Loading...
HomeMy WebLinkAboutC2023-132 - 6/27/2023 - Approved DocuSign Envelope ID:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 DATE(MM/DD/YYYY) A�" CERTIFICATE OF LIABILITY INSURANCE 76/30/2023 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED,the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CNAOMENTACT : Hone Counts K&S Rockwall 0104PHONE FAX 2255 Ridge Rd, Ste 333 A/c No Ext): 972-771-4071 A/c No):972-771-4695 Rockwall TX 75087 ADDRESS: Honey.Counts@kandsins.com INSURER(S)AFFORDING COVERAGE NAIC# INSURERA: FCCI Insurance Company 10178 INSURED JECONST-01 INSURER B: Monroe Guaranty Insurance Co 32506 JE Construction Services LLC 7505 Up River Rd INSURERC:Texas Mutual Insurance Company 22945 Corpus Christi TX 78409 INSURER D: Hanover Insurance Company 22292 INSURER E: National Trust Insurance Compa 20141 INSURER F: COVERAGES CERTIFICATE NUMBER:890602097 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPE OF INSURANCE ADDL SUBR POLICY EFF POLICY EXP LIMITS LTR I POLICY NUMBER MM/DD/YYYY MM/DD/YYYY A X COMMERCIAL GENERAL LIABILITY CPP100032611 11/2/2022 11/2/2023 EACH OCCURRENCE $1,000,000 CLAIMS-MADE OCCUR DAMAGE TO RENTED PREMISES Ea occurrence $100,000 MED EXP(Any one person) $10,000 PERSONAL&ADV INJURY $1,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $2,000,000 POLICY L/'-1 JECT 1:1 PRO OLOC PRODUCTS-COMP/OP AGG $2,000,000 OTHER: $ B AUTOMOBILE LIABILITY CA100007275 11/2/2022 11/2/2023 COMBINidED SINGLE LIMIT $1,000,000 Ea accent X ANY AUTO BODILY INJURY(Per person) $ OWNED SCHEDULED BODILY INJURY(Per accident) $ AUTOS ONLY AUTOS HIRED NON-OWNED PROPERTY DAMAGE $ AUTOS ONLY AUTOS ONLY Per accident E X UMBRELLALIAB X OCCUR UMB100018988 11/2/2022 11/2/2023 EACH OCCURRENCE $5,000,000 EXCESS LIAB CLAIMS-MADE AGGREGATE $5,000,000 DED X RETENTION$ $ C WORKERS COMPENSATION 0001306815 5/17/2023 5/17/2024 X PER OTH- AND EMPLOYERS'LIABILITY Y/N STATUTE ER ANYPROPRIETOR/PARTNER/EXECUTIVE E.L.EACH ACCIDENT $1,000,000 OFFICER/MEMBER EXCLUDED? N/A (Mandatory in NH) E.L.DISEASE-EA EMPLOYEE $1,000,000 If yes,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $1,000,000 D Contractors Equipment IHDA75524907 11/2/2022 11/2/2023 Max Per Item $700,000 Leased/Rented Equipment Deductible $1,000 Ded items over$500K $5,000 DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES (ACORD 101,Additional Remarks Schedule,may be attached if more space is required) GENERAL LIABLITY: General Liability policy includes additional insured endorsement that provides additional insured status to the certificate holder only when there is a written contract between the named insured and the certificate holder that requires such status. General Liability policy contain an endorsement with"Primary and Noncontributory"wording. General Liability policy includes waiver of subrogation endorsement that provides this feature only when there is a written contract between the named insured and the certificate holder that requires it. See Attached... CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN City of Corpus Christi ACCORDANCE WITH THE POLICY PROVISIONS. 1201 Leopard St City Hall, First Floor AUTHORIZED REPRESENTATIVE Corpus Christi TX 78469 @ 1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25(2016/03) The ACORD name and logo are registered marks of ACORD DocuSign Envelope ID:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 AGENCY CUSTOMER ID: JECONST-01 LOC#: ACOOR 0 ADDITIONAL REMARKS SCHEDULE Page 1 of 1 AGENCY NAMED INSURED K&S Rockwall 0104 JE Construction Services LLC 7505 Up River Rd POLICY NUMBER Corpus Christi TX 78409 CARRIER NAIC CODE EFFECTIVE DATE: ADDITIONAL REMARKS THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, FORM NUMBER: 25 FORM TITLE: CERTIFICATE OF LIABILITY INSURANCE AUTOMOBILE LIABILITY: Automobile policy includes additional insured endorsement that provides additional insured status to the certificate holder only when there is a written contract between the named insured and the certificate holder that requires such status. Automobile policy contain an endorsement with"Primary and Noncontributory"wording. Automobile policy includes waiver of subrogation endorsement that provides this feature only when there is a written contract between the named insured and the certificate holder that requires it. WORKERS COMPENSATION: Workers Compensation policy includes waiver of subrogation endorsement that provides this feature only when there is a written contract between the named insured and the certificate holder that requires it. *ALWAYS REFER TO THE ATTACHED POLICY FORMS FOR SPECIFIC WORDING OF SUCH COVERAGE, LIMITS, CONDITIONS AND EXCLUSIONS. Project: 18015A 21052 21056 Everhart Road(SPID to Alameda Street)Bonds 2018 and 2020 ACORD 101 (2008/01) ©2008 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD DocuSign Envelope ID:9F2F7925-7539-44B2-B6AB-SAF8F7AC5E71 F'OIICy Number UF'F I UUUJLbl "I FIRST CHOICE CONTRACTORS LIABILITY ENDORSEMENT TABLE OF CONTENTS DESCRIPTION PAGE AdditionalInsured Coverage...................................................................................................................................... 9 BailBonds................................................................................................................................................................... 9 BlanketWaiver of Subrogation................................................................................................................................. 14 Bodily Injury and Property Damage ........................................................................................................................... 1 Care, Custody or Control............................................................................................................................................ 3 ContractorsErrors and Omissions............................................................................................................................. 6 Contractual Liability(Personal &Advertising Injury).................................................................................................. 2 ElectronicData Liability.............................................................................................................................................. 1 GeneralLiability Conditions...................................................................................................................................... 13 IncidentalMalpractice................................................................................................................................................. 9 Insured........................................................................................................................................................................ 9 LimitedProduct Withdrawal Expense ........................................................................................................................ 3 Limitsof Insurance ................................................................................................................................................... 11 Lossof Earnings......................................................................................................................................................... 9 LostKey Coverage..................................................................................................................................................... 8 Newly Formed or Acquired Organizations ............................................................................................................... 11 Non-Owned Watercraft............................................................................................................................................... 1 Property Damage Liability—Borrowed Equipment.................................................................................................... 1 Tenant's Property and Premises Rented To You ...................................................................................................... 8 VoluntaryProperty Damage....................................................................................................................................... 2 DocuSign Envelope ID:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 Policy Number: CPP100032611 COMMERCIAL GENERAL LIABILITY CGL 088 (02 21) THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. FIRST CHOICE CONTRACTORS LIABILITY ENDORSEMENT This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE FORM NOTE: The following are additions, replacements and amendments to the Commercial General Liability Coverage Form, and will apply unless excluded by separate endorsement(s)to the Commercial General Liability Coverage Form. The COMMERCIAL GENERAL LIABILITY COVERAGE FORM is amended as follows: SECTION I-COVERAGES, COVERAGE A. BODILY INJURY AND PROPERTY DAMAGE is amended as follows: 1. Extended "Property Damage" Exclusion 2.a., Expected or Intended Injury, is replaced with the following: a. "Bodily injury" or"property damage" expected or intended from the standpoint of the insured. This exclusion does not apply to"bodily injury" or"property damage" resulting from the use of reasonable force to protect persons or property. 2. Non-owned Watercraft Exclusion 2.g. (2) (a) is replaced with the following: (a) Less than 51 feet long; and 3. Property Damage Liability— Borrowed Equipment The following is added to Exclusion 2.j. (4): Paragraph (4)of this exclusion does not apply to"property damage" to borrowed equipment while at a jobsite and not being used to perform operations. The most we will pay for"property damage"to any one borrowed equipment item under this coverage is$25,000 per"occurrence". The insurance afforded under this provision is excess over any other valid and collectible property insurance (including deductible) available to the insured, whether primary, excess, contingent or on any other basis. 4. Limited Electronic Data Liability Exclusion 2.p. is replaced with the following: p. Electronic Data Damages arising out of the loss of, loss of use of, damage to, corruption of, inability to access, or inability to manipulate "electronic data"that does not result from physical injury to tangible property. The most we will pay under Coverage A for"property damage" because of all loss of"electronic data" arising out of any one "occurrence" is $10,000. We have no duty to investigate or defend claims or"suits" covered by this Limited Electronic Data Liability coverage. The following definition is added to SECTION V—DEFINITIONS of the Coverage Form: "Electronic data" means information, facts or programs stored as or on, created or used on, or transmitted to or from computer software (including systems and applications software), hard or floppy disks, CD- ROMS, tapes, drives, cells, data processing devices or any other media which are used with electronically controlled equipment. CGL 088(02 21) Includes copyrighted material of the Insurance Services Office, Inc.,with its permission. Page 1 of 14 Copyright 2020 FCCI Insurance Group DocuSign Envelope ID:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 COMMERCIAL GENERAL LIABILITY CGL 088 (02 21) For purposes of this Limited Electronic Data Liability coverage, the definition of"Property Damage" in SECTION V—DEFINITIONS of the Coverage Form is replaced by the following: 17. "Property damage" means: a. Physical injury to tangible property, including all resulting loss of use of that property. All such loss of use shall be deemed to occur at the time of the physical injury that caused it; b. Loss of use of tangible property that is not physically injured. All such loss of use shall be deemed to occur at the time of the"occurrence" that caused it; c. Loss of, loss of use of, damage to, corruption of, inability to access, or inability to properly manipulate "electronic data", resulting from physical injury to tangible property. All such loss of "electronic data" shall be deemed to occur at the time of the "occurrence"that caused it. For purposes of this insurance, "electronic data" is not tangible property. SECTION I—COVERAGES, COVERAGE B. PERSONAL AND ADVERTISING INJURY LIABILITY is amended as follows: Paragraph 2.e. Exclusions—the Contractual Liability Exclusion is deleted. SECTION I—COVERAGES, the following coverages are added: COVERAGE D.VOLUNTARY PROPERTY DAMAGE 1. Insuring Agreement We will pay, at your request, for"property damage" caused by an "occurrence", to property of others caused by you, or while in your possession, arising out of your business operations. The amount we will pay for damages is described in SECTION III LIMITS OF INSURANCE. 2. Exclusions This insurance does not apply to: "Property Damage"to: a. Property at premises owned, rented, leased or occupied by you; b. Property while in transit; c. Property owned by, rented to, leased to, loaned to, borrowed by, or used by you; d. Premises you sell, give away, or abandon, if the"property damage" arises out of any part of those premises; e. Property caused by or arising out of the "products-completed operations hazard"; f. Motor vehicles; g. "Your product' arising out of it or any part of it; or h. "Your work" arising out of it or any part of it. 3. Deductible We will not pay for loss in any one "occurrence" until the amount of loss exceeds $250. We will then pay the amount of loss in excess of$250 up to the applicable limit of insurance. 4. Cost Factor In the event of a covered loss, you shall, if requested by us, replace the damaged property or furnish the labor and materials necessary for repairs thereto at your actual cost, excluding profit or overhead charges. CGL 088(02 21) Includes copyrighted material of the Insurance Services Office, Inc.,with its permission. Page 2 of 14 Copyright 2020 FCCI Insurance Group DocuSign Envelope ID:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 COMMERCIAL GENERAL LIABILITY CGL 088 (02 21) The insurance afforded under COVERAGE D is excess over any other valid and collectible property or inland marine insurance (including the deductible applicable to the property or inland marine coverage) available to you whether primary, excess, contingent or any other basis. Coverage D covers unintentional damage or destruction, but does not cover disappearance, theft, or loss of use. The insurance under COVERAGE D does not apply if a loss is paid under COVERAGE E. COVERAGE E. CARE, CUSTODY OR CONTROL 1. Insuring Agreement We will pay those sums that the insured becomes legally obligated to pay as damages because of "property damage" caused by an "occurrence", to property of others while in your care, custody, or control or property of others as to which you are exercising physical control if the "property damage" arises out of your business operations. The amount we will pay for damages is described in SECTION III LIMITS OF INSURANCE. 2. Exclusions This insurance does not apply to: "Property Damage" to: a. Property at premises owned, rented, leased or occupied by you; b. Property while in transit; c. Premises you sell, give away, or abandon, if the"property damage" arises out of any part of those premises; d. Property caused by or arising out of the "products-completed operations hazard"; e. Motor vehicles; f. "Your product' arising out of it or any part of it; or g. "Your work" arising out of it or any part of it. 3. Deductible We will not pay for loss in any one "occurrence" until the amount of loss exceeds $250. We will then pay the amount of loss in excess of$250 up to the applicable limit of insurance. 4. Cost Factor In the event of a covered loss, you shall, if requested by us, replace the damaged property or furnish the labor and materials necessary for repairs thereto at your actual cost, excluding profit or overhead charges. The insurance afforded under COVERAGE E is excess over any other valid and collectible property or inland marine insurance (including the deductible applicable to the property or inland marine coverage)available to you whether primary, excess, contingent or any other basis. The insurance under COVERAGE E does not apply if a loss is paid under COVERAGE D. COVERAGE F. LIMITED PRODUCT WITHDRAWAL EXPENSE 1. Insuring Agreement a. If you are a "seller", we will reimburse you for"product withdrawal expenses" associated with "your product' incurred because of a "product withdrawal"to which this insurance applies. The amount of such reimbursement is limited as described in SECTION III - LIMITS OF INSURANCE. No other obligation or liability to pay sums or perform acts or services is covered. CGL 088(02 21) Includes copyrighted material of the Insurance Services Office, Inc.,with its permission. Page 3 of 14 Copyright 2020 FCCI Insurance Group DocuSign Envelope ID:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 COMMERCIAL GENERAL LIABILITY CGL 088 (02 21) a. This insurance applies to a "product withdrawal" only if the "product withdrawal" is initiated in the "coverage territory" during the policy period because: (1) You determine that the "product withdrawal" is necessary; or (2) An authorized government entity has ordered you to conduct a "product withdrawal". c. We will reimburse only those "product withdrawal expenses"which are incurred and reported to us within one year of the date the "product withdrawal"was initiated. d. The initiation of a "product withdrawal"will be deemed to have been made only at the earliest of the following times: (1) When you have announced, in any manner, to the general public, your vendors or to your employees (other than those employees directly involved in making the determination)your decision to conduct a "product withdrawal"This applies regardless of whether the determination to conduct a "product withdrawal" is made by you or is requested by a third party; (2) When you received, either orally or in writing, notification of an order from an authorized government entity to conduct a "product withdrawal; or (3) When a third party has initiated a "product withdrawal" and you communicate agreement with the "product withdrawal", or you announce to the general public, your vendors or to your employees (other than those employees directly involved in making the determination) your decision to participate in the "product withdrawal", whichever comes first. e. "Product withdrawal expenses" incurred to withdraw"your products"which contain: (1) The same "defect" will be deemed to have arisen out of the same "product withdrawal"; or (2) A different"defect" will be deemed to have arisen out of a separate "product withdrawal" if newly determined or ordered in accordance with paragraph 1.b of this coverage. 2. Exclusions This insurance does not apply to "product withdrawal" expenses" arising out of: a. Any"product withdrawal" initiated due to: (1) The failure of"your products"to accomplish their intended purpose, including any breach of warranty of fitness, whether written or implied. This exclusion does not apply if such failure has caused or is reasonably expected to cause "bodily injury" or physical damage to tangible property. (2) Copyright, patent, trade secret or trademark infringements; (3) Transformation of a chemical nature, deterioration or decomposition of"your product", except if it is caused by: (a) An error in manufacturing, design, processing or transportation of"your product"; or (b) "Product tampering". (4) Expiration of the designated shelf life of"your product". b. A"product withdrawal", initiated because of a"defect" in "your product" known to exist by the Named Insured or the Named Insured's "executive officers", prior to the inception date of this Coverage Part or prior to the time "your product"leaves your control or possession. c. Recall of any specific products for which "bodily injury" or"property damage" is excluded under Coverage A- Bodily Injury And Property Damage Liability by endorsement. d. Recall of"your products" which have been banned from the market by an authorized government entity prior to the policy period. e. The defense of a claim or"suit" against you for"product withdrawal expenses". CGL 088(02 21) Includes copyrighted material of the Insurance Services Office, Inc.,with its permission. Page 4 of 14 Copyright 2020 FCCI Insurance Group DocuSign Envelope ID:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 COMMERCIAL GENERAL LIABILITY CGL 088 (02 21) 3. For the purposes of the insurance afforded under COVERAGE F, the following is added to 2. Duties In The Event Of Occurrence, Offense, Claim Or Suit Condition under SECTION IV—COMMERCIAL GENERAL LIABILITY CONDITIONS: e. Duties In The Event Of A"Defect' Or A"Product Withdrawal" (1) You must see to it that we are notified as soon as practicable of any actual, suspected or threatened "defect" in "your products", or any governmental investigation, that may result in a "product withdrawal'. To the extent possible, notice should include: (a) How, when and where the "defect'was discovered; (b) The names and addresses of any injured persons and witnesses; and (c) The nature, location and circumstances of any injury or damage arising out of use or consumption of"your product'. (2) If a "product withdrawal" is initiated, you must: (a) Immediately record the specifics of the "product withdrawal" and the date it was initiated; (b) Send us written notice of the "product withdrawal" as soon as practicable; and (c) Not release, consign, ship or distribute by any other method, any product, or like or similar products, with an actual, suspected or threatened defect. (3) You and any other involved insured must: (a) Immediately send us copies of pertinent correspondence received in connection with the "product withdrawal"; (b) Authorize us to obtain records and other information; and (c) Cooperate with us in our investigation of the "product withdrawal". 4. For the purposes of this Coverage F, the following definitions are added to the Definitions Section: a. "Defect' means a defect, deficiency or inadequacy that creates a dangerous condition. b. "Product tampering" is an act of intentional alteration of"your product'which may cause or has caused "bodily injury" or physical injury to tangible property. When "product tampering" is known, suspected or threatened, a "product withdrawal"will not be limited to those batches of"your product'which are known or suspected to have been tampered with. c. "Product withdrawal" means the recall or withdrawal of"your products", or products which contain "your products", from the market or from use, by any other person or organization, because of a known or suspected "defect' in "your product', or a known or suspected "product tampering", which has caused or is reasonably expected to cause "bodily injury" or physical injury to tangible property. d. "Product withdrawal expenses" means those reasonable and necessary extra expenses, listed below paid and directly related to a "product withdrawal": (1) Costs of notification; (2) Costs of stationery, envelopes, production of announcements and postage or facsimiles; (3) Costs of overtime paid to your regular non-salaried employees and costs incurred by your employees, including costs of transportation and accommodations; (4) Costs of computer time; (5) Costs of hiring independent contractors and other temporary employees; (6) Costs of transportation, shipping or packaging; (7) Costs of warehouse or storage space; or CGL 088(02 21) Includes copyrighted material of the Insurance Services Office, Inc.,with its permission. Page 5 of 14 Copyright 2020 FCCI Insurance Group DocuSign Envelope ID:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 COMMERCIAL GENERAL LIABILITY CGL 088 (02 21) (8) Costs of proper disposal of"your products", or products that contain "your products", that cannot be reused, not exceeding your purchase price or your cost to produce the products; but"product withdrawal expenses" does not include costs of the replacement, repair or redesign of"your product', or the costs of regaining your market share, goodwill, revenue or profit. e. "Seller" means a person or organization that manufactures, sells or distributes goods or products. "Seller" does not include a "contractor" as defined elsewhere in this endorsement. The insurance under COVERAGE F does not apply if a loss is paid under COVERAGE G. COVERAGE G. CONTRACTORS ERRORS AND OMISSIONS 1. Insuring Agreement If you are a "contractor", we will pay those sums that you become legally obligated to pay as damages because of"property damage" to"your product', "your work" or"impaired property', due to faulty workmanship, material or design, or products including consequential loss, to which this insurance applies. The damages must have resulted from your negligent act, error or omission while acting in your business capacity as a contractor or subcontractor or from a defect in material or a product sold or installed by you while acting in this capacity. The amount we will pay for damages is described in SECTION III LIMITS OF INSURANCE. We have no duty to investigate or defend claims or"suits" covered by this Contractors Errors or Omissions coverage. This coverage applies only if the "property damage" occurs in the"coverage territory' during the policy period. This coverage does not apply to additional insureds, if any. Supplementary Payments— Coverage A and B do not apply to Coverage G. Contractors Errors and Omissions. 2. Exclusions This insurance does not apply to: a. "Bodily injury" or"personal and advertising injury". b. Liability or penalties arising from a delay or failure to complete a contract or project, or to complete a contract or project on time. c. Liability because of an error or omission: (1) In the preparation of estimates or job costs; (2) Where cost estimates are exceeded; (3) In the preparation of estimates of profit or return on capital; (4) In advising or failure to advise on financing of the work or project; or (5) In advising or failing to advise on any legal work, title checks, form of insurance or suretyship. d. Any liability which arises out of any actual or alleged infringement of copyright or trademark or trade dress or patent, unfair competition or piracy, or theft or wrongful taking of concepts or intellectual property. e. Any liability for damages: (1) From the intentional dishonest, fraudulent, malicious or criminal acts of the Named Insured, or by any partner, member of a limited liability company, or executive officer, or at the direction of any of them; or (2) Which is in fact expected or intended by the insured, even if the injury or damage is of a different degree or type than actually expected or intended. CGL 088(02 21) Includes copyrighted material of the Insurance Services Office, Inc.,with its permission. Page 6 of 14 Copyright 2020 FCCI Insurance Group DocuSign Envelope ID:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 COMMERCIAL GENERAL LIABILITY CGL 088 (02 21) f. Any liability arising out of manufacturer's warranties or guarantees whether express or implied. g. Any liability arising from "property damage" to property owned by, rented or leased to the insured. h. Any liability incurred or"property damage"which occurs, in whole or in part, before you have completed "your work." "Your work"will be deemed completed at the earliest of the following times: (1) When all of the work called for in your contract or work order has been completed; (2) When all the work to be done at the job site has been completed if your contract calls for work at more than one job site; or (3) When that part of the work done at a job site has been put to its intended use by any person or organization other than another contractor or subcontractor working on the same project. Work that may need service or maintenance, correction, repair or replacement, but which is otherwise complete, will be treated as complete. i. Any liability arising from "property damage" to products that are still in your physical possession. j. Any liability arising out of the rendering of or failure to render any professional services by you or on your behalf, but only with respect to either or both of the following operations: (1) Providing engineering, architectural or surveying services to others; and (2) Providing or hiring independent professionals to provide engineering, architectural or surveying services in connection with construction work you perform. Professional services include the preparing, approving or failing to prepare or approve, maps, shop drawings, opinions, reports, surveys, field orders, change orders, or drawings and specifications. Professional services also include supervisory or inspection activities performed as part of any related architectural or engineering activities. But, professional services do not include services within construction means, methods, techniques, sequences and procedures employed by you in connection with construction work you perform. k. Your loss of profit or expected profit and any liability arising therefrom. I. "Property damage" to property other than "your product," "your work" or"impaired property." m. Any liability arising from claims or"suits"where the right of action against the insured has been relinquished or waived. n. Any liability for"property damage" to "your work" if the damaged work or the work out of which the damage arises was performed on your behalf by a subcontractor. o. Any liability arising from the substitution of a material or product for one specified on blueprints, work orders, contracts or engineering specifications unless there has been written authorization, or unless the blueprints, work orders, contracts or engineering specifications were written by you, and you have authorized the changes. p. Liability of others assumed by the insured under any contract or agreement, whether oral or in writing. This exclusion does not apply to liability for damages that the insured would have in the absence of the contract or agreement. 3. For the purposes of Coverage G, the following definition is added to the Definitions section: a. "Contractor" means a person or organization engaged in activities of building, clearing, filing, excavating or improvement in the size, use or appearance of any structure or land. "Contractor" does not include a "seller" as defined elsewhere in this endorsement. 4. Deductible We will not pay for loss in any one "occurrence" until the amount of loss exceeds $250. The limits of insurance will not be reduced by the application of the deductible amount. CGL 088(02 21) Includes copyrighted material of the Insurance Services Office, Inc.,with its permission. Page 7 of 14 Copyright 2020 FCCI Insurance Group DocuSign Envelope ID:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 COMMERCIAL GENERAL LIABILITY CGL 088 (02 21) We may pay any part or all of the deductible amount to effect settlement of any claim or"suit", and upon notification of the action taken, you shall promptly reimburse us for such part of the deductible amount as has been paid by us. 5. Cost Factor In the event of a covered loss, you shall, if requested by us, replace the damaged property or furnish the labor and materials necessary for repairs thereto at your actual cost, excluding profit or overhead charges. The insurance under COVERAGE G does not apply if a loss is paid under COVERAGE F. COVERAGE H. LOST KEY COVERAGE 1. Insuring Agreement We will pay those sums, subject to the limits of liability described in SECTION III LIMITS OF INSURANCE in this endorsement and the deductible shown below, that you become legally obligated to pay as damages caused by an "occurrence" and due to the loss or mysterious disappearance of keys entrusted to or in the care, custody or control of you or your"employees" or anyone acting on your behalf. The damages covered by this endorsement are limited to the: a. Actual cost of the keys; b. Cost to adjust locks to accept new keys; or c. Cost of new locks, if required, including the cost of installation. 2. Exclusions This insurance does not apply to: a. Keys owned by any insured, employees of any insured, or anyone acting on behalf of any insured; b. Any resulting loss of use; or c. Any of the following acts by any insured, employees of any insured, or anyone acting on behalf of any insured: 1) Misappropriation; 2) Concealment; 3) Conversion; 4) Fraud; or 5) Dishonesty. 3. Deductible We will not pay for loss in any one "occurrence" until the amount of loss exceeds $1,000. The limits of insurance will not be reduced by the application of the deductible amount. We may pay any part or all of the deductible amount to effect settlement of any claim or"suit" and, upon notification of the action taken, you shall promptly reimburse us for such part of the deductible amount as has been paid by us. EXPANDED COVERAGE FOR TENANT'S PROPERTY AND PREMISES RENTED TO YOU The first paragraph after subparagraph (6) in Exclusion j., Damage to Property is amended to read as follows: Paragraphs (1), (3) and (4) of this exclusion do not apply to"property damage" (other than damage by fire) to premises, including the contents of such premises, rented to you. A separate limit of insurance applies to Damage To Premises Rented To You as described in Section III— Limits Of Insurance. CGL 088(02 21) Includes copyrighted material of the Insurance Services Office, Inc.,with its permission. Page 8 of 14 Copyright 2020 FCCI Insurance Group DocuSign Envelope ID:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 COMMERCIAL GENERAL LIABILITY CGL 088 (02 21) SECTION I -COVERAGES, SUPPLEMENTARY PAYMENTS—COVERAGE A and B is amended as follows: All references to SUPPLEMENTARY PAYMENTS—COVERAGES A and B are amended to SUPPLEMENTARY PAYMENTS—COVERAGES A, B, D, E, G, and H. 1. Cost of Bail Bonds Paragraph 1.b. is replaced with the following: b. Up to$2,500 for cost of bail bonds required because of accidents or traffic law violations arising out of the use of any vehicle to which the Bodily Injury Liability Coverage applies.We do not have to furnish these bonds. 2. Loss of Earnings Paragraph 1.d. is replaced with the following: d. All reasonable expenses incurred by the insured at our request to assist us in the investigation or defense of the claim or"suit", including actual loss of earnings up to$500 a day because of time off from work. SECTION II—WHO IS AN INSURED is amended as follows: 1. Incidental Malpractice Paragraph 2.a.(1)(d) is replaced with the following: (d) Arising out of his or her providing or failing to provide professional health care services. However, this exclusion does not apply to a nurse, emergency medical technician or paramedic employed by you to provide medical services, unless: (i) You are engaged in the occupation or business of providing or offering medical, surgical, dental, x-ray or nursing services, treatment, advice or instruction; or (ii) The"employee" has another insurance that would also cover claims arising under this provision, whether the other insurance is primary, excess, contingent or on any other basis. 2. Broadened Who Is An Insured The following are added to Paragraph 2.: Subsidiaries e. Your subsidiaries if: (1) They are legally incorporated entities; and (2) You own more than 50% of the voting stock in such subsidiaries as of the effective date of this policy. If such subsidiaries are not shown in the Declarations, you must report them to us within 180 days of the inception of your original policy. Additional Insureds f. Any person or organization described in paragraphs g. through k. below whom you are required to add as an additional insured on this policy under a written contract or agreement in effect during the term of this policy, provided the written contract or agreement was executed prior to the "bodily injury", "property damage" or"personal and advertising injury"for which the additional insured seeks coverage. However, the insurance afforded to such additional insured(s): (1) Only applies to the extent permitted by law; (2) Will not be broader than that which you are required by the contract or agreement to provide for such additional insured; (3) Will not be broader than that which is afforded to you under this policy; (4) Is subject to the conditions described in paragraphs g. through k. below; and (5) Nothing herein shall extend the term of this policy. CGL 088(02 21) Includes copyrighted material of the Insurance Services Office, Inc.,with its permission. Page 9 of 14 Copyright 2020 FCCI Insurance Group DocuSign Envelope ID:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 COMMERCIAL GENERAL LIABILITY CGL 088 (02 21) g. Owner, Lessor or Manager of Premises If the additional insured is an owner, lessor or manager of premises, such person or organization shall be covered only with respect to liability for"bodily injury", "property damage" or"personal and advertising injury" caused, in whole or in part, by you or those acting on your behalf in connection with the ownership, maintenance or use of that part of any premises leased to you and subject to the following additional exclusions: (1) Any"occurrence" that takes place after you cease to occupy those premises; or (2) Structural alterations, new construction or demolition operations performed by or on behalf of such person or organization. h. State or Governmental Agency or Subdivision or Political Subdivision—Permits or Authorizations If the additional insured is the state or any political subdivision, the state or political subdivision shall be covered only with respect to operations performed by you or on your behalf for which the state or political subdivision has issued a permit or authorization. This insurance does not apply to: (1) "Bodily injury", "property damage", or "personal and advertising injury" arising out of operations performed for the federal government, state or municipality; or (2) "Bodily injury" or"property damage" included within the "products-completed operations hazard". i. Lessor of Leased Equipment If the additional insured is a lessor of leased equipment, such lessor shall be covered only with respect to liability for"bodily injury", "property damage" or"personal and advertising injury" caused, in whole or in part, by your maintenance, operation or use of equipment leased to you by such person(s) or organization(s). With respect to the insurance afforded to these additional insureds, this insurance does not apply to any"occurrence" which takes place after the equipment lease expires. j. Mortgagee, Assignee, or Receiver If the additional Insured is a mortgagee, assignee, or receiver of premises, such mortgagee, assignee or receiver of premises is an additional insured only with respect to their liability as mortgagee, assignee, or receiver and arising out of the ownership, maintenance, or use of the premises by you. This insurance does not apply to structural alterations, new construction and demolition operations performed by or for that person or organization. k. Vendor If the additional insured is a vendor, such vendor is an additional insured only with respect to liability for "bodily injury" or"property damage" caused by"your products"which are distributed or sold in the regular course of the vendor's business, subject to the following additional exclusions: (1) The insurance afforded to the vendor does not apply to: (a) "Bodily injury" or"property damage"for which the vendor is obligated to pay damages by reason of the assumption of liability in a contract or agreement. This exclusion does not apply to liability for damages that the vendor would have in absence of the contract or agreement. (b) Any express warranty unauthorized by you; (c) Any physical or chemical change in "your product" made intentionally by the vendor; (d) Repackaging, unless unpacked solely for the purpose of inspection, demonstration, testing, or the substitution of parts under instructions from the manufacturer, and then repackaged in the original container; (e) Any failure to make such inspections, adjustments, tests or servicing as the vendor has agreed to make or normally undertakes to make in the usual course of business, in connection with the distribution or sale of the products; CGL 088(02 21) Includes copyrighted material of the Insurance Services Office, Inc.,with its permission. Page 10 of 14 Copyright 2020 FCCI Insurance Group DocuSign Envelope ID:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 COMMERCIAL GENERAL LIABILITY CGL 088 (02 21) (f) Demonstration, installation, servicing or repair operations, except such operations performed at the vendor's premises in connection with the sale of the product; (g) Products which, after distribution or sale by you, have been labeled or relabeled or used as a container, part or ingredient of any other thing or substance by or for the vendor; or (h) "Bodily injury" or"property damage" arising out of the sole negligence of the vendor for its own acts or omissions or those of its own acts or omissions or those of its employees or anyone else acting on its behalf. However, this exclusion does not apply to: i. The exceptions contained in Subparagraphs d. or f.; or ii. Such inspections, adjustments, tests or servicing as the vendor has agreed to make or normally undertakes to make in the usual course of business, in connection with the distribution or sale of the products. (2) This insurance does not apply to any insured person or organization,from whom you have acquired such products, or any ingredient, part or container, entering into, accompanying or containing such products. 3. Newly Formed or Acquired Organizations Paragraph 3. is amended as follows: a. Coverage under this provision is afforded until the end of the policy period. d. Coverage A does not apply to product recall expense arising out of any withdrawal or recall that occurred before you acquired or formed the organization. SECTION III—LIMITS OF INSURANCE is amended as follows: 1. Paragraph 2. is replaced with the following: 2. The General Aggregate Limit is the most we will pay for the sum of: a. Medical expenses under Coverage C; b. Damages under Coverage A, except damages because of"bodily injury" or"property damage" included in the "products-completed operations hazard"; c. Damages under Coverage B; d. Voluntary"property damage" payments under Coverage D; e. Care, Custody or Control damages under Coverage E.; and f. Lost Key Coverage under Coverage H. 2. Paragraph 5. is replaced with the following: 5. Subject to Paragraph 2. or 3. above, whichever applies, the Each Occurrence Limit is the most we will pay for the sum of: a. Damages under Coverage A; b. Medical expenses under Coverage C; c. Voluntary"property damage" payments under Coverage D; d. Care, Custody or Control damages under Coverage E; e. Limited Product Withdrawal Expense under Coverage F; f. Contractors Errors and Omissions under Coverage G.; and, g. Lost Key Coverage under Coverage H. because of all "bodily injury" and "property damage" arising out of any one "occurrence". 3. Paragraph 6. is replaced with the following: CGL 088(02 21) Includes copyrighted material of the Insurance Services Office, Inc.,with its permission. Page 11 of 14 Copyright 2020 FCCI Insurance Group DocuSign Envelope ID:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 COMMERCIAL GENERAL LIABILITY CGL 088 (02 21) 6. Subject to Paragraph 5. above the Damage To Premises Rented To You Limit is the most we will pay under Coverage A for damages because of"property damage"to any one premises, while rented to you, or in the case of damage by fire or explosion, while rented to you or temporarily occupied by you with permission of the owner. The Damage to Premises Rented to You Limit is the higher of the Each Occurrence Limit shown in the Declarations or the amount shown in the Declarations as Damage To Premises Rented To You Limit. 4. Paragraph 7. is replaced with the following: 7. Subject to Paragraph 5. above, the higher of$10,000 or the Medical Expense Limit shown in the Declarations is the most we will pay under Coverage C for all medical expenses because of"bodily injury" sustained by any one person. 5. Paragraph 8. is added as follows: 8. Subject to Paragraph 5. above, the most we will pay under Coverage D. Voluntary Property Damage for loss arising out of any one `occurrence" is $1,500. The most we will pay in any one-policy period, regardless of the number of claims made or suits brought, is$3,000. 6. Paragraph 9. is added as follows: 9. Subject to Paragraph 5. above, the most we will pay under Coverage E. Care, Custody or Control for "property damage" arising out of any one "occurrence" is $1,000. The most we will pay in any one-policy period, regardless of the number of claims made or suits brought, is $5,000. 7. Paragraph 10. is added as follows: 10. Subject to Paragraph 5. above, the most we will pay under Coverage F. Limited Product Withdrawal Expense for"product withdrawal expenses" in any one-policy period, regardless of the number of insureds, "product withdrawals" initiated or number of"your products" withdrawn is $10,000. 8. Paragraph 11. is added as follows: 11. Subject to Paragraph 5. above, the most we will pay under Coverage G. Contractors Errors and Omissions for damage in any one-policy period, regardless of the number of insureds, claims or"suits" brought, or persons or organizations making claim or bringing "suits" is $10,000. For errors in contract or job specifications or in recommendations of products or materials to be used, this policy will not pay for additional costs of products and materials to be used that would not have been incurred had the correct recommendations or specifications been made. 9. Paragraph 12. is added as follows: 12. Subject to Paragraph 5. above, the most we will pay under Coverage H., Lost Key Coverage for damages arising out of any one occurrence is$50,000. 10. Paragraph 13. is added as follows: 13. The General Aggregate Limit applies separately to: a. Each of your projects away from premises owned by or rented to you; or b. Each "location" owned by or rented to you. "Location" as used in this paragraph means premises involving the same or connecting lots, or premises whose connection is interrupted only by a street, roadway, waterway or right-of-way of a railroad. 11. Paragraph 14. is added as follows: 14. With respect to the insurance afforded to any additional insured provided coverage under this endorsement: If coverage provided to the additional insured is required by a contract or agreement, the most we will pay on behalf of the additional insured is the amount of insurance: CGL 088(02 21) Includes copyrighted material of the Insurance Services Office, Inc.,with its permission. Page 12 of 14 Copyright 2020 FCCI Insurance Group DocuSign Envelope ID:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 COMMERCIAL GENERAL LIABILITY CGL 088 (02 21) a. Required by the contract or agreement; or b. Available under the applicable Limits of Insurance; whichever is less. This endorsement shall not increase the applicable Limits of Insurance. SECTION IV—COMMERCIAL GENERAL LIABILITY CONDITIONS is amended as follows: 1. Subparagraph 2.a. of Duties In The Event Of Occurrence, Offense, Claim, or Suit is replaced with the following: a. You must see to it that we are notified as soon as practicable of an "occurrence" or an offense which may result in a claim. This requirement applies only when the "occurrence" or offense is known to the following: (1) An individual who is the sole owner; (2) A partner, if you are a partnership or joint venture; (3) An "executive officer" or insurance manager, if you are a corporation; (4) A manager, if you are a limited liability company; (5) A person or organization having proper temporary custody of your property if you die; (6) The legal representative of you if you die; or (7) A person (other than an "employee") or an organization while acting as your real estate manager. To the extent possible, notice should include: (1) How, when and where the "occurrence" or offense took place; (2) The names and addresses of any injured persons and witnesses; and (3) The nature and location of any injury or damage arising out of the "occurrence" or offense. 2. The following is added to Subparagraph 2.b. of Duties In The Event Of Occurrence, Offense, Claim, or Suit: The requirement in 2.b.applies only when the "occurrence" or offense is known to the following: (1) An individual who is the sole owner; (2) A partner or insurance manager, if you are a partnership or joint venture; (3) An "executive officer" or insurance manager, if you are a corporation; (4) A manager or insurance manager, if you are a limited liability company; (5) Your officials, trustees, board members or insurance manager, if you are a not-for-profit organization; (6) A person or organization having proper temporary custody of your property if you die; (7) The legal representative of you if you die; or (8) A person (other than an "employee") or an organization while acting as your real estate manager. 3. The following is added to paragraph 2. of Duties in the Event of Occurrence, Offense, Claim or Suit: e. If you report an "occurrence"to your workers compensation carrier that develops into a liability claim for which coverage is provided by the Coverage Form, failure to report such an "occurrence"to us at the time of the "occurrence" shall not be deemed a violation of paragraphs a., b., and c. above. However, you shall give written notice of this "occurrence"to us as soon as you become aware that this "occurrence" may be a liability claim rather than a workers compensation claim. CGL 088(02 21) Includes copyrighted material of the Insurance Services Office, Inc.,with its permission. Page 13 of 14 Copyright 2020 FCCI Insurance Group DocuSign Envelope ID:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 COMMERCIAL GENERAL LIABILITY CGL 088 (02 21) 4. Paragraph 6. is replaced with the following: 6. Representations By accepting this policy, you agree: a. The statements in the Declarations are accurate and complete; b. Those statements are based upon representations you made to us; and c. We have issued this policy in reliance upon your representations. Any error or omission in the description of, or failure to completely describe or disclose any premises, operations or products intended to be covered by the Coverage Form will not invalidate or affect coverage for those premises, operations or products, provided such error or omission or failure to completely describe or disclose premises, operations or products was not intentional. You must report such error or omission to us as soon as practicable after its discovery. However, this provision does not affect our right to collect additional premium charges or exercise our right of cancellation or nonrenewal. 5. The following is added to paragraph 8. Transfer Of Rights Of Recovery Against Others To Us: We waive any right of recovery against any person or organization, because of any payment we make under this Coverage Part, to whom the insured has waived its right of recovery in a written contract or agreement. Such waiver by us applies only to the extent that the insured has waived its right of recovery against such person or organization prior to loss. 6. Paragraph 10. is added as follows: 10. Liberalization If we revise this Coverage Form to provide more coverage without additional premium charge, your policy will automatically provide the additional coverage as of the day the revision is effective in the applicable state(s). CGL 088(02 21) Includes copyrighted material of the Insurance Services Office, Inc.,with its permission. Page 14 of 14 Copyright 2020 FCCI Insurance Group DocuSign Envelope ID:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 Policy Number: CPP100032611 COMMERCIAL GENERAL LIABILITY CGL 084(02 21) THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - AUTOMATIC STATUS WHEN REQUIRED IN CONSTRUCTION AGREEMENT WITH YOU - ONGOING OPERATIONS AND PRODUCTS-COMPLETED OPERATIONS This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE FORM SCHEDULE (OPTIONAL) Name of Additional Insured Persons or Organizations (As required by written contract or agreement per Paragraph A. below.) Locations of Covered Operations (As per the written contract or agreement, provided the location is within the"coverage territory".) (Information required to complete this Schedule, if not shown above, will be shown in the Declarations.) A. SECTION II—WHO IS AN INSURED is amended to include as an additional insured: 1. Any person or organization for whom you are performing operations when you and such person or organization have agreed in writing in a contract or agreement in effect during the term of this policy that such person or organization be added as an additional insured on your policy; and 2. Any other person or organization you are required to add as an additional insured under the contract or agreement described in Paragraph 1. above; and 3. The particular person or organization, if any, scheduled above. Such person(s) or organization(s) is an additional insured only with respect to liability for "bodily injury", "property damage" or "personal and advertising injury" occurring after the execution of the contract or agreement described in Paragraph 1. above and caused, in whole or in part, by: 1. Your acts or omissions; or 2. The acts or omissions of those acting on your behalf in the performance of your ongoing operations for the additional insured; or 3. "Your work"performed for the additional insured and included in the"products-completed operations hazard" if such coverage is specifically required in the written contract or agreement. However, the insurance afforded to such additional insured(s) described above: 1. Only applies to the extent permitted by law; 2. Will not be broader than that which you are required by the contract or agreement to provide for such additional insured; 3. Will not be broader than that which is afforded to you under this policy; and 4. Nothing herein shall extend the term of this policy. CGL 084(02 21) Includes copyrighted material of the Insurance Services Offices, Inc. with its permission. Page 1 of 2 Copyright 2020 FCCI Insurance Group. Insured Copy DocuSign Envelope ID:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 COMMERCIAL GENERAL LIABILITY CGL 084(02 21) B. The insurance provided to the additional insured does not apply to"bodily injury", "property damage"or"personal and advertising injury" arising out of the rendering of, or the failure to render, any professional architectural, engineering or surveying services, including: 1. The preparing, approving, or failing to prepare or approve, maps, shop drawings, opinions, reports, surveys, field orders, change orders or drawings and specifications; or 2. Supervisory, inspection, architectural or engineering activities. C. This insurance is excess over any other valid and collectible insurance available to the additional insured whether on a primary, excess, contingent or any other basis; unless the written contract or agreement requires that this insurance be primary and non-contributory, in which case this insurance will be primary and non-contributory relative to insurance on which the additional insured is a Named Insured. D. With respect to the insurance afforded to these additional insureds, the following is added to SECTION III — LIMITS OF INSURANCE: The most we will pay on behalf of the additional insured is the amount of insurance: 1. Required by the contract or agreement described in Paragraph A.1.; or 2. Available under the applicable Limits of Insurance; whichever is less. This endorsement shall not increase the applicable Limits of Insurance. E. SECTION IV—COMMERCIAL GENERAL LIABILITY CONDITIONS is amended as follows: Paragraph 2. Duties In The Event of Occurrence, Offense, Claim Or Suit is amended to add the following additional conditions applicable to the additional insured: An additional insured under this endorsement must as soon as practicable: 1. Give us written notice of an "occurrence" or an offense which may result in a claim or "suit" under this insurance, and of any claim or"suit"that does result; 2. Send us copies of all legal papers received in connection with the claim or "suit", cooperate with us in the investigation or settlement of the claim or defense against the "suit", and otherwise comply with all policy conditions; and 3. Tender the defense and indemnity of any claim or"suit'to any provider of other insurance which would cover the additional insured for a loss we cover under this endorsement and agree to make available all such other insurance. However, this condition does not affect Paragraph C. above. We have no duty to defend or indemnify an additional insured under this endorsement until we receive from the additional insured written notice of a claim or"suit'. F. This endorsement does not apply to any additional insured or project that is specifically identified in any other additional insured endorsement attached to the COMMERCIAL GENERAL LIABILITY COVERAGE FORM. CGL 084(02 21) Includes copyrighted material of the Insurance Services Offices, Inc. with its permission. Page 2 of 2 Copyright 2020 FCCI Insurance Group. Insured Copy DocuSign Envelope ID:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 F'0IlCy Number: C;F1F1100032611 COMMERCIAL GENERAL LIABILITY CG 20 01 12 19 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. PRIMARY AND NONCONTRIBUTORY - OTHER INSURANCE CONDITION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART LIQUOR LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART The following is added to the Other Insurance (2) You have agreed in writing in a contract or Condition and supersedes any provision to the agreement that this insurance would be contrary: primary and would not seek contribution Primary And Noncontributory Insurance from any other insurance available to the additional insured. This insurance is primary to and will not seek contribution from any other insurance available to an additional insured under your policy provided that: (1) The additional insured is a Named Insured under such other insurance; and CG 20 01 12 19 ©Insurance Services Office, Inc., 2018 Page 1 of 1 Insured Copy DocuSign Envelope ID:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 Policy Number: CA100001215 AUTO FIRST CHOICE COVERAGE ENDORSEMENT TABLE OF CONTENTS DESCRIPTION PAGE AirbagCoverage........................................................................................................................................................3 Auto Loan/Lease Gap Coverage...............................................................................................................................3 BroadForm Insured...................................................................................................................................................1 Concealment, Misrepresentation or Fraud................................................................................................................4 Deductible..................................................................................................................................................................3 Duties in the Event of Accident, Claim, Suit or Loss.................................................................................................4 FellowEmployee.......................................................................................................................................................2 Fire Department Service Charge...............................................................................................................................2 Other Insurance for Hired Auto Physical Damage Coverage ...................................................................................4 Lossof Earnings........................................................................................................................................................2 Lossof Use Expenses...............................................................................................................................................2 SupplementaryPayments.........................................................................................................................................2 Transfer of Rights of Recovery against Others to Us ...............................................................................................4 TransportationExpenses ..........................................................................................................................................2 DocuSign Envelope ID:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 COMMERCIAL AUTO CAU 058 (10 22) THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. AUTO FIRST CHOICE COVERAGE ENDORSEMENT This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM NOTE: The following are additions, replacements and amendments to the Business Auto Coverage Form, and will apply unless excluded by separate endorsement(s)to the Business Auto Coverage Form. With respect to coverages provided by this endorsement, the provisions of the Business Auto Coverage Form apply unless modified by this endorsement. The Business Auto Coverage Form is amended as follows: SECTION II—COVERED AUTOS LIABILITY COVERAGE is amended as follows: A. Paragraph 1. Who Is An Insured in section A. Coverage is amended by the addition of the following: d. Any legally incorporated subsidiary of yours in which you own more than 50% of the voting stock on the effective date of this coverage form. However, "insured"does not include any subsidiary that is an"insured" under any other liability policy or would be an "insured" under such a policy but for its termination or the exhaustion of its limits of insurance. In order for such subsidiaries to be considered insured under this policy, you must notify us of such subsidiaries within 60 days of policy effective date. e. Any organization you newly acquire or form during the policy period, other than a partnership or joint venture, and over which you maintain sole ownership or a majority interest. However, coverage under this provision: (1) Does not apply if the organization you acquire or form is an "insured" under another liability policy or would be an "insured" under such a policy but for its termination or the exhaustion of its limits of insurance; (2) Does not apply to"bodily injury" or"property damage"that occurred before you acquired or formed the organization; and (3) Is afforded only for the first 90 days after you acquire or form the organization or until the end of the policy period, whichever comes first. If. Any person or organization who is required under a written contract or agreement between you and that person or organization, that is signed and executed by you before the "bodily injury" or"property damage" occurs and that is in effect during the policy period, to be named as an additional insured is an "insured" for Liability Coverage, but only for damages to which this insurance applies and only to the extent that person or organization qualifies as an "insured" under the Who Is An Insured provision contained in Section II. g. Any"employee" of yours using: (1) a covered "auto" you do not own, hire or borrow, or a covered "auto" not owned by an "employee" or a member of his or her household, while performing duties related to the conduct of your business or your personal affairs; or (2) an "auto" hired or rented under a contract or agreement in that "employee's" name, with your permission,while performing duties related to the conduct of your business. However,your"employee" does not qualify as an insured under this paragraph (2) while using a covered "auto" rented from you or from any member of the "employee's" household h. Your members, if you are a limited liability company, while using a covered "auto" you do not own, hire or borrow, while performing duties related to the conduct of your business or your personal affairs. CAU 058(10 22) Includes copyrighted material of the Insurance Services Office, Inc.,with its permission. Page 1 of 4 Copyright 2021 FCCI Insurance Group DocuSign Envelope ID:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 COMMERCIAL AUTO CAU 058 (10 22) B. Paragraphs(2)and (4) under section 2. Coverage Extensions, a. Supplementary Payments are deleted and replaced by the following: (2) Up to $3,000 for cost of bail bonds (including bonds for related traffic violations) required because of an "accident"we cover. We do not have to furnish these bonds. (4) All reasonable expenses incurred by the "insured" solely at our request, including actual loss of earnings up to $500 a day because of time off from work. C. Paragraph 5. under section B. Exclusions is deleted and replaced by the following: 5. Fellow Employee "Bodily injury"to: a. Any fellow "employee" of the "insured" arising out of and in the course of a fellow "employee's" employment or while performing duties related to the conduct of your business. However,this exclusion does not apply to your"employees" that are officers or managers if the "bodily injury" results from the use of a covered "auto" you own, hire or borrow. Coverage is excess over any other collectible insurance; or b. The spouse, child, parent, brother or sister of that fellow "employee" as a consequence of Paragraph a. above. SECTION III—PHYSICAL DAMAGE COVERAGE is amended as follows: A. Paragraph 4. Coverage Extensions under section A. Coverage is deleted and replaced by the following: 4. Coverage Extensions a. Transportation Expenses We will pay up to$50 per day to a total maximum of$1,500 for temporary transportation expense incurred by you due to covered loss to any covered auto. We will pay only for those covered "autos"for which you carry either Comprehensive or Specified Causes Of Loss Coverage. We will pay for temporary transportation expenses incurred during the period beginning 24 hours after a loss and ending, regardless of the policy's expiration, when the covered "auto" is returned to use or we pay for its"loss". b. Loss of Use Expenses For Hired Auto Physical Damage, we will pay expenses for which an "insured" becomes legally responsible to pay for loss of use of a vehicle rented or hired without a driver under a written rental contract or agreement. We will pay for loss of use expenses if caused by: (1) Other than collision only if the Declarations indicate that Comprehensive Coverage is provided for hired "autos"; (2) Specified Causes of Loss only if the Declarations indicate that Specified Causes of Loss Coverage is provided for hired "autos"; or (3) Collision only if the Declarations indicate that Collision Coverage is provided for hired "autos". However, the most we will pay for any expenses for loss of use to any one vehicle is $75 per day, to a total maximum of$1,500. B. The following is added to paragraph 4. Coverage Extensions under section A. Coverage: c. Fire Department Service Charge When a fire department is called to save or protect a covered "auto", its equipment, its contents, or occupants from a covered cause of loss, we will pay up to $1,000 for your liability for fire department service charges assumed by contractor or agreement prior to loss. No deductible applies to this additional coverage. CAU 058(10 22) Includes copyrighted material of the Insurance Services Office, Inc.,with its permission. Page 2 of 4 Copyright 2021 FCCI Insurance Group DocuSign Envelope ID:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 COMMERCIAL AUTO CAU 058 (10 22) d. Auto Loan/Lease Gap Coverage The following provisions apply: (1) If a long term leased "auto", under an original lease agreement, is a covered "auto" under this coverage form and the lessor of the covered "auto" is named as an additional insured under this policy, in the event of a total loss to the leased covered "auto", we will pay any unpaid amount due on the lease, less the amount paid under the Physical Damage Coverage Section of the policy; and less any: (a) Overdue lease or loan payments including penalties, interest, or other charges resulting from overdue payments at the time of the "loss"; (b) Financial penalties imposed under a lease for excessive use, abnormal wear and tear or high mileage; (c) Security deposits not refunded by the lessor; (d) Costs for extended warranties, Credit Life Insurance, Health Accident or Disability Insurance purchased with the loan or lease; and (e) Carry-over balances from previous loans or leases. (2) If an owned "auto" is a covered "auto" under this coverage form and the loss payee of the covered "auto" is named a loss payee under this policy, in the event of a total loss to the covered "auto",we will pay any unpaid amount due on the loan, less the amount paid under the Physical Damage Coverage Section of the policy; and less any; (a) Overdue loan payments at the time of the "loss"; (b) Costs for extended warranties, Credit Life Insurance, Health Accident or Disability Insurance purchased with the loan; and (c) Carry-over balances from previous loans. C. Paragraph 3. under section B. Exclusions is deleted and replaced by the following: 3. We will not pay for"loss" due and confined to: a. Wear and tear, freezing, mechanical or electrical breakdown b. Blowouts, punctures or other road damage to tires This exclusion does not apply to such "loss" resulting from the total theft of a covered "auto". However,this exclusion does not include the discharge of an airbag in a covered"auto"you own that inflates due to a cause other than a cause of"loss" set forth in Paragraphs A.1.b and A.1.c.but only: a. If that"auto" is a covered "auto"for Comprehensive Coverage under this policy; b. The airbags are not covered under any warranty; and c. The airbags were not intentionally inflated We will pay up to a maximum of$1,000 for any one"loss". D. Section D. Deductible is deleted and replaced by the following: D. Deductible For each covered "auto", our obligation to pay for, repair, return or replace damaged or stolen property will be reduced by the applicable deductible shown in the Declarations prior to the application of the Limit of Insurance provided that: 1. The Comprehensive or Specified Causes of Loss Coverage deductible applies only to "loss" caused by: a. Theft or mischief or vandalism; or b. All perils. CAU 058(10 22) Includes copyrighted material of the Insurance Services Office, Inc.,with its permission. Page 3 of 4 Copyright 2021 FCCI Insurance Group DocuSign Envelope ID:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 COMMERCIAL AUTO CAU 058 (10 22) 2. Regardless of the number of covered "autos" damaged or stolen, the maximum deductible applicable for all "loss" in any one event caused by: a. Theft or mischief or vandalism; or b. All perils; will be equal to five times the highest deductible applicable to any one covered "auto" on the Policy for Comprehensive or Specified Causes of Loss Coverage. The application of the highest deductible used to calculate the maximum deductible will be made regardless of which covered "autos" were damaged or stolen in the "loss". 3. Any Comprehensive Coverage deductible shown in the Declarations does not apply to: a. "Loss" arising out of theft of your vehicle if your vehicle is equipped with an active GPS tracking system. b. Glass damage if repaired rather than replaced. SECTION IV—BUSINESS AUTO CONDITIONS is amended as follows: A. The following is added to paragraph a. under section A. Loss Conditions, 2. Duties in the Event of Accident, Claim, Suit or Loss: This duty applies when the "accident", claim, "suit" or"loss" is first known to: (a) You, if you are an individual; (b) A partner, if you are a partnership; (c) An executive officer or insurance manager, if you are a corporation; or (d) A member or manager, if you are a limited liability company. B. Condition 5. Transfer of Rights of Recovery against Others to Us under section A. Loss Conditions is deleted and replaced by the following: 5. Transfer of Rights of Recovery against Others to Us If a person or organization to or for whom we make payment under this coverage form has rights to recover damages from another, those rights are transferred to us. That person or organization must do everything necessary to secure our rights and must do nothing after "accident" or"loss" to impair them. However, if the insured has waived rights to recover through a written contract, or if your work was commenced under a letter of intent or work order, subject to a subsequent reduction in writing of such a waiver with customers whose customary contracts require a waiver, we waive any right of recovery we may have under this coverage form. C. The following is added to Condition 2. Concealment, Misrepresentation or Fraud under section B. General Conditions: However, if you unintentionally fail to disclose any hazards at the inception of your policy, we will not deny coverage under this coverage form because of such failure.This provision does not affect our right to collect additional premium or exercise our right of cancellation or non-renewal. D. Paragraph b. of Condition 5. Other Insurance under section B. General Conditions is deleted and replaced by the following: b. For Hired Auto Physical Damage Coverage, the following are deemed to be covered "autos" you own; (1) Any covered "auto" you lease, hire, rent or borrow; and (2) Any covered "auto" hired or rented by your "employee" under a contract in that individual "employee's" name, with your permission, while performing duties related to the conduct of your business. However, any "auto" that is leased, hired, rented or borrowed with a driver is not a covered "auto", nor is any "auto" you hire from any of your "employees", partners (if you are a partnership), members (if you are a limited liability company), or members of their households. CAU 058(10 22) Includes copyrighted material of the Insurance Services Office, Inc.,with its permission. Page 4 of 4 Copyright 2021 FCCI Insurance Group DocuSign Envelope ID:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 COMMERCIAL AUTOMOBILE CAU 042(01 151, TN :I:S ENDORSEMENT CHANGES TH'E POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED DESIGNATED PERSON OR ORGANIZATION PRIMARYMON-CONTRIBUTORY COVERAGE This endorsement modifies insurance provided under the following. BUSINESS AUTO COVERAGE FORM: This endorsement is subject to the terms, conditions, exclusions and any other provisions of the BUSINESS AUTO COVERAGE FORM or any endorsement attached thereto unless changes or additions,are indicated! below. For the purpose of this endorsement, Section 11. k 1. Who Is An Insured is amended: by adding the following, 1i. Any person or organization designated in the schedule below,is an:"insured"" for Liability Coverage but only to the extent that person or organization qualifies as an"insured"under the Who Is An Insured Provision contained in Section 11 of the Coverage Form. 2, This insurance is primary and non-contributory to other coverages of the person or organization shown, in the Schedule when so required in a written,contract or agreement that is executed prior to the loss for which coverage is sought. SCHEDULE Name of Person or Organization: Any person or organization who is required under a written contract or agreement between you,and that person or organization, that is signed and executed by you before the ?bodily injury? or ?'property damage?occurs and that is in effect during the policy period, CAU1042(01 1:15) Includes copyrighted material:of the Insurance Services Office, Inc,,with its permission. Page I of 1 Copyright 2013 FCCI Insurance Group. hsufed Copy DocuSign Envelope ID:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 Texasmutuai, WORKERS' COMPENSATION INSURANCE WORKERS' COMPENSATION AND WC 42 03 04 B EMPLOYERS LIABILITY POLICY Insured copy TEXAS WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT This endorsement applies only to the insurance provided by the policy because Texas is shown in item 3.A. of the Information Page. We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named in the Schedule, but this waiver applies only with respect to bodily injury arising out of the operations described in the schedule where you are required by a written contract to obtain this waiver from us. This endorsement shall not operate directly or indirectly to benefit anyone not named in the Schedule. The premium for this endorsement is shown in the Schedule. Schedule 1. ( ) Specific Waiver Name of person or organization (X)Blanket Waiver Any person or organization for whom the Named Insured has agreed by written contract to furnish this waiver. 2. Operations: ALL TEXAS OPERATIONS 3. Premium: The premium charge for this endorsement shall be 2.00 percent of the premium developed on payroll in connection with work performed for the above person(s)or organization(s) arising out of the operations described. 4. Advance Premium: Included, see Information Page This endorsement changes the policy to which it is attached effective on the inception date of the policy unless a different date is indicated below. (The following"attaching clause"need be completed only when this endorsement is issued subsequent to preparation of the policy.) This endorsement,effective on 5/17/23 at 12:01 a.m.standard time,forms a part of: Policy no. 0001306815 of Texas Mutual Insurance Company effective on 5/17/23 Issued to: JE CONSTRUCTION SERVICES LLC This is not a bill Authorized representative NCCI Carrier Code: 29939 5/12/23 PO Box 12058,Austin, TX 78711-2058 1 of 1 texasmutual.com 1 (800)859-5995 1 Fax(800)359-0650 WC 42 03 04 B DocuSign Envelope ID:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 COMMERCIAL LIABILITY UMBRELLA CU 24 80 12 19 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US (WAIVER OF SUBROGATION) - AUTOMATIC This endorsement modifies insurance provided under the following: COMMERCIAL LIABILITY UMBRELLA COVERAGE PART The following is added to Paragraph 9. Transfer Of Rights Of Recovery Against Others To Us of Section IV—Conditions: We waive any right of recovery against any person or organization, because of any payment we make under this Coverage Part, to whom the insured has waived its right of recovery in a written contract or agreement. Such waiver by us applies only to the extent that the insured has waived its right of recovery against such person or organization prior to loss. CU 24 80 12 19 ©Insurance Services Office, Inc., 2018 Page 1 of 1 QUOTE DocuSign Envelope ID:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 COMMERCIAL LIABILITY UMBRELLA UMB 179(07 09) THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED PRIMARY / NON CONTRIBUTORY COVERAGE This endorsement modifies insurance provided under the following: COMMERCIAL LIABILITY UMBRELLA COVERAGE PART The following replaces SECTION IV— CONDITIONS, Paragraph 5. "Other Insurance" subsection a.: a. This insurance is excess over and shall not contribute with any of the other insurance, whether primary, excess, contingent or on any other basis. This condition will not apply to insurance specifically written as excess over this Coverage Part. The above will apply to additional insureds unless a written contract specifically requires that this insurance be primary and noncontributing as to the additional insured. The written contract must be currently in effect or become effective during the term of this policy and must be executed prior to the "bodily injury", "property damage" or"personal and advertising injury." When this insurance is excess, we will have no duty under Coverage A or B to defend the insured against any "suit" if any other insurer has a duty to defend the insured against that "suit". If no other insurer defends, we will undertake to do so, but we will be entitled to the insured's rights against all those other insurers. UMB 179 (07 09) Includes copyrighted Materials of the Insurance Services Office, Inc with its permission. Page 1 of 1 Copyright 2009 FCCI Insurance Group. Insured Copy DocuSign Envelope ID:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 00 61 13 PERFORMANCE BOND BOND NO. 1001200324 Contractor as Principal Surety Name: JE Construction Services, LLC. Name: U.S.Specialty Insurance Company Mailing address(principal place of business): Mailing address(principal place of business): 7505 Up River Road 13403 Northwest Freeway Corpus Christi,Texas 78409 Houston,TX 77040 Physical address(principal place of business): Owner 13403 Northwest Freeway Houston,TX 77040 Name: City of Corpus Christi,Texas Mailing address(principal place of business): Contracts and Procurement Surety is a corporation organized and existing 1201 Leopard Street under the laws of the state of: Texas _ Corpus Christi,Texas 78401 By submitting this Bond,Surety affirms its authority to do business in the State of Texas and Contract its license to execute bonds in the State of Texas. Project name and number: Telephone(main number): Project No. 18015A 21052 21056 (713)462-1000 Everhart Road (SPID to Alameda Street) Telephone(for notice of claim): Bonds 2018 and 2020 972.772.7220 Local Agent for Surety Name: Mistie Beck Award Date of the Contract: June 27,2023 Address: 2255 Ridge Road, Ste 333 Contract Price: $29,385,295.00 Rockwall, TX 75087 Telephone: 972.772.7220 Bond Email Address: mistie.beck@kandsins.com Date of Bond: June 30, 2023 The address of the surety company to which any notice of claim should be sent may be obtained (Date of Bond cannot be earlier than Award Date from the Texas Dept. of Insurance by calling the of the Contract) following toll free number.1-800-252-3439 Performance Bond 006113-1 Everhart Road(SPID to Alameda Street) Bonds 2018 and 2020 Project No. 18015A 21052 21056 6/11/2021 DocuSign Envelope ID:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 Surety and Contractor,intending to be legally bound and obligated to Owner do each cause this Performance Bond to be duly executed on its behalf by its authorized officer, agent or representative. The Principal and Surety bind themselves,and their heirs, administrators, executors, successors and assigns,jointly and severally to this bond. The condition of this obligation is such that if the Contractor as Principal faithfully performs the Work required by the Contract then this obligation shall be null and void;otherwise the obligation is to remain in full force and effect. Provisions of the bond shall be pursuant to the terms and provisions of Chapter 2253 and Chapter 2269 of the Texas Government Code as amended and all liabilities on this bond shall be determined in accordance with the provisions of said Chapter to the some extent as if it were copied at length herein. Venue shall lie exclusively in Nueces County, Texas for any legal action. Contractor as Principal JE Construction Services,LLC Surety U.S. Specialty Insurance Company Signature: Signature:4 '"—- Name: Name: Mistie Beck Title: VTitle: Attorney-in-Fact Email Address: C4reAi , cD)p r,y cc Email Address: mistie.beck@kandsins.com _ (Attach Power of Attorney and place surety seal below) END OF SECTION Performance Bond 0061 13-2 Everhart Road(SPID to Alameda Street) Bonds 2018 and 2020 Project No. 18015A 21052 21056 6/11/2021 DocuSign Envelope ID:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 TOK11 MAR[NE NCC POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That, U.S.SPECIALTY INSURANCE COMPANY(the"Company"), a corporation duly organized and existing under the laws of the State of Texas, and having its principal office in Houston, Harris County, Texas, does by these presents make,constitute and appoint, MISTIE BECK its true and lawful Attorney-in-fact,with full power and authority hereby conferred in its name, place and stead,to execute, acknowledge and deliverbond number 1001200324 , issued in the course of its business and to bind the Company thereby, in an amount not to exceed Twenty-nine million,three hundred eighty-five thousand, two hundred ninety-five and 00/100 ( $29,385,295.00 ). Said appointment is made under and by authority of the following resolutions of the Board of Directors of U. S. Specialty Insurance Company: "Be it Resolved,that the President,any Vice-President, any Assistant Vice-President,any Secretary or any Assistant Secretary shall be and is hereby vested with full power and authority to appoint any one or more suitable persons as Attorney(s)-in-Fact to represent and act for and on behalf of the Company subject to the following provisions: Attorney-in-Fact may be given full power and authority for and in the name of and on behalf of the Company, to execute, acknowledge and deliver, any and all bonds, recognizances, contracts, agreements or indemnity and other conditional or obligatory undertakings, including any and all consents for the release of retained percentages and/or final estimates on engineering and construction contracts, and any and all notices and documents canceling or terminating the Company's liability thereunder,and any such instruments so executed by any such Attorney-in-Fact shall be binding upon the Company as if signed by the President and sealed and effected by the Corporate Secretary. Be it Resolved, that the signature of any authorized officer and seal of the Company heretofore or hereafter affixed to any power of attorney or any certificate relating thereto by facsimile, and any power of attorney or certificate bearing facsimile signature or facsimile seal shall be valid and binding upon the Company with respect to any bond or undertaking to which it is attached."Adopted by unanimous written consent in lieu of meeting on September 151,2011. The Attorney-in-Fact named above may be an agent or a broker of the Company.The granting of this Power of Attorney is specific to this bond and does not indicate whether the Attorney-in-Fact is or is not an appointed agent of the Company. IN WITNESS WHEREOF, U.S. Specialty Insurance Company has caused its seal to be affixed hereto and executed by its Senior Vice President on this 18th day of April,2022. `. ,. State of California '�� U.S.SPECIALTY I SURANCE COMPANY , County of Los Angeles SS: '•. s By: lord lcbm V. Adam S. Pessi , Senior Vice President A Notary Public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached,and not the truthfulness, accuracy, or validity of that document. On this 18th day of April,2022,before me, Sonia O.Carrejo, a notary public, personally appeared Adam S. Pessin,Senior Vice President of U.S. Specialty Insurance Company,who proved to me on the basis of satisfactory evidence to be the person whose name is subscribed to the within instrument and acknowledged to me that he executed the same in his authorized capacity, and that by his signature on the instrument the person, or the entity upon behalf of which the person acted,executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of CALIFORNIA that the foregoing paragraph is true and correct. WITNESS my hand and official seal.. "-SON ' Naary PuDl(c Ca�ifwnla i (. •I L.Angeles Ccunry i „J Cummiuian 12198210 Signature (seal) a%xy comm.Expires Apr 2312026 I, Kio Lo, Assistant Secretary of U.S. Specialty Insurance Company, do hereby certify that the Power of Attorney and the resolution adopted by the Board of Directors of said Company as set forth above, are true and correct transcripts thereof and that neither the said Power of Attorney nor the resolution have been revoked and they are now in full force and effect. IN WITNESS WHEREOF, I have hereunto set my hand this 30th day of June 2023 Bond No. 1001200324 1..Sl. ..... V: Agency No. 17042 =_v. Y Kio Lo,Assis Secretary Visit trnhcc.corrdsurery for mo f:information HCCSOZZPOAUSSIC04/2022 DocuSign Envelope ID:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 00 61 16 PAYMENT BOND BOND NO. 1001200324 Contractor as Principal Surety Name: JE Construction Services, LLC. Name: U.S.Specialty Insurance Company Mailing address (principal place of business): Mailing address(principal place of business): 7505 Up River Road 13403 Northwest Freeway Corpus Christi,Texas 78409 Houston, TX 77040 Physical address(principal place of business): Owner 13403 Northwest Freeway Name: City of Corpus Christi,Texas Houston,TX 77040 Mailing address(principal place of business): Contracts and Procurement Surety is a corporation organized and existing 1201 Leopard Street under the laws of the state of: Texas Corpus Christi,Texas 78401 By submitting this Bond,Surety affirms its authority to do business in the State of Texas and Contract its license to execute bonds in the State of Texas. Project name and number: Telephone(main number): Project No. 18015A 21052 21056 (713)462-1000 Everhart Road (SPID to Alameda Street) Bonds 2018 and 2020 Telephone(for notice of claim): 972.772.7220 Local Agent for Surety Name: Mistie Beck Award Date of the Contract: June 27,2023 Address: 2255 Ridge Road, Ste 333 Contract Price: $29,385,295.00 Rockwall,TX 75087 Bond Telephone: 972.772.7220 Email Address: mistie.beck@kandsins.com Date of Bond: June 30,2023 The address of the surety company to which any (Dote of Bond cannot be earlier than Award Date notice of claim should be sent may be obtained of Contract) from the Texas Dept. of Insurance by calling the following toll free number.1-800-252-3439 Payment Bond Form 006116-1 Everhart Road(SPID to Alameda Street) Bonds 2018 and 2020 Project No. 18015A 21052 21056 6/11/2021 DocuSign Envelope ID:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 Surety and Contractor, intending to be legally bound and obligated to Owner do each cause this Payment Bond to be duly executed on its behalf by its authorized officer,agent or representative. The Principal and Surety bind themselves, and their heirs, administrators, executors,successors and assigns,jointly and severally to this bond. The condition of this obligation is such that if the Contractor as Principal pays all claimants providing labor or materials to him or to a Subcontractor in the prosecution of the Work required by the Contract then this obligation shall be null and void;otherwise the obligation is to remain in full force and effect. Provisions of the bond shall be pursuant to the terms and provisions of Chapter 2253 and Chapter 2269 of the Texas Government Code as amended and all liabilities on this bond shall be determined in accordance with the provisions of said Chapter to the same extent as if it were copied at length herein. Venue shall lie exclusively in Nueces County, Texas for any legal action. Contractor as Principal JE Construction Services,LLC Surety U.S. §pecialty Iurnce Company Signature: Signature: Name: G r Name: Mistie Beck Title: VP Title: Attorney-in-Fact Email Address: cAt-lch VA"r- %e C.5 Cr Email Address: mistie.beck@kandsins.com V- (Attach Power of Attorney and place surety seal below) END OF SECTION Payment Bond Form 006116-2 Everhart Road(SPID to Alameda Street)Bonds 2018 and 2020 Project No. 18015A 21052 21056 6/11/2021 DocuSign Envelope ID:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 TOKIOMARINE HCC POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That, U.S.SPECIALTY INSURANCE COMPANY(the"Company"), a corporation duly organized and existing under the laws of the State of Texas, and having its principal office in Houston, Harris County, Texas, does by these presents make,constitute and appoint, MISTIE BECK its true and lawful Attorney-in-fact,with full power and authority hereby conferred in its name, place and stead,to execute, acknowledge and deliver bond number 1001200324 , issued in the course of its business and to bind the Company thereby, in an amount not to exceed Twenty-nine million,three hundred eighty-five thousand,two hundred ninety-five and 00/100 ( $29,385,295.00 ). Said appointment is made under and by authority of the following resolutions of the Board of Directors of U. S. Specialty Insurance Company: "Be it Resolved,that the President, any Vice-President, any Assistant Vice-President,any Secretary or any Assistant Secretary shall be and is hereby vested with full power and authority to appoint any one or more suitable persons as Attorney(s)-in-Fact to represent and act for and on behalf of the Company subject to the following provisions: Attorney-in-Fact may be given full power and authority for and in the name of and on behalf of the Company, to execute, acknowledge and deliver, any and all bonds, recognizances, contracts, agreements or indemnity and other conditional or obligatory undertakings, including any and all consents for the release of retained percentages and/or final estimates on engineering and construction contracts, and any and all notices and documents canceling or terminating the Company's liability thereunder,and any such instruments so executed by any such Attorney-in-Fact shall be binding upon the Company as if signed by the President and sealed and effected by the Corporate Secretary. Be it Resolved, that the signature of any authorized officer and seal of the Company heretofore or hereafter affixed to any power of attorney or any certificate relating thereto by facsimile, and any power of attorney or certificate bearing facsimile signature or facsimile seal shall be valid and binding upon the Company with respect to any bond or undertaking to which it is attached."Adopted by unanimous written consent in lieu of meeting on September 1St,2011. The Attorney-in-Fact named above may be an agent or a broker of the Company.The granting of this Power of Attorney is specific to this bond and does not indicate whether the Attorney-in-Fact is or is not an appointed agent of the Company. IN WITNESS WHEREOF, U.S. Specialty Insurance Company has caused its seal to be affixed hereto and executed by its Senior Vice President on this 18th day of April,2022. \,,\\"'wsUra;lrr,,,- State of California =��` U.S.SPECIALTY 11NISURANCE COMPANY =tom.'• Y �`c B a County of Los Angeles SS: s y: Adam S. Pessi , Senior Vice President A Notary Public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness,accuracy, or validity of that document. On this 18th day of April,2022,before me, Sonia O.Carrejo,a notary public, personally appeared Adam S. Pessin,Senior Vice President of U.S.Specialty Insurance Company,who proved to me on the basis of satisfactory evidence to be the person whose name is subscribed to the within instrument and acknowledged to me that he executed the same in his authorized capacity, and that by his signature on the instrument the person,or the entity upon behalf of which the person acted,executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of CALIFORNIA that the foregoing paragraph is true and correct. WITNESS my hand and official seal.. SOMA O.CARRs 74 t 'r Naar.Public•(anemia <_ '1 Loi AMWes county t Signature (Seal) Cartmissi`#2398710 s Apr23,2 g Ay Camm.Expiresnpr 23,1675 I, Kio Lo, Assistant Secretary of U.S. Specialty Insurance Company, do hereby certify that the Power of Attorney and the resolution adopted by the Board of Directors of said Company as set forth above, are true and correct transcripts thereof and that neither the said Power of Attorney nor the resolution have been revoked and they are now in full force and effect. IN WITNESS WHEREOF, I have hereunto set my hand this 30th day of June 2023 ``\\\\\tilt l'.:iil///• Bond No. 1001200324 Agency No. 17042 r� Kio Lo,Assis&aSecretary V sit':mhcc.comisurety for more information HCCSOZZPOAUSSIC04/2022 DocuSign Envelope ID:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 TOKIOMARINE HCC Fraud Warnings and Privacy Notice Fraud Warnings Any person who knowingly presents a false or fraudulent claim for payment of a loss or benefit or knowingly presents false information in an application for insurance is guilty of a crime and may be subject to fines and confinement in prison. APPLICABLE IN ALABAMA Any person who knowingly presents a false or fraudulent claim for payment of a loss or benefit or who knowingly presents false information in an application for insurance is guilty of a crime and may be subject to restitution, fines or confinement in prison, or any combination thereof. APPLICABLE IN ARKANSAS, LOUISIANA AND WEST VIRGINIA Any person who knowingly presents a false or fraudulent claim for payment of a loss or benefit or knowingly presents false information in an application for insurance is guilty of a crime and may be subject to fines and confinement in prison. APPLICABLE IN CALIFORNIA For your protection California law requires the following to appear on this form. Any person who knowingly presents false or fraudulent information to obtain or amend insurance coverage or to make a claim for the payment of a loss is guilty of a crime and may be subject to fines and confinement in state prison. APPLICABLE IN COLORADO It is unlawful to knowingly provide false, incomplete, or misleading facts or information to an insurance company for the purpose of defrauding or attempting to defraud the company. Penalties may include imprisonment,fines, denial of insurance, and civil damages.Any insurance company or agent of an insurance company who knowingly provides false, incomplete, or misleading facts or information to a policyholder or claimant for the purpose of defrauding or attempting to defraud the policyholder or claimant with regard to a settlement of award payable from insurance proceeds shall be reported to the Colorado Division of Insurance within the Department of Regulatory Agencies. APPLICABLE IN THE DISTRICT OF COLUMBIA WARNING: It is a crime to provide false or misleading information to an insurer forthe purpose of defrauding the insurer or any other person. Penalties include imprisonment and/or fines. In addition, an insurer may deny insurance benefits, if false information materially related to a claim was provided by the applicant. APPLICABLE IN FLORIDA Any person who knowingly and with intent to injure, defraud, or deceive any insurer files a statement of claim or an application containing any false, incomplete, or misleading information is guilty of a felony of the third degree. APPLICABLE IN HAWAII For your protection, Hawaii law requires you to be informed that presenting a fraudulent claim for payment of a loss or benefit is a crime punishable by fines or imprisonment,or both. APPLICABLE IN KANSAS Any person who, knowingly and with intent to defraud, presents, causes to be presented or prepares with knowledge or belief that it will be presented to or by an insurer, purported insurer, broker or any agent thereof, any written statement as part of, or in support of, an application for the issuance of, or the rating of an insurance policy for personal or commercial insurance, or a claim for payment or other benefit pursuant to an insurance policy for commercial or personal insurance which such person knows to contain materially false information concerning any fact material thereto;or conceals, for the purpose of misleading, information concerning any fact material thereto commits a fraudulent insurance act. APPLICABLE IN KENTUCKY Any person who knowingly and with intent to defraud any insurance company or other person files an application for insurance containing any materially false information or conceals, for the purpose of misleading, information concerning any fact material thereto commits a fraudulent insurance act, which is a crime. APPLICABLE IN MAINE It is a crime to knowingly provide false, incomplete or misleading information to an insurance company for the purpose of defrauding the company. Penalties may include imprisonment, fines or denial of insurance benefits. TMHCCZZM_FRAUDPRIVACY01/2023 DocuSign Envelope ID:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 TOK10 MARINE .. HCC Fraud Warnings and Privacy Notice APPLICABLE IN MARYLAND Any person who knowingly or willfully presents a false or fraudulent claim for payment of a loss or benefit or who knowingly or willfully presents false information in an application for insurance is guilty of a crime and may be subject to fines and confinement in prison. APPLICABLE IN MINNESOTA Any person who files a claim with intent to defraud or helps commit a fraud against an insurer is guilty of a crime. APPLICABLE IN NEW JERSEY Any person who includes any false or misleading information on an application for an insurance policy is subject to criminal and civil penalties. APPLICABLE IN OHIO Any person who,with intent to defraud or knowing that he/she is facilitating a fraud against an insurer,submits an application or files a claim containing a false or deception statement is guilty of insurance fraud. APPLICABLE IN OKLAHOMA WARNING: Any person who knowingly, and with intent to injure, defraud or deceive any insurer, makes any claim for the proceeds of an insurance policy containing any false, incomplete or misleading information is guilty of a felony. APPLICABLE IN OREGON Material misstatements, misrepresentations, omissions or concealments by an insured that are fraudulent or material to the insurance contract, the risk assumed, or the interests of an insurer and are relied upon by an insurer may result in policy rescission,cancellation, or denial of claim. APPLICABLE IN TENNESSEE,VIRGINIA AND WASHINGTON It is a crime to knowingly provide false, incomplete or misleading information to an insurance company for the purpose of defrauding the company. Penalties include imprisonment, fines or denial of insurance benefits. APPLICABLE IN VERMONT Any person who knowingly presents a false statement in an application for insurance may be guilty of a criminal offense and subject to penalties under state law. NOTICE TO NEW YORK APPLICANTS: Any person who knowingly and with intent to defraud any insurance company or other person files an application for insurance or statement of claim containing any materially false information or conceals for the purpose of misleading, information concerning any fact material thereto, commits a fraudulent insurance act, which is a crime, and shall also be subject to a civil penalty not to exceed five thousand dollars and the stated value of the claim for each such violation. TMHCCZZM_FRAUDPRI VACY01/2023 DocuSign Envelope ID:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 TEXAS COMPLAINT NOTICE IMPORTANT NOTICE AVISO IMPORTANTE To obtain information or make a complaint: Para obtener informacion o para someter una queja: 1. You may contact your agent. 1. Puede comunicarse con su agente. 2. You may call the company's toll free telephone 2. Usted puede Ilamar al numero de telefono gratis number for information or to make a complaint at: de la compania's para informacion o para someter una queja al: 1-800-486-6695 1-800-486-6695 3. You may also write to the company at: 3. Usted tambien puede escribir a la compania: 4. You may contact the Texas Department of 4. Puede comunicarse con el Departamento de Insurance to obtain information on companies, Seguros de Texas para obtener informacion coverages, rights, or complaints at: acerca de companias, coberturas, derechos, o i quejas al: 1-800-252-3439 1-800-252-3439 5. You may write to the Texas Department of 5. Puede escribir al Departamento de Seguros de Insurance at: Texas al: Consumer Protection (111-1A) Consumer Protection (111-1A) P.O. Box 12030 P.O. Box 12030 Austin, Texas 78711-2030 Austin, Texas 78711-2030 Fax No. 512-490-1007 Fax No. 512-490-1007 Web: www.tdi.texas.gov Web: www.tdi.texas.gov E-mail: Cons umerProtection@tdi.texas.gov E-mail: ConsumerProtection@tdi.texas.gov I PREMIUM OR CLAIM DISPUTES: DISPUTAS SOBRE PRIMAS O RECLAMOS: Should you have a dispute concerning your premium Si tiene una disputa concerniente a su prima o a un or about a claim you should contact the agent or the reclamo, debe comunicarse con el agente o la company first. If the dispute is not resolved, you may compania primero. Si no se resuelve la disputa, contact the Texas Department of Insurance. puede entonces comunicarse con el departamento (TDI). ATTACH THIS NOTICE TO YOUR POLICY UNA ESTE AVISO A SU POLIZA This notice is for information only and does not Esta aviso es solo para proposito de informacion y no become a part or condition of the attached document. se convierte en parte o condition del documento adj u nto. J HCC SOTX_CO MP LAI NT2023/06 DocuSign Envelope ID:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 ,�vs car 0 kCo PQR h7�� x8'52 00 52 23 AGREEMENT This Agreement, for the Project awarded on June 27,2023, is between the City of Corpus Christi (Owner) and JE Construction Services, LLC(Contractor). Owner and Contractor agree as follows: ARTICLE 1—WORK 1.01 Contractor shall complete all Work as specified or indicated in the Contract Documents. The Work is generally described as: Everhart Road (SPID to Alameda Street) Bonds 2018 and 2020 Project No. 18015A, 21052, &21056 ARTICLE 2—DESIGNER AND OWNER'S AUTHORIZED REPRESENTATIVE 2.01 The Project has been designed by: Freese and Nichols, Inc. 800 N.Shoreline Blvd.,Suite 160ON Corpus Christi,TX 78401 nac@freese.