Loading...
HomeMy WebLinkAboutC2023-114 - 5/23/2023 - Approved DocuSign Envelope ID: E921FEAl-502E-461D-A492-2EOFB27AB587 ,�vs car 0 kCo POR p7�� x8'52 00 52 23 AGREEMENT This Agreement,for the Project awarded on May 23, 2023, is between the City of Corpus Christi (Owner) and Mako Contracting 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: Lipes Boulevard (Sunwood Drive to South Staples Street) Bond 2020 Proiect No. 21063 ARTICLE 2—DESIGNER AND OWNER'S AUTHORIZED REPRESENTATIVE 2.01 The Project has been designed by: Hanson Professional Services Inc. 4501 Gollihar Rd. Corpus Christi,Texas 78411 VMurillo@hanson-inc.com 2.02 The Owner's Authorized Representative for this Project is: Brett Van Hazel, PMP—Asst. Director of Engineering Services City of Corpus Christi—Engineering Services 4917 Holly Road, Bldg.#5 Corpus Christi,TX 78411 brettvh@cctexas.com ARTICLE 3—CONTRACT TIMES 3.01 Contract Times A. The Work is required to be substantially completed within 300 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 330 days after the date when the Contract Times commence to run. Agreement 005223- 1 Project No. 21063—Lipes Boulevard (Sunwood Drive to South Staples Street) Bond 2020 Rev 12/2021 DocuSign Envelope ID: E921FEAl-502E-461D-A492-2EOFB27AB587 B. Performance of the Work is required as shown in Paragraph 7.02 of the General Conditions. C. Milestones,and the dates for completion of each,are as defined in Section 0135 00 SPECIAL PROCEDURES. 3.02 Liquidated Damages A. Owner and Contractor recognize that time limits for specified Milestones, Substantial Completion, and completion and readiness for Final Payment as stated in the Contract Documents are of the essence of the Contract. Owner and Contractor recognize that the Owner will suffer financial loss if the Work is not completed within the times specified in Paragraph 3.01 and as adjusted in accordance with Paragraph 11.05 of the General Conditions. Owner and Contractor also recognize the delays, expense, and difficulties involved in proving in a legal or arbitration proceeding the actual loss suffered by Owner if the Work is not completed on time. Accordingly, instead of requiring any such proof,Owner and Contractor agree that as liquidated damages for delay (but not as a penalty): 1. Substantial Completion: Contractor shall pay Owner $1,125 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$375 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: $ 8,129,921.29 Agreement 005223-2 Project No. 21063—Lipes Boulevard (Sunwood Drive to South Staples Street) Bond 2020 Rev 12/2021 DocuSign Envelope ID: E921FEAl-502E-461D-A492-2EOFB27AB587 ARTICLE 5—PAYMENT PROCEDURES 5.01 Submit Applications for Payment in accordance with Article 17 of the General Conditions. Applications for Payment will be processed by the OAR as provided in the General Conditions. 5.02 Progress Payments; Retainage: A. The Owner will make progress payments on or about the 25th day of each month during performance of the Work. Payment is based on Work completed in accordance with the Schedule of Values established as provided in the General Conditions. B. Progress payments equal to the full amount of the total earned value to date for completed Work minus the retainage listed below and properly stored materials will be made prior to Substantial Completion. 1. The standard retainage is 5 percent. C. Payment will be made for the amount determined per Paragraph 5.02.13, less the total of payments previously made and less set-offs determined in accordance with Paragraph 17.01 of the General Conditions. D. At the Owner's option, Owner may pay Contractor 100 percent of the Work completed, less amounts withheld in accordance with Paragraph 17.01 of the General Conditions and less 200 percent of OAR's estimate of the value of Work to be completed or corrected to reach Substantial Completion. Owner may, at its sole discretion, elect to hold retainage in the amounts set forth above for progress payments prior to Substantial Completion if Owner has concerns with the ability of the Contractor to complete the remaining Work in accordance with the Contract Documents or within the time frame established by this Agreement. Release or reduction in retainage is contingent upon and consent of surety to the reduction in retainage. E. At the Owner's option, Owner may pay Contractor 100 percent of the Work completed, less amounts withheld in accordance with Paragraph 17.01 of the General Conditions and less 200 percent of OAR's estimate of the value of Work to be completed or corrected to reach Substantial Completion. Owner may, at its sole discretion, elect to hold retainage in the amounts set forth above for progress payments prior to Substantial Completion if Owner has concerns with the ability of the Contractor to complete the remaining Work in accordance with the Contract Documents or within the time frame established by this Agreement. Release or reduction in retainage is contingent upon and consent of surety to the reduction in retainage. 5.03 Owner will pay the remainder of the Contract Price as recommended by OAR in accordance with Paragraph 17.16 of the General Conditions upon Final Completion and acceptance of the Work. ARTICLE 6—INTEREST ON OVERDUE PAYMENTS AND RETAINAGE 6.01 The Owner is not obligated to pay interest on overdue payments except as required by Texas Government Code Chapter 2251. Invoices must comply with Article 17 of the General Conditions. 6.02 Except as specified in Article 5, the Owner is not obligated to pay interest on moneys not paid except as provided in Texas Government Code Chapter 2252. Agreement 005223-3 Project No. 21063—Lipes Boulevard (Sunwood Drive to South Staples Street) Bond 2020 Rev 12/2021 DocuSign Envelope ID: E921FEAl-502E-461D-A492-2EOFB27AB587 ARTICLE 7—CONTRACTOR'S REPRESENTATIONS 7.01 The Contractor makes the following representations: A. The Contractor has examined and carefully studied the Contract Documents and the other related data identified in the Bidding Documents. B. The Contractor has visited the Site and become familiar with and is satisfied as to the general, local, and Site conditions that may affect cost, progress, and performance of the Work. C. The Contractor is familiar with Laws and Regulations that may affect cost, progress, and performance of the Work. D. The Contractor has carefully studied the following Site-related reports and drawings as identified in the Supplementary Conditions: 1. Geotechnical Data Reports regarding subsurface conditions at or adjacent to the Site; 2. Drawings of physical conditions relating to existing surface or subsurface structures at the Site; 3. Underground Facilities referenced in reports and drawings; 4. Reports and drawings relating to Hazardous Environmental Conditions, if any, at or adjacent to the Site; and 5. Technical Data related to each of these reports and drawings. E. The Contractor has considered the: 1. Information known to Contractor; 2. Information commonly known to contractors doing business in the locality of the Site; 3. Information and observations obtained from visits to the Site; and 4. The Contract Documents. F. The Contractor has considered the items identified in Paragraphs 7.01.D and 7.01.E with respect to the effect of such information, observations, and documents on: 1. The cost, progress, and performance of the Work; 2. The means, methods, techniques, sequences, and procedures of construction to be employed by Contractor; and 3. Contractor's safety precautions and programs. G. Based on the information and observations referred to in the preceding paragraphs, Contractor agrees that no further examinations, investigations, explorations, tests, studies, or data are necessary for the performance of the Work at the Contract Price, within the Contract Times, and in accordance with the other terms and conditions of the Contract Documents. H. The Contractor is aware of the general nature of Work to be performed by Owner and others at the Site that relates to the Work as indicated in the Contract Documents. I. The Contractor has correlated the information known to the Contractor, information and observations obtained from visits to the Site, reports and drawings identified in the Contract Agreement 005223-4 Project No. 21063—Lipes Boulevard (Sunwood Drive to South Staples Street) Bond 2020 Rev 12/2021 DocuSign Envelope ID: E921FEAl-502E-461D-A492-2EOFB27AB587 Documents, and all additional examinations, investigations, explorations, tests, studies, and data with the Contract Documents. J. The Contractor has given the OAR written notice of all conflicts, errors, ambiguities, or discrepancies that the Contractor has discovered in the Contract Documents,and the written resolution provided by the OAR is acceptable to the Contractor. K. The Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performance and furnishing of the Work. L. Contractor's entry into this Contract constitutes an incontrovertible representation by Contractor that without exception all prices in the Agreement are premised upon performing and furnishing the Work required by the Contract Documents. M. CONTRACTOR SHALL INDEMNIFY, DEFEND AND HOLD HARMLESS THE OWNER'S INDEMNITEES IN ACCORDANCE WITH PARAGRAPH 7.14 OF THE GENERAL CONDITIONS AND THE SUPPLEMENTARY CONDITIONS. ARTICLE 8—ACCOUNTING RECORDS 8.01 Accounting Record Availability: The Contractor shall keep such full and detailed accounts of materials incorporated and labor and equipment utilized for the Work consistent with the requirements of Paragraph 15.01 of the General Conditions and as may be necessary for proper financial management under this Agreement. Subject to prior written notice,the Owner shall be afforded reasonable access during normal business hours to all of the Contractor's records, books, correspondence, instructions,drawings, receipts,vouchers,memoranda,and similar data relating to the Cost of the Work and the Contractor's fee. The Contractor shall preserve all such documents for a period of 3 years after the final payment by the Owner. ARTICLE 9—CONTRACT DOCUMENTS 9.01 Contents: A. The Contract Documents consist of the following: 1. 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. 21063—Lipes Boulevard (Sunwood Drive to South Staples Street) Bond 2020 Rev 12/2021 DocuSign Envelope ID: E921FEAl-502E-461D-A492-2EOFB27AB587 ARTICLE 10—CONTRACT DOCUMENT SIGNATURES F'7 ATTfSned by:�s fined by: CITY DOFS CORPUS CHRISTI zeldL 6/21/2023 6/16/2023 8510479... 5EeBFF!aeEF Rebecca Huerta Jeffrey Edmonds,P.E. City Secretary Director of Engineering Services Res.033062 AUTHORIZED 5/23/2023 APPROVED AS TO LEGAL FORM: BY COUNCIL DS DocuSigned by: M kena ruy..r 6/15/2023 Er ;/'sb = FEOEB+kE Assistant City Attorney ATTEST(IF CORPORATION) CONTRACTOR Mako Contracting LLC DocuSigned by: (Seal Below) By: GAD�LL Gbb &0/2023 Cn3An7a2 Fe.ae.gD Note: Attach copy of authorization to sign if Title: President person signing for CONTRACTOR is not President Vice President Chief Executive Officer, or Chief 1526 Holly Road Financial Officer Address Corpus Christi Texas 78417 City State Zip 361-561-6256 361-298-1990 Phone Fax GG@makocontracting.com Entail END OF SECTION Agreement 005223-6 Project No. 21063—Lipes Boulevard (Sunwood Drive to South Staples Street) Bond 2020 Rev 12/2021 DocuSign Envelope ID: E921FEAl-502E-461D-A492-2EOFB27AB587 00 30 01 BID FORM Project Name: Lipes Boulevard-Sunwood Drive to Staples Street Project Number: 21063 Owner: City of Corpus Christi OAR: Designer:I Hanson Professional Services Inc. 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: Mako Contracting LLC (full legal name of Bidder) Signature: (signature of person with authority to bind the Bidder) Name: abriel Goodman v (printed name of person signing Bid Form) Title: President (title of person signing Bid Form) Attest: (signature) State of Residency: Texas Federal Tx ID No. 36-4717006 Address for Notices: 1526 Holly Rd Corpus Christi TX 78417 Phone: 361-561-6256 Email: gg@Makocantracting.com ADDENDUM No. 1 Sipes Boulevard(Sunwood Drive to Staples Street)Project No.21063 1r�"A4,.:�➢.:A ,1 L.. 4, 003001- g Rev8/2019 DocuSign Envelope ID: E921 FEA1-502E-461 D-A492-2EOFB27AB587 I Drive to South Staples... Report Created On:6/6/2023 9:41:21 PM BID TOTALS BASE BID Total PART A-GENERAL $277,111.80 PART B-STREET IMPROVEMENTS $2,134,588.40 PART C-ADA IMPROVEMENTS $278,001.00 PART D-SIGNALIZATION IMPROVEMENTS $204,710.69 PART E-GAS IMPROVEMENTS $49,980.00 PART F-STORMWATER IMPROVEMENTS $4,062,992.90 PART G-WASTEWATER IMPROVEMENTS $835,960.50 PART H-WATER IMPROVEMENTS $276,576.00 PART I- ENVIRONMENTAL ISSUES $10,000.00 Total $8,129,921.29 PART A-GENERAL No. Description Unit Qty Unit Price Ext Price Al MOBILIZATION (MAX 5% PART A) LS 1 $12,000.00 $12,000.00 A2 BONDS AND INSURANCE AL 1 $96,000.00 $96,000.00 A3 OZONE ACTION DAY DAY 3 $1.00 $3.00 A4 SURVEY MONUMENT EA 2 $1,250.00 $2,500.00 A5 TRAFFIC CONTROL PLAN AND DESIGN LS 1 $23,000.00 $23,000.00 BY PROFESSIONAL ENGINEER(ALL PHASES) A6 TRAFFIC CONTROL PLAN ITEMS MO 12 $949.89 $11,398.68 (BARRELS,SIGNS,TEMP PAVEMENT MARKINGS, ETC.) A7 TRAFFIC CONTROL(MOBILIZATION, LS 1 $8,232.41 $8,232.41 IMPLEMENTATION,AND ADJUSTMENTS) A8 TRAFFIC CONTROL PORTABE EA 4 $17,241.52 $68,966.08 CHANGEABLE MESSAGE BOARDS A9 TEMPORARY TRAFFIC SIGNAL PLAN AND EA 1 $6,332.63 $6,332.63 DESIGN BY PROFESSIONAL ENGINEER (ALL PHASES) DocuSign Envelope ID: E921 FEA1-502E-461 D-A492-2EOFB27AB587 I Drive to South Staples... Report Created On:6/6/2023 9:41:21 PM A10 STORMWATER POLLUTION PREVENTION LS 1 $15,000.00 $15,000.00 PLAN (SWPPP)(EXCLUDING SILT FENCE, INLET,AND STORMWATER STRUCTURE PROTECTION) A11 SILT FENCE(FOR SWPPP) LF 4551 $4.00 $18,204.00 Al2 STORMWATER STRUCTURE PROTECTION EA 24 $150.00 $3,600.00 (FOR SWPPP) A13 INLET PROTECTION (FOR SWPPP) EA 15 $125.00 $1,875.00 A14 ALLOWANCE FOR UNANTICIPATED AL 1 $10,000.00 $10,000.00 GENERAL ACTIVITIES Subtotal: $277,111.80 PART B-STREET IMPROVEMENTS No. Description Unit Qty Unit Price Ext Price B1 MOBILIZATION (MAX 5% PART B) LS 1 $55,000.00 $55,000.00 B2 3 INCH TYPE D HMAC(FINAL SURFACE) SY 10924 $35.90 $392,171.60 B3 3 INCH TYPE B HMAC(INITIAL SURFACE) SY 10924 $35.20 $384,524.80 B4 PRIME COAT, MC-30(0.20 GAL/SY) GAL 2185 $9.28 $20,276.80 B5 SINGLE COURSE SURFACE TREATMENT SY 10924 $6.22 $67,947.28 (UNDERSEAL) B6 12 INCH CRUSHED LIMESTONE FLEXIBLE SY 12740 $48.00 $611,520.00 BASE MATERIAL(TYPE A, GRADE 1-2) B7 8 INCH LIME STABILIZED SUBGRADE AT SY 12740 $16.00 $203,840.00 61/2% B8 STREET EXCAVATION SY 12740 $14.00 $178,360.00 B9 PROOF ROLLING HR 16 $150.00 $2,400.00 B10 SODDING,CLEARING,AND GRADING SY 2100 $17.00 $35,700.00 B11 REFLECTIVE PAVEMENT MARKERS(TYPE LF 4874 $1.14 $5,556.36 1)(YELLOW)(4")(SOLID)X2 B12 REFLECTIVE PAVEMENT MARKERS(TYPE LF 130 $1.14 $148.20 1)(WHITE)(8")(SOLID) B13 REFLECTIVE PAVEMENT MARKERS(TYPE LF 100 $0.54 $54.00 1)(WHITE)(4")(DOT) B14 REFLECTIVE PAVEMENT MARKERS(TYPE LF 13522 $0.54 $7,301.88 1)(WHITE)(4")(SOLID) DocuSign Envelope ID: E921 FEA1-502E-461 D-A492-2EOFB27AB587 I Drive to South Staples... Report Created On:6/6/2023 9:41:21 PM B15 REFL PAV MRKTY C HEATAPPLIED LF 100 $9.60 $960.00 PREFAB PREFORMED THERMOPLASTIC (W) 12"(SLD)(125 MIL) B16 REFL PAV MRKTY C HEATAPPLIED LF 170 $19.20 $3,264.00 PREFAB PREFORMED THERMOPLASTIC (W)24"(SLD)(125 MIL) B17 REFL PAV MRKTY C HEATAPPLIED EA 6 $150.00 $900.00 PREFAB PREFORMED THERMOPLASTIC (W)(BIKE ARW)(125 MIL) B18 REFL PAV MRKTY C HEATAPPLIED EA 6 $270.00 $1,620.00 PREFAB PREFORMED THERMOPLASTIC (W)(BIKE SYMBOL)(125 MIL) B19 REFL PAV MRKTY C HEATAPPLIED EA 2 $390.00 $780.00 PREFAB PREFORMED THERMOPLASTIC (W)(SPEED HUMP)(125 MIL) B20 REFL PAV MRKTY C HEATAPPLIED EA 2 $210.00 $420.00 PREFAB PREFORMED THERMOPLASTIC (W)(ARROW) B21 REFL PAV MRKTY C HEATAPPLIED EA 2 $300.00 $600.00 PREFAB PREFORMED THERMOPLASTIC (W)(ONLY) B22 RAISED PAVEMENT MARKERS(TYPE II-A- EA 68 $4.62 $314.16 A) B23 RAISED PAVEMENT MARKERS(TYPE II-B- EA 1 $4.62 $4.62 B) B24 6-INCH CONCRETE DRIVEWAY SF 7864 $10.00 $78,640.00 B25 CONCRETE DRIVEWAY DEMOLITION SF 7404 $3.75 $27,765.00 B26 ASPHALT PAVEMENT REPAIR SY 44 $165.30 $7,273.20 B27 SPEED HUMP EA 1 $5,220.00 $5,220.00 B28 COMBO SPEED HUMP AHEAD(W17- EA 2 $767.00 $1,534.00 1)/15 MPH SPEED LIMIT(W13-1 P)SIGNS AND SIGN SUPPORT ASSEMBLY (TRIANGULAR SLIPBASE) B29 SPEED HUMP(W17-1)SIGNS AND SIGN EA 2 $737.50 $1,475.00 SUPPORT ASSEMBLY(TRIANGULAR SLIP BASE) B30 REVERSE CURVE(W1-4)SIGN AND SIGN EA 2 $737.50 $1,475.00 SUPPORT ASSEMBLY(TRIANGULAR SLIPBASE) DocuSign Envelope ID: E921 FEA1-502E-461 D-A492-2EOFB27AB587 I Drive to South Staples... Report Created On:6/6/2023 9:41:21 PM B31 SPEED LIMIT(R2-1)SIGN AND SIGN EA 2 $737.50 $1,475.00 SUPPORT ASSEMBLY(TRIANGULAR SLIPBASE) B32 COMBO CURVE LEFT(WI-2L)/SPEED EA 1 $767.00 $767.00 LIMIT 20 MPH (W13-1 P)SIGNS AND SIGN SUPPORT ASSEMBLY(TRIANGULAR SLIPBASE) B33 FURNISH AND INSTALL ROADSIDE EA 7 $737.50 $5,162.50 TRAFFIC SIGN AND SIGN SUPPORT ASSEMBLY(TRIANGULAR SLIPBASE) B34 FURNISH AND INSTALL STOP SIGN AND EA 2 $1,121.00 $2,242.00 SIGN WITH NEW STREET BLADES(2)AND SIGN SUPPORT ASSEMBLY(TRIANGULAR SLIPBASE) B35 REMOVE AND RELOCATE EXISTING EA 2 $413.00 $826.00 MAILBOX B36 CONCRETE MAILBOX PAD SF 45 $30.00 $1,350.00 B37 REMOVE AND DISPOSE OF ROAD EA 9 $80.00 $720.00 SIGN(S)SUPPORT&ASSEMBLY B38 ALLOWANCE FOR UNANTICIPATED AL 1 $25,000.00 $25,000.00 STREET IMPROVEMENTS Subtotal: $2,134,588.40 PART C-ADA IMPROVEMENTS No. Description Unit Qty Unit Price Ext Price C1 MOBILIZATION (MAX 5% PART C) LS 1 $14,000.00 $14,000.00 C2 CONCRETE PEDESTRIAN SIDEWALK SF 21206 $8.50 $180,251.00 C3 SIDEWALK DEMOLITION SF 17000 $3.00 $51,000.00 C4 SIDEWALK RETAINING CURB LF 150 $45.00 $6,750.00 C5 CONCRETE CURB RAMP EA 4 $4,000.00 $16,000.00 C6 ALLOWANCE FOR UNANTICIPATED ADA AL 1 $10,000.00 $10,000.00 IMPROVEMENTS Subtotal: $278,001.00 PART D-SIGNALIZATION IMPROVEMENTS No. Description Unit Qty Unit Price Ext Price D1 MOBILIZATION (MAX 5% PART D) LS 1 $10,000.00 $10,000.00 DocuSign Envelope ID: E921 FEA1-502E-461 D-A492-2EOFB27AB587 I Drive to South Staples... Report Created On:6/6/2023 9:41:21 PM D2 CON DT(PVC)(SCH 40)(2") LF 25 $29.90 $747.50 D3 CON DT(PVC)(SCH 40)(4") LF 34 $40.25 $1,368.50 D4 ELEC CONDR(NO.6) BARE LF 20 $2.19 $43.80 D5 ELEC CONDR(NO.6)INSULATED LF 50 $2.30 $115.00 D6 ELEC CONDR(NO.8) BARE LF 397 $2.19 $869.43 D7 TRAY CABLE(3 CONDR)(12 AWG) LF 1616 $2.70 $4,363.20 D8 GROUND BOX TY D(162922)W/APRON EA 5 $1,696.25 $8,481.25 D9 REMOVE GROUND BOX EA 3 $373.75 $1,121.25 D10 ELC SRV TY D 120/240 100(NS)SS(E)SP(0) EA 1 $6,440.00 $6,440.00 D11 INSTALL HWY TRF SIG (UPGRADE) EA 1 $42,000.00 $42,000.00 D12 REMOVING TRAFFIC SIGNALS EA 1 $2,472.50 $2,472.50 D13 VEH SIG SEC(12")LED(GRN) EA 8 $402.50 $3,220.00 D14 VEH SIG SEC(12")LED(GRN ARW) EA 4 $402.50 $1,610.00 D15 VEH SIG SEC(12")LED(YEL) EA 8 $402.50 $3,220.00 D16 VEH SIG SEC(12")LED(YEL ARW) EA 8 $402.50 $3,220.00 D17 VEH SIG SEC(12")LED(RED) EA 8 $402.50 $3,220.00 D18 VEH SIG SEC(12")LED(RED ARW) EA 4 $402.50 $1,610.00 D19 BACKPLATE W/REFL BRDR(3 SEC) EA 4 $218.50 $874.00 D20 BACKPLATE W/REFL BRDR(4 SEC) EA 8 $248.40 $1,987.20 D21 PED SIG SEC(LED)(COUNTDOWN) EA 8 $776.25 $6,210.00 D22 TRF SIG CBL(TY A)(14 AWG)(5 CONDR) LF 560 $2.62 $1,467.20 D23 TRF SIG CBL(TY A)(14 AWG)(7 CONDR) LF 285 $2.83 $806.55 D24 TRF SIG CBL(TY A)(14 AWG)(16 CONDR) LF 539 $4.14 $2,231.46 D25 PED POLE ASSEMBLY(10 FT) EA 2 $2,535.75 $5,071.50 D26 PED DETECT PUSH BUTTON (APS) EA 8 $902.75 $7,222.00 (POLARATOUCHLESS W/R10-3e SIGN) D27 PED DETECTOR CONTROLLER UNIT EA 1 $4,025.00 $4,025.00 D28 RELOCATE RADAR EA 1 $701.50 $701.50 D29 RADAR DETECTOR COMM & POWER LF 643 $3.68 $2,366.24 CABLE(WAVETRONIX SMARTSENSOR 6/C) DocuSign Envelope ID: E921 FEA1-502E-461 D-A492-2EOFB27AB587 I Drive to South Staples... Report Created On:6/6/2023 9:41:21 PM D30 ITS COM CBL(ETHERNET)(CAT5E) LF 331 $5.29 $1,750.99 D31 CCTV FIELD EQUIPMENT(DIGITAL) EA 1 $6,670.00 $6,670.00 (PELCO SPECTRA ENHANCED PTZ CAMERA) D32 CCTV MOUNT(POLE)(PELCO IWM24 EA 1 $304.75 $304.75 SERIES) D33 CONDUIT(PREPARE) LF 338 $2.99 $1,010.62 D34 GROUND BOX(PREPARE) EA 1 $396.75 $396.75 D35 BBU SYSTEM (EXTERNAL BATT CABINET) EA 1 $9,430.00 $9,430.00 (ALPHA) D36 MIOVISION CAMERA&SYSTEM EA 1 $33,062.50 $33,062.50 D37 ALLOWANCE FOR UNANTICIPATED AL 1 $25,000.00 $25,000.00 SIGNALIZATION IMPROVEMENTS Subtotal: $204,710.69 PART E-GAS IMPROVEMENTS No. Description Unit Qty Unit Price Ext Price E1 MOBILIZATION (MAX 5% PART E) LS 1 $2,000.00 $2,000.00 E2 EXCAVATION, BACKFILL AND LF 2110 $18.00 $37,980.00 COMPACTION OF TRENCH GAS LINE (ADJUSTMENT TO BE COMPLETED BY THE CITY OF CORPUS CHRISTI GAS DEPARTMENT) E3 ALLOWANCE FOR UNANTICIPATED GAS AL 1 $10,000.00 $10,000.00 IMPROVEMENTS Subtotal: $49,980.00 PART F-STORMWATER IMPROVEMENTS No. Description Unit Qty Unit Price Ext Price F1 MOBILIZATION (MAX 5% PART F) LS 1 $50,000.00 $50,000.00 F2 DEMOLITION OF EXISTING CURB INLET EA 23 $1,400.00 $32,200.00 F3 DEMOLITION OF EXISTING EA 4 $2,240.00 $8,960.00 MANHOLE/JUNCTION F4 REMOVAL OF REINFORCED CONCRETE LF 3030 $42.00 $127,260.00 PIPE F5 NEW STANDARD CURB INLET(5' EA 17 $6,160.00 $104,720.00 THROAT OPENING) DocuSign Envelope ID: E921 FEA1-502E-461 D-A492-2EOFB27AB587 I Drive to South Staples... Report Created On:6/6/2023 9:41:21 PM F6 NEW POST INLET EA 5 $6,944.00 $34,720.00 F7 NEW GRATE INLET EA 4 $14,560.00 $58,240.00 F8 RECONSTRUCT EXISTING INLET TOP EA 1 $5,040.00 $5,040.00 F9 CURB INLET EXTENSION (5'TROAT EA 5 $2,000.00 $10,000.00 OPENING)(I.D. 2'X 5') F10 TYPE A STORM MANHOLE EA 4 $8,960.00 $35,840.00 F11 TYPE D STORMWATER MANHOLE EA 4 $16,800.00 $67,200.00 F12 18" REINFORCED CONCRETE PIPE LF 430 $138.00 $59,340.00 (CLASS III) F13 48" REINFORCED CONCRETE PIPE LF 2600 $358.40 $931,840.00 (CLASS III) F14 66" REINFORCED CONCRETE BOX(CLASS LF 2205 $920.70 $2,030,143.50 III) F15 RE-CONNECT TO EXISTING STORM EA 6 $4,480.00 $26,880.00 F16 TRENCH SAFETY FOR STORMWATER LF 5235 $7.84 $41,042.40 LINES F17 TRENCH SAFETY FOR STORMWATER EA 6 $1,400.00 $8,400.00 MANHOLES F18 NEW 6" CURB AND GUTTER LF 5242 $28.00 $146,776.00 F19 CURB AND GUTTER DEMOLITION LF 5242 $8.00 $41,936.00 F20 JUNCTION BOX AND TIE-IN EA 3 $52,635.00 $157,905.00 F21 ADJUST MANHOLE RIM TO TOP EA 4 $2,750.00 $11,000.00 F22 CONNECT 18" STORM LINE TO EXISTING EA 2 $275.00 $550.00 66" RCP F23 CLEAN EXISTING 66" RCP PIPE LF 2000 $24.00 $48,000.00 F24 ALLOWANCE FOR UNANTICIPATED AL 1 $25,000.00 $25,000.00 STORMWATER IMPROVEMENTS Subtotal: $4,062,992.90 PART G-WASTEWATER IMPROVEMENTS No. Description Unit Qty Unit Price Ext Price G1 MOBILIZAION (MAX 5% PART G) LS 1 $30,000.00 $30,000.00 G2 PIPE BURST EXISTING 12"VCP W/ 14" LF 3091 $198.00 $612,018.00 HDPE DocuSign Envelope ID: E921 FEA1-502E-461 D-A492-2EOFB27AB587 I Drive to South Staples... Report Created On:6/6/2023 9:41:21 PM G3 MANHOLE FIBERGLASS LINER EA 6 $19,550.00 $117,300.00 REHABILITATION AND ADJUST TOP TO GRADE G4 TRENCH SAFETY FOR WASTEWATER EA 6 $1,380.00 $8,280.00 MANHOLES G5 WASTEWATER BY-PASS PUMPING LS 1 $50,600.00 $50,600.00 G6 TIE-IN TO WASTEWATER MANHOLE EA 6 $1,293.75 $7,762.50 G7 ALLOWANCE FOR UNANTICIPATED AL 1 $10,000.00 $10,000.00 WASTEWATER IMPROVEMENTS Subtotal: $835,960.50 PART H-WATER IMPROVEMENTS No. Description Unit Qty Unit Price Ext Price H1 MOBILIZATION (MAX 5% PART H) LS 1 $12,000.00 $12,000.00 H2 6"C900 PVC WATERLINE LF 10 $78.40 $784.00 H3 8"C900 PVC WATERLINE LF 990 $106.40 $105,336.00 H4 TRENCH SAFETY FOR WATERLINES LF 1000 $2.24 $2,240.00 H5 8"X 6" D.I.M.J. TEE EA 1 $1,568.00 $1,568.00 H6 8"X 8" D.I.M.J. TEE EA 3 $1,680.00 $5,040.00 H7 6" D.I.M.J.TAPPING SLEEVE EA 1 $8,400.00 $8,400.00 H8 8" D.I.M.J.TAPPING SLEEVE EA 1 $9,520.00 $9,520.00 H9 6"GATE VALVE EA 1 $2,576.00 $2,576.00 H10 8"GATE VALVE EA 6 $3,136.00 $18,816.00 H11 6" D.I.M.J.45 DEG BEND EA 2 $784.00 $1,568.00 H12 8" D.I.M.J.45 DEG BEND EA 6 $1,008.00 $6,048.00 H13 GROUT FILL AND ABANDON IN PLACE LF 420 $14.00 $5,880.00 EXISTING WATERLINE H14 FIRE HYDRANT ASSEMBLIES EA 7 $9,520.00 $66,640.00 H15 WATER SERVICE RECONNECTIONS EA 9 $2,240.00 $20,160.00 H16 ALLOWANCE FOR UNANTICIPATED AL 1 $10,000.00 $10,000.00 WATER IMPROVEMENTS Subtotal: $276,576.00 PART I- ENVIRONMENTAL ISSUES DocuSign Envelope ID: E921 FEA1-502E-461 D-A492-2EOFB27AB587 I Drive to South Staples... Report Created On:6/6/2023 9:41:21 PM No. Description Unit Qty Unit Price Ext Price 11 ALLOWANCE FOR UNANTICIPATED AL 1 $10,000.00 $10,000.00 ENVIRONMENTAL ISSUES Subtotal: $10,000.00 DocuSign Envelope ID: E921FEA1-502E-461D-A492-2EOFB27AB587 CONTRACT DOCUMENTS FOR CONSTRUCTION OF LIPES BOULEVARD - SUNWOOD DRIVE T4 STAPLES STREET ( BOND 2020) PROJECT NUMBER 21.063 a ' Oft<! " *NTQR E," MURILLO! HANSO rl1�P,. 137895 Engineering I Planning I Allied Services fit Hanson Professional Services Inc. 4501 Gollihar Rd, Corpus Christi, TX 78411 Phone; 361-814-9900 CONFORMED/FINAL TX Firm No. F-417 CONSTRUCTION SPECIFICATIONS January 20,20 2023 ASSEMBLE Q4/04/2023 Record Drawing Number: STR 1090 DocuSign Envelope ID: E921FEAl-502E-461D-A492-2EOFB27AB587 000100 TABLE OF CONTENTS Division/ Title Section Division 00 Preface Documents 00 00 00 Cover Sheet 000100 Table of Contents 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(Rev 2-2020) 0091 01 Addendum No, 1 Division 01 General Requirements 01 11 00 Summary of Work(Rev 10-2018) 01 23 10 Alternates and Allowances(Rev 5-2020) 01 29 01 Measurement and Basis for Payment (Rev5-2020) 01 33 01 Submittal Register(Rev 10-2018) 01 35 00 Special Procedures(Rev 10-2018) 01 50 00 Temporary Facilities and Controls(Rev 8-2019) 01 57 00 Temporary Controls(Revs-2019) Part S Standard Specifications 02 10 20 Site Clearing and Striping 02 10 40 Site Grading 02 10 80 Removing Abandoned Structures 02 20 20 Excavation and Backfill for Utilities 02 20 21 Control of Groundwater 02 20 22 Trench Safety for Excavations 02 20 40 Street Excavation 02 20 80 Embankment 022100 Select Material 02 24 20 Silt Fence 02 52 02 Scarifying and Reshaping base Course 02 52 05 Pavement Repair, Curb, Gutter, Sidewalk& Driveway Replacement 02 52 10 Lime Stabilization Table of Contents 000100-1 Lipes Boulevard Sunwood Drive to Staples Street, Project No. 21063 Rev 1/2022 DocuSign Envelope ID: E921FEAl-502E-461D-A492-2EOFB27AB587 Division/ Title Section 02 52 23 Crushed Limestone Flexible Base 02 54 04 Asphalt, Oils, & Emulsions 02 54 12 Prime Coat 02 54 14 Aggregates for Surface Treatment 02 54 16 Seal Coat 02 54 18 Surface Treatment 02 54 24 Hot Mix Asphalt Concrete Pavement 02 56 08 Inlets 02 56 10 Concrete Curb and Gutter 02 26 12 Concrete Sidewalk and Driveways 02 56 14 Concrete Curb Ramps 02 56 20 Portland Cement Concrete Pavement 02 58 02 Temporary Traffic Controls During Construction 02 58 03 Traffic Signal Adjustments 02 58 05 Work Zone Pavement Markings 02 58 07 Pavement Markings (Paint and Thermoplastic) 02 58 13 Preformed Thermoplastic Striping, Words, and Emblems 02 58 16 Raised Pavement Markers 02 58 18 Reference Specification—TX DOT DMS-4200 Pavement Markers (Reflectorized) 02 58 28 Reference Specification—TX DOT DMS-6130 Bituminous Adhesive for Payment Makers 02 62 01 Waterline Riser Assemblies 02 62 02 Hydrostatic Testing of Pressure Systems 02 62 04 Polyvinyl Chloride Pipe (ASTM D 2241 Pressure Pipe for Wastewater Force Mains. Irrigation Systems and Water Transmission Lines) 02 62 06 Ductile Iron Pipe and Fittings 02 62 10 Polyvinyl Chloride Pipe (AWWA C900 and C905 Pressure Pipe for Municipal Water Mains and Wastewater Force Mains) 02 62 14 Grouting Abandoned Utility Lines 02 64 02 Waterlines 02 64 04 Water Service Lines 02 64 09 Tapping Sleeves and Tapping Valves 02 64 11 Gate Valves for Waterlines 02 64 16 Fire Hydrants 02 72 00 Control of Wastewater Flows Table of Contents 000100-2 Lipes Boulevard Sunwood Drive to Staples Street, Project No. 21063 Rev 1/2022 DocuSign Envelope ID: E921FEAl-502E-461D-A492-2EOFB27AB587 Division/ Title Section 02 72 02 Manholes 02 72 03 Vacuum Testing of Wastewater Manhole and Structures 02 72 05 Fiberglass Manholes 02 74 02 Reinforced Concrete Pipe Culverts 02 74 04 Concrete Box Culverts 02 76 02 Gravity Wastewater Lines 02 76 04 Disposal of Waste from Wastewater Cleaning Operations 02 76 06 Wastewater Service Lines 02 76 11 Cleaning and Televised Inspection of Conduits 02 76 18 Wastewater Rehabilitation Pipe Bursting for Gravity Sewer 02 80 40 Sodding 03 00 20 Portland Cement Concrete 03 20 20 Reinforcing Steel 03 80 00 Concrete Structures 05 54 20 Frames, Grates, Rings&Covers Part T Technical Specifications 34 41 13.00 Traffic Signal Standards and General Requirements 34 41 13.13 Installation of Traffic Equipment 34 41 16.23 Traffic Signal Cabinet and Assemblies 34 41 16.33 Traffic Signal Controller Unit 34 41 16.43 Ground Boxes 34 41 16.53 Vehicle signal Heads 34 41 16.63 Pedestrian Signal 34 41 16.93 Poles and Assemblies 34 41 19.13 Electrical Services for Traffic Equipment 34 41 19.73 Uninterruptible Power Supply 34 41 23.39 Radar Presence Detector TxDOT Item 6004 Networking Intelligent Transportation System (ITS) Communications Cable TxDOT Item 6027 Preparation of Existing Conduits, Ground Boxes, or Manholes Table of Contents 000100-3 Lipes Boulevard Sunwood Drive to Staples Street, Project No. 21063 Rev 1/2022 DocuSign Envelope ID: E921FEAl-502E-461D-A492-2EOFB27AB587 Division/ Title Section Appendix All Testing Reports as Applicable Surface Investigation and Geotechnical Recommendations for the Proposed Lipes 1 Boulevard Reconstruction (21063) Sunwood Drive to Staples Street; RETL Report Number: G121260 END OF SECTION Table of Contents 000100-4 Lipes Boulevard Sunwood Drive to Staples Street, Project No. 21063 Rev 1/2022 DocuSign Envelope ID: E921FEAl-502E-461D-A492-2EOFB27AB587 0 x855 00 52 23 AGREEMENT This Agreement is between the City of Corpus Christi (Owner) and (Contractor). Owner and Contractor agree as follows: ARTICLE 1—WORK 1.01 Contractor shall complete all Work as specified or indicated in the Contract Documents. The Work is generally described as: Lipes Boulevard—Sunwood Drive to Staples Street Proiect No. 21063 ARTICLE 2—DESIGNER AND OWNER'S AUTHORIZED REPRESENTATIVE 2.01 The Project has been designed by: Hanson Professional Services Inc. 4501 Gollihar Rd. Corpus Christi,Texas 78411 I uairilllo llh.an.scon..inc..go..m .......... ..................... ............................................................................. 2.02 The Owner's Authorized Representative for this Project is: Brett Van Hazel, PMP—Asst. Director of Engineering Services City of Corpus Christi—Engineering Services 4917 Holly Road, Bldg.#5 Corpus Christi,TX 78411 ARTICLE 3—CONTRACT TIMES 3.01 Contract Times A. The Work is required to be substantially completed within 300 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 330 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 Lipes Boulevard—Sunwood Drive to Staples Street, Project No. 21063 Rev 12/2021 DocuSign Envelope ID: E921FEAl-502E-461D-A492-2EOFB27AB587 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 $1,125 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$375 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 1- HMAC Price $ Total Base Bid 2-CRCP Price $ Agreement 005223-2 Lipes Boulevard—Sunwood Drive to Staples Street, Project No. 21063 Rev 12/2021 DocuSign Envelope ID: E921FEAl-502E-461D-A492-2EOFB27AB587 ARTICLE 5—PAYMENT PROCEDURES 5.01 Submit Applications for Payment in accordance with Article 17 of the General Conditions. Applications for Payment will be processed by the OAR as provided in the General Conditions. 5.02 Progress Payments; Retainage: A. The Owner will make progress payments on or about the 25th day of each month during performance of the Work. Payment is based on Work completed in accordance with the Schedule of Values established as provided in the General Conditions. B. Progress payments equal to the full amount of the total earned value to date for completed Work minus the retainage listed below and properly stored materials will be made prior to Substantial Completion. 1. The standard retainage is 5 percent. C. Payment will be made for the amount determined per Paragraph 5.02.13, less the total of payments previously made and less set-offs determined in accordance with Paragraph 17.01 of the General Conditions. D. At the Owner's option, Owner may pay Contractor 100 percent of the Work completed, less amounts withheld in accordance with Paragraph 17.01 of the General Conditions and less 200 percent of OAR's estimate of the value of Work to be completed or corrected to reach Substantial Completion. Owner may, at its sole discretion, elect to hold retainage in the amounts set forth above for progress payments prior to Substantial Completion if Owner has concerns with the ability of the Contractor to complete the remaining Work in accordance with the Contract Documents or within the time frame established by this Agreement. Release or reduction in retainage is contingent upon and consent of surety to the reduction in retainage. E. At the Owner's option, Owner may pay Contractor 100 percent of the Work completed, less amounts withheld in accordance with Paragraph 17.01 of the General Conditions and less 200 percent of OAR's estimate of the value of Work to be completed or corrected to reach Substantial Completion. Owner may, at its sole discretion, elect to hold retainage in the amounts set forth above for progress payments prior to Substantial Completion if Owner has concerns with the ability of the Contractor to complete the remaining Work in accordance with the Contract Documents or within the time frame established by this Agreement. Release or reduction in retainage is contingent upon and consent of surety to the reduction in retainage. 5.03 Owner will pay the remainder of the Contract Price as recommended by OAR in accordance with Paragraph 17.16 of the General Conditions upon Final Completion and acceptance of the Work. ARTICLE 6—INTEREST ON OVERDUE PAYMENTS AND RETAINAGE 6.01 The Owner is not obligated to pay interest on overdue payments except as required by Texas Government Code Chapter 2251. Invoices must comply with Article 17 of the General Conditions. 6.02 Except as specified in Article 5, the Owner is not obligated to pay interest on moneys not paid except as provided in Texas Government Code Chapter 2252. Agreement 005223-3 Lipes Boulevard—Sunwood Drive to Staples Street, Project No. 21063 Rev 12/2021 DocuSign Envelope ID: E921FEAl-502E-461D-A492-2EOFB27AB587 ARTICLE 7—CONTRACTOR'S REPRESENTATIONS 7.01 The Contractor makes the following representations: A. The Contractor has examined and carefully studied the Contract Documents and the other related data identified in the Bidding Documents. B. The Contractor has visited the Site and become familiar with and is satisfied as to the general, local, and Site conditions that may affect cost, progress, and performance of the Work. C. The Contractor is familiar with Laws and Regulations that may affect cost, progress, and performance of the Work. D. The Contractor has carefully studied the following Site-related reports and drawings as identified in the Supplementary Conditions: 1. Geotechnical Data Reports regarding subsurface conditions at or adjacent to the Site; 2. Drawings of physical conditions relating to existing surface or subsurface structures at the Site; 3. Underground Facilities referenced in reports and drawings; 4. Reports and drawings relating to Hazardous Environmental Conditions, if any, at or adjacent to the Site; and 5. Technical Data related to each of these reports and drawings. E. The Contractor has considered the: 1. Information known to Contractor; 2. Information commonly known to contractors doing business in the locality of the Site; 3. Information and observations obtained from visits to the Site; and 4. The Contract Documents. F. The Contractor has considered the items identified in Paragraphs 7.01.D and 7.01.E with respect to the effect of such information, observations, and documents on: 1. The cost, progress, and performance of the Work; 2. The means, methods, techniques, sequences, and procedures of construction to be employed by Contractor; and 3. Contractor's safety precautions and programs. G. Based on the information and observations referred to in the preceding paragraphs, Contractor agrees that no further examinations, investigations, explorations, tests, studies, or data are necessary for the performance of the Work at the Contract Price, within the Contract Times, and in accordance with the other terms and conditions of the Contract Documents. H. The Contractor is aware of the general nature of Work to be performed by Owner and others at the Site that relates to the Work as indicated in the Contract Documents. I. The Contractor has correlated the information known to the Contractor, information and observations obtained from visits to the Site, reports and drawings identified in the Contract Agreement 005223-4 Lipes Boulevard—Sunwood Drive to Staples Street, Project No. 21063 Rev 12/2021 DocuSign Envelope ID: E921FEAl-502E-461D-A492-2EOFB27AB587 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 Contractorthat without exception all prices in the Agreement are premised upon performing and furnishing the Work required by the Contract Documents. M. CONTRACTOR SHALL INDEMNIFY, DEFEND AND HOLD HARMLESS THE OWNER'S INDEMNITEES IN ACCORDANCE WITH PARAGRAPH 7.14 OF THE GENERAL CONDITIONS AND THE SUPPLEMENTARY CONDITIONS. ARTICLE 8—ACCOUNTING RECORDS 8.01 Accounting Record Availability: The Contractor shall keep such full and detailed accounts of materials incorporated and labor and equipment utilized for the Work consistent with the requirements of Paragraph 15.01 of the General Conditions and as may be necessary for proper financial management under this Agreement. Subject to prior written notice,the Owner shall be afforded reasonable access during normal business hours to all of the Contractor's records,books, correspondence, instructions,drawings, receipts,vouchers,memoranda,and similar data relating to the Cost of the Work and the Contractor's fee. The Contractor shall preserve all such documents for a period of 3 years after the final payment by the Owner. ARTICLE 9—CONTRACT DOCUMENTS 9.01 Contents: A. The Contract Documents consist of the following: 1. Solicitation documents. 2. Specifications, forms, and documents listed in SECTION 00 0100 TABLE OF CONTENTS. 3. Drawings listed in the Sheet Index. 4. Addenda. 5. Exhibits to this Agreement: a. Contractor's Bid Form. 6. Documentation required by the Contract Documents and submitted by Contractor prior to Notice of Award. B. There are no Contract Documents other than those listed above in this Article. C. The Contract Documents may only be amended, modified, or supplemented as provided in Article 11 of the General Conditions. Agreement 005223-5 Lipes Boulevard—Sunwood Drive to Staples Street, Project No. 21063 Rev 12/2021 DocuSign Envelope ID: E921FEAl-502E-461D-A492-2EOFB27AB587 ARTICLE 10—CONTRACT DOCUMENT SIGNATURES ATTEST CITY OF CORPUS CHRISTI Rebecca Huerta Michael Rodriguez City Secretary Chief of Staff 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 Lipes Boulevard—Sunwood Drive to Staples Street, Project No. 21063 Rev 12/2021 DocuSign Envelope ID: E921FEAl-502E-461D-A492-2EOFB27AB587 00 72 00 GENERAL CONDITIONS Table of Contents Page Article 1—Definitions and Terminology .....................................................................................................10 1.01 Defined Terms.............................................................................................................................10 1.02 Terminology................................................................................................................................15 Article2—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: E921FEAl-502E-461D-A492-2EOFB27AB587 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: E921FEAl-502E-461D-A492-2EOFB27AB587 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: E921FEAl-502E-461D-A492-2EOFB27AB587 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: E921FEAl-502E-461D-A492-2EOFB27AB587 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: E921FEAl-502E-461D-A492-2EOFB27AB587 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: E921FEAl-502E-461D-A492-2EOFB27AB587 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: E921FEAl-502E-461D-A492-2EOFB27AB587 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: E921FEAl-502E-461D-A492-2EOFB27AB587 30.21 Notices. .................................................................................................................................131 General Conditions 007200-9 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID: E921FEAl-502E-461D-A492-2EOFB27AB587 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: E921FEAl-502E-461D-A492-2EOFB27AB587 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: E921FEAl-502E-461D-A492-2EOFB27AB587 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: E921FEAl-502E-461D-A492-2EOFB27AB587 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: E921FEAl-502E-461D-A492-2EOFB27AB587 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: E921FEAl-502E-461D-A492-2EOFB27AB587 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: E921FEAl-502E-461D-A492-2EOFB27AB587 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: E921FEAl-502E-461D-A492-2EOFB27AB587 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: E921FEAl-502E-461D-A492-2EOFB27AB587 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. S. 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: E921FEAl-502E-461D-A492-2EOFB27AB587 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: E921FEAl-502E-461D-A492-2EOFB27AB587 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: E921FEAl-502E-461D-A492-2EOFB27AB587 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: E921FEAl-502E-461D-A492-2EOFB27AB587 E. Delays, disruption, and interference to the performance or progress of the Work resulting from the following are governed by Article 5: 1. The existence of a differing subsurface or physical condition; 2. An Underground Facility not shown or not indicated with reasonable accuracy by the Contract Documents; and 3. Hazardous Environmental Conditions. F. Article 8 governs delays, disruption, and interference to the performance or progress of the Work resulting from the performance of certain other work at or adjacent to the Site. G. Notify the OAR immediately of a potential delaying, disrupting, or interfering event. Submit a Change Proposal seeking an adjustment in Contract Price or Contract Times within 30 days of the commencement of the delaying, disrupting, or interfering event. Claims for adjustment to the Contract Price or Contract Times that do not comply with Article 13 are waived. H. Contractor is only entitled to an adjustment of the Contract Times for specific delays, disruptions, and interference to the performance or progress of the Work that can be demonstrated to directly impact the ability of the Contractor to complete the Work within the Contract Times. No adjustments in Contract Times are allowed for delays on components of the Work which were or could have been completed without impacting the Contract Times. I. Contractor is not entitled to an adjustment in Contract Price or Contract Times for delay, disruption, or interference caused by or within the control of the Owner if this delay is concurrent with a delay, disruption, or interference attributable to or within the control of the Contractor's Team. ARTICLE 5—AVAILABILITY OF LANDS; SUBSURFACE AND PHYSICAL CONDITIONS; HAZARDOUS ENVIRONMENTAL CONDITIONS 5.01 Availability of Lands A. Owner is to furnish the Site and inform the Contractor of encumbrances or restrictions known to Owner related to use of the Site with which Contractor must comply in performing the Work. B. Provide for additional lands and access Contractor requires for temporary construction facilities or storage of materials and equipment, other than those identified in the Contract Documents. Provide documentation of authority to use these additional lands to OAR before using them. 5.02 Use of Site and Other Areas A. Limitation on Use of Site and Other Areas: 1. Confine construction equipment, temporary construction facilities, the storage of materials and equipment,and the operations of workers to the Site,adjacent areas that Owner or Contractor has arranged to use through construction easements or agreements, and other adjacent areas as permitted by Laws and Regulations. Assume General Conditions 007200-22 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID: E921FEAl-502E-461D-A492-2EOFB27AB587 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: E921FEAl-502E-461D-A492-2EOFB27AB587 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: E921FEAl-502E-461D-A492-2EOFB27AB587 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: E921FEAl-502E-461D-A492-2EOFB27AB587 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: E921FEAl-502E-461D-A492-2EOFB27AB587 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: E921FEAl-502E-461D-A492-2EOFB27AB587 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: E921FEAl-502E-461D-A492-2EOFB27AB587 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: E921FEAl-502E-461D-A492-2EOFB27AB587 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: E921FEAl-502E-461D-A492-2EOFB27AB587 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: E921FEAl-502E-461D-A492-2EOFB27AB587 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: E921FEAl-502E-461D-A492-2EOFB27AB587 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: E921FEAl-502E-461D-A492-2EOFB27AB587 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 bythe 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: E921FEAl-502E-461D-A492-2EOFB27AB587 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: E921FEAl-502E-461D-A492-2EOFB27AB587 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: E921FEAl-502E-461D-A492-2EOFB27AB587 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: E921FEAl-502E-461D-A492-2EOFB27AB587 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: E921FEAl-502E-461D-A492-2EOFB27AB587 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: E921FEAl-502E-461D-A492-2EOFB27AB587 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: E921FEAl-502E-461D-A492-2EOFB27AB587 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: E921FEAl-502E-461D-A492-2EOFB27AB587 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: E921FEAl-502E-461D-A492-2EOFB27AB587 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: E921FEAl-502E-461D-A492-2EOFB27AB587 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: E921FEAl-502E-461D-A492-2EOFB27AB587 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: E921FEAl-502E-461D-A492-2EOFB27AB587 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: E921FEAl-502E-461D-A492-2EOFB27AB587 E. Inspect the work of others and immediately notify OAR if the proper execution of part of Contractor's Work depends upon work performed by others and this work has not been performed or is unsuitable for the proper execution of Contractor's Work. Contractor's failure to notify the OAR constitutes an acceptance of this other work as acceptable for integration with Contractor's Work. This acceptance does not apply to latent defects or deficiencies in the work of others. F. Take adequate measures to prevent damages, delays, disruptions, or interference with the work of Owner, other contractors, or utility owners performing other work at or adjacent to the Site. 8.02 Coordination A. Owner has sole authority and responsibility for coordination of this other work unless otherwise provided in the Contract Documents. The Owner is to identify the entity with authority and responsibility for coordination of the activities of the various contractors, the limitations of their authority, and the work to be coordinated prior to the start of other work at or adjacent to the Site. 8.03 Legal Relationships A. Contractor may be entitled to a change in Contract Price or Contract Times if, while performing other work at or adjacent to the Site for Owner, the OPT or other contractor retained by the City: 1. Damages the Work or property of Contractor's Team; 2. Delays, disrupts, or interferes with the execution of the Work; or 3. Increases the scope or cost of performing the Work through their actions or inaction. B. Notify the OAR immediately of the event leading to a potential Change Proposal so corrective action can be taken. Submit the Change Proposal within 30 days of the event if corrective action has not adequately mitigated the impact of the actions or inactions of others. Information regarding this other work in the Contract Documents is used to determine if the Contractor is entitled to a change in Contract Price or Contract Times. Changes in Contract Price require that Contractor assign rights against the other contractor to Owner with respect to the damage, delay, disruption, or interference that is the subject of the adjustment. Changes in Contract Times require that the time extension is essential to Contractor's ability to complete the Work within the Contract Times. C. Take prompt corrective action if Contractor's Team damages, delays, disrupts, or interferes with the work of Owner's employees, other contractors, or utility owners performing other work at or adjacent to the Site or agree to compensate other contractors or utility owners for correcting the damage. Promptly attempt to settle claims with other contractors or utility owners if Contractor damages, delays, disrupts, or interferes with the work of other contractors or utility owners performing other work at or adjacent to the Site. D. Owner may impose a set-off against payments due to Contractor and assign the Owner's contractual rights against Contractor with respect to the breach of the obligations described in this Paragraph 8.03 to other contractors if damages, delays, disruptions, or interference occur. General Conditions 007200-47 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID: E921FEAl-502E-461D-A492-2EOFB27AB587 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: E921FEAl-502E-461D-A492-2EOFB27AB587 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: E921FEAl-502E-461D-A492-2EOFB27AB587 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: E921FEAl-502E-461D-A492-2EOFB27AB587 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: E921FEAl-502E-461D-A492-2EOFB27AB587 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: E921FEAl-502E-461D-A492-2EOFB27AB587 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: E921FEAl-502E-461D-A492-2EOFB27AB587 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: E921FEAl-502E-461D-A492-2EOFB27AB587 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: E921FEAl-502E-461D-A492-2EOFB27AB587 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: E921FEAl-502E-461D-A492-2EOFB27AB587 excess of weather normally experienced over the entire duration of the Project, Contractor may make a Claim for an extension of the Contract Time for delays or disruptions due to unusually severe weather in excess of weather normally experienced at the job site, as determined from climatological data set forth by the National Weather Service and which affects the Project's critical path. Any time extension granted shall be non-compensatory. 13.02 Claims Process A. Claims must be initiated by written notice. Notice must conspicuously state that it is a notice of a Claim in the subject line or first sentence. Notice must also list the date of first occurrence of the claimed event. B. Except for Claims resulting from unusually severe weather, notice of a Claim by Contractor must be in writing and delivered to the Owner, Designer and the OAR within 14 days after the start of the event giving rise to the Claim. Failure by Contractor to submit written notice of a Claim within 14 days shall constitute a waiver of such Claim. C. Submit the complete Claim with supporting documentation to Owner no later than 60 days after the start of the event giving rise to the Claim (unless Designer allows additional time for claimant to submit additional or more accurate data in support of such Claim). The Claim must be signed and sworn to by Contractor, certifying that the Claim is made in good faith, that the supporting data is accurate and complete, and that to the best of Contractor's knowledge and belief,the relief requested accurately reflects the full compensation to which Contractor is entitled. Failure by Contractor to submit the Claim within 60 days shall constitute a waiver of such Claim. D. Any Claims by Contractor that are not brought within 90 days following the termination of the Contract are waived and shall be automatically deemed denied. E. Claims by Owner must be submitted by written notice to Contractor. F. The responsibility to substantiate a Claim rests with the entity making the Claim. Claims must contain sufficient detail to allow the other party to fully review the Claim. 1. Claims seeking an adjustment of Contract Price must include the Contractor's job cost report. Provide additional documentation as requested by OAR or Designer. 2. Claims seeking an adjustment of Contract Time must include a Time Impact Analysis and native schedule files in Primavera or MS Project digital format. Provide additional documentation as requested by OAR or Designer. G. Claims by Contractor against Owner and Claims by Owner against Contractor, including those alleging an error or omission by Designer but excluding those arising under Section 7.12,shall be referred initially to Designer for consideration and recommendation. H. Designer will review a Claim by Contractor within 30 days of receipt of the Claim and take one or more of the following actions: 1. Request additional supporting data from the party who made the Claim; 2. Issue a recommendation; 3. Suggest a compromise; or General Conditions 007200-57 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID: E921FEAl-502E-461D-A492-2EOFB27AB587 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: E921FEAl-502E-461D-A492-2EOFB27AB587 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: E921FEAl-502E-461D-A492-2EOFB27AB587 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: E921FEAl-502E-461D-A492-2EOFB27AB587 c. Costs of hand tools not owned by the workers consumed in the performance of the Work. Costs of hand tools not owned by the workers which are used but not consumed in the performance of the Work and which remain the property of Contractor, less their market value when Work is completed; d. For Contractor-and Subcontractor-owned machinery,trucks, power tools or other equipment, use the FHWA rental rates found in the Rental Rate Blue Book ("Blue Book") multiplied by the regional adjustment factor and the rate adjustment factor to establish hourly rates. Use the rates in effect for each section of the Blue Book at the time of use. Payment will be made for the actual hours used in the Work. 1) Standby costs will be paid at SO% 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: E921FEAl-502E-461D-A492-2EOFB27AB587 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: E921FEAl-502E-461D-A492-2EOFB27AB587 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: E921FEAl-502E-461D-A492-2EOFB27AB587 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 bythe 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: E921FEAl-502E-461D-A492-2EOFB27AB587 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. ork;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: E921FEAl-502E-461D-A492-2EOFB27AB587 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: E921FEAl-502E-461D-A492-2EOFB27AB587 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: E921FEAl-502E-461D-A492-2EOFB27AB587 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: E921FEAl-502E-461D-A492-2EOFB27AB587 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: E921FEAl-502E-461D-A492-2EOFB27AB587 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: E921FEAl-502E-461D-A492-2EOFB27AB587 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: E921FEAl-502E-461D-A492-2EOFB27AB587 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: E921FEAl-502E-461D-A492-2EOFB27AB587 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: E921FEAl-502E-461D-A492-2EOFB27AB587 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: E921FEAl-502E-461D-A492-2EOFB27AB587 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 Cto 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: E921FEAl-502E-461D-A492-2EOFB27AB587 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: E921FEAl-502E-461D-A492-2EOFB27AB587 C. The OPT and Contractor are to meet to discuss Owner's use or occupancy of the Work following Substantial Completion. Items to be discussed at this meeting include: 1. Review of insurance policies with respect to the end of the Contractor's coverage, and confirm the transition to coverage of the Work under a permanent property insurance policy held by Owner; 2. Owner's assumption of responsibility for security, operation, protection of the Work, maintenance, and utilities upon Owner's use or occupancy of the Work; 3. Contractor's obligations for operations and maintenance during performance and acceptance testing; 4. Contractor's access to the Site to complete punch list items; and 5. Procedures for correction of Defective Work during the 1-year correction period. 17.12 Partial Utilization A. Owner may use or occupy substantially completed parts of the Work which are specifically identified in the Contract Documents, or which OPT and Contractor agree constitutes a separately functioning and usable part of the Work prior to Substantial Completion of the Work. Owner must be able to use that part of the Work for its intended purpose without significant interference with Contractor's performance of the remainder of the Work. Contractor and OPT are to follow the procedures of Paragraph 17.11 for this part of the Work. B. No use or occupancy or separate operation of part of the Work may occur prior to compliance with the requirements of Article 6. 17.13 Final Inspection A. OPT is to make a final inspection upon notice from Contractor that the entire Work or portion to be accepted is complete. OAR is to notify Contractor of Work determined to be incomplete or Defective. Immediately take corrective measures to complete the Work and correct Defective Work. 17.14 Final Application for Payment A. Include adjustments to the Contract Price in the final Application for Payment for: 1. Approved Change Orders and Contract Amendments, 2. Allowances not previously adjusted by Change Order, 3. Deductions for Defective Work that has been accepted by the Owner, 4. Penalties and bonuses, 5. Deductions for liquidated damages, 6. Deduction for all final set-offs, and 7. Other adjustments if needed. B. OAR will prepare a final Change Order reflecting the approved adjustments to the Contract Price which have not been covered by previously approved Change Orders and if necessary reconcile estimate unit price quantities with actual quantities. General Conditions 007200-77 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID: E921FEAl-502E-461D-A492-2EOFB27AB587 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: E921FEAl-502E-461D-A492-2EOFB27AB587 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: E921FEAl-502E-461D-A492-2EOFB27AB587 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: E921FEAl-502E-461D-A492-2EOFB27AB587 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: E921FEAl-502E-461D-A492-2EOFB27AB587 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: E921FEAl-502E-461D-A492-2EOFB27AB587 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: E921FEAl-502E-461D-A492-2EOFB27AB587 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: E921FEAl-502E-461D-A492-2EOFB27AB587 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: E921FEAl-502E-461D-A492-2EOFB27AB587 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: E921FEAl-502E-461D-A492-2EOFB27AB587 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: E921FEAl-502E-461D-A492-2EOFB27AB587 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: E921FEAl-502E-461D-A492-2EOFB27AB587 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: E921FEAl-502E-461D-A492-2EOFB27AB587 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: E921FEAl-502E-461D-A492-2EOFB27AB587 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: E921FEAl-502E-461D-A492-2EOFB27AB587 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: E921FEAl-502E-461D-A492-2EOFB27AB587 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: E921FEAl-502E-461D-A492-2EOFB27AB587 6. Submit Record Documents to Designer for review and acceptance 30 days prior to Final Completion of the Project. E. Applications for Payment will not be recommended for payment if Record Documents are found to be incomplete or not in order. Final payment will not be recommended without complete Record Documents. ARTICLE 21—QUALITY MANAGEMENT 21.01 Contractor's Responsibilities A. Review the OPT's Quality Management Program and prepare and submit the Contractor's Quality Control Plan. B. Implement the Contractor's Quality Control Plan to control the quality of the Work and verify that the Work meets the standards of quality established in the Contract Documents. 1. Inspect products to be incorporated into the Project. Ensure that Suppliers have adequate quality control systems to ensure that products that comply with the Contract Documents are provided. 2. Integrate quality control measures into construction activities to produce Work which meets quality expectations of the Contract Documents. Inspect the Work of the Contractor, Subcontractors, and Suppliers. Correct Defective Work. 3. Provide and pay for the services of an approved professional materials testing laboratory acceptable to the OPT to provide testing that demonstrates that products proposed in Shop Drawings and Record Data for the Project fully comply with the Contract Documents. 4. Provide facilities, equipment, and Samples required for quality control inspections and tests: a. Give the OAR adequate notice before proceeding with Work that would interfere with inspections or testing; b. Notify the OAR and testing laboratories prior to the time that testing is required, providing adequate lead time to allow arrangements for inspections or testing to be made; C. Do not proceed with any Work that would impact the ability to correct defects or Work that would require subsequent removal to correct defects until testing services have been performed and results of tests indicate that the Work is acceptable; d. Cooperate fully with the performance of sampling, inspection, and testing; e. Provide personnel to assist with sampling or to assist in making inspections and field tests; f. Obtain and handle Samples for testing at the Site or at the production source of the product to be tested; 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: E921FEAl-502E-461D-A492-2EOFB27AB587 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: E921FEAl-502E-461D-A492-2EOFB27AB587 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: E921FEAl-502E-461D-A492-2EOFB27AB587 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: E921FEAl-502E-461D-A492-2EOFB27AB587 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: E921FEAl-502E-461D-A492-2EOFB27AB587 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: E921FEAl-502E-461D-A492-2EOFB27AB587 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: E921FEAl-502E-461D-A492-2EOFB27AB587 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: E921FEAl-502E-461D-A492-2EOFB27AB587 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: E921FEAl-502E-461D-A492-2EOFB27AB587 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: E921FEAl-502E-461D-A492-2EOFB27AB587 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: E921FEAl-502E-461D-A492-2EOFB27AB587 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: E921FEAl-502E-461D-A492-2EOFB27AB587 Prefix Description Originator RCP Request for a Change Proposal OAR RD Record Data Contractor RFI Request for Information Contractor SD Shop Drawing Contractor SCH Schedule of Progress Contractor 2. Issue sequence numbers in chronological order for each type of document. 3. Issue numbers for resubmittals that have the same number as the original document followed by an alphabetical suffix indicating the number of times the same document has been sent to the Designer for processing. For example: SD 025 A represents Shop Drawing number 25 and the letter "A" designates that this is the second time this document has been sent for review. 4. Clearly note the document number on each page or sheet of the document. 5. Correct assignment of numbers is essential since different document types are processed in different ways. B. Include reference to the Drawing number and/or Specification Section, detail designation, schedule, or location that corresponds with the data on the document transmittal forms. Other identification may also be required, such as layout drawings or schedules to allow the reviewer to determine where a particular product is to be used. 24.06 Document Requirements A. Furnish documents as indicated below or in individual Specification Sections. Submit documents per the procedures described in the Contract Documents. B. Submit documents per the Specification Section shown in the following table: Document Type Section Application for Payment Article 17 Change Proposal Article 12 Certified Test Report Article 25 for approval of product Article 21 to demonstrate compliance Notification by Contractor Article 20 Photographic Documentation Article 28 Progress Schedules Article 27 Record Data Article 26 Request for Information Article 20 Shop Drawing Article 25 Schedule of Values Article 17 Substitutions Article 12 General Conditions 007200-106 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID: E921FEAl-502E-461D-A492-2EOFB27AB587 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: E921FEAl-502E-461D-A492-2EOFB27AB587 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: E921FEAl-502E-461D-A492-2EOFB27AB587 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: E921FEAl-502E-461D-A492-2EOFB27AB587 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: E921FEAl-502E-461D-A492-2EOFB27AB587 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: E921FEAl-502E-461D-A492-2EOFB27AB587 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: E921FEAl-502E-461D-A492-2EOFB27AB587 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: E921FEAl-502E-461D-A492-2EOFB27AB587 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: E921FEAl-502E-461D-A492-2EOFB27AB587 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: E921FEAl-502E-461D-A492-2EOFB27AB587 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: E921FEAl-502E-461D-A492-2EOFB27AB587 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: E921FEAl-502E-461D-A492-2EOFB27AB587 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: E921FEAl-502E-461D-A492-2EOFB27AB587 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: E921FEAl-502E-461D-A492-2EOFB27AB587 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: E921FEAl-502E-461D-A492-2EOFB27AB587 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: E921FEAl-502E-461D-A492-2EOFB27AB587 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: E921FEAl-502E-461D-A492-2EOFB27AB587 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.OS 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: E921FEAl-502E-461D-A492-2EOFB27AB587 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: E921FEAl-502E-461D-A492-2EOFB27AB587 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: E921FEAl-502E-461D-A492-2EOFB27AB587 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: E921FEAl-502E-461D-A492-2EOFB27AB587 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: E921FEAl-502E-461D-A492-2EOFB27AB587 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: E921FEAl-502E-461D-A492-2EOFB27AB587 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: E921FEAl-502E-461D-A492-2EOFB27AB587 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: E921FEAl-502E-461D-A492-2EOFB27AB587 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 demobilization/remobilization costs. Such costs shall be addressed through a Change Order to the Contract. Under no circumstances may a provision or obligation under this Contract be interpreted as contrary to this paragraph. 30.19 Contract Sum A. The Contract Sum is stated in the Contract and, including authorized adjustments,is the total maximum not-to-exceed amount payable by Owner to Contractor for performance of the Work under the Contract Documents. Contractor accepts and agrees that all payments pursuant to this Contract are subject to the availability and appropriation of funds by the Corpus Christi City Council. If funds are not available and/or appropriated,this Contract shall immediately be terminated with no liability to any party to this Contract. 30.20 Contractor's Guarantee as Additional Remedy A. The Contractor's guarantee is a separate and additional remedy available to benefit the Owner. Neither the guarantee nor the expiration of the guarantee period will operate to reduce, release or relinquish any rights or remedies available to the Owner for any claims or causes of action against the Contractor or any other individual or entity. 30.21 Notices. A. Any notice required to be given to Owner under any provision in this Contract must include a copy to OAR by mail or e-mail. General Conditions 007200-131 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID: E921FEAl-502E-461D-A492-2EOFB27AB587 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: E921FEAl-502E-461D-A492-2EOFB27AB587 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 Hanson Professional Services Inc. Rock Engineering&Testing Laboratory Inc. 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 O.SO inch or greater. Records indicate the following average number of rain days for each month: Month Day Month Days January 3 July 3 February 3 August 4 March 2 September 7 April 3 October 4 May 4 November 3 June 4 December 3 Supplementary Conditions 007300-1 Lipes Boulevard—Sunwood Drive to Staples Street, Project No. 21063 Rev 4/2022 DocuSign Envelope ID: E921FEAl-502E-461D-A492-2EOFB27AB587 3. A total of 32 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:Subsurface Investigation and Geotechnical Recommendations for the proposed Lipes Boulevard Reconstruction (21063) Sunwood Drive to Staples Street, MSA No. 399, Project No. 21063,Task order No. 6, RETL Report No.:G121260 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. 1. Environmental Reports include the following: No reports of exploration or testing for Hazardous Environmental Conditions at or contiguous to the Site are known to the Owner. ARTICLE 6—BONDS AND INSURANCE SC-6.03 REQUIRED MINIMUM INSURANCE COVERAGE INSURANCE REQUIREMENTS CONTRACTOR'S INSURANCE AMOUNTS Provide the insurance coverage for at least the following amounts unless greater amounts are required by Laws and Regulations: Type of Insurance Minimum Insurance Coverage Commercial General Liability including 1. Commercial Form 2. Premises—Completed Operations 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 Supplementary Conditions 007300-2 Lipes Boulevard—Sunwood Drive to Staples Street, Project No. 21063 Rev 4/2022 DocuSign Envelope ID: E921FEAl-502E-461D-A492-2EOFB27AB587 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 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 Sunrise to Sunset Monday through Friday 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: Supplementary Conditions 007300-3 Lipes Boulevard—Sunwood Drive to Staples Street, Project No. 21063 Rev 4/2022 DocuSign Envelope ID: E921FEAl-502E-461D-A492-2EOFB27AB587 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:TX2023002101/06/2023 Superseded General Decision Number:TX20220021 State:Texas Construction Type: Heavy Counties: Nueces and San Patricio Counties in Texas. HEAVY CONSTRUCTION PROJECTS(including Sewer and Water Line Construction and Drainage Projects) Note: Contracts subject to the Davis-Bacon Act are generally required to pay at least the applicable minimum wage rate required under Executive Order 14026 or Executive Order 13658. Please note that these Executive Orders apply to covered contracts entered into by the federal government that are subject to the Davis-Bacon Act itself, but do not apply to contracts subject only to the Davis-Bacon Related Acts, including those set forth at 29 CFR 5.1(a)(2)-(60). I If the contract is entered 1. Executive Order 14026 l into on or after January 30, I generally applies to the 12022, or the contract is I contract. I renewed or extended (e.g.,an 1.The contractor must pay option is exercised)on or I all covered workers at Supplementary Conditions 007300-4 Lipes Boulevard—Sunwood Drive to Staples Street, Project No. 21063 Rev 4/2022 DocuSign Envelope ID: E921FEAl-502E-461D-A492-2EOFB27AB587 1 after January 30,2022: 1 least$16.20 per hour(or 1 I I the applicable wage rate 1 I I listed on this wage 1 determination, if it is 1 I I higher)for all hours 1 I I spent performing on the 1 I I contract in 2023. 1 I I I 1 If the contract was awarded on 1. Executive Order 13658 1 I or between January 1,2015 and I generally applies to the 1 1January 29,2022,and the 1 contract. I 1 contract is not renewed or 1.The contractor must pay all 1 1 extended on or after January 1 covered workers at least 1 130,2022: 1 $12.15 per hour(or the 1 I I applicable wage rate listed I I I on this wage determination,) I I if it is higher)for all I I I hours spent performing on 1 I I that contract in 2023. 1 I I The applicable Executive Order minimum wage rate will be adjusted annually. If this contract is covered by one of the Executive Orders and a classification considered necessary for performance of work on the contract does not appear on this wage determination,the contractor must still submit a conformance request. Additional information on contractor requirements and worker protections under the Executive Orders is available at http://www.dol.gov/whd/govcontracts. Supplementary Conditions 007300-5 Lipes Boulevard—Sunwood Drive to Staples Street, Project No. 21063 Rev 4/2022 DocuSign Envelope ID: E921FEAl-502E-461D-A492-2EOFB27AB587 Modification Number Publication Date 0 01/06/2023 S UTX1987-001 12/01/1987 Rates Fringes CARPENTER(Excluding Form Setting).........................$ 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. ---------------------------------------------------------------- ---------------------------------------------------------------- **Workers in this classification may be entitled to a higher minimum wage under Executive Order 14026($16.20) or 13658 ($12.15). Please see the Note at the top of the wage determination for more information. Supplementary Conditions 007300-6 Lipes Boulevard—Sunwood Drive to Staples Street, Project No. 21063 Rev 4/2022 DocuSign Envelope ID: E921FEAl-502E-461D-A492-2EOFB27AB587 Note: Executive Order(EO) 13706, Establishing Paid Sick Leave for Federal Contractors applies to all contracts subject to the Davis-Bacon Act for which the contract is awarded (and any solicitation was issued) on or after January 1,2017. If this contract is covered by the EO,the contractor must provide employees with 1 hour of paid sick leave for every 30 hours they work, up to 56 hours of paid sick leave each year. Employees must be permitted to use paid sick leave for their own illness, injury or other health-related needs,including preventive care;to assist a family member(or person who is like family to the employee)who is ill, injured,or has other health-related needs, including preventive care; or for reasons resulting from,or to assist a family member(or person who is like family to the employee)who is a victim of,domestic violence, sexual assault, or stalking. Additional information on contractor requirements and worker protections under the EO is available at https://www.dol.gov/agencies/whd/government-contracts. 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 Supplementary Conditions 007300-7 Lipes Boulevard—Sunwood Drive to Staples Street, Project No. 21063 Rev 4/2022 DocuSign Envelope ID: E921FEAl-502E-461D-A492-2EOFB27AB587 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 Supplementary Conditions 007300-8 Lipes Boulevard—Sunwood Drive to Staples Street, Project No. 21063 Rev 4/2022 DocuSign Envelope ID: E921FEAl-502E-461D-A492-2EOFB27AB587 the rates are survey rates based on a weighted average calculation of rates and are not majority rates. LA indicates the State of Louisiana. 2012 is the year of survey on which these classifications and rates are based.The next number,007 in the example, is an internal number used in producing the wage determination. 5/13/2014 indicates the survey completion date for the classifications and rates under that identifier. Survey wage rates are not updated and remain in effect until a new survey is conducted. Union Average Rate Identifiers Classification(s) listed under the UAVG identifier indicate that no single majority rate prevailed for those classifications; however, 100%of the data reported for the classifications was union data. EXAMPLE: UAVG-OH-0010 08/29/2014. UAVG indicates that the rate is a weighted union average rate. OH indicates the state.The next number,0010 in the example, is an internal number used in producing the wage determination.08/29/2014 indicates the survey completion date for the classifications and rates under that identifier. A UAVG rate will be updated once a year, usually in January of each year,to reflect a weighted average of the current negotiated/CBA rate of the union locals from which the rate is based. ---------------------------------------------------------------- WAGE DETERMINATION APPEALS PROCESS Supplementary Conditions 007300-9 Lipes Boulevard—Sunwood Drive to Staples Street, Project No. 21063 Rev 4/2022 DocuSign Envelope ID: E921FEAl-502E-461D-A492-2EOFB27AB587 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 National Office because National Office has responsibility for the Davis-Bacon survey program. If the response from this initial contact is not satisfactory,then the process described in 2.)and 3.)should be followed. With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of Construction Wage Determinations. Write to: Branch of Construction Wage Determinations Wage and Hour Division U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 2.) If the answer to the question in 1.) is yes,then an interested party(those affected by the action) can request review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1.8 and 29 CFR Part 7).Write to: Wage and Hour Administrator Supplementary Conditions 007300-10 Lipes Boulevard—Sunwood Drive to Staples Street, Project No. 21063 Rev 4/2022 DocuSign Envelope ID: E921FEAl-502E-461D-A492-2EOFB27AB587 U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 The request should be accompanied by a full statement of the interested party's position and by any information (wage payment data, project description, area practice material, etc.)that the requestor considers relevant to the issue. 3.) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board). Write to: Administrative Review Board U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 4.)All decisions by the Administrative Review Board are final. ---------------------------------------------------------------- ---------------------------------------------------------------- END OF GENERAL DECISIO" "General Decision Number:TX20230029 01/06/2023 Superseded General Decision Number:TX20220029 State:Texas Construction Type: Highway Counties:Aransas,Calhoun, Goliad, Nueces and San Patricio Counties in Texas. Supplementary Conditions 007300-11 Lipes Boulevard—Sunwood Drive to Staples Street, Project No. 21063 Rev 4/2022 DocuSign Envelope ID: E921FEAl-502E-461D-A492-2EOFB27AB587 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). I If the contract is entered 1. Executive Order 14026 I into on or after January 30, I generally applies to the 12022, or the contract is I contract. I renewed or extended (e.g.,an 1.The contractor must pay option is exercised)on or I all covered workers at I after January 30,2022: I least$16.20 per hour(or I I the applicable wage rate I I listed on this wage I I I determination, if it is I I I higher)for all hours I I spent performing on the I I I contract in 2023. I I I If the contract was awarded on 1. Executive Order 13658 I or between January 1,2015 and I generally applies to the Supplementary Conditions 007300-12 Lipes Boulevard—Sunwood Drive to Staples Street, Project No. 21063 Rev 4/2022 DocuSign Envelope ID: E921FEAl-502E-461D-A492-2EOFB27AB587 January 29,2022,and the I contract. I contract is not renewed or 1.The contractor must pay all I extended on or after January I covered workers at least 130,2022: 1 $12.15 per hour(or the I I applicable wage rate listed I I I on this wage determination,I I I if it is higher)for all I I hours spent performing on I that contract in 2023. The applicable Executive Order minimum wage rate will be adjusted annually. If this contract is covered by one of the Executive Orders and a classification considered necessary for performance of work on the contract does not appear on this wage determination,the contractor must still submit a conformance request. Additional information on contractor requirements and worker protections under the Executive Orders is available at http://www.dol.gov/whd/govcontracts. Modification Number Publication Date 0 01/06/2023 SUTX2011-010 08/08/2011 Rates Fringes CEMENT MASON/CONCRETE FINISHER(Paving&Structures)...$ 12.64** Supplementary Conditions 007300-13 Lipes Boulevard—Sunwood Drive to Staples Street, Project No. 21063 Rev 4/2022 DocuSign Envelope ID: E921FEAl-502E-461D-A492-2EOFB27AB587 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. ---------------------------------------------------------------- ---------------------------------------------------------------- **Workers in this classification may be entitled to a higher Supplementary Conditions 007300-14 Lipes Boulevard—Sunwood Drive to Staples Street, Project No. 21063 Rev 4/2022 DocuSign Envelope ID: E921FEAl-502E-461D-A492-2EOFB27AB587 minimum wage under Executive Order 14026($16.20) or 13658 ($12.15). Please see the Note at the top of the wage determination for more information. Note: Executive Order(EO) 13706, Establishing Paid Sick Leave for Federal Contractors applies to all contracts subject to the Davis-Bacon Act for which the contract is awarded (and any solicitation was issued)on or after January 1,2017. If this contract is covered by the EO,the contractor must provide employees with 1 hour of paid sick leave for every 30 hours they work, up to 56 hours of paid sick leave each year. Employees must be permitted to use paid sick leave for their own illness, injury or other health-related needs,including preventive care;to assist a family member(or person who is like family to the employee)who is ill, injured,or has other health-related needs, including preventive care; or for reasons resulting from,or to assist a family member(or person who is like family to the employee) who is a victim of,domestic violence, sexual assault, or stalking. Additional information on contractor requirements and worker protections under the EO is available at https://www.dol.gov/agencies/whd/government-contracts. 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 Supplementary Conditions 007300-15 Lipes Boulevard—Sunwood Drive to Staples Street, Project No. 21063 Rev 4/2022 DocuSign Envelope ID: E921FEAl-502E-461D-A492-2EOFB27AB587 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 ""SUM' or ""UAW"' 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 Supplementary Conditions 007300-16 Lipes Boulevard—Sunwood Drive to Staples Street, Project No. 21063 Rev 4/2022 DocuSign Envelope ID: E921FEAl-502E-461D-A492-2EOFB27AB587 rate based on all the rates reported in the survey for that classification. As this weighted average rate includes all rates reported in the survey, it may include both union and non-union rates. Example:SULA2012-007 5/13/2014. SU indicates the rates are survey rates based on a weighted average calculation of rates and are not majority rates. LA indicates the State of Louisiana. 2012 is the year of survey on which these classifications and rates are based.The next number,007 in the example, is an internal number used in producing the wage determination. 5/13/2014 indicates the survey completion date for the classifications and rates under that identifier. Survey wage rates are not updated and remain in effect until a new survey is conducted. Union Average Rate Identifiers Classification(s) listed under the UAVG identifier indicate that no single majority rate prevailed for those classifications; however, 100%of the data reported for the classifications was union data. EXAMPLE: UAVG-OH-0010 08/29/2014. UAVG indicates that the rate is a weighted union average rate. OH indicates the state.The next number,0010 in the example, is an internal number used in producing the wage determination.08/29/2014 indicates the survey completion date for the classifications and rates under that identifier. A UAVG rate will be updated once a year, usually in January of each year,to reflect a weighted average of the current negotiated/CBA rate of the union locals from which the rate is based. Supplementary Conditions 007300-17 Lipes Boulevard—Sunwood Drive to Staples Street, Project No. 21063 Rev 4/2022 DocuSign Envelope ID: E921FEAl-502E-461D-A492-2EOFB27AB587 ---------------------------------------------------------------- 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 National Office because National Office has responsibility for the Davis-Bacon survey program. If the response from this initial contact is not satisfactory,then the process described in 2.)and 3.)should be followed. With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of Construction Wage Determinations. Write to: Branch of Construction Wage Determinations Wage and Hour Division U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 2.) If the answer to the question in 1.) is yes,then an interested party(those affected by the action) can request Supplementary Conditions 007300-18 Lipes Boulevard—Sunwood Drive to Staples Street, Project No. 21063 Rev 4/2022 DocuSign Envelope ID: E921FEAl-502E-461D-A492-2EOFB27AB587 review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1.8 and 29 CFR Part 7).Write to: Wage and Hour Administrator U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 The request should be accompanied by a full statement of the interested party's position and by any information (wage payment data, project description, area practice material, etc.)that the requestor considers relevant to the issue. 3.) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board). Write to: Administrative Review Board U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 4.)All decisions by the Administrative Review Board are final. ---------------------------------------------------------------- ---------------------------------------------------------------- END OF GENERAL DECISIO" Supplementary Conditions 007300-19 Lipes Boulevard—Sunwood Drive to Staples Street, Project No. 21063 Rev 4/2022 DocuSign Envelope ID: E921FEAl-502E-461D-A492-2EOFB27AB587 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 Hanson Professional Services Inc. 361-814-9900 Victor E. Murillo, P.E. 361-414-6509 Traffic Engineering 361-826-3547 Police Department 361-882-2600 Water/Wastewater/Stormwater 361-826-1800 (361-826-1818 after hours) Gas Department 361-885-6900 (361-885-6942 after hours) Parks& Recreation Department 361-826-3461 Street Department 361-826-1875 City Street Div.for Traffic Signals 361-826-1610 Solid Waste & Brush 361-826-1973 IT Department (City Fiber) 361-826-1956 AEP 1-877-373-4858 AT&T 361-881-2511 (1-800-824-4424 after hours) Grande Communications 1-866-247-2633 Spectrum Communications 1-800-892-4357 Crown Castle Communications 1-888-632-0931 (Network Operations Center) Centu ryl-i n k 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 007300-20 Lipes Boulevard—Sunwood Drive to Staples Street, Project No. 21063 Rev 4/2022 DocuSign Envelope ID: E921FEAl-502E-461D-A492-2EOFB27AB587 ARTICLE 25—SHOP DRAWINGS SC-25.03 CONTRACTOR'S RESPONSIBILITIES A. Provide Shop Drawings for the following items: Specification Section Shop Drawing Description 02 56 08 Inlet 02 72 02 Manholes 02 72 05 Fiberglass Manholes 02 74 02 Reinforced Concrete Pipe Culverts 02 80 00 Concrete Structures 05 54 20 Frames, Grates, Rings& Covers T City Specifications for Traffic Sign Blanks ARTICLE 26—RECORD DATA SC-26.03 CONTRACTOR'S RESPONSIBILITIES A. Submit Record Data for the following items: Specification Section Record Data Description 022100 Select Material 02 24 20 Silt Fence 02 52 23 Crushed Limestone Flexible Base 02 54 04 Asphalts, Oils, & Emulsions 02 54 12 Prime Coat 02 54 14 Aggregate for Surface Treatment 02 54 18 Surface Treatment 02 54 24 Hot Mix Asphalt Concrete Pavement 02 56 20 Portland Cement Concrete pavement 02 58 05 Work Zone Pavement Markings 02 58 07 Pavement Markings (Paint and Thermoplastic) 02 58 13 Preformed Thermoplastic Striping, Words& Emblems 02 58 16 Raised Pavement Markers Polyvinyl Chloride Pipe (ASTM D 2241 Pressure Pipe for 02 62 04 Wastewater Force Mains, Irrigation Systems and Water Transmission Lines) 02 62 06 Ductile Iron Pipe & Fittings Supplementary Conditions 007300-21 Lipes Boulevard—Sunwood Drive to Staples Street, Project No. 21063 Rev 4/2022 DocuSign Envelope ID: E921FEAl-502E-461D-A492-2EOFB27AB587 Specification Section Record Data Description 02 62 10 Polyvinyl Chloride Pipe (AWWA C900 and C905 Pressure Pipe for Municipal Water Mains and Wastewater Force Mains) 02 26 14 Grouting Abandoned Utility Lines 02 26 02 Waterlines 02 64 04 Water Service Lines 02 64 09 Tapping Sleeves &Tapping Valves 02 64 11 Gate Valves for Waterlines 02 64 16 Fire Hydrants 02 72 02 Manholes 02 72 05 Fiberglass Manholes 02 76 02 Gravity Wastewater Lines 02 76 28 Wastewater Line Rehabilitation—Pipe Bursting 03 00 20 Portland Cement Concrete 03 20 20 Reinforcing Steel 03 70 40 Epoxy Compounds (S-44) TxDOT 260 Lime Treatment (Road-Mixed) SC-30.21 Notices. B. Strict compliance is required for all notice provisions in this Contract. END OF SECTION Supplementary Conditions 007300-22 Lipes Boulevard—Sunwood Drive to Staples Street, Project No. 21063 Rev 4/2022 DocuSign Envelope ID: E921 FEA1-502E-461 D-A492-2EOFB27AB587 DocuSign Envelope ID: E921FEAl-502E-461D-A492-2EOFB27AB587 �ousC� LIPES BOULEVARD (SUNWOOD DRIVE TO a SOUTH STAPLES STREET) BOND 2020 �- PROJECT NO. 21063 RFB# 4649 CITY OF CORPUS CHRISTI - PROCUREMENT 1852 Addendum No: 1 Addendum Date: March 22, 2023 Bidder must acknowledge the receipt of this addendum in its bid. Failure of the Bidder to acknowledge this Addendum may result in City's rejection for the Bidder for non-responsiveness. BID DOCUMENT CHANGES • Modifications to the Specifications - See attached modifications to the specifications. • SECTION 00 30 01 BID FORM has been replaced in its entirety to modify the bid items. See attached new Bid Form which must be submitted with your bid. • Modifications to the Drawings- See attached modifications to the drawings. ATTACHMENTS: Modifications to the Specifications Responses to Requests for Clarification 00 30 01 BID FORM Modifications to the Drawings "ALL OTHER TERMS AND CONDITIONS REMAIN UNCHANGED" Lois Hinojosa, CTCD Procurement Officer Page 1 of 1 oo"u3ignEnvelope 0: esz1ps*1-5nze-4n1o+wnoesnpoz7aonn7 009101 ADDENDUM NUMBER 1 Project: Lipes Boulevard Sunwood Drive to Staples Street Bond 2020 Project Number:21063 Owner: City of Corpus Christi City Engineer: J.H. Edmonds, P.E. Engineering Services Hanson ProfessionalDesigner: Victor E. Murillo, P.E. Services, Inc. � Addendum No. 1 Specification Section: 009101 Issue Date: 03/21/2023 Acknowledge receipt of this Addendum in the Bid Acknowledgement Form submitted for this Project. Failure to acknowledge receipt of this addendum in the Bid Acknowledgement Form may render the Bid as non-responsive and serve as the basis for rejecting the Bid. Make the additions, modifications or deletions to the Contract Documents described in this Approved by: Victor E. Murillo, P.E. 03/21/2023 Name Date Addendum Items: MOW Modifications to Specifications: to Delete: 00 30 01 Bid Form-Base Bid 1 HMAC VICTOR E. MURILLO Add: 00 30 01 Bid Form-Base Bid 1 HMAC (Attachment No. 1) 137 dw Modifications to Drawings: Delete Sheet:4,41,59,and 60 Add Sheet: 4,41,59, and 60 (Attachment No. 2) Response to Civicast Questions Hanson Professional Services, Inc. &RTCLE1—BIDDING REQUIREMENTS ` 1;01 ACKNOWLEDGE ADDENDA A. Acknowledge receipt of this Addendum in the Bid Acknowledgement Form submitted for this Project. Failure to acknowledge receipt of this addendum in the Bid Acknowledgement Form may render the Bid as non-responsive and serve as the basis for rejecting the Bid. � Addendum No. 1 00910I-1 � UpesBoulevard (SunwoodDrive toStaples Stnyet), Project No. 21063 Rev 01-13-2016 ' DocuSign Envelope ID: E921FEAl-502E-461D-A492-2EOFB27AB587 1.02 MODIFICATIONS TO THE BIDDING REQUIREMENTS (Not Applicable) ARTICLE 2—MODIFICATIONS TO THE SPECIFICATIONS OR TECHNICAL SPECIFICATIONS. 2.01 ADD, DELETE OR REPLACE SPECIFICATION SECTIONS (OR TECHNICAL SPECIFICATIONS) A. Delete the following Specification Sections (or Technical Specifications): Deleted Specification Sections (or Technical Specifications) SECTION 00 30 01 BID FORM - BASE BID 1 HMAC B. Add the following Specification Sections (or Technical Specifications): Added Specification Sections (or Technical Specifications) (Attachment No. 1) SECTION 00 30 01 BID FORM - BASE BID 1 HMAC 2.02 AMEND SPECIFICATIONS (OR TECHNICAL SPECIFICATIONS) (Not Applicable) ARTICLE 3- MODIFICATIONS TO THE DRAWINGS 3.01 ADD OR DELETE DRAWINGS A. DELETE the following Drawings: Deleted Drawings 4—Base Bid 1—Flexible (H.M.A.C.) Pavement Estimated Quantities 41—Stormwater Structure Schedule 59—Phase Plan 60—Temporary Traffic Control (TTC) Plan Notes B. ADD the following Drawings: Added Drawings(Attachment No. 2) 4—Base Bid 1—Flexible (H.M.A.C.) Pavement Estimated Quantities 41—Stormwater Structure Schedule 59—Phase Plan 60—Temporary Traffic Control (TTC) Plan Notes 3.02 AMEND DRAWINGS(Not Applicable) Addendum No. 1 00 9101-2 Lipes Boulevard (Sunwood Drive to Staples Street), Project No. 21063 Rev 01-13-2016 DocuSign Envelope ID: E921FEAl-502E-461D-A492-2EOFB27AB587 ARTICLE 4—CLARIFICATIONS 4.01 QUESTIONS 1. Question: Would you please post the pre-bid meeting attendees list? Answer: The City does not require that attendees sign in for pre-Bid Conference. 2. Question: Do message boards remain the property of the contractor at the end of the project? Answer: The message boards will remain the property of the contractor at the end of the project.The notes on Sheet 60 have been revised accordingly. 3. Question:The phase order should be altered so that phases 34 are done before phases 12 so that drainage installation can progress from downstream up. Is this acceptable? Answer: The phase order can be altered by the contractor and has been updated as part of the addendum. It is the contactor's responsibility to provide signed and sealed traffic control plans for this project. 4. Question: Should manhole#5 be upsized from 5'? A 48" CL III RCP has an O.D. of 58". This means that the manhole will need two knock-outs roughly 60" in diameter,which won't leave much wall left in the manhole. Answer:The manhole size shall be upsized accordingly, and the 5' designation has been removed from the bid item. 5. Question:There are 4 type A storm manholes shown on the drawings and only 3 shown for pay item F10. Answer:The pay item quantity has been updated to include the four Type A manholes as part of the bid set. 6. Question: Will the contractor be required to maintain two-way traffic through the work zone or will one-way traffic flow be sufficient? Answer:The contractor will not be required to maintain two-way traffic through the work zone. 7. Question: Are there drawings with proposed grades for the asphalt and/or curb? Answer:The proposed grades for the curb are shown in the Plan and Profile sheets.The top of curb elevations are denoted as "TC". 4.02 CLARIFICATIONS(Not Applicable) END OF ADDENDUM NO. 1 Addendum No. 1 00 9101-3 Lipes Boulevard (Sunwood Drive to Staples Street), Project No. 21063 Rev 01-13-2016 DocuSign Envelope ID: E921FEAl-502E-461D-A492-2EOFB27AB587 00 30 01 BID FORM Project Name: Lipes Boulevard-Sunwood Drive to Staples Street Project Number: 21063 Owner: City of Corpus Christi OAR: Designer:I Hanson Professional Services Inc. 