Loading...
HomeMy WebLinkAboutC2016-002 - 1/12/2016 - Approved 2016-002 1/12/16 Ord. 030730 Siemens Industry Inc. 00 52 23 AGREEMENT This Agreement,for the Project awarded on January 12,2016,is between the City of Corpus Christi (Owner)and Siemens Industry,Inc. (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: Traffic Signal and Street Lighting Improvements Indefinite Delivery.Indefinite Quantity (IDIQ)REBID Project No.E15126 ARTICLE 2—DESIGNER AND OWNER'S AUTHORIZED REPRESENTATIVE 2.01 The Project has been designed by: Maldonado-Burkett Intelligent Transportation Systems.LLP 3833 South Staples Street,Suite N214 Corpus Christi.TX.78411 2.02 The Owner's Authorized Representative for this Project is: Phil Boehk,P.E.—Acting Construction Engineer City of Corpus Christi—Engineering Services 4917 Holly Rd..Bldg.#5 Corpus Christi.TX 78411 ARTICLE 3—CONTRACT TIMES 3.01 Contract Times A. The Work is required to be substantially completed within 365 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 15.06 of the General Conditions within 395 days after the date when the Contract Times commence to run. B. 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 005223-1 Agreement REV 03-23-2015 Traffic Signal and Street Lighting Improvements Indefinite Delivery,Indefinite Quantity(IDIQ)REBID-E15126 INDEXED 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 Toss 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 $500.00 for each day that expires after the time specified in Paragraph 3.01 for Substantial Completion until the Work is substantially complete. 2. Completion of the Remaining Work: Contractor agrees to pay Owner $500.00 for each day that expires after the time specified in Paragraph 3.01 for completion and readiness for final payment until the Work is completed and ready for final payment in accordance with Paragraph 15.06 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 13.03 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 $ 721,485.80 ARTICLE 5 — PAYMENT PROCEDURES 5.01 Submit Applications for Payment in accordance with Article 15 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. 005223-2 Agreement REV 03-23-2015 Traffic Signal and Street Lighting Improvements Indefinite Delivery, Indefinite Quantity (IDIQ) REBID- E15126 B. Progress payments equal to 95 percent of the total earned value to date for completed Work and properly stored materials will be made prior to Substantial Completion. The balance will be held as retainage. C. Payment will be made for the amount determined per Paragraph 5.02.B, less the total of payments previously made and less set -offs determined in accordance with Paragraph 15.01 of the General Conditions. D. At the Owner's option, retainage may be required at a higher percentage rate if progress on the Project is considered to be unsatisfactory. If retainage in excess of the amount described above is held prior to Substantial Completion, the Owner will place the additional amount in an interest bearing account. Interest will be paid in accordance with Paragraph 6.01. E. At the Owner's option, Owner may pay Contractor 100 percent of the Work completed, less amounts withheld in accordance with Paragraph 15.01 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 15.06 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. 6.02 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; 005223-3 Agreement REV 03-23-2015 Traffic Signal and Street Lighting Improvements Indefinite Delivery, Indefinite Quantity (IDIQ) REBID- E15126 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. 005223-4 Agreement REV 03-23-2015 Traffic Signal and Street Lighting Improvements Indefinite Delivery, Indefinite Quantity (101Q) REBID- E15126 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 13.01 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. Specifications, forms, and documents listed in SECTION 00 0100 TABLE OF CONTENTS. 2. Drawings listed in the Sheet Index. 3. Addenda. 4. Exhibits to this Agreement: a. Contractor's Bid Form. 5. Documentation required by the Contract Documents and submitted by Contractor prior to Notice of Award. B. There are no Contract Documents other than those listed above in this Article. C. The Contract Documents may only be amended, modified, or supplemented as provided in Article 11 of the General Conditions. ARTICLE 10 — CONTRACT DOCUMENT SIGNATURES One original of the signed Agreement will be required. The sequence of signatures will be completed in the following order: A. CONTRACTOR —Agreement must be signed by a person authorized to bind the firm or company. If Contractor is a Corporation, agreements must be Attested; B. ASSISTANT CITY ATTORNEY for the City; C. DIRECTOR OF ENGINEERING SERVICES; D. CITY SECRETARY for the City. 005223-5 Agreement REV 03-23-2015 Traffic Signal and Street Lighting Improvements Indefinite Delivery, Indefinite Quantity (IDIQ) REBID- E15126 ATTEST 1— ?—Q-- t_lk_,,C_C_,C—. ti==s k....()_,, 1., Rebecca Huerta City Secretary APPROVED AS TO LEGAL FORM: anet L. Kellogg Assistant City Attorney 2 ATTEST (IF CORPORATION) Note: Attach copy of authorization to sign if person signing for CONTRACTOR is not President, Vice President, Chief Executive Officer, or Chief Financial Officer J.H. Edmonds P.E. Director of Engineering Services CONTRACTOR 2//7/(=, Or • Cr 101 rit.1 oi•A••• IT COUNCIL sFcRETARY Siemens Industry, Inc. By:(1/14/IL, A44,(4 Title: DC'S //ia149(,6k 16560 Air Center Blvd. Address Houston, TX 77032 City zv1. L43.44e>0 State Zip Phone Fax Email J / f 1'4 iu Er-del-5,of 005223-6 Agreement REV 03-23-2015 Traffic Signal and Street Lighting Improvements Indefinite Delivery, Indefinite Quantity (IDIQ) REBID- E15126 DELEGATION OF APPROVAL AUTHORITY FROM PRESIDENT KEVIN RIDDETT AND VICE PRESIDENT FINANCE & BUSINESS ADMINISTRATION IVIATTHIAS SCHL•ELEIN Mobility Management Urban Transport / Mainline Transport (RS) intelligent Traffic Systems Rail Electrification Customer Services SIEMENS INDUSTRY, INC.--1VIOBILiTY DIVISION A. The undersigned Kevin Riddett, President and Matthias Schleleln, Vice President, Finance and Business Administration of the Mobility Division of Siemens Industry, Inc. (the "Corporation"), a corporation duly organized and existing under the laws of the State of Delaware, by virtue of the authority vested as President and Vice President Finance & Business Administration to sign or countersign and otherwise execute in the name, or on behalf of the Corporation, any bids, projects, contracts, agreements and any certificates, affidavits or ancillary documents in connection therewith to the extent the foregoing instruments and are consistent with the limits of authority granted under LoA guidelines and grants of release for and on behalf of the Corporation, do hereby delegate to and acknowledge that the following person(s) may exercise such authority for and on our behalf up to $10 million. . AUTHORIZED SIGNATORIES • Business Operations Finance/Central Support Function (Name/Position) (Name/Position) John Paljug VP - MM Marsha Smith Senior Director, FBA - MM Michael Cahill, VP - RS Christopher Halleus, FBA — RS Robin .Stimson Vice President, RS MK&S _ Michael Tyler Senior Director, CS Chris Maynard Senior Director, RS CS Madeline Rodriguez Director, RS LOC/BG Steffen Goelier VP—TPE Christopher Giesch FBA—TPE Dave Ward Vice President, RS LOC/BG James Thornton, Head of Procurement, MO Marcus Welz ITS Rajarshi Ghosh ITS BA B. it Is further acknowledged that the following individuals are hereby authorized to sign or countersign and otherwise execute in the name or on behalf of the Corporation the same documents as referenced in paragraph A, up to and including a transactional limit of $5 million. Any such delegation extends to but is limited to the same scope, documents and subject matter as referenced and granted in Paragraph A, limited to the monetary amount stated in this Paragraph. AUTHORIZED SIGNATORIES Sales Operations Finance/Central Support Function !Name/Position) ,(Name/Positipp Douglas Dreisbach Director of Projects -MM ' Mary Rachel Pearce Director of Finance & Administration -MM Bradley HallScott Carper 1 VP, Sales Manager, FBA — MM Jack Wilson MM, Sales Valerie Conway Senior Director, SCM RS Steve Gitkin Sales Director •- ITS Jessica Shaiegan MM C. it is further acknowledged that the following individuals are hereby authorized to sign or countersign and otherwise execute in the name, or on behalf of the Corporation, the same documents as referenced in paragraph A, up to and including a transactional limit of $3 million. Any such delegation extends to but is limited to the same scope, documents and subject matter as referenced and granted In Paragraph A, limited to the monetary amount stated in this Paragraph AUTHORIZED SIGNATORIES Business Operations Finance/Central Support Function (Name/Position) (Name/Positionl David Gutierrez Director, RS UTDirector, Nikki Bassi RS Tony Ritter Director, CS Cathie Steele Segment Controller, RS CS UT Reiner•Martin Director, RS CS Km Swain Segment Controller, RS Metros & Coaches Omid Akbarzadeh-Paydar Business Manager Bogies, RS LOC BG Fleur Gessner . Segment Controller, RS BG . Mark Bennett Vice President,RS Operations Carrie Hernandez SCC SPR RS Raymond Glnnell . General Project Manager, RS • Michelle Picard Director, RS Jaimie Doherty Mirko Giese Director, RI HI BA . Armin Kick Director, RS HI Claus Maucher Finance Director, ITS Services Steve Teal Director, ITS Services Kathrin Schicketanz Commercial Project Manager, RS LOC D. It is further acknowledged that the following individuals are hereby authorized to sign or countersign and otherwise execute In the name, or on behalf of the Corporation, the same documents as referenced in paragraph A, up to and including a transactional limit of $1 million. Any such delegation extends to but is limited to the same scope, documents and subject matter as referenced and granted in Paragraph A, limited to the monetary amount stated in this Paragraph; AUTHORIZED SIGNATORIES ' Business Operations Finance/Central Support Function (Name/Position) (Name/Position) Tommy Charurat Director, Performance Controlling, RS Stephan Klein, Director , MM Paul Eliea, Director , MM Sandra Kluthausen, Commercial Manager David Costello, Director , MM Gisela Kaufmann Controller Dave Jeanette Manager, MM Rudolf Wagner Performance Controlling Jim Lyons Sr. Manager , MM Constanze Kutschki Manager, Order Management RS Jeff Balogh Sr. Director , MM Kathrin Schicketanz Commercial Project Manager, RS LOC • George Long Ronald Staggs 2 Director, Engineering RS Commercial Project Manager, RS UT Greg Tindall Director, Quality RS Mary Matos Commercial Project Manager, RS UT Robert Martner Senior Project Manager, RS LOC Vesa Venttinen Commercial Project Manager, RS UT Jeffrey Curran Project Manager, RS UT Alexander Jankowski Commercial Project Manager, RS UT Duane KoppChristine Project Manager, RS UT Jaw Commercial Project Manager, CS Steffen Hertel Commercial Project Manager, RS LOC Larry Chen Commercial Project Manager, CS Ron VanHuuksloot Project Manager, RS UT Thomas Stehlik Project Manager, RS UT Morel Aninoiu Project Manager, RS UT Kavita Patel Commercial Project Manager, CS Carsten Nebe Project Manager, RS UT Paul Berquam, Director, Business Continuity RS Mark Anderson Project Manager, CS Patrick Blackburne Commercial Project Manager, RS Aaldrik Metting Project Manager, CS Craig Debevoise Projects Commercial Jochen Woern Project Manager, CS Christoph Hiigers Director, Operations Controlling RS Brad Bonn Project Manager, CS Manuel Schirnhofer Commercial Project Manager, RS LOC Chander Khanna, Sr. Director, Manufacturing Processes RS Miriam Sheer Commercial Project Manager, CS Paul Aichholzer Project Manager, RS LOC Christopher Srnith Commercial Project Manager, RS UT Digant Dave, Project Manager, CS David Spence Commercial Project Manager Ibrahim Kafender Project Manager, RS BG Stefan Hofer Commercial Project Manager Sabine Andrikos Commercial Service Manager Natalie Maga Commercial Project Manager, MM Barry Sidler Program Manager, CS Michael Diaz Projects Dimitrios Andrikos Sales O.erations Matthew Chalmers Commercial Pro"ect Manager, MM Christopher Romeo Operations manager Michael Danka Commercial Project Manager, MM Mike Emmons Operations Manager Luis Correia Project Manager, CS Trine Boedker Jensen Project Manager, CS Michael Hutchens Operations Manager . William Tucker Operations Manager Christopher Mcelroy Service Account Manager E. It is further acknowledged that each of the signatures of the persons referred to in paragraphs A, B, C and D are binding upon the Corporation. 3 F. It is further acknowledged that any document shall require the signature of two (2) of the above Authorized Signatories, one each from Business Operations and from Finance/Central Support Functions, whom shall have the requisite signature authority to be legally binding upon the Corporation. G. It is further acknowledged that each of the persons referred to herein is authorized to delegate such person's authority_ hereunder to additional members of his or her management team up to the limit of such person's delegation of authority, provided that such delegation is in written form signed by the delegator and filed with the Legal Department. H. It is further acknowledged that the Secretary or an Assistant Secretary of the Corporation is authorized to issue certifications attesting to the incumbency, authority and status of any of the persons referred to in this resolution. IN WITNESS WHEREOF, we have hereunto subscribed our names and affixed the corporate seal of the said Corporation, as of the 1st day of January, 2016. 4.Idett t, e e'hs Industry, Inc. obility Division O Q' -- Matthias Schielein Vice President, Finance and Business Administration Siemens Industry, Inc. Mobility Division 4 ARTICLE 11— MD SUBMITTAL 11.01 This Bid is submitted by: Bidder: SIEMENS INDUSTRY Aste By: • - . - ' (typed or printed full legal name of els «• • Name: Steven M. Teal Jr. Title: Director of Service Attest: (Individual's signature) (typed or printed) (typed or printed) ((1Aoctir4A, inive&t, To. refer above State of Residency: Federal Tax Id. No. (individual's signature) T.P4Ati 13-27¢240 Address for giving notices: 16660 EMERBJ O iOVSTON,•-TX Phone: 1(282) 44349" Email: 'SAMUAL.STAYMAN@SIBMENS;COM (Attach evidence of authority to sign if the authorized individual is not the Bidder, but an individual signing on behalf of another individual Bidder, or if the authorized individual is a representative of a corporation, partnership, or joint venture.) END OF SECTION 003000-6 Bid Acknowledgement Form REVcs 12• Traffic Signal and Street Lighting Improvements indefinite Delivery, Indefinite Quantity (IDIQ) RECTO- E15126 538,100.00 Addendum No.1 Attachment No. 2 Page 1 of 6 00 30 01 RID FORM 00 30 0181D FORM Project Name: Traffic Signal and Street Lighting Improvements Indefinite Delivery. Indefinite Quantity OD101- REBID Project Number- E15126 Owner: City of Corpus Christi Bidder: SIEMENS INDUSTRY INC, ITS OAR: Designer: Maldonado -Burkett Intelligent Transportation Systems, LLP Basis of Bid Item DESCRIPTION UNIT ESTIMATED QUANTITY Base Bid UNIT PRICE EXTENT/1D AMOUNT Pan A • Gen ral 1per SECTION 01 2901 MEASUREMENT AND BASIS FOR PAYMENT) Al MOBILIZATION/DEMOBILIZATION/BONDS/INSURANCE (NOT TO EXCEED 5% OF TOTAL BID AMOUNT) LS 1 A2 TRAFFIC CONTROL; SET-UP MAINTENANCE AND REh10VAl, COMPLETE IN PLACES PER ARTERIAL STREET EA 15 SUBTOTAL PART A- GENERAL (Items A7 dmi A2) 51270.00 S38,100.00 9,050.00 557,150.00 - Part 8 • TRAFFIC SIGNAL d ILLUMINATION IMPROVEMENTS (per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT( 131 DRILL SHAFT (TRF SIG POLE) (24 IN) LF 6 5261.43 S1,568.58 B2 DRILL SHAFT (TRF SIG POLE) (301N) LF 11 S274.13 S3,015.43 03 DRILL SHAFT (TRF SIG POLE) (361N) LF 43 5286.83 512,333.69 84 DRILL SHAFT ITRF SIG POLE) (421N) LF 17 S299.53 55.092.01 B5 DRILL SHAFT (TRF SIG POLE) (48 IN) LF 22 S312.23 S6.869.06 86 RIPRAP (CONC) ICL C) CY 2 5767.64 51,535.28 07 IN RD IL AM (U/P) (TY 1) (150W) 5 EA 2 $1,660.60 S3,321.20 38 IN RD IL AM (U/P) (TY IF) (150W) EA 2 .S5.097.53 510,195,06 B9 IN RD IL (TY SA) 50B-8 (.410.9) 5 EA 2 S4.539.92 S9,079.84 B10 CONDT(PVCI (5CH 40) (1 1/2") LF 40 S14.2S 5571.20 all CONDT (PVC) (SCHD 40)121 LF 20 526.44 S528.80 812 CONDT (PVC) (SCHD 40) (2") (BORE) LF 20 S46A3 5938.60 813 CONDI (PVC) (SCHD 40)13") LF 65 SIR.L6 S1,186.90 B14 CONDT (PVC) (SCHD 40)13") (BORE) LF 120 S49.47 55.936.40 815 CONDT (PVC) (SCHD 40) (4") LF 40 527.72 51,108.80 1316 CONDT (PVC) (SCHD 40) Si (BORE) LF 40 cc2.01 $2.080.40 1317 CONDI (RM) (3/4") LF 10 560.70 5607.00 B18 CONDT (RM) (1") IF 10 567.44 5674.40 819 CONDT (RM1(2") LF 10 577,90 S779.00 820 CONDT (RM) (11/2"1 LF 100 SC1.t 1 $5.313.00 821 ELEC CONDR (N0.10) BARE LF SO S4 09 $204.50 B22 ELEC CONDR (N0.10) INSULATED LF 100 Sc 17 5517.00 B23 ELEC CONDR (NOS) BARE LF 100 ti4 17 5417 00 824 ELEC CONDR (10.8) INSULATED LF 285 SI 76 SI 21410 id Form Traffic Signatand Street lighitng Improvements Indefinite Delivery. Indefinite Quantity ODIQ) REBID•El5126 Addendum No. 01 Corpus Christi Standards - Regular Projects Page 1 of 6 009101-1 REV 0309.2015 Addendum No. 1 Attachment No. 2 Page 2 of 6 00 30 01 BID FORM Iter DESCRIPTION UNIT ESTIMATED QUANTITY UNITPRiCE EXTENDED :J.IOUxi 825 ELEC CONDR (N0.6) BARE IF 100 54.31 S437.00 026 ELEC CONDR (N0.61 INSULATED LF 200 54.43 5886.00 827 ELEC CONDR (N0.41 BARE LF 25 54.67 SI 16.75 B28 ELEC CONDR (N0.4)INSULATED LF 50 S4.76 S238.00 B29 TRAY CABLE (3 CONDR) (12 AWG) L: 25 57.19 5179.75 830 GROUND BOX TYA(122311) E. 1 S944.25 S944.25 831 GROUND BOX TY A (1223111W/APRON EA 1 5976.00 5976.00 832 GROUND BOX TY C (162911) EA 1 5988.70 CT11(8,70 833 GROUND BOX TY C (162911)W/APRON EA 4 S1,014.10 54.056,40 834 TIMBER POLE (CL 2) 40 FT EA 1 51.724.10 'SI 724.10 B35 ELC SRV TY D 120/240 060 (NS)SS(E)TS(0) EA 1 53.256.03 53.256,03 B36 ELC SRV TY T 120/240 000 (NS)GS(N)TS(0) EA 4 S2.055.88 S8,223.52 837 REMOVE ELECTRICAL SERVICES EA 1 5962.10 5962.10 838 UNINTERRUPTIBLE POWER SUPPLY WITH CABINET EA 56,437.00 S6,437.00 B39 (ILSN SIGN 6S) LED EA 2 5206.81 5413.62 640 (ILSN SIGN 85) LED EA 2 52.520.84 S5,041.68 841 CONTROLLER FOUNDATION EA 1 S2.204.32 S2,204.32 642 INSTALL HWY TRF 51G (FLASH BEACON) EA 2 Si 1,223.27 522.446.54 843 INSTALL HWY TRF SIG (ISOLATED) EA 1 S16.303.27 S16.303.27 844 REMOVING TRAFFIC SIGNALS EA 1 S481.89. 5481.89 845 VEH SIG SEC (121LEO(GRNI EA 10 5217.92 S2.179.20 846 VEH SIG SEC (12")LED(GRN ARW) EA 5 S217.92 S1,089.60 647 VEH SIG SEC (12-)LED(YEL1 EA 15 S217.92 S3,268.80 848 VEH SIG SEC (121LED(YELARW) EA 5 5217.92 51,089.60 849 VEH SIG SEC (12')LED(RED) EA 15 5217.92 S3,268.80 B50 VEH SIG SEC (12-)LED(RED ARW I EA 5 S217.92 S1,089.60 851 BACK PLATE (12 IN) (3 SEC) EA 2 S 118.86 5237.72 852 BACK PLATE (12 IN) (4 SEC) EA 2 5140.45 5280.90 B53 BACK PLATE (12 IN) (5 SEC) EA 2 5156.96 5313.92 854 PED SIG SEC (LED)(COUNTDOWN) EA 4 S398.26 S1.593.04 855 TRF SIG CBL (TY A) (12 AWG) (2 CONDR) LF 100 S14.02 S1.402.00 856 TRF SIG CBL (TY A) (14 AWG) (4 CONDR) LF 1200 54.51) 55.400.00 857 TRF SIG CBL (TY Al (14 AWG) (7 CONDR) LF 50 516.78 S839.00 858 TRF SIG CBL (TY A) (14 AWG) (16 CONDR) IF 100 513.06 S1.306.00 859 INSTALL RDSD FLASH BEACON ASSEMBLY EA 1 52,267.82 52,267.82 860 RELOCATE RDSO FLASH BEACON ASSEMBLY EA 1 51,954.28 S1,954.28 861 REMOVE RDSD FLASH BEACON ASSEMBLY EA 1 S494.59 5494.59 862 INSTL ROSD FLSH BCN ASSM (SOLAR PWRD) EA 1 510,903.82 S10,903.82 863 RELOCT R050 FLSH BCN AM (SOLAR PWRD) EA 1 51.941.58 51,941.58 861 TRAFFIC SIG POLE ASSEM (RELOCATE) EA 1 53,388.57 53.388.57 865 INS TRF SIG Pt. AM(S)1 ARM(32') EA 1 S5.771.23 55,771.23 066 INS TRF SIG PL AM(5)1 ARM(32') LUM EA _ S6,545.93 56 545.93 867 INS TRP SIG PL AM(5) 1 ARM(36') EA 1 56.2415/3 56,241.13 Bid Form Traffic Signal and Street Lrghitng Improvements Indefinite Delivery, Indefinite Quanuty (IDIQ) REBID -E15126 Addendum No. 01 Corpus Christi Standards - Regular Projects Page 2 of 6 00 91 01 - 2 REV 03.09.2015 Addendum No. 1 Attachment No. 2 Page 3 of 6 00 30 01 RIDFCR.l Item DESCRIPTION UNIT ESTIMATED QUANTITY UNTT PRICE MENDED AMOUNT 568 INS TRF 51G PL AM(S) 1 ARM(36') LUM EA1 LF S6.977.73 S6.977.73 859 INS TRF SIG PL AM(S) 1 ARM(401 EA 1 S6.857.08 S6.857.08 870 INS TRF SIG PL AM(S) 1 ARM(40') LUM EA 1 S7.758.78 S7.758.78 871 INS TRF 51G PL AM(S) 1 ARM(44') EA 1 S7,718.89 57.718.89 872 INS TRF 51G PL AM(S) 1 ARM(44') LUM EA 1 58,550.74 S8.550.74 873 INS TRF 51G PL AM(S) 1 ARM(50') EA 1 S16.545.39 S16.545.39 874 INS TRF SIG PL AM(S) 1 ARM(50') LUM EA 1 S 18.583.74 S18.583.74 5.75 INS TRF SIG PL AIN(S) 1 ARM(S5') EA 1 S16.817.49 S16.837.49 B76 INS TRF SIG PL AM(5)1 ARN1(55') LUM EA 1 $18,875,84 S18.875.84 877 INS TRF SIG PL AM(5)1 ARM (601 EA 1 S17.662.99 SI 7.662.99 878 INS TRF SIG PL AM(S) 1 ARM (601 LUM EA 1 018,418,64 518.418.64 879 PED POLE ASSEMBLY EA 4 51.103.00 54.412.00 880 PEDESTRIAN PUSH BUTTON POLE EA 1 C72-4.10 5723.19 881 PED DETECT PUSH BUTTON (APS) EA 4 5200.47 5801.88 882 RADAR PRESENCE DETECTOR EA G 06,361,99 53))1,171.94 883 RADAR PRESENCE DETECTOR COMM CABLE LF 100 510.43 S1,043.00 884 ETHERNET CABLE CAT 5 LF 50 57,56 S378.00 885 CONTINGENCY FOR UNANTICIPATED IMPROVEMENTS (MANDATORY) LS EA 5 4,000.00 $ 4.000.00 Part 0 • TRAFFIC SIGNAL & ILLUMINATION IMPROVEMENTS (Items 01 thru 6851 5408.588.62 Part C - MAINTENANCE OF TRAFFIC SIGNALS (per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) C1 REMOVAL AND REPLACE GROUND BOXES EA 2 592332 S1,847.04 C2 REMOVAL AND REPLACE CABLES LF 25 511.06 S276.50 C3 REMOVAL OF SPAN CABLE ASSM IF 1000 50.36 5360.00 C4 REMOVAL OF TIMBER POLE5 EA 2 5543.71 51.087.42. C5 REMOVAL OF SIGNAL HEAD ASSM EA 6 5240.1 1 51.440.66 1 CG INSTALL OF SIGNAL HEAD ASSM EA 6 5385.56 52.313.3361, C7 REMOVAL OF SIGNAL RELATED SIGNS EA 4 522.81 591.24 C8 INSTALL OF SIGNAL RELATED SIGNS EA 4 S79.08 5316.32 C9 REMOVAL OF PEDESTRIAN PUSH BUTTONS EA 2 524.01 548.02 C10 INSTALL OF PEDESTRIAN PUSH BUTTONS EA 2 S102.74 S205.48 C11 REMOVAL OF TRAFFIC SIGNAL POLE FNO LF 1 5720.32 S720.32 C12 INSTALL OF END FOR GROUND MNT CABINETS EA 2 S2.873.35 $5.746.70 C13 INSTALL OF CONTROL CABINET (GRND HINT) EA 18 51.984.35 535.718.30 C14 INSTALL OF FLASHER CABINET. EA 1 S1,023.92 1.023.92 C15 INSTALL OF SIGNAL POLE ASSM EA 2 $1.264.03 52.525.06 C16 REMOVAL OF SIGNAL POLE ASSM EA 2 5720.32 51.440,64 C17 REMOVAL OF PEDESTRAIN RAMPS EA 1 S720.32 S-720.37., C18 REPLACE OF LUMINAIRE HEAD EA 2 5497.58 5905.16 C19 INSTL PED POLE ASSM EA 2 5783.82 01.567,64 C20 REMOVE PED POLE ASSM EA 2 5360.16 .L7 ?I1,11 C21 REPL 12' LED TRF SIG LAMP UNIT (RED) EA 4 S64.36 5257 44 C22 REPL 12' LED TRF SIG LAMP UNIT (AMBER) EA 4 567.54 0270,16 Bid Form Traffic Signal and Street Lighitng Impro:ernents Indefinite Delwery, Indefinite Quantity (10101 REBID -E15126 Page 3 of 6 *Siemens assumes that items in section C and I) that reference only 'install' are for installation only, no furnishing of materials per TXDOT Addendum No. 01 Corpus Christi Standards - Regular Projects 00 9101 - 3 REV 03.09.2015 Addendum No. 1 Attachment No. 2 Page 4 of 6 00 30 01 BID FORM Item DESCRIPTION UNIT F_SnMATED QUANTITY UNIT PRICE ENT END: D AMDU NT C23 REPL 12" LED TRF SIG LAMP UNIT (GREEN) EA 4 560.50 5266.00 C24 REPT 12" LED TRF SIG LAMP UNIT (GRN ARW) EA 4 567.36 8269.44 C25 REPL 12" LED TRF SIG LAMP UNIT (AMBER ARW) EA 4 566.72 5266.88 C26 INSTALL LED TRAF SIG LAMP UNIT EA 2 S79.08 5158.16 C27 REROUTE CABLES LF 20 5911.04 31,800.80 C28 INSTALL TRAFFIC CONTROLLER CABINET (CITY SUPPLIED) EA 15 S2,047.85 530.717.75 C29 REPLACE MMU/CVM UNIT EA 40 51,414.26 S56,570.411 C30 REPLACE VEHICLE VIDEO IMAGE PROCESSOR SYSTEM EA 2 $5,722.92 511.445.84 C31 REPLACE VIVOS CAMERA (INCLUDES CABLE) EA 2 51.167.80 S2,335.60 C32 CLEAN & INSPECT VIVOS CAMERA EA 5 S132.75 S663.75 C33 CLEAN & INSPECT CCTV CAMERA EA 1 548.72 548.72 C34 INSTALL OR REPLACE CCTV CAMERA EA 1 53,387.32 53,387.32 C35 INSTALL DOWN GUY WITH GUARD AND ANCHOR EA 10 S733.02 57.330.20 C36 INSTALL SCREW IN STEEL PEDESTAL ANCHOR E:, 2 5543.71 51.087.42 C37 BATTERY BACKUP UNIT (BBU) PM E., 23 5102.74 52,876.72 C38 CONTROLLER CABINET PM EA 30 5132.75 53,982.50 C39 REPLACE TRAFFIC SIGNAL CONTROLLER UNIT EA 5 5239.06 51,195.30 C40 INSTALL OF SPAN CABLE ASSEMBLY LT 2(r;) S1.06 S2,120.00 041 CONTINGENCY FOR UNANTICIPATED IMPROVEMENTS (MANDATORY) LS 1 S 4,000.00 5 4,000.03 SUBTOTAL PART C - MAINTENANCE OF TRAFFIC SIGNALS IC1 THRU C41) S 1911, 217.82 Part 0 .LLUUINAT10N MAINTENANCE (per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT] D1 REPLACE ABOVE -GROUND CONDUIT LF 10 5136.13 S1,361.30 D2 REPLACE UNDERGROUND CONDUIT LF 10 S71.84 S718.40 D3 REPLACE CONDUCTOR LF 20 570.98 51,419.60 04 REPLACE TRAY CABLE LF 10 S71.32 5713.20 05 INSTALL ELECTRICAL SPLICE EA 10 5133.89 S1.338.90 D6 REPLACE ROADWAY ILLUMINATION ASSEMBLY (HPS) EA 2 51,048.32 52,096.64 D7 REPLACE UNDERPASS LUMINAIRE (HPS) EA 2 51,048.32 S2.096.64 D8 REPLACE INDUCTION FLOURESCENT FIXTURE EA 1 5106.54 S106,54 D9 REPLACE LUMINAIRE EA 2 594,04 5158.03 010 REPLACE HIGH MAST LUMINAIRES EA 2 S519.42 SI.038.84 011 REPLACE LUMINAIRE POLE EA 1 5992.07 5992.07 D12 REPLACE LUMINAIRE ARMS EA 1 5164.93 S164.93 013 MAINTAIN ROADWAY ILLUMINATION EA 2 5612.03 S1.224.06 014 MAINTAIN HIGH MAST ILLUMINATION EA 2 S1.869.13 53,738.26 015 MAINTAIN UNDERPASS FIXTURE EA 2 S1.162.70 52,325.40 016 MAINTAIN INDUCTION FLUORESCENT FIXTURE EA 1 S1,152.70 51.1 52.70 017 PREVENTIVE MAINTENANCE (RDWAY ILL ASSY) EA - 5612.03 S612.03 018 PREVENTIVE MAINTENANCE (HIGH MAST ASSY) EA 1 S1,869.13 SI.869.1 3 019 REPLACE ELECTRICAL SERVICE EA 1 S2,540.911 S2,540.90 D20 INSTALL FOUNDATION EA 1 sl.818.25 51,818.25 021 REMOVE FOUNDATION EA S40126, S40I,26", Bid Form Traffic Signal and Street Lighitng Improvements Indefinite Delivery, Indefinite Quantity (ID141 REBID -E15125 Page 4 of 6 I -NAS *Siemens assumes that items in section C and D that reference only 'install' are for installation only, no furnishing of materials per TXDOT Addendum No. 01 00 91 01 - 4 Corpus Christi Standards - Regular Projects REV 03.09-2015 Addendum No. 1 Attachment No. 2 Page 5 of 6 00 30 01 BID FORM item DESCRIPTION U,I7 ESTIMATED QUANTITY UNIT PRICE EXTENDED AMOUNT D22 REPLACE TRANSFORMER BASE EA 2 5644.42 51,288.84 D23 REPLACE TRANSFORMER COVER EA 2 S127,0 5254.10 024 REPLACE HAND HOLE COVER EA 2 5291.65 5583.30 D25 INSTALL GROUND ROD EA 2 SI 19.00 5239.10 D26 REPLACE BALLAST EA 2 S241.18 5482.36 D27 REPLACE BALLAST (HIGH MAST LIGHTING) EA 2 $403.10 5806,20 D28 REPLACE FUSED DISCONNECT EA 2 5471.18 $9-12.36 D29 REPLACE LAMP SOCKET FOR POLE MOUNTED FIXTURES EA 2 5186.01 5372.02 030 REPLACE LAMP SOCKET FOR UNDERPASS FIXTURES EA 2 5156.47 5312.94 D31 REPLACE LAMP FOR P011 MOUNTED FIxTURES EA 2 507.59 S315.78 D32 REPLACE LAM? FOR UNDERPASS FIXTURES EA 2 5157.59 5315.78 D33 REPLACE LAMP (HIGH MAST LIGHTING) EA 2 5246.51 S493.02 D34 REPLACE LENS EA .1 5232.59 5931.56 D35 REPLACE FUSE EA 5170.23 5680.92 D36 REPLACE FUSE HOLDER EA 4 S193.35 S773.40 D37 REPLACE BREAKAWAY FUSE HOLDER EA5247.11) 5988.40 D38 REPLACE STARTING AID EA 2 5184.60 5369.20 D39 REPLACE PHOTOCELL AND BRACKET EA 1 5246.18 5246.18 D40 REPLACE CONTROL TRANSFORMER FOR HIGH MAST EA 1 51.1)16.92 S1.1)16.92 041 REPLACE CONTROL TRANSFORMER FOR ELECT SERVICE EA2 51,016.92 52.033.84 D42 REPLACE CONTROL CIRCUIT FOR HIGH MAST EA1 5831.92 SS31.92 043 REPLACE CONTROL CIRCUIT FOR ELECTRICAL SERVICE EA 2 S831.92 51,663.84 044 REPLACE HAND -OFF -AUTO SWITCH EA 2 5404.14 5808.28 045 REPLACE CONTACTOR EA 2 5602.43 51.204.86.. 046 REPLACE METER BASE EA 1 5268.48 5268.45 '. D47 REPLACE TIME CLOCK EA 2 S375.46 5750,92 Ai 048 REPLACE BREAKER PANEL EA 1 51.119.14 51,119 14m D49 REPLACE CIRCUIT BREAKER EA 2 S844.72 S1,689.44 III D50 REPLACE FLEXIBLE POWER CABLE OR CORD LF 25 S73.46 Si .83F 50 051 REPLACE TWIST LOCK CONNECTOR EA 5 5124.98 5624.90 . •+i D52 REPLACE SAFETY CHAIN LF 25 5201.31 111 SS,011.74 D53 RAISE AND LOWER RING (HIGH MAST LIGHTING) E:. 4 S.556.92 S1 717 684.1 054 REPALCE MISSING NUTS, WASHERS ,OTHER HARDWARE EA •1 5376.85 S1 307 46 055 CONTINGENCY FOR UNANTICIPATED IMPROVEMENTS (MANDATORY) LS $ 4,000.00 5 4,000.00 SUBTOTAL PART 0 - ILLUMINATION MAINTENANCE (D1 TNRU 055)' S64,929.56 *Siemens assumes that items in section C and D that reference only 'install' are for installation only. no furnishing of materials other than misc. per TXD. specifications ref@itbf wd in bid documents. Page 5 of 6 Traffic Signal and Street Lighitng Improvements Indefinite Delivery. Indefinite Quantity (IDIQ) REBID -E15126 ufs:i o:s Addendum No. 01 Corpus Christi Standards - Regular Projects 00 91 01 - 5 REV 03-09.2015 Addendum No. 1 Attachment No. 2 Page 6 of 6 CO 30 01 BID FORM Item I CESCRIPT IO.': U,'.l T ESTIMATED quANTITY UNIT DEUCE ERTEN DED A.•;OJNT BID SUMMARY SUBTOTAL PART A - GENERAL (Items Al thru A2) I- I 1 S57,150.00 SUBTOTAL PART B- TRAFFIC SIGNAL & ILLUMINATION IMPROVEMENTS (Items 131 thru BBS) 5408488.62 SUBTOTAL PART C • MAINTENANCE OF TRAFFIC SIGNALS (Items C1 thru C41) I S190,217.82 SUBTOTAL PART 0 - ILLUMINATION MAINTENANCE (Items D1 thru D55) S64.929.56 TOTAL BASE BID Contract Times Notes 1 gib d ettni hS1ace Ste reCuued tabor. era.. 'LI sa -d egrpc+ere kat Let eroltrs[4Cn act.erei. The asese,b1.es are se -tweed ergs to show Ow :se hoe 01 the +Sr•IPS Ce t.*id actrs•:res. n8SWl t:ia:4:n nJ be incerred an4 aithsseerd for paenert. , i •.i via Indetvs:e Deb. -are IndeSR to Qsan:Rylltmai CCn:rars adh;SS ea.endar dry base iear'r.rtn tsso (:) t Yfae Ce'.o':a1 ert .o.'S tads Orh.err Orley M' -41,ade a re osc FffCrnarae;whoa ar3 tett based With. cannon 13.413.4ces o .4 CYan4fr1r;:r S.ed by the .t rn..r ar4 SISI ryr 3 uunent to e uro pmts tweed en apyewlCry rn4r..t.navth rear 'Ss toe r antransorl.t apm Tess trrntr.C:iWwit • trII Dnt txd d for evaSra:un o-1, Tr* se:sal award a S1.113.‘0103 baud on natal* cr , oona:ont department h. ds. Sid Form Traffic Signal and Street Lighitng Improvements Indefinite Delivery. lrldefinrte Quantity (IDIQ) REBID -E15126 S720,886.00 Page 6 of 6 1.23-:.:5 Addendum No. 01 00 9101 - 6 Corpus Christi Standards - Regular Projects REV 03-09-201S 10/7/2015 www.civcastusa.com/engineer/ob results bidform.aspx?obid=6922&projectid=7211&ccuid=22521&submitid=1040&IsManual=false Traffic Signals and Lighting Improvements ID/IQ - RE -BID Menu - Bid FormBid Stats Total Bid Items: 183 Bid Items Left: 0 Total Bid Amount: 5721,485.80 Contractor:Siemens Industry Inc Part A Item No. Description Unit Qty Unit Price Ext. Price Al MOBILIZATION/DEMOBILIZATION/BONDS/INSURANCE) (NOT TO LS 1.00 $ 38,100.00 538,100.00 EXCEED 5% OF TOTAL BID AMOUNT) TRAFFIC CONTROL; SET-UP MAINTENANCE AND REMOVAL,A2 EA 15.00 S 1,270.00 519,050.00 COMPLETE IN PLACES PER ARTERIAL STREET Sub Total: $57,150.00 Part B Item No. Description Unit Qty Unit Price Ext. Price 81 DRILL SHAFT (TRF SIG POLE) (24 IN) LF 6.00 S 261.43 51,568.58 B2 DRILL SHAFT (TRF SIG POLE) (30 IN) LF 11.00 S 274.13 53,015.43 B3 DRILL SHAFT (TRF SIG POLE) (36 IN) LF 43.00 S 286.83 512,333.69 B4 DRILL SHAFT (TRF SIG POLE) (42 IN) LF 17.00 5 299.53 55,092.01 B5 DRILL SHAFT (TRF SIG POLE) (48 IN) LF 22.00 S 312.23 56,869.06 B6 RIPRAP (CONC) (CL C) CY 2.00 S 767.64 51,535.28 BT IN RD IL AM (U/P) (TY 1) (150W) S EA 2.00 $ 1,660.60 S3,321.20 B8 IN RD IL AM (U/P) (TY IF) (150W) EA 2.00 S 5,097.53 510,195.06 B9 IN RD IL (TY SA) 50B-8 (.4KW) S EA 2.00 S 4,539.92 $9,079.84 B10 CONDT (PVC) (SCH 40) (1 1/2") LF 40.00 S 14.28 5571.20 811 CONDT (PVC) (SCHD 40) (2") LF 20.00 $ 26.44 5528.80 B12 CONDT (PVC) (SCHD 40) (2") (BORE) LF 20.00 5 46.93 $938.60 813 CONDT (PVC) (SCHD 40) (3") LF 65.00 S 18.26 51,186.90 B14 CONDT (PVC) (SCHD 40) (3") (BORE) LF 120.00 S 49.47 55,936.40 B15 CONDT (PVC) (SCHD 40) (4") LF 40.00 5 27.72 S1,108.80 B16 CONDT (PVC) (SCHD 40) (4") (BORE) LF 40.00 S 52.01 52,080.40 817 CONDT (RM) (3/4") LF 10.00 $ 60.70 $607.00 httpJM►ww.civcastusa.com/engineer/ob results bidform.aspx?obit=6922&projectid=7211&ccuid=22521&submitid=1040&IsManual=false 1!7 101!/2015 B18 CONDT (RM) (1') B19 CONDT (RM) (2") www.civcastusacom/ersineerkb bldiorm.aspx?obi&692289rojecti&7211&ccui&225218submiti&104081sMarnjal=false B20 CONDT (RM) (1 1/21 B21 ELEC CONDR (N0.10) BARE B22 ELEC CONDR (N0.10) INSULATED B23 ELEC CONDR (NO.8) BARE 824 ELEC CONDR (NO.8) INSULATED B2S ELEC CONDR (NO.6) BARE 826 ELEC CONDR (NO.6) INSULATED 1327 ELEC CONDR (NOA) BARE B28 ELEC CONDR (NO.4) INSULATED 1329 TRAY CABLE (3 CONDR) (12 AWG) B30 GROUND BOX TY A (122311) 831 GROUND BOX TY A (122311)W/APRON 1332 GROUND BOX TY C (162911) 833 GROUND BOX TY C (162911)W/APRON B34 TIMBER POLE (CL 2) 40 FT B35 ELC SRV TY D 120/240 060 (NS)SS(E)TS(0) 836 ELC SRV TY T 120/240 000 (NS)GS(N)TS(0) 837 REMOVE ELECTRICAL SERVICES 838 UNINTERRUPTIBLE POWER SUPPLY WITH CABINET B39 (ILSN SIGN 6S) LED B40 (ILSN SIGN 8S) LED B41 CONTROLLER FOUNDATION 842 INSTALL HWY TRF SIG (FLASH BEACON) B43 INSTALL HWY TRF SIG (ISOLATED) B44 REMOVING TRAFFIC SIGNALS B45 VEH SIG SEC (12")LED(GRN) B46 VEH SIG SEC (121LED(GRN ARW) 1347 VEH SIG SEC (12")LED(YEL) 848 VEH SIG SEC (12")LED(YEL ARW) 849 VEH SIG SEC (121LED(REO) 850 VEH SIG SEC (12")LED(RED ARW) 651 BACK PLATE (12 IN) (3 SEC) 852 BACK PLATE (12 IN) (4 SEC) 853 BACK PLATE (12 IN) (5 SEC) LF 10.00 $ 67.44 $674.40 LF 10.00 $ 77.90 LF 100.00 $ 53.13 LF 50.00 $ 4.09 LF 100.00 $ 5.17 LF 100.00 $ 4.17 LF 285.00 $ 4.26 LF 100.00 $ 4.37 LF 200.00 $ 4.43 LF 25.00 $ 4.67 LF 50.00 $ 4.76 LF 25.00 $ 7.19 EA 1.00 $ 94425 EA 1.00 $ 976.00 EA 1.00 $ 988.70 EA 4.00 $ 1,014.10 EA 1.00 $ 1,724.10 EA 1.00 $ 3,256.03 EA 4.00 $ 2,055.88 EA 1.00 $ 962.10 EA 1.00 $ 6,437.00 EA 2.00 $ 206.71 EA 2.00 $ 2,520.84 EA 1.00 $ 2,20432 EA 2.00 $ 11,22327 EA 1.00 $ 16,303.27 EA 1.00 $ 481.89 EA 10.00 $ 217.92 EA 5.00 $ 21792 EA 15.00 $ 217.92 EA 5.00 $ 217.92 EA 15.00 $ 217.92 EA 5.00 $ 217.92 EA 2.00 $ 118.86 EA 2.00 $ 140.45 EA 2.00 $ 45696 $913.92 $779.00 $5,313.00 $204.50 $517.00 $417.00 $1,214.10 $437.00 $886.00 $116.75 $238.00 $179.75 $944.25 $976.00 $988.70 $4,056.40 $1,724.10 $3.256.03 $8,223.52 $962.10 $6,437.00 $413.42 $5,041.68 $2,204.32 $22,446.54 $16,303.27 $481.89 $2,179.20 $1.089.60 $3.268.80 $1,089.60 $3.268.80 $1.089.60 $237.72 $280.90 blIgh ww.civcastusa oomferigineerlab results t31dform.aspic?obi&69228prcjeeccti&7211Excui&225218submiti&1040&IsMenual=false 2R 10/1/2015 www.civcastusa.comlengineer/ob results bidform.aspx?abi&69228projectid=72118x.cuid=225218submiti&104081sManual false 854 PED SIG SEC (LED)(COUNTDOWN) 855 TRF SIG CBL (TY A) (12 AWG) (2 CONDR) B56 TRF SIG CBL (TY A) (14 AWG) (4 CONDR) 857 TRF SIG CBL (TY A) (14 AWG) (7 CONDR) B58 TRF SIG CBL (TY A) (14 AWG) (16 CONDR) 659 INSTALL RDSD FLASH BEACON ASSEMBLY 660 RELOCATE RDSD FLASH BEACON ASSEMBLY B61 REMOVE RDSD FLASH BEACON ASSEMBLY 862 INSTL RDSD FLSH BCN ASSM (SOLAR PWRD) B63 RELOCT RDSD FLSH BCN AM (SOLAR PWRD) 864 TRAFFIC SIG POLE ASSEM (RELOCATE) 865 INS TRF SIG PL AM(S) 1 ARM(32') B66 INS TRF SIG PL AM(S)1 ARM(321) LUM B67 INS TRF SIG PL AM(S) 1 ARM(36') 1368 INS TRF SIG PL AM(S) 1 ARM(36') LUM B69 INS TRF SIG PL AM(S) 1 ARM(40') B70 iNS TRF SIG PL AM(S) 1 ARM(40') LUM B71 INS TRF SIG PL AM(S) 1 ARM(441) B72 INS TRF SIG PL AM(S) 1 ARM(44') LUM B73 INS TRF SIG PL AM(S)1 ARM(50') B74 INS TRF SIG PL AM(S)1 ARM(50') LUM B75 INS TRF SIG PL AM(S) 1 ARM(55') B76 INS TRF SIG PL AM(S) 1 ARM(55') LUM B77 INS TRF SIG PL AM(S)1 ARM (60') 878 INS TRF SIG PL AM(S)1 ARM (60') LUM B79 PED POLE ASSEMBLY 680 PEDESTRIAN PUSH BUTTON POLE B81 PED DETECT PUSH BUTTON (APS) 882 RADAR PRESENCE DETECTOR 883 RADAR PRESENCE DETECTOR COMM CABLE B84 ETHERNET CABLE CAT 5 ALLOWANCE FOR UNANTICIPATED IMPROVEMENTS 685 (MANDATORY) (Fixed at $4,000.00) EA 4.00 $ 39826 $1,593.04 LF 100.00 $ 14.02 $1.402.00 LF 1200.00 $ 4.50 $5,400.00 LF 50.00 $ 16.78 $839.00 LF 100.00 $ 13.06 $1,306.00 EA 1.00 $ 2,267.82 $2.267.82 EA 1.00 $ 1,954.28 $1,954.28 EA 1.00 $ 49459 $494.59 EA 1.00 $ 10,903.82 $10,903.82 EA 1.00 $ 1,94158 $1,941.58 EA 1.00 $ 3,388.57 $3.388.57 EA 1.00 $ 5,771.23 $5,771.23 EA 1.00 $ 6,545.93 $6,545.93 EA 1.00 $ 6,241.13 $6,241.13 EA 1.00 $ 6,977.73 $6,977.73 EA 1.00 $ 6,857.08 $6,857.08 EA 1.00 $ 7,758.78 $7,758.78 EA 1.00 $ 7,718.89 $7,718.89 EA 1.00 $ 8,550.74 $8,550.74 EA 1.00 $ 16,545.39 $16,545.39 EA 1.00 $ 18,583.74 $18.583.74 EA 1.00 $ 16,837.49 $16,837.49 EA 1.00 $ 18,875.84 $18,875.84 EA 1.00 $ 17,662.99 $17,662.99 EA 1.00 $ 18,418.64 $18.418.64 EA 4.00 $ 1,103.00 $4,412.00 EA 1.00 $ 723.19 $723.19 EA 4.00 $ 200.47 $801.88 EA 6.00 $ 6,361.99 $38,171.94 LF 100.00 $ 10.43 $1.043.00 LF 50.00 $ 7.56 $378.00 LS 1.00 $4,000.00 $4,000.00 Sub Total: $409,188A2 t4tpJMiww.avcasbusa.comlergineerlob results bidlorm.aspx?abid=69228projeati&72118ccuid✓22a218submiti&10408isMentxdotalse 3/7 10/7/2015 www.civcastusacom/engineer/ob results bidform.aspx7obi&692284projeced=7211&c cui&2252188ubmiti&104061sMenual=ia[se Part C Item No. Description Unit Qty Unit Price Ext. Price C1 REMOVAL AND REPLACE GROUND BOXES EA 2.00 $ 923.52 51,847.04 C2 REMOVAL AND REPLACE CABLES LF 25.00 $ 11.06 5276.50 C3 REMOVAL OF SPAN CABLE ASSM LF 1000.00 $ 0.36 $360.00 C4 REMOVAL OF TIMBER POLES EA 2.00 $ 543.71 51,087.42 C5 REMOVAL OF SIGNAL HEAD ASSM EA 6.00 $ 240.11 $1,440.66 C6 INSTALL OF SIGNAL HEAD ASSM EA 6.00 $ 385.56 $2,313.36 C7 REMOVAL OF SIGNAL RELATED SIGNS EA 4.00 $ 22.81 591.24 C8 INSTALL OF SIGNAL RELATED SIGNS EA 4.00 $ 79.08 5316.32 C9 REMOVAL OF PEDESTRIAN PUSH BUTTONS EA 2.00 $ 24.01 $48.02 C10 INSTALL OF PEDESTRIAN PUSH BUTTONS EA 2.00 $ 102.74 5205.48 C11 REMOVAL OF TRAFFIC SIGNAL POLE FND LF 1.00 $ 720.32 5720.32 C12 INSTALL OF FND FOR GROUND MNT CABINETS EA 2.00 $ 2,873.35 55,746.70 C13 INSTALL OF CONTROL CABINET (GRND MNT) EA 18.00 $ 1,984.35 535,718.30 C14 INSTALL OF FLASHER CABINET EA 1.00 $ 1.023.92 $1.023.92 C15 INSTALL SIGNAL POLE ASSM EA 2.00 $ 1,264.03 52,528.08 C16 REMOVAL OF SIGNAL POLE ASSM EA 2.00 $ 720.32 $1,440.64 C17 REMOVAL OF PEDESTRAIN RAMPS EA 1.00 $ 720.32 $720.32 C18 REPLACE OF LUMINAIRE HEAD EA 2.00 $ 49758 5995.16 C19 INSTL PED POLE ASSM EA 2.00 $ 783.82 $1,567.64 C20 REMOVE PED POLE ASSM EA 2.00 $ 360.16 5720.32 C21 REPL 1T LED TRF SIG LAMP UNIT (RED) EA 4.00 $ 64.36 5257.44 C22 REPL 1r LED TRF SIG LAMP UNIT (AMBER) EA 4.00 $ 67.54 5270.16 C23 REPL 12' LED TRF SIG LAMP UNIT (GREEN) EA 4.00 $ 6650 5266.00 C24 REPL 1T LED TRF SIG LAMP UNIT (GRN ARW) EA 4.00 $ 67.36 $269.44 C25 REPL 12' LED TRF SIG LAMP UNIT (AMBER ARW) EA 4.00 $ 66.72 5266.88 C26 INSTALL LED TRAF SIG LAMP UNIT EA 2.00 $ 79.08 $158.16 C27 REROUTE CABLES LF 20.00 $ 90.04 $1.800.80 C28 INSTALL TRAFFIC CONTROLLER CABINET (CITY SUPPLIED) EA 15.00 $ 2,047.85 $30.717.75 C29 REPLACE MMU/CVM UNIT EA 40.00 $ 1,414.26 556,570.40 C30 REPLACE VEHICLE VIDEO IMAGE PROCESSOR SYSTEM EA 2.00 $ 5,722.92 511.445.84 C31 REPLACE VIVDS CAMERA (INCLUDES CABLE) EA 2.00 $ 1,167.80 $2.335.60 C32 CLEAN 8 INSPECT VIVDS CAMERA EA 5.00 $ 132.75 5663.75 C33 CLEAN & INSPECT CCTV CAMERA EA 1.00 $ 48.72 $48.72 Ittp://www.civcastusacornienglneerlob comlengineerlob results bidform.aspx70bid=69228prajedi&72118ccui&225218submili&10408IsManual=faire 4/7 10/7/2015 www.civcastusa.corn/engineer/ob results 6idfarm.aspx?obit=69228projectit=72118ccul&225218submiti&10408JsMamsal=false C34 INSTALL OR REPLACE CCTV CAMERA EA 1.00 $ 3,387.32 $3,387.32 C35 INSTALL DOWN GUY WITH GUARD AND ANCHOR EA 10.00 $ 733.02 $7,33020 C36 INSTALL SCREW IN STEEL PEDESTAL ANCHOR EA 2.00 $ 543.71 $1.087.42 C37 BATTERY BACKUP UNIT (BBU) PM EA 28.00 $ 102.74 $2,876.72 C38 CONTROLLER CABINET PM EA 30.00 $ 132.75 $3,982.50 C39 REPLACE TRAFFIC SIGNAL CONTROLLER UNIT EA 5.00 $ 239.06 81,195.30 C40 INSTALL OF SPAN CABLE ASSEMBLY LF 2000.00 $ 1.06 $2.120.00 ALLOWANCE FOR UNANTICIPATED IMPROVEMENTS C41 (MANDATORY) LS 1.00 $4.000.00 $4.000.00 (Fixed at $4,000.00) Sub Total: $190,217.82 Part D item No. Description Unit Qty Unit Price Ext. Price D1 REPLACE ABOVE -GROUND CONDUIT LF 10.00 $ 136.13 $1.361.30 D2 REPLACE UNDERGROUND CONDUIT LF 10.00 $ 71.84 $718.40 D3 REPLACE CONDUCTOR LF 20.00 $ 70.98 $1,419.60 D4 REPLACE TRAY CABLE LF 10.00 $ 71.32 $713.20 05 INSTALL ELECTRICAL SPLICE EA 10.00 $ 133.89 $1.338.90 06 REPLACE ROADWAY ILLUMINATION ASSEMBLY (HPS) EA 2.00 $ 1,048.32 $2,096.64 D7 REPLACE UNDERPASS LUMINAIRE (HPS) EA 2.00 $ 1,048.32 82,096.64 08 REPLACE INDUCTION FLOURESCENT FIXTURE EA 1.00 $ 106.54 $106.54 D9 REPLACE LUMINAIRE EA 2.00 $ 94.04 $188.08 D10 REPLACE HIGH MAST LUMINAIRES EA 2.00 $ 519.42 $1,038.84 011 REPLACE LUMINAIRE POLE EA 1.00 $ 992.07 $992.07 D12 REPLACE LUMINAIRE ARMS EA 1.00 $ 164.93 $164.93 013 MAINTAIN ROADWAY ILLUMINATION EA 2.00 $ 612.03 $1,224.06 D14 MAINTAIN HIGH MAST ILLUMINATION EA 2.00 $ 1,869.13 83,738.26 D15 MAINTAIN UNDERPASS FIXTURE EA 2.00 $ 1,162.70 $2.325.40 016 MAINTAIN INDUCTION FLUORESCENT FIXTURE EA 1.00 $ 1,152.70 $1,152.70 D17 PREVENTIVE MAINTENANCE (RDWAY ILL ASSY) EA 1.00 $ 612.03 $612.03 D18 PREVENTIVE MAINTENANCE (HIGH MAST ASSY) EA 1.00 $ 1,869.13 $1,869.13 D19 REPLACE ELECTRICAL SERVICE EA 1.00 $ 2,540.90 $2.540.90 O 20 INSTALL FOUNDATION EA 1.00 $ 1,818.25 $1,818.25 D21 REMOVE FOUNDATION EA 1.00 $ 401.26 $40126 O 22 REPLACE TRANSFORMER BASE EA 2.00 $ 644.42 $1.288.84 Mfpl/www.avcastusacom/engineerlob results bidfcrm.aspx?obit=6 8prajecti&72118.ccui&225218submi8d=10408isManual=false 5/7 10/7/2015 www.civcastusa.com/engineer/ob results bidform.3spoc?obic06922&projectid=721111<ccui&2252188ubmitid=1040&isManuai=false D23 REPLACE TRANSFORMER COVER EA 2.00 $ 127.05 $254.10 D24 REPLACE HAND HOLE COVER EA 2.00 $ 291.65 $583.30 D25 INSTALL GROUND ROD EA 2.00 $ 119.60 $23920 D26 REPLACE BALLAST EA 2.00 $ 241.18 $482.36 D27 REPLACE BALLAST (HIGH MAST LIGHTING) EA 2.00 $ 403.10 $806.20 D28 REPLACE FUSED DISCONNECT EA 2.00 $ 471.18 $942.36 D29 REPLACE LAMP SOCKET FOR POLE MOUNTED FIXTURES EA 2.00 $ 186.01 $372.02 D30 REPLACE LAMP SOCKET FOR UNDERPASS FIXTURES EA 2.00 $ 156.47 $312.94 D31 REPLACE LAMP FOR POLE MOUNTED FIXTURES EA 2.00 $ 157.89 8315.78 032 REPLACE LAMP FOR UNDERPASS FIXTURES EA 2.00 $ 157.89 $315.78 D33 REPLACE LAMP (HIGH MAST LIGHTING) EA 2.00 $ 246.51 $493.02 D34 REPLACE LENS EA 4.00 $ 232.89 $931.56 D35 REPLACE FUSE EA 4.00 $ 17023 $680.92 D36 REPLACE FUSE HOLDER EA 4.00 $ 193.35 $773.40 D37 REPLACE BREAKAWAY FUSE HOLDER EA 4.00 $ 247.10 $988.40 D38 REPLACE STARTING AID EA 2.00 $ 184.60 $369.20 D39 REPLACE PHOTOCELL AND BRACKET EA 1.00 $ 24618 $246.18 D40 REPLACE CONTROL TRANSFORMER FOR HIGH MAST EA 1.00 $ 1,016.92 $1.016.92 D41 REPLACE CONTROL TRANSFORMER FOR ELECT SERVICE EA 2.00 $ 1,016.92 $2,033.84 D42 REPLACE CONTROL CIRCUIT FOR HIGH MAST EA 1.00 $ 831.92 $831.92 D43 REPLACE CONTROL CIRCUIT FOR ELECTRICAL SERVICE EA 2.00 $ 831.92 $1,663.84 D44 REPLACE HAND -OFF -AUTO SWITCH EA 2.00 $ 404.14 $808.28 D45 REPLACE CONTACTOR EA 2.00 $ 602.43 $1.204.86 D46 REPLACE METER BASE EA 1.00 $ 268.48 $268.48 D47 REPLACE TIME CLOCK EA 2.00 $ 375.46 $750.92 D48 REPLACE BREAKER PANEL EA 1.00 $ 1,119.14 81,119.14 D49 REPLACE CIRCUIT BREAKER EA 2.00 $ 844.72 $1,689.44 D50 REPLACE FLEXIBLE POWER CABLE OR CORD LF 25.00 $ 73.46 $1,836.50 051 REPLACE TWIST LOCK CONNECTOR EA 5.00 $ 124.98 $624.90 O 52 REPLACE SAFETY CHAIN LF 25.00 $ 201.31 $5,032.75 O 53 RAISE AND LOWER RING (HIGH MAST LIGHTING) EA 4.00 $ 556.92 $2,227.68 D54 REPLACE MISSING NUTS, WASHERS ,OTHER HARDWARE EA 4.00 $ 376.85 $1,507.40 ALLOWANCE FOR UNANTICIPATED IMPROVEMENTS 055 (MANDATORY) LS 1.00 $4,000.00 $4,000.00 (Fixed at $4,000.00) Sub Total: 864.929.56 hGp//www.civcastusa.cem/engineer/cb results bidfarm.aspx?obid= &projecti&72118ccui&225218submiti&10408isManuai=false 6f7 1W7/2015 www.civcastusa.comiergirteer/ob results bicliorm.aspx?obici=69228.prajectid=72118cc.i&?25218submiticP10408dsMarwal=false Totals By Section Section Total Part A $57,150.00 Part B $409.188.42 Part C $190,217.82 Part D $64,929.56 Other (These items are not included in the bid total) 1001www.civcastusaccmiengineerlobsesultsbldiorm.aspx?obl&692281projectid=72118ccuid=225218submitid=10408 sManual=false 7n 0030 02 COMPLIANCE TO STATE LAW ON NONRESIDENT BIDDERS Chapter 2252 of the Texas Government Code applies to the award of government contract to nonresident bidders. This law provides that: "a government entity may not award a governmental contract to a nonresident bidder unless the nonresident underbids the lower bid submitted by a responsible resident bidder by an amount that is not less than the amount by which a resident bidder would be required to underbid the nonresident bidder to obtain a comparable contract in the state in which the nonresident's principal place of business is located." "Nonresident bidder" refers to a person who is not a resident of Texas. "Resident bidder" refers to a person whose principal place of business is in this state, including a contractor whose ultimate parent company or majority owner has its principal place of business in this state. Check the statement that is correct for Bidder. 