and the pertinent requirements of the following Items: ■ Item 400,"Excavation and Backfill for Structures" ■ Item 476,"Jacking, Boring,or Tunneling Pipe or Box" When specified on the plans,provide: ■ rigid metal conduit(RMC); ■ intermediate metal conduit(IMC); ■ electrical metallic tubing (EMT); ■ polyvinyl chloride(PVC)conduit; ■ high density polyethylene(HDPE)conduit; ■ liquidtight flexible metal conduit(LFMC);or ■ liquidtight flexible nonmetallic conduit(LFNC). Furnish conduit from new materials in accordance with DIMS 11030,"Conduit." Provide prequalified conduit from the Department's MPL.When required by the Engineer,notify the Department in writing of selected materials from the MPL intended for use on each project. Provide other types of conduit not on the MPL that comply with the details shown on the plans and the NEC. Fabricate fittings such as junction boxes and expansion joints from a material similar to the connecting conduit,unless otherwise shown on the plans. Use watertight fittings.Do not use set screw and pressure-cast fittings.Steel compression fittings are permissible.When using HDPE conduit,provide fittings that are UL-listed as electrical conduit connectors or thermally fused using an electrically heated wound wire resistance welding method. Use red 3-in.4-mil polyethylene underground warning tape that continuously states"Caution Buried Electrical Line Below." 3. CONSTRUCTION Perform work in accordance with the details shown on the plans and the requirements of this Item. Use established industry and utility safety practices when installing conduit located near underground utilities.Consult with the appropriate utility company before beginning work. Install conduit a minimum of 18 in.deep below finished grade unless otherwise shown on the plans. Meet the requirements of the NEC when installing conduit. Secure and support conduit placed for concrete encasement in such a manner that the alignment will not be disturbed during placement of the concrete.Cap ends of conduit and close box openings before concrete is placed. 783 DocuSign Envelope ID: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 618 Ream conduit to remove burrs and sharp edges. Use a standard conduit cutting die with a 3/4-in.taper per foot when conduit is threaded in the field. Fasten conduit placed on structures with conduit straps or hangers as shown on the plans or as directed.Fasten conduit within 3 ft.of each box or fitting and at other locations shown on the plans or as directed. Use metal conduit clamps that are galvanized malleable or stainless steel unless otherwise shown on the plans. Use 2-hole type clamps for 2-in.diameter or larger conduit. Fit PVC and HDPE conduit terminations with bushings or bell ends. Fit metal conduit terminations with a grounding type bushing,except conduit used for duct cable casing that does not terminate in a ground box and is not exposed at any point.Conduit terminating in threaded bossed fittings does not need a bushing. Before installation of conductors or final acceptance,pull a properly sized mandrel or piston through the conduit to ensure that it is free from obstruction.Cap or plug empty conduit placed for future use. Perform trench excavation and backfilling as shown on the plans or as directed,and in accordance with Item 400,"Excavation and Backfill for Structures." Excavation and backfilling will be subsidiary to the installation of the conduit. Jack and bore as shown on the plans or as directed,and in accordance with Item 476,"Jacking, Boring,or Tunneling Pipe or Box." Place warning tape approximately 10 in.above trenched conduit.Where existing surfacing is removed for placing conduit,repair by backfilling with material equal in composition and density to the surrounding areas and by replacing any removed surfacing,such as asphalt pavement or concrete riprap,with like material to equivalent condition. Mark conduit locations as directed. 4. MEASUREMENT This Item will be measured by the foot of conduit. 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"Conduit'of the type and size specified and the installation method specified as applicable.This price is full compensation for furnishing and installing conduit;hanging,strapping,jacking,boring,tunneling,trenching,and furnishing and placing backfill; encasing in steel or concrete;replacing pavement structure,sod,riprap,curbs,or other surface;marking location of conduit(when required);furnishing and installing fittings,junction boxes,and expansion joints; and materials,equipment, labor,tools,and incidentals. Flexible conduit will not be paid for directly but will be subsidiary to pertinent Items. Unless otherwise shown on the plans,no payment will be allowed under this Item for conduit used on electrical services or in foundations. 784 DocuSign Envelope ID: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 621 Item 621 Tray Cable Tnsp o���frne,�f of Traruporfafion 1. DESCRIPTION Furnish and install tray cable. 2. MATERIALS Provide new materials that comply with the details shown on the plans and meet the requirements of Item 620,"Electrical Conductors." Furnish tray cable from new materials in accordance with DIMS 11050,"Tray Cable." Provide prequalified tray cable from the Department's MPL.When required by the Engineer,notify the Department in writing of selected materials from the MPL intended for use on each project. 3. CONSTRUCTION Perform work in accordance with the details shown on the plans and the requirements of this Item. Provide an additional 5 ft.of cable coiled in each ground box when installing cable in underground conduit. Splice tray cable conductors only at locations shown on the plans. Obtain the Engineer's written approval for each splice. Ensure allowed splices are watertight.Test the cable's conductors after installation and before any connection. Remove and replace tray cable exhibiting a DC insulation resistance of less than 5 megohms at 1,000 volts DC at no additional cost to the Department. 4. MEASUREMENT This Item will be measured by the foot of tray cable. 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"Tray Cable"of the types and sizes specified.This price is full compensation for furnishing and installing materials and for equipment, labor,tools,and incidentals. 787 DocuSign Envelope ID: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 624 Item 624 Ground Boxes Tnsp o���frne,�f of Traruporfafion 1. DESCRIPTION ■ Installation.Construct,furnish,and install ground boxes complete with lids. ■ Removal. Remove existing ground boxes. 2. MATERIALS Provide new materials that comply with the details shown on the plans,the requirements of this Item,and the pertinent requirements of the following items: ■ Item 420,"Concrete Substructures" ■ Item 421,"Hydraulic Cement Concrete" ■ Item 432,"Riprap" ■ Item 440,"Reinforcement for Concrete" ■ Item 618,"Conduit" ■ Item 620,"Electrical Conductors" Provide fabricated precast polymer concrete ground boxes in accordance with I;)IU�S 110 CJ.,"Ground Boxes." Provide prequalified ground boxes from the Department's MPL.When required by the Engineer,notify the Department in writing of selected materials from the MPL intended for use on each project. Provide other precast or cast-in-place ground boxes that comply with the details shown on the plans. 3. CONSTRUCTION Perform work in accordance with the details shown on the plans and the requirements of this Item. Use established industry and utility safety practices when installing or removing ground boxes located near underground utilities.Consult with the appropriate utility company before beginning work. 3.1. Installation. Fabricate and install ground boxes in accordance with the details,dimensions,and requirements shown on the plans. Install ground box to approved line and grade. Construct precast and cast-in-place concrete ground boxes in accordance with Item 420,"Concrete Substructures,"and Item 440,"Reinforcement for Concrete." Construct concrete aprons as shown on the plans and in accordance with Item 432,"Riprap,"and Item 440, "Reinforcement for Concrete." 3.2. Removal. Remove existing ground boxes and concrete aprons to at least 6 in.below the conduit level. Uncover conduit to a sufficient distance so that 90 degree bends can be removed and conduit reconnected. Clean the conduit in accordance with Item 618,"Conduit." Replace conduit within 5 ft.of the ground box. Remove old conductors and install new conductors as shown on the plans.Backfill area with material equal in composition and density to the surrounding area. Replace surfacing material with similar material to an equivalent condition. 4. MEASUREMENT This Item will be measured by each ground box installed complete in place or each ground box removed. 790 DocuSign Envelope ID: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 624 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"Ground Box"of the types and sizes specified and for "Remove Ground Box." 5.1. Installation.This price is full compensation for excavating and backfilling;constructing,furnishing,and installing ground boxes and concrete aprons;and material,equipment, labor,tools,and incidentals.All wiring connections required inside the ground box will be considered subsidiary to this bid item.Conduit will be paid for under Item 618,"Conduit."Electrical conductors will be paid for under Item 620,"Electrical Conductors." 5.2. Removal.This price is full compensation for removing and disassembling ground boxes and concrete aprons;excavating,backfilling,and surface placement;removing old conductors;disposal of unsalvageable materials;and materials,equipment, labor,tools,and incidentals. Cleaning of conduit is subsidiary to this Item.Conduit replaced within 5 ft.of the ground box will be subsidiary to this Item.Additional conduit will be paid for under Item 618,"Conduit." Installation of conductors will be paid for under Item 620,"Electrical Conductors." 791 DocuSign Envelope ID: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 680 Item 680 Highway Traffic Signals Tnsp o���rne,�t of TraruportaCion 1. DESCRIPTION ■ Installation. Install highway traffic signals. ■ Removal. Remove,store,and salvage traffic signals. 2. MATERIALS Ensure electrical materials and construction methods conform to the current NEC and additional local utility requirements. Furnish new materials. Ensure all materials and construction methods conform to the details shown on the plans,the requirements of this Item,and the pertinent requirements of the following Items: ■ Item 610,"Roadway Illumination Assemblies" ■ Item 625,"Zinc-Coated Steel Wire Strand" ■ Item 627,"Treated Timber Poles" ■ Item 636,"Signs" ■ Item 656,"Foundations for Traffic Control Devices" Provide controller assemblies that meet the requirements of I„),I�.S::.1..1.1. 0,"Fully Actuated,Solid-State Traffic Signal Controller Assembly,”and the details shown on the plans. Provide prequalified controller assemblies from the Department's MPL. Provide flasher assemblies that meet the requirements of I;;;)I.MS 1116CJ.,"Flasher Controller Assembly,"and the details shown on the plans. Provide prequalified flasher assemblies from the Department's MPL. Sampling and otra s signal controller assemblies will in accordance with e.x.- .... 1 3. CONSTRUCTION 3.1. Installation. Install traffic signal controller foundations in accordance with Item 656,"Foundations for Traffic Control Devices." 3.1.1. Electrical Requirements. 3.1.1.1. Electrical Services. Make arrangements for electrical services and install and supply materials not provided by the utility company as shown on the plans. Install 120-volt,single-phase,60-Hz AC electrical service unless otherwise shown on the plans. 3.1.1.2. Conduit. Install conduit and fittings of the sizes and types shown on the plans.Conduit of larger diameter size than that shown on the plans may be used with no additional compensation,providing the same diameter size is used for the entire length of the conduit run. Extend conduit in concrete foundations 2 to 3 in. above the concrete.Seal the ends of each conduit with silicone caulking,or other approved sealant,after all cables and conductors are installed. 836 DocuSign Envelope ID: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 680 3.1.1.3. Wiring. Furnish stranded No. 12 AWG XHHW conductors. 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 unless otherwise shown on the plans. Make power entrances to ground-mounted controllers through underground conduit.Wire each signal installation to operate as shown on the plans. Attach ends of wires to properly sized self-insulated solderless terminals.Attach terminals to the wires with a ratchet-type compression crimping tool properly sized to the wire. Place pre-numbered identification tags of plastic or tape around each wire adjacent to wire ends in the controller and signal pole terminal blocks. Splices will not be permitted except as shown on the plans,unless each individual splice is approved in writing. Make all allowed splices watertight. 3.1.1.4. Grounding and Bonding.Ground and bond conductors in accordance with the NEC. Ensure the resistance from the grounded point of any equipment to the nearest ground rod is less than 1 ohm. Install a continuous bare or 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.Connect the equipment ground to all metal conduit,signal poles,controller housing,electrical service ground,ground rods,and all other metal enclosures and raceways. Provide copper wire bonding jumpers that are a minimum No.8 AWG. 3.1.2. Controller Assemblies.Construct controller foundations in accordance with Item 656,"Foundations for Traffic Control Devices." Immediately before mounting the controller assembly on the foundation,apply a bead of silicone caulk to seal the cabinet base.Seal any space between conduit entering the controller and the foundation with silicone caulk. Deliver the keys for the controller cabinets to the Engineer when the Contract is complete. Place the instruction manual and wiring diagrams for all equipment in the controller cabinet, inside the controller cabinet. 3.1.3. Timber Poles. Furnish ANSI Class 2 timber poles other than for electrical services in accordance with details shown on the plans. 3.1.4. Preservation of Sod,Shrubbery,and Trees. Replace sod,shrubbery,and trees damaged during the Contract. 3.1.5. Removal and Replacement of Curbs and Walks.Obtain approval before cutting into or removing walks or curbs not shown on the plans to be removed or replaced. Restore any curbs or walks removed equivalent to original condition after work is completed,to the satisfaction of the Engineer. 3.1.6. Intersection Illumination. Install luminaires on signal poles as shown on the plans. 3.1.7. Signal Timing Plan.The traffic signal timing plan will be provided by the Department or local entity. 3.1.8. Test Period.Operate completed traffic signal installations continuously for at least 30 days in a satisfactory manner. If any Contractor-furnished equipment fails during the 30-day test period,repair or replace that equipment.This repair or replacement,except lamp replacement,will start a new 30-day test period. Replace materials that are damaged or have failed before acceptance. Replace failed or damaged existing signal system components when caused by the Contractor.The Department will relieve the Contractor of maintenance responsibilities upon passing a 30-day performance test of the signal system and acceptance of the Contract. 837 DocuSign Envelope ID: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 680 3.2. Removal. Remove existing electrical services,pedestal poles,strain poles,mast arm pole assemblies, luminaires,signal heads,vehicle detector equipment,controllers,cables,and other accessories. Remove materials so damage does not occur. Remove and store items designated for reuse or salvage at locations shown on the plans or as directed. Remove abandoned concrete foundations, including steel,to a point 2 ft.below final grade. Backfill holes with material equal in composition and density to the surrounding area. Replace surfacing material with similar material to an equivalent condition. Accept ownership and dispose of unsalvageable materials in accordance with federal,state,and local regulations. 4. MEASUREMENT This Item will be measured as each traffic signal installed or removed.A traffic signal is a signalized intersection controlled by a single traffic signal controller. 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"Installation of Highway Traffic Signals"of the type (isolated,system,or flashing beacon)specified,or"Removing Traffic Signals." 5.1. Installation.This price is full compensation for furnishing, installing,and testing the completed installation, controller and associated equipment,controller foundations,luminaires,signs mounted on signal equipment, damping plates,timber poles,mounting hardware and steel wire strand;preservation and replacement of damaged sod,shrubbery and trees;removal and replacement of curbs and walks;and materials,equipment, labor,tools,and incidentals.The Department will pay for electrical energy consumed by the traffic signal. New drilled shaft foundations for traffic signal poles will be paid for under Item 416,"Drilled Shaft Foundations." New conduit will be paid for under Item 618,"Conduit." New electrical conductors will be paid for under Item 620,"Electrical Conductors." New ground boxes will be paid for under Item 624,"Ground Boxes."New electrical services will be paid for under Item 628,"Electrical Services." New vehicle and pedestrian signal heads will be paid for under Item 682,"Vehicle and Pedestrian Signal Heads."New traffic signal cables will be paid for under Item 684,"Traffic Signal Cables." New traffic signal pole assemblies will be paid for under Item 686,"Traffic Signal Pole Assemblies(Steel)." New traffic signal detectors will be paid for under Item 688,"Pedestrian Detectors and Vehicle Loop Detectors." 5.2. Removal.This price is full compensation for removing the various traffic signal components;removing the foundations;disposal of unsalvageable materials;hauling;and materials,equipment, labor,tools,and incidentals. 838 DocuSign Envelope ID: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 682 Item 682 Vehicle and Pedestrian Signal Heads Tnsp o���frne,�f of Traruporfafion 1. DESCRIPTION Furnish and install vehicle and pedestrian signal heads. 2. MATERIALS Furnish only new materials. 2.1. Definitions. ■ Back Plate.A thin strip of material extending outward from all sides of a signal head. ■ LED Optical Unit.The LED lens and associated supporting parts in a signal section. ■ Louver.A device mounted to the visor restricting signal face visibility. ■ Signal Section.One housing case,housing door,visor,and optical unit. ■ Signal Face.One section or an assembly of 2 or more sections facing one direction. ■ 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. 2.2. General. Provide vehicle signal heads in accordance with 1DIULS::.1..1..1.2.1.,"Twelve-Inch LED Traffic Signal Lamp Unit." Provide prequalified vehicle signal heads from the Department's MPL. Provide pedestrian signal heads in accordance with I;)I\AS 1.1.1.31.,"Pedestrian LED Countdown Signal Modules." Provide prequalified pedestrian signal heads from the Department's MPL. Supply either aluminum or polycarbonate signal head components of the same material and manufacturer for any one project. Use galvanized steel,stainless steel,or dichromate sealed aluminum bolts,nuts,washers,lock washers, screws,and other assembly hardware.When dissimilar metals are used,ensure the metals are selected or insulated to prevent corrosion. Use closed-cell silicone or closed-cell neoprene gaskets. 3. CONSTRUCTION 3.1. Assembly.Assemble individual signal sections in multi-section faces in accordance with the manufacturer's recommendations to form a rigid signal face.Assemble and mount signal heads as shown on the plans. Install louvers and back plates in accordance with the manufacturer's recommendations.Close any openings in an assembled signal head with a plug of the same material and color as the head. Remove only the existing lens,reflector,and incandescent lamp when installing a retrofit replacement LED traffic signal or pedestrian signal lamp unit into an existing signal housing;fit the new unit securely in the housing door;and connect the new housing unit to the existing electrical wiring or terminal block by means of simple connectors. 3.2. Wiring.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 841 DocuSign Envelope ID: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 682 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. 4. MEASUREMENT This Item will be measured by each vehicle signal section,pedestrian signal section,back plate,or louver. 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"Pedestrian Signal Section,""Vehicle Signal Section," "Back Plate,"or"Louver,"of the types and sizes specified.This price is full compensation for furnishing, assembling,and installing the signal sections,back plates and louvers,and lenses and optics;mounting attachments;and materials,equipment, labor,tools,and incidentals. 842 DocuSign Envelope ID: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 684 Item 684 Traffic Signal CablesZfaT,.a=nspo-,-Z1,on 1. DESCRIPTION Furnish and install traffic signal cables. 2. MATERIALS Provide polyethylene-jacketed multi-conductor cables in accordance with details shown on the plans. Individual conductors must be copper with polyethylene insulation rated for 600 volts. Furnish new materials. Provide traffic signal cables in accordance with 1DI AS 1.1.1.1..0.,"Traffic Signal Cable." 2.1. Type A Cables. Use Type A cables meeting the requirements of IMSA 20-1 for underground conduit installation or aerial cable supported by a messenger. 2.2. Type B Cables. Use Type B cables meeting the requirements of IMSA 20-3 as the integral messenger cable for aerial installations. 2.3. Type C Cables. Use Type C cables meeting the requirements of IMSA 50-2 for loop detector lead-in installations consisting of 2 conductor shielded cable. 2.4. Types A and B Cable Materials. Provide the following materials for Type A and B cables: ■ Use the size and number of conductors shown on the plans. Unless otherwise shown on the plans,use conductors consisting of 7 copper strands. ■ Ensure color coding of conductors and sequence for cables are in compliance with Table 1. Base color is the insulation color.Tracer color is the colored stripe that is part of or firmly adhered to the insulation surface for the full length of the conductor. ■ Ensure 2-conductor cable is of the round twisted type with fillers used where necessary to form a round cable. ■ For cables with more than 2 conductors,ensure individual conductors are laid up symmetrically in layers with fillers used when necessary,to produce a uniform assembly of conductors with a firm,compact cylindrical core. ■ Ensure fillers are a non-metallic, moisture-resistant,non-wicking material. ■ Supply conductor assemblies covered with a wrapping of a moisture-resistant tape applied to overlap at least 10%of the tape width. ■ Ensure the taped conductor assembly is covered with a tightly fitting black polyethylene jacket that is smooth and free from holes,splits, blisters,and any other imperfections. ■ Supply cables that clearly show the name of the manufacturer and the IMSA specification number applied at approximate 2-ft. intervals to the outer surface of the jacket by indent printing. 843 DocuSign Envelope ID: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 684 Table 1 Conductor Color and Sequence for Cables Conductor No. Base Color Tracer Color 1 Black 2 White 3 Red 4 Green 5 Orange 6 Blue 7 White Black 8 Red Black 9 Green Black 10 Orange Black 11 Blue Black 12 Black White 13 Red White 14 Green White 15 Blue White 16 Black Red 17 White Red 18 Orange Red 19 Blue Red 20 Red Green 21 Orange Green 2.5. Additional Requirements for Type B Cable Materials.Additional material requirements particular to Type B cable are as follows: ■ Ensure cables consisting of 5 or more conductors have a 0.25-in.nominal diameter messenger. For the messenger,use Class A galvanized Extra High Strength Steel Strand with 3 or 7 wires. ■ A solid strand messenger with 0.134-in.diameter may be used for cables with less than 5 conductors. ■ To provide corrosion protection,ensure the messenger strand is coated and the interstices are flooded with a rubber asphalt compound or equivalent. ■ Ensure the integral messenger and conductors are enclosed in the jacket forming a cross-section similar to a figure 8. 2.6. Type C Cable Materials. Use the following materials for Type C cables: ■ Unless otherwise shown on the plans,use No. 14 AWG insulated conductors with concentric stranding with black insulation on 1 of the 2 conductors and clear insulation on the other conductor. Ensure conductors have a minimum of 2 twists per foot within the cable. ■ Use cables that have 100%shield coverage using aluminum bonded to a Mylar film. Ensure the drain wire is stranded tinned copper,2 AWG sizes less than the conductor,and in continuous contact with the aluminum side of the shield material. ■ Ensure the jacket is black polyethylene. ■ Use cables that legibly show the name of the manufacturer and the IMSA specification number applied at approximate 2-ft. intervals on a tape under the outer jacket. 2.7. Sampling.The Engineer may take samples from each roll of each size of cable for establishing conformity to IMSA.The samples will be at least 3 ft. long.Replace any cable failing to meet IMSA requirements. 3. CONSTRUCTION For each cable run in underground conduit,coil an extra 5 ft.of cable in each ground box. Splices are not permitted in Type A and B cables unless shown on the plans,or approved in writing. Ensure splices are watertight. 844 DocuSign Envelope ID: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 684 Make splices between Type C cable and loop detector wires only in the ground box near the loop the cable is servicing. Use non-corrosive solder for splices.Ground the drain wire of Type C cable to earth ground only at the controller or detector cabinet. Ensure the resistance from the drain wire to the ground rod is less than 1 ohm. Test the cables after installation and before any connection to the cables.Cables testing less than 50 megohms insulation resistance at 500 volts will be rejected. 4. MEASUREMENT This Item will be measured by the foot of traffic signal cables. This is a plans quantity measurement Item.The quantity to be paid is the quantity shown in the proposal, unless modified by Article 9.2.,"Plans Quantity Measurement."Additional measurements or calculations will be made if adjustments of quantities are required. 5. PAYMENT The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement"will be paid for at the unit price bid for"Traffic Signal Cables"of the types and sizes specified. This price is full compensation for furnishing and installing materials,and for equipment, labor,tools,and incidentals,except as shown below. Cables inside traffic signal pole assemblies will be paid for under this Item. Cables used for inside signal heads and controllers or coils in ground boxes,pole bases,and on span wires will not be paid for directly but will be subsidiary to pertinent Items. 845 DocuSign Envelope ID: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 686 Item 686 Traffic Signal Pole Assemblies (Steel) Tnsp o���rne,�t of TraruportaCion 1. DESCRIPTION ■ Installation. Fabricate,furnish,and install steel traffic signal pole assemblies. ■ Relocation. Remove and relocate existing steel traffic signal pole assemblies. 2. MATERIALS Provide new materials that comply with the details shown on the plans,the requirements of this Item,and the pertinent requirements of the following Items: ■ Item 416,"Drilled Shaft Foundations" ■ Item 421,"Hydraulic Cement Concrete" ■ Item 441,"Steel Structures" ■ Item 442,"Metal for Structures" ■ Item 445,"Galvanizing" ■ Item 449,"Anchor Bolts" Furnish alloy steel or medium-strength mild steel anchor bolts in accordance with Section 449.2.1.,"Bolts and Nuts,"unless otherwise shown on the plans. 3. CONSTRUCTION 3.1. Standard Design. Fabricate poles assemblies in accordance with this Item to the designs shown on the plans.Alternate designs are not acceptable. Deviations that affect the basic structural behavior of the pole are considered to be alternate designs. For deviations that do not affect the basic structural behavior of the pole,electronically submit shop drawings in accordance with Item 441,"Steel Structures,"to the Bridge Division for approval. 3.2. Fabrication. Fabricate and weld in accordance with Item 441,"Steel Structures,"AWS D1.1, Structural Welding Code—Steel;and the requirements of this Item. Fabrication tolerances are given in Table 1. Table 1 Fabrication Tolerances Part Dimension Tolerance in. Length ±1 Thickness +0.12,–0.02 Pole and mast arm shaft Difference between flats or diameter ±3/16 Straightness 1/8 in 10 ft. Attachment locations ±1 Overall ±3/16 Base and mast arm Thickness +1/4,-0 mounting plates Deviations from flat 3/16 in 24 in. Spacing between holes ±1/8 Bolt hole size ±1/16 Length ±1/2 Anchor bolts Threaded Length ±1/2 Galvanized Length –1/4 Angular Orientation 1/16 in 12 in.' Assembled shafts Centering ±3/16 Twist 3°in 50 ft. 1. 1/8 in 12 in.between mounting plates and between mounting plates and base plates. 849 DocuSign Envelope ID: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 686 Fabrication plants that produce steel traffic signal pole assemblies must be approved in accordance with I;)I\AS 380,"Steel Non-Bridge Member Fabrication Plant Qualification."The Department maintains an MPL of approved traffic signal pole assembly fabrication plants. Provide properly fitting components. Provide round or octagonal shafts for poles and mast arms tapered as shown on the plans. Fabricate mast arms straight in the unloaded condition unless otherwise shown on the plans.The Department will accept bolted slip joints overlapping by at least 1.5 diameters in mast arms 40 ft. and longer. Provide circumferential welds only at the ends of the shafts. Provide no more than 2 longitudinal seam welds in shaft sections.Grind or smooth the exterior of longitudinal seam welds to the same appearance as other shaft surfaces. Ensure 100%penetration within 6 in.of circumferential base welds and 60%minimum penetration at other locations along the longitudinal seam welds. Use a welding technique that minimizes acid entrapment during later galvanizing. Hot-dip galvanize all fabricated parts in accordance with Item 445, "Galvanizing." Treat welds with Ultrasonic Impact Treatment when shown on the plans after galvanization and with the dead load(actual or simulated)applied. Repair damaged galvanizing in accordance with Section 445.3.5., "Repairs." Connect the luminaire arm to the pole with simplex fittings. Ensure the fittings have no defects affecting strength or appearance. Permanently mark,at a visible location when erected,pole base plates and mast arm mounting plates with the design wind speed. Permanently mark,at a visible location when erected,pole base plates and fixed mast arm mounting plates with the fabrication plant's insignia or trademark. Place the mark on the pole base plate adjacent to the hand- hole access compartment. Deliver each traffic signal pole assembly with fittings and hardware either installed or packaged with its associated components.Ship all components with a weatherproof tag identifying the manufacturer,Contract number,date,and destination of shipment. 3.3. Installation. Locate traffic signal pole assemblies as shown on the plans unless otherwise directed to secure a more desirable location or avoid conflict with utilities.Stake the traffic signal pole assembly locations for verification by the Engineer. Use established industry and utility safety practices when working near overhead or underground utilities. Consult with the appropriate utility before beginning work. Construct foundations for new traffic signal pole assemblies in accordance with Item 416,"Drilled Shaft Foundations,"and the details shown on the plans.Orient anchor bolts as shown on the plans. Erect structures after foundation concrete has attained its design strength as required on the plans and Item 421,"Hydraulic Cement Concrete."Coat anchor bolt threads and tighten anchor bolts in accordance with Item 449,"Anchor Bolts." After the traffic signal pole assembly is plumb and all nuts are tight,tack weld each anchor bolt nut in 2 places to its washer.Tack weld each washer to the base plate in 2 places. Never weld components to the bolt.Tack weld in accordance with Item 441,"Steel Structures."After tack welding,repair galvanizing damage on bolts,nuts,and washers in accordance with Section 445.3.5.,"Repairs." Do not grout between the base plate and the foundation. 850 DocuSign Envelope ID: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 686 3.4. Relocation. Disconnect and isolate traffic signal cables before removing the pole. Remove existing traffic signal pole assemblies as directed. Ensure the poles or attached components suffer no undue stress or damage.Signs,signal heads,mounting brackets, luminaires,etc.,may be left on the poles. Repair or replace damaged components as directed. Remove abandoned concrete foundations, including steel,to a point 2 ft.below final grade unless otherwise shown on the plans.Cut off and remove steel protruding from the remaining concrete. Backfill the hole with materials equal in composition and density to the surrounding area. Replace surfacing material with similar material to an equivalent condition. Move existing pole assemblies to locations shown on the plans,or as directed.Construct foundations for relocated traffic signal pole assemblies in accordance with Item 416,"Drilled Shaft Foundations,"and the details shown on the plans. Install existing pole assemblies on new foundations in accordance with Section 686.3.3.,"Installation." Accept ownership of unsalvageable materials and dispose of in accordance with federal,state,and local regulations. 4. MEASUREMENT This Item will be measured by each traffic signal pole assembly installed or relocated. 5. PAYMENT The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement"will be paid for at the unit price bid for"Install Traffic Signal Pole Assemblies(Steel)"of the types and sizes specified or"Relocate Traffic Signal Pole Assemblies(Steel)"of the types specified. New drilled shaft foundations will be paid for under Item 416,"Drilled Shaft Foundations." 5.1. Installation.This price is full compensation for furnishing,fabricating,galvanizing,assembling,and erecting the pole upon a foundation;furnishing and erecting required mast arms and luminaire arms;furnishing and placing anchor bolts,nuts,washers,and templates;and materials,equipment, labor,tools,and incidentals. 5.2. Relocation.This price is full compensation for removing traffic signal pole assemblies;removing existing foundations;backfilling and surface placement;storing the components to be reused or salvaged;furnishing, fabricating,and installing required new components including anchor bolts,nuts,washers,and templates; placing and securing traffic signal pole assemblies on new foundations;furnishing and placing conduit, ground rods,and wiring;disposal of unsalvageable materials; loading and hauling;and materials,equipment, labor,tools,and incidentals. 851 DocuSign Envelope ID: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 687 Item 687 Pedestal Pole Assemblies Tnsp o���frne,�f of Traruporfafion 1. DESCRIPTION ■ Installation. Furnish and install pedestal pole assemblies for vehicle and pedestrian signals. ■ Relocation. Remove and relocate existing pedestal pole assemblies. ■ Removal. Remove existing pedestal pole assemblies. 2. MATERIALS Furnish new materials in accordance with the following Items and with details shown on the plans: ■ Item 445,"Galvanizing" ■ Item 449,"Anchor Bolts" ■ Item 656,"Foundations for Traffic Control Devices" 2.1. Pedestal Pole Base. Provide prequalified pedestal pole bases from the Department's MPL in accordance with I„),IN.S::.1..1..1.4:0.,"Pedestal Pole Base." 2.2. Pedestal Pole. Provide 4-in.diameter schedule 40 steel pipe or tubing,aluminum pipe(alloy 6061 T6),or rigid metal conduit. Do not use aluminum conduit.Galvanize pedestal pole assemblies in accordance with Item 445,"Galvanizing,"unless otherwise shown on the plans. 2.3. Pedestrian Push Button Pole Assembly. Provide diameter as shown on the plans,schedule 40 steel pipe or tubing,aluminum pipe(alloy 6061-T6),or rigid metal conduit. Do not use aluminum conduit.Galvanize pedestrian push button post in accordance with Item 445,"Galvanizing,"unless otherwise shown on the plans. 3. CONSTRUCTION Install foundations in accordance with Item 656,"Foundations for Traffic Control Devices." 3.1. Pedestal Pole Base.Ground the base with connectors to the 1/2-13 NC female threaded hole. Fabricate the base for 4 L bend anchor bolts arranged in a square pattern with a 12-3/4 in.bolt circle. Provide mild steel anchor bolts in accordance with Item 449,"Anchor Bolts,"for each base. Provide three 1/16-in.thick and three 1/8-in.thick U-shaped galvanizing steel shims for each base. Size shims to fit around the anchor bolts. 3.2. Installation. Install pedestal pole assemblies and pedestrian push button post assemblies as shown on the plans,or as directed. Pedestal pole assemblies include foundation, pole shaft,base,anchor bolts,anchor bolt nuts,anchor bolt template,shims,and miscellaneous components.Watertight breakaway electrical disconnects are required for pedestal pole assemblies used in conjunction with vehicle and pedestrian heads and components. Pedestrian push button post assemblies include foundation,pole,and post cap. Use established industry and utility safety practices to erect assemblies near overhead or underground utilities.Consult with the appropriate utility company before beginning such work. Repair damaged galvanizing in accordance with Section 445.3.5.,"Repairs." 3.3. Relocation. Disconnect and isolate the electrical power supply before removal of the assembly. Remove existing assembly as directed.Salvage existing components such as signs,heads,buttons,pole,and base unless otherwise directed. Repair or replace lost or damaged components as directed. 852 DocuSign Envelope ID: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 687 Install foundations in accordance with Item 656,"Foundations for Traffic Control Devices." Relocate existing assembly to the location shown on the plans or as directed. Install existing assembly at new foundations in accordance with Section 687.3.2.,"Installation." Remove existing foundations in accordance with Section 687.3.4.,"Removal."Accept ownership of unsalvageable materials,as determined by the Engineer,and dispose of in accordance with federal,state,and local regulations. Repair galvanizing for any damaged steel part or any steel part welded after galvanizing in accordance with Item 445,"Galvanizing." 3.4. Removal. Disconnect and isolate electrical power supplies before removal of the assembly. Remove existing sign panel,beacons,pole,and base from existing assembly.Store items to be reused or salvaged without damaging them.Store sign panels above the ground in a vertical position at locations shown on the plans or as directed.Accept ownership of unsalvageable materials and dispose of in accordance with federal,state, and local regulations. Disconnect and remove conductors from abandoned circuits. Remove abandoned conduit and ducts to a point 6 in.below final grade. Destroy existing transformer bases to prevent reuse. Remove abandoned foundations to 2 ft.below the finished grade unless otherwise shown on the plans.Cut off and remove steel protruding from the remaining concrete. Backfill the remaining hole with material equal in composition and density to the surrounding area. Replace any surfacing with like material to equivalent condition. 3.5. Painted Finish.When required,paint pedestal pole and pedestrian push button post assemblies in accordance with details shown on the plans. 4. MEASUREMENT This Item will be measured by each pedestal pole assembly or each pedestrian push button post assembly installed,relocated,or removed. 5. PAYMENT The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement"will be paid for at the unit price bid for"Install Pedestal Pole Assembly,""Install Pedestrian Push Button Post Assembly,""Relocate Pedestal Pole Assembly,""Relocate Pedestrian Push Button Post Assembly,""Remove Pedestal Pole Assembly"or"Remove Pedestrian Push Button Post Assembly." New signal heads will be paid for under Item 682,"Vehicle and Pedestrian Signal Heads." 5.1 Installation.This price is full compensation for furnishing and installing the shaft;base,shims,anchor bolts, and foundation;and materials,equipment, labor,tools,and incidentals. 5.2 Relocation.This price is full compensation for removing the pedestal pole or pedestrian push button assemblies;removing existing foundations; installing new foundations;furnishing,fabricating,and installing any new components as required and replacing the assembly on its new foundations with all manipulations and electrical work;controller;salvaging;disposal of unsalvageable material; loading and hauling;and equipment,material, labor,tools,and incidentals. 5.3 Removal.This price is full compensation for removing the various pedestal pole assemblies components; removing the foundations;storing the components to be reused or salvaged;disposal of unsalvageable material;backfilling and surface placement; loading and hauling;and equipment,materials,tools,labor,and incidentals. 853 DocuSign Envelope ID: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 688 Item 688 Pedestrian Detectors and Vehicle Loop Detectors Tnsp o���frne,�f of Traruporfafion 1. DESCRIPTION Furnish and install traffic signal detectors. 2. MATERIALS Provide new materials that comply with the details shown on the plans,the requirements of this Item,and the pertinent requirments of the following Items: ■ Item 618,"Conduit" ■ Item 624,"Ground Boxes" ■ Item 682,"Vehicle and Pedestrian Signal Heads" ■ Item 684,"Traffic Signal Cables" 2.1. Pedestrian Detectors.Supply housing or an adapter(saddle)that conforms to the pole shape,fitting flush to ensure a rigid installation.Supply adapters of the same material and construction as the housing.Supply push-button switches that have single-pole,single-throw contacts and screw-type terminals and have a design life of at least 1 million operations. Ensure the internal components provide a push-button with normal open contacts,and include all electrical and mechanical parts required for operation. Ensure the push-button assembly is weather-tight and tamperproof, is designed to prevent an electrical shock under any weather condition,and has provisions for grounding in accordance with the NEC. 2.1.1. Standard Pedestrian Detectors. Provide a 2-piece cast aluminum housing unit consisting of a base housing and a removable cover. Provide threaded holes for 0.5-in conduit in the housing for any necessary conduit attachment. Ensure the manufacturer's name or trademark is located on the housing. 2.1.2. Accessible Pedestrian Signals(APS). Provide accessible pedestrian detectors in accordance with I;)IMS 1.11.32,"Accessible Pedestrian Signals(APS)." 2.2. Vehicle Loop Detectors. Use stranded copper No. 14 AWG XHHW cross-linked-thermosetting- polyethylene-insulated conductor rated for 600 volts AC for vehicle detector loop wire unless otherwise shown on the plans. Ensure each length of wire shows the name or trademark of the manufacturer, insulation voltage rating,wire gauge,and insulation type at approximate 2-ft. intervals on the insulation surface. When shown on the plans,use flexible vinyl or polyethylene tubing with 0.184 in.minimum inside diameter, 0.031 in.minimum wall thickness,0.26 in.maximum outside diameter,and a smooth bore. Use tubing that does not adhere to the loop wire in any way and is capable of resisting deterioration from oils,solvents,and temperatures up to 212°F. Use tubing that is abrasion-resistant and remains flexible from—22°F to 212°F. Use orange or red tubing unless otherwise shown on the plans. Use sealant for the vehicle detector loops in accordance with[2.1 IS 63 CJ,"Vehicle Loop Wire Sealant." 854 DocuSign Envelope ID: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 688 3. CONSTRUCTION 3.1. Pedestrian Detectors. 3.1.1. Push-Button Unit. Meet the requirements of the TMUTCD when installing push-buttons.Wire the push- button according to manufacturer's installation instructions.Close unused housing openings with a weather- tight closure painted to match the housing.Verify that each button is communicating and fully functional. Do not use terminal connections or splice wire leads except at approved locations.All allowed splices must be watertight. Attach wires to terminal posts with solderless terminals unless otherwise advised by manufacturer's recommendations.Attach terminals to the wires with a ratchet-type compression crimping tool properly sized to the wire. Mount a pedestrian push button sign near each push button as shown on the plans. For installations where APS buttons are placed less than 10 ft.apart from one another,program the appropriate speech walk message(include the name of the appropriate street in the message)for these buttons.When 2 APS buttons are installed on the same pole ensure that the APS buttons are insulated to eliminate vibrations from traveling to the other button. 3.1.2. Controller Unit. If a controller unit is required by the plans, integrate the pedestrian controller unit into the traffic signal controller cabinet assembly. 3.2. Vehicle Loop Detectors. Provide the loop location,configuration,wire color,and number of turns shown on the plans. Loops may be adjusted by the Engineer to fit field conditions. 3.2.1. Saw-Cuts.Cut the pavement with a concrete saw to form neat lines. Do not exceed 1 in.depth on concrete bridge slab saw-cuts.Cut all other saw-cuts deep enough to provide a minimum of 1 in.depth of sealant over the wire. Make a separate saw-cut from each loop to the edge of the pavement unless otherwise shown on the plans. Ensure the cut is clean and dry when the wire and sealant are placed. 3.2.2. Conduit. Place conduit between the pavement and ground box as shown on the plans. 3.2.3. Loop Wire Color. Use the following color code unless otherwise shown on the plans. Use white for the first loop on the right followed by black,orange,green,brown,and blue. Use the same color for all loops in the same lane. Loops installed in multi-lanes will have the same color code in the order the loops are installed. When facing the same direction that traffic flows,the color code will read from right to left for all lanes carrying traffic in that direction. If traffic moves in 2 directions,the color code will be repeated for the other direction of traffic. 