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 720 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 750 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 Everhart Road (SPID to Alameda Street) Bonds 2018 and 2020 Rev 12/2021 Project No. 18015A,21052,&21056 DocuSign Envelope ID:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 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 $3,000 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$500 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 $ 29,385,295.00 ARTICLE 5—PAYMENT PROCEDURES 5.01 Submit Applications for Payment in accordance with Article 17 of the General Conditions. Applications for Payment will be processed by the OAR as provided in the General Conditions. Agreement 005223-2 Everhart Road (SPID to Alameda Street) Bonds 2018 and 2020 Rev 12/2021 Project No. 18015A,21052,&21056 DocuSign Envelope ID:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 5.02 Progress Payments; Retainage: A. The Owner will make progress payments on or about the 25th day of each month during performance of the Work. Payment is based on Work completed in accordance with the Schedule of Values established as provided in the General Conditions. B. Progress payments equal to the full amount of the total earned value to date for completed Work minus the retainage listed below and properly stored materials will be made prior to Substantial Completion. 1. The standard retainage is 5 percent. C. Payment will be made for the amount determined per Paragraph 5.02.13, less the total of payments previously made and less set-offs determined in accordance with Paragraph 17.01 of the General Conditions. D. At the Owner's option, Owner may pay Contractor 100 percent of the Work completed, less amounts withheld in accordance with Paragraph 17.01 of the General Conditions and less 200 percent of OAR's estimate of the value of Work to be completed or corrected to reach Substantial Completion. Owner may, at its sole discretion, elect to hold retainage in the amounts set forth above for progress payments prior to Substantial Completion if Owner has concerns with the ability of the Contractor to complete the remaining Work in accordance with the Contract Documents or within the time frame established by this Agreement. Release or reduction in retainage is contingent upon and consent of surety to the reduction in retainage. 5.03 Owner will pay the remainder of the Contract Price as recommended by OAR in accordance with Paragraph 17.16 of the General Conditions upon Final Completion and acceptance of the Work. ARTICLE 6—INTEREST ON OVERDUE PAYMENTS AND RETAINAGE 6.01 The Owner is not obligated to pay interest on overdue payments except as required by Texas Government Code Chapter 2251. Invoices must comply with Article 17 of the General Conditions. 6.02 Except as specified in Article 5, the Owner is not obligated to pay interest on moneys not paid except as provided in Texas Government Code Chapter 2252. ARTICLE 7—CONTRACTOR'S REPRESENTATIONS 7.01 The Contractor makes the following representations: A. The Contractor has examined and carefully studied the Contract Documents and the other related data identified in the Bidding Documents. B. The Contractor has visited the Site and become familiar with and is satisfied as to the general, local, and Site conditions that may affect cost, progress, and performance of the Work. C. The Contractor is familiar with Laws and Regulations that may affect cost, progress, and performance of the Work. D. The Contractor has carefully studied the following Site-related reports and drawings as identified in the Supplementary Conditions: 1. Geotechnical Data Reports regarding subsurface conditions at or adjacent to the Site; Agreement 005223-3 Everhart Road (SPID to Alameda Street) Bonds 2018 and 2020 Rev 12/2021 Project No. 18015A,21052,&21056 DocuSign Envelope ID:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 2. Drawings of physical conditions relating to existing surface or subsurface structures at the Site; 3. Underground Facilities referenced in reports and drawings; 4. Reports and drawings relating to Hazardous Environmental Conditions, if any, at or adjacent to the Site; and 5. Technical Data related to each of these reports and drawings. E. The Contractor has considered the: 1. Information known to Contractor; 2. Information commonly known to contractors doing business in the locality of the Site; 3. Information and observations obtained from visits to the Site; and 4. The Contract Documents. F. The Contractor has considered the items identified in Paragraphs 7.01.D and 7.01.E with respect to the effect of such information, observations, and documents on: 1. The cost, progress, and performance of the Work; 2. The means, methods, techniques, sequences, and procedures of construction to be employed by Contractor; and 3. Contractor's safety precautions and programs. G. Based on the information and observations referred to in the preceding paragraphs, Contractor agrees that no further examinations, investigations, explorations, tests, studies, or data are necessary for the performance of the Work at the Contract Price, within the Contract Times, and in accordance with the other terms and conditions of the Contract Documents. H. The Contractor is aware of the general nature of Work to be performed by Owner and others at the Site that relates to the Work as indicated in the Contract Documents. I. The Contractor has correlated the information known to the Contractor, information and observations obtained from visits to the Site, reports and drawings identified in the Contract Documents, and all additional examinations, investigations, explorations, tests, studies, and data with the Contract Documents. J. The Contractor has given the OAR written notice of all conflicts, errors, ambiguities, or discrepancies that the Contractor has discovered in the Contract Documents,and the written resolution provided by the OAR is acceptable to the Contractor. K. The Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performance and furnishing of the Work. L. Contractor's entry into this Contract constitutes an incontrovertible representation by Contractor that without exception all prices in the Agreement are premised upon performing and furnishing the Work required by the Contract Documents. M. CONTRACTOR SHALL INDEMNIFY, DEFEND AND HOLD HARMLESS THE OWNER'S INDEMNITEES IN ACCORDANCE WITH PARAGRAPH 7.14 OF THE GENERAL CONDITIONS AND THE SUPPLEMENTARY CONDITIONS. Agreement 005223-4 Everhart Road (SPID to Alameda Street) Bonds 2018 and 2020 Rev 12/2021 Project No. 18015A,21052,&21056 DocuSign Envelope ID:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 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 Everhart Road (SPID to Alameda Street) Bonds 2018 and 2020 Rev 12/2021 Project No. 18015A,21052,&21056 DocuSign Envelope ID:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 ARTICLE 10—CONTRACT DOCUMENT SIGNATURES ATTEST CITY OF CORPUS CHRISTI rS DocuSigned by: DocuSigned by: be�, 7/17/2023 7/14/2023 Rebecca Huerta Jeffrey E monds, P.E. City Secretary Director of Engineering Services ord.033085 AUTHORIZED 6/27/2023 APPROVED AS TO LEGAL FORM: BY COUNCIL FDocuSigned by: DS � 7/14/2023 r;/sb Assistant City Attorney ATTEST(IF CORPORATION) CONTRACTOR DocuSigned by: Fa�-a vAA4 via'y' 7/13/2023 ASE�IID41.4647^... (Seal Below) By: Grant Dietze Note: Attach copy of authorization to sign if Title: Vice President person signing for CONTRACTOR is not President Vice President Chief Executive Officer, or Chief 7505 Up River Road Financial Officer Address Corpus Christi Texas 78409 City State Zip 361-289-2901 361-289-2904 Phone Fax grant@jecs.cc email END OF SECTION Agreement 005223-6 Everhart Road (SPID to Alameda Street) Bonds 2018 and 2020 Rev 12/2021 Project No. 18015A,21052,&21056 DocuSign Envelope ID: 9F2F7925-7539-4482-B6AB-8AF8F7AC5E71 BB 30 01 BiD FORM .. Project. Marne; Everhart Road—S.P,I.D.to AVarrneda Street: Project Number: 1.8015A, 210652,21056 [De ner; Ciity mal'Corpus Christi ..... AIB: Brett pian Hazel,Assistant Director of Engineering Services: Construction Mana ern�oent sinern Fu°ease anti NichoVs, Iu.c 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 iinto a Contract with the Owner and complete the Work in accordance with the Contract Documents for the Bid price, ,, Bidder: , °�, '°'� � �w ,,,,,,,,,,,,,,,,,,,,,,, (fnaii legal rnmsrrae of Bidder) Signature: ~° ,w � (signature ofperson with authority to bind the Bidder) Name: (printed mare of person signing Bid Form) Title: (title of person signing Bid Form) Attest: a (signature) State of Residency: Federal Tx ID No. 17 0 05 Address for Notices: ' phron ErnaiV; .Cc ADIDVvfa�rbUM 1 Bid Forrn P i ��,HIMEN I. , 00 30 011.-Page 1.of 1.01 Everhart Road-&PA.D.to Alarnecia St. Project No,18Cn1.5A,2I.052,21056 SHED G �:� � Rev 8/2019 DocuSign Envelope ID:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 PID to Alameda)Bond 201... Report Created On:5/17/2023 7:35:43 PM BID TOTALS BASE BID 2 CONCRETE Total Part A- General $1,899,942.00 Part B-Street Improvements $8,323,666.00 Part C- RTA Improvements $19,700.00 Part D-ADA Improvements $699,093.00 Part E-I.T. Improvements $162,094.00 Part F-Signalization Improvemements $1,500,183.00 Part G-Storm Water Drainage Improvements $3,681,676.00 Part H-Water Improvements $7,716,311.00 Part I-Wastewater Improvements $1,486,623.00 Part G- Gas Improvements $365,883.00 Part K- Environmental Improvements $50,000.00 Part L-S.P.I.D. Intersection Waterline Improvements $3,480,124.00 Total $29,385,295.00 DocuSign Envelope ID:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 PID to Alameda)Bond 201... Report Created On:5/17/2023 7:35:43 PM Part A-General No. Description Unit Qty Unit Price Ext Price 2-A1 Mobilization (Max 5% Part A) LS 1 $62,000.00 $62,000.00 2-A2 Bonds and Insurance(Max 2%) LS 1 $158,000.00 $158,000.00 2-A3 Clear Right-of-Way AC 14 $43,000.00 $602,000.00 2-A4 Ozone Day DAY 4 $1.00 $4.00 2-A5 Survey Monument EA 2 $1,250.00 $2,500.00 2-A6 Traffic Control Mobilization/Adjustments LS 1 $387,000.00 $387,000.00 2-A7 Traffic Control Items(Signs, Barricades, MO 24 $3,500.00 $84,000.00 Channelizing Devices, LPCBs,etc.) 2-A8 Arrow Boards for Traffic Control EA 4 $6,700.00 $26,800.00 DocuSign Envelope ID:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 PID to Alameda)Bond 201... Report Created On:5/17/2023 7:35:43 PM 2-A9 Message Boards for Traffic Control (Full EA 5 $25,000.00 $125,000.00 Matrix) 2-A10 Temporary Signalization for Traffic LS 1 $60,000.00 $60,000.00 Control 2-A11 Temporary Pavement for Detours SY 5000 $52.00 $260,000.00 2-Al2 Block Sodding SY 6180 $11.00 $67,980.00 2-A13 Silt Fence for Storm Water Pollution LF 9352 $4.00 $37,408.00 Prevention 2-A14 Curb Inlet Protection EA 57 $250.00 $14,250.00 2-A15 Storm Water Pollution Prevention Plan LS 1 $13,000.00 $13,000.00 Subtotal: $1,899,942.00 Part B-Street Improvements No. Description Unit Qty Unit Price Ext Price 2-131 Mobilization (Max 5% Part B) LS 1 $167,500.00 $167,500.00 2-132 Street Excavation SY 49781 $15.00 $746,715.00 2-133 12" Compacted Subgrade SY 49781 $6.00 $298,686.00 2-134 7"Crushed Limestone Flexible Base SY 49781 $29.00 $1,443,649.00 (Type A,Gr. 1-2) 2-135 9"Thick Continuously Reinforced SY 47965 $95.00 $4,556,675.00 Concrete Pavement 2-136 3" HMACP(Type D)Surface Course SY 250 $77.00 $19,250.00 2-137 4.5" HMACP(Type B) Base Course SY 250 $84.00 $21,000.00 2-138 Geogrid(Tensar TX-5) SY 500 $15.00 $7,500.00 2-139 16" Crushed Limestone Flexible Base SY 500 $70.00 $35,000.00 (Type A,Gr. 1-2) 2-1310 Prime Coat(0.15 GAL/SY) GAL 38 $43.00 $1,634.00 2-1311 6"Concrete Driveway(Class A) SF 36712 $14.50 $532,324.00 2-1312 6"Concrete Driveway(Class HES) SF 6000 $15.00 $90,000.00 2-1313 Concrete Median SF 2743 $11.00 $30,173.00 2-1314 2" Mill and Overlay SY 530 $60.00 $31,800.00 2-1315 6" Header Curb(Type B) LF 100 $11.00 $1,100.00 2-1316 Unanticipated Concrete Driveway SF 250 $3.00 $750.00 Removal DocuSign Envelope ID:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 PID to Alameda)Bond 201... Report Created On:5/17/2023 7:35:43 PM 2-1317 Asphalt Pavement Repair(Type 1) SY 500 $93.00 $46,500.00 2-1318 Asphalt Pavement Repair(Parking Lots) SF 3000 $14.00 $42,000.00 2-1319 6"Concrete Pavement Repair(Parking SF 2500 $11.00 $27,500.00 Lots) 2-1320 Adjust Existing Manhole to Finish Grade EA 3 $2,700.00 $8,100.00 2-1321 REFL PAV MRKTY C HEAT APPLIED EA 63 $190.00 $11,970.00 PREFAB PREFORMED THERMOPLASTIC (W)(ARROW)(125MIL)WITH PRIMER SEALER 2-1322 REFL PAV MRKTY C HEAT APPLIED EA 14 $300.00 $4,200.00 PREFAB PREFORMED THERMOPLASTIC (W)(WORD)(125MIL)WITH PRIMER SEALER 2-1323 REFL PAV MRKTY I(Y)4"(BRK)(090MIL) LF 1800 $1.00 $1,800.00 WITH PRIMER SEALER 2-1324 REFL PAV MRKTY I(Y)4"(SLD)(090MIL) LF 8401 $1.00 $8,401.00 WITH PRIMER SEALER 2-1325 REFL PAV MRK TY I(Y) LF 1785 $2.00 $3,570.00 4"(SLD)(DBL)(090MIL)WITH PRIMER SEALER 2-1326 REFL PAV MRKTY I(W)4"(BRK)(090MIL) LF 3120 $1.00 $3,120.00 WITH PRIMER SEALER 2-1327 REFL PAV MRKTY I(W)4"(SLD)(090MIL) LF 207 $1.00 $207.00 WITH PRIMER SEALER 2-1328 REFL PAV MRK TY I(W)4"(DOTTED)(2' LF 260 $1.00 $260.00 SEG,4'GAP)(090MIL)WITH PRIMER SEALER 2-1329 PAV MRK TY I(BLACK)(4")(BRK) LF 3120 $5.00 $15,600.00 (SHADOW)(090MIL)WITH PRIMER- SEALER 2-1330 REFL PAV MRKTY I(W)8"(SLD)(090MIL) LF 1350 $2.00 $2,700.00 WITH PRIMER SEALER 2-1331 REFL PAV MRKTY C HEATAPPLIED LF 400 $20.00 $8,000.00 PREFAB PREFORMED THERMOPLASTIC (W)24"(SLD)(125MIL)WITH PRIMER SEALER 2-1332 TY II-C Raised Pavement Marker EA 325 $6.00 $1,950.00 (Reflectorized) 2-1333 TY II-A-A Raised Pavement Marker EA 250 $6.00 $1,500.00 (Reflectorized) DocuSign Envelope ID:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 PID to Alameda)Bond 201... Report Created On:5/17/2023 7:35:43 PM 2-1334 TY II-B-B Raised Pavement Marker EA 46 $7.00 $322.00 (Reflectorized) 2-1335 Furnish and Install Street Sign Assembly EA 2 $980.00 $1,960.00 w/Stop Sign Only 2-1336 Furnish and Install Street Sign Assembly EA 12 $1,100.00 $13,200.00 w/9" Blades(Green)and Stop Sign 2-1337 Furnish And Install Roadside Traffic Sign EA 39 $950.00 $37,050.00 And Sign Support Assembly(Triangular Slipbase System) 2-1338 Allowance for Unanticipated Street- LS 1 $100,000.00 $100,000.00 Related Improvements Subtotal: $8,323,666.00 Part C- RTA Improvements No. Description Unit Qty Unit Price Ext Price 2-C1 Mobilization (Max 5% Part C) LS 1 $800.00 $800.00 2-C2 5" Pedestrian Concrete Bus Stop Pad SF 1350 $14.00 $18,900.00 Subtotal: $19,700.00 Part D-ADA Improvements No. Description Unit Qty Unit Price Ext Price 2-D1 Mobilization (Max 5% Part D) LS 1 $18,000.00 $18,000.00 2-D2 4"Thick Concrete Sidewalk SF 50548 $9.50 $480,206.00 2-D3 Concrete Curb Ramp SF 4328 $34.00 $147,152.00 2-D4 Sidewalk Retaining Curb LF 535 $21.00 $11,235.00 2-D5 REFL PAV MRKTY C HEATAPPLIED LF 650 $20.00 $13,000.00 PREFAB PREFORMED THERMOPLASTIC (W)(24")(SLD)(125MIL)WITH PRIMER- SEALER 2-D6 REFL PAV MRKTY C HEATAPPLIED LF 1300 $10.00 $13,000.00 PREFAB PREFORMED THERMOPLASTIC (BLACK)(6")(SHADOW)(125MIQ WITH PRIMER-SEALER 2-D7 Unanticipated Concrete Sidewalk SF 500 $3.00 $1,500.00 Removal 2-D8 Allowance for Unanticipated ADA LS 1 $15,000.00 $15,000.00 Improvements DocuSign Envelope ID:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 PID to Alameda)Bond 201... Report Created On:5/17/2023 7:35:43 PM Subtotal: $699,093.00 Part E-I.T.Improvements No. Description Unit Qty Unit Price Ext Price 2-E1 Mobilization (Max 5% Part E) LS 1 $8,000.00 $8,000.00 2-E2 2" PVC Schedule 40 IT Conduit with Mule LF 7200 $15.00 $108,000.00 Tape 2-E3 2" PVC Schedule 40 IT Conduit with Mule LF 262 $37.00 $9,694.00 Tape(BORE) 2-E4 24"x36"x24" Pullbox(Handhole) EA 14 $2,600.00 $36,400.00 Subtotal: $162,094.00 Part F-Signalization Improvemements No. Description Unit Qty Unit Price Ext Price 2-F1 Mobilization (Max 5% Part F) LS 1 $69,000.00 $69,000.00 2-F2 Drill Shaft(Trf.Sig. Pole)(24") LF 119 $167.00 $19,873.00 2-F3 Pedestal Pole Spread Footing(Burney EA 1 $1,500.00 $1,500.00 Drive) 2-F4 Drill Shaft(Trf.Sig. Pole)(36") LF 226 $350.00 $79,100.00 2-F5 Conduit(PVC)(Sch.40)(2") LF 362 $25.00 $9,050.00 2-F6 Conduit(PVC)(Sch.40)(2")(Bore) LF 1575 $37.00 $58,275.00 2-F7 Conduit(PVC)(Sch.40)(3") LF 520 $31.00 $16,120.00 2-F8 Conduit(PVC)(Sch.40)(4") LF 179 $37.00 $6,623.00 2-F9 Conduit(PVC)(Sch.40)(4")(Bore) LF 1402 $51.00 $71,502.00 2-F10 Elec. Condr.(No. 6)Bare LF 37 $3.00 $111.00 2-F11 Elec. Condr.(No. 6)Insulated LF 74 $3.00 $222.00 2-F12 Elec. Condr.(No.8)Insulated LF 2252 $2.00 $4,504.00 2-F13 Tray Cable(3 Condr.)(12 AWG) LF 3155 $3.00 $9,465.00 2-F14 Luminaire Cbl.(12 AWG)(2 Condr.)W/ LF 903 $2.00 $1,806.00 Ground 2-F15 Ground Box Type D(162922)W/Apron EA 20 $1,700.00 $34,000.00 2-F16 Install Highway Traffic Signal (Isolated) EA 4 $6,800.00 $27,200.00 DocuSign Envelope ID:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 PID to Alameda)Bond 201... Report Created On:5/17/2023 7:35:43 PM 2-F17 Louvered Vacuum Formed ABS Back EA 30 $220.00 $6,600.00 Plate(12")(3 SEC)with 3M, 2"Yellow Reflective Tape 2-F18 Louvered Vacuum Formed ABS Back EA 13 $240.00 $3,120.00 Plate(12")(4 SEC)with 3M,2"Yellow Reflective Tape 2-F19 Veh. Sig.Sec.(12") LED (Grn.) EA 30 $355.00 $10,650.00 2-F20 Veh. Sig.Sec.(12") LED (Yel.) EA 30 $355.00 $10,650.00 2-F21 Veh. Sig.Sec.(12") LED (Red) EA 30 $355.00 $10,650.00 2-F22 Veh. Sig.Sec.(12") LED (Grn.Arrow) EA 13 $355.00 $4,615.00 2-F23 Veh. Sig.Sec.(12") LED (Yel.Arrow) EA 26 $355.00 $9,230.00 2-F24 Veh. Sig.Sec.(12") LED (Red Arrow) EA 13 $355.00 $4,615.00 2-F25 Trf.Sig. Cbl.(Type A)(12 AWG)(2 Condr.) LF 3302 $2.00 $6,604.00 2-F26 Trf.Sig. Cbl.(Type A)(14 AWG)(4 Condr.) LF 2972 $2.00 $5,944.00 2-F27 Trf.Sig. Cbl.(Type A)(14 AWG)(5 Condr.) LF 320 $3.00 $960.00 2-F28 Trf.Sig. Cbl.(Type A)(14 AWG)(7 Condr.) LF 1087 $3.00 $3,261.00 2-F29 Trf.Sig. Cbl.(Type A)(14 AWG)(16 LF 2048 $10.00 $20,480.00 Condr.) 2-F30 Ins.Trf.Sig. PL AM (S) 1 Arm(20') Lum. EA 1 $13,000.00 $13,000.00 2-F31 Ins.Trf.Sig. PL AM (S) 1 Arm(36') EA 1 $14,000.00 $14,000.00 2-F32 Ins.Trf.Sig. PL AM (S) 1 Arm(36') Lum. EA 1 $16,000.00 $16,000.00 2-F33 Ins.Trf.Sig. PL AM (S) 1 Arm(40') EA 3 $15,000.00 $45,000.00 2-F34 Ins.Trf.Sig. PL AM (S) 1 Arm(44') EA 6 $16,000.00 $96,000.00 2-F35 Ins.Trf.Sig. PL AM (S) 1 Arm(44') Lum. EA 2 $18,000.00 $36,000.00 2-F36 Ped. Detect Push Button (APS)w/R10-3E EA 28 $1,000.00 $28,000.00 sign(Polara INS APS with iDetect) 2-F37 Polara Ped Detector Controller Unit EA 4 $5,000.00 $20,000.00 (ICCU-S2)and Interconnect Board (iN2- iCB) 2-F38 Ped.Sig.Sec.(LED)(Countdown) EA 28 $700.00 $19,600.00 2-F39 Ped. Pole Assembly EA 18 $1,400.00 $25,200.00 2-F40 Radar Presence Detector(Wavetronix EA 15 $9,300.00 $139,500.00 Smartsensor Matrix) 2-F41 Wavetronix Click 656 Cabinet Interface EA 4 $9,000.00 $36,000.00 DocuSign Envelope ID:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 PID to Alameda)Bond 201... Report Created On:5/17/2023 7:35:43 PM Device 2-F42 Radar Presence Detector Comm.& LF 2111 $4.00 $8,444.00 Power Cable(Smartsensor 6/C) 2-F43 Mast Arm Damper(Valmont Mitigator EA 14 $3,400.00 $47,600.00 TRI) 2-F44 Camera PTZ(Axis P5655-E PTZ, 1080P, EA 4 $4,700.00 $18,800.00 WDR,x32, IP66, Dome Network Camera) including mounting equipment 2-F45 Ethernet Cable CAT 5E for PTZ LF 903 $3.00 $2,709.00 2-F46 Electrical Service and Cabinet EA 4 $6,800.00 $27,200.00 2-F47 ILSN (LED)8S(Duralight JXM-STN)(Rigid EA 15 $4,000.00 $60,000.00 Back Mount) 2-F48 Controller Cabinet(TS-2)with Extension EA 4 $19,000.00 $76,000.00 2-F49 Controller Foundation EA 4 $2,900.00 $11,600.00 2-F50 Controller Econolite Cobalt ATC 1000 EA 4 $5,300.00 $21,200.00 2-F51 MMU2-16LEip With Ethernet Port EA 4 $2,100.00 $8,400.00 2-F52 Miovision TrafficLink Detection(To EA 4 $40,000.00 $160,000.00 Include Smartview 360 and Core DCM) 2-F53 Alpha FXM HP 1100 Rugged UPS Module EA 4 $9,800.00 $39,200.00 with 48"Outdoor BBS Enclosure(SE48- 1616)(To Include All System Options) 2-F54 Allowance for Unanticipated LS 1 $25,000.00 $25,000.00 Signalization Improvements Subtotal: $1,500,183.00 Part G-Storm Water Drainage Improvements No. Description Unit Qty Unit Price Ext Price 2-G1 Mobilization (Max 5% Part G) LS 1 $180,000.00 $180,000.00 2-G2 12" Dia. RCP(Class III) LF 9 $171.00 $1,539.00 2-G3 15" Dia. RCP(Class III) LF 4 $184.00 $736.00 2-G4 18" Dia. RCP(Class III) LF 2470 $173.00 $427,310.00 2-G5 24" Dia. RCP(Class III) LF 707 $180.00 $127,260.00 2-G6 30" Dia. RCP(Class III) LF 775 $236.00 $182,900.00 2-G7 36" Dia. RCP(Class III) LF 762 $304.00 $231,648.00 2-G8 42" Dia. RCP(Class III) LF 1960 $382.00 $748,720.00 DocuSign Envelope ID:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 PID to Alameda)Bond 201... Report Created On:5/17/2023 7:35:43 PM 2-G9 54" Dia. RCP(Class III) LF 37 $677.00 $25,049.00 2-G10 60" Dia. RCP(Class III) LF 49 $802.00 $39,298.00 2-G11 Tie-In Existing 12" Dia. RCP EA 1 $1,500.00 $1,500.00 2-G12 Tie-In Existing 15" Dia. RCP EA 2 $1,550.00 $3,100.00 2-G13 Tie-In Existing 18" Dia. RCP EA 10 $1,600.00 $16,000.00 2-G14 Tie-In Existing 24" Dia. RCP EA 2 $1,600.00 $3,200.00 2-G15 Tie-In Existing 30" Dia. RCP EA 3 $1,800.00 $5,400.00 2-G16 Tie-In Existing 42" Dia. RCP EA 1 $3,300.00 $3,300.00 2-G17 Tie-In Existing 54" Dia. RCP EA 1 $3,600.00 $3,600.00 2-G18 Tie-In Existing 5'x 5' RCB EA 1 $3,700.00 $3,700.00 2-G19 Tie-In to Proposed Inlet EA 3 $1,600.00 $4,800.00 2-G20 Tie-In to Existing Inlet EA 3 $1,600.00 $4,800.00 2-G21 Tie-In to Proposed Manhole EA 7 $3,200.00 $22,400.00 2-G22 Tie-In to Existing Manhole EA 2 $3,200.00 $6,400.00 2-G23 Sidewalk Drain EA 5 $4,000.00 $20,000.00 2-G24 5'Standard Curb Inlet EA 53 $5,300.00 $280,900.00 2-G25 5' Curb Inlet Extension EA 30 $3,300.00 $99,000.00 2-G26 Special Curb Inlet EA 2 $44,000.00 $88,000.00 2-G27 4' Dia. Concrete Storm Water Manhole EA 7 $13,400.00 $93,800.00 (Type'A') 2-G28 5' Dia. Concrete Storm Water Manhole EA 7 $14,700.00 $102,900.00 (Type'A') 2-G29 6' Dia. Concrete Storm Water Manhole EA 1 $15,000.00 $15,000.00 (Type'A') 2-G30 Concrete Storm Water Manhole(Type EA 7 $16,000.00 $112,000.00 'C') 2-G31 Concrete Storm Water Manhole(Type EA 13 $21,300.00 $276,900.00 'D') 2-G32 Adjust Existing Storm Water MH to EA 2 $2,700.00 $5,400.00 Grade 2-G33 Special junction Box EA 1 $34,000.00 $34,000.00 2-G34 Special Manhole Riser EA 7 $17,000.00 $119,000.00 2-G35 Concrete Cap Repair on Exist. 5'x 5' RCB EA 7 $3,400.00 $23,800.00 DocuSign Envelope ID:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 PID to Alameda)Bond 201... Report Created On:5/17/2023 7:35:43 PM 2-G36 Concrete Cap Repair on Exist. 60" RCP EA 1 $2,800.00 $2,800.00 2-G37 6"Concrete Curb and Gutter LF 102 $32.00 $3,264.00 2-G38 6"Concrete Curb LF 14338 $14.00 $200,732.00 2-G39 Trench Safety for Storm Water Conduits LF 6687 $10.00 $66,870.00 2-G40 Trench Safety for Storm Water Manhole, EA 95 $470.00 $44,650.00 Junction Box,and Inlets 2-G41 Allowance for Unanticipated Storm LS 1 $50,000.00 $50,000.00 Water Improvements Subtotal: $3,681,676.00 Part H-Water Improvements No. Description Unit Qty Unit Price Ext Price 2-H1 Mobilization (Max 5% Part H) LS 1 $315,000.00 $315,000.00 2-H2 4"Tie-In Connection EA 2 $3,800.00 $7,600.00 2-H3 6" Dia. D.I.Waterline LF 1041 $280.00 $291,480.00 2-H4 6"Tie-In Connection EA 16 $5,000.00 $80,000.00 2-H5 6" Dia.45° D.I. Bend EA 14 $544.00 $7,616.00 2-H6 6" Dia.90° D.I. Bend EA 1 $580.00 $580.00 2-H7 6"Gate Valve with Box and Cover EA 3 $2,400.00 $7,200.00 2-H8 8" Dia. C900 PVC Waterline(DR 18) LF 5780 $150.00 $867,000.00 2-H9 8" Dia. D.I.Waterline LF 2029 $295.00 $598,555.00 2-H10 8" Dia. 11.25° D.I. Bend EA 2 $718.00 $1,436.00 2-H11 8" Dia.22.5° D.I. Bend EA 3 $694.00 $2,082.00 2-H12 8" Dia.45' D.I. Bend EA 136 $700.00 $95,200.00 2-H13 8" Dia.90° D.I. Bend EA 1 $796.00 $796.00 2-H14 8"Gate Valve with Box and Cover EA 49 $2,800.00 $137,200.00 2-H15 8"Tie-in Connection EA 9 $5,500.00 $49,500.00 2-H16 8"x 8" D.I.Tee EA 22 $1,000.00 $22,000.00 2-H17 8"x 6"Tapping Sleeve EA 1 $14,500.00 $14,500.00 2-H18 8"x 6" D.I. Reducer EA 13 $615.00 $7,995.00 2-H19 8"x 6" D.I.Tee EA 2 $945.00 $1,890.00 DocuSign Envelope ID:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 PID to Alameda)Bond 201... Report Created On:5/17/2023 7:35:43 PM 2-H2O 8"x 4" D.I. Reducer EA 2 $600.00 $1,200.00 2-H21 12" Dia. D.I.Waterline LF 130 $423.00 $54,990.00 2-H22 12" Dia.45° D.I. Bend EA 6 $1,600.00 $9,600.00 2-H23 12"x 8"Cross EA 1 $1,900.00 $1,900.00 2-H24 12"x 8"Tee EA 1 $1,900.00 $1,900.00 2-H25 12"Tie-in Connection EA 2 $9,500.00 $19,000.00 2-H26 12" Gate Valve with Box and Cover EA 4 $5,500.00 $22,000.00 2-H27 16"Tie-in Connection EA 1 $11,000.00 $11,000.00 2-H28 24" Dia. C900 PVC Waterline(DR 18) LF 6992 $491.00 $3,433,072.00 2-H29 24" Dia. D.I.Waterline LF 147 $873.00 $128,331.00 2-H30 24" Horiz. Gate Valve with 6'x 6'Vault EA 3 $82,000.00 $246,000.00 2-H31 24" Gate Valve with Box and Cover EA 2 $46,000.00 $92,000.00 2-H32 24" Dia. 11.25° D.I. Bend EA 3 $4,500.00 $13,500.00 2-H33 24" Dia. 22.5° D.I. Bend EA 1 $4,750.00 $4,750.00 2-H34 24" Dia.45° D.I. Bend EA 24 $4,600.00 $110,400.00 2-H35 24"x 8" D.I.Tee EA 4 $4,800.00 $19,200.00 2-H36 24"x 12" D.I.Tee EA 2 $5,300.00 $10,600.00 2-H37 24"x 24" D.I.Tee EA 2 $7,200.00 $14,400.00 2-H38 24"x 16" D.I. Reducer EA 1 $4,000.00 $4,000.00 2-H39 24"x 20" D.I. Reducer EA 2 $4,300.00 $8,600.00 2-H40 42" Dia. Steel Casing Pipe(Open Cut) LF 24 $1,100.00 $26,400.00 2-H41 Remove Existing 20"Valve Assembly and EA 4 $4,400.00 $17,600.00 Vault 2-H42 20"Tie-in Connection EA 2 $15,000.00 $30,000.00 2-H43 Fire Hydrant Assembly(Type 1) EA 45 $12,000.00 $540,000.00 2-H44 Fire Hydrant Assembly(Type 2) EA 1 $10,000.00 $10,000.00 2-H45 Adjust Exist.Water Valve Box to Finish EA 5 $915.00 $4,575.00 Grade 2-H46 1"Water Service(Short) EA 8 $2,600.00 $20,800.00 2-H47 1"Water Service(Long) EA 2 $4,400.00 $8,800.00 2-H48 Abandon in Place Ex. 6"AC waterline(Fill LF 1831 $23.00 $42,113.00 DocuSign Envelope ID:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 PID to Alameda)Bond 201... Report Created On:5/17/2023 7:35:43 PM w rout) 2-1-149 Abandon in Place Ex. 8"AC waterline(Fill LF 5443 $24.00 $130,632.00 with Grout) 2-1-150 Trench Safety for Waterlines LF 16053 $6.00 $96,318.00 2-1-151 Allowance for Unanticipated Water LS 1 $75,000.00 $75,000.00 Improvements Subtotal: $7,716,311.00 Part I-Wastewater Improvements No. Description Unit Qty Unit Price Ext Price 2-11 Mobilization (Max 5% Part 1) LS 1 $54,000.00 $54,000.00 2-12 Rehab Existing 27" Dia.VCP Wastewater LF 2764 $262.00 $724,168.00 Gravity Line with C.I.P.P. 2-13 Rehabilitate Existing Brick Manhole EA 3 $30,000.00 $90,000.00 2-14 Bypass Pumping of Raw Sewage LS 1 $125,000.00 $125,000.00 2-15 Trench Safety for Wastewater Manhole EA 3 $626.00 $1,878.00 2-16 Well Point Dewatering LF 2764 $38.00 $105,032.00 2-17 Adjust Existing Manhole to Finish Grade EA 14 $5,000.00 $70,000.00 2-18 Wastewater Service Connection with EA 8 $5,100.00 $40,800.00 Cleanout 2-19 Abandon in Place Ex. 8"wastewater line LF 245 $45.00 $11,025.00 (Fill with Grout) 2-110 8" Dia. Plug EA 1 $3,200.00 $3,200.00 2-111 30" Dia. C900 PVC Force Main(DR 18) EA 124 $980.00 $121,520.00 2-112 30" Dia.45° D.I. Bend with Ceramic EA 4 $15,000.00 $60,000.00 Epoxy Lining 2-113 30" Dia. 90° D.I. Bend with Ceramic EA 1 $16,000.00 $16,000.00 Epoxy Lining 2-114 30" Dia. Plug EA 2 $7,000.00 $14,000.00 2-115 Allowance for Unanticipated LS 1 $50,000.00 $50,000.00 Wastewater Improvements Subtotal: $1,486,623.00 Part G-Gas Improvements No. Description Unit Qty Unit Price Ext Price DocuSign Envelope ID:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 PID to Alameda)Bond 201... Report Created On:5/17/2023 7:35:43 PM 2-J1 Mobilization (Max 5% Part J) LS 1 $18,000.00 $18,000.00 2-J2 Trenching/Backfilling for Gas Lines(2"- LF 2636 $28.00 $73,808.00 6" Dia.) 2-J3 Trenching/Backfilling for Gas Lines(8"- LF 4724 $36.00 $170,064.00 10" Dia.) 2-J4 Adjust Existing Gas Valve Boxes To EA 10 $770.00 $7,700.00 Finish Grade 2-J5 Remove Existing Gas Lines LF 662 $33.00 $21,846.00 2-J6 Abandon in Place Existing 4"Gas Line LF 145 $12.00 $1,740.00 2-J7 Abandon in Place Existing 6"Gas Line LF 314 $14.00 $4,396.00 2-J8 Abandon in Place Existing 8"Gas Line LF 1207 $15.00 $18,105.00 2-J9 Abandon in Place Existing 10" Gas Line LF 3139 $16.00 $50,224.00 Subtotal: $365,883.00 Part K- Environmental Improvements No. Description Unit Qty Unit Price Ext Price 2-K1 Allowance for Unanticipated Disposal of LS 1 $50,000.00 $50,000.00 Contaminated Soil or Groundwater Subtotal: $50,000.00 Part L-S.P.I.D.Intersection Waterline Improvements No. Description Unit Qty Unit Price Ext Price 2-1-1 Mobilization (Max 5% Part Q LS 1 $157,000.00 $157,000.00 2-1-2 8" Dia. D.I.Waterline(Material Only) LF 140 $57.00 $7,980.00 2-1-3 8" Dia.45° D.I. Bend (Material Only) EA 8 $480.00 $3,840.00 2-L4 8"Gate Valve with Box and Cover EA 3 $2,500.00 $7,500.00 (Material Only) 2-1-5 8"x 8" D.I.Tee(Material Only) EA 1 $785.00 $785.00 2-1-6 24" Dia. C900 PVC Waterline(DR 18) LF 500 $250.00 $125,000.00 (Material Only) 2-1-7 30" Dia. C900 PVC Waterline(DR 18) LF 200 $386.00 $77,200.00 (Material Only) 2-1-8 42" Dia. Steel Casing Pipe, 5/8"(Bore) LF 400 $435.00 $174,000.00 (Material Only) DocuSign Envelope ID:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 PID to Alameda)Bond 201... Report Created On:5/17/2023 7:35:43 PM 2-1-9 48" Dia. Steel Casing Pipe, 5/8"(Open LF 200 $645.00 $129,000.00 Cut)(Material Only) 2-1-10 30" Horiz. Gate Valve with 6'x 6'Vault EA 3 $86,000.00 $258,000.00 (Material Only) 2-1_11 24" Dia.45° D.I. Bend (Material Only) EA 2 $4,100.00 $8,200.00 2-1_12 30" Dia.45° D.I. Bend (Material Only) EA 2 $9,600.00 $19,200.00 2-1_13 24"x 8" D.I.Tee(Material Only) EA 4 $4,300.00 $17,200.00 2-1_14 30"x 30" D.I.Tee(Material Only) EA 1 $15,400.00 $15,400.00 2-1_15 36"x 30" D.I.Tee(Material Only) EA 1 $18,000.00 $18,000.00 2-1_16 36"x 24" D.I. Reducer(Material Only) EA 1 $8,500.00 $8,500.00 2-1_17 Remove Existing 30"Valve Assembly and EA 1 $5,100.00 $5,100.00 Vault 2-L18 Remove Existing 30"Waterline LF 200 $98.00 $19,600.00 2-1_19 Grout Fill and Abandon Existing 20" LF 350 $82.00 $28,700.00 Waterline 2-1-20 Grout Fill and Abandon Existing 36" LF 50 $264.00 $13,200.00 Waterline 2-121 8"Tie-in Connection EA 2 $6,705.00 $13,410.00 2-1-22 30"Tie-in Connection EA 2 $23,000.00 $46,000.00 2-1-23 36"Tie-in Connection EA 1 $30,000.00 $30,000.00 2-1-24 30" D.I.Water Line Stop EA 2 $86,000.00 $172,000.00 2-1-25 Flowable Fill(Excavatable) CY 400 $252.00 $100,800.00 2-1-26 Trench Safety for Waterlines LF 340 $32.00 $10,880.00 2-1-27 Curb Inlet Protection EA 8 $310.00 $2,480.00 2-1-28 Street Excavation SY 500 $55.00 $27,500.00 2-1-29 12" Crushed Limestone Flexible Base SY 500 $64.00 $32,000.00 (Type A,Gr. 1-2) 2-1-30 Prime Coat(0.15 GAL/SY) GAL 75 $24.00 $1,800.00 2-1-31 2" HMACP(Type D)Surface Course SY 500 $46.00 $23,000.00 2-1-32 8" HMACP(Type B) Base Course SY 500 $123.00 $61,500.00 2-1-33 2" Mill and Overlay SY 600 $57.00 $34,200.00 2-1-34 4"Thick Stamped Colored Concrete SY 200 $124.00 $24,800.00 DocuSign Envelope ID:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 PID to Alameda)Bond 201... Report Created On:5/17/2023 7:35:43 PM 2-1-35 REFL PAV MRKTY C HEAT APPLIED EA 5 $188.00 $940.00 PREFAB PREFORMED THERMOPLASTIC (W)(ARROW)(125MIL) 2-1-36 REFL PAV MRKTY C HEATAPPLIED EA 3 $313.00 $939.00 PREFAB PREFORMED THERMOPLASTIC (W)(WORD)(125MIL) 2-1-37 REFL PAV MRKTY I(W)4"(BRK)(090MIL) LF 300 $2.00 $600.00 2-1-38 REFL PAV MRKTY I(W)6"(SLD)(090MIL) LF 300 $2.00 $600.00 2-1-39 REFL PAV MRK TY I(W)4"(DOTTED)(2' LF 260 $2.00 $520.00 SEG,4'GAP)(090MIL) 2-1-40 REFL PAV MRKTY I(W)8"(SLD)(090MIL) LF 300 $2.00 $600.00 2-1-41 REFL PAV MRKTY C HEAT APPLIED LF 100 $15.00 $1,500.00 PREFAB PREFORMED THERMOPLASTIC (W)24"(S LD)(1 25 M I L) 2-1-42 TY II-C-R Raised Pavement Marker EA 50 $6.00 $300.00 (Reflectorized) 2-1-43 TY II-A-A Raised Pavement Marker EA 50 $7.00 $350.00 (Reflectorized) 2-1-44 Allowance for Installation of Water LS 1 $1,500,000.00 $1,500,000.00 Improvements 2-1-45 Allowance for Additional Traffic Control LS 1 $300,000.00 $300,000.00 Subtotal: $3,480,124.00 DocuSign Envelope ID:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 CONTRACT DOCUMENTS FOR CONSTRUCTION OF EVERHART ROAD S. P. I . D. TO ALAMEDA STREET BOND 2018 & BOND 2020 18015A, 21052, & 21056 R 18514 Freese and Nichols, Inc. 800 N. Shoreline Blvd., Suite 1600N/Corpus Christi, TX/361-561-6500 ..� OF 4 , oo CONFORMED FINAL *080" ........... CONSTRUCTIONNICHOLAS A. CECAVA ®®®®®®®®®®00000®®®®®®®0:00 1,1°0 9 7391 0o May 24, 202 ��F`��� ENsti�°.��� 00 � Record Drawing Number STR-979 Freese and Nichols, Inc. Texos Registered Engineering Firm F-2144 March 29, 2023 DocuSign Envelope ID:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 000100 TABLE OF CONTENTS Division/ Title Section Division 00 Preface Documents 00 00 00 Cover Sheet 000100 Table of Contents 000102 List of Drawings Addendum #1 Division 00 Procurement and Contracting Requirements 00 52 23 Agreement (Rev 12-2021) 00 72 00 General Conditions(Rev6-2021) 00 73 00 Supplementary Conditions(Rev4-2022) Division 01 General Requirements 01 11 00 Summary of Work(Rev 10-2018) 01 23 10 Alternates and Allowances(Rev 5-2020) 01 29 01 Measurement and Basis for Payment (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(Rev8-2019) Part S Standard Specifications 020100 Survey Monuments 021020 Site Clearing and Stripping 021040 Site Grading 021080 Removing Abandoned Structures 022020 Excavation and Backfill for Utilities 022021 Control of Ground Water 022022 Trench Safety for Excavations 022040 Street Excavation 022080 Embankment 022100 Select Material 022420 Silt Fence 025202 Scarifying and Reshaping Base Course Table of Contents 000100- 1 Everhart Road-S.P.I.D.to Alameda St. Bond 2018&Bond 2020-#18015A, 21052, &21056 Rev 1/2022 DocuSign Envelope ID:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 Division/ Title Section 025205 Pavement Repair, Curb, Gutter, Sidewalk, & Driveway Replacement 025210 Lime Stabilization 025223 Crushed Limestone Flexible Base 025404 Asphalts, Oils, & Emulsions 025412 Prime Coat 025414 Aggregate for Surface Treatment 025416 Seal Coat 025418 Surface Treatment 025424 Hot Mix Asphalt Concrete Pavement 025608 Inlets 025610 Concrete Curb&Gutter 025612 Concrete Sidewalks and Driveways 025614 Concrete Curb Ramps 025620 Portland Cement Concrete Pavement 025802 Temporary Traffic Controls During Construction 025803 Traffic Signal Adjustments 025805 Work Zone Pavement Markings 025807 Pavement Markings (Paint and Thermoplastic) 025813 Preformed Thermoplastic Striping, Words, & Emblems 025816 Raised Pavement Markers 025818 Reference Specification -TxDOT DMS-4200 Pavement Markers (Reflectorized) 025828 Reference Specification -TxDOT DMS-6130 Bituminous Adhesive for Pavement Marker 026201 Waterline Riser Assemblies 026202 Hydrostatic Testing of Pressure Systems 026204 PVC Pipe—Pressure Pipe for Wastewater Force Mains, Irrigation Systems, and Water Transmission Lines—ASTM D2241 026206 Ductile Iron Pipe& Fittings 026210 PVC Pipe-AWWA C900/C905 Pressure Pipe for Municipal Water Mains and Wastewater Force Mains 026214 Grouting Abandoned Utility Lines 026402 Waterlines 026404 Water Service Lines 026409 Tapping Sleeves &Tapping Valves 026411 Gate Valves for Waterlines Table of Contents 000100-2 Everhart Road-S.P.I.D.to Alameda St. Bond 2018&Bond 2020-#18015A, 21052, &21056 Rev 1/2022 DocuSign Envelope ID:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 Division/ Title Section 026416 Fire Hydrants 026602 Wastewater Force Main 027200 Control of Wastewater Flows 027202 Manholes 027203 Vacuum Testing of Wastewater Manhole and Structures 027205 Fiberglass Manholes 027402 Reinforced Concrete Pipe Culverts 027404 Concrete Box Culverts 027602 Gravity Wastewater Lines 027604 Disposal of Waste from Wastewater Cleaning Operations 027606 Wastewater Service Lines 027611 Cleaning and Televised Inspection of Conduits 028040 Sodding 028300 Fence Relocation 030020 Portland Cement Concrete 032020 Reinforcing Steel 038000 Concrete Structures 055420 Frames, Grates, Rings, & Covers Part T Technical Specifications 33 01 10.03 Linestop/Plugging Large Diameter Water Lines 33 01 30.72 Relining Sewers—Cured-In-Place Pipe 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 Signals 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 Table of Contents 000100-3 Everhart Road-S.P.I.D.to Alameda St. Bond 2018&Bond 2020-#18015A, 21052, &21056 Rev 1/2022 DocuSign Envelope ID:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 Division/ Title Section 40 05 61 Gate Valves for 24" and 30" Waterline Appendix All Testing Reports as Applicable A Geotechnical Reports B City of Corpus Christi—Signalization Standard Product List C Traffic Signal Cable Color Codes and Field Terminal Layout D TCEQ—Leaking Petroleum Storage Tanks(LPST) END OF SECTION Table of Contents 000100-4 Everhart Road-S.P.I.D.to Alameda St. Bond 2018&Bond 2020-#18015A, 21052, &21056 Rev 1/2022 DocuSign Envelope ID:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 DIVISION 00 PROCUREMENT AND CONTRACTING REQUIREMENTS DocuSign Envelope ID:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 000102 LIST OF DRAWINGS Drawings Title 1 TITLE SHEET/VICINITY MAP 2 DRAWING INDEX/DRAWING LEGEND 3 PROJECT LOCATION MAP AND CONTROL POINT LAYOUT 4 BASE BID 1 H.M.A.C. PAVEMENT ESTIMATED QUANTITIES SUMMARY AND TESTING SCHEDULE 5 BASE BID 2 CONCRETE PAVEMENT ESTIMATED QUANTITIES SUMMARY AND TESTING SCHEDULE 6-7 GENERAL NOTES (SHEETS 1 THRU 2) 8 EXISTING AND PROPOSED H.M.A.C. ROADWAY CROSS SECTIONS STA. 2+55 9 EXISTING AND PROPOSED H.M.A.C. ROADWAY CROSS SECTIONS STA. 7+50 10 EXISTING AND PROPOSED H.M.A.C. ROADWAY CROSS SECTIONS STA. 15+75 11 EXISTING AND PROPOSED H.M.A.C. ROADWAY CROSS SECTIONS STA. 23+00 12 EXISTING AND PROPOSED H.M.A.C. ROADWAY CROSS SECTIONS STA. 39+50 13 EXISTING AND PROPOSED H.M.A.C. ROADWAY CROSS SECTIONS STA.40+75 14 EXISTING AND PROPOSED H.M.A.C. ROADWAY CROSS SECTIONS STA.43+75 15 EXISTING AND PROPOSED H.M.A.C. ROADWAY CROSS SECTIONS STA.47+75 16 EXISTING AND PROPOSED H.M.A.C. ROADWAY CROSS SECTIONS STA. 65+50 17 EXISTING AND PROPOSED H.M.A.C. ROADWAY CROSS SECTIONS STA. 71+25 18 CONTINUOUSLY REINFORCED CONCRETE PAVEMENT SECTION AND DETAILS 19-20 CONTINUOUSLY REINFORCED CONCRETE PAVEMENT CRCP(1)-20 (01) & (02) 21 WATERLINE BASEMAP 22 WASTEWATER BASEMAP 23 STORM WATER BASEMAP 24 GAS LINE BASEMAP 25-26 STORM WATER DRAINAGE AREA MAP (01 &02) 27 STORM WATER DRAINAGE ANALYSIS 28 EXISTING TOPOGRAPHY PLAN STA. 0+00 TO STA. 9+25 29 EXISTING TOPOGRAPHY PLAN STA. 9+25 TO STA. 17+00 30 EXISTING TOPOGRAPHY PLAN STA. 17+00 TO STA. 26+00 31 EXISTING TOPOGRAPHY PLAN STA. 26+00 TO STA. 35+00 32 EXISTING TOPOGRAPHY PLAN STA. 35+00 TO STA.43+50 33 EXISTING TOPOGRAPHY PLAN STA.43+50 TO STA. 52+75 34 EXISTING TOPOGRAPHY PLAN STA. 52+75 TO STA. 62+25 35 EXISTING TOPOGRAPHY PLAN STA. 62+25 TO STA. 70+50 36 EXISTING TOPOGRAPHY PLAN STA. 70+50 TO END 37 DEMOLITION PLAN STA. 0+00 TO STA. 15+50 38 DEMOLITION PLAN STA. 15+50 TO STA. 31+25 39 DEMOLITION PLAN STA. 31+25 TO STA.46+00 40 DEMOLITION PLAN STA.46+00 TO STA. 60+50 List of Drawings 000102 Everhart Road-S.P.I.D.to Alameda St. Bond 2018& Bond 2020-#18015A, 21052, &21056 Rev 5/2021 DocuSign Envelope ID:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 Drawings Title 41 DEMOLITION PLAN STA. 60+50 TO END 42 STREET AND STORM WATER PLAN AND PROFILE STA.0+00 TO STA.4+50 43 STREET AND STORM WATER PLAN AND PROFILE STA.4+50 TO STA. 9+25 44 STREET AND STORM WATER PLAN AND PROFILE STA. 9+25 TO STA. 12+25 45 STREET AND STORM WATER PLAN AND PROFILE STA. 12+25 TO STA. 17+00 46 STREET AND STORM WATER PLAN AND PROFILE STA. 17+00 TO STA. 21+50 47 STREET AND STORM WATER PLAN AND PROFILE STA. 21+50 TO STA. 26+00 48 STREET AND STORM WATER PLAN AND PROFILE STA. 26+00 TO STA. 30+75 49 STREET AND STORM WATER PLAN AND PROFILE STA. 30+75 TO STA. 35+00 50 STREET AND STORM WATER PLAN AND PROFILE STA. 35+00 TO STA. 38+75 51 STREET AND STORM WATER PLAN AND PROFILE STA. 38+75 TO STA. 43+50 52 STREET AND STORM WATER PLAN AND PROFILE STA.43+50 TO STA. 48+25 53 STREET AND STORM WATER PLAN AND PROFILE STA.48+25 TO STA. 52+75 54 STREET AND STORM WATER PLAN AND PROFILE STA. 52+75 TO STA. 57+50 55 STREET AND STORM WATER PLAN AND PROFILE STA. 57+50 TO STA. 62+25 56 STREET AND STORM WATER PLAN AND PROFILE STA. 62+25 TO STA. 67+00 57 STREET AND STORM WATER PLAN AND PROFILE STA. 67+00 TO STA. 70+50 58 STREET AND STORM WATER PLAN AND PROFILE STA. 70+50 TO END 59 STAPLES STREET INTERSECTION PLAN AND PROFILE 60-71 STORM WATER LATERALS (SHEETS 1-12) 72-75 STREET INTERSECTION PLANS (SHEETS 1-4) 76-80 CURB RAMP STAKING PLANS (SHEETS 1-5) 81 CURB RAMP DETAILS 01 82 PARKING LOT PLAN STA. 0+00 TO STA. 9+25 83 PARKING LOT PLAN STA. 9+25 TO STA. 17+00 84 PARKING LOT PLAN STA. 17+00 TO STA. 26+00 85 PARKING LOT PLAN STA. 26+00 TO STA. 35+00 86 PARKING LOT PLAN STA. 35+00 TO STA. 43+50 87 PARKING LOT PLAN STA. 43+50 TO STA. 52+75 88 PARKING LOT PLAN STA. 52+75 TO STA. 62+25 89 PARKING LOT PLAN STA. 62+25 TO STA. 70+50 90 PARKING LOT PLAN STA. 70+50 TO END 91-92 MISCELLANEOUS DETAILS (SHEETS 1-2) 93-95 STORM WATER DETAILS (SHEETS 1- 3) 96 BUS STOP SHELTER PAD DETAILS 97 WATER AND WASTEWATER PLAN AND PROFILE STA.0+00 TO STA. 4+50 98 WATER AND WASTEWATER PLAN AND PROFILE STA.4+50 TO STA. 9+25 99 WATER AND WASTEWATER PLAN AND PROFILE STA. 9+25 TO STA. 12+25 100 WATER AND WASTEWATER PLAN AND PROFILE STA. 12+25 TO STA. 17+00 101 WATER AND WASTEWATER PLAN AND PROFILE STA. 17+00 TO STA. 21+50 List of Drawings 000102 Everhart Road-S.P.I.D.to Alameda St. Bond 2018& Bond 2020-#18015A, 21052, &21056 Rev 5/2021 DocuSign Envelope ID:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 Drawings Title 102 WATER AND WASTEWATER PLAN AND PROFILE STA. 21+50 TO STA. 26+00 103 WATER AND WASTEWATER PLAN AND PROFILE STA. 26+00 TO STA. 30+75 104 WATER AND WASTEWATER PLAN AND PROFILE STA. 30+75 TO STA. 35+00 105 WATER AND WASTEWATER PLAN AND PROFILE STA. 35+00 TO STA. 38+75 106 WATER AND WASTEWATER PLAN AND PROFILE STA. 38+75 TO STA. 43+50 107 WATER AND WASTEWATER PLAN AND PROFILE STA.43+50 TO STA. 48+25 108 WATER AND WASTEWATER PLAN AND PROFILE STA.48+25 TO STA. 52+75 109 WATER AND WASTEWATER PLAN AND PROFILE STA. 52+75 TO STA. 57+50 110 WATER AND WASTEWATER PLAN AND PROFILE STA. 57+50 TO STA. 62+25 111 WATER AND WASTEWATER PLAN AND PROFILE STA. 62+25 TO STA. 67+00 112 WATER AND WASTEWATER PLAN AND PROFILE STA. 67+00 TO STA. 70+50 113 WATER AND WASTEWATER PLAN AND PROFILE STA. 70+50 TO END 114 30" WASTEWATER FORCEMAIN PLAN & PROFILE 115 TYPICAL FIRE HYDRANT LATERALS 116-121 WATERLINE LATERALS (SHEETS 1 THRU 6) 122 MISCELLANEOUS WATERLINE DETAILS 123 WATERLINE JOINT RESTRAINT TABLES 124 I.T. CONDUIT AND GASLINE PLAN STA. 0+00 TO STA. 15+50 125 I.T. CONDUIT AND GASLINE PLAN STA. 15+50 TO STA. 31+25 126 I.T. CONDUIT AND GASLINE PLAN STA. 31+25 TO STA.46+00 127 I.T. CONDUIT AND GASLINE PLAN STA. 46+00 TO STA. 60+50 128 I.T. CONDUIT AND GASLINE PLAN STA. 60+50 TO END 129 STRIPING PLAN STA. 0+00 TO STA. 15+50 130 STRIPING PLAN STA. 15+50 TO STA. 31+25 131 STRIPING PLAN STA. 31+25 TO STA.46+00 132 STRIPING PLAN STA. 46+00 TO STA. 60+50 133 STRIPING PLAN STA. 60+50 TO END 134 SIGNAGE PLAN STA. 0+00 TO STA. 15+50 135 SIGNAGE PLAN STA. 15+50 TO STA. 31+25 136 SIGNAGE PLAN STA. 31+25 TO STA.46+00 137 SIGNAGE PLAN STA.46+00 TO STA. 60+50 138 SIGNAGE PLAN STA. 60+50 TO END 139 McARDLE RD.TRAFFIC SIGNAL PLAN 140 McARDLE RD.TRAFFIC SIGNALS SUMMARY 141 BURNEY DR.TRAFFIC SIGNAL PLAN 142 BURNEY DR.TRAFFIC SIGNALS SUMMARY 143 STAPLES ST.TRAFFIC SIGNAL PLAN 144 STAPLES ST.TRAFFIC SIGNALS SUMMARY 145 ALAMEDA ST.TRAFFIC SIGNAL PLAN 146 ALAMEDA ST.TRAFFIC SIGNALS SUMMARY List of Drawings 000102 Everhart Road-S.P.I.D.to Alameda St. Bond 2018& Bond 2020-#18015A, 21052, &21056 Rev 5/2021 DocuSign Envelope ID:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 Drawings Title 147 STORM WATER POLLUTION PREVENTION PLAN STA.0+00 TO STA. 15+50 148 STORM WATER POLLUTION PREVENTION PLAN STA. 15+50 TO STA. 31+25 149 STORM WATER POLLUTION PREVENTION PLAN STA. 31+25 TO STA. 46+00 150 STORM WATER POLLUTION PREVENTION PLAN STA.46+00 TO STA. 60+50 151 STORM WATER POLLUTION PREVENTION PLAN STA. 60+50 TO END 152-153 TRAFFIC CONTROL ADVANCE WARNING SIGNAGE (SHEETS 1-2) 154 CONSTRUCTION SEQUENCING LAYOUT 155 SEQUENCE OF CONSTRUCTION AND GENERAL NOTES 156 TRAFFIC CONTROL SECTIONS PHASE 1 TO PHASE 4 157 TRAFFIC CONTROL SECTIONS PHASE 5 AND 5B 158 TRAFFIC CONTROL PLAN PHASE 1 STA. 31+25 TO STA 46+00 159 TRAFFIC CONTROL PLAN PHASE 1 STA.46+00 TO STA. 60+50 160 TRAFFIC CONTROL PLAN PHASE 1 STA. 60+50 TO STA. END 161 TRAFFIC CONTROL PLAN PHASE 1 ALAMEDA ST. INTERSECTION 162 TRAFFIC CONTROL PLAN PHASE 1A STA. 31+25 TO STA.46+00 163 TRAFFIC CONTROL PLAN PHASE 1A STA. 46+00 TO STA. 60+50 164 TRAFFIC CONTROL PLAN PHASE 1A STAPLES ST. INTERSECTION 165 TRAFFIC CONTROL PLAN PHASE 1B STA. 23+25 TO STA. 38+00 166 TRAFFIC CONTROL PLAN PHASE 1B STA. 38+00 TO STA. 53+50 167 TRAFFIC CONTROL PLAN PHASE 1B STA. 53+50 TO STA. 60+50 168 TRAFFIC CONTROL PLAN PHASE 1B STAPLES ST. INTERSECTION 169 TRAFFIC CONTROL PLAN PHASE 1C STA. 0+00 TO STA. 15+50 170 TRAFFIC CONTROL PLAN PHASE 1C STA. 15+50 TO STA. 31+25 171 TRAFFIC CONTROL PLAN PHASE 1C STA. 31+25 TO STA.46+00 172 TRAFFIC CONTROL PLAN PHASE 1C STA. 46+00 TO STA. 53+50 173 TRAFFIC CONTROL PLAN PHASE 2 STA. 31+25 TO STA.46+00 174 TRAFFIC CONTROL PLAN PHASE 2 STA.46+00 TO STA. 60+50 175 TRAFFIC CONTROL PLAN PHASE 2 STA. 60+50 TO STA. END 176 TRAFFIC CONTROL PLAN PHASE 2 ALAMEDA ST. INTERSECTION 177 TRAFFIC CONTROL PLAN PHASE 2A STA. 31+25 TO STA.46+00 178 TRAFFIC CONTROL PLAN PHASE 2A STA. 46+00 TO STA. 53+50 179 TRAFFIC CONTROL PLAN PHASE 2A STAPLES ST. INTERSECTION 180 TRAFFIC CONTROL PLAN PHASE 2B STA. 23+25 TO STA. 38+00 181 TRAFFIC CONTROL PLAN PHASE 2B STA. 38+00 TO STA. 53+50 182 TRAFFIC CONTROL PLAN PHASE 2B STAPLES ST. INTERSECTION 183 TRAFFIC CONTROL PLAN PHASE 3 STA. 0+00 TO STA. 15+50 184 TRAFFIC CONTROL PLAN PHASE 3 STA. 15+50 TO STA. 31+25 185 TRAFFIC CONTROL PLAN PHASE 3 STA. 31+25 TO STA.46+00 186 TRAFFIC CONTROL PLAN PHASE 4A STA. 0+00 TO STA. 15+50 187 TRAFFIC CONTROL PLAN PHASE 4A STA. 15+50 TO STA. 23+35 List of Drawings 000102 Everhart Road-S.P.I.D.to Alameda St. Bond 2018& Bond 2020-#18015A, 21052, &21056 Rev 5/2021 DocuSign Envelope ID:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 Drawings Title 188 TRAFFIC CONTROL PLAN PHASE 4A McARDLE ROAD INTERSECTION 189 TRAFFIC CONTROL PLAN PHASE 4 STA. 0+00 TO STA. 7+75 190 TRAFFIC CONTROL PLAN PHASE 4 STA. 7+75 TO STA. 23+25 191 TRAFFIC CONTROL PLAN PHASE 4 SOUTH PADRE ISLAND DR. INTERSECTION 192 TRAFFIC CONTROL PLAN PHASE 5 STA. 0+00 TO STA. 15+50 193 TRAFFIC CONTROL PLAN PHASE 5 STA. 15+50 TO STA. 31+25 194 TRAFFIC CONTROL PLAN PHASE 5 STA. 31+25 TO STA.46+00 195 TRAFFIC CONTROL PLAN PHASE 5 STA.46+00 TO STA. 53+50 196 TRAFFIC CONTROL PLAN PHASE 5A STA. 0+00 TO STA. 15+50 197 TRAFFIC CONTROL PLAN PHASE 5A STA. 15+50 TO STA. 31+25 198 TRAFFIC CONTROL PLAN PHASE 5A McARDLE ROAD INTERSECTION 199 TRAFFIC CONTROL PLAN PHASE 5B STA. 0+00 TO STA. 7+75 200 TRAFFIC CONTROL PLAN PHASE 5B STA. 7+75 TO STA. 23+35 201 TRAFFIC CONTROL PLAN PHASE 5B SOUTH PADRE ISLAND DR. INTERSECTION 202-213 BARRICADE AND CONSTRUCTION STANDARDS BC(1) -21 TO BC (12) -21 214-216 TRAFFIC CONTROL PLANS (SHEETS 1 THRU 3) 217 STORM WATER POLLUTION PREVENTION PLAN NOTES 218 STORM WATER ENVIRONMENTAL PERMITS ISSUED AND COMMENTS (EPIC) 219 STORM WATER POLLUTION PREVENTION STANDARD DETAILS 220 TYPICAL STANDARD PAVEMENT MARKING 221 POSITION GUIDANCE USING RAISED MARKERS REFLECTORIZED PROFILE MARKINGS 222 PAVEMENT MARKINGS FOR TWO-WAY LEFT TURN LANES, DIVIDED HIGHWAYS AND RURAL LEFT TURN BAYS 223 STANDARD PAVEMENT MARKINGS ARROWS AND WORDS 224 CROSSWALK PAVEMENT MARKING DETAIL 225 SIGN MOUNTING DETAILS TRIANGULAR SLIPBASE SYSTEM 226-244 TXDOT SIGNALIZATION STANDARDS(SHEETS 1 THRU 24) 245 CITY OF CORPUS CHRISTI CURB, GUTTER AND SIDEWALK STANDARD DETAILS 246 CITY OF CORPUS CHRISTI CONCRETE PAVEMENT STANDARD DETAILS 247-250 CITY OF CORPUS CHRISTI DRIVEWAY STANDARD DETAILS (SHEETS 1 THRU 4) 251-254 CITY OF CORPUS CHRISTI PEDESTRIAN CURB RAMP STANDARDS (SHEETS 1 THRU 4) 255-257 CITY OF CORPUS CHRISTI STORM WATER STANDARD DETAILS(SHEETS 1 THRU 3) 258-261 CITY OF CORPUS CHRISTI WATER STANDARD DETAILS (SHEETS 1 THRU 4) 262-265 CITY OF CORPUS CHRISTI WASTEWATER STANDARD DETAILS (SHEETS 1 THRU 4) END OF SECTION List of Drawings 000102 Everhart Road-S.P.I.D.to Alameda St. Bond 2018& Bond 2020-#18015A, 21052, &21056 Rev 5/2021 DocuSign Envelope ID:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 °¢gusc� EVERHART ROAD (SPID TO ALAMEDA STREET) ° PROJECT NO. 18015A 21052 21056 ADDENDUM #1 /aOQNP00.P1E CITY OF CORPUS CHRISTI - PROCUREMENT 1852 Addendum No: 1 Addendum Date: May 10, 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. I. BID DOCUMENT CHANGES 1. Section 00 30 01 BID FORMS have been revised and replaced in their entirety. See attached new Bid Forms which must be submitted with your bid. 2. Section 01 23 10 ALTERNATES AND ALLOWANCES has been revised and replaced in its entirety. 3. Section 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT has been revised and replaced in its entirety. 4. Modifications to Specifications - None 5. Modifications to Drawings - See attached modifications to the drawings. II. REQUEST FOR CLARIFICATIONS - Please see attached responses to the requests for clarification. ATTACHMENTS: 1. 00 30 01 BID FORM - BASE BID 1 - HMAC 2. 00 30 01 BID FORM - BASE BID 2- CONCRETE 3. 01 23 10 ALTERNATES AND ALLOWANCES 4. 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT 5. MODIFICATIONS TO THE DRAWINGS 6. REQUESTS FOR CLARIFICATIONS AND RESPONSES "ALL OTHER TERMS AND CONDITIONS REMAIN UNCHANGED" Lois Hinojosa Procurement Officer Page 1 of 1 DocuSign Envelope ID:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 Project No. 18015A 21052 21056 Addendum No. 1 BID DOCUMENT CHANGES 1. Bidding Documents A. Section 00 30 01, Bid Form — Base Bid 1 - HMAC DELETE: 00 30 01 Bid Form in its entirety ADD: 00 30 01 Bid Form in its entirety—ATTACHMENT 1 B. Section 00 30 01, Bid Form — Base Bid 2 - Concrete DELETE: 00 30 01 Bid Form in its entirety ADD: 00 30 01 Bid Form in its entirety—ATTACHMENT 2 2. Division 01 - General Requirements A. Section 0123 10, Alternates and Allowances DELETE: 0123 10 Alternates and Allowances ADD: 0123 10 Alternates and Allowances—ATTACHMENT 3 B. Section 0129 01, Measurement and Basis for Payment DELETE: 0129 01 Measurement and Basis for Payment ADD: 0129 01 Measurement and Basis for Payment —ATTACHMENT 4 �•`�`OF NICHOLAS A. CECAVA 000000000®000000000®00000® �� 97391 4,: �l�F°�� ENSE�° 00 5-9-2023 FREESE ago,oil z IV I C H 0 LS TBPE No. F-2144 Page 1 of 1 DocuSign Envelope ID:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 00 30 01 BID FORM Project Name: Everhart Road—S.P.I.D.to Alameda Street Project Number: 18015A, 21052, 21056 Owner: City of Corpus Christi OAR: Brett Van Hazel,Assistant Director of Engineering Services:Construction Management Designer: Freese and Nichols, 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: Bid Form ADDENDUM 1 00 30 01-Page 1 of 9 ATTACHMENT1 g Everhart Road-S.P.I.D.to Alameda St.-Project No. 18015A,21052,21056 SHEET 1 OF 9 Rev 8/2019 DocuSign Envelope ID:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 00 30 01 BID FORM Basis of Bid Item DESCRIPTION UNIT ESTIMATED UNIT PRICE EXTENDED AMOUNT QUANTITY Base Bid 1 - HMAC Part A-General(per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) 1-A1 Mobilization (Max 5%Part A) LS 1 1-A2 Bonds and Insurance (Max 2%) LS 1 1-A3 Clear Right-of-Way AC 14 1-A4 Ozone Day DAY 4 1-A5 Survey Monument EA 2 1-A6 Traffic Control Mobilization/Adjustments LS 1 1-A7 Traffic Control Items(Signs, Barricades,Channelizing Devices, LPCBs,etc.) MO 24 1-A8 Arrow Boards for Traffic Control EA 4 1-A9 Message Boards for Traffic Control (Full Matrix) EA 5 1-A10 Temporary Signalization for Traffic Control LS 1 1-All Temporary Pavement for Detours SY 5000 1-Al2 Block Sodding SY 6180 1-A13 Silt Fence for Storm Water Pollution Prevention LF 9352 1-A14 Curb Inlet Protection EA 57 1-A15 Storm Water Pollution Prevention Plan LS 1 SUBTOTAL PART A-GENERAL(Items Al thru A15) Part B-STREET IMPROVEMENTS(per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) 1-131 Mobilization (Max 5%Part B) LS 1 1-132 Street Excavation SY 49781 1-133 8" Lime Stabilized Subgrade SY 49781 1-134 16" Crushed Limestone Flexible Base (Type A, Gr. 1-2) SY 49781 1-135 Prime Coat(0.15 GAL/SY) GAL 6699 One Course Surface Treatment Underseal (Asphalt 1-136 Binder and Aggregate) SY 44378 1-137 3" HMACP(Type D)Surface Course SY 44378 1-138 4.5" HMACP(Type B) Base Course SY 44662 1-139 6" Concrete Driveway(Class A) SF 36712 1-B10 6" Concrete Driveway(Class HES) SF 6000 1-1311 Concrete Median SF 2743 1-1312 2" Mill and Overlay SY 530 1-1313 6" Header Curb(Type B) LF 100 1-1314 Unanticipated Concrete Driveway Removal SF 250 1-1315 Asphalt Pavement Repair(Type 1) SY 500 1-1316 Asphalt Pavement Repair(Parking Lots) SF 3000 1-1317 6" Concrete Pavement Repair(Parking Lots) SF 2500 1-1318 Adjust Existing Manhole to Finish Grade EA 3 1-1319 REFL PAV MRK TY C HEAT APPLIED PREFAB PREFORMED THERMOPLASTIC(W)(ARROW)(125MIL) EA 63 REFL PAV MRK TY C HEAT APPLIED PREFAB 1-1320 PREFORMED THERMOPLASTIC(W)(WORD)(125MIL) EA 14 1-1321 REFL PAV MRK TY I (Y)4"(BRK)(090MIL) LF 1800 Bid Form ADDENDUM 1 00 30 01-Page 2 of 9 ATTACHMENT g Everhart Road-S.P.I.D.to Alameda St.-Project No. 18015A,21052,21056 SHEET 2 OF 9 Rev 8/2019 DocuSign Envelope ID:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 00 30 01 BID FORM Item DESCRIPTION UNIT ESTIMATED UNIT PRICE EXTENDED AMOUNT QUANTITY 1-1322 REFL PAV MRK TY I (Y)4"(SLD)(090MIL) LF 8401 1-1323 REFL PAV MRK TY I (Y)4"(SLD)(DBL)(090MIL) LF 1785 1-1324 REFL PAV MRK TY I (W)4"(BRI<)(090MIL) LF 3120 1-1325 REFL PAV MRK TY I (W)4"(SLD)(090MIL) LF 207 REFL PAV MRK TY I (W)4"(DOTTED)(2'SEG,4' 1-626 GAP)(090MIL) LF 260 1-1327 REFL PAV MRK TY I (W)8"(SLD)(090MIL) LF 1350 1-1328 REFL PAV MRK TY C HEAT APPLIED PREFAB PREFORMED THERMOPLASTIC(W)24"(SLD)(125MIL) LF 400 1-1329 ITY II-C Raised Pavement Marker(Reflectorized) EA 325 1-1330 TY II-A-A Raised Pavement Marker(Reflectorized) EA 250 1-1331 TY II-B-B Raised Pavement Marker(Reflectorized) EA 46 Furnish and Install Street Sign Assembly w/Stop Sign 1-632 Only EA 2 Furnish and Install Street Sign Assembly w/9" Blades 1-633 (Green)and Stop Sign EA 12 Furnish And Install Roadside Traffic Sign And Sign 1-634 Support Assembly(Triangular Slipbase System) EA 39 Allowance for Unanticipated Street-Related 1-635 Im rovements LS 1 p $ 100,000.00 $ 100,000.00 SUBTOTAL PART B-STREET IMPROVEMENTS(Items B1 thru 1335) Part C-RTA IMPROVEMENTS(per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) 1-C1 Mobilization (Max 5%Part C) LS 1 1-C2 9" Concrete Bus Stop Pad SF 3960 1-C3 5" Pedestrian Concrete Bus Stop Pad SF 1082 SUBTOTAL PART C-RTA IMPROVEMENTS(Items C1 thru C3) Part D-ADA IMPROVEMENTS(per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) 1-D1 Mobilization (Max 5%Part D) LS 1 1-D2 4"Thick Concrete Sidewalk SF 50,548 1-D3 Concrete Curb Ramp SF 4,328 1-D4 Sidewalk Retaining Curb LF 535 REFL PAV MRK TY C HEAT APPLIED PREFAB 1-D5 PREFORMED THERMOPLASTIC(W)(24")(SLD)(125MIL) LF 650 1-D6 Unanticipated Concrete Sidewalk Removal SF 500 1-D7 Allowance for Unanticipated ADA Improvements LS 1 $ 15,000.00 $ 15,000.00 SUBTOTAL PART D-ADA IMPROVEMENTS(D1 THRU D7) Part E-I.T.IMPROVEMENTS(per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) 1-E1 Mobilization (Max 5%Part E) LS 1 1-E2 2" PVC Schedule 40 IT Conduit with Mule Tape LF 7200 1-E3 2" PVC Schedule 40 IT Conduit with Mule Tape(BORE) LF 262 1-E4 24"06"x24" Pullbox(Handhole) EA 14 SUBTOTAL PART E-I.T.IMPROVEMENTS(E1 THRU E4) Bid Form ADDENDUM 1 00 30 01-Page 3 of 9 ATTACHMENT g Everhart Road-S.P.I.D.to Alameda St.-Project No. 18015A,21052,21056 SHEET 3 OF 9 Rev 8/2019 DocuSign Envelope ID:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 00 30 01 BID FORM Item DESCRIPTION UNIT ESTIMATED UNIT PRICE EXTENDED AMOUNT QUANTITY Part F-SIGNALIZATION IMPROVEMENTS (per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) 1-F1 Mobilization (Max 5%Part F) LS 1 142 Drill Shaft(Trf.Sig. Pole) (24") LF 119 1-F3 Pedestal Pole Spread Footing(Burney Drive) EA 1 144 Drill Shaft(Trf.Sig. Pole) (36") LF 226 1-F5 Conduit(PVC) (Sch.40) (2") LF 362 146 Conduit(PVC) (Sch.40) (2") (Bore) LF 1575 1-F7 Conduit(PVC) (Sch.40) (3") LF 520 148 Conduit(PVC) (Sch.40) (4") LF 179 1-F9 Conduit(PVC) (Sch.40) (4") (Bore) LF 1402 1410 Elec. Condr. (No.6) Bare LF 37 1-F11 Elec. Condr. (No.6) Insulated LF 74 1412 Elec. Condr. (No.8) Insulated LF 2252 1-F13 Tray Cable(3 Condr.)(12 AWG) LF 3155 1414 Luminaire Cbl. (12 AWG) (2 Condr.)W/Ground LF 903 1-F15 Ground Box Type D (162922)W/Apron EA 20 1416 Install Highway Traffic Signal (Isolated) EA 4 1-F17 Louvered Vacuum Formed ABS Back Plate(12") (3 SEC) EA 30 with 3M,2"Yellow Reflective Tape 1-F18 Louvered Vacuum Formed ABS Back Plate(12") (4 SEC) EA 13 with 3M,2"Yellow Reflective Tape 1-F19 Veh.Sig.Sec. (12") LED(Grn.) EA 30 1420 Veh.Sig.Sec. (12") LED(Yel. ) EA 30 1-F21 Veh.Sig.Sec. (12") LED(Red ) EA 30 1422 Veh.Sig.Sec. (12") LED(Grn.Arrow) EA 13 1-F23 Veh.Sig.Sec. (12") LED(Yel.Arrow) EA 26 1424 Veh.Sig.Sec. (12") LED(Red Arrow) EA 13 1-F25 Trf.Sig. Cbl. (Type A) (12 AWG) (2 Condr.) LF 3302 1426 Trf.Sig. Cbl. (Type A) (14 AWG) (4 Condr.) LF 2972 1-F27 Trf.Sig. Cbl. (Type A) (14 AWG) (5 Condr.) LF 320 1428 Trf.Sig. Cbl. (Type A) (14 AWG) (7 Condr.) LF 1087 1-F29 Trf.Sig. Cbl. (Type A) (14 AWG) (16 Condr.) LF 2048 1430 Ins.Trf.Sig. PL AM (S) 1 Arm (20') Lum. EA 1 1-F31 Ins.Trf.Sig. PL AM (S) 1 Arm (36') EA 1 1432 Ins.Trf.Sig. PL AM (S) 1 Arm (36') Lum. EA 1 1-F33 Ins.Trf.Sig. PL AM (S) 1 Arm (40') EA 3 1434 Ins.Trf.Sig. PL AM (S) 1 Arm (44') EA 6 1-F35 Ins.Trf.Sig. PL AM (S) 1 Arm (44') Lum. EA 2 Ped. Detect Push Button (APS)w/R10-3E sign (Polara 1-F36 EA 28 INS APS with iDetect) Polara Ped Detector Controller Unit(ICCU-S2)and 1-F37 EA 4 Interconnect Board (iN2-iCB) 1438 Ped.Sig. Sec. (LED) (Countdown) EA 28 1-F39 Ped. Pole Assembly EA 18 Radar Presence Detector(Wavetronix Smartsensor 1-F40 EA 15 Matrix) 1441 Wavetronix Click 656 Cabinet Interface Device EA 4 Radar Presence Detector Comm. &Power Cable 1-F42 LF 2111 (Smartsensor 6/C) Bid Form ADDENDUM 1 00 30 01-Page 4 of 9 ATTACHMENT g Everhart Road-S.P.I.D.to Alameda St.-Project No. 18015A,21052,21056 SHEET 4 OF 9 Rev 8/2019 DocuSign Envelope ID:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 00 30 01 BID FORM Item DESCRIPTION UNIT ESTIMATED UNIT PRICE EXTENDED AMOUNT QUANTITY 1443 Mast Arm Damper(Valmont Mitigator TRI) EA 14 1-1`44 Camera PTZ(Axis P5655-E PTZ, 1080P,WDR,x32, IP66, EA 4 Dome Network Camera) including mounting equipment 1445 Ethernet Cable CAT 5E for PTZ LF 903 1-F46 Electrical Service and Cabinet EA 4 1447 ILSN (LED)8S(Duralight JXM-STN) (Rigid Back Mount) EA 15 1-F48 Controller Cabinet(TS-2)with Extension EA 4 1449 Controller Foundation EA 4 1-F50 Controller Econolite Cobalt ATC 1000 EA 4 1451 MMU2-16LEip With Ethernet Port EA 4 Miovision TrafficLink Detection (To Include Smartview 1-F52 EA 4 360 and Core DCM) Alpha FXM HP 1100 Rugged UPS Module with 48" 1-F53 Outdoor BBS Enclosure (SE48-1616) (To Include All EA 4 System Options) Allowance for Unanticipated Signalization 1-F54 LS 1 Improvements $ 25,000.00 $ 25,000.00 SUBTOTAL PART F-SIGNALIZATION IMPROVEMENTS(F1 thru F54) Part G-STORM WATER DRAINAGE IMPROVEMENTS(per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) 1-G1 Mobilization (Max 5% Part G) LS 1 1-G2 12" Dia. RCP(Class III) LF 9 1-G3 15" Dia. RCP(Class III) LF 4 1-G4 18" Dia. RCP(Class III) LF 2470 1-G5 24" Dia. RCP(Class III) LF 707 1-G6 30" Dia. RCP(Class III) LF 775 1-G7 36" Dia. RCP(Class III) LF 762 1-G8 42" Dia. RCP(Class III) LF 1960 1-G9 54" Dia. RCP(Class III) LF 37 1-G 10 60" Dia. RCP(Class III) LF 49 1-G11 Tie-In Existing 12" Dia. RCP EA 1 1-G 12 Tie-In Existing 15" Dia. RCP EA 2 1-G13 Tie-In Existing 18" Dia. RCP EA 10 1-G 14 Tie-In Existing 24" Dia. RCP EA 2 1-G15 Tie-In Existing 30" Dia. RCP EA 3 1-G16 Tie-In Existing 42" Dia. RCP EA 1 1-G17 Tie-In Existing 54" Dia. RCP EA 1 1-G18 Tie-In Existing 5'x 5' RCB EA 1 1-G19 Tie-In to Proposed Inlet EA 3 1-G20 Tie-In to Existing Inlet EA 3 1-G21 Tie-In to Proposed Manhole EA 7 1-G22 Tie-In to Existing Manhole EA 2 1-G23 Sidewalk Drain EA 5 1-G24 5'Standard Curb Inlet EA 53 1-G25 5' Curb Inlet Extension EA 30 1-G26 Special Curb Inlet EA 2 1-G27 4' Dia.Concrete Storm Water Manhole(Type 'A') EA 7 Bid Form ADDENDUM 1 00 30 01-Page 5 of 9 ATTACHMENT g Everhart Road-S.P.I.D.to Alameda St.-Project No. 18015A,21052,21056 SHEET 5 OF 9 Rev 8/2019 DocuSign Envelope ID:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 00 30 01 BID FORM Item DESCRIPTION UNIT ESTIMATED UNIT PRICE EXTENDED AMOUNT QUANTITY 1-G28 5' Dia.Concrete Storm Water Manhole(Type 'A') EA 7 1-G29 6' Dia.Concrete Storm Water Manhole(Type 'A') EA 1 1-G30 Concrete Storm Water Manhole(Type 'C') EA 7 1-G31 Concrete Storm Water Manhole(Type 'D') EA 13 1-G32 Adjust Existing Storm Water MH to Grade EA 2 1-G33 Special Junction Box EA 1 1-G34 Special Manhole Riser EA 7 1-G35 Concrete Cap Repair on Exist. 5'x 5' RCB EA 7 1-G36 Concrete Cap Repair on Exist. 60" RCP EA 1 1-G37 6" Concrete Curb and Gutter LF 14363 1-G38 6" Concrete Curb LF 44 1-G39 Trench Safety for Storm Water Conduits LF 6687 1-G40 Trench Safety for Storm Water Manhole,Junction Box, EA 95 and Inlets 1-G41 Allowance for Unanticipated Storm Water LS 1 Improvements 1 1 $ 50,000.00 $ 50,000.00 SUBTOTAL PART G-STORM WATER DRAINAGE IMPROVEMENTS(G1 THRU G41) Part H-WATER IMROVEMENTS(per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) 1-H1 Mobilization (Max 5%Part H) LS 1 1®H2 4"Tie-in Connection EA 2 1-H3 6" Dia. D.I.Waterline LF 1041 1-1-14 6"Tie-In Connection EA 16 1-H5 6" Dia.45° D.I. Bend EA 14 1-1-16 6" Dia.90° D.I. Bend EA 1 1-H7 6"Gate Valve with Box and Cover EA 3 1-1-18 8" Dia.C900 PVC Waterline(DR 18) LF 5780 1-H9 8" Dia. D.I.Waterline LF 2029 1-1-110 8" Dia. 11.25° D.I. Bend EA 2 1-H11 8" Dia.22.5° D.I. Bend EA 3 1-1-112 8" Dia.45° D.I. Bend EA 136 1-1-113 8" Dia.90° D.I. Bend EA 1 1-1-114 8"Gate Valve with Box and Cover EA 49 1-1-115 8"Tie-in Connection EA 9 1-1-116 8"x 8" D.I.Tee EA 22 1-1-117 8"x 6"Tapping Sleeve EA 1 1-1-118 8"x 6" D.I. Reducer EA 13 1-1-1119 8"x 6" D.I.Tee EA 2 1-H2O 8"x 4" D.I.Reducer EA 2 1-1-121 12" Dia. D.I.Waterline LF 130 1-1-122 12" Dia.45° D.I. Bend EA 6 1-1-123 12"x 8"Cross EA 1 1-H24 12"x 8"Tee EA 1 1-1-125 12"Tie-in Connection EA 2 Bid Form ADDENDUM 1 00 30 01-Page 6 of 9 ATTACHMENT g Everhart Road-S.P.I.D.to Alameda St.-Project No. 18015A,21052,21056 SHEET 6 OF 9 Rev 8/2019 DocuSign Envelope ID:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 00 30 01 BID FORM Item DESCRIPTION UNIT ESTIMATED UNIT PRICE EXTENDED AMOUNT QUANTITY 1-H26 12" Gate Valve with Box and Cover EA 4 1-H27 16"Tie-in Connection EA 1 1-H28 24" Dia.C900 PVC Waterline(DR 18) LF 6992 1-H29 24" Dia. D.I.Waterline LF 147 1-H30 24" Horiz.Gate Valve with 6'x 6'Vault EA 3 1-H31 24" Gate Valve with Box and Cover EA 2 1-H32 24" Dia. 11.25° D.I. Bend EA 3 1-H33 24" Dia. 22.5° D.I. Bend EA 1 1-H34 24" Dia.45° D.I. Bend EA 24 1-H35 24"x 8" D.I.Tee EA 4 1-H36 24"x 12" D.I.Tee EA 2 1-H37 24"x 24" D.I.Tee EA 2 1-H38 24"x 16" D.I. Reducer EA 1 1-H39 24"x 20" D.I. Reducer EA 2 1-H40 42" Dia.Steel Casing Pipe(Open Cut) LF 24 1-H41 Remove Existing 20"Valve Assembly and Vault EA 4 1-H42 20"Tie-in Connection EA 2 1-H43 Fire Hydrant Assembly(Type 1) EA 45 1-H44 Fire Hydrant Assembly(Type 2) EA 1 1-H45 Adjust Exist.Water Valve Box to Finish Grade EA 5 1-H46 1"Water Service (Short) EA 8 1-H47 1"Water Service (Long) EA 2 1-H48 Abandon in Place Ex. 6"AC waterline (Fill with Grout) LF 1831 1-H49 Abandon in Place Ex.8"AC waterline (Fill with Grout) LF 5443 1-H50 Trench Safety for Waterlines LF 16053 1-H51 Allowance for Unanticipated Water Improvements LS 1 $ 75,000.00 $ 75,000.00 SUBTOTAL PART H-WATER IMPROVEMENTS(H1 THRU H51) Part I-WASTEWATER IMROVEMENTS(per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) 1-11 Mobilization (Max 5%Part 1) LS 1 Rehab Existing 27" Dia.VCP Wastewater Gravity Line 1-12 with C.I.P.P. LF 2764 1-13 Rehabilitate Existing Brick Manhole EA 3 1-14 Bypass Pumping of Raw Sewage LS 1 1-15 Trench Safety for Wastewater Manhole EA 3 1-16 Well Point Dewatering LF 2764 1-17 Adjust Existing Manhole to Finish Grade EA 14 1-18 Wastewater Service Connection with Cleanout EA 8 1-19 Abandon in Place Ex.8"wastewater line(Fill with Grout) LF 245 1-110 8" Dia. Plug EA 1 1-111 30" Dia.C900 PVC Force Main (DR 18) EA 124 1-112 30" Dia.45° D.I. Bend with Ceramic Epoxy Lining EA 4 1-113 30" Dia.90° D.I. Bend with Ceramic Epoxy Lining EA 1 1-114 30" Dia. Plug EA 2 Allowance for Unanticipated Wastewater 1-115 Improvements LS 1 1 $ 50,000.00 $ 50,000.00 SUBTOTAL PART I-WASTEWATER IMPROVEMENTS(11 THRU 115) Bid Form ADDENDUM 1 00 30 01-Page 7 of 9 ATTACHMENT g Everhart Road-S.P.I.D.to Alameda St.-Project No. 18015A,21052,21056 SHEET 7 OF 9 Rev 8/2019 DocuSign Envelope ID:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 00 30 01 BID FORM Item DESCRIPTION UNIT ESTIMATED UNIT PRICE EXTENDED AMOUNT QUANTITY Part 1-GAS IMPROVEMENTS(per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) 1-J1 Mobilization (Max 5%Part J) LS 1 1-J2 Trenching/Backfilling for Gas Lines(2" -6" Dia.) LF 2636 1-J3 Trenching/Backfilling for Gas Lines(8"- 10" Dia.) LF 4724 1-J4 Adjust Existing Gas Valve Boxes To Finish Grade EA 10 1-J5 Remove Existing Gas Lines LF 662 1-J6 Abandon in Place Existing 4"Gas Line LF 145 1-J7 Abandon in Place Existing 6"Gas Line LF 314 1-J8 Abandon in Place Existing 8"Gas Line LF 1207 1-J9 lAbandon in Place Existing 10" Gas Line LF 3139 SUBTOTAL PART J-GAS LINE IMPROVEMENTS (J1 THRU J9) Part K-ENVIRONMENTAL IMPROVEMENTS(per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) JAllowance for Unanticipated Disposal of Contaminated 1-K1 Soil or Groundwater LS 1 $ 50,000.00 $ 50,000.00 SUBTOTAL PART K-ENVIRONMENTAL IMPROVEMENTS(K1) Part L-S.P.I.D.INTERSECTION WATERLINE IMPROVEMENTS(per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) 1-1_1 Mobilization (Max 5%Part L) LS 1 1-1-2 8" Dia. D.I.Waterline(Material Only) LF 140 1-1_3 8" Dia.45° D.I. Bend (Material Only) EA 8 1-1-4 8"Gate Valve with Box and Cover(Material Only) EA 3 1-1_5 8"x 8" D.I.Tee (Material Only) EA 1 1-1_6 24" Dia.C900 PVC Waterline(DR 18)(Material Only) LF 500 1-L7 30" Dia.C900 PVC Waterline(DR 18)(Material Only) LF 200 1-1-8 42" Dia.Steel Casing Pipe, 5/8" (Bore) (Material Only) LF 400 1-1_9 48" Dia.Steel Casing Pipe, 5/8" (Open Cut)(Material LF 200 Only) 1-1-10 30" Horiz.Gate Valve with 6'x 6'Vault(Material Only) EA 3 1-1-11 24" Dia.45° D.I. Bend (Material Only) EA 2 1-1-12 30" Dia.45° D.I. Bend (Material Only) EA 2 1-1-13 24"x 8" D.I.Tee(Material Only) EA 4 1-1-14 30"x 30" D.I.Tee(Material Only) EA 1 1-1-15 36"x 30" D.I.Tee(Material Only) EA 1 1-1-16 36"x 24" D.I. Reducer(Material Only) EA 1 1-1_17 Remove Existing 30"Valve Assembly and Vault EA 1 1-1-18 Remove Existing 30"Waterline LF 200 1-1_19 Grout Fill and Abandon Existing 20" Waterline LF 350 1-1-20 Grout Fill and Abandon Existing 36" Waterline LF 50 1-1-21 8"Tie-in Connection EA 2 1-1-22 30"Tie-in Connection EA 2 1-1-23 36"Tie-in Connection EA 1 1-1-24 30" D.I.Water Line Stop EA 2 1-1-25 1 Flowable Fill (Excavatable) CY 400 Bid Form ADDENDUM 1 00 30 01-Page 8 of 9 ATTACHMENT g Everhart Road-S.P.I.D.to Alameda St.-Project No. 18015A,21052,21056 SHEET 8 OF 9 Rev 8/2019 DocuSign Envelope ID:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 00 30 01 BID FORM Item DESCRIPTION UNIT ESTIMATED UNIT PRICE EXTENDED AMOUNT QUANTITY 1-L26 Trench Safety for Waterlines LF 340 1-1-27 Curb Inlet Protection EA 8 1-1-28 Street Excavation Sy 500 1-1-29 12" Crushed Limestone Flexible Base (Type A, Gr. 1-2) Sy 500 1-1-30 Prime Coat(0.15 GAL/SY) GAL 75 1-1-31 2" HMACP(Type D)Surface Course Sy 500 1-1-32 8" HMACP(Type B) Base Course Sy 500 1-1-33 2" Mill and Overlay Sy 600 1-1-34 4"Thick Stamped Colored Concrete Sy 200 1-1-35 REFL PAV MRK TY C HEAT APPLIED PREFAB PREFORMED THERMOPLASTIC(W)(ARROW)(125MIL) EA 5 REFL PAV MRK TY C HEAT APPLIED PREFAB 1-1-36 PREFORMED THERMOPLASTIC(W)(WORD)(125MIL) EA 3 1-1-37 REFL PAV MRK TY I (W)4"(BRK)(090MIL) LF 300 1-1-38 REFL PAV MRK TY I (W)6"(SLD)(090MIL) LF 300 REFL PAV MRK TY I (W)4"(DOTTED)(2'SEG,4' 1-L39 GAP)(090MIL) LF 260 1-1-40 REFL PAV MRK TY I (W)8"(SLD)(090MIL) LF 300 REFL PAV MRK TY C HEAT APPLIED PREFAB 1-1-41 PREFORMED THERMOPLASTIC(W)24"(SLD)(125MIL) LF 100 1-1-42 TY II-C-R Raised Pavement Marker(Reflectorized) EA 50 1-1-43 TY II-A-A Raised Pavement Marker(Reflectorized) EA 50 1-1-44 Allowance for Installation of Water Improvements LS 1 $ 1,500,000.00 $ 1,500,000.00 1-1-45 Allowance for Additional Traffic Control LS 1 $ 300,000.00 $ 300,000.00 SUBTOTAL PART L-S.P.I.D.INTERSECTION WATERLINE IMPROVEMENTS (1-1 THRU 1-45) BID SUMMARY - BASE BID 1 - HMAC SUBTOTAL PART A-GENERAL(Items Al thru A15) SUBTOTAL PART B-STREET IMPROVEMENTS(Items B1 thru B35) SUBTOTAL PART C- RTA IMPROVEMENTS(Items C1 thru C3) SUBTOTAL PART D-ADA IMPROVEMENTS(Items D1 thru D7) SUBTOTAL PART E- I.T. IMPROVEMENTS(Items E1 thru E4) SUBTOTAL PART F-SIGNALIZATION IMPROVEMENTS(Item F1 thru F54) SUBTOTAL PART G-STORM WATER DRAINAGE IMPROVEMENTS(Items G1 thru G41) SUBTOTAL PART H -WATER IMPROVEMENTS(Items H1 thru H51) SUBTOTAL PART I-WASTEWATER IMPROVEMENTS(Items 11 thru 115) SUBTOTAL PART J-GAS IMPROVEMENTS(Items J1 thru J9) SUBTOTAL PART K-ENVIRONMENTAL IMPROVEMENTS(Item K1) SUBTOTAL PART L-S.P.I.D. INTERSECTION WATERLINE IMPROVEMENTS(Items L1 thru L45) TOTAL PROJECT BASE BID(PARTS A THRU L) Bid Form ADDENDUM 1 00 30 01-Page 9 of 9 ATTACHMENT g Everhart Road-S.P.I.D.to Alameda St.-Project No. 18015A,21052,21056 SHEET 9 OF 9 Rev 8/2019 DocuSign Envelope ID:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 00 30 01 BID FORM Project Name: Everhart Road—S.P.I.D.to Alameda Street Project Number: 18015A, 21052, 21056 Owner: City of Corpus Christi OAR: Brett Van Hazel,Assistant Director of Engineering Services: Construction Management Designer: Freese and Nichols, 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: ADDENDUMI Bid Form ATTACHMENT 2 00 30 01-Page 1 of 10 Everhart Road-S.P.I.D.to Alameda St.-Project No. 18015A,21052,21056 SHEET 1 OF 10 Rev 8/2019 DocuSign Envelope ID:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 00 30 01 BID FORM Basis of Bid Item DESCRIPTION UNIT ESTIMATED UNIT PRICE EXTENDED AMOUNT QUANTITY Base Bid 2 - Concrete Part A-General(per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) 2-A1 Mobilization (Max 5% Part A) LS 1 2-A2 Bonds and Insurance(Max 2%) LS 1 2-A3 Clear Right-of-Way AC 14 2-A4 Ozone Day DAY 4 2-A5 Survey Monument EA 2 2-A6 Traffic Control Mobilization/Adjustments LS 1 2-A7 Traffic Control Items(Signs, Barricades,Channelizing MO 24 Devices, LPCBs,etc.) 2-A8 Arrow Boards for Traffic Control EA 4 2-A9 Message Boards for Traffic Control (Full Matrix) EA 5 2-A10 Temporary Signalization for Traffic Control LS 1 2-A11 Temporary Pavement for Detours SY 5000 2-Al2 Block Sodding SY 6180 2-A13 ISilt Fence for Storm Water Pollution Prevention LF 9352 2-A14 JCurb Inlet Protection EA 57 2-A15 IStorm Water Pollution Prevention Plan LS 1 SUBTOTAL PART A-GENERAL(Items Al thru A15) Part B-STREET IMPROVEMENTS(per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) 2-131 Mobilization (Max 5% Part B) LS 1 2-132 Street Excavation SY 49781 2-133 12" Compacted Subgrade SY 49781 2-134 7" Crushed Limestone Flexible Base (Type A,Gr. 1-2) SY 49781 2-135 9"Thick Continuously Reinforced Concrete Pavement SY 47965 2-136 3" HMACP(Type D)Surface Course SY 250 2-137 4.5" HMACP(Type B) Base Course SY 250 2-138 Geogrid (Tensar TX-5) SY 500 2-139 16" Crushed Limestone Flexible Base(Type A,Gr. 1-2) SY 500 2-1310 Prime Coat(0.15 GAL/SY) GAL 38 2-1311 6" Concrete Driveway(Class A) SF 36712 2-1312 6" Concrete Driveway(Class HES) SF 6000 2-1313 Concrete Median SF 2743 2-1314 2" Mill and Overlay SY 530 2-1315 6" Header Curb(Type B) LF 100 2-1316 Unanticipated Concrete Driveway Removal SF 250 2-1317 Asphalt Pavement Repair(Type 1) SY 500 2-1318 Asphalt Pavement Repair(Parking Lots) SF 3000 2-1319 6" Concrete Pavement Repair(Parking Lots) SF 2500 2-1320 JAdjust Existing Manhole to Finish Grade EA 3 ADDENDUMI Bid Form ATTACHMENT 2 00 30 01-Page 2 of 10 Everhart Road-S.P.I.D.to Alameda St.-Project No. 18015A,21052,21056 SHEET 2 OF 10 Rev 8/2019 DocuSign Envelope ID:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 00 30 01 BID FORM Item DESCRIPTION UNIT ESTIMATED UNIT PRICE EXTENDED AMOUNT QUANTITY REFL PAV MRK TY C HEAT APPLIED PREFAB PREFORMED 2-1321 THERMOPLASTIC(W)(ARROW)(125MIL)WITH PRIMER SEALER EA 63 REFL PAV MRK TY C HEAT APPLIED PREFAB PREFORMED 2-1322 THERMOPLASTIC(W)(WORD)(125MIL)WITH PRIMER SEALER EA 14 REFL PAV MRK TY I (Y)4"(BRI<)(090MIL)WITH PRIMER 2 623 SEALER LF 1800 REFL PAV MRK TY I (Y)4"(SLD)(090MIL)WITH PRIMER 21324 SEALER LF 8401 REFL PAV MRK TY I (Y)4"(SLD)(DBL)(090MIL)WITH 2 625 PRIMER SEALER LF 1785 REFL PAV MRK TY I (W)4"(BRK)(090MIL)WITH PRIMER 21326 SEALER LF 3120 2-627 REFL PAV MRK TY I (W)4"(SLD)(090MIL)WITH PRIMER SEALER LF 207 REFL PAV MRK TY I (W)4"(DOTTED)(2'SEG,4' 2 1328 GAP)(090MIL)WITH PRIMER SEALER LF 260 2-629 PAV MRK TY I (BLACK)(4") (BRK) (SHADOW)(090MIL) WITH PRIMER-SEALER LF 3120 REFL PAV MRK TY I (W)8"(SLD)(090MIL)WITH PRIMER 2-630 SEALER LF 1350 REFL PAV MRK TY C HEAT APPLIED PREFAB PREFORMED 2-1331 THERMOPLASTIC(W)24"(SLD)(125MIL)WITH PRIMER SEALER LF 400 2-1332 TY II-C Raised Pavement Marker(Reflectorized) EA 325 2-1333 TY II-A-A Raised Pavement Marker(Reflectorized) EA 250 2-1334 TY II-B-B Raised Pavement Marker(Reflectorized) EA 46 Furnish and Install Street Sign Assembly w/Stop Sign 2-635 Only EA 2 2-636 Furnish and Install Street Sign Assembly w/9" Blades (Green)and Stop Sign EA 12 2-637 Furnish And Install Roadside Traffic Sign And Sign Support Assembly(Triangular Slipbase System) EA 39 2-638 Allowance for Unanticipated Street-Related Improvements LS 1 $ 100,000.00 $ 100,000.00 SUBTOTAL PART B-STREET IMPROVEMENTS(Items 131 thru B38) Part C-RTA IMPROVEMENTS(per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) 2-C1 I Mobilization (Max 5% Part C) LS 1 2-C2 5" Pedestrian Concrete Bus Stop Pad SF 1350 SUBTOTAL PART C-RTA IMPROVEMENTS(Item C1 THRU C2) Part D-ADA IMPROVEMENTS(per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) 2-D1 Mobilization (Max 5% Part D) LS 1 2-D2 4"Thick Concrete Sidewalk SF 50,548 2-D3 Concrete Curb Ramp SF 4,328 2-D4 Sidewalk Retaining Curb LF 535 ADDENDUMI Bid Form ATTACHMENT 2 00 30 01-Page 3 of 10 Everhart Road-S.P.I.D.to Alameda St.-Project No. 18015A,21052,21056 SHEET 3 OF 10 Rev 8/2019 DocuSign Envelope ID:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 00 30 01 BID FORM Item DESCRIPTION UNIT ESTIMATED UNIT PRICE EXTENDED AMOUNT QUANTITY REFL PAV MRK TY C HEAT APPLIED PREFAB PREFORMED 2-D5 THERMOPLASTIC(W)(24")(SLD)(125MIL)WITH PRIMER- LF 650 SEALER REFL PAV MRK TY C HEAT APPLIED PREFAB PREFORMED 2-D6 THERMOPLASTIC(BLACK)(6")(SHADOW)(125MIL)WITH LF 1,300 PRIMER-SEALER 2-D7 Unanticipated Concrete Sidewalk Removal I SF 500 2-D8 Allowance for Unanticipated ADA Improvements LS 1 $ 15,000.00 $ 15,000.00 SUBTOTAL PART D-ADA IMPROVEMENTS(D1 THRU D8) Part E-I.T.IMPROVEMENTS(per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) 2-E1 Mobilization (Max 5% Part E) LS 1 2-E2 2" PVC Schedule 40 IT Conduit with Mule Tape LF 7200 2-E3 2" PVC Schedule 40 IT Conduit with Mule Tape(BORE) LF 262 2-E4 24"x36"x24" Pullbox(Handhole) EA 14 SUBTOTAL PART E-I.T.IMPROVEMENTS(E1 THRU E4) Part F-SIGNALIZATION IMPROVEMENTS (per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) 241 Mobilization (Max 5% Part F) LS 1 242 Drill Shaft(Trf.Sig. Pole) (24") LF 119 243 Pedestal Pole Spread Footing(Burney Drive) EA 1 244 Drill Shaft(Trf.Sig. Pole) (36") LF 226 245 Conduit(PVC) (Sch.40) (2") LF 362 246 Conduit(PVC) (Sch.40) (2") (Bore) LF 1575 247 Conduit(PVC) (Sch.40) (3") LF 520 248 Conduit(PVC) (Sch.40) (4") LF 179 249 Conduit(PVC) (Sch.40) (4") (Bore) LF 1402 2410 Elec. Condr. (No. 6) Bare LF 37 2411 Elec. Condr. (No. 6) Insulated LF 74 2412 Elec. Condr. (No.8) Insulated LF 2252 2413 Tray Cable (3 Condr.) (12 AWG) LF 3155 2414 Luminaire Cbl. (12 AWG) (2 Condr.)W/Ground LF 903 2415 Ground Box Type D(162922)W/Apron EA 20 2416 Install Highway Traffic Signal (Isolated) EA 4 Louvered Vacuum Formed ABS Back Plate(12") (3 SEC) 2-F17 EA 30 with 3M,2"Yellow Reflective Tape Louvered Vacuum Formed ABS Back Plate(12") (4 SEC) 2-F18 EA 13 with 3M,2"Yellow Reflective Tape 2419 Veh.Sig.Sec. (12") LED(Grn.) EA 30 2-F20 Veh.Sig.Sec. (12") LED(Yel. ) EA 30 2421 Veh.Sig.Sec. (12") LED(Red ) EA 30 2-F22 Veh.Sig.Sec. (12") LED(Grn.Arrow) EA 13 2423 Veh.Sig.Sec. (12") LED(Yel.Arrow) EA 26 2-F24 Veh.Sig.Sec. (12") LED(Red Arrow) EA 13 2425 Trf.Sig. Cbl. (Type A) (12 AWG) (2 Condr.) LF 3302 2-F26 Trf.Sig. Cbl. (Type A) (14 AWG) (4 Condr.) LF 2972 2427 JTrf.Sig. Cbl. (Type A) (14 AWG) (5 Condr.) LF 320 2-F28 JTrf.Sig. Cbl. (Type A) (14 AWG) (7 Condr.) LF 1087 Bid Form ADDENDUM 1 00 30 01-Page 4 of 10 ATTACHMENT 2 g Everhart Road-S.P.I.D.to Alameda St.-Project No. 18015A,21052,21056 SHEET 4 OF 10 Rev 8/2019 DocuSign Envelope ID:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 00 30 01 BID FORM Item DESCRIPTION UNIT ESTIMATED UNIT PRICE EXTENDED AMOUNT QUANTITY 2429 Trf.Sig. Cbl. (Type A) (14 AWG) (16 Condr.) LF 2048 2430 Ins.Trf.Sig. PL AM (S) 1 Arm (20') Lum. EA 1 2431 1 Ins.Trf.Sig. PL AM (S) 1 Arm (36') EA 1 2432 Ins.Trf.Sig. PL AM (S) 1 Arm (36') Lum. EA 1 2-F33 Ins.Trf.Sig. PL AM (S) 1 Arm (40') EA 3 2-F34 Ins.Trf.Sig. PL AM (S) 1 Arm (44') EA 6 2-F35 Ins.Trf.Sig. PL AM (S) 1 Arm (44') Lum. EA 2 2-F36 Ped. Detect Push Button (APS)w/R10-3E sign (Polara EA 28 2-F37 Polara Ped Detector Controller Unit (ICCU-S2)and EA 4 Interconnect Board (iN2-iCB) 2-F38 Ped.Sig.Sec. (LED) (Countdown) EA 28 2-F39 Ped. Pole Assembly EA 18 2440 Radar Presence Detector(Wavetronix Smartsensor EA 15 Matrix) 2441 Wavetronix Click 656 Cabinet Interface Device EA 4 2-F42 Radar Presence Detector Comm. & Power Cable LF 2111 (Smartsensor 6/C) 2443 Mast Arm Damper(Valmont Mitigator TR1) EA 14 Camera PTZ(Axis P5655-E PTZ, 1080P,WDR,x32, IP66, 2444 Dome Network Camera) including mounting EA 4 equipment 2-F45 Ethernet Cable CAT 5E for PTZ LF 903 2446 Electrical Service and Cabinet EA 4 2-F47 ILSN (LED)8S(Duralight JXM-STN) (Rigid Back Mount) EA 15 2448 Controller Cabinet(TS-2)with Extension EA 4 2-F49 Controller Foundation EA 4 2450 Controller Econolite Cobalt ATC 1000 EA 4 2451 MMU2-16LEip With Ethernet Port EA 4 Miovision Trafficl-ink Detection (To Include Smartview 2-F52 EA 4 360 and Core DCM) Alpha FXM HP 1100 Rugged UPS Module with 48" 2453 Outdoor BBS Enclosure(SE48-1616) (To Include All EA 4 System Options) Allowance for Unanticipated Signalization 2-F54 LS 1 Improvements $ 25,000.00 $ 25,000.00 SUBTOTAL PART F-SIGNALIZATION IMPROVEMENTS(F1 thru F54) Part G-STORM WATER DRAINAGE IMPROVEMENTS(per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) 2-G1 Mobilization (Max 5% Part G) LS 1 2-G2 12" Dia. RCP(Class III) LF 9 2-G3 15" Dia. RCP(Class III) LF 4 2-G4 18" Dia. RCP(Class III) LF 2470 2-G5 24" Dia. RCP(Class III) LF 707 2-G6 30" Dia. RCP(Class III) LF 775 2-G7 36" Dia. RCP(Class III) LF 762 2-G8 42" Dia. RCP(Class III) LF 1960 2-G9 54" Dia. RCP(Class III) LF 1 37 Bid Form ADDENDUM 1 00 30 01-Page 5 of 10 ATTACHMENT2 g Everhart Road-S.P.I.D.to Alameda St.-Project No. 18015A,21052,21056 SHEET 5 OF 10 Rev 8/2019 DocuSign Envelope ID:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 00 30 01 BID FORM Item DESCRIPTION UNIT ESTIMATED UNIT PRICE EXTENDED AMOUNT QUANTITY 2-G10 60" Dia. RCP(Class III) LF 49 2-G11 Tie-In Existing 12" Dia. RCP EA 1 2-G12 Tie-In Existing 15" Dia. RCP EA 2 2-G13 Tie-In Existing 18" Dia. RCP EA 10 2-G14 Tie-In Existing 24" Dia. RCP EA 2 2-G15 Tie-In Existing 30" Dia. RCP EA 3 2-G16 Tie-In Existing 42" Dia. RCP EA 1 2-G17 Tie-In Existing 54" Dia. RCP EA 1 2-G18 Tie-In Existing 5'x 5' RCB EA 1 2-G19 Tie-In to Proposed Inlet EA 3 2-G20 Tie-In to Existing Inlet EA 3 2-G21 Tie-In to Proposed Manhole EA 7 2-G22 Tie-In to Existing Manhole EA 2 2-G23 Sidewalk Drain EA 5 2-G24 5'Standard Curb Inlet EA 53 2-G25 5'Curb Inlet Extension EA 30 2-G26 Special Curb Inlet EA 2 2-G27 4' Dia. Concrete Storm Water Manhole(Type'A') EA 7 2-G28 5' Dia. Concrete Storm Water Manhole(Type'A') EA 7 2-G29 6' Dia. Concrete Storm Water Manhole(Type'A') EA 1 2-G30 Concrete Storm Water Manhole(Type'C') EA 7 2-G31 Concrete Storm Water Manhole (Type'D') EA 13 2-G32 Adjust Existing Storm Water MH to Grade EA 2 2-G33 Special Junction Box EA 1 2-G34 Special Manhole Riser EA 7 2-G35 Concrete Cap Repair on Exist.5'x 5' RCB EA 7 2-G36 Concrete Cap Repair on Exist.60" RCP EA 1 2-G37 6" Concrete Curb and Gutter LF 102 2-G38 6" Concrete Curb LF 14338 2-G39 Trench Safety for Storm Water Conduits LF 6687 Trench Safety for Storm Water Manhole,Junction Box, 2-G40 EA 95 and Inlets 2-G41 Allowance for Unanticipated Storm Water LS 1 Improvements $ 50,000.00 $ 50,000.00 SUBTOTAL PART G-STORM WATER DRAINAGE IMPROVEMENTS(G1 THRU G41) Part H-WATER IMROVEMENTS(per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) 2-1-11 Mobilization (Max 5% Part H) LS 1 2-H2 4"Tie-Ire Connection EA 2 2-1-13 6" Dia. D.I.Waterline LF 1041 2-1-14 6"Tie-In Connection EA 16 2-1-15 6" Dia.45° D.I. Bend EA 14 2-1-16 6" Dia.90° D.I. Bend EA 1 2-1-17 6"Gate Valve with Box and Cover EA 3 2-1-18 8" Dia.C900 PVC Waterline (DR 18) LF 5780 2-1-19 8" Dia. D.I.Waterline LF 2029 2-1-110 8" Dia. 11.25° D.I. Bend EA 2 Bid Form ADDENDUM /ATTACHMENT 00 30 01-Page 6 of 10 Everhart Road-S.P.I.D.to Alameda St.-Project No. 18015A,21052,21056 SHEET 6 OF 10 Rev 8/2019 DocuSign Envelope ID:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 00 30 01 BID FORM Item DESCRIPTION UNIT ESTIMATED UNIT PRICE EXTENDED AMOUNT QUANTITY 2-H11 8" Dia.22.5° D.I. Bend EA 3 2-H12 8" Dia.45° D.I. Bend EA 136 2-H13 8" Dia.90° D.I. Bend EA 1 2-H14 8"Gate Valve with Box and Cover EA 49 2-H15 8"Tie-in Connection EA 9 2-H16 8"x 8" D.I.Tee EA 22 2-H17 8"x 6"Tapping Sleeve EA 1 2-H18 8"x 6" D.I. Reducer EA 13 2-H1 8"x 6" D.I.Tee EA 2 2-H2O 8"x 4" D.I. Reducer EA 2 2-H21 12" Dia. D.I.Waterline LF 130 2-H22 12" Dia.45° D.I. Bend EA 6 2-H23 12"x 8" Cross EA 1 2-H24 12"x 8"Tee EA 1 2-H25 12"Tie-in Connection EA 2 2-H26 12" Gate Valve with Box and Cover EA 4 2-H27 16"Tie-in Connection EA 1 2-H28 24" Dia. C900 PVC Waterline(DR 18) LF 6992 2-H29 24" Dia. D.I.Waterline LF 147 2-H30 24" Horiz.Gate Valve with 6'x 6'Vault EA 3 2-H31 24" Gate Valve with Box and Cover EA 2 2-H32 24" Dia. 11.25° D.I. Bend EA 3 2-H33 24" Dia. 22.5° D.I. Bend EA 1 2-H34 24" Dia.45° D.I. Bend EA 24 2-H35 24"x 8" D.I.Tee EA 4 2-H36 24"x 12" D.I.Tee EA 2 2-H37 24"x 24" D.I.Tee EA 2 2-H38 24"x 16" D.I. Reducer EA 1 2-H39 24"x 20" D.I. Reducer EA 2 2-H40 42" Dia.Steel Casing Pipe (Open Cut) LF 24 2-H41 Remove Existing 20"Valve Assembly and Vault EA 4 2-H42 20"Tie-in Connection EA 2 2-H43 Fire Hydrant Assembly(Type 1) EA 45 2-H44 Fire Hydrant Assembly(Type 2) EA 1 2-H45 Adjust Exist.Water Valve Box to Finish Grade EA 5 2-H46 1"Water Service(Short) EA 8 2-H47 1"Water Service(Long) EA 2 2-H48 Abandon in Place Ex. 6"AC waterline(Fill with Grout) LF 1831 2-H49 Abandon in Place Ex.8"AC waterline(Fill with Grout) LF 5443 2-H50 ITrench Safety for Waterlines LF 16053 2-H51 JAIlowance for Unanticipated Water Improvements LS 1 $ 75,000.00 $ 75,000.00 SUBTOTAL PART H-WATER IMPROVEMENTS(H1 THRU H51) Part I-WASTEWATER IMROVEMENTS(per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) 2-11 Mobilization (Max 5% Part 1) LS 1 Rehab Existing 27" Dia.VCP Wastewater Gravity Line 2 12 with C.I.P.P. LF 2764 ADDENDUMI Bid Form ATTACHMENT 2 00 30 01-Page 7 of 10 Everhart Road-S.P.I.D.to Alameda St.-Project No. 18015A,21052,21056 SHEET 7 OF 10 Rev 8/2019 DocuSign Envelope ID:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 00 30 01 BID FORM Item DESCRIPTION UNIT ESTIMATED UNIT PRICE EXTENDED AMOUNT QUANTITY 2-13 Rehabilitate Existing Brick Manhole EA 3 2-14 Bypass Pumping of Raw Sewage LS 1 2-15 Trench Safety for Wastewater Manhole EA 3 2-16 Well Point Dewatering LF 2764 2-17 Adjust Existing Manhole to Finish Grade EA 14 2-18 Wastewater Service Connection with Cleanout EA 8 Abandon in Place Ex.8"wastewater line(Fill with 219 Grout) LF 245 2-110 8" Dia. Plug EA 1 2-111 30" Dia. C900 PVC Force Main (DR 18) EA 124 2-112 30" Dia.45° D.I. Bend with Ceramic Epoxy Lining EA 4 2-113 30" Dia.90° D.I. Bend with Ceramic Epoxy Lining EA 1 2-114 30" Dia. Plug EA 2 2-115 Allowance for Unanticipated Wastewater Improvements LS 1 $ 50,000.00 $ 50,000.00 SUBTOTAL PART I-WASTEWATER IMPROVEMENTS(I1 THRU 115) Part J-GAS IMPROVEMENTS(per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) 2-J1 Mobilization (Max 5% Part J) LS 1 2-J2 Trenching/Backfilling for Gas Lines(2"-6" Dia.) LF 2636 2-J3 Trenching/Backfilling for Gas Lines(8"- 10" Dia.) LF 4724 2-J4 Adjust Existing Gas Valve Boxes To Finish Grade EA 10 2-J5 Remove Existing Gas Lines LF 662 2-J6 Abandon in Place Existing 4" Gas Line LF 145 2-J7 Abandon in Place Existing 6" Gas Line LF 314 2-J8 Abandon in Place Existing 8" Gas Line LF 1207 2-J9 JAbanclon in Place Existing 10" Gas Line LF 3139 SUBTOTAL PART J-GAS LINE IMPROVEMENTS (J1 THRU J9) Part K-ENVIRONMENTAL IMPROVEMENTS(per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) 2-K1 Allowance for Unanticipated Disposal of Contaminated LS 1 Soil or Groundwater $ 50,000.00 $ 50,000.00 SUBTOTAL PART K-ENVIRONMENTAL IMPROVEMENTS(K1) Part L-S.P.I.D.INTERSECTION WATERLINE IMPROVEMENTS(per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) 2-1-1 Mobilization (Max 5% Part L) LS 1 2-1-2 8" Dia. D.I.Waterline(Material Only) LF 140 2-1-3 8" Dia.45° D.I. Bend (Material Only) EA 8 2-1-4 8"Gate Valve with Box and Cover(Material Only) EA 3 2-1-5 8"x 8" D.I.Tee(Material Only) EA 1 2-1-6 24" Dia. C900 PVC Waterline(DR 18) (Material Only) LF 500 2-1-7 30" Dia. C900 PVC Waterline(DR 18) (Material Only) LF 200 2-1-8 42" Dia.Steel Casing Pipe,5/8" (Bore) (Material Only) LF 400 2-1-9 48" Dia.Steel Casing Pipe,5/8" (Open Cut) (Material LF 200 Only) 2-L10 30" Horiz.Gate Valve with 6'x 6'Vault(Material Only) EA 3 ADDENDUM 1 Bid Form ATTACHMENT 2 00 30 01-Page 8 of 10 Everhart Road-S.P.I.D.to Alameda St.-Project No. 18015A,21052,21056 SHEET 8 OF 10 Rev 8/2019 DocuSign Envelope ID:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 00 30 01 BID FORM Item DESCRIPTION UNIT ESTIMATED UNIT PRICE EXTENDED AMOUNT QUANTITY 2-1-11 24" Dia.45° D.I. Bend (Material Only) EA 2 2-1-12 30" Dia.45° D.I. Bend (Material Only) EA 2 2-1-13 24"x 8" D.I.Tee(Material Only) EA 4 2-1-14 30"x 30" D.I.Tee(Material Only) EA 1 2-1_15 36"x 30" D.I.Tee(Material Only) EA 1 2-1-16 36"x 24" D.I. Reducer(Material Only) EA 1 2-1_17 Remove Existing 30"Valve Assembly and Vault EA 1 2-1-18 Remove Existing 30"Waterline LF 200 2-1_19 Grout Fill and Abandon Existing 20" Waterline LF 350 2-1-20 Grout Fill and Abandon Existing 36" Waterline LF 50 2-1-21 8"Tie-in Connection EA 2 2-1-22 30"Tie-in Connection EA 2 2-1-23 36"Tie-in Connection EA 1 2-1-24 30" D.I.Water Line Stop EA 2 2-1-25 Flowable Fill (Excavatable) Cy 400 2-1-26 Trench Safety for Waterlines LF 340 2-1-27 Curb Inlet Protection EA 8 2-1-28 Street Excavation Sy 500 2-1-29 12" Crushed Limestone Flexible Base(Type A,Gr. 1-2) Sy 500 2-1-30 Prime Coat(0.15 GAL/SY) GAL 75 2-1-31 2" HMACP(Type D)Surface Course Sy 500 2-1-32 8" HMACP(Type B) Base Course Sy 500 2-1-33 2" Mill and Overlay Sy 600 2-1-34 4"Thick Stamped Colored Concrete Sy 200 2-1-35 REFL PAV MRK TY C HEAT APPLIED PREFAB PREFORMED EA 5 THERMOPLASTIC(W)(ARROW)(125MIL) REFL PAV MRK TY C HEAT APPLIED PREFAB PREFORMED 2-L36 THERMOPLASTIC(W)(WORD)(125MIL) EA 3 2-1-37 REFL PAV MRK TY I (W)4"(BRI<)(090MIL) LF 300 2-L38 REFL PAV MRK TY I (W) 6"(SLD)(090MIL) LF 300 REFL PAV MRK TY I (W)4"(DOTTED)(2'SEG,4' 2-L39 LF 260 GAP)(090MIL) 2-1-40 REFL PAV MRK TY I (W)8"(SLD)(090MIL) LF 300 REFL PAV MRK TY C HEAT APPLIED PREFAB PREFORMED 2-1-41 THERMOPLASTIC(W)24"(SLD)(125MIL) LF 100 2-1-42 TY II-C-R Raised Pavement Marker(Reflectorized) EA 50 2-1-43 TY II-A-A Raised Pavement Marker(Reflectorized) EA 50 2-1-44 Allowance for Installation of Water Improvements LS 1 $ 1,500,000.00 $ 1,500,000.00 2-1-45 JAIlowance for Additional Traffic Control LS 1 $ 300,000.00 $ 300,000.00 SUBTOTAL PART L-S.P.I.D.INTERSECTION WATERLINE IMPROVEMENTS (L1 THRU L45) ADDENDUMI Bid Form ATTACHMENT 2 00 30 01-Page 9 of 10 Everhart Road-S.P.I.D.to Alameda St.-Project No. 18015A,21052,21056 SHEET 9 OF 10 Rev 8/2019 DocuSign Envelope ID:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 00 30 01 BID FORM Item DESCRIPTION UNIT ESTIMATED UNIT PRICE EXTENDED AMOUNT QUANTITY BID SUMMARY- BASE BID 2 - CONCRETE SUBTOTAL PART A-GENERAL(Items Al thru A15) SUBTOTAL PART B-STREET IMPROVEMENTS(Items B1 thru B38) SUBTOTAL PART C- RTA IMPROVEMENTS(Items C1 thru C2) SUBTOTAL PART D-ADA IMPROVEMENTS(Items D1 thru D8) SUBTOTAL PART E-I.T. IMPROVEMENTS(Items E1 thru E4) SUBTOTAL PART F-SIGNALIZATION IMPROVEMENTS(Item F1 thru F54) SUBTOTAL PART G-STORM WATER DRAINAGE IMPROVEMENTS(Items G1 thru G41) SUBTOTAL PART H-WATER IMPROVEMENTS(Items H1 thru H51) SUBTOTAL PART I-WASTEWATER IMPROVEMENTS(Items 11 thru 115) SUBTOTAL PART J-GAS IMPROVEMENTS(Items J1 thru J9) SUBTOTAL PART K-ENVIRONMENTAL IMPROVEMENTS(Item K1) SUBTOTAL PART L-S.P.I.D. INTERSECTION WATERLINE IMPROVEMENTS(Items L1 thru L45) TOTAL PROJECT BASE BID(PARTS A THRU L) ADDENDUMI Bid Form ATTACHMENT 2 00 30 01-Page 10 of 10 Everhart Road-S.P.I.D.to Alameda St.-Project No. 18015A,21052,21056 SHEET 10 OF 10 Rev 8/2019 DocuSign Envelope ID:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 ADDENDU1 ATTACHMENT SHEET 1 OF 3 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 ALLOWANCES A. Bid Item 1-1335 -Allowance for Unanticipated Street-Related Improvements 1. The sum of$100,000.00 to be used for the purchase of Unanticipated Street Improvements due to unanticipated work or unforeseen conditions and/or conflicts related to the work. B. Bid Item 1-D7—Allowance for Unanticipated ADA Improvements Alternates and Allowances 012310- 1 Everhart Road-S.P.I.D.to Alameda St. Bond 2018& Bond 2020-#18015A, 21052, &21056 Rev 5/2020 DocuSign Envelope ID:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 ADDENDU1 ATTACHMENT SHEET 2 OF 3 1. The sum of$15,000.00 to be used for the purchase of Unanticipated ADA Improvements due to unanticipated work or unforeseen conditions and/or conflicts related to the work. C. Bid Item 1-F54—Allowance for Unanticipated Signalization Improvements 1. The sum of$25,000.00 to be used for the purchase of Unanticipated Signalization Improvements due to unanticipated work or unforeseen conditions and/or conflicts related to the work. D. Bid Item 1-G41—Allowance for Unanticipated Storm Water Improvements 1. The sum of$50,000.00 to be used for the purchase of Unanticipated Storm Water Improvements due to unanticipated work or unforeseen conditions and/or conflicts related to the work. E. Bid Item 1-1-1151—Allowance for Unanticipated Water Improvements 1. The sum of$75,000.00 to be used for the purchase of Unanticipated Water Improvements due to unanticipated work or unforeseen conditions and/or conflicts related to the work. F. Bid Item 1-115—Allowance for Unanticipated Wastewater Improvements 1. The sum of$50,000.00 to be used for the purchase of Unanticipated Wastewater Improvements due to unanticipated work or unforeseen conditions and/or conflicts related to the work. G. Bid Item 1-K1—Allowance for Unanticipated Disposal of Contaminated Soil or Groundwater 1. The sum of$50,000.00 to be used for the purchase of Unanticipated Disposal of Contaminated Soil or Groundwater due to unanticipated work or unforeseen conditions and/or conflicts related to the work. H. Bid Item 1-1-44—Allowance for Installation of Water Improvements 1. The sum of$1,500,000.00 to be used for the purchase of labor, equipment, and additional materials as required for the installation of waterline improvements within the S.P.I.D. Intersection. 1. Bid Item 1-1-45—Allowance for Additional Traffic Control 1. The sum of$300,000.00 to be used for the purchase of Additional Traffic Control for the installation of waterline improvements within the S.P.I.D. Intersection. J. Bid Item 2-1338-Allowance for Unanticipated Street-Related Improvements 1. The sum of$100,000.00 to be used for the purchase of Unanticipated Street Improvements due to unanticipated work or unforeseen conditions and/or conflicts related to the work. K. Bid Item 2-D8—Allowance for Unanticipated ADA Improvements 1. The sum of$15,000.00 to be used for the purchase of Unanticipated ADA Improvements due to unanticipated work or unforeseen conditions and/or conflicts related to the work. L. Bid Item 2-F54—Allowance for Unanticipated Signalization Improvements Alternates and Allowances 012310-2 Everhart Road-S.P.I.D.to Alameda St. Bond 2018& Bond 2020-#18015A, 21052, &21056 Rev 5/2020 DocuSign Envelope ID:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 ADDENDU1 ATTACHMENT SHEET 3 OF 3 1. The sum of$25,000.00 to be used for the purchase of Unanticipated Signalization Improvements due to unanticipated work or unforeseen conditions and/or conflicts related to the work. M. Bid Item 2-G41—Allowance for Unanticipated Storm Water Improvements 1. The sum of$50,000.00 to be used for the purchase of Unanticipated Storm Water Improvements due to unanticipated work or unforeseen conditions and/or conflicts related to the work. N. Bid Item 2-H51—Allowance for Unanticipated Water Improvements 1. The sum of$75,000.00 to be used for the purchase of Unanticipated Water Improvements due to unanticipated work or unforeseen conditions and/or conflicts related to the work. O. Bid Item 2-115—Allowance for Unanticipated Wastewater Improvements 1. The sum of$50,000.00 to be used for the purchase of Unanticipated Wastewater Improvements due to unanticipated work or unforeseen conditions and/or conflicts related to the work. P. Bid Item 2-K1—Allowance for Unanticipated Disposal of Contaminated Soil or Groundwater 1. The sum of$50,000.00 to be used for the purchase of Unanticipated Disposal of Contaminated Soil or Groundwater due to unanticipated work or unforeseen conditions and/or conflicts related to the work. Q. Bid Item 2-L44—Allowance for Installation of Water Improvements 1. The sum of$1,500,000.00 to be used for the purchase of labor, equipment, and additional materials as required for the installation of waterline improvements within the S.P.I.D. Intersection. R. Bid Item 2-1_45—Allowance for Additional Traffic Control 1. The sum of$300,000.00 to be used for the purchase of Additional Traffic Control for the installation of waterline improvements within the S.P.I.D. Intersection. 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Alternates and Allowances 012310-3 Everhart Road-S.P.I.D.to Alameda St. Bond 2018& Bond 2020-#18015A, 21052, &21056 Rev 5/2020 DocuSign Envelope ID:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 ADDENDUMI ATTACHMENT 4 SHEET 1 OF 5 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 1-A1, 2-A1, 1-131, 2-131, 1-C1, 2-C1, 1-D1, 2-D1, 1-E1, 2-E1, 1-F1, 241, 1-G1, 2-G1, 1-1-11, 2-1-11, 1-11, 2-11, 1-J1, 2-J1, 1-1-1, 2-1-1 Mobilization (Max S%, Parts A, B, C, D, E, F, G, H, 1,J, & L): 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 Measurement and Basis for Payment 01 29 01- 1 Everhart Road-S.P.I.D.to Alameda St. Bond 2018& Bond 2020-#18015A, 21052, &21056 Rev 5/2020 DocuSign Envelope ID:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 ADDENDUMI ATTACHMENT 4 SHEET 2 OF 5 f. Mobilization may not exceed 5 percent of the total Contract Price. 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 1-A2, 2-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 1-A3, 2-A3—Clear Right-of-Way 1. Consists of clearing, grubbing, and stripping of all objectionable matter in accordance with specification section 021020 and removing old structures in accordance with specification section 021080 within the limits of construction,which may extend beyond the ROW in some areas of the project. A demolition plan and removal summary has been included in the construction drawings for the contractor's information. 2. Measurement and basis for payment shall be as described in SECTION 00 30 01 BID FORM. D. Bid Item 1-A4, 2-A4—Ozone Day 1. Priming and hot-mix asphalt paving operations shall not be conducted on days for which an ozone advisory has been issued, except for repairs. Owner will notify Contractor regarding ozone alerts. 2. Measurement and basis for payment shall be as described in SECTION 00 30 01 BID FORM. E. Bid Item 1-A5, 2-A5—Survey Monument 1. Measurement and basis for payment shall be as described in SECTION 020100 and SECTION 00 30 01 BID FORM. F. Bid Item 1-A6, 2-A6—Traffic Control Mobilization/Adjustments 1. This item shall include the following: a. Mobilization/demobilization of required traffic control devices, signs, barricades, channelizing devices, and low-profile concrete barriers provided in the contract documents Measurement and Basis for Payment 01 29 01-2 Everhart Road-S.P.I.D.to Alameda St. Bond 2018& Bond 2020-#18015A, 21052, &21056 Rev 5/2020 DocuSign Envelope ID:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 ADDENDUMI ATTACHMENT 4 SHEET 3 OF 5 b. Maintenance of temporary pavement or base material within the transition area between the existing asphalt roadway and the new asphalt or concrete roadway including access to driveways. Placement and maintenance of temporary pavement or base material within the transition area between the existing and proposed roadway surfaces is required for maintaining the 3:1 Max. safety slope and access to driveways. The installation, maintenance, removal and all incidental costs associated with construction of this temporary pavement or base material in the transition area is subsidiary to this item. c. Personnel, materials, equipment, and labor required to make necessary adjustments to required traffic control devices, signs, barricades, channelizing devices, and low-profile concrete barriers 2. Measurement and basis for payment shall be as described in SECTION 025802 and SECTION 00 30 01 BID FORM. G. Bid Item 1-A7, 2-A7—Traffic Control Items (Signs, Barricades, Channelizing Devices, LPCBs, etc.) 1. This item shall include the following: a. Placement and maintenance of required traffic control devices, signs, barricades, channelizing devices, and low-profile concrete barriers in accordance with the plans and SECTION 025802 b. Provision of necessary traffic control personnel and certified flaggers 2. Measurement and basis for payment shall be as described in SECTION 025802 and SECTION 00 30 01 BID FORM. H. Bid Item 1-A8, 2-A8—Arrow Boards for Traffic Control 1. This item shall include the following: a. Procurement, delivery, initial setup and maintenance of required arrow boards for the initial arrow board placement b. Personnel, materials, equipment, and labor required to make necessary adjustments and relocation of arrow boards during construction. The contractor is required to maintain the arrow boards for the duration of the project. 2. Measurement and basis for payment shall be as described in SECTION 00 30 01 BID FORM. I. Bid Item 1-A9, 2-A9—Message Boards for Traffic Control (Full Matrix) 1. This item shall include the following: a. Procurement, delivery, initial setup and maintenance of required message boards for the initial Portable Changeable Message Signs (PCMS) placement b. Personnel, materials, equipment, and labor required to make necessary adjustments and relocation of PCMS during construction. The contractor is required to maintain the message boards for the duration of the project. Measurement and Basis for Payment 01 29 01-3 Everhart Road-S.P.I.D.to Alameda St. Bond 2018& Bond 2020-#18015A, 21052, &21056 Rev 5/2020 DocuSign Envelope ID:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 ADDENDUMI ATTACHMENT 4 SHEET 4 OF 5 C. Message boards should be full matrix (not 3-line) 2. Measurement and basis for payment shall be as described in SECTION 00 30 01 BID FORM. J. Bid Item 1-A10, 2-A10—Temporary Signalization for Traffic Control 1. This item shall include the following: a. Mobilization/demobilization of required temporary traffic signalization and temporary pedestrian signalization during all phases of construction as required in accordance with MUTCD requirements. The contractor may utilize the existing signals, provide portable trailer mounted signals or construct span wire signals based on the contractor's means and methods b. Personnel, materials, equipment, and labor required to make necessary adjustments to traffic signals 2. Measurement and basis for payment shall be as described in SECTION 00 30 01 BID FORM. K. Bid Item 1-A11, 2-A11—Temporary Pavement for Detours 1. This item shall include the following: a. Materials, equipment, personnel, and labor required for installation of temporary pavement in the travel lanes as directed by the OAR. This item will be used for the following: 1) Temporary pavement required for utility construction 2) Temporary pavement required for travel lane shifts shown in the traffic control plan 3) All other temporary pavement in the travel lanes as approved by the OAR 2. Measurement and basis for payment shall be as described in SECTION 00 30 01 BID FORM. L. Bid Item 1-A15, 2-A15—Storm Water Pollution Prevention Plan 1. Payment shall include but not be limited to furnishing and submitting the SWPPP to TCEQ and Owner and updating the Plan during the Project as needed. All permits and required fees related to the SWPPP will be included in this item. 2. Measurement for payment will be made per lump sum on the following basis: The initial pay application will include 50%of the lump sum bid amount minus retainage. The balance will be paid according to the percent of construction completion after 50%completion has occurred, minus retainage. M. Bid Item 1-1310, 2-1312—6" Concrete Driveway(Class HES) 1. This item shall include the following: a. Materials, equipment, personnel, and labor required for installation 6" Concrete Driveway (Class HES) Measurement and Basis for Payment 01 29 01-4 Everhart Road-S.P.I.D.to Alameda St. Bond 2018& Bond 2020-#18015A, 21052, &21056 Rev 5/2020 DocuSign Envelope ID:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 ADDENDUMI ATTACHMENT 4 SHEET 5 OF 5 b. High Early Strength Concrete will be used at the OAR'S discretion for specific driveways that will require opening in 24 hours on a case by case basis 2. Measurement and basis for payment shall be as described in SECTION 00 30 01 BID FORM. N. Bid Item 1-F16, 2-F16—Install Highway Traffic Signal (Isolated) 1. This item shall include the following: a. Aluminum traffic signs installed on the signals. b. Removal, demolition, and salvage of all required signal equipment c. Construction of a complete signalized intersection including all labor and equipment necessary to provide for a complete signal installation. Any required labor, material, equipment,testing, startup, coordination, etc. not specifically addressed by another bid item, will be covered under this item. 2. Measurement and basis for payment is per each. O. Bid Items 1-1-2 thru 1-1-16 (Material Only) and 2-1-2 thru 2-1-16 (Material Only) 1. These items shall include the following: a. Material cost only. The City will negotiate a future change order with the contractor for the labor and equipment to install these items. Final Design for the 24" waterline crossing of the S.P.I.D. Intersection and associated traffic control design will be provided to the contractor during the early construction phases of the project. 2. Measurement and basis for payment is for Material Cost Only. P. Other Bid Items 1. The basis of measurement and payment for other Bid Items shall be as described in the applicable Specification Sections, Construction Drawings and/or SECTION 00 30 01 BID FORM. 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Measurement and Basis for Payment 01 29 01-5 Everhart Road-S.P.I.D.to Alameda St. Bond 2018& Bond 2020-#18015A, 21052, &21056 Rev 5/2020 DocuSign Envelope ID:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 Project No. 18015A 21052 21056 Addendum No. 1 MODIFICATIONS TO THE DRAWINGS 1. MODIFICATIONS TO THE DRAWINGS A. DELETE the following drawings: Deleted Drawings Sheet 102 of 265—Water and Wastewater Plan and Profile Sta. 21+50 to Sta. 26+00 Sheet 108 of 265—Water and Wastewater Plan and Profile Sta. 48+25 to Sta. 52+75 Sheet 110 of 265—Water and Wastewater Plan and Profile Sta. 57+50 to Sta. 62+25 Sheet 115 of 265—Typical Fire Hydrant Laterals Sheet 116 of 265—Waterline Laterals 01 B. ADD the following drawings: Added Drawings Sheet 102 of 265—Water and Wastewater Plan and Profile Sta. 21+50 to Sta. 26+00 (Attachment No. 5) Sheet 108 of 265—Water and Wastewater Plan and Profile Sta. 48+25 to Sta. 52+75 (Attachment No. 5) Sheet 110 of 265—Water and Wastewater Plan and Profile Sta. 57+50 to Sta. 62+25 (Attachment No. 5) Sheet 115 of 265—Typical Fire Hydrant Laterals (Attachment No. 5) Sheet 116 of 265—Waterline Laterals 01 (Attachment No. 5) AE OF o / NICHOLAS A. CECAVA / ®®®®®®®®®®®®®®®®®®®®®®®®®®/ FREESE 97391z EN ago,oil 0�: 4 N I C H 0 LS 00 TBPE No. F-2144 5-9-2023 Page 1 of 1 L'w" °°'"a,N sa ,—S 6ul�aaui6u3 }o ;—a -dao 00+9Z 'V15 O1 09+1,z Ln Z 'V1S 67�r m���szoicssgs9gs9sgl�9E, o�d SVX31 3TJOdd (INV NV�d CN :x•'03"'>` aarS P-a�.