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: ATTACHMENT � ADDENDUM No. 1 Bid Form ATTAC M NT No. 1 00 30 01-Page I of 4 Lipes Boulevard(Sunwood Drive to Staples Street)Project No.21063 PAGE 1 OF 4 Rev 8/2019 DocuSign Envelope ID: E921FEAl-502E-461D-A492-2EOFB27AB587 00 30 Ol BID FORM Item DESCRIPTION UNIT ESTIMATED UNIT PRICE EXTENDED QUANTITY AMOUNT Base Bid Part A-General(per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) Al MOBILIZATION(MAX 5%PART A) LS 1 A2 BONDS AND INSURANCE AL 1 A3 OZONE ACTION DAY DAY 3 A4 SURVEY MONUMENT EA 2 AS TRAFFIC CONTROL PLAN AND DESIGN BY PROFESSIONAL ENGINEER(ALL PHASES) LS 1 A6 TRAFFIC CONTROL PLAN ITEMS(BARRELS,SIGNS,TEMP PAVEMENT MARKINGS,ETC.) MO 12 A7 TRAFFIC CONTROL(MOBILIZATION,IMPLEMENTATION,AND ADJUSTMENTS) LS 1 A8 TRAFFIC CONTROL PORTABE CHANGEABLE MESSAGE BOARDS EA 4 A9 TEMPORARY TRAFFIC SIGNAL PLAN AND DESIGN BY PROFESSIONAL ENGINEER(ALL PHASES) EA 1 A10 STORMWATER POLLUTION PREVENTION PLAN(SWPPP)(EXCLUDING SILT FENCE,INLET,AND STORMWATER STRUCTURE PROTECTION) LS 1 All SILT FENCE(FOR SWPPP) LF 4,551 Al2 STORMWATER STRUCTURE PROTECTION(FOR SWPPP) EA 24 A13 INLET PROTECTION(FOR SWPPP) EA 15 A14 ALLOWANCE FOR UNANTICIPATED GENERAL ACTIVITIES AL 1 $10,000.00 $ 10,000.00 SUBTOTAL PART A-GENERAL(ITEMS Al THRU A14) Part B-STREET IMPROVEMENTS(per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) 61 MOBILIZATION(MAX S%PART B) LS 1 B2 3 INCH TYPE D HMAC(FINAL SURFACE) SY 10,924 B3 3 INCH TYPE B HMAC(INITIAL SURFACE) SY 10,924 B4 PRIME COAT,MC-30(0.20 GAL/SY) GAL 2,185 BS SINGLE COURSE SURFACE TREATMENT(UNDERSEAL) SY 10,924 B6 12 INCH CRUSHED LIMESTONE FLEXIBLE BASE MATERIAL(TYPE A,GRADE 1-2) SY 12,740 B7 .8 INCH LIME STABILIZED SUBGRADE AT 6 1/2% SY 12,740 B8 STREET EXCAVATION SY 12,740 B9 PROOF ROLLING HR 16 B10 SODDING,CLEARING,AND GRADING SY 2,100 Ell REFLECTIVE PAVEMENT MARKERS(TYPE 1)(YELLOW)(4")(SOLID)X2 LF 4,874 B12 REFLECTIVE PAVEMENT MARKERS(TYPE 1)(WHITE)(8")(SOLID) LF 130 B13 REFLECTIVE PAVEMENT MARKERS(TYPE 1)(WHITE)(4")(DOT) LF 100 B14 REFLECTIVE PAVEMENT MARKERS(TYPE 1)(WHITE)(4")(SOLID) LF 13,522 B15 REFL PAV MRK TY C HEAT APPLIED PREFAB PREFORMED THERMOPLASTIC(W)12"(SLD)(125 MIL) LF 100 B16 REFL PAV MRK TY C HEAT APPLIED PREFAB PREFORMED THERMOPLASTIC(W)24"(SLD)(125 MIL) LF 170 B17 REFL PAV MRK TY C HEAT APPLIED PREFAB PREFORMED THERMOPLASTIC(W)(BIKE ARW)(125 MIL) EA 6 B18 REFL PAV MRK TY C HEAT APPLIED PREFAB PREFORMED THERMOPLASTIC(W)(BIKE SYMBOL)(125 MIL) EA 6 B19 REFL PAV MRK TY C HEAT APPLIED PREFAB PREFORMED THERMOPLASTIC(W)(SPEED HUMP)(125 MIL) EA 2 B20 REFL PAV MRK TY C HEAT APPLIED PREFAB PREFORMED THERMOPLASTIC(W)(ARROW) EA 2 B21 REFL PAV MRK TY C HEAT APPLIED PREFAB PREFORMED THERMOPLASTIC(W)(ONLY) EA 2 B22 RAISED PAVEMENT MARKERS(TYPE II-A-A) EA 68 B23 RAISED PAVEMENT MARKERS(TYPE II-B-B) EA 1 B24 6-INCH CONCRETE DRIVEWAY SF 7,864 32S CONCRETE DRIVEWAY DEMOLITION SF 7,404 B26 ASPHALT PAVEMENT REPAIR SY 44 B27 SPEED HUMP EA 1 B28 COMBO SPEED HUMP AHEAD(W17-1)/15 MPH SPEED LIMIT(W13-1P)SIGNS AND SIGN SUPPORT ASSEMBLY(TRIANGULAR SLIPBASE) EA 2 B29 SPEED HUMP(W17-1)SIGNS AND SIGN SUPPORT ASSEMBLY(TRIANGULAR SLIP BASE) EA 2 B30 REVERSE CURVE(W1-4)SIGN AND SIGN SUPPORT ASSEMBLY(TRIANGULAR SLIPBASE) EA 2 B31 SPEED LIMIT(112-1)SIGN AND SIGN SUPPORT ASSEMBLY(TRIANGULAR SLIPBASE) EA 2 B32 COMBO CURVE LEFT(Wl-2L)/SPEED LIMIT 20 MPH(W13-1P)SIGNS AND SIGN SUPPORT ASSEMBLY(TRIANGULAR SLIPBASE) EA 1 B33 FURNISH AND INSTALL ROADSIDE TRAFFIC SIGN AND SIGN SUPPORT ASSEMBLY(TRIANGULAR SLIPBASE) EA 7 EA B34 FURNISH AND INSTALL STOP SIGN AND SIGN WITH NEW STREET BLADES(2)AND SIGN SUPPORT ASSEMBLY(TRIANGULAR SLIPBASE) 2 B35 REMOVE AND RELOCATE EXISTING MAILBOX EA 2 B36 CONCRETE MAILBOX PAD SF 45 B37 REMOVE AND DISPOSE OF ROAD SIGN(S)SUPPORT&ASSEMBLY EA 9 B38 ALLOWANCE FOR UNANTICIPATED STREET IMPROVEMENTS AL 1 $25,000.00 $ 25,000.00 SUBTOTAL PART B-STREET IMPROVEMENTS(ITEMS B1 THRU B38) Part C-ADA IMPROVEMENTS(per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) Cl MOBILIZATION(MAX 5%PART C) LS 1 C2 CONCRETE PEDESTRIAN SIDEWALK SF 21,206 C3 SIDEWALK DEMOLITION SF 17,000 C4 SIDEWALK RETAINING CURB LF 150 C5 CONCRETE CURB RAMP EA 4 C6 ALLOWANCE FOR UNANTICIPATED ADA IMPROVEMENTS AL 1 $10,000.00 $ 10,000.00 SUBTOTAL PART C-ADA IMPROVEMENTS(ITEMS C1 THRU C6) ADDENDUM No. 1 Bid Form ATTACHMENT No. 1 00 30 01-Page 2 of 4 Lipes Boulevard(Sunwood Drive to Staples Street)Project No.21063 PAGE 2 OF 4 Rev 8/2019 DocuSign Envelope ID: E921FEAl-502E-461D-A492-2EOFB27AB587 00 30 01 BID FORM Item DESCRIPTION UNIT ESTIMATED UNIT PRICE EXTENDED QUANTITY AMOUNT Part D-SIGNALIZATION IMPROVEMENTS(per SECTION 012901 MEASUREMENT AND BASIS FOR PAYMENT) D1 MOBILIZATION(MAX 5%PART D) LS 1 D2 CONDT(PVC)(SCH 40)(2") LF 25 D3 CONDT(PVC)(SCH 40)(4") LF 34 D4 ELEC CONDR(NO.6)BARE LF 20 DS ELEC CONDR(NO.6)INSULATED LF 50 D6 ELEC CONDR(NO.8)BARE LF 397 D7 TRAY CABLE(3 CONDR)(12 AWG) LF 1616 D8 GROUND BOX TY D(162922)W/APRON EA 5 D9 REMOVE GROUND BOX EA 3 D10 ELC SRV TY D 120/240 100(NS)SS(E)SP(0) EA 1 D11 INSTALL HWY TRF SIG(UPGRADE) EA 1 D12 REMOVING TRAFFIC SIGNALS EA 1 D13 VEH SIG SEC(12")LED(GRN) EA 8 D14 VEH SIG SEC(12")LED(GRN ARW) EA 4 D15 VEH SIG SEC(12")LED(YEL) EA 8 D16 VEH SIG SEC(12")LED(YEL ARW) EA 8 D17 VEH SIG SEC(12")LED(RED) EA 8 D18 VEH SIG SEC(12")LED(RED ARW) EA 4 D19 BACKPLATE W/REFL BRDR(3 SEC) EA 4 D20 BACKPLATE W/REFL BRDR(4 SEC) EA 8 D21 PED SIG SEC(LED)(COUNTDOWN) EA 8 D22 TRF SIG CBL(TY A)(14 AWG)(S CONDR) LF 560 D23 TRF SIG CBL(TY A)(14 AWG)(7 CONDR) LF 285 D24 TRF SIG CBL(TY A)(14 AWG)(16 CONDR) LF 539 D25 PED POLE ASSEMBLY(10 FT) EA 2 D26 PED DETECT PUSH BUTTON(APS)(POLARA TOUCHLESS W/R10-3e SIGN) EA 8 D27 PED DETECTOR CONTROLLER UNIT EA 1 D28 RELOCATE RADAR EA 1 D29 RADAR DETECTOR COMM&POWER CABLE(WAVETRONIX SMARTSENSOR 6/C) LF 643 D30 ITS COM CBL(ETHERNET)(CAT5E) LF 331 D31 CCTV FIELD EQUIPMENT(DIGITAL)(PELCO SPECTRA ENHANCED PTZ CAMERA) EA 1 D32 CCN MOUNT(POLE)(PELCO IWM24 SERIES) EA 1 D33 CONDUIT(PREPARE) LF 338 D34 GROUND BOX(PREPARE) EA 1 D35 BBU SYSTEM(EXTERNAL BATT CABINET)(ALPHA) EA 1 D36 IM11OVISION CAMERA&SYSTEM EA 1 D37 JALLOWANCE FOR UNANTICIPATED SIGNALIZATION IMPROVEMENTS AL 1 $25,000.00 $ 25,000.00 SUBTOTAL PART D-SIGNALIZATION IMPROVEMENTS(ITEMS Dl THRU D37) Part E-GAS IMPROVEMENTS(per SECTION 0123 10 ALTERNATES AND ALLOWANCES) E1 MOBILIZATION(MAX 5%PART E) LS 1 EXCAVATION,BACKFILL AND COMPACTION OF TRENCH GAS LINE(ADJUSTMENT TO BE COMPLETED BY THE CITY OF CORPUS CHRISTI LF 2,110 E2 GAS DEPARTMENT) E3 ALLOWANCE FOR UNANTICIPATED GAS IMPROVEMENTS AL 1 $10,000.00 $ 10,000.00 SUBTOTAL PART E-GAS IMPROVEMETNS(ITEMS E1 THRU E3) PART F-STORMWATER IMPROVEMENTS(per SECTION 0123 10 ALTERNATES AND ALLOWANCES) F1 MOBILIZATION(MAX 5%PART F) LS 1 F2 DEMOLITION OF EXISTING CURB INLET EA 23 F3 DEMOLITION OF EXISTING MANHOLE/JUNCTION EA 4 F4 REMOVAL OF REINFORCED CONCRETE PIPE LF 3,030 FS NEW STANDARD CURB INLET(S'THROAT OPENING) EA 17 F6 NEW POST INLET EA 5 F7 NEW GRATE INLET EA 4 F8 RECONSTRUCT EXISTING INLET TOP EA 1 F9 CURB INLET EXTENSION(5'TROAT OPENING)(I.D.2'X 5') EA 5 F10 TYPE A STORM MANHOLE EA 4 F11 TYPE D STORMWATER MANHOLE EA 4 F12 18"REINFORCED CONCRETE PIPE(CLASS III) LF 430 F13 48"REINFORCED CONCRETE PIPE(CLASS III) LF 2,600 F14 66"REINFORCED CONCRETE BOX(CLASS III) LF 2,205 F15 RE-CONNECT TO EXISTING STORM EA 6 F16 TRENCH SAFETY FOR STORMWATER LINES LF 5,235 F17 TRENCH SAFETY FOR STORMWATER MANHOLES EA 6 F18 NEW 6"CURB AND GUTTER LF 5,242 F19 CURB AND GUTTER DEMOLITION LF 5,242 F20 JUNCTION BOX AND TIE-IN EA 3 F21 ADJUST MANHOLE RIM TO TOP EA 4 F22 CONNECT 18"STORM LINE TO EXISTING 66"RCP EA 2 F23 I CLEAN EXISTING 66"RCP PIPE LF 2,000 F24 JALLOWANCE FOR UNANTICIPATED STORMWATER IMPROVEMENTS AL 1 $25,000.00 $ 25,000.00 SUBTOTAL PART H-STORMWATER IMPROVEMENTS(ITEMS F1 THRU F24) ADD��E+L1lWlM No. 1 C1I Sipes Boulevard(Sunwood Drive to Staples Street)Project No.21063 ATTACHMENT E N No. 1 003001-RevR 8/2019 PAGE 3 OF 4 DocuSign Envelope ID: E921FEAl-502E-461D-A492-2EOFB27AB587 00 30 Ol BID FORM Item DESCRIPTION UNIT ESTIMATED UNIT PRICE EXTENDED QUANTITY AMOUNT PART G-WASTEWATER IMPROVEMENTS(per SECTION 0123 10 ALTERNATES AND ALLOWANCES) G1 MOBILIZAION(MAX 5%PART G) LS 1 G2 PIPE BURST EXISTING 12"VCP W/14"HDPE LF 3,091 G3 MANHOLE FIBERGLASS LINER REHABILITATION AND ADJUST TOP TO GRADE EA 6 G4 TRENCH SAFETY FOR WASTEWATER MANHOLES EA 6 G5 WASTEWATER BY-PASS PUMPING LS 1 G6 TIE-IN TO WASTEWATER MANHOLE EA6 G7 ALLOWANCE FOR UNANTICIPATED WASTEWATER IMPROVEMENTS AL 1 $10,000.00 $ 10,000.00 SUBTOTAL PART G-WASTEWATER IMPROVEMENTS(ITEMS G1 THRU G7) PART H-WATER IMPROVEMENTS(per SECTION 0123 10 ALTERNATES AND ALLOWANCES) H1 MOBILIZATION(MAX 5%PART H) LS 1 H2 6"C900 PVC WATERLINE LF 10 H3 8"0900 PVC WATERLINE LF 990 H4 TRENCH SAFETY FOR WATERLINES LF 1,000 HS 8"X 6"D.I.M.J. TEE EA 1 H6 8"X 8"D.I.M.1. TEE EA 3 H7 6"D.I.M.J.TAPPING SLEEVE EA 1 H8 8"D.I.M.J.TAPPING SLEEVE EA 1 H9 6"GATE VALVE EA 1 H10 8"GATE VALVE EA 6 H11 6"D.I.M.J.45 DEG BEND EA 2 H12 8"D.I.M.J.45 DEG BEND EA 6 H13 GROUT FILL AND ABANDON IN PLACE EXISTING WATERLINE LF 420 H14 FIRE HYDRANT ASSEMBLIES EA 7 H15 IWATER SERVICE RECONNECTIONS EA 9 H16 1ALLOWANCE FOR UNANTICIPATED WATER IMPROVEMENTS AL 1 $10,000.00 $ 10,000.00 SUBTOTAL PART H-WATER IMPROVEMENTS(ITEMS Hl THRU H16) PART I-ENVIRONMENTAL ISSUES(per SECTION 0123 10 ALTERNATES AND ALLOWANCES) 11 1ALLOWANCE FOR UNANTICIPATED ENVIRONMENTAL ISSUES AL 1 1$10,000.00 $ 10,000.00 SUBTOTAL PART I-ENVIRONMENTAL ISSUES(ITEMS 11) BID SUMMARY SUBTOTAL PART A-GENERAL(ITEMS Al THRU A14) SUBTOTAL PART B-STREET IMPROVEMENTS(ITEMS B1 THRU B38) SUBTOTAL PART C-ADA IMPROVEMENTS(ITEMS C1 THRU C6) SUBTOTAL PART D-SIGNALIZATION IMPROVEMENTS(ITEMS Dl THRU D37) SUBTOTAL PART E-GAS IMPROVEMENTS(ITEMS E1 THRU E3) SUBTOTAL PART F-STORMWATER IMPROVEMENTS(ITEMS F1 THRU F24) SUBTOTAL PART G-WASTEWATER IMPROVEMENTS(ITEMS Gl THRU G7) SUBTOTAL PART H-WATER IMPROVEMENTS(ITEMS H1 THRU H16) SUBTOTAL PART I-ENVIRONMENTAL ISSUES(ITEMS Il) TOTAL PROJECT BASE BID 1(PARTS A THRU 1) ADDENDUM No. 1 Bid Form ATTACHMENT No. 1 00 30 01-Page 4 of 4 Lipes Boulevard(Sunwood Drive to Staples Street)Project No.21063 PAGE 4 OF 4 Rev 8/2019 sao!n aS 5uuaau!5u3{o ;uawpoda4 ro y y -rou-l saoln a5leuolsassa;oAydII usosuoesHa 531111WO 01MUS3 1N3W3AVc1Y8G ('O'VWH) 3_781X313 — 1 018 3S USWHO Sm !O .110 w g COv o g AAA war OMW ss�� �3+ / 133aLS S37dVIS Ol 3AIa0 OOOMN(1S W A =` O8vA3lnoe S3dIl WUMOS3O AG 3LV0 'ON NOISN3tl NOUINDS3O AB I MVV 'ON NOISIA321 53WWY(d]tnim ONV NJILMV915�31CtAJM,S 43AIXR3tl NN £4GZ/IZ/F I 0 8 Oet - Z Z DWS ~p Zto S W W U W 3 Clay hs M&M HU told w — - rr �wao� oL visit k oe y HIS = GGaG $' as ,� oo C7 �mW w wo �S U HE g�ay�1'owa � ff a< h s A 's ��www�`,www,'�`ww�`,ww Ishii a w ww s i w 100qmwwww iwtw;;www;aw JJ www 10 cEO A �� °w 1 Q oo u s 7 5 � u�u o m `mom &F° �u �'a u ISO dao v5 �a `2a u o3w 2 d000 v fLL w a a ° � � wm �aoa S�. p w� ° a� o o zwcoo s m� o �� � aa000�Sz m °mmm00000 �y PTo "'a`Q°g�amw`w� w w yW3 �dmg �wo Jo ° �°°�4a o���°Z333o LLLLLLw3LL� uouoO° °° ° LL �OO 3�R go O] X W J W f !-n- ! S 04 1 4gl. 4 rvTO- X04 ...................................................................................................................................................................................................................................................... � IiI� w� w w �.LLTW w a w�.LLLL m � wn°° w �mm� z mza Q < t N Igo 1 6 s� o N ° 11 °a�a°a °a °a� h �`2 7 w '306 wwu « xo wa��p '� °t �60� '3zud wo 0 0 o .s �' RNa a as<< ter . �r uu.° z s _� wm8= 'bs a' °o o 11.1w �u. w �v�ss�y�v�vZu�°LLuw � Sas' o ao z w ado LL QoQg000zop oQow ggnno'o� wpu td� �� � �QQooaa a" jo° �Qa awoaw oQw p N. POOR.w M i w� w woa aEa�I4a4a8a�a�o �a o� o =oymomwdS��� w gOpso =u .w`s��zd�won ° zsw m° 6�.1�aaR1 rco iaa'-oaw `off -�,�Z ��M- -�ug� ��ao`2,°n ua'LL,'n �0 ��ommua W IT Rn m ��� ��4n a�wHR d w m CZOZ OZ I IN QiN31A3N ]NO'3111mH]S�NLLfllS53LLNeTAmIVNLLS31YNd QVBN OfJ]86ZPgZ 590M1X:I m CLOZ DZ I LI d0 NNtllq Z081O1tlON Nd ZL�S fZOZ'lZ Ntri CLOZ OZ I NA JIgAVI O sao!n aS 5uuaaut5u3{o ;uawpoda4 ro L�VOL—al i No sodioo CN o Pa 411 osa SYX31 37nCl3HJS 3anio ais v3IYMWNolS y routsa i—SI...1 1-duosueH I1SIdHJ snddO,? !O .U13 g ,:��1ynw'3 doLa� aoz=i se��,�as w�olssalvd os�o uRaoa® _ ��o Ei s� 331S S3dVIS Ol 3AI0 OOOMNnS W l*3/ c8vA3lno8 S3dI (1� NOUMOS30 AB 3Ltl0 'ON N017 NOUINDS30 AB 31tl0 'ON NOISIA3N 'LL3L3YM�306N1,9 UL 035V3tl 3215 3W NN NN £dGZ/IZ/F I N Oet z zU- 2z Z)W N 0 2 h- W S W UJ U S F cr) Q Q J J Z Z O w x V w ' M :m W W J J = Z = Z V V !n N N_ N_ � = W H Z g 8 H Z Q Q C) C) w z 1-'-1 1u $ z � 0 W J H X = � W W W W 0 o N w w � v � � 3 � J m Wo W N _ _ _ _ _ _ _ _ _ F 21 W � o W to N N w �o _— w z W _ jQ ❑ Z — — — — — — — — — — — — D. . Z o o W p� CZOZ OZI IN QiN31A3tl �A10'31110HSNWSN3lVNritlNLS QNll QA]86ZPgZ 590NK�I (n au u I LI d0 NNtllq ZOd munm Md W9 2='IZ M Cd OZ u I ILA JIgAVI O sao!n aS 5uuaaut5u3{o ;uawpoda4 ro LLVOL—al ip,qo sod3ooW ^ `V o SYX31 NV' d! 3SVHd a sss 411 LOSb g Q N se�Ities reNol ;oAd uasueH IlSRlH0 S(id2lO� !O .1113 L ' 9� .:�llyfrW'3 d01:d�� aoz ori sex.es iouolsselwd osuo yRdoa® _-_ p)�o �i / 133,'J1S S37dYlS Ol 3AIa0 OOOMN(1S ezoznareo =� c8vA3lnoe S3dll NOUMOS30 AS ML 'ON N017 NOUINOS30 Ae MVU 'ON NOISIA3N A13tlWY3f SU NI 133X5 3(1593)UNf NNd SNIStlHd 3SlM13tl NN £dPZ/0 I '1S 931dtl1S'S I II o N z LL6 z I \ ^I o g 3 =gid g4r w w EL UJ o m s C)W w ui 3 s a E � cn ICLa aFP W N ; s mo .... s � E ti �g s� •ma aoom Hns �.../ , •l 0 _ 1 , a s3wvr•1s m g o G 13 9 ,ma 31v9sm3 0 3 p 2 •aa azvoa3nLa � ...1 � z o �H `_ �� � WEI �g §sass 'aa 31tl9143M4 0 � a 6 ao '1S 931dtl14 S CL o � o } W z o o w I � �✓ a _ _ _ ., •aa 3ltlosnlo "� 'aa000m , om un ��- 1a s3�sr u�s a $ 3 b 8 !3 9$ z z _ a •aa 31tlaa3nLa .T \ ( LL � LL u���� � � � � $ 23 1 IIII III , r ,a. 'S S31dtl1S'6 L lzi aa�-- inm � 0 LL w a- ill I I� I a- mo = o ZQ 3 'LS S3ldv1S's� �+' I R w �� omo ��tCL �� �G W II Q3 W �€iiigopw a p¢ 1 N '^ z w LL I,I ' llll \\;�Is�ll`\1 / 1 w 8d _ � a3w� Sy 1 w IS �s w� �oo�awwow � o� osHF� �s � W III� iilllliir� l.�. ��ra�l L � Or (n OZ OZ aW'M/IdM16111d ZOI0QAallnNOfNJd]BZYZS PMgZ 59l0NKMit I Ng :I O -'°i sao!n aS 5uuaaut5u3{o ;uawpoda4 ro f L broaL se al Is yp sndiop SGX31 S310N NVd CN o as 41 osa (01170&-LN00 olddV2ll .INVNodW3l w g O y roul saoln aS leuolssa;o3d uosueH IlSIdHO sncfuo0 !o .UIO g .:�31ynw'3 doia� aoz=i se�,�as wolssalvd oso NAaoa® _ ��o Ei s� NOSNVH�3+ / 1332115 S37dYlS Ol 3AIa0 QOOMN(1S W 2 � oz/oz/lo =` 021V j1 noe S3dll NOUMOS30 AB 3Ltl0 'ON N01771[— NOUINDS30 A9 31tl0 'ON NOM- 3. N OIS-3010N 11.S.-3Na9ri NN £LPL/IL/F I y,gd ,{ LL UJ E €� aa aff arso �� $ €3 asp fd 13s5 $ N e � a 19 12 p 1112 go Id 3 k € SREl A a � iF w a 3 € US ss a" sas � e o pCZOZ OZ I IN QiN31A3tl :A10'S3LONMlIdI0HW09LLNtlL QNll QA P86ZegZ 59PNK:I (n CLOZ DZ I LI d0 NNtllq ZWI0HnH Nd ZLS MU M CLOZ OZ I NA JIgAVI O DocuSign Envelope ID: E921FEAl-502E-461D-A492-2EOFB27AB587 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: This project includes the reconstruction of Lipes Boulevard from Sunwood Drive to Staples Street. In addition to the pavement improvements wastewater pipe bursting,water line, sidewalk, curb and gutter,ADA curb ramps, storm water,traffic signals, and driveway improvements will be included.The Project will be coordinated and approved by the City of Corpus Christi. 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. AT&T utilities are to be adiusted as specified on the plans.The contractor shall notify the OAR of potential conflicts and coordinate with the AT&T contractor to make the adjustments. B. In the case of a disagreement between the above list and those specified elsewhere in the Contract Documents, the Contractor is to base his Proposal on the most expensive listing. C. Completion of the Work described in this Contract may impact the construction and testing of the items listed above. 1. Coordinate construction activities through the OAR. 2. Pay claims for damages which result from the late completion of the Project or any specified Milestones. Summary of Work 011100-1 Lipes Boulevard—Sunwood Drive to Staples Street, Project No. 21063 Rev 10/2018 DocuSign Envelope ID: E921FEAl-502E-461D-A492-2EOFB27AB587 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. City Gas adjustments and conflicts are to be adiusted by the City as required.The contractor shall notify the OAR of potential conflicts and coordinate with he City Gas department to make the adjustments. 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 Lipes Boulevard—Sunwood Drive to Staples Street, Project No. 21063 Rev 10/2018 DocuSign Envelope ID: E921FEAl-502E-461D-A492-2EOFB27AB587 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 A. Alternate A- [None] 1.04 DESCRIPTION OF ALLOWANCES A. Allowance Bid item A2—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 012310-1 Lipes Boulevard—Sunwood Drive to Staples Street, Project No. 21063 Rev 5/2020 DocuSign Envelope ID: E921FEAl-502E-461D-A492-2EOFB27AB587 B. Allowance Bid Item A17-Allowance for Unanticipated General Activities: 1. The sum of$10,000.00 to be used for the purchase of Unanticipated General Activities discovered and addressed during the construction process. C. Allowance Bid Item B38 -Allowance for Unanticipated Street Improvements: 1. The sum of $25,000.00 to be used for the purchase of Unanticipated Street Improvements discovered and addressed during the construction process. D. Allowance Bid Item C6—Allowance for Unanticipated ADA Improvements: 1. The sum of$10,000.00 to be used for the purchase of Unanticipated ADA Improvements discovered and addressed during the construction process. E. Allowance Bid Item D37—Allowance for Unanticipated Signalization Improvements: 1. The sum of$25,000.00 to be used for the purchase of Unanticipated Signalization Improvements discovered and addressed during the construction process. F. Allowance Bid Item E3—Allowance for Unanticipated Gas Improvements: 1. The sum of$10,000.00 to be used for the purchase of Unanticipated Gas Improvements discovered and addressed during the construction process. G. Allowance Bid Item F24—Allowance for Unanticipated Stormwater Improvements: 1. The sum of$25,000.00 to be used for the purchase of Unanticipated Stormwater Improvements discovered and addressed during the construction process. H. Allowance Bid Item G7—Allowance for Unanticipated Wastewater Improvements: 1. The sum of$10,000.00 to be used for the purchase of Unanticipated Wastewater Improvements discovered and addressed during the construction process. I. Allowance Bid Item H16—Allowance for Unanticipated Water Improvements: 1. The sum of$10,000.00 to be used for the purchase of Unanticipated Water Improvements discovered and addressed during the construction process. J. Allowance Bid Item 11—Allowance for Unanticipated Environmental Issues: 1. The sum of$10,000.00 to be used for the purchase of Unanticipated Environmental Issues discovered and addressed during the construction process. 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Alternates and Allowances 012310-2 Lipes Boulevard—Sunwood Drive to Staples Street, Project No. 21063 Rev 5/2020 DocuSign Envelope ID: E921FEAl-502E-461D-A492-2EOFB27AB587 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 Items Al, 131, C1, D1, E1, F1, G1, H1—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 01 29 01-1 Lipes Boulevard—Sunwood Drive to Staples Street, Project No. 21063 Rev 5/2020 DocuSign Envelope ID: E921FEAl-502E-461D-A492-2EOFB27AB587 2. Measurement for payment will be made per lump sum on the following basis: When at least 5% of the adjusted contract amount for construction is earned, 75% of the mobilization lump sum bid amount will be eligible for payment, minus retainage. Upon substantial completion of all work under this Contract and removal of all equipment and materials from the Project site, the remaining 25% of the mobilization lump sum bid amount will be eligible for payment, minus retainage. B. Bid Item A2—Bonds and Insurance (Maximum Allowance of 2%) 1. Payment shall include all bonds and insurance required under the Contract Documents. 2. Payment for bonds and insurance will be based on the receipt of documentation of actual costs. Contractor shall furnish satisfactory evidence of the rate or rates paid for all bonds and insurance. Contractor will be reimbursed for the actual cost of unique insurance as required and obtained specifically forthis Project, not including the routine and general company insurance policies that are maintained for the course of conducting normal business operations. Contractor will be reimbursed for the actual cost of project specific bonds and insurance, not to exceed the bid amount or the verifiable costs of Project specific bonds and insurance incurred by the Contractor. C. Bid Item A3—Ozone Action Days 1. Payment shall include, but not be limited to, compensation for the inability to work on officially announced Ozone Action Days.The Contractor shall not conduct priming or hot mix paving operations, except for repairs, on days the City Inspector has notified the Contractor that an ozone advisory is in effect.An extension of time will be allowed for each day which priming or hot mix paving was scheduled, crews were prepared to perform this week, and the City Engineer issued ozone alert preventing this work. 2. Unless indicated otherwise in the Bid Form, OZONE ACTION DAYS shall be measured by each day. D. Bid Item A5—Traffic Control Designed by a Professional Engineer(All Phases) 1. Payment shall include, but nor be limited to, a traffic control plan, plan updates, resubmittals, and coordination with the City Traffic Engineering and City Permitting. The traffic control plan must be prepared by a registered P.E. 2. Unless indicated otherwise in the Bid Form,Traffic Control Designed by a Professional Engineer(All Phases) shall be measured by the lump sum. E. Bid Item B10—Block Sodding, Clearing, and Grading 1. Payment shall include, but not be limited to, compensation for all labor, materials, equipment and incidentals necessary to complete work. Work shall include: excavation of roots, stumps,grasses, and other items far enough below ground to not effect construction;the transportation, storing, placing, and watering of sod application of fertilizer; and backfill and grading which will be required to provide positive drainage and appropriate slope. 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. 2. Unless indicated otherwise in the Bid Form, Sodding, Clearing, and Grading shall be measured by the square yard to the limits shown on the plans. Measurement and Basis for Payment 01 29 01-2 Lipes Boulevard—Sunwood Drive to Staples Street, Project No. 21063 Rev 5/2020 DocuSign Envelope ID: E921FEAl-502E-461D-A492-2EOFB27AB587 F. Bid Item B1-A10—Storm Water Pollution Prevention Plan (SWPPP) 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. Unless indicated otherwise, 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—Silt Fence (for SWPPP) 1. Payment shall include, but not be limited to, compensation for furnishing, installing, maintaining, and removing silt fence and for all labor, materials, equipment, and incidentals necessary to complete work. 2. Unless indicated otherwise, SILT FENCE (FOR SWPPP) shall be measured by linear foot. H. Bid Items Al2/A13—Stormwater Structure/Inlet Protection (for SWPPP) 1. Payment shall include, but not be limited to, compensation for furnishing, installing, maintaining, and removing inlet protection and for all labor, materials, equipment, and incidentals necessary to complete work. 2. Unless indicated otherwise, INLET PROTECTION (FOR SWPPP) shall be measured by each protected inlet. I. Bid Item 68—Street Excavation 1. Payment shall include, but not be limited to, compensation for excavation of Aspahlt, Base and Subgrade to the proposed grade and for all labor, materials, equipment, and incidentals necessary to complete work.The limits of the Street Excavation should extend from lip of curb and gutter to lip of curb and gutter. All work required for disposing, including hauling, will not be paid for directly but shall be considered subsidiary to the various contract items. 2. Unless indicated otherwise in the Bid Form, Street Excavation shall be measured by the square yard for the limits shown on the plans. J. Bid Item B25—Concrete Driveway Demolition 1. Payment shall include, but not be limited to, compensation for removing all materials, including all reinforcing steel and expansion joint materials; breaking of concrete; full depth saw cutting; loading, hauling and salvaging or disposing of the material; and all labor materials, equipment and incidentals necessary to complete work. 2. Unless indicated otherwise in the Bid Form, CONCRETE DRIVEWAY DEMOLITION shall be measured by the square foot to the limits shown on the plans. K. Bid Item B26—Pavement Repair 1. Payment shall include, but not be limited to, compensation for removing and replacing asphalt pavement; saw cutting, loading, hauling, and salvaging or disposing of the material; and all labor, materials, equipment and incidentals necessary to complete work. Measurement and Basis for Payment 01 29 01-3 Lipes Boulevard—Sunwood Drive to Staples Street, Project No. 21063 Rev 5/2020 DocuSign Envelope ID: E921FEAl-502E-461D-A492-2EOFB27AB587 2. This bid item is intended to be used in areas outside of the project limits.Typically, pavement repair is a minimum of 2'wide. 3. Unless indicated otherwise in the Bid Form,Asphalt Pavement Repair shall be measured by the square foot of surface area removed to the limits shown on the plans. L. Bid Item B28 thru B34— Furnish and Install Roadside Traffic Sign and Sign Support Assembly (Triangular Slipbase) 1. Payment shall include, but not be limited to, compensation for furnishing; providing anti-graffiti coating; fabricating; galvanizing; new regulatory,warning or guide signage and erecting the sign support assemblies including furnishing complete signs, sign connections and all hardware, labor, materials, equipment and incidentals necessary to complete work. 2. Payment shall include, but not be limited to, compensation for furnishing and installing all triangular slipbase systems; and all hardware, labor, materials, equipment and incidentals necessary to complete work. 3. Unless indicated otherwise in the Bid Form, Furnish and Install Roadside Traffic Sign and Sign Support Assembly(Triangular Slipbase) shall be measured by each sign as shown on the plans. M. Bid Item B37—Remove and Dispose of Road sign(s) Support and Assembly 1. Payment shall include, but not be limited to, compensation for removing and disposing existing sign(s) and sign support(pole) assembly; and all hardware, labor, materials, equipment, and incidentals necessary to complete work. 2. Unless indicated otherwise in the Bid Form, REMOVAL OF EXISTING SIGNAGE shall be measured by each sign support(pole) assembly removed as shown on the plans. N. Bid Item C3—Sidewalk Demolition 1. Payment shall include, but not be limited to, compensation for removing all materials, including all reinforcing steel and expansion joint materials; breaking of the concrete; full depth saw cutting; loading, hauling, and salvaging or disposing of the material; and all labor, materials, equipment and incidentals necessary to complete work. 2. Unless indicated otherwise in the Bid From, SIDEWALK DEMOLITION shall be measured by the square foot of surface area removed to the limits shown on the plans. O. Bid Item H14—Fire Hydrant Assembly 1. Payment shall include, but not be limited to, compensation for dewatering of trench, location and protection of buried and overhead utilities, concrete blocking, restraint system,furnishing and installing fittings,tee fitting at the waterline main valves, pipe, hydrant, compaction, utility adjustments,final grading, and all labor,tools, equipment and incidentals necessary to complete work. 2. Unless indicated otherwise in the bid Form, Fire Hydrant Assembly, shall be measured by each hydrant installed to the limits shown on the plans. Measurement and Basis for Payment 01 29 01-4 Lipes Boulevard—Sunwood Drive to Staples Street, Project No. 21063 Rev 5/2020 DocuSign Envelope ID: E921FEAl-502E-461D-A492-2EOFB27AB587 P. Bid Item E2—Excavation, Backfill and Compaction of Trench for Gas Lines(Adjustments to be completed by the City) 1. Payment shall include, but not be limited to, compensation for excavation,trenching, bedding, backfill and compaction, location and protection of buried and overhead utilities, and all labor, materials, equipment, and incidentals required to complete work. 2. Unless otherwise indicated, EXCAVATION, BACKFILL,AND COMPACTION OF TRENCH FOR GAS LINES 9ADJUSTMENTS TO BE COMPLETED BY THE CITY HAS DEPARTMENT) shall be by the linear foot to the limits shown on the plans. Q. Bid Item H13—Grout Fill and Abandon In Place Existing Waterlines 1. Payment shall include all equipment, materials and incidentals required to mix, transport, and place the grout and restore the surface at pump ports. 2. Unless indicated otherwise in the Bid Form, Grout Filled and Abandoned in Place Existing Waterline shall be measured by the linear foot, as shown on the plans. R. Bid Item H15—Water Service Reconnections 1. Payment shall include, but not be limited to, compensation for furnishing and installing pipe, waterline service saddle, corporation stop,valves, temporary pavement,traffic control,trenching,trench safety, boring\jetting\jacking\tunneling under existing curb and gutter and sidewalks as required to make connection to under existing service, adjustments of meter and meter box; and all labor, materials, equipment and incidentals necessary to provide service reconnection. 2. Payment shall include Pre-Set service line markers as shown in the plans. 3. Unless otherwise in the Bid Form, Water Service Reconnections shall be measured by each reconnection as shown on the plans. S. Bid Item D11— Install Hwy Sig (Upgrade) 1. Payment shall include, but not be limited to,full compensation for furnishing, installing, and testing the completed installation, associated equipment, signs mounted on signal equipment, damping equipment, mounting hardware; connecting all necessary wiring; preservation and replacement of damaged materials, sod, shrubbery and trees; and materials, equipment, labor, tools, and incidentals. 2. This bid item will be measured as each traffic signal upgraded. T. Bid Item D12—Removing Traffic Signals 1. Payment shall include, but not be limited to, full compensation for removing the various traffic signal components, electrical service, and all cables to be replaced for th signal upgrade; removing the foundations; disposal of unsalvageable materials; hauling; and materials, equipment, labor,tools, and incidentals. 2. This bis item will be measured as each traffic signal removed. Measurement and Basis for Payment 01 29 01-5 Lipes Boulevard—Sunwood Drive to Staples Street, Project No. 21063 Rev 5/2020 DocuSign Envelope ID: E921FEAl-502E-461D-A492-2EOFB27AB587 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Measurement and Basis for Payment 01 29 01-6 Lipes Boulevard—Sunwood Drive to Staples Street, Project No. 21063 Rev 5/2020 DocuSign Envelope ID: E921FEAl-502E-461D-A492-2EOFB27AB587 0133 01 Submittal Register 02 10 00 Survey Monuments None 02 1020 ISite Clearing and Striping None 02 1040 Site Grading None 02 2020 Excavation and Backfill for Utilities None 02 20 21 Control of Ground Water Mockup 02 2022 Trench Safety for Excavations None 02 2040 Street Excavation None 02 52 05 Pavement Repair,Curb Gutter,Sidewalk&Driveway None Replacement 02 52 23 Crushed Limestone Flexible Base Record Data 02 54 04 Asphalts,Oils,&Emulsions Record Data 02 54 12 Prime Coat Record Data 02 54 16 Seal Coat Record Data 02 54 24 Hot Mix Asphalt Concrete Pavement Record Data 02 56 10 Concrete Curb and Gutter None 02 56 12 Concrete Sidewalk and Driveways None 02 56 14 Concrete Curb Rams None 02 56 20 Portland Cement Concrete Pavement Record Data 02 58 02 Temporary Controls During Construction None 02 58 03 Traffic Signal Admustments Record Data 02 58 05 Work Zone Pavement Markings Record Data 02 58 07 Pavement Markings Paint and Thermoplastic) Record Data 02 58 13 Preformed Thermoplastic Striping,Words,and Emblems Record Data 02 58 16 Raised Pavement Markers Record Data 02 58 18 Reference Specification-TxDOT DMS-4200 Pavement None Markers Reflectorized 02 58 28 Reference Specification-TxDOT DMS-6130 Bituminous None Adhesive for Payment Markers 02 62 01 Waterline Riser Assemblies None 02 62 02 Hydrostatic Testing Pressure Systems None 02 62 10 Polyvinyl Chloride Pipe(AWWA C900 and C905 Pressure Record Data Pipe for Municipal Water Mains and Wastewater Force Mains) 02 62 14 Grouting Abandoned Utility Lines Record Data 02 64 02 Waterlines Record Data 02 64 04 Water Service Lines Record Data 02 64 09 Tapping Sleeves&Tapping Valves Record Data 02 64 11 Gate Valves for Waterlines Record Data 0264 16 Fire Hydrants Record Data 02 72 00 Control of Wastewater Flows Record Data 02 72 02 Manholes Shop Drawing 02 72 03 Vacuum Testing of Wastewater Manhole and Structures Record Data 02 72 05 Fiberglass Manholes Shop Drawing 02 74 02 Reinforced Concrete Pipe Culverts Shop Drawing 02 76 02 Gravity Wastewater Lines Record Data 02 76 06 Disposal of Waste from Wastewater Cleaning Operations None 02 76 11 Cleaning Televised Inspection and Conduits None 02 80 40 Sodding None 03 00 20 Portland Cement Concrete Record Data 03 20 20 Reinforcing Steel Record Data 03 80 00 Concrete Structures Shop Drawing 05 54 20 Frames Grates Rings,&Covers Shop Drawing 33 41 13.00 Traffic Si nal Standards and General Re uirements 1.4 Record Data Submittal Register 01 33 01-1 Lipes Boulevard(Sunwood Drive to Staples Street),Project No.21063 10/2018 DocuSign Envelope ID: E921FEAl-502E-461D-A492-2EOFB27AB587 01 35 00 SPECIAL PROCEDURES 1.00 GENERAL 1.01 CONSTRUCTION SEQUENCE A. Perform the Work as required to complete the entire Project within the Contract Times and in the sequence stipulated below: 1. (NOT APPLICABLE) 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 Special Procedures 013500-1 Lipes Boulevard—Sunwood Drive to Staples Street, Project No. 21063 Rev 10/2018 DocuSign Envelope ID: E921FEAl-502E-461D-A492-2EOFB27AB587 C. Submit plan 2 weeks prior to beginning the Work. 1.03 CRITICAL OPERATIONS (NOT APPLICABLE) 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: Liquidated Critical Operation Max.Time Hours Operation Damages Out of Operation can be Shut Down ($ per hour) 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 - [Title from Table Above]: a. [Provide detailed description of Critical Operation 1.] 2. Critical Operation 2 - [Title from Table Above]: a. [Provide detailed description of Critical Operation 2.] 3. Critical Operation 3 - [Title from Table Above]: a. [Provide detailed description of Critical Operation 3.] 1.04 OWNER ASSISTANCE (NOT APPLICABLE) 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 Lipes Boulevard—Sunwood Drive to Staples Street, Project No. 21063 Rev 10/2018 DocuSign Envelope ID: E921FEAl-502E-461D-A492-2EOFB27AB587 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Special Procedures 013500-3 Lipes Boulevard—Sunwood Drive to Staples Street, Project No. 21063 Rev 10/2018 DocuSign Envelope ID: E921FEAl-502E-461D-A492-2EOFB27AB587 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 Lipes Boulevard—Sunwood Drive to Staples Street, Project No. 21063 Rev 8/2019 DocuSign Envelope ID: E921FEAl-502E-461D-A492-2EOFB27AB587 3. Prevent freezing of pipes,flooding, or the contamination of water. 4. Maintain Site security and protection of the facilities. 1.05 OPTIONS A. Construction offices may be prefabricated buildings on skids or mobile trailers. B. Storage sheds may be prefabricated buildings on skids or truck trailers. 2.00 PRODUCTS 2.01 TEMPORARY FIELD OFFICES(FIELD OFFICE NOT REQUIRED) A. The Contractor must furnish the OPT with a field office at the Site. The field office must contain at least 120 square feet of useable space. The field office must be air-conditioned and heated and must be furnished with an inclined table that measures at least 30 inches by 60 inches and two chairs. The Contractor shall move the field office on the Site as required by the OAR. There is no separate pay item for the field office. B. Furnish a field office of adequate size for Contractor's use. Provide conference room space for a minimum of 10 people. C. Other trades may provide their own offices only when space is available at the Site, and the OPT agrees to its size, condition, and location. D. No monthly partial payments will be processed until OPT's field office facilities are completed and approved. 2.02 TEMPORARY STORAGE BUILDINGS A. Furnish storage buildings of adequate size to store any materials or equipment delivered to the Site that might be affected by weather. 2.03 TEMPORARY SANITARY FACILITIES A. Provide sanitary facilities at the Site from the commencement of the Project until Project conclusion. Maintain these facilities in a clean and sanitary condition at all times, and comply with the requirements of the local health authority. On large sites, provide portable toilets at such locations that no point in the Site shall be more than 600 feet from a toilet. B. Use these sanitary facilities. Do not use restrooms within existing or Owner-occupied buildings. 2.04 TEMPORARY HEAT A. Provide heating devices needed to protect buildings during construction. Provide fuel needed to operate the heating devices and attend the heating devices at all times they are in operation, including overnight operations. Temporary Facilities and Controls 015000-2 Lipes Boulevard—Sunwood Drive to Staples Street, Project No. 21063 Rev 8/2019 DocuSign Envelope ID: E921FEAl-502E-461D-A492-2EOFB27AB587 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 Lipes Boulevard—Sunwood Drive to Staples Street, Project No. 21063 Rev 8/2019 DocuSign Envelope ID: E921FEAl-502E-461D-A492-2EOFB27AB587 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 Lipes Boulevard—Sunwood Drive to Staples Street, Project No. 21063 Rev 8/2019 DocuSign Envelope ID: E921FEAl-502E-461D-A492-2EOFB27AB587 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 Lipes Boulevard—Sunwood Drive to Staples Street, Project No. 21063 Rev 8/2019 DocuSign Envelope ID: E921FEAl-502E-461D-A492-2EOFB27AB587 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 Lipes Boulevard—Sunwood Drive to Staples Street, Project No. 21063 Rev 8/2019 DocuSign Envelope ID: E921FEAl-502E-461D-A492-2EOFB27AB587 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 Lipes Boulevard—Sunwood Drive to Staples Street, Project No. 21063 Rev 8/2019 DocuSign Envelope ID: E921FEAl-502E-461D-A492-2EOFB27AB587 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 Lipes Boulevard—Sunwood Drive to Staples Street, Project No. 21063 Rev 8/2019 DocuSign Envelope ID: E921FEAl-502E-461D-A492-2EOFB27AB587 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 Temporary Controls 015700-5 Lipes Boulevard—Sunwood Drive to Staples Street, Project No. 21063 Rev 8/2019 DocuSign Envelope ID: E921FEAl-502E-461D-A492-2EOFB27AB587 agencies in the disposal of all water used in the Project. Include a description and details for disposal of this water in a Plan of Action per SECTION 0135 00 SPECIAL PROCEDURES. Do not use the Owner's wastewater system for disposal of contaminated water. 1.14 WINDSTORM CERTIFICATION A. All affected materials and installation shall comply with Texas Department of Insurance Requirements for windstorm resistant construction for design wind speed as required by the current version of the International Building Code (IBC). When applicable, Contractor shall be responsible for contracting with a licensed structural engineer in the State of Texas to perform all inspections and provide documentation for windstorm certification to the Texas Board of Insurance. The Contractor shall be responsible for providing all necessary design/assembly documentation for all new windows, doors, louvers, etc. to the windstorm engineer/inspectors required to conform with the requirements of the Texas Department of Insurance. 2.00 PRODUCTS 2.01 MATERIALS A. Provide materials that comply with Laws and Regulations. 3.00 EXECUTION 3.01 CONSTRUCTING, MAINTAINING AND REMOVING TEMPORARY CONTROLS A. Construct temporary controls in accordance with Laws and Regulations. B. Maintain controls in accordance with regulatory requirements where applicable, or in accordance with the requirements of the Contract Documents. C. Remove temporary controls when no longer required, but before the Project is complete. Correct any damage or pollution that occurs as the result of removing controls while they are still required. END OF SECTION Temporary Controls 015700-6 Lipes Boulevard—Sunwood Drive to Staples Street, Project No. 21063 Rev 8/2019 DocuSign Envelope ID: E921FEAl-502E-461D-A492-2EOFB27AB587 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: E921FEAl-502E-461D-A492-2EOFB27AB587 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: E921FEAl-502E-461D-A492-2EOFB27AB587 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: E921FEAl-502E-461D-A492-2EOFB27AB587 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: E921FEAl-502E-461D-A492-2EOFB27AB587 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: E921FEAl-502E-461D-A492-2EOFB27AB587 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: E921FEAl-502E-461D-A492-2EOFB27AB587 (3) Dewatering Trench. Pipe or conduit shall not be constructed or laid in a trench in the presence of water. All water shall be removed from the trench sufficiently prior to the pipe or conduit planing operation to insure a relatively dry (no standing water), firm bed. The trench shall be maintained in such dewatered condition until the trench has been backfilled to a height at lease one foot above the top of pipe. Removal of water may be accomplished by bailing,pumping, or by installation of well-points,as conditions warrant. Removal of well- points shall be at rate of 1/3 per 24 hours (every third well-point). The Contractor shall prevent groundwater from trench or excavation dewatering operations from discharging directly into the storm water system. Groundwater from dewatering operations shall be sampled and tested, if applicable, and disposed of, in accordance with City Standard Specification Section 022021 "Control of Ground Water". (4) Excavation in Streets. Excavation in streets,together with the maintenance of traffic where specified, and the restoration of the pavement riding surface, shall be in accordance with drawing detail or as required by other applicable specifications. (5) Removing Abandoned Structures. When abandoned masonry structures or foundations are encountered in the excavation, such obstructions shall be removed for the full width of the trench and to a depth one foot below the bottom of the trench. When abandoned inlets or manholes are encountered and no plan provision is made for adjustment or connection to the new utility,such manholes and inlets shall be removed completely to a depth one foot below the bottom of the trench. In each instance,the bottom to the trench shall be restored to grade by backfilling and compacting by the methods provided hereinafter for backfill. Where the trench cuts through utility lines which are known to be abandoned, these lines shall be cut flush with the sides of the trench and blocked with a concrete plug in a manner satisfactory to the Engineer. (6) Protection of Utilities. The Contractor shall conduct his work such that a reasonable minimum of disturbance to existing utilities will result. Particular care shall be exercised to avoid the cutting or breakage of water and gas lines. Such lines, if broken, shall be restored promptly by the Contractor. When active wastewater lines are cut in the trenching operations, temporary flumes shall be provided across the trench while open, and the lines shall be restored when the backfilling has progressed to the original bedding line of the sewer so cut. The Contractor shall inform utility owners sufficiently in advance of the Contractor's operations to enable such utility owners to reroute, provide temporary detours, or to make other adjustments to utility lines in order that the Contractor may proceed with his work with a minimum of delay. The Contractor shall not hold the City liable for any expense due to delay or additional work because of utility adjustments or conflicts. (7) Excess Excavated Material. All materials from excavation not required for backfilling the trench shall be removed by the Contractor from the job site promptly following the completion of work involved. 022020 Page 2 of 4 Rev.3-25-2015 DocuSign Envelope ID: E921FEAl-502E-461D-A492-2EOFB27AB587 (8) Backfill A. Backfill Procedure Around Pipe (Initial Backfill) All trenches and excavation shall be backfilled as soon as is practical after the pipes or conduits are properly laid. In addition to the specified pipe bedding material, the backfill around the pipe as applicable shall be granular material as shown on the standard details or as described in the applicable specification section, and shall be free of large hard lumps or other debris. If indicated on the plans, pipe shall be encased with cement-stabilized sand backfill as described below. The backfill shall be deposited in the trench simultaneously on both sides of the pipe for the full width of the trench,in layers not to exceed ten(10)inches (loose measurement), wetted if required to obtain proper compaction, and thoroughly compacted by use of mechanical tampers to a density comparable to the adjacent undisturbed soil or as otherwise specified on the plans,but not less than 95%Standard Proctor density. A thoroughly compacted material shall be in place between the external wall of the pipe and the undisturbed sides of the trench and to a level twelve (12) inches above the top of the pipe. B. Backfill Over One Foot Above Pipe Final Backfill) UNPAVED AREAS: The backfill for that portion of trench over one(1)foot above the pipe or conduit not located under pavements (including waterlines, gravity wastewater lines, wastewater force mains and reinforced concrete storm water pipe) shall be imported select material or clean, excess material from the excavation meeting the following requirements: Free of hard lumps, rock fragments, or other debris, No clay lumps greater than 2" diameter Moisture Content: +/-3% Backfill material shall be placed in layers not more than ten (10) inches in depth (loose measurement),wetted if required to obtain proper compaction,and thoroughly compacted by use of mechanical tampers to the natural bank density but not less than 95%Standard Proctor density,unless otherwise indicated. Flooding of backfill is not allowed. Jetting of backfill may only be allowed in sandy soils and in soils otherwise approved by the Engineer. Regardless of backfill method, no lift shall exceed 10 inches and density shall not be less than 95% Standard Proctor density. A period of not less than twenty-four (24)hours shall elapse between the time of jetting and the placing of the top four (4) feet of backfill. If jetting is used, the top four (4) feet of backfill shall be placed in layers not more than 10 inches in depth (loose measurement), wetted if required to obtain proper compaction, and thoroughly compacted by use of mechanical tampers to the natural bank density but not less than 95% Standard Proctor density(ASTM D698). PAVED AREAS: At utility line crossings under pavements (including waterlines, gravity wastewater lines, wastewater force mains, and reinforced concrete stone 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: E921FEAl-502E-461D-A492-2EOFB27AB587 Asphalt Roadways The upper three (3) feet of trench below the road base course shall be backfilled to the bottom of the road base course with cement-stabilized sand containing a minimum of 2 sacks of Standard Type I Portland cement per cubic yard of sand and compacted to not less than 95% Standard Proctor density. Concrete Roadways The Contractor may elect to backfill the upper three (3) feet of trench below the road base course with cement stabilized sand as noted above, or in the case of storm water pipe or box installation the Contractor may backfill and compact select material to 98% Standard Proctor density(ASTM D698)following City Standard Specification Section 022100. 3. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, excavation and backfill for utilities, including select material or cement-stabilized sand backfill, shall not be measured and paid for separately. It shall be considered subsidiary to the items for which the excavation and backfill is required. 022020 Page 4 of 4 Rev.3-25-2015 DocuSign Envelope ID: E921FEAl-502E-461D-A492-2EOFB27AB587 SECTION 022021 CONTROL OF GROUND WATER 1. GENERAL 1.1 SECTION INCLUDES A. Dewatering, depressurizing, draining, and maintaining trenches, shaft excavations, structural excavations, and foundation beds in a stable condition, and controlling ground water conditions for tunnel excavations. B. Protection of excavations and trenches from surface runoff. C. Disposing of removed ground water by approved methods. 1.2 REFERENCES A. ASTM D 698 - Test Methods for Moisture-Density Relations of Soils and Soil-Aggregate Mixtures, Using 5.5-1b (2.49 kg) Rammer and 12-inch (304.8 min) 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: E921FEAl-502E-461D-A492-2EOFB27AB587 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: E921FEAl-502E-461D-A492-2EOFB27AB587 G. Assume sole responsibility for ground water control systems and for any loss or damage resulting from partial or complete failure of protective measures, and any settlement or resultant damage caused by the ground water control operations. Modify ground water control systems or operations if they cause or threaten to cause damage to new construction, existing site improvements, adjacent property, or adjacent water wells, or affect potentially contaminated areas. Repair damage caused by ground water control systems or resulting from failure of the system to protect property as required. H. Provide an adequate number of piezometers installed at the proper locations and depths as required to provide meaningful observations of the conditions affecting the excavation, adjacent structures, and water wells. I. Provide environmental monitoring wells installed at the proper locations and depths as required to provide adequate observations of hydrostatic conditions and possible contaminant transport from contamination sources into the work area or into the ground water control system. J. Decommission piezometers and monitoring wells installed during design phase studies and left for Contractors monitoring and use, if applicable. 1.5 ENVIRONMENTAL REQUIREMENTS A. Comply with requirements of agencies having jurisdiction. B. Comply with Texas Commission on Environmental Quality(TCEQ)regulations and Texas Water Well Drillers Association for development, drilling, and abandonment of wells used in dewatering system. C. Prior to beginning construction activities, file Notice of Intent(NOI) for Storm Water Discharges Associated with Construction Activity under the Texas Pollutant Elimination System (TPDES) General Permit No. TXR150000, administered by the Texas Commission on Environmental Quality(TCEQ). The general permit falls under the provisions of Section 402 of the Clean Water Act and Chapter 26 of the Texas Water Code. D. Prepare submittal form and submit to TCEQ along with application fee. E. Upon completion of construction, file Notice of Termination (NOT) for Storm Water Discharges Associated with Construction Activity under the TPDES General Permit with the TCEQ. F. Obtain all necessary permits from agencies with control over the use of ground water and matters affecting well installation, water discharge, and use of existing stone 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: E921FEAl-502E-461D-A492-2EOFB27AB587 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: E921FEAl-502E-461D-A492-2EOFB27AB587 works. Allowable piezometric elevations shall be defined in the ground water control system design. G. Remove ground water control installations. 1. Remove pumping system components and piping when ground water control is no longer required. 2. Remove piezometers and monitoring wells when directed by the City Engineer. 3. Grout abandoned well and piezometer holes. Fill piping that is not removed with cement- bentonite grout or cement-sand grout. H. During backfilling, dewatering may be reduced to maintain water level a minimum of 5 feet below prevailing level of backfill. However, do not allow that water level to result in uplift pressures in excess of 80 percent of downward pressure produced by weight of structure or backfill in place. Do not allow water levels to rise into cement stabilized sand until at least 48 hour after placement. I. Provide a uniform diameter for each pipe drain run constructed for dewatering. Remove pipe drain when it has served its purpose. If removal of pipe is impractical, provide grout connections at 50-foot intervals and fill pipe with cement-bentonite grout or cement-sand grout when pipe is removed from service. J. Extent of construction ground water control for structures with a permanent perforated underground drainage system may be reduced, such as for units designed to withstand hydrostatic uplift pressure. Provide a means for draining the affected portion of underground system, including standby equipment. Maintain drainage system during operations and remove it when no longer required. K. Remove system upon completion of construction or when dewatering and control of surface or ground water is no longer required. L. In unpaved areas, compact backfill to not less than 95 percent of Standard Proctor maximum dry density in accordance with ASTM D 698. In paved areas (or areas to receive paving), compact backfill to not less than 98 percent of Standard Proctor maximum dry density in accordance with ASTM D 698. 3.2 REQUIREMENTS FOR EDUCTOR, WELL POINTS, OR DEEP WELLS A. For above ground piping in ground water control system, include a 12-inch minimum length of clear, transparent piping between every eductor well or well point and discharge header so that discharge from each installation can be visually monitored. B. Install sufficient piezometers or monitoring wells to show that all trench or shaft excavations in water bearing materials are pre-drained prior to excavation. Provide separate piezometers for 022021 Page 5 of 10 Rev.10-30-2014 DocuSign Envelope ID: E921FEAl-502E-461D-A492-2EOFB27AB587 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: E921FEAl-502E-461D-A492-2EOFB27AB587 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: E921FEAl-502E-461D-A492-2EOFB27AB587 2. Compare Ground Water Discharge Quality to Receiving Water Quality. The following table, Ground Water Discharge Limits, indicates that the parameters to compare to the receiving water are Total Dissolved Solids (TDS) and Total Suspended Solids (TSS). If the ground water results are equal to or better than the receiving water, then the discharge may be authorized as long as the discharge does not exceed the other parameters which would indicate hydrocarbon contamination. Note that the receiving water only needs to be tested initially as a baseline and the ground water shall be tested weekly to ensure compliance. GROUND WATER DISCHARGE LIMITS Ground Receiving Water Water Monitoring Monitoring Maximum Parameter Frequency Frequency Limitation Total Dissolved Once Prior to Solids (TDS) Initial +Weekly Discharge <Receiving Water Total Suspended Once Prior to Solids (TSS) Initial+Weekly Discharge <Receiving Water Total Petroleum Hydrocarbons Initial +Weekly 15 m /L Total Lead Initial +Weekly 0.1 m /L Benzene Initial +Weekly 0.005 mg/L Total BTEX Initial +Weekly 0.1 m /L Polynuclear Aromatic Hydrocarbons Initial +Monthly 0.01 m /L 3. Analyze Ground Water for Hydrocarbon Contamination. All other parameters listed on the Ground Water Discharge Limits table must be analyzed prior to ground water discharge to the storm water system. If no limits are exceeded, ground water discharge to the storm water system may be authorized following notification to the MS4 operator (City of Corpus Christi) and all Pollution Prevention Measures for the project are in place. Analytical results shall be on-site or readily available for review by local, state or federal inspectors. Note that this step is frequently done simultaneously with Step 2 above to shorten analytical processing time. 4. Pollution Prevention Measures. A storm water pollution prevention plan or pollution control plan shall be developed and implemented prior to any ground water discharges to the storm water system. The plan's objectives are to limit erosion and scour of the storm water system, and minimize Total Suspended Solids (TSS) and other forms of contamination, and prevent any damage to the storm water system. Note that ground water discharges must cease immediately upon the first recognition of contamination, either by sensory or analytical methods. If the discharge of groundwater results in any damages to the storm water system, the responsible party 022021 Page 8 of 10 Rev.10-30-2014 DocuSign Envelope ID: E921FEAl-502E-461D-A492-2EOFB27AB587 shall remediate any damage to the storm water system and the environment to the satisfaction of the Storm Water Department and/or any State or Federal Regulatory Agency. 5. MS4 Operator Notification. The MS4 operator shall be notified prior to ground water discharge to the storm water system. Contractor shall contact the designated City MS4 representative to request authorization to discharge ground water to the storm water system. Notification shall include: Project Name: Responsible Party: Discharge Location: Receiving Water: Estimated Time of Discharge: Linear Project: Yes/No Pollution Prevention Measures Implemented: Statement indicating all sampling and testing has been conducted and meets the requirements of a legitimate discharge. G. Discharges to Wastewater System In the event that the groundwater does not equal or exceed the receiving water quality, an alternative disposal option would include pumping to the nearest sanitary sewer system. Discharge to the sanitary sewer system requires a permit from the Wastewater Department. If discharging to temporary holding tanks and trucking to a sanitary sewer or wastewater treatment plant, the costs for these operations shall be negotiated. Contractor shall contact the Pretreatment Group for City Utility Operations to obtain a Wastewater Discharge Permit Application for authorization to discharge to the wastewater system. Authorization approval will include review of laboratory analysis of the ground water and estimated flow data. Note that groundwater discharges must cease immediately upon the first recognition of contamination, either by sensory or analytical methods. If the discharge of groundwater results in any damages to the wastewater collection system or wastewater overflows, the responsible party shall remediate any damage to the wastewater collection system and the environment to the satisfaction of the Wastewater Department and/or any State or Federal Regulatory Agency. H. Other groundwater disposal alternatives or solutions may be approved by the Engineer on a case by case basis. 3.7 SURFACE WATER CONTROL A. Intercept surface water and divert it away from excavations through the use of dikes, ditches, curb walls, pipes, sumps or other approved means. B. Divert surface water into sumps and pump into drainage channels or storm drains, when 022021 Page 9 of 10 Rev.10-30-2014 DocuSign Envelope ID: E921FEAl-502E-461D-A492-2EOFB27AB587 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: E921FEAl-502E-461D-A492-2EOFB27AB587 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: E921FEAl-502E-461D-A492-2EOFB27AB587 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 hwnus, 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+I% deviation from the required moisture or density requirement. Irregularities exceeding %2 inch in 16 feet shall be corrected. Soft areas found at anytime shall be removed, replaced with suitable material and compacted (especially at utility trenches). The correct moisture density relationship shall be maintained until the subgrade is protected. Excessive loss of moisture shall be prevented by sprinkling, sealing, or covering with a subsequent layer. Should the subgrade, due to any reason or cause, lose the required stability, density, or moisture before it is protected by placement of the next layer, it shall be re-compacted and refinished and retested at the expense of the Contractor until acceptable to the City. 022040 Page 1 of 3 Rev.10-30-2014 DocuSign Envelope ID: E921FEAl-502E-461D-A492-2EOFB27AB587 (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 "Tensar TX5 Triaxial Geogrid", or pre-approved equivalent. Use (and approval) of a different product must be supported by documentation showing that the alternate pavement section will meet or exceed the required number of 18-kip equivalent single axle loads (ESAL) and structural number (SN) over the stated pavement design life, and the pavement design must be sealed and signed by a Texas professional engineer. Documentation must also include the structural design value used for the geogrid structural contribution, based on and supported by 022040 Page 2 of 3 Rev.10-30-2014 DocuSign Envelope ID: E921FEAl-502E-461D-A492-2EOFB27AB587 validated test data. Alternate pavement designs shall utilize the same structural design values for other pavement structural components (HMAC, base, sub-base) as used in the original pavement design, and the pavement designs must be approved by the Engineer and the geotechnical consultant. Contractor shall take care to protect geogrid from damage. Overlap edges of geogrid in accordance with the manufacturer's recommendations, but not less than 12 inches. Do not drive tracked equipment directly on the geogrid. Provide at least 6 inches of compacted aggregate base material over the geogrid before driving any tracked equipment over the geogrid area. Standard highway- legal rubber-tired trucks may drive over the geogrid at very slow speeds (less than 5 mph). Avoid turns and sudden starts and stops when driving on the geogrid. Any damaged geogrid shall be replaced by the Contractor at no additional cost to the City. Proper replacement shall consist of replacing the affected area adding 3 feet of geogrid in each direction beyond the limits of the affected area. 5. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Forin, street excavation shall be measured and paid for by the square yard to the limits shown on the drawings including excavation for street transitions. Payment shall be full compensation for furnishing all labor, materials, tools, equipment, borrow material and incidentals necessary to complete the work. Unless otherwise specified on the Bid Form, compacted subgrade shall be measured and paid for by the square yard to the limits shown on the drawings. Payment shall be full compensation for furnishing all labor, materials, tools, equipment, borrow material and incidentals necessary to complete the work. Unless otherwise specified on the Bid Form, geogrid shall be measured and paid for by the square yard to the limits shown on the drawings, excluding overlaps. Payment shall be full compensation for furnishing all labor,materials, tools, equipment, and incidentals necessary to complete the work. All work required for disposing of waste, including hauling will not be paid for directly but shall be considered subsidiary to the various contract items. 022040 Page 3 of 3 Rev.10-30-2014 DocuSign Envelope ID: E921FEAl-502E-461D-A492-2EOFB27AB587 SECTION 022080 EMBANKMENT 1. DESCRIPTION This specification shall govern all work for Embankment required to complete the project. 2. CONSTRUCTION METHODS Prior to placing embankment, the area to be covered shall be stripped of all vegetation and the material so removed shall be disposed of off the job site. Washes, gulleys, wet areas, and yielding areas shall be corrected as directed by the Engineer. Unless otherwise indicated on the drawings, the surface of the ground which is to receive embankment shall be loosened by scarifying or plowing to a depth of not less than 6 inches. The loosened material shall be recompacted with the new embankment as hereinafter specified. Embankment shall be placed in layers not to exceed ten (10) inches uncompacted (loose) depth for the full width of the embankment, unless otherwise noted. Where embankment is adjacent to a hillside or old roadbed, the existing slope shall be cut in steps to not less than the vertical depth of an uncompacted layer. The fill material shall be placed from the low side and compacted. Each layer shall overlap the existing embankment by at least the width indicated by the embankment slope. Trees, stumps, roots, vegetation, debris or other unsuitable materials shall not be placed in embankment. Each layer of embankment shall be uniform as to material, density and moisture content before beginning compaction. Where layers of unlike materials abut each other, each layer shall be feather-edged for at least 100 feet or the material shall be so mixed as to prevent abrupt changes in the soil. No material placed in the embankment by dumping in a pile or windrow shall be incorporated in a layer in that position, but all such piles or windrows shall be moved by blading or similar methods. Clods or lumps of material shall be broken and the embankment material mixed by blading, harrowing, disking or similar methods to the end that a uniform material of uniform density is secured in each layer. Except as otherwise required by the drawings, all embankments shall be constructed in layers approximately parallel to the finished grade and each layer shall be so constructed as to provide a uniform slope of 1/4 inch per foot from the centerline of the embankment to the outside. Each layer shall be compacted to the required density and moisture by any method, type and size of equipment that will give the required compaction. Prior to and in conjunction with the rolling operation, each layer shall be brought to the moisture content necessary to obtain the required density and shall be kept leveled with suitable equipment to insure uniform compaction over the entire layer. For each layer of earth embankment and select material, it is the intent of this specification to provide the density as required herein, unless otherwise shown on the drawings. Soils for 022080 Page 1 of 2 Rev.10-30-2014 DocuSign Envelope ID: E921FEAl-502E-461D-A492-2EOFB27AB587 embankment shall be sprinkled with water as required to provide not less than optimum moisture and compacted to the extent necessary to provide not less than 95% Standard Proctor density (ASTM D698). Field density determinations will be made in accordance with approved methods. After each layer of earth embankment or select material is complete, tests, as necessary, will be made by the Engineer. If the material fails to meet the density specified, the course shall be reworked as necessary to obtain the specified compaction, and the compaction method shall be altered on subsequent work to obtain specified density. Such procedure shall be determined by, and subject to, the approval of the Engineer. The Engineer may order proof rolling to test the uniformity of compaction of the embankment layers. All irregularities, depressions, weak or soft spots which develop shall be corrected immediately by the Contractor. Should the embankment, due to any reason or cause, lose the required stability, density or moisture before the pavement structure is placed, it shall be recompacted and refinished at the sole expense of the Contractor. Excessive loss of moisture in the subgrade shall be prevented by sprinkling, sealing or covering with a subsequent layer of granular material. 3. SELECTION OF MATERIAL In addition to the requirement in the excavation items of the specifications covering the general selection and utilization of materials to improve the roadbed, embankments shall be constructed in proper sequence to receive the select material layers shown on drawings, with such modifications as may be directed by the Engineer. The layer of embankment inunediately preceding the upper layer of select material shall be constructed to the proper section and grade within a tolerance of not more than 0.10 foot from the established section and grade when properly compacted and finished to receive the select material layer. Select material, when specified, shall meet the requirements in City Standard Specification Section 022100 "Select Material". 4. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, embankment shall not be measured and paid for separately,but shall be subsidiary to other items of work. 022080 Page 2 of 2 Rev.10-30-2014 DocuSign Envelope ID: E921FEAl-502E-461D-A492-2EOFB27AB587 SECTION 022100 SELECT MATERIAL 1. DESCRIPTION This specification shall govern the use of Select Material to be used to treat designated sections of roadways, embankments, trenches, etc. Select material shall be non-expansive sandy clay (CL) or clayey sand (SC), in accordance with the Unified Soil Classification System (ASTM D2487). Select Material shall meet the following requirements: Free of vegetation, hard lumps, rock fragments, or other debris No clay lumps greater than 2"diameter Liquid Limit(L.L.): < 35 Plasticity Index (P.I.)Range: 8 to 20 Moisture Content: as specified in the drawings 2. CONSTRUCTION METHODS Select material shall be mixed unifonnly 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: E921FEAl-502E-461D-A492-2EOFB27AB587 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. Tyne 3: Triangular Filter Dike - This system consists of a rigid wire mesh, at least 6-gauge, formed into an equilateral triangle cross-sectional shape with sides measuring 18 inches, wrapped with geotextile silt fence fabric. The fabric shall be continuously wrapped around the dike, with a skirt extending at least 12 inches from its upslope corner. C. Packaging Requirements: Prior to installation, the fabric shall be protected from damage due to ultraviolet light and moisture by either wrappers or inside storage. 022420 Page 1 of 2 Rev.10-30-2014 DocuSign Envelope ID: E921FEAl-502E-461D-A492-2EOFB27AB587 D. Certification and Identification: Each lot or shipment shall be accompanied by a certification of conformance to this specification. The shipment must be identified by a ticket or by labels securely affixed to the fabric rolls. This ticket or label must list the following information: a. Name of manufacturer or supplier b. Brand name and style C. Manufacturer's lot number or control number d. Roll size (length and width) e. Chemical composition 3. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, silt fence shall be measured by the linear foot. Payment shall be at the bid price for the unit of measurement specified and shall be full compensation for furnishing all labor, materials, tools, equipment and incidentals necessary to complete the work. Payment shall include, but not be limited to, placing, maintaining and removing the silt fence. 022420 Page 2 of 2 Rev.10-30-2014 DocuSign Envelope ID: E921FEAl-502E-461D-A492-2EOFB27AB587 SECTION 025202 SCARIFYING AND RESHAPING BASE COURSE 1. DESCRIPTION "Scarifying and Reshaping Base Course" shall consist of scarifying and reshaping the existing base course (with or without asphalt surface)to the line, grade and section as indicated on the drawings. 2. CONSTRUCTION METHODS The existing base and surface shall be scarified to the width and depth indicated on the drawings. Subgrade shall remain undisturbed, unless indicated otherwise on the drawings. Any asphalt surfacing shall be broken into particles no larger than 2 1/2 inches. The asphalt surfacing shall then be uniformly mixed with the existing base. Additional base material, where required to achieve the lines and grades shown on the drawings, shall also be added to and uniformly mixed with the existing scarified base material. If indicated on the drawings, geogrid shall be installed in the pavement section. The base material shall be shaped and rolled after mixing and allowed to set at least 48 hours before final compaction. Moisture content shall be maintained in the material during the 48-hour period. Material shall be sprinkled with water or aerated to optimum moisture content, and compacted in layers (10-inch maximum loose depth) to a minimum density of 98% Modified Proctor density (AASHTO T180), at a moisture content on the wet side of optimum (+3% maximum). Use mechanical tamps in areas inaccessible to rollers. Upon completion of compaction, the surface shall be smooth and shall conform to line, grade and section as shown on the drawings. Areas with any deviation in excess of 1/4 inch in cross-section, and in lengths of 16 feet measured longitudinally, shall be corrected by loosening, adding or removing material, reshaping, and re-compacting by sprinkling and rolling. Moisture content shall be maintained on the wet side of optimum(+3%maximum)until paving is complete. If required, lime shall be applied in the amount indicated on the drawings. Lime shall be applied and the treated base mixed, cured, compacted and finished in accordance with City Standard Specification Section 025210 "Lime Stabilization." 3. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, scarifying and reshaping base course shall not be measured and paid for separately,but shall be subsidiary to other work. 025202 Page 1 of 1 Rev.10-30-2014 DocuSign Envelope ID: E921FEAl-502E-461D-A492-2EOFB27AB587 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: E921FEAl-502E-461D-A492-2EOFB27AB587 5. REPLACING STREET AND OTHER PAVEMENT All pavements, driveways, sidewalks, and curbs and gutters which are cut shall be replaced in a workmanlike manner,with like or better materials or per pavement repair details to be provided on the drawings. Pavement cuts in a street for any utility requires a permit from the Director of Development Services in accordance with City Ordinance 030040, Article III Cuts and Excavations (12-17-2013). The installation of a utility that crosses the ROW at a perpendicular or near perpendicular angle and has an OD of 6" or less will not be permitted to be installed by cutting the road section. Street excavation/cut for a utility in an asphalt roadway shall include a full lane overlay or pavement repair for parallel cuts, or a 12' wide pavement repair for perpendicular cuts. Street excavation/cut for a utility in a concrete roadway shall include full panel replacement. The drawings and/or permit application should include a site specific pavement cut and restoration plan that indicates the general nature of the pavement and roadway(for examples, concrete arterial, asphalt residential) to be cut and restored, the existing pavement section (if known), the location and approximate area of the excavation/pavement repair, including the approximate length and width of the pavement repair in relation to the roadway travel lane(s). 6. REPLACING DRIVEWAY PAVEMENT On all concrete driveway pavements,the replacement shall consist of a reinforced Class"A"concrete slab with a minimum thickness of six(6)inches. The type of finish for the replaced section shall be the same as that appearing on the old pavement. Reinforcement shall be#4 bars at 12 inches each way with additional diagonal bars as indicated on the drawings. Any other type shall be replaced with like or better replacement. Replacement shall, in general, be to original joint or score mark. 7. REPLACING SIDEWALKS On all sidewalk pavements, the replacement shall consist of a reinforced Class"A"concrete slab four (4)inches thick. The type of finish for the replaced section shall be the same as that appearing on the old sidewalk. Replacement shall,in general,be to original joint or score marks. Reinforcement shall be 4" x 4" - W2.9 x W2.9 welded wire fabric located at mid-depth in the slab. 8. REPLACING CURB AND GUTTER On all curb and gutter, the replacement shall consist of a section conforming in all details to the original section or to City of Corpus Christi Standard curb and gutter section, if required by the Engineer. Cuts through the curb shall be replaced with Class "A" concrete. Preserve the original steel reinforcing and reinforce all new curbs with three#4 bars. Adjust grades for positive drainage. Replacement shall,in general,be to original joint or score hark. 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: E921FEAl-502E-461D-A492-2EOFB27AB587 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: E921FEAl-502E-461D-A492-2EOFB27AB587 THIS PAGE INTENTIONALLY LEFT BLANK 025205 Page 4 of 4 Rev.11-9-2016 DocuSign Envelope ID: E921FEAl-502E-461D-A492-2EOFB27AB587 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: E921FEAl-502E-461D-A492-2EOFB27AB587 4. CONSTRUCTION METHODS General - It is the primary requirement of this specification to secure a completed course of treated material containing a uniform time 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)2. 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. Mixin - 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 TxDOT Tex-101-E (Part III) — Preparation of Soil and Flexible Base Material for Testing, to determine compliance with the gradation requirements in Table 1. 025210 Page 2 of 4 Rev.9-2-2020 DocuSign Envelope ID: E921FEAl-502E-461D-A492-2EOFB27AB587 Table 1 Gradation Re uirements (Minimum % Passing) Sieve Size Base Sub rade 1-3/4" 100 100 3/4" 85 85 #4 — 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: E921FEAl-502E-461D-A492-2EOFB27AB587 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: E921FEAl-502E-461D-A492-2EOFB27AB587 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: E921FEAl-502E-461D-A492-2EOFB27AB587 (ASTM D1557) under flexible pavements or typical minimum 98% Standard Proctor (ASTM D698) under concrete pavement and to within ± 2% of optimum moisture. The section may be accepted if no more than 1 of the 5 most recent moisture or density tests is outside of the specified limits, and the failed test is within+I% deviation from specified moisture or density requirements. The surface of the compacted base, after meeting moisture and density requirements, shall be primed in accordance with City Standard Specification Section 025412 "Prime Coat". On completion of compaction and priming, the surface shall be smooth and conform to lines, grades, and sections shown on the drawings. Areas with any deviation in excess of 1/4 inch in cross-section and in lengths of 16 feet measured longitudinally shall be corrected by loosening, adding or removing material, reshaping, and recompacting by reprinting 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: E921FEAl-502E-461D-A492-2EOFB27AB587 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: E921FEAl-502E-461D-A492-2EOFB27AB587 SECTION 025412 PRIME COAT 1. DESCRIPTION This specification shall consist of an application of asphalt material on the completed base course and/or other approved area in accordance with this specification. Prime Coat shall not be applied when the air temperature is below 60° F and falling, but it may be applied when the air temperature is above 50°F and is rising; the air temperature being taken in the shade and away from artificial heat. Asphalt material shall not be placed when general weather conditions, in the opinion of the Engineer, are not suitable. 2. MATERIALS The asphalt material used for the prime coat shall be MC-30 medium-curing cutback asphalt or AE- P asphalt emulsion prime, unless otherwise specified, and when tested by approved laboratory methods shall meet the requirements of City Standard Specification Section 025404 "Asphalts, Oils and Emulsions". Blotter material shall be native sand. 3. CONSTRUCTION METHODS When, in the opinion of the Engineer, the area and/or base is satisfactory to receive the prime coat, the surface shall be cleaned of dirt, dust, and other deleterious matter by sweeping or other approved methods. If found necessary by the Engineer, the surface shall be lightly sprinkled with water just prior to application of the asphalt material. The asphalt material shall be applied on the clean surface by an approved type of self-propelled pressure distributor so operated as to distribute the material in the quantity specified, evenly and smoothly under a pressure necessary for proper distribution. The Contractor shall provide all necessary facilities for determining the temperature of the asphalt material in all of the heating equipment and in the distributor, for determining the rate at which it is applied, and for securing uniformity at the junction of two distributor loads. All storage tanks, piping, retorts, booster tanks and distributors used in storing or handling asphalt material shall be kept clean and in good operating condition at all times, and they shall be operated in such manner that there will be no contamination of the asphalt material with foreign material. It shall be the responsibility of the Contractor to provide and maintain in good working order a recording thermometer at the storage-heating unit at all times. The distributor shall have been recently calibrated and the Engineer shall be furnished an accurate and satisfactory record of such calibration. After beginning of the work, should the yield on the asphalt material applied appear to be in error, the distributor shall be calibrated in a manner satisfactory to the Engineer before proceeding with the work. Prime shall be applied at a temperature within the recommended range per City Standard 025412 Page 1 of 2 Rev.10-30-2014 DocuSign Envelope ID: E921FEAl-502E-461D-A492-2EOFB27AB587 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 Forin, prime coat shall be measured by the gallon of asphalt material applied. Payment shall include furnishing, heating, hauling and distributing the asphalt material as specified; for furnishing, spreading and removing sand blotter material; for all freight involved; and for all manipulation, labor, materials, tools, equipment and incidentals necessary to complete the work. 025412 Page 2 of 2 Rev.10-30-2014 DocuSign Envelope ID: E921FEAl-502E-461D-A492-2EOFB27AB587 SECTION 025414 AGGREGATE FOR SURFACE TREATMENT 1. DESCRIPTION This specification establishes the requirements for surface aggregate to be used in the construction of surface treatments and seal coats. The type, grade, and surface aggregate classification (SAC) of aggregate shall be as specified in the applicable specification or as shown on the drawings. 2. AGGREGATE A. Materials. Furnish uncontaminated materials of uniform quality throughout that meet the requirements of the drawings and specifications. Materials shall meet the applicable requirements of TxDOT Specification Item 302 "Aggregates for Surface Treatments" (latest edition). 3. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, aggregate for surface treatment and seal coats shall not be measured and paid separately,but shall be subsidiary to the construction in which these materials are used. 025414 Page 1 of 1 Rev.3-25-2015 DocuSign Envelope ID: E921FEAl-502E-461D-A492-2EOFB27AB587 SECTION 025416 SEAL COAT 1. DESCRIPTION This specification shall consist of a surface treatment composed of a single or multiple application of asphalt covered with aggregate for the sealing of existing pavements in accordance with this specification. Seal coats shall not be applied when the air temperature is below 60°F and falling, but may be applied when the air temperature is above 50°F and rising; the air temperature being taken in the shade and away from artificial heat. Asphaltic material shall not be placed when general weather conditions, in the opinion of the Engineer, are not suitable. 2. MATERIALS (1) Asphaltic Materials. The asphaltic material used shall be AC-5 (AC-3 in winter) or other approved material as prescribed in Standard Specification Section 025404 "Asphalts, Oils and Emulsions",whichever is called for on the plans. (2) Aggregate. Single Course- The aggregate used shall be Type PA (pre-coated aggregate), Grade 5 (1/2" maximum size), as described in specification Section 025414 "Aggregate For Surface Treatment". Multiple Course - The aggregate used for multiple course seal coat shall be the same as for single course, except Grade 4 (5/8" maximum size) aggregate will be required for the first course, and Grade 5 (1/2" maximum size) aggregate will be required for the second and third(surface) courses, as shown in the plans and specifications. 3. CONSTRUCTION METHODS The area to be treated shall be cleaned of dirt, dust or other deleterious matter by sweeping or other approved methods. If it is found necessary by the Engineer, the surface shall be lightly sprinkled with water just prior to the application of asphaltic material. Asphaltic material shall be applied on the cleaned surface by an approved type of self-propelled pressure distributor, so operated as to distribute the material in the quantity specified, evenly and smoothly, under a pressure necessary for proper distribution. The Contractor shall provide all necessary facilities for determining the temperature of the asphaltic material in all of the heating equipment and in the distributor, for determining the rate at which it is applied, and for securing uniformity at the junction of two distributor loads. The distributor shall have been recently calibrated and the Engineer shall be furnished an accurate and satisfactory record of such calibration. After beginning the work, should the yield on the asphaltic material appear to be in error, the distributor shall be calibrated in a manner satisfactory to the Engineer before proceeding with the work. 025416 Page 1 of 2 Rev.3-25-2015 DocuSign Envelope ID: E921FEAl-502E-461D-A492-2EOFB27AB587 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 Aggre agate 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 Forin, 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: E921FEAl-502E-461D-A492-2EOFB27AB587 SECTION 025418 SURFACE TREATMENT 1. DESCRIPTION One-course surface treatment shall consist of a wearing surface or underseal composed of a single application of asphalt material covered with aggregate, constructed on the prepared base course or surface in accordance with this specification. Two-course surface treatment shall consist of a wearing surface or underseal composed of two applications of asphalt material, each covered with aggregate, constructed on the prepared base course or surface in accordance with this specification. Three-course surface treatment shall consist of a wearing surface or underseal composed of three applications of asphalt material, each covered with aggregate, constructed on the prepared base course or surface in accordance with this specification. 2. MATERIALS 1) Asphalt Materials. The asphalt material used shall be AC-5 (AC-3 in winter) or other approved material as prescribed in Standard Specification Section 025404 "Asphalts, Oils and Emulsions". 2) Aggregate. The aggregate used shall be Type PE pre-coated natural limestone rock asphalt as prescribed in City Standard Specification Section 025414 "Aggregate for Surface Treatment", graded as shown below. One-Course: Grade 4 Two-Course: Grade 4—2nd course (top) Grade 3— Is'course (bottom) Three-Course: Grade 4—3r1 course (top) Grade 3—2nd course (middle) Grade 3— 1St course (bottom) 3. CONSTRUCTION METHODS Allow sufficient time for the prime coat to cure properly before applying the surface treatment binder. The area to be treated shall be cleaned of dirt, dust, or other deleterious matter by sweeping or other approved methods. If it is found necessary by the Engineer, the surface shall be lightly sprinkled with water just prior to the application of the asphalt material. 025418 Page 1 of 3 Rev.3-25-2015 DocuSign Envelope ID: E921FEAl-502E-461D-A492-2EOFB27AB587 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 deterinining the temperature of asphalt material in all of the heating equipment and in the distributor, for determining the rate at which it is applied, and for securing uniformity at the junction of two distributor loads. The distributor shall have been recently calibrated and the Engineer shall be furnished an accurate and satisfactory record of such calibration. After beginning the work, should the yield on the asphalt material appear to be in error, the distributor shall be calibrated in a manner satisfactory to the Engineer before proceeding with the work. Asphalt material may be applied for the full width of the surface treatment in one application, unless the width exceeds 26 feet. No traffic or hauling will be permitted over the freshly applied asphalt material. Asphalt material shall not be applied until immediate covering is assured. Aggregate shall be immediately and uniformly applied and spread by an approved self-propelled continuous feed aggregate spreader, unless otherwise shown on the plans or authorized by the Engineer in writing. Surface treatment shall not be applied when the air temperature is below 60° F and is falling, but it may be applied when the air temperature is above 50° F and is rising, the air temperature being taken in the shade and away from artificial heat. Asphalt material shall not be placed when general weather conditions, in the opinion of the Engineer, are not suitable. The rates of application of the aggregate and asphalt shall be as follows or as otherwise specified: 1 st Course 2nd Course 3rd Course Asphalt Cement 0.20 gal/sq.yd. 0.16 gal/sq.yd. 0.16 gal/sq.yd. Aggregate 80 sq.yd./cu.yd. 100 sq.yd./cu.yd. 100 sq.yd./cu.yd. The entire surface shall be broomed, bladed or raked and thoroughly rolled as required by the Engineer. Where multiple courses are specified, each course shall be applied in the manner specified for one course surface treatment. The Contractor shall be responsible for the maintenance of the surfaces until the Engineer accepts the work. All storage tanks, piping, retorts, booster tanks and distributors used in storing or handling asphalt materials shall be kept clean and in good operating condition at all times, and they shall be operated in such manner that there will be no contamination of the asphalt materials with foreign material. It 025418 Page 2 of 3 Rev.3-25-2015 DocuSign Envelope ID: E921FEAl-502E-461D-A492-2EOFB27AB587 shall be the responsibility of the Contractor to provide and maintain in good working order a recording thermometer at the storage heating unit at all times. The Engineer will select the temperature of application based on the temperature-viscosity relationship that will permit application of the asphalt within the limits recommended in Standard Specification Section 025404 "Asphalts, Oils and Emulsions", with that being 220 to 300 degrees F for AC-3, and 275 to 350 degrees F for AC-5. 4. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, surface treatment as an integral part of the final structural pavement section shall be measured in place by the square yard of surface area to the limits shown on the plans and as directed by the Engineer. Payment shall be full compensation for all labor, materials, tools, equipment and incidentals necessary to furnish and place the type of surface treatment called for. Surface treatment for temporary pavements shall not be measured and paid separately, but shall be subsidiary to the construction in which the surface treatment is used. 025418 Page 3 of 3 Rev.3-25-2015 DocuSign Envelope ID: E921FEAl-502E-461D-A492-2EOFB27AB587 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. Agars e-ante. The aggregate shall consist of a blend of course aggregate, fine aggregate and, if required, a mineral filler. 2.1.1. Coarse Aggregate shall consist of that fraction of aggregate retained on a No. 10 sieve and shall consist of crushed furnace slag, crushed stone, or crushed gravel. Deleterious material in course aggregate shall not exceed 2% per TxDOT Test Method TEX-217-F. Course aggregate shall be crushed such that a minimum of 85%of the particles have more than one crushed face, unless noted otherwise on the plans. Los Angeles abrasion losses for course aggregate shall not exceed 40%by weight for the surface course and 45%for the binder and base courses per TxDOT Test Method TEX-410-A. Polish Value not less than 30 for aggregate used in the surface course per TxDOT Test Method TEX-438-A. 2.1.2. Fine Aggregate is defined as the fraction passing a No. 10 sieve and shall be of uniform quality. Fine aggregate shall consist of screenings of material that pass the Los Angeles abrasion requirements in paragraph 2.1.1 above. Screenings shall be blended with a maximum of 15% uncrushed aggregate or field sand for Type D mixes, or a maximum of 10%uncrushed aggregate or field sand for Type A, B, and C mixes. Grading of fine aggregate shall be as follows: Sieve Size Percent Passing by Weight No. 10 100 No. 200 0-15 025424 Page 1 of 8 Rev.3-25-2015 DocuSign Envelope ID: E921FEAl-502E-461D-A492-2EOFB27AB587 2.1.3 Filler shall consist of dry stone dust,Portland cement,hydrated lime, or other mineral dust approved by the Engineer. Grading of filler shall be as follows: Sieve Size Minimum Percent Passing by Weight No. 30 95 No. 80 75 No. 200 55 2.2. Reclaimed Asphalt Pavement(RAP). Reclaimed asphalt pavement maybe incorporated into the hot mix asphalt concrete furnished for the project, provided that the mixture is designed per the TxDOT Methods and meets the applicable provisions of said TxDOT Item 340 and this specification. 2.3. Asphalt. Asphalt Material shall be in accordance with Standard Specification Section 025404 "Asphalt, Oils and Emulsions" and AASHTO. 2.3.1. Paving Mixture: APPLICATION ASPHALT GRADE Residential or low volume PG 64-22 Collector Surface Course PG 70-22 Binder Course PG 64-22 Arterial Surface Course PG 76-22 Binder Course PG 64-22 Base Courses PG 64-22 2.3.2. Tack Coat shall consist of an emulsion, SS-1 diluted with equal volume of water and applied at a rate ranging from 0.05 to 0.15 gallon per square yard. 3. PAVING MIXTURE 3.1. Mix Design. The mixture shall be designed in accordance with TxDOT Bulletin C-14 and TxDOT Test Method TEX-204-F to conform to the requirements of this specification. The Contractor shall furnish the mix design for the job-mix to be used for the project,unless shown otherwise on the drawings. The mix design shall be submitted prior to placement of the mixture. The design procedures are actually intended to result at a job-mix with properties in compliance with these specifications,and when properly placed the j ob-mix will be durable 025424 Page 2 of 8 Rev.3-25-2015 DocuSign Envelope ID: E921FEAl-502E-461D-A492-2EOFB27AB587 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: E921FEAl-502E-461D-A492-2EOFB27AB587 * 2-8 when TxDOT Test Method Tex-200-F,Part 11(Washed Sieve Analysis)is used. 3.3. Tolerances. The mixture delivered to the job site shall not vary from the job-mix by more than the tolerances specified below. The gradation of the produced mix shall not fall outside the Master Grading Limits, with the following exceptions: for Type B material coarser than 3/8"and for Type D material coarser than#4. Variations from job-mix shall not exceed the following limits, except as noted above: Item: Tolerances Percent by Weight or Volume 1" to No. 10 Plus or Minus 5.0 No. 40 to No. 200 Plus or Minus 3.0 Asphalt Weight Plus or Minus 0.5 Asphalt Volume Plus or Minus 1.2 3.4. Mix Properties. The mixture shall have a minimum Hveem stability of 40 for Type A, B, and C mixes, and 35 for Type D mixes per TxDOT Test Method TEX-208-F at an optimum density of 96% (plus or minus 1.5) of theoretical maximum density per TxDOT Test Methods TEX-227-F and TEX-207-F. 3.5. Sampling and Testing of Raw Materials. The Contractor shall sample materials as necessary to produce a mix in compliance with these specifications. 4. EQUIPMENT 4.1. MixingPlants. Mixing plants shall be either the weigh batching type or the drum mix type. Both types shall be equipped with satisfactory conveyors, power units, aggregate handling equipment, aggregate screens and bins (weigh batch only), and pollution control devices as required. 4.2. Truck Scales. A set of truck scales, if needed for measurement, shall be placed at a location approved by the Engineer. 4.3. Asphalt Material Heating Equipment. Asphalt material heating equipment shall be adequate to heat the required amount of material to the desired temperature. Agitation with steam or air will not be permitted. The heating apparatus shall be equipped with a recording thermometer with a 24-hour continuous chart that will record the temperature of the asphalt at the highest temperature. 4.4. Surge-Storage System. A surge-storage system may be used provided that the mixture coming out of the bins is of equal quality to that coming out of the mixer. The system shall be equipped with a gob hopper, rotating chute or other devices designed to minimize segregation of the asphalt mixture. 4.5. LUdown 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: E921FEAl-502E-461D-A492-2EOFB27AB587 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 Drying of Aggregates. The feeding of various sizes of aggregate to the dryer shall be done in such a manner that a uniform and constant flow of materials in the required proportions will be maintained. In no case shall the aggregate be introduced into the mixing unit at a temperature in excess of 350 degrees F. 5.3. Proportioning. All materials shall be handled and proportioned in a manner that yield an acceptable mixture as herein specified and as defined by the job-mi 5.4. Mixing. 5.4.1. Weigh Batch Plant. In charging the weigh box and in charging the pugmill from the weigh box, such methods or devices shall be used as necessary to minimize segregation of the mixture. 5.4.2. Drum Mix Plant. The amount of aggregate and asphalt cement entering the mixer and the rate of travel through the mixer shall be coordinated so that a uniform mixture of the desired gradation and asphalt content will be produced. 5.4.3. The mixture produced from each type of plant shall not vary from the j o� b-mix by more than the tolerances and restrictions herein specified. The mixture when discharged from the plant shall have a moisture content not greater than one percent by weight of total mix when determined by TxDOT Test Method TEX-212-F. 5.4.4. The mixture produced from each type of plant shall be at a temperature between 250 and 325 degrees F. After a target mixing temperature has been established, the mixture when discharged from the mixer shall not vary from this temperature by more than 25 degrees F. 6. CONSTRUCTION METHODS 6.1. Construction Conditions. For mat thicknesses greater than 1.5 inches, the asphalt material may be placed with a laydown machine when the air temperature is 40 degrees F and 025424 Page 5 of 8 Rev.3-25-2015 DocuSign Envelope ID: E921FEAl-502E-461D-A492-2EOFB27AB587 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: E921FEAl-502E-461D-A492-2EOFB27AB587 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: E921FEAl-502E-461D-A492-2EOFB27AB587 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: E921FEAl-502E-461D-A492-2EOFB27AB587 SECTION 025608 INLETS 1. DESCRIPTION This specification shall govern for the construction of inlets complete in place and the materials used therein, including the installation, and the furnishing of frames, grates, rings and covers. 2. TYPES The various types of inlets are designated on the drawings by letters or by numbers indicating the particular design of each. Each type shall be constructed in accordance with the details shown on the drawings and to the depth required by the profiles and schedules given. 3. MATERIALS (1) Concrete. Concrete for curb inlets shall be Class "A" concrete conforming to the requirements of City Standard Specification Section 038000 "Concrete Structures", and City Standard Specification Section 030020 "Portland Cement Concrete", except as otherwise provided on the drawings. Concrete for grate inlets, drop inlets and post inlets shall be Class "C" concrete in accordance with City Standard Specification Section 030020 "Portland Cement Concrete". (2) Mortar. Mortar shall be composed of one part Portland cement and two parts clean, sharp mortar sand suitably graded for the purpose by conforming in other respects to the provisions of City Standard Specification Section 030020 'Portland Cement Concrete" for fine aggregate. Hydrated lime or lime putty may be added to the mix but in no case shall it exceed 10 percent by weight of the total dry mix. (3) Reinforcing Steel. Reinforcing Steel shall conform to the requirements of City Standard Specification Section 032020 "Reinforcing Steel". (4) Concrete Blocks. Concrete blocks, when shown on the drawings, shall conform to the requirements of ASTM C 139. (5) Frames, Grates, Rings and Covers. Frames, grates, rings and covers shall conform to the requirements of City Standard Specification Section 055420 "Frames, Grates, Rings and Covers". (6) Cast Iron. Cast iron for supports and inlet units shall conform to the shape and dimensions shown on the plans. The castings shall be clean and perfect, free from sand or blow holes or other defects. Cast iron castings shall conform to the requirements of"Gray Iron Castings" ASTM A 48, Class 30. 