3.2.4. Loop Wire Installation.When shown on the plans,place the loop wire in a flexible vinyl or polyethylene tubing in accordance with Article 688.2.,"Materials."The loop wire color requirements do not apply to wires in tubing. Twist the wire from the loop to the ground box a minimum of 5 turns per foot.When only one pair of wires is in a saw-cut, it need not be twisted while in the saw-cut. Do not splice loop wire in the loop or in the run to the ground box. Hold the loop wire in place every 2 ft.with strips of rubber,neoprene flexible tubing,or polyethylene foam sealant approximately 1 in. long. Leave these strips in place and fill the slot with loop sealant. Splice the loop lead-in cable and loop detector wires only in the ground box near the loop it is serving. Use non-corrosive solder for splices and ensure the splice is watertight. Ground the drain wire of the loop lead-in 855 DocuSign Envelope ID: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 688 cable to earth ground only at the controller or detector cabinet. Ensure the resistance from the drain wire to the ground rod is less than 1 ohm. 4. MEASUREMENT This Item will be measured by the foot of saw-cut containing loop wire and each pedestrian push-button and controller unit. This is a plans quantity measurement Item.The quantity to be paid is the quantity shown in the proposal, unless modified by Article 9.2.,"Plans Quantity Measurement."Additional measurements or calculations will be made if adjustments of quantities are required. 5. PAYMENT The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement"will be paid for at the unit price bid for"Vehicle Loop Detectors"of the type specified, "Pedestrian Detector Push-button Units"of the type specified or"Pedestrian Detector Controller Unit."This price is full compensation for furnishing, installing,and testing the detectors,detector controller units, including detector configuration devices or software(when applicable);saw-cutting,excavation,backfill, sealant,and sealant placement;pavement repair associated with saw-cutting;and materials,equipment, labor,tools,and incidentals,except as follows. The conduit and loop wire from the edge of pavement to the ground box used for the vehicle loop detectors will not be measured or paid for directly but will be subsidiary to this Item. New ground boxes will be paid for under Item 624,"Ground Boxes." New loop lead-in cable will be paid for under Item 684,"Traffic Signal Cables." 856 DocuSign Envelope ID: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 690 Item 690 Maintenance of Traffic Signals Tnsp o���rne,�t of TraruportaCion 1. DESCRIPTION Furnish, install,modify,repair,replace,or remove components of a traffic signal: 2. MATERIALS The Department will only furnish traffic signal poles,mast arms,and controllers that become part of the final installation,unless otherwise noted on the plans.Submit a materials list to the Engineer for all poles,mast arms,and controllers needed. Pick up materials at the locations and times shown on the plans. Designate in writing the persons authorized to pick up the materials. Assume responsibility for all materials furnished by the Department. Use materials furnished by the Department for this Contract only. Return unused or removed materials deemed salvageable by the Engineer to the Department upon completion of the work and before final payment at location shown on the plans or as directed. Dispose of materials deemed unsalvageable by the Engineer, in accordance with federal, state, and local regulations.When materials are required to be furnished by the Contractor,meet the Materials Article requirements of the pertinent Item. 3. EQUIPMENT Use equipment that includes,but is not limited to: ■ an aerial device capable of reaching overhead work, ■ trenching machine, ■ boring machine, ■ concrete saw,and ■ digger-boom truck. Use only equipment,tools,and machinery in good repair and operating condition. Repair or replace any equipment that, in the opinion of the Engineer,may affect the quality of work or safety. 4. WORK METHODS Conform to the NEC, local utility requirements,requirements of this Item,and pertinent requirements of the following Items: ■ Item 416,"Drilled Shaft Foundations," ■ Item 421,"Hydraulic Cement Concrete," ■ Item 476,"Jacking, Boring,or Tunneling Pipe or Box," ■ Item 610,"Roadway Illumination Assemblies," ■ Item 618,"Conduit," ■ Item 620,"Electrical Conductors," ■ Item 622,"Duct Cable," ■ Item 624,"Ground Boxes," ■ Item 625,"Zinc-Coated Steel Wire Strand," ■ Item 627,"Treated Timber Poles," ■ Item 628,"Electrical Services," ■ Item 636,"Signs," 857 DocuSign Envelope ID: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 690 ■ Item 656,"Foundations for Traffic Control Devices," ■ Item 680,"Highway Traffic Signals," ■ Item 682,"Vehicle and Pedestrian Signal Heads," ■ Item 684,"Traffic Signal Cables," ■ Item 685,"Roadside Flashing Beacon Assemblies," ■ Item 686,"Traffic Signal Pole Assemblies(Steel)," ■ Item 687,"Pedestrian Pole Assemblies,"and ■ Item 688,"Pedestrian Detectors and Vehicle Loop Detectors." Perform the following work as directed: 4.1. Conduit. Install,replace,remove,or modify conduits in accordance with Item 618,"Conduit";as shown on the plans;or as directed. Use 90°"sweep"type elbow on conduits entering a ground box. 4.2. Foundations. Install,replace,or remove foundations for traffic signal pole,pedestal pole,and ground mount controller cabinets in accordance with Item 416,"Drilled Shaft Foundations";and in accordance with Item 656,"Foundations for Traffic Control Devices";as shown on the plans;or as directed. 4.3. Concrete. Install concrete in accordance with Item 421,"Hydraulic Cement Concrete." 4.4. Ground Boxes. Install,repair,replace,remove,or modify ground boxes in accordance with Item 624, "Ground Boxes";as shown on the plans;or as directed. 4.5. Vehicle and Pedestrian Detectors. Install,repair,replace,remove,or modify pedestrian push buttons and vehicle loop detectors in accordance with Item 688,"Pedestrian Detectors and Vehicle Loop Detectors";as shown on the plans;or as directed. 4.6. Electrical Service. Install,repair,replace,remove,or modify an electrical service assembly in accordance with Item 628,"Electrical Services";as shown on the plans;or as directed. Mount any or all of the following on an electrical service support assembly:conduit,weather head, load center,meter base, lightning protection,wiring,and associated hardware. 4.7. Signal Pole. Install,repair,replace,remove,or modify signal poles in accordance with pertinent Items,as shown on the plans,or as directed.Comply with Item 627,"Treated Timber Poles,"for timber signal poles with guy wires and anchors and Item 686,"Traffic Signal Pole Assemblies(Steel),"for steel poles with concrete foundations. Remove timber poles and anchors completely,to 24 in.below ground level,or as directed. Remove concrete foundations to 24 in.below ground level,or as directed. Install,repair,replace,remove,or modify pedestrian signal pole assemblies in accordance with Item 687, "Pedestrian Pole Assemblies";as shown on the plans;or as directed. Install,repair,replace,remove,or modify roadside flashing beacons in accordance with Item 685,"Roadside Flashing Beacon Assemblies";as shown on the plans;or as directed. 4.8. Down Guy. Install,replace,remove,or modify down guy with guard or down guy with anchor and guard. 4.9. Steel Wire Strand. Install,replace,or remove steel wire strand in accordance with Item 625,"Zinc-Coated Steel Wire Strand";as shown on the plans;or as directed.Attach span wire on timber poles using a 5/8-in. straight thimble-eye bolt.Attach span wire on metal poles using at least 2 turns of wire around the pole. Place and properly tighten the 3-bolt clamp as near as possible to the pole. 4.10. Luminaire Head and Mast Arm. Install,replace,remove,or modify luminaire heads,arms,bulbs, photocells,and hardware on timber or steel signal poles. Install material using manufacturer's specifications. Fuse luminaires individually in the signal pole hand-hole. Install a separate cable from the breaker load panel to each luminaire. 858 DocuSign Envelope ID: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 690 4.11. Signal Head Assembly. Install,repair,replace,remove,or modify pedestrian signal heads or vehicle signal head assemblies in accordance with Item 682,"Vehicle and Pedestrian Signal Heads";as shown on the plans;or as directed. Mount signal heads by a span wire hanger clamp,bracket arm assembly,or mast arm bracket assembly.Signal head assemblies consist of 1 to 12 signal sections. Install signal heads as shown on the plans,or as directed. Assemble the signal heads with backplates,louvers,and brackets as needed. Mount all signal heads at the same elevation. Install signal head perpendicular to the travel lane it controls. Plumb all signal heads vertically and horizontally. 4.12. Traffic Signal Controller Cabinet,Ground Mount. Install,repair,replace,remove,or modify ground- mounted cabinet. Plumb and tighten the cabinet.Apply silicone sealant around the base of the cabinet.Coil all cabling that enters the cabinet neatly on the cabinet floor. Mark and terminate each cable as shown on the plans,or as directed. 4.13. Traffic Signal Controller Cabinet, Pole Mount. Install,repair,replace,remove,or modify pole-mounted cabinet. Plumb and tighten the cabinet.Coil all cabling that enters the cabinet neatly on the cabinet floor. Mark and terminate each cable as shown on the plans,or as directed. 4.14. Flashing Beacon Controller Cabinet. Install,repair,replace,remove,or modify flasher cabinet. Plumb and tighten the cabinet.Coil all cabling that enters the cabinet neatly on the cabinet floor. Mark and terminate each cable as shown on the plans,or as directed. 4.15. Cables. Install,repair,replace,remove,or modify signal, loop lead-in,electrical,communication,or illumination cables in conduits or along messenger cables in accordance with Item 620,"Electrical Conductors"; in accordance with Item 684,"Traffic Signal Cables";as shown on the plans;or as directed. Attach aerial cable at 1-ft. intervals using approved cable ties along a messenger span cable. Install a drip loop with at least 2 turns at each pole,signal head,and weather head. Label each cable brought into the controller cabinet.Coil 5 ft.of cable neatly on the traffic signal controller cabinet floor for each cable. Install solderless pressure connectors that meet the requirements of the NEC for all wires attached to terminal posts. Use a ratchet-type full-circle crimper for insulated terminals to provide a solderless pressure connector. 4.16. Sealing. Install,repair,replace,remove,or modify sealant in detector saw slots,at the open end of all conduits terminated at the roadway edge,and in ground boxes.Apply sealant as shown on the plans or as directed. 4.17. Salvage Operations. Remove traffic signal when no replacement is required. Return unused or removed material deemed salvageable by the Engineer to the Department.Dispose of all other material. 4.18. Signal-Related Signs. Install,repair,replace,remove,or modify small post-mounted or overhead signs. 4.19. Curbs, Ramps,and Sidewalks. Install,repair,replace,remove,or modify curbs,ramps,and sidewalks. Secure permission to install traffic signal items before cutting into or removing curbs,ramps,and sidewalks. Replace all curbs,ramps,and sidewalks as shown on the plans. Install pedestrian access ramps as shown on the plans. 4.20. Protection of Utilities. Locate and protect all public lines and utility customer service lines in the work area. Notify the utility company and locate and mark,uncover,or otherwise protect all such lines in the construction area.Obtain information on the location and grade of water,sewer,gas,telephone,electric lines,and other utilities in the work area from the utility company.This information does not relieve the Contractor of responsibility for protecting utilities. 859 DocuSign Envelope ID: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 690 Reimburse the utility line owner for expenses or costs(including fines that may be levied against the utility company)that may result from unauthorized or accidental damage to any utility lines in work area. 4.21. Preservation of Sod,Shrubbery,and Trees. Preserve all sod,shrubbery,and trees at the site during the Contract.Obtain permission to remove any sod,shrubbery,or tree branches. Preserve and restore sod and shrubbery into their original position. Replace damaged sod or shrubbery at the Contractor's expense. 4.22. PVC Weatherproof Enclosures. Install,remove,or replace 12 X 12 X 6-in. PVC weatherproof enclosure at locations shown on the plans or as directed.Only use enclosure for reconnecting or terminating traffic signal cables at the top of a timber or steel strain pole which has been replaced or reinstalled due to accidental knock down. 4.23. LED Lamp Unit. Install,replace,or remove LED optical unit in accordance with Item 682,"Vehicle and Pedestrian Signal Heads";as shown on the plans;or as directed. 4.24. Spread Spectrum Radio Antennas. Replace,repair,or install spread spectrum radio antenna in accordance with Special Specification,"Spread Spectrum Radios for Traffic Signals";as shown on the plan; or as directed. 4.25. Video Imaging Vehicle Detection System(VIVDS). Install,repair,replace,remove,or modify VIVDS in accordance with Special Specification,"Video Imaging Vehicle Detection System,"as shown on the plans,or as directed. 5. MEASUREMENT Measurement will be as follows: 5.1. Removal of Conduit. By the foot of conduit. 5.2. Installation of Conduit by Trenching. By the foot of the trench containing conduit,regardless of the size of conduit. 5.3. Installation of Conduit by Jacking or Boring. By the foot of road bore made. Pits for jacking or boring are subsidiary to this Item. 5.4. Installation of Vehicle Detectors. By the foot of saw-cut containing detector wire. 5.5. Removal, Replacement,or Installation of Ground Boxes. By each box removed,replaced,or installed, regardless of the type of box.A concrete apron around the box will be considered subsidiary to this Item. 5.6. Removal, Replacement,or Installation of Cables. By the foot of traffic signal cables removed,replaced,or installed,except measurement will not be made for cable inside signal heads and controllers or cable coiled in ground boxes, in pole bases,and on span wires. 5.7. Installation of Duct Cables. By the foot of trench containing duct cable. 5.8. Removal, Replacement,or Installation of Cables by Messenger Cable. By the foot removed,replaced,or installed. 5.9. Removal, Replacement,or Installation of Span Cable Assembly. By the foot of span removed,replaced, or installed.A span is defined as the distance from one pole to the next pole. 5.10. Replacement or Installation of Electrical Service. By each electrical service replaced or installed.The removal of the existing assembly will be considered subsidiary to this Item. 860 DocuSign Envelope ID: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 690 5.11. Removal, Replacement,or Installation of Timber Poles. By each timber pole removed,replaced,or installed.Attachment of required hardware is subsidiary to this Item. 5.12. Removal, Replacement,or Installation of Signal Head Assemblies. By each head removed,replaced,or installed.Assembly and wiring are subsidiary to this Item. 5.13. Removal, Replacement,or Installation of Signal Related Signs. By each sign assembly removed, replaced,or installed. 5.14. Removal, Replacement,or Installation of Pedestrian Push Buttons. By each push button removed, replaced,or installed. 5.15. Removal, Replacement,or Installation of Traffic Signal Pole Foundations. By the foot,of the type of foundation removed,replaced,or installed. 5.16. Installation of Foundations for Ground Mount or Pole Mount Cabinets. By each foundation installed. 5.17. Removal, Replacement,or Installation of Controller Cabinet,Ground Mount. By each cabinet removed, replaced,or installed. 5.18. Removal, Replacement,or Installation of Controller Cabinet, Pole Mount. By each cabinet removed, replaced,or installed. 5.19. Removal, Replacement,or Installation of Flasher Cabinet. By each cabinet removed,replaced,or installed. 5.20. Installation of Foundations for Roadside Flashing Beacon Assemblies. By each foundation installed. 5.21. Removal, Replacement,or Installation of Roadside Flashing Beacon Assemblies. By each assembly removed,replaced,or installed. 5.22. Removal, Replacement,or Installation of Signal Pole Assemblies. By each assembly,according to the type of pole assembly removed,replaced,or installed.Wiring in the pole and hardware is subsidiary to this Item. 5.23. Removal, Replacement,or Installation of Curbs. By the foot removed,replaced,or installed. 5.24. Removal, Replacement,or Installation of Pedestrian Ramps. By each ramp removed,replaced,or installed. 5.25. Removal, Replacement,or Installation of Sidewalks. By the square foot removed,replaced,or installed. 5.26. Removal of Concrete Foundations. By each foundation removed. 5.27. Removal, Replacement,or Installation of Luminaire Heads. By each luminaire head removed,replaced, or installed. 5.28. Removal, Replacement,or Installation of Luminaire Mast Arms. By each mast arm removed,replaced, or installed. 5.29. Removal, Replacement,or Installation of Down Guy with Guard. By each down guy with guard removed, replaced,or installed. 5.30. Removal, Replacement,or Installation of Down Guy with Guard and Anchor. By each down guy with guard and anchor removed,replaced,or installed. 861 DocuSign Envelope ID: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 690 5.31. Remove and Salvage Traffic Signals. By each signalized intersection salvaged.A signalized intersection is a group of traffic signals operated by a single controller. 5.32. Removal, Replacement,or Installation of 12 x 12 x 6-in. PVC Weatherproof Enclosure. By each PVC weatherproof enclosure removed,replaced,or installed. 5.33. Removal, Replacement,or Installation of LED Lamp Unit. By each LED lamp unit removed,replaced,or installed. 5.34. Removal, Replacement,or Installation of Spread Spectrum Radio Antennas. By each radio antenna removed,replaced,or installed. 5.35. Removal, Replacement,or Installation of Video Imaging Vehicle Detection System(VIVDS). By each camera assembly removed,replaced,or installed. 6. PAYMENT The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement"will be paid for at the unit prices for the various designations.This price is full compensation for furnishing all materials,equipment, labor,fines,tools,and incidentals.The Department will pay for electrical energy consumed by the traffic signal. Wiring in the pole;splices;backfill (soil or concrete);sealing of conduit ends and loop detector saw slots; installation of loop wire and PVC for encased loops;protection of utilities;and preservation of sod,shrubbery, and trees will not be measured or paid for directly but will be subsidiary to pertinent Items. 862 DocuSign Envelope ID: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 DocuSign Envelope ID: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 Geotechnical Engineering Study 21049, Trinity River Drive (Task Order No. 3) FM 624 to Wood River Drive Corpus Christi, Texas Arias Job No. 2021-435 A" ARIAS Prepared For: The City of Corpus Christi October 7, 2021 DocuSign Envelope ID: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 ARIAS I 142 Chula Vista,Sari Antonio,Texas 78232,Phone:(210)308-5884^Fax:(210)308-5886 October 7, 2021 Arias Job No. 2021-435 Via Email: Mai (o)cctexas.com Ms. Mai-Theresa Bernal, P.E. Major Projects Engineer City of Corpus Christi Engineering Services 1201 Leopard Street Corpus Christi, TX 78401 RE: Geotechnical Engineering Study 21049—Trinity River Drive—FM 624 to Wood River Drive (Master Services Agreement No. 3390, Task Order No. 3) Corpus Christi, Texas Dear Ms. Bernal: This Geotechnical Engineering Report presents the results of our geotechnical study for the proposed reconstruction of Trinity River Drive from FM 624 to Wood River Drive (21049) in Corpus Christi, Texas. This project was authorized through the execution of a Master Services Agreement (MSA) No., 3390, executed January 12, 2021, by Motion Number M2021-008 for providing Professional Services to the City of Corpus Christi (COCC), and Fully Executed Task Order No. 3, dated April 30, 2021. Our scope of services was performed in general accordance with Arias & Associates, Inc. (A&A) Proposal No. 2021-435, dated April 23, 2021. The purpose of this geotechnical engineering study was to establish pavement engineering properties of the subsurface soil and groundwater conditions present at the site. The scope of the study is to provide geotechnical engineering criteria for use by design engineers in preparing the reconstructed pavement design. Our findings and recommendations should be incorporated into the design and construction documents for the proposed development. The long-term success of the project will be affected by the quality of materials used for construction and the adherence of the construction to the project plans and specifications. The quality of construction can be evaluated by implementing Quality Assurance (QA) testing through a qualified and certified testing laboratory. Thank you for the opportunity to beof ervic to you. OF rfx%s Sincerely, iS�p�E g �It Arias &Associates, Inc. i TBPE Registration No: F-32 i%C*:R.I.S.TOPHRMS.Z.Y..M.C.:Z:A*K.� ,. �. ............................ 10/07/2021 -off. 86396 ,� - / ... 6TJ �'�,dw . t\FS S,.........��G� ;ONAL ,. Christopher M. Szym P.E. Mark J. O'Connor, P.E. Senior Geotechnical Engineer Senior Geotechnical Engineer Austin ®Corpus Christi ® Eagle Pass® Fort Worth ®San Antonio DocuSign Envelope ID: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 TABLE OF CONTENTS Page INTRODUCTION..............................................................................................................................5 SCOPEOF SERVICES ...................................................................................................................5 PROJECTDESCRIPTION...............................................................................................................5 SOIL BORINGS AND LABORATORY TESTING.............................................................................5 BulkSample Testing..................................................................................................................7 SulfateTesting...........................................................................................................................8 OrganicContent Testing............................................................................................................8 SUBSURFACECONDITIONS.........................................................................................................9 Geology .....................................................................................................................................9 Site Stratigraphy and Engineering Properties..........................................................................10 Groundwater............................................................................................................................11 PAVEMENT EVALUATION............................................................................................................12 ExpansiveSoils .......................................................................................................................12 PAVEMENT RECOMMENDATIONS.............................................................................................15 Design Parameters and Traffic Conditions..............................................................................16 Flexible Pavement Recommendations for Local (Residential Collector)Traffic......................18 Rigid Pavement Recommendations for a Local (Residential Collector)Traffic.......................19 SiteDrainage...........................................................................................................................21 Performance and Maintenance Considerations.......................................................................21 PAVEMENT CONSTRUCTION CRITERIA....................................................................................22 Demolition of Existing Pavements and Site Preparation .........................................................22 Lime-Treated Subgrade...........................................................................................................24 Roadway Fill Requirements.....................................................................................................25 FlexibleBase Course...............................................................................................................25 Asphalts, Oils and Emulsions..................................................................................................26 PrimeCoat...............................................................................................................................26 AsphalticBase Course ............................................................................................................26 Asphaltic Concrete Surface Course.........................................................................................26 Concrete Curb and Gutter.......................................................................................................26 FlowableFill.............................................................................................................................27 CementTreated Base..............................................................................................................27 Construction Site Drainage......................................................................................................28 OTHERCONSIDERATIONS.........................................................................................................28 Abutting Existing Pavements...................................................................................................28 Excavations Temporary Bracing, and Groundwater Control ...................................................28 Trenching, Shoring, and OSHA Classifications.......................................................................29 TemporarySlopes ...................................................................................................................30 DocuSign Envelope ID: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 TABLE OF CONTENTS Page Surface Drainage and Groundwater Control ...........................................................................30 Earthwork Acceptance and Protection of Pavement Materials................................................31 GENERALCOMMENTS................................................................................................................32 DesignReview.........................................................................................................................32 SubsurfaceVariations..............................................................................................................32 QualityAssurance Testing.......................................................................................................32 Standardof Care .....................................................................................................................33 APPENDIX A: FIGURES AND SITE PHOTOS.................................................................................A-1 APPENDIX B: BORING LOGS AND KEY TO TERMS.....................................................................B-1 APPENDIX C: LABORATORY AND FIELD TEST PROCEDURES.................................................0-1 APPENDIX D: CBR AND LIME SERIES RESULTS.........................................................................D-1 APPENDIX E: DYNAMIC CONE PENETROMETER(DCP) TEST RESULTS.................................E-1 APPENDIX F: GBA INFORMATION................................................................................................F-1 APPENDIX G: PROJECT QUALITY ASSURANCE .........................................................................G-1 Tables Table 1: Approximate Core/Bore Locations...........................................................................................6 Table 2: Existing Pavement Structure at Boring Locations ...................................................................7 Table 3: Existing Pavement Subgrade Conditions at Boring Locations ................................................9 Table 4: Generalized Soil Conditions..................................................................................................10 Table 5: Groundwater Measurements in Borings................................................................................11 Table 6: 30-year Traffic Data...............................................................................................................16 Table 7: Material Coefficients..............................................................................................................17 Table 8: Pavement Design Parameters...............................................................................................18 Table 9: Flexible Pavement Options for a Local (Residential Collector)Traffic ..................................19 Table 10: Rigid Pavement Recommendations for Local (Residential Collector)Traffic......................20 Table 11: Density Test Guidelines for Roadway Elements .................................................................33 DocuSign Envelope ID: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 INTRODUCTION The results of our geotechnical study for the proposed reconstruction of Trinity River Drive from FM 624 to Wood River Drive in Corpus Christi, Texas. This project was authorized through the execution of a Master Services Agreement (MSA) No., 3390, executed January 12, 201 by Motion Number M2021-008 for providing Professional Services to the City of Corpus Christi (COCC), and Fully Executed Task Order No. 3, dated April 30, 2021. Our scope of services was performed in general accordance with Arias &Associates, Inc. (A&A) Proposal No. 2021-435, dated April 23, 2021. SCOPE OF SERVICES The purpose of this geotechnical engineering study was to conduct subsurface exploration and laboratory testing to establish the engineering properties of the subsurface materials present within the project limits. This information was used to develop the geotechnical engineering criteria for use by design engineers to aid in preparing the reconstruction pavement design(s). Environmental studies, slope stability, foundation design, and/or utility engineering studies of any kind were not a part of our authorized scope of services for this project. PROJECT DESCRIPTION The project is an approximately 0.2-mile-long section of Trinity River Drive slated for pavement reconstruction from FM 624 to Wood River Drive. A Vicinity Map of the project alignment is included in Figure 1 of Appendix A. We understand that Trinity River Drive is classified by the City of Corpus Christi as a Local Residential Collector Traffic Street. Accordingly, we have performed a pavement analysis and developed pavement design sections for a Local Residential Collector Traffic Street, in general accordance with the City of Corpus Christi Department of Engineering Services Infrastructure Design Manual, dated March 2013 (Chapter 6 Street Design Requirements). This report includes our design pavement section options and pavement construction considerations. SOIL BORINGS AND LABORATORY TESTING As directed by the COCC, three (3) soil borings were drilled at the approximate locations shown on the Boring Location Plan included as Figure 2 in Appendix A. As directed, by the COCC, the borings were drilled through the existing pavement section, with the existing pavement section at each location first cored in order to estimate the existing pavement structure and to take photographs of the cores for inclusion in our report. Photographs of the recovered cores are included in Appendix A of this report. After the pavement was cored using a core barrel (and prior to performing the soil borings), Arias performed Dynamic Cone Arias Geoprofessionals, Inc. 5 Arias Job No.2021-435 DocuSign Envelope ID: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 Penetrometer (DCP) testing at each of the three (3) locations for further subgrade evaluation and to estimate in-situ California Bearing Ratio (CBR)values. As directed by the COCC, two (2) of the borings were drilled to a maximum depth of approximately six (6) feet each, while the remaining boring was drilled to a maximum depth of approximately 25 feet. The depths were referenced from below the existing pavement surface at the time of the geotechnical exploration conducted on May 13, 2021. Drilling was performed in general accordance with ASTM D 1586 for Split Spoon sampling techniques and ASTM D 1587 for thin-walled tube sampling methods as described in Appendix C. A truck-mounted drill rig using either continuous flight (Borings B-1 and B-3), or hollow stem augers (Boring B-2) together with the sampling tools noted were used to secure the subsurface soil samples. After completion of drilling, the boreholes were backfilled and patched in general accordance with COCC guidelines. The approximate pavement core/boring locations are shown on the Boring Location Plan included as Figure 2 in Appendix A. Select site photographs of the drilling are also included in Appendix A. The locations were identified in the field by Arias personnel using a hand-held Global Positioning System (GPS) unit so that underground utility locations could be identified and marked prior to the start of coring/drilling. A summary of the coring/boring locations is presented subsequently in Table 1. Table 1: Approximate Core/Bore Locations GPS Coordinates Approximate Boring No. Depth Drilled Latitude Longitude (feet) B-1 27°51'30.67"N 97'39'28.01"W 6 B-2 27°51'34.27"N 97°39'28.15"W 25 B-3 27°51'35.59"N 97°39'33.86"W 6 Notes: 1. The drilled depths are referenced from the existing pavement surface at the time of the drilling. 2. GPS coordinates of the as-drilled pavement bore/core locations were obtained using a hand-held Global Positioning System (GPS) and should be considered as approximate. The core/bore locations should be surveyed by a Registered Professional Land Surveyor (RPLS) if more accurate borehole location data is needed. Samples of encountered materials were obtained by using a split-barrel sampler or while performing the Standard Penetration Test (ASTM D 1586) or by pushing a thin-walled sampling tube in accordance with ASTM D 1587. The sample depth intervals are included on the soil boring logs included in Appendix B. Arias' field representative, working under the supervision of the project Geotechnical Engineer, visually logged each recovered sample and placed a portion of the recovered sample into a plastic bag with zipper-lock for transport to our laboratory. Final soil classifications, as seen on the attached boring logs, were determined based on laboratory and field test results and applicable ASTM procedures. Arias Geoprofessionals, Inc. 6 Arias Job No.2021-435 DocuSign Envelope ID: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 As a supplement to the field exploration, laboratory testing was conducted to determine moisture content, Atterberg Limits, percent passing the US Standard No. 200 sieve, sulfate content, unconfined compressive strength, and organic content. The laboratory results are reported in the boring logs included in Appendix B. A key to the terms and symbols used on the logs is also included in Appendix B. The soil laboratory testing for this project was done in accordance applicable ASTM procedures with the specifications and definitions for these tests listed in Appendix C. Remaining soil samples recovered from this exploration will be routinely discarded following submittal of the final report. Existing Pavement Structure To estimate the pavement structure along the Project alignment and as previously discussed, Arias cored the pavement at each location. The observed pavement thickness of each portion of the pavement section and the results of our laboratory phenolphthalein tests on the flexible base and subgrade materials are included in Table 2. Photographs of the recovered asphalt cores are presented in Appendix A. Table 2: Existing Pavement Structure at Boring Locations Pavement Section, inches Presence Lime- Bore/ Location of Cement Treated Core No. HMA ATB Base Total or Lime in Subgrade Base YIN YIN B- 1 South Bound Travel Lane, Offset--128-inches from CL 51/2" -- 7" 121/2" No No B-2 Northwest Bound Travel Lane, Offset--109-inches from CL 21/2" -- 8" 101/2" No No B-3 East Bound Travel Lane, Offset—11-inches from CL 4" -- 6" 1 101, No No Note: 1. Phenolphthalein testing was performed on recovered base and subgrade samples to observe for the presence of lime or cement treatment. During testing of the flexible base materials and subgrade soils,"Yes or No"was used to indicate the possible presence of lime or cement. 2. Geotechnical borings and DCP testing were performed at each location. 3. HMA= Hot Mix Asphalt 4. ATB=Asphalt Treated Base 5. Base= Flexible Base Material 6. --=Material not noted in that Interval Bulk Sample Testing One (1) representative bulk sample of the near-surface soils was obtained during our field exploration. The CBR was collected near the location of Boring B-2 near the edge of the pavement. Laboratory testing performed on the bulk sample included Atterberg limits, percent passing the US Standard No. 200 sieve, sulfate testing, moisture-density relationship, California Bearing Ratio (CBR) testing, and Lime series testing. The moisture-density relationship, using the Standard Proctor (ASTM D 698) method, was performed to Arias Geoprofessionals, Inc. 7 Arias Job No.2021-435 DocuSign Envelope ID: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 establish the optimum moisture content and the maximum dry density of the bulk sample when subjected to a specified compactive effort. The bulk sample had a Liquid Limit (LL) of about 49, a Plasticity Index (PI) value of about 31, an optimum moisture content of about 20.5%, and a maximum dry unit weight of approximately 100.7 pcf. At a density of 98 percent of the maximum dry density, the material had a measured soaked CBR value of about 2.1. The results of the CBR and moisture density testing are presented in Appendix D. Lime series test results are also included in Appendix D. Based on these test results, about 8 percent hydrated lime by weight was required to achieve a PI of less than 20 and pH of at least 12.4. Once the subgrade is exposed, the target lime percentage should be measured by additional testing. The amount of lime along the alignment may vary, though according to the COCC Infrastructure Design Manual, the percentage of lime may not be below 5% in any case. Sulfate Testing Laboratory testing was conducted on samples recovered from the borings drilled at the site to determine the soluble sulfate content. Testing was performed in accordance with TxDOT test method Tex-145-E "Determining Sulfate Content in Soils." The test results indicated that the sulfate contents of the samples range from 160 to 1,900 parts per million (ppm). These results are indicative of relatively low soil sulfate content (i.e., less than 3,000 ppm). Based on the results of the sulfate testing, lime or cement treatment of the subgrade is considered a suitable site improvement option for the project. The results of the sulfate testing are presented in Table 3. However, prior to utilizing any calcium-based treatment alternative (such as lime) for this project, we recommend additional sulfate testing be performed as the subgrade material is exposed along the alignment. Organic Content Testing In addition to the sulfate content testing, organic content tests were performed on the pavement subgrade soils in accordance with ASTM D 2974, and the results are also summarized subsequently in Table 3. The laboratory test results indicate the presence of moderate organic contents. The results of the organic testing indicate the possible presence of organic matter percentages in the subgrade soils containing theoretical levels of humic acid that could potentially adversely impact the effectiveness of calcium-based stabilizers such as lime or cement. Based on the organic content test results, we recommend that a target lime content be determined through a mix design (Tex-121-E); please refer to the Lime-Treated Subgrade section of this report. Arias Geoprofessionals, Inc. 8 Arias Job No.2021-435 DocuSign Envelope ID: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 Table 3: Existing Pavement Subgrade Conditions at Boring Locations Depth Subgrade Soil below Top [[B-1 No. of Location Percent USCS Soil Sulfate Organic Pavement LL PL PI Finer Classification ppm ' Content, feet No.200 % 1 -2 South Bound Travel Lane, Offset 51 20 31 67 SANDY FAT CLAY 1,900 2.0 -128-inches from CL CHNorthwest Bound Travel Lane, FAT CLAY with 1 -2 Offset-109-inches from CL 58 22 36 71 Sand (CH) 220 1.8 1 -2 East Bound Travel Lane, Offset 4718 29 58 SANDY LEAN 160 1.9 -11-inches from CL CLAY(CL) Dynamic Cone Penetrometer(DCP) Testing As noted previously, Arias performed DCP testing at each of the 15 core/bore locations in order to further evaluate the subgrade conditions by determining the DCP Penetration Rate (PR). The PR is the average penetration depth per blow (or drop) of the hammer. Several correlations have been made with the PR to estimate the CBR of the subgrade materials. A common CBR correlation with the DCP PR developed by the USACE is provided below: CBR = 292 / PRI.12 The results of the DCP testing are included in Appendix E. SUBSURFACE CONDITIONS Geology Based on the Bureau of Economic Geology, Geologic Map of Texas, Houston Sheet, the project site is generally located within the Beaumont Formation (Qb) of Quaternary/Late Pleistocene age. The Beaumont Formation can be varied and consist of areas of predominantly clay and areas of predominantly sand. In the more clayey areas, clay and mud of low permeability is typically light to dark gray and bluish to greenish gray clay and silt, intermixed and interbedded; and contains beds and lenses of fine sand, decayed organic matter, and many buried organic-rich, oxidized soil zones that contain calcareous and ferruginous nodules. Very light gray to very light yellow gray sediment cemented by calcium carbonate can be present in varied forms, veins, laminar zones, burrows, root casts, and nodules. Locally, small gypsum crystals can be present. It includes plastic and compressible clay and mud deposited in flood basins, coastal lakes, and former stream channels on a deltaic plain. In the sandier areas, where encountered, yellowish to brownish gray, locally reddish orange, very fine to fine quartz sand, silt, and minor fine gravel can exist, intermixed and interbedded. It includes stream channel, point-bar, cravasse-splay, and natural levee ridge deposits, and Arias Geoprofessionals, Inc. 9 Arias Job No.2021-435 000uSignEnvelope ID: on1FonAo-Coo1-400A-8o4a-5oonanaEFoAo clayey fill in abandoned channels. It forms poorly defined meander-belt ridges and pimple mounds aligned approximately nonn@| to coast and 1-2 m higher than surrounding interdisthbut@ry silt and clay. Channel fill isdark brown to brownish dark gray, laminated clay and silt, and organic rich. It includes marine delta-front sand, |8goon8| clay, and near-shore marine sand beneath and landward of bays along the coast. It in0mrDngerswith the interdipthbutaryfanies of Beaumont Formation. The Beaumont Formation rests d|Sconfurm8b|yon the L|SS|e Formation. The thickness is 3 t 10 meters on outcrop; thickening in southeastward direction in subsurface to more than 100 meters. AGan|ngio Map is included as Figure 3 in Appendix A. Site Stratigraphy and Engineering Properties The generalized stratigraphy and groundwater conditions at the project site ann discussed in the fn||nvving sections. The subsurface and groundwater conditions aro based on conditions encountered at the boring locations tnthe depths explored. The general stratigraphic conditions at the boring locations are summarized below in Table 4. Table 4: Generalized Soil Conditions Stratum Depth,ft Material Type P1 range No. 200 N PP Uc range range range range EXISTING 0 21/2"to 51/2"Asphalt, 6"to 8" Base PAVEMENT to Material SANDY FAT CLAY(CH), FAT CLAY with Sand (CH), SANDY (0) LEAN CLAY(CL); stiff to very COHESIVE to hard; dark brown, tan and gray, 29-52 56-77 2.75-4.5+ 1.85-5.25 (6+- 13) light tan, light bluish gray, and tan; ferrous stains, calcareous deposits, traces of gypsum CLAYEY SAND (SC), SILTY (13) SAND (SM); medium dense to GRANULAR to dense; light tan **8 13-49 17-38 **4.25 *1.91 (25) (Only Encountered at the Location of Boring B-2 at the Where: Depth ' Depth from existing ground surface during geotechnical study,feet P| Plasticity Index,% No.200 ' Percent passing#2O0sieve, % N ' Standard Penetration Test(SPT)value, blows per foot AhaaGoopmfesniona|a. Inc. 10 Arias Job No.2021435 DocuSign Envelope ID: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 PP - Pocket penetrometer value(tsf) Uc - Unconfined Compressive Strength(tsf) - Only 1 Test Performed in This Interval - Denotes test not Performed in That Interval Groundwater Single flight augers were used to drill Borings B-1 and B-3; while hollow stem augers were used to drill Boring B-2. All three (3) borings were drilled with dry drilling methods. Groundwater was not observed during drilling and sampling in any of the three (3) borings drilled. Groundwater observations are noted on the individual borings logs and are summarized in Table 5. Table 5: Groundwater Measurements in Borings Approximate Groundwater Depth (Elevation),feet Boring No. Depth Drilled (feet) During Drilling Delayed Reading B-1 6 feet None None B-2 25 feet None None B-3 6 feet None None Notes: 1. Depth is measured from existing ground surface at the time of the geotechnical field exploration. 