0 Bidder qualifies as a nonresident bidder whose principal place of business or residency is in the State of El Bidder (includes parent company or majority owner) qualifies as a resident bidder whose prindpal place of business is in the State of Texas. The Owner will use the Information provided in the State of Texas Comptroller's annual publication of other states' laws on contracts to evaluate the Bids of nonresident Bidders. Bidder. Company Name: By: Name: Trtle: Business address: (typed or printed) ...r..:- .. .....1: 7.1r:i •.' :. .. - •-•., • il-- . (signature = attach evidence of authority t n Steven M. Teal Jr. /6.6‘ 3 ,4&Lc te, (typed or printed) Director of Service 9226 2BE.CAVE ROAW.BUIDDINCIVSUI TE)101 Aitcd\i, 766A Phone: 5:1:2243.7:400 Email: steven.teai@siemens.com END OF SECTION 003002-1 Compliance to State Law on Nonresident Bidders 11-25-2013 Traffic Signal and Street Lighting improvement indefinite Delivery, Indefinite Quantity (IDIQ) REBID- E15126 00 30 04 CONFLICT OF INTEREST QUESTIONNAIRE CONFLICT OF INTEREST QUESTIONNAIRE FORM CIQ For vendor or other parson doing business with local governmental entity This questionnaire reflects changes made to the taw by H.B. 1491, 90th Leg., Regular Session. This questionnaire is being tiled in accordance with Chapter 176, Local Government Code by a person who has a business relationship as defined by Section 176.001(1-a) with a Local• governmental entity and the person meets requirements under Section 176.006(a). By law this questionnaire must be filed with the records administrator of the focal governmental entity not later than the 7th business day after the date the person becomes aware of facts that require the statement to be Bled. See Section 176.006. Local Government Code. A person commits an offense if the person knowingly violates Section 176.006, Local Government Code. An offense under this section is a Class C misdemeanor. G�� rn OFFICE USE ONLY Data Rocnived -- _l Name of person who has a business relationship with Local governmental entity. Check this box if you are filing an update to a previously filed qutrstlonnaite. (The taw requires that you file an updated completed questionnaire with the appropriate tiling authority not later than the 7th business day after the date the originally tied questionnaire becomes incomplete or inaccurate.) Name of local government officer with whom filer has employment or business relationship. with whom the filer has an Code. Attach additional other than investment income. from or at the not received from the local respect to which the focal ki this section. Name of Officer This section (item 3 including subparts A, B, C 8 D) must be completed for each officer employment or other business relationship as defined by Section 176.001(1-a). Local Government pages to this Form CIO as necessary. A. Is the local government officer named in this section receiving or likely to receive taxable income. income, from the tiler of the questionnaire? Yes No B. Is the filer of the questionnaire recehring or l kety to receive taxable income. other than investment direction of the local government officer named in this section AND the taxable income is governmental entity? Yes No C. is the filer of this questionnaire employed by a corporation or other business entity with government officer serves as an officer or director. or holds an ownership of 10 percent or more? Yes No D. Desaxtbe each employment or business relationship with the local government officer named 4J ,--..:tit: •::•.'.: r ••';i :. _.', cal 1;;;:_:1 . . '.:AX:. : •. _ .:,:,.)-!.;:'li.s:. ;: • r r 1 ,:i .1: 1 ::s' i'% f?:ki.N r ii\ 1.,: t.S.! ii: -..1.11.1c,111:7 f:i i . ';', `.':i j .: tit::: :' 'f ..'1' !1:E.. :•:'•::::.' .: ''10/7/2015 Signature of person doing' business WU h 'governman el entity Date• Adopted 00/29/2007 00 30 05 City of Corpus Christi Disclosure of Interest City of Corpus Christi SUPPLIER NUMBER TO BE ASSIGNED BYCtTY— PURCHASING DIVISION CITY OF CORPUS CHRISTI DISCLOSURE OF INTEREST City of Corpus Christi Ordinance 171 12, as amended, requires all persons or firms seeking to do business with the City to provide the following information. Every question must be answered. If the question is not applicable, answer with "NA". See reverse side for Filing Requirements, Certifications and definitions. COMPANY NAME: N 1 t pieeit,5 rt.' } /,/..4712 y Tisk_ P. O. BOX: STREET ADDRESS: it (r 5-40 (41IZ eE/J7E2 artm CITY: hibt,6-7'0 t1/41 ZIP: 7r032_ FIRM IS: I. Corporation 4. Association 2. Partnership 5. Other 3. Sole Owner DISCLOSURE QUESTIONS If additional space is necessary, please use the reverse side of this page or attach separate sheet. 1. State the names of each "employee" of the City of Corpus Christi having an "ownership interest" constituting 3% or more of the ownership in the above named "firm." Name Job Title and City Department (if known) 2. State the names of each "official" of the City of Corpus Christi having an "ownership interest" constituting 3% or more of the ownership in the above named "firm." Name , jO kic Title 3. State the names of each "board member" of the City of Corpus Christi having an "ownership interest" constituting 3% or more of the ownership in the above named "firm." Name Board, Commission or Committee 4. State the names of each employee or officer of a "consultant" for the City of Corpus Christi who worked on any matter related to the subject of this contract and has an `ownership interest" constituting 3% or more of the ownership in the above named "firm." Name Consultant FILING REQUIREMENTS if a person who requests official action on a matter knows that the requested action will confer an economic benefit on any City official or employee that is distinguishable from the effect that the action will have on members of the public in general or a substantial segment thereof you shall disclose that fact in a signed writing to the City official, employee or body that has been requested to act in the matter, unless the interest of the City official or employee in the matter is apparent. The disclosure shall also be made in a signed writing filed with the City Secretary. [Ethics Ordinance Section 2-349 (d)] CERTIFICATION I certify that all information provided is true and correct as of the date of this statement, that i have not knowingly withheld disclosure of any utfonnation requested; and that supplemental statements will be prom submitted to the City of Corpus Christi, Texas as changes occur. Certifying Person: Steven M. Teal Jr. Title: Director of Service Mai ar Rku) Signature of Certifying Person: DEFINITIONS Date: 10/07/2015 a. "Hoard member." A member of any board, commission, or committee appointed by the City Council of the City of Corpus Christi, Texas. b. "Economic benefit". An action that is likely to affect an economic interest if it is likely to have an effect on that interest that is distinguishable from its effect on members of the public in general or a substantial segment thereof. c. "Employee." Any person employed by the City of Corpus Christi, Texas either on a full or part- time basis, but net as an independent contractor. d. "Firm." Any entity operated for economic gain, whether professional, industrial or commercial, and whether established to produce or deal with a product or service, including but not limited to, entities operated in the fonn of sole proprietorship, as self-employed person, partnership, corporation, joint stock company, joint venture, receivership or trust, and entities which for purposes of taxation are treated as non-profit organizations. e. "Official" The Mayor, members of the City Council, City Manager, Deputy City Manager, Assistant City Managers, Department and Division Heads, and Municipal Court Judges of the City of Corpus Christi, Texas. E "Ownership interest" Legal or equitable interest, whether actually or constructively held, in a firm, including when such interest is held through an agent, trust, estate, or holding entity. "Constructively held" refers to holdings or control established through voting trusts, proxies, or special tenors of venture or partnership agreements." g. "Consultant." Any person or firm, such as engineers and architects, hired by the City of Corpus Christi for the purpose of professional consultation and recommendation. 00 30 06 NON -COLLUSION CERTIFICATION STATE OF TEXAS COUNTY OF NUECES OWNER: City of Corpus Christi, Texas 1201 Leopard Street Corpus Christi, Texas 78401 CONTRACT: Traffic Signal and Street Llehtlne Improvements Indefinite Delivery. indefinite Quantity LIDIQ1 REBID Protect No. E15126 Bidder certifies that the it has not been a party to any collusion among Bidders in the restraint of freedom of competition by agreement to submit a Bid at a fixed price or to refrain from bidding; or with any official or employee of the Owner as to quantity, quality, or price in the prospective contract, or any other terms of said prospective contract; or in any discussion between Bidders and any offidal of the Owner concerning exchange of money or other thing of value for special consideration in the letting of a contract. Company Name: SWF.N N5. R J TaY Ing,,i'�'S By: Name: Title: (typed or printed) 41%."' .A (signature. --attach evidence of authority sign) Steven M. Teal Jr. Lei AAA. (,1e, (typed or printed) Director of Service A1V!.J ,) 3'4 Business address:9225 $EECAVE:ROAD;43i1I1sIDiYGLI:BUILEt01 Phone: AruXER.IiNx .7.4733 5124374300 Email: steven.tealesiemens.com END OF SECTION 003006-1 Non -Collusion Certiiicadon 11-25-2013 Traffic Signal and Street Lighting Improvements Indefinite Delivery, Indefinite Quantity {IDIQ) REBID -E15126 CERTIFICATE OF INTERESTED PARTIES FORM 1295 1 of 1 Complete Nos. 1 - 4 and 6 if there are interested parties. Complete Nos. 1, 2, 3, 5, and 6 if there are no interested parties. OFFICE USE ONLY CERTIFICATION OF FILING Certificate Number: 2016-1447 Date Filed: 01/07/2016 Date Acknowledged: /— 2 f- 701c2 ,g 1 Name of business entity filing form, and the city, state and country of the business entity's place of business. Siemens Industry Inc Houston, TX United States 2 Name of governmental entity or state agency that is a party to the contract for which the form is being filed. City of Corpus Christi 3 Provide the identification number used by the governmental entity or state agency to track or identify the contract, and provid a description of the goods or services to be provided under the contract. E15126 IDIQ Traffic Signal and Street Light Maintenance 4 Name of Interested Party City, State, Country (place of business) Nature of interest (check applicable) Controlling Intermediary Tucker, William Houston, TX United States X 5 Check only if there is NO Interested Party. ❑ 6 AFFIDAVIT I swear, or affirm, under penalty of perjury, That the above disclosure is true and correct. ` °`'"`;"'�t-- NIA uONES THOMAS '°'� °-_ Notary Public. State u' teras t _ / ', �_ , (— A, (/(/�I/Gt�'s' ,{/(�Ltj� ' 5.=�' My Commission Expires ••r'� '1,'.:-:" March 26, 2019 Signature of authorized agent of contracting business entity AFFIX NOTARY STAMP / SEAL ABOVE Sworn to and subscribed before me, by the said 7( , this the 7 day of III , t . ., 20 , to certify which, witness my hand and s al of office. Signature of officer administering oath Printed name of officer administering oath Title of officer administering oath Forms provided by Texas Ethics Commission www.ethics.state.tx.us Version V1.0.33598 00 6116 PAYMENT BOND BOND NO. 8239-69-27 / 9201279 Contractor as Principal Name: Siemens Industry, Inc. Mailing address (principal place of business): 16560 Air Center Blvd. Houston, TX 77032 Owner Name: City of Corpus Christi, Texas Mailing address (principal place of business): Engineering Services 1201 Leopard Street Corpus Christi, Texas 78469 Contract Project name and number: #E15126 Traffic Signal and Street Lighting Improvements IDIQ - ReBid Award Date of the Contract: January 12, 2016 Contract Price: 5721.485.80 Bond Date of Bond: January 22, 2016 (Date of Bond cannot be earlier than Award Date of Contract) Surety Name; Federal Insurance Company and Fidelity and Deposit Company of Maryland Mailing address (principal place of business): Federal Insurance Company 15 Mountain View Road, Warren, NJ 07059 AND Fidelity and Deposit Company of Maryland 1400 American Lane, Schaumburg, IL 60196 Physical address (principal place of business): Federal Insurance Company 15 Mountain View Road, Warren, NJ 07059 AND Fidelity and Deposit Company of Maryland 1400 American Lane, Schaumburg, IL 60196 Surety is a corporation organized and existing under the lawof the state of: FederalInsurance company - Indiana Fidelity and De osit of Maryland - Maryland By submitting this Bond, Surety affirms its authority to do business in the State of Texas and its license to execute bonds in the State of Texas. Telephone (main number): Federal Insurance Company - 908-903-2525 Fidelity and Deposit Company of Maryland - 800-987-3373 Telephone (for notice of claim): Federal Insu ce Company 908-903-2525 Fidelity and Deposit Company of Maryland - 800-987-3373 Local Agent for Surety Name: Marisol Mojica Address:445 South Street Morristown, NJ 07962 Telepho ne:973-401-5024 Email Address: Marisol.mojica@marsh.com The address of the surety company to which any notice of claim should be sent may be obtained from the Texas Dept. of Insurance by calling the following toll-free number: 1-800-252-3439 Payment Bond Form Proj E15126 Traffic Signal & Street Lighting Impr IDIQ ReBid 006116-1 7-8-2014 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 al! liabilities on this bond shall be determined in accordance with the provisions of said Chapter to the same extent as if it were copied at length herein. Venue shall lie exclusively in Nueces County, Texas for any legal action. Contractor as Principal Signature: eiat44:1 Name: (,�,!1)frAw% NL'/em_ Title: 2pii !ii 4,J4G IA Email Address: (41, l/ i f4P7,e Kt, @ "is e‘vrrJ Surety Federal Insurance Company and Fidelity and Deposit Company of Maryland Signature: Name: Cynthia L. Choren Title: Attorney -In -Fact Email Address: Cynthia.L.Choren@marsh.com (Attach Power of Attorney and place surety seal below) END OF SECTION Payment Bond Form Proj E15126 Traffic Signal & Street Lighting Impr IDIQ ReBid 006116-2 7-8-2014 STATE OF ACKNOWLEDGMENT BY SURETY Missouri City of 51. Louis On this 22" clay of January . 2016 , bclorc me personally appeared Cynthia L. Choren , known to me to be the Attorney -in -Fact of Federal Insurance Company and Fidelity and Deposit Company of Maryland , the corporation that executed the within instrument, and acknowledged to me that such corporation executed the same. IN WI'1'NFSS WIIEREOF, I have hereunto sct my hand and affixed my official seal, at my office in the aloresud County, tlic (lay grid year in this certificate first above written. My Commission Expires: September 16, 2019 (Seal) BP TTAt1Y D. CLAVIN Notary Public, Notary Seal State of Missouri Si. Louis County Commission # 15638336 My Commission E::)ires SepIc.rni.: 16, 2019 1 !/ Brittany ll. till Notary Public in the Statc of Missouri County of St. Louis Commission # 15638336 1 S-0230/GEEF 2/98 Chubb POWER Federal Insurance Company Attn: Surety Department OF Vigilant Insurance Company 15 Mountain View Road Surety ATTORNEY Pacific Indemnity Company Warren, NJ 07059 Know All by These Presents, That FEDERAL INSURANCE COMPANY, an Indiana corporation, VIGILANT INSURANCE COMPANY, a New York corporation, and PACIFIC INDEMNITY COMPANY, a Wisconsin corporation, do each hereby constitute and appoint Pamela A. Beelman, Cynthia L. Choren, Joann R. Frank, Sandra L. Ham, Nancy L. Johnson, Heidi A. Notheisen, Karen L. Roider and Debra C. Schneider of St. Louis, Missouri ----- each as their true and lawful Attorney- in- Fact to execute under such designation M their names and to affix their corporate seals to and deliver for and on their behatf as surety thereon or otherwise, bonds and undertakings auxd other writings obligatory in the nature thereof (other than ball bonds) given or executed in the course of business. and any instruments amending or attefing the same, and consents to the modification or alteration of any instrument referred to in said bonds or obligations. In Witness Whereof, said FEDERAL INSURANCE COMPAV, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY have each executed and attested these presents and affixed their corporate seals on this 21 day of May, 2014. M • 0110A) Dawn M. Chloros. Assistant Secretary STATE OF NEW JERSEY County of Somerset On this 21th day of May, 2014 before me, a Notary Public of New Jersey, personally came Dawn M. Chloros, to me known to be Assistant Secretary of FEDERAL INSURANCE COMPANY. VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY. the companies which executed the foregoing Power of Attorney, and the said Dawn M. Chloros, being by me duy sworn, did depose and say that she is Assistant Secretary of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY and known the corporate seals thereof, that the seals affixed to the foregoing Power of Attorney are such corporate seals and were thereto afroied by authority of the By- Laws of said Companies; and that she signed said Power of Attorney as Assistant Secretary of said Companies by like authority, and that she Is acquainted with David B. Norris. Jr., and knows him to be Vice President of said Companies; and that the signature of David B. Norris. Jr., subscribed to said Power of Attorney is in the genuine handwriting of David B. Norris. Jr.. and was thereto subscribed by authority of said By- Laws and in deponent's presence. Notarial Seal 36. KATHERINE 1 ADELAAR NOTARY PUBLIC Of NEW JERSEY No 2316685 Commission Expires July 16, 2014 CERTIFICATION Extract from the By- Laws of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY. and PACIFIC INDEMNITY COMPANY: 'Ail powers of attorney for and on behalf of the Company may and shall be executed in the name and on behatf of the Company. either by the Chairman or the President or a Vice President or an Assistant Vice President, jointly with the Secretary or an Assistant Secretary. under thea respective designations. The signature of such officers may be engraved. printed or lithographed. The signature of each of the following officers: Chairman, President, any Vice President, any Assistant Vice President. any Secretary, any Assistant Secretary and the seal of the Company may be affixed by facsimile to any power of attorney or to any certificate relating thereto appointing Assistant Secretaries or Attomeys- in- Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such power of attorney or certificate bearing such facsimile signature or facsimile seat shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding upon the Company with respect to any bond or undertaking to which it Is attached.' I, Dawn M. Chimes, Assistant Secretary of FEDERAL INSURANCE COMPANY. VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY (the "Companies') do hereby certify that (1) the foregoing extract of the By- Laws of the Companies is true and correct, (ii) the Companies are duly licensed and authorized to transact surety business in all 50 of the United States of America and the District of Columbia and are authorized by the U.S. Treasury Department; further. Federal and Vigilant are licensed in the U.S. Virgin Islands, and Federal is licensed in American Samoa. Guam. Puerto Rico. and each of the Provinces of Canada except Prince Edward island: and (iii) the foregoing Power of Attorney is true, correct and in full force and effect. Given under my hand and seals of said Companies at Warren, NJ this 22nd day of January, 2016. it )S) -M Dawn M. Chloros, Assistant Secretary IN THE EVENT YOU WISH TO NOTIFY U8 OF A CLAIM, VERIFY THE AUTHENTICITY OF THIS BOND OR NOTIFY US OF ANY OTHER MATTER, PLEASE CONTACT US AT ADDRESS LISTED ABOVE, OR BY Telephone (909) 903- 3493 Fen (908) 903- 3856 o.nwf: suroty thubb.00rn Form 15-10.02258-U GEN CONSENT (rev. 02-14) FEDERAL INSURANCE COMPANY STATEMENT OF ASSETS, LIABILITIES AND SURPLUS TO POLICYHOLDERS Statutory Basis DECEMBER 31, 2014 (in thousands of dollars) ASSETS Cash and Short Term Investments United States Government, State and Municipal Bonds Other Bonds Stocks Other Invested Assets TOTAL INVESTMENTS LIABILITIES AND SURPLUS TO POLICYHOLDERS $ 110,484 Outstanding Losses and Loss Expenses $ 12,181,139 Unearned Premiums 3,654,861 10,245,402 Ceded Reinsurance Premiums Payable 339,466 4,927,443 Provision for Reinsurance 46,470 1,066,355 Other Liabilities 1,434,018 1,365,367 17,715,051 TOTAL LIABILITIES 17,655,954 Investments in Affiliates: Chubb Investment Holdings, Inc. 3,565,038 Pacific Indemnity Company 2,922,214 Executive Risk Indemnity Inc 1,258,019 Chubb Insurance Investment Holdings Ltd1,162,709 CC Canada Holdings Ltd 652,880 Chubb Insurance Company of Australia Ltd_ 480,068 Great Northern Insurance Company 476,969 Vigilant Insurance Company 292,313 Chubb European Investment Holdings SLP287,633 Other Affiliates 517,330 Premiums Receivable 1,679,148 Other Assets 1,474,965 Capital Stock Paid -In Surplus Unassigned Funds SURPLUS TO POLICYHOLDERS 20,980 3,106,809 11,700,594 14,828,383 TOTAL LIABILITIES AND SURPLUS TOTAL ADMITTED ASSETS $ 32,484,337 TO POLICYHOLDERS $ 32,484,337 Investments are valued in accordance with requirements of the National Association of Insurance Commissioners. At December 31, 2014, investments with a carrying value of $518,199,884 were deposited with government authorities as required by law. State, County & City of New York, — ss: Yvonne Baker, Assistant Secretary of the Federal Insurance Company being duly sworn, deposes and says that the foregoing Statement of Assets, Liabilities and Surplus to Policyholders of said Federal Insurance Company on December 31, 2014 is true and correct and is a true abstract of the Annual Statement of said Company as filed with the Secretary of the Treasury of the United States for the 12 months ending December 31, 2014. Subscribed and sworn to before me this March 11, 2015. Notary Public JEANETTE SH1PSEY Notary Public, State of New York No. 02SH5074142 Qualified in Nassau County Commission Expires March 10, 2019 (Y/k47"1"--. Assistant Secretary 6 alefL.._ Form 15-10-0313A (Rev. 3/15) ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That the ZURICH AMERICAN INSURANCE COMPANY, a corporation of the State of New York, the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, a corporation of the State of Maryland, and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND a corporation of the State of Maryland (herein collectively called the "Companies"), by MICHAEL BOND, Vice President, in pursuance of authority granted by Article V, Section 8, of the By -Laws of said Companies, which are set forth on the reverse side hereof and are hereby certified to be in full force and effect on the date hereof, do hereby nominate, constitute, and appoint Pamela A. BEELMAN, Cynthia L. CHOREN, Heidi A. NOTHEISEN, Joann R. FRANK, Karen L. ROIDER, Debra C. SCHNEIDER, Sandra L. HAM and Nancy L. JOHNSON, all of St. Louis, Missouri, EACH its true and lawful agent and Attorney -in -Fact, to make, execute, seal and deliver, for, and on its behalf as surety, and as its act and deed: any and all bonds and undertakings, and the execution of such bonds or undertakings in pursuance of these presents, shall be as binding upon said Companies, as fully and amply, to all intents and purposes, as if they had been duly executed and acknowledged by the regularly elected officers of the ZURICH AMERICAN INSURANCE COMPANY at its office in New York, New York., the regularly elected officers of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at its office in Owings Mills, Maryland., and the regularly elected officers of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at its office in Owings Mills, Maryland., in their own proper persons. The said Vice President does hereby certify that the extract set forth on the reverse side hereof is a true copy of Article V, Section 8, of the By -Laws of said Companies, and is now in force. IN WITNESS WHEREOF, the said Vice -President has hereunto subscribed his/her names and affixed the Corporate Seals of the said ZURICH AMERICAN INSURANCE COMPANY, COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and FIDELITY AND DEPOSIT COMPANY OF MARYLAND, this 11th day of September, A.D. 2015. ATTEST: ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND , rttt S `'4. oto wi los1.44\ isea AL9 Secretary Vice President Eric D. Barnes Michael Bond State of Maryland County of Baltimore On this 1lth day of September, A.D. 2015, before the subscriber. a Notary Public of the State of Maryland. duly commissioned and qualified, MICHAEL BOND, Vice President, and ERIC D. BARNES, Secretary, of the Companies, to me personally known to be the individuals and officers described in and who executed the preceding instrument, and acknowledged the execution of same, and being by me duly sworn, deposeth and saith, that he/she is the said officer of the Company aforesaid, and that the seals affixed to the preceding instrument are the Corporate Seals of said Companies, and that the said Corporate Seals and the signature as such officer were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporations. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal the day and year first above written. Vito), '` / �i `•'%`��� t l �• ,JAG �� Maria D. Adamski, Notary Public My Commission Expires: July 8, 2019 POA -F 079-0626B EXTRACT FROM BY-LAWS OF THE COMPANIES "Article V, Section 8, Attorneys -in -Fact. The Chief Executive Officer, the President, or any Executive Vice President or Vice President may, by written instrument under the attested corporate seal, appoint attorneys -in -fact with authority to execute bonds, policies, recognizances, stipulations, undertakings, or other like instruments on behalf of the Company, and may authorize any officer or any such attorney-in-fact to affix the corporate seal thereto; and may with or without cause modify of revoke any such appointment or authority at any time." CERTIFICATE I, the undersigned, Vice President of the ZURICH AMERICAN INSURANCE COMPANY, the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, do hereby certify that the foregoing Power of Attorney is still in full force and effect on the date of this certificate; and I do further certify that Article V, Section 8, of the By -Laws of the Companies is still in force. This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the ZURICH AMERICAN INSURANCE COMPANY at a meeting duly called and held on the 15th day of December 1998. RESOLVED: "That the signature of the President or a Vice President and the attesting signature of a Secretary or an Assistant Secretary and the Seal of the Company may be affixed by facsimile on any Power of Attorney...Any such Power or any certificate thereof bearing such facsimile signature and seal shall be valid and binding on the Company." This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at a meeting duly called and held on the 5th day of May, 1994, and the following resolution of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on the 10th day of May, 1990. RESOLVED: "That the facsimile or mechanically reproduced seal of the company and facsimile or mechanically reproduced signature of any Vice -President, Secretary, or Assistant Secretary of the Company, whether made heretofore or hereafter, wherever appearing upon a certified copy of any power of attorney issued by the Company, shall be valid and binding upon the Company with the same force and effect as though manually affixed. IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seals of the said Companies, this 22niday of JI1Bry , 2016 01---N*8-‘s, *CA.: � d V,K(Li/ Thomas O. McClellan, Vice President FIDELITY AND DEPOSIT COMPANY OF MARYLAND 600 Red Brook Blvd., Suite 600, Owings Mills, MD 21117 Statement of Financial Condition As Of December 31, 2014 ASSETS Bonds $ 142,720,308 Stocks 21,816,223 Cash and Short Tenn Investments 2,077,768 Reinsurance Recoverable 10,375,303 Other Accounts Receivable 46,778,921 TOTAL ADMITTED ASSETS $ 223,768,523 LIABILITIES, SURPLUS AND OTHER FUNDS Reserve for Taxes and Expenses $ 1,321,332 Ceded Reinsurance Premiums Payable 49,965,411 Securities Lending Collateral Liability 4,009,064 TOTAL LIABILITIES $ 55,295,807 Capital Stock, Paid Up $ 5,000,000 Surplus 163,472,717 Surplus as regards Policyholders 168,472,716 TOTAL $ 223,768,523 Securities carried at $58,191,540 in the above statement are deposited with various states as required by law. Securities carried on the basis prescribed by the National Association of Insurance Commissioners. On the basis of market quotations for all bonds and stocks owned, the Company's total admitted assets at December 31, 2014 would be $227,936,393 and surplus as regards policyholders $172,640,586. I, DENNIS F. KERRIGAN, Corporate Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, do hereby certify that the foregoing statement is a correct exhibit of the assets and liabilities of the said Company on the 31st day of December, 2014. State of Illinois City of Schaumburg } SS: Subscribed and sworn to, before me, a Notary Public of the State of Illinois, in the City of Schaumburg, this 15th day of March, 2015. 4, Notary Public DARRYL JOINER OFFICIAL SEAL Notary Public - State at Illinois My Commission Expires February 24, 2018 00 6113 PERFORMANCE BOND BOND NO. 8239-69-2719201279 Contractor as Principal Name: Siemens Industry, Inc. Mailing address (principal place of business): 16560 Air Center Blvd Houston, TX 77032 Owner Name: City of Corpus Christi, Texas Mailing address (principal place of business): Engineering Services 1201 Leopard Street Corpus Christi, Texas 78469 Contract Project name and number: #E15126 Traffic Signal and Street Lighting Improvements IDIQ - ReBid Award Date of the Contract: January 12, 2016 Contract Price: 5721,485.80 Bond Date of Bond: January 22, 2016 (Date of Bond cannot be earlier than Award Date of the Contract) Surety Federal Insurance Company and Fidelity Name. and Deposit Company of Maryland Mailing address (principal place of business): Federal Insurance Company 15 Mountain View Road, Warren, NJ 07059 AND Fidelity and Deposit Company of Maryland 1400 American Lane, Schaumburg, IL 60196 Physical address (principal place of business): Federal Insurance Company 15 Mountain View Road, Warren, NJ 07059 AND Fidelity and Deposit Company of Maryland 1400 American Lane, Schaumburg, IL 60196 Surety is a corporation organized and existing under the laws of the state of: Federal Insurance Company - Indiana Fidelity and Deposit of Maryland - Maryland By submitting this Bond, Surety affirms its authority to do business in the State of Texas and its license to execute bonds in the State of Texas. Telephone (main number): Federal Insurance Company - 908-903-2525 Fidelity and Deposit Company of Maryland - 800-987-3373 Telephone (for notice of claim): Federal Insurance Company - 908-903-2525 Fidelity and Deposit Company of Maryland - 800-987-3373 Local Agent for Surety Name: Marisol Mojica Address:445 South Street Morristown, NJ 07962 Telephone: 973-401-5024 Email Address:Marisol.mojica a©marsh.com The address of the surety company to which any notice of claim should be sent may be obtained from the Texas Dept. of Insurance by calling the following toll-free number: 1-800-252-3439 Performance Bond Proj E15126 Traffic Signal & Street Lighting Impr IDIQ ReBid 006113-1 7-8-2014 Surety and Contractor, intending to be legally bound and obligated to Owner do each cause this Performance Bond to be duly executed on its behalf by its authorized officer, agent or representative. The Principal and Surety bind themselves, and their heirs, administrators, executors, successors and assigns, jointly and severally to this bond. The condition of this obligation is such that if the Contractor as Principal faithfully performs the Work required by the Contract then this obligation shall be null and void; otherwise the obligation is to remain in full force and effect. Provisions of the bond shall be pursuant to the terms and provisions of Chapter 2253 and Chapter 2269 of the Texas Government Code as amended and all liabilities on this bond shall be determined in accordance with the provisions of said Chapter to the same extent as if it were copied at length herein. Venue shall lie exclusively in Nueces County, Texas for any legal action. Contractor as Principalri'� Signature: W �i�L�,i(,fiGc— Name: tv1?6'/slW u CHeA. Title: Email Address: tAli!/ice. egegi.,..i z. Surety Federal Insurance Company and Fidelity and Deposit Company of Maryland htho,_ Signature: Name: Cynthia L. Choren Title: Attorney -In -Fact Email Address: Cynthia.L.Choren@@marsh.com (Attach Power of Attorney and place surety seal below) END OF SECTION Performance Bond Proj E15126 Traffic Signal & Street Lighting Impr IDIQ ReBid 006113-2 7-8-2014 S"I.1"17? OF ACKNOWLEDGMENT BY SURETY Missouri City of St. Louis 1 SS. 011 this 22' day of January appeared Cynthia L. Choren , 2016 , before me personally , known to me to be the Attorney -in -Fact of Federal Insurance Company and Fidelity and Deposit Company of Maryland , the corporation that executed the Nvitlllil instrument, and acknowledged to me thatsuch corporation executed the same. IN WITNESS WHEREOF, I have hereunto set my band and affixed my official seal, al my office in the aforesaid County, the day and year in this certificate first above written. My Commission Expires: September 16, 2019 (Seal) .m.d.:t�-urs•.