025608 Page 1 of 2 Rev.3-25-2015 DocuSign Envelope ID: E921FEAl-502E-461D-A492-2EOFB27AB587 4. CONSTRUCTION METHODS (1) General. All concrete work shall be performed in accordance with the requirements of City Standard Specification Section 038000 "Concrete Structures", unless otherwise specified. Forms will be required for all concrete walls, except where the nature of the surrounding material is such that it can be trimmed to a smooth vertical face. (2) Inlets for Precast Concrete Pipe Sewers. The construction of inlets for precast concrete pipe sewers shall be done as soon as is practicable after sewer lines into or through inlet locations are completed. All sewers shall be cut neatly at the inside face of the walls of inlet and pointed up with mortar. Subgrade under cast-in-place and precast inlets shall be compacted to not less than 95% Standard Proctor density. (3) Inverts. The inverts passing out or through the inlet shall be shaped and routed across the floor of inlet as shown on the plans. This shaping may be accomplished by adding and shaping mortar or concrete after the base is cast or by placing the required additional material with the base. (4) Finishing Complete Inlets. Inlets shall be completed in accordance with the drawings. Backfilling to finish grade elevation with native material, free of debris and compacted to over 95% Standard Proctor density. Backfilling shall be in accordance with the provisions of City Standard Specification Section 022020 "Excavation and Backfill for Utilities". 5. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, inlets shall be measured as individual units by each inlet, complete in place. Extension to inlets will be measured by each extension separately from the inlet. Excavation, backfill, frames, grates, rings and covers will be considered subsidiary to the construction of the inlets. Payments shall be full compensation for furnishing all concrete, reinforcing steel, mortar, castings, frames, grates, rings and covers, and for all other materials, labor, tools, equipment and incidentals required to perform the work prescribed above. 025608 Page 2 of 2 Rev.3-25-2015 DocuSign Envelope ID: E921FEAl-502E-461D-A492-2EOFB27AB587 SECTION 025610 CONCRETE CURB AND GUTTER 1. DESCRIPTION This specification shall consist of Portland cement concrete combined concrete curb and gutter or separate concrete curb with or without reinforcing steel as required, constructed on an approved subgrade or foundation material in accordance with these specifications, in conformity with the lines and grades established by the Engineer and details shown on the drawings. 2. MATERIALS Unless otherwise specified on the drawings, materials and proportions for concrete used in construction under this specification shall conform to the requirements as specified for Class "A" Concrete under City Standard Specification Section 030020 'Portland Cement Concrete". Reinforcing steel shall conform to the requirements as specified in City Standard Specification Section 032020 'Reinforcing Steel". Expansion joint filler shall be redwood material meeting the requirements specified in City Standard Specification Section 038000 "Concrete Structures". 3. CONSTRUCTION METHODS The foundation shall be excavated and shaped to line, grade and cross-section, and hand tamped and sprinkled. If dry, the subgrade or foundation material shall be sprinkled lightly with water and compacted to not less than 98% Standard Proctor density, or as required on the drawings. Flexible base shall be compacted to specified density and moisture immediately before concrete is deposited thereon. Outside forms shall be of wood or metal, of a section satisfactory to the Engineer, straight, free of warp, and of a depth equal to the depth of the curb and gutter. They shall be securely staked to line and grade, and maintained in a true position during the depositing of concrete. Inside forms for the curb shall be approved material, shall be of such design as to provide the curb required, and shall be rigidly attached to the outside forms. For reinforced concrete roadways, all jointing must be reflected through the curb, including redwood expansion joints and construction joints. Driveway gutter shall be placed integrally with the driveway as shown on the City Standard Details. The reinforcing steel shall be placed in position as shown on the typical details. Care shall be exercised to keep all reinforcing steel in its proper location. Concrete for curb and gutter shall be mixed in a manner satisfactory to the Engineer. The curb and gutter shall be placed in sections of the length indicated on the plans, and each section shall be separated by a premolded insert or board joint of cross-section specified for the curb and gutter, and of the thickness indicated on the drawings. 025610 Page 1 of 2 Rev.3-25-2015 DocuSign Envelope ID: E921FEAl-502E-461D-A492-2EOFB27AB587 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 Fonn, 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: E921FEAl-502E-461D-A492-2EOFB27AB587 SECTION 025612 CONCRETE SIDEWALKS AND DRIVEWAYS 1. DESCRIPTION This specification shall consist of sidewalks and driveways, with or without reinforcing steel, composed of Portland cement concrete,constructed as herein specified on an approved subgrade,in conformity with the lines and grades established by the Engineer and the details shown on the drawings. 2. MATERIALS Materials and proportions used in construction under this item shall conform to the requirements as specified for Class"A"concrete under City Standard Specification Section 030020"Portland Cement Concrete". Reinforcing steel shall conform to the requirements as specified in City Standard Specification Section 032020 "Reinforcing Steel". Expansion joint filler shall be redwood meeting the requirements specified in City Standard Specification Section 038000"Concrete Structures". Cap seal shall be "Greenstreak" or approved equal. 3. CONSTRUCTION METHODS The subgrade shall be excavated, compacted and shaped to line, grade and cross-section and hand tamped and sprinkled with water. Subgrade under concrete sidewalks and driveways shall be compacted to not less than 95% Standard Proctor density. The subgrade shall be within 0-3% of optimum moisture content at the time the concrete is placed. Forms shall be of wood or metal, of a section satisfactory to the Engineer, straight, free from warp, and of a depth equal to the thickness of the finished work. They shall be securely staked to line and grade and maintained in a true position during the depositing of concrete. The reinforcing steel shall be placed in position as shown on the drawings. Care shall be exercised to keep all reinforcing steel in its proper location. Driveways shall incorporate the gutter in a unified concrete placement as shown in the City Standard Detail for driveways. Sidewalks shall be constructed in sections of the lengths shown on drawings. Unless otherwise provided by the drawings,no section shall be of a length less than 8 feet, and any section less than 8 feet shall be removed by the Contractor at his own expense. 025612 Page 1 of 2 Rev.3-25-2015 DocuSign Envelope ID: E921FEAl-502E-461D-A492-2EOFB27AB587 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 j ointing 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: E921FEAl-502E-461D-A492-2EOFB27AB587 SECTION 025614 CONCRETE CURB RAMPS 1. DESCRIPTION This specification shall govern all work necessary for constructing Concrete Curb Ramps required to complete the project. 2. MATERIALS Concrete shall be Class "A" in accordance with Section 030020"Portland Cement Concrete"of the City Standard Specifications. Reinforcement shall be 4x4 -W2.9xW2.9 welded wire fabric or#4 steel reinforcing bars spaced at 12 inches each way in accordance with Section 032020 "Reinforcing Steel" of the City Standard Specifications. 3. CONSTRUCTION METHODS The subgrade shall be shaped to line, grade and cross-section, and shall be of uniform density and moisture when concrete is placed. The subgrade shall be hand tamped and sprinkled with water to achieve the desired consistency and uniform support. Subgrade compaction shall not be less than 95% Standard Proctor density. Ramps shall be constructed of Class "A" concrete to line and section as shown on the plans. Unless shown otherwise on the drawings, ramps shall have a minimum concrete thickness in excess of 5 inches, prior to application of the detectable warning surfacing. Slopes, S, shall be as follows, unless shown otherwise on the drawings: RAMPS Ramp in direction of travel . . . . . S < 1:12 Side slope of ramp (flare) . . . . . S < 1:10 Cross slope . . . . . . . . . . . . . 1:100 < S < 1:50 ADJOINING AREAS Landings adjacent to ramp . . . . . . S < 1:20 Driveways abutting tied sidewalks . . S < 1:10 Width of ramp shall be 60 inches(minimum),exclusive of flare,unless specifically shown otherwise on the drawings. No ramp shall be less than 36 inches wide under any circumstances. Obstructions 025614 Page 1 of 2 Rev.3-25-2015 DocuSign Envelope ID: E921FEAl-502E-461D-A492-2EOFB27AB587 shall be removed or relocated, as appropriate, or the location of the ramp may be shifted, if authorized. Detectable warning surface shall be polymer composite material detectable warning panels as shown on the drawings. Surfacing shall be flush with abutting areas and placed using a template as required to achieve an esthetic well-defined edge. Surfacing shall be subsidiary work and will not be measured for separate pay. Pavement markings for street crossings shall be placed such that the crosswalk is properly aligned with respect to the curb ramp. See striping details for proper alignment of pavement markings with respect to intersection and curb ramp. Properly constructed curb ramp shall be true to line, section and grade, and shall be free of loose material and irregularities. 4. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form,concrete curb ramps shall be measured by the horizontal square foot of ramp surface area, including side flares when used. Adjoining curbs, gutters, sidewalks, and driveways will be excluded from said measurement. Payment shall include, but not be limited to, subgrade preparation, formwork, concrete, rebar, detectable warning surfaces, borders,molding and curing required to complete the curb ramp, and shall be full compensation for all labor, materials, equipment and incidentals required to complete the work. 025614 Page 2 of 2 Rev.3-25-2015 DocuSign Envelope ID: E921FEAl-502E-461D-A492-2EOFB27AB587 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 conforining to ASTM Designation: C150, modified as follows: Unless otherwise specified by the Engineer, the specific surface area of Type I and 11 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 11 cement shall be used unless Type 11 is specified on the plans. Except when Type 11 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: E921FEAl-502E-461D-A492-2EOFB27AB587 Cement remaining in storage for a prolonged period of time may be retested and rejected if it fails to conform to any of the requirements of these specifications. (2) Mixing Water Water for use in concrete and for curing shall be in accordance with City Standard Specification Section 030020 "Portland Cement Concrete". (3) Coarse Aggregate_ Coarse aggregate for use in concrete mixture shall be in accordance with City Standard Specification Section 030020 "Portland Cement Concrete", Grade No. 2. (4) Fine Aggregate Fine aggregate for use in concrete mixture shall be in accordance with City Standard Specification Section 030020 "Portland Cement Concrete", Grade No. 1. (5) Mineral Filler Mineral filler shall consist of stone dust, clean crushed sand, or other approved inert material. (6) Mortar(Grout) Mortar for repair of concrete pavements shall consist of 1 part cement, 2 parts finely graded sand, and enough water to make the mixture plastic. When required to prevent color difference, white cement shall be added to produce the color required. When required by the Engineer, latex adhesive shall be added to the mortar. (7) Admixtures Calcium chloride will not be permitted. Unless otherwise noted, air-entraining, retarding and water-reducing admixtures may be used in all concrete and shall conform to the requirements of City Standard Specification Section 030020 "Portland Cement Concrete". (8) Reinforcing 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: E921FEAl-502E-461D-A492-2EOFB27AB587 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 3of5 Rev.3-25-2015 DocuSign Envelope ID: E921FEAl-502E-461D-A492-2EOFB27AB587 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 Stren h Stren h Ratio A ue�Tate P* 450 psi(7 days) 3200 psi(7 days) 5.6 gal./sack No.2(1%') 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: E921FEAl-502E-461D-A492-2EOFB27AB587 Mixing conditions shall conform to the requirements of City Standard Specification Section 030020 "Portland Cement Concrete". 9. MIXING AND MIXING EQUIPMENT Mixing and mixing equipment shall conform to the requirements of City Standard Specification Section 030020 "Portland Cement Concrete". 10. READY-MIX PLANTS The requirements for ready-mix plants shall be as specified in City Standard Specification Section 030020 "Portland Cement Concrete". 11. PLACING, CURING AND FINISHING All subsurface utilities must be inspected, tested, and accepted prior to any paving. Subgrade preparation shall be as specified on the plans. The placing of concrete, including construction of forms and falsework, curing and finishing shall be in accordance with City Standard Specification Section 038000 "Concrete Structures". For membrane curing, curing material shall conform to Type 2, Class A curing compound, or as otherwise shown on the drawings. 12. JOINTS IN CONCRETE PAVEMENT The placing of joints in concrete pavement shall be in accordance with City Standard Specification Section 038000 "Concrete Structures" and as detailed on the drawings. 13. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, the quantities of concrete for concrete pavement(s), which will constitute the completed and accepted pavement(s) in-place, will be measured by the square yard or square foot for the indicated thickness and type of cement. Payment shall be full compensation for furnishing, hauling, mixing, placing, curing and finishing all concrete; all grouting and pointing; furnishing and placing reinforcing steel and steel dowels as shown on the plans; furnishing and placing drains; furnishing and placing metal flashing strips; furnishing and placing expansion joint material, joint filler and sealants, and contraction (control) joints required by this specification or shown on the plans; and for all forms and falsework, labor, tools, equipment and incidentals necessary to complete the work. Any paving placed prior to inspection, testing, and acceptance of underground utilities may be rejected by the City and will be replaced at the Contractor's expense after correcting any subsurface utility defects. 025620 Page 5of5 Rev.3-25-2015 DocuSign Envelope ID: E921FEAl-502E-461D-A492-2EOFB27AB587 SECTION 025802 TEMPORARY TRAFFIC CONTROLS DURING CONSTRUCTION 1. DESCRIPTION This specification shall govern all work required for Temporary Traffic Controls during construction. The work shall include furnishing, installing, moving, replacing, and maintaining all temporary traffic controls including, but not limited to, barricades, signs, barriers, cones, lights, signals, temporary detours, temporary striping and markers, flagger, temporary drainage pipes and structures, blue business signs, and such temporary devices as necessary to safely complete the project. 2. MATERIALS Traffic control devices shall conform to the latest edition of the "Texas Manual on Uniform Traffic Control Devices",unless indicated otherwise on the Traffic Control Plan. 3. METHODS Sufficient traffic control measures shall be used to assure a safe condition and to provide a minimum of inconvenience to motorists and pedestrians. If the Traffic Control Plan (TCP) is included in the drawings, any changes to the TCP by the Contractor shall be prepared by a Texas licensed professional engineer and submitted to the City Traffic Engineer for approval, prior to construction. If the TCP is not included in the drawings, the Contractor shall provide the TCP prepared by a Texas licensed professional engineer and submit the TCP to the City Traffic Engineer for approval,prior to construction. The Contractor is responsible for implementing and maintaining the traffic control plan and will be responsible for furnishing all traffic control devices, temporary signage and ATSSA certified flaggers. The construction methods shall be conducted to provide the least possible interference to traffic so as to permit the continuous movement of traffic in all allowable directions at all times. The Contractor shall cleanup and remove from the work area all loose material resulting from construction operations at the end of each workday. All signs, barricades, and pavement markings shall conform to the BC standard sheets, TCP sheets and the latest version of the "Texas Manual on Uniform Traffic Control Devices". The Contractor may be required to furnish additional barricades, signs, and warning lights to maintain traffic and promote motorists safety. Any such additional signs and barricades will be considered subsidiary to the pay item for traffic control. All signs, barricades, and posts will be either new or freshly painted. The contractor and any traffic control subcontractor must be ATSSA certified for Traffic Control. 025802 Page 1 of 3 Rev.10-30-2014 DocuSign Envelope ID: E921FEAl-502E-461D-A492-2EOFB27AB587 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 24* t ...... A.. � ..A. ....w IW I VANDARIN GARDIN ------------ 4. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Forin, temporary traffic controls during construction shall be measured as a lump sum. Payment shall include, but not be limited to, furnishing, installing, moving, replacing and maintaining all temporary traffic controls including, but not limited to, barricades, signs, barriers, cones, lights, signals, temporary striping and markers, flaggers, removable and non-removable work zone pavements markings and signage, channelizing devices, temporary detours, temporary flexible-reflective roadway marker tabs, temporary traffic markers, temporary drainage pipes and structures, blue business signs, and such temporary devices and relocation of existing signs and devices. Payment shall be full compensation for all labor, equipment, materials, personnel, and incidentals necessary to provide a safe condition during 025802 Page 2 of 3 Rev.10-30-2014 DocuSign Envelope ID: E921FEAl-502E-461D-A492-2EOFB27AB587 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 3of3 Rev.10-30-2014 DocuSign Envelope ID: E921FEAl-502E-461D-A492-2EOFB27AB587 SECTION 025803 TRAFFIC SIGNAL ADJUSTMENTS 1. DESCRIPTION This specification shall govern all work for Traffic Signal Adjustments required to complete the project. 2. MATERIALS All equipment and materials for adjustments shall be provided by the Contractor, unless indicated otherwise on the drawings. 3. METHODS The existing signal controls shall be maintained by the Contractor. Transferring control of the adjusted signal control shall be done by the Contractor. A minimum of 72 hours advance notice shall be provided to the City Traffic Engineer by the Contractor, prior to transferring control of the adjusted signal control or any other interim signal adjustments necessary to control traffic,unless otherwise noted on the drawings. Manual traffic direction by the City Police Department shall be arranged and provided for by the Contractor at any signalized intersection at any time that signal control must be interrupted. The Contractor shall arrange for a representative from the City's Traffic Signals Division to be on site to inspect the process of signal control transfer, during the work. 4. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, traffic signal adjustments will not be measured for pay,but shall be considered subsidiary to other work. 025803 Page 1 of 1 Rev.10-30-2014 DocuSign Envelope ID: E921FEAl-502E-461D-A492-2EOFB27AB587 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 S acin Length of Stripe Straight 80 feet (approximate) 24 inches Curve<2 80 feet(maximum) 24 inches Curve>2 40 feet(maximum) 24 inches The spacing of stripes may be modified by the Engineer. However, the maximum spacing specified above shall not be exceeded in any case. 025805 Page 1 of 2 Rev.10-30-2014 DocuSign Envelope ID: E921FEAl-502E-461D-A492-2EOFB27AB587 The Contractor will be responsible for maintaining the work zone pavement markings for a maximum period of two weeks. If, however, the Contractor is also responsible for placing the standard pavement markings, the Contractor will be responsible for maintaining the work zone pavement markings until permanent pavement markings are in place. 7. REMOVAL. Where removal is required, it will be accomplished in accordance with instructions of the Engineer or as called for on the drawings. 8. MEASUREMENT AND PAYMENT. Unless otherwise specified on the Bid Form, work zone pavement markings shall not be measured and paid for separately, but shall be considered subsidiary to the appropriate bid item. 025805 Page 2 of 2 Rev.10-30-2014 DocuSign Envelope ID: E921FEAl-502E-461D-A492-2EOFB27AB587 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 thennoplastic. Type II Pavement Marking Materials shall be in accordance with TxDOT Departmental Material Specification DMS-8200 "Traffic Paint" and are not to be used for roadway markings except as primer/sealer for Type 1 markings. Type II Pavement Markings shall be allowed for parking facilities if called for in the plans. Glass Traffic Beads shall be drop-on glass beads conforming to TxDOT Departmental Material Specification DMS-8290 "Glass Traffic Beads". 3. CONSTRUCTION METHODS 3.1 Weather Limitations - Pavement marking shall be performed only when the existing surface is dry and clean, when the atmospheric temperature is above 40°F., and when the weather is not excessively windy, dusty, or foggy. The suitability of the weather will be determined by the Engineer. 3.2 Equipment-All equipment for the work shall be approved by the Engineer and shall include the apparatus necessary to properly clean the existing surface, and mechanical marking machine, and such auxiliary hand painting equipment as may be necessary to satisfactorily complete the job. The mechanical marker shall be an approved atomizing spray-type marking machine suitable for application of pavement markings. It shall produce an even and uniform film thickness at the required coverage and shall be designed so as to apply markings of uniform cross-sections and clear-out edges without running of spattering and within the limits for straightness set forth herein. 025807 Page 1 of 3 Rev.10-30-2014 DocuSign Envelope ID: E921FEAl-502E-461D-A492-2EOFB27AB587 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 then-noplastic, 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 Ali mng gents - Suitable layouts and lines of proposed stripes shall be spotted in advance of the marking application. Control points shall be spaced at such intervals as will insure accurate location of all markings. The Contractor shall provide an experienced technician to supervise the location, alignment, layout, dimensions, and application of the markings. At least 72 hours prior to applying the permanent pavement markings, the Contractor shall notify the Engineer and City Construction Inspector to obtain City approval for the location, alignment and layout of the pavement markings. 3.5 Application - Markings shall be applied at the locations and to the dimensions and spacing indicated on the plans or as specified. Markings shall not be applied until the layouts, indicated alignment, and the condition of the existing surface have been approved by the Engineer. In the application of straight stripes, any deviation of the edges exceeding 1/2 inch in 50 feet shall be obliterated and the marking corrected. The width of the markings shall be as designated within a tolerance of 5%. All markings shall be performed to the satisfaction of the Engineer. Paint shall be applied uniformly by suitable equipment at a rate of not less than 105 or more than 115 square feet per gallon. The Contractor shall furnish a certified report on the quality of materials ordered for the work. This report shall not be interpreted as a basis for final acceptance. The Engineer shall be notified upon arrival of shipment for inspecting and sampling of the materials. When required, all emptied containers shall be returned to the paint material storage or made available for tallying by the Engineer. The containers shall 025807 Page 2 of 3 Rev.10-30-2014 DocuSign Envelope ID: E921FEAl-502E-461D-A492-2EOFB27AB587 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: E921FEAl-502E-461D-A492-2EOFB27AB587 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: E921FEAl-502E-461D-A492-2EOFB27AB587 (6) Moisture. Pavement to which the material is to be applied shall be completely dry. When questionable, pavements will be considered dry if, on a sunny day after observation for 15 minutes, no condensation occurs on the underside of a one (1) square foot piece of clear plastic that has been placed on the pavement and weighted down on the edges. (7) Temperature. Pavement and ambient air temperature requirements recommended by the material manufacturer shall be observed. If no temperature requirements are established by the materials manufacturer,material will not be placed if the pavement temperature is below 60 degrees F or if it is above 120 degrees F. (8) Clean-Up. At all times,the project site shall be kept free of all unnecessary traffic hazards. Upon completion of the work, the Contractor shall remove all rubbish from the work site, and shall clean and restore the area to a manner acceptable to the Engineer. Also,all damage done by the Contractor during the prosecution of the work must be repaired. Before acceptance, the work site must be neat and in a presentable condition throughout. No extra compensation will be allowed for fulfilling these clean-up requirements. 5. PERFORMANCE (1) Adhesion. Installed pavement markings shall adhere to the pavement sufficiently to prevent lifting, shifting, smearing, spreading, flowing or tearing by traffic. (2) Appearance. In addition to complying with all requirements listed herein, pavement markings shall present a neat,uniform appearance,and shall be free of unsightly conditions. Markings shall be free of ragged edges,misshapen lines or contours,and splices in transverse markings. (3) Visibility. The pavement marking material,in place on the roadway,shall have uniform and distinctive retro-reflectance when observed in accordance with TxDOT Test Method Tex- 828-B. (4) Observation Period. All material, workmanship and labor furnished shall be covered by manufacturer's guarantee and/or warranty for a period of 12 months commencing on the final delivery date of the materials. Pavement markings that fail to meet all requirements of this specification shall be removed and replaced at the expense of the Contractor within 30 working days following notification by the Engineer of such failure. All replacement pavement markings shall also meet all requirements of this specification for the same warranty period after installation. 025813 Page 2 of 3 Rev.3-25-2015 DocuSign Envelope ID: E921FEAl-502E-461D-A492-2EOFB27AB587 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: E921FEAl-502E-461D-A492-2EOFB27AB587 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: E921FEAl-502E-461D-A492-2EOFB27AB587 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: E921FEAl-502E-461D-A492-2EOFB27AB587 DEPARTMENTAL MATERIALS SPECIFICATION PAVEMENT MARKERS(REFLECTORIZED) DMS - 4200 PAVEMENT MARKERS (REFLECTORIZED) EFFECTIVE DATE:JANUARY 2010 4200.1. Description. This Specification governs for the pre-qualification, testing, and field evaluation requirements for reflectorized pavement markers (RPMs). 4200.2. Units of Measurements. The values given in parentheses (if provided) are not standard and may not be exact mathematical conversions. Use each system of units separately. Combining values from the two systems may result in nonconformance with the standard. 4200.3. Material Producer List. The Materials and Pavements Section of the Construction Division (CST/M&P) maintains the Material Producer List (MPL) of all materials conforming to the requirements of this specification. Materials appearing on the MPL, entitled "Jiggle Bar Tiles, Pavement Markers, and Traffic Buttons,"require no further testing, unless deemed necessary by the Project Engineer or CST/M&P. 4200.4. Bidders' and Suppliers' Requirements. Before any material is allowed for use on Department projects, it must be of manufacture and product code or designation shown on the MPL. 4200.5. Pre-Qualification Procedure. The pre-qualification procedure consists of several steps, listed below, which are described in more detail in the following subsections: • Pre-qualification request, • Laboratory testing, • Field testing, • Provisional qualification, • Project evaluations, • Full qualification, • Periodic evaluation, • Disqualification, and • Re-Qualification. CST/M&P will provide notification at the completion of each step and will require confirmation from the supplier's contact person before proceeding to the next step. Costs of sampling and testing are normally borne by the Department; however, the costs to sample, test, and conduct field evaluations for materials failing to conform to the requirements of this specification are borne by the supplier. This cost will be assessed at the rate established by the Director of CST/1\4&P and in effect at the time of testing and will be billed directly to the Contractor or supplier. TEXAS DEPARTMENT OF TRANSPORTATION 1-7 EFFECTIVE DATE:JANUARY 2010 DocuSign Envelope ID: E921FEAl-502E-461D-A492-2EOFB27AB587 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/M&P with 350 RPMs of each color and type for laboratory and field testing. Submit materials for laboratory testing and field evaluations at no cost to the Department. CST/M&P will acknowledge receipt of materials and specify a tentative completion date for laboratory testing. CST/M&P will test RPMs in accordance with Article 4200.6 and will send notification of results once laboratory testing is complete. If laboratory testing conducted by TxDOT or by NTPEP shows RPMs do not meet the requirements of this specification, evaluation will cease, and RPMs will not be qualified. Suppliers may resubmit materials for qualification after providing documentation identifying the cause and corrective action taken. C. Field Testing. Upon satisfactory completion of laboratory testing, CST/M&P will specify the location of one or more roadways selected for the 12-month field test and suggested application dates. The roadways will include: • a concrete surface, • a hot-mix asphalt surface, and • a Grade 3 sealcoat. The concrete and asphalt roadways will be full-access controlled freeways with a minimum average daily traffic (ADT) count of 35,000 vehicles, a minimum of 20% average daily truck traffic volume, and a minimum posted speed limit of 65 mph. The Grade 3 road test will be conducted on a four-lane divided highway with a minimum ADT count of 4,000 vehicles per lane, a minimum of 20% average daily truck traffic volume, and a minimum posted speed limit of 50 mph. Providing NTPEP test results meeting the requirements of this specification may replace the concrete and hot-mix asphalt field tests on a deck for deck basis. If TxDOT or NTPEP field testing shows RPMs do not meet the requirements of this specification, evaluation will cease, and RPMs will not be qualified. Suppliers may TEXAS DEPARTMENT OF TRANSPORTATION 2-7 EFFECTIVE DATE:JANUARY 2010 DocuSign Envelope ID: E921FEAl-502E-461D-A492-2EOFB27AB587 DEPARTMENTAL MATERIALS SPECIFICATION PAVEMENT MARKERS(REFLECTORIZED) resubmit materials for qualification after providing documentation identifying the cause and corrective action taken. 1. NTPEP Testing. Submit NTPEP test data to CST/M&P for review if available. CST/M&P will acknowledge receipt of NTPEP data and will provide results of review within one month of receipt. The 12-month NTPEP test results for the pre-qualification of RPMs must meet the following: • all the requirements specified in ASTM D 4280 for the tests performed by NTPEP; • a retention rate equal or greater than 90 % of the placed RPMs (excluding the RPMs removed for testing); • a visual evaluation of 3 or greater, as defined by the most recent NTPEP Project Work Plan for Field Evaluations of Raised Pavement Markers and Marker Adhesives, for the marker case and marker lens for a minimum of 90 % of the placed RPMs (excluding the RPMs removed for testing); and • the minimum retroreflectivity values required after 12 months on the roadway listed in Table 1. 2. Application. Provide the name of the contractor, the traffic control plan, and the manufacturer and product code for the adhesive at least two weeks prior to the application for CST/M&P review and approval. CST/M&P will confirm the date and location of the field evaluation installation and resolve any problems as necessary. CST/M&P will provide between fifty and one hundred RPMs of each submitted type for application from the samples submitted for laboratory testing. Testing of submitted markers occurs concurrently with a set of control RPMs, for compliance with the requirements of this specification. Control markers are those RPMs currently listed on the MPL; if the MPL is reorganized and no marker exists to act as a control, an RPM that has undergone the most recent NTPEP testing on both asphalt and concrete will be used. Supplier is responsible for application of the RPMs in the presence of CST/M&P. Application must meet all Department specifications for RPM application and traffic control as well as the manufacturer's recommendations. Notify CST/M&P of any problems or concerns with the installation within one week of application and request a re-installation, if necessary. 3. Evaluation. CST/M&P will notify supplier of a suggested date for field testing evaluation at least one month prior to completion of the 12-month field trial. Provide the name of the contractor and traffic control plan for the evaluation at least 2 weeks prior to the scheduled evaluation date. Materials must meet the following requirements: a. Retention Rate. The retention rate of the test RPMs must be no less than 5% below that of the control RPMs. TEXAS DEPARTMENT OF TRANSPORTATION 3-7 EFFECTIVE DATE:JANUARY 2010 DocuSign Envelope ID: E921FEAl-502E-461D-A492-2EOFB27AB587 DEPARTMENTAL MATERIALS SPECIFICATION PAVEMENT MARKERS(REFLECTORizED) b. Body Damage. The test RPMs must not exhibit discoloration or body damage exceeding that of the control RPMs. They must not exhibit a repetitive form of damage or mode of failure (indicative of a design flaw) in a large percentage of the test RPMs. Body damage will be visually assessed according to NTPEP criteria. c. Functionality. Four RPMs placed at 80 foot spacing or eight RPMs placed at 40 foot spacing must be functional when viewed at night from a vehicle using the low beam headlight setting. They must be functional when viewed at a minimum distance of approximately 400 ft. in the daytime. A functional marker is both visible and conspicuous. d. Retroreflectivity. CST/M&P will remove twenty test RPMs from the pavement to undergo laboratory testing for retroreflectivity in accordance with Tex-842-B. Fifteen of the twenty RPMs pulled must pass the minimum reflective values shown in Table 1 (measured at 0.2° observation angle and 0° horizontal entrance angle). Table 1 Minimum Retroreflectivity(cd/fc)After 12 Months on the Roadway Face 12 Mo. Crystal 1.0 Amber 0.7 Red 0.2 D. Provisional Qualification. CST/M&P will grant provisional qualification after successful completion of the laboratory and field evaluations including NTPEP testing, when applicable. CST/M&P will send notification of provisional qualification, including the date of placement on the MPL, within one month after completion of the field evaluations. Failure to complete all project evaluation requirements successfully is grounds for cancellation of provisional qualification. E. Project Evaluation. Once the material is provisionally qualified and listed on the MPL, provide CST/M&P with project information for the first three jobs supplied with the RPMs and additional projects if requested. RPMs must meet the same performance criteria as for the field evaluation to receive full qualification. CST/M&P will return the project evaluation results after the 12-month evaluation of each project. 1. Full Qualification. CST/M&P will grant full pre-qualification and continue to list materials meeting all requirements of this specification on the MPL. Pre-qualification requires extensive field evaluations. It is critical that no significant changes are made to the RPMs' composition,manufacturing process, or design during or after pre-qualification without notifying CST/M&P. It is also critical that the RPMs provided be uniform, with minimum variations from marker to marker. Significant changes not reported by the manufacturer or variations in product, as determined by the Director of CST/M&P, may be cause for removal from the MPL. TEXAS DEPARTMENT OF TRANSPORTATION 4-7 EFFECTIVE DATE:JANUARY 2010 DocuSign Envelope ID: E921FEAl-502E-461D-A492-2EOFB27AB587 DEPARTMENTAL MATERIALS SPECIFICATION PAVEMENT MARKERS(REFLECTORIZED) 2. Failure. CST/M&P will revoke provisional qualification for RPMs that do not meet the performance criteria and will remove the RPMs from the MPL. Producers not qualified under this Specification may not furnish materials for Department projects and must show evidence of correction of all deficiencies before reconsideration for qualification. F. Periodic Evaluation.Periodic evaluation consists of random department-initiated laboratory testing, audits, and periodic required submittals or field testing. 1. Department-Initiated Laboratory Testing and Audits. The Department may conduct random sampling (per Tex-729-I) and testing on pre-qualified RPMs to identify changes in the material or nonconformity in production and to perform random audits of test reports. 2. Required Submittals or Field Testing. Every 5 years,provide NTPEP data showing continued compliance with the requirements of this specification. G. Disqualification. Causes for disqualification and removal from the MPL include,but are not limited to, the following: • material fails to meet the requirements stated in this specification; • the producer fails to report changes in the composition, manufacturing process, or design to CST/1\4&P; • the producer has unpaid charges for failing samples; or • qualified RPMs demonstrate repeated and large-scale performance problems in the field. H. Re-Qualification. Suppliers disqualified and removed from the MPL may submit materials for requalification after submitting documentation identifying the cause of the problem and corrective action taken. 4200.6. Material Requirements. All RPMs must meet all requirements, except for requirements specified for a specific type. A. Reflectorized Types. • Type I-A must contain one face that reflects amber light. The body, other than the reflective face, must be yellow. • Type I-C must contain one face that reflects white light. The body, other than the reflective face, must be white or silver-white. • Type I-R must contain one face that reflects red light. The body, other than the reflective face, must be white or silver-white. • Type II-A-A must contain two reflective faces oriented 180° to each other, each of which must reflect amber light. The body, other than the reflective faces, must be yellow. TEXAS DEPARTMENT OF TRANSPORTATION 5-7 EFFECTIVE DATE:JANUARY 2010 DocuSign Envelope ID: E921FEAl-502E-461D-A492-2EOFB27AB587 DEPARTMENTAL MATERIALS SPECIFICATION PAVEMENT MARKERS(REFLECTORIZED) • Type Il-C-R must contain two reflective faces oriented 180° to each other, one of which must reflect white light and one of which must reflect red light. The body, other than the reflective faces, must be white or silver-white. B. Appearance Requirements. The outer surface of the RPMs must be smooth except for the molding or stamping of the manufacturer's unique imprint. All corners and edges exposed to traffic must be rounded. C. Optical Requirements. The RPMs must be capable of providing amber, red, or white light reflection as required by the requisition or plans. The reflected light of each reflective face must conform to the minimum reflective specific intensity (SI) requirements listed in Table 2, measured in candelas per foot-candle (cd/fc). Table 2 Minimum SI per Reflective Face at 0.2°Observation Angle(cd/fc) Horizontal Entrance Angle Crystal Amber Red 00 3.00 2.00 0.75 200 1.50 1.00 0.30 D. Physical Requirements. When tested in accordance with Tex-434-A, the minimum strength of five markers must be 2,000 lb. with none exhibiting a deformation of more than 0.125 in. before achieving the minimum strength. A random sample of five markers will be tested in accordance with Tex-434-A. The average compression results must have a quality index value equal to or greater than 1.23. The quality index value will be calculated from the lower specification limit of 2,000 lb. load. The following equation is used to determine the quality index value: QL = (X — LSL) l s Where: QL= quality index value X= average result from test LSL=lower specification limit s = standard deviation from test. E. Heat Resistance. The RPMs must show no change in physical or optical properties when subjected to the requirements of Tex-846-13. 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. TEXAS DEPARTMENT OF TRANSPORTATION 6-7 EFFECTIVE DATE:JANUARY 2010 DocuSign Envelope ID: E921FEAl-502E-461D-A492-2EOFB27AB587 DEPARTMENTAL MATERIALS SPECIFICATION PAVEMENT MARKERS(REFLECTORIZED) F. Impact Test. The RPMs will be impact tested during the pre-qualification process. They will be impacted with a 20-1b. weight in the form of a 2-in. solid right-circular cylinder with a flat impact face having rounded edges falling freely through a vertical guide. The RPMs will be impacted while resting on a solid, flat, steel plate that is at least 1/2 in. thick. The RPMs will be tested at increasing heights until failure occurs. Failure will occur when the lens or body cracks. The height at which failure occurs -6 in. will be the acceptance threshold for RPMs supplied after pre-qualification. 4200.7. Archived Versions. Archived versions are available. TEXAS DEPARTMENT OF TRANSPORTATION 7-7 EFFECTIVE DATE:JANUARY 2010 DocuSign Envelope ID: E921FEAl-502E-461D-A492-2EOFB27AB587 DEPARTMENTAL MATERIALS SPECIFICATION BITUMINOUS ADHESI VE FOR PAVEMENT MARKERS DMS - 6130 BITUMINOUS ADHESIVE FOR PAVEMENT MARKERS EFFECTIVE DATE:JANUARY 2008 6130.1. Description. This Specification establishes the requirements for bituminous type hot- melt adhesive used for the placement of pavement markers. Two types are addressed: standard bituminous marker adhesive consisting of an asphalt base with homogeneously mixed mineral filler; and flexible bituminous marker adhesive consisting of a highly polymer modified asphalt. Either adhesive must be suitable for bonding ceramic and plastic markers to hydraulic cement concrete, asphaltic concrete, and chip-sealed road surfaces and be applicable when road surface and marker temperatures are in the approximate range of 4-71'C (40-160°F). The composition of the adhesive must be such that its properties will not deteriorate when heated to and applied at temperatures up to 218°C (425°F)using either air or oil-jacketed melters. 6130.2. Units of Measurements. The values given in parentheses (if provided) are not standard and may not be exact mathematical conversions. Use each system of units separately. Combining values from the two systems may result in nonconformance with the standard. 6130.3. Material Requirements. A. Adhesive Properties. The adhesive must be smooth and homogeneous, containing no visible particles, and must comply with the requirements in Table 1. Table 1 Adhesive Properties Material Standard Adhesive Flexible Adhesive Property Test Method min max min max Softening Point, °F ASTM D 36 200 200 Penetration, 100 g,5 s,25°C(7717), 0.1 mm ASTM D 5 10 20 15 254 Flow,5 hr.,70°C(158°F),mm 5 54 Heat Stability Flow,5 hr., 70°C(158°F),mm 5 5 Viscosity, 10 rpm,204°C(400°F),Pa-s 7.5 7.5 Flash Point,C.O.C., °F ASTM D 92 550 550 Ductility, 5 cm/min,77°F,cm AASHTO T 51 - 15 - Flexibility, 1 in. mandrel,90°bend, 10 s ASTM D 3111 pass 1.Exception to ASTM D 5329;heat the sample as described in ASTM D 5, Section 7.1. 2.Exception to ASTM D 5329;condition the sample as described in"Test Methods." 3.As modified in"Test Methods" 4.Maximum penetration of 30 is allowed provided the result of the flow test is less than l mm. TEXAS DEPARTMENT OF TRANSPORTATION 1—3 LAST REVIEWED:SEPTEMBER 2014 DocuSign Envelope ID: E921FEAl-502E-461D-A492-2EOFB27AB587 DEPARTMENTAL MATERIALS SPECIFICATION BITUMINOUS ADHESI VE 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 o.325) 75 -- Section 6130.4. 75 µm(No.200) 95 -- 100 -- 150 pm(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 10.01 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: E921FEAl-502E-461D-A492-2EOFB27AB587 DEPARTMENTAL MATERIALS SPECIFICATION BITUMINOUS ADHESI VE 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: E921FEAl-502E-461D-A492-2EOFB27AB587 SECTION 026201 WATERLINE RISER ASSEMBLIES 1. DESCRIPTION This specification shall govern all work and materials required for proper installation of riser assemblies for waterline testing. 2. MATERIALS Riser assemblies for 4" diameter and larger waterlines shall consist of(in order): M. J. Plug or Cap, drilled and tapped(2") 2" x 6" Galvanized Nipple 2" Galvanized 90"Bend 2" x 3' Galvanized Nipple 2" Straight Coupling 2" x 3' Galvanized Nipple 2" Brass Gate Valve 3. CONSTRUCTION METHODS The Contractor shall install riser assemblies on each end of waterlines to be tested. Note that this includes all 2" service connections. The assembly shall be wrapped in polyethylene, and concrete thrust blocking shall be applied at the base. After the line is tested and ready for connection to the existing water system, the Contractor shall remove the riser assembly. The riser assemblies shall remain the property of the Contractor. 4. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, waterline riser assemblies shall not be measured for payment. Payment for materials and labor shall be considered subsidiary to the payment for the waterline pipe. 026201 Page 1 of 1 Rev.10-30-2014 DocuSign Envelope ID: E921FEAl-502E-461D-A492-2EOFB27AB587 SECTION 026202 HYDROSTATIC TESTING OF PRESSURE SYSTEMS 1. DESCRIPTION This specification shall govern all work necessary for hydrostatic testing the completed pressure system. The Contractor shall provide all tools, equipment, materials, labor, etc., as necessary, except as noted, and accomplish all testing under this specification. 2. MATERIALS Water for filling the line and making tests will be furnished by the Contractor through a standard meter connection. A meter and gauges for testing shall be supplied by the Contractor. A test pump with appropriate connector points as approved by the Water Superintendent for the installation of meter and gauge shall be furnished by the Contractor. The meter shall be directly connected to the main or pipe being tested by the use of copper tubing or an approved reinforced hose. The meter shall be protected against extreme pressures by the use of a one-inch (I") safety relief valve set at the test pressure plus ten pounds per square inch(psi) and furnished by the Contractor. 3. TEST PROCEDURE Tests shall be made only after completion of backfill as specified, and not until at least thirty-six (36) hours after the last concrete thrust block has been cast. Contractor shall coordinate hydrostatic testing with the proposed construction sequencing and phasing. Each section of pipeline shall be slowly filled with water and the specified test pressure, measured at the point of lowest elevation, shall be applied. During the filling of the pipe and before applying the specified test pressure, all air shall be expelled from the pipeline. During the test, all exposed pipe, fittings, valves,hydrants and joints shall be carefully examined. If found to be leaking, they shall be corrected immediately by the Contractor. If the leaking is due to cracked or defective material, the defective material shall be removed and replaced by the Contractor with sound material. All pipes shall be subjected to two hydrostatic tests. The first hydrostatic test shall be a two-hour test at a pressure of 150 psi. The second test shall be no less than 48 hours after successful completion of the first hydrostatic test. The second hydrostatic test shall be for a 24-hour period at City operating pressure for waterlines or at 50 psi for wastewater force mains and effluent lines. 026202 Page 1 of 2 Rev.10-30-2014 DocuSign Envelope ID: E921FEAl-502E-461D-A492-2EOFB27AB587 The maximum allowable leakage shall be as follows: Ductile Iron Pipe, AWWA C600 L= SD P "_ or L=NDP 133,200 7,400 Asbestos - Cement Pipe,AWWA C603 L=ND P - 4,000 i4,000 PVC Pipe -Uni-bell equation 99 L=ND P - 7,400 i7,400 WHERE: L=Maximum Allowable Leakage (gallons/hour) S =Length of Pipe Tested(feet) N=Number of Joints in Tested Line (pipe and fittings) D=Nominal Diameter of Pipe (inches) P=Average Test Pressure (psi) If the pressure system fails to meet the leakage requirements, the Contractor shall make the required repairs to the system and the system shall be retested. This procedure shall be repeated until the system complies with leakage requirements. The cost of each retest shall be $100. 4. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, hydrostatic testing of pressure systems will not be measured for pay,but shall be subsidiary to the installation of the pressure system component. 026202 Page 2 of 2 Rev.10-30-2014 DocuSign Envelope ID: E921FEAl-502E-461D-A492-2EOFB27AB587 SECTION 026204 POLYVINYL CHLORIDE PIPE (ASTM D 2241 Pressure Pipe for Wastewater Force Mains, Irrigation Systems and Water Transmission Lines) 1. DESCRIPTION This specification shall govern all work necessary for furnishing all PVC pipe (ASTM D 2241) required to complete the project. 2. MATERIALS PVC pipe shall be made of Class 12454-A or Class 12454-B virgin compounds as defined in ASTM D 1784 with an established hydrostatic design base of 4000 psi for water at 73.4° F. 3. DIMENSIONS Pipe shall be manufactured to standard steel pipe O.D. (IPS), with dimensions and tolerances in accordance with ASTM D 2241. 4. JOINTS Pipe shall have a gasket bell end with a thickened wall section integral with the pipe barrel in accordance with ASTM D 3139. The use of solvent weld pipe shall not be allowed. 5. GASKETS Gaskets for jointing pipe shall be in accordance with ASTM F477 (for High Head). 6. PIPE PRESSURE RATING AND STANDARD DIMENSION RATIO The pressure rating and SDR for PVC pipe (ASTM D 2241) shall be as indicated on the drawings. Pressure rating shall be based on the ISO equation in Section 4.5 of ASTM D 2241 with a maximum allowable hydrostatic design stress of 2000 psi (Safety Factor of 2.0). 7. CAUSE FOR REJECTION Pipe shall be clearly marked in accordance with Section 9 of ASTM D 2241. Unmarked or scratched pipe shall be rejected. 026204 Page 1 of 2 Rev.10-30-2014 DocuSign Envelope ID: E921FEAl-502E-461D-A492-2EOFB27AB587 8. CERTIFICATION The Contractor shall furnish, in duplicate to the Engineer, a copy of the manufacturer's affidavit of compliance with this specification. Certification shall accompany each delivery of materials, to include gaskets. 9. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, PVC pipe (ASTM D 2241) will be measured by the linear foot along the centerline for each size installed. Measurement of pipe shall be up to, but not include, the fittings. Payment shall include all labor, pipe, and equipment for hauling, bracing, trench excavation, testing, backfilling, and for all cleaning up and other incidentals necessary to install the pipe complete in place,per linear foot. 026204 Page 2 of 2 Rev.10-30-2014 DocuSign Envelope ID: E921FEAl-502E-461D-A492-2EOFB27AB587 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 a pressure 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: E921FEAl-502E-461D-A492-2EOFB27AB587 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* 4# 350 0.25 60+ 6 350 0.25 30 - 65 8 350 0.25 20 - 50 10# 350 0.26 15 - 45 12 350 0.28 15 - 44 14# 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. # 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: E921FEAl-502E-461D-A492-2EOFB27AB587 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: E921FEAl-502E-461D-A492-2EOFB27AB587 SECTION 026210 POLYVINYL CHLORIDE PIPE (AWWA C900 and C905 Pressure Pipe for Municipal Water Mains and Wastewater Force Mains) 1. DESCRIPTION This specification shall govern all work necessary for furnishing all PVC pipe (AWWA C900 and C905)required to complete the project. 2. MATERIAL PVC pipe shall be made of Class 12454-A or Class 12454-B virgin compounds, as defined in ASTM D1784 with an established hydrostatic-design-basis of 4000 psi for water at 73.4 degrees F. 3. DIMENSIONS Pipe shall be manufactured to ductile iron pipe equivalent outside diameters. 4. JOINT Pipe shall have a gasket bell end with a thickened wall section integral with the pipe barrel. The use of solvent weld pipe shall not be allowed. 5. GASKETS Gaskets for jointing pipe shall be in accordance with ASTM F477 (High Head). 6. PIPE PRESSURE CLASS AND DIMENSION RATIO Unless indicated otherwise on the drawings, pipe shall have a dimension ratio (DR) of 18 and in accordance with: Pipe Size Desi._na�tion 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: E921FEAl-502E-461D-A492-2EOFB27AB587 S. 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: E921FEAl-502E-461D-A492-2EOFB27AB587 SECTION 026214 GROUTING ABANDONED UTILITY LINES 1. DESCRIPTION This specification shall govern all work and materials required for grouting abandoned utility lines in place. 2. MATERIALS A. Flowable Grout: Flowable grout (or flowable fill) shall consist of a mixture containing Portland cement, fly ash, sand, water, and "Darafill" admixture (or approved equivalent), in the amounts shown below (or otherwise proportioned to provide 100 psi compressive strength at 28 days), to achieve a paste-like consistency immediately prior to placing the flowable grout. The flowable grout mixture shall be supplied by an approved ready-mix supplier. The manufacturer's representative shall be consulted for any final adjustments to improve the flowability of the mixture. Commercially produced flowable grout may be used with approval of the Engineer. 100 lbs/CY Portland Cement 300 lbs/CY Fly Ash 2100 lbs/CY Sand 250 lbs/CY Water 6 oz/CY "Darafill" admixture, as manufactured by Grace Construction Products, or approved equivalent. B. Raw Soil: Soil shall be typical clayey soil of the area. It shall be from the project site or other approved source not suspected of being contaminated. The soil shall have a Plasticity Index over 15 and a Liquid Limit not to exceed 65. C. Lime: Lime shall be hydrated lime, calcium hydroxide, in accordance with AASHTO M 216. D. Water: Water shall be potable. 3. CONSTRUCTION METHODS A. Flowable Grout: Mix Portland cement, sand, fly ash, "Darafill" and water in the amounts shown above to achieve a paste-like consistency immediately prior to placing flowable grout. B. Soil-Lime Mix Design: The following is given as a typical mix design for soil-lime mixture for trial mix. The mix design is based on damp soil with an initial water content of about 15%. The proportions of soil and lime shall not be altered. The Contractor shall determine the amount of water to be added as required to produce a mix at its liquid limit. 026214 Page 1 of 2 Rev.10-30-2014 DocuSign Envelope ID: E921FEAl-502E-461D-A492-2EOFB27AB587 Trial Mix Design: Damp Soil 1000 lb. Lime 50 lb. Water (approximate) 48 gal. Consistency shall be checked with liquid limit apparatus. C. Placement: The Contractor shall grout abandoned lines as indicated on the drawings. Temporary pumping and venting ports shall be placed as required to provide complete filling of the abandoned line and proper placement of the grout. If segregation or "sand packing" is experienced during pumping, the Contractor shall reduce the water content of the mix or obtain other soil source (for soil-lime mixture), as required. Any damage resulting from pumping operation shall be repaired at the Contractor's expense. 4. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Forin, grouting abandoned utility lines shall be measured by the linear foot of abandoned-in-place pipe. Payment shall be full compensation for all labor, equipment, materials and incidentals required to mix, transport, and place the grout and restore surface at pump ports. 026214 Page 2 of 2 Rev.10-30-2014 DocuSign Envelope ID: E921FEAl-502E-461D-A492-2EOFB27AB587 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: E921FEAl-502E-461D-A492-2EOFB27AB587 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: E921FEAl-502E-461D-A492-2EOFB27AB587 (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: E921FEAl-502E-461D-A492-2EOFB27AB587 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: E921FEAl-502E-461D-A492-2EOFB27AB587 (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: E921FEAl-502E-461D-A492-2EOFB27AB587 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-'/2" &2" sizes 026404 Page 1 of 2 Rev.3-25-2015 DocuSign Envelope ID: E921FEAl-502E-461D-A492-2EOFB27AB587 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 I" service line with 5/8" x 3/4" or 3/4" meter size Brass gate valve required for 1-1/2" 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: E921FEAl-502E-461D-A492-2EOFB27AB587 SECTION 026409 TAPPING SLEEVES AND TAPPING VALVES 1. DESCRIPTION This specification shall govern all work and materials required for furnishing and installing tapping sleeves, sleeves and valves required to complete the project. 2. MATERIALS Tapping sleeves shall have a Class 125 ANSI B16.1 outlet flange of cast iron, ductile iron or stainless steel. Sleeves shall be of ductile iron or 304 or 316 stainless steel. Lugs, bolts, washers and nuts shall be of 304 or 316 stainless steel. Iron sleeves shall be of the mechanical joint or caulked joint type as manufactured by Mueller, Clow, or approved equal. Stainless steel sleeves shall be of the compression gasket type capable of providing full support of the tapped pipe, as manufactured by Ford, Smith Blair, Romac, or approved equal. Gasket materials shall be of material suitable for potable water systems. Tapping sleeves shall be sized for the type and size of pipe to be tapped. The class of asbestos cement pipe that will most likely be encountered in the water will be Class 200 for pipes 6 inches in diameter and smaller, and Class 150 for larger pipes. It should be understood that existing pipes to be tapped may not be of the type of material and/or size that is shown on the drawings. The proper size and type of tapping sleeve shall be provided and installed regardless of what is encountered. Tapping valves shall conform to AWWA Standards and City Standard Specification Section 026411, "Gate Valves for Waterlines". Valve boxes shall be as described in City Standard Specification Section 026411, "Gate Valves for Waterlines". 3. CONSTRUCTION METHODS Construction methods shall adhere to those set out in City Standard Specification Section 026402 "Waterlines", and City Standard Specification Section 022020 "Excavation and Backfill for Utilities". 4. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Forin, tapping sleeves and tapping valves shall be measured on a per each basis for each size installed. Payment for tapping sleeves and tapping valves shall include, but not be limited to, furnishing and installing the valves complete in-place including joint materials, cast iron valve box, box extension, cover, concrete collar, and all other related items such as bolting, wrapping, cement-stabilized sand encasing,backfilling and compacting; and shall be full compensation for all labor, material, tools, equipment and incidentals required to properly install the valves as indicated and specified. 026409 Page 1 of 1 Rev.3-25-2015 DocuSign Envelope ID: E921FEAl-502E-461D-A492-2EOFB27AB587 SECTION 026411 GATE VALVES FOR WATERLINES 1. DESCRIPTION This specification shall govern all work necessary to provide and install all gate valves and valve boxes required to complete the project. 2. MATERIALS Gate Valves All valves shall meet the following requirements. Gate valves shall conform to AWWA Standard C515. 1) The gate valves shall be ductile iron resilient wedge (C515)with non-rising stems. 2) Valve ends shall be flanged or mechanical joint type or a combination of these as indicated or specified. A complete set of joint materials shall be furnished with each valve, except for bell ends and flanges. 3) Valves 16 inches and larger shall be furnished for horizontal installation—lay over. 4) Stem seals shall be the O-ring type on valves through 12-inch size. Valves 16 inches and larger may be equipped with stuffing boxes. 5) Valves shall open left (counter clockwise). Valves over 18 inches shall have the main valve stem furnished with a combination hand wheel and operating nut. 6) Tapping valves to be used with tapping saddles shall have one end mechanical joint. 7) No position indicator will be required. 8) Within 30 days after award of contract, the Contractor shall submit in triplicate, for approval, the following: a) Certified drawings of each size and type of valve 16 inches and larger showing principal dimensions, construction details, and materials used. b) On all size valves, the composition of bronze to be offered for various parts of the valve, complete with minimum tensile strength in psi, the minimum yield strength in psi, and the minimum elongation in 2"per cent. 026411 Page 1 of 2 Rev.3-25-2015 DocuSign Envelope ID: E921FEAl-502E-461D-A492-2EOFB27AB587 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: E921FEAl-502E-461D-A492-2EOFB27AB587 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 stein. 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 (G'), Class 150 ductile iron pipe. A complete set of joint material shall be furnished with each hydrant. d) Delivery Classifications - Each hydrant shall have two hose nozzles and one pumper nozzle. e) Bury Length- The hydrants shall be furnished in the bury length as indicated on drawings. f) Diameter (Nominal Inside) of Hose and Pumper Nozzles - The hose nozzles shall be two and one-half inches (2-1/2") inside diameter and the pumper nozzle shall be four inches (4") inside diameter. g) Hose and Pumper Nozzle Threads - The hose nozzles shall have two and one-half-inch (2-%2")National Standard thread (7-%2 threads per inch). The pumper nozzle shall have size (6) threads per inch with an outside diameter of 4.658 inches, pitch diameter of 4.543 inches, and a root diameter of 4.406 inches. h) Harnessing Lugs -None required. i) Nozzle Cap Gaskets -Required. j) Drain Opp -Required. 026416 Page 1 of 3 Rev.3-25-15 DocuSign Envelope ID: E921FEAl-502E-461D-A492-2EOFB27AB587 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: E921FEAl-502E-461D-A492-2EOFB27AB587 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 raid, sleet, and the accumulation of dust between the operating nut and the hydrant top. Z) Packing Gland or "O"-Ring Seal - Fire hydrants having the threaded part of the stem at the hydrant top shall be equipped with a packing gland or an "O"-ring seal immediately below the threaded section of the stem. 3. CONSTRUCTION METHODS Fire hydrants shall be installed as shown on drawings. Minimum burial length shall be 3 feet. Breakable couplings shall be located at least 2 inches and less than 6 inches above finish grade. Hydrants and fittings shall be stored on timber and kept clean. The interior surfaces of hydrants and fittings shall be washed and sterilized with approved sterilizing agent, if requested by the Engineer at the time of installation. 4. CERTIFICATION The manufacturer shall furnish to the Engineer two (2) certified sets of prints showing complete details and dimensions of the hydrant. The manufacturer shall furnish to the Engineer one (1) certified copy of the physical tests of all metals used in the manufacture of the fire hydrant that is normally manufactured and that will meet these specifications. 5. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, fire hydrants will be measured as a unit per each. Payment shall include, but not be limited to, furnishing and installing the complete fire hydrant assembly with valve, 6-inch line and fitting on the main; and shall be full compensation for all labor,materials, tools, equipment and incidentals required to properly complete the work. 026416 Page 3of3 Rev.3-25-15 DocuSign Envelope ID: E921FEAl-502E-461D-A492-2EOFB27AB587 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: E921FEAl-502E-461D-A492-2EOFB27AB587 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: E921FEAl-502E-461D-A492-2EOFB27AB587 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: E921FEAl-502E-461D-A492-2EOFB27AB587 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: E921FEAl-502E-461D-A492-2EOFB27AB587 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: E921FEAl-502E-461D-A492-2EOFB27AB587 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: E921FEAl-502E-461D-A492-2EOFB27AB587 BYPASS PUMPING PLAN FORM Date: Project Title: No.: Engineer: Contractor: Service Area: Lift Station No.(if applicable): Start Date&Time: Completion Date &Time: Sewer Line Size being Bypassed: Estimated Peak Flow: Line Plugging Method&Locations: Suction Manhole or Lift Station Number and Depth: Discharge Manhole or Lift Station Number and Depth: Maximum Surcharge Depth Allowed: Bypass Forcemain Size,Material &Length: Pump Description: (Self-Priming,Critically Silenced,and Automatic Level Controls Required) Make,Model, Suction/Discharge Size: Diesel or Electric Total Number of Pumps/Standby Pumps: Total&Firm Capacity(GPM @ TDH): Vacuum Trucks(if required, number and capacity): Contractor Personnel Manning Bypass System(24 hours/day): Name: Phone: Name: Phone: Emergency Contacts: Name: Phone: Name: Phone: Additional Notes: Required Checklist: YES NO ❑ ❑ Schematic drawing providing details of proposed bypass pumping system,routing of bypass lines(using manhole numbers and/or lift station names as applicable), equipment location,and proposed sequencing. ❑ ❑ Has traffic control plan been appropriately modified to facilitate the bypass pumping equipment? ❑ ❑ Pumps: Self-priming& Critically Silenced. Provide pump curve with Bypass plan. (Requirement). ❑ ❑ Contractor shall coordinate with Supplier for appropriate instruction and training on pump operation. ❑ ❑ Have emergency and/or backup provisions been made for quick pump change out in the case of system failure? ❑ ❑ Contractor has confirmed no rain(less than V2-in)in the forecast? Prepared by: Reviewed by: Contractor Representative Date Wastewater Representative Date 027200 Page 7 of 7 Rev.10-30-2014 DocuSign Envelope ID: E921FEAl-502E-461D-A492-2EOFB27AB587 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 confonn to the requirements of Section 032020 'Reinforcing Steel". All wastewater manhole rings and covers for streets shall be East Jordan Iron Works, Inc. product V1430 CV or V1420/1480 Z1, or pre-approved equal, and shall have the seating surface of ring and cover machined to secure a snug fit per the City Standard Wastewater Details. All storm water manholes shall be East Jordan Iron Works,Inc.product V 1168 assembly,and for school zones shall be a bolted assembly per the City Standard Storm Water Details. Steps are not required for wastewater and storm water manholes. Joint material for precast concrete manholes shall be Ram-Nek Flexible Plastic Gaskets as manufactured by K. T. Snyder Company, Houston, Texas, or an approved equal. 3. EXCAVATION The Contractor shall do all necessary excavation for the various manholes, conforming to size and dimensions shown on plans plus a maximum of four(4)feet working room. Excavation shall not be carried to greater depth than required. Subgrade under manhole footings shall be compacted to not less than 95% Standard Proctor density. Shoring shall be the responsibility of the Contractor and shall be installed as necessary. Shoring shall not be removed or backfilled around until entire manhole is completed, unless authorized by the Engineer. Shoring shall remain in place at least twenty-four (24)hours after concrete work has been completed. 027202 Page 1 of 3 Rev.3-25-2015 DocuSign Envelope ID: E921FEAl-502E-461D-A492-2EOFB27AB587 4. CONCRETE MANHOLES (STORM WATER ONLY) (1) Formed-in-Place Manholes: Where formed concrete is used, forms shall be built to dimensions shown on the standard details. Inserts and openings shall be formed so concrete will not be injured during process of stripping forms. Forms shall be braced and tied to prevent spreading or bulging, and shall meet approval of the Engineer prior to placing concrete. Forms shall remain in place for minimum of twenty-four(24)hours, and shall be removed within a maximum time of seven (7) days after completion of concrete work. Reinforcing steel, if required, shall be as shown on the plans. The bottom of manholes shall be carefully formed and inverted smoothly when finished, with pipes cut to fit inside surface of walls. (2) Precast Manholes Precast manholes shall allow unobstructed view of all pipes connected to the manhole. Precast manholes shall be designed to support HS-20 traffic loading and designed by a Texas licensed professional engineer. The upper 18 inches of the corbel shall be brick to facilitate subsequent grade adjustment. Either concentric or eccentric cones maybe required. Where not specified, eccentric cones shall be used. Manhole designs shall be submitted for approval by the Engineer. 5. GENERAL CONSTRUCTION METHODS All items shall be installed as the work progresses and as shown on the standard details. Work shall be completed and finished in a careful workmanlike manner,with special care being given to sealing joints around all pipe extending through walls of the manholes. After finishing walls,the bottom of the manhole shall be completed by adding sufficient concrete to shape the bottom in conformity with requirements on the plans. Where old manholes are adjusted to meet new lines and grades, all old masonry or concrete shall be thoroughly cleaned and wetted before joining new masonry or concrete to it. HDPE adjustment rings are to be used to match roadway grade. A maximum of 18" of adjustment rings may be utilized. 6. BACKFILLING/LEAKAGE TESTING Backfilling around the manholes shall commence as soon as concrete or masonry has been allowed to cure the required time and forms and shoring have been removed. Backfill shall be placed in layers of not more than six inches (6") and compacted to a minimum of 95% Standard Proctor density before next layer is installed. Wastewater manholes shall withstand a leakage test not to exceed the values stated in City Standard Specification Section 027205 "Fiberglass Manholes", except that an additional 10 percent of loss will be permitted for each additional two feet head over a basic two-foot internal head. 027202 Page 2 of 3 Rev.3-25-2015 DocuSign Envelope ID: E921FEAl-502E-461D-A492-2EOFB27AB587 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: E921FEAl-502E-461D-A492-2EOFB27AB587 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: E921FEAl-502E-461D-A492-2EOFB27AB587 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: E921FEAl-502E-461D-A492-2EOFB27AB587 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: E921FEAl-502E-461D-A492-2EOFB27AB587 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 pen-nit pipe movement without loss of seal integrity, and shall be in conformance with ASTM D3212. Material for elastomeric seal in push-on joints shall meet the requirements of ASTM F477. Material for rubber sleeve shall meet the requirements of ASTM C443. Manhole pipe connectors between 4 inches and 15 inches shall be Inserta Tee from Fowler Mfg., or approved equal. Manhole pipe connection for Storm Sewer Application shall be made with Ram-Nek flexible plastic gasket material as manufactured by K.T. Snyder Company of Houston, Texas, or approved equal, and wrapped with Class `A' Subsurface Drainage Geotextile, AASHTO M288. C. Manhole Base Concrete shall be Class `A' in accordance with City Standard Specification Section 030020 "Portland Cement Concrete". Caulk for seal between fiberglass manhole and concrete cast-in-place base shall be Epo-Flex epoxy(gun grade consistency)as manufactured by Dewey Supply of Corpus Christi,Texas, or approved equal. Precast reinforced concrete manhole base shall be in accordance with the requirements of ASTM C478, as shown on the construction plans and detail drawings. D. Inflow Inhibitors Inflow inhibitors shall be installed insanitary manholes. They shall be of 316 stainless steel with an equivalent thickness of not less than 18 gauge, and load tested in excess of 3000 pounds. The inhibitor shall rest on the lip of the seating surface of the manhole ring and shall not exceed a depth of 6.5 inches. The seating surface of the inhibitor shall have an attached gasket on the weight-bearing side. The inhibitor shall have a gas relief valve made of Nitrite and shall operate at a one(1)psi differential pressure. The inhibitor shall be fitted with a handle of 3/16 plastic coated stainless steel cable attached to the insert body with a 6# 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: E921FEAl-502E-461D-A492-2EOFB27AB587 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: E921FEAl-502E-461D-A492-2EOFB27AB587 insure the safety of the structure,but in no case shall de-watering be terminated sooner than seven(7)days after placing concrete. All de-watering methods and procedures are subject to the approval of the Engineer. The excavation shall be inspected and approved by the Engineer before work on the structure is started. The Contractor shall provide a relatively smooth,firm foundation bed for footings and slabs that bear directly on the undisturbed earth without additional cost to the City, regardless of the soil conditions encountered. The Engineer will be the sole judge as to whether these conditions have been met. The Contractor shall pile excavated material in a manner that will not create an unsafe condition. Unauthorized Over-Excavation: Excavation for slabs, footings, etc., that rest on earth, shall not be carried below the elevation shown on the drawings. In the event the excavation is carried below the indicated elevation, the Contractor shall bring the slab, footing, etc., to the required grade by filling with concrete. Wall Preparation for Pipe Penetrations: For sanitary sewer application,pipe penetrations for pipe sizes 4-inch through 15-inch shall be made with appropriately sized core drill bits recommended by the manufacturer. Pipe penetrations other than described above and as authorized by the Engineer shall be made as follows: cut shall be equal to the outside diameter of pipe to pass through it, plus 1/2 inch. Cuts are to be made using electric or gasoline powered circular saw with masonry blade. Impact type tools shall not be used. Handling: Manholes shall be handled and stored in a safe manner as necessary to prevent damaging either the manhole or the surroundings. If manhole must be moved by rolling,the ground which it traverses shall be smooth and free of rocks, debris, etc. Manholes shall be lifted as specified by the manufacturer. Height Adjustment: 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: E921FEAl-502E-461D-A492-2EOFB27AB587 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: 1. 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: E921FEAl-502E-461D-A492-2EOFB27AB587 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: E921FEAl-502E-461D-A492-2EOFB27AB587 SECTION 027402 REINFORCED CONCRETE PIPE CULVERTS 1. DESCRIPTION This specification shall govern the furnishing and placing of reinforced concrete pipe culverts and the material and incidental construction requirements for reinforced concrete pipe sewers. The culvert pipe shall be installed in accordance with the requirements of these specifications to the lines and grades shown on the plans, and shall be of the classes, sizes and dimensions shown thereon. The installation of pipe shall include all joints or connections to new or existing pipe, headwalls, etc., as may be required to complete the work. 2. MATERIALS 1. General. Except as modified herein, materials, manufacture and design of pipe shall conform to ASTM C-76 for Circular Pipe. All pipe shall be machine made or cast by a process which will provide for uniform placement of the concrete in the form and compaction by mechanical devices which will assure a dense concrete. Concrete shall be mixed in a central batch plant or other approved batching facility from which the quality and uniformity of the concrete can be assured. Transit mixed concrete will not be acceptable for use in precast concrete pipe. 2. Design. All pipe shall be Class III (Wall "B") unless otherwise specified on the plans. The shell thickness, the amount of circumferential reinforcement and the strength of the pipe shall conform to the specified class as summarized in ASTM C-76 for Circular Pipe. 3. Sizes and Permissible Variations. a. Variations in diameter, size, shape, wall thickness, reinforcement, placement of reinforcement, laying length and the permissible underrun of length shall be in accordance with the applicable ASTM Specification for each type of pipe as referred to previously. b. Where rubber gasket pipe joints are to be used, the design of the Joints and Permissible Variations in Dimensions shall be in accordance with ASTM C-443. 4. Workmanship and Finish. Pipe shall be substantially free from fractures, large or deep cracks and surface roughness. The ends of the pipe shall be normal to the walls and centerline of the pipe within the limits of variations allowed under the applicable ASTM specification. 5. Curing. Pipe shall be cured in accordance with the applicable ASTM Specification for each type of pipe as referred to above. 6. Marl-int. The following information shall be clearly marked on each section of pipe: 027402 Page 1 of 7 Rev.3-25-2015 DocuSign Envelope ID: E921FEAl-502E-461D-A492-2EOFB27AB587 a. The class of pipe. b. The date of manufacture. c. The name or trademark of the manufacturer. d. Marking shall be indented on the pipe section or painted thereon with waterproof paint. 7. Minimum Age for Shipment. Pipe shall be considered ready for shipment when it conforms to the requirements of the tests specified herein. 8. Inspection. The quality of materials, the process of manufacture, and the finished pipe shall be subject to inspection and approval by the Engineer at the pipe manufacturing plant. In addition, the finished pipe shall be subject to further inspection by the Engineer at the project site prior to and during installation. 9. Causes for Rejection. Pipe shall be subject to rejection on account of failure to conform to any of the specification requirements. Individual sections of pipe may be rejected because of any of the following: a. Fractures or cracks passing through the shell, except for a single end crack that does not exceed the depth of the joint. b. Defects that indicate imperfect proportioning, mixing and molding. c. Surface defects indicating honeycombed or open texture. d. Damaged ends, where such damage would prevent making a satisfactory joint. 10. Repairs. Pipe may be repaired if necessary, because of occasional imperfections in manufacture or accidental injury during the handling, and will be acceptable if, in the opinion of the Engineer, the repairs are sound and properly finished and cured and the repaired pipe conforms to the requirements of the specifications. 11. Rejections. All rejected pipe shall be plainly marked by the Engineer and shall be replaced by the Contractor with pipe that meets the requirements of these specifications. Such rejected pipe shall be removed immediately from the worksite. 12. Jointing Materials. Unless otherwise specified on the plans, the Contractor shall have the option of making the joints by any of the following methods: a. Ram-Nek, a pre-formed plastic base joint material manufactured by K. T. Knyder Company, Houston, Texas, or an approved equal. Use of Talcote as joint material will not be not permitted. Ram-Nek joint material and primer shall be supplied for 027402 Page 2 of 7 Rev.3-25-2015 DocuSign Envelope ID: E921FEAl-502E-461D-A492-2EOFB27AB587 use on pipe in the following sizes, which is the minimum that will be required. Additional Ram-Nek may be required if, in the opinion of the Engineer, a proper joint is not secured. Pipe Size Primer Per 100 Jts. Cut Lengths Per Joint 12" 1.5 gals. 1%2 pcs 1" x 2'-5" 15" 1.9 gals. 2 pcs 1" x 2'-5" 18" 2.7 gals. 1'/2 pcs 1'/2 " x 3'-5" 21" 3.8 gals. 2 pcs 11/2 " x 3'-5" 24" 6.2 gals. 2 pcs I'/2 " x 3'-5" 30" 8.5 gals. 21/2 pcs 1'/2 " x 3'-5" 36" 9.5 gals. 3 pcs 13/4" x 3'-5" 42" 12.0 gals. 3�/2 pcs 13/4" x 3'-5" 48" 15.0 gals. 4 pcs 13/4" x 3'-5" 54" 20.0 gals. 4�/2 pcs 13/4" x 3'-5" 60" 25.0 gals. 5 pcs 13/4" x 3'-5" 66" 30.0 gals. 5�/2 pcs 13/4" x 3'-5" 72" 32.0 gals. 6 pcs 2" x 3'-5" 84" 35.0 gals. 7 pcs 2" x 3'-5" b. TYLOX Types "C", "C-P" or "CR" rubber gaskets, as applicable, as manufactured by Hamilton Kent Manufacturing Company, Kent, Ohio, or approved equal. All gaskets, lubricants, adhesives, etc., shall be manufactured, constructed, installed, etc., as recommended by the manufacturer of the rubber gasket material and conform to ASTM Designation: C-443. In addition, the Contractor shall furnish to the City, for approval, manufacturer's brochures detailing the complete use, installation, and specifications of concrete pipe and rubber gaskets before any rubber gasket material is used on the project. All tubber gaskets shall be fabricated from synthetic rubber. c. Cement Mortar is prohibited from jointing pipe except at manholes, pipe junctions, etc., or where specifically approved by the Engineer. d. Geotextile for wrapping pipe joints shall be Class "A" subsurface drainage type in accordance with AASHTO M288. 027402 Page 3 of 7 Rev.3-25-2015 DocuSign Envelope ID: E921FEAl-502E-461D-A492-2EOFB27AB587 3. CONSTRUCTION METHODS Reinforced concrete pipe culverts shall be constructed from the specified materials in accordance with the following methods and procedures: 1. Excavation. All excavation shall be in accordance with the requirements of City Standard Specification Section 022020 "Excavation and Backfill for Utilities," except where tunneling or jacking methods are shown on the plans or permitted by the Engineer. When pipe is laid in a trench, the trench, when completed and shaped to receive the pipe, shall be of sufficient width to provide free working space for satisfactory bedding and jointing and thorough tamping of the backfill and bedding material under and around the pipe. The Contractor shall make such temporary provisions as may be necessary to insure adequate drainage of the trench and bedding during the construction operation. Pipe shall be placed such that the identification markings are visible at the top prior to backfill. 2. Bedding. The pipe shall be bedded in accordance with the bedding details shown on the drawings. Bedding shall not be measured for pay,but shall be subsidiary to other work. If the subgrade of the trench is unstable, even if this condition occurs at relatively shallow depths, full encasement of the pipe with crushed stone shall be required. 3. Lang Pipe. Unless otherwise authorized by the Engineer, the laying of pipe on the prepared foundation shall be started at the outlet (downstream) end with the spigot or tongue end pointing downstream, and shall proceed toward the inlet(upstream) end with the abutting sections properly matched, true to the established lines and grades. Where bell and spigot pipe are used, cross trenches shall be cut in the foundation to allow the barrel of the pipe to rest firmly upon the prepared bed. These cross trenches shall be not more than two inches larger than the bell ends of the pipe. Proper facilities shall be provided for hoisting and lowering the sections of pipe into the trench without disturbing the prepared foundation and the sides of the trench. The ends of the pipe shall be carefully cleaned before the pipe is placed. As each length of pipe is laid, the mouth of the pipe shall be protected to prevent the entrance of earth or bedding material. The pipe shall be fitted and matched so that when laid in the bed, it shall form a smooth, uniform conduit. When elliptical pipe with circular reinforcing or circular pipe with elliptical reinforcing is used, the pipe shall be laid in the trench in such position that the markings "TOP" or "BOTTOM" shall not be more than 5 degrees from the vertical plane through the longitudinal axis of the pipe. For pipe over 42 inches in diameter, the Contractor may drill two holes not larger than 2 inches in diameter, in the top of each section of the pipe, to aid in lifting and placing. The holes shall be neatly drilled, without spalling of the concrete, and shall be done without the cutting of any reinforcement. After the pipe is laid, the holes shall be filled with mortar and properly cured, and placed such that they are visible from the top for inspection prior to backfill. Multiple installations of reinforced concrete pipe shall be laid with the center lines of 027402 Page 4of7 Rev.3-25-2015 DocuSign Envelope ID: E921FEAl-502E-461D-A492-2EOFB27AB587 individual barrels parallel. When not otherwise indicated on plans, the following clear distances between outer surfaces of adjacent pipe shall be used. Diameter of Pipe 18" 24" 30" 36" 42" 48" 54" 60"to 84" Clear Distance Between Pipes 0'-9" 0'-11" 1'-1" 1'-3" 1'-5" 1'-7" 1'-11" 2'-0" 4. Jointing. a. If the use of Portland cement mortar joints is allowed, all pipe shall be jointed tight and sealed with stiff mortar, composed of one part Portland cement and two parts sand, so placed as to form a durable water-tight joint. The installation shall be as required by the Engineer. b. Joints using Rubber Gaskets: Where rubber gasket pipe joints are required by the plans, the joint assembly shall be made according to the recommendations of the gasket manufacturer. Water-tight joints will be required when using rubber gaskets. c. Joints using Cold-Applied Preformed Plastic Gaskets shall be made as follows: A suitable prime of the type recommended by the manufacturer of the gasket joint sealer shall be brush-applied to the tongue and groove joint surfaces and the end surfaces and allowed to dry and harden. No primer shall be applied over mud, sand or dirt or sharp cement protrusions. The surface to be primed must be clean and dry when primer is applied. Before laying the pipe in the trench, the plastic gasket sealer shall be attached around the tapered tongue or tapered groove near the shoulder or hub of each pipe joint. The paper wrapper shall be removed from one side only of the two-piece wrapper on the gasket and pressed firmly to the clean, dry pipe joint surface. The outside wrapper shall not be removed until immediately before pushing the pipe into its final position. When the tongue is correctly aligned with the flare of the groove, the outside wrapper on the gasket shall be removed and the pipe shall be pulled or pushed home with sufficient force and power (backhoe shovel, chain hoist, ratchet hoist or winch) to cause the evidence of squeeze-out of the gasket material on the inside or outside around the complete pipe joint circumference. The extruded gasket material shall be smoothed out over the joint on the exterior and interior of the pipe. Any joint material pushed out into the interior of the pipe that would tend to obstruct the flow shall be removed. (Pipe shall be pulled home in a straight line with all parts of the pipe on line and grade at all times.) Backfilling of pipe laid with plastic gasket joints may proceed as soon as the joint has been inspected and approved by the Engineer. Special precautions shall be taken in placing and compacting backfill to 027402 Page 5 of 7 Rev.3-25-2015 DocuSign Envelope ID: E921FEAl-502E-461D-A492-2EOFB27AB587 avoid damage to the joints. When the atmospheric temperature is below 60 degrees F, plastic joint seal gaskets shall either be stored in an area warmed to above 70 degrees F, or artificially warmed to this temperature in a manner satisfactory to the Engineer. Gaskets shall then be applied to pipe joints immediately prior to placing pipe in the trench, followed by connection to previously laid pipe. d. Pipe Joints for storm sewers shall be wrapped with geotextile material. The geotextile wrap shall be at least 2 feet wide and shall be centered on each joint. 5. After the pipe has been placed, bedded and jointed as specified, filling and/or backfilling shall be done in accordance with the applicable requirements of City Standard Specification Section 022020 "Excavation and Backfill for Utilities." If unstable conditions are encountered, fully encase the pipe with crushed stone as described above. When mortar joints are allowed, no fill or backfill shall be placed until the jointing material has been cured for at least six (6)hours. Special precautions shall be taken in placing and compacting the backfill to avoid any movement of the pipe or damage to the joints. For side drain culverts and all other culverts where joints consist of materials other than mortar, immediate backfilling will be permitted. 6. Unless otherwise shown on the plans or permitted in writing by the Engineer, no heavy earth moving equipment will be permitted to haul over the structure until a minimum of 4 feet of permanent or temporary compacted fill has been placed thereon. Pipe damaged by the Contractor's equipment shall be removed and replaced by the Contractor at no additional cost. 7. Cleaning and Television Inspection. All enclosed reinforced concrete pipe and manholes installed on this project shall be cleaned and televised in accordance with City Standard Specification Section 027611 "Cleaning and Televised Inspection of Conduits." 4. MEASUREMENT Unless otherwise specified on the Bid Form, reinforced concrete pipe will be measured by the linear foot. Such measurement will be made between the ends of the pipe barrel along its central axis. Where spurs or branches, or connections to existing pipe lines are involved, measurement of the spur or new connecting pipe will be made from the intersection of its center axis with the outside surfaces of the pipe into which it connects. Where inlets, headwalls, catch basins, manholes,junction chambers, or other structures are included in lines of pipe, that length of pipe tying into the structure wall will be included for measurement but no other portion of the structure length or width will be so included. For multiple pipes, the measured length will be the sum of the lengths of the barrels measured as prescribed above. 027402 Page 6 of 7 Rev.3-25-2015 DocuSign Envelope ID: E921FEAl-502E-461D-A492-2EOFB27AB587 5. PAYMENT Payment for reinforced concrete pipe measured as prescribed above will be made at the contract unit price bid per linear foot for the various sizes of 'Reinforced Concrete Pipe" of the class specified. Payment shall be full compensation for furnishing and transporting the pipe; hauling and placing of earth cushion material where required for bedding pipe; for the preparation and shaping of beds; for hauling, placing and jointing of pipes; for furnishing and installing geotextile pipe joint wrapping; for end finish; for all connections to existing and new structures; for cleaning and television inspection; and for all other items of materials, labor, equipment, tools, excavation, backfill and incidentals necessary to complete the culvert or storm sewer in accordance with the plans and these specifications. 027402 Page 7 of 7 Rev.3-25-2015 DocuSign Envelope ID: E921FEAl-502E-461D-A492-2EOFB27AB587 SECTION 027404 CONCRETE BOX CULVERTS 1. DESCRIPTION This specification shall govern all work required for constructing, furnishing, and installing reinforced concrete box culverts required to complete the project. All reinforced concrete boxes for this project shall be precast concrete in accordance with TxDOT Standards for precast box culverts and the details shown on the drawings for the appropriate height of fill, and design shall conform to ASTM C1577. Alternate designs of precast boxes will be considered for approval upon submission of shop drawings detailing the box and certifications that the box, as designed, is structurally comparable to or better than the box shown in the contract drawings and is designed to support HS20 loading per ASSHTO M273. The shop drawings and certifications shall be signed and sealed by a Texas registered professional engineer. 2. MATERIALS 1. Concrete. Unless otherwise shown on the plans,Class"C"concrete shall be used for cast-in- place boxes,conforming to the requirements of City Standard Specification Section 030020 "Portland Cement Concrete" and City Standard Specification Section 038000 "Concrete Structures",except that Class"S"concrete will be required for top slabs of direct traffic cast- in-place boxes. Concrete for precast (machine-made) boxes shall meet the requirements of ASTM C76 Sections: "Cement", "Aggregates" and "Mixture", and shall have a minimum 28-day compressive strength of 5,000 psi. 2. Reinforcement. Reinforcing steel shall conform to the requirements of City Standard Specification Section 032020 "Reinforcing Steel" and the details shown on the plans. 3. Jointing. Materials for jointing shall conform to the requirements of City Standard Specification Section 027402 "Reinforced Concrete Pipe Culverts". 4. Membrane Curing. Materials for membrane curing shall conform to City Standard Specification Section 038000 "Concrete Structures". 5. Geotextile. Geotextile fabric for wrapping joints shall be Class 1 geotextile for subsurface drainage with an average opening size(AOS)of 0.22mm and in accordance with AASHTO M288. 3. FABRICATION The requirement of City Standard Specification Section 030020 'Portland Cement Concrete" and City Standard Specification Section 038000 "Concrete for Structures" shall govern for cast-in-place 027404 Page 1 of 3 Rev.10-30-2014 DocuSign Envelope ID: E921FEAl-502E-461D-A492-2EOFB27AB587 concrete box culverts and for precast (forined)boxes except where otherwise specified herein. Forms for precast(machine-made)boxes shall be made of steel. Forins for cast-in-place boxes and precast (formed)boxes may be either wood or steel. Forms shall be mortar-tight and of sufficient strength to prevent excessive bulging or misalignment of adjacent boxes. They shall be constructed to permit their removal without damage to the concrete. Offsets at form joints shall not exceed one-eighth inch (1/8"). Forms shall be clean and free of extraneous matter when concrete is placed. Positive means of supporting steel cages in place throughout forming and concrete placement shall be required and subject to the approval of the Engineer. Welding of reinforcing steel will be permitted only where shown on the plans. Welding shall be done by a qualified welder and shall conform to industry standards. Precast(machine-made)boxes shall be cast by a process which will provide for uniform placement of the concrete in the forms and compaction by mechanical devices which will assure dense concrete. Concrete shall be mixed in a central batch plant or other approved batching facility from which the quality and uniformity of the concrete can be assured. Transit mixed concrete shall not be acceptable for use in precast (machine-made)boxes. 4. TESTING AND CERTIFICATION 1. Physical Requirements. Precast boxes shall meet the requirement of ASTM C 1577. Testing shall be done by a materials engineering testing laboratory which meets the requirements for membership in the American Council of Independent Laboratories. 2. Fabrication Tolerances. Precast boxes shall conform to the following tolerances: When two box sections are fitted together on a flat surface, in proper alignment and in the position they will be installed, the longitudinal opening at any point shall not exceed one inch (1"). Not more than four lifting holes may be provided in each box to facilitate handling. They may be cast-in, cut into the fresh concrete after form removal or drilled,and shall not be more than 2 inches in diameter or 2 inches square. Cutting or displacement of the reinforcement will not be permitted. Spalled areas around the holes shall be repaired. Concrete boxes shall be given an"Ordinary Surface Finish" in accordance with Section 038000 "Concrete Structures". 3. Certification. Certification of quality shall be provided with each delivery of materials to the job site by the manufacturer. Certification shall be a written report by the materials engineering testing laboratory. 5. DEFECTS AND REPAIRS Fine cracks or checks on the surface of the member which do not extend to the plane of the nearest reinforcement will not be cause for rejection unless they are numerous and extensive. Cracks which extend into the plane of the reinforcing steel but are acceptable otherwise, shall be repaired in an 027404 Page 2 of 3 Rev.10-30-2014 DocuSign Envelope ID: E921FEAl-502E-461D-A492-2EOFB27AB587 approved manner. Small damaged or honeycombed areas which are purely surficial in nature may be repaired. Excessive damage,honeycombing or cracking will be subject to structural review. Repairs shall be sound, properly finished, and cured in conformance with the pertinent specifications. When fine cracks or hairline cracks on the surface indicate poor curing practices, further production of precast boxes shall be discontinued until corrections are made and proper curing provided. 6. CONSTRUCTION METHODS Excavation and backfill shall be in accordance with City Standard Specification Section 022020 "Excavation and Backfill for Utilities" and City Standard Details for Stormwater. Bedding for precast concrete box culverts located under pavements shall consist of 6 inches of cement-stabilized sand containing a minimum of 11/2 sacks of Standard Type I or Type II Portland cement per cubic yard of sand and compacted to not less than 95% Standard Proctor density. Unless otherwise shown on the plans, the Contractor may use any of the jointing materials, except rubber gaskets, and shall comply with the jointing requirements specified in the City Standard Specification Section 027402 "Reinforced Concrete Pipe Culverts". All box joints shall be wrapped with geotextile fabric. The wrap shall be at least two (2)feet wide and centered on the joints. Lifting holes shall be filled with mortar or concrete and cured to the satisfaction of the Engineer. 7. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, concrete box culverts shall be measured by the linear foot for each size of box installed. The measurement will be made between the ends of the box along the centerline. For boxes used in the multiple barrel structures,the measured length will be the sum of the lengths of all barrels. Payment shall be made at the contract bid price and shall fully compensate the Contractor for furnishing, transporting and installing the box culverts; for bedding materials and bed preparation including compaction; for excavation and backfill of trenches; for all connections to existing and new structures; and for all labor,materials,tools,equipment and incidentals required to complete the work as shown on the contract drawings and as specified herein. 027404 Page 3 of 3 Rev.10-30-2014 DocuSign Envelope ID: E921FEAl-502E-461D-A492-2EOFB27AB587 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 PS 115 42"Gravity Sewer Pipe ASTM F679 DR35 PS46 48"Gravity Sewer Pipe ASTM F679 DR35 PS46 Pipe and fittings shall have push-on compression gasket joints in accordance with ASTM D3212 and shall be a non-blue color. 2. POLY-VINYL CHLORIDE (PVC) PRESSURE PIPE shall be AWWA C900 or C905 integral green (non-blue color) with a minimum pressure rating of not less than 150 psi, made of Class 12454-A or Class 12454-B virgin compounds, as defined in ASTM D1784. One (1) 20-ft. section of PVC pressure pipe, with appropriate adapters or as an encasing pipe over the carrier pipe, shall be used for gravity wastewater lines at all waterline crossings, and shall be centered under/over the waterline as indicated on the drawings. Maintain a minimum of 2 feet vertical clearance between outsides of pipes where a new waterline crosses over a new non-pressurized wastewater line. Maintain a minimum of 6 inches vertical clearance between outsides of pipes where a new waterline crosses over a pressurized wastewater line. In all instances of water crossing wastewater, center a joint of water pipe over the wastewater pipe such that a minimum of 9 feet of horizontal offset exists from each water joint to the wastewater carrier pipe. 027602 Page 1 of 6 Rev.7-1-2015 DocuSign Envelope ID: E921FEAl-502E-461D-A492-2EOFB27AB587 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: E921FEAl-502E-461D-A492-2EOFB27AB587 C. Alignment and Grade: I. 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: I. 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: E921FEAl-502E-461D-A492-2EOFB27AB587 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 4of6 Rev.7-1-2015 DocuSign Envelope ID: E921FEAl-502E-461D-A492-2EOFB27AB587 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: E921FEAl-502E-461D-A492-2EOFB27AB587 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: E921FEAl-502E-461D-A492-2EOFB27AB587 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: E921FEAl-502E-461D-A492-2EOFB27AB587 SECTION 027606 WASTEWATER SERVICE LINES 1. SCOPE: This specification governs all work and materials necessary to construct the wastewater service lines required to complete the project. Wastewater service lines are those lines, constructed in public right-of-way, from the service tee on the main up to and including the cleanout at the property line. 2. MATERIALS: Pipe and fittings for wastewater service lines shall be PVC in accordance with ASTM D2665 and ASTM D3311 with a minimum size of 4 inches. Solvent cement for PVC shall comply with ASTM D2564. No co-mingling of different materials except through the use of proper adaptors. Adaptors shall have a stainless steel or fiberglass shear ring. 3. CONSTRUCTION METHODS: Where possible, service tees or wyes shall be placed along the main as required for services (no taps). The minimum size pipe for services shall be 4-inch diameter for residential and 6-inch diameter for commercial. Minimum slope for 4-inch pipes shall be 1/8 inch per foot(S=1%),and minimum slope for 6-inch pipes shall be 1/16 inch per foot(S= 0.5%). Wastewater service lines shall cross under water mains. The Contractor shall be responsible for establishing alignment and maintaining grade for the proposed service. Trenches shall be excavated in such a manner that will minimize damage to surface improvements. After installation,the excavated material shall be tamped into the trench to not less than the density specified in City Standard Specification Section 022020 'Excavation and Backfill for Utilities,"and the surface restored to a condition acceptable to the Engineer. Wastewater service lines shall be bored, jetted or jacked under sidewalks, driveways, and other such improved surfaces, unless otherwise authorized by the Engineer. Service lines shall be leakage tested with the wastewater main. Contractor shall follow operational requirements for bypass pumping as set forth in Specification Section 027200 Control of Wastewater Flows 027606 Page 1 of 2 Rev.10-30-2014 DocuSign Envelope ID: E921FEAl-502E-461D-A492-2EOFB27AB587 4. MEASUREMENT AND PAYMENT: Unless otherwise specified on the Bid Form,wastewater service lines shall be measured as individual units for each connection made to the main. Payment shall include, but not be limited to, the line from the tee on the main to, and including, the cleanout at the property line. Payment shall be full compensation for all labor, materials, equipment, trench safety, bypass pumping and incidentals necessary for wastewater service lines required to complete the project. 027606 Page 2 of 2 Rev.10-30-2014 DocuSign Envelope ID: E921FEAl-502E-461D-A492-2EOFB27AB587 SECTION 027611 CLEANING AND TELEVISED INSPECTION OF CONDUITS 1. SCOPE This specification shall govern for all work, equipment, supervision and materials required to provide for cleaning and remote CCTV inspection and documentation of wastewater or other lines and manholes as required. 2. TECHNICAL REQUIREMENTS 2.1 General Closed circuit television inspection will typically be done under one or more of the conditions listed below. Requirements for on-screen labeling during each line segment set up, televising, video file labeling and hard copy inspection reports will be specifically addressed. The Contractor shall neither request nor receive assistance from the City, in the performance of work described in this specification. Unless otherwise specified and at Contractors expense, the Contractor shall provide for the control of wastewater flows and monitoring of the collection system for back-ups and surcharges, while flow control devices are in place. It shall be the responsibility of the Contractor(s) to adhere to all applicable OSHA rules and regulations while performing any and all City-related projects or jobs (to include,but not necessarily limited to "Confined Space Entry". 2.2 Inspection Equipment and Methods Electronic media shall be used to record the condition of all the segments of the mains and the manholes, tap locations and unusual situations during inspection. The inspection imaging shall be made on color professional grade DVD format for each line segment. All observations will require both audio and on-screen display. The camera shall transit through the wastewater line in either direction at a speed not greater than 30 feet per minute, stopping as necessary to permit proper documentation of the wastewater line's condition. Lighting for the camera shall be suitable to allow a clear picture of the entire periphery of the pipe. A television camera with pan and tilt capability will be required. The camera, television monitor, and other components of the video systems shall be capable of producing picture quality to the satisfaction of the City. The capture system shall have the capability of recording, digitizing and storing single frames of video images and "real time" live video, as well as collecting, storing and printing wastewater line inspection data for graphic display and report generation. The imaging capture system shall store digitized picture images, have the ability to export picture files to industry standard formats Opg, bmp, and tif), be transferable to DVD and be printed at no cost to the City. Use of proprietary software is discouraged; however, if the Contractor provides the software and 027611 Page 1 of 8 Rev.3-25-2015 DocuSign Envelope ID: E921FEAl-502E-461D-A492-2EOFB27AB587 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-Passim 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: E921FEAl-502E-461D-A492-2EOFB27AB587 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: E921FEAl-502E-461D-A492-2EOFB27AB587 Report. The Inspection Report shall consist of condition observations recorded using approved computer-software generated formats. Specifically, items such as deviations in alignment and grade causing bellies / sags; abnormal conditions of the pipe barrel and joints; locations and quantities of any sources of infiltration or inflow; dropped, broken, properly/ improperly installed service taps or any other condition that may assist the Utilities Department in determining the quality of the pipeline installation. 2.7 Manhole Inspection: A CCTV camera shall traverse the manhole from top to bottom to record the condition of the manhole and invert for structural condition and sources of infiltration on the manhole and invert. The initial video display must show the entry manhole number, location/ street address, date and depth. a. The requirement is to commence capturing video at ground level. The video must be steady while panning and lowering to clearly record condition of the ring, corbel, the walls, and pipeline penetrations. The camera is to rotate during descent to inspect typical conditions and all penetrations. At the bottom of the manhole the complete invert will be inspected / viewed for infiltration and general condition. A washed out picture due to sunlight or shaking will be rejected for payment b. This manhole information may be retained on the same DVD if the line segment is also being investigated, or, if inspection is issued as a separate work order, a separate DVD and report will be required. As with pipeline inspection, digital photographs of key points of note must accompany the report and DVD. These would include seals on pipeline penetration, infiltration locations and other anomalies. c. The format of the Manhole Inspection Report will be as proposed by the Contractor and, following discussion, mutually approved by the Utilities Department and the Contractor. A sample form is included at the end of this specification. It will contain as a minimum: location& I.D.number manhole diameter manhole material depth of manhole condition of ring/ cover evidence of infiltration condition of walls presence of inflow inhibitor condition of pipe mouths presence of coatings condition of invert location: street/ easement above invert penetrations 2.8 CCTV Set-up: 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: E921FEAl-502E-461D-A492-2EOFB27AB587 2.9 CCTV Reverse Sq-u . 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: E921FEAl-502E-461D-A492-2EOFB27AB587 of the proper disposal of this waste. The Contractor shall not be paid until this documentation is provided. 4. DELIVERABLES 4.1 The Contractor is required to provide the Engineer both narrated CCTV DVD and computer software-generated Inspection Report products, as a result of each inspection. Acceptable submissions become the property of the City. a. Quality Control: camera distortion, inadequate lighting, dirty or submerged lens and blurry or hazy pictures determined to be the fault of the Contractor will be cause for rejection of the inspection effort. If the quality of the deliverables does not meet with City approval, the Contractor shall repeat the documenting process at no cost to the City. b. DVD: for each inspection, one properly labeled color, professional grade, DVD, recorded in standard play (SP) mode, will be required. The DVD will display continuous distance from the insertion manhole, and include narrative observations at notable points, with correlating information shown in the Inspection Report. Labeling of the DVD(s)will include, either typed or neatly printed the following information on the dust cover: Project Name Street Name Tape Number Contractor Upstream MH# Downstream MH# Date Survey/Post/New Work Order# Pipe Size Material Project# c. Inspection Reports: inspection reports are to be from City-approved and software-generated formats on 8�/2" x I F 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: E921FEAl-502E-461D-A492-2EOFB27AB587 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: E921FEAl-502E-461D-A492-2EOFB27AB587 SAMPLE TELEVISED INSPECTION REPORT FORM CITY OF CORPUS CHRISTI TELEVISED INSPECTION REPORT DATA REQUIREMENTS [On screen at start of each set-up and on Inspection Report] City's Project Name City's Project Number Contractor/Operator Date/"Time Televised DVD Number Upstream MH Location Downstream MH Location Upstream MH Number Downstream MH Number Upstream MH Depth Downstream MH Depth Pipe Size Pre-Rehab TV Y N Evaluation TV Y N' Post-Rehab TV Y N Reverse Set-up Y N Pipe Material DISTANCE FROM ENTRY POINT OBSERVATIONS/COMMENTS DVD LABELING 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: E921FEAl-502E-461D-A492-2EOFB27AB587 SECTION 027618 WASTEWATER LINE REHABILITATION/PIPEBURSTING 1. SCOPE This specification shall govern all work necessary to rehabilitate gravity wastewater lines by pipebursting,wherein a horizontal boring technique utilizing a cutting/expansive tool head fragments the existing pipe, and a fusion welded, high density polyethylene pipe is drawn into the resulting tunnel. 2. MATERIALS 2.1 Polyethylene: ASTM Designation: D-3350 with a cell classification of 335434B D or E(with inner wall of light color). In addition,the liner shall be manufactured of polyethylene resins classified as Type 111, Class C, Category 5, Grade P34, as tabulated in specifications in the older ASTM Designation, D-1248. This material shall also conform to the design criteria as specified in Plastic Pipe Institute (PPI) Designation: PE3408. 2.2 Dimensions: The pipe shall be (SDR 17, IPS) per ASTM F714 of the nominal diameter as shown on the plans and specified in the Bid Form, unless TCEQ requirements for water and wastewater line separation require pressure rated pipe of at least 150 psi, in which case DR 11, IPS pipe shall be utilized. At this pressure rating, a larger pipe may be required to maintain equivalent flow characteristics and hydraulic radius to the existing wastewater line. 2.3 Quality: All pipe shall be homogenous throughout, and shall be free of visible cracks, holes, foreign materials, blisters, or other deleterious faults. All materials shall be of the highest quality and highest performance. It shall be the product of a manufacturer actively engaged in research, development, and the manufacturer of said materials. 3. CONSTRUCTION METHODS 3.1 Pipe Jointing: Sections of the polyethylene (PE) liner pipe shall be joined by the butt-fusion method and performed in strict conformance with the pipe manufacturer's recommendations using approved equipment. The Contractor shall make arrangements to have a technical representative of the pipe manufacturer present for the start-up of the butt-fusion jointing and training of the contractor's personnel, or arrangements shall be made for the pipe manufacturer's representative to remain on the job until all jointing has been completed. When requested by the Engineer, samples of butt-fusion joints shall be furnished by the contractor for laboratory 027618 Page 1 of 4 Rev.3-25-2015 DocuSign Envelope ID: E921FEAl-502E-461D-A492-2EOFB27AB587 testing. The test of such samples shall clearly demonstrate joint integrity, strength, etc. 3.2 Insertion Pits: The location and number of insertion pits shall be determined by the Contractor to maximize insertion lengths and keep the number of excavations to a minimum. The insertion pit size shall be the minimum necessary to perform insertion operations. Locations of insertion pits shall be acceptable to the Engineer. Removal of obstructions and point repairs shall be done as necessary. This work shall be done in accordance with Section 022020 of the City Standard Specifications, "Excavation and Backfill for Utilities." 3.3 Pulling Pipe: New polyethylene pipe shall be pulled immediately behind the pipe bursting equipment in accordance with the manufacturer's procedures. The machine shall be specifically designed and manufactured for the pipe insertion process. The Contractor shall install all pulleys,rollers,bumpers, alignment control devices, and other equipment, required to protect existing manholes, and to protect the pipe from damage during installation. Lubrication may be used as recommended by the pipe manufacturer.Under no circumstances shall the pipe be stressed beyond 50%of its tensile strength at yield, that being 22,600 lb. for an 8" SDR 17 pipe. Provide a suitable pull measuring device connected to the winch or pulling system. Upon commencement,insertion shall be continuous without interruption,if possible. Terminal sections of pipe that are joined within the insertion pit shall be connected with a 1/4"thick neoprene gasket and a stainless steel band clamp having a minimum of 4 bolt/nut drawn down fixtures. The butt gap between pipe ends shall not exceed 1/2". The installed pipe shall be allowed the manufacturer's recommended amount of time, but not less than 24 hours, for relaxation prior to any reconnection of service lines, sealing of the annulus, or backfilling the insertion pit. Sufficient excess length shall be allowed to provide for this occurrence. 3.4 Service Connections: All service connections shall be identified, excavated, and disconnected prior to pipe bursting. After the new main has been pulled into place, allowed to recover, and secured to the manhole walls, each service shall be reconnected to the new main. Services shall be connected by the use of an approved pre-fabricated saddle. The pre-fabricated saddle shall be equipped with a neoprene gasket installed between the saddle and the liner pipe so that a complete water seal is accomplished when the two-piece saddle is placed around the polyethylene pipe and pulled together with stainless steel bands. Drill hole in main shall be flush with the inside diameter of the saddle. Continuous service shall be maintained. 027618 Page 2 of 4 Rev.3-25-2015 DocuSign Envelope ID: E921FEAl-502E-461D-A492-2EOFB27AB587 3.5 Annulus Sealing: The relaxed pipe shall be cut 4"inside of manholes and any annular space sealed. The annular space may be sealed with a mechanical device, chemical seal,or quick-setting concrete. The method chosen shall be approved by the Engineer prior to construction. The sealant shall extend at least 8-inches past the outside of the manhole wall. The sealant shall form a smooth transition above the liner projection into the manhole. The sealant shall be applied 3" beyond the annulus on the inside wall of the manhole. The complete joint shall be uniform and water-tight. 3.6 Backfill: The insertion pit(s) shall be backfilled with an approved granular material from the invert to a minimum of 12" above the pipe. The balance of the insertion pit may be backfilled using approved material taken from the excavation.All backfilling shall be accomplished in such a manner as to achieve a 95% Standard Proctor density. 3.7 By-Pass Wastewater Flows: It shall be the responsibility of the Contractor to maintain continuous flow of wastewater, during execution of work. This includes flow of all mains, laterals, and services. Pumps and by-pass lines shall be of adequate capacity to handle all flows. Dumping of raw sewage on private or city property shall not be allowed.By-pass shall be made by pumping the sewage into the downstream manhole or adjacent system, or other methods as may be approved by the Owner and the Engineer. All bypass pumping must be per City Standard Specification Section 027200 "Control of Wastewater Flows." 4. DELIVERY, STORAGE AND HANDLING OF MATERIALS: The Contractor shall be responsible for all handing and security of the materials. 5. CLEANUP: The Contractor shall clean up the area around the work area and restore surface improvements to a like or better condition as existed prior to construction. All pavement shall be repaired as specified. All broken pipe and other unwanted material shall become property of the Contractor and hauled off and disposed by the Contractor. 6. TELEVISION INSPECTION: Television inspection of pipeline shall be performed by experienced personnel,in accordance with City Standard Specification 027611. Television inspection shall be per the following: Post Construction video DVD of each wastewater line shall include voice description and stationing of each service indicated. Data and stationing shall be visually displayed on video. By-pass or diversion of flow shall be done by the Contractor as necessary to obtain acceptable video. 027618 Page 3 of 4 Rev.3-25-2015 DocuSign Envelope ID: E921FEAl-502E-461D-A492-2EOFB27AB587 If any portion of the inspection DVD be deemed inadequate by the City,the Contractor shall re-video that portion to the satisfaction of the City at no additional expense to the City. DVDs of all work shall be furnished to the City prior to acceptance of work. One copy shall become property of The City and retained by the City. 7. TESTING: After the proposed line has been completed, internally inspected with video camera and record as required. DVD shall be furnished to the City prior to acceptance of work. Manholes and services are to be tested as described elsewhere. 8. MEASUREMENT AND PAYMENT: Unless indicated otherwise in the Bid Form, Wastewater Rehabilitation / Pipebursting will be measured by the linear foot for each size and depth range installed. Payment shall include,but not be limited to, all materials, labor, equipment and incidentals required for(other than pavement repair) trenching,installing the new line, surface restoration,clean-up,televised inspection,and other work as may be required. 027618 Page 4 of 4 Rev.3-25-2015 DocuSign Envelope ID: E921FEAl-502E-461D-A492-2EOFB27AB587 SECTION 028040 SODDING 1. DESCRIPTION This specification shall govern all work necessary for furnishing and placing sod as required to complete the project. 2. MATERIALS Fertilizer: All fertilizer used shall be delivered in bags or containers with clearly marked analysis. A granulated fertilizer shall be used with an analysis of 10-20-10. These figures represent the percent of nitrogen, phosphoric acid and potash nutrients, respectively, as determined by the methods of the Association of Official Agricultural Chemists. The rate of application shall be not less than 350 pounds per acre (7.23 lb. per 100 SY). In the event that it is necessary to substitute a fertilizer with a different analysis, it shall be granulated fertilizer with a lower concentration. The total nutrients applied per unit area shall not be less that the specified amount of each nutrient. Sod: Sod shall consist of live Bermuda grass with thickly matted roots throughout the soil and with a minimum thickness of 3 inches or 0.25 foot, or live St. Augustine with thickly matted roots throughout the soil with a minimum thickness of 1 inch or 0.08 foot. The Contractor shall not use sod where grass is thinned out. Grass shall be mowed and raked to remove all weeds and long stems prior to extraction at the source. Sod and soil shall be kept moist at all times during the sodding process. Care must be taken at all times to retain native soil on the root system. Water: Water shall be free from oils, acids, alkalis, and salts that may inhibit grass growth. Unless indicated otherwise on the drawings, water shall be provided by the City and shall be transported and applied by the Contractor. 3. CONSTRUCTION METHODS Spot Sodding Prior to planting, the area to be sodded shall be graded and shaped. Squares of sod with a minimum width of 3 inches shall be planted in rows on 15-inch centers in both directions. Sod shall be placed so that it is firmly against the bottom of the hole, and the top of the sod shall not be more than 1/2 inch below finished grade. Soil shall be firmly packed against all sides of the sod. Soil shall not be allowed to cover the sod except for soil incidental to raking, provided that the quantity of soil is not enough to hinder the growth. Areas to be spot sodded shall be indicated on the drawing or as directed by the Engineer in field. After sod has been planted,the area shall be fertilized and watered. 028040 Page 1 of 2 Rev.3-25-2015 DocuSign Envelope ID: E921FEAl-502E-461D-A492-2EOFB27AB587 Block Soddin . Prior to planting, the area to be sodded shall be graded and shaped. Sod blocks shall be uniformly placed over the prepared area. The sodded area shall then be fertilized and watered. After the area is sufficiently dry, the area shall be rolled or tamped to form a thoroughly compacted mat. Any voids in the mats shall be filled with additional sod and tamped. If, in the opinion of the Engineer, slopes may cause displacement, areas to be block sodded shall be indicated on the drawings or as directed by the Engineer in the field. Mulch Sodding: The sod source shall be disked in two directions cutting the sod thoroughly to a depth of not less than 4 inches or more than 10 inches, being careful to avoid having soil containing no grass roots. The disked sod may be windrowed or otherwise handled in a manner satisfactory to the Engineer. The material shall be rejected if not kept in a moist condition. Prior to placing mulch sod, the cut slopes shall be scarified by plowing furrows 4 inches to 6 inches deep along horizontal slope lines at 2-foot vertical intervals. Excavated material from the furrows shall not protrude more than 3 inches above the original surface of the cut. Fertilizer shall be distributed uniformly over the area. The sod shall then be dumped upon the prepared area and spread uniformly to the required approximate thickness shown on the plans. Any section not true to lines and cross section shall be remedied by the addition of sod material. After the sod material has been spread and shaped, it shall be compacted with a corrugated roller of the "Cultipacker" type. All rolling of slope areas shall be on the contour. The area to be mulch sodded shall be indicated on the drawings or as directed by the Engineer in the field. 4. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, spot sodding and block sodding shall be measured by the square yard taken in a horizontal plane. Payment shall include, but not be limited to, excavation, transporting, storing and placing of sod, and application of fertilizer and water. 028040 Page 2 of 2 Rev.3-25-2015 DocuSign Envelope ID: E921FEAl-502E-461D-A492-2EOFB27AB587 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 11 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: E921FEAl-502E-461D-A492-2EOFB27AB587 (2) Mixing Water Water for use in concrete and for curing shall be free from oils, acids, organic matter or other deleterious substances and shall not contain more than 1000 parts per million of chlorides as CL nor more than 1000 parts per million of sulfates as SO4. Water from municipal supplies approved by the State Health Department will not require testing, but water from other sources will be sampled and tested before use in structural concrete. Tests shall be made in accordance with the "Method of Test for Quality of Water to be Used in Concrete" (AASHTO Method T26), except where such methods are in conflict with provisions of this specification. (3) Coarse Aggregate Coarse aggregate shall consist of durable particles of gravel, crushed blast furnace slag, crushed stone, or combinations thereof, free from frozen material or injurious amount of salt, alkali, vegetable matter, or other objectionable material either free or as an adherent coating; and its quality shall be reasonably uniform throughout. It shall not contain more than 0.25 percent by weight of clay lumps, nor more than 1.0 percent by weight of shale, nor more than 5 percent by weight of laminated and/or friable particles when tested in accordance with TxDOT Test Method Tex-413-A. It shall have a wear of not more than 40 percent when tested in accordance with TxDOT Test Method Tex-410-A. Unless otherwise specified on the plans, coarse aggregate will be subjected to five cycles of the soundness test in accordance with TxDOT Test Method Tex-411-A. The loss shall not be greater than 12 percent when sodium sulfate is used, or 18 percent when magnesium sulfate is used. Permissible sizes of aggregate shall be governed by Table 4 and Table 1, except that when exposed aggregate surfaces are required, coarse aggregate gradation will be as specified on the plans. When tested by approved methods, the coarse aggregate, including combinations of aggregates when used, shall conform to the grading requirements shown in Table 1. 030020 Page 2 of 13 Rev.10-30-2014 DocuSign Envelope ID: E921FEAl-502E-461D-A492-2EOFB27AB587 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-'h in. 0 0 30 to 70 95 to to 65 to 100 5 90 4 (57)* 1 in. 0 0 40 90 to 95 to to to 100 100 5 75 8 3/8 in. 0 0 to 35 to 90 to 5 80 100 *Numbers in parenthesis indicate conformance with ASTM C33. The aggregate shall be washed. The Loss by Decantation (TxDOT Test Method Tex-406-A) plus the allowable weight of clay lumps, shall not exceed one percent, or the value shown on the plans, whichever is smaller. (4) Fine Aggregate Fine aggregate shall consist of clean, hard, durable and uncoated particles of natural or manufactured sand or a combination thereof, with or without a mineral filler. It shall be free from frozen material or injurious amounts of salt, alkali, vegetable matter or other objectionable material and it shall not contain more than 0.5 percent by weight of clay lumps. When subjected to the color test for organic impurities (TxDOT Test Method Tex-408-A), it shall not show a color darker than standard. The fine aggregate shall produce a mortar having a tensile strength equal to or greater than that of Ottawa sand mortar when tested in accordance with TxDOT Test Method Tex-317-D. Where manufactured sand is used in lieu of natural sand for slab concrete subject to direct traffic, the acid insoluble residue of the fine aggregate shall be not less than 28 percent by weight when tested in accordance with TxDOT Test Method Tex-612-J. When tested by approved methods, the fine aggregate or combination of aggregates, including mineral filler, shall conform to the grading requirements shown in Table 2. 030020 Page 3 of 13 Rev.10-30-2014 DocuSign Envelope ID: E921FEAl-502E-461D-A492-2EOFB27AB587 TABLE 2 Fine Aggregate Gradation Chart Percent Retained on Each Sieve Aggregate Grade No. 3/8 In. No. 4 No. 8 No. 16 No. 30 No. 50 No. 100 No. 200 1 0 0 to 5 0 to 20 15 to 50 35 to 75 70 to 90 90 to 100 97 to 100 NOTE 1: Where manufactured sand is used in lieu of natural sand, the percent retained on the No. 200 sieve shall be 94 to 100. NOTE 2: Where the sand equivalent value is greater than 85, the retainage on the No. 50 sieve may be 70 to 94 percent. Fine aggregate will be subjected to the Sand Equivalent Test (TxDOT Test Method Tex-203-F). The sand equivalent shall not be less than 80 nor less than the value shown on the plans, whichever is greater. For concrete Classes `A' and `C', the fineness modulus as defined below for fine aggregates shall be between 2.30 and 3.10. The fineness modulus will be determined by adding the percentages by weight retained on the following sieves, and dividing by 100; Nos. 4, 8, 16, 30, 50 and 100. (5) Mineral Filler Mineral filler shall consist of stone dust, clean crushed sand, or other approved inert material. (6) Mortar(Grout) Mortar for repair of concrete shall consist of 1 part cement, 2 parts finely graded sand, and enough water to make the mixture plastic. When required to prevent color difference, white cement shall be added to produce the color required. When required by the Engineer, latex adhesive shall be added to the mortar. (7) Admixtures Calcium Chloride will not be permitted. Unless otherwise noted, air-entraining, retarding and water-reducing admixtures may be used in all concrete and shall conform to the following requirements: A "water-reducing, retarding admixture" is defined as a material which, when added to a concrete mixture in the correct quantity, will reduce the quantity of mixing water required to produce concrete of a given consistency and will retard the initial set of the concrete. A "water-reducing admixture" is defined as a material which, when added to a concrete mixture in the correct quantity, will reduce the quantity of mixing water required to produce concrete of a 030020 Page 4 of 13 Rev.10-30-2014 DocuSign Envelope ID: E921FEAl-502E-461D-A492-2EOFB27AB587 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: E921FEAl-502E-461D-A492-2EOFB27AB587 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: E921FEAl-502E-461D-A492-2EOFB27AB587 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: E921FEAl-502E-461D-A492-2EOFB27AB587 TABLE 3 Slump Requirements Concrete Designation Desired Slump Max. Slump Structural Concrete: (1) Thin-Walled Sections (9" or less) 4 inches 5 inches (2) Slabs, Caps, Columns,Piers, Wall Sections over 9", etc. 3 inches 4 inches Underwater or Seal Concrete 5 inches 6 inches Riprap, Curb, Gutter and Other Miscellaneous Concrete 2.5 inches 4 inches NOTE: No concrete will be permitted with slump in excess of the maximums shown. 8. QUALITY OF CONCRETE General The concrete shall be uniform and workable. The cement content, maximum allowable water- cement ratio, the desired and maximum slump and the strength requirements of the various classes of concrete shall conform to the requirements of Table 3 and Table 4 and as required herein. During the process of the work, the Engineer or his designated representative will cast test cylinders or beams as a check on the compressive or flexural strength of the concrete actually placed. Test cylinders must be picked up by the testing lab within 24 hours. A test shall be defined as the average of the breaking strength of two cylinders or two beams, as the case may be. Specimens will be tested in accordance with TxDOT Test Methods Tex-418-A or Tex-420-A. Test beams or cylinders will be required as specified in the contract documents. For small placements on structures such as manholes, inlets, culverts, wingwalls, etc., the Engineer may vary the number of tests to a minimum of one for each 25 cubic yards placed over a several day period. All test specimens, beams or cylinders, representing tests for removal of forms and/or falsework shall be cured using the same methods, and under the same conditions as the concrete represented. "Design Strength"beams and cylinders shall be cured in accordance with THD Bulletin C-11. The Contractor shall provide and maintain curing facilities as described in THD Bulletin C-11 for the purpose of curing test specimens. Provision shall be made to maintain the water in the curing tank at temperatures between 70°F and 90°F. When control of concrete quality is by twenty-eight-day compressive tests, job control will be by seven-day compressive tests which are shown to provide the required twenty-eight-day strength, based on results from trial batches. If the required seven-day strength is not secured with the 030020 Page 8 of 13 Rev.10-30-2014 DocuSign Envelope ID: E921FEAl-502E-461D-A492-2EOFB27AB587 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 11 Cement is used with Class C Concrete, the 7-day beam break requirement will be 550 psi; with Class A Concrete, the minimum 7-day beam break requirement will be 460 psi. ""Permission**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 perfonning 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: E921FEAl-502E-461D-A492-2EOFB27AB587 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: E921FEAl-502E-461D-A492-2EOFB27AB587 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 coulter 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. 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: E921FEAl-502E-461D-A492-2EOFB27AB587 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: E921FEAl-502E-461D-A492-2EOFB27AB587 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: E921FEAl-502E-461D-A492-2EOFB27AB587 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: E921FEAl-502E-461D-A492-2EOFB27AB587 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. S-q. 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: E921FEAl-502E-461D-A492-2EOFB27AB587 3. BENDING The reinforcement shall be bent cold, true to the shapes indicated on the plans. Bending shall preferably be done in the shop. Irregularities in bending shall be cause for rejection. Unless otherwise shown on the plans, the inside diameter of bar bends, in terms of the nominal bar diameter(d), shall be as follows: Bends of 90 degrees and greater in stirrups, ties and other secondary bars that enclose another bar in the bend: Grade 60 #3, #4, #5 4d #6, #7, #8 5d All bends in main bars and in secondary bars not covered above: Grade 60 Grade 75 #3 thru#8 6d -- #9, #10 8d -- #11 8d 8d #14, #18 10d -- 032020 Page 3 of 6 Rev.10-30-2014 DocuSign Envelope ID: E921FEAl-502E-461D-A492-2EOFB27AB587 4. TOLERANCES Fabricating tolerances for bars shall be within 3 percent of specified or as follows: Plan Diemen. = 3/4" _1 7/8" Bar or Smollar--Plan- Dimon. ; 1/27 h 1" Bar or Larger--Pian. Mmen. ; 1� 3✓ 1-1= over 6"--aemen.+ Zero or -I/Z7 K = 6 a-`nd less-Dimon. • Zero or 14 7/8" Bar or Smaller--Pion Dimon_ ; 1/20 r l" Bar or 1_arger-Place Diemen. s I" piral or Circular Tie Tie: or Stirstap gPIonDimon;-*-IY Plan Cm-=L=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 4of6 Rev.10-30-2014 DocuSign Envelope ID: E921FEAl-502E-461D-A492-2EOFB27AB587 TABLE 1 Minimum Lap Requirements Lap Uncoated Coated Lap in inches > 40d 60d Where: d=bar diameter in inches Welding of reinforcing bars may be used only where shown on the plans or as permitted herein. All welding operations, processes, equipment, materials, workmanship and inspection shall conform to the requirements of the drawings and industry standards. All splices shall be of such dimension and character as to develop the full strength of bar being spliced. End preparation for butt welding reinforcing bars shall be done in the field. Delivered bars shall be of sufficient length to permit this practice. For box culvert extensions with less than one foot of fill, the existing longitudinal bars shall have a 20-diameter lap with the new bars. For box culvert extensions with more than one foot of fill, a minimum of 6 inches lap will be required. Unless otherwise shown on the plans, dowel bars transferring tensile stresses shall have a minimum embedment equal to the minimum lap requirements shown in Table 1. Shear transfer dowels shall have a minimum embedment of 12 inches. 7. PLACING Reinforcement shall be placed as near as possible in the position shown on the plans. Unless otherwise shown on the plans, dimensions shown for reinforcement are to the centers of the bars. In the plane of the steel parallel to the nearest surface of concrete, bars shall not vary from plan placement by more than one-twelfth of the spacing between bars. In the plane of the steel perpendicular to the nearest surface of concrete, bars shall not vary from plan placement by more than one-quarter inch. Cover of concrete to the nearest surface of steel shall meet the above requirements but shall never be less than one inch or as otherwise shown on the plans. Vertical stirrups shall always pass around the main tension members and be attached securely thereto. The reinforcing steel shall be spaced its required distance from the form surface by means of approved galvanized metal spacers, metal spacers with plastic coated tips, stainless steel spacers, plastic spacers, or approved pre-cast mortar or concrete blocks. For approval of plastic spacers on the project, representative samples of the plastic shall show no visible indications of deterioration after immersion in a 5 percent solution of sodium hydroxide for 120 hours. All reinforcing steel shall be tied at all intersections, except that where spacing is less than one foot in each direction, alternate intersections only need be tied. Before any concrete is placed, all mortar shall be cleaned from the reinforcement. Precast mortar or concrete blocks to be used for holding steel in position adjacent to formed surfaces shall be cast in molds meeting the approval of the Engineer and shall be cured by covering with wet burlap or 032020 Page 5 of 6 Rev.10-30-2014 DocuSign Envelope ID: E921FEAl-502E-461D-A492-2EOFB27AB587 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: E921FEAl-502E-461D-A492-2EOFB27AB587 SECTION 038000 CONCRETE STRUCTURES 1. DESCRIPTION This specification shall govern for construction of all types of structures involving the use of structural concrete, except where the requirements are waived or revised by other governing specifications. All concrete structures shall be constructed in accordance with the design requirements and details shown on the plans; in conformity with the pertinent provisions of the items contracted for; the incidental specifications referred to; and in conformity with the requirements herein. 2. MATERIALS (1) Concrete. All concrete shall conform to the provisions of City Standard Specification Section 030020 'Portland Cement Concrete". The class of concrete for each type of structure or unit shall be as specified on the plans or by pertinent governing specifications. (2) Expansion Joint Material. (a) Preformed Fiber Material. Preformed fiber expansion joint material shall be of the dimensions shown on the plans. The material shall be one of the following types, unless otherwise noted on the plans: 1. Preformed Bituminous Fiber Materials shall meet the requirements of ASTM Designation: D1751 "Standard Specification for Preformed Expansion Joint Filler for Concrete Paving and Structural Construction (Non-extruding and Resilient Bituminous Types)". 2. Preformed Non-Bituminous Fiber Material shall meet the requirements of ASTM Designation: D1751 "Standard Specification for Preformed Expansion Joint Filler for Concrete Paving and Structural Construction (Non-extruding and Resilient Bituminous Types)",except that the requirements pertaining to bitumen content, density and water absorption shall be voided. 3. Redwood. (b) Joint Sealing Materials. Unless otherwise shown on the drawings, joint sealing material shall conform to the following requirements. The material shall adhere to the sides of the concrete joint or crack and shall form an effective seal against infiltration of water and incompressibles. The material shall not crack or break when exposed to low temperatures. 038000 Page 1 of 19 Rev.3-25-2015 DocuSign Envelope ID: E921FEAl-502E-461D-A492-2EOFB27AB587 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 I-a and Class I-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 mann£). 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 (I" in 3%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: E921FEAl-502E-461D-A492-2EOFB27AB587 PROPERTY METHOD REQUIREMENT Color ASTM D1752, Type 1 Black Density ASTM D1752, Type 1 40 lb./ft' Min. Recovery ASTM D 1752, 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: E921FEAl-502E-461D-A492-2EOFB27AB587 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 joints to be filled with expansion joint material, shall be constructed using forms adaptable to loosening or early removal. To avoid expansion or contraction damage to the adjacent concrete, these forms shall be loosened as soon as possible after final concrete set to permit free movement without requiring full form removal. Prior to placing the sealing material, the vertical facing the joint shall be cleaned of all laitance by sandblasting or by mechanical routing. Cracked or spalled edges shall be repaired. The j oint shallbe blown clean of all foreign material and sealed. Where preformed fiber joint material is used,it shall be anchored to the concrete on one side of the joint by light wire or nails, to prevent the material from falling out. The top one inch (1") of the joint shall be filled with joint sealing material. Finished joints shall conform to the indicated outline with the concrete sections completely separated by the specified opening or joint material. Soon after form removal and again where necessary after surface finishing, all projecting concrete shall be removed along exposed edges to secure full effectiveness of the expansion joints. 4. CONSTRUCTION JOINTS The 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: E921FEAl-502E-461D-A492-2EOFB27AB587 material will be specified on the plans without referenced to joint type. A concrete placement terminating at a horizontal construction joint shall have the top surface roughened thoroughly as soon as practicable after initial set is attained. The surfaces at bulkheads shall be roughened as soon as the forms are removed. The hardened concrete surface shall be thoroughly cleaned of all loose material, laitance, dirt or foreign material, and saturated with water so it is moist when placing fresh concrete against it. Forms shall be drawn tight against the placing of the fresh concrete. 5. FORMS (1) General. Except where otherwise specified, forms may be of either timber or metal. Forms for round columns exposed to view shall be of steel, except that other materials will be allowed with written permission of the Engineer. Forming plans shall be submitted to the Engineer for approval as specified. Forms shall be designed for the pressure exerted by a liquid weighing 150 pounds per cubic foot. The rate of placing the concrete shall be taken into consideration in determining the depth of the equivalent liquid. For j ob fabricated forms,an additional live load of 50 pounds per square foot shall be allowed on horizontal surfaces. The maximum unit stresses shall not exceed 125 percent of the allowable stresses used by the Texas Department of Transportation for the design of structures. Commercially produced structural units used in formwork shall not exceed the manufacturer's maximum allowable working load for moment, shear or end reaction. The maximum working load shall include a live load of 35 pounds per square foot of horizontal form surface, and sufficient details and data shall be submitted for use in checking formwork details for approval. Forms shall be practically mortar-tight,rigidly braced and strong enough to prevent bulging between supports, and maintained to the proper line and grade during concrete placement. Forms shall be maintained in a manner that will prevent warping and shrinkage. Offset at form joints shall not exceed one-sixteenth of an inch(1/16"). Deflections due to cast-in-place slab concrete and railing shown in the dead load deflection diagram shall be taken into account in the setting of slab forms. All forms and footing areas shall be cleaned of any extraneous matter before placing concrete. Permission to place concrete will not be given until all such work is completed to the satisfaction of the Engineer. If, at any stage of the work, the forms show signs of bulging or sagging,the portion of the concrete causing such condition shall be removed immediately,if necessary, and the forms shall be reset and securely braced against further movement. 038000 Page 5 of 19 Rev.3-25-2015 DocuSign Envelope ID: E921FEAl-502E-461D-A492-2EOFB27AB587 (2) Timber Forms. Lumber for forms shall be properly seasoned, of good quality, and free from imperfections which would affect its strength or impair the finished surface of the concrete. The lumber used for facing or sheathing shall be finished on at least one side and two edges and shall be sized to uniform thickness. Form lining will be required for all formed surfaces, except for the inside of culvert barrels, inlets and manholes; surfaces that are subsequently covered by backfill material or are completely enclosed; and, any surface formed by a single finished board. Lining will not be required when plywood forms are used. Form lining shall be of an approved type such as Masonite or plywood. Thin membrane sheeting, such as polyethylene sheets, shall not be used for form lining. Forms may be constructed of plywood not less than one-half inch in thickness,with no form lining required. The grain of the face plies on plywood forms shall be placed parallel to the span between the supporting studs or joists. Plywood used for forming surfaces that remain exposed shall be equal to that specified as B-B Plyform Class I or Class II Exterior, of the U. S. Department of Commerce, National Bureau of Standards and Technology, latest edition. Forms or form lumber to be reused shall be maintained clean and in good condition. Any lumber which is split, warped, bulged, marred, or has defects that will produce inferior work, shall not be used and, if condemned, shall be promptly removed from the work. Studs and joists shall be spaced so that the facing form material remains in true alignment under the imposed loads. Wales shall be spaced close enough to hold forms securely to the designated lines and scabbed at least 4 feet on each side of joints to provide continuity. A row of wales shall be placed near the bottom of each placement. Facing material shall be placed with parallel and square joints and securely fastened to supporting studs. Forms for surfaces receiving only an ordinary finish and exposed to view shall be placed with the form panels symmetrical, i.e., long dimensions set in the same direction. Horizontal joints shall be continuous. Molding specified for chamfer strips or other uses shall be made of materials of a grade that will not split when nailed and which can be maintained to a true line without warping. Wood molding shall be mill cut and dressed on all faces. Unless otherwise provided, forins shall be filleted at all sharp corners and edges with triangular chainfer 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: E921FEAl-502E-461D-A492-2EOFB27AB587 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: E921FEAl-502E-461D-A492-2EOFB27AB587 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-Aizitated Concrete: Above 80 degrees F 15 minutes Up to 80 degrees F 30 minutes AOtated 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: E921FEAl-502E-461D-A492-2EOFB27AB587 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 forins will not be allowed. Concrete shall be deposited in the forms in layers of suitable depth but not more than 36 inches in thickness, unless otherwise directed by the Engineer. The sequence of successive layers or adjacent portions of concrete shall be such that they can be vibrated into a homogenous mass with the previously placed concrete without a cold j oint. Not more than one hour shall elapse between adjacent or successive placements of concrete. Unauthorized construction joints shall be avoided by placing all concrete between the authorized joints in one continuous operation. An approved retarding agent shall be used to control stress cracks and/or unauthorized cold joints in mass placements where differential settlement and/or setting time may induce stress cracking. Openings in forms shall be provided, if needed, for the removal of laitance of foreign matter of any kind. All forms shall be wetted thoroughly before the concrete is placed therein. All concrete shall be well consolidated and the mortar flushed to the form surfaces by continuous working with immersion type vibrators. Vibrators which operate by attachment to forms or reinforcement will not be permitted, except on steel forms. At least one stand-by vibrator shall be 038000 Page 9 of 19 Rev.3-25-2015 DocuSign Envelope ID: E921FEAl-502E-461D-A492-2EOFB27AB587 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 forins. Immersion type vibrators shall be inserted vertically,at points 18 to 30 inches apart, and slowly withdrawn. The vibrator may be inserted in a sloping or horizontal position in shallow slabs. The entire depth of each lift shall be vibrated, allowing the vibrator to penetrate several inches into the preceding lift. Concrete along construction joints shall be thoroughly consolidated by operating the vibrator along and close to but not against the joint surface. The vibration shall continue until thorough consolidation,and complete embedment of reinforcement and fixtures is produced,but not long enough to cause segregation. Vibration may be supplemented by hand spading or rodding, if necessary,to insure the flushing of mortar to the surface of all forms. Slab concrete shall be mixed in a plant located off the structure. Carting or wheeling concrete batches over completed slabs will not be permitted until they have aged at least four(4)full curing days. If carts are used,timber planking will be required for the remainder of the curing period. Carts shall be equipped with pneumatic tires. Curing operations shall not be interrupted for the purpose of wheeling concrete over finished slabs. After concrete has attained its initial set,at least one(1)curing day shall elapse before placing strain on projecting reinforcement to prevent damage to the concrete. The storing of reinforcing or structural steel on completed roadway slabs generally shall be avoided and, when permitted, shall be limited to quantities and distribution that will not induce excessive stresses. 8. PLACING CONCRETE IN COLD WEATHER (1) Cast-in-Place Concrete. Concrete may be placed when the atmospheric temperature is not less than 35 degrees F. Concrete shall not be placed in contact with any material coated with frost or having a temperature less than 32 degrees F. Aggregates shall be free from ice, frost and frozen lumps. When required, in order to produce the minimum specified concrete temperature,the aggregate and/or the water shall be heated uniformly, in accordance with the following: The water temperature shall not exceed 180 degrees F,and/or the aggregate temperature shall not exceed 150 degrees F. The heating apparatus shall heat the mass of aggregate uniformly. The temperature of the mixture of aggregates and water shall be between 50 degrees F and 85 degrees F before introduction of the cement. All concrete shall be effectively protected as follows: (a) The temperature of slab concrete of all unformed surfaces shall be maintained at 50 degrees F or above for a period of 72 hours from time of placement and above 40 degrees F for an additional 72 hours. 038000 Page 10 of 19 Rev.3-25-2015 DocuSign Envelope ID: E921FEAl-502E-461D-A492-2EOFB27AB587 (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 pennission is granted to begin placement. Sufficient extra test specimens will be made and cured with the placement to ascertain the condition of the concrete as placed,prior to form removal and acceptance. (2) Precast Concrete. A fabricating plant for precast products which has adequate protection from cold weather in the form of permanent or portable framework and covering, which protects the concrete when placed in the forms,and is equipped with approved steam curing facilities,may place concrete under any low temperature conditions provided: (a) The framework and covering are placed and heat is provided for the concrete and the forms within one hour after the concrete is placed. This shall not be construed to be one hour after the last concrete is placed,but that no concrete shall remain unprotected longer than one hour. (b) Steam heat shall keep the air surrounding the concrete between 50 degrees F and 85 degrees F for a minimum of three hours prior to beginning the temperature rise which is required for steam curing. (c) For fabricating plants without the above facilities and for job site precast products,the requirements of the Article "Curing Concrete" of this specification shall apply. The Contractor is responsible for the protection of concrete placed under any and all weather conditions. Permission given by the Engineer for placing concrete during freezing weather will in no way relieve the Contractor of the responsibility for producing concrete equal in quality to that placed under normal conditions. Should concrete placed under such conditions prove unsatisfactory,it shall be removed and replaced at no additional cost. 038000 Page 11 of 19 Rev.3-25-2015 DocuSign Envelope ID: E921FEAl-502E-461D-A492-2EOFB27AB587 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: E921FEAl-502E-461D-A492-2EOFB27AB587 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: E921FEAl-502E-461D-A492-2EOFB27AB587 longitudinally along the pavement surface with the carpet contact surface area adjusted to provide a satisfactory coarsely textured surface. A metal-tine texture finish is required using a tining machine unless otherwise shown on the plans. Provide the metal-tine finish immediately after the concrete surface has set enough for consistent tining. Operate the metal-tine device to obtain grooves spaced at 1 in., approximately 3/16 in. deep, with a minimum depth of 1/8 in., and approximately 1/12 in. wide. Do not overlap a previously tined area. Use manual methods for achieving similar results on ramps and other irregular sections of pavements. Repair damage to the edge of the slab and joints immediately after texturing. Do not tine pavement that will be overlaid. Upon completion of the floating and/or straight edging and before the disappearance of the moisture sheen, the surface shall be given a broom or burlap drag finish. The grooves of these finishes shall be parallel to the structure centerline. It is the intent that the average texture depth resulting from the number of tests directed by the Engineer be not less than 0.035 inch with a minimum texture depth of 0.030 inch for any one test when tested in accordance with TxDOT Test Method Tex-436-A. Should the texture depth fall below that intended, the finishing procedures shall be revised to produce the desired texture. After the concrete has attained its final set, the roadway surface shall be tested with a standard 10- foot straightedge. The straightedge shall be placed parallel to the centerline of roadway to bridge any depressions and touch high spots. Ordinates of irregularities measured from the face of the straightedge to the surface of the slab shall not exceed one-eighth of an inch(1/8"),making proper allowances for camber,vertical curvature and surface texture. Occasional variations,not exceeding three-sixteenth of an inch (3/16") will be acceptable, if in the opinion of the Engineer it will not affect the riding qualities. When directed by the Engineer, irregularities exceeding the above requirements shall be corrected. In all roadway slab finishing operations,camber for specified vertical curvature and transverse slopes shall be provided. 14. CURING CONCRETE The Contractor shall inform the Engineer fully of the methods and procedures proposed for curing; shall provide the proper equipment and material in adequate amounts; and shall have the proposed methods, equipment and material approved prior to placing concrete. Inadequate curing and/or facilities,therefore,shall be cause for the Engineer to stop all construction on the job until remedial action is taken. All concrete shall be cured for a period of four(4) curing days except as noted herein. 038000 Page 14 of 19 Rev.3-25-2015 DocuSign Envelope ID: E921FEAl-502E-461D-A492-2EOFB27AB587 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 11 cement) Concrete Piling (non-prestressed) 6 curing days When the air temperature is expected to drop below 35 degrees F,the water curing mats shall be covered with polyethylene sheeting, burlap-polyethylene blankets or other material to provide the protection required by Article "Placing Concrete in Cold Weather" of these specifications. A curing day is defined as a calendar day when the temperature, taken in the shade away from artificial heat, is above 50 degrees F for at least 19 hours (colder days if satisfactory provisions are made to maintain the temperature of all surfaces of the concrete above 40 degrees F for the entire 24 hours). The required curing period shall begin when all concrete therein has attained its initial set. The following methods are permitted for curing concrete subject to the restrictions of Table I and the following requirements for each method of curing. (1) Form Curing. When forms are left in contact with the concrete, other curing methods will not be required except for cold weather protection. (2) Water Curing. All exposed surfaces of the concrete shall be kept wet continuously for the required curing time. The water used for curing shall meet the requirements for concrete mixing water as specified in the specification Section 030020 "Portland Cement Concrete". Seawater will not be permitted. Water which stains or leaves an unsightly residue shall not be used. (a) Wet Mat. Cotton mats shall be used for this curing method. They shall be placed as soon as possible after the surface has sufficiently hardened to prevent damage to the concrete. (See Article, 'Placing Concrete" of this specification.) Damp burlap blankets made from nine-ounce stock may be placed on the damp concrete surface for temporary protection prior to the application of the cotton mats which may be placed dry and wetted down after placement. The mats shall be weighted down adequately to provide continuous contact with all concrete surfaces where possible. The surfaces of the concrete shall be kept wet for the required curing time. Surfaces which cannot be cured by contact shall be enclosed with mats and anchored positively to the forms or to the ground so that outside air cannot enter the enclosure. Sufficient moisture shall be provided inside the enclosure to keep all surfaces of the concrete wet. (b) Water Spray. This curing method shall consist of overlapping sprays or sprinklers that keep all unformed surfaces continuously wet. (c) Ponding. This curing method requires the covering of the surfaces with a minimum of two inches (2") of clean granular material,kept wet at all times, or a minimum of one-inch 038000 Page 15 of 19 Rev.3-25-2015 DocuSign Envelope ID: E921FEAl-502E-461D-A492-2EOFB27AB587 (1") depth of water. Satisfactory provisions shall be made to provide a dam to retain the water or saturated granular material. (3) Membrane Curing. This consists of curing concrete pavement,concrete pavement(base),curbs, gutters, retards, sidewalks, driveways, medians, islands, concrete riprap, cement-stabilized riprap, concrete structures and other concrete as indicated on the plans by impervious membrane method. Unless otherwise provided herein or shown on the plans, either Type 1-D or Type 2 membrane curing compound may be used where permitted except that Type 1-D (Resin Base Only) will be required for slab concrete in bridge decks and top slabs of direct traffic culverts. TABLE 1 REQUIRED PERMITTED MEMBRANE MEMBRANE STRUCTURE UNIT WATER FOR WATER FOR DESCRIPTION FOR INTERIM FOR INTERIM CURING CURING CURING CURING 1 Top slabs of direct traffic culverts X X 2 Top surface of any concrete unit upon which concrete is to be placed and bonded at a later interval (Stub walls, risers, etc.). X Other superstructure concrete (wing walls, parapet walls, etc.) 3 Concrete pavement (base), curbs, gutters, retards, sidewalks, driveways, medians, X* X* islands, concrete structures, concrete riprap, etc. 4 All substructure concrete, culverts, box sewers, inlets, X* X* manholes, retaining walls *Polyethylene sheeting, burlap-polyethylene mats or laminated mats to prevent outside air from entering will be considered equivalent to water or membrane curing for items 3 and 4. 038000 Page 16 of 19 Rev.3-25-2015 DocuSign Envelope ID: E921FEAl-502E-461D-A492-2EOFB27AB587 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 I 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 uniforrn 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: E921FEAl-502E-461D-A492-2EOFB27AB587 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: E921FEAl-502E-461D-A492-2EOFB27AB587 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: E921FEAl-502E-461D-A492-2EOFB27AB587 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: E921FEAl-502E-461D-A492-2EOFB27AB587 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: E921FEAl-502E-461D-A492-2EOFB27AB587 March 19, 2019 City of Corpus Christi Standard Specifications for Construction SECTION 34 41 13.00 TRAFFIC SIGNAL STANDARDS AND GENERAL REQUIREMENTS PART1 GENERAL 1.1 Description A. This specification describes the necessary definitions, regulations, procedures, work zone control, and maintenance for traffic signal construction, and to provide a consistent set of guidelines, practices and standards for use by designers, contractors and City of Corpus Christi Traffic Engineering Division. B. This specification pertains to all phases of construction and modifications of new and/or existing traffic signals as shown on the project Drawings and required to complete the project. C. The requirements of this specification shall be enforced on all contracts which include signalized intersections, even if no traffic signal work is part of the project. 1.2 Related Sections A. 00 30 01 BID FORM B. 01 33 00 DOCUMENT MANAGEMENT C. 02 58 02 TEMPORARY TRAFFIC CONTROLS DURING CONSTRUCTION 1.3 References The latest edition of the referenced item below shall be used. A. National Electrical Manufacturer's Association (NEMA) B. National Electric Safety Council (NESC) C. Underwriter's Laboratories (UL) D. Electric Industries Association (EIA) E. National Electric Code (NEC) F. Illumination Engineer's Society (IES) G. American Society for Testing and Materials (ASTM) H. American Association of State Highway and Transportation Officials (AASHTO) I. Institute of Transportation Engineers (ITE) J. Manual on Uniform Traffic Control Devices (MUTCD) K. Texas Manual on Uniform Traffic Control Devices (TMUTCD) L. Local Codes and Ordinances M. State Codes and Regulations N. Federal Codes and Regulations O. City of Corpus Christi —Signalization Standard Product List 1.4 Submittals A. Conform to requirements of Section 01 33 00 DOCUMENT MANAGEMENT B. Material List 1. The Contractor shall submit two (2) legible copies of a complete material list for approval which shall conform to these specifications. 2. The list shall state all relevant information regarding materials and equipment to allow the Owner to procure exact replacements of any items supplied on the project. 3. The submittals must be complete enough to be able to judge if items comply with the features specified and shall be evaluated by the Contractor prior to submittal to eliminate rejection of obviously wrong items. 4. The materials on the list shall be identified by the contract project name or number, bid item number, catalog part numbers, catalog cuts, shop drawings, trade names, and schedules of other pertinent information. 5. The materials from catalog cuts shall be clearly indicated by the Contractor. 6. Any material designation used in the contract documents shall be so noted on the material list. 7. If requested, the Contractor shall submit shop drawings for review and approval. C. Equipment: Submittals shall be legible and provided for the following equipment: 1. Pull Boxes & Lids 2. Pedestrian Signals Page 1 of 9 TRAFFIC SIGNAL STANDARDS AND GENERAL REQUIREMENTS—34 41 13.00 DocuSign Envelope ID: E921FEAl-502E-461D-A492-2EOFB27AB587 March 19, 2019 City of Corpus Christi Standard Specifications for Construction 3. Traffic Signal Heads 4. LED Lamps (Light Emitting Diodes) 5. Backplates 6. Battery Back-Up System (BBS) 7. Signal Mountings Hardware 8. Video Image Vehicle Detection Systems (VIVDS)—(maintenance of existing only) 9. Microwave Detection — (maintenance of existing only) 10. Radar Detection 11. Malfunction Management Units (MMU) 12. Buss Interface Unit(BIU) 13. NEMA Load Switches 14. NEMA Flasher 15. NEMA Controller and Cabinet 16. Flash Transfer Relay 17. Wood Poles 18. Span Wire 19. Pedestrian Pushbuttons 20. Wire and Cable 21. Conduit and Fittings 22. Service Pedestal 23. AC Service Panel 24. Surge Arrestors 25. Breakers 26. Steel Pole &Arm 27. Sign Mounting Brackets 28. Internally Lighted Street Name Sign (ILSN) D. Approval 1. The Contractor shall note that the approval by the City Traffic Engineer and/or Traffic Signals Operations is required prior to installation of any equipment that is to be used. E. Rejection of Submittal 1. The Owner reserves the right to reject an incomplete or unclear material list or submittal. 1.5 Definitions The words defined in this section shall for the purpose of the specifications pertaining to traffic signals and controls have the meanings ascribed to them pertaining to traffic signals and controls. A. ASA—American Standards Association B. ASTM—American Society of Testing Materials C. AWS—American Welding Society D. AWG—American Wire Gauge E. Backplate — A thin strip extending outward parallel to the signal face on all sides of signal housing, to provide suitable background for the signal indications F. Traffic Engineer — City Traffic Engineer responsible for all operations on streets & local highways within the municipality G. Construction Traffic Coordinator — The person in charge of construction barricading and barricade inspections H. Controller Assembly— The complete assembly for controlling the operation of traffic signals consisting of a traffic signal controller unit and all auxiliary and external equipment housed in a weatherproof cabinet I. Controller — That part of the controller assembly which performs the basic timing and logic functions for the operation of the traffic signal J. AEP—American Electric Power K. Detector—A device for indicating, the passage or presence of vehicles or pedestrians L. FHWA—Federal Highway Administration M. Flasher—A device used to open and close signal circuits at a repetitive rate N. Flash Operation — This feature discontinues normal signal operation and causes a predetermined combination of flashing signal circuits O. IMSA— International Municipal Signal Association P. ITE— Institute of Transportation Engineers Page 2 of 9 TRAFFIC SIGNAL STANDARDS AND GENERAL REQUIREMENTS—34 41 13.00 DocuSign Envelope ID: E921FEAl-502E-461D-A492-2EOFB27AB587 March 19, 2019 City of Corpus Christi Standard Specifications for Construction Q. Luminaries—The assembly which houses the light source and controls the light emitted from the light source for roadway illumination. Luminaries' consist of a housing, lamp socket, reflector, and glass globe or refractor R. Manual Operation — The operation of a signal controller unit by means of a hand operated switch S. Mounting Assembly—The framework and hardware required to mount the signal face(s) and pedestrian signal(s)to the pole T. MUTCD—Manual on Uniform Traffic Control Devices U. NEC—National Electrical Code V. NESC—National Electrical Safety Code W. NEMA— National Electrical Manufacturer's Association X. Pedestrian Signal — A traffic control signal for the exclusive purpose of directing pedestrian traffic at signalized locations Y. Punch List — The list compiled by the Owner for the Contractor noting deficiencies needing attention prior to final acceptance of the traffic signal system Z. Phase—A part of the time cycle allotted to any traffic movement or combination of movements receiving the right-of-way during one or more intervals AA. TxDOT—Texas Department of Transportation BB. Signal Face — An assembly controlling traffic in a single direction and consisting of one or more signal sections. Circular and arrow indications may be included in a signal assembly. The signal face assembly, also called a signal head, shall include the visors and Backplates where specified or shown on the Drawings CC. Signal Indication —The illumination of a signal section or other device, or of a combination of sections of other devices at the same time DD. Signal Section —A complete unit for providing a signal indication consisting of housing, lens, reflector, lamp receptacle, and lamp EE. TMUTCD—Texas Manual on Uniform Traffic Control Devices FF. Traffic Design Engineer— Person in charge of Traffic Design for the City of Corpus Christi GG. Traffic Signal Superintendent— Person in charge of the City Traffic Signals Maintenance & Operations Shop HH. Traffic Signal Timing Specialist— Person in charge of the traffic signal coordinated systems & traffic signal timings it. UL—Underwriters Laboratories JJ. Vehicle—Any motor vehicle normally licensed for roadway use PART2 PRODUCTS 2.1 General A. Materials 1. All materials shall conform to the requirements of the latest version of the National Electric Code (NEC), Illumination Engineer's Society (IES), standards of the American Society for Testing and Materials(ASTM),American Association of State Highway and Transportation Officials (AASHTO), Institute of Transportation Engineers (ITE) requirements of the Drawings,Traffic Signal Special Specifications, Special Provisions, and to any other codes, standards, or local ordinances which may apply. a. Whenever reference is made to any of these standards, the reference shall be considered to mean the code, ordinance, or standard that is in effect at the time of construction. B. Electrical Equipment 1. All electrical equipment shall conform to the standards of the National Electrical Manufacturer's Association (NEMA), the National Electric Safety Council (NESC), Underwriters Laboratories (UL), or the Electronic Industries Association (EIA) where applicable. 2. Whenever reference is made to any of these standards, the reference shall be considered to mean the code, ordinance, or standard that is in effect at the time of construction. C. Products and Materials 1. All shall be industrial grade unless otherwise noted on the Drawings or indicated by the Owner. Page 3 of 9 TRAFFIC SIGNAL STANDARDS AND GENERAL REQUIREMENTS—34 41 13.00 DocuSign Envelope ID: E921FEAl-502E-461D-A492-2EOFB27AB587 March 19, 2019 City of Corpus Christi Standard Specifications for Construction 2.2 Pre-Approved Materials and Equipment A. Pre-Approved Materials and Equipment can be found within the City of Corpus Christi Signalization Standard Product List. B. The intent is to streamline the approval process by making information available to the Contractor of items that have been previously approved under these specifications. 1. This list is in no way to be construed as an endorsement of any brand or product. C. The list does not relieve the Contractor from responsibility to comply with the specifications of a particular project. D. The maintenance of this list is at the discretion of the Traffic Engineer, and the Contractor should be prepared to provide submittals of all equipment as required herein. E. The Contractor shall be allowed to substitute a reference to an item in the "pre-approved" list in lieu of a catalog data sheet, if he desires, and if the City Traffic Engineer has provided such a list. F. References shall be sufficiently complete for the Owner to judge which item is being proposed. G. The Contractor may also be asked to submit additional documentation from an independent testing lab attesting that the material submitted meets or exceeds the required specifications. 2.3 Changes to Approved Materials and Equipment A. Substitutions 1. There shall be no substitutions for any of the materials on the submittal without the prior written approval of the City Traffic Engineer and/or Traffic Signal Superintendent. 2. Proposed changes to the approved materials submittal shall be submitted in writing. 3. If requested, the Contractor shall submit samples of proposed materials for evaluation by the Owner. 2.4 Rejection of Materials and Equipment A. Installation of materials and equipment not corresponding to the submittal shall be grounds for rejection of the equipment and replacement with approved materials at no cost to the Owner, even if the non-approved material might otherwise have been approved had it been properly submitted. 2.5 Existing Equipment A. Equipment not reused in the new signal system shall be removed by the Contractor from the jobsite and dispose of any non-salvaged items and old wire in accordance with local, state, and federal regulations. B. Holes resulting from the removal of pull boxes, foundations, and other materials shall be backfilled and compacted with material equivalent to the surrounding material and the surface made to match the surrounding surface in accordance with the appropriate specification. C. Poles, signals, cabinets and contents, signal wire, pedestrian signals, signs, and pedestrian buttons that are deemed salvageable shall be transported and unloaded at the City Traffic Signal Maintenance Operations Shop. 1. The Contractor shall notify the City Traffic Signals Maintenance Operations Shop 48 hours prior to the proposed delivery date/time to arrange for the receipt of the salvaged equipment by the City. 2. The Contractor shall make a complete inventory listing of the items salvaged and present it upon delivery of the items. 2.6 Damaged Equipment A. All existing and new equipment damaged or destroyed by improper care, handling, transport, or installation shall be replaced with new equipment at no cost to the Owner. B. The Contractor shall remove from the jobsite and dispose of any non-salvaged items and old wire. C. Holes resulting from the removal of pull boxes, foundations, and other materials shall be backfilled and compacted with material equivalent to the surrounding material and the surface made to match the surrounding surface in accordance with the appropriate specification. 2.7 City Supplied Materials A. The City shall not supply nor lend out equipment on a contract-deduction as is or any other basis unless such arrangement is so stated in the Drawings or approved by the Traffic Design Page 4 of 9 TRAFFIC SIGNAL STANDARDS AND GENERAL REQUIREMENTS—34 41 13.00 DocuSign Envelope ID: E921FEAl-502E-461D-A492-2EOFB27AB587 March 19, 2019 City of Corpus Christi Standard Specifications for Construction Engineer. PART 3 EXECUTION 3.1 General Information A. Contractor hired for the modification or installation of traffic signals, within the jurisdiction of the City of Corpus Christi, shall meet the following requirements: 1. Contractor shall provide documentation indicating actual installation and modification of traffic signals completed in the past year. a. The statement shall include the name of the agency work was performed for and the date the work was completed and provide to the Traffic Engineer or Designee, prior to the start of work. 2. Contractor personnel must be competent in the construction and wiring techniques required for traffic signal installation, have an excellent knowledge of traffic signal controller cabinet assemblies and have experience in the operation of traffic signal NEMA controllers. 3. Contractor is required to have one certified IMSA Level II Traffic Signals Technician with field experience for any work external or internal to the traffic signal controller cabinet and is required to be on the job-site at all times to supervise construction. a. Contractor shall provide to the Owner a copy of the individual's current certification prior to the start of work. 4. A pre-construction meeting will be required with the traffic signal contractor and the City Traffic Signals Superintendent prior to the start of work to assure that all materials, equipment and work specifications are understood. 5. Finished product should conform to current Traffic Signal standards for Cosmetics as well as Quality in workmanship. B. Prior to beginning any work on any City traffic signal facility,the Contractor is required to notify the Traffic Engineering Division and Traffic Signals Operations Department one (1) week in advance. 1. Under no circumstances will the City accept work done without this prior contact being made. C. The Contractor shall obtain all permits and inspections as required. 3.2 Installation A. Workmanship shall conform to the requirements of the latest revision of the National Electric Code (NEC), Illumination Engineer's Society (IES), standards of the American Society for Testing and Materials (ASTM), American Association of State Highway and Transportation Officials (AASHTO), requirements of the Drawings, Traffic Signal Special Specifications, Special Provisions, and to any other codes, standards, or local ordinances which may apply 1. Whenever reference is made to any of these standards, the reference shall be considered to mean the code, ordinance, or standard that is in effect at the time of construction. B. Cable Splicing Policy 1. No splice shall be made to a signal cable and shall terminate in the steel pole terminal strip or in the base of a terminal strip. a. The signal cable run shall be a complete straight run from the traffic controller cabinet to the traffic signal pole. 2. All cables for detection devices shall be continuous without splice from the detection device to the signal cabinet. 3. All power feeds shall be continuous without splicing from the source to the service panel or meter and from meter to the controller cabinet. 4. At no time shall any cable be permitted to be spliced in a pull box. 3.3 Utility Locations A. Existing Traffic Utilities 1. Prior to working in and around a signalized intersection, the Contractor is required to call the City Customer Call Center at least forty-eight(48)hours in advance before any digging, excavating and directional boring begins. 2. Note: Traffic Signals Operations is not on the One Call System, call directly to the City Call Center to request a line locate or the Traffic Signal Shop at 361-826-1610, after hours 361- 815-1379. Page 5 of 9 TRAFFIC SIGNAL STANDARDS AND GENERAL REQUIREMENTS—34 41 13.00 DocuSign Envelope ID: E921FEAl-502E-461D-A492-2EOFB27AB587 March 19, 2019 City of Corpus Christi Standard Specifications for Construction B. Existing Miscellaneous Utilities 1. The locations of utilities shown on the Drawings are approximate and not all utilities may be shown. 2. All involved utilities, tunnels, and storm drains may not be complete on the Drawings, and the Contractor shall be responsible for obtaining any additional information from the applicable sources prior to construction, and determining the accuracy and adequacy of such information necessary for his performance of the work. C. Locating of Proposed Traffic Facilities 1. The Contractor shall locate poles, controllers, etc., as shown in Drawings. a. Slight(less than three feet(3'))deviation to avoid existing utilities is permissible, unless the new location would move the pole too close to the roadway, obstruct the view of another traffic control device, create issues for ADA compliance and/or obstruct accessible pathways, or otherwise not conform to the intent of the Drawings. The contractor must contact the engineer for approval prior to relocating all proposed traffic facilities b. Large deviations must be approved by the City Traffic Engineer and Traffic Design Engineer. C. The Contractor shall bear in mind that electrical Drawings are somewhat diagrammatic in nature when it comes to conduit routing and adjustments may be necessary in the field. 2. Ground Boxes a. Existing signal ground boxes located in or near the proposed ADA ramp needing to be moved or relocated, shall first remove the signal cable from the conduit to make the lateral adjustment for the new proposed ground box. (1) No splices will be allowed in the ground boxes. (2) If there is not enough slack in the existing cable, then all cable in the conduit will be replaced. (3) Traffic signal cable shall be a continuous run from the controller cabinet to the traffic signal pole terminal strip. b. If ground boxes &covers are removed, before start of demolishing and construction for the new ramp and sidewalk, all conduits shall be covered to keep any debris from falling into it. (1) If debris falls into the conduits it will be the Contractors responsibility to remove it by using high air pressure and water. (2) Traffic Signal Operations will inspect the work before pouring the concrete. D. New and Proposed Utilities 1. The locations of existing and proposed utilities shown on the Drawings are approximate. 2. The Contractor shall be responsible for determining the location of new and proposed utilities prior to installing materials and equipment for traffic signals. E. Damage 1. Damage to any existing or new traffic utility or existing traffic facilities shall be repaired or replaced at the Contractor's expense. 2. Existing loop detectors damaged or broken by the Contractor shall be replaced with Radar detection by him at no expense to the City, unless other arrangements have been made in writing with the City. 3. Damage to Signals by Contractor a. In the event that the Contractor or his sub-contractor damages any traffic signal facilities to the point that the signal installation is inoperative it shall be the Contractor's responsibility to set temporary Stop signs as soon as possible. b. It will also be the Contractor's responsibility to have an off-duty police officer on the site within two hours of the non-functioning signal, if the signal is not repaired to the Traffic Engineer and/or Traffic Signal Superintendent satisfaction within the first hour. C. In the event that the Contractor is unable to accomplish the above, the City of Corpus Christi shall at its option send an on-duty police officer to the site and have either the City's Traffic Signal Maintenance Operations or another independent private traffic signal Contractor to facilitate the repairs. d. Any and all costs incurred by the City of Corpus Christi to repair the damaged signal facilities shall be the responsibility of the General Contractor for the project. 4. Damage to any existing or new utility or existing facilities shall be repaired or replaced at Page 6 of 9 TRAFFIC SIGNAL STANDARDS AND GENERAL REQUIREMENTS—34 41 13.00 DocuSign Envelope ID: E921FEAl-502E-461D-A492-2EOFB27AB587 March 19, 2019 City of Corpus Christi Standard Specifications for Construction the Contractor's expense. 3.4 Traffic Control Plan A. General 1. A Traffic Control Plan (TCP) is required 48 hours (excluding weekends) in advance for approval by the City Traffic Engineer. 2. All locations and distances shall be in conformance with the Texas Manual on Uniform Traffic Control Devices, Latest Edition. 3.5 Traffic Control Devices A. Supply and Maintenance 1. All traffic control devices shall be provided by the Contractor as required by the Traffic Control Plan (TCP) and requested by the City Traffic Engineer, Traffic Design Engineer, and Owner. 2. The Contractor may employ a legitimate traffic control device company to supply the required devices. 3. The Contractor is required to supply the Inspector with a 24-hour telephone number of the individual whom is responsible for maintaining the traffic control devices for emergencies. B. Installation 1. It is the Contractor's responsibility to see that all traffic control devices are properly installed and maintained in accordance with the Traffic Control Plan (TCP), the Texas Manual on Uniform Traffic Control Devices, and as requested by the City Traffic Engineer, Traffic Design Engineer, Project Engineer, and Inspector. 2. Anytime a Contractor's vehicle occupies a street open to vehicular traffic, or doing the work in the street for the purpose of hanging heads, erection of poles, cutting and installation of loops, or any other such work, adequate advance warning signs and barricades or cones shall be used as required by the MUTCD and TMUTCD. a. Additionally, all locations not in a road project shall have the "SIGNAL CONSTRUCTION AHEAD" signs and "END CONSTRUCTION" signs on all approaches of the intersection having the new signals or modification installed. 3. Any trenches left overnight as well as any foundations that do not have poles sitting on them or any other such hazard to the public shall be adequately covered and barricaded with reflective standard barricades equipped with warning flashers or as directed by the Engineer. 3.6 Lane Closures and Sidewalk Closures A. Lane Closures 1. Any lane closures or total closures of streets must be approved in advance. 2. A seventy-two (72) hour notice is required on all lane closures and/or total closures. 3. No closures or partial closures shall occur during the peak hours of 7:00 am to 9:00 am and 4:00 pm to 6:00 pm, weekdays. B. Sidewalks 1. Any closures or total closures of existing sidewalks must be approved in advance. 2. A seventy-two (72) hour notice is required on all closures and/or total closures. 3. No sidewalks in the downtown area shall be closed unless authorized by the City Traffic Engineer. 3.7 Maintenance During Construction A. General 1. Any and all maintenance, reattachments to Utility poles or City poles, temporary signals, relocation of signals over lanes, or pole relocations or removals shall be by the Contractor. 2. The City shall have no maintenance or construction responsibilities during construction except for: a. The timing in the controller cabinet itself, b. Detection equipment, C. Programming. B. Detours 1. During detours, traffic signal heads and video detection cameras must be repositioned by the Contractor to the minimum requirements of the Texas Manual on Uniform Traffic Page 7 of 9 TRAFFIC SIGNAL STANDARDS AND GENERAL REQUIREMENTS—34 41 13.00 DocuSign Envelope ID: E921FEAl-502E-461D-A492-2EOFB27AB587 March 19, 2019 City of Corpus Christi Standard Specifications for Construction Control Devices and to the directions of the City Traffic Engineer, Traffic Signal Superintendent and/or Inspector. 2. A minimum of two (2) signal heads shall be maintained over the traveled lanes when construction on live intersection requires traffic to move from normally traveled lanes. a. Signal head not over traveled lanes shall be bagged. 3. Left Turns a. Where left turn arrows presently exist and a one-lane detour road will be built as a temporary construction detour, the Inspector, Traffic Engineer, or Traffic Signal Superintendent may require the arrow(s) be eliminated temporarily by the Contractor to facilitate traffic movement. 3.8 Signal Shutdown A. At any location where an existing signal is to be temporarily shut down for the sake of changing from the old controller or service to the new controller or service, the Contractor shall be responsible for arranging and bearing the cost of duly-constituted peace officers in their jurisdiction for directing traffic. 1. Note: Security guards are not considered as Police Officers and shall not be used for this purpose. B. Signal shutdown shall not begin prior to 9:00 AM on weekdays (holidays excluded) and shall be avoided from 4:00 PM to 6:00 PM weekdays. C. Additionally, the City shall not allow an existing traffic signal or flasher system to be turned off and STOP signs used to control traffic. 1. The Contractor shall plan ahead and consider this when planning his project strategy. 2. It is suggested that the new poles be installed as soon as possible and possibly temporarily wired overhead to avoid this problem. 3. Except in highly unusual circumstances, the City will require the Contractor to place the new signals in operation before the old signals are removed. 4. If temporary signals cannot be avoided, the Contractor will be responsible for all temporary signals. 3.9 Signal Turn-On A. City Approval 1. Signals shall be turned on when the City has determined that the location is in adequate condition (wiring, signals, service, etc.)to be turned on safely. a. The City Traffic Engineer or Designee shall make this determination. 2. The Contractor shall not place any signal in operation, either cycling or flashing, under any circumstances unless authorized by the City Traffic Engineer or his Designee. B. Manual Flash Mode 1. Unless otherwise shown on the Drawings, it is the City's policy for new traffic signals to turn on the new system and let it remain in the Manual Flash mode for seven (7) days before the system is switched on to cycling mode. C. Placing Signals in Service 1. The Contractor shall ensure that service has been provided and that all wires are terminated in the cabinet. a. At that point the Contractor shall arrange with the City Inspector for the Traffic Engineer Dept.to conduct an inspection to verify that there are no other circumstances that would delay the turn-on. 2. The City Traffic Engineer shall coordinate with the Traffic Signal Maintenance Operations on turning the signals on to the flash mode through the Inspector. 3. The Contractor shall have Vendor/Manufacturers representative, personnel and a bucket truck at the site on the day the Traffic Engineer or Traffic Signal Operations turn the signal on to flashing operation for the purpose of uncovering the signals and any necessary overhead work or inspections. 4. The Contractor is required to have an Econolite controller representative present at the time the signal equipment is turned on. Representatives from other controller unit vendors or manufacturers are not an acceptable substitution to this requirement. The Contractor is solely responsible for coordinating and scheduling the Econolite controller representative to be present during signal turn-on. Having a knowledgeable representative at the project Page 8 of 9 TRAFFIC SIGNAL STANDARDS AND GENERAL REQUIREMENTS—34 41 13.00 DocuSign Envelope ID: E921FEAl-502E-461D-A492-2EOFB27AB587 March 19, 2019 City of Corpus Christi Standard Specifications for Construction site(s) when the controller(s) is ready to be turned on is paramount to the safety and efficiency of this operation. 3.10 Preservation of Sod, Shrubbery, and Trees A. The Contractor shall assume full responsibility for the preservation of all sod, shrubbery, and trees at the site during the installation. B. When it becomes necessary to remove any sod, shrubbery, or tree branches, the Contractor shall obtain permission from the Owner of the sod, shrubbery, or tree branches. C. All sod and shrubbery that are removed shall be carefully preserved and replaced in their original position. D. Damaged sod or shrubbery shall be replaced by the Contractor at his expense. 3.11 Inspection Procedures A. Inspection 1. The Contractor shall be responsible for inspection coordination of all elements of the traffic signal system. 2. The only persons authorized to modify the Owner's directions is the City Traffic Engineer and/or his Designee. B. Acceptance 1. Final inspection shall be conducted by the City Traffic Engineer, City Traffic Signal Operations Department, the Contractor and City Construction the Owner. 2. The Contractor shall notify the Traffic Design Engineer forty-eight(48) hours in advance of a desire for final inspection. 3. It will be the Contractor's responsibility to have a bucket truck available at the Final Inspection for inspection of any overhead signal resources. 4. After the Punch List items are completed the signal may be put into Flash Operations for a period of at least seven (7) days if new. 5. If the intersection is an existing it could begin its thirty (30) day test period in normal operation described by the City Traffic Engineer. 6. A Final Letter of Acceptance of the traffic signals will be initiated by the Traffic Design Engineer to Traffic Engineering, after the signal has functioned properly for a period of at least thirty(30) days. 7. If a major malfunction occurs within the thirty(30) day test, the test must be restarted. 3.12 Cleanup A. The Contractor shall leave the intersection area, right-of-way, and any work or storage areas in broom clean condition. B. Dirt areas shall be raked clean and stabilized by Owner approved methods. C. No scraps or debris of any kind shall be left at the site. 3.13 Warranty A. Unless otherwise noted on the Drawings or superseded by the requirements of other Items, the Contractor shall guarantee all items of workmanship and materials to be free from defects for a period of one (1)year from the date of acceptance. PART 4 MEASUREMENT AND PAYMENT 4.1 General A. Measurement and Payment for this item will be as indicated within Section 00 30 01 BID FORM. 1. If this item is not indicated within Section 00 30 01 BID FORM then it is to be considered subsidiary to the applicable section(s). B. Payment shall fully compensate the Contractor for all required labor, materials, equipment, maintenance,and all incidental expenses which are required to complete the work in accordance with the Drawings and Specifications. END OF SECTION Page 9 of 9 TRAFFIC SIGNAL STANDARDS AND GENERAL REQUIREMENTS—34 41 13.00 DocuSign Envelope ID: E921FEAl-502E-461D-A492-2EOFB27AB587 March 19, 2019 City of Corpus Christi Standard Specifications for Construction SECTION 34 41 13.13 INSTALLATION OF TRAFFIC EQUIPMENT PART1 GENERAL 1.1 Description A. This specification shall govern all work required for the Installation of Traffic Equipment as required to complete the project. 1.2 Related Sections A. 00 30 01 BID FORM B. 01 33 00 DOCUMENT MANAGEMENT C. 34 41 13.00 TRAFFIC SIGNAL STANDARDS AND GENERAL REQUIRMENTS D. 34 41 16.33 TRAFFIC SIGNAL CONTROLLER UNIT E. 34 41 19.13 ELECTRICAL SERVICES FOR TRAFFIC SIGNALING AND CONTROL EQUIPMENT F. 34 41 16.93 POLES AND ASSEMBLIES 1.3 References The latest edition of the referenced item below shall be used. A. National Electrical Code (NEC) B. Texas Department of Transportation (TxDOT) Standard Specification for Construction and Maintenance of Highways, Streets, and Bridges Item 610—Roadway Illumination Assemblies C. Texas Department of Transportation (TxDOT) Standard Specification for Construction and Maintenance of Highways, Streets, and Bridges Item 625—Zinc-Coated Steel Wire Strand D. Texas Department of Transportation (TxDOT) Standard Specification for Construction and Maintenance of Highways, Streets, and Bridges Item 636—Aluminum Signs E. Texas Department of Transportation (TxDOT) Standard Specification for Construction and Maintenance of Highways, Streets, and Bridges Item 685 — Roadside Flashing Beacon Assemblies F. Texas Department of Transportation (TxDOT) Departmental Material Specification DMS- 11170—Fully Actuated, Solid-State Traffic Signal Controller Assembly G. Texas Department of Transportation (TxDOT) Test Procedure Tex-1 170-T — Sampling and Environmental Testing of Traffic Signal Controller Assemblies: Traffic Signal Controllers and Conflict Monitors H. City of Corpus Christi —Signalization Standard Product List 1.4 Submittals A. Conform to requirements of Section 01 33 00 DOCUMENT MANAGEMENT and Section 34 41 13.00 TRAFFIC SIGNAL STANDARDS AND GENERAL REQUIREMENTS PART2 PRODUCTS 2.1 General A. Pre-Approved materials and equipment can be found within the City of Corpus Christi — Signalization Standard Product List. 1. Use of material and equipment from the list does not relieve the Contractor from meeting the requirements of this specification. 