2. Groundwater depth during drilling is where groundwater was first observed. Groundwater level was measured up to 24 hours after the completion of the boring. The contractor should verify groundwater conditions prior to construction and should be prepared for variable conditions. It should be noted that water levels in open boreholes may require several hours to several days to stabilize depending on the permeability of the soils. Groundwater levels at the time of construction may differ from the observations obtained during the field exploration because perched groundwater is subject to seasonal conditions, recent rainfall, flooding, drought, or temperature affects. Leaking underground utilities can also impact subsurface water levels. Groundwater levels should be verified immediately prior to construction as noted above. Gravels and sandy soils, as well as seams of these more permeable type materials (i.e., utility backfill), can transmit "perched" groundwater. Granular utility backfills can provide a conduit for water to collect under roadways and can ultimately lead to pavement distress. Provisions to intercept and divert "perched" or subsurface water should be made if subsurface water conditions become problematic. Should dewatering be required, it is considered "means and methods" and is solely the responsibility of the Contractor. Control of groundwater should be performed in accordance with COCC Standard Construction Specifications Section 022021. Arias Geoprofessionals, Inc. 11 Arias Job No.2021-435 DocuSign Envelope ID: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 PAVEMENT EVALUATION Expansive Soils The existing pavement has apparently experienced distress and undergone some repairs, including, but not necessarily limited to: (i) cracking, (ii) some "alligatoring", and (iii) patching. The site soils encountered at the borings beneath the planned pavements generally appear to have moderate to high expansion characteristics. Expansive clayey soils shrink when they lose water and swell or grow in volume when they gain water content. The potential of expansive clayey soils to shrink and swell is generally related to the Plasticity Index (PI). Clayey soils with a higher PI typically have a greater potential for soil volume changes due to moisture content variations. Change in soil moisture is an important factor affecting the shrinking and swelling of clayey soils. More pronounced movements are commonly observed when soils are exposed to extreme moisture fluctuations that occur between drought conditions and wet seasons. It has been our experience that with these soil types of moisture content changes (sometimes deep- seated) within the expansive clayey subgrade can lead to pavement cracking and undulating pavement and curbs. The street may be properly designed and constructed with the proper section thickness and materials to accommodate the design traffic loading, but still not perform well due to expansive clay movements. We have estimated potential vertical movement for this site using the Tex-124-E method outlined by the Texas Department of Transportation (TxDOT). The Tex-124-E method provides an estimate of potential vertical rise (PVR) using the liquid limits, plasticity indices, and existing water contents for soils. The PVR is estimated in the seasonally active zone. Using the TxDOT method, we estimated the PVR to range from about 2%to 3% inches. Estimated PVRs are based upon assumed changes in soil moisture content from a dry to a wet condition; however, soil movements in the field depend on the actual changes in moisture content. Thus, actual soil movements could be less than that calculated if little soil moisture variations occur, or the actual movement could exceed the estimated values if actual soil moisture content changes exceed the assumed dry and wet limits outlined by the PVR method. Such moisture conditions that exceed the limits of the PVR method may be the result of extended droughts, flooding, perched groundwater infiltration, poor surface drainage, and/or leaking irrigation lines. Moisture Fluctuations Beneath Pavements It is common for moisture content values to remain fairly constant in the middle of the roadway. The moisture levels in the subgrade soils located near the edge of roadways are more susceptible to changes in moisture that occur due to natural seasonal moisture fluctuations. The edges will dry and shrink during drought conditions, relative to the center of Arias Geoprofessionals, Inc. 12 Arias Job No.2021-435 DocuSign Envelope ID: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 the roadway. During extremely wet climate periods, the edges will swell relative to the center of the roadway. The shrinking and swelling of subgrade soils near the edge of pavements will result in longitudinal, surface cracking that occurs parallel to the roadway. Undulating pavement and curbs could also result from these shrink/swell movements. Based on our experience, edge cracking typically occurs at a distance of 3 to 9 feet from the edge of the roadway. Edge cracking associated with soil shrinkage movements may occur at greater distances during extreme environmental conditions. The implementation of moisture barriers, concrete curbs, and positive site drainage can improve the long-term performance of the pavement by reducing the impact of the expansive soils. The Owner can consider the option of constructing vertical and/or lateral moisture barriers to help maintain more consistent moisture conditions beneath the pavement, thus reducing the severity of expansive soil-related distress. Even with the implementation of a moisture barrier, the Owner should be prepared to provide pavement maintenance and repair; please refer to the "Performance and Maintenance Considerations" section of this Report for additional information. The Owner may decide to forgo the implementation of a moisture barrier and accept an increased risk for expansive soil-related movement. Potential risks would include costs for maintenance such as patching of cracks and occasional overlays over the life of the pavements. Some options for moisture barriers to aid in reducing moisture change in the pavement subgrade soils include: • Vertical Moisture Barriers (VMB). VMBs may consist of polyethylene plastic sheeting placed in an excavated vertical trench that is backfilled with flowable fill. We recommend that a VMB be considered to extend to the top of the bedrock layer. If rock is not encountered, the VMB should be extended at least(8)feet below pavement surface. VMBs should be considered for installation along the length of the project on both sides of the street, or at least where the existing pavement is experiencing more distress. Careful coordination will be required by the installation contractor during construction to prevent from damaging existing utilities. It is our opinion that VMBs would be effective in reducing the chances and severity of PVR related edge cracking. • Lateral Moisture Barriers (LMB). LMBs can consist of contiguous sidewalks of sufficient width located directly adjacent to the planned pavements. The use of sidewalks along the length of the project will help provide protection from moisture fluctuations along the pavement edges. It has been our experience that sidewalks acting as an LMB will be most beneficial when located directly adjacent to the concrete curbs. As previously noted, based on our experience, edge cracking typically occurs at a distance of 3 to 9 feet from the edge of the roadway. Thus, the wider the sidewalks, the more protection will be provided. Arias Geoprofessionals, Inc. 13 Arias Job No.2021-435 DocuSign Envelope ID: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 Potential landscaping adjacent to the existing roadways will increase the potential for moisture fluctuations along the pavement edges. Careful consideration should be provided by the designers to provide positive drainage away from these areas. Ponding should not be allowed near the edges of the planned pavements. Effects of Trees and Vegetation Soil moisture can be affected by the roots of vegetation that extend beneath pavements. Trees remove large quantities of water from the soil through their root systems during the growing season and cause localized drier areas in the vicinity of the roots. The limits of affected areas are typically related to the lateral extent of a root system, which are a function of the tree height and the spread of its branches. It is generally accepted that a root system will influence the soil moisture levels to a distance roughly equivalent to the drip line (extent of branches). Pavements constructed over a tree root system may shrink due to changes in moisture content and result in cracking. These types of movements result in concentric crack patterns in street pavements located near trees. If trees will be located next to the roadways, the designers may wish to consider installing localized root barriers as part of the pavement construction in these areas. The root barriers may reduce the potential for future pavement distress due to soil moisture variations from tree roots. Should root barriers be considered, we recommend the designers consult with a tree expert (arborist) to discuss the effect of barriers on the health of the trees. With the presence of pre-existing trees, when a vertical root barrier is installed or if the tree is removed, the dry soils and desiccated pockets will increase in moisture as the soils return to a more uniform moisture condition. This increase in the soil moisture content may result in localized heaving compared to adjacent areas that were not affected by roots. If utilized, the vertical root barrier should also double as a Vertical Moisture Barrier (VMB) to aid in impeding infiltrating moisture from entering beneath the roadway while helping to maintain more uniform moisture conditions beneath the roadway. The vertical root barrier should consist of: • Excavated vertical trench similar to VMB • Trench width of at least 6 inches • Placement of a 15-mil HDPE Liner along the right side of the trench (overlaps of adjacent liner sections should be at least 5 feet in length) • Backfilled with flowable fill or lean concrete As noted previously, it is common for moisture content values to remain fairly constant in the middle of the roadway. The moisture levels in the subgrade soils located near the edge of roadway are more susceptible to changes in moisture that occur due to natural seasonal moisture fluctuations. The edges will dry and shrink during drought conditions, relative to the Arias Geoprofessionals, Inc. 14 Arias Job No.2021-435 DocuSign Envelope ID: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 center of the roadway. During extremely wet climate periods, the edges will swell relative to the center of the roadway. The shrinking and swelling of subgrade soils near the edge of pavements will result in longitudinal, surface cracking that occurs parallel to the roadway. Based on our experience, the cracking typically occurs at a distance of 3 to 9 feet from the edge of the roadway. Edge cracking associated with soil shrinkage movements may occur at greater distances during extreme environmental conditions. Soil shrink-swell movements can also result in undulating pavements resulting in a reduced ride quality. Our pavement recommendations have been developed to provide an adequate structural thickness to support the anticipated traffic volumes and provide lime-treatment of the subgrade soils to help reduce potential PVR issues. Geogrid and Other Considerations Geogrid may also be considered for all the flexible pavement options in Table 9. In fact, it is require for Options 2 and 3 in the subsequently provided Table 9. Geogrid should be Tensar TX-5 installed per the manufacturer's recommendations. Product information should be provided to Arias for review and approval. Any soft or wet subgrade areas should be removed to firmer materials, replaced, and compacted as required. The surface receiving the geogrid should be leveled and smoothed prior to geogrid placement. If encountered and desired, PVR reduction could be accomplished by over-excavating expansive clay soils and replacing this soil with an inert select fill. The City of Corpus Christi should recognize that over time, pavements may develop undulations and/or cracking, and undergo some deterioration and loss of serviceability. Deterioration can occur more rapidly due to climatic extremes such as drought conditions, or periods that are wetter than normal. We recommend that project budgets include an allowance for maintenance such as routine crack sealing and patching/repair of cracks, as well as for providing periodic mill and overlays over the life of the pavement. If pervious storm water planters are being considered in proposed landscape areas along the roadway, significant movement could occur in overlying and nearby grade-supported structures (e.g., flatwork, curbs, and pavement) if water from the planters is allowed to infiltrate to the expansive clays. Accordingly, these planter types should be designed as water-tight with infiltrating subsurface water conveyed in non-perforated piping to storm sewers or other outlets such that the collected water is not allowed to infiltrate into the expansive clays. PAVEMENT RECOMMENDATIONS We have been informed that Trinity River Drive from FM 624 to Wood River Drive is designated as a City of Corpus Christi Local (Residential Collector) Traffic, based on the City Arias Geoprofessionals, Inc. 15 Arias Job No.2021-435 DocuSign Envelope ID: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 of Corpus Christi Department of Engineering Services Infrastructure Design Manual, dated March 2013. If a different street classification is to be utilized, then we should be contacted to provide additional recommendations. We have performed our pavement analyses for this project using the 1993 AASHTO Guide for Design of Pavement Structure(s) and SpectraPave software Version 4.7 based upon the AASHTO Guide for the Design of Flexible Pavement Sections and the 1993 AASHTO Guide for the Design of Rigid Pavements. It should be noted that our recommendations are based on a select number of relatively widely spaced borings and the subsurface conditions are likely to vary between these locations and across the site in general. The actual limits should be determined in the field once the subgrade is exposed. We recommend that all site preparation operations be performed under the observation of the Geotechnical Engineer or his Representative. Design Parameters and Traffic Conditions A Traffic Count Study was performed over a 24-hour period by the City of Corpus Christi through their subconsultant Maldanado-Burkett, LLP from June 10, 2021, at 12:00 AM until 12:00 AM on June 11, 2021. That report indicates an ADT of 2,105 total vehicles, which includes 17 buses and 0 large trucks. Arias utilized this provided data in conjunction with an assumed annual growth rate of 4.0% and computed a number of approximately 250,000 ESALs for a 30-year design period. The City of Corpus Christi's Department of Engineering Infrastructures Design Manual states that the larger value resulting from the calculated number of ESALs based on traffic counts and the minimum given in the Design Manual for a particular street classification should be utilized. Thus, based on this information as well as direction from Ms. Mai-Theresa Bernal, P.E., of the City of Corpus Christi, 250,000 ESALs was utilized for design. Table 6: 30-year Traffic Data Total Veh % Large Total Number of ADT #Of Cars&SU #Of Percent Annual Trucks& Equivalent 18k Single Section —Trucks I Busses Large Growth Rate Buses WB Axle Load Applications 6/1012021 Trailers Trucks (Assumed) and EB (ESALs) Combined Trinity River Drive SB and NB Combined Between FM 624 and Wood River Drive (from 2,105 2,088 17 0 4.0% 0.81% —250,000 Traffic Data Study Prepared by Maldanado-Burkett, LLP From the City of Corpus Christi, based on their Local (Residential Collector)Traffic 100,000 Department of Engineering Infrastructures Design Manual Arias Geoprofessionals, Inc. 16 Arias Job No.2021-435 DocuSign Envelope ID: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 At the time this report was prepared, the plan-and-profile sheets for the streets were not available for review. Therefore, we have assumed that the new roadway will be constructed to closely match the existing grades. Based on the results of our study, it appears likely that the roadway subgrade will vary slightly along the project alignment but will likely consist of a sandy fat clay, fat clay with sand or lean sandy clay. As noted previously, we obtained one (1) bulk sample to determine the design California Bearing Ratio (CBR). Our laboratory test results from the bulk sample indicated a CBR value of 2.1 for the sample tested. We recommend the use of a design CBR value of 2.1 and that the subgrade be lime treated as outlined subsequently in this report. For localized sections of the roadways which may require an increase in the existing grade, it is assumed that the subgrade will be general fill consisting of on-site soils. We recommend that general fill used to increase sections of the roadway grade have a CBR value greater than 2.1. The suitability of all fill materials should be approved by the Geotechnical Engineer. It should be noted that the conditions and recommendations contained herein are based on the materials encountered at five (5) boring locations at the time of field exploration. These conditions may differ if road grading (cut/fill) operations are performed. We recommend that a representative of Arias be retained to observe that our recommendations are followed and to assist in determining the actual subgrade material classification at a particular location. Recommendations in this section were prepared in accordance with the 1993 AASHTO Guide for Design of Pavement Structure and the City of Corpus Christi Department of Engineering Services Infrastructure Design Manual, dated March 2013. Structural material coefficients are provided subsequently in Table 7, and design parameters utilized in our pavement evaluation are presented subsequently in Table 8. Table 7: Material Coefficients Material Structural Coefficient Hot Mix Asphaltic Concrete—Type"C"or"D"Surface Course 0.44 Hot Mix Asphaltic Concrete—Type"B"Base Course 0.38 Flexible Crushed Limestone Base Course—Item 247, Type A, Grade 1 -2 0.14 Geogrid (Tensar TX-5) Reinforced Flexible Crushed Limestone Base Course Varies Lime-Treated Clay Subgrade 0.08 Cement-Treated Sand Subgrade 0.08 Moisture Conditioned Compacted Subgrade 0.00 Proof Roll Exposed Subgrade 0.00 Arias Geoprofessionals, Inc. 17 Arias Job No.2021-435 DocuSign Envelope ID: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 Table 8: Pavement Design Parameters Design Parameters Local (Residential Collector)Traffic Flexible Pavement Rigid Pavement Design Service Life 30 years 30 years Reliability Factor 75% 75% Overall Standard Deviation 0.45 0.39 Initial Serviceability Index 4.2 4.5 Terminal Serviceability Index 2.0 2.5 18-kip Equivalent Axle Loads (ESALs) 250,000 250,000 28-day Concrete Modulus of Rupture(Mr) n/a 620 psi 28-day Concrete Elastic Modulus n/a 5,000,000 psi 300 psi/in. 110 pci for 8" lime treated (4"of asphaltic concrete subgrade; pavement or a minimum of Effective Modulus of Subgrade Reaction 200 pci for 8"cement 1 inch asphalt concrete treated sand subgrade bond breaker over 6 inches of cement treated base) Load Transfer Coefficient n/a 3.2 Drainage Coefficient n/a 1.0 for heavy clay soils and 1.05 for sand soils Flexible Pavement Recommendations for Local (Residential Collector)Traffic Based on the parameters provided in the previous tables, a subgrade design CBR=2.1 and the City of Corpus Christi Department of Engineering Services Infrastructure Design Manual, dated March 2013, a structural number (SN) of 3.32 was attained for flexible pavement Local (Residential Collectors)Traffic. Our proposed design sections provided in this report were based on a SN of 3.32. The following pavement thickness options may be considered in order to meet the design requirements for a Local (Residential Collector)Traffic Street. Many other choices or alternatives are possible. Arias Geoprofessionals, Inc. 18 Arias Job No.2021-435 DocuSign Envelope ID: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 Table 9: Flexible Pavement Options for a Local (Residential Collector) Traffic Subgrade Classification SANDY FAT CLAY/FAT CLAY WITH SAND/SANDY LEAN CLAY Subgrade Design CBR CBR=2.1 Required Structural No. 3.32 Recommended Subgrade Treatment Lime Treated Subgrade Pavement Section Options Option 1 Option 2 Option 3 Option 4 Type"C"or"D" HMA Surface 2.5" 2.5" 2" 3" Course Type"B" HMAC Base Course -- -- -- -- Type"A" Flex Base Course 12" 10" (Crushed Limestone) Geogrid (TX-5) Reinforced Flexible Crushed Limestone -- Base Lime Treated Subgrade 8" 8" 8" 8" Tensar TX-5 Geogrid -- 'r'rs, See Ai ulvu �1 (3 , e a')U vz -- Moisture Conditioned Compacted Subgrade Proof Roll Exposed Subgrade Yes Yes Yes Yes Calculated Structural No. 3.42 3.33 3.42 3.36 Calculated#of ESAL's 304,500 254,600 306,900 270,300 Notes: 1. Geogrid on top of the subgrade can be considered for each option to help bridge over non-uniform and weak subgrade conditions and the presence of possible under-compacted utility backfill. 1, �J6[M' OU,)'iiv d ��, laiui uaul � iii of illi �f ;,Irl ill" dhl IlinoG'� div k v I'll��orEitl,�llur or"l iorls. 3. It would be prudent to proofroll the existing subgrade prior to pavement construction. 4. Tack Coat should be applied between each lift of HMA. 5. Consider cure times for flexible base (24+ hours), prime coat(24 to 72 hours)and lime-treated subgrade (48+ hours) regarding the proposed Traffic Control and Construction Phasing. 6. We understand that for the HMACP, the City plans to install a one-course underseal between the base and hot mix layer. Rigid Pavement Recommendations for a Local (Residential Collector) Traffic Based on the AASHTO design parameters provided in the Table 8 and the existing subgrade conditions, a pavement thickness of 6 inches was attained for a rigid pavement section Local (Residential Collector) Traffic as presented in Table 10 below. Therefore, the use of 6 inches of concrete is recommended for the rigid pavement section. Arias Geoprofessionals, Inc. 19 Arias Job No.2021-435 DocuSign Envelope ID: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 Table 10: Rigid Pavement Recommendations for Local (Residential Collector) Traffic Subgrade Classification SANDY FAT CLAY/FAT CLAY WITH SAND/SANDY LEAN CLAY Required Pavement Section Thickness 6 inches (minimum) Recommended Subgrade Treatment Lime Treated Subgrade Recommended Rigid Pavement Section Options Concrete Pavement Thickness 6" 6" Type"B" Base Courses 4" -- Asphaltic Concrete Bond Breakers Cement Treated Base Courses -- 6" Lime Treated Subgrade 8" 8" Notes: 1. Concrete to have a minimum 28-day Compressive Strength of 4,400 psi, Modulus of Rupture of 620 psi and a 28-day Elastic Modulus of 5,000,000 psi. 2. Continuously Reinforced Concrete Pavement (CRCP) with appropriate load transfer devices at both transverse and longitudinal joints (i.e., Load Transfer Coefficient of 3.2 or less) would be preferred; however, Concrete Pavement Contraction Design(CPCD)may also be considered if desired by the City. 3. It would be prudent to proofroll the existing subgrade prior to pavement construction. 4. At any locations where rigid pavement may cross a box culvert, we would recommend that the section chosen to be continued over the box culvert(i.e.,same subbase and concrete thickness). 5. As per the City of Corpus Christi Department of Engineering Services Infrastructure Design Manual, dated March 13, 2013, subbase layers are required where rigid pavement is utilized if the planned roadway is to be subjected to high truck traffic. If the planned roadway is to be subjected to high truck traffic, then, based on the City of Corpus Christi Department of Engineering Services Infrastructure Design Manual, dated March 2013, subbase layers are required where rigid concrete pavement is utilized. Thus, if rigid pavement is utilized and the roadway is to be subjected to high truck traffic, utilizing a sub-base with an effective k-value of at least 300 pci is required. Adding 4 inches of Type B asphalt base could be added above the 8-inch lime treated subgrade below the 6-inch concrete section in order to meet this requirement. Alternately, 6 inches of cement treated base and a 1-inch concrete asphaltic bond breaker over the 8 inches of lime treated subgrade and below the 6 inches of concrete pavement would help meet this requirement, if applicable for a Local (Residential Collector)Traffic Classification. We recommend that the longitudinal and transverse steel for use in CRCP be sized by the designers to meet the minimum requirements presented on the TxDOT design standards presented on CRCP, latest edition. We recommend the use of the TxDOT detail: CRCP (1)-20. For CRCP from 7 to 13 inches, TxDOT detail: CRCP (1)-20, Continuously Reinforced Concrete Pavement, One-Layer Steel Bar Placement, should be used. Arias Geoprofessionals, Inc. 20 Arias Job No.2021-435 DocuSign Envelope ID: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 For CPCD, longitudinal construction or contraction joints, dowel spacing, dowel bars, tie bars, and other design details should meet the requirements presented on the TxDOT design standards presented in CPCD-14. For CPCD from 6 to 12 inches thick, TxDOT detail: CPCD-14, Concrete Pavement Details Contraction Design, should be used. However, the TxDOT Pavement Manual recommends the use of CRCP where there is a higher risk of expansive soil heave. For flexible to rigid transitions, where flexible pavement will transition to concrete pavement, TXDOT detail: TRANS-20, TRANSITION SLAB, should be considered, as required. Table 9 above presents four(4) Flexible Pavement Section Options, while Table 10 presents two (2) Rigid Pavement Section Options. Based upon the results of our laboratory testing and assuming the subgrade consists moderate to highly expansive sandy fat clays, fat clays with sand, and sandy clays, the pavement sections shown in the Tables above are common options for these subgrade soil conditions and street classification. As noted previously, with any calcium-based treatment agent such as lime or cement, testing of the subgrade soil(s) for potential sulfate induced heave must be performed prior to commencing construction once the is exposed. Site Drainage The favorable performance of any pavement structure is dependent on positive site drainage. This is particularly important at this site due to the expansive soils encountered in the borings. Careful consideration should be provided by the designers to ensure positive drainage of all storm waters away from the planned pavements. Ponding should not be allowed either on or along the edges of the pavements. Performance and Maintenance Considerations Our pavement recommendations have been developed to provide an adequate structural thickness to support the anticipated traffic volumes. Deterioration can occur more rapidly as a result of climatic extremes such as drought conditions, or periods that are wetter than normal. Some shrink/swell movements due to moisture variations in the underlying soils should be anticipated over the life of the pavements. The owner should recognize that over a period of time, pavements may crack and undergo some deterioration and loss of serviceability. We recommend the project budgets include an allowance for maintenance such as patching of cracks or occasional overlays over the life of the pavement. It has been our experience that pavement cracking will provide a path for surface runoff to infiltrate through the pavements and into the subgrade. Once moisture is allowed into the subgrade, the potential for pavement failures and potholes will increase. We recommend the owners implement a routine maintenance program with regular site inspections to monitor the performance of the site pavements. Cracking, which may occur due to shrink/swell Arias Geoprofessionals, Inc. 21 Arias Job No.2021-435 DocuSign Envelope ID: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 movements, should be sealed immediately. Additional crack sealing will likely be required over the design life of the pavements. Crack sealing is a proven, routine, maintenance practice to help preserve pavements and help reduce pavement wear and deterioration. Failure to provide routine crack-sealing will increase the potential for pavement failures and potholes to develop. Replacement of the pavement section will likely be required over the design life of the pavements to correct areas with localized subgrade movements. Failure to provide routine inspection and replacement of damaged pavement sections will increase the potential for pavement failures, etc., to develop. PAVEMENT CONSTRUCTION CRITERIA Demolition of Existing Pavements and Site Preparation The existing pavement and base material should be removed and disposed of offsite. The existing pavement section varies along the project alignment. In general, at the locations of the borings, approximately two and one-half (2'/2) to five and one-half (5'/2) inches of asphalt was encountered overlying approximately six (6) to eight (8) inches of flexible base. These ranges may increase or decrease throughout the project limits. These thickness measurements were obtained in three (3) widely spaced borings and the thickness of the surface material, and the base material is expected to vary throughout the street extents. Stripping should be performed as needed to remove existing asphalt, concrete, base, organic materials, loose soils, vegetation, roots, and stumps in accordance with City of Corpus Christi Standard Construction Specifications Section 021020. Additional excavation may be required due to encountering deleterious materials such as concrete, organics, debris, soft materials, etc. The Contractor should be prepared with appropriate demolition equipment capable to stripping off the existing pavement section. Any areas with apparent ground movements, voids, or localized wet or soft subgrade conditions identified during proofrolling should be undercut and backfilled with compacted fill. Existing fill soils and utility backfill should be extensively proofrolled to review for indication of potential soft or poorly compacted areas. Proofrolling should be performed in accordance with TxDOT Item 216 with Geotechnical Engineer's representative present during proofrolling. As per the representative of the Geotechnical Engineer, areas of deflection should be removed, re-compacted and/or replaced with similar drier material or Flexible Base Material meeting the material and compaction requirements given later in this report. Care should be taken when excavating adjacent to existing site pavements, sidewalks, and site structures to prevent undermining. If gravel and/or granular soil is encountered, caving and sloughing can occur, particularly if groundwater being present. Arias Geoprofessionals, Inc. 22 Arias Job No.2021-435 DocuSign Envelope ID: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 The resulting subgrade (CBR of 2.1 or higher), following proof-rolling, etc. noted above, should then be scarified and lime treated to optimum plus of optimum moisture content, and compacted to at least 95 percent of the maximum density determined by Standard Proctor Density(ASTM D 698). The City of Corpus Christi Standard Construction Specifications should be followed, as applicable for all required items: • Site grading should be performed in accordance with the City of Corpus Christi Standard Construction Specifications Section 021040. • Removal of abandoned structures should be performed in accordance with the City of Corpus Christi Standard Construction Specifications Section 021080. • If required, excavation and backfill for utilities should be performed in accordance with the City of Corpus Christi Standard Construction Specifications Section 022020. • Control of groundwater (which is solely the means, methods, and responsibility of the Contractor) should be performed in accordance with the City of Corpus Christi Standard Construction Specifications Section 022021. • Trench safety for excavations should be performed in accordance with the City of Corpus Christi Standard Construction Specifications Section 022022, as applicable. • Street excavation should be performed in accordance with the City of Corpus Christi Standard Construction Specifications Section 022040. • If required, channel excavation should be performed in accordance with the City of Corpus Christi Standard Construction Specifications Section 022060. • If required, embankment should be performed in accordance with the City of Corpus Christi Standard Construction Specifications Section 022080. • Select Material to be used to treat designated sections of roadways, embankments, trenches, etc. should be performed in accordance with the City of Corpus Christi Standard Construction Specifications Section 022100. • If applicable, soil-cement base should be performed in accordance with the City of Corpus Christi Standard Construction Specifications Section 025208. • If applicable, lime stabilization should be performed in accordance with the City of Corpus Christi Standard Construction Specifications Section 025210. • If applicable, asphalt-stabilized base should be performed in accordance with the City of Corpus Christi Standard Construction Specifications Section 025213. • Crushed limestone flexible base should meet the requirements specified in the City of Corpus Christi Standard Construction Specifications Section 025223. Arias Geoprofessionals, Inc. 23 Arias Job No.2021-435 DocuSign Envelope ID: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 • Asphalts, Oils and Emulsions should be in accordance with the City of Corpus Christi Standard Construction Specifications Section 025404. • Prime Coat should meet the requirements specified in the City of Corpus Christi Standard Construction Specifications Section 025412. • Hot mix asphaltic concrete pavement should meet the requirements specified in the City of Corpus Christi Standard Construction Specifications Section 025424. • Concrete curb and gutter should meet the requirements specified in the City of Corpus Christi Standard Construction Specifications Section 025610. • Portland cement concrete pavement should meet the requirements specified in the City of Corpus Christi Construction Specifications Section 025620. • If applicable, grouting abandoned utility lines should be performed in accordance with the City of Corpus Christi Standard Construction Specifications Section 026214. • As applicable, all Portland Cement Concrete should meet the requirements specified in the City of Corpus Christi Construction Specifications Section 030020. Lime-Treated Subgrade Areas along the project alignment will likely include fat clay and sandy clay subgrade. We recommend that lime-treatment be used to provide a working platform to facilitate the placement of the proposed pavement layers. Lime treatment should be provided in accordance with City of Corpus Christi Specifications for Construction Section 02510. Based on the results of our experience with similar soils, we estimate that approximately five (5) to eight (8) percent lime (by dry weight) will be required for the subgrade conditions encountered. As per the City of Corpus Christi Specifications for Construction, in no case, shall the lime be less than five (5) percent. We recommend that the subgrade soils encountered at the time of construction be reviewed to evaluate the consistency of the subgrade conditions along the project alignment. Localized areas may require different amounts of lime. The final amounts of lime required for stabilization should be determined at the time of construction to confirm the values indicated as part of this design study. The quantity of lime should be sufficient to obtain: (1) a pH of 12.4 or the highest pH achieved in accordance with standard test procedures, (2) a PI of less than 20 with standard test procedures , (3) an unconfined compressive strength of at least 50 psi with standard test procedures , and (4) a swell value of less than 1% when tested by ASTM D 4546 Standard Test Methods for One-Dimensional Swell or Settlement Potential of Cohesive Soils. For the purposes of lime treatment, the dry weight of the clay soils may be taken as 105 pounds per cubic foot (pcf). The amount of lime required may vary over the site. The limed soil should be compacted to at least 95 percent of the standard Proctor maximum dry density Arias Geoprofessionals, Inc. 24 Arias Job No.2021-435 DocuSign Envelope ID: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 as evaluated by Standard Proctor (ASTM D 698) at moisture contents ranging from optimum to plus optimum moisture content. Compaction tests should be performed as outlined in the Quality Assurance Testing section of this report. Moisture Conditioned Compacted Subgrade If utilized, the moisture conditioned compacted subgrade should comply with the City of Corpus Christi Standard Construction Specifications Section 022040. The upper 12 inches of subgrade should be scarified, and moisture conditioned between optimum moisture content and three (3) percentage points above optimum. The resulting subgrade should be compacted to at least 95 percent of the Standard Proctor maximum dry density as evaluated by ASTM D698. Compaction tests should be performed as part of the "Quality Assurance Testing" section of this report. Roadway Fill Requirements The general fill used to increase sections of the roadway grade should consist of onsite materials meeting or exceeding the existing subgrade CBR value. The general fill should be placed in accordance with the City of Corpus Christi Standard Construction Specifications Section 022080. The compaction should be performed in accordance with the "Density Control' method. Onsite material may be used provided it is placed in maximum 8" loose lifts and compacted to at least 95 percent of the maximum dry density as evaluated by Standard Proctor (ASTM D698) at or above optimum moisture. This fill should not have any clods, lumps, organics, or deleterious materials. The CBR of all fill materials used should be equal to or exceed the existing subgrade CBR (i.e., 2.1) at each particular location. The suitability of all fill materials should be approved by the Geotechnical Engineer. Conformance testing during construction to assure quality will be necessary for this process. If fill is required to raise paving grades, the above compaction criteria should be utilized with the fill placed in maximum 8-inch-thick loose lifts. It should be noted that if fill materials with lower CBR values are placed, then a higher Structural Number and a thicker pavement section would be necessary. Flexible Base Course The base material should comply with the City of Corpus Christi Standard Construction Specifications Section 025223, Type A Grade 1-2. The compaction should be performed in accordance with the "Density Control" method. The flexible base should be compacted in maximum 8- inch loose lifts to at least 98 percent of the maximum dry density as evaluated by Modified Proctor (ASTM D1557) within plus or minus 2 percent of optimum moisture content. Compaction tests should be performed as outlined in the "Quality Assurance Testing" section of this report. Arias Geoprofessionals, Inc. 25 Arias Job No.2021-435 DocuSign Envelope ID: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 Pavement Recommendations over Box Culverts We would recommend that the pavement section chosen be continued over any box culverts. If box culverts are to be utilized, and crushed limestone base material will be utilized as fill or as part of the pavement base course over the box culverts, a non-woven 4oz/yd2 minimum fabric, such as "Mirafi 140N", should be placed on top of the box culvert and underneath the initial lift of crushed limestone base fill and extend 1 foot on each side of the box culvert for the entire width of the roadway. This will help minimize the potential for fines from the base material dispersing into the clean gravel backfills placed around, between and below the concrete box culverts. The fabric should not be used directly beneath black base or hot mix asphalt due to detrimental effects caused by higher installation temperatures of these materials. Asphalts, Oils and Emulsions Asphalts, oils, and emulsions should comply with the City of Corpus Christi Standard Construction Specifications Section 025404. Prime Coat Prime coat should comply with the City of Corpus Christi Standard Construction Specifications Section 025412. Asphaltic Base Course The asphalt should comply with the City of Corpus Christi Standard Construction Specifications Section 025213 and 025424. The material should be compacted to between 92% and 96% of the 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%. Compaction tests should be performed as outlined in the "Quality Assurance Testing" section of this report. Pavement specimens, which shall be either cores or sections of the compacted mixture, will be tested as required to determine percent air voids. Asphaltic Concrete Surface Course The asphaltic surface course should comply with the City of Corpus Christi Standard Construction Specifications Section 025424. The material should be compacted to between 92% and 96% of the 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%. Compaction tests should be performed as outlined in the "Quality Assurance Testing" section of this report. Pavement specimens, which shall be either cores or sections of the compacted mixture, will be tested as required to determine percent air voids. Concrete Curb and Gutter It has been our experience that pavements typically perform at a higher level when designed with adequate drainage including the implementation of curb and gutter systems. We Arias Geoprofessionals, Inc. 26 Arias Job No.2021-435 DocuSign Envelope ID: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 understand that curb and gutters (City of Corpus Christi Standard Specifications for Construction Section 025610) shall be installed as shown on the City Standard Details and as required in the appropriate road section. Both the treated subgrade and flexible base or equivalent shall extend 2 feet beyond the back of curb. Furthermore, to aid in reducing the chances for water to infiltrate into the pavement base course and pond on top of the pavement subgrade, we highly recommend that some form of VMB, as discussed earlier in this Report, be utilized. If water is allowed to infiltrate beneath the site pavements, frequent and premature pavement distress can occur. Flowable Fill Flowable fill can be used as an alternate to soil backfill for undercuts below proposed culvert structures, if required. If flowable fill is used to backfill voids after demolition of the existing pavement and removal of utility backfill, the flowable fill does not require compaction in lifts. The design team should be cognizant about the possibility of developing longitudinal cracks along the edge of the trench where flowable fill is used as trench backfill. Flowable fill to be used for backfilling should meet TxDOT Standard Specifications for Construction Item 401: Flowable Fill. Cement Treated Base The cement treated base course should be placed and compacted in accordance with the City of Corpus Christi Standard Specifications for Construction, Item 025208, "Cement Treated Base." Prior to the start of work, the Contractor should determine the quantity of cement required to achieve a 7- day compressive strength of at least 300 psi. The compaction should be at least 98 percent of the maximum density of Standard Proctor. We recommend that the cement stabilized layer be loaded through passes with heavy vibratory rollers after a time span of between 24 and 48 hours to create a microcrack structure in the stabilized layer. It has been our experience that multiple roller passes will create microcrack structure to reduce the potential of larger stress-caused cracks. Concrete Pavement If utilized, concrete pavement should comply with the requirements specified in the City of Corpus Christi Construction Specifications Section 025620 and Section 030020. On a daily basis, the concrete should be tested for temperature, slump, air content and compressive strength. The concrete should be designed to meet a minimum flexural strength of 620 psi at 28 days. Reflective Cracking Reflective cracking is possible between any relatively rigid supported sections over concrete box culverts and any other flexible sections over soil. It may be desirable to utilize an Engineer approved material such as geogrid at these locations in order to reduce the risk of Arias Geoprofessionals, Inc. 27 Arias Job No.2021-435 DocuSign Envelope ID: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 the potential for reflective cracking along the interface. Construction Site Drainage We recommend that areas along the roadways be properly maintained to allow for positive drainage as construction proceeds and to keep water from ponding adjacent to the site pavements. This consideration should be included in the project specifications. We recommend that the road cross- slope from the crown to the gutter shall be a consistent 2% minimum, with a maximum acceptable cross-slope on new construction or full depth reconstruction of 4%. OTHER CONSIDERATIONS Abutting Existing Pavements At areas where new pavement abuts or adjoins existing pavement, provisions should be made to account for potential differential movements, stress concentrations, distress, etc. It is imperative that good compaction of each layer of new pavement (subgrade, base material asphalt layers, etc.) be accomplished, particularly at the joint between the existing pavement and the new pavement. Proper joint sealing at the surface is also essential and necessary. It has been our experience that in some cases of poor compaction at the joint and inadequate joint sealing, moisture can migrate down through the joint into the underlying pavement structure and result in premature failure. Excavations Temporary Bracing, and Groundwater Control This section applies to excavations to be located within the site. Reference should be made to the boring logs regarding information encountered during our geotechnical study for this project. However, it should be noted that site conditions can vary, that contacts used to separate soil types on boring logs are approximate and the recommendations contained within this report are based on three (3)widely spaced test borings. It should be noted that careful consideration with regards to excavation will likely be required at this site to due to the somewhat variable types of materials encountered as well as the potential presence of groundwater. We recommend that the Contractor be experienced with and prepared for constructing similar projects in this area. As this is an existing roadway reconstruction project, the Contractor should proceed with care accordingly to avoid any potential movement of any existing structures/elements, both above grade and below grade, if applicable. The Contractor will also be responsible for monitoring the existing structures and other elements for potential movement, and if there are signs of movement, to take appropriate remedial action to protect the structures and other elements from damage during the excavation and subsequent construction phase. Arias Geoprofessionals, Inc. 28 Arias Job No.2021-435 DocuSign Envelope ID: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 Trenching, Shoring, and OSHA Classifications The Contractor should be aware that slope