�aao�s N°oda /1SRIH7 S(id2107 jo Aio d31VM31SVM ONV d31VM 3 i f l6£L6 _ '1S V031/V1V Ol '0'I'd'S OVOd 1dVHd3A3 cn NOIM18DS30 A6 31tl0 'ON NO-38NONtl1—CI A9 3— 'ON N0413tl .cic>c W[po'W•o48 8141 u o y>u1 auo lou 11 eulnolp 0 I 111J0dd 0ISIA M 'OVIN 4Z-6-S 1 1ou1611a uo y>u1 euo c1 log 31—A3ia3n w ��a �aw ❑I•�_w C1 1-S <{<C vt 00+9Z VIS 3N13 H0lVW I Illl I� I II'I� j W o Ir<I w I II I =gyp w W, w� • 5 III s_1�0 - - m � I o oUao L� n tea, G-�a I Bill 0 � 3 Y �. II �— r 6 yI00 SZ SZ tl1S 331�g1N=3 O 6B'PI+SZ Y15 1111 w9 S 5Z tll5 r = 331 } P.W V Q6'bl+5Z s V1S IIII Is1+sz-vls N7/N3SSKU/ z � 119N355b Ilil IAS 00'58*VL tl15 IIII r ON39.S1 ( } III r x Z - - w LB'bb*bL bl6 III ¢ aFS� a LLJ a.. SZ'66+bZ b15 II ON3g x OL'OC+bZ b15 ,1gI ON31.Sb.6 v W O LZ'LL+6L Y15 h I m qIw r e Nw g� II" � N a3 qqqII � a VII V: o q ww d f'S .SIL I,, w — ul A,gn36� N QQ'bi+qL e _ t 3 II II� g I> Ilo a I o 1 III II w p a w w = w w 3 o e LL o 0 0 J 1 la + 3 IIII li w a p .o' 1111 rc - OO S9aLZ tll5 &u 1'11 � IIINJ - m ¢53 1 ¢ V w a It - c 111 IIQ�I - w m 1111 - z w 1111 `y� w J zp; �' z m� - - a '1 ON39,S L R 'ONL+ZL vls Qb ON3g.9 L H z •� SII OPV tl 5 L 151NFWV7 LL O ti u . am �QII I11 - z .15 _ ON3e 6 a Q x y - 1111 V 9i .o o a. g �3noW K� `�.. I N- lull maw CII rc aha ON3es B n o' L6'36#Z b 5 IN..91,J1 II'LL+IZ b S v � 1 111 II`1 O a 9£'BL+fL bl6 H ry 3 V I JN39 S .B I 31 IIII bl6 I' - ON..SI,;bZ 19 ZL+IZ'Yi5 III - 3l�lo'A 31MJ'33 .B IIII LZ'b9+IZ b15 _ N 09+LZ VIS 3NIl HO1VW 0 0 w I s"sI 00'I's1� 'W'd 11 1 In—*n CIOZ/dl/9D o 1—H Insnnaasalt, el -NJ-XVQ—Ns\Nd[roslc laos7 seazo= sal =a aeov 0 L' —,—S6ui�aaui6u3 }o ;—a -dao SL+ZS 'V15 O1 SZ+8b 'V1S Ln 67�r m���szoicsl� sgs9gs9sgl,9E, o�d SVX31 3TJOdd (INV NV�d CN ao�'N o9; :x•'03"'>` aars�a �.�aao�s N°ooa /1SRIH7 S(id2107 jo Aio d31VM31SVM ONV d31VM 00 f l6£L6 _ as 1S V03WV1V Ol '0'I'dS C aVOd 1dVHd3A3 cn NOIM18DS30 'ON NOI 4.1-- ♦B 3— 'ON N-13tl .clB>c 160(po'W•646 6141 u o y>ul Buo lou 11 eulnotp 0 I 3IJMd OhAA 121 OVIN CZ-fi-S 1 loul611a uo y>u1 Buo c1 loB 33605 n3la3n D t(3 Z LL Dw�a 0 waw ❑mow C1 1-S <{<C vt 9L+Z6 V1S 3NI3 HO1VW � r o IIS n L. �_ t l: NO1j3NNOD 3DAN35 10 BO+ZGP. Y15 0 ++ m Io - I- 9003NNOD 3DIAN35 Vm I 60 C6+li Y1S )11.143.1'N'3 I � I �3 P _ a o w _ Ld a� Ilo 0 m m _ a ' "r RWO I S6 LL*OS tl15 W o rc a0 1 ` Q }I I d. a o ± OOOS+OS vis I I ON I I S 6 3 i _o I �s 11 .L'£1.9'Z 66 ...61., a � } _ w i �_ � G'< I w >< o N� gill a � ON39 Al;bZ 1119-61 Vs Eli O 311313 Al.1ZME 1 C W �I� 9Y CB+66'tl15 1 z< _= o 8� f: I 1 ON3B Sb;K I x J -9t'[9+66'q1S v�v�s 1 I ,6L. ON3B.Sb;>Z � - e a W` L{, I a 3BV13591'1'3 KA OR NX ON3B S6--B -_ ro _ w 1 9L 6D 66 Y16 O �� LL'LD+66 v15 w u > o `o n a I I ti ON3B S „B w U �' I I o R 00'ffi+BY-tl15 ZL B6 BY 115 < > ON3B S B LL h � 160 b5 � I I rc /' N0113NN03 301Ad36 lx�x i I e� ¢ i I s m I - 4111 I I (. n 3BY1355 'N'3 0] hl -rc m> ` p � � VIIII -I I 00 bBaBb tl16 - m I- w/ � d o ® 0 N + Il H LL 5Z 8b VIS 3N O1VW ❑ N w l s" 's, 'IN'd","I CIOZ/LI/9D laoow ino*n �nnaa�aiec—aalNj—xVaaganeis\Nd[roslc,ao�7 �eazo= n Cw=i sw�]sz aI I=a aeov 0 L'w" °°'"a,� sa ,—S 6uhaaui6u3 }o ;—a -dao SZ+Z9 'V15 O1 OS+LS 'V1S � 67�r m���szoicsgs9gs9sg1�9E, o�d SVX31 3TJOdd (INV NV�d CN ao�'N o9; aars�aaullaa�4s'A ooh /1SRIH7 S(id2107 jo 1110 d31VM31SVM ONV d31VM o f G .���•�-9����. S7 IIJI = = � � a a � '1S VO3WVIV Ol 'O'I'd'S 33 GVOd 1dVHd3A3 ~ iv Ucn NOOd18DS30 A8 31tl0 'ON N0I 4O1-0530 >,B 31tl0 'ON N0413tl .clBoc WO)po'W•o48 8141 u o y>ul auo lou 11 eulno�p 0 I NV Id 03S/'IM ')VN 4Z—6—S 1 loul6lC¢up y>ul euo cl iog 31bo5 Adia3n Z Awa 0 waw ❑mow C1 1-S <{<C vt 9Z+Z9 V1S 3NI-1 HOlVW Ilo I � I 6108[+19 015 IM I: ¢ - o III o I a ma I � IIh �c m I L I .o w m am4 I z e SC Vl tl09 1 IN 13 I I I 2651 dOB {' L9'LO+19 M 11 Va$ D06B 0 :YL u S$ IIIn1I,I I OL 09 15 1tl :I'll (I:nil m A,GM3 itl'N'd 00'08+p9 Vl6 I 91 tlOB m +< m r! a o m � r AlB 'HJ 0009+D9D9+N tl15 Irtl $W w � 8 m:w m w a 333.8 O ¢ o 01366- 1 066+65 tl15 O Ldo m III II fll � I 3 1I1 I fll I li �n n m II�il i n m •W < f w � x J ill �¢ I If { I II IIII e u III .8 .6'14 XT., .£Z SII v I J ] oo's1 ape 3 Y$. I rW i I -9851 dDB nY m I -SI'Ob*8S JAtl � w I I j � rc ?m rcv ¢ 1 N x ¢ r f ZB'BI dD8 L O r � n t _ a m ry i Fw �n / J I oG I aE I <o ! m' m IIID. m m cw n� 1 1 t OL d01.lZ m2i�'yn II I ->£re+es r3s la v a IIII III 11 1 �o I a II i o ^gym I a 81 a m 65'86+SB]Atl N 00 6 S ViS - 0] v68'SI d08 pp'BG+LS Y1S ym V op el-'apl 1L _a I r F W— I OS LB+C9 tl.16 IM j' rv4N� OO S BI SO LS+LS JAd N I06+L6 VIS 3NIl HO1VW ¢ 0 0 w I s" 'sn wd zs-scl cloz/al/9p laoow ino*n snnaasaiec-aalNj-xVaavaneis\Nd[roslc laos7 seazo= n Cw=i sw�]sz al I=a aeov 0 °uj"a SN `° sasinaas 6uisaaui6u3 }o ;uaw�aoda❑ Lc) m szoi csI sos9gs9sg,�9a, o�d SVX31 S�Vd3iV� 1NVdaAH 32113 WZ)Id.11 (N ao�'N o9; o os; .• 1�l3sla I1S121HD sndboj Ja Aio caywyls �ie l�vauliaa��ls N 000a c)� c a '1S V43WV1V Ol 'O'l'ds C � � aVOd 1dVHd3A3 1 cn NOOd18OS30 ,.B 31tl0 'ON N0-38NOiltlid0530 ♦B 31tl0 'ON N0413d .cic4c W[po'Wo48 8141 o y>u1 auo)ou 11•eulnolp 0 i II DLII 0351AM JvN 5 L-6-5 1 1ou1611a uo y>ul euo cl log 31—Adid3n J ❑mow W �o �a oma= (SNVId 33S)S31— W 'mss O O 3ANA 3100.9 H i y m 33 .9x.B Q rc 2 .w xp `8888 4= oWe�8� pg" 0�4 = dddd ��'a Sze r : Y3 ern rn rn rn w'� Orn P : Of £0000O _ ry L J i� f CL (SNYId 335)531WA d'0'l (SNtlld 335)531— '0'l 3NNA 31tl0.9 J J i _ a p o p Ld Q 5 L ~ mS Z w Z L.lFFFF N Ld m s n g J Q a (SNVId 33S)53iWA=d'0'1 Q o s & U 3ANA 3111 (S—33S)S318 "'d0'1 H 331 -0961-W01 331.B (❑ ry. -0961'd o'1 N (SNOId 33S)5393 -d'0'1 `\T✓ 331 (SNOId 33S)S--'d'0'1 LLJ o } a � ann J J ix� _ add ❑ N w 1:s11sd :s11 'W'd","I C10Z/LI/90� laoow lno*n snnaalalec—aalNj—xVaavanels\N�[rosic laos7 �eazo= n (w=1 swl]sz ai I=a aeov 0 °uj"a lb `° sasinaas 6uisaaui6u3 }o ;uaw�aoda❑ � m szozcsl sgs9gs9sg,�9a, o�d SVX31 10 S�Vd31V� 3Nl�d31VM (N r,— w ao�'N o9; ' I1S121HD sndboi Jo 1115 caywylsl�v�ie a'.�.�aao�ls'N 000a � S11�1 �� �..... IO c a a r"; US, 1S V43WV1V Ol 'O'ld ' s C aVOd 1dVHd3A3 cn NOIM18DS30 ,.8 31tl0 'ON NO-38NONG1d— ♦B 3— 'ON N0413a .cic>c WB)po�Wo48 8141 u o y>u1 9uo lou 11•eulno3p 0 I 11IJ02Jd 07,,1/,188 WIN £Z-6-5 I Iou1613a uo y>u1 9uo c1 log 31—n31a3n �Ht(3 w w �To o e� e� waw ni N 00 Oq 00 (18a31 A131d)-'tl'0'1 I� (Af1a3A U1313).d 01 1(1 d30003 } : NOO NNOJ Ni-30_Z1 O N0033NNOO Ni-311.9 1n } 9p M 6 N Q H � ��r ry g w W - g W n: if W 311.L1 J ".L4 a 8['61-'d 0'1 W 3AltlA 31tl0,H 331,B - .06'61-'d'O'1 3nNA 31tl0.L1 331.01a1N3003.n.1L E && (48b3A 01313)='d01 a N0003NN00 NI-31i / l 19'61 d'0'1 Iz rl1 J 1 - -61-d0'1 r\ 3ANA 3—,8 'g :LE ZZ-'d'O'1 98'6 'd0'1 V) 0 331,9 (n O WJ - ow � aw w LLJ L) — OMY :Ydo & J do o w a w _ W z Y a Q o- —3)�tlD'1 3 I� N (U d3A 01313)-'tl'0'1 a30003a 9x.8 N N0103NN00 N 3N,9 NOU33NNOJ N1-31,9 _ ❑ 0 w 1 s11sd 00'1's11 'W'd Z4-9�1 C10Z/LI/9D laoow Ino*n snnaalalec—aalNj—xVaavanels\N�[roslc laos7 �eazo= n Cw=1 swl]sz a1 1=a aeov 0 DocuSign Envelope ID:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 Project No. 18015A 21052 21056 Addendum No. 1 REQUESTS FOR CLARIFICATIONS AND RESPONSES CIVCAST QUESTIONS 1. Delivery of ductile iron pipe is currently 10 to 12 months out from the date the order is placed, can PVC be used in place of ductile iron pipe on the water items? The contractor may submit an RFI for City review documenting the schedule impacts to procure ductile iron pipe for each phase of the project. Documentation should include a letter from the pipe supplier with proposed schedule information. 2. Please Clarify bid item 1-19 (Grout). Grout what?? Item 19 description has been added for Abandon in Place Ex. 8" wastewater line (Fill with Grout). Please see revised Bid Forms included with this Addendum #1. 3. Would you please post the pre-bid meeting attendees list? The City does not require that attendees sign in for Pre-Bid Conference. 4. Will AEP brace poles for the contractor at no additional cost at times where construction may jeopardize the integrity of said poles or electrical system? It is the contractor's responsibility to coordinate with all utility owners for utilities that may interfere with the proposed improvements. 5. Will alternate grout mixes that reach the 100 PSI at 28 Days be allowed to grout fill utility lines? The Contractor may propose alternate grout mixes that meet the contract requirements of Specification 026214 for City review. Page 1 of 6 DocuSign Envelope ID:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 6. Can it be verified that the City will not take ownership of the Message boards for this project? The City will not take ownership of the message boards. The contractor is required to maintain the message boards for the duration of the project. See revised Section 0129 01 Measurement and Basis for payment included with this Addendum #1. 7. During the Pre-Bid meeting the Design Engineer mentioned that part L was not a part of the Time determination and that days could be added for section L. If that is the case can L be categorized as an Additive alternate to remove the risk of financial responsibilities for overheads and Traffic control for scope of work that may or may not turn out to be critical path time items? No. Part L-SPID Waterline Improvements will remain in the base bid. Part L is not included in the 720 calendar days. Additional time will be added to the contract as part of a future change order to be negotiated for Part L. 8. How will the labor be addressed for items in Section L that call for Material only? The City will negotiate a future change order with the contractor for the labor, equipment, additional materials, and traffic control required for this work. Allowances have been established to offset these costs. 9. On sheet 100, STA 13+72.18, there is a 12x8 MJ tee that is not called for on the bid summary. Can this be added? This item has been added. Please see the revised Bid Forms included with this Addendum #1. 10. To help reduce project costs, can in-situ material form excavations be used as Final Backfill for utilities and described on Final Backfill/Table 2 Item A? Does in-situ material meet project backfill requirements? Based on the geotechnical data provided in Appendix A,the in-situ soils do not appear to meet the Select Material requirements for final backfill. Page 2 of 6 DocuSign Envelope ID:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 11. Are the barriers mentioned in item A7 required? If so can a separate bid item be created for this? Yes. Low profile concrete barriers are included in Item A7. No separate bid item will be added. 12. Numerous properties have only 1 small driveway for in and out access. Does the city require a separate, temporary driveway to be constructed while building the permanent one? What is the bare minimum dimensions (LxWxD) and materials that the City will accept for temporary access? Temporary driveways (if needed) will be reviewed on a case-by-case basis. The Contractor shall provide continuous access to all driveways during construction. When work is conducted directly adjacent to driveways and access will not be possible, Contractor will notify and provide possible alternatives for access to the owner. 13. Do property owners know their trees and landscaping will be need to be removed and will not be replaced in kind? The trees located in the City ROW will be removed as needed. 14. On sheet 105, STA 36+89.84, there is an 8x6 MJ tee that is not on the bid summary. Can this be added? This item has been added. Please see the revised Bid Forms included with this Addendum #1. 15. On sheet 109, STA 53+01.98, there is an 8x4 MJ reducer and a 4" tie-in connection - neither of which is listed upon the bid summary. Can these please be added? These items have been added. Please see the revised Bid Forms included with this Addendum#1. 16. On sheet 110, STA 59+94.17, there is another 8x4 MJ reducer and a 4" tie in connection, neither of which is upon the bid summary. Can these also please be added? These items have been added. Please see the revised Bid Forms included with this Addendum#1. Page 3 of 6 DocuSign Envelope ID:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 17. On sheet 110, STA 59+94.17, there is 55 LF of 4" ductile iron pipe called out that is not listed upon the bid summary. Can this please be added? The callout has been changed to 8" DI Pipe on Sheet 110. Please see the revised Bid Forms and drawings included with this Addendum #1. 18. On sheet 111, STA 64+20.33, there is another 8x6 MJ tee that is not upon the bid summary. Can this please be added? This item has been added. Please see the revised Bid Forms included with this Addendum #1. 19. Where and under what scenario will Item B15 Asphalt Pavement Repair Ty 1 be used? Asphalt Pavement Repair (Type 1) will be used for pavement transitions to minor residential side streets. 20. At the pre-bid it was mentioned that 24 months to do $31M may not be achievable. Given that some pay estimates will be relatively small due to phasing constraints, construction sequencing, or weather, this will make the prescribed TOC even less feasible. In the next addendum, can the Owner provide their schedule showing how the project can be built in 24 months? Can phases be combined or worked simultaneously to help generate larger estimates? The $31M estimate includes Part L. The contract time of 720 calendar days excludes Part L. Additional time will be added to the contract as part of a future change order to be negotiated for Part L. With the approval of the Construction Inspection team, the City will allow combining of phases. Please refer to the Sequence of Construction narrative included on Sheet 155 in the drawings. 21. Is an audio recording of the pre-bid meeting available? No audio recordings are available. 22. Please confirm that the arrow boards will become property of the City. The City will not take ownership of the arrow boards. The contractor is required to maintain the arrow boards for the duration of the project. See revised Section 0129 01 Measurement and Basis for payment included with this Addendum #1. Page 4 of 6 DocuSign Envelope ID:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 23. How will the contractual time and Contractor costs (overhead, standby labor and equipment, etc.) be addressed in regards to the probable job disruption from the leaking petrol storage tanks? The City will consider impacts to time and costs related to the testing and/or disposal of contaminated soils. Item K1,Allowance for Unanticipated Disposal of Contaminated Soil or Groundwater has been established to offset these costs. 24. It was noted at the pre-bid meeting that part L is not part of the 24 month time evaluation, and that part L should be a materials-only submission.There is not a material supplier that will hold their prices for more than 5 calendar days (waterline items), which means the Contractor will have to procure those materials and store them. How will the City address if the part L work is not constructed in regards to the purchased materials?The plans state that "final design for the 24" waterline crossing the SPID intersection and associated traffic control design will be provided to the Contractor during the early CONSTRUCTION phases of the project". How can a Contractor price work without a final design? Can part L be eliminated from the initial bid and be negotiated when the final designs are released? Unused purchased materials may be restocked and/or delivered to the City and will be negotiated as a future change order. Part L-SPID Waterline Improvements will remain in the base bid. 25. Please confirm this project will have no TxDOT funding. There is no TxDOT funding. 26. It was noted during pre-bid meeting that calling the Engineer directly is frowned upon. This occurs frequently due to the procurement and bidding process that currently exists. I can only note what occurs at our firm, but VERY often after the question/clarification period expires and an addendum is issued, more questions arise that are critical to the bid and building of the project. Without clarifications or answers, the Contractor is forced to inflate their bid pricing to cover anything and everything that could happen due to lack of clarity. This costs the City and all associated more money than need be in many circumstances. It would be greatly beneficial to both the City and the Contractor to allow an additional open question/clarification period, even if of shorter duration than the regular period. The City is following the procurement and bidding process through CivCast. Page 5 of 6 DocuSign Envelope ID:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 27. If utility relocations are required, are the utility owners aware this project is coming? We can coordinate with these companies and provide key dates but have no authority over them to meet our schedule. The Owner will need to handle that aspect. Yes, franchise utilities are aware of the project and will provide required relocations and adjustments. Please refer to General Notes D1 and D2. FREESE ago,oil z IV I C H 0 LS 0 TBPE No. F-2144 Page 6 of 6 DocuSign Envelope ID:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 0 1855 00 52 23 AGREEMENT This Agreement, for the Project awarded on [insert Award Date], is between the City of Corpus Christi (Owner) and (Contractor). Owner and Contractor agree as follows: ARTICLE 1—WORK 1.01 Contractor shall complete all Work as specified or indicated in the Contract Documents. The Work is generally described as: Everhart Road -SPID to Alameda, Bond 2018& Bond 2020 Project No. 18015A, 21052, &21056 ARTICLE 2—DESIGNER AND OWNER'S AUTHORIZED REPRESENTATIVE 2.01 The Project has been designed by: Freese and Nichols, Inc. 800 N.Shoreline Blvd.,Suite 1600N Corpus Christi,TX 78401 nac@freese.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 720 days after the date when the Contract Times commence to run as provided in the Notice to Proceed and is to be completed Agreement 005223- 1 Everhart Road-SPID to Alameda Bond 2018& Bond 2020-18015A, 21052,&21056 Rev 12/2021 DocuSign Envelope ID:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 and ready for final payment in accordance with Paragraph 17.16 of the General Conditions within 750 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. 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 $3,000 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$500 for each day that expires after the time specified in Paragraph 3.01 for completion and readiness for final payment until the Work is completed and ready for final payment in accordance with Paragraph 17.16 of the General Conditions. 3. Liquidated damages for failing to timely attain Substantial Completion and Final Completion are not additive and will not be imposed concurrently. 4. Milestones: Contractor agrees to pay Owner liquidated damages as stipulated in SECTION 0135 00 SPECIAL PROCEDURES for failure to meet Milestone completions. 5. The Owner will determine whether the Work has been completed within the Contract Times. B. Owner is not required to only assess liquidated damages, and Owner may elect to pursue its actual damages resulting from the failure of Contractor to complete the Work in accordance with the requirements of the Contract Documents. ARTICLE 4—CONTRACT PRICE 4.01 Owner will pay Contractor for completion of the Work in accordance with the Contract Documents at the unit prices shown in the attached BID FORM. Unit prices have been computed in accordance with Paragraph 15.03 of the General Conditions. Contractor acknowledges that estimated quantities are not guaranteed, and were solely for the purpose of comparing Bids, and final payment for all unit price items will be based on actual quantities, determined as provided in the Contract Documents. Total Base Bid Price $ Agreement 005223-2 Everhart Road-SPID to Alameda Bond 2018& Bond 2020-18015A, 21052,&21056 Rev 12/2021 DocuSign Envelope ID:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 ARTICLE 5—PAYMENT PROCEDURES 5.01 Submit Applications for Payment in accordance with Article 17 of the General Conditions. Applications for Payment will be processed by the OAR as provided in the General Conditions. 5.02 Progress Payments; Retainage: A. The Owner will make progress payments on or about the 25th day of each month during performance of the Work. Payment is based on Work completed in accordance with the Schedule of Values established as provided in the General Conditions. B. Progress payments equal to the full amount of the total earned value to date for completed Work minus the retainage listed below and properly stored materials will be made prior to Substantial Completion. 1. The standard retainage is 5 percent. C. Payment will be made for the amount determined per Paragraph 5.02.13, less the total of payments previously made and less set-offs determined in accordance with Paragraph 17.01 of the General Conditions. D. At the Owner's option, Owner may pay Contractor 100 percent of the Work completed, less amounts withheld in accordance with Paragraph 17.01 of the General Conditions and less 200 percent of OAR's estimate of the value of Work to be completed or corrected to reach Substantial Completion. Owner may, at its sole discretion, elect to hold retainage in the amounts set forth above for progress payments prior to Substantial Completion if Owner has concerns with the ability of the Contractor to complete the remaining Work in accordance with the Contract Documents or within the time frame established by this Agreement. Release or reduction in retainage is contingent upon and consent of surety to the reduction in retainage. 5.03 Owner will pay the remainder of the Contract Price as recommended by OAR in accordance with Paragraph 17.16 of the General Conditions upon Final Completion and acceptance of the Work. ARTICLE 6—INTEREST ON OVERDUE PAYMENTS AND RETAINAGE 6.01 The Owner is not obligated to pay interest on overdue payments except as required by Texas Government Code Chapter 2251. Invoices must comply with Article 17 of the General Conditions. 6.02 Except as specified in Article 5, the Owner is not obligated to pay interest on moneys not paid except as provided in Texas Government Code Chapter 2252. ARTICLE 7—CONTRACTOR'S REPRESENTATIONS 7.01 The Contractor makes the following representations: A. The Contractor has examined and carefully studied the Contract Documents and the other related data identified in the Bidding Documents. B. The Contractor has visited the Site and become familiar with and is satisfied as to the general, local, and Site conditions that may affect cost, progress, and performance of the Work. Agreement 005223-3 Everhart Road-SPID to Alameda Bond 2018& Bond 2020-18015A, 21052,&21056 Rev 12/2021 DocuSign Envelope ID:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 C. The Contractor is familiar with Laws and Regulations that may affect cost, progress, and performance of the Work. D. The Contractor has carefully studied the following Site-related reports and drawings as identified in the Supplementary Conditions: 1. Geotechnical Data Reports regarding subsurface conditions at or adjacent to the Site; 2. Drawings of physical conditions relating to existing surface or subsurface structures at the Site; 3. Underground Facilities referenced in reports and drawings; 4. Reports and drawings relating to Hazardous Environmental Conditions, if any, at or adjacent to the Site; and 5. Technical Data related to each of these reports and drawings. E. The Contractor has considered the: 1. Information known to Contractor; 2. Information commonly known to contractors doing business in the locality of the Site; 3. Information and observations obtained from visits to the Site; and 4. The Contract Documents. F. The Contractor has considered the items identified in Paragraphs 7.01.D and 7.01.E with respect to the effect of such information, observations, and documents on: 1. The cost, progress, and performance of the Work; 2. The means, methods, techniques, sequences, and procedures of construction to be employed by Contractor; and 3. Contractor's safety precautions and programs. G. Based on the information and observations referred to in the preceding paragraphs, Contractor agrees that no further examinations, investigations, explorations, tests, studies, or data are necessary for the performance of the Work at the Contract Price, within the Contract Times, and in accordance with the other terms and conditions of the Contract Documents. H. The Contractor is aware of the general nature of Work to be performed by Owner and others at the Site that relates to the Work as indicated in the Contract Documents. I. The Contractor has correlated the information known to the Contractor, information and observations obtained from visits to the Site, reports and drawings identified in the Contract Documents, and all additional examinations, investigations, explorations, tests, studies, and data with the Contract Documents. J. The Contractor has given the OAR written notice of all conflicts, errors, ambiguities, or discrepancies that the Contractor has discovered in the Contract Documents,and the written resolution provided by the OAR is acceptable to the Contractor. K. The Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performance and furnishing of the Work. Agreement 005223-4 Everhart Road-SPID to Alameda Bond 2018& Bond 2020-18015A, 21052,&21056 Rev 12/2021 DocuSign Envelope ID:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 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 Everhart Road-SPID to Alameda Bond 2018& Bond 2020-18015A, 21052,&21056 Rev 12/2021 DocuSign Envelope ID:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 ARTICLE 10—CONTRACT DOCUMENT SIGNATURES ATTEST CITY OF CORPUS CHRISTI Rebecca Huerta Jeffrey Edmonds, P.E City Secretary Director of Engineering Services AUTHORIZED APPROVED AS TO LEGAL FORM: BY COUNCIL Assistant City Attorney ATTEST(IF CORPORATION) CONTRACTOR (Seal Below) By: Note: Attach copy of authorization to sign if Title: person signing for CONTRACTOR is not President, Vice President, Chief Executive Officer, or Chief Financial Officer Address City State Zip Phone Fax email END OF SECTION Agreement 005223-6 Everhart Road-SPID to Alameda Bond 2018& Bond 2020-18015A, 21052,&21056 Rev 12/2021 DocuSign Envelope ID:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 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:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 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:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 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:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 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:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 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:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 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:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 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:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 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:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 30.21 Notices. .................................................................................................................................131 General Conditions 007200-9 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 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:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 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:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 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:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 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:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 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:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 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:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 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:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 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:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 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:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 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:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 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:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 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:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 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:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 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:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 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:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 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:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 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:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 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:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 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:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 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:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 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:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 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:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 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:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 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:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 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:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 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:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 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:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 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:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 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:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 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:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 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:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 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:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 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:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 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:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 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:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 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:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 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:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 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:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 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:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 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:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 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:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 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:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 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:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 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:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 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:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 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:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 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:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 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:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 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:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 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:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 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:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 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:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 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:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 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:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 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:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 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:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 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:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 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:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 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:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 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:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 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:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 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:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 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:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 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:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 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:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 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:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 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:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 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:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 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:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 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:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 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:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 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:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 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:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 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:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 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:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 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:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 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:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 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:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 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:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 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:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 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:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 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:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 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:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 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:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 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:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 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:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 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:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 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:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 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:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 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:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 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:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 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:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 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:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 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:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 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:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 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:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 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:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 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:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 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:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 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:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 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:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 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:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 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:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 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:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 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:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 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:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 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:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 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:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 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:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 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:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 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:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 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:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 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:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 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:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 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:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 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:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 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:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 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:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 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:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 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:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 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:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 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:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 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:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 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 Freese and Nichols, Inc. Tolunay-Wong Engineers, Inc. Terracon Consultants, Inc. B. Paragraph 1.01.A.54"Substantial Completion" is more specifically defined for this Project as: 1. The following items are fully functional and suitable for operation in accordance with the Contract Documents: a. Utilities (Water, Storm Water, Wastewater) b. Pavement for roadway, driveways, sidewalk, parking lots c. Traffic Signals d. Permanent striping and signage and all lanes open to traffic 2. Only the following items not yet complete in accordance with the Contract Documents: a. Sodding for erosion control 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. Supplementary Conditions 007300- 1 Everhart Road-SPID to Alameda Bond 2018& Bond 2020-18015A, 21052,&21056 Rev 4/2022 DocuSign Envelope ID:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 2. A rain day is defined as any day in which the amount of rain measured by the National Weather Services at the Power Street Stormwater Pump Station is 0.50 inch or greater. Records indicate the following average number of rain days for each month: Month Day Month Days January 3 July 3 February 3 August 4 March 2 September 7 April 3 October 4 May 4 November 3 June 4 December 3 3. A total of 86 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 ONDITIONS;HAZARDOUS ENVIRONMENTAL CONDITIONS SC-5.03 SUBSURFACE AND PHYSICAL CONDITIONS A. This Supplementary Condition identifies documents referenced in General Conditions Paragraph 5.03.A which describe subsurface and physical conditions. 1. Geotechnical Reports include the following: a. Geotechnical Engineering Services 17101Y Everhart Rd. - SPID to McArdle Road Corpus Christi,Texas, published by Tolunay-Wong Engineers, Inc.,August 8, 2019 b. Geotechnical Engineering Report Proposed Everhart Road Rehabilitation (Staples to McArdle) Corpus Christi,Texas, published by Terracon Consultants, Inc.,August 5, 2021 c. Geotechnical Engineering Report Proposed Everhart Road Rehabilitation (Alameda to Staples) Corpus Christi,Texas, published by Terracon Consultants, Inc.,August 12, 2021 2. Drawings of physical conditions relating to existing surface or subsurface structures at the Site (except Underground Facilities) include the following: None SC-5.06 HAZARDOUS ENVIRONMENTAL CONDITIONS AT SITE A. This Supplementary Condition identifies documents referenced in General Conditions Paragraph 5.06 which describe Hazardous Environmental Conditions that have been identified at or adjacent to the Site. 1. Environmental Reports include the following: Supplementary Conditions 007300-2 Everhart Road-SPID to Alameda Bond 2018& Bond 2020-18015A, 21052,&21056 Rev 4/2022 DocuSign Envelope ID:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 a. Everhart Road - S.P.I.D. to Alameda Street - TCEQ Sites. See Appendix D —TCEQ Leaking Petroleum Storage Tanks(LPST)-The Contractor may rely on the following Technical Data in using this document: 1) Location of Petroleum Storage Tanks (PST), Leaking Petroleum Storage Tanks (LPST), and Dry Cleaner locations known to TCEQ or otherwise identified from land use records. 2. Drawings of physical conditions relating to known Hazardous Environmental Conditions at the Site include the following: None ARTICLE 6—BONDS AND INSURANCE SC-6.03 REQUIRED MINIMUM INSURANCE COVERAGE INSURANCE REQUIREMENTS CONTRACTOR'S INSURANCE AMOUNTS Provide the insurance coverage for at least the following amounts unless greater amounts are required by Laws and Regulations: Type of Insurance Minimum Insurance Coverage Commercial General Liability including 1. Commercial Form 2. Premises—Completed Operations 3. Explosions and Collapse Hazard 4. Underground Hazard 5. Products/Completed Operations Hazard $1,000,000 Per Occurrence 6. Contractual Liability $2,000,000 Aggregate 7. Broad Form Property Damage 8. Independent Contractors 9. Personal &Advertising Injury Business Automobile Liability-Owned, Non- $1,000,000 Combined Single Limit Owned, Rented and Leased Workers' Compensation Statutory Employer's Liability $500,000/500,000/500,000 Excess Liability/Umbrella Liability $1,000,000 Per Occurrence Required if Contract Price>$5,000,000 Contractor's Pollution Liability / $1,000,000 Per Claim Environmental Impairment Coverage Not limited to sudden and accidental X Required ❑ Not Required discharge. To include long-term environmental impact for the disposal of pollutants/contaminants. Supplementary Conditions 007300-3 Everhart Road-SPID to Alameda Bond 2018& Bond 2020-18015A, 21052,&21056 Rev 4/2022 DocuSign Envelope ID:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 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-7.04 CONCERNING SUBCONTRACTORS, SUPPLIERS,AND OTHERS A. Add the following sentence to the end of Paragraph 7.04.A: "The Contractor must perform at least 30 percent of the Work, measured as a percentage of the Contract Price, using its own employees." ARTICLE 14—PREVAILING WAGE RATE REQUIREMENTS SC-14.04 PREVAILING WAGE RATES A. The minimum rates for various labor classifications as established by the Owner are shown below: Wage Determination Construction Type Project Type (WD) No TX21 Heavy Heavy Construction Projects (including Sewer and Water Line Construction and Drainage Projects) TX29 Highway Highway Construction Projects (excluding tunnels, building structures in rest area projects & railroad construction; bascule, suspension & spandrel arch bridges designed for commercial navigation, bridges involving marine construction; and other major bridges). TX21: "General Decision Number: TX20230021 01/06/2023 Superseded General Decision Number: TX20220021 State: Texas Construction Type: Heavy Supplementary Conditions 007300-4 Everhart Road-SPID to Alameda Bond 2018& Bond 2020-18015A, 21052,&21056 Rev 4/2022 DocuSign Envelope ID:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 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) . IIf the contract is entered Executive Order 14026 unto on or after January 30, generally applies to the 12022, or the contract is contract. ( renewed or extended (e.g. , an The contractor must pay ( option is exercised) on or all covered workers at ( after January 30, 2022 : least $16.20 per hour (or the applicable wage rate listed on this wage determination, if it is higher) for all hours spent performing on the contract in 2023. IIf the contract was awarded on1 Executive Order 13658 Ior between January 1, 2015 and) generally applies to the ( January 29, 2022, and the contract. ( contract is not renewed or The contractor must pay a111 ( extended on or after January covered workers at least 130, 2022: $12.15 per hour (or the applicable wage rate listed) on this wage determination, ) if it is higher) for all hours spent performing on that contract in 2023. The applicable Executive Order minimum wage rate will be adjusted annually. If this contract is covered by one of the Executive Orders and a classification considered necessary for performance of work on the contract does not appear on this wage determination, the contractor must still submit a conformance request. Additional information on contractor requirements and worker protections under the Executive Orders is available at http://www.dol.gov/whd/govcontracts. Modification Number Publication Date 0 01/06/2023 Supplementary Conditions 007300-5 Everhart Road-SPID to Alameda Bond 2018& Bond 2020-18015A, 21052,&21056 Rev 4/2022 DocuSign Envelope ID:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 SUTX1987-001 12/01/1987 Rates Fringes CARPENTER (Excluding Form Setting) . . . . . . . . . . . . . . . . . . . . . . . . .$ 9.05 ** Concrete Finisher. . . . . . . . . . . . . . . .$ 7.56 ** ELECTRICIAN. . . . . . . . . . . . . . . . . . . . . .$ 13.37 ** 2 .58 Laborers: Common. . . . . . . . . . . . . . . . . . . . . .$ 7.25 ** Utility. . . . . . . . . . . . . . . . . . . . .$ 7. 68 ** Power equipment operators: Backhoe. . . . . . . . . . . . . . . . . . . . .$ 9.21 ** Motor Grader. . . . . . . . . . . . . . . .$ 8.72 ** ---------------------------------------------------------------- WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental. ---------------------------------------------------------------- ** 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. 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) ) . ---------------------------------------------------------------- Supplementary Conditions 007300-6 Everhart Road-SPID to Alameda Bond 2018& Bond 2020-18015A, 21052,&21056 Rev 4/2022 DocuSign Envelope ID:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 The body of each wage determination lists the classification and wage rates that have been found to be prevailing for the cited type (s) of construction in the area covered by the wage determination. The classifications are listed in alphabetical order of ""identifiers"" that indicate whether the particular rate is a union rate (current union negotiated rate for local) , a survey rate (weighted average rate) or a union average rate (weighted union average rate) . Union Rate Identifiers A four letter classification abbreviation identifier enclosed in dotted lines beginning with characters other than ""SU"" or '­UAVG­' denotes that the union classification and rate were prevailing for that classification in the survey. Example: PLUM0198-005 07/01/2014 . PLUM is an abbreviation identifier of the union which prevailed in the survey for this classification, which in this example would be Plumbers. 0198 indicates the local union number or district council number where applicable, i.e. , Plumbers Local 0198. The next number, 005 in the example, is an internal number used in processing the wage determination. 07/01/2014 is the effective date of the most current negotiated rate, which in this example is July 1, 2014. Union prevailing wage rates are updated to reflect all rate changes in the collective bargaining agreement (CBA) governing this classification and rate. Survey Rate Identifiers Classifications listed under the ""SU"" identifier indicate that no one rate prevailed for this classification in the survey and the published rate is derived by computing a weighted average rate based on all the rates reported in the survey for that classification. As this weighted average rate includes all rates reported in the survey, it may include both union and non-union rates. Example: SULA2012-007 5/13/2014 . SU indicates the rates are survey rates based on a weighted average calculation of rates and are not majority rates. LA indicates the State of Louisiana. 2012 is the year of survey on which these classifications and rates are based. The next number, 007 in the example, is an internal number used in producing the wage determination. 5/13/2014 indicates the survey completion date for the classifications and rates under that identifier. Survey wage rates are not updated and remain in effect until a new survey is conducted. Union Average Rate Identifiers Classification(s) listed under the UAVG identifier indicate that no single majority rate prevailed for those classifications; however, 1000 of the data reported for the classifications was union data. EXAMPLE: UAVG-OH-0010 08/29/2014. UAVG indicates that the rate is a weighted union Supplementary Conditions 007300-7 Everhart Road-SPID to Alameda Bond 2018& Bond 2020-18015A, 21052,&21056 Rev 4/2022 DocuSign Envelope ID:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 average rate. OH indicates the state. The next number, 0010 in the example, is an internal number used in producing the wage determination. 08/29/2014 indicates the survey completion date for the classifications and rates under that identifier. A UAVG rate will be updated once a year, usually in January of each year, to reflect a weighted average of the current negotiated/CBA rate of the union locals from which the rate is based. ---------------------------------------------------------------- WAGE DETERMINATION APPEALS PROCESS 1. ) Has there been an initial decision in the matter? This can be: * an existing published wage determination * a survey underlying a wage determination * a Wage and Hour Division letter setting forth a position on a wage determination matter * a conformance (additional classification and rate) ruling On survey related matters, initial contact, including requests for summaries of surveys, should be with the Wage and Hour 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 l. ) is yes, then an interested party (those affected by the action) can request review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1.8 and 29 CFR Part 7) . Write to: Wage and Hour Administrator U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 The request should be accompanied by a full statement of the interested party's position and by any information (wage payment data, project description, area practice material, etc. ) that the requestor considers relevant to the issue. Supplementary Conditions 007300-8 Everhart Road-SPID to Alameda Bond 2018& Bond 2020-18015A, 21052,&21056 Rev 4/2022 DocuSign Envelope ID:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 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" TX29: "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. 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) . IIf the contract is entered Executive Order 14026 unto on or after January 30, generally applies to the 12022, or the contract is contract. ( renewed or extended (e.g. , an The contractor must pay ( option is exercised) on or all covered workers at ( after January 30, 2022 : least $16.20 per hour (or the applicable wage rate listed on this wage determination, if it is higher) for all hours spent performing on the Supplementary Conditions 007300-9 Everhart Road-SPID to Alameda Bond 2018& Bond 2020-18015A, 21052,&21056 Rev 4/2022 DocuSign Envelope ID:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 contract in 2023. IIf the contract was awarded on1 . Executive Order 13658 Ior between January 1, 2015 and) generally applies to the ( January 29, 2022, and the contract. ( contract is not renewed or The contractor must pay all ) ) extended on or after January covered workers at least 130, 2022: $12.15 per hour (or the applicable wage rate listed) on this wage determination, ) if it is higher) for all hours spent performing on that contract in 2023. The applicable Executive Order minimum wage rate will be adjusted annually. If this contract is covered by one of the Executive Orders and a classification considered necessary for performance of work on the contract does not appear on this wage determination, the contractor must still submit a conformance request. Additional information on contractor requirements and worker protections under the Executive Orders is available at http://www.dol.gov/whd/govcontracts. Modification Number Publication Date 0 01/06/2023 SUTX2011-010 08/08/2011 Rates Fringes CEMENT MASON/CONCRETE FINISHER (Paving & Structures) . . .$ 12. 64 ** 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 Supplementary Conditions 007300- 10 Everhart Road-SPID to Alameda Bond 2018& Bond 2020-18015A, 21052,&21056 Rev 4/2022 DocuSign Envelope ID:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 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 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 E0, 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 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 Supplementary Conditions 007300- 11 Everhart Road-SPID to Alameda Bond 2018& Bond 2020-18015A, 21052,&21056 Rev 4/2022 DocuSign Envelope ID:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 in dotted lines beginning with characters other than ""SU"" or ""UAVG"" denotes that the union classification and rate were prevailing for that classification in the survey. Example: PLUM0198-005 07/01/2014 . PLUM is an abbreviation identifier of the union which prevailed in the survey for this classification, which in this example would be Plumbers. 0198 indicates the local union number or district council number where applicable, i.e. , Plumbers Local 0198. The next number, 005 in the example, is an internal number used in processing the wage determination. 07/01/2014 is the effective date of the most current negotiated rate, which in this example is July 1, 2014. Union prevailing wage rates are updated to reflect all rate changes in the collective bargaining agreement (CBA) governing this classification and rate. Survey Rate Identifiers Classifications listed under the ""SU"" identifier indicate that no one rate prevailed for this classification in the survey and the published rate is derived by computing a weighted average rate based on all the rates reported in the survey for that classification. As this weighted average rate includes all rates reported in the survey, it may include both union and non-union rates. Example: SULA2012-007 5/13/2014 . SU indicates the rates are survey rates based on a weighted average calculation of rates and are not majority rates. LA indicates the State of Louisiana. 2012 is the year of survey on which these classifications and rates are based. The next number, 007 in the example, is an internal number used in producing the wage determination. 5/13/2014 indicates the survey completion date for the classifications and rates under that identifier. Survey wage rates are not updated and remain in effect until a new survey is conducted. Union Average Rate Identifiers Classification(s) listed under the UAVG identifier indicate that no single majority rate prevailed for those classifications; however, 1000 of the data reported for the classifications was union data. EXAMPLE: UAVG-OH-0010 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- 12 Everhart Road-SPID to Alameda Bond 2018& Bond 2020-18015A, 21052,&21056 Rev 4/2022 DocuSign Envelope ID:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 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 review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1 .8 and 29 CFR Part 7) . Write to: Wage and Hour Administrator U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 The request should be accompanied by a full statement of the interested party's position and by any information (wage payment data, project description, area practice material, etc. ) that the requestor considers relevant to the issue. 3. ) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board) . Write to: Administrative Review Board U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 4. ) All decisions by the Administrative Review Board are final. ---------------------------------------------------------------- Supplementary Conditions 007300- 13 Everhart Road-SPID to Alameda Bond 2018& Bond 2020-18015A, 21052,&21056 Rev 4/2022 DocuSign Envelope ID:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 END OF GENERAL DECISIO" 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 Freese and Nichols, Inc. 361-561-6500 Nick Cecava, P.E. 361-561-6517 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 ARTICLE 20—PROJECT COORDINATION SC-20.08 RECORD DOCUMENTS Supplementary Conditions 007300- 14 Everhart Road-SPID to Alameda Bond 2018& Bond 2020-18015A, 21052,&21056 Rev 4/2022 DocuSign Envelope ID:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 A. Delete 20.08 A 1 and replace with the following: "1. Drawings (also referred to as "Record Drawings" or"As-Built Drawings")." B. Add the following to Paragraph 20.08 D 4: "h. Actual extents of repair, rehabilitation, replacement, installation and removal of water lines, service laterals,fire hydrants and appurtenances. i. Concrete or steel encasement installed and extents. j. Actual service connection and meter box locations, and depths." C. Delete Paragraph 20.08 E entirely and insert the following: "E. Progress Payments and Final Application for Payment will not be recommended for payment if Record Documents (including the up-to- date Progress and Final As-Built PDF Drawings)are found to be incomplete or not in order. Final Payment will not be recommended with incomplete Record Documents." ARTICLE 25—SHOP DRAWINGS SC-25.03 CONTRACTOR'S RESPONSIBILITIES A. Provide Shop Drawings for the following items: Specification Section Shop Drawing Description REFER TO SECTION 01 33 01 SUBMITTAL REGISTER FOR THE REQUIRED SHOP DRAWING SUBMITTALS SC-25.12 RESUBMISSION REQUIREMENTS B. Pay for excessive review of Shop Drawings. 1. Cost for additional review time will be billed to the Owner by the Designer for the actual hours required for the review of Shop Drawings by Designer and in accordance with the rates listed below: $175/hr. for Designers $250/hr.for Engineers ARTICLE 26—RECORD DATA SC-26.03 CONTRACTOR'S RESPONSIBILITIES A. Submit Record Data for the following items: Supplementary Conditions 007300- 15 Everhart Road-SPID to Alameda Bond 2018& Bond 2020-18015A, 21052,&21056 Rev 4/2022 DocuSign Envelope ID:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 Specification Section Record Data Description REFER TO SECTION 01 33 01 SUBMITTAL REGISTER FOR THE REQUIRED RECORD DATA SUBMITTALS SC-30.21 Notices. B. Strict compliance is required for all notice provisions in this Contract. END OF SECTION Supplementary Conditions 007300- 16 Everhart Road-SPID to Alameda Bond 2018& Bond 2020-18015A, 21052,&21056 Rev 4/2022 DocuSign Envelope ID:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 DIVISION O1 GENERAL REQUIREMENTS DocuSign Envelope ID:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 011100 SUMMARY OF WORK 1.00 GENERAL 1.01 WORK INCLUDED A. Construct Work as described in the Contract Documents. 1. Provide the materials, equipment, and incidentals required to make the Project completely and fully useable. 2. Provide the labor, equipment, tools, and consumable supplies required for a complete Project. 3. The Contract Documents do not indicate or describe all of the Work required to complete the Project. Additional details required for the correct installation of selected products are to be provided by the Contractor and coordinated with the OAR. 1.02 DESCRIPTION OF WORK A. Work is described in general, non-inclusive terms as: 1. This Project includes full reconstruction of approximately 7,000' of arterial roadway and related improvements such as curb, sidewalk, traffic signals, storm water, water(including a transmission main), and wastewater(including a trunk line). The project also includes related coordination with private utility owners and with the City on existing utilities, as well as traffic control and sequencing. 2. There are 2 bid options for this Project, Base Bid 1 (HMAC Pavement) and Base Bid 2 (Concrete Pavement). The Contractor may bid either or both options. 1.03 S.P.I.D. INTERSECTION WATERLINE IMPROVEMENTS A. The following items of work are included in the contract: 1. Final Design for the 24" waterline crossing of the S.P.I.D. Intersection and associated traffic control design will be provided to the contractor during the early construction phases of the project. The waterline will be extended across the S.P.I.D. Intersection to tie into the existing 36" gate valve in Everhart Road on the opposite side of the S.P.I.D. Intersection. The proposed 24" waterline will also tie into an existing 30"waterline within the eastbound S.P.I.D. access road. The anticipated items for this waterline extension are provided in Bid Section V. The City will negotiate a future change order with the contractor for the labor, equipment, additional materials, and traffic control required for this work. Allowances have been established to offset these costs. 1.04 WORK UNDER OTHER CONTRACTS A. The following items of work are not included in this Contract, but may impact construction scheduling and completion: 1. None Summary of Work 011100- 1 Everhart Road-S.P.I.D.to Alameda St. Bond 2018& Bond 2020-#18015A, 21052, &21056 Rev 10/2018 DocuSign Envelope ID:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 B. In the case of a disagreement between the above list and those specified elsewhere in the Contract Documents, the Contractor is to base his Proposal on the most expensive listing. C. Completion of the Work described in this Contract may impact the construction and testing of the items listed above. 1. Coordinate construction activities through the OAR. 2. Pay claims for damages which result from the late completion of the Project or any specified Milestones. 1.05 WORK BY OWNER A. The Owner plans to perform the following items of work which are not included in this Contract, but may impact the construction scheduling and completion: 1. None B. Completion of the Work described in this Contract may impact the construction of the items listed above. 1. Coordinate construction activities through the OAR. 2. Pay claims for damages which result from the late completion of the Project or any specified Milestones. C. Owner will provide normal operation and maintenance of the existing facilities during construction, unless otherwise stated. 1.06 CONSTRUCTION OF UTILITIES A. Pay for temporary power, including but not limited to construction cost, meter connection fees, and permits. 1.07 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 Everhart Road-S.P.I.D.to Alameda St. Bond 2018& Bond 2020-#18015A, 21052, &21056 Rev 10/2018 DocuSign Envelope ID:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 ADDENDU1 ATTACHMENT SHEET 1 OF 3 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 ALLOWANCES A. Bid Item 1-1335 -Allowance for Unanticipated Street-Related Improvements 1. The sum of$100,000.00 to be used for the purchase of Unanticipated Street Improvements due to unanticipated work or unforeseen conditions and/or conflicts related to the work. B. Bid Item 1-D7—Allowance for Unanticipated ADA Improvements Alternates and Allowances 012310- 1 Everhart Road-S.P.I.D.to Alameda St. Bond 2018& Bond 2020-#18015A, 21052, &21056 Rev 5/2020 DocuSign Envelope ID:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 ADDENDU1 ATTACHMENT SHEET 2 OF 3 1. The sum of$15,000.00 to be used for the purchase of Unanticipated ADA Improvements due to unanticipated work or unforeseen conditions and/or conflicts related to the work. C. Bid Item 1-F54—Allowance for Unanticipated Signalization Improvements 1. The sum of$25,000.00 to be used for the purchase of Unanticipated Signalization Improvements due to unanticipated work or unforeseen conditions and/or conflicts related to the work. D. Bid Item 1-G41—Allowance for Unanticipated Storm Water Improvements 1. The sum of$50,000.00 to be used for the purchase of Unanticipated Storm Water Improvements due to unanticipated work or unforeseen conditions and/or conflicts related to the work. E. Bid Item 1-1-1151—Allowance for Unanticipated Water Improvements 1. The sum of$75,000.00 to be used for the purchase of Unanticipated Water Improvements due to unanticipated work or unforeseen conditions and/or conflicts related to the work. F. Bid Item 1-115—Allowance for Unanticipated Wastewater Improvements 1. The sum of$50,000.00 to be used for the purchase of Unanticipated Wastewater Improvements due to unanticipated work or unforeseen conditions and/or conflicts related to the work. G. Bid Item 1-K1—Allowance for Unanticipated Disposal of Contaminated Soil or Groundwater 1. The sum of$50,000.00 to be used for the purchase of Unanticipated Disposal of Contaminated Soil or Groundwater due to unanticipated work or unforeseen conditions and/or conflicts related to the work. H. Bid Item 1-1-44—Allowance for Installation of Water Improvements 1. The sum of$1,500,000.00 to be used for the purchase of labor, equipment, and additional materials as required for the installation of waterline improvements within the S.P.I.D. Intersection. 1. Bid Item 1-1-45—Allowance for Additional Traffic Control 1. The sum of$300,000.00 to be used for the purchase of Additional Traffic Control for the installation of waterline improvements within the S.P.I.D. Intersection. J. Bid Item 2-1338-Allowance for Unanticipated Street-Related Improvements 1. The sum of$100,000.00 to be used for the purchase of Unanticipated Street Improvements due to unanticipated work or unforeseen conditions and/or conflicts related to the work. K. Bid Item 2-D8—Allowance for Unanticipated ADA Improvements 1. The sum of$15,000.00 to be used for the purchase of Unanticipated ADA Improvements due to unanticipated work or unforeseen conditions and/or conflicts related to the work. L. Bid Item 2-F54—Allowance for Unanticipated Signalization Improvements Alternates and Allowances 012310-2 Everhart Road-S.P.I.D.to Alameda St. Bond 2018& Bond 2020-#18015A, 21052, &21056 Rev 5/2020 DocuSign Envelope ID:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 ADDENDU1 ATTACHMENT SHEET 3 OF 3 1. The sum of$25,000.00 to be used for the purchase of Unanticipated Signalization Improvements due to unanticipated work or unforeseen conditions and/or conflicts related to the work. M. Bid Item 2-G41—Allowance for Unanticipated Storm Water Improvements 1. The sum of$50,000.00 to be used for the purchase of Unanticipated Storm Water Improvements due to unanticipated work or unforeseen conditions and/or conflicts related to the work. N. Bid Item 2-H51—Allowance for Unanticipated Water Improvements 1. The sum of$75,000.00 to be used for the purchase of Unanticipated Water Improvements due to unanticipated work or unforeseen conditions and/or conflicts related to the work. O. Bid Item 2-115—Allowance for Unanticipated Wastewater Improvements 1. The sum of$50,000.00 to be used for the purchase of Unanticipated Wastewater Improvements due to unanticipated work or unforeseen conditions and/or conflicts related to the work. P. Bid Item 2-K1—Allowance for Unanticipated Disposal of Contaminated Soil or Groundwater 1. The sum of$50,000.00 to be used for the purchase of Unanticipated Disposal of Contaminated Soil or Groundwater due to unanticipated work or unforeseen conditions and/or conflicts related to the work. Q. Bid Item 2-L44—Allowance for Installation of Water Improvements 1. The sum of$1,500,000.00 to be used for the purchase of labor, equipment, and additional materials as required for the installation of waterline improvements within the S.P.I.D. Intersection. R. Bid Item 2-1_45—Allowance for Additional Traffic Control 1. The sum of$300,000.00 to be used for the purchase of Additional Traffic Control for the installation of waterline improvements within the S.P.I.D. Intersection. 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Alternates and Allowances 012310-3 Everhart Road-S.P.I.D.to Alameda St. Bond 2018& Bond 2020-#18015A, 21052, &21056 Rev 5/2020 DocuSign Envelope ID:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 ADDENDUMI ATTACHMENT 4 SHEET 1 OF 5 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 1-A1, 2-A1, 1-131, 2-131, 1-C1, 2-C1, 1-D1, 2-D1, 1-E1, 2-E1, 1-F1, 241, 1-G1, 2-G1, 1-1-11, 2-1-11, 1-11, 2-11, 1-J1, 2-J1, 1-1-1, 2-1-1 Mobilization (Max S%, Parts A, B, C, D, E, F, G, H, 1,J, & L): 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 Measurement and Basis for Payment 01 29 01- 1 Everhart Road-S.P.I.D.to Alameda St. Bond 2018& Bond 2020-#18015A, 21052, &21056 Rev 5/2020 DocuSign Envelope ID:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 ADDENDUMI ATTACHMENT 4 SHEET 2 OF 5 f. Mobilization may not exceed 5 percent of the total Contract Price. 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 1-A2, 2-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 1-A3, 2-A3—Clear Right-of-Way 1. Consists of clearing, grubbing, and stripping of all objectionable matter in accordance with specification section 021020 and removing old structures in accordance with specification section 021080 within the limits of construction,which may extend beyond the ROW in some areas of the project. A demolition plan and removal summary has been included in the construction drawings for the contractor's information. 2. Measurement and basis for payment shall be as described in SECTION 00 30 01 BID FORM. D. Bid Item 1-A4, 2-A4—Ozone Day 1. Priming and hot-mix asphalt paving operations shall not be conducted on days for which an ozone advisory has been issued, except for repairs. Owner will notify Contractor regarding ozone alerts. 2. Measurement and basis for payment shall be as described in SECTION 00 30 01 BID FORM. E. Bid Item 1-A5, 2-A5—Survey Monument 1. Measurement and basis for payment shall be as described in SECTION 020100 and SECTION 00 30 01 BID FORM. F. Bid Item 1-A6, 2-A6—Traffic Control Mobilization/Adjustments 1. This item shall include the following: a. Mobilization/demobilization of required traffic control devices, signs, barricades, channelizing devices, and low-profile concrete barriers provided in the contract documents Measurement and Basis for Payment 01 29 01-2 Everhart Road-S.P.I.D.to Alameda St. Bond 2018& Bond 2020-#18015A, 21052, &21056 Rev 5/2020 DocuSign Envelope ID:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 ADDENDUMI ATTACHMENT 4 SHEET 3 OF 5 b. Maintenance of temporary pavement or base material within the transition area between the existing asphalt roadway and the new asphalt or concrete roadway including access to driveways. Placement and maintenance of temporary pavement or base material within the transition area between the existing and proposed roadway surfaces is required for maintaining the 3:1 Max. safety slope and access to driveways. The installation, maintenance, removal and all incidental costs associated with construction of this temporary pavement or base material in the transition area is subsidiary to this item. c. Personnel, materials, equipment, and labor required to make necessary adjustments to required traffic control devices, signs, barricades, channelizing devices, and low-profile concrete barriers 2. Measurement and basis for payment shall be as described in SECTION 025802 and SECTION 00 30 01 BID FORM. G. Bid Item 1-A7, 2-A7—Traffic Control Items (Signs, Barricades, Channelizing Devices, LPCBs, etc.) 1. This item shall include the following: a. Placement and maintenance of required traffic control devices, signs, barricades, channelizing devices, and low-profile concrete barriers in accordance with the plans and SECTION 025802 b. Provision of necessary traffic control personnel and certified flaggers 2. Measurement and basis for payment shall be as described in SECTION 025802 and SECTION 00 30 01 BID FORM. H. Bid Item 1-A8, 2-A8—Arrow Boards for Traffic Control 1. This item shall include the following: a. Procurement, delivery, initial setup and maintenance of required arrow boards for the initial arrow board placement b. Personnel, materials, equipment, and labor required to make necessary adjustments and relocation of arrow boards during construction. The contractor is required to maintain the arrow boards for the duration of the project. 2. Measurement and basis for payment shall be as described in SECTION 00 30 01 BID FORM. I. Bid Item 1-A9, 2-A9—Message Boards for Traffic Control (Full Matrix) 1. This item shall include the following: a. Procurement, delivery, initial setup and maintenance of required message boards for the initial Portable Changeable Message Signs (PCMS) placement b. Personnel, materials, equipment, and labor required to make necessary adjustments and relocation of PCMS during construction. The contractor is required to maintain the message boards for the duration of the project. Measurement and Basis for Payment 01 29 01-3 Everhart Road-S.P.I.D.to Alameda St. Bond 2018& Bond 2020-#18015A, 21052, &21056 Rev 5/2020 DocuSign Envelope ID:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 ADDENDUMI ATTACHMENT 4 SHEET 4 OF 5 C. Message boards should be full matrix (not 3-line) 2. Measurement and basis for payment shall be as described in SECTION 00 30 01 BID FORM. J. Bid Item 1-A10, 2-A10—Temporary Signalization for Traffic Control 1. This item shall include the following: a. Mobilization/demobilization of required temporary traffic signalization and temporary pedestrian signalization during all phases of construction as required in accordance with MUTCD requirements. The contractor may utilize the existing signals, provide portable trailer mounted signals or construct span wire signals based on the contractor's means and methods b. Personnel, materials, equipment, and labor required to make necessary adjustments to traffic signals 2. Measurement and basis for payment shall be as described in SECTION 00 30 01 BID FORM. K. Bid Item 1-A11, 2-A11—Temporary Pavement for Detours 1. This item shall include the following: a. Materials, equipment, personnel, and labor required for installation of temporary pavement in the travel lanes as directed by the OAR. This item will be used for the following: 1) Temporary pavement required for utility construction 2) Temporary pavement required for travel lane shifts shown in the traffic control plan 3) All other temporary pavement in the travel lanes as approved by the OAR 2. Measurement and basis for payment shall be as described in SECTION 00 30 01 BID FORM. L. Bid Item 1-A15, 2-A15—Storm Water Pollution Prevention Plan 1. Payment shall include but not be limited to furnishing and submitting the SWPPP to TCEQ and Owner and updating the Plan during the Project as needed. All permits and required fees related to the SWPPP will be included in this item. 2. Measurement for payment will be made per lump sum on the following basis: The initial pay application will include 50%of the lump sum bid amount minus retainage. The balance will be paid according to the percent of construction completion after 50%completion has occurred, minus retainage. M. Bid Item 1-1310, 2-1312—6" Concrete Driveway(Class HES) 1. This item shall include the following: a. Materials, equipment, personnel, and labor required for installation 6" Concrete Driveway (Class HES) Measurement and Basis for Payment 01 29 01-4 Everhart Road-S.P.I.D.to Alameda St. Bond 2018& Bond 2020-#18015A, 21052, &21056 Rev 5/2020 DocuSign Envelope ID:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 ADDENDUMI ATTACHMENT 4 SHEET 5 OF 5 b. High Early Strength Concrete will be used at the OAR'S discretion for specific driveways that will require opening in 24 hours on a case by case basis 2. Measurement and basis for payment shall be as described in SECTION 00 30 01 BID FORM. N. Bid Item 1-F16, 2-F16—Install Highway Traffic Signal (Isolated) 1. This item shall include the following: a. Aluminum traffic signs installed on the signals. b. Removal, demolition, and salvage of all required signal equipment c. Construction of a complete signalized intersection including all labor and equipment necessary to provide for a complete signal installation. Any required labor, material, equipment,testing, startup, coordination, etc. not specifically addressed by another bid item, will be covered under this item. 2. Measurement and basis for payment is per each. O. Bid Items 1-1-2 thru 1-1-16 (Material Only) and 2-1-2 thru 2-1-16 (Material Only) 1. These items shall include the following: a. Material cost only. The City will negotiate a future change order with the contractor for the labor and equipment to install these items. Final Design for the 24" waterline crossing of the S.P.I.D. Intersection and associated traffic control design will be provided to the contractor during the early construction phases of the project. 2. Measurement and basis for payment is for Material Cost Only. P. Other Bid Items 1. The basis of measurement and payment for other Bid Items shall be as described in the applicable Specification Sections, Construction Drawings and/or SECTION 00 30 01 BID FORM. 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Measurement and Basis for Payment 01 29 01-5 Everhart Road-S.P.I.D.to Alameda St. Bond 2018& Bond 2020-#18015A, 21052, &21056 Rev 5/2020 DocuSign Envelope ID:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 0133 01 Submittal Register 022040 Geogrid Record Data 022100 iSelect Material Record Data 025223 Crushed Limestone Flexible Base Record Data 025404 Asphalts,Oils and Emulsions Record Data 025412 Prime Coat Record Data 025414 Aggregate for Surface Treatment Record Data 025416 Seal Coat Record Data 025424 Hot Mix Asphaltic Concrete Pavement Record Data 025608 Inlets Shop Drawing 025620 Portland Cement Concrete Pavement Record Data 025802 Traffic Control and Temporary Signalization Shop Drawing 026206 Ductile Iron Pipe and Fittings Record Data 026210 PVC Pipe-AWWA Record Data 026214 Grouting Abandonded Utility Lines Record Data 026402 Waterlines Record Data 026404 Water Service Lines Record Data 026409 Tapping Sleeves and Valves Record Data 026411 Gate Valves for Waterlines Record Data 026416 Fire Hydrants Record Data 027200 Control of Wastewater Flows-Bypass Pumping Systems Shop Drawing 027202 Manholes Shop Drawing 027402 Reinforced Concrete Pipe Culverts Record Data 027404 Concrete Box Culverts Record Data 027611 Cleaning and Televised Inspection of Conduits Record Data 030020 Portland Cement Concrete Record Data 055420 Frames,Grates,Rings,and Covers Record Data 33 01 10.3 Linestop/Plugging Large Diameter Water Lines Shop Drawing 33 01 30.72 Relining Sewers-Cured-In-Place Pipe Record Data 34 41 XX Traffic Signalization and all Components Record Data IT Improvements-Conduit,Pull Boxes Record Data Street Sign Assembly and Proofs Record Data Submittal Register 01 33 01-1 Everhart Road-S.P.I.D.to Alameda St.Bond 2018 Bond 2020-#18015A,21052,21056 10/2018 DocuSign Envelope ID:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 01 35 00 SPECIAL PROCEDURES 1.00 GENERAL 1.01 24" PVC WATERLINE CONSTRUCTION SEQUENCE A. The contractor will be allowed to temporarily shut down the existing 20"waterline in segments (one segment at a time) in order to construct the new 24"waterline and gate valves. The existing 20"waterline segments are generally described as follows: 1. Alameda Street Intersection to northside of Staples Street intersection 2. Staples Street Intersection (All directions—Refer to Critical Operation#1) 3. Southside of Staples Street Intersection to SPID Westbound Access Road 1.02 PLAN OF ACTION A. Submit a written plan of action for approval for shutting down essential services. These include: 1. Electrical power, 2. Control power, 3. Pipelines or wastewater systems, 4. Communications equipment, and 5. Other designated functions. B. Describe the following in the plan of action: 1. Scheduled dates for construction; 2. Work to be performed; 3. Utilities, piping, or services affected; 4. Length of time the service or utility will be disturbed; 5. Procedures to be used to carry out the Work; 6. Plan of Action to handle emergencies; 7. List of manpower, equipment, and ancillary supplies; 8. Backups for key pieces of equipment and key personnel; 9. Contingency plan that will be used if the original schedule cannot be met; and C. Submit plan 2 weeks prior to beginning the Work. Special Procedures 013500- 1 Everhart Road-S.P.I.D.to Alameda St. Bond 2018& Bond 2020-#18015A, 21052, &21056 Rev 10/2018 DocuSign Envelope ID:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 1.03 CRITICAL OPERATIONS A. The Owner has identified critical operations that must not be out of service longer than the designated maximum time out of service and/or must be performed only during the designated times. These have been identified in the table below: Hours Liquidated Max.Time Operation Critical Operation Damages Out of Operation can be Shut ($ per hour) Down 1. Staples Street Intersection—20" 48 Hours TBD $1,000 waterlines 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 water distribution system 2. Loss of operation of the existing distribution system 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 -Staples Street Intersection—20"waterlines: a. The existing 20" waterlines within the Staples Street Intersection must be protected and remain live during construction of the new 24" waterline to reduce downtime of this intersection. Temporary shutdown of the existing 20" waterlines within the Staples Street intersection will be allowed for final tie-in connections to the new 24" waterlines. Contractor must plan and sequence the construction of these lines accordingly to complete final tie-in connections within a 48-hour maximum shutdown window. 1.04 OWNER ASSISTANCE A. The City will assist the Contractor in draining the existing pipelines as much as possible through existing isolation and 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. The City will operate existing gate valves on Staples Street and Everhart Road to isolate each waterline segment. Special Procedures 013500-2 Everhart Road-S.P.I.D.to Alameda St. Bond 2018& Bond 2020-#18015A, 21052, &21056 Rev 10/2018 DocuSign Envelope ID:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Special Procedures 013500-3 Everhart Road-S.P.I.D.to Alameda St. Bond 2018& Bond 2020-#18015A, 21052, &21056 Rev 10/2018 DocuSign Envelope ID:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 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 Everhart Road-S.P.I.D.to Alameda St. Bond 2018& Bond 2020-#18015A, 21052, &21056 Rev 8/2019 DocuSign Envelope ID:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 3. Prevent freezing of pipes,flooding, or the contamination of water. 4. Maintain Site security and protection of the facilities. 1.05 OPTIONS A. Construction offices may be prefabricated buildings on skids or mobile trailers. B. Storage sheds may be prefabricated buildings on skids or truck trailers. 2.00 PRODUCTS 2.01 TEMPORARY FIELD OFFICES A. The Contractor must furnish the OPT with a field office at the Site. The field office must contain at least 120 square feet of useable space. The field office must be air-conditioned and heated and must be furnished with an inclined table that measures at least 30 inches by 60 inches and two chairs. The Contractor shall move the field office on the Site as required by the OAR. There is no separate pay item for the field office. B. Furnish a field office of adequate size for Contractor's use. Provide conference room space for a minimum of 10 people. C. Other trades may provide their own offices only when space is available at the Site, and the OPT agrees to its size, condition, and location. D. No monthly partial payments will be processed until OPT's field office facilities are completed and approved. 2.02 TEMPORARY STORAGE BUILDINGS A. Furnish storage buildings of adequate size to store any materials or equipment delivered to the Site that might be affected by weather. 2.03 TEMPORARY SANITARY FACILITIES A. Provide sanitary facilities at the Site from the commencement of the Project until Project conclusion. Maintain these facilities in a clean and sanitary condition at all times,and comply with the requirements of the local health authority. On large sites, provide portable toilets at such locations that no point in the Site shall be more than 600 feet from a toilet. B. Use these sanitary facilities. Do not use restrooms within existing or Owner-occupied buildings. 2.04 TEMPORARY HEAT A. Provide heating devices needed to protect buildings during construction. Provide fuel needed to operate the heating devices and attend the heating devices at all times they are in operation, including overnight operations. Temporary Facilities and Controls 015000-2 Everhart Road-S.P.I.D.to Alameda St. Bond 2018& Bond 2020-#18015A, 21052, &21056 Rev 8/2019 DocuSign Envelope ID:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 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. 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. Temporary Facilities and Controls 015000-3 Everhart Road-S.P.I.D.to Alameda St. Bond 2018& Bond 2020-#18015A, 21052, &21056 Rev 8/2019 DocuSign Envelope ID:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 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 Everhart Road-S.P.I.D.to Alameda St. Bond 2018& Bond 2020-#18015A, 21052, &21056 Rev 8/2019 DocuSign Envelope ID:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 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 Everhart Road-S.P.I.D.to Alameda St. Bond 2018& Bond 2020-#18015A, 21052, &21056 Rev 8/2019 DocuSign Envelope ID:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 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 Everhart Road-S.P.I.D.to Alameda St. Bond 2018& Bond 2020-#18015A, 21052, &21056 Rev 8/2019 DocuSign Envelope ID:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 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 Everhart Road-S.P.I.D.to Alameda St. Bond 2018& Bond 2020-#18015A, 21052, &21056 Rev 8/2019 DocuSign Envelope ID:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 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 Everhart Road-S.P.I.D.to Alameda St. Bond 2018& Bond 2020-#18015A, 21052, &21056 Rev 8/2019 DocuSign Envelope ID:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 C. An alternative to sheet flow is to pump storm water to an area where ponding occurs naturally without leaving the designated work area or by a manmade berm(s) prior to entering the storm water system. Sheet flow and ponding is to allow solids screening and/or settling prior to entering a storm water conduit or inlet. D. Storm water or groundwater shall not be discharged to private property without permission. It is the intent that Contractor discharges groundwater primarily into the existing storm water system, provided that the quality of groundwater is equal to or better than the receiving stream,the Corpus Christi Bay. E. Testing of groundwater quality is to be performed by the Contractor, at the Contractor's expense, prior to commencing discharge and shall be retested by the Contractor, at the Contractor's expense, a minimum of once a week. Contractor shall coordinate with the Owner on all testing. Tests will also be performed as each new area of construction is started. F. Another option for disposal of groundwater by Contractor would include pumping to the nearest wastewater system. If discharging to temporary holding tanks and trucking to a wastewater or wastewater plant, the costs for these operations shall be negotiated. Other groundwater disposal alternatives or solutions may be approved by the Designer on a case by case basis. G. Prior to pumping groundwater from a trench to the wastewater system the Contractor shall contact Wastewater Pre-treatment Coordinator at 826-1817 to obtain a "no cost" permit from the Owner's Waste Water Department. Contractor will pay for any water quality testing or water analysis cost required. The permit will require an estimate of groundwater flow. Groundwater flow can be estimated by boring a hole or excavating a short trench then record water level shortly after completion, allow to sit overnight, record water level again, pump hole or trench dry to a holding tank or vacuum truck then record how long it takes to fill to original level and overnight level. 1.12 DISPOSAL OF CONTAMINATED GROUNDWATER A. An allowance will be included in the Bid for the unanticipated disposal of contaminated groundwater. This allowance may not be needed but is provided in case contaminated groundwater is encountered during the course of the Project and does not meet the water quality requirements for discharge into the storm water or wastewater systems. This allowance includes all materials, tools, equipment, labor, transportation, hauling, coordination, and proper disposal of the contaminated water at an approved landfill, deep water injection well, or other site as agreed to by the Designer. Suggested disposal facilities would be US Ecology (USET) in Robstown,Texas or Texas Molecular in Corpus Christi,Texas. B. The payment for this Work will be based on the Contractor's actual costs and will be negotiated. Payment will not include costs associated with routine dewatering, which is considered subsidiary to the appropriate bid items as described in Paragraph 1.11. 1.13 DISPOSAL OF HIGHLY CHLORINATED WATER A. Dispose of water used for testing, disinfection, and line flushing. Comply with Owner's requirements and Laws and Regulation regarding the disposal of contaminated water, including water with levels of chlorine,which exceed the permissible limits for discharge into wetlands or environmentally sensitive areas. Comply with the requirements of all regulatory agencies in the disposal of all water used in the Project. Include a description and details for Temporary Controls 015700-5 Everhart Road-S.P.I.D.to Alameda St. Bond 2018& Bond 2020-#18015A, 21052, &21056 Rev 8/2019 DocuSign Envelope ID:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 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 Everhart Road-S.P.I.D.to Alameda St. Bond 2018& Bond 2020-#18015A, 21052, &21056 Rev 8/2019 DocuSign Envelope ID:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 PART S STANDARD SPECIFICATIONS DocuSign Envelope ID:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 SECTION 020100 SURVEY MONUMENTS 1. DESCRIPTION This specification shall govern all work required for furnishing and installing survey monuments as required to complete the project. 2. MATERIALS a) Brass Monument Marker: 21/4" diameter brass disk with 31/2" anchor rod to be provided by the City. b) Concrete: Class A, in accordance with Section 030020 "Portland Cement Concrete". c) Rebar: No. 5 deformed bar, 31/2 feet long, in accordance with Section 032020 "Reinforcing Steel". 3. CONSTRUCTION METHODS The location of survey markers shall be established in the field by the Engineer and/or his representative Surveyor. The Engineer and/or his representative Surveyor will provide four off-set stakes with intersecting string line for precise location of horizontal alignment to which the brass disk shall be positioned. The Contractor shall excavate hole and set formwork. Forms shall be placed to a tolerance which allows the precise position of the brass disk to be within one inch of the center of the concrete base. The Contractor shall place concrete in accordance with City Standard Specification Section 038000 "Concrete Structures". At the appropriate time, the Contractor shall place the brass disk(provided by the City) to its precise position in the uncured concrete. The brass disk shall be placed to within 1/4" tolerance of its intended location. Positioning of the base and brass disk will be checked by the Engineer and/or his representative Surveyor. Non-compliance with specified tolerances shall result in replacement at the Contractor's expense. The properly furnished survey monument shall be neat in appearance with the exposed brass face free of cement mortar and constructed to an elevation of approximately one inch of finished grade. (See Survey Markers Detail on the following page.) 4. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, survey monuments shall be measured as individual units for each monument placed. Payment shall be at the unit price bid, which price shall constitute full compensation for all work, materials, labor, equipment, tools and incidentals required to install the survey monuments complete in-place. 020100 Page 1 of 2 Rev.10-30-2014 DocuSign Envelope ID:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 �—S ILVER.SOLDER ZZI 6 R I ( /2!'O.D.X.00!5 r"y 1 11 14 B.S S»GA. BRASS TUBING re I 3/4" DISC DETAIL WEE. A A PLAN 120 TOP ELEV. AP PROX. i of p•I,/2"' ABOVE NATURAL GROUND �'"�' I"CHAMFER REHAR 2"" CLEAR •,;, Na;5 REBAR 3"4'LONG �r CLASS "A" CONCRETE .r� SECTION A—A orm SURVEY MARKERS DETAIL. . 020100 Page 2 of 2 Rev.10-30-2014 DocuSign Envelope ID:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 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:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 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:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 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:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 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:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 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:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 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:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 (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:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 (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:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 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:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 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:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 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:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 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:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 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:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 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:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 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:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 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:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 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:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 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:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 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:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 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:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 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:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 (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:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 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:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 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:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 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:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 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:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 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:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 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:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 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:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 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:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 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:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 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:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 THIS PAGE INTENTIONALLY LEFT BLANK 025205 Page 4 of 4 Rev.11-9-2016 DocuSign Envelope ID:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 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:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 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:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 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:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 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:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 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:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 (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:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 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:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 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:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 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:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 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:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 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:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 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:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 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—2"d course (top) Grade 3— Is'course (bottom) Three-Course: Grade 4—3r1 course (top) Grade 3—2"d 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:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 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:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 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:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 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:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 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:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 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:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 * 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:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 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:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 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:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 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:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 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:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 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:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 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:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 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:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 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:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 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:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 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:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 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:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 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:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 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:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 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:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 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:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 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:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 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:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 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:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 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* 1 ...... 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:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 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:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 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:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 SECTION 025805 WORK ZONE PAVEMENT MARKINGS I. 