2. To substitute a material or equipment it will be the responsibility of the Contractor to provide all required information to determine that the material or equipment is equal or better to the Owner for approval prior to incorporation into the Project. 3. There shall be no substitutions for any of the materials on the submittal without the prior written approval of the City Traffic Engineer and/or Traffic Signal Superintendent. B. Ensure electrical materials conform to the requirements of Section 34 41 13.00 TRAFFIC SIGNAL STANDARDS AND GENERAL REQUIRMENTS and additional local utility requirements. C. Furnish new materials, unless otherwise noted on the Drawings or instructed by the Owner. D. Ensure all materials conform to the details shown on the Drawings, the requirements of this Page 1 of 3 INSTALLATION OF TRAFFIC EQUIPMENT—34 41 13.13 DocuSign Envelope ID: E921FEAl-502E-461D-A492-2EOFB27AB587 March 19, 2019 City of Corpus Christi Standard Specifications for Construction specification, and the pertinent requirements of the following Items: 1. Roadway Illumination Assemblies a. Refer to TxDOT Item 610 2. Zinc-Coated Steel Wire Strand a. Refer to TxDOT Item 625 3. Signal Poles a. Refer to Section 34 41 16.93 POLES AND ASSEMBLIES 4. Conduit a. Refer to Section 34 41 19.13 ELECTRICAL SERVICES FOR TRAFFIC EQUIPMENT 5. Aluminum Signs a. Refer to TxDOT Item 636 6. Foundations for Traffic Control Devices a. Refer to Drawings 7. Controller Assemblies a. Refer to Section 34 41 16.33 TRAFFIC SIGNAL CONTROLLER UNIT b. Provide controller assemblies that meet the requirements of TxDOT DMS-11170 C. Details shown on the Drawings. 8. Flasher Assemblies a. Refer to TxDOT Item 685 9. Vehicle Signal Heads a. Refer to Section 34 41 16.53 VEHICLE SIGNAL HEADS E. Suppliers 1. Provide control and flasher assemblies from manufacturers prequalified by the Texas Department of Transportation (TxDOT). a. The TxDOT Traffic Operations Division maintains a list of prequalified control and flasher assembly manufacturers. F. Sampling and Testing 1. Sampling and testing of traffic signal controller assemblies will be done in accordance with TxDOT Tex-1170-T. PART 3 EXECUTION 3.1 General Information A. Install traffic controller foundations and pedestal posts in accordance with the drawings. B. Electrical Requirements 1. Make arrangements for electrical services and install and supply materials not provided by the utility company as shown on the Drawings. a. Unless otherwise shown on the Drawings, install 120/240-volt, single-phase, 60-Hz AC electrical service. C. Conduit 1. Install conduit and fittings of the sizes and types shown on the Drawings. 2. Conduit of larger size than that shown on the Drawings may be used with no additional compensation, providing that the same size is used for the entire length of the conduit run. 3. Extend conduit in concrete foundations two (2)to three (3) inches above the concrete. 4. Seal the ends of each conduit with expanding foam or other approved sealant after all cables and conductors are installed. D. Wiring 1. Unless otherwise shown on the Drawings, furnish stranded No. 14 AWG conductors. 2. Install above-ground cables and conductors in rigid metal conduit, except for span wire suspended cables and conductors, drip loops, and electrical wiring inside signal poles. 3. Make power entrances to ground-mounted controllers through underground conduit. 4. Wire each signal installation to operate as shown on the Drawings. 5. Attach ends of wires to properly sized self-insulated solder less terminals. 6. Attach terminals to the wires with a ratchet-type compression crimping tool properly sized to the wire. 7. Place pre-numbered identification tags of plastic or tape around each wire adjacent to wire ends in the controller and signal pole terminal blocks. Page 2 of 3 INSTALLATION OF TRAFFIC EQUIPMENT—34 41 13.13 DocuSign Envelope ID: E921FEAl-502E-461D-A492-2EOFB27AB587 March 19, 2019 City of Corpus Christi Standard Specifications for Construction E. Grounding and Bonding 1. Ground and bond the conductors in accordance with the NEC. 2. Ensure the resistance from the grounded point of any equipment to the nearest ground rod is less than fifteen (15)ohm. 3. Install a continuous green insulated copper wire (equipment ground) throughout the electrical system that is the same size as the neutral conductor, but a minimum No.8 AWG. 4. Connect the equipment ground to all metal conduit, signal poles, controller housing, electrical service ground, ground rods, and all other metal enclosures and raceways. 5. Provide copper wire bonding jumpers that are a minimum No. 8 AWG. 3.2 Controller Assemblies A. Construct controller foundations in accordance with the drawings. B. Immediately before mounting the controller assembly on the foundation, apply a bead of silicone caulk to seal the cabinet base. C. Seal any space between conduit entering the controller and the foundation with silicone caulk. D. Deliver the keys for the controller cabinets to the Traffic Signal Operations Superintendent when the contract is complete. E. Place the instruction manual and wiring diagrams for all equipment in the controller cabinet, inside the controller cabinet. 3.3 Sign Lighting A. Attach sign lighting to traffic signal equipment as shown on the Drawings. 3.4 Intersection Illumination A. Construct luminaires on signal poles as shown on the Drawings as per manufacturer's recommendation and in accordance with TxDOT Item 610. 3.5 Test Period A. Operate completed traffic signal installations continuously for at least thirty (30) days in a satisfactory manner. B. If any Contractor-furnished equipment fails during thirty(30) day test period, repair or replace that equipment. 1. This repair or replacement, except lamp replacement, will start a new thirty (30) day test period. C. Contractor to replace materials that are damaged or have failed prior to acceptance. D. Replace failed or damaged existing signal system components when caused by the Contractor. E. The City will relieve the Contractor of maintenance responsibilities upon passing a thirty(30) day performance test of the signal system and acceptance of the project. PART 4 MEASUREMENT AND PAYMENT 4.1 General A. Measurement and Payment for this item will be as indicated within Section 00 30 01 BID FORM. 1. If this item is not indicated within Section 00 30 01 BID FORM then it is to be considered subsidiary to the applicable section(s). B. Payment shall fully compensate the Contractor for all required labor, materials, equipment, maintenance,and all incidental expenses which are required to complete the work in accordance with the Drawings and Specifications. END OF SECTION Page 3 of 3 INSTALLATION OF TRAFFIC EQUIPMENT—34 41 13.13 DocuSign Envelope ID: E921FEAl-502E-461D-A492-2EOFB27AB587 March 19, 2019 City of Corpus Christi Standard Specifications for Construction SECTION 34 41 16.23 TRAFFIC SIGNAL CABINET AND ASSEMBLIES PART1 GENERAL 1.1 Description A. This specification shall govern all work required for the furnishing and installing Traffic Signal Cabinet and Assemblies as required to complete the project. 1.2 Related Sections A. 00 30 01 BID FORM B. 01 33 00 DOCUMENT MANAGEMENT C. 34 41 13.00 TRAFFIC SIGNAL STANDARDS AND GENERAL REQUIREMENTS D. 34 41 13.13 INSTALLATION OF TRAFFIC EQUIPMENT E. 34 41 16.33 TRAFFIC CONTROLLER UNIT 1.3 References The latest edition of the referenced item below shall be used. A. TxDOT Standard Specifications for Installation of Highway Traffic Signals B. National Electrical Manufacturers Association (NEMA) Traffic Control Systems Standards Publication C. Texas Manual on Uniform Traffic Control Devices (TMUTCD) D. Manual on Uniform Traffic Control Devices (MUTCD) E. American Association of State and Highway Transportation Officials (AASHTO) Standard Specifications for Structural Support for Highway Signs, Luminaires and Traffic Signals F. City of Corpus Christi Standards G. City of Corpus Christi - Signalization Standard Product List 1.4 Submittals A. Conform to requirements of Section 01 33 00 DOCUMENT MANAGEMENT and Section 34 41 13.00 TRAFFIC SIGNAL STANDARDS AND GENERAL REQUIREMENTS B. Documentation 1. Submission shall include complete technical, shop drawings, schematic diagrams, photographs, circuit diagrams, graphs, instruction manuals, and any other necessary documents to fully describe the proposed equipment. 2. At time of delivery, the supplier shall furnish two (2) copies of the programming and operation manuals and two (2) copies of the repair documentation for the equipment. 3. A permanent label / bar code with the serial number and date of manufacture shall be attached to each of the following components: a. Controller Unit (CU) b. Cabinet Power Supply C. Bus Interface Unit (BIU) d. Malfunction Management Unit (MMU) e. Cabinet Shell (on the inside of the cabinet door) 4. A list of serial number and manufacturing dates shall be provided with each shipment. PART2 PRODUCTS 2.1 General A. Pre-Approved materials and equipment can be found within the City of Corpus Christi — Signalization Standard Product List. 1. Use of material and equipment from the list does not relieve the Contractor from meeting the requirements of this specification. 2. To substitute a material or equipment it will be the responsibility of the Contractor to provide all required information to determine that the material or equipment is equal or better to the Owner for approval prior to incorporation into the Project. 3. There shall be no substitutions for any of the materials on the submittal without the prior written approval of the City Traffic Engineer and/or Traffic Signal Superintendent. Page 1 of 7 TRAFFIC SIGNAL CABINET AND ASSEMBLIES—34 4116.23 DocuSign Envelope ID: E921FEAl-502E-461D-A492-2EOFB27AB587 March 19, 2019 City of Corpus Christi Standard Specifications for Construction B. The intent of this specification is to describe minimum acceptable design and operational requirements for a TS-2 Type 1 cabinet assembly and shall conform to NEMA Traffic Controller Assemblies Standards Publication TS-2-2003 v02.06. C. Cabinet shall include the components listed below to form a completely functional 8-phase traffic control cabinet (see specifications for individual component requirements). 1. One (1) Traffic Signal Controller Unit in accordance with Section 34 41 16.33 TRAFFIC CONTROLLER UNIT. 2. One (1) Type 16 EDI 16LEip Smart-Monitor Malfunction Management Unit (MMU) with Ethernet Port 3. One (1) Power Supply 4. Four(4) Bus Interface Units (BTUs) 5. Sixteen (16) Load Switches 6. Eight (8) Flash Transfer Relays 7. One (1) Solid State Flasher D. Acceptable cabinet manufacturer are listed within the City of Corpus Christi Material Products List. E. Compatibility Clause 1. This specification covers deviations and extensions above and beyond the standards incorporated. 2. The Terminal Facility, MMU, Cabinet Power Supply, and BIU's must be fully compatible with the specifications as listed. 3. In the case of incompatibility or inconsistency between this specification and those incorporated, this specification shall be followed, unless otherwise noted in the Drawings or by the Owner. 2.2 Cabinet Standards A. Exterior 1. 16 phase cabinets NEMA Size 6 shall be supplied and cabinets shall meet the following criteria: a. Material shall be 5052-H32 0.125-inch thick aluminum. b. The aluminum shall have mill finish per NEMA TS-2 7.7.3 C. Door hinge shall be of the continuous type with a stainless steel hinge pin. (1) Rivets shall NOT be used to attach the hinge. d. All external fasteners shall be stainless steel. e. The door handle shall be stainless steel. f. Seams around fan or fan mounting plate shall be sealed with clear RTV silicone. g. There shall be no holes in the top of cabinet. h. The doorstop rod shall be steel rod. (1) The brackets attaching the stop rod to the door and cabinet shall be aluminum and welded in place. B. Shelf Height 1. The cabinet shall have two (2) shelves installed. a. The backboard shall be mounted under the bottom shelf, NOT BEHIND IT. C. Ventilating Fan Assembly 1. Two (2)ventilating fans shall be provided and controlled by one (1)thermostat. 2. Each fan motor shall be equipped with sealed ball bearings. 3. Fans shall be mounted inside the cabinet on the left and right above the door opening behind the front top edge of the cabinet. 4. Fans shall have a guard. 5. A fan test switch shall be included to test the fan(s). D. Air Filter Assembly 1. Air filter shall be one (1) piece re-useable aluminum filter and shall be held in place by metal thumbscrews at each corner. 2. Air filter shall be a sixteen-inch (16")x twelve-inch (12") x one-inch (1 E. Cabinet Light Assembly 1. An eighteen-inch to twenty-four inch (18" to 24") cool white LED light strip with protective lens. 2. The fixture shall be factory made and all components shall be housed in a factory made strip fixture enclosure. Page 2 of 7 TRAFFIC SIGNAL CABINET AND ASSEMBLIES—34 4116.23 DocuSign Envelope ID: E921FEAl-502E-461D-A492-2EOFB27AB587 March 19, 2019 City of Corpus Christi Standard Specifications for Construction 3. An on/off switch that is turned on when the cabinet door is opened and off when it is closed shall activate the cabinet light. 4. The door switch shall be wired to place an input to Alarm 1 (BIU #2 Pin 23b) when the cabinet door is opened. F. Pull out Drawer Assembly 1. A pull out drawer shall be installed, centered on the bottom shelf. 2. The drawer shall be made of aluminum and come out on full extension drawer slides. 3. There shall be a compartment for documentation storage. 4. The lid shall be hinged at the rear, to gain access to the storage area. 5. The drawer will be used to store documents as well as support a notebook computer. 6. The drawer slides shall be of the ball bearing type. 7. Dimensions of the drawer shall be twenty-four inch (24") wide x thirteen-inch (13") deep x two-inch (2")tall. G. Power Distribution Panel Design and Construction 1. The power panel shall consist of a separate module, securely fastened to the right side wall of the cabinet. 2. The power panel shall be wired to provide the necessary filtered power to the load switches, flasher(s), and power bus assembly. 3. It shall be manufactured from 0.090-inch, 5052-H32 aluminum with a removable plastic front cover. 4. The panel shall be of such design to allow a technician to access the main and auxiliary breakers without removing the front cover. 5. The power panel shall house the following components: a. A minimum of one (1) 20 amp main breaker. (1) The breaker shall supply power to the controller, MMU, signals, cabinet power supply and auxiliary panels. (2) Breakers shall be at minimum, a thermal magnetic type, U.L. listed for HACR service, with a minimum of 10,000 amp interrupting capacity. b. Two (2) 15 amp, auxiliary breakers. (1) The first breaker shall supply power to the fan, light, utility receptacle and two (2) auxiliary standard receptacles (one on each side of the cabinet)just above the top shelf. (2) The second breaker shall be installed as a spare breaker. (3) Both circuit breakers line side shall have a jumper between each other and will be fed from an external main circuit breaker. C. An EDCO SHA-1250 (or exact approved equal) surge suppressor shall be installed on the 120V AC incoming line. (1) The alarm output from the suppressor shall be connected so that it places an input to Alarm 2 (BIU #2 Pin 24a)when the unit fails. d. A normally open seventy-five (75) amp solid state relay. e. A minimum of an eight (8) position neutral bus bar capable of connecting three (3)#12 AWG wires per positions shall be provided. f. A minimum of six(6)position ground bus bar capable of connecting three (3)#12 AWG wires per position shall be provided. g. Outlet (1) One (1) outlet shall be installed in the cabinet for maintenance use to be mounted and easily available h. Two (2) convenience outlets shall be installed one (1) on each side of the cabinet just above the top shelf to be used for communication equipment. H. Inside Control Panel Switches 1. The inside door panel shall contain three (3) switches: a. AUTO/FLASH, b. STOP TIME ON/OFF. C. TEST/NORMAL 2. Door panel switches shall be hard wired. 3. The AUTO/FLASH switch shall have two (2) positions: a. AUTO, b. FLASH C. This switch shall permit the intersection to flash and allow the CU to cycle. Page 3 of 7 TRAFFIC SIGNAL CABINET AND ASSEMBLIES—34 4116.23 DocuSign Envelope ID: E921FEAl-502E-461D-A492-2EOFB27AB587 March 19, 2019 City of Corpus Christi Standard Specifications for Construction d. When in the FLASH position, this switch shall provide an input to Alarm 3 (BIU #2, Pin 19b) and shall NOT remove power from the CU, MMU, or BTU's. e. When this switch is placed in the AUTO position, it shall NOT initiate the CU start up sequence. 4. The STOP TIME switch shall have two (2) positions a. ON b. OFF C. This switch shall stop time the CU when in the ON position. 5. The TEST/NORMAL switch shall have two (2) positions: a. TEST b. NORMAL I. Police Panel Switches 1. A locking auxiliary Police door shall be provided within the main door that will allow access to a panel of switches for Police manual control. 2. Police panel shall contain two (2) switches: a. AUTO/FLASH switch shall have: (1) Two (2) positions (a) AUTO (b) FLASH (2) The switch shall operate according to TS-2 section 5.5.3.10 Figure 5-5. (3) When in the flash position, this switch shall provide an input to BIU #2 Pin 22b. (4) When the switch is placed in the AUTO position the CU shall enter the Start-Up Flash see (TS2 3.9.1.1.). b. MANUAL/AUTOMATIC Switch shall have: (1) Two (2) positions (a) Manual (b) Automatic (2) Applies a Manual Control Enable input to the controller and will allow the Manual Advance Push Button to be active. (3) Switch shall override any external controls in effect. C. Signal Manual Advance Push Button shall have: (1) Shall be on a six-foot(6') cord. (2) The switch shall have a Manual Advance push button switch as specified in TS-2 section 3.5.5.5 item 6 &7. J. Cables 1. All cables shall be of sufficient length to access any shelf position. 2. All cables shall be encased in a protective sleeve along their entire length. 3. The cabinet shall be equipped with two(2)extra Port 1 (SDLC)cables, properly terminated for use. 4. Shall provide power adapters for TS-2 Type 1 and TS-2 Type 2 Controller Unit. K. Flash Operation 1. When the cabinet is in MMU Flash, BIU #2 Pin 23a shall also be asserted. L. Wire Termination 1. All connector-wiring harnesses shall terminate all wires on the terminal blocks,whether the wires are utilized or not. 2. This shall pertain to all devices being installed at the factory or in the field. M. Backboards 1. The terminals and facilities (TF) shall be a sixteen (16) position, NEMA Type 1 Configuration four (4)as shown in TS-2 5.3.1.1 Table 5.2. 2. Load switches shall be arranged as follows: a. LS1-LS8 shall be wired and labeled as Vehicle Channels. b. LS9-LS12 shall be wired and labeled as Pedestrian Channels. C. LS13-LS16 shall be wired and labeled as Overlap Channels. 3. All wires terminated behind the backboards as well as any additional panels shall be soldered. a. No pressure or solderless connectors shall be used. 4. The backboard shall be hinged at the bottom, and be secured at the top with thumbscrews or wing nuts. Page 4 of 7 TRAFFIC SIGNAL CABINET AND ASSEMBLIES—34 4116.23 DocuSign Envelope ID: E921FEAl-502E-461D-A492-2EOFB27AB587 March 19, 2019 City of Corpus Christi Standard Specifications for Construction a. The thumbscrews or wing nut shall be retained such that when loosened to access the backboard they will not become separated and fall. b. The backboard shall pivot a minimum of ninety degrees (90°)from the vertical position to the horizontal position, with no interference, to facilitate access to wiring and components on the back of the panel. C. The backboard shall be centered on the back panel of the cabinet. N. Section 5.3.5 Power Supply: NEMA Traffic Control Systems Standard Publication TS 2-2003 v02.06 1. Shall be amended to provide a power connection adapter for TS2 Type 1 Controller Units. O. INPUT/OUTPUT Terminals 1. As a minimum, terminals shall be provided for the input/output signals listed in NEMA TS- 2 5.3.1.2 Table 5-3 for configuration 1 and the following: Function Purpose Alarm 1 Cabinet Door Open Alarm 2 Lightning Suppression Fail Alarm 3 Technician Flash Alarm 4 UPS Status P. Controller Unit Power Up 1. The CU shall be powered through the "Start-Delay Relay" circuit of the MMU. Q. Flashing Operation 1. All cabinets shall be wired to flash RED for all phases. 2. Flashing display shall alternate between phases 1-4 and phases 5-8. R. Detector Rack 1. Two (2) detector racks shall be installed in the cabinet. 2. The detector rack shall conform to NEMA configuration 2 (NEMA TS-2 5.3.4). 3. Each rack shall be addressable for BIU8—BIU11 a. An address configuration label shall be easily viewable per detector rack. S. Field Terminal Locations 1. Field terminals shall be located at the bottom of the backboard. 2. Their order shall be left to right beginning with Phase one(1) and following the order of the load switches. 3. Screw type terminal shall be used. T. Bus Interface Unit 1. Bus interface units (BIUs) shall as a minimum meet all NEMA Traffic Control Systems Standard Publication TS-2 Section 8 requirements. 2. All BIUs shall provide three (3)separate front panel indicator light emitting diode (LED)for: a. Power, b. Transmit, C. Valid Data. 3. Cabinets shall be provided with four(4) BIUs: a. Two (2)for Terminals and Facilities (TF) b. Two (2)for detector rack. U. Cabinet Power Supply 1. The cabinet power supply shall as a minimum meet all NEMA Traffic Control Systems Standard Publication TS-2 Section 5.3.5 requirements. 2. All power supplies shall also provide a separate front panel indicator LED for each of the four(4)outputs. 3. Front panel banana jack test points for 24 VDC and logic ground shall be provided. 4. The cabinet power supply shall be shelf mounted and shall not be attached to the back panel or shelf. V. Flash Transfer Relays 1. All eight (8)flash transfer relays shall as a minimum meet NEMA Traffic Control Systems Standard Publication TS-2 Section 6 requirements. W. Load Switches 1. All load switches shall as a minimum meet NEMA TS-2 Section 6 requirements. X. Inductive Loop Detector 1. Section 6 NEMA Traffic Control Systems Standard TS-2—2003 v02-06 shall be amended to delete section 6.5 "Inductive Loop Detectors". Page 5 of 7 TRAFFIC SIGNAL CABINET AND ASSEMBLIES—34 4116.23 DocuSign Envelope ID: E921FEAl-502E-461D-A492-2EOFB27AB587 March 19, 2019 City of Corpus Christi Standard Specifications for Construction Y. Power Connector Adapter 1. Section 5.3.5 of NEMA TS-2 2003 v02.06 shall be amended to provide a power connector adapter for TS2 Type 2 as well as a connector for TS2 Type 1 Controller Units. 2.3 Malfunction Management Unit 1. The only acceptable Malfunction Management Unit (MMU) Types are as listed within the City of Corpus—Signalization Standard Product List. 2.4 Controller Unit A. To maintain compatibility with City of Corpus Christi Traffic Signal Operations System,the only acceptable Traffic Controller Units are as listed within the City of Corpus — Signalization Standard Product List. B. Controller Unit must have the latest software revision installed. 2.5 Ethernet Connectivity Interface 1. The only acceptable Ethernet Connectivity Devices are listed within the City of Corpus — Signalization Standard Product List. 2.6 Warranty Statement A. Warranty Coverage 1. The supplier of equipment shall warranty their product to be free from defect in design and operation and that it meets all the requirements of this specification and those incorporated in this document. B. Length of Warranty 1. The term of warranty shall be a minimum of one (1) year from the date of project acceptance for all equipment. a. Vendor shall state length of warranty in writing. C. Parts Availability 1. The supplier of equipment shall be able to provide replacement parts for a minimum of five (5) years after the warranty expires. D. Replacement Coverage 1. All units shall be covered as follows: a. If a malfunction occurs during the warranty period, the supplier shall, within two (2) weeks after notification, furnish a like unit, module, or auxiliary equipment for use while the warranted unit is being replaced. E. Reliability Clause 1. While under warranty, the isolation and repair of any unit malfunction shall be the responsibility of the supplier. 2. Any unit experiencing a total of three(3)failures that has twice been returned to the supplier for repair shall be replaced with a new unit of the same type at no charge to the City. 3. The replacement unit's warranty shall be that of a new unit 4. Note: Malfunctions do not include damage caused by lighting, power surges, negligence, acts of God, or use of equipment in a manner not originally intended by its manufacturer 5. Shipping and Handling a. During warranty period shipping shall be handled as follows: (1) The City will pay for shipping the unit to the vendor and the vendor will pay for return shipping the repaired unit to the City/ PART 3 EXECUTION 3.1 General Information A. Compatibility Clause 1. This specification covers deviations and extensions above and beyond the standards incorporated. 2. The Terminal Facility, MMU, Cabinet Power Supply and BTU's must be fully compatible with the specifications as listed above. 3. In the case of incompatibility or inconsistency between this specification and those incorporated, this specification shall be followed. B. Documentation Page 6 of 7 TRAFFIC SIGNAL CABINET AND ASSEMBLIES—34 4116.23 DocuSign Envelope ID: E921FEAl-502E-461D-A492-2EOFB27AB587 March 19, 2019 City of Corpus Christi Standard Specifications for Construction 1. All cabinets shall include complete technical, shop drawings, schematic diagrams, photographs, circuit diagrams, graphs, instruction manuals, and any other necessary documents to fully describe the proposed equipment. 2. At the time of delivery, the supplier shall furnish two (2) copies of the programming and operations manuals and two (2)copies of the repair documentation for the equipment. 3. A permanent label / bar code with the serial number and date of manufacture shall be attached to each of the following components: a. Controller Unit (CU) b. Bus Interface Unit (BIU) C. Malfunction Management Unit (MMU) d. Cabinet Shell (on the inside of cabinet door) 4. A list of serial number and manufacturing dates shall be provided with each shipment. C. Warranty Statement 1. Warranty Coverage a. The supplier of equipment shall warranty their product to be free from defect in design and operation and that it meets all the requirements of this specification and those incorporated in this document. 2. Length of Warranty a. The term of warranty shall be one (1) year from date of project acceptance for all equipment. b. Vendor shall state length of warranty in writing. 3. Parts Availability a. The supplier of equipment shall be able to provide replacement parts for a minimum of five (5) years after the warranty expires. 4. Replacement Coverage a. All units shall be covered as follows: (1) If a malfunction occurs during the warranty period, the supplier shall, within two (2) weeks after notification, furnish a like unit, module, or auxiliary equipment for use while the warranted unit is being repaired. 5. Reliability Clause a. While under warranty, the isolation and repair of any unit malfunction shall be the responsibility of the supplier. b. Any unit experiencing a total of three (3) failures that has twice been returned to the supplier for repair shall be replaced with a new unit of the same type at no charge to the City. C. The replacement unit's warranty shall be that of a new unit. (1) Note: Malfunctions do not include damage caused by lighting, power surges, negligence, acts of God, or use of equipment in a manner not originally intended by its manufacturer. 6. Shipping & Handling a. During warranty period shipping shall be handled as follows: (1) The vendor/manufacturer will pay for sending and return shipping of any unit that is to be repaired. PART 4 MEASUREMENT AND PAYMENT 4.1 General A. Measurement and Payment for this item will be as indicated within Section 00 30 01 BID FORM. 1. If this item is not indicated within Section 00 30 01 BID FORM then it is to be considered subsidiary to the applicable section(s). B. Payment shall fully compensate the Contractor for all required labor, materials, equipment, maintenance,and all incidental expenses which are required to complete the work in accordance with the Drawings and Specifications. END OF SECTION Page 7 of 7 TRAFFIC SIGNAL CABINET AND ASSEMBLIES—34 4116.23 DocuSign Envelope ID: E921FEAl-502E-461D-A492-2EOFB27AB587 March 19, 2019 City of Corpus Christi Standard Specifications for Construction SECTION 34 41 16.33 TRAFFIC SIGNAL CONTROLLER UNIT PART1 GENERAL 1.1 Description A. This specification shall govern all work required for the furnishing and installing of Traffic Signal Controller Unit as required to complete the project. 1.2 Related Sections A. 00 30 01 BID FORM B. 01 33 00 DOCUMENT MANAGEMENT C. 34 41 13.00 TRAFFIC SIGNAL STANDARDS AND GENERAL REQUIREMENTS D. 032020 REINFORCING STEEL E. 038000 CONCRETE STRUCTURES 1.3 References The latest edition of the referenced item below shall be used. A. ANSI/SCTE 77—Specification for Underground Enclosure Integrity B. National Electrical Manufacturers Association (NEMA) C. National Electrical Manufacturers Association (NEMA) Traffic Controller Assemblies Standards D. City of Corpus Christi—Signalization Standard Product List 1.4 Submittals A. Conform to requirements of Section 01 33 00 DOCUMENT MANAGEMENT and Section 34 41 13.00 TRAFFIC SIGNAL STANDARDS AND GENERAL REQUIREMENTS PART2 PRODUCTS 2.1 General A. Pre-Approved materials and equipment can be found within the City of Corpus Christi — Signalization Standard Product List. 1. Use of material and equipment from the list does not relieve the Contractor from meeting the requirements of this specification. 2. To substitute a material or equipment it will be the responsibility of the Contractor to provide all required information to determine that the material or equipment is equal or better to the Owner for approval prior to incorporation into the Project. 3. There shall be no substitutions for any of the materials on the submittal without the prior written approval of the City Traffic Engineer and/or Traffic Signal Superintendent. B. A TS-2-Type 2 Controller Unit (CU) as per NEMA Traffic Controller Assemblies Standards Publication TS-2—2003. 2.2 Controller Unit A. To maintain compatibility with City of Corpus Christi Traffic Signal Operations System, the only acceptable Traffic Controller Units are as listed within the City of Corpus Christi — Signalization Standard Product List. B. Controller Unit must have the latest software revision installed. 2.3 Documentation A. Each controller shall be provided with the following documentation: one service manual per unit, which includes a theory of operation, operating instructions, and basic troubleshooting information. 2.4 Warranty and Support A. The controller equipment furnished shall be new of the latest design, fabricated in a first class workmanship manner from best quality materials. B. The manufacturer shall replace and install free of charge to the Owner any part or Page 1 of 2 TRAFFIC SIGNAL CONTROLLER UNIT-34 41 16.33 DocuSign Envelope ID: E921FEAl-502E-461D-A492-2EOFB27AB587 March 19, 2019 City of Corpus Christi Standard Specifications for Construction component that fails in any manner by reason of defective material or workmanship within a period of five (5) years from the date of delivery to City Signal Shop. C. The successful bidder shall provide a minimum of one (1) day factory certified training class and support in the operational use and care of the equipment for the benefit of the City Traffic Signal Operations. 2.5 Foundation A. General 1. Refer to drawings for foundation details. 2. The work shall include furnishing and installing anchor bolts, concrete, reinforcing materials, excavation, post with fittings, ground rod, pull box, conduit, and other incidentals required for a complete foundation as shown on the detail. B. Materials 1. Concrete a. Concrete shall be 3,000 psi strength at twenty-eight (28) days in accordance with section 03 31 11.13 CONCRETE STRUCTURES. 2. Reinforcing Steel a. Shall be in accordance with section 03 21 11.13 REINFORCING STEEL. 3. Anchor Bolts a. Anchor bolts shall be completely galvanized and of the dimensions shown on the Standard Detail. 4. Ground Box a. One (1) Type (C) 17' x 30" x 12" Ground Box, unless otherwise shown on the Drawings. PART 3 MEASUREMENT AND PAYMENT 3.1 General A. Measurement and Payment for this item will be as indicated within Section 00 30 01 BID FORM. 1. If this item is not indicated within Section 00 30 01 BID FORM then it is to be considered subsidiary to the applicable section(s). B. Payment shall fully compensate the Contractor for all required labor, materials, equipment, maintenance, and all incidental expenses which are required to complete the work in accordance with the Drawings and Specifications. END OF SECTION Page 2 of 2 TRAFFIC SIGNAL CONTROLLER UNIT-34 41 16.33 DocuSign Envelope ID: E921FEAl-502E-461D-A492-2EOFB27AB587 March 19, 2019 City of Corpus Christi Standard Specifications for Construction SECTION 34 41 16.43 GROUND BOXES PART1 GENERAL 1.1 Description A. This specification shall govern all work required for the furnishing and installation of Ground Boxes as required to complete the project. 1.2 Related Sections A. 00 30 01 BID FORM B. 01 33 00 DOCUMENT MANAGEMENT C. 34 41 13.00 TRAFFIC SIGNAL STANDARDS AND GENERAL REQUIREMENTS D. 032020 REINFORCING STEEL E. 038000 CONCRETE STRUCTURES 1.3 References The latest edition of the referenced item below shall be used. A. Texas Department of Transportation (TxDOT)Traffic Operations Division B. Texas Department of Transportation (TxDOT) Departmental Material Specification DMS- 11070—Ground Boxes C. Western Underground Standards D. City of Corpus Christi—Signalization Standard Product List 1.4 Submittals A. Conform to requirements of Section 01 33 00 DOCUMENT MANAGEMENT and Section 34 41 13.00 TRAFFIC SIGNAL STANDARDS AND GENERAL REQUIREMENTS PART2 PRODUCTS 2.1 General A. Pre-Approved materials and equipment can be found within the City of Corpus Christi — Signalization Standard Product List. 1. Use of material and equipment from the list does not relieve the Contractor from meeting the requirements of this specification. 2. To substitute a material or equipment it will be the responsibility of the Contractor to provide all required information to determine that the material or equipment is equal or better to the Owner for approval prior to incorporation into the Project. 3. There shall be no substitutions for any of the materials on the submittal without the prior written approval of the City Traffic Engineer and/or Traffic Signal Superintendent. 2.2 Materials A. To maintain compatibility with City of Corpus Christi Traffic Signal Operations System, the only acceptable Ground Boxes are as listed within the City of Corpus Christi — Signalization Standard Product List. 1. Cover Labels Legibly imprint the cover with the appropriate message from the following table in letters at least one-inch 1" high: For Ground Boxes Containing Wiring for: Label with Message Traffic signal systems and systems that contain illumination powered "Traffic Signals" by the signal electrical service Illumination systems "Danger High Voltage Illumination" Traffic management systems "Danger High Voltage Traffic Management" Page 1 of 2 GROUND BOXES—34 41 16.43 DocuSign Envelope ID: E921FEAl-502E-461D-A492-2EOFB27AB587 March 19, 2019 City of Corpus Christi Standard Specifications for Construction Sign illumination systems "Danger High Voltage Sign Illumination" Other electrical systems not shown "Danger High Voltage" above PART 3 EXECUTION 3.1 General Information A. Equipment 1. Provide the machinery, tools, and equipment necessary for proper installation of the work. 2. All machinery, tools and equipment used shall be maintained in a satisfactory and workmanlike manner. B. Construction 1. Construct and/or place ground boxes in accordance with the appropriate requirements of this specification and the Drawings. 2. Must be installed flush with finished grade. 3. Should a ground box be installed in other than concrete a concrete apron shall be built surrounding the outer edges of the ground box. PART 4 MEASUREMENT AND PAYMENT 4.1 General A. Measurement and Payment for this item will be as indicated within Section 00 30 01 BID FORM. 1. If this item is not indicated within Section 00 30 01 BID FORM then it is to be considered subsidiary to the applicable section(s). B. Payment shall fully compensate the Contractor for all required labor, materials, equipment, maintenance, and all incidental expenses which are required to complete the work in accordance with the Drawings and Specifications. END OF SECTION Page 2 of 2 GROUND BOXES—34 41 16.43 DocuSign Envelope ID: E921FEAl-502E-461D-A492-2EOFB27AB587 March 19, 2019 City of Corpus Christi Standard Specifications for Construction SECTION 34 41 16.53 VEHICLE SIGNAL HEADS PART1 GENERAL 1.1 Description A. This Item shall govern for furnishing and installing vehicle signal heads as shown on the Drawings. 1.2 Related Sections A. 00 30 01 BID FORM B. 01 33 00 DOCUMENT MANAGEMENT C. 34 41 13.00 TRAFFIC SIGNAL STANDARDS AND GENERAL REQUIREMENTS 1.3 References The latest edition of the referenced item below shall be used. A. Information Technology Equipment (ITE) B. Texas Manual on Uniform Traffic Control Devices (Texas MUTCD) C. Equipment and Materials Standards of the Institute of Transportation Engineers D. City of Corpus Christi - Signalization Standard Product List 1.4 Submittals A. Conform to requirements of Section 01 33 00 DOCUMENT MANAGEMENT and Section 34 41 13.00 TRAFFIC SIGNAL STANDARDS AND GENERAL REQUIREMENTS. B. Warranty documents from the manufacturer of the products. PART2 PRODUCTS 2.1 General A. Pre-Approved materials and equipment can be found within the City of Corpus Christi — Signalization Standard Product List. 1. Use of material and equipment from the list does not relieve the Contractor from meeting the requirements of this specification. 2. To substitute a material or equipment it will be the responsibility of the Contractor to provide all required information to determine that the material or equipment is equal or better to the Owner for approval prior to incorporation into the Project. 3. There shall be no substitutions for any of the materials on the submittal without the prior written approval of the City Traffic Engineer and/or Traffic Signal Superintendent. B. A traffic signal head (comprised of one or more signal sections). C. The indication shall be visible at all locations within fifteen degrees (15°)of the optical axis. D. All materials furnished by the Contractor shall be new. E. All heads shall be in compliance with the Texas MUTCD. 2.2 Equipment and Materials A. Definitions 1. Back Plate. A thin strip of material extending outward from all sides of a signal head. 2. LED Optical Unit. The LED lens and associated supporting parts in a signal section. 3. Louver. A device mounted to the visor restricting signal face visibility. 4. Signal Section. One housing case, housing door, visor, and optical unit. 5. Signal Face. One section or an assembly of 2 or more sections facing one direction. 6. Signal Head. A unidirectional face or a multidirectional assembly of faces including back plates and louvers when required, attached at a common location on a support. B. Signal Head 1. Provide vehicle signal heads in accordance with Texas Department of Transportation (TxDOT) DMS-11120, "Vehicle Signal Heads." Provide vehicle signal heads from manufacturers prequalified by the Texas Department of Transportation. The TxDOT Traffic Operations Division maintains a list of prequalified vehicle signal head manufacturers. 2. Supply only black polycarbonate signal head components that are of the same material Page 1 of 3 VEHICLE SIGNAL HEADS—34 41 16.53 DocuSign Envelope ID: E921FEAl-502E-461D-A492-2EOFB27AB587 March 19, 2019 City of Corpus Christi Standard Specifications for Construction and manufacturer for any one project. 3. Use stainless steel bolts, nuts, washers, lock washers, screws, and other assembly hardware. a. When dissimilar metals are used,ensure the metals are selected or insulated to prevent corrosion. Use closed-cell silicone or closed-cell neoprene gaskets. C. Equipment 1. Provide the machinery, tools and equipment necessary for proper installation of the work. All machinery, tools and equipment used shall be maintained in a satisfactory and workmanlike manner. D. Traffic Signal Design Requirement 1. The traffic signal head shall be constructed of sturdy polycarbonate resin and shall be ultraviolet stabilized having a minimal tensile strength of 8,000 psi. All screws, latching bolts, and hinge pins shall be stainless steel. 2. The signal housing shall be ribbed to produce the strongest possible assembly consistent with lightweight. The left and right of each section shall include a heavy-duty serrated ring, which will allow positive orientation in 5-degree increments. The housing shall be one piece and shall be complete with openings left and right to accommodate standard 1 '/2 inch pipe size signal brackets. The individual signal housing sections shall be fastened together by means of attaching bolts and washer plates. The housing shall be Flat Black in Color. The housing door shall be polycarbonate and single piece. The door shall be attached to the housing with two hinged lugs and pins. Neoprene gasket shall be provided between the door and housing. The door shall be Flat Black in color. A removable polycarbonate tunnel visor shall be mounted onto the door by means of four stainless steel screws. The tunnel visor shall be Flat Black in color. The signal heads shall have a louvered or slotted back plate. 3. The LED assembly shall be seated in a neoprene gasket, which fits into the lens mounting cavity on the door. The lens shall be held in place by four retaining slotted clips and fastened with four stainless steel screws. The lens and its gasket shall be removable and replaceable with simple hand tools. E. Equipment 1. Provide the machinery, tools and equipment for proper installation of the work. All machinery, tools and equipment used shall be maintained in a satisfactory and workmanlike manner. F. Construction 1. Assembly a. Assemble individual signal sections in multi-section faces in accordance with the manufacturer's recommendations to form a rigid signal face. Assemble and mount signal heads as shown on the plans. Horizontal mounting should open downwards, and vertical mounting should open towards the left. Install louvers and back plates in accordance with manufacturer's recommendations. Close any openings in an assembled signal head with a plug of a same material and color as the head. 2. Wiring b. Wire each optical unit to the terminal block located in that signal section by means of solderless wire connectors or binding screws and spade lugs. Wire all sections of a multi section signal face to the section terminal blocks in which the traffic signal cable is terminated. Maintain the color coding on leads from the individual optical units throughout the signal head, except for the traffic signal cable. Use solderless wire connectors or binding screws and spade lugs for connections to terminal blocks. Use binding screws and spade lugs for field wiring. PART 3 EXECUTION 3.1 General A. All Work shall be in accordance with the Contract, Specifications, Drawings, manufacturer recommendations, and industry standards. In the event that one requirement conflicts with another the more stringent requirement shall be followed, unless directed otherwise by the Owner. Page 2 of 3 VEHICLE SIGNAL HEADS—34 41 16.53 DocuSign Envelope ID: E921FEAl-502E-461D-A492-2EOFB27AB587 March 19, 2019 City of Corpus Christi Standard Specifications for Construction 3.2 Signal Head A. Assembly 1. Assemble and mount signal heads as shown on the plans. 2. Install louvers and back plates in accordance with the manufacturer's recommendations. 3. Close any openings in an assembled signal head with a plug of the same material and color as the head. 4. When installing a retrofit replacement LED traffic signal lamp unit into an existing signal housing, only remove the existing lens, reflector, and incandescent lamp; fit the new unit securely in the housing door, and proper orientation; and connect the new housing unit to the existing electrical wiring or terminal block by means of simple connectors. 3.3 Warranty A. The Contractor shall provide all warranty documents from the manufacturer of the products to the City. PART 4 MEASUREMENT AND PAYMENT 4.1 General A. Measurement and Payment for this item will be as indicated within Section 00 30 01 BID FORM. 1. If this item is not indicated within Section 00 30 01 BID FORM then it is to be considered subsidiary to the applicable section(s). B. Payment shall fully compensate the Contractor for all required labor, materials, equipment, maintenance,and all incidental expenses which are required to complete the work in accordance with the Drawings and Specifications. END OF SECTION Page 3 of 3 VEHICLE SIGNAL HEADS—34 41 16.53 DocuSign Envelope ID: E921FEAl-502E-461D-A492-2EOFB27AB587 March 19, 2019 City of Corpus Christi Standard Specifications for Construction SECTION 34 41 16.63 PEDESTRIAN SIGNAL PART1 GENERAL 1.1 Description A. This Item shall govern for furnishing and installing Pedestrian Signal as shown on the Drawings. 1.2 Related Sections A. 00 30 01 BID FORM B. 01 33 00 DOCUMENT MANAGEMENT C. 34 41 13.00 TRAFFIC SIGNAL STANDARDS AND GENERAL REQUIREMENTS D. 34 41 16.33 TRAFFIC SIGNAL CONTROLLER UNIT 1.3 References The latest edition of the referenced item below shall be used. A. Information Technology Equipment (ITE) B. Texas Manual on Uniform Traffic Control Devices (Texas MUTCD) C. Equipment and Materials Standards of the Institute of Transportation Engineers D. City of Corpus Christi —Signalization Standard Product List 1.4 Submittals A. Conform to requirements of Section 01 33 00 DOCUMENT MANAGEMENT and Section 34 41 13.00 TRAFFIC SIGNAL STANDARDS AND GENERAL REQUIREMENTS. B. Warranty documents from the manufacturer of the products. PART2 PRODUCTS 2.1 General A. Pre-Approved materials and equipment can be found within the City of Corpus Christi — Signalization Standard Product List. 1. Use of material and equipment from the list does not relieve the Contractor from meeting the requirements of this specification. 2. To substitute a material or equipment it will be the responsibility of the Contractor to provide all required information to determine that the material or equipment is equal or better to the Owner for approval prior to incorporation into the Project. 3. There shall be no substitutions for any of the materials on the submittal without the prior written approval of the City Traffic Engineer and/or Traffic Signal Superintendent. B. All materials furnished by the Contractor shall be new. C. All heads shall be in compliance with the Texas MUTCD. 2.2 Equipment and Materials A. Signal Head 1. Provide pedestrian signal heads in accordance with TxDOT DMS-11130, "Pedestrian Signal Heads." 2. Supply only black polycarbonate pedestrian signal components that are of the same material and manufacturer for any one project. 3. Use stainless steel, or dichromate sealed aluminum bolts, nuts, washers, lock washers, screws, and other assembly hardware. a. When dissimilar metals are used, ensure the metals selected are insulated to prevent corrosion. 4. Use closed-cell silicone or closed-cell neoprene gaskets. B. Pedestrian Signal Module 1. Materials a. Ensure electrical materials and construction methods conform to the current National Electric Code (NEC) and additional local utility requirements. b. Materials used for the lens and LED module construction shall conform to ASTM Page 1 of 8 PEDESTRIAN SIGNAL—34 41 16.63 DocuSign Envelope ID: E921FEAl-502E-461D-A492-2EOFB27AB587 March 19, 2019 City of Corpus Christi Standard Specifications for Construction specifications where applicable. C. Enclosures containing the power supply and electronic components of the LED module shall be made of UL94VO flame retardant materials. d. The lens of the LED module is excluded from this requirement. e. Ensure all materials and construction methods conform to the requirements of this Item and the following pertinent requirements: (1) Signal Heads (2) Section 34 41 16.33 TRAFFIC SIGNAL CONTROLLER UNIT (3) Signal Indications (a) "Pedestrian Traffic Control Signal Indications" published in the Equipment and Materials Standards of the Institute of Transportation Engineers, (referred to in this document as "PTCSI"). (4) National Electric Code (NEC); (5) American Society for Testing and Materials (ASTM). 2. General a. Modules designed as retrofit replacements for existing pedestrian signal indication lamps shall not require special tools for installation. b. Retrofit replacement modules shall fit into existing pedestrian signal housings built for the PTCSI sizes of the "walking person" and "hand" icon pedestrian signal indication Standard without modification to the housing, see PTCSI 4.2.1 for housing sizes. C. All LED's used shall be rated for 100,000 hours of continuous operation over a temperature range of-40°C to +74°C. d. The modules shall be rated for a minimum life of 72 months. e. Modules shall meet all parameters of this specification throughout this 72-month period. f. Installation of a retrofit replacement module into an existing pedestrian signal housing shall only require the removal of the existing optical unit components, i.e., lens, lamp module, gaskets, and reflector; shall be weather tight and fit securely in the housing; and shall connect directly to existing electrical wiring. 3. Module a. The retrofit module shall be capable of replacing the optical unit. (1) The module lens may be a replaceable part without the need to replace the complete module. (2) The walking person and hand icons (16"x18" size only) shall be full (not outlines). (3) The countdown digits shall be made up of two (2) rows of LEDs. (4) Each digit shall be a minimum of seven inches (7") in height. b. For each nominal message bearing surface (module) size, use the corresponding H (height) and W (width): (1) Bearing Surface— H (2) Module Size— 16 x 18 inch (3) Icon Height— Min 7 inch (4) Icon Width—7 inch (5) Countdown Height— Min 9 inch (6) Countdown Width—6.5 inch C. The units shall not have any attachments or options that will allow the mode to be changed from counting the clearance cycle, to the full walk/don't walk cycle. d. The module shall be a single, self-contained device, not requiring on-site assembly for installation into existing traffic signal housing. e. The power supply shall be designed to fit and mount inside the pedestrian signal module. f. The assembly and manufacturing process for the module shall be designed to assure all internal LED and electronic components are adequately supported to withstand mechanical shock and vibration from high winds and other sources. 4. Environmental Requirements a. The module shall be rated for use in the ambient operating temperature range, measured at the exposed rear of the module, of-40 to +165°F. b. The pedestrian module shall be designed to meet NEMA 250 Hose down Test. C. The test is to be conducted on a stand-alone unit. d. No protective housing shall be used. e. The module lens shall be UV stabilized. Page 2 of 8 PEDESTRIAN SIGNAL—34 41 16.63 DocuSign Envelope ID: E921FEAl-502E-461D-A492-2EOFB27AB587 March 19, 2019 City of Corpus Christi Standard Specifications for Construction 5. Signal LENS a. The lens of the LED pedestrian and countdown signal modules shall be polycarbonate UV stabilized and a minimum of 1/4"thick. b. The exterior of the lens of the LED pedestrian and countdown signal module shall be smooth and frosted to prevent sun phantom. 6. Module Identification a. Each module shall be identified on the backside with the manufacturer's name, model numbers and serial number. b. The following operating characteristics shall be identified: nominal voltage, power consumption, wattage and Volt-Ampere. 7. Photometric Requirements a. Luminance, Uniformity& Distribution (1) For a minimum period of 72 months, the maintained minimum luminance values for the modules under normal operating conditions shall not be less than 5300 cd/m2 for the Walking Person icon and 3750 cd/m2 for the Hand icon when measured perpendicular to the surface of the module at nine(nine)separate points on the icon. (2) These values may decrease up to 50% of these table values beyond 15° from the perpendicular in either to the left or right on a horizontal plane. (3) The uniformity of the walking person and hand icons' illumination shall meet a ratio of not more than 1 to 5 between the minimum and maximum luminance measurements (in Cd/m2). b. Chromaticity (1) The standard colors for the LED Pedestrian Signal Module shall be White for the walking person and Portland Orange for the hand icon and countdown digits. 8. Electrical a. General (1) All wiring and terminal blocks shall meet the requirements of Section 13.02 of the VTCSH Standard. (2) Three secured, color coded, 36 in long 600 V, 16 AWG minimum, jacketed wires, conforming to the National Electrical Code, rated for service at +105°C, are to be provided for electrical connection. (3) Each LED signal module shall be designed so that there is no noticeable light output when connected to rated voltage through an impedance of 15 K-ohm (either resistive or capacitive). (4) The signal module shall be designed so that, under normal operation, an AC voltage of no greater than 10 volts RMS shall be developed across the unit when it is connected in series with any value of impedance greater than 15 K-ohms and for any applied AC voltage between 95- and 135-volts RMS that is connected across this series combination. (5) In addition, the signal module shall be designed so that the voltage across the module shall reduce in value to less than 10 volts RMS within 100-ms when the module is switched off by any solid-state switch or switch pack having an impedance of 15 K-ohms or greater. b. Voltage Range (1) LED modules shall operate from a 60 ± 3 Hertz ac line power over a voltage range from 80 to 135 VAC RMS. (2) The current draw shall be sufficient to ensure compatibility and proper triggering and operation of load current switches and conflict monitors. (3) Nominal operating voltage for all measurements shall be 120 ± 3 Volts rms. (4) Fluctuations in line voltage over the range of 80Vac to 135Vac shall not affect luminous intensity by more than +10%. (5) The LED circuitry shall prevent flickering at less than 100 Hz over the voltage range stated above. (6) The modules shall be designed and constructed so that the failure of a single LED will not result in the loss of additional LEDs. (7) There should be no illumination of the module when the applied voltage is less than 35 VAC RMS. To test for this condition each icon must first be fully illuminated at the nominal operating voltage. The applied voltage shall then be reduced to the point where there is no illumination. This point must be greater than 35 VAC RMS. Page 3 of 8 PEDESTRIAN SIGNAL—34 41 16.63 DocuSign Envelope ID: E921FEAl-502E-461D-A492-2EOFB27AB587 March 19, 2019 City of Corpus Christi Standard Specifications for Construction (8) Turn-On and Turn-Off Time (a) Each icon of the module shall reach 90% of their full illumination (turn-on)within 100-ms. of the application of the nominal operating voltage. (b) The modules shall not be illuminated (turn-off) after 100-ms. of the removal of the nominal operating voltage. (9) For abnormal conditions when nominal voltage is applied to the unit across the two phase wires (rather than being applied to the phase wire and the neutral wire) the pedestrian signal unit shall default to the hand symbol. C. Transient Voltage Protection (1) The module's on-board circuitry shall include voltage surge protection to withstand high-repetition noise transients and low-repetition high energy transients as stated in Section 2.1.6, NEMA Standard TS-2, 1998, or the latest version. d. Electronic Noise (1) The modules and associated on-board circuitry must meet Federal Communications Commission (FCC) Title 47, Sub Part B, Section 15 regulations concerning the emission of electronic noise. e. Power Factor(PF) and AC Harmonics (1) The modules shall provide a power factor of 0.90 or greater when operated at nominal operating voltage, and 77°F. (2) Total harmonic distortion induced into an AC power line by the module, operated at nominal operating voltage, at 77°F shall not exceed 20%. f. Module Functions (1) Cycle (a) The module shall operate in one mode: i. Clearance Cycle Countdown Mode Only (b) The module will start counting when the flashing clearance signal turns on and will countdown to "0" and turn off when the steady"Don't Walk" signal turns on. Module will not have user accessible switches or controls for modification of cycle. (2) Learning Cycle (a) At power on, the module enters a single automatic learning cycle. (b) During the automatic learning cycle, the countdown display shall remain dark. (3) Cycle Modification (a) The unit re-programs itself if it detects any increase or decrease of Pedestrian Timing. (b) The counting unit will go blank once a change is detected and then take one complete pedestrian cycle (with no counter during this cycle) to adjust its buffer timer. (4) Recycling (a) The module shall allow for consecutive cycles without displaying the steady Hand icon ("Don't Walk"). (5) Preemption (a) The module shall recognize preemption events and temporarily modify the crossing cycle accordingly. (b) If the controller preempts during the walking man, the countdown will follow the controller's directions and will adjust from walking man to flashing hand. (c) It will start to count down during the flashing hand. If the controller preempts during the flashing hand, the countdown will continue to count down without interruption. (d) The next cycle, following the preemption event, shall use the correct, initially programmed values. (6) "Don't Walk" Steady (a) If the controller output displays Don't Walk steady condition and the unit has not arrived to zero or if both the hand and man are dark for some reason, the unit suspends any timing and the digits will go dark. g. Quality Assurance (1) General (a) Unless otherwise specified all of the test will be conducted at an ambient temperature of 77°F and at the nominal operating voltage of 120 VAC RMS. Page 4 of 8 PEDESTRIAN SIGNAL—34 41 16.63 DocuSign Envelope ID: E921FEAl-502E-461D-A492-2EOFB27AB587 March 19, 2019 City of Corpus Christi Standard Specifications for Construction (b) The following production quality assurance tests shall be performed on each new module prior to shipment. (c) Before any measurements are made, the unit shall be energized at the rated voltage for a 30-minute burn-in period at an ambient temperature of+77°F. (d) Following the burn-in period, the initial luminous intensity shall be measured. (e) A single point measurement with a correlation to the intensity requirement of Section 1.04 of VTCSH for circular indications may be used. (f) The current flow and power factor shall also be determined. (g) Units found to have parameters outside the ranges allowed by this specification shall be rejected. (h) The modules shall be manufactured in accordance with a vendor quality assurance (QA) program. (i) The QA program shall include two types of quality assurance: i. design quality assurance ii. production quality assurance. (j) QA process and test result documentation shall be kept on file for a minimum period of seven years. (2) Conformance (a) The module designs not satisfying design qualification testing and the production quality assurance testing performance requirements shall not be labeled, advertised, or sold as conforming to this specification. (3) Design Qualification Assurance (a) Design Qualification testing shall be performed on new module designs, and when a major design change has been implemented on an existing design. (b) Unless otherwise specified, all of the tests shall be conducted on the same set of randomly selected modules, hereafter called the sample set, at an ambient temperature of 77°F and at the nominal operating voltage of 120 VAC RMS. (c) Testing shall be performed once every 5 years or when the module design or LED technology has been changed. (d) Test data shall be retained by the module manufacturers for a minimum period of 7 years and for a period of at least 5 years beyond the last date of manufacture of that model type. (4) Production Quality Assurance (a) All new modules shall undergo Production Quality Assurance testing prior to shipment. (b) Failure of any module to meet requirements of the QA tests shall be cause for rejection. (c) QA test results shall be maintained for a period of 4 years. (d) The production quality assurance shall include statistically controlled routine tests to ensure minimum performance levels of modules built to meet this specification. (e) Prior to packaging for shipment, each module shall be visually inspected for any exterior physical damage or assembly anomalies. (f) Careful attention shall be paid to the surface of the lens to ensure there are no scratches (abrasions), cracks, chips, discoloration or other defects. (5) Delivery and Acceptance (a) Compatibility with a controller unit, conflict monitor and load switch will be tested by connecting the module under test to the output of a standard load switch connected to a variable AC voltage supply with the output of the load switch in the off state. (b) The AC voltage developed across each LED module so connected shall not exceed ten (10)V-rms as the input to the LED module is varied from 95 V-rms to 135 V-rms. h. Warranty (1) LED signal modules shall be replaced or repaired if it fails to function as intended due to workmanship or material defects within the first 60 months from date of delivery. C. Pedestrian Detectors Page 5 of 8 PEDESTRIAN SIGNAL—34 41 16.63 DocuSign Envelope ID: E921FEAl-502E-461D-A492-2EOFB27AB587 March 19, 2019 City of Corpus Christi Standard Specifications for Construction 1. Ensure the push-button assembly is weather-tight and tamper-proof, is designed to prevent an electrical shock under any weather condition, has provisions for grounding in accordance with the NEC, and is in compliance with the Americans with Disabilities Act (ADA). 2. Supply a sturdy 2-piece cast-aluminum housing unit consisting of a base housing and a removable cover. 3. Ensure the internal components provide a push button with normal open contacts, and include all electrical and mechanical parts required for operation. 4. Supply housing or an adapter (saddle) that conforms to the pole shape, fitting flush to ensure a rigid installation. 5. Supply adapters of the same material and construction as the housing. 6. Provide threaded holes for 0.5-in. conduit in the housing for any necessary conduit attachment. 7. Close unused openings with a weather-tight closure painted to match the housing. 8. Provide a 0.75-in. hole with an insulating bushing through the back of the housing. 9. Meet the paint requirements of Signal Heads for the complete body of the housing. 10. Ensure the manufacturer's name or trademark is located on the housing. 11. Supply push-button switches that have single-pole, single-throw contacts and screw-type terminals and have a design life of at least 1 million operations. 12. Use sheet aluminum having a minimum thickness of 0.080 in.for information signs for push buttons. D. Accessible Pedestrian Signal (APS) Units. 1. Supply an APS that includes a pedestrian sign, a pushbutton, and an audible speaker contained in one unit and with the following features: a. Vibrating tactile arrow. b. Pushbutton locator tone. C. Automatic volume adjustment- 60 dB range. d. Actuation indicator-tone and light. e. Extended button press which can be used to request a louder WALK signal and locator tone for subsequent clearance interval. f. Weather-proof speaker protected by a vandal proof screen. g. Pole unit and the central control unit shall be rated for the following temperature range: -30°F to +165°F. h. Audible pedestrian signal units shall be operationally compatible with controllers currently used by the City, Texas Department of Transportation, and any other Texas government entities. (1) In the case of conflicts between specifications, the latest City specifications will control. i. Supply a central control unit (CCU) for the pushbutton detector unit that resides in the Traffic Signal Controller Cabinet capable of controlling a minimum of 8 units. (1) Ensure the CCU is capable of controlling up to 4 phases. (2) Ensure that all inputs and outputs on the CCU have Transient Voltage Protection. E. Pole 1. Shall be in accordance with Section 34 41 16.93 POLES AND ASSEMBLIES PART 3 EXECUTION 3.1 General A. All Work shall be in accordance with the Contract, Specifications, Drawings, manufacturer recommendations, and industry standards. 1. In the event that one requirement conflicts with another the more stringent requirement shall be followed, unless directed otherwise by the Owner. 3.2 Signal Head A. Assembly 1. Assemble individual signal sections in multi-section faces in accordance with the manufacturer's recommendations to form a rigid signal face. 2. Assemble and mount signal heads as shown on the plans. 3. Install louvers and back plates in accordance with the manufacturer's recommendations. Page 6 of 8 PEDESTRIAN SIGNAL—34 41 16.63 DocuSign Envelope ID: E921FEAl-502E-461D-A492-2EOFB27AB587 March 19, 2019 City of Corpus Christi Standard Specifications for Construction 4. Close any openings in an assembled signal head with a plug of the same material and color as the head. 5. When installing a retrofit replacement LED traffic signal or pedestrian signal lamp unit into an existing signal housing, only remove the existing lens, reflector, and incandescent lamp; fit the new unit securely in the housing door; and connect the new housing unit to the existing electrical wiring or terminal block by means of simple connectors. B. Wiring 1. Wire each optical unit to the terminal block located in that signal section by means of solder less wire connectors or binding screws and spade lugs. 2. Wire all sections of a multi-section signal face to the section terminal blocks in which the traffic signal cable is terminated. 3. Maintain the color coding on leads from the individual optical units throughout the signal head, except for the traffic signal cable. 4. Use solder less wire connectors or binding screws and spade lugs for connections to terminal blocks. 5. Use binding screws and spade lugs for field wiring. 3.3 Pedestrian Detectors A. Wire the push button to the nearest splicing point or terminal strip using stranded No. 12 AWG XHHW wire with 600-volt insulation. B. Do not use terminal connections or splice wire leads except in the hand holes located in the signal pole shaft, in the signal pole base, or at locations approved by the Owner. C. All allowed splices must be watertight.Attach wires to terminal posts with solder less terminals. D. Attach terminals to the wires with a ratchet-type compression crimping tool properly sized to the wire. E. Mount a pedestrian push button sign near each push button as shown on the Drawings. 3.4 Accessible Pedestrian Signal (APS) Units A. APS shall be wired individual 2-wire conductor from the Cabinet APS processor to the APS button with no splices in between. B. Vocal programming shall be done by contractor to match street crossing. If a custom recorded message is required, the contractor must provide script for City to review and provide input, as appropriate. Provide pre-recorded custom message(s)for each APS. C. Attach wires to terminal posts with solder less terminals. D. Attach terminals to the wires with a ratchet-type compression crimping tool properly sized to the wire. 1. Documentation Requirements a. Each APS shall be provided with the following documentation: (1) Complete and accurate installation wiring guide. (2) Contact name, address, and telephone number for the representative, manufacturer, or distributor for warranty repair. (3) The bidders shall supply schematics for all electronics. One schematic diagram shall be provided for each unit, along with any necessary installation instructions. 3.5 Warranty A. The APS unit shall be warranted against any failure due to workmanship, material defects or intensity within the first 60 months of field operation. B. APS unit shall operate as required above after 60 months of continuous use over the temperature range of-30°F to +165°F in a traffic signal operation. C. The manufacturer shall provide a written warranty against defects in materials and workmanship for APS unit for a period of 5 years after installation. D. Replacement APS unit shall be provided within five (5)days after receipt of failed APS unit at no cost to the Owner, except the cost of shipping the failed modules. E. The Contractor shall provide all warranty documents from the manufacturer of the products to the City. Page 7 of 8 PEDESTRIAN SIGNAL—34 41 16.63 DocuSign Envelope ID: E921FEAl-502E-461D-A492-2EOFB27AB587 March 19, 2019 City of Corpus Christi Standard Specifications for Construction PART 4 MEASUREMENT AND PAYMENT 4.1 General A. Measurement and Payment for this item will be as indicated within Section 00 30 01 BID FORM. 1. If this item is not indicated within Section 00 30 01 BID FORM then it is to be considered subsidiary to the applicable section(s). B. Payment shall fully compensate the Contractor for all required labor, materials, equipment, maintenance,and all incidental expenses which are required to complete the work in accordance with the Drawings and Specifications. END OF SECTION Page 8 of 8 PEDESTRIAN SIGNAL—34 41 16.63 DocuSign Envelope ID: E921FEAl-502E-461D-A492-2EOFB27AB587 March 19, 2019 City of Corpus Christi Standard Specifications for Construction SECTION 34 41 16.93 POLES AND ASSEMBLIES PART1 GENERAL 1.1 Description A. This specification shall govern all work required for the furnishing, installing, and removal of Poles and Assemblies as required to complete the project. 1.2 Related Sections A. 00 30 01 BID FORM B. 01 33 00 DOCUMENT MANAGEMENT C. 038000 CONCRETE STRUCTURES 1.3 References The latest edition of the referenced item below shall be used. A. ANSI 05.1, "Specifications and Dimensions for Wood Poles," B. American Wood Protection Association (AWPA) C. Texas Department of Transportation (TxDOT) Standard Specification for Construction and Maintenance of Highways, Streets, and Bridges Item 441 —Steel Structures D. Texas Department of Transportation (TxDOT) Standard Specification for Construction and Maintenance of Highways, Streets, and Bridges Item 442—Metal for Structures E. Texas Department of Transportation (TxDOT) Standard Specification for Construction and Maintenance of Highways, Streets, and Bridges Item 445—Galvanizing F. Texas Department of Transportation (TxDOT) Standard Specification for Construction and Maintenance of Highways, Streets, and Bridges Item 449—Anchor Bolts G. Texas Department of Transportation (TxDOT) Standard Specification for Construction and Maintenance of Highways, Streets, and Bridges Item 656 — Foundations for Traffic Control Devices H. Texas Department of Transportation (TxDOT) Departmental Material Specification DMS 11140, Pedestal Pole Base I. AWS D1.1 Structural Welding Code—Steel J. City of Corpus Christi —Signalization Standard Product List 1.4 Submittals A. Conform to requirements of Section 01 33 00 DOCUMENT MANAGEMENT and Section 34 41 13.00 TRAFFIC SIGNAL STANDARDS AND GENERAL REQUIREMENTS. PART2 PRODUCTS 2.1 General A. Pre-Approved materials and equipment can be found within the City of Corpus Christi — Signalization Standard Product List. 1. Use of material and equipment from the list does not relieve the Contractor from meeting the requirements of this specification. 2. To substitute a material or equipment it will be the responsibility of the Contractor to provide all required information to determine that the material or equipment is equal or better to the Owner for approval prior to incorporation into the Project. 3. There shall be no substitutions for any of the materials on the submittal without the prior written approval of the City Traffic Engineer and/or Traffic Signal Superintendent. 2.2 Treated Timber Poles A. Materials 1. Use new treated southern pine timber poles in accordance with ANSI 05.1 and the additional requirements of this Item. 2. Use ANSI Class 5 treated timber poles for electrical services and ANSI Class 2 for all other applications, unless otherwise shown on the Drawings. 3. Ensure poles are free from pith holes at the tops and butts. Page 1 of 6 POLES AND ASSEMBLIES—34 41 16.93 DocuSign Envelope ID: E921FEAl-502E-461D-A492-2EOFB27AB587 March 19, 2019 City of Corpus Christi Standard Specifications for Construction 4. Do not use poles that have a. A trimmed scar (1) with a depth greater than two-inches (2"), or (2) if the diameter is ten-inches (10")or less, or (3) if 1/5 the pole diameter at the scar location, if the diameter is more than ten-inches (10") 5. Provide poles that do not deviate from straightness by more than one-inch (1") for each ten-feet(10') of length. 6. A pole may only have sweep in one(1)Plane and one(1)direction(single sweep), provided a straight line joining the midpoint of the pole at the butt and the midpoint of the pole at the top does not at any intermediate point pass through the external surface of the pole. 7. Timber poles with more than one (1)complete twist of spiral grain are not acceptable. 8. Butt slivering due to felling is permitted if the distance from the outside circumference is not less than 1/4 of the butt diameter and the height is not more than one-foot(1') B. Preservative Treatment 1. Use preservative treatment in accordance with AWPA C4. 2. Furnish poles with a minimum net retention of preservative treatment in accordance with Table 1. Table 1 Retention of Preservation Treatment Minimum Retention Treatment Ib./ft3 Creosote 9.00 Pentachlorophenol 0.45 ACA/CCA 0.60 3. Furnish a treatment certification with every shipment of treated timber poles that includes: a. name of treating company, b. location of treating Plant, C. applicable product standard (AWPA C4), d. charge number, e. date of treatment, f. contents of charge (poles), g. preservative treatment, and h. actual preservative retention values. C. Branding 1. Place the bottom of the brand squarely on the face of the pole ten-feet (10') (plus or minus two-inches (2"))from the butt. 2. Mark all poles by branding in accordance with Table 2. Table 2 Timber Pole Markings Marking Description of Marking PTC Supplier's code or trademark For exam le, Pole Treating Company). F-0 1 F-01 Plant location and year of treatment For exam le, Forestville, 2001). SPC SPC Species and preservative code For example, southern pine, and creosote). 535 535 Class-length For example, Class 5, 35-ft. pole). 2.3 Steel Poles A. Materials 1. Provide new materials that comply with the details shown on the Drawings, the requirements of this Item, and the pertinent requirements of the following Items: a. Concrete (1) Section 038000 CONCRETE STRUCTURES b. Steel Structures (1) TxDOT Item 441 Page 2 of 6 POLES AND ASSEMBLIES—34 41 16.93 DocuSign Envelope ID: E921FEAl-502E-461D-A492-2EOFB27AB587 March 19, 2019 City of Corpus Christi Standard Specifications for Construction C. Metal (1) TxDOT Item 442 d. Galvanizing (1) Item 445 e. Anchor Bolts (1) TxDOT Item 449 (2) Furnish alloy steel or medium-strength mild steel anchor bolts in accordance with TxDOT Item 449.2.A— Bolts and Nuts. 2.4 Pedestal Poles A. Materials 1. Galvanizing a. TxDOT Item 445 2. Anchor Bolts a. TxDOT Item 449 3. Foundation a. Refer to Drawings 4. Pedestal Pole Base a. Provide pedestal pole base in accordance with TxDOT DMS 11140. b. Provide pedestal pole base from manufacturers prequalified by the Texas Department of Transportation. (1) The Traffic Operations Division maintains a list of prequalified pedestal base manufacturers. 5. Pedestal Pole a. Provide four-inch (4") diameter schedule 40 steel pipe or tubing, aluminum pipe (alloy 6061-T6), or rigid metal conduit. (1) Do not use aluminum conduit. b. Galvanize pedestal pole assemblies in accordance with TxDOT Item 445, unless otherwise shown on the Drawings. PART 3 EXECUTION 3.1 Treated Timber Poles A. Equipment 1. Provide the machinery, tools and equipment necessary for proper installation of the work. 2. All machinery, tools and equipment used shall be maintained in a satisfactory and workmanlike manner. B. Construction 1. Use established industry and utility safety practices while installing poles located near overhead or underground utilities. 2. Consult with the appropriate utility company prior to beginning such work. 3. Unless otherwise shown on the Drawings, set the pole a minimum depth in accordance with Table 3. Table 3 Pole Setting Depth Pole Length Minimum Settings Depth ft. ft. 25 or less 4.5 26-30 5.0 31 -35 5.5 36-40 6.0 41 -45 6.5 46 - 50 7.0 4. Locate timber poles as shown on the Drawings or as directed. 5. Drill holes for setting poles a minimum of 1.5 diameters of the pole butt. 6. Unless otherwise shown on the Drawings, set the poles plumb. 7. Backfill the holes thoroughly by tamping in six-inch (6") lifts. 8. After tamping to grade, place additional backfill material in a six-inch (6") high cone around Page 3 of 6 POLES AND ASSEMBLIES—34 41 16.93 DocuSign Envelope ID: E921FEAl-502E-461D-A492-2EOFB27AB587 March 19, 2019 City of Corpus Christi Standard Specifications for Construction the pole to allow for settling. 9. Use material equal in composition and density to the surrounding area. 10. Repair surface where existing surfacing material is removed, such as asphalt pavement or concrete riprap, with like material to equivalent condition. C. Relocation 1. Disconnect and isolate traffic signal cables before removing the pole. 2. Remove existing traffic signal poles as directed. 3. Ensure that the poles or attached components suffer no undue stress or damage. 4. Signs, signal heads, mounting brackets, luminaires, etc., may be left on the poles. 5. Repair or replace damaged components as directed. 6. Unless otherwise shown on the Drawings, remove abandoned timber pole to a point two- feet (2') below final grade. a. Backfill the hole with materials equal in composition and density to the surrounding area. b. Replace surfacing material with similar material to an equivalent condition. 7. Move existing poles to locations shown on the Drawings or as directed. 8. Accept ownership of unsalvageable materials and dispose of in accordance with federal, state, and local regulations. 3.2 Steel Poles A. Equipment 1. Provide the machinery, tools and equipment necessary for proper installation of the work. 2. All machinery, tools and equipment used shall be maintained in a satisfactory and workmanlike manner. B. Construction 1. Standard Design a. Alternate designs are not acceptable. b. Deviations that affect the basic structural behavior of the pole are considered to be alternate designs. C. For deviations that do not affect the basic structural behavior of the pole, submit shop drawings to the City Traffic Engineering Department for approval. C. Fabrication 1. Fabricate and weld in accordance with TxDOT Item 441, AWS D1.1 Structural Welding Code—Steel; and the requirements of this Item. 2. Fabrication tolerances are given in Table 4. Table 4 Fabrication Tolerances Part Dimension Tolerance in. Length ± 1 Pole and Mast Thickness +0.121 -0.02 Arm Shaft Difference between flats or diameter ± 3/16 Straightness 1/8 in 120 Attachment Locations ±1 Overall ±3/16 Base and Mast Thickness +1/4, -0 Arm Mounting Deviations from Flat 3/16 in 24 Plates Spacing between Holes ±1/8 Bolt Hole Size ±1/16 Length ±1/2 Anchor Bolts Threaded Length ±1/2 Galvanized Length -1/4 Angular Orientation 1/16 in 12 ' Assembled Shaft Centering ±3/16 Twist 3° in 600 1/8" in 12" between mounting plates and between mounting plates and base plates 3. Provide properly fitting components. Page 4 of 6 POLES AND ASSEMBLIES—34 41 16.93 DocuSign Envelope ID: E921FEAl-502E-461D-A492-2EOFB27AB587 March 19, 2019 City of Corpus Christi Standard Specifications for Construction 4. Provide round or octagonal shafts for poles and mast arms tapered as shown on the Drawings. 5. Fabricate mast arms straight in the unloaded condition unless otherwise shown on the Drawings. 6. The City will accept bolted slip joints overlapping by at least 1.5 diameters in mast arms forty-feet(40')and longer. 7. Provide circumferential welds only at the ends of the shafts. 8. Provide no more than two (2) longitudinal seam welds in shaft sections. 9. Grind or smooth the exterior of longitudinal seam welds to the same appearance as other shaft surfaces. 10. Ensure 100% penetration within six-inches (6") of circumferential base welds and at least sixty percent(60%) penetration at other locations along the longitudinal seam welds. 11. Use a welding technique that minimizes acid entrapment during later galvanizing. 12. Hot-dip galvanize all fabricated parts in accordance with TxDOT Item 445. 13. Treat welds with Ultrasonic Impact Treatment as shown on the Drawings after galvanization and with the dead load (actual or simulated) applied. 14. Repair damaged galvanizing in accordance with TxDOT Item 445. 15. Connect the luminaire arm to the pole with simplex fittings. 16. Ensure the fittings have no defects affecting strength or appearance. 17. Ensure that the design wind speed is identified and permanently visible on the pole base plate and mast arm mounting plate. 18. Deliver each traffic signal pole assembly with fittings and hardware either installed or packaged with its associated components. 19. Ship all components with a weatherproof tag identifying a. manufacturer, b. contract number, C. date, d. destination of shipment. D. Installation 1. Locate traffic signal poles as shown on the Drawings unless otherwise directed to secure a more desirable location or to avoid conflicts with utilities. 2. Stake the traffic signal pole locations for verification by the Engineer. 3. Construct foundations in accordance with the Drawings. 4. Orient anchor bolts as shown on the Drawings. a. Coat anchor bolts threads and tighten anchor bolts in accordance with TxDOT Item 449. 5. Use established industry safety practices when working near underground or overhead utilities. a. Consult with the appropriate utility company before beginning such work. 6. Erect structures after foundation concrete has attained its design strength as required in the Drawings and 038000 CONCRETE STRUCTURES. 7. After the traffic signal pole assembly is plumb and all nuts are tight, tack weld each anchor bolt nut in two (2) places to its washer. a. Tack and weld each washer to the base plate in two (2) places. b. Do not weld components to the bolt. C. Tack and weld in accordance with TxDOT Item 441. d. After tack welding, repair galvanizing damage on bolts, nuts, and washers in accordance with TxDOT Item 445. e. Do not grout between the base plate and the foundation. E. Relocation 1. Disconnect and isolate traffic signal cables before removing the pole. Remove existing traffic signal poles as directed. 2. Ensure that the poles or attached components suffer no undue stress or damage. 3. Signs, signal heads, mounting brackets, luminaires, etc., may be left on the poles. 4. Repair or replace damaged components as directed. 5. Unless otherwise shown on the Drawings, remove abandoned concrete foundations to a point two-feet(2') below final grade. a. Backfill the hole with materials equal in composition and density to the surrounding area. b. Replace surfacing material with similar material to an equivalent condition. Page 5 of 6 POLES AND ASSEMBLIES-34 41 16.93 DocuSign Envelope ID: E921FEAl-502E-461D-A492-2EOFB27AB587 March 19, 2019 City of Corpus Christi Standard Specifications for Construction 6. Move existing poles to locations shown on the Drawings or as directed. 7. Install existing poles on new foundations in accordance with this specification. 8. Accept ownership of unsalvageable materials and dispose of in accordance with federal, state, and local regulations. 3.3 Pedestal Poles A. Equipment 1. Provide the machinery, tools and equipment necessary for proper installation of the work. 2. All machinery, tools and equipment used shall be maintained in a satisfactory and workmanlike manner. B. Construction 1. Pedestal Base a. Ground the base with connectors to the 1/2-13 NC female threaded hole. b. Fabricate the base for 4 L-bend anchor bolts arranged in a square pattern with a 1/2- 3/4 inch bolt circle. C. Provide mild steel anchor bolts in accordance with TxDOT Item 449, for each base. d. Provide three (3) 1/16-inch thick and three (3) 1/8-inch thick U-shaped galvanized steel shims for each base. (1) Size shims to fit around the anchor bolts. 2. Installation a. Install pedestal pole assemblies as shown on the Drawings or as directed. b. Pedestal pole assemblies include foundation, pole shaft, base, anchor bolts and nuts, anchor bolt template, shims, and miscellaneous components. C. Watertight breakaway electrical disconnects are required for pedestal pole assemblies used in conjunction with vehicle and pedestrian heads and components. d. Use established industry and utility safety practices to erect assemblies near overhead or underground utilities. (1) Consult with the appropriate utility company before beginning such work. e. Repair damaged galvanizing in accordance with TxDOT Item 445. f. Painted Finish, when required, paint pedestal pole assemblies in accordance with details shown on the Drawings. C. Relocation 1. Disconnect and isolate traffic signal cables before removing the pole. 2. Remove existing traffic signal poles as directed. 3. Ensure that the poles or attached components suffer no undue stress or damage. 4. Signs, signal heads, mounting brackets, etc., may be left on the poles. 5. Repair or replace damaged components as directed. 6. Unless otherwise shown on the Drawings, remove abandoned concrete foundations to a point two-feet(2') below final grade. a. Backfill the hole with materials equal in composition and density to the surrounding area. b. Replace surfacing material with similar material to an equivalent condition. 7. Move existing poles to locations shown on the Drawings or as directed. 8. Install existing poles on new foundations in accordance with this specification. 9. Accept ownership of unsalvageable materials and dispose of in accordance with federal, state, and local regulations. PART 4 MEASUREMENT AND PAYMENT 4.1 General A. Measurement and Payment for this item will be as indicated within Section 00 30 01 BID FORM. 1. If this item is not indicated within Section 00 30 01 BID FORM then it is to be considered subsidiary to the applicable section(s). B. Payment shall fully compensate the Contractor for all required labor, materials, equipment, maintenance,and all incidental expenses which are required to complete the work in accordance with the Drawings and Specifications. END OF SECTION Page 6 of 6 POLES AND ASSEMBLIES—34 41 16.93 DocuSign Envelope ID: E921FEAl-502E-461D-A492-2EOFB27AB587 March 19, 2019 City of Corpus Christi Standard Specifications for Construction SECTION 34 41 19.13 ELECTRICAL SERVICES FOR TRAFFIC EQUIPMENT PART1 GENERAL 1.1 Description A. This specification shall govern all work required for the furnishing, installing, and removal of Electrical Services for Traffic Signals and Control Equipment as required to complete the project. 1.2 Related Sections A. 00 30 01 BID FORM B. 01 33 00 DOCUMENT MANAGEMENT C. 34 41 13.00 TRAFFIC SIGNAL STANDARDS AND GENERAL REQUIREMENTS D. 34 41 16.93 POLES AND ASSEMBLIES E. 31 23 16.13 TRENCHING 1.3 References The latest edition of the referenced item below shall be used. A. ASTM A 90 — Standard Test Method for Weight (Mass) of coating on Iron and Steel Articles with Zinc or Zinc-Alloy Coatings B. ASTM D 1248—Standard Specification for Polyethylene Plastics Extrusion Materials for Wire and Cable C. NEMA/ANSI C 80—Electrical Rigid Steel Conduit (ERSC) D. National Electric Code (NEC) E. UL-6— Electrical Rigid Metal Conduit F. UL-6A—Standard for Electrical Rigid Metal Conduit—Aluminum, Bronze, and Stainless Steel G. Underwriters Laboratory, Inc. (UL) H. National Electrical Manufacturers Association (NEMA) I. International Municipal Signal Association (IMSA) J. Texas Department of Transportation Traffic Operations Division K. Texas Department of Transportation (TxDOT) Standard Specification for Construction and Maintenance of Highways, Streets, and Bridges Item 441 —Steel Structures L. Texas Department of Transportation (TxDOT) Standard Specification for Construction and Maintenance of Highways, Streets, and Bridges Item 445—Galvanizing M. Texas Department of Transportation (TxDOT) Standard Specification for Construction and Maintenance of Highways, Streets, and Bridges Item 449—Anchor Bolts N. Texas Department of Transportation (TxDOT) Standard Specification for Construction and Maintenance of Highways, Streets, and Bridges Item 618—Conduit O. Texas Department of Transportation (TxDOT) Standard Specification for Construction and Maintenance of Highways, Streets, and Bridges Item 620— Electrical Conductors P. Texas Department of Transportation (TxDOT) Standard Specification for Construction and Maintenance of Highways, Streets, and Bridges Item 627—Treated Timber Poles Q. Texas Department of Transportation (TxDOT) Standard Specification for Construction and Maintenance of Highways, Streets, and Bridges Item 656 — Foundations for Traffic Control Devices R. Texas Department of Transportation (TxDOT) Departmental Material Specification DMS 11060—Duct Cable S. Texas Department of Transportation (TxDOT) Departmental Material Specification DMS 11080—Electrical Services T. City of Corpus Christi —Signalization Standard Product List 1.4 Submittals A. Conform to requirements of Section 01 33 00 DOCUMENT MANAGEMENT and Section 34 41 13.00 TRAFFIC SIGNAL STANDARDS AND GENERAL REQUIREMENTS. Page 1 of 6 ELECTRICAL SERVICES FOR TRAFFIC EQUIPMENT—34 41 19.13 DocuSign Envelope ID: E921FEAl-502E-461D-A492-2EOFB27AB587 March 19, 2019 City of Corpus Christi Standard Specifications for Construction PART2 PRODUCTS 2.1 General A. Pre-Approved materials and equipment can be found within the City of Corpus Christi — Signalization Standard Product List. 1. Use of material and equipment from the list does not relieve the Contractor from meeting the requirements of this specification. 2. To substitute a material or equipment it will be the responsibility of the Contractor to provide all required information to determine that the material or equipment is equal or better to the Owner for approval prior to incorporation into the Project. 3. There shall be no substitutions for any of the materials on the submittal without the prior written approval of the City Traffic Engineer and/or Traffic Signal Superintendent. B. Provide materials that comply with the details shown on the Drawings, requirements of this Item, and the pertinent requirements of the following Items: 1. Steel Structures a. TxDOT Item 441. 2. Galvanizing a. TxDOT Item 445 3. Anchor Bolts a. TxDOT Item 449 4. Conduit a. When Specified on the Drawings, provide: (1) Rigid Metal Conduit(RMC) (a) Galvanized i. Hot dipped galvanized inside and outside with a minimum of 1.5 oz per square foot of a zinc coating in accordance with and ASTM A90. ii. Shall be in accordance with NEMA/ANSI C 80.1, UL-6, and NEC. (b) Stainless Steel i. Shall be Type 316 minimum ii. Shall be in accordance with UL-6A and NEC. (2) Polyvinyl Chloride (PVC) Conduit (a) Meets the requirement of NEMA Standard TC-2, UL 651, and the NEC. (3) High-Density Polyethylene (HDPE) Conduit (a) Shall be weather-resistant in black color (b) Meet the requirements of ASTM D 1248, NEMA TC-2 for EPC-40-PE,and NEMA TC-2, Article 3.03, crushing resistance requirements, and the NEC. (c) Provide approved electrical conduit connector, or thermally fuse using electrically heated, wound-wire, resistance welding method. (d) Provide without factory installed conductors. (4) Flexible Conduit (a) Shall be liquid tight. (b) Furnish conduit from new materials that comply with TxDOT DMS-11030. b. Fittings (1) Unless otherwise shown on the Drawings, fabricate fittings such as junction boxes and expansion joints from a material similar to the connecting conduit. (2) All fittings shall be constructed with corrosion resistant industrial grade materials. (3) Use watertight fittings. (4) Do not use set screw and pressure cast fitting. (5) Steel compression fittings are permissible. (6) When using HDPE conduit, provide fitting that are UL listed as electrical conduit connectors or thermally fused using an electrically heated wound wire resistance welding method. C. Warning Tape (1) Red three-inch (3") 4-mil polyethylene underground warning tape that continuously states "Caution Buried Electrical Line Below". d. Pull Cord (1) Provide a polyester mule tape in each conduit run as it is installed and leave the mule tape in place in the length of each conduit run after the installation of the identified wires. Page 2 of 6 ELECTRICAL SERVICES FOR TRAFFIC EQUIPMENT—34 41 19.13 DocuSign Envelope ID: E921FEAl-502E-461D-A492-2EOFB27AB587 March 19, 2019 City of Corpus Christi Standard Specifications for Construction 5. Duct Cable a. Materials (1) Provide new materials that comply with the details shown on the Drawings, with conductors that meet the material requirements of electrical conductors. b. Duct Cable (1) Furnish duct cable from new materials that comply with TxDOT DMS-11060. (a) When required cable must be certified by IMSA and will supersede the above requirement C. Suppliers (1) Provide duct cable from manufacturers prequalified by the Department. (a) The Traffic Operations Division maintains a list of prequalified duct cable manufacturers. d. Markings (1) Furnish duct cable that is clearly and durably marked at maximum ten-foot(10') intervals with the material designation including nominal size of the duct and either the name or the trademark of the manufacturer. (2) Mark the duct cable at two-foot(2') intervals with sequential numbers indicating length of cable, in feet, on reel, with zero mark at the inner end. e. Assemblies and Reels (1) Assemblies exhibiting evidence of conductors pulled into the duct after the duct is manufactured are not acceptable. (2) Duct cable testing less than 50 megohms insulation resistance at 1,000 volts while still on the reel is not acceptable. (3) Ensure that the complete assembly is packaged on reels having sufficient diameter to prevent permanent set or damage to the duct cable. (4) Ensure that each reel is clearly and durably marked to show the voltage rating, type of insulation, number of conductors, conductor size, length, duct size, and either the name or the trademark of the manufacturer. 6. Electrical Conductors a. General (1) Provide new materials that comply with the details on the Drawings and the requirements of this Item. (2) Use stranded insulated conductors that are rated for 600 volts; approved for wet locations; and marked in accordance with UL, NEC and City of Corpus Christi requirements. b. Electrical Conductors (1) Furnish electrical conductors in accordance with TxDOT DMS-11040. C. Suppliers (1) Provide electrical conductors from manufacturers pre-qualified by the Texas Department of Transportation (TxDOT). (a) The TxDOT Traffic Operations Division maintains a list of pre-qualified electrical conductor manufacturers. d. Grounding Conductors (1) Ensure that all grounding conductors size AWG No. 8 and larger are stranded, except for the grounding electrode conductor, which will be a solid conductor. (2) Ensure that insulated grounding conductors are green except that insulated grounding conductors AWG No. 8 and larger may be black with green tape marking at every accessible location. (3) Do not use green insulation or marking for any other conductor except control wiring specifically shown on the Drawings. e. Wire Colors (1) Use white insulation for grounded (Neutral) conductors, except that grounded conductors AWG No. 8 and larger may be black with white tape marking at every accessible location. (2) Do not use white insulation or marking for any other conductor except control wiring specifically shown on the Drawings. 7. Poles a. Section 34 41 16.93 POLES AND ASSEMBLIES Page 3 of 6 ELECTRICAL SERVICES FOR TRAFFIC EQUIPMENT—34 41 19.13 DocuSign Envelope ID: E921FEAl-502E-461D-A492-2EOFB27AB587 March 19, 2019 City of Corpus Christi Standard Specifications for Construction 8. Foundations a. Refer to Drawings. 9. Electrical Services a. For the installation of electrical services, use new materials that meet the requirements of the NEC, UL, CSA, and NEMA, and that comply with TxDOT DMS-11080 10. Suppliers a. Furnish electrical services from manufacturers prequalified by the Texas Department of Transportation. (1) The TxDOT Traffic Operations Division maintains a list of prequalified electrical service manufacturers. PART 3 EXECUTION 3.1 General Information A. General 1. The Contractor shall obtain all required permits prior to commencing construction. 2. All work performed shall be in accordance with the specifications and industry standards. B. Equipment 1. Provide the machinery, tools and equipment necessary for proper installation of the work. 2. All machinery, tools and equipment used shall be maintained in a satisfactory and workmanlike manner. C. Installation 1. For installations of electrical services, use new materials that meet the requirements of the NEC, UL, CSA, and NEMA and that comply with TxDOT DMS-11080. 2. Ensure components of the electrical service meet the requirements of the Electrical Detail Standards. 3. Follow NEC and local utility company requirements when installing the electrical equipment. 4. Coordinate the utility companies' work for providing service. 5. Perform work in accordance with the details shown on the Drawings and the requirements of this specification. 