height, slope inclination, or excavation depths (including utility trench excavations) should in no case exceed those specified in local, state, or federal safety regulations, e.g., OSHA Health and Safety Standards for Excavations, 29 CFR Part 1926, dated October 31, 1989. Such regulations are strictly enforced and, if not followed, the Owner, Contractor, and/or earthwork and utility subcontractors could be liable for substantial penalties. We recommend that the Contractor review the boring logs prior to performing any excavation. Appropriate trench excavation methods will depend on the various subsurface and groundwater conditions encountered. We emphasize that undisclosed subsurface conditions may be present at locations and depths other than those encountered in our borings. Such differing conditions could lead to excavation instability. In addition, the presence of sands, gravels, and silts may be susceptible to sloughing and may be subject to random caving. Consequently, flatter slopes, additional shoring/bracing, and/or dewatering techniques may be required in these areas. The materials to be penetrated by excavations may vary significantly across the site. Our classification is based solely on the materials encountered in the drilled borings. The Contractor should verify that similar conditions exist throughout the proposed area of excavation. If different subsurface conditions are encountered at the time of construction, we recommend that Arias be contacted immediately to evaluate the conditions encountered. OSHA requires that the excavations be carefully monitored by a competent person making daily construction inspections. These inspections are required to verify that the excavations are constructed in accordance with the intent of OSHA regulations and the Trench Safety Design. If deeper excavations are necessary, or if actual subsurface conditions vary from the borings, the trench safety design should be reviewed, and revisions should be made to the design as needed based on encountered conditions. The effects of changed weather conditions, surcharge loadings, and cuts into adjacent backfills of existing utilities are critical items that should be evaluated by the inspector. The flow of water into the base and sides of the excavation and the presence of any surface slope cracks should also be carefully monitored by the Trench Safety Engineer. Regardless of excavation depth, we recommend that all vehicles and material stockpiles be located at a distance equal to or preferably greater than the trench vertical height. The Trench Safety Engineer should consider the impacts of surcharge loads that may result from the presence of material stockpiles, equipment traffic, heavy cranes, pipe stacks, and other loadings in close proximity to the trench. It is also important to consider any vibratory loads such as heavy truck traffic. Arias Geoprofessionals, Inc. 29 Arias Job No.2021-435 DocuSign Envelope ID: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 The bottoms of excavations should expose strong competent materials, and should be dry and free of loose, soft, or disturbed soil/materials. If soft soils/materials are encountered at the base of excavations, their competency should be verified through proof-rolling, probing and density testing. Soft, wet, weak, or deleterious materials should be over-excavated to expose strong competent soils/materials. If soft or weak soils/materials are unexpectedly encountered to great depth, over- excavation to stronger soils/materials may not be feasible and/or economical. In the event of encountering these areas of deep soft or weak soils/materials, we recommend that the bottom of the trench be evaluated by the contractor's Trench Safety Engineer and the project Geotechnical Engineer. All excavation and shoring activities should follow applicable OSHA requirements. This includes requirements for excavations 20 feet or deeper which must be evaluated and designed by a licensed/registered professional engineer. Temporary Slopes The OSHA soil classifications can be used for temporary slopes which can be estimated based on the borings drilled at the site. For excavations less than 20 feet deep, the maximum allowable slope for Type "C" soils is 1.5H:1V (340), 1H:1V (450) for type B soils, and 3/H:1V (530) for type A soils. It must be noted that layered slopes cannot be steeper at the top than the underlying slope and that all materials other than stable rock below the water table must be classified as Type "C" soils. The OSHA publication should be referenced for layered soil conditions, benching, etc. The OSHA soil classifications and slope information provided above are for temporary slopes. Permanent slopes at this site would require slope stability analysis. We should be provided with the cross section of the proposed rock-cut slope to perform slope stability analyses and develop recommendations accordingly. Surface Drainage and Groundwater Control Good positive drainage during and after construction is very important to reduce expansive soil volume changes that can detrimentally affect the performance of the planned development. Proper attention to surface and subsurface drainage details during the design and construction phase of development can aid in preventing many potential soil shrink-swell related problems during and following the completion of the project. The favorable performance of any structure is dependent on positive site drainage. Careful consideration should be provided by the Contractor to ensure positive drainage of all storm waters away from the planned improvements during construction. Groundwater was encountered during drilling. Groundwater levels will often change significantly over time and should be verified immediately prior to construction. Water levels Arias Geoprofessionals, Inc. 30 Arias Job No.2021-435 DocuSign Envelope ID: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 in open boreholes may require several hours to several days to stabilize depending on the permeability of the soils/materials encountered. Groundwater levels at this site may differ during construction because fluctuations in groundwater levels can result from seasonal conditions, rainfall, drought, and/or temperature effects. Pockets or seams of gravels, sands, silts or open fractures and joints can store and transmit "perched" groundwater flow or seepage. Perched groundwater seepage can also occur at strata interfaces, particularly at the interfaces of gravel/clay, loamy soil/clay, and clayey materials/rock. The Contractor should be prepared with appropriate measures to control surface water drainage and dewater the site as necessary to allow for the proposed construction in the dry. Open sump and pump methods are anticipated to be effective where limited volumes of groundwater are encountered. We should note that the means, methods, and dewatering systems are solely the responsibility of the Contractor. Earthwork Acceptance and Protection of Pavement Materials Exposure to the environment may weaken the materials at the bearing levels if the excavations remain open for long periods of time. Therefore, it is recommended that all excavations be extended to final grade and backfilled as soon as possible to reduce potential damage to the bearing soils/materials. If fill materials or native soils/materials are exposed to severe drying or wetting, the unsuitable soils/materials must be re-conditioned or removed as appropriate, prior to continuing of fill placement and compaction or placement of concrete riprap or other erosion control measures. The bearing level should be free of loose soil/materials, ponded water or debris and should be observed prior to placing fills by the Geotechnical Engineer or his representative. Excavation equipment may disturb the bearing soils/materials, and loose pockets can occur at the bearing level. For this reason, it is recommended that the bottom of the excavation be observed by the Geotechnical Engineer or his representative prior to form and rebar placement. Soft or weak materials should be removed as required and replaced with crushed limestone select fill meeting the requirements given previously. Care should be used when excavating granular soil, as this material may exhibit little cohesion and can slough and cave during excavation operations. Neither asphalt nor concrete should not be placed on soils that have been disturbed by rainfall or seepage. If the bearing soils are softened by surface water intrusion during exposure or by desiccation, the unsuitable soils must be removed from the excavation and replaced with compacted select fill. Arias Geoprofessionals, Inc. 31 Arias Job No.2021-435 DocuSign Envelope ID: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 If the bearing surface is softened by surface water intrusion during exposure or by desiccation, the unsuitable bearing material must be removed from the excavation and replaced with compacted select fill or flowable fill. Unprotected base or other pavement materials should not be driven upon and should be backfilled/covered as soon as possible (i.e., within 48 hours) to protect them. A thorough and continuously moist condition should be maintained by sprinkling, as required. The full depth of the material shown on the plans should remain compacted as specified, as well as firm and stable under construction equipment. Sealing and/or covering with a subsequent layer should be performed as soon as possible. Proper drainage must be maintained both during and after construction to minimize the risk of water infiltration. GENERAL COMMENTS This report was prepared as an instrument of service for this project exclusively for the use of the City of Corpus Christi, and the project design team. If the development plans change relative to layout, anticipated traffic loads, or if different subsurface conditions are encountered during construction, we should be informed and retained to ascertain the impact of these changes on our recommendations. We cannot be responsible for the potential impact of these changes if we are not informed. Design Review Arias should be given the opportunity to review the design and construction documents. The purpose of this review is to check to see if our recommendations are properly interpreted into the project plans and specifications. Please note that design review was not included in the authorized scope and additional fees may apply. Subsurface Variations Soil and groundwater conditions may vary away from the sample boring locations. Transition boundaries or contacts, noted on the boring logs to separate soil types, are approximate. Actual contacts may be gradual and vary at different locations. The contractor should verify that similar conditions exist throughout the proposed area of excavation. If different subsurface conditions or highly variable subsurface conditions are encountered during construction, we should be contacted to evaluate the significance of the changed conditions relative to our recommendations. Quality Assurance Testing The long-term success of the project will be affected by the quality of materials used for construction and the adherence of the construction to the project plans and specifications. As Geotechnical Engineer of Record (GER), we should be engaged by the Owner to provide Quality Assurance (QA) testing. Our services will be to evaluate the degree to which constructors are achieving the specified conditions they are contractually obligated to Arias Geoprofessionals, Inc. 32 Arias Job No.2021-435 DocuSign Envelope ID: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 achieve and observe that the encountered materials during earthwork for foundation and pavement installation are consistent with those encountered during this study. In the event that Arias is not retained to provide QA testing, we should be immediately contacted if differing subsurface conditions are encountered during construction. Differing materials may require modification to the recommendations that we provided herein. A message to the Owner with regard to the project QA is provided in the GBA publication included in Appendix G. Arias has an established in-house laboratory that meets the standards of the American Standard Testing Materials (ASTM) specifications of ASTM E-329 defining requirements for Inspection and Testing Agencies for soil, concrete, steel, and bituminous materials as used in construction. We maintain soils, concrete, asphalt, and aggregate testing equipment to provide the testing needs required by the project specifications. All of our equipment is calibrated by an independent testing agency in accordance with the National Bureau of Standards. In addition, Arias is accredited by the American Association of State Highway & Transportation Officials (AASHTO), the United States Army Corps of Engineers (USACE) and the Texas Department of Transportation (TxDOT) and maintains AASHTO Materials Reference Laboratory (AMRL) and Cement and Concrete Reference Laboratory (CCRL) proficiency sampling, assessments, and inspections. Furthermore, Arias employs a technical staff certified through the following agencies: the National Institute for Certification in Engineering Technologies (NICET), the American Concrete Institute (ACI), the American Welding Society (AWS), the Precast/Prestressed Concrete Institute (PCI), the Mine & Safety Health Administration (MSHA), the Texas Asphalt Pavement Association (TXAPA) and the Texas Board of Professional Engineers (TBPE). Our services are conducted under the guidance and direction of a Professional Engineer(P.E.) licensed to work in the State of Texas, as required by law. Guidelines for quality assurance density testing are provided in Table 11 below. Table 11: Density Test Guidelines for Roadway Elements Element Street Classification Frequency of Density Tests Subgrade, Flexible Base, At Least Every 2,500 Square Cement Treated Base, Local (Residential Feet for Each Lift of Prepared Fill Asphaltic Base, Asphalt Collector)Traffic or Subgrade with a Minimum of 3 Course(s) I ITests per Lift Standard of Care Subject to the limitations inherent in the agreed scope of services as to the degree of care and amount of time and expenses to be incurred, and subject to any other limitations contained in the agreement for this work, Arias has performed its services consistent with Arias Geoprofessionals, Inc. 33 Arias Job No.2021-435 DocuSign Envelope ID: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 that level of care and skill ordinarily exercised by other professional engineers practicing in the same locale and under similar circumstances at the time the services were performed. Information about this geotechnical report is provided in the GBA publication included in Appendix F. Arias Geoprofessionals, Inc. 34 Arias Job No.2021-435 DocuSign Envelope ID: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 APPENDIX A: FIGURES AND SITE PHOTOS Arias Geoprofessionals, Inc. A-1 Arias Job No. 2021-435 DocuSign Envelope ID: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 N a � r -viii ,,,,,,,, rid ,,,✓,, N O N t , rig V l l✓/ t r �,/r„ 'i /ir1 %/%� Photo 1 —View looking at Boring B-2 drilling operation. x r , "T" 1- 2� ✓ ri N v"i m Npwv�wyyWr!" °' o { r _ f u r � �/r,ll�y�' �✓ '�1 d/r/r� � rr� '/ r rti ✓ r ✓ /��/�/ /i hr �1 rl l ky( �/✓ U// / f � 7�11,,� ��r�.r ru� 4 fv// w���lPrir l ✓r a / /r %//ir r r ii r w , ✓� � ,;'",:.: l « �' r�+,�'��`�'�`✓+rf��1% '",&/r�l�i '7 rid r. r t'/ % �/ 3 /� r r B✓ , ✓ G, o r` %�' ', i��''� �" � ,.,�.�'"" ��" �� �✓la✓ � ✓rf�rr�P ..fir ��/ra ,/ 3 ///r// i/ / ,� 'r,< :1` / w `, � ,, r'l;; �✓ �ru�� 41l/�''�/ � ✓ / �,� � r !fir �rrtir r%r�// ' rr /� qrr p , I��I��%�,,,.,,,�('r v,i%l/', :,,,�""l't����,� uie,��sr�qhr�/y i rir! ri�11'�/G'��*/r /oy�v%/l � ,nl�r✓� �// r r� r � o r/r ' r r ,r , '� �frrp"' r �! � „/F�t o r f✓ ,'� r / r r y/ "; m / � r„r„�� Y/ w/�� °� �1 r?���/'✓r�r��i�l��rr'�/'��„ � /' t ,���"ii''�r; /a ire/1� / r '�i�r//✓i�/ m � / s ✓� ,� r?/�yr/� r,. ,��� r ( �t rrru/ry j// rTi( r ✓// n .r��6� G� // / /r /r„ � b „'r;-, ,,, „r^", +G ,'7 r•' 1 h,;/ � Al ,. 1 ;,�:✓.�'� ,C ;l i%F'{,'�i f�'/� /�r r��i'iy:F��% / r �yr //(F'/.,Xi j/1)�l/� x...r r ril�%�� r'�r,�Yl�,,. wW r ✓"�,n,uv: m ,��'�if X�11,7 r,JVr. ;fir rNDr r�l�/r o r„i.,/i��rf'!�✓..J//�n�✓ /a�/,(!f �fli„' �',���: �t��� /i//�jl r:,��/ � / � , °;._,: ,"ry X. ,�, a,'�' �J.c �.Yir�,� //✓... ,IvITM,,/,�W�-,!ryF „i✓�. �.,,r�Y� r�� /M1:rw,"%l��/d.:. 7r�"R' /;" X if% /F/i ..(r rrf'� �/`/%'�J'; ,,,.,, �", r,�, ;,, �� , r°,,; � nr >_�++� ,,y """ � 7` �i'��/"fid�l„>'?l✓ ��� ! %ri �/'/�; ��/// f/,/l/� /� rr ✓,,, � / ”,";,,,,;,,„ .,e, r,; ;,; A rte:.% yr" �:� r ��„ r�✓ i h rho '�4'c����r �4vri ij�l'y�///./r�r1,>r,/�i 0 r%l�K;✓ r/l:; r/�i/,f,r�.�ika T i^'� !,�/r' %Oi �� N ,� ,,;,/ ,,, „'b„” � ",Pm,”"'z, ,. ', ,,,;yi, �✓r�,;.;?`'rv�, '�,r�,✓'wN'ti''� r�,,�rXw 1Xt,:J11;�,a,�rr��(tri.��l�„G�„-";h�';;NF'euk/'�i7„Pr,'�i���i`''''��i��ar�rc�',�/x���o,:. ,.yirr..'fi�,���✓iii,/,/✓�/rr�,'��l�rrdl�u%ii� Photo 2—View looking at Boring B-3 drilling operation. 0 c 9 0 D C a ARIAS SITE PHOTOS 21049, Trinity River(Task Order No. 3) 3 FM 624 to Wood River 142 Chula Vista,San Antonio,Texas 78232 Corpus Christi, TX Phone: (210)308-5884 a Fax: (210)308-5886 Date: June 23, 2021 Job No.: 2021-435 Drawn By: MEB Checked By: KMC Appendix A o Approved B : JDS Scale: N.T.S. 1 of 1 DocuSign Envelope ID: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 N 'IlIX(7 rievn,p N Irtdtl uu,I.'io-nil N Q SNI r9�i N R I�Fao, 1 ( �^�, rvf u'¢ rrr4FkQ! YT M f iu ��? ON R / 0 e WI^f A ly 1Wh �F d tl4 ]Stlrj rq n'r mry rQfY �.� bvl�l.'rt.IG".Mv A�fna/m✓tl (���ire E.utY felt prvt':J,Pf �f I� si trz � 0/AV fa P✓M: ' P iIJP'1'F I 1 RJ fn �r,JI LIAY::�iA , N✓iw.nr4 fSAfr:mfg .......{ A,mwim, V 4 blp + 1vkndVff.U �'r rA rr for Ibl fGr n.✓tv 1✓h(U;; F�rVr a��>: �� "::rnl V ri der 1104au 9« � .r4n-„, fillom/"OP(mgy �— �( ��i � ���� ,Gr�Uw«°✓orf N.rmG.K,ii r+,n1 r.� i„ w.�rr Corpus 'b�ir'Cw�tf' elyd, � � rn:r�tr✓�., n s — -- - r,�s„o �� •a ,.,,,,,,�,,, &,Jvui r�rr Y�h�, ra» Anr ul r r na t v f�, Mr ArA�� `r. Mir wa wr„y, to z✓,tr,m !a yaa rrw mp nf% Nj ai$,i;/✓!R---arra a rlr ” A E of rrr� yf ✓''d, r,��r„ ,,v;ik Approximate Site Location h .=".".� IN i IJ`� � v�0";•w,i fti� �(lE AA a.a.rd tit i V r. cn � � 6rFnrF ws{An, a , Cfir Wm 0 N ARIASVICINITY MAP 21049, Trinity River(Task Order No. 3) FM 624 to Wood River Corpus Christi, TX 142 Chula Vista,San Antonio,Texas 78232 Cor P Phone: (210)308-5884•Fax:(210)308-5886 w Date: June 23, 2021 Job No.: 2021-435 Drawn BV: RWL Checked By: CMS Figure 1 o Approved B : CMS Scale: N.T.S. 1 of 1 DocuSign Envelope ID: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 N C �O O O o N % Q -O r I � O i n I� 1 �i "'Illlllll 1 o a 0 J, a r i 0 BORING LOCATION PLAN ARIAS ° 21049, Trinity River(Task Order No. 3) FM 624 to Wood River Corpus Christi, TX 142 Chula Vista,San Antonio,Texas 78232 Phone: 210 308-5884 m Fax: 210 308-5886 Date: June 23, 2021 Job No.: 2021-435 REVISIONS: Drawn By: RWL Checked By: CMS No.: Date: Description: Approved By: CMS Scale: N.T.S. Figure 2 N 1 of 1 s DocuSign Envelope ID: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 N N 0 0 N N 0 0 m N N Q N O � 2 ,U r 154 ?::e Jzgl ni Gt N LEGEND Symbol Name Age Qbc Beaumont Formation (Predominantly Clay) Quaternary Period a a m m `m 0 0 Q m 0 a 0 U Fault Segment with Indication of Relative Movement D 0 U O N 0 N N a O O O C 0 ° ARIAS GEOLOGIC MAP N 21049, Trinity River(Task Order No. 3) 3 FM 624 to Wood River 142 Chula Vista,San Antonio,Texas 78232 Corpus Christi, TX Phone: (210)308-5884®Fax: (210)308-5886 Date: June 23, 2021 Job No.: 2021-435 Drawn By: RWL Checked By: CMS Figure 3 o 1 of 1 Approved B : CMS Scale: N.T.S. DocuSign Envelope ID: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 N / N // B-1 E 0 m m 1 't 0 Q mm 0 n o o m m 9 0 N m or(6r�kr rir����V�i„r,�,aar(�G��,4r�/irl6rGavk/%f%�;,,id�Gi,FJllll�i��p�r c o B-2 D C a ARIAS ASPHALT CORE PHOTOS 21049, Trinity River(Task Order No. 3) 3 FM 624 to Wood River 142 Chula Vista,San Antonio,Texas 78232 Corpus Christi, TX Phone: (210)308-5884 a Fax: (210)308-5886 Date: June 23, 2021 Job No.: 2021-435 Drawn By: MEB Checked By: CMS Appendix 1 of 2 o Approved B : CMS Scale: N.T.S. DocuSign Envelope ID: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 A 505 0 a 0 0 l 77 B-3 E S 0 m m 0 "m 0 4 "m a 0 a 0 c m 0 D m m 0 a 9 0 a aARIAAsphalt Core Photos 21049, Trinity River(Task Order No. 3) FM 624 to Wood River 142 Chula Vista,San Antonio,Texas 78232 Corpus Christi, TX Phone: (210)308-5884 a Fax: (210)308-5886 Date: June 23, 2021 Job No.: 2021-435 g Drawn By: MEB Checked By: CMS Appendix 'Ej Approved B : CMS Scale: N.T.S. 2 of 2 DocuSign Envelope ID: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 APPENDIX B: BORING LOGS AND KEY TO TERMS Arias Geoprofessionals, Inc. B-1 Arias Job No. 2021-435 DocuSign Envelope ID: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 Boring Log No. B-1 Project: 21049,Trinity River(Task Order No. 3) Sampling Date: 5/13/21 FM 624 to Wood River Corpus Christi,Texas Coordinates: N27'51'30.67" W97'39'28.01" Location:See Boring Location Plan Backfill: Cuttings and patched Soil Description Depth SN WC PL LL PI PP -200 DD Uc 5.5"Asphalt AC 7" Base Material "c -,"f. 8 GB SANDY FAT CLAY(CH), very stiff, dark brown T 17 20 51 31 4.0 67 2 FAT CLAY with Sand (CH), very stiff, tan and gray T 17 2.75 104 2.28 4 T 22 20 59 39 3.25 77 6 Borehole terminated at 6 feet m J O O N } K Q K J F O N_ Q N Q K Q N O Q o Groundwater Data: Nomenclature Used on Boring Log zo During drilling:Not encountered z Asphalt Core(AC) ® Grab Sample(GB) °m Field Drilling Data: , Thin-walled tube(T) Coordinates:Hand-held GPS Unit Logged By:R.Arizola WC=Water Content(%) -200=%Passing#200 Sieve Driller:EnviroCore,Inc. PL=Plastic Limit DD=Dry Density(pcf) Equipment:Truck-mounted drill rig LL=Liquid Limit Uc=Compressive Strength(tsf) PI=Plasticity Index a Single flight auger:0-6 ft PP=Pocket Penetrometer(tsf) N O N Arias Geoprofessionals Job No.: 2021-435 DocuSign Envelope ID: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 Boring Log No. B-2 Project: 21049,Trinity River(Task Order No. 3) Sampling Date: 5/13/21 FM 624 to Wood River Corpus Christi,Texas Coordinates: N27°51'34.27" W97°39'28.15" Location: See Boring Location Plan Backfill: Cuttings and patched Soil Description Depth SN WC PL LL PI PP N -200 DD Uc 2.5"Asphalt AC 5 8" Base Material GB 16 22 58 36 3.5 71 FAT CLAY with Sand (CH), stiff to very stiff, light T 105 1.85 tan T 17 4.5+ -with ferrous stains and traces of gypsum from 4'-8' 5 T 18 21 57 36 4.5+ 76 106 2.41 T 19 4.5+ 99 2.15 - light bluish gray and tan, with gypsum from 8'-10' T 22 18 70 52 4.5+ 79 10 SANDY LEAN CLAY(CL), hard to very hard, tan, calcareous deposits, with gypsum crystals T 14 19 49 30 4.5+ 56 112 5.25 CLAYEY SAND (SC), medium dense, light tan T 2 15 23 8 4.25 49 119 1.91 15 SILTY SAND (SM), medium dense to dense, light tan m SS 19 17 13 a a 20 N C° J F O Q N Q SS 18 38 Q 25 Q Borehole terminated at 25 feet co 0 Groundwater Data: Nomenclature Used on Boring Log oDuring drilling:Not encountered z Asphalt Core(AC) ® Grab Sample(GB) m Field Drilling Data: , Thin-walled tube(T) ® Split Spoon(SS) Coordinates:Hand-held GPS Unit Logged By:R.Arizola WC=Water Content(%) N=SPT Blow Count Driller:EnviroCore,Inc. PL=Plastic Limit -200=%Passing#200 Sieve Equipment:Truck-mounted drill rig LL=Liquid Limit DD=Dry Density(pcf) PI=Plasticity Index Uc=Compressive Strength(tsf) a Hollow stem auger:0-25 ft PP=Pocket Penetrometer(tsf) N O N Arias Geoprofessionals Job No.: 2021-435 DocuSign Envelope ID: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 Boring Log No. B-3 Project: 21049,Trinity River(Task Order No. 3) Sampling Date: 5/13/21 FM 624 to Wood River Corpus Christi,Texas Coordinates: N27°51'35.59" W97°39'33.86" Location: See Boring Location Plan Backfill: Cuttings and patched Soil Description Depth SN WC PL LL PI PP -200 DD Uc 4" Asphalt AC 6" Base Material >r.., GB 9 SANDY LEAN CLAY(CL), very stiff, dark brown and tan T 10 18 47 29 4.5+ 58 114 3.41 2 SANDY LEAN CLAY(CL), very stiff to hard, tan, calcareous deposits T 10 19 49 30 4.5+ 58 4 -with trace of gypsum crystals from 4'-6' T 14 4.5+ 6 Borehole terminated at 6 feet m J O M O N Q C° J F O N_ Q N Q K Q N O Q Groundwater Data: Nomenclature Used on Boring Log zDuring drilling:Not encountered z Asphalt Core(AC) ® Grab Sample(GB) °m Field Drilling Data: , Thin-walled tube(T) Coordinates:Hand-held GPS Unit Logged By:R.Arizola WC=Water Content(%) -200=%Passing#200 Sieve Driller:EnviroCore,Inc. PL=Plastic Limit DD=Dry Density(pcf) Equipment:Truck-mounted drill rig LL=Liquid Limit Uc=Compressive Strength(tsf) PI=Plasticity Index a Single flight auger:0-6 ft PP=Pocket Penetrometer(tsf) N O N Arias Geoprofessionals Job No.: 2021-435 DocuSign Envelope ID: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 KEY TO TERMS AND SYMBOLS USED ON BORING LOGS MAJOR DIVISIONS GROUP DESCRIPTIONS SYMBOLS o N LL GW 1u Well-Graded Gravels,Gravel-Sand Mixtures,Little or no Fines N w >y o m J GP ��2°� :. Poorly-Graded Gravels,Gravel-Sand Mixtures,Little or no Fines W m' v N > z <J o =r N GM tom.. 4 Silty Gravels,Gravel-Sand-Silt Mixtures y m �(wj m cml� m a Lu w g 6 ?� GC I�F'�Y" Clayey Gravels,Gravel-Sand-Clay Mixtures a CD m W — o N 2 LL SW Well-Graded Sands,Gravelly Sands,Little or no Fines m `) LL E N c Q c N n `o OU "S to i SP Poody-Graded Sands,Gravelly Sands,Little or no Fines - Z U Z ca —L m SM Silty Sands,Sand-Silt Mixtures ` �w - m ?E' SC . j Clayey Sands,Sand-Clay Mixtures J } m Inorganic Silts&Very Fine Sands,Rock Flour, or Fine Sands or Clayey Silts with Slight ML O cn"- U) m J J a S W min fn L) J V CIL �/ Inorganic Clays of Low to Medium Plasticity,Gravelly Clays,Sandy Clays,Silty Clays,Lean Clays z_ o Q aN I I I I 2 atJ ) F�' MH Inorganic Silts,Micaceous or Diatomaceous Fine Sand or Silty Soils,Elastic Silts (� �Z W �6 F_ z J J `m LL fn VCH Inorganic Clays of High Plasticity,Fat Clays o SANDSTONE Massive Sandstones,Sandstones with Gravel Clasts y J Q MARLSTONE Indurated Argillaceous Limestones W a LIMESTONE Massive or Weakly Bedded Limestones J a z O CLAYSTONE Mudstone or Massive Claystones F_ a 0 O CHALK - Massive or Poorly Bedded Chalk Deposits LL MARINE CLAYS Cretaceous Clay Deposits T Indicates Final Observed Groundwater Level GROUNDWATER Indicates Initial Observed Groundwater Location Density of Granular Soils PLASTICITY CHART ASTM D 2487,-11 Number of Blows per ft., Relative Density N60 ._._._.________________________________________ ___ --------------------- ------ 0-4 dest(ffcnNon M fin+.r Mid!talir And Me imd d 0-4 Very Loose a,eM A92 ,8t40�*?.a,#a. 4-10 Loose ' -- Ea„na«.rn"n^•ulna, � fi.,i-nw ht PI=4 to LL 25.5. 10-30 Medium thaan P1.0.73(U_.20) . 0,, „p,,.*,'*`�" 40 Equafim Alf"U" Ilmb _-----7------.,�.----.. .._ _ _.._.._ _.._.._ .._.._ 30-50 Dense vin we1LL=16( PIz7, C Ihon PI.-0.9(I -8) Over 50 Very Dense Z 30 Consistency and Strength of Cohesive Soils rJ r MHDrOM Unconfined cn as -�. p4 - - Number of Blows per Consistency Compressive C\"ft.,N Strength,q.(tsf) f 10 ..... ...................x........................... ......................................................................................................................................................................... Below 2 Very Soft Less than 0.25 7 --.......r1l L M or OL 2-4 Soft 0.25-0.5 0 .......................i................................... ....................................................................................................... 4-8 Medium(Firm) 0.5-1.0 0 10 16 20 30 40 50 60 76 60 90 160 110 8-15 Stiff 1.0-2.0 LIQUID LIMIT(LL) 15-30 Very Stiff 2.0-4.0 Over 30 Hard Over 4.0 Arias Geoprofessionals DocuSign Envelope ID: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 KEY TO TERMS AND SYMBOLS USED ON BORING LOGS TABLE 1 Soil Classification Chart(ASTM D 2487-11) Soil Classification Criteria of Assigning Group Symbols and Group Names Using Laboratory Tests" Group Group Names Symbol COARSE-GRAINED SOILS Gravels Clean Gravels Cu>_4 and 1 s Cc<3u GW Well-Graded Gravel (More than 50%of (Less than 5%finesc) coarse fraction retained Cu<4 and/or GP Poorly-Graded GravelE on No.4 sieve) [Cr<1 or Cc>3]° Gravels with Fines Fines classify as ML or GM Silty Gravel (More than 12%finesc) MH Fines classify as CL or GC Clayey GravelE,F,c More than 50%retained on No. CH 200 sieve Sands Clean Sands Cu?6 and 1 5 Cc<3 SW Well-Graded Sand' (50%or more of coarse (Less than 5%fines") Cu<6 and/or SP Poorly-Graded Sand' fraction passes No.4 [Cc<1 or Cc>3]0 sieve) Sands with Fines Fines classify as ML or SM Silty SandF " (More than 12%finesH) MH Fines classify as CL or SC Clayey Sand"" CH FINE-GRAINED SOILS Silts and Clays inorganic PI>7 and plots on or CL Lean Clay K"m above"A"line Liquid limit less than 50 PI<4 or plots below"A" ML silt',',"linej organic Liquid limit-oven dried OL Organic ClayK'L'M'm <0.75 K L M,a 5D%or more passes the No. Liquid limit-not dried Organi Silt ' 200 sieve Silts and Clays inorganic PI plots on or above"A" CH Fat Clay""m line Liquid limit 50 or more PI plots on or below"A" MH Elastic Silt K'L'"° line organic Liquid limit-oven dried OH Organic ClayK'L'M'P <0.75 K L.M.Q Liquid limit-not dried Organic Silt HIGHLY ORGANIC SOILS Primarily organic matter,dark in color,and organic odor PT Peat Based on the material passing the 3-inch(75mm)sieve e If field sample contained cobbles or boulders,or both,add"with cobbles or boulders,or both"to group name c Gravels with 5%to 12%fines require dual symbols: GW-GM well-graded gravel with silt GW-GC well-graded gravel with clay GP-GM poorly-graded gravel with silt GP-GC poorly-graded gravel with clay Cu=D,,/D,o Cc= (D30)2 Di0 x Dso E If soil contains>_15%sand,add"with sand"to group name F If fines classify as CL-ML,use dual symbol GC-GM,or SC-SM If fines are organic,add"with organic fines"to group name H Sand with 5%to 12%fines require dual symbols: SW-SM well-graded sand with silt SW-SC well-graded sand with clay SP-SM poorly-graded sand with silt SP-SC poorly-graded sand with clay If soil contains>_15%gravel,add"with gravel"to group name If Atterberg limits plot in hatched area,soil is a CL-ML,silty clay K If soil contains 15%to<30%plus No.200,add"with sand"or"with gravel,"whichever is predominant L If soil contains>_30%plus No.200,predominantly sand,add"sandy"to group name M If soil contains>_30%plus No.200,predominantly gravel,add"gravelly'to group name " PI>_4 and plots on or above"A"line ° PI<4 or plots below"A"line P PI plots on or above"A"line Q PI plots below"A"line TERMINOLOGY Boulders Over 12-inches(300mm) Parting Inclusion<118-inch thick extending through samples Cobbles 12-inches to 3-inches(300mm to 75mm) Seam Inclusion 1/8-inch to 3-inches thick extending through sample Gravel 3-inches to No.4 sieve(75mm to 4.75mm) Layer Inclusion>3-inches thick extending through sample Sand No.4 sieve to No.200 sieve(4.75mm to 0.075mm) Silt or Clay Passing No.200 sieve(0.075mm) Calcareous Containing appreciable quantities of calcium carbonate,generally nodular Stratified Alternating layers of varying material or color with layers at least 6mm thick Laminated Alternating layers of varying material or color with the layers less than 6mm thick Fissured Breaks along definite planes of fracture with little resistance to fracturing Slickensided Fracture planes appear polished or glossy sometimes striated Blocky Cohesive soil that can be broken down into small angular lumps which resist further breakdown Lensed Inclusion of small pockets of different soils,such as small lenses of sand scattered through a mass of clay Homogeneous Same color and appearance throughout Arias Geoprofessionals DocuSign Envelope ID: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 KEY TO TERMS AND SYMBOLS USED ON BORING LOGS Hardness Classification of Intact Rock Approximate Range of Uniaxial Class Hardness Field Test Compression Strength kglcm' (tonslft') I Extremely hard Many blows with geologic hammer required to break intact specimen. >2,000 II Very hard Hand held specimen breaks with hammer end of pick under more than 2,000—1,000 one blow. III Hard Cannot be scraped or pealed with knife,hand held specimen can be 1,000-500 broken with single moderate blow with pick. IV Soft Can just be scraped or peeled with knife. Indentations 1 mm to 3mm show 500-250 in specimen with moderate blow with pick. Material crumbles under moderate blow with sharp end of pick and can be V Very soft peeled with a knife,but is too hard to hand-trim for triaxial test specimen. 250-10 Rock Weathering Classifications Grade Symbol Diagnostic Features Fresh F No visible sign of Decomposition or discoloration. Rings under hammer impact. Slightly Weathered WS Slight discoloration inwards from open fractures,otherwise similar to F. Moderately Weathered WM Discoloration throughout. Weaker minerals such as feldspar decomposed. Strength somewhat less than fresh rock,but cores cannot be broken by hand or scraped by knife. Texture preserved. Highly Weathered WH Most minerals somewhat decomposed. Specimens can be broken by hand with effort or shaved with knife. Core stones present in rock mass. Texture becoming indistinct,but fabric preserved. Completely Weathered WC Minerals decomposed to soil,but fabric and structure preserved(Saprolite). Specimens easily crumbled or penetrated. Residual Soil RS Advanced state of decomposition resulting in plastic soils. Rock fabric and structure completely destroyed. Large volume change. Rock Discontinuity Spacing Description for Structural Features: Spacing Description for Joints,Faults or Other Fractures Bedding,Foliation,or Flow Banding Very thickly(bedded,foliated,or banded) More than 6 feet Very widely(fractured or jointed) Thickly 2—6 feet Widely Medium 8—24 inches Medium Thinly 21%—8 inches Closely Very thinly %<-2%inches Very closely Description for Micro-Structural Features: Lamination,Foliation,or Spacing Descriptions for Joints,Faults,or Other Fractures Cleavage Intensely(laminated,foliated,or cleaved) %—%inch Extremely close Very intensely Less than''/<inch Engineering Classification for in Situ Rock Quality ROD% Velocity Index Rock Mass Quality 90-100 0.80-1.00 Excellent 75-90 0.60-0.80 Good 50-75 0.40-0.60 Fair 25-50 0.20-0.40 Poor 0-25 0-0.20 Very Poor Arias Geoprofessionals DocuSign Envelope ID: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 APPENDIX C: LABORATORY AND FIELD TEST PROCEDURES Arias Geoprofessionals, Inc. C-1 Arias Job No. 2021-435 DocuSign Envelope ID: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 FIELD AND LABORATORY EXPLORATION The field exploration program included drilling at selected locations within the site and intermittently sampling the encountered materials. The boreholes were drilled using a single flight auger (ASTM D 1452). Samples of encountered materials were obtained using a split- barrel sampler while performing the Standard Penetration Test (ASTM D 1586) or using a thin-walled tube sampler (ASTM D 1587). The sample depth interval and type of sampler used is included on the soil boring log. Arias' field representative visually logged each recovered sample and placed a portion of the recovered sampled into a plastic bag for transport to our laboratory. SPT N values and blow counts for those intervals where the sampler could not be advanced for the required 18-inch penetration are shown on the soil boring log. If the test was terminated during the 6-inch seating interval or after 10 hammer blows were applied used and no advancement of the sampler was noted, the log denotes this condition as blow count during seating penetration. Penetrometer readings recorded for thin-walled tube samples that remained intact also are shown on the soil boring log. Arias performed laboratory tests on selected samples to aid in soil classification and to determine engineering properties. Tests commonly used in geotechnical exploration, the method used to perform the test, and the column designation on the boring log where data are reported are summarized as follows: Test Name Test Method Log Designation Water(moisture) content of soil and rock by mass ASTM D 2216 WC Liquid limit, plastic limit, and plasticity index of soils ASTM D 4318 PL, LL, PI Amount of material in soils finer than the No. 200 sieve ASTM D 1140 -200 Unconfined Compressive Strength Test ASTM D 2166 Uc Arias Geoprofessionals, Inc. C-2 Arias Job No. 2021-435 DocuSign Envelope ID: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 APPENDIX D: CBR AND LIME SERIES RESULTS Arias Geoprofessionals, Inc. D-1 Arias Job No. 2021-435 DocuSign Envelope ID: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 0 0 E C6 E -5- 0 O �O m M a C� U a rn n M O r O Ad N U N o �C C H U LOM (nM N Or CJ fD J � o � a N (n (n W C C Cn = x � a 0 c �� cN � aNiH 0 0 o rn rn� d i V N m 0 F- R J N V W N (}3d)f4Isuaa Aja tc c G Q W E = a ui Z � U N 3 E Cn a • E 3 a • Q•E d • O tCxc Z G W p N II C W <) N i:J Q W 0 I N CQ • � � to • I N O in C 0 >1 O • E U ++ • :3 o J = N Cu (� L C � CO 0 07 N C N m J 0 CD O r t9 m N in [n o d � � o in o Ln o In o CL 0 i 0 o m m w 00 E r as (;od)Apsuea Aia Cn r N a� t— Arias & Associates, Inc. Arias Project No. 2021-435 DocuSign Envelope ID: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 ARIAS P R 0 P E SSI 0 N A LS Quicklime and Hydrated Lime for Soil Stabilization Report Customer: City of Corpus Christi Project: 21049-Trinity River-FM 624 to Wood River-GEO Testing-MSA#3390, Task Order#3 Report Date: June 9, 2021 A&A Report No.: 2021-435 Soil Description: Sandy Lean Clay(CL), Dark Brown Test results for sample I.D.: 21-642 Sampled By: R. Arizola Date Sampled: May 17, 2021 Test Method: ASTM D4318, ASTM D6276, and ASTM C977 Application: Treated Subgrade Trial No. % Lime Liquid Limit PI PH 1 0 49 31 8.7 2 2 47 13 11.4 3 4 45 10 12.0 4 6 44 8 12.3 5 8 44 7 12.6 6 10 43 6 12.8 Lime Series 32 30 28 26 24 22 = 20 18 16 14 12 10 8 6 4 2 0 0 2 4 %Lime 6 8 10 DocuSign Envelope ID: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 APPENDIX E: DYNAMIC CONE PENETROMETER (DCP) TEST RESULTS Arias Geoprofessionals, Inc. F-1 Arias Job No. 2021-435 DocuSign Envelope ID: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 1 DCP #B-1 TEST DATA Project: Tiniity River(FM 624 to Wood River) Date: 13-May-21 Location: 27°51'30.67"N,9739'28.01"W Estimated Soil Type: CLAY H comer Soil Type i0.1 lbs. OCH O 17.6 lbs. C7 CL O Both hammers used O All other soils No.of Cumulative Type of CBR Blows Penetration Hammer 1.0 10.0 100.0 (mm) 0 0 5 127 1 106.68 1 10 254 1 139.7 1 1 167.64 1 15381 i 1 195.58 1 20 508 116 1 220.98 1 25 635 2 266.7 1 30 1 762 1 292.1 1 9 35 889 2 337.82 1 x40 1016 2 1 363.22 1 W ~ 2 408.94 1 p 45 1143 W D 2 452.12 1 50 1270 1 477.52 1 55 1397 2 520.7 1 60 1524 2 563.88 1 65 1651 2 596.9 1 70 1778 2 627.38 1 2 652.78 1 75 1905 4 2 678.18 1 80 2032 1.0 10.0 100.0 2 703.58 1 3 731.52 1 SUSGRADE MODULUS,ksi 2 759.46 1 3 792.48 1 0 5 10 15 20 25 3 820.42 1 0 0 3 845.82 1 5 127 3 871.22 1 10 3 254 3 899.16 1 15 C 381 3 924.56 1 20 508 25 635 30 762 £ C 35 889 £ a ao 1o1s F- in 45 1143 W 50 1270 55 1397 60 1524 65 1651 70 1778 75 1905 80 2032 0 5 10 15 20 25 DocuSign Envelope ID: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 1 DCP #B-2 TEST DATA Project: Tiniity River(FM 624 to Wood River) Date: 13-May-21 Location: 27`51'34.27"N, 97`39'28.15"W Estimated Soil Type: CLAY Hammer Soil Type G 10.1 lbs. G CH Q 17.6 lbs. G CL G Bath hammers used All other soils No.of Cumulative Type of CB Blows Penetration Hammer 1.0 10.0 100.0 (mm) 0 0 1 68.58 1 5 127 1 119.38 1 10 254 1 152.4 1I 1 185.42 1 15 381 1 213.36 1 20 III 508 1 241.3 1 25 635 1 266.7 1 30 762 1 292.1 1 c 35 889 E 2 335.28 1 40 1016 2 2 373.38 1 a F- W W 45 1143 Q.W 2 414.02 1 G Lu 2 447.04 1 50 1270 2 480.06 1 55 1397 2 513.08 1 60 1524 2 543.56 1 65 1651 2 571.5 1 70 1778 2 599.44 1 2 629.92 1 75 1905 2 655.32 1 80 2032 1.0 10.0 100.0 2 680.72 1 2 706.12 1 SUSGRADE MODULUS,ksi 2 731.52 1 2 756.92 1 0 5 10 15 20 25 2 782.32 1 0 0 2 807.72 1 5 127 3 840.74 1 10 254 3 873.76 1 15 381 3 906.78 1 20 508 3 939.8 1 25 635 = 30 762 E 35 889 £ M 40 1016 F- W C3 45 1143 W 50 1270 55 1397 60 1524 65 1651 70 1778 75 1905 80 2032 0 5 10 15 20 25 DocuSign Envelope ID: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 1 DCP #B-3 TEST DATA Project: Tiniity River(FM 624 to Wood River) Date: 13-May-21 Location: 27`51.35.59"N, 97`39'33.86"W Estimated Soil Type: CLAY Hammer Soil Type CJ 10.1 lbs. 0 CH 017.6 lbs. Q CL O Both hammers used CO)All other sails No.of Cumulative Type of CBR Blows Penetration Hammer 1.0 10.0 100.0 (mm) 0 0 1 40.64 1m 5 127 10 2 1 10 ! 