- filtlIrAlrr D. CtAvlti Flolary Public. I1 lufy Seal Slate of Missouri 81. tour County Commission d/ 1 _638336 Mw Commission Expires Septernner 16, 2019 (I •, Nle Brittany 1). Clavin Notary Public in the State of Missouri County of St. Louis Commission # 1,5638336 S-0230/GEEF 2/98 Chubb Surety POWER Federal Insurance Company Attn: Surety Department OF Vigilant Insurance Company 15 Mountain View Road ATTORNEY Pacific Indemnity Company Warren, NJ 07059 Know All by These Presents, That FEDERAL INSURANCE COMPANY, an Indiana corporation, VIGILANT INSURANCE COMPANY, a New York corporation, and PACIFIC INDEMNITY COMPANY, a Wisconsin corporation, do each hereby constitute and appoint Pamela A. Beelman, Cynthia L. Choren, Joann R. Frank, Sandra L. Ham, Nancy L. Johnson, Heidi A. Notheisen, Karen L. Roider and Debra C. Schneider of St. Louis, Missouri each as their true and lawful Attorney- in- Fact to execute under such designation in their names and to affix their corporate seals to and deliver for and on their behalf as surety thereon or otherwise, bonds and undertakings and other writings obligatory in the nature thereof (other than bail bonds) given or executed in the course of business. and any instruments amending or altering the same, and consents to the modification or alteration of any Instrument referred to in said bonds or obligations. In Witness whereof, said FEDERAL INSURANCE COMPAV, VIGtLANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY have each executed and attested these presents and affixed their corporate seals on this 21 day of May, 2014. CthJTh. Dawn M. Chloros. Assistant Secretary STATE OF NEW JERSEY SS. County of Somerset On this 21th day of May, 2014 before me, a Notary Public of New Jersey, personally came Dawn M. Chloros, to me known to be Assistant Secretary of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY. the companies which executed the foregoing Power of Attorney, and the said Dawn M. Chloros, being by me duly swom, did depose and say that she is Assistant Secretary of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY and knows the corporate seals thereof, that the seals affixed to the foregoing Power of Attorney are such corporate seals and were thereto affixed by authority of the By- Laws of said Companies: and that she signed said Power of Attorney as Assistant Secretary of said Companies by like authority, and that she Is acquainted with David B. Norris, Jr., and knows him to be Vice President of said Companies; and that the signature of David B. Norris, Jr., subscribed to said Power of Attorney is in the genuine handwrtting of David B. Norris, Jr., and was thereto subscribed by authority of said By- Laws and in deponent's presence. Notarial Seal KATHERINE J. ADELAAR NOTARY PUBLIC OF NEW JERSEY 140 2316685 Commission Expiry July 16, 2014 CERTIFICATION Extract from the By- Laws of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY: 'All powers of attorney for and on behalf of the Company may and shall be executed in the name and on behalf of the Company, either by the Chairman or the President or a Vice President or an Assistant Vice President jointly with the Secretary or an Assistant Secretary, under their respective designations. The signature of such officers may be engraved. printed or lithographed. The signature of each of the following officers: Chairman, President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary and the seal of the Company may be affixed by facsimile to any power of attorney or to any certificate relating thereto appointing Assistant Secretaries or Attorneys- in- Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such power of attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding upon the Company with respect to any bond or undertaking 10 which it Is attached.' 1, Dawn M. Chloros, Assistant Secretary of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY (the "Companies') do hereby certify that (i) the foregoing extract of the By- Laws of the Companies is true and correct, (ii) the Companies are duly licensed and authorized to transact surety business in all 50 of the United States of America and the District of Columbia and are authorized by the U.S. Treasury Department; further, Federal and Vigilant are licensed in the U.S. Virgin Islands, and Federal Is licensed in American Samoa, Guam, Puerto Rico. and each of the Provinces of Canada except Prince Edward Island: and (ii) the foregoing Power of Attorney is true, correct and in full force and effect. Given under my hand and seals of said Companies at Warren, NJ this 22nd day of January, 2016. Dawn M. Chloros, Assistant Secretary IN THE EVENT YOU WISH TO NOTIFY US OF A CLAIM, VERIFY THE AUTHENTICITY OF THIS BOND OR NOTIFY US OF MY OTHER MATTER, PLEASE CONTACT US AT ADDRESS LISTED ABOVE- OR 6Y Telephone L908) 903- 3493 Fec {908) 903- 3656 a-rtwu. swo:ya,chotk own Fan 15-10- 02259- U GEN CONSENT (rev. 02-14) FEDERAL INSURANCE COMPANY STATEMENT OF ASSETS, LIABILITIES AND SURPLUS TO POLICYHOLDERS Statutory Basis DECEMBER 31, 2014 (in thousands of dollars) ASSETS Cash and Short Term Investments United States Government, State and Municipal Bonds Other Bonds Stocks Other Invested Assets TOTAL INVESTMENTS L!ABIL!TIES AND SURPLUS TO POLICYHOLDERS $ 110,484 Outstanding Losses and Loss Expenses $ 12,181,139 Unearned Premiums 3,654,861 10,245,402 Ceded Reinsurance Premiums Payable 339,466 4,927,443 Provision for Reinsurance 46,470 1,066,355 Other Liabilities 1,434,018 1,365,367 17,715,051 TOTAL LIABILITIES 17,655,954 Investments in Affiliates: Chubb Investment Holdings, Inc. 3,565,038 Pacific Indemnity Company 2,922,214 Executive Risk Indemnity Inc 1,258,019 Chubb Insurance Investment Holdings Ltd1,162,709 CC Canada Holdings Ltd 652,880 Chubb Insurance Company of Australia Ltd. 480,068 Great Northern Insurance Company 476,969 Vigilant Insurance Company 292,313 Chubb European Investment Holdings SLP 287,633 Other Affiliates 517,330 Premiums Receivable 1,679,148 Other Assets 1,474,965 Capital Stock Paid -In Surplus Unassigned Funds SURPLUS TO POLICYHOLDERS 20,980 3,106,809 11,700,594 14,828,383 TOTAL LIABILITIES AND SURPLUS TOTAL ADMITTED ASSETS $ 32,484,337 TO POLICYHOLDERS $ 32,484,337 Investments are valued in accordance with requirements of the National Association of Insurance Commissioners. At December 31, 2014, investments with a carrying value of $518,199,884 were deposited with government authorities as required by law. State, County & City of New York, — ss: Yvonne Baker, Assistant Secretary of the Federal Insurance Company being duly sworn, deposes and says that the foregoing Statement of Assets, Liabilities and Surplus to Policyholders of said Federal Insurance Company on December 31, 2014 is true and correct and is a true abstract of the Annual Statement of said Company as filed with the Secretary of the Treasury of the United States for the 12 months ending December 31, 2014. Subscribed and sworn to before me this March 11, 2015. /y .414.4t Notary Public JEANETTE SHIPSEY Notary Public, State of New York No. 02SH5074142 Qualified in Nassau County Commission Expires March 10, 2019 /4/47144-9*--. Assistant Secretary ialeA--_ Form 15-10-0313A (Rev. 3/15) ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That the ZURICH AMERICAN INSURANCE COMPANY, a corporation of the State of New York, the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, a corporation of the State of Maryland, and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND a corporation of the State of Maryland (herein collectively called the "Companies"), by MICHAEL BOND, Vice President, in pursuance of authority granted by Article V, Section 8, of the By -Laws of said Companies, which are set forth on the reverse side hereof and are hereby certified to be in full force and effect on the date hereof, do hereby nominate, constitute, and appoint Pamela A. BEELMAN, Cynthia L. CHOREN, Heidi A. NOTHEISEN, Joann R. FRANK, Karen L. ROIDER, Debra C. SCHNEIDER, Sandra L. HAM and Nancy L. JOHNSON, all of St. Louis, Missouri, EACH its true and lawful agent and Attorney -in -Fact, to make, execute, seal and deliver, for, and on its behalf as surety, and as its act and deed: any and all bonds and undertakings, and the execution of such bonds or undertakings in pursuance of these presents, shall be as binding upon said Companies, as fully and amply, to all intents and purposes, as if they had been duly executed and acknowledged by the regularly elected officers of the ZURICH AMERICAN INSURANCE COMPANY at its office in New York, New York., the regularly elected officers of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at its office in Owings Mills, Maryland., and the regularly elected officers of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at its office in Owings Mills, Maryland., in their own proper persons. The said Vice President does hereby certify that the extract set forth on the reverse side hereof is a true copy of Article V, Section 8, of the By -Laws of said Companies, and is now in force. IN WITNESS WHEREOF, the said Vice -President has hereunto subscribed his/her names and affixed the Corporate Seals of the said ZURICH AMERICAN INSURANCE COMPANY, COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and FIDELITY AND DEPOSIT COMPANY OF MARYLAND, this 1 l th day of September, A.D. 2015. ATTEST: ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND Secretary Vice President Eric D. Barnes Michael Bond State of Maryland County of Baltimore On this 1 lth day of September, A.D. 2015, before the subscriber, a Notary Public of the State of Maryland. duly commissioned and qualified. MICHAEL BOND, Vice President, and ERIC D. BARNES, Secretary, of the Companies, to me personally known to be the individuals and officers described in and who executed the preceding instrument, and acknowledged the execution of same. and being by me duly sworn, deposeth and saith, that he/she is the said officer of the Company aforesaid, and that the seals affixed to the preceding instrument are the Corporate Seals of said Companies, and that the said Corporate Seals and the signature as such officer were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporations. IN TESTIMONY WHEREOF, 1 have hereunto set my hand and affixed my Official Seal the day and year first above written. 0,011`til.11 vo,„ ``� .. �i'i Wits Maria D. Adamski, Notary Public My Commission Expires: July 8, 2019 POA -F 079-0626B EXTRACT FROM BY-LAWS OF THE COMPANIES "Article V, Section 8, Attorneys -in -Fact. The Chief Executive Officer, the President, or any Executive Vice President or Vice President may, by written instrument under the attested corporate seal, appoint attorneys -in -fact with authority to execute bonds, policies, recognizances, stipulations, undertakings, or other like instruments on behalf of the Company, and may authorize any officer or any such attorney-in-fact to affix the corporate seal thereto; and may with or without cause modify of revoke any such appointment or authority at any time." CERTIFICATE I, the undersigned, Vice President of the ZURICH AMERICAN INSURANCE COMPANY, the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, do hereby certify that the foregoing Power of Attorney is still in full force and effect on the date of this certificate; and I do further certify that Article V, Section 8, of the By -Laws of the Companies is still in force. This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the ZURICH AMERICAN INSURANCE COMPANY at a meeting duly called and held on the 15th day of December 1998. RESOLVED: "That the signature of the President or a Vice President and the attesting signature of a Secretary or an Assistant Secretary and the Seal of the Company may be affixed by facsimile on any Power of Attorney...Any such Power or any certificate thereof bearing such facsimile signature and seal shall be valid and binding on the Company." This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at a meeting duly called and held on the 5th day of May, 1994, and the following resolution of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on the 10th day of May, 1990. RESOLVED: "That the facsimile or mechanically reproduced seal of the company and facsimile or mechanically reproduced signature of any Vice -President, Secretary, or Assistant Secretary of the Company, whether made heretofore or hereafter, wherever appearing upon a certified copy of any power of attorney issued by the Company, shall be valid and binding upon the Company with the same force and effect as though manually affixed. I TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seals of the said Companies, this day of Y , 20 16 • Thomas O. McClellan;' Vice President FIDELITY AND DEPOSIT COMPANY OF MARYLAND 600 Red Broolc Blvd., Suite 600, Owings Mills, MD 21117 Statement of Financial Condition As Of December 31, 2014 ASSETS Bonds $ 142,720,308 Stocks 21,816,223 Cash and Short Term Investments 2,077,768 Reinsurance Recoverable 10,375,303 Other Accounts Receivable 46,778,921 TOTAL ADMI1 I ED ASSETS $ 223,768,523 LIABILITIES, SURPLUS AND OTHER FUNDS Reserve for Taxes and Expenses $ 1,321,332 Ceded Reinsurance Premiums Payable 49,965,411 Securities Lending Collateral Liability 4,009,064 TOTAL LIABILITIES $ 55,295,807 Capital Stock, Paid Up $ 5,000,000 Surplus 163,472,717 Surplus as regards Policyholders 168,472,716 TOTAL $ 223,768,523 Securities carried at $58,191,540 in the above statement are deposited with various states as required by law. Securities carried on the basis prescribed by the National Association of Insurance Commissioners. On the basis of market quotations for all bonds and stocks owned, the Company's total admitted assets at December 31, 2014 would be $227,936,393 and surplus as regards policyholders $172,640,586. I, DENNIS F. KERRIGAN, Corporate Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, do hereby certify that the foregoing statement is a correct exhibit of the assets and liabilities of the said Company on the 31st day of December, 2014. State of Illinois City of Schaumburg } SS: omorate Secretary Subscribed and sworn to, before me, a Notary Public of the State of Illinois, in the City of Schaumburg, this 15th day of March, 2015. Notary Public DARRYL JOINER OFFICIAL SEAL Notary Pobtic - State of Illinois My Commission Expires February 24, 2018 A`R d CERTIFICATE OF LIABILITY INSURANCE DATE(MM/DDIYYYY) 01/27/2016 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 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 MARSH USA, INC. 445 SOUTH STREET MORRISTOWN, NJ 07960-6454 100129 -SII -INC. -15/16 SII MSMIT NOC60 CONTACT PHO: PHONE o. Ext1: FAX Not: E-MAIL ADDRESS: INSURER(S) AFFORDING COVERAGE NAIC 0 INSURER A : HDI -Gerling America Insurance Company 41343 INSUREDINSURER SIEMENS INDUSTRY, INC. 1000 DEERFIELD PARKWAY BUFFALO GROVE, IL 60089-4513 B : The Travelers Indemnity Company 25658 INSURER c : Travelers Property Casualty Co. of America 25674 INSURER D : OCCUR INSURER E : INSURER F : COVERAGES CERTIFICATE NUMBER: NYC -008279204-03 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 LTR TYPE OF INSURANCE ADD l INSD UBR WVD POLICY NUMBER (MMIDD/YYYYI (MMIDDIYYYYJ LIMITS A X ( COMMERCIAL GENERAL LIABILITY GLD1110107 10/01/2015 10/01/2016 EACH OCCURRENCE 1,000,000 CLAIMS -MADE X OCCUR —DAMAGE TO PREM SES EaREoccu D nce) _$ $ 1,000,000 MED EXP (Any one person) $ 100,000 PERSONAL & ADV INJURY $ 1,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ 10,000,000 X POLICY PRO- JECT LOC PRODUCTS-COMP/OPAGG s INCL. OTHER. $ C AUTOMOBILE LABILITY TC2JCAP7440L34A15 10/01/2015 10/01/2016 COMBINED SINGLE LIMIT (Ea accident) S 2,000,030 X I ANY AUTO BODILY INJURY (Per person) S N/A X ALL OWNED AUTAUTOS SCHEDULED BODILY INJURY (Per accident) S N/A X H R OD AUTOS X AUTOS PRPR(PeOPERTY j DAMAGE $ N/A $ A X UMBRELLA LIAB X OCCUR ICUD1110207 10/01/2015 10/01/2016 I 1 EACH OCCURRENCE s 1,500,000 EXCESS LIAB CLAIMS -MADE AGGREGATE $ 1,500,000 DED : RETENT ONS $ C WORKERS COMPENSATION TC2JUB7440L27115 (AOS) 10/01/2015 110/01/2016 X I PEATUTE 1 I OERH B AND EMPLOYERS' LIABIUTY ANY PROPRIETOR/PARTNER/EXECUTIVE Y 1 N N TRKUB7440L28315 (AZ, MA, OR & WI)10/01/2015 ;10/01/2016 E.L. EACH ACCIDENT s 1,000,000 OFFICER/MEMBER EXCLUDED? (Mandatory in NH) NIA E.L. DISEASE - EA EMPLOYEE S 1,000,000 It yes, descnbe under DESCRIPTION OF OPERATIONS below E.L. DISEASE - POLICY LIMIT $ 1,000,000 DESCRIPTION OF OPERATIONS 1 LOCATIONS 1 VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached If more space is required) RE: E15126 TRAFFIC SIGNAL AND STREET LIGHTING IMPROVEMENTS (IDIQ) REBID SEE ATTACHED CERTIFICATE HOLDER CANCELLATION CITY OF CORPUS CHRISTI ATTN:SYLVIAARRIAGA 3833 SOUTH STAPLES ST. SUITE N214 CORPUS CHRISTI, TX 78411 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE of Marsh USA Inc. Manashi Mukherjee _1Vt-avuD I.a- ACORD 25 (2014101) © 1988-2014 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD ACO AGENCY CUSTOMER ID: 100129 LOC #: Morristown ADDITIONAL REMARKS SCHEDULE Page 2 of 2 AGENCY MARSH USA, INC. NAMED INSURED SIEMENS INDUSTRY, INC. 1000 DEERFIELD PARKWAY BUFFALO GROVE, IL 60089-4513 POLICY NUMBER 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 RE: E15126 TRAFFIC SIGNAL AND STREET LIGHTING IMPROVEMENTS (1010) REBID CITY OF CORPUS CHRISTI, MALDONADO-BURKETT INTELLIGENT TRANSPORTATION SYSTEMS, LLP, AND ENGINEERS, ARCHITECTS OR SURVEYORS NOT ENGAGED BY THE NAMED INSURED IF REQUIRED BY CONTRACT ARE HEREBY ADDITIONAL INSURED AS OBLIGATED UNDER CONTRACT UNDER THE REFERENCED GENERAL LIABILITY AND AUTOMOBILE LIABILITY INSURANCE POLICIES. SUCH INSURANCE AS IS AFFORDED BY THE ADDITIONAL INSURED ENDORSEMENT SHALL APPLY AS PRIMARY INSURANCE & OTHER INSURANCE MAINTAINED BY THE CERTIFICATE HOLDER SHALL BE EXCESS ONLY & NOT CONTRIBUTING WITH INSURANCE PROVIDED UNDER THIS POLICY. WAIVER OF SUBROGATION IS EFFECTUAL $1,000,000 PROFESSIONAL LIABILITY IS INCLUDED UNDER THE GENERAL LIABILITY POLICY AND 5500,000 IS INCLUDED UNDER THE UMBRELLA LIABILITY POLICY. IF THESE POLICIES ARE CANCELLED FOR ANY REASON OTHER THAN NON-PAYMENT OF PREMIUM, THE INSURER WILL DELIVER NOTICE OF CANCELLATION TO THE CERTIFICATE HOLDER UP TO 60 DAYS PRIOR TO THE CANCELLATION OR AS REQUIRED BY WRITTEN CONTRACT, WHICHEVER IS LESS. ACORD 101 (2008/01) © 2008 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD HDI-GERLING AMERICA INSURANCE COMPANY MANUSCRIPT ENDORSEMENT # 34 Policy Number GLD11101-07 Named Insured SIEMENS CORPORATION Policy Period: Inception (M -D -Y) Expiration (M -D -Y) 10-01-2015 10-01-2016 Effective Date and Time of Endorsement 10-01-2015 12:01 a.m. Standard Time at Address of the Insured. This Endorsement Changes The Policy. Please Read it Carefully. BLANKET ADDITIONAL INSURED This endorsement modifies insurance provided under the following: Commercial General Liability Coverage Form Who is an insured is amended to include as an insured any person whom you are required to add as an additional insured on this policy under a written agreement. The insurance coverage provided to such additional insured applies only to the extent required within the written agreement. The insurance coverage provided to the additional insured person shall not provide any broader coverage than you are required to provide to the additional insured person in the written agreement and shall not provide limits of insurance that exceed the lower of the Limits of Insurance provided to you in this policy, or the limits of insurance you are required to provide in the written agreement. The insurance provided to the additional insured by this endorsement is excess over any valid and collectible other insurance, whether primary, excess, contingent, or on any other basis, that is available to the additional insured for a loss we cover under this endorsem ent. However, if the written agreement specifically requires that this insurance apply on a primary basis, this insurance is primary. If the written agreement specifically requires this insurance apply on a primary and non-contributory basis this insurance is primary to other insurance available to the additional insured and we will not share with that other insurance. This endorsement shall prevail over additional insured endorsements that may apply under this policy unless required otherwise in the written agreement. Authorized Representative All terms and conditions of the policy remain unchanged. THIS ENDORSEMENT MUST BE ATTACHED TO A CHANGE ENDORSEMENT WHEN ISSUED AFTER THE POLICY IS WRITTEN. Page ... POLICY NUMBER: GLD11101-07 COMMERCIAL GENERAL LIABILITY CG 24 04 05 09 WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART SCHEDULE Name Of Person Or Organization: ANY PERSON OR ORGANIZATION TO THE EXTENT REQUIRED BY WRITTEN CONTRACT Information required to complete this Schedule, if not shown above, will be shown in the Declarations. The following is added to Paragraph 8. Transfer Of Rights Of Recovery Against Others To Us of Section IV — Conditions: We waive any right of recovery we may have against the person or organization shown in the Schedule above because of payments we make for injury or damage arising out of your ongoing operations or "your work" done under a contract with that person or organization and included in the "products - completed operations hazard". This waiver applies only to the person or organization shown in the Schedule above. CG 24 04 05 09 © Insurance Services Office, Inc., 2008 Page 1 of 1 0 POLICY NUMBER: TC2J-CAP-7440L34A-TIL-15 COMMERCIAL AUTO ISSUE DATE: 09-09-15 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. DESIGNATED INSURED FOR COVERED AUTOS LIABILITY COVERAGE This endorsement modifies insurance provided under the following: AUTO DEALERS COVERAGE FORM BUSINESS AUTO COVERAGE FORM MOTOR CARRIER COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modi- fied by this endorsement. This endorsement identifies person(s) or organization(s) who are "insureds" for Covered Autos Liability Coverage under the Who Is An Insured provision of the Coverage Form. This endorsement does not alter coverage pro- vided in the Coverage Form. SCHEDULE Name Of Person(s) Or Organization(s): ANY PERSON OR ORGANIZATION WHOM YOU HAVE AGREED TO ADD AS ADDITIONAL INSURED, BUT ONLY TO COVERAGE AND MINIMUM LIMITS REQUIRED IN A WRITTEN CONTRACT Information required to complete this Schedule, if not shown above, will be shown in the Declarations. Each person or organization shown in the Schedule is an "insured" for Covered Autos Liability Coverage, but only to the extent that person or organization qualifies as an "insured" under the Who Is An Insured provi- sion contained in Paragraph A.1. of Section 11 — Cov- CA 2048 10 13 ered Autos Liability Coverage in the Business Auto and Motor Carrier Coverage Forms and Paragraph D.2. of Section I — Covered Autos Coverages of the Auto Dealers Coverage Form. © Insurance Services Office, Inc., 2011 Page 1 of 1 POLICY NUMBER: TC2J-CAP-7440L34A-TIL-15 COMMERCIAL AUTO THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. BLANKET WAIVER OF SUBROGATION This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM GARAGE COVERAGE FORM MOTOR CARRIER COVERAGE FORM TRUCKERS COVERAGE FORM With respect to coverage provided by this endorse- ment, the provisions of the Coverage Form apply unless modified by the endorsement. Paragraph 5. Transfer of Rights Of Recovery Against Others To Us of the CONDITIONS section is replaced by the following: 5. Transfer Of Rights Of Recovery Against Oth- ers To Us We waive any right of recovery we may have against any person or organization to the extent CAT3400808 required of you by a written contract executed prior to any "accident" or "loss", provided that the "accident" or "loss" arises out of the operations contemplated by such contract. The waiver ap- plies only to the person or organization desig- nated in such contract. © 2008 The Travelers Companies, Inc. Page 1 of 1 TRAVELERS) WORKERS COMPENSATION AND EMPLOYERS LIABILITY POLICY ENDORSEMENT WC 00 03 13 (00)_ POLICY NUMBER: TC2JUB-7440L27-1-15 WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT We have the right to recover our payments from anyone liable for an injury covered by this policy. We not enforce our right against the person or organization named in the Schedule. (This agreement applies only to the extent that you perform work under a written contract that requires you to obtain this agreement from us.) This agreement shall not operate directly or indirectly to benefit any one not named in the Schedule. SCHEDULE DESIGNATED PERSON: DESIGNATED ORGANIZATION: ANY PERSON OR ORGANIZATION FOR WHOM A r,AIVER OF SUBROGATION IS REQUIRED BY CONTRACT OR AGREEMENT OR PERMIT, BUT COVERAGE IS LIMITED TO THE SCOPE OF THE T1ORK PERFORMED BY THE INSURED UNDER SUCH CONTRACT, AGREEMENT OR PERMIT. DATE OF ISSUE: 09-14-15 ST ASSIGN: WORKERS COMPENSATION AND EMPLOYERS LIABILITY POLICY ENDORSEMENT WC 99 06 03 (00) POLICY NUMBER: TC2JUB-7440L27-1-15 GENERAL PURPOSE ENDORSEMENT NOTICE OF CANCELLATION TO DESIGNATED PERSONS OR ORGANIZATIONS The following is added to PART SIX — CONDITIONS: Notice Of Cancellation To Designated Persons Or Organizations If we cancel this policy for any reason other than non-payment of premium by you, we will provide notice of such cancellation to each person or organization designated in the Schedule below. We will mail or deliver such notice to each person or organization at its listed address at least the number of days shown for that person or organization before the cancellation is to take effect. You are responsible for providing us with the information necessary to accurately complete the Schedule below. If we cannot mail or deliver a notice of cancellation to a designated person or organization because the name or address of such designated person or organization provided to us is not accurate or complete, we have no responsibility to mail, deliver or otherwise notify such designated person or organization of the cancellation. SCHEDULE Name and Address of Designated Persons or Organizations: Any person or organization to whom you have agreed in a written contract that notice of cancellation of this policy will be given, but only if: 1. You see to it that we receive written request to provide such notice, including the name and address of such person or organization, after the first Named Insured receives notice from us of the cancellation of this policy; and 2. We receive such written request at least 14 days before the beginning of the applicable number of days shown in this endorsement. Number of Days Notice 60 All other terms and conditions of this policy remain unchanged. COPYRIGHT 2013 The Travelers Indemnity Company. All rights reserved. DATE OF ISSUE: 09-14-15 ST ASSIGN: Page 1 of 1 POLICY NUMBER: GLD11101-07 IL SU 4004 (10-10) HDI-GERLING AMERICA INSURANCE COMPANY THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. NOTICE OF CANCELLATION AMENDMENT SCHEDULE Name, Address and E -Mail Address of Other Person(s) / Organization(s): Number of Days Notice: Per schedule on file with the Company, 60 Days, or as required by contract, whichever is less (If no entry appears above, the information required to complete this endorsement will be shown in the Declarations as applicable to this endorsement.) I. If we cancel this policy by notice to you for any statutorily permitted reason other than nonpayment of premium, we shall endeavor to mail, e-mail or deliver a copy of such written notice of cancellation to the person(s) or organization(s) shown in the Schedule above. II. A copy of the notice, per paragraph I. above, will be mailed, e-mailed or delivered: 1. To the appropriate addresses corresponding to the person(s) or organization(s) shown in the Schedule above; and 2. The number of days required for notice of cancellation, as provided in paragraph A.2. of the Common Policy Conditions or as amended by an applicable state cancellation endorsement or by the date as shown in the Schedule above. III. Our failure to provide such advance notification to the person(s) or organization(s) shown in the Schedule of this endorsement will not extend any policy cancellation date nor negate any cancellation of the policy. All other terms and conditions of this policy remain unchanged. Page 1 of 1 IL SU 4004 (10-10) POLICY NUMBER: TC2J-CAP-7440L34A-TIL-15 ISSUE DATE: 09-09-15 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. DESIGNATED ENTITY - NOTICE OF CANCELLATION/NONRENEWAL PROVIDED BY US This endorsement modifies insurance provided under the following: ALL COVERAGE PARTS INCLUDED IN THIS POLICY SCHEDULE CANCELLATION: NONRENEWAL: Number of Days Notice of Cancellation: 60 Number of Days Notice of Nonrenewal: N/A PERSON OR ORGANIZATION: ANY PERSON OR ORGANIZATION TO WHOM YOU HAVE AGREED IN A WRITTEN CONTRACT THAT NOTICE OF CANCELLATION OF THIS POLICY WILL BE GIVEN, BUT ONLY IF: YOU SEE TO IT THAT WE RECEIVE WRITTEN REQUEST TO PROVIDE SUCH NOTICE, INCLUDING THE NAME AND ADDRESS OF SUCH PERSON OR ORGANAZATION, AFTER THE FIRST NAMED INSURED RECEIVES NOTICE FROM US OF TEE CANCELLATION OF THIS POLICY; AND 2. WE RECEIVE SUCH WRITTEN REQUEST AT LEAST 14 DAYS BEFORE THE BEGINNING OF THE APPLICABLE NUMBER OF DAYS SHOWN IN THIS ENDORSEMENT. ADDRESS: PROVISIONS: A. If we cancel this policy for any statutorily permit- ted reason other than nonpayment of premium, and a number of days is shown for cancellation in the schedule above, we will mail notice of cancel- lation to the person or organization shown in the schedule above. We will mail such notice to the address shown in the schedule above at least the number of days shown for cancellation in the schedule above before the effective date of can- cellation. ILT4001209 B. If we decide to not renew this policy for any statu- torily permitted reason, and a number of days is shown for nonrenewal in the schedule above, we will mail notice of the nonrenewal to the person or organization shown in the schedule above. We will mail such notice to the address shown in the schedule above at least the number of days shown for nonrenewal in the schedule above be- fore the expiration date. 0 2009 The Travelers Indemnity Company Page 1 of 1 SHEET INDEX DESCRIPTION -._ _ _ _ i CONSULTANT'S SHEET No. SOLI POtIICIO County CALL BEFORE YOU DIG! SHEET NUMBER SHEET TITLE ������� l • ��l " C..- ��' r S �� �' a M o p0"-- o' .0o < W M U �; T ., �+r4 II ,�S'• z Ill �* ic����� = /� 1 TITLE SHEET INDEX NG LONESTA� 831 ISI V PARTICIPANTS REQUEST 48 HOURS NOTICE BEFORE VU 0m, ORII.1. OR BIAS! -STOP AND CAU. 2 TESTING SCHEDULE FACS RNER Knowwhatobelow. CaII before eon dig. 811 3-4 ESTIMATED QUANTITIES SUMMARY 5-6 DELIVERY ORDER #1 ESTIMATED & QUANTITIES SUMMARY 7 PROJECT LOCATION AND WORK DESCRIPTION F.M. 624 THE LONE STAR NOTIFICATION COMPANY 8 ELECTRICAL SERVICE DATA 9 GENERAL NOTES `� AT 1-800-669-8344 DELIVERY ORDER (j1 _ LAYOUT h//e,L _ NUECES BAY 101-12 3 _ 99 3 & CFOP 4,P0 es COU�y/,,14-16 \ ../ 1$ © S.ASTAPES ST. 0 ANNAPOLISMDR.TENANCE 13 0 ®PARKRRD 22 IDGE T® BALL! PARK ENTRANCE 17-19 0p PARK RD 22 0 20 © ACCESS ROAD 4 OVERHEAD FLASHER DETAILS 21 SIGN DETAILS ROA Sho CORPUS CHRISTI BAY 22-23 CONSTRUCTION DETAILS I MALDONADO - BURKETT INTELLIGENT TRANSPORTATION SYSTEMS, LLP 3833 SOUTH STAPLES STREET SUITE N214 CORPUS CHRIST. TEXAS 78411 PH. 13611 236-4611 www.mblhproup.com TBPE REG. a F-10258 ,,, W a § C hO�ne, 24 CABINET EXTENSION DETAILS .` I 25-36 * BC (1)-14 THRU BC (12)-14 (TxDot STANDARD) qq I-__`- 37 * WZ (BTS-1)-13 (TxDot STANDARD) g C.3 IAr�, I DELIVERY ORDER #1 O&O 38 * WZ (BTS-2)-13 (Tx Dot STANDARD) 39-43 * ED (1)-14 THRU ED (5)-14 (TxDot STANDARD) AGNES 44 * ED (8)-14 (TxDot STANDARD) HWY 44 z ��. 45 * WV & IZ-14 (TxDot STANDARD) Y o j rt1 46 * SP-100(1)-12 (TxDot STANDARD) s s CORPUS CHRISTI w INTERNATIONAL g AIRPORT BEAR \ , • ` ��►� �, PROJECT LOCATIONS( THIS PROJECT COVERS ENTIRE 47 * SP-100(2)-12 TxDot STANDARD) 48-52 * LMA (1)-12 THRU LMA (5)-12 (Tx Dot STANDARD) 53 * SMA-100(1)-12 (TxDot STANDARD) I�k CITY LIMITS OF CORPUS CHRISTI. 54 * SM--100(2)-12 (TxDotTANSTANDARD) W. POINT' THIS IS AN IDIQ PROJECT WITH DELIVERY 55 * MA-C-12 (TxDot STANDARD) N , `` ', ORDERS ISSUED THROUGHOUT THE LIFE OF THE PROJECT. 56 * MA-D-12 (TxDot STANDARD) 57 * LUM-A 12 (TxDot STANDARD) w 5000 0 5000 10000 15000 O`p 58 * MA-DPD-12 (TxDot STANDARD) `��59 * TS-FD 12 (TxDot STANDARD)IIF , , , GRAPHIC SCALE " ©. affil filly ` PO4 a4 *, off' �\ �0.7� r C9Y0 �I `X44.. � OSO 41 F.U. 4314 60 * TS-CF-04 (TxDot STANDARD) 61 * RFBA-13 (Tx Dot STANDARD) 62 * SPRFBA(1)-13 (TxDot STANDARD) 63 * RID(LUM1)-07 (TxDot STANDARD) 64 * RID(LUM2)-07 (TxDot STANDARD) 65 * RID(FND)-11 (TxDot STANDARD) 66 * RID(UP)-14 (TxDot STANDARD) 67 * RID(IF)-68 198((TxOot �r DESCRIPTION !REVISION NO. CITY of CORP TEXA! Department of Cal _ °±4 �� Z 4 Q� * HMIP(1) DotSTANDARD) STANDARD) Q 69 * HMIP(2)-98 (Tx Dot STANDARD) N' 70-78 * HMID(1)-03 THRU HMID(9)-03 (Tx Dot STANDARD) 79 * HMIF(1)-98 (TxDot STANDARD) DELIVERY ORDER #1 VARIOUS 0CATIONS 1 v, �� 0©• d y ! 80 * HMIF(2)-98 (Tx Dot STANDARD) X04 TRAFFIC SIGNAL AND STREET LIGHTING IMPROVEMENTS INDEFINITE DELIVERY, INDEFINITE QUANTITY (IDIO)-REBID TITLE SHEET INDEX FM 2444 ' fp,co co Ow4 rz7�0,c 404l R THE TXDOT STANDARD SHEETS SPECIFICALLY IDENTIFIED ON Creek , THE SHEET INDEX WITH AN ASTERISK (*) HAVE BEEN Q ISSUED BY ME AND ARE APPLICABLE TO THIS PROJECT. I DELIVERY ORDER #1 --tC 9/11/15 I ®&0 RAMON H. MALDONADO, P.E. DATE PLANS FOR TRAFFIC SIGNAL AND STREET LIGHTING IMPROVEMENTS-INDEFINITE DELIVER Y, Q INDEFINITE QUANTITY (ID/Q)-REBID CITY PROJECT NO. E15126 PREPARED BY: MALDONADO—BURKETT ITS, LLP m g SHEET 1 of 80 3833 SOUTH STAPLES STREET SUITE N214 CORPUS CHRISTI, TEXAS 78411 RE O OST ON:RECORD fls i 1r o of C rogroms Do DRAWING NO. STR 915 z 4 i CITY PROJECT .1 E15126 2 SCHEDULETESTING DESCRIPTION RATE QUANTITYEST. CONCRETE: DAY) 28 & 14, 7, COMPRESSION, (UNCONFINED GUTTER/CURB & CURB C&G/CURB LF 500PER - RAMPS CURB AND SIDEWALKS SF 4000PER - DRIVEWAYS SF 2500PER - INLETS GRATE & POST CURB, EACH 6PER - (CAST-IN-PLACE) CULVERTS BOX LF 100PER - WINGWALLS EACHPER - (CAST-IN-PLACE) MANHOLES STORM EACH 2PER - S.E.T.s & APRONS RIPRAP, SF 4000PER - BASE/FOOTING MANHOLE EACH 10PER - PAVEMENT: CONCRETERIGID DAY) 28 & (7 STRENGTH COMPRESSION DAY OR SY 2500PER - DAY) 28 & (7 STRENGTH (BEAM) FLEXURAL DAY OR SY 2500PER - CONTENT AIR DAY OR SY 2500PER - SLUMP DAY OR SY 2500PER - CONDUCT TO RIGHT THE RESERVES ENGINEER THE GUIDELINES, ANTICIPATED ONLY ARE RATES TESTING ABOVE THE1. INCLUDED. NOT ARE FAILURES FOR RE-TEST DISCRETION. ENGINEER'S THE AT TESTING ADDITIONAL TEST. DENSITY WITH INCLUDED BE TO CONTENTS MOISTURE2. PERIOD DRY OR RAIN EXCESSIVE IF REQUIRED. BE WILL TESTS ADDITIONAL FAILURES, OF EVENT THE IN3. NECESSARY. AS RE-TESTS ORDER MAY CITY THE SECTION. TESTED PREVIOUSLY A ON OCCURS T E S T I N G S C H E D U L E M A L D O N A D O - B U R K E T T I N T E L L I G E N T T R A N S P O R T A T I O N S Y S T E M S , L L P E15126 T B P E R E G . # F - 1 0 2 5 8 P H . ( 3 6 1 ) 2 3 6 - 4 6 1 1 w w w . m b i t s g r o u p .c o m C O R P U S C H R I S T , T E X A S 7 8 4 1 1 3 8 3 3 S O U T H S T A P L E S S T R E E T S U I T E N 2 1 4 80 STR 915 9 6 7 6 3 PROFESS I O N A L E N G I N E E R S T A T E O F T E X AS L I C E N S E D R A M O N H . M A L D O N A D O , J R . I N D E F I N I T E Q U A N T I T Y ( I D I Q ) - R E B I D I M P R O V E M E N T S I N D E F I N I T E D E L I V E R Y , T R A F F I C S I G N A L A N D S T R E E T L I G H T I N G C I T Y o f C O R P U S C H R I S T I T E X A S CITY PROJECT # RECORD DRAWING NO. SHEET of CONSULTANT'S SHEET No. B Y D A T E D E S C R I P T I O N R E V I S I O N N O . B Y D A T E D E S C R I P T I O N R E V I S I O N N O . D e p a r t m e n t o f C a p i t a l P r o g r a m s 9 / 1 1 / 1 5 S H E E T 1 O F 2 E S T I M A T E D Q U A N T I T I E S S U M M A R Y 3 BID FORM CONTRACT PROJECT NUMBER E15126 IMPROVEMENTS-INDEFINITE DELIVERY, INDEFINITE QUANTITY (IDIQ) - REBID CITY-WIDE TRAFFIC=SIGNAL AND STREET LIGHTING PAYMENT) FOR BASIS AND MEASUREMENT 01 29 01 SECTION (per General - APart ITEM NO SPEC DESCRIPTION UNIT QUANTITY ESTIMATED A1 - AMOUNT) BID TOTAL OF 5% EXCEED TO(NOT MOBILIZATION/DEMOBILIZATION/BONDS/INSURANCE LS 1 A2 502 STREET ARTERIAL PER PLACES INCOMPLETE REMOVAL, AND MAINTENANCE SET-UP CONTROL;TRAFFIC EA 15 PAYMENT) FOR BASIS ANDMEASUREMENT 01 29 01 SECTION (per IMPROVEMENTS ILLUMINATION & SIGNAL TRAFFIC - BPart ITEM NO SPEC DESCRIPTION UNIT QUANTITY ESTIMATED B1 416 IN) (24 POLE) SIG (TRF SHAFTDRILL LF 6 B2 416 IN) (30 POLE) SIG (TRF SHAFTDRILL LF 11 B3 416 IN) (36 POLE) SIG (TRF SHAFTDRILL LF 43 B4 416 IN) (42 POLE) SIG (TRF SHAFTDRILL LF 17 B5 416 IN) (48 POLE) SIG (TRF SHAFTDRILL LF 22 B6 432 C) (CONC)(CLRIPRAP CY 2 B7 610 S (150W) 1) (TY (U/P) AM IL RDIN EA 2 B8 610 (150W) IF) (TY (U/P) AM IL RDIN EA 2 B9 610 S (.4KW) 50B-8 SA) (TY IL RDIN EA 2 B10 618 1/2") (1 40) (SCH (PVC)CONDT LF 40 B11 618 (2") 40) (SCHD (PVC)CONDT LF 20 B12 618 (BORE) (2") 40) (SCHD (PVC)CONDT LF 20 B13 618 (3") 40) (SCHD (PVC)CONDT LF 65 B14 618 (BORE) (3") 40) (SCHD (PVC)CONDT LF 120 B15 618 (4") 40) (SCHD (PVC)CONDT LF 40 B16 618 (BORE) (4") 40) (SCHD (PVC)CONDT LF 40 B17 618 (3/4") (RM)CONDT LF 10 B18 618 (1") (RM)CONDT LF 10 B19 618 (2") (RM)CONDT LF 10 B20 618 1/2") (1 (RM)CONDT LF 100 B21 620 BARE (NO.10) CONDRELEC LF 50 B22 620 INSULATED (NO.10) CONDRELEC LF 100 B23 620 BARE (NO.8) CONDRELEC LF 100 B24 620 INSULATED (NO.8) CONDRELEC LF 285 B25 620 BARE (NO.6) CONDRELEC LF 100 B26 620 INSULATED (NO.6) CONDRELEC LF 200 B27 620 BARE (NO.4) CONDRELEC LF 25 B28 620 INSULATED (NO.4) CONDRELEC LF 50 B29 621 AWG) (12 CONDR) (3 CABLETRAY LF 25 B30 624 (122311) A TY BOXGROUND EA 1 B31 624 (122311)W/APRON A TY BOXGROUND EA 1 B32 624 (162911) C TY BOXGROUND EA 1 B33 624 (162911)W/APRON C TY BOXGROUND EA 4 B34 627 FT 40 2) (CL POLETIMBER EA 1 B35 628 (NS)SS(E)TS(O) 060 120/240 D TY SRVELC EA 1 B36 628 (NS)GS(N)TS(O) 000 120/240 T TY SRVELC EA 4 B37 628 SERVICES ELECTRICALREMOVE EA 1 B38 - CABINET WITH SUPPLY POWERUNINTERRUPTIBLE EA 1 B39 - 6S)(LED) SIGN(ILSN EA 2 B40 - 8S)(LED) SIGN(ILSN EA 2 B41 655 FOUNDATIONCONTROLLER EA 1 B42 680 BEACON) (FLASH SIG TRF HWYINSTALL EA 2 B43 680 (ISOLATED) SIG TRF HWYINSTALL EA 1 B44 680 SIGNALS TRAFFICREMOVING EA 1 B45 682 (12")LED(GRN) SEC SIGVEH EA 10 B46 682 ARW) (12")LED(GRN SEC SIGVEH EA 5 B47 682 (12")LED(YEL) SEC SIGVEH EA 15 B48 682 ARW) (12")LED(YEL SEC SIGVEH EA 5 B49 682 (12")LED(RED) SEC SIGVEH EA 15 B50 682 ARW) (12")LED(RED SEC SIGVEH EA 5 B51 682 SEC) (3 IN) (12 PLATEBACK EA 2 B52 682 SEC) (4 IN) (12 PLATEBACK EA 2 B53 682 SEC) (5 IN) (12 PLATEBACK EA 2 B54 683 (LED)(COUNTDOWN) SEC SIGPED EA 4 B55 684 CONDR) (2 AWG) (12 A) (TY CBL SIGTRF LF 100 B56 684 CONDR) AWG)(4 A)(14 (TY CBL SIGTRF LF 1200 B57 684 CONDR) AWG)(7 A)(14 (TY CBL SIGTRF LF 50 B58 684 CONDR) AWG)(16 A)(14 (TY CBL SIGTRF LF 100 B59 685 ASSEMBLY BEACON FLASH RDSDINSTALL EA 1 B60 685 ASSEMBLY BEACON FLASH RDSDRELOCATE EA 1 B61 685 ASSEMBLY BEACON FLASH RDSDREMOVE EA 1 B62 685 PWRD) (SOLAR ASSM BCN FLSH RDSDINSTL EA 1 B63 685 PWRD) (SOLAR AM BCN FLSH RDSDRELOCT EA 1 B64 686 (RELOCATE) ASSEM POLE SIGTRAFFIC EA 1 B65 686 ARM(32') AM(S)1 PL SIG TRFINS EA 1 B66 686 ARM(32')LUM AM(S)1 PL SIG TRFINS EA 1 B67 686 ARM(36') AM(S)1 PL SIG TRFINS EA 1 B68 686 ARM(36')LUM AM(S)1 PL SIG TRFINS EA 1 B69 686 ARM(40') AM(S)1 PL SIG TRFINS EA 1 B70 686 ARM(40')LUM AM(S)1 PL SIG TRFINS EA 1 B71 686 ARM(44') AM(S)1 PL SIG TRFINS EA 1 B72 686 ARM(44')LUM AM(S)1 PL SIG TRFINS EA 1 B73 686 ARM(50') AM(S)1 PL SIG TRFINS EA 1 B74 686 ARM(50')LUM AM(S)1 PL SIG TRFINS EA 1 B75 686 ARM(55') AM(S)1 PL SIG TRFINS EA 1 B76 686 ARM(55')LUM AM(S)1 PL SIG TRFINS EA 1 B77 686 ARM(60') AM(S)1 PL SIG TRFINS EA 1 B78 686 ARM(60')LUM AM(S)1 PL SIG TRFINS EA 1 B79 687 ASSEMBLY POLEPED EA 4 B80 688 POLE BUTTON PUSHPEDESTRIAN EA 1 B81 688 (APS) BUTTON PUSH DETECTPED EA 4 B82 - DETECTOR PRESENCERADAR EA 6 B83 - CABLE COMM DETECTOR PRESENCERADAR LF 100 B84 - 5 CAT CABLEETHERNET LF 50 B85 - B) (PART (MANDATORY) IMPROVEMENTS UNANTICIPATED