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:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 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:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 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:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 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:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 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:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 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:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 (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:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 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:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 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:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 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:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 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:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 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:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 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:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 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:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 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:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 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:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 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:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 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 t0 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:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 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:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 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:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 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:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 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:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 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:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 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:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 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:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 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:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 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:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 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:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 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:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 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:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 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:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 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:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 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:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 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:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 (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:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 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:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 (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:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 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:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 ANGLE METER STOP Angle meter stop shall have a Teflon coated bronze ball which rotates within two Buna-N rubber seats. Inlet shall be packed joint for Type K copper and be comparable in design to the following: Ford BA43-342 for 1" service line with 5/8" x 3/4" or 3/4" meter size Brass gate valve required for 1-1/2" 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:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 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:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 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:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 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:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 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:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 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:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 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:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 SECTION 026602 WASTEWATER FORCE MAIN 1. DESCRIPTION This specification shall govern all work required for the installation of all wastewater force mains required to complete the project. 2. GENERAL REQUIREMENTS 1. All work shall be done in a workmanlike manner, in accordance with the drawings and specifications. 2. Prior to construction, the Contractor shall submit, for approval, certificates of inspection in duplicate to the Engineer from the pipe and fittings manufacturer(s) that said materials supplied have been inspected at the plant and meet the requirements of this specification. 3. It shall be the responsibility of the Contractor to keep on hand extra fittings and pipe, as he may deem necessary to make adjustments due to unknown obstructions, or to replace defective materials without delay to the project. When defective materials are discovered, they shall be iminediately marked and removed from job site. 4. All pipe and fittings shall be clearly marked with trademark of manufacturer,batch number, location of plant, ASTM/ANSVAWWA designation, size, pressure rating, class/SDR, and pressure rating. 5. Wastewater marking tape shall be continuously applied along the top of the force main, except at joints. The tape shall be green and 2 inches wide and state "Sewer". 3. MATERIALS A. Ductile Iron Pipe Fittings: See City Standard Specification Section 026206. B. PVC Pipe (AWWA C900 or C905): See City Standard Specification Section 026210. C. Concrete: Concrete shall have a minimum compressive strength of 3000 PSI at 28 days. 026602 Page 1 of 7 Rev.10-30-2014 DocuSign Envelope ID:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 D. Bedding Sand for Encasement: Sand shall be as indicated on the drawings. E. Non-Standard Fittings: Fittings having non-standard dimensions or fabricated especially for this project shall have a minimum pressure rating of 250 psi and durability comparable to that of the system. Drawings and specifications for non-standard fittings shall be submitted for approval of the Engineer prior to construction. Couplings and adapters for DIP and PVC connections shall be considered non-standard fittings. F. Ceramic Epoxy Lining for Ductile Iron Pipe Fittings: When indicated in the drawings or Special Provisions, the interior of DI pipe and fittings shall be furnished with a factory applied ceramic epoxy lining. Lining material shall be Protecto 401 Ceramic Epoxy Lining, of 40 mils nominal dry thickness. The epoxy shall be fused to the interior of the pipe by heat, forming a securely bonded lining. 1. Operating Limits: The lining shall have the capability of withstanding operating temperatures from 0° F to 170° F and withstanding sewage with a minimum pH of 4.0. 2. Application: The interior surface of each pipe shall be blast-cleaned to remove high temperature oxide film and to form an anchor pattern over the entire surface prior to heating and lining. Epoxy lining is to cover the inner surface of the pipe, extending from the plain or beveled end to the rear of the gasket socket. 3. Adhesion: Pipe shall be checked at the point of manufacture to assure bond of the lining to the pipe. Any indication of separation of lining from pipe is cause for rejection. . 4. Entrapped Material: Any sizeable protrusion in the lining, obviously caused by lining over foreign materials, shall be cause for rejection. 5. Separations: Linings which have separations caused during the lining operation shall be rejected. 6. Damages to Lining: Injurious mechanical damage, such as chuck marks and gouges, extending to bare metal are not acceptable. The pipe having such a defect shall be rejected. 7. Lining Thickness: Linings of nominal 40 mil thickness shall generally equal or exceed 40 mil throughout the pipe. At pipe ends, lining thickness may taper for a distance of 4 inches from the ends,to a minimum of 20 mil thickness. However, the lining shall not deviate by more than 5 mil from the 40 mil nominal thickness as required through the pipe. The lining thickness of each pipe and fitting shall be taken at the point of manufacture using a general electric magnetic dry film thickness device, digital coating thickness gauge, Positector 2000, or approved 026602 Page 2 of 7 Rev.10-30-2014 DocuSign Envelope ID:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 equal. Pipe and/or fittings with a lining thickness less than the minimum specified shall be rejected. 8. Bell and Plain End Overcoat: The bell socket and the last 2 inches of the plain end of each pipe shall be coated on the inside and outside with a factory applied mastic or epoxy coating. This coating shall be a minimum of 10 mil thickness and shall be Koppers 300M,Industrial Ruff Stuff, Roskote Mastic A-938, or equal. 9. Pinholes and/or Holidays: The inside surface of each pipe or fitting shall be free of pinholes, holiday discontinuities and any blister type surface imperfections. The manufacturer shall check each pipe and fitting for holidays at the point of manufacture with a high voltage holiday detection device. Tinker & Rasor Model AP-W, or approved equal. Testing shall be conducted at the voltage as calculated in Section 3: Testing and Voltages of the 'Recommended Practice for High Voltage Electrical Inspection of Pipeline Coatings Prior to Installation" as published by the National Association of Corrosion Engineers (MACE) Technical Practices Committee. All actual holiday testing procedures shall conform to NACE standard RP-02-74 and American Society for Testing Materials (ASTM) Designation: G62- (latest) "Standard Test Methods for Holiday Detection in Pipeline Coatings." No holidays, misses or skips larger than a pinhole will be accepted for repair. A maximum of 6 holidays, as defined in ASTM Standard G62 and as determined by the detection test described above, on any one standard pipe length, fitting or special may be repaired with epoxy. 10. Independent Testing Laboratory Representation: All testing as specified herein including the lining thickness test and the holiday test shall be witnessed by a representative from an approved independent testing laboratory. The independent laboratory shall be a member of the American Council of Independent Laboratories. Manufacturer must submit for approval by the City the name of the testing laboratory and actual qualifications of actual representative that will witness the testing. The manufacturer shall furnish three (3) copies of report by independent testing laboratory depicting results of all testing witnessed by the independent laboratory. 11. Field Testing: Each pipe and fitting is subject to inspection in the field by the City for conformance to these specifications prior to installation. Any defects as specified herein with any pipe or fittings shall be grounds for rejection. 12. Sealing Cut Ends and Repairing Field Damaged Areas: Remove burrs from field cut ends and smooth out edge of epoxy lining. Remove all traces of oil or lubricant used during field cutting operation. All areas of loose lining associated with the cutting operation shall be removed and the exposed metal cleaned by sanding or scraping. For larger areas, roughen the bare pipe surface with a small chisel to provide an anchor pattern for the epoxy. The epoxy lining shall be "stripped" back by chiseling, cutting or scraping about 1" to 2" into well adhered 026602 Page 3 of 7 Rev.10-30-2014 DocuSign Envelope ID:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 lined area before patching. After removal of loose lining and dirt, the area to be patched shall be "scratched" or "gouged" to offer an anchor pattern for the epoxy. Include an overlap of 1" to 2" of roughened epoxy lining in the area to be epoxy coated. The roughening shall be done with a rough grade emery paper (40 grit), rasp, or small chisel. Avoid honing, buffing, or wire brushing since these tend to make surface to be repaired too smooth. With the area to be sealed or repaired absolutely clean and suitably "roughened," apply a thick coat of two-part coal tar epoxy. The detailed mixing and application procedure for the epoxy shall follow the epoxy manufacturer's instructions. This heavy coat of epoxy shall be "worked" into the scratched surface by brushing. The Contractor shall maintain a supply of epoxy on the job site as required to seal cut ends and repair damaged pipe when encountered. Epoxy shall be of the type recommended or supplied by the pipe manufacturer. 13. Warranty: A five year warranty shall be furnished by the manufacturer on the serviceability of the lining. This warranty shall include, but not be limited to the statement, at any time up to the end of the fifth year from the date of pipe shipment: a. The lining shall not have disbound. b. The lining shall not have suffered any appreciable underfilm migration. C. The interior pipe metal, at points of pinholes or holidays, shall not have suffered detrimental deterioration. d. The lining shall have maintained its smooth surface characteristics. Contractor and/or manufacturer shall not make any exemption or exception to the above stated conditions or warranty within the limits as stated in this specification section. 14. Certification: The manufacturer shall furnish notarized certificates of compliance stating that the lining conforms to all requirements of these specifications. 4. CONSTRUCTION METHODS 4.1 HANDLING AND STORAGE OF 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 the materials have been incorporated in 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. 026602 Page 4of7 Rev.10-30-2014 DocuSign Envelope ID:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 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 ten days. The Contractor shall not distribute material in such a manner as to cause undue inconvenience to the public. 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. 4.2 INSTALLATION A. Alignment and Grade: All pipes shall be laid and maintained to the required line and grade. 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. Force Mains shall be laid with no less than 36 inches of cover, unless indicated otherwise in the drawings. Greater depths will be permitted when required to avoid conflicts with existing structures. Lines shall be laid to grade which permit entrapped air to flow to a high point for release through an air release valve as shown on the drawings. The Contractor shall investigate well in advance of pipe laying for conflicts which may necessitate the readjustment of planned line and grade. B. Trench Excavation and Backfill: See City Standard Specification Section 022020 "Excavation and Backfill for Utilities and Sewers", and drawings. C. Force Main Connection to Existing Manhole: Where new force main is connected to existing manhole, the manhole shall be prepared to receive the proposed force main and restored after connection. Manhole inverts shall be repaved as necessary to provide a smooth flowing system. D. Polyethylene Encasement: All metallic pipe, valves and fittings, except those 026602 Page 5 of 7 Rev.10-30-2014 DocuSign Envelope ID:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 which occur 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 a 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. E. Sand Encasement: Sand shall be granular soil of low plasticity such that 30% minimum passes a #4 sieve and no more than 20 % passes a #200 sieve, and the plasticity index (PI) shall not exceed 10. Soils with a Unified Classification of SW and SP, or AASHTO Classification of A3 and some A2 soil shall be required. F. Pre-Placement Inspection: Prior to lowering into trench, all pipe and accessories shall be inspected for defects. All foreign matter or dirt shall be removed from the interior of the pipe prior to lowering into trench. Pipe shall be kept clean at all times during the laying. G. Jointing Pipe and Fittings: All pipes and fittings shall be made up in accordance with manufacturer's recommendation. Pipe deflection shall not exceed 75% of the maximum amount recommended by the manufacturer. H. 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 test, this temporary blocking shall be removed so that connections may be made with existing lines. This work is subsidiary and no separate payment will be made for it. I. Restrained Joints and Fittings: Metal harness, tie rods and clamps or restrained fittings shall be used to prevent movement when soil conditions will not withstand thrust blocking. 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. 4.3 HYDROSTATIC TESTING WASTEWATER FORCE MAIN 026602 Page 6 of 7 Rev.10-30-2014 DocuSign Envelope ID:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 See City Standard Specification Section 026202, Hydrostatic Testing of Pressure Systems. 5. MEASUREMENT AND PAYMENT Unless otherwise specified in the Bid Form, wastewater force mains will be measured by the linear foot along the centerline of pipe. Payment shall include, but not be limited to, trenching, dewatering, pipe, bedding, thrust blocks, fittings, restraints and backfill, and shall be full compensation for all labor, materials, equipment, tools and incidentals required to complete the work at the unit price bid. 026602 Page 7 of 7 Rev.10-30-2014 DocuSign Envelope ID:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 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:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 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:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 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:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 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:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 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:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 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:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 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:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 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:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 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:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 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:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 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:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 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:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 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:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 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:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 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:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 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:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 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:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 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:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 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:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 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:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 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:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 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:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 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:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 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:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 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:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 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:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 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:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 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:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 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:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 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:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 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:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 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:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 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:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 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:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 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:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 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:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 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:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 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:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 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:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 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:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 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:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 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:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 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:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 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:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 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:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 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:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 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:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 SECTION 028300 FENCE RELOCATION 1. DESCRIPTION This specification shall govern all work necessary to accomplish the relocation of any fence that needs to be moved to complete this project. The necessity and the time schedule for relocation of any given fence shall be determined by the Engineer. 2. MATERIALS Whenever possible, all or part of the existing fence materials shall be used in constructing the relocated fence. Any materials damaged or destroyed as a result of removal of the fence from its existing location shall be replaced with materials of equal or better quality at the expense of the contractor. 3. CONSTRUCTION METHODS It is the intent of this specification that fences be reconstructed to original condition (condition at time just prior to cominencement of construction on this project). Unless otherwise specified, no fence shall be replaced until the area surrounding its new location has been worked to its finished grade. Any fence that is damaged while being removed shall be repaired prior to being reset or replaced with like kind. 4. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, fence relocation shall be measured by the linear foot of relocated fence (not fence removed from original location). Payment shall constitute full compensation for removal, replacement, necessary repairs, and all other work related to the relocation of fences. 028300 Page 1 of 1 Rev.10-30-2014 DocuSign Envelope ID:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 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:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 (2) Mixing Water Water for use in concrete and for curing shall be free from oils, acids, organic matter or other deleterious substances and shall not contain more than 1000 parts per million of chlorides as CL nor more than 1000 parts per million of sulfates as 5O4. Water from municipal supplies approved by the State Health Department will not require testing, but water from other sources will be sampled and tested before use in structural concrete. Tests shall be made in accordance with the "Method of Test for Quality of Water to be Used in Concrete" (AASHTO Method T26), except where such methods are in conflict with provisions of this specification. (3) Coarse Aggregate Coarse aggregate shall consist of durable particles of gravel, crushed blast furnace slag, crushed stone, or combinations thereof, free from frozen material or injurious amount of salt, alkali, vegetable matter, or other objectionable material either free or as an adherent coating; and its quality shall be reasonably uniform throughout. It shall not contain more than 0.25 percent by weight of clay lumps, nor more than 1.0 percent by weight of shale, nor more than 5 percent by weight of laminated and/or friable particles when tested in accordance with TxDOT Test Method Tex-413-A. It shall have a wear of not more than 40 percent when tested in accordance with TxDOT Test Method Tex-410-A. Unless otherwise specified on the plans, coarse aggregate will be subjected to five cycles of the soundness test in accordance with TxDOT Test Method Tex-411-A. The loss shall not be greater than 12 percent when sodium sulfate is used, or 18 percent when magnesium sulfate is used. Permissible sizes of aggregate shall be governed by Table 4 and Table 1, except that when exposed aggregate surfaces are required, coarse aggregate gradation will be as specified on the plans. When tested by approved methods, the coarse aggregate, including combinations of aggregates when used, shall conform to the grading requirements shown in Table 1. 030020 Page 2 of 13 Rev.10-30-2014 DocuSign Envelope ID:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 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:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 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:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 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:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 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:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 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:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 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:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 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:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 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:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 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:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 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:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 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:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 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:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 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:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 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:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 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:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 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:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 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:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 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:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 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:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 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:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 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:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 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:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 (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:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 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:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 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:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 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:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 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:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 (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:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 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:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 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:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 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:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 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:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 (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:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 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:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 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:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 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:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 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:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 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:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 PART T TECHNICAL SPECIFICATIONS DocuSign Envelope ID:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 33 0110.03 LINESTOP/PLUGGING LARGE DIAMETER WATER LINES 1.00 GENERAL 1.01 WORK INCLUDED A. Provide all necessary materials, equipment, tools, labor, and associated appurtenances for plugging water line while water line is in service. 1.02 SUBMITTALS A. Submittals shall be in accordance with contract Section 00 72 00 "General Conditions" Article 24 Document Management and shall include: 1. Plan of when work will take place. 2. Record Data of field measurements of existing pipe outer diameter at the location of the tapping. 3. Shop drawings of linestop plug and fittings 4. Detailed plans for all piping,fittings, appurtenances,thrust blocking, and associated materials must be provided by a licensed engineer in the State of Texas. 5. Provided a list of at least five references for installations provided by the company on bar wrapped concrete cylinder pipe, steel pipe, and ductile iron pipe 20" and larger. 1.03 QUALITY CONTROL A. The hot tapping/linestop plugging company must have a minimum of 10 years of experience supplying large diameter hot tapping/linestop plugging services to the Water&Wastewater Industry and have completed several linestop plugging projects on concrete cylinder pipelines of equal size or larger. 2.00 PRODUCTS 2.01 MATERIALS A. All materials that come in contact with potable water shall be NSF 61 certified. B. Linestop plugging and tapping fittings must be a mechanical bolt on fitting with an elastomer gasket for sealing against the pipe outside diameter. Linestop plugging fittings require a completion flange, completion plug and blind flange with studs, nuts&gasket.The completion flange and completion plug allows the removal of the tapping valve. All fittings must be supplied with a shop coating of corrosion resistant metal primer and corrosion resistant, high strength low alloy bolts, studs and nuts. Linestop plugging fittings must be supplied by the hot tapping/linestop plugging company and compatible with their linestop plugging equipment. C. Contractor/Vendor shall provide all piping, fittings, appurtenances, thrust blocking, and associated materials for a complete installation. Linestop/Plugging Large Diameter Water Lines 33 0110.03- 1 Everhart Road-S.P.I.D.to Alameda St. Bond 2018& Bond 2020-#18015A, 21052, &21056 DocuSign Envelope ID:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 3.00 EXECUTION A. INSTALLATION OF LINESTOP PLUGGING/TAPPING FITTING 1. Contractor must excavate locations for installation of linestop/tapping fittings and measure pipe O.D., prior to ordering fittings. Mechanical bolt on fittings must be encased in concrete for supporting the weight of the linestop plugging/tapping equipment and to act as a thrust block. All fittings must be pressure tested prior to hot tapping to verify the quality of the gasket seal. 2. Place top half of saddle with flanged outlet at the 12 o'clock position on the pipe, unless otherwise approved. Install sleeve in accordance with manufacturer's recommendations. In no case will the saddle or attachments be retrofitted while it in on the pipe, unless otherwise approved. Any misalignment in installation will require removal of the saddle from the pipe. 3. Prior to mounting temporary tapping valve, pressure tapping machinery and temporary bypass piping Contractor shall install temporary blocking/thrust restraint and attain adequate strength per manufacturer's recommendations. 4. Cutting operation shall use drilling equipment in good condition and quipped with power drive to ensure smooth cutting, and to minimize shock and vibration. 5. Install bypass piping to the flanged outlets on linestop housings to maintain service during connection. 6. Insert folding head linestops, as applicable. B. PRESSURE EQUALIZATION/DRAIN CONNECTION 1. A 2"tap fitting shall be installed downstream of each linestop fitting for pressure equalization and for verifying the linestop plugging machine's seal prior to cutting into the existing line. This 2" fitting should come complete with a completion plug and pipe cap for removal of the tapping valve at completion of the linestop plugging application. This fitting must also be supplied by the hot tapping and linestop plugging company for equipment compatibility. C. THRUST BLOCKING 1. Contractor/Vendor shall install all thrust blocking required for linestop connections to handle working pressures and maximum pipe pressure class requirements. END OF SECTION Linestop/Plugging Large Diameter Water Lines 33 0110.03-2 Everhart Road-S.P.I.D.to Alameda St. Bond 2018& Bond 2020-#18015A, 21052, &21056 DocuSign Envelope ID:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 33 01 30.72 RELINING SEWERS- CURED-IN-PLACE PIPE 1.00 GENERAL 1.01 SUMMARY A. Provide all labor, material and equipment necessary for the rehabilitation of sanitary sewer mains and service connections by the installation of a flexible tube saturated with a thermosetting resin which is either inverted or pulled into the existing wastewater main. 1.02 STANDARDS A. The applicable provisions of the following standards shall apply as if written here in their entirety. Piping and fittings shall be in full compliance with the applicable standards and specifications for each type of pipe involved. Pipe may be rejected for failure to comply with any requirement of this Section. 1. ASTM International (ASTM)Standards: Standard Practice for Rehabilitation of Existing Pipelines and ASTM F1216 Conduits by the Inversion and Curing of a Resin Impregnated Tube Rehabilitation of Existing Pipelines and Conduits by Pulled-in- ASTM F1743 Place Installation of Cured-in-Place Thermosetting Resin Pipe (CIPP) ASTM D5813 Cured In Place Thermosetting Resin Sewer Pipe ASTM D638 Test Method for Tensile Properties of Plastics ASTM D790 Test Method for Flexural Properties of Unreinforced and Reinforced Plastics and Electrical Insulating Materials 1.03 SUBMITTALS A. Submittals shall be in accordance with contract Section 00 72 00 "General Conditions" Article 24 Document Management and shall include: 1. Shop Drawings: a. Flow control implementation plan. b. Quality Control Plan that includes a checklist documenting each critical step in the tube's resin saturation, unhardened CIPP tube's insertion into the subject reach of pipe, hardening process of the CIPP and a list of personnel and defined responsibilities during the installation process. 2. Product Data: a. Method of rehabilitation and restoration of existing service connections. b. Diameter, length, wall thickness and all structural design calculations for each sewer main segment. All design calculations shall be sealed by a professional engineer licensed in the state where the Project is located. c. Type of resin or pipe material. Relining Sewers-Cured-In-Place Pipe 33 0130.72- 1 Everhart Road-S.P.I.D.to Alameda St. Bond 2018& Bond 2020-#18015A, 21052, &21056 DocuSign Envelope ID:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 d. Method and materials for sealing liner at manholes. e. Pre and Post-Installation CCTV. f. Documentation of any corrective actions taken to address any defects. This will include stationing. 1.04 QUALITY ASSURANCE A. For a product to be considered commercially proven, a minimum of ten successful wastewater collection system projects for host pipes equal to or greater than the diameter of the largest pipe in this Project and in excess of 250,000 linear feet total shall be performed in the U.S. and documented to the satisfaction of the Owner to assure commercial viability. All successful projects must be equal to or larger in host pipe diameter to that which is included within this Project. The manufacturing process shall operate under a quality management system which is third party certified to ISO 9000 or other recognized standards. Proof of certification shall be required for approval. B. For an installing company to be considered as commercially proven,the installer must satisfy all insurance, financial, and bonding requirements of the Owner, and must have had at least 5 years active experience in the commercial installation. In addition,the installer must have successfully installed at least 250,000 linear feet of a cured-in-place product in wastewater collection systems in the U.S. for host pipe equal to or greater than the diameter of the largest pipe in this Project. Acceptable documentation of these minimum installations must be submitted to the Owner. Installer's project manager assigned to this Project must have a minimum of 5 years of CIPP installation experience with the exact product and installing company intended for use with this bid. 1.05 SYSTEM DESCRIPTION A. If the inversion method is used, the tube is installed by utilizing an inversion standpipe and a hydrostatic head or air pressure. The resin is cured by circulating hot water or introducing controlled steam within the tube. If the tube is pulled into the existing wastewater main, it is placed flat and pressed out against the old pipe by inverting a calibrating hose through the center of the liner using water pressure. The resin is cured by circulating hot water through the liner. When cured and complete, the installed pipe shall extend from one manhole to the next in a continuous,tight-fitting, corrosion resistant, watertight pipe within a pipe. B. Provide cleaning,televising, and flow control as specified in Section 027611 "Cleaning and Televised Inspection of Conduits." 2.00 PRODUCTS 2.01 COMPONENTS A. Cured In Place Pipe: 1. Liner Hose: a. Inversion Flexible Felt Tube: The tube shall consist of one or more layers of flexible needled felt material or an equivalent non-woven or woven material capable of carrying resin and withstanding installation pressures and curing temperatures. The felt tubular material shall be lined on one side with a translucent waterproof coating Relining Sewers-Cured-In-Place Pipe 33 0130.72-2 Everhart Road-S.P.I.D.to Alameda St. Bond 2018& Bond 2020-#18015A, 21052, &21056 DocuSign Envelope ID:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 such as polyurethane or polyvinylchloride (PVC), and be fully impregnated with a liquid thermosetting polyester resin and catalyst system compatible with the inversion process. The resin must be able to cure in the presence of water and the initialization temperature for cure shall be less than 180 F (82.2 C). The tubing shall be properly sized to the diameter of the wastewater pipe and the length of the wastewater main to be rehabilitated and be able to stretch to fit irregular pipe sections and bends. b. Pulled-In Felt Hose Fabrication: The construction of the lining hose shall be as follows: 1). Resin absorbing first inner layer of polyester felt. 2). Impermeable second layer of thin film polyester. 3). Resin absorbing outer layer or layers of polyester felt. c. The lining hose shall be capable of carrying resin,withstanding installation pressures and curing temperatures, and be able to stretch to fit irregular pipe sections and bends. The lining hose shall be prefabricated to the appropriate diameter and thickness and shall be cut to the length necessary for the line being rehabilitated. 2. Properties: The cured pipe material shall meet the minimum chemical resistance requirements of ASTM F1216,Appendix 2, and shall conform to the minimum structural standards listed below: Cured Pipe Material Test Test Method Standard Results Flexural Stress ASTM D790 4500 psi Flexural Modulus of Elasticity ASTM D790 400,000 psi 3. Tube Design: The tube shall be designed in accordance with ASTM F1216 Appendix 1. The design shall be based on a non-deteriorated gravity pipe condition and shall withstand the following service requirements: Tube Design-Service Requirements Soil Density 120 Ib./cu. ft. Live Loading [XX] psi Maximum Depth of Soil Cover 26 feet Maximum Ground Water Level 13 feet Ovality 2% Modulus of Passive Soil Reaction 1500 psi Relining Sewers-Cured-In-Place Pipe 33 0130.72-3 Everhart Road-S.P.I.D.to Alameda St. Bond 2018& Bond 2020-#18015A, 21052, &21056 DocuSign Envelope ID:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 Tube Design-Service Requirements Minimum Safety Factor 2 4. Allowable Hydrostatic Head: The liner shall have an allowable hydrostatic head which is greater than the depth of the host pipe invert. The allowable hydrostatic head shall be determined for each size of liner as follows: a. The instantaneous critical buckling pressure of typical installed liner(having the physical properties specified herein) shall be measured by actual hydrostatic tests performed under the supervision of a licensed professional engineer. Engineer shall determine the allowable hydrostatic head by reducing the instantaneous buckling pressure with respect to the predicted installation affects, ovality factor, maximum dimension ratio and long-term (50-year) physical properties. b. A sealed engineer's report showing the analysis and determination of allowable hydrostatic head shall be provided to the Owner for each size of liner used. 5. Wall Thickness: a. Minimum required wall thickness shall be as shown in Table 1: 1".able. I Wall'Flikk nexas Forn [.'IGIP ll DRsound I lost Pipe Ddcriol�lted 110M pipt ,:::10 60 511 •1,,, 1D 10-15 51.1 41) 15-20 45 35 711..75 40 31) ::;25 410 25 11,1feiglit ofcover ove° pipe(h) DR,k'Dirnensio,o Ratio,D.r"1`.. 1 —Wall"ri,iekneaacs¢al'1 11'"P lana D) 4lGuminal L:Diunaed,cr6n) 3.00 EXECUTION 3.01 PREPARATION A. Contractor shall plan its Work after review of previous television inspection tape and reports prior to commencement of the actual liner inversion process. All point repairs must be satisfactorily completed, equipment and material mobilized, and the Owner's Representative shall be informed of the work schedules for liner installations. 1. Safety: Carry out operations in strict accordance with all OSHA and manufacturer's safety requirements, including scaffolding provisions and proper entry into confined spaces. Relining Sewers-Cured-In-Place Pipe 33 0130.72-4 Everhart Road-S.P.I.D.to Alameda St. Bond 2018& Bond 2020-#18015A, 21052, &21056 DocuSign Envelope ID:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 2. Cleaning: Clean the existing wastewater pipe and remove all internal debris out of the wastewater main immediately before the television inspection at a cost incidental to the insertion of the liner. Utilize a method of material removal and disposal which meets regulatory requirements and is acceptable to the Owner. The Contractor is responsible for the disposal of all debris removed from the sewers during the cleaning operation per City Standard Specification Section 027604. 3. Pre Installation TV Inspection: Provide inspection of wastewater mains by experienced personnel specially trained in locating breaks, obstacles, and service connections by closed circuit television. Inspect the interior of the wastewater main to determine the location and extent of any structural failures. The location of any condition which may prevent proper installation shall be noted and corrected. A video tape and detailed log per City Standard Specification Section 027611 shall be supplied by the Contractor to the Owner prior to installation. 4. Flow Control: Make provision for the flow of wastewater around the section or sections of pipe designated for inversion and effective TV inspection at a cost incidental to the insertion of the liner. Submit a flow control implementation plan for the Owner's approval prior to construction per City Standard Specification 027200 Control of Wastewater Flows. At no time shall wastewater be pumped into the streets, alleys or storm drain systems. The pump and bypass lines shall be of adequate capacity and size to handle the flow. Take all necessary steps to prevent flooding of any residence or business. Contractor shall be liable for any damages incurred as a result of this Work. a. Bypassing Wastewater: 1). the Contractor shall provide for continuous sewage flow 2). Bypass pumping shall be made by plugging the line upstream and pumping the flow into a downstream manhole or adjacent system 3). The pump and bypass lines shall be of adequate capacity and size to handle the required flow 4). Discharge into gutters or storm sewers shall not be allowed 5). All bypass pumping must be per City Standard Specification Section 027200 Control of Wastewater Flows. 5. Line Obstructions: Identify point repairs required such as heavy solids, dropped joints, intruding service connections, collapsed pipe, or obstructions that must be removed to permit the inversion or lining process to be completed. This Work must be identified and approved in writing by the Owner's Representative prior to the Work being completed by the Contractor. Point repairs and removal of obstructions that require excavation of the pipe and removal of existing pipe sections shall be considered a separate pay item. All other point repairs are subsidiary to the CIPP bid item. • Water: Water for the rehabilitation work will be the responsibility of the contractor and can be sourced from the nearest fire hydrant by securing a hydrant meter from the City. Hauling, if required, will be at the Contractor's expense. Contractor shall use a double- check valve assembly to prevent backflow in the event of pressure failure. The backflow prevention device must be approved by the Owner's Authorized Representative. Relining Sewers-Cured-In-Place Pipe 33 0130.72-5 Everhart Road-S.P.I.D.to Alameda St. Bond 2018& Bond 2020-#18015A, 21052, &21056 DocuSign Envelope ID:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 6. Public Notification: Contractor shall make every effort to maintain service usage throughout the duration of the Project. In the event that an individual sanitary sewer connection or group of connections must be out of service to complete the Work,the maximum amount of time out of service for any property served by the sanitary sewer shall not exceed 8 hours. A public notification program shall be implemented by the Contractor. Contractor shall, at a minimum, contact each home or business connected to the sanitary sewer and inform them of the Work to be conducted and when the sewer will be off-line. Contractor shall also provide the following: a. Written notice delivered to each home or business the day prior to the beginning of work being conducted on the section,with a local telephone contact number for the Contractor that the citizens can call to discuss the Project or any problems which could arise. b. Contact, in person, any home or business owner that cannot be reconnected within the time stated in the written notice. 3.02 CONSTRUCTION A. Cured In Place Pipe Insertion: 1. Inversion Method: a. Wet-Out: Designate a location where the uncured resin in original containers and the fiber felt tube will be vacuum impregnated prior to installation. A resin/catalyst system compatible with the requirements of this method shall be used. The quantities of the liquid thermosetting material shall be sufficient to provide the thickness specified herein and to fill the volume of air voids in the tube with additional allowances for polymerization shrinkage and the loss of resin through cracks and irregularities in the original pipe wall. b. Inversion using Hydrostatic Head: The resin-impregnated felt tube shall be inserted through an existing manhole by means of an inversion standpipe capable of applying the hydrostatic head required to fully extend the tube to the next designated manhole or termination point. The tube shall be inserted into the inversion standpipe with the impermeable plastic membrane side out. At the lower end of the inversion standpipe,the tube shall be turned inside out and attached to the inversion standpipe so that a leak-proof seal is created. The inversion head shall be adjusted to be of sufficient height to invert the tube from manhole to manhole and to hold it tight against the existing pipe wall, producing dimples at side connections and flared ends at the manhole. Care shall be taken to prevent damage or failure of the felt tube as a result of overstressing due to the elevated curing temperatures prior to completion of the final cure. c. Inversion using Air Pressure: The resin impregnated tube shall be inserted thru an existing manhole by means of an inversion process utilizing air pressure sufficient to fully extend the tube to the next designated manhole or termination point. The tube end shall be connected by an attachment so that a leak-proof seal is created with the impermeable plastic membrane side out. The inversion pressure shall be adjusted to cause the impregnated tube to invert from manhole to manhole and hold the tube tight against the existing pipe wall, producing dimples at side connections and flared ends at the manhole. Care shall be taken to prevent damage Relining Sewers-Cured-In-Place Pipe 33 0130.72-6 Everhart Road-S.P.I.D.to Alameda St. Bond 2018& Bond 2020-#18015A, 21052, &21056 DocuSign Envelope ID:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 or failure of the felt tube as a result of overstressing due to the elevated curing temperatures prior to completion of the final cure. d. Curing using Circulating Heated Water: 1). After the inversion is completed, Contractor shall supply approved heat source and water recirculation equipment capable of delivering heated water throughout the section to uniformly raise the water temperature above the temperature required to achieve a final cure of the resin. This temperature shall be as recommended by the resin/catalyst system manufacturer. The heat source shall be fitted with suitable monitors to gauge the temperature of the incoming and outgoing water supply. An additional gauge shall be placed between the impregnated felt tube and the host pipe in the downstream manhole at or near the bottom to determine the temperatures during cure. Water temperature in the line during the cure period shall not be less than 150 F nor more than 200 F as measured at the heat source return line. Initial cure shall be completed when inspection indicates the exposed portions of the pipe to be hard and sound and the remote temperature sensor indicates that an exotherm has occurred. The recirculation of the water and cycling of the heat exchanger to maintain the water temperature shall continue for the duration of cure recommended by the resin manufacturer, modified for the specific installation process chosen. 2). After completion of the heated water cure, cool the hardened pipe to a temperature below 100 F before relieving the static head in the inversion standpipe. Cool-down shall be accomplished by the introduction of cool water into the inversion standpipe to replace water being drained from a small hole made in the downstream end. Care shall be taken in the release of the static head so that a vacuum will not be developed that could damage the newly installed pipe. e. Curing using Steam: 1). After the inversion is completed, Contractor shall provide steam generating equipment to distribute steam throughout the section and uniformly raise the temperature within the pipe above the temperature required to achieve a final cure of the resin. This temperature shall be as recommended by the resin/catalyst system manufacturer. The steam generating equipment shall be fitted with a suitable monitor to gauge the temperature of the outgoing stream. The temperature of the resin being cured shall be monitored by placing gauges between the impregnated tube and the existing pipe at both ends. Initial cure shall be completed when inspection indicates the exposed portions of the pipe to be hard and sound and the remote temperature sensor indicates that an exotherm has occurred. The steam generating equipment shall continue in operation for the duration of cure recommended by the resin manufacturer, modified for the specific installation process chosen. 2). After completion of the steam cure, cool the hardened cured-in-place liner down to a temperature below 100 F before relieving the internal pressure. Cool-down may be accomplished by the introduction of cool water into the section to replace the mixture of air and steam being drained from a small hole Relining Sewers-Cured-In-Place Pipe 33 0130.72-7 Everhart Road-S.P.I.D.to Alameda St. Bond 2018& Bond 2020-#18015A, 21052, &21056 DocuSign Envelope ID:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 at the opposite end of the cured in place pipe, maintaining a constant internal pressure until cool-down is completed. Care shall be taken in the release of the internal pressure so that a vacuum will not develop that could damage the newly installed pipe. 3.03 FIELD QUALITY CONTROL A. Inspection: 1. CIPP samples shall be prepared for each installation designated by the Owner/Engineer or approximately 20 percent of the Project's installations. Pipe physical properties will be tested in accordance with ASTM F1216 (or ASTM F1743, Section 8,) using (either method, if pipe is larger than 24 inches on the plate method is applicable. Delete previous bolded reference to ASTM F1743 if only plate method is to be utilized). The flexural properties must meet or exceed the values listed in Paragraph 2.01.A.2,Table 1 of ASTM F1216 or the values submitted to the Owner/Engineer by the Contractor for this Project's CIPP wall design,whichever is greater. 2. Wall thickness of samples shall be determined as described in ASTM F1216. The minimum wall thickness at any point shall not be less than 87.5 percent of the submitted minimum design wall thickness as calculated in Paragraph 5.6 of this document. 3. Contractor shall provide continuous thermal monitoring to ensure proper curing conditions are achieved. This shall be accomplished by Vericure or approved equal. The approved equal requirement is as defined in Division 01 of the Specifications. 4. Visual inspection of the CIPP shall be in accordance with ASTM F1216, Section 8.6. 5. After the Work is completed,the Contractor shall provide the Owner with a post inspection video according to City Standard Specification Section 027611 showing both the before and after condition, including the re-installed building lateral connections. The finished pipe shall be continuous over the entire length of an inversion run between two manholes and shall be free from significant defects. Any defects which, in the opinion of the Engineer or Owner,will affect the integrity or strength of the pipe in the foreseeable future or warranty period shall be repaired at the Contractor's expense, in a manner acceptable to the Owner. 3.04 ADJUSTING A. Sealing Pipe in Manholes: After installation,the liner shall be cut flush with the existing pipe at the manhole walls. The invert of the manhole shall be reworked (smoothed and built up) to match the flow line of the new liner pipe. Both ends of the new liner shall be sealed to the existing pipeline structure with LMK seals or approved equal in order to lock the liner in place and to prevent water movement between the two systems. If the installed pipe fails to make a tight seal due to a broken or misaligned wastewater pipe at the manhole, apply an approved sealant or use some other method approved by the Owner to seal the connection. The sealant shall be compatible with materials used in the lining process. B. Service Connections: 1. Identify, locate, and excavate all sanitary sewer service connections prior to the pipe insertion to expedite reconnection unless approved otherwise by the Engineer or Relining Sewers-Cured-In-Place Pipe 33 0130.72-8 Everhart Road-S.P.I.D.to Alameda St. Bond 2018& Bond 2020-#18015A, 21052, &21056 DocuSign Envelope ID:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 Owner's Representative. Once installation is started, pipe insertion shall be continuous and without interruption from one manhole to another except as approved by the Owner. Upon completion of insertion of the new pipe,the Contractor shall expedite the reconnection of services to minimize any inconvenience to the customers. 2. At all points where the new pipe has been exposed, as in starter excavations, at service connection fittings, outside of manholes, etc., encase the pipe and fittings with a minimum thickness of 6 inches of concrete, sand cement backfill, or flowable fill. If sand cement backfill or flowable fill is used, remove all debris and create a void space along each side of the pipe at the spring line to undisturbed soil in preparation for the backfill or flowable fill. The width of the void shall not exceed the outside diameter of the main or service line plus 2 feet. 3.05 CLEANING A. After the installation Work has been completed and all testing results have been accepted, clean up the entire Project area. All excess material and debris not incorporated into the permanent installation shall be disposed of by the Contractor in accordance with regulatory requirements. 3.06 TESTING A. Leakage Testing 1. Water leakage testing of the CIPP shall be tested using an exfiltration test method, when directed by the Engineer in accordance with ASTM F 1216, 8.2. 2. Wall thickness testing shall be in accordance with ASTM D2122. B. Wall Thickness Test 3.07 WARRANTY A. The completed CIPP shall be continuous over the entire length of the inversion run and free from visual defects such as foreign inclusions, dry spots, pinholes, lifts, and delamination. The CIPP system shall also meet leakage requirements and pressure test parameters as required. The completed CIPP system shall be warranted for a period of one year after final project acceptance by the owner. During the warranty period, any defects which will affect the integrity or strength of the CIPP system shall be repaired at the Contractor's expense in a manner mutually agreed to by the City and the Contractor. 3.08 MEASUREMENT AND PAYMENT A. Unless otherwise specified on the Bid Form, Cured-In-Place Pipe for rehabilitation shall be measured and paid for by the linear foot,for each size specified, complete in place. The liner will be measured and paid for based on the distance between centers of upstream and downstream manholes. Point repairs for CIPP shall not be measured for pay but will be considered subsidiary to the CIPP bid item. END OF SECTION Relining Sewers-Cured-In-Place Pipe 33 0130.72-9 Everhart Road-S.P.I.D.to Alameda St. Bond 2018& Bond 2020-#18015A, 21052, &21056 DocuSign Envelope ID:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 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:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 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:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 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:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 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:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 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:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 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:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 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:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 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:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 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:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 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:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 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:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 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:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 March 19, 2019 City of Corpus Christi Standard Specifications for Construction SECTION 34 41 16.23 TRAFFIC SIGNAL CABINET AND ASSEMBLIES PART 1 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 one(1)copy of the programming and operation manuals and one (1)copy 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:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 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 latest NEMA Traffic Controller Assemblies Standards Publication. 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. 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 latest NEMA Standard requirements. 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 twenty-four-inch (24")x fourteen-inch (14") 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:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 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:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 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 BI U'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). 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:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 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. One (1) detector rack 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 latest NEMA Traffic Control Systems Standard Publication 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 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 requirements. W. Load Switches 1. All load switches shall as a minimum meet NEMA Traffic Control Systems requirements. X. Inductive Loop Detector 1. Section 6 NEMA Traffic Control Systems Standard 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:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 March 19, 2019 City of Corpus Christi Standard Specifications for Construction Y. Power Connector Adapter 1. 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:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 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:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 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:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 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:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 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:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 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:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 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:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 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:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 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:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 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:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 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:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 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:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 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:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 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:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 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:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 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:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 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:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 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:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 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:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 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:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 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:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 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:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 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:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 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:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 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:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 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:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 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:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 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:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 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:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 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:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 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:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 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:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 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:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 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:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 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:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 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:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 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:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 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:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 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:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 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:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 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:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 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:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 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:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 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:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 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:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 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:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 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:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 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:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 40 05 61 GATE VALVES FOR 24" AND 30" WATERLINE 1.00 GENERAL 1.01 WORK INCLUDED A. Furnish labor, materials, equipment and incidentals necessary to install gate valves and appurtenances, including valve boxes, operators, bolts, nuts and gaskets. 1.02 QUALITY ASSURANCE A. Acceptable Manufacturers: 1. American-Flow Control. 2. M&H. 3. Mueller. 4. Clow. 1.03 SUBMITTALS A. Submittals shall be in accordance with Section 00 72 00 "General Conditions" Article 24 Document Management and shall include: 1. Operation and Maintenance Manuals. 1.04 STANDARDS A. The applicable provisions of the following standards shall apply as if written here in their entirety: 1. American National Standards Institute (ANSI) Standards: ANSI B16.1 I Cast Iron Pipe Flanges and Flanged Fittings 2. American Society for Testing and Materials (ASTM) Standards: ASTM A126 Standard Specification for Gray Iron Castings for Valves, Flanges, and Pipe Fittings ASTM A536 Standard Specification for Ductile Iron Castings 3. American Water Works Association (AWWA) Standards: AWWA C111 Rubber-Gasket Joints AWWA C500 Gate Valves for Water and Sewage Systems AWWA C509 Resilient Seated Gate Valves for Water and Sewage Systems 2.00 PRODUCTS 2.01 GATE VALVES A. General: Gate Valves for 24"and 30" Waterline 40 05 61- 1 Everhart Road-S.P.I.D.to Alameda St. Bond 2018& Bond 2020-#18015A, 21052, &21056 02/23/05 DocuSign Envelope ID:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 1. Unless otherwise specified, 24" and 30" gate valves shall be in strict accordance with AWWA C500. Gate valves shall be double disc, parallel seat internal wedging type with non-rising stem. Valves shall be provided with gearing to reduce the maximum required opening and closing torque to 80 ft-Ib. Gate valves in roadway should be layover valves. 2. Gate valves shall be equipped with non-rising stem bypass valve and with spur-gears in enclosed oil or grease lubricated gear cases. Gear boxes shall be factory lubricated. Flanges shall conform to ANSI, Class 125 or 250. B. Gate: Gate for double disc valves shall be cast iron with bronze mounted wedges and seats. Gate for resilient seated valves shall be cast iron with rubber-seat compound bonded to the valve gate. C. Operators: Operators shall turn counterclockwise to open the valve. A directional arrow and the word "open" shall be cast on the handwheel. Valves for buried service shall have a 2-inch square nut operator and shall be installed with extension stems where required to extend operating nut to within 12 inches of the finished grade. Provide a cast iron valve box to enclose the operating stem. Valve box shall be three-piece extension type equal to Mueller No. 10380 or Clow F2450. D. Stem and Seal: The non-rising stem shall be bronze with inside screw. Shaft seal shall employ O-rings or V-type packing. E. Bell Ends: Where designated,valves shall be mechanical joint or rubber gasketed push on joints in accordance with the applicable requirements of AWWA C111. 3.00 EXECUTION 3.01 INSTALLATION A. Carefully handle and lower buried valves into position to prevent damage to any part of the valves. Place the valve in the proper position with stem truly vertical and securely hold until connections have been made. Furnish bolts, nuts, and gaskets. The Contractor shall be responsible for adjusting the valve boxes to the proper length to conform with the ground surface. 3.02 BLOCKING UNDER GATE VALVE A. Gate valves which are buried shall rest on a concrete pad. Pad shall extend for the full width of the trench and from back of hub to back of hub (or flange). Care shall be taken to not interfere with the jointing. Concrete shall be minimum 1500-psi compressive strength. 3.03 FIELD QUALITY CONTROL A. Upon completion of installation of the equipment, an acceptance test to verify the satisfactory operation of each unit shall be conducted. The test shall be conducted in a manner approved by and in the presence of the Engineer. The unit shall be checked for general operation and leakage. The unit must perform in a manner acceptable to the Engineer before final acceptance will be made by the Owner. END OF SECTION Gate Valves for 24"and 30" Waterline 40 05 61-2 Everhart Road-S.P.I.D.to Alameda St. Bond 2018& Bond 2020-#18015A, 21052, &21056 02/23/05 DocuSign Envelope ID:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 APPENDIX DocuSign Envelope ID:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 PART A GEOTECHNICAL REPORT ,f ��� ��r�,l„�il,����1rrt'i`���,,,,1i�p//%r,�'i,�i�1� IIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIII �III I� DocuSlgn Envelope ID 9F2F7925-7539 44B2 B6AB-8AF8F7AC5E71 I �� I r 1 l' r wrurvirrrar i r r Y r r i i,r'r r ii, � a,�rramr,n D 1 ��� I 1 I � r IIIIIIII I � � 1 J I I I G hVlulVh 11 rSl,��Illp�y,� IYI �����I VVV uIV pp�flp�pu VVi I I IIII � I DocuSign Envelope ID:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 Tolunay-Wong Engineers, Inc. 826 South Padre Island Drive • Corpus Christi,Texas 78416 Phone(361)884-5050 August 8, 2019 City of Carpus Christi P.O. Box 9277 Corpus Christi, Texas 78469 Attn: Ms. Marisa Alaniz, E.I.T. Ref: Geotechnical Engineering Services 17101 Y Everhart Road-- SPID to McArdle Road, Corpus Christi, Texas TWE Project No. 19.53.030/ Report No. 23139 Dear Ms. Alaniz, Tolunay-Wong Engineers, Inc. (TWE) is pleased to submit this report of our geotechnical field and laboratory testing study for the above referenced project. This report contains a detailed description. of the field program and laboratory services perforn7ed for this study as well as soil boring logs for the proposed Everhart Rd — SPID to McArdle Road Rehabilitation and Reconstruction in. Corpus Christi,'Texas. We appreciate the opportunity to work with you on this phase of the project and look forward to the opportunity of providing additional services as the project progresses. If you have any questions or comments regarding this report or if we can be of further assistance,please contact us. Sincerely, TOLUNAY-WONG ENGINEERS, INC. Texas Board Uf'Professianal Engineers Firm Registration Number F-000124 Jialin Li, E.I.T. Don R. Rokohl, P. Geotechnical Staff Engineer Branch Manager JL/DRKjI DocuSign Envelope ID:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 TABLE OF CONTENTS 1 INTRODUCTION AND PROJECT DESCRIPTION 1-1 1.1 Introduction 1-1 1.2 Project Description 1-1 2 PURPOSE AND SCOPE OF SERVICES 2-1 3 FIELD PROGRAM 3-1 3.1 Soil Borings 3-1 3.2 Drilling Methods 3-1 3.3 Soil Sampling 3-1 3.4 Boring Logs 3-2 3.5 Groundwater Measurements 3-2 4 LABORATORY SERVICES 4-1 5 SITE AND SUBSURFACE CONDITIONS 5-1 5.1 General 5-1 5.2 Site Description and Surface Conditions 5-1 5.3 Subsurface Conditions 5-1 5.4 Groundwater Observations 5-2 5.5 Shrink/Swell Potential 5-3 6 GEOTECHNICAL DESIGN RECOMMENDATIONS 6-1 6.1 Discussion 6-1 6.2 Drilled Straight Sided Shafts 6-1 6.3 Trench Excavation and Braced Excavation 6-4 7 PAVEMENT DESIGN RECOMMENDATIONS 7-1 7.1 Discussion 7-1 7.2 New Pavement Sections 7-1 7.3 Pavement Section Material 7-5 7.4 Pavement Maintenance 7-7 8 LIMITATIONS AND DESIGN REVIEW 8-1 8.1 Limitations 8-1 8.2 Design Review 8-1 8.3 Construction Monitoring 8-1 8.4 Closing Remark 8-1 TWE Project No. 19.53.030 Report No.23139 DocuSign Envelope ID:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 TABLES AND APPENDICES TABLES Table 4-1 Laboratory Testing Program 4-1 Table 5-1 General Relationship Between PI and Shrink/Swell Potential 5-3 Table 6-1 Lateral Shaft Design Parameters for South Side of the Intersection of SPID and Everhart Rd. 6-3 Table 6-2 Lateral Shaft Design Parameters for North Side of the Intersection of McArdle Rd and Everhart Rd 6-3 Table 6-3 Guidelines for Maximum Allowable Slopes 6-5 Table 7-1 Flexible Pavement Design Values for 30 Year Design 7-2 Table 7-2 Recommended Minimum Typical Flexible Pavement Thicknesses for 30 Year Design 7-2 Table 7-3 Rigid Pavement Design Values for 30 Year Design 7-4 Table 7-4 Recommended Minimum Typical Rigid Pavement Thicknesses for 30 Year Design 7-4 APPENDICES Appendix A: Soil Boring Location Plan TWE Drawing No. 19.53.030-1 Appendix B: Log of Project Borings and a Key to Terms and Symbols used on Boring Logs Appendix C: Allowable Unit Side Friction Drilled Straight Sided Shafts Appendix D: Grain Size Distribution Reports Appendix E: Apparent Earth Pressure Diagram- Braced Trench Analysis Appendix F: Traffic Information from City of Corpus Christi TWE Project No. 19.53.030 Report No.23139 DocuSign Envelope ID:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 1 INTRODUCTION AND PROJECT DESCRIPTION 1.1 Introduction This report presents the results of our geotechnical engineering services performed for the proposed 17101Y Everhart Road — SPID to McArdle Rehabilitation and Reconstruction in Corpus Christi, Texas. Our geotechnical services were conducted in accordance with TWE Proposal No. P19-C048RI, dated April 8, 2019, and authorized by Task Order No. 24 in accordance with Master Services Agreement for Geotechnical and Construction Materials Testing (Project No. 17101Y). 1.2 Project Description The project will involve rehabilitation or complete reconstruction of a segment of Everhart Road in Corpus Christi, Texas with either a flexible (asphalt) or rigid (concrete) pavement section as well as possible replacement of underground utilities as needed. Everhart Road from South Padre Island Drive (SPID) to McArdle Road is about 1,260 feet long with an asphalt surface. Visual observations indicate the street is in poor condition with asphalt cracking, patches, and some uneven lanes. We understand that the road receives a mixture of mostly commercial and residential vehicular traffic. The results of a traffic count of all vehicles on Everhart Road during February 28 and March 1, 2019 (24-hour period) were provided by the City of Corpus Christi. New traffic signal foundations could be included as part of the project. TWE Project No. 19.53.030 1-1 Report No.23139 DocuSign Envelope ID:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 2 PURPOSE AND SCOPE OF SERVICES The purpose of our geotechnical engineering services was to provide the geotechnical information needed to assist the Client in the design and construction of the rehabilitated or reconstructed roadway cross sections and signal pole foundations. Our scope of services performed for the project consisted of. 1. Drilling six (6) soil borings to depths of 6-ft. to 25-ft. below existing grade to evaluate subsurface stratigraphy and groundwater conditions; 2. Performing geotechnical laboratory tests on recovered soil samples to evaluate the physical and engineering properties of the strata encountered. 3. Providing geotechnical design recommendations for the proposed roadway rehabilitation or full reconstruction in accordance with the AASHTO Guide for Design and Pavement Structures including suitable flexible and rigid pavement sections for a 30-year service period, suitability of recycling the existing pavement section for incorporation into the new pavement section, layer material types, layer material thickness and subgrade support characteristics. Several thickness combinations of each pavement component will considered as well as options for either lime stabilization or use of geogrid as a substitute for lime stabilization, A locally available crushed concrete will be considered as a substitute for crushed limestone as flexible base material; 4. Providing geotechnical recommendations for the proposed signal pole foundations including drilled shaft foundation type, diameter and embedment length based on results of the test borings; 5. Providing geotechnical design recommendations for the proposed underground utility installations including OSHA soil classifications and soil design parameters for trench excavation and braced excavation design; and 6. Providing geotechnical construction considerations including site and subgrade preparation, in-place soil stabilization, fill and backfill placement, compaction requirements, foundation installation and overall quality control inspection, monitoring and testing guidelines. Our scope of services did not include any environmental assessments for the presence or absence of wetlands or of hazardous or toxic materials within or on the soil, air or water within this project site. Any statements in this report or on the boring logs regarding odors, colors or unusual or suspicious items or conditions are strictly for the information of the Client. A geological fault study was also beyond the scope of our services associated with this geotechnical engineering study. TWE Project No. 19.53.030 2-1 Report No.23139 DocuSign Envelope ID:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 3 FIELD PROGRAM 3.1 Soil Borings TWE conducted an exploration of subsurface soil and groundwater conditions at the project site on July 11, 2019 by drilling and sampling six (6) soil borings to depths of 6-ft to 25-ft. below existing grade at time of the field program. The soil borings were located along the outer lane of both north bound and south bound lanes of Everhart Rd between South Padre Island Dr. and McArdle Rd. in Corpus Christi, TX. The boring locations are presented on TWE Drawing No. 19.53.030-1 in Appendix A of this report. Our field personnel coordinated the field activities and logged the boreholes. The boring locations were marked at the site by TWE. The final latitude and longitude coordinates for the borings were determined using a hand-held GPS unit and are presented on the boring logs in Appendix B of this report. 3.2 Drilling Methods Field operations were performed in general accordance with the Standard Practice for Soil Investigation and Sampling by Auger Borings [American Society for Testing and Materials (ASTM) D 1452]. The soil borings were drilled using truck-mounted drilling equipment using dry-auger and wet rotary drilling methods. Samples were obtained continuously from existing pavement surface to a depth of 12-ft., at the 13-ft. to 15-ft. depth interval, and at intervals of 5-ft. thereafter until the boring completion depths were reached. 3.3 Soil Sampling Fine-grained, cohesive soil samples were recovered from the soil borings by hydraulically pushing 3-in diameter, thin-walled Shelby tubes a distance of about 24-in. The field sampling procedures were conducted in general accordance with the Standard Practice for Thin-Walled Tube Sampling of Soils (ASTM D 1587). Our geotechnician visually classified the recovered soils and obtained field strength measurements using a pocket penetrometer. The samples were extruded in the field, wrapped in foil, placed in moisture sealed containers and protected from disturbance prior to transport to the laboratory Cohesionless and semi-cohesionless soil samples were collected from the soil borings with the standard penetration test(SPT) sampler driven 18-in. by blows from a 140-1b. hammer falling 30- in. in accordance with the Standard Test Method for Standard Penetration Test (SPT) and Spilt- Barrel Sampling of Soils (ASTM D 1586). The number of blows required to advance the sampler three (3) consecutive 6-in depths are recorded for each corresponding sample on the boring logs. The N-value, in blows per foot, is obtained from SPTs by adding the last two (2) blow count numbers. The compactness of cohesionless and semi-cohesionless samples are inferred from the N-value. The samples obtained from the split-barrel sampler were visually classified, placed in moisture sealed containers and transported to our laboratory. The recovered soil sample depths with corresponding pocket penetrometer values and SPT blowcounts are presented on the boring logs in Appendix B. TWE Project No. 19.53.030 3-1 Report No.23139 DocuSign Envelope ID:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 3.4 Boring Logs Our interpretations of general subsurface soil and groundwater conditions at the boring locations are included on the boring logs. Our interpretations of the soil types throughout the boring depth and the locations of strata changes were based on visual classifications during field sampling and laboratory testing in accordance with Standard Practice for Classification of Soils for Engineering Purposes (Unified Soil Classification System) (ASTM D 2487) and Standard Practice for Description and Identification of Soils (Visual-Manual Procedure) (ASTMD 2488). The boring logs include the type and interval depth for each sample along with its corresponding pocket penetrometer reading or SPT blowcounts. The boring logs and a key to terms and symbols used on boring logs are presented in Appendix B. 3.5 Groundwater Measurements Groundwater level measurements were attempted in the open boreholes during dry-auger drilling. Water level readings were attempted in the open boreholes when groundwater was first encountered and after a fifteen (15) minute time period. The groundwater observations are summarized in Section 5.4 of this report entitled "Groundwater Observations." TWE Project No. 19.53.030 3-2 Report No.23139 DocuSign Envelope ID:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 4 LABORATORY SERVICES A laboratory testing program was conducted on selected samples to assist in classification and evaluation of the physical and engineering properties of the soils encountered in the project borings. Laboratory tests were performed in general accordance with ASTM International standards. The types of laboratory tests performed are presented in Table 4-1. A brief description of the testing methods is listed below. Table 4-1. Laboratory Testing Program Test Description Test Method Amount of Material in Soils Finer than No. 200 Sieve ASTM D 1140 Water(Moisture) Content of Soil ASTM D 2216 Density(Unit Weight) of Soil Specimens ASTM D 7263 Liquid Limit, Plastic Limit and Plasticity Index of Soils ASTM D 4318 Unconsolidated Undrained Triaxial Compressive Strength of Cohesive ASTM D 2850 Soil UU Grain Size Analysis ASTM D 422 Amount of Materials in Soils Finer than No. 200 (75-Um) Sieve (ASTM D 1140) This test method determines the amount of materials in soils finer than the No. 200 (75-gm) sieve by washing. The loss in weight resulting from the wash treatment is presented as a percentage of the original sample and is reported as the percentage of silt and clay particles in the sample. Water(Moisture) Content of Soil by Mass (ASTM D 2216) This test method determines water (moisture) content by mass of soil where the reduction in mass by drying is due to loss of water. The water (moisture) content of soil, expressed as a percentage, is defined as the ratio of the mass of water to the mass of soil solids. Moisture content may provide an indication of cohesive soil shear strength and compressibility when compared to Atterberg Limits. Density(Unit Weight) of Soils (ASTM D 72631 This test method determines the weight per unit volume of soil, excluding water. Dry unit weight is used to relate the compactness of soils to volume change and stress-strain tendencies of soils when subjected to external loadings. Liquid Limit, Plastic Limit and Plasticity Index of Soils (ASTM D 4318) This test method determines the liquid limit, plastic limit and the plasticity index of soils. These tests, also known as Atterberg limits, are used from soil classification purposes. They also provide an indication of the volume change potential of a soil when considered in conjunction with the natural moisture content. The liquid limit and plastic limit establish boundaries of consistency for plastic soils. The plasticity index is the difference between the liquid limit and plastic limit. TWE Project No. 19.53.030 4-1 Report No.23139 DocuSign Envelope ID:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 Unconsolidated Undrained Triaxial Compressive Strength of Cohesive Soil(ASTM D 2850) This test method determines the compressive strength of cohesive soil when subjected to strain- controlled axial load as the sample is subjected to a confining stress. The confining stress generally is that stress the sample is subjected to in the in-situ state. The test method provides an approximate value of shear strength of cohesive materials in terms of confined unconsolidated undrained(UU) stresses. Grain Size Analysis (ASTM D 422) This test method determines the grain size distribution of the sample by mechanical sieving. The percent retained on each sieve is presented as a percentage of original sample and is reported as the percentage of particle size retained by each sieve. Soil properties including moisture content, unit weight, Atterberg Limits, grain size distribution, penetration resistance, various types of shear strength are presented on the project boring logs in Appendix B as well as Appendix D. TWE Project No. 19.53.030 4-2 Report No.23139 DocuSign Envelope ID:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 5 SITE AND SUBSURFACE CONDITIONS 5.1 General Our interpretations of soil and groundwater conditions within the project site are based on information obtained at the soil boring locations only. This information has been used as the basis for our geotechnical information included in this report. Subsurface conditions may vary at areas not explored by the borings. Significant variations at areas not explored by the soil borings will require reassessment of our geotechnical engineering information. 5.2 Site Description and Surface Conditions The project site is located along the segment of Everhart Road between South Padre Island Drive and McArdle Road in Corpus Christi, Texas. At the time of our field investigation, the boring locations were covered with existing asphalt. 5.3 Subsurface Soil Stratigraphy and Properties Our interpretations of surface and subsurface conditions within the project site are based on inforination obtained at the project boring locations shown on TWE Drawing No. 19.53.030-1 provided in Appendix A. A summary of the subsurface profiles encountered at the boring locations are summarized below. Existing asphalt was encountered at the surface of the borings drilled for the project, underlain by existing base material. The thickness of the existing asphalt varied from 4-in to 6-in while the underlying base material varied from 6-in. to 18-in. The generalized soil profile encountered below the asphalt and underlying base material included firm to very stiff FAT CLAY (CH), FAT CLAY with SAND (CH) and SANDY FAT CLAY (CH) extending to a depth of 10-ft below existing grade. Specifically, in the shallow borings (B- 2 through B-5), stiff FAT CLAY with SAND (CH) was encountered at the subgrade level and continued to the termination depths of the borings at 6-ft below existing grade. In borings B-1 and B-6, the upper cohesive soils continued to depths of 18.5-ft. and 13.5-ft., respectively. Below the upper cohesive soils, medium dense POORLY GRADED SAND with SILT (SP-SM) and medium dense SILTY SAND (SM) were encountered and continued to depths of 23.5-ft and 18.5-ft in borings B-1 and B-6, respectively. The sands were then underlain by very stiff LEAN CLAY (CL), and very stiff FAT CLAY with SAND (CH) and stiff LEAN CLAY with SAND (CL) in borings B-1 and B-6, respectively, that continued to the termination depths of both borings at 25-ft. Detailed descriptions of the materials encountered at the boring locations are presented on the boring logs in Appendix B. Results of Atterberg limits tests on selected cohesive soil samples of the soils recovered from the project borings indicate liquid limits ranging from 46 to 68 with corresponding plasticity indices ranging from 31 to 49. Based on this plasticity index range, most of the clay soils encountered in the project borings are considered to have high to very high plasticity. In-situ moisture contents of the samples ranged from 23% to 32% at the time of our field program. The amount of material passing the No. 200 sieve ranged from 70% to 86%. TWE Project No. 19.53.030 5-1 Report No.23139 DocuSign Envelope ID:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 Undrained shear strengths derived from field pocket penetrometer readings ranged from 1.50-tsf to 3.00-ts£ Undrained shear strengths derived from laboratory unconsolidated undrained triaxial compressive strength testing (UU) ranged from 0.96-tsf to 1.92-tsf with corresponding dry unit weights ranging from 92-pcf to 99-pcf. Shear strength of cohesive soils inferred from SPT blow counts were generally similar. Results of in-situ moisture content tests on semi-cohesionless soil samples were 25%. The amount of material passing the No. 200 sieve were 5% and 22% within the selected semi- cohesionless soil samples tested for grain size distribution. Based on the SPT results, the semi-cohesionless soils encountered in the borings are inferred to have mostly medium dense relative densities. Detailed descriptions of the soils encountered at the boring locations are presented on the boring logs in Appendix B. The grain size distribution of select flexible base material samples is summarized in Appendix D. 5.4 Groundwater Observations Groundwater measurements were attempted in the project borings during dry-auger drilling. Free groundwater was encountered at depths of 10-ft and 15-ft in borings B-1 and B-6, respectively, at the time of the field exploration. The groundwater levels were at depths of about 9-ft and 9.5-ft after a 15-minute waiting period. The shallow borings (B-2 through B-5) did not encounter groundwater during the field exploration. Groundwater levels may fluctuate with climatic and seasonal variations and should be verified before construction. Accurate determination of the static groundwater level is typically made with a standpipe piezometer. Installation of a piezometer to evaluate the long-term groundwater condition was not included within the current scope of services. 5.5 Shrink / Swell Potential The tendency for a soil to shrink and swell with change in moisture content is a function of clay content and type which are generally reflected in soil consistency as defined by Atterberg Limits. A generalized relationship between shrink/swell potential and soil plasticity index (PI) is shown in Table 5-1 below. Table 5-1: General Relationhip:Between PI and Shrink/Swell Potential P.I. Range Shrink/Swell Potential 0- 15 Low 15-25 Medium 25-35 High > 35 Very High TWE Project No. 19.53.030 5-2 Report No.23139 DocuSign Envelope ID:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 The amount of expansion that will actually occur with increase in moisture content is inversely related to the overburden pressure. Therefore, the larger the overburden pressure, the smaller the amount of expansion. Near-surface soils are thus most susceptible to shrink/swell behavior because they experience low magnitude of overburden. Overall, the cohesive clay soils at this site possess high to very high shrink/swell potential. TWE Project No. 19.53.030 5-3 Report No.23139 DocuSign Envelope ID:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 6 GEOTECHNICAL DESIGN RECOMMENDATIONS 6.1 Discussion The project consists of rehabilitation or complete reconstruction of a segment of Everhart Road in Corpus Christi, Texas with either a flexible (asphalt) or rigid (concrete) pavement section as well as replacement of underground utilities as needed, and possible construction of new signal poles. We understand that if suitable subsurface conditions are present, it is desired to use drilled straight sided shafts for the support of the signal poles. Subsurface conditions present at the site will allow construction of these foundations, thus, drilled straight sided shaft recommendations are provided. Recommendations for the proposed underground utility installations including OSHA soil classifications and soil design parameters for trench excavation and braced excavation are also provided below. Additionally, earthwork recommendations are provided in Section 7 of this report entitled "Earthwork Considerations". 6.2 Drilled Straight Sided Shafts Drilled straight sided shafts can be used for support of the signal poles at the site. Geotechnical design and construction recommendations for drilled straight sided shafts are provided in the following sections. Subsurface conditions indicated by borings B-1 and B-6 were utilized to develop drilled straight sided shaft recommendations. Allowable Axial Shaft Capacity We have developed unit side friction curves for calculating allowable shaft capacity for use with drilled straight sided shafts at the site. Axial compression and tension capacities were developed to the bottom of the borings which corresponds to a depth of 25-ft. We recommend the contribution of end bearing to the pier compression capacity be neglected due to the shallow nature of the shafts and the presence of very sandy soils at depths of about 13-ft in boring B-1 and 18-ft in boring B-6. The design factor curves (F) for drilled straight sided shafts at the site are provided in Appendix C of this report. Example calculations illustrating the proper use of these curves are provided on the figures. The unit friction compression (FJ and tension (Ft) curves include a minimum factor of safety of 2.0 and 2.5, respectively. To assist in shaft selection, a shaft capacity table for several drilled shaft sizes and depths are also presented in Appendix C of this report for the site. The values for "F" given in the shaft capacity table are taken from the shaft capacity curves provided for individual shafts having a minimum center-to-center spacing of at least three (3) shaft diameters. The shaft depths listed are measured from existing ground surface. It should be noted that the tension capacity is based solely on soil-shaft interaction. Shafts and shaft cap connections should be structurally capable of resisting design uplift loads. Please note that due to different subsurface stratigraphy of south side of the intersection of SPID and Everhart Rd and north side of the intersection of McArdle Rd and Everhart Rd, two sets of design factor curves (F) for drilled straight sided shafts were developed. The design factor curves (F) for drilled straight sided shafts on the south side of the intersection of SPID and Everhart Rd are provided in Appendix C 1 A and 2A while the design factor curves (F) for drilled straight sided shafts on the north side of the intersection of Everhart Rd and McArdle Rd are provided in Appendix C 1B and 2B. TWE Project No. 19.53.030 6-1 Report No.23139 DocuSign Envelope ID:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 Shaft Groups Groups of shafts having a center-to-center spacing of less than three (3) diameters should be analyzed for group efficiency. If shaft groups are planned for this project with spacing less than three (3) shaft diameters, TWE should be contacted to analyze group capacities and settlements once the final shaft size, depth and group configurations are selected. Settlement of a Single Shaft Assuming proper installation, the total settlement of a single drilled straight sided shaft using the allowable compression capacities shown in Appendix C is anticipated to be less than 1.0 in. The settlement of a single shaft predominantly should be elastic in nature. However, the settlement of a group of drilled shafts is influenced by the size of the shaft group and the compressibility (consolidation parameters) of the soils below the shaft tip. In the event of shafts with spacing less than three (3) diameters of the larger adjacent shaft, the settlement estimate of the group should be performed on a case-by-case basis once the shaft group geometry/foot print, shaft tip elevation, and group load are known. Lateral Capacity For drilled straight sided shafts, lateral loads are resisted by the soil-shaft interaction as well as the rigidity of the shaft. Lateral capacity will vary with shaft type and properties, degree of fixity and shaft spacing. Typically, lateral loads are analyzed using the p-y method in which the soil is modeled as a series of non-linear springs. This procedure with appropriate computer codes (i.e., LPILE by Ensoft, Inc.) has the advantage that important factors contributing to soil resistance are inherently included in the semi-empirical p-y design criteria. Detailed analyses can be performed for the final shaft size and configuration upon request for additional compensation. For subsurface conditions indicated by the soil borings, TWE has developed soil parameters presented in Table 6-1 and 6-2 on the following pages for use with lateral analysis of shafts planned for this project. TWE Project No. 19.53.030 6-2 Report No.23139 DocuSign Envelope ID:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 Table 6-1: Lateral Shaft Delcjn Parameters for South Side of Everhart aril PID. Depth Range LPILE Soil Type EffectiveLateral Strain Unit Cohesion, c (psf) or (ft) Weight, y, Modulus, k Factor,(pcf) Friction Angle, (P ( ) (pci) E50 0.0-2.0 Existing Asphalt --- --- --- --- Pavement Section 2.0- 13.0 Medium to Stiff Clay 120 1,000 200 0.007 w/o Free Water 13.0— 18.5 Stiff to Very Stiff 120 2,000 200 0.007 Clay w/o Free Water 18.5-23.5 Sand w/o 120 30 90 --- Free Water 23.5-25.0 Very Stiff Clay w/o 120 3,000 400 0.005 Free Water Table 6-2: Lateral Shaft Design Parameters for Noah Side of Everhart,Rd and McArdle Dr.,, Depth Range Effective Unit Cohesion, c (psf) or Lateral Strain (ft) LPILE Soil Type Weight, y' (pcf) Friction Angle, cp (0) Modulus, k Factor, (pci) E50 0.0-2.0 Existing Asphalt --- --- --- --- Pavement Section 2.0— 13.5 Stiff Clay w/o 120 1,000 200 0.007 Free Water 13.5— 18.5 Sand w/o 130 32 90 --- Free Water 18.5-25.0 Stiff Clay w/o Free 120 1,500 200 0.007 Water TWE Project No. 19.53.030 6-3 Report No.23139 DocuSign Envelope ID:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 Drilled Straight Sided Shaft Installation The following items are important to the successful completion of drilled straight sided shaft foundations for this project. 1. All shaft excavations should be observed by TWE to determine when the proper bearing stratum is encountered and to record other observations regarding the shaft construction. 2. The shaft excavations should be checked for size and depth prior to the placement of concrete. Precautions should be taken during the placement of the pier reinforcement and concrete to prevent loose excavated material from falling into the excavation. 3. We recommend that drilled shafts be installed in accordance with the "Manual on Drilled Shafts: Construction Procedures and Design Methods", [U.S. Department of Transportation- Federal Highway Administration (Pub. No. FHWA-IF-99-025) and ADSC: The International Association of Foundation Drilling Contractors (Pub. No. ADSC-TL-4), August 1999] by Lymon, C. Reese and Michael W. O'Neill. 