254 1 101.6 1 1 127 1 15 381 m 4 152.4 1 20 508 2 195.58 1 25 635 i 2 233.68 1 30 762 2 274.32 1c E 35 889 E 2 317.5 1 40 1016 2 1 342.9 1 a ~ W 45 1143 W 1 342.9 1 G 2 368.3 1 50 1270 1 416.56 1 55 1397 1 441.96 1 60 1524 1 467.36 1 65 1651 1 495.3 1 70 1778 2 520.7 1 2 563.88 1 75 1905 2 604.52 1 80 2032 1.0 10.0 100.0 2 645.16 1 2 680.72 1 SUSGRADE MODULUS,ksi 1 706.12 1 2 746.76 1 0 5 10 15 20 25 2 792.48 1 0 0 2 833.12 1 5 CF 127 1 858.52 1 10 254 1 883.92 1 15 381 2 924.56 1 20 508 25 635 = 30 762 E _ 35 889 £ a 40 1016 F- uJ 45 1143 W 50 1270 C3 55 1397 60 1524 65 1651 70 1778 75 1905 80 2032 0 5 10 15 20 25 DocuSign Envelope ID: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 APPENDIX F: GBA INFORMATION Arias Geoprofessionals, Inc. F-2 Arias Job No. 2021-435 DocuSign Envelope ID: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 rGeolechnicol-EngineePing The Geoprofessionalsines s sociation ( ) Typical changes that could erode the reliability of this report include has prepared this advisory to help you—assumedly those that affect: a client representative®interpret and apply this the site's size or shape; geotechnical-engineeringreport as effectively the function of the proposed structure,as when it's as passible. In that way, clients can benefit from changed from a parking garage to an office building,or from a light-industrial plant to a refrigerated warehouse; lowered exposure tat subsurface problems the elevation,configuration,location,orientation,or that, for decades, have been a principal cause o constructiondelays, cost overruns, claims, a weight the proposed structure; 9 the composition of the design team;or disputes. If you have questions or want more project ownership. information about any oft the issues discussed below, contact your GBA-member geotechnical engineer. As a general rule,always inform your geotechnical engineer of project Active involvement int the Geoprofessional Business changes-even minor ones-and request an assessment of their Association exposes geotechnical engineers to a impact. The geotechnical engineer-who prepared this report cannot accept wide array of risk-confrontation techniques that Can responsibility or liability for problems that arise because the geotechnical be of genuine benefit for everyone involved with a engineer was not informed about developments the engineer otherwise Construction project, would have considered. This Report May Not Be Reliable Geotechnical-Engineering Services Are Performed for Do not rely on this report if your geotechnical engineer prepared it: Specific Purposes, persons, and protects . for a different client; Geotechnical engineers structure their services to meet the specific for a different project; needs of their clients.A geotechnical-engineering study conducted for a different site(that may or may not include all or a for a given civil engineer will not likely meet the needs of a civil- portion of the original site);or works constructor or even a different civil engineer.Because each before important events occurred at the site or adjacent geotechnical-engineering study is unique,each geotechnical- to it;e.g.,man-made events like construction or engineering report is unique,prepared solely for the client. Those who environmental remediation,or natural events like floods, rely on a geotechnical-engineering report prepared far a different client droughts,earthquakes,or groundwater fluctuations. can be seriously misled.No one except authorized client representatives should rely on this geotechnical-engineering report without first Note,too,that it could be unwise to rely on a geotechnical-engineering conferring with the geotechnical engineer who prepared it.And no one report whose reliability may have been affected by the passage of time, -not even you-should apply this report for any purpose or project except because of factors like changed subsurface conditions;new or modified the one originally contemplated. codes,standards,or regulations;or new techniques or tools.If your geotechnical engineer has not indicated an`apply-by"date on the report, Read this Report in Full ask what it should be,and,in general,if you are the least bit uncertain Costly problems have occurred because those relying on a geotechnical- about the continued reliability of this report,contact your geotechnical engineering report did not read it in its entirety.Do not rely on an engineer before applying it.A minor amount of additional testing or executive summary.Do not read selected elements only.Read this report analysis-if any is required at all-could prevent major problems. in full. Most of the "Findings" Related in This Report Are You ee o Inform Your Geotechnical Engineer Professional Opinions about a e Before construction begins,geotechnical engineers explore a site's Your geotechnical engineer considered unique,project-specific factors subsurface through various sampling and testing procedures. when designing the study behind this report and developing the Geotechnical engineers can observe actual subsurface conditions only at confirmation-dependent recommendations the report conveys.A few those specific locations where sampling and testing were performed.The typical factors include: data derived from that sampling and testing were reviewed by your • the client's goals,objectives,budget,schedule,and geotechnical engineer,who then applied professional judgment to risk-management preferences; form opinions about subsurface conditions throughout the site.Actual • the general nature of the structure involved,its size, sitewide-subsurface conditions may differ-maybe significantly-from configuration,and performance criteria; those indicated in this report.Confront that risk by retaining your • the structure's location and orientation on the site;and geotechnical engineer to serve on the design team from project start to • other planned or existing site improvements,such as project finish,so the individual can provide informed guidance quickly, retaining walls,access roads,parking lots,and whenever needed. underground utilities. DocuSign Envelope ID: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 IS Report's eco ati® S Are perform their own studies if they want to,and be sure to allow enough Confirmation-Dependent time to permit them to do so.Only then might you be in a position The recommendations included in this report—including any options to give constructors the information available to you,while requiring or alternatives—are confirmation-dependent.In other words,they are them to at least share some of the financial responsibilities stennning not final,because the geotechnical engineer who developed them relied from unanticipated conditions.Conducting prebid and preconstruction heavily on judgment and opinion to do so.Your geotechnical engineer conferences can also be valuable in this respect. can finalize the recommendations only after observing actual subsurface conditions revealed during construction.If through observation your Read Responsibility provisions Closely geotechnical engineer confirms that the conditions assumed to exist Some client representatives,design professionals,and constructors do actually do exist,the recommendations can be relied upon,assuming not realize that geotechnical engineering is far less exact than other no other changes have occurred.The geotechnical engineer who prepared engineering disciplines.That lack of understanding has nurtured this report cannot assume responsibility or liability for confirmation- unrealistic expectations that have resulted in disappointments,delays, dependent recommendations if you fail to retain that engineer to perform cost overruns,claims,and disputes.To confront that risk,geotechnical construction observation. engineers commonly include explanatory provisions in their reports. Sometimes labeled"limitations;'many of these provisions indicate This Report Could Be Misinterpreted where geotechnical engineers'responsibilities begin and end,to help Other design professionals'misinterpretation of geotechnical- others recognize their own responsibilities and risks.Read these engineering reports has resulted in costly problems.Confront that risk provisions closely.Ask questions.Your geotechnical engineer should by having your geotechnical engineer serve as a full-time member of the respond fully and frankly. design team,to: • confer with other design-team members, Geoenvironmental Concerns Are Not Covered • help develop specifications, The personnel,equipment,and techniques used to perform an • review pertinent elements of other design professionals' environmental study—e.g.,a"phase-one"or"phase-two"environmental plans and specifications,and site assessment—differ significantly from those used to perform • be on hand quickly whenever geotechnical-engineering a geotechnical-engineering study.For that reason,a geotechnical- guidance is needed. engineering report does not usually relate any environmental findings, conclusions,or recommendations;e.g.,about the likelihood of You should also confront the risk of constructors misinterpreting this encountering underground storage tanks or regulated contaminants. report.Do so by retaining your geotechnical engineer to participate in Unanticipated subsurface environmental problems have led to project prebid and preconstruction conferences and to perform construction failures.If you have not yet obtained your own environmental observation. information,ask your geotechnical consultant for risk-management guidance.As a general rule,do not rely on an environmental report I\fe Constructors a Complete Reportn i anoe prepared for a different client,site,or project,or that is more than six Some owners and design professionals mistakenly believe they can shift months old. unanticipated-subsurface-conditions liability to constructors by limiting the information they provide for bid preparation.To help prevent Obtain Professional Assistance to Deal with Moisture the costly,contentious problems this practice has caused,include the Infiltration and Mold complete geotechnical-engineering report,along with any attachments While your geotechnical engineer may have addressed groundwater, or appendices,with your contract documents,but be certain to note water infiltration,or similar issues in this report,none of the engineer's conspicuously that you've included the material for informational services were designed,conducted,or intended to prevent uncontrolled purposes only.To avoid misunderstanding,you may also want to note migration of moisture—including water vapor—from the soil through that"informational purposes"means constructors have no right to rely building slabs and walls and into the building interior,where it can on the interpretations,opinions,conclusions,or recommendations in cause mold growth and material-performance deficiencies.Accordingly, the report,but they may rely on the factual data relative to the specific proper implementation of the geotechnical engineer's recommendations times,locations,and depths/elevations referenced. Be certain that will not of itself be sufficient to prevent moisture infiltration.Confront constructors know they may learn about specific project requirements, the risk of moisture infiltration by including building-envelope or mold including options selected from the report,only from the design specialists on the design team.Geotechnical engineers are not building- drawings and specifications.Remind constructors that they may envelope or mold specialists. GEOPROFESSIONAL 9111..11IIIIII11111999 Sm ASSOCIATION Telephone:301/565-2733 e-mail:info@geoprofessional.org www.geoprofessional.org Copyright 2016 by Geoprofessional Business Association(GBA).Duplication,reproduction,or copying of this document,in whole or in part,by any means whatsoever,is strictly prohibited,except with GBAs specific written permission.Excerpting,quoting,or otherwise extracting wording from this document is permitted only with the express written permission of GBA,and only for purposes of scholarly research or book review.Only members of GBA may use this document or its wording as a complement to or as an element of a report of any kind.Any other firm,individual,or other entity that so uses this document without being a GBA member could be committing negligent or intentional(fraudulent)misrepresentation. DocuSign Envelope ID: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 APPENDIX G: PROJECT QUALITY ASSURANCE Arias Geoprofessionals, Inc. G-1 Arias Job No. 2021-435 DocuSign Envelope ID: D91 FB9A2-CD61-4DBA-8B48-5239898EFDA6 11� 11 711�.11 A Message toOwners from Construction-materials engineering and testing laboratories and certified personnel. Go with (CoMET)consultants perform quality-assurance the low bidder."That's bad advice because (QA)services to evaluate how well constructors there's no such thing as a standard QA scope of ASFE/GBA are achieving the specified conditions they're service,meaning that—to bid—each interested contractually obligated to achieve.Done right, firm must develop its own scope...and it has to QA can save you time and money while helping be a cheap scope in order to offer the low fee you manage project risks by detecting molehills the owner apparently prefers.A cheap scope before they grow into mountains you and the cannot help but jeopardize service quality, design team arc forced to climb. aggravating risk for you and the entire project team. Of course, some firms will offer what Done right, QA cari save you itirne cInd seems to be a better scope at a"low-ball,"less- than-cost bid in order to win the commission rillorley, 1preven't clahrins arid dis�pu'les* and and then earn a profit through multiple change I I orders. reduce irisks. Many owners don't do QA right You have too much at stake to follow bad because they follow bad advi(e. advice. Consider these facts. Fact: MoNt CoHETfirms are not accredited, It's ironic that,as important as CoMET including some that say they are and some consultants can be,some owners and design that don't even follow the correct standards, professionals treat them as though they were even when they say they do.And the commodities. Often referred to incorrectly as quality of those that are accredited varies "testing labs,"CoMET consultants create the significantly; some practice at a high level; last line of defense against costly construction others just barely scrape by.As such,while errors and the delays,change orders,claims, accreditation is extremely important,it is far disputes,and litigation that can result.Why from being a"be-all and end-all."It signifies would owners entrust such an important only that a firm's facilities or operations met responsibility to the firm offering to fulfill it the minimum criteria of an accrediting body for the lowest fee as opposed to the one whose whose concerns in some cases may have little qualifications enable it to offer the best service to do with your project.And the condition of and the most value?The answer: Too many what an accrediting body typically evaluates— owners follow bad advice;e.g.,"CoMET management systems,technical staff,facilities, consultants are all the same.They all follow and equipment can change substantially the same standards.They all have accredited between on-site accreditation assessments. 18 THE,GEOPROFESSIONAL ASF BUS NESS ASSOCIATION 8811 Coksvike Road Suite G 106 ON I SIvu Spring,Maryland 20910 Voice:301,565,2733 Fax:30 L589.201 7 .. ........... 1inaiL info@as�e.org ......... W lWern&WWW.Gsfe.org DocuSign Envelope ID: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 Most CoMET firms dire Incl' accllredil'e clind that's relatively inexpensive and can pay huge dividends.During the project's planning ill's darigerous 1I0 Ossulrne COMET personnel and design stages,experienced COMET professionals can help the design team are certified. develop consistent,cost-effective technical specifications and establish appropriate observation,testing,and instrumentation Fact:It's dangerous to assume COMET protocols.They can analyze plans and specs personnel are certified Many have no much as constructors do,looking for the little credentials; some are certified by organizations errors,omissions,conflicts,and ambiguities of questionable merit,while others have a valid that often lead to the misunderstandings 4l certification,but not for the services they're and confusion that become the basis for big assigned.All too many have little training or extras and big claims. They can also provide � b none at all. guidance about operations and materials that i need closer review than others, because of N Some CoMET firms—the"low-cost providers" their criticality or potential for error or abuse, want you to believe that price is the only and even suggest reduced levels of review or difference between QA providers.It's not: testing for areas of a less critical nature,based Firms that sell low price typically lack: on local experience.You can also benefit from • facilities appropriate for many of the projects a CoMET professional's frank assessments of they accept, the various constructors that have expressed • equipment that is well maintained and interest in the project. properly calibrated, • field and laboratory personnel who are well To derive maximum value, Ih have'l11te trained and appreciate the importance of their responsibilities, 01 ' • management with the education,experience, �' pII"Oje '' Ilpall"nagellr'serve a ''lllve On and judgment to provide technical oversight, the project team from beginning to end. and • the professional-liability insurance you should require to enjoy peace of mind. COMET consultants'construction-phase QA services focus on two distinct issues: Quality-oriented firms invest in the facilities, • those that relate to geotechnical engineering equipment, personnel,and insurance needed to and achieve quality in quality assurance. • those that relate to the other elements of construction. Quality-oriented flillrllrins hrivesllr Irl 111"Ile f oclidlllilllhiles, equliqpllrnellriIII, Geotechnical-engineering issues are critically important because they are essential to the pell"SOlnnell, clirild IIIII"nsullrclirice needed t0 achieve quality in quality «observational method"geotechnical engineers assurance. use to help their clients save time and money while maintaining a"healthy respect"for the unknown in the underground. To derive maximum value from your QA investment,have the COMET firm's project In essence,the observational method is an manager serve actively on the project team overall approach that begins during the earliest from beginning to end,a level of service element of the design phase and carries through 2 DocuSign Envelope ID: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 to the construction phase. Geotechnical Geotechnical engineers caurinoll finalllli e llllhlelr engineers initiate this approach by applying their knowledge of local geological conditions ,ecolifiiili,iI`lelnda'llrioai'llls ulrill'lllll 11hey are alrl site to to develop an economical subsurface-sampling plan.Proper execution of the plan should derive � veurulf11111,I1a1111IIhlle sullisuu°'mace caurldu`1111ions 111he just enough samples from just enough areas to permit an experienced geotechnical engineer plredic'llred are'lrlhmose'l'hla'll' actuclIly exist. to develop an assumed-subsurface profile. Because so much depends on the reliability Entrusting geotechnical field observation of each sample,quality-focused geotechnical engineers often insist that their own personnel to someone other than the geotechnical perform or oversee the sampling process,from obtaining the samples to packaging, storing, engineer of record creates a significant risk. and transporting them to a trusted laboratory, using their own equipment and facilities or relying on others'they know they can trust. Insofar as other elements of construction are concerned,many geotechnical-engineering Combining the assumed subsurface firms have obliged their clients by expanding profile with knowledge of what is being their field-services mix, so they're able constructed—e.g.,its dimensions,weight, to perform overall construction QA, anticipated use,and performance objectives encompassing—in addition to geotechnical —geotechnical engineers develop provisional issues—reinforced concrete, structural steel, recommendations for the structure's structural masonry,fireproofing,and so on. foundations and for the specifications of Unfortunately, that's caused some confusion. various"geo"elements,like excavations, Believing that all CoMET consultants are site grading,foundation-bearing grades,and alike, some owners take bids for the overall roadway and parking-lot preparation and CoMET package,including the geotechnical surfacing.When geotechnical engineers field observation, thus curtailing services of know that their personnel will be on site the geotechnical engineer of record(GER). observing subsurface conditions as they are Entrusting geotechnical field observation exposed,they usually will recommend the to someone other than the GER creates a most cost-effective design their assumptions significant risk make practical,knowing that—if their assumed-subsurface profile is"off'in any GERs have developed a variety of protocols to significant way—the variances will be caught optimize the quality of their field-observation (that's what they teach their field personnel procedures.Quality-focused GERs meet to do),permitting them to"tweak"their with their field representatives before the recommendations in the field.It is essential representatives leave for a project site,to brief to realize that geotechnical engineers cannot them on what to look for and where,when, finalize their recommendations until they or and how to look.(No one can duplicate this their field representatives are on site to observe briefing,because no one else knows as much what's excavated to verify that the subsurface about a project's geotechnical issues.)And conditions the engineers predicted are those once they arrive at a project site,the field that actually exist. representatives know to maintain timely, effective communication with the GER,because that's what the GER has trained them to do. By contrast,it's extremely rare for a different DocuSign Envelope ID: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 firm's field personnel to contact the GER,even Once you identify the two or three most " when they're concerned or confused about qualified firms,meet with their key personnel, what they observe,because they regard the preferably at their own facility,so you can y GER's firm as"the competition."Convoluted inspect their laboratory,speak with management project-communications protocols can make this and technical stag and form an opinion about communications breakdown even worse. the firm's capabilities and attitude. u , A different firm is often willing to perform Insist that each film's designated project on-site geotechnical review for less money manager and lead field representative Q G � than the GER frequently because it treats participate in the meeting.You will benefit geotechnical field services as a"loss leader"in when those individuals are seasoned QA order to obtain the far larger,overall CoMET professionals familiar with construction's commission. Given the significant risk that rough-and-tumble.Ask about others the supplanting the GER creates,accepting the firm will assign,too.There's no substitute offer is almost always penny-wise and pound- for experienced,certified personnel who are foolish. Still,because some owners accept bad familiar with the codes and standards involved advice,it's commonly done,helping to explain and know how to: why "geo"issues are the numher-one source • read and interpret plans and specifications; of construction-industry claims and disputes. • perform the necessary observation, inspection,and testing; , • document their observations and findings; II 'ollr' IIIICIIIg '' e ,,, '�'ll"ollfllfl geo''eIIIllllla '�'lle olellr'a'fllollS IIS aIIrnIOS'' . interact with constructors'personnel; and always Ilperlriy wise and pourld foolllisll"Illg helping to explain why • respond to the unexpected. rr . Important:Many of the services CoMET QA geo Issues are the number-one source of construction-industry field representatives perform—like observing operations and outcomes—require the good claims and disputes. judgment afforded by extensive training and experience.Who will be on hand when the To derive the biggest bang for the QA buck, unexpected occurs: a 15-year"veteran"or a identify three or even four quality-focused rookie? CoMET consultants. (If you don't know any, use the"Find a Geo professional"service Many of the services UNET Qkfielldl available free at www.asfe.org.)Ask about the firms'ongoing and recent projects and the clients and client representatives involved; II"ell�llresellrlll111a11rlives Il�ell°��oll�ll"I'III require good insist upon receiving verification of all claimed judgment. accreditations, certifications, licenses, and insurance coverages. Also consider the tools COMET personnel use. Some firms are fanatical about proper Insist upon receiving dell"IIIIIIaII'IIaIII of alllll clllallllhlne aIllCellll'all'111011"n , maintenance and calibration; others,less so.Ask to see the firm's calibration records.If the firm dell"'llll'fllla'rllallrlllSr IIIceIIrlSeSr and IIIInUII"all"nye coverages. doesn't have any,or if they are not current,be cautious: You cannot trust test results derived using equipment that may be out o f calibration. Also ask if the firm's laboratory participates in DocuSign Envelope ID: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 proficiency testing,relying on a program like part of the constructor's bid-price competition. the one sponsored by the American Association (Note that the International Building Code of State Highway and Transportation Officials (IBC) rewires the owner to pay for Special (AASHTO).And be sure to ask a firm's Inspection(SI)services commonly performed representatives about their reporting practices, by the CoMET consultant as a service separate including report distribution and timeliness,how from QA,to help ensure the independence of they handle notifications of nonconformance, the Sl process.Because failure to comply could and how they resolve complaints. result in denial of an occupancy or use permit, having a contractual agreement that conforms F Once you identify your preferred firm,meet with to local code requirements is essential.) its representatives again.Provide the approved plans and specifications and other pertinent If It's essential for you to fund QA via the materials,like a construction schedule,and discuss what's needed to finalize a scope of constructor, Il,llave 'll]he ME"I fee irllcllluded service that reflects what will be happening on site and when it will occur.Recognize that most CoMET services are performed periodically a allaaaurmce liuri Ilr,iile slid da �ulirii�elirirll' m or randomly,not continuously.Also recognize that a CoMET consultant's field representatives Note, t00, that the International Building cannot be in all places at all times,an important (ode (1130 requires you to pay for Special issue when multiple activities are ongoing simultaneously.Ask for guidance about appropriate staffing levels and discuss the trade- Inspection (S1) services. offs that may be available. CoMET consultants can usually quote their Creating a detailed scope of CoMET QA fees as unit fees,unit fees with estimated service can help avoid surprises. Still,scope total(invoiced on a unit-fee basis),or lump- flexibility is needed to deal promptly with sum(invoiced on a percent-completion basis the unanticipated,like the additional services referenced to a schedule of values).No matter required to check the rework performed which method is used,estimated quantities because of an error caught in QA. need to be realistic. Some CoMET firms lower their total-fee estimates by using quantities they know are too low and then request change Scope flexibility is Irieeded 'o deal) pll°011Cllf p,11'lly orders long before construction and the need with the unanticipated. for QA are complete. Once you and the CoMET consultant settle on For financing purposes, some owners require the scope of service and fee,enter into a written the constructor to pay for CoMET services. contract.Established CoMET firms have their Consider an alternative approach so you own contracts;most owners sign them. Some don't convert the constructor into the CoMET owners prefer to use different contracts,but consultant's client. If it's essential for you that can be a mistake when the contract was to fund QA via the constructor,have the prepared for construction services.Professional CoMET fee included as an allowance in the services are different. Wholly avoidable bid documents.This arrangement ensures that problems occur when a contract includes you remain the CoMET consultant's client, provisions that don't apply to the services and it prevents the COMET fee from becoming involved and fails to include those that do. 5 DocuSign Envelope ID: D91FB9A2-CD61-4DBA-8848-5239898EFDA6 Some owners create dlly avoidable pll"oldell'ns by using o result,the CoMET consultant—not they—are responsible for their failure to deliver what 1«or11l recl prepared red for construction services. they contractually promised to provide.The outcome can be delays and disputes that This final note: CoMET consultants perform entangle you and all other principal project QA for owners,not constructors.While participants.Avoid that.Rely on CoMET constructors are commonly given review professionals with the resources and attitude copies of QA reports as a courtesy,you need needed to manage this and other risks as an to make it clear that constructors do not element of a quality-focused service. Involve have a legal right to rely on those reports; them early.Keep them engaged.And listen to i.e.,if constructors want to forgo their own what they say. Good COMET consultants can observation and testing and rely on results provide great value. derived from a scope created to meet only (lie needs of the owner,they inust do so at For more information, speak with their own risk. In all too many cases where representatives of a firm that's part of ASFE/ owners have failed to make that clear, The Geoprofessional Business Association constructors have alleged that they did have (GBA)or contact GBA staff.In either case, a legal right to rely on QA reports and,as a your inquiries will be warmly welcomed. 6. u , ASFETHE OEOPROFESSIONAL BUSINESS ASSOCIATION / p M I Cdesvike Road Suite G106 5igvrtSpring,Muriland 209111 Suite 301,565.2733 1-n4L ooilo as e.vt lMektV9e:mIY6WY.ade.ar CALL BEFORE YOU DIG! ............. SL_ 210107 I Al 1, .2 2 7 �A I 1�171 A"I 1=11 Z�l 0 LE,11S' Z I=_1 1 'A �SNI �L I A�LEl 111EATlAl COMPANY1--1 2 AT 1_600_ N'2 1 114 Z 1=1_ NURCES BAY Mo LONE STAR All I=_1 11 1 11 1 11 IN lAl I'll AR%11"ll ENI 7 S 7" TRINITY RIVER I N; l IN I.INlIU=ll CORPUS CHRISTI BAY aw 11 N N NUECES COUNTY A,RT" ;� �NA�l' IITN,1�1,1�UN�EISIA 11 O'll INI NIT oI NA�l �21��ZZI�1�I lZI., All �M`11=1Z,S�Z�l 2 IN 1� �IT 1� N �N Al� A AT S S S ES LOCATION MAP 1 111 �N'I IN 'S'�Z�S B_ 'N �A IN'S �M` AZI I SCALE N7S UAI IINI lAll NIM BE, I IIIET N.,_.,'ETSL, �2 S��N �l S �Nl-ll ;Z.TT'IS IA'IRM 1��S A�Sl A 2 Q) N 11S SEISA NIA B_ �M`"1111 INN11 111N 111SLI AL-1) A A��,�l 11N� IN .......... .N" �;A scrvu .11 1. AC='UAl.'l7='NlTlR`RO�1)'1� PREPARED FOR: CITY OF CORPUS CHRISTI C, �l —11-1 INI AT N IE A'A' 2AM E 'N' �=2TNN%LES 11111-11 TRINITY RIVER I'l =—1A lf�`�'�2�-21 AT A, VIII FM 624 TO WOOD RIVER(BOND 2020) � AT�.A S �—NN�CS 1111l-1 TABS 2023003433 1. —11-1 INI IN -2 IER NS 11 —11-1 INI N 30 mph (BOXU 2020 ss1.NINI.L—N SI.ILSEl-11 1.1 IIIE— ory —N N-1 1� 1111 IlUll ENIPINIINTST 0 Ec 0 02 x E I; z w Z 0 1 0 1 14 Ec 0 VCNTY MAP SCALE:NOT TO SCALE AJ)All i SHEET 1 m 106 DS.... A� N,LLCAI L�NO I L'�IUN L �.N ARDURRA STR-985 AI...-TE.—ATE. oas Oof I'S wa PROJECT CONTROL&BENCHMARK INFORMATION 2107 INT I PCH LOSOOD RIVER SO 7 00 _ -}� _F� 2+Op TR IN fiYRNER p -F (RO.W'I, BASELINE IN 01MATIONqGG G6 S, �� A �e LEGEND a�s.xx.ax�.xaa.�a..ass 0 p �� 0 SO OR RIVER IF UNIT 6 aec..e..e..oueeo�aourt...a. e SO I I � C p I I 0 2 N! U I c® CONTROL LAYOUT �' k E�°i I PROJECT BASELINE ALIGNMENT ~ W I _ p �� a N � �• � O �� ♦ i III ora a� �� II� __ --- ------ LOT LOTz LOT ° ' VOL 6F,PG Matic, 7 LOT, pis - _ ° ------ ----- I o ___________________ ___ _______ ___ 'Co ! w -------_ -- O Z Z W 8+00 8sq].7J I 7�-Nom9+_0 0__T. a G0;8ma OJ Z RIN � 0TRIR r OWVDR10+000NpIESla+5p Q e a Z � Inz e 6 - - f 0: U U W I � � LL 0 U O r / RVER / T LOT46 ! x� / r rl� PIREP WOOD s.,.x EeExx.�asxEaxEx nw.a.N.c.. nn.a NAT. a<oaeuw vnoiam�m <xx� �r CONTROL LAYOUT AND SHEET onnwiwma106 HATCHUNE STA 05+00 r PROJECT BASELINE ALIGNMENT p I gSTP-985 x�+oae coxsu TRINITY RIVER FM 624 TO WOOD RIVER (BOND 2020) 210107"xo BASE BID No. 1 (HMAC PAVEMENT) QUANTITIES eamar T. —E GIn sI— S-S tsa wl pI wrx S[g All A. All A:l Ell- 17m) U.E—U—SU.—E M, T=., MUS.M. IMU p s —c E---E—10M— El ---SM El was wan m-n awe M— E— El —u—m E..:11.:r al .E S—.—.G E—G W 11 S—1-1 U.E) owvrvaxa...r S— EA I -S S—EMW�=CL U� .0� Z —U.C.. < ML)- ss 17 0, 117 OO 0 Z u W— IwFl£c1 pm11 0..0 0 w .10 aPu .7rv.i w 01 0.-10 mMsa SHEET 3 of 106 —E 11 EA I STR-985 ..E Z --E.. sossu TRINITY RIVER FM624 TO WOOD RIVER (BOND 2020) 210107"xo BASE BID N0.2(CONCRETE PAVEMENT) QUANTITIES --ad E— mux. J� —�A-- -u— I =c lZU, u-- :Or (21 tuu(ml I 2 2 C. rs 2 Ell— Ias —(Aa Mx) - (-X.U—) 1(rM) 2 —w M,M=11)lc l=) V) ev M�X" wzs�L M —M V, .2.1. —1 2 2 —c scwrs Mo laMunM _E) Z 1"1-110 0—umw U— ,.r o, E....I'll 1-1 U.E) —N.IM(2.1 O�)M �=-E r( U� W. ,Erre >.0� Z F,08Wo.r :)< 0 LL (2.1 —10 2 OZ ,0 U w F am —T EM. 3 <Po a F vrt—.G n C (.1 C—) .10- 0 W -10 .10 aau M 0I W.10 1 3 Msm I —E 11 M ,. .. I., .. Oul';';':N(,I (il (;01N.II(lj(;1"101N J STOQ(PRE SIIE(S) FOR EXCESS EXCAVATED NATEBULS. ME CONTRACTOR EHAL SHALL BE SELECT EXCAVATED UATERUL OR SELECT MATERIAL AND SHALL MEET ME o LTAxtt sx[ o COORDINAIE WIN ME CITY FOR LOCATION(S)OF SUITABLE STAGING AREA(SC)AND ROFOUOIIREMENTS OF SPEC.022100 WIN A NOISTURE CONTENT BETWEEN OS AND+]S psU210107ETx fr SITE(5).M I ALL CONSTRUCTION ACTIMTIES SHA-BE INSTILLED IN ACCORDARCE WIN ME PVNS J ME CITY D FIT E LONA RIR'SCNST RING,STICCKKPPEIE.AND TSYDOWCF ATNEEA'SE. WHERE EXISTING ASPHALT OR CONCRETE PAOEMENT Is TO BE CUT,MESE CUTS SHA- AND SPEQFlGTIONS, CONSTRUCTION AL n INA U I 4 BE VERTICAL AND NAGE MM A SAW. f 2. INSTAL EROSION k SEDIMENTATION CO VOLS,AND TREE PROrEDTION MEASUREMENTS. UNITS. S. EXISTING PAVEMENT OUTSIDE ME EMITS OF CONSTRUCTION THAT IS DAMAGED DURING ]. CALL ONE-CALL N1M SUFFICIENT TIMEBEFORECOMMENCING CONSTRUCTION i0 P110W 10.ME CONTRACTOR SHIM MAINTAIN A RQlECTIYE CAUTION BARRIER MOUND HIS CONSMUCIION SHALL BE REPAIRED IMMEDIATELY BY ME CONIRACRIR USING �/ STAGING Ni0 MATERIALS GYDOWN PRIGS AT ALL TINES.EAIDONN AREAS WILL NOT BE FULL-DEPTH PAVEMENT REPAIR,AS DETAILED IN ME PVNS AND IN ACCORDANCE WIN iA .ir FOR EXISTING UTUTES i0 BE LOCATED WITHIN ME PROJECT LIMITS. 1 MOONED ON PUBDC RIGHT OF WAY. ORDINANCE 0]0040,AT CONTRACTOR'S EXPENSE. 4. CONTACT CIN 1RAFIO ENGINEERING DEPT.(]81-B2B-1"47)J2 HOURS PRIOR i0 MY CO pgyEO SURFACES SHALL BE KEPI CLEAN RANO SWEPT AT All TINES. ME g, MY STREET CMU o BEYOND o E DNIOISP OF ME NEW STREET�VENWENT REQUIRE Mo LOSURE of PUBUC RIGHT-OF-WAY REGARDLESS OF ME SPECIFIC SCOPE OF WORK. / 1 CONTRACTQR S REOUIREN TO SWEEP PAYED S REACES ON MEDUIE BASIS ACAND a mrt / S. PERFORM NECESSARY E%0.0RAi0RY EXCAVATIONS(SUBSIDURY i0 ME VARIOUS BIO OFTEN S NECESSARY. 0 DIRECT PAYMENT BE NAGE FOR SWEEPING PAYED REQUIRE A FULL LANE SURFACEAREPAIR,OR 12'WIDE FOR PERPENDICULAR CUTS.Ai rAIA ' ITEMS) SURFACES. _ _ F 12.ME CONTRACTOR SHALL REPAIR OR REPLACE AT CONTRACTOR'S EXPENSE PN AND 8. PREPARE N& E CONTROL PVNS SIGNED AND SEALED BY A TEXAS-REDISIERED �� Y 7 COATS AirASRAIE OF 0.20 GALLON APER SOWD YPRD(PND SNAU-0 ITEM). TACK 'k ALL EXISTING UTILITIES, DRAINAGE CURBS.PI Fl NEMIGG DUCT BARNS OR CABLES, COAs SHALL.0 55-I SLAW-SETTING EMULSIFIED ASPHALT Will SHALL BE PPPUED AT METHODSIOAN ENGINEER ACCORDANCE CO U ME CONIBACTOR'S NUNS D 11i PAYEMENi.DRNflYAYS.SIDEWN.NS.CURBS.PIPELINES,SIGNS,UCHTS.FENCES,GATES, METHODS D PER ME SEQUENCE 1 CONSifl PRIOR ROT DME BED BELOW TCP MUST NED A R S A-0.05 i0 0.15 GPROTELLGIN PER RB&GUTTER AND O RETE BE SUBMITTED i0 CITY AT LEAST 21 GAYS PRIOR i0 ME CON1RACi0R'S PUNNED PROPEfltt PNS OR OTHER TENS OAJIPGED DR DISTURBED BY CONTRACTORS OPERATIONS. B. CARE ASP BE i EN TO PROTECT CURB A CUTTER AND OTHER CONCRETE ANY-' M-HOURTATION/START DATE FOR RENEW AND APPROVAL A 14 DAY RENEW TIME AND t NATURAL AND CULTIVATED YEGETATION AREAS OUTSDE OF ME COxSMUCrIOn u 15 FROM ASPHALT SPLATTER OUR NC PRMNG AND SEPUNG OPERATIONS.CLEAN OYER 7 C2 HOUfl NOTICE ARE REQUIRED FOR MY INTERMITTENT CHARGES i0 ME PPPRQWED 'I N SPMY AS DIRECTED. ]SHALL BE LEFT UNDSTIRBED AS MUCH AS POSSIBLE DUR NG CONSMUCi ON AL P DSTURBEE ARG" SHALL BE TOPSOLID SEEDED AND WATERED SU--TO 9. CONTRACTOR IS REQUIRED i0 TNN PAYED ACCESS TO ADJACENT PROPERTIES M € J. N ADDITION TO ME CITY OF CORPUS CHRISTI 1RAFIO ENtlNEER NG OEPPRMENi,ME ESTABLISH NEW GROWTH AT ME CON1RACi0R'S EXPENSE.NO ADDITIONAL PAYMENT ME EXCEPTION OF SHORT PERIODS OF DURATION.EMERGENCY-GES SHAM HAVE "•'; _ 77 APPROVAL PRIOSHILL R i0 GOSUBMITMMEAGHN INIORK.TIUFFlC CONTROL PLANS TO i.00T FOR WILL BE MADE FOR RESTORATION OF DISTURBED AREAS OUTSIDE OF ME UNITS OF PAYED ACCESS TO ALL PROPERTIES AT ALL TINES.PAYED ACCESS AS DESCRIBED IN = 2 CONSTRUCTION. THE NOTE SHALL BE ACCSMPUCSHSED USING BE SUBSIDIARY MOTIO Tr EA AROT AS BID IN B. INSTAL TEMPORARYTRAPFIC NCON M CItt InSPECTOR FNGIxEER Ai0 OAR 14.ME CONTRACTOR IS RESPONSIBLE i0 MAINTAIN AND NOT BLOCK OR IMPEDE DRAINAGE. ME CONSTRUCTION NL AND HALx v USITEMS. my OBSMUCr-S TO EXISTING ORAJNAGE WAYS DUE TO ME CONTRACTOR'S 10.EXISTING PAVEMENTS OPEN TO IRAFFC MMIN ME SCOPE OF THIS PROJECT WHICH OPERATIONS SHAM BE REMOVED BY ME CONTRACTOR. AE DAMAGED BY MECCCNTRACTOR IN TEE PROCESS P OF HIS SST WORK DELL BLED RE- M (Y s N0.SUBMIT REQUIRED SUBMITT SAND ENSURE APPROVALS PRIOR CONNENCINC WORK '� QUICKLY A USING M Y A A A In USING SUBMITTAL-BOATED MATERIALS OR PRACTICES. 15.WATER REQUIRED FOR NNNIENPNCE OF ROADWAY"AND DUST CONTROL WILL NOT BE CONSTRUCTION OEINLS.THE TEMPORARY PAVEMENT SHALL BE CONSIDERED SUBSIDAR (/ e iPND FOR DIRECRT,BUT SHAM BE CONSIDERED SUBSIDIARY TO,ME VARIOUS BIO TO ME VARIOUS BID ITEMS AND NOT PND FOR SEPARATELY.11.GO !4S \ P ED MAf}l AS LEMS II.TEMPoPR OFASPHALT EQUIPMENTEvn r. LL HOT BE ALLOAUNTAUNED IN WEDONPUBUCNTHROUGHOUT R Cx OF € < FOLLOWS 1g.ME CONIRACTOfl 5 REQUIRED i0 SPRINKLE FOR DUST CONTROL ON AN IMMEDIATE CONSIRUCIION Ai CONTRACTOR"EXPENSE 5 e H h JEASBUT IT OFTEN AS NECESSARY NO DIRECT PAYMENT WILL 10 MALE FOR THIS WORK, ry0 CON"1HOT BE WASTE RAN PUB C RI HT MOONED o f Y 1 1 Y Y 1 1 p l Y". 7 YY Y 7 Y Y Y Y Y BUT i SHALL BE CONSIDERED SUB90uflv a ME VARIOUS BD MMS 12 MY PETROLEUM PRODUCTS SPILLED WARN ME TIGHT OF WAY SMALL BE CLONED UP 1 Y Y Rk 1 1 Y IYY R IC Y 1' 17.ME CONTRACTOR EHAL ASIDE BY ME "WATER CONSERVATION AND DROUGHT AND D"Po"ED OF PROPERLY CONTINGENCY PLAN ACOP1E0 BY ME CITY OF CORPUS CHR STI F WATER TO BE BORED WITHIN ME TIGHT OF WAY. IF Y I YY Y lU I REETRCr-S PRE IMPOSED DURING ME COURSE OF THIS PROJECT. V) / IC A N YYY Y YYY 1 1 Y Y, B.unEEn PAEMEni SIGNS$XML BE USED DUR nG CDnSTRUCTIOn AS nECESSARv. 13 AFTER COMPLETION OF ME PROJECT WHEN REMOMNG BARRICADES AND SIGNS ME CONTRACTOR SHALL FILL ANY HOLES LER BY ME BARRICADE"OR SIGN SUPPORTS E�K I D RESTORE ME AREA N WHICH ME SIGNS ME REMQWFD i0 ITS ORGNM I] 11 TIC 1 Y O / i Jlv Y H:rL / 19.ME CONTRACTOR SHALL FURNISH TO ME CITY A CERTIFICATE OF CONPUARCE CONDITION. iF O(=j c� 1111 SERTINNI HOWN INME THAT ALL M TERALS AND WORK COMPLY WITH ME SPEQFCAFONS AS I PAVEMENT MARKERS I-V)Iy `a s L 1 1XIM11111:11114, "T TPAHC M Till / 20.pELOGTI UTIU OF EDMER ES ( Ci&iR. CN. CaN) ME RESPONMER IELL FOR MEE „$ V':FI Y Y 7 Y Y 7.:.. I. STAPLES OR NAILS SHAH NOT BE USED TO SECURE MARKINGS. O 3-~ 1 Y Y A.I.. rl y A.. A,ttN Vx,.1L € M-111 Yr. ,V II ROVE NENIS CONTAINED NN MESE PVNS ME CONTRACTOR SHALL COORDINATE MM V L Y YI1 IYY,V v.l,d J ME PRNAIE UTUIY COMPANIES.AS NECESSARY.TO ENSURE THAT PRIVATE UTUTES 2. TYPE II PRIMER/SEALER SHALL BE INSTALLED BENEATH AL MARKINGS ON CONCRETE PRE ADJUSTED i0 AVOID CONFLICTS PRIOR i0 ME CONTRACTOR MN ARRG AT ME O CONFLICT AR,MS WORK S SUBSIDIARY i0 THE VARIOUS BD LEMS. SURFACES. O r n Sh x ! Y :1� DRIVEWAYS AND SIDEWALKS .I ur �:1 �r 21.ANT CONSTRUCTION ADDR ACTIMtt E D In RM PLANS AND CONSIDERED SUs THAT Is NOT a IY tlP 4L SPECUS BID ITEMS OF N ME BIO FORM SHALL BE CONS DEflEO SUBSIDURY i0 ME III " iP ✓L VM OUS BO LEMS OF ME PROTECT. e GENERAL NOTE"'--�^�- CONTRACTOR SHALL ATONAL AND SHAU-v FULLY C Ni0 POSITIVE DRAINAGE FOR GENERAL NOTES 22.FENCES$HAL TR RELOCATED PER DISTURB SPECS ALr-SONG M R.O.W.DIRECTED BY ME DRIVEWAYS AND SIDEWALK$AND SBAL FULLY CON0.Y N1TH ME AMERICANS N1M �1 II( ENG A WITHIN rER"LINO NOT DISTURB FENCES ME ME R.NDTHAT Do NOT DISARIunEs ACT AND IEw,s ACCEsslelutt sr DARDS. - ENCROACH WITHIN S. R.O.W., N LESS DIRECTED BY ME O.A.R.RANO REQUIRED STU FOR I A SUBSURFACE CEOIEC CALME INESTIGTION WAS CONDUCTED IN AUGUST 2021 BY GRADE ADJUSTMENTS. AL FENCES ON PRNAIE ROPERtt THAT PRE DISTURBED, 2. CONCRETE RPCEMENi SHALL STOP AT E%PAN"ION JOINT" IN Si- OR l5 RIAS N E IN ESSIONALB.ME CUMECHNIGL ENGINEERING REPORT IS INCLUDED FOR SHALL BE REPLACED MM ONE BE DIRECTED BY ME CAR. REFERENCE IN ME CON1RACi DOCUMENI5. UKEK MD OR BETTER All ME CONTRACTOR'S EXPENSE. CONCRETE AND 2. EXISTING uFUTES SHOWN ON ME PVNS ARE FOR REFERENCE ONLY AND DO NOT NLE55 OM In GTED REMOVAL OF Ell-PENCE In FRGS TO RE ErvE VNDINC AREAS•FOR CURB RAMPS,AS INDIGIED•IN DS PVNSCSHALI NOT BE PND NNECES TLE RSTIRG RTI TME EXACT LOCATION C OF SUCH FASILITIES,NOR IS P PUED ]ryEW FENCE WILLISENOi IBE RANO FOR OIRECRT,BUT SHALE BE SUBSIQARY To ME FOR DIRECTLY.BUI PRE SUBSIDIARY i0 ME CURB RAMPS BIO ITEM. VMEOUS BITE ITEMS.PMEDECCONIRACEDRCEC aPRO D¶A TEMPORRMY PENCCE FROCK MS ASSUNESL NOxIRESPoNSIBIUIY FOREME E%SHOWN51ENCE OR LOTATION OF NTT SURFACE DR N All xI n ME E 4. SIDEWARS SSHALL BE a ED o ADUACENT CES ORDER ATIO PND CUERBC IILETS BY SCBSUACRCFCACCE UE USI pCCIXR uTluttE50 ERS CAi0 BfAC1ELGR IS LOGTINGp SIBLf FOC REPLACED. MIS WORK WILL IS BE PND FOR DIRECTLY BUTCONSIDEREDSUBSIDIARY TEEL w A H O n DRAWINGS. MINIMI MOVEMENT OF MESE FACILITIES. UNDERGROUND,SURFACE RANO OYflRHEAD UTUTES PRIOR i0 COMMENCING EXISTING TO ME VARIOUS BID ITEMS. y CONSTRUCTION OPERATIONS OR ORDERING MATERIALS.CONTR VOR SHAH NOTIFY ME 24.ALL WORK SHAH BE PERFORMED DURING DAYUGHT HOURS BETWEEN SUN UP AND AIN yE OA.R./ENGINEER IMMEDIATELY AND PRIOR i0 COMMENCING CONSTRUCTION OF MY DOWN MON-SET.UNLESS APPROVED BY OAR.IN WRITING i OBSERVED CONFLICT"OR DISCREPANCIES WIN ME PVNS. 25.ALL PROPOSED EASEMENT" AND RIGHTS-OF-WAY FOR THIS ROUMT WILL BE RACTORSHA-1- G...� ]. CONTSHAL ONE-CALL LCONTACT (TEXAS 811)A MINIMUM OF 4B HOURS PRIOR ACOUIRED PRIOR i0 BEGINNING CONSTRUCTION UNLESS INDICATED OTHERWISE IN ME W {y LL TO NTT EXCAVATION. PVNS OR CONSTRUCTION DOCUMENTS. e IS O y O 4. CONTACT CIN TRAFFG ENGINEERING DEPT.(]81-B28-]547)48 HOURS PRIOR i0 MY 28.ME CONTRAMOR SHALL BE RESPONSIBLE FOR PROCURING ALL LEGALT REQUIRED O N EXCAVATION. PERMITS AND UCENSES,PAT ALL CHARGES AND FEES.CANE ALL NOTICES ECESSPRY W.p (A 0 INCIDENT i0 ME DUE AND EAWFLL PROSECUTION OF ME WORK,AND ARRANGE 5 _= W g 5 ROPOSED CONSTRUCTION NOTIFY FRONT OF ME RESER OWNERSPECTIVEEPROPERTIES SIDE�r 72 FOR ALL INSPECTIONS. `_ m N ~O HOURS PRIOR i0 START OF CONSTRUCTION. A 27.ME OONTRACRIR SHALL VISIT ME PROPOSED SITE LOCATION PRIOR TO BIDDING AND G Q�„� Z EXAMINE LOCAL CONDITIONS i0 BE ENCOUNTERED,IMPROVEMENTS i0 BE PROTECTED, F{y S 8. PRIOR i0 BEGINNING CONSTRUCTION, ALL TEMPORARY EROSION CONTROL DEMCES PERMITS AND FEES REQUIRED,AND OTHER RESEARCH NECESSARY i0 ENSURE THAT HE AD SHALL BE IN PUCE. ME CONTRACTOR IS RESPONSIBLE FOR PROMDING AND UNOCERSSTMO ME PROJECT THOROUGHLY AND IS N ENCOUNTER CONEITIONS OF NNTRANCNINC EROSION CONCCIROL M TMURES i0 PROTECT MIACENi PROPERTIES AND AN n n WHICH E x R MAY n unDURINGME u LL f.) rCED SW REQUIREMENTS.THE CONSTRUCTION. SHALL PR=UCTION ACDITIOELM EROSION CONSEDIMOL.ENT AND ORES,AS NECESSARY DURING 28.COMI&5 9 OA TION OF O MEXI TING SIGNS 1 AND �UBOXES TO REMAIN SHALL BE CON"iflUC11N i0 PREVENT LASS OF"Ep HENT PNEDD OTHER P �TS FROM ME IF QUIRED. SHALL BENCONSIDERED SUBSIDIARY i0 ME AP 1 ERESIBID I1EMS. 29.a1QRUlo ANCA/MMRAR EQUUIPMENRS SHA-1-NOT BE STORED OR STOCKPRED WIMIN CITY 7. PRIOR TO BEGINNING CONSTRUCTION,TREE PROTECTION MEASURES AS DETAILED IN ME ' PLANS SHA-BE INSTALLED AROUND ALL TREES IMMEDIATELY ADJACENT M OR WITHIN 30.THIS PROJECT IS NOT EXEMPT FROM CITY PERMITS AND FEES. CONTRACTOR IS ME UMIM OF CONSTRUCTION. THEE PROTECTION MEASURES SHALL BE NAJNTANED, RESPONSIBLE FOR ACQUIRING AND PAYING FOR RANT NECESSARY PERMITS AND FEES. AS NECESSARY,THROUGHOUT ME CONSTRUCTION DURATION.TREES FD BE PROTECTED ARE SHOWN ON ME DEMO PLANS. STREET NOTES a sxEET 5 m 106 8. PRIOR i0 BEGINNING CONSMUCIION,ME CIN OF CORPUS CHRIST WILL CONVENE A J 11V J% 1 PRE-CONSMUMON CONFERENCE TD INCLUDE ME OA.R,CONSULTING ENGINEER,AND 1 UNLESS NOTED OTHERWISE,STREET DIMENSIONS SHOWN ON ME PVNS PRE TO BACK A A H\h...J.V(. 1 conn Ngnw xc xa gE CONTRACTOR.ME CONTRACTOR SHALL PREPARE A PROJECT SCHEDULE USING ME OF CURB. CRITICAL PAM METHOD(CPN)AND A TRAFFIC CONTROL PVN,AND SUBMIT BOM TO 2. 'STREET EXCAVATION'IS MEASURED FROM ONE FOCI BEHIND PROPOSED CURB TO ONE z? ME CITY S- (7)DAvS BEFORE ME PRE-CDnSTRUCTIOn CONFERENCE. FOOT BEHIND ME OPPOSITE PROPOSED CURB. ' cm WgOJEnx 21049 of 9. ME CONTRACTOR SHALL BE RESPONSIBLE FOR ME STACINC AREA(S).AS WELL l5, ]. EMBANKMENTS FOR STREETS,WHERE REOUIRED i0 ACHIEVE ME SPECIFIED ELEVATION5, GENERAL UTILITY NOTES 5. UNLESS NOTED OTHERWISE IN THE BID FORM, BID ITEMS FOR WATER PIPE SHALL 3RD PARTY UTILITY NOTES o 0 INCLUDE ALL REQUIRED ATTINCS REQUIRED i0 CONSTRUCT MJUSMENTS SHOWN IN I. CON Am SHALL NOTIFY Ai&i,PEP,AND OTHER]TIO PMN UTILITIES AT LEAST ONE psB210107ETx 1. SHALLOW ABANDONED PIPES (OLD WATERLINES, DITCH CULVERTS, UTLItt SERVICES, THESE PLANS AND ADJUSTMENTS THAT MAX PRISE DURING CONSTRUCTION. ETC.)WITHIN UNITS OF R.O.W.SHALL BE REMOVED AND PROPERLY DISPOSED OF.THIS (I)WEEK BEFORE INSTALLATION OF IMPROVEMENTS REQUIRING POSSI&EMJUSINENT GENERALLY APPUES TO ALL UNNANNTED PIPES THAT ME WITHIN ONE FOOT OF 8. FOR EXISTING ARE HYDRANTS i0 BE REMOVED AND SALVAGED,THE CONTRACTOR SHALL OF 3RD PARTY INFRASTRUCTURE. SUB RADE.DITCH CULVIItfi,AND MT ABANDONED PIPES WHICH COULD IMPACT THE PLUG THE ARE HYDRANT VALVE,REMOVE THE ARE HYDRANT ASSEMBLY FROM THAT Z THE CONTRACTOR SHALL CONTACT THE APPROPRIATE UTILITY OWNER To ADJUST OR PROPOSED WORK. POINT TO THE HYDRANT AND REMOVE THE VALVE BOX ON THE PWGGED VALVES. RLOCATE TIUnES"THAT NI INTERFERE N THE UNES, PROVEMEN U TANS ^ V 2TIN . ALL ASMDONED UNES TO REMAIN IN PLACE SHALL BE CAPPED AT THE ENDS AND CUT 7. CONTRACTOR MUST PERFORM AND PASS WATER TESTING REQUIREMENTS ON NEWLY INCLUDES.BUT S 0T UNITED T0,EXISTING GS ES,PRODUCT PIPELINES, NIS i J+O J FORPRO REMOVAL OF SECTIONS AS REOUIRED i0 ACCOMMODATE CONSTRUCTION OF ME INSTALLED WATER UNES PRIOR TO IrvSTALLxG rvEw PAMIIUENi(SUBSIDIARY TO VARIOUS OPTIC _ _ ONES. UTLIN POLES, TELEPHONE/CMLf N PEDESTALS, ELECTRICAL DUCT A+!,,, '•:e PHAS 3. PbNDONED LINES 6EINCHES AND LARGER TO REMAIN IN PLACE SHALL BE`UED IN B. WATERS METERS SHALL BE ACCESSIBLE DURING CONSTRUCTION. nUnEs SHOULD BEB AKS DJUSTED IUICTIOOR ORELOGIED PRIOR TO ANBEGETC. WHERE INWNAINC THESEEXISTING UNES THE SAFIECIED �9. DI.... FLDWAR mOUL EXCEPT AS O1�R-ISEC INOC TEDLY BUT SxIN THE E c.NNAEF EOCU 0"INtyM CONSTRUCTION PROPOSED I PRS�NCEn lE5UNE58E RELOG1EDfiBv THE5C0 CONTRACTOR ...6....... SUBSIDIARY E. ACK BOXES D TIER BOXES i0 RESIN IN SERVICE SHS BE PDJUSIED i0 vn HALL n AN SFV. ^ WORK.TMS WORK SHALL BE COp201NAfi0 WITH THE CITY. FlNISH CRPDE.ADJUSTMENT OF EXISTING LER VALVES 0 0Lf BOXES SHALL COORDINATED MiH iHEMCIN. M ARIA BE PND PER BID ITEM UNDER WATER IMPROVEMENTS. 4. I�TM m,SHALLOW BURIETHE D. UNKNOWN PIIPPERUNES OR UnUnEEE ME EDiMumulERED 10'�DO"�W7�nrTMOS(DCa¶a'e REHENW TMC'ETF.FORSALL BE RECOVERED CAND ADA AND TAS COMPLIANCE FOR ACCESSIBLE ROUTES THESE UNES NAY REQUIRE ENCASEMENT OR REROUTING.OTI .R. H A A SECURE n Y nv I EVERY EFFORT HAS BEEN MADE BY THE ENGINEER i0 COMPLY WITH THE AMERICANS -- -_ HOWEVER.ALL RELATED ITEMS THAT ME UNWANTED BY THE Cltt SHALL BECOME THE I THE CGSAB�IUio 5 i ANDS S APoESBIMUTY STANDARDS.DURING CONSTRUCTION, -- 5 UTILITY WORKING ENEnHE FORR EB SSBHGiHEACOUSD AND RACEO DANCE TMS aEOU REDSHA BTO OMOS B 29 CFR A SAFE PROPQttt OF THE CONiRAOTOR n LIMA Lv n u TIn IN M n - - 92B,SUBPMi P"EXCAVATIONS"AND STATE OF TEXAS HEALTH AND SAF1TY COAN DE I CONNECTIONS THE EXISTING WATER SYSTEM W LL BE PND FOR AS INDICATED n THE NTACCTMEQAIlCEB VBiHU THE P OGBGOTSIB INCLUDED NCO THESE DOCUMENTS. CCONFLC E TITLE 9.SAFETY SUBTITLE A PUBLIC SAFETY,CHAPTER 758 MISCELLANEOUS HAZARDOUS T BO PROPOSAL. vn LMS AID/QR Ons ND B HALL CONDITIONS.SURCHAPfiR C FRENCH SAFETY. I ALL ASBESTOS CEN PE OESGNATED FOR REMOVAL SHALL BE DSPOSED OF NNEpAIELY REPORTED TO THE OAR./ENCI4EERv BEFORE B PROCEEDING IN � B. TRENCH EXCAVATION SHALL NOT EXCEED RMKFlLL BY MORE THAN CAN BE BACKFILLED IN STRID 77 CT COMPLIANCE WITH)LOLL,STALE AND FEDERAL REGUVTgNS ANO STANDPIAS CONSTRUCTION. - THE SAME DAY.NO TRENCH SHALL BE LEFT OPEN AFTER NORMAL WORXING HOURS. G0IERNING ASBESTOS HANDUNG.REMOVAL AND DISPOSAL.COMPLY WITH TIRE 29 CFR 2. THE MINIMUM STANDAR.S OUTLINED BELOW S-BE ADHERED TO AT ALL TIMES. SECTION 928 SAFETY HEALTH REGUVTONS FOR CONSTRUCTION D EPA TRE 40 0 5 7. IF MY PORTION OF A TRENCH UES WITH V OF THE BACK OF CURB,THE TRENCH CFR PMT 81 SUBPART - TONAL EMISSION STANDARDS FOR ASBESTOS.DISPOSAL A ALL SIDEWALKS SHALL BE A MINIMUM OF 4'THICK.SEE DETAIL SHEETS. e3 BACKFlLL REQUIREMENTS FOR UTUTES BENEATH PAVEMENT APPLY,INCLUDING CEMENT OF AC PIPE WILL NOT BE PND FOR DIRECTLY,BUT SHALL BE CONSIDERED SUBSIDIARY " STMILIZINC THE UPPER]'. TO THE VARIOUS BID ITEMS. B. THE FOLLAwING GENERAL TEXAS MCESSIBIUTY STANDARDS (TAS) k ADA s CRITERIA APPLY i0 NANEDVflEING SURFACES AT OOORS<ENTRIES,PORCHES, 8. CEMENT STAMUZED BACKFILL FOR THE UTUTES D STRUCTURES SHALL BE 1].WHERE EXISTING WATER SERVICE UNE CONNECTS i0 EXISTING WATERUNE i0 BE RAMP LANDINGS,PARKING AREAS,WALKWAYS,AND PAVEMENT WHICH ME PART C UNIFORMLY MOSTENED AND NIXED PRIOR TO PLACEMENT(SUBSIDIARY i0 THE VMIOUS REMOVED OR ABANDONED,PROVIDE NEW WATER SERVICE UNE OF SAME SIZE FROM OF A REQUIRED ACCESSIBLE ROUTE FOR ENTRY/EXIT. \ I BIO ITEMS). NEW PVC W TERRUNE TO EXISTING WATER METER.REPAIR EXISTING WATER SETMCE i0 O/[ 9. TRENCH BACKFlLL FOR ENSTNC UTUTES i0 BE REMOVED BENEATH PAVEMENT SHALL ODAMtt MATERIALS. CROSS SLOPE FOR ACCESSIBLE WALKWAYS SHALL Nor EXCEED 1:50(ZS). !9 COMPLY WITH IN STANDARD TRENCH BACKFILL REQUIREMENTS,INCLUDING CEMENT- 14.ARE HYDRANT SAM LFA�S LONG 1�SN FEETRMAY UTUZE C900 PLS(OR 18)PIPE UP RUNNING SLOPE FOR ACCESSIBLE WALXWAYS SHALL Nor EXCEED 1:20(SA) STABILIZED SMO.BACKFILL SHALL BE SUBSIDIARY TO THE UTIUN REMOVAL BID ITEM. ODIREO. T I5.WATER SERVICES DICE.DURING CONSTRUCTION SHALL BE REPAIRED WITH SAME III. PAVEMENT SURFACES THAT ME PAR OF EXCEED ACCESSIBLE ROUTE O HIGH-OINSITYHIPoLYEMYUNE 44--FTG HIGH ORANGE SAFENBBMRICMEEFENCEE(TENSM QUALtt OF EXISTING SERVICE UNE WITH NO SEPARATE PAY. HALL x 1. (21)CROSS SLOPE AND UX4050 OR APPROVED EOUNALENr)AND mums. IB.DISPOSAL OF HIGHLY CHLORINATED WATER SHALL BE IN ACCORDANCE WITH EPA AND 1:20(5S)RUNNING SLOPE. (n 1 PLL VALVE DCAOSIFNFBCSBT ANDD NACHO THEDa REEQUIRINGSGADJIESM TT SHALL EE IACAIEOACBY REQ RECUGTONS. Iv. CHANGES In GRACE In MCESSI I£ uTED GRATE 1.20(SR) K_ _ B REQUIRE A RANPR THAN o IJ.THE FORES"ERN OBRSIRSHALL C110 SSU D ELEVATION OPROPOSED FFERFNCE LITMIS SCORDIBNE LC SDEREO AVOID O C a 1 PROM PPROXIMATE.CO FOR MANSHAUL EXTEND VALVE CASINGS SHO ND MA THE PLANS Un u x AN ELEVATION HALL On y ABRUPT CHANCES IN LEVEL IN EXCESS OF Y"ME NOT PERMITTED. U`Z ME APPROXIMATE.CONTRACTOR SVL. TED O ALL VALVE CASINGS AND ARMHOLE RIMS SJBSIDW2Y TO THE APPROPRMIE BIO ITEMS. �- W m NO ACSANNH FINISH GRADE.UNLESS DIED OTHERWISE ELEVATION ADJUSTMENTS FOR ACCESSIBLL ROUTE ELLVATONS INDICATED On THE GRADING PLAN ANE INTENDED TO VI NEW 0LE5 AND VALVES SHALL BE CONSIDERED SUBSIDIARY MO SHALL 0i BE 18,ALL PROPOSED WATER IMPROVEMENTS SHALL BE TESTED IN ACCORDANCE WITH CIN 3 COMPLY IN ALL RESPECTS WITH TAS AND PD4 REQUIREMENTS.THE CONiRACiOR IS i0 (j O� PND FOR SEPARATELY ADJUST GRADES AS NECESSARY TO AT PMTCUVR CONDITIONS. NOTIFY 12.UNLESS INDICATED ONERMSE THE CONTRACT DOCUMENTS,DEWATERING OF OPEN 19.MT WATER METERS INSTALLED OR UPGRADED SHALL BE PLACED NEXT TO THE OA.R./ENCINEER AND REQUEST INSTRUCTION IF NON-COMPUMT SITUATIONS ME DXCAVATONS 0 TIUN OR STORM SEWER TRENCHES NOT BE PND FOR PROPERTY LINE. ENCOUNTERED OR ANTICIPATED. O DIRECTLY,BU i SHALL BE SUBSIDIARY TO THE ITEMS IT MAY BE ASSOCIATED IN. THE CON RAC MUST MAINTAIN ARE PROTECTION i0 THE MG DURING 4. CONCIR SURFACE O1HGTHE ACCESSIBLE PATHWAY SHALL RECEIVE A UGHT BROOM O 13.CONTRACTOR SHILL PROVIDE THE OAR.IN DIGITAL OUALtt COLOR PHOTOGRAPHS YB CONSTRUCTION.EDR . FOR AL.WATER,WASTEWATER AND STORM WATER CONNECTIONS AND/OR FITTINGS PRIOR 5. THE OEIECTMLE WARNING PANEIS MUST COMPLY IN TEXAS ACCESSIRUTY STANDARDS SO PmKFlWNG THE TRENCH OR EXCAVATION.ME PHOTOS SHALL BE DATED AND TIME WASTEWATER NOTES 705 AT A MINIMUM OF 24 INCHES IN DEPTH(IN ME RMP OR CURB OPENINGS OF 3III PEDESTRIAN TRAVEL)AND EXTEND THE FULL WIDTH OF THE CURB RAMP OR W4DING. 14.CONTANTRACTOR SHALL COORDINATE WITH PROPERTY OWNER PRIOR TO ACCESSING PRMAfi I. WRING THE INSIALLATON/REHMILITATON OF WASRYAAfiR INFRASTRUCTURE, THE DETECTMLE WANING PANELS MUST BE A Ott k TXDOT-APPROVED PANEL MArERIAl _ PAROEERN INCLUDING UTUtt EASEMENTS.EL"'ALL PQIBIBNE PENCE FEENWBANEE TO GAIN CONTACTOR BE RESPONSIBLE FOR MAINTAINING SEWAGE ROWS i TINES (MMORTHE, OR APPROVED EQUAL). BRICK PAYERS OR METAL PANEIS ARE NOT CONTRMiOR SHALL MAINTAIN'HALL SITEBSEDURIN BYHNVNS OFCiF3APOMRY FENCINGp NTL THIN THE EXISTING SRVIATER SYSTEM D SHALL NOT RESTRICT ACCESS i0 ALLOWED,THE PANELS SHALL BE RED IN COLDR.DEIECTMLf WARNING PANEL MUSE RESIDENCES OR BUSINESSES. FOLLOW AlE CURB UNE ON CURB RADII AND MAX BE NO MORE THAN 8 i0 o INy HES PERMANENT FENCE HAS BEEN INSTALLED.CONTRACTOR SHALL RESTORE ALL MEAS FROM THE PROJECTED FACE OF CURB.CURVED PANELS OR CUT PANELS BE AFFECTED BY HIS ACTVITES TO PRE-CONSTRUCTION CONDITION AT CONTRACTORS 2. CONTRACTOR IS RESPONSBLL FOR AL.REQUIRED WASTEWATER BYPASS OPERATIONS REQUIRED. EXPENSE.UNLESS NOTED OTHERWISE,ALL OF THE WORK USTED HEREIN SHALL BE NECESSARY FOR MAINTAINING CONTINUOUS WASTEWATER SERVICE.CONTRACTOR MUST SUBSIDIARY TO OTHER PAT ITEMS AND WILL NOT BE PND FOR SEPARATELY. SUBMIT A WA5RlYAlER BYPASS PVN TO ME OAR.A M OF TWO(2)WEANS STORM WATER NOTES DEVPniMErir Birfiili�corvsmucnaris MSPErnoHCBOEPPRTMENiu WASTEWATEfi STBVPAASSS OPTIONS NO COMMENCE UNTIL BYPASS PB SIS APPROVED BY THE CIS OF 1. THE conrRPMOR IS RESPONSIBLE FOR INSTALUNG ALL EROSION CONTROL DEVICES IN u H I wA 1A ON u V Tau N ACCORGANCE N THE PLANS, SPEQFlCATONS D SWPPP 0 MAINTAINING AL. WASIEWPTERBBIO I1F3AS ANDESHAL.NOT BE PALO FOR SEPARATELY.v I%aY EROSgN CONTROL DEVICES THROUCHOUr THE DURATION OF THE PROJECT. ALL ExISTMG W FEWATER SERVICES(S- ON ALMS AND DISCOVERS DURING 2. CONTRACTOR SHALL CONSTRUCT NEW CURB AND CUTTER ACCORDING TO THE UNES AND 3 CONSTRUCTION) SHALL BE RECONNECTED TO THE NEW WASTEWATER MAN(S). NIS G G GRADES AS SHOWN ON THE PLANS:THEREBY ENSURING rw PoSITVE DRAINAGE IS WORK SHALL BE CONSIDERED SUBSIDIARY TO THE VARIOUS STLYAAfiR BIO ITEMS. WOO LL RAINED ALONG THE NEW CURB AND GUTTER. LESS SHOWN OTHERWISE ON THE BID FORM. IF WASTEWATER SERVICE IS O<M Y_~l DISCOVERED DURING CONSTRUrnON THAT IS NOT SHOWN ON THE PIANS, THE e 0 XMN CONTRACTOR SFHAL. NOT o SERVICE RECONNECT. PRIOR i0 CONTINUING WITH N WATER NOTESMANF p= (O 1, THE CONiRMiOfl SHALL GME FORTY-EIGHT(48)HOURS NOTICE TO THE Cltt OF 4. CQNTLCTOR SHALL REMOVE REPLACE AND NRECONNECT WASTEWAfiR SERVICES AS `=O G 0 W 2 CORPUS CHRIST'S WATER DEPARTMENT,RESIDENTS,AND BUSINESS OWNERS PRIOR i0 9EBSIOIANv TOESSARY ONEOUVMBIDuS TB TETE UNLESS SHOWNNTS OTHERWISE NIN EBB FORM TY Q m; O THE NECESSITY FOR THE CLOSING OR OPENING OF EXISTING VALVES UNLESS AN ID MS, E On IO F N S EMERCSENNCY EXISTS.ONLY B WATER DEPARTMENT PERSONNEL CAN OPERATTEKV VALVES MTOE 5. ALL NEW AND EXISTING WASTEWATER SERVICES SHALL BE MARKED ON CURB WITH KD LOWS1M5 SERVICE NAPIER PER CIN SMITHY SEWER STANDARD DETAILS.SHEAF]OF 4. O s MINIMIZE INTERRUPTIONS.THE CONrRACTORBMPT NDRK DURING NIGHT-TINE HOURS TO CONTRACTOR MUST OR AND PAS CCN INSPECTIONS On v I15TAILEO M' V MINIMIZE GY-TME INTERRUPTIONS WITH WRITTEN APPROVAL FROM OAR. B GRAVITY WMTEWATERB UNES M PRIOR AD INSTALLING SNEW PAVEMENT (SUBSIDIARYi0 MALL WATERLINE MUUSN S-L CONFORM TO THE CITY OF CORPUS CHRISTI VMICUS BID ITEMS). 