FORCONTINGENCY LS 1 PAYMENT) FOR BASIS ANDMEASUREMENT 01 29 01 SECTION (per IMPROVEMENTS ILLUMINATION & SIGNAL TRAFFIC - BPart ITEM NO SPEC DESCRIPTION UNIT QUANTITY ESTIMATED M A L D O N A D O - B U R K E T T I N T E L L I G E N T T R A N S P O R T A T I O N S Y S T E M S , L L P E15126 T B P E R E G . # F - 1 0 2 5 8 P H . ( 3 6 1 ) 2 3 6 - 4 6 1 1 w w w . m b i t s g r o u p .c o m C O R P U S C H R I S T , T E X A S 7 8 4 1 1 3 8 3 3 S O U T H S T A P L E S S T R E E T S U I T E N 2 1 4 80 STR 915 9 6 7 6 3 PROFESS I O N A L E N G I N E E R S T A T E O F T E X AS L I C E N S E D R A M O N H . M A L D O N A D O , J R . I N D E F I N I T E Q U A N T I T Y ( I D I Q ) - R E B I D I M P R O V E M E N T S I N D E F I N I T E D E L I V E R Y , T R A F F I C S I G N A L A N D S T R E E T L I G H T I N G C I T Y o f C O R P U S C H R I S T I T E X A S CITY PROJECT # RECORD DRAWING NO. SHEET of CONSULTANT'S SHEET No. B Y D A T E D E S C R I P T I O N R E V I S I O N N O . B Y D A T E D E S C R I P T I O N R E V I S I O N N O . D e p a r t m e n t o f C a p i t a l P r o g r a m s 9 / 1 1 / 1 5 E S T I M A T E D Q U A N T I T I E S S U M M A R Y S H E E T 2 O F 2 4 BID FORM CONTRACT PROJECT NUMBER E15126 IMPROVEMENTS-INDEFINITE DELIVERY, INDEFINITE QUANTITY (IDIQ) - REBID CITY-WIDE TRAFFIC=SIGNAL AND STREET LIGHTING PAYMENT) FORBASIS AND MEASUREMENT 01 29 01 SECTION (per MAINTENANCE ILLUMINATION - DPart ITEM NO SPEC DESCRIPTION UNIT QUANTITY ESTIMATED D1 6000 CONDUIT ABOVE-GROUNDREPLACE LF 10 D2 6000 CONDUIT UNDERGROUNDREPLACE LF 10 D3 6000 CONDUCTORREPLACE LF 20 D4 6000 CABLE TRAYREPLACE LF 10 D5 6000 SPLICE ELECTRICALINSTALL EA 10 D6 6000 (HPS) ASSEMBLY ILLUMINATION ROADWAYREPLACE EA 2 D7 6000 (HPS) LUMINAIRE UNDERPASSREPLACE EA 2 D8 6000 FIXTURE FLOURESCENT INDUCTIONREPLACE EA 1 D9 6000 LUMINAIREREPLACE EA 2 D10 6000 LUMINAIRES MAST HIGHREPLACE EA 2 D11 6000 POLE LUMINAIREREPLACE EA 1 D12 6000 ARMS LUMINAIREREPLACE EA 1 D13 6000 ILLUMINATION ROADWAYMAINTAIN EA 2 D14 6000 ILLUMINATION MAST HIGHMAINTAIN EA 2 D15 6000 FIXTURE UNDERPASSMAINTAIN EA 2 D16 6000 FIXTURE FLUORESCENT INDUCTIONMAINTAIN EA 1 D17 6000 ASSY) ILL (RDWAY MAINTENANCEPREVENTIVE EA 1 D18 6000 ASSY) MAST (HIGH MAINTENANCEPREVENTIVE EA 1 D19 6000 SERVICE ELECTRICALREPLACE EA 1 D20 6000 FOUNDATIONINSTALL EA 1 D21 6000 FOUNDATIONREMOVE EA 1 D22 6000 BASE TRANSFORMERREPLACE EA 2 D23 6000 COVER TRANSFORMERREPLACE EA 2 D24 6000 COVER HOLE HANDREPLACE EA 2 D25 6000 ROD GROUNDINSTALL EA 2 D26 6000 BALLASTREPLACE EA 2 D27 6000 LIGHTING) MAST (HIGH BALLASTREPLACE EA 2 D28 6000 DISCONNECT FUSEDREPLACE EA 2 D29 6000 FIXTURES MOUNTED POLE FOR SOCKET LAMPREPLACE EA 2 D30 6000 FIXTURES UNDERPASS FOR SOCKET LAMPREPLACE EA 2 D31 6000 FIXTURES MOUNTED POLE FOR LAMPREPLACE EA 2 D32 6000 FIXTURES UNDERPASS FOR LAMPREPLACE EA 2 D33 6000 LIGHTING) MAST (HIGH LAMPREPLACE EA 2 D34 6000 LENSREPLACE EA 4 D35 6000 FUSEREPLACE EA 4 D36 6000 HOLDER FUSEREPLACE EA 4 D37 6000 HOLDER FUSE BREAKAWAYREPLACE EA 4 D38 6000 AID STARTINGREPLACE EA 2 D39 6000 BRACKET AND PHOTOCELLREPLACE EA 1 D40 6000 MAST HIGH FOR TRANSFORMER CONTROLREPLACE EA 1 D41 6000 SERVICE ELECTRICAL FOR TRANSFORMER CONTROLREPLACE EA 2 D42 6000 MAST HIGH FOR CIRCUIT CONTROLREPLACE EA 1 D43 6000 SERVICE ELECTRICAL FOR CIRCUIT CONTROLREPLACE EA 2 D44 6000 SWITCH HAND-OFF-AUTOREPLACE EA 2 D45 6000 CONTACTORREPLACE EA 2 D46 6000 BASE METERREPLACE EA 1 D47 6000 CLOCK TIMEREPLACE EA 2 D48 6000 PANEL BREAKERREPLACE EA 1 D49 6000 BREAKER CIRCUITREPLACE EA 2 D50 6000 CORD OR CABLE POWER FLEXIBLEREPLACE LF 25 D51 6000 CONNECTOR LOCK TWISTREPLACE EA 5 D52 6000 CHAIN SAFETYREPLACE LF 25 D53 6000 LIGHTING) MAST (HIGH RING LOWER ANDRAISE EA 4 D54 6000 HARDWARE OTHER AND WASHERS, NUTS, MISSINGREPLACE EA 4 D55 - D) (PART (MANDATORY) IMPROVEMENTS UNANTICIPATED FORCONTINGENCY LS 1 PAYMENT) FOR BASISAND MEASUREMENT 01 29 01 SECTION (per SIGNALS TRAFFIC OF MAINTENANCE - CPart ITEM NO SPEC DESCRIPTION UNIT QUANTITY ESTIMATED C1 690 BOXES GROUND OF REPLACE ANDREMOVAL EA 2 C2 690 CABLES OF REPLACE ANDREMOVAL LF 25 C3 690 ASSM CABLE SPAN OFREMOVAL LF 1000 C4 690 POLES TIMBER OFREMOVAL EA 2 C5 690 ASSM HEAD SIGNAL OFREMOVAL EA 6 C6 690 ASSM HEAD SIGNAL OFINSTALL EA 6 C7 690 SIGNS RELATED SIGNAL OFREMOVAL EA 4 C8 690 SIGNS RELATED SIGNAL OFINSTALL EA 4 C9 690 BUTTONS PUSH PEDESTRIAN OFREMOVAL EA 2 C10 690 BUTTONS PUSH PEDESTRIAN OFINSTALL EA 2 C11 690 FND POLE SIGNAL TRAFFIC OFREMOVAL LF 1 C12 690 CABINETS MNT GROUND FOR FND OFINSTALL EA 2 C13 690 MNT) (GRND CABINET CONTROL OFINSTALL EA 18 C14 690 CABINET FLASHER OFINSTALL EA 1 C15 690 ASSEMBLIES POLE SIGNALINSTALL EA 2 C16 690 ASSM POLE SIGNAL OFREMOVAL EA 1 C17 690 RAMPS PEDESTRIAN OFREMOVAL EA 2 C18 690 HEAD LUMINAIRE OFREPLACE EA 2 C19 690 ASSM POLE PEDINSTL EA 2 C20 690 ASSM POLE PEDREMOVE EA 4 C21 690 (RED) UNIT LAMP SIG TRF LED 12"REPL EA 4 C22 690 (AMBER) UNIT LAMP SIG TRF LED 12"REPL EA 4 C23 690 (GREEN) UNIT LAMP SIG TRF LED 12"REPL EA 4 C24 690 ARW) UNIT(GRN LAMP SIG TRF LED 12"REPL EA 4 C25 690 ARW) UNIT(AMBER LAMP SIG TRF LED 12"REP EA 4 C26 690 UNIT LAMP SIG TRAF LEDINSTALL EA 2 C27 690 CABLESREROUTE LF 20 C28 690 SUPPLIED) (CITY CABINET CONTROLLER TRAFFICINSTALL EA 15 C29 690 UNIT MMU/CVMREPLACE EA 40 C30 690 SYSTEM PROCESSOR IMAGE VIDEO VEHICLEREPLACE EA 2 C31 690 CABLE) (INCLUDES CAMERA VIVDSREPLACE EA 2 C32 690 CAMERA VIVDS INSPECT &CLEAN EA 5 C33 690 CAMERA CCTV INSPECT &CLEAN EA 1 C34 690 CAMERA CCTV REPLACE ORINSTALL EA 1 C35 690 ANCHOR AND GUARD WITH GUY DOWNINSTALL EA 10 C36 690 ANCHOR PEDESTAL STEEL IN SCREWINSTALL EA 2 C37 690 PM (BBU) UNIT UP BACKBATTERY EA 28 C38 690 PM CABINETCONTROLLER EA 30 C39 690 UNIT CONTROLLER SIGNAL TRAFFICREPLACE EA 5 C40 690 ASSEMBLY CABLE WIRE OFINSTALL LF 2000 C41 - C) (PART (MANDATORY) IMPROVEMENTS UNANTICIPATED FORCONTINGENCY LS 1 M A L D O N A D O - B U R K E T T I N T E L L I G E N T T R A N S P O R T A T I O N S Y S T E M S , L L P E15126 T B P E R E G . # F - 1 0 2 5 8 P H . ( 3 6 1 ) 2 3 6 - 4 6 1 1 w w w . m b i t s g r o u p .c o m C O R P U S C H R I S T , T E X A S 7 8 4 1 1 3 8 3 3 S O U T H S T A P L E S S T R E E T S U I T E N 2 1 4 80 STR 915 9 6 7 6 3 PROFESS I O N A L E N G I N E E R S T A T E O F T E X AS L I C E N S E D R A M O N H . M A L D O N A D O , J R . I N D E F I N I T E Q U A N T I T Y ( I D I Q ) - R E B I D I M P R O V E M E N T S I N D E F I N I T E D E L I V E R Y , T R A F F I C S I G N A L A N D S T R E E T L I G H T I N G C I T Y o f C O R P U S C H R I S T I T E X A S CITY PROJECT # RECORD DRAWING NO. SHEET of CONSULTANT'S SHEET No. B Y D A T E D E S C R I P T I O N R E V I S I O N N O . B Y D A T E D E S C R I P T I O N R E V I S I O N N O . D e p a r t m e n t o f C a p i t a l P r o g r a m s 9 / 1 1 / 1 5 BID FORM (DELIVERY ORDER #1-YEAR 1) S H E E T 1 O F 2 E S T I M A T E D Q U A N T I T I E S S U M M A R Y D E L I V E R Y O R D E R # 1 5 PROJECT NUMBER E15126 IMPROVEMENTS-INDEFINITE DELIVERY, INDEFINITE QUANTITY (IDIQ) - REBID CITY-WIDE TRAFFIC=SIGNAL AND STREET LIGHTING PAYMENT) FOR BASIS AND MEASUREMENT 01 29 01 SECTION (per General - APart ITEM NO SPEC DESCRIPTION UNIT QUANTITY ESTIMATED A1 - AMOUNT) BID TOTAL OF 5% EXCEED TO(NOT MOBILIZATION/DEMOBILIZATION/BONDS/INSURANCE LS 1 A2 502 STREET ARTERIAL PER PLACES INCOMPLETE REMOVAL, AND MAINTENANCE SET-UP CONTROL;TRAFFIC EA 12 PAYMENT) FOR BASIS ANDMEASUREMENT 01 29 01 SECTION (per IMPROVEMENTS ILLUMINATION & SIGNAL TRAFFIC - BPart ITEM NO SPEC DESCRIPTION UNIT QUANTITY ESTIMATED B1 416 IN) (24 POLE) SIG (TRF SHAFTDRILL LF B2 416 IN) (30 POLE) SIG (TRF SHAFTDRILL LF B3 416 IN) (36 POLE) SIG (TRF SHAFTDRILL LF 13 B4 416 IN) (42 POLE) SIG (TRF SHAFTDRILL LF B5 416 IN) (48 POLE) SIG (TRF SHAFTDRILL LF B6 432 C) (CONC)(CLRIPRAP CY B7 610 S (150W) 1) (TY (U/P) AM IL RDIN EA B8 610 (150W) IF) (TY (U/P) AM IL RDIN EA B9 610 S (.4KW) 50B-8 SA) (TY IL RDIN EA B10 618 1/2") (1 40) (SCH (PVC)CONDT LF B11 618 (2") 40) (SCHD (PVC)CONDT LF 20 B12 618 (BORE) (2") 40) (SCHD (PVC)CONDT LF B13 618 (3") 40) (SCHD (PVC)CONDT LF 25 B14 618 (BORE) (3") 40) (SCHD (PVC)CONDT LF 55 B15 618 (4") 40) (SCHD (PVC)CONDT LF B16 618 (BORE) (4") 40) (SCHD (PVC)CONDT LF B17 618 (3/4") (RM)CONDT LF B18 618 (1") (RM)CONDT LF B19 618 (2") (RM)CONDT LF B20 618 1/2") (1 (RM)CONDT LF B21 620 BARE (NO.10) CONDRELEC LF B22 620 INSULATED (NO.10) CONDRELEC LF B23 620 BARE (NO.8) CONDRELEC LF 85 B24 620 INSULATED (NO.8) CONDRELEC LF B25 620 BARE (NO.6) CONDRELEC LF 25 B26 620 INSULATED (NO.6) CONDRELEC LF 50 B27 620 BARE (NO.4) CONDRELEC LF B28 620 INSULATED (NO.4) CONDRELEC LF B29 621 AWG) (12 CONDR) (3 CABLETRAY LF B30 624 (122311) A TY BOXGROUND EA B31 624 (122311)W/APRON A TY BOXGROUND EA B32 624 (162911) C TY BOXGROUND EA B33 624 (162911)W/APRON C TY BOXGROUND EA 2 B34 627 FT 40 2) (CL POLETIMBER EA B35 628 (NS)SS(E)TS(O) 060 120/240 D TY SRVELC EA B36 628 (NS)GS(N)TS(O) 000 120/240 T TY SRVELC EA 3 B37 628 SERVICES ELECTRICALREMOVE EA B38 - CABINET WITH SUPPLY POWERUNINTERRUPTIBLE EA B39 - 6S)(LED) SIGN(ILSN EA B40 - 8S)(LED) SIGN(ILSN EA B41 655 FOUNDATIONCONTROLLER EA B42 680 BEACON) (FLASH SIG TRF HWYINSTALL EA 2 B43 680 (ISOLATED) SIG TRF HWYINSTALL EA B44 680 SIGNALS TRAFFICREMOVING EA B45 682 (12")LED(GRN) SEC SIGVEH EA 2 B46 682 ARW) (12")LED(GRN SEC SIGVEH EA B47 682 (12")LED(YEL) SEC SIGVEH EA 12 B48 682 ARW) (12")LED(YEL SEC SIGVEH EA B49 682 (12")LED(RED) SEC SIGVEH EA 8 B50 682 ARW) (12")LED(RED SEC SIGVEH EA B51 682 SEC) (3 IN) (12 PLATEBACK EA 2 B52 682 SEC) (4 IN) (12 PLATEBACK EA B53 682 SEC) (5 IN) (12 PLATEBACK EA B54 683 (LED)(COUNTDOWN) SEC SIGPED EA B55 684 CONDR) (2 AWG) (12 A) (TY CBL SIGTRF LF B56 684 CONDR) AWG)(4 A)(14 (TY CBL SIGTRF LF 925 B57 684 CONDR) AWG)(7 A)(14 (TY CBL SIGTRF LF B58 684 CONDR) AWG)(16 A)(14 (TY CBL SIGTRF LF 25 B59 685 ASSEMBLY BEACON FLASH RDSDINSTALL EA B60 685 ASSEMBLY BEACON FLASH RDSDRELOCATE EA B61 685 ASSEMBLY BEACON FLASH RDSDREMOVE EA B62 685 PWRD) (SOLAR ASSM BCN FLSH RDSDINSTL EA B63 685 PWRD) (SOLAR AM BCN FLSH RDSDRELOCT EA B64 686 (RELOCATE) ASSEM POLE SIGTRAFFIC EA B65 686 ARM(32') AM(S)1 PL SIG TRFINS EA B66 686 ARM(32')LUM AM(S)1 PL SIG TRFINS EA B67 686 ARM(36') AM(S)1 PL SIG TRFINS EA B68 686 ARM(36')LUM AM(S)1 PL SIG TRFINS EA B69 686 ARM(40') AM(S)1 PL SIG TRFINS EA B70 686 ARM(40')LUM AM(S)1 PL SIG TRFINS EA B71 686 ARM(44') AM(S)1 PL SIG TRFINS EA B72 686 ARM(44')LUM AM(S)1 PL SIG TRFINS EA B73 686 ARM(50') AM(S)1 PL SIG TRFINS EA B74 686 ARM(50')LUM AM(S)1 PL SIG TRFINS EA B75 686 ARM(55') AM(S)1 PL SIG TRFINS EA B76 686 ARM(55')LUM AM(S)1 PL SIG TRFINS EA B77 686 ARM(60') AM(S)1 PL SIG TRFINS EA B78 686 ARM(60')LUM AM(S)1 PL SIG TRFINS EA B79 687 ASSEMBLY POLEPED EA B80 688 POLE BUTTON PUSHPEDESTRIAN EA B81 688 (APS) BUTTON PUSH DETECTPED EA B82 - DETECTOR PRESENCERADAR EA B83 - CABLE COMM DETECTOR PRESENCERADAR LF B84 - 5 CAT CABLEETHERNET LF B85 - B) (PART (MANDATORY) IMPROVEMENTS UNANTICIPATED FORCONTINGENCY LS PAYMENT) FOR BASIS ANDMEASUREMENT 01 29 01 SECTION (per IMPROVEMENTS ILLUMINATION & SIGNAL TRAFFIC - BPart ITEM NO SPEC DESCRIPTION UNIT QUANTITY ESTIMATED 80 M A L D O N A D O - B U R K E T T I N T E L L I G E N T T R A N S P O R T A T I O N S Y S T E M S , L L P E15126 T B P E R E G . # F - 1 0 2 5 8 P H . ( 3 6 1 ) 2 3 6 - 4 6 1 1 w w w . m b i t s g r o u p .c o m C O R P U S C H R I S T , T E X A S 7 8 4 1 1 3 8 3 3 S O U T H S T A P L E S S T R E E T S U I T E N 2 1 4 80 STR 915 9 6 7 6 3 PROFESS I O N A L E N G I N E E R S T A T E O F T E X AS L I C E N S E D R A M O N H . M A L D O N A D O , J R . I N D E F I N I T E Q U A N T I T Y ( I D I Q ) - R E B I D I M P R O V E M E N T S I N D E F I N I T E D E L I V E R Y , T R A F F I C S I G N A L A N D S T R E E T L I G H T I N G C I T Y o f C O R P U S C H R I S T I T E X A S CITY PROJECT # RECORD DRAWING NO. SHEET of CONSULTANT'S SHEET No. B Y D A T E D E S C R I P T I O N R E V I S I O N N O . B Y D A T E D E S C R I P T I O N R E V I S I O N N O . D e p a r t m e n t o f C a p i t a l P r o g r a m s 9 / 1 1 / 1 5 BID FORM (DELIVERY ORDER #1-YEAR 1) S H E E T 2 O F 2 E S T I M A T E D Q U A N T I T I E S S U M M A R Y D E L I V E R Y O R D E R # 1 6 PROJECT NUMBER E15126 IMPROVEMENTS-INDEFINITE DELIVERY, INDEFINITE QUANTITY (IDIQ) - REBID CITY-WIDE TRAFFIC=SIGNAL AND STREET LIGHTING PAYMENT) FORBASIS AND MEASUREMENT 01 29 01 SECTION (per MAINTENANCE ILLUMINATION - DPart ITEM NO SPEC DESCRIPTION UNIT QUANTITY ESTIMATED D1 6000 CONDUIT ABOVE-GROUNDREPLACE LF D2 6000 CONDUIT UNDERGROUNDREPLACE LF D3 6000 CONDUCTORREPLACE LF D4 6000 CABLE TRAYREPLACE LF D5 6000 SPLICE ELECTRICALINSTALL EA D6 6000 (HPS) ASSEMBLY ILLUMINATION ROADWAYREPLACE EA D7 6000 (HPS) LUMINAIRE UNDERPASSREPLACE EA D8 6000 FIXTURE FLOURESCENT INDUCTIONREPLACE EA D9 6000 LUMINAIREREPLACE EA D10 6000 LUMINAIRES MAST HIGHREPLACE EA D11 6000 POLE LUMINAIREREPLACE EA D12 6000 ARMS LUMINAIREREPLACE EA D13 6000 ILLUMINATION ROADWAYMAINTAIN EA D14 6000 ILLUMINATION MAST HIGHMAINTAIN EA D15 6000 FIXTURE UNDERPASSMAINTAIN EA D16 6000 FIXTURE FLUORESCENT INDUCTIONMAINTAIN EA D17 6000 ASSY) ILL (RDWAY MAINTENANCEPREVENTIVE EA D18 6000 ASSY) MAST (HIGH MAINTENANCEPREVENTIVE EA D19 6000 SERVICE ELECTRICALREPLACE EA D20 6000 FOUNDATIONINSTALL EA D21 6000 FOUNDATIONREMOVE EA D22 6000 BASE TRANSFORMERREPLACE EA D23 6000 COVER TRANSFORMERREPLACE EA D24 6000 COVER HOLE HANDREPLACE EA D25 6000 ROD GROUNDINSTALL EA D26 6000 BALLASTREPLACE EA D27 6000 LIGHTING) MAST (HIGH BALLASTREPLACE EA D28 6000 DISCONNECT FUSEDREPLACE EA D29 6000 FIXTURES MOUNTED POLE FOR SOCKET LAMPREPLACE EA D30 6000 FIXTURES UNDERPASS FOR SOCKET LAMPREPLACE EA D31 6000 FIXTURES MOUNTED POLE FOR LAMPREPLACE EA D32 6000 FIXTURES UNDERPASS FOR LAMPREPLACE EA D33 6000 LIGHTING) MAST (HIGH LAMPREPLACE EA D34 6000 LENSREPLACE EA D35 6000 FUSEREPLACE EA D36 6000 HOLDER FUSEREPLACE EA D37 6000 HOLDER FUSE BREAKAWAYREPLACE EA D38 6000 AID STARTINGREPLACE EA D39 6000 BRACKET AND PHOTOCELLREPLACE EA D40 6000 MAST HIGH FOR TRANSFORMER CONTROLREPLACE EA D41 6000 SERVICE ELECTRICAL FOR TRANSFORMER CONTROLREPLACE EA D42 6000 MAST HIGH FOR CIRCUIT CONTROLREPLACE EA D43 6000 SERVICE ELECTRICAL FOR CIRCUIT CONTROLREPLACE EA D44 6000 SWITCH HAND-OFF-AUTOREPLACE EA D45 6000 CONTACTORREPLACE EA D46 6000 BASE METERREPLACE EA D47 6000 CLOCK TIMEREPLACE EA D48 6000 PANEL BREAKERREPLACE EA D49 6000 BREAKER CIRCUITREPLACE EA D50 6000 CORD OR CABLE POWER FLEXIBLEREPLACE LF D51 6000 CONNECTOR LOCK TWISTREPLACE EA D52 6000 CHAIN SAFETYREPLACE LF D53 6000 LIGHTING) MAST (HIGH RING LOWER ANDRAISE EA D54 6000 HARDWARE OTHER AND WASHERS, NUTS, MISSINGREPLACE EA D55 - D) (PART (MANDATORY) IMPROVEMENTS UNANTICIPATED FORCONTINGENCY LS 1 PAYMENT) FOR BASISAND MEASUREMENT 01 29 01 SECTION (per SIGNALS TRAFFIC OF MAINTENANCE - CPart ITEM NO SPEC DESCRIPTION UNIT QUANTITY ESTIMATED C1 690 BOXES GROUND OF REPLACE ANDREMOVAL EA 1 C2 690 CABLES OF REPLACE ANDREMOVAL LF C3 690 ASSM CABLE SPAN OFREMOVAL LF 660 C4 690 POLES TIMBER OFREMOVAL EA C5 690 ASSM HEAD SIGNAL OFREMOVAL EA C6 690 ASSM HEAD SIGNAL OFINSTALL EA C7 690 SIGNS RELATED SIGNAL OFREMOVAL EA C8 690 SIGNS RELATED SIGNAL OFINSTALL EA 2 C9 690 BUTTONS PUSH PEDESTRIAN OFREMOVAL EA C10 690 BUTTONS PUSH PEDESTRIAN OFINSTALL EA C11 690 FND POLE SIGNAL TRAFFIC OFREMOVAL LF C12 690 CABINETS MNT GROUND FOR FND OFINSTALL EA C13 690 MNT) (GRND CABINET CONTROL OFINSTALL EA 8 C14 690 CABINET FLASHER OFINSTALL EA C15 690 ASSEMBLIES POLE SIGNALINSTALL EA 1 C16 690 ASSM POLE SIGNAL OFREMOVAL EA C17 690 RAMPS PEDESTRIAN OFREMOVAL EA C18 690 HEAD LUMINAIRE OFREPLACE EA C19 690 ASSM POLE PEDINSTL EA C20 690 ASSM POLE PEDREMOVE EA C21 690 (RED) UNIT LAMP SIG TRF LED 12"REPL EA C22 690 (AMBER) UNIT LAMP SIG TRF LED 12"REPL EA C23 690 (GREEN) UNIT LAMP SIG TRF LED 12"REPL EA C24 690 ARW) UNIT(GRN LAMP SIG TRF LED 12"REPL EA C25 690 ARW) UNIT(AMBER LAMP SIG TRF LED 12"REP EA C26 690 UNIT LAMP SIG TRAF LEDINSTALL EA C27 690 CABLESREROUTE LF C28 690 SUPPLIED) (CITY CABINET CONTROLLER TRAFFICINSTALL EA C29 690 UNIT MMU/CVMREPLACE EA 20 C30 690 SYSTEM PROCESSOR IMAGE VIDEO VEHICLEREPLACE EA C31 690 CABLE) (INCLUDES CAMERA VIVDSREPLACE EA C32 690 CAMERA VIVDS INSPECT &CLEAN EA C33 690 CAMERA CCTV INSPECT &CLEAN EA C34 690 CAMERA CCTV REPLACE ORINSTALL EA C35 690 ANCHOR AND GUARD WITH GUY DOWNINSTALL EA 8 C36 690 ANCHOR PEDESTAL STEEL IN SCREWINSTALL EA C37 690 PM (BBU) UNIT UP BACKBATTERY EA 28 C38 690 PM CABINETCONTROLLER EA 10 C39 690 UNIT CONTROLLER SIGNAL TRAFFICREPLACE EA C40 690 ASSEMBLY CABLE WIRE OFINSTALL LF 1620 C41 - C) (PART (MANDATORY) IMPROVEMENTS UNANTICIPATED FORCONTINGENCY LS 1 M A L D O N A D O - B U R K E T T I N T E L L I G E N T T R A N S P O R T A T I O N S Y S T E M S , L L P E15126 T B P E R E G . # F - 1 0 2 5 8 P H . ( 3 6 1 ) 2 3 6 - 4 6 1 1 w w w . m b i t s g r o u p .c o m C O R P U S C H R I S T , T E X A S 7 8 4 1 1 3 8 3 3 S O U T H S T A P L E S S T R E E T S U I T E N 2 1 4 80 STR 915 9 6 7 6 3 PROFESS I O N A L E N G I N E E R S T A T E O F T E X AS L I C E N S E D R A M O N H . M A L D O N A D O , J R . I N D E F I N I T E Q U A N T I T Y ( I D I Q ) - R E B I D I M P R O V E M E N T S I N D E F I N I T E D E L I V E R Y , T R A F F I C S I G N A L A N D S T R E E T L I G H T I N G C I T Y o f C O R P U S C H R I S T I T E X A S CITY PROJECT # RECORD DRAWING NO. SHEET of CONSULTANT'S SHEET No. B Y D A T E D E S C R I P T I O N R E V I S I O N N O . B Y D A T E D E S C R I P T I O N R E V I S I O N N O . D e p a r t m e n t o f C a p i t a l P r o g r a m s 9 / 1 1 / 1 5 W O R K D E S C R I P T I O N P R O J E C T L O C A T I O N A N D M A L D O N A D O - B U R K E T T I N T E L L I G E N T T R A N S P O R T A T I O N S Y S T E M S , L L P E15126 T B P E R E G . # F - 1 0 2 5 8 P H . ( 3 6 1 ) 2 3 6 - 4 6 1 1 w w w . m b i t s g r o u p .c o m C O R P U S C H R I S T , T E X A S 7 8 4 1 1 3 8 3 3 S O U T H S T A P L E S S T R E E T S U I T E N 2 1 4 80 STR 915 9 6 7 6 3 PROFESS I O N A L E N G I N E E R S T A T E O F T E X AS L I C E N S E D R A M O N H . M A L D O N A D O , J R . I N D E F I N I T E Q U A N T I T Y ( I D I Q ) - R E B I D I M P R O V E M E N T S I N D E F I N I T E D E L I V E R Y , T R A F F I C S I G N A L A N D S T R E E T L I G H T I N G C I T Y o f C O R P U S C H R I S T I T E X A S CITY PROJECT # RECORD DRAWING NO. SHEET of CONSULTANT'S SHEET No. B Y D A T E D E S C R I P T I O N R E V I S I O N N O . B Y D A T E D E S C R I P T I O N R E V I S I O N N O . D e p a r t m e n t o f C a p i t a l P r o g r a m s 7 2 3 4 1 PROJECT LOCATION AND WORK DESCRIPTION DELIVERY ORDER #1 REPLACE MMU/CVM UNIT. REPLACE MMU/CVM UNIT @ 20 SIGNALIZED LOCATIONS. INSTALL ALL-WAY STOP CONTROL DURING SIGNAL DOWNTIME. FOR INTERSECTION #8 (LIPAN & COUNTY COURTHOUSE PEDESTRIAN CROSSING) WORK TO BE DONE ON SATURDAY OR SUNDAY. CONTROLLER CABINET REPLACEMENTS @ 8 SIGNALIZED LOCATIONS. REMOVE TS1 CABINET AND INSTALL CITY FURNISHED TS2 CABINET. INSTALL ADVANCE WARNING SIGNS AS PER WZ(BTS) SHEETS. BATTERY BACK-UP SYSTEM (BBU) (PM) @ 28 SIGNALIZED LOCATIONS. PERFORM MAINTENANCE AS DESCRIBED IN ITEM 690 MAINTENANCE OF TRAFFIC SIGNALS SECTION 4.27. CONTROLLER CABINET PREVENTIVE MAINTENANCE (PM) @ 10 SIGNALIZED LOCATIONS. PERFORM MAINTENANCE AS DESCRIBED IN ITEM 690 MAINTENANCE OF TRAFFIC SIGNALS SECTION 4.26. TRAFFIC SIGNAL CONTROLLER MAINTENANCE INSTALL A 32' MAST ARM POLE, FOUNDATION, SIGNAL HEADS, CONDUIT & CONDUCTORS. DODDRIDGE ST. WITH SANTA FE ST. INSTALL A 4" PVC BORE & GROUND BOX. INSTALL NEW MESSENGER CABLE, SIGNAL CABLE, HEADS, GUY, GUARD, ANCHORS & ELECTRICAL SERVICE. REPLACE FLASHING BEACON SPAN WIRE SYSTEM (4 EACH) INSTALL NEW MESSENGER CABLE, SIGNAL CABLE, HEADS, GUY, GUARD, ANCHORS & ELECTRICAL SERVICE. REPLACE FLASHING BEACON SPAN WIRE SYSTEM (2 EACH) PR22 WITH ACCESS ROAD 45 PR22 WITH BALLI PARK ENTRANCE DELIVERY ORDER #2 TO BE DETERMINED S. STAPLES ST. WITH ANNAPOLIS DR. 9 / 1 1 / 1 5 SUMMARY OF ELECTRICAL SERVICE DATA No. Sheet ( See ED (5, 6 & 8) ) Service Pole Description No./Size Conductors Service Amps Switch Safety Pole/Amp Ckt. Bkr. Main Disconnect (min) Amp Rating Loadcenter Panelbd./ Amps Contactor Two-Pole No. Circuit Pole/Amps Ckt. Bkr. Branch Amps Circuit Branch Load KVA Size(RM) Conduit Service * *VERIFY SERVICE CONDUIT SIZE WITH UTILITY. SIZE MAY CHANGE DUE TO UTILITY METER REQUIREMENTS No. Elec. Service 8 E L E C T R I C A L S E R V I C E D A T A 1 ELEC SERV TY T 120/240 000(NS)GS(N)TS(0)N/A 4.1241P/301 1/4"3/#6 SIGNALN/A N/A 70 2 ELEC SERV TY T 120/240 000(NS)GS(N)TS(0)1 1/4"3/#6 N/A N/A N/A 70 1P/20 18 2.9 3 ELEC SERV TY T 120/240 000(NS)GS(N)TS(0)1 1/4"3/#6 N/A N/A N/A 70 1P/20 12 1.5 FLASHER FLASHER 12 15 18 M A L D O N A D O - B U R K E T T I N T E L L I G E N T T R A N S P O R T A T I O N S Y S T E M S , L L P E15126 T B P E R E G . # F - 1 0 2 5 8 P H . ( 3 6 1 ) 2 3 6 - 4 6 1 1 w w w . m b i t s g r o u p .c o m C O R P U S C H R I S T , T E X A S 7 8 4 1 1 3 8 3 3 S O U T H S T A P L E S S T R E E T S U I T E N 2 1 4 80 STR 915 9 6 7 6 3 PROFESS I O N A L E N G I N E E R S T A T E O F T E X AS L I C E N S E D R A M O N H . M A L D O N A D O , J R . I N D E F I N I T E Q U A N T I T Y ( I D I Q ) - R E B I D I M P R O V E M E N T S I N D E F I N I T E D E L I V E R Y , T R A F F I C S I G N A L A N D S T R E E T L I G H T I N G C I T Y o f C O R P U S C H R I S T I T E X A S CITY PROJECT # RECORD DRAWING NO. SHEET of CONSULTANT'S SHEET No. B Y D A T E D E S C R I P T I O N R E V I S I O N N O . B Y D A T E D E S C R I P T I O N R E V I S I O N N O . D e p a r t m e n t o f C a p i t a l P r o g r a m s 9 / 1 1 / 1 5 M A L D O N A D O - B U R K E T T I N T E L L I G E N T T R A N S P O R T A T I O N S Y S T E M S , L L P E15126 T B P E R E G . # F - 1 0 2 5 8 P H . ( 3 6 1 ) 2 3 6 - 4 6 1 1 w w w . m b i t s g r o u p .c o m C O R P U S C H R I S T , T E X A S 7 8 4 1 1 3 8 3 3 S O U T H S T A P L E S S T R E E T S U I T E N 2 1 4 80 STR 915 9 6 7 6 3 PROFESS I O N A L E N G I N E E R S T A T E O F T E X AS L I C E N S E D R A M O N H . M A L D O N A D O , J R . I N D E F I N I T E Q U A N T I T Y ( I D I Q ) - R E B I D I M P R O V E M E N T S I N D E F I N I T E D E L I V E R Y , T R A F F I C S I G N A L A N D S T R E E T L I G H T I N G C I T Y o f C O R P U S C H R I S T I T E X A S CITY PROJECT # RECORD DRAWING NO. SHEET of CONSULTANT'S SHEET No. B Y D A T E D E S C R I P T I O N R E V I S I O N N O . B Y D A T E D E S C R I P T I O N R E V I S I O N N O . D e p a r t m e n t o f C a p i t a l P r o g r a m s 9 G E N E R A L N O T E S GENERAL NOTES - TRAFFIC SIGNAL AND STREET LIGHTING IMPROVEMENTS IDIQ (1 HOUR OR LESS) AS DEFINED IN THE TEXAS MANUAL ON UNIFORM TRAFFIC CONTROL DEVICES FOR STREETS AND HIGHWAY PART 6, SECTION 6G.02 C & D. DEVICES FOR STREETS AND HIGHWAYS. WORK OPERATIONS FOR THIS PROJECT WILL BE SHORT TERM STATIONARY (DAYTIME WORK OF 1 TO 12 HOURS) OR SHORT DURATION STATIONARY ALL TRAFFIC CONTROL DEVICES WILL CONFORM TO THE WORK ZONE STANDARDS, THE CONSTRUCTION BARRICADE STANDARDS, AND THE TEXAS MANUAL ON UNIFORM TRAFFIC CONTROL B. FURNISH, INSTALL, BUILD, AND MAINTAIN ALL SIGNS, BARRICADES, AND TRAFFIC CONTROL DEVICES NECESSARY TO PROVIDE FOR TRAFFIC SAFETY IN AND AROUND THE WORK ZONE. DEPARTMENT OF TRANSPORTATION STANDARDS BC(1)-14 THRU BC(12)-14, WZ(BTS-1)-13, AND WZ(BTS-2)-13. A. ALL TRAFFIC CONTROL WORK AND DEVICES SHALL BE IN ACCORDANCE WITH THE LATEST VERSION OF THE TEXAS MANUAL ON UNIFORM TRAFFIC CONTROL DEVICES (TMUTCD) AND TEXAS 4. TRAFFIC CONTROL NOTE: OF THE ADJACENT AREA. AND BURIED; HOWEVER, THE CONTRACTOR WILL BACKFILL, COMPACT, AND RESTORE TRENCH AREA TO ORIGINAL CONDITIONS AND MATCH EXISTING SURFACE CONDITIONS TO THE DENSITY Q. UNDERGROUND CONDUIT SHALL BE PVC SCHEDULED 40 AT A MINIMUM OF 18" DEEP UNLESS OTHERWISE SHOWN ON THE PLANS. ALL CONDUITS IN NATURAL GROUND WILL BE TRENCHED FOR EACH (RPDD). 4-CHANNEL MODULES FOR PRESENCE (RPDD), MODULES WILL NOT BE PAID FOR DIRECTLY BUT SHALL BE CONSIDERED SUBSIDIARY TO THE APPROPRIATE BID ITEMS. EXTENSION RODS NEEDED TO MEET THESE REQUIREMENTS WILL BE AS RECOMMENDED BY THE MANUFACTURER. INTERFACE MODULES SHALL BE INSTALLED IN THE SIGNAL CABINETS OPTIMUM STOP BAR DETECTION. IF NEED BE THE CONTRACTOR SHALL REPOSITION THE RADAR UNITS TO OBTAIN OPTIMUM STOP BAR DETECTION. ANY MOUNTING HARDWARE INCLUDING THE MAST ARMS AND/OR POLE AS SHOWN IN THIS PLAN SET. RADAR ASSEMBLY HEIGHT AND PLACEMENT WILL BE IN ACCORDANCE WITH MANUFACTURER RECOMMENDATION TO OBTAIN P. AS REQUIRED, THE CONTRACTOR WILL INSTALL RADAR PRESENCE DETECTION DEVICE (RPDD) AS PER CITY SPECIFICATION "SS 8412". THE RADAR ASSEMBLIES WILL BE MOUNTED ON O. CONTRACTOR WILL INSTALL ALL SIGNAL EQUIPMENT AS PER CITY OF CORPUS CHRISTI SPECIFICATIONS INCLUDED IN BID DOCUMENTS. N. CONTRACTOR WILL REVIEW CITY OF CORPUS CHRISTI "GENERAL NOTES STANDARDS" INCLUDED IN BID DOCUMENTS UNDER SPECIFICATIONS. M. ALL BACKPLATES AND TRAFFIC SIGNAL HEADS WILL BE POLYCARBONATE. BACKPLATES AND SIGNAL HEADS WILL BE BLACK. L. ALL TRAFFIC SIGNAL HARDWARE WILL BE STAINLESS OR GALVANIZED STEEL THAT WITHSTAND SALT AIR CONDITIONS. ALL BOLTS, NUTS & WASHERS SHALL BE COMMERCIAL GRADE. CONTACT TONY SALINAS AT (361) 826-1610. K. THE CONTRACTOR WILL COORDINATE WITH THE CITY OF CORPUS CHRISTI STREET OPERATIONS/TRAFFIC SIGNAL DIVISION 48 HOURS BEFORE TURNING ON THE PROPOSED SIGNALS. J. REFER TO PLAN LAYOUT SHEETS FOR POWER SOURCE TO PROPOSED SIGNAL CONTROLLERS. I. PEDESTRIAN SIGNAL HEADS WILL BE POLYCARBONATE, 16-INCH PEDESTRIAN SIGNAL, COUNTDOWN LED MODULE AND EGG CRATE VISORS OR APPROVED EQUAL. H. THE CONTRACTOR IS RESPONSIBLE FOR TROUBLESHOOTING ANY OUTAGE PRIOR TO CONTACTING THE CITY TRAFFIC SIGNAL SECTION. PART OF PUSH BUTTON DEVICE, AS APPROVED BY THE CITY OF CORPUS CHRISTI TRAFFIC ENGINEERING DEPARTMENT. G. PEDESTRIAN PUSH BUTTONS WILL CONFORM TO CURRENT ADA STANDARDS. PEDESTRIAN PUSH BUTTON EQUIPMENT WILL BE POLARA NAVIGATOR, WITH AUDIBLE WARNING SYSTEM AS SHOWN IN THE PLANS ARE ESTIMATED QUANTITIES ONLY, ACTUAL QUANTITIES MAY VARY. THE RIGHT TO MAKE CHANGES IN THE WORK, INCLUDING ADDITION, REDUCTION, OR ELIMINATION OF QUANTITIES AND ALTERATIONS NEED TO COMPLETE THE CONTRACT. QUATITIES CONTRACTOR IS RESPONSIBLE FOR LEAVING THE PROJECT SITE CLEAN AND NEAT IN APPEARANCE UPON COMPLETION AND BEFORE FINAL ACCEPTENCE. THE ENGINEER RESERVES F. CLEAN UP AND REMOVE FROM ALL WORK AREAS ALL LOOSE MATERIAL RESULTING FROM CONTRACT OPERATIONS EACH DAY BEFORE WORK IS SUSPENDED FOR THAT DAY. THE IF SIDEWALKS ARE CLOSED. ENGINEER IN THE FIELD. CONTRACTOR SHALL NOT BLOCK OR OBSTRUCT SIDEWALKS, ADA RAMPS DURING CONSTRUCTION. REFER TO WZ(BTS-2)-13 FOR PROPER SIGNING E. AS REQUIRED, SPECIFIC LOCATION OF TRAFFIC SIGNAL CONTROLLER CABINET AND ALL TRAFFIC SIGNAL POLES WILL BE AS SHOWN ON THE PLANS OR AS APPROVED BY THE AS SHOWN IN THE PLANS. THE CONTRACTOR WILL COORDINATE WITH THE CITY TO VERIFY THE SIGNAL TIMING INFORMATION. CONTACT TONY SALINAS AT (361) 826-1610. D. AS REQUIRED, THE TRAFFIC SIGNAL CONTROLLERS WILL BE PROGRAMMED BY CONTRACTOR AND WILL INCLUDE THE TIMING OF EACH PHASE FOR VEHICLES AND PEDESTRIANS STREET OPERATIONS/TRAFFIC SIGNAL DIVISION. CONTACT TONY SALINAS AT (361) 826-1610 TWO WEEKS PRIOR TO BEGINNING WORK ON SIGNAL. C. THE CONTRACTOR WILL COORDINATE TRAFFIC SIGNAL TIMING, PEDESTRIAN SIGNAL TIMINGS, AND ANY INSTALLATION QUESTIONS WITH THE CITY OF CORPUS CHRISTI MONDAY-FRIDAY 8:30 a.m. TO 4:30 p.m. NO LANE CLOSURES SHALL BE PERFORMED ON SATURDAY OR SUNDAY. OTHER PERTINENT ITEMS REGARDING THE WORK. UNLESS OTHERWISE APPROVED BY THE ENGINEER, WORK REQUIRING LANE CLOSURES SHALL BE PERFORMED CITY. THIS MEETING WILL OUTLINE THE SEQUENCE OF WORK, WORK LOCATIONS, AND EMPHASIZE TRAFFIC CONTROL, PLANS, SPECIFICATIONS, UNUSUAL CONDITIONS, AND AS DIRECTED BY THE ENGINEER. PRIOR TO BEGINNING WORK, A CONFERENCE BETWEEN REPRESENTATIVES OF THE CITY AND THE CONTRACTOR WILL BE ARRANGED BY THE COMMENCE UPON ISSUANCE OF A WORK ORDER BY THE ENGINEER/PROJECT MANAGER. WORK ON THIS CONTRACT MAY NOT BE CONTINUOUS AND WILL BE ACCOMPLISHED B. CONTRACT IS FOR THE INSTALLATION/MAINTNENANCE/REPAIR OF ROADWAY ILLUMINATION AND TRAFFIC SIGNALS FOR VARIOUS LOCATIONS CITY WIDE. THIS CONTRACT WILL FOR EMERGENCY CALLS. ALL OTHER WORK SHALL BE SCHEDULED. NON-EMERGENCY ROUTINE INSTALLATIONS AT VARIOUS LOCATIONS THROUGHOUT THE CITY OF CORPUS CHRISTI. CONTRACTOR SHALL BE AVAILABLE WITHIN 24 HOURS A. THIS IDIQ PROJECT WILL CONSIST OF TRAFFIC SIGNAL INSTALLATION AND REPAIR, STREET LIGHTING INSTALLATION AND REPAIR, EMERGENCY KNOCKDOWN REPAIR, AND 3. TRAFFIC SIGNAL NOTES: VOLTAGE ELECTRICAL LINES. POSTED AND AN INSULATED GUARD IS ATTACHED TO THE BOOM OR BUCKET. THE CONTRACTOR SHALL NOTIFY THE ENGINEER IF THERE ARE ANY CONFLICTS WITH HIGH HAVE BEEN MADE WITH THE POWER COMPANY. NO EQUIPMENT WILL BE PERMITTED WITHIN 10 FEET OF HIGH VOLTAGE ELECTRICAL LINES UNLESS THERE ARE WARNINGS B. NO PERSON, TOOLS OR SIGNAL EQUIPMENT WILL BE PERMITTED WITHIN 8 FEET OF HIGH VOLTAGE ELECTRICAL LINES (600 VOLTS OR GREATER) UNLESS ARRANGEMENTS THE VARIOUS BID ITEMS. CONTRACTOR AND BROUGHT TO THE ATTENTION OF THE ENGINEER AND/OR INSPECTOR. THIS WORK WILL NOT BE PAID FOR DIRECTLY BUT CONSIDERED SUBSIDIARY TO SHALL CALL THE CITY REQUIRED ONE-CALL SYSTEMS PRIOR TO COMMENCING WORK. UTILITIES FOUND OTHER THAN AS SHOWN ON PLANS SHALL BE UNCOVERED BY THE SATISFACTION, WITH NO SEPARATE PAY. EXISTING UNDERGROUND UTILITIES AS SHOWN ON PLANS ARE LOCATED AT APPROXIMATE LOCATIONS AND DEPTHS. CONTRACTOR A. THE CONTRACTOR WILL TAKE PRECAUTIONS TO PROTECT EXISTING UTILITIES. ALL PIPES AND UTILITIES DAMAGED BY THE CONTRACTOR WILL BE REPAIRED TO THE OWNERS 2. GENERAL UTILITY NOTES: C. MATERIALS AND/OR EQUIPMENT WILL NOT BE STORED OR STOCKPILED WITHIN PROJECT LIMITS LONGER THAN 48 HOURS UNLESS APPROVED BY THE ENGINEER. CONSTRUCTION OF THE PROJECT AT NO EXTRA PAY. B. THE CONTRACTOR WILL BE RESPONSIBLE FOR ACQUIRING ANY NECESSARY OFF-SITE LOCATIONS FOR STORAGE OF ALL EQUIPMENT AND MATERIALS REQUIRED FOR THE WHICH THE CONTRACTOR MAY ENCOUNTER DURING THE COURSE OF CONSTRUCTION. REQUIRED, AND OTHER RESEARCH NECESSARY TO ASSURE A THOROUGH UNDERSTANDING OF THE PROJECT AND BE FULLY AWARE OF ALL CONDITIONS AND CONSTRAINTS A. THE CONTRACTOR WILL VISIT EACH PROPOSED SITE LOCATION AND EXAMINE LOCAL CONDITIONS TO BE ENCOUNTERED, IMPROVEMENTS TO BE PROTECTED, PERMITS AND FEES 1. CONSTRUCTION NOTES:9 / 1 1 / 1 5 US HWY 181 NUECES BAY San Patricio County NAS D R IV E E N N I S CAYO DEL OSO D O N P A T R I C I O G L E N O A K I S L A N D D R. C h a n n el E X P R W Y AGNES S A N T E F E X -T O W N A Y E R S S T H O R N E S T AP L ES MORGAN P O R T ShipROAD AGNES I H 37 BEAR W. POINT RD CHRISTI CORPUS AIRPORT INTERNATIONAL BROWNSVILLE N A V I G A T I O N J O E M I R E U R A L A M E D A O C E A N S. P A D R E R O A D H O L L Y W E B E RKOS T O R Y Z R D M c A R D L E R O A D A I R L I N E R O D D F I E L D P K W YFM 2444 OS O C I M A R R O N S . S T A P L E S S A R A T O G A B L V D E V E R H A R T A Y E R S S T F M 7 6 3 S H 2 8 6 F.M. 43 G R E E N W O O D OLD G O L LI H A R J O S L I N C C B E A C H L E O P A R D RIVER F.M. 624 N U E C E S C L A R K W O O D R A N D M O R G A N V I O L E T R D HWY 44 M C K E N Z I E R D S O U T H R D B O C K H O L T C A L L I C O A T T E R O A D C L A R K W O O D U S H I G H W A Y 7 7 U P R IV E R N u e c e s C o u nt y G U L F O F M E X I C O L A G U N AC reek Oso W A L D R O NFLOUR B L U F F D R I V E S H O R E S R O S C H E R Y O R K T O W N B L V D L A G U N A M A D R E D RI V E W I L LI A M S LI P E S V A R I O U S L O C A T I O N S M A I N T E N A N C E L A Y O U T T R A F F I C S I G N A L C O N T R O L L E R M A L D O N A D O - B U R K E T T I N T E L L I G E N T T R A N S P O R T A T I O N S Y S T E M S , L L P E15126 T B P E R E G . # F - 1 0 2 5 8 P H . ( 3 6 1 ) 2 3 6 - 4 6 1 1 w w w . m b i t s g r o u p .c o m C O R P U S C H R I S T , T E X A S 7 8 4 1 1 3 8 3 3 S O U T H S T A P L E S S T R E E T S U I T E N 2 1 4 80 STR 915 9 6 7 6 3 PROFESS I O N A L E N G I N E E R S T A T E O F T E X AS L I C E N S E D R A M O N H . M A L D O N A D O , J R . I N D E F I N I T E Q U A N T I T Y ( I D I Q ) - R E B I D I M P R O V E M E N T S I N D E F I N I T E D E L I V E R Y , T R A F F I C S I G N A L A N D S T R E E T L I G H T I N G C I T Y o f C O R P U S C H R I S T I T E X A S CITY PROJECT # RECORD DRAWING NO. SHEET of CONSULTANT'S SHEET No. B Y D A T E D E S C R I P T I O N R E V I S I O N N O . B Y D A T E D E S C R I P T I O N R E V I S I O N N O . D e p a r t m e n t o f C a p i t a l P r o g r a m s CORPUS CHRISTI BAY 5000 0 5000 10000 15000 GRAPHIC SCALE 10 W O O L RI D G E TIM B E R G A T E E V E R H A R T S . S T A P L E S LI P E S WI L LI A M S D RI V E 7 46 28 2 5 1 27 3 18 19 7 4 8 9 12 2 1 3 5 8 14 19 17 25 6 16 17 20 11 11 15 18 10 13 26 24 22 16 5 5 21 13 6 6 23 4422 15 20 7 8 9 10 10 7 8 9 12 14 33 11 TRAFFIC SIGNAL CONTROLLER MAINTENANCE STAPLES & HOLLY RD.6 7 8 STAPLES & WILLIAMS STAPLES & MOORE PLAZA STAPLES & YORKTOWN STAPLES & LIPES STAPLES & TIMBERGATE STAPLES & SARATOGA STAPLES & SHOPPING WAYSTAPLES & WOOLRIDGE STAPLES & MCARDLE9 10 STAPLES & WOOLRIDGE STAPLES & YORKTOWN STAPLES & LIPES STAPLES & TIMBERGATE STAPLES & SARATOGA IH-37 & SHORELINE STAPLES & HOLLY RD. STAPLES & WILLIAMS STAPLES & MOORE PLAZA STAPLES & MCARDLE 15 19 18 17 16 20 CIMARRON & YORKTOWN EVERHART & HOLLY LEOPARD & MCKENZIE LEOPARD & RAND MORGAN PR-22 & WHITECAP 21 22 23 RODD FIELD & HOLLY STAPLES & EVERHART WALDRON & PURDUE 1 2 3 4 5 5 1 2 3 4 6 7 1 2 3 4 6 7 8 LIPAN & TANCAHUA LIPAN & CARANCAHUA ANTELOPE & CARANCAHUA ANTELOPE & TANCAHUA BUFFALO & TANCAHUA AYERS & HORNEAYERS & HORNE AYERS & KOSAR AYERS & MCARDLE LEOPARD & TANCAHUA FM624 & WILDCAT FM624 & RIVER EAST FM624 & COUNTY RD 69 1 2 3 11 12 13 PEDESTRIAN CROSSING LIPAN & COUNTY COURTHOUSE 5 BUFFALO & CARANCAHUA 8 9 STAPLES & SHOPPING WAY10 11 12 13 14 STAPLES & AYERS (6 POINTS) AIRLINE & ALAMEDA AIRLINE & HOLLY AIRLINE & MCARDLE 24 25 26 27 28 FM624 & RIVER EAST WEBER & SARATOGA IH-37 & WATER KOSTORYZ & HOLLY FM624 & WILDCAT AYERS & OCEAN AYERS & BROWNLEE AYERS & BALDWIN AYERS & GOLLIHAR AYERS & ROOSEVELT AYERS & SANTA FE AYERS & TARLTON STAPLES & BALDWIN FM624 & RIVER HILL FM624 & WOOD RIVER FM624 & COUNTY RD 73 4 5 6 7 8 9 10 14 15 16 17 18 19 20 AYERS & 3rd FM624 & FM1889 AYERS & STAPLES (6 POINTS) ITEM 690-REPLACE MMU/CVM UNIT (REMOVE TSI AND REPLACE WITH TS2 CABINET CITY SUPPLIED) ITEM 690-INSTALL OF CONTROL CABINET (GRND MNT) ITEM 690-BATTERY BACK UP UNIT (BBU) PREVENTIVE MAINTENANCE ITEM 690-CONTROLLER CABINET PREVENTIVE MAINTENANCE 1 P R 2 2 WHITECAP 9 / 1 1 / 1 5 T I T L E S H E E T I N D E X M A L D O N A D O - B U R K E T T I N T E L L I G E N T T R A N S P O R T A T I O N S Y S T E M S , L L P E15126 T B P E R E G . # F - 1 0 2 5 8 P H . ( 3 6 1 ) 2 3 6 - 4 6 1 1 w w w .m b i t s g r o u p . c o m C O R P U S C H R I S T , T E X A S 7 8 4 1 1 3 8 3 3 S O U T H S T A P L E S S T R E E T S U I T E N 2 1 4 80 STR 915 9 6 7 6 3 PROFES S I O N A L E N G I N E E R S T A T E O F T E X AS L I C E N S E D R A M O N H . M A L D O N A D O , J R . I N D E F I N I T E Q U A N T I T Y ( I D I Q ) - R E B I D I M P R O V E M E N T S I N D E F I N I T E D E L I V E R Y , T R A F F I C S I G N A L A N D S T R E E T L I G H T I N G C I T Y o f C O R P U S C H R I S T I T E X A S CITY PROJECT # RECORD DRAWING NO. SHEET of CONSULTANT'S SHEET No. B Y D A T E D E S C R I P T I O N R E V I S I O N N O . B Y D A T E D E S C R I P T I O N R E V I S I O N N O . D e p a r t m e n t o f C a p i t a l P r o g r a m s O N L Y ONLY A N N A P O LIS D R S STAPLES ST T E X A S A V E 10 20 400 SCALE N EXISTING POWER SOURCE TO BE REMOVED BY THE CITY TEMPORARY SIGNAL & ELECTRICAL SERVICE 2 11 TO REMAIN EXISTING CONTROLLER UTILITY LEGEND: POWER POLE ELECTRICAL OVERHEAD S . S T A P L E S S T @ A N N A P O L I S D R C O N D I T I O N L A Y O U T R LEGEND: TO BE REMOVED EXIST. GROUND BOX R PP PP PP PP PP PP OH PP E NOTES: BE FIELD VERIFIED. PRIOR TO CONSTRUCTION. THE LOCATION OF UTILITIES ARE APPROXIMATE AND SHALL REMOVED FROM THE PROJECT SITE. SHALL BECOME THE PROPERTY OF THE CONTRACTOR AND CITY OF CORPUS CHRISTI. ALL OTHER SIGNAL EQUIPMENT BY THE CITY ENGINEER SHALL BE RETURNED TO THE ALL SIGNAL EQUIPMENT REMOVED DEEMED SALVAGEABLE NEW TRAFFIC SIGNAL POLE IS INSTALLED. EXISTING SIGNAL SHALL REMAIN IN OPERATION UNTIL THE PART OF THE TRAFFIC SIGNAL SYSTEM. BEFORE ACTIVATING, DEACTIVATING, OR MODIFYING ANY BEFORE COMMENCING TRAFFIC SIGNAL WORK AND THE CONTRACTOR SHALL NOTIFY THE CITY ENGINEER 4. 3. 2. 1. 9 / 1 1 / 1 5 M A L D O N A D O - B U R K E T T I N T E L L I G E N T T R A N S P O R T A T I O N S Y S T E M S , L L P E15126 T B P E R E G . # F - 1 0 2 5 8 P H . ( 3 6 1 ) 2 3 6 - 4 6 1 1 w w w .m b i t s g r o u p . c o m C O R P U S C H R I S T , T E X A S 7 8 4 1 1 3 8 3 3 S O U T H S T A P L E S S T R E E T S U I T E N 2 1 4 80 STR 915 9 6 7 6 3 PROFES S I O N A L E N G I N E E R S T A T E O F T E X AS L I C E N S E D R A M O N H . M A L D O N A D O , J R . I N D E F I N I T E Q U A N T I T Y ( I D I Q ) - R E B I D I M P R O V E M E N T S I N D E F I N I T E D E L I V E R Y , T R A F F I C S I G N A L A N D S T R E E T L I G H T I N G C I T Y o f C O R P U S C H R I S T I T E X A S CITY PROJECT # RECORD DRAWING NO. SHEET of CONSULTANT'S SHEET No. B Y D A T E D E S C R I P T I O N R E V I S I O N N O . B Y D A T E D E S C R I P T I O N R E V I S I O N N O . D e p a r t m e n t o f C a p i t a l P r o g r a m s O N L Y ONLY A N N A P O LIS D R T E X A S A V E 10 20 400 SCALE N C PROP. PVC CONDUIT PROP. SIGNAL HEAD POLE DESCRIPTION A S1 ALUMINUM SIGNS R Y G 1 G Y R 2 PROP. 12" SIGNAL HEADS (LED) S1 S2 S2 PROP. POLE "A" 32' MAST ARM S1 15' 1 9 ' M I N . 