6. Prompt placement of concrete in the shaft excavation as it is completed, cleaned and inspected is strongly recommended to limit deterioration of the bearing stratum. Under no circumstances should a shaft be drilled that cannot be filled with concrete before the end of the work day. 6.3 Trench Excavation and Braced Excavation Excavations deeper than 5-ft. (utility trenches, foundation/structure excavations, etc.) require sloped sidewalls or an adequate retention system to protect workers from cave-ins. The current Occupational Safety and Health Administration (OSHA) Standards (29 CFR, Part 1926, Subpart P), include provisions for the design of sloped sidewalls and benched trench excavations in single or multiple-layer soils less than 20-ft., in lieu of bracing and shoring. The regulations specify maximum slope declivities contingent on the soil type: Type A, Type B, or Type C. The OSHA Soil Type Classification for the subsurface soils encountered at the soil boring locations to a depth of 25-ft, measured from existing ground surface at time of field exploration is Type C. It should be noted that the contractor's "competent person" shall make the final determination of the OSHA Soil Type during excavation of the soils at the job site. A guideline for the maximum allowable slopes during construction provided by OSHA Standard (1926 Subpart P App. B) is presented in the Table 6-3 on the following page. Flattened slopes could be required in the event surcharge load(s) including moving traffic are placed within a distance less than the height of the slope from the top of slope. TWE Project No. 19.53.030 6-4 Report No.23139 DocuSign Envelope ID:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 Table 6-3: Guidelines for Maximum Allowable Slopes Soil or Rock Type Max. Allow. Slopes (H:V)1'1 for Excavation Less Than 20-ft. Deep Stable Rock Vertical(90°) Type A(') 3/4:1 (53°) Type B 1:1 (45°) Type C 1 '/z:1 (34°) Notes: (l) Numbers shown in parentheses next to maximum allowable slopes are angles expressed in degrees from the horizontal. Angles have been rounded off. (2) A short-term maximum allowable slope of'/ H: IV(63°)is allowed in excavations in Type A soil that are 12-ft. or less in depth. Short-term maximum allowable slopes for excavations greater than 12-11.in depth shall be 3/4 H: IV(53°). (3)Sloping or benching for excavations greater than 20-ft.deep shall be designed by a registered professional engineer. The trench shield (box), if used as a temporary retention system, should be designed by the contractor to withstand lateral loads imposed by the specific soil conditions. An apparent earth pressure diagram provided in Appendix E can be used for analysis of strut loads in the trench shield. Presence of groundwater could require slopes to be flattened beyond the maximum allowable slopes presented above. The soil stratigraphy and groundwater conditions encountered during excavation could vary from those observed in the project borings or characterized herein. The contractor should collect additional subsurface information as deemed necessary to determine if the existing conditions are representative of those described herein. Experienced personnel should monitor all excavations and retaining structures on a continual basis to ensure that the performance of the retention system being used meets or exceeds OSHA requirements. Any deficiencies noticed should be corrected immediately. TWE Project No. 19.53.030 6-5 Report No.23139 DocuSign Envelope ID:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 7 PAVEMENT DESIGN RECOMMENDATIONS 7.1 Discussion The project consists of rehabilitation or complete reconstruction of a segment of existing Everhart Road from South Padre Island Drive to McArdle Rd. This segment of Everhart Road is a four lane asphalt covered roadway with a turning lane. Other improvements may include addition of new traffic signal(s) and existing utilities replacement. Our geotechnical design and construction recommendations for the proposed roadway are included in the sections below. 7.2 New Pavement Sections The methods used in our pavement analysis can be found in the AASHTO, Guide for Design of Pavement Structures. Data from traffic studies performed on February 28 and March 1, 2019 (24 hours period) by others for the City of Corpus Christi (City) was used to estimate traffic conditions for design purposes using a 30-year design life. An annual traffic growth rate of 0.2% was used for Everhart Road in accordance with city requirements. 7.2.1 Flexible Pavement Design The primary design requirements needed for flexible pavement design according to the Pavement Design Guide include the following: • Material Layer Coefficient; • Soil Resilient Modulus,psi; • Serviceability Indices; • Drainage Coefficient; • Overall Standard Deviation; • Reliability, %; and, • Design Traffic, 18-kip Equivalent Single Axle Load(ESAL) • Design Average Daily Traffic (ADT) • Design% Truck The design values used for our analyses are presented in Table 7-1 on the following page for 30- yr design life. TWE Project No. 19.53.030 7-1 Report No.23139 DocuSign Envelope ID:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 Table 7-1 Flexible Pavement Design n Valves for 30 yeaf Desi 'n Description Value Design ADT and%Truck(i) Average Daily Traffic (ADT) 15,132 /o Truck 0.2 Hot Mix Asphalt Concrete(HMAC), Type D 0.44 HMAC, Type B 0.40 Material Coefficients Crushed Limestone(Type A, Grade 2 or better) [CLS] 0.14 Crushed Concrete (CC) 0.12 Lime Stabilized Subgrade (LSS) 0.08 Serviceability Indices Initial 4.2 Terminal 2.5 Soil Resilient Modulus 3,000-psi Drainage Coefficient 1.0 Overall Standard Deviation 0.45 Reliability 95% Design Traffic, 18-kip Equivalent Single Axle Load(ESAL) 2,777,605 Structural Number Required 5.87 (1) The Average Daily Traffic and the%truck were provided and determined by using the traffic data provided by City of Corpus Christi. Detailed traffic data provided by the City are presented in Appendix F of this report- The maximum ADT and%Truck were used to conduct our pavement analyses. Table 7-2 below provides the recommended minimum typical flexible pavement sections derived from our analysis using the AASHTO Pavement Design Guide. Table 7-2- Recommended Whimiuml Typical Flexible Pavement'Th[ekn6sses,for 30 Year Resign Pavement HMAC, HMAC, CLB CC RAP LSS CS SN Option Type D Type B A 3.0-in 6.5-in --- --- 9.0-in 8.0-in --- 6.00 B 3.0-in 7.0-in --- --- 9.0-in --- 12.0-in 5.98 C 3.0-in 8.0-in 6.0-in --- --- 8.0-in --- 6.00 D 3.0-in 6.0-in 11.0-in --- --- 8.0-in --- 5.90 E 3.0-in 4.5-in 16.0-in --- --- 8.0-in --- 6.00 F 3.0-in 4.5-in 12.0-in(t) --- --- --- 12.0-in 6.06 G 3.0-in. 8.0-in. --- 7.0-in --- 8.0-in --- 6.00 TWE Project No. 19.53.030 7-2 Report No.23139 DocuSign Envelope ID:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 H 3.0-in 6.0-in --- 13.0-in. --- 8.0-in --- 5.92 I 3.0-in 4.5-in --- 18.0-in --- 8.0-in --- 5.92 J 3.0-in 4.5-in 13.0-in(i) --- --- 12.0-in 5.94 (1)A single layer of geogrid (Tensar TX-5 or equivalent) installed at the bottom and at the middle of the crushed limestone or crushed concrete base layer. HMAC =Hot Mix Asphalt Concrete CLB = Crushed Limestone Base (Type A, Grade 2 or better) CC = Crushed Concrete RAP = Cement Treated Reclaimed Asphalt Pavement LSS =Lime Stabilized Subgrade CS = Compacted Subgrade SN= Structural Number Pavement Options A and B involves full depth reclamation of the existing pavement materials in place. The full depth of existing pavement materials (existing asphalt surface and existing caliche) would be pulverized so that the maximum particle size is less than I-'/z inches, Portland cement would be introduced and mixed with the pulverized material, and the cement treated mixture would be compacted to required density. After compaction and curing, hot mix asphalt concrete would be placed and compacted. The RAP should include about 2/3 pulverized existing flexible base material and about 1/3 pulverized asphalt by volume. For a thickness of 9- in, the RAP could be cement treated and compacted in a single lift, thereby, eliminating double handling of the RAP. Pavement Options C through J involve full depth reconstruction of the roadway through the use of new imported materials. The existing pavement materials would be completely removed followed by lime stabilization and compaction or compaction of the subgrade, placement and compaction of new imported crushed limestone base (flexible base material) or crushed concrete with or without geogrid(s), and placement and compaction of hot mix asphalt concrete. TWE Project No. 19.53.030 7-3 Report No.23139 DocuSign Envelope ID:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 7.2.2 Rigid Pavement Design The primary design requirements needed for rigid pavement design according to the AASHTO Guide include the following: • 28-day Concrete Modulus of Rupture,psi; • 28-day Concrete Elastic Modulus, psi; • Effective Modulus of Subgrade Reaction,pci (k-value); • Serviceability Indices; • Load Transfer Coefficient; • Drainage Coefficient; • Overall Standard Deviation; • Reliability, %; and, • Design Traffic, 18-kip Equivalent Single Axle Load(ESAL) The design values used for our analyses are presented in Table 7-3 on the following pages for 30-yr design life. Rigid Pavement Desi n Vaiues for 30 Year Design Description Value 28-day Concrete Modulus of Rupture 620-psi 28-day Concrete Elastic Modulus 5,000,000-psi Effective Modulus of Subgrade Reaction 300-pci Serviceability Indices Initial 4.5 Terminal 2.5 Load Transfer Coefficient Continuously Reinforced 2.6 Plain 2.9 Drainage Coefficient 1.0 Overall Standard Deviation 0.39 Reliability 95 Design Traffic, 18-kip Equivalent Single Axle Load(ESAL) 3,455,676 Table 7-4 below provides the recommended minimum typical rigid pavement sections derived from our analysis using the AASHTO Pavement Design Guide. Tabs 7-4 Recommended Minimurrr T 'ical Wig' id Pavement Thicknesses far 30 Year Desi n Pavement Option PCC ASB CLB CS Continuously Reinforced 8.0-in --- 7.0-in 12.0-in Plain 9.0-in LO-in. 7.0-in 12.0-in. TWE Project No. 19.53.030 7-4 Report No.23139 DocuSign Envelope ID:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 PCC =Portland Cement Concrete ASB =Asphalt Bond Breaker CLB = Crushed Limestone Flexible Base (TxDOT, Item 247, Type A, Grade 2 or better) CS = Compacted Subgrade 7.3 Pavement Section Material Hot Mix Asphalt Concrete (HMA(7 HMAC should conform to Item 340, "Dense-Graded Hot-Mix Asphalt" of the Texas Department of Transportation (TxDOT) 2004 Standard Specifications for Construction and Maintenance of Highways, Streets and Bridges. The HMAC should provide a minimum tensile strength (dry) of 85 to 200 psi when tested in accordance with TxDOT Test Method Tex-226-F, and should be compacted at 92% to 96% of the theoretical density as determined from the asphaltic mixture design prepared in accordance with TxDOT Test Method Tex-207-F "Determining Density of Compacted Bituminous Mixtures". Portland Cement Concrete (PCC PCC should be provided in accordance with TxDOT Item 421 "Hydraulic Cement Concrete", 2014. Concrete should be designed to meet a minimum average flexural strength (modulus of rupture) of at least 620-psi at 28-days or a minimum average compressive strength of 4,500-psi at 28-days. Reinforcing steel consisting of deformed steel rebar should be used in accordance with TxDOT Item 440 "Reinforcing Steel." The first few loads of concrete should be checked for slump, air and temperature on start-up production days to check for concrete conformance and consistency. Concrete should be sampled and strength test specimens [two (2) specimens per test] prepared on the initial day of production and for each 400-yd2 or fraction thereof of concrete pavement thereafter. At least one (1) set of strength test specimens should be prepared for each production day. Slump, air and temperature tests should be performed each time strength test specimens are made. Concrete temperature should also be monitored to ensure that concrete is consistently within the temperature requirements. Reclaimed Asphalt Pavement (RAPD Cement treated RAP indicated in Options A and B of Table 7.2 above should be road-mixed in accordance with TxDOT Item 275 "Cement Treatment (Road-Mixed)". Imported CLB should meet the requirements for CLB provided below. For preliminary estimating purposes, a cement quantity of four (4) percent can be used. However, a mix design should be performed prior to construction to determine a target cement content and optimum moisture content necessary to produce a stabilized mixture meeting a compressive strength of 300-psi after 7-days. Cement should be applied once the roadway is thoroughly mixed and a homogenous mixture is achieved. The mixture should be compacted in one (1) lift within 2-hr of applying cement. The mixture should be compacted to at least 95% of the maximum dry density within 2% of the optimum TWE Project No. 19.53.030 7-5 Report No.23139 DocuSign Envelope ID:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 moisture content as determined from ASTM D 698 "Laboratory Compaction Characteristics of Soil using Standard Effort." Once the cement-treated base is compacted and finished, curing by sprinkling for at least 3-days should be performed to maintain the moisture content within 2% below the optimum moisture content. Uncontaminated materials of uniform quality should be provided and used in the cement-treated mixtures that meet the requirements of the plans and specifications. TWE should be notified of proposed material sources, changes to material sources and should provide verification that the specification requirements have been met prior to the placement of material. A qualified representative of TWE should be present during construction to sample and test the cement-treated base materials. Crushed Limestone Base (CLB CLB should conform to City of Corpus Christi Standard Construction Specification (CoCC) Section 025223 "Flexible Base" and should be moisture conditioned to -2% to +2% of the optimum moistures and compacted to at least 98 percent of the maximum dry densities determined by Modified Proctor (ASTM D 1557) and Standard Proctor (ASTM D 698) for flexible pavement sections and rigid pavement sections, respectively. Crushed Concrete (CCS CC should conform to TxDOT Item 247, Type D, Grade 1 or 2 and should be compacted in the same manner to CLB. Lime-Stabilized Subgrade (LSS) Lime stabilization of the subgrade soils is recommended for flexible pavement sections included in Tables 7-1 and 7-2 above. Proper preparation and lime stabilization of the roadway subgrade will improve long-term pavement performance by reducing plasticity of the clay soils, increasing their load carrying capacity, and improving their workability. After completion of necessary stripping and clearing, the exposed soil subgrade should be carefully evaluated by probing and testing. Any unsuitable material (shell, gravel, organic material, wet, soft or loose soil) still in place should be removed. The exposed soil subgrade should be further evaluated by proofrolling with a heavy pneumatic tired roller, loaded dump truck or similar equipment weighing at least 20-tons to ensure that soft or loose material does not exist beneath the exposed soils. Proofrolling procedures should be observed routinely by a qualified representative of TWE. Any undesirable material revealed should be removed and replaced in a controlled manner with soils similar in classification or select fill. Once final subgrade elevation is achieved and prior to placement of crushed limestone base material or crushed concrete, the exposed surface of the pavement subgrade soil should be scarified to a depth of 8-in and mixed with hydrated lime in conformance with TxDOT Item 260 "Lime Treatment(Road-Mixed)". TWE Project No. 19.53.030 7-6 Report No.23139 DocuSign Envelope ID:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 It is estimated that 7% hydrated lime by dry unit weight of soil will be required. Assuming an in-place unit weight of 120-pcf for the roadway subgrade soils, 7% lime by dry unit weight equates to about 50-lbs of lime per square yard of treated subgrade. The actual quantity of lime required should be determined after the roadway alignment is stripped and subgrade soils are exposed by use of a laboratory soil treatability study. Lime used during chemical stabilization should be Type A hydrated lime or Type B commercial slurry. The lime stabilized subgrade should be compacted to a minimum 95% of the maximum dry density as determined by Standard Proctor (ASTM D 698) at a moisture content within the range of 3% above optimum. Lime stabilization should extend at least 1-ft beyond the roadway edge to reduce effects of seasonal shrinking and swelling. In areas where hydrated lime is used for stabilization, routine sampling and Atterberg limit tests should be performed to verify the resulting plasticity index of the stabilized mixture is at/or below 20. Mechanical lime stabilization of the roadway subgrade will not prevent normal seasonal movement of the underlying untreated materials. Therefore, good perimeter surface drainage with a minimum 2% slope away from the roadway is recommended. Compacted Sub r ade (CS) After completion of necessary stripping and clearing, the exposed soil subgrade should be carefully evaluated by probing and testing. Any unsuitable material (shell, gravel, and organic material, wet, soft or loose soil) still in place should be removed. The exposed soil subgrade should be further evaluated by proofrolling with a heavy pneumatic tired roller, loaded dump truck or similar equipment weighing at least 20-tons to ensure that soft or loose material does not exist beneath the exposed soils. Proofrolling procedures should be observed routinely by a qualified representative of TWE. Any undesirable material revealed should be removed and replaced in a controlled manner with soils similar in classification or select fill. Once final subgrade elevation is achieved and prior to placement of RAP, crushed limestone base, or crushed concrete material, the exposed surface of the pavement subgrade soil should be scarified to a depth of 12-in. and compacted in two, 6-in lifts, each to a minimum 95% of the maximum dry density as determined by Standard Proctor (ASTM D 698) at a moisture content within the range of 3% above optimum. RAP, crushed limestone base, or crushed concrete material should be promptly placed on the compacted, tested, and accepted subgrade. 7.4 Pavement Maintenance Periodic maintenance of the roadway should be performed over the life of the pavement structure. Maintaining the roadway to prevent infiltration of water into the crushed limestone base material and subgrade soils is essential. Allowing water to infiltrate these materials will result in high maintenance costs and premature failures. TWE Project No. 19.53.030 7-7 Report No.23139 DocuSign Envelope ID:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 8 LIMITATIONS AND DESIGN REVIEW 8.1 Limitations This report has been prepared for the exclusive use of City of Corpus Christi and the project team for specific application to the design and construction of the proposed Everhart Road Rehabilitation, SPID to McArdle Road project. Our report has been prepared in accordance with the generally accepted geotechnical engineering practice common to the local area. No other warranty, express or implied, is made. The geotechnical information contained in this report is based on the data obtained from the referenced subsurface explorations at the project site. The soil borings indicate subsurface conditions only at the specific locations, time and depth penetrated. The soil borings do not necessarily reflect strata variations that could exist at other locations within the project site. If any changes in the nature, design or location of the project are planned, the geotechnical information contained in this report should not be considered valid unless the changes are reviewed, and the geotechnical information modified or verified in writing by TWE. TWE is not responsible for any claims, damages or liability associated with interpretation or reuse of the subsurface data or geotechnical information without the expressed written authorization of TWE. 8.2 Design Review Review of the design and construction drawings as well as the specifications should be performed by TWE before release. The review is aimed at determining if the geotechnical design and construction recommendations contained in this report have been properly interpreted. Design review is not within the authorized scope of work for this study. 8.3 Construction Monitoring Construction surveillance is recommended and has been assumed in preparing our recommendations. These field services are required to check for changes in conditions that may result in modifications to our recommendations. The quality of the construction practices will affect performance of the project structures and should be monitored. TWE would be pleased to provide construction monitoring, testing and inspection services for the project. 8.4 Closing Remarks We appreciate the opportunity to be of service during this phase of the project and we look forward to continuing our services during the construction phase and on future projects. TWE Project No. 19.53.030 8-1 Report No.23139 DocuSign Envelope ID:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 APPENDIX A SOIL BORING LOCATION PLAN TWE DRAWING NO. 19.53.030-1 TWE Project No. 19.53.030 Report No.23139 q v!djoOpUlc0 a' N .--i O oo r- O O� 01 O� �w LO 0 LO z 01 N N c')i+a i�2 i�2 i�2 p c� 0\2nt c�2 c�2 �2 `� rx, U] w oarnrnrnwrn z � o 0 0 � E- o zzzzzz p, LO w AFLOL0ooLOoZ co 0 'CO'CO'CO H _,. z � � � � �� 0 �� �Z _ 0 �� CN2N A A 2 w 2 4ti 0 A CO 0 00 4 to to to to LO 0 CQ 02 CD CIO ,f aA0 x fi �+ N Y U +' 0 +, ard '� / 0 tm P4 Or cu cc r r W ' U / ll rds��l LL 00 LL Lb LLIN V /, ��/ //G O ,� s, t ✓� x,y LL I y i I LU I DocuSign Envelope ID:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 APPENDIX B LOG OF PROJECT BORING AND A KEY TO TERMS AND SYMBOLS USED ON BORING LOGS TWE Project No. 19.53.030 Report No.23139 DocuSign Envelope ID:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 LOG OF BORING B-1 PROJECT: E15165 Everhart Road - SPID to McArdle CLIENT: City of Corpus Christi Corpus Christi, Texas. Corpus Christi, Texas. COORDINATES: N 27'42' 54.3" N w z o w n W 97° 23' 02.5"W N O-- = w r o CL U Z� �� C7 >N z Q o Cl) } 2) SURFACE ELEVATION: --- w w 3 w u5= z w o w W ? J J DRILLING METHOD: a¢ LU:E z J^ v x w~ ?I o w Of O w> nw a �o ~w LU -- rn w7) z> �O W a m Dry Augered: 0.0-ft. to 10.0-ft. Y Of w F z" <o a z w z 0 cn w w LL UO acn Oz Z O _jz 2Ew cif OIn cn— x� m < Wash Bored: 10.0-ft.to 25.0-ft. a~ o f 0 } J a— o, J U w a o w a Q U Q a a MATERIAL DESCRIPTION w 0 Y 6"Asphalt underlain by 18"flexible base material } • . 3 10 Stiff light gray FAT CLAY with SAND(CH)with iron (P)1.50 31 94 68 45 82 oxide stains -becomes firm with calcareous nodules (P)1.50 32 93 0.96 10.1 (4) 5 -becomes very stiff (P)3.00 Stiff tan and reddish brown SANDY FAT CLAY(CH) (P)1.75 24 99 1.17 14.1 (8) 70 _ ith slickensides 477 10 — Stiff tan and reddish brown FAT CLAY(CH) (P)2.00 25 98 87 15 Medium dense tan and reddish brown POORLY 2/6" 25 5 5/6" 20-20 GRADED SAND with SILT(SP-SM)and clay seams 6/6" . _, aFFJ i _2 Very stiff light gray SANDY LEAN CLAY(CL)with iron 4/6:: oxide stains 8/6 25 10/6" Bottom @ 25' 30 35 COMPLETION DEPTH: 25 ft REMARKS: Free water was encountered at a depth of 10.0-ft. below the existing grade DATE BORING STARTED: 07-11-2019 during dry auger drilling,After a 15 minute waiting period, water was at a DATE BORING COMPLETED: 07-11-2019 depth of 9.4-ft.At completion of drilling and sampling, the open borehole was LOGGER: C. Hughes 1 PROJECT NO.: 19.53.030 back filled with soil cuttings and asphalt patch. Pagel of 1 TOLUNAY-WONG 0 ENGINEERS, INC. DocuSign Envelope ID:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 LOG OF BORING B-2 PROJECT: E15165 Everhart Road - SPID to McArdle CLIENT: City of Corpus Christi Corpus Christi, Texas. Corpus Christi, Texas. COORDINATES: N 27'42' 56.5" N w z o w n W 97° 23' 01.4"W N O-- = w r CL U Z� �� C7 >N z Q o Cl) } 2) SURFACE ELEVATION: --- w w 3 w u5= z w o w W ? J J DRILLING METHOD: a¢ LU:E z J^ v x w~ ?I cD w Of O w> nw a �o ~w LU -- rn w7) z> �O W a m Dry Augered: 0.0-ft. to 6.0-ft. Y Of w F z" <o a-z w z 0 v)w w LL o a Wash Bored: to o� aw �o az o� Z) 0w a� Fw CO CL o� U J UU w a s Oa MATERIAL DESCRIPTION m 0 4"Asphalt underlain by 8"flexible base Stiff dark gray FAT CLAY with SAND(CH) (P)1.75 31 92 80 -color changes to light gray with calcareous nodules (P)1.50 (P)2.00 32 92 66 45 1.21 6.1 (4) 84 5 Bottom @ 6' 10 15 20 25 30 35 COMPLETION DEPTH: 6 ft REMARKS: Ground water was not encountered during dry auger drilling.At completion of DATE BORING STARTED: 07-11-2019 drilling and sampling,the open borehole was back filled with soil cuttings and DATE BORING COMPLETED: 07-11-2019 asphalt patch. LOGGER: C.Hughes PROJECT NO.: 19.53.030 Pagel of 1 TOLUNAY-WONG 0 ENGINEERS, INC. DocuSign Envelope ID:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 LOG OF BORING B-3 PROJECT: E15165 Everhart Road - SPID to McArdle CLIENT: City of Corpus Christi Corpus Christi, Texas. Corpus Christi, Texas. COORDINATES: N 29'42' 58.6" N w z o w n W 97° 23' 00.0"W N O-- = w r CL U Z� �� : 9 >N Z Q o Cl) } 2) SURFACE ELEVATION: w w 3 =- w u5= z w o w W ? J J DRILLING METHOD: a¢ LU:E z E J^ v x w~ ?I cD w Of O w> nw � a Qo ~w LU -- rn w7) z> �O W a m Dry Augered: 0.0-ft. to 6.0-ft. Y Of w F z" <o a-z w z 0 v)w w LL o a Wash Bored: to o� a w �o a. o� Z) 0 w a� F w CO CL o� U J UU w a s Oa MATERIAL DESCRIPTION m 0 6"Asphalt underlain by 6"flexible base Stiff dark gray FAT CLAY with SAND(CH) (P)2.25 30 -with calcareous nodules (P)2.25 27 97 1.92 5.6 (2) 72 -color changes to light gray (P)1.75 5 Bottom @ 6' 10 15 20 25 30 35 COMPLETION DEPTH: 6 ft REMARKS: Ground water was not encountered during dry auger drilling.At completion of DATE BORING STARTED: 07-11-2019 drilling and sampling,the open borehole was back filled with soil cuttings and DATE BORING COMPLETED: 07-11-2019 asphalt patch. LOGGER: C.Hughes PROJECT NO.: 19.53.030 Pagel of 1 TOLUNAY-WONG 0 ENGINEERS, INC. DocuSign Envelope ID:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 LOG OF BORING B-4 PROJECT: E15165 Everhart Road - SPID to McArdle CLIENT: City of Corpus Christi Corpus Christi, Texas. Corpus Christi, Texas. COORDINATES: N 27'42'00.4" N w z o w n W 97° 22' 58.8"W N O-- = w r CL U Z� �� C7 >N z Q o Cl) } 2) SURFACE ELEVATION: --- w w 3 w u5= z w o w W ? J J DRILLING METHOD: a¢ LU:E z J^ v x w~ ?I cD w Of O w> nw a �o ~w LU -- rn w7) z> �O W a m Dry Augered: 0.0-ft. to 6.0-ft. Y Of w F z" <o a-z w z 0 v)w w LL o a Wash Bored: to o� aw �o az o� Z) 0w a� Fw CO CL o� U J UU w a s Oa MATERIAL DESCRIPTION m 0 5"Asphalt underlain by 7"flexible base 15 12 Stiff dark gray FAT CLAY with SAND(CH)with (P)2.25 29 94 63 40 72 calcareous nodules (P)2.25 -color changes to light gray (P)2.00 28 94 78 5 Bottom @ 6' 10 15 20 25 30 35 COMPLETION DEPTH: 6 ft REMARKS: Ground water was not encountered during dry auger drilling.At completion of DATE BORING STARTED: 07-11-2019 drilling and sampling,the open borehole was back filled with soil cuttings and DATE BORING COMPLETED: 07-11-2019 asphalt patch. LOGGER: C.Hughes PROJECT NO.: 19.53.030 Pagel of 1 TOLUNAY-WONG 0 ENGINEERS, INC. DocuSign Envelope ID:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 LOG OF BORING B-5 PROJECT: E15165 Everhart Road - SPID to McArdle CLIENT: City of Corpus Christi Corpus Christi, Texas. Corpus Christi, Texas. COORDINATES: N 27'42'02.3" N w z o w n W 97° 22' 57.5"W N O-- = w r CL U Z� �� C7 >N z Q o Cl) } 2) SURFACE ELEVATION: --- w w 3 w u5= z w o w W ? J J DRILLING METHOD: a¢ LU:E z J^ v x w~ ?I cD w Of O w> nw a �o ~w LU -- rn w7) z> �O W a m Dry Augered: 0.0-ft. to 6.0-ft. Y Of w F z" <o a-z w z 0 v)w w LL o a Wash Bored: to o� aw �o az o, Z) 0w a� Fw CO CL o� U J UU w a s Oa MATERIAL DESCRIPTION m 0 5"Asphalt underlain by 7"flexible base Stiff dark gray FAT CLAY with SAND(CH)with (P)2.25 27 calcareous nodules (P)1.75 28 95 1.64 3.0 (2) 76 -color changes to light gray (P)2.00 5 Bottom @ 6' 10 15 20 25 30 35 COMPLETION DEPTH: 6 ft REMARKS: Ground water was not encountered during dry auger drilling.At completion of DATE BORING STARTED: 07-11-2019 drilling and sampling,the open borehole was back filled with soil cuttings and DATE BORING COMPLETED: 07-11-2019 asphalt patch. LOGGER: C.Hughes PROJECT NO.: 19.53.030 Pagel of 1 TOLUNAY-WONG 0 ENGINEERS, INC. DocuSign Envelope ID:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 LOG OF BORING B-6 PROJECT: E15165 Everhart Road - SPID to McArdle CLIENT: City of Corpus Christi Corpus Christi, Texas. Corpus Christi, Texas. COORDINATES: N 27'43'04.3" N w z o w n W 97° 22' 56.6"W N O-- = w r CL U Z� �� C7 >N z Q o Cl) } 2) SURFACE ELEVATION: --- w w 3 w u5= z w o w W ? J J DRILLING METHOD: a¢ LU:E z J^ v x w~ ?I cD w Of O w> nw a �o ~w LU -- rn w7) z> �O W a m Dry Augered: 0.0-ft. to 6.0-ft. Y Of w F z" <o d z w z 0 v)w w LL o a Wash Bored: to o� aw �o az o� Z) 0w a� Fw CO CL o� U J UU w a s Oa MATERIAL DESCRIPTION m 0 Y 6"Asphalt underlain by 18"flexible base material } • . 17 16 Stiff light gray FAT CLAY with SAND(CH)with iron (P)2.50 26 92 66 47 78 oxide stains -with calcareous nodules (P)2.25 24 98 79 5 (P)2.00 Stiff tan and reddish brown FAT CLAY(CH) (P)2.00 26 98 67 49 1.06 14.6 (8) 86 10 -with slickensides (P)2.50 Medium dense tan and reddish brown SILTY 3/6" 25 zz SAND(SM)with clay pockets 10 s° 15 — Very stiff tan and reddish brown FAT CLAY with 3/6° 20 SAND(CH)with iron oxide stains 7/6„ Stiff tan and reddish brown LEAN CLAY with SAND(CL) 5/6" 23 46 31 84 6/6" 25 6/6" Bottom @ 25' 30 35 COMPLETION DEPTH: 25 ft REMARKS: Free water was encountered at a depth of 15.0-ft. below the existing grade DATE BORING STARTED: 07-11-2019 during dry auger drilling,After a 15 minute waiting period, water was at a DATE BORING COMPLETED: 07-11-2019 depth of 8.9-ft.At completion of drilling and sampling, the open borehole was LOGGER: C.Hughes PROJECT NO.: 19..53.03053.030 back filled with soil cuttings and asphalt patch. Pagel of 1 TOLUNAY-WONG 0 ENGINEERS, INC. DocuSign Envelope ID:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 KEY TO SYMBOLS AND TERMS USED ON BORING LOGS FOR SOIL Most Common Unified Soil Sampler Symbols Meaning Classifications System Symbols Pavement core FALean Clay(CL) Well Graded Sand(SW) El Thin-walled tube sample ElLean Clay w/Sand(CL) E:: Well Graded Sand w/Gravel(SW-GM) Standard Penetration Test(SPT) Auger sample Sandy Lean Clay(CL) F7 Poorly Graded Sand(SP) Sampling attempt with no recovery ® Fat Clay(CH) 7:I:I: Poorly Graded Sand w/Silt(SP-SM) TxDOT Cone Penetrometer Test Fat Clay w/Sand(CH) 11M Silt(ML) Field Test Data 2.50 Pocket penetrometer reading in tons per square foot Sandy Fat Clay(CH) Elastic Silt(MH) (T)1.13 Torvane Measurement in tons per square foot 8/6" Blow count per 6-in.interval of the Standard Silty Clay(CL-ML) Elastic Silt w/Sand(MH-SP) Penetration Test 7 Observed free water during drilling Sandy Silty Clay(CL-ML) .I•I Silty Gravel(GM) Observed static water level Laboratory Test Data :I Silty Clayey Sand(SC-SM) Clayey Gravel(GC) We(%) Moisture content in percent Well Graded Gravel(GW) Clayey Sand(SC) Dens.(pcf) Dry unit weight in pounds per cubic foot � Qu(tsf) Unconfined compressive strength in tons per square foot Sandy Silt(ML) x'"' Well Graded Gravel w/Sand(SP-GM) UU(tsf) Compressive strength under confining pressure in • tons per square foot Silty Sand(SM) ♦ Poorly Graded Gravel(GP) � Sir.(%) Strain at failure in percent Silt w/Sand(ML) ®Peat LL Liquid Limit in percent PI Plasticity Index #200(%) Percent passing the No.200 mesh sieve Miscellaneous Materials O Confining pressure in pounds per square inch Fill . Concrete ■ Asphalt and/or Base * Slickensided failure a ** Did not fail @ 15%strain RELATIVE DENSITY OF CONSISTENCY OF COHESIVE SOILS COHESIONLESS&SEMI-COHESIONLESS SOILS The following descriptive terms for consistency apply to cohesive The following descriptive terms for relative density apply to soils such as clays,sandy clays,and silty clays. cohesionless soils such as gravels,silty sands,and sands as well as semi-cohesive and semi-cohesion less soils such as sandy silts,and clayey sands. Typical Typical Pocket Compressive SPT"N 60" Typical Relative N60 Penetrometer(tsf) Strength(tsf) Consistency Value Range** Density Value Range* pp<0.50 qu<0.25 Very soft —<2 0.50<pp<0.75 0.25<—qu<0.50 Soft 3-4 Very Loose 0-4 Loose 5-10 0.75<pp<1.50 0.50<<qu< 1.00 Firm 5-8 — Medium Dense 11-30 1.50<pp<3.00 1.00<qu<2.00 Stiff 9-15 Dense 31-50 3.00<pp<4.50 2.00—<qu<4.00 Very Stiff 16-30 >4.50 q u>4.00 Hard >31 Very Dense Over 50 pp— *N60 is the number of blows from a 140-1b weight having a free **An"N60"value of 31 or greater corresponds to a hard consistency. fall of 30-in.required to penetrate the final 12-in.of an 18-in. The correlation of consistency with a typical SPT"N60'value range sample interval,corrected for field procedure to an average energy is approximate. ratio of 60%(Terzaghi,Peck,and Mesri, 1996). Tolunay-WongEngineers,Inc. REVISION DATE 1-5-12 GEOSYSTEAI 0 DocuSign Envelope ID:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 APPENDIX C ALLOWABLE UNIT SIDE FRICTION DRILLED STRAIGHT SIDED SHAFTS TWE Project No. 19.53.030 Report No.23139 DocuSign Envelope ID:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 ALLOWABLE UNIT SIDE FRICTION DRILLED STRAIGHT SIDED SHAFTS (NORTH SIDE of the INTERSECTION OF EVERHART RD AND SPID) Allowable Unit Side Resistance(F)per foot of Pile Perimeter(tons/ft) 0.0 1.0 2.0 3.0 4.0 5.0 0 5 "Fr"CURVE (Includes Factor of Safety=2.5) 10 "Fc" CURVE (Includes Factor of Safety=2.0 C7 LU .y W 15 a d A 20 25 DESIGN EQUATIONS: EXAMPLE: Compression: Q, = PF, Drilled Straight Sided Shaft Tension: Q, = PF, (18-in Diameter,25-ft Length) P = 4.71-ft TERMS: A = 1.77-ft2 P = Average Pile Perimeter(ft) F, = 4.43-tons/ft A = Pile Tip Area(ft2) F, = 3.54-tons/ft F,F, = Allowable Unit Friction(Compression/Tension)Factors Qc = (4.71)(4.43) Q�� = Allowable Pile Capacity in Compression and Tension(tons) = 20.9 tons (See Notes 1 thru 4 on Figure 2A of Appendix C) Q, = (4.71)(3.54)=16.7 tons Project: Tolun �- UII E15165 Everahrt Rd-SPID to McArdle Rd g Project No.:19.53.030 Corpus Christi,Texas so Engineers, .Inc. Report No.: Client: Allowable Unit F Curves City of Corpus Christi Drilled Straight Sided Shafts Appendix C Corpus Christi,Texas (North Side of the Intersection of Everhart Rd Figure IA and SPID) DocuSign Envelope ID:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 DRILLED STRAIGHT SIDED SHAFTS(NORTH SIDE OF THE INTERSECTON©F EVERHART RD AND SPO) Allowable Axial Capacity(tons) Pile Diameter Embedment a Design Factors from Curves Compression Tension (in) Depth(ft) Perimeter(ft) Area(ft ) F, Fr (tons) (tons) (See Note 4) 12 10 3.14 0.79 0.69 0.55 2 2 12 15 3.14 0.79 1.66 1.32 5 4 12 20 3.14 0.79 2.99 2.39 9 8 12 25 3.14 0.79 4.43 3.54 14 11 18 10 4.71 1.77 0.69 0.55 3 3 18 15 4.71 1.77 1.66 1.32 16 6 18 20 4.71 1.77 2.99 2.39 14 11 18 25 4.71 1.77 4.43 3.54 21 17 24 10 6.28 3.14 0.69 0.55 4 3 24 15 6.28 3.14 1.66 1.32 10 8 24 20 6.28 3.14 2.99 2.39 19 15 24 25 6.28 3.14 4.43 3.54 28 22 30 10 7.85 4.91 0.69 0.55 5 4 30 15 7.85 4.91 1.66 1.32 27 10 30 20 7.85 4.91 2.99 2.39 24 19 30 25 7.85 4.91 4.43 3.54 35 28 Notes 1)Shaft embedment depth is depth below existing ground surface at the time borings were performed. 2)Allowable axial compression loads in the above table are net loads and should consist of DL+LL. 3)Allowable compression and tension values in the above table may be increased by 33%for transient loads including wind(where allowed by applicable building code). 4)Allowable tension capacity provided in the above table does not include the weight of the shaft. Project: Ad IL o l u n a V-W U C� E15165 Everahrt Rd-SPID to McArdle Rd g Project No.: 19.53.030 Corpus Christi,Texas Engineers, Inc. Report No.: Client: Allowable Axial Capacity Table/ City of Corpus Christi Drilled Straight Sided Shafts Appendix C Corpus Christi,Texas (North Side of the Intersection of Everhart Rd Figure 2A and SPID) DocuSign Envelope ID:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 ALLOWABLE UNIT SIDE FRICTION DRILLED STRAIGHT SIDED SHAFTS (SOUTH SIDE OF THE INTERSECTION OF EVERHART RD AND MCARDLE RD) Allowable Unit Side Resistance(F)per foot of Pile Perimeter(tons/ft) 0.0 1.0 2.0 3.0 4.0 5.0 0 5 "Ft"CURVE (Includes Factor of Safety=2.5) 10 "F." CURVE (Includes Factor of Safety=2.0 C9 o^n .y W 3 15 a d A 20 25 DESIGN EQUATIONS: EXAMPLE: Compression: Q, = PF, Drilled Straight Sided Shaft Tension: Q, = PF, (18-in Diameter,25-ft Length) P = 4.71-ft TERMS: A = 1.77-ft2 P = Average Pile Perimeter(ft) F, = 3.71-tons/ft A = Pile Tip Area(ft2) F, = 2.97-tons/ft F,F, = Allowable Unit Friction(Compression/Tension)Factors Qc = (4.71)(3.71) Q�� = Allowable Pile Capacity in Compression and Tension(tons) = 17.5 tons (See Notes 1 thru 4 on Figure 2A of Appendix C) Q, = (4.71)(2.97)=14.0 tons Project: Tolun �- v� UIl E15165 Everahrt Rd-SPID to McArdle Rd g Project No.:19.53.030 Corpus Christi,Texas so Engineers, .Inc. Report No.: Client: Allowable Unit F Curves City of Corpus Christi Drilled Straight Sided Shafts Appendix C Corpus Christi,Texas (South Side of the Intersection of Everhart Rd and Figure 113 McArdle Rd) DocuSign Envelope ID:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 DRILLED STRAIGHT SIDED SHAFTS(SOUTH SIDE OF THE INTER ECTI(JN OF EVERHART RD and MAkDLE RD) Allowable,Axial Ca aci ..tons Pile Diameter Embedment Design Factors from Curves Tension a (in) Depth(ft) Perimeter(ft) Area(ft ) Compression F, Fr (tons) (tons) (See Note 4) 12 10 3.14 0.79 0.69 0.55 2 2 12 15 3.14 0.79 1.46 1.17 5 4 12 20 3.14 0.79 2.68 2.14 8 7 12 25 3.14 0.79 3.71 2.97 12 9 18 10 4.71 1.77 0.69 0.55 3 3 18 15 4.71 1.77 1.46 1.17 16 6 18 20 4.71 1.77 2.68 2.14 13 10 18 25 4.71 1.77 3.71 2.97 17 14 24 10 6.28 3.14 0.69 0.55 4 3 24 15 6.28 3.14 1.46 1.17 9 7 24 20 6.28 3.14 2.68 2.14 17 13 24 25 6.28 3.14 3.71 2.97 23 19 30 10 7.85 4.91 0.69 0.55 5 4 30 15 7.85 4.91 1.46 1.17 27 9 30 20 7.85 4.91 2.68 2.14 21 17 30 25 7.85 4.91 3.71 2.97 29 23 Notes 1)Shaft embedment depth is depth below existing ground surface at the time borings were performed. 2)Allowable axial compression loads in the above table are net loads and should consist of DL+LL. 3)Allowable compression and tension values in the above table may be increased by 33%for transient loads including wind(where allowed by applicable building code). 4)Allowable tension capacity provided in the above table does not include the weight of the shaft. Project: As IL o l u n a V-W U C� E15165 Everahrt Rd-SPID to McArdle Rd g Project No.: 19.53.030 Corpus Christi,Texas Engineers, Inc. Report No.: Client: Allowable Axial Capacity Table/ City of Corpus Christi Drilled Straight Sided Shafts Appendix C Corpus Christi,Texas (South Side of the Intersection of Everhart Rd Figure 2B and McArdle Rd DocuSign Envelope ID:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 APPENDIX D GRAIN SIZE DISTRIBUTION REPORTS TWE Project No. 19.53.030 Report No.23139 CD a 0 o N O � N H � f6 � U � o 0 U N K W C ❑ O 2 L O CL O c ❑ O -o p� = a p E N N � O M I I 0 0 u o 1 N �j r (/) C "- r- C ++ LL N \ .VI N 5 cn L .i W U) , L 02 Q cmV m > U)W '� N M m) o o CL E W O Q z u °° Z a � � a ~ V � C m ❑ O U o - Y u � V s mo U U N Q N LU N = 1 O IL U E N G n Q Z W O M O z MLLLUL Lo zQ U a �_ o � N 00 LLw o U L L U) ,� U m \ N o Li aki o (n U cc) U w O O �+ 00 w UL4 U Z m o o O O O O O o O O O o N M 7 LO c0 h of O O (h N U U O + O OLO LO N � 2i3S2i'd0�1N3�2i3d � U a U � � sad wes leoijuapi lluaae e;o aniIioipui jou aae pue palsal sad uses age o� duo e LL Aaul -pauie}go aaam Aaqj wounn aol juailo au}jo asn anisnloxa aqj ao;a.ae slInsw asegi N Ll m Li N 0- 0 N C W _2) U) U O 0 CD O 0 o N O � N H � f6 � U � o 0 U N K W C ❑ p 2 i N CL O c ❑ O -o p� = a p E N N � O M M O o � N " r o � V a C LL N �U) N W L .� L D 2 M m V m > U)W cM '� N M � a o E W In F— O Q ❑ ) In � N Mz � C W O � � Y � � V N o s m � U U 'o Q N w o x iv LL � E ory v, z � o LU Z _ LnZ Q 0 U a E c o Lu N 00 w o U 'tL LLL U3 ,L U 0? W > k C6 CU 000 <-- (n U w a 00 w U U Z m o o O O O O O o O O O o N M 7 LO c0 h of O O (h N U U O co o o .BLO O O N 2i3S2id0�1N3�2i3d U a U N sad wes leoijuapi lluaae e;o aniIioipui jou aae pue palsal sad uaes age o� duo e LL Aaul -pauie}go aaam Aaqj wogm aol juailo au}jo asn anisnloxa aqj ao;a.ae slInsw asegi N Ll m Li N 0- 0 N C W _2) U) U O 0 CD O 0 o N O � N H � f6 � U � o 0 U N K LU c N O O Of o 0 ❑ o -o p� = a p E N N � O a, N I I O 0 o C N �j r (/) C C ++ _ L N N N 'L .� W U) L 0 � Q M m V m > U) NCL M � a o E F- W O Q ❑ 3 00 � N z � C m O � � Y � � V N o s m � U U Q N w N = O U E N v QLL Z M o � d O Z m p, Z > Q U LU a �_ o � N 00 w o U L LLL U) U 0? W > k m CU 00 pari o v� (n � U w a N cn 00 w UL4 U Z m o o O O O O O o O O O o N M 7 LO c0 h of O O (h N U U O + O yv., C N N Y co o N ra1 ]SHVOO lN302i3d U a U N 'sad wes leoiluepi lluaae e;o aniIioipui jou aae pue pals@: sad uses age oI luo e LL Aaul -pauie}go aaam Aaql wounn aol juailo au}jo asn anisnIoxa aqj ao;aie slInsai asegi N Ll m Li N 0- 0 N C W _2) U) U O 0 DocuSign Envelope ID:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 APPENDIX E APPARENT EARTH PRESSURE DIAGRAM- BRACED TRENCH ANALYSIS TWE Project No. 19.53.030 Report No.23139 rn rn c1J ti � ti --,)o O � U Co LO O O o cc M am t o d N M eau? x a� = asoQDE CL o W o cC +� d i V Cl) V a w aL > w w 00 U LL Q OP m Q ca m Cl) N W m V co co F— LO LO Z 2 InN O LL LLL m N Q O O N C W _M U) U O DocuSign Envelope ID:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 APPENDIX F TRAFFIC INFORMATION FROM CITY OF CORPUS CHRISTI TWE Project No. 19.53.030 Report No.23139 a O of O N . r N N V tD O W N N I� 6J "o N W M r N N N M M O O M M � O L N_ W N N NO co z ODZ U N oo.a)co Ucnc4d g � O Q 2N N � O N a.Z ���NI01011 III ��,`c co O U M m 0 a ��o a. cco 2E U J N W U LL LL LL Q 00 co 2E 00 Q 0 v a a a a a a a a a a a C- . Q Q Q a Q a Q Q Q ¢ ¢ o 0 0 0 0 0 0 0 0 rn 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 CY) 6 F o W m N N M V (O I� W 07F Q Q d d LOLO O M N O CY) C LL N LL d) y Q Q N � Q cm U L_ U 7 U O M a M � O L N_ W N N NO N co w zomz U N oo.a)co Ucnc4d g M V N O O 0 0 0 0 0 0 N N N N V N N p of M � O Q 2N N � O N a.Z ���NI01011 III ��,`c co o U M m 0 a ��o a. cco 2E U D7 p O m 0 0 p� c0 (D � M N N O V In M N oD 07 W N O d' 0�1 D O D O J N W U r LL LL Q 00 co 2E 00 Q CN 0 v a a a a a a a a a a a a a Q Q Q Q a Q Q Q ¢ ¢ p o 0 0 0 0 0 0 0 o p p rn 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 CY) 6 F o W M N N M V (O I� W 07F Q Q d d LLO O M N O LL LL rn s o 0 0 a z o O cm C •L_ U 7 U O 0 a U O a fo 0 -E N_ W N N N O co MNw Z O�Z U N 00Q) co CU(nCnd to a E m co o) > > y u ao a) J � a a a a a a a a a 0 0 0 0 0 0 0 0 0 o a o 0 CID �r N a as n N a a a a a N N N N 06 CO � N a IIIIIIIIIIIIIIIIIIII �IIIIIIIIIIIIIIIIIIII �IIIIIIIIIIIIIIIIIIII �IIIIIIIIIIIIIIIIIIII Wd 00:4 G 6 WO 7J Gav£0 IIIIIIIIIIIIIIIIIIII �IIIIIIIIIIIIIIIIIIII �IIIIIIIIIIIIIIIIIIII �IIIIIIIIIIIIIIIIIIII Wd 00:0 G 6 WO 7J Gav£0 . IIIIIIIIIIIIIIIIIIII �IIIIIIIIIIIIIIIIIIII �IIIIIIIIIIIIIIIIIIII �IIIIIIIIIIIIIIIIIIII WV 00:6 6 GM 4av£0 + W00:8 6 4M 6Q+£0 �IIIIIIIIIIIIIIIIIIII W 00:� 6 GM 4av£0 IIIIIIIIIIIIIIIIIIII M 00:9 6 Wc'J 4Q+£0 . �n�. IIIIIIIIIIIIIIIIIIII Wd 00:9 6 GOA VYCO M IIIIIIIIIIIIIIIIIIIII Wd 00:t 6 4M VYCO ° �iuiuu IIIIIIIIIIIIIIIIIIIII M 00:£ 6 4M 4a+£o �� �, IIIIIIIIIIIIII WV oo Z 6 GOzI 40v£0 WV 00:4 6 4M 60+£0 w 00:z 6 6 6M 6Q+£0 � Wd 00:66 66M9ZJM w d 00:0 6 6 60ZI9ZIZ0 Wd 00:6 6Wc'JKIZ0 IIIIIIIIIIIIIIIIIIII �IIIIIIIIIIIIIIIIIIII M 00:9 6W07&'I 0 IIIIIIIIIIIIIIIIIIII �IIIIIIIIIIIIIIIIIIII M 00:� 660ZMWZ O wd 00:9 660ZI8ZIZ0 IIIIIIIIIIIIIIIIIIII IIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIII �IIIIIIIIIIIIIIIIIIII �IIIIIIIIIIIIIIIIIIII Wd 00:9 6W9= �IIIIIIIIIIIIIIIIIIII �IIIIIIIIIIIIIIIIIIII IIIIIIIIIIIIIIIIIIII Ell , IIIII Wd 00:t 6 W0 MIZ0 IIII Wd 00:£ 660ZI8ZIZ0 IIII Wd 00:z 660ZI8ZIZ0 LU allllllllllllllllllll llllllllllllllllllll Wd 00:4 660ZI8ZIZ0 Q IIIIII W d 00:�6 6 GO�a�zO LL a a a a a a aa a a o a a a m a a a a a a a a a a a a a LL ca �r N a as cn N a as co �r N Q N N N N r r r r r 19 m N m 7 C, 01 Cl) LO N 0) n LL N LL C3) N CL O N C W C _2 U) 7 U O 0 DocuSign Envelope ID:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 Geotechnical Engineering Report Proposed Everhart Road Rehabilitation (Staples to McArdle) Corpus Christi, Texas August 5, 2021 CoCC # 21052 Terracon Project No. CD215027 Prepared for: City of Corpus Christi Corpus Christi, Texas Prepared by: Terracon Consultants, Inc. Corpus Christi, Texas 1111 M!1711�11M DocuSign Envelope ID:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 August 5, 2021 Irerracon City of Corpus Christi 1201 Leopard Street Corpus Christi, Texas 78401 Attn: Ms. Mai-Theresa Bernal, P.E. P: (361) 826-3676 F: (361) 826-3501 E: MaiB@cctexas.com Re: Geotechnical Engineering Report Proposed Everhart Road Rehabilitation (Staples to McArdle) (CoCC #21052) Corpus Christi, Texas Terracon Project Number: CD215027 Dear Ms. Bernal: Terracon Consultants, Inc. (Terracon) is pleased to submit this Geotechnical Engineering Report for the Proposed Everhart Road Rehabilitation (Staples to McArdle) in Corpus Christi, Texas. Please contact us if you have any questions or if we can be of further assistance. We appreciate the opportunity to work with you on this project and look forward to contributing to the ongoing success of this project by providing Materials Testing and Special Inspection services during construction. If you have any questions concerning this report, or if we may be of further service, please contact us. Sincerely, Terracon Consultants, Inc. (Firm Registration: TX F3272) Md Zahidul Karim, Ph.D., E.I.T. Gregory P. Stieben, P.E., D.GE Senior Staff Engineer Senior Consultant ZK/GPS/mhb—CD215027 Terracon Consultants,Inc. 6911 Blanco Road,San Antonio,Texas 78216 P [210] 641-2112 F [210]641-2124 Texas Professional Engineers No. F-3272 terracon.com Environmental IN Facilities IS Geotechnical /! Materials DocuSign Envelope ID:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 Irerracon TABLE OF CONTENTS Page 1.0 INTRODUCTION.............................................................................................................1 2.0 PROJECT INFORMATION .............................................................................................1 2.1 Project Description............................................................................................1 2.2 Site Location and Description...........................................................................2 3.0 SUBSURFACE CONDITIONS ........................................................................................2 3.1 Typical Profile....................................................................................................2 3.2 Groundwater......................................................................................................3 3.3 Unknown Underground Utility..........................................................................3 4.0 RECOMMENDATIONS FOR DESIGN AND CONSTRUCTION......................................4 4.1 Geotechnical Considerations............................................................................4 4.1.1 Potential Vertical Rise (PVR) Consideration.............................................4 4.1.2 Sulfate Considerations .............................................................................4 4.1.3 California Bearing Ratio (CBR) Test Results............................................5 4.1.4 Lime Series Tests Results........................................................................5 4.2 Earthwork...........................................................................................................5 4.2.1 Swell ........................................................................................................5 4.2.2 Site Preparation........................................................................................5 4.2.3 Grading and Drainage..............................................................................6 4.2.4 Material Requirements .............................................................................6 4.2.5 Compaction Requirements.......................................................................6 4.2.6 Earthwork Construction Considerations....................................................7 4.3 Deep Foundations..............................................................................................7 4.3.1 Drilled Pier Foundation..........................................................................7 4.3.2 Drilled Pier Construction Considerations...........................................11 4.3.3 Foundation Construction Monitoring.......................................................12 4.4 Seismic Considerations ..................................................................................13 4.5 Pavements........................................................................................................13 4.5.1 Subgrade Preparation ............................................................................13 4.5.2 Design Considerations ...........................................................................14 4.5.3 Design Parameters.................................................................................15 4.5.4 Flexible Pavement Thickness Design Recommendations.......................17 4.5.5 Pavement Section Materials...................................................................18 4.5.6 Pavement Joints and Reinforcement......................................................20 4.5.7 Pavement Maintenance..........................................................................21 4.5.9 Pavement Reuse....................................................................................22 5.0 GENERAL COMMENTS...............................................................................................22 DocuSign Envelope ID:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 Irerracon TABLE OF CONTENTS (Continued) APPENDIX A— FIELD EXPLORATION Exhibit A-1 Site Location Plan Exhibit A-2 Boring Location Plan Exhibit A-3 Field Exploration Description Exhibits A-4 thru A-10 Boring Logs APPENDIX B — LABORATORY TESTING Exhibit B-1 Laboratory Testing Exhibit B-2 Moisture Density Relationship Exhibit B-3 California Bearing Ratio Exhibit B-4 Soil-Lime Mixture Design Using Plasticity Index Exhibit B-5 Hydrated Lime for Soil Stabilization Using pH APPENDIX C — SUPPORTING DOCUMENTS Exhibit C-1 General Notes Exhibit C-2 Unified Soil Classification System DocuSign Envelope ID:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 GEOTECHNICAL ENGINEERING REPORT PROPOSED EVERHART ROAD REHABILITATION (STAPLES TO MCARDLE) EVERHART ROAD CORPUS CHRISTI, TEXAS Terracon Project No. CD215027 August 5, 2021 1.0 INTRODUCTION Terracon Consultants, Inc. (Terracon) is pleased to submit our Geotechnical Engineering Report for the Proposed Everhart Road Rehabilitation (Staples to McArdle) in Corpus Christi, Texas. Mr. Jeff H. Edmonds, of City of Corpus Christi, authorized this geotechnical engineering study on April 21, 2021, through signature of the executed Task Order No. 3 and Terracon Proposal No. PCD215027R dated April 14, 2021. The scope of services for this project was outlined in the referenced proposal. The purposes of this report are to describe the subsurface conditions observed at the borings drilled for this study, analyze and evaluate the test data, and provide recommendations with respect to: 11111111111 Subsurface soil conditions 11111111111 Groundwater conditions 11111111111 Earthwork 11111111111 Pavement design and construction 11111111111 Deep foundation recommendation (for light poles) 2.0 PROJECT INFORMATION 2.1 Project Description Item Description Site layout See Appendix A, Exhibit A-1 and A-2: Site Location Plan and Boring Location Plan, respectively. The project will include construction of approximately 2,800 linear feet of primary arterial roadways. The roadways will be constructed per the City of Corpus Christi (COCC) Infrastructure Design Manual (IDM), published in March 2013. A 24-hr Roadways traffic count data (conducted on May 11, 2021) was supplied by the COCC. The average daily traffic (ADT) 20,305 for this 4-lane, 2-way roadway was converted to an equivalent single axel loads (ESAL) of about 6,000,000 for the design lane and design period of 30 years. This ESAL count closely matches the "Primary and Secondary Arterials" street classification per CoCC IDM. Light Poles Light poles may be supported by drilled piers. Iel'l b1e uuuu III'�.esom.irira vfi.fl 111111111 1 DocuSign Envelope ID:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 Geotechnical Engineering Report Proposed Everhart(Staples to McArdle) iiiiiiiii Corpus Christi, Texas Irerracon August 5, 2021 111111111 Terracon Project No. CD215027 Item Description Grading Site grading was not available at the time of this report. 2.2 Site Location and Description Item Description Location This project will consist of rehabilitation of Everhart Road between Staples Street and McArdle Road. Existing improvements Based on site observations and the provided traffic count, the site appears to be a primary arterial road with flexible pavement. Current ground cover Asphalt (flexible) pavement. Existing topography Relatively level. 3.0 SUBSURFACE CONDITIONS 3.1 Typical Profile Based on the results of the borings, subsurface conditions on the project site can be generalized as follows: Approximate Depth (feet) Material Encountered Consistency/Density PAVEMENT SECTION: 6"to 9'/2"Asphalt over 4'/2"to 15'/2" Caliche Base Materials 0.9 to 25.0 FAT CLAY(CH) '; dark gray, grayish brown and tan. Medium Stiff to Very Stiff LEAN CLAY(CL)2; dark gray. 0.9 to 3.0 Stiff (observed in boring B-7 only) CLAYEY SAND (SC)3; tan. 12.0 to 22.0 Dense (observed in boring B-7 only) SANDY LEAN CLAY(CL)2; tan. 22.0 to 25.0 Hard (observed in boring B-7 only) The FAT CLAY (CH) soil could undergo high to very high volumetric changes (shrink/swell) should it experience changes in its in-place moisture content. 2 The LEAN CLAY (CL) & SANDY LEAN CLAY (CL) soil could undergo low to moderate volumetric changes (shrink/swell) should it experience changes in its in-place moisture content. 3 The CLAYEY SAND (SC) materials could undergo low volumetric changes (shrink/swell) should they experience changes in their in-place moisture content. These materials are considered volumetrically stable with regards to change in moisture content due to their granular nature. Conditions encountered at each boring location are indicated on the individual boring logs. Stratification boundaries on the boring logs represent the approximate location of changes in Iel'1abie uuuu III'°�esom.irira vfi.fl 111111111 2 DocuSign Envelope ID:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 Geotechnical Engineering Report Proposed Everhart(Staples to McArdle) iiiiiiiii Corpus Christi, Texas Irerracon August 5, 2021 111111111 Terracon Project No. CD215027 soil types; in situ, the transition between materials may be gradual. Details for each of the borings can be found on the boring logs in Appendix A of this report. 3.2 Groundwater The boreholes were observed while drilling and after completion for the presence and level of groundwater. Groundwater was observed in boring B-7 and B-12R, and are tabulated below. No free water was observed in the other boreholes during the limited time they were open; however, this does not mean there is no groundwater present. The short-term field observations simply do not permit an accurate evaluation of the subsurface water levels at this location. Often in clayey soils, there is either no free water observed or a minor amount in the boring at completion of drilling even though the boring may extend below the groundwater level. This is due to the low permeability of the soil. If an accurate determination of the groundwater table is necessary, long term observations in piezometers or observation wells sealed from the influence of surface water are often required to define groundwater levels in materials of this type. The borings were backfilled with soil cuttings and the surface was capped with cold asphalt patch after the drilling operations and groundwater observations were completed. Boring No. During Drilling (feet) At Completion of Drilling (feet) ' B-7 13.0 10.5 B-8 -- -- B-9 -- -- B-10 -- -- B-11 -- -- B-12 -- -- B-12R 18.0 21.5 Groundwater depths are below existing grade at the time our field activities and depths are rounded to nearest '/2 feet. Groundwater level fluctuations occur due to seasonal variations in the amount of rainfall, runoff and other factors not evident at the time the borings were performed. Therefore, groundwater levels during construction or at other times in the life of the structure may be higher or lower than the levels indicated on the boring logs. The possibility of groundwater level fluctuations should be considered when developing the design and construction plans for the project. 3.3 Unknown Underground Utility Terracon drilling crew encountered possible underground utility at 8 feet below the ground level at boring B-12. It is to be noted that we did Texas 811 call locate prior to mobilization; however, this possible underground utility was not marked. We terminated the drilling at 8.0 feet below the ground level at B-12 and performed an offset boring, B-12R (approximately 30 feet northeast) to Iel'l ble uuuu III':.esom.irir :*ful 111111111 3 DocuSign Envelope ID:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 Geotechnical Engineering Report Proposed Everhart(Staples to McArdle) iiiiiiiii Corpus Christi, Texas Irerracon August 5, 2021 111111111 Terracon Project No. CD215027 the desired depth of 25.0 feet below ground level. The location of B-12R was provided to us by the CoCC. 4.0 RECOMMENDATIONS FOR DESIGN AND CONSTRUCTION 4.1 Geotechnical Considerations The recommendations, comments, and suggestions in this section are provided so project drawings, documents, and specifications can be prepared and to make certain the intent of our design recommendations are achieved. Details regarding excavation, dewatering, selection of equipment/machinery, trafficability, project site safety, shoring, and other similar construction techniques requiring "means and methods" to accomplish the work is the sole responsibility of the project contractor. Our comments and opinions do not relieve the contractor's responsibility to establish and maintain all aspects of site safety. 4.1.1 Potential Vertical Rise (PVR) Consideration Based on the field exploration results and the laboratory test results, the subsurface soils at this site generally exhibit a high expansion potential. Based on the information developed from our field and laboratory programs and on method TEX-124-E in the Texas Department of Transportation (TxDOT) Manual of Testing Procedures, we estimate that the subgrade soils at the site exhibit a Potential Vertical Rise (PVR) of about 2 to 2'/2 inches in its present condition. The actual movements could be greater than the values presented in this report if inadequate drainage, ponded water, and/or other sources of moisture are allowed to infiltrate beneath the structure after construction. 4.1.2 Sulfate Considerations Sulfate tests were performed on selected samples collected from the borings to check for possible adverse reactions with lime or cement treatment. Testing was not performed on all borings nor at all depths. Sulfate content concentrations test results are as follows: Boring No. Approximate Depth,feet Sulfate Content, ppm B-7 3.0-5.0 960 B-8 1.0-2.5 1..15 B-10 2.5-4.0 306 B-12 2.0-4.0 234 The test results indicate sulfate values are less than 1,000 ppm. The soluble sulfate test results do not indicate a concern related to the use of calcium-based soil modifier such as hydrated lime in the upper clay soil. Iel'l ble uuuu III'°�esom.irir :*fifl 111111111 4 DocuSign Envelope ID:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 Geotechnical Engineering Report Proposed Everhart(Staples to McArdle) iiiiiiiii Corpus Christi, Texas Irerracon August 5, 2021 111111111 Terracon Project No. CD215027 4.1.3 California Bearing Ratio (CBR) Test Results To evaluate the subgrade CBR value at this site, we laboratory tested a bulk sample of the anticipated predominate subgrade soil type encountered in our borings. Based on the CBR test results, a CBR value of about 3 percent is estimated for the untreated soil subgrade. The results of the CBR test and the moisture-density relationships are presented on Exhibits B-2 and B-3. 4.1.4 Lime Series Tests Results Lime series tests were performed on the subgrade soils. Based on the lime series testing results, about 4 percent lime is necessary to reduce the PI value to less than 20 and pH value of about 12.4. The results are presented in Exhibit B in this report. 4.2 Earthwork The following presents recommendations for general site preparation and placement of engineered fills on the project. The recommendations presented for design and construction of pavements are contingent upon following the recommendations outlined in this section. Earthwork on the project should be observed and evaluated by Terracon. The evaluation of earthwork should include observation and testing of engineered fill, subgrade preparation, and other geotechnical conditions exposed during the construction of the project. 4.2.1 Swell Expansive soils are present on this site. Flatwork and pavements will be subject to post construction movement. Maximum grades practical should be used for paving and flatwork to prevent water from ponding. 4.2.2 Site Preparation Construction operations may encounter difficulties due to the wet or soft surface soils becoming a general hindrance to equipment due to rutting and pumping of the soil surface, especially during and soon after periods of wet weather. If the subgrade cannot be adequately compacted to minimum densities as described in the Compaction Requirements section of this report, one of the following measures may be required: 1) removal and replacement with select fill, or 2) drying by natural means if the schedule allows. Prior to placing any fill, all vegetation, loose topsoil, and any otherwise unsuitable materials should be removed from the pavement areas. Wet or dry material should either be removed or moisture conditioned and recompacted. After stripping and grubbing, the subgrade should be proof-rolled where possible to aid in locating loose or soft areas. Proof-rolling can be performed with a 15-ton roller or fully loaded dump truck. Soft, dry and low-density soil should be removed or compacted in place prior to placing fill. Iel'l ble uuuu III'�.esouuira'vfifl 111111111 5 DocuSign Envelope ID:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 Geotechnical Engineering Report Proposed Everhart(Staples to McArdle) iiiiiiiii Corpus Christi, Texas Irerracon August 5, 2021 111111111 Terracon Project No. CD215027 4.2.3 Grading and Drainage Flatwork and pavements will be subject to post-construction movement. Maximum grades practical should be used for paving and flatwork to prevent water from ponding. Allowances in final grades should also consider post-construction movement of flatwork, particularly if such movement would be critical. Positive drainage should be provided during construction and maintained throughout the life of the development. Utility trenches are a common source of water infiltration and migration. Infiltration of water into utility trenches should be prevented during construction. 4.2.4 Material Requirements Subsequent to proofrolling, and just prior to placement of all structural fill, the exposed subgrade within the construction area should be evaluated for moisture and density. If the moisture, density, and/or the requirements do not meet the criteria described in the table below, the subgrade should be scarified to a depth of 8 inches; moisture adjusted and compacted to at least 95 percent of the Standard Effort (ASTM D 698) maximum dry density. Select fill and on-site soils should meet the following criteria. Fill TypeUSCS Classification Acceptable Location for Placement Granular!!: fill z varies Pavement areas. Imported Select fill CL, SC Can be used for site grading if grades are to be raised. (7:5PI<_20) The on-site soils appear suitable for use within the On-site soils CH, CL landscape and pavement areas, provided they are free of organics and debris. Flowable Fi1I 3 --- Can be used for trench backfill. 1 Prior to any filling operations, samples of the proposed borrow and on-site materials should be obtained for laboratory moisture-density testing. The tests will provide a basis for evaluation of fill compaction by in-place density testing. A qualified soil technician should perform sufficient in-place density tests during the filling operations to evaluate that proper levels of compaction, including dry unit weight and moisture content, are being attained. ....................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................... 2 Granular select fill should consist of 2014 TxDOT Item 247, Type A, Grade 1-2 crushed limestone/concrete material. 3 Flowable fill should have a 28-day strength between 80 and 150 psi and meet the requirements for 2014 TXDOT Item 401. Although usually more costly, flowable fill does not require placement in lifts or mechanical compaction. 4.2.5 Compaction Requirements Item Description Fill Lift Thickness All fill should be placed in thin, loose lifts not to exceed 8 inches, with compacted thickness of about exceed 6 inches. Compaction of On-Site At least 95 percent of the material's standard Proctor maximum dry Soil; (CH, CL) density (ASTM D 698). Iel'l b1e uuuu III'°�esom.irira vfi.fl 111111111 6 DocuSign Envelope ID:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 Geotechnical Engineering Report Proposed Everhart(Staples to McArdle) iiiiiiiii Corpus Christi, Texas Irerracon August 5, 2021 111111111 Terracon Project No. CD215027 Item Description For general grade changes - At least 95 percent of materials standard Compaction of Select Fill; Proctor maximum dry density(ASTM D 698). (CL, SC, granular base For pavement granular base course -At least 95 percent of the maximum course) dry density as determined by the modified moisture-density relation (ASTM D 1557). Moisture Content of On- The materials should be moisture conditioned between 0 and +4 Site Soil; (CH, CL) percentage points of the optimum moisture content. Moisture Content of Select Fill; (CL, SC, granular The materials should be moisture conditioned between -2 and +3 percentage points of the optimum moisture content. base course) 4.2.6 Earthwork Construction Considerations The individual contractor(s) is responsible for designing and constructing stable, temporary excavations as required to maintain stability of both the excavation sides and bottom. Excavations should be sloped or shored in the interest of safety following local and federal regulations, including current OSHA excavation and trench safety standards. OSHA Safety and Health Standards (29 CFR Part 1926 Revised, 1989) require that all trenches in excess of 5 feet deep be shored or appropriately sloped unless the trench sidewalls are comprised of "solid" rock. "Solid" rock was not encountered in the soil borings drilled at this site. State of Texas legislation requires that detailed plans and specifications for trench retention systems meet OSHA standards for a safe construction environment during utilities installation. 4.3 Deep Foundations 4.3.1 Drilled Pier Foundation Light poles may be supported on straight sided piers to a minimum depth of 15 feet below existing grade. Due to the presence of sand, underreaming of piers may be difficult. Therefore, this report only provides straight sided pier recommendations. Soil design parameters are provided below in the Drilled Shaft Design Summary table for the design of drilled shaft foundations. The values presented for allowable side friction and end bearing include a factor of safety. Drilled Shaft Design Summary(Boring B-7) Approximate Depth Allowable Skin Friction Allowable End Bearing Pressure (feet) (psf) (psf) 2 0-3 --- --- 3- 10 -- 3- 10 400 --- 10- 12 -- 10- 12 400 3,000 12-20 400 13,000 Iel'l b1e uuuu III':.esom.irir :*fi.fl 111111111 7 DocuSign Envelope ID:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 Geotechnical Engineering Report Proposed Everhart(Staples to McArdle) iiiiiiiii Corpus Christi, Texas Irerracon August 5, 2021 111111111 Terracon Project No. CD215027 Drilled Shaft Design Summary(Boring B-7) e Approximate Depth Allowable Skin Friction Allowable End Bearing Pressure (feet) (psf) , (psf) e 1. The allowable skin friction values include a factor of safety of 2. 2 The bearing pressure includes a factor of safety of 3. 3 Minimum center to center pier spacing should be at least three shaft diameters. If design or construction considerations require that the center to center pier spacing is less than three shaft diameters, pier capacity should be decreased by 25 percent. However, no piers should be less than 2 shaft diameter center to center. Drilled Shaft Design Summary(Boring B-12R) Approximate Depth Allowable Skin Friction Allowable End Bearing Pressure (feet) (psf) (psf) e 0-3 --- --- 3- 18 500 7,500 18-25 400 4,500 4 The allowable skin friction values include a factor of safety of 2. 5 The bearing pressure includes a factor of safety of 3. Via. Minimum center to center pier spacing should be at least three shaft diameters. If design or construction considerations require that the center to center pier spacing is less than three shaft diameters, pier capacity should be decreased by 25 percent. However, no piers should be less than 2 shaft diameter center to center. The side shear should be neglected for the upper 3 feet of soil in contact with the pier shaft. Piers should be designed with a shaft diameter at least 18 inches to facilitate inspection. In addition to the axial compressive loads on the piers, these piers will also be subjected to axial tension loads due to the expansive soil conditions and possibly due to other induced structural loading conditions. To compute the axial tension force due to the swelling soils along the pier shaft, the following equation may be used. Qu = 30 d Where: Qu = Uplift force due to expansive soil conditions in kips (k) d = Diameter of pier shaft in feet (ft) This calculated force may be used to compute the longitudinal reinforcing steel required in the pier to resist the uplift force induced by the swelling clays. However, the cross-sectional area of the reinforcing steel should not be less than 1 percent of the gross cross-sectional area of the drilled pier shaft. The reinforcing steel should extend from the top to the bottom of the shaft to resist this potential uplift force. Iel'l ble uuuu III'�.esom.irira vf fl 111111111 8 DocuSign Envelope ID:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 Geotechnical Engineering Report Proposed Everhart(Staples to McArdle) iiiiiiiii Corpus Christi, Texas Irerracon August 5, 2021 111111111 Terracon Project No. CD215027 For the straight-sided drilled piers, the uplift force due to swelling soils and any other axial tension forces due to structural loading conditions can be resisted by the allowable side-shear of the drilled pier. The allowable uplift resistance of the straight sided drilled piers can be evaluated using the following equation: Qar = 2.5• d • Dp + 0.9Wp + PDL Where: Qar = Allowable uplift resistance of pier in kips (k) d = Diameter of pier shaft in feet (ft) Dp = Founding depth of pier in natural soils minus the upper 3 feet of shaft in contact with the soil in feet (ft) Wp = Weight of the drilled pier in kips (k) PDL = Permanent sustained dead Load acting on the drilled pier in kips (k) The structural engineer may want to factor the dead load value based on their degree of certainty. For adjacent piers, we recommend a minimum center-to-center spacing of at least 3 pier diameter as the case may be based on the larger diameter of the two adjacent piers. In locations where this minimum spacing criterion cannot be accomplished, Terracon should be contacted to evaluate the locations on a case-by-case basis. Settlement — For piers, total settlements, based on the indicated bearing pressures, should be about 3/4 inch or less for properly designed and constructed drilled piers. Settlement beneath individual piers will be primarily elastic with most of the settlement occurring during construction. Differential settlement may also occur between adjacent piers. The amount of differential settlement could approach 50 to 75 percent of the total pier settlement. For properly designed and constructed piers, differential settlement between adjacent piers is estimated to be less than '/2 of an inch. Settlement response of drilled piers is impacted more by the quality of construction than by soil-structure interaction. Lateral Loading - The piers supporting the light poles may be subjected to lateral loading. The criteria for lateral load analysis is presented in the following Table are for use with the computer program LPILE. A number of methods, including hand solutions and computer programs, are available for calculating the lateral behavior of piles and drilled piers. The majority of these methods rely on "key" soil parameters such as soil elastic properties (E and ks), strain at 50 percent of the principal stress difference (s5o), undrained shear strength (c), and load-deflection (p-y) criteria. The p-y criteria, which are commonly used to model soil reaction, were developed from instrumented load tests and are generally considered to provide the best model of soil behavior under short-term lateral loading. Iel'l ble uuuu III'�.esouuira'vfifl 111111111 9 DocuSign Envelope ID:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 Geotechnical Engineering Report Proposed Everhart(Staples to McArdle) iiiiiiiii Corpus Christi, Texas Irerracon August 5, 2021 111111111 Terracon Project No. CD215027 Boring B-7 Depth to Effective Undrained Friction Soil Horizontal Subgrade Layer Bottom Unit Shear Angle LPILE Soil Strain Stress Modulus, y of Layer Weight Strength Types Factor Coefficient k (feet) (pcf) (psf) (degrees) (E50) K (pci) 1 3 120 1,000 --- Clay without --- --- 420 free water 2 10 120 1,500 --- Clay without 0.008 --- 520 free water 3 12 58 1,500 --- Clay with 0.008 --- 520 free water 4 20 53 --- 33 Sand --- 0.75 90 Design depth to subsurface water is at about 10 feet. 2 Stratigraphy shown above is based on our interpretation of soil strength and may not correspond with the descriptive classifications shown on the boring logs. 3 For uplift conditions,the computed skin friction should be multiplied by 0.9 for clay and 0.7 for sand. 4 The lateral load criteria shown above are for use in the computer programs LPILE. Boring B-12R Depth to Effective Undrained Friction Soil Horizontal Subgrade Layer Bottom Unit Shear Angle LPILE Soil Strain Stress Modulus, y of Layer Weight Strength (degrees) Types Factor Coefficient k (feet) (pcf) (psf) (s50) K (pci) 1 3 120 1,000 --- Clay without --- --- 420 free water 2 18 120 2,500 --- Clay without 0.006 --- 700 free water 3 25 58 1,500 --- Clay with 0.008 --- 520 free water Design depth to subsurface water is at about 18 feet. 2 Stratigraphy shown above is based on our interpretation of soil strength and may not correspond with the descriptive classifications shown on the boring logs. 3 For uplift conditions,the computed skin friction should be multiplied by 0.9 for clay and 0.7 for sand. 4 The lateral load criteria shown above are for use in the computer programs LPILE. Factors of safety are not generally applied to the lateral load analysis. A performance criteria, or "limit state", are usually considered. For most foundations subjected to lateral loads, the pier foundation is designed with a limit of 1 inch of deflection at the top of the pier and 1 degree of rotation as measured from the vertical axis of the pier. The analysis is generally conducted using the working loads and the limit state values. The applied loads are then doubled to evaluate the deflection and rotation at the top of the pier to determine if the foundation will topple over under extreme overload. This overload condition may indicate that the foundation would deflect or rotate such that the pole will tilt but the foundation will not experience failure. Structural limits, such as moment capacity and shear, may control the design and should be evaluated by the Structural Engineer. I'.el'l ble uuuu III'�esem.irir :efifl uuuu III'4i:?Spiiwrm 'iv'e 10 DocuSign Envelope ID:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 Geotechnical Engineering Report Proposed Everhart(Staples to McArdle) iiiiiiiii Corpus Christi, Texas Irerracon August 5, 2021 111111111 Terracon Project No. CD215027 4.3.2 Drilled Pier Construction Considerations The pier excavations should be augered and constructed in a continuous manner. Steel and concrete should be placed in the pier excavation immediately following drilling and evaluation for proper bearing stratum, embedment, and cleanliness. In no circumstances should the pier excavation remain open overnight. During our drilling operations, subsurface water was encountered in borings B-7 and B-12R. Subsurface water levels are influenced by seasonal and climatic conditions which result in fluctuations in subsurface water elevations. Therefore, the contractor should be prepared to use temporary casing or use slurry drilling methods should water be encountered and/or sloughing of the excavation sidewalls occur. Slurry method may be considered since casing may not seal groundwater due to the presence of sand. The casing and slurry methods are discussed in the following paragraphs. Casing Method- Casing will provide stability of the excavation walls but may not completely eliminate subsurface water influx potential or stability of the pier excavation bottom unless the casing penetrates below any pervious soils. Casing that terminates in pervious soils may generate "boils" due to the head differential between the inside and outside of the casing and require that the casing be extended until the excess seepage or boils are eliminated. The drilling subcontractor should determine casing depths and casing procedures. Water that accumulates in excess of six (6) inches in the bottom of the pier excavation should be pumped out prior to steel and concrete placement. If the water is not pumped out, a long closed-end tremie should be used to place the concrete completely to the bottom of the pier excavation in a controlled manner to effectively displace the water during concrete placement. If this operation is not successful or to the satisfaction of the foundation contractor and engineer, the pier excavation should be flooded with fresh water to offset the differential water pressure caused by the unbalanced water levels inside and outside of the casing. If water is not a factor, concrete should be placed with a short tremie so that the concrete is directed to the bottom of the pier excavation. The concrete should not be allowed to ricochet off the walls of the pier excavation nor off reinforcing steel. When the pier excavation depth is achieved and the bearing area has been cleaned, steel and concrete should then be placed immediately in the excavation. Removal of casing should be performed with extreme care and under proper supervision to reduce mixing of the surrounding soil and water with the fresh concrete. Rapid withdrawal of casing or the auger may develop suction that could cause the soil to intrude into the excavation. An insufficient head of concrete in the casing during its withdrawal could also allow the soils to intrude into the wet concrete. Both of these conditions may induce "necking", a section of reduced diameter, in the pier. Slurry Method- As an alternate to the use of casing to install the pier foundations, water or a weighted drilling fluid may be considered. Slurry displacement drilling can only prevent sloughing and water influx but cannot control sloughing once it has occurred. Therefore, Iel'l ble uuuu III':.esouuira'*fifl 111111111 11 DocuSign Envelope ID:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 Geotechnical Engineering Report Proposed Everhart(Staples to McArdle) iiiiiiiii Corpus Christi, Texas Irerracon August 5, 2021 111111111 Terracon Project No. CD215027 slurry displacement drilling techniques must begin at the ground surface, not after sloughing materials are encountered. Typical drilling fluids include those which contain polymers or bentonite. If a polymer is used with "hard" mixing water, a water softening agent may be required to achieve intimate mixing and the appropriate viscosity. The polymer manufacturer should be consulted concerning proper use of the polymer. If bentonite slurry is used, the bentonite should be mixed with water several hours before placing in the pier excavation. Prior mixing gives the bentonite sufficient time to hydrate properly. The drilling fluid should only be of sufficient viscosity to control sloughing of the excavation walls and subsurface water flow into the excavation. Care should be exercised while extracting the auger so that suction does not develop and cause disturbance or create "necking" in the excavation walls as described above. Casing should not be employed in conjunction with the slurry drilling technique due to possible trapping of loose soils and slurry between the concrete and natural soil. The use of weighted drilling fluid when installing drilled pier foundations requires extra effort to ensure an adequate bearing surface is obtained. A clean-out bucket should be used just prior to pier completion in order to remove any cuttings and loose soils which may have accumulated in the bottom of the excavation. Steel and concrete should be placed in the excavation immediately after pier completion. A closed-end tremie should be used to place the concrete completely to the bottom of the excavation in a controlled manner to effectively displace the slurry during concrete placement. The concrete should be placed completely to the bottom of the excavation with a closed-end tremie in the pier excavation if more than six (6) inches of water is ponded on the bearing surface or the water should be pumped from the excavation. A short tremie may be used if the excavation has less than 6 inches of ponded water. The fluid concrete should not be allowed to strike the pier reinforcement, temporary casing (if required) or excavation sidewalls during concrete placement. Successful installation of drilled piers is a coordinated effort involving the general contractor, design consultants, subcontractors and suppliers. Each must be properly equipped and prepared to provide their services in a timely fashion. All aspects of concrete design and placement should comply with the American Concrete Institute (ACI) 318 Code Building Code Requirements for Structural Concrete, ACI 336.1 Standard Specification for the Construction of Drilled Piers, and ACI 336.3R entitled Suggested Design and Construction Procedures for Pier Foundations. 4.3.3 Foundation Construction Monitoring The performance of the foundation system for the proposed structure will be highly dependent upon the quality of construction. Thus, we recommend that foundation installation be monitored full time by an experienced Terracon soil technician under the direction of our Geotechnical Engineer. During foundation installation, the base should be monitored to evaluate the condition Iel'l ble uuuu III'�.esouuira'vful 111111111 12 DocuSign Envelope ID:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 Geotechnical Engineering Report Proposed Everhart(Staples to McArdle) iiiiiiiii Corpus Christi, Texas Irerracon August 5, 2021 111111111 Terracon Project No. CD215027 of the subgrade. We would be pleased to develop a plan for compaction and foundation installation monitoring to be incorporated in the overall quality control program. 4.4 Seismic Considerations Description Value 2018 International Building Code Site Classification (IBC) ' D 2 1 The site class definition was determined using SPT N-values in conjunction with the 2018 IBC and Table 20.3- 1 in the 2010 ASCE-7. 2 Borings extended to a maximum depth of 25 feet, and this seismic site class definition considers that similar conditions continue below the maximum depth of the subsurface exploration. 4.5 Pavements The proposed roadways will need to be designed using the City of Corpus Christi Infrastructure Design Manual, published in March 2013. If this information changes, Terracon should be contacted to review and revise our recommendation as appropriate. Pavement designs were based on the American Association of State Highway and Transportation Officials' (AASHTO) Guide for Design of Pavement Structures (1993) and the design criteria presented in the City of Corpus Christi Infrastructure Design Manual. We were provided traffic counts which corresponds 5,995,359 ESALs for the design lane. We have used 6,000,000 ESALs for design of this primary arterial road. 4.5.1 Subgrade Preparation Prior to placing any fill, the subgrade areas should be prepared as described in the Site Preparation section of this report. As previously mentioned, highly expansive clays are present at the project area and can have a significant impact on the proposed pavement. The pavement section will result in estimated soil movements of about 2 to 21/2 inches, thus cracking of asphalt or concrete should be expected. In addition, periodic pavement maintenance should be expected If improved pavement performance (relatively low to moderate movement) is expected and the project budget allows, then we recommend select fill soils be provided beneath the recommended pavement sections to result in at least 2 feet of relatively inert soil. The recommendations presented below can be applied for the pavement structure to reduce the estimated PVR to about 1'/2 to 2 inches. 11111111111 If improved pavement performance is selected, after completing stripping vegetation, loose topsoil and any otherwise unsuitable materials, excavate the on-site soil below the existing grade within the pavement area as needed to result in the recommended depth of 2 feet below the Finished Pavement Subgrade Elevation (FPSE). Iel'l b1e uuuu III':�esom.irir :*f fl 111111111 13 DocuSign Envelope ID:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 Geotechnical Engineering Report Proposed Everhart(Staples to McArdle) iiiiiiiii Corpus Christi, Texas Irerracon August 5, 2021 111111111 Terracon Project No. CD215027 After removing the on-site soil, proof-roll the exposed subgrade in the pavement area with at least a 15-ton roller, or equivalent equipment, to evidence any weak yielding zones. A Terracon geotechnical engineer or their representative should be present to observe proof-rolling operations. uuuuu Over-excavate any confirmed weak yielding zones, both vertically and horizontally, to expose competent soil. Select fill can be used to restore grade provided that the material is relatively free and clean of deleterious material or materials exceeding 3 inches in maximum dimension. After proof-rolling and the replacement of weak yielding zones, scarify and moisture condition the top 6 inches of the exposed subgrade between optimum to +4 percentage points of optimum moisture content, and compacted to at least 95 percent of the maximum dry density determined in accordance with ASTM D 698. Select fill should be used to achieve the FPSE. Details regarding select fill materials, placement and compaction are presented in the "Fill Materials and Placement" and "Compaction Requirements" sections. Pavement subgrade preparations are included in this section to limit changes in soil moisture conditions to help mitigate the effects of soil movement; however, even if the above recommendations are followed some pavement distress could still occur. 4.5.2 Design Considerations The near-surface clayey soil is anticipated to be the predominate subgrade for the pavements at this site. The thickness of each course is a function of subgrade strength, anticipated traffic volume, design life, serviceability factors, and frost susceptibility. Pavement sections are typically designed using either a CBR value or the modulus of subgrade reaction (k). To evaluate the subgrade CBR value at this site, we obtained a bulk sample of the surficial soils in the area of the proposed roadways. Test results indicate a CBR of 3.0 be used for the design of flexible pavement. The CBR value is consistent with previous test results on similar soils from other parts of the development. Furthermore, we recommend that a rigid concrete pavement be designed using a k value 110 pounds per square inch per inch of deflection (poi)for the analysis of a moisture conditioned subgrade to a depth of 6 inches. The pavement subgrade is expected to consist of natural undisturbed cohesive soils or fill material in cut areas, and cohesive fill utilizing soils taken from the cut to raise grades where required. Proper perimeter drainage is very important and should be provided so infiltration of surface water from unpaved areas surrounding the pavement is minimized. We do not recommend installation of landscape beds or islands in the pavement areas. Such features provide an avenue for water to enter into the pavement section and underlying soil subgrade. Iel'l ble uuuu III':.esouuira'*fifl 111111111 14 DocuSign Envelope ID:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 Geotechnical Engineering Report Proposed Everhart(Staples to McArdle) iiiiiiiii Corpus Christi, Texas Irerracon August 5, 2021 111111111 Terracon Project No. CD215027 Water penetration usually results in degradation of the pavement section with time as vehicular traffic traverses the affected area. Above grade planter boxes, with drainage discharge onto the top of the pavement or directed into sewers, should be considered if landscape features are desired. Curbs should extend through the base and at least 3 inches into the soil subgrade below the base course. This will help reduce migration of subsurface water into the pavement base course from adjacent areas. A crack sealant compatible to both asphalt and concrete should be provided at all concrete-asphalt interfaces. 4.5.3 Design Parameters The 1993 AASHTO pavement design method is typically used in this locale. The AASHTO design parameters include the following: 18-kip Equivalent Single Axle Loads (ESAL), W18 Reliability, R Standard Deviation, So Environmental Effects, APSIENV=APSISW +APSIFH Loss in Serviceability Index Due to Swelling Soils, APSISW Loss in Serviceability Index Due to Frost Heave, APSIFH Initial Serviceability Index, po Minimum Serviceability Index, pt Total Change in Serviceability Index, APSI = po- pt Effective Road Bed Soil Resilient Modulus, Mr Pavement Service Life, T Values for the above parameters, except for Environmental Effects and Subgrade Resilient Modulus, are included in the City of Corpus Christi Infrastructure Design Manual and are presented below. Recommendations for the Environmental Effects and Subgrade Resilient Modulus along with other pertinent information are presented in the following paragraphs. Flexible pavement design parameters for primary arterials (per CoCC IDM) are presented below. Also, an ESAL of 6,000,000, as calculated from supplied ADT by CoCC, have been used for pavement design. Iel'ltwb1e uuuu III'�.esHm..irira;vfi.fl 111111111 15 DocuSign Envelope ID:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 Geotechnical Engineering Report Proposed Everhart(Staples to McArdle) iiiiiiiii Corpus Christi, Texas Irerracon August 5, 2021 111111111 Terracon Project No. CD215027 Design Parameter Primary Arterial Flexible Pavement Rigid Pavement R 95 percent 95 percent APSI 1.7 2.0 pt 2.5 2.5 T 30 year design life 30 year design life So 0.45 0.39 Wta 6,000,000 6,000,000 po 4.2 4.5 Minimum Structural Number(SN) 5.96 --- The resilient modulus value, MR, is based on the most common subgrade soil condition encountered in our borings. The CBR is often used to aid in approximating Mr. Generally, the CBR and Mr can be related as follows: Mr = 2555*CBR^0.64 with Mr given in pounds per square inch (psi). Based on our laboratory test results for this project we recommend a value of 5,161 psi for the Mr for the clayey subgrade at this site. Therefore, based on this CBR value, we recommend using k values of 110 pci for moisture conditioned subgrade and 200 pci for lime treated subgrade. The value of OPSIsw is the portion of design serviceability loss caused by the environmental (APSIENv) factors of swelling soils. Since frost heave is not a concern in this area, the impact due to frost heave (OPSIFH) is not considered. Therefore, the environmental impacts (OPSIENv) are reduced to the impact of expansive (swelling) soils only. This environmental factor does reduce the maximum possible performance period of the pavement before an overlay is required to meet the expected service life. Based on the AASHTO design procedure and the subsurface soil properties, the value for the loss in Serviceability Index due to swelling soils (APSlsw) is presented in the following table: Time (years) APSISW 0 0 5 0.18 10 0.28 15 0.34 20 0.37 30 0.40 Iell bIc uuuu III'�.esouuira'vfi.fl 111111111 16 DocuSign Envelope ID:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 Geotechnical Engineering Report Proposed Everhart(Staples to McArdle) iiiiiiiii Corpus Christi, Texas Irerracon August 5, 2021 111111111 Terracon Project No. CD215027 The next step in the AASHTO method is the determination of the Structural Number (SN), which can either be calculated using formulae in the AASHTO Guide or by using a nomograph contained in the guide. The total required pavement thickness is then based on the following equation: SN = a,•Di-mi+a2•D2•m2+ a3 •D3•m3+... an•Dn•mn Where: an = structural coefficient of material "n", Dn = thickness of material "n", inches mn= drainage coefficient for material "n" Generally, the most cost-effective pavement section can be obtained by maximizing the thicknesses of the materials with the lowest structural coefficient where applicable. Recommended minimum compacted layer thicknesses, approximate structural coefficients, and drainage coefficients are as follows: Pavement Components Minimum Structural Drainage Coefficient Thickness Coefficient Type D HMAC Surface 2 inches 0.44 1.00 Type C HMAC Surface 2 inches 0.44 1.00 Type A or B HMAC Base 4 inches 0.38 1.00 Untreated Flexible Base Material 6 inches 0.11 1.00 Modified Subgrade 6 inches 0.08 1.00 The drainage coefficient, m, is dependent on the quality of drainage in the untreated base and modified subgrade (i.e. lime treated clay) layer of the flexible pavement section. Good drainage (i.e. Drainage Coefficient, m = 1) corresponds to water being removed from each layer in one day; and the pavement structure is exposed to moisture levels approaching saturation from 5 to 25 percent of time. If improper materials are used or standing water can develop due to construction or design deficiencies, the quality of drainage would be fair to very poor, which would reduce the drainage coefficient, m, and ultimately the structural capacity of the pavement. The AASHTO design procedure provides more guidance and discussion regarding this issue. 4.5.4 Flexible Pavement Thickness Design Recommendations Asphalt and rigid pavement design recommendations for the provided traffic loading category are outlined in the following table. The recommendations for pavement thickness are based on the borings drilled near the road alignment. Any deviations below subsurface from the encountered soil conditions in borings during the construction need to be notified to Terracon and design recommendations may need to be modified. Iel'l ble uuuu III'�.esouuira'vfi.fl 111111111 17 DocuSign Envelope ID:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 Geotechnical Engineering Report Proposed Everhart(Staples to McArdle) iiiiiiiii Corpus Christi, Texas Irerracon August 5, 2021 111111111 Terracon Project No. CD215027 6,000,000 ESAL (Primary Arterial) Components Option 1 Option 2 p Option 3 Option 4 Warm Mix Asphaltic Concrete (Type D), inches 3.0 3.0 3.0 3.0 Warm Mix Asphaltic Concrete (Type B), inches 8.0 11.0 7.0 10.0 Granular Base Material, inches 15.0 6.0 15.0 6.0 Lime Stabilized Clay Subgrade --- --- 6.0 6.0 Moisture Conditioned Subgrade, inches 6.0 6.0 --- --- Required Structural Number 5.96 Actual Structural Number 6.01 6.16 6.06 6.21 Please note the following: ni Asphaltic base material may be used in place of granular, unbound base material. Every 2.5 inches of granular base material may be replaced with 1 inch of asphaltic base material. The thickness of the asphaltic base material should be at least 4 inches. Thickness of unbound granular base material should be at least 6 inches. RIGID PAVEMENT SYSTEMS—6,000,000 ESAL (Primary Arterial) Components Option 1 Option 2 Reinforced Concrete 12 12'/2 Lime Treated Clay Subgrade 6.0 --- Moisture Conditioned Subgrade --- 6.0 4.5.5 Pavement Section Materials Presented below are selection and preparation guidelines for various materials that may be used to construct the pavement sections. Submittals should be made for each pavement material. The submittals should be reviewed by the Geotechnical Engineer and appropriate members of the design team and should provide test information necessary to verify compliance with the recommended or specified material properties. 4.5.5.1 Warm Mix Asphaltic Concrete Surface Course The asphaltic concrete surface course should be plant mixed, hot laid Type D Surface. Each mix should meet the master specifications requirements of 2014 TXDOT Standard Specifications Item 341, Item SS 3224 (2011) and specific criteria for the job mix formula. The mix should be compacted between 91 and 95 percent of the maximum theoretical density as measured by TEX-227-F. The asphalt cement content by percent of total mixture weight should fall within a tolerance of ±0.3 percent asphalt cement from the specific mix. In addition, the mix Iel'l b1e uuuu III'�.esouuira'vf fl 111111111 18 DocuSign Envelope ID:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 Geotechnical Engineering Report Proposed Everhart(Staples to McArdle) iiiiiiiii Corpus Christi, Texas Irerracon August 5, 2021 111111111 Terracon Project No. CD215027 should be designed so 75 to 85 percent of the voids in the mineral aggregate (VMA) are filled with asphalt cement. The grade of the asphalt cement should be PG 70-22 or higher performance grade. Aggregates known to be prone to stripping should not be used in the hot mix. If such aggregates are used measures should be taken to mitigate this concern. The mix should have at least 70 percent strength retention when tested in accordance with TEX-531-C. Pavement specimens, which shall be either cores or sections of asphaltic pavement, will be tested according to Test Method TEX-207-F. The nuclear-density gauge or other methods which correlate satisfactorily with results obtained from project pavement specimens may be used when approved by the engineer. Unless otherwise shown on the plans, the Contractor shall be responsible for obtaining the required pavement specimens at their expense and in a manner and at locations selected by the Engineer. 4.5.5.2 Granular Base Material Base material may be composed of crushed limestone base or crushed concrete meeting all of the requirements of 2014 TxDOT Item 247, Type A, Grade 1-2; including triaxial strength. The material should be compacted to at least 95 percent of the maximum dry density as determined in accordance with ASTM D 1557 at moisture contents ranging from -2 and +3 percentage points of the optimum moisture content. 4.3.5.4 Reclaimed Asphalt Pavement Reclaimed Asphalt Pavement (RAP) shall consist of asphalt coated material only. The RAP shall be free of contamination of dirt, base, concrete or other deleterious materials such as silt and clay. The RAP shall be reclaimed from the roadway and sized to meet contract requirements. The gradation of the RAP shall have 100% passing the 1.25-inch (31.5 mm) sieve. RAP shall be free from dirt, base, concrete or other deleterious materials such as silt and clay. Rubberized crack filler, pavement markers, loop wires, thermoplastic markers, paving fabric and other similar materials shall be removed as observed. Residual materials that cannot be completely removed from the processed RAP may be incorporated into the recycled mix if the Contractor can demonstrate that those added materials will not adversely affect performance. Any such materials retained in the mix shall be appropriately sized and blended so as not to adversely affect the appearance or strength of the recycled pavement. RAP shall meet the requirements of 2014 TxDOT Standard Specification Item 340, Type A or B. 4.5.5.5 Concrete Concrete should have a minimum 28-day design compressive strength of 4,500 psi and a minimum of 28-day design flexural strength of 650 psi. 4.5.5.6 Lime Stabilized Clay Subgrade Due to the presence of clay at this site, the clay subgrade may be modified with hydrated lime in accordance with TxDOT Item 260 in order to improve its strength and improve its load carrying Iel'l ble uuuu III'�.esouuira'vfifl 111111111 19 DocuSign Envelope ID:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 Geotechnical Engineering Report Proposed Everhart(Staples to McArdle) iiiiiiiii Corpus Christi, Texas Irerracon August 5, 2021 111111111 Terracon Project No. CD215027 capacity. Four tests have been performed for sulfate content in clay soil. The test results shown the clay subgrade is suitable for use of lime. Based on the laboratory test results, we anticipate that approximately 4 percent hydrated lime will be required for clay subgrade. This is equivalent to about 20 pounds of hydrated lime per square yard for a 6-inch treatment depth. The optimum lime content should result in a soil-lime mixture with a pH of at least 12.4 when tested in accordance with ASTM C 977, Appendix A and should reduce the Plasticity Index to 20 or less. The lime should initially be blended with a mixing device such as a Pulvermixer, sufficient water added, and be allowed to cure for at least 48 hours. After curing, the lime-soil should be remixed to meet the in-place gradation requirements of TxDOT Item 260 and compacted to at least 95 percent of the maximum dry density determined in accordance with ASTM D698 at moisture contents ranging from optimum and 4 percentage points above the optimum moisture content. 4.5.5.7 Moisture Conditioned Subgrade The subgrade should be scarified to a depth of 6 inches and clay subgrade should be moisture conditioned between 0 and +4 percentage points of the optimum moisture content and the gravel subgrade should be moisture conditioned between -2 and +3 percentage points of the optimum moisture content. The subgrade should then be compacted to at least 95 percent of the maximum dry density determined in accordance with ASTM D698. Details regarding subgrade preparation and fill placement and compaction are presented in the subsections titled Earthwork and Pavement. 4.5.6 Pavement Joints and Reinforcement The following is recommended for all concrete pavement sections in this report. Refer to ACI 330 "Guide for Design and Construction of Concrete Parking Lots"for additional information. Item Description No. 4 reinforcing steel bars at 16 inches on-center-each-way, Grade 60. Distributed Reinforcing It is imperative that the distributed steel be positioned accurately in the Steel pavement cross section, namely a minimum of 4 inches from the top of the pavement. 