2 STANDARD WATER DETAILS.BTS 7. AL1 NEW AND EXISTING WASTEWATER MANHOLES SHALL BE ADIUSIED i0 FlNISH GRADE 3. UPON COMPLETION OF INSTALLATION OF NEW WATERUNE. RECONNECT ALL EXISTING CITY STANEARDS. WATERSERVICES(SHOWN ON PVNS MO DISCOVERED DURING CONSTRUCTION).IFN ANDB. CLEANING OR PURGING OF EXISTING WASTEWATER UNES REQUIRED FOR CONNECTING LOT S TY -ROANCE0 EXISTING WATER SERVICE. CONSTRUCT NEW SERVICE TO OT SERVICES SHALL BE NARKED ON CURBBWIIH BRASS SERVICE NO MARKER PER CIN WATER SEPARATE PAYMENT ANLL BE NIDE i0 THE CONTRACTOR FOR CLMINGNAU_ BE THE NARACTOR'S BORI PURGING EXISTING STANDARD DETAILS,SHEET 4 OF 4.1x15 WORK SHALL BE CONSIDERED SUBSIDIARY TO OF THESE LINES. THE VARIOUS WATER BID ITEMS,UNLESS NOTED OTHERWISE. o SHEET 6 M 106 4. CONTRACTOR SHALL REMOVE,REPLACE AND RECONNECT WATER SERVICES(SHOWN ON conn lB 1.xa PLANS AND DISCOMI]EED DURING CONSTRUCTION)AS NECESSARY i0 CONSTRUCT THE IMPROVEMENTS PROPOSED IN THESE PVNS,SUBSIDIARY TO THE VARIOUS BID ITEMS, STR-985 °? UNLESS SHOWN OTHERWISE ON THE BIO FORM. ABM[nu R10d9 TRAFFIC CONTROL NOTES TRAFFIC CONTROL NOTES CONTINUED TRAFFIC CONTROL NOTES CONTINUED o 0 I. ME CONTRACTOR IS RESPONSIBLE FOR PROvDNC AND NAI TUNING TRNTC CONTROLS TIAf}lC CONTROL ryTC PIAN OR ADDITIONAL CWSURES AFFECT.INTERSECTING P6D210107ETI THROUGHOUT ME DURATON OF ME CONTRACT FOR ALL PHASES OF ME WORK, IN 3.11.1. PVN NEW LAYOUTS SHOWING ME TERSECTON,PND PLL ME EXISTING SIGNAL STREETS,CLISSIFld1 A COLLECTOR OR HIGHER,WITHIN THE PROJECT LIMITS IN ORDER ME'TEXAS MANEs'(LATEST IFFRASMUCTJRE SUCH AS SIGNAL POLES,VEHICLE HUM,PEOESMAN SIGNAL TO WILL PUBLIC NOTIFICATION. TEMPORARYRES MAT ME TWO GK OR LESS mo .CBORRGGE AND CONSTRUCTION STANDARDS. T WORK, EQUIPMENT ANHEADS,PUSH BUTTONS.MAST ARMS SIGNS. REOUIRE A J2-HOUR NOTIFICATION. IIERWS RELATED TO iRALTC CONTROLWILLBE PND BY ME'TRAFFIC CONTROL'BID 3.H H. PVN MEw LITS 91111 INCLUDE ROAD ANO SITE COxDITIOHS Ai ME TIME OF 29.THE CONTRACTOR SHALL COORDINATE NIM THE CIMS TRAFFIC ENGINEERING DEPARTMENT ITEMS INCWDED IN ME BID FORM. 2 EACH ARAB(E%ANPW:DURING ME FlRSi CONSMUCiION SEQUENCE.IT SHOUW PRIOR i0 IMPLEMENTING NTTR TEMPORARY TRC CONTROL PVN i SIGNALIZED BE SHOWN IN PVN NEW MAT TRNTC WILL BE TRAVEMNG ON ME EXISTING TERSECnONS. i Si BE DETERMINED IF PDNSTMENT i0 ME SONAL HEADS AND J CLU' 2.unLEss TOTED OixEMtSE In ME PVNS, THE CGHTGCror 5 RESPONSIBLE FOR UNDISTURBED ROADWAY OPP091E i0 ME CONSTRUCTION ZONE. ONCE ME DETECTION ZONES ARE REOUIRED. S" PREPARATION OF SPECIFIC TRALTC CONTROL PUNS Tr COINCIDE VARA ME CON DETECTION ZONE IS SHIFTED i0 ME OPPOSITE SIDE,li SHOULD BE SHOWN IN CONTIACiOR'S CONSTRUCTION MUMS AND NEIIHODS. PVN NEW THAT TRNTC WILL BE TRAVWNG ON ME NEW TEMPORARY PAVEMENr b.ME CONTRACTOR SHALL COORDINATE WTH ME CORPUS CHRIST REGIONAL TYPE HVAC.ETC.) TIAIASPoRTATION MMORItt(CCRTAi i0 OEIERNINE IMPACTS i0 BUS ROUTS WG1E0 } S-9 BYCABREGISSETEREEDLLa PRCONTROL 1-1 O SIGNAL ENGNEER DUCENSE.BYll U MElE STALE OFE TEUS, I.I I. VN MEW IYOUTs SHOW srvY MJ STM i0 ME Ell TWO SIC MIN ME WORK ZONE. M5 CLUOED DETERMINING ME AND OF ADVANCED QMIREMEHTS; WITH APPROPRUIE G11DU.FOR flUJ_'RELMATON,OR NST'nON.MAL NOnFlCATION REOUIREO FOR ME CCRTA i0 IAIUST BUS ROUTES D SCHEDULES FOR AND SHA-L 3.11.4. PVN NEW LAYOUTS 91111 SHOW MT PROPOSED INSTALLATION OF TEMPORARY UNPLANNED STREET CIMURES. 31. SHALL BE IN ACCORGANCE ITH ME TMUnCD(LATEST EDITOn). SIGNAL ITEMS SUCH AS WOOD MILES.SPAN WIRE VEHICLE SIGNAL HEADS, 31.ME CONTRACTOR SHALL COORDINATE WITH PUBLIC OR PRrvATE SCHOOLS AND D4YCME PEOESMIAN SIGNAL HEAD,PUSH BUTTONS,AND MOST PIM SIGNS. - 3.]. ME SUBMIi1FD IRPfF1C CONTROL PVNGH4HP11•CONSISfMOF AN PDJANCEO WARMING 4, DEV IIEIMUM LANE WIDTH REEQUIRED DURINGG CONSTRUCTION IS 11 FEEr. CHANNEIZING ]2.PRRJECpi iRACttOR SHALL OEIERNIHE MED MTS ANO nNEFflPJIE OF SCHOOL ZONES WIMIN LAYOUT. sEDUFNCE IF CON COB 00 s OFTH FF9EM91PHASE MSNCLUOE ME CORRECT VALE CONFlCURATIONS ANOC 91E S. ROAD CWSUR£STSHALLNNOT BE P Z.80 AT MY TIME. 33.ME CONTRACTOR SHAM SUBMIT A PROJECT SCHEDULE ALONG VARA ME TEMPORARY r x n H HA B. A REDUCED CONSTRUCTgN SPEED ZONE WILL BE REONRED. TRARFfFCMCEONTROGL(TTPCC)PI�R a E CITY PRIOR TO ME PRE-CONSTRUCTION MEETING N: 3.4. ME(ADVANCED ARNINGS LAYOUT SHAM INCL DE ME PROJECJi 15 D Ax A A IO i IMP M in O APPROACH SIGNAGE TYPES AND LOCATIONS CH SHALL BE PLACE PRIM i0 J CORPUS<HRISII CODEE INMACTIR Y5].IIAN4.UAN0 ASIH EAPPROVID BY MEED IN EOA flRH 2ONEs PER CITY OF ]4 ME CITY Tl=( ENGINEEONC oEPARMENT REOUIRESAN 21-GY REBEW PERIODS TO COMMENCING CONSTRUCTION. ME SIGNAGE SHALL BE ANNOTATED AND DIMENSIONED EVAlAIAIE D PROMOS COMMENTS ON ME SIGNED D SLATED TEMPORARY TRAFFIC ('Lqn_5c OENMIEO IN ME TMUTOD MD/OR STANDARD HIGHWAY SIGN DESIONS(SHSD)OF B. ACCESS i0 PROPERTIES ADJACENT TO TRINITY RIVER WITHIN ME PROJECT UNITS SHALL BE 1E%A9. AGDITON ME TCP PGVANCW WARNING LAYOUT SHAM INCWDE THE IN MNNTAINEO AT All TINES. S DLL WM 9T)OF GH Ar.JEE np MING .UT,TYPIcTSECSON�SC DETAI-SHEEISE. PCNS SETUP WGTCN. AN GUENCE CONSTRUCTION. A H In w E VN 9. CONTRACTOR SHALL STRIVE TO KEEP M NARY OMR(VIA AOPO BOM SIDES OFMEp 3,5. ME DE ME CONTROL SEQUENCE OF CONSTRUCTION(PHASING)IN PVN NEW SHALL n x WITH A MINIMUM Rv OTHER v n I CONFIGURATIONS AND SITE CONDITIONS OF EACH PHASE, THE CONTRACTOR SHALL NCWOE ME FOLLIIWING: ROAD. FGOOflTMINASE WII�ME<Itt5 TRAFFIC ENGINEERING DEPARTMENT ON ME REOUIRENENTS / a 3 .5.1. BRIEF DESCRIPTION GF ME OVRRAll PROJECT CONSTRUCTION SEQUENCE INTENT 10.IOENnMNG EXISTENCE OF MY EDGE CONDITION (SWPE OR DROP L. LATERAL UBMI A. (E%AAPW:EAST SIDE OF ROADWAY IST,WEST SIDE OF flOAGWAY 9ND,ETC.) CLEARANCE(DISTANCE FROM TRAVEL LANE TO EDGE CONDITION)AND EDGE HEIGHT ISSUES 35.CONTACTOR NUsi COORDINATE WIM izDOr MCI WE](S BEFORE INREMENTATION ON /I ].5.Z. ORGER OF PROJECr ACTIMnEs MAT SHALL BE PERFORMED WITHIN EACH SEQUENCE (PDFPix O ). RECDMMFNO MEAiMENi TIP (wARnInC D.C. OR TTCCP' AND OBTNN A•LETTER OF NO OBJECTION'PRIOR TO SUBMITTAL TO ME CITY FOR !9 IEXAMPIE:ASSESS EXISTING CONDITIONS IST,DEAOUTEN 2ND.FROPoSEO ROTECTXEF BARRIERS)MAT NA B nBDEO NC CONSIRUCTHOx IMP-MEN DONE .IRO,ECJ 1.CONTRACTOR SHALL OW NAINTUNNP NIN NUN ONE uLANE IN EACH�DIREGRTIONMFFOR M OUGHOR 3.5.]. NYMK DONE AND TRAFFIC FLOW DIRECTION AROUND ME WORK ZONE. 1 }9 CHANGE roM SC OIL STRAP ONE(1) 1ENryINGRAR•FlOMOENTC POLICE. FlRE�M<ORPUSURCHPoSTI ].54. TEs WHICH MAY CONSCFR ONE-wnv DESICNATIOx AillNc CROSS TURN RN LAM OPpEN AS WEE NC Ai MPp55�IBLE. TOGEDIGG1ED 11 LT TUflNGLANE Ar MCAROW Ix nDExi L IM C SLUG gnROU CI N MD AAIMFNT ro ME WORK ZONE R R O C TO ]J.CONiRM1ClR WILL BE RESPONSIBLE FOR NNNTNNING IA COYIItING E%ISn.SIGNAGE IN � 12,HOLES REOUIRINC PUBLIC NOTIFICATION MRU MESSAGE BOARDS PRIOR ro ACTIVATION OF CQNRJIT WITH PROPOSED CONSTRUCT'.. Ry 3.5.6. LANE AND 9 CONS/DEUNGT THE y EW TRAFFIC SGNALS OR STOP SIGNS. RECOMMEND FlASHING OPERATION FOR A THE SEOUENCE OF CONSTNUCTON ESTABUSHED ON SHEET B IS RECOMMENDED:HOW"ER, U=(n }.SAMA ROAD AND SIE CONDITIONS AT THE TIME OF EACH SEOUFNCE(EXAMPLE:DURING N OF l DAYS PRIOR i0 NLL ACirvAnON,UNLESS ME OWNERS'S AUTHORIZED DM B ETCE RMACiOR CAN SUBMIT AN ALTERNATIVE CONSTRUCTION SEQUENCE FOR APPROVA U ME FIRST CONSTRUCTION SEQUENCE,IT SHOULD BE SHOWN IN PVN NEW THAT NNINU X TRAFFIC WILL BE TIUVEUNG ON ME EXISTING UNDISTURBED ROAGWAY OPPOSITE TO RFPRESEniATIVE(OAR RECOMMENDS A DIFFERENT nMEFRAME. Y �- ME CONSTRUCTION ZONE. ONCE ME CONSTRUCTION ZONE IS SHIFTED i0 THE 13.NNNTNNING RERECME TEMPORARY TABS THROUGHOUT ME DURATION OF ME PROJECT ME COn TOR Is UNITED TO AMUM OPEN TRENCH LENGTH OF 200 MEAD OF v)L, OPPOSITE SIDE,IT SHOULD BE SHOWN IN PLAN NEW TIAs iRALFlC WILL BE FOR LANE DEUNEAT ON TEMPORARY PAVEMENT,TYPE B HMAC PAVEMENT, D BACKFlLLM U S- TRAVEunC On ME nEw TEMPoWPv PAVBJFNi TYPE'B'HVAC ETC). EXISTING PAVENENi. ME TRAFFIC CDxTROL BD ITEM Ix ME o FORM INCw E ALL MEETEWS ANO o- THE TRUFC CONTROL PVN TYPICAL SECTIONS SHALL INCLUDE ME FOLLOWING: 14.RWUIRINC WW PROFILE BARRIERS WITH REI-MRS ALONG AREAS W/A Z4' OR COOROINApgN EFFORTS, C CONTROL BNGSU M..SE.UP NE,TW.E. RARE P POJEMIE-T 3.6.1. GREATER DROP IN ELYTRON. AND MAx OWER SCEs TO MUn Nn TRAPP L Pon R IN Cl (COnDITIGHS),UMMAVEIEMI_ANE IOTHSP WHICH SHALL SHALLSBEUI OGTEO FROM OUTSIDE OF H5.REOUIRINO ALL OES xATEO WORK 20NEs TO MUniux ACTIVE CONSTRUCTION Ox A PLCIXtOANCE WIMMME BANS AND BPECIFlGnONB. U rCDa iO ADJACENT TGIM. ELIZINGES: CONTINUWS BASIS.IO 41.BARRICAGES, SIGNS AND OTHER iRALFlC CONTROL OEMCES SHPll BE INSTALLED IN SHALL ].8.]. RECOMMENDED EA11AENi iYPESEANO WG RS.AND ONN(WARNNG RAES OR PROTECTIVE 0 OMDANWTM ME'TEXAS C WITH ME IttNPNAR ILMaID UNIFORM CiRNTCL CONTROL oENCESB(LAIESi a .3111 RECOMMENDED 18.co STRIANR•RQmrS'sIOrucE,ANo DETOURS NEED ro eE coH-HSIDERED AND INCLUDED IN COMPN). VIII ].6.4. BUFFER ZONES;AND IJ.ADDA ACCESS9GEEB IBGIETNWT MUST REMANNOOEEN ET IF MTTIMEE Go MNOTT BLEB 9GEW NXA IF DURINGME COURSE O E PIw M Ii s OEIEPoMINEO MAT AGOIT NAL TRAFFIC - ].8.5. OROP-OFFS:INCWDINC SLOPE,DEPTH AND LA1ERAL CLEARANCE(DISTANCE FROM EEf A N. n sI nn 42.CONTROL ARGEG RGEOUIRED o SAFLLT tlf£Cp 1 mC a RTMIEC C,OOR UNo. On) CLOSURES ROUREREOUTELIS9 SE MAR BE ADORESSEDTH O 11 ME OF CLOSURE.ETRE SIGGOEMTRa M PROJECT MESE I MEASURES HALL M v On A }J mOYs'NURHSHEEr FO "")vVN NS IN TEMPORARY N L NO MompNAi Cosr.A E 'TAfFICCC 16.INCLUDE BL BUSINESS SIGNS ON TRAFFIC CONTROL flARflElS. 4].ME TEMPORARY TRAFFIC CONTROL (RC) PI-ANS SHALL CONSIDER MT ONE-WAY iRALTCMSi OPAOSM Op"`HPRACIERISTICSBTo CONSIDER WHEN SECTION 1 DESIGNATIONS ALONG CROSS STREETS WITHIN THE ROJECT UNITS. THIS EXPOSURE WORKSHEETE u n, L Rw M AL NATE MGBE CSLOroSE REOLIE OGFS CR..SMfER BTO AW ID Eo rOW GME SIMULTANEOUS 44.1T 5 ME CONTRACTORS IiESPONSIBILItt TO E P NTNN REFLECTIVE IEMPoFMY TMs _ IMROUGHT ME DURATION OF ME PROJECT FOR LANE DMNEATON ON TEMPORARY 20.RNGNTNNIECGEIEFLEC 1EPoMRAATABS VE EPOlH1KHT0'PE B ENMUP eF%JFNi R10 ER STWC PAVEMENT,TYPE B HMAC PAVEMENT.AND E%ISTNC PAVEMENT. }].BATA G11AUfl FOO BEGINNINC�NO PROJECT LIMITS. LM un On M Y A M H A ANXI n 45.IF DELAYS OCCUR,THE CONTRACTOR IS RESPONINSIIFlC COR MDInna""TCP CARES MD 3.6.2. PAVEMENT IS ME RESPONSIBILITY OF ME CONTRACTOR. NAL YM i YALL L ED IRE.IF WORK AND GLLLUTSF TAFFlC CONTROL Ix ME SME LAMui vnM DIFFERExi HATCHING 21TGfF1C COnTTSOL siMDAR05 INCW C APPLICABLE TxDOi WORK 20NE sTMDAR05 MO is BDMEPIIOWARW NUMBER OF CONSMUCnON OAYSMUNLESS A CHANGE IS AGREED 3.9B3NAMES OF STREETS. TRAFFIC CONTIh1L PVN STANDAROS.DIn CHANGE _F ME TRAFFIC CONTROL PUNS SHALL INC..ME FOLLOWING: TEMPORARY TRAFFIC SIGNAL IS ME PONSMUTY OF M CDnTRMTOR CITY vnLL OBv 48.OBLIIEATINC EXISTING PAVEMENT NPIb(INCS SHALL NOi BE PALO FOO SEPARATELY.BUT W 3.9.1. Yei TUTS FOR BEGIN/END PROJECT LIMITS; 22 PRTOMDE SIGNAL nMING SUPPORT MINES MEI CABINET IF ENEEOED. CONRACM SHALL SHALL BE SUGSIDIPRY i0 ME PAVEMENr MARKING PAY ITEM. `J OO q F 0 ].9.Z. SIGN CALLOUTS WIM SIGN ONENCLATURE AND SIGN DIMENSION SHALL BE AS N Ail TEMPoRARv TRAFFIC SIGNAL FOR ME DUAN N OF ME TM5}lC CONTIOL ANO TARS iRNFIC SHTTINS MD OTHER TWPoFXJsv DR MBRMATD PAVEMExi MMM WCs e G N M SSH00 IN ME MUTCD ANo/Ofl STANDARD HIGHWAY SIGN DESIGN(9150)FOR ADJUSTRAT C NEEDED MRONAL SHALL e Hi P E DI RERENTT Ppo SEES OF ME ARY �. MISS CEMPoRARY 4J PhNAL. AL,I T BE PCO FOGR SM MANY BGUi SHPll BE SUBSIDMRY i0 ME PAY LIENS(FOR ].9.]. INITIAL PCNS SETUP LOCATION,AND SHOW MESSAGE TO BE DISPLAYED; 1HEUCO E1RALr9 TO TOR s E E%GSTIBRGCREIIMEIGRANA15CWILL SGNBALL AT MEPEaE AiYO MEIEPRO BUT = A MEx KN M n L. 3 f O=V W 3.9.4. ES OF STREETS,ENSTING AND PROPOSED CONSMUCnON ELEMENTS PER EXISTING CONDITIONA`LS. A M CONTRACTORS LL ITIFYPoME 00.R.PLGM OErNAN PERMANENT 11-L FOR ME M1AG•TOE o mN ~Q c (CONDITIIONNSS)�GTIU I-ANE W OOHS,WHICH SHALL BE INDICATED FROM OUTSIDE OF MONMENT MD LAYOUT OF ME PAVEMENT MARKINGS. AL n Z TO y.ME CONTACTOR SHALL GOOROINATE WIM ME SCHOOIS W THIN ME PROJECT OMITS TO F N S ].9.5. PAN9AENi NPIb(INGS,VALE DANDERS,CHANNEMZING OEMCES; FIND ROUTES F'OR SCHOOL iRALTC DURING SCHOOL HOURS. 49.CONTIADiOR SHALL NOTIFY TONY SMNAS CITY IIAFFlC ENtlNEEflING OEPARMENr AT TD ].9.6. Es AND WGTIGH(WARNING DENCEs OR PROTECTIVE Z4.MERO NMACTOLT TO CG HALL BENSTIR RESPONSIBLEBRR MY CAMAGE TO PAVEMENT STRUCTURE AS ppl y_72TSHFOR TRNFICWSIG U1 ED IRED RE i0 O.£R-PROGRAMMINC('gADNG CINC')SIGOR NS (�j X BP%OE25),DBUFFER ZONES:ttF GGNTR<O OR SHALL NNNTNN PAVEMENr SMUCTORE ON DETOUR ROEO BY ME UTES FOONTROL iRALTC ANOFFlCGANSICNALS FOR IEAPoGGRMYEANm CLMGGUR AND Mo NG FR ADJUSTINGNOHEO 3.9.7. ROAD AND SANTE CONDITIONS AT THE TIME OF EACH SSE(E%ANPW:WRING ME DETECTION WILL x n M P vn n sEOUFNCE,IT CITY TRAFFIC ENGINEERING GEPARMENT.Y MEETRNTC CONTROLLEN-BE PROGRAMMED TRAFFIC WILL GBGETITIUVELING ON MESEXII NG UNGOISTORREO ROAGWAy POSITE TG 25.ME CONTRACTOR SHALL OBTAN A ROW CONSTRUCTION PERMIT SEPAATE FROM THE BOND BY ME CITY'S S1REEi OPERATIONS DEPARTMENT (iRPF}lC SIGNALS DEPARTMENT). TH ZONE INCE PROJECT FOR MY WORK OUTSIDE ME PAVEMENT BOND PROJECT OMITS,AND IT SHALL INCLUDING ME TIMING OF EACH PHASE FOR VEHICLES o PEDESTRIANS,As WELL s OPPoSIIESSIRE,ITMSHOULD BE SHOWN IN PLAN U NEW TAi iRALTC WILL BEM N_'UNG IN MEEEP ME PAVEMENT REPAIR REQUIREMENTS BY ME DIRECTOR OF PUBLIC WORKS. ROORPJINING ME NOEO DETECTION ZONES FOR EACH CAMERA. CONSTRUCTION DE ZONE xISONCEE MEUN"SONSTRUCTION ZONE Pi SHIFTED TO MEE Z8.TCP MUST BE SUBMITTED TO CITY AT LEAST 21 DAYS PPoOR TO ME CONTRACTORS CONTRACTOR SHALL PROTECTTRAFFIC ROUND MIES AND TRUFIC SIGNALS DURING OSITE PLANNED P_OFNwo swrr REM FOR RENEW AND APPROVAL A 4-BRAY To CONSTRUCTION. TRAFF MCABLCITY WE LFFCCTE ENGINEERING GEPARMENT ATD361- =.UNG ON ME NEW IE% Y RAV EAENT TYPE'B'HNAC.EC.)Ill M AN72-HOURS n OMIREO FOR ANY INTERMITTENT CHANG i -1 NAL un I MCE APPROVED TCP'u 51.INSPECT TRAFC CONTROL DEUCES EVERY GY AT ME END OF THE DAY AND AT ME o SHEET 7 Ha 106 ].9.9. TAP�S51FTMG TAPERS.EOR SHOINCL ULDER AER9 OTHER DRUM PWNC MERGING 2J.TEMPOR'WURARY MPfF FTG(irC)wPVNS ARSE REOpIRED FOR ANY PI101TI0NAL STREET pMY NEW ILAKSERFORNEo TO VERIFY flEIRO REFLECTIVELY.INSPECTION D ME PRIOR TO - MONTHLY MSHOUW IGHT SVIIBFYMCONFOMANCALL SEE conn onnwlxc xa z 3.10.ADA ACCESSIBR NROUTE AND PEEGGE-DAN CROSSING CUEURS OR RE-ROUTES, ORCHANCESENGINEERING. TBTAN APPROVED TC PVN N1LL REQUIRE A 14-DAY RENEW PERIOD BY D APP D TCP REQUIREMENTS vnM ANY DEFlCIENCIEs TO BE REMEDIED WITHIN 4 Pu OL IAN noufls.MwE STIR-985 FACIUnES WITHIN ME ROW. 28.ME CONTACTOR ISHNL BE REQUIRED TO PROvTOE A MINIMUM,ONE WEEK NOTICE TO ME 52.All PERSONNEL PERFORMING FlAGGFR OPERATIONS IN OR NUR A VALE CLOSURE SHALL _ p R1Dd9 3.11.TPORMY SIGNAL PVNS SHALL INCWDE ME FOLLOWING. CITY'S TRAFFIC ENGIEN NEEPoNG DEPARTMENT PRIOR TO IMPLEMENTING ME INITIAL TEMPORARY BE CEtnFlm IN A FLAOBR SAFETY COURSE AND PROMOS PROOF GH CEtiIFlCAnON. EAPBeJEn TYPICAL LEGEND/SYMBOLS 210107" LINETYPES SYMBOLS xg ---------- ----------- -------------- -0- d, TESTING SCHEDULE DESCRIPTION RATE BASE BO EASE BID (-C) (CONCRETE; Ed I SEE. =wgiwz� P.-,- PI"lp 3 nL m w,, -E GENERAL ABBREVIATIONS A L -(sl -mm mg gm-) m 1. _G_ .-SES S, lo-l- C) rp =j.1.-E N- �N=m-:ff"-m-Im" -r B wlul M THE�=-ll�Slay%ll 114=11"I HATCH PATTERNS TH.-- C _ML _ TH V ml, po I ml m. C, lo 2 PROPOSED(PI-AN) - 92 "szr---,"--- - I EXISTING(PLAN) �'a 1.ml... N Z 991-IL"Aff 11 u E." . 0 wf= E U M=F =rE' m 1. m=vxm D . P Ell- IE E.-erg r.NwExr S-S' IN POMI.-- _ffT� �,M f� %T_ �EM1,F IE-1 1 .1 I'll VNT- nTalE er I -M =p �WUt&M-WOMMI Q"lr 'D E-m EfHF� EM E 00 Qaryawxnry Z DETAIUSECTION ID SYSTEM > (D o w T R & F,08a w msr,r E.E.-G 0 r xtu:orm ).. I o F "S, !Z W. 1 --n- oz, L :wr C)- SECTION/PROFILE =&:E E-S. J"P'PLAN oa, w S pr Ml 9L SIC 0 RM9 umesrarc/ax. Gly L) < 0 z S" =T H =ZTlf&=Mll T Z�w- 0S.--.1 7"' CZ,�M.E�_ �) I SEC /-NTITLE op TO DETAILTITLE 1 3 2. SHEET 8 106 U sa ort E S.— E=E.--.—E S- STR-985 W 9ssu 210107 SO, I.O' 11-0. SO, SO, PMxiNG II 4 PMxiNGSO. E PROP a- 0, cn� wn TExuxsmT`N C) 51��E SO BEEr i SEES' < (TO BE=E'DE) TYPICAL SECTION STA 0150 . STA 7122 jz It O 72.0 R.O.W. S—lHl RT WRI 0 II Li-NRI UNE rim zo /Z EVI 8"ACP T rc p 'I�AIE ETEI..—) iozx W IE o] rI_o, E 2SEP ERT PROP - A7 S. TS E�M 9 CL TER LINE 10 0 QTYPICAL SECTION STA 8185 STA 9+85 —.S TOOx o SHEET 9 Of 106 &ZE ar 1) OE 2.E.. n—m«ssRE-R. E m .,� E STR-985 aaaa 210107 M_0 ,EW. E— A' 111010SED HMAC I-E.1111 SECTION IROIOSEDCONCRETEI—MENT SECTION cn� wP < ,7 C:, It �, TEMP PAVEMENT DETAIL �q1 FULL DEPTH PAVEMENT REPAR DETAIL ((ZE!I +,-1„a mv 0 iffli Is 0 w Z 2i VSs _ x -M 1. t:ozxU) .00 W 1- . 2 mv–31.., EL 0 0 ME ME RE mill,111111111 0 PER 1111111111111111111111111111111111111111111111 iiiiiiiiiiiiiiiiiiiiiii–iiiiiiiiiiiiiiiiiiiillI 11111111111111111111111 iiiiiiiiiiiiiiiiiiiiiii–iiiiiiiiiiiiiiiiiiiillI 11111111111111111111111 iiiiiiiiiiiiiiiiiiiiiii–iiiiiiiiiiiiiiiiiiiillI 11111111111111111111111 111111111111111111111111 iiiiiiiiiiiiiiiiiiiiiii–iiiiiiiiiiiiiiiiiiiillI 1111111111111111111111111111111111111111111111– _1111 11111111 11 mmigmilill,oil U. MQ —n.,EM, ==,="P=V I`,= axe® o<.aan sakxa 2. wouxa IA'. TYPICAL CURB AND GUTTER DETAIL TYPICAL CURB DETAIL ( , , — IMEP(SEEl URB NOTES"BELOW) (SEE'1 URB NOTES"BELOW) gnT ME 10- ME IN M I- OW= 7 EE �V=IUM 1.1E 210107" T rRINITY RIVER 2,00 1 T _0 RINIlY I 0 0.. V) V) W Em C!I ��o� �Fl ���,� ll "W-";A J-9 < A 0.r oz, X A r,o. 0 - ------------ VMTEll BAS EMAP FM 624 -E E, E.S- -11 ssu O 210107 0,001 0 TRNITY RIVER 4,00 0 / ' B , Q F V) V) C, I al < 0 0 =x000 0 SHEET 12rono on 106 FM 624 —T—TEll--AP STR-985 —S Z ` 2101077 S D RIVER 0 VCTL WL2,C`I R, TH A-D A�`, TTHH.R —,—L, ULNT 00 1�1'N �,�%EER OR B+w A T, 111D RIVER INIT I OT 7A AND ED,BLOC'45 VOL 5B -41 CC BNCT CE, E� C,-r STA 0 00 TO STA 05+00 BAR,L, oz EXISTING CONDITIONS IIP N C3 - 6x LO TEDITS SUBDIVISION LOT 1,BC'18 1 VPG --- - -- C, CLOT, 7 ---------- --- -------- ------- aox ------ OT OD 0ES, -,C IS 0 Z ED 0 -El rc 00 A 0., "'CCS 7 C) (D IS, 17 o I z ED 0 X DO W VCS'IV" A 40 WOOD VEEP TN111111111T 6 71, LOTS 2,3,AND 4,BLOC'46 91 7A P 0 VIL,.IPIN Pl�151 C EXISTING CONDITIONS o sxssr 13 m 106 d*a EE STA 05+00TOSTA 10+50 MATCHUNE STA 05+0011 z 0 ossu Er so 210107 Exisr was cvuEre Ens 71 v 1—.1 �" siocvxx Fps nog sr 77 0 ng� 1-Q9.1 z 111 411 \_�11 711111 E-1—E—El Ell �11 ll'o'E DEMOLITION PLAIN STA 0100 TO STA 1171jz o 7 cc soN,w E— IF—1 ( ern�P MEM 'o 0 00 C) 0 llll� Z E 0 E-' El 1 13 L'IEMo.En)e Nf E117�l LF 1—�l "'7-.. ) 1x,-IL2,7(.FF 1.1ff� Z 0SN (D 0 0 Z u 0 LEGEND 0 E'll Ll——E E-1 .1I IF—1 -1- 0 E—III LF—11 L-1—E orwn) I "IT) ��F E.1—T E—32 NOTE SEE SHEET 15 FOR DEMOLITION QUANTITIES PER PAGE AND TOTAL 41 ,E DEMOLITION 15 TO STA 1125 A'1101 A�WIHM11 V NO I Eina 210107 BE BE EE LEGEND NOTE SEE THIS SHEET FOR DEMOLITION QUANTITIES PER PAGE AND TOTAL 5F -1-1 I'll 5F 17-72-77) -'--(- \ , "77 11 1.1 j ff n "a BE 7�7 —11L- BE BE—) 11 oxo, Q) ®ZDEMOLITION PLAIN STA 1121 TO END V)L, (Dcc U VIII VIII DEMOLITION PLAN STA 0100 TO STA 8+25 DEMOLITION PLAN STA 8+25 TO END SHEET 14 OF 105 SEE THIS SHEET TOTAL DEMOLITION QUANTITIES TRINITY RIVER DEMOLITION SHEET SUMMARY TRINITY RIVER DEMOLITION SHEET SUMMARY TRINITY RIVER DEMOLITION SHEET SUMMARY OMCRIKION u Q—TIM D—PnON MNIT!QU&TI,— C-1-ON �Q—TIM QyW B.- BE: E— M E— BE I I E— —M BE E— BE I I ill w G F g z W ai�amE.ff 1�11 M BE—EB I z 2 .108 0. E— BE m BE0 Z 1i+ EBW W —BEB..E I!E"!1'k1 I 0 SHEET °ssu 210107 WOOD RIVER DR CIS— see El I V)L, STREET P&P STA 0100 TO STA 1171 HSTE: I IS. 27-M S_W_S.mPoU s III} na� liw MEM -.0z, year,ov 00. IS 0 7. 7. 711 SHEET 16 106 7. neL STR-985 —1—MISS RIVER WALK DR 210107 III a � V) STREET I&P STA 1171 TO STA 1121 L, 27-M W w o Z30 0. ioozo x . G 0 SHEET 17 m 1067A. A. 7TATM OPz aa FM 624 10107" A'W, j I i V) oxo jz V)L, STREET I&P STA 1121 TO END 0 27-M W woe.— wrr—F z w IM a'o mCI iozo X r,o. . 0 vx BHEEi 18 m 106 of STATION os,c e xo 210107 WOOD RIVER _SAWC�j��E ------ ----------- ------------ ..................... ---------- 15 nON GD) Z4 A CUR,.RAMP AND INTERSECTION DETAIL-PLAN MEW cc 0 '52 w 'o r' ILLo 0 9L M QFav nmLs: 0 7-- ---------- TRINITY RIVER CURB-MR AND INSTERSECTION DETAIL-PLAN MEW o SHEET 19 m 106 B oxsu 210107 Fig (D — ————- FO T-22 TIM (D xEm[x axe cm – --------------------- -------------- o casae ----------- --------------------- FM 624 – C CURB RAMP AND INTERSECTION DITAIL-PLAN VIEW R z0 iM 'o, 1 0— Q z '00 9L < 0 0 OF—S T .e Q PISS-Fri xIR M OSW ' ES SHEET 20 m 106 ... ....STR—......... 985 —P—E.. Pssu E1 PP WOOD RIVER DR 210107 xsr an RIN17Y RIVER DR fl 11 0 11% •a1) 1 71 '. ,-tl� -—-—----------- - 17.Al WATER P&P STA 0100TO S-1171 cc o Raw LT Ile w FM o.rc X0 W-0. W, A: zozu r,o. va, O 0 7.. aHEEi 21 m 106 STATION Z RIVER WALK DR o 0 EX 6 / 210107 sra rss m.ac°�r°mS:,r O FA�. b�a�ri" / 00 .o� o Qw TRINITY RIVER DR s D isees i 0 ® WATER P&P STA 4+75 TO STA 8+25 -r gnu szs sxms� � aaa ` ow R. m.a >00� M F O S y a m ¢O ~O O F F Fpm; � + v 71.aaa I 0 a>n am.. aa ° aaa �� araaaao ma a^ M"an a,aaarr > ...,2 zna I m�aan zn BHEEi 22 m 106 I I cone eecw xc xa sTATM cTn 210107 S Imm IN TRINITY RIVER DRCAUT?.NII V) X Em WATER P&P STA 8+25 TO END STI WILL RELOCATE ITS UTILITIES IN TXDOT RIGHT-OF-WAY, 2.1 IF I REQUESTED BYJ TXDOT,FOR ITS FUTURE EXPANSION CITY 0, co"u, cm" OF 24. sealll�IIEL'IE TOSI&R) E Ll E'll 11 Ll- 'w > ECM aP WT ocv—11-E r ON �w —ozo EPO. 118111.sae 0.T1 w rwn 0 SHEET 23 m 106 STR-985 STATION Z ossu 210107 �,�f TI11 I7 <1 cn�i V) V)L, ®Z WASTEWATER P&P SHEET 1 OF 1 -.s C, VIII ma ada O H W i , IZXoz �l T 'd0 7 S 711 7. .7. SHEET 24 m 106 STR-985 STATION 21048 ossu210107xr so 86 86 86 86 84 84 84 84 82 82 _82 82... F C 80 _... _.. 80 _80 80.. o ae 78 78 78 ff�x"°"°Pc� 78 w< v) " saw �Q)76 76 76 76 U V) o d 74 �� ��= 74 74 ° 74 72 m z F£m 72 72 �Im 72 VIII} 70 ' ra°moi° 70 70 -."cam o�«rmn� 70 - aac_� W� a 0 50 % TYPICAL FIRE HYDRANT ASSEMBLY O=O 1 WATER LATERAL STA 0+43.67 2 (STA 21710.0,112=1.00,7+15.001 -r~o N F { azx sn¢rs) -�Or'✓sa snxvs) ~ V d -xo i-x'Wu sa snzm) -x'Mzxi sia azml 0 STATION A °' v 2+75.00 54.0' 5+25.00 54.0' 7+15.00 54.0' ypps SHEET 25 m 106 usmnsrwcr�on ran mon ro caxxxncxe STR-985 vno�x«x�+oae ossu210107xr so 94 94 92 92 i 90 90 F 88 8886 86 a a PEnanr� _ O 2� d U m Sa_ I _ 84 82 a 82 m 80 �n 80 „I w 78 a'x`� °a `"°° 78 0+50 0+00 0+50 rc w EM0 w� osu WATER L47ERAL STA 9+87.39 o G a 3 azx snms� i m d -w i-x'Wu sa snzm) G LL fO) €� �ws�nan ^^^�^�rauzow a sxeer 26 m 106 �s STR-985 - vno�x«x�+oae oxsu210107Er xo »z Row Rte, fq .c.as €a b..9. s e --- MD --- 2 TRINITY RIVER TRINITY RIVER l a a e V) ® STA 0+98.10 DRIVEWAY DETAIL ® STA 2+27.53 DRIVEWAY DETAIL c O 2 j � - 0 VIII TRINITY RIVER TRINITY RIVER ��II --------__- _____ _______ a telae ....... c-ex.99 A-2 cbii g£I .`� gil bi c-nso G Q WO fW! c-ei ss cbiao cbs ie y�j G-•-~ O ^ LJ q 2.O"E Z 6 _ '=gpOV a G W xEb1.9: uebasz rmr � U u.z.bss E-es.iz O ® STA;+37.92 DRIVEWAY DETAIL ® STA 3+36.74 DRIVEWAY DETAIL SHEET 2 W,pma106 aw"�:i'-io• �sic s�imsj w�ic.'•rte Mu sa ¢�rsj N NPS STR-985 xno�e«x�+oa9 ossu210107Er so Eznsnaxs TRINITY RIVER ucrT�: usaru �qa6 e seas 'EL � k TRINITY RIVER / Q ®Z STA 8+46.73 DRIVEWAY DETAIL ®Z STA 9+28.73 DRIVEWAY DETAIL U c pws aze�1 scaE r-�aOws sa snms) � Em K O LL W Q O MM O ^ 2 .O"E Z o ioqz, a 6 ~rpml G W U O SHEET 28 m 106 s STR-985 - vno�e«x�+oae ossu210107Er so a �M "�,. rK.gar �x - a ZEN, s o s �L as ri �71 PROP.CONCRETE TO EXIST.ASPHALT PAVEMENT TIE-IN DETAIL(BASE BID NO.2) \ //, ~/ g SIDEWALK ADJUSTMENT AROUND LIGHT POLE W K ,, K O sm V ==DE / R X08Za �Oa— O nwsrm mcg �F�p= U p ' rca_� m s sR. 9.a a z g xxl�P x. o s xEEr .n, w s 0 O 2. C xor g INTERSECTION DETAILS TREE PROTECTION DETAILS A)111':.J 1 l,l J<) sxssr 29 m 106 .xrs t0 .nrs AA,H i'I'JU.t conn onnw sc sa IS IP. a 01 R STR-985 ID49 ossu210107Er so GENERAL NOTES TRAVEL LANE TRAVEL LANE I. DETAILS FOR GMEN WID EASE.HIT IE ESS 0 HPI f OWN ` ON SIHO BLOER TRAVEL, LANE TRAVEL LANE OR SHOOLDEk CHOS5 5 9 f 5 L tlf 5 OWN ALAN SEW E E L NS 4 EMEN TABLE NO.1 LONGITUDINAL STEEL wLUER AN as r. 'Hou A HRLE cl molNAL o Nr ARE woo �.. � CovEREDHAl THIS F STANUARU. UIiIONAL STEEL SLAB it{I CBIWESS REGULAR SPAC 9NG PARS AT TRANSVERSE z Z y y -�-- "-'- 2. USE COARSE AGGPEGATES WITH A RATED COEEF3CIENi OE TRIP- FIRST AND BAR SIZE STEEL BARS AT EDGE CAUONSTRUCTION J01 NI L €XRINSION(COTE)OF NOT MORE THAN 5.5 x 1�°TN✓INI"F h5 OR JOINT (SECTION%-X) -I..ONGITUDINAL LONGITUDINAL 1..15TEO IN THE CONCRETE RATIO SOURGF OUAI..ITT CATALOG ICR50CT, T BAR SPACING SPACING SPAc[N0 I...ENOTH CONTRACTION JOINT ' CON5TRUCTION JOINT C 4 Z X C L } STEALLEL 8 35 CON d MIN, O S M 6 G UE fi�lAEd ASI�IM 996 ('.N.1 51ZE IIN.I IN., If N,I IIN.I IGHAUE 60 0 ABOVE. S- H SIZES AND S LINGS 5 CON"ORM 3 10 4 TRANSVERSE 20 TABLE a D TABLE 0 2 ].17 m5 6.5 13 50 CONSTRUCTION x pDDIiIpNP.L ' 6.0 }TO A 12 50 JOINT STEEL BARS fl SPEEL 8 R PLACEMENT i LERANCE SHALL®E / Iry ORLZONbALLT T AND'f 0.5 IN, VERTICALLY. CALCULATED AVERAGE BAR SIDEING _ �z 0.0 ag 9,0 3 TO 4I8 SO ICONCRETF P1..ACFMIFNT WIDTH/NUMBER OF LONGITUDTNAI.OARS) 5HALI ` CONFORM TO TABI.F.WE 0.5 Ixfi 6.5 3 i0-0 I] 50 x S. P VEMENT NISTIS 0HOPE TIAN 15 FT.S14LL 1AVE A LONGITUDINAL 9 D v6 8.0 3 TO A 16 5�0 ..... JOINT TEC ION 2 I 0 SEC ION ESE GIN'S S Bff _ '- LONGITUDINAL L LOLAi iN ATE ff uNLES.5 in 01Ni LOLArt[ON ] p 9.5 v6 7.5 }TO 4 s 50 - STEEL IS SHOWN ELFHWNE pE d THE PLANS. `- 19.0 7.0 3 TO 4 14 50 i Is. THE SAW Ni OEPiN FOR THE LONGITUO INAL CONTRACTt ON JOINT \ ISBCTION Z.Z) sH AL.I..9B NE THITp OF THE"AB THIO AN, ITT}I. 10.5 n.6 A.IS 3 TO 4 13.5 50 r IRANSVERSE P, PION TyPCRCONCRETE GU'YTB'R AT A LONGITUDINAL JOINT,THE I HE I I.O .6 6.5 3 10 4 13 ON STEEL BARLEWOTN OR POSITION MArBE AUJU STE U.PROVIDE}4N.OF CONCRETE COVER FROM TIIE JACK Or'LU'1T&R Ttr THE EWO OT TLE HAA, ii,5 u6 6.25 }id 4 12.5 s0 C C C lc� C GO e. kEPL ALR MISSING oR IAMAIII TIE BARS WITHOUT AIIIYIONAL o 12.0 A6 6,0 3 10 9 10 90 GOMRENSATION RI DRILLING MIN.IO IN.TERI ANE GRENJITEG TIE C)_ C I2.5 A6 5.iS 3 TO 4 BARS WITH TYPE III, CLASS C EPG%Y, MEET THE PULL-OUT TEST U v 11,5 50 RF OU I DEMENTS IN ITFM 361, �- X E AN t3.d =G GO 5.5 3 TO 4 ul 50BARS ~ I, -_ 9. OMIT IE LOCATED IN I9 IN O E TANS ER$E a m _ LONST 1111T11 a a INIMERSib IBUAT ORS r0 CaNSOL 'N TE THE CONC ROTE ADJACENT AD s 0 SINGLE PIECE 0 TLE BARS t0 AL FORMED JOINTS I`C✓2 LL BASS II `U TABLE N0.2 TRANSVERSE STEEL AND TIE BARS F� a U ..___ - 1O. LONOI....... d L EI NF'o EEL sPLicEs sHABL BEA MiNtuuM ,I,BARS TIE®ARS -------'�� ---- OF 25 I S GGFR T F CA iI ONS so THAT NO MORE PHAN AT LON01iU01NAL ONOITNfb1NA1. "`-+__.� OF THS I6NIlTUDINII. STEFI.. IS SPI..IGEO IN ANY GIVEN 12-FT,M ELIA 111 A1'LONGITUDINAL 3 SLAB TRANSVERSE,STENAVEMENT OW CONTRACTION JOINT PAVEMENT OR AND 2 FT. LF NO I OF TNF PAVEMENT, �i III LET IIOI(NE55 STEEL CONTRACTION JOIN11 CONST GII C,TION JOINT stOULDGR EOGL LONGITUDINAL SPOULDER EDGE tt N.1 (SECTION Z-b) (SECTION Y-Y) CONSTRUCTION JOINT 11 _ THE DETAIL FOR TRE JOINT SEALANT'All RESER4OI1v IS SHOWN 4N BAR SP4CING BAR SPACING BAR SPICING SA'ANUAgU SHEEP"'[dN[RR'tE PdVINC UE Te ILS JdI N'I 56eL5." slzE nN.I slzF nN.l s42E nN,) TYPICAL PAVEMENT LAYOUT '.7,0-7.5 TMS 46 a5 48 a5 29 PLAN'VIEW (NOT T6 SCALE( ED L.. ........ ammildNAL �. ......_ia a..s m .x a s II so Nox. s pp �F o Ol rvt SE 1-D van.s BAP INS E TWR AS JOL el FSET pL¢wG A DIINlgi upL W p e LAL ING sreeL BA aS ... s m 5 O F wa ERLAL h ....... ER1 r ANsvERSE Hens n - --nA SHEET 1 of 2 F=OpN v N IE BARS SING E ', saw CL" ^(} 3 = _O LT neq,n i U EE T �ie:vs aepv.en..ve yri v„:vvnvMon seannarn ��mN D:N s IIc l c �a 1- -I +-{-+-+ - CONTINUOUSLY REINFORCED I Va Z L I AL BAR C c C�C�f c G ED No s uces (LOWED IOTHIN 10 FT of THF JOINT, Z Lomc irOBINAI.Sams IDAN SV.FIT BAR,- 11D sE INTO. CONCRETE PAVEMENT u O S -sED 7NnLC PGFCN TIF n11I ONE LAYER STEEL BAR PLACEWWIT . n.. L. F AC Toa TRANSVERSE CONS iRUCTfON JOINT LONGITUDINAL CONSTRUCTION JOINT N IN,rn s. cED 1.IL i - T f0 T3 INCHES RS FOF 10.0 IN 0 X3.0 IN.SLAIpS. SECTION X-X SECTION T r T LONGITUDINAL CONTRACTION JOINT C RCP(1)-20 SECTION 2 I Q.", €� SHEET 30 ar 106 s STR-985 BASE BID NO.2 ONLY - vPOETT.�+D4S CAST-IN-PL ACE ossu210107ET xu ip FT IS Fi Cd NC BFryRRI ERRAr"I'''iC wER�NTRA�TIRN PAwEMErvT n ._ 7°,ia... s FTE eAnPIEW sraN'aaaa EE CpNCR EGP ANSIPN JDIMT T PTH e RE PIE NC 0 GE 111A115. S; .e SEE WGTE 21 + PPF FUAMEN BIiWMtNOUS E us IU LRM HE'RL MAI _ Pj DCC OF H6NCRCE NRh6F 15 SLUE SOF J01 N1'. 0AR E L� E 0 THE .PARE X 2" n CON e E SIRC OF'T c 01w.' A e n n e a A' y.. T RRIOGE AIR IN ° SLAB a 2REMNN AS -C HMAt UNUERLAVMENTI ON 1 UINJOINT—/ EOMFOF.MING Tb A5TM 1999. € _ NF IS DIRE CT EO BY THE ENGINEER. TRANSVERS_EE_XPANSIO_N_JOINT DETAIL TREE LONGITUDINAL JOINT DETAIL AT BRIDGE APPROACH � ?e �9 EXISTING CROP NEW CROP MI N.76" EIICE OF LRCI"'All NI MIN.aO" { OR LOMGIIUOINAL J01L EXISTING PAVEMENT EDGE PROPOSED PAVEMENT R_ V) m u n ° GONCRETE CURB TD BE JOINT TAANSV'EPEE CONSTAAICTION JOINT REMOVED IIF APPLI[ABL " /'-51..aM.I Nw Inn rN..ItA aL O= A LONGITUDINAL p1.. ..... ✓ "TIE All U j W -.REIMFORGING III L ILL SPLICES OR OF CACP'PAVEMENT t/2 e n n LON Gt iInRINAL ©INT 'A "'=� o IN c, w r A D ILL C O l u 1 0 15"COR, NAR U AEMLN AND GROUT wIHE B o II1�cJ ssF LTEEOX Y. II.cL L OxI ��I Ea,"s BAN VIII EEOUI AMENTS OF PULL OUT TEST SPECIFIER IM BEFUWE WIRFMf G WUdd REMONSTRATE i T E BOND STRENGTH 1 CINEUTIO LCIAITIGINAU MEETS TIE IE lfi OF THE EPO%r-GRED T£N TIE BARS MEIETS THE REOURIMENTS OF OPTION of DRILL AND EPDXY 2.SCAG.fir R..SA. .SPECIFIED......IM Ftl>'6 fir"AWS FOR 9°ANM PLAN VIEW I NOT TO SCALP TRICOFR SLABS, USE-5 TIE BARS FOR I..F55 THAN B"TRICK SLABS. I r I LONGITUDINAL WIDENING JOINT DETAIL i I 1 XISTINc EFR I r PANTCAL DEPTH 5AWtUT N CO E r MI N.SE NEW LONGITUDINAL STEEL BARS 'I SHEET 2 OF 2 sF ^I O LL T ° ` ,T:es Pev of of T.eRa ANNRAMI �W-O. F O po�faXon u EXPOSER ExISTENC STEEL Rn RS T/2 i G o U M e = z 4 CONTINUOUSLY REINFORCED gp°mF sT....... _. ____----...._...--- CONCRETE PAVEMENT a �� m ILFi WIRTN 6Y 2-FT LEN GiH i't-P'f WlR'fH r(-F Y' ENGTH IN RETE AREA, E BRF�.1 1 C O HE E%IS ING Z oNE LerER STEEL BAR PLACEMENT 0 0 aI',nAtiAwE s s P`neovrR e EYEuci errw.EHT T - 7 to 1} INCHES W u O ST.....THE LAP LOCAT➢ONS SO iuAi NO MOPE THAN i/3 OG iuE u.9MG1 TFGINIP O,,,f.L IS SPI,ICEp IN All GivfN 17 fi, WTDTII OPTION E: BREAKBACK AND LAP CROP I1)-20 Pd FDF i FN:H OF N R AVALOWQ0. v<ex <�c L CONITIG'IlR TION MSEAING T IIS R6puIRQ MP NR WILL 86 ` EXAMPLES_ OF LAP CONFIGURATION TRANSVERSE TIE JOINT DETAIL cG n :I PLAN VIEW E KAOI TO SCALLI " .. ^•" E%ISTINGCRCP TO NEW GRpP a SHEET 31 m 106 s STR-985 BASE BID NO.2 ONLY INDIRTAISR.2+oae ossu210107Er so C S /e' /.' Ii JOlvt MFIHOD H: JOIN] /z �•�_�q.� C IYG F-- a.-� JOINT COM�OvNC / COMPOUND r/ FAI VG COMPOJND seau nc 1 I } /z SEALING o'Nr /q. /e - lo'NT /, /a`.-A.. wHi CUNU ,,,„„ s AT Nn -AI 1N.. .- - �' A-1 COMI'OU\U n \ BACKGft r \ SACKER PRFFO?MFf BI-UMINOCS IIBLR _ r —� —r ROD RODMAiERfAL BOARDS Z r r r�— --EO1M1T SF AI..I NG 'HI FORM 0 OR EOLIVALENT. € �' COMPCUM1B 811JMINOJS F18ER JOARDS �AEOJiVA FNT. _ =z LONGITUDI'\AL SAWED _CNGITUDINAL OR -RANSVERSE T ANSV"RSE SAWED TRANSVERSE FORMED FORMF; CONT7AC ICV JOIN'- CCN5T 2l;CTICN „OINT CONTRACTION JO'.NT LXRANS:ON JO NT ISOLATION JOIN] C �1 a e G'.=.NFiA'..... NOTES V-1-110-) Ac NHLI'OHMED COMPI2-SSION SLALS OR _ (DCS) (DVS-6310 CLASS 6) i. UNLESS OTHERWSHOWN ITV THE PLANS, EITH R METHOD 'A" 0R METHOD 3" MAY BE JSED. U- -SE 7 O2� a tl3 A. Ti-LOCATION OR JOINTS SHAT_8F AS SHOWN FI SFWHFRF IN THF PIANS. Q)X d3 3. THE JOIN RESERVOIR rOR 5_A_ANT OR PCS SHALL BE SAWED JN_ESS OTHERWISEGO O111FGNGIIUDINA AND ISHOWN ON THE PLANS E_ W R NANSV RSL CONS RUCIION NIS AND 1IE SAWL]JOINIS. - U=~ a m C1. om N� - Pc5 �Pcs K _ 4. DIMENSIONS 1 d1 AND i SHOWN N MTI-OD A SI-ML * IN AC ORDAN E WIIH IH P*F ORMED O COMPRESSION SFf._ MAN) A T1R_R S R 1OMMFNNA 10N U T 5. R- TO TO DMS 6310 JO'NT SEALANTS AND'"'._I IRS FOR TIIF CI ASSIIIIA IONS. 6. TO SAWED LOM1GSTCD\AL JOINT, LONGITUDINAL OR TRANSVERSE CONG'2JCT[ON JOIM1', U5= JOINT s \Iti,�III) SLALANI CLASS-OR 8 LN_LSS OIHLRWISE SHOWN ON HIL FLAN OR APPROVLD. 7. FOR TRANSVERSE SAW7D CON-RACTION, TRANSVERSE FORMED EXPANSION JOINT, AND ISOLATION JOINT SE USE JOINT SEALANT CLASS 5 OR 8 AT NEW JOINTS. USE JOINT SEALANT CLASS 4,5,7,OR B FOR LONGITUDINA'_ SAWED -ONCITUDINAL AIN IN EXISTING JOINTS. CONTRACTION JOINT CONSTRUCTION JOINT 8. THE JOIN S SHALL b_".LEANED IN AC-DRDANCE W1 F IHE ITLM 458 'CLEANING AND SEALING JOINTS"OR ITEM 73 "CLEANING AND SEA'-'NO JOINTS AND CRACKS )CONCRETE PAVEMENT)'. HI 3 A a HE 9 ISOLATION JOINTS ACCOMMODATE HOR'ZONTA_ANC VERTICAL MOVEMENTS TEAT OCCJR BETWE N A PAVEMENT AD > o� AND A,Ti JCTLRE. [SOLATION JOINTS MAY BE JS-C FOR 3RIDG_ABUTMENTS, IN-ERSECTION S, CURE AND Q -E GO IER, OLD AND NEW PAVLMzNIS, OR AROUND DRAI4AGL INLLIS, MAN-O-LS FOOTINGS AND LIGHIING F- u 1 V J YCS SITE JCTURF S. 0 N ONF O -PCS a��NN ZO v poepamwie er'nanepanaran M^^mvrY f;=S F-0 a rare' o=0ouu PREoRMSD a—0 F- € s�,/6 _'/' BITUMCNOUS FiEER CONCRETE PAYING DETAILS �� a m jn, MATR[AL BOA3]5 IOL I VAI I N JOINT SEALS LL o TRANSVERSE SAWED CONTRACTION JOINT IRANSVJIRS IORM_D JS-14 -XPANSTON JOINTpry' .ru l» Ia�r O 8. a sxss7 32 m 106 s STR-985 BASE BID NO.2 ONLY - v JEAT.�+oae ossu210107Er so 71dNIIY R1FA srA(vaessl s (KK n s STOP - sr>°oise ^y _ <; (rwl p1 c� nss NM vl SIA o.eo.. ® STRIPING AND SIGNAGE PLAN STA 0+00 TO STA 4+75 U V) N v�� o ° STOP � Z n m a.-i ansa rcg_ (m S rim z� e�pa650_ iozo Zo -RMS E "i,. sx & zQ sr v as t�r s�Owl ��� �h G sr"»e,.e �Jayr m 20 M P H. v�cinc r" wr ia•.ia• M(�l�(Stn) �41 ONLY d sxEET 33 ono w wlpma1 O6 STRIPING AND SIGNAGE PLAN STA 4+75 TO STA 8+25 STR-985 � - vno�e«x zmae -2 SPEED 10107" 30 M C-3 apse ti V) STRIPING AND SIGNAGE PLAN STA 8,25 TO END V) VIII VIII z W 0 z W <w >0 z rcon (5 o o N ' iozz 0 '00 z rc < m q 9L w 0 SHEET 34 m 106 STR-985 coa,��..a,s=.EETHa. r S VA�K �'AVLMENo MARKINGS SFRLLl NAME BLADE SIGN 210107 \\\ 4'OF FEDOES M'LFTOP N \\\�\ s _ AND CRCS5WAIK TAPE PLI1 21'`XID—EF'"TOP!3'ARNo. T E/L" /1." 010 9MRINIl1RR LINE FUiR`N RMOST y� fRd T >� �... i.SPtiR2T BY PCAI;ING D. �•rl m I RW y. MINOR S11<hLT EN -v ONTI flK)U UI 4A1'17EIC HB � Q oo F� EN kt-...2 T Ml EE'.NRLR OF flK EARL r v THE RNE%t GR98SNN,M EARS �D�NWIFICATICINEIGHT € - ` THE FIR.,i fRV.'SWAIK EAR .... tOCMiE STRE€1 IN ftl1ESL CA \\ Ed's NOTFS Y Sfk'LLl NhNL ELADL MATERIAL FIALl IyDN I51 Gf LKff2UBE"ALUMINUM IME \ O[ HEI(,Fff OF NAME HI ADES SHAI NF 4 FlNB RHI IE(:M OF LITTERING SHALL / NAME MEET HART LFGFND THAI .ONSITE OF INITIAL C✓iSF_FBM ON SLRFE.T o !9 `- ON GFWTEN RECALLS SHALL HE SERIES D WIIEN TWD SIRIGF NAML LIABLE WILL EACH APPROACH RE ON 1'iIL SGML ASSEMBLY,IOdRSL fWLV Sl NIELI NAND RIAOES SNAIL uAVL THIS SAME WIDlP KLAN DO . SCALE.'. NA S FIG GdEXXCI:PT FOR NAME DILATES D('TML SIGN PCFlOW'ie IS RPPLI(':Ata"'LL PO All �� d 3 REPO""ENT OF SIDES SPALL MEET 2DI1 TEXAS MANUAL OF UNIFORM TRAFFIC. O=(n OONfROL DEVICES('I'MU1'CB) AND TXDG'f SRPMICARD' U w (zz(4 SOU"111911E STGP PEAR � MAINTAIN d PAVF.MF.NT F1RFFa MF DRVHFRPLIE+EnSTIf,�i MIL. ER05�S`WALK RARE W nm It s 9EPWAEIR EDGES OF O=~ sine PAR AND '2' E- 0 mv, CIfOSSWWLK N(71LS O w` T A 'TOP AR AN R WA PAVEMENT T,BLED. 'HA 4 I.WHIT LI .P 9 R C C1.�5 ICS I I RF 2 506 D F., o U CRO S HEAP A.PPUED,ME OLI PREVORMED 6SOLIPl BLACK HN HOPI fSIDE CROSS ALE INC 1 IF 24 IJLI(!WHHC it 2 S©M"THERM ON Ri01Fl SIUES ,� (iYT�E f HFAT AP HEAT AFW IFU 75 MI6„PREFORMED THFRtxCeP CST G). 3III CAP —2M1' SOLID WHILE CROSSWALK LONCRAf;I OR SHALL PREMAIYK 51 FIPINt;LAYOUI bUR LILY AWPROVAL PHIDIR f(5 �I III DAR(IYPL C ALAI'APPLIED, 1 I_PL4CLMENI ar ANY FINAL PAVEMENT MARKINGS fi25 MLPREFORMED THFRMRR6,AND1AO 3,THE PIACFMFNT OF OROEPWAV FARE ORA6L START BY PLACING,THE F]57 CWOSSWALX LAIC AT 111E CEN FEE OF TME ROADWAY,AND 7'IIEN 4 10 ULE.NC%'I' CROG50LK EARS,. MACNTAIN 12'FROM LIP OF CURB NOTE. 4.DO NOT STRIPE STRE T WITH ROADWAY SURFACE TEMPERATURE LES 57F, Wg,Ay 10 CHITS ALK BAR. LfDNGI'f6 NNAL BARS SHALL HE PARALLEL Q� g FU TRAFBC FLOW IN ALL CASES v.ALL CROSSWALK 2011 AND STOP AL O THAL RE R FICC ACCORDANCE WITH THIS(TBTAIL 7 8 5 AND THE 2011 iF:(AS MANUAL OF UNIFORM TRAFFIC GONTRLI DFVIl,FS(PMUT(fO)_ E7 Q FOFiDA'S HAI 17 AR(IAI")WACWALH D£TAII._ rc z I 8 T MA'Sf]uD Bur DY+,C STALK Y tiCAI Fr. N d S ¢O (TYPE G E LFP > AT Z 1PY NOT PR€VU4tA4kD [i''-DLll WHITE I'll RAR a �� Ibi'LE MIDPLAhIIL W p TYPE_HFAT NPPI IFIL,1R."MIA.., >oN F 24'SOLID WIHHE SIOP EVER �/ RE'FUVPMED II JA Opy Z W FT"/FPF C PEAT FM Ef? 125 ME � Q �$O N� W O RFFQRMFD AHRMCPIA TIC,) ETW5 PTAH G PAVEMENT ;p ED S E $iUF2 RAHFAND OF ' u4':SOUD WHfTE CROSSWALK �O Z fF.1 >m s 4 i(IYVL C NEAT ATLI ILB, Z F•m y Q W CRUS'SWALK 12..MIL RRF60RMLU K p�„ I1 CAP THRMOPIASilIS s2!22L E„pI�E onr. o�RnIL �� a �a UR A`FIJADE ROAUWAY, ;'GALE N I.S. G -'Z -e”SIN F3LASK rDO FRA D 0w FAR MIIII FRFFSS�^^2MEDPF*LIFU, No TUIRMDR�ASTIC.J O F- D"SDLID BLACK CROSSWALK S AT(n E1AIi(D112 C IIEAI PREFORMED U iG5 MIL UFRMMPIASFICI SOC" STOP RV ((RMFFOATAlPTf MIL RNFBTHERMLAS ) = c M MAIIRI AIN 12 I'N24M LIP UE CURB I(7 CIACS WALK LAR N9TC', ONG TI URINAL BARS SHALL AS P4RALLElL o SHEET 36 m 106 TO TRAFFIC DQJW IN Ad.L CASES Y S conn oc.wlPc Pa -a °? HI0IT 0',1N I @RAFT C,PQSSWAIK f,I LAAII., HII,d CQNIRA5TSC.HC)>L11 ,EJNL [BAH RLIAIL STR 985 FSP CDNORFTE ROAL)WAYS SCALE: N _S- FOR CQNI,RFTE RQANWAY;i- SCALE NT_�� MNINNSN.R1o49 ossu210107Er so SIGN SUPPORT DESCRIPTIVE CODES REQUIRED CLEARANCE SIGN LOCATION `°es meee.�b�ne<eee,ee..e,�ne,enm,<,e„�ne,e enc wen,l,�e,,eee„� FOR BREAKAWAY SUPPORT Pnveo SHOULDERS T-I NTERsecnaNSM RD SGN ASSM TY XXXXX(X)XX(X-XXXX) < n IA HIGHWA ]MERSECIION TIT INTERSECTION 's m a AHEAD ems,e,—, a AHEAD s,. -11 11il-11 11-1 ,e ens„ 9®s Ie I��eee,e ae�,ee oewn„ee IGH�sr„�,,e�IL�n °�—� ISIALID 11 1.ITC 11, PLESS THAN 6 FT. WIDE e GREATER THAN 6 FIT. WIDE aW zee suo�s��a ii,o�si�a Tip Wi11 TIP r n. Pi -1I TIP n or ieoe,s n.non rn r,ne.wewq.,lace �II�p T1 µ , eeq,o,.,av, one. .age o,.sou ee. os close,o ROW °as,w,iwi.IIL Is Ta€ - ��.e..,in eni ePoee ee, en rmeei nn,�e�. Ed II III F IHaIaiun�nums,n I—, see I011IS IIS BEHIND BARRIER n9e.Peeen e2f59 259 F _ Baa No more then z sign Acoeptoele HIGHWAY znmem HIIIII oB posts should be located IMERSECi ION INTERSECTION ION within o 7 ft. chole. AHEAD AHEAD oe e� oa ren —9 — — — — g:'2 .vs elle' h, `�� -s Not Aopeptable R_V,DUD - IS $eW1BEHINo RAI $BOeHIND CONCRETE ER cc CI oP cc Not Aaoeptable Not Aoceptable n e.a nee w,ee ,ranee .a n o n. enn n n cone., on oe n.enc.. U TYPICAL SIGN ATTACHMENT DETAIL SIGNS WITH PLAouES LED RIGHT- - Single Signs Bock-to-Back 1-1 s IF min.I, Signs Q EAST a �nnoiien on,ne onek,in ,wn�,9n, E Nut, oe ,"'” 14n4ix HIGHWAY EAST emwnenrs aha weeonnHcnvnsv,+em Wemcanenrs�ea m' o,,,ioia ]MERSEClION AHEnD en Po, �e�ewoe�n=nonn , ww� a re.as�� �� w�o� 00 cuab a CUTTER OR RAISED ISLAND nee1eP ,.mne aV;.=;onTSIs. a�0 r z Z ennene� �`Hlcewar �'^ 0C1pe9. ene..ow�,�ene,e e,ee. e SIGN MOUNTING DETAILS ��3oi z� SMALL ROADSIDE SIGNS ZD0. o 0o . INTERSECTION AHEAD GENERAL NOTES & DETAILS l-m z� e, e e.I—lh,I,Z SMD(GEN)-08 0 B, e<�ne ne engin he I,Iee eew,,,e 0' FT a SHEET 36 m 106 s STR-985 e vno,ecrx�+oae ossu210107Er so TRIANGULAR SLIPBASE INSTALLATION GENERAL REQUIREMENTS NDTL vgo vee„ ime mer s dev approved e u cmro.m,o,nn rouoxire mncinca,icnv�omvon nr %+' g„5 -s 11,e1o1 N.11 11 for the 1,i angular SI iphase System. Please reference the Materiel Producer n ip ease List for apVrovea sl 1p base system remiiw na h+i p://www.+xaot.gov/buss ess/produc list.him e, as p The aev ceS Shall be ISTIlled per nufpcturers oat o 3 �� ��o allot an pl-ealleS Shallsoe x5r, ouramura. or Oe0 to the Eng ne r by m tractor. wa f. h In,wa aaae a,z sss amps ma,n„aw � �e .oa n us,us/n�ewc,ouue a na .a��a,wo,.,shnwn a ga saaan.,ams.oa as o,sn�n<a. V) oP`. •tea::a woo�a !, ana m,no as O�W U R o n rn�,oa r sl rs ma,a.ea—al 11 1-- 1. .s-,o CONCRETE ANCHOR aan t na me ua� ,. T...Da,,,t eni f Troas,re fW w o p o O g o,.n ons „on a x O H H z d SIGN MOUNTING DETAILS ��R:0 SMALL ROADSIDE SIGNS 'ic i— Z o TRIANGULAR SLIPBASE SYSTEM �Hma 0� n=oea,�oaaaaxPa�w„a o,moo aaa/:oo o, awna,w , SMD(SLIP-1)-08 u cG xx acx—v a SHEET 37 m 106 �s STR-985 s vno�e«x�+oae ossu Er so 210107 A m8 1I •%a rnanne' A L—J h T:%T D1,1 7 1 B Al- N1 AM 10 A'. .11-h 1.1 21 lo—� h 2�h�17'��d' A...... A A S, �n.sRA �Vm 111. „ s o.e=o aid<� > I A I A 1h. —1— Z�, h�h.' 2 IIAI oilto 19 R--V)L REOUIRED SUPPORT p ET, 1� ITIP�T,,111 11 SIDE VIEWDeYalwelwCE 0D ECI SMD'I 11 11 TI l111l1 —,T1 D e memo,roe enn T,xus DaporOm rIllp"n,111, 0 T > . 0 'i— c� 1u R1also,.11A111.11 IlT1 Ix 11 All 1—T' 111TI 1.n1 e TI lll111ll1P1 FRICTION CAP DETAIL SIGN MOUNTING DETAILS E RI: TIA h i Eozo z s -1 1 SMALL ROADSIDE SIGNS D0 I .1mnxTRIANGULAR SLIPBASE SYSTEM 0 11-11 IFT All 1, "1" ho 7 hrl, ,A 1h, ma Z 9 11 ID IIN� 11 SMD(SLIP-2)-08 0 (D , A 021 11A 01-T SHEET 38 m 106 STR-985 ossu210107Er so REQUIREMENTS FOR RED BACKGROUND REQUIREMENTS FOR WHITE BACKGROUND REGULATORY SIGNS REGULATORY SIGNS GENERAL NOTES (STOP, YIELD, DO NOT ENTER AND (EXCLUDING STOP YIELD DO NOT ENTER AND WkONG WAY SIGNS) WRONG WAY SIGNS) o-r—Io,'.,- �sxsoi. A s,a�aa.a e wa>nionaoPss a.�,o.F.E.oa o. ...P:..tt° P:_,s vu.k..ri LooPN 1— o.1 I'D s�,f: S� W' III 0 90 aP "g .0 WAX TYPICAL EXAMPLES s,a�aa.a Iia sn,a,s. °sae,munrea signs a.e snovm n me suo re.es REQUIREMENTS FOR FOUR SPECIFIC SIGNS ONLY 5- SHEETING REQUIREVENTS USAGE CILII F- �9 PogIAL ti 0:4 02� ece LIIINI aoeres wRII e —I a IN c EEn a n oma' N sE� T , ,xvE a as usEn rva U �vi DOW a m REQUIREMENTS FOR WARNING SIGNS REQUIREMENTS FOR SCHOOL SIGNS O�IAFYTv VIII} �� Eou Enasxide a„xx I"n'a,7%','121�pow„ wm�„a. =as s s RI TYPICAL EXAMPLES TYPICAL EXAMPLES NQ Z W x W J W w O ^ .uII IV"ralm rr�srvnar.x'rruxyam G0"o0 E G 0 N W V ,II ,„N� 00. TYPICAL SIGN ss ¢-- ~ Z� ILAIK _ _ R a>�.oao�No ,,, EE.�N� REQUIREMENTS ieDo mw € ~b U TSP(4)-13 0 � a SHEET 39 m 106 s STR-985 s vno�e«x�+oae ".77 u210107Er so ^^o the C e9e e.e^^eme^r. e�Nelee m�^ery .ea°.e^ ^e°.o^^^ �t EDGE LINE AND LANE LINESroe t°the ° =2 ONE-WAY ROADWAY TYPICAL TWO-LANE,TWO-WAY PAVEMENT ae er eo9eI^e°r e t,"e ie^e°°muror. e® s .§� WITH OR WITHOUT SHOULDERS MARKINGS THROUGH INTERSECTIONS ''- MATERIAL SPECIII—IONS 600ISA W rEeee er ve�e.e^,r6 l f E^ 'S ]h Ea9a gine e _.'Ll l,.:! _ _ ,De _�ve_wa vei o"n/ e e e e e e eAll 1111-6.1 Tai soeciri s - C �� oy 1ne aomwavl 4 Eaee gine A vn,E En ,�E. a° ° ae soeciriea pians. ca on A B CENTERLINE AND LANE LINES o°oawewn, ! i FOUR LANE TWO-WAY ROADWAY TYPICAL MULTI-LANE,TWO-WAC PAVEMENT 4 LP K WITH OR WITHOUT SHOULDERS MARKINGS THROUGH INTERSECTIONS n, U(q a1hol Ill s 1—D12 IENTIIL;Nl ET,a 12 1 �. ^e ^lo 0 1 me,:1I t. I00000� cee 3° � NVIII ^e 9°loilil^° F, ,he^°°DP^. Ih TWO LANE TWO-WAY ROADWAY YIELD LINES 71-TIS WITH OR WITHOUT SHOULDERS °e'ee RUDE FOR PLACEMENT OF STOP LINES,Ill ,e ° WM111e Ee^e Ll- N°i Es EDGE LINE & CENTERLINE z o o ^e re. 9 wee wil,h, If fvVIV woo~ e e 10000 v e a s...the a ^terse cont o stops 9ns II t—m.TI . ,+�+,-ffi aercgwm s • O O y W N E., Iate ...o0 ona os eete ^ea^y,e Eng neer. - O s`9ic - Lim, g0°e °9 ee ° TYPICAL STANDARD °z'oI ¢� z Ee9. �J � I 1. ^e Tete..e „he„ e„see w„„ PAVEMENT MARKINGS FHm� as wh�e,° 9 E, Ell.Lie ems,. ' E°ew„e^,he =1 e.