2 0 ' M A X 1 R Y G R Y G S2 2 LOOKING SOUTH ON TEXAS AVE SOURCE POWER 1 2 ' S. STAPLES ST S. STAPLES ST C PROPOSED POWER SOURCE EXISTING CONTROLLER CONDUCTORS AND CONDUIT OFSUMMARY # RUN CONDUCTORS OFNUMBER TRENCH (INS) AWG#6 (BARE) AWG#6 (BARE) AWG#8 AWG #14 16/C 2"3" 1 2 TOTALS CONDUIT(PVC) 2 12 R3-8LK SERVICE #1 PROP. ELECTRICAL (TYPE C) PROP. GROUND BOX W/ APRON 1 1 2 1 120' 5' (FT) LENGTH RUN 2 1 1 1 1 -ELECTRICAL SERVICE TY T -32' MAST ARM PROP. POLE "A" REQUIREMENTS FOUNDATION STANDARD FOR SEE TS-FD-12 9'9' 20'20'50'25'25'25' S . S T A P L E S S T @ A N N A P O L I S D R P L A N L A Y O U T NO YL NO YL SERVICE #1 ELECTRICAL PROP. S StStaples2700 S StStaples2700 AND ANCHOR BOLTS CITY TO SUPPLY 32' MAST ARM, POLE, NOTES: 12 LEGEND: A X 1 2 9 / 1 1 / 1 5 M A L D O N A D O - B U R K E T T I N T E L L I G E N T T R A N S P O R T A T I O N S Y S T E M S , L L P E15126 T B P E R E G . # F - 1 0 2 5 8 P H . ( 3 6 1 ) 2 3 6 - 4 6 1 1 w w w . m b i t s g r o u p .c o m C O R P U S C H R I S T , T E X A S 7 8 4 1 1 3 8 3 3 S O U T H S T A P L E S S T R E E T S U I T E N 2 1 4 80 STR 915 9 6 7 6 3 PROFESS I O N A L E N G I N E E R S T A T E O F T E X AS L I C E N S E D R A M O N H . M A L D O N A D O , J R . I N D E F I N I T E Q U A N T I T Y ( I D I Q ) - R E B I D I M P R O V E M E N T S I N D E F I N I T E D E L I V E R Y , T R A F F I C S I G N A L A N D S T R E E T L I G H T I N G C I T Y o f C O R P U S C H R I S T I T E X A S CITY PROJECT # RECORD DRAWING NO. SHEET of CONSULTANT'S SHEET No. B Y D A T E D E S C R I P T I O N R E V I S I O N N O . B Y D A T E D E S C R I P T I O N R E V I S I O N N O . D e p a r t m e n t o f C a p i t a l P r o g r a m s O N L Y O N L Y O N L Y O N L Y O N L Y ONLY 10 20 400 SCALE N C PROP. PVC CONDUIT PROP. PVC CONDUIT (BORE) C C TO REMAIN EXISTING CONTROLLER 13 D O D D R I D G E S T @ S A N T A F E S T P L A N L A Y O U T 3 (TYPE C) PROP. GROUND BOX W/ APRON CONDUCTORS AND CONDUIT OFSUMMARY # RUN (FT) LENGTH RUN CONDUCTORS OFNUMBER TRENCH (INS) AWG#6 (BARE) AWG#6 (BARE) AWG#8 AWG #14 16/C 3" 1 2 TOTALS CONDUIT(PVC) 3 BORE 3" 5 10 45 1 1 55'5' 1 1 1 1 60' S A N T A F E S T DODDRIDGE ST LEGEND: 1 2 3 9 / 1 1 / 1 5 M A L D O N A D O - B U R K E T T I N T E L L I G E N T T R A N S P O R T A T I O N S Y S T E M S , L L P E15126 T B P E R E G . # F - 1 0 2 5 8 P H . ( 3 6 1 ) 2 3 6 - 4 6 1 1 w w w . m b i t s g r o u p .c o m C O R P U S C H R I S T , T E X A S 7 8 4 1 1 3 8 3 3 S O U T H S T A P L E S S T R E E T S U I T E N 2 1 4 80 STR 915 9 6 7 6 3 PROFESS I O N A L E N G I N E E R S T A T E O F T E X AS L I C E N S E D R A M O N H . M A L D O N A D O , J R . I N D E F I N I T E Q U A N T I T Y ( I D I Q ) - R E B I D I M P R O V E M E N T S I N D E F I N I T E D E L I V E R Y , T R A F F I C S I G N A L A N D S T R E E T L I G H T I N G C I T Y o f C O R P U S C H R I S T I T E X A S CITY PROJECT # RECORD DRAWING NO. SHEET of CONSULTANT'S SHEET No. B Y D A T E D E S C R I P T I O N R E V I S I O N N O . B Y D A T E D E S C R I P T I O N R E V I S I O N N O . D e p a r t m e n t o f C a p i t a l P r o g r a m s N 400 SCALE UTILITY LEGEND: CABINET TO REMAIN EXISTING FLASHER POLE TO REMAIN EXISTING WOOD POLE TO REMAIN EXISTING WOOD POLE TO REMAIN EXISTING WOOD POLE TO REMAIN EXISTING WOOD SOURCE EXISTING POWER POLE TO REMAIN EXISTING WOOD ONLY MESSENGER CABLE/CONDUCTORS REMOVE FLASHER AND ONLY MESSENGER CABLE/CONDUCTORS REMOVE FLASHER AND 10 20 POWER POLE OVERHEAD ELECTRICAL 4 14 P R 2 2 @ B A L L I P A R K C O N D I T I O N L A Y O U T REMAIN SEE NOTE 5 SEE NOTE 5 STOP REMAIN STOP YIELD REMAIN P A D R E B A L L I P A R K E N T R A N C E P A D R E B A L L I P A R K E X I T E N C A N T A D A A V E PARK ROAD 22 PARK ROAD 22 LEGEND: OH PP E R R R R R R R R R R R PP PPPP PP R TO BE REMOVED EXIST. AERIAL CABLES ANCHOR TO BE REMOVED EXIST. GUY WIRE/GUARD/ TO BE REMOVED EXIST. FLASHER HEAD TO REMAIN EXIST. LUMINAIRE R NOTES: LIGHTING IS NOT PART OF THE FLASHER SYSTEM. SHALL REMAIN IN PLACE AND OPERATIONAL SAFETY AND ELECTRICAL CONDUCTORSEXIST. SAFETY LIGHTING BE FIELD VERIFIED PRIOR TO CONSTRUCTION. THE LOCATION OF UTILITIES ARE APPOXIMATE AND SHALL REMOVED FROM THE PROJECT SITE. SHALL BECOME THE PROPERTY OF THE CONTRACTOR AND CITY OF CORPUS CHRISTI. ALL OTHER SIGNAL EQUIPMENT BY THE CITY ENGINEER SHALL BE RETURNED TO THE ALL SIGNAL EQUIPMENT REMOVED DEEMED SALVAGEABLE THE NEW FLASHER IS INSTALLED. EXISTING FLASHER SHALL REMAIN IN OPERATION UNTIL PART OF THE TRAFFIC SIGNAL SYSTEM. BEFORE ACTIVATING, DEACTIVATING, OR MODIFYING ANY BEFORE COMMENCING TRAFFIC SIGNAL WORK AND THE CONTRACTOR SHALL NOTIFY THE CITY ENGINEER 5. 4. 3. 2. 1. 9 / 1 1 / 1 5 M A L D O N A D O - B U R K E T T I N T E L L I G E N T T R A N S P O R T A T I O N S Y S T E M S , L L P E15126 T B P E R E G . # F - 1 0 2 5 8 P H . ( 3 6 1 ) 2 3 6 - 4 6 1 1 w w w . m b i t s g r o u p .c o m C O R P U S C H R I S T , T E X A S 7 8 4 1 1 3 8 3 3 S O U T H S T A P L E S S T R E E T S U I T E N 2 1 4 80 STR 915 9 6 7 6 3 PROFESS I O N A L E N G I N E E R S T A T E O F T E X AS L I C E N S E D R A M O N H . M A L D O N A D O , J R . I N D E F I N I T E Q U A N T I T Y ( I D I Q ) - R E B I D I M P R O V E M E N T S I N D E F I N I T E D E L I V E R Y , T R A F F I C S I G N A L A N D S T R E E T L I G H T I N G C I T Y o f C O R P U S C H R I S T I T E X A S CITY PROJECT # RECORD DRAWING NO. SHEET of CONSULTANT'S SHEET No. B Y D A T E D E S C R I P T I O N R E V I S I O N N O . B Y D A T E D E S C R I P T I O N R E V I S I O N N O . D e p a r t m e n t o f C a p i t a l P r o g r a m s N 10 20 400 SCALE UTILITY LEGEND: 4 15 PROP. ELECTRICAL SERVICE #2 EXIST. FLASHER CABINET (120/240 VOLT) PROP. POWER SOURCE POWER POLE OVERHEAD ELECTRICAL P R 2 2 @ B A L L I P A R K P L A N L A Y O U T POLE "A" EXISTING WOOD POLE "B" EXISTING WOOD POLE "C" EXISTING WOOD POLE "D" EXISTING WOOD POLE "E" EXISTING WOOD P A D R E B A L L I P A R K E N T R A N C E P A D R E B A L L I P A R K E X I T E N C A N T A D A A V E PARK ROAD 22 PARK ROAD 22 " A- A" "C-C" "B-B" "D-D" LEGEND: OH PP E PP PPPP PP R R Y Y 2,3 & 51 & 4 LED SIGNAL HEADS PROPOSED 12" PROP. SPAN WIRE ANCHOR PROP. GUY WIRE/GUARD/ PROP. FLASHER HEAD EXIST. LUMINAIRE (ALTERNATE FLASH OPERATION) BOUNCING BALL FLASH 5 4 1 2 3 X 9 / 1 1 / 1 5 M A L D O N A D O - B U R K E T T I N T E L L I G E N T T R A N S P O R T A T I O N S Y S T E M S , L L P E15126 T B P E R E G . # F - 1 0 2 5 8 P H . ( 3 6 1 ) 2 3 6 - 4 6 1 1 w w w . m b i t s g r o u p .c o m C O R P U S C H R I S T , T E X A S 7 8 4 1 1 3 8 3 3 S O U T H S T A P L E S S T R E E T S U I T E N 2 1 4 80 STR 915 9 6 7 6 3 PROFESS I O N A L E N G I N E E R S T A T E O F T E X AS L I C E N S E D R A M O N H . M A L D O N A D O , J R . I N D E F I N I T E Q U A N T I T Y ( I D I Q ) - R E B I D I M P R O V E M E N T S I N D E F I N I T E D E L I V E R Y , T R A F F I C S I G N A L A N D S T R E E T L I G H T I N G C I T Y o f C O R P U S C H R I S T I T E X A S CITY PROJECT # RECORD DRAWING NO. SHEET of CONSULTANT'S SHEET No. B Y D A T E D E S C R I P T I O N R E V I S I O N N O . B Y D A T E D E S C R I P T I O N R E V I S I O N N O . D e p a r t m e n t o f C a p i t a l P r o g r a m s P R 2 2 @ B A L L I P A R K E L E V A T I O N S 4 16 1-4/C#14 SIGNAL CABLE 1-1/C#6 BARE 2-1/C#6 INSULATED " RM CONDUIT2 12-1 PROP. SOURCE POWER "A-A" "D-D" "B-B" "C-C" DETAIL SHEET. CONFIRM WITH OVERHEAD FLASHER NOTES: SPAN WIRE INSTALLATION SHALL 132' 49'83' ' 9 1 126' 71' ' 9 1 55' X X X X 112' 60'52' ' 9 1X X 90' 52'38' ' 9 1 SIGNAL CABLE 1-4/C#14 CABINET EXIST. FLASHER SERVICE #2 PROP. ELECTRICAL & ANCHOR PROP. GUY, GUARD POLE "A" EXIST. WOOD & ANCHOR PROP. GUY, GUARD POLE "B" EXIST. WOOD SIGNAL CABLE 1-4/C#14 MESS STRAND 3/8" GALV. SIGNAL CABLE 1-4/C#14 MESS STRAND 3/8" GALV. MESS STRAND 3/8" GALV. POLE "B" EXIST. WOOD POLE "D" EXIST. WOOD POLE "D" EXIST. WOOD & ANCHOR PROP. GUY, GUARD & ANCHOR PROP. GUY, GUARD POLE "E" EXIST. WOOD & ANCHOR PROP. GUY, GUARD & ANCHOR PROP. GUY, GUARD POLE "B" EXIST. WOOD SIGNAL CABLE 3-4/C#14 MESS STRAND 3/8" GALV. SPLICE PERMITTED DISCONNECT HANGER (TYP) 3.5' SIGNAL CABLE 1-4/C#14 SIGNAL CABLE 2-4/C#14 321 TO REMAIN EXIST. LUMINAIRE POLE "C" EXIST. WOOD TO REMAIN ELECTRICAL CONDUCTORS TO REMAIN ELECTRICAL CONDUCTORS TO REMAIN EXIST. LUMINAIRE 9 / 1 1 / 1 5 N 10 20 400 SCALE POLE TO REMAIN EXISTING WOOD ( V I E N T O D E L M A R ) A C C E S S R O A D 4 CABINET TO REMAIN EXISTING FLASHER POLE TO REMAIN EXISTING WOOD SOURCE EXISTING POWER POLE TO REMAIN EXISTING WOOD ONLY CABLE/CONDUCTORS AND MESSENGER REMOVE FLASHER 5 UTILITY LEGEND: POWER POLE OVERHEAD ELECTRICAL 17 P R 2 2 @ A C C E S S R O A D 4 C O N D I T I O N L A Y O U T PARK ROAD 22 PARK ROAD 22 REMAIN STOP M A L D O N A D O - B U R K E T T I N T E L L I G E N T T R A N S P O R T A T I O N S Y S T E M S , L L P E15126 T B P E R E G . # F - 1 0 2 5 8 P H . ( 3 6 1 ) 2 3 6 - 4 6 1 1 w w w . m b i t s g r o u p .c o m C O R P U S C H R I S T , T E X A S 7 8 4 1 1 3 8 3 3 S O U T H S T A P L E S S T R E E T S U I T E N 2 1 4 80 STR 915 9 6 7 6 3 PROFESS I O N A L E N G I N E E R S T A T E O F T E X AS L I C E N S E D R A M O N H . M A L D O N A D O , J R . I N D E F I N I T E Q U A N T I T Y ( I D I Q ) - R E B I D I M P R O V E M E N T S I N D E F I N I T E D E L I V E R Y , T R A F F I C S I G N A L A N D S T R E E T L I G H T I N G C I T Y o f C O R P U S C H R I S T I T E X A S CITY PROJECT # RECORD DRAWING NO. SHEET of CONSULTANT'S SHEET No. B Y D A T E D E S C R I P T I O N R E V I S I O N N O . B Y D A T E D E S C R I P T I O N R E V I S I O N N O . D e p a r t m e n t o f C a p i t a l P r o g r a m s R PP PP PP R R R R R PP PP PP PP LEGEND: R OH PP E R TO BE REMOVED EXIST. AERIAL CABLES ANCHOR TO BE REMOVED EXIST. GUY WIRE/GUARD/ TO BE REMOVED EXIST. FLASHER HEAD TO REMAIN EXIST. LUMINAIRE NOTES: BE FIELD VERIFIED PRIOR TO CONSTRUCTION. THE LOCATION OF UTILITIES ARE APPOXIMATE AND SHALL REMOVED FROM THE PROJECT SITE. SHALL BECOME THE PROPERTY OF THE CONTRACTOR AND CITY OF CORPUS CHRISTI. ALL OTHER SIGNAL EQUIPMENT BY THE CITY ENGINEER SHALL BE RETURNED TO THE ALL SIGNAL EQUIPMENT REMOVED DEEMED SALVAGEABLE THE NEW FLASHER IS INSTALLED. EXISTING FLASHER SHALL REMAIN IN OPERATION UNTIL PART OF THE TRAFFIC SIGNAL SYSTEM. BEFORE ACTIVATING, DEACTIVATING, OR MODIFYING ANY BEFORE COMMENCING TRAFFIC SIGNAL WORK AND THE CONTRACTOR SHALL NOTIFY THE CITY ENGINEER 4. 3. 2. 1. 9 / 1 1 / 1 5 N 10 20 400 SCALE "A-A" "B-B"UTILITY LEGEND: POWER POLE OVERHEAD ELECTRICAL 5 P R 2 2 @ A C C E S S R O A D 4 P L A N L A Y O U T PROP. ELECTRICAL SERVICE #3 EXIST. FLASHER CABINET (120/240 VOLT) PROP. POWER SOURCE 18 POLE "A" EXISTING WOOD POLE "B" EXISTING WOOD POLE "C" EXISTING WOOD M A L D O N A D O - B U R K E T T I N T E L L I G E N T T R A N S P O R T A T I O N S Y S T E M S , L L P E15126 T B P E R E G . # F - 1 0 2 5 8 P H . ( 3 6 1 ) 2 3 6 - 4 6 1 1 w w w . m b i t s g r o u p .c o m C O R P U S C H R I S T , T E X A S 7 8 4 1 1 3 8 3 3 S O U T H S T A P L E S S T R E E T S U I T E N 2 1 4 80 STR 915 9 6 7 6 3 PROFESS I O N A L E N G I N E E R S T A T E O F T E X AS L I C E N S E D R A M O N H . M A L D O N A D O , J R . I N D E F I N I T E Q U A N T I T Y ( I D I Q ) - R E B I D I M P R O V E M E N T S I N D E F I N I T E D E L I V E R Y , T R A F F I C S I G N A L A N D S T R E E T L I G H T I N G C I T Y o f C O R P U S C H R I S T I T E X A S CITY PROJECT # RECORD DRAWING NO. SHEET of CONSULTANT'S SHEET No. B Y D A T E D E S C R I P T I O N R E V I S I O N N O . B Y D A T E D E S C R I P T I O N R E V I S I O N N O . D e p a r t m e n t o f C a p i t a l P r o g r a m s PARK ROAD 22 PARK ROAD 22 ( V I E N T O D E L M A R ) A C C E S S R O A D 4 R R Y Y PP PP PP PP LEGEND: OH PP E PP PP PP 2 1 & 3 LED SIGNAL HEADS PROPOSED 12" 1 2 3 PROP. SPAN WIRE ANCHOR PROP. GUY WIRE/GUARD/ PROP. FLASHER HEAD EXIST. LUMINAIRE X (ALTERNATE FLASH OPERATION) BOUNCING BALL FLASH 9 / 1 1 / 1 5 M A L D O N A D O - B U R K E T T I N T E L L I G E N T T R A N S P O R T A T I O N S Y S T E M S , L L P E15126 T B P E R E G . # F - 1 0 2 5 8 P H . ( 3 6 1 ) 2 3 6 - 4 6 1 1 w w w . m b i t s g r o u p .c o m C O R P U S C H R I S T , T E X A S 7 8 4 1 1 3 8 3 3 S O U T H S T A P L E S S T R E E T S U I T E N 2 1 4 80 STR 915 9 6 7 6 3 PROFESS I O N A L E N G I N E E R S T A T E O F T E X AS L I C E N S E D R A M O N H . M A L D O N A D O , J R . I N D E F I N I T E Q U A N T I T Y ( I D I Q ) - R E B I D I M P R O V E M E N T S I N D E F I N I T E D E L I V E R Y , T R A F F I C S I G N A L A N D S T R E E T L I G H T I N G C I T Y o f C O R P U S C H R I S T I T E X A S CITY PROJECT # RECORD DRAWING NO. SHEET of CONSULTANT'S SHEET No. B Y D A T E D E S C R I P T I O N R E V I S I O N N O . B Y D A T E D E S C R I P T I O N R E V I S I O N N O . D e p a r t m e n t o f C a p i t a l P r o g r a m s 5 19 P R 2 2 @ A C C E S S R O A D 4 E L E V A T I O N S SOURCE POWER 1-4/C#14 SIGNAL CABLE 1-1/C#6 BARE 2-1/C#6 INSULATED " RM CONDUIT2 12-1 PROP. "A-A" "B-B" DETAIL SHEET. CONFIRM WITH OVERHEAD FLASHER NOTES: SPAN WIRE INSTALLATION SHALL 106' 56'50' ' 9 1 X X 100' 50'50' ' 9 1X X & ANCHOR PROP. GUY, GUARD POLE "B" EXIST. WOOD & ANCHOR PROP. GUY, GUARD POLE "A" EXIST. WOOD SIGNAL CABLE 1-4/C#14 MESS STRAND 3/8" GALV. & ANCHOR PROP. GUY, GUARD & ANCHOR PROP. GUY, GUARD POLE "B" EXIST. WOOD POLE "C" EXIST. WOOD SERVICE #2 PROP. ELECTRICAL CABINET EXIST. FLASHER SIGNAL CABLE 1-4/C#14 MESS STRAND 3/8" GALV. 1 2 3 SPLICE PERMITTED DISCONNECT HANGER SIGNAL CABLE 2-4/C#14 (TYP) 3.5' 9 / 1 1 / 1 5 LIFT PLATE THIMBLEYE BOLT (Angle Type) EYE NUTS (Twineye & tripleye) GUY CLAMP (3-Bolt) 8-WAY ANCHOR CONNECTING LINK GUY ATTACHMENT 3-WAY BAND 135 45 45 DETAILS FOR STEEL STRAIN POLES SPAN CABLE ATTACHMENT for 2 guy for 1 guy wires wire 15" MIN.-48" MAX. *ANCHORS SHOULD BE LOCATED BETWEEN THE ANCHOR AND THE POLE BUTT IS EQUAL TO THE DISTANCE FROM THE GROUND TO THE POINT OF GUY ATTACHMENT. IN NO CASE SHOULD THE DISTANCE FROM THE ANCHOR TO THE POLE THE DISTANCE FROM THE GROUND TO THE POINT OF GUY ATTACHMENT. SO THAT THE DISTANCE * MIN. 6" HEAVY GUY CLAMP WITH 3-5/8" 8" BUTT BE LESS THAN 1/3 OF 12" MAX. 8-WAY ANCHOR F O R D E S I R A B L E C L E A R A N C E BOLTS 7'-0" GUY CLAMP SQUARE WASHER EYE NUT BOLT CONNECTOR GUY CLAMP HANGER CLAMP SPAN WIRE SIGNAL CABLE MULTI CONDUCTOR STRAP & LASHING WIRE STAINLESS STEEL CABLE SQUARE WASHER EYE NUT GUY CLAMP THIMBLEYE BOLT AND NUT SQUARE WASHER GROUND PVC MOULDING AT BOTTOM + 18" HOLE DIA = POLE DIA BACKFILL CONCRETE CLASS A OR C SPREADER GUY THIMBLEYE BOLT W/GUY ATTACHMENT LIFT PLATE GUY CLAMP LINK CONNECTION FOR 2 WIRES GUY ATTACHMENT OR FARGO OR EQUAL STRANDVISE ( NO. 5202 ) RELIABLE ELECTRIC BAND 3 WAY POLE STEEL STRAIN EYE ANCHOR ROD " X 8' DOUBLE BACKFILL CONCRETE CLASS A OR C GROUNDING BUSHING BOND TO SPAN WIRE NO. 6 BARE NOTE: EXTEND #6 BARE EGC AS NECESSARY GROUNDING CONDUCTOR (EGC). BOND ALL METAL PARTS TO EQUIPMENT IN FIXTURE GROUNDING CONDUCTOR BOND EQUIPMENT (4" RMC AT CONTROLLER) 1" RMC NO. 6 BONDING JUMPER NO. 6 BONDING JUMPER BOLT CONNECTOR BOLT CONNECTOR BOLT CONNECTOR BOLT CONNECTOR BOLT CONNECTORNO. 6 BONDING JUMPER BOLT CONNECTOR LENGTH OF SPAN SAG= 5% OF FOR 1 WIRE GUY ATTACHMENT LINK CONNECTION CABINET FLASHER IN THE PLANS LUMINAIRE ARM IF CALLED OUT 20 ELECTRICAL SERVICE RAIN LOOP 6" MIN. 1" RMC 6" IF REQUIRED ( CLASS 2 ) 40' SOUTHERN YELLOW PINE POLE CREOSOTE OIL TREATED IF REQUIRED GROUND BOX FOR NEW POLES ONLY CONCRETE BACKFILL CLASS A OR C O V E R H E A D F L A S H E R D E T A I L S S E E P L A N L A Y O U T FLASH BALL BOUNCING PERMITTED) (SPLICE HANGER DISCONNECT UTILITY GRADE, CLASS C …" STRANDED STEEL CABLE UTILITY GRADE, CLASS C …" STRANDED STEEL CABLE UTILITY GRADE, CLASS C …" STRANDED STEEL CABLE M A L D O N A D O - B U R K E T T I N T E L L I G E N T T R A N S P O R T A T I O N S Y S T E M S , L L P E15126 T B P E R E G . # F - 1 0 2 5 8 P H . ( 3 6 1 ) 2 3 6 - 4 6 1 1 w w w . m b i t s g r o u p .c o m C O R P U S C H R I S T , T E X A S 7 8 4 1 1 3 8 3 3 S O U T H S T A P L E S S T R E E T S U I T E N 2 1 4 80 STR 915 9 6 7 6 3 PROFESS I O N A L E N G I N E E R S T A T E O F T E X AS L I C E N S E D R A M O N H . M A L D O N A D O , J R . I N D E F I N I T E Q U A N T I T Y ( I D I Q ) - R E B I D I M P R O V E M E N T S I N D E F I N I T E D E L I V E R Y , T R A F F I C S I G N A L A N D S T R E E T L I G H T I N G C I T Y o f C O R P U S C H R I S T I T E X A S CITY PROJECT # RECORD DRAWING NO. SHEET of CONSULTANT'S SHEET No. B Y D A T E D E S C R I P T I O N R E V I S I O N N O . B Y D A T E D E S C R I P T I O N R E V I S I O N N O . D e p a r t m e n t o f C a p i t a l P r o g r a m s 9 / 1 1 / 1 5 ALUMINUM SIGNS GENERAL NOTES: 7. 6. 5. 4. 3. 2. 1. 21 R3-8LK NUMBERS WITH CITY OF CORPUS CHRISTI. SEE PLAN LAYOUTS FOR BLOCK NUMBERS AND LOCATIONS. CONTRACTOR TO VERIFY BLOCK TO THE VARIOUS BID ITEMS. SIGNS SHALL BE MOUNTED HORIZONTAL. BRACKETS AND WORK SHALL BE SUBSIDIARY TO THE VARIOUS BID ITEMS. THIS WORK WILL NOT BE PAID FOR DIRECTLY BUT WILL BE CONSIDERED SUBSIDERLY CONFORMING WITH THE ITEM ALUMINUM SIGNS (TYPE A). THE SIGN BLANKS SHALL BE ONE PIECE SHEET ALUMINUM ALLOY 0.080 INCH THICK BLACK OR WHITE AND THE BACKGROUND SHALL BE WHITE OR GREEN REFLECTIVE AS DETAILED. THE REFLECTIVE MATERIALS BY A SCREEN PROCESS. THE LETTERS AND BORDER SHALL BE THE LETTERS, ARROWS, AND BORDERS SHALL BE APPLIED DIRECTLY TO THE SURFACE OF WITH THE SPECIFICATIONS. THE SIGN BACKGROUND SHALL BE OF FLAT SURFACE REFLECTIVE SHEETING, CONFORMING OF TEXT SHALL BE SUCH AS TO PROVIDE A BALANCED APPEARANCE. AND HIGHWAYS, LATEST EDITION, AND ANY APPROVED CHANGES THERETO. LATERAL SPACING HIGHWAY ADMINISTRATION'S MANUAL ON UNIFORM TRAFFIC CONTROL DEVICES FOR STREET ALPHABETS AND LATERAL SPACING BETWEEN LETTERS SHALL CONFORM WITH THE FEDERAL S I G N D E T A I L S SPECIAL M A L D O N A D O - B U R K E T T I N T E L L I G E N T T R A N S P O R T A T I O N S Y S T E M S , L L P E15126 T B P E R E G . # F - 1 0 2 5 8 P H . ( 3 6 1 ) 2 3 6 - 4 6 1 1 w w w . m b i t s g r o u p .c o m C O R P U S C H R I S T , T E X A S 7 8 4 1 1 3 8 3 3 S O U T H S T A P L E S S T R E E T S U I T E N 2 1 4 80 STR 915 9 6 7 6 3 PROFESS I O N A L E N G I N E E R S T A T E O F T E X AS L I C E N S E D R A M O N H . M A L D O N A D O , J R . I N D E F I N I T E Q U A N T I T Y ( I D I Q ) - R E B I D I M P R O V E M E N T S I N D E F I N I T E D E L I V E R Y , T R A F F I C S I G N A L A N D S T R E E T L I G H T I N G C I T Y o f C O R P U S C H R I S T I T E X A S CITY PROJECT # RECORD DRAWING NO. SHEET of CONSULTANT'S SHEET No. B Y D A T E D E S C R I P T I O N R E V I S I O N N O . B Y D A T E D E S C R I P T I O N R E V I S I O N N O . D e p a r t m e n t o f C a p i t a l P r o g r a m s 3 0 36 1.9" Radius, 0.8" Border, 0.5" Indent, Black on White; L ir=4.5, s=2.5; [ONLY] D 50} spacing; K ir=13.25, s=2.5; YNLO 1 0 4 4 2.6 4 1 0 4.3 51.6 4 4 8.5 4.9 2 4 66.8 13.2 8.1 4 4 4 4 1 8 84 1.5" Radius, 0.5" Border, White on Green; [S] ClearviewHwy-3-W; [Staples] ClearviewHwy-3-W; [St] ClearviewHwy-3-W; [2700] ClearviewHwy-3-W; S StStaples2700 9 / 1 1 / 1 5 START CROSSING Watch For Vehicles DON'T START Finish Crossing If Started DON'T CROSS PUSH BUTTON TO CROSS FLASHING STEADY TIME REMAINING To Finish CrossingTIMER START CROSSING Watch For Vehicles DON'T START Finish Crossing If Started DON'T CROSS PUSH BUTTON TO CROSS FLASHING STEADY TIME REMAINING To Finish CrossingTIMER AUDIBLE PEDESTRIAN SIGNAL UNITS (APS) BREAKAWAY ELECTRICAL CONNECTORS INSTALL APPROVED 10 AMP TIME DELAY FUSE IN BREAKAWAY CONNECTORS FOR UNGROUNDED CONDUCTORS. (BUSSMANN HET, LITTELFUSE LET, FERRAZ-SHAWMUT FEBN, OR APPROVED EQUAL) PROVIDE NON-FUSED WATERTIGHT BREAKAWAY ELECTRICAL CONNECTORS FOR BREAKAWAY POLES. SEE TS-FD STANDARD PEDESTAL POLE MOUNTSIDE OF POLE (STEEL) MOUNT SHOWN ON CONDUIT CHART) CONDUIT (SIZE AND # AS SEE TS-FD STANDARD CONDUCTORS 2" DIA. BUTTON PUSH BUTTON PEDESTRIAN 7 ' M I N . 1 0 ' M A X . 4 2 " 5"x7" (APS) SIGN STATION SIGNAL HEAD (LED) COUNTDOWN MOUNT CLAM SHELL POLE TRAFFIC SIGNAL STEEL BANDS 3/4" STAINLESS BASE COLLAR ASSEMBLY (SEE NOTE 4 AND DETAIL) CONNECTORS BREAKAWAY ELECTRICAL TRANSFORMER BASE 2" DIA. BUTTON PUSH BUTTON PEDESTRIAN CONDUCTORS 5"x7" (APS) SIGN STATION 4 1/2" ALUMINUM PIPE STEEL BANDS 3/4" STAINLESS POLE CAP SHOWN ON CONDUIT CHART) CONDUIT (SIZE AND # AS 4 2 " 1 0 ' M A X . 7 ' M I N . R O A D W A Y C U R B O R P A V E M E N T E D G E 10' MAX. SIGNAL HEAD (LED) COUNTDOWN MOUNT CLAM SHELL S I D E S R E E T HIGHWAY (TYPICAL) TACTILE ARROWS BREAKAWAY BASE CONDUCTOR BARE GROUNDING POLE TO PEDESTAL MALE DISCONNECT FEMALE DISCONNECT (5/C,2/C) CONDUCTORS INSULATED CONTROLLER FROM 1 8 " NOTES: 10' MIN.5' MAX. M A X . 1 0 ' 2' MIN. OR APPROVED EQUAL). LITTELFUSE LET, FERRAZ-SHAWMUT FEBN PROTECTED BY RAIL. (BUSSMANN HET, FOR BREAKAWAY POLES THAT ARE NOT BREAKAWAY ELECTRICAL CONNECTORS PROVIDE NON-FUSED WATERTIGHT SIZE OF CONDUCTORS. SEE PLAN LAYOUTS FOR NUMBER & FOR EACH INTERSECTION. PEDESTRIAN HEADS AT A UNIFORM HEIGHT THE CONTRACTOR SHALL MOUNT THE PUSH BUTTONS. LOCATION OF PEDESTRIAN SIGNALS & SEE PLAN LAYOUTS FOR NUMBER & WITH L.E.D. COUNTDOWN SIGNAL HEADS. ACCESSIBLE PEDESTRIAN SIGNAL UNITS 5. 4. 3. 2. 1. 3" MAX (RIGHT) R10-3eR (LEFT) R10-3eL 22 PED POLE PLACEMENT 15 15 ONLY INSTALL DOUBLE ARROW WHEN CALLED FOR IN PLANS. CAN BE OVAL OR CIRCULAR. BE LOCATED ON THE PUSH BUTTONS. BUTTON HOUSING PUSH BUTTON CAN BE PART OF SIGN ASSEMBLY OR SEPARATE. TACTILE ARROWS SHALL ADJUSTABLE ARROW - INNER ARROW IS EMBOSSED WITH SMALL INDICATOR LIGHT. 5"X7" SIGN FOR PEDESTAL POLE AND FOR STANDARD SIGNAL POLE. 7 " 7 " 5"5" C O N S T R U C T I O N D E T A I L S M A L D O N A D O - B U R K E T T I N T E L L I G E N T T R A N S P O R T A T I O N S Y S T E M S , L L P E15126 T B P E R E G . # F - 1 0 2 5 8 P H . ( 3 6 1 ) 2 3 6 - 4 6 1 1 w w w . m b i t s g r o u p .c o m C O R P U S C H R I S T , T E X A S 7 8 4 1 1 3 8 3 3 S O U T H S T A P L E S S T R E E T S U I T E N 2 1 4 80 STR 915 9 6 7 6 3 PROFESS I O N A L E N G I N E E R S T A T E O F T E X AS L I C E N S E D R A M O N H . M A L D O N A D O , J R . I N D E F I N I T E Q U A N T I T Y ( I D I Q ) - R E B I D I M P R O V E M E N T S I N D E F I N I T E D E L I V E R Y , T R A F F I C S I G N A L A N D S T R E E T L I G H T I N G C I T Y o f C O R P U S C H R I S T I T E X A S CITY PROJECT # RECORD DRAWING NO. SHEET of CONSULTANT'S SHEET No. B Y D A T E D E S C R I P T I O N R E V I S I O N N O . B Y D A T E D E S C R I P T I O N R E V I S I O N N O . D e p a r t m e n t o f C a p i t a l P r o g r a m s 9 / 1 1 / 1 5 M A L D O N A D O - B U R K E T T I N T E L L I G E N T T R A N S P O R T A T I O N S Y S T E M S , L L P E15126 T B P E R E G . # F - 1 0 2 5 8 P H . ( 3 6 1 ) 2 3 6 - 4 6 1 1 w w w . m b i t s g r o u p .c o m C O R P U S C H R I S T , T E X A S 7 8 4 1 1 3 8 3 3 S O U T H S T A P L E S S T R E E T S U I T E N 2 1 4 80 STR 915 9 6 7 6 3 PROFESS I O N A L E N G I N E E R S T A T E O F T E X AS L I C E N S E D R A M O N H . M A L D O N A D O , J R . I N D E F I N I T E Q U A N T I T Y ( I D I Q ) - R E B I D I M P R O V E M E N T S I N D E F I N I T E D E L I V E R Y , T R A F F I C S I G N A L A N D S T R E E T L I G H T I N G C I T Y o f C O R P U S C H R I S T I T E X A S CITY PROJECT # RECORD DRAWING NO. SHEET of CONSULTANT'S SHEET No. B Y D A T E D E S C R I P T I O N R E V I S I O N N O . B Y D A T E D E S C R I P T I O N R E V I S I O N N O . D e p a r t m e n t o f C a p i t a l P r o g r a m s BANDING 2 PLACES MIN. 3/4" STAINLESS STEEL BANDING 2 PLACES MIN. 3/4" STAINLESS STEEL DRIP LOOP CAT 5 ETHERNET BANDING 2 PLACES MIN. 3/4" STAINLESS STEEL RADAR DETECTOR BRACKET MOUNT CAMERA MOUNT CONNECTION CGB BRACKET RADAR DETECTOR RADAR BRACKET RADAR DETECTOR RADAR MAST ARM SIGNAL BANDING 2 PLACES MIN. 3/4" STAINLESS STEEL 13.61" 6"8" " A - A " "A-A" POLE MOUNT 3. 7 9" MAST ARM SIGNAL MAST ARM MOUNT DETECTOR RADAR RADAR BRACKET CONNECTION CGB CONNECTION CGB NOTES: 6. 5. 4. 3. 2. 1. 4. 3. 2. 1. NOTES: POLE MOUNT 2 5 ' F R O M G R O U N D DRIP LOOP SHALL HAVE RUBBER GROMMETS AND BE WATER TIGHT. ALL CABLE ENTRY AND EXIT POINTS IN THE POLE BE USED TO INSTALL CAMERA MOUNTS. 3/4" STAINLESS STEEL BANDING MATERIAL SHALL THE PROPER PHASE AT THE CONTROLLER. ALL WIRING SHALL BE NEW & CONNECTED TO AS SHOWN ON THE PLAN LAYOUT SHEETS PROP. CCTV CAMERAS ARE TO BE INSTALLED COMM CABLE 23 RADAR DETECTOR INSTALLATION CONNECTION ENTRY CGB FOR CABLE DRILL POLE CCTV SIGNAL POLE BE WATER TIGHT. AND/OR POLES SHALL HAVE RUBBER GROMMETS AND ALL CABLE ENTRY AND EXIT POINTS IN THE MAST ARM AFTER INSTALLATION TO PROVIDE PROPER ALIGNMENT. RADAR UNIT ASSEMBLY SHALL BE ROTATABLE BE USED TO INSTALL RADAR MOUNTS. 3/4 " STAINLESS STEEL BANDING MATERIAL SHALL ROADWAY AS POSSIBLE. RADAR UNITS SHALL BE MOUNTED AS FAR OVER THE MANUFACTURER. INSTALLED AS DETAILED OR AS DIRECTED BY THE RADAR DETECTOR UNIT & BRACKET SHALL BE INSTALLED INSIDE CONTROLLER CABINET. INTERFACE MODULES SHALL BE C O N S T R U C T I O N D E T A I L S 9 / 1 1 / 1 5 M A L D O N A D O - B U R K E T T I N T E L L I G E N T T R A N S P O R T A T I O N S Y S T E M S , L L P E15126 T B P E R E G . # F - 1 0 2 5 8 P H . ( 3 6 1 ) 2 3 6 - 4 6 1 1 w w w . m b i t s g r o u p .c o m C O R P U S C H R I S T , T E X A S 7 8 4 1 1 3 8 3 3 S O U T H S T A P L E S S T R E E T S U I T E N 2 1 4 80 STR 915 9 6 7 6 3 PROFESS I O N A L E N G I N E E R S T A T E O F T E X AS L I C E N S E D R A M O N H . M A L D O N A D O , J R . I N D E F I N I T E Q U A N T I T Y ( I D I Q ) - R E B I D I M P R O V E M E N T S I N D E F I N I T E D E L I V E R Y , T R A F F I C S I G N A L A N D S T R E E T L I G H T I N G C I T Y o f C O R P U S C H R I S T I T E X A S CITY PROJECT # RECORD DRAWING NO. SHEET of CONSULTANT'S SHEET No. B Y D A T E D E S C R I P T I O N R E V I S I O N N O . B Y D A T E D E S C R I P T I O N R E V I S I O N N O . D e p a r t m e n t o f C a p i t a l P r o g r a m s 24 1" X 2" OVAL HOLE 8 PLACES 24" 1" 2" "4 18 "4 18 "2 118 26" 44" "4 340 2" TOP VIEW SIDE VIEW ISOMETRIC VIEW GENERAL NOTES CABINET MANUFACTURES SPECIFICATIONS. THE CONTRACTOR SHALL VERIFY DIMENSIONS WITH TRAFFIC SIGNAL THE CONTRACTOR SHALL FURNISH CABINET BASE AS DETAILED. FOR CABINET FOUNDATION DETAILS SEE TS-CF-04 STANDARD. NEMA STANDARD "P" CABINET IS 24" DEEP. THIS IS FOR ECONOLITE STANDARD "P" CABINET AT 26" DEEP. HOLE LOCATONS ARE IDENTICAL TOP AND BOTTOM. ISOMETRIC VIEW FOR REFERENCE ONLY. 0.125" ALUMINUM STOCK. 7. 6. 5. 4. 3. 2. 1. C A B I N E T E X T E N S I O N D E T A I L S 9 / 1 1 / 1 5 B C ( 1 ) - 1 4 G E N E R A L N O T E S A N D R E Q U I R E M E N T S B A R R I C A D E A N D C O N S T R U C T I O N 25 DN:CK:DW:CK:FILE: JOB COUNTY SECT DIST REVISIONS TxDOT TxDOT TxDOT TxDOT HIGHWAY SHEET NO. C TxDOT CONTNovember 2002 95 SHEET 1 OF 12 AND REQUIREMENTS GENERAL NOTES BARRICADE AND CONSTRUCTION 4-03 9-07 5-10 7-13 Standard Division Operations Traffic BC(1)-14 8-14 bc-14.dgn http://www.txdot.gov THE DOCUMENTS BELOW CAN BE FOUND ON-LINE AT COMPLIANT WORK ZONE TRAFFIC CONTROL DEVICES LIST (CWZTCD) TEXAS MANUAL ON UNIFORM TRAFFIC CONTROL DEVICES (TMUTCD) STANDARD HIGHWAY SIGN DESIGNS FOR TEXAS (SHSD) TRAFFIC ENGINEERING STANDARD SHEETS MATERIAL PRODUCER LIST (MPL) ROADWAY DESIGN MANUAL - SEE "MANUALS (ONLINE MANUALS)" DEPARTMENTAL MATERIAL SPECIFICATIONS (DMS) Phone (512) 416-3118 Traffic Operations Division - TE Texas Department of Transportation below or by contacting: and their sources and may be found on-line at the web address given Traffic Control Devices List" (CWZTCD) describes pre-qualified products Only pre-qualified products shall be used. The "Compliant Work Zone BARRICADE AND CONSTRUCTION (BC) STANDARD SHEETS GENERAL NOTES: or as approved by the Engineer. right-of-way line as possible, or located behind a barrier or guardrail, must be parked away from travel lanes. They should be as close to the 13. Inactive equipment and work vehicles, including workers' private vehicles devices. 12. The Engineer has the final decision on the location of all traffic control exists. be in place only while work is actually in progress or a definite need 11. Except for devices required by Note 10, traffic control devices should shall be erected at or near the CSJ limits. strips. The BEGIN ROAD WORK NEXT X MILES, CONTRACTOR and END ROAD WORK signs solely of mobile operation work, such as striping or milling edgeline rumble the TRAFFIC FINES DOUBLE sign will not be required on projects consisting sign with plaque shall be erected in advance of the CSJ limits. However, TEXT LATER (see Sign Detail G20-10T) and the WORK ZONE TRAFFIC FINES DOUBLE 10. As shown on BC(2), the OBEY WARNING SIGNS STATE LAW sign, STAY ALERT TALK OR appropriate traffic control devices to be used. BC sheets are examples. As necessary, the Engineer will determine the most 9. The temporary traffic control devices shown in the illustrations of the provide a detail to the Contractor before the sign is manufactured. not shown in this manual shall be shown in the plans or the Engineer shall "Standard Highway Sign Designs for Texas," latest edition. Sign details 8. All signs shall be constructed in accordance with the details found in the justify the signing. divided highways where median width will permit and traffic volumes 7. The Engineer may require duplicate warning signs on the median side of revised to show appropriate work zone distance. directed by the Engineer. The BEGIN ROAD WORK NEXT X MILES sign shall be necessary warning signs as shown on these sheets, the TCP sheets or as adjacent project is completed first, the Contractor shall erect the redundant and the work areas appear continuous to the motorists. If the FINES DOUBLE, and other advance warning signs if the signing would be 6. When projects abut, the Engineer(s) may omit the END ROAD WORK, TRAFFIC Design Manual" or engineering judgment. "A Policy on Geometric Design of Highways and Streets," the TxDOT "Roadway Association of State Highway and Transportation Officials (AASHTO), applicable design criteria contained in manuals such as the American 5. Geometric design of lane shifts and detours should, when possible, meet the the approximate location of any device without the approval of the Engineer. control devices as shown in the plans. The Contractor may not move or change 4. The Contractor is responsible for installing and maintaining the traffic sign and seal Contractor proposed changes. by a licensed professional engineer for approval. The Engineer may develop, 3. The Contractor may propose changes to the TCP that are signed and sealed responsibility of the Engineer. 2. The development and design of the Traffic Control Plan (TCP)is the shown in the "Texas Manual on Uniform Traffic Control Devices" (TMUTCD). The information contained in these sheets meet or exceed the requirements devices, construction pavement markings, and typical work zone signs. to show typical examples for placement of temporary traffic control 1. The Barricade and Construction Standard Sheets (BC sheets) are intended WORKER SAFETY APPAREL NOTES: considered for high traffic volume work areas or night time work. performance for Class 2 or 3 risk exposure. Class 3 garments should be Apparel," or equivalent revisions, and labeled as ANSI 107-2004 standard the requirements of ISEA "American National Standard for High-Visibility within the right-of-way shall wear high-visibility safety apparel meeting 1. Workers on foot who are exposed to traffic or to construction equipment 3.0" Radius, 1.25" Border, 0.75" Indent, Black on Yellow; 3.0" Radius, 1.25" Border, 0.75" Indent, Black on Orange; .75" 1 . 5 " 2" 2" BACKGROUND ORANGE AND SYMBOL BORDER LEGEND, BLACK R=1.1" . 9 4 . 9 4 . 9 4 . 9 4 . 4 1 . 4 2 .31"1" .67".67" 1".31" 9" R=.44" R=.79" R=.13" . 3 1 " . 3 1 " 1 4 " . 3 1 " 1 . 1 4 " 1 . 1 4 " R=.75" 2 . 5 7 " 2 . 8 8 " 1 . 1 7 " 5 . 5 5 " 1 7 . 5 " 6.38" 1.68"1.68"1.68" 8.38" 4.9"19.7"6"24.5"4.9" 3 . 2 5 " 6 " D 1 2 " 4 8 " 4 " 1.25" 3 . 5 " 2 0 " 3 6 " 3 . 5 " 5 " C 20"20"20" 3.5"12"2.8"6.3"2.8"11.7"2.8"14.6"3.5" 60" 1.25" SIGN DETAIL (G20-10T) 5 " LEGEND BORDER AND BLACK BACKGROUND YELLOW COLORS: . 4 1 [STAY ALERT] Font: D [TALK OR TEXT LATER] Font: C specified length; WHITE BLACK WHITER=.26" R=1.5" M A L D O N A D O - B U R K E T T I N T E L L I G E N T T R A N S P O R T A T I O N S Y S T E M S , L L P E15126 T B P E R E G . # F - 1 0 2 5 8 P H . ( 3 6 1 ) 2 3 6 - 4 6 1 1 w w w . m b i t s g r o u p .c o m C O R P U S C H R I S T , T E X A S 7 8 4 1 1 3 8 3 3 S O U T H S T A P L E S S T R E E T S U I T E N 2 1 4 80 STR 915 9 6 7 6 3 PROFESS I O N A L E N G I N E E R S T A T E O F T E X AS L I C E N S E D R A M O N H . M A L D O N A D O , J R . I N D E F I N I T E Q U A N T I T Y ( I D I Q ) - R E B I D I M P R O V E M E N T S I N D E F I N I T E D E L I V E R Y , T R A F F I C S I G N A L A N D S T R E E T L I G H T I N G C I T Y o f C O R P U S C H R I S T I T E X A S CITY PROJECT # RECORD DRAWING NO. SHEET of CONSULTANT'S SHEET No. B Y D A T E D E S C R I P T I O N R E V I S I O N N O . B Y D A T E D E S C R I P T I O N R E V I S I O N N O . D e p a r t m e n t o f C a p i t a l P r o g r a m s 9 / 1 1 / 1 5 B C ( 2 ) - 1 4 P R O J E C T L I M I T B A R R I C A D E A N D C O N S T R U C T I O N 26 DN:CK:DW:CK:FILE: JOB COUNTY SECT DIST REVISIONS TxDOT TxDOT TxDOT HIGHWAY SHEET NO. C TxDOT CONT bc-14.dgn November 2002 96 SHEET 2 OF 12 R11-2 ROAD CLOSED XX ROAD WORK AHEAD END ROAD WORK END ROAD WORK CW20-1D CW1-6 ROAD WORK AHEAD CW20-1D NAME ADDRESS CITY STATE CONTRACTOR ROAD WORK NEXT X MILES BEGIN ROAD WORK AHEAD ROAD WORK AHEAD P R O J E C T 1 Block - City 1 Block - City ROAD WORK NEXT X MILESROAD WORK END ROAD WORK NEXT X MILES P R O J E C T CROSSROAD * X X X X ROAD WORK AHEAD END ROAD WORK END ROAD WORK CW20-1D NAME ADDRESS CITY STATE CONTRACTOR WORK ZONE TRAFFIC FINES DOUBLE WHEN WORKERS ARE PRESENT * * ROAD WORK BEGIN T-INTERSECTION ROAD WORK AHEAD CW20-1D CW20-1D CW20-1D 3X 3X XX ROAD WORK NEXT X MILES ROAD WORK NEXT X MILES NEXT X MILES INTERSECTED ROADWAY 1000'-1500' - Hwy 1000'-1500' - Hwy CSJ Limit CSJ Limit XXXXX XXXXX * 1,5,6 X X TYPICAL LOCATION OF CROSSROAD SIGNS X X WORK ZONE TRAFFIC FINES DOUBLE WHEN WORKERS ARE PRESENT WORK ZONE TRAFFIC FINES DOUBLE WHEN WORKERS ARE PRESENT R20-5T G20-5T G20-5T CW1-4R WORK AREAS IN MULTIPLE LOCATIONS WITHIN CSJ LIMITS SAMPLE LAYOUT OF SIGNING FOR WORK BEGINNING AT THE CSJ LIMITS ** ** ** ** ** ** ** ** ** SAMPLE LAYOUT OF SIGNING FOR WORK BEGINNING DOWNSTREAM OF THE CSJ LIMITS CW1-4L ** CW20-1E WORK ROAD G20-5T / MILE1 2 NEXT X MILES * * TYPICAL CONSTRUCTION WARNING SIGN SIZE AND SPACING 30 MPH 35 40 45 50 55 60 320 400 500 600 Posted Speed Sign Spacing (Apprx.) 2 65 700 70 800 3 ** 2 2 2 "X" Feet 120 160 240 75 900 2 80 1000 2 SPACING SIZE 4 9-07 Devices Channelizing Devices Channelizing min. 80' AREA WORK Limit CSJ 1 and 4) see Note (Optional 1 and 4) see Note (Optional G20-2 G20-1aT G20-1aT NEXT X MILES G20-2 CW13-1P SPACE WORK CW13-1PMPH MPH G20-2 SPACE WORK Channelizing Devices LEGEND Sign Type 3 Barricade spacing requirements. TMUTCD for sign Spacing chart or the Warning Sign Size and See Typical Construction G20-1bTR G20-1bTL R20-5T R20-5aTP G20-6T G20-2 R20-5aTP R20-5T G20-5aP G20-5aP G20-2 G20-6T channelizing devices Type 3 Barricade or devices channelizing Barricade or Type 3 G20-6T GENERAL NOTES or Series Number Sign Freeway Expressway/ Road Conventional CW20 CW21 CW22 48" x 48" 48" x 48" CW23 CW25 CW1, CW2, CW7, CW8, 36" x 36" 48" x 48" CW9, CW11, CW14 CW3, CW4, CW5, CW6, 48" x 48" 48" x 48" CW8-3, CW10, CW12 CSJ LIMITS AT T-INTERSECTION R20-3T ** TxDOT G20-5aP R20-5aTP 7-13 Standard Division Operations Traffic X channelizing devices. within the project limits. See the applicable TCP sheets for exact location and spacing of signs and "ROAD WORK AHEAD"(CW20-1D)signs are placed in advance of these work areas to remind drivers they are still When extended distances occur between minimal work spaces, the Engineer/Inspector should ensure additional (G20-1bTR)" signs shall be replaced by the detour signing called for in the plans. The "ROAD WORK NEXT X MILES" left arrow(G20-1bTL) and "ROAD WORK NEXT X MILES" right arrow NAME"(G20-6T) sign behind the Type 3 Barricades for the road closure (see BC(10) also). 2. If construction closes the road at a T-intersection the Contractor shall place the "CONTRACTOR being performed at or near an intersection. such as a flagger and accompanying signs, or other signs, that should be used when work is 1. The Engineer will determine the types and location of any additional traffic control devices, PROJECT LIMIT BARRICADE AND CONSTRUCTION WARNING SIGNS STATE LAW OBEY **R20-3T* WARNING SIGNS STATE LAW OBEY WORK ZONE TRAFFIC FINES DOUBLE WHEN WORKERS ARE PRESENT BEGIN**G20-9TP **R20-5T **R20-5aTP the plans or as determined by the Engineer/Inspector, shall be in place. 6. When work occurs in the intersection area, appropriate traffic control devices, as shown elsewhere in 5. Additional traffic control devices may be shown elsewhere in the plans for higher volume crossroads. will determine whether a roadway is considered high volume. motorists of the length of construction in either direction from the intersection. The Engineer 4. The "ROAD WORK NEXT X MILES"(G20-1aT)sign shall be required at high volume crossroads to advise Zone Standard Sheets. location and spacing of any sign not shown on the BC sheets, Traffic Control Plan sheets or the Work be considered part of the minimum requirements. The Engineer/Inspector will determine the proper AHEAD, LOOSE GRAVEL, or other appropriate signs. When additional signs are required, these signs will 3. Based on existing field conditions, the Engineer/Inspector may require additional signs such as FLAGGER in the plans. crossroads. The Engineer will determine whether a road is low volume. This information shall be shown Texas" manual for sign details. The Engineer may omit the advance warning signs on low volume "Typical Construction Warning Sign Size and Spacing"). See the "Standard Highway Sign Designs for with the reduced size 36" x 18" "END ROAD WORK"(G20-2) sign on low volume crossroads (see Note 4 under 2. The Engineer may use the reduced size 36" x 36" ROAD WORK AHEAD (CW20-1D) sign mounted back to back (G20-2) "END ROAD WORK" sign, unless noted otherwise in plans. 1. The typical minimum signing on a crossroad approach should be a "ROAD WORK AHEAD" (CW20-1D)sign and a SPEED LIMIT XX X * location with sign coordinate line should NO-PASSING Beginning of SPEED LIMIT XX* R2-1 R2-1 BC(2)-14 8-14 R2-1 SPEED LIMIT XX ** X G20-10T XX CW1-4L MPHCW13-1P NAME ADDRESS CITY STATE CONTRACTOR ROAD WORK NEXT X MILES BEGIN * ** * NOTES * the end of the work zone. Contractor will install a regulatory speed limit sign at Control Plan. and other signs or devices as called for on the Traffic Area for placement of "ROAD WORK AHEAD" (CW20-1D)sign consisting solely of mobile operations work. FINES DOUBLE signs will not be required on projects Required CSJ Limit signing. See Note 10 on BC(1). TRAFFIC if workers are present. lying outside the CSJ Limits where traffic fines may double motorist of entering or leaving a part of the work zone signs are required outside the CSJ Limits. They inform the shall be used as shown on the sample layout when advance The "BEGIN WORK ZONE"(G20-9TP) and "END WORK ZONE" (G20-2bT) No decimals shall be used. to the nearest whole mile with the approval of the Engineer. This distance shall replace the "X" and shall be rounded WORK NEXT X MILES"(G20-5T)sign for each specific project. to be placed on the G20-1 series signs and "BEGIN ROAD The Contractor shall determine the appropriate distance DO NOT PASS appropriate) (as R4-1 sizes. Sign Designs for Texas" manual for complete list of available sign design 6. See sign size listing in "TMUTCD", Sign Appendix or the "Standard Highway 5. Only diamond shaped warning sign sizes are indicated. Location of Crossroad Signs". crossroads at the discretion of the Engineer. See Note 2 under "Typical 4. 36" x 36" "ROAD WORK AHEAD" (CW20-1D)signs may be used on low volume or more advance warning. 3. Distance between signs should be increased as required to have 1/2 mile advance warning. 