6. Conduit a. Material shall be as indicated on the Drawings. (1) Galvanized Rigid Metal Conduit (RMC), Stainless Steel shall be installed only above ground unless otherwise indicated on the Drawings or directed by the Owner. (2) Polyvinyl Chloride (PVC) Conduit and High-Density Polyethylene (HDPE) Conduit shall be installed only below ground unless otherwise indicated on the Drawings or directed by the Owner. (3) Flexible Conduit may only be used where approved by the Traffic Engineer and the Owner. b. Place conduit in accordance with the lines, grades, details and dimensions shown on the Drawings or as directed. C. Install conduit a minimum of eighteen-inches (18")deep underground unless otherwise shown on the Drawings. d. Meet the requirements of the NEC when installing conduit. e. Secure and support conduit placed for concrete encasement in such a manner that the alignment will not be disturbed during placement of the concrete. (1) Cap ends of conduit and close box openings before concrete is placed. f. Ream conduit to remove burrs and sharp edges. g. Use a standard conduit cutting die with a 3/4-inch taper per foot when conduit is threaded in the field. h. Fasten conduit placed on structures with conduit straps or hangers as shown on the Drawings or a directed. i. Fasten conduit within three-feet (3') of each box or fitting and at other locations shown on the Drawings or as directed. (1) Use metal conduit clamps that are galvanized malleable or stainless steel unless otherwise shown on the Drawings. Page 4 of 6 ELECTRICAL SERVICES FOR TRAFFIC EQUIPMENT—34 41 19.13 DocuSign Envelope ID: E921FEAl-502E-461D-A492-2EOFB27AB587 March 19, 2019 City of Corpus Christi Standard Specifications for Construction (2) Use 2-Hole type clamps for two-inch (2")diameter or larger conduit. j. Fit PVC and HDPE conduit terminations with bushings or bell ends. k. Fit metal conduit terminations with a grounding type bushing, except conduit used for duct cable casing that does not terminate in a ground box and is not exposed at any point. I. Conduit terminating in threaded bossed fittings does not need a bushing. M. Prior to installation of conductors or final acceptance, pull a spherical template having a diameter of at least seventy-five percent(75%) of the inside diameter of the conduit through the conduit to ensure that the conduit is free from obstruction. n. Cap or plug empty conduit placed for future use. o. Perform trench excavation as shown on the Drawings or as directed and in accordance with Section 31 23 16.13 TRENCHING. P. Perform backfilling as shown on the Drawings or as directed by the Engineer. q. Jack and bore as shown on the Drawings or as directed, and in accordance with Section 33 05 23.10 TRENCHLESS UTILITY INSTALLATION r. Place warning tape approximately ten-inch (10") above trenched conduit. S. Where existing surfacing is removed for placing conduit, repair by backfilling with material equal in composition and density to the surrounding areas and by removed surfacing, such as asphalt pavement or concrete rip rap, with like material to equivalent condition. t. Mark conduit location as directed. 7. Duct Cable a. General Information (1) Before installation, furnish written certification that all duct cable complies with the requirements of this Item and as shown on the Drawings. b. Construction (1) Install duct cable by open trench methods in accordance with the NEC, except at locations where installing duct cable in conduit. (2) Backfill and compact the trench in accordance with Drawings or as directed by the Engineer. (3) When removal of existing pavement or concrete surface is allowed, backfill with material equal in composition and density to the surrounding area and replace removed surfacing, such as asphalt pavement or concrete riprap, with like material to equivalent condition or as shown on Drawings. (4) Splicing the duct is not allowed. (a) Make all connections in ground boxes or pole bases. (b) Form bends with large radii to provide free movement of conductors. (c) After installation, demonstrate that the conductors can move freely. (d) Duct cable that has been kinked or in which the conductors cannot move freely is not acceptable. (e) Splice conductors and test insulation in accordance with Electrical Conductors. 8. Electrical Conductors a. Do not exceed the manufacturer's recommended pulling tension. b. Use lubricant as recommended by the manufacturer. C. Install conductors in accordance with the NEC. d. Make insulation resistance tests on the conductors prior to making final connections, and ensure that each continuous run of insulated conductor has a minimum DC resistance of 5 megohms when tested a 1,000 volts DC. e. The Engineer may require verification testing of all or part of the conductor system. f. The Engineer will witness these verification tests. (1) Replace conductors exhibiting an insulation resistance of less than 5 megohms. D. Removal 1. Coordinate removal with the appropriate utility company before beginning work. 2. Before the removal of the electrical service, disconnect and isolate any existing electrical service equipment in accordance with the utility company's requirement. 3. Use established industry and utility safety practices while removing electrical service equipment near any overhead utilities. 4. Remove existing electrical service support a minimum of two-feet (2') below finish grade unless otherwise shown on the Drawings. Page 5 of 6 ELECTRICAL SERVICES FOR TRAFFIC EQUIPMENT—34 41 19.13 DocuSign Envelope ID: E921FEAl-502E-461D-A492-2EOFB27AB587 March 19, 2019 City of Corpus Christi Standard Specifications for Construction a. Repair the remaining hole by backfilling with material equal in composition and density to the surrounding area. b. Replace any surface such as asphalt pavement or concrete rip-rap with like material to equivalent condition. 5. Disconnect conductors and remove them from the conduit or duct. a. Cut off all protruding conduit or duct six-inch (6") below finish grade. b. Abandoned conduit or duct need not be removed unless shown on the Drawings. 6. Accept ownership of unsalvageable materials, and dispose of them in accordance with federal, state, and local regulations. PART 4 MEASUREMENT AND PAYMENT 4.1 General A. Measurement and Payment for this item will be as indicated within Section 00 30 01 BID FORM. 1. If this item is not indicated within Section 00 30 01 BID FORM then it is to be considered subsidiary to the applicable section(s). B. Payment shall fully compensate the Contractor for all required labor, materials, equipment, maintenance,and all incidental expenses which are required to complete the work in accordance with the Drawings and Specifications. END OF SECTION Page 6 of 6 ELECTRICAL SERVICES FOR TRAFFIC EQUIPMENT—34 41 19.13 DocuSign Envelope ID: E921FEAl-502E-461D-A492-2EOFB27AB587 March 19, 2019 City of Corpus Christi Standard Specifications for Construction SECTION 34 41 19.73 UNINTERRUPTIBLE POWER SUPPLY PART1 GENERAL 1.1 Description A. This specification shall govern all work required for the furnishing and installing of the Uninterruptible Power Supply(UPS)system as required to complete the project. 1.2 Related Sections A. 00 30 01 BID FORM B. 01 33 00 DOCUMENT MANAGEMENT C. 34 41 13.00 TRAFFIC SIGNAL STANDARDS AND GENERAL REQUIREMENTS D. 34 41 19.13 ELECTRICAL SERVICES FOR TRAFFIC EQUIPMENT 1.3 References The latest edition of the referenced item below shall be used. A. National Electrical Manufacturers Association (NEMA) B. City of Corpus Christi —Signalization Standard Product List 1.4 Submittals A. Conform to requirements of Section 01 33 00 DOCUMENT MANAGEMENT and Section 34 41 13.00 TRAFFIC SIGNAL STANDARDS AND GENERAL REQUIREMENTS. PART2 PRODUCTS 2.1 General A. Pre-Approved materials and equipment can be found within the City of Corpus Christi — Signalization Product List. 1. Use of material and equipment from the list does not relieve the Contractor from meeting the requirements of this specification. 2. To substitute a material or equipment it will be the responsibility of the Contractor to provide all required information to determine that the material or equipment is equal or better to the Owner for approval prior to incorporation into the Project. 3. There shall be no substitutions for any of the materials on the submittal without the prior written approval of the City Traffic Engineer and/or Traffic Signal Superintendent. B. The Uninterruptible Power Supply (UPS), also known as a Battery Back-Up system (BBS) shall be a turnkey, piggyback mounted (bolted to back or left side of the traffic signal cabinet) and be designed for outdoor use in extreme environments. C. The UPS shall operate up to its rated power with existing signal equipment, including any and all signal heads. D. The UPS shall be capable of supplying an 840-watt load for a minimum of four (4) hours of normal operation and a minimum two (2) hours of flashing operation, at its maximum power rating from -34 degrees Celsius to +74 degree Celsius as per NEMA environmental requirements Section 2.1.5.1. E. The Traffic Signal UPS shall operate as line interactive with buck boost functionality. 1. It shall also include a fail-safe bypass system; integral automatic electronic transfer switch, and battery subsystem. 2. The specified equipment herein shall be referred to as a UPS. F. Transfers to and from battery operation shall not interfere with operation of other equipment in the intersection. G. Primary application of the UPS is to provide emergency power for traffic control signal systems. 1. The UPS must supply up to a 7.Oamp 120 VAC, 60 Hz continuous load for a minimum of four(4) hours normal run time and a minimum of an additional two (2) hours of flash time. H. The UPS shall transfer the intersection to flash mode via programmable form C relays, accessible through a terminal block to provide for connection for control wiring to the traffic signal cabinets Automatic Flash Input. Page 1 of 5 UNINTERRUPTIBLE POWER SUPPLY—34 41 19.73 DocuSign Envelope ID: E921FEAl-502E-461D-A492-2EOFB27AB587 March 19, 2019 City of Corpus Christi Standard Specifications for Construction I. Primary input power source to the UPS shall be utility power. 2.2 Major Components A. Electronics Module 1. The Traffic UPS shall be capable of providing continuous, fully conditioned, regulated, pure sinusoidal (AC) power to the traffic control signal system during all modes of operation (except when the UPS is in bypass). B. Charger 1. The charger shall be of solid-state construction. 2. The charger shall rectify AC power to regulated DC power for the batteries. 3. This shall be an automatic function. 4. The charger should be a three (3) stage temperature-compensated charger so that the charger level for the batteries is automatically adjusted based on internal ambient temperature. C. Inverter 1. The inverter shall be of solid-state construction. 2. In case of the loss of input power, the inverter shall convert DC power from the batteries to AC power. D. Fail-safe Bypass 1. The bypass shall consist of a fail-safe design. In case of UPS failure (UPS output power not present); the fail-safe bypass shall automatically transfer power for the traffic control signal system to the bypass source. E. Batteries 1. Upon loss of input power, the batteries shall supply DC power to the inverter. F. Status display shall at a minimum be provided for: 1. AC Line Present 2. Battery Charger 3. UPS Output Power Present 4. ON Battery 5. Buck and boost monitoring G. Status Monitoring and Alarm Transmission 1. The Inverter shall include remote monitoring & alarm transmission capabilities through an Ethernet RJ45 IP Addressable Port using the SNMP Protocol. 2. As a minimum,the Inverter shall contain the following monitoring and transmit the following alarm functions: a. Input power present (System in Stand-By mode) b. UPS on battery operation terminated to the traffic cabinets Alarm 4 Input. C. Low battery condition. 2.3 Protection A. The UPS shall have a main input circuit breaker for over current protection and be readily accessible. B. The UPS assembly must be reasonably protected and provide lighting protection and surge suppression meeting ANSI/IEEE C.62.41/C.62.45 Cat A&B. C. The battery subsystem shall be protected by a circuit breaker. 2.4 Battery System A. The battery shall be comprised of extreme temperature, float cycle, GEL VRLA (Valve Regulated Lead Acid) 5-year non pro-rated warranty minimum. B. The battery system shall consist of one or more strings (typically two (2) or four (4) batteries per string) of extreme temperature; float cycle GEL VRLA (Valve Regulated Lead Acid) batteries. C. Batteries shall be certified to operate at extreme temperatures from —40°C to +74°C. D. The battery interconnect cables shall connect to the inverter via a single quick-release Anderson Connector. 1. No other connectors are to be used in the battery harness. E. Battery construction shall include heavy-duty, inter-cell connections for low-impedance between cells, and heavy-duty plates to withstand shock and vibration. Page 2 of 5 UNINTERRUPTIBLE POWER SUPPLY—34 41 19.73 DocuSign Envelope ID: E921FEAl-502E-461D-A492-2EOFB27AB587 March 19, 2019 City of Corpus Christi Standard Specifications for Construction F. The top cover shall use tongue and groove construction and shall be epoxied or heat-sealed to the battery case for maximum strength and durability. G. The battery shall function if laid on its side without the leakage of chemicals and be so designed. H. An integral lifting handle should be provided on the batteries for ease of removal/installation. I. An electronic "Battery Manager" shall be included to monitor and protect the batteries by spreading the charge voltage equally across all the batteries in the string, ensuring that every battery is properly charged. 1. This will ensure an ideal voltage across each battery optimizing life and runtime. 2.5 Electrical Specifications A. Input Specifications 1. Nominal input voltage shall be 120 VAC single phase. 2. Input voltage range shall be +15 to-20% of nominal (85 to 173). 3. Input frequency shall be 60Hz±3Hz (5%). 4. Input frequency slew rate shall be 3 Hz per second maximum. 5. Input configuration shall be two (2)wire (Hot and Neutral) plus ground. 6. BBS shall wait a minimum of five (5) seconds (user programmable) before returning to normal mode of operation upon restoration of input power. a. This value may be programmable within the unit via software provided with the unit. 7. Input protection shall be Single pole circuit breaker. 8. Power connection shall be Hard-wired (terminal block). 9. All components, terminations, terminal blocks relays etc. shall be fully accessible. 10. Inverter connections shall be made on terminal blocks or shall be of the quick disconnecting type for ease of maintenance. Harnesses shall be terminated on the terminal blocks. B. Output Specifications 1. Power rating (continuous)shall be minimum 1100W/VA, single phase 120 VAC. 2. Output power rating shall be the same regardless of whether or not the BBS is in normal mode or emergency mode of operation. 3. Nominal output voltage shall be 120 VAC ±10% no load to full load, ±5% high line to low line. 4. Output configuration shall be two (2)wire (Hot& Neutral) plus ground. 5. Power Conditioning Common Mode shall be-120 dB, Normal-Mode: -60dB. 6. Grounding shall be single point ground. 7. Output frequency shall be 60Hz±3 Hz when synchronized with the input power. 8. 60Hz±0.5Hz when BBS is running on internal clock. 9. Output wave shape shall be TRUE Sine Wave. 10. Output voltage distortion with 100% linear load shall be 10% max THD with any single harmonic no greater than 5%. 11. Transfer Time shall be less than 10ms. 12. Overload capability shall be 110%for ten (10) minutes, 150% surge. 13. BBS Fault Condition shall withstand a short circuit on the output with no damage. 14. Customer Connection shall be terminal block input and output. a. Terminal block or lug shall accommodate a #6 thru #10 AWG copper wire and shall be clearly labeled Line & Load. 2.6 Battery Specifications A. DC bus voltage shall be 48 VDC nominal. B. Low battery cutoff shall be 42 volts DC. C. DC under voltage cutoff shall be Battery Manufacturer's recommendations. D. Battery discharge time shall be based on specific battery configuration. E. Engineering to specify the run time's base on actual test data and empirical calculations. F. Times to be based upon an ambient temperature of between 70 and 80 degrees F. G. The charging voltage shall be based upon the ambient temperature within the BBS enclosure. 1. Actual volts per cell shall be determined by best engineering practice to maximize battery life. 2. This setting shall be factory set. 3. Protection shall be circuit breaker. Page 3 of 5 UNINTERRUPTIBLE POWER SUPPLY-34 41 19.73 DocuSign Envelope ID: E921FEAl-502E-461D-A492-2EOFB27AB587 March 19, 2019 City of Corpus Christi Standard Specifications for Construction 2.7 Fail-Safe Bypass Specification A. Rating 20-amps at 120 VAC. B. Transfer Time shall be 150 milliseconds maximum. C. Power source shall be Line side of the input circuit breaker. 2.8 Monitoring and Meeting Specifications A. Contact rating shall be 125 volts (AC or DC) maximum, 1.00 ampere max, 50 VA/ 30 watts max. B. Contacts shall be Form C. C. Customer connection shall be by Terminal Block. D. LED/LCD Display shall be visible in daylight conditions and have a backlight. 2.9 Reliability and Maintainability A. Mean-Time-Before-Failure (MTBF)shall be 80,000 hours. B. Mission MTBF including bypass switch, is 150,000 hours. C. The BBS shall be designed for ease of maintenance and serviceability. D. All components shall be accessible. PART 3 EXECUTION 3.1 System Description and Operation A. The Traffic Signal UPS shall consist of a power conditioning and interface device, battery charger, inverter, batteries, fail-safe bypass, integral automatic transfer switch, protective devices, and monitoring circuitry as specified herein and all housed in the UPS Cabinet. B. The Traffic Signal UPS shall automatically assure continuity of conditioned and Automatic Voltage Regulated (buck-boost functionality) without switching to the batteries to keep the operating load voltage between 85-173VAC. C. Continuity of conditioned, Automatic Voltage Regulated power to the critical load shall be maintained when input power is lost and until input power returns within specifications or until the batteries have been discharged. D. In the instance of a power outage lasting longer than the UPS is capable of supplying power in standby mode, the UPS system shall be capable of automatically qualifying power and returning to normal mode of operation when line power returns. E. The UPS and the Batteries must be hot swappable. 1. There shall be no disruption of the Traffic Signal when removing the UPS or batteries for maintenance. F. The Inverter shall be equipped with an industry standard, I.P. addressable, Ethernet RJ45 port for programming and remote monitoring. G. Programming and communications firmware shall be written to run under Windows XP, 2000 or Vista, and newer Internet browser, Internet Explorer. H. Inverter programming & Alarms shall also have the ability to be monitored via Ethernet using SNMP protocol. I. The unit shall be capable of sending alarms to alert Traffic Operation Center of an incident with the UPS assembly. 3.2 Modes of Operation A. Normal 1. The UPS shall continuously supply power to the critical load. 2. The charger shall supply temperature compensated DC power to the batteries. 3. The charger shall maintain the batteries in a fully charged state even at low input voltage conditions. 4. The batteries shall remain fully charged. B. Emergency 1. Upon failure of the input AC power source, the critical load shall be supplied by the UPS, which shall obtain its power from the batteries through the Automatic Transfer Switch and Inverter. 2. There shall be no interruption or disturbances to the critical load upon failure or restoration of the input AC power source. Page 4 of 5 UNINTERRUPTIBLE POWER SUPPLY—34 41 19.73 DocuSign Envelope ID: E921FEAl-502E-461D-A492-2EOFB27AB587 March 19, 2019 City of Corpus Christi Standard Specifications for Construction C. Recharge 1. Upon restoration of the input AC power source (prior to complete battery discharge), the UPS shall automatically return to normal operation. 2. If the batteries become completely discharged (batteries have reached the DC cutoff point) the UPS shall automatically restart and resume normal operation including the automatic recharge of the batteries once utility power is restored. D. Fail-safe Bypass Mode 1. In case of UPS failure, the critical load shall continue to operate on utility power. There shall be no disruption of the critical load. E. Downgrade 1. If the batteries are to be taken out of service for maintenance, they shall be disconnected from the UPS by means of a battery circuit breaker and Anderson quick disconnect. 2. The UPS shall continue to function as specified, except for power outage protection and dynamic response characteristics. PART 4 MEASUREMENT AND PAYMENT 4.1 General A. Measurement and Payment for this item will be as indicated within Section 00 30 01 BID FORM. 1. If this item is not indicated within Section 00 30 01 BID FORM then it is to be considered subsidiary to the applicable section(s). B. Payment shall fully compensate the Contractor for all required labor, materials, equipment, maintenance,and all incidental expenses which are required to complete the work in accordance with the Drawings and Specifications. END OF SECTION Page 5 of 5 UNINTERRUPTIBLE POWER SUPPLY—34 41 19.73 DocuSign Envelope ID: E921FEAl-502E-461D-A492-2EOFB27AB587 March 19, 2019 City of Corpus Christi Standard Specifications for Construction SECTION 34 4123.39 RADAR PRESENCE DETECTOR PART1 GENERAL 1.1 Description A. This specification shall govern all work required for the installation of Radar Presence Detector (RPD) that detects vehicles on a roadway via processing of radar electromagnetic waves as required to complete the project. 1.2 Related Sections A. 00 30 01 BID FORM B. 01 33 00 DOCUMENT MANAGEMENT C. 34 41 13.00 TRAFFIC SIGNAL STANDARDS AND GENERAL REQUIREMENTS D. 34 41 19.13 ELECTRICAL SERVICES FOR TRAFFIC EQUIPMENT 1.3 References The latest edition of the referenced item below shall be used. A. Federal Communications Commission (FCC) B. National Electrical Manufacturers Association (NEMA) C. City of Corpus Christi —Signalization Standard Product List 1.4 Submittals A. Conform to requirements of Section 01 33 00 DOCUMENT MANAGEMENT and Section 34 41 13.00 TRAFFIC SIGNAL STANDARDS AND GENERAL REQUIREMENTS. PART2 PRODUCTS 2.1 General A. Pre-Approved materials and equipment can be found within the City of Corpus Christi — Signalization Standard Product List. 1. Use of material and equipment from the list does not relieve the Contractor from meeting the requirements of this specification. 2. To substitute a material or equipment it will be the responsibility of the Contractor to provide all required information to determine that the material or equipment is equal or better to the Owner for approval prior to incorporation into the Project. 3. There shall be no substitutions for any of the materials on the submittal without the prior written approval of the City Traffic Engineer and/or Traffic Signal Superintendent. B. Shall not be affected by normal weather and environmental conditions such as rain, wind, snow, dust, etc. 1. Shall not require cleaning and can maintain performance over a wide range of ambient temperatures. C. Shall provide a non-intrusive means of detecting traffic because they can be installed at the side of a roadway. 2.2 Sensor Outputs A. Shall present real-time presence data in ten (10) lanes. B. Shall support a minimum of eight(8)zones. C. The RPD shall support a minimum of four (4) channels. D. Shall support user selectable zone to channel mapping. E. Shall use AND logic to trigger channels when all selected zones are active. F. Shall use OR logic to combine multiple zones to a channel output, and shall have channel output extend and delay functionality. G. The RPD algorithms shall mitigate detections from wrong way or cross traffic. H. The RPD system shall have fail-safe mode capabilities for contact closure outputs if communication is lost. 2.3 Detectable Area A. Detectable Range Page 1 of 7 RADAR PRESENCE DETECTOR—34 41 23.39 DocuSign Envelope ID: E921FEAl-502E-461D-A492-2EOFB27AB587 March 19, 2019 City of Corpus Christi Standard Specifications for Construction 1. Shall be able to detect and report presence in lanes with boundaries as close as six-feet(6) from the base of the pole on which the RPD is mounted. 2. Shall be able to detect and report presence in lanes located within the 140 ft. arc from the base of the pole on which the RPD is mounted. B. Field of View 1. Shall be able to detect and report presence for vehicles within a ninety (90) degree field of view. C. Lane Configuration 1. Shall be able to detect and report presence in up to ten (10) lanes. 2. Shall be able to detect and report presence in curved lanes and areas with islands and medians. 2.4 System Hardware A. For each approach to be detected, one RPD corner radar shall be used. B. Acceptable radar detection manufacturer are listed within the City of Corpus Christi Material Products List. 2.5 Maintenance A. The RPD shall not require cleaning or adjustment to maintain performance. B. The RPD shall not rely on battery backup to store configuration information, thus eliminating any need for battery replacement. C. Once the RPD is calibrated, it shall not require recalibration to maintain performance unless the roadway configuration changes. D. The mean time between failures shall be ten (10) years, which is estimated based on manufacturing techniques. 2.6 Physical Properties A. Shall not exceed 4.2 lbs in weight. B. Shall not exceed 13.2 in. by 10.6 in. by 3.3 in. in its physical dimensions. C. All external parts of the RPD shall be ultraviolet resistant, corrosion-resistant, and protected from fungus growth and moisture deterioration. D. Enclosure 1. Shall be enclosed in a Lexan EXL polycarbonate. E. The enclosure shall be classified "11" outdoor weather ability in accordance with UL 746C. F. Shall be classified as watertight according to the NEMA 250 standard. G. Shall conform to test criteria set forth in the NEMA 250 standard for type 4X enclosures. Test results shall be provided for each of the following type 4X criteria: 1. External icing (NEMA 250 clause 5.6) 2. Hose-down (NEMA 250 clause 5.7) 3. 4X corrosion protection (NEMA 250 clause 5.10) 4. Gasket(NEMA 250 clause 5.14) H. Shall be able to withstand a drop of up to five-feet (5') without compromising its functional and structural integrity. I. Shall include a connector that meets the MIL-C-26482 specification. The MIL-C-26482 connector shall provide contacts for all data and power connections. 2.7 Electrical A. Shall consume less than 10 W. B. Shall operate with a DC input between 9 VDC and 28 VDC. C. Shall have onboard surge protection. 2.8 Communication Ports A. Shall have two(2)communication ports,and both ports shall communicate independently and simultaneously. B. Shall support the upload of new firmware into the RPD's non-volatile memory over either communication port. C. The RPD shall support the user configuration of the following: 1. Response delay Page 2 of 7 RADAR PRESENCE DETECTOR—34 41 23.39 DocuSign Envelope ID: E921FEAl-502E-461D-A492-2EOFB27AB587 March 19, 2019 City of Corpus Christi Standard Specifications for Construction 2. Push port D. The communication ports shall support a 9600 bps baud rate. 2.9 Radar Design A. The RPD shall be designed with a matrix of radars. B. Frequency Stability 1. The circuitry shall be void of any manual tuning elements that could lead to human error and degraded performance overtime. 2. All transmit modulated signals shall be generated by means of digital circuitry, such as a direct digital synthesizer, that is referenced to a frequency source that is at least 50 parts per million (ppm) stable over the specified temperature range, and ages less than 6 ppm per year. 3. Any up conversion of a digitally generated modulated signal shall preserve the phase stability and frequency stability inherent in the digitally generated signal. 4. Shall not rely on temperature compensation circuitry to maintain transmit frequency stability. 5. The bandwidth of the transmit signal of the RPD shall not vary by more than one-percent (1%) under all specified operating conditions and over the expected life of the RPD. C. Antenna Design 1. Shall be designed on printed circuit boards. 2. The vertical beam width of the RPD at the 6 dB points of the two-way pattern shall be 65 degrees or greater. 3. Shall cover a 90 degree horizontal field of view. 4. The side lobes in the RPD two-way antenna pattern shall be-40 dB or less. D. Resolution 1. Shall transmit a signal with a bandwidth of at least 245 MHz. E. RF Channels 1. Shall provide at least eight (8) RF channels so that multiple units can be mounted in the same vicinity without causing interference between them. F. Verification 1. Shall have a self-test that is used to verify correct hardware functionality. 2. Shall have a diagnostics mode to verify correct system functionality. 2.10 Configuration A. Auto-configuration 1. Shall have a method for automatically defining traffic lanes, stop bars and zones without requiring user intervention. This auto-configuration process shall execute on a processor internal to the RPD and shall not require an external PC or other processor. 2. The auto-configuration process shall work under normal intersection operation and may require several cycles to complete. B. Manual Configuration 1. The auto-configuration method shall not prohibit the ability of the user to manually adjust the RPD configuration. 2. Shall support the configuring of lanes, stop bars and detection zones in one-foot (1') increments. C. Windows® Mobile-based Software 1. Shall include graphical user interface software that displays all configured lanes and the current traffic pattern using a graphical traffic representation. 2. The graphical interface shall operate on Windows Mobile, Windows XP, Windows Vista and Windows 7 and newer in the .NET framework. 3. The software shall support the following functionality: a. Operate over a TCP/IP connection b. Give the operator the ability to save/back up the RPD configuration to a file or load/restore the RPD configuration from a file C. Allow the backed-up sensor configurations to be viewed and edited d. Provide zone and channel actuation display e. Provide a virtual connection option so that the software can be used without connecting to an actual sensor f. Local or remote sensor firmware upgradability Page 3 of 7 RADAR PRESENCE DETECTOR—34 41 23.39 DocuSign Envelope ID: E921FEAl-502E-461D-A492-2EOFB27AB587 March 19, 2019 City of Corpus Christi Standard Specifications for Construction 2.11 Operating Conditions A. Shall maintain accurate performance in all weather conditions, including rain, freezing rain, snow, wind, dust, fog and changes in temperature and light, including direct light on sensor at dawn and dusk. B. RPD operation shall continue in rain up to one-inch (1") per hour. C. Shall be capable of continuous operation over an ambient temperature range of -40°F to 165.2°F. D. Shall be capable of continuous operation over a relative humidity range of 5% to 95% (non- condensing). 2.12 Testing A. FCC 1. Shall be certified by the Federal Communications Commission (FCC) under CFR 47, part 15, section 15.249 as an intentional radiator. 2. The FCC certification shall be displayed on an external label on each RPD according to the rules set forth by the FCC. 3. Shall comply with FCC regulations under all specified operating conditions and over the expected life of the RPD. B. NEMA TS 2-2003 Testing 1. The RPD shall comply with the applicable standards stated in the NEMA TS2-2003 standard. a. Third party test results shall be made available for each of the following tests: (1) Shock pulses of 10 g, 11 ms half sine wave (2) Vibration of 0.5 g up to 30 Hz (3) 300 V positive/negative pulses applied at one pulse per second at minimum and maximum DC supply voltage (4) Cold temperature storage at-497 for 24 hours (5) High temperature storage at 185°F for 24 hours (6) Low temp, low DC supply voltage at-29.2°F and 10.8 VDC (7) Low temp, high DC supply voltage at-29.2°F and 26.5 VDC (8) High temp, high DC supply voltage at 165.2°F and 26.5 VDC (9) High temp, low DC supply voltage at 165.2°F and 10.8 VDC 2.13 Manufacturing A. The RPD shall be manufactured and assembled in the USA. B. The internal electronics of the RPD shall utilize automation for surface mount assembly, and shall comply with the requirements set forth in IPC-A-610C Class 2, Acceptability of Electronic Assemblies. C. The RPD shall undergo a rigorous sequence of operational testing to ensure product functionality and reliability. D. Testing shall include the following: 1. Functionality testing of all internal sub-assemblies 2. Unit level burn-in testing of forty-eight (48) hours' duration or greater 3. Final unit functionality testing prior to shipment 4. Test results and all associated data for the above testing shall be provided for each purchased RPD by serial number, upon request. 2.14 Support A. The RPD manufacturer shall provide both training and technical support services. B. Training 1. The manufacturer provided training shall be sufficient to fully train installers and operators in the installation, configuration, and use of the RPD to ensure accurate RPD performance. 2. The manufacturer provided training shall consist of comprehensive classroom labs and hands-on, in-the-field, installation and configuration training. 3. Classroom lab training shall involve presentations outlining and defining the RPD, its functions, and the procedures for proper operation. 4. These presentations shall be followed by hands-on labs in which trainees shall practice Page 4 of 7 RADAR PRESENCE DETECTOR—34 41 23.39 DocuSign Envelope ID: E921FEAl-502E-461D-A492-2EOFB27AB587 March 19, 2019 City of Corpus Christi Standard Specifications for Construction using the equipment to calibrate and configure a virtual RPD. 5. To facilitate the classroom presentation and hands- on labs, the manufacturer provided training shall include the following items: a. Knowledgeable trainer or trainers thoroughly familiar with the RPD and its processes b. Presentation materials, including visual aids, printed manuals and other handout materials for each student C. Computer files, including video and raw data, to facilitate the virtual configuration of the RPD d. Laptop computers or Windows CE handheld devices with the necessary software, and all necessary cables, connectors, etc. e. All other equipment necessary to facilitate the virtual configuration of the RPD 6. Field training shall provide each trainee with the hands- on opportunity to install and configure the RPD at road- side. Training shall be such that each trainee will mount and align the RPD correctly. C. Technical Assistance 1. Manufacturer provided technical support shall be available according to contractual agreements, and a technical representative shall be available to assist with the physical installation, alignment, and configuration of each supplied RPD. 2. Technical support shall be provided thereafter to assist with troubleshooting, maintenance, or replacement of RPDs should such services be required. 2.15 Documentation A. RPD documentation shall include an instructional training guide and a comprehensive user guide as well as an installer quick-reference guide and a user quick-reference guide. B. The RPD manufacturer shall supply the following documentation and test results at the time of the bid submittal: 1. FCC CFR 47 certification (frequency compliance) 2. IED 6100-4-5 class 4 test report(surge) 2.16 Warranty A. Shall be warranted free from material and workmanship defects for a period of two (2) years from date of shipment. 2.17 Cabling A. The cable end connector shall meet the MIL-C-26482 specification and shall be designed to interface with the appropriate MIL-C-26482 connector. B. The connector back shell shall be an environmentally sealed shell that offers excellent immersion capability. C. All conductors that interface with the connector shall be encased in a single jacket, and the outer diameter of this jacket shall be within the back shell's cable O.D. range to ensure proper sealing. D. The back shell shall have a strain relief with enough strength to support the cable slack under extreme weather conditions. E. The cable shall be terminated only on the two farthest ends of the cable. F. The cable length shall not exceed 2000 ft for the operational baud rate of RS-485 communications (9.6 Kbps). G. If 12 VDC is being supplied for the RPD then the cable length shall not exceed 110 ft. H. If 24 VDC is being supplied for the RPD then the cable length shall not exceed 600 ft. I. Both communication and power conductors can be bundled together in the same cable as long as the above- mentioned conditions are met. 2.18 In Cabinet Interface Equipment A. The RPD shall be installed using a Preassembled Traffic Cabinet Back plate or an equivalent that provides input power surge suppression, sensor cable surge suppression, AC to DC power conversion (if necessary), and terminal blocks. 1. The surge protection devices shall meet or exceed the EN 61000-4-5 Class 4 specifications. Page 5 of 7 RADAR PRESENCE DETECTOR—34 41 23.39 DocuSign Envelope ID: E921FEAl-502E-461D-A492-2EOFB27AB587 March 19, 2019 City of Corpus Christi Standard Specifications for Construction 2.19 Power Supply A. If needed, the RPD shall be installed using a manufacturer supplied device or an equivalent AC to DC power converter that meets the following specifications: 1. The power converter shall be power rated at 48 W for temperatures less than 140°F with a 5% power decrease for each degree increase up to 158°F. 2. The power converter shall operate in the temperature range of to-29.2°F to 165.2°F. 3. The power converter shall operate in the humidity range of 5% to 95% at 77°F non- condensing. 4. The power converter shall accept an input voltage of 85 to 264 VAC or 120 to 370 VDC. 5. The power converter shall operate at an input frequency of 47 Hz to 63 Hz. 6. The power converter shall produce an output voltage of 24 VDC ±4%. 7. The power converter shall withstand a voltage across its input and output of 2 kV. a. The power converter shall withstand a voltage across its input and ground of 1.5 kV. 8. The power converter shall conform to safety standards UL 60950 and EN 60950. 9. The power converter shall conform to EMC standards EN 55022 Class B and EN 61000- 3-2, 3. 10. In brown-out conditions (i.e. < 85 VAC input), the output voltage of the power converter shall be less than 1 VDC. 11. The terminal blocks shall be color-coded insulation displacement terminal blocks. 12. The terminal blocks shall be prewired to the other in cabinet equipment so that no wiring other than cable terminations, connecting input power and connecting input file cards shall be required during installation. 2.20 Input File Cards A. Shall meet the following: 1. The input file cards shall be compatible with 170, 2070, NEMA TS 1, and NEMA TS 2 style input racks. 2. The input file card shall translate data packets from the RPD into contact closure outputs. 3. The input file card shall support presence detection. 4. The input file card shall receive data packets over an RS-485 bus at a baud rate of 9600 bps. 5. The input file card shall auto baud and auto-detect an RPD over wired and wireless communication channels that have a maximum latency of 500 ms. 6. The input file card shall comply with the NEMA TS 2-1998 Traffic Controller Assemblies with NTCIP Requirements (Section 2.8 specification). PART 3 EXECUTION 3.1 General A. Shall be installed as recommended by the manufacturer and as indicated on the Drawings or by the Owner. 3.2 Mounting and Installation A. Mounting Assembly 1. Shall be mounted directly onto a mounting assembly fastened to a mast arm, pole or other solid structure. 2. The RPD mounting assembly shall provide the necessary degrees of rotation to ensure proper installation. 3. The RPD mounting assembly shall be constructed of weather-resistant materials and shall be able to support a twenty-pound (20-Ib) load. B. Mounting Location 1. Shall be mounted at a height that is within the manufacturer's recommended mounting heights. 2. The RPD shall be mounted at an offset from the first lane that is consistent with the RPD's minimum offset. 3. The RPD shall be mounted so that at least twenty-feet (20) along the farthest lane to be monitored is within the field view of the RPD. 4. The RPD shall be mounted with its cable connector down and shall be tilted so that the RPD is aimed at the center of the lanes to be monitored. Page 6 of 7 RADAR PRESENCE DETECTOR-34 41 23.39 DocuSign Envelope ID: E921FEAl-502E-461D-A492-2EOFB27AB587 March 19, 2019 City of Corpus Christi Standard Specifications for Construction a. Typically, the RPD is tilted off of vertical by 20-30 degrees. 5. The RPD shall be mounted on a vertical signal pole or on the horizontal mast arm. 6. The RPD shall be mounted so that its field of view is not occluded by poles, signs or other structures. 7. RPDs that are mounted within twenty-feet (20) of each other or that are monitoring the same intersection shall be configured to operate on different RF channels regardless of the pointing direction of the RPDs. 8. It is recommended that the manufacturer be consulted to verify final RPD placement if the RPD is to be mounted near large planar surfaces(sound barrier, building, parked vehicles, etc.)that run parallel to the monitored roadway. PART 4 MEASUREMENT AND PAYMENT 4.1 General A. Measurement and Payment for this item will be as indicated within Section 00 30 01 BID FORM. 1. If this item is not indicated within Section 00 30 01 BID FORM then it is to be considered subsidiary to the applicable section(s). B. Payment shall fully compensate the Contractor for all required labor, materials, equipment, maintenance,and all incidental expenses which are required to complete the work in accordance with the Drawings and Specifications. END OF SECTION Page 7 of 7 RADAR PRESENCE DETECTOR—34 41 23.39 DocuSign Envelope ID: E921FEAl-502E-461D-A492-2EOFB27AB587 6004 Special Specification 6004 = � T��a$ Networking Intelligent Transportation System (ITS) OepaRmenf of Transportation Communications Cable 1. DESCRIPTION Furnish,install,and test twisted-pair cable for networking and telecommunication uses in the field environment. 2. MATERIALS 2.1. General Requirements. Provide new cable and connectors that are in conformance with the details shown on the plans and in the specifications.The cable must be free of deformations,holes,splits and splices. ITS networking copper cables must be constructed for installation in an outdoor underground conduit environment. All cable provided for underground installation must contain the Outside Plant designation for outdoor usage and must be rated Non-Plenum. Provide cable in compliance with the most current version of the following industry standards: ■ NFPA National Electric Code(NEC), ■ Rural Electrification Administration(REA)-PE-22(7 CFR 1755.403), PE-39(7 CFR 1755.390), ■ ANSI/TIA-568-C, EIA/TIA-568-B.2-2001 (Category 5E Cable), ■ EIA-232, EIA-422, EIA-485, ■ TSB-36,and ■ Underwriters Laboratory(UL). Included in this Item are the ITS cable types listed in Table 1. Table 1 Common Networking ITS Communication Cable Types Cable Type Nominal AWG Application Gauge Category 5e Ethernet Cable #24 AWG Standard 100Base-Tx,Gigabit Ethernet,up to 100 MHz bandwidth performance Category 6 Ethernet Cable #24 AWG Gigabit Ethernet; up to 250MHz bandwidth performance 10-Gigabit Ethernet,up to 600 MHz bandwidth performance.Category 7 cable is not typically utilized for Category 7 Ethernet Cable #24 AWG ITS device applications.Category 7 cable applications include high bandwidth performance at network layer switches with 10 Gigabit connections. Serial Communications Cable Serial port applications,low bandwidth and small data RS-232,RS-422,RS-485 #22,#24 AWG rate transmission <100 kb/s) Shielded Twisted Pair Cable #18-24 AWG Telephone communications,below 16 MHz bandwidth Unshielded Twisted Pair #18-24 AWG performance UTP Cable Included in this Item are all terminating connectors and associated equipment required for installation and testing in a field environment. 1 -5 02-16 Statewide DocuSign Envelope ID: E921FEAl-502E-461D-A492-2EOFB27AB587 6004 Provide cable conforming to the gauge,type,and length shown on the plans. Ensure the cable gauge supplied meets the bandwidth requirements specific to the cable application and run length. Provide signal amplification or repeater locations for communications cable runs as shown on the plans and in the specifications. When selecting serial communications cable for longer cable runs,verify the conductor gauge to be provided will meet signal loss requirements for cable application. Refer to Table 2 for typical cable distance limitations for ITS serial communications cable. Table 2 Typical Network Communications Cable Distance Limitations Cable Type Recommended Maximum Cable Run' RS-232 50 ft. RS-422 4 wires stem 500 ft. RS-485 2 wires stem 500 ft. Category 5e 300 ft. Category 6 300 ft. 1. Cable distance limitation to be verified according to manufacturer for the cable application. All cable provided must be manufactured with permanent markings at approximate 2 ft. intervals on the outer jacket according to manufacturer name,serial number,type, UL list and classification for identification purposes.All pairs must be color coded using standard North American communication industry colors to uniquely identify each pair in the cable. 2.2. Physical Requirements. Provide networking communications cable meeting the following physical requirements. 2.2.1. Conductor.All networking cable must be constructed of solid bare copper conductor. 2.2.2. Insulation.All networking cable must be of foamed,cellular dielectric construction. Dielectric material must adhere to and support the center cable conductor. 2.2.2.1. Insulation Material.Serial communications cable insulation must be high-density polyethylene(HDPE)or equivalent. Ethernet networking cable insulation must be polyolefin or HDPE. UTP cable insulation must be polyethylene, polyolefin, polypropylene,or fluorinated ethylene propylene. 2.2.3. Shielding.Serial communications cable shielding must contain combination foil-polyester and copper braid shield to reduce EMI interference. Ethernet networking cable must contain a combination foil-polyester shield. 2.2.3.1. Coverage.Serial communications cable must be constructed of 100%effective foil coverage, minimum 65% braided coverage. Ethernet networking cable(Category 5e,6,7)must contain 100%effective foil cover. 2.2.4. Outer Jacket.Outer jacket must be rated for heavy duty ultraviolet(UV)exposure,sunlight,oil,and weather resistance necessary for outdoor installation. 2.2.4.1. Jacket Material.All networking cable outer jackets must be of PVC or polyethylene construction. 2.2.5. Connectors.Connectors must be matching,weather resistant,water and moisture proof,and outdoor-rated hardware that meet cable operating voltage,temperature, and impedance characteristics. Connectors must prevent the entry and collection of moisture to the cable and electrical connection point. Provide cable sealant during installation to seal connections from moisture and corrosion. 2-5 02-16 Statewide DocuSign Envelope ID: E921FEAl-502E-461D-A492-2EOFB27AB587 6004 2.3. Electrical and Mechanical Requirements.Ethernet networking cable as shown on the plans must conform to the TIA/EIA-568-C standard,and according to performance characteristics defined in TIA/EIA-568-C.4-1. All Ethernet networking cable provided must meet IEEE 802.3af and IEEE 802.3at for Power over Ethernet (PoE)applications. Serial communications cable and UTP must conform to the following requirements: 2.3.1. Capacitance.Serial communications cable capacitance must not exceed 35 picofarads(pF)per foot of cable. UTP cable capacitance must not exceed 15 pF per foot of cable. 2.3.2. Inductance.Serial communications cable inductance must not exceed 0.30 microhenry's(^per foot of cable. 2.3.3. Impedance. Provide 100 ohm nominal impedance for UTP cables and according to the manufacturer recommendation for cable application. 2.3.4. Attenuation.Attenuation of the cable must be compliant with requirements of the proposed application. 2.3.5. Resistance.The DC resistance of the serial communications cable inner conductor must not exceed 20 ohms per 1000 ft. 2.4. Environmental Design Requirements. 2.4.1. Installation Temperature Rating. Cable must be rated for an outside ambient temperature range of-207 to 165°F. 2.4.2. Storage Temperature Rating.Cable must be rated for a storage temperature range of-40°F to 165°F. 3. CONSTRUCTION METHODS 3.1. General.Cable must be installed in accordance with the following industry procedures: ■ ANSI/TIA-568-C, ■ BICSI Telecommunications Distribution Methods Manual(TDMM)and Information Transport Systems Installation(ITSIM), ■ NFPA National Electric Code(NEC), ■ USDA Construction of Direct Buried Plant,and ■ ICEA Standard for Aerial Service Wire-ANSI/ICEA 5-89-648. 3.1.1. Cable Storage.All uninstalled cable must be stored according to manufacturer recommended bend radius and cable reel requirements. 3.1.2. Cable Labeling.All cable must be labeled using pre-laminated labels with UV protection according to usage at all terminations. Provide weatherproof labels rated for outdoor use. 3.1.3. Installation Procedure.All cable must be inspected and tested for continuity when received,with results compared with factory pre-shipping tests. Inspect the cable nomenclature to make certain that the correct product has been received. Notify the supplier(or manufacturer)of all discrepancies for immediate correction. Install the network cable routed as shown on the plans and follow the manufacturer recommendations for installation. 3-5 02-16 Statewide DocuSign Envelope ID: E921FEAl-502E-461D-A492-2EOFB27AB587 6004 Ensure that all exposed cable ends are covered and protected against moisture and dust penetration at all times during installation. Protect cable ends during storage,cable pulls, and post-installation. 3.1.4. Conduit Fill Requirements.Install cable as shown on the plans and ensure that NEC and TIA/EIA fill requirements must be met for all cable runs. 3.1.5. Cable Slack Requirements. Provide 25 ft. cable slack maximum in pull boxes and per manufacturer requirements. 3.1.6. Spacing Requirements. Provide minimum 12 in.spacing between electrical power cable and communications cable types as described for underground installations within NEC Sections 840.44 and 840.47. 3.2. Testing. Procedures for the tests noted below are to be in accordance with industry standard practice and recorded in accordance with ANSI/TIA/EIA rules for documentation for the cable type. Perform tests in accordance with testing requirements in this Item. For all tests, provide test forms to be used that compare measured results with threshold values. The following tests must be performed, recorded,and submitted to verify the cable performance and installation: 3.2.1. Cable Continuity.Perform cable continuity test for center conductor and shield continuity and record results. The test must be performed on received cable reels to identify any discrepancies and upon final installed cable interconnections. Test continuity of each pair to show a resistance of not more than 8 ohms per 1000 ft.of conductor. Use meter with a minimum input resistance measurement to comply with RUS 7 CFR 1755.403 Copper Cable Telecommunications Plant Measurements. . 3.2.2. Time Domain Reflectometry(TDR). Perform TDR test for impedance continuity per manufacturer recommendations in coaxial cable interconnections and record results. 3.2.3. Ground Resistance. Use a Megohmmeter to perform ground resistance testing of all conductors including the shield,and conductor-to-conductor,including all individual conductors to the shield. Ensure that all conductor tests, including the shield, read infinity to ground,and from conductor to conductor and all individual conductors to the shield, read infinity. Replace cable not meeting the infinity test result at no expense to the department,whether one or multiple readings per cable are defective. 3.2.4. Visual Inspection.Where cable installation is visible,perform visual inspection(with a Department representative)to verify any evidence of the following: ■ cable damage(cracks,shield damage, kinks,knots,jacket damage,crushed cable), ■ bend radius violations(at conduit fittings,cabinet locations),and ■ cable crimping method—use of manufacturers specified cable crimp tool only(use of pliers not permitted). 3.3. Documentation. Submit 3 copies of the following materials for each cable type provided for approval prior item supply: ■ manufacturer cutsheets and complete specifications(physical,electrical, mechanical,and environmental), ■ manufacturer warranty information, ■ independent test lab certification,and ■ blank test forms. Submit 3 copies of the following materials for each cable run provided for approval post installation: ■ test results, ■ completed test forms, 4-5 02-16 Statewide DocuSign Envelope ID: E921FEAl-502E-461D-A492-2EOFB27AB587 6004 ■ cable continuity test, ■ TDR test, ■ "as-built"documentation for cable path as shown on the plans, ■ complete maintenance and trouble-shooting procedures,and ■ furnish additional information as shown on the plans. 3.4. Warranty.Warrant all cable against defects or failure in design, materials,and workmanship in accordance with the manufacturer's standard warranty. Supply cable with no less than 95%of the manufacturer's warranty remaining on the date that equipment invoices are submitted for final payment.Any material with less than 95%warranty remaining will be rejected. Warrant all cable furnished and installed to perform according to the manufacturer published specifications for a period of 1 year after final acceptance of the project by the Department. Provide for"on-site"repair or replacement within 2 working days and at no cost to the Department. Repair or replace any defective cable, at the manufacturer's option,at no cost to the Department. 4. MEASUREMENT This Item will be measured by the linear foot of cable. 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"ITS Communications Cable(Ethernet)"and"ITS Communication Cable(Serial)."For twisted pair communications cable runs,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"ITS Communications Cable"of the type,size,and number of pairs specified.The price is full compensation for furnishing,installing,splicing and testing cable and connectors,as well as for installation equipment, materials,tools,and incidentals. 5-5 02-16 Statewide DocuSign Envelope ID: E921FEAl-502E-461D-A492-2EOFB27AB587 6027 Special Specification 6027 T$X�s Preparation of Existing Conduits, Ground Boxes, or ofDTersportation Manholes 1. DESCRIPTION Prepare conduits,ground boxes,or manholes; replace conduits,ground boxes,or manholes,when necessary; replace conduit fittings with junction boxes; replace damaged ground box or manholes covers; adjust ground box or manholes covers; install pull lines in conduits; install cable racks in ground boxes or manholes. 2. MATERIALS Provide new materials that comply with the details shown on the plans,the requirements of this Item,and to the pertinent requirements of the following Items: ■ Item 624,"Ground Boxes" ■ Item 465,"Manholes and Inlets" When conduit replacement is required, provide conduit meeting the requirements of Item 618, "Conduit."Use conduit of same size and type of that being replaced or as directed. Provide 24 in. x 24 in. x 12 in. (L x W x D)minimum size NEMA 4X junction boxes with screw covers. Provide polyester tapes or rope pull cords with a tensile strength of at least 1200 Ib. Provide heavy duty, non-metallic, non-corrosive cable racks that can support a minimum dead load of 300 lbs. Ensure cable racks are resistant to the effects of oils, hydrocarbons, common esters, ketones,ethers,or amides. Ensure cable racks are adjustable between 8 in. and 14 in. wide. Do not provide grounding or insulators for cable racks. 3. CONSTRUCTION Check existing conduit and ground boxes. 3.1. Preparation of Conduit,Ground Box or Manhole.Pull a mandrel through empty conduits. Use a mandrel with a diameter greater than 70%of the inside diameter of the conduit and 2 in.length. Repair or replace conduit runs that will not allow passage of the mandrel. Replace conduit deemed impractical to repair or remains unsuitable in accordance with Item 618,"Conduit."Clean the conduit by pulling a rubber swab slightly larger in diameter than the conduit. Blow compressed air through conduits that contain wires. Remove debris from the conduit by pushing a fish tape through the conduit. Do not use water to clear debris.Retest the conduit by blowing compressed air. Install 1 pull cord in each conduit for use in installing the conductors,cables,or innerduct. Leave 1 pull cord in each conduit after the conductors,cables,or innerduct have been installed. Remove silt and debris from ground boxes or manholes prior to installing cable. 3.2. Installation of Ground Box or Manhole. Furnish new ground boxes or manholes as directed. Install ground boxes or manholes as shown the plans or as directed. 1 11-14 Statewide DocuSign Envelope ID: E921FEAl-502E-461D-A492-2EOFB27AB587 6027 Backfill disturbed surface with material equal in composition and density to the surrounding area. Replace surfacing material with similar material to an equivalent condition. 3.3. Installation or Adjustment of Ground Box or Manhole Covers.Remove,dispose,and install ground box or manhole covers as shown on the plans or as directed.Adjust ground box or manhole covers as shown on the plans or as directed.Adjustment may include welding,raising, or lowering. Backfill disturbed surface with material equal in composition and density to the surrounding area. Replace surfacing material with similar material to an equivalent condition. 3.4. Installation of Junction Box. Locate conduit fittings in conduits carrying fiber optic cables. Replace the conduit fitting and associated section of conduit with a junction box. Install junction boxes as shown on the plans. 3.5. Installation of Cable Rack Assembly. Install cable racks to permit coiling of conductors or cables without violating the manufacturer's minimum bending radius. Install 2 cable rack supports and 4 adjustable levels on each support,at a minimum,on each wall of the ground box or manhole as shown on plans or as directed. Anchor the cable rack support permanently to the ground box wall with mechanical or powder actuated fasteners. Use fasteners with an ultimate pull out strength of at least 2500 Ib.and ultimate shear strength of at least 3000 Ib. Provide sufficient cable supports for the particular number of conductors or cables coiled or passing through the ground box or manhole as shown on the plans or as directed. 4. MEASUREMENT This Item will be measured by the foot of conduit cleared,tested, replaced and repaired,by each cable rack, junction box,ground box,or manhole installed or prepared,and by each ground box or manhole cover replaced or adjusted. 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(Prepare),""Junction Box(Install),""Manhole (Install),""Ground Box(Install),""Manhole(Prepare),""Ground Box(Prepare),""Cover(Replace)"of the sizes specified,"Cover(Adjust),"and"Cable Rack Assembly(Install)."This price is full compensation for cleaning and testing conduit,ground boxes,and manholes;furnishing and installing pull cords,ground boxes, manholes,junction boxes,and cable racks;excavating and backfilling;adjusting ground boxes and manholes covers;disposal of unsalvageable material;and equipment, materials,labor,tools,and incidentals. Repair of existing conduit will be paid for by the Department in accordance with Article 9.7.,"Payment for Extra Work and Force Account Method." 2 11-14 Statewide DocuSign Envelope ID: E921FEAl-502E-461D-A492-2EOFB27AB587 • GEOTECHNICAL ENGINEERING o`�t� sri • MATERIALS ENGINEERING &TESTING • SOILS • ASPHALT • CONCRETE <,q �uuuuuuuuu ��o P eoggro o�QOP SUBSURFACE INVESTIGATION AND GEOTECHNICAL RECOMMENDATIONS FOR THE PROPOSED LIPES BOULEVARD RECONSTRUCTION (21063) SUNWOOD DRIVE TO STAPLES STREET CORPUS CHRISTI, TEXAS MSA NO. 3399, PROJECT NO. 21063, TASK ORDER NO. 6 RETL REPORT NUMBER: G121260 PREPARED FOR: CITY OF CORPUS CHRISTI ENGINEERING SERVICES 1201 LEOPARD STREET CORPUS CHRISTI, TEXAS 78401 ' JUNE 25, 2021 PREPARED BY: ''l ROCK ENGINEERING TESTING LABORATORY, INC. is 6817 LEOPARD STREET ; CORPUS CHRISTI, TEXAS 78409 P: (361) 883-4555; F: (361) 883-4711 TBPE FIRM NO. 2101 I � m � 00iii / r VN II wuuu VV 'i � � IIIVVVV� i l � r r DocuSign Envelope ID: E921FEAl-502E-461D-A492-2EOFB27AB587 GEOTECHNICAL ENGINEERING Hca ,I, • CONSTRUCTION MATERIALS II 1 IM ENGINEERING &TESTING Ae°R o�P • SOILS •ASPHALT• CONCRETE Q 0 June 25, 2021 City of Corpus Christi Engineering Services 1201 Leopard Street Corpus Christi, Texas 78401 Attention: Ms. Mai Bernal, P.E. SUBJECT: SUBSURFACE INVESTIGATION, LABORATORY TESTING PROGRAM, AND GEOTECHNICAL RECOMMENDATIONS FOR THE PROPOSED LIPES BOULEVARD RECONSTRUCTION (21063) Sunwood Drive to Staples Street Corpus Christi, Texas MSA No. 3399, Project No. 21063, Task Order No. 6 RETL Job No. — G121260 Dear Ms. Bernal, In accordance with our agreement, we have conducted a subsurface exploration for the above referenced project. The results of this investigation, together with our recommendations, are to be found in the accompanying report, one electronic copy of which is being transmitted for your records and for distribution to the design team. Often, because of design and construction details that occur on a project, questions arise concerning soil conditions, and Rock Engineering and Testing Laboratory, Inc. (RETL), a Texas Professional Engineering Firm (No. — 2101), would be pleased to continue its role as Geotechnical Engineer during the project implementation. RETL also has great interest in providing materials testing and observation services during the construction phase of this project. If you will advise us of the appropriate time to discuss these engineering services, we will be pleased to meet with you at your convenience. If you have any questions, or if we can be of further assistance, please contact us at (361) 883-4555. Sincerely, Mark C. Rock, P.E. Senior Consultant ROCK ENGINEERING &TESTING LABORATORY, INC. (TBPE FIRM NO. 2101) Corpus Christi San Antonio Round Rock Office:361.883.4555 Office:210.495.8000 Office:512.284.8022 Fax:361.883.4711 Fax:210.495.8015 Fax:512.284.7764 6817 Leopard St. 10856 Vandale 7 Roundville Ln. Corpus Christi,TX 78409 San Antonio,TX 78216 Round Rock,TX 78664 nrww,rock.testin.g::c rn DocuSign Envelope ID: E921FEA1-502E-461D-A492-2EOFB27AB587 SUBSURFACE INVESTIGATION, LABORATORY TESTING PROGRAM, AND GEOTECHNICAL RECOMMENDATIONS FOR THE PROPOSED LIPES BOULEVARD RECONSTRUCTION (21063) SUNWOOD DRIVE TO STAPLES STREET CORPUS CHRISTI, TEXAS MSA NO. 3399, PROJECT NO. 21063, TASK ORDER NO. 6 RETL REPORT NUMBER: G121260 PREPARED FOR: CITY OF CORPUS CHRISTI ENGINEERING SERVICES 1201 LEOPARD STREET CORPUS CHRISTI, TEXAS 78401 JUNE 25, 2021 PREPARED BY: ROCK ENGINEERING AND TESTING LABORATORY, INC. 6817 LEOPARD STREET CORPUS CHRISTI, TEXAS 78409 PHONE: (361) 883-4555; FAX: (361) 883-4711 TEXAS PROFESSIONAL ENGINEERING FIRM NO. 2101OF , � NI W GrtrI ' Lintz 9 � X4868 " ,. 00 N. »".»».»."".».. .. . r p JAMES P. SA�UER ��1 OAw �.. ' rt 429201 1 _ " Jam P. Bauer, P.E. Darren W. Lantz, Cor us Christi Branch Manager Senior Consultant DocuSign Envelope ID: E921FEAl-502E-461D-A492-2EOFB27AB587 TABLE OF CONTENTS Page INTRODUCTION.....................................................................................................................................................1 Authorization........................................................................................................................................................ 1 Purposeand Scope............................................................................................................................................. 1 General................................................................................................................................................................ 1 DESCRIPTIONOF SITE.........................................................................................................................................2 FIELDEXPLORATION...........................................................................................................................................2 Scope...................................................................................................................................................................2 Drilling and Sampling Procedures.......................................................................................................................3 FieldTests and Observations..............................................................................................................................3 LABORATORY TESTING PROGRAM..................................................................................................................4 SUBSURFACECONDITIONS................................................................................................................................4 General................................................................................................................................................................4 ExistingPavement Materials...............................................................................................................................5 SubgradeSoil Conditions....................................................................................................................................5 OSHASoil Type Classification............................................................................................................................6 Groundwater Observations..................................................................................................................................7 PROJECTDISCUSSION........................................................................................................................................8 ProjectDescription...............................................................................................................................................8 Potential Vertical Rise (PVR) Discussion............................................................................................................8 PAVEMENT CONSIDERATIONS...........................................................................................................................8 PAVEMENT RECOMMENDATIONS....................................................................................................................10 FlexiblePavement Recommendations.............................................................................................................. 10 Rigid Pavement Recommendations.................................................................................................................. 11 SubgradePreparation ....................................................................................................................................... 11 Specifications..................................................................................................................................................... 12 Routine Maintenance of Flexible and Rigid Pavement Systems....................................................................... 12 TRAFFIC LIGHT FOUNDATION RECOMMENDATIONS................................................................................... 13 Drilled Pier Recommendations.......................................................................................................................... 13 DrilledPiers using TS-FD-12............................................................................................................................. 14 CONSTRUCTION CONSIDERATIONS................................................................................................................15 SiteDrainage..................................................................................................................................................... 15 Drilled, Cast-in-Place, Pier Construction Considerations.................................................................................. 15 Earthwork and Subgrade Acceptance............................................................................................................... 16 GENERALCOMMENTS.......................................................................................................................................16 APPENDIX Site Vicinity Map Boring Location Plan Boring Logs B-1 through B-5 Key to Soil Classifications and Symbols DocuSign Envelope ID: E921FEAl-502E-461D-A492-2EOFB27AB587 June 25, 2021 LIPES BOULEVARD RECONSTRUCTION (21063) Attn: Ms. Mai Bernal, P.E. Sunwood Drive to Staples Street, Corpus Christi, Texas RETL Job Number: G121260 MSA No. 3399, Project No. 21063, Task Order No. 6 INTRODUCTION This report presents the results of a subsurface investigation, laboratory testing program, and geotechnical analysis for the proposed Lipes Boulevard Reconstruction project, from Sunwood Drive to Staples Street, in Corpus Christi, Texas. Authorization The work for this project was performed in accordance with Rock Engineering and Testing Laboratory, Inc. (RETL) proposal number P042921 B, dated April 29, 2021. The scope of work and fee was approved on May 7, 2021, by provision of City of Corpus Christi Task Order No. 6, under the MSA for Geotech/Construction Materials Testing Contract No. 3399. The Task Order was electronically provided to RETL. Purpose and Scope The purpose of this exploration was to evaluate the existing pavement and subsurface materials and soil subgrade conditions at five locations along Lipes Boulevard, from Sunwood Drive to Staples Street, and to provide pavement reconstruction recommendations and foundation recommendations for support of potential new traffic signals. The scope of the exploration and analysis included the subsurface exploration, field and laboratory testing, engineering analysis and evaluation of the subsurface soils, provision of pavement and traffic signal foundation recommendations, and preparation of this report. The scope of services did not include an environmental assessment. Any statements in this report, or on the boring logs, regarding odors, colors, unusual or suspicious items or conditions are strictly for the information of the client. General The exploration and analysis of the subsurface conditions reported herein are considered sufficient in detail and scope to provide pavement and traffic signal foundation recommendations for the proposed project. The information submitted for the proposed project is based on project details provided by Ms. Mai Bernal, P.E., representing the City of Corpus Christi, and the soil information obtained at the boring locations. If the designers require additional soil parameters to complete the design of the proposed pavement system or traffic signal foundations, and this information can be obtained from the soil data and laboratory tests performed within the scope of work included in our proposal for this project, RETL will provide the additional information requested as a supplement to this report. The Geotechnical Engineer states that the findings, recommendations, specifications or professional advice contained herein have been presented after being prepared in a manner consistent with that level of care and skill ordinarily exercised by reputable members of the Geotechnical Engineer's profession practicing contemporaneously under similar conditions in the locality of the project. RETL operates in general accordance with "Standard Practice for Minimum Requirements for Agencies Engaged in the Testing and/or Inspection of Soil and Rock as Used in Engineering Design and Construction, (ASTM D3740)." No other representations are expressed or implied, and no warranty or guarantee is included or intended. Page 1 of 16 DocuSign Envelope ID: E921FEAl-502E-461D-A492-2EOFB27AB587 June 25, 2021 LIPES BOULEVARD RECONSTRUCTION (21063) Attn: Ms. Mai Bernal, P.E. Sunwood Drive to Staples Street, Corpus Christi, Texas RETL Job Number: G121260 MSA No. 3399, Project No. 21063, Task Order No. 6 This report has been prepared for the exclusive use of the City of Corpus Christi and the design team for the proposed Lipes Boulevard Reconstruction project, from Sunwood Drive to Staples Street, in Corpus Christi, Texas. DESCRIPTION OF SITE The site of the proposed Lipes Boulevard Reconstruction project is located in Corpus Christi, Texas. Lipes Boulevard is an asphalt-surfaced, two-lane roadway with curb and gutter. The portion of the existing street included in this project is approximately 0.51 miles long and 36 feet wide and extends between Sunwood Drive and Staples Street. Commercial and residential properties border the north side of Lipes Boulevard. The south side of Lipes Boulevard is bordered by commercial and residential properties, as well as undeveloped property. Overhead utilities are present parallel to and along the north side of the road. Evidence of below grade utilities were observed on both sides of the road. The general location is illustrated on the Site Vicinity Map located in the Appendix of this report. FIELD EXPLORATION Scope The field exploration, to evaluate the engineering characteristics of the subsurface materials, included reconnaissance of the project site, coring of the existing pavement constituents, performing the boring operations and obtaining disturbed split spoon samples and relatively undisturbed Shelby tube samples of the subgrade soils. During the sample recovery operations, the thickness of the pavement and underlying base materials were measured, while the subgrade soils encountered to the boring termination depths of 6 to 25 feet were classified and recorded on the boring logs in accordance with "Standard Guide for Field Logging of Subsurface Exploration of Soil and Rock, (ASTM D5434)." As requested, five pavement cores and soil borings were performed for the purpose of obtaining existing pavement materials and thicknesses, as well as providing information regarding existing groundwater and subgrade soil information. The table below provides the boring identification, boring depths and GPS coordinates. Summary of Boring Information Boring Identification Boring Depth (ft) GPS Coordinates B-1 25 N 27.67606° W 97.39851' B-2 6 N 27.67531 0 W 97.397140 B-3 6 N 27.67467° W 97.39550° B-4 25 N 27.67378° W 97.39378° B-5 6 N 27.67306° W 97.39222° Page 2 of 16 DocuSign Envelope ID: E921FEAl-502E-461D-A492-2EOFB27AB587 June 25, 2021 LIPES BOULEVARD RECONSTRUCTION (21063) Attn: Ms. Mai Bernal, P.E. Sunwood Drive to Staples Street, Corpus Christi, Texas RETL Job Number: G121260 MSA No. 3399, Project No. 21063, Task Order No. 6 The City of Corpus Christi determined the number, depth and general locations of the borings. RETL determined the specific and final locations of the borings and performed the drilling operations. The GPS coordinates were obtained at the boring locations using a Garmin GPS model eTrex and are provided in this report and on the boring logs. Upon completion of the drilling operations and obtaining the groundwater observations, the borings were backfilled with excess soils obtained during drilling operations and the surface was patched with cold-patch asphalt. A Boring Location Plan is provided in the Appendix of this report. The borings performed for this project were used to determine the classification and strengths of the subgrade soils. The information provided on the boring logs includes boring location, boring depth, pavement material types and thicknesses, soil classification, soil strengths, and laboratory test results. The boring logs are included in the Appendix. Drilling and Sampling Procedures At the boring locations, the pavement constituents were cored using a diamond core barrel until subgrade soils were encountered. After coring, the pavement constituents were removed and measured for thickness. A drill rig equipped with a rotary head turning solid stem and hollow stem augers was used to advance the borings to termination depths of 6 and 25 feet. Disturbed samples were obtained employing split-barrel sampling procedures in general accordance with the procedures for "Penetration Test and Split-Barrel Sampling of Soils, (ASTM D1586)". Relatively undisturbed soil samples were obtained using thin-wall tube sampling procedures in general accordance with, "Thin Walled Tube Sampling of Soils, (ASTM D1587)." The samples obtained by this procedure were extruded by a hydraulic ram in the field. The samples were placed in plastic bags, marked according to boring numbers, depths, and any other pertinent field data, stored in special containers, and delivered to the laboratory for testing. Field Tests and Observations Standard Penetration Tests (SPTs)— During the sampling procedures, SPTs were performed to obtain the standard penetration value of the soil at selected intervals. The standard penetration value (N) is defined as the number of blows of a 140-pound hammer, falling 30 inches, required to advance the split-barrel sampler 1 foot into the soil. The sampler is lowered to the bottom of the previously cleaned drill hole and advanced by blows from the hammer. The number of blows is recorded for each of three successive 6-inch penetrations. The "N" value is obtained by adding the second and third 6-inch increment number of blows. An automatic hammer was utilized when performing SPTs. An automatic hammer is usually taken as having an efficiency of one. The results of standard penetration tests indicate the relative density of cohesionless soils and comparative consistency of cohesive soils, thereby providing a basis for estimating the relative strength and compressibility of the soil profile components. Page 3 of 16 DocuSign Envelope ID: E921FEAl-502E-461D-A492-2EOFB27AB587 June 25, 2021 LIPES BOULEVARD RECONSTRUCTION (21063) Attn: Ms. Mai Bernal, P.E. Sunwood Drive to Staples Street, Corpus Christi, Texas RETL Job Number: G121260 MSA No. 3399, Project No. 21063, Task Order No. 6 Water Level Observations — Water level observations were obtained during the test boring operations. Water level observations are noted on the boring logs provided in the Appendix. In relatively pervious soils, such as sands, the indicated depths are usually reliable groundwater levels. In relatively impervious soils, such as clays, a suitable estimate of the groundwater depth may not be possible, even after several days of observation. Seasonal variations, temperature, land-use, proximity to water bodies and recent rainfall conditions may influence the depth to the groundwater. The amount of water in open boreholes largely depends on the permeability of the soils encountered at the boring locations. Ground Surface Elevations — The ground surface elevations at the boring locations were not provided at the time of this report. Therefore, the depths referred to in this report are from the actual ground surface at the boring locations during the time of our field investigation. LABORATORY TESTING PROGRAM In addition to the field investigation, a laboratory testing program was conducted to determine additional pertinent engineering characteristics of the subsurface materials necessary in analyzing the behavior of the pavement systems for the proposed project. The laboratory testing program included supplementary visual classification (ASTM D2487) and water content tests (ASTM D2216) on the samples. In addition, selected samples were subjected to Atterberg limits tests (ASTM D4318) and percent material finer than the#200 sieve tests (ASTM D1140). The shear strengths of selected cohesive soil samples were evaluated from unconfined compressive strength tests (ASTM D2166). The estimated soil strengths were obtained using a hand penetrometer. Selected samples of base material featuring gravel particles was sieved over a #4 Sieve to determine the percent gravel within the base material. The laboratory testing program was conducted in general accordance with applicable ASTM Specifications. The results of these tests are to be found on the accompanying boring logs provided in the Appendix. SUBSURFACE CONDITIONS General The types of surficial and subsurface materials encountered in the borings have been visually classified and are described in detail on the boring logs. The results of the standard penetration tests, water level observations and laboratory tests are presented on the boring logs. Representative samples of the soils were placed in polyethylene bags and are now stored in the laboratory for further analysis, if desired. Unless notified to the contrary, the samples will be disposed of three months after issuance of this report. Page 4 of 16 DocuSign Envelope ID: E921FEAl-502E-461D-A492-2EOFB27AB587 June 25, 2021 LIPES BOULEVARD RECONSTRUCTION (21063) Attn: Ms. Mai Bernal, P.E. Sunwood Drive to Staples Street, Corpus Christi, Texas RETL Job Number: G121260 MSA No. 3399, Project No. 21063, Task Order No. 6 The stratification of the soil, as shown on the boring logs, represents the soil conditions at the actual boring locations. Variations may occur between, or beyond, the boring locations. Lines of demarcation represent the approximate boundary between different soil types, but the transition may be gradual, or not clearly defined. It should be noted that, whereas the test borings were drilled and sampled by experienced drillers, it is sometimes difficult to record changes in stratification within narrow limits. In the absence of foreign substances, it is also difficult to distinguish between discolored soils and clean soil fill. Existing Pavement Materials The existing pavement material types and approximate thicknesses encountered at the boring locations have been summarized and are provided in the following table. Existing Pavement Materials Profile Table Asphalt Base *Base Total Boring Thickness Thickness Material Pavement Identification (inches) (inches) Type Thickness inches B-1 1.75 6.75 Poorly Graded Sand with Clay and Gravel 8.5 SP-SC Caliche B-2 3 6.75 Clayey Sand with Gravel (Caliche) 9.75 B-3 2 6.5 Clayey Sand (SC) (Caliche) 8.5 B-4 3.5 6.5 Clayey Sand with Gravel (Caliche) 10 B-5 4 7 Clayey Sand with Gravel (SC) (Caliche) 11 *The existing base materials were tested to contain between 13 and 42 percent (with an average of 30 percent)gravel sized particles as determined by No.4 sieve tests. In addition, the existing base materials were tested to contain between 6 and 30 percent(with an average of 17 percent)silt and clay material as determined by No. 200 sieve tests. Liquid Limits (LL) of the existing base ranged from 39 to 45 percent and Plasticity Indices(PI)ranged from 10 to 21. Subgrade Soil Conditions The generalized and average soil conditions beneath the existing pavement constituents are provided in the following table. Page 5 of 16 DocuSign Envelope ID: E921FEAl-502E-461D-A492-2EOFB27AB587 June 25, 2021 LIPES BOULEVARD RECONSTRUCTION (21063) Attn: Ms. Mai Bernal, P.E. Sunwood Drive to Staples Street, Corpus Christi, Texas RETL Job Number: G121260 MSA No. 3399, Project No. 21063, Task Order No. 6 Subgrade Soil Profile Table Depth Generalized Soil PI Su N p Calc. p Description Y� TCP 0— (8'/2 to 11 inches) Existing HMAC -- -- -- -- -- --- and Base (8'/2 to 11 inches)—3 feet Fat CLAY 40- 59 1,500 0 120 --- 1.0-4.5+ 11 3 feet—5 feet Fat CLAY 51 1,000 0 120 --- 1.5-4.0 9 5 feet— 13 feet Fat and Lean 21 - 27 1,300 0 120 --- 1.0-4.0 10 CLAY 13 feet— 15 feet Lean CLAY --- 750 0 115 8 1.0 8 15 feet— 18 feet Lean CLAY --- 750 0 55 --- --- 8 18 feet—23 feet CLAYEY Sand 25 550 0 55 4- 5 --- 7 23 feet—25 feet Silty SAND --- 0 29 50 7- 10 --- 16 Note: Borings B-2, B-3 and B-5 were terminated at a depth of 6 feet. Where: PI = Plasticity Index Su =Average Soil Shear Strength, psf(undrained) � =Angle of Internal Friction, deg. (undrained) ye= Effective soil unit weight, pcf N = Standard Penetration Test (blows per foot) P = Hand Penetrometer Value, tsf Calc. TCP = Calculated Texas Cone Penetration using established correlations Detailed descriptions of the soils encountered at the boring locations are provided on the boring logs included in the Appendix. OSHA Soil Type Classification The table below provide a summary of the OSHA Soil Type Classification for the soils encountered in the borings. OSHA Soil Type Classification Table Depth Soil Description OSHA Soil Type Classification (8'/2 to 11 inches)- 15 feet Cohesive Soil Above the Water Table Type B (Average undrained shear strength greater than 500 sf 15 feet—20 feet Cohesive Soil Below the Water Table Type C Note: Borings B-2, B-3 and B-5 were terminated at a depth of 6 feet. It should be noted that the contractor's "competent person" shall make the final determination of the OSHA Soil Type during excavation of the soils at the jobsite. If groundwater is encountered, all soils below the groundwater shall be considered as Type C soils. Page 6 of 16 DocuSign Envelope ID: E921FEAl-502E-461D-A492-2EOFB27AB587 June 25, 2021 LIPES BOULEVARD RECONSTRUCTION (21063) Attn: Ms. Mai Bernal, P.E. Sunwood Drive to Staples Street, Corpus Christi, Texas RETL Job Number: G121260 MSA No. 3399, Project No. 21063, Task Order No. 6 The maximum allowable slopes during construction for OSHA soil types are provided in the following table. Guidelines For Maximum Allowable Slopes Soil or Rock Type Max. Allow. Slopes for Excavations <Than 20' Deep Stable Rock Vertical Type A 3/: Horizontal: 1 Vertical Type B 1 Horizontal: 1 Vertical Type C 1'/2 Horizontal: 1 Vertical Guidelines for maximum allowable slopes were obtained from OSHA documents, but do not take into account any recent revisions or the stability of long-term unprotected slopes. Long term unprotected slopes will likely require flatter slopes. The guidelines presented herein for slopes does not imply RETL is taking responsibility for construction site safety, this responsibility falls entirely upon the contractor and his competent person. RETL is assuming that the contractor will comply with all rules, ordinances and other requirements to comply with safe construction practices. Groundwater Observations Groundwater (GW) observations and the depth the borings caved are provided in the following table. Groundwater(GW) Observations Boring During Drilling Upon Completion B-1 18 feet Wet and caved at 15 feet B-2 Dry Dry and open B-3 Dry Dry and open B-4 18.5 feet Wet and caved at 17 feet B-5 Dry Dry and open Based on observations made in the field, it appears as if the groundwater at this site at the time of our field investigation is at a depth of approximately 18 feet. Water levels in open boreholes were observed to rise to depths of 15 to 17 feet below the existing ground surface. Water levels in open boreholes may require several hours to several days to stabilize depending on the permeability of the soils and groundwater levels at this site may be subject to seasonal conditions, recent rainfall, proximity to large bodies of water, and drought or temperature effects. Page 7 of 16 DocuSign Envelope ID: E921FEAl-502E-461D-A492-2EOFB27AB587 June 25, 2021 LIPES BOULEVARD RECONSTRUCTION (21063) Attn: Ms. Mai Bernal, P.E. Sunwood Drive to Staples Street, Corpus Christi, Texas RETL Job Number: G121260 MSA No. 3399, Project No. 21063, Task Order No. 6 PROJECT DISCUSSION Project Description Based on information provided to RETL, the project will include reconstruction of Lipes Boulevard, between Sunwood Drive and Staples Street, in Corpus Christi, Texas. This portion of Lipes Boulevard is approximately 36 feet wide and is 0.51 miles long. The two-lane roadway is designated as a Collector Street and will be reconstructed with the existing curb and gutters. The reconstruction will consider both rigid and flexible pavement options. The project may also include the installation of two new traffic signals with new foundations, poles and mast arm signals. Traffic light standards will be supported on cast-in-place concrete drilled shafts. Conventional straight shaft drilled piers can be utilized at the sites to support the proposed traffic signal structures. Potential Vertical Rise (PVR) Discussion Differential vertical movements associated with the shrinking and swelling of plastic clayey soils is often a concern that needs to be addressed during the design and construction process. The estimated potential vertical rise (PVR) along the explored portion of Lipes Boulevard is on the order of 3'/2 to 4 inches. The PVR was calculated using the Texas Department of Transportation Method TEX-124E and took into account the depth of the active zone, estimated to be a depth of approximately 15 feet, and the Atterberg limits test results of the soils encountered within the active zone. The PVR value represents the vertical rise that can be experienced by dry subsoils if they are subjected to conditions that allow them to become saturated, such as poor drainage. The actual movement of the subsoils is dependent upon their change in moisture content. PVR reduction in pavement areas is typically not performed in the local area. If the project will include movement sensitive structures or if the City of Corpus Christi desires or requires to reduce the PVR value in the roadway area, RETL should be contacted for the appropriate recommendations. PAVEMENT CONSIDERATIONS The conditions that influence pavement design can be summarized as follows: • Bearing values of the subgrade. These can be represented by a California Bearing Ratio (CBR) for the design of flexible pavements, or a Modulus of Subgrade Reaction (K) for rigid pavements. • Vehicular traffic, in terms of the number and frequency of vehicles and their range of axle loads, • Probable increase in vehicular use over the life of the pavement, and • The availability of suitable materials to be used in the construction of the pavement and their relative costs. Page 8 of 16 DocuSign Envelope ID: E921FEAl-502E-461D-A492-2EOFB27AB587 June 25, 2021 LIPES BOULEVARD RECONSTRUCTION (21063) Attn: Ms. Mai Bernal, P.E. Sunwood Drive to Staples Street, Corpus Christi, Texas RETL Job Number: G121260 MSA No. 3399, Project No. 21063, Task Order No. 6 Specific laboratory testing to define the subgrade strength (i.e. CBR/K values) has not been performed for this analysis. Based upon local experience and soil classifications, the estimated CBR and K values for the average subgrade soil condition along the proposed pavement reconstruction project are 3 and 100 pci, respectively. The portion of Lipes Boulevard to be reconstructed will be designed in general accordance with the City of Corpus Christi Infrastructure Design Manual and subsequent design instructions provided by the City of Corpus Christi. RETL has been informed that this section of Lipes Boulevard is designated as a "Collector Street". A 24-hour traffic study, performed on June 8, 2021, by Maldonado-Burkett, LLP, was provided by The City of Corpus Christi. RETL has reviewed the information provided in the traffic study and has used a one-directional Average Daily Traffic (ADT) of 1,703 with 2 percent truck traffic. Based on a 30-year pavement design life and a 2 percent growth rate, the design year travel lane ADT is 3,085. Based on this information, the design 18-Kip Equivalent Single Axle Loads (ESAL) were calculated to be less than or equal to 2,000,000 for both flexible and rigid pavements. The prescribed minimum design 18-Kip Equivalent Single Axle Loads (ESAL) for a Collector Street, as outlined in the City of Corpus Christi Infrastructure Design Manual, is 2,000,000. Accordingly, the recommendations in this report are based upon the prescribed minimum ESALs contained in the City of Corpus Christi Infrastructure Design Manual, as well as the pavement design parameters provided in the table below. Pavement Design Parameters Asphalt Pavements Concrete Pavements Design Life 30 years 30 years Design Travel Lane ADT 3,085 3,085 Percent Busses and Large Trucks 2% 2% Percent Growth 2% 2% 18-kip Equivalent Single Axle Loading ESALs 2,000,000 2,000,000 Reliability(percent) 90 90 Initial Serviceability 4.2 4.5 Terminal Serviceability 2.5 2.5 Standard Deviation (flexible pavements) 0.45 0.39 Resilient Modulus of Subgrade (psi) 4,118 --- Modulus of Subgrade Reaction (pci) --- 100 *Effective Modulus of Subgrade Reaction (pci) --- *300 Minimum Required Structural Number(SN) 4.81 --- *Indicates composite K value after placement of slab support materials as recommended herein. If the owner or consultant provides considerations that conflict with the pavement design parameters presented in the table above, then RETL should be provided the appropriate design information and given the opportunity, prior to final issue of the plans and specifications, to determine if supplemental recommendations are warranted. Page 9 of 16 DocuSign Envelope ID: E921FEAl-502E-461D-A492-2EOFB27AB587 June 25, 2021 LIPES BOULEVARD RECONSTRUCTION (21063) Attn: Ms. Mai Bernal, P.E. Sunwood Drive to Staples Street, Corpus Christi, Texas RETL Job Number: G121260 MSA No. 3399, Project No. 21063, Task Order No. 6 PAVEMENT RECOMMENDATIONS Flexible Pavement Recommendations The recommended flexible pavement sections are provided in the table below. The recommended pavement sections were calculated using the American Association of the State Highway and Transportation Officials, "GUIDE FOR DESIGN OF PAVEMENT STRUCTURES," and are based on removal of the existing pavement materials and reconstruction of the roadways using new pavement materials. Recommended Flexible Pavement Sections Collector Street Pavement Constituent 2,000,000 ESALs Option 1 Option 2 Option 3 Hot Mix Asphaltic Concrete 5'/2 inches 6 inches 6 inches Crushed Limestone Base (Type A Gr. 1-2) 12 inches 12 inches 12 inches Tensar Triaxial TX-5 Geogrid Yes --- --- Biaxial Type 2 Geogrid --- Yes --- Lime Stabilized Subgrade (6'/z%) --- --- 8 inches Compacted Subgrade 12 inches 12 inches --- Calculated SN 4.90 4.84 =14 4.81 required) 4.81 required) 4.814 Surface Treatment and Hot Mix Asphaltic Concrete - RETL recommends placing a single course surface treatment underseal, a prime coat (MC-30 or MC-70), or both, on the finished flexible base material prior to placing the HMAC courses. A single course surface treatment underseal should be utilized if opened to traffic. Hot mix asphaltic concrete should meet the requirements set forth in TxDOT Item 340. Maximum and minimum thicknesses of HMAC placement for the types of HMAC recommended are provided in the following table. Recommended HMAC Compacted Lift Thickness HMAC Mixture Type Minimum Lift Thickness (in) Maximum Lift Thickness (in) Type D HMAC 1.5 3 Type B H MAC 2.5 5 Crushed Limestone Base Material - Crushed Limestone base materials in flexible pavement areas should meet the requirements set forth in Texas Standard Specifications 2014; Item 247, Type A, Grade 1-2 and should be placed in maximum 8-inch thick loose lifts and compacted to a minimum density of 98 percent of the maximum dry density as determined by the modified Proctor test (ASTM D1557) and within ± 1'/2 percent of the optimum moisture content. Geogrid - If the planned pavement selected for this project includes the use of geogrid, a layer of the specified geogrid for the pavement option selected shall be placed on the properly prepared raw subgrade. The geogrid shall be placed in accordance with the manufacturer's recommendations. Page 10 of 16 DocuSign Envelope ID: E921FEAl-502E-461D-A492-2EOFB27AB587 June 25, 2021 LIPES BOULEVARD RECONSTRUCTION (21063) Attn: Ms. Mai Bernal, P.E. Sunwood Drive to Staples Street, Corpus Christi, Texas RETL Job Number: G121260 MSA No. 3399, Project No. 21063, Task Order No. 6 Rigid Pavement Recommendations The use of concrete for paving has become more prevalent in recent years due to a decrease in the material cost of concrete and the long-term maintenance cost benefits of concrete pavement compared to asphaltic pavements. The recommended rigid pavement section calculated using the American Association of the State Highway and Transportation Officials, "GUIDE FOR DESIGN OF PAVEMENT STRUCTURES," are provided in the following table. Recommended Rigid Pavement Section Collector Street Pavement Constituent (2,000,000 ESALs) Option 1 Option 2 Option 3 Reinforced Concrete 8 inches 8 inches 8 inches Hot Mix Asphaltic Concrete, Type D --- 1 inch --- Crushed Limestone Base (Type A Gr. 1-2) 6 inches --- --- Cement Stabilized Caliche Base (4%) --- 6 inches --- Lime Stabilized Subgrade (6'/z%) --- --- 8 inches Reinforced Concrete - The concrete pavement should be reinforced and jointed as per applicable TxDOT specifications and should have a minimum 28-day flexural strength of 620 psi. Expansion joints should be sealed with an appropriate sealant so that moisture infiltration into the subgrade soils and resultant concrete deterioration at the joints is minimized. The joints should be thoroughly cleaned, and sealant should be installed without overfilling before pavement is opened to traffic. Crushed Limestone Base Material - Crushed limestone base materials in rigid pavement areas should meet the requirements set forth in Texas Standard Specifications 2014; Item 247, Type A, Grade 1-2 and should be placed in maximum 8-inch thick loose lifts and compacted to a minimum density of 95 percent of the maximum dry density as determined by the standard Proctor test (ASTM D698) and within ± 1'/2 percent of the optimum moisture content. Cement Stabilized Caliche Base— Cement stabilization of the existing and reclaimed caliche base shall be performed in accordance with Texas Standard Specifications 2014; Item 275, "CEMENT TREATMENT (ROAD MIXED)." Cement shall be properly mixed at a minimum rate of 4 percent of the maximum dry unit weight as determined by ASTM D698. The cement stabilized caliche base should be compacted within 2 hours of mixing to a minimum density of 95 percent of the maximum dry unit weight of the cement stabilized base, as determined by a standard Proctor test (ASTM D698), and within ± 1'/2 percent of the optimum moisture content. Subgrade Preparation After all deleterious materials and existing roadway materials have been removed to the required subgrade elevation, the exposed subgrade soils shall be proof-rolled to identify any soft or yielding locations. The subgrade shall be proofrolled in accordance with Texas Department of Transportation Standard Specification Item 216; "PROOF ROLLING". The equipment performing the proof rolling shall be a pneumatic tire roller with minimum weight of 25 tons and maximum weight of 50 tons. Page 11 of 16 DocuSign Envelope ID: E921FEAl-502E-461D-A492-2EOFB27AB587 June 25, 2021 LIPES BOULEVARD RECONSTRUCTION (21063) Attn: Ms. Mai Bernal, P.E. Sunwood Drive to Staples Street, Corpus Christi, Texas RETL Job Number: G121260 MSA No. 3399, Project No. 21063, Task Order No. 6 The roller shall meet the requirements of Texas Department of Transportation Standard Specification Item 210; Section 210.2.D, "Pneumatic Tire Rollers." The contact pressure shall be less than or equal to 150 psi for a pneumatic tire roller that weighs between 25 to 50 tons. A pneumatic tire roller weighing between 25 to 50 tons is a "Heavy Pneumatic". Any soft or yielding areas identified shall be removed to firm soils, reworked and recompacted in place to obtain a stable and non-yielding subgrade. After proof-rolling and any necessary remediation, and if a pavement section without lime stabilization will be used, the upper 12 inches of exposed subgrade soils shall be compacted to a minimum density of 98 percent of the maximum dry unit weight of the raw subgrade soils as determined by a standard Proctor test (ASTM D698) and at, or above, the optimum moisture content. Where a pavement section containing geogrid will be used, after proper compaction of the subgrade, a layer of the specified geogrid shall be placed on the properly prepared raw subgrade and shall extend outside the limits of the crushed limestone base material. The geogrid shall be placed in accordance with the manufacturer's recommendations. Where a pavement section containing lime-stabilized subgrade will be used, then upon completion of proof rolling, the lime stabilization operations shall be performed in accordance with TxDOT Item 260, "LIME TREATMENT FOR MATERIALS USED AS SUBGRADE (ROAD MIXED)." Based on the results of the Atterberg limits testing for the subgrade soils, curves provided in TxDOT Test Method 121-E, and the City of Corpus Christi design requirements, RETL recommends that the lime be mixed at the rate of 6'/2 percent, based on the maximum dry unit weight of the raw subgrade soils as determined by the standard Proctor test (ASTM D698). The lime stabilized soils should be compacted to a minimum density of 98 percent of the maximum dry density, as determined by a standard Proctor test (ASTM D698), and at, or above, the optimum moisture content. Specifications Any other pay items not specifically referenced herein shall be either City of Corpus Christi specifications or TxDOT specifications. All TxDOT specifications are referenced from the 2014 Texas Department of Transportation, "STANDARD SPECIFICATIONS FOR CONSTRUCTION OF HIGHWAYS, STREETS AND BRIDGES." Routine Maintenance of Flexible and Rigid Pavement Systems The pavement sections provided in this report are designed based on the indicated 18-kip equivalent single axle loads. During the design life, the roadway will require routine maintenance such as crack sealing and seal coats for flexible pavements and joint maintenance for rigid pavement sections in order to achieve a desirable life of pavement. Without proper maintenance, moisture infiltration into the base material and subgrade will result in rapid deterioration of the pavement system. RETL recommends that the City of Corpus Christi protect their investment by incorporating an aggressive maintenance program. Page 12 of 16 DocuSign Envelope ID: E921FEAl-502E-461D-A492-2EOFB27AB587 June 25, 2021 LIPES BOULEVARD RECONSTRUCTION (21063) Attn: Ms. Mai Bernal, P.E. Sunwood Drive to Staples Street, Corpus Christi, Texas RETL Job Number: G121260 MSA No. 3399, Project No. 21063, Task Order No. 6 TRAFFIC LIGHT FOUNDATION RECOMMENDATIONS The design of the drilled shaft foundations for support of the traffic light standards can be performed by the structural engineer using conventional drilled shaft design techniques that utilize allowable unit soil values for proportioning the foundations to resist design axial and lateral loads. It is our understanding that the City of Corpus Christi has previously utilized the Texas Department of Transportation Traffic Signal Pole Foundation Standard TS-FD-12 design methodology, which includes prescribed shaft design based upon the Texas cone Penetrometer (TCP) values. Accordingly, we are providing design information and recommendations in the following sections for both of these described design methods. Drilled Pier Recommendations The structural designer can utilize the allowable unit skin friction values for the range in depths included in the following table for straight shaft drilled piers to resist the axial loads given the strengths of the subsurface soils encountered. Allowable Unit Skin Friction Values Depth Below Existing Grade (ft) Allowable Unit Skin Friction (psf) 0 - 5 Neglect 5- 13 350 13- 18 250 18-22 200 All depths are referenced from the existing ground surface elevations at the boring locations during the time of our field investigation. The allowable unit skin friction values provided above are based on the strengths of the in-situ soils and utilize a design safety factor of 2 against shear failure. The straight shaft drilled piers should be founded at depths between 10 and 22 feet. If it is essential to minimize movement, the piers should be founded at a minimum depth of 20 feet. The piers will be subject to uplift forces resulting from adhesion of the expansive soils along the perimeter of the shafts. The uplift force can be estimated (in kips) by multiplying the diameter of the pier (in feet) by 18. Soil induced uplift can be resisted utilizing the dead load on the pier and the weight of the pier itself. If additional resistance to uplift is required, the allowable skin friction values below a depth of 15 feet may be utilized in the design. Settlement of a properly designed and constructed straight shaft drilled pier is estimated to be on the order of 1 percent of the shaft diameter of the pier. Straight shaft drilled piers should be spaced no closer than three pier diameters apart measured center to center. Drilled piers at this site should be adequately reinforced with a minimum of 1 percent of the cross-sectional area of the pier shaft throughout the depth of the pier to withstand uplift forces. Page 13 of 16 DocuSign Envelope ID: E921FEAl-502E-461D-A492-2EOFB27AB587 June 25, 2021 LIPES BOULEVARD RECONSTRUCTION (21063) Attn: Ms. Mai Bernal, P.E. Sunwood Drive to Staples Street, Corpus Christi, Texas RETL Job Number: G121260 MSA No. 3399, Project No. 21063, Task Order No. 6 Drilled piers may be subjected to lateral loads. Lateral pier analysis programs such as L-pile will require the following soil parameters for this site. L-Pile Design Criteria D Description C YQ K Eso 0- 5 CLAY Neglect 5- 13 CLAY 1,300 0 120 500 0.007 13- 15 CLAY 750 0 115 100 0.01 15- 18 CLAY 750 0 55 100 0.01 18- 22 CLAY 550 0 55 100IH:11 Where: D = depth (ft) effective unit weight, pcf C = shear strength, psf = angle of internal friction, deg. K= modulus of subgrade reaction (pci) Eso= 50% strain value Drilled Piers usinq TS-FD-12 The recommendations provided in this section are applicable to straight shaft drilled piers where the designers will utilize the Texas Department of Transportation Traffic Signal Pole Foundation Standard TS-FD-12. This document utilizes the strengths of the soils as determined by the Texas Cone Penetrometer(TCP) Test in blows/ft. Although some variances occurred during sampling based on the driller's judgement, the soils sampled for this project generally utilized Shelby tube samples in cohesive soils (CLAY) and the Standard Penetration Test (SPT) in cohesionless soils (SAND). The SPT tests were converted to TCP using relationships developed by Touma and Reese (1969). The relationship for cohesive and non- cohesive soils are as follows: Cohesionless Soils (SAND) TCP = SPT/0.5 Cohesive Soils (CLAY) TCP = SPT/0.7 In addition, given the undrained shear strength (Su) provided in the soil profile table, the corresponding TCP to use for the range in undrained shear strength of CLAY soils is provided in the following table. Conversion Undrained Shear Strength (Su)to Texas Cone Penetrometer(TCP) Range of Undrained Shear Strength (psf) Texas Cone Penetrometer Values (TCP) 0 -500 3 TCP 500- 1,000 8 TCP 1,000—2,000 11 TCP 2,000—4,000 23 TCP 4,000 and greater 45 TCP Page 14 of 16 DocuSign Envelope ID: E921FEAl-502E-461D-A492-2EOFB27AB587 June 25, 2021 LIPES BOULEVARD RECONSTRUCTION (21063) Attn: Ms. Mai Bernal, P.E. Sunwood Drive to Staples Street, Corpus Christi, Texas RETL Job Number: G121260 MSA No. 3399, Project No. 21063, Task Order No. 6 The calculated approximate equivalent values for the Texas Cone Penetrometer Tests are provided in the Soil Profile Table in the "Subarade Soil Conditions" section of this report. The approximate equivalent calculated TCP values may be utilized for design in conjunction with the Texas Department of Transportation Traffic Signal Pole Foundation Standard TS-FD-12. Straight shaft drilled piers should be spaced no closer than three pier diameters apart measured center to center. Drilled piers at this site should be adequately reinforced with a minimum of 1 percent of the cross-sectional area of the pier shaft throughout the depth of the pier to withstand uplift forces. CONSTRUCTION CONSIDERATIONS Site Drainage Allowances for proper drainage and proper material selection of base materials are most important for performance of pavements. Ruts and areas that hold water in asphalt pavements allow for quick deterioration of the pavement primarily due to saturation of the underlying base materials and subgrade soils. The pavement design recommendations in this report are based on the assumption that the pavements will have good drainage off the surface and away from the edges. A minimum of 2-percent cross slope in the pavement surface is recommended. Drilled, Cast-in-Place, Pier Construction Considerations For drilled piers founded below a depth of approximately 15 feet, temporary steel casing may be required to successfully install the drilled piers in order to maintain a stable excavation and prevent sloughing of soils into the pier excavation prior to pier observation, placement of reinforcing steel and concrete placement. The pier drilling contractor should be prepared and have casing on-site. Drilled piers constructed utilizing temporary steel casing require that concrete be placed as soon as possible after all loose material has been removed, the pier excavation inspected, and reinforcing steel installed. A relatively high slump concrete mix (6 to 7 inches) is suggested to minimize aggregate segregation caused by the reinforcing steel. Free fall of concrete into the pier excavation is permitted provided the concrete can be placed into the pier excavation without striking the sides of the excavation or hitting the rebar. It should be noted that research has shown that free fall concrete guided at the top of the excavation to avoid contact with the sides of the pier excavation and reinforcing steel can drop more than 80 feet without any measurable segregation. In addition, the research has shown that as long as the concrete drop is in air the strength of the concrete was not adversely affected. In situations where it is impossible for the concrete to fall freely without striking the rebar cage or sides of the pier excavation the free fall should be limited to 10 feet, or placed with a tremie. Pier excavations should not be allowed to stay open overnight. Page 15 of 16 DocuSign Envelope ID: E921FEAl-502E-461D-A492-2EOFB27AB587 June 25, 2021 LIPES BOULEVARD RECONSTRUCTION (21063) Attn: Ms. Mai Bernal, P.E. Sunwood Drive to Staples Street, Corpus Christi, Texas RETL Job Number: G121260 MSA No. 3399, Project No. 21063, Task Order No. 6 The successful placement of a pier foundation is dependent on the expertise of the drilled pier foundation contractor. It is recommended that the groundwater elevation at the pier locations be determined at the time of construction to ensure that the proper method of pier installation is being performed. The Geotechnical Engineer, or his designated representative, should be present to witness the test excavations and installation of the drilled piers. Earthwork and Subgrade Acceptance Exposure to the environment may weaken the soils at the pavement bearing levels if the excavations remain open for long periods of time. Therefore, it is recommended that the pavement excavations be extended to final grade and that the pavements be constructed as soon as possible to minimize potential damage to the bearing soils. The pavement bearing level should be free of loose soil, ponded water or debris and should be observed prior to placing pavement constituents by the Geotechnical Engineer, or his designated representative. Pavement constituents should not be placed on soils that have been disturbed by rainfall or seepage. If the bearing soils are softened by surface water intrusion, or by desiccation, the unsuitable soils must be removed from the pavement excavations and be replaced with properly compacted fill or crushed limestone base, as directed by the Geotechnical Engineer, or his designated representative, prior to placement of pavement constituents. The Geotechnical Engineer, or his designated representative, should monitor subgrade preparation and placement of all pavement constituents. As a guideline, a minimum of one, in- place density test should be performed on the subgrade soils and each subsequent lift of base materials at a rate of one test per 200 linear feet of travel lane. Any areas not meeting the required compaction should be recompacted and retested until compliance is met. GENERAL COMMENTS If significant changes are made in the character or location of the proposed project, a consultation should be arranged to review any changes with respect to the prevailing soil conditions. At that time, it may be necessary to submit supplementary recommendations. It is recommended that the services of RETL be engaged to test and evaluate the subgrade soils in the excavations prior to placing pavement constituents or concrete in order to verify that the bearing soils are consistent with those encountered in the borings. RETL cannot accept any responsibility for any conditions that deviate from those described in this report, nor for the performance of the pavement systems or foundations if not engaged to also provide construction observation and testing for this project. If it is required for RETL to accept any liability, then RETL must agree with the plans and perform such observation during construction as we recommend. All sheeting, shoring, and bracing of trenches, pits and excavations should be made the responsibility of the contractor and should comply with all current and applicable local, state and federal safety codes, regulations and practices, including the Occupational Safety and Health Administration. Page 16 of 16 DocuSign Envelope ID: E921 FEA1-502E-461 D-A492-2EOFB27AB587 DocuSign Envelope ID: E921FEAl-502E-461D-A492-2EOFB27AB587 GEOTECHNICAL ENGINEERING Hca ,t, • CONSTRUCTION MATERIALS II 1 1 IM � ENGINEERING &TESTING Ae°R o�PSOILS •ASPHALT• CONCRETE Q 0 pp SITE VICINITY MAP a r, w h 0 I G a r , i t, i / +u i J1 1� YI ti f 0 " m 7 r June 25, 2021 LIPES BOULEVARD RECONSTRUCTION (21063) Attn: Ms. Mai Bernal, P.E. Sunwood Drive to Staples Street, Corpus Christi, Texas RETL Job No.: G121260 MSA No. 3399, Project No. 21063, Task Order No. 6 ROCK ENGINEERING& TESTING LABORATORY,INC. Corpus Christi San Antonio Round Rock Office:361.883.4555 Office:210.495.8000 Office: 512.284.8022 Fax:361.883.4711 Fax:210.495.8015 Fax: 512.284.7764 6817 Leopard St. 10856 Vandale 7 Roundville Ln. Corpus Christi,TX 78409 San Antonio,TX 78216 Round Rock,TX 78664 www.rocktesting.com DocuSign Envelope ID: E921FEAl-502E-461D-A492-2EOFB27AB587 GEOTECHNICAL ENGINEERING Hca ,t, • CONSTRUCTION MATERIALS II 1 1 IM � ENGINEERING &TESTING Ae°R o�PSOILS •ASPHALT• CONCRETE Q 0 BORING LOCATION PLAN y a ra , r z „ r i I IIIIVVVVVVVVVVVVVVVVVV I V� f �A June 25, 2021 LIPE BOULEVARD RECONSTRUCTION (21 063) Attn: Ms. Mai Bernal, P.E. Sunwood Drive to Staples Street, Corpus Christi, Texas RETL Job No.: G121260 MSA No. 3399, Project No. 21063, Task Order No. 6 ROCK ENGINEERING& TESTING LABORATORY,INC. Corpus Christi San Antonio Round Rock Office:361.883.4555 Office:210.495.8000 Office: 512.284.8022 Fax:361.883.4711 Fax:210.495.8015 Fax: 512.284.7764 6817 Leopard St. 10856 Vandale 7 Roundville Ln. Corpus Christi,TX 78409 San Antonio,TX 78216 Round Rock,TX 78664 www.rocktesting.com DocuSign Envelope ID: E921FEA1-502E-461D-A492-2EOFB27AB587 LOG OF BORING B-'I SHEET 1 of 1 G CLIENT: City of Corpus Christi Rock Engineering&Testing Lab. Inc PROJECT: Lipes Boulevard Reconstruction (21063) ti 6817 Leopard Street LOCATION: Sunwood to Staples, Corpus Christi, Texas c Corpus Christi,Texas 78409 p p !/O ' �a Telephone: 361-883-4555 NUMBER: G121260 9yro�Y `aG°�4° Fax: 361-883-4711 DATES DRILLED: 6/4/2021 FIELD DATA LABORATORY DATA DRILLING METHOD(S): ATTERBERG Hollow Stem Auger LIMITS X W GROUNDWATER INFORMATION: LU p w Groundwater(GW)was encountered at a depth of 18 feet during drilling. w H _ ? � Wet and caved at 15 feet upon completion. z g p O J H } > p O fED Z LL�"`0 U C/) LLJU U t= � N w w >5>aa&3 � u~i co z c� W H 0 O = J J 0 cn cn Z H 0 J J of Z cn co a g m o o° o a a } o z SURFACE ELEVATION: N/A p COa < z n t c7 : LL PL PI o a° 00 a"i ' DESCRIPTION OF STRATUM 17 39 29 10 6 ASPHALT, approximately 1.75 inches BASE, poorly graded sand with clay and gravel, light brown, SH P=2 5 32 61 20 41 84 moist,approximately 6.75 inches. (caliche)(42%gravel sized S-1 particles) VITH SAND, dark gray, moist, stiff. SH s-2 P= 1.5 33 Same as above,with gypsum,gray and brown. 5 ----------------------------- ------------------------------ SH p= 1.5 20 41 16 25 72 LEAN CLAY WITH SAND, brown, moist,stiff. (CL) S-3 SH S-4 p= 1.0 20 102 1.2 Same as above,with gypsum. 10 SH P=2.5 20 40 13 27 70 Same as above. (CL) S-5 SH p= 1.0 20 104 0.5 LEAN CLAY WITH SAND,with gypsum, brown, moist,firm. S-6 15 Ss 20 S-7 N=5 26 CLAYEY SAND, brown, moist,firm. N J h o.. SS S-8 N=10 24 SILTY SAND, brown, moist, medium. 25 Boring was terminated at a depth of 25 feet. N N_ o N - STANDARD PENETRATION TEST RESISTANCE REMARKS: Qc- STATIC CONE PENETROMETER TEST INDEX Drilling operations were performed by RETL at GPS Coordinates U N°27.67606 W°97.39851 0 P - POCKET PENETROMETER RESISTANCE 0 2 DocuSign Envelope ID: E921FEA1-502E-461D-A492-2EOFB27AB587 LOG OF BORING B-2 SHEET 1 of 1 G CLIENT: City of Corpus Christi Rock Engineering&Testing Lab. Inc PROJECT: Lipes Boulevard Reconstruction (21063) ti 6817 Leopard Street LOCATION: Sunwood to Staples, Corpus Christi, Texas c Corpus Christi,Texas 78409 p p !/O ' �a Telephone: 361-883-4555 NUMBER: G121260 9yro�Y `aG°�4° Fax: 361-883-4711 DATES DRILLED: 6/4/2021 FIELD DATA LABORATORY DATA DRILLING METHOD(S): ATTERBERG Solid Stem Auger LIMITS X W GROUNDWATER INFORMATION: LU p w Dry and Open upon completion of drilling. z w Z �_ ippn J g f- O J H >- L17 > p O fz LL�"`0 U U U F- Z) F N w w >5aa&5 a cn Cn z CO W H 0 O Cn = J J >(n(n Z H 0 J J Z cn a g m o o° o � a a } o z SURFACE ELEVATION: N/A On 0 COaCn z n t 0 � LL PL PI o a° °U cn DESCRIPTION OF STRATUM 17 ASPHALT, approximately 3 inches tIBIPAASrE, clayey sand with gravel, light brown, moist, SH P=4.5+ 29 83 24 59 93 poximately 6.75 inches. (caliche) S-1 , gray, moist, very stiff. SH S-2 P=4.0 28 Same as above, brown. ----- ---- ---- -- -- -- ------------------------------ 5 SH S-3 p=4.0 20 LEAN CLAY WITH SAND, brown, moist,very stiff. Boring was terminated at a depth of 6 feet. N N J h WI U Ir a Ir C7 d co N N_ o N - STANDARD PENETRATION TEST RESISTANCE REMARKS: Qc- STATIC CONE PENETROMETER TEST INDEX Drilling operations were performed by RETL at GPS Coordinates U N°27.67531 W°97.39714 0 P - POCKET PENETROMETER RESISTANCE 0 J DocuSign Envelope ID: E921FEA1-502E-461D-A492-2EOFB27AB587 LOG OF BORING B-3 SHEET 1 of 1 G CLIENT: City of Corpus Christi Rock Engineering&Testing Lab. Inc PROJECT: Lipes Boulevard Reconstruction (21063) ti 6817 Leopard Street LOCATION: Sunwood to Staples, Corpus Christi, Texas c Corpus Christi,Texas 78409 p p !/O ' �a Telephone: 361-883-4555 NUMBER: G121260 9yro�Y `aG°�4° Fax: 361-883-4711 DATES DRILLED: 6/4/2021 FIELD DATA LABORATORY DATA DRILLING METHOD(S): ATTERBERG Solid Stem Auger LIMITS X W GROUNDWATER INFORMATION: LU p w Dry and Open upon completion of drilling. Z w Z O J H >- L17 > p O fZ LL�"`0 U co LUU U F- Z) F N w w >5>aa&5 � co u~i z c� W H 0 O c = J J 0ZZZ H 0 J J Z cn co a g m o o° CO a a } o z SURFACE ELEVATION: N/A Oo 0 COaco Z n:t c7 LL PL PI o a° °U a"i DESCRIPTION OF STRATUM 21 45 24 21 30 ASPHALT, approximately 2 inches BASE, clayey sand, light brown, moist, approximately 6.5 SH P=2 5 33 inches. (caliche)(13%gravel sized particles) S-1 SAND, gray, moist, stiff. SH S-2 P=2.0 34 76 25 51 85 Same as above,gray. (CH) 5 SH S-3 P=2.0 29 Same as above,gray and brown. Boring was terminated at a depth of 6 feet. N N J h WI U Ir a Ir C7 d co N N_ o N - STANDARD PENETRATION TEST RESISTANCE REMARKS: Qc- STATIC CONE PENETROMETER TEST INDEX Drilling operations were performed by RETL at GPS Coordinates U N°27.67467 W°97.39550 0 P - POCKET PENETROMETER RESISTANCE 0 J DocuSign Envelope ID: E921FEA1-502E-461D-A492-2EOFB27AB587 LOG OF BORING B-4 SHEET 1 of 1 G CLIENT: City of Corpus Christi Rock Engineering&Testing Lab. Inc PROJECT: Lipes Boulevard Reconstruction (21063) ti 6817 Leopard Street LOCATION: Sunwood to Staples, Corpus Christi, Texas c Corpus Christi,Texas 78409 p p !/O ' �a Telephone: 361-883-4555 NUMBER: G121260 9yro�Y `aG°�4° Fax: 361-883-4711 DATES DRILLED: 6/4/2021 FIELD DATA LABORATORY DATA DRILLING METHOD(S): ATTERBERG Hollow Stem Auger LIMITS X W GROUNDWATER INFORMATION: LU p w Groundwater(GW)was encountered at a depth of 18.5 feet during drilling. w H _ ? � Wet and caved at 17 feet upon completion. z g p J O =} > ED z LL O C/) LLJ0 U �aaU HO cn O5 0-1 cn Cn z CO W w > n n Z Cn O JJ ZJmoo° o:ipN SURFACE ELEVATION: N/A aao ° °p CO vi 0 :2 LL PL PIo aU a"i :2 DESCRIPTION OF STRATUM 18 ASPHALT, approximately 3.50 inches BASE, clayey sand with gravel, light brown, moist, SH P= 1.0 35 67 27 40 82 approximately 6.50 inches. (caliche) S-1 SAND, dark gray, moist,firm. SH S-2 p= 1.5 35 Same as above,gray and brown, stiff. 5 SH P=2.5 27 96 2.0 Same as above, brown. S-3 ----- ———— ———— -- -- -- ------------------------------ SH S-4 p=3.0 20 37 16 21 70 LEAN CLAY WITH SAND, brown, moist,very stiff. (CL) 10 SH p=3.5 19 107 1.1 Same as above, stiff. S-5 SS N=8 19 Same as above. S-6 15 ----- ———— ———— -- -- -- ------------------------------ SS S-7 N=4 23 38 13 25 48 CLAYEY SAND, brown, moist,firm. (SC) 20 N J h SS S-8 N=7 21 SILTY SAND, brown, moist, loose. 25 Boring was terminated at a depth of 25 feet. N N_ o N - STANDARD PENETRATION TEST RESISTANCE REMARKS: Qc- STATIC CONE PENETROMETER TEST INDEX Drilling operations were performed by RETL at GPS Coordinates U N°27.67378 W°97.39378 0 P - POCKET PENETROMETER RESISTANCE 0 2 DocuSign Envelope ID: E921FEA1-502E-461D-A492-2EOFB27AB587 LOG OF BORING B-5 SHEET 1 of 1 G CLIENT: City of Corpus Christi Rock Engineering&Testing Lab. Inc PROJECT: Lipes Boulevard Reconstruction (21063) ti 6817 Leopard Street LOCATION: Sunwood to Staples, Corpus Christi, Texas c Corpus Christi,Texas 78409 p p !/O ' �a Telephone: 361-883-4555 NUMBER: G121260 9yro�Y `aG°�4° Fax: 361-883-4711 DATES DRILLED: 6/4/2021 FIELD DATA LABORATORY DATA DRILLING METHOD(S): ATTERBERG Solid Stem Auger LIMITS X W GROUNDWATER INFORMATION: LU p w Dry and Open upon completion of drilling. z w Z =a J O }} � > O z LL co LU0 U F- Z) FaaU aH" 0 LLJcn O5 0-1 cn Cn z COcw > n n Z� 0 JJ Zg moo° o pN SURFACE ELEVATION: N/A aao o ° °0 CO vi 0 :2 LL PL PI U :2 DESCRIPTION OF STRATUM 14 ASPHALT, approximately 4 inches BASE, clayey sand with gravel, light brown, moist, SH P=2 0 35 73 23 50 81 approximately 7 inches. (caliche)(34%gravel sized particles) S-1 LIME STABILIZED SUBGRADE, approximately 2 inches SH FAT CLAY, dark gray, moist, stiff. (CH) S-2 P= 1.5 36 Same as above. 5 SH S-3 p= 1.0 36 Same as above,gray and brown,firm. Boring was terminated at a depth of 6 feet. N N J h WI U Ir a Ir C7 d co N N_ o N - STANDARD PENETRATION TEST RESISTANCE REMARKS: Qc- STATIC CONE PENETROMETER TEST INDEX Drilling operations were performed by RETL at GPS Coordinates U N°27.67306 W°97.39222 0 P - POCKET PENETROMETER RESISTANCE 0 J oncuGignEnvelope ID: c921rEAl-502E4610-A492-2cOro27Ao587 JAN 20, 2021 100 PM MUA101903 I:\2MOR5\20102490\CA0\RO.AD\SHEET\WOhTnmr.. LA UT 1/20/202] ORA GP/OT 0 0 1/20/2023 (5 EARED /20/2020 ro z^ n < ;z Q � cDi >I Z J bl co M1m c ao -as as o z o � 1 7.0 n m 0 CO 0 z C• /) �WCOoo ti rn n A a o _[O�7 zI rl _y m o co 0 DoCC1 '4N 4' COCO o o � cn rn, c'90 l z ON 1O3PObd g0q z m 0 p i z AV8 I.L INH0 SI -WNW ALN000 0101N1Vd NVS EVISION O. 7 -43 DATE DESCRIPTION LIPES BOULEVARD SUNWOOD DRIVE TO STAPLES STREET (BOND 2020) COVER SHEET DATE CITY of CORPUS CHRISTI TEXAS Department of Engineering Services DESCRIPTIO HANSON 0Copy0110 Hanson Professional Services Inc 2023 Hanson Professional Services Inc. 4501 Gollihar Rd. Corpus Christi, Texas 70411 MFG Lcs ENGINEERING r-41; I SURVEY r-10039,10 02E-461 D-A492-2E0FB27AB587 JAN 20, 2021 100 PM MUAE01901 I:\10,1095\20202492\0.0\R0,V1\201RT\SHEENNOEX2IECENO.OMG IAY00T 01/20/2022 DRAWN W/0r 01/20/202] EARED 01/20/2020 S.Tg ST.S a V: 8 56 m TIa V. u N- o S R 5 R S.Tit N U S t& L& 6 R L N 3 S g N 5 i5 it n I a : C ti5 e m, m u s u w- o m -+ a H £3RHRVAIn'nns0AMN N i 222.... DADDA pMPAVA II'I'V�°��AISIME M0M 6§iigatsssg 20202020202020 ���c 4�a99�.P.�.�>>4Inaaaaaaap> aliQ��iQ�����;�=N 1 ssggg. wn _ R R:��»m'99 ii i n29ril NoE= G29 RoaA1&1111 oms-mo 999€FRRRRRR0 R2s €€€€€€€i sf p2��§ R ;neg$1p eR R _._.+RIPRIRI G !v.!!!,”!a mm gggggg 0 4N4o� ala PP”»» iiiI Og sasses$ 9 >a » » >> --16y1 A UM 3� araaa '+882020202020208 F2 G G G n S $ 8 8 8 8$ 1 Q $ SNO1VA3N8 V i55a YCk-fsS mCetl N" T.S m m -4w > u.,. _ os B 20e & R81; 3e Sm 20 AN. uv-sS 82020 FR1 rRRRR R1RRRU� � � �� _ � g� 333: �., � �., � 5 ��» �:� `��000000000000999999e o11���� s1��1gigg����eAAs laggggggggggggGGGGGGG1159 — viii M :g `A���������������s����a�!uGGa€€€€8999�gggggggi �s �sss=lo 1 olliiidOMNP F g g g g s g g g g 4 Y Y h b Sao 9 9! i!! I R C G G G G G G G 9 lli 4 35-' '"4 2 fh . 4F, F Is 9 p�� ' `� Sid %0.@.0o70 M \z,_310:, 20 =-. Ra§120 g R a g 3 � a S€ D A 20 5 SIOBWAS ONIISIX3 g g 4 ILII O S3dA13NIl ONIISIX3 0 0 0 NOIldI DS30 0 z X30NI 133HS REVISION NO. DATE 9Y DESCRIPTION REVISION N0. DATE DY DESCRIPTION 1901Z ( 103roaa AID a 2 m T~ v o O � � CO LIPES BOULEVARD SUNWOOD DRIVE TO STAPLES STREET (BOND 2020) SHEET INDEX & LEGEND CITY of CORPUS CHRISTI TEXAS Department of Engineering Services HANSON ®Copyrfglt Naneon Proteesional Services Inc 2023 Hanson Professional Services Inc. 4501 Gollihar Rd. Corpus Christi, Texas 78411 MFG' BFELS I ENGINEERING r-41; SURVEY r-10=9.0 adoienu3 u0igrooa 02E-461 D-A492-2EOFB27AB587 s ,al y ,y.',"f�"' r oo�ee�-�n3nansil�e-��rvl=�aarvl�lvals�3es1 se�In.laS 6uueeul6u3{o ;uew}iodap CID � 111BL 1111i'ilsug3 sndiao N o vaJa4!iio9 osn SYX31 dHW 1081N00 -T inoA 'l 103('ONd g N s6ELEl ..`:I+ oulsaawaS1—IS-1--duos-H IIS18HD snd2100 do .11l0 � g Z 011lynW 3�J01�IA fZOZ.cul se�iueS louo;seeload uoeuoH 14 a<dJ® '�""�' MIO W �. Nosnn�H 133b1S S37dV1S Ol 3AI80 OOOMN(1S i ONVA3lnos 53dI1 (� a NOI1dIM0530 AS 7'ON 1,1017NOI1dIY0530 -1 'ON N A9OISIA3N e m m m U ya, aVR o I I -1S 531dnls'S 8 O _ �z- c's S S ¢ m a Gm o � g = mm m 0 w11_� mg ��zw it g m I = mmmmm O o e 9� of F 0 It �m S a 5 f2, EgU 12 h BUR fa R8 8 - 8. P0 0 0 0 0 0 0 v = a zw zw zw - w a § !o a g w o e S �c �c 3mt?m � I - un, gg zw S z o ur o KIM 'ao 31V`ED n-mLU qa o 8 S f: ® LU m ® .... ..... ..... J = �' y n m m N F _ M m = s�� 'NO 31V9a3Na w ma a m PR m mr e 90.51 !R DIM alk q s r j, EPP n n a�&r; �&z �&p si IN, $811 s �11w1 O © ® O O f^ 05+8`d1S IV 3NIlHOIVW w11� a m all w 0 'NO Ooomans f •10 S3WVr INNS a000 n am 8 0 0 0 = > E ti ti . w w O • o 1.gFg n� �� o au o N m m N x o �o �m m m m � w 05+8 b1S ld 3NIlHO1VW =_ M W Q, aoz oz I Nn mxzu� a5wdemowuoaviraiwazroNd Is ma asszuwz seoroz:1 (n vu/0 I do TABI01tl0X NdU/oz/iq NA I mw 0 WAR 21, 2023 5:22 PM MDPoID1902 I:\20d0GS\20120400\rm\ ROAD \SREET\Pnnei1MATEDWONTES&TcmNcswmulc.GNG LAMP' 01/20/2023 DRAWN GP/Or 01/00/2023 RENEWED 01/20/2023 64 64 64 b 8 g 006648 0888649 64 6- 8 0 5 ro "51"23 roro-ro sno 64 m ii m 6464640 '� m° 64664 a '7A➢9 m 2 �aa00 p n to 5 z`0AzRo6 uo n d w ro y w w 64 64 51. 0E2 -., ro w a EFT c a( 64 6 '252 2 gmmSR°io mq 682m go ➢0 Ng m64 $ o �y 648 m 64664646➢ o64 n p.�.964 646.s 0o z�h€ m 6 ao g z m0nz0 2,m 2 o� 6464 y ao°8a9 0 oma., A z sF o J sq 2, W s.' mzmy o_.0 nor Y m 64 A gym 640 P 6 _ i ozo 5 9 Av51 64 o 02 �, 1 8g �g Oro m v- 8 mW i (CONCRETE ORNEWAYDEMMLRON SF i 7404 (fASPHALT PAvVEMENT REP. SY 1 44 cvccn uiec� e 22yo°°fin SSijij ��n7 m o .Ao i o REELPAPLOS N CHEATAPPLIED PR EFAB PREFORMED THER0.�PLASTiC (Wi(ARROWI 2 mmm 8nb 764646 mAW pvmu 0 mr ; 0 IRHER.^kOPLASTiC WH(Bti(EARNPO25M� PREFORMED �! 6 m n '7 >� 3 ° o REFL P.M', NC HEAT APPLIED PR EF. PREFORMED LF THER.MOPLAST,C(W) 12"(SLD)(125 ML) 100 �� b mm 646 640 ,: �o$� _ REFLECTED PAVEMENT MARKERS (TYPE t)(YELLOW)(48(SOLO) 02 LF 4.674 °oa'nmg nA" n°6y g6in6 g O g i'A -• A 0 W OpN 6 11 g 64 q m m09 ES" 2 oda '.' 9n7 mo 64 00 ." -,., 0 Apm � 2 e 64 64 64 64 0 roN-omrovwwa 0888649 41 6664 8 off: $8'8,864 . wwaroN"1 roro-ro sno 64 m ii m 6464640 '� m° 64664 a '7A➢9 m 2 �aa00 p n to 6 gZ-9 ` S R R A O ro z`0AzRo6 uo n 02'1. gym. 21 a ,t 66 77oo ori 7 55' IV, I ORM IVINNHULL 1",;22 YPSTCRMWATER MANHOL _ 1� R DIN O'C D C E _j 46' REINFORCED CONCRETE PIPE (CLASS IH :o 02 F ,. r,o In 64'1 ( REMOVAL OF REINFORCED CONCRETE PPE NEW STANDARD CURB INLET LS THROAT OPENING) NEW POST INLET a5.°ms 2y oo_TAEo'” wo ��m� a m RAD. DETECTOR COPRA 8 POWER CABLE (WAVE -MOND _ LF SMARTSENSOR 6OC) CS COM CBL (ETHERNET) (CATSE) _ LF 6464➢ C) EA PED SIG SEC (LED(COUNOO) (EA TRF SIG CBL (TY A)(;4AYA)( CONDR) LF TRF SG cm_ (TY ('4AWG�(t GONER) i LF TRF SIG CELA (Y(14 AWS)nB CONDE() LF 6 o 64 66 A R c a( 64 6 '252 2 rryy mm 6'", 64 . 646464; 64 6 or,a F P P -I 64 23 2 uN 0 w 52ai°." 0,.0 1M a a u aSJN+a 0888649 41 6664 8 8 $8'8,864 . � o9°nn°° ors a on pO 64 z _ ADD roro-ro sno 64 m ii m 6464640 '� m° 64664 a '7A➢9 m 2 �aa00 p n to 0V'V64 b oo D 164642 832' o a o o602oi my6g6464 6 -0m 6 a 64 9 8 '' o D to 64 ym 0 2 2 64 n 5 �`c6451ozm64 ' 64 0 o o 64 ro ro o0 mo�� 0 6 6464 m6 2645 o2 n 0""6464 o n n 664 SS 66 o € € 06, A n m '.8 �N�gO Po'2 D 3n sl "' sp B n y O'e n b 0 RAD. DETECTOR COPRA 8 POWER CABLE (WAVE -MOND _ LF SMARTSENSOR 6OC) CS COM CBL (ETHERNET) (CATSE) _ LF 'A"u6o oq m� +66 o z`s ° m o 0.2 z v~m 0 8 1 C) EA PED SIG SEC (LED(COUNOO) (EA TRF SIG CBL (TY A)(;4AYA)( CONDR) LF TRF SG cm_ (TY ('4AWG�(t GONER) i LF TRF SIG CELA (Y(14 AWS)nB CONDE() LF y 0888649 05 ro9'N 6,20 596451'828vrowa0M-o u aha o n Riimzi� mo -z (3, -zo k ,64626"'090220, m g �scg If A 3 052-,JP,moo kA6� r e. 670 �S o" 25 6424 o ro„ro 0 �' —s Ap ,2,1 o o _ € q o2 n 0""6464 o n n 664 SS 66 o € € 06, A n m '.8 �N�gO Po'2 D 3n sl "' sp B n y O'e n b 0 RAD. DETECTOR COPRA 8 POWER CABLE (WAVE -MOND _ LF SMARTSENSOR 6OC) CS COM CBL (ETHERNET) (CATSE) _ LF 'A"u6o oq m� +66 o z`s ° m o 0.2 z v~m 0 8 1 C) EA PED SIG SEC (LED(COUNOO) (EA TRF SIG CBL (TY A)(;4AYA)( CONDR) LF TRF SG cm_ (TY ('4AWG�(t GONER) i LF TRF SIG CELA (Y(14 AWS)nB CONDE() LF 6 o 64 66 A R c a( 64 6 '252 2 ; 64 7,1o 64 6 66 F P P -I 64 23 2 m 0 0 0 0 0,.0 0 N , o 210 w P g DDDnD D D➢ ➢ -.� m ro -. ro 2,}+220" wn Y.u' y 6 2 2 a - - 6,20 66 64 9// N u aha o n DIMJ TAPPING SLEEVE EA 1 8" DI.MJ_ TAPPING SLEEVE EAI 1 M GATE VALVE FEA j t1 064 0564 7A A3 G 7 as ' DESCRIPTION 8 64 .... 64 6 m s_ < < 8 8 _ 64 6 o 64 66 A R c a( 64 6 '252 2 ; 64 64 64 64 6 66 F P P -I 64 23 2 m 0 0 0 0 0,.0 0 m o , P 31f1(113HJS 9NIIS31 f' 64 wwauN 6v6wawv� € ;,, `64 rgAr 0646- Am2z 0060 600660 '664 3 o 64646496466646466 w -64643663 646464, °262564 26 m a DIMJ TAPPING SLEEVE EA 1 8" DI.MJ_ TAPPING SLEEVE EAI 1 M GATE VALVE FEA j t1 zoor0m sm66s9 6455-654 mDmm6,�„ 6 7,--,,, 800 0564 7A A3 ('3'vwH) 3181X313 - 418 3S1918 D m m 3/21/21023 REMOVED 5 MAA94112 DESIGNATION AND COIJ1EC16 5455!11116 REVISION NO. DATE BY DESCRIPTION REVISION NO. DATE BY DESCRIPTON F90 1Z 113311921d ALIO LIPES BOULEVARD SUNWOOD DRIVE TO STAPLES STREET (BOND 2020) BASE BID I — FLEXIBLE (H.M.A.C.) PAVEMENT ESTIMATED QUANTITIES nn, CITY of CORPUS CHRISTI TEXAS Department of Engineering Services HalvsoN ©Copyright Kansan P,a,anlanal Services Inc D. Hanson Professional Services Inc. 4501 Gollihar Rd. Corpus Chrisll,Texas 78411 _ VA A adoienu3 u6igrooa 02E-461 D-A492-2EOFB27AB587 saolnaa 6uuaaul6u o uaw oda ro o S 3{ 3 3a 0 rose i I vo d a� N o SV X31 (£ d0 L) S31ON 1b213N3O 6a�e� ++ ''I sl PH ai 1-41-9 ah�sueH Il SRIHO S(id21OO do .11lO g Z 011lyf.W'3�J01�IA fZOZ hul se�ueS louo,seeload uoeuoN}y�,<aJ® µ• a W �. Nosnn�H 13381S S37dV1S Ol 3A18(7 QOOMN(1S a ONVA3lnos 53d11 (� a NOI1dIM0530 AS 31b➢ 'ON 1,1017NOI1dIY0530 -1 'ON N A9OISIA3N gid I � 33m NIT hi a § � 9!:Ig s I i 8e 12 E? q9W ij _ o € � � a - his a o gEs €e�A 5 Si m z Fmk Nv a = �gm€ �k� s No U � N K O � N K a K m r E W � N LL � N K ♦ K m r d w k g o 09 �o gt�= ¢ ego=s�= � In € s gog s �w € ¢s _ € 48� �tl ase k e akaa �= s g ��1 1 €' $� 'KN ' =3z= K Eg_ IC Vim'=' W4d WKS- F e og ¢W'g�� '2 Ea¢� Phi �' LS g s =egg`s a =gxm a a- m LL6W .G" ss De go 80 6N 18 d��w @' e _ g 8x�mam Fs� . a k �� � €� J-F'2z a e ms Ts s § g = w§n WIN g�Ys �s =�_ � € � 83 NZ €a-sw g aimpi s _' a E=5A'u 5 s daoB€ s @ a Go s €g �� �d� m _g e` =s rom4 8c sOW as=g� a = S¢ a as _ oW sa k �am� k�s s= ssWiB" k � n � 88� C o € mgi : nm�s='" ko£ � Q8 � 'a3 REG Et o � �Se s8 � IN s s� =aMO �D 8oe sw¢ mmo g s€ Nz ' N N8 ig R fi ils s � € g 8 � �� �s sss s - � osn= k m ¢ � m k as w � g m nn8 o k w IOC =' € €s� es sg tR a - w RE a �_ Vim aw £ y §$ism W�€€ E) _ wx § caW€Fg _ m m MK d, € N - m9g �: 6 €� a 99 qw€ ao§ "e mssgg � A jos m � � � mn=_ € sa _ �km Eli s ¢ -mw o� a v R , gym e a a g ags a E„ �m s e� m a a 1 u W �g Is 8€ RR € m s� Ra z �_¢ �€ _ w n a sW ma k= ff $ °° §e �_ m � ss � $ e8 � � €� o € o g �o»€ fie w s a§gg � @ ass m a� a s� 6 a € s x 1d s �< � �7 $k a8 w € €s€ a< a �f� �k=B - � � i' � g €€ F� w �` Igok �$ esw ¢ m s�� $ "'_ o Q € WEE! s H m 8¢w .48 s �� 6s �� �3 mei"€a� �e�� ��� 1 �� � � g � p;�� �R ��e g§ s ES 08 d'o- Itl€ �€ ¢gY meow F < =m n - v m� € m mgy m eak �mm €s` N ice¢ n gms s p $ = g e x= eg �_$ � _ € k " _g w ;m 8 &k s g € ae� mm a aH a - Wa m wok � � �€ Sig es E �s �§W a ��_ LL W ' 4 8aeo g ks� a - � eg € s � w y sg�� e � so � a sa �w n�' "a= 8 � Aga € as a E l a a �� 8= ee W 8 e�$ ¢ pn _ ' _ " _ � �m k 88gk g gad 8 � <m gs 9a X829M n�R. aim sS 89 98.98 gIs 9.DR 'X xa� XH <asH N < n n d m m n m w n n n n n n n n W m [ZOZ OZ I NA QiNZIA31 `JMQSZIONNd?I3'J HS QI]]SbZP10Z S90NK I in cznz oz I ro Nxvaa walmmnx Na zsc rzoz'ce xm fZ�Z OZ I NA NOAVI O JAN 20, 2023 102 PM MUA101903 I:\20J095\2IX0249C\C•D\R0,D\SHEET\GPIIWNORSDWG LAYOUT 01/20/2023 DRAWN a,/or 01/20/2023 REARED 01/20/2020 mN a� m' 2 FA E. 20 Y Y Y N p Y Is N r 111Y f Y N REVISION NO. DATE Err DESCRIPTION REVISION N0. DATE eY DESCRIPTION 1901Z ( 103roaa AID LIPES BOULEVARD SUNWOOD DRIVE TO STAPLES STREET (BOND 2020) GENERAL NOTES (2 OF 3) CITY of CORPUS CHRISTI TEXAS Department of Engineering Services HANSON ®Copyright Hanson 0701e00io021 Services Inc 2023 Hanson Professional Services Inc. 4501 Gollihar Rd. Corpus Christi, Texas 78411 TDEELcs ENGINEERING E-41; I SURVEY E-1030:,00 .9.a...... 20�2C23 Eye. VICTOR E. MURU 1 13789 adoienu3 u0igrooa 02E-461 D-A492-2EOFB27AB587 saolnaa 6uuaaul6u o uaw oda ro o S 3{ 3 3a 0 rose i I vo d a� N o SV X31 (£ d0 £) S310N 1b213N30 vay 6a�e� ++ ''I sl i ah�sueH Il SRIHO S(id2100 do .11l0 g Z 011lyf.W'3�J01�IA fZOZ hul se�ueS louo,seeload uoeuoN}y�,<aJ® µ• ^ a W �. Nosnn�H 133b1S S37dV1S Ol 3AI80 QOOMNns a ONVA3lnos 53dI1 (� a NOI1dIMO530 AS 31b➢ 'ON NOISN3tlNOI1dIYO530 7 -1 'ON NOISIA3N 1.2e as 3�a Ye s � gEB ' k a as s �€ NAEN 110 IW3-1 _31 wig s sgg �_ g rogist e -"_ RE! a� �ommJ= ea � � _ set€=� � € e ==w m g E =a �� _' A sa �s9 g9g a a � g =s=§ V§ ® I _- N og a` § � "gein l � a 9v Vs fj"MR,C og251 2s s �a <�oa g apg =3LL W 7 s n as dog w a eiaa az - f em.Fe m w Ism _ " €= e1 � �_ o § n "" yes I -09 IN, = z�6 s LL �_� � s � e w � maa ��� - MAPS U < cW 6Wpg ON � j �� a m o Wtle s g3W �i, U as g - MOW� � ���� w `: a s�� a 7 sa € a �aa" €" ff ev= a" -a NR _ gss € oss W Z N K d K O N K a K 6 N K O �N K a C N K m [ZOZ OZ I NA QiNZIA31 `JMOSZIONNd?I3'J HS QI]]SbZP10Z S90NK I (n fZ�Z OZ I Cl NN`MO TABI 11 Nd ZffC LZ�Z'OZ N1T fZ�Z OZ I NA NOAVI 0 JAN 20, 2021 3:03 PM MURIE01903 I:\10,1095\1IX0249C\ CAD \ ROAD \ SHEET \TYPD3sEC11ONSASPHPLT.OWO LAYOUT 01/20/2020 DRAWN CP/DT 01/20/2023 REVIEWED 01/20/2020 R.O.W. UNE R.O.W. LINE 05 SINGLE COURSE SURFACE 1REAIMENT x � x EEEE S S O B Y 3" TYPE D HMAC (SURFACE COURSE) ASPHALT PAVEMENT SECTION KEY NOTES: REVISION NO. DATE 9Y DESCRIPTION REVISION N0. DATE SY DESCRIPTION 190l $ 103 OSd ub v, B N ~ a o O 8 N • o co LIPES BOULEVARD SUNWOOD DRIVE TO STAPLES STREET (BOND 2020) FLEXIBLE (H.M.A.C.) PAVEMENT — TYPICAL SECTIONS CITY of CORPUS CHRISTI TEXAS Department of Engineering Services HANSON ®Copyright Hanson Professional Services Inc 2023 Hanson Professional Services Inc. 4501 Gollihar Rd. Corpus Christi, Texas 78411 MPG BFELS I ENGINEERING r.4,; I SURVEY r.10039 10 adoleAu3 uAlgroop 02E-461 D-A492-2EOFB27AB587 s ,a a' rr oo ee-s n3nanel[le-s srvl=�alsd3esi se�in/aS 6uueeui6u3{o ;uewodap CID c 3 i�s? aaL sexai IS v�lsijgo sNd oo SNOIlS35}ilYSldll P CN o va a41o9 oen St/X31 — 1N3W3AVd (D b"W'H) 3181X314 0 O oulsaaWnle-lssayolduo H I-LS18HD sncf80j do A-Lij g 011lynW 3�J0101A fZOZ.cul se,iueS louo;seeload i 171 7 7170 O......................y� (06-0Z CIN08) o �. 133b1S S37dV1S Ol 3A180 000MN(S Nosnn�H i ONVA3ll708 53411 NOI1dIM0530 Aa 1 31 1 'ON 1,10ISN38 NOI.1-30 A9 3LM 'ON NOISIA3N ~ g?Z Y Y ��m�§ ym� o`J� �Y13:LL13pp�,�' Y HER m�a.EQ� of H o am m�eVin: � � o=e=6 Fam m Y 66y a �2 as 0 0 0 ® 0 0 [El46 �w� 1 0g� 3 1'AI'18 3Nn'M'0'8 n.a �g g �3 R S NI �� <= d 3 04 o �z N H gzCL O O� + wo + C7 tp x• � CL o w� , o , o _ J o w w a m+ N (� �) m+ w CLQ m - m &� a N m W N T V Q Y W -- ------ -- ------ 3Nn moa 3Nn moa a W w 0 m w m [ZXZ OZ I WA QiN31A31 SXX'1TdHdSYSN01L1ZSN.Ndll HS QI]]SbZP1XZ SXONK�I (n CZ�Z OZ I d7 NN`MO ZOBIO1tlOX Wd CffC CL�Z'OZ N1T CZXZ OZ I WA NOAVI O JAN 20, 2021 103 PM MUAE01903 I:\10,109S\1IX0249C\C•O\ ROAD \ SHEET \TYPIG45EC11ONSASPHPLT.ORG LAYOUT 01/20/2022 DRANK GP/OT 01/20/2023 REARED 01/20/2020 R.O.W. LINE rE3 I 05 SINGLE COURSE SURFACE 1REAIMENT EEEE x � x S S B O 1 N B Y 3" TYPE D HMAC (SURFACE COURSE) ASPHALT PAVEMENT SECTION KEY NOTES: REVISION NO. DATE 9Y DESCRIPTION REVISION N0. DATE SY DESCRIPTION 190l $ 103 OSd ub LIPES BOULEVARD SUNWOOD DRIVE TO STAPLES STREET (BOND 2020) FLEXIBLE (H.M.A.C.) PAVEMENT — TYPICAL SECTIONS CITY of CORPUS CHRISTI TEXAS Department of Engineering Services HANSON ®Copyright Hanson Professional Services Inc 2023 Hanson Professional Services Inc. 4501 Gollihar Rd. Corpus Christi, Texas 78411 MPG BFELS I ENGINEERING r.e; I SURVEY r.10039 10 adoleAu3 uAlgroop 02E-461 D-A492-2EOFB27AB587 s ,a a' rr oo ee-s n3nanei[le-s srvl=�alsijgo sndiai se�in.laS 6uueeui6u3{o ;uew}iodap CID c 3 i�s? aaL sexai IS v�sNd oo SNOI1035 lYSldll P CN o va a41o9 oen St/X31 — 1N3W3AVd (D b"W'H) 3181X314 0 O oulsaaWnleuoissayolduo H I-LS18HD sncf80j do A-Lij g Z 011lynW 3�J01�IA fZOZ.cul se�iueS louo;seeload F 171 77717-0 '�""�' ^ O W......................y� (OLOZ CINoe) 3 �. 133b1S S37dV1S Ol 3A184 QOOMN(S Nosnn�H i ONVA3ll708 53411 NOI1dIM0530 Aa 1 31 1 'ON 1,101-8 NOI.1-30 A9 3LM 'ON NOISIA3N Y Y ��m�§ ym� o`J� �Y13:LL13pp�,�' Y HER m�a.EQ� of H o am m�eVin: � � o=e=6 Fam m Y 66y a �2 as 0 0 0 ® 0 0 [El46 �w _ z _ o 3�� �w3 x¢ yy �J 3NIl'M'0'8 3Nn'M'0'N 3 z w m a—) g � d o /J o0 v ( N I LLJ �� rn a � a x — CL — — -- a 11 a � + s �KK — a N g Z N F g CL N - ao 83 I O - I O g \rl J+ J+ m m N — N J — J t5 3Nn'M'0'N I 30'M'0'tl� J 3 m i — V Q Y w Q w w 0 m w m [ZXZ OZ I WA QiN3N31 SXX'1TdHdSYSN01L1ZSN.Ndll HS QI]]SbZP1XZ SXONK�I (n fZ�Z OZ I d7 NN`MO ZOBI01tl0X Wd fffC CL�Z'OZ N1T fZXZ OZ I WA NOAVI O JAN 20, 2021 3:03 PM MURIE01903 I:\10,1095\1IX0249C\ CAD \ ROAD \ SHEET \TYPD3sEC11ONSASPHPLT.OWO LAYOUT 01/20/2023 DRAWN 0P/DT 01/20/2023 REVIEWED 01/20/2023 3-3 R.O.W. LINE R.O.W. ONE E (-Nadu) aro Jo NM 01 NOON ,aro aag 0 ® 0E aqo 8w ggmmm= ol 890,7 m i., m ; _ > es o`=`gym g WOWA 25 NEI ;Ogmgz moo Aim 8 0 BB;po20 5 ;g A 942 z� 05 SINGLE COURSE SURFACE 1REAIMENT — R.O.W. ONE 3" TYPE D HMAC (SURFACE COURSE) ASPHALT PAVEMENT SECTION KEY NOTES: REVISION NO. DATE 9Y DESCRIPTION REVISION N0. DATE SY DESCRIPTION 1901Z ( 103f0Nd A/P LIPES BOULEVARD SUNWOOD DRIVE TO STAPLES STREET (BOND 2020) FLEXIBLE (H.M.A.C.) PAVEMENT — TYPICAL SECTIONS CITY of CORPUS CHRISTI TEXAS Department of Engineering Services HANSON ®Copyright Hanson Professional Services Inc 2023 Hanson Professional Services Inc. 4501 Gollihar Rd. Corpus Christi, Texas 78411 MPG BRELS I ENGINEERING r.al; ISURVEY r.loozs.=,Oo adoleAu3 uAlgroop 02E-461 D-A492-2EOFB27AB587 s ,a a' rr oo ee-s n3nanei[le-s srvl=�alsd3esi se�In.laS 6uueeul6u3{o ;uewodap CID c 3 i�s? aaL sexai IS v�lsijgo sNd oo SNOIlS35}ilYSldll P CN o va a41o9 oen St/X31 — 1N3W3AVd (0b"W'H) 3181X314 0 O s6ELE `.Il oul saa.u S le-lS ayold­­H I-LS18HD sncf800 do .1110 FZ 011lynW 3�JO1�IA fZOZ.cul se�iueS louo;seeload uoeuoH 14 a<dJ® µ' I'7 a W ......................y� (0z0z CINOB) o 3 �. NosNHH' 133b1S S37dV1S Ol 3AI80 OOOMN(1S i ONVA31nos 53dI1 (� a NOI1dIMO53O Aa 1 31 1 'ON 1,1O1-8 NOI.1-3O A9 3LM 'ON NOISIA3N Y Y ��m�§ ym� o`J� �Y13:LL13pp�,�' Y HER m�a.EQ� of H o am Y 6" a �2 as 0 0 0 ® 0 0 0 ® 3Nn'M'O'a An'M'O'N ZS m 3: 3 o - Ld a w CL sc4ja CL + `�+ c OCL M O M FZF O< in¢ CL N � w ao I O 5 10 5 M+ m+ /' m w 3Nn'M'O'N 'Ci 3N 'm.F8 � w Y w Q w w 0 m w m [ZXZ OZ I WA QiN3N31 SXX'1TdHdSYSNOILIZSN.Ndll HS QI]]SbZP1XZ SXONK�I (n fZ�Z OZ I d7 NN`MO ZOBIO1tl0X Wd fffC CL�Z'OZ N1T fZXZ OZ I WA NOAVI O JAN 20, 2021 104 PM MUR1101503 I:\10,1095\20102490\0•D\ROAD \ SHEET \ORPINMi2AEAMAPD*R LAYOUT DRAWN REVIEWED 01/20/2023 a,/or 01/20/2023 01/20/2020 " n w is' R w m a w w PPPP to co on co g a5 ,,4,wVs' Now/41.", — 000000000a�000�oa00000aoo L9PP. Po - �PoPoPo� � � N PowPowPowPo Po x1111\1111'IvI.z L% V REVISION NO. 1901Z ( 103roaa AID DATE 9Y DESCRIPTION LIPES BOULEVARD SUNWOOD DRIVE TO STAPLES STREET (BOND 2020) DRAINAGE AREA MAP REVISION N0. /// (/ // ;' // / DATE SY CITY of CORPUS CHRISTI TEXAS Department of Engineering Services DESCRIPTION HANSON ®Copyright Hanson Professional Services Inc 2023 Hanson Professional Services Inc. 4501 Gollihar Rd. Corpus Christi, Texas 78411 MPG BRELS I ENGINEERING F -al; SURVEY F -100 o0 .9 ...... 202023 E+. VICTOR E. NAUR L0 Ij 13784 adoienu3 u0igrooa 02E-461 D-A492-2EOFB27AB587 sao!n aS 5uuaaut5u3{o ;uawpoda4 co LLVOL 50 al i NO sod,.o ^ CN o W o SVX31 dVW 3SV8 W31SJ,S a31VMWa015 � s !a sss 411o�J LOSb g Q'SNI--S reNol ;oAd ua6ueH IlSRlHO S(id2l00 !O .1110 L g ,:��lynw'3 doia� aoz=i se��,�as w�olssalvd os�o uRaoa® _ ��o Ei �3+ / 133aLS S3ldVIS Ol 3AIa0 OOOMNnS t oz/oz/lo =` OaV 3l(08 S3dll vz cr) NOUMOS30 AB 3LV0 'ON N0771r- NOUINDS30 Ae 31V0 'ON NOISIA3N ®� 8 0 00+bZ ViS iV 3NIIHOiVA -5 s m o G W ? W m "' = a = R. oW = J om � I I � � - _ 'NO 31tl'J9fll0 G _ B B B BBB o ao s ... ......... ................................................ = H H H >azo oo® •� � ` Rl0 3JL-9U3AI— a� � ul i I I I I � al p I da9..eL I ®� I I r m I I I I I I i I I dOU..9L .. I . � I \ \ J m I � \ W a_ \ _ 'oT e I e J � '1S S3ldtl1S'S a pIII 'Ha OOOM Nns ci n o G T ILS! o m w 00+bZ ViS iV 3NIIHDiVA o W p� CZOZ OZ I IN QiN31A3tl >'I6'dM391BN315AL�lVNri60LS QNa QA]66Z6gZ S60NK�I (n CLOZ DZ I LI d0 NNVIq O6 L MM Md 2PE M TI 93d CLOZ OZ I aA 1rgAVl O JAN 20, 2021 MT PM MUA101903 1:\20d095\2010249C\GD\ROW\SHEET\WAR SYFDAB/SEMMAWC LAYOUT 01/20/2022 DRAWN GP/OT 01/20/2023 RUSTED 01/20/2020 8 l8 MATCHLINE AT STA 24+00 S. STAPLES ST. ® z + ZZ A EXISTING WATER LINE EXISTING FIRE HYDRANT EXISTING WATER VALVE PROPOSED TRANSMISSION MAIN WATE PROPOSED ARE HYDRANT ASSEMBLY PROPOSED WATER VALVE PROPOSED SERVICE RECONNECTION PROPOSED CONNECDON TO EXISTING WATERUNE MAIN A3Aaf1S ON3931 m SUN WOOD DR. r I I WI D0 RIVERGATE DR. CLUBGATE DR. MATCHLINE AT STA 24+00 REVISION NO. DATE BY DESCRIPTION REVISION N0. DATE DY DESCRIPTION £90DC $ CO3roaa ub LIPES BOULEVARD SUNWOOD DRIVE TO STAPLES STREET (BOND 2020) WATER SYSTEM BASE MAP CITY of CORPUS CHRISTI TEXAS Department of Engineering Services HANSON ®Copyright Hanson Professional Services Inc 2023 Hanson Professional Services Inc. 4501 Gollihar Rd. Corpus Christi, Texas 78411 MPG BRELS I ENGINEERING r -a 1; I SURVEY r-1 Ganee00 adolanu3 uAigrooa 02E-461 D-A492-2EOFB27AB587 s ,al y ,y.,',"f�"' r oo ee�-�n3nansll�o-��rvl=�aarvl�lvals�3es1 saotn ag 6uuaaul6u3{o ;uawpDdap CID 1112L sexay'ysuy�sndiao N o yl va ey!iie� osn SYX31 dHW 3SV8 W31SlS 831YM3-LSVM _S6ELEI ..`:I+ oul saaln a$Ieuoissayo d uos-H IIS18HD snd8o0 do .1110 � g Z 011lynW 3�JO1�IA fZOZ.cul se�iueS louo;seeload uoeuoH 14 a<dJ® '�""�' ISI O W �. Nosnn�H 133b1S S37dV1S Ol 3AI80 QOOMN(1S a oam3lno8 53dI1 (� a NOI1dIMO53O AS 7'ON NOISN3tlNOI1dIYO53O A9 3 1 'ON NOISIA3N 00+VZ V1S 1V 3NIlHO1VW w ~oma _ w N o o gC> yew � � as co I> � ntwsn� w € J in LS t5 t5a ni o <a M M e I I _m o 01 c� 'aa 31VOa3Ala dam I I a A 0 J \ � m \ = W v o I II I II '19 93ldVIS'S I } I 'Na a00M Nns }� r t l o I . d �I o - m J m 9 _........... \ a l L I N i m' f w Ili a LL +1 a W 1 00+bZ VIS IV 3NIlHO1VW W m [ZOZ OZ I NA QiN31A31 SXx'MN35bHN3L51�1L31tlN31StlM HS Qtl]]SbZP1xZ SxONK�I (n fZ�Z OZ I d7 NN`MO TABIO1tlnX xd­ d LZ�Z'OZ N1T fZxa OZ I NA mw JAN 20, 2021 110 PM MUAL01903 I:\20JORS\20102492\DAD\ROW\SHEET\NATURALGASSTSIEMRASEMAP.OMO LAYOUT 01/20/2022 DRAWN W/0r 01/20/2023 REVIEWED 01/20/2020 I8 l8 MATCHLINE AT STA 24+00 1-Y, S. STAPLES ST. \\ 2. ALL GAS UNE ADJUSTMENTS SWILL BE PERFORMED BY THE CITY GAS DEPARTMENT. 0 m ❑ Z 0 U) S W 0 RIVERGATE DR. CLUBGATE DR MATCHLINE AT STA 24+00 REVISION NO. DATE aY DESCRIPTION REVISION N0. DATE DY DESCRIPTION 2901Z ( 103fONd AID v, a M ~ a o 2 LIPES BOULEVARD SUNWOOD DRIVE TO STAPLES STREET (BOND 2020) NATURAL GAS SYSTEM BASE MAP CITY of CORPUS CHRISTI TEXAS Department of Engineering Services HANSON ®Copyright Hanson Professional Services Inc 2023 Hanson Professional Services Inc. 4501 Gollihar Rd. Corpus Christi, Texas 78411 MPG BRELS I ENGINEERING r -a, I SURVEY r-1039:,00 adoleAu3 uAigroop 02E-461 D-A492-2EOFB27AB587 y �an�i e 3is,3�si sao!n aS 5uuaaut5u3{o ;uaw}mdap ro rN o C n O PN Pa 41o9 o5b SYX31 AHdY2iJOd01 JNIlSIX3 g Q N 'u"I slulm s I-O s-WId--s -H IIS18HD snd8oO do .Il IO ht IOl1 1�i 1 t IJ)IS czoz��sa?tias w�o,�alo,d�oa�oN w �® 05 2 n, NOSNV *Tj 133b1S S37dV1S Ol 3A184 QOOMN(S cwz(oz/o " / o&vA3lnos 53d11 NOI1dIMO530 1. 31b➢ 'ON NOISN3N NOI.1-30 13LM -ON NOISIA3N R 00+9 VIS t, 33S1 L----- _ g R !' �✓ I, 11�� r� I a � R.Io wo w r rr r o TV hyo oHE R k 6 w g g Boo FFO / o3 S W ooQ 11 W ,II I r d 5 i vO, A _ E 2 1 d d R LS o Y 5'D w d'S m \: s R w w w m [ZOZ OZ I NA QiN3N31 54'QAHdN90dOWNNSI%3 HS QI]]SbZP1xZ SxONK�I (n fZ�Z OZ I Cl NN`MO TABIP1tlnX xd OLT LZ�Z'OZ N1T fZxZ OZ I NA NOAVI O JAN 20, Ma 110 PM NO1101002 I:\20,1295\2IXD249C\C•0\R0,V1\HHEET\F%ISIINCNPOGRPPHY LA LIT 1/20/202] ORA GP/0r 0 1/20/2023 On REARED 1/20/2023 ro 20o d4/1 2030 ® 0 rumili 9 9 � ® o m • gam ' `j 8 0 p. 5 pa Crl9q22,2-3g2f2rgfc3L'A!2irs,P25,2qp.A, RiE 14;g51� gigq. g£ A �s o mx � moo gsMg p p= � m & m � 1. COORDINATES ARE GRID COORDINATES BASED ON THE TEXAS STATE PLANE COORDINATE SYSTEM, NAD83, SOUTH ZONE. 2. ELEVATIONS ARE BASED ON NAVS88, GEO1O18. 3. THIS TOPOGRAPHIC MAP WAS PREPARED FOR DESIGN PURPOSES ONLY. 4. THIS MAP WAS PREPARED WITHOUT THE BENEFIT OF A CURRENT TITLE COMMITMENT. THIS SURVEYOR HAS MADE NO INVESTIGATION OR INDEPENDENT SEARCH FOR EASEMENTS OF RECORD, ENCUMBRANCES, RESTRICTIVE COVENANTS, OWNERSHIP OF TELE EVIDENCE OR ANY OTHER FACTS THAT AN ACCURATE TITLE SEARCH MAY DISCLOSE H ID 0 C) v 0 4 s S m C) 0 SNOIIVIM 99V a31VM31SVM N31VMV OIS MATCHLINE AT STA 11+00 (SEE SHEET 21) EVISION O. DATE DESCRIPTION SION N0, DATE DESCRIPTIO 7 LIPES BOULEVARD SUNWOOD DRIVE TO STAPLES STREET (BOND 2020) EXISTING TOPOGRAPHY CITY of CORPUS CHRISTI TEXAS Department of Engineering Services HANSON 02200 112 Hanson Professional Services Inc 2023 Hanson Professional Services Inc. 4501 Gollihar Rd. Corpus Christi, Texas 78411 TDEsircsE"ewEErlas crit I ssw8o r-1..so0 y �an�l e 3is,3�si sao!n aS 5uuaaut5u3{o ;uaw}mdap ro rN o C n PN Pa 41o9 o5b SYX31 AHdV8-90d0l JNIlSIX3 g Q N i' SNI sa�I�as rend ssaya,a Nos-H IIS18HD snd2100 do .1110 s� IOl1 1�i I t IJ\IS fZOZ�u seo uss louo,seewad uoeuoH 14 �® g W (OdOd ON09) 2 n � , N0SNV ,j�7 133b1S S37dV1S Ol 3AI80 OOOMN(1S o&vA3lnos 53dI1 NOI1dIMO530 1. 1 ION N01-8 1 N.1.1 0530 1 13LM -ON NOI—N ®� $ (ZZ 133HS 33S) 00+91,V1S 1V 314I11401VW I 3 �w 1 Y ti ti 3 M 3 C J ti ti e I N a i I O cF r c w$ z � � FIN o GI opo 0 0 00� o x I o o P 2- o g �d J ��Ew a "a ,o,o rn 25§ } a= wal gg _ �Zz Ai I ``III I I e I I 1' t2 w� xl I I I sl w w gl _t _ 2 o o — o z F� �J z — w �I II II m Z. Z. 0 w x I I I � I I wI II I m l I II I > ; F � 0000 � ❑ 1 w 11 ri _ _ � a s �n w W 1. lam 8 • I 1 III I I w W 00+66 VIS 1V 314I11AD1VW (OZ 133HS 33S) W m [ZOZ OZ I NA QiN3N31 54'QAHdN90dOWNNSI%3 HS QI]]SbZP1xZ SxONK�I (n fZ�Z OZ I Cl NN`MO TABI01tlnX-LT LZ�Z'OZ N1T fZxZ OZ I NA NOAVI O JAN 20, 2021 110 PM MUA1L1903 I:\20,1295\20t0249C\ CAD \ ROAD \ SHEET \RISIINCNPOGRPPHYIMR LAYOUT DRAWN GP/Or 1/20/2022 I/20/2023 1/20/2029 E ®, O ® S Tr m• E z - g[0), 9 9 N i 9 0; !Ws g? ! 4G'! el 8 - x E F, 5 pa Kl9q2RE,,,,g2f2g4L'A!2-4P2PEF,aqp. 585 PRal /ER, �A6 map LIP 8,16 —ENT o$P slo H s W,I4Ao��oamm�� [1 S S S g S S S S B B S 0 v Crl 0 Ln I LLL 0 SNOIIVIA3a99V a3IVMWaO1S (SEE SHEET 21) MATCHLINE AT STA 16+00 MATCHLINE AT STA 21+00 (SEE SHEET 23) REVISION NO. 1901Z # 103!'0Nd ,U DATE 9Y DESCRIPTION LIPES BOULEVARD SUNWOOD DRIVE TO STAPLES STREET (BOND 2020) EXISTING TOPOGRAPHY REVISION N0. DATE SY CITY of CORPUS CHRISTI TEXAS Department of Engineering Services DESCRIPTION HANSON ©Copyright Hanson Professional Services Inc 2023 Hanson Professional Services Inc. 4501 Gollihar Rd. Corpus Christi, Texas 70411 MPG 2cs r - ENGINEERING -a, I SURVEY r--10039:,00r--10039:,00P.50550 --10039:,00 01/]0/2021 iISG 1101 y �an�l e 3is,3�si sao!n aS 5uuaaut5u3{o ;uaw}mdap ro rN o C n O PN Pa 41o9 05b SYX31 AHdY8JOdOl JNIlSIX3 g Q N i' 'uNI sluim s rend s-WId--s -H IIS18HD sndHoo do .Il IO ht IOl1 1�i 1 t IJ)IS czoz��sa?tias w�o,�alo,d�oa�oN w �® M /�� (OdOZ ON09) 2 n, NOSNV *Tj 133b1S S37dV1S Ol 3A184 QOOMN(S o&vA3lnos 53d11 NOI1aIMO530 1. 31b➢ 'ON NOISN3N NOI1dINO530 I3LM -ON NOISIA3N ®� $ (4Z 133HS 33S) 00+9Z V1S 1V 3NIlHO1VW I l 9 S I I I I I � I -- -- -- --w III ry�ry�ryl IFI I I � I n er�__ I i Ni li a� �a-M ERE i I I Baa $ry I � per a � kl ISI w pK pk o og N I 1 f o Q i 3 m P waw a o 9a LL IE- 5 ss sqg v 8 0 I rh ill i i2 Vi=a o g o �� I Ili i �'P Ik III C3 W I I mxw I tll m I I I m / i r Ms r m hl w t� �I• Q o 3 aaaiv�am� www -sl-*---L �n� =���daao ���w��m�mw1bt5yew i� N} x �I l fi w rc_ F od v — R Z O ® O ` ® w - r a LL � 1 o Ind I � I I I W 00+VVIS 1V 3NIlHO1VW (ZZ 133HS 33S) oW m [ZOZ oZ I wA QiN3N31 04'QAHddN90a0WNNSl%3 HS QI0 0xTIN S :I (n czoz oZ I d7 NN`MO z0ol01olOX Wd OVC Rpl'.'0L N1T lczu/oz/iq wA I NOAVI O JAN 20, 2021 110 PM MUA1L1903 I:\20,1095\20t0249C\ CAD \R0,V1\SHEET \RISIINCNPOGRPPHY LA UT 1/20/202] ORA GP/0r 0 0 (/20/2023 On IIEYIEHr0 1/20/2029 ro H (SEE SHEET 23) MATCHLINE AT STA 26+00 MATCHLINE AT STA 31+00 (SEE SHEET 25) EVISION NO. DATE DESCRIPTION SION N0. DATE DESCRIPTIO 7 -43 LIPES BOULEVARD SUNWOOD DRIVE TO STAPLES STREET (BOND 2020) EXISTING TOPOGRAPHY CITY of CORPUS CHRISTI TEXAS Department of Engineering Services HANSON ®Copyright Hanson Professional Services Inc 2023 Hanson Professional Services Inc. 4501 Gollihar Rd. Corpus Christi, Texas 78411 MPG HHELS I ENGINEERING r -a 1; I SURVEY r-10039,10 2E-461 D-A492-2EOFB27AB587 y �an�l a 3is,3�si sao!n aS 5uuaau!6u3{o ;uaw}mdap ro rN o C n PN Pa 41o9 o5b SYX31 AHdY2iJOdOl JNIlSIX3 g Q N i' 'uNI slulm s rend s-WId--s -H IIS18HD snd8oO do .Il IO ht IOl1 1�i 1 t IJ)IS czoz�»»»?ti»s w»o,malo,d»o»»oN w �® /�� �OdOZ ON09) 2 n, NOSNV *Tj 133b1S S37dV1S Ol 3A184 QOOMN(S o&vA3lnos s3d!l NOI1aIMO530 1. 31b➢ 'ON NOISN3N NOI.1-30 13LM -ON NOISIA3N R III i i I R III w i 4 d o i 4 2`_ C m �m Of I I Of I I O I H II S =w 21 d £ mks hoz _ FIN ��'o z p Nwnannu 1N000000000000„'F% kifill ❑ " w w 0 g! Fig wwo '19 93ldtl1S'SN a Sew 6;1 pko apk�_ Oo w — _oSo �CD E!? I W �e �I ....» rsT -- -- _ w o � H �a I I � I I � � I _ r � 1 I III I Ho °p l o I S El R eta a I - I co �6`ili • m o ® � ® � >ag Ua " b w VIII �g LL � II W 00+6£V1S 1V 3NIlHO1VW (4Z 133HS 33S) oW min I OZ I wA QiN3N31 54'(fAHddN90a0WNNSl%3 HS QI]]DL:E Z SoMZ�I czoz oz I ro Nxvaa —m—Nolx czoz'oz WfZxZ OZ I wA NOAVI O JAN 20, 2021 111 PM MURI1L1903 I:\10,1095\1IX0249C\C•D\R0,V1\SHEET\DEMM011110N.DWG LAYOUT 01/20/2023 DRAWN 20/0r 01/20/2023 REVIEWED 01/20/2020 CDSOOSO ro 8 g 5 8 ap am B B 20 s m5 o5 H B B (Y3) 131N ISOd N21015 Al9113SW 1NYt10AN 32IIJ s ®CD (Y3) 131NI 31119 1,18O1S S S11311 NOIl1101130 A3N 30N3N333L1 (SEE SHEET 25) MATCHLINE AT STA 11+00 MATCHLINE AT STA 16+00 (SEE SHEET 26) OA,B S3dll SUN WOOD DR. MATCHLINE AT STA 11+00 (SEE SHEET 27) REVISION NO. DATE 9Y DESCRIPTION REVISION N0. DATE SY DESCRIPTION 29012 ( 103!'0Nd ALM) LIPES BOULEVARD SUNWOOD DRIVE TO STAPLES STREET (BOND 2020) DEMOLITION PLAN CITY of CORPUS CHRISTI TEXAS Department of Engineering Services HANSON ®Copyright Hanson Professional Services Inc 2023 Hanson Professional Services Inc. 4501 Gollihar Rd. Corpus Christi, Texas 78411 MPG BRELS I ENGINEERING r -a 1; ISURVEY r-10039:,00 adoienu3 u0igroop 02E-461 D-A492-2E0FB27AB587 saot&Ia 5uuaaul6u o uaw oda CID ^ss nd3es1 S 3{ 3 3a 0 o �T1Iyf1W 3�J�-t o� ��aec 1 41 °lop SV'X31 Nb'ld NOIlIlOW34 ^ N o as till osn g N 691E I sl + a s-H IIS18HD snd8oj do .1110 2 ... se�ueS louo,seeload uoeuoH 14�,<aJ® µ o W �. Nosnn�H 133b1S S37dV1S Ol 3AI80 QOOMN(1S a oNVA3lno8 53dI1 (� a NOI1dIMO53O AS 31b➢ 'ON NOISN3NNOI1dINO53O 7 —1 'ON NOISIA3N (8Z 133HS 33S) (LZ 133HS 33S) 00+6Z tl1S ltl 3NIlHO1tlW 00+9ZVIS ltl 3NIIHO1tlW I F 4 I I I al I II I II II I � � III I I I I II I III I - 'I I M ,' � I w I 3 f I f N w I e I ._.._ Ltl�J�13A1l1 n m m I I I �lln I J 3 U 8 toS �1 I a E m f 8� F Wo IIII �I pp Imo E� F m I � � II II F - % ami _ � I � a �4� �1 I 4D ❑ �° � � I ( I y.� � y I o � � o m rt' N w w O O O O O O + + 00 96 tl1S�ltl 3N lH�1tlW � 00 LZ tl1S ltl 3N lHO1tlW o W I I (LZ 133HS 33S) (9Z 133HS 33S) W m [ZOZ OZ I NA QiN31A31 9N0'NONfI]N30 HS Qr'3]SbZP10Z S90NK�I (n vu OZ I m TA MWnN Nd IIx OW'MW fZUZ OZ I NA I mw 0 JAN 20, 2021 111 PM MUA1L1903 I:\10,1095\2IX0249C\C•D\R0,V1\SHEET\DEMM011110N.DMG LAYOUT 01/20/2023 DRAWN 20/0r 01/20/2023 PREYED 01/20/2020 ap 88 am 9 B 20 9 s m5 o5 H B B (V3) 131N ISOd N210L5 (tl3) 131NI 31V219 1,18O1S Ali113SW 1NYtl0AN 3N11 s B S11311 NOIl1101130 (SEE SHEET 27) MATCHLINE AT STA 31+00 � v Irnlrlrx�wnuAMNON�p�lru',�I S. ST, 110 �'A IIIIIIIIIIIIIIINWIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIII r1a (SEE SHEET 28) MATCHLINE AT STA 26+00 MATCHLINE AT STA 31+00 (SEE SHEET 29) REVISION NO. DATE 9Y DESCRIPTION REVISION N0. DATE SY DESCRIPTION 1901Z ( 103L'0Nd ALM) LIPES BOULEVARD SUNWOOD DRIVE TO STAPLES STREET (BOND 2020) DEMOLITION PLAN CITY of CORPUS CHRISTI TEXAS Department of Engineering Services HANSON ®Copyright Hanson Professional Services Inc 2023 Hanson Professional Services Inc. 4501 Gollihar Rd. Corpus Christi, Texas 78411 MPG BRELS I ENGINEERING r -a, I SURVEY r-10039:,00 adoienu3 uYigrooa 02E-461 D-A492-2E0FB27AB587 sao!&ia 6uuaaul6u o uaw oda CO ,�'��' v31sd3a91 S 3{ 3 3 0 ae�`Sexai s yes d3oo 00+11 'VIS — 00+9 'VIS CN o PH poen St/X31 , g N . 1 3II30Nd �8 Ntfld 133215 �8 WNOlS O 6ELEL ±7 aul saoln a$Ieuolssayo d uos-H I-LS18HD S(id2100 do .11l0 p g Z 011lyflW 3�J01�IA fZOZ.cul se�iueS louo;seeload 171 77717-0 F ......................y� (OZOZ CINo9) N o 3 .. 13381S S37dV1S Ol 3AI80 OOOMNns Nosnn�H a ONVA3ll708 53411 NOI1dIM0530 Aa 131b➢ 'ON N01-8 -.190930 A9 3LM 'ON NOISIA3N ®� N N 00 IA N CP t0 N'3 O (0£133HS 33S) s 00+�L V1S 1V 3NIIHO1VW o x00'Zf- xOD,Z 111 i•I I 1 p o I II p R O 0 I o g ..� I N o 'i 00 'M 0'a,l4-,BB � �' 7 C> ?(j xoa g MDT p p o 0 f� pG 'Iz 0l U) 'Iz m (0) z��'S+fi 1S 4 U 8 p ( o� moll III I` f m N _ 1 n ¢ p 3 f• 10 + _ tam I �: 'S' �6�=a m I. .o' ry 8-9 gigI o 4R s 1 3 I + cco I �B a1 m N& 3 D � @ + IL 00a j it �� m fns m�z h nn ATJ I I,R . C> ll moi` d I. 8a tiz Wo - 0+0 a�g U m < xo w w� ' 2.00x 3009• II n d �.,d a I \ (o) oz= a a w x w , I O ifff � • w WOW 77 17 -7 T717 0010 00'00+L'V1S N01166HISNOO 1N3W3AVd 'dAla S3dll d0111V1S or, -1+00.00 ON UCT mLIPE STA s =w � g BLVD• ST PAT ION 1 m U YLO a •aa aoonn Nns,... C STR a�� X� IV 0 a o LL -- CD w 0 N N aD I[9 N W (O M O m [ZOZ OZ I NA 91XZN31 SN➢'dNdl'AIOISi133919 HS QIO O9bZOlOZ S90MZ�I (n fZ9Z OZ I d7 NN`MO 08L19&9M Nd.VT R.'CI 931 fZU/Oz/lq NA I mw 0 r® 0, 2021110 PM PMRDIAO I:\20,1095\201.02490\CAD \ROAD\SHEET\SIREE10510nJPNP. LA UT 1/20/202] DRn� OP/0r 0 0 1/20/2023 (.n REARED 1/20/2020 rn N (-Jr W W (Jr (Jr W 0f Co N 5TA=12+50.00 - LP C.R. ELEV=19.83 (GB TC=19.94 (LT) TC=19.94 (R1) 0 w B (SEE SHEET 29) MATCHLINE AT STA 11+00 s MATCHLINE AT STA 16+00 (SEE SHEET 31) EVISION O. 7 DATE DESCRIPTION LIPES BOULEVARD SUNWOOD DRIVE TO STAPLES STREET (BOND 2020) STORM & STREET PLAN & PROFILE STA. 11+00 — STA. 16+00 SION N0, OATS CITY of CORPUS CHRISTI TEXAS Department of Engineering Services DESCRIPTIO HANSON ®Copyright Hanson Professional Services Inc 2023 Hanson Professional Services Inc. 4501 Gollihar Rd. Corpus Christi, Texas 78411 TDP LSI ENGINEERING r -al; I SURVEY r-1039,10 02E-461 D-A492-2EOFB27AB587 "s"sa�.aai sao!n a 6uuaaul6u o uaw oda o mnia o S 3{ 3 3 0 ae�`SexaCO i s y�s d o� 00+1 Z Yls — 00+91 'NIS Cv o PH �osn St/X31 g N . I 31130Nd T NV7d 133215 N WNO1S O 6ELEL ±7 aulsaoWnIeu IS-1olduos-H IlSRIHO S(id2100 do lll0 g FZ 011lyflW 3�JO1�IA fZOZ.cul se�iueS louo;seeload 171 7117,717-0 ......................y� (0z0z GNo9) 3 .. NosNVH W 133b1S S3ldV1S Ol 3AIa0 OOOMNOS a ONVA3ll708 53411 NOI1dIMO53O Aa 1 31 1 'ON 1,1O1-8 NOIldl9O93O A9 3LM 'ON NOISIA3N ®� N N 00 IA N m t0 N3 O �g (Z£133HS 33S) o 00+6Z VIS 1V 3NIlHO1VW W g QTT - f + w Yoo'Z %on w f 7 N Nx. o Ob o t. '9-.6Z o <s o i d o ,x'oa:61-.6g ' mc�� H_ In 1-1 II G o aBOOM8 gg10 �� w ag 7 ) �Qia 3 r� o= 6 p 'R UK N _ ao)89'Z= 'a' S 5 m oo I.II m w v m � o'oz 6I v it CD aaai uaaniai� I _ 6 1 i >c rz e ~ - ' n to o 0 16 1 i m wQt� x J ago � UP +dna ^ m i AG I CJ 8csm a O ao n.d .,,: •� i 1 � r�mo II^1ry1 w y ffi a 1 Gi w o l Y € N- - I � I L � - i r I I U o � I ri II to r a {{ o U 2i & III N 1 8J 1 T-7- All i1 o # w 'r z N PEI am V w w IIo � oEs Ei f i` �I '��� W 00+%VIS 1V 3NIlHO1VW (0£133HS 33S) N N aD I2 W N O (O M O m [ZOZ OZ I WA 91XZN31 SN➢'dNdl'AIO1Si133919 HS QI'J]9bZ910Z S9OMZ�I (n fZ9Z OZ I d7 INN`MOI ..'CI 931 czu/oz/iq WA I mw 0 ." ss"sa�aal s t,a 5uuaaLg5u o uaw oda c )� o sndids1 S 3{ 3 3 0 CO ��ae�`Sexai���s��y�sNd�o� 00+9Z 'VIS - OO+LZ 'N1S ;? Cv o PH 1-Hoag Lo9n SYX31 , g N . I 311dONd �8 Ntfld 133215 �8 W401S O 56ELEL '.�7 'oulsaaln3a$Ieuolssayo�duosueH IlSRIHO S(id2100 do .1110 Z 011lyf.W 3�J01�IA fZOZ.cul se�iueS louo;seeload uoeuoH 14 a<dJ® '�""�' N a W .. 133b1S S37dV1S Ol 3A184 QOOMN(S Nosnn�H a ONVA3ll708 53411 NOI1dIM0530 Aa 131b➢ 'ON NOI-8 -.190930 A9 3LM 'ON NOISIA3N ®� N N 00 IA N m t0 M O (££133HS 33S) s 00+9Z V1S 1V 3NIlHO1VW o a ., c ) Z L - r.• m R B'Z-o o O m f 'v p O 'r IItl + 0'OS SZLO N N / 3 %00'Z X00£ r ^ OI �. I' w lim w O N IIIA yI n - ,a w w 0 I^9 w � w: LO o o w �oLL o N m 1-1 AtT, 0 0 y m� €a _ E57ji N O� moa.L-es C, O K w o 'I .} I3 f •'.V (,', foo I'I it n I'I > � SA4 N � w $ I u J a t, ( W 0 ME £=01 M w� o p (30)9Z'Z= '9'o of w t o•sc 2z vis dUn 3 m3 IIf 3 00 M Zim i��� •,J N I _ I [ g a W s i #�wgl woom _ N meg, 33 nN O m K �m�ma a 'ma 3ivaamo u I o Nw w; _ w �• [ 90)99W=13-0.8. §wmEgg- : dH 0'9L LZtl �G� a � .� _ o w y N M � E z rc �� N�NR� s Y f ❑ I rr S a - ' I I ':� '� �J = gEi Ei III z y 33 w zoozl zoo£ 'w r m-m LL O o',I fi, `;� al o 00 + Z Vl lH W 00+VVIS 1V �1VW 3N IN (L£133HS 33S) oN W N aD I[9 N O (O M O m [ZOZ OZ I NA 91XZN31 OY➢'dNdl'AIOISi133919 HS QI0 09bZ010Z S90MZ�I (n uu OZ Iq wm INN`MOI Nd IVC LZOZ'El 931 O '-'°i sao!n aS 5uuaaut5u3{o ;uawpoda4 ro �ibEL`se eI JS Uosndmp SGX31 00+L£ 'V1S — 00+9z 'VIS - CN o y as No� osa 31130ad T NYId 133a1S T MJOlS w g O y+ SNIee i—SI...1-1-di uasu.H US18HO snddO,? !0 .UIO g ,:��Iynw'3 doia� aoz=i seg","s wolssalva oso uRaoa® _ ��o Ei s� 3315 S3YlS Ol 3AI0 OOOMNnS l*3/ c8vA31Ooe S3dIW NOUMOS30 AB 3Ltl0 'ON NOISN3N NOUINOS30 a ava 'ON NOISIA3N ®� N N 00 IA N CP t0 NI O (VE 133HS 33S) s 0044 ViS IV 3NIlHOiVVq o d $ 11 + 5E g IL s �I o mnN a U� �., w ors ami c'iI N LL CD N� 8S! %Do, MOT < I� I Z a Ill 4�• ' .C:1 rc fy o �o o _� ?� Ob '� m c; HM w u,ceOc m — 0 9Z'Z- l ) 3 W0 a o d Jar m � N � r o MIH Gm I .• I + . x� ,. + N � N h� I i w �I z iizw < G - �' CD00N o°a� ap of p dgn o� 7 Jl ; I•., w l i m3 ✓l�i I•:: a€a o 8 < �a 000 Bu IT o I; a� oma wo m LL wa _LL � j \ ) c1=O � � o O o es)W1 z= a'a' + IL '� di roe Lz v x � I JJVYp . N �m a v wLLN _ z w r I Mz v man o w Jk w w o Nw Ls LO z G o 31 o IcD x i . za 0 MOO'Z Moo£ t 4 LL IN _ I + W 00+9Z VIS IV 3NIlHOIVVY N CZE 133HS 33S) o W m am/u/id IN IQiY3NTJ 3YA'dNdYPd014@133d15 QI011 OfJ]86ZPgZ 590NK:I (n U—OZ I L d0 WL MM Nd YZT M TI 93d CLOZ u I NA IJIgAVI O �s"sa�aal saolnaa 6uuaaul6u o uaw oda oc _ I, 1 a3es1 S 3{ 3 3a 0 ro rose i'ilsijqo sndiao St/X31 05+0 V LS — 00+1C V LS r N o �16'11 >'4 I s l Pa l tial osn 31130Nd J8 NVf d 13323'1S N W401S o O ry sN9H IIS18HD sndHo0 do lll0 � sacel `. / Z Ol113f1W 3�J01�IA+ fZOZ�u se�ueS louo,seeload uoeuoH}y�,<aJ® µ• .. 1SVS Ol 3AI80 QOOMN(SNosNdH a ONVA3lno8 53dI1 (� a NOI1dIM0930 Aa 131b➢ 'ON N01-8 -.190930 A9 3LM 'ON NOISIA3N ®� N N 00 IA N Of t0 N'3 O �g O R + M O + M C> a� M 3JT. i, 0 LO .... momuuuuuuuu �� I! `y LS �� a uuuuuuuu I ,00 �o ti�la -� �, �Sa=� o WW L o CD C y dr�i _..�. 1. 1,, - 8 w� B _^ S G II '19 S3ldtl1S'S l M 00'06+££'V1S Noi.LonM1SNOO m 1N3W3AVd'OMS S3dll d0 ON3 5go I - _ x � oog 00106+££'V1S N0119f1211SN09 I�� mom 1N3W3AVd 'aAIS S3dll d0 ON3 m w i Of"!P ��m€ p � a— f 3 o M«8 I .I �� U ai n N 9 I I "IM els dl '90 ff tl1S J 25JAz \ foo' �w \ C 0 'r�i o Y00 Z Y00'£ U) n 0 rs s ox �m N ,bZ 5L ¢ � w _ a F = IM ZZ 3 w 9—e fib S .� `� i E m d i f, Gm W r o —. + 3 N mit' M N y � � l o of — w 1 O +� a z N + �I + In ❑ N W2 �, w Y o 0 _NM + W 00 6£V1S 1V 3NIlHOlVW M (EE 133HS 33S) N N aD I2 N W (O M O m [ZOZ OZ I 1M 9MlZIA31 SN➢'dNdl'AI01Si133919 HS QI'J]9bZ910Z S90MZ�I (n fZ9Z OZ I d7 NN`MO WLMMd Nd IIS NU SI 931 fZU/oz/iq 1M I mw 0 FEB 0, 2023 301 PM PMWLIAO I:\2M095\2010249C\CAD\RWD\SMFET\SIREEIHS10HJPNP_481N LA UT 1/20/202] DRn� DP/Dr 0 1/20/2023 (n REARED 1/20/2020 rn 50.00 - LP DESCRIPTION LIPES BOULEVARD SUNWOOD DRIVE TO STAPLES STREET (BOND 2020) STORM PLAN & PROFILE 48IN RCP STA. 6+00 — STA. 16+00 H O rn O 0 v W W CO CO O GJ Cn CO 00 Sn CO N START OF LIPES BLVD. PAVEMENT CONSTRUCTION STA. 7+00.00 S1A-7+00.00 - 1.R ELEV=22.0 TC=22.02 (Ln TC=21.84 (RT) O O 5T -9+75.83 C.R ELEV=21.2 (G TC=21.22 (LT) TC=21.04 (RT) 510N N0. DATE CITY of CORPUS CHRISTI TEXAS Department of Engineering Services DESCRIPTIO HANSON 0Copyrig1t Hanson Professional Services Inc 2023 Hanson Professional Services Inc. 4501 Gollihar Rd. Corpus Christi, Texas 78411 MFG LS I ENGINEERING r.417 l SURVEY F-100,9..0 • VICTOR E. MUFILLO 137895 m D 02E-461 D-A492-2EOFB27AB587 ,.•"" �s"sa�aal saolnaa 5uuaaul6u o uaw oda erv1=�33rv1a 10 sndia91 S 3{ 3 3a 0 ro �ee1 A ta�`sexai ys yowNdoo 00+9Z 'V1S — 00+91 CN o SV X31 �;.3, a„.:oyll va ey!Ilo�losn V1S d021 NIBt 31Id021d Nbld WNOlS o O 56ELEL .. �t aul saaln a$Ieuolssayo d uosueH IlSRIHO S(id2100 do .1110 g . W-130011lW ON08). ....... (0, n 99 �s133b1S S37dV1S Ol 3AI80 QOOMNnsNosNVH W3a ONVA3lno8 53dI1 (� a NOI1dIM0530 Aa 131b➢ 'ON N019N38 NOI.1-30 A9 3LM 'ON NOISIA3N N N N CP t0 M O N N N CP t0 N'3 O �g O O 3 I I I I � �� I' I > L•Z= o � o a ” I u' e9)99 z= a o+ w o'os sz--V-L N N J w f 1 l 3 III oo o0 + + N d N LO SII I �I, I I' o w z a li I. o)se' 3•a "� 0'OZ F5[::Vr3 I� I O ZBw O I o 9 ®� o I 0 i'e I ' 0 0919L VLS O �+ O U') s + 00 o � d ) Z'£-Ol 9)9z Z= a'o it I. 0'9££Z tl1S w III — I g 3 g 3 + + � I o 00 M N I 3� CD I U fn W L� I ® — d d w LL J z 0 LO + p N N II I I S r z z � I II o N Jo l c ) 9£= m dH 0'9L LZ tl m Q a Z a I J I I o W d LL x ao w w v O N GO rn w � 1 I o o0 o w W =w > N N C2 L,2 N W O N7 O N N aD I[92 CA (O M O W m [ZOZ oz I wA 91XZN31 SX9'dJaN191-dNdl'A101Si133lLLS HS QIo]9bZ910Z oz I 'CI S90, EZU (n d7 NN`MO 08L19&9M Wd 9LC LZol 931 fZ9Z Oz I wA NOAtlI O "s"sa�.aai saotn a 5uuaaui6u o uaw oda oc�_ nei ne 31sa3esi S 3{ 3 3a 0 � � 4 as 19 va 4llos d3ao 00+10 'VIS — 00+9Z Cv o + d N SV X31 F oyll I IS1 S o v�os-H IIS18HD snd2100 do ,1110 V1S d0�1 NIBt 31Id021d � Nbld WNOlS Z 011lyflW'3�J01^IA, fZOZ.cul se�iueS louo;seeload a euoH 14 y,<aJ® '�^^��` I\ g W (OZOZ ON08) tz NOSNVH 133b1S S3ldV1S Ol 3�Ia0 OOOMN(S a a a ONVA3lnos 53d11 (J-) a NOI1dIMO530 Aa 3-1 'ON N01-8 -.1-30A9 —1 'ON NOISMN N N N Of t[) M O �g O M 3 O � 99 _ Il'7 aY O O + M n CD ¢ vm y_o a �B xa a a In w a7 C N �m dl 0'01 l6Z tl O O + N a n N Yw Gm mly + CD 00 N [n O y 9)bti Z Lle 3'a n dl 0M LZtl N O N w P 0 O J O Q O + v53 N V 0 J O } 05 O a w = Y �� w mli' z � alii 4 V) W �® O W N = o O w > N N of IfJ N CA O M O W m [Z8Z OZ I NA 91XZN31 0110'dJNN191-dNdl'AI01Si133lLLS HS QIO 08bZO18Z S90NK:I (n fZOZ OZ I d7 NN`MO -1--Nd 8LC CLOZ'CI 931 fZ9Z OZ I NA NOAVI 0 saoin.lag 6uuaaui6u3{o ;uaw}+oda(7 ro � VgZ sexai''ilsuyo sndioZ) r N SV X31 Slb2l31b7 W2101S o ^P;•Losn i».qyl oi.PH..I-J lloo vasa sea�sl .,14 SNI Sa�Itias reN ssaia,d NosNeH Il SRIHO Sl7d210o {o .11lo h 6 //S��NV'' 133N1S S37dV1S Ol 3A184 QOOMN(1S tz : 3 ak�t..,.,;y> NVJ w I— c caoa/oa/lo�`�'�-�` ONV/131n08 S3dll NOUIN0530 AB 7 'ON 4017NOI1dINOS30 M 3LV0 ON NOISIA3N z O N N N OD IA N tD M O O+ O 3 O S $ & O O o - N rr m ..,...... \ N Lo+ ¢� O IJO .o Now O I�of 3 117 Im I = J L + d + , 1 011 O oo N N O plm t � f M N N f'�;V OD N O c0 0 O o 11n + 04 + N N N a0 IA N 01 tD M I m I I o +ON N N O I[] N m O to gpil. I I + V g O O] c) O o O - a z® O Q O I� oIT cD ® v I- I � ' i 1 o n + p I I - o m - N n O Lip O O Q p _ o O IN, 1-1 � I o+ N O I� N N '=nD -w N a7 O W m M N Aa M N N N N O O O O ao t0 + - + O O I� - cV w aD In N 01 cD M n + N N II, O cD 3 + N N N D1 CD M v� O Oo cD cD O r + I I o ¢ & o co v+i N 1 I o IIf +w ; I po� o a a o I N ❑ — I + v c gw + LL2—L—A ;z a O 4 LL m W O n N O 11") N 01 cD I = + M N N - O 1f7 N Ol O M N N &a 0 ^ W m [ZDZ OZ I NA Q3X3IA31 SMOYI a SNd3LVl HS QCJ aBYZQ10Z S90MZ I W. INNYdOI 08CLMWd Nd SVC£ZOZ'£1 n fZU/oz/Iq N1 I mw 0 sao!n aS 5uuaaut5u3{o luaw4i.lodap m e l[V8Z 1 1 4� diad � N U ' I SGX31 Slbdl31b1 W2101S 11 411 IOSb ,'IJII ...I sao!^ios l.......imd uosueH IlSRlHJ Slld2l0i !o .lm Y y1ll�fWfr31101'V CUIZ'cul sa�ir,xd5 louoiwalvd uosuoH 14 N Po® '""� 3 � W 4i•'.. o NOSIS� 13-3,'J-LS S37dYl5 Ol 3AIa0 OOOMN(15 w aoa�oa�Ia'i - o8vA3lnoe S3dll z (/) NOUd190S30 AB 3Ltl0 'ON NOIFF NOUINDOO A9 31V0 'ON NOISI d N N N O u] N O tC M O g3 cD g p p O _ + } o ea cD N cD w 3 N O J p Q m® O+ - � s o 1, � N DJ a N N O 10 M N N l- OD lf) N n N DO lf] N N N N Zr 10 M N N Cb CO M O O to + + O O cn N w - � + C + -E, O II N w _ w w ? O a J N p W® N + O + I + M 3 N N - + �n + 0 5 ' - o g + "s + O n - & O I�II m® - + - - > - O O N N N OD w N N m t0 M N N N 00 N N Q1 c0 M N Noo O r m O gof ; 04 � � N N N O � N QI t0 M _ co t00 I O O �......... - - to �a o cD C14 + Q ® - + N r w p p Q I 0 3 O H m O O W N l�1 w - N r - N Q + + ❑ O - O S w o - + O n O+ _fF O+ O - O w N �?N Nw OJ 11') N D7 t0 M N N N 00 0 t2 N 01 cM 3 0 W m CZOZ OZ I NA Q3N3N3d 0M0'N9015-9NH3L QN9 Ov0 O96Z0gL 5901021 (� CZOZ OZ I 10 d0 NNWO OBLLMWd Nd 499£ZO2'£1 93d lnm/u/iq m IllNL.VI 0 JAN 20, 2021 118 PM MUA1L1903 I:\10,1095\10101492\C•D\ROAD\SHEET\STREETINIERSEC1100S9NJPOETAILDWC LAYOUT 01/20/2023 DRAWN W/0r 01/20/2023 01/20/2020 N -o rn ▪ 70 �n C/) CO CO Xr •r R. 2 C ▪ N m Cm') 1,1 z 00 ✓ SistII II 111111 IIIIIIIIIIIIIIII Illli1111llll IIIIIIIIIIR1milli® IEP=00.001 PROPOSED EDGE OF PAVEMENT S 313RONOO JO JOGS 03S0dONd 301MO OJHSINIJ 03SOd011d 00'00=0J N1VM30IS JO d01 03SOdOHd 00'00=S1 8003 JO d01 03SOdONd 100'00=01 m C) 0 too AAP REVISION NO. DATE 9Y DESCRIPTION REVISION N0. DATE SY DESCRIPTION 1901Z ( 103f0Nd A/P LIPES BOULEVARD SUNWOOD DRIVE TO STAPLES STREET (BOND 2020) STREET INTERSECTION & RAMP DETAILS — RIVERGATE DR & CLUBGATE DR CITY of CORPUS CHRISTI TEXAS Department of Engineering Services HANSON ®Copyright Hanson Professional Services Inc 2023 Hanson Professional Services Inc. 4501 Gollihar Rd. Corpus Christi, Texas 78411 MPG BFELS I ENGINEERING r.4,; I SURVEY r., Do393DD adolanu3 u0igroop 02E-461 D-A492-2E0FB27AB587 sao!n aS 5uuaaut5u3{o ;uawpoda4 ro L�VOL—al i No sodioo CN o Pa 411 osa SYX31 37nCl3HJS 3anio ais v3IYMWNolS y routsa i—SI...1 1-duosueH I1SIdHJ snddO,? !O .U13 g ,:��1ynw'3 doLa� aoz=i se��,�as w�olssalvd os�o uRaoa® _ ��o Ei s� 331S S3dVIS Ol 3AI0 OOOMNnS W l*3/ c8vA3lno8 S3dI (1� NOUMOS30 AB 3Ltl0 'ON N017 NOUINDS30 AB 31tl0 'ON NOISIA3N 'LL3L3YM�306N1,9 UL 035V3tl 3215 3W NN NN £dGZ/IZ/F I N Oet z zU- 2z Z)W N 0 2 h- W S W UJ U S F cr) Q Q J J Z Z O w x V w ' M :m W W J J = Z = Z V V !n N N_ N_ � = W H Z g 8 H Z Q Q C) C) w z 1-'-1 1u $ z � 0 W J H X = � W W W W 0 o N w w � v � � 3 � J m Wo W N _ _ _ _ _ _ _ _ _ F 21 W � o W to N N w �o _— w z W _ jQ ❑ Z — — — — — — — — — — — — D. . Z o o W p� CZOZ OZI IN QiN31A3tl �A10'31110HSNWSN3lVNritlNLS QNll QA]86ZPgZ 590NK�I (n au u I LI d0 NNtllq ZOd munm Md W9 2='IZ M Cd OZ u I ILA JIgAVI O saotn a 5uuaaui6u o uaw oda ,r_ a3es1 S 3{ 3 3a 0 rose CO i I Ilo day St/X31 00+9 H1S — OO+L V1S 31130�Id ;2 o 6asI PH1-41.9�osn -8 NV' cl �131YM31SYM N N31VM o ry --s-H IlSRIHO S(1d2100 do .1110 i zO o�Ianw aaoidln czoz a�sa?tias w�o,�alo,a�oa�oN w,,<�® ry� W F ......................y� (OZ alloe) o 3 .. 133b1S S37dV1S Ol 3A180 000MN(S Nosnn�H a ONVA3ll708 53411 NOI1dIM0530 1. 131b➢ 'ON NOI-8 -.1-30 A9 3LM 'ON NOISIA3N ® N N 00 In N Of t0 N'3 O Z �g oo+s(Eo 1-33/is N/�H�lyyy +9 eu _ o E C> i I � `4 I �- LO I ' M - a 0 o I I JI I Bw��i a I w ��LLG I I7 z 10 go z-_awO + �I� w �$ 0'£=li O JJJ C a +t vis�+ Im 3 Ian / x �ME I s CTI f 3 O +f tl1S + �w'wm jR O n 4 �I o " + z w f LL Ion m o A v g'a + z ;�M v y Iz w \ o \ \ m W N N00 m [ZOZ OZ I WA 91XZN31 SX➢'dNdL3ltlMZLStlWR91LtlM HS Qtl'J]9bZ910Z S90MZ�I (n fZ9Z OZ I d7 NN`MO 08L19&9M Wd nS CL9Z'CI 931 fZ9Z OZ I WA NOAtlI O �s"sa�aal saolnaa 6uuaaul6u o uaw oda oc _ I, a3es1 S 3{ 3 3a 0 co rose i I vo dao St/X31 00+11 HIS — 00+9 H1S 37130bd ;2 CN o ! >'4 i sl Pal yd oen -8 NV' cl Z131HM31SHM N N31HM o O ry sN9H IIS18HD snd2100 do lll0 � sacel ` / Z Ol113f1W 3d01�1A+ fZOZ�u se�ueS louo,seeload uoeuoH}y�,<aJ® µ• I'7 a W F ......................y� (06-0z CINOB) o 3 .. 131S S3V1S Ol AI80 OOOMN(SNosNdH a ONVA3lnos s3dI1 (� a NOI1dIM0530 Aa 31b➢ 'ON NOI9N3tl NOI.1-30 A9 3LM 'ON N0ISV3N ®� N N 00 IA N CA t0 N'3 O (4v 133HS 33S) s 00+11,t V1S 1V 3NIlH01VW Z 1= wuvu + k s e i I I II V u II o l o z B-B Ob l I............. �\ � I•ll SBS: ;: �C J. VIII a �MO.a,u-,99 a -w o 8 0 - o a II s•1-� ` g li Ili IIII + o III �p "� oo 0 VIS o of �I 8<tX o "J` well o 10n = + =o I _ sw it M�LL 3 \ a'l=-u O I e 0 +e vis + ' o o w J r r 1 It w v a = LO o G� a Lu W : Cn oA a tiro= aZ=�o =w� +a vis + z n cni n� a � n w w w m - I I �sF? K! 3`noo J w a z w , o -_ o �� :.' ► +` — o w 00'00+L'V1S NOLLonHISNOO woo IN Y=n wa w §� w S3dll d0 121V1SVEM " 1N3W3AVd aA STA•7E.IPES BLVD 7+00.00 O gTAR7 WTMEN Tgo COSS7MSw as aoon NI HE 4 W SEW Ep N71NUATIOCO + ==ogg W I y ��1s ` 1 \ 3 N m p�p3 III "Jy a 0 x� N wd z=iao 13 +9 v15 CO A 9 ;I� 0 W N N aD I2 N O (O M O m CZOZ OZ I NA IOIXZIA31 SX➢'dNdL3ltlMZLStlMR91LtlM HS QtlO O9bZ910Z S90NKI 0 CZ9Z OZ I d —a 08L19&9M Nd f4S..'CI 931 fZOZ OZ I NA I mw 0 saotn a 5uuaaLg5u o uaw oda � .- c-eeea l-a a o sndiesi S 3{ 3 3a 0 ro erv1=�33rv1a � �3 ,osteo ��te�`sexal ys�y�WNd3o� 00+91 'VIS — 00+L L 'VIS 3113021d Cv o ,R ,,i�i',11 Pa Jey oo� osn SVX31 g N � -8 NV' cl �GIVM31SVM N N31VM O �7 'oulsaalnda$IeuolssayolduosueH IlSRIHO S(id2100 do .1110 Z 011lyflW 3dO1�lA fZOZ.cul se�iueS louo;seeload uoeuoH 14 a<dJ® '�""�' V' a W .. 133b Nosnn�H1S S37dV1S Ol 3AI80 QOOMNns tz a ONVA3lno8 53dI1 (i a NOI1dIMO53O A8 31 ON NOISN3tl 1 1 3LM 'ON NOISMN ®� N N 00 IA N m t0 N'3 O (5v 133HS 33S) s 00+91,VIS IV 314I1140IVW oo= o Igen 77 aoslvu� € li I I � I VIII 1 ��t3 �3 w a p 0 III w C,m� a I. i g li�lE � + � u3 r T. I N G= wa r, o �w N w- T <�a gym€ = o ZSrs I I �I a� L �R J oa Ma nFo V c� a ��$H o0� o 14� Z T x W bl tl15 + `GI ZSR<< I I li 's B 0 J r d+ Ili o t,u ` w C3 W w (_^ M J Jgo I I� � I * I I a�� I � 5� u I _�q6w III flym o's ' I II s 3 O 3 'v- as oz oa=g' z I s-e oro I I% li`li fn o� l-fiS. Of �z 'J`m oo �xoa.l-se IIII �� a� � o wa IIE5 < I �m�ma a f - ��a `5 µ ( x oo 61 vis + & N L5�3 m I it I��I §m�' w �n�'J` N UGwo m g -xoIb w I U IIII 1 � I II I 0 W I � III�II I I ��g p W 00+66 VIS IV 314I11401VW o (EV 133HS 33S) 00 "" —L N N aD I2 N m (O M O W m am/a/im WA I QiN mi WdNd8ltlM3LStlMRN1LtlM Hs Qtl]]sbznz s90NK I (n CZ�Z OZ I d7 NN`MO 08LI8PoMN Wd 96S CL�Z'CI 831 CZ�Z OZ I WA NOAtlI 0 FEB 3, 2023 ND PM PMRDIAO I:\2M095\2IXD249C\CAD\ROAD\SHRT\WA1EAhWASRWFTEIBNP 0 Cn (SEE SHEET 44) MATCHLINE AT STA 16+00 a D MATCHLINE AT STA 21+00 (SEE SHEET 46) REVISION O. DATE DESCRIPTION LIPES BOULEVARD SUNWOOD DRIVE TO STAPLES STREET (BOND 2020) WATER & WASTEWATER PLAN & PROFILE STA. 16+00 — STA. 21+00 SION N0, DATE CITY of CORPUS CHRISTI TEXAS Department of Engineering Services DESCRIPTIO HANSON ®Copyright Hanson Professional Services Inc 2023 Hanson Professional Services Inc. 4501 Gollihar Rd. Corpus Christi, Texas 78411 TBE LS I ENGINEERING F-417ISURVEY F-100,9.0 .. A • VICTOR E. MURILLO 37895 ,. a�aal sao,naa 6uuaaul6u o uaw oda erv1=�33rv1a Iv31 s�3ds1 S 3{ 3 3a 0co jA�ns$�ISeXal''Is"yo a"d'°OSYX31 00+9Z 'VIS — 00+11, 'VIS 311d021d � (v o PH 1-41.9�osn -T NV�d �GIVM31SVM N N31VM w g aul SIDlnda$leuolssayo�d uosueH Il SRIHO S(id2100 do ADDg Z 011lyflW 3 dO1�lA fZOZ.cul se�iueS Iouolseeload uoeuoH 14 a<oJ® '�""�' SOI O W .. 133b1S S3ldV1S Ol 3AIa0 QOOMN(1S tz Nosnn�H a ONVA3ll708 53411 NOI1dIMO53O Aa 31b➢ 'ON NO19N3tl NOIldl9O93O A9 3LM 'ON 110ISIA3N ®� N N 00 IA N m t0 N'3 O (LV 133HS 33S) s 00+9Z V1S 1V 3NIlHO1VW Z _ o 1 00 9Z tl1S++p I � E 1 j II�p{'ll Ifll >l I I w I O I LO w w I w� I N .J I 3 �o (• -� o 1i3 op + I�' �„ A_m oo sz �s In N w I �= r o IN .fit. 11 I II,�s �d ao�a �i oz oz k t �I�11 M. o 9-0 oa I 1 3a5w ��o�a Ohl , SLS ..m�. .M.O.a .4 1 I I LS�i 3p go bZ tl1S I it 1"I I z f I €n - �11 I xI gaff III - I � I 1 II II IU,I I �a w . o = w �I I I a 1 � k� 1, 111 x �� d1a N J .I I 1 5go „� • �, .. Gm� 15 y ?cam f J t tt1 ons I o 00£Z=li O tl1S + 04 I I I I 1 3 II j11 11 aha ��3 i �ooIna y { o + �w M .w �� Gm q m N m 3 x w�3 a n w w� 'ma 3ivoamo s W o o �s =wo ZZ tl1S N w a a 11 I i I w= 2i w =m I I m� z LL o 111 mS� II °IQo wx,_y.,w H N ¢ u z He mu Z FF QEs N w mZE 1 LL i 0 11 III '4M �i ,. o z =is + W 00+LZ VIS 1V 3NI1HDIVW 00 1z" N (5b 133HS 33S) W N N m [ZOZ OZ I NA 91XZIA31 SX➢'dNdL3ltlMZLStlMR91LtlM HS Qtl'J]9bZ910Z S90MZ�I (n CZ9Z OZ iq wm INN`MOI Nd 96S..'N 931 czu/oz/iq NA I mw 0 „••” �s"sa�aal saotn a 6uuaaul6u o uaw oda c_-eeea l-aa n31sa3esl S 3{ 3 3a 0CIDI aeL`Sexaillsi yo sNd�o SYX31 00+19 'VIS — 00+91, 'VIS 311dOZld CN o vafe4loo9 oen -8 NVd �131VM31SVM N N31VM w g O 5691EL .>If oul saaln a$I9uolssayo1d uo H IIS18HD snd8o0 do 1110 Z 011lyf.W 3 d01�1A fZOZ.cul se�iueS louo;seeload uoeuoH 14 a<dJ® '�""�' ISI a W .. Nosnn�H 133b1S S3ldV1S Ol 3AI80 QOOMN(1S i ONVA3lno8 53dI1 (� a NOI1dIM0530 AS 7T77'DN N019N3tl NOIldl90930 A9 3LM 'ON NOISIA3N ®� N N 00 IA N m t0 N'3 O (8v 133HS 33S) s 00+K V1S 1V 3NIIHO1VW £z _ o L,� j I Ela o Ew N11 11 M d. Ins p CD 00 DE vis :5 a Q X J M Rp T. z z w 0 ag �m =z I x w w u s le—e ob I fn t5�<a ��o wta i u II C£ m. o M m moa.0-ce I � n� l oNi 'o r 14.; a` ao ez vis rn N � t I 00 .4 N I' J ma Q oaa I d � m3 o 00OZ:vis � N III i 5 W:j x It o goo� w � 3z x11111 � 3nrc 3x3� y{I�`." '. m v O w w � mo w wr N Ins p 4 � � I w y e 3 m^ t:5m3 Zi µ oAll f } O 00 LZ:VIS �It Ind, 6] v �•: w a w w n w x LL � II I z o U p z x m W w N Un � L17 . " V 033 I CD p L II II _ I z a 00+9Z V1S 1V 3NIlH�1VW �,400 _�M Is_�o ul 00 92 tl15 N o (9V 133HS 33S) W N N aD I[9 N (O M O m [ZOZ OZ I NA 91XZIA31 WJ dNdL3ltlMZLStlMi93LVM H W]9bZ910Z S90MZ I 0 CZ9Z OZ I d'1 -I--Nd 96S..'CI 931 fZ9Z OZ I NA O N9AVI saotn a 6uuaaul6u o uaw oda c_-eeea l-a a o sndiesl S 3{ 3 3a 0 ro ae�`Sexai nsi y�sNd o� 05+££ 'VIS — 00+10 'VIS 31130z1d r N o PH 1-41.9 Loeb St/X31 w g N -8 NVcl �131VM31SVM N N31VM O .' S691EL .>f oulsaaWn1-olssayolduosu9H IIS18HD snd8o0 do 1110 Z 011lyf.W 3 d01�1A fZOZ.cul se�iueS louo;seeload uoeuoH 14 a<dJ® '�"„'�' COI a W .. Nosnn�H 133b1S S3ldV1S Ol 3AI80 QOOMN(1S i oNVA3lnos 53dI1 (� a NOI1dIM0530 AS 7T77'DN N019N3tl NOIldl90930 A9 3LM 'ON 110ISIA3N ®� N N 00 IA N m t0 N'3 O �g O R to M O + M CD M I, LO �� ip uuuuuumomuuuuuuuu �� I! PIP a uuuuuuuu I - � 0 I K 1 M CD 1,7 '19 S3ldtl1Sis 5 n m w 5 3 � x Q�nmf I, f = o imgq �x QOF 3:W x w nr. Y:4 I d z J nr� ,lug l�{ry�;l li�m3 O ZL'=li O n q €"Il' z'o a 00£f tl1S M al I mllvly nnw uar❑ p t H mg g g,3I a I ro meiz ,bZ9z � v n 8-8 fib P- z 4{_r �m r' W. 00 ZE tl1S 4 I w I aYN 3 i 'mom O a Ion a � jBp n N LL O 4,54 � 00 L£tl15 00+K VIS 1V 3NIIHO1VW W M o UV 133HS 33S) W N N aD I[9 N (O M O m [ZOZ OZ I 1M 9M1ZN31 SX➢'dNdL3ltlMZLStlMR91LtlM 19 Qtl'J]9bZ910Z S90MZ�I (n CZ9Z OZ I d7 NN`MO 08L19&9M Nd 96S..'CI 931 CZ9Z OZ I 1M N9Atll 0 saoln.la 6uuaaul6u o uaw oda CID S 3{ 3 3a 0 onlanw dao.-t fZOZ,u 11aac i 1 v1 dOgv iao St/X31 S1V2i31b'l ZI31YM31SYM N o as 411 losn g N 691E I 1 + a s-H IIS18HD snd8oj do .1110 2 ... se�ueS louo,seeload uoeuoH 14�,<aJ® µ o W �. Nosnn�H 133b1S S37dV1S Ol 3AI80 QOOMN(1S a oNVA3lnos 53dI1 (� a NOI1dIMO53O AS 31b➢ 'ON NOIMNOI1dIWO53O -1 'ON N A9OISIA3N 1"07 N N N co + O 5 r a w + o CD II 3 m 3 -D N o a w CN + J O O ~ W O s r- +OCID N N 00 Lfl N O) t0 M N M w + O w O+ 5 O r- x N OD -0 47 N m fD t0D M N N + miles O o O \ w O N N N `n N Of fD M 4,-T N + + [) C> OI w<..c'. O N w�l� ID O+ o C=I I � a 3 � w � o oar„''.,�„ w C-4 ¢Q ID C=I — CD — + + d 0 CD _ CD C� CID + i N ~ 00 + o i v O N O CD 33 + + m`i II_ o N �N?I N 00 117 N m cD M O I� N I17 CN CA w V (D M N N O N + O r O + w co O 3 3 + m w N _ O n O N 04 + M + O O + J Q N Q C t�j W N N + w + o O H z Yea ± g g o w ��I� & N �- x _ o+ w o+ w n � a OD 117 N m o tD M n 00 IPJ N m 8D M N N N N N N w 0 m W m [Z8Z OZ I WA O1X31A31 '.f M➢'N3ltlM3LStlM-SM➢LVI Il5 8LT 1 ]BSM (n fZBZ OZ I d7 NN`MO Z-L-11Wd VC.CL�Z'.OZ N1T fZBZ OZ I WA NOAVI 0 JAN 20, 2021 119 PM MURIE01903 I:\10,1095\20102490\CAD \ROAD\SHEET\LA1ERAL5_N/STEWAImUCV LAYOUT 01/20/2023 DRAWN GP/DT 01/20/2023 REARED 01/20/2020 H 0 0 O 0 + 0 O + + O + O + CO W O N co co N N A N - EXIST. WASWWATEB NANI (TO BE REHABILITATED) -RIM=21.73 INV =14.82 A A I I — REHABILITATED) 4B 49 ,, TO L m -7 iI m W O co N N Co - ? v J S(+6Z 'VIS IV 1V2131V1 Q LATERAL AT STA. 32+57 - 32+89 1ZIv O + O O + O CD + O + O + O + O W 0) CO — t)1 CO N N - EXIST. WASWWATEB NANI (TO BE REHABILITATED) -RIM=21.73 INV =14.82 A A ,,r_______T p ,, TO L -7 3 3 O 0) CD 47: 12 12 (CC 03 O 40. N - Li EXIST. WASTEWATER MANHOLE (TO BE REHABILITATED) - RIM=21.65 IMV=12.16 I I I— o 176, mss,, IANHOLE EXIST. PROFILE f ' I o A W O t0N N CT 00 � N � v J 40 N J REVISION NO. DATE 9Y DESCRIPTION REVISION N0. DATE SY DESCRIPTION 1901Z ( 103I'0Nd AID LIPES BOULEVARD SUNWOOD DRIVE TO STAPLES STREET (BOND 2020) WASTEWATER LATERALS CITY of CORPUS CHRISTI TEXAS Department of Engineering Services HANSON ®Copyright Hanson Professional Services Inc 2023 Hanson Professional Services Inc. 4501 Gollihar Rd. Corpus Christi, Texas 78411 MPG BFELS I ENGINEERING r -a, SURVEY r-1039:,00 adolanuX uAlgrooa 02E-461 D-A492-2E0FB27AB587 saotn a 5uuaaul6u o uaw oda CO rose i I vo d ao N o SV X31 SlVZl31Vl �131VM ''I s1-1-1-1d 4l`.SUUH Il S18HO sncf80j do .1110 ` g ioI..... oidln czoz�w sa?tias w�o,�alo,a�oa�oN w,,<�® �� (0z0z GNOB) 3 ............ � 133b1S S3ldV1S Ol 3AI80 OOOMN(SNOSNdH o a ONVA3l 708 53411 (� a cwz/az/lo'`��.3�-�' NOI1dIMO530 Aa 31b➢ 'ON INOIMFJJ� NOI1dIWO530 AB 3LM 'ON NOISIA3N �R o I Y1� ® �� i m J p M IA N N N a0 LL7 N 01 tD a_ COO T n6 a5� � w r t5 i w z 'o o o t5�t. �0 00 3�V w u r co N ——————— — — — _ oto oo+zz— w 'OAIG S3dIlLLJ z 3 Q N m. m O �^ - N x w oe ,,,,,,,,,,, We ee N IM�.BIM a �'mX — i N z � � w N z w I a � w s o LL I �Q I m 8� m to V, c,00. A m 3 0 cD a I V I a d I Of tO > v N W w w m [Z8Z 0Z I WA QiN31A31 54'9'H3lVM-SM➢LVI Il5 ZOBI01QI ']BMI (n fZOZ OZ I d7 NN`MO tlOX Id 8LT VC CLOZ'OZ N1T fZBZ OZ I WA NOAVI O s ,al • a' rr oo ee-a n3nansiLe-a�rvl=aarvl�lvals3es1 saotn ag 5uuaaLg5u3{o ;uawpDdap CO cy 3"i�s? aaL sexai iIsug3 sndiao 00+91 'VIS — 00+9 'VIS CN o PH 1.41.9. osn St/X31 N -7d SV,9 WV 4nlVN s68LEl `.'l oulsaalna$Ieu IS-1o1duos-H IIS18HD Snd2100 do .11l0 FZ 011lynW 3 J01�IA fZOZ.cul seiueS louo;seeload uoeuoH 14 a<dJ® '�""�' N a W ......................,:� (030Z alloe) Loo 3 3b1S s3VIS 01 30 GOOMNnsNosNHH i 1,3i OZIV/131n08 53411 NOI1aIMO530 Aa 131b➢ 'ON NOI-8 1 NOI.1-30 A9 3LM 'ON NOISMN ®I g ®I (CS 133HS 33S) 00+66 ViS 1V 3NIIHOIVW 00+96 tl1S IV 3NIIHOIVW x007 x007 o I I . I v LL �w o t3 cz w � 'k a e, 1• " � I I a �� �� I r I Emu I e i • I " g a i I I I �v fc a to 12 I o ty � I t c W I M $Fw� oY t J I ti d� s I d � la � � I I �� o�� s � � � m� I' • I � I I I aFq �. 0z oz U; L _II _ 0E .•r o M.0.8.I-,ee wMR i-�, I I il,sIIs •-, Irl - 1I 1 =10 Il 9 is * m 3 ez 00 I m ";: .. �• II 1���.-' {I I X0'3 � s � 4!rl � 'I" I it N 'UG aoonnHns N " 1 w �� ILI W `il 00+66 tl1S IV 3NIIHOIVW W m [ZOZ OZ I wA QiN3N31 OAO'NJIdS`PJ HS QI0 0SbZ01xZ SxONK I in EZU o I 1 ds Nxvaa walmxnx wa orc aoz'ce xm fZOZ OZ I wA I NO4tll 0 s ,al a' rr oo ee-a n3nansiLle-a�rvl=�aarvl�lvals�3es1 saotn ag 6uuaaul6u3{o ;uawpDdap CO cy 3"i�s? baL sexai IS yo sNd o0 00+9Z 'V1S — 00+91 'VIS CN o PH 1-41.9 osn St/X31 N -7d SV,9 WV4nlVN s68LEl `.Il oul saaln a$ IIS-1-1d IS-1o1d uosueH IIS18HD sncf800 do .1110 Z 011lynW 3�J01�IA fZOZ.cul se�iueS louo;seeload uoeuoH 14 a<dJ® µ' I'7 a W F ......................y� (06-0z CINOB) Loo 3 �. ' 3b1S3V1S Ol 3AI0 OOOMN(SNosNHHa ONVA3lnos 53dI1 (� a NOI1aIM0530 Aa 131b➢ 'ON N01- 11 N.1.1 0530 A9 3LM 'ON 1401- (PS 401 3N(bS 133HS 33S) 00+6Z tl1S lb 3NIlHO1tlW 00+9Z tl1S ltl 3NIlHO1tlW I I o ra Pi-'9Z � oz oz -- ---� All, e e ob I I a ez I z,o£•: M.o.a m se R Sz 1 R H <si••:M h � N �� II oz I'oz � 8-e.ob o£ !lO 31VOU31Ua r I:• I iJ «b�SZ w m rn I !� vi —— 7— •? a I" III II — �� I II 1 1 G I sl � II 1 I 21 7.S zn N dIi : � of I 1 A � I � I �e✓ _ �. ;I U� =moo 'Ld 3.Lvoafll9 w I o MA ffi I / R � ' s n . aILI LL 1 zags v. I 00 9L tl1S 1tl 3NIlH�1tlW W 00+LZ tl1S ltl 3NIlHO1tlW o (ZS 133HS 33S) W m [ZOZ OZ I wA QiN3N31 0A0'NJIdS`PJ HS QIO OSbZO1xZ SxOMl�I in ON oz 1 ro Nxvaa walmxnx wa orc aoz'ce xm fZOZ OZ I wA NOAVI 0 s ,al • a' rr OO ee-a n3nansiLle-a�rvl=�aarvl�lvals�3es1 saotn as 5uuaaLg5u3{o ;uawpDdap CO cy 3"i�s? aaL sexai IS yo sNd oo 05+££ 'V1S - 00+9Z 'N1S P CN o PH 1-41.9 osn St/X31 N -7d SV,9 WV4nlVN s6ELE} `.Il oul saaln a$1--issayold uos-H IIS18HD sncf800 do .111 Z 011lynW 3�J01�IA fZOZ.cul se�iueS louo;seeload uoeuoH 14 a<dJ® '�""�' V' a W F ......................y� (06-0Z CINoe) Loo 3 �. 133b1S S37dV1S Ol 3AI80 QOOMN(S Nosnn�H a ONVA3lnos 53511 (� a NOI1aIMO530 Aa 131b➢ 'ON N01-8 i NOI.1-30 A9 3LM 'ON NOISMN ®� g 00+6£ViS lb 3NIlHOIVW III. I I j! I r I Ch FT I 1A fl> u' 'r a•; � � I I I I �I � • �� L 9661 a � �uuuuuuuuuu uuuuuuuuuummmmuuuuuu � l�,I of I� � Moa J1 Ls I m III ;. 1 � -.• _- �E, ---- f T 'is 93iaviS'S ci 61 LU CX c' `y umnumunoi / III O f� in ISI Lu /a IL III �•'• � :• I r., ,;,, � ' 4 .. I X11�� • �1;? � k J c3 F ~• o WO'N.f-.IL Z o a. 10 rztf :! m R s o •• I ria!J- - y g� n .�• �:;I� � w �i wo�� w 17 N '' �� , z�a�s N ''•ii,a�r� a&.� w 00+9Z ViS IV 3NIlHOIVW 00+6£V.LS IV 3NIlHOIVW ° (£S 133HS 33S) W m M OZ I wA QiN3N31 0A0'NJIdS`PJ HS QIO OSbZO1xZ SxONK I in ezOz Oz I ro NxvaO wOlmxnx wa Orc aoz'ce xm r U/OZ/Ilq wA NOAVI O JAN 20, 2021 2:21 PM MUA101903 I:\10,1095\1IX0249C\C•0\ROAD\SHEET\IRAf CSTOIPINGk5MMA6EDW0 LAYOUT 01/20/2022 DRAWN W/Dr 01/20/2023 REVIEWED 01/20/2020 MATCHL NE AT STA 11+00 (SEE SHEET 56) H h tib g yNrql icS SF N gm F 2 B �= o NB B SIGNAGE CONSTRUCTION NOTES: 2. LANE WIDTHS ARE MEASURED TO THE UP OF CURBS AND CENTERLINE OF STRIPES. STRIPING CONSTRUCTION NOTES: m12rgz o9 2,9 1773 grlp grIg mea -5 9.4 of NO110313S 1N3013AVd 0 CJ N CN SANTO 3SB3A321 NOI1d12J0SM N B Gn CS 30VNOIS T01V1f103N M3N T 4 3 B REVISION NO. DATE 9Y DESCRIPTION REVISION N0. DATE SY DESCRIPTION 2901Z ( IO3EDHd A/P LIPES BOULEVARD SUNWOOD DRIVE TO STAPLES STREET (BOND 2020) TRAFFIC STRIPING & SIGNAGE (1 OF 4) CITY of CORPUS CHRISTI TEXAS Department of Engineering Services HANSON ®Copyright Hanson Professional Services 92 2023 Hanson Professional Services Inc. 4501 Gollihar Rd. Corpus Christi, Texas 78411 TDEELcs ENGINEERING E-41; I SURVEY E-1030:,00 .9 lo1 �20�2023 _Eye. VICTOR E. NAURU 13789 adoleAu3 u6lgrooa S 02E-461 D-A492-2EOFB27AB587 s ,a . a'�rr oo�ee�-�n3nansl L�o-��rvl=�aarvl�lvals�3esi se�in.lag 6uueeui6u3{o ;uew}iodap o� � s?� aaL sexaP 1.41.N Ogg (1 30 Z� 35VNOIS -T ONldIN1S ?UJV -L N o oil valsijgos loan St/X31 g C N 'oul saawa$Ieuoissayo d uosueH IIS18HD sncf800 do .11l0 � g Z F �O.l.llyny� . 171 77717-0. ....... (0,-OZ- CINOe) Oo W3 13381S S37dV1S Ol 3AI80 OOOMN(S Nosnn�H i ONVA3ll708 53411 NOI1dIMO530 Aa 1 3-1 'ON 1,101-8 NOI.1-30 A9 3LM 'ON NOISMN (99 133HS 33S) US 133HS 33S) 00+9L VIS ld 3NIIHOIVW 00+6Z VIS ltl 3NIIHOIVW 1 - 1 o C2 wle a Imo' p h o ' E I 0 mal N I: I I II I • w w I i I •: i � � II m �� II . . :• o I I � � I�J � o 31VON AM �� x d� u �o� a •' nl !I i � o i � J Ixp z I 1 gymv a� 1 �\ I ,1 o 4'Ili 1i / o i I I 1 n I i �I m x W N M I i 3 a w w I I 1 1 WI W 00+66 t/1S IV 3NIIHOIVW 00+R VIS ltl 3NIIHOIVW o (SS 133HS 33S) (99 133HS 33S) W m [ZOZ OZ I NA QiN3N31 SX039tllkNSiONIdIlILSOLLNdL HS QIO OSbZOIOZ SBONK:I (n CZOZ OZ I m TA MWnN Nd ILC NW'M W fZOZ OZ I NA I mw 0 s ,a y ,y.�',"f�"' r oo�ee�-�n3nansl��o-�rrvl=�aarvl�lvals�3esi se�in.lag 6uueeui6u3{o ;uew}iodap o� � 14B sexay'ilsuyo sndiao r N o ,xI PH1-41.9l09v SYX31 (i 30 35VNOIS -T ONldIb1S ?UJV -L w g N s6ELE1 `.lly 'oul saawa$Ieuoissayo d uosueH IIS18HD snc,800 do .11l0 Z F .O.l.llyny� . 171 77717-0. ....... (OLOZ CINOe) ISI ao W3 13381S S37dV1S Ol 3A180 OOOMN(S Nosnn�H i ONVA3ll708 53411 NOI1dIM0530 Aa 1 3-1 'ON 1,101-8 NOI.1-30 A9 3LM 'ON NOISIA3N ®� ®� ILS 133HS 33S) s (89 133HS 33S) 00+9Z VIS 1V 3NIlHO1VW 00+6£VIS 1V 3NIlHD1VW — —ISI all •� III � � �,� w .� li IIII li � :;••• ;; I I o all in :I ., l 1 � } l I II � :•3 I��h gol II II �m I�i� '� l I I �� � -IIS rli a - I is C2 as " I a .•.E.• a i 2 •i i I E3Am z IIIA I �I III I I d II I poll I II — I ••• II II a9 II i12� i -I i J £o i J =Y SII 5l �1 >-c� k of p _ IItt I IL I I w I i w o �5:�, �Iw l I I I • , . I wI€I i � 4 I f; Lg w N w I a� ��x. � •�� � I II I '�� � e i I r 0 1 a�am�+ ��� ��•� I I � -II II -- -- INa� aSI d o 1 1 1 W 00+6Z VIS 1V 3NIlHO1VW 00+9Z VIS 1V 3NIlHOIVW (99 133HS 33S) US 133HS 33S) W m [ZOZ OZ I NA QiN3N31 Sx039tllkNSiSNIdIxIS]LLNdL HS QI]]SbZP1xZ SxOMl�I (n vu/0 I d'1 TABI01tlnX xd ILC CL�Z'OZ N1T fZxZ OZ I NA I mw 0 s ,a . a'�rr oo�ee�-a n3nansl[�e-a�rvl=�aarvl�lvals�3esi se�ln.lag 6uueeul6u3{o ;uew}iodap o� � s?�" aaL sexaP ns y N O� (1 30 t� 30VNOIS -T ONldIN1S 0UJV&-L N o oil valsi1-41.9gos loan St/X31 g C N '.6ELE Dlif 'oul saawa$Ieuolssayo d uosueH IIS18HD sncf800 do .11l0 FZ 011lynW 3�JO1�IA fZOZ.cul se�iueS louo;seeload uoeuoH 14 a<dJ® '�""�' N a W ......................y� (OLOZ CINOB) o 3 �. NosNHH' W �•.: 2,; 13381S S37dV1S Ol 3AI80 OOOMN(1S i ONVA3ll708 53dI1 (� a NOI1dIMO53O Aa 1 3-1 'ON 1,1O1-8 NOI.1-3O A9 3LM 'ON NOISMN I I II II lil` I ✓ I N I'i. I _ � '+ ///Y �� illllllllllllllllllllllllllllllllllllllllllolollllllllllllllu ...,,,,,� �lh i I I��� ii :00003 1 V'l If C, U g g i S3ldtl1S'S (`o a +I v o �A g c= � ao �m 1- ".. as CI` ,9 L l rIx7 III III i ` II � I af:.� '.Y'•' I >Y I I N �,p I oho � �1;7 li I N d I � �� J li:• I m N t � ;Fw LL W 00+6£VIS IV 3NIlHOlb W o SLS 133HS 33S) W m [ZOZ OZ I wA QiN3N31 Sx039tllkNSiONIdINISOLLNdL HS in QIN OSbZOO S'MZ�I cznz oz I ro Nxvaa walmxnx a we aoz ce xm fZOZ OZ I wA NOAVI 0 sao!n aS 5uuaaut5u3{o ;uawpoda4 ro LLVOL—al ip,qo sod3ooW ^ `V o SYX31 NV' d! 3SVHd a sss 411 LOSb g Q N se�Ities reNol ;oAd uasueH IlSRlH0 S(id2lO� !O .1113 L ' 9� .:�llyfrW'3 d01:d�� aoz ori sex.es iouolsselwd osuo yRdoa® _-_ p)�o �i / 133,'J1S S37dYlS Ol 3AIa0 OOOMN(1S ezoznareo =� c8vA3lnoe S3dll NOUMOS30 AS ML 'ON N017 NOUINOS30 Ae MVU 'ON NOISIA3N A13tlWY3f SU NI 133X5 3(1593)UNf NNd SNIStlHd 3SlM13tl NN £dPZ/0 I '1S 931dtl1S'S I II o N z LL6 z I \ ^I o g 3 =gid g4r w w EL UJ o m s C)W w ui 3 s a E � cn ICLa aFP W N ; s mo .... s � E ti �g s� •ma aoom Hns �.../ , •l 0 _ 1 , a s3wvr•1s m g o G 13 9 ,ma 31v9sm3 0 3 p 2 •aa azvoa3nLa � ...1 � z o �H `_ �� � WEI �g §sass 'aa 31tl9143M4 0 � a 6 ao '1S 931dtl14 S CL o � o } W z o o w I � �✓ a _ _ _ ., •aa 3ltlosnlo "� 'aa000m , om un ��- 1a s3�sr u�s a $ 3 b 8 !3 9$ z z _ a •aa 31tlaa3nLa .T \ ( LL � LL u���� � � � � $ 23 1 IIII III , r ,a. 'S S31dtl1S'6 L lzi aa�-- inm � 0 LL w a- ill I I� I a- mo = o ZQ 3 'LS S3ldv1S's� �+' I R w �� omo ��tCL �� �G W II Q3 W �€iiigopw a p¢ 1 N '^ z w LL I,I ' llll \\;�Is�ll`\1 / 1 w 8d _ � a3w� Sy 1 w IS �s w� �oo�awwow � o� osHF� �s � W III� iilllliir� l.�. ��ra�l L � Or (n OZ OZ aW'M/IdM16111d ZOI0QAallnNOfNJd]BZYZS PMgZ 59l0NKMit I Ng :I O IMA 21, 2023 5:22 PM MURIOI902 I:\20,100S\2010249C\CN1\POAD\a1EET\TMf0ICCONIROIPISNN016.05G 01/20/2023 0R4NN GP/Or 01/20/2023 REVIEWED 01/20/202.1 € _ _ d AIIIA/Ogiii! $1 11i,Vgg iiilg Moti ' p 8€ga 124 q601 i5 Rvi rRt -;Ns m All1 "J ij a 51 P11 u R II s € 23 e 1 Q SA .Y N a INgilli Iiir:01:::!:1211111181::: vg eR - Rim ; al 019 aq aR% m :Ai vp��em� i gy■m da '1' $ 11111 2f Aw a 113 € 63 £ a u� € € 10-i9 g �g 4 a a PA`8@,„„ Al; 204i A � i M m $ 0A U B_N RO e" e a R a H € ! 'Ic a p w m It M 2: 7 RAS 1 $g$ ! FaOgi! a W 0 FAQ 4 1il 181 h ElgA 5 1 exp g g FJE i $ P1 � g2421 RAMO PZIgT15 /1!12'2 2116 gg1 S! v Ili! �9 3�4 3 0 1 �e WO 1 sgll iR ll 01 FRIM A V !H $$ 2 2W Y N$$ ,,��, Y N „ I m m F5_ mPP m 7 m P i m g `5 1 M : 1'- r sal a -a a 8 8 1q 99 440 ^ la ma ma € V g;F6IMIRI g$ R i au ��€ §geaP APS v �� a@ E€o€ 1R LI .201 Aa Ae h.. „,0 @9a IP' $�> � sm :� € RSM Illi Ae ira01gs 5 R AM A AO 11 1A sA AA NI g! 2 a ANm amp „� 5 AR Y 'Lo $d,Eo $ e se d N IA aa4 A a 'ga A 9 r. DIA° A8 a 4C11X-;j IM Iii! � 8gdMil HOWP Pg !ifil 41 106 9 , 1 C gills OggiAN 181 H61 A2 R"O IV 01; 03 105 2 1M Rg Es 29 H A 21 @3e lam; .g ga Asea M $ MaA 4 Mg 510 2 3/21/2013 204000E BOARDS WILL NOT RE BEM RY ENE CRY/0Md0R REVISION NO. DATE BY DESCRIPTION REVISION NO. DATE BY DESCRIPTION B LIPES BOULEVARD SUNWOOD DRIVE TO STAPLES STREET (BOND 2020) TEMPORARY TRAFFIC CONTROL (TTC) PLAN NOTES nn, CITY of CORPUS CHRISTI TEXAS Department of Engineering Services HalvsoN OCABABBMAIRRABErolesslAnd Serices 2Gv Hanson Professional Services Inc. 4501 Gollihar Rd. Corpus Christ:, Texas 78411 __ B DocuSign Envelope ID: E921 FEA1-502E-461 D-A492-2EOFB27AB587 D C m z C C K z 0 saomaaS 5uuaaut5u3{o ;uawpoda(7 ro W o L'VOL`s°exel ipu<)snd,.o SYX31 531111NV(10 Na1NN!uoo post 30 Aavnkvns wNo15 o133Vb1 w O ♦ 0 9Esl If 0Ul sa0lm8S Isu0-81wd uOsusH I1SIdHo sndd0o !O Allo I'ilf l3'JNVN d OOt1tlH3D 20Z�i se�iue5 louolsselvd osuo yFtlo�® µ� 3 (OEO NOSNVH 133a1S S37dVIS Ol 3AIa 0 a QOOMN(1S W � � c8vA3lnoe S3dll NOUMOS30 AB 3Ltl0 'ON N017 NOUINOS30 M MVV 'ON NOISIA3N Z S � Fw ~ °' -F z � z O z w O ~ mw waaaaaaaaaaaaaaaa aaaa as aaaw wawaaawwaawaa a a a a a a a a a r J J w w w w w w w w w w w w w w w w w w w w w w w w w J J w J w w w J J w w J w w w w w w w w w w�a 0 qy 2 0 z 0 8 z 05N O O w a o a n o K a O N U z 0.p m U w w n z O Z z m a a �z5 m w ° O w i S Z mo 0 0 n_ m a '0 O J 0w O U2 m cw.>� w o O U .. J m ti l W w Z m K m� eK p U W y z wo❑o °zn oca d O _� w tt W ZZp a z w,..°'p N❑T z� W tt ❑ U nd m W m 0 ��/n S"Y' Ste'W W O O U ry tt O 1- a W O J Z0Z �_ ❑ tw- i2 IQ faY r'ic Ovl l.. J m4C F�Z 5m w W❑d 3 Q gW z�� ❑ �woJ �uoo m� 3ovm o N y W W z J❑❑ tG wo J0 O F v U Y p A ❑ rn o z K K w w w w❑❑ tt �K❑¢¢¢^,a�tt eaommo°oo�� Uv �_ �w o❑0000mmo ��o r� oz�Z. m� � o ul U J , m UO'W mm mm_ UUU � t"O,mZ�m Nm0 ZSUw W wF ������uJ.w .., mmN O wz ww O ❑owl C7w-U❑ mg `-r rrNN wo¢¢¢z wm U�O�?ODa'W awr �liLL IZ❑F O� m U0000U zN w.-❑ �mn w N rr wm m awJom�a�¢$a yz�z ����`-zz '� �m�y�z ����'C,C.O,~�o�~wOmm dwYdtt aaao� m Z mrttt`''x0❑rmc� c3 v��vv ul ��ttw pci ci �Om Amo �N J mo O000UUwww a .w� W W W W W W F F m m m w U U W W U❑ d-m U Y Z?. W W W U Z N �mm �� Jz u,rn u,rn u,01 UUU F5 o ❑ o za m 0000 � �' ggokkaosw NozNF �ama�a > a JI-I-uUUUz�'� �m¢m❑5 o:y �¢m❑ w c2 c�57 c2 C7 c�mm_c2 c�570rnww05zr �'F z m w � o ~ zm zwW ZOm❑z � = uYommmo_oo°��'�°o�sOOO o mmmmm OUUU 7 W Uz W U U Umm oS w0 ❑0y1 z O w O w w ? po 0d v z o w Y w M m M M M N M M A m A A A A M A A m A m o m y o o�w o z o v o 1— U ❑ Q F 0 �N' 0 O 0 0 0 0 0 pP O D 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 F ❑J K W — 0 W_ m Z ry W ❑ o W p� CZOZ OZ I IN QiN31A3tl ]NO'S3LLLIN11]dD AN/NWI15 MMS]IMML QNll QA]86ZPgZ 590NK�I (� CLOZ I 10 d0 NNtllq W9103mm w WCL m 9Z w CLOZ OZ I NA JlgAtll O rv1 33w �N3is,3�si saotn as 5uuaaui6u3{o ;uaw}lodap CO -' aaL`sexai ISwo WNd ao SYX31 S31ON W83N30 WNJIS JUJVNl N obi PH,aglll.e poen g O N 'oulsaol—SI-Ols-WIdNos-H IIS18HD sncf800 do .1110 � j! 668C£I I r................._........._1 .ZOZ.cul se�iueS louo;seeload uoeuoH 14 u,<aJ® ''...' I:Mf l3`JNVN tl Wiltlt13O1 y NosNVH 133a1s s3�dvis of 3n1a0 OooMNns � a t,a, OZIV/13l(7O8 53411 NOI1dIM0530 A8 31b➢ 'ON NOIMFJJ� NOI.1-30 A8 3LM 'ON NOISIA3N — _ 3 vl _ vlv o 25 o to o o. o o on o Ej tg _ �c ao s z S 5 s¢ O — W <3d 3 a 5�¢zm 3gi j _ Oo Z _ _o z o S oz m - W IR t Z W C� W - (tJ Oo g s¢ tt oxo a� - o o t zaoo ado = a yr C3 t3 tll �� ��z �� - _ - - z a - o o - -- a_ --- g - ro x _z - 3 c _ w _o Eg Z _ _ — x pn go- 6 _ o Y - _ z - -- - W W w W m o tn LL G9s G� - ¢� - _ G �ao o �.. G - u o W m [ZOZ OZ I WA OIXZIA31 OVO'nON TM3 MSIS OLLNdL HS QIO OBbZ818Z S90MZ I (n fZBZ 0 I 1 d8 NNtl80 889IOimOL Wd BYB LZBZ'ZZ N1T fZOZ OZ I WA NOAtlI O �N3is,3�si saotn as 5uuaaui6u3{o ;uawpDdap COrvr 33ws .....a taL`sexai'ys y3WNdNoo 1/101V7 7VN91S 7133V211 9NIlSIX3 N o obi Pa ayoo� oen SVX31 1S S37dVLS 1V 'onl8 S3d17 w g O 669M 14 Ind �ulsa� n1-1-1-ldNus-H IIS18HD sndHoo do Aiij H �...:.....................:....4 fZNZ.cul se�iueS louo;seeload uoeuoH 14 u,<aJ® ==' I'7 o W I:Mf l3�NbM tl Wiltlt13O1 NOSNHH 133a1s s37dvis of 3do 000MNns t,a, OZIV/13l(708 s 53411 NOI1dIMO530 AB 31b➢ 'ON NOIMFJJ� NOI.1-30 A9 3LM 'ON NOIS— - - - a § w �a 01 za " m o FF F F F F F F F Gj ZLU 2 CD El w � — z w N �� �In 1=� zw w 0 a 0 w m I o� w Q I o m w y xo o --- f y a IU1�1�1��1i8�Nllnlllllll Olt ------------ 411, - rmo �e�E � � o .. i ... ' � 'r rano/ZlluwnUUUUomwY,m0000000000000000GGGG ImrlmdttdmmOmO 77MIw muuwr LI wmmJNllUU 1NuoG;'"7 T ([?7 O — — - --- — - -------- w > 1 w w ........................... 1 � zo 0 0� zw w 1=m w~ 1 0 1 1 ... ......... ........... '1S S3ldtl1S'S Qo o m 1 m m z � x o w I o z w~ m v O [n o w o w w m 1 w � ~ > w O —I O N M00 V wmmry mlloll m ow".1w 1 �� NII IIII q 1� ci o VUIII� UUUD)kmlUllyyy) `I w - w f zo N o 'o d ° CDI xo w m [ZBZ OZ I WA BIXZIA31 BN➢5'NNSIS%iNNL8N8Sl%3 HS QI]]BYZBIBZ SSBNK�I (n SZBZ 0 I 1 d8 NNtl80 88516imOL Wd 05:8 LZBZ'ZZ N1T SZBZ OZ I WA NOAtlI 0 c oa� ansluo-�srvra33rv11ry ��eei saojua5 5uuaaui5u3}o ;uaw}lodao 777777 co t- -- A3 i�aec sexai'nsl�Uo sNd;oo SV"X31 WNOIS OIJJVal 03SOdOdd � N 'PHje4loo 6057 $ Q n o i'a �9E£ '.�1,, roul saoin ag leuolasalo d uosueH IIS18HO sncfa00 10 ,1110 1S 53�dH1S lb '01 8 S3dl� o lar ivo`...... (0302 0NOS) o o - NOSNVH 13381S S37d71S Ol 3AI80 OOOMNIIS Own3�noa s3dn NOUIN000 AB I 31W 'ON NOISN38 NOUMOS30 AB I MYU 'ON NOISM8 w c`3 �4 2y i a- oo bi2 LL write 6ya w � 8w ffi� io �F e - -o zl� �m 8 G GMw o wz o f y H a ad oz dZ S egg W o i o i �. p F Sa8. 3 x � �I zz zz�n S� 9< LSm LSA a 62H R m N - – N a o x --- --- -O w- -- -- -N -- -- ------- � N 1 z � z I d I 1 � 1 o w I L� o I 1 1 0 1 � '19 93ldtl1S'S Now 1 [L V O S O a o I � 1 Z a I LL d M In N ~ Z --------------- 7's N] 1 � ao ww OI ❑ (n Q N m W – — ❑ �I m w m czoz oz I Mn a3v3u� emasruosaumu xs oa asrzowz seoroz�I (� [ZOZ OZ I 1 d0 NNYdO BOB MMU Md OSS RMV W [LOZ OZ I M1 N6lVl O JAN 22, 2021 950 PM TOR E01909 I:\20JORS\20102492\GO\ROW\SHEET\TRAFT10RONNDEONLSDDO LAYOUT 01/20/2023 DRAWN 0P/DT DI/20/2023 REVIEWED 01/20/2023 04 07 PED 06 PED 02 03 08 a S. STAPLES ST. 'OA 1R S3dI r 4 - al s Q b'`b 1 1. COORDINATE SIGNAL TIMING AND PHASING WITH CITY, A 04 07 PED 04 PED 03 4 03 08 Z� S. STAPLES ST. 'GAIN S3dl 4g 4 — EXISTING SIGNAL PHASING DIAGRAM AND SEQUENCE PROPOSED SIGNAL PHASING DIAGRAM AND SEQUENCE lc* fro) SNSIS ONIISIX3 SNOIS 03SOdO21d 0 a 00 00 S© Qom_ 0�, O cn 6 00 0© 00 CD 0 0 0 0 CD1 0 0 0 gi r 03AO1A1321 39 01 NIVW321 01 EXISTING VEHICLE & PEDESTRIAN SIGNAL HEADS PROPOSED VEHICLE & PEDESTRIAN SIGNAL HEADS SNOIS NSII ONI1SIX3 REVISION NO. DATE SY DESCRIPTION REVISION N0. DATE eY DESCRIPTION 1961Z ( 103T0Nd UI3 O o Nco' LIPES BOULEVARD SUNWOOD DRIVE TO STAPLES STREET (BOND 2020) LIPES BLVD AT STAPLES ST. TRAFFIC SIGNAL DETAILS CITY of CORPUS CHRISTI TEXAS Department of Engineering Services HANSON ®Copyright Hanson Professional Services Inc 2023 Hanson Professional Services Inc. 4501 Gollihar Rd. Corpus Christi, Texas 78411 MPG ELS 1 EuiINEEeINe r.417 I SURVEY r.loozs.=,0 01/20/202 -6V33263 ,al adoleAu3 u6isnoop 02E-461 D-A492-2EOFB27AB587 -sx;l�am sao!n a 5uuaaut5u o uaw oda ro s 3 ! 1IV130 IVNDIS J133V2�1 � ^I ea l bb8L sexe1�3�spyp snd�o� � V o Na1NN!o9�Ost SGX31 '1S S3ldV1S 'S 1V 'anl8 S3dll w O ♦ Ofi9Esl If 'oul—!—sI...1-1-dl uosu.H IlSldHJ snddO,? !O .UIJ I'ilfl3'JNVNd00t1tlH3D 20Z�ise�_ue5louolsselvd osuo yFtlol® µ� 3 (OLOZ OS) co y's' 13315 S3ldV1S Ol -3AIa0 QOOMN(S N�1V ' a c8vA3lnoe Sado vz (1� Ni AG 3Ltl0 'ON NOISN3N NOUINOS30 77731tl0 'ON NOISIAMN G — cs cs Ji tz b ED — — _— -- -- 3 �� m oQ oo vada — » C G £ G rG o g 2 paQr 8 a m p ea r z m 3 o N 0 m J, y > u. w x ry n _ s w o v a. 3a Q p � w 0 ❑ — „�.e�til"- a h__ wL � m a Y 3 w mm ,x ws7 ems d w - LL 3 r w - p� CZOZ OZ I IN Q3Y31A3tl aL10'SL33H5 1-3 S1M130 MMS]LLNtlL QNll QA]86ZPgZ 590NK I (� CLOZ I 10 d0 NNtllq W91mm w Lm m 9Z w CLOZ OZ I NA JlgAtll O 'N3is,3�si saotn as 5uuaaui6u3{o ;uaw}3odap o co �tBLsexai'nsijyoWNdiao M8.900 SNI M WNJIS S133Vb1 ayoo� oen SV X31 1S S3�dVLS 1V '(Wg S3d17 sseg 3r aul saaln a$Ieuoissayold uos-H IIS18H� sndHoo do .111 � 669M It+ W I:a.yf:l�.a3c,�.Nba tl W.�il_tl5ti13iOi1 uoeuo......... aoa 43(o 133a1s s3� vis of 3AI8 a aooMNnsND$ H ya a,a, OZIV/13l(708 53411 N011dla0530 A8 31b➢ 'ON NOIMFJJ� 30114140830 A8 3LM 'ON NOISIA3a ^ V 3NIIHOIVW 2 `cs in' o �m o ❑o[pNll �II •& w a W J 26, <D cn �m O o ® le a a Iwe o� o� — � I., --- oa W3NN0 w o Ng8/OIN y ffi 3ulx 3uxx ffi og A8 II I I ISI I I I .d N T �lolo m In cin I d 3'NfW 8 � I I � I I 3axx 3u I I � 3uwN3m I 311V R 3;xrta E E N33WxxNm I N33lO 3 I I JCMN NOlIQ/30 _ I �_ NOYIfl%311 I I �m CD U N33W /N0/I J XN O I II � w a & I� �r � L————————————————————————————————J I� — l $w r-------------_�------------------� I I I I I I I ffia 3axY 3axx ffi= I I I I I I cw =1e = lu cw a g" 3xrva y'Z p f= p ffi"- c m & g '� I w y ® 3uxx 3u � I o III, 3u fi rx�ie/ I I _ 3uw,V3m I FT m _ 33NN]x)C1.33rNa3ae4a.Wn�90oi Q3 0 I I C/) J as ❑ w o ULl L--------------------------------J N W m [ZBZ OZ I WA B1xZIA31 0N➢'9N14N1TdN050LLNaL HS QI0 08xZ018Z SaOMlI (n fZOZ 0 I 1 d0 NNWO 809103lmOL Wd 15:8 LZBZ'ZZ N1T fZOZ OZ I WA 11104tl1 O NI33NI 'N3i513,gi saoinaas 5uuaaui6u3{o ;uaw}Ioda4 y�H21JVIa SNIZIIM lYNJIS Sldjb'211 CO o. � ��I���tia�`SeNai�)s�y�WNd�o� SYX31 N o obi PH 1-41.9 poen '1S S3ldVIS lb' 'OA18 S3dll g O sss 'aulsaalmnI-Ols-WIdNOs-H IIS18H� snd8o� do .11l3 669M 4 H ...:.......................:....4 fZOZ.cul se�iueS louo;seeload uoeuoH 14 u,<aJ® '•'...' [SOI a W I:Mf l3`JNbM tl WHtlt13J1 �J (oaoa �.,� NO$NH133a1s s3�dvis of 3AI8 a o a aooMNns � a t,a, cwz/oz/lo'`��3� oavA3lnos s3dll NOI1dIM0530 1. 131b➢ 'ON NOIF NOI.1-30 7773LM 'ON NOISIA3N g $ g m ® U3 LU �m o ❑o Cp^ �II w m x LLJ _� LU o Qd m- IZ W 'sem 0 0 a a we a o 8g ------------ _ ------------------iw m & t� u I d= 3ulx 3xHx d" I �� S I I _ - 3xrva wa T glom cap = I cin I O 38 M 8 _ r I = I 3uxM 3u I I II, 3u 3virN3m i I� �� 3ulw,/Nrn a z E E N33W 311HM/H33lI g — � N33lO 3 ~$ N3/6 Nana/38 "o Nana/311 CD Q N33W ��Nan rc z I � 3�lNB I Ln J XOI II ¢ I w a- I - L---------------------------------J 5�- r------------ ----------- ------1 oaBo_ W3Ntl 4MN i z ZW ' I I I I ffiQ 311HY 311HM �� I I I I I I I K = a ® I J I �ay m cw - c Q 3xrva p f= p cw m ® 3uxM coo � I I 3u fi Nana/ I I a IIS 311W,y`dHl k Q6 311NM/NJn �m ❑ 3xnd a y 3uxM N3� x �d 31HM/ c0 - N33lO N31'6/Ni3'J �a � w I � a3d Nana/ I m a NaL N33W 3 `-'g�os Nana/38 N LL c� m _ z S 3]NNO 3xfI8 i to N F-- J w xO III p W a- L--------------------------------J o W H 3NIlHO1HW m [ZBZ OZ I WA QiN3N31 9N➢'9NINN1TdN8a]LLNxL HS QI]]BHZBIBZ S98MZ�I (n fZBZ 0 I 1 d8 NNtl80 8891631mOL Wd I5:8 LZBZ'ZZ N1T fZBZ OZ I WA NOAtlI O .col 3 N3is,3�si s9otn as 5uuaaui6u3{o ;uawpDdeo CO ago A T^ -n �rvr-�aaw te�`sex°1'Is 4O endiopSV X31 SNOUVA373 3lOd 7VNOIS O133VVI N o PH 1-41.9 poen '1S S3ldV1S 1V '(W9 S3dll ssseel 4 '°"IsaulmnI-Olssep,dNus-H IIS18HD snd2100 do .1110.. H .:.......................:....4 fZOZ.cul se�iueS louo;seeload uoeuoH 14 u,<aJ® ....�. I:Mf l3�NbM tl WHtlt13J1 y .,� H W 5� Nosnn� 133a1s s37dvis of 3n180 OooMNns � a t,a, cwz/oz/lo'`��3� o&vA3lnos 53d11 NOI1dIM0530 1. 131b➢ 'ON NOIF NOI.1-30 7773LM 'ON NOISIA3N z6 az6 O O m= o= <m H � p p Zi �Zi QOZL�Q LJU Z Z~Z Us V W O NUdQdLL — QZ �NpN — p�az�� RA �w��Qr�n 0 > O XvN„0-,61- NIWso-SI XM„0-,61 - NIW„0-,9[ z 'WON„9-,Ll 'WON a9-,LI CD Of i� a b d p Z Q Q rO d m a � O m ~ Q & X & X W N - - - Q � 8 � w ❑ J O Cl- O W a 3 O a a 0 W -XVN„0-,61- NIN„9-,51 xvn„a-,6L- MIN -WON„9-,Ll PON„9-,Ll o w m [ZBZ OZ I WA B1XZN31 '1M1I8'SNdltl/31133110dNN85]WML HS Qtl]]BbZ818Z S98MZI (n fZBZ 0 I 1 d" NNtl80 889IBimOL Wd I5:8 LZBZ'ZZ N1T fZBZ OZ I WA NOAtlI O JAN 22, 21123 9:51 PM TORRE01. I: \MODS \2010249 \CAD \ROAD \SHEETVD(DOT-TRAFF1GSIGNALSUPPPITDWG LAYOUT 1/20/2023 DRAWN GP/OT I/70/2023 REARED /20/2022 00103 R,E. 032252 108W tom one at ttln 0rOtO00Oserom0S hetneooDnn.er6t OO 58 010t no snrromtn Sf05 8101 of this Standard to other tontatn Or for Inoorreot result. or enroot. renoir ln tram Its 025. 100 MPH DESIGN WIND SPEED 80 MPH DESIGN WIND SPEED FOUNDATION SELECT ION TABLE FOR STANDARD MAST ARM PLUS I L SN SUPPORT ASSEMBLIES (ft 1 FDA 30-8 I FDN 36-A FDN 36-8 I FIN 42-A MAX SINGLE ARM LENGTH MAXIMUM DOUBLE ARM LENGTH COMBINATIONS MAX SINGLE ARM LENGTH MAXIMUM DOUBLE ARM LENGTH COMBINATIONS 32' 24' X 24' 28' X 28' 32' X 28' 32 X 24' 44' X 28' 36' 24' X 24' 28' X 28' 32' X 32' 36' X 36' 40' X 36' R 4 , B FOUNDATION SUWARY TABLE 0 32' X 32' 36' X 36' ; x ; 4 i ri4 . . r,. rli . i",, T 1' TA ttt 2 a a 2 2 2 2 Ri S r, 8 10, r, 4 no B ; 5 70' e C 0 Or 2 0 us CS Or MEE 666 s'2 In a - Emended Dr Short Len h cSee Donator), T05Ie1 SO neer 310 Ge 1t6 010 TOTAL DRILLED SHAFT LENGTHS ,16 ,16 F6 F6 R 4 , B FOUNDATION SUWARY TABLE 0 i ri4 66 i6 - - rli . i",, DRILLED SHAFT LENGTH® (FEET) 24-A 130-A 1 36-A1 36-81 42-A REMSION NO. DATE Err DESCRIPTION REVISION NO. OATE SY DESCRIPTION 29020 # 103f0dd AID LIPES BOULEVARD SUN WOOD DRIVE TO STAPLES STREET (BOND 2020) TxDOT TRAFFIC SIGNAL POLE FOUNDATION — TS—FD-12 Ej.P. CITY of CORPUS CHRISTI TEXAS Department of Engineering Services HANSON ©Copyright Hanson Pro15006nd Services Inc 2023 Hanson Professional Services Inc. 4501 695161harRd. Corpus ChrHtLTexas78411 TBFELS I ENGINEERING F-417 I SURVEY F-10039,10 MFG F50550 .-5n52/26/2620 ......... F°66600 9' RANGEL slq, 133699 DocuSign Envelope ID: E921FEA1-502E-461D-A492-2EOFB27AB587 .� oo-sxee l-�n3r�aneillo-�orvl=�aarvl N3is3esi saoin.lag 5uuaaui6u3{o ;uaw}Iodap CO �aBL sexal'ilsijyo sntd bo OZ—de—Sl — 31V-IdNOVB '2 Cv o :?3 061 Pa layob� oen St/X31 H11M GV3H 7VNOIS OI33V2LL lOaxl g O 'am` .4 sss4 bNlsaal�asreNbssaya,aNbsNeH IlSRIHO S(id210O do ADD eel H �...:.......................:... fZOZ.cul se�iueS louo;seeload uoeuoH 14 4,<aJ® '�'...' � g � I:Mf l3bNbMtl Wiltlt13O1 ^ y (OLOZ 3AI8 a 3 133b1s s3�dvis o1 3niaa aooMNns NOSNdH � a t,a, OZIV/13l(708 53411 NOI1dIM0530 AB 31b➢ 'ON NOIMFJJ� NOI.1-30 A9 3LM 'ON NOISV3N W 2 ............... J .... oao °m v o b2 W 02 :s o"c uao z h Cl. �•2.. + b Iv q W O Q• w O 0 4 4t VLAJ 49 N........... .... = m ~ minoggom �n 5° obm �0 0o mon o �OOb 4 lo Y O Nb po O.E d++ O c6 F •9#9P,LL dLL - VN N+ Np� coU OcO t/Y O -C# O 5. d O 0 p L O+ E E m- # W v 'v E w 11.. O h O L o+ b h N n m # 0 2 N d - Z yN C.O Nc. I p+ J m 0 tmY V C o r+b O G d o N g> K Y W �J 9 O @ v N v �+ m J • • • • • • • • rv� ¢l {�. l o = 1 #b co x V m a . co I W r �- o W a CC O O _ - m$ a$ _wc N ry °Yi`n oho ms �� W au w O _ a +m m ov o 0o- no L X o v ........ oLo`v V J L m"occ .. vo n Vi �p�yo w m W o W LA Z 1-. v m .`► -��. }........ 0 o I W U cd u Lv = v Z > - C1 +a'g w � W y •r a O ? a+ � b m o + - y n o a o W $ N W _ L� N / Qm O C - ro O C ❑ _ - N �C O N W O9- �ba W W s+�wo 1 bu,+I neer eaEouoa+ Insa...... uol u o+ o+ w o+s s; �3lld of RLIIlQ:Z....a ou d+100x1+ Ruo� +100x1 Ro a.ow s ,N 131tl0 Fuo+ R+uo»om oN ,.+atl a,+oud Eug.=aau�W3 s xal.ua44 R9 oawaro6 ouopuoys ,44 yo a aU1W =b3NIvt0510 o W m [ZOZ OZ IWA OIXZIA31 Ol'/lllgddOSllN0511fNlLL-100%L HS QIO OBbZ810Z S90MZI U) fZBZ 0 I 1 d0 NNtl80 809103lmOL Wd I5:8 LZOZ'ZZ N1T fZOZ OZ I WA mw O 00 3 N3I si saotn as 5uuaaui6u3{o ;uaw}mda4 (GOA) --JJ—Sl — aVd aNN 3SH8 C ai N sy�s d o� o ae�`SexSV X31 o�y va,a4!iio��osn g } '°"l sa°Inln I-Ols-WId--s-H IIS18HD snd8oj do ADD 13NI8H0 2 3��0211N00 OIdjV211 lOaxl f r esesel l r................._._......y I:Mf l3`JNbM tl Wiltlt13O1y (OZOZ 3AI8 a 3 Nosnn�H 133a1s s37dvis of 3n1aa aooMNns � a t,a, OZIV/13l(708 53411 NOI1dIM0530 1. 131b➢ 'ON NOIF NOI.1-30 A9 3LM 'ON 11-11 F ' « w o _ J Z_ p m z ca i CD Q 0- N 1 m oP oW4 - o0 `E i* 0o U W Q U d - cYo xa Erm 3B11-0.0 oi of - Em - -E l.�J LL, F = tE _° o n .m LL o to - E L °� E w°c °n ESuE "uoE - Q d'Q e E emo uzcau° E a '=m Y ,oD vE 2 Py Er ^«c° a _ ���ISS F O � E ama Ec �m gi V a o" E .EE « f - - - «E vi oa - E9 Y my E o3o E t °L � wffi n E m`E _ - - \ aI oEjN -m « _ °ua m Ea° 5a - _ «tl V..1" �E °€ c En�a « e- �' °per m a£'E .10 ` - u Ea ma aD E 3cN °E Eo°o -m n "EEas DE @°u �c E_m_ cy E N E° mY° Ca - Ea fm°d E' m3 c°E i mZ `m°o m«' i£ Q �$ mOu°"m _ c a� eE « E 3n - c -OmE� - m m Mi yE€2c m �m ° - ccm v i m°m i2°mo 1O K c Fm 2'a-` `E m mE s� a mE �= E -E is - m J ucy c mn o _ .i«'c E ° E3`oy oa aP�Qm � 'oYo °`° �E�a m° _ 9p« y c o°« Oe -mi o a Z 5-a s o l c°- N E°°- m a E� E° _g P_El - _ W_°c 3 O - E= of nE `w6 m Ea K «' ea'' Z a Z Q mcg = o«m moa° « 's8 o Q��° Q`m =E _ asm _ of _E b r UA « Of Ewca fou « D.- 3E of Zn"° a °° -OO W°u ° °mE v E m °E �E Fm'E '.'o- E ma' JS _ Hj 5"m �5 _ °a E ° �'6_Do _« 'oma v=v ` �9� O� - Z IWiEE E a9 0� °°Oc2 c o° a E '� « O°mo "n°m Ea°n W �v <O O O ma mm« rE«Em rE tm_ a'io FE -° ,_ - a`E m`; Zffi«i '�°ai Yno°u m Z<c W �°' r am E o � / C) E 0 0 .Po �W L m W N+ W e W Q C P N > �� C3 w 0 _ v _ m UU N a P m w v $ � Aa a ' 8 I AR s .u�.�`��Eii'� � EaKa�'m"". •"� uwaa"`"'a'�eui�l r'i'Mo wsurm>ta 0 w m [ZBZ OZ I WA B1XZN31 'J4/Illgddf5NN9511fNlLL-188%L HS QI]]BbZ818Z S98MZ�I (n fZBZ 0 I 1 d8 NNtl80 88916i.OL Wd I5:8 LZBZ'ZZ N1T fZBZ OZ I WA NOAtlI O o ,j__ s to as 5uuaaLg5u3{o ;uaw}lodap ro aye c awe{ 2 Gi'i3w ^ te�`sexai'y5 yoWNddoo SV'X31 £1—V838 — A�8W3SSV NOOV38 � N o o a 3 3;;o6y PH1-41.9�osn 13NISVO �I-TnOaIN00 AVMCIVON lOaxl !r 'u"l saolmn I-Olssayold Nos-H Il S18HO sndaoo do ADD .. j 6686£l L r................. I:Mf l3`JNVN tl Wiltlt13O1 y NOSN V 133b1s s37dvis 01 3nl80 aooMNns � a t,a, OZIV/13l(708 53411 vzi NOI1dIMO530 Aa 31b➢ ON NOISN3tl N.1.1-3. A9 3LM 'ON NOI—N z �- m = m agora Q W M J to LL tA +.0 orWVI............. ' z x �Nbo Ia{ O W � y z 4 U � J 4 U my �� ....... W W a s- 4 I\ a e 4 X m Y W z0I m z op ww p U g o� LL� o� g S + oc + N 8 5 I- �a w+ -- aw w p11- - - " z�� on ov m . 8 w €p + w P« oo o °y�§ o€ €r _ _2 .1 "dory � o-, -, _� 0a« ox xa - ouw dsoo ` w _ o; o - Wogc�o a� §mo €" r` as0 °n L ° a w ° a8 €� w Ngo° �'� g 9 t v o w I 5� �ava� dU� t w a o_o o N t0i o°m m awi c c w+" w N G w c i r3 o u g N 13 0 I n � o g�; op o € a w N y akk� Uw <� s y C w u 0 5N -w v d m O w a b n o N S �o �� $�� EQ m8 w� boyo Agar" W � W w zao- �, l a° ' po w w W o w °09 lL 'ee i W I:+sa1 of slop d 13113 1. uoa tu osa a iod Rcu�Waea%aN�axia9ail00x1 io �u4 �i100xu Rio ,y :31tl0 Fu do o.+am dry ."o,o,tl a..laord 8u{aaau{W3%oxal.aay!Ro 0 wanp6 p�opuo4s 4)oaasn aUl u :tl3Wiv'ta510 N W m [Z8Z OZ I WA QiN3N31 'J4/Illgddf5NN9511fNlLL-100%L HS QI]]8bZP18Z S90NK�I m fZBZ 0 I 1 GI NNtldO 80i IOimOL Wd 8V1 LZ�Z YZ N1T fZBZ OZ I WA NOAtlI 0 o��-�,.�eoei[�e-a�waaaw�rv3istlesi seoweS 6uueeug6u3 jo ;uewpDde0 0� laBL sexai'nsiwo sniao SVX31 Sllvoo Sn03NVT730SIW N PH 1-41.9 poen . '6ELEI 'aul saainla$leuoissayo�d uos-H 11SISH0 Sndd00 !o A110 g of i............... n; -OZ oN08)c ;�I NOSIVHH 133d1S S3-1dv1S 01. 3Ndo 000MNns odvA3inos s3dn NpIdPA530 AB 31�e 'ON N064Vtl Ng1dtlJ530 lH 3LW 'ON N06V�! !ga QF d & K N @ R d d d 1$ std to a b q 8Z OI $ �s g J-d FP C.) h F O a� Nl ,I d Ll m A ——————— ff p b d6-d A-S d6-d o g mm���Liii jI� � ; €A ME€<�€�& d 141 a d M i K ro b h m -,tZ 1 LL � w T a � a Y W LL w � 9 B 0 W I M QlBCC 9NPSIe307811 i (n I A NN1Y0 LOEIONfN Nd Lm w I M LNNYI 0 JAN 20, 2021 3:29 PM RU11101902 I:\10,IOOS\1IX0249C\C•D\R0,1/1\SHEET\ER05I0NdSEDIMENTAf0NWHIROL0IO LAYOUT 01/20/2023 DRAWN W/0T 01/20/2023 RUSTED 01/20/2020 (SEE THIS SHEET) MATCHLINE AT STA 11+00 30N3d 102000 1N31,11035 E13Itltltl9 N0110310Nd 131N1 a B N B 2 B B B (•doad ONV 103) J.aVWWns MATCHLINE AT STA 16+00 (SEE SHEET 76) H MATCHLINE AT STA 11+00 (SEE THIS SHEET) REVISION NO. DATE Err DESCRIPTION REVISION N0. DATE eY DESCRIPTION 1901Z ( 103!'0Nd AID LIPES BOULEVARD SUNWOOD DRIVE TO STAPLES STREET (BOND 2020) EROSION & SEDIMENTATION CONTROL PLAN (1 OF 3) CITY of CORPUS CHRISTI TEXAS Department of Engineering Services HANSON ©Copyright Hanson Professional Services Inc 2023 Hanson Professional Services Inc. 4501 Gollihar Rd. Corpus Christi, Texas 78411 MPG BRELS I ENGINEERING r -a 1; I SURVEY r-1039:,00 adolanu3 u0igrooa 02E-461 D-A492-2EOFB27AB587 s ,al rr oo ee-�n3nansi[�o-��rvl=�aarvl�lvals�3es1 saotn as 5uuaaLg5u3{o ;uawpDdap (£ d0 Z� Nbld CO I112L exal IS y�sndiao " N o Pa ayoo9 osn SYX31 g N 68LEI .-I—waSluuo1-1-ldu.SUUH IIS18HD sndHoo do .11l0 lO�I1N00 NOIlY1N3W143S 3 NOISON3 0 � Z / W �yOl,.ll..... , ^ 13b1S S3ldV1S Ol 3AI80 QOOMN(S a NosNHHa W a ONVA3ll708 53411 NOI1dIMO530 Aa 31b➢ 'ON NOIMFJJ� 4OI1dI-30 A9 3LM 'ON NOISMN ILL 133HS 33S) ALL 133HS 33S) 00+LZ VIS 1V 3NIIHOIVW 00+9Z V1S 1V 3NIlHO1VW s I j 000 I N I n I v a F I � I J a = 5 1 I I 1 a I N mo = o �wN= � 1 I a o I a N I VO w � IIIIIIIIIIII{ <y d� ❑ I �_ og z� :�o I I W 00+96 VIS 1V 3NIIHOIVW 00+6Z VIS IV 3NIIHOIVW ISL 133HS 33S) SSL 133HS 33S) W m ZOZ OZ I NA OIXZIA31 'JNO'pllINWNOLLVIN3NImSiN01mN3 HS QIO OSbZOIOZ S90NK I in Eznz oz I ro ­awalmmnx Na erc aoz'ce xm fZOZ OZ I NA NOAVI 0 s ,al rr oo ee-�n3nansi[�o-��rvl=�aarvl�lvals�3es1 saotn as 5uuaaLg5u3{o ;uawpDdap (£ d0 �� Nbld CO I112L exal IS y�sndiao r N o Pa ay oo9 osn SYX31 w g N 68LEI .-I—waSluuo1-1-ldu.SUUH IIS18HD sndHoo do .11l0 lO�I1N00 NOIlY1N3W143S 3 NOISON3 0 � Z / W �yOl,.ll..... , ^ 13b1S S3ldV1S Ol 3AI80 QOOMN(S a NosNHHa W a ONVA3ll708 53411 NOI1dIMO53O Aa 31b➢ 'ON NOIMFJJ� NOI.1-3O A9 3LM 'ON NOISMN ®� l8L 133HS 33S) 00+6£VIS 1V 3NIlHD1VW II , " II I I g II I II ISI I I 2 OOO = I I I J 0 0 p a / oo I ww o IIS I I w o � � N � I n ®�ao � g s g / / I m" o I I .I. I I oFc w I ��d33�3 I I w m gJ11\ / SII pOF a=za 1 zw Oc�.i iwo ggXn "I I I I I I l i Ng w I f 17I w G o0 � I opo ti LL W 00+9Z VIS IV 3NIlHOIVW 00+6£VIS IV 3NIlHOIVW W 133HS 33S) W 133HS 33S) p " W m [ZOZ OZ I NA QiNZIA31 'JNO'pNINWNOLLVIN3NImSiN015O113 HS QI]]SbZP10Z S90NK�I in cznz oz I ro Nxvaa walmmnx Na erc rzoz'ce xm fZ�Z OZ I NA NOAVI 0 s ,al a'�rr oo w ee-�n3nansi[�o-��rvl=�aarvl�lvals�3es1 saotn aS 6uuaaul6u3{o ;uawpDdap CO pc�' "i s? aaLsexai ilsijyosndiao STV130 08VONVIS — NV7d P CN o V. PH1-41.9�Ogv St/X31 g N . l NOIIN313�Id N011(11I0d N31VMWb01S O 6ELEl oulSlul—SIVUOIS-Jylduos-H IIS18HD sncf800 do ADD FZ 011lynW 3�J01�IA fZOZ.cul se�iueS louo;seeload uoeuoH 14 a<dJ® '�""�' a W ......................y� (0z0z CINOB) 3 �. Nosnn�H 133b1S S37dV1S Ol 3AI80 OOOMN(1S a ONVA3lnos 53dI1 (� a NOI1dIMO530 AS 7'ON NOIMFJJ� NOI.1-30 1 AS 3LM 'ON NOISIA3N .Wp Z j?¢dim � IGS � hInUZ�� nj Zw �SJ F�OQ�rc� O �0 _ � - a oo �rcamzoa ZLw'3 a < oW G w �dozN `S' OIm ZIz Jia JaowGo �4 u 0 J 9yw a 8 F �Uoa 3JQ�w� ��F, 9L'pii �za zc a a Nom i sLLiw'"�m w� � � �N� �m - 3 wyo� x ��wwoa z � w=o _ w �s Q IN w a �N - o!oo ti� ja�Fo <w O O �3 5 w �B � w z, aiow �` oz~Fa 0. F- p <_ � a � �N �9 $�wG=_Fn Z m a v owa z rci�yoaN O w .. a 3 rc [�iioocw.l Q= w F x1xidd o Ld O ? 3 i vai O O W to Z Q O 1n m F O < o w lil z = _ Is 3 w € jg � � w J F € - � �z5 Fao Fu Z. Q a ; fn oar LLJuKiz (rw _ V �w z g&Q _ �rc Z Z,Z, z U Wow o, Q.rc o 0 ow O o1zJ o = O w i o �a QY- Qurca?�W. k o Z5 az za z =" Q >� zoI 6 zzow Zfwz9mw�o uo a_ - o 8 w J z�ry _ J m M-000iijm�Jrrzp¢vwi�o o Gw _ o op ~g o z Q oo', w �g � � �N -a�sssaa�� -02 Iwl Iwl o �I I I I H I I I H Idld H o < _ o8��m _ LL Ed 3w on Z =3 0 10 m U o II i� �E w p T `Sa w z= o, u; �< w� ao �v 8 _ wok wF 3 zO m� Q N F o V —4 c� ❑ o d 6 aa Z W a a i F F W3 x U z m [ZOZ OZ I NA QiNZIA31 SAO'SIN130dddll5 HS QI]]SbZP10Z S90NK�I in cznz oz I ro Nxvaa walmmnx Na erc rzoz'ce xm fZ�Z OZ I NA NOAVI O s ,al a' rr oo ee-�n3nansi[�o-��rvl=�aarvl�lvals�3es1 saotn ag 6uuaaul6u3{o ;uawpDdap CO pc�' "i s? aaLsexai ilsijyosndiao STV130 08VONVIS — NV7d P CN o V. PH St/X31 g N . I NOIIN313�Id N011(11I0d N31VMWb01S O 68LEL ±7 aul saoln a$IVUOIS ayold uos-H IIS18HD sncf800 do ADD � g Z 011lynW 3�J01�IA fZOZ.cul se�iueS louo;seeload F 171 W 717 '=--C O W......................y� (06-0z GNOB) 3 �. W cwzazlo .3 331S3ldV1S Ol 3AI80 OOOMN(SNosNVH ONVA3lnos 53dI1 NOI1dIMO530 Aa 131b➢ 'ON NOISN38 NOI.1-30 A9 3LM 'ON NOISMN to� v�v xo a a = s C 3os Ea 98� - =2° o= € ElaE�Eo m _ oEm E rc$ 5 rc _ ❑ g ❑ i E o _ — E S 5 s9s �o� w k° 'm'ov v a E — w E o o m o pY$ E°c SEoo c z rc m€a °ig ❑ ❑ ❑ - w 2 13 Pi' olo 2 E 5 a `E u _ _ _ 'o d ❑❑oo❑0000❑ R F ❑ a H h 8= E G rc c A m ®❑o❑o❑oo❑❑❑ Q � s$I= w = 8,= 42 «E & o x m ry ❑ �i 6 E9i w `$ 2 9 E W N goo ❑ _ 3s == ®❑❑❑❑ ❑oo®00000 W, UN/oVid NA IO1XZN31 SAO'SIN130dddll5 HS QIO OSbZOIOZ S90NKI (n uu OZ Iq wm INN`MO TABIO1tlOX Wd 9LC Rpl'OZ N1T EZU/OZ/iq NA I mw O JAN 20, 2021 3:29 PM MUA101903 I:\20J095\2010249C\DAD\ROW\SHEET\SIPPPOEONLS.DWC LAYOUT 01/20/2023 DRAWN GP/DT 01/20/2023 REVIEWED 01/20/2020 528 8882 MAN 2e 2a!"�� 6�$o2g18n � X a �N$12- �m Nod V e a� s veg A e AA�9. 2 2 M iE-R 2 �z �� 8 g. e$A Ng :: Wg1 III 04 ill 41 H8 I eA9 ae ' i 3o e gA8oA CURB INLET PROTECTION DETAIL m i 8 VARIES - REFER TO CHANNEL PLAN & PROFILES 89 4 0 m 6 S NOM I" 22 MM 2 ,ffl Ti 01 og R 8 5 A H 411 Oai q 11;1 8`6 EIF pi 08 e9 Ai N Q1 F wA gM 00 S S REVISION NO. DATE Err DESCRIPTION REVISION N0. DATE eY DESCRIPTION F901Z 1103fONd AID LIPES BOULEVARD SUNWOOD DRIVE TO STAPLES STREET (BOND 2020) STORMWATER POLLUTION PREVENTION PLAN — STANDARD DETAILS CITY of CORPUS CHRISTI TEXAS Department of Engineering Services HANSON ®Copyright Hanson Professional Services Inc 2023 Hanson Professional Services Inc. 4501 Gollihar Rd. Corpus Christi, Texas 78411 MPG BFELS I ENGINEERING F.4,; I SURVEY F., DD3910 adoleAu3 u6igrooa 02E-461 D-A492-2E0FB27AB587 s dd )�,,r r+� ..'a' oo-eeee-�naAansi[�o-��Nl=�aaNl�lvals�3esi saotn as 5uuaaLg5u3{o ;uawpDdap CID s?�. aaLsbxal'lsjgosndiao STV130 P Cv o oyi PHJ-41.9 poen St/X31 g N . I O�IVONVIS IN-gYV- 3132 ONOO-0000 O 6ELEL ±7 'aulsaolna$Ieuoissayo3duosueH IlSRIHO S(id210O do ADD g Z 011lbnW 3 bO1�lA fZOZ.cul seviueS louo;seeload F -171777717-0 '�""�' O W......................y� (06-0z aNOB) 3 �. 133b1S S37dV1S Ol 3AI80 QOOMN(S Nosnn�H a ONVA3lnos s3di (� a NOI1dIMO53O Aa 1 31b➢ 'ON 1,1O15N38 NOI.1-3O A9 77 NOISMN ',,,. 553NN31N1 1N3W3Atld 1 „4/l-,B/t\_ SS3NMN H1 1N3W3Atltl=1„ � „ v , 6, O o ZU OW a m g a. Ng New w N. m o 0 4 W "moi w��w og .....453 IU 1-3ned 1 z a� pwo O Qm J #q o nmm..m_ I 531NVn n a =gw r t w u w a u rc "." 2 Yr' 2' w a g > xV u� r wW zfl ---------- %h v m qw i h0 � m , g 1414 r WA g OW w �" h V N �o a 4 w �� ❑ ? 5312NA - N W m [ZOZ OZ I NA QiN31A31 O4'9'S1N13O1NAdINOT00 HS QIO OS4ZOlOZ S90NK:I in cznz oz I ro Nxvaa walmmnx Nd erc aoz'ce xm fZOZ OZ I NA NOAVI 0 s is . a'Rrr oo�ee�-3 n3ANnsi L�o-��Nl=�aaNl�lvals�3esi se�ln./ag 6uueeul6u3{o ;uew}iodap o� � s?� aaLsexaP ns y.9W Oo (1) Sl1VL30 CaVCINb'1S AVM3AIN0-0000 N oil valsijgos loan St/X31 g C N '.6ELE DI(f oulsaawa 1—issayolduos-H IlSRIHO S(id2100 do 1110 FZ 011lynW 3 N01�IA fZOZ.cul se�iueS louo;seeload uoeuoH 14 u<aJ® '�""�' (SII a W ......................y� (0z0z CINOB) o 3 �. NosNHH' 193815 S37dV1S Ol 3AI80 OOOMNns i ONVA3lnos 53dI1 (� a NOI1dIMOS30 Aa 1 31 1 'ON 1,101-8 NOI.1-30 A9 3LM 'ON NOISMN �+K S2- SO Zo2 3� a f o ma Sw w _ o G 6 d`a_ W - rwa m LIP xo6g po � x0. a o os=��u. s'•. 0 mo O _ w}oau m¢� °Ngo z?a QaWo9 W% � o' o a - w`oma m - y oaGS= m Q' - p W m� _ ��o w wK4zw J x > o x� < s�� S; o V i S31NtlA Nd (3J NlVM30S -- N. �.. 031 ORJ, (©) I 305 S3 NVA ORO M / ..... .0-.S 0—n) S �.. ( .(J) � L........ (S) (SJ C Na JN00 15x3 b03 w rc w 1N3rv15nrOv 3d015 " i G C K 3 xm .....803 0038 Stl..., v rc x V ° m= -NV3tlB 30VN0 NiW ...... (03 n03N fl) tl3 8 30tltlh.. �z S3— W- /110 Tm 3 avin (tlW ✓ J a° 53W_ w zm o'&' o o / a () / V n m i— W a§ rc tt m ms W y y _ Wrc c � m } 3 mm tiQw V � 5 m � w Q� � m i �I 1 1 1 1 i � �Q � m W WW o� z.4� 4 m. _ �I............ WA I{ ° i C J" a IRm z 16 .4K a v, � I� nery ° w W uT w (OSN o3N 31) .o s - �° W0.03b m) i T ' I a co I u zw m w W m a N ' a Q w LL W ❑ 0 W m [ZOZ OZ I NA QiN31A31 0X➢S1N130AtlN3�k0-00 HS QIO OSbZOIOZ S90NK�I (n fZOZ OZ I d7 NN`MO TABIO1tlnX Nd 9LC LZOZ'OZ N1T fZOZ OZ I NA NOAVI 0 s ,a a'�rr oo�ee�-�n3nansl L�o-��rvl=�aarvl�lvals�3esi se�ln.lag 6uueeul6u3{o ;uew}iodap o� � s?� aaLsexaP ns y.9N O v (Z� Sl1VL30 OaVCINb'1S AVM3AIN0-0000 N oil valsijgos loan St/X31 g C N '.68LEI Dlf 'oul saawa$Ieuolssayo d uosueH IIS18HD snd2100 do .1110 FZ 011lynW 3 xJO1�lA fZOZ.cul se�iueS louo;seeload uoeuoH 14 a<dJ® µ' I'7 a W ......................y� (0Z0Z CINOB) o 3 �. NosNHH' 193815 S37dV1S Ol 3AI80 OOOMN(1S i ONVA3lnos 53dI1 (� a NOI1dIMO53O Aa 1 3-1 'ON 1,1O1-8 NOI.1-3O A9 3LV0 'ON NOISMN z a '' +S 44 a, I ,�,/�'. 0 ...... ?.t g Qgt t � ! t4N I- o ^ 4 \ n ('ll .0 3 aG z �3 xvxv�atl �o x� 4 f o I-z' iiron ! d Q o x ' �a �z w vr- E0x do * �� al• e a 3N11 llb3dOtld "w 2 Uo I wxw 0 z� z zZ fI I t"n own /I wa .3 �J 3Nn uef3doae ap l ,poi ' ®o k oVK CL _ I o a 9 z �� o v W \ 4 { a g ty � 0 ww vo a � a ❑ I „�.z o 2aa w Z. x� :a Q oQn o pw o a amIwi �w� o ......... ... w b g 0 w gua m [ZOZ OZ I NA QiN3N31 OX➢S1N130AtlN3�k0-00 HS QIO OSbZOIOZ S90NK�I (n fZOZ OZ I d7 NN`MO TABIO1tl0X Nd 9LC LZOZ'OZ N1T Irm/owig NA I mw 0 s3 ,a a'�rr oo�ee l-�n3nansi Llo-��rvl=�aarvl�lvals�3esi se�in.lag 6uueeui6u3{o ;uew},odap o� � s?� aaLsaxaP 1 y.9N O v (�� STVL30 CaVONb'1S AVM3AIN0-0000 N oil valsijq os loan St/X31 g C N '.6ELE DI)f 'oul saawa$Ieuolssayo d uosueH IIS18HD snd2100 do .1110 Z olllynW 3�J0101A fZOZ.cul se,iueS louo;seeload uoeuoH 14 a<dJ® '�""�' V' a W ......................y� (0aa O 0NOB) °' o a �. 13381S S37dV1S Ol 3AI80 OOOMN(S Nosnn�H i ONVA3lnos 53d11 (� a NOI1dIMO530 Aa 1 31b➢ 'ON 1,101-8 NOI.1-30 A9 3LM 'ON NOISMN z Q a wpmQNx ❑ ego ❑ w,w�a- 'ua'gu ZL0 W W u u u V) a ?56� Ka 9 a i) m o a a � w or _� o I < a v W 1 - r"l VW V w —a \ a N I W O 101 (Nv3b8 30vtl0) 0'0 — oe :os � 3acwa — 3da3s � a z ©s _ o N °b I Zs5 a 4N -44 x w w I cltl) cs) c V a 3tl8 30vtl rc 0'0 i I (NH3NB 30VN0) '3'a I (Ztl) Q aV3b9:,atlaa) � p' � W 1 Q N g NIVM $ att V o m } c xVN 3aNVN %VW !r ` W _ l-0l 3d03S 1'01 44"Irl y YI w ero m Iwai m 1001 _ `O (S) (0) ( 3d01S 0 W m [ZOZ OZ I NA QiN3N31 0X➢S1N130AtlN3�k0-00 HS QIO OSbZOIOZ S90NK�I (n fZOZ OZ I d7 NN`MO TABIO1tl0X Nd 9LC LZOZ'OZ N1T fZOZ OZ I NA NOAVI 0 JAN 20, 2021 339 PM MURI➢1RO :\20,1013S\20ID249C\CID\ROAD\BNEETVC—CROSErAN MRMd515IBNOETNLS.OBG LAYOUT 01/20/2023 DRAWN BA/0T 01/20/2023 REARED 01/20/2020 FOR CONCRETE ROADWAYS — SCALE: N.T.S. FOR CONCRETE ROADWAYS — SCALE: N.T.S. HIGH CONTRAST CROSSWALK — DETAIL HIGH CONTRAST SCHOOL ZONE BAR — DETAIL BACK OF CURB FACE OF CURB UP OF CURB 0 N m Z ti 3''Oyn pm A 'O-T1�O -CN 9 OOP rn S.VMOVON 11VHdSV NO3 'STN :31VOS NVH 3NOZ 100HOS FOR ASPHALT ROADWAYS — SCALE: N.T.S. LONGITUDINAL CROSSWALK — DETAIL BACK OF CURB FACE OF CURB OP OF CURB DQ Ag C In (7 Z 0 rm rn MINOR STREET OR zN0`)L NGER STREET MINOR STREET SNA zza 9 CROSSWALK PAVEMENT MARKINGS NOIS 8O\18 8WVN 1882�1S REVISION NO. DATE BY DESCRIPTION REVISION NO. DATE BY DESCRIPTION F901Z ( 193!'ONd AID v, a M ~ a 9 � o � o O ff 2 N0 o LIPES BOULEVARD SUNWOOD DRIVE TO STAPLES STREET (BOND 2020) COCC—CROSSWALK PAVEMNET MARKINGS AND STREET NAME SIGN DETAILS CITY of CORPUS CHRISTI TEXAS Department of Engineering Services HANSON ®Copyright Hanson Professional Services Inc 2023 Hanson Professional Services Inc. 4501 Gollihar Rd. Corpus Christi, Texas 78411 MFG ELS I ENGINEERING r.a17ISURVEY F-10030,10 adolanu3 u0igroop 02E-461 D-A492-2EOFB27AB587 s ,al a' rr OO ee-a n3nanslLle-a�lvl=�aarvl�lvais�3es1 saotn ag 5uuaaLg5u3{o ;uawpDdap CO pc�' "i s? aaL sexai ilsijyo sndiao TV130 OaVONVIS P CN o : PH �Ogv St/X31 g N �, . I J11VM3OIS ONV N311(1O `8b(1O-0000 O 6ELEL ±7 aul saoln a$IVUOIS ayold uos-H I-LS18HD sncf8oj do ADD � g Z F .O.l.llyfly� . 171 77717-0. ....... (OLOZ alloe) Oo W3 13381S S37dV1S Ol 3A184 QOOMN(S Nosnn�H a ONVA3ll708 53411 NOI1aIMO530 Aa 131b➢ 'ON N01-8 NOI.1-30 A9 3LM 'ON NOISMN o � , " o �g <ww m " r mo N� e 2244 t 4. o IL a d r : e d ^ •. C `� ( $ ¢ .- ,<,�"" .e',z rtlddFr:r �.,,r s. of a tltr ^.' +t ',.ui ' m_, 131(7 .ii5) 7i L -i J G 71 S I QL I' e �. ✓5 wEl rty—� d --- -,~ ---- m w {� O +- r w s Z aux °r W i w zx F a r1 V m C C om w a� a nom"" o a Y w t7 aca ' r 61 om y d } tWq W m c J F s e w.� t Q YJ 5 ,t� w 115 w 40 x JO QZ n r ..... v/� Z _..fir._ W x7utita1a6' J I I a m z t V W Rig g Q O. "s O Z o o / C F W yo. a" J G /� � :. ..._.._.. y " F CO z o �zs tlW! L! W J LZ " t1 Q0 s V " fi r ,$W 01Lu W W �V Z N a v o Z _/moi .e :zT OW �" H V y W LL ,n W �i� V J Qi u d Yf/ yq d yy � 1 f " W w W N w Ge l ;;t " 4 W G w W zV n Z w m � W ..1, o� a, [ZOZ OZ I wA a�laN31 'J,90'S1N130Nr1x3015iH311n9&JnT9 Il5 QI]]BYZP10z s90rOl I in r U Oz I ro NxvaO walmxnx wa arc aoz'ce xm ZaZ OZ I wA NOAVI O s ,a . rr oo�ee�-�n3nansiL�o-��rvl=�aarvl�lvals�3esi se�in.iag 6uueeui6u3{o ;uew}iodap CID � �aBLsexal'lsjyosndiao (l� Sa�lY4NV1S r N o o Pa 1-41.9 osn St/X31 w g N 6ELE aulsaawa$Ieuoissayolduos-H IlSRIHD Snd210j do lllj dWb21 e�n� NbIZI15303d—��0� o Z /011l..... (O �J01�IA fZOZ.cul se�iueS louo;seeload uoeuoH 14 a<oJ® '�""�' ISI a W F .........................y� LOZ alloe) o 3 �. 13381S S37dV1S Ol 3A184 QOOMNnS Nosnn�H i 0NVA31n08 53411 NOI1dIMO530 Aa 1 31b➢ 'ON 1,10ISN38 NOI.1-30 A9 77 NOISMN If el 11 u x � 1 y a. V , r i r , , G , r I I l r� J , w o � , w W m [ZOZ OZ NA mx3N31 OVA'S1N130dMMBN00NdPLS303d-00 HS QIO OBbZOIOZ S90NKI (n fZOZ OZ d'1 NN`MO TABl Iq Nd 8LC LZOZ'OZ N1T fZOZ OZ I NA NOAVI 0 s ,a ,y,.�a' oo�ee�-�n3nansi[�e-��rvl=�aarvl�lvals�3esi se�in.lag 6uueeui6u3{o ;uew}iodap CID � �aBLsexal'Isjyosndiao (Z) Sa�lY4NV1S " N o of Pa ayoe� osn St/X31 g N 6ELE -,,"lsaaWn1-oissayolduos-H IlSRIHD Snd210j do lllj dWb21 e�n� Nb1�115303d—��0� o FZ /011l..... �J01�IA fZOZ.cul se�iueS louo;seeload uoeuoH 14 a<dJ® '�""�' N a W .........................y� (0,-OZ- alloe) o 3 �. Nosnn�H 13381S S37dV1S Ol 3A184 QOOMNnS i 0NVA31n08 53411 NOI1dIMO530 Aa 1 31b➢ 'ON 1,10ISN38 NOI.1-30 A9 77 NOISMN l i r I w w w o m w m [ZOZ OZ I NA a�laN31 OVA'S1N130dMMBN00NdPLS303d-00 HS QIO OxbZO1xZ SxONK�I (n fZOZ OZ I d7 NN`MO TABIO1tlnX xd 8LC LZOZ'OZ N1T fZOZ OZ I NA NOAVI O s ,a . rr oo�ee�-�n3nansiL�o-��rvl=�aarvl�lvals�3esi se�in.lag 6uueeui6u3{o ;uew}iodap CID � �aBLsexal'Isjyosndiao (£) Sa�lY4NV1S " N o of Pa ayoe� osn St/X31 g N 6ELE -,,"lsaaWn1-oissayolduos-H IlSRIHD S(id210j do lllj dWb21 e�n� Nb1�115303d—��0� o Z /011l..... �J01�IA fZOZ.cul se�iueS louo;seeload uoeuoH 14 a<dJ® '�""�' a W F .........................y� (OLOZ alloe) °' 3 �. 13381S S37dV1S Ol 3A184 QOOMNnS Nosnn�H i 0NVA31n08 53411 NOI1dIMO530 Aa 1 3-1 'ON 1,101-8 NOI.1-30 A9 77 NOISMN e i r � I- r- x r " \ 3 s„ 1 a , r r L � f✓ m a ❑ �1 w A ✓• /y' w LL w o r'ei m w m [ZOZ OZ I NA a�laN31 OVA'S1N130dMMBN00NdPLS303d-00 HS QIO OxbZO1xZ SxONK�I (n fZOZ OZ I d7 NN`MO TABIO1tlnX xd 8LC LZOZ'OZ N1T fZOZ OZ I NA NOAVI O JAN 20, 2021 339 PM MUAE01903 I:\10,ZOOS\1IX0249C\D•D\ROAD\SHEET\00—Pf0ES1PoPNCUR6RPMPOETal5.DWD LAYOUT 01/20/2023 DRAWN a,/0r 01/20/2023 REVIEWED 01/20/2020 REVISION NO. DATE Err DESCRIPTION REVISION N0. DATE eY DESCRIPTION 1901Z ( 103roaa AID LIPES BOULEVARD SUNWOOD DRIVE TO STAPLES STREET (BOND 2020) COCC—PEDESTRIAN CURB RAMP STANDARDS (4) CITY of CORPUS CHRISTI TEXAS Department of Engineering Services HANSON ®Copyright Hanson Professional Services Inc 2023 Hanson Professional Services Inc. 4501 Gollihar Rd. Corpus Christi, Texas 78411 MPG BRELS I ENGINEERING r -a 1; ISURVEY r-10039:,00 adoienu3 u0igrooa 02E-461 D-A492-2EOFB27AB587 saoinaa 5uuaaui6u o uaw oda CID i I vo d ao N o SV X31 S�IV13a dWIIH 033dS -0000 vay 6a�e� + ''I sl i dl�sueH Il SRIHO S(id210j do .1110 g io�I..... aln czoz�w sa?tias w�o,�alo,d�oa�oN w,,<�® �:. NOSNH ' 133b1S S3ldV1S Ol 3AI80 QOOMNns o a 0NVA31nos 53dI1 (� a NOI1dIM0530 AS 7T77'DN NOISN3tl ---3.777777777T= 3LM 'ON NOISIA3N ' z I Cie Z V)Q O.W Nw z x W QQ""+M1 wo 3 N 3 z z x o Zd ( b Ll LO ¢�� O O d ¢ ¢ z SO z w F O y w F Uro = F ¢ Z O - O Z 4Vj ^� �•-� ( V)Z q �' 04 m Z cL m U z = w Z G VI x N I Z Z �Q Z O W O O N a z N S ¢ O U LL x z o � o a a W, N' z o go " N d s Z Id o z a m o v z *(u�5�� cFi d m 8 a z o U w q Im O O N Z 1- -m-II wT,-:.rm a o � �S � waoN m � P s www c,�z ox o o d, wO 8- dy FpO O w O z J N O 20 U'O N Vl O g 0: ❑ F U Y K p Z -------) z yvvtt o m o p o a d 4= ao � zzzw w arNczi `Wx' md mi zm w o > ¢ U w a ¢¢Y z Wa I CO O) m U N d N x O o Val 6 tC V ¢ i N ( N N S j g '`+3 2 m O m Z 0 0 3 w = O ¢ U O ap Q a I ZEo m o� `Z° wwo a � 000 z O �.l N Z wcpazX w x N d o o z w x -Z a x ZZ z z 3 Q V) i Q K y ~ U O 6 z 2 h o v > a<Jw����� ay � QLLo " � Wi gigcnr w 0 0 0 3 _z a a r z 0- M. cJ a '.tri i vi K f �� I °- Ngx� wm � x "' ` r zzN � a � � � � �w � l- _ O N W U x J O 6 N 2 -. y K U O= x ( v woW��oz aa � w I zz - � MQ2za = oma oo vai a�vl v�i9 o� gz3aGlm s -' waw x �w 2 Z. oow ww o �` N Q w z z n J a N o < m o o w z o o & _ j & w 2ww i w N z o ~z ma w r z w c> g vl Y S ------ �bL6g z = z w a w w z o a 8 w m I v'Iw zno, N s w ~ z z v Zd o ro ti i m I � omz o m Q FQ(J �m 1- a z Z Z Lii o z .� N Z d zQ LU pw- W F O $ U m Q N N 0 = O QO q ga Q a I o d6 Ipy y{ I V FO U ¢z FO sUz z w NWO. tO FO = O 5 i$ wN gw F O Z V a io N'"('ra o zo mz z z om , m w9 0 0 ''O onz m a = M == bi z Qx o it'. z 3z O a w > > N U O O O w O U Z N = aNa �a ¢ g w F a o o w In ? w a z oz o r w o ro a m z Q w $ $ s o o s w o I QQ N= q Z D V Q N U U ¢ d a N I- W OK Ow-m F r >z aO wZ " N laq =� O N S � q& z�Q oz S3 3zz a N wyq maw m ro o O bwW �� dQ �Z ~ Rz a se zz w N o g R Sw * zo F �mxtn a� �w W=p m6N((ppW wO Ips- �oN a ww N a .0£ Ln�y n' �ZrW win Lc r� m m� y®W n +� .0N4FJJ •bZ a o: ow F= pz "�r 48 ZN4 •11 _ p Ow-O�UQ Z gNr U ONW� .dq' o.w Bo w F ow.0 �g �� I n ■ ■ oyyo g vela ox '1 w wOHW NWItz o � d �_ `n w = a o �z�¢ d LL5 wNg g N d y/I/,I\r g� [/�'$' a q o w = x g z. w�'r cl qg W NJ x z ❑ m WK. a ZxU UQ �0w H N *{ 03 U z 3 'S W m [Z8Z OZ I NA QiN31A31 •W Slff 3 dNHH®dr H8 M Oftz 8Z smw:I (n fZBZ OZ I d7 NN`MO Z08—il Nd 8LC CL�Z'OZ N1T fZBZ OZ I NA NOAVI O s ddl y ,y.,',""""" ,r oo_-eeee Y-�n3nansilYo-�arvl=�aarvl�lvals�3es1 saotn as 6uueeul6u3{o ;uewpDdeo CO n, 1 L48L sexay'ilsug3 sndiao (I� N o PH,Q41.9�Osv SYX31 g O N 68LEI .-I—waSluuo1-1-ldu.SUUH I-LS18HO snd210O do .11l0 STV130 C18VCINVLS 831VM Wd'O1S-0000 0 � Z /0lllyf.W'3�J01�In fZOZ.cul seviueS louo;seeload uoeuoH 14 a<dJ® '�""�' N a W F .........................y� ( OLOZ ON08) 0) 3 �. ' 1S3ldV1S Ol 3AI80 OOOMN(SNosNHHa ONVA3ll708 53411 N0I1dIM0530 AFi 31b➢ 'ON N0I7 7 N0I1dIW0530 A9 3LM 'ON 1 0I1 1 N m v y 8 a I a •� °" z G 14R ,71 y 1...,w t[�4,, ..elf `�,.........�v --`� �1 - 5Z r4 �Q0�00 W 0 q yw� p o „= if $ o " p o o z 531dvn o 0 N n _ o -------- --- ---- m 077 4�WLLa w z $i ........... .... ° -,o� �-tt��o ti N N� p anee� N s l � } Fj e y " ^ r � y �5 -1 11 IS,14 w _ ........... 'n �z a " - ° Y A o4 a� w .a ° a � " ..... l.w•°`tn OE U/IJ JO 3.�v! u 1 31 i q c� v o€ 4 a s ----------- 6 <3 zI w a o zz o os a '" tea w m [Z8Z OZ I WA QiN31A31 SX➢'S1N130N3LtlMriXNS-9 HS Qtl]]8bZP1XZ SXOMZ�I (n CZBZ OZ I d7 NN`MO Z081P1tl0X Wd 8LC CL�Z'OZ N1T CZBZ OZ I WA NOAVI O s3 ,al y ,y.,',""""" ,r oo_-eeee-�n3nansil�o-��rvl=�aarvl�lvals�3es1 saotn aS 6uuaaul6u3{o ;uawpDdeo CO 1 L48L sexay'ilsug3 sndiao (Z� N o PH,a41.9�Osn SYX31 g O N 68LEI .-I—waSluuo1-1-lduosuUH I-LS18HO snd210O do .11l0 STb'130 C18VCINVLS 831VM Wd'O1S-0000 0 � Z /0lll..... O �J0131A fZOZ.cul se,iueS louo;seeload uoeuoH 14 a<dJ® µ' I'7 a W F ....... .............y� ( LOZ ON00)8) 3 �. ' 1S3ldV1S Ol 3AI80 OOOMN(SNosNHHa ONVA3ll708 53411 N0I1dIM0530 Aa 31b➢ 'ON N0I7 7 N0I1dIW0530 A9 3LV0 'ON 1 0I1 1 N a� { p 3 > p >o 0 ood rl 44 m 44 °+u.a pM y m --- � I s a ' 2� z Q ''6w �a d a. om . m m T Wd - z 531tltlA ,Ol l 531tltlA „H 9 �s W °az- z ...... ......._ oo�zQW °w P. w ggw. w 0'03 m ° m 3 N mew aW m m Tf 0oHi 24 g m o 3 zti 4 o N. m N zw �4 Z w r � loom X. I e w o = w� 531tlVn...... 'a ,w m *� u�w � �� off° ° o 0 = ° L 44 e� a z VIS Baa w 4 g a 'a w Im ° Wm s z. - N { — --� 3 g � �. ° =a m� p ... W aLL x p. i ° NIw.9 �oF�" m i .x a M s _ pNa ,� aN W ( l 2 0 o NuWJ gU y o J0 s i h\ 51 wn y w ,4. � z m a ° ° m we v o z e ka m ` y n _ o W m LL 0 w N w m �. o �) , z � Q ��j y% z r c. Qa o I a� p a� so m ga < W m [Z8Z OZ I WA QiN31A31 SX➢'S1N130N3LVMriXNS-9 HS QV]]8YZPIXZ SXOMZ�I (n CZBZ OZ I Od7 NN`MO TABIP1tl0X Wd 8LC CLal'OZ N1T fZBZ OZ I WA NOAVI s3 ,al n3nan911�o-s oNl=�aaNl�lva ls�3es1 saotn as 6uuaaLg5u3{o ;uawpDdap CO 1 L48L sexay'ilsug3 sndiao N o Pa,a41.9�osv SYX31 (0) g O N 68LEI .-I—waSluuoissayolduosuUH I-LS18HD snd2100 do .11l0 STb'130 C18VCINVLS 831VM Wd'01S-0000 0 � Z /011l..... �J0101A fZOZ.cul se�iueS louo;seeload uoeuoH 14 a<dJ® '�""�' V' a W �. ' 1S3ldV1S Ol 3AI80 OOOMN(SNosNHHi ONVA3ll708 53411 NOI1dIM0530 Aa 31b➢ 'ON N0 I7 7 NOI1dIW0530 A9 3LM 'ON 1 0 I1 1 N 1 r � o 0 rel rli y WN` k $mowo o as „ ioa as 0 � a - w a � 4W } o maa a -N '•v "aw V M4 w -..: ! 0 4. $w o�aUo "dL � C F N2�..: w�RN � � \K "a ci 14 ; w '4 rv� `Ian 0 0 �N X o �dww HE o a w _w opo„ w a _ d ®o= gi <<"" u o o m w 4 wz<F�2 � � � s 3� ...~=Joz~ ora p pm � �H, A 4 ~' 3s o n .... Q W I` m so u � _ n Ja ;w Vo m = F J eana so Wave \ \� � W o w w ts .... wo qz4 0 w \ II 11, y a \ I T a� ju'E I r o ��cfw�w n �ao x �a p _z5 � Ko goo m� NI. ~ w x m .mo Q y CO o , 44 C ww a w� J a ow 1 v 0 z k Q w �m m 19N�, 339, n a go d N ago .2 p � o " z _ a i�� mwmo __ «o p w m m� � z doomm gpm p, ma� moS � W o ��v. A I A w woa m„tom s 4 w a p 3 W �00.1 771 z /I gad eafi5 0 Nave a �oV 4 j 3 lIt /X m w a ,. ” � U o m`ew I V oz z - m~ VVyy •x`11 r W.lvNu .zt gw�mw e W r s V W lli ¢tl Oo .9 'NW Z � u - m �QOQry a ...........�1.............. w w �wv+�� t� W "oww m [Z8Z OZ I WA QiN31A31 SX➢'S1N130N3LtlMriXNS-9 HS Qtl]]8bZP1XZ SXOMZI (n CZBZ I d7 NN`MO Z081P1tlOX Wd 8LC CL�Z'OZ N1T fZBZ OZoz I WA I NOAVI 0 JAN 20, 2023 3:29 PM MURIL.01002 \20J0135201.0249CVAD \ ROAD \ SHEET 1\ CC-WASTEWAIBLDETAILSDIVG LAYOUT 01/20/2023 DRAWN a,/or 01/20/2023 REVIEWED 01/20/2020 REVISION NO. DATE SY DESCRIPTION REVISION NO. DATE SY DESCRIPTION 190l# 130d AID LIPES BOULEVARD SUN WOOD DRIVE TO STAPLES STREET (BOND 2020) COCC—WASTEWATER STANDARD DETAILS (1) CITY of CORPUS CHRISTI TEXAS Department of Engineering Services HANSON ©Copyright Hanson Professional Services Iris 2023 Hanson Professional Services Inc. 4501 Gollihar Rd. Corpus Christi, Texas 78411 TBRELS I ENGINEERING Fre I I SURVEY .00.00 MPG P.50556 I U/ 2023 VICTOR E..PILLO 4 Y 13789, ?.1 DocuSign Envelope ID: E921 FEA1-502E-461 D-A492-2EOFB27AB587 s ,a • x"'yrr oo�ee�-a n3nansl[�e-a�rvl=�aarvl�lvals�3esi se�in.lag 6uueeui6u3{o ;uew}iodap o� � s?� roaLsexaP 1 y.9N O v (Z� S�Ib730 G&VONb'1S V-91VM31SVM-0000 N o oil valsijgos dose St/X31 g C N 'oul saawa$Ieuoissayo d uosueH IIS18HD snd2100 do .1110 � g Z F �O.l.llyny� . 171 77717-0. ....... (06-0Z alloe) 0)(O O W3 13381S S37dV1S Ol 3AI80 OOOMN(S Nosnn�H i ONVA3ll708 53411 NOI1aIMO53O Aa 1 3-1 'ON 1,1O1-8 NOI.1-3O A9 3LM 'ON NOISMN l WW r &�G K a w rM, a ¢ x a "g,dc - s s a , a m m � � w" r 'm z. � ki m LU m � o Wcr CO 12 k a 2 CL a. N 3 Er a wN =w<w w a F- _ ggz z W< 1 zs 3 w O U) zy Z <1 zo moa �o� nP. O r2:i.nat)r !r n t rp.,�VxVin rnv o r.3�t-:ao�p¢F�¢oo v� .J¢ ¢O -� O amp ¢ Ll i J _ d R ¢ - � �. ........................................ ....... �. g¢F �0O a 0:INIItO:M 5V 'll.f 3'IHVMO'I.i .( .„ f 13adOO dO1 3ACMj 531 a M `"`• 5 N3aniOvdnNvw oz a w =z Z_ om \ a3<d 85 ER \ X UJ LL�... rzz........... CC W gz w <W z �` x ° m 3 06 O • LU Ir W 1 U- 0 wz4 ; w _ w a z o , m§ z .- m cr 1. x „- o 0 n. b vi � u C� l w o \ D � , 0 W m [ZOZ OZ I wA QiN3N31 SMPS1N130N3ltlMLStlM-00 HS QIO OSbZO1xZ SxONK:I (n vu OZ I d7 TABIO1tlnX Wd 06C LZOZ'OZ N1T fZOZ OZ I wA I mw 0 s ,a y � ,y.',"f�"' r oo�ee�-a n3nansi�,e-a�rvl=�aarvl�lvals�3dsi se�in.lag 6uueeui6u3{o ;uew}iodap o� � 114BL sexay'ilsuy�sndiao r N o ,x1 PH 1-41.9 lose SYX31 (�� STVL30 Obb'ONb'1S V-91VM3-LSVM-0000 w g N s6ELE1 `.lly 'oul saawa$Ieuoissayo d uosueH IIS18HD snd2100 do .1110 Z F .O.l.llyny� . 171 77717-0. ....... (06-0Z alloe) 0)ISI a W3 13381S S37dV1S Ol 3AI80 OOOMN(S Nosnn�H i ONVA3ll708 53411 NOI1aIMOS3O Aa 1 31b➢ 'ON 1,1O1-8 NOI.1-3O A9 3LM 'ON NOISMN W n 63d33O bO,8 a a Uj w co VAS > m m H 410 0 �� C4 zeO n-� z CO 65 v ° z 0 � ;x w t1 � w O z U , ��< U) k w a N uO U wz Jcr f y} U a \\\\\\\ a O - 'r \\\\ \\ Q �..� y w - \ ¢ U)VAAS z « vv b 9 e �C' S J cc as z \ `a\ U w w g = \``\ \* co a a \= \\ � � s do 4� 30 z J OZ o v Q 66 .. U � ] a J > o m o ^ W 3 o 0 z CC g " O 3 44 u Y /J 81 6 co Sl _ a���, 2 E a w m 2 x U U o z a ; _ W w d .. s V U _ W "wowy o I, a ............ w � a� w � _ M z K aLL ap* =I`M1„�/ K z = zz o co a - z aw w m2 a,- w o z -z ....,...... .......,. �w w� O]i JnO3J Stl H1d3O iz P Jam. h Q=q W 0 y $�Z 2 , r w o �o \ W C. m \ N \; z l„ Q Ktt m \ O w oa W Q = u z o ` �'- --------- W OU \ a> w LL tG 1CC W r _ 's �.`�' �N� - a w - ro - - - m o`o 0 = o SM mw s w Q, [ZOZ OZ I wA QiN3N31 SMPS1fI130N3lVMLSVM-00 HS QIO OSYZO1xZ SxONK:I in cznz oz I ro Nxvaa walmxnx wa occ aoz'ce xm fZOZ OZ I wA NOAVI 0 s ,a . a'�rr oo�ee�-a n3nansl[�e-a�rvl=saarvl�lvals�3esi se�ln.lag 6uueeul6u3{o ;uew}iodap o� � s?� roaL sexaP ns y N O o (i� STVL30 G&VONb'1S V-91VM3-LSVM-0000 N o oil valsi1-41.9gos dose St/X31 g C N '.6ELE Dlf 'oul saawa$Ieuoissayo d uosueH IIS18HD snd2100 do .1110 FZ 011lynW 3�J01�IA fZOZ.cul se�iueS louo;seeload uoeuoH 14 a<dJ® '�""�' N a W ......................y� (0z0z CINOB) 0) o 3 �. NosNHH' W �•.: 2,; 13381S S37dV1S Ol 3AI80 OOOMN(1S i ONVA3lnos 53dI1 (� a NOI1aIMO530 Aa 1 3-1 'ON 1,101-8 NOI.1-30 A9 37 NOISMN 30 N u�i SNZ aN? — _ —ZLLO�S Q —x n S� 11;11 ¢O z o q a 4 O.� X. z $� o 0 Z Z. �O m pg aaVf-aw� ?; aoo�G xs �m� a? _���.,-s >u, Soso >r w o-u,�w ooG� `Oag zog J�aG 3 O LL Ejj e ..a� �R W m W m�mf a�0 =owx yaw - w - w ,. °m m 4d Qpm ° _ =g��moo zzN W W Cl) �mm oJ����.. °m E* www°ammo ".; oNaa° ° ° xNo`= N ewe _m - w d �_ O m,m,m,m,m,m,--- Nx z - U) a o - NV W cr zcc x °I O Q 0 og<w LL LJ a o F o � a _j cc: mq ° ------ Z w I=N m ° §:l 0 4 Lli o W d o = Qz. cc - a n w S� v '�, _ m m s�v.mv'`, r. n a w 2, m bi r, w T °' C7 CJ aur �r°R > (SV36V aanvdNN - ................... V W311-Z 3'IHVl 13S lROOVO 1VN1.f n = y z. W W — o 93a W3 U < q - toJ U U z uj H a z W a a>z ✓ % o M M C3 VJ 3wN� - O h z _ q "I z ° ui Z Q .a h Z am°VF'F^JOx ❑ Sxj S �'. �N¢ ti:h N <ma v>� Q ° w w 0 0 W, [ZOZ OZ I wA O1 mi I OMPSlN130N3lMALSMM-OO HS m OObZOIOZ smw7 (n uu OZ iq wm I NN`MO ITABIO1tlnX Wd 06C LZOZ'OZ N1T EZU/OZ/iq wA I mw O s ,a a'�rr oo�ee�-�n3nansi Lfo-��rvl=�aarvl�lvals�3esi cyf °�..",�i f'ss'? l aaLensiyosN o se�inag 6uueeui6u3{o ;uew}odap o�tlPaj.9lOan S/X31 (1) S-7Ib13a G&VONVIS �31VM-0000 o� N � g N 'oul saawa$Ieuolssayo d uosueH IIS18HD sncf800 do A-Lij � g Z F �O.l.llyfly� 171 77717® ............ (OLOZ CINOe) I338IS S37dVIS 01 3A184 QOOMN(S Nosnn�H i ONVA3ll708 53411 NOI1dIM0530 Aa 1 31b➢ 'ON 1,1015N38 NOI.1-30 A9 3LM 'ON NOISIA3N mUob�l - eoH Y$OwW b W o2 2°, ZM 0-3—a3au 3,d aoeJ €,$y a _x \ 42 N 33S)S3 0 Wfi ' 2 b K0 v o r q W 4 n m 2.4 Chew "S mon r �,b x a e ale r w TIR OV gab Q ye a ��Qyj 0 4 baa a33u a s" bxaax . w " l]UNJH6 b'N L `a K 0.CO 4$b Owwb 'm0„Z,Z 534,4 b0i „O-,b=0 nt ro�0„L,>S3dld tl0i'Ntry„0-,d=0 `� xyzW za§ub o0 No �W.; c4§ FS iIV4 wOI .'�� a3 goo � .. ¢env zz 2,g� ¢¢3 ,q � u 3 U OG ` U q� o II a woV q�� vfap Zy mq� � "'VVV � Irv¢ Q o$o wo- c�S11 U~4 � ii �ui z��4�+so �� Wtt � _ h wtie o p 4 U O �� W � 24Zme~ �w0 �Z ZjW¢ U�w �4,)yb 4qq OW4WI Z �W j W p O x av U 4 W U 44WWW3 W U 0. 4IZOO o 424 U 3 p2 U 0Q 5,wn0 UU OI 10.2 WSW K4 ZZ U44 gUgU 44x'i 4¢UC�p9 iI.4ti I W 04„4 K o 9^y ). W 4 f� Q U_'Ii2OWO �4� 3§ v,e W I W h d ¢I W U W� K ti aOf4" p 4 U W OW U 2 2 9� OQ Z 0§IZR y,2U 4 ti wW U W m 2 4 W,S t'°fK � q ti O�k W� ti 3 4 4 O $ qba f` ♦�� �+4 �O n� q �2pU4� �S�4 2 O W Z�q ~W}O 0:024 ��1� 2 �>"iqN �si p O � $6 0 W' U W24�. g ��ti mL U q S@ w yWj 4 G Q !y_ 0 v�i4 J� Ob W i P'l7 yZ.l'i fw. Oin W ti ti� Z� �i�f.. U ��J �xj04WGf T h�, W U a2 W' ❑Z��UQ OUB U-¢" 4 w�'f� Q W p Up 0 dUt'AZ S 2 W 1 s V 4 O¢ Q Yb 3U 1 y 4 h CwS ❑ ''���== i'y a' 40 R OOO W K§ O~ O OH, �❑ �42 ti W r`(..6 wN y -.i Kagm m U2 rOY O ah a w `w~wwvi iw�s oaw 20 4tiar: w �, v, v, Iowowz 4w'� 'I^m� wN�� c,�z> w'wzy k". m ¢ai§ �"w .,4 I4 Ef i LL w'� §� W ZO U~�O Ux �Q¢ U4vi m 2 W OwI Z zvlf 2 O� o`U O o wlu ¢ w dG] W ❑ 4$ n�W tiff ti4 i 0�0 j04 ti�¢4 ti qw j�ti Y J Z W� O W W q 4 �S$� "., �OQho "'O ¢ti W 0U �x V ¢� ¢ � 44 W m [ZOZ OZ I NA QiN3N31 'JMO'S1N130N3LtlM-9 HS QI]]SbZP1xZ SxOMl�I (n xd 06C LZ�Z'OZ N1T fZxZ OZ I NA NOAVI O JAN 20, 2023 300 PM MURC01002 I: \20J013S \201.0249CVAD \ROAD \SHEET \CC-WAlDiDETMLS.DWD LAYOUT 01/20/2023 DRAWN Gp/DT 01/20/2023 REVIEWED 01/20/2020 4 4 A iss a rn 2 1/2" 3,-0" WV COVER (1.00) 4-0" rO 000700 OE CURB & GOITER (TYP) REVISION NO. DATE SY DESCRIPTION REVISION NO. DATE SY DESCRIPTION 190l# 130d AID LIPES BOULEVARD SUN WOOD DRIVE TO STAPLES STREET (BOND 2020) COCC—WATER STANDARD DETAILS (2) CITY of CORPUS CHRISTI TEXAS Department of Engineering Services HANSON ©Copyright Hanson Prone.. Servioss Inc 2023 Hanson Professional Services Inc. 4501 Gollihar Rd. Corpus Christi, Texas 78411 TBRELS I ENGINEERING Fs417 I SURVEY .00.00 MFG 750500 DocuSign Envelope ID: E921 FEA1-502E-461 D-A492-2EOFB27AB587 s ,a a'�rr oo�ee�-�n3nansl L�o-��rvl=�aarvl�lvals�3esi se�ln.lag 6uueeul6u3{o ;uew}iodap o� � s?� aaLsexaP ns y.9N O� (£'� S-7Ib13a G&VONV1S 2�31VM-0000 N otll valsijgos loan St/X31 g C N 'oul saawa$Ieuoissayo d uosueH IIS18HD sncf800 do .11l0 � g Z 011lynW 3�JO1�IA fZOZ.cul se�iueS louo;seeload 171 77717-0 O O W F ......................y� (0302 ON08) Nosnn� o 3 �. H 193815 S3ldV1S Ol 3AI80 OOOMN(1S i ONVA3lnos 53dI1 (� a NOI1dIMO53O Aa 1 3-1 'ON 1,1O1-8 NOI.1-3O A9 77 NOISMN J @ 4 psi Q ry� -- ----------- s ty -------------------------- Its -------- w w q y _ Q q Q � V ids Op W n zuam mgq"a w� o gyzp " h .............. N a y Q � yI' <��alp a�� � �x� —— - �� O� �W � W a iall It 44 Qaa 0 a R . W x W a3w �x w 0 o p y s s h w 44 LL y 3 pWi"mJ_> ku Mn— W m [ZOZ OZ I NA QiN3N31 SMO'S1N130N3LtlM-00 HS QIO OSbZO1xZ SxONK�I (n fZOZ OZ I Cl NN`MO TABIO1tlnX xd 06C LZOZ'OZ N1T IEZU/oz/iq NA I mw 0 s ,al a'�rr oo�ee�-a n3nansi[�e-a�rvl=�aarvl�lvals�3es1 se�inaag 6uueeui6u3{o ;uew}iodap P aaL sexans y.9N � (i� S-7Ib13a G&VONV1S 2�31VM-0000 N f ", ms's otll a1ijgos loO an St/X31 g C N s6ELE Dlf ouI saalA a$Ieuoissayold uos-H IIS18HD sncf8o0 do A-Lij rn ............ ....._ cz6z,�i,ao�tiaE w�o;�alo,E�oa�oN w u,<�® ^^�• N F 011lynW 3�J0101A O O W �. 13381S S37dV1S Ol 3A184 QOOMN(S Nosnn�H i ONVA3ll708 53411 � � (� a NOI1aIMO530 Aa 131b➢ 'ON NOISN38 NOI.1-30 A9 3LM 'ON NOISMN s y w 9i I. o kw gx g pc o w Q a N� Nn m5va tk _ W Q ,gg o w o � ON, \ w tp w .x V m W — Ilk W 0 w y a: o 4zw mwsa 0.\tee' N U\i3 4..� 4.�Qry � wpjp ¢j W¢ra iik 44 C w U J Owe \ m waR b w° a , LA d w ' -- q.... h u x x p ...........................................� _ W w p Qg w:`s y ro W�' 0 qmk �0w8 W aux ut � w i a wm w w wmw %W4 J S .44 aka goo � m� &m W LL W wks � w p¢ ° z Q b $ z y wawm wimv W m [ZOZ 0Z I wA QiN31A31 SMO'S1N130N3LtlM-00 HS QI0 0SbZ01xZ SxONK�I 0 vu/0 I d7 TABI01tlnX Wd 06C LZOZ'OZ N1T fZOZ OZ I wA I mw 0 s ,al �"' r oo ee:-e n3nansiL:e-e�rvl=�aarvl�lvals�3es1 saotA ag 6uueeul6u3{o ;uawpDdap CO n, sexal'ilsijgo sndiao )1NOM �1301l1OHS OVON 1VNOI1N3ANOD r N o : PH 1.41.9 poen St/X31 �, . NV Id lON1N0O 0133VN1 100x1 0 O 6ELE6 X14 aul saOln a$Ieuoissayoad uosueH I-LS18HD sncf8o0 do ADD 171 717 =--C M F011lynW 3�J0101A W O O W W .. NosNVH 133b1S S3ldV1S Ol 3A1a4 GOOMN(1S a ONVA3lnos S3dll (� a NOI1dIMOS30 Aa 131b➢ 'ON NOI-8 NOI.1-30 A9 77 NOISMN $�8 of Ov+OOinOm ' s uo''Onb G 'D "- am sm w wm �`° gggtl fi-oma 5- x O 3 5 oab000 Op § Is o V RV& anano� a� � � g121� ° aamnmm�� �t » » � s -v aka ass _ t t> Y �gs€ xm_a gs' a it �,$'a°�n v,o oNooao ogMoa+ �no�n $'-101 �'3'hhi3 8n II& >k E Tuv og cc LAJ O c � uow o os, K 4 y d z o '•%o.x10tl Oi dano zE Q w •001 .001 .o£ ao suNd M £el ssal d rc 3 q - mog ud a W Uoiu OS.+o} ,., .of ua...n = 0 depl nOu$ ♦ ♦ dapinoy5 ^ TY w � 0 ■1� — — — — — — —^�— — — — — — — — — — —4 — 0. 1 +- C7 C = C>C daolnous ` ,, daD mous -- > O uax os >t a pa% g wm09og & a io8h d- O d g tt w a Kg &meq S W czod u;W xE ua m u N .001 ,001 .O£ aoo 5 wdOMTjA J !w e% (O� o£ _ daolnous ♦ UA CKA • daolnous O �aPIn045 dapinous L.1 ~ d. C umu OS Cry f.) uft OS _ g z3 mxg uow Os tl:w� dano doe%e .O£ a000S HdoM 99x1 do o x o oma u 'u:W UWa 05 Aa.....„� Q o= m« .o£ o:acQ Vag W N mdaalnous ■ ■ ■ ■ ■ ■ da0lnous = p a t/f O 4 4 0 0 � N — — — — — — — — — — — — — — — — — — — — < — N W C Z O daninous dpi nous a ;- w uow os.dano dot%£ m E ~ Cary O a anal do uow os doe% foo ” v o < � a w m°ffi � Yo o tea_ a:a sad as <l sdinWaaiU{a•1<a:I!°:suWsad JO aal4Oxiat w�a wu ah a 4uo1atW,Ro-��, �31v0 w}n<umdxu.bN .a Y a,axdd 6u;dew;W3 0 a�<o nob s,o=4.°,a 3o A I.MIMSIO w m [Z0Z OZ I wA OMlZ1A31 OMOM/IdI0W0YJLfNlLL-100%L HS QI0 OabZOIaZ SxONK�I in czaz oz I ro Nxvaa warmMnx wa acc aoz'oz xm fZOZ OZ I wA NOAVI 0 s ,at a' rr oo ee-�n3nansi��o-��rvl=�aarvl�lvals,3est sac,t&ias 5uuaaLg5u3{o ;uawpDdap co sexal'ilslyo 9ndiao 3anso70 3NV7 MV-91 P CN o PH poen SVX31 ON07 NV7d 70�I1NOO OI33V2LL lOaxl o O S691E6 pulsapWn1-oissayotduos-H IlSRIHO S(id210O do Il IO H ......... ....... fZOZ.cul se�iueS louo;seeload uoeuoH 14 y,<aJ® ...... V' F O,IIynW 3�J0101A O O W .. 13381S S37dV1S Ol 3A184 QOOMN(S Nosnn�H a ONVA3ll708 53411 � 1, (� a NOI1dIa0530 Aa 1 31b➢ 'ON 1,1015W38 NOI.1-30 A9 3LM 'ON NOISIA3a amS i r "—H W w ino�noo in o w me «em m� m���QQ� gg� x hg og ~� �' Baa age :w= "88a-a x o, o z as g E g «�8� �•v• Ep 8� J J 0 N a k d" s x§ �aQR8$800$ §zog.$ g�w p' W e� a ,-z ' <o Q_h:8 5 C$«o "c z Z W iltl z Wiz' UJ V (G1 ux $. GyGy y& W W vT �.n na ain �a rv•F tl J�� o� ffi� �-�i� vg' 8 ffi � L� ~ 4 ~ � o V � ooJ .2.8 N4 _j X o LL LL 's M, �x ry�gF a x Xa �zw a""o o: X. 6 a V 4 O Baa Ou;000s ,02 '.... ao 9a0lnap �' I .. , oAGtl.002 —'sH.WM 8 'u:ry,L/t'a W In 4 J _ a z `� �✓ ,i JaPln0U5 JapinoU$ WQ III x wqp aa�e X d a aEsy JJ� aK / Xa u6 g— O q-r S•c�ouS usga ua uM un 8a Ex o5 070, W � zN lx �QO o o i i a x �' U9 �•Xo�dav —1nous � JBPI nows N 4 4 o O J N to C..1 m <3 0 C> a � w ,,,ttom� t, J ✓ `✓ ~ W�j ❑ �apin04$ ',. JaP ln0U5 C5 Y o O HdW_ 0 a d zt o «w OSo_-HdW05 J X~ X Ca 1311 A y 6L hatl�m a$ r,o E 'tl•'L~ F � 9 �! O mw•_wm 4 a a W;31ncaa SaEo lf.isnuoa'aU4a•1<a;lla:auctlsa� �s91t0 xtat �iowa89otlgmaU 40o mlag00z�Ro sPwi elU+lN �311a .(uo In Xswaxm oN .a Y a,a �d 6u;aaau;E03 aui XO oau�ano6 s,p a to ooa9n may w a3Wn,xm m [ZOZ OZ I WA 03M31A3tl SMOM/IdI0W00]L1NlLL-10a%L HS QI'J]SbZP10Z SaOMl�I (n fZ9Z 9Z I d7 NN`MO TABI01M0a Wd 06C LZ9Z'OZ N1T fZaZ OZ I WA NOAVI O JAN 20, 2023 130 PM MURILOIS102 1: \20J013S \201.0249C \CAD \RO,M) \SHEETVD(DOT-TRAFT1CCONTOLPLANDW0 LAYOUT 01/20/2023 DRAWN GP/OT 01/20/2023 REARED 01/20/2020 DATE; fl‘El DI SC L A IMEito The use of thIs stonoora Is governeo oy tne -.cos Engineering Practice fa, tic, warranty of any ;Ono le moat; oy TvDOT Or ONY Our.. whotsoever. TOOT manes no reaponston ley for the conversion of this stonaora to otner formats or for incorrect resu.t or °canapes rcool 'In. from Its use. < rn "0 x3 > •—• > > z -0 Z 0 r- > Q0 0 —o -0 >0 O/I Z r c 0 Z z o r— p. Z rn .aa42 1!5. 6 Sn r•. /Alt ff 7. s; a 1; = 4 - 9 3 1 k 4B S 11 3 5 rn —o co p z al MODULAR GLARE SCREENS FOR HEADLIGHT BARRIER DELINEATORS AND OBJECT MARKERS r SNOLLV31413 / / I. B REVISION NO. DATE SY DESCRIPTION REVISION NO. DATE ST DESCRIPTION 190lZ # 103f0dd AID LIPES BOULEVARD SUN WOOD DRIVE TO STAPLES STREET (BOND 2020) TxDOT TRAFFIC CONTROL PLAN TYPICAL DETAILS CITY of CORPUS CHRISTI TEXAS Department of Engineering Services HANSON ©Copyright Hanson Professional Serii. Inc 2023 Hanson Professional Services Inc. 4501 GolalarFtd. Corpus Christi, Texas 78411 TBFELS I ENGINEERING F,117 I SURVEY F-100.00 T., F50550 DocuSign Envelope ID: E921 FEA1-502E-461 D-A492-2EOFB27AB587 s ,al a' rr oo eei-a n3�ansllie-a�rvl=�aarvl�lvals�3es1 saoln.lag 6uuaaul6u3{o ;uawpDdap CO pc�' 3"i P s? roar sexai ilsjyo sndiao 3Wb lilnkV NO 3N(1501,0 P CN o ` `'' aN�,'s'otl PHJ-41.9�ogn St/X31 �, . 3Nb� Nbld �O�IlN00 0133V211 100x1 0 O 56E1EL .. Ilf aul saaln a$Ieuoissayo d uosueH IlSRIHO S(id2100 do 1110 g FZ 011lyflW 3 vJO1NIA fZOZ.cul seviueS louo;seeload 171 77717-0 ......................y� (0z0z GN09) W o 3 �. NosNVH 133b1S S3ldV1S Ol 3AIa0 OOOMN(1S a ONVA3lnos S3dIl (� a NOI1aIMO53O Aa 31b➢ 'ON NO1-8 NOI.1-3O A9 3LM 'ON NOISMN 21 11 N, wa ~0 4 N r v � 1— 0 Q TI - g R O N O N ¢e ti r5 ffi r, WZ � v0 n l F� 4 a Cxi f W is y JS Fv z Y 1111 ,,I � a N N } e7, vC gat ry v Xd `• �u Xd SZN 4YQ,v KJU ¢$Q \ V uv \ "c— +� JJ % J % % I ooZtl o£� N l S/ l i i W .,op Ir—s j �aP lnoyS Q a °•: ° +,I- a 4 N ••�. 4 . Ld r, C E ------_f_ �I_____ — o0 E w E f W I � mµ x x x x N i g O ww 6 K w IiZN X \ d F-ww =ZN tzFM ", < Y d � U uon p p a 3 N � yllru tltltl y ool w o� i w ,e,P„o�v Q .� yap opus O 4 `•.,' . IIIA a o N Z - Y N m '--,t--�,-, _:_ _:_: _:_:_:: '- Q w V a J l> z o �aPI„<>us �aPI,,pus . w N dW o5 n 1 vpx£ _ - �\i I a N Ssal ap ridw os Cpl x \ � w - w m xn= or ac. m r wp Nx W o ow occ o-om < r O M1uu M1;°l�yuu.,.,un oN },6 tl .! dp6usaaaus6u3 aoxayoaaUdORO P.11.ofi a,pvppuo RsooX4i Utl]WItl�:1510 W Q, [ZOZ OZ I wA QiN3N31 SMOM/IdI0WOO]LfNNL-100%L HS QI]]SbZP1xZ SxONK:I in cznz oz I ro Nxvaa walm.nx wa occ rzoz'ce xm fZxZ OZ I wA NOAVI O s ,al y ,y.',"f�"' r Bo�ee�-a n3�ansille-a�rvl=�aarvl�lvals�3es1 se�In.laS 6uueeul6u3{o ;uew}iodap CID 1112L sexay'ysuy�sndiao X N o va ey!iie� osn SYX31 S3NV' N3A3Nn 80J ONINJIS lOa l S6ELEI ..`:I+ oulsaauun1--issayolduos-H IIS18HD snd8o0 do .11l0 ^ g Z 011lynW 3�J01�IA fZOZ.cul se�iueS louo;seeload uoeuoH 14 y,<aJ® '�^^��` O O W .. Nosnn�H 13381S S37dV1S 01 3AI80 QOOMN(1S i 0NVA31Oo8 53dI1 (� a NOI1dIM0530 AS 7'ON 1,10177NOI1dIw0530 AE 3LM 'ON NOISIA3N N oa o w m J Pw` g= afi Z >gE N x - w ° N z k 5&a 50 v " W � Sx � �5! © ' W € Zy ZV W W >z >z v " o� .o 0 v am x i a i V a V) z Z W " �, o v a ~ J ir —i W — — — z W W0 W Ld > > w z J x c' / Wz W z� - z N - x�"n a "v x i dL! J 4 W J4 a z zz N a J O m 'Q z - W W LL J W F } > z z N w O cW� h > L) Z La LLJ x z F z ui a w J l\ x J LL wz $ " # z w — . .. o ry a wo}Bul3lnsau saBouuo sy�nsa> >ol u a ow o}u y o oy ouopuo3s d uAouol®1l0anuoo4 ;suoGso ss 100i F o r}itl Auaoy�y00xA asa4lul g u/lox 33ltli0p . o, ao a �b3witl'I�510 W m [ZOZ BZ I wA o1X31A3x 9M0"NIN91S-100%L HS QIo]obZoloZ SxoMl�I 0 U./o Iq W. INN`MO TABIoltlnX Wd 06C LZol'oL N1T !EZU/oz/iq wA I mw 0 sd ,E1 y ,y.',"f�"' r oo�ee�-a n3nansil�e-a�rvl=�aarvl�lvals�3es1 se�lnaag 6uueeul6u3{o ;uew}iodap CID � 1112L sndiao X N o va ey!iie� osn SYX31 S1N3W3a1(1038 NJIS WJIdAl 1001 g N 56ELEL `.Il oulsaaWn1-°issayoldu°s-H IIS18HD snd8o0 do .1110 v, ..:...... ....... fZOZ��i seo�uss iouo;seeload uoeuoH 14 u,<dJ® ...... N � '- F 011lynW 3�J01�IA O O W .. Nosnn�H 133b1S S37dV1S Ol 3AI80 QOOMN(1S i ONVA3lno8 53d11 (� a NOI1dIMO530 AS 31b➢ 'ON 1,1017NOI1dIwO530 -1 'ON N A9OISIA3N F�Nh aioo d �> »E2 N$ 00 oac UD ins Eg 3 w �� e _ "S5 -pd o N W a. cc O OFxi C V • .... mQ dofi ah jq 815 _ $5t "tc 'v 2g a w 3 z3 Dv aF J 08,w18 1 :It 21 12 1 mp. z W 0 o " N cc lz z LL < W - Y gw t <MtnW = w LL ✓� z W N LL T 1� Vl VI u a o z m 11 f w m 2 W W z. n m XI w r X Vl w J> W y ix J crry W$ Q ¢ w O iw 04 � u a F WLn w JF W N J �/xxJ� a lAJ:E ZW W�` W V CL sg W 0' t5 a ,^ W -�Y , zw. -z 'w w ------------- o to 0 -0- W 1. 1. lz I lz 1. W u Ld � VI Z Z _ D - W - - - - N Z Z s / Z-_ I���//// !► = Z .�.eas.. J 4Z4J f Q H W� � 00 3 Q to S W V1�-U ON �_ 3' w ix z Q �pY z FN C O X OC s = o �` W m W< C; �� w � N N j &5: � I— M w „zi V Z m ~w �' C) W W N W o g w am$ E— z z W a LL ui W 0 a wp}Buly lnsai sagoo�uo sS lnsa> >o}�o s ow o}u u oS puo��}s slus�}a s3'li! uulsAanuops Jpn F;;i,°;suWsar o sa 100x1a1 aua Fo pain nG Fup�oaa00xuiFi Itl �31tl0 °}° xuo AON .}Y i rd Bu!aaaulBu3 0 anob s_pr aan a• �tl3wltli0S10 W m [ZOZ BZ I wA QiN31A31 BM➢"NIN91S-100%L HS QI]]xbZP1xZ SxBNK�I in czBz Bz I ro NxvaB walmxnx wa Bcc aoz'ce xm fZBZ OZ I wA NOAVI 0 s ,al '"'yr oo ee-1 n3nansiL�e-1�rvl=�aarvl�lvals�3es1 saoln.Iag 5uuaaLg5u3{o ;uaw}Iodap CO aaLsexai'nsijvosndiao S31ON 1Hd13N2130 SN91S 301SOHON P CN o 'f PH 1-41.9�osn St/X31 .Il 11VWS STVL3G ONI1NnOn NOIS 100x1 ____56ELEI ..rill+ aul saaln a$IeuoissJy ld uos-H IIS18HD sncf80O do IO � g FZ 011lynW 3�J01JIA fZOZ.cul se,iueS louo;seeload 171 W 777 =--C` O O W ......................y� (0302 ON08) W o 3 .. NosNVH 133b1S S3ldV1S Ol 3AI80 OOOMN(1S a ONVA3lnos S3dll (� a NOI1dIMOS30 Ra 131b➢ 'ON N01-8 NOI.1-30 A9 3LM 'ON NOISMN coA at tl o 1 afros ®�T� & aog "s_. N zoo x ry - " ® 1. .y - ge gg �fr�tl B2' Vim'„� $� Z q sw r^F fr• c b � 8 sw � g Pfi_€ �» a os o U F �E €off sok .g o an d W v st oZ �. - x h ri m - �;� OF 'n� g In W ,n R7 g'�'•. LG N og• � � G zn °�• �'` '. =,6��� a5” c 4 xm WO m 3 w¢ _�w 0 " w.. m W Q g of Z a V Q h�G"'od z as g UJ ,C o - d 0 W u g C Y W O Fav �N@m 0 v t F— •_ ° M xl--------------- a N ha F N xJ p x C..1 £Y2 zY� m r m X a ga a� d z � v a CL 0 ye� a ^¢ ,N°� 0 N seas. i' - cuo w a Z S E.« comm fi ' °� .��- cow. ~ $- .__ a Dasa yeas" 0 0•- w V1 &d•�=wpm;w 0 3 Ia N �ansoa w°xa pui+l nsa.r se6ouop +�ssx+Oa.+ na«uo s x u+ oy a IyRgs q1 sou s �31tl0 - ayy a;R;;I�q`8ubtlsau ou 10 xloa qqx.a tl Rw uo}100xgsaw .(uou}o Ryuo»ox.oN ,. Y .Foo�ds6ul�aaul6u3 soxal..ay;Rq gawano6 s!°wquo+s s, ;o asn gyltl3WIY1J5i0 W m [ZOZ OZ I WA O1XZN31 9M➢"NIN91S-100%L HS QIO]xbZOIOZ SxONK�I (nIEZU/OZI[q wm INN`MO tAOIO1G10X Wd 16C LZOZ'OL N1T Irm/owig WA I mw 0 JAN 20, 2021 3E31 PM MUALD1903 I:\20,IDes\20L0249C\CA0\R0,V1\SHEET\1%D0T-SIGNtlSDWG LAYOUT 01/20/2022 DRAWN GP/0T 01/20/2023 REARED 01/20/2020 DATEt FILE. DISCLAIMER: The a of i s standard is governed by the "needs Eng' ring Practice sot% No rraniy of ony kinds is Soode standardTofor roanyrpurpose whatsoever. too tnassu es or esponslol l i1Y l for the convert ndor- dto orfor incorrect damages esu ng a UNIOIXXISUOij Warning Mega I 00 REQUIRED SUPPORT SIGN DESCRIPTION SUPPORT E. to 7. e. 9 V , $ 12. co TY S80(1)XX(T TY 108WG111XX(T) TY S80U)XXTT TY 10BWG111XXIT) 7 S S REVISION NO. DATE SY DESCRIPTION REVISION N0. DATE eY DESCRIPTION 19OlZ ( 103TO d AID LIPES BOULEVARD SUNWOOD DRIVE TO STAPLES STREET (BOND 2020) TxDOT SIGN MOUNTING DETAILS SMALL ROADSIDE SIGNS TRIANGULAR CITY of CORPUS CHRISTI TEXAS Department of Engineering Services HANSON ®Copyright Hanson Professional Services Inc 2023 Hanson Professional Services Inc. 4501 Gollihar Rd. Corpus Christi, Texas 78411 MPG Lcs ENGINEERING r.al; I SURVEY r.l ooz9,10 vaS53o1 �20�2023 ........ i1181 f VICTOPEMUPIILO 13789 adoienu3 u0igroop 02E-461 D-A492-2EOFB27AB587 s ,al a' rr oo ee-a n3nansiL�o-a=rvl=�aarvl�lvals�3es1 saotn ag 6uuaaul6u3{o ;uaw}Iodap CO pc�' 3"i�s? aaL sexai ilsijyo sndiao ,jb nDNVIZL SNOIS 301SONOrV P CN o : PH sen St/X31 V. -nVWS S�Ib130 ONIlN(10W NOIS 100x1 0 O 6ELE6 .. II) aul saaln a$Ieuoissayold uos-H IIS18HD sncf80O do .Il IO Z 011lynW 3�J01�IA fZOZ.cul se,iueS louo;seeload 171 7777-0 '�•""�' '- O W F ......................y� (OLOZ GNOB) W o 3 .. NosNVH 133b1S S3ldV1S Ol 3AI80 QOOMN(1S a ONVA3lnos S3dIl (� a NOI1dIMO530 Aa 131b➢ 'ON N01-8 NOI.1-30 A9 3LM 'ON NOISMN Lj a y I.I.I co o N V)V) ZLn w r z « v =e a Sm og �h •d8 V VGCOO cc.-- .. ° SAFE d 8a 5° 2 d 7 xis ha - ~ a N �' 8. 2 0 w _ t `y v € oo=c so o° o� z J M N� 9d 5k�$"LvFgv�t h_osgkooc�o oda s'8$a ohaw66u €,a€oaar €`Fw ogxAa� sh AQo ao h AwwssE}o �A AmssE=m x _� ._ op r x . 6uo� ""g3 >8g§ SSC _I 85� meg_ _.'-�'wP�.Sc..•_8 Ld LY O VT1 O N N W C_t? O N•L N C O t C D yNy pO W O•-+ O N w t)Q O 7 c c N N na•o-� a,d cgs x w 0Lp v , Cn ' Zwz O N Q+N N O Ox n g 4 F d O V $ Z a. Nw�0 o w ' oa5 O w o�w�a cwoI— o"yN- 4 U as m J Z �J O ) S e w VI 9A wg a ®Q O J w w w 0 N men o uil ou a 5.!1n451 4oaxx n uo s x u� 04 ppu Rp uoi sou „ !31tl O0 .(wy`°R1w� IRON�Q!8yd�psa�°u o 1nOx1� °Wn a tl Rw y PUep n to oo�d a+!xaau!6u3 soxel.oayy Ry pawano6 s!pwpuoys s,yx�;o as eyl �tl3WItl13510 W m [ZOZ OZ I wA QiN3N31 9M0"NIN91S-100%L HS QI]]xbZP1xZ SxONK�I 0U OZ I d7 TABI01tlnX Wd 16C LZ�Z'OZ N1T fZU OZ I wA I mw 0 s ,dl ' ,,r r+� ..'a' oo_-eeee-�n3nansi[�o-��rvl=�aarvl�lvals�3es1 saotA as 6uuaaul6u3{o ;uawpDdap CO pc� "i s? aaLsexal St/X31 Isjgosndiao ONI>iaM P Cv o PH 1-41.9 poen uosueH IlSRIHO S(id2100 do ADD 1N3W31Vd GZIVONV1S WDId 11 10axl 0 'aulsaalnda$Ieuoissayodd H ......... ....... fZOZ.cul se,iueS louo;seeload uoeuoH 14 y,<aJ® ...... F 01113nW 3d01�1A O y �. ' 31S3V1S Ol 3AI80 QOOMNnsNosNHHa oNVA3lnos 53d11 (� a NOI1dIM0530 Ra 131b➢ 'ON N01-8 NOI.1-30 A9 3LM 'ON NOISIA3N N � u @ min HED o Y O.. r r �v'v two J � � o� o� R' O w Z� wb � J ss WiLu z= >F-uV s °s o $ ¢ Z LLJAl LLJ w UJ g a � o4 4 u ter` k9 DoE a gE owa v o - R a § K - o C>� N u d z W CS >3 J w 3 v PTCs p '� D / V) 1d w LU p + ` a O N Z O 0404 Ld ui o o d tr Z O= o m _ m g = JgV) ~ p� O a O w Z$g R�_ � >-d _ w n 1. 11 8211 3 Ld k o 4 �± Q F W ~ _ fi` fi 3 o Y E4 g a w € � = m w g N - 3 a a .9-,2 w w $ Q w �a e P sr o vwY g € d i— € E s6 v� 3 w� o� y�o `" �.•' `'v @\ vT� £� a �Rew` lW hof £k y map � P- r = a a o a O-j a>os Esovop Q Q $ m a3O o � fi d �8P6S� rLu gg z�= g w»�wo zap$ w g cwo3 � a #__ v w �P a - P = z n'z O a _"`= a� _ W W 0 4 4 a �Rnuos—+doi R{uo.uadduoliiFl n81aa9ssau�o0sma0u�ou ss}u..lsu.ea.oau{1l o0Ba0uux3�1 osoo'uuxaanl.a+.�;ayou{4Rsqasop.Cuou,n-0 R-y{o�o;p1u0o0oxu1 RsO sa�y�}so uou is ��33'1IVI.O' D uo{s 51 y};o asnPaVl :i13Witll>S 10 W m [ZOZ OZ I NA QiN31A31 B110'SNdWNWN3�tld-100%L HS QI]]SbZmOZ S90MZ�I in czBz Bz I dB NxvaB —m—Nd 16C OW'Bz Nm IEZU/oz/iq NA I mw 0 s ,dl a' rr oo ee-�n3nansi[�o-��rvl=�aarvl�lvals�3es1 saotn aS 6uueeul6u3{o ;uawpDdap CO pc�' 3"i�s? aaL sexai ilsijyo sndiao 03ZQ101031d3a SN3N21NW P CN o : PH poen St/X31 V. 30NVal(10 NOI11SOd lOaxl o O 6ELEl 'Julsavl—SIVu°issayodduosueH IIS18HD sncf8o0 do A-LID 03SIV21 ONISII 171777717-0 '�'...' F 01113nW 3 dO1�lA+ O y �. 133b1S S3ldV1S Ol 3A1a4 GOOMN(1S NosNVH a �''° ONVA3lnoo S3dll (� a cwz/az/lo'`��.3�-�' NOI1dIMO530 Ra 131b➢ 'ON N01-8 NOI.1-30 A9 3LM 'ON NOISMN N ' a V) o C7 �o mLLJ -j N N a c # w H a W W [If d .r... 1 w Z Y CL ". H H 6 w i+h 0 O L'ile yCy ¢ N Y a v a J °a w g x .n ¢ CD U5 p� v o w. w acr u, 7 .............. �. € 1 0- Z,� w s �vui p �� O¢ ui '" S�� �.E cn cr w _ Z ¢ J d g Q oho — J UJ s9 q r m U. - 3 O ' 8 0 . - O Z - z a n OLIJ " N) tl J 3 F° w z p � u � roo J Ln Ld < o LdH wz � z M W 2 ¢ O O M F- Z, e4 Lu Ln o ¢ a w Baps 6� d' J m� _ ti w H ^^ J J W.J. $ I- W N �ovv h o dF > mbg.b �o w > a �� o w o w aw33 `g,. J CC w U- O O ° o g-° O N Z __ w� w < g x i w o mE gg Owu 00 a dog U.d w $� g jI J e w_ O { N o _ q m zd a J r m ¢ ¢ 0 3 J o CC W H ¢ Q Q > H = W a p H w $ ❑ _ g g q m W H z a U IWi Z 0 N u ui ~ O W � \ W w w � ❑ w 4 c 4 s+�i woad duliil n8aa saW�m0 s+I nsa�+aaulo°ua.+�;u od y{ +P........ .... 6 s1y1-+0 uo is �n 4i✓ad F+11191 suo0sau ou s seo 100x1 'u na o sas.U,_Ruo rod 100x1 RO a u �31VO Ruoudo R{uo.uon oN •„{utl aa1}aoud Buluaaul Bu3 soxal.ay}yRq OawanoB sl D puo{sasnPaVl :i13Witll>S 10 W m [ZOZ OZ I NA QiN31A31 ONO'SNNWNWN3�tld-100%L HS QIO OSbZOIOZ S90NK�I (n fzu oZ I dB INN`MO zO61m—Rd 16C NW'M W IEZU/OZ/iq NA I NORM 0 sd dal a' rr OO ee-1 n3Aansi[lo-��rvl=�aarvl�lvals�3es1 saotA as 6uuaaul6u3{o ;uawpDdap CO pc�' 3"i�s? aaL sexai ilsijyo sndiao St/X31 0301AI0 S3NV7 Nasi 1j3-I P Cv o : vH1- 1a9 poen V. 6ELE6 AVM—OMl NO3 ONIN�IVW 1N3W3AVd 100x1 0 O aul saaln a$Ieuoissayold uos-H IlSIdHO snd8o0 do .1110 171777717-0 F011lynW 3 d01�1A+ W NosNVH 133b1S S3ldV1S Ol 3AIa0 QOOMN(1S a �''° ONVA3lnos S3dIl (� a cwz/az/!o'`��.3�-�' NOI1dIMOS30 Aa 31b➢ 'ON N01-8 NOI.1-30 A9 3LM 'ON NOISMN N I"J 91-0 - v s oZov, , A 0 J<Q 4 r C-)zm a n gk� �g•� ���� ge ..,�� �'�`$� ~' ?030 " g % o $ do '" o _1— U 8g6 ago:-gamg 2 J O J I look§ bog§` Y'- v gk$ � W y W /1]N� g 0 '�6�bYo�` "kg "§ w •€ fig !� W it Aag .Yk. va a o x a `a4kokgk d �o <€ s=5 °ws�l 1- q ►- b e LLw t o w z> 1— 3 2 W w qet g o a 1aSONO WrVfl 733111 1 - ddZQ 0- 1 o � .4 W w ZJ m 2Y 7- Z lz cr CD Eo z Lu ZLU N Al N �e W H 8 a o ' uj h v u ° N � €Q ,No ** a a Q M � pP- 103MMIS.NON o a r � 3 AIN J / \103211VNOI5-NON 'AtlM-OMl) `.5� '� 6133MIS SS00 MON111 uw '1tlM•3NOI 133"1S SSW)MONIA W o � 0 !13 l7 d -1 O6u!F 1rea.,meauwD x F1nss.,Faa,.,o aoe p s ow�.,oj 31Vtl m a11u u o Ao!1!Dlguotlsa�0 0 100x1 au d Fw uoi 100x1 Fl.DDapow soi,npu!y 2uo/o o» N 4 .F oudsBu!uaau!Bu3 so al,oayFD<GFDauuanoB s!DuoOUDFs s, ;o as ayltl3N1 Y1D510 W m UN/oVid NA IQiN31A3tloNo'SNNWNWN3\tld-l00%L HS QIo]SbZoloZ S9oNKI in EZOz Oz 1 ro —MMnN Nd 16C OU bZ W IEZU/oz/iq NA I mw 0 JAN 20, 2023 131 PM MUI1L01902 1:\20J205\201.0249C\CAD\ROAD\SHEET\I000T-PAVEMEI4TN20KINGAIG LAYOUT 01/20/2023 DRAWN GP/or 01/20/2023 REVIEWED 01/20/2020 DATE: FILE+ ISCLAIUERe The use of tnis standoro is govern." by the ”Texos Engineerin9 ProctincAc.,,-;„12nt0nny ltd is mode by TxDOT for any purpose whotsoever. Tx.DOT assumes no respo:„I yfor the .nYv:,%,o on, of this standard to other formats or for incorrect results or damages result,no fr i s use. Z 0 xi ri 1— z P4, 5Z m I 1 1331 AVM -041 Is .E!1 E 5S2I2 01 rn OP rn z rn r z rn 0 -n r z C z rn cl At FP., is UN II Is II LANE LINES FOR DIVIDED HIG 0 4 111 E 1,1 0 0 6 Z 2 W — I int tg, I PASS WITH CARE I R4 2 TAPE CENTER LINE & NO -PASSING ZONE BARRIER LINES FOR PI C) I VS noT a P7' P11 E19 Yo 1.0 2 rn sliv13a SONIV8 SNE1311Vd SONIX8VA REVISION NO. DATE SY DESCRIPTION REVISION NO, DATE SP DESCRIPTION £ROL# 103f0dd A/P LIPES BOULEVARD SUN WOOD DRIVE TO STAPLES STREET (BOND 2020) TxDOT WORK ZONE SHORT TERM PAVEMENT MARKINGS CITY of CORPUS CHRISTI TEXAS Department of Engineering Services HANSON ©Copyright Hanson Professional Services Inc 2023 Hanson Professional Services Inc. 4501 Gollihar Rd. Corpus Christi, Texas 78411 TBRELS ENGINEERING Frele SURVEY Fr10039,10 TB,' F50550 i.___,,,Hprfeerf-5,,1/20/2023 VICTOR E NAURU; tr; DocuSign Envelope ID: E921FEA1-502E-461D-A492-2EOFB27AB587 s ,al . rr oo�ee�-a n3nansi[�e-a�rvl=�aarvl�lvals�3ds1 se�in.lag 6uueeui6u3{o ;uew}iodap CO N, �aBLsexai'Isjy3sndiao (l 3d U) �131�12�V81SVS3Nd N o PH lay 1.9 poen SVX31 g N s6ELE oulsaawa$IeuoissayPduos-H US18HO snd8o0 do .1110 d31�121b8 313d0N00 311dONd Mol 100x1 0 Z /011lynW'3�JO1�IA fZOZ.cul se�iueS louo;seeload uoeuoH 14 a<dJ® '�""�' a W �. W cwzazlo .3 331S3ldV1S Ol 3A180 QOOMN(SNosNVH 0NVA31Oo8 53dI1 NOI1dIMO53O Aa 31b➢ 'ON NO1-8 NOI.1-3O A9 77 NOISMN w E Wv W m �W n p m a Dc AN Y a w V - - O �.1.� No o wO a > P C W m# u 0 + ry m 00 �o m "oc o o O o mW Ea != a W F N m 5 m w € n +I _ G L + N z `8 O� W am° m 4d -&& sLO E` pa C uC u CC up u v FO lO�9�1,5 O vo S � ,v — JNol d oEB a'o bo W m O a.Win C O 1 �ry W 21 2 - ro n a ui m r m �n�.....�...N �.9 S¢ m. � pw' Ifo - z O W U W 2 .ry m m "< m'n t w U _ %zy —— y w+ I o Lu LO cc LO I w m d o a - m °wE asm > z o - m Z � � E� vWim Q O�V� _�• w 2D + o 20 L Na mE gg _ z .0 -S v-o ry G Mn + ZO W P W m N M F N w Q v Ow Lo 4 O M —W co m 0:p _ K m 3C m Baa -- -- >a - -- CL �_ 0. w v m `a go o _ z a rvw m N > 6 --Z w T < w Q - zz 070 O 9 J ❑ w� � U W T o W .o 1i._ j wort'6u;41 Haar sabvnnD ♦D�opuo+s s uoasa.+o yppxl �31VO mneos4oW a.—o o'. 100x1.fq ppwu p,NJxuo'}o Fiuo�uon oN ..lotl .400ud a+, ,6u3 s y„ y{Ag4pau.�eno8�s puoWois n oVl W I J51O mI OZ I wA QiN3N31 'JM110'N3INWIDL3N]NO]-100%L HS QI]]SbZP1xZ SxONK I in cznz oz I ro Nxvaa walmxnx wa 16C rzoz'ce xm fZxZ OZ I wA NOAVI 0 s ,al • rr oo�ee l-a n3�ansi,le-a�rvl=�aarvl�lvals�3ds1 se�ln.lag 6uueeul6u3{o ;uew}iodap CO No aBL sexal'nsii sndiao (Z 3d U) �131�12�V8 1SVS3Nd N o PH 1-H 1.9 oen SVX31 g N 568LE1 oulsapina$IeuolssayDldups-H IlSIdHO snd8o0 do .1110 d31�121b8 313d0N00 311dONd Mol 100x1 0 Z /011lynW'3�J01�IA fZOZ.cul se,iueS louo;seeload uoeuoH 14 a<dJ® '�""�' a W �. 9 W cwzazlo .3 933b1S3ldV1S Ol 3AIaO OOOMNSNosNVH ONVA3lno8 53dI1 NOI1dIMO53O Aa 1 IoN NO1— N.1.1 O53O A9 77 1401- 0 401 NO d t + nQ JO« Om v nd = . +t N O p cv orcwi. +o v`pp3 0 x Q�N ` W O +V CitNt O^ C Ou vf� 0...... Q.... W- cr C... .- + o +0tw cro ..0E yl mt oo+ov _ ud m m m W m o t m: IL �=b a o" 11 C. w gQ D m o ` au a nQ"N o „m a yy LO 3:cr V J $ .. . + z x E •_ O a O —I ¢C& d Q v� Q a zxa +t _D g a \l �$ v d pb o'a o'Y o w o�011 Do N 1111 11 8 _§ $v t" $ - o a > x w V N N d w O p U Q� Q 0 a cc E O W 0j. a y9 0 N n =U t10 ov �o �Q---------- I I — I - m� 1 -�YYy 1� � i I J Z 4 O _ w _ 0 o Ll r— Ll r- `-•1 r 0 w > ] > z .L JJJJ i 1 W N 1 I N - w a 1 1 a > a V a 0 .10 o v nm n�z N I I _vpi C. I o Q go, m @� v w - N - w J O Q v a w w W m I io ut w N �T 1 z m O} - N y~ -D m dg LL s° r - -- -- - w W I o a0 Q i (I"HO 33S) grn - wC. g 3 4p N > p a> a' W mloo>>11> 0 z 0113 j ugrl 8ui+urepl 4 i p+pmp s 100x1 �31VO 4eneos4Wx pnuauna Rup uo}100x1 RQ eppw 'u.,N Rup'}o R+uoau pN ..yatl .4apud W, ,6u3 s 1.. 41 Rpipw.4enu9 s,puopuoic i}psasn ay1 W a3witltO51O m [ZOZ OZ I wA O3X 0 OMO'N3INWIDL3xONm-100%L HS QIO OSbZOIOZ SxOMl I (n fZOZ OZ I d7 -0 1TAOlO1tlnX Wd l6C LZOZ'OL N1T fZU/Oz/lq wA I NOAVI 0 sao!n&S 5uussut5u3{o ;uswyoda(7 co R -1 swa33ws -.e�ans I uv rose sexal 1 yD)N ost SV"X31 S310N ONV syo6y .PH..I-J lroJ aero SlInON00 S-7IV130 3V01N10373 100x1 g O yam. 669ECI ` f+ 'oulsaainlagleuoissaymduosueH US18HO sndHoo {o .1110 i. i o .:...................: I r.-..-. 2 �'ilf l]�Ntltl b00i1tltl3J� fZOZ'aul�aiva5 louo;se-aload uosuoH ly u.eJ® � � h 6ac caoa/oroti/lo`��-�' 133N1S S3ldV1S Ol 3/Va0 OOOMN(S NOSNV' ONV/131n08 S3dll NOUINOS30 AB 3M 'ON NOISM8 NOI1dINOS30 AB I MYa 'ON NOISMN � y J Vf m..W ujI— CI � oti J n V F C MW ". is w0 J Q r; *4W w 3 + nko5 gk 6 xw tl `� 5 x a$g " o�x pmgg g :ani o �0 5 xo g° o� °o �' doa1. +` +x Vd o " max: o «€ o s._ a tigE F-- % x� s`s o€' g°g« §. �g`LL x. 0 8° o fro +off` gL -rxgo ° v"'�. "t c- - g m g - � � °- c- 01 okIS g� ogva1116, 6. N€v € :�a H.S.-VV g �as : � P_ g g '�ov 8gN�� oEa a ovv s1 � o�PoaQ .1 °gao e�61 o �d $ «. v =°5gv %+% -- €»o %og �8 '^Pv�vvkL"� o s� og gN8P o a -". vg' ._ ._ r� a P"" o%° Trv+ I E Lo % oD 0., o § °p ofro «0M° x €6. dkL p "+ fr._"w�-t5 ++ S `w �ov " oav € €€a€s° a + o _ "L�fr '$ «v; op + Pa .N - °k adv €° xo= a� = agog +c ._ `°w@ Ld ° o x-;6.9-U aL€s hops o a=s - o k oa.o�p_ a� € NN °- ° st x=s� cofr € :� v:s�� °k+ �v a gos s$ §A°o € ,m n jog w �+ 4g +gs °x a °w " + .a °o _ .a s n0. xgo° ov :Qgwp�got. gL v5�k o» w%o o° a obg § 10 L o 21g +g tag WE€ v= xo6,waK �g� o���� a` ao�s;, �g� dad s$w•°�+�� � °§°i« 0 4 gk'3a. m= uaa� �s �asvu � �gx 'oo «% a Ks #. oWz av _ _ og°"s + "cv p_m_: .wg+ nom=x-v, ° God° 's °EE. "aur a v v $gym' D s°% VV -V" ao - =g"9~v-B=� _€ x-'°ass ° m >° a+°._ "W A€x a o. or- . ° :§ w tv m•_ v� S?S" g"��°gfr.sEfr°x a �k+'firms kffi "gym gag "` % 't..- -°o o € " °.S 5` k °c %`k9 k, �J"Ek k a w'�$' - k" $ �. o ° rook».ya xx°x §°§08 wafrGav"k g o° fr+ _ u _ o„k� .oloo €6°” -�0 "gt} o a Q g= � og deka J Na a° ° - € g°«.+ fry- ma °°" _.y w - dw�g g am° +_ _ a� ��1. 82 °.S .o°Lv[+" 3u.% r5..°x�1N&] oGd+�G+� 610 ------------ Lc++F.N°. N k+ Q ua =av° 1.; xo yaa.° ❑ w afr gm�Nw °� vet as++°+ s ' ° Ll 0§" m "..y> ° w„0 g . xk a d.; �o ;g w g =g..ax• - s _� 'dos °+” °1 +a�" gss8vx` a„ 8 xow §g _ xw6.+x' "` x- 05•-Sx5c n5g x_'i ° 6 °% °da§ cv"�aa>` %" >ofr8g'�` aW ° o °-._° " a +° _� w aROV "° ° ++gig "a°°fr a G .,>-+ W w>,W+loser sa6wwp r loser s u o + p up+g x 3111 10 rp}F gpotlsp�o o+100x1+ aptla�0 F .�io}+lOtlx LpRG°apow s :31tl0 Ru gyogrt°°yupg.pm ory .,i tl .+pld 6 ug.3 s xal.•deyAp o wpno6 p�ppup+a ,V+}o ago guvpVi tl3Ri v'IOSIO 0 W m [ZDZ OZ I NA Q3N3N31 OMO'S1N130NO18103➢-100%L HS QtlO 006ZOlOZ SBOMZ I Iq 1 dO INNYdOI MMM Nd IS8 NO'ZZ NM BZBZ 0 I N1 IN6lVl 0 e�<<� neivrl3eei sso;n.l&S 5uussut5u3{o ;uswyodap Go - A -�sw NIS -.e�ans uv bBLsexay'ysuyDsnd,o� SVX31 Sa010(10N00 N o 061 PH1e41M)�asb Sllbl30 WJ1810373 104x1 g O ia' 669ECI `if+ roul saainlag leuoIssaymd uosueH Il S18HO SI1d2100 {o .1110 .. �'Hf l]°Ntltl b00bbtl3U� fZOZ'aul saaiva5 louo;se-aload uosuoH ly u.eJ® z y.,.................... (OaoaGNOG) NOS�' 133N1S S3ldV1S Ol 3AI80 OOOMN(S r�W �- ONV/131n08 S3dll NOUINOS30 AB 3M 'ON NOISM8 NOI1dINOS30 M MV0 'ON NOISMN 8«v«v000 _ 0 hU9 2 b " + 49 p u> - � x Q "oa $ ..z M' " $ " n CC o -� ^9 Q W aa_ u t! n +2g 1 wwuj r, LAJ + 8...�.. .P a xl...... ............. N° v w N rEy 0 �So1 1 gw. S* g600 W. kitnu l° °0 co ++ oit _ >v v.+ c R`°160 °o 8+ *ov° - 80� b$ o8�a b 8�°8y6 65 °�v ° a " � o €v - fi 6 o" 0°8 v 1g 0§ c �ga g _ v oc c "�w�c 1° rM OMF a�6 ° +a o€" _8LL� 6;88 tO6O° v 8."� vo 0 ° IC2 11 o u6 181aid v wo o`+ya" °k8 ° n56 # J�' v m_r a o L. so 6 90 c�s- v v �s o $ },sks o g sod` .gN W Po m ksg �$ a D- x 3oinbaE C So °00" �b ? S vara �m go "8 aJ« �S-C� . a s,° °�� -�: o " dreg avoa Suri" t= s =x€ ': o °v" ° €- s .:> °Oh6o� v a a6 0 °& 6k Sc�05=' o oz �$v' _8 o fr�>«b °z a w 8°=". N lsz o =$ °g ng- way § S. a6° � <<ko oo� a 'as o sCVM 'a ss6 �§�I-(m b it b ggwmj �° Gb=='= o ac + s xg a ski p�1 s 8 'gig ° f tl "8 s ha��'fio b " 626 $ 88a� abb `soS+ :_ tots °rg fi` v :'b: av '°moogoao w o fi Rx of Os€ °`° v sage � " o b c + _ o'w �5c E— v -v°vv' o+= S. vmo = U-v 8'6 5aaa 'a0 .+ 8 g-8a� =` 8` 6 +na 0 Via._ 8 68g 6o v gdo g > 6 .v WPaNgty sone €avI°� t5>n $ ='nmv' v Aga n 1 so � g0 910000 $ `�o t_ ._ Dov 1. sy -- + a� a00. � gps a go "w and dqv P" 5•_+11 8= + x � g $ 'D 80 " "fi.'-8`EH ° ° S 6 ° 8 6g•-tl88 m 6 8.6 6°0ua " 0o fi v" 8v8.o a ° 8 fi8v SE 8"+ 9 8§ " °a «€ _O+y`-+m 'g `"6+ ° fiv°o- vL"F sa8,o "�: "� �' - ��sw "rg6a . o `6v _ � 6�s wba +fia- m z - €bbv �� b Ooh bI-- .12F a o v�d80. '_+ 8=- +"._ ° _ & � h0 -- .0 € g°b v` w 8 81 +s 28 g` Mtso § v8€r So w° a '_ _ °y �._Lss P€ �6=vat d 6x+8 ° 3fi ° o # § .1-62 - k °8+° 80._y g 8€+ava+ 8" fi8oyooy i > t+ a v ❑ Y. a 'V - 'EJ " ._ u C`E L�•-fi?.. ov` a m "a "88`x" a 0go § gaN E� o8W. Vs Y J r-Piu - O - _ U u - °C Ou=iofi>= ._3 » E+u 5 Ns W @ < Ua O 80'` °6 E,.88°8 ;8> _ �. „o °.+` 180 - 4<S �.` 80 L. 8a. +°° 0°o.ad w 3a'.8v b°" ,8wg,._ 8 - Pr° °° u tl fiv8`ufi€bv»°u " °a€�' v§ M a°h• $ o a€° c"g o "+ fia8`,ob v o" LL uFou pa.+an110-1 t ;bu3 6soP1+ai Paualsaontlo6.+ R PaoouVoi oeppax{uli A{o estln3 NaItluVi05/10HW uaal-1 k a1n {o uawON 4 a6un 0 0 z13311V103 W m [ZDZ OZ I NA Q3X3N>71 OMO'SINLi(INOI8103➢-100%L HS QtlO 006ZOlOZ SBOMZI (� [ZOZ OZ I 1 dO NNYdO MMU Nd IS8 NO'ZZ NM BZBZ 0 I N1 N6lVl 0 N3%13�ei sao!n&S 5uuaaut5u3{o ;uawpDda(7 Go �F e -�sNlaaaNls M o` 1VgZ—@i'i1si1NoBnddoZ) SV"X3153Xoe N o valeNllro�lasn ON/IONJ S-7IV130 WDI�{1,J313 100x1 O iam. 669ECI `i++ 'aulsaoinlagleuoIssaymduosueH US18HO sndHoo {o .1110 .. i o .:...................: I r...... �'tlf l3�NVtl b00i1tltl3J� fZOZ'aul saaiva5 louo;se-aload uosuoH 14 Y Po® h � +6"'' � �'..' 133N1S S3ldV1S Ol 3�Ia0 000MN(1S � a ti <�t„'�.:;> NOS c caoa/oa/lo�`��-�' ONV/131n08 S3dll o; 0� NOUINOS30 AB 3M 'ON NOISM8 NOI1dINOS30 Ae MV0 'ON NOISMN a v.o v a s av s UJ X o� o 0 g r tl a� -- a v o� v> a� �._ a 2 g7} c ct: W >$ : g go F OC ov o� �c$�° m 5g w ° . v 8` U §5 30. �a1a ZE8o °_ 0 €°� Sd A � € L P o°U �o � S•o v =- + NN8 Nva o IN $ a ° $ $ a °. .. via ��v v N a�'� oo `vo $ $: F°Sov� o ° U a b�o ° h° i cc c � ° "o $0+ °+ - co � 66 &" 3tEo - m �n. 0. � g aS a4o w a ° o€o° ° ° "o S€ po 8 €°$ °>. _°- o v _ A w X co d ,v M a' of ni r Q v; vi W a o (.................... .......� m O 2 L............. s t3 -8 e� a= o w> �c Sia q o 10 8 �� I 'p 8 EF AO - � u €a .° -. Ell L 0 d$ x so �d� gg�ga `$ 0 o-a, z z�° nwa o 'v ba v� z ti v ° fib v 5 O 2 1 0 w z . 3 wv g V 8$ g5oo z v o z e d o m x x I v n n m II v m m I I � n r vx« & x z ul a Vba-$E W z ry ry rv " ry X O - - m o $ v a x n o -- ---- w "1 -• C7 s �.+ a N 2 d O o ❑� Ir I Lry w w a a w W sy+up y Duly loser sa6ounp r nsa.i pul a...... ° oy siup a„ 13113 Auo yo.cyuo.+.+oro [ylioa{BVptlsa.+o saunwB110aolat.auy Aa pau.w s ploa�oye 0xuprty ow® ulo 131V0 pN ea{ipold 6u{saau{6u3 � s u �1tl3WItl�J510 0 W m [ZDZ OZ I NA Q3N31A>71 OMO'SINLi(1NO18103➢-100%L HS QtlO°06ZOlOZ SBOMZ�I (� [ZOZ OZ I 1 dO NNYdO MMM Nd ZS8 ag'ZZ NM BZBZ 0 I N1 N6lVl O JAN 22, 2021 952 PM TORE01A08 I:\201085\2010248 )CAI) \ROAD\SHEET\TXDOT-ETECTICND TrJLSOW'C DATES FILE: LAYOUT 0 /20/2023 DRAWN 0P/DT 0 /20/2023 REARED 0I SCLAIMER, of WY Rind Iss tad 60 of 20000tfor a s purpose whatsoever. n 20002 es nn P 500051011 try Io w ersion of this standard to other formats or foroIncorrect results or domoges rewiring fronoItshuse. 9 1 vA LA 3r < n n rn XI O1. mea -Ir m prig ao 1 va VoVo R 01/20/2023 REVISION NO. DATE BY DESCRIPTION REVISION NO. DATE BY DESCRIPTION LIPES BOULEVARD SUNWOOD DRIVE TO STAPLES STREET (BOND 2020) TxDOT ELECTRICAL DETAILS SERVICE NOTES AND DATA CITY of CORPUS CHRISTI TEXAS Department of Engineering Services HANSON O3 ovrahi Hanson Prolessional Services In 2023 Hanson Professional Services Inc. 4501 Gollihar Rd. Corpus Christi, Texas 78411 TBRELS F I ENGINEERING F -117l SURVEY E-n0a 500 fav„ g o D adoienu3 u6igroo0 02E-461 D-A492-2EOFB27AB587 n w m ELECTRICAL SERVICE DATA a e gg ELC SEW TY T 120/240 000(NS)GS(N)SP(0) ELC SSP TY D 120/240 080(NS)SS<E)TS(0) Electrical Service Description ELC SPY TY A 240/480 100(SS)AL(E)SF(U) :R� > L 8 Si.. Controller Luminaires CCTV Branch Circuit ID Lighting N8 Lighting SB oa moa oa�;� e Eo 01/20/2023 REVISION NO. DATE BY DESCRIPTION REVISION NO. DATE BY DESCRIPTION LIPES BOULEVARD SUNWOOD DRIVE TO STAPLES STREET (BOND 2020) TxDOT ELECTRICAL DETAILS SERVICE NOTES AND DATA CITY of CORPUS CHRISTI TEXAS Department of Engineering Services HANSON O3 ovrahi Hanson Prolessional Services In 2023 Hanson Professional Services Inc. 4501 Gollihar Rd. Corpus Christi, Texas 78411 TBRELS F I ENGINEERING F -117l SURVEY E-n0a 500 fav„ g o D adoienu3 u6igroo0 02E-461 D-A492-2EOFB27AB587 e��1z N3%,3�ei sao!n&S 5uussui5u3{o ;uswyoda(7 ro -�°rvla33w� l�aecsexai'Ns"yatl"°,°Z) SV"X31 S310N aNV 32�nS010N3 � N N Yo6y va,ealro� asn 300a3S STV130 WDI1V10313 lOaxl g O %get' m •, r+ 'oulsa ndagI...IssayduOsueH USlaHO sndaoo io .11l0 .. o ..: �.arl3�rvva vooavaiet czoz,.i =!1�as 133N1S S3ldV1S Ol 3lQOOMNnS WNOSNV' ONV/31n08 s3di �- NOUINOS30 AB 3M 'ON NOISM8 NOI1dINOS30 lill3LV0 -ON NOISMN N v _j O Vf '4 c w 'q. Li H '�'•'.. �—' z a ' a Lgi 41 z LJ > 8 t1 g Zj w uiLLJ .y W V1 'so l 7:t ,; fiis vu ot` 55� Mo - _ Y W o O — =o N V mu �.� � 5c` �fig 'od1g8 I OI — w I� I aN a a g s w L -J - Q(D i w a w zea oZ E m= IL , . ---- L _I mI I I I I = w Q ❑ " u w 1— w a �W w W Auo yo.cyuo.+.+oro oN[ylioa{seuao{pispao.l+d o 6us{asaunau{6u3°soa.lar.,auy Aa pause�06 sploa�oye 0xurtow® 113311V103 y u �1tl3WItl11J510 0 w m [ZDZ OZ I NA Q3N31A>71 OMO'SINLi(fNO18103➢-100%L HS QtlO 006ZOlOZ SBOMZ�I (� [ZOZ OZ I 1 dO NNYdO MMM Nd ZS8 ag'ZZ NM fZBZ 0 I N1 N6lVl O e��ta N3%,3�ei ssoin.r&S 5uussui5u3{o ;uswyodap co F A -�° —Nv -.e�ans uv - - agLsexal'Ntl"yes"°,°= SV"X31 cis �8 3S S3d l 1ZfOddnS N Yo6y PH1e41PD rasa 300b3S STV130 l DILL03-73 looxl Issg O ?d,..%gee 1' ., r+ '°ulsa slagleu° aymdu°sueH US18HO sndaoo io .filo... .. o rl»N avooa aiet oz w o;�yo,d os oN w y,ro® 133N1S S3ldV1S Ol 3/Vao QOOMN(S WNOSNV' �- c ONV/131n08 S3dll NOUINOS30 AB 3M 'ON NOISM8 NOI1dINOS30 AB I MV0 'ON NOISMN 06 v) •del s :. dB 4 pC d N� 0CJLAJ o � .- m "Ov W Ir j W W ggF P v+ rvD vwi -' o °' mo v �ry S °h w 083 3 3'do� v10Q w 00 a o°$ mo-oo- n- > 30o ist n $ } T $ II -11111 O W /J 0: W z I. = Q tl01 n o 0 WI s a+oN I o ¢ W ��--- - Z U+bual+log aoy0utl x w w m O > o ¢ n uk•+� 61.11 W a� I- w n in w u'bon��`3mv u ooamnxp' u r W �. � � \� ......... co }....... ........ ......._ '.:v .. Q a t vim, a Y^----- N w � N D r ;a°a •0 W ry N o: °ok„ri _ m m w _ o1� 1„ J ry 'dAl..09 O-oOL� 0 48 v ry ��� o_Mp °. +a , n L a 0 e N ° '> > 4 o tl rv` �a tl w z I : o ea na€v osS gyog§ _ "s c -C axsMo ILIaoo I clsodrB Cvi`ia V) c _ m aE.-. Yam `•,� =-r. o. w v o ao U awLan$� � a$ tl �g `_ _ aW Iw J r m o. > a ° N 6 �SVmioi }u. °@tl-B 8CP LY. t go—NO� O's i A� b fi L w.u- Z W V_ Q W gl�mu off + +°-�+ +G '''6 wU4_v+J s.GP+1��8 v� i$ 2 N ❑ .zdL Gw - �iO Cv4 n> u30D ._ LO O _ w 825, + .r v as D "s - �� gov 'sa _ g. � + + + c W a s+1 uq k 6utilnsal sab0unP s ngP.+ slow o of s141�/0 13113 uopa.+anuoPaa 8111{a:auoasag saunagail°sxl i asod.+no R iigppxlPA�P ! tH z31V0 Fu {o w0a.w.x oN ..iatl .i o.rd 6u;saeu;bu3 o al.,ayi Ao Paulano6 s,Paoou0l a{yi{° sn etl3NItlV510 0 w m [ZDZ OZ I NA Q3X3N>71 OMO'SINLi(fNO18103➢-100%L HS QtlO aO6ZOlOZ SBOMZ�I (� [ZOZ OZ I 1 dO NNYdO MMM M Nd ZS8 NO'ZZ NM fZBZ 0 I N1 N6lVl O 1 N3%l3�ei ssoin.l&S 5uussui5u3{o ;uswpDdap ro -.. . _ -aswaaaNls ca-z!a�ans ur aecsBxaPH1 yo)N oat SV"X31 S71b130 W31SlS 1YN91S OId3V�11 %gee 11 pd4r1 '-NlsaoinagI...I.sai°;a�OseeH IIS18HD SIldHoo {o .111O 1VOIdu S71V130 WOI2LLD373 IOaxl o ..:iet czoz _ .a .arl»Nva vooava '��i =!1�as V133N1S S3ldV1S Ol 3Na4 QOOMN(S WNOSNV' �- c ONV/131n08 S3dll NOUINOS30 AB 3M 'ON NOISM8 NOI1dINOS30 AB 3LV0 'ON NOISMN J � 6 a 00 z _ ............ J 0 " z H LZ o D �— g +4 Q No-,'a, € Wt1Vf WO. v� 05 .60 �5g w is u-w J ow z> z uz IIIIIIII a LL z a ob 8� w z FUO � fav iv uj Lc I C av 5 o€o 0. o w�� J "w b $'per Eo O a$ z > w >S c-. Z4n Q o o- ~°6La no` 0 .1-� C.1 g1L 7°N -B U m 1o ' °.L vo8da mN €�°tea �fi w vl '� o"a.`y� o = $6-"- ���` ��+_ •-� " von ': 1"�0 ❑ a r5� "h> 4 hvC. 4g ° _ w a S ad S,p°s as Y8.N. W sa+up y Dull inaar sa6oudp r ossa pul d u o� siup a„ 13113 Auo to.c�uo.+.+oro [ilioa{suopsa.+o saunwB110aolat.aui Aa pause s ploa�ole 0xuprty ow® ulo 131V0 oN ea{ipold 6u{saau{6u3 �06 s u �1tl3WItl�J510 0 W m [ZDZ OZ I NA Q3X3IA>71 OMO'SINLi(fNO18103➢-100%L FavouW73j.,SBOMZ:I m [ZOZ OZ I 1 dO NNYdO MMM Nd ZS8 ag'ZZ NM lrzu/oz/iq m IN6lVl 0 s ,dl '"'yr oo ee-1 n3nansiLle-1�rvl=�aarvl�lvais�3es1 saoin.laS 5uuaaLg5u3{o ;uaw}lodap CO aatsexai'nsijvosndiao S1N3W3211(103d1 ONV S31ON Wa3N30 P CN o N 'f PH1.41.9�osn St/X31 N0110(1Z11SN00 CNV 34V01N2�V8 100x1 6aLEl .>ilf 'aulsaol—SIeuoissayolduos-H IIS18HD sncf800 do .1110 H ..:...... ....... fZOZ uul se,iueS louo;seeload 171 77717-0 ...... h r FoTllanw 3aololn _ = ry o W �. NosNVH 13381S S37dV1S Ol 3A180 QOOMN(1S a 0NVA31nos S3dIl (� a NOI1dIaO530 Aa 31b➢ ON N01-8 NOI.1-30 A9 77 NOISMN Y O � C V1 •° ~1aJ Z � Pi 0 N w Z~ O C V x Q J ^ w ' Z.4 r .xr W W v= E W ZUJ� Q Q Q N P k O `Oi m 1 E�aa nEl]O 0 a aD O 7 O CO O C N O O Oa•- NY a L 5a L •E y,D g O o O o 00 +a-§ - 0.T Oa01n 4 O ¢a = V) 01C 00G -O O c d a o o o�tl v+i wt'a ° W .co .. o a la O p ti N D p a O U S -O 0 O ti J y 0 b W p O� O O 0 +OO O L 0 Z Z O +=zOv° o z o� N a 3 o g N O u w N 0 0 o '0-t— 0s W ag mL N Nz 0 a ¢O a> U D W 4 04- O+ OJ OL z p Z a N O O DO yW! N w w E Z. WW W 03 W N+ w0 W ,U G9 {= r . z z O w 0 OW4-OOL N O ¢ OU= O O O •�-• V Z L#00 UP CO N ao U O 3 a s FC C04.L W pPgCg++a 0 0 ¢L' $ P 'ooN +ON J tt W 3 0 g aoa •- r n + a m N c a UO P O O o g p 0+•3: ppCo M a _ O aO• N O-E N 0 a O•- W O�N n >. a n L C O N 43 -O D Y N 1$l O•-L na0 L G C ON a PL a d lWlO2,{J�Q%.S1 OaaC-CL-a-LCaa 0tU-• 0-- 4U-Ua C- as -L•C G �aaLL +LaN o aNOE +N.•wUL O a C +v Nv wa O- o a O o-C#wIx-a vi •COT- OLC0 C-GLN L O n - an D+a o+ +o Pg aO L OU •-LONUa>- L+0aaU .- 0L DO OL •oua O OJC EJu an O Ix O L c D a + - N .O+ 0 OO GIaox0NW LUG N DN S . aay a uOL Z O 000 PO OaL O +N DPO WUNOP•OLO+ CC C ¢ Da•U 10'n aOcawOZJ _ CW NFWW�p,p+H=4-Q UmNCLaaa++L��jl•+DOOoOU-'ONNNa c+0 .�0aF-Cp0N D-O--Oca+O0+ C aGa)•4Pa-L+p�a 1 1 Ng-Z4J•- P-0-d DN}O+G Gn•_ *J-a a •bPaU_gC aFa�Cm�O¢.3La b-OU+LON -O3a La .YC IOO1aEL O- 0 O L a x G ONLO++ - wwox •LL0N+-U- Oa ¢ Ua + ++ N O bb0L•-I O+x C + 01aW+ D 0/ naD E0a . OC COa0 O NQ0n0O O L 0 L O+ §70 - OD +O 0L+ PPzTo wNC 0 oOLO0 + +yrGmP•E ma.01C •C'&OsO'OuryO G C O DIC aOO a O PUO LC O a WWP o - ;6,w G + E00 Ow30 CC+ w =LbZ0 L•# OOh O 0 r b /1 D P O C¢O --wo'n O - ca- Oc 1 .0 N•- #+ OCO+LOO# 00084 0 •OC-+O O aW OC•UE bN c E O O4G L C EU + a OX . .LOO- -U-O• O - ZC aO N C 0D .P0 0'. NG- Ut rmmQmWNVQ❑q_Q ZOF=HqOQ4m uCUOL-�'O¢oI--+WWWWa.•L+DLaa-~.-COC -2. -a C a--C 2 EC -N L.+OON CCaCS+O?Od ¢aONP•Pw� a_aLj-+C•+LO¢ .+GUTaalnLOO 3+Ua0TbNY-•UtC_V,hO-..Zti'iDKIQa-°+O+a0a IG aa0 OO O•C O -#—Ow" O a¢ U 01 P O OD O ¢ C O O Z = CN a + U -PO Ca-U> •LDqEOC--J- .NUULO¢O POCO} cC C E• Ga a+O O a 0a a>aO- `Oa OPO L O.'Ow? -O GPd OL CO Oa U a 0 COLLO - - —C O C L -•c4O•P•c POO+ a OCPLC- D — 0 OD LODC.a C•P n ON.0 01 Ls w.,-. MO O G + 0.- L O00 ¢ G + O •- C NC O C+ L aC OL OO(X + a ¢ 0 I0. aO-+U L+ - P t UPC O Ub as C" aN G L O c C+ u a 0 n0 00 Pq C O +3 bw Ou 0 O+ iNO 04 c O . UO C 0 + DaWn #• p0 + UOMpp0C WO- b 0CO mttUZ1 1 C§aq¢¢0N0Lh c a0O0 •-va C•?o w 0 DCL+ C N4OL QWaDp OO L 0-0Z 00+L Ch 0U 201 O•u C 0- OUp a0 -0•N�CLOc+ § + OULGGC L JaOa Ua U D C OW G O O > n00 0± c OO aa NPD Ono #-v' 0 a OotO l +uOE+ ovoao O .3_ . L IL• 0 v a t b o a•N CUDDL b +•- 20 -G- N T C c-n OO•- c O-O 00nU•--C CDD POL OPN y 0 U.- UO P a aOLD Na0 2Co N ( DU4wD•- D NNO s O � mWW E OW a DZU D Faam aZ L O aOL OL Il 10 n CO•- L Fa ' I-¢ 0 •-• L q W p i xu�+I nsas saBoaoP s .WPUP+S nlN+a 3113 N uolsuanuoPays{�i;q+!I!0!suo0.sau ou o+100x1+ loux.+a ++100x1PF0 aPow 81 Pu1N 131tl0 > Ruo yo Rauo.l.lon oN „+ora,+pP.ld bus aausbu3 so al..au�R4 Pau.la�oxns,P-puo+s ,u+so aen W, [ZOZ OZ I wA QiN3N31 0x0'NONOnWSNO0V3Pd]R➢NB-100%L HS QIO]SbZP1xZ SxONK II (n fZxZ I d7 NN`MO TABIP1G10X Wd Z6C LZOZ'OZ N1T rZU/0Z/lq wA I NOAVI O JAN 20, 2023 302 PM MURLD1903 I:\2(M005\201.02490\C•D\R0,1/1\MlRT\1OD0r-SenCPOERCONSTRUcn0NdlC LAYOUT 01/20/2023 DRAWN W/0r 01/20/2023 REARED 01/20/2020 DATE: FILE: DISCLAIMER, orino Tns noon 0ran,-oetl b s a ng P rini y Noar w ebonn this standard toother formats or for incorrect resulrs or damages resulting from its use. X Xg 8 2:22o h 0 0 0 0 ' g +�;> g82, nogg NNN$ �h� 0 og,o S' o g. Co CP cc 4 REVISION NO. DATE aY DESCRIPTION REVISION N0. DATE eY DESCRIPTION 1901Z ( 103roaa AID LIPES BOULEVARD SUNWOOD DRIVE TO STAPLES STREET (BOND 2020) TxDOT BARRICADE AND CONSTRUCTION PROJECT LIMIT CITY of CORPUS CHRISTI TEXAS Department of Engineering Services HANSON ®Copyright Hanson Professional Services Inc 2023 Hanson Professional Services Inc. 4501 Gollihar Rd. Corpus Christi, Texas 78411 TDFELcs ENGINEERING F.a I; ISURVEY F-10009,10 adoienu3 u0igrooa Do D 02E-461 D-A492-2EOFB27AB587 o 0,00,o,1,o 0 og,o ..Sati n, A'> REVISION NO. DATE aY DESCRIPTION REVISION N0. DATE eY DESCRIPTION 1901Z ( 103roaa AID LIPES BOULEVARD SUNWOOD DRIVE TO STAPLES STREET (BOND 2020) TxDOT BARRICADE AND CONSTRUCTION PROJECT LIMIT CITY of CORPUS CHRISTI TEXAS Department of Engineering Services HANSON ®Copyright Hanson Professional Services Inc 2023 Hanson Professional Services Inc. 4501 Gollihar Rd. Corpus Christi, Texas 78411 TDFELcs ENGINEERING F.a I; ISURVEY F-10009,10 adoienu3 u0igrooa Do D 02E-461 D-A492-2EOFB27AB587 s ,al a' rr 6o ee-a n3�ansiL�e-a�rvl=�aarvl�lvais�3es1 saotn a5 5uuaaLg5u3{o ;uawpDdap CO p`�' o s' y$L sexal ilsijy3 sndiao llkM 033dS 3NOZ NZIOM P CN o : PH lay 1.9�On SV X31 V. N0110(1�11SN00 0NV 30VOIN2�V8 100x1 0 O 6ELE6 .. If 'aulsaaI—SNuoissapyduos-H IIS18HD sncf800 io .1110 Z O1lIynW 3�J01�IA fZOZ.cul se�iueS louo;seeload F 171 7771®7 '�^^�—` (v O W......................y� (06-0z GNo9) o 3 �. NosNVH 13381S S37dV1S Ol 3A18(7OOOMN(1S a ONVA3lnos S3dIl (� a NOI1dIMOS30 Aa 131b➢ 'ON N01-8 NOI.1-30 A9 3LM 'ON NOISMN � e t N N tiNQw F� tet' N k La ' 6 W x caLaLa ti o� M ti i W N yy �N k Y o N E - w =O 3o NaQQ o Lnez E Ln o •E n $ — _ o y� � W > v °L � - _ 'sE C } 0. c g�8 ° Ia Na s w VC1? 11 No aoa a - n sg `N O NE 2,-0 L o L �� 9 W voQ �� LL. o �m�ow 48 F— w o � }�L � V Q c u) + 0 N CL o o' � $o U) ooq — L at � (o •� E O '7J �^ v 0 10 t— _�2 �' _ M — .tt IT s N aoh�o gra �9,0� ¢8 Waw_ $� �a -tg ac8 �'E 9s s Q Evo? v� � a �3O o V �K o = w o c- o a T "g a 0 a Z\ c3>� N` goo Fo o .1� LL gffi fr.„ p `o "o 0 0 w C) 0 uRaualtt}aoanuoiutlaR.wn.ioi R suotlsaa a saurts '13311tl1Ona. .. Rq 1-1k ON tltl_!100'd 6u!'au16u3SOxal..—Ra "Ob s, ig , a y a t W o�N3W1 tl1J510 m [ZOZ OZ I wA QiN3N31 '7x0'NOIIJfCll.SNO]V3Pd]R➢NB-100%L Il5 QI]]BbZP10Z S90MZ�I in cz6z oz I ro Nxva6 walmxnx wa zcc aoz'ce xm fZ6Z OZ I wA NOAVI O s dal a' rr oo ee-a n3nansiLie-a"rvl=aarvl�lvals�3es1 saotn as 6uuaaul6u3{o ;uawpDdap CO St/X31 pc�' "i o st roaL sexal iIs g3Indiao S31ON NOIS AaV�VOdW31 P CN o : PH1.4 1.9�osn V. N0110(1�11SN00 aNV 34VOIN2�V8 100x1 0 O 6ELE6 aul saaln a$Ieuoissayold uos-H IIS18HD sncf8o0 do .1110 171 77717-0 ...... N '- FoTllanw 3aololn _ = ry o W W NosNVH 133b1S S3ldV1S Ol 3AIa0 QOOMN(1S a 0NVA31Oo8 S3dIl (� a NOI1dIaOS30 Aa 131b➢ 'ON N015N38 NOI.1-30 A9 3LM 'ON NOISMN cE ui-o ft 22 o gg6g � o60 e m $ g a °`° fig g x. 's x ^4+ - I g �14�'€6`8 6 - k 8� E g � �$ - €9 �gk m " & «'g � E> g �g �sgo$�g x � g' '"g $ � e x fr� gg�gg� - � �s.�Eug a§o=;- Ells ag• x d re x= 6Ek d � a :" a .�� o� g €. � d �gveaa.6 k_ Sg sxE o. -'g»ggg = os -° a� gd om: ""� • .g- ° g m ° r-k %6 vva� w&n2 «"ykp 8" g sxg $.-"_ � T a��o�= =v"a: _ va. -« k._8 ` «`o.=gam 3 "8 ggk,m " >._e'^ 8..' 8w6,`m,g � €a & am�`k.'.8� o-$ spat � -a==s a o.� o -w- S pRQen ?=J� 8 "_ - a"gig° gig ° E"�E59ga��mg�8'«€ §oTx•`- g 3 cFm° .- °"° a�. - ga dng vvd vo `gv2wdg€.&., fi x=sv` ga kaad a« 25",- sg� 96Ngsm �vx € S ahv gg €o s€g t€s s xxm sh mmo "weg @ d sag � g -P, " sm=a - °x:- `-a <<o gvmk hm a=g» °syg €oEo.=xd°g gx mx a=. g? w ga s-�#" w=" _° "oaoa g�ak 'o"g k1- > 589 a_� g =ogsd'kk mq°� s h �aasokoE`sao " x "gg:aWW-sighgW": easgrs-x'ag8=°# ;. F % "g " k gp p`s ° gko• - € a xsg- -°$ -w a gmx " s=PA.- `s ``sfi`�«` -gF�a� � p���= o $'wo, -� C ° off o g § �gfio x ffia LL� g$�s�e Via" €°owoaSoil xg 8"> ,,, '`.`... W o$. x k §ogo`D xb k o•a o � 2` 'oo a000d 2 ="54'. a bks axxy» gsk o .22 cc S 8i4 az axaa awl IanP1 k� aQ o(� g� @ Ew �1 vow N xs g kd ��xx o gk vg H,8 g4' oo-"2 z oso E Rau i3 7 LL e --_ __ � NPS€om€ I, —N -� W o axpaawl P1 � g _ �M an i Bu!ylnsau saeou�o sylnsa�ya aaow �o;ao s uu.ioyo aau+o°y pa°pupyx 6 y eo 311a .6.3 d Is�anuooaa4ay�o !!q!auoosa� sa 00x1 an qm asoo u �0 00x4 Rq aeow s!UPUIa RW}O R+uRalax oN R„4ptl a,ygO�d 6u!�aau!Ou3 oxal..gay+Rq pau�anoxyS!Rp�opu0y4 +}o g W =adrvivvs!a m [ZOZ OZ I wA QiN3N31 0x0'NOa�gWSNO]V3Pd]R➢NB-100%L HS QI]]SbZP1xZ SaONK I in czxz oz I ro Nxvaa wxlmo!nx wa zcc rzxz'ce xm fZxZ OZ I wA NOAVI 0 s ,al )�,;r r� ..'a' oo eel-an3r�ansi[lo-a�rvl=�aarvl�lvals�3es1 saotn ag 6uuaaul6u3{o ;uaw}todap CO pc�' 3"i�s? aaL sexai ilsijyo sndiao l�loddnS N91S WDId/1 P CN o : PH 1- oo9 poen St/X31 V. IeuoissJy ld uos-H IIS18HD sncf800 do ADD NOIlSn�11SN0O aNV 3oVolN2fV8 100x1 0 O 6ELE6 .. IYf aul saaln a$ FZ 011lynW 3�J01JIA fZOZ.cul se�iueS louo;seeload 171 77717-0 ......................y� (oLOZ GNo9) W 3 .. NosNVH 133b1S S3ldV1S of 3Alao QooMN(1S a oNVA3lno8 S3dll (� a NOI1aIMO530 Aa 131b➢ 'ON NOISN38 NOI.1-30 A9 77 NOISMN w x t YYIYY&Y ZOh moo" — � g 5 - �Np� H l� d zo$ p oh�w t9 - as g h o� c N z 0 w a w x a m W meg.» s.� ° a €o xs m� ... ..... . ..... 0. rylz m h b. ` 8 S m N °maxim m� �frE» s �Sry g' ir 3 «x .. a� $off Yn � � b8 7.8/1 OZ N L g z Z w ° x _ h -y F W3� Y 6 vyew I.—w h W ry — V a � a &_ h "o N a o _ _ry rvo w "d'v a ^gv o9 °g p * O 6 W O o CL Z W - LAI LA 19 w g#b'ax w -- - � Yh2' sa6..: �o/ .rol slut'y :3'Iia N ua ls�anuI!a!suoasau ou 100x1 4-11 -1 y a Ruo uoiyl00z1o�G aoow s!Ou!y :31tl0 > Ru0 40.Sunaronuory R-.1a,i ua Bus aaus6u3 soxal,aaui Ro oauRaoBns,p.+owots ,ui i sn au W o®N3w111JSiO m UN OZ I wA lQiN3MO'NOIIJfCll.SNO]V3Pd]R➢NB-100%L Il5 QI]]BbZP10Z S90MZ I (n EZOZ oZ I d7 NN`MO TAYIoIYIOX Wd Z6C LZol'OL N1T fZBZ OZ I wA I NOAtlI 0 s ,al a'�rr oo ee-�n3nansi[�o-��rvl=�aarvl�lvals�3est saotn as 6uuaaul6u3{o ;uawpDdap CO pc�' 3"i�s? aaL sexai iIsug3 sndioo 37BV30NVHD 318V LLIOd CN o :`'' a ,'oti PH lay 1.9 poen St/X31 V. N0110(1�11SN00 ONV 30VOIN2�V8 100x1 0 O 6ELE6 .. If aul saaln a$Ieuoissayotd--S-H IIS18HD sncf80O do .1110 FZ 011lynW 3�J01JIA fZOZ.cul se,iueS louo;seeload 171 771717-0 ......................y� (0z0z GNOB) W o 3 �. NosNVH 133b1S S3ldV1S Ol 3AIa0 OOOMN(1S a ONVA3lnos S3dIl (� a NOI1dIMO530 Aa 131b➢ 'ON N01-8 NOI.1-30 A9 77 NOISMN 10 z Ln zx 4 U �x x� m� mg ¢�xx W Oxx ry •�,,,,,. ���' N Ui x W < q N c Ccr `.. '4 v� s m (1' J-' 5 0g• h Zr CL =� S go <V Q aoo ow 1-211- � oogg'8'^d& C5 0 = d " xo wo i N- ww ego grwh€ J`���o g o N�" Ooto CL 2 z��o�� w LLo cr Nry mz waw _ - 0 W o J z �je Q+� .g'g' $y+ C/1a C c 0 W crn } CL 10 a mhog� s o bW - " LW J N oxsN.E " GLLW � * °a a ��a•��gg „�oE oo,�„ o�x Qo ao "Jo Qo zo dao �o = g �v x =x d g adso �'a .�.€off s vo � e"o ��_� � - � hm2p � _s��� � h$�wq -i plip �'�J�'= � g ig�g�� A 1 w 85 q Eo s.� hS%ffio 000 '3o bUYo i LL �� g g#w"""'-'e�.-p= p.o a a x=�o.�p"9P�=h"oge �� � o` ppm",.�¢spe�•�a-�": � gr a ~�wao E a°»ioaSgS�SSSB oosa gog ==o IT s$ sa6—+ oy _ +o/+ o/+ xps!uy y �3llf N ip1 i!0!suptlsa+ou 100x1 y +Rup+p1yt0011 app s!p— !31tlO > .(uoslonRpyuoasw oN ..ypV a,y +a 6u5 aaus6u3 so ai. ui<o oau+anoBys,p+opwys ,uy i sn aut W o®tl3Wi tl'IJS 10 m UN/oVid M IO1XZN31 0AO'NONOO1llSNOJV3Od]R➢NB-100%L HS QIO]SbZOIOZ S90NK I (n EZOZ OZ I d'1 INN`MO TAOL.—Wd—..'OL- lag/owig m INOAVI 0 sd ,a . �"'y,.a' ......n3nansi[;e-a�rvl=�aarvl�lvals�3dsi se�ln.lag 6uueeul6u3{o ;uew}iodap 10 � s? aaLsexal'nsiy�sadi°� SZ0103133�1 `13NVd M02IbY r N o a ms's'oyi va e4!II°� osn SYX31 w 68LE; —1s-wa$leuoissayoid-9—u-H 11S18H0 snd2100 do ,lll0 — N0ajn( 11SN00 0NV 30VO1Z1�1V8 100x1Out OMB) g H /..011lynW'3�JO1�IA fZOZ.cul seiueS louo;seeload uoeuoH 14 a<dJ® '""' N) a .. Nosnn�H W .: 133815 S37dV1S Ol 3AI80 OOOMN(1S i ONVA3ll708 53411 No—ma M MW 'ON NOISN3N I3LM 'ON NOI—N C UJ ,W o W =SHV Z k _ • • o °_ OW, N N J'4 a k o • • gE9 _ _ c 7L�+ N RM a wu eo �. • • • ��`'„ 00g 5 5 5 ;,. @ � •► I gg' 4 •.-�« s ................ Z� a` L'j ° ca a u,zoa N WWN dEgl o- • ••• S oi`r•P_+ 0: ga ° V. $ " Z s 1i M;!g' —22 ogR o ""-k g° od ds« o J v - N b E! sb � kU21 !§ �g��xe -o1 �Ekx�b 8 sxamb xHj rlcc P g me gaIt k E � fox o s �ogsg€a s _ Qox ? Wh § eD 48 ga WINS 1, gx �5 _ ut E WW OW " "To alp. mN� gg § SIT. Wo fi g g- oe�o ° � H kgs k `b9 '. 19 WON «gxgxx.k}c �� w �€�>< s•�`�k's z Egx°�s"�"fi' g��b�� o •$ '" = �bx � �a� +;v-gj k €E: Ji 1a AN I � � "xxw�� «� I g'fifi-� a = `all" ._. 'E'b " ° ab ° II !Sint SO kh €a�d� Q € Rig = x €s a wyans MIS w a h �5 '�fi«oo.00GD E � v o ff « m° yy r ,« 5h.h�«W SEE hoc. e«N u E€ a &E PH ": I a x abs k._ '{ x•b° LLJ h � .?&55 xaga u ocP' �e=ob 938 Z �°°�'§8cof«�§ z kw9'�",E §fi'o- Cdr v" k 8l� g� bo s " ° o eg�x° " " �v'=°-x� i ism in I xg k' x x°a x� -�k g b b .b o`I w €`o'EEfi�g end m" bsb 'a g_g vEgk9 °� oEd°s o E-ogF$ocZ�AbaN0 H �- I «o. � gpgx=�F_ g�gh@a� N a «k v 'cs_E „._ x o � h - = xQ. is xgdwx _ «"x« w $` x m E H�k�-fi e ' •gg h�fio k W _,.u„ . Oa 2 o ig 68 E6 gv o8tivikl- xb6 o m ;Yg X3 3 LL �«gfio`o �E:E gm tG o=SYm Rp�"b$�y °�o I I yy W HIM 162*6;H'5 0 a .311 N Osa Oaaui+°�i 6u;+l nsa�saB�i55s+I nsa� ana �umiaso°a ow i io+o o+p�Wua+B siu+to i31tlO Rupxio�Ryup�.+px�oj+ ..!Y .+ �d Bu;iaau{Bu3 p a1.1ay+Rq pawano6 s;p�ppup+s s,+i n W ayw o�N3W1 Y'IOS IO m [ZOZ OZ I wA QiN3N31 Owx'NBNBwWSNOBV3Pd]R➢NB-100%L H m oftz z sww:I in czBz oz I ro Nxvaa walmxnx wa zcc aoz'ce xm fZBZ OZ I wA NOAVI O JAN 20, 2021 202 PM NUA1111903 I:\101095\1IX0249C\CAO\R0,1/1\M1RT\1(0OT-S CPOE@CONSTRUCn0N.ONC LAYOUT 01/20/2022 DRAWN 4P/0T 01/20/2023 REARED 01/20/2022 DATE FILE: DISCLAIMER The u amara is g00ernetl b "Texas Engineering Practice A No w of an hind Is swag byt TtoOot tar any auraose w T000T o eresultbility for s ersfon of this standard to other formats or for incorrect results or damages resulting ing frpn its use. CO C) n 20 z14. rri r G Cl C1 11/ c i m < XI Cf C m {/5 y i M1 V H 0 co • N 4 0 V o TWa °o n- s�i CO 05 ON 00 REVISION NO. DATE 9Y DESCRIPTION REVISION Na. DATE SY DESCRIPTION 1901Z ( 103roaa AID LIPES BOULEVARD SUNWOOD DRIVE TO STAPLES STREET (BOND 2020) TxDOT BARRICADE AND CONSTRUCTION CHANNELIZING DEVICES CITY of CORPUS CHRISTI TEXAS Department of Engineering Services HANSON ®Copyright Hanson Professional Services Inc 2023 Hanson Professional Services Inc. 4501 Gollihar Rd. Corpus Christi, Texas 78411 MPG Lcs ENGINEERING F.aI; I SURVEY F.l oozs,10 adoienu3 u0igrooa 02E-461 D-A492-2EOFB27AB587 sd dal «"'yrr oo ee-�n3nansi[lo-��rvl=�aarvl�lvals�3es1 saotn ag 5uuaaLg5u3{o ;uawpDdap CO roaLEexal'ilsjgosndiao S301A30 DNIZ173NNVHD CN o : PH lay 1.9 poen St/X31 V. N0110(1�11SN00 0NV 30V�IN2�V8 100x1 0 O 6ELE6 aul saaln a$Ieuoissayold uos-H IIS18HD sncf8o0 do ADD H ..:...... ....... fZOZ.cul seiueS louo;seeload 171777717-0 .-..... M F011lynW 3�J0101A O W W NosNVH 133b1S S37dV1S Ol 3A1a4 GOOMN(1S a ONVA3lno8 S3dll (� a NOI1dIMOS30 Aa 131b➢ 'ON NOISN38 NOI.1-30 AE 3LM 'ON NOISMN 8 ISQ W K e "g V!W A zBvxN " Ana N W o D N 1Ew k 2«P 8' $\o ti W p C 1 '°b-. " q} xZ� p 01 z R..1 1010 _ �g GN cn 8b �k€6€ootlt8 - E W WJW t W W w e z e v g�����k����- .� co i o g55toi E$«i88ag -Ea. g ks ;g €o es N 8 €9010 SP 000 mo _' fr sbkg o €oa s x$ b _ M-9 8k _ w g� at` g�Nb 8 u E.. €i-4„g Z fµ.g°8 4g5°gpe g° 5 k'aa frb`o Z �. g5.h8 'oss =„ €€'=o°-S gb�E fi88 W = o � �}�gs...ogr;$- u, k .-• fid° �gg�” � u •� "og g- :P 885 o>�58fi "_q b z �-� � „-�•D" xb� m "s#""s s�"sbgE •F,___� %g gg gg odd`&&5 W kx$gkt'g"k�9$ g a Fpx IanonA aioq_.gpys p 9{9{I m o.g8a8 gBSko 'k o" €. "E8 xv ° "fr �oN: &` _oo q .°. ._ gE 0£gµ v$ c �do:=o°E 5 SEw� Ppo $�'-Y� D6.&E§808105 m ay o � o�v gaod� o�'d "oe stgd o o.6c�fi8o ' v4k�38vwb �om a d8��v" f- 'e o 6oekffi5g;5 gboo._`-mfr"mS ok allo _� E` tt � s koxao;ko90"; ad - k �`seoa saau� vsdo€�eaa .cox lanoly anago apugys;p' w o $a xw N 8 ." a =z .X - 4 m g a, LL > 8 Z w o LL W � a soli lnsa�sa6��o silnaa.+ s oa u o of ppupie slq+)o i3iva m °oU9l s..axua�sa Boa glsgoosa+ sso ioa•1 �oDisoo:4piq F yo xu°++°M pH ..i 0 .i +d Cu:+aau;6u3 pal..aui Fq pau�anpXps,p.+ppu i i a W °�d3Wi tl'I�S IO m [Z9Z OZ I WA QiN31A31 OXO'NONEpillSNO]V3Pd]R➢NB-100%L HS QI'J]SbZP1XZ SXONK�I (n fZXZ OZ I d7 NN`MO ZOBIO1tlOX Wd f6C CLEZ'OZ N1T fZ9Z OZ I WA IIIOAVI 0 s ,al • a' rr oo eel-�n3nansi[lo-��rvl=�aarvl�lvals�3es1 saotA as 6uuaaul6u3{o ;uawpodap CO pc�' "io SP roaLsExal i1slsndiao 5301A30 DNIZ173NNVHD Cv o :`'' ss�,'of PH1E41.9poen St/X31 V. N0110(1�11SN00 0NV 30V�IN2�V8 100x1 0 O 6ELE6 'oul saoI u S IVuolssaJoId--H IIS18HD sncf8o0 d❑ .1110 171777717-0 ...... V' F011lynW 3�JO1O1A ^ O y W NosNVH 133b1S S37dV1S Ol 3AIa0 QOOMN(1S a ONVA3lno8 S3dIl (� a NOI1dIMO53O Aa 131b➢ 'ON NO1— N.1.1 O53O AE 3LM 'ON NOISMN 8 b ' E hb ' bah ="°odP dd V F" 9 N W fV v'; hEsd6$ ��md W 6 §E `E 0 W W „ a OCO(so az it y w bb I{I ' / X baew c ! > _ - m ® (D ®a a - k �x8 � ko h R p xwX.ol •ol •x •ol > �� o0 ,sn $ - cmE v5 P�� 5" 045XPu0 o$ m Eo 3 a.§rvf hw �a 5..h k Esc�m' o df-C a8 lit k E 73 g u oo oad�dv°m .oEEht�, x \ vl y Ev�B�mg �p > ` g6g�o��h5it aito h F *I Z CL 2 6 a EEEE E'EE mv}e'&`«Q hk`c°E6k 11t_I e� app U 0 {tic V� ,aI y g66a 26 xw W I 22 �E -al __ _ ._mw °a � ... w m °s'm} o'er^ •°-° ` W ° mvmdra� �- � � g -oYmk a=aa W ❑ �� 11 6 rg» w" L 6 h6`�.g«€ •-6m6 en W w d Ozi ❑ v. PE g'3ffiw��E&-',g�g � .o4h °w5gm m •s a$ ave ❑ �« �o - gg� o a w v 6ag�g8mp d � g "Esg ,a_ a sCL e e oh m E LL pP°$wa88' o�: ho§-b°e�>€a hoCL «aa._„ I•`-_i `" ° „ vE k Ni ubui Wa+l nsWaa saBawo s+l ossa+a oau;1oi s .wp a o o+ op slug/a 13113 d Ols�anuoasa +uaos s ss l l6u3 losxt + au+soai" sl °Ix 131tlO R+uuuunnuoN F„+itl1a,+aPud Bul uaauxa.,aa4�Ra Paula�o6 puPpuoF F,1 Sae -1W �tl3Wi Y�J510 m fI OZ I WA QiN31A31 'JXO'NOIIOfCll.SNO]V3Pd]R➢NB-100%L Il5 QI'J]BbZP10Z S. 0 (n ZOZ OZ I d7 NN`MO ZOBIO1tl0X Wd f6C CLOZ'OZ N1T fZOZ OZ I WA NOAtlI 0 s ,al a' rr oo ee-�n3nansi[�o-��rvl=�aarvl�lvals�3es1 saotA ag 6uuaaul6u3{o ;uawpDdap CO aaLsexal'Isjyosndiao SSN1AaVW 1N3W3/Vd P CN o : PH Lay 1.9 poen St/X31 V. N0110(1�I1SN00 aNV 34V01N2�V8 100x1 0 O 6ELE6 aul saaln a$I-Olssayo}d uos-H IIS18HD sncf8o0 do .1110 171 717 =--C h F011lynW 3�JO1O1A W O W W .. NosNVH 133b1S S3ldV1S Ol 3AI80 QOOMN(1S a oNVA3lno8 S3dIl (� a NOI1dIMO53O Aa 31b➢ 'ON NO1-8 N.1.1 O53O A9 3LM 'ON NOISMN a o xpol rg ro m m w v a m m "oma Nil, ^ da 9 A o X08 v _ C f o� 0 2 a r U w > ♦"O w 3§ N W 3 w w I I luco & a 4 T. - c � � t SYol s= PM rt = m!Z m gpo. d•uiS dcoo _N fi W "r oh _ bboo fi._ 22 01� Qty o� `R«� _ �d•�t$'` � ho w �3�y�y m =o a II t a'a 5'P�g X fik U > ad n6� -As � 3 "4 •"5'x 'ga �E � m owm `1 2g s F " o E"g oo go'000 -6-av 89p g- 04. p'bvk -.2 a o8o �hx Pk > +q > m - o _g ia ss gag 0 �g N o gg g $�:€=E � a an a a '; LL w 0 i&+ylnsel sa8ouop rN :N y 3113 uple�an°poaa I!OlsupOsa�ou 100*1 y y000xl°6p aO el pupy �31tlO > Rauoauion ON F.}oV"!—.,d Bu!'—.6.3—11.IW AQ Paull-bB •PlIP 1 !Uy;o asN au1 W eN3Wi vlJS id m [ZXZ OZ I WA QiN31A31 OX0'NON3WillSNO]V3Pd]R➢NB-100%L HS QI'J]SbZP1XZ SXONK�I (n fZXZ OZ I d7 NN`MO ZOBIO1tl0X Wd f6C CLXZ'OZ N1T czu/oz/iq WA I lIlOAVI 0 sd ,al �"'y,a' oo eel-�n3nansi[lo-�orvl=�aarvl�lvals�3es1 seoln.las 6uueeul6u3{o ;uewpDdap CO SV X31 iIsug3 s°diao SN�I311Hd 0N1AaVW 1N3W3AVd P CN o : PH 1.4 009�On V. 0 O 6ELEl .. if 'oulsaauuagleuoissayo}duosusH IIS18HD sncf800 do .11N0110(1�I1SN00 CNV 30V01N2�V8 100x110 FZ 011lynW 3�J01�IA fZOZ.cul se,iueS louo;seeload 171 77717-0 ......................y� (0z0z GN09) W o 3 �. NosNVH 133b1S S3ldV1S Ol 3AIa0 OOOMN(1S a ONVA3lnos S3dIl (� a NOI1dIMOS30 1. 131b➢ 'ON N01-8 NOI.1-30 z A9 77 NOISMN " M ❑❑ a w OH 0 000 Jo a oo °0N 0 0 o 0 0 0 /� 0 8 ry ° N�+ (\,� " A 0 0 0 _ x O p ❑ ❑ - n o °O v 3 ❑❑ g ■ 8 N V Z N 00 O O �0 °O 0 0 0 °O ° o - $ N WN— Y ❑❑ o p 00 o a Q4' 0 0 „4 Ca CL 0 h ° n °° ' k } ° v W y °❑ V Z a ¢;'8 V e ❑ o 0 88 O W o I ❑° °E # w 114 z N p m ?0a t , w ¢ a Jgg W y. yQ vl 6gm gwmWg ' Z J J b 2 m p z $ w J w �'^� End 5 - p z V ya 2 J a o 4 a J mFZ - ` �w '�w o Wo v �v 8� 0c > 8 E z $ o aa8o-m°�- N_J m _oEoe=e o °° b obIb° I vv°° bib° a s g q o o o. qp pp na a N U Yo o �0 1 � goo ki d oo °o o o o °a r a o o oS z m F v a po o o. 08 &0 oa _ � a a W h QL—No = O & o S y # oo. T 8 8 ° -,go 8 � 'a CL I cc z zo lo ae Y 4 4 o p o4 40 °404 o� R'%S W W W oo S 8 A J C Z 4 O W I e N I I I I I l0 > s &8 W o 8 K > - a _ 0 ob m _ p m I $ d{ _ o Y I S g w g w I II� ad 44 44 $ 4 4 0 3113 }bu!1"os.sabou duo 511"sau io o 1. }uayio of eiyn}o :su!tl ss osx1 i um}asoaana Rpo 10;s s!4Rq s� 131na > Ruos}onl;w»on oN .'v .im=d bu!Iaau!bu3 soxal..aayAa pau'anob s!O�ppuois s,}} e aypul W °btl3W!tly'13510 m [ZXZ OZ I WA QiN3N31 0X0'NON�WillSNO]V3Pd]R➢NB-100%L HS QI'J]SbZP1XZ SXONKI (n fZXZ OZ I d7 NN`MO ZOBIb1tl0X Wd f6C CLXZ'OZ N1T fZXZ OZ I WA 1110AV1 0 '°deal saotn a 5uuaaui6u o uaw oda ro a�� a c-eee�1-��a siv'ais,aesl S 3{ 3 3� 0 eNI�33NI� ��tBLse%ai'iISijy3sNdiao STV130 � N o 61 SV X31 1VOIdl1 >GOM 1VN01S 0133VN1 1001 w O Pa�ay�oo�poen x g N o is 3 aul saaln a$leuoissayold uosueH IlSRIHO S(id2100 do .1110 � r..:......668E£L.......:..-1 LZOZ>w sa�ivaS louoissaw,d uosugH L4 u.<o�® ^^�• � a W I:Mf l3`JNVN tl Wiltlt13O1 02) (Oaoa 133a1s s3�dvis of 3AI8 0 OooMNnsND$ H OZIV/13l(708 53411 NOI1dIMO53O AB 31b➢ 'ON NOIMFJJ� N.1.1 O83O A9 3LM 'ON NOI—N Oos • `k"�, �6g:§ 0000000000 ou —�"'Q �z o , ¢{ g g° ..n Od a o ffi h'& Q N F &L 6j X60. L•„��f W % 4 M o 0 k LA W bo 8g g °aS fi'n5 ° �o€ .w 0 a a° ho- � a w g a �xm „mz a W ' K u D . N ark J a a -------------- i i i s J 4 �ry ' I ,- ex _m e e. v am a W a satR N o ego m p d W 7� 4 1W[ PN = e N o ZZ N m <* o � a W W rr i UJ - UJ - w -,.,.ti Mx Is '• a b OF a K % O � ° LL Ua �a IL sai�w 1 au1.I�a®1 sao°mP 1 alu�l ild ql RiI I;q lsugdsei w N :31.a p Rw 1°Riuqul°M PN ,iPtl a°1 i°oud Bul aaus8u3 so al.aui R9 Pauua�o6°s,P.roPUPis ,w J aul BN3NIpl>SIO N W m [ZBZ OZ I WA BIXZIA31 O!A'NOIIBfCll.SNO]V3Pd]R➢NB-100%L Il5 QI]]BbZP10Z S90MZI (n fZBZ 0 I 1 d8 NNtl80 88916i.OL Wd Z5:8 LZBZ'ZZ N1T fZBZ OZ I WA NOAtlI O JAN 22 2023 952 PM TOR E01109 I:\20JDe5\201)249C\ CAD ' A.0\5H TXDOr—S' CADERCONS'IRUcnON.OVC Iaro115 W LAO:: CP/0T REARED N1 0 0 I/20/2023 2 /20/2020 UJ 1 1/20/202] � / 11 02E-461 D-A492-2EOFB27AB587 DISCLAIMER: of a oogoverrieM1 b Enoln �n00 A r', No w g Y DATE oihe use of thls ls made b TwDOT far Oaf, 51EEt of this 510noor0 to other for oor foroi,eeOtra br oomgoeagrea lt:nol!rano far the �$°"' ' x$920 �n'R R ce.°; R". 10(5 _ & s 4 R n:; �� a U - §9 q_ $ Eo w °gym .» m ;n 2 2' (` g,- 4 $ � m 3gro=90 dg�% $ ' - $ �n�.4 In w - "' II >6A°m } `U`i Ci - n 8a ' a B ri ti rSTREET / 5 n Q a 9.. ( a %Rq m n x m �o - - =Rai '" R q""� rR'- n m s� 72 x x C >5 'b R 0 = '_1p iv a®m$®g �'$ q a cD a- am�•a -- °? $ g , y Z m` ....r rnik1 m m m m n % m € H y =.4 m a i o» £ 5 10 »R .o 8- $' Qff ro x §' z x _ x,.498 $ m n m a ,An m N H' l - $en 2.xo, fan 60 3 i d; o. m ro ._.. wm �R mo N w RR o 19 $ N _..._ m - a _ '§ o_ o.NR$ 0 m m N o . q. N _ ro o o " $ R $^". °�» x q9q 3 - _ - y,'$~• N8 R ax o'$'RTR g 6»a' g8 A Ro- Q$ e, g2R "3 Vii s_.... x N o dopy Of the List' iCWZTCO) ounces or. may .ristruction.htm LECTIVE SHEETING DM5-8310 MATERIAL a o m 0 6 §� a _ s 0 a ..,g �$� s ��nR �$ $ $ o q a 9B q 'a H a o _ § Baa a. >048g @a aN° ' 6 3ia 4,R m Nnm 3 wm, m ., a w ;.� - =a�� aro o ro aq m.�µR y L4* E o. negro R R9mg m 4 ( 4 4 x Ia 4 4 �3o RroaB3E3 $sgg- i .................I 57 tJ MSI .QI .S.D. C> B'R;gx Oa IIIIII AlT 11 SIDEWALK DIVER! 3aR. ffiR a»» ° g;.m q9. o »%q o. SSR aR 9A$ ao g8 8 90 R :w( a 18, R �F N ry r- — . ' s= SIDEWAI 1RCS R 2 14: OR2" CLOSEI / R9-9 4" x Co' j CN11-2 Jji� 36" x 35" Sea Note 6 _._ CN16-1PL _ rn Art 1 r 24" x 2" SIDEWALK DETC >5 1 SIDEWALK CLOSED R9-9 R9 2d" x 12' 24 Bi. ut1.-I u y y ~ L lo' q. Min. cS Tern porory traffice Bwrier See Note 4 Oelaw Work Area TRAFFIC SIGN BARRICADES AP WZ(BTS a .. ..... � v I ._ A� 1 ae Note 7 below.. a a'�I a 4 a 47 N REVISION NO. DATE 9Y DESCRIPTION REN510N N0. DATE eY DESCRIPTION CRY PROJECT / 21063 SHEET 138 of 138 RECORD DRAWING NO. STR 102 LIPES BOULEVARD SUNWOOD DRIVE TO STAPLES STREET (BOND 2020) c = ....`. CITY of CORPUS CHRISTI TEXAS Department of Engineering Services HANSON ®CopyrfgM1t Hanson Proteasional Services Inc 2023 __� 1/20/2023 '' 5> �1,$ IGERARDOA RANGELJR.I ill q, 133699 j s<• ,E / .t• '' CONSULTANTS SHEET PROJECT NO. 20102495 TxDOT TRAFFIC SIGNAL WORK BARRICADES AND SIGNS Hanson Professional Services Inc. 4501 Gollihar Rd. Corpus Christi, Texas 70411 9,DO TDP LS�Eu31NEEraNe E-41; Isur:VE, E-100,ir / 11 02E-461 D-A492-2EOFB27AB587