15 feet each way for pavement thickness of 6 inches or greater. Contraction Joint Saw cut control joints should be cut within 6 to 12 hours of concrete Spacing placement. Contraction Joint Depth At least'/4 of pavement thickness. Contraction Joint Width One-fourth inch or as required by joint sealant manufacturer. To attempt to limit the quantity of joints in the pavement, consideration can Construction Joint be given to installing construction joints at contraction joint locations, Spacing where it is applicable. Iel'l b1e uuuu III':.esouuira'*fi.fl 111111111 20 DocuSign Envelope ID:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 Geotechnical Engineering Report Proposed Everhart(Staples to McArdle) iiiiiiiii Corpus Christi, Texas Irerracon August 5, 2021 111111111 Terracon Project No. CD215027 Item Description Full depth of pavement thickness. Construct sealant reservoir along one Construction Joint edge of the joint. Width of reservoir to be '/4 inch or as required by joint Depth/Width sealant manufacturer. Depth of reservoir to be at least '/4 of pavement thickness. Isolation Joint Spacing As required to isolate pavement from structures, etc. Isolation Joint Depth Full depth of pavement thickness. Isolation Joint Width One-half to 1 inch or as required by the joint sealant manufacturer. In this locale, drying shrinkage of concrete typically significantly exceeds anticipated expansion due to thermal affects. As a result, the need for expansion joints is eliminated provided all joints (including saw cuts) are Expansion Joint sealed. Construction of an unnecessary joint may be also become a maintenance problem. All joints should be sealed. If all joints, including sawcuts, are not sealed then expansion joints should be installed. All construction joints should have dowels. Dowel information are presented as follows: Pavement Thickness 12 and 12% inches Dowels 1'/z inch diameter Dowel Spacing 12 inches on center Dowel Length 22 inches long Dowel Embedment 10 inches 4.5.7 Pavement Maintenance Pavements should be sloped a minimum of 2 percent to provide rapid drainage of surface water. Water allowed to pond on or adjacent to the pavements could saturate the subgrade and contribute to premature pavement deterioration. In addition, the pavement subgrade should be graded to provide positive drainage within the granular base section. Long-term pavement performance will be dependent upon several factors, including maintaining subgrade moisture levels and providing for preventative maintenance. The following recommendations should be implemented to help promote long-term pavement performance: The subgrade and the pavement surface should be designed to promote proper surface drainage, preferably at a minimum grade of 2 percent; Install joint sealant and seal cracks immediately; Extend curbs into the treated subgrade for a depth of at least 4 inches to help reduce moisture migration into the subgrade soils beneath the pavement section; and Place compacted, low permeability clayey backfill against the exterior side of the curb and gutter. Slope subgrade in landscape islands to low points should drain to an appropriate outlet. Edge drains are recommended along pavement/ landscape borders. Iel'l b1e uuuu III'�.esom.irira vfi.fl 111111111 21 DocuSign Envelope ID:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 Geotechnical Engineering Report Proposed Everhart(Staples to McArdle) iiiiiiiii Corpus Christi, Texas Irerracon August 5, 2021 111111111 Terracon Project No. CD215027 4.5.9 Pavement Reuse A pulverized, uniform mixture of the existing asphaltic concrete and coarse aggregate base may also be used as a modified subgrade (subbase) and granular base. The material should have particles no larger than 2 inches, and be moisture conditioned to between -2 and +3 percentage points of optimum. The material should be placed in loose lifts of no more than 8 inches in thickness and be compacted to at least 95 percent of the maximum density determined in accordance with ASTM D 698 to achieve compacted lifts of about 6 inches when it is reused as subbase. The existing base material may also be reused in the pavement provided that it is tested and meets the requirements in the "Granular Base Material" section of this report. The bottom 2 inches of the existing base materials need to be discarded as this material may have been mixed with subgrade soil. For pavement granular base course the processed existing pavement materials will need to be compacted at least 95 percent of the maximum dry density as determined by the modified moisture-density relation (ASTM D 1557). 5.0 GENERAL COMMENTS Terracon should be retained to review the final design plans and specifications so comments can be made regarding interpretation and implementation of our geotechnical recommendations in the design and specifications. Terracon also should be retained to provide observation and testing services during grading, excavation, pavement construction and other earth-related construction phases of the project. The analysis and recommendations presented in this report are based upon the data obtained from the borings performed at the indicated locations and from other information discussed in this report. This report does not reflect variations that may occur between borings, across the site, or due to the modifying effects of construction or weather. The nature and extent of such variations may not become evident until during or after construction. If variations appear, we should be immediately notified so that further evaluation and supplemental recommendations can be provided. Prospective contractors should familiarize themselves with the conditions at the site and retain their own experts to interpret the data in this report and perform additional testing and/or inspection as they deem necessary prior to bidding. The scope of services for this project does not include either specifically or by implication any environmental or biological (e.g., mold, fungi, bacteria) assessment of the site or identification or prevention of pollutants, hazardous materials or conditions. If the owner is concerned about the potential for such contamination or pollution, other studies should be undertaken. This report has been prepared for the exclusive use of our client for specific application to the project discussed and has been prepared in accordance with generally accepted geotechnical engineering practices. No warranties, either express or implied, are intended or made. Site safety, excavation support, and dewatering requirements are the responsibility of others. In the event that changes in the nature, design, or location of the project as outlined in this report are planned, the conclusions and recommendations contained in this report shall not be considered Iel'l ble uuuu III':.esouuira'*ful 111111111 22 DocuSign Envelope ID:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 Geotechnical Engineering Report Proposed Everhart(Staples to McArdle) iiiiiiiii Corpus Christi, Texas Irerracon August 5, 2021 111111111 Terracon Project No. CD215027 valid unless Terracon reviews the changes and either verifies or modifies the conclusions of this report in writing. Iel'l b,Ie uuuu III':.esouuira'*fifl 111111111 23 DocuSign Envelope ID:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 APPENDIX A FIELD EXPLORATION iiiiiiiii I I. spni s i,,iio e DocuSign Envelope ID:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 X i111III IIi IIi I"" 1 &l I"'IIIIIIIIII Ii OCA 1 0`14 AN Irerracon Proposed Everhart Road Rehabilitation (Staples to McArdle) iiiiiiiiii Corpus Christi, Texas August 5, 2021 1111111111 Terracon Project No. CD215027 yy u, gigF f5 A2 it Wh 4 I S, I r 0 52 ' 021 1tr« crascyftCbrpoirabon cD2021 Torn"rom ...............................................................................................................................................................................................................................................................................................................................................................I............................... DIAGRAM IS FOR GENERAL LOCATION ONLY,AND IS NOT INTENDED FOR CONSTRUCTION PURPOSES ROAD MAP PROVIDED BY MICROSOFT BING MAPS DocuSign Envelope ID:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 Ili°°IIIIIIIIIII"III""I"" IIIII ` III'° VIII "' 111..0"` ""I""IIICIIIt III'° IIL..AII"1 Irerracon Proposed Everhart Road Rehabilitation (Staples to McArdle) uuuuu Corpus Christi, Texas August 5, 2021 uuuuu Terracon Project No. CD215027 nti , I / J G ' -Aplq�raxlima# ��rningllLoa@ioin� DIAGRAM IS FOR GENERAL LOCATION ONLY,AND IS NOT INTENDED FOR CONSTRUCTION PURPOSES AERIAL PHOTOGRAPHY PROVIDED BY MICROSOFT BING MAPS DocuSign Envelope ID:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 Geotechnical Engineering Report Proposed Everhart(Staples to McArdle) uuuu Corpus Christi, TexasIrerracon August 5, 2021 111111111 Terracon Project No. CD215027 Field Exploration Description Terracon personnel used the site plan provided to establish the bore locations in the field. A copy of the Boring Location Plan indicating the approximate boring locations is included in Appendix A. The location of the boring should be considered accurate only to the degree implied by the means and methods used to define them. A truck-mounted drill rig was used to advance the boreholes. Soil samples were obtained by thin-walled tube and/or split-barrel sampling procedures. In the thin-walled tube sampling procedure, a thin-walled, seamless steel tube with a sharp cutting edge is pushed hydraulically into the soil to obtain a relatively undisturbed sample. In the split barrel sampling procedure, a standard 2-inch outer diameter split barrel sampling spoon is driven into the ground by a 140- pound automatic hammer falling a distance of 30 inches. The number of blows required to advance the sampling spoon the last 12 inches of a normal 18-inch penetration is recorded as the Standard Penetration Test (SPT) resistance value. The SPT resistance values, also referred to as N-values, are indicated on the boring logs at the test depths. The samples are placed in appropriate containers, taken to our soil laboratory for testing, and classified by a geotechnical engineer. In addition, we observe and record groundwater levels during drilling and sampling. Our field representative prepared the field logs as part of the drilling operations. The field logs included visual classifications of the materials encountered during drilling and our field representative interpretation of the subsurface conditions between samples. Each boring log included with this report represents the engineer's/geologist's interpretation of the field logs and include modifications based on visual observations and testing of the samples in the laboratory. The scope of services for our geotechnical engineering services does not include addressing any environmental issues pertinent to the site. Bulk samples of the on-site soils were obtained for use in determining the compaction and pavement bearing characteristics and suitability of the on-site soils for re-use as pavement fill. I l'l ble uuuuu uuuuu Ill''Wsp4:wns[ii Exhibit - DocuSign Envelope ID:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 BORING LOG NO. B-7 Page 1 of 1 PROJECT: Proposed Testing for 21052-Everhart CLIENT: City of Corpus Christi TX (Staples to McArdle Corpus Christi,TX SITE: Everhart Rd. (Staples to McArdle) Corpus Christi,TX CD LOCATION See II!'h lor,,titn I''"I n z wATTERBERG Lu w STRENGTH TEST LIMITS w >� } �� w H n z w� w� w >_x ui — z 1 U Latitude:27.7182°Longitude:-97.3821° _ Lu¢ w Lu a w o w z x (� U)Tr. z Qw }x z o ¢� LU LU W 0-X �o o w LL-PL-PI uJ m0 � w 0 0 U) v wo_ DEPTH U PAVEMENT SECTION:6"Asphalt over 4.5"Caliche 0.9 Base Material LEAN CLAY(CL),with sand,dark gray,stiff 1.75(HP) 25.5 49-15-34 76 3.0 N FAT CLAY(CH),with sand,grayish brown,stiff to very N stiff 2.5(HP) 26.4 51-18-33 -tan below 5 feet LU 5 a 1.25(HP) 27.7 52-22-30 a LU LU H 0 2.25(HP) UC 1.42 3.1 21.4 103 z i ° U 1 N 411 27.6 68-22-46 96 a 12.0 z CLAYEY SAND(SC),tan,dense L LU ❑ 0 11-18-14 21.8 22 o N=32 r . 15 N O ' N N ❑ U J J W 0 5-18-13 23.6 °o N=31 20 0 22.0 SANDY LEAN CLAY(CL),tan,hard 0 CL Li ' 4.0(HP) 16.0 63 Z 25.0 25— R Boring Terminated at 25 Feet 0 2 W LU Stratification lines are approximate.In-situ,the transition may be gradual. Hammer Type: Automatic a u) Advancement Method: Seel ,IpIr,,,,i"nd n ni id I+sdi in I'nyr;odur s for a Notes: L6 Hollow Stem Auger description of field and laboratory procedures � used and additional data(If any). o Abandonment Method: z Borings backfilled with soil cuttings upon completion. U 0 Sealed with bituminous cold patch at surface. ° WATER LEVEL OBSERVATIONS z 13.0 feet during drilling Boring Started:06-04-2021 Boring Completed:06-04-2021 M m 10.5 feet at the completion of drilling Drill Rig:CME 75 Driller:EnviroCore Irerracon 3606 Wow Rd Exhibit A-4 � caved in at 12.5 feet at the completion of drilling Corpus Christi,TX Project No.:CD215027 DocuSign Envelope ID:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 BORING LOG NO. B-8 Page 1 of 1 PROJECT: Proposed Testing for 21052-Everhart CLIENT: City of Corpus Christi TX (Staples to McArdle Corpus Christi,TX SITE: Everhart Rd. (Staples to McArdle) Corpus Christi,TX CD LOCATION See II!'h lor,,titn I''"I n z wATTERBERG Lu w STRENGTH TEST LIMITS w >� } �� w H n z w� w� w >_x ui — z 1 U Latitude:27.7193°Longitude:-97.3815° _ Lu Q w Lu a w o W z x d U)Tr. z QW }x z o ¢� LU LU W 0-X �o o w LL-PL-PI uJ m0 � W 0 0 U) v wo_ DEPTH U PAVEMENT SECTION:9.5"Asphalt over 6"Caliche 1.3 Base Material FAT CLAY(CH),dark gray, medium stiff to stiff 12-8-7 26.9 55 -sandy between 1 and 3 feet X N=15 2-2-4 28.1 N N=6 -tan below 4 feet 0 5 X3-3-4 26.0 56-28-28 LU 16.0 N=7 a Boring Terminated at 6 Feet LULU 0 i 0 LULU a 0 Z U) LU ❑ U) 0 0 a N N N LU❑ U >J 0 Z 0 J Q 0 LUF 0 CLLU Q Z 0 2 0 W W Stratification lines are approximate.In-situ,the transition may be gradual. Hammer Type: Automatic a u) Advancement Method: Seel:::,,p1ni"ndnn niid If l wlugn l'nyr;odur sfora Notes: L6 Hollow Stem Auger description of field and laboratory procedures � used and additional data(If any). o Abandonment Method: zBorings backfilled with soil cuttings upon completion. U) Sealed with bituminous cold patch at surface. 0 WATER LEVEL OBSERVATIONS G Boring Started:06-24-2021 Boring Completed:06-24-2021 Z No free water observed m Irerracon Drill Rig:CME 75 Driller:EnviroCore 3606 Wow Rd Exhibit A-5 F Corpus Christi,TX Project No.:CD215027 DocuSign Envelope ID:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 BORING LOG NO. B-9 Page 1 of 1 PROJECT: Proposed Testing for 21052-Everhart CLIENT: City of Corpus Christi TX (Staples to McArdle Corpus Christi,TX SITE: Everhart Rd. (Staples to McArdle) Corpus Christi,TX CD LOCATION See II!'h lor,,titn I''"I n z wATTERBERG Lu w STRENGTH TEST LIMITS w >� } �� w H n z w� w� w >_x Lu — z 1 U Latitude:27.7206°Longitude:-97.3806° _ Lu Q w Lu a w o w z d U)Tr. z Qw }= Z o ¢� Lu LU F- a�� �o ow LL-PL-PI uJ m0 � W 0 0 U) v wo_ DEPTH U PAVEMENT SECTION:6"Asphalt over 5"Caliche Base 0.9 Material FAT CLAY(CH),dark gray,stiff to very stiff 1.75(HP) 22.4 N -grayish brown below 3 feet N 2.25(HP) 26.1 60-26-34 ❑ 5 LU a 2.25(HP) 23.9 57-24-33 2 7.0 LU Boring Terminated at 7 Feet a 0 LULU a 0 Z U) LU ❑ U) 0 0 a N N N LU❑ U >J 0 Z 0 J Q 0 LUF 0 CLLU Q Z 0 2 0 W W Stratification lines are approximate.In-situ,the transition may be gradual. Hammer Type: Automatic a u) Advancement Method: Seel:::,,p1ni"ndnn niid If l wlugn l'nyr;odur sfora Notes: L6 Hollow Stem Auger description of field and laboratory procedures � used and additional data(If any). o Abandonment Method: zBorings backfilled with soil cuttings upon completion. U 0 Sealed with bituminous cold patch at surface. WATER LEVEL OBSERVATIONS G Boring Started:06-04-2021 Boring Completed:06-04-2021 Z No free water observed m0 Irerracon Drill Rig:CME 75 Driller:EnviroCore U) 3606 Wow Rd F Corpus Christi,TX Project No.:CD215027 Exhibit A-6 DocuSign Envelope ID:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 BORING LOG NO. B-10 Page 1 of 1 PROJECT: Proposed Testing for 21052-Everhart CLIENT: City of Corpus Christi TX (Staples to McArdle Corpus Christi,TX SITE: Everhart Rd. (Staples to McArdle) Corpus Christi,TX CD LOCATION See II!'h lor,,titn I''"I n z wATTERBERG Lu w STRENGTH TEST LIMITS w >� } �� w H n z w� w� w >_x ui — z 1 U Latitude:27.7218°Longitude:-97.3799° _ Lu Q w Lu a w o W z x d U)Tr. z QW }x z o ¢� LU LU W 0-X �o o w LL-PL-PI uJ m0 � W 0 0 U) v wo_ DEPTH U PAVEMENT SECTION:6"Asphalt over 6"Caliche Base 16.0 FAT CLAY(CH),dark gray, medium stiff to stiff 3-3-4 26.8 55-21-34 grayish brown below 2 feetX N=72-3-5 28.0 N=8 5 3-5-623 9 LU N=11 a Boring Terminated at 6 Feet LULU 0 i 0 LULU a 0 Z U) LU ❑ U) 0 0 a N N N LU❑ U >J 0 Z 0 J Q 0 LUF 0 CLLU Q Z 0 2 0 W W Stratification lines are approximate.In-situ,the transition may be gradual. Hammer Type: Automatic a u) Advancement Method: Seel:::,,p1ni"ndnn niid If l wlugn l'nyr;odur sfora Notes: L6 Hollow Stem Auger description of field and laboratory procedures � used and additional data(If any). o Abandonment Method: zBorings backfilled with soil cuttings upon completion. U) Sealed with bituminous cold patch at surface. 0 WATER LEVEL OBSERVATIONS G Boring Started:06-24-2021 Boring Completed:06-24-2021 Z No free water observed m Irerracon Drill Rig:CME 75 Driller:EnviroCore 3606 Wow Rd Exhibit A-7 F Corpus Christi,TX Project No.:CD215027 DocuSign Envelope ID:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 BORING LOG NO. B-11 Page 1 of 1 PROJECT: Proposed Testing for 21052-Everhart CLIENT: City of Corpus Christi TX (Staples to McArdle Corpus Christi,TX SITE: Everhart Rd. (Staples to McArdle) Corpus Christi,TX CD LOCATION See II!'h lor,,titn I''"I n z wATTERBERG Lu w STRENGTH TEST LIMITS w >� } �� w H n z w� w� w >_x Lu — z 1 U Latitude:27.7233°Longitude:-97.3790° _ Lu Q w Lu a w o w z d U)Tr. z Qw }= Z o ¢� Lu LU F- a�� �o ow LL-PL-PI uJ m0 � W 0 0 U) v wo_ DEPTH u PAVEMENT SECTION:6.5"Asphalt over 4.5"Caliche 0.9 Base Material FAT CLAY(CH),dark gray,very stiff 2.0(HP) 23.7 50-18-32 N -grayish brown below 3 feet N 2.0(HP) 24.6 ❑ 5 LU a 2.0(HP) 23.4 7.0 LU Boring Terminated at 7 Feet a 0 LULU a 0 Z U) LU ❑ U) 0 0 a N N N LU❑ U >J 0 Z 0 J Q 0 LUF 0 CLLU Q Z 0 2 0 W W Stratification lines are approximate.In-situ,the transition may be gradual. Hammer Type: Automatic a u) Advancement Method: Seel:::,,p1ni"ndnn niid If l wlugn l'nyr;odur sfora Notes: L6 Hollow Stem Auger description of field and laboratory procedures � used and additional data(If any). o Abandonment Method: zBorings backfilled with soil cuttings upon completion. U 0 Sealed with bituminous cold patch at surface. WATER LEVEL OBSERVATIONS G Boring Started:06-04-2021 Boring Completed:06-04-2021 Z No free water observed m0 Irerracon Drill Rig:CME 75 Driller:EnviroCore U) 3606 Wow Rd F Corpus Christi,TX Project No.:CD215027 Exhibit A-8 DocuSign Envelope ID:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 BORING LOG NO. B-12 Page 1 of 1 PROJECT: Proposed Testing for 21052-Everhart CLIENT: City of Corpus Christi TX (Staples to McArdle Corpus Christi,TX SITE: Everhart Rd. (Staples to McArdle) Corpus Christi,TX CD LOCATION See II!'h lor,,titn I''"I n z wATTERBERG Lu w STRENGTH TEST LIMITS w >� } �� w H n z w� w� w >_x Lu — z 1 U Latitude:27.7245°Longitude:-97.3782° _ Lu¢ w Lu a w o w z d U)Tr. z Qw }= Z o ¢� Lu LU F- a�� �o ow LL-PL-PI uJ m0 � W 0 U) U) v wo_ DEPTH u PAVEMENT SECTION:6"Asphalt over 12"Caliche Base Material 1.5 2.o POSSIBLE FILL:CLAYEY SAND(SC),dark brown FAT CLAY(CH),dark gray, medium stiff to stiff 1.0(HP) 29.1 N -grayish brown below 4 feet 5 1.0(HP) 26.9 53-18-35 LU a J a 0.75(HP) 26.4 � 8.0 of Auger Refusal at 8 Feet 0 LuLu a 0 Z U) Li ❑ U) 0 0 a N N N Li❑ U >J 0 Z 0 J Q 0 LiF 0 CLLi Z Z 0 2 0 W W Stratification lines are approximate.In-situ,the transition may be gradual. Hammer Type: Automatic Auger refusal due to potential undeground concrete stormwater pipe w u) Advancement Method: See ,IpIr,,,,i"nd n7 ni id I+sdi in I'nw d res for a Notes: LL Hollow Stem Auger description of field and laboratory procedures � used and additional data(If any). o Abandonment Method: zBorings backfilled with soil cuttings upon completion. U 0 Sealed with bituminous cold patch at surface. 0 WATER LEVEL OBSERVATIONS G Boring Started:06-04-2021 Boring Completed:06-04-2021 Z No free water observed m Irerracon Drill Rig:CME 75 Driller:EnviroCore 3606 Wow Rd F Corpus Christi,TX Project No.:CD215027 Exhibit A-9 DocuSign Envelope ID:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 BORING LOG NO. B-12R Page 1 of 1 PROJECT: Proposed Testing for 21052-Everhart CLIENT: City of Corpus Christi TX (Staples to McArdle Corpus Christi,TX SITE: Everhart Rd. (Staples to McArdle) Corpus Christi,TX CD LOCATION See II!'h lor,,titn I''"I n z wATTERBERG Lu w STRENGTH TEST LIMITS w >� } �� w H n z w� w� w >_x Lu — z 1 U Latitude:27.7245°Longitude:-97.3781° _ Lu a w Lu a o w z F (� U)Tr. Z Qw }= Z o ¢� Lu LU F- a�� �o ow LL-PL-PI uJ m0 � w 0 U) U) v wo_ DEPTH ° PAVEMENT SECTION:8.5"Asphalt over 15.5"Caliche Base Material 2.0 11-7-4 8.7 23 FAT CLAY(CH),dark gray,stiff to very stiff N=11 N 2.75(HP) 24.9 67-21-46 -grayish brown between 4 and 6 feet 5 W 2.5(HP) 27.4 a -tan below 6 feet a LU 1.75(HP) LIC 1.23 2.1 27.5 96 a ❑ i 0 N3 � 26.0 66-24-42 88 LU 10 a z U) LU LU ❑ 0 2.5(HP) 29.1 a 15 N O N N ❑ U LU 0 3-4-4 26.7 ° N=8 0 20 a 0 LU c� 0 CL Li 1.75(HP) UC 1.50 3.9 25.3 99 87 a Z 25.0 25 Boring Terminated at 25 Feet 0 2 LU Stratification lines are approximate.In-situ,the transition may be gradual. Hammer Type: Automatic a Revised location per City of Corpus Christi's direction w u) Advancement Method: See ,IpIr,,,,i"nd n7 ni id I+sdi in I'nw d res for a Notes: L6 Hollow Stem Auger description of field and laboratory procedures � used and additional data(If any). o Abandonment Method: Z Borings backfilled with soil cuttings upon completion. U 0 Sealed with bituminous cold patch at surface. ° WATER LEVEL OBSERVATIONS (2 18.0 feet during drilling Boring Started:06-24-2021 Boring Completed:06-24-2021 M m 21.5 feet at the completion of drilling Drill Rig:CME 75 Driller:EnviroCore Irerracon U) 3606 Wow Rd caved in at 23.0 feet at the completion of drilling Corpus Christi,TX Project No.:CD215027 Exhibit A-10 DocuSign Envelope ID:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 APPENDIX B LABORATORY TESTING iiiiiiiii I I e s pnm s'i,iio e DocuSign Envelope ID:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 Geotechnical Engineering Report Proposed Everhart(Staples to McArdle) uuuu Corpus Christi, TexasIrerracon August 5, 2021 111111111 Terracon Project No. CD215027 Laboratory Testing Samples retrieved during the field exploration were taken to the laboratory for further observation by the project geotechnical engineer and were classified in accordance with the Unified Soil Classification System (USCS) described in this Appendix. At that time, the field descriptions were confirmed or modified as necessary and an applicable laboratory testing program was formulated to determine engineering properties of the subsurface materials. Laboratory tests were conducted on selected soil samples and the test results are presented in this appendix. The laboratory test results were used for the geotechnical engineering analyses, and the development of foundation and earthwork recommendations. Laboratory tests were performed in general accordance with the applicable ASTM, local or other accepted standards. Selected soil samples obtained from the site were tested for the following engineering properties: Moisture Content California Bearing Ratio Atterberg Limits Percent Passing the No. 200 Sieve Moisture Density Relationship Unconfined Compressive Strength Lime Series Sulfate Content Sample Disposal All samples were returned to our laboratory. The samples not tested in the laboratory will be stored for a period of 30 days subsequent to submittal of this report and will be discarded after this period, unless other arrangements are made prior to the disposal period. tkwai'i mt:is uuuuu uuuuu III'IIe porms'[iie Exhibit B-1 DocuSign Envelope ID:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 Laboratory Compaction Characteristics of Soil Sample Information Sample Number: Bulk Sample Material Designation: CH Boring Number: B-7 through B-12 Test Method: ASTM D698 Sample Location: N/A Test Procedure: A Depth (ft): 1 to 3 Sample Preparation: Wet Rammer: Mechanical X Manual Sample Description: Dark Gray Sandy Fat Clay Atterberg Limits: Liquid Limit: 61 TEST RESULTS Plastic Limit: 20 Maximum Dry Unit Wt.: 99.9 pcf Plasticity Index: 41 Optimum Water Content: 20.4 % Natural Moisture (%): 25.6 Zero air voids for specific gravity of 2.71 103 101 99 Q L i� .E D 97 0 95 93 14 16 18 20 22 24 26 28 Water Content,% Lab Curve ■ Maximum Dry Unit Weight&Optimum Water Content Zero Air Voids Project Mngr. TA Project No. CD215027 Irerracon Laboratory Standard Proctor Test EXHIBIT Drawn By: Scale As Shown Consulting Engineers and Scientists sed Everhart Road Rehabilitation(Staples to Mc Checked By: File No. GPS CD215027Blanco Everhart Road B-2 San Antonio TX 78 78216 Approved By: GPS Date: 7/7/2021 21 M41-2112 Corpus Christi,TX DocuSign Envelope ID:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 California Bearing Ratio of Laboratory-Compacted Soils Sample Information Sample Number: Bulk Sample Proctor Method: D698 Boring Number: B-7 through B-12 Maximum Dry Density(pcf): 99.9 Sample Location: N/A Optimum Moisture (%): 20.4 Depth: 1 to 3 Liquid Limit: 61 Plasticity Index: 41 Material Description: Dark Gray Sandy Fat Clay 70 Test information Surcharge Wgt(lbs): _.........4luuurm'm'°"" Soaked: X Unsoaked: 50 M................ CL IIIIIIIMIllllllh' 040 '" Length of Soak (hrs): 96 u N 0 30 Load Penetration Curve N Correction Required: No CD rn 20 V 10 0 VIII 0.00 0.10 0.20 0.30 0.40 0.50 Penetration(inches) Sample 1 Sample 2 Sample 3 Test Results Test Sample No. 1 2 3 4 Density Data Dry Density before Soaking, (pcf) 92.7 96.4 99.7 Degree of Compaction, (%) 92.8 96.5 99.8 Dry Density after Soaking, (pcf) 90.8 96.1 98.0 Moisture Content, (%) Before Compaction 20.7 20.9 21.2 After Compaction 20.9 21.2 21.3 Top 1"After Soaking 31.5 32.5 30.0 Average After Soaking 27.1 25.7 23.8 Swell, (%) 1 3.5 1.3 3.0 0.0 Bearing Ratio @ 0.100 inch 2.3 2.8 3.9 @ 0.200 inch 2.3 2.5 3.3 Project Mngr. TA Project No. CD215027CBR of Lab Compacted Soils EXHIBIT Drawn By: Scale As Shown Consulting Engineers and Scientists osed Everhart Road Rehabilitation(Staples to Mc Checked By: GPS File No. CD215027 6911 Blanco Rd Everhart Road B-3 Approved By: Date: San Antonio,TX GPS 7/712021 21x641-2112 Corpus Christi,TX DocuSign Envelope ID:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 SOIL-LIME MIXTURE DESIGN USING PLASTICITY INDEX (TEX-112-E) 45 40 35 30 25 m .y a 20 15 10 5 0 0 1 2 3 4 5 6 7 8 9 Percent Hydrated Lime(by dry unit weight of soil) Project No. CD215027 Date 07/19/21 Exhibit B-4 TERRACON CONSULTANTS, INC. DocuSign Envelope ID:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 HYDRATED LIME FOR SOIL STABILIZATION USING pH (ASTM C 977) 14 -------------- 12 10 8 x CL 6 4 2 0 0 1 2 3 4 5 6 7 8 9 Percent Hydrated Lime(by dry unit weight of soil) Project No. CD215027 Date 07/19/21 Exhibit B-5 TERRACON CONSULTANTS, INC. DocuSign Envelope ID:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 APPENDIX C SUPPORTING DOCUMENTS �:Ziiinfli,iable uuuuu uuuuuIII':Ri^sporiiii 'riu DocuSign Envelope ID:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 GENERAL NOTES DESCRIPTION OF SYMBOLS AND ABBREVIATIONS Water Initially (HP) Hand Penetrometer R N Encountered Water Level After a Auger Split Spoon Specified Period of Time (T) Torvane ' J V Water Level After N W a Specified Period of Time I-- (b/f) Standard Penetration rn Test(blows per foot) Z Shelby Tube Macro Core W W _J J Water levels indicated on the soil boring J (PID) Photo-Ionization Detector a W logs are the levels measured in the W0 n borehole at the times indicated. NF_ 19level variations will occur LL (OVA) Organic Vapor Analyzer Ring Sampler Rock Core over time. In low permeability soils, e accurate determination of groundwater levels is not possible with short term water level observations. Grab Sample No Recovery DESCRIPTIVE SOIL CLASSIFICATION Soil classification is based on the Unified Soil Classification System. Coarse Grained Soils have more than 50% of their dry weight retained on a#200 sieve; their principal descriptors are: boulders, cobbles, gravel or sand. Fine Grained Soils have less than 50%of their dry weight retained on a#200 sieve;they are principally described as clays if they are plastic, and silts if they are slightly plastic or non-plastic. Major constituents may be added as modifiers and minor constituents may be added according to the relative proportions based on grain size. In addition to gradation, coarse-grained soils are defined on the basis of their in-place relative density and fine-grained soils on the basis of their consistency. LOCATION AND ELEVATION NOTES Unless otherwise noted, Latitude and Longitude are approximately determined using a hand-held GPS device. The accuracy of such devices is variable. Surface elevation data annotated with +/- indicates that no actual topographical survey was conducted to confirm the surface elevation. Instead,the surface elevation was approximately determined from topographic maps of the area. RELATIVE DENSITY OF COARSE-GRAINED SOILS CONSISTENCY OF FINE-GRAINED SOILS (More than 50%retained on No.200 sieve.) (50%or more passing the No.200 sieve.) Density determined by Standard Penetration Resistance Consistency determined by laboratory shear strength testing,field Includes gravels,sands and silts. visual-manual procedures or standard penetration resistance Descriptive Term Standard Penetration or Ring Sampler Descriptive Term Unconfined Compressive Standard Penetration or Ring Sampler (Density) N-Value Blows/Ft. (Consistency) Strength,Qu,tsf N-Value Blows/Ft. Blows/Ft. Blows/Ft. W H Very Loose 0-3 0-6 Very Soft less than 0.25 0-1 <3 2 ~ L7 Loose 4-9 7-18 Soft 0.25 to 0.50 2-4 3-4 Z W Medium Dense 10-29 19-58 Medium-Stiff 0.50 to 1.00 4-8 5-9 H U) Dense 30-50 59-98 Stiff 1.00 to 2.00 B-15 10-18 Very Dense >50 >99 Very Stiff 2.00 to 4.00 15-30 19-42 Hard >4.00 >30 >42 RELATIVE PROPORTIONS OF SAND AND GRAVEL GRAIN SIZE TERMINOLOGY Descriptive Term(s) Percent of Maior Component Particle Size of other constituents Dry Weight of Sample Trace < 15 Boulders Over 12 in. (300 mm) With 15-29 Cobbles 12 in.to 3 in. (300mm to 75mm) Modifier >30 Gravel 3 in.to#4 sieve(75mm to 4.75 mm) Sand #4 to#200 sieve(4.75mm to 0.075mm Silt or Clay Passing#200 sieve(0.075mm) RELATIVE PROPORTIONS OF FINES PLASTICITY DESCRIPTION Descriptive Term(s) Percent of Term Plasticity Index of other constituents DU Weight Non-plastic 0 Trace <5 Low 1 -10 With 5-12 Medium 11 -30 Modifier > 12 High >30 Irerracon Exhibit C-1 DocuSign Envelope ID:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 UNIFIED SOIL CLASSIFICATION SYSTEM Soil Classification Criteria for Assigning Group Symbols and Group Names Using Laboratory Tests A Group Group Name Symbol Gravels: Clean Gravels: Cu>4 and 1 <Cc<3 E GW Well-graded gravel F More than 50%of Less than 5%fines o I Cu<4 and/or 1 >Cc>3 E GP Poorly graded gravel F coarse fraction retained Gravels with Fines: Fines classify as ML or MH GM Silty gravel F o" Coarse Grained Soils: on No.4 sieve More than 12%fines Fines classify as CL or CH GC Clayey gravel F,o" More than 50%retained on No.200 sieve Sands: Clean Sands: Cu>6 and 1 <Cc<3 E SW Well-graded sand' 50%or more of coarse Less than 5%fines° Cu<6 and/or 1 >Cc>3 E SP Poorly graded sand' fraction passes No.4 Sands with Fines: Fines classify as ML or MH SM Silty sand o,".' sieve More than 12%fines° Fines classify as CL or CH SC Clayey sand c"' Inorganic: PI>7 and plots on or above«A„line J CL Lean clay K L M Silts and Clays: PI<4 or plots below"A"line J ML Silt KLM Liquid limit less than 50 Liquid limit-oven dried Organic clay K L,M" Fine-Grained Soils: Organic: <0.75 OL K,L,M,o Liquid limit-not dried Organic silt 50%or more passes the .... .... .... .... .... ... .. ... .... ... .... ... No. 200 sieveInorganic: PI plots on or above"A"line CH Fat clay K L M Silts and Clays: PI plots below"A"line MH Elastic Silt K,L,M Liquid limit 50 or more Liquid limit-oven dried Organic clay K,L,M,P Organic: <0.75 OH K,L,M,Q Liquid limit-not dried Organic silt Highly organic soils: Primarily organic matter,dark in color,and organic odor PT Peat A Based on the material passing the 3-inch(75-mm)sieve "If fines are organic,add"with organic fines"to group name. B If field sample contained cobbles or boulders,or both, add"with cobbles If soil contains>_15%gravel,add"with gravel"to group name. or boulders,or both"to group name. If Atterberg limits plot in shaded area,soil is a CL-ML,silty clay. °Gravels with 5 to 12%fines require dual symbols: GW-GM well-graded K If soil contains 15 to 29%plus No.200,add"with sand"or"with gravel," gravel with silt,GW-GC well-graded gravel with clay, GP-GM poorly whichever is predominant. graded gravel with silt,GP-GC poorly graded gravel with clay. L If soil contains>_30%plus No.200 predominantly sand,add"sandy"to °Sands with 5 to 12%fines require dual symbols: SW-SM well-graded group name. sand with silt,SW-SC well-graded sand with clay,SP-SM poorly graded "'If soil contains>_30%plus No.200, predominantly gravel,add sand with silt,SP-SC poorly graded sand with clay "gravelly"to group name. z "PI>_4 and plots on or above"A"line. E Cu= Dso/D,o Cc= (Dao) °PI<4 or plots below"A"line. Dio x Dso P PI plots on or above"A"line. F If soil contains>_15%sand,add"with sand"to group name. o PI plots below"A"line. G If fines classify as CL-ML,use dual symbol GC-GM, or SC-SM. 60 For classification of fine-grained �'� soils and fine-grained fraction 50 of coarse-grained soils Equation of"A" line P C- Horizontal at P1=4 to LL=25.5. X 40 = then P1=0.73(LL-20) 0*10 W Equation of"U"-line °i Z Vertical at LL=16 to PI=7, G H 30 then P1=0.9(LL-8) / d— mat 20 G MH or OH CL ' 10 „ 4 -- Z CL- ML, ML or OL Q 0 10 16 20 30 40 50 60 70 80 90 100 110 LIQUID LIMIT (LL) Irerracon Exhibit C-2 DocuSign Envelope ID:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 Geotechnical Engineering Report Proposed Everhart Road Rehabilitation (Alameda to Staples) Corpus Christi, Texas August 12, 2021 CoCC # 21056 Terracon Project No. CD215026 Prepared for: City of Corpus Christi Corpus Christi, Texas Prepared by: Terracon Consultants, Inc. Corpus Christi, Texas M ;1111 ;J 11111 1111111 1111 M!1711�11 DocuSign Envelope ID:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 August 12, 2021 Irerracon City of Corpus Christi 1201 Leopard Street Corpus Christi, Texas 78401 Attn: Ms. Mai-Theresa Bernal, P.E. P: (361) 826-3676 F: (361) 826-3501 E: MaiB@cctexas.com Re: Geotechnical Engineering Report Proposed Everhart Road Rehabilitation (Alameda to Staples ) (CoCC #21056) Corpus Christi, Texas Terracon Project Number: CD215026 Dear Ms. Bernal: Terracon Consultants, Inc. (Terracon) is pleased to submit this Geotechnical Engineering Report for the Proposed Everhart Road Rehabilitation (Alameda to Staples) in Corpus Christi, Texas. Please contact us if you have any questions or if we can be of further assistance. We appreciate the opportunity to work with you on this project and look forward to contributing to the ongoing success of this project by providing Materials Testing and Special Inspection services during construction. If you have any questions concerning this report, or if we may be of further service, please contact us. Sincerely, Terracon Consultants, Inc. (Firm Registration: TX F3272) Md Zahidul Karim, Ph.D., E.I.T. Gregory P. Stieben, P.E., D.GE Senior Staff Engineer Senior Consultant ZK/GPS/mhb—CD215026 Terracon Consultants,Inc. 6911 Blanco Road,San Antonio,Texas 78216 P [210] 641-2112 F [210]641-2124 Texas Professional Engineers No. F-3272 terracon.com Environmental IN Facilities IS Geotechnical /! Materials DocuSign Envelope ID:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 Irerracon TABLE OF CONTENTS Page 1.0 INTRODUCTION.............................................................................................................1 2.0 PROJECT INFORMATION .............................................................................................1 2.1 Project Description............................................................................................1 2.2 Site Location and Description...........................................................................2 3.0 SUBSURFACE CONDITIONS ........................................................................................2 3.1 Typical Profile....................................................................................................2 3.2 Groundwater......................................................................................................3 3.3 Unknown Underground Utility..........................................................................4 4.0 RECOMMENDATIONS FOR DESIGN AND CONSTRUCTION......................................4 4.1 Geotechnical Considerations............................................................................4 4.1.1 Potential Vertical Rise (PVR) Consideration.............................................4 4.1.2 Sulfate Considerations .............................................................................4 4.1.3 California Bearing Ratio (CBR) Test Results............................................5 4.1.4 Lime Series Tests Results........................................................................5 4.2 Earthwork...........................................................................................................5 4.2.1 Swell ........................................................................................................5 4.2.2 Site Preparation........................................................................................5 4.2.3 Grading and Drainage..............................................................................6 4.2.4 Material Requirements .............................................................................6 4.2.5 Compaction Requirements.......................................................................7 4.2.6 Earthwork Construction Considerations....................................................7 4.3 Deep Foundations..............................................................................................7 4.3.1 Drilled Pier Foundation..........................................................................7 4.3.2 Drilled Pier Construction Considerations...........................................11 4.3.3 Foundation Construction Monitoring.......................................................13 4.4 Seismic Considerations ..................................................................................13 4.5 Pavements........................................................................................................13 4.5.1 Subgrade Preparation ............................................................................13 4.5.2 Design Considerations ...........................................................................14 4.5.3 Design Parameters.................................................................................15 4.5.4 Flexible Pavement Thickness Design Recommendations.......................18 4.5.5 Pavement Section Materials...................................................................18 4.5.6 Pavement Joints and Reinforcement......................................................20 4.5.7 Pavement Maintenance..........................................................................21 4.5.9 Pavement Reuse....................................................................................22 5.0 GENERAL COMMENTS...............................................................................................22 DocuSign Envelope ID:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 Irerracon TABLE OF CONTENTS (Continued) APPENDIX A— FIELD EXPLORATION Exhibit A-1 Site Location Plan Exhibit A-2 Boring Location Plan Exhibit A-3 Field Exploration Description Exhibits A-4 thru A-10 Boring Logs APPENDIX B — LABORATORY TESTING Exhibit B-1 Laboratory Testing Exhibit B-2 Moisture Density Relationship Exhibit B-3 California Bearing Ratio Exhibit B-4 Soil-Lime Mixture Design Using Plasticity Index Exhibit B-5 Hydrated Lime for Soil Stabilization Using pH APPENDIX C — SUPPORTING DOCUMENTS Exhibit C-1 General Notes Exhibit C-2 Unified Soil Classification System DocuSign Envelope ID:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 GEOTECHNICAL ENGINEERING REPORT PROPOSED EVERHART ROAD REHABILITATION (ALAMEDA TO STAPLES) EVERHART ROAD CORPUS CHRISTI, TEXAS Terracon Project No. CD215026 August 12, 2021 1.0 INTRODUCTION Terracon Consultants, Inc. (Terracon) is pleased to submit our Geotechnical Engineering Report for the Proposed Everhart Road Rehabilitation (Alameda to Staples) in Corpus Christi, Texas. Mr. Jeff H. Edmonds, of City of Corpus Christi, authorized this geotechnical engineering study on April 21, 2021, through signature of the executed Task Order No. 4 and Terracon Proposal No. PCD215026R dated April 14, 2021. The scope of services for this project was outlined in the referenced proposal. The purposes of this report are to describe the subsurface conditions observed at the borings drilled for this study, analyze and evaluate the test data, and provide recommendations with respect to: 11111111111 Subsurface soil conditions 11111111111 Groundwater conditions 11111111111 Earthwork 11111111111 Pavement design and construction 11111111111 Deep foundation recommendation (for light poles) 2.0 PROJECT INFORMATION 2.1 Project Description Item Description Site layout See Appendix A, Exhibit A-1 and A-2: Site Location Plan and Boring Location Plan, respectively. The project will include construction of approximately 3,100 linear feet of primary arterial roadways. The roadways will be constructed per the City of Corpus Christi (CoCC) Infrastructure Design Manual (IDM), published in March 2013. A 24-hr traffic count data (conducted on May 18, 2021) was supplied by the CoCC. The Roadways average daily traffic (ADT) 15,073 for this 4-lane, 2-way roadway was converted to an equivalent single axle loads (ESAL) of about 2,200,000 for the design lane and design period of 30 years (using 3% traffic growth). However, per request of the CoCC, pavement was designed for "Primary and Secondary Arterials" per the CoCC IDM, which corresponds to 5,000,000 ESAL. Iel'l b1e uuuu III'�.esom.,iiria'vf fl 111111111 1 DocuSign Envelope ID:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 Geotechnical Engineering Report Proposed Everhart(Alameda to Staples) iiiiiiiii Corpus Christi, Texas Irerracon August 12, 2021 111111111 Terracon Project No. CD215026 Item Description Light Poles Light poles may be supported by drilled piers. Grading Site grading was not available at the time of this report. 2.2 Site Location and Description Item Description This project will consist of rehabilitation of Everhart Road between Location Alameda Street and Staples Street. Existing improvements Based on site observations, the site appears to be a primary arterial road with flexible pavement. Current ground cover Asphalt(flexible) pavement. Existing topography Relatively level. 3.0 SUBSURFACE CONDITIONS 3.1 Typical Profile Based on the results of the borings, subsurface conditions on the project site can be generalized as follows: Approximate Depth (feet) Material Encountered Consistency/Density PAVEMENT SECTION: 3"to 8"Asphalt over 5'to 9" Caliche Base Materials 0.9 to 25.0 FAT CLAY(CH)and SANDY FAT CLAY(CH) '; Medium Stiff to Very Stiff dark gray, light gray, grayish brown and tan. 1.1 to 3.0 FILL- CLAYEY GRAVEL(GC)4; light brown. --- (observed in boring B-13 only) POSSIBLE FILL—SILTY SAND (SM)3; tan 5.0 to 7.0 Loose (observed in boring B-13 only) LEAN CLAY(CL)and SANDY LEAN CLAY(CL)2; 13.0 to 25.0 tan. Stiff to Very Stiff (observed in boring B-18R1 only) The FAT CLAY (CH) and SANDY FAT CLAY (CH) soil could undergo high to very high volumetric changes (shrink/swell) should it experience changes in its in-place moisture content. 2 The LEAN CLAY (CL) & SANDY LEAN CLAY (CL) soil could undergo low to moderate volumetric changes (shrink/swell) should it experience changes in its in-place moisture content. 3 The SILTY SAND (SM) materials could undergo low volumetric changes (shrink/swell) should they experience changes in their in-place moisture content. These materials are considered Iel'1abie uuuu III'�.esom.,iiria'vfi.fl 111111111 2 DocuSign Envelope ID:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 Geotechnical Engineering Report Proposed Everhart(Alameda to Staples) iiiiiiiii Corpus Christi, Texas Irerracon August 12, 2021 111111111 Terracon Project No. CD215026 Approximate Depth (feet) Material Encountered Consistency/Density volumetrically stable with regards to change in moisture content due to their granular nature and low plasticity. 4 The CLAYEY GRAVEL (GC) materials are primarily granular in nature and are expected to possess a negligible potential for volumetric changes as a result of moisture fluctuations. Conditions encountered at each boring location are indicated on the individual boring logs. Stratification boundaries on the boring logs represent the approximate location of changes in soil types; in situ, the transition between materials may be gradual. Details for each of the borings can be found on the boring logs in Appendix A of this report. 3.2 Groundwater The boreholes were observed while drilling and after completion for the presence and level of groundwater. Groundwater was observed in the deeper soils explored by boring B-13 and 13- 18R1, and are tabulated below. No free water was observed in the other boreholes during the limited time they were open; however, this does not mean there is no groundwater present. The short-term field observations simply do not permit an accurate evaluation of the subsurface water levels at this location. Often in clayey soils, there is either no free water observed or a minor amount in the boring at completion of drilling even though the boring may extend below the groundwater level. This is due to the low permeability of the soil. If an accurate determination of the groundwater table is necessary, long term observations in piezometers or observation wells sealed from the influence of surface water are often required to define groundwater levels in materials of this type. The borings were backfilled with soil cuttings and the surface was capped with cold asphalt patch after the drilling operations and groundwater observations were completed. Boring No. During Drilling (feet) At Completion of Drilling (feet) ' B-13 -- 20.0 B-14 -- -- B-15 -- -- B-16 -- -- B-17 -- -- B-18 -- -- B-18R1 13.0 10.0 Groundwater depths are below existing grade at the time our field activities and depths are rounded to nearest '/2 feet. Groundwater level fluctuations occur due to seasonal variations in the amount of rainfall, runoff and other factors not evident at the time the borings were performed. Therefore, groundwater Iel'l ble uuuu III':�esom.,iiria:*ful 111111111 3 DocuSign Envelope ID:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 Geotechnical Engineering Report Proposed Everhart(Alameda to Staples) iiiiiiiii Corpus Christi, Texas Irerracon August 12, 2021 111111111 Terracon Project No. CD215026 levels during construction or at other times in the life of the structure may be higher or lower than the levels indicated on the boring logs. The possibility of groundwater level fluctuations should be considered when developing the design and construction plans for the project. 3.3 Unknown Underground Utility The Terracon drilling crew encountered a possible underground utility at 5 feet below the ground level at boring B-18. It is to be noted that we called Texas 811 and obtained clearance responses prior to mobilization; however, this possible underground utility was not marked. We terminated the drilling at 5.0 feet below the ground level at B-18. The CoCC provided an alternate boring location (B-18R), 170 feet southwest of original location (B-18); however, we had to terminate the drilling again at 4 feet below ground level due to a possible underground utility at that location as well. Finally, we were able to drill to the desired 25.0 feet at a third location, B-18R1. The boring B-18R1 was 100 feet east of the original boring B-18 and was selected by the CoCC. We have included the boring logs of B-18 and B-1 8R1 in Appendix A of this report. 4.0 RECOMMENDATIONS FOR DESIGN AND CONSTRUCTION 4.1 Geotechnical Considerations The recommendations, comments, and suggestions in this section are provided so project drawings, documents, and specifications can be prepared and to make certain the intent of our design recommendations are achieved. Details regarding excavation, dewatering, selection of equipment/machinery, trafficability, project site safety, shoring, and other similar construction techniques requiring "means and methods" to accomplish the work is the sole responsibility of the project contractor. Our comments and opinions do not relieve the contractor's responsibility to establish and maintain all aspects of site safety. 4.1.1 Potential Vertical Rise (PVR) Consideration Based on the field exploration results and the laboratory test results, the subsurface soils at this site generally exhibit a high expansion potential. Based on the information developed from our field and laboratory programs and on method TEX-124-E in the Texas Department of Transportation (TxDOT) Manual of Testing Procedures, we estimate that the subgrade soils at the site exhibit a Potential Vertical Rise (PVR) of about 2% inches in its present condition. The actual movements could be greater than the values presented in this report if inadequate drainage, ponded water, and/or other sources of moisture are allowed to infiltrate beneath the structure after construction. 4.1.2 Sulfate Considerations Sulfate tests were performed on selected samples collected from the borings to check for possible adverse reactions with lime or cement treatment. Testing was not performed on all borings nor at all depths. Sulfate content concentrations test results are as follows: Iel'l ble uuuu III'°�esom.,iiria'vfifl 111111111 4 DocuSign Envelope ID:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 Geotechnical Engineering Report Proposed Everhart(Alameda to Staples) iiiiiiiii Corpus Christi, Texas Irerracon August 12, 2021 111111111 Terracon Project No. CD215026 Boring No. Approximate Depth,feet Sulfate Content, ppm B-13 1.0-3.0 682 B-15 3.0-5.0 534 B-17 5.0-7.0 481 B-18 3.0- 5.0 540 The test results indicate sulfate values are less than 1,000 ppm. The soluble sulfate test results do not indicate a concern related to the use of calcium-based soil modifier such as hydrated lime in the upper clay soil. 4.1.3 California Bearing Ratio (CBR) Test Results To evaluate the subgrade CBR value at this site, we laboratory tested a bulk sample of the anticipated predominate subgrade soil type encountered in our borings. Based on the CBR test results, a CBR value of about 1.5 percent is estimated for the untreated soil subgrade. The results of the CBR test and the moisture-density relationships are presented on Exhibits B-2 and B-3. 4.1.4 Lime Series Tests Results Lime series tests were performed on the subgrade soils. Based on the lime series testing results, about 4 percent lime is necessary to reduce the PI value to less than 20 and pH value of about 12.4. The results are presented in Exhibit B in this report. 4.2 Earthwork The following presents recommendations for general site preparation and placement of engineered fills on the project. The recommendations presented for design and construction of pavements are contingent upon following the recommendations outlined in this section. Earthwork on the project should be observed and evaluated by Terracon. The evaluation of earthwork should include observation and testing of engineered fill, subgrade preparation, and other geotechnical conditions exposed during the construction of the project. 4.2.1 Swell Expansive soils are present on this site. Flatwork and pavements will be subject to post construction movement. Maximum grades practical should be used for paving and flatwork to prevent water from ponding. 4.2.2 Site Preparation Construction operations may encounter difficulties due to the wet or soft surface soils becoming a general hindrance to equipment due to rutting and pumping of the soil surface, especially during and soon after periods of wet weather. If the subgrade cannot be adequately compacted to minimum densities as described in the Compaction Requirements section of this report, Iel'l ble uuuu III':.esom.,iiria:*fifl 111111111 5 DocuSign Envelope ID:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 Geotechnical Engineering Report Proposed Everhart(Alameda to Staples) iiiiiiiii Corpus Christi, Texas Irerracon August 12, 2021 111111111 Terracon Project No. CD215026 one of the following measures may be required: 1) removal and replacement with select fill, or 2) drying by natural means if the schedule allows. Prior to placing any fill, all vegetation, loose topsoil, and any otherwise unsuitable materials should be removed from the pavement areas. Wet or dry material should either be removed or moisture conditioned and recompacted. After stripping and grubbing, the subgrade should be proof-rolled where possible to aid in locating loose or soft areas. Proof-rolling can be performed with a 15-ton roller or fully loaded dump truck. Soft, dry and low-density soil should be removed or compacted in place prior to placing fill. 4.2.3 Grading and Drainage Flatwork and pavements will be subject to post-construction movement. Maximum grades practical should be used for paving and flatwork to prevent water from ponding. Allowances in final grades should also consider post-construction movement of flatwork, particularly if such movement would be critical. Positive drainage should be provided during construction and maintained throughout the life of the development. Utility trenches are a common source of water infiltration and migration. Infiltration of water into utility trenches should be prevented during construction. 4.2.4 Material Requirements Subsequent to proofrolling, and just prior to placement of all structural fill, the exposed subgrade within the construction area should be evaluated for moisture and density. If the moisture, density, and/or the requirements do not meet the criteria described in the table below, the subgrade should be scarified to a depth of 8 inches; moisture adjusted and compacted to at least 95 percent of the Standard Effort (ASTM D 698) maximum dry density. Select fill and on-site soils should meet the following criteria. Fill Type' USCS Classification Acceptable Location for Placement Granular select fill 2 varies Pavement areas. Imported Select fill CL, SC Can be used for site grading if grades are to be raised. (7:5PI<_20) The on-site soils appear suitable for use within the On-site soils CH landscape and pavement areas, provided they are free of organics and debris. Flowable FH1 a --- Can be used for trench backfill. 1 Prior to any filling operations, samples of the proposed borrow and on-site materials should be obtained for laboratory moisture-density testing. The tests will provide a basis for evaluation of fill compaction by in-place density testing. A qualified soil technician should perform sufficient in-place density tests during the filling operations to evaluate that proper levels of compaction, including dry unit weight and moisture content, are being attained. 2 Granular select fill should consist of 2014 TxDOT Item 247, Type A, Grade 1-2 crushed limestone/concrete material. Iel'l b1e uuuu III'�.esouiiiri„vful 111111111 6 DocuSign Envelope ID:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 Geotechnical Engineering Report Proposed Everhart(Alameda to Staples) iiiiiiiii Corpus Christi, Texas Irerracon August 12, 2021 111111111 Terracon Project No. CD215026 Fill Type' USCS Classification Acceptable Location for Placement 3 Flowable fill should have a 28-day strength between 80 and 150 psi and meet the requirements for 2014 TXDOT Item 401. Although usually more costly, flowable fill does not require placement in lifts or mechanical compaction. 4.2.5 Compaction Requirements Item Description Fill Lift Thickness All fill should be placed in thin, loose lifts not to exceed 8 inches, with compacted thickness of about exceed 6 inches. Compaction of On-Site At least 95 percent of the material's standard Proctor maximum dry Soil; (CH) density(ASTM D 698). For general grade changes - At least 95 percent of materials standard Compaction of Select Fill; Proctor maximum dry density(ASTM D 698). (CL, SC, granular base For pavement granular base course -At least 95 percent of the maximum course) dry density as determined by the modified moisture-density relation (ASTM D 1557). Moisture Content of On- The materials should be moisture conditioned between 0 and +4 Site Soil; (CH) percentage points of the optimum moisture content. Moisture Content of Select Fill; (CL, SC, granular The materials should be moisture conditioned between -2 and +3 percentage points of the optimum moisture content. base course) 4.2.6 Earthwork Construction Considerations The individual contractor(s) is responsible for designing and constructing stable, temporary excavations as required to maintain stability of both the excavation sides and bottom. Excavations should be sloped or shored in the interest of safety following local and federal regulations, including current OSHA excavation and trench safety standards. OSHA Safety and Health Standards (29 CFR Part 1926 Revised, 1989) require that all trenches in excess of 5 feet deep be shored or appropriately sloped unless the trench sidewalls are comprised of "solid" rock. "Solid" rock was not encountered in the soil borings drilled at this site. State of Texas legislation requires that detailed plans and specifications for trench retention systems meet OSHA standards for a safe construction environment during utilities installation. 4.3 Deep Foundations 4.3.1 Drilled Pier Foundation Light poles may be supported on straight sided piers to a minimum depth of 15 feet below existing grade. Due to the presence of sand, underreaming of piers may be difficult. Therefore, this report only provides straight sided pier recommendations. Soil design parameters are provided below in the Drilled Shaft Design Summary table for the design of drilled shaft foundations. The values presented for allowable side friction and end bearing include a factor of safety. Iel'l b1e uuuu III'°�esom..iiria„vfi.fl 111111111 7 DocuSign Envelope ID:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 Geotechnical Engineering Report Proposed Everhart(Alameda to Staples) iiiiiiiii Corpus Christi, Texas Irerracon August 12, 2021 111111111 Terracon Project No. CD215026 Drilled Shaft Design Summary(Boring B-13) 3 Approximate Depth Allowable Skin Friction Allowable End Bearing Pressure (feet) (psf) (psf) e 0-3 --- --- 3-5 -- 3-5 --- --- 5-7 -- 5-7 150 --- 7-20 -- 7-20 550 5,000 20-25 430 4,500 The allowable skin friction values include a factor of safety of 2. 2. The bearing pressure includes a factor of safety of 3. ' Minimum center to center pier spacing should be at least three shaft diameters. If design or construction considerations require that the center to center pier spacing is less than three shaft diameters, pier capacity should be decreased by 25 percent. However, no piers should be less than 2 shaft diameter center to center. Drilled Shaft Design Summary(Boring B-18R1) e Approximate Depth Allowable Skin Friction Allowable End Bearing Pressure (feet) (psf) (psf) e 0-3 --- --- 3- 10 -- 3- 10 480 --- 10-25 -- 10-25 480 6,000 :4 The allowable skin friction values include a factor of safety of 2. 5. The bearing pressure includes a factor of safety of 3. 6 Minimum center to center pier spacing should be at least three shaft diameters. If design or construction considerations require that the center to center pier spacing is less than three shaft diameters, pier capacity should be decreased by 25 percent. However, no piers should be less than 2 shaft diameter center to center. The side shear should be neglected for the upper 3 feet of soil in contact with the pier shaft. Piers should be designed with a shaft diameter at least 18 inches to facilitate inspection. In addition to the axial compressive loads on the piers, these piers will also be subjected to axial tension loads due to the expansive soil conditions and possibly due to other induced structural loading conditions. To compute the axial tension force due to the swelling soils along the pier shaft, the following equation may be used. Qu = 30 d Where: Qu = Uplift force due to expansive soil conditions in kips (k) d = Diameter of pier shaft in feet (ft) Iel'l ble uuuu III'°Sesom.,iiria�*ful 111111111 8 DocuSign Envelope ID:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 Geotechnical Engineering Report Proposed Everhart(Alameda to Staples) iiiiiiiii Corpus Christi, Texas Irerracon August 12, 2021 111111111 Terracon Project No. CD215026 This calculated force may be used to compute the longitudinal reinforcing steel required in the pier to resist the uplift force induced by the swelling clays. However, the cross-sectional area of the reinforcing steel should not be less than 1 percent of the gross cross-sectional area of the drilled pier shaft. The reinforcing steel should extend from the top to the bottom of the shaft to resist this potential uplift force. For the straight-sided drilled piers, the uplift force due to swelling soils and any other axial tension forces due to structural loading conditions can be resisted by the allowable side-shear of the drilled pier. The allowable uplift resistance of the straight sided drilled piers can be evaluated using the following equation: Qar = 2.5• d • Dp + 0.9Wp + PDL Where: Qar = Allowable uplift resistance of pier in kips (k) d = Diameter of pier shaft in feet (ft) Dp = Founding depth of pier in natural soils minus the upper 3 feet of shaft in contact with the soil in feet (ft) Wp = Weight of the drilled pier in kips (k) PDL = Permanent sustained dead Load acting on the drilled pier in kips (k) The structural engineer may want to factor the dead load value based on their degree of certainty. For adjacent piers, we recommend a minimum center-to-center spacing of at least 3 pier diameter as the case may be based on the larger diameter of the two adjacent piers. In locations where this minimum spacing criterion cannot be accomplished, Terracon should be contacted to evaluate the locations on a case-by-case basis. Settlement — For piers, total settlements, based on the indicated bearing pressures, should be about 3/4 inch or less for properly designed and constructed drilled piers. Settlement beneath individual piers will be primarily elastic with most of the settlement occurring during construction. Differential settlement may also occur between adjacent piers. The amount of differential settlement could approach 50 to 75 percent of the total pier settlement. For properly designed and constructed piers, differential settlement between adjacent piers is estimated to be less than '/2 of an inch. Settlement response of drilled piers is impacted more by the quality of construction than by soil-structure interaction. Lateral Loading - The piers supporting the light poles may be subjected to lateral loading. The criteria for lateral load analysis is presented in the following Table are for use with the computer program LPILE. A number of methods, including hand solutions and computer programs, are available for calculating the lateral behavior of piles and drilled piers. The majority of these methods rely on "key" soil parameters such as soil elastic properties (E and ks), strain at 50 Iel'l ble uuuu III'�.esom.,iiria'vfifl 111111111 9 DocuSign Envelope ID:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 Geotechnical Engineering Report Proposed Everhart(Alameda to Staples) iiiiiiiii Corpus Christi, Texas Irerracon August 12, 2021 111111111 Terracon Project No. CD215026 percent of the principal stress difference (850), undrained shear strength (c), and load-deflection (p-y) criteria. The p-y criteria, which are commonly used to model soil reaction, were developed from instrumented load tests and are generally considered to provide the best model of soil behavior under short-term lateral loading. Boring B-13 Depth to Effective Undrained Friction Soil Horizontal Subgrade Layer Bottom Unit Shear Angle LPILE Soil Strain Stress Modulus, y of Layer Weight Strength (degrees) Types Factor Coefficient k (feet) (pcf) (psi (E50) K (pci) 1 3 115 --- 28 Gravel ---- 0.75 60 2 5 120 1,000 ___ Clay without 420 free water 0.010 ---- 3 7 110 --- 28 Sand ---- 0.75 60 4 20 120 2,500 ___ Clay without 720 free water 0.006 ---- 5 25 58 1,500 ___ Clay with 520 free water 0.008 ---- ' Design depth to subsurface water is at about 20 feet. z Stratigraphy shown above is based on our interpretation of soil strength and may not correspond with the descriptive classifications shown on the boring logs. s For uplift conditions,the computed skin friction should be multiplied by 0.9 for clay and 0.7 for sand. 4 The lateral load criteria shown above are for use in the computer programs LPILE. Boring B-18R1 Depth to Effective Undrained Friction Soil Horizontal Subgrade Layer Bottom Unit Shear Angle LPILE Soil Strain Stress Modulus, y of Layer Weight Strength (degrees) Types Factor Coefficient k (feet) (pcf) (psf) (850) K (pci) 1 3 120 1,000 ___ Clay without 0.010 --- 420 free water 2 10 120 2,000 ___ Clay without 0.007 --- 620 free water 3 25 58 2,000 ___ Clay with 0.007 --- 620 free water ' Design depth to subsurface water is at about 10 feet. z Stratigraphy shown above is based on our interpretation of soil strength and may not correspond with the descriptive classifications shown on the boring logs. s For uplift conditions,the computed skin friction should be multiplied by 0.9 for clay and 0.7 for sand. 4 The lateral load criteria shown above are for use in the computer programs LPILE. Factors of safety are not generally applied to the lateral load analysis. A performance criteria, or "limit state", are usually considered. For most foundations subjected to lateral loads, the pier foundation is designed with a limit of 1 inch of deflection at the top of the pier and 1 degree of rotation as measured from the vertical axis of the pier. The analysis is generally conducted I'.el'l b,Ie uuuu III':�esouiiria:*fill uuuu III'°4 i:?Spiiwrrs111�'e 10 DocuSign Envelope ID:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 Geotechnical Engineering Report Proposed Everhart(Alameda to Staples) iiiiiiiii Corpus Christi, Texas Irerracon August 12, 2021 111111111 Terracon Project No. CD215026 using the working loads and the limit state values. The applied loads are then doubled to evaluate the deflection and rotation at the top of the pier to determine if the foundation will topple over under extreme overload. This overload condition may indicate that the foundation would deflect or rotate such that the pole will tilt but the foundation will not experience failure. Structural limits, such as moment capacity and shear, may control the design and should be evaluated by the Structural Engineer. 4.3.2 Drilled Pier Construction Considerations The pier excavations should be augered and constructed in a continuous manner. Steel and concrete should be placed in the pier excavation immediately following drilling and evaluation for proper bearing stratum, embedment, and cleanliness. In no circumstances should the pier excavation remain open overnight. During our drilling operations, subsurface water was encountered in borings B-13 and B-18R1. Subsurface water levels are influenced by seasonal and climatic conditions which result in fluctuations in subsurface water elevations. Therefore, the contractor should be prepared to use temporary casing or use slurry drilling methods should water be encountered and/or sloughing of the excavation sidewalls occur. Slurry method may be considered since casing may not seal groundwater due to the presence of sand. The casing and slurry methods are discussed in the following paragraphs. Casing Method- Casing will provide stability of the excavation walls but may not completely eliminate subsurface water influx potential or stability of the pier excavation bottom unless the casing penetrates below any pervious soils. Casing that terminates in pervious soils may generate "boils" due to the head differential between the inside and outside of the casing and require that the casing be extended until the excess seepage or boils are eliminated. The drilling subcontractor should determine casing depths and casing procedures. Water that accumulates in excess of six (6) inches in the bottom of the pier excavation should be pumped out prior to steel and concrete placement. If the water is not pumped out, a long closed-end tremie should be used to place the concrete completely to the bottom of the pier excavation in a controlled manner to effectively displace the water during concrete placement. If this operation is not successful or to the satisfaction of the foundation contractor and engineer, the pier excavation should be flooded with fresh water to offset the differential water pressure caused by the unbalanced water levels inside and outside of the casing. If water is not a factor, concrete should be placed with a short tremie so that the concrete is directed to the bottom of the pier excavation. The concrete should not be allowed to ricochet off the walls of the pier excavation nor off reinforcing steel. When the pier excavation depth is achieved and the bearing area has been cleaned, steel and concrete should then be placed immediately in the excavation. Removal of casing should be performed with extreme care and under proper supervision to reduce mixing of the surrounding soil and water with the fresh concrete. Rapid withdrawal of casing or the auger may develop suction that could cause the soil to intrude Iel'l ble uuuu III':.esom.,iiria:*fifl 111111111 11 DocuSign Envelope ID:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 Geotechnical Engineering Report Proposed Everhart(Alameda to Staples) iiiiiiiii Corpus Christi, Texas Irerracon August 12, 2021 111111111 Terracon Project No. CD215026 into the excavation. An insufficient head of concrete in the casing during its withdrawal could also allow the soils to intrude into the wet concrete. Both of these conditions may induce "necking", a section of reduced diameter, in the pier. Slurry Method- As an alternate to the use of casing to install the pier foundations, water or a weighted drilling fluid may be considered. Slurry displacement drilling can only prevent sloughing and water influx but cannot control sloughing once it has occurred. Therefore, slurry displacement drilling techniques must begin at the ground surface, not after sloughing materials are encountered. Typical drilling fluids include those which contain polymers or bentonite. If a polymer is used with "hard" mixing water, a water softening agent may be required to achieve intimate mixing and the appropriate viscosity. The polymer manufacturer should be consulted concerning proper use of the polymer. If bentonite slurry is used, the bentonite should be mixed with water several hours before placing in the pier excavation. Prior mixing gives the bentonite sufficient time to hydrate properly. The drilling fluid should only be of sufficient viscosity to control sloughing of the excavation walls and subsurface water flow into the excavation. Care should be exercised while extracting the auger so that suction does not develop and cause disturbance or create "necking" in the excavation walls as described above. Casing should not be employed in conjunction with the slurry drilling technique due to possible trapping of loose soils and slurry between the concrete and natural soil. The use of weighted drilling fluid when installing drilled pier foundations requires extra effort to ensure an adequate bearing surface is obtained. A clean-out bucket should be used just prior to pier completion in order to remove any cuttings and loose soils which may have accumulated in the bottom of the excavation. Steel and concrete should be placed in the excavation immediately after pier completion. A closed-end tremie should be used to place the concrete completely to the bottom of the excavation in a controlled manner to effectively displace the slurry during concrete placement. The concrete should be placed completely to the bottom of the excavation with a closed-end tremie in the pier excavation if more than six (6) inches of water is ponded on the bearing surface or the water should be pumped from the excavation. A short tremie may be used if the excavation has less than 6 inches of ponded water. The fluid concrete should not be allowed to strike the pier reinforcement, temporary casing (if required) or excavation sidewalls during concrete placement. Successful installation of drilled piers is a coordinated effort involving the general contractor, design consultants, subcontractors and suppliers. Each must be properly equipped and prepared to provide their services in a timely fashion. All aspects of concrete design and placement should comply with the American Concrete Institute (ACI) 318 Code Building Code Requirements for Structural Concrete, ACI 336.1 Standard Specification for the Construction of Iel'l ble uuuu III':.esom.,iiria:*ful 111111111 12 DocuSign Envelope ID:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 Geotechnical Engineering Report Proposed Everhart(Alameda to Staples) iiiiiiiii Corpus Christi, Texas Irerracon August 12, 2021 111111111 Terracon Project No. CD215026 Drilled Piers, and ACI 336.3R entitled Suggested Design and Construction Procedures for Pier Foundations. 4.3.3 Foundation Construction Monitoring The performance of the foundation system for the proposed structure will be highly dependent upon the quality of construction. Thus, we recommend that foundation installation be monitored full time by an experienced Terracon soil technician under the direction of our Geotechnical Engineer. During foundation installation, the base should be monitored to evaluate the condition of the subgrade. We would be pleased to develop a plan for compaction and foundation installation monitoring to be incorporated in the overall quality control program. 4.4 Seismic Considerations Description Value 2018 International Building Code Site Classification (IBC) D 2 1 The site class definition was determined using SPT N-values in conjunction with the 2018 IBC and Table 20.3- 1 in the 2010 ASCE-7. 2 Borings extended to a maximum depth of 25 feet, and this seismic site class definition considers that similar conditions continue below the maximum depth of the subsurface exploration. 4.5 Pavements The proposed roadways will need to be designed using the City of Corpus Christi Infrastructure Design Manual, published in March 2013. If this information changes, Terracon should be contacted to review and revise our recommendation as appropriate. Pavement designs were based on the American Association of State Highway and Transportation Officials' (AASHTO) Guide for Design of Pavement Structures (1993) and the design criteria presented in the City of Corpus Christi Infrastructure Design Manual. We have used design criteria for "Primary and Secondary Arterials" with an EASL of 5,000,000 (per CoCC IDM) as requested by the CoCC. 4.5.1 Subgrade Preparation Prior to placing any fill, the subgrade areas should be prepared as described in the Site Preparation section of this report. As previously mentioned, highly expansive clays are present at the project area and can have a significant impact on the proposed pavement. The pavement section will result in estimated soil movements of about 2'/2 inches, thus cracking of asphalt or concrete should be expected. In addition, periodic pavement maintenance should be expected If improved pavement performance (relatively low to moderate movement) is expected and the project budget allows, then we recommend select fill soils be provided beneath the Iel'l b1e uuuu III':�esom.,iiria:*f fl 111111111 13 DocuSign Envelope ID:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 Geotechnical Engineering Report Proposed Everhart(Alameda to Staples) iiiiiiiii Corpus Christi, Texas Irerracon August 12, 2021 111111111 Terracon Project No. CD215026 recommended pavement sections to result in at least 2 feet of relatively inert soil. The recommendations presented below can be applied for the pavement structure to reduce the estimated PVR to about 1'/2 to 2 inches. uuuuui If improved pavement performance is selected, after completing stripping vegetation, loose topsoil and any otherwise unsuitable materials, excavate the on-site soil below the existing grade within the pavement area as needed to result in the recommended depth of 2 feet below the Finished Pavement Subgrade Elevation (FPSE). 11111111111 After removing the on-site soil, proof-roll the exposed subgrade in the pavement area with at least a 15-ton roller, or equivalent equipment, to evidence any weak yielding zones. A Terracon geotechnical engineer or their representative should be present to observe proof-rolling operations. uuuuui Over-excavate any confirmed weak yielding zones, both vertically and horizontally, to expose competent soil. Select fill can be used to restore grade provided that the material is relatively free and clean of deleterious material or materials exceeding 3 inches in maximum dimension. After proof-rolling and the replacement of weak yielding zones, scarify and moisture condition the top 6 inches of the exposed subgrade between optimum to +4 percentage points of optimum moisture content, and compacted to at least 95 percent of the maximum dry density determined in accordance with ASTM D 698. Select fill should be used to achieve the FPSE. Details regarding select fill materials, placement and compaction are presented in the "Fill Materials and Placement" and "Compaction Requirements" sections. Pavement subgrade preparations are included in this section to limit changes in soil moisture conditions to help mitigate the effects of soil movement; however, even if the above recommendations are followed some pavement distress could still occur. 4.5.2 Design Considerations The near-surface clayey soil is anticipated to be the predominate subgrade for the pavements at this site. The thickness of each course is a function of subgrade strength, anticipated traffic volume, design life, serviceability factors, and frost susceptibility. Pavement sections are typically designed using either a CBR value or the modulus of subgrade reaction (k). To evaluate the subgrade CBR value at this site, we obtained a bulk sample of the surficial soils in the area of the proposed roadways. Test results indicate a CBR of 1.5 be used for the design of flexible pavement. The CBR value is consistent with previous test results on similar soils from other parts of the development. Furthermore, we recommend that a rigid Iel'l ble uuuu III':.esom.,iiria:*fifl 111111111 14 DocuSign Envelope ID:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 Geotechnical Engineering Report Proposed Everhart(Alameda to Staples) iiiiiiiii Corpus Christi, Texas Irerracon August 12, 2021 111111111 Terracon Project No. CD215026 concrete pavement be designed using a k value 75 pounds per square inch per inch of deflection (pci)for the analysis of a moisture conditioned subgrade to a depth of 6 inches. The pavement subgrade is expected to consist of natural undisturbed cohesive soils or fill material in cut areas, and cohesive fill utilizing soils taken from the cut to raise grades where required. Proper perimeter drainage is very important and should be provided so infiltration of surface water from unpaved areas surrounding the pavement is minimized. We do not recommend installation of landscape beds or islands in the pavement areas. Such features provide an avenue for water to enter into the pavement section and underlying soil subgrade. Water penetration usually results in degradation of the pavement section with time as vehicular traffic traverses the affected area. Above grade planter boxes, with drainage discharge onto the top of the pavement or directed into sewers, should be considered if landscape features are desired. Curbs should extend through the base and at least 3 inches into the soil subgrade below the base course. This will help reduce migration of subsurface water into the pavement base course from adjacent areas. A crack sealant compatible to both asphalt and concrete should be provided at all concrete-asphalt interfaces. 4.5.3 Design Parameters The 1993 AASHTO pavement design method is typically used in this locale. The AASHTO design parameters include the following: 18-kip Equivalent Single Axle Loads (ESAL), W18 Reliability, R Standard Deviation, So Environmental Effects, APSIENV=APSISW +APSIFH Loss in Serviceability Index Due to Swelling Soils, APSISW Loss in Serviceability Index Due to Frost Heave, APSIFH Initial Serviceability Index, po Minimum Serviceability Index, pt Total Change in Serviceability Index, APS1 = po- pt Effective Road Bed Soil Resilient Modulus, Mr Pavement Service Life, T Values for the above parameters, except for Environmental Effects and Subgrade Resilient Modulus, are included in the City of Corpus Christi Infrastructure Design Manual and are presented below. Recommendations for the Environmental Effects and Subgrade Resilient Modulus along with other pertinent information are presented in the following paragraphs. Iel'l b1e uuuu III'�.eMi ouiiiri„vfi.fl 111111111 15 DocuSign Envelope ID:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 Geotechnical Engineering Report Proposed Everhart(Alameda to Staples) iiiiiiiii Corpus Christi, Texas Irerracon August 12, 2021 111111111 Terracon Project No. CD215026 Flexible pavement design parameters for primary arterials (per CoCC IDM) are presented below. Also, an ESAL of 5,000,000, corresponding to primary arterials have been used for pavement design. Design Parameter Primary Arterial .... .... .... .... .... .... .... .... .... Flexible Pavement Rigid Pavement R 95 percent 95 percent APSI 1.7 2.0 pt 2.5 2.5 T 30 year design life 30 year design life So 0.45 0.39 W18 5,000,000 5,000,000 po 4.2 4.5 Minimum Structural Number(SN) 6.67 --- The resilient modulus value, MR, is based on the most common subgrade soil condition encountered in our borings. The CBR is often used to aid in approximating Mr. Generally, the CBR and Mr can be related as follows: Mr = 2555*CBR"0.64 with Mr given in pounds per square inch (psi). Based on our laboratory test results for this project we recommend a value of 3,312 psi for the Mr for the clayey subgrade at this site. Therefore, based on this CBR value, we recommend using k values of 75 pci for moisture conditioned subgrade and 130 pci for lime treated subgrade. The value of OPSIsw is the portion of design serviceability loss caused by the environmental (APSIENv) factors of swelling soils. Since frost heave is not a concern in this area, the impact due to frost heave (APSIFH) is not considered. Therefore, the environmental impacts (OPSIENv) are reduced to the impact of expansive (swelling) soils only. This environmental factor does reduce the maximum possible performance period of the pavement before an overlay is required to meet the expected service life. Based on the AASHTO design procedure and the subsurface soil properties, the value for the loss in Serviceability Index due to swelling soils (APSlsw) is presented in the following table: Time (years) APSISW 0 0 5 0.18 Iell bIc uuuu III'�.esom.,iiria'vfi.fl 111111111 16 DocuSign Envelope ID:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 Geotechnical Engineering Report Proposed Everhart(Alameda to Staples) iiiiiiiii Corpus Christi, Texas Irerracon August 12, 2021 111111111 Terracon Project No. CD215026 Time (years) APSISW 10 0.28 15 0.34 20 0.37 30 0.40 The next step in the AASHTO method is the determination of the Structural Number (SN), which can either be calculated using formulae in the AASHTO Guide or by using a nomograph contained in the guide. The total required pavement thickness is then based on the following equation: SN = a,•Di-mi+a2•D2•m2+ a3 •D3•m3+... an•Dn•mn Where: an = structural coefficient of material "n", Dn = thickness of material "n", inches mn= drainage coefficient for material "n" Generally, the most cost-effective pavement section can be obtained by maximizing the thicknesses of the materials with the lowest structural coefficient where applicable. Recommended minimum compacted layer thicknesses, approximate structural coefficients, and drainage coefficients are as follows: Pavement Components Minimum Structural Drainage Coefficient Thickness Coefficient Type D HMAC Surface 2 inches 0.44 1.00 Type C HMAC Surface 2 inches 0.44 1.00 Type A or B HMAC Base 4 inches 0.38 1.00 Untreated Flexible Base Material 6 inches 0.11 1.00 Modified Subgrade 6 inches 0.08 1.00 The drainage coefficient, m, is dependent on the quality of drainage in the untreated base and modified subgrade (i.e. lime treated clay) layer of the flexible pavement section. Good drainage (i.e. Drainage Coefficient, m = 1) corresponds to water being removed from each layer in one day; and the pavement structure is exposed to moisture levels approaching saturation from 5 to 25 percent of time. If improper materials are used or standing water can develop due to construction or design deficiencies, the quality of drainage would be fair to very poor, which would reduce the drainage coefficient, m, and ultimately the structural capacity of the pavement. The AASHTO design procedure provides more guidance and discussion regarding this issue. Iel'13ble uuuu III'�.esom.,iiria'vfi.fl 111111111 17 DocuSign Envelope ID:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 Geotechnical Engineering Report Proposed Everhart(Alameda to Staples) iiiiiiiii Corpus Christi, Texas Irerracon August 12, 2021 111111111 Terracon Project No. CD215026 4.5.4 Flexible Pavement Thickness Design Recommendations Asphalt and rigid pavement design recommendations for the provided traffic loading category are outlined in the following table. The recommendations for pavement thickness are based on the borings drilled near the road alignment. Any deviations below subsurface from the encountered soil conditions in borings during the construction need to be notified to Terracon and design recommendations may need to be modified. 5,000,000 ESAL (Primary Arterial) Components Option 1 Option 2 Option 3 Option 4 Warm Mix Asphaltic Concrete (Type D), inches 3.0 3.0 3.0 3.0 Warm Mix Asphaltic Concrete (Type B), inches 9.0 12.0 9.0 11.0 Granular Base Material, inches 18.0 8.0 15.0 7.0 Lime Stabilized Clay Subgrade --- --- 6.0 6.0 Moisture Conditioned Subgrade, inches 6.0 6.0 --- --- Required Structural Number 6.67 Actual Structural Number 6.72 6.76 6.82 6.70 Please note the following: ni Asphaltic base material may be used in place of granular, unbound base material. Every 2.5 inches of granular base material may be replaced with 1 inch of asphaltic base material. The thickness of the asphaltic base material should be at least 4 inches. Thickness of unbound granular base material should be at least 6 inches. RIGID PAVEMENT SYSTEMS—5,000,000 ESAL (Primary Arterial) Components Option 1 Option 2 Reinforced Concrete 12 12'/2 Lime Treated Clay Subgrade 6.0 --- Moisture Conditioned Subgrade --- 6.0 4.5.5 Pavement Section Materials Presented below are selection and preparation guidelines for various materials that may be used to construct the pavement sections. Submittals should be made for each pavement material. The submittals should be reviewed by the Geotechnical Engineer and appropriate members of the design team and should provide test information necessary to verify compliance with the recommended or specified material properties. Iel'l b1e uuuu III'�.esom.,iiria'vf fl 111111111 18 DocuSign Envelope ID:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 Geotechnical Engineering Report Proposed Everhart(Alameda to Staples) iiiiiiiii Corpus Christi, Texas Irerracon August 12, 2021 111111111 Terracon Project No. CD215026 4.5.5.1 Warm Mix Asphaltic Concrete Surface Course The asphaltic concrete surface course should be plant mixed, hot laid Type D Surface. Each mix should meet the master specifications requirements of 2014 TXDOT Standard Specifications Item 341, Item SS 3224 (2011) and specific criteria for the job mix formula. The mix should be compacted between 91 and 95 percent of the maximum theoretical density as measured by TEX-227-F. The asphalt cement content by percent of total mixture weight should fall within a tolerance of ±0.3 percent asphalt cement from the specific mix. In addition, the mix should be designed so 75 to 85 percent of the voids in the mineral aggregate (VMA) are filled with asphalt cement. The grade of the asphalt cement should be PG 70-22 or higher performance grade. Aggregates known to be prone to stripping should not be used in the hot mix. If such aggregates are used measures should be taken to mitigate this concern. The mix should have at least 70 percent strength retention when tested in accordance with TEX-531-C. Pavement specimens, which shall be either cores or sections of asphaltic pavement, will be tested according to Test Method TEX-207-F. The nuclear-density gauge or other methods which correlate satisfactorily with results obtained from project pavement specimens may be used when approved by the engineer. Unless otherwise shown on the plans, the Contractor shall be responsible for obtaining the required pavement specimens at their expense and in a manner and at locations selected by the Engineer. 4.5.5.2 Granular Base Material Base material may be composed of crushed limestone base or crushed concrete meeting all of the requirements of 2014 TxDOT Item 247, Type A, Grade 1-2; including triaxial strength. The material should be compacted to at least 95 percent of the maximum dry density as determined in accordance with ASTM D 1557 at moisture contents ranging from -2 and +3 percentage points of the optimum moisture content. 4.3.5.4 Reclaimed Asphalt Pavement Reclaimed Asphalt Pavement (RAP) shall consist of asphalt coated material only. The RAP shall be free of contamination of dirt, base, concrete or other deleterious materials such as silt and clay. The RAP shall be reclaimed from the roadway and sized to meet contract requirements. The gradation of the RAP shall have 100% passing the 1.25-inch (31.5 mm) sieve. RAP shall be free from dirt, base, concrete or other deleterious materials such as silt and clay. Rubberized crack filler, pavement markers, loop wires, thermoplastic markers, paving fabric and other similar materials shall be removed as observed. Residual materials that cannot be completely removed from the processed RAP may be incorporated into the recycled mix if the Contractor can demonstrate that those added materials will not adversely affect performance. Any such materials retained in the mix shall be appropriately sized and blended so as not to adversely affect the appearance or strength of the recycled pavement. RAP shall meet the requirements of 2014 TxDOT Standard Specification Item 340, Type A or B. Iel'l ble uuuu III':.esom.,iiria:*fifl 111111111 19 DocuSign Envelope ID:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 Geotechnical Engineering Report Proposed Everhart(Alameda to Staples) iiiiiiiii Corpus Christi, Texas Irerracon August 12, 2021 111111111 Terracon Project No. CD215026 4.5.5.5 Concrete Concrete should have a minimum 28-day design compressive strength of 4,500 psi and a minimum of 28-day design flexural strength of 650 psi. 4.5.5.6 Lime Stabilized Clay Subgrade Due to the presence of clay at this site, the clay subgrade may be modified with hydrated lime in accordance with TxDOT Item 260 in order to improve its strength and improve its load carrying capacity. Four tests have been performed for sulfate content in clay soil. The test results shown the clay subgrade is suitable for use of lime. Based on the laboratory test results, we anticipate that approximately 4 percent hydrated lime will be required for clay subgrade. This is equivalent to about 20 pounds of hydrated lime per square yard for a 6-inch treatment depth. The optimum lime content should result in a soil-lime mixture with a pH of at least 12.4 when tested in accordance with ASTM C 977, Appendix A and should reduce the Plasticity Index to 20 or less. The lime should initially be blended with a mixing device such as a Pulvermixer, sufficient water added, and be allowed to cure for at least 48 hours. After curing, the lime-soil should be remixed to meet the in-place gradation requirements of TxDOT Item 260 and compacted to at least 95 percent of the maximum dry density determined in accordance with ASTM D698 at moisture contents ranging from optimum and 4 percentage points above the optimum moisture content. 4.5.5.7 Moisture Conditioned Subgrade The subgrade should be scarified to a depth of 6 inches and clay subgrade should be moisture conditioned between 0 and +4 percentage points of the optimum moisture content and the gravel subgrade should be moisture conditioned between -2 and +3 percentage points of the optimum moisture content. The subgrade should then be compacted to at least 95 percent of the maximum dry density determined in accordance with ASTM D698. Details regarding subgrade preparation and fill placement and compaction are presented in the subsections titled Earthwork and Pavement. 4.5.6 Pavement Joints and Reinforcement The following is recommended for all concrete pavement sections in this report. Refer to ACI 330 "Guide for Design and Construction of Concrete Parking Lots"for additional information. Item Description No. 4 reinforcing steel bars at 16 inches on-center-each-way, Grade 60. Distributed Reinforcing It is imperative that the distributed steel be positioned accurately in the Steel pavement cross section, namely a minimum of 4 inches from the top of the pavement. 15 feet each way for pavement thickness of 6 inches or greater. Contraction Joint Saw cut control joints should be cut within 6 to 12 hours of concrete Spacing placement. Contraction Joint Depth At least '/4 of pavement thickness. Iel'l b1e uuuu III'�.esom.,iiria'vf fl 111111111 20 DocuSign Envelope ID:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 Geotechnical Engineering Report Proposed Everhart(Alameda to Staples) iiiiiiiii Corpus Christi, Texas Irerracon August 12, 2021 111111111 Terracon Project No. CD215026 Item Description Contraction Joint Width One-fourth inch or as required by joint sealant manufacturer. To attempt to limit the quantity of joints in the pavement, consideration can Construction Joint be given to installing construction joints at contraction joint locations, Spacing where it is applicable. Full depth of pavement thickness. Construct sealant reservoir along one Construction Joint edge of the joint. Width of reservoir to be 1/4 inch or as required by joint DepthMidth sealant manufacturer. Depth of reservoir to be at least 1/4 of pavement thickness. Isolation Joint Spacing As required to isolate pavement from structures, etc. Isolation Joint Depth Full depth of pavement thickness. Isolation Joint Width One-half to 1 inch or as required by the joint sealant manufacturer. In this locale, drying shrinkage of concrete typically significantly exceeds anticipated expansion due to thermal affects. As a result, the need for expansion joints is eliminated provided all joints (including saw cuts) are Expansion Joint sealed. Construction of an unnecessary joint may be also become a maintenance problem. All joints should be sealed. If all joints, including sawcuts, are not sealed then expansion joints should be installed. All construction joints should have dowels. Dowel information are presented as follows: Pavement Thickness 12 and 121/2 inches Dowels 11/2 inch diameter Dowel Spacing 12 inches on center Dowel Length 22 inches long Dowel Embedment 10 inches 4.5.7 Pavement Maintenance Pavements should be sloped a minimum of 2 percent to provide rapid drainage of surface water. Water allowed to pond on or adjacent to the pavements could saturate the subgrade and contribute to premature pavement deterioration. In addition, the pavement subgrade should be graded to provide positive drainage within the granular base section. Long-term pavement performance will be dependent upon several factors, including maintaining subgrade moisture levels and providing for preventative maintenance. The following recommendations should be implemented to help promote long-term pavement performance: 111111111 The subgrade and the pavement surface should be designed to promote proper surface drainage, preferably at a minimum grade of 2 percent; 111111111 Install joint sealant and seal cracks immediately; 111111111 Extend curbs into the treated subgrade for a depth of at least 4 inches to help reduce moisture migration into the subgrade soils beneath the pavement section; and Iel'l b1e uuuu III'�.esom.,iiria'vf fl 111111111 21 DocuSign Envelope ID:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 Geotechnical Engineering Report Proposed Everhart(Alameda to Staples) iiiiiiiii Corpus Christi, Texas Irerracon August 12, 2021 111111111 Terracon Project No. CD215026 111111111 Place compacted, low permeability clayey backfill against the exterior side of the curb and gutter. 111111111 Slope subgrade in landscape islands to low points should drain to an appropriate outlet. 111111111 Edge drains are recommended along pavement/ landscape borders. 4.5.9 Pavement Reuse A pulverized, uniform mixture of the existing asphaltic concrete and coarse aggregate base may also be used as a modified subgrade (subbase) and granular base. The material should have particles no larger than 2 inches, and be moisture conditioned to between -2 and +3 percentage points of optimum. The material should be placed in loose lifts of no more than 8 inches in thickness and be compacted to at least 95 percent of the maximum density determined in accordance with ASTM D 698 to achieve compacted lifts of about 6 inches when it is reused as subbase. The existing base material may also be reused in the pavement provided that it is tested and meets the requirements in the "Granular Base Material" section of this report. The bottom 2 inches of the existing base materials need to be discarded as this material may have been mixed with subgrade soil. For pavement granular base course the processed existing pavement materials will need to be compacted at least 95 percent of the maximum dry density as determined by the modified moisture-density relation (ASTM D 1557). 5.0 GENERAL COMMENTS Terracon should be retained to review the final design plans and specifications so comments can be made regarding interpretation and implementation of our geotechnical recommendations in the design and specifications. Terracon also should be retained to provide observation and testing services during grading, excavation, pavement construction and other earth-related construction phases of the project. The analysis and recommendations presented in this report are based upon the data obtained from the borings performed at the indicated locations and from other information discussed in this report. This report does not reflect variations that may occur between borings, across the site, or due to the modifying effects of construction or weather. The nature and extent of such variations may not become evident until during or after construction. If variations appear, we should be immediately notified so that further evaluation and supplemental recommendations can be provided. Prospective contractors should familiarize themselves with the conditions at the site and retain their own experts to interpret the data in this report and perform additional testing and/or inspection as they deem necessary prior to bidding. The scope of services for this project does not include either specifically or by implication any environmental or biological (e.g., mold, fungi, bacteria) assessment of the site or identification or prevention of pollutants, hazardous materials or conditions. If the owner is concerned about the potential for such contamination or pollution, other studies should be undertaken. Iel'l ble uuuu III':.esom.,iiria:*ful 111111111 22 DocuSign Envelope ID:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 Geotechnical Engineering Report Proposed Everhart(Alameda to Staples) iiiiiiiii Corpus Christi, Texas Irerracon August 12, 2021 111111111 Terracon Project No. CD215026 This report has been prepared for the exclusive use of our client for specific application to the project discussed and has been prepared in accordance with generally accepted geotechnical engineering practices. No warranties, either express or implied, are intended or made. Site safety, excavation support, and dewatering requirements are the responsibility of others. In the event that changes in the nature, design, or location of the project as outlined in this report are planned, the conclusions and recommendations contained in this report shall not be considered valid unless Terracon reviews the changes and either verifies or modifies the conclusions of this report in writing. Iel'l b,Ie uuuu III':.esom.,iiria:*fifl 111111111 23 DocuSign Envelope ID:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 APPENDIX A FIELD EXPLORATION iiiiiiiii I I. spni s i,,iio e DocuSign Envelope ID:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 Ili°°IIIIIIIIIII"III""I"" 1 VIII"""'IIIIIIIIII Ii OCA 1""IIIII'I111III'° IIL.. IPS Irerracon Proposed Everhart Road Rehabilitation (Alameda to Staples) uuuuu Corpus Christi, Texas August 12, 2021 uuuuu Terracon Project No. CD215026 Tyw.. W, ,r y ti% JrvM h h aim brF I� yfi Uy i:�l rWn'h'a � 1 l Fla IV 11000 feet 421 lWicrasofk C r,paira on ig 2021 To "roar DIAGRAM IS FOR GENERAL LOCATION ONLY,AND IS NOT INTENDED FOR CONSTRUCTION PURPOSES ROAD MAP PROVIDED BY MICROSOFT BING MAPS DocuSign Envelope ID:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 Ili°°IIIIIIIIIII"III""I"" Illlltt` III'° VIII "' 111i 0(`A""I""III III i III'° IIL..AIIN Proposed Everhart Road Rehabilitation (Alameda to Staples) uuuuu Corpus Christi, Texas August 12, 2021 uuuuu Terracon Project No. CD215026 r' i i j g r l f i v , � A f i r, pll e Y�J /i Je , t / G N . �r Ur i j��k✓7J/ � L fi% ! f l u - AplproxlinnateBorningllLo a@ioin uo � N Y/ h DIAGRAM IS FOR GENERAL LOCATION ONLY,AND IS NOT INTENDED FOR CONSTRUCTION PURPOSES AERIAL PHOTOGRAPHY PROVIDED BY MICROSOFT BING MAPS DocuSign Envelope ID:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 Geotechnical Engineering Report Proposed Everhart(Alameda to Staples) uuuu Corpus Christi, TexasIrerracon August 12, 2021 111111111 Terracon Project No. CD215026 Field Exploration Description Terracon personnel used the site plan provided to establish the bore locations in the field. A copy of the Boring Location Plan indicating the approximate boring locations is included in Appendix A. The location of the boring should be considered accurate only to the degree implied by the means and methods used to define them. A truck-mounted drill rig was used to advance the boreholes. Soil samples were obtained by thin-walled tube and/or split-barrel sampling procedures. In the thin-walled tube sampling procedure, a thin-walled, seamless steel tube with a sharp cutting edge is pushed hydraulically into the soil to obtain a relatively undisturbed sample. In the split barrel sampling procedure, a standard 2-inch outer diameter split barrel sampling spoon is driven into the ground by a 140- pound automatic hammer falling a distance of 30 inches. The number of blows required to advance the sampling spoon the last 12 inches of a normal 18-inch penetration is recorded as the Standard Penetration Test (SPT) resistance value. The SPT resistance values, also referred to as N-values, are indicated on the boring logs at the test depths. The samples are placed in appropriate containers, taken to our soil laboratory for testing, and classified by a geotechnical engineer. In addition, we observe and record groundwater levels during drilling and sampling. Our field representative prepared the field logs as part of the drilling operations. The field logs included visual classifications of the materials encountered during drilling and our field representative interpretation of the subsurface conditions between samples. Each boring log included with this report represents the engineer's/geologist's interpretation of the field logs and include modifications based on visual observations and testing of the samples in the laboratory. The scope of services for our geotechnical engineering services does not include addressing any environmental issues pertinent to the site. Bulk samples of the on-site soils were obtained for use in determining the compaction and pavement bearing characteristics and suitability of the on-site soils for re-use as pavement fill. Iel'l ble uuuuu uuuuuIll''W� 4:wns[ii� 2Exhibit - DocuSign Envelope ID:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 BORING LOG NO. B-13 Page 1 of 1 PROJECT: Proposed Testing for 21056-Everhart CLIENT: City of Corpus Christi TX Alameda to Staples) Corpus Christi,TX SITE: Everhart Rd. (Alameda to Staples) Corpus Christi,TX CD LOCATION See II!'h lor,,titn I''"I n z wATTERBERG Lu w STRENGTH TEST LIMITS w >� } �� w H n z w� w� w >_x Lu — z 1 U Latitude:27.7253°Longitude:-97.3777° _ Lu¢ w Lu a w o w z (� U)Tr. Z Qw }= Z o ¢� Lu LU F- a�� �o ow LL-PL-PI uJ m0 � W 0 U) U) v wo_ DEPTH U PAVEMENT SECTION:8"Asphalt over 5"Caliche Base 1.1 Material FILL-CLAYEY GRAVEL(GC), light brown 29.1 16 3.0 N POSSIBLE FILL-FAT CLAY(CH),with sand,dark gray, F stiff 1.0(HP) 31.1 57-1641 5.0 5 POSSIBLE FILL-SILTY SAND(SM),tan,loose 2.2.3 N=5 10.7 25 J g .. . . . 7.0 LU FAT CLAY(CH),light gray,stiff to very stiff N 516 24.6 56-20-36 of -grayish brown between 8 and 10 feet 0 2.25(HP) 20.0 L -tan below 10 feet 10 a z U) LU LU ❑ 0 2.25(HP) UC 1.61 1.9 31.4 94 74-26-48 96 a 15 N O N N ❑ U J J W 4-5-7 23.4 0 20 N=12 a 0 W c� 0 CL LU 2.25(HP) UC 0.70 1.8 27.0 96 92 Z 25.0 25 K Boring Terminated at 25 Feet 0 2 W W Stratification lines are approximate.In-situ,the transition may be gradual. Hammer Type: Automatic a u) Advancement Method: Seel ,IpIr,,,,i"nd n ni id I+sdi in I'nyr;odur s for a Notes: L6 Hollow Stem Auger description of field and laboratory procedures � used and additional data(If any). o Abandonment Method: Z Borings backfilled with soil cuttings upon completion. - Sealed with bituminous cold patch at surface. U ° WATER LEVEL OBSERVATIONS G Boring Started:06-07-2021 Boring Completed:06-07-2021 Z m 20.0 feet at the completion of drilling Irerracon Drill Rig:CME 75 Driller:EnviroCore 3606 Wow Rd Exhibit A-4 � caved in at 22.0 feet at the completion of drilling Corpus Christi,TX Project No.:CD215026 DocuSign Envelope ID:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 BORING LOG NO. B-14 Page 1 of 1 PROJECT: Proposed Testing for 21056-Everhart CLIENT: City of Corpus Christi TX Alameda to Staples) Corpus Christi,TX SITE: Everhart Rd. (Alameda to Staples) Corpus Christi,TX CD LOCATION See II!'h lor,,titn I''"I n z wATTERBERG Lu w STRENGTH TEST LIMITS w >� } �� w H n z w� w� w >_x Lu — z 1 U Latitude:27.7264°Longitude:-97.3771° _ Lu Q w Lu a w o w z d U)Tr. z Qw }= Z o ¢� Lu LU F- a�� �o ow LL-PL-PI uJ m0 � W 0 0 U) v wo_ DEPTH u PAVEMENT SECTION:6"Asphalt over 9"Caliche Base 1.3 Material FAT CLAY(CH),dark gray,stiff to very stiff 2.75(HP) 30.3 70-30-40 N_ F 2.5(HP) 26.8 q17.0 -light gray below 5 feet 5 LU a 1.75(HP) 31.3 64-21-43 LU Boring Terminated at 7 Feet a 0 LULU a 0 Z U) LU ❑ U) 0 0 a N N N LU❑ U >J 0 Z 0 J Q 0 LUF 0 CLLU Q Z 0 2 0 W W Stratification lines are approximate.In-situ,the transition may be gradual. Hammer Type: Automatic a u) Advancement Method: Seel:::,,p1ni"ndnn niid If l wlugn l'nyr;odur sfora Notes: L6 Hollow Stem Auger description of field and laboratory procedures � used and additional data(If any). o Abandonment Method: zBorings backfilled with soil cuttings upon completion. U 0 Sealed with bituminous cold patch at surface. WATER LEVEL OBSERVATIONS G Boring Started:06-07-2021 Boring Completed:06-07-2021 Z No free water observed m0 Irerracon Drill Rig:CME 75 Driller:EnviroCore 3606 Wow Rd Exhibit A-5 F Corpus Christi,TX Project No.:CD215026 DocuSign Envelope ID:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 BORING LOG NO. B-15 Page 1 of 1 PROJECT: Proposed Testing for 21056-Everhart CLIENT: City of Corpus Christi TX Alameda to Staples) Corpus Christi,TX SITE: Everhart Rd. (Alameda to Staples) Corpus Christi,TX CD LOCATION See II!'h lor,,titn I''"I n z wATTERBERG Lu w STRENGTH TEST LIMITS w >� } �� w H n z w� w� w >_x Lu — z 1 U Latitude:27.7277°Longitude:-97.3762° _ Lu Q w Lu a w o w z d U)Tr. z Qw }= Z o ¢� Lu LU F- a�� �o ow LL-PL-PI uJ m0 � W 0 0 U) v wo_ DEPTH u PAVEMENT SECTION:6"Asphalt over 9"Caliche Base 1.3 Material FAT CLAY(CH),with sand,dark gray,very stiff 3.5(HP) 25.8 78 N_ F 2.5(HP) 27.0 59-28-31 LU -light gray below 5 feet 5 a 2.5(HP) 24.8 17.0 LU Boring Terminated at 7 Feet a 0 LULU a 0 Z U) LU ❑ U) 0 0 a N N N LU❑ U >J 0 Z 0 J Q 0 LUF 0 CLLU Q Z 0 2 0 W W Stratification lines are approximate.In-situ,the transition may be gradual. Hammer Type: Automatic a u) Advancement Method: Seel:::,,p1ni"ndnn niid If l wlugn l'nyr;odur sfora Notes: L6 Hollow Stem Auger description of field and laboratory procedures � used and additional data(If any). o Abandonment Method: zBorings backfilled with soil cuttings upon completion. U 0 Sealed with bituminous cold patch at surface. WATER LEVEL OBSERVATIONS G Boring Started:06-07-2021 Boring Completed:06-07-2021 Z No free water observed m0 Irerracon Drill Rig:CME 75 Driller:EnviroCore U) 3606 Wow Rd F Corpus Christi,TX Project No.:CD215026 Exhibit A-6 DocuSign Envelope ID:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 BORING LOG NO. B-16 Page 1 of 1 PROJECT: Proposed Testing for 21056-Everhart CLIENT: City of Corpus Christi TX Alameda to Staples) Corpus Christi,TX SITE: Everhart Rd. (Alameda to Staples) Corpus Christi,TX CD LOCATION See II!'h lor,,titn I''"I n z wATTERBERG Lu w STRENGTH TEST LIMITS w >� } �� w H n z w� w� w >_x Lu — z 1 U Latitude:27.7290°Longitude:-97.3754° _ Lu Q w Lu a w o w z d U)Tr. z Qw }= Z o ¢� Lu LU F- a�� �o ow LL-PL-PI uJ m0 � W 0 0 U) v wo_ DEPTH u PAVEMENT SECTION:6"Asphalt over 9"Caliche Base 1.3 Material FAT CLAY(CH),dark gray,very stiff 3.0(HP) 21.8 52-16-36 N_ F 2.5(HP) 25.6 q17.0 -with sand and grayish brown below 5 feet 5 u; a 2.0(HP) 31.7 71-29-42 LU Boring Terminated at 7 Feet a 0 LULU a 0 Z U) LU ❑ U) 0 0 a N N N LU❑ U >J 0 Z 0 J Q 0 LUF 0 CLLU Q Z 0 2 0 W W Stratification lines are approximate.In-situ,the transition may be gradual. Hammer Type: Automatic a u) Advancement Method: Seel:::,,p1ni"ndnn niid If l wlugn l'nyr;odur sfora Notes: L6 Hollow Stem Auger description of field and laboratory procedures � used and additional data(If any). o Abandonment Method: zBorings backfilled with soil cuttings upon completion. U 0 Sealed with bituminous cold patch at surface. WATER LEVEL OBSERVATIONS G Boring Started:06-07-2021 Boring Completed:06-07-2021 Z No free water observed m0 Irerracon Drill Rig:CME 75 Driller:EnviroCore 3606 Wow Rd Exhibit A-7 F Corpus Christi,TX Project No.:CD215026 DocuSign Envelope ID:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 BORING LOG NO. B-17 Page 1 of 1 PROJECT: Proposed Testing for 21056-Everhart CLIENT: City of Corpus Christi TX Alameda to Staples) Corpus Christi,TX SITE: Everhart Rd. (Alameda to Staples) Corpus Christi,TX CD LOCATION See II!'h lor,,titn I''"I n z wATTERBERG Lu w STRENGTH TEST LIMITS w >� } �� w H n z w� w� w >_x Lu — z 1 U Latitude:27.7305°Longitude:-97.3744° _ Lu Q w Lu a w o w z d U)Tr. z Qw }= Z o ¢� Lu LU F- a�� �o ow LL-PL-PI uJ m0 � W 0 U) U) v wo_ DEPTH u PAVEMENT SECTION:3"Asphalt over 8"Caliche Base 0.9 Material FAT CLAY(CH),dark gray,very stiff 2.0(HP) 26.7 N -grayish brown between 3 and 5 feet F 2.5(HP) 29.1 59-28-31 LU -tan below 5 feet 5 a 2.5(HP) 19.0 7.0 LU Boring Terminated at 7 Feet a 0 LULU a 0 Z U) LU ❑ U) 0 0 a N N N LU❑ U >J 0 Z 0 J Q 0 LUF 0 CLLU Q Z 0 2 0 W W Stratification lines are approximate.In-situ,the transition may be gradual. Hammer Type: Automatic a u) Advancement Method: Seel:::,,p1ni"ndnn niid If l wlugn l'nyr;odur sfora Notes: L6 Hollow Stem Auger description of field and laboratory procedures � used and additional data(If any). o Abandonment Method: zBorings backfilled with soil cuttings upon completion. U 0 Sealed with bituminous cold patch at surface. WATER LEVEL OBSERVATIONS G Boring Started:06-07-2021 Boring Completed:06-07-2021 Z No free water observed m0 Irerracon Drill Rig:CME 75 Driller:EnviroCore U) 3606 Wow Rd F Corpus Christi,TX Project No.:CD215026 Exhibit A-8 DocuSign Envelope ID:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 BORING LOG NO. B-18 Page 1 of 1 PROJECT: Proposed Testing for 21056-Everhart CLIENT: City of Corpus Christi TX Alameda to Staples) Corpus Christi,TX SITE: Everhart Rd. (Alameda to Staples) Corpus Christi,TX CD LOCATION See II!'h lor,,titn I''"I n z wATTERBERG Lu w STRENGTH TEST LIMITS w >� } �� w H n z w� w� w >_x ui — z 1 U Latitude:27.7319°Longitude:-97.3736° _ Lu Q w Lu a w o W z x d U)Tr. z QW }x z o ¢� LU LU W 0-X �o o w LL-PL-PI uJ m0 � W 0 0 U) v wo_ DEPTH v PAVEMENT SECTION:5"Asphalt over 8"Caliche Base 1.1 Material SANDY FAT CLAY(CH),dark gray,very stiff 3.5(HP) 29.1 59 3.0 N FAT CLAY(CH),grayish brown,stiff 1.5(HP) 27.4 u; 5.0 5 Auger Refusal at 5 Feet a a H H I QO K tr F a z U) LU ❑ Cn 0 0 Ir a N N N LU❑ U >J 0 Z 0 J Q 0 LUF 0 CLLi Q Z 0 2 0 W W Stratification lines are approximate.In-situ,the transition may be gradual. Hammer Type: Automatic a u) Advancement Method: Seel ,IpIr,,,,i"nd n ni id I+sdi in I'nyr;odur s for a Notes: LL Hollow Stem Auger description of field and laboratory procedures ❑ Auger refusal at 5 feet below ground level due to potential used and additional data(If any). � underground concrete stormwater pipe o Abandonment Method: zBorings backfilled with soil cuttings upon completion. U 0 Sealed with bituminous cold patch at surface. 0 WATER LEVEL OBSERVATIONS G Boring Started:06-07-2021 Boring Completed:06-07-2021 Z No free water observed m Irerracon Drill Rig:CME 75 Driller:EnviroCore 3606 Wow Rd F Corpus Christi,TX Project No.:CD215026 Exhibit A-9 DocuSign Envelope ID:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 BORING LOG NO. B-18111 Page 1 of 1 PROJECT: Proposed Testing for 21056-Everhart CLIENT: City of Corpus Christi TX Alameda to Staples) Corpus Christi,TX SITE: Everhart Rd. (Alameda to Staples) Corpus Christi,TX CD LOCATION See II!'h lor,,titn I''"I n z wATTERBERG Lu w STRENGTH TEST LIMITS w >� } �� w H n z w� w� w >_x ui — z 1 v Latitude:27.7318°Longitude:-97.3733° _ Lu a w Lu a w o w z x (� U)Tr. z Qw }x z o ¢� LU LU W 0-X �o o w LL-PL-PI uJ DEPTH ° PAVEMENT SECTION:7"Asphalt over 5"Caliche Base 1.o Material FAT CLAY(CH),with sand,dark gray, medium stiff to 3-6-6 30.6 59-36-23 stiff N=12 3-3-4 32.9 N N=7 0 -grayish brown between 4 and 6 feet 5 1.5(HP) 32.1 82-29-53 LU a -tan below 6 feet a LU 2.0(HP) UC 1.12 4.4 24.0 100 a a ❑ i ° N26 10 26.5 57-22-35 80 LULU � a z w 13.0 o SANDY LEAN CLAY(CL),tan,stiff U) X LU 3-5-5 N--5 28.9 45-19-26 67 10 15 N O o 17.0 ° LEAN CLAY(CL),with sand,tan,medium stiff to very J LU stiff 3-3-5 N=8 28.1 ° 0 20 a 0 H c� 0 CL LU 5-7-10 26.5 K 1125.o N=17 25— X R Boring Terminated at 25 Feet 0 2 LU Stratification lines are approximate.In-situ,the transition may be gradual. Hammer Type: Automatic a u) Advancement Method: Seel ,IpIr,,,,i"nd n ni id I+sdi in I'nyr;odur s for a Notes: L6 Hollow Stem Auger description of field and laboratory procedures � used and additional data(If any). o Abandonment Method: z Borings backfilled with soil cuttings upon completion. U 0 Sealed with bituminous cold patch at surface. ° WATER LEVEL OBSERVATIONS (ZD 13.0 feet during drilling Boring Started:07-15-2021 Boring Completed:07-15-2021 M m 10.0 feet at the completion of drilling Drill Rig:CME 75 Driller:EnviroCore Irerracon U) 3606 Wow Rd FTcaved in at 15.0 feet at the completion of drilling Corpus Christi,TX Project No.:CD215026 Exhibit A-10 DocuSign Envelope ID:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 APPENDIX B LABORATORY TESTING iiiiiiiii I I e s pnm s'i,iio e DocuSign Envelope ID:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 Geotechnical Engineering Report Proposed Everhart(Alameda to Staples) uuuu Corpus Christi, TexasIrerracon August 12, 2021 111111111 Terracon Project No. CD215026 Laboratory Testing Samples retrieved during the field exploration were taken to the laboratory for further observation by the project geotechnical engineer and were classified in accordance with the Unified Soil Classification System (USCS) described in this Appendix. At that time, the field descriptions were confirmed or modified as necessary and an applicable laboratory testing program was formulated to determine engineering properties of the subsurface materials. Laboratory tests were conducted on selected soil samples and the test results are presented in this appendix. The laboratory test results were used for the geotechnical engineering analyses, and the development of foundation and earthwork recommendations. Laboratory tests were performed in general accordance with the applicable ASTM, local or other accepted standards. Selected soil samples obtained from the site were tested for the following engineering properties: Moisture Content California Bearing Ratio Atterberg Limits Percent Passing the No. 200 Sieve Moisture Density Relationship Unconfined Compressive Strength Lime Series Sulfate Content Sample Disposal All samples were returned to our laboratory. The samples not tested in the laboratory will be stored for a period of 30 days subsequent to submittal of this report and will be discarded after this period, unless other arrangements are made prior to the disposal period. kwai'i mt:is uuuuu uuuuu III'IIe porms'[iie Exhibit B-1 DocuSign Envelope ID:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 Laboratory Compaction Characteristics of Soil Sample Information Sample Number: Bulk Sample Material Designation: CH Boring Number: B-13 through B-18 Test Method: ASTM D698 Sample Location: N/A Test Procedure: A Depth (ft): 1 to 3 Sample Preparation: Wet Rammer: Mechanical X Manual Sample Description: Dark Gray Sandy Fat Clay Atterberg Limits: Liquid Limit: 69 TEST RESULTS Plastic Limit: 20 Maximum Dry Unit Wt.: 95.3 pcf Plasticity Index: 49 Optimum Water Content: 22.7 % Natural Moisture (%): 27.4 Zero air voids for specific gravity of 2.71 97 95 Q L 93 .E 91 89 18 20 22 24 26 28 30 Water Content,% • Lab Curve ■ Maximum Dry Unit Weight&Optimum Water Content ZeroAir Voids Poly.(Lab Curve) Project Mngr. TA Project No. CD215026 Laboratory Standard Proctor Test EXHIBIT Drawn By: Scale Irerracon As Shown Consulting Engineers and Scientists sed Everhart Road Rehabilitation(Alameda to St Checked By: File No. GPS CD215026Blanco Everhart Road B-2 Ant 78 San Antonio,TX 78216 Approved By: GPS Date: 7/7/2021 21 M41-2112 Corpus Christi,TX DocuSign Envelope ID:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 California Bearing Ratio of Laboratory-Compacted Soils Sample Information Sample Number: Bulk Sample Proctor Method: D698 Boring Number: B-13 through B-18 Maximum Dry Density(pcf): 95.3 Sample Location: N/A Optimum Moisture (%): 22.7 Depth: 1 to 3 Liquid Limit: 69 Plasticity Index: 49 Material Description: Dark Gray Sandy Fat Clay 45 Test information Surcharge Wgt(lbs): 40 II III 35 Soaked: X w ••, mm.•� II Unsoaked: a 30 N Length of Soak (hrs): 96 ° 25 1111111 Illh'""'MM.- - " IIIIIII ' 0 20 "' Load Penetration Curve N ••• Correction Required: No CD 15 L 10 5 0 VIII 0.00 0.10 0.20 0.30 0.40 0.50 Penetration(inches) Sample 1 Sample 2 uF••••-Sample 3 Test Results Test Sample No. 1 2 3 4 Density Data Dry Density before Soaking, (pcf) 86.5 91.5 94.7 Degree of Compaction, (%) 90.8 96.0 99.4 Dry Density after Soaking, (pcf) 84.2 88.0 86.7 Moisture Content, (%) Before Compaction 24.0 24.7 24.5 After Compaction 24.2 24.7 24.6 Top 1"After Soaking 40.2 40.8 37.5 Average After Soaking 34.3 31.0 29.1 Swell, (%) 3.1 4.5 9.9 0.0 Bearing Ratio @ 0.100 inch 1.3 1.3 1.9 @ 0.200 inch 1.3 1.5 1.8 Project Mngr. TA Project No. CD215026CBR of Lab Compacted Soils EXHIBIT Drawn By: Scale As Shown Consulting Engineers and Scientists sed Everhart Road Rehabilitation(Alameda to St Checked By: GPS File No. CD215026 6911 Blanco Rd Everhart Road B-3 Approved By: Date: San Antonio,TX GPS 7/7/2021 21x641-2112 Corpus Christi,TX DocuSign Envelope ID:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 SOIL-LIME MIXTURE DESIGN USING PLASTICITY INDEX (TEX-112-E) 60 50 40 x m v _c 30 .y IL 20 10 0 0 1 2 3 4 5 6 7 8 9 Percent Hydrated Lime(by dry unit weight of soil) Project No. CD215026 Date 07/19/21 Exhibit B-4 TERRACON CONSULTANTS, INC. DocuSign Envelope ID:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 HYDRATED LIME FOR SOIL STABILIZATION USING pH (ASTM C 977) 14 12 10 8 x CL 6 4 2 0 0 1 2 3 4 5 6 7 8 9 Percent Hydrated Lime(by dry unit weight of soil) Project No. CD215026 Date 07/19/21 Exhibit B-5 TERRACON CONSULTANTS, INC. DocuSign Envelope ID:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 APPENDIX C SUPPORTING DOCUMENTS �:Ziiinfli,iable uuuuu uuuuuIII':Ri^sporiiii 'riu DocuSign Envelope ID:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 GENERAL NOTES DESCRIPTION OF SYMBOLS AND ABBREVIATIONS Water Initially (HP) Hand Penetrometer R N Encountered Water Level After a Auger Split Spoon Specified Period of Time (T) Torvane ' J V Water Level After N W a Specified Period of Time I-- (b/f) Standard Penetration rn Test(blows per foot) Z Shelby Tube Macro Core W W _J J Water levels indicated on the soil boring J (PID) Photo-Ionization Detector a W logs are the levels measured in the W0 n borehole at the times indicated. NF_ 19level variations will occur LL (OVA) Organic Vapor Analyzer Ring Sampler Rock Core over time. In low permeability soils, e accurate determination of groundwater levels is not possible with short term water level observations. Grab Sample No Recovery DESCRIPTIVE SOIL CLASSIFICATION Soil classification is based on the Unified Soil Classification System. Coarse Grained Soils have more than 50% of their dry weight retained on a#200 sieve; their principal descriptors are: boulders, cobbles, gravel or sand. Fine Grained Soils have less than 50%of their dry weight retained on a#200 sieve;they are principally described as clays if they are plastic, and silts if they are slightly plastic or non-plastic. Major constituents may be added as modifiers and minor constituents may be added according to the relative proportions based on grain size. In addition to gradation, coarse-grained soils are defined on the basis of their in-place relative density and fine-grained soils on the basis of their consistency. LOCATION AND ELEVATION NOTES Unless otherwise noted, Latitude and Longitude are approximately determined using a hand-held GPS device. The accuracy of such devices is variable. Surface elevation data annotated with +/- indicates that no actual topographical survey was conducted to confirm the surface elevation. Instead,the surface elevation was approximately determined from topographic maps of the area. RELATIVE DENSITY OF COARSE-GRAINED SOILS CONSISTENCY OF FINE-GRAINED SOILS (More than 50%retained on No.200 sieve.) (50%or more passing the No.200 sieve.) Density determined by Standard Penetration Resistance Consistency determined by laboratory shear strength testing,field Includes gravels,sands and silts. visual-manual procedures or standard penetration resistance Descriptive Term Standard Penetration or Ring Sampler Descriptive Term Unconfined Compressive Standard Penetration or Ring Sampler (Density) N-Value Blows/Ft. (Consistency) Strength,Qu,tsf N-Value Blows/Ft. Blows/Ft. Blows/Ft. W H Very Loose 0-3 0-6 Very Soft less than 0.25 0-1 <3 2 ~ L7 Loose 4-9 7-18 Soft 0.25 to 0.50 2-4 3-4 Z W Medium Dense 10-29 19-58 Medium-Stiff 0.50 to 1.00 4-8 5-9 H U) Dense 30-50 59-98 Stiff 1.00 to 2.00 B-15 10-18 Very Dense >50 >99 Very Stiff 2.00 to 4.00 15-30 19-42 Hard >4.00 >30 >42 RELATIVE PROPORTIONS OF SAND AND GRAVEL GRAIN SIZE TERMINOLOGY Descriptive Term(s) Percent of Maior Component Particle Size of other constituents Dry Weight of Sample Trace < 15 Boulders Over 12 in. (300 mm) With 15-29 Cobbles 12 in.to 3 in. (300mm to 75mm) Modifier >30 Gravel 3 in.to#4 sieve(75mm to 4.75 mm) Sand #4 to#200 sieve(4.75mm to 0.075mm Silt or Clay Passing#200 sieve(0.075mm) RELATIVE PROPORTIONS OF FINES PLASTICITY DESCRIPTION Descriptive Term(s) Percent of Term Plasticity Index of other constituents DU Weight Non-plastic 0 Trace <5 Low 1 -10 With 5-12 Medium 11 -30 Modifier > 12 High >30 Irerracon Exhibit C-1 DocuSign Envelope ID:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 UNIFIED SOIL CLASSIFICATION SYSTEM Soil Classification Criteria for Assigning Group Symbols and Group Names Using Laboratory Tests A Group Group Name Symbol Gravels: Clean Gravels: Cu>4 and 1 <Cc<3 E GW Well-graded gravel F More than 50%of Less than 5%fines o I Cu<4 and/or 1 >Cc>3 E GP Poorly graded gravel F coarse fraction retained Gravels with Fines: Fines classify as ML or MH GM Silty gravel F o" Coarse Grained Soils: on No.4 sieve More than 12%fines Fines classify as CL or CH GC Clayey gravel F,o" More than 50%retained on No.200 sieve Sands: Clean Sands: Cu>6 and 1 <Cc<3 E SW Well-graded sand' 50%or more of coarse Less than 5%fines° Cu<6 and/or 1 >Cc>3 E SP Poorly graded sand' fraction passes No.4 Sands with Fines: Fines classify as ML or MH SM Silty sand o,".' sieve More than 12%fines° Fines classify as CL or CH SC Clayey sand c"' Inorganic: PI>7 and plots on or above«A„line J CL Lean clay K L M Silts and Clays: PI<4 or plots below"A"line J ML Silt KLM Liquid limit less than 50 Liquid limit-oven dried Organic clay K L,M" Fine-Grained Soils: Organic: <0.75 OL K,L,M,o Liquid limit-not dried Organic silt 50%or more passes the .... .... .... .... .... ... .. ... .... ... .... ... No. 200 sieveInorganic: PI plots on or above"A"line CH Fat clay K L M Silts and Clays: PI plots below"A"line MH Elastic Silt K,L,M Liquid limit 50 or more Liquid limit-oven dried Organic clay K,L,M,P Organic: <0.75 OH K,L,M,Q Liquid limit-not dried Organic silt Highly organic soils: Primarily organic matter,dark in color,and organic odor PT Peat A Based on the material passing the 3-inch(75-mm)sieve "If fines are organic,add"with organic fines"to group name. B If field sample contained cobbles or boulders,or both, add"with cobbles If soil contains>_15%gravel,add"with gravel"to group name. or boulders,or both"to group name. If Atterberg limits plot in shaded area,soil is a CL-ML,silty clay. °Gravels with 5 to 12%fines require dual symbols: GW-GM well-graded K If soil contains 15 to 29%plus No.200,add"with sand"or"with gravel," gravel with silt,GW-GC well-graded gravel with clay, GP-GM poorly whichever is predominant. graded gravel with silt,GP-GC poorly graded gravel with clay. L If soil contains>_30%plus No.200 predominantly sand,add"sandy"to °Sands with 5 to 12%fines require dual symbols: SW-SM well-graded group name. sand with silt,SW-SC well-graded sand with clay,SP-SM poorly graded "'If soil contains>_30%plus No.200, predominantly gravel,add sand with silt,SP-SC poorly graded sand with clay "gravelly"to group name. z "PI>_4 and plots on or above"A"line. E Cu= Dso/D,o Cc= (Dao) °PI<4 or plots below"A"line. Dio x Dso P PI plots on or above"A"line. F If soil contains>_15%sand,add"with sand"to group name. o PI plots below"A"line. G If fines classify as CL-ML,use dual symbol GC-GM, or SC-SM. 60 For classification of fine-grained �'� soils and fine-grained fraction 50 of coarse-grained soils Equation of"A" line P C- Horizontal at P1=4 to LL=25.5. X 40 = then P1=0.73(LL-20) 0*10 W Equation of"U"-line °i Z Vertical at LL=16 to PI=7, G H 30 then P1=0.9(LL-8) / d— mat 20 G MH or OH CL ' 10 „ 4 -- Z CL- ML, ML or OL Q 0 10 16 20 30 40 50 60 70 80 90 100 110 LIQUID LIMIT (LL) Irerracon Exhibit C-2 DocuSign Envelope ID:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 PART B CITY OF CORPUS CHRISTI SIGNALIZATION STANDARD PRODUCT LIST DocuSign Envelope ID:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 City of Corpus Christi Signalization Standard Product List 1. Wavetronix SmartSensor Matrix—Part Number—WX-SS-225 and recommended accessories(to include a Click 656) 2. Battery Back-Up System (BBS) -Alpha Technologies—FXM HP 1100—Rugged UPS Module with 48" Outdoor BBS Enclosure (SE48-1616) (To Include All System Options). 3. NEMA TS2 Type 1 Traffic Signal Controller Cabinet a. Henke Enterprises 5423-K revl b. MoboTrex TF5116TCCTX01 4. Econolite—NEMA TS2 Fully-Actuated ATC Controller—Cobalt ATC1000 5. AXIS P5655-E PTZ, Network Dome Camera a. AXIS 30 W Midspan b. AXIS T91G61 Wall Mount c. AXIS T911357 Pole Mount 6. Louvered Vacuum Formed ABS Backplates—3M, 2" Yellow Reflective Tape 7. Astro Sign-Brac,Galaxy 1-Way Cable Mount:AG-0125 stainless steel,96" cable length 8. EDI (Eberle Design Inc.)—Smart Monitor—MMU2-16LEip with 10/100 Mbps Ethernet Port 9. EDI (Eberle Design Inc.) PS-250 Heavy Duty Cabinet Power Supply 10. EDI (Eberle Design Inc.) BI U-700, NEMA TS-2 Bus Interface Unit 11. Polara APS—iNS APS with iDetect 2-Wire System 12. Miovision TrafficLink Detection a. MioVision SmartView 360 b. MioVision Core DCM 13. Quazite Hubbell Ground Box 14. Dialight Signal Heads a. Dialight 12" ITE Compliant XOD15 b. Dialight 12" ITE Compliant XL15 15. Dialight—Uniform Appearance Countdown Pedestrian Signals—Part No.430-6479-001X 16. Duralight ILSN—JXM-STN LED Internally Illuminated Street Name Sign 17. Duralight LED Roadway Luminaire a. Part Number DURA-STR-25-4K-120-2-GR-SCLB DocuSign Envelope ID:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 18. Valmont Mitigator-TRI Wind Damper 19. (IMSA) International Municipal Signals Association Traffic Signal Cable Specification 19-1 and 20-1. 20. AEP Meter Socket: Milbank UAP9581-RL-AEP 21. PDC Solid State Flasher—SSF-86-3 DocuSign Envelope ID:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 0 WAVE 1 SmartSensor Matrix The SmartSensorr" Matrix is a first-of-its-Kind stop bar presence detector designed for use at signalized intersections to detect vehicles with the reliability of radar and With all the advantages of non-intrusive detection. Features / r. r/9 rlh Y ) YPl/S1Y �/YJj ■ Matrix of 16 radars for two-dimensional ■ Supports curved and angled lanes coverage ■ Includes preassembled cabinet back- ■ Tracks vehicles through a 90 degree plate,reducing the need to field wire field of view that extends out 140 ft. ■ Automated manufacturing process f� 42.7 m ■ Patented auto confi guration process ■ Includes Radar Vision'°'technology to ■ Patented Digital Wave Radar JITItech- detect echdetect and track in two dimensions nology ■ Reports real-time presence of both ■ Remote accessible for traffic monitor- moving and stopped vehicles ing and sensor management �, /l /jg ,,1 ■ Standard detector rack contact-closure ■ Flash upgradable rll � interface ■ Robust to changing temperature, light ■ Easy to install and operate and weather conditions 15-35 ft. (see mounting Mounts on guidelines) veritcal pole ----- � or mast arm -------------® __® ------------ --- == 140 ft. PLAN VIEW wx-500-0071 DocuSign Envelope ID:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 SmartSensor Technical Specifications Ordering Information Sensor Outputs ■ Real-time presence data in 10 lanes SmartSensor Matrix ■ Maximum number of zones:16 55-225 ■ Maximum number of channels:16 ■ User-selectable zone to channel mapping ■ AND logic triggers the channel when all the selected zones are ACCESSORIES active 55-KIT—Wavetronix install kit ■ OR logic used to combine multiple zones to a channel output SS-112/114— Click 112/114 rack cards ■ Channel output extend and delay functionality ■ Algorithms mitigate detections from wrong way or cross traffic 55-704-xxx/705 — SmartSensor 6-conductor ■ Fail-safe mode for contact closure outputs if communication is cable lost SS-611 - SmartSensor mount Detectable Area SS-B01-0003/0005/0008- Intersection preas- ■ Detection range:6 to 140 ft.(1.8 to 42.7 m) sembled backplate - AC ■ Field of view:90' 55-B01-0004/0006 - Intersection preassem- ■ Flexible lane configuration support including: bled backplate - DC ❑ Up to 10 lanes 55-602-0002/0003 - Intersection preassem- ❑ Curved lanes bled 19-inch rack ❑ Islands and medians 55-710 - Sensor cable junction box System Hardware ■ A SmartSensor Matrix corner radar for each approach ■ Either one of the following: Wavetronix ❑ A traffic cabinet preassembled backplate with AC/DC power 78 East 1700 South conversion,surge suppression,terminal blocks for cable landing,communication connection points;can be cabinet Provo, ' side mount or rack mount 801.734.7200 ❑ A cabinet interface device(the Click 600 or 650)that performs the following functions:power conversion,surge protection,communication with a connected computer, communication with contact closure devices/traffic controller ■ Contact closure input file cards(if necessary): ❑ 2 or 4 channel ■ Resistant to corrosion,fungus, moisture deterioration,and ❑ Compatible with industry standard detector racks ultraviolet rays ■ Enclosure: Lexan EXL polycarbonate Maintenance ■ Outdoorweatherable:UL74GC ■ No cleaning or adjustment necessary ■ Watertight by NEMA 250 standard ■ No battery replacement necessary ■ NEMA 250 compliant for: ■ Recalibration is not necessary ❑ External icing(clause 5.6) ■ Mean time between failures:10 years(estimated based on ❑ Hose down(clause 5.7) manufacturing techniques) ❑ 4X corrosion protection(clause 5.10) ❑ Gasket(clause 5.14) Physical Properties ■ Withstands 5-ft.(1.5-m)drop ■ Weight:4.2 lbs. (1.9 kg) ■ Connector:MIL-C-26482 ■ Physical dimensions:13.2 in.x 10.6 in.x 3.3 in.(33.5 cm x 26.9 ■ Rotational backplate for 360'of roll cm x 8.4 cm) DocuSign Envelope ID:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 0 WAVE 1 Electrical ❑ Sensor configuration back-up and restore ■ Power consumption:9 W ❑ Backed-up sensor configurations can be viewed and edited ■ Supply voltage:10-28 VDC ❑ Real-time traffic visualization for performance verification ■ Onboard surge protection and traffic display ❑ Zone and channel actuation display Communication Ports ❑ Virtual sensor connections for demonstration and training ■ Two half-duplex RS-485 com ports support: ❑ Local or remote sensor firmware upgradability ❑ Dedicated detection comms Operating Conditions iiConfiguration,verification or traffic display without disrupt- ing detection comms ■ Accurate performance in: ■ Firmware upgradability over any com port ❑ Rain up to 1 in.(2.5 cm)per hour ■ User configurable: ❑ Freezing rain ❑ Response delay ❑ Snow ❑ Push port ❑ Wind ❑ Dust Radar Design ❑ Fog ■ Operating frequency:24.0-24.25 GHz(K-band) ❑ Changing temperature ■ Matrix of 16 radars ❑ Changing lighting(even direct light on sensor at dawn and ■ No manual tuning to circuitry dusk) ■ Transmits modulated signals generated digitally ■ Ambient operating temperature:-40°F to 165°F(-40°C to 74'C) ■ No temperature-based compensation necessary ■ Humidity:Up to 95%RH(non-condensing) ■ Bandwidth stable within 1% ■ Printed circuit board antennas Testing ■ Antenna vertical 6 dB beam width(two-way pattern):65° ■ Tested under FCC CFR 47,part 15,section 15.249 ■ Horizontal field of view:90° ■ FCC certification on product label ■ Antenna two-way sidelobes:-40 dB ■ FCC regulation-compliant for life of the sensor ■ Transmit bandwidth:245 MHz ■ Tested under IEC 61000-4-5 class 4 ■ Un-windowed resolution:2 ft.(0.6 m) ■ Tested under NEMA TS 2-2003 ■ RF channels:8 ❑ Shock pulses of 10 g,11 ms half sine wave ■ Self-test for verifying hardware functionality ❑ Vibration of 0.5 g up to 30 Hz ■ Diagnostics mode forverifying system functionality ❑ 300 V positive/negative pulses ❑ Stored at-49°F(-45°C)for 24 hours Configuration ❑ Stored at 185°F(85°C)for 24 hours ■ Automatic and manual configuration of lanes,stop bars and ❑ Operation at-29.2°F(-34°C)and 10.8 VDC zones ❑ Operation at-29.2°F(-34°C)and 26.5 VDC ■ Lane positioning increment:1 ft.(0.3 m) ❑ Operation at 165.2°F(74°C)and 26.5 VDC ■ Four-sided zones of any shape and size ❑ Operation at 165.2°F(74°C)and 10.8 VDC ■ Overlapping zones supported ■ Sensor reconfiguration without detection disruption supported Manufacturing ■ Graphical user interface with traffic pattern display ■ Manufactured in the USA ■ Counting and Pulsed channels supported ■ Surface mount assembly ■ Windows Mobile°-compatible software ■ IPC-A-610C Class 2-compliant ■ Supported operating systems: ■ Operational testing: ❑ Windows Vista ❑ Sub-assembly test ❑ Windows 7 ❑ 48-hour unit level burn-in ❑ Windows 8 ❑ Final unit test ❑ Windows 10 ■ Unit test results available ■ Software-supported functionality: ❑ TCP/IP connectivity DocuSign Envelope ID:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 SmartSensor Support ■ Training and tech support available from Wavetronix ■ Wavetronix training includes: ❑ Installation and configuration instruction to ensure accu- rate performance ❑ Classroom and in-field instruction ❑ Knowledgeable trainers ❑ Use of presentation materials ❑ Virtual configuration using computer playback ❑ Instruction in use of computer and handheld devices and other necessary equipment ■ Wavetronix tech support includes: ❑ Technical representatives available for installation and configuration ❑ Ongoing troubleshooting and maintenance support Documentation ■ Instructional training guide ■ Comprehensive user guide ■ Installer quick-reference guide ■ User quick-reference guide ■ Documentation available upon request: ❑ FCC certification ❑ CE certification ❑ IEC 61000-4-5 class 4 test report Warranty ■ Two-year warranty against material and workmanship defect Warranty(see SmartSensor Warranty datasheet for complete details) The advertised detection accuracy of the company's sensors is based on both external and internal testing,as outlined in each product's specification document. Although our sensors are very accurate by industry standards,like all other sensor manufacturers we cannot guarantee perfection or assure that no errors will ever occur in any particular applications of our technology.Therefore,beyond the express Limited Warranty that accompanies each sensor sold by the company,we of- fer no additional representations,warranties,guarantees or remedies to our customers.It is recommended that purchasers and integrators evaluate the accuracy of each sensor to determine the acceptable margin of error for each application within their particular system(s). • • DocuSign Envelope ID:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 0 WAVE 1 SmartSensor Matrix Bid Specification 1.0 General.This item shall govern the purchase of aboveground radar presence detector(RPD)equivalent to the Wavetronix SmartSensorT'Matrix. An RPD detects vehicles by transmitting electromagnetic radar signals through the air.The signals bounce off vehicles in their paths and part of the signal is returned to the RPD.The returned signals are then processed to determine traffic parameters. RPDs are not affected by normal weather and environmental conditions such as rain,wind,snow,dust,etc.They also do not require cleaning and can maintain performance over a wide range of ambient temperatures. RPDs provide a non-intrusive means of detecting traffic."Ibis property not only makes them safer to install but also more cost effective than sensors that require roadway modifications or placement. 2.0 Sensor Outputs.The RPD shall present real-time presence data in 10 lanes. The RPD shall support a minimum of 16 zones. The RPD shall support a minimum of 16 channels. The RPD shall support user-selectable zone to channel mapping. The RPD shall use AND logic to trigger channels when all selected zones are active. The RPD shall use OR logic to combine multiple zones to a channel output,and shall have channel output extend and delay functionality. The RPD algorithms shall mitigate detections from wrong way or cross traffic. The RPD system shall have fail-safe mode capabilities for contact closure outputs if communication is lost. 3.0 Detectable Area. 3.1 Detection Range.The RPD shall be able to detect and report presence in lanes with boundaries as close as 6 ft.(1.8 m) from the base of the pole on which the RPD is mounted. The RPD shall be able to detect and report presence in lanes located within the 140 ft.(42.7 m)arc from the base of the pole on which the RPD is mounted. 3.2 Field of View.The RPD shall be able to detect and report presence for vehicles within a 90 degree field of view. 3.3 Lane Configuration.The RPD shall be able to detect and report presence in up to 10 lanes. The RPD shall be able to detect and report presence in curved lanes and areas with islands and medians. 4.0 System Hardware.For each approach to be detected,one RPD corner radar shall be used. 4.1 Connectivity and Surge. Each RPD shall be used with a preassembled backplate or a cabinet interface device. If a traffic cabinet preassembled backplate,it shall have the following: • AC/DC power conversion • Surge protection • Terminal blocks for cable landing • Communication connection points • The preassembled backplate for the RPD shall be a cabinet side mount or rack mount DocuSign Envelope ID:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 SmartSensor Matrix If a cabinet interface device,it shall be a single device that performs the following functions: • Provide DC power to up to four connected sensors • Provide surge protection for those sensors • Communicate between the device and a connected computer • Communicate with contact closure devices and/or a traffic controller 4.2 Contact Closure Input File Cards.The RPD may use contact closure input file cards with 2 or 4 channel capabilities. the contact closure input file cards for the RPD shall be compatible with industry standard detector racks. 5.0 Maintenance.The RPD shall not require cleaning or adjustment to maintain performance. The RPD shall not rely on battery backup to store configuration information,thus eliminating any need for battery replacement. Once the RPD is calibrated,it shall not require recalibration to maintain performance unless the roadway configuration changes. The mean time between failures shall be 10 vears,which is estimated based on manufacturing techniques. 6.0 Physical Properties.The RPD shall not exceed 4.2 lbs.(1.9 kg)in weight. The RPD shall not exceed 13.2 in.by 10.6 in.by 3.3 in.(33.5 cm x 26.9 cm x 8.4 cm)in its physical dimensions. All external parts of the RPD shall be ultraviolet-resistant,corrosion-resistant,and protected from fungus growth and moisture deterioration. 6.1 Enclosure.The RPD shall be enclosed in a Lexan EXL polycarbonate. The enclosure shall be classified"fl"outdoor weatherability in accordance with UL 746C. The RPD shall be classified as watertight according to the NEMA 250 standard. The RPD enclosure shall conform to test criteria set forth in the NEMA 250 standard for type 4X enclosures.Test results shall be provided for each of the following type 4X criteria: • External icing(NEMA 250 clause 5.6) • Hose-down(NEMA 250 clause 5.7) • 4X corrosion protection(NEMA 250 clause 5.10) • Gasket(NEMA 250 clause 5.14) The RPD shall be able to withstand a drop of up to 5 ft.(1.5 m)without compromising its functional and structural integ- rity. The RPD enclosure shall include a connector that meets the MIL-C-26482 specification.The MIL-C-26482 connector shall provide contacts for all data and power connections. 7.0 Electrical.The RPD shall consume less than 10 W. The RPD shall operate with a DC input between 10 VDC and 28 VDC. The RPD shall have onboard surge protection. S.0 Communication Ports.The RPD shall have two communication ports,and both ports shall communicate independently and simultaneously. Two independent communication ports allow one port to be used for configuration,verification andtraffic monitoring without interrupting communications on the dedicated data port. www.wavetronix.com DocuSign Envelope ID:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 0 WAVE 1 The RPD shall support the upload of new firmware into the RPD's non-volatile memory over either communication port. The RPD shall support the user configuration of the following: • Response delay • Push port The communication ports shall support a 9600 bps baud rate. 9.0 Radar Design.The RPD shall be designed with a matrix of 16 radars. The matrix of16 radars enables the sensor to provide detection over a large area and to discriminate lanes. 9.1 Frequency Stability.The circuitry shall be void of any manual tuning elements that could lead to human error and degraded performance over time. All transmit modulated signals shall be generated by means of digital circuitry,such as a direct digital synthesizer,that is referenced to a frequency source that is at least 50 parts per million(ppm)stable over the specified temperature range,and ages less than 6 ppm per year.Any upconversion of a digitally generated modulated signal shall preserve the phase stability and frequency stability inherent in the digitally generated signal. This spec cation ensures that,during operation,the RPD strictly conforms to FCC requirements and that the radar signal quality is maintained for precise algorithmic quality.Analog and microwave components within an RPD have characteristics that change with temperature variations and age.If the output transmit signal is not referenced to a stable frequency source,then the RPD is likely to experience unacceptable frequency variations which may cause it to transmit out of its FCC allocated band and thus will be non-compliant with FCC regulations. The RPD shall not rely on temperature compensation circuitry to maintain transmit frequency stability. Temperature-based compensation techniques have been shown to be insufficient to ensure transmit frequency stability. One reason this type of technique is not szfcient is that it does not compensate for frequency variations due to component aging. The bandwidth of the transmit signal of the RPD shall not vary by more than 1%under all specified operating conditions and over the expected life of the RPD. The bandwidth of an RPD directly affects the measured range of a vehicle.A change in bandwidth causes a direct error in the measured range,i.e.,a 5010 change in bandwidth would cause a range error of 10 ft. (3 m)far a vehicle at 200 ft.(61 m).If the bandwidth changes by more than 1%due to seasonal temperature variations and component aging,then the RPD will need to be frequently reconfigured to maintain the spec�fied accuracy. 9.2 Antenna Design.The RPD antennas shall be designed on printed circuit boards. Printed circuit board antennas eliminate the need for RF connectors and cabling that result in decreased reliability.Printed circuit antennas are less prone to physical damage due to their extremely low mass. The vertical beam width of the RPD at the 6 dB points of the two-way pattern shall be 65 degrees or greater. The antennas shall cover a 90 degree horizontal field of view. The sidelobes in the RPD two-way antenna pattern shall be-40 dB or less. Low sidelobes ensure that the performance from the antenna beam widths is fully achieved. 9.3 Resolution.The RPD shall transmit a signal with a bandwidth of at least 245 MHz. Die bandwidth of the transmit signal translates directly into radar resolution,which contributes directly to detection performance. For example,an RPD that transmits at a low bandwidth will have low radar resolution,which could cause it to count a single DocuSign Envelope ID:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 SmartSensor Matrix vehicle as two vehicles in adjacent lanes.As another example of the adverse effects of law radar resolution,the response from a sign or other radar target in the roadway may spill over into the lanes oftravel and desensitize the radar.In order to achieve the spec�6ed detection accuracy in a variety of conditions,the unwindowed radar resolution cannot be larger than 2 ft. (0.6 m)at the half-power level,which requires a bandwidth of240 MHz.The high radar resolution reduces the problem of vehicle responses getting drowned out by brighter vehicles in adjacent lanes and improves performance for moving and stopped vehicles near roadway targets. 9.4 RF Channels.'Ihe RPD shall provide at least 8 RF channels so that multiple units can be mounted in the same vicin- ity without causing interference between them. 9.5 Verification.The RPD shall have a self-test that is used to verify correct hardware functionality. the RPD shall have a diagnostics mode to verify correct system functionality. 10.0 Configuration. 10.1 Auto-configuration.The RPD shall have a method for automatically defining traffic lanes,stop bars and zones with- out requiring user intervention.This auto-configuration process shall execute on a processor internal to the RPD and shall not require an external PC or other processor. The auto-configuration process shall work under normal intersection operation and may require several cycles to complete. 10.2 Manual Configuration.The auto-configuration method shall not prohibit the ability of the user to manually adjust the RPD configuration. The RPD shall support the configuring of lanes,stop bars and detection zones in 1-ft.(0.3-m)increments. When lanes have variable widths or have variable spacing(e.g.gore between lanes,precise resolution is necessary. 10.3 Windows®Mobile-based Software.The RPD shall include graphical user interface software that displays all config- ured lanes and the current traffic pattern using a graphical traffic representation. A visual representation of trafzc patterns allows an installer to quickly associate speck detections with corresponding vehicles,and it facilitates verification of RPD performance. The RPD shall include the ability to do counting and pulsed channels. The graphical interface shall operate on Windows Mobile,Windows XP,Windows Vista,Windows 7,Windows 8,and Windows 10 in the.NET framework. The software shall support the following functionality: • Operate over aTCP/IP connection • Give the operator the ability to save/back up the RPD configuration to a file or load/restore the RPD configuration from a file • Allow the backed-up sensor configurations to be viewed and edited • Provide zone and channel actuation display • Provide a virtual connection option so that the software can be used without connecting to an actual sensor • Local or remote sensor firmware upgradability 11.0 Operating Conditions.The RPD shall maintain accurate performance in all weather conditions,including rain,freezing rain,snow,wind,dust,fog and changes in temperature and light,including direct light on sensor at dawn and dusk. RPD operation shall continue in rain up to 1 in.(2.5 cm)per hour. The RPD shall be capable of continuous operation over an ambient temperature range of-40°F to 165.2°F(-40°C to 74°C). Swww.wavetronix.com DocuSign Envelope ID:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 0 WAVE 1 The RPD shall be capable of continuous operation over a relative humidity range of 5%to 95%(non-condensing). 12.0 Testing. 12.1 FCC.Each RPD shall be certified by the Federal Communications Commission(FCC)under CFR 47,part 15,sec- tion 15.249 as an intentional radiator. the FCC certification shall be displayed on an external label on each RPD according to the rules set forth by the FCC. The RPD shall comply with FCC regulations under all specified operating conditions and over the expected life of the RPD. 12.2 NEMA TS 2-2003 Testing.The RPD shall comply with the applicable standards stated in the NEMA TS 2-2003 standard.Third party test results shall be made available for each of the following tests: • Shock pulses of 10 g,11 ms half sine wave • Vibration of 0.5 g up to 30 Hz • 300 V positive/negative pulses applied at one pulse per second at minimum and maximum DC supply voltage • Cold temperature storage at-49°F(-45°C)for 24 hours • High temperature storage at 185'F(85°C)for 24 hours • Low temp,low DC supply voltage at-29.2'F(-34°C)and 10.8 VDC • Low temp,high DC supply voltage at-29.2'F(-34'C)and 26.5 VDC • High temp,high DC supply voltage at 165.2°F(74'C)and 26.5 VDC • High temp,low DC supply voltage at 165.2'F(74'C)and 10.8 VDC 13.0 Manufacturing.The RPD shall be manufactured and assembled in the USA. The internal electronics of the RPD shall utilize automation for surface mount assembly,and shall comply with the requirements set forth in IPC-A-610C Class 2,Acceptability of Electronic Assemblies. The RPD shall undergo a rigorous sequence of operational testing to ensure product functionality and reliability.Testing shall include the following: • Functionality testing of all internal sub-assemblies • Unit level burn-in testing of 48 hours'duration or greater • Final unit functionality testing prior to shipment Test results and all associated data for the above testing shall be provided for each purchased RPD by serial number,upon request. 14.0 Support.The RPD manufacturer shall provide both training and technical support services. 14.1 Training.The manufacturer-provided training shall be sufficient to fully train installers and operators in the installa- tion,configuration,and use of the RPD to ensure accurate RPD performance. the manufacturer-provided training shall consist of comprehensive classroom labs and hands-on,in-the-field,installation and configuration training. Classroom lab training shall involve presentations outlining and defining the RPD,its functions,and the procedures for proper operation.These presentations shall be followed by hands-on labs in which trainees shall practice using the equip- ment to calibrate and configure a virtual RPD.To facilitate the classroom presentation and handson labs,the manufactur- er-provided training shall include the following items: • Knowledgeable trainer or trainers thoroughly familiar with the RPD and its processes • Presentation materials,including visual aids,printed manuals and other handout materials for each student • Computer files,including video and raw data,to facilitate the virtual configuration of the RPD • Laptop computers or Windows CE handheld devices with the necessary software,and all necessary cables,connec- tors,etc. DocuSign Envelope ID:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 SmartSensor Matrix • All other equipment necessary to facilitate the virtual configuration of the RPD Field training shall provide each trainee with the hands-on opportunity to install and configure the RPD at roadside. Training shall be such that each trainee will mount and align the RPD correctly. 14.2 Technical Assistance.Manufacturer-provided technical support shall be available according to contractual agree- ments,and a technical representative shall be available to assist with the physical installation,alignment,and auto-configu- ration of each supplied RPD.Technical support shall be provided thereafter to assist with troubleshooting,maintenance,or replacement of RPDs should such services be required. 15.0 Documentation.RPD documentation shall include an instructional training guide and a comprehensive user guide as well as an installer quick-reference guide and a user quick-reference guide. The RPD manufacturer shall supply the following documentation and test results at the time of the bid submittal: • FCC CFR 47 certification(frequency compliance) • CE certification • IED 6100-4-5 class 4 test report(surge) 16.0 Warranty.The RPD shall be warranted free from material and workmanship defects for a period of two years from date of shipment. The advertised detection accuracy of the company's sensors is based on both external and internal testing,as outlined in each product's specifico- tion document.Although our sensors are very accurate by industry standards,like all other sensor manufacturers we cannot guarantee perfec- tion or assure that no errors will ever occur in any particular applications of our technology.Therefore,beyond the express Limited Warranty that accompanies each sensor sold by the company, we offer no additional representations,warranties,guarantees or remedies to our customers.It is recommended that purchasers and integrators evaluate the accuracy of each sensor to determine the acceptable margin of error for each applica- tion within their particular system(s). 10 www.wavetronix.com DocuSign Envelope ID:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 0 WAVE 1 SmartSensor Matrix Installation Specification 1.0 General.This item shall govern the installation of an aboveground radar presence detector(RPD)equivalent to the Wavetro- nix SmartSensor Matrix. RPDs can provide accurate,consistent,and reliable presence detections provided they are installed properly.'lhe requirements in this specification are intended to ensure proper RPD installation. 2.0 Mounting and Installation. 2.1 Mounting Assembly.The RPD shall be mounted directly onto a mounting assembly fastened to a mast arm,pole or other solid structure. The RPD mounting assembly shall provide the necessary degrees of rotation to ensure proper installation. The RPD mounting assembly shall be constructed of weather-resistant materials and shall be able to support a 20-1b.(9.1- kg)load. 2.2 Mounting Location.The RPD shall be mounted at a height that is within the manufacturer's recommended mounting heights. The RPD shall be mounted at an offset from the first lane that is consistent with the RPD's minimum offset. The RPD shall be mounted so that at least 20 feet along the farthest lane to be monitored is within the field view of the RPD. The RPD shall be mounted with its cable connector down and shall be tilted so that the RPD is aimed at the center of the lanes to be monitored.Typically,the RPD is tilted off of vertical by 20-30 degrees. The RPD shall be mounted on a vertical signal pole or on the horizontal mast arm. The RPD shall be mounted so that its field of view is not occluded by poles,signs or other structures. RPDs that are mounted within 20 ft.(6.1 m)of each other or that are monitoring the same intersection shall be configured to operate on different RF channels regardless of the pointing direction of the RPDs. It is recommended that the manufacturer be consulted to verify final RPD placement if the RPD is to be mounted near large planar surfaces(sound barrier,building,parked vehicles,etc.)that run parallel to the monitored roadway. 2.3 Cabling.The cable end connector shall meet the MILC-26482 specification and shall be designed to interface with the appropriate MIL-C-26482 connector.The connector backshell shall be an environmentally sealed shell that offers excellent immersion capability.All conductors that interface with the connector shall be encased in a single jacket,and the outer diameter of this jacket shall be within the backshell's cable O.D.range to ensure proper sealing.The backshell shall have a strain relief with enough strength to support the cable slack under extreme weather conditions.Recommended con- nectors are Cannon's KPT series,and recommended backshells are Glenair Series 37 cable sealing backshells. The cable shall be the Orion Wire Combo-2204-2002-PVCGY or an equivalent cable that conforms to the following specifications: • The RS-485 conductors shall be a twisted pair. • The RS-485 conductors shall have nominal capacitance conductor to conductor of less than 40 pF/ft at 1 kHz. • The RS-485 conductors shall have nominal conductor DC resistance of less than 16.7 ohms/1000 ft.(304.8 m)at 68°F(20°C). • The power conductors shall be one twisted pair with nominal conductor DC resistance of less than 11.5 ohms/1000 ft. DocuSign Envelope ID:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 SmartSensor Matrix (304.8 m)at 68°F(20°C). • Each wire bundle or the entire cable shall be shielded with an aluminum/mylar shield with a drain wire. The cable shall be terminated only on the two farthest ends of the cable. The cable length shall not exceed 2000 ft(609.6 m)for the operational baud rate of RS-485 communications(9.6 Kbps). If 12 VDC is being supplied for the RPD then the cable length shall not exceed 110 ft.(33.5 m). If 24 VDC is being supplied for the RPD then the cable length shall not exceed 600 ft.(182.9 m). Both communication and power conductors can be bundled together in the same cable as long as the abovementioned conditions are met. 2.4 In Cabinet Interface Equipment.The RPD shall be installed using the SmartSensor Matrix Preassembled Traffic Cabinet Backplate or an equivalent that provides input power surge suppression,sensor cable surge suppression,AC to DC power conversion(if necessary),and terminal blocks.The surge protection devices shall meet or exceed the EN 61000-4-5 Class 4 specifications. 2.5 Power Supply.If needed,the RPD shall be installed using the ClickT"202,Click 204 or an equivalent AC to DC power converter that meets the following specifications: The power converter shall be power rated at 48 W for temperatures less than 140°F(60°C)with a 5%power decrease for each degree increase up to lib°F(70°C). The power converter shall operate in the temperature range of to-29.2°F to 165.2°F(-34°C to 74°C). The power converter shall operate in the humidity range of 5%to 95%at 77°F(25°C)non-condensing. The power converter shall accept an input voltage of 85 to 264 VAC or 120 to 370 VDC. The power converter shall operate at an input frequency of 47 Hz to 63 Hz. The power converter shall produce an output voltage of 24 VDC±4%. The power converter shall withstand a voltage across its input and output of 3 kV.The power converter shall withstand a voltage across its input and ground of 1.5 W. The power converter shall conform to safety standards UL 60950-1 and EN 60950-1 and be certified and tested to meet the limited power source requirement according to clause 2.5. Its output current shall be limited to a maximum current of 4A both under normal and single fault condition;with double/reinforced insulation between its input and output circuits. The power converter shall conform to EMC standards EN 55022 Class B and EN 61000-3-2,3. In brown-out conditions(i.e.< 85 VAC input),the output voltage of the power converter shall be less than 1 VDC. The terminal blocks shall be color-coded insulation displacement terminal blocks. The terminal blocks shall be prewired to the other in-cabinet equipment so that no wiring other than cable terminations, connecting input power and connecting input file cards shall be required during installation. 2.6 Input File Cards.The Click 114,Click 112 or an equivalent that meets the following specifications shall be used. The input file cards shall be compatible with 170,2070,NEMA TS 1,and NEMA TS 2 style input racks. The input file card shall translate data packets from the RPD into contact closure outputs. DocuSign Envelope ID:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 0 WAVE 1 Ue input file card shall support presence detection. the input file card shall receive data packets over an RS-485 bus at a baud rate of 9600 bps. 'Ihe input file card shall autobaud and auto-detect an RPD over wired and wireless communication channels that have a maximum latency of 500 ms. the input file card shall comply with the NEMA TS 2-1998 or newer Traffic Controller Assemblies with NTCIP Re- quirements(Section 2.8 specification). DocuSign Envelope ID:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 WAVETRONIX Click 656 Cabinet interface device The Click 656 provides support for SmartSensor Matrix and Advance in one compact case. This module communicates directly to the controller through SDLC, and supports contact closure devices as well. It also provides power, surge protection, and Ethernet connectivity for all sensors. Is Provides power, connectivity, Is Has multiple configuration con- and surge protection for up to six nections for communicating from SmartSensors your computer to the connected Is Sends sensor detection data sensors: T directly to controller through the ❑ USB SDLC port ❑ RJ-11 jacks for RS-485 Is Provides up to 64 detector Chan- ❑ DB-9 connector for RS-232 nels via SDLC communications Is Can also be used to send sensor ❑ T-bus port detection data to contact closure Is Can be easily installed in standard cards 19" cabinet or used on a shelf Is Provides an Ethernet port for IsCan be used in place of preassem- network connectivity bled backplates and other cabinet Is Has a power switch for each devices sensor, allowing you to easily turn them off one by one OLE)Panel fr"e I ypd FRONT mumavetro n ix.com C WAVETRONIX DATA 1 2 3 Click 656 onomon CABINET INTERFACE DEVICE m m CONTROL Pw 01K To ao ® Data sus Ps-ass[o��ectors. ® Ethernet Port ® 0 pbaoap � p® ® Serial 4 5 6 ® Ethernet Port 1 SDLC Tx Rx scams SDLC-G(M)o. wx,M) ) 78 lE 1'700 S, lPirov(.�, U F 84606,US uiou (,901)'0341-.. 200 uiou www..wavetaroiiiilix,.r:(.�uriri I Of 5 DocuSign Envelope ID:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 ° WAV ETR0NIX Click 656 Technical specifications Included components Ordering information ■ Click 656 Click 656 ■ AC power cord 102-0451 ■ Extra fuse ■ Terminal blocks for attaching to cable ■ Ethernet cable Accessories 102-0462- Click 656 3U Mounting Shelf Physical 102-0531 - U-mount Rail and Screws ■ Weight:6 lbs.(2.72 kg) 310-0411 - SDLC Cable ■ Physical dimensions:6.6 in. X 5.125 in. X 7.3 in. (16.8 cm x 13 cm 310-0413- SDLC Y Cable x 18.5 cm) ■ Ambient operating temp:-29°F to 165°F(-34°C to 74°C) 102-0449- 4-port SDLC Hub ■ Humidity: up to 95%RH Mounting Contact us ■ Shelf-mount 801.734.7200 ■ 19" rack-mount sales@wavetronix.com www.wavetronix.com Power ■ Power supply voltage:100 to 240 VAC ■ AC frequency: 50-60 Hz ■ Max power:112 W @ 80°C ❑ DB-9 port for communicating via RS-232 ■ 24 VDC output on sensor connectors ❑ Two RJ-11 jacks for communicating via RS-485 ❑ USB micro-B connector Connections and communication ❑ T-bus port for connecting to a T-bus;allows Click 656 to ■ Power send DC power and RS-485 communications to other ❑ AC input:IEC AC input devices connected to a T-bus ■ Ethernet Other features ❑ One RJ-45 10/100 Ethernet jack on the front of the device • Four multicolored LEDs with activity indicating functions: ■ SDLC ❑ Red LED(PW)illuminates when device has power ❑ One SDLC port on the front of the device ❑ Blue LED(OK)extinguishes if device has been disabled by ■ Six terminal block connectors on back of device for connecting surges to sensors ❑ Green LED(TD)illuminates when data is transmitted on the ❑ Cable terminal points for sensor power and RS-485 control bus communications ❑ Yellow LED(RD)illuminates when data is received on the ❑ Matching terminal blocks are included with Click 656 control bus ❑ Matches terminal blocks used for cable termination with ■ Each data bus RJ-11 jack on the faceplate corresponds to one Wavetronix intersection preassembled backplates sensor and has the following features: ■ Six RJ-11 jacks on faceplate of device for connecting to contact ❑ Switch for turning the power to that sensor on and off closure devices ❑ LED for indicating when that sensor has power ❑ Communicate via RS-485 ■ Switch for turning power on and off to entire device ❑ Jacks make up physical interface of data bus on device • OILED panel and keypad for on-site device configuration and are for sending detection data from sensors on to contact closure devices such as rack cards(which are not • Web interface for device discovery and output configuration included) using web browser ❑ Communicate with rack cards via jumper cables ■ Device supports connecting up to six SmartSensors to the ■ Six communication ports on faceplate make up physical inter- controller, providing up to 64 detector channels via SDLCcommunications face of control bus and are for connecting to the sensors to configure them 2 of!x DocuSign Envelope ID:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 ° WAV ETR0NIX Click 656 NEMA TS2-2003 testing ■ Complies with the applicable standards stated in the NEMA TS2-2003 Standard ■ Test results available for each of the following tests: ❑ Shock pulses of 10 g,11 ms half sine wave ❑ Vibration of 0.5 Grms up to 30 H7 ❑ 300 V positive/negative pulses applied at one pulse per second at minimum and maximum AC supply voltage ❑ Stored at-49°F(-45°C)for 24 hours ❑ Stored at 185°F(85°C)for 24 hours ❑ Operation at-29.2°F(-34°C)and 89 VAC ❑ Operation at-29.2°F(-34°C)and 135 VAC ❑ Operation at 165.2°F(74°C)and 135 VAC ❑ Operation at 165.2°F(74°C)and 89 VAC FCC testing ■ FCC-compliant Testing ■ Passes manufacturer's test before shipping Surge immunity ■ Surge immunity sensor ports: IEC/EN 61000-4-5 level 4 ■ Surge immunity AC input: IEC/EN 61000-4-5 level 3 Extended support ■ Extended support options are available frorn Wavetronix; contact a Wavetronix representative for more information Warranty ■ Two-year warranty against material and workmanship defect 3 of!x DocuSign Envelope ID:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 ° WAV ETR0NIX Click 656 Bid specifications 1.0 General.This item shall govern the purchase and installation of a cabinet interface device(CID)equivalent to the Wavetronix Click 656. Test results and other documentation demonstrating performance and capabilities shall be provided. 2.0 Product description.The CID shall be a module that provides power and surge protection and that communicates with contact closure devices,ethernet,and controllers through SDLC.The CID shall be shipped with the AC power cord, Ethernet cable, and terminal blocks necessary for wiring it,as well as with an extra fuse. 3.0 Physical.The CID shall not exceed 6 lbs.(2.72 kg)In weight. The CID shall not exceed 6.6 in. x 5.125 in. x 7.3 in. (16.8 cm x 13 cm x 18.5 cm)in its physical dimensions. The CID shall operate in the temperature range of-29°F to 165°F(-34°C to 74°C)and in humidity up to 95%RH. 4.0 Mounting.The CID shall be either rack-mounted in a standard 19" rack or shelf-mounted- 5.0 Power.The power supply voltage of the CID shall be 100 to 240 VAC.Its AC frequency shall be 50-60 Hz and the maximum power shall be 112 W at 80°C. The CID's sensor connectors shall output 24 VDC. 6.0 Connections and communication.The CID shall include the following connections for power and communication: 61 Power.The CID shall have an IEC AC input. 6.2 Terminal block connectors.The CID shall have six terminal block connectors for connecting to sensors.These connectors shall be for terminating cables that carry power and RS-485 communications to and from the sensors. 6.3 Data RJ-11 connectors.The CID shall have six RJ-11 jacks for sending detection data from sensors to contact closure devices such as rack cards via jumper cables.This data shall be sent via RS-485.These jacks shall make up the physical interface of a dedicated data bus. 6.4 Control connectors.The CID shall have six other communication ports.These ports shall make up the physical interface of a dedi- cated control bus and shall allow users to connect to the sensors and configure them. • D13-9 port for communicating via RS-232 • Two RJ-11 jacks for communicating via RS-485 • USB micro-B connector • T-bus port for connecting to a T-bus 6.5 Ethernet connector. The CID shall have an RJ-45 10/100 Ethernet port to allow connection to a local network. 6.6 SDLC port. The CID shall have an SDLC port for direct connection to a traffic controller. 7.0 Other features.The CID shall have the following other features: 71 LEDs.The CID shall have four multicolored LEDs with activity-indicating functions: • An LED that indicates when the device has power • An LED that indicates if the device has been disabled by surges • An LED that indicates when data is being transmitted on the control bus • An LED that indicates when data is being received on the control bus. 7.2 Data RJ-11 jack features.The fourjacks that make up the physical interface of the data bus(and that each correspond to one sensor) shall have a switch for turning their corresponding sensor off and an LED that indicates when that sensor has power. 7.3 Power switch.The CID shall have a switch for turning power off for the entire device. 4 of!x DocuSign Envelope ID:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 ° WAV ETR0NIX Click 656 7.4 OLED panel with keypad. The CID shall have an OLED panel on the device with a keypad for device configuration. 7.5 Web interface. The CID shall have a web interface for device configuration,accessible through a web browser from a network- connected device. 7.6 Configuration.The CID configuration shall support connecting up to six detectors to the controller, providing up to 64 detector channels via SDLC communications. 8.0 NEMA TS2-2003 testing.The CID shall comply with the applicable standards stated in the NEMA TS2-2003 Standard.Test results shall be made available for each of the following tests: • Shock pulses of 10g,11 ms half sine wave • Vibration of 0.5 Grms up to 30 H7 • 300 V positive/negative pulses applied at one pulse per second at minimum and maximum AC supply voltage • Cold temperature storage at-49°F(-45°C)for 24 hours • High temperature storage at 185°F(85°C)for 24 hours Low temp,low DC supply voltage at-292°F(-34°C)and 89 VAC • Low temp, high DC supply voltage at-29.2'F(-34'C)and 135 VAC • High temp, high DC supply voltage at 165.2°F(74°C)and 135 VAC High temp,low DC supply voltage at 165.2°F(74°C)and 89 VAC 9.0 FCC testing.The CID shall be FCC-compliant. 10.0 Testing.Before shipping,each CID shall have passed a manufacturer's test. 11.0 Surge immunity.The sensor ports of the CID shall conform to IEC/EN 61000-4-5 level 4 standards;the AC Input of the CID shall con- form to IEC/EN 61000-4-5 level 3 standards. 12.0 Extended support.Extended support options shall be available.Contact the manufacturer's representative for more information. 13.0 Warranty.The CID shall be warranted to be free from material and workmanship defects for a period of two years from date of shipment. 0f!x DocuSign Envelope ID:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 0 FXM HP Rugged UPS Module an EnerSys company 650, 1100, 200OW/VA UPS designed to operate in extreme environments and provide rnoximurn flexibilty ,;,/iiia/���,,,, :, i✓i,,,,,%w%�� ,,,,, %,/,�5,,,, .,, - Advanced eCe �Iion c� r01 and Y }nit711rg IaCI )IrCWltl1l Cl1 rFrCIJtIC7 ( 1 }r tour, iscre n LCD display with advanced local CJI o a Built-in data loggers to mcmitor performance logs, user configurable alarms and advanced equalion editing uw , for custom data and actions * Inlegrcated USB hose for local firmware upgrades, o configuration updates, kaaWr.,p, restoration and clr>ninq Wide range Aulomatie Vollage Regulation (AVP) lengtlhens battery life by providing protection wit-1-io.at trransferrinc to bacakup mode- during vollctge surae or sag Inrle,[:aendently �arograrruri able control rand re;porting dry c;antcarts callow monitoring and c,'on[roll i rig of I<ey funcaion.:; The FXM HP continues Alpha's longstanding FXM HP includes multiple communication ports including two Ethernet excellence in Battery Backup Systems by connections to permit simultaneous local croft access as well as ensuring equipment in critical applications perrnune tit LAN/WAN conne_�ctivity. U FS part provides advanced remains protected from power disturbances file rnanogement capabilities including firmware Upgrades and and outages. system con[iguration rnancagerneerrt.A U`i13 key may also be used to quickly backup and restore site configuration settings and data logs. The FXM NP brinq<,a refreshed look, increased processor Environrnental conditions and other equipment con be monitored vita ho sepcaw(-rr, and configurability to the prows=n a single IP intcr[oce vici C:AN port using Alpha Analog Digital Input FXM outdoor family. Colored FCD touchscreen display provides Output(AIDIOJ devices. access to multiple configurable tab.,for quick sys[ern stalus, overview and configuration without the n(-. re 9 of ca laptop. Enhc.m F d security usinrmodern encryption technology erisures proper authentication and privacy for rernote connection with the UPS.Additional security layer is offered by central server authentication and authorization. DocuSign Envelope ID:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 FXM HP Rugged UPS Module 0712019 Electrical a, x ,I,y/r :Pur ill°rr�l�u lill�llu�irl lillr�iu�yr II � � ���� p1��r< �I /,�, �IIIIIIIIII0�IIAinuirlilit nput Voltage Range in Line Mode(Vac±2V) 85 171 85-150 153-322 Nominal Frequency(Hz) SOHz ar 60117(Autodeted Frequency is the default configuration,can also be manually(onfigured.) Input Frequency Tolerance in Line Mode +S% Maximum Input Current(A) 8 0.5 15 20 4.4 6 12 Input Breaker Rating(A) 10 15 20 25 5.5 10 15 Output Voltage Setting(Vac) 120 210/220/230/240 %Regulation Line Mode:±10%,Inverter Mode:±2% Output Rated Power(W/VA) 650 1100 2000 650 1100 2000 Frequency(Hz) Some as Input Frequency Battery String Voltage(Vdc) 24 48 24 48 Battery Maximum Charging Current(A) 10 15 10 15 Battery Breaker Rating(A) 80 SO 80 80 80 50 80 One Mode Efficiency' >98% `97S% >98% -975% `98% >97% X97% Inverter Mode Efficiency" >75% >SS% >75% >85% Performance Typical Transfer Time Ems Voltage TRO(%),. <3% 13 5% <5% Waveform Pure Sine Wave Load Crest Factor 3:1(food dependent) Environmental Operating Temperature Range -40 to 74'C Full Load Operating Temperature Range""` -40 to 55°C @60117 -40 to 55'C 40 to 50'C 40 to 55'C @230/240V -40 to 551C 40 to 55'C 40 to 50°C @SOHz @220/230/240V Humidity ...., .... .... .. Up to 95%(non condensing)., .... .... ...., .... ...., .... .... ...., ..,.. ...., Altitude.... Up to 3700m(12,OOOft) ...., Audible Noise***** 45:60 @ l meter(39in)...., BTU/Hr(Inverter Mode) 700 L.375................................... .... 640 1235 845 675 �,..1185 Mechanical Dimensions in:3.47H x 17W x 9D in.5.22H x 15.5W x 8.75D in:3.47H x 17V!x 9D in:5.22H x 15.SW x 8.75D mm:89H x 432W x 229D mm:133H x 394W x 222D mm:89H x 432W x 229D mm:133H x 394W x 222D Weight 11.3kg(25lbs) 14kg(31lbs) 18kg(40lbs) 11.3kg(25Ibs) 14kg(311bs) 18kg(40lbs) Mounting Shelf,rack or cvall;horizontal or vertical mount Cooling Forced air(fan coaled)mith optional external fan cooling for enclosure Display Full graphic LCD,48002 pixels,Resistive touch screen •2 x R145:Ethernet •1 x USB-A For upgrades or file m nogement via a standard USB flash drive Communication Ports •1 x RJ11:Battery Temperature Compensation •1 x USB-Mini B:For soft shutdown using MegaTec protocol complaint client •1 x R112:for Alpha CAN devices Power Connectors Standard Harduvoed In/Out••• Indicators Solid Green:Lima Made,Flashing Green:Inverter mode,Yellow/Amber:Minor alarms,Red:Major/Critical alarms Dry Contacts •Cl to C5 Programmable NO/NC(250Vac,1A) •C6:24Vdc @ 500nr C8 24Vdc/IOmA(FX1A 65024) •3 user inputs •C6:48Vdc @ 500mA,C8:48Vdc/IOmA(FXM 650-48,1100,2000) Agency Compliance EnAC Safety:A 1778,60950-1,CAN/CSA-C22.2 No.107.3-14 Marks:120: CSAus 230:CE RoHS:Yes EMC:FCC CFR47 Part 15,Class A,CSPR22,ENS5022 Level A Input,full load and at 25 C ambient temperature,"At nominal DC Input,full Ioob and at 2S'C ambient tem erature,° Berates 1.4%per'C past listed temperature range until a maximum of WC,Refer to manual for nonlisted volts a settinP � 9 9s. s 2'C per 300m(1000ft)above 1400m(4500ft),""'Measured at 25'C ambient temperature,--FXM 1100-48 120Vac model also available in Hardwired Input/Output and Dual 5-15R Output OR IEC Input/Output. I an EnerSys company Alpha Technologies Services,Inc.reserves the right to make changes to the products and information contained in this document without notice. www.alpha.eom Copyright©2019 Alpha Technologies Services,Inc.All Rights Reserved.Alpha®is a registered trademark of Alpha Technologies Services,Inc. #0480036-00 REV B DocuSign Envelope ID:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 ' SE48- 1616 48" Outdoor BBS Enclosure an EnerSys°company r „ 1-roffic <�rade aluminurn enclosure protects battery ' backup power-systems from outdoor elements r j Various mounting options (ircludirig pole-mount f ' ' f provide a flexible solution for traffic and industrial applications I_arc e scan shield reduce=s solar heat load inside the cabinet 1-hermost<at controlled far and louvered vents ensure reliable operation in high tern peratures * 180' stainless steel piano hinged door with two , locking open positions makes internal component installation and maintenance easy and convenient 1-hree-point latching rnechanisrn with Type 2 lock ° (car optional Best" lock) for maximum security The Alpha" SE48-1616 outdoor enclosure is designed to protect rugged battery backup power system components from harsh outdoor elements in critical traffic, ITS, telecom and industrial applications. I he rugged enclosure is mode of 0.125"alurninum aril designed to easily caccomrriodate an Alpha'uninterruptible power supply(APSE 350-2(.)00W power module,Alpha"transfer switc hes, and up to four AlphoC.:ell" 195XTV, 24(.)X]V, 3..5E-1P or 4.01HP batteries with roam far additional components that may be;required for your application, Hhe SF48-1016 enclosure is ari outdoor rated lNFMA 3Rf enclosure. Features include:stainless steal door handle, integrated lock and latch, integrated document holder and ran angled generator plug with water tight generator door lgenerator Mug optioril.Additional (Ttioris rand over sones are aw-itable (see listing on reverse,l. Best®,is p registered trademark of Best Access Solutions,Inc. DocuSign Envelope ID:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 SE48-1616 48" Outdoor BBS Enclosure Consult your sales representative for P/N configurations Mechanical Maintenance Dimensions: mm:1220H x 419W x 419D Door installed louver: Egmpped vuith washable filter inches:48H x 3 16.5W x 16.5D Other: Bug screen protected top vent Weight: 4kg(751bs) Enclosure Options Construction: High strength corrosion resistant aluminum •Side mount(stonddrd) designed to mcunt to the side of most traffic enclosure cabinets Finish: Natural aluminum , Mounting: •Ground mount kit(cpticnol) .... .... ... .... .... .... .... .... Equipment Space: 8RU space(without generator inlet)with two(2)battery shelves71 •Pale mount d}(ii Equipment Rails: EIA standard 19"(vertical) System Specifications(as shown) • 2 Battery shelf with 4x AlphaCell 240XTV batteries Cable Entrance: Bottom of enclosure:1 x 76mm(3")did.knock-out FXM1100 UPS Hardware • Universal automatic transfer switch • Universal generator transfer switch Hinge Type: Stainless steel piano hinge Door Prop: Aluminum rod,2 lacking open positions pP g g plug include lAlll d ,,,,, Handle: Stainless steel Handle with padlock fitting for extended m Generator support:lacking generator access door and fS 30 Fl oiled hfe and improved look Tilt Tamperswitchchyrry'IeIfY01 (1'hIlt�IrnS""' Door Latch: 3 point latch with integrated Corbin Type 2 lock(or optional Best lock)for maximum security AlphaGuard's'battery balancer • Door activated interior light • Battery heater mats Thermostat controlled 48VDC fan,100 cfm or better,ON at 49°C(120°F)Off �;On Battery"indicator light Cooling: at 32°C(89°F) Remote Batter L torin S stem RBA9S Plus Ventilation: Door installed louvers Agency Compliance CSA/UL,CE: UF50V 22.2 No.94 Access: Removable bottom shelf for easy wiring access NEMA Rating: 3R R, JN ry 1 �F til ri �iXX�iMiMlNN6rMXiX"Y lH Alpha Technologies Services,Inc. USA:3767 Alpha Way,Bellingham,WA 98226 Canada:7700 Riverfront Gate,Burnaby,BC V5J 5M4 Toll Free North America: +1 800 322 5742 Outside US: +1 360 647 2360 Technical Support: +1 800 863 3364 For more information visitwww.alpha.com ©2021 Alpha Technologies Services,Inc.All Rights Reserved.Trademarks and logos are the property of Alpha Technologies Services,Inc. 01/2021 an E—Sys'"company and its affiliates unless otherwise noted.Subject to revisions without prior notice. E.&O.E. #046-003-00 REV J DocuSign Envelope ID:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 (0 Alpha Transfer Switches Outdoor Solutions an EnerSys®company 111p1hac' Uniiveirsall AutoirnaticTirainsfeir Switch (U 'T ) Q Fail safe an<J rarn.aal operation ensures critical loac] is k protected 0 Optional cIry contact for monitoring Transfer switch t,) staftas: <now exactly what your fransfer switch is doing OFF ON 0 1a &.axiliary or.afput can be used to power iterns s>.rch as battery heater rnats elirrrinating the neer] for additional complex wiring rt Illplhac' UbUniiveirsall GeineiratoirTirainsfeir Switch (U 'T ) aj &utornotic; and rnanuCl operation for complete control over generctor transfers �wrrr n i y Optional dry contact Tor generator transfer 5witc:h monitoring The OATS ensures continuous operation of your systems either with conditioned line power, battery backup power or power direct from the line should the UPS require maintenance. The UGTS automatically transfers the input to the UPS from the utility line to a portable AC generator. The UGTS allows the generator to recharge the batteries and power your systems during extended power outages. For a full set of configurations, sec the IJAI-S and tJ(.I-S manual DocuSign Envelope ID:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 Alpha° Transfer Switches Electrical Mechanical nullfioilltlullulh iullluullVllilVioiullil liiol)u Dimensions: mm:81 H x 135W x 152D in:3.25H x 5.3W x i Input Voltage: 120V nominal,102V minimum for auto transfer Output Voltage: Matches Input Weights 6kg(3 516s) �I Unit Weight: llkg(25lbs) Illlll�llhlllllll911illlillllllIll�l�lllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllll�ll�l�lllllllll�llllll�l��l)))))))))))))))))))))))))))))))))))))))))))))))))))))))))��)���������D///D////////////////////////////////////////////////////////////% Mounting Options Available: Shelf,Wall,19",23"or Single Side Rack Mount Input Voltage Range: 230V nominal,196V minimum for auto transfer 11 Output Voltage Range: Marches Input ..... •Generator/line manual selector Power •Easy installation convenience outlet(UATS only) •Spare fuse and mount nuliui m�unulh Iuoiu @Illuiimu l uiot Nominal Voltage: 1201 Envirionmental Nominal Frequency: 6011z Operating Temperature: 40 to 74°C(40 to 165°C) Input Current: 30A • Dry contact indication status mode Options: Wa11/Shelf mounting bracket Output Current: 30A Single side mounting bracket Output Power at 40°C: 3600W/VA Agency Compliance CAN/CSA C22.2 No.107.3-14 IIIIIIYIIrllhlll l lllllllll llll �(��I�Illlllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllll111J1)J)))))))))))))))))/J////1����������������������������������������������������������������/ U11778 5th Edition Uninterruptible power systems Nominal Voltage: 230V CE for 230VAC models EMC:Not applicable.As component type for FXM UPS family and Micro UPS family(when enclosed in o box) Nominal Frequency: 501-z Input Current: 16A CE Output Current: 16A Output Power at 40°C: 3600NI/VA Part Numbers UATS UGTS UATS/UGTS Standalone Mounting Options 020-16521 UATS,1201 30A 020-166-21 UGTS,1201 30A 740-756-21 SheIVINall Bracket 020-16522 UATS,120V,30A with Auxiliary Contacts 020-166-22 UGTS,120V,30A with Auxiliary Contacts 593-510-R4 Single Side Rock Mount Bracket 020-16531 UATS,2301 16A 020-166-31 UGTS,230V,1 6A 020-16532 UATS,230V,16A with Auxiliary Contacts 020-166-32 UGTS,230V,16A with Auxiliary Contacts ^P � w y Universal Automatic Transfer Switch(UATS-far right)and Universal Generator Transfer Switch(UGTS-center)shown with surge protection(TVSS-left)in a 19"rack mount bracket 23"rock mount bracket also available).Contact your sales representative for configured part numbers available from the factory Alpha Technologies Services,Inc. USA:3767 Alpha Way,Bellingham,WA 98226 Canada:7700 Riverfront Gate,Burnaby,BC V5J 5M4 l Toll Free North America: +1 800 322 5742 Outside US: +1 360 647 2360 Technical Support: +1 800 863 3364 For more information visitwww.alpha.com ©2020 Alpha Technologies Services,Inc.All Rights Reserved.Trademarks and logos are the property of Alpha Technologies Services,Inc. 07/2020 an E—Sys'"company and its affiliates unless otherwise noted.Subject to revisions without prior notice. E.&O.E. #0480029-00 REV C DocuSign Envelope ID: 9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 dTECHNOLOGIES' 0 0 0 Your Power Solutions Partner Compact, intelligent and cost effective system for determining battery condition remotely Monitors each individual 12V battery via a user programmable schedule, from hourly to monthly Intelligent battery balancing extends the life of the battery string and reduces maintenance costs Automatic data logging function records individual battery voltage, temperature and admittance Enables the scheduling and budgeting of battery replacements Built-in web server allows for convenient read-only monitoring from any internet-connected computer OF The Remote Battery Monitoring System(RBMS)from Alpha provides detailed,real time information on batteries,reducing unnecessary costly truck rolls,and ensuring actual outage backup times are not unknowingly compromised by degraded batteries.Scalable up to 2 strings of 4 batteries each,the system provides detailed information on every battery,from admittance to individual battery temperatures and string voltages. This, and a wealth of other information(including alarms)can be monitored directly via SNMR Unit has a built-in SNMP "k proxy,a built-in web server and a built-in SMTP mail client. ��� 101011111 0011111 NNO11111 .............. DocuSign Envelope ID:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 TECHNOLOGIEem Remote tt ry Monitoring SystemPlus 48Vdc 1 String:0370260-002 48Vdc 2 Strings:0370260-003 ELECTRICAL ENVIRONMENTAL Site controller unit: Operating temperature:...-40 to 80°C(-40 to 176°F) Voltage:...........................21 —59Vdc Power consumption:.......7W COMMUNICATIONS NOTE:Power is supplied from the battery bark Site controller unit Sensors: •SNMP via TCP/IP&built-in web server and SMTP mail client Voltage:...........................12V:8.0—16Vdc Power consumption:.......12V:<10mA nominal,0.5/6A during Site controller software admittance test •Optional Lookout software provides a convenient way to monitor multiple site controllers on the network MECHANICAL Site controller unit: Dimensions: Rem$Plus cumrenar mm:.............................32H x 104.15W x 120.15D inches:.........................1.26H x 4.1W x 4.73D Weight:............................0.242kg(0.53lbs) p r co- Sensors(12V) •Two-wire connection with max bolt size for terminals of 5/16 inch �h'_AT6..buns •Mounted to the top of the battery with self-adhesive industrial Velcro strip �,,,,,�,s ,a°�,,;„,yc,,a;,, String 1 , , w D.I y h in rrt 7 Strl�vg 2 S.....r Dakny Ch— •CAT5 cable used to daisy chain from sensor to sensor scm192 is the webpagnc B`nfl g •Last sensor in the daisy chain connects to String 1 for the first battery string n”a "„, .. a Last sensor in the daisy chain connects to String 2 for the second M;,, • y gnu a q 5'pna of Dao5y yil�.waG M. C r any amen battery string q, g t hp„, Power harness cable connection •Connects to the 48Vdc battery string+(Red)and—(Black)terminals v rrcrvr t '-9 *"+rn dr 5nr.p r Gtr""2 Gln 02 �t­2 &urn21 t9nW2 Nnl1'J Elatta s.'u.� M.xY assn Mm[[d OPTIONAL ACCESSORIES Equipment P/N AC Output Current Sensor 7400583 Moisture Sensor 7400162 120V AC wall transformer,for monitoring utility 0180059 ME ower voltage P g apvuan nc '1,,,rnc­ R"-1 ,,anr�r�rt�.�r ', irrpwu e�aov� Two wire sensor, A High Current* 0180055 mania . U(r, 9 uetmey P...'.' u R on tp 6iWtput Nevire Satrap Battery cable to power RBMS Controller` 8701040 Orb-M'A1 '.. *included with 0370260-002/003 kit Alpha Technologies Ltd. For more information visit www.alpha.ca Canada:Burnaby,British Columbia T:604.436.5900 F:604.436.1233 #0470289-00 Rev B (06/2017) United States:Bellingham,Washington T:360.647.2360 F:360.671.4936 Alpha Technologies reserves the right to make changes to the products and information contained in this document without notice. Copyright©2017 Alpha Technologies.All Rights Reserved.AlphaO is a registered trademark of Alpha Technologies. �{� member of The Alpha Group—is a trademark of Alpha Technologies. member of The`'-ti'r`"-'GroupTM U 11 Z ar ) S-b l5l m4� L4-91 W n _ cn 9-HN 94-91 L�9451 S Of m < O B d tq N01103NN00y m 1N0211 P-9451lq 8-HN C9-S1 �o > FLd - m F OJ i F-- ) L9-Sl S-5451 m4umj bb-91 L19MI �i O aw U Q m N01103Na� s-HN �dan f4-91ymy Lu "m f-5451 4N t-HN BS 91 n ® S Y x N 0 a' yy vw w N G-i 151 O li OZ-lB )m) 33-Vw S-4454 a GN 1b-91 SS n vel-le i m-ew v tloz-ze L-L B-4H aa dnn wz -b-Le J F mw}V1 115-51 �p > g IO voz-le M tlLZ-Le d 5-f lsl n 4N of-91 09891 h ® 0 0 h-dH Q *z-Ze Z-S � n lZ-lB 5-LN ��h Lf-91 LD L-LIS ry4 ea-ze f-Z n Bl-lB < a ry ra 4 um DO Y c-fls, t-LN vhz-le z-z � n v6L-Le � efZ-le �z_n tue prv� �n VSZ-Ze M bl-ZB � 1O �Omm IFI r < N.R.-GLI-le n tllZ-lB n �i u� 9-9N ��< a-9N aZlSl N 3 VLl-le n tl4L-ZB �Oam m� A-VW o = vfz-le n al-le m m ¢� -WIT, N Q 4mp$ n m Z£-91 �- BZZ-lB � n tl4L-lB �pmm l��I Y 5-4451 �_�� 434151 � 3 �ry vzz-ZB - N el-lB IMI����m ago s-aN �da L-BN 19-51 �= BLZ-ze N tl Z-Le y d JOmm �^�^ 'O^ a £-4451 ff y 44-91 31991 rc ZL-fl OQdO gry VBl-ZB N el-ZB f-Sl 8 £k-k�9 Ndnn as 02 �" „g 6Z-91 L3-o151 _ of, %-tM1YJ �mmm �I I I a a > q_yW WWW ad Boz-Le n WL-WL -0451 0_Gn M-Sl o S �Zti ZI-fl or BLZ-ZB N Sl-ZB 8� g[_"a Jb NI`aa = 9-SN ��nmj H-SN 4£91 �0 3o g Z-d8 �Q� 65 yµ}yy BLZ-Le N M-Ze v-Im C z Q-r- p LO £-0451 n�j HZ-91 L--Sl n 3 �g5 Huai Y ^-Vry Z-HN w0¢ F� Nnmj 9Z-91 9£-Sl 5 w - tlLZ-ZB N 54-4H Get 4�d a-HW N e-I,d 6$w0VN m "4N .�, ^a' a s-651 �I" ££-S m m B9Z-LH m tl5L-4H H-Sd & Vll d L-lld H=fla �Nmm I x 12 12 s-SN �dn L-SN cD n Z-ZB m 84-Z8 Z-45 LI-Il n� m; m m ym B-lldVB4nb ^ ^ £-651nMj 52-91 n B9Z-ZH 1-ZH Z-445 uz ezf�d ^ � e m �I n 12 12 S-lld z Lf-I m tlLZ-LH LLl-Ze f-ds 4- Jn�m Ild 2 LO 894-1H :1 tl4L-ZH B-Sd 4-9451 n 5-851 ) LL-91 f-lld tl9L-48 ¢ Y 94-4H O HLf-LH °' rn 9-4N �� ZL-91 L-H51 L-lld -Jd HLP-4H _ R m I-IldH tl9 lH B-Sd 5�m 64-lld i-851 4N 8-bN vIE Sl > _ L-ald _ 4-eld L-34d 4-34d ZZ-Ll > OE-Sl �a L-81d �a 4-Old a-Sd Bl-lld J GN b- ad L-ld u3 f0 4-Id Nawn 5-LSl y OL-91 B Im. Z. L-B ld 4-B ld 5-4N �N 64-91 LL-Sl �. ¢ LI d ¢ 4-tlld +g pp $� mm a H-ew « S-3 4d ^I k-3kd 3-� ®t-T@ Mn ^' " i-LSl 4N L-bN ;I RP n �n S-ld �"m 4-aald Z-95 BV-9N� �Mmm Y ` ¢N L-951 m aZK'1 u3 S-�ld u3 4-JId 5-Hld 4-Hld ^-Hwa N m& '� 5-951 GN L1-91 [Z-Sl > ONa SHa-da 5-tlld 4-tlld �� a-fla NSI I n f-J ld m 4-a ld ^« f-3 4d ^I 4-3Ld J f-old �"n 4-ald �j d-W Jn Fn m f-951 4N 8-LN L-SSl u3 f-Jld ua 4-ald mm �"42 6_ _ ¢d f-Hld Y l-HLd 5-45 4-8N mr a �¢iIN 6ld Sl P-Vld 4-tlld a ZyWy mm n - « I-34d ^I -34d 4-45 a-ma Wp= u m S-SSl Gm b1-91 8191 n n I-OLd o`N -ald f-HS H 48 € 00 Y S-LN y�^a L1-91 lD oa I-ald ¢3 -Jld £-£s Bw B� qq a I-HLd -H Id BH-VN wrn m +il. = L-SSl 4^ L-LN r I-Vld ¢ -tlLd 1= � I IS �U F rcFF FF rcF0F N ^�—F " S-bbl 11-Bl Om 23A ¢U U aU U J� < w-VW as 4d 3f11H =2144'� 9-ZN �� al-Bl L-481 q I li 0 0 0 0 0 o N ^' L-bbl 8-ZN Sld Sl ga G ma N� 41-51 m iir1 > L-LSl 4m L-ZN DI 61 y ® d 3me m m ¢ ma 12 12 L-ZM ¢ G O S-ZS1 Y B-lN yam b-Bl WB91 i-ZSl m 8-lN L-151 y O� 3f11H N-BW ma 5-451M Z-81 Z-Sl p 1 S-lN ��N 4-81 F- M., cD - d q^R^Rnpa'n�.$�m� iIjm III L lstff- t IND w 9m m g9-99 9 CCCCCF IfStCFFFiii�41 Lr) F ^ addq a � rc� o 0 8 3— z m q rcW LLw r I ^2g>¢m>¢o>=m>md8666 WW�II�E z z c1 w :9nnnnn 55 ffEER. ss 5 o o z L--------- �amW419RmRWRBR��Bm c> c� uq8�^aecnx 1v �a �� �9555n5-�accccpp Fppp� m ^ �e,.a=^== , :99555599¢¢¢ ec a� a=RaiRiab&b`-a�$Ranss - ^=�ICIICCCII ¢IE1; 'R�yBp � Q 12 M .y7Ci F'7g-�J- �J-cFCF C FFFFIII� E gg o 68 11-I CiCI Im YYW'� tltl IR11�9311 - FI-F-�CiCC >:^¢^ : EE'd rtYRWWII� IRRaR a - cyI E on ^ICICI m mR^ l f - ee 6C R EES I,��d dC 1 C 1 a 1 �� 5�'"".' 1�1 = y -t^istici 15- pCC-r"Care-cCGcl l 'se €Y - ISIS s - «qq«qq«qqII II m _ El - 0 aaaaaaaaaaa �aaaaa �-MR-1 - 1 aaeaasaa�aas3aaaa �aF� - £I- w t t w w°Cj W° zZ Y z�Ll ffcm>�a� w � LO r j L, l "•n', N c-ds gR¢'a aie m c3 N J Z a l J .Woil rn oQ r.I Z ::++I n Z LU LL, 3 a E Z ~ 1 s Z kl Id W NF I W d n O W z NG �x bzes� 5 p U " Q W z-so £ Z a4 J LIj n n Z-bl L-ds W n Q Q Z-Zeo n 1 0 aN H n1 O = ' p m 3r`- r £ LL Ai a J z-lao - I 94-f1 n S£-I1 to===c= Z= mgSSgSSM88S88� O SSom � = Z xx99euu990xx'§mGxx33euuu Z j '+`Z+9 0_ O • S-dS Lei s�nr. C^ c e n li=amm d• ., s - a a B • 0 O md�zz =4b �e_eCJ d " U 3g=.. o u6�sas@@aaaasa� a aaaa� a �"� • • L______________________J �y�yQ�+ :�gFA�__�SFdr RRRR �=mRRRR:PF��_RRRn3�:mmmmm mmmmm `• <:a s W s�;a: :••:••:e e:, • • • °o; y °• saasEAESA •saEeaAEAz • - • �� • Z.ss m� Pop o ssa�eEa `a�g�a�E n n F � °• saasEA�aa. :..:..:EA.. • � m � `• 4:aasaA;�s::....::�;.: • � m V ® .............. fL _ �� FF ;• 4ESELLi-4:'•SEA:;;;AAA • �• ..... EARA • ��® �� z Ablllggggggg lad Lj CD¢ no _nn mm�R..�R..RRRiiii'-i s• 4EbEEAi-A:........EA.. • <<-9 c• 43EEbLA-ES........EA.. • ............:'.:'•:¢.-•::o yOy -:.:::&7:'...:'..ems::::: 66 '����' ��� �• EEbEEAi-A.••EEA!aAEAAA • 4;• 43EEbLA-ES••SE A!aAEAAA • ;�aAeaaaaaasang�E�a_ a• s• ::.::.::::....":...:::. • ------------------- J n 1 U - 0" a:za�ee..�•saAeaesAAE • J • S-d5 I L W D- Q- -D d " I k I � I �s I i� nsAT r� O - eJ FY fi fZ-ldoo R B oZ-ld el - 61_ - INK � J zrx'EMIlloalp go- g_ - Z - Q d "" ♦® m �_ to _ _ 111 4-ndl IQi g S-ndl J o f Bro - - �'S'7 -9d- - d m3 W tt G-£a W W a N mN m c-zan GI-ld G-la az-ld it-ld p _ l d 8Z-ld FrZl-BIO �ru�d N - d 4-Za N d Y J 'r-' Jm a itm ism o bl-ZLE El C-ZLMS 5o fl-ZL _ -Ilda dnr T �Z�O 8-Za .I 9Z-ld m Ir a-la a sz-la I _ I 5 G G w a a I = k I I .- �� _ _ _ _ _ _ _ - ;_r '.' .�.tion o � o �,;;i„ r_i;,��r;,r L.i i"i a 1 ;;. u u r;�9 o z o � 0003 a 1 [ LL — °z L � iia If s - § m' €yid .................... IT, mesa R=exxexxs _oax.mxc s rFFbr__ _K=yR- :8 __ eeaaswe _ a%yxs% e � u.-wm- , p p i� @ S xxx4 - a•6 q a e'�` bs,P �=�� � F�. r a{� -_� xpb_ &3 as a a d a A a % x- a " (�, Damm Bme 06� 0me�t1,�t1 A 6`080 `�`^ L-s1s, s1 •xai .� - -- s7 0 961s, x-=m ��� iN z�gOm Asa �;= '�� - - s-f1s,p ab •�- O" r n- N O- c-Lis, f-saa x O �- — o m n �- On - I � rM1� e ° m� a R e •/ - I - I amu✓^ ° o 'm r ___ Nn O' .�,n x a ) a 9-Sai m i01 mP-Ga.1 x4C u I - - aadse V � O" f4g__. d d o � 0 wx zz a w n w a ro yr a aw= a I Y N � O 'x U x.m C . AAD14753P002 L) -spaax33 3 "a2 ads _ a m ; 55 555 ea tto e a £�a3 s s �EIJI G " v —- - o____ N = N. e r r ®gym^4mmpo= _"_^ _ ai m� -y� �-„ ;� �merm;e `rrr:ecer:e.Kre'er; mmmm` r; a - mzmam mzmsmamBs:�<m:m"<m"< am"<mamzmam"<mzmzmamzma'mzmzmamzmzm$m5m IF R a a� i a& �e6P,6 a x xy a • xs� sgg e 1a, a o c 5IWO i'��e�m °. . ." �^sa=m..s w I##'4{¢ ° m� mey _��:u:�u rvm$ a g. �aaeaesaeeeR:Sh^x^aaamr, # £ �����mem�"w..���m�����mee•� ei���ell W. - mzmam a--=- -- - - - mzdzmzm"zmzm"zH-MHM.W$ aaa CF 0 7 t) C� t a- IL 0 o AJ < (t:) xc cc> < a Lr) 22, LJ -j LLJ - - G�f CL 0 < < 0 0-- 0-- —------- M Od 0 1 M--7T7T7TT7777T7-,7777,)) 0 1 „ �a3 ��_�,`.��a3�.�=a.a= - §ry9 _� � � � � I � �� � � �w 222 2227" 22), sU0 mLa .......... 0 0 M 0 N M Ln 'o < < a; 0 ED 0 < < In a m a In < mm m m m LD F— .1 ID C) 0 C-) Li 0- CD C,4 rry t LO W r" 00 0 co co U UJ U2: 0 U u SN NP u uC1J 2. J CL < 12 < T CQ C) UJ �f < < Z Z -X V�j d V J d 0 1 u J 0- x x X UJ m < o0CD C) C) Z CD C-) Z CD EL ry 0 Z .......... z w & 0 wU k N x a v RE 8'10 8Hd a aaw } 2Hd gab o=a U� w LHd d bHd ® b'"10 M. z _ ry OJ s CD x4�� wm?s o (� _ - Q xlx U a � a �� odoa���� m r w LL U G 3 LU Q - m - m m - _E Wo v z o - - - - ¢ w w LL O a W 0 0 DocuSign Envelope ID:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 Dialight 556 Series 0 SiVi a o�da�ird �Il f iii4lI ,t,tI i�i Q dic f' i,"s Constant Intensity, 18-48 V DC wore,,' mimum�moumww RM),,e u F off" '3i ������ddy I P66 r� NEMA 4X I e, RoHS Compliant vv/6C exemption I K07 orate both The 556 Series LED Panel Mount Indicators incorporate 0 p 6f InGaN and AIInGaP technologies to offer maximum light output.This is a highly durable package, designed to withstand ,,�U,�u _ �t outdoor applications susceptible to rain, dust and sunlight: '"�andiwiuvioUivn�r�i� mimimmiirottwMNnIO�'��6� Instrument panels �u Safety applications a, Transportation: rail, bus, airline Vending, gaming Lane control Display lighting ,,III � . . and many more! �Jl 11 II f iii m IY"'i� Il ii inches[mm] i a„io�uoudliuuo�Iluo-�UAHloi"if FRI Mounting Hole Size: 1.0” (25.4mm) 112 Max Panel Thickness: Flat: 0.600" (15.24mm) [28.5] Dome: 0.187" (4.27 mm) 43 Mounting Torque: 40 in-lbs .28 [10.391 81 [7.11 1.06 [io.6] 0 [26.9] 1.22 Voltage Options: 18-48VDC [31.01 (internal resistor included) Operating Temp: -30'C to+85'C (-22'F to +185'F) Storage Temp: -40'C to+100'C (-40'F to+212'F) Electrical Connection: 6-32 screw terminals ® Housing: Brass—White or Black Nickel Plated ® Terminals: Brass—Hot solder dip per Mil-F-14072D, M258,Type II Lens Material: Transparent Polycarbonate(UL 94V-0) .87 1.5 Lock Washer: Phosphor Bronze—White or Black .32 [22.09] g8f_ 1 01 [8.13] 1 76 Nickel Plated [44.7] 1.915 max Nut: Brass—White or Black Nickel Plated [48.64] Stall www.dialightsignalsandcomponents.com 101rd'el"Ing,11 In fio'rii[I ruo"'ioI> DocuSign Envelope ID:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 Dailight 556 Series—Standard Constant Intensity Part Number Guide 556 Seifdies RoHS Compt I iant 5 5 6 - X X X A - X 0 4 F Lens Style FVoltage Flat 1 Color:E A 18-48VDC Domed 3 0 Red 5 0 0 Green 6 0 Plating Yellow 7 0 2 Black 3 White .................................................... Flat Lens Domed Lens IIII III. III 11 III 111111 IIIIII) 1 I 111111 IIII Il, Illi IIJI IIII�III II II II I VIII ILII II II 111111 II IIII IIII 111111 II II II II 111111 111111 III�II I�I 1111111 II IIII II IIII I IIII III II III IIII 1111111 II II II IIII III II IIIIII�IIII I�I VIII IIII(IIII�II Illl�llllllf(IIIVIII������I II����III�I������III �����I�olllll���ir����f f f f Ilf � � C��oIIPil�l��lllollll�r����C I�II 556-15OA-304F 556-15OA-204F 556-35DA-304F 556-35OA-204F 0 Red 7.3-8.2 1470-1500 556-16OA-304F 556-16OA-204F 556-36OA-304F 556-36OA-204F 0 Green 18-48 6.5-7.4 200-230 556-17OA-304F 556-17OA-204F 556-37OA-304F5:56-=370A-20:4:F ] Yellow 8.0-8.9 630-660 E Dialight reserves the right to make changes at any time in order to supply the past product possible.The most current version of this document will always be available at:wvvw.dialightsignalsandcomponents.com Warranty Statement:Except for the warranty expressly provided for[herein/above/below],Dialight disclaims any and all other warranties,express or implied,including,without limitation,any warranties of merchantability,fitness for a particular purpose,title,and noninfringement. www.dialightsignalsandcomponents.com Dial ig Int P Ml_data_556std-Cl_Sep2O19 DocuSign Envelope ID:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 "Spe"�Cif at NEMA TS2 Fully-Actuated ATC Controller This specification is fully met by the following Econolite models: Cobalt A TC 1 000 3360 E.La Palma Avene,Anaheim,CA 92806 EFE °° INIOU"' P.O.Box 6150,Anaheim,CA 92816-6150 PH:(714)630-3700•Fax(714)630-6349 �m�:a,.�,ru1¢,�fuPF*C; aUp.i�h' arro7Ip;uo DocuSign Envelope ID:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 "spe"�cif at TABLE OF CONTENTS IINTRODUCTION..........................................................................................................................................................3 2. HARDWARE..................................................................................................................................................................3 2.1. ENCLOSURE..................................................................................................................................................................3 2.2. ELECTRON/Cs................................................................................................................................................................3 2S. ATCEN3iNEBO,4Ro..................................................................................................................................................4 2.4. FRONT PANEL..............................................................................................................................................................4 2.5. ETHERNET PORTS.......................................................................................................................................................5 2 6. USB PORTS..................................................................................................................................................................5 2.7, CONNECTORS...............................................................................................................................................................5 2.S, SERVICEASILITY............................................................................................................................................................6 2.9. HAROWAREOPTIONS................................................................................................................................................6 3360 E.La Palma Avene,Anaheim,CA 92806 EFE °° INIOU"' P.O.Box 6150,Anaheim,CA 92816-6150 PH:(714)630-3700•Fax(714)630-6349 �m�:a,.�,ru1�¢,�fuPF*C; aUp.i�h' arro7�p;uo DocuSign Envelope ID:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 "Spe"�Cif at 1 . Introduction This specification sets forth the minimum requirements for a shelf-mounted, 2 (two) through 16 (sixteen) phase, fully-actuated, digital, solid-state traffic controller. The controller shall be configurable to meet, at a minimum, all applicable sections of the NEMA Standards Publications for TS2 and NTCIP 1202 and ATC standard 6.10. Where differences occur, these specifications shall govern. Controller versions shall be available to comply with NEMA TS2 Types 1 and 2. Type 2 versions of the controller shall be capable of operating as a Type 1 controller. 2. Hardware 2.-1. Enc%sure 2.1.1. The controller shall be compact so as to fit in limited cabinet space. It shall require no more than 7" shelf depth. External dimensions shall not be larger than 8.5" x 15.2 1/4" x 6.375" (H xWxD). 2.1.2. The top and bottom of the chassis shall be made from extruded aluminum and include an integral handle on the back for easy transport. 2.1.3. The sides shall be constructed of injection molded polycarbonate. The front panel shall meet specifications set forth in Section 2.4 (Front Panel) 2.1.4. The model, serial number, and program information shall be displayed on the outside of the controller. 2.2. Electronics 2.2.1. The electronics shall be modular in design and shall consist of vertical circuit boards. Horizontal circuit boards shall not acceptable. 2.2.2. In the interest of reliability, no sockets shall be used for any electronic device. All devices shall be directly soldered to the printed circuit board. Surface mount parts shall be used for the majority of the electronic components in the controller. 2.2.3. A built-in, high-efficiency switching power supply shall generate the primary, +5VDCinternal voltage, an isolated +24 VDC for internal and external use, VSTANDBY, LINESYNC, POWERUP and POWERDOWN signals. All voltages shall be regulated. 2.2.4. The 120 or 220VAC fuse shall be mounted on the front of the controller. Protection for the 24VDC supply shall be provided by a resettable electronic fuse. 2.2.5. All printed circuit boards shall meet the requirements of the NEMA Standard plus the following requirements to enhance reliability: 2.2.5.1. Both sides of the printed circuit board shall be covered with a solder mask material. 2.2.5.2. The circuit reference designation for all components and the polarity of all polarized capacitors and two-leaded diodes shall be clearly marked adjacent to the component. Pin 1 for all integrated circuit packages shall be designated on all printed circuit boards. 3360 E.La Palma Avene,Anaheim,CA 92806 EFE °° INIOU"' P.O.Box 6150,Anaheim,CA 92816-6150 PH:(714)630-3700•Fax(714)630-6349 �m�:a,.�,ru1¢,�fuPF*C; aUp.i�h' arro7p;uo DocuSign Envelope ID:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 "Spe"�Cif at 2.2.5.3. All printed circuit board assemblies shall be coated on both sides with a clear moisture-proof and fungus-proof sealant. 2.2.6. Timing of the controller traffic application shall be derived from the AC power line. 2.2.7. To facilitate the transfer of user-programmed data from one controller to another, a Datakey receptacle for using a separate 2070-style, serial flash memory device shall be an available hardware option. In addition two USB sockets and one SD Card socket shall be provided for memory devices that can be used for data transfer. These data transfer devices shall be easily removable and directly accessible from the outside of the controller. The controller will not require this Datakey, USB memory thumb drive or SD Card to be present for proper operation. 2.2.8. All controller software shall be stored in Flash Memory devices. The controller software shall be easily updated without the removal of any memory device from the controller. The use of removable PROMS or EPROMS from the controller shall not be acceptable. The controller shall include an option that allows updating software using a Windows based computer, a USB memory thumb drive, or an SD card. 2.2. ,4 TC Engine Board 2.3.1. The controller shall include an ATC engine board compliant to ATC standard 5.2b and proposed version 6.10. 2.3.2. The engine board shall include a PowerPC 83XX family processor with QUICC engine. 2.3.3. The engine board shall have a minimum of the following memory: 2.3.3.1. 128Mbytes of DDR2 DRAM memory used for application and OS program execution. 2.3.3.2. 64 Mbytes of FLASH memory used for storage of OS Software and user applications. 2.3.3.3. 2MB of SRAM memory used for non-volatile parameter storage. 2.3.4. The engine board shall provide the seven ATC serial ports, Ethernet, USB, and all other control signal required by ATC standard. 2.3.5. The operating system shall be Linux 2.6.35 or later. 24. Front Panel 2.4.1. The front of the controller shall consist of a panel for the display, keyboard and connectors for all necessary user connections. 2.4.2. The display shall be a 7-inch, color, TFT (Thin Film Transistor) LCD (Liquid Crystal Display) with high brightness. It shall be readable in direct sunlight. The display shall perform over the NEMA temperature range and shall have a resolution of 800 X 480 with an 18 bit color depth. The luminous intensity shall be a minimum of 800 nits. The display shall include an industrial, resistive touch screen that can be operated with gloved hands. The touch screen and display shall not be affected by condensation or water drops. 2.4.3. Front-panel operator inputs shall be via touch screen or by clearly labeled elastomeric keypad. These shall include a 10-digit numeric keypad, Main and Sub keys, toggle keys, special function and enter keys, six function keys, status and help keys and a large, four- direction cursor control key. 3360 E.La Palma Avene,Anaheim,CA 92806 EFE °° INIOU"' P.O.Box 6150,Anaheim,CA 92816-6150 PH:(714)630-3700•Fax(714)630-6349 �m�:a,.�,ru1¢,�fuPF*C; aUp.i�h' arro7p;uo of 6 DocuSign Envelope ID:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 "Spe"�Cif at 2.4.4. The front panel shall include a built in speaker for enhanced controller audio feedback. 2.4.5. The front panel shall include a tri-color status LED. 25. Ethernet Ports 2.5.1. The controller shall have the capability of supporting Ethernet communications, using TCP/IP communications protocols. 2.5.2. The controller shall provide four (4) front-panel Ethernet ports. 2.5.3. Two of the ports shall be connected to Ethernet switch ENET1 and the other two shall be connected to Ethernet switch ENET2. 2.6. USB Ports 2.6.1. The controller shall provide two USB 2.0 ports. 2.6.2. USB ports shall be used for USB thumb drives to update software, upload or download configuration, or uploading logged data. 2.7. Connectors 2.7.1. All non-optional interface connectors shall be accessible from the front of the controller in the NEMA configured controller models. Configurations shall be offered to accommodate different versions, as follows: 2.7.1.1. NEMA TS2 Type 1 2.7.1.2. NEMA TS2 Type 2 2.7.1.3. NEMA TS1 2.7.2. The D connector shall be compatible with the Econolite Model ASC/2, ASC/2S, and ASC/3 D connectors. 2.7.3. To facilitate special applications the controller shall have the capability of assignment of any input or output function to any input or output pin respectively on the interface connectors, with the exception of Flashing Monitor, Controller Voltage Monitor, AC+, AC-, Chassis Ground, 24VDC, Logic Ground and TS2 Mode bits. 2.7.4. The controller shall as a minimum have the following communications ports: a. Port 1 SDLC for communications to other devices in the cabinet. b. Port 2 serial port for systems communications. c. Console serial port for local communications. An optional telemetry module shall utilize TDM/FSK data transmission at 1200 baud or 9600 baud over two pairs of wires. This module shall include the Econolite 25-pin D- sub connector. d. Ports on optional ATC-2070 communication modules— see section 2.9.2. 2.7.5. Serial communications shall operate at from 1200 to 115.2 K baud. 3360 E.La Palma Avene,Anaheim,CA 92806 EFE °° INIOU"' P.O.Box 6150,Anaheim,CA 92816-6150 PH:(714)630-3700•Fax(714)630-6349 �m�:a,.�,ru1¢,�fuPF*C; aUp.i�h' arro7p;uo DocuSign Envelope ID:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 "Spe"�Cif at 2.8 Ser-uiceability 2.8.1. All electronic modules including the power supply shall be easily removable from the controller using a screwdriver as the only tool. All power and signal connections to the circuit boards shall be via plug-in connectors. 2.0. Hardware Options 2.9.1. Optional Datakey 2.9.1.1. A datakey and receptacle shall be available for use as a database storage device (backup) or as a database transfer module. It shall be capable of storing a minimum 2MB of data. 2.9.1.2. The datakey shall be hot swappable, so that it can be inserted and removed without powering down the controller. 2.9.1.3. The datakey shall be capable of storing the entire controller database and shall retain the information without use of battery or capacitor backup. 2.9.1.4. The controller shall not require this key to be present during normal operation. 2.9.1.5. If the datakey is present the controller shall automatically backup the database to the data key 20 minutes following the last data change. 2.9.2. Optional ATC-2070 type communications slot: 2.9.2.1. The controller shall provide support one ATC-2070 type communications slot that can be added, if needed, providing access to ATC communications ports. 3360 E.La Palma Avene,Anaheim,CA 92806 EFE °° INIOU"' P.O.Box 6150,Anaheim,CA 92816-6150 PH:(714)630-3700•Fax(714)630-6349 �m�:a,.�,ru1¢,�fuPF*C; aUp.i�h' arro7p;uo 6 . 6 DocuSign Envelope ID:9F2F7925-7539-4482-B6AB-8AF8F7AC5E71 AXISOA& COMM U N ICATIONS AXIS P5655-E PTZ Network Camera HDTV 1080p PTZ with 32x zoom and focus recall AXIS P5655-E PTZ Network Camera is a cost-effective, high performance PTZ with HDTV 1080p and 32x optical zoom. It features Forensic WDR for clarity even when there's both dark and light areas in the scene. And, Lightfinder 2.0 to capture low-light images with more saturated colors and sharper images of moving objects. It offers electronic image stabilization and enhanced security features including signed firmware and secure boot. With IP66, NEMA 4X and IK10 ratings it's resistant to both harsh weather conditions and impacts. Plus,you get two-way audio, I/O ports and extended capabilities for advanced analytics. FEE)':IIS . 1,080,, °tIlk:h. 32x ' "Ilh:ii a], ZOOM, 'F° iil'e:uc°sic; WDR 2,0 SJ.O.r.,N,ed 1:ii,Y,xn:wwe ax,id, secure 'boot Fcc Zk s"ltrea ° , ° j,°IIk,S, ���'F'' r°Ilk, for 'IIV°�,OF�O, and 'Ilk°11.26f 1 nviiF 1000 DTV V DocuSign Envelope ID:9F2F7925-7539-4482-B6AB-8AF8F7AC5E71 AXIS P5655-E PTZ Network Camera Camera Event conditions Audio:Audio detection Image sensor 1/2.8"progressive scan RGB CMOS Device status: Above operating temperature,Above or below operating temperature,Below operating temperature,Fan Lens Varifocal,4.3-137.6 mm,F1.4-4.0 failure,IP address removed,Network lost,New IP address, Horizontal field of view: 58.3°-2.4° Shock detected,Storage failure,System ready,Within operating Vertical field of view: 35.5'-1.4° temperature, Edge storage, Recording ongoing,Storage Including EIS,barrel and pincushion distortion correction disruption Autofocus and auto-iris I/0:Digital input,Manual trigger,Virtual input ....................................................................................................................................................................................................................................................................... Day and night Automatically removable infrared-cut filter MATT subscribe Minimum Color: 0.1 lux at 30 IRE F1.4 PTZ:PTZ malfunctioning,PTZ movement: Camera 1,PTZ preset illumination Colo 0.01 lux at 30 IRE F1.4 position reached: Camera 1,PTZ ready Scheduled and recurring:Scheduled event Shutter speed 1/66500 s to 2 s Video: Day-night mode,Live stream open Pan/Tilt/Zoom Pan: 360°endless,0.1°-350°/s Event actions Play audio clips,day-night mode,go to preset position,guard Tilt: 180°,0.1'-3500/s tour,1/0,upload of images or video clips via FTP,SFTP,HTTP, Zoom: 32x optical,12x digital,Total 384x zoom HTTPS,network share and email,notification to email,HTTP, 256 preset positions,nadir flip,limited guard tour,control queue, HTTPS,TCP and SNMP trap,overlay text,prioritized text,record on-screen directional indicator,set new pan 0°,focus window, video to SD card and network share,WDR mode focus recall MATT publish System on chip(SoC) Data streaming Event data Model ARTPEC-7 Built-in Pixel counter Memory 1024 MB RAM,512 MB Flash installation aids Compute Machine learning processing unit(MLPU) Analytics capabilities AXIS Object Object classes: humans,vehicles Analytics Trigger conditions:line crossing,object in area,time in area BETA Video Up to 10 scenarios Video H.264(MPEG-4 Part 10/AVC)Baseline,Main and High Profiles Metadata visualized with trajectories and color-coded bounding compression H.265(MPEG-H Part 2/HEVC)Main Profile boxes Motion JPEG Polygon include/exclude areas Resolution 1920x1080 HDTV 1080p to 320x180 Perspective configuration Frame rate Up to 60/50 fps(60/50 Hz)in all resolutions ONVIF Motion Alarm event Applications Included Video streaming Multiple,individually configurable streams in H.264,H.265 and AXIS Object Analytics Motion JPEG AXIS Video Motion Detection,AXIS Motion Guard, Controllable frame rate and bandwidth AXIS Fence Guard,AXIS Loitering Guard,audio detection, Axis Zipstream technology in H.264 and H.265 advanced gatekeeper,autotracker 2 VBR/ABR/MBR H.264/H.265 Support for AXIS Camera Application Platform enabling Image settings Compression,saturation,brightness,sharpness,contrast,local installation of third-party applications,see axis.com/acap contrast,white balance,exposure control,exposure zones, General Forensic WDR:Up to 120 dB depending on scene,defogging, Casing IP66-,NEMA 4X-and IK10-rated day/night shift level,tone mapping,fine tuning of low-light Aluminum casing,polycarbonate(PC)dome behavior,rotation: 0°, 180°,text and image overlay,image Color:white NCS S 1002-B,repaintable skin cover freeze on PTZ,electronic image stabilization,scene profiles,20 For repainting instructions of casing and impact on warranty, individual polygon privacy masks contact your Axis partner. Audio Sustainability PVC free Audio streaming Two-way,full duplex Power Axis Po E+midspan 1-port: 100-240 VAC,max 37 W Audio encoding 24bit LPCM,AAC-LC 8/16/32/44.1/48 kHz,G.711 PCM 8 kHz, IEEE 802.3at,Type 2 Class 4 G.726 ADPCM 8 kHz,Opus 8/16/48 kHz Camera consumption:typical 10.5 W,max 19 W Configurable bit rate Multiconnector: Audio External microphone input or line input,line output(Requires 20-28 V DC,typical 10 W,max 18 W input/output Axis 10-pin Push-pull System Connector or Axis Multicable C 1/0 20-24 V AC,typical 15.5 V A,max 26 V A Audio Power 1 m/5 m,not included),automatic gain control (Po E+midspan or power supply not included) Network Connectors RJ45 10BASE-T/100BASE-TX PoE Security Password protection,IP address filtering. HTTPSa encryption, RJ45 push-pull connector(IP66)included I/O connector for IEEE 802.1X(EAP-TLS)a network access control,digest is or AC input,4 configurable alarm authentication, user access log,centralized certificate Inputs/outputs: inline in,line out(Axis 10-pin push-pull management,brute force delay protection,signed firmware, system connectorr or Axis multicable C I/O audio power 1 m/5 m,(not included)) secure boot .... .... .... .... .... .... a Storage Support for SD/SDHC/SDXC card Supported IPv4,IPv6 USGv6,ICMPv4/ICMPv6,HTTP,HTTP/2,HTTPS1,TLSa, Support for SD card encryption(AES-XTS-Plain64 256bit) protocols QoS Layer 3 DiffServ,FTP,SFTP,CIFS/SMB,SMTP,mDNS(Bonjour), Recording to network-attached storage(NAS) UPnP",SNMP v1/v2c/v3(MIB-11),DNS/DNSv6,DONS,NTP,RTSP, For SD card and NAS recommendations see axis.com RTP,SRTP,TCP,UDP,IGMPv1/v2/v3,RTCP,ICMP,DHCPv4/v6,ARP, SOCKS,SSH,NTCIP,LLDP,CDP,MATT v3.1.1,Syslog,Link-Local Operating -30°C to 50°C(-22°F to 122°F) address(ZeroConf) conditions Maximum intermittent temperature 55°C System integration Humidity 10-100%RH(condensing) Application Open API for software integration,including VAPIX5 and Storage -40°C to 65°C(40°F to 149°F) Programming AXIS Camera Application Platform;specifications at oxis.com conditions Humidity 5-95%RH(non-condensing) Interface One-click cloud connection Approvals EMC ONVIF®Profile G,ONVIFo Profile S,and ONVIF0 Profile T, EN 55032 Class A,EN 50121-4,IEC 62236-4,EN 61000-3-2, specification at onviforg EN 61000-3-3, EN 55024,EN 61000-6-1,EN 61000-6-2, FCC Part 15 Subpart B Class A,ICES-003 Class A,VCCI Class A, RCM AS/NZS CISPR 32 Class A,KC KN32 Class A,KC KN35 DocuSign Envelope ID:9F2F7925-7539-4482-B6AB-8AF8F7AC5E71 T10132168/EN/M30.3/2206 Safety push-pull system connector,Axis multicable C 1/0 audio power 1 IEC/EN/UL 62368-1,IEC/EN/UL 60950-22,IS 13252 m/5 m Environment For more accessories,see axis.com IEC 60068-2-1,IEC 60068-2-2,IEC 60068-2-6,IEC 60068-2-14, Video AXIS Companion,AXIS Camera Station,video management IEC 60068-2-27,IEC 60068-2-30,EC 60068-2-78,IEC/EN 60529 management software from Axis Application Development Partners available IP66,IEC/EN 62262,IK10,NEMA 250 Type 4X software at axis.com/vms Network NIST SP500-267,IPv6 USGvG Languages English,German,French,Spanish,Italian,Russian,Simplified Chinese,Japanese,Korean,Portuguese,Traditional Chinese Dimensions Height: 217 mm(8.54 in) 0 188 mm(7.4 in) Warranty 5-year warranty,see axis.com/warranty Weight 2.5 kg (5.5 Ib) a. This product includes software developed by the OpenSSL Project for use in the Included RJ45 Push-pull Connector(IP66),hard ceiling mount,spring pipe OpenSSL Toolkit.(openssl.org),and cryptographic software written by Eric Young accessories adaptor,U-profile pipe adaptor,installation guide,Windows' (eay@ cryp tso ft.coin). decoder 1-user license .... Environmental responsibility: Optional AXIS T91 B mounts,AXIS T94AO2L recessed mount,outdoor accessories RJ45 cable with premounted connector,AXIS T8133 Midspan oxis.com/environmental-responsibility 30 W 1-port,repaintable skin covers,smoked dome,Axis 10-pin ©2019-2022 Axis Communications AB.AXIS COMMUNICATIONS,AXIS,ARTPEC and VAPIX are registered trademarks of AXISOAM Axis AB in various jurisdictions.All other trademarks are the property of their respective owners.We reserve the right to introduce modifications without notice. C O M M U N I C A T I O N S DocuSign Envelope ID:9F2F7925-7539-4482-B6AB-8AF8F7AC5E71 AXISOAM COMM U N ICATIONS AXIS T8129 Power over Ethernet Extender The smart solution for covering distances With AXIS T8129, Axis' network video products can be installed at greater distances than 100 m (328 ft) from one another. By connecting an AXIS T8129 for every extra 100 m (328 ft) of cable, both Ethernet and PoE can be extended to even greater distances; depending on camera model and power source. AXIS T8129 does not require any additional power supply and the connected network camera is fed by a single PoE switch or midspan, simplifying installation. It offers two Ethernet ports, both configured automatically for link speed, duplex and crossover and the full-rate network throughput is maintained. More lLhan 1,00 m. (228 11lk) °Ilk11llkLh r°rr.r lIlk: and, PoE cor°r l,ecllk:lion * Cam,, r °rtll 'le °w°l.11t' , 'l':lli];'l ':111';1, ttt�12,2r�t and, III'E,':III';I,':III';I' 802 Sat * 'No addi'IJ,onal, , ow r sulplpty is required, Prr,l,l,,r° °rllk, ne'twor'k 'Ilk,1% w`hn],r Prr°Ilk;r rr,r't t,l, °Ilk, rr, �' DocuSign Envelope ID:9F2F7925-7539-4482-B6AB-8AF8F7AC5E71 T 100s7645/EN/M3.2/2010 AXIS T8129 Power over Ethernet Extender Display Mounting Wall or shelf Data rate 10/100 Mbps half/full duplex Environment Indoor Distance The maximum distance depends on the connected product,power Operating -10°C to 50 °C(14°F to 122 °F)Humidity max. 85%RH source,and operating conditions. See the www.axis.com for conditions (non-condensing) more information. Storage -40'C to 74°C(-40°F to 165°F) Connectors Shielded RJ45,EIA 568A and 5686 conditions Network cables Shielded category 5(or higher) Approvals EN 55022 Class B.EN 55024,FCC Part 15 Subpart B Class B with Installation and Plug-and-play installation;automatically forwards in-line power FTP cabling management to PoE and High PoE-enabled devices Dimensions 105 x 40 x 22 mm(4.1 x 1.6 x 0.9 in) General Weight 45 g(1.6 oz) Display and LED indicators are located on the RJ45 connector Power Warranty 3-year warranty,see axis.com/warranty indicators indicator: PoE enabled(Green)Network indicator: Link/activity (Yellow) Environmental responsibility: Compliance IEEE 802.3af,IEEE 802.3at,RoHS,WEEE,CE .. .. .. .. .. .. .. .. axis.com/environmental-responsibility ©2017-2020 Axis Communications AB.AXIS COMMUNICATIONS,AXIS,ARTPEC and VAPIX are registered trademarks of AXISOAM Axis AB in various jurisdictions.All other trademarks are the property of their respective owners.We reserve the right to introduce modifications without notice. C O M M U N I C A T I O N S DocuSign Envelope ID:9F2F7925-7539-4482-B6AB-8AF8F7AC5E71 AXISOAM COMM U N I CATIONS AXIS T91 G61 Wall Mount Quick connection and room for more Designed for PTZ and multi-sensor cameras, AXIS T91 G61 Wall Mount accommodates and safely protects accessories inside the mount. Quickly and easily, connect power and data via pre-mounted Ethernet cable with IP66 RJ45 connec- tor. Thanks to its impact-resistant and outdoor proven material, the mount suits all environments, both indoors and outdoors. AXIS T91G61 has the same hole pattern as the standard Axis PTZ wall mount and for retrofit, a pattern that matches Pelco's PTZ camera mount to enable an easy switch - no additional drilling is required. It can be mounted on poles and corners with the help of optional accessories. Note that this mount is not intended for inverted installations. * Room, for de'Oces, m1ds,� rrr not iirr m'].ulrr . ��rt., and, r° iiw.� � :�. ' * r tee."lll:[o , ag rtrrst irzin,llk rj °III , wateiir, dust and cormston, "'IIP:ur°r, rr°r rrr.rr llV: r. °l[P66 "IIZ,1 ~r rrrrner lllloiir° 'R ,°irr,rre exis"tJ,ng ole %////� /// l � 1 DocuSign Envelope ID:9F2F7925-7539-4482-B6AB-8AF8F7AC5E71 T10061429/EN/M 11.2/2105 AXIS T91 G61 Wall Mount General Included Installation guide Supported AXIS Q3709-PVE accessories Ethernet cable with IP66 RJ45 connector(with gasket) products AXIS 06000-E Series Foam gaskets and silicone strap(pre-mounted) AXIS P56 Series Connector plug angle C13 AXIS Q60 Series Optional AXIS T81 B22 DC 30 W Midspan 1-porta AXIS Q61 Series accessories AXIS T8133 30 W Midspan' Casing Powder coated aluminum casing AXIS T8134 60 W Midspana Color: white NCS S 1002-B AXIS T8154 60 W SFP Midspana AXIS T8642 PoE+over Coax Device Dimensions 185 x 214 x 404 mm(7.28 x 8.43 x 15.9 in) AXIS T91A57 Pole Mount Weight 3.5 kg (7.7 Ib) AXIS T91A64 Corner Mount AXIS ACI Conduit Adapters Maximum load 30 kg(66 Ib) Network cable coupler indoor slim Cable routing Back: cable hole For more accessories,see www.axis.corn Bottom: 3/4"Conduit entrance x2 Warranty 3-year warranty,see axis.com/warranty Environment Indoor Outdoor a. Midspan not included Approvals .... Safety IEC/EN/UL 60950-1,IEC/EN/UL 60950-22 Environmental responsibility: Environment axis.com/environmental-responsibility IEC/EN 60529 IP66,IEC 62262 IK10,IEC 60068-2-6(Sinus), IEC 60068-2-27 (Shock), NEMA 250 Type 4X, UL 50E, MIL-STD 810G 509.5,RoHS ©2016-2021 Axis Communications AB.AXIS COMMUNICATIONS,AXIS,ARTPEC and VAPIX are registered trademarks of AXISOAM Axis AB in various jurisdictions.All other trademarks are the property of their respective owners.We reserve the right to introduce modifications without notice. C O M M U N I C A T I O N S DocuSign Envelope ID:9F2F7925-7539-4482-B6AB-8AF8F7AC5E71 AXISOAM COMM U N I CATIONS AXIS T91B57 For sturdy installations on poles AXIS T911357 Pole Mount is a high-quality pole mount designed for use with selected AXIS T91 wall mounts and AXIS T98A cabinet series. It is easily adjustable to fit poles with a diameter between 100-410 mm (4-16 in). The pole mount has an IK10 rating for impact resistance, which safeguards it against vandalism. It features a closed back and a cable gasket, which means it is also protected against insect infestation. Indoor and oti'��doar 'us,e lni,' III:,r mw :lii. °III: .IIV: It 'ire° �µ:ur.w.IIt ° .� t 'H,siirn, '1°llr��"°�.0 Cable ga s']ce'It 'to 'ire° ° w�r°w't ii . ecm.l: * 'f'. obuslIII: and, safe ., � (IJ111 111 1 it J, �<«r1111 111111 IN /'��y' JJJJJ� 'l lliuui w..Ilu�lmi$ j f f o DocuSign Envelope ID:9F2F7925-7539-4482-B6AB-8AF8F7AC5E71 T1 01 25904/EN/M2.2/1804 AXIS T91 B57 General Approvals Safety Supported AXIS T91 G611 Wall Mount IEC/EN/UL 60950-1,IEC/EN/UL 60950-22 products AXIS T91 H61 Wall Mount Environment AXIS T98A-VE Cabinet Series EN 50581 AXIS A9188-VE Network 1/0 Relay Module Impact Pole diameter 100-410 no IEC 62262 IK10m(4-16 in) ... .... .. .... .. .... .... .... Maximum load 30 kg(66 Ib) Dimensions 190 x 214 x 67 mm(7 1/2 x 8 7/16 x 2 5/8 in) .. .. .. .. .. .. .. .. Cable routing Back: Cable hole Weight 1.4 I<g(3.2 Ib).. .. .. .. .. .. .. Bottom:AXIS T91G61 or AXIS T98A required Included Installation Guide Casing IK10-rated powder-coated aluminum mount accessories Insect-proof cable gasket Color: White NCS S 1002-B Stainless steel straps Sustainability PVC free Warranty Axis 3-year warranty,see www.axis.com/warranty Environment Indoor Environmental responsibility: Outdoor axis.com/environmental-responsibility ©2018 Axis Communications AB.AXIS COMMUNICATIONS,AXIS,and VAPIX are registered trademarks or trademark AXISOA& applications of Axis AB in various jurisdictions. All other company names and products are trademarks or registered trademarks of their respective companies.We reserve the right to introduce modifications without notice. C O M M U N I C A T I O N S DocuSign Envelope ID:9F2F7925-7539-4482-B6AB-8AF8F7AC5E71 AXISOA& COMM U N ICATIONS AXIS 30 W Midspan AXIS 30 W Midspan is a 1-port midspan that can deliver up to 30 W to one network device. It is IEEE 802.3af (15 W) and IEEE 802.3at (30 W) compliant, which ensures compatibility with most Axis network products with built-in PoE. Power over Ethernet (PoE) offers an easy, fast and cost-effective solution for powering network products. In a single network cable, a PoE midspan injects power and data to the network device with built-in PoE support. No need to replace existing Ethernet switches and cabling infrastructure. 'f:IIP;IY'E'Y:IIP;IY 802.3af and, ':III:IIC;!IC ':IIC;! 3a't 1,0/1,00/1,000 °lll. .:b'l'n f, i µ, V�i�ti DocuSign Envelope ID:9F2F7925-7539-4482-B6AB-8AF8F7AC5E71 T101546821EN/M8.3/2107 AXIS 30 W Midspan Midspans General Function Data and power are fed to a network video product through an Casing Plastic Ethernet cable Color: black Use together with a PoE splitter for a network video product Sustainability PVC free without built-in PoE support Halogen free Data rate 10/100/1000 Mbps Display and LEDs are located on the front panel Installation and Automatically detects PoE and supplies inline power indicators Port LED:power indicator and data connectivity management Local LED management display Mounting Wall,shelf or DIN rail' Data&power Operating At 30 W: Power Power over Ethernet Plus(PoE+) conditions -20°C to 40°C(-4°F to 104°F) IEEE 802.3at Type 2 Class 4 At 15 W: -20°C to 55°C(4°F to 131 °F) Input AC input voltage: Humidity max 95%RH(non-condensing) 100 toVAC AC frequency: Storag a -40°C to 75°C(-40°F to 167'F) 47-63 Hz conditions Output Voltage: 56 V DC(max 30 W) Approvals Model P0EA30U-1ATE. Safety Power No remote device connected: 10OmW IS 13252,UL 60950-1,UL 62368-1,CCC consumption 30 W remote device connected: 36 W EMC Connectors Shielded RJ45 EN 55024,EN 55032 Class A,EN 61000-6-1,EN 61000-6-2, Power connector C13 FCC Part 15 Subpart B Class A,ICES-3(A)/NMB-3(A), KC KN32 Class A,KC KN35,RCM AS/NZS CISPR 32 Class A, Wiring Data provided over pairs 1/2 and 3/6 for 10/100 Ethernet,over VCCI Class A.CISPR 24,EAC all four pairs for Gigabit Ethernet Environment Power provided over pairs 1/2-ve,3/6+ve IEC 60068-2-1,IEC 60068-2-2,IEC 60068-2-6,IEC 60068-2-14, IEC 60068-2-27.IEC 60068-2-78 Dimensions 30 x 46 x 140.1 mm(1.1 x 1.8 x 5.5 in) Weight 145 g(0.3 Ib) Included Installation guide accessories Cable Mains IEC-C13 Optional AXIS T91A03 DIN Rail Clip accessories For more accessories,see axis.com Warranty Axis 3-year warranty,see axis.com/warranty a. Sold as optional accessory Environmental responsibility: oxis.com/environmenta/-responsibi/ity ©2020-2021 Axis Communications AB.AXIS COMMUNICATIONS,AXIS,ARTPEC and VAPIX are registered trademarks of AXISOAM Axis AB in various jurisdictions.All other trademarks are the property of their respective owners.We reserve the right to introduce modifications without notice. C O M M U N I C A T I O N S ISUM DocuSign Envelope ID:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 I -Way Assemblies Designed to accommodate all traffic signals, with the exception of optically programmed (see pages Tl-18 through Tl-21). The Galaxy and Stellar Astro-Brac series feature all-axis adjustability and are designed to facilitate the mounting of any size signal to any shape mast arm or pole. r '„ Astro-Brac Galaxy Assy, 1-Way Cable Mount ELMi Signal Cable jSection Length Cable Coating AG-0125 - 0 - 96 - SS - FPT;�q 1=1 Sec See Note Blank=Galy PNC=Process No Color I 2=2 Sec SS—Stainless P--=Paint AB-2003 3=3 Sec Tube Kit 4=4 Sec AG-3055 5=5 Sec Clamp Kit AB-4005 Galaxy HingedHinged ����11np Kit r by Armrri KitKit L Note: Cable Length: 62",84",96", 110", 120", 132", 144",220",or 280". Astro-Brac Stellar Assy, 1-Way Cable Mount o Signal Cable Section Len Cable Coating -0125 1= c See Note Blanl<=Galy PNC—Process No Color =2 Sec SS=Stainless P =Paint �q /".;,w =3 Sec AB-2003 % 4= Tube Kith AS-3009 5=5 Sec Clamp Kit AB-4005 Arm Kit Note: Cable Length: 62",84",96", 110", 120", 132", 144",220",or 280". Note: 1.All assemblies are supplied standard with stainless steel slotted washers and fasteners. 2.See Reference Section page iv for cable and band clamp kit pole diameters. 3.See Reference Section for available paint colors. www^in41cer4.cam 4/15/19 www.pelcoinc.com-sales@pelcoinc.com-405-340-3434-fax:405-340-3435 Page T1-1 DocuSign Envelope ID:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 Complies With The New �! NEMA MMU2 Standard and l MUTCD Requirements l j� MMU2-16LE SERIES NEMA LCD MALFUNCTION MANAGEMENT UNIT ■ MMU2-16LEi with Ethernet Port Whether you're a NOVICE or EXPERT Signal Technician,wouldn't it be great if you could: U11 Use a built-in SETUP WIZARD to quickly and accurately configure the Signal Monitor to the exact requirements of the cabinet and intersection? U11 Use a MENU DRIVEN LCD interface to view vital cabinet operational details such as field signal voltages, historical event logs, and monitor configuration data? VIII Use a built-in DIAGNOSTIC WIZARD to automatically diagnose cabinet malfunctions and pinpoint faulty signals? If your answer is Yes, the IWIMU12 161 1E S artivfonif)rg'is for YOU! NEW IMMUZ,,,,1I6III,,,,,,III::: SmarfAll nitoe Ilf;;;;°III III°°III III IIf;;;;°IIIA IF"1:.:.:.A' IIIIN' Ilf,:,:,S NEMA TS2-2016 Standard: The MMU2-16LE SmartMonitol4)meets all specifications of the NEMA Standard TS2-2003 (R2008) for the MMU2 configuration while maintaining compatibility with NEMA TS1-1989 Assemblies. NEMA Standard The MMU2-16LE SmartMonitor® supports MUTCD Flashing Yellow Arrow PPLT operation and Flashing Yellow Arrow PPLT: meets I exceeds the NEMA Standard MMU2 requirements of TS2-2016 FYA, providing modes for both TS-2 or TS-1 cabinet configurations. Standardized Communications: Real-time SDLC communications with the Controller Unit exchanges field input status, Controller Unit output status,fault status, MMU programming,and time and date. Full Intersection&Status Display: Two high contrast, large area Liquid Crystal Displays (LCD) continuously show full RYG(W) intersection status. A separate graphic LCD provides a menu driven user interface to status, signal voltages,configuration,event logs,and the Help system. Event Logging: A time-stamped nonvolatile event log records the complete intersection status as well as AC Line events,configuration changes,monitor resets,temperature and true RMS voltages. Setup Wizard: Use the built-in Setup Wizard to configure the Nema Enhanced settings of the SmartMonitor® by answering a short series of questions regarding intersection design and operation. Diagnostic Wizard: The Diagnostic Wizard automatically pinpoints faulty signals and offers trouble-shooting guidance. and Help System The integrated Help System provides context sensitive operational assistance. TS-1 Type 12 with SDLC Mode: The MMU2-16LE SmartMonitor® can be configured to operate with the Port 1 SDLC function and Diagnostic Wizard enabled in a TS-1 twelve channel cabinet with no cabinet wiring changes. Program Card Memory: Enhanced settings of the MMU2-16LE SmartMonitor®are stored in nonvolatile memory on the EDI Program Card. Moving the Program Card to another MMU2-16LE automatically transfers all settings. Signal Sequence History Log: The five Signal Sequence History logs stored in nonvolatile memory graphically display up to 30 seconds of signal status prior to each fault event. LEDguard®: This EDI innovative signal threshold technique can be used to increase the level of monitoring protection when using LED based signal heads. EDI RMS-Engine: A DSP coprocessor converts AC input measurements to True RMS voltages, virtually eliminating false sensing due to changes in frequency, phase,or sine wave distortion. ECcom PC Software: Access to the MMU2-16LE data is provided by the industry standard EDI ECcom Windows based software for status,event log retrieval,configuration,and data archival. EBf=RL_E DESIGN INC. ///'0NED1 3510 East Atlanta Avenue Tel (4B0) 9BB-B407 Phoenix, AZ 85040 USA Fax (BOe) 487-1998 www.EDItraffic.com \00/ MMU2-16LE Catalog Sheet—111616 Designed,Manufactured and Tested in the United States of America ISO 9001:2008 Registered SmartMonitor and LEDguard are registered trademarks of Eberle Design Inc. U.S.Pat 7,246,037&9,460,620 DocuSign Envelope ID:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 W]250� � Heavy Duty Cabinet Power Supply The ideal power source when using high current I devices such as video detection cards. t' The PS-250 Cabinet Power Supply is a shelf mounted unit which supplies g; regulated DC power, unregulated AC power, and a line frequency reference for the Detector Rack, BIUs, load switches, and other auxiliary equipment. +I The PS-250 meets and/or exceeds all requirements of the NEMA TS2-2016 Standard. All TS-2 Type 1 cabinet assemblies require the use of this unit as well as any TS-2 Type 2 cabinet assemblies that utilize Bus Interface Units (BIU). Each EDI PS-250 Cabinet Power Supply is put through a rigorous three part Total Quality Assurance program and tested under the extreme environmental conditions experienced on the street. It is this commitment to quality and performance that EDI products are known for, providing years of trouble free o eration. P 11::'S250 IIE,)IIE;;;;IIN° ' '°rII II III,,,,, II1:::::llE;;;; "n.. IIE° IIE;;;;; Basic Functions: The PS-250 provides four outputs rated over the full -30oF to 165oF (-34oC to +740C) Nema operating temperature range: B +12 VDC rated at 5 Amps B +24 VDC rated at 3 Amps 0 12 VAC rated at 0.25 Amps E[ 60 Hz Line Frequency Reference rated at 50 mAmps E[ Input Voltage Operating Range is 89 Vac to 135 Vac at 50/60 Hz Ef Power Factor Corrected Display Indicators: A separate LED indicator is provided to display output status and fuse integrity for the four supply outputs.The Line Frequency Reference LED indicator pulses to show 60 Hz activity. Input/Output Pins: Pin Function A AC Neutral B Line Frequency Reference Output C AC Line Input D +12 VDC Output E +24 VDC Output F Reserved G Logic Ground H Earth Ground 1 12 VAC Output J Reserved Test Points: Individual test jacks are provided for the+12 VDC output, +24 VDC output, and Logic Ground reference. Output Protection: The +12 VDC, +24VDC, and 12 VAC outputs are fused for over-current protection. Each output is protected against voltage transients by a 1500 Watt suppressor. Dimensions: Compact Size:6.0 inches High x 4.0 inches Wide x 8.4 inches Deep EBERLE DESIGN INC. 3510 East Atlanta Avenue Tel (4B0) 9BB-8407 Phoenix, AZ B5040 USA Fax (602) 437-1996 www.El)ltrafFic.com PS-250 Catalog Sheet—022619 Designed,Manufactured and Tested in the United States of America ISO 9001:2015 Registered DocuSign Envelope ID:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 I,POWER 40MIJ BV 1, UIIII ��U70F"111110 NEMA TS-2 BUS INTERFACE UNIT The BIU-700 Bus Interface Unit (BIU) performs the interface between Port 1 of the PORT I Controller Unit and the Loop Detector Racks, Terminals and Facilities, and other SOLO devices in a NEMA TS-2 Cabinet Assembly. Its functions include controlling load switch outputs, detector resets, communicating with Inductive Loop Detectors and other devices, and the conditioning and conversion of Terminals and Facilities and Loop Detector call inputs for the Controller Unit. The EDI BIU-700 is compatible with all Controller Units and Cabinets compliant with the requirements of NEMA Standard TS2-2016. Each EDI BIU-700 is put through a vigorous three part Total Quality Assurance program and tested under the extreme environmental conditions experienced on the % street. It is this commitment to quality and performance that EDI products are known for, providing years of trouble free operation. Model Options: BIU-700 Standard product(BIU Configuration) BIU-700H Half Width product(BIU Configuration) BIU-700L Standard product(BIU Configuration)with thumbscrew latch 1.'.3 III f,Ji °7 C f; III°:1IIE;;;;;IIE° „ "' IIIaI ' III,,,,,, IIE::'IIE;;;; "'r u II° IIE;;;;; Basic Functions: The BIU-700 Bus Interface Unit meets or exceeds all requirements of the NEMA Standard TS2-2003 for the BIU configuration. Display Indicators: Separate Power, Receive, and Transmit LED indicators display DC power status and SDLC Port 1 status. Input/Output Pins: Signal I/O Configuration: 15 DC Output pins 24 Programmable Input/Output pins V' 8 DC Input pins V' 4 Optically isolated input pins 1 Line Frequency Reference input pin 4 Address Select input pins Output Drivers: All outputs are rated at 150mA continuous sink current. Each output provides a 500mA typical current limit. Outputs are rated to 50 volts and utilize a voltage clamp for inductive transient protection. Isolated Inputs: Four optically isolated inputs provide isolation for Pedestrian Detector and Remote Interconnect inputs. These inputs are intended for direct connection to 12 Vac from the cabinet power supply for Pedestrian Detector applications. They may also be connected for'Low True' DC applications when the Opto Common pin is connected to a 24Vdc supply. NEMA BIU2 Support The BIU-720, BIU-730, and BIU-740 models can be configured to meet the BIU2 configuration as defined by TS2-2016, clause 8.3. These models provide detector rack communication capabilities plus an optional front panel EIA-232 or Ethernet communication port.Consult the factory for details. E:E3ERL_E DESIGN INC. 3510 East Atlanta Avenue Tel (4B0) 9BB-B407 Phoenix, AZ 85040 USA Fax (609) 487-1996 www.EDItraffic.com BIU-700 Catalog Sheet—082517 Designed,Manufactured and Tested in the United States of America ISO 9001:2008 Registered DocuSign Envelope ID:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 Model TR=200 -,, t / % IN FLASH TRANSFER RELAY Operating voltage range: 89 to 135 VAS RMS 47 to 63 Hz r i ri 1 aii rri� i�r0 ,��/��,��/,�, r ,,✓,,� Operating temperature range: -40 160 0 F Operating humidityrange: 5% to 9 °f R E rlr r r, (non-condensing) 12rlV''� Coil specifications: �l / 41N�f2V�,r"1 h 1d r5 d t/ ;% Maximum pull-in voltage: 65 VAC . " Df�N; UNA Minimum dropout voltage: 25 VAC Nominal peer: 4 VA at 120 VAC IV" 'W Contact material: Silver alloy �r✓l✓lr/�� Grin(�cru4ll��e(r�rlG�u/ri�u/G�Gc,-' 0 Contact ratings: 0 Amps resistive at 120 d 240 VAC 20 Amps resistive at 26 VCC 10 Amps tungsten at 120 VAC 175 Amps one cycle surge RMS at 120 VAC ww'rmuri i uiii� l!'I' I' oiYll" 100,000 operations at rated load Dielectric strength: Across open contacts: 600V RMS Contact to coil: 1500 V RAS Contact to frame: 1500 V RMS Leakage current: 1 mA ` LES provides visual indication of coil voltage Solid polarizing pin Dimensions: 2.47 inches (6.27 cm) high x 1.85 edinches (4,70 cm) wide x 5.90 (9.91 cm) deep (including connector) The Model TR-200 Flash Transfer Relay is designed to meet or exceed NEMA Standard TS 2-2003. Model TR-200 Flash Transfer Relays are constructed with a transient Suppressed full gave rectified coil to provide chatter free operation in brownout conditions down to 89 VAC. The rectified coil provides lower power consumption than conventional AC coils. A rear mounted eight pin polarized connector ~nates with a Cinch-Jones 2408SB socket. Reno A 4555 Alrcenter Circle- Reno, Nevada-69502«USA. Tel:(775)526-2020-Fax: (775)626-9191 - E-mail:salesrenoae.corn M ' r Visit our website at ww ,renoae.com for the most current product information, Spe,cifirations are subject to ch arige to reflect improvements and Upgrades, P/N 5514002-00 5/12/05 PDocuSign OL�RA Leader in APS Solutions Poiaa is the trusted industry leader m rouchkssAccessi6le Pedestrian Signals. PUSH OR WAV777 E BUTTON N 4 %/,. APS with i M19rouomes: actuation� Inconspicuous radar � �Illlillil'` � Vandal detection al resistant Detects movement PEDAPP typically within 1-4" DocuSi9 n Envelope ID:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 P y Traf ficlink Detec:°tioiJ..0 prov" ro v ..... ................................................... cc lo11j. p-r�'1:. Detection Advanced features PI*esf:.'nce defection "Continuous Counts iovi ion.meal Y. G.ns e C:'ulr>erl.te tion "Irafficclassiflcation ::- ............... V ultimcdal detechon Al PMS p 7 t 6)t C}ue.�ue.lc.rrgth mhlr, ufe[yes t(, It..{Ilt la I al a I Lverrt:det:ec,tion M'iovison mari:View 360 .�.Yilt SII ,........ .. ^Simple r..onligui ation vvizard ..................................................................................................................................................................................................................................... ^Open daka Allis M ovision Smaartl...Ink Detection Continuous Counts IIiI IV11111 III,, I it II II I II Inl I II 111111 liil ii II III lil i IIIIli l iil NSOMMOMMEM Stopbar actuation gall for service to coni.roller Pedestrians Stopbar or upstrearn actuation Grcen extension,dilemma manta tlIggcr Bicycles....... Detection ori all nnaaor and mirror t e neranes inputs for Automated I rarriic;signal Lights vehicles Movements I-erforrnance,Measures(Al SPMs) .Single-unit Truck Queues estimation Countof vehicle,waiting on ran aappioacal'r Articulated Truck Vehicle counts Approach based binned vehicle count data Bus Ar."tllatl(➢I'7 Green C'Xfel"151CPYr,IlrpUt to adaptive a^y3t:e^GY1S Blockage Stopped vehicle in intorsectiorr III III f Q TMG 24/7 Turning MovPmeni:Counts III III II III III Travel Time Point-to-Point Navel l"irnre Total.supported zones 100 1111 III 11 1111-11,11111,III II01111 Trill, nil .SDLG 64 ATSPMs Autorttoled I afflc,Signal Pei forrnance Measures NEMA AIG 3(with Miovision IVF MA Interface Device) Pedestrian Density reports and count:data GRO header black 16 x 1/0 pine for actuation(fail active).... Srriarl:Sense hardware III S m a r"A d e w 360 camera h r d 1 Irk" ii I IIIn1 a 11111i,11i12 MFovision.SrrrartSen e 246rntn x 211mrn x 11.4rrrm I Mimi 1110 11111 III Int III II II Ilil Iui r,1IIIII Illi) II I III III MOMMEMEMEM Sensor 4K,4 rnegapixel,365x)fisheye lens MSEEMEMEMEMEM Operating terrip -34"C to 74.,C 1 29•'F'to 165'F Angular field of view I orizont.71.182",Vrrfic:rl:176^ Humidify ti% r5 u M I non-condensing Voltage F-'oL III1^ NIMMOMMEMMEM 71,111ll�I III Iliu,I?I1. Z IDIi III tllay1 128 x 64 OLr:D display F"orrntat F-I.264 nativcdy,download as F-1.264 stream,as I'Mf-'LG1 Control 4 Ysnttc;ui Resolution 512x512 Processor Dual(,f}IJ plias 12 rrarTtpuCing r;r>ims F ranee nate. `I 5fps I Parts 4 x Rhernal:RJ45(2 x available:with PoL) SDLG': SDLC;fear I foi detec toi actu,atiou GPIO header block......... 16 x 1/0 piers for actuation(ftail...achve) 8 x 1/0 pias Ior actuation/pre eioption(fail passive) USB 1 x USB 2.1f par I: Wovision o'f'fers�freE�.".sE..Ipport for.amartl.�ink 1'1t9rdwar during the life of theC IJI„C.dua.For more Information, �� ������� visit hen aro oviisucauroxonro,email las at sae cart ea vnioviisilon.corra,or call lax IVB,toll-free at 1-855..360..7752 DocuSign Envelope ID:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 Miovision Coir `II DCM �Hairdwaire Specifications ........... ............ ............ .............. ...................................... ........... Miovision Core'DCM 6.3 lbs(2.9 kg) ID .D 101 [.j).l 10.S x 3 x 10 in Miovision Core DCM C> earl 266 x 75 x 254 mm ............ ...................... 7.9 x 2.6 x 1.8 in ........................Power adapter 200 x 65 x 45 mm 0 A_i� Input:89 to 240 VAC,47 to 63 Hz uninterrupted (non GFCI required),Standard NEMA 5-15P or Power adapter terminal block wiring supported. Output:48 VDC at 135W UL and cUL certified Power consumption Max:129W(includes 3 cameras) I x Miovision Core with DCM Typical:114W(includes 2 cameras) Kit contents I x Cable Kit I x Power Supply Hold up Minimum 5 second hold up for power loss events I x Antenna 7NONE:No N E: 7:77 Operating temp -29°F to 165°F(-34°C to 74°C) I x 10/1001000 Ethernet AN port 2 x 10/100/1000 Ethernet LAN ports Humidity 5%-95%PH non-condensing Ethernet ports 3 x 10/100/1000 Ethernet LAN ports with PoE (support for 802.3af PoE and 802.3at PoE+to a maximum of 50W across all three ports) CPU:Quad-core APM"A57 @ 1.43 GHz SDLC port 1x SDLC port(proprietary connector,DB15 adapter CTM NVIDIA Processor GPU:128-core Maxwell included) CPU:6-core NVIDIA Carmel ARM'64-bit Serial ports 2 x EIA PS-232 over PJ45 interface(cable included) DCM NVIDIA Processor GPU:384-core NVIDIA Volta— GPU with 48 USB port 1 x USB-A port Tensor Cores PSA Key Generation 2048 Bits General Purpose 1/0 4 x+5V open drain I/Os Security PSA Signature and Encryption Trusted Platform Module ECC 256 Priority Control 1/0 8 x NEMA compliant I/Os (TPM) AES 128 SHA 256 Detector I/O 8 x NEMA compliant I/Os(fail passive) 16 x NEMA compliant I/Os(fail active) Mass storage Built-in 240GB solid state NEMA Compliant to NEMA TS-2 MINIZZME110101010M Environmental Requirements FCC FCC Part 15,Subpart B,Class A Cellular LTE Cat 4 bands B2,B4,B5,B12,B13,B14,B66,B71 PTCPB PTCPB compliant Location services GPS,GLONASS 802.11 a/b/g/n Wi-Fi Restricted to customer-authorized Core DCM base and lid Aluminum communications Core DCM PC/ABS(Polycarbonate-ABS) 12MME1111111111111M center structure 2x MIMO LTE Antenna specs 2xMIMOWi-Fi Ix GPS-GLONASS-Beidou 8.5 x 3.6 x 1.1 in 216 x 93 x 30 mm Enclosure Permanent Screw Mount For more information,visit hell1p.imiovision.coinn, IP67 rated email us al..siAlp1poirt@imlioviislioin.coirn, or,call us NA Toll-free at 1-855-360-7752 Na,--nUntnLink,Mi,­­ r-ff-Lirk Ni, -rears-ro'New35C are reg_-L-r-Lod-mar/s,r-r.de--.�l,,.cfr,li,,sonT�cY,,,cl.gieslr,,.,pcioLd miovision C,_yr,j,tn2021 DocuSign Envelope ID:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 Kovision SimairtView360 �Hairdwaire Specifications / / old'✓rCAI�'!S/O/7 i The Miovision SmartView Approach'is a full HD outdoor bullet camera that can Y expand the use of our Miovision Detection solution to detect vehicles as they approach intersections from up to 500 feet.Configure multiple detection zones with single or multilane detection over four lanes and build responsive control schemes and measure free-flow traffic to understand how effectively you are servicing demand. r� Miovision SmartView 360 Camera Image sensor 1/2 type MOS image sensor, Pole mount built-in primary color filter Kit contents Mast arm Effective pixels 9 megapixel Power supply Minimum illumination Color:0.4 Ix(0.02787 footcandle) (F1.9,Maximum shutter:Off(1/30 s),AGC:11) 0.03 Ix(0.00186 footcandle) ® 1.9 lb(860 g)when using attachment plate (F1.9,Maximum shutter:max.16/30 s,AGC:11)* Miovision SmartView 360 2.87 lb(1.3 kg)when using base bracket BW:0.05 Ix(0.0372 footcandle) (F1.9,Maximum shutter:Off(1/30 s),AGC:11) 0.0041x 0,00023 footcandle) (F1.9,Maximum shutter:max.16/30 s,AGC:11)* Power adapter PoE DC 48 V:270 mA/Approx.12.95 W Converted value (Class 0 device) Image Settings Gain(AGC),White balance Max: Power consumption Typical: Image Compensation Adaptive black stretch,Back light compensation (BLC),Fog compensation,High light n? Dimensions compensation(HLC),Digital noise reduction mm? Maximum shutter Max.16/30s to Max.1/10000s Hold up Wide dynamic range On/Off Adaptive Black Stretch On/Off(only when Wide Dynamic range:Off) Operating temp -29°to 165°F(-34°to 74'C) Super Dynamic*2 On/Off,the level can be set in the range of 0 to 31 Humidity 5%-95%PH non-condensing Day 6 Night(ICP) Off/On/Auto1(Normal) Backfocus Auto back focus/Focus/Adjusting method Focal length 1.4 mm(1/16 inches) (Auto/Preset/Fix) Angular field of view Horizontal:183° Vertical:183° Maximum aperture ratio 1:1.9 Digital(electronic)zoom Choose from 3 levels of x1,x2,x4 Focus range 0.5 m(11/16 inches)-infinity DocuSign Envelope ID:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 NetworklF 10Base-T/100Base-TX,PJ45connector Resolution H.264,H.265,MJPEG Fisheye mode(max.30 fps):2992x2992/2192x2192/ ;,•• 1280x1280/640x640/320x320 Transmission mode Constant bit rate/VBR/Frame rate/ Best effort/Advanced VBR � Supported protocol IPv6:TCP/IP,UDP/IP,HTTP,HTTPS,FTP,SMTP, DNS,NTP,SNMP,DHCPv6,RTP,MLD,ICMP,ARP, IEEE 802.1X,DiffSery06.0625 in IPv4:TCP/IP,UDP/IP,HTTP,HTTPS,RTSP,RTP, \//�� 0154 mm RTP/RTCP,FTP,SMTP,DHCP,DNS,DDNS,NTP, `•;;;- SNMP,UPnP,IGMP,ICMP,ARP,IEEE 802.1X,DiffSery Mounting method Pole mount and most arm \ Safety UL(UL60950-1),C-UL(CAN/CSA C22.2 No.60950-1),CE,IEC60950-1 EMC FCC(Part15 ClassA),ICES003 ClassA,EN55022 ClassB,EN55024,ECE-R10,EN50498 compliant, EN50121 101n 254 mm Ambient operating -29 to 165°F(-34 to 74'C) temperature Ambient operating 10%to 90%(non-condensing) humidity Water and dust IP66,IEC60529 measuring standard compatible, resistance'6 Type 4X(UL50),NEMA 4X compliant Shock resistance Compliant with 50 J(IEC 60068-2-75/IK10(IEC 62262),NEMA 2.2.9 Compliant(10g pulse) Dimensions When using the attachment plate: 0154 mm x 60.5 mm(H){06-1/16 inches x 2-3/8 inches (H))Dome radius 35 mm{1-3/8 inches) When using the base bracket:0164 mm x 96.5 mm(H) {06-15/32 inches x 3-13/16 inches(H))Dome radius 35 mm{1-3/8 inches) Mass(approx.) When using the attachment plate:Approx.860 g(1.90 lbs).When using the base bracket:Approx.1.3 kg(2.87Ibs) Finish Main body:Aluminum die cast,light gray Dome section:Clear polycarbonate resin Camera Heater Thermostatically controlled. Operates with standard PoE For more information,visit Ihelllpoirniiovilsiion.coinn, erncail u.s of sRAlplpoirt irniiiovlisfiioin coirni, or recall us NA Toll-free of 1-855-360-7752 N Icvislcr,M'ovisior, core I1o✓isloil Scout Mi,Sion Da I a Link,Miovs on TrSM-Lr k I,Icvlslor S-c'6Llr k,I vnior S^ LSense. Nlcvisior S-ra,ty-3.,C arc rcg steres t,ad=or.cs cr_radc^-a Lks cf Mlcv son Tcchncloplcs Incorporated. So-yr grt 97011 M oc'isor Te I-nolcpies l rcc'p—ted mI vision DocuSign Envelope ID:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 llunzite° Dimensions/ Data 13"x 24TG Style Polymer Concrete (Stackable) Assembly 3/8-STAINLESS a'� '3 a Hex Head Bolts are Standard HEDHEX BOLT 23 g1) (34 jq" I 16' W/WASHER(2) (5 QUAZITE LOGO \ 1/2"SLOT % (102) TIER LOGO (�6) PULL SLOT(2)) COVER .5 COEFFICIENT OF FRICTION SKID GRADE ADJUSTABLE RESISTANT SURFACE Ig EXTENSION fij5) Bq) 14 174 (23�A„ qd (603) 11 2640) 8g) DEQ 1 7)4 (2984' pEpiN 1/2" ' (13) B.. 3/8.. BOX 4 3/4"(121)X (203) (10) 4 5/8"(117) 2X 4"(102)X 4"(102) KNOCKOUTS(6) OPTIONAL MOUSEHOLE EXTENSION 1 EACH END Covers DESCRIPTION TIER DESIGN/TEST LOAD# WEIGHT# PALLET QTY PART NO. OIL W/2 Bolts 8 8,000/12,000 33 30 PG1324CAOO** I� W/2 Bolts 15 15,000/22,500 51 30 PG1324HA00** I� W/2 Bolts 22 22,500/33,750 54 30 PG1324HH00** DIL No Bolts 8 8,000/12,000 33 30 PG1324WA00** To order Basketed covers,replace the letter"A"with the letter"G". Replace**with a logo code found on page 62.See page 68 for meter and touch/radio read cover options. NOTE:Gasketed covers and bolt grommets must be used with a gasketed box.Gaskets reduce the inflow of fluids but do not make the enclosure water tight. Available with EZ Locate.See page 67 for more information. Boxes DESCRIPTION DEPTH TIER DESIGN/TEST LOAD# WEIGHT# PALLET QTY PART NO. 12" 22,500/33,700 53 20 PG1324BA12 & Standard Open Bottom 18" 22 22,500/33,700 72 16 PG1324BA18 e" 24" 22,500/33,700 91 12 PG1324BA24 121/2" 22,500/33,700 63 20 PG1324DA12 "„IL Solid Bottom 181/2" 22 22,500/33,700 85 16 PG1324DA18 09 241/2" 22,500/33,700 107 12 PG1324DA24 To order boxes with 2 standard mouseholes,replace the letter"A"with the letter"B". To order gasketed boxes,replace the letter"A"with the letter"G". Extensions(for use under box only,one per box) DESCRIPTION DEPTH TIER DESIGN/TEST LOAD# WEIGHT# PALLET QTY PART NO. 8"-Open Bottom 8 3/4" 22 22,500/33,750 25 24 PG1324FA08 8"-Solid Bottom 91/4" 22 22,500/33,750 35 24 PG1324RA08 Grade Adjustable Extension(for use on top of box only,one per box) DESCRIPTION DEPTH TIER DESIGN/TEST LOAD# WEIGHT# PALLET QTY PART NO. 3"Top Extension 51/8" 22 22,500/33,750 37 24 PG1324ED03 Page 27 12019 HUBBELL DocuSign Envelope ID:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 llunzite° Dimensions/ Data 17"x 30"PG Style Polymer Concrete (Stackable) Assembly (Continued) Hex Head Bolts are Standard Boxes(Box depths 22"thru 30"must be used as bottom of any stack) DESCRIPTION DEPTH TIER DESIGN/TEST LOAD# WEIGHT# PALLET QTY PART NO. OuL 12" 22,500/33,750 67 10 PG1730BA12 vii 18" 22,500/33,750 94 8 PG1730BA18 iL Standard Open Bottom 22" 22 22,500/33,750 106 6 PG1730BA22 gig 24" 22,500/33,750 122 6 PG1730BA24 i� 30" 22,500/33,750 144 4 PG1730BA30 i� 121/2" 22,500/33,750 85 10 PG1730DA12 0 181/2" 22,500/33,750 112 8 PG1730DA18 0 Solid Bottom 221/2" 22 22,500/33,750 124 6 PG1730DA22 gig 241/2" 22,500/33,750 137 6 PG1730DA24 N 301/2" 22,500/33,750 150 4 PG1730DA30 To order boxes with 2 standard mouseholes,replace the letter"A"with the letter"B". To order gasketed boxes,replace the letter"A"with the letter"G". NOTE: Gasketed cover and bolt grommets must be used with a gasketed box. Gaskets reduce the inflow of fluids but do not make the enclosure water tight. Bottom Extensions(for use under 12"'and 18"boxes only,one per box) DESCRIPTION DEPTH TIER DESIGN/TEST LOAD# WEIGHT# PALLET QTY PART NO. Open bottom 8 3/4" 22 22,500/33,750 36 12 PG1730FA08 Solid bottom 91/4" 22 22,500/33,750 55 12 PG1730RA08 Grade Adjustable Extension(for use on top of box only,one per box) DESCRIPTION DEPTH TIER DESIGN/TEST LOAD# WEIGHT# PALLET QTY PART NO. 3"Top extension 51/8" 22 22,500/33,750 48 12 PG1730ED03 Page 33 12019 HUBBELL DocuSign Envelope ID:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 Fitmite® Dimensions/ Data 17"x 30"PC Style Polymer Concrete (Stackable) Assembly Hex Head Bolts are Standard 20 3/6 STAINLESS STEEL 1/2" (13) X 4"(102) HEX HEAD BOLT 17 PULL SLOT W/WASHER (2) 3841) I ® (484 4 778 18> 29 (4 31089) 2 j8" pEpil� (� 3/4r Q (19) g /QQ QUAZITE LOGO ® TIER LOGO COVER (2B6>111(/2' 13) 2X 4" (102) X 4" (102) BOX .5 COEFFICIENT OF OPTIONAL MOUSEHOLE FRICTION SKID RESISTANT 1 EACH END SURFACE 1/2"1 (13) Covers DESCRIPTION TIER DESIGN/TEST LOAD# WEIGHT# PALLET QTY PART NO. uu� W/2 Bolts 5 5,000/7,500 33 30 FC1730CA00** uu� No Bolts 5 5,000/7,500 33 30 PC1730WA00** To order gasketed covers,replace the letter"A"with the letter"G". Replace**with a logo code found on page 62. NOTE:Gasketed covers and bolt grommets must be used with a gasketed box.Gaskets reduce the inflow of fluids but do not make the enclosure water tight. Boxes DESCRIPTION DEPTH TIER DESIGN/TEST LOAD# WEIGHT# PALLET QTY PART NO. IL) Standard Open Bottom 12" 5 5,000/7,500 58 10 PC1730BA12 uui) Solid Bottom 121/2" 5 5,000/7,500 83 10 PC1730DA12 & Footed Box 121/2" 5 5,000/7,500 67 10 PC1730JA12 To orderboxes with 2 standard mouseholes,replace the letter "A"with the letter"B". To order gasketed boxes,replace the letter"A"with the letter"G". NOTE:Gasketed covers and bolt grommets must be used with a gasketed box.Gaskets reduce the inflow of fluids but do not make the enclosure water tight. Page 34 12019 HUBBELL DocuSign Envelope ID:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 Dialight 12" ITE Compliant XOD15 0@800 0000000 /r (o A r p r 1'l � au �� �u 0,. III ��1��ii �i��,�� Ill,��Jl I���rt�� III III IIS / fff iii f ��i�i!,,,r� iii�,,,,�iii �i!„�1 �]I, un mimummmoumwwarv�,)vae�s u '�vvipna ��a, �I II iii �14ii iii il� � Il�y�llliii n�� Urs IEC 1000-4-5, 3 KV, 2 ohm source impedance au NEMA TS-2 Sec. 2.1.6 and Sec. 2.1.8 e, ANSI/IEEE C62, 41-2002; IEC 61000-4-12, 6KV, 200A, 9 11 100 KHz ring wave a CSA C22.2 No. 250.0-08 � @ CSA C22.2 No. 250.13-17 UL 1598, 3rd Edition fff All hI II I Dc aI'Ioal'1i mnn ,aummvtiiowm»rm»min»»IDuunowiiom0i0i0i0irr6GNlflrlpllTily Fully compliant to the latest ITE Specifications, Dialight offers a full product line of LED traffic signal modules, arrows and pedestrian signals. Featuring the lowest wattage in the industry, Dialight's LED Traffic Signals are helping municipalities worldwide cut energy costs and �e c ifnic t io o y reduce maintenance. Operating voltage: 80 VAC-135 VAC(120 VAC nominal) �� '�i ll`�,�--�� o Kul I�d;K��fi 's Operating temp: -40°F to +165°F (-40°C to +74°C) o, 15 year full performance warranty Turn-on/-off Time: < 75 msec � Enhanced thermal managment Power Factor: > 0.9 es All modules meet the ITE VTCSH LED Vehicle Arrow Total Harmonic Distortion: < 20% Traffic Signal supplement over the full temperature Failed State Impedance: > 250 ohm within 300ms range of-40'C to +74'C Robust Hi-Flux LED technology a Meets/exceeds ITE uniformity specifications ����IlllllliiilliII ���������������� ii�i�)�111�JJJJJJ11916,16iyP,1V'1i1i91�J1 �IIIIIIII�����I��������II II11111y�Jf��p�l)I�I�I�������I (better than 10 to 1) X111 U1111���1�r��iil��i��i1i IU1� J11�11 III I, .DI Ul,,�li,,I�fi6CuYiuilJ6iV,���i U f�,� I��;I �,r;y "d u�,;,� lJrni�i wulU C�l 1 �/r I)I'fl� � V i' Nlml,��iGl]d�,liliUiP rU, �� Transient suppression exceeds ITE and NEMA pp �� �IIIIIIIIII iif�roflilh������l�l�lllllllll II �III�II �IIIIIIICIIIIIIIIII�III specifications u to 6 KV p ( p ) LLLL2L RedTinted 625 7 Meets/exceeds ITE moisture intrusion specifications 432-1374-001XOD15 0 Red Clear 625 7 Meets/exceeds ITE failed state impedance specifications 431-3334-901XOD15 eYellow Tinted 590 12 Hard coated lenses for abrasion resistance 431-3374-901XOD15 f,Yellow Clear 590 12 Intertek-ETL certification Long life power supply is conformally coated 432 2324 001XOD15 Green Tinted 500 7 for robust operation 432-2374-001XOD15 0 Green Clear 500 7 ll Dialight reserves the right to make changes at any time in order to supply the best product possible.The most current version of this document will always be available at:www.dialightsignalsandcomponents.com Warranty Statement:Except for the warranty expressly provided for[herein/above/below],Dialight disclaims any and all other warranties,express or implied,Including,without limitation,any warranties of merchantability, fitness for a particular purpose,title,and noninfringement. „ www.dialightsignalsandcomponents.com Dialight_Traffic_data_12inXOD15_Mar2019 DocuSign Envelope ID:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 Dialight E Com liant XL15 1 " T p/r (.o A r ip '�m r r 1'l � au �� �U r �u 0,. III ��1��li �i��,�� Ill,��Jl I���rt�� III III IIS�/ II iii f ��i�i!,,,r� iii�,,,,�III �i!„1111 ]I, � puumiiaumsunouuus,,��iv�� mu�i f i 00 es IEC 1000-4-5, 3 KV, 2 ohm source impedance NEMA TS-2 Sec. 2.1.6 and Sec. 2.1.8 e, ANSI/IEEE C62, 41-2002; IEC 61000-4-12, 6KV, 200A, z f 100 KHz ring wave 11 a CSA C22.2 No. 250.0-08 @ CSA C22.2 No. 250.13-17 UL 1598, 3rd Edition All SII ilIlI c d'i o if"i aandimmvro�v r��rrmwwwimimmow nnreoD Fully compliant to the latest ITE Specifications, Dialight offers a full product line of LED traffic signal modules, arrows and pedestrian signals. Featuring the lowest wattage in the industry, Dialight's LED Traffic Signals are helping municipalities worldwide cut energy costs and S e c ifRfc Yio h reduce maintenance. Operating voltage: 80 VAC-135 VAC(120 VAC nominal) �� '�i ll`�,�--�� oLK�I I�d;K��fi IV 7 Operating temp: -40°F to +165°F (-40°C to +74°C) o, 15 year full performance warranty Turn-on/-off Time: < 75 msec � Enhanced thermal managment Power Factor: > 0.9 es All modules meet the ITE VTCSH LED Vehicle Arrow Total Harmonic Distortion: < 20% Traffic Signal supplement over the full temperature Failed State Impedance: > 250 ohm within 300ms range of-40'C to +74'C Robust Hi-Flux LED technology a Meets/exceeds ITE uniformity specifications (better than 10 to 1) rUr Transient suppression exceeds ITE and NEMA o �� ,,,, rhr� l Z a�uN,bii,mi�l�y1� specifications u to 6KV p ( p ) � Meets/exceeds ITE moisture intrusion specifications 4331210 oo3XL15 0 Red Tinted 625 7 365 Meets/exceeds ITE failed state impedance specifications 433-1270-003XL15 0 Red Clear 625 7 365 �6 Hard coated lenses for abrasion resistance 433-3230-901XL15 eYellow Tinted 590 13 910 Intertek-ETL certification 433-3270-901XL15 *Yellow Clear 590 13 910 � Long life power supply is conformally coated for robust operation 433-2220-001XL15 40Green Tinted 500 7 475 433-2270-001XL15 0 Green Clear 500 7 475 ll Dialight reserves the right to make changes at any time in order to supply the best product possible.The most current version of this document will always be available at:www.dialightsignalsandcomponents.com Warranty Statement:Except for the warranty expressly provided for[herein/above/below],Dialight disclalms any and all other warranties,express or implied,Including,without limitation,any warranties of merchantability, fitness for a particular purpose,title,and noninfringement. „ www.dialightsignalsandcomponents.com Dialight_Traffic_data_12inXI-15_Feb2019 DocuSign Envelope ID:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 r l I::�C ITE I Traffic Signals Uniform Appearance Hand & Person Pedestrian Signals urrmi �mmuU Y � II"yG�Po,ll��uun�.f?, Ire IlsrsiY"'��ti�irll��� 0 0� e d `Full compliant to ITE PTCSI Part 2 LED Pedestrial Traffic Signal Module Specification dated�/0.�/2004 80d�fi Meets or exceeds ITE uniformity ration of not more than 1 to 5 between the max and the min luminance values as measured In(.5")dia spots • Manufactured with anti-capillary wires • Confomial coated power supply • Fuse and transient suppressor incorporated for superior line and load protection Independent dedicated power supplies for added safety and reliability Intertek/ETL certified and listed on ETL certification program Transient suppression exceeds ITE and NEMA specifications(Up to 6KV ring wave) m pyrcercrcy� All units operate at 80-135VAC RMS,60+/-3Hz �h� • � `A�mO�Pe�uemuuuercrcrcaomoouuuowo�'dm� i I I I I I I I I I I II I i U IIpI, III � I II I IIII u I����I���Iolllll iII�III�IIIIIIIIIiIIlliiilll�il illll�ll Illlldll��IIII� Irllllill�ll�illll�lllll�ilrilfll IIIIIIiI�iIIIIIIIiIII��I���Ii�lllllolrllrllllll��I f . ISI Hand Person Hand Person 430-6450-001X 16x 18 Sldc-by-sldc Hand and Porson 5 7 1,400 2,200 • • 430-6472-U01X 16 x 18 Overlay Hand and Person 11 7 1,400 2,200 • • 430-5770-001X 12 x 12 Hand Only 8 N/A 1,400 N/A • • 430-7771-001X 12x12 Person Only N/A 6 N/A, 2,200 • • 430-6772-001X 12x 12 Overlay Hand and Person 3 10 1,400 2,200 Uniform Appearance Countdown Pedestrian Signals • `Fully compliant to ITE PTCSI Part 2 LED Pedestrial Traffic Signal Module Specification dated 8/04/2010 urru�Wr'°�owoou�uu�irromvagv,��o� �rcrc • e MUTCD compliant for countdown applications v grp"�pr Full preemption compatibility iltir i))p • Up to 8 units can be connected in parrallel without affecting the monitoring of the Hand/Person �i • Manufactured with anti-capillary wires • Three(3)independent dedicated power supplies for added safety and reliability • Intertek/ETL certified and listed on ETL certification program Reduced off state Icon visibility results in increased pedestrian safety by eliminating the potential tc misinterpret the the signal d IW�ypr Conformal coated power supply not • New Imporved one piece housing design Bb�DA� �'u0IMu,a rc X000, °" Improved optical design to provide superior uniform appearance of the icons • Transient suppression exceeds ITE and NEMA specifications(Up to 6KV ring save) • All units operate at 80-135V AC RMS,60+/-3Hz I I i I I I I I I I Q I I I I I I I I I r II 1 U >1�J J i I1 i J� ) Countdown Hand Person Countdown Hand Person Countdown Hand Person 430-6479-001X 16x18 Portland Portland Lunar 11 10 1,400 1,400 2,200 • • Orange Orange ANhlte 430-7773-001X 12 x12 Portland N/A N/A 5 N/A Ni 1,400 N/A N/A • • Orange 4 www.dialight.com ITE_Spec_Brochure_N DocuSign Envelope ID:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 CA) DURALIGHT 4) TECHNICAL DATA Certified by IS 9001 International Quality Control System JXM-STN Series LED Internally Illuminated Street Name Signs Features&Specifications • Compliance with applicable MUTCD specifications • Latest Hi-Flux technology with highest performance of white LEDs • EC film with high intensity translucent reflective white on UV proof Lexan • Easy maintenance with replaceable components • Stainless steel fasteners and hardware • MIL-STD-883 mechanical vibration • Aluminum or steel housing frame • Convenient installation • Built-in Power Supply ,W p ��/fit i��/,, i 1 Model Number Size (in) 22" X Various* LED Color White Voltage (Typical) 120V— 60hz Voltage Range 100V—277V Power(w) Typical 60-120 Operation Temperature -40°F - +165°F Mounting Style Top Free-Swing or Rigid Back Mount .Various lengths available upon request.Standard lengths are at 4',6',and 8'. All characteristics, including visual characters, chromaticity, moisture and vibration resistance, electronic noise, transient protection, etc., are conformed to standards specified in NEMA and ITE LED Vehicle Signal Modules. For additional technical information or sales support regarding these and other LED products, please contact us at (972) 480-0888 or visit our website at www.trastarusa.com. TRASTAR, INC. 860 IN., Dorothy Drive, Suite 600, Richardson, ,,,IN,. 75081 "rellelw,home,: (9"72) 4,80,,,,0888 11 IFax,: (972) 480 8884, DocuSign Envelope ID:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 Cobra Certified by IS09001 lntemational Quality Control System TECHNICAL POWER CONSUMPTION—Saves 50-70%. EXPECTED LED LIFE— 100,000 hrs. LED TECHNOLOGY—Latest technology on Hi-Flux LEDs. If; Minimal CRI of 70. OPTICS—Special secondary optical lens design to maximize light output&uniformity. Each lens allows the fixture to generate different lighting patterns.Dimmable option. DISTRIBUTION LAYOUT—Available:Type II,III,IV,V. 7/ OPERATING TEMPERATURE— -40 Co—+70 C°. HOUSING—Die cast aluminum housing with powder coat finish. Single, self-contained ined device not requiring on-site assembly J �Irr for installation,designed to prevent the buildup of water and accumulated debris. Tool-less entry housing.Watertight,IP66. i'I THERMAL MANAGEMENT—Heat sink fins are incorporated into the external design to allow for dispensing heat. MOUNTING—f5°mounting angle adjustability. Easy mounting hardware for mounting angles and different pole '' IIIVVVV VV Vluuwu sizes. 9 ELECTRICAL FEATURES— surge ge Integral protector g P tested in conformance to ANSUIEEE C62.45 procedures. Comes with a variable voltage power supply either 120-277VAC or 249-528VAC. Twist-lock photocell included(3 or 7 pins).UL 1598,UL 8750, UADITIONAL WIS DURALIGHT and CSA C22.2 certified. REPLACEMENT MODrL LUMINAIRE EFFICACY— > 135 Im/w. 150W HPS DURA-STR15250W HPS DURA-STR25 COLOR CORRELATED TEMPERATURE(CCT)-4,000K. 400W HPS DURA-STR40 Model Number DURA- DURA- DURA- STR15 STR25 STR40 Wattage Level: 65W 120W 185W Lumen Output": =9600 z17300 z26700 CRI: >70 >70 >70 Power Factor: >0.9 >0.9 >0.9 Weight(Ibs): <14 <_ 14 <_20 EPA(sqft): 0.48 0.48 0.68 Any additional technical information or sales support regarding these and other LED Products, please contact us: uL WWW.trastarusa.com RP.:0 M p G I P N L DocuSign Envelope ID:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 DURA-STR Cobra Head (AA) UUKALIIUM 1 Certified by IS09001 International Quality Control System HOUSING SIZES: STR15 &STR25 STR40 I.............. ............ ........... ,12, @ U@ q)0 L) 11M D )vOT 1), 01 SIT) K J d1 it ORDERING/OPTIONS Example: DURA-STR40-4K-120-2-GR-SCLB DURA ® STR 25 4K PREFIX F SERIES WATTAGE LEVEL CCT DURA DURALIGHT STR Lighting 15 z 65W 3K 3000K 300) LED Series 25 z 120W 4K 4000K 300) 40 z 185W (Standard CCT) 5K 5000K(±300) 120 _ - 2 GR SCLB VOLTAGE F DISTRIBUTION FINISH OPTIONS 120 120V — 277V 2 Type 11 GR Gray Housing PC Photocell (Standard Driver) 3 Type III (Standard) SC Shorting Cap 480 480V 4 Type IV BK Black' L Utility Label 5 Type V BZ Bronze 2 B Bubble Level DG Dark Green 2 SP Special Color 2 (Provide Chip) NOTE: Fixtures come with a Standard 7-Pin Receptacle,Dimmable Driver,Internal Bubble Level TRASTAR,INC. 860 DU01,111 11111IR B'F,10,ITF,600 11�III(I'l11,1?111).;4�)Cillil'I X 75WR)l Ill 111 Ill:0)7211 48b-0888 (972)4819..:10W wwwArastarusa.com. DocuSign Envelope ID:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 valmontT STRUCTURES aaa ii i , n „ i r 41 i The Valmont Mitigator TRI Vibration Damper Mounted to a Traffic Light Pole Valmont Mitigator Tm TR1 RESEARCH VERIFICATION OF THE VALMONT TR1 DAMPER PERFORMANCE ki li qi ii i VIBRATION MITIGATION r,� ear DocuSign Envelope ID:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 valmont mv STRUCTURES MITIGATOR TR1 VIBRATION DAMPER The Valmont TRI damper has been specifically designed using vibration theory and innovative patented and patented damping technologies to effectively reduce the daily vibration stress range from wind excitation thus increasing the fatigue life of the structure.The TRI damper reduces vertical arm displacement normally above 90%caused by wind,wind induced vibration (galloping and vortex shedding),and truck gusts,as designed per AASHTO"Standard Specifications for Structural Supports for Highway Signs, Luminaires,and Traffic Signals"Section 11 Fatigue Design. Use of this device will result in a more economical design, improve safety to the traveling public, extend the life of new and existing structures, and lower maintenance,inspection and repair cost resulting in more efficient cantilevered and non-cantilevered overhead traffic signal and sign support structures.Figure 1 shows the Mitigator TRI Damper attached to the end of the mast arm of a traffic signal pole structure. MEE/ NO/ f g�jpgjjgjpw � Figure 1.The Valmont Mitigator TR1 Vibration Damper is a proven,effective vibration mitigation device that is compact self-contained and easy to install on new or existing mast arms,sign structures,or other pole structures. TRAFFIC VIBRATION ISSUES Traffic, sign, and lighting structures are typically characterized by their high flexibility and extremely low damping which make them particularly susceptible to wind-induced vibration. Various types of wind loading, including galloping, vortex shedding,natural wind gusts,and truck-induced gusts,can result in vibration of these structures. Low natural frequencies of these structures, typically ranging from 0.6 — 2.0 Hz, overlap with the excitation frequency of winds, as primary wind gusts range from 0.6 to 1.6 Hz, which can result in the vibration phenomenon called resonance. The large amplitude and cyclical response from the various wind-induced vibration results in repeated live load stress variations which can significantly reduce the fatigue life of these structures. Reducing the effective stress range (the difference between the maximum and minimum stress in a cycle) by minimizing the amplitude of the vibration, can significantly increase the fatigue life of that structure. 2 DocuSign Envelope ID:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 ki VIBRATION MITIGATION VIBRATION SOLUTIONS There are two approaches to reduce vibrations: reduce the exciting load on the structure or modify the dynamic properties of the structure. Reducing the excitation on the structure has primarily focused on modifying the aerodynamic properties of attachments to the structure (i.e., the mast arm). This approach, while effective, may limit performance to one type of wind excitation. For example,airfoil approach,whereby a sign blank is mounted horizontally near the tip of the mast arm to serve as an aerodynamic damper,can potentially provide an effective energy dissipating mechanism for galloping but may not provide any vibration-mitigation benefit for truck-induced gusts. To complicate the airfoil solution further, ongoing research is not consistent on the actual cause of excessive vibration and may actually be some combination of wind loading.Also,there is no known way to quantify the reduction of stresses using the airfoil design. There have been observed cases of galloping traffic signal mast arms with an installed sign blank airfoil in which the airfoil was deemed to be non-effective. A second approach,changing the mass,stiffness or damping of the structure may be considered.At the design stage,signal- support vibration is commonly addressed by increasing the stiffness and strength of the structure.This results in larger poles and mast arms as well as heavy duty connection details.An alternative is the application of dampers to effectively modify the dynamic characteristics of the structure without increasing the structure's size. AASHTO The 2013 and 2015 AASHTO Standard Specifications for Structural Supports for Highway Signs, Luminaires and Traffic Signals requires that cantilevered and non-cantilevered support structures shall be designed for infinite fatigue life to resist wind-load-induced stresses. Fatigue Categories: In general, fatigue categories are chosen based on the associated risk factors related to public safety as it applies to the location of the structure. Risk factors include: • The volume of traffic on the roadway • The posted speed limits • Mast arm length or structure height • Know problematic wind areas AASHTO defines 3 Fatigue Categories;Fatigue Category I,Category II and Category III,where Category I is the most stringent and Category III the least stringent. To point out the contrast between the 3 different Fatigue Categories;Category 11 would be 65% of Category I and Category III would be 30% of Category 1, for the fatigue galloping loads of a cantilevered traffic signal mast arm structure. To choose the appropriate Fatigue Category,AASHTO recommends the following guidelines: • Fatigue Category I: Most Stringent • AASHTO Recommends that all Structures without effective mitigation devices on roadways with a speed limit in excess of 35 mph and ADT exceeding 10,000,or ADTT exceeding 1,000 be designed to Fatigue Category 1. • Cantilevered sign structures without mitigation devices with a span in excess of 50 feet be designed to Fatigue Category 1. • Large sign structures, both cantilevered and non-cantilevered, including variable message signs, without mitigation devices be designed to Fatigue Category 1. • Structures without mitigation devices located in an area that is known to have wind conditions that are conducive to vibrations be designed to Fatigue Category 1. • Structures classified as Category I should be designed to resist rarely occurring wind loading and vibration phenomena. 3 DocuSign Envelope ID:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 valmont mv STRUCTURES AASHTO - CONTINUED • Fatigue Category III: Least Stringent • Structures located on roads with speed limits of 35 mph or less. • Structures that are located such that a failure will not affect traffic. • Fatigue Category II: • All structures not explicitly meeting the Category I or Category III criteria. Fatigue Design Loads: Cantilevered and non-cantilevered traffic and sign structures are exposed to several wind phenomena that can produce large cyclic loads. AASHTO identifies galloping, natural wind gusts, and truck-induced gusts as the three main wind conditions that can generate large-amplitude vibration which can cause fatigue failures. • Galloping — In-plane vibration normal to the direction of wind flow caused by wind striking the attachments such as signs and traffic signals. Galloping usually generates the highest cyclic loads and thus controls the fatigue design. AASHTO recommends that structures classified as Fatigue Category I should be designed to resist galloping fatigue loads. Galloping loads do not need to be included in the fatigue design when an owner approved effective mitigation device is installed at the time of installation.As an option for traffic signal structures,the Owner may choose to install an effective mitigation device as quickly as possible after the galloping problem appears. • Natural Wind Gust— Out-of-plan vibration in the direction of wind flow caused by the inherent variability in velocity and direction. AASHTO requires that all traffic and sign structures be design to resist the prescribed Natural Wind Gust criteria. • Truck Induced Gust — In-plane vibration caused by wind gusts from the passage of trucks beneath the support structures. AASHTO requires that all sign structures be designed to include Truck Induced Gust Fatigue loading. AASHTO states that for all traffic signal structures, truck-induced gust loading shall be excluded unless required by the Owner. Since the vibration of both Truck Induced Gust and Galloping are in the same in-plane direction, an effective mitigation device that dampens Galloping will also dampen Truck Induced Gusts. Applying the AASHTO fatigue loading criteria to traffic signal and sign support structures in conjunction with an effective mitigation device, will result in a more efficient design that reduces the cost of new structures, improve safety to the traveling public,extend the life of new and existing structures, and lower maintenance, inspection and repair cost. WHAT IS THE TR1 ? The Valmont Mitigator TRI Vibration Damper, shown in Figure 2, is a self-contained vertical damper unit weighing 35 lbs., which is housed within a 4.5"diameter aluminum tube 43"in length.A steel mass is suspended in the tube with a stainless- steel extension spring. Magnets located on the moving mass create a magnetic field passing through the aluminum tube that creates eddy-current damping in the unit especially effective at low-amplitude motion. Specifically designed bearings on the mass provide proper pneumatic damping more effective at larger amplitudes.The patented design ensures effective mitigation for a broad range of poles and amplitudes of vibration, quiet operation,and a compact and fully sealed housing. 4 DocuSign Envelope ID:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 ki YU pyo OW VIBRATION MITIGATION WHAT IS THE TR1 ? - CONTINUED The TRI damper has been tested to over seventeen million cycles with no observable degradation in the unit or the performance of the damper. The Valmont Mitigator TRI Vibration Damper is attached to the mast arm using specially designed mounting hardware near the tip of the mast arm. Because of the patented design,the unit is more robust and less likely to being mistuned.Therefore,the unit will work properly even if installed with some misalignment. Gasketed End Cap /l! w° a f i l �j Stainless Steel Tension Spring j �fp�lUDUnllJ1�n//11 UyIlyJyYr�y91��J i/� nm u 1001 00 0 / 0 Upper Air Chamber Acetal Slide Bearing With Air Vents Pneumatic Air Flow A i �rr Reciprocating Mass Assembly /r Acetal Slide Bearing Aluminum Magnet with Air Vents Housing Rubber Bumper Edd Current Y�� Il is Created Between `f Aluminum Housing / and Magnet / Pneumatic Air Flow �J a Aluminum Housing Lower Air Chamber j Gasketed End Cap n1uu minim i _.. 1..... ._ ru�) �Im» ruhiU Figure 2.The Mitigator TRI Vibration Damper has both eddy-current damping and pneumatic damping resulting in a 90%reduction of mast arm movement in most situations. 5 DocuSign Envelope ID:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 valmont mv STRUCTURES GETTING TECHNICAL The Valmont Mitigator line of dampers has been specifically designed using the theory of structural dynamics. The fundamental natural frequency in Hertz(cycles per second),given as fn,can be estimated for a pole structure by determining the mass and stiffness of the traffic-signal support structure.The mass can be determined as: fLm = m(x)4)(x)4)(x)dx + n Mi¢P(Li) 0 i=1 Where the mass per unit length is given as:m(x) = pA(x),where p is the mass density(mass per unit volume) and A is the cross-sectional area which is given as: A(x) =Tr/4(D.2(X)-D;2(x)),where Do and D i are the outer and inner diameters of the pole and mast arm,as functions of length,and where M i is the mass of the nth discrete signal or sign location at length Li from the base,and where o(L j) is a shape function of the assumed deflected shape,where an effective shape has been proven here to be: ]0(x) = [sin(lL — sinh flL] [sin�x — sinh'L x — [cos flL — cosh/3L] [cos�L x — cosh—L x] Where n L = 1.8751,for the first mode behavior.The stiffness can be determined as: L k = EI(x)A"(x)(P"(x)dx 0 Where the E is the modulus of elasticity, I is the moment of inertia calculated as: 1(x) = 1L D o(X))4 _ (D i(x) 4 4 \ 2 ) l 2 ) and o is the second derivative of the shape function, o(L;),with respect to length x. The natural frequency is then determined as: (On = k/m fn = ()n/21t Frequency and mass are now used to uniquely characterize each pole structure. As mass can be an awkward term, the more familiar term weight was chosen for use in this process. The dynamic weight Wd is defined as Wd=mg where g is gravity,32.2 ft/sec2 or 386.4 in/sec2. The analytical calculation of the dynamic properties of traffic mast arms has been shown to be quite accurate, less than 5% error for the mast arms examined. For example, a 50' slender mast arm tested in the laboratory was experimentally determined to have a frequency of 0.70 0.69 Hz and dynamic weight is 198 265 lbs.The calculated frequency is 0.73 Hz and dynamic weight is 189 250 lbs.A larger sized 50' mast arm experimentally determined to have a frequency of 0.90 0.99 Hz and dynamic weight is 318 396 lbs has a calculated frequency of 0.921.04 Hz and dynamic weight of 320 334 lbs. The performance of the Valmont Mitigator TRI Damper is then determined using a validated analytical model of the TRI Damper obtained from dynamic System Identification and over one thousand nonlinear dynamic time series simulations. The accuracy of the simulations have been validated with full-scale laboratory tests.The calculated performance is provided in tables used by Valmont engineers to insure effective vibration mitigation devices are being installed onto your pole structures. 6 DocuSign Envelope ID:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 ki YU per. OW VIBRATION MITIGATION LABORATORY TESTING The Mitigator TR-1 damper is subjected to over 17 million cycles at large amplitude. The damper was inspected and no damage to the damper was identified. Laboratorytests were conducted on two different 50'mast arms,one slender and one large,each with two different dynamic masses to validate performance and predictions. The results, shown in Figure 3, illustrate the ability to accurately predict the performance of the Valmont Mitigator TRI Damper for the four conditions tested.The results for the 50'large mast arm are presented in Figure 4. CALCULATED DAMPING RESPONSE REDUCTION - ONE DAMPER 50'slender mast arm 50' large mast arm Calculated 0.99 Hz,Tested 0.95 Hz Frequency Calculated 1.28 Hz,Tested 1.20 Hz Frequency Calculated 136 lbs,Tested 144 lbs Dynamic Mass Calculated 219 lbs,Tested 271 lbs Dynamic Mass Calculated 7.2%,Tested 9.5%damping Calculated 2.3%,Tested 2.7%damping 99%Calculated vs.99%tested reductio 97%Calculated vs.97%tested reduction One Damper - Damping, Response Reduction from + - 12" (� � (0.08% Assumed Inherent Damping Fundamental Frequency(Hz) 0. 1.30 1.40 1.50 1.60 100 120 1±40 160 180 200...... ,« 220 .0 2+40 w 260 s 280 300mmm 320 ., .. X40.......... to .... 360 .... 380.......... 4fI0......... 420 440........ 460.......... 480.... 500.... 50'slender mast arm with added mass 50'large mast arm with added mass Calculated 0.73 Hz,Tested 0.69 Hz Frequency Calculated 1.04 Hz,Tested 0.99 Hz Frequency Calculated 250 lbs,Tested 265 lbs Dynamic Mass Calculated 334 lbs,Tested 396 lbs Dynamic Mass Calculated 3.6%,Tested 2.5%damping Calculated 3.2%,Tested 3.2%damping 98%Calculated vs.97%tested reduction 97%Calculated vs.97%tested reduction Figure 3.Table of predicted damping as compared to three laboratory tests of measured damping. 7 DocuSign Envelope ID:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 valmont v STRUCTURES TESTING AT UCONN ® TEST SETUP(50'LGARM W1125 lbs. MASS- 0.99 Hz) STRAIN SENSOR ADDITIONAL 125 lbs. ACCELEROMETER M,v i ECCENTRIC MASS OSCILLATOR EXPERIMENTALLY MEASURED Natural frequency is 0.99 Hz. Dynamic Mass is 396 lbs. This mast arm has a large dynamic mass Measured Test Data (50' Lg Arm w/125 lbs. Mass- 0.99 Hz) Free vibration shows increase in damping from 0.07%to 3.2% (98%theoretical response reduction) Forced vibration shows 97% (acceleration) and 96% (strain) measured response reduction FREE VIBRATION Y) VIBRATION 0.5 ... 1 0.5I m. —(7.:7 ...,...,. t ................A ........A......... J ...,...,...,...,. A ...........1..... d.................. A .............L. ...,...,...,...,. ,1 .....A............ f ...,...,...,...,.! .........A....... 1...,...,...,...,.. A ...........1..... A.................. A ....,...,...,.... 0 2 4 6 8 10 12 14 16 18 20 0 2 4 6 8 10 12 14 16 18 20 100 200 00 -200 . ..... ..... ..... A ..A... ..... A............................ ............................. .... ............................. ..... 0 2 4 6 8 10 12 14 16 18 20 0 2 4 6 8 10 12 14 16 18 20 time(sec) time(sec) Recd—TRI Damper Blue—No Damper Figure 4.Free vibration(pluck)and forced(eccentric mass)tests of a 50'large mast arm showing increased damping of the system from 0.07% for the undamped mast arm to 3.2%damping for the mast arm with the Valmont MitigatorTR1 Damper,corresponding to 98%response reduction. 8 DocuSign Envelope ID:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 ki YU pyo OW VIBRATION MITIGATION FIELD TESTING Field testing of the Valmont TR1 Mitigator vibration damper has been done at various locations throughout the country in conjunction with the corresponding DOT. Figure 5 shows a picture of each location: Omaha, NE, Erda Utah, and Seattle, WA. The results from the field testing at all locations showed comparative results as the Laboratory testing,validating the theory.At the Utah location,7 poles at 2 separate intersections were retrofitted with the TR1 Damper. Attached to each mast arm were strain gauges to measure the stress range during the test.Test results for four poles at the intersection of SR-36 and Bates Canyon Road in Erda, Utah is presented in Figure 6, showing a vibration response reduction from 86% (P4-75' arm) to 92% (P1 — 45' arm). W i j iii / i i n J/0'/r i 1PW/a/// City of Omaha, NE- 06/18/2016 City of Seattle, WA - 11/09/2016 i r State of Utah - 08/03/2016 Figure 5.Free vibration(pluck)where preformed at three different locations including the City of Omaha,NE,State of Utah,and the City of Seattle, WA. 9 DocuSign Envelope ID:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 valmont mv STRUCTURES FIELD TESTING CONTINUED r / iii 1' I� VIII VVs %ilii// ¢„,,,�,,,, ,,,,;,i„ ..,�' %/ a ( /if >�'�.... ✓/��.., �r/ P Y/fir�i/%G North West Corner P1 -SR-36 & Bates Canyon Road North East Corner P2-SR-36 & Bates Canyon Road r r South East Corner P3-SR36 & Bates Canyon Road South West Corner P4-SR-36 & Bates Canyon Road Mitigator TR1 Vibration Damper State of Utah Field Testing Erda, Utah, SR-36 & Bates Canon Road, 08/03/2016 Summary of Results Pole Location P1 P2 P3 P4 Mast Arm Length, (ft) 45 75 40 75 Frequency, (Hz) 1 .00 0.68 1 .20 0.61 Original Damping, (%) 0.20 0.19 0.20 0.14 TRI Damping (%) 2.60 1 .90 1 .50 1 .00 Reduced Response, (%) 92% 90% 87% 86% Figure 6.Free vibration(pluck)tests in Erda,Utah at SR-36&Bates Canon Road demonstrating the high damping characteristics of the Valmont Mitigator TR1 Damper mounted to a wide array of cantilever mast arm configurations. 10 DocuSign Envelope ID:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 ki YU pyo OW VIBRATION MITIGATION USING THE VALMONT MITIGATOR The Valmont Mitigator TRI Vibration Damper can be installed onto existing pole structures to: 1. Increase the safety of traveling public from fatigue failures of our aging traffic/signage pole infrastructure 2. Extend the fatigue life of the structures 3. Eliminate a current vibration problem 4. In some cases, make older traffic signal pole structures (designed to the AASHTO 1994 or previous versions) compliant to the latest AASTHO Standard 5. Increase the signal and sign loading,when galloping and truck gusts control the design 6. Reduce vertical motion on cantilever arms for clearer traffic camera imagery and vehicle detection 7. Reduce vertical motion on cantilever arms for more accurate radar detection of vehicles 8. Reduces the loosening of signal and sign hardware due to vibration The Valmont Mitigator TRI Vibration Damper can be installed on new pole structures to: 1. Increase the safety of the traveling public from fatigue failures 2. Extend the fatigue life of the structures 3. Eliminate a potential vibration problem 4. Reduce the size and cost of the structure and foundation (using the TRI Damper will typically reduce the weight of traffic mast arm structures by over 50%when designing the structure to meet galloping and truck gust fatigue loading per the AASHTO LTS Specifications) 5. Reduce vertical motion on cantilever arms for clearer traffic camera imagery and vehicle detection 6. Reduce vertical motion on cantilever arms for more accurate radar detection of vehicles 7. Reduces the loosening of signal and sign hardware due to vibration Valmont engineers have the tools to determine what the expected damping performance will be when using the TRI Damper. This check can be performed on new or existing structures. On new installation,the Valmont engineer can indicate the cost/ benefit of using the TR1 damper showing the reduction of the overall weight of the structure. 11 DocuSign Envelope ID:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 ME The Valmont Mitigator TRI Vibration Damper ki -.-*A YU pyo OW VIBRATION MITIGATION val mont STRUCTURES Carl Macchietto CMacchietto@valmont.com (402) 359-6735 / 800-825-6668 28800 Ida Street Valley, Nebraska 68064 USA val montstructures.com 12 DocuSign Envelope ID:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 ( I F" MIL BANK' No ) III::::: I III.":: III w 13,„'lir^. r ..'III""' VV V!W III tw Il< f r h; UAP9581 -RL-BLG-AEP �( Kiri viii 1, Gu dilli Catalog Number UAP9581-RL-BLG-AEP Insulation Glass Polyester Marketing Product Description 5 Terminal Ringless Small Mounting Surface Mount Hub Open Lever Bypass 7-8 In Barrel Lock Ground With Enclosure Aluminum with Powder Coat Bracket Provision Aluminum Finish Painted American Electric Jaw Quantity 5 Terminal Power UPC 784572708495 Bypass Type Lever Bypass Length(IN) 4.844 Number of Meter Positions 1 Position Width(IN) 13 Equipment Ground Quadplex Ground Height(IN) 19 Hub Opening Small Hub Opening Brand Name Milbank Line Side Wire Range 6 AWG- 350 kcmil Type Ringless Meter Socket Load Side Wire Range 6 AWG- 350 kcmil Special Features American Electric Power Barrel Lock Provision 7/8 Inch Knockout and Angle Bracket For Barrel Lock Application Meter Socket Provision Standard UL Listed;Type 3R Number Of Receptacles 0 Voltage Rating 600 Volts Alternating Current Amperage Rating 200 Continuous Ampere Phase 1 Phase Frequency Rating 60 Hertz Size 4.844L x 13W x 19H Number Of Cutouts 0 Cutout Size No Main Breaker Cable Entry Overhead or Underground Terminal Lay in Please consult serving utility for their rfaquirernents prior to ordering or installing,as specifications and approval; vary by utility cal"Yd may fequiie local s*Iectricral Inspector approval.All installations must be Installed by a licensed electrician arid must comply with all national and larval codes,haws and regulations. Milbank reserves the right to rnal<e changes in specifications and lea'tur'es shown without notice or oblig a'tion. a O O I �r .vo to U U I a-' v';oma Z O Z Z I o - N>� O m 0 00 Y I �X � + � 'I�F - .-Qg W d W M !] z J Of CD N ay "��`Oa M U H N N O U I j Illii Od `oa�EE� c H W Z (o I N o�a 3 mm LU O J r I m�u N07 NEIL—_°N's`a_`o_ Q `ct `va W � QG aLaE¢a�iavaa LL I I I o H un N 7 r I N O I � I > I FQ m U m W j - I L_________ ______________ c�7 LU Ln oo ', uuuuuuuuuuuum.uuuu.uuuu.uuuuuuuuuuuuuuuuuuu uuuu.uuuu.uuuuuuuuuuuuuuuuuuu.uuuu.uuuu.uuuuuuuuuuuuuuuuuuu m uuuuuuuuuuuuuuuuu � '.. m Q N - o r N r m 7 �V O CV i Q Lr) N 07 V LL M N LL W D � N N b O N C W _M U O 0 DocuSign Envelope ID:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 DATA SHEET .,.-, __ �/ �i� Solid State Flasher: Description: The PDC model SSF-86 solid state flasher is a dual circuit flasher designed for the Traffic Control Industry. This unit is conservatively rated up to 20 A per circuit.The flash rate is 56.25 flashes per minute and does not vary due to voltage or temperature variations. With the zero voltage switching design,there are no contacts to wear out or deteriorate due to arcing or corrosion.Also, extended life of the bulbs can be expected as well as reduced.Radio Frequency Interference(RFI). The extruded aluminum heatsink provides more than adequate heat dissipation. Connector Pinout: FIG 1. Pin Function 7 Load#1 11 12 S Load#2 9 Chassis ground 9 10 10 ACH H - 11 AC- 7 8 12 Spar H H Mates with a Beau P-5406-LAB or equivalent Electrical Characteristics: Zero voltage turn on---------------------------------- OV+-5 degrees Zero voltage turn off----------------------------------- OA+-5 degrees Tungsten Lamp or Gas Tubing Transformer load- Up to 20 A niax. Operating Voltage------------------------------------- 60-135 VAC Mechanical--------------------------------------- Length......8.40 inches Width.......1.70 inches Height......4.18 inches Weight......1.135 lbs Operating Temperature: Full load from--35 to+74 degrees C (guarantee: The flasher is fully guaranteed against all failures due to manufacturing defects for two years. lid V( ilii 12 i P.O. Box 7172 4205, Stateline,NV. 89449 * PI (925)455-7711 FAX(925)455-7714 DocuSign Envelope ID:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 Item Q Description PDC Mfg Mfg P/N Ref Des t P/N 1 1 Label, S/N 00043 PDC 00043 2 1 Chassis 00204 PDC 00240 3 1 Cover 00384 1 PDC 00384 4 1 Bar,Triac Mount 00212 PDC 00212 5 1 Label,Front Panel 00345-2 PDC 00345-2 6 1 P.C.Board Fab. 00247 PDC 00247 7 1 Cap.47uf 16V C0001 Panasonic ECE-A-16V47 Cl 8 1 Ca .4700 f C0002 Allied CCD-472 C2 9 2 Ca . .1uf400V C0003 Thomson CSF MC104K4G C3,4 10 1 Diode,Power 1N4004 CR0001 Fairchild 1N4004 CRI 11 4 Nut,Ke s 6-32 H0038 12 2 Screw,PH Pan HD 5-63 x 1 3/16 H0043 13 2 SCRF,W,6-32 X 3/8 PS PH H0049 14 4 SCREW#6 X 3/8 SELFTAPP H0064 15 2 SCREW,6-32 15/16 PS PH FILH:D H0075 16 1 I.C.CMOS 4024 IC0002 RCA CD4024BE ICI 17 1 Connector,6 Pin 00599 PDC 00599 11 18 2 Lamp,Neon L0001 Chicago Min. CA2 I1,2 19 2 Res. 510 ohm 1/4W R0004 Dale R5,R11 20 1 Res. 12K IAW R0014 Dale R4 21 4 Res. 56K '1/4W R0018 Dale R3,8,10,14 22 1 Res. 150K IAW R0020 Dale R2 23 1 Res.2.5K 5W R0036 TRW PW5-2.5K R1. 24 2 Res. 110 ohm IAW R0046 Dale R6,12 25 2 Res. 5.6K 5W R0048 TRW PW5-5.6K R9,15 26 2 Res.22 ohm 1 AW R0055 Dale R7,13 27 3 Transistor,2N4401 Q0004 G.E. 2N4401 Q 1,2,3 28 2 Triac .8A 500V TR001.0 Teccor Q501E3 TR1,3 29 2 Triac 25A 500V TR0012 Teccor Q5025LX TR2,4 C147tMT2 TR1 MT2 TR2 R6 It R4 R5 ...._ 26A 1110 N 11 12K 510 G 6MV G 60ov 1 - CR1 -IIL (I � --q- CR1 __...._Mr_....._..._._.,.. ,_....rye......._.... •///) Q2 MT1 R7 MT1 C3 R9 -. C2 2N4401 2Nd401 22 1nf 56K R1 244 4700Pf �--_.------ ----------------�---------- ----- LOAD 1 {7) 5W ------)F--- ------------ R2 --------- -- ..... 12 R2 R3 MT2 MT2 AC- C0}- "�150K 56K R11 gp3 -- 25A �'1R10 .... ... ,.. 14 510 G .6A G 25A NE 2H 1 C500V 17, 4 RID ...Nor--- - CDd024BE-- 56K J..Q3 MTt -..-A,/ ._... MT1 CHASSIS ......... _.._...2. .._.._ ---M--� 22 _.....1Ris f R14 c,.5.6K 2N4401 ._...__ 5W 56K�j ......... j GND 1 y {s,)LOAD z SSF-86-3 Manual Rev C P.O. Box 71.72#205, Stateline,NV. 89449•PH(925)461-0880• FAX(925)461-0884 DocuSign Envelope ID:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 PART C TRAFFIC SIGNAL CABLE COLOR CODES AND FIELD TERMINAL LAYOUT DocuSign Envelope ID:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 2. ol Ol D Phi' Flashing YMIlow Arrow Orange wlBiack Stripe) t; >- "Jw Ol D I-Ph,7 Amber Arrow(White wIBlack Stripe) CC OLD Ph7 Red Arrow(Black wMed Stripe) M -wwwo OLC Ph5 Flashing Yellow Arrow)Orange wIfflack Stripe) Z 4 >- OLC Ph5 Amber Arrow(White wlBlack Stripe) doa 0 M M OLC' Ph!j Red Arrow(Black wIlRed Stripe) j"~ OLB PIr3 Flashing Yellow Arrow(Orange wIfflack Stripe) ,.5h-"M#M" 011.0 P h3 A in ble r A ir r ow(Wir i to wllfJ la r Ik S t r i pe) OLB Phi Red Ai row(Black wIRed Stripe) gt CA A P Ir I Fla s h i n q Yell low A r t ow(0 1 a n gle wI F1 11 a r,k St H p,P) OLA PhIl Arnber Arrow(White wlBlack Stripe) OILA Phl Red Arrow(Eflaclk wIlRed Stripe) PH Walk(Green wlBlack Stripe) 6 CL 11"hU Don't Walk(14led w4,31ack Stripe) Ph6,Walk(Green wlBlack Stripe) 23 PhG Don't Walk(Red wtfllack Sirip,o) LM NO Walk(Gra'on w1blark Strilpe) > 0 o, " ,„ Ph4 Don't Walk(Red w0ack Stripe) Ph2'Walk(Green wlBlack Stripe) rwrar Phi"Don't Walk(Red w1filack StOpe) ea 5 E . a, 0 w000 0 - - E Z 00 0 PhS Girleen fGuwWh 3all� rj o) 0 �: w Q. M PhR Ain bet Fiall(Orairqe W -6 E cLire) Cq CL Co PhR Red Ball(Red Wire) CL 4� .w ,);i:INIu0110uluONlOi E EL E Ph?Gireeo Arrow(Blue Wire) 6 0 .20 M -Mor ::3E -00 to Co 0 Ph6 Green Ball (Green,Wire) < Ph6 Ain ber Ball(Orange Wire) Ph6 Red F"lall(114ed Wire), < Ph5 Green Arrow(Bp tm Wire) 19 - < 2 E ILL CC o, Ph4 Green Ball �Green Wire) -j0 L 0 CL C )Hnuuuuuuui Ph4 Amber Ball�Orange Wire I -Ci 1 ��o 2 1� 2 E C: < 23 8 P h4 Red Bail(Red W 1 - ire) 0 0 1 3: 0 r Phi Gitleeir Arrow(BIlue Wire) 2 2 2 2 0 0 35 �t 0 F0 0 55 E5 ro 50 i; EM Ph2,Green Ball lGreen Wire) kx ) Ph2 Red Ball(Red Wire) Phl Green Arrow(Blue Wire) TI 1, ft'-I IF 11, ',I 'I fill'1i 11I 1111"1 11,11 ILII j1 -I II Ihll iI III 11 ft ft--L-JL-ft--A-A M 0 000, 0 0 : 0 0000 Q0 1-- DocuSign Envelope ID:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 PART D LEAKING PETROLEUM STORAGE TANKS (LPST) DocuSign Envelope ID:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 as r-; i rpt � cPf w tri r r , r , ti F " " r , r r, 1 N " " a � yr Legen d h / ( TCEQ Registered Petroleum Storage Tank Sites TCEQ Leaking Petroleum Storage Tank Sites TCEQ Drycleaner Sites TCEQ Voluntary Cleanup Sites i f� V TCEQ Hazardous Waste Corrective Action Sites TCEQ Superfund Sites s 1 f r'."r 'ti �) -w1 ru1),(7� tri E irolus,� it DocuSign Envelope ID:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 Everhart Road—South Padre Island Drive to S.Alameda Street Soil and Groundwater Handling Requirements According to the regulatory records for facilities along the project corridor, there are known/possible petroleum hydrocarbon impacts to subsurface soils and groundwater that may be encountered during construction activities within the project corridor. Due to the proximity of the proposed roadway and utility work to the impacted subsurface soils and groundwater, all generated soils should be segregated by the Contractor in stockpiles in accordance with the construction plans and specifications. All excess soils that cannot be returned to the trench and/or excavation should be placed in lined stockpiles or roll-off containers.The lining should be consistent with impermeable plastic sheeting with a thickness of at least 6 mil. Plastic sheeting should be used to cover the stockpiles or roll-off containers during non-working hours or during precipitation events. These soils can be returned to the excavation during construction activities. Texas Commission on Environmental Quality (TCEQ) and Environmental Protection Agency (EPA) guidance for common utility projects and excavation-type activities indicates that all generated soils, regardless of the level of contamination, can be returned to the excavation or utility trench from which it was derived for use as backfill whenever possible under Resource Conservation and Recovery Act (RCRA) requirements. Generated soils should not be re-used offsite on other properties. Due to potential presence of total petroleum hydrocarbons (TPH), generated soils from the project corridor may meet waste characterization criteria of a Class II non-hazardous waste and require disposal at a local landfill if not reused within the project area. Contractor must notify the City if additional soil handling and/or disposal will be required in accordance with these guidelines prior to proceeding. Perched groundwater may occur non-uniformly across the project corridor. The actual amount of groundwater generated from dewatering during construction activities will depend on the conditions encountered at the site and the construction methods utilized. During periods of work stoppage, berming of open excavations to prevent surface water/precipitation run off into the open excavations is recommended. If groundwater or surface water/precipitation accumulates in on-site excavations and requires removal and disposal,the Contractor shall containerize the water onsite in watertight containers. DocuSign Envelope ID:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 Appendix C EPA and TCEQ Guidance on Generated Soils Addendum No. 1 Texas Administrntive Code Page 1 of 2 DocuSign Envelope ID:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 «Prey Rule Next Rule>> Texas Administrative Code TITLE 30 ENVIRONMENTAL QUALITY PART 1 TEXAS COMMISSION ON ENVIRONMENTAL QUALITY CHAPTER 350 TEXAS RISK REDUCTION PROGRAM SUBCHAPTER B REMEDY STANDARDS RULE §350.36 Relocation of Soils Containing Chemicals of Concern for Reuse Purposes (a)A person roust comply with this section when relocating soils for reuse purposes from an affected property (on-site or off-site) which is undergoing or has completed a response action under Remedy Standard A or B and the soils contain COCs in excess of naturally occurring background concentrations. Relocation of soils which contain COCs may be subject to additional requirements or limitations (e.g., land disposal restrictions) within each program area identified in §350.2 of this title (relating to Applicability). The person must treat excavated soils containing non-aqueous phase liquids to applicable levels prior to relocation or else manage the soils as wastes. The excavation of soils containing COCs during construction activities (e.g., installation, repair, removal of telephone lines or other utilities, but not closures, remediations, or PST tank removal actions, for example) and the subsequent replacement of those soils into that same excavation shall not be considered to constitute relocation or reuse and shall not be subject to the provisions of this section. (b) The person may relocate soils for reuse in response to Remedy Standard A when COCs meet the critical soil PCLs and the following requirements for the new location. (1) Soils to be reused must meet the residential or commercial/industrial critical surface or subsurface soil PCLs as applicable for the new location, depending upon depth of placement, established in accordance with Subchapter D of this chapter(relating to Development of Protective Concentration Levels). (2) The soil reuse shall be protective of ecological receptors at the new location. (3) The soil reuse activity must allow the requirements for Remedy Standard A response actions set forth in §350.32(a) of this title (relating to Remedy Standard A) to be met at the new location. (4) The person shall comply with the institutional control requirement for commercial/industrial land use as specified in §350.31(g) of this title (relating to General Requirements for Remedy Standards). Proof of compliance with the institutional control requirement shall be submitted within 90 days of completing the relocation action. (5) The reuse of soils with concentrations of COCs which do not exceed the critical soil PCLs for the new location does not require the prior approval of the executive director, when that new location is within the boundary of on-site or off-site property which contains the affected property (i.e., not just within the affected property limits). (c) The person must meet the following requirements in response to Remedy Standard B when soils that are to be relocated for reuse purposes contain concentrations of COCs that exceed the critical soil PCLs for the new location. Addendum No. 1 https://texreg.sos.state.tx.us/public/readtac$ext.TacPage?sl=R&app=9&p dir—&p rloc=&... 1/25/2017 Texa-. Admini-,trntive Code Page 2 of 2 DocuSign Envelope ID:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 (1) The person shall determine the critical surface and, if applicable, subsurface soil PCLs in accordance with Subchapter D of this chapter(relating to Development of Protective Concentration Levels) for the new location. (2) The soil reuse must be protective of ecological receptors at the new location. (3) The person shall demonstrate that the soil reuse activity will allow the requirements for Remedy Standard B response actions set forth in §350.33(a) of this title (relating to Remedy Standard B)to be met for the new location. (4) The person shall comply with the institutional control requirements specified in §350.31(g) of this title (relating to General Requirements for Remedy Standards). Proof of compliance with the institutional control shall be submitted within 90 days of completing the relocation action. (5) The reuse of soil under Remedy Standard B requires prior executive director approval. (6) The executive director may require the person to conduct post-response action care and submit PRACRs. (7) The executive director may require the person to provide financial assurance for post-response action care in response to §350.33(e)(2)(C) of this title (relating to Remedy Standard B). (d) If soils which contain concentrations of COCs above naturally-occurring levels resulting from a release are to be relocated for reuse on property not owned by the person, then the person shall obtain the written consent of the landowner prior to relocation of the soils. (e) Within 90 days of completing a soil relocation action under this section, the person shall complete the applicable portions of a RACR as described in §350.95 of this title (relating to Response Action Completion Report) and make it available for inspection or submittal upon request of the executive director. Source Note: The provisions of this §350.36 adopted to be effective September 23, 1999, 24 TexReg 7436 IV�:fcl. I' ar+r� I'rcty Gcri.a:z I' ar7�.: List of Titles Back to List Addendum No. 1 https://texreg.sos.state.tx.us/public/readtac$ext.TacPage?sl=R&app=9&p dir—&p rloc=&... 1/25/2017 DocuSign Envelope ID:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 9441.1992(16) United States Environmental Protection Agency Washington, D.C. 20460 Office of Solid Waste and Emergency Response June 11, 1992 Mr. Douglas H. Green Piper&Marbury 1200 Nineteenth Street, N.W. Washington, D.C. 20036-2430 Dear Mr. Green: Thank you for your letter of April 30, 1992, requesting clarification of the Environmental Protection Agency's (EPA's) interpretation of the applicability of certain Resource conservation and Recover), Act (RCRA) requirements to common excavation-type activities. The particular situation which you presented in your letter involves excavation of soils, such as trenching operations for pipeline installation,where the soils may be hazardous by characteristic, or may contain listed hazardous wastes. We understand that your questions specifically relate to excavations being conducted on public roadways or at other similar locations that are not necessarily associated with or are part of a RCRA regulated treatment, storage, or disposal facility. In the example which you cited in your letter, the soils from the excavation or construction activities are temporarily moved within the area of contamination, and subsequently redeposited into the same excavated area. In these situations,we agree that such activity does not constitute treatment, storage, or disposal of a hazardous waste under RCRA. The activity of placing waste in the ground would not normally meet the regulatory definitions of "treatment" or "storage" (40 CFR 260.10). In addition, as you noted in your letter, movement of wastes within an area of contamination does not constitute "land disposal" and thus does not trigger RCRA hazardous waste disposal requirements (55 FR 8666, March 8, 1990). Thus, RCRA requirements such as land disposal restrictions would not apply. RO 11671 Addendum No. 1 DocuSign Envelope ID:9F2F7925-7539-44B2-B6AB-8AF8F7AC5E71 With respect to generator requirements, as you indicated, a hazardous waste "generator" is one,by site,who produces a hazardous waste or first causes the waste to be regulated as hazardous (40 CFR 260.10). In the circumstances you described, the excavation does not "produce" the hazardous waste, nor does it subject the waste to hazardous waste regulation since, as discussed above, the activity you described is not "treatment," storage, or "land disposal" of hazardous waste. Therefore,we agree that the activity is not subject to any generator requirements. Please let me know if you have any further questions regarding this issue. Sincerely yours, Sylvia K. Lowrance, Director Office of Solid Waste RO 11671 Addendum No. 1