2. Distance between signs should be increased as required to have 1500 feet 1. Special or larger size signs may be used as necessary. work area and/or distance between each additional sign. Minimum distance from work area to first Advance Warning sign nearest the (TMUTCD) typical application diagrams or TCP Standard Sheets. see Part 6 of the "Texas Manual on Uniform Traffic Control Devices" For typical sign spacings on divided highways, expressways and freeways, G20-10T SPEED LIMIT R2-1 XX ** X X X ** * G20-2bT END WORK ZONE ** (See note 2 below) May be mounted on back of "ROAD WORK AHEAD"(CW20-1D) sign with approval of Engineer. M A L D O N A D O - B U R K E T T I N T E L L I G E N T T R A N S P O R T A T I O N S Y S T E M S , L L P E15126 T B P E R E G . # F - 1 0 2 5 8 P H . ( 3 6 1 ) 2 3 6 - 4 6 1 1 w w w . m b i t s g r o u p .c o m C O R P U S C H R I S T , T E X A S 7 8 4 1 1 3 8 3 3 S O U T H S T A P L E S S T R E E T S U I T E N 2 1 4 80 STR 915 9 6 7 6 3 PROFESS I O N A L E N G I N E E R S T A T E O F T E X AS L I C E N S E D R A M O N H . M A L D O N A D O , J R . I N D E F I N I T E Q U A N T I T Y ( I D I Q ) - R E B I D I M P R O V E M E N T S I N D E F I N I T E D E L I V E R Y , T R A F F I C S I G N A L A N D S T R E E T L I G H T I N G C I T Y o f C O R P U S C H R I S T I T E X A S CITY PROJECT # RECORD DRAWING NO. SHEET of CONSULTANT'S SHEET No. B Y D A T E D E S C R I P T I O N R E V I S I O N N O . B Y D A T E D E S C R I P T I O N R E V I S I O N N O . D e p a r t m e n t o f C a p i t a l P r o g r a m s 9 / 1 1 / 1 5 B C ( 3 ) - 1 4 W O R K Z O N E S P E E D L I M I T B A R R I C A D E A N D C O N S T R U C T I O N 27 DN:CK:DW:CK:FILE: JOB COUNTY SECT DIST REVISIONS TxDOT TxDOT TxDOT HIGHWAY SHEET NO. C TxDOT CONT bc-14.dgn November 2002 SHEET 3 OF 12 TxDOT 9-07 7-13 Standard Division Operations Traffic WORK ZONE SPEED LIMIT BARRICADE AND CONSTRUCTION SPEED LIMIT 60 SPEED LIMIT 70 TYPICAL APPLICATION OF WORK ZONE SPEED LIMIT SIGNS WORK ZONE SPEED LIMIT 60 WORK ZONE WORK ZONE SPEED LIMIT 70 (750' - 1500')(750' - 1500') R2-1 R2-1 R2-1 R2-1 Reduced speeds should only be posted in the vicinity of work activity and not throughout the entire project. LIMIT SPEED CW3-5 See General Note 4 60 and approved by the Texas Transportation Commission, or by City Ordinance when within Incorporated City Limits. Work zone speed limits shall be regulatory, established in accordance with the "Procedures for Establishing Speed Zones," or covered during periods when they are not needed. Regulatory work zone speed signs (R2-1) shall be removed signing. additional advance See BC(2) for one direction only. Signing shown for LIMITS CSJ Note 4 See General LIMIT SPEED CW3-5 60 G20-5aP G20-5aP SPEED LIMIT 60 GENERAL NOTES GUIDANCE FOR USE: mounting height. 3. Speed zone signs are illustrated for one direction of travel and are normally posted for each direction of travel. 40 mph and greater 0.2 to 2 miles 35 mph and less 0.2 to 1 mile 5. Regulatory speed limit signs shall have black legend and border on a white reflective B. Flagger stationed next to sign. A. Law enforcement. C. Portable changeable message sign (PCMS). This type of work zone speed limit should be included on the design of the traffic control plans when restricted geometrics with a lower design speed are present in the work zone and modification of the geometrics to a higher design speed is not feasible. Work activity may also be defined as a change in the roadway that requires a reduced speed for motorists to safely negotiate the work area, including: a) rough road or damaged pavement surface b) substantial alteration of roadway geometrics (diversions) c) construction detours d) grade e) width As long as any of these conditions exist, the work zone speed limit signs SHORT TERM WORK ZONE SPEED LIMITS the traffic control plans when workers or equipment are not behind concrete f) other conditions readily apparent to the driver projects where speed control is of major importance. E. Speed monitor trailers or signs. D. Low-power (drone) radar transmitter. (See Removing or Covering on BC(4)). Long/Intermediate Term Work Zone Speed Limit signs, when approved as described above, should be posted and visible to the motorist when work activity is present. motorists only when work activity is present. When work activity is not present, signs shall be removed or covered. Short Term Work Zone Speed Limit signs should be posted and visible to the background (See "Reflective Sheeting" on BC(4)). 4. Frequency of work zone speed limit signs should be: 8. Techniques that may help reduce traffic speeds include but are not limited to: 2. Regulatory work zone speed limit signs shall be placed on supports at a 7 foot minimum should remain in place. 1. Regulatory work zone speed limits should be used only for sections of construction LONG/INTERMEDIATE TERM WORK ZONE SPEED LIMITS zone reduction see TxDOT form #1204 in the TxDOT e-form system. conditions and factors impacting allowable regulatory construction speed 10.For more specific guidance concerning the type of work, work zone Work Zone Speed Limits should only be posted as approved for each project. 9. Speeds shown on details above are for illustration only. This type of work zone speed limit may be included on the design of barrier, when work activity is within 10 feet of the traveled way or actually in the travelled way. otherwise noted under "REMOVING OR COVERING" on BC(4). 7. Turning signs from view, laying signs over or down will not be allowed, unless as directly, but shall be considered subsidiary to Item 502. "WORK ZONE"(G20-5aP) plaque and the "SPEED LIMIT"(R2-1)signs shall not be paid for 6. Fabrication, erection and maintenance of the"ADVANCE SPEED LIMIT"(CW3-5)sign, Note 4 See General R2-1 WORK ZONE SPEED LIMIT 60 R2-1 signing. additional advance See BC(2) for one direction only. Signing shown for G20-5aPG20-5aP SPEED LIMIT 70 R2-1 LIMITS CSJ BC(3)-14 8-14 97 M A L D O N A D O - B U R K E T T I N T E L L I G E N T T R A N S P O R T A T I O N S Y S T E M S , L L P E15126 T B P E R E G . # F - 1 0 2 5 8 P H . ( 3 6 1 ) 2 3 6 - 4 6 1 1 w w w . m b i t s g r o u p .c o m C O R P U S C H R I S T , T E X A S 7 8 4 1 1 3 8 3 3 S O U T H S T A P L E S S T R E E T S U I T E N 2 1 4 80 STR 915 9 6 7 6 3 PROFESS I O N A L E N G I N E E R S T A T E O F T E X AS L I C E N S E D R A M O N H . M A L D O N A D O , J R . I N D E F I N I T E Q U A N T I T Y ( I D I Q ) - R E B I D I M P R O V E M E N T S I N D E F I N I T E D E L I V E R Y , T R A F F I C S I G N A L A N D S T R E E T L I G H T I N G C I T Y o f C O R P U S C H R I S T I T E X A S CITY PROJECT # RECORD DRAWING NO. SHEET of CONSULTANT'S SHEET No. B Y D A T E D E S C R I P T I O N R E V I S I O N N O . B Y D A T E D E S C R I P T I O N R E V I S I O N N O . D e p a r t m e n t o f C a p i t a l P r o g r a m s 9 / 1 1 / 1 5 B C ( 4 ) - 1 4 T E M P O R A R Y S I G N N O T E S B A R R I C A D E A N D C O N S T R U C T I O N 28 DN:CK:DW:CK:FILE: JOB COUNTY SECT DIST REVISIONS TxDOT TxDOT TxDOT TxDOT HIGHWAY SHEET NO. C TxDOT CONT bc-14.dgn November 2002 98 SHEET 4 OF 12 9-07 7-13 Standard Division Operations Traffic TEMPORARY SIGN NOTES BARRICADE AND CONSTRUCTION C u r b XX T r a v e l l a n e e d g e 12' min. FRONT ELEVATION SIDE ELEVATION T r a v e l l a n e e d g e OR TYPICAL MINIMUM CLEARANCES FOR LONG TERM AND INTERMEDIATE TERM SIGNS * * CONTRACTOR REQUIREMENTS FOR MAINTAINING PERMANENT SIGNS WITHIN THE PROJECT LIMITS 0'-6' 1. Permanent signs are used to give notice of traffic laws or regulations, call attention to conditions that are potentially hazardous to traffic operations, show route designations, destinations, directions, distances, services, points of interest, and other geographical, recreational, or cultural information. Drivers proceeding through a work zone need the same, if not better route guidance as normally installed on a roadway without construction. 2. When permanent regulatory or warning signs conflict with work zone conditions, 3. When existing permanent signs are moved and relocated due to construction purposes, they shall be visible to motorists at all times. 4. If existing signs are to be relocated on their original supports, they shall be installed on crashworthy bases as shown on the SMD Standard sheets. The signs shall meet the required mounting heights shown on the BC Sheets or the SMD Standards. This work should be paid for under the appropriate pay item for relocating existing signs. 5. If permanent signs are to be removed and relocated using temporary supports, the Contractor shall use crashworthy supports as shown on the BC sheets or the CWZTCD. The signs shall meet the required mounting heights shown on the BC Sheets or the SMD Standards during construction. This work should be paid for under the appropriate pay item for relocating existing signs. 6. Any sign or traffic control device that is struck or damaged by the Contractor or his/her construction equipment shall be replaced as soon as possible by the Contractor to ensure proper guidance for the motorists. This will be subsidiary to Item 502. remove or cover the permanent signs until the permanent sign message matches the roadway condition. ** ** ATTACHMENT FOR SIGN SUPPORTS Wood STOP/SLOW PADDLES 10"10" 24" 24" 24" 24" 8"C 8"B †" 9"8Š" R=2" 3" „"+ 6.0' min. Fiber Reinforced Plastic Wood, metal or the ground. SIZE OF SIGNS SIGN SUBSTRATES SIGN LETTERS Hand Signaling Devices in the TMUTCD. shall only be as specifically described in Section 6E.03 4. Any lights incorporated into the STOP or SLOW paddle faces length of 6' to the bottom of the sign. 3. STOP/SLOW paddles may be attached to a staff with a minimum retroreflectorized. 2. When used at night, the STOP/SLOW paddle shall be as detailed below. by flaggers. The STOP/SLOW paddle size should be 24" x 24" 1. STOP/SLOW paddles are the primary method to control traffic curb from minimum 2 ' min. 6' 9.0' max. 7.0' min. 9.0' max. 7.0' min. 9.0' max. 7.0' min. shoulder Paved shoulder Paved above sign protrude shall not Support above sign protrude shall not Support substrate. back of the sign 1/2 way up the extend more than Sign supports shall Legend & Border - White Background - Red Legend & Border - Black Background - Orange Supplemental plaques (advisory or distance) should not cover the surface of the parent sign. When plaques are placed on dual-leg supports, they should be attached to the upright nearest the travel lane. Objects shall NOT be placed under skids as a means of leveling. When placing skid supports on unlevel ground, the leg post lengths must be adjusted so the sign appears straight and plumb. MPH be allowed. other means. by splicing or extended or repaired supports shall not be any means. Wood joined or spliced by signs shall not be support. Multiple directly to the sign shall be attached Each sign Nails shall NOT sign supports substrates to other types of procedures for attaching sign manufacturer's recommended or screws. Use TxDOT's or will be by bolts and nuts Attachment to wooden supports FLAGS ON SIGNS greater 6' or of at least the same gauge material. should be at least 5 times nominal post size, centered on the splice and the sign substrate, not near the base of the support. Splice insert lengths above and two below the spice point. Splice must be located entirely behind height will only be allowed when the splice is made using four bolts, two Splicing embedded perforated square metal tubing in order to extend post GENERAL NOTES FOR WORK ZONE SIGNS 1. Contractor shall install and maintain signs in a straight and plumb condition and/or as directed by the Engineer. 2. Wooden sign posts shall be painted white. 3. Barricades shall NOT be used as sign supports. 4. All signs shall be installed in accordance with the plans or as directed by the Engineer. Signs shall be used to regulate, warn, and guide the traveling public safely through the work zone. 5. The Contractor may furnish either the sign design shown in the plans or in the "Standard Highway Sign Designs for Texas" (SHSD). The Engineer/Inspector may require the Contractor to furnish other work zone signs that are shown in the TMUTCD but may have been omitted from the plans. Any variation in the plans shall be documented by written agreement between the Engineer and the Contractor's Responsible Person. All changes must be documented in writing before being implemented. This can include documenting the changes in the Inspector's TxDOT diary and having both the Inspector and Contractor initial and date the agreed upon changes. 6. The Contractor shall furnish sign supports listed in the "Compliant Work Zone Traffic Control Device List" (CWZTCD). The Contractor shall install the sign support in accordance with the manufacturer's recommendations. If there is a question regarding installation procedures, the Contractor shall furnish the Engineer a copy of the manufacturer's installation recommendations so the Engineer can verify the correct procedures are being followed. 7. The Contractor is responsible for installing signs on approved supports and replacing signs with damaged or cracked substrates and/or damaged or marred reflective sheeting as directed by the Engineer/Inspector. 8. Identification markings may be shown only on the back of the sign substrate. The maximum height of letters and/or company logos used for identification shall be 1 inch. DURATION OF WORK (as defined by the "Texas Manual on Uniform Traffic Control Devices" Part 6) 1. The types of sign supports, sign mounting height,the size of signs, and the type of sign substrates can vary based on the type of work being performed. The Engineer is responsible for selecting the appropriate size sign for the type of work being performed. The Contractor is responsible for ensuring the sign support, sign mounting height and substrate meets manufacturer's recommendations in regard to crashworthiness and duration of work requirements. a. Long-term stationary - work that occupies a location more than 3 days. more than one hour. c. Short-term stationary - daytime work that occupies a location for more than 1 hour in a single daylight period. d. Short, duration - work that occupies a location up to 1 hour. e. Mobile - work that moves continuously or intermittently (stopping for up to approximately 15 minutes.) SIGN MOUNTING HEIGHT 1. The bottom of Long-term/Intermediate-term signs shall be at least 7 feet, but not more than 9 feet, above the paved surface, except as shown for supplemental plaques mounted below other signs. 2. The bottom of Short-term/Short Duration signs shall be a minimum of 1 foot above the pavement surface but no more than 2 feet above 3. Long-term/Intermediate-term Signs may be used in lieu of Short-term/Short Duration signing. appropriate Long-term/Intermediate sign height. 5. Regulatory signs shall be mounted at least 7 feet, but not more than 9 feet, above the paved surface regardless of work duration. REFLECTIVE SHEETING 1. All signs shall be retroreflective and constructed of sheeting meeting the color and retro-reflectivity requirements of DMS-8300 for rigid signs or DMS-8310 for roll-up signs. The web address for DMS specifications is shown on BC(1). 1. All sign letters and numbers shall be clear, and open rounded type uppercase alphabet letters as approved by the Federal Highway Administration (FHWA) and as published in the "Standard Highway Sign Design for Texas" manual. Signs, letters and numbers shall be of first class workmanship in accordance with Department Standards and Specifications. REMOVING OR COVERING 1. When sign messages may be confusing or do not apply, the signs shall be removed or completely covered. 2. Long-term stationary or intermediate stationary signs installed on square metal tubing may be turned away from traffic 90 degrees when 3. Signs installed on wooden skids shall not be turned at 90 degree angles to the roadway. These signs should be removed or completely covered when not required. 4. When signs are covered, the material used shall be opaque, such as heavy mil black plastic, or other materials which will cover the 9. The Contractor shall replace damaged wood posts. New or damaged wood sign posts shall not be spliced. 1. The Contractor shall furnish the sign sizes shown on BC (2) unless otherwise shown in the plans or as directed by the Engineer. intersections where the sign may be seen from approaching traffic. the sign message is not applicable. This technique may not be used for signs installed in the median of divided highways or near any 1. The Contractor shall ensure the sign substrate is installed in accordance with the manufacturer's recommendations for the type of sign support that is being used. The CWZTCD lists each substrate that can be used on the different types and models of sign supports. 2. "Mesh" type materials are NOT an approved sign substrate, regardless of the tightness of the weave. 3. All wooden individual sign panels fabricated from 2 or more pieces shall have one or more plywood cleat, 1/2" thick by 6" wide, fastened to the back of the sign and extending fully across the sign. The cleat shall be attached to the back of the sign using wood screws that do not penetrate the face of the sign panel. The screws shall be placed on both sides of the splice and spaced at 6" centers. The Engineer may approve other methods of splicing the sign face. b. Intermediate-term stationary - work that occupies a location more than one daylight period up to 3 days, or nighttime work lasting 2. White sheeting, meeting the requirements of DMS-8300 Type A, shall be used for signs with a white background. FL3. Orange sheeting, meeting the requirements of DMS-8300 Type B or Type C , shall be used for rigid signs with orange backgrounds.FL 4. Short-term/Short Duration signs shall be used only during daylight and shall be removed at the end of the workday or raised to 5. Burlap shall NOT be used to cover signs. SIGN SUPPORT WEIGHTS 6. Duct tape or other adhesive material shall NOT be affixed to a sign face. 1. Where sign supports require the use of weights to keep from turning over, the use of sandbags with dry, cohesionless sand should be used. 2. The sandbags will be tied shut to keep the sand from spilling and to maintain a constant weight. 3. Rock, concrete, iron, steel or other solid objects shall not be permitted for use as sign support weights. 4. Sandbags should weigh a minimum of 35 lbs and a maximum of 50 lbs. 5. Sandbags shall be made of a durable material that tears upon vehicular 6. Rubber ballasts designed for channelizing devices should not be used for ballast on portable sign supports. Sign supports designed and manufactured with rubber bases may be used when shown on the CWZTCD list. 7. Sandbags shall only be placed along or laid over the base supports of the traffic control device and shall not be suspended above ground level or hung with rope, wire, chains or other fasteners. Sandbags shall be placed along the length of the skids to weigh down the sign support. 8. Sandbags shall NOT be placed under the skid and shall not be used to level sign supports placed on slopes. impact. Rubber (such as tire inner tubes) shall NOT be used. the sign face. red-orange in color. Flags shall not be allowed to cover any portion of shall be 16 inches square or larger and shall be orange or fluorescent 1. Flags may be used to draw attention to warning signs. When used the flag entire sign face and maintain their opaque properties under automobile headlights at night, without damaging the sign sheeting. 7. Signs and anchor stubs shall be removed and holes backfilled upon completion of work. BC(4)-14 8-14 M A L D O N A D O - B U R K E T T I N T E L L I G E N T T R A N S P O R T A T I O N S Y S T E M S , L L P E15126 T B P E R E G . # F - 1 0 2 5 8 P H . ( 3 6 1 ) 2 3 6 - 4 6 1 1 w w w . m b i t s g r o u p .c o m C O R P U S C H R I S T , T E X A S 7 8 4 1 1 3 8 3 3 S O U T H S T A P L E S S T R E E T S U I T E N 2 1 4 80 STR 915 9 6 7 6 3 PROFESS I O N A L E N G I N E E R S T A T E O F T E X AS L I C E N S E D R A M O N H . M A L D O N A D O , J R . I N D E F I N I T E Q U A N T I T Y ( I D I Q ) - R E B I D I M P R O V E M E N T S I N D E F I N I T E D E L I V E R Y , T R A F F I C S I G N A L A N D S T R E E T L I G H T I N G C I T Y o f C O R P U S C H R I S T I T E X A S CITY PROJECT # RECORD DRAWING NO. SHEET of CONSULTANT'S SHEET No. B Y D A T E D E S C R I P T I O N R E V I S I O N N O . B Y D A T E D E S C R I P T I O N R E V I S I O N N O . D e p a r t m e n t o f C a p i t a l P r o g r a m s 9 / 1 1 / 1 5 B C ( 5 ) - 1 4 T Y P I C A L S I G N S U P P O R T B A R R I C A D E A N D C O N S T R U C T I O N 29 DN:CK:DW:CK: JOB COUNTY SECT DIST TxDOT TxDOT TxDOT TxDOT HIGHWAY SHEET NO. CONT 99 7-13 30" 40" 27" 36" 24" 2x6 2x4 x 40" 72" 2x6 Front Side Top * * that can be used for each approved sign support. See the CWZTCD for the type of sign substrate NOT be allowed. Posts shall be painted white. Wood sign posts MUST be one piece. Splicing will See BC(4) for definition of "Work Duration." post wood 4x4 sign face 21 sq. ft. of Maximum block 4x4 post wood 4x4 requirement height for sign See BC(4) This will be considered subsidiary to Item 502. foundations shall be removed from the project site. 3. When project is completed, all sign supports and CWZTCD List. 7 ft. circle, except for specific materials noted on the 2. No more than 2 sign posts shall be placed within a connection. lag screws must be used on every joint for final supports, but 3/8" bolts with nuts or 3/8" x 3 1/2" 1. Nails may be used in the assembly of wooden sign GENERAL NOTES Front * post wood 4x4 requirement height for sign See BC(4) sign face 12 sq. ft. of Maximum 24" 60" 2x6 2x6 Top block 4x4 skid 2x6 additional stability. be increased for Length of skids may 24"2x4 brace 4x4 block4x4 block Side screws (min.) lag or 3/8" x 3 1/2" 3/8" bolts w/nuts LONG/INTERMEDIATE TERM STATIONARY - PORTABLE SKID MOUNTED SIGN SUPPORTS SKID MOUNTED WOOD SIGN SUPPORTS PERFORATED SQUARE METAL TUBING GROUND MOUNTED SIGN SUPPORTS Two post installations can be used for larger signs. The maximum sign square footage shall adhere to the manufacturer's recommendation. Refer to the CWZTCD and the manufacturer's installation procedure for each type sign support. 4" max. Ground surface WING CHANNEL Post Sign Post Base for embedment. See the CWZTCD 48" 5' square tubing or 1 3/4" x 1 3/4" with 5/16" holes 1 3/4" galv. round (DO NOT SPLICE) 12 ga post 1 3/4" x 1 3/4" x 11 foot CWZTCD LIST. SEE BC(1) FOR WEBSITE LOCATION. AND SHORT TERM SUPPORTS CAN BE FOUND ON THE MORE DETAILS OF APPROVED LONG/INTERMEDIATE Posts of Number MOUNTED SIGN SUPPORTS WOOD POST SYSTEM FOR GROUND WEDGE ANCHORS 18" 4" * 4" 6" of Traffic Direction Dia.(typ) 1 1/2" 1 7 1 / 2 " 2 0 1 / 2 "5 BOLT (TYP.) 3/8" X 4-1/2 gr. 3" telescopes into sleeve (hole to hole) 12 ga. support 1 3/4 " x 1 3/4 " x 129" tubing diagonal brace to hole) 12 ga. square perforated 1 3/4 " x 1 3/4 " x 52" (hole tubing cross brace to hole) 12 ga. square perforated 1 3/4 " x 1 3/4 " x 32" (hole 2 0 1 / 2 " above pavement provide 7' height telescope to Upright must 5 bolt 3/8 " X 3" gr. Ground surface Post Sign (Direct Embedment) OPTION 1 max. 4" Ground surface Post Sign weak soils. 55" min. in strong soils, 34" min. in (Anchor Stub) OPTION 2 post) than sign (1/4" larger Anchor Stub desirable 9" max. 4" Ground surface Post Sign post) x 18" than sign (1/2" larger sleeve reinforcing Optional 18" weak soils. 55" min. in strong soils, 34" min. in (Anchor Stub and Reinforcing Sleeve)) OPTION 3 post) than sign (1/4" larger Anchor Stub desirable 9" bolted anchor Lap-splice/base minimum 48" sign only thinwall plastic 10mm extruded 9 sq. ft. or less- 1/2" plywood is allowed. the CWZTCD, except 5/8" plywood. substrate listed in section J.2.d of 16 sq. ft. or less of any rigid sign OTHER DESIGNS "Traffic Engineering Standard Sheets" on BC(1)). if approved by the Engineer. (See web address for face. They may be set in concrete or in sturdy soils sign supports for signs up to 10 square feet of sign on the SMD Standard Sheets may be used as temporary Both steel and plastic Wedge Anchor Systems as shown 8 4 " 4 1 " 2 1 " 1 3 1 1 / 2 " 4" sign panel and supports (2 per support) joining 3/8" x 3" gr. 5 bolt FILE: REVISIONS C TxDOT bc-14.dgn November 2002 9-07 36" match sideslope needed to pin at angle weld starts here weldhere starts weld back fill puddle. weld, do not directions. Minimum going in opposite opposite sides Welds to start on 48" 2" Side View upright 12 ga. 2" x 2" x 2.5' 60" 3" SKID MOUNTED PERFORATED SQUARE STEEL TUBING SIGN SUPPORTS around tubing Completely welded 8 1 / 2 " 7/16" 32' SINGLE LEG BASE 5' weld welded to skid tubing sleeve perforated 12 ga. square (hole to hole) 2" x 2" x 8" tubing upright perforated 12 ga. square (hole to hole) 1 3/4 " x 1 3/4 " x 129" tubing skid 12 ga. perforated (hole to hole) 2" x 2" x 59" Standard Division Operations Traffic TYPICAL SIGN SUPPORT BARRICADE AND CONSTRUCTION SHEET 5 OF 12 BC(5)-14 8-14 M A L D O N A D O - B U R K E T T I N T E L L I G E N T T R A N S P O R T A T I O N S Y S T E M S , L L P E15126 T B P E R E G . # F - 1 0 2 5 8 P H . ( 3 6 1 ) 2 3 6 - 4 6 1 1 w w w . m b i t s g r o u p .c o m C O R P U S C H R I S T , T E X A S 7 8 4 1 1 3 8 3 3 S O U T H S T A P L E S S T R E E T S U I T E N 2 1 4 80 STR 915 9 6 7 6 3 PROFESS I O N A L E N G I N E E R S T A T E O F T E X AS L I C E N S E D R A M O N H . M A L D O N A D O , J R . I N D E F I N I T E Q U A N T I T Y ( I D I Q ) - R E B I D I M P R O V E M E N T S I N D E F I N I T E D E L I V E R Y , T R A F F I C S I G N A L A N D S T R E E T L I G H T I N G C I T Y o f C O R P U S C H R I S T I T E X A S CITY PROJECT # RECORD DRAWING NO. SHEET of CONSULTANT'S SHEET No. B Y D A T E D E S C R I P T I O N R E V I S I O N N O . B Y D A T E D E S C R I P T I O N R E V I S I O N N O . D e p a r t m e n t o f C a p i t a l P r o g r a m s 9 / 1 1 / 1 5 B C ( 6 ) - 1 4 C H A N G E A B L E M E S S A G E S I G N ( P C M S ) B A R R I C A D E A N D C O N S T R U C T I O N P O R T A B L E 30 DN:CK:DW:CK: JOB COUNTY SECT DIST REVISIONS HIGHWAY SHEET NO. CONT bc-14.dgn November 2002 100 SHEET 6 OF 12 Standard Division Operations Traffic MESSAGE SIGN (PCMS) PORTABLE CHANGEABLE BARRICADE AND CONSTRUCTION TxDOT TxDOTTxDOT TxDOT FILE: C TxDOT 9-07 PCMS SIGNS WITHIN THE R.O.W. SHALL BE BEHIND GUARDRAIL OR CONCRETE BARRIER OR SHALL HAVE A MINIMUM OF FOUR (4) PLASTIC DRUMS PLACED PERPENDICULAR TO TRAFFIC ON THE LANES SHIFT in Phase 1 must be used with STAY IN LANE in Phase 2.** Roadway designation # IH-number, US-number, SH-number, FM-number 1. When Full Matrix PCMS signs are used, the character height and legibility/visibility requirements shall be maintained as listed in Note 15 under "PORTABLE CHANGEABLE MESSAGE SIGNS" above. shall maintain the legibility/visibility requirement listed above. for, or replace that sign. 4. A full matrix PCMS may be used to simulate a flashing arrow board provided it meets the visibility, flash rate and dimming requirements on BC(7), for the same size arrow. FULL MATRIX PCMS SIGNS Access Road ACCS RD Major MAJ Construction WORDING ALTERNATIVES 1. The words RIGHT, LEFT and ALL can be interchanged as appropriate. 2. Roadway designations IH, US, SH, FM and LP can be interchanged as appropriate. 3. EAST, WEST, NORTH and SOUTH (or abbreviations E, W, N and S) can be interchanged as appropriate. 4. Highway names and numbers replaced as appropriate. 5. ROAD, HIGHWAY and FREEWAY can be interchanged as needed. 6. AHEAD may be used instead of distances if necessary. 7. FT and MI, MILE and MILES interchanged as appropriate. 8. AT, BEFORE and PAST interchanged as needed. 9. Distances or AHEAD can be eliminated from the message if a location phase is used. 3. When symbol signs are represented graphically on the Full Matrix PCMS, they shall only supplement the use of the static sign represented, and shall not substitute APPLICATION GUIDELINES 1. Only 1 or 2 phases are to be used on a PCMS. 2. The 1st phase (or both) should be selected from the "Road/Lane/Ramp Closure List" and the "Other Condition List". 3. A 2nd phase can be selected from the "Action to Take/Effect on Travel, Location, General Warning, or Advance Notice Phase Lists". 4. A Location Phase is necessary only if a distance or location is not included in the first phase selected. 5. If two PCMS are used in sequence, they must be separated by and should be understandable by themselves. 6. For advance notice, when the current date is within seven days of the actual work date, calendar days should be replaced with days of the week. Advance notification should typically be for CLOSED BLVD XXXXXXXX ** LANE IN STAY CONST AHD CROSSING XING RT LN Vehicles (s)VEH, VEHS UPR LEVEL LWR LEVEL HR, HRS 1. The Engineer/Inspector shall approve all messages used on portable changeable message signs (PCMS). 2. Messages on PCMS should contain no more than 8 words (about four to eight characters per word), not including simple words such as "TO," "FOR," "AT," etc. 3. Messages should consist of a single phase, or two phases that alternate. Three-phase messages are not allowed. Each phase of the message should convey a single thought, and must be understood by itself. 4. Use the word "EXIT" to refer to an exit ramp on a freeway; i.e., "EXIT CLOSED." Do not use the term "RAMP." 5. Always use the route or interstate designation (IH, US, SH, FM) along with the number when referring to a roadway. 6. When in use the bottom of a stationary PCMS message panel should be a minimum 7 feet above the roadway, where possible. 7. The message term "WEEKEND" should be used only if the work is to start on Saturday morning and end by Sunday evening at midnight. Actual days and hours of work should be displayed on the PCMS if work is to begin on Friday evening and/or continue into Monday morning. 8. The Engineer/Inspector may select one of two options which are avail- able for displaying a two-phase message on a PCMS. Each phase may be displayed for either four seconds each or for three seconds each. 9. Do not "flash" messages or words included in a message. The message should be steady burn or continuous while displayed. 10. Do not present redundant information on a two-phase message; i.e., keeping two lines of the message the same and changing the third line. 12. Do not display the message "LANES SHIFT LEFT" or "LANES SHIFT RIGHT" on a PCMS. Drivers do not understand the message. the face of the sign. 14. The following table lists abbreviated words and two-word phrases that are acceptable for use on a PCMS. Both words in a phrase must be displayed together. Words or phrases not on this list should not be PORTABLE CHANGEABLE MESSAGE SIGNS SHOULD BE PLACED WITH ONE DRUM AT EACH OF THE FOUR CORNERS OF THE UNIT. OF TRAFFIC. WHEN EXPOSED TO TWO WAY TRAFFIC, THE FOUR DRUMS UPSTREAM SIDE OF THE PCMS, WHEN EXPOSED TO ONE DIRECTION WHEN NOT IN USE, REMOVE THE PCMS FROM THE RIGHT-OF-WAY OR PLACE THE PCMS BEHIND BARRIER OR GUARDRAIL WITH SIGN PANEL TURNED PARALLEL TO TRAFFIC WORD OR PHRASEABBREVIATION ABBREVIATION WORD OR PHRASE 2. When symbol signs, such as the "Flagger Symbol"(CW20-7) are represented graphically on the Full Matrix PCMS sign and, with the approval of the Engineer, it abbreviated, unless shown in the TMUTCD. bars is appropriate. PCMS has malfunctioned. A pattern such as a series of horizontal solid not alarm motorists and will only be used to alert workers that the 17. If disabled, the PCMS should default to an illegible display that will left or right justified. 16. Each line of text should be centered on the message board rather than and must be legible from at least 400 feet. daylight. Truck mounted units must have a character height of 10 inches should be legible from at least 600 feet at night and 800 feet in units. They should be visible from at least 1/2 (.5) mile and the text 15. PCMS character height should be at least 18 inches for trailer mounted 13. Do not display messages that scroll horizontally or vertically across 11. Do not use the word "Danger" in message. 7-13 no more than one week prior to the work. a minimum of 1000 ft. Each PCMS shall be limited to two phases, RECOMMENDED PHASES AND FORMATS FOR PCMS MESSAGES DURING ROADWORK ACTIVITIES Phase 2: Possible Component Lists CAUTION USE Notice List ** Advance List Warning XX MPH SPEED ADVISORY XX MPH LIMIT SPEED XX MPH SPEED MAXIMUM XX MPH SPEED MINIMUM EXIT LANE RIGHT SAFELY DRIVE CARE WITH DRIVE X PM XX AM- TUE-FRI MONDAY BEGINS MAY XX BEGINS XX AM XX PM - MAY X-X X PM-X AM XX APR XX- FRI-SUN NEXT XX PM TO XX AM AUG XX TUE NEXT XX AM XX PM- TONIGHT Road/Lane/Ramp Closure List (The Engineer may approve other messages not specifically covered here.) * DELAYS EXPECT Other Condition List Phase 1: Condition Lists See Application Guidelines Note 6. List Action to Take/Effect on Travel List Location XXX FT CLOSED SHOULDER XXX FT CLOSED RIGHT LN X MILE CLOSED EXIT XXX CLOSED TO BE RIGHT LN CLOSED ROAD FRONTAGE OPEN LANES RIGHT X CLOSURES LANE DAYTIME CLOSED EXIT I-XX SOUTH TUE - FRI CLOSED X LANES XXX FT ROADWORK XXXX FT FLAGGER XXXX FT NARROWS RIGHT LN XXXX FT TRAFFIC MERGING XXXX FT GRAVEL LOOSE X MILE DETOUR SH XXXX PAST ROADWORK XXXX FT BUMP XXXX FT SIGNAL TRAFFIC XXXX FT REPAIRS ROAD XXXX FT NARROWS LANE XX MILE TRAFFIC TWO-WAY XXXX FT LANES UNEVEN XXXX FT ROAD ROUGH FRI-SUN NEXT ROADWORK X MILES EXIT US XXX SHIFT LANES SOUTH US XXX STAY ON RIGHT MERGE X EXITS NEXT DETOUR US XXX N USE TRUCKS TRUCKS FOR WATCH XXX FT SPEED REDUCE ROUTES OTHER USE RIGHT X LINES FORM RD EXIT XXXXX USE NORTH I-XX USE EXIT TO I-XX N I-XX E USE TRUCKS FOR WATCH DELAYS EXPECT STOP TO PREPARE USE SHOULDER END WORKERS FOR WATCH FM XXXX AT CROSSING RAILROAD BEFORE MILES X NEXT EXIT US XXX PAST XXXXXXX TO XXXXXXX FM XXXX TO US XXX XXX FT TRAFFIC CONST EXIT XXX USE CLOSED EXIT X MILE CLOSED FREEWAY CLOSED LANES RIGHT X CLOSED LANES VARIOUS AT SH XXX CLOSED ROAD FM XXXX CLSD AT ROAD CLOSED LANE CENTER CLOSURES LANE NIGHT CLOSED DRIVEWAY MALL BC(6)-14 8-14 M A L D O N A D O - B U R K E T T I N T E L L I G E N T T R A N S P O R T A T I O N S Y S T E M S , L L P E15126 T B P E R E G . # F - 1 0 2 5 8 P H . ( 3 6 1 ) 2 3 6 - 4 6 1 1 w w w . m b i t s g r o u p .c o m C O R P U S C H R I S T , T E X A S 7 8 4 1 1 3 8 3 3 S O U T H S T A P L E S S T R E E T S U I T E N 2 1 4 80 STR 915 9 6 7 6 3 PROFESS I O N A L E N G I N E E R S T A T E O F T E X AS L I C E N S E D R A M O N H . M A L D O N A D O , J R . I N D E F I N I T E Q U A N T I T Y ( I D I Q ) - R E B I D I M P R O V E M E N T S I N D E F I N I T E D E L I V E R Y , T R A F F I C S I G N A L A N D S T R E E T L I G H T I N G C I T Y o f C O R P U S C H R I S T I T E X A S CITY PROJECT # RECORD DRAWING NO. SHEET of CONSULTANT'S SHEET No. B Y D A T E D E S C R I P T I O N R E V I S I O N N O . B Y D A T E D E S C R I P T I O N R E V I S I O N N O . D e p a r t m e n t o f C a p i t a l P r o g r a m s 9 / 1 1 / 1 5 B C ( 7 ) - 1 4 L I G H T S & A T T E N U A T O R P A N E L , R E F L E C T O R S , W A R N I N G B A R R I C A D E A N D C O N S T R U C T I O N A R R O W 31 SHEET 7 OF 12 CONCRETE TRAFFIC BARRIER (CTB) LOW PROFILE CONCRETE BARRIER (LPCB) 16" DELINEATION OF END TREATMENTS BARRIER REFLECTORS FOR CONCRETE TRAFFIC BARRIER AND ATTENUATORS treatments and manufacturers. the CWZTCD List for approved end Highway Research Report 350. Refer to as defined in the National Cooperative zones shall meet crashworthy standards End treatments used on CTB's in work END TREATMENTS FOR CTB'S USED IN WORK ZONES WARNING LIGHTS 1. Warning lights shall meet the requirements of the TMUTCD. 2. Warning lights shall NOT be installed on barricades. 3. Type A-Low Intensity Flashing Warning Lights are commonly used with drums. They are intended to warn of or mark a potentially hazardous 4. Type-C and Type D 360 degree Steady Burn Lights are intended to be used in a series for delineation to supplement other traffic control devices. Their use shall be as indicated on this sheet and/or other sheets of the plans by the designation "SB". 5. The Engineer/Inspector or the plans shall specify the location and type of warning lights to be installed on the traffic control devices. 6. When required by the Engineer, the Contractor shall furnish a copy of the warning lights certification. The warning light manufacturer will certify the warning lights meet the requirements of the latest ITE Purchase Specifications for Flashing and Steady-Burn Warning Lights. WARNING LIGHTS MOUNTED ON PLASTIC DRUMS 1. Type A flashing warning lights are intended to warn drivers that they are approaching or are in a potentially hazardous area. 2. Type A random flashing warning lights are not intended for delineation and shall not be used in a series. 3. A series of sequential flashing warning lights placed on channelizing devices to form a merging taper may be used for delineation. If used, the successive flashing of the sequential warning lights should occur from the beginning of the taper to the end of the merging taper in order to identify the desired vehicle path. The rate of flashing for each light shall be 65 flashes per minute, plus or minus 10 flashes. 4. Type C and D steady-burn warning lights are intended to be used in a series to delineate the edge of the travel lane on detours, on lane changes, on lane closures, and on other similar conditions. 5. Type A, Type C and Type D warning lights shall be installed at locations as detailed on other sheets in the plans. 6. Warning lights shall not be installed on a drum that has a sign, chevron or vertical panel. 7. The maximum spacing for warning lights on drums should be identical to the channelizing device spacing. 1. A warning reflector or approved substitute may be mounted on a plastic drum as a substitute for a Type C, steady burn warning light at the discretion of the Contractor unless otherwise noted in the plans. 2. The warning reflector shall be yellow in color and shall be manufactured using a sign substrate approved for use with plastic drums listed on the CWZTCD. 3. The warning reflector shall have a minimum retroreflective surface area (one-side) of 30 square inches. 4. Round reflectors shall be fully reflectorized, including the area where attached to the drum. 5. Square substrates must have a minimum of 30 square inches of reflectorized sheeting. They do not have to be reflectorized where it attaches to the drum. 6. The side of the warning reflector facing approaching traffic shall have sheeting meeting the color and retroreflectivity requirements for 7. When used near two-way traffic, both sides of the warning reflector shall be reflectorized. 8. The warning reflector should be mounted on the side of the handle nearest approaching traffic. 9. The maximum spacing for warning reflectors should be identical to the channelizing device spacing requirements. WARNING REFLECTORS MOUNTED ON PLASTIC DRUMS AS A SUBSTITUTE FOR TYPE C (STEADY BURN) WARNING LIGHTS Reflectors Barrier 3. Where traffic is on one side of the CTB, two (2) Barrier Reflectors shall be mounted in approximately the midsection of each section of CTB. An alternate mounting location is uniformly spaced at one end of each CTB. This will allow for attachment of a barrier grapple without damaging the reflector. The Barrier Reflector mounted on the side of the CTB shall be located directly below the reflector mounted on top of the barrier, as shown in the detail above. 4. Where CTB separates two-way traffic, three barrier reflectors shall be mounted on each section of CTB. The reflector unit on top shall have two yellow reflective faces (Bi-Directional)while the reflectors on each side of the barrier shall have one yellow reflective face, as shown in the detail above. 5. When CTB separates traffic traveling in the same direction, no barrier reflectors will be required on top of the CTB. 6. Barrier Reflector units shall be yellow or white in color to match the edgeline being supplemented. 7. Maximum spacing of Barrier Reflectors is forty (40) feet. 8. Pavement markers or temporary flexible-reflective roadway marker tabs shall NOT be used as CTB delineation. 9. Attachment of Barrier Reflectors to CTB shall be per manufacturer's recommendations. 10.Missing or damaged Barrier Reflectors shall be replaced as directed by the Engineer. 11.Single slope barriers shall be delineated as shown on the above detail. See D & OM (VIA) recommendations. as per manufacturer's 3 Barrier Reflectors Install a minimum of TRUCK-MOUNTED ATTENUATORS Type C Warning Light or approved substitute mounted on a drum adjacent to the travel way. 4. The Flashing Arrow Board should be able to display the following symbols: control devices that should be used in conjunction with the Flashing Arrow Board. 