^e PM(1)-20 v z hi.eete^ly the E^a lee.. FOUR LANE DIVIDED ROADWAY CROSSOVERS a SHEET 40 m 106 s9 STR-985 111111EI,21949 ossu21O1O7Er so REFLECTIVE RAISED PAVEMENT MARKERS MATERIAL saECIFICAT-1 FOR VEHICLE POSITIONING GUIDANCE OT, cs. „oI->-p o o e '—L— oe>>a-, ooh -� -� o 0 0 0�0 o spec ��,o„ ""• o - v CENTERLINE FOR ALL Two LANE ROADWAYS �YP �1g n-p a CENTERLINE AND LANE LINES FOR TWO LEFT TURN LANE ,roe �Tooe o-c a-co 0 0 0 0 TEP,I VI CENTERLINE & LANE LINES FOR FOUR LANE TWO-WAY HIGHWAYS A JJA U m oa iron Ii I A ,l U eas ,y ,. z. a w�.a - d-aA LANE LINES so�sFe.Oa R�ao..m2a ,.arr oY sa�Tai.eaa raoa R rsonwaa.a w.o�F-�REEWY FACILITIES) e TEoa 11 To v ewis°e, OOe s U - „-A-> VIII DETAIL "A" DETAIL "B" DETAIL "C' 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 GENERPL NOTES grace Hanes eve CENTER OR EOGE LINE SECTION A 0 0 0 0 0 oBROKEN LPNE LINE Z �� RAISED PAVEMENT MARKERS a 4 0 0 0 0 0 0 0 0 o z.I..o� oa�a,e�s,na.osaa e�owa oe o aeea,o ore sae o ,e o�eu�a�a REFLECTORIZED PROFILE PATTERN DETAIL 0�- z � us�Nc REa EcLIvE—FILE PnvEHENT aaxINEs e1V"ar�lrvmErxaP'vMngmws:'mr 9rr��"eK � N f Z O aG0- WN Ta h'=) si,.v: ;� e n��"'� POSITION GUIDANCE USING I�3oi w� oa,Des RAISED MARKERS Eozou as ��� aua.,ers,oa�xmum egro�,ouar,ers. RELECT ORIZEDMARKINGS PROF ILE �H-7 0 MARKNGS o a I NE PM(2)-20 v z a.FORE LANE, eP,�oNAL e.ELSE o,LENS umL�NEE as,nme NTNE NOTE a SHEET 41 m 106 s9 STR-985 111111EI,21o49 ossu210107Er so NOTES GENERAL NOTES r no..ow ne o r, 57 o V oasuoe°r ^assn zones o eas z P s s s oor'on o wna,woo a .ar cuT S; z.o vm H znNE ENos° °a^Ps sy� Ede s non,e ,s oe o r P wo "eo»».,no WE�a wa s°nos°ns o e=os r e s,onm a S o xm firv�.5 11 To, El - p ir,i m .Tenre�ea oP,wenn me r��s,nn ,,: �€ oee ° neor me ws,�Pom eno^.m=roii-w ,n,o�n lone. h�A swo eonro.m,o me T—T r�eewa s n n ana000I eo _ ion,ono TL °wP ees Tw= ®® `✓"'z �—{ e e a� e wars ono�o�oea wee pane. e u c a w, n�oea H, LANE REDUCTION w MATERIAL SPECIIICATIONS e ePAVEMENT —ANI PIT-N° >o °A 1hitC S J 4 0 4 0 e moa„e Tyne ecene ie e '.IT tTln TWLIRA1111 PAINT as th ate€ ^, ew Pa s^less s,mPa ei sPwne.e�^,nP of^^s. ' s - ti �o n�,e one ane maTYPICAL PaTRANSITION rFOR TWLTL ao soea^�oa.�o^r o okP;,,o crone;, AND DIVIDED HIGHWAY ^s snec�r�e^or,e neo^s. U 'c {YsE � U W B 71° n.e ane ane roe IT-n-n rna�ne, a� 1O �III Cz Ca - _ _ _ -A, TYPICAL TWLTL AT ONE-WAY STREET AND RIGHT TURN AUXILIARY LANE `V OEllo- Do I vas s ne. a e=renoIon o 'ttElCo �oaTTea a wneane Lil. nPee a e e e An.ehe---- a, z TYPICAL TWO-LANE HIGHWAY INTERSECTION WITH LEFT TURN BAYS w > w a 2P $ _ veiiow e.on o o e aw "1e zo .i low zine III¢,€e la�m.ma,aP'vMngom s.:mr P. ZO a e TWO WAY LEFT TURN LANES, �3oi w RURAL LEFT TURN BAYS, �E Z0 ¢a e e e e e 4 "arker- 3a +� J n� AND LANE REDUCTION , °°o ,a r„ne i.nPthar a'°°ao °ne -- o PAVEMENT MARKINGSIINT rc a TneE;��'1 4 �� (� --._� ,.eLne PM(3)-20 0 z M1J Twow A s �iowL ©„oma �nT, TYPICAL TWLTL AT TWO-WAY CROSS STREET AND RIGHT TURN LANE DROP DETAIL A DETAIL B ao,a m a SHEET 42 m 106 s STR-985 s vno�e«x�+oae ossu210107Er so BARRICADE AND CONSTRUCTION (BC) STANDARD SHEETS GENERAL NOTES. WORKER SAFETY NOTES 1. rtYpicglna a�ysi S-1 11-121,11.1f ISEASM1Ameracaon Nadi lor,a$15Tcodardof h-Vlsibee+ing Appare e,hl s ANS]olOTa2009 s YM1B p g YP TM1a req.IremenTs or equCvaclenT r 1 O6 The In These sheets meal or exoeed evlslons, antl Iqbe led c antlArd in n Dont Mined ITMUTCDI. performance for ss or 3 risk exposure. Class 3 garmen,s should 3.�._.`. sM1own Texas Mcnuql on Uniform Traffic Control Devioas" o censiderea for g TraiFic volume work areas or n g T Time work 5ry W 2. sign o e Traf+ic Corttrol Plan fT CPJ is,he 2 whenpf r'1 e;`B~ S rl5pons�b�l 71Y of t1l En neer. cog n9 s.aad cT n g T. °991 sT f—I 1M1 1 b1 T-11-1O e conTrq�ror mTAX, TCP t 519ned h cr probo The elEtgitPerdn, �® "® slot and wadi Cottraotor gbrobosad cM1a�gesopr vdl. Th dy develop, COMPLIANT WORKZONE TRAFFIC CONTROL DEVICES Qon. 1. m yff 111-11,IF cee Leet ICWETCDI aesor�bes P e-q.al fyea P oauct, 4. ung t gff�c ITS gbprox�mgTe I—Scion of enr dev�0e w ho.T IT,gbbrovel of The engI"S'� qna r e so.Mas. A. Geometria design o e sM1 lfTs e sslIl B, m TM1e 2. Work zona evicee shell ba compliant wi Th TM1e Manual for -°• AT c Aria a e Amsricdn e Assessing safety ardwdre d(MAS H). e8' Assor.adtiondo H7,hAS;and Tr Por a,a S117-11 11A H 1,,, \ A Po icy,en n of H ways and S,ree,, ,ne TxDOT Fbedwey 6. WM1en9brolecY SKgor en9 111, elEngln�eard(�sm9m y om HIT ITS ENDSROAD WORK, TRAFFIC - \ _ FINES DOUBLE, c rning signs I signing w - ALL1 7, If,ne THE DOCUMENTS BELOW CAN BE FOUND ON-LINE AT '¢ IOS ng,yIR, haCPos pA'.by+I�VklAl V RJ0Ag0V All—Ild by F11IT,Engl9neer. ewBEGIN ROAD WORK NEXTdX MILESM1s gn shall be COMPLIANT WORK SOLIF TPXFFIl CNNTPI)L DEVICES LIST a T M1 d + ~ revise o s ow approbric e war zone is once. T. Englnear may require au ting signs on,he mealon s f DEPARTMENTAL MATE IAL ECIF nignways wn e meal an w Ah wil pe mit cna traffic volumes MATERIAL NPRODUCERR LIST SPMPLITC O= Jus,X111Ary The s�9ni 19. - U e✓1 8. All sa . signsda e q n tlediq e sUan STgndgrdHigh—Slg,D-1911 fl, R_ wDgu nAt Ma ' s poae g dem1 o,hemaefare me.ITS I, X CI, O 9. U BCes coAs� e Englnee�will determine TM1e most cp 1-11—11-1cp Oon..ol ...T"b 1.be Io lnlgnway c e Ino u \ Illj Canto. oaCSons ntYnq MCS ba ITSrequired. on BCI2 ev hl OBEY WARHINO STATE LPW s n, STAY mALERT STALK OA TEXT LATER cn he WORK ZONE TRAFFIC FINES DOUBLE 110,w e CSJ e BEO]N ROADTWORK NEXTSI aMILES, CONTRACdTOR d,IEND ROADhWORK slgne s e CII limits. For mobile opa ctio S. limit segos are no, egu red. I1 place—fly wM1ile work is actua y n Z progress or a de Fi niTa Hasa exist s. 0 12. IT,Englnear has The final CIaOISIon on The 111flon of all Traffio coni rol U davit.. SHEET 1 OF 12 9 Iy Q 3 s 90N— Z ,e van f e ae F bmoTraveh ra9udldreel, 'lull mr irwr:a"IYm�gnm ,jm� a�o0 O N ar ds gbprgved by TM1e°e�ei°ea�.ar robaTaa behind a barrier O s�3ox BARRICADE AND CONSTRUCTION i o z o Z 0 GENERAL NOTES �QmN w AND REQUIREMENTS LL EC(1 21 v o a SHEET 43 m 106 s9 STR-985 s vno�e«x�+oae TYPICAL LOCATION OF CROSSROAD SIGNS TYPICAL CONSTRUCTION WARNINC SION SIZE AND SPACING oxsu210107Ei xo T-INTERSECTION SIZE A'IN G D ar�za asFI-G x"o o All INT— TAo„Aoao e ,SO BW ,ae s:” a f1 0 IT OF �° �o s oR o,Au X All NIT g ,� nY. „r .DryE 11 Go Ett - s ger, c aea-s, ewr� 01 .a,oaa s ww��aso N, P L11111 a e OW IF om Th.�mr.:=�,�o�.me Era gee, mza-�D,A� s �s,nay De.eo�assa D ,P ae,o�.I —IF a, � ' �.,,o,,nrw�ri,rwnr.r i�, e e e e�•Ino��a oe��I.easea as.,a��.Pa,o nage�soo.,e, L, ine Ons o.S Sae umenea oySi Enp�nee,is e�or,sna ce n�aiocece SAMPLE LAYOUT OF SIGNING FOR WORK BEGINNING AT THE CSJ L1M]TS �a or��I.easeo a9.eo��.ea,o na.,e i,I WORK AREAS IN MULTIPLE LOCATIONS WITHIN CSJ LIMITS O * oz o.on.A ae�aS�a ws.��e OlO Illi-IF ego IF O =PEE❑ �or�,ar,.oaAra� WroPo.,F A RN❑ K Tm �xX �n�a�ror a,r�n,�oIaw ao r:an a.:�a VIII}o a a oh�f A. `� � p a «.p, 7 Si- a�0"° X X Z oso sRx m�a,�s^ NOTES Ar o SAMPLETIFLII I., T Cr SIGNING PFOR W K r INNING DOWNSTREAM OF TIE S o LIMITS a W N j BEGINNING n12 5 EE 2 0 2.. G��_aaxA AT NO iVVaelaeevnw aamvmm s.,a- Oor O«rws ❑ thG N` ex3o� C)N AA AA Y� BARRICADE AND CONSTRUCTION iooczi am PROJECT LIMIT rcem. w 01,ns BC(2)—21 �2 e0i C) wes �A a mm o r a�. T �� , rPLINA,EEo ;71-Rc COM.os,o,w� oQ m ww 1;;CT � CD FI X x �0III. 121 2- a SHEET 44 m 106 s STR-985 e vno�e«x�+oae ossu210107Er so TYPICAL APPLICATION OF WORK ZONE SPEED LIMIT SIGNS WILL zone speedlimits snail be 11,911 atory,1,srobIfished In accortlance Inn The"Procedures for E5rab111h Ing So ed Zones," ono PP__ P oven by The Texas I...—ti-Comml sslan,a by City oral nonce wnen within Incorp...T ea CITY Libit \ � Reduced speeds should only be posted in the vicinity LINITs of work activity andnot spnsD throughout the entireproject. tr',`ne�.w�.fi•,fs o` Reg uo ,wore I eed signs he f they �soha be reLIMITS moved o1 cove-0 during periods when they a not nee ded. b b b b EE b ° Y60 Ed Iasae bMk2, 7Mo k2, o ,Cir EE a 7MoeT,UNITg cvn s 6 0 f s LIN f 6M0 R1- 6 0 n V GUIDANCE FOR USE. O r LONG/INTERMEDIATE TERM WORK ZONE SPEED LIMITS GENERAL NOTES )_ X ° I.kveo'1aTory w or sections of construction eleksaeea control a a.mala°maortance. a -- ohlgneorein IT,I.1k ZS11des gn spina is nc1 teas Iola. Dalt icm ion of 1 geomeiri cs 10 2,RegulTOFy—k z—speed limits gas snail p,played on supports Cir s 7 foci minimum � ourn n t. O ` a LimitnI, 3,toned z ,d for one 11—ion of Travel ana are norma roosted ury may a angora .sent. r eocM1 Direct ion of h-1. ��� e�ycnegot latge71 TTne work a ncludYngobe 1, o grsorere nou1O oe. s V C!I Df roadway g omeirics<divarsi onsl 35 mp ana D.2 to mile icon JET—, eguBlarary s signs s lagena ono Domer on a whir.reit act five bac g Duna IS-, Reil.ctive Sh. IngO on B-11. ally OOgarenr t 6.F M1e"ASUNCE SPEED LIMIT"-3-5lsign, Obriwiion,arecTlo of 1 Shull11.1yIfonailions.xi ne work zone sbs..lin,s gns "WOHIt ZONE"<G2g-5oP1 no GeSPEED LIMIT"<R2-Ilsl gns sM1all not be oai0£or Z remain 11 place. w rep y, n snail ba const Oereo suosia a y 10 Item 502. O 1ay'Ng s o Cir oe Citta mess as y U SHORT TERM WORK ZONE SPEED LIMITS ornerw�se nor.a unaer RFMo G oR'S"No"on BC IaI. Qy 8 Te M1nn o reduce iraff c speeds nc ude but are not m lea ioSHEET 3 OF 12 y w 11T, g e1 of e r ave ed y acru y A.cLawoe n me nave ed way ae Aq F Z a�Ooy ON OShlrtN UM Sanosk P Pa when work act nI snot s sneSasPo m r BIIABRICADE AND CONSTRUCTION SON =0oa=,f a m z Is1,e H1, Ing d cane ng do BCIa,,. work zone soeea L�m�re snowy on y b,aoe,ea as oonroxaa rot noon g al-cr. WORK ZONE SPEED L IMI T m� o e a zone 1111-1n see—01 form.1201 71 rhe T—T e-corm sy—M. n Konno BC(3)—21 v a SHEET 45 m 106 s STR-985 s vno�e«x�+oae ossuIIN111L 11T11 1111 FINE 1 210107Er so TYPICAL MINIMUM CLEARANCES FOR LONG TERM AND INTERMEDIATE TERM SIGNS ROAD ROA® 11--or the Ecaicca,. sial:snmi oe IS alta tc.col Tata,we n,cnc - WORR tlVORBV®RIS WORa \ �'•': dRIO9® AROAn7 dR§dD dR({d® HP ttea f.',.,'.= '`<• ,e.ah9.e ns an.Es'°T,:v=` ma,. m. 11,1111,111, I"1111h Iho aa�aee.a<aa, the�aatac,U.e.,�ae,anm�an.eaammeaae,�aa,.a of ho� a Y as,he ARRA at,hSAS e as eaDe,.a,e.,he.11 mm .a,ae�e„e.e aaata, a>aaae aeea ;9 =e eaaaaa cea.e e,a a t aha a��a. m� as er,e,hon�c,he a�aaea aaae.ea�ae ae a aaae a..eve n. aaa,�aav�,a,>a,a�I,Ih��1-11 lova.,�a,a,ra�or,� ,aa,TThA oa. e1�eae. m aaeaa�ee a�oca,�aa�e thaa oae ae ..aaa as to T MI,a a�ah„�� .a�act1ao � ATTACHMENT FOR SIGN oSUPPORTSo Ed �ae,aaat�haaae,a �ate.mnt at,ctaha as a.as to aaa.a,��t.Y T m�aatee, > we,a e w am e,ah see,,Racy,e m ea.a =�ac=a e e m a m�aTHATa ave A.—Aar oat as thTt eweaae �.e aa T eeaaave a �aae a :a' e. m,a,=t' Tri: HCi HAD s ROAD 11 maaa,aa a,yea=,,e t.Rat aa,�.e tnaa s teet,soave HA as a=a,tece,eae,a�e=s wa„1"101 aa. DOMB�� °°O0e � ox cNglls sh1I ItNOT MORK � AR Ao DI.Ihlsigd. ���ecte,heaam di,e�ily to the sign SUppor Multiple a U e=€x / sgns sha not Oe can cv ct m.t tae c sa c a t.can ace c nom :oen o so co avc soac.c m sGO ig�nea o sol�cea oy s Rhe.ee�ma.aea P�ae,�a Ansel lxnot oea�.emens at cus-eTca ,�o ,,I G n'PO ,et na,e.eaa�.emea,e at est aTaa> ,,, m.ae aeea ta. a a=Rae.nh a Ana.sac a Rae VIII m Ome.megns. nam.=�aae e„e.,aaa na�e.e ehan ae a. III ahoa�ehem�, o.m�eom,heeame9oaa,mm,.�a�. .nhoeoa.,m°h,s,anaa.a=aaaToeo�t�aa,�ohe. STOP/SLOW PAD-S CONTRACTOR REQUIREMENTS FOR MAINTAINING PERMANENT SIGNS t-1111. c.sg ��toi tea n the mao�on or ai Viaea gw cr neo any LIMITS rc wits a minimus as -1 not ce HIc.a at 90 o.q e. th,eawey. .s,s qns c eu a oe xoewa o cwio.te P Z o�ecert les unser autemeolie neem lams at No t,w molt aemcalno the can sneer na. 0 nsem�m sE.oT g F xena s na n eev�ces n the ruui o. cmn.uct.en. t'ea aavice u:nu.na r nsniiea un u.cuowPi w tncut c soon w.movea Ana nates eecnrn tea uoan wmoietian ar w.n. W Q C) ate c M W i two nq EE 0 2 9 Q xncn oc.manam.leu mo.r o.wa.n ne s�s w ov. t c — F F ` umanta a mKa wrczoo,F� ZSop SL u, O� a �SBARRICADE AND oNTu� oN on N am ThIle°°°'°�°"ae.,e°°°�°°�a,e°°'tem ae °'°°'a.ea TEMPORARY SIGN NOTES aevm� w Dc oiacw U I "M, A LL O — ,h. nna sha n nm oP asPa,n BC(4)-2 1 u ©,00,o m 21 a a SHEET 46 m 106 s STR-985 t vno�[nx 21D49 so 210107 A AIV/ < X" <> -Foos, ,r — : A 1 71 S o NNI PERFORATED SQUARE ME—TUBING SKID MOUNTED WOOD SIGN SUPPORTS A LONG/INTERMEDIATE TERM STATIONARY GROUND MOUNTED SIGN SUPPORTS PORTABLE SKID MOUNTED SIGN SUPPORTS 1> t WEDGE ANCHORS h ........ lu;..... ...A ....... OTHER DESIGNS C)-r vi 1111 RETIIII 1--V) C-11 us,.. III —11TI LlAl.RN. 6 y. SENERAL NOTES g, 314 goo N' S f3 3' 11 h- ............. IT ------------------------ . ........ AA N.T 0 SHEET 5 OF 12 aim m >0 r z ic 00 ON BARRICADE AND CONSTRUCTION20 Z Z 0 x0 TYPICAL SIGN SUPPORT . TV. SI NGLE,,LEC,,MASE BC(5)-21 chi Q < SKID MOUNTED PERFORATED SQUARE STEEL TUBING SIGN SUPPORTS ..... TERM STATIONARI PORTABLE SlID MOUNTED SIGN SUPPORTS SHEET 47 m 106 9 STR-985 111111EI,21D49 ossu21O1O7Er so RECOMMENDED PHASES AND FORMATS FOR PCMS MESSAGES DURING ROADWORK ACTIVITIES fihe Eng�n.er mqy approve other messogeA not PER,Hf I I covered ITS,A- Phase 1: Condition Lists Phase 2. Possible Component Lists �,anaeae�e mF1. ... z. ss�ee en P sxo,Ia ,ann a beou,I ,o fy TO, upam Lanes Ramp closure ustaction to Takes Erred on Travel Locat ion war inq xxtiadvance ....... ....... omcr condlt lon Llct Lest List List Noce List s' win convey a s ng e,muq,,ono mss,oe wae,s,ow or FREEWAY FRONTAGE ROADWORK ROAD MERGE FORM FMA SPEED TUE-FR] tr++ yo-ov aanM'-i AWE aon o e,ee r. 5.s. N� - nes snouia oeFSHSSIDI %%%%FT �9®& oNxA 4 s me m,::w. TIAHE IC TRAF - MAI xx g 3 0000 00000 0 �.,e,e Yo.<„oe Yoo,o,< x MILE DELAYS CAUTION Fn,-SUN as 0000 00000 Ed I o9a 00 00 DD D D �s, o ae, DIE n.,n.a,he.,aan 0 0 0 0 D D D D GO as �.,seoaeo,o,< and„e,nsa asase,eeee o.,oma so n D D TRAFFIC LANES USE D D ~ W OR -- XX BLVD STAY e s woad oa"I's, T oao as vuaas T LVD LaYEs sxi FT 11 enas<1mvsr o<as<d warn sTav iu LauE pnos<1. }x see aoei Ica,ion auiaei Ines N.L.s. U F,IERMIE III SIR <a ro,wo o<ee<,, ieami<n n�<e i.<ea. efl 0 Ho na ,van nne ween ago.,a,ae wc,n. °'e=e ro SHEET o of iz > W PCMS SIGNS WITHIN THE R.O.W.SHALL BE BEHIND GUARDRAIL OR R'^'�' W O CONCRETE BARRIER OR SHALL HAVE A MINIMUM OF FOUR 141 ll,"caa<e[aemri—OTEM,w EB— a>00~ O N PLASTIC DRUMS PLACED PERPENDICULAR TO TRAFFIC ON THE stem - O s`+� U ro UPSTREAM SIDE OF THE PCMS,WHEN EXPOSED TO ONE DIRECTION I�30= p OF TRAFFIC. WHEN EXPOSED TO Two WAY TRAFFIC, THE FOUR DRUMS BARRICADE AND CONST KU CT ION a ZCZDU Q ro ll O.ssuouLo BE PLaceO WITH ONE ouuM AT EACH of THE FOUR CORNERS of THE UNIT. PORTABLE CHANGEABLE gemma w °n MESSAGE SIGN (PCMSIt ) e a a e.,<,vo,e„<,<a,eev<a v ,w.e a „<aa<<,e eaau a<.e�e,e�e<e ae �„a�e Na,<s ana<, eoa,asLE B C(6)-21 0 ,ev v ae ><,,e F111Na, ,HIMI,ran III,Irth,re aemeea a,,AIR!—,11 Fw vim.,he, roe a a sxssT 48 m 106 s9 STR-985 e vno�e«x�+oae ossu210107Er so sura m,nz A..... proaucer Lis,weo aaar¢es BARRI ER T[LPCB)N USED nennei�z ne cost or the reriectars snaH oe cansine�ea suosi o o Item sl z. 16,ail orxeetIN WORI ZONESDevices oincea oa.oenaieuio.,e,.orvic on,ne uos,.eon sloe or,.erric. ineT�e 1 �lone.aaewa,e,o slow �:";'rr Se nes r a eee.e ,ene-a �s 1110W B-10. ne eGsn�, n9ee�e. n;�` 1l LOW PROFILE CONCRETE nBARRI ER-CB) PCeB)snae,�ene. CONCRETE TRAFFIC BAF— wog see P a oR"Al /f�I o o pR $ ¢gq eriec,a.maumee on,ao or �� I cDPNEP CPUTIDN LhA 1,111A, PI,EPNP,INA o11—B ISITIM, ' .enOmmenee,One lhl.� IA °e snail naw m.w wreriac,Ive ac,as sown In Ed I DELINEATION OF END TREATMENTTe RI ow o.wn�,e on colo.,a—0'e END TREATMENTS FOR e N WON'USEDD NUELE APR% e,ree......e,a ne eneQcce rer manllreamllre.eae laIT r,ie ILN -U-1 IT ierr�T s�m�ier) I/1 Ll OJ DS.....periectocs snaH oe reoiacee as a rectea ene s row corner imps rias na s nui,eneaus y,o,ne ni,ernm na O= II.s ng a aioce oe..ie.z snoii oe-Unemea os mown on,ne aoove ee,eii. remrrents one menuracture°s. IT 11.1. U OR e ow ene ecuei e. DO W BARRIER REFLECTORS FOR CONCRETE TRAFFIC BARRIER AND ATTENUATORS �cr,ne^ne neee�cn. U ti mgC11, ,a,aeaam�e�vnarrnn _ .en1eeee,e. �n v D ,e nc„�er xne�. "e• �nmee e.. sexee e�n�e ee,ree,r.�,.eeewe, ��� 3 IT 11 nIIIl� e,ne.,.erre eem.c� a e xm ene we eY,e ene,�n e ec,e a en a�e e e e.ee a ems,a seas. a me a en ,,ne ne e, TRAFF 1 BARILR oR oHARD—L. WARNING LIGHTS MOUNTED ON PLAS—S ere.eece e.ee z e.nm aealaen+,e,ne+rew�war. ��a,h FLASHING ARROW BOARDS G Qy� U IhLAIn a sa.las H,.1lneme,ne aaea er,ne„eves sena m aa,ou s,on lone SHEET T OF 12 > �y G� F sneers n,neo ons p„ >O N DO DO f z Tnenma9 muvnnsoecn�a o we n'na a is anea�msxsnousaeoe ee, t.c onneLez n9 a.v ce sox na VIII'mvsa)aemrnw•:a,"rmvms s.,m- ,u,p' _ 0 O N 0 N WARNING REFLECTORS MOUNTED ONn PLASTIC DRUMS AS A SUBSTITUTE FOR a TYPE C(STEADY BURN) WARNING LIGHTS �v� U ee.�eeeenee„me re.e x see ea.n wenn ,m,ne BARRICADE AND CONSTRUCTION ��R:m z� enaH e.>.nw.n me sna1 1ee�narx,U.ee ae n9ee9�eaee,.a,a eee.Ovee ase-h n�ae,��a.�a��e,ae Tra re.,ne.een�. „e e,Ie.e�ze. ARROW PANEL, REFLECTORS, �?t-0 a' es. n emT.eewa,e an�eee e,ne..�.e no,ee WARNING LIGHTS & ATTENUATOR t-H m o n b U eve a m�n�mem er ,e ee �, sa mee.e�x1�e er IE en-,na .erea,e.gree:nee,ne. ve .er iec,e.�.ee wne.e p ,e — .er�ee BC(7)—21 0 ,a eeaxe�nenee c,e.rec eee.eem ng,erre epee, tee,ng,a ew.e,.e.er�ee,�.,,een�.e�-n,e =,enaee ais,enx nam roe I. o,am m 7 11 1 11 a a sxssr 49 m 106 s STR-985 111111EI,21D49 ossu210107Er so GENERAL NOTE vn r.eeHvr n nm<<nv��ve n<ea ve nvnn�e .e''min z.rv.im<,meainr<,<.m sn,ivnn,v.v,e�vnes v ar a,m ns,n<w�m„r mnnnei inne amine oa,may dee a 0 5 o a a�ee as n,a vaminna nr ua,+iwi neem ,nen a< nnnei,,n.az^,wo-o�ene vanes.in m v lana, a`�w w nni len,im rn.ma Ne,n am na ,lane nna .� n=a,a<en or,ne ' ,ro. o nn9a. na e s oe IhIll € av ce ous ve ev ce e.r nso.c,o Tne,eo ow s A u or Me.Ta m 9 3 ubsi a umHOT b sed on 9 & GENERAL DESIGN REQUIREMENTS lastic drums PZI H,lthe vun Noir 1. HLRI Lhl I— n,ims of 3 JJJJJ/J� Nate3 s SIGNS, CH—ONS, AND VERTICAL PANELS MOUNTED \ normal Ed I ON PLASTIC DRUMS A e monuroc,u,ea us ne \ 9 1.m nase�snai oe a minirium or 36 inches ons T e unns 011E A— l�Q HhA 1-1 —11111 r a wa,nino a�s< �o.e,�=nnn wn«n=Pn nNanrm�,��ne v�ai,v=e�e<nm wie�mn,.o�mn<wne nr,ennnvmin��e��rn�evr,',i e<n�c,,a�oe,<nsnnnz nit��no=,n<ea�e ron-n�av<me,. „inn =saoaenc<i=r,ic�haa.n,nneNemson So 11H, ,ninnnne,n.nea,a�a nune lwensNs em.nren,wm.iesernnN,,om<.en k&I',-, L-11111 ne menne11-1,,lo,ec,aoie RETROREFLECilVESHEETINC XWi—I II c eoi,e shoals no,e.Mona imro mon ire �ncn eewna nips. E ,.v,r o,ne.,nan,nm ions oue,o oo.os�on or,ne•hoar ne men m of os,ic a,umso w to 0 <o.rvice. oowoiv 000�ovoi or,n<Eng n«,. W SALLAS 1h,1111, SHEET B OF 12 W EL . a i''e/aem+r nw•:R a X00~ OHh ill 11 N e,Wena nm<9n=am�m�annsa<, BARRICADE AND CONSTRUCTION iiooe�i zm n��net nn n,�e nnann CHANNELIZING DEVICES rcem� w ,an«,.� wv.k<,=w.-n m< =,son�v.vv n•�n�vev.n =.nv�eenevee.��nn ~2 G U BC(8)—21 v m e SHEET 50 m 106 s STR-985 111111EI,21D49 ossu210107Er so GENERAL NIIES ry r � F1 F1 I' 1 - � U5 '•sy4 �llllllllllllllllll 8 m _s ea oo P P � 11,1h, m �� �,ne t. CHEVRONS �� �� �na�e.eneen,eee.,�,eanaee,. ,e.ena��aae.n,e os 2. V) o ejz ox a.e�aenee B U L zos s a Ts T _ W nrr�c com v�cze Lim �I— U � a s M aH, e ena� ae odea. a naea�,,.ana o PORTABLE 5 5 value ana VERTICAL PANELS (VPS) airs o�ledi�e1 aveni on imoac,. o nna m m.eoa rmnts meo r o 71 711 121 Ill 75 ,o,ne ary o.ana \Y�.+•I��) s.squired rs.,emw a v os..ie.s Boonee sossa,uvx, w wicrn or orrsn,n., sn ec,im.afore,srisn�re snss,n9 SUGGESTED MAXIMUM SPACING OF neo.,ne,00 or,ne Lcoa one+eruii en9r o„re arv�oe. CHANNEL]ZI NG DEVICES AND ILD F 2 sa MINIMUM DESIRABLE TAPER LENGTHS ZO WATEP BALLASTED SISTEMS USED AS BARRIERS n osrn ., nsasas s so s, s.a.w.s wnsx�o.samw.,n�„sas.ss���srems oasss s� W C) lhe causes o o venicie oc o.win us. SHEET 9 OF 12 92. Q W vansis trarr'ic on eitne,s'iae ar the o'iv'ioer.,ne rwmea Dose'.s secwea to the oovmnm witn on i.Water Dai tasted s aanesive o,,uooe,weigh to xa.x aosce ce� Ystans used as oa�sie�s s cac�s m n m rermvaim v m,t a 9 t Noises o e G F F users n ss.n nm m w,n<z G e ,ne mLo msY z oeao an �... W z a Ill m i .n•m a ic O o y O N VIII �nn ,�.�rra�:�:�� ,Z%4 e,n a,e Oen mo, co. aa,angio a.,Dao oo,a .,.oea„ane ,s�,nna Asa�,no BARRICADE AND CONSTRUCTION =oou am ne e,N DMI, a.doe aaaes�,e,ns,ao CHANNEL]ZING DEVICES aeemj w ,ne 1.1-1-11o�aT9o. o�1-1 hn n.9a€sod aen� ,o..m BCC 9>—21 v HOLLOW OR WATER BALLASTED SYSTEMS USED As m OPPOSING TRAFFIC LANE DIVIDERS roTLoi LONGITUDINAL cHpNNELIZINc DEVICES OR BARRIERS ©„no,xo,a �ae�e 9 SHEET 51 m 106 s STR-985 111111EI,21D49 ossu210107Er so X. s, i.eere.,a me c�oi�am w°.k m°e rya m oo�,.oi o ti � *s h ' PERSPECTIVE VIEW e ,,• ee, - - oeea Po.ane�,o,rarr�°°°nese a°°aea°be PERSEcTIIF IF Roadway e LEGEND a°d ooro e�aee dIpse s 9o��a e�e om.a in,ne ai.ec,n aou.. �e ,no�aoeo ,meso�o,e.a=ceerea,ond�se,od��eee oeaeeoecreae,ewne.e PLAN arr�das�a=Nod PLAN VIEW TYPE 3 BARRICADE (POST AND SKID) TYPICAL APPLICATION CULVERT W]PEN]NG oR oTUER ISOLATED WokK WITHIN TUE P—ECT LIMITS B- °��°°i �I °d d�l9 PI 0 1 Ws�i ,ve CONES U Vl TYPICAL STRIP]NGDETAIL FOR BARR]CADS°RAIL V)L, E � v�ti TYPICAL PANEL DETAIL Two-Piece Godes one-Piece cones TldllLpr Marney FOR SKID OR POST TYPE BARRICADES 111 oderconAsesnoii dam w, r ori-i,hl eoe suFFT io of iz > 0 ze.e P° xg °' T srocraiLz o ® °°r.�oae aeP III ae ae. .tem >O H Z �OOHy U o BARRICADE AND CONSTRUCTION i=ozo z CHANNELIZING DEVICES is31 wm °.e oareo�n°��e°�-snA BC(10)-21 LL u �' gree.,e.ee e�eecn ereiee,ene°�e e°eer,n°eeme �,e°° HE I m TRAFFIC CONTROL FOR MATERIAL STOCKPILES ana mace. - a SHEET 52 m 106 s9 STR-985 s vno�e«x�+oae ossu210107Er so WORK ZONE PPVEMENT MARKINGS Te1nDOrery FIeX ib le-Reflect Ve DEPARTMENTAL MATERIAL SPECIFICATIONS Roadway Marker Tabs GENERAL REMOVAL OF PAVEMENT MARKINGS TR-11 11HT.NI na zc.vlzw HaIT vlzw 510E - S�5vPw ... °" mist lc9 - �� eaveimm mo.�lnes,In acca.eance wltn the nenea.e o.al.ect a w,an,ae r5,�.s an�es a,ae,.ee e,a,ea pane. "a..a eaa��ce.emavea a.aa�,e.a.ea ae.a.e.ae.aaa.a saeaeaPIll— ,a 5R15>Ea _ s MN-1 an n�.a,m,.a..1a Tana av a.e 1, ,� � mm..aa,e. a.v�ee5 a,e a5ea .�eEr 6P,f. I- .......... a...... aEC,1eE vane a.,cec.ca,me. „aHaa�n ama.awaa w1,a,na 1Ma1r5IlAo 171.a. Hi.lna.na E,ie,a, "sa wa a,.dawn cn,m vane. 5avem.n.ua n s wa Ma e a..n.Ma,a.1a�5.aauce.11, "®®s'� 5K 111. ma,n aa.,�m,a.,ae.wam ae ae,a.�am n 1,m s,,. �an,anaae,a�aa, � $ K € STAPLES IR NAI Ls SHALL NOT eE useD To secuRE mA� used ow w.ii nor I..sTEMPORARY FLEXIBLE-REFLECTIVE ROAD!NAY MARKER em m cns ase nn neo ssm rocs wne.s cogs ce -^awc n cm ai acs. TABS TO THE PAVEMENT SURFACE {e wa.n 1we 5avewnl Ma. nae. ea n awa.awce ,ova,aa�nllne;aln�.Ies1,IaI�11ena.ma�:e�;ea RAISED PAVEMENT MARKERS ARKo.ao oma«cora ne zo zn.omz.rns - a1w.1ne ons r=MtNt - - uars.ici sceci.iwrian ws nzco o.cus nscc. MMxEFs ono cewnmamoi 'aamasemlcn tc aetannlne swcl.lwtlon cvm Harze. �'am auvemsm � PREFABRICATED PAVEMENT MARKINGS O 2(n - or s n1 eo.caiea oavemem me.nes snail opal lne.eeu.emms W m cos.wc.erems ar ws ezaa. .m ma. ccs rani oaa�.1 snail mm T,goal dee en vo.ame.saaay os amea onweec Seo cmaramarea:es snail U - MAINTAINING WORK ZONE PAVEMENT MARKINGS .see r'cr 1m1mo1n1ne wm zone cavemam sanaa.a e.. 1.1 ro.sco oiaomam on secs ocac w.x. U u y a vsce Sns ecynmsnasare umeaso e.m 555. rs zme 1wr.c wnrrei RAISED PAVEMENT MARKERS USED AS GU]OEMARKS m sne am.avea n q t,ung ass e pn o.mac i o iresi cos.eau.emems or a o. smci riwticn Iten b62. su meg oda.or ail eurrawsw tnerimciastic ry w.lcrete Z 0 wulsr_-lone si iw..eriec iw su.raoe wicn wnice marl. U SHEET II OF 12 9 Iy Q to q F 00 Z VIII ma .�rw•.:t"I'm'ymm ",.�%ao e 000 0 BARRICADE AND CONSTRUCTION i0Z') ¢m PAVEMENT MARKINGS �H�O o 2 0 U BC(11)-21 v ©� LL m a SHEET 53 m 106 s STR-985 s vno�e«x�+oae ossu210107Er so PAVEMENT MARKING PATTERNS STANDARD WORK ZONE PAVEMENT MARKINGS DETAILS 0 DOUBLE 0,00 0 0�0 0 0 0 000 0° o,o it 'rsa��P o�o ND-PASSING wv.�s n ......s'�4.�IaN_=s 9.. 000000%°on oo 000 01000 0000 LINE Yw,.. aEaEc,oazzEo eavErnEN,rnaaklNvs-Pn„EaN a anisEo PnvErnENT uaakEas Pn,TEaN a SOL]D EDGE LINE z o n o 0 0 10 0owo 0 00 009 l” AaI NES o6 SINGLE s �� U '� �vaiio�wdov ns000�o 000 oowr 7o No-PASSING LINE 111A K� -E eeaec,aazzeo IR—UN,—K.Ncs-an„eaN e IA.—I—KIM.11111-cA„E0a a w De }��0-1 ,zoo,s,00m 0 „0r0 B 00 0,0 T 11 00.0 a�,a0 E0m000r' 0 0 0 0 0 0 0 0 0 mor X0T a k CENTER LINE &NO-PASSING ZONE BARRIER LINES FOR TWO-LANE, TWO-WAY HIGHWAYS rro -c _-TO_3° earoe�I-c .i-n-n-\'ho F e o 0 0 0 0 0 0 0 0 0 0 0 o vov „oos �Tyoe Doom -c-a CENTER C2 a NE ago �=o a OR �DO LANE 0o neo siW o LINE02� i0w �O T,.-,.,._ 000000 roe,0o�„° 000000 000a DaBROKEN °B - z __ �U� 0 � oomo LINES mma0 r0 0�.e p X _ NELL ¢'B• 0.<.m.�0mo0,0r Og,Em0,001,00.,�,m<ONro.-1-1A .oE�oO,o.ao0m 1-10 DAUNT-1— �TI auxl L�aav ams z � 1 rI-R /P U 06 v00 -c 0r 1- y O EDGE &LANE LINES FOR DIVIDED HIGHWAY 3 o U o s LANEoaoP LINE °® ® ® 0 ® 3111 —a �= 0000 m�TYae 111 Will 00000 vooYo oo oo 000000000`olo oYoo oo o0000000000o REMOVABLE MARKINGSm 5 _5” e e e Ilow e oE�>o Doom p o0° oomo oomo a su iPAVEMENT NEuoMARKERS aisaa Pavenent lAari eros }a Wni,e m� naJ om `*Y RF-111Pva * r c an�s[o anvEM[rr�nnnauEas Z 2.pre/aor icatea morkirge mor o,suosti,utea ror reriectorizea wvwrem m�min9s. 0 LANE &a CENTER LINES FOR MULTILANE UNDIVIDED HIGHWAYS oa,00= `O�:oe ooremm,orxors �,,,a,i,,,e o��-oo,,o oo moo oo o�=i,00.. G U SHEET 12 IF 12 > 1y G� F mmo mom 1 1 11 1 o6 000 oPo0 00000 a .III ®k+ >_O O— Z WT. m� a GOON O� 0006wo000000� 000000Po0W0000000000000Po0 BARRICADE AND CONSTRUCTION °=00v am s 00 0 00000 ? 0 0 PAVEMENT MARKING PATTERNS ace so w F N a 0 o o Wnite 000q Y �,em mz rew s[o anvEUErv,nnnxxEu. G X000 Doom o y oomo �0s BC(1 2)-21 � chi Q zreTOor�m,ea�,r 09��,ce s0o�,�,0,0a z0r r0z�ecoraea o0�me0,mor Des. aOIsEa 10—IN,KSIIIISo; m TWO-WAY LEFT TURN LANEAll 11 21 a SHEET 54 m 106 s9 STR-985 2 e veo1s«u�+oae ossu Er so 210107 LEGEND ws� .............. .............. o. p. �!, L Ed I _LT Tow 0, 17 RIGHT u jz SHOULOEP SHOULDER s LOSE H-V) L SED 1111CAL"ICE OL —2 9� aKtt c� ET, C, R,�11\T sir GENERALNOTE5 .......... ........ .... Or Hu eL L 0'w TCCM WW M�rc z�w 0 0 RGAD 10 2 iozo Or 1�00 I Hu em Z G,I 'V TRAFFIC CONTROL PLAN 0 0 9 SHOULDER WORK FOR 0 go 0 FREEWAYS / EXPRESSWAYS <G, X o TCP (5-1o) Tcp (5-1b) TCP(5-1)-18 WORK AREA ON SHOULDER WORK AREA ON SHOULDER SITE DESCRIPTION EROSION AND SEDIMENT CONTROLS ��psu210107ET Ho PROTEST L A TO SOIL STABILIZATION PRACTICES: OTHER EROSION AND SEDIMENT CONTROLS: MAINTENANCE: TELAPHILN.lAoHHNC.HR EEEo�NC " `°1 MPORARl111N C PERMANENT MNENH�NN .�::....�......,. sCC`P�oN BLANKET PreoNDBE SHE rrcaHs�rnaH ar mHm H,m n.u,m.om so�L RETENT�aN e E.HHHH ..LL aE om.ra �� arFn.mE aNEEER zoNEE g..,.`...a.ga-_-..:..s ° PRESERAAT�oN of NATRRAE REsoRRCEE ° ' .Hn THE INSPECTION STRUCTURAL PRACTICES: €€ s es WASE MATER�AEs. IPEEIINN NICE AND WALE VNBANATioNs PIPE—PE 1.11 AEFDHPG mNSROCTmN ERT ¢ CHANNEL LINE11 a e HIHIIPE ATTLET ITRLITTIEI TE HILCLUTAID.IPILL 1EP11THL.R. CURBS ANN Rs lHllM 1-11 V)IELOC TI OF IESIES K E'AA.M CONTROE Eocs 2 U V)INTAll W rn T U ~ a N.AIRA-E_APRIENCE AE CONPTRRCTIAN AL.RM WATER.—CEMENT)—11ITIEP: Cl Cl VIII TOTAL PROJECT AREA AEEEITE HIE TRACHINA_ Ohl TOTAL AREA 10 BE DISTIRBED LOADED HALL TRUCKS TV BE C.—ED WTH TARPAULIN T AN lAAA IF—El FAIL' FIHTEo 1IN111 IlEll I IT: ITAHIPIEo CONSTRUCTION ENTRANCE (AFT °TIER z 0 T z N j W s � e GpC.,,F• -W 0 Nzm 'ISo ED >. — T paG J O F0z LLOZ o STORM T T. oaCa00� ¢a TO PERMITS oR CONTRACTOR 5HALL UTILIZE THE 51ORM WATER POLLUTION PREVENTION PLAN AND SHALL OBTAIN ALL a v PERMITS N" AEA ( T) cNoRTPRMIFI o NO,AL Eo Cr THE 1,CE,Q,NO SEPARATE PAIMENT WLL BE MADE FOR SUCH PERMITS SHEET 56 m 106 s STR-985 v NEHOT.�+oae ossu Er so 210107 .......... —I -d ....... le �ea� �o�t,a�ta,ma ,�oo�=ae _ .........I m�a,mo,a, eam�wte�aoae=a�arzwet�a�a=�eadwo,e, s��o�= .....I............E- ,id di-im, E—Ii-I H—IdEll M-I,Ello,Cool—il—1-11 SllEfl I,,Ill,-illt El A,Im N. N E] -d,P,—I 14 R,,ui,,d(1/10 tE a/2 1/3 lidi ,I El I...... Cl —t P—ti—11—1. ISS z'ze-ll�Li 1-p—el 2 I E]Na A.—I !,,I ❑l-,11 Allim El o,lw I A,Il.,Na Best Management Proctices: W 1 w TSS w z Z �EE El 11 0 z El 11, E]E,I,,I,l -i, 02 o��E El El E] W. x 0 Z v 8>0 ❑mte�nnm,swore ❑sooty sore on. El z C) w sa ams E]Ell-, 1--1 E] E] < TT'Z E] E] El� E—ii,lEot,.l 1—pi ❑E—iio IE—1—pi -d-1, IN,,M,-d-1, 1 .. E]❑ E] 11,Eo,io,e, L—I El—, ❑11 El SHEET 57 m 106 STR-985 ossu Er so 210107 4 LOEC 1��I �P �l1 P_, �EL � S' USUAL 8, E�o�'��,IED.ID D 4 N1wree EL,Ere AV 4"1=7 ON „ERN �N r SEDL%5 IOff "I 1IN11 Ll E, -11 NP-111I-L 1111 I—ION71111I.N 1.I.NTI.L 5EDIMEN-I.N. 1111ME'll III 1ENI-INI INLET L-1- Ellwrva.1-.Ery1-D 1�=Ll'LTEZLl'-_e'�NEl'=E� MlE4FllE117NftDETlD.N L FIN11,11-IN IIE-LE11, '11LT FENIE �E,NNI,IoLl,El `N' T FINIE NlTN I F"", 4� l.NN17,Sl.l.LND reE 1E.-I.IPON 10MILET.N OF E-MINI�F P-1 I- F F-11 N11 was uJo N_ IE 11--D1111 M N MoM NH 7ZMPORAR r JRIL 7EW ClE_rLNL-I-= 2 CIIR,g 1JWET-PLAW AWYVI"I.E-PLAX 1JvLAFTpR07z�c770jvl7ETA1L E-D P011 MIN� rvm,o-LE NOT -LE NOT 10 11,ELE 4 - ---11F--- 7ZMP0JWRr SZ71MRArF C01.7HOL fW)WREBETAIL VARIES REFER TO CHANNEL PLAN & PROFILES „m,0 11,ELE A 'L"N"TZ'111T I�N I 'L"N"La'1`111T T N La' !�VI.N'T"E'FENLIE"`�E I'll N I IEMMEJ�ILO�FN�T-ED A-N��1-011 10�NIDMPTIEEVMENT F , WFFA�E`IeEEEFLITE�,IEE,FIE-IE OIED lELIILAIE-FI T �'D�IN'CEoL'IN C'`0UL D LT' �EL 1 0- V) I-oF_111 MEN,l0NllTFDENTlE'%Np�T"IoE�OMME%E LP IIN 11L 110111N 111M I 111IN111 L11111 IHIN I jz N11L eErrvE� rvEPrerv�orvr. rvrvv91rID u N�2 MINIMIM OND IEDENE ENEEI V) EPEEro I-ON IEE NlE 1 EY, 0 MY Z LA u 2 4 FLTEI F-1 1 1- -N) RocXlF1L7ZRffAmAT 50' MIN/_Fl.M. I'TE 4 11.1 P-INI 11N.1 -=ART"_=JvffoTTom F LT' (4 2' MIN P. PlLE Q N 1 M11H =EDEN (1-LE-lEl) ENIIENIE 1-11 5011-MIN z N.Tl 4 5 0 A.lENlNl ' _D I �zoZ NlE IEN_DE SEE IEN -------- re0 ---------- a 0 z Im E, 4'OIN 1 I-NEL FL-INE 0 W N.Tl I o PLAN s .O.r, ClArs 1m_=TpR0T_=c770jvffETA1L s_=cT1ovAl4 STABILIZED C0YVSTR4VC770JV-=td77FAJVC-= N.1 1.1- NEET 1�11 N.1 1.11 0 z 0 1-0, 0 Z E p �LDETTIPT211111 1 11 �111 01NIM10 F S-N ON PLENS O�D-ED �.,SHOUEDB,PEDDNEN�� LIEIIN�,E 1-1 IIEN 11AIED 1111 _'EN �N�E_E�NGDeary a, I E A 2 N� 0 9 DIMIE IN.NIIETE�l I'll 01`141 5'1"Tl'EE E 5111111- N Dll�ENIDID,1�,INE�IH'III LL�l E �S NE��ELIT,��Hl,N N��l LES5-N 11, D E� 7ol 1 Nl rL%, ME�NUE�IIET"IDNF�l`=PSM����IElEoSL�ED�'T�"EL��C'�INE��l.P o"' _E_E MEH �E �ND= 3 11111N N�ID NEEZ"LIT111-1-��I-D N 1.1 T'll,`1""D�I'D N LIIEU_�l 5PElES F.1 F�LTEI1 F01 El.l�.N SEDMENI IONT11L. 4 1H 1 THIN EILLH P-2 LE1-0 E, I L111 DIMI�1.1,Nl_"IEL�91 1 INDI-11 IN I"I PN' 5 ILI 5'Hor Z�TNNTLEZE'NOENIO Z101� ;N' 0 1 HE NlllEl`F''ENEl%'IN'IL'IT ZE IELTEE"THEE'NI-11 F-ENE11 ILEAN �"DE'I'L"PE "LL D G ENT D T.1-1-1 o o `p y IN IN F Dlm, Sl��LBEIEEDDME�Nl,�5C,%L5L�E&WENWTNEDD TZ005 ENZQIIN�G INIPEo=10 Dl,EN.I'll el FTLHIE51 ."pTpHLYE�CHIEEE.`TL`NETHN I-L N.1%E ISELD F.LIMEI I L,IA M N MT'FTII.FEE E'Nl'I'l"IN-D L N.N ON E NLET IN L�, LT 'L n IDD, 4'_NTT.Hll,, MANI,ENEI I.NDIT11,ET LL 11EIEN' oF F�L, F-1 I E01 POND F-EN 11-F S-L�E F'HE DImENSIoNS THEN�E.�%4`1`111TEIDLTl�EIEN-111 011�E11ED 1.E-EN1H N'HE N�0%1L=.NlL%Dl.MNTE1ll N,E�%�l`Dol�2%D��TVML` �N 8 �o.KIT�IL'El�l��MN�L�LIIBEN��lE���,�D_TH, NEET,"PH QUIIIE �11T oU,�ETDE, E S(ENU E DPLZ111`1�.PID�E�D�MM F AN EA5 S 5 ENI ALL SED M 1ILLED, LN%E51L',E� N DE11H lElH ET 1101EClol"N'�L `E�BE EEDol NEI I N, 5LO S SHEET 58 106 PE 5p`F ED THE "EM`BE FoLDED`1HVllZGEDE"-o'THHE�,�G'GEEIIIE IHILY11ED 1�ITIELF�N'HEI , E� gE�NE�N�,E"ENN.IF�FA�,.�ML�E5�lNBE P,�EQPE��NL��T �D�END,�,IE E-P-TE I 5-LE o T T`M 11-1�l 111111D.1 11D 111--11 o L o FEELL -1-1E1EMEN1. 'I 19INDE,Pll.�ENl NPIITIIN N)E I N N DPIETI=(I F E"NT ONLY EE-E INLET EE0-ON F EE'ED OF�o�I H11�l�F STR-985 �N E�NN, L DN. . .....N N , III L lEl IlEl lEl-1 1111 E1 11E'EII.Nl lHeE IE-ED<lN 11E rvF I-LIED, (E,,LHE%'l'DLLEELTNSEl`HL.NE H`EN'TEI.NI.E _,_Y END-EE-FIED EY THE11 ai o0 O I nsu210107E1P �LT--recv I �,4"��u it fv¢Pwnox�.ma vl I I a I _ TRINITY RIVER Y 8 a e 0 0€ COMPLIANCE REQUIRE MENTS FOR STORMJJATER -_- -- DISCHARGES FROM CONSTRUCTION SITES (TPDES GENERAL PERMIT TXR150000) `,V NPS minrrE murr[rtsvnrsNw[mo a�8 �' ].�p ix��raa�r w.�r&mx^rr msmicmn.n°^ic c�aawce�nli xu5r E iETxrm `\ [Vt U u smma sore nn nvww '. 1 O l _ P mos ro IIIS) _WIU�l I s — smnum�•nan.0 Wn�aPDXnrss woxin o a(a�uuieu) e � nertnnmx pr.wmsnxc sox immx ex sr:) 1rYk I W ZU Ti a \ I eG0NN z ? ( 'Fooix Z O'Deom a W f ra O m xow wuwQ�xow wuw xow wuw xow wuw x�w wuw Z x —— — _ O �k O ___ _ ——— ® w o iwxxa s EROSION&SEDIMENTATION CONTROLLA PN FM 624 SHEET 9 106 STR-985 nnore«x�]oae so 210107" 9:rf�., fi SET— TYPICAL 6"CURB&GUTTER DETAIL 4"CURB 8 GUTTER DETAIL 6"REVERSE CURB&GUTTER DETAIL TYPE A'HEADER CURB DETAIL 55 A- 3' A T. ox T.TH- 31' MM"=um PLAN CAP SEAL DETAIL CAP SEAL DETAIL NEW CONC.TO NEW CONC. NEW CONC.TO EXIST.CONC. S'VALLEY GUTTER DErAiLV) s N.' 1-1 TYPE'B'HEADER CURB DETAIL caxI u.1. U N.' 1-1 s—— usm..I... THE —E /-1--lu. M VIIS X: MIT IT SE 11 11 E-1 m m— I Su- 3. 31,---c—, E E I —,Fu.,s iL 1 1.EE EX— —I --X --X W:.j M. w PLAN %7� FM CURB AND GUTTER TIE-IN DETAIL SIDEWALK REI AIL OR SIDEWALK SIDEWALK DRAIN I—E I—E u— jozx Ow< Hou C)�o =::.,Z sro nn=qn—u— m; , Z ;L—mA=1%,—..�--m—", I a,zu= �T -1 —14 T _U w —o—m.= rj% = 0 77M, E. e ,%,L Im—MI.M&M um U S.1c =P-IS —S S. 7 1. E—S ff 31' SHEET 60 106 E M= NEW TO EXISTING SURFACE 8 SIDEWALK SLOPE BEHIND CURB SIDEWALK TIE-IN DETAIL SECTION B-B STR-985 N.'1.1-1 —E ossu210107cr xo SUMMARY OF CONCRETE DRIVEWAYS CONCRETEPA✓XFNT ABPHALTPA✓---T W/TH 6"CURB W/TH 6"CBG WIDTH'!W DIMENSION'C' DIMENSION'S' DIMENSION'B'DIMENSION A' NCRW oFNCR x vnb sAiION )Fi.) 0,) (Fi) (FT.) (FiJ )Le TE) (Lo TE) ` (SAE (II—E)E(SA S; A.n/ of ._"....m."..�.�....s 71 �- _ r xoPsam _ _ r rr i ,��r_ ---�� liil��i_li_li I-� xK a•a, ZOO x¢wUN/,yam m DO oxxBF wx,.a,xx OE: PLAN U OR/VEWA Y P"77E05/OEWALK rvo o sc�c U O It- K O CONCRETEPA✓XFNT ASPHALTPA✓XFNT U W/TH 6"CURB W/TH 6"CB6 ncwr m,fnl Fa+ 3111 F oxxcwr rs¢ss m]n ie � rxnve snom ar auwxasl ��� _____ __________ aw 9 nutsrNI'S _ 1. N (J 1_ sitar axcuxsrmc¢.it wmaaan er!rc[want F - -- rrl�I� 18=_ u— TJI a:I sales mo n«xA GG... _ LLL, I .r - e'wsAa susPxsnc ar ix NpN U -'i mnaNlc sosvxx _z - a�/.'xmaam siw.wwa savor a�Opy aO r] k1�JJLrCmamr °'15°'• X30$ ¢ZO x.e.moor n. ___________ ,. ^0 ,F =S UQ c JJI 1111111 __ mN W n� Ul_ _ Fepv Vy O¢ x rrzw mnaac W 'cavPfl0Y4.mxa mic:no=n n%xE°` n!kali) ]. —Y V U Mr. na! rsWN m' ctiitvsnm E ' Uu �MlaClnn —5¢mn.aulra t a'�OOwsL SfAME�lFGNhu O nro nro .o. Ou- UM a m wAY AS s! xxlx o PLAN SHEET 61 m 106 OR/VEWA Y W/77fOETACHE05/OEWALK SPECIPL NOTE: conn onnwwc xa i3 rvm*a scuE THE EAOT—OF ORIY—M i0 BE OE.RMINEO BY STR-985 THE ENGINEER,BASED ON EXIST.CONDITIONS. vno.l[nx R10d9 oxsu 210107 ------------- -- SECTION DRIV-=PVA r PW771 77-=ff SVV.=pVALx Trp.OR/91-M EAOEr CLAW DETAIL xm,°swe „m=°scut \ �e W= A -Imm= :1L/4PE1=M= 01E U.M jz jE1 s Q) -E.1 ------ ------ om J4.11 le E.L:'�. .11-0 E. rl SECTION C0AW.VR11'-=M r 710 IURIV-=PVA r WT"RETAC"Ma SZa-=PVAL1r ASP/ML TPA V-=A.IFArF 77-S-IMBETAIL < O qq T < Z� 0;� iozo > 0 0 -Ell PLAN SECTION DRIVEWAY GLITTER DRIV=PVA r OL"7—R nE Z 210107 STANDARD DRIVEWAY DIMENSON (F' Wb M (M) 10 1-1 1— 5-10 -31 o--. 110 =—Z" N�fl i IF I. rvq - no,anr ILGEID(DLIIE TYPE) <1 Ty-p--fcj DRIV-=PVA r Ty-p-=fsj ffR1v-=PvA r ti Ags TYPES(7-AAV A fTA4Sj ORM-EP16A r (nail al n al 5 V4.E 1..N"NU.U. I—— —11N... —1-1 < E.— 0 FW-O" xzo ioz= o > 0 TYPES fMRAJ A fMCAJ ORM-EP16A Y- TYPES-P"fMRffj A fmcoj OR/V-=#VA Y 0 O SHEET 63 m 106 STR-985 ossu210107Er so a aia amn ' e r € pp s Q9 0 m w G � most :1o,v o a sxssr 64 m 106 "s ST 985 vno�e«x MIaae �oa,��T.aT,=.EETHa. .. 210107 a�T.��s Ed EdI jz0 �VIII}} Illf g i Z Z p� e >M r ¢<O n F ¢N = 0 W 0 a SHEET 65 m 106 u`s STR-985 vnm[ttx 21D49 210107 A—. CAFE ------------------------ PROTECTED ZONE III E, xrtas OF SS 11 1 IE IF—I Al— I—111rl All E _nc— —.—I..mE usaeuvxnxo xsw an I— E span uxanva 1.mE P—. PROTECTED ZONE V)L, (�ic!I UU UU CLEAR GROUND SPACE CENTERED AT PEDESTRIAN PUSH BUTTONn, 'YYYiii rr<0 T Z pl=�-�l_AC) . —m=16A W ME m TZ M M—.E=Mn' E0� 0'< nt� iozo 0 �W-o. 0 o 0 n LLCM0 DETECTION BARRIER FOR 0 6)z< VERTICAL CLEARANCE < 80* w w U- PLAN MEW SHEET 66 m 106 — WIDE SIDEWN.K eE SIDEWALK TREATMENT AT DRIVEWAY PLACEMENT OF STREET FIXTURES STR—985 onsu xr no 210107 DETECTABLE WARNINGS PARALLEL CURB RAM TYPICAL PLACEMENT OF DETECTABLE WARNING SURFACE ON LANDING AT STREET EDGE PERPENDICULAR CURB RAM TYPICAL PLACEMENT OF DETECTABLE WARNING SURFACE N SLOPE RUN C, uArVlPlulll. SECTION A-A ..... TYPICAL SECTION THROUGH CURB RAMP T Z C);� >o wI oDec , Oa— O i� <010 cone �0. o" 0 0 ul O DIRECTION CURB RAMP �LL.no xlao«r/on X0 feM190X""1°°"` �^' `�L1gt TYPICAL PLACEMENT OF DETECTABLE SHEET 67 m 106 WARNING SURFACE ON SLOPING RAMP RUN SECTION B-Bnx AT A RADIUS CURB RAMP PROFILE STR-985 L Z ' ossu210107Er s° PYA MRVIS TR/SUT/ONSYSTEM NERAL NOTES SEPARAT/ONOFPVATERANDPVASTE{YATER L/NES UNPA PFO AREAS PAVEOAREAS 1. PROPoSm WAIEP OKIRUBUImY SKIEN SHMl BE IN5)ALLED/N ACLS40ANLE IWM Gtt OF CSRPUS f ME°EPaRAROx OF wa waBRWa1m LevEs aN0 ME ANTERw.u5m Sntu BE ev v ``�I� CxmsR wA1m aMSKn MSImBuliOx sV521 SIANOAROS ACCARSUCE TNM THE XYR.ES h RmUTAllONS FOR FUBLK WATER MIENS'a<TEXAS NAMRAL I E`IX�aP�� S.':' � ":: Z. ME Gtt RESERVES RL RICHT IO ACCEPT ME S —FOR OPERAIMN AT ANY BYE.BUT ME SITE OF RESOURCE COe6ERwrox roNySSmN aN0 ME GN walm OElutS. cpgL(,'Mw°nm) sLvcr mclv°L M.rnMt� :FJm ACCEPTANCE OF ME-STEM Ha M Pax rowLEIxiN aF ME Prm 1 Ax0 sAmFAcroRY "`°""'"CO1""`I`a m yY '...`"...m.".. .9'..s w"E VER mE'Asrz 1Z LwC Nv wa—ro I RcawR%Ncilrsw%nciLtlAlcn SI Ir u! i sLE A �mn ° 11 I!K CavIRACroR$HILL FURH5x Au AtAI1£mAt,uroR avO mUIPNEN REO vyREOFro�9iau ME CavIPACroR Auv BE REOUNEO By ME xwTER=AT evSPE � n 5. lE5JINC OF NNE5 SIERMZAIbN ANO PRE55U1 )SHMl BE BONE BY THE ttNIRAc—UNOER THE CROSSRL5 OF EXISIdYC fbWR0005 PROOULI PLONIWESs�Mx sia mwA IS r wT. ?i mAttB�£L� ISI m WNRN5Xm TOAME CCNIRMroRABY ME CIT/ONF roRPUSwCYIR6 SUPPGIm BY THE Gtt AFTER ME CQYIRACTOR HAS PAID ALL APPUGBLE FEES FOR ME WARP Iy�� i e -' roNSIPUCRGN NEER Au wA1m aSGURCE NUSi BE OmHLOFMwTEO IN ACCOFOANCE w/M INRro °� a a mE LaNrR,LroR BINLL REroRER ANB BJBGI PNE Ai A LBL,RaN Im BY mE WRIER aNBmx xB xxLB BNi R i K x Wi =RwLE BRBE V 4 �BPmIaR ALL JmE HraR,xrs � �ate.. N RN B N Y BE RNwR N BY HE G .HBw�R LL I oB xBi L Mm BY HE LRY PR R ro mE rmNt/xBPmImN BINLL BE a�PMBEB BF BY mE LaNrR,LroR. n g ®Bw �R°�„E a d . - C o; THE a-LroR BMuE LaNNaaLroroR�Bi BPax LaNPI.1M wOAF EPRWaatRlEswaw ER �s` 7. a s BE . ° PYATERL/AEM/N/MLW COVERREQU/REMENTS ° E Au EouwucxrNlrur s moue m�a LUIS ncpus a „o=,o sir i- WKE TAPS ON CIN NAdVS MRRAACm IMWUGH WATER BMSpN N5Pm1OR(TZ fp U4 NOIIfKAIpNA U) _ __ _ _ __ G'LI]FS. S. CONTRACTOR.=1RLABNG EXIS=WATER NE/ERS,wlT SHALL BE THE LONMAC=Sd£ 1. WMS.ANO BE SMwwuM BELOW$BCRACE AJAJ F.'rs _(l! R£[OGImNS W AWANLE OF LONSIRCCIION TO Altlm SEUMYS(NO SEPARAIE LOSrsI CIRRErovImClmvs/ /x E 11K SrpE� -Ia Rex Jae PXxs IR av U C 9(f�OOUNEIfR€ aBOKJ IN V)W c Ia A BE REavevm MSI aCrm n rra Ar U ME Jrto. cavrRxroR snAu J snow MW a MmuwuM OF TVP.P/PE TRENCM/�SEDD/NGA)W a A Nome Loch Is nEn_ As A swctE Lo my RmI/me+a ME a nvaM.Emlxrs aR .!e a<roVm Ai Au Powrs CIO=/LL FOR WATERL/AE O _ THEXZITOR E— IS _r l 1. Y41riR ASNISINEIVIS W THE IOCAllONS a<HIRNCS VALVE£fWE MDRANTS E!C CAN B£ANIKIPAIm. �NO/E/COxC.R_FIE Pa U I. Au ai ro RCREasE�cavmAcr PRCE. �wartx awsroM w°L eE xcIS GEAERAL NOTES FOR&CIO=/LL �� wm sLuxJ �1y�IIl) Ii vatvEz Alva oimcs sltAtt eE wRAPPm wM(a)M'CxxEsrEs of raeEE r raeoE x \L� M vEaau:c•,uEGuwut.mwi REsmaxr ne E/cwEm ecoolNc AHo Iry __ Raoxn EnuAt ar,w.nrreNes."oecREIE teEiow PIPE ro ICE1 rcPENrEP�rw IPEI BR swn2t mnnms aRE vluzm,um Ess BMmwsE sPECInm By ME walm UNPAVED AREAS s PAVED AREAS IS I°. NwAlmtAt,bAME/u®vAxOhaoEnCevEER APPROvm�EOVA4 wvtEs xat BE MORE HOLOR Flu[O AS Lxluut vxnvusn er cRlnruc w xmasu smr[avJ sxut ut[J rxc N F(J REOveem er wAlm Onamx/xsPmroR. W U F lS CONl2AClS4 SHALL COORMN91£MM WATER BMSpN N5Pm1OR ANO ACBfY ALL AFFECIEO LusroMERs 14m BEw ” i �W HOURS PRCR ro KaLOUI Of EX6MG WRMIELL ym Myr FM r°MAT. cMrR.v.,J Aa Pmicme W "'~_ U O IER O l). WATER S5IRIBUImN MIEN STANOARSS CALL FOR NNOYUY 9B'LOVER ON NHIERNN£S. HHIEN OEPMS ron MW att v s F j REOUNEA O N a O LL /a CON/RACTa4 SHALL KEEP EX51RC YIALLtis ACCESSI&E OLW61C ALL PIN53 a<LONSIHL'CIION. -5tl -� i °�J W.O O Ia _ s snot eE evsraurB m RNr PPE mENREmnrmv Nurxmes ARE IaarzB Ox THE sand`n.sex_,M° �w'f Pa aLsml Byaxrw)° _=p G U O 1 s xnv WATER uAev F m F b. ALL SERVKE LdYES UMBER PAVEMENT SHMl B£SNE NCH bYSIOE OMYEIER,YSIINULL. P `CI`r' /!���pao�1M mJmu M mao asc0°VE F{Qy�� O S a°sxm smvE CR°sMa°FCRwa AeEmc elAll wMmv M. asCdC` may M CadJ sJAsulaa m ID11 F aR,. owasr wwvanm.Jxnr Rn nI.myE z x rcoxswtc rw m n.*KKM �Aw rsA,nu.,a,arr 0 U a S.— P,.wLo me< ...�.:..�. - i,o wM0 xa, SHEET 68 m 106 °[,wusrz0 m(��-i°)���wm conn onnwlPC Pa s STR-985 - vnsAe«W�+oae 210107 S[O N�fl C, VAL VW Box VETA VALVWBOXOETAIL OPAVEMENT PAIATUJUL GROMAW m race asps P/CXJVOTCM yO UO rign0� 0= ¢ o z 0 , -i0oz, ;� 1, LLU 6 0 0 SHEET 69 m106 AIL(TrP-=2j F/R-=HrOHAArFA SS-=MBL r DETAIL(TY-P-=2j STR-985 nm swcw am aa'c wm ca.,u�ar: wn�, xssu210107cr xo CAS/NG SPACERS n. r—Va awnxr a""'c' wn,raaaa xxa aw wn,marc nec t++"s"�__'_ P/PE/NSMLA T/GNDETAIL {YATERL/NEAO✓USTMENTOETA/L nm,o se«e nre� wx asserxrm er wax asaew xexcemv s�srjie wmw mmvu en,>�sen�e =o€ Ed I /NS[ZATGR SPA CWW BETA/L w sir ° \ �e —ems L � cnm nr ean,nms v<cwxc. x'wfr"" :wx aas i- a.ceP�iWP �ry7� aau er arm. Vl he lanl li r ' TYP/CAL CAS/NGOETA/L O U U)a° i'00e rc V) U O L, a www. a� a�a C, N x°esa✓j0 eon: U tlAfiA r'w'W04R1� e.na wnn amxreae..nnu TYPICAL VALVE/NSTALLAT/GN 77M,EE TG SIX WATER CGNAEC770NS AT/A?ERSEC77GNS P&%a mr uax r , u�w a•w.assnarr naw a auS551Nm nedv !7QyQNa( (J �n^n[fav z�uwtx a'xxnsa ew nwacr eav 2-VASE amwax a auv xew a�a a-xrsr,mars v G P. S a X 1 v g a auv.rvrr nasnc lZ F�+O. ¢ O =oz, OF �g m a o x w o � 21- 2 1 4,a a,�a:.aa•�n��>;�r a .xo,�.xaxxr - ra+xa+vs wmnaa,� na i wh mss: oma: awa ea.nxaw x..r.wx xur eax ca.�re.cx.ra uwc rw m �ilar e,cr[npiaaa+i SHEET 70 m 106 DETAIL A" nssnsr ma..nuc ;?== OETA/L B" s wrc x..sscs OETA/L C" conn xcnwwc xa 3 7FSTR/SERASSE/IBL r CGM/EC770N 7FSTR/SERASSEMBLr 7FSTR/SERASSEMBLr STR-985 no,,o scruE - vnocecrx zmae 210107 —FZ- BRASS—PY—DETAIL AWRXMRLOCA770JV S-=RVIC-=LIYV-=AM MHUL S I TI'll2 11 jz C, ,o scuc 12" TYPICAL Covw-=c770,VffETA1L II =—VIA,lz=im EM W-. -< 00 LL FO�= X00 Eoz0 X 0 z 0 't 7: W7 K 77E0 TO CURS =n nor,o scn�e SHEET 71 m 106 HOLLARDAFTAIL TYPICAL COVW-=C770YVffFTA1L nm=a sc«E STR-985 E ID49 PAusn A Pnno Pssu210107Er xt PRartE zrm(n)RFeHwtw xw"amx u" mrsonr aPwlxc. SCRs e W R PreowoE _EE'M)Ixf nv'MIZ u"P mreai_Ml �uR scx�sP�Ec MANHOLE REQUIREMENTS m(PR E PIPE OIAYfiER BEE Amazma,5 ale"Ew:i R3.000 M EEw RExFORaExmEo°',(moi of R xEtx REI M R01FOREEumi�, xoPE Rlxc ,2• Iz• o.oto PS camREre S1B• x „ IAx x e FleCO�j le'<ro PucE careRErE ro TOP or cart emEamE s,a• s � uArcx Exanre PucE mmRErE ro TOP o E uAttx Exlrnxt �e•.io s' s;:• � •.., A. care 12•ux cane ux .' a aixBe a xuMr un -3• w � Y uutsoxE ewg ox�Ram APPROVED COATINGS TABLE ILLLLLtLLLE9 WE uARRus(r.o0r •P lak 71.1 :�IIE%"z:"wERA ZEN�.xE�.OF IE. M _ swo('cmmrs/M 2)mz c."PrmuoE Rmv� a0xom.laxr me Ex snit ow.rt,ar a aE E wAPP_ SV DETsx sm PRociaR r su c RErE wR-ES—xt Rmcx a wws. eE c Mama vont € xx-0x nat ,r m PRmw E¢ veam c,x I. MBEsop 2.s s P smPE smPE s" n (laa Ps.1.'Lse� 2 W, xc oEruE (la0 Ps 0u an oAnl oEruE l x sEUE PPE BEE"I \ �. N0 12'WIC O.C. z FROM s „��„.„ mn„cs�• '^ conn Pvmm Fay coxcREre munwnOx weLL ` Paw coxcREre FEUnvan0”) � W0LL ` (uxuuu la•mawEzs) (ulx uuu 12•mCxxms) PER T-'-r OUCIZIMTREO( 7.)1 r• mlp%lmR(?E2�v Shun I� tRauxovwmt a PRm T _ AROM nmt As REOu lo, x REwR _ K zn� `v f C)_r aPnuuu ZBWRE Dam Dasa ��ex ao n'�. PMA.uoarvRE AS oaie� e e acEw �_U�` � 0 ITW 0 FIBERGLASS MANHOLE .a oaEw CONCRETE MANHOLE „Er To 5 „or ro�•,, Cl Eo�iuon RE s U vs10xe'ESEo m�ro as .. iix oxo xc OF�RtES amMrcR R x xxaE w LLR,�mt l rnOP amu:Posy x. of ux Prsarmi aRoslnan ro roP _ PE PRarOR O RueaR suP 2 t�uxEiR wA PrsaP.wPEe eE,t aF PIPE '” e PI 3 PIPE (m.l mxc Pm a ulx. runRM creauxo o/z Remus(mR.) ""rc< Nry. — ar nnrsx assnE m P„ sax x McaRENeE wm uRcs sPEcs. m xmxcm.not Ps —I 2 ug rr"u0 r s arA(m.—an P"aP¢ OR ° caxas¢wmrmnar Q _ F F WASTEWATER MANHOLE(BOTTOM) PIPE SEAL DETAIL uaxxaE "`s'�r"I°C �+ nor ro eExt or ro srxE MANHOLE PROTECTION IN UNPAVED AREAS o:1.o S a¢LL' 5�'t GENERAL WASTEWATER CONSTRUCTION NOTES: (CULTIVATED/SPECIAL)SEE FIFE u 0.— .00Z. _ _ lar ro sCue F U¢ q_ LL S I NEER EO. IGIM2. OMEER R MroE-1 RMA le atilt cow mm n ~rD m d �Q xm `� oxsmuxTs mAr unv¢mauxrtRm ouxmt mE c0uRSE of E wPs O W EO.m R MIRautxty uxam 11 ME wmlEcr 11 a Fuuv A—of eit m PRawtE rdemu E Coxantns oNt c d0lxre 2 ME WITRMroR SI a MxERE To alt rcm RmuunOxs PER.r0 iM CxenrER 217 u '' ssN. 2,•W.. " ME Trmmx z tEry mR EXGV-M ti Q uxE ,5 RENO 3 mE COxTRMrcR 5 FESPdiSlft£mR e11 TRNRC CdJmEL AND xuei Mxmd i0 ME // '" ,, me"aRx) xCJ �(:IRMEZ—CR3- IF O Pen 5. _MrArE'L PR PE(007 O0 RE OR 'Fro E'ERe�E)AS Mc o x0 cmuxo OR rEURamc"tBL M-E sxIa a"mom o ry rcromFORu urxwlE FORc r WEe. uxt W ) ("'"mE") o SHEET 72 m 106 dOQS ME r(Pm'4CmufdY xuSf RE Su9uE1rCF"D 0'"mE'ENaxEER xtPSERACES conn onnwlPC Pa „rwm"o::xALL °"`nIE Roll wlm REnTwxm.mlxi:. _ __ oE. MANHOLE PROTECTION IN UNPAVED AREAS RE STR-985 "? FORCE MAIN DISCHARGE MANHOLE DETAIL ERS"� ' REEaRmEN,a.FlaER„.==salla.RIM A„E aENa xtarAlsE ff RMroR.I„arAItEE. (RESIDENTIAL) T To or PRteE«”2+0ae ossu210107Er Ro 1. uxE RIH flEVnnOn. wHxO E. �BROR)I`u oBs�x�CC�RlN n_ EM REIRPORcm rr 3-i,ws)OE R. CCNIROL M M PROM l,000 PSI CORCREn: PRlgl 6 Msr C Of fLOV OR I11WICC OUE Pf S.NE—FOR SI N ,om S PUCE RMRK'Mfs ul0 9CM i0 CIYFIir 1RNFK s PER NE MPRNfO 1RNFTC "' Ixnl ex n u ! Ix COxm0.PUN./6 REWIRED. 3. IE WRTRKlOR ZO Prd E mE INTFIIICN CP TRE EwsnRO FOOHOonoR STRICn1RE RY v,• ,. IR PLc"w..cr. RE_ x SRO oEmis ._"...m"..j"1. ...s Tc mf iOP or WRRfL O _ _ EOW Pe MSEO s NcxxaLL s uL�R s , sP moUm,msr uNES IN 11M POPE ARD OHEN CROui OF ERrsnxc SLY Tc a€ L (ie"fl 11'.F.:E T/A R (E—lnanoxs TO t—l— U_ TRrcraR) ulxus a Rap sc'u <gg 3 \\ RSINf RkRTMR O=R-) �\ MRREc,((w:°0��;�'N.R LL .sRLL LL � SEE PIK SICETUI "° PE __---_ �— snRSPIPE fs wo S.,Ass..." P Pr PI spy rR fRsnR�`W) E.Is xn AIR=ex"P n W ro PIPES� nNC s NIRECTm o lullox 0o PSI NaR".`a an) N Ea k Pux�`NSR �E1 3v OOICRSEm`xC CxoliCu PROPOSED..E.— � sx�RRL5 U GROUT`(.W MID ORR�oc ncxEGUN NSERT O ursmf m On as REOOIrdO ERIERW WRCREM RF], fLOWpB1E N, C, FRP INSERT REHABILITATION OF EXISTING MANHOLE FRP INSERT PIPE SEAL DETAIL VIII}} lOT To s�NE No!ro s�E Illi o)Ou.�Rr xC1E li,•LL„ERIRc (:),lir cwsm PlcxxolEz USE EDGE aP aRo azm M M." ua(siiu)r�mfcixx[x uo rs sQyQW� Q 15 (TO[u"it3T"'mmi ° P(u�ERERzax)Pf` LanPnxc�sculranr,NE m G_' _¢ 3 l 5,aa0 ies)M Husr RE IxSK_..Pa.iO mS no..THE W p p U Q `� R 'J�pgF (�O� \ QR® lEO ARI empH� dQLL COOS ESR PLAN VIEW / N,ON REOYOu:n x�, .mE OONTRAcioR sxal PRO�OE OSEnHunOR. z c c m o.o gpm ww s ER o NuxsElr ~ rc a 1/1•Ow xEPo�Ps,N� aPullxc m i� ��\�— -1. U, o w "j � am- oRn3xoxr no— IEE E-�ea— zzzn acv R11 REOUIREO OR ni _ Q Q _ sPfanunaxs g 3O• 30 (z) aan Ers:lroae U.S. E-wOz13sI a sxEEi 73 m 106 PERU—RER Ex( f xrmf uss27. RS—BEs OIC conn onnwlxc xa °? SECTION OF RING&COVER RING&COVER APPROVED LIST STR-985 Or TO PCO�E«x�loas Ossu210107Er RO APPROVED ARVs �PRc`r Eau Cew� PRNnUE b'RxC b CMm NNYUTACNRfR uO V A I c z5 aR ;�.x5 `uoo¢see Pre=sal-T .'`"w ENzn xou/a S vnxsrero iEsnxc cRouxo `(rvPj c m.... s � t' ar m�Nzm m-RETE a&rbUr OF mi[xr/M 5'-O"ulx.Du ( Rymox w /5 Pm Mxn +'-0"MIN.OR ; ene STM.REWIRmmrs S'a Srs¢PPEy`— Rm'O. € - \\aFetrazr—11 rOxi �E 1,Y.R aivP(wlu�nm t—OLE e.B PE wrt a"on iavNr�relcm oEn mil' ex contwveaw nuRnwawRuunixPmwoE C%OR eaesPRmmE.111RE mxeR¢E mxcs esacumo vm�PeQa�iNi eE sruxwss WO ununcs omeriuExi cncunouw w xOTEE CO mnoxmTEAR NIN. ----- .RMX-5.xCUSE CRUsxm=Eo FOR 0Rux(UxwsS xax whim road muw w R-O r. Txoor im azl GRADE x O OR a sRowoE rorcRElE uI". V -E. r FRONT VIEW 5100LE SIDE VIEW aTxo�0.0.�w' eaOeE cROunowniER SEE caxsm cnOnnPl rs o auemnr, p= 'c d U N 95, _ 5To : FOR oBOLLARD DETAIL DEEP CUT SERVICE CONNECTION AIR RELEASE VALVE AND MANHOLE ..NUN No.—C.—T Nor ro "� nor nor To C, VIII RIH - - SERVICE CONNECTION NOTES: OR uSENmi xE m @ I REOUI IUGR rO PRarOE SEE OU mxxErnox res m IOM Row.u roxxEcr Ex sr smwcE uxE ours of¢suExr ee sxorm ero MREwEo auc ] eUUEVCE PPE ergo RmxOs M SE mucor caw SCH ...E SERXE unwzs SHO am_E x ME Pvrz. 1I�I I G W uorxm rz ROEa/v�mucE O FOR%WNc Nan RPE NSTERIu we MO/OR WF USE UTS- O & OmerMmr_A_conn 21 > ¢ E"THOS EN SE £ a FOR xm we Nun oro SERNM USE Pre IA OR e smwcE caxmm�ax s cRFaiER Mui'a',usE s'Pre A A W O S U Q a .. PRrnnoE cwuwui s F PPE urOix,ax scow¢uxE > F m O W'UIRm $ stn w mw cluwur wre ro ME NNx unE. e G O a a Z PR ea NEEDED ME Plrc w/e•OF s f G=U O =F•O U¢� m sr Fames o f s —ON AN.SIZE of"""Nim PLAN CLEAN-OUT BOOT o w ¢"(iyP.) ¢+zl osSE �anrc Or ro scxE nor SEE Iso Pn" m7mO �`NP Rmq aR Q siFFEL sxEPA i R g f£RHOO I-0• E• " 2-1/2- / FOR IE17, WIEExsm *2 /S z STON 5(z III) /Z-,/R. wS SnoxaWSx SEON OR r.E "v/..—u l cmR Os MR I/e• a SHEET 74 m 106 HOPE OR SUR]e FOR . FO CURI SECTION A-A SECTION B-BOr To HOT To coeooenwlR<Ro. 4 STR-985 SERVICE CONNECTION DETAILS STANDARD SERVICE MARKER TYPICAL CAST IRON CLEAN-OUT BOOT - PnUrE«.z]Rae E REOUIREO¢ STREET W or To calm OR nun uxPA�Sn+Petco r REPn x EIS of ezls"�SPUR oxsu210107Er xo MIE-T(0.ra S-PER"r uln.)Eni 11 10 BE Ix IxsIOE aP aslxc roPmlE set Tea,E z-ITm a(unMPn Mm PneEMmT PnwxEmm E TM¢xxms or Exlsnxo caxasrE �fwh rv mON ' TMzTm az c P PE m °r—1 ORcar 1 RuxnEN vPPOarExlmwc POIFIER PIASM RMMMERS SEE IBMz Pa.�MmT a,Sae s' W ,x� 4"TO 10"CASING DETAIL IS'.—INE BE OR�R"E`°RRSE„oruE ,or r°a•, p m""aw6EEP s mxc E. CEIr a x O En sc ME ca,m OR arux,Ea E x w s.,xoG(I s a"�a�REaaaa:ic»im '2 *NOTE : TI "I'm sre¢OR Runxm SOPPOxr InsOE or rnslxc �.. � Ex�awrnox wFm. ID set xOTE z RuxxEm i 1°'c"E PIPE (ppm� )rean,c z-Irw nll 1.1 IT < E T 11 12"TO 36"CASING DETAIL I2" aePA�anT _T an"e�M ARE°,°N�ir° LII oe"A PewMUOe°arve \ xor ro svcE %PavemervT seP„�s rn"Panna wTs oar w oErn" <e Em sP 8. MnTmu.set Toa,E, va 11—D 111—Ir-1—T11T 1-1'T TOpry l"prcrv°wrvl�T"e L. DT _ W=PIPE iOrvNaavemnervTF evaw, O 2 xme. na OwO no ne (n SEE Ro.I snwx x va MnTmOA DIA2'.+ mun seirvcw OenwmeOaawwT�swe��w vau�cn.ory rvelsl, �U v macR°Nu�u°sr a �W E MuaMMM OF oRE TRENCH BACKFILL FOR WASTEWATER LINES a SME OF CASING DETAIL AND PAVEMENT REPAIR FOR UTILITIES Cl .or ro sruE xor ro SINE (� GENERAL NOTES FOR BACKFILL VIII TABLE 1 TABLE 2 _ VIII BEGGING ANG INITIAL BACKFILL FINAL BACKFILL (BELOW PIPE TO 12"ABOVE PIPE) (GREATER THAN 12"ABOVE PIPE1 UNPAVED AREAS PAVED AREAS MnTmMi ¢iii` wRces OORR BE m CASING NOTES: C°PRooucEo ar muznlxo OFnRroRk:roxE OR°wA.¢. „per 5- „R ��nEr:r TME m,.�•., Q I OR l. SPEOAc00emp Exrs. .il wMIc.xEss snv¢BEPERmlx x u usa nRrm ° ro BE P—Eo - Al o °n(s O xP M° o°�"�.w�ETo EMRM mu dxroY —RE IS n a REOUIRE mrz�MN az m MR' _ C—r III IS sro PROCMR3. rc oc N_� x r PEs.NN--GE TINE=lT REsMIM OR APP—EOuu RS set.PROs aR ryesel.sx O p y m v m0. mE zm ulxluuuR TO Twx zw w ow_cM E3.OF MUM. TO En RNOEOU REEumn.Tnm WE cmmr �F W.O= ¢F O a PIPE—xxm Noe •mT I/S.Sl—-,o°z SEE roa,E z-NEM R¢,nw. _=O G O 0 r ErM mwETii°N1s"�PP°FOR�o TMR"O��O�RT""`ITe Eu"N'ON Tx r TME aaRlm PIPE rs r",0�,zlE�(nl'10finP ro°N nu<. Ran aASE F a°°� o F s aE Gia n nN xOF E PPE zmna. (D FZTs O Paan o o,l o O E—0 � PTM. 'O°Ro nR°a"g.mr sus-So mos OF �°xo sFx.OR encm x x M x x En o(caxsm SO IbW¢E swO(L.s SnFC�1HlE mumxxc O U IF APA—Eauu_'Ixc.MOO¢az ZIPPER.AS MaO¢C E OR,. measE eLOREwTE.i�Wi IR]I,zl.CRWE; " roof Pucm CN REOUI—E... Q OR TOP)M•m nCn. B.CRusxm IM-E PER MOT ITEM c¢,CRTnE z.].W I yiO _ y°OO CMPA%.M 9M52 R F O5BB.MOEM RE ro SHEET 7S m 106 ro r]S)CF CPNMUM. C°cx°ccwlRC Ra �s STR-985 - PROSE«x z1Oas oHdu21of 07E.Ho TRAFFIC SIGNAL SUMMARY BID ITEM DESCRIPTION UNIT QUANTITY 416 ti002 GRILL SHAFT 24IN) LF 11.4 416 5031 GRILL SHAFT TRF SIG POLE 30N LF 11.3 611 6002 TRAY CABLE 3CON DR 12 AWG LF 103 A„ 630 ti011 INSTALL HWY TRF SIG UPGRABE EA 1 631 6001 VEH SIG SEC 121N LEO GRN EA 2 6G1 6002 VEH SIG SEC 121N LEO GRN ARW EA 1 d 532 6003 VEH SIG SEC 121N LED'ELL) EA ¢ SG1 ti004 VEHSIG SEC 121N LEO YEARI) EA 1 532 6005 VEHSIGSEC 121N LEO RED EA _ka 6b1 6013 PED SIG SEC LED CDU NTDON/N EA II1� 6dL 6051 BACKPLATE WIREFL BRDR 3SEC ALUM EA V n 0 SUE 6023 TRF SIG CBL TVA 14 AWG 2CONDR) LF 122 V t 6G4 6031 TRF SIG CBL TYA 14 AWG SCONOR LF 132 Q L.Z ti34 6035 TRF SIG CBL TVA 14AWG 9CONDR LF 393 6G6 603& INSTRF SIG PL 4MS)1ARM31'LUM&ILSN EA 1 6S] 6001 PED POLE AS EA 2 �- 58S 6001 PED DETECT PUSH BUTTON APS1 EA 2 590 6137 VIVDS CABLE INSTALL) LF 204 690 6138 VIVDS CAMERA INSTALL) EA 1 VALMONT MITIGATOR TRI EA 2 ~ ILSN AN D WIRI NG EA 4 INSTALL MULE TAPE ON ALL GNDBX TO o m LS 1 MAST ARMS AT ALL CORNERS U U N NO SEPERATE PAY ITEM.SUBSIDIARY TO PAY ITEM GSO R �I o C N � W � �OCy QNB �3az F N m 7 — _ � 6 V 77 � oxdu21of 07xT xo ILLUMINATION SUMMARY 81U ITEM UESCRIPTIQN UNIT QUA T4T �'� 0618 6023 CONNT'PUQSCH401(2"I MITHMULETAPE 624 6002 111UNU N- FA w 0 2 N R JI o W G e � �0 QNB _ � 6 LL V A>>f Iv x1L Id�L 70- 77 1 xo GENERAL NOTES-TRAFFIC SIGNAL osu1111071*.0 A CONSTRUCTION NOTES 1.THE CONTRACTOR WILL VISIT THE PROIONS POSEDU.ICTE ONOCA TION ANDDI EXAM E LOCALCTONR IMAOVNS T OUNO BBE EER OUNTEG EE OBTAIN PERMITS OR AND FEES REQUIRED,AND OTHER RESEARCH NECESSARY TO ASSURE?.THOROUGH UNDERSTANDING OF THE PROJECT—CONDIT 2.THE CONTRACFLYTOR WILL BE RESPONSIBLE FOR ACCUIRING ANY NECESSARY OFFSITE LOCATIONS FOR STORAGE OF ALL EQUIPMENT AND MATERIALS REQUIRED FOR THE CONSTRUCTION OF THE PROJECT AT NO EXIR?.PAY. 3.MATERIALS ANDIDR ECUIPMENT WILL NOT BE STDRED OR STOCKPILED WITHIN PROJECT LIMITS LONGER THAN 48 HOURS. ' 6 GENERAL UTILITY NOTES 4 1.THE CDN TRACTOR'VILL T>KE PRECAUTIONS TO PROTECT EXISTING UTILITIES.ALL PIPES AND UTILITIES DAMAGEO BYTHE CONTRACTOR WILL BE REPAIRED TO THE OWNERS SATISFACTION,WITH-SEPARATE P4/.EXISTING UNDERGROUND UTILITIES AS SHOWN DN PLANS ARE LOCATED AT APPROXIMATE LOCATIONS AND DEPTHS.UTILITIES FOUND OTHER THAN AS SHOWN ON PLANS SHALL BE UNCOVERED BY THE CCNTRACTCR PND BRDUGHTTD THE ATTENTION OF THE ENGINEER ANDIDR INSPECTOR.THIS WORK WILL NCT SE PAID FDR DIRECTLY BUT CONSIDERED SUBSIDIARY TO THE VARIOUS BID ITEMS. 2.INSTALL PVC CONDUIT AT A MINIMUM OF TV DEEP UNDERGROUND UNLESS OTHERWISE SHOWN ON THE PLANS. C.TRAFFIC SIGNAL NOTES u '" 1.INSTALL SIGNAL PER CITY SPECIFICATIONS,UNLESS OTHERWISE NOTED. 2 r] 2 REA-CITY OF CORPUS CHRISTI'GENERAL NOTES AND STANDARDS'INCLUDED IN BID DOCUMENTS UNDER SPECIFICATIONS. d SHEETSSEE REFERENCE INCLUDED IN THE PLAN SET FOR TRAFFIC SIGNAL CABLE COLOR CODES FOR THE POLE TERMINAL STRIP AND THE FIELD WIRING CONNECTION IN THE CABINET.CONTACT TONY SALIN.AS AT(3811825-1,11 FOR MORE INFORMATION. ' F, ExI5TINc sICNAL ECUIPMENT.sEE CITY SPECIFICATION xx xx xx.XX. 5.IT IS THE INTENT OF THE PL INS AND SPECIFICATIONS TO PROVIDE ALL NEW ECUIPEnENT.AND HARDWARE FOR THE EXISTING SIGNAL INSTALL4TION EXCEPT AS NOTED IN THIS PLINS.ANY ITEMS RECUIR ED,BUT OMITTED ARE THE RESPONSIBILITY OF THE G F, CONTRACTOR O WILL BE SUBSIDIARY TO APPROPRIATE FID ITAT, cHE CONTRACTOR OR IS FES PONSIFLE FOR TROUBLESHOOTING SIGNAL CONTROLLER OUTAGE PRIOR TO carvT.acTINC THE cIry TRAFFIC SIGNAL SECTION DURING CONSTRUCTION. ].PEDESTRIAN SIGNAL HEADS WILL BE SLACK,POLYCARBONATE 18-INCH CLAIUSHELL SIGNAL WITH CDUNTOO'VN LED MODULE AND EGG CRATE VISOR OR APPROVED EQUAL BACKPLATES WILL BE POLYCARBONATE.VACUUM FORMED LOUVER511LITTED TO ALLOW AIR FLOW. 8.ALL TRAFFIC SI IN AL HARDWARE WILL BE STAINLESS OR GALVANIZED STEEL THAT WITHSTAND SALT AIR CONDITIONS. V ' U.OUAFLAC SIGNAL HEADS AND 1ACKPLATE1 WILL BE BLACK.4NN SIGNAL HEADS WILL BE POLYCARBONATE.B.ACKPLATEC WILL BE SLOTTED TO ALLO'V.AIR FLOW. Q 10.ALL PUSH SO ONS WILL BE"ACCESSIBLE PEDESTRIAN SIGNAL UNITS"SAPS)AND WILL NEED TO BE ACCESSIBLE FROM PEDESTRIAN RAMPS TO MEET ADA AND 2911 TMUTCD REQUIREMENTS. :Z 1 TRIAN PUSH BUTTONS WILL CONFORM TO CURRENT ADA STAND.4RDB.AND::VILL BE ACCESSIBLE PEDESTRIAN SIGN88 AL UNITS CONFORMING TO TS o .EACH ACCESSIBLE PUSH BUTTON'VILL HAVE THE FOLLOWINI FEATURES: 2 H,F 1)PUSH BUTTON LOCATOR TONE 10 ATAC ILE ARROW IIU A SPEECH'vALK nn Ess.4cE FOR THE wALKlrvc PERSON INDICATION,AND NIA SPEECH PUSH BUTTON INFORMATION MESSAGE THE APS WILL BE PROGRAMMED BY A MANUFACTURER REPRESENTATIVE IN ACCDRDANCE WITH THE"APS MESSAGE INFDRMATION"TABLE IN THE PLAN SET.PEDESTRIAN PUSH BUTTON EQUIPMENT'BILL BE POLARA INAVIGATOR 2FNIRE SYSTEM OR EQUNALENT.USE TEMPORARY � ACCESS CODE 1----U'TO PROGRAM APS BUTTON DURING INSTALLATION.CITY TRAFFIC SIGNALS WILL ADD A SYSTEM CODE AFTER INSPECTION. On 12.SIGNAL CABLE CONNECTICN FROM MAST ARM TO SIGNAL HEAD WILL NOT BE EXPOSED. _ 13.TERMINAL STRIP ACCESS ON SIGNAL FILE'VILL NOT BE ON THE SAME S10E AS THE PROPOSED PUSH BUTTON LOCATION TO AVOID CONFLICT. °m 14.USE HUBBELL AN A2ITE BASE FOR SIGNAL CONTROLLER FOUN DATIDN. U N °1n HE SIGNAL PLW PAVEMENT MARKINGS FOR IN FOR MAN-PURPOSES ONLY.REFER TO PAVEMENT MARKING.AND SIGNING PLANS FOR DETAILS. DO m J THE W/ITH ELECTRIC COMPANY(.AEP)FOR POWER SOURCE To EXISTING SIGNAL CONTROLLERS, W L.� 12.CONTRACTOR WILL USE WAVETRONIX SMARTSENSOR MATRIXFDRRADAR DETECTION. (J d I D.TRAFFIC CONTROL NOTES 1.ALL TRAFFIC CONTROL DEVICES FOR SIGNAL DESIGN SHALL BE IN ACCORDANCE WITH THE LATEST VERSION OF THE TEXAS MANUAL ON UNIFORM TRAFFIC CONTROL DEVICES(TMUTCO).AND TEXAS DEPARTMENT OF TRANSPORTATION STANDARDS O o SCH F14-BG(1)-14,W2(BT6-1}13 AND WJy'BTS-2F13. U z e III))(( Is W G � D GZ^� W - � p�OOy J y QW� AV - Zai OZ '=GQV _ � 6 LL C V � SHEET 711.106 STR-985 rxadlc s10d9 EXISTING POLE&EQUIPMENT INFORMATIONEXISTING TRAFFIC SIGNS ooxsu210107x1xo 'VIII SIGN DESCRIPTION DESIGNATION ID DESCRIPTION I ATTACHMENTST A EXISTING ELECTRICAL SERVICE PEDESTAL AN D METER TO REMAIN Narlhwe5l iak.: MASIGqNRM •ii\ ?-f U'.>'N F Ill i B EXISTING CABINET AND CONTROLLER ASEMBLV TO REMAIN. Narlhwe5l +k.: MASIGNRM •�2\ G xu[ a�oorvw _� EXISTING 30HIGH,SMA-100 STEEL POLE WITH SO'MAST ARM,ONE(1)LUMINAIRE TO REMAIN. C EXISTING PNO(2) 3-SECTION SIGNAL HEADS WIBACKPLATE AND ONE(1)4SECTIDN SIGNAL HE—NISACKPLATE TO REMAIN. MAST EXISTING ONE(1)VIVID CAMERA TO REh14IN. TlRlty IN ��<e SIGN 3\ ®^ D EXISTING PEDESTRIAN POLE,ONE(1)PEDESTRIAN SIGNAL HEAD,ONE(1)PEDESTRIAN PUSH DUTTON,ONE(1)R1M3eL SIGN TO 8E REMOVED. FM 1889 MASIGNRM •�4\ E EXISTING PEDESTRIAN POLE,ONE(1)PEDESTRIAN SIGNAL HEAD,ONE(1)PEDESTRIAN PUSH BUTTON,ONE(1)R10- A SIGN TO BE REMOVED. 2 r, EFTT RN EXISTING 30'HIGH,SMA-100 STEEL POLE WITH 32'MAST ARM,ONE(1)LUMINAIRE TO REMAIN. /ELD H EXISTINGTW0XI)TIN DNE(I)IGNALHEADSVTOREPLATE TO REMAIN. ONFLASHING R18-12d •�5\ ��,De EXISTING pN EE1DI VIVID CAMERA To TON,N. 30"X 36" ONE(1)PE TRIAN SIGNAL HEAD,ONE(1I P TRIAN PUSH BUTTON,ONE(1)R1 R SIGN TO REMAIN. VELLo'il Q 5 aT o OEs Es a-Se APFOW EXISTING 30'HIGH,SMA-100 STEEL POLE WITH 50'MAST ARM,ONE(1)LUMINAIRE TO REMAIN. �•'a3 EXISTING T:VO(213SECTION SIGNAL HEADS WIBACKPLATE AND ONE�I)4SECTIDN SIGNAL HEA—II—PLATE TO REMAIN. EXISTING ONE(1)VIVID CAMERA To REh14IN. V 2 EXISTING 30'HIGH,SMA-1D0 STEEL POLE WITH 24'MAST ARM.ONE(1)LUMINAIRE TO SE REMOVED. Q L 1 EXISTING TWOl2)3SECTION SIGNAL HEA D51:VI84CKPLATE AND ONE(1(—ECTION SIGNAL HEAD N/ISACKPLATE AND.. EXISTING ONE(1)VNID CAMERATO BE REMOVED. 2 ��pH K EXISTING PEDESTRIAN POLE,ONE II)PEDESTRIAN SIGNAL HEAD,ONE U)PEDESTRkN PUSH BUTTON,ONE(1)RlD—R SIGN TO REMAIN. EXISTING TRAFFIC SIGNAL HEADS ti On i N o 02 . SO I OO© La) x F gaip 12 LENS KPTE BACKPLATE z v m rc 111 12I A O c _I _I U 92 �IIIY LN 3 �0 ~ CCUNTDC VIN d 3� LJ D J_.. _1,.r,�. I "�. \H E H RED FM n'24 "r� LJL_ J o` i3I IL CONTRACTORSHALL coITCT _I L i 04 DIGTEss avnoa-DIG-TEss pR - a _ UTILITY LOCATION y O LEGEND H31 F2� _ AeLEAST Nc cDNssaucri N° z SYMBOL DESCRIPTION O EXISTING CDNTROLLERICABINETIFDUNDATIDNN g8 `n EXISTING ELECTRICAL SERVICE i 1; THE CONTRACTOR IS SPECIFICALLY CAUTIONED O H o O THATH ARE KNODENRTOROXND UTILITIES INCLUDING GAS y3 O v H EXISTING SIGNAL HEAD W/O BACKPLATE IST IN THE VICINITY OF THIS c F 3= -I • WORK HALL CALL FOR LOCATES =4QV 0 11 FAI li24 PRIJRT BE INNIN'YORK AND SHALL EXERCISE �~ g D EXISTING PULLBDX -1 CAUTIONNIHENINST.4LLINGSIGNALEOUPMENT EXISTING MASTARM SIGN i J J INCLUDING POLE FauNDATIprvs ArvO CONDUITS ~ z EXISTING LUMINAIRE ARM a EXISTING VIVID CAMERA /� n L1 I I PHASE DIAGRAM Y EXISTING MAST ARM AND POLE m O EQUIPMENT DESIGNATION o �il SIGN DESIGNATION o1 02 03 04 0 COUNDUIT RUN DESIGNATION g6 —Sr 79 106 w SIGNAL HEAD DESIGNATION p t I NDUIT(BDREDI w �5 �6 �T 0$ xEcxxo xxoulxcxa. CONDUIT(TRENCHED) NFucT FLASH:RED Au STR-985 xxMEc 11049 % PROPOSED POLE&EQUIPMENT INFORMATION EXISTING TRAFFIC SIGNS ooxsu210107x1xo TO BE REMOVED ID DESCRIPTION I ATTACHMENTS SIGN DESCRIPTION DESIGNATIDN A EXISTING ELECTRICAL SERVICE PEDESTAL AND METER TO REMAIN Northwest �� MAST ARM B EXISTING CABINET AND CDNTROLLER ASEMBLV TO REMAIN. F+T'�i G���uiu[+rea[oorvw � EXISTING 30HIGH,SMA-100 STEEL POLE WITH 50'MAST ARM,ONE(1)LUMINAIRE TO REMAIN. Northwest aoo MAS'GARM /2\ ... .,... C EXISTING TWO(2)3-SECTION SIGNAL HEADS WIBACKPLATE AND ONE I I)4SECTIDN SIGNAL HEAD WIBACKPLATE TO REMAIN. EXISTING ONE(1)VIVID CAMERA TO REMAIN. TA /4 INSTAL PROPOSED ILSN ARM. TR-1 MITIGATOR DAMPING PLATES. ®^ Tlinlly Rlver °u, SIGNRM /3 D EXISTING PEDESTRIAN POLE,ONE(1)PEDESTRIAN SIGNAL HEAD,ONE(1)PEDESTRIAN PUSH BUTTON,ONE(1)R—L SIGN TO BE REMOVED. I-LE IN HILL / E EXISTING PEDESTRIAN POLE,ONE(1)PEDESTRIAN SIGN AL HEAD,DO(1)PEDESTRIAN PUSH BUTTON.ONE(1)R103DR SIGN TO BE REMOVED. FM 1889 MAS�GARM F INSTALL PROPOSED PEDESTRIAN POLE,ONE(1)PEDESTRIAN SIGNAL HEAD,ONE(1)PEDESTRIAN PUSH BUTTON AND ONE(1)R1—SIGN. LEFT TURN e¢ G INSTALL PROPOSED PEDESTRIAN POLE,ONE(11 PEDESTRIAN SIGNAL HEAD..ONE(11 PEDESTRIAN PUSH BUTTON AND ONE(t)R1038R SIGN. MELD R10-12a /E ', f UN FLASHING15\ Q y'�{ �= EXISTING HIGH,SMA-100 STEEL POLE WITH 32'MAST ARM,ONE(1)LUMINAIRE TO REMAIN. VELLO'i! 30"X 36" - �1 H EXISIS TING TWOL2)3SECTIDN SIGNAL HEADS WIBACKPLATE TO REMAIN. ARRnVy EXISTI INSTALL PROPOSED CAM H ATRO REMAIN. III^9 P SED V ^ EXISTING 30'HIGH,SNIA-100 STEEL POLE WITH 50'MAST ARM,ONE(1)LUMINAIRE TO REMAIN. PROPOSED TRAFFIC SIGNS EXISTING TNOO -SECTION SIGNAL HEADS WIBACKPLATE AND DNE�1)4SECTION SIGNAL HEAD WIBACKPLATE TO REMAIN. SIGN DESCRIPTION DESIGNATION .Z EXISTING ONE(1)VIVID CAMERA TO REMAIN. D INSTALL PROPOSED ILSN ARM, TRE MITIGATOR DAMPING PLATES. E 2 �� NerthWeSl ILSN ARM EXISTING 30'HIGH.SMA-100 STEEL POLE WITH 24'MRST ARM,ONE(11 LUMINAIRE TD BE REMOVED. SIGN 1 - EXISTING TWOl2)3SECTION SIGNAL HEADS WIBACKPLATE AND ONE(1)4-SECTION SIGNAL HEAD WIBACKPLATE AND.. EXISTING ONE(1)VIVID CAMERA T08E REMOVED. TrieTy RiVeY ILSN ARM K EXISTING PEDESTRIAN POLE,ONE II)PEDESTRIAN SIGNAL HEAD,ONE II)PEDESTRIAN PUSH BUTTON,ONE(1)RID—R SIGN TO REMAIN. SIGNOn 2 PROPOSED 30'HIGH,SMA-100 STEEL POLE ON A 11.3'DEEP DO-A FOUNDATION,WITH BY MAST ARM,ONE(1)LUMINAIRE ILSN,ARM „o L PROPOSEDTWD(2)3-SECTIONSIGNALHEAD WIBACKPLATE 4NDONE(1)4-SECTION SIGNAL HEADINNACKPLATE. NarthWeSl SIGN LU lY m m PROPOSEDONE(I)VINIIDCARIERA. O=ED m INSTALL PROPOSED ILSN ARM ILSN'AM U FM 1889 SIGN ® X m LEGEND SYMBOL DESCRIPTION I+ PROPOSED R nm o EXISTING CONTROLLERICABINETIFOUNDATON F A TRAFFIC SIGNAL HEADS O Z EXISTING ELECTRICAL SERVICE > EXISTING SIGNAL LED HEAD WI BACKPLATE 4 1 2 1 = H PROPOSED SIGNAL LED HEAD WI BACKPLATE B 8 3 3 o PROPOSED PILLBOX �� J� (Y' 83 i s'LFN.,E 12'LENS INI e EXISTING MAST ARM SIGN 2 3J E i PROPOSED ILSN ARM SIGN E �� 3 2� Tr PROPOSED LUMINAIRE ARM o EXISTING VIVID CAMERA IBJ 1: J _ EllX18 R EXISTING MAST ARM AND POLE ( I'A'4 PROPOSED MAST ARM AND POLE DTNue o v W X49 ~ O EQUIPMENT DESIGNATION $3 , I Z I I W D r I _ CPEO HE ADN Al SIGN DESIGNATION 68 o- _ �Zll�/�V aSo J 1 COUNDUIT RUN DESIGNATION 1 A O �� ° E ❑ SIGNAL HEAD DESIGNATION3ZoAA 0 o EXISTING WIRE RUN 111 CONTRACTOR SHALL POUT MULE PULL TAPE FROM =Fm w CONDUIT(TRENCHED) 1 c I GR BOXES TTHEAAS ARMS. I F CONTRACTOR SH AL CONT ACT 3 -0� �l G ;4"(s( W v S IGTE-.R'gMDIG-TESS OR K 4 I PHASE DIAGRAM XTLEAS FOR UTI LacnnoN a AT LEAST 72 HDU RS PRIJR TD BEGINNING CONSTRUCTION �� 1 ic % p c�uTON' p-6 01 02 03 04 a THECDNTRACTC—SPECIFICALLYCAUTIONED - t ~ 0- 80 at 106 THATUNDERGRDUND UTILITIES INCLUDING GAS n[coxo xxoulxc xa. .ARE K—N TO EXIST IN THE VICINITY OF THISFOR TOR SHALL CALL FOR LOCATES 0$ p56 qJ� qJ8 P'—R4`.BEGNTRINNING 1,1—AND SHALL EXERCISE NFLICTFLASH R STR 985 CAUTION WHEN INSTALLING SIGNAL EQUIPMENT INCLUDING POLE FOUNDATIONS AND CONDUITS xxxdxc x 21049 CONDUIT AND CONDUCTOR SCHEDULE POLE SCHEDULE o 0 RUNNUMBER 1 2 3 4 10 11 17 18 19 21 POLE C D E F G H J K L xax2101 D7xix CONDUIT SIZE IN INCHES NA 2 2 2 3 2 5 3 2 6 3 2 7 3 2 0 3 2 9 3 2 3 2 3 2 3 2 3 2 3 2203 2 3 22 33 POLE TYPE ISM I-NDMAIPED SMA PED PED PED PED SMA SMA SMA PED SMA NUMBER OF CONDUITS NA 1 1 1 3 1 [ 1 2 1 1 1 [ 1 1 1 3 1 1 1 1 1 2 1 [ 1 [ 1 1 1 1 POLE HEIGHT FEETI SO 30 30 30 30 ]olZLI' LENGTH OF RUN(FT)100 20 4 16 16 4 4 33 33 61 61 10 1011]11720 20 2526 13 13100100 8 8 17 17 16 16 3 19 MAST ARM LENGTH FEET 50 32 50 24 32 ��coQ� FOUNDATION TYPE EXISTEXIST EXIST PROP PROPEXISTEXISTEXISTEXIST PRD TRENCH(T)I EXISTING(E)I AERI4LIA) A E E E E E E E E E E E E E E E E E E E E E E E E T T T T T T FOUNDATION HEPTH(FEETI EXISTEXISTEXISTPNRPPGRPEN ST EXISTEXISTEXISTPRD .+ CABLE CIRCUIT CABLE CIRCUIT G�uiu[+rea�oonw � 46 XHHW 120 P—ER HOT 43 RARE(SOLID)BARE BOND GROUND 120 POLVER COMMON m 1 x6 BARE(SLID)BARE BLIND GROUND m m #,.eARE(SDLID)BARE BOND GROUND I COE'A'S LIS 0 4 m TVPE"A',SOLID SIGNALS m _ m 3 1 11 1 1 e 22 r.y 0 m 7 1 6 6 COND.414 AW SIGNALS m POLE F 1 ]' �rv'¢ TYPESOLID mE 1 1 NO.414 AWG POLE 1 Qg'yF m 6 TYPE"A",SOLID PED.SIGNALS POLE H m 7 POLE K 1 II�I^9 0 POLE F 1 V 0 POLE FCON0.414 AWG PEO.APB POLE V E TVPE'A",SOLID PUSHBUTTONS POLE H 3 CON D.41—C POLE G 1 1POLE K 1 L%3 TYPE"4",SOLID PED.SIGNALS POLE IT — 2 POLE rJ G POLE I POWCR3 DATA POLE POLE 1 1 ABLE VIVDS F POLE I 1 0 COND.414 AVJG PED. POLE 1 1 1 POLE L 1 1 TYPE"A".SOLID ASS PUSHBUTTONS G POLE POLE H CDND.4 SOL G ILSN POLE H POLE I ID POLE I 1 On POLE C POLE L 1 LU QS o m ONDUCTOR POLE IT O=N m #12CTR.4YC.46LE LUx:IIN NRE POLE I Q)ul Q �� X EO POLE ER L U ~ L 3DATA CABLE VNDS POLE H d POLE O POLE 1 1 1 1 U 1 POLEEH $ CDND.414 AGI ILSN POLE TYPE"A',SOLID POLE 1 1 1 1 _ 1153 3 POLE 1 PROPOSED POLE&EQUIPMENT INFORMATION ID DESCRIPTIGN I ATTACHI,AENTS NORTHING —TING FNB.ELEV A EXISTING ELECTRICAL SERVICE PEDESTAL AND METER TO REMAIN NIA NIA 3 B EXISTING CABINET AND CONTROLLER.4SEMBLY TO REMAIN. NIA NIA N EXISTING30'HIGH.SM—STEEL POLE LVITH 50'MASTARM,ONE(1)LUMIN ARE TO REMAIN, 8 C EXISTING TWO(2) SIGN.4L HEADS VIIBNCKPLATE AND ONE(1)4-SECTIO SIGNAL HE-VIBACKPLATE TO REMAIN. NIA NIA FLUSH WITH �yOI EXISTING ONE(1)VNID CAME RA TO REMAIN. CROWN OF RDWY �� F INSTALL PROPOSED ILSN ARM W �ONF _ D EXISTING PEDESTRIAN POLE,ONE(1)PEDESTRIAN SIGNAL HEAD,ONE 11)PEDESTRIAN PUSH BUTTON,ONE U)--SIGN TO 8E REMOVED. E EXISTING PEDESTRIAN POLE,CNE�I)PEDESTRIAN SIGNAL HEAD,CNE IT PEDESTRIAN PUSH BUTTON.ONE(1)R10-0bR SIGN TO BE REMOVER. NIA NIA 3 O €Z a= F INSTALL PROPOSED PEDESTRIAN POLE.ONE(11 PEDESTRIAN SIGNAL HEAD.ONE(11 PEDESTRIAN PUSH BUTTON AND ONE U)RID—SIGN. NIA NIA GROWN CF RDWY QF m a Q Cj INSTALL PROPOSED PEDESTRI4N POLE.ONE(1)PEDESTRIAN SIGN>L HEAD.ONE(1)PEDESTRIAN PUSH BUTTON>NO ONE I1)R10-0eR SIGN. NIANIA CROWN OF ROV/V f N y D EXISTINEX30'HIGH SMA-109 STEEL PDLE VJITH 32'NkST ARM ONE(1)LUMINAIRE TO RMAMN, YI C H ISTING-O(2)-SECTIONSIGNAL HEAD—BACKPLHM TETOREAIN. NIA NIA FLUSH WITH W Q EXISTING ONE(1)VNID CAMERA TO REMAIN. ONN OF RD f V INSTALL PROPOSED ILSN ARM p EXISTING 30HIGH,SMA-100 STEEL POLE WITH 50'MAST ARM,ONE(1)LUMINAIRE TO REMAIN. FLUSH WITH C EXISTING_G)-ECTION SIGNAL HEADS WIBACKPLATE AND ONE(1)4-SECTIO SIGNAL HE-VIBACKPLATE TO REMAIN. NIA NIA EXISTING ONE(1)VNID CAMERA TO REMAIN. CROWN OF R— NS PROPOSED ILSN ARM EXISTING 30'HIGH,SxA.4-1 pOEA STEELIGLEIVITH 2a'MASTARx:I. NED u.IN.IIRETCBERENFVED. EXISTING T:VO(2i3-SECTIONSIGNALHDS YJIBACKPLATE AND ONE 0)4-SECTION SIGNAL HEAD LVIBACKPLATE AND, NIA NIA _ EXISTING ONE(1)VNID CAMERA TO BE REMOVED. SHEET 81 et 106 K EXISTING PEDESTRIAN POLE.ONE(1)PEDESTRIAN SIGNAL HEAD.ONE(1)PEDESTRIAN PUSH BUTTON,ONE(1)R10-0bR SIGN. NIA NIA CROWN OF RBWV toxo xxoulxc xc. o'HIGH,SM.4-199 STEEL POLE DN A 11.3'DEEP 11A FOUNDATION.WITH S2'MAST IBM,ONE(1)LUMINAIRE FLUSH VJITH STP-985 L PROPOSED 3 PROPOSED T:VD(2)3-SECTION SIGNAL HEAD VNEACKPLATE. NIA NIA CGFUJGH TH PROPOSED ONE(1)VIVIDCAMERA. pxcdxc x 31049 INSTALL PROPOSED ILSN ARM e a� vc-z,a TEoxsu2101 o7ET x0 acK ww '... POLE a /L � cic pa sit,u,< aEu POLE -m:wsu;areu ,ua lNsu�arEo G wH E F- 06 4 , w.d i f,l 04 6r dg a (07 t� 0 usN N v, m oxv, x E LL o R am Q �o z � is .. ... .. .. ... ... .. $ U ° Q$ 02 p aEo s 513 02 w'a �ONF W¢ [Il eN ieucHE 'c u,< -— N z x :pm ==aQ� 2 2 /� A6A66�6h6 {0 -LL PP9P;sN Pm Pp Po 000000000� POLE a o n p n � VVo cAM F x slcxia z a SHEET SZ et 1C)6 STP-985 rxadEc x 6104 PROPOSED INxsu 0 Lioxi% E.x ax[ D 210107 EXISTING I.E. e $f PDLE'C" PROPOSE.— PROPOSE.— ri4:°. ILSN PRM � POLE'L" ILSN ARM I I �EXISTINI �, f EXISTING O a / PILE L' I POLE I PALE^E^ 1�1—� QL —PRIPDSED EXISTING �'_ 'OLE"0" PDLE'K' 131 ` a 9 _ 68 3� iL3 L� �13J� 131 ist � e IV 1 t 1 1 1 t t O U Lo �� ��o NORTHBOUND TRINITY RIVER DR �� �� �� WESTBOUND NORTHWEST BLVD/FM 624OC OG (N.T.S) � O�F O _.... 'a Z PRDPDSED � S LED LUMINNRE r �—EXISTING 32 POLE"I„ �—EXISTING PPIPISED 10'-0" 8'-0" 10 11 PILE"H" ILSN ARM a PROPOSE. a a e ILSN ARM E PROPOSED J �ExISTING ul F 3 M ortl w st,;;, PILE L - I, PILE"I" 2] 1❑ 1❑ EXIST E IKG Z30= aaa� iL31PD W C LL V F t t - SHEET 83 w 106 of SOUTHBOUND TRINITY RIVER DR/FM 1889 �� �� �� EASTBOUND NORTHWEST BLVD/FM 624 �� STR ox985x �� (N.T.S) �� �� �� (N.T.S) �� xxeJrJEo„no4s o.su21of 7.....a. GENERAL NOTES FOR ALL ELECTRICAL WORK , ocal to, e..�ires s y ry...RN[9aRc g .otic o�d y enirted to occommoeo,e,tela co�adio�s. Ka eerIKK, PVC"Ie e,°°bows.re 2 ry 6'a ECLb` d o,�a VC 9.- sLee wrvan°°nes ov a°d,rva bot eze'/ ,°undo,one was avC g zee s,ee aMC eb roe o es-1 V 5 F. I lb Y s9 Ninl- 0,ry°,d°°°d °"z°d o°e rvoe ° e,.°°e°.e°o d o" a g tle•. how, 2 pl— e-o, ,ee,msul-d1,.,ems °._.D.ox"d.xd= e8= b - ,x odEee,co 5xxx z5 w be°°wee D o,e oe D ,e s<. E'sa coNDu m,me e°x e p U GO w c �. a MATEIIALA z.woes°e°" ,e x°°Or s aaa ",ma."g mem °=,,,mce xTcx"c.e,e e„xe e , °"ED<z," --it ,.° s,°°°„w i exee,cox ,e o°e x.°e oxx ea by,e s 0 vew— :8• the O z. _ IEE ,11v m e 11 12 4 11 11 a b°15 1� 11,1t huls 9 pp C N F u e,o oo eu. es. cue bo ee w,ne 3 a6 x , �` • Qm gi 5 junct um bo.e--i o°,le,bo.es—co,dm, ,ne NEC. 's.Do not use It, cos, tram,rve dD„om or,ne box.see,e g Dund bax de,°d an srvee,fD�a,. xc,m°ex=o°e x"e",cx"dull=exl-LTL"x,x=e=Icx"ecxxlnx=x ELECTRICAL DETAILS 19Bp1p CONDUITS & NOTES ,rve s°me eq°eme°,e,ith the ,o"boxee°eed»,ry a.0 sve,eme. dry°,"e-hEDct>-ta mdoo.°ee 0"PD5 eD °,e ,eme.°"la ,�xe mx,e.�xle exu ed m he SHEET 84 o 106 L711 J STP-985 rxadEc x s10a9 oHsu21 of 07E1 Ho ELECTRICAL CONDUCTORS MnTECIL IN11111TION ¢gg4�x_ node Iv wIRI n m�n�mnm eae a nwc EThi Ecc e pna m, EN min'% enR � co cd'uc 1hdell�sd` sp ,ee tope.mn,.nt ,he e neon tment etnnen,e=nee,e s. __ e ennennn,to the ron eta engine 9 9 et,nde ne=~n the �th,netn v ed,emnn, to n e 9 h 'CH w, C7 sp I R, I. TO, a �� 9 �I � a ig % _ - w e, o,IN, iDSPLICE OPTION 1 1.HtedU,s8acen „nnoN nee n e, none, ron,n,mnnren�th cOmpT ssloR Type — gpas ," U'I'dus era nems R GROUND PI'ce cone,s.ana ruse RID,, lae,s o,e ROUNDRODS&e GROUNDING nELECTRODES LL 9;a TRI IFR TI OUIn iqalu— .t XEd, m ae« h L n,dnn,,wnh he..,szo cnn,dinnte With the W pis ,m»itneee the tete �n L1tehe o nnit U iOd - a_P ePee�,�e Inem�nn,�mm� e etnenl,e, eee�na�n�enn pn ,hegira e,G,1�gnn t manimum D.CONSTRUCTION METHODS O e m n,eDnaUe,e,m enaD,U,e,,wemhe,hem,ana bele ne,e,. / U fi — III iI n n n n n a in ,ini n so a eu e t o1 the pp-e a e betwee 2 10 be are e g e. } OoNLnDn n, dam ee,°w,H �ete,bene,,.em the a pp.=edgP9�eom e=t d e Dean ou,neo.o, :h s mnsae,ea aerec+�ne ono mus+ne,e__, Nbi�g by menuremU,e„,Reemem�ene,n,en u,ea�n meee er nee,eh,�nr red e. .nd,uN neve n,Lou,1nmee m,th-e enndnem,e. l. n".ensn,e n m�n�mnm SPLICE OPTION 2 L - Split Bolt Type15 IS H nut,in an IN g t position to o,enent the e W G .Swoo,t contlucto„aIn illumination pole,whh o I hoof:a,the too or the Dole. ana p,00e szea boa a oe,on each end or ine metOlconaun. ^ ho,zntatrench ra,, yu, ora eod,o om W C N F pp yyQN� D on m.Ih,.u,h odea ea p Jr• tisk s F 3 Z S = 0 t to t e depu tmenn 00�re�o��n nor ra�w.ueo� ~IS W o �tn�ennwed�� �eennneetn,e ro _ ELECTRICAL DETAILS -0 CONDUCTORS It id Wh ED(3)-1a ter SPLICE OPTION 3 ©1p area, ne anon„n,.theMPL ° e 0e v mea.uee u eano nea necl,enl. y nneetn,e TEted Screw Type - SHEET 85 w 106 STP-985 rxadEc x x1049 oHsu21of 07E1 Ho e Slee a° �.�D. I GROL�ED BOXES ��z v COec,et.Apron "ne"Ph '< EYP' c-- o"it a( 'ro r rwnsa seou sedt *`5.., E A11171 P.— AA nR q beY a[ t s i ail Y,2 VIi,a ae oeawav em Iia ry iH 11 5:1 a au t cane ell B.CONSTRUCToN M TH S °aYaane PPtl1n tem sza Pana aoPnawO,i P°°:. _ �= .9F PLAN VIEW SECTION A-A es s aeea.a o.tore s y na bo._ms s na bo.on 1aa at tl°� a E APRON FOR GROUND BOX ad z ao 9 ee°a ee.es wne°celled 1e av dee<,e1 ee cede. sa° w�tn the�a=lallal�aa �°the a°-oleo,et s aew wne°°e1-,ling d ea ops is w.me��e,wwme cua rve oe*b.,. 1'nme n°allow ,°P,Id n°I m e LA en°c,°am°a P s Po daaP Ral all P°�aa�is�a Ri g aaa no,anu�c°aaaP�o�s abP�astallee. ?fla U Q ,ell Paa t. e mP°°°P P°a of°Ileac ace aacl,eee ee e ee,me°e°�ce°aa�1 eeele°�. x E iyce°ae�te 1e,m�am e e e ee°a ne.. I.nm ePP,�I��anP yaw.a,°,P°Ian1. a U i. e,a°a tet °a,ea�m I�etea eee°ecros. ° e s a ac a.P •8• pee 1,V= nese m,c0eaa�1 e t v me eme w 11,t lee.,t1e inc— O) GROUND BOX DIMENSIONS help a IIIS((} 8�p` §j OUTSIDE DIMENSIONS(INCHES) tal aonP,n o,P Pnown on P ao n,wHh na1PP v �IIIS TYPE (Width x Length X Oepth) uy I.ICId g t a wo,r,eaui,ea. 10,11 12 1 23 1 22 D 16 X 29 1 22 N W G - 2 pC Fud W 2,g 4 N GROUND BOX COVER DIMENSIONSN IT Jr• °o��w HZia= oa DIMENSIONS (INCHES) `O PoeP a M ��� ,ieias o�partm�n[ot irzrsponatun �=�OV - TYPE23 IT S Q m j J L M N P 2 I/a 13 T/a 13X%z % W D rz 3D va 11vz 17 v. 13 v. J ra ,in ELECTRICAL DETAILS .n e GROUND BOXES sPP oris nolo PLAN VIEW END SIDE ED(a)-1a GROUND BOX COVER SHEET SE et 1 OG o'N rxadEc x s10d9 9Hsu21 of 07E1 Ho ELECTRICAL SERVICES NOTES �'P�c �F+��� SERVICE ASSEMBLY ENCLOSURE MAN DISCONNECT&BRANCH CIRCUIT BREAKERS, '71 Ell Tatn.<oaea nib,o,all ",o In<,op or e�nos�r<. <�:�,<na„al<s lockable bo,n,n< o�ora orr po;e�o„s. � Y: H1,oeo,oa,,oe2,1-1 a�e,oaa Do PHOTOELECTRIC CONTROL J 2 ry 11 •`� 111-121,PovIe 15etl,o ne,a o os ",ne a ec a,e case o ov ee on aL encosu,e - s snow or qoe gbotoce e ae s ow o 0o IAou o,ore Data. I0 � 9w V A !` Vpp e •ELECTRICAL SERVICE DATA V t Ap? a�a con.a�o,<,ne E«,.co se,�ce 0<sc p,o, ll 0 2 �� 3 Ll1k"2111 Z8xto<so,e s,oll10 ELI 11V Ty II 010-1111E I A D, 21 EPE ��c�ae�,oi comae,as wn° na,ewo,e-h I, peciliel lo, n,s.sc.ews,Holts Har m�s9<ua„<o�s nm ,Y:' U 1/1 ae. s,o��iess s,«i ns<a <I<c„Ecol se,��ce auto ena,s ec�,�c,o snot s<,��c<os sno„„�„,< a s. q ~V1 x E e IYHy n qeq v�ti p' <qoVe,lemems.e�so.<co�eou sa<m<e,s m<mauo�al Exec„�cmcoa<. a`� :8p D a n once e O 'e��cn<s mo.�m�m.o.as ear e ,y e o,e�°n< EXPLANATION OF ELECTRICAL SERVICE DESCRIPTIVE CODE `°° U E=eL�E�cce ysERv TY x xxxixxx xxx Ixx,xx Ix,xx Ix, wn<„, eby <C,,oeo 1Ibe o, eoo o,< oy ' S bo,w�tn cope,. I 1,1 111 Ihe pole 1. 000 ll En LF f enp I,A,ae,am Eneleeeresee Tnyyo„ m �a0 81-1- TOP MOUNTED PHOTOCELL u� ,'.+a�<,.,e�t ae,.,o�stro,ee io the mtisroc,ia�or,neee r co�auc,o, tE� /E�closu.e ?C N = co P pec ricotio�s. d—.1 to Will, ,Ni --lo,II,u ee between s,raoe sugoo,q conaw,. P 3 O H•0y — F ae iT ” b TRI TAI e ��e yo sn s ae.nre�o�� R ELECTRICAL DE LS a117go T SERVICE NOTES & DATA "bED�5> tooe ,b o,tn.<aaea boss.sncn os o me,e,base n,b. SHEET 87 ut 106 o'N._._ STP-985 rxadEc x x1049 oHsu21 of 07E1 Ho DUCT CABLE&HDPE CONDUIT NOTES ' lDPE fi. eu O O Oyy0 O='. SV 0 99 ac ro ��a�oow�°oa,�ae°0a raaa,e o oo8o�0 a Dui < 1PE vpp we Eibow X e: N, NEC s. cow c9 con o?'E "3 d=� 2 ar o�g ua o a�� lopE —e 0 o r—,a el ro acro ro Ana 00a g. DUCT CABLE/HDPE AT GROUND BOX WhIn �— e8� 7,1aoa a<a m<Ibaa ar,<,ro o 9 <as L«r� <aa< v e lIz_ a,arae, aPx o°ie p;.11 pax <a a.�a„00a <a. O j W i a,� <a�aur w ra aaa,a1u- Iue a,�.rib e °^HIIE oo°nr�re war<P,e a :8— r -a i m IMC p 11 of x�fi co°eu t. a1Ac eb Ce ow $ 1113 0 OD.( MoD a 80 A DUCT CABLE /HDPE AT FOUNDATION ¢ �E HIPE 9 amo ��a w DUCT CABLE/HDPE TO PVC c e o o�c c a ai a moaE QO m OR C> a 144 OI u~i_ ClWn9 ELECTRICAL DETAILS c S DUCT CABLEv HDPE CONDUIT EDl11l-14 DUCT CABLE/HDPE TO RMC BORE PIT DETAIL — SHEET SS ut 1 OG rxadEc x s10d9 9H4u21of 07E1 H9 B 77ERY BOX GROUND BOXES NOTES 1,11TE1:S I 11B, MITI DMS Q, o ^�k°�mea nmmm^r'eq tlaa a^.wu�e^a^»nasi^qs. x IEN 6� e,CONSTOUCTION METI^ODS n^u=v -A_ n '=U �a n^.. LLLL tg aspg9q E a z eA7TERv BOX TOP VIEW U N cin gea i° vv � pp A A R' R a_P � 1.2 O U I110SE1 � Illy w ;`„= 1�• �� �� ,R,��,R,3R „�• � Ali PLAN VIEW secnON X 17 I- - SECTIONA-A �Z�QV Femme APRON FOR BATTERY Box GROUND BOXES ELECTRICAL DETAILSOn c o O BATTERY BOX v GROUND BOXES UU, Ia=^ =^a secnoN YTl ED1121-14 - ' SHEET 89 w 106 STP-985 rxadEc x 21049 o.du21of 7.....a. GENERAL NOTES pc. .. / _ 'Gas m eoei ea an ooeoe� rve �_�a e e wsa 9,ae�a� emoe�.n avaad 6 L T. s� Men Ltl Ll tlsp PLGa a= z 1, rv, oe 9 a r�� s,enrvo rve�eee�rvee,�en�,emn.as.,e�nen�9� ��e- �x sus ee�..ee� rvo,.. ,rz rve,e,e 1rve - asB mo.. 9 P e P a 0 2 s• oo U Q oda SECTION A-A 1 �- m ..� - - a�a ee ee o. X m ahaAna o,rve e 9 rvo,e -ao,n :d =7�. _ was sna�a �� a o G 21 �., �•a�o a� L17 P s rvana ELEAA,IONnn��ma SECTION a 6wa— - DAMPING PLATE MOUNT NG DETAILS e A— 3ZS sEc1IGN A /*_ ��m_M MAST ARM DAMPING PLATE DETAILS MA-DPD-20 IN w ©� s Y, wa, - - SHEET 90 w 106 STP-985 rxadEc x s10d9 oHdu21 of 07E.Ho SHIPPING PARTS LIST Yoe -,m G^r'�iN�;rea�oox L_1611 N�LIN aU rn �eeL, I D, YAonLp4a� 2. _ Ve ' oe. 'LIN Nomioaia,m Leg _ ti e L"m1"a1,elz- _ - B D1 �nle."e=o""e,a""aa O U ti see Ten"" - - O Np1p ,ne""�"oaee^Semraa9rnAe TRAFFICSIGNAL ARM <r,.,aa ma"m, rsa LIN A 11 e —Lin su,.. me, e��eee ro v m" -L 18, v�'e e so"a"bI o"amnY 0 TS 11 „NS., P emo"ee mov ,sn�Yme„ W 4 El Paso Sl _ _ G�.-.f W = O _ SHEET 1 O 2 K°N� o L-DELILs N - - ��rexos oeponmem er rToos�TmiToo az TRAFFIC SIGNAL M. SUPPORT STRUCTURES C o oILL 11 12 SINGLE MAST ARM ASSEMBLY v AHIh (100 MPH WIND ZONE) �T �e �Y SMA-100(1)-12 vnTTAm - STRUCTURE ASSEMBLY Sao SHEET 81 W 1OG STR-985 rxadEc s10d9 oHdu21 of 07E.Ho a,ac,9C. Cvssm�eo-�en vieRanoN wARwNe is \I� `e emae ��7 oyam o eee emna,m S v . m dy DL m MA Ii mmgn ,m b e° SLIP JOINT DETAIL as,co�o� ° TENON DETAIL o ee.e reee e n opo e e a of owee m ro i�e m,ma,e ��� V t GENERAL NOTES: ,n.eo%d Coupe Ell,11—Aln e O U W L BRACKET ASSEMBLY m U R~ LgA roemee�», ea a,ea a�Tza ea i�oewoi o,eo umee a Q) a'cho'bol'a gl m��boua�aem�e.see m a a MR V Vb e leaae,o MR m A-emiee rsleen °, _ e enaa�a�a seam aes..,aeee s9 a Po�a — SS, ob�ee�,e�s,'uu,e_A„e,,.Ie ,eill ,a�e�o,�o�_ wa — uld a0 A2 L') ° /a SHEET 20F2 KpNN _ we.so '/ cow e �Texos Ce ewe of i�ods�rtollon Y C EA o enlea e nice the must be Tn�ei aea H 3 Z= Q .1 be n9 o�a,m, TRAFFIC SIGNAL =xaa� ARM WELD DETAIL ARM COUPLING DETAILS SUPPORT STRUCTURES IN SINGLE MAST ARM ASSEMBLY '� C (100 MPH WIND ZONE) W w �05Pwe�a,. SMA-100(2)-12 SHEET 92 W 1 OG STR-985 rxadEc s10d9 9xsu21 of 07E1 x9 a FOUNDATION DESIGN TABLE NOTES: .wcua EscN �,,,, FOUNDATION SUMMARY TABLE 'Emrorecme F.E—Eo oai Eo Harr rolEllNoN o o es s^ e�ea s e vP n NE ED TvairaL APPLI NATION �aaua„o ooa�- sae, LAISHAN oaia c*u PE EA 03'.', _iz Y, _ _ oaaee�m mo��laa ,nose ar ane s�,��w,e. � _ _ _ _ 7 1 1.7 z e a z oas�o„ nei a0 K, -K-.,a'nP J r: „wo O s�, a.E lamaia,s��10 soma,oak. sari sN e..a o m„m�m FOUNDATION SELECTION TABLE FOR STANDARD MAST ©Dei ARM PLUS ILSN SUPPORT ASSEMBLIES(H) "°"" a '°�` m v a` z �,��R�nNA,aNs � o " a T. 0 `AA�U�DaUBEE a� n o �= EE -. 7 „e I D1 �O.x ,oN 9o,one _ a O U ti 10 X E° _ s .ue mP of sari. J co�aa� AE oa uro susr O j ti t -- s GENERAL P07- 'o eN m .m spa A. lo /eP�° "o o am oo�o.ar s asaa is ,e�so�s ma,1. oIN A-,,� e se a eo�a na m oPa o s s�o a .o�m,m m iem aao. ., .oar _ v ame o,� lo--L name doss c. ,L IT,pl l A, Box e�ooa,. ane SRa� e�raseme��. .eye In FAlelel HNI Al -Is_ TOP wlEw o�ame�e. n x'68 °o - - - - TYPICAL STRAIN POLE B e ASSEMBLY a` `P1e _ a cllcll�l 11 vPe z - aa�o,aa�<e»un i�em aas, ud dha[nd»mn. Arm e - z sig �c A its- �ONF I/z" am oot ona� - p�Q�y� - x� x m TP e "Y"v B - Dae�umneann.e o9RP - ia�e - yore—wnt omrs ravor�nospoton Al ro N HOOKED cHOR NUT ANCHOR e- F ON TRAFFIC SIGNAL - CW ANCHOR BOLT ASSEMBLY zm VN0 0z F ,once Eo,s e a,n _ POLE FOUNDATION ft _ 1 NdT S-F D-12 TYPICAL MAST ARM ' ie�s�o' e,aeoe lova. ASSEMBLY `°"Le'°"P'OCe° FOUNDATION DETAILS sxeeT 93 w 106 ST" -985 rxadEc x1049 oHsu21 of 07E1 Ho 4 io0 e o, msmo ex nsrrn nz c.�s aso z p<C >F:4n4�,i am o'P� asrrn ass usa.s-r c,.so ao�usys r 11,11 a O rim. � a nl Mm s„-I 1-1 z 0 nsrrn ate.ane c.so o Q„ossa�e s x an H ax. z"s ao ape ui�. �xne Dost o.o, m xao '/e" .. Jii wp �m r9 lA st,�t J" - - z.. , ��. z s Jz'Mw. = zw.'s' s-0 A Mm.1 me e ix e,o„xes same ' z. mi, I _ e 0A5s xt szes v x za i xs x,assn s�� /" - xe„i r V t Aa ID ' / z z '/. i o e„a xoiea. e�s �8-FOOT LUMINAIRE ARM 10-FOOT LUMINAIRE ARM crNr�arNa,rs. a 0 g /„ DIRECT ATTACHMENT "'D IA 1991 AASITO A 1-A117DETAIL x<xo o «<;p 9 xx x ho'h�m<x x<,.e<a. v W i o aA, A32 5 c�z ca e x< A171 los ya y.LA 2 LA' on CLAMP ATTACHMENT n CLAMP ATTACHMENT DETAIL N01 DETAIL NO.2 z lhee waLr secTioHr anLH se cTioNr m smo�ax a,m I-A, LA I �a, '/a r T �o'.°'i:a ,�a< wPo�as�mP�ax POLESIMPLEX DETAIL �o<<oo<x��«�o<o��o�«a�,..o�<<ox�- ga x�a<�x<xo o <<x<xa o ,a<xo o<x�ex o< 99 a <��aiRg o���u��°o�d9waeaas Ye" im mi.'tis �ONF Q N= n O / oe�> ,emx<e <,� e _ rexos oeponmem er rroos�imllo o sFaee z SSTANDAD ASSEMBLYe oOR LUMINAIREDRAWINGS F re°s z z x<oi . ma c4a SUPPORT STRUCTURES sSz ca so 4<�s ca so , se °1 zeO � y ARM DETAILS CLAMPa ATTACHMENT n CLAMP ATTACHMENT A LUM-A-12 DETAIL NO3 DETAIL N0.4 /16 ©prom wg�m��s rHnLr secTiow waLr secnow SECTON A�A SECTION B�B ARM SIMPLEX DETAIL <' SHEET 94 w 106 STP-985 rxadEc x1049 oHdu21 of 07E.Ho �o.. ,at�aa.ea,me= s -pl POLE SIMPLEX DETAILSm��y ���aome,e,nae �oPe e ,� 9 9 moa, o X E O1 mp osr: 0 o a �a', eoHs 7�s PROJECTION o as ,,� eQa a.earn mo., QNB re:os oe nmei r�o�s �rmro� z I a 20 0. Q CLAMP ON u o 4„pie 9 FITTING ASSEMBLY FOR e 9 e`s'' res z roa s. LUMINAIRE MAST ARM CFA-12 CLAMP DETAIL ye SHEET 8S ut 1 OG STR-985 rxadEc s10d9 oHdu21of 07ET Ho -7, A. a a ;ern In 12P �R �a a` e;y [ m21 RI 121 RE 50 0 sPao=N — paa; 9� ..,.o.,rr.l w-11..arr,.u11 s P..�,a so.aaruPM x :a= b 1 441 4 4I 4 -1-1 IN TRl�KS SHALL NOT o WORK AHOVE OPEN LANES OF TRAFFlQ U ouaSICL azosoa� SIDE FAR SIDE RIGHT LANE CLOSURE« NEAR SIDE LANE CLFAR SIDE LEFT LANE CLOSURE 4_ —IL oR SHORT Ts.aTioNaa SHEET oa—IL TERM 2TAKINRE1 I—T—ALINN al I—T TEEM n„T10 1 v O o IENERAL NOTES 0 a. ® ,a --- — a v o,0 9 oe 9 on���a 9 o s rod 9 w a o a9 'ices �> .B• inc�m�cie .. SHEET 1 OF 2 - F mr .• , se s ov be�mPieme�tea wne„000,o�ea by e... ee,. f.4 2. To �1 urrer space Prov�aea wu�enrvanre trve e TRAFFIC SIGNAL WORK W e DLL �j 4 , v eR°2 TYPICAL DETAILS C12111 A 0a rel. ll ZIHS�-7]-73 .e.s OPERATIONS IN THE INTERSECTION - �oa,ooa<,�oN ..ln,ce�..,���,LEF� 1,a..�.n lh,„....,P.,,I— --- .oP., SHEET 96 w 106 STP-985 rxadEc s15d9 oHduzi of 07E.Ho 4 � G uw L 1 J L 1 1 J L 1 poko woAk —1arern e 'E {> P - T l I T l i T T T l f =z <CC2 W W SIDEWALK DIVERSION MA ^� a sC o :.� NOV, NINIL ...s.,s �� SIDEWALK yA= OSED N xa " za xr2 za.rz (, r y4P 121 sero_ v RZY �` I To .° tle•. SS z� b4 !ae A� ire spa' � n.eaen n.e� TYPICAL ADVANCE SIGNAL PROJECT SIGNING ^P0°^• y.Px FOR LONG TERM Ona iNiEHMEOATE TERM SIALioNARV WORK 01TIALIONs G Y SIDEWALK DETOUR W W y GENERAL NOTES FOR WORK ZONE SIGNS REFLECTIVE SHEETING Q I V) aBE s.e rv°r.a - SIDEWALK �—U x o+ o ea o�sneel nq meal nq u SIGN SUPPORT wEc sn 9 y,M U ti z. OSEDOl :8 ee.e o a°a w ren °,°, m°.r°.°a°,°r e,-T nm nsn n n a � oss� s.e N—re 9 e. Ell 5((} �S .. rsc on IWII IT 2a 12 `V` .r ,e as `V` 4 w1c1�, �II�S Glel 1, hR Hol 1-11 e 4y °s ns n.lhe sns:ero . ° c eaua mad ee.ea o ewe. 3 vecie1,R ee,. sne g uee en°Gee°s e nu,ee mtn unee,eases °y ee use¢woe.snow.o.ine wrzsm wui.ni ee°u°weasn0��nnu be T,°,eni°ceal5o�ngew°°annosl: °909 use¢ ° 0 9 1 e e 9 ar Ine skid¢r°we9 down me a Tl v �/ v DIIRATIONW00aF OWORK e re. g nnn0 u�a O.e sono 001 be use¢l0 ,rr CROSSWALK CLOSURES yE Teas M°.n°i 0.1,H.-1,H.— Ts�m0i,oioe.�s,,rTuuTem. °n�LEGENDN eNrzO dei 1Hrq� W LN SIGN OM00 NTING rH OG nssT TW Y w0 q sq s en0ube oe 11-1—N CONTROL ,one.0 sr T n�ins suu.co q sq s-111,n: SHEET 2 OF Z _ DEPARTMENTAL MATERIAL 9PECIPICATION9 es esrnuse.e°.s w.ren:rn s 3 O= m 9 eel.°m.e e n°ee se„°ne s eas or w°,r en,°�n.. C v 5 REMOVING SOK COVERING° - v bs mOn.r:e o0 rnn OT."Ienm°i in: ne ev °e,ee.u.�ess°tne,.se s sn°��ee°,ne ec�9t TRAFFIC SIGNAL. WORK BARRICADES AND SIGNS e nee n nn.e a non ne n¢wood n.n�nm�.nm enn��.°r pe,.�neee,,nnn�a tie—1.,rend nr me qPe T W7—(BTS n ne,nene,�.e e°,emn.ee nSd h.-none,��ed non. -u—,nod nq romnie�n.nT the wn,e. eHilpulMiw�E—t.gavttxtlo_lihrerylpubliee nslos uetlon.Mm r z O.s�is.r won ins rsnrn es n es=Ot�.ins.. q 0 est,n. n — SHEET 97 w 106 STP-985 rxadEc y15d9 LEGENDo % xsu210107Frx 0 O ELECTRICAL SERVICE /L ' RDVJV ILLUM ASSEM(SINGLE ARM) iE 5 u y Jg d, a a` z EXISTING LUMINAIRE POLE TO BE RELOCATED ti EXISTING LUMINAIRE POLE m TO BE RELOCATED O U N m c�+ d R mm o_ m O w s U EXISTING LUMINAIRE POLE 5 TO BE RELOCATED C � O W k — � IJ O W pO O y O ' •yQNB � w F3oZ 2 Z O K r W �yC SHEET 811 ut 106 '% r PECOPo oRnuPG XO. �w a i ' cm rxadEcrx s10d9 LEGEND POLE DESIGNATIONo 1ix 0 xsu210107 ELECTRICAL SERVICE 1A-1—POLE OR LUMINAIRE NO. ---_---- CONDUIT AND CONDUCTOR(TRENCHED) CIRCUIT NO. SERVICE NO. E CONDUIT AND CONDUCTOR(BORED) G o 1O CONDUIT RUN NUTABER � RDV ILLDM ASSEM(SINGLE ARM) u ° , a w �I ° GROUND LOCATIONS SHLEET POLE ID DESCRIPTION STATION O(LF)ET LOCATION \ Ul a lA 5 LE 6 5 V, o lA LE 5 `\+ �� V) ^in LL NR lA R 04 EE%S 4MIMA�E POLE. 33,5.,, RGN. \ U X D ID 2 W P L rc SUMMARVOFCONDUCTORANDCONDUIT I ( 1 O P z PLAN CONDUIT <ONDT CONDT ELE< ELECT s U W a SHEET PUN NUMBER (PVC)ISCH (PVC)ISCH [ONDR CONDR(NO. 9 S NO. NUMBER OF WIRES 4 40)(2") (NO.B)BARE z 1 3 215 215 430 i F 2 3 232 232 464 z 3 3 20.7 -. 207 4 I c SHEE 0 0 + NOTE CONDUCTOR TOTAL LENGTH pDreeSRUN LENGTHNs 3s-i'tvMFa[N b �I o o W k p J O zoo O y O N 1 P E I • 0 6 z S ZZ A FNGIj � " p W O O o_ � ,. o —r LL EL a c �R i. 0 p z T/ ' SHEET 99 w 106 i 1111011 10. y F Iv ilL Idf,L STP—985 s — v F F(IiG Iv:Idly = �> LS ^ 1m 11ad1crx 61049 LEGEND POLE DESIGNATIONo 0 Hduz1 of 0Er H ELECTRICAL SERVICE 1A-1-POLE OR LUMINAIRE NO. 4' c �F� rig CIRCUIT NO. -------- CONDUIT AND CONDUCTOR(TRENCHED) SERVICE NO. CONDUIT AND CONDUCTOR(BORED) 9 1O CONDUIT RUN NUTABER RDV ILLDM ASSEM(SINGLE ARM) 6�C ----- -------- -- ----- ___`_ j O U ti m $ L m ( U�ILV- L. w \ \ Q Oo C N _ W a a (9 - �COy — p QN F a - 'zao� o A 'semi a LL V SHEET 100a 106 STR-985 D e ' cm rxadEcrx s10d9 AHsu21of 07E1 HA ROADWAY ILLUMINATION ASSEMBLY NOTES oT ,e nam AAT. .�..tit9ia�� aecn�e„eenaa e gee ee,aee. a e,ea�aa�e„ee,�ae e gee en,aee ee a«�a,e e a eaa e,eenca.n,m�en,e,na s,e,a smc,e,e�be,g. zI. ee,A e, eb, e e P,01 to�o,lel eeeletim,e e,e a eeee e,o ,eeee,ee,e o „o n sne 1-i NI 11 a ,,.aeeae, a. dO s> eea le e,enow.o e ee,e e eauce,e�„,eAE, nee , em eel ee enili:ce 2epe es. e,em ten, eoe,um ee�ee e�me eee =ew e e e eeee ocelot. nw Eo EEb. yp^ It.- Id �ee�,ee se,,e,ne,eea�e ,eeee e e V Ap „e a e;ye'litz FWrng D'eg N t A8 0 bo,sae. nate,e u s „a s no,.anee oe o s Ilh ixo,,o be mae,,,ea mo,e,na„2 e s bb',,,ne u„ t.ou ..e o eethe eee me e relic p0 _ rs9 enu emems. e e 9 e bAI c,e,s wnn,ne eau„eisae ue,usae eea O 2 aea ,o.,ne no�ea.aaaaa 1,e Tees��eeesee ess�eeaa 9 ae,,P.E, b,�ee,�ee a,ew gs eea cacwe,�ees 30 se,..It o, the,co��ec,o.. toU Dec etwt,LED Lighting Notes :8• O ,, ewae ee eecioee,,oe ee,m o me v 20 U a.o a c�uae oe moeu,ec,e,e,eeee ne A—a 9 �oee,o.a�me,e,�e�e,o eeeo. e hop III It,be NERA,n oe,aoe.eec�oee..o.o=eeee O 4' s _ ue ,ne n%,o,me,bese o,neea nae. dIL'eoua mi eeemma e Duna e coeaee,e,a,eget e,eea,e a a�.ec,,e e Deco eee»oi be �nee oeepoee glome G 3 aeaoeu,e were. 2 a.mneueioaeee wnn,eueadg e oeeau,e. a "i-hu o,eiec„ee�c eeee eel "a,e eea nem o,ne, TYPICAL cWIRINGe DIAGRAM RE5 IERVED At 480V ON 2--V.LT e. A-no,eoi g g r nvED AT 24 ev ran N i, coo,,ne,n,eaez or,ne oecno,bons wnn eiec„ice v coeauc,iee iub,icae, me.:imu,+,oe,,.,iezibe ,ne metol cope,. e,,o eee o,,ne e�cioee,e o,,o °2oi2ao vD,T sEnvicE. W D unae,o y o e come,o„,,,bese ie v1 e goo ba,o,a nuts eta,g,anea. ,_ p,wiae,e,.+o,e eu�c s wnn o,�e.i,�u,�0„00 wo„s 7 C N F G bo_ o,ne bots so tno,eocn 9 e,Tease or 65c o ga. 111111 n,re„-e p yK Q N o o p Y==O Z _ - - A.p ROADWAYV the lE�e ,net gee,e,ro�,octhe be evT,occu,e be,�ee�,nee 9 eee o,,ne T neee o�a the r ILLUMINATION - cnec«teee,T-beseI.,I nee,1,eee1e1,eemeet1eAea�ae. —Eec�oee,e DETAILS Tee aa,A,eeaae,a RID(ll 20 T bee,wnn eeee.lee,bau. rock we,nye tn,a eeneeTnee �`©w _ D,ruee spa'ung in Remote En 1-- -wa, - SHEET�O�aA 1OG rxadEc x 114 o.duzi of 7.....a. TABLE 1 GENERAL NOTES ANCHOR BOLTS to Dnllea srvort �,,.,,rRx[s�s�e�� HE ol�LHEF ANCHORFowaotione. unless otnerrvise mown on Na olanc. e ' eme nM1 es oPe kd T/er LI" t�anstormo 9 co bot ut bel-e,thoaeaelnoe e Tcp eea of be uI \\ r9 24 b '�_ /9 TABLE 2 9 e poo v e oe I,m "�o ea a.u�oao,00. game aie ora a3z. RECOMMENDER TO NDATION Q s _ ENCTHI «ee 1ATe m ,EH w ,, rv, w— Ill - A n- P P HE atV7 11 11 4� ig d•- e C4 I �8 oa� Twmvla,a �o�rv�� nmvla,e oee oe sae v e mo�u,ac �= ap° "v°eon L.3 o mo.e ono,.z—auae. O 2 oth aha L 3 ioo a a no„om_ TABLE 3 ro�a,ryow^ s z�oceme.isnarowov aa���s.P— >-U R c p PAY QUANTITY OF PRAP PER FOUNDATION ~ W o p. Dov awe am,Om, n-11 rvly An me rvsi U ti I, The a�3 we,e,w awwos e e .8' SECTION A SECTION A-A BIa�„oaa wrv�m.aPlacas .aa. O ° IT-INS COPED SDE s~—S—ITANT—E —de ,ea oh eaP ee.a�a Q) III}{ 8.4, ho-D ,a s TD, 9 ea,e a ea.e a�0� TABLE 4 clot waerve.He.nu' OePP ate 09ne - BREAKAWAY POLE PLACEMENT lSee note 6) 2 R—Al FINOTONRL "'h LE T�E—DIL�IAM'E El ER the.1her Fr.vel .4 + ' �,o�ea.a e.nu _ tali,nom Ia�e e e g eli�es. 9 W ^W D .. o eye .JpNF 2 O C Teo�o e O — 3 a=Qac = eee,.o /re,� =oan„Knr or ransrronar f Oma ,a.eeme ROADWAY p _6 ILLUMINATION e DETAILS LL SHOE BASE T-BASE (RDWY ILEUM FOUNDATIONS) "ll,nd,rdRID(2)-20 FOUNDATION DETAIL ANCHOR BOLT DETAIL - SHEET 102 106 S7"1 rxadEc s10d9 oxdu21of 07E.xo SHIPPING PARTS LIST -POLES AND LUMINAIRE ARMS LEI L11 A 11 Ell LLl AN I aj '•� Tg�IA T 11 �i �A. 41 T 11 111 — 21 LEI 0' E E, A 1EEERl LEI LEI 11 A 11 El 214P e;= MR Q hAA 0 101 (40OW Ell LEI E, A 10) LlLl ;z F� fla �J€ e8: GENERAL NOTES:sR 3:xwill nhe=a� � EXPLANATION OF ROADWAY ILLUMINATION _ £PB gua oa ees os o cus�o o aae o�ac ice,+u�a�sn�o ane oeoa�tmea sucn wa��ao��es o ua ao�ees. ASSEMBLY DESIGNATIONS _ ILI ae« coma ion oe Zd wo,. a"Ce w'tn io q q en wa.�:connox w�tn he aaa as ate v a sn ni a,m n�eei a� a� x c 'papig z. d=p mm�aa.e e 9 ��nal eaa ee e 9 sanm�nn�an a1—p e,a e na e, sP :8- a �e epee oa ee a,e ,nee �a,a. �.� ee emwea�a a _ p 11 nfi pe n�ea or eQu ee .pe -1-1,b, below mo e ne9`l nam not U Ell F"Ao! Bone III 4` m 9 a ae,a,m�a �II( a a Saa�am.LEo bled, h.p snows net A v `na,nax annemni�enLin'�a oalo v s ao en—Re he name oe mane leei. SHEET 1 OF 44 N oe as a a nv L e oeao tment on aati�nEd neiaw. iowea..r aiumiau po es a e pe i�tea o' eau ea. , G m N e—i-I to the sa a qeo e��ic f �6 0 e ROADWAY LL c 0e 1ee�.ab Lb RX zaa„ea, ILLUMINATION v MZ 005.5. POLES �0a romPaaa.ene.See,campaaaa Pe,ma�e., K a.eaaal. RIP(l)-19 e.soee�a�D Payee w��a a,�.��ee�a,a�,.ea�mea,e eaa��mee<<ae eaa emea,e eaown EAewae—a LhA oa e. e he - -wm�na.e a.m�,ween nea�me a-o Bowe. sxeeT 103w 106 o'N._-_ STP-985 rxadEc x 11049 o.su21of 7.....a. O,l RAA MATERIAL DATA SE-P cornPONFNTIIII ADAsnen m is sn.ape s ` �� m,.�en�o� coeeeeuo� coe,.eeuo� a F,eme Al ATz A,A, Ga E. E no.Roae Ic LL 1 ig AgP neer 3 0,a T — , — T11,1 e:: } .,Io,eory ueu PN,,: a ou Tn.o�} All,A .�8� erve,ea Relee , eeee _ ,n�e.ee99 - nee.T e,. - wakes T � x e`0 pf4 NOTES gee mn. ast - eee A)z._s.., ,a mm�ee�,e e,"e. O_ efl`a —INA,....INA,....mou�,ea Doles a e ©ieo��e ee eoeep ore aeia�Ie, U U N RE — ppig rewae> nee a a,a snee,a o,a ©nITA se ,ew eme,ee,a.usas.� U j W L c a=3 nee, s�a�aa,a� sneer a o,a 1'-a a,a �p°. .8• 9 9 ROLE ASSEMBLY FABRICATION a SHOE a EASE ePOLE TRANSFORMER ]BASE POLE CONCRETE TRAFFIC TOLERANCES TABLE BARRIER SASE POLE DIMENSION roLERANCE III SHOE BASE POLE TRANSFORMER BASE POLE CONCRETE TRAFFIC BARRIER RASE POLE(CLASSCB)N. - CE o� - q , 71 700 It Thi,jI, I- [oo AIR 20,7 so oo ,0 so 9 p a GENERAL NOTES: - o ymese.—th,—eee�ol�ee,a. 1p aA.I I.e A. �pN� — �spf �m ��eea oeea.ao�ee wan Item aas,colo„ SHEET 2 OF a O N9 =oa� re»,P 1.,s-lu-1 e 9 eee gee e. e,» eaee� /r=� � o� eaa.ea e,ee,. "e ROADWAY c be ILLUMINATION LL v ary rvem.aT. POLES eR, rva„rv,a „rvith 4 IT RIP(2)-19w ,ne.w�ee d,. Ica ae e P a e°�eeee e v en,e�earvle�e,.e,mel mn,�roue� e�e,ae„ee wan aem aas.A,me,sent_ pele.,." ,ee ,eee,e,me, h.e sxeeT 104x+106 STP-985 rxadEc x M49 o.4u21of 7.....a. Pae em< 'a as s rp Loco warn, 1YWI T sAt X0.0s v UPPER SIIMPLEX EIITTING POLE SIIMPLEX DETAIL90 sp r e aigr< ,. „®, „� �T. �� �,o. o de'02�� da«aaaow — sa. z;5 LUMINAIRE ARM Lao-waao-<,© MATERIALS as9 11 11 e spa am sm6la. <o, m o< eG,oz,s. is" 02V U ae: Sola smol6. �•=�x v "1 oe: e:�� s OWFRIPLEx FITTING TM z o aeLUMINAIRE ARM DIMENSIONS 0 P �$• Lthm 6 R"' SECTION E-B ARM SIMPLEX DETAILO Q) vo ' S ? minLA o � ARM ASSEMBLY FABRICATION mra s TOLERANCES TABLE a 15 DIMENSION TOLERANCE W G SIDE ELEVATION SECTION C-C D W OC -'" SIMPLEX ATTACHMENT DETAIL12 pN= _13 uNcMy oll ye_ SHEET 3 OF aIt O N m Teras menr of T.ans�nar F C m j o — vs� ROADWAY c . <��<<� e'1 ILLUMINATION v o a e6, "ate POLES I.t ,` S RIP(3)-19 ELEVATION SECTION A-AM,s, ©mm m,M� POLE TOP HANDHOLE ..,a, = SHEET 105 106 STP-985 rxadec x 21049 9.suz1of 7.....a. TRANSFORMER GENERAL NOTES BASE TABLE $� IF I %cTnic� Lh. IB o��ect s nay TC 9 9 a lobe!Cr Bio St aseolote seP ole „k rE Mae s' c.ele v Ho�anole -`� Ceee Ce�on aPseolPLe A111— 'S, "th, rine. me ee,0 omen. a m,ee�e,s0.0. C oo./e�'e o L4.mt:i V 2 o.�e.9 DETAIL A Q N thB SHOE BASE CONCRETE TRAFFIC �J w= BASEPLATE BARRIER BASE BASEPLATE wase Neu sn0uee wsTM aSST e Pae o 90 P�aea. _ SHOE BASE BASEPLATE TABLE CONCRETE TRAFFIC BARRIER TRANSFORMER we Te 0 BASE BASEPLATE TABLE BASE BASEPLATE �= naO .ePSHE IIm A,0 /:. ,//RE . ,_y. ye, wane 0T 02 ,ye. ,ve 0IS .ya V) -v;' U `c 71-01 El—E IASEILA7E TALE DETAIL B X m u"m„ re.c. 0 0121 HIT M,t,121 T�l Tee PaleL. ITS, e e -ee IR t e U M,.mom m nye / TOP PLAN ie s 3 III/ e NOTES ew �a.u,u.eme PP M�„�momOP e0P y ,.e.��7h,1z�Dole some e,e el.-o olaeE oeea m ne Te°0e ANCHOR BOLT FABRICATION TOLERANCES TABLE m oamele. Fgiu,u.Nute °/z poliRa'Th,, DIMENSION TOLERANCEy a 15 ComeHe �12 70 rein n.HI, o0 1om BOTTOM PLAN '/z GOC••~ z E.H uole Cao. TEMPLATE aul.em -�/i KQ�y m Moea.,000�v„ SHEET a OF a O N J A. CONCRETE TRAFFIC BARRIER OiamP1ei . s°L Hie" �f =aQ� �- _ SHOE ]BASE BASE ANCHOR BOLT ASSEMBLY o�°m`�e� n coo e+oIe ,Tom ANCHOR BOLT ASSEMBLY �`Come�e, R.11 nese C.o. e 0 ROADWAY c ILLUMINATION v SHOE BASE ANCHOR BOLT ASSEMBLY TABLE TRANSFORMER BASE ANCHOR BOLT ASSEMBLY TABLE IS �"Tno POLES I IT T R o IT T e T e TRANSFORMER BASE e°Pae CetP�IA RIP(4>-19 'H' A.C,o nRMIELL7E "HIS FR DAME F nSlyON nTs o, PInPLS o.�F F DAME F .� EBPm,eIIN CI'IFTER ��om��ol� CI,�FTFR ANCHOR BOLT ASSEMBLE' ELEVATION yes' z0�-5e� ��� ia�� �z�� �/�s' x °0'-50' ,y:' 11 ,z vz' ,9�6' 10-50 ,y." ,T vd' ,°➢d' ,Rs' TRANSFORMER BASE - DETAILS = SHEET 106a 106 STP-985 rxadEc x x1049