3. The Engineer/Inspector shall choose all appropriate signs, barricades and/or other traffic or work on shoulders unless the "CAUTION" display (see detail below) is used. 2. Flashing Arrow Boards should not be used on two-lane, two-way roadways, detours, diversions moving maintenance or construction activities on the travel lanes. 1. The Flashing Arrow Board should be used for all lane closures on multi-lane roadways, or slow to bottom of panel. 14. Minimum mounting height of trailer mounted Arrow Boards should be 7 feet from roadway flash rate and dimming requirements on this sheet for the same size arrow. 13. A full matrix PCMS may be used to simulate a Flashing Arrow Board provided it meets visibility, 12. A Flashing Arrow Board SHALL NOT BE USED to laterally shift traffic. 11. The Flashing Arrow Board shall be mounted on a vehicle, trailer or other suitable support. display may be used during daylight operations. 10. The flashing arrow display is the TxDOT standard; however, the sequential Chevron 9. The sequential arrow display is NOT ALLOWED. intervals of 25 percent for each sequential phase of the flashing chevron. 8. Minimum lamp "on time" shall be approximately 50 percent for the flashing arrow and equal The flashing rate of the lamps shall not be less than 25 nor more than 40 flashes per minute. 7. The Flashing Arrow Board shall be capable of minimum 50 percent dimming from rated lamp voltage. 6. The straight line caution display is NOT ALLOWED. Diamond Caution mode as shown. 5. The "CAUTION" display consists of four corner lamps flashing simultaneously, or the Alternating REQUIREMENTS C 48 x 96 15 1 mile B 30 x 60 13 3/4 mile MINIMUM TRAFFIC BARRIER OR GUARDRAIL. ARROW BOARD BEHIND CONCRETE RIGHT-OF-WAY OR PLACE THE THE ARROW BOARD FROM THE WHEN NOT IN USE, REMOVE shall be equipped with automatic dimming devices. Flashing Arrow Boards devices placed perpendicular to traffic on the upstream side of traffic. taper or merging taper, otherwise they shall be delineated with four (4) channelizing Arrow Boards may be located behind channelizing devices in place for a shoulder ATTENTION LEFT & RIGHT CHEVRON ARROWLEFT & RIGHT ALTERNATING DIAMOND CAUTION DOUBLE ARROW OR 4 CORNER CAUTION FLASHING ARROW BOARDS 16" tall plastic bracket Barrier Reflector on manufacturer's recommendations. Attach the delineators as per reflectors is 20 feet. Max. spacing of barrier extended distance from the TMA. area is spread down the roadway and the work crew is an 6. The only reason a TMA should not be required is when a work without adversely affecting the work performance. 30 to 100 feet in advance of the area of crew exposure 5. A TMA should be used anytime that it can be positioned in the plans. 4. TMAs are required on freeways unless otherwise noted 3. Refer to the CWZTCD for a list of approved TMAs. Level 3 TMAs. 2. Refer to the CWZTCD for the requirements of Level 2 or or the Manual for Assessing Safety Hardware (MASH). Cooperative Highway Research Report No. 350 (NCHRP 350) must meet the requirements outlined in the National 1. Truck-mounted attenuators (TMA) used on TxDOT facilities 8. The location of warning lights and warning reflectors on drums shall be as shown elsewhere in the plans. 7. When used to delineate curves, Type-C and Type D Steady Burn Lights should only be placed on the outside of the curve, not the inside. DMS 8300-Type B or Type C. 30 square inches reflective surface area of at least or square.Must have a yellow Warning reflector may be round FL FL area. Their use shall be as indicated on this sheet and/or other sheets of the plans by the designation "FL". The Type A Warning Lights shall not be used with signs manufactured with Type B or C Sheeting meeting the requirements of Departmental Material Specification DMS-8300. BC(7)-14 7-13 WARNING LIGHTS & ATTENUATOR ARROW PANEL, REFLECTORS, BARRICADE AND CONSTRUCTION DN:CK:DW:CK:FILE: JOB COUNTY SECT DIST REVISIONS TxDOT TxDOT TxDOT TxDOT HIGHWAY SHEET NO. C TxDOT CONT bc-14.dgn November 2002 101 Standard Division Operations Traffic 9-07 1. Barrier Reflectors shall be pre-qualified, and conform to the color and reflectivity requirements of DMS-8600. A list of prequalified Barrier Reflectors can be found at the Material Producer List web address shown on BC(1). 2. Color of Barrier Reflectors shall be as specified in the TMUTCD. The cost of the reflectors shall be considered subsidiary to Item 512. 8-14 M A L D O N A D O - B U R K E T T I N T E L L I G E N T T R A N S P O R T A T I O N S Y S T E M S , L L P E15126 T B P E R E G . # F - 1 0 2 5 8 P H . ( 3 6 1 ) 2 3 6 - 4 6 1 1 w w w . m b i t s g r o u p .c o m C O R P U S C H R I S T , T E X A S 7 8 4 1 1 3 8 3 3 S O U T H S T A P L E S S T R E E T S U I T E N 2 1 4 80 STR 915 9 6 7 6 3 PROFESS I O N A L E N G I N E E R S T A T E O F T E X AS L I C E N S E D R A M O N H . M A L D O N A D O , J R . I N D E F I N I T E Q U A N T I T Y ( I D I Q ) - R E B I D I M P R O V E M E N T S I N D E F I N I T E D E L I V E R Y , T R A F F I C S I G N A L A N D S T R E E T L I G H T I N G C I T Y o f C O R P U S C H R I S T I T E X A S CITY PROJECT # RECORD DRAWING NO. SHEET of CONSULTANT'S SHEET No. B Y D A T E D E S C R I P T I O N R E V I S I O N N O . B Y D A T E D E S C R I P T I O N R E V I S I O N N O . D e p a r t m e n t o f C a p i t a l P r o g r a m s 9 / 1 1 / 1 5 B C ( 8 ) - 1 4 C H A N N E L I Z I N G D E V I C E S B A R R I C A D E A N D C O N S T R U C T I O N 32 DN:CK:DW:CK:FILE: JOB COUNTY SECT DIST REVISIONS TxDOT TxDOT TxDOT TxDOT HIGHWAY SHEET NO. C TxDOT CONT bc-14.dgn November 2002 SHEET 8 OF 12 4-03 9-07 mount with diagonals sloping down towards travel way (Maximum Sign Dimension) 18" x 24" Sign 1. For long term stationary work zones on freeways, drums shall be used as the primary channelizing device. 2. For intermediate term stationary work zones on freeways, drums should be used as the primary channelizing device but may be replaced in tangent sections by vertical panels, or 42" two-piece cones. In tangent sections if personnel are present on the project at all times to maintain the cones in proper position and location. 3. For short term stationary work zones on freeways, drums are the preferred approved by the Engineer. 4. Drums and all related items shall comply with the requirements of the current version of the "Texas Manual on Uniform Traffic Control Devices" (TMUTCD) and the "Compliant Work Zone Traffic Control Devices List" (CWZTCD). 5. Drums, bases, and related materials shall exhibit good workmanship and shall be free from objectionable marks or defects that would adversely 6. The Contractor shall have a maximum of 24 hours to replace any plastic drums identified for replacement by the Engineer/Inspector. The replace- ment device must be an approved device. 1. Plastic drums shall be a two-piece design; the "body" of the drum shall be the top portion and the "base" shall be the bottom. 2. The body and base shall lock together in such a manner that the body separates from the base when impacted by a vehicle traveling at a speed of 20 MPH or greater but prevents accidental separation due to normal handling and/or air turbulence created by passing vehicles. 3. Plastic drums shall be constructed of lightweight flexible, and deformable materials. The Contractor shall NOT use metal drums or single piece plastic drums as channelization devices or sign supports. 4. Drums shall present a profile that is a minimum of 18 inches in width at the 36 inch height when viewed from any direction. The height of drum unit (body installed on base) shall be a minimum of 36 inches and a maximum of 42 inches. 5. The top of the drum shall have a built-in handle for easy pickup and shall be designed to drain water and not collect debris. The handle shall have a minimum of two widely spaced 9/16 inch diameter holes to allow attachment of a warning light, warning reflector unit or approved compliant sign. 6. The exterior of the drum body shall have a minimum of four alternating orange and white retroreflective circumferential stripes not less than 4 inches nor greater than 8 inches in width. Any non-reflectorized space between any two adjacent stripes shall not exceed 2 inches in width. 7. Bases shall have a maximum width of 36 inches, a maximum height of 4 inches, and a minimum of two footholds of sufficient size to allow base to be held down while separating the drum body from the base. 8. Plastic drums shall be constructed of ultra-violet stabilized, orange, high-density polyethylene (HDPE) or other approved material. Chevron CW1-8, Opposing Traffic Lane Divider, Driveway sign D70a, Keep Right channelizing device but may be replaced in tapers, transitions and tangent one-piece cones may be used with the approval of the Engineer but only 1. Signs used on plastic drums shall be manufactured using substrates listed on the CWZTCD. 2. Chevrons and other work zone signs with an orange background 3. Vertical Panels shall be manufactured with orange and white 4. Other sign messages (text or symbolic) may be used as approved by the Engineer. Sign dimensions shall not exceed 5. Signs shall be installed using a 1/2 inch bolt (nominal) and nut, two washers, and one locking washer for each connection. 6. Mounting bolts and nuts shall be fully engaged and adequately torqued. Bolts should not extend more than 1/2 inch beyond nuts. 7. Chevrons may be placed on drums on the outside of curves, on merging tapers or on shifting tapers. When used in these locations they may be placed on every drum or spaced not more than on every third drum. A minimum of three (3) should be used at each location called for in the plans. approval of the Engineer. 8. R9-9, R9-10, R9-11 and R9-11a Sidewalk Closed signs which are 24 inches wide may be mounted on plastic drums, with Vertical Panel 12" x 24" ON PLASTIC DRUMS SIGNS, CHEVRONS, AND VERTICAL PANELS MOUNTED by Engineer R4 series or other signs as approved GENERAL DESIGN REQUIREMENTS GENERAL NOTES 1. The stripes used on drums shall be constructed of sheeting meeting the 1. Unballasted bases shall be large enough to hold up to 50 lbs. of sand. This base, when filled with the ballast material, should weigh between 35 lbs (minimum) and 50 lbs (maximum). The ballast may be sand in one to three sandbags separate from the base, sand in a sand-filled plastic base, or other ballasting devices as approved by the Engineer. Stacking of sandbags will be allowed, however height of sandbags above pavement surface may not exceed 12 inches. 2. Bases with built-in ballast shall weigh between 40 lbs. and 50 lbs. Built-in ballast can be constructed of an integral crumb rubber base or a solid rubber base. would become hazardous to motorists, pedestrians, or workers when the drum is struck by a vehicle. holes in the bottoms so that water will not collect and freeze becoming a hazard when struck by a vehicle. color and retroreflectivity requirements of Departmental Materials 2. The sheeting shall be suitable for use on and shall adhere to the drum surface such that, upon vehicular impact, the sheeting shall remain adhered in-place and exhibit no delaminating, cracking, or loss of retroreflectivity other than that loss due to abrasion of the sheeting surface. 24" 36" 8" 12" 4" White 4" Orange 45o CW1-6L 18" minHandle 3 6 " m i n 4 2 " m a x 4" max 4 " m a x (typ) 8" max 4" min (typ.) 2" max dia. max) Base (36" drums minimum of 5 for stacking a Taper to allow debris of water or allow collection Top should not warning lights signs and for mounting 9/16" dia. (typ) DIRECTION INDICATOR BARRICADE DETECTABLE PEDESTRIAN BARRICADES BALLAST RETROREFLECTIVE SHEETING 10.Drum and base shall be marked with manufacturer's name and model number. sections by vertical panels, two-piece cones or one-piece cones as plastic drums substrates shall NOT be used on Plywood, Aluminum or Metal sign 36" Barricades Detectable Pedestrian providers of approved and the CWZTCD list for for fabrication. See note 3 This detail is not intended rail for hand trailing Continuous smooth Detectable Edge 2" Max. trailing with no splinters, burrs, or sharp edges. rail provides a smooth continuous rail suitable for hand barricade rails as shown on BC(10) provided that the top 6. Detectable pedestrian barricades may use 8" nominal barricades. 5. Warning lights shall not be attached to detectable pedestrian as a control for pedestrian movements. for Buildings and Facilities (ADAAG)" and should not be used "Americans with Disabilities Act Accessibility Guidelines detectable, do not comply with the design standards in the 4. Tape, rope, or plastic chain strung between devices are not path. detectable edging can satisfactorily delineate a pedestrian barriers, and wood or chain link fencing with a continuous above, longitudinal channelizing devices, some concrete 3. Detectable pedestrian barricades similar to the one pictured shall be placed across the full width of the closed sidewalk. with a visual disability traveling with the aid of a long cane closed sidewalk, a device that is detectable by a person 2. Where pedestrians with visual disabilities normally use the the features present in the existing pedestrian facility. detectable and include accessibility features consistent with relocated in a TTC zone, the temporary facilities shall be 1. When existing pedestrian facilities are disrupted, closed, or 9. Drum body shall have a maximum unballasted weight of 11 lbs. for this type of ballast on the CWZTCD list. 3. Recycled truck tire sidewalls may be used for ballast on drums approved 4. The ballast shall not be heavy objects, water, or any material that 5. When used in regions susceptible to freezing, drums shall have drainage 6. Ballast shall not be placed on top of drums. 7. Adhesives may be used to secure base of drums to pavement. series signs discussed in note 8 below. 18 inches in width or 24 inches in height, except for the R9 Specification DMS-8300, "Sign Face Materials." Type A reflective sheeting shall be supplied unless otherwise specified in the plans. FL the intended traveled lane. Diagonal stripes on Vertical Panels shall slope down toward sheeting meeting the requirements of DMS-8300 Type A FL Ballast shall be as approved by the manufacturers instructions. 5. Approved manufacturers are shown on the CWZTCD List. allowed. 4. Double arrows on the Direction Indicator Barricade will not be shall be as per DMS 8300. 45 degrees in the direction road users are to pass. Sheeting types white and orange stripes sloping downward at an angle of above a rail with Type A retroreflective sheeting in alternating 4" on a background of Type B or Type C Orange retroreflective sheeting Large Arrow (CW1-6) sign in the size shown with a black arrow 3. The Direction Indicator Barricade shall consist of One-Direction the intended travel lane. in series to direct the driver through the transition and into 2. If used, the Direction Indicator Barricade should be used guidance to drivers is necessary. transitions, and other areas where specific directional 1. The Direction Indicator Barricade may be used in tapers, FL FL specified in the plans. of DMS-8300, "Sign Face Material," unless otherwise sheeting meeting the color and retroreflectivity requirements shall be manufactured with Type B or Type C Orange being orange. with the top stripe reflective sheeting using Type A retro- and 2 white stripes a minimum of 2 orange Each drum shall have 7-13 CHANNELIZING DEVICES BARRICADE AND CONSTRUCTION 102 Standard Division Operations Traffic Pre-qualified plastic drums shall meet the following requirements: affect their appearance or serviceability. BC(8)-14 8-14 M A L D O N A D O - B U R K E T T I N T E L L I G E N T T R A N S P O R T A T I O N S Y S T E M S , L L P E15126 T B P E R E G . # F - 1 0 2 5 8 P H . ( 3 6 1 ) 2 3 6 - 4 6 1 1 w w w . m b i t s g r o u p .c o m C O R P U S C H R I S T , T E X A S 7 8 4 1 1 3 8 3 3 S O U T H S T A P L E S S T R E E T S U I T E N 2 1 4 80 STR 915 9 6 7 6 3 PROFESS I O N A L E N G I N E E R S T A T E O F T E X AS L I C E N S E D R A M O N H . M A L D O N A D O , J R . I N D E F I N I T E Q U A N T I T Y ( I D I Q ) - R E B I D I M P R O V E M E N T S I N D E F I N I T E D E L I V E R Y , T R A F F I C S I G N A L A N D S T R E E T L I G H T I N G C I T Y o f C O R P U S C H R I S T I T E X A S CITY PROJECT # RECORD DRAWING NO. SHEET of CONSULTANT'S SHEET No. B Y D A T E D E S C R I P T I O N R E V I S I O N N O . B Y D A T E D E S C R I P T I O N R E V I S I O N N O . D e p a r t m e n t o f C a p i t a l P r o g r a m s 9 / 1 1 / 1 5 B C ( 9 ) - 1 4 C H A N N E L I Z I N G D E V I C E S B A R R I C A D E A N D C O N S T R U C T I O N 33 SHEET 9 OF 12 2 4 " m i n . 3 6 " m i n . d i s t a n c e a b o v e t r a v e l w a y 45 VP-1L VP-1R o 45 o 36" 12" 36" 18" 18" 4" 4" 4" 4" 4" 4" 4" 4" 4" DRIVEABLE PORTABLE FIXED (Rigid or self-righting) (Rigid or self-righting) 1. Work Zone channelizing devices illustrated on this sheet may be installed in close proximity to traffic and are suitable for use on high or low speed roadways. The Engineer/Inspector shall ensure that spacing and placement is uniform and in accordance with the "Texas Manual on Uniform Traffic Control Devices" (TMUTCD). 2. Channelizing devices shown on this sheet may have a driveable, fixed or portable base. The requirement for self-righting channelizing devices must be specified in the General Notes or other plan sheets. 3. Channelizing devices on self-righting supports should be used in work zone areas where channelizing devices are frequently impacted by errant vehicles or vehicle related wind gusts making alignment of the channelizing devices difficult to maintain. Locations of these devices shall be detailed else- where in the plans. These devices shall conform to the TMUTCD and the "Compliant Work Zone Traffic Control Devices List" (CWZTCD). damaged, nonreflective, faded, or broken devices and bases as required by the Engineer/Inspector. The Contractor shall be required to maintain proper device spacing and alignment. 5. Portable bases shall be fabricated from virgin and/or recycled rubber. The 6. Pavement surfaces shall be prepared in a manner that ensures proper bonding between the adhesives, the fixed mount bases and the pavement surface. Adhesives shall be prepared and applied according to the manufacturer's recommendations. 7. The installation and removal of channelizing devices shall not cause detrimental effects to the final pavement surfaces, including pavement permitted on final pavement surfaces. The Engineer/Inspector shall approve all application and removal procedures of fixed bases. 1. Opposing Traffic Lane Dividers (OTLD) are delineation devices designed to convert a normal one-way roadway section to two-way operation. OTLD's are used on temporary centerlines. The upward and downward arrows on the sign's face indicate the direction of traffic on either side of the divider. The 3. Spacing between the OTLD shall not exceed 500 the OTLD's should not exceed 100 foot spacing. 4. The OTLD shall be orange with a black non- reflective legend. Sheeting for the OTLD shall 1. The chevron shall be a vertical rectangle with a minimum size of 12 by 18 inches. 2. Chevrons are intended to give notice of a sharp change of alignment with the direction of travel and provide additional emphasis and guidance for vehicle operators with regard to changes in horizontal alignment of the roadway. 3. Chevrons, when used, shall be erected on the out- side of a sharp curve or turn, or on the far side of an intersection. They shall be in line with and at right angles to approaching traffic. Spacing should be such that the motorist always has three in view, until the change in alignment eliminates its need. 4. To be effective, the chevron should be visible for at least 500 feet. 5. Chevrons shall be orange with a black nonreflec- tive legend. Sheeting for the chevron shall be 6. For Long Term Stationary use on tapers or transitions on freeways and divided highways self-righting chevrons may be used to supplement plastic drums but not to replace plastic drums. 4. The Contractor shall maintain devices in a clean condition and replace surface discoloration or surface integrity. Driveable bases shall not be 1. Vertical Panels (VP's) are normally used to channelize traffic or divide opposing lanes of traffic. 2. VP's may be used in daytime or nighttime situations. They may be used at the edge of shoulder drop-offs and other areas such as lane transitions where positive daytime and nighttime delineation is required. The Engineer/Inspector shall refer to the Roadway Design Manual Appendix B "Treatment of Pavement Drop-offs in Work Zones" for additional guidelines on the use of VP's for drop-offs. 3. VP's should be mounted back to back if used at the edge of cuts adjacent to two-way two lane roadways. Stripes are to be reflective orange and reflective white and should always slope downward toward the travel lane. of retroreflective area facing traffic. 5. Self-righting supports are available with portable base. See "Compliant Work Zone Traffic Control Devices List" (CWZTCD). CW6-4 8" to 12"8" to 12"8" to 12"8" to 12" 8" to 12" WATER BALLASTED SYSTEMS USED AS BARRIERS 1. Water ballasted systems used as barriers shall not be used solely to channelize road users, but also to protect the work space per the appropriate NCHRP 350 crashworthiness requirements based on roadway speed and barrier application. 2. Water ballasted systems used to channelize vehicular traffic shall be supplemented with retroreflective delineation or channelizing devices to improve daytime/nighttime visibility. They may also be supplemented with pavement markings. 3. Water ballasted systems used as barriers shall be placed in accordance to application and installation requirements specific to the device, and used only when shown on the CWZTCD list. 4. Water ballasted systems used as barriers should not be used for a merging taper except in low speed (less than 45 MPH) urban areas. When used on a taper in a low speed urban area, the taper shall be delineated and the taper length should be designed to optimize road user operations considering the available geometric conditions. 5. When water ballasted systems used as barriers have blunt ends exposed to traffic, they should be attenuated Surface Roadway Base Mount Surface min. 24" min. 24" Adhesive w/ Approved Fixed Base depth embedment 12" minimum min. 36" Support Self-righting Support Rigid Support can be used) (Driveable Base, or Flexible Fixed Base w/ Approved Adhesive on drums. mounted or may be may be used, Driveable Base Fixed or Portable, back to back mounted Panels speed roadways, may have more than 270 square inches unless noted otherwise. conforming to Departmental Material Specification DMS-8300, GENERAL NOTES Taper lengths have been rounded off. S=Posted Speed (MPH) L=Length of Taper (FT.) W=Width of Offset (FT.) ** 2 * ** 75 750' 720' 825'900'75' 60' 70' 80' 90' 100' 110' 120' 130' 140' 150' 30' 35' 40' 45' 50' 55' 60' 65' 70' 150' 205' 265' 450' 500' 550' 600' 165' 225' 295' 495' 550' 605' 660' 180' 320' 600' 660' 650'715'780' 245' 540' 700'770'840' 30 35 40 45 50 55 60 65 70 60 WS L= Posted Speed On a Tangent On a Taper 12' OffsetOffset 11' Offset 10' Minimum Desirable Taper Lengths Suggested Maximum Spacing of Channelizing Devices Formula L=WS 80 800'880'960'80'160' LONGITUDINAL CHANNELIZING DEVICES (LCD) 2. LCDs may be used instead of a line of cones or drums. used only when shown on the CWZTCD list. 3. LCDs shall be placed in accordance to application and installation requirements specific to the device, and 4. LCDs should not be used to provide positive protection for obstacles, pedestrians or workers. connected together. They are not designed to contain or redirect a vehicle on impact. 1. LCDs are crashworthy, lightweight, deformable devices that are highly visible, have good target value and can be adhesive or rubber weight to minimize movement base is secured to the pavement with an caused by a vehicle impact or wind gust. portable bases shall weigh a minimum of 30 lbs. 6. Sheeting for the VP's shall be retroreflective Type A FL FL as per manufacturer recommendations or flared to a point outside the clear zone. of the unit shall not be less than 32 inches in height. systems must have a continuous detectable bottom for users of long canes and the top If used to channelize pedestrians, longitudinal channelizing devices or water ballasted 2. The OTLD may be used in combination with 42" cones or VPs. feet. 42" cones or VPs placed between the requirements of DMS-8300. unless noted otherwise. The legend shall meet to Departmental Material Specification DMS-8300, be retroreflective Type B or Type C conforming FL requirements of DMS-8300. unless noted otherwise. The legend shall meet the Departmental Material Specification DMS-8300, retroreflective Type B or Type C conforming to FL Min. 18" 12" note 7 See note 7 See note 7 See CHEVRONS VERTICAL PANELS (VPs) HOLLOW OR WATER BALLASTED SYSTEMS USED AS LONGITUDINAL CHANNELIZING DEVICES OR BARRIERSOPPOSING TRAFFIC LANE DIVIDERS (OTLD) MINIMUM DESIRABLE TAPER LENGTHS CHANNELIZING DEVICES AND SUGGESTED MAXIMUM SPACING OF 7. Where the height of reflective material on the vertical 6 inches shall be used. panel is 36 inches or greater, a panel stripe of 4. VP's used on expressways and freeways or other high 7-13 CHANNELIZING DEVICES BARRICADE AND CONSTRUCTION DN:CK:DW:CK:FILE: JOB COUNTY SECT DIST REVISIONS TxDOT TxDOT TxDOT TxDOT HIGHWAY SHEET NO. C TxDOT BC(9)-14 CONT bc-14.dgn November 2002 103 Standard Division Operations Traffic 9-07 LCD along the full length of the device. sheeting meeting the requirements for barricade rails as shown on BC(10) placed near the top of the 6. LCDs used as barricades placed perpendicular to traffic should have at least one row of reflective on BC(7) when placed roughly parallel to the travel lanes. 5. LCDs shall be supplemented with retroreflective delineation as required for temporary barriers 8-14 M A L D O N A D O - B U R K E T T I N T E L L I G E N T T R A N S P O R T A T I O N S Y S T E M S , L L P E15126 T B P E R E G . # F - 1 0 2 5 8 P H . ( 3 6 1 ) 2 3 6 - 4 6 1 1 w w w . m b i t s g r o u p .c o m C O R P U S C H R I S T , T E X A S 7 8 4 1 1 3 8 3 3 S O U T H S T A P L E S S T R E E T S U I T E N 2 1 4 80 STR 915 9 6 7 6 3 PROFESS I O N A L E N G I N E E R S T A T E O F T E X AS L I C E N S E D R A M O N H . M A L D O N A D O , J R . I N D E F I N I T E Q U A N T I T Y ( I D I Q ) - R E B I D I M P R O V E M E N T S I N D E F I N I T E D E L I V E R Y , T R A F F I C S I G N A L A N D S T R E E T L I G H T I N G C I T Y o f C O R P U S C H R I S T I T E X A S CITY PROJECT # RECORD DRAWING NO. SHEET of CONSULTANT'S SHEET No. B Y D A T E D E S C R I P T I O N R E V I S I O N N O . B Y D A T E D E S C R I P T I O N R E V I S I O N N O . D e p a r t m e n t o f C a p i t a l P r o g r a m s 9 / 1 1 / 1 5 B C ( 1 0 ) - 1 4 C H A N N E L I Z I N G D E V I C E S B A R R I C A D E A N D C O N S T R U C T I O N 34 DN:CK:DW:CK:FILE: JOB COUNTY SECT DIST REVISIONS TxDOT TxDOT TxDOT TxDOT HIGHWAY SHEET NO. C TxDOT CONT bc-14.dgn November 2002 104 SHEET 10 OF 12 9-07 2" max.3"-4" 1. Where positive redirectional 2. Plastic construction fencing safety as required in the plans. 3. Vertical Panels on flexible support capability is provided, drums may be omitted.SB SB SB SB 6" min. 4" min. 3" min. 3" min. may be used with drums for may be omitted if drums are used. Detour Roadway R11-2 M4-10L DETOUR ROAD CLOSED NAME ADDRESS CITY STATE CONTRACTOR 30 feet 2" min. 3"-4" 6" min. 4" min. 2" min. shoulder width is less than 4 feet. than 12 feet, steady-burn lights 42" 4" 4" 4" 4" 2" 2" 2"EDGELINE CHANNELIZER PLAN VIEW PLAN VIEW 2. Advance signing shall be as specified elsewhere in the plans. PERSPECTIVE VIEW PERSPECTIVE VIEW 3"-4" 2" min. 10' may be substituted for drums when the 4. When the shoulder width is greater 1. This device is intended only for use in place of a vertical panel to 2" min. 2" min. 4" min. orange 4" min. white 4" min. orange 4" min. white Drums, vertical panels or 42" cones STOCKPILE channelize traffic by indicating the edge of the travel lane. It is not intended to be used in transitions or tapers. 2. This device shall not be used to separate lanes of traffic (opposing or otherwise) or warn of objects. 3. This device is based on a 42 inch, two-piece cone with an alternate striping pattern: four 4 inch retroreflective bands, with an approximate 2 inch gap between bands. The color of the band should correspond to the color of the edgeline (yellow for left edgeline, white for right edgeline) for which the device is substituted or for which it supplements. The reflectorized bands shall be retroreflective at 50' maximum spacing omitted here or barricade may be downstream drums On one-way roads within 30' from travel lane. should be used when stockpile is Channelizing devices parallel to traffic Two-Piece cones One-Piece cones Tubular Marker G20-6T SB CONES 3" to 4" 2" to 6" Alternate Alternate clear zone. is outside stockpile location Desirable Plastic Drum Typical min. 28" min. 28" min. 28"min. 42" on one-way roadway are not required These drums barricaded in the same manner. divided highway shall be Each roadway of a and maximum of 4 drums) width makes it necessary. (minimum of 2 side of approaching traffic if the crown Increase number of plastic drums on the b e u s e d a c r o s s t h e w o r k a r e a . A m i n i m u m o f t w o d r u m s s h a l l 50' Approx. 50' Approx. 1. Refer to the Compliant Work Zone Traffic Control Devices List (CWZTCD) projects closed to all traffic. 3. Barricades extending across a roadway should have stripes that slope downward in the direction toward which traffic must turn in detouring. When both right and left turns are provided, the chevron striping may slope downward in both directions from the center of the barricade. Where no turns are provided at a closed road striping should slope downward in both directions toward the center of roadway. 4. Striping of rails, for the right side of the roadway, should slope downward to the left. For the left side of the roadway, striping should slope downward to the right. 5. Identification markings may be shown only on the back of the barricade rails. The maximum height of letters and/or company logos used for identification shall be 1". 6. Barricades shall not be placed parallel to traffic unless an adequate clear zone is provided. 7. Warning lights shall NOT be installed on barricades. 8. Where barricades require the use of weights to keep from turning over, the use of sandbags with dry, cohesionless sand is recommended. The sandbags will be tied shut to keep the sand from spilling and to maintain a constant weight. Sand bags shall not be stacked in a manner that covers any portion of a barricade rails reflective sheeting. Rock, concrete, iron, steel or other solid objects will NOT be permitted. Sandbags should weigh a minimum of 35 lbs and a maximum of 50 lbs. Sandbags shall be made of a durable material that tears upon vehicular impact. Rubber (such as tire inner tubes) shall not be used for sandbags. Sandbags shall only be placed along or upon the base supports of the device and shall not be suspended above ground level or hung with rope, wire, chains or other fasteners. be used as a sign support. Barricades shall NOT 1 0 ' m a x . 1 0 ' m a x . 1 0 ' m a x . 4. The base must weigh a minimum of 30 lbs. or yellow warning reflector Steady burn warning light or yellow warning reflector Plastic drum with steady burn light Plastic drum LEGEND of the culvert widening. 5. Drums must extend the length 30 lbs. including base. 42" 2-piece cones shall have a minimum weight of 28" Cones shall have a minimum weight of 9 1/2 lbs. CULVERT WIDENING OR OTHER ISOLATED WORK WITHIN THE PROJECT LIMITS TRAFFIC CONTROL FOR MATERIAL STOCKPILES TYPICAL PANEL DETAIL FOR SKID OR POST TYPE BARRICADES TYPICAL STRIPING DETAIL FOR BARRICADE RAIL 8' max. length Type 3 Barricades downward in the direction of detour. Barricade striping should slant for two-way traffic. facing one-way traffic and both sides reflective white stripes on one side shall be reflectorized orange and The three rails on Type 3 barricades barricade or 1 Type 3 Min. 2 drums barricade or 1 Type 3 Min. 2 drums TYPE 3 BARRICADES 2. Type 3 Barricades shall be used at each end of construction TYPE 3 BARRICADE (POST AND SKID) TYPICAL APPLICATION minimum of 10 feet behind Type 3 Barricades. mounting height in center of roadway. The signs should be a 1. Signs should be mounted on independent supports at a 7 foot 1. Traffic cones and tubular markers shall be predominantly orange, and meet the height and weight requirements shown above. 2. One-piece cones have the body and base of the cone molded in one consolidated unit. Two-piece cones have a cone shaped body and a separate rubber base, or ballast, that is added to keep the device upright and in place. height shown, in order to aid in retrieving the device. 3. Two-piece cones may have a handle or loop extending up to 8" above the minimum reflective bands as shown above. The reflective bands shall have a smooth, sealed 7. Cones or tubular markers used on each project should be of the same size and shape. to maintain them in their proper upright position. for intermediate-term or long-term stationary work unless personnel is on-site short-term stationary work as defined on BC(4). These should not be used 5. 28" cones and tubular markers are generally suitable for short duration and durations. 6. 42" two-piece cones, vertical panels or drums are suitable for all work zone 4. Cones or tubular markers used at night shall have white or white and orange DMS-8300 Type A. outer surface and meet the requirements of Departmental Material Specification unless otherwise noted. Type A conforming to Departmental Material Specification DMS-8300, 45 o 6"6"7 inches. Sheeting Reflective Width of Minimum nominal 8" 7-13 Standard Division Operations Traffic PROJECTS LET AFTER MARCH 2014. THIS DEVICE SHALL NOT BE USED ON BC(10)-14 CHANNELIZING DEVICES BARRICADE AND CONSTRUCTION to Departmental Material Specification DMS-8300 unless otherwise noted. 9. Sheeting for barricades shall be retroreflective Type A conforming for details of the Type 3 Barricades and a list of all materials used in the construction of Type 3 Barricades. 2 0 " 2 0 " 4 8 " Flat rail Stiffener 2 stiffeners shall be allowed on one barricade. Stiffener may be inside or outside of support, but no more than 4' min., 8' max. 8-14 M A L D O N A D O - B U R K E T T I N T E L L I G E N T T R A N S P O R T A T I O N S Y S T E M S , L L P E15126 T B P E R E G . # F - 1 0 2 5 8 P H . ( 3 6 1 ) 2 3 6 - 4 6 1 1 w w w . m b i t s g r o u p .c o m C O R P U S C H R I S T , T E X A S 7 8 4 1 1 3 8 3 3 S O U T H S T A P L E S S T R E E T S U I T E N 2 1 4 80 STR 915 9 6 7 6 3 PROFESS I O N A L E N G I N E E R S T A T E O F T E X AS L I C E N S E D R A M O N H . M A L D O N A D O , J R . I N D E F I N I T E Q U A N T I T Y ( I D I Q ) - R E B I D I M P R O V E M E N T S I N D E F I N I T E D E L I V E R Y , T R A F F I C S I G N A L A N D S T R E E T L I G H T I N G C I T Y o f C O R P U S C H R I S T I T E X A S CITY PROJECT # RECORD DRAWING NO. SHEET of CONSULTANT'S SHEET No. B Y D A T E D E S C R I P T I O N R E V I S I O N N O . B Y D A T E D E S C R I P T I O N R E V I S I O N N O . D e p a r t m e n t o f C a p i t a l P r o g r a m s 9 / 1 1 / 1 5 B C ( 1 1 ) - 1 4 P A V E M E N T M A R K I N G S B A R R I C A D E A N D C O N S T R U C T I O N 35 SHEET 11 OF 12 TOP VIEW FRONT VIEW SIDE VIEW Adhesive pad 4"+ ‚" 2" GENERAL REMOVAL OF PAVEMENT MARKINGS 1. The Contractor shall be responsible for maintaining work zone and within the CSJ limits unless otherwise stated in the plans. 2. Color, patterns and dimensions shall be in conformance with the "Texas Manual on Uniform Traffic Control Devices" (TMUTCD). 3. Additional supplemental pavement marking details may be found in the plans or specifications. 4. Pavement markings shall be installed in accordance with the TMUTCD and as shown on the plans. 5. When short term markings are required on the plans, short term markings shall conform with the TMUTCD, the plans and details as shown on the Standard Plan Sheet WZ(STPM). 6. When standard pavement markings are not in place and the roadway is opened to traffic, DO NOT PASS signs shall be erected to mark the beginning of the sections where passing is prohibited and PASS WITH CARE signs at the beginning of sections where passing is permitted. 7. All work zone pavement markings shall be installed in accordance with Item 662, "Work Zone Pavement Markings." RAISED PAVEMENT MARKERS 1. Raised pavement markers are to be placed according to the patterns on BC(12). 2. All raised pavement markers used for work zone markings shall meet PREFABRICATED PAVEMENT MARKINGS 1. Removable prefabricated pavement markings shall meet the requirements of DMS-8241. 2. Non-removable prefabricated pavement markings (foil back) shall meet the requirements of DMS-8240. MAINTAINING WORK ZONE PAVEMENT MARKINGS 1. The Contractor will be responsible for maintaining work zone pavement markings within the work limits. 2. Work zone pavement markings shall be inspected in accordance with the frequency and reporting requirements of work zone traffic control device inspections as required by Form 599. 3. The markings should provide a visible reference for a minimum distance of 300 feet during normal daylight hours and 160 feet when illuminated by automobile low-beam headlights at night, unless sight distance is restricted by roadway geometrics. 4. Markings failing to meet this criteria within the first 30 days after placement shall be replaced at the expense of the Contractor as per Specification Item 662. days, where flaggers and/or sufficient channelizing devices are used in lieu of markings to outline the detour route. 3. Pavement markings shall be removed to the fullest extent possible, so as not to leave a discernable marking. This shall be by any method approved by TxDOT Specification Item 677 for "Eliminating Existing Pavement Markings and Markers". 4. The removal of pavement markings may require resurfacing or seal 5. Subject to the approval of the Engineer, any method that proves to be successful on a particular type pavement may be used. 6. Blast cleaning may be used but will not be required unless specifically 7. Over-painting of the markings SHALL NOT BE permitted. 8. Removal of raised pavement markers shall be as directed by the Engineer. 9. Removal of existing pavement markings and markers will be paid for directly in accordance with Item 677, "ELIMINATING EXISTING PAVEMENT MARKINGS AND MARKERS," unless otherwise stated in the plans. 10.Black-out marking tape may be used to cover conflicting existing markings for periods less than two weeks when approved by the Engineer. 1. Temporary flexible-reflective roadway marker tabs used as guidemarks shall meet the requirements of DMS-8242. 2. Tabs detailed on this sheet are to be inspected and accepted by the Engineer or designated representative. Sampling and testing is not normally required, however at the option of the Engineer, either "A" or "B" below may be imposed to assure quality before placement on the roadway. B. Select five (5) tabs and perform the following test. Affix five (5) tabs at 24 inch intervals on an asphaltic pavement in a straight line. Using a medium size passenger vehicle or pickup, run over the markers with the front and rear tires at a speed of 35 to 40 miles per hour, four (4) times in each direction. No more than one (1) out of the five (5) reflective surfaces shall be lost or displaced as a result of this test. 3. Small design variances may be noted between tab manufacturers. 4. See Standard Sheet WZ(STPM) for tab placement on new pavements. See 1. Raised pavement markers used as guidemarks shall be from the approved product list, and meet the requirements of DMS-4200. 3. Adhesive for guidemarks shall be bituminous material hot applied or butyl rubber pad for all surfaces, or thermoplastic for concrete surfaces. Guidemarks shall be designated as: YELLOW - (two amber reflective surfaces with yellow body). WHITE - (one silver reflective surface with white body). Standard Sheet TCP(7-1) for tab placement on seal coat work. TABS TO THE PAVEMENT SURFACE TEMPORARY FLEXIBLE-REFLECTIVE ROADWAY MARKER STAPLES OR NAILS SHALL NOT BE USED TO SECURE 1/4" and less than 1". is usually more than Height of sheeting WORK ZONE PAVEMENT MARKINGS Roadway Marker Tabs Temporary Flexible-Reflective DEPARTMENTAL MATERIAL SPECIFICATIONS DMS-6130 EPOXY AND ADHESIVES DMS-6100 DMS-4300 DMS-8240 DMS-8241 DMS-8242 DMS-4200 TRAFFIC BUTTONS PERMANENT PREFABRICATED PAVEMENT MARKINGS PAVEMENT MARKINGS TEMPORARY REMOVABLE, PREFABRICATED ROADWAY MARKER TABS TEMPORARY FLEXIBLE, REFLECTIVE A list of prequalified reflective raised pavement markers, non-reflective traffic buttons, roadway marker tabs and other pavement markings can be found at the Material Producer List web address shown on BC(1). BITUMINOUS ADHESIVE FOR PAVEMENT MARKERS PAVEMENT MARKERS (REFLECTORIZED) RAISED PAVEMENT MARKERS USED AS GUIDEMARKS project shall be of the same manufacturer. 2. All temporary construction raised pavement markers provided on a the requirements of Item 672, "RAISED PAVEMENT MARKERS" and Departmental Material Specification DMS-4200 or DMS-4300. shown in the plans. existing pavement markings, in accordance with the standard specifications and special provisions, on all roadways open to traffic 1. Pavement markings that are no longer applicable, could create confusion or direct a motorist toward or into the closed portion of the roadway shall be removed or obliterated before the roadway is opened to traffic. Section to determine specification compliance. and submit to the Construction Division, Materials and Pavement A. Select five (5) or more tabs at random from each lot or shipment 2. The above shall not apply to detours in place for less than three coating portions of the roadway as described in Item 677. 7-13 PAVEMENT MARKINGS BARRICADE AND CONSTRUCTION DN:CK:DW:CK:FILE: JOB COUNTY SECT DIST REVISIONS TxDOT TxDOT TxDOT TxDOT HIGHWAY SHEET NO. C TxDOT BC(11)-14 CONT bc-14.dgn February 1998 105 Standard Division Operations Traffic 9-07 11-02 1-02 2-98 8-14 M A L D O N A D O - B U R K E T T I N T E L L I G E N T T R A N S P O R T A T I O N S Y S T E M S , L L P E15126 T B P E R E G . # F - 1 0 2 5 8 P H . ( 3 6 1 ) 2 3 6 - 4 6 1 1 w w w . m b i t s g r o u p .c o m C O R P U S C H R I S T , T E X A S 7 8 4 1 1 3 8 3 3 S O U T H S T A P L E S S T R E E T S U I T E N 2 1 4 80 STR 915 9 6 7 6 3 PROFESS I O N A L E N G I N E E R S T A T E O F T E X AS L I C E N S E D R A M O N H . M A L D O N A D O , J R . I N D E F I N I T E Q U A N T I T Y ( I D I Q ) - R E B I D I M P R O V E M E N T S I N D E F I N I T E D E L I V E R Y , T R A F F I C S I G N A L A N D S T R E E T L I G H T I N G C I T Y o f C O R P U S C H R I S T I T E X A S CITY PROJECT # RECORD DRAWING NO. SHEET of CONSULTANT'S SHEET No. B Y D A T E D E S C R I P T I O N R E V I S I O N N O . B Y D A T E D E S C R I P T I O N R E V I S I O N N O . D e p a r t m e n t o f C a p i t a l P r o g r a m s 9 / 1 1 / 1 5 B C ( 1 2 ) - 1 4 P A V E M E N T M A R K I N G P A T T E R N S B A R R I C A D E A N D C O N S T R U C T I O N 36 DN:CK:DW:CK:FILE: JOB COUNTY SECT DIST REVISIONS TxDOT TxDOT TxDOT TxDOT HIGHWAY SHEET NO. C TxDOT CONT bc-14.dgn February 1998 106 SHEET 12 OF 12 9-071-97 2-98 11-02 10 to 12" PAVEMENT MARKING PATTERNS Yellow Yellow White White Yellow Yellow Yellow Type II-A-A Type II-A-A Type Y buttons Type Y buttons Type II-A-A Type II-A-A Type I-A Type I-A Type W buttons Type I-C Type Y buttons Type Y buttons Type W buttons Type I-C Type I-C or II-C-R Type I-C or II-C-R 10'30' - - - DISCOURAGE LANE CHANGING.) EDGE LINE OR SINGLE Yellow White White or Yellow White or Yellow NO-PASSING LINE WIDE LINE (FOR LEFT TURN CHANNELIZING LINE OR CHANNELIZING LINE USED TO Type Y buttons Type I-C , I-A or II-A-A Type W or Y buttons Type I-C Type W buttons Type I-C or II-A-A STANDARD WORK ZONE PAVEMENT MARKINGS DETAILS Type II-A-A REMOVABLE MARKINGS WITH RAISED PAVEMENT MARKERS Type I-C or II-A-A (when required) Raised Pavement Markers If raised pavement markers are used to supplement REMOVABLE markings, the markers shall be applied to the top of the tape at the approximate mid length of tape used for broken 60" + 3" - REFLECTORIZED PAVEMENT MARKINGS - PATTERN B REFLECTORIZED PAVEMENT MARKINGS - PATTERN A REFLECTORIZED PAVEMENT MARKINGS 10 to 12" 4 to 8"6 to 8" 60" + 3" 60" + 3" 4" 4 to 12" 4 to 12" 4" 8" 1-2" 10' 10'30' 40' + 1' 5' + 6" 20' + 1' 30' RAISED PAVEMENT MARKERS - PATTERN A RAISED PAVEMENT MARKERS - PATTERN B RAISED PAVEMENT MARKERS Pattern A is the TXDOT Standard, however Pattern B may be used if approved by the Engineer. lines or at 20 foot spacing for solid lines. This allows an easier removal of raised pavement markers and tape. Centerline only - not to be used on edge lines Prefabricated markings may be substituted for reflectorized pavement markings. Prefabricated markings may be substituted for reflectorized pavement markings. MARKINGS PAVEMENT REFLECTORIZED MARKINGS PAVEMENT REFLECTORIZED LINE NO-PASSING DOUBLE MARKINGS PAVEMENT REFLECTORIZED MARKERS PAVEMENT RAISED MARKERS PAVEMENT RAISED MARKERS PAVEMENT RAISED MARKERS PAVEMENT RAISED Type II-A-A 3'9' 5'5' 8" 3'9' Type I-C or II-C-R MARKERS PAVEMENT RAISED MARKERS PAVEMENT RAISEDLINE LANEDROP OR AUXILIARY LINE LANE OR LINE CENTER Item 672 "RAISED PAVEMENT MARKERS." products list and meet the requirements of pavement markings shall be from the approved Raised pavement markers used as standard TWO-WAY LEFT TURN LANE LANE & CENTER LINES FOR MULTILANE UNDIVIDED HIGHWAYS EDGE & LANE LINES FOR DIVIDED HIGHWAY CENTER LINE & NO-PASSING ZONE BARRIER LINES FOR TWO-LANE, TWO-WAY HIGHWAYS LINES SOLID LINES BROKEN 7-13 Standard Division Operations Traffic PAVEMENT MARKING PATTERNS BARRICADE AND CONSTRUCTIONYellow White White Type Y buttons Type I-C Type II-A-A Type I-C REFLECTORIZED PAVEMENT MARKINGS RAISED PAVEMENT MARKERS Prefabricated markings may be substituted for reflectorized pavement markings. Yellow White White Type Y buttonsType II-A-A Type I-C Type I-C REFLECTORIZED PAVEMENT MARKINGS RAISED PAVEMENT MARKERS Prefabricated markings may be substituted for reflectorized pavement markings. 8-14 BC(12)-14 M A L D O N A D O - B U R K E T T I N T E L L I G E N T T R A N S P O R T A T I O N S Y S T E M S , L L P E15126 T B P E R E G . # F - 1 0 2 5 8 P H . ( 3 6 1 ) 2 3 6 - 4 6 1 1 w w w . m b i t s g r o u p .c o m C O R P U S C H R I S T , T E X A S 7 8 4 1 1 3 8 3 3 S O U T H S T A P L E S S T R E E T S U I T E N 2 1 4 80 STR 915 9 6 7 6 3 PROFESS I O N A L E N G I N E E R S T A T E O F T E X AS L I C E N S E D R A M O N H . M A L D O N A D O , J R . I N D E F I N I T E Q U A N T I T Y ( I D I Q ) - R E B I D I M P R O V E M E N T S I N D E F I N I T E D E L I V E R Y , T R A F F I C S I G N A L A N D S T R E E T L I G H T I N G C I T Y o f C O R P U S C H R I S T I T E X A S CITY PROJECT # RECORD DRAWING NO. SHEET of CONSULTANT'S SHEET No. B Y D A T E D E S C R I P T I O N R E V I S I O N N O . B Y D A T E D E S C R I P T I O N R E V I S I O N N O . D e p a r t m e n t o f C a p i t a l P r o g r a m s 9 / 1 1 / 1 5 W Z ( B T S - 1 ) - 1 3 T Y P I C A L D E T A I L S T R A F F I C S I G N A L W O R K 37 DN:CK:DW:CK:FILE: JOB COUNTY SECT DIST REVISIONS TxDOT TxDOT TxDOT TxDOT HIGHWAY SHEET NO. C TxDOT CONTApril 1992 F I L E : 114 2-98 4-98 10-99 3-03 X X X X X X X X X XX X X L L L X X X X X SHEET 1 OF 2 10' min. 10' min. Type 3 Barricade Heavy Work Vehicle Channelizing Devices Flag LEGEND Flagger Sign Message Sign (PCMS) Portable Changeable Flashing Arrow Board Trailer Mounted M Traffic Flow Attenuator (TMA) Truck Mounted L=Length of Taper(FT) W=Width of Offset(FT) S=Posted Speed(MPH) Taper lengths have been rounded off. Conventional Roads Only* ** 2 * ** 75 750' 720' 825'900'75'900'540' 90' 120' 155' 195' 240' 295' 350' 410' 475' 60' 70' 80' 90' 100' 110' 120' 130' 140' 150' 120' 160' 240' 320' 400' 500' 700' 600' 800' 30' 35' 40' 45' 50' 55' 60' 65' 70' 150' 205' 265' 450' 500' 550' 600' 165' 225' 295' 495' 550' 605' 660' 180' 320' 600' 660' 650'715'780' 245' 540' 700'770'840' 30 35 40 45 50 55 60 65 70 60 WS L= Posted Speed "B" Buffer Space Longitudinal Suggested Tangent On a Taper On a12' OffsetOffset 11' Offset 10' Taper Lengths Desirable Minimum Devices Channelizing Spacing of Suggested Maximum Formula L=WS Spacing Sign Minimum Distance "X" See Note 8 NEAR SIDE LANE CLOSURE FAR SIDE LEFT LANE CLOSUREFAR SIDE RIGHT LANE CLOSURE OPERATIONS IN THE INTERSECTION SHORT DURATION SHORT DURATION OR SHORT TERM STATIONARY SHORT DURATION OR SHORT TERM STATIONARY SHORT DURATION OR SHORT TERM STATIONARY M i n . 3 0 ' 48" x 48" CW20SG-1 48" x 48" CW20SG-1 48" x 48" CW20-5TL 48" x 48" CW20-5TL 48" x 48" CW20SG-1 48" x 48" CW20SG-1 48" x 48" CW20-5TR 48" x 48" CW20-5TR 48" x 48" CW20SG-1 48" x 48" CW20SG-1 48" x 48" CW20SG-1 48" x 48" CW20-5TR 48" x 48" CW20SG-1 24" x 30" R4-7 48" x 48" CW20SG-1 24" x 30" R4-7 24" x 30" R4-7 48" x 48" CW20SG-1 48" x 48" CW20SG-1 Typical 24" x 30" R4-7 Typical X L X L 48" x 48" CW20SG-1 GENERAL NOTES 48" x 48" CW20SG-1 N o t e 7 S e e B 48" x 48" CW20SG-1 48" x 48" CW20SG-1 48" x 48" CW20SG-1 48" x 48" CW20SG-1 48" x 48" CW20SG-1 WORK ABOVE OPEN LANES OF TRAFFIC. WORKERS IN BUCKET TRUCKS SHALL NOT TYPICAL DETAILS TRAFFIC SIGNAL WORK opposing traffic. channelizing devices on the centerline to protect the work space from a left lane closure by using a LEFT LANE CLOSED (CW20-5TL) and adding 9. Signs and devices for the NEAR SIDE LANE CLOSURE may be altered for the closed lane if space is not available at the beginning of the taper. option, the arrow board may be placed at the end of the taper in work if the work vehicle has an arrow board in operation. As an 8. The arrow board at this location may be omitted for Short Duration safety of the setup. (less than 1 hour) any buffer space provided will enhance the table should be used if field conditions permit. For Short Duration 7. For Short-Term Stationary work the buffer space "B" from the above signs may be implemented when approved by the engineer. If existing signals do not have power, All-Way Stop (R1-1 and R1-3P) may be placed in flashing red mode when approved by the engineer. 6. When work operations are performed on existing signals, the signals the vehicle. 5. High level warning devices (flag trees) may be used at corners of high intensity rotating, flashing, oscillating or strobe type lights. 4. Vehicles parked in roadway shall be equipped with at least two to field conditions. 3. Flaggers and Flagger Symbol (CW20-7) signs may be required according and delineated at all times. 2. Obstructions or hazards at the work area shall be clearly marked the device must be left unattended at night. cones, drums, vertical panels or barricades will be required when 1. The minimum size channelizing device is the 28" cone. 42" Two-piece wzbts-13.dgn WZ(BTS-1)-13 7-13 Standard Division Operations Traffic M A L D O N A D O - B U R K E T T I N T E L L I G E N T T R A N S P O R T A T I O N S Y S T E M S , L L P E15126 T B P E R E G . # F - 1 0 2 5 8 P H . ( 3 6 1 ) 2 3 6 - 4 6 1 1 w w w . m b i t s g r o u p .c o m C O R P U S C H R I S T , T E X A S 7 8 4 1 1 3 8 3 3 S O U T H S T A P L E S S T R E E T S U I T E N 2 1 4 80 STR 915 9 6 7 6 3 PROFESS I O N A L E N G I N E E R S T A T E O F T E X AS L I C E N S E D R A M O N H . M A L D O N A D O , J R . I N D E F I N I T E Q U A N T I T Y ( I D I Q ) - R E B I D I M P R O V E M E N T S I N D E F I N I T E D E L I V E R Y , T R A F F I C S I G N A L A N D S T R E E T L I G H T I N G C I T Y o f C O R P U S C H R I S T I T E X A S CITY PROJECT # RECORD DRAWING NO. SHEET of CONSULTANT'S SHEET No. B Y D A T E D E S C R I P T I O N R E V I S I O N N O . B Y D A T E D E S C R I P T I O N R E V I S I O N N O . D e p a r t m e n t o f C a p i t a l P r o g r a m s 9 / 1 1 / 1 5 W Z ( B T S - 2 ) - 1 3 B A R R I C A D E S A N D S I G N S T R A F F I C S I G N A L W O R K 38 DN:CK:DW:CK:FILE: JOB COUNTY SECT DIST REVISIONS TxDOT TxDOT TxDOT TxDOT HIGHWAY SHEET NO. C TxDOT CONT 115 2-98 4-98 10-99 3-03 April 1992 X X X X DEPARTMENTAL MATERIAL SPECIFICATIONS WHITE COLOR USAGE SHEETING MATERIAL ORANGE BLACK BACKGROUND BACKGROUND SIGN FACE MATERIALS FL FL Sign Only pre-qualified products shall be used. A copy of the "Compliant Work Zone Traffic Control Devices List" (CWZTCD) http://www.txdot.gov/txdot_library/publications/construction.htm 2. "CROSSWALK CLOSURES" as detailed above will require the Engineer's approval prior to installation. 3. R9 series signs shown may be placed on supports detailed on the BC standards or CWZTCD list, or when fabricated from approved lightweight plastic substrates, they may be mounted on top of a plastic drum at or near the location shown. 4. For speeds less than 45 mph longitudinal channelizing devices may be used instead of traffic barriers when approved by the Engineer. Attenuation of blunt ends and installation of water filled devices shall be as per BC(9) and manufacturer's recommendations. 5. Location of devices are for general guidance. Actual device spacing and location must be field adjusted to meet actual conditions. 7. The width of existing sidewalk should be maintained if practical. SHEET 2 OF 2 REFLECTIVE SHEETING WORK AREA TYPICAL ADVANCE SIGNAL PROJECT SIGNING 48" x 48" CW20SG-1 48" x 24" G20-5T 36" x 24" G20-5aP 36" x 36" R20-5T 36" x 18" R20-5aTP 48" x 42" R20-3T 48" x 42" R20-3T 48" x 24" G20-5T 48" x 30" G20-6T 48" x 48" CW20SG-1 48" x 48" CW20SG-1 36" x 18" G20-2 48" x 30" G20-6T 10' Min. SIDEWALK DIVERSION SIDEWALK DETOUR CROSSWALK CLOSURES 4' Min.(See Note 7 below) See Note 4 below Temporary Traffic Barrier 24" x 12" R9-9 24" x 12" R9-11aR 24" x 12" R9-11aL 48" x 48" CW20SG-1 See Note 6 36" x 36" CW11-2 24" x 12" CW16-9P 24" x 12" R9-10DBL 48" x 48" CW20SG-1 24" x 12" R9-11L 24" x 12" R9-11aR 24" x 12" R9-9 See Note 6 36" x 36" CW11-2 24" x 12" CW16-7PL 48" x 48" CW20SG-1 48" x 48" CW20SG-1 48" x 48" CW20SG-1 36" x 24" G20-5aP 36" x 36" R20-5T 36" x 18" R20-5aTP 36" x 18" G20-2 M I N O R S T R E E T MAJOR STREET FOR LONG TERM and INTERMEDIATE-TERM STATIONARY WORK OPERATIONS NOTES GENERAL NOTES FOR WORK ZONE SIGNS 9 feet, above the paved surface regardless of work duration. 3. Regulatory signs shall be mounted at least 7 feet, but not more than shown on Figure 6F-2 of the TMUTCD. 2. Sign height of Short-term/Short Duration warning signs shall be as shown on Figure 6F-1 of the TMUTCD. 1. Sign height of Long-term/Intermediate-term warning signs shall be as DURATION OF WORK SIGN MOUNTING HEIGHT REMOVING OR COVERING the requirements of the DMS and color usage table shown on this sheet. 1. All signs shall be retroreflective and constructed of sheeting meeting will not be allowed. 10. Damaged wood posts shall be replaced. Splicing wood posts for identification shall be 1". substrate. The maximum height of letters and/or company logos used 9. Identification markings may be shown only on the back of the sign directed by the Engineer. damaged or marred reflective sheeting shall be replaced as 8. Temporary signs that have damaged or cracked substrates and/or installed as per the manufacturer's recommendations. the "Compliant Work Zone Traffic Control Device List" (CWZTCD), 7. The Contractor shall furnish sign supports and substrates listed in in the "Standard Highway Sign Designs for Texas" (SHSD). 6. The Contractor shall furnish the sign design shown in the plans or directed by the Engineer. 5. All signs shall be installed in accordance with the plans or as 4. Nails shall NOT be used to attach signs to any support. 3. Barricades shall NOT be used as sign supports. 2. Wooden sign posts shall be painted white. condition. 1. Signs shall be installed and maintained in a straight and plumb SIGN SUPPORT WEIGHTS level sign supports placed on slopes. 8. Sandbags shall NOT be placed under the skid and shall not be used to sign support. shall be placed along the length of the skids to weigh down the level or hung with rope, wire, chains or other fastners. Sandbags of the traffic control device and shall not be suspended above ground 7. Sandbags shall only be placed along or laid over the base supports list. manufactured with rubber bases may be used when shown on the CWZTCD for ballast on portable sign supports. Sign supports designed and 6. Rubber ballasts designed for channelizing devices should not be used vehicular impact. Rubber, such as tire inner tubes, shall not be used. 5. Sandbags shall be made of a durable material that tears upon 4. Sandbags should weigh a minimum of 35 lbs and a maximum of 50 lbs. permitted for use as sign support weights. 3. Rock, concrete, iron, steel or other solid objects will not be to maintain a constant weight. 2. The sandbags will be tied shut to keep the sand from spilling and filled with dry, cohesionless material. 1. Weights used to keep signs from turning over should be sandbags FLEXIBLE ROLL-UP REFLECTIVE SIGNS DMS-8300 DMS-8310 LEGEND & BORDERS Channelizing Devices LEGEND Type 3 Barricade Work Area Work Area Work Area describes pre-qualified products and their sources and may be found at the following web address: X X warning sign spacing. 5. See the Table on sheet 1 of 2 for Typical directions. 4. Warning sign spacing shown is typical for both under way, as directed by the Engineer. construction operations are no longer 3. Advance signs shall be removed when signal locations will be as directed by the Engineer. intersections at the project limits. Actual intersection, but only in advance of the may not be required in advance of each 2. For closely adjoining projects, advance signing whenever signal contract work is in progress. 1. Project signing as shown shall be in place Texas Manual on Uniform Traffic Control Devices (TMUTCD). 1. Work zone durations are defined in Part 6, Section 6G.02 of the See Note 8 BARRICADES AND SIGNS TRAFFIC SIGNAL WORK 7-13 WZ(BTS-2)-13 wzbts-13.dgn Standard Division Operations Traffic TYPE A SHEETING ACRYLIC NON-REFLECTIVE SHEETING TYPE B OR TYPE C SHEETING 6. Where pedestrians with visual disabilities normally use the closed sidewalk Barricades shown. Detectable Pedestrian Barricades should be used instead of the Type 3 facility. features consistent with the features present in the existing pedestrian temporary facilities shall be detectable and shall include accessibility 9. When crosswalks or other pedestrian facilities are closed or relocated, appropriate bid items. 8. Pavement markings for mid-block crosswalks shall be paid for under the 1. Holes, trenches or other hazards shall be adequately protected by covering, delineating or surrounding the hazard with orange plastic pedestrian fencing or longitudinal channelizing devices, or as directed by the Engineer. completion of the work. 4. Signs and anchor stubs shall be removed and holes back filled upon sign face. 3. Duct tape or other adhesive material shall NOT be affixed to a be used to cover signs. Burlap, or heavy materials such as plywood or aluminum shall not automobile headlights at night without damaging the sign sheeting. the entire sign face and maintain their opaque properties under as heavy mil black plastic, or other materials which will cover 2. When signs are covered, the material used shall be opaque, such approved by the Engineer. shall be removed or completely covered, unless otherwise 1. When sign messages may be confusing or do not apply, the signs M A L D O N A D O - B U R K E T T I N T E L L I G E N T T R A N S P O R T A T I O N S Y S T E M S , L L P E15126 T B P E R E G . # F - 1 0 2 5 8 P H . ( 3 6 1 ) 2 3 6 - 4 6 1 1 w w w . m b i t s g r o u p .c o m C O R P U S C H R I S T , T E X A S 7 8 4 1 1 3 8 3 3 S O U T H S T A P L E S S T R E E T S U I T E N 2 1 4 80 STR 915 9 6 7 6 3 PROFESS I O N A L E N G I N E E R S T A T E O F T E X AS L I C E N S E D R A M O N H . M A L D O N A D O , J R . I N D E F I N I T E Q U A N T I T Y ( I D I Q ) - R E B I D I M P R O V E M E N T S I N D E F I N I T E D E L I V E R Y , T R A F F I C S I G N A L A N D S T R E E T L I G H T I N G C I T Y o f C O R P U S C H R I S T I T E X A S CITY PROJECT # RECORD DRAWING NO. SHEET of CONSULTANT'S SHEET No. B Y D A T E D E S C R I P T I O N R E V I S I O N N O . B Y D A T E D E S C R I P T I O N R E V I S I O N N O . D e p a r t m e n t o f C a p i t a l P r o g r a m s 9 / 1 1 / 1 5 E D ( 1 ) - 1 4 C O N D U I T S & N O T E S E L E C T R I C A L D E T A I L S 39 DN:CK:DW:CK:FILE: JOB COUNTY SECT DIST REVISIONS HIGHWAY SHEET NO. C TxDOT CONT Standard Division Operations Traffic ED(1)-14 71A ed1-14.dgn CONDUIT A. MATERIALS B. CONSTRUCTION METHODS CONDUITS & NOTES ELECTRICAL DETAILS GENERAL NOTES FOR ALL ELECTRICAL WORK AWG 16" x 16" x 4" 12" x 12" x 4" 10" x 10" x 4" 10" x 10" x 4" #1 #2 #4 #6 #8 3 CONDUCTORS 5 CONDUCTORS 7 CONDUCTORS 4" x 12" x12" 4" x 8" x 8" 4" x 10" x10" 4" x 8" x8" 4" x 10" x10" 4" x 8" x8" 4" x 8" x8" 4" x 8" x8" 4" x 8" x8" 4" x 8" x8" 10" x 10" x 4" No substitutions will be allowed for materials on this list. listed on the MPL on TxDOT's website under "Roadway Illumination and Electrical Supplies." Material Producers List (MPL) intended for use on each project. Prequalified materials are 6. When required by the Engineer, notify the Department in writing of materials from the connectors, and bonding jumpers are subsidiary to the various bid items. conductor. Provide stranded bare copper or green insulated grounding conductors. Ground rods, conduits; metal poles; luminaires; and metal enclosures are bonded to the equipment grounding 5. Install grounding as shown on the plans and in accordance with the NEC. Ensure all metallic request. Operate test equipment during inspection as requested by the Engineer. calibrated within the last year. Provide calibration certification to the Engineer upon tester, torque wrenches, and torque screwdrivers. Ensure all equipment has been properly the contract and the NEC: voltmeter, ammeter, megohm meter (1000 volt DC), ground resistance 4. Provide the following test equipment as required by the Engineer to confirm compliance with steel when plans specify galvanized, provided the bolt size is in. or less in diameter. 3. Miscellaneous nuts, bolts and hardware, except for high strength bolts, may be stainless additional cost to the Department. is justification for rejection. Replace or reinstall rejected material or equipment at no listing. Faulty fabrication or poor workmanship in any material, equipment, or installation acceptable equal to a NEMA listed device. Acceptable devices may have both a NEMA and IEC International Electrotechnical Commission (IEC) listed devices will not be considered an LLC can be considered equivalent to UL. Where reference is made to NEMA listed devices, as Canadian Standard Association (CSA), Intertek Testing Services NA Inc., or FM Approvals Underwriters Laboratories (UL) or a Nationally Recognized Testing Lab (NRTL). NRTLs such specifications, National Electrical Manufacturers Association (NEMA), and are listed by the applicable articles of the National Electrical Code (NEC), TxDOT standards and 2. Provide new and unused materials. Ensure that all materials and installations comply with diagrammatic and may be shifted to accommodate field conditions. 1. The location of all conduits, junction boxes, ground boxes, and electrical services is October 2014 not applicable to the table, size junction boxes in accordance with NEC. sizes is present, count the conductors as if all are of the larger size. For situations through one conduit with no more than four conduits per box. When a mixture of conductor the following table, which applies to the greatest number of conductors entering the box 3. Unless otherwise shown on the plans, provide junction boxes with a minimum size as shown in Properly bond all metal conduits. 2. Provide galvanized steel RMC for all exposed conduits, unless otherwise shown on the plans. called for on polyvinyl chloride (PVC) systems. systems. Provide liquidtight flexible nonmetallic conduit (LFNC) when flexible conduit is (LFMC) when flexible conduit is called for on galvanized steel rigid metallic conduit (RMC) substitute other types of conduits for those shown. Provide liquidtight flexible metal conduit Provide conduit types according to the descriptive code or as shown on the plans. Do not conduits listed under Item 618 on the MPL under "Roadway Illumination and Electrical Supplies." For Construction And Maintenance Of Highways, Streets, And Bridges," latest edition. Provide Specification (DMS) 11030 "Conduit" and Item 618 "Conduit" of TxDOT's "Standard Specifications 1. Provide conduit, junction boxes, fittings, and hardware as per TxDOT Departmental Material otherwise noted on the plans. 7. Provide PVC junction boxes intended for outdoor use on PVC conduit systems, unless the same requirements for junction boxes used with RMC systems. in accordance with the NEC. Provide junction boxes for IMC conduit systems that meet use, unless otherwise noted on the plans. Size all galvanized steel junction boxes junction boxes made from galvanized steel sheeting, listed and approved for outdoor unless specifically required by the plan sheets. When EMT is called for, provide 6. Do not use intermediate metal conduit (IMC) or electrical metallic tubing (EMT) aluminum boxes. Size outlet boxes according to the NEC. junction boxes containing only 10 AWG or 12 AWG conductors. Do not use die cast 5. Provide hot dipped galvanized cast iron or sand cast aluminum outlet boxes for an internal volume greater than 100 cu. inches. conduit entries are on the same side. Mechanically secure all junction boxes with conduit within 3 ft. of the enclosure or within 18 in. of the enclosure if all purpose and supported by connection of two or more rigid metal conduits. Secure entering raceways must have threaded entries or hubs identified for the intended 4. Junction boxes with an internal volume of less than 100 cu. in. and supported by paint as an alternative for materials required to be galvanized. as allowed under Item 445 "Galvanizing." Do not paint non-galvanized material with a zinc rich more zinc content) to alleviate overspray. Use zinc rich paint to touch up galvanized material cut ends of all mounting strut and RMC (threaded or non-threaded) with zinc rich paint (94% or 14. File smooth the cut ends of all mounting strut and conduit. Before installing, paint the field conduit sealant. tests. Do not use duct tape as a permanent conduit sealant. Do not use silicone caulk as a the Engineer. Seal conduit immediately after completion of conductor installation and pull 13. Seal ends of all conduits with duct seal, expandable foam, or by other methods approved by from the bottom of the box. See the ground box detail on sheet ED(4). 12. Place conduits entering ground boxes so that the conduit openings are between 3 in. and 6 in. 11. At all electrical services, install a 6 AWG solid copper grounding electrode conductor. required, if the duct extends the full length through the casing. grounding conductor. Bonding of conduit used as a casing under roadways for duct cable is not or equipment grounding conductor. Ensure all bonding jumpers are the same size as the equipment 10. Install a bonding jumper from each grounding bushing to the nearest ground rod, grounding lug, install a grounding type bushing on all metal conduit terminations. 9. Fit the ends of all PVC conduit terminations with bushings or bell end fittings. Provide and tight sealing hubs are not required. cans, service enclosures, auxiliary enclosures and junction boxes. Grounding bushings on water hubs or using boxes with threaded bosses. This includes surface mounted safety switches, meter 8. Ensure conduit entry into the top of any enclosure is waterproof by installing conduit sealing conduit and prove it clear in accordance with Item 618 prior to installing any conductors. durable duct tape are allowed. Tightly fix the tape to the conduit opening. Clean out the after installation to prevent entry of dirt, debris and animals. Temporary caps constructed of 7. During construction, temporarily cap or plug open ends of all conduit and raceways immediately 6. Provide and place warning tape approximately 10 in. above all trenched conduit as per Item 618. Backfill", 402 "Trench Excavation Protection", and 403 "Temporary Special Shoring." Items 110 "Excavation", 400 "Excavation and Backfill for Structures", 401 "Flowable new roadways, backfill all trenches with cement-stabilized base as per requirements of material unless otherwise noted on the plans. When placing conduit in the sub-base of 5. When placing conduit in the sub-grade of new roadways, backfill all trenches with excavated or Box" prior to installing conduit or duct cable to prevent bending of the connections. compact the bore pits below the conduit per Item 476 "Jacking, Boring, or Tunneling Pipe driveways, sidewalks, or after the base or surfacing operation has begun. Backfill and 4. Unless otherwise shown on the plans, jack or bore conduit placed beneath existing roadways, specifically in the plans or as approved by the Engineer. 3. Do not attach conduit supports directly to pre-stressed concrete beams except as shown on ED(2). Install conduit support within 3 ft. of all enclosures and conduit terminations. attaching metal conduit to surface of concrete structures. See "Conduit Mounting Options" 2. Space all conduit supports at maximum intervals of 5 ft. Install conduit spacers when for the required expansion conduit fittings. amount of expansion to the Engineer upon request. Do not use LFMC or LFNC as a substitute movement at no additional cost to the Department. Provide the method of determining the joint conduit fittings. Repair or replace expansion joint fittings that do not allow for requested by the project Engineer, supply manufacturer's specification sheet for expansion externally exposed on structures such as bridges at maximum intervals of 150 ft. When and install expansion joint fittings on all continuous runs of galvanized steel RMC conduit the structure's expansion joints to allow for movement of the conduit. In addition, provide 1. Provide and install expansion joint conduit fittings on all structure-mounted conduits at the service riser conduit. properly sized stainless steel or hot dipped galvanized one-hole standoff straps are allowed on 10. Use two-hole straps when supporting 2 in. and larger conduits. On electrical service poles, foundations. foundations. Provide PVC or galvanized steel RMC elbows as called for at all ground boxes and and schedule as shown on the plans. Do not extend substituted conduit into ground boxes or the HDPE conduit to PVC (or RMC elbow when required) at the bore pit. Provide conduit of the size except that the conduit is supplied without factory-installed conductors. Make the transition of size PVC called for in the plans. Ensure the substituted HDPE meets the requirements of Item 622, conduit bid under Item 618. Ensure bored HDPE substituted for PVC is schedule 40 and of the same the Engineer, substitute HDPE conduit with no conductors for bored schedule 40 or schedule 80 PVC conductors according to Item 622 "Duct Cable." At the Contractor's request and with approval by 9. When required, provide High-Density Polyethylene (HDPE) conduit with factory installed internal PVC elbows are subsidiary to various bid items. concrete. PVC extensions are allowed on these concrete encased rigid metal elbows. RMC or metal elbow is not required if the entire RMC elbow is encased in a minimum of 2 in. of elbow by means of a grounding bushing on a rigid metal extension. Grounding of the rigid the plans and any portion of the RMC elbow is buried less than 18 in., ground the RMC the PVC conduit system. When galvanized steel RMC elbows are specifically called for in a flat, high tensile strength polyester fiber pull tape for pulling conductors through 8. Provide PVC elbows in PVC conduit systems, unless otherwise shown on the plans. Use only M A L D O N A D O - B U R K E T T I N T E L L I G E N T T R A N S P O R T A T I O N S Y S T E M S , L L P E15126 T B P E R E G . # F - 1 0 2 5 8 P H . ( 3 6 1 ) 2 3 6 - 4 6 1 1 w w w . m b i t s g r o u p .c o m C O R P U S C H R I S T , T E X A S 7 8 4 1 1 3 8 3 3 S O U T H S T A P L E S S T R E E T S U I T E N 2 1 4 80 STR 915 9 6 7 6 3 PROFESS I O N A L E N G I N E E R S T A T E O F T E X AS L I C E N S E D R A M O N H . M A L D O N A D O , J R . I N D E F I N I T E Q U A N T I T Y ( I D I Q ) - R E B I D I M P R O V E M E N T S I N D E F I N I T E D E L I V E R Y , T R A F F I C S I G N A L A N D S T R E E T L I G H T I N G C I T Y o f C O R P U S C H R I S T I T E X A S CITY PROJECT # RECORD DRAWING NO. SHEET of CONSULTANT'S SHEET No. B Y D A T E D E S C R I P T I O N R E V I S I O N N O . B Y D A T E D E S C R I P T I O N R E V I S I O N N O . D e p a r t m e n t o f C a p i t a l P r o g r a m s 9 / 1 1 / 1 5 E D ( 2 ) - 1 4 C O N D U I T S U P P O R T S E L E C T R I C A L D E T A I L S 40 DN:CK:DW:CK:FILE: JOB COUNTY SECT DIST REVISIONS TxDOT TxDOT TxDOT TxDOT HIGHWAY SHEET NO. C TxDOT CONT Standard Division Operations Traffic ELECTRIC CONDUIT TO BRIDGE DECK ATTACHMENT CONDUIT MOUNTING OPTIONS 71B ED(2)-14 ed2-14.dgn CONDUIT SUPPORTS ELECTRICAL DETAILS TYPICAL CONDUIT ENTRY TO BRIDGE STRUCTURE DETAIL EXPANSION ANCHOR NOTES FOR BRIDGE DECK ATTACHMENT See ED(1)B.2 Attachment to concrete surfaces h h introduced after conduit installation. at the required minimum embedment depth ( ef). No lateral loads shall be breakout, and concrete pullout strengths as determined by ACI 318 Appendix D) 6. Use anchors of minimum 1600 Lbs tensile capacity (minimum of steel, concrete thread length for proper torqueing and tightening of anchors. embedment depth, ( ef), as shown. Increase ( ef)as needed to ensure sufficient deck strands or reinforcement. Install anchors to ensure a minimum effective 5. Prior to hole drilling, use rebar locator to ensure clearing of existing the structure. be witnessed and approved by the Engineer prior to furnishing anchors on demonstration test to evaluate the procedures and tools. The test shall manufacturer's published installation instructions. Arrange a field 4. Install anchors as shown on the plans and in accordance with the anchor wedge shall be stainless steel. application in marine environment, both the anchor body and expansion bodies can be either zinc-plated carbon steel or stainless steel. For manufactured with carbon steel expansion wedges are not allowed. Anchor 3. Use anchors manufactured with stainless steel expansion wedges. Anchors uncracked concrete. list; and do not use expansion anchors that are only approved for use in do not use expansion anchors that are not included in the ICC-ES approval 2. Unless otherwise approved by the Engineer: do not use adhesive anchors; Anchors. maintained on the ICC-ES website under Division 031600 for Concrete ICC-ES Evaluation Report number, and its approval status shall be Service (ICC-ES). The chosen anchor product shall have a designated use in cracked concrete by the International Code Council, Evaluation 1. Use torque controlled mechanical expansion anchors that are approved for h HANGER ASSEMBLY DETAIL 1" ƒ" Bridge Deck Hex Nut Hex Nut efh Threaded Coupler Nut Washer & Flat Washer Hex Nut, Split Lock Washer & Flat Washer Hex Nut, Split Lock Oversized Cut Washer Washer & Square or Hex Nut, Split Lock Channel Mounting Conduit Min. =2 " Anchor Expansion …" Dia. Rod Threaded …" Dia. "SPAN" less than 2' 2'-0" to 2'-6" >2'-6" to 3'-0" 1 †" x 1 …" "H" "W" 12 Ga. 1 †" x 1 †" 1 †" x 2 ‹" 12 Ga. 12 Ga. "W" x "H" CONDUIT MOUNTING CHANNEL "T" "T" capacity is not reduced by more than 15%. patterns are allowed, if the load carrying Channels with round or short slotted hole Conduit (RMC) Rigid Metal Channel Mounting Conduit CONDUIT HANGING DETAIL 1 ' - 3 " 6" [ Girder [ Girder Deck Bridge Min 1" Min ASSEMBLY DETAIL" See "HANGER M a x Varies Channel Conduit Mounting "SPAN" Clamp Conduit Conduit (RMC) Rigid Metal [ …" Diameter & Threaded Rods Expansion Anchors PVC Conduit Wing Wall 3' max. RMC Fitting Expansion Conduit galvanized) or equal) (Hot dip Kindorf, Unistrut Channel (B-line, Conduit Mounting Structure Concrete Conduit Strap galvanized or hot dipped Stainless steel Strut Type (mounting shoe) Conduit Spacer Structure Concrete Conduit m i n . 1 " conduit strap malleable galvanized Hot-dipped 1 " max. depth 1" min., anchor. Anchor to 2" use …" dia. For conduits 1 " ‚" dia. anchor. up to 1 ‚" use for conduit " expansion anchor: Stainless steel M i n . " 1 " max. depth 1" min., anchor. Anchor steel expansion …" Stainless October 2014 M A L D O N A D O - B U R K E T T I N T E L L I G E N T T R A N S P O R T A T I O N S Y S T E M S , L L P E15126 T B P E R E G . # F - 1 0 2 5 8 P H . ( 3 6 1 ) 2 3 6 - 4 6 1 1 w w w . m b i t s g r o u p .c o m C O R P U S C H R I S T , T E X A S 7 8 4 1 1 3 8 3 3 S O U T H S T A P L E S S T R E E T S U I T E N 2 1 4 80 STR 915 9 6 7 6 3 PROFESS I O N A L E N G I N E E R S T A T E O F T E X AS L I C E N S E D R A M O N H . M A L D O N A D O , J R . I N D E F I N I T E Q U A N T I T Y ( I D I Q ) - R E B I D I M P R O V E M E N T S I N D E F I N I T E D E L I V E R Y , T R A F F I C S I G N A L A N D S T R E E T L I G H T I N G C I T Y o f C O R P U S C H R I S T I T E X A S CITY PROJECT # RECORD DRAWING NO. SHEET of CONSULTANT'S SHEET No. B Y D A T E D E S C R I P T I O N R E V I S I O N N O . B Y D A T E D E S C R I P T I O N R E V I S I O N N O . D e p a r t m e n t o f C a p i t a l P r o g r a m s 9 / 1 1 / 1 5 E D ( 3 ) - 1 4 C O N D U C T O R S E L E C T R I C A L D E T A I L S 41 DN:CK:DW:CK:FILE: JOB COUNTY SECT DIST REVISIONS TxDOT TxDOT TxDOT TxDOT HIGHWAY SHEET NO. CONT A. MATERIAL INFORMATION ELECTRICAL CONDUCTORS B. CONSTRUCTION METHODS cover insulating splice with gel-filled Listed Screw Type molded cover See through molded clamp Snap-lock, SPLICE OPTION 3 connections for making Set Screw/Lug C. TEMPORARY WIRING GROUND RODS & GROUNDING ELECTRODES A. MATERIAL INFORMATION B. CONSTRUCTION METHODS the NEC. during the construction process in a timely manner and in conformance with 5. Protect and when necessary repair any existing electrical conduits uncovered conformance with the NEC. lowest point. Ground messenger wires that support power conductors in the vertical clearance to ground is at least 18 ft. when measured at the in areas subject to vehicle traffic or mobile construction equipment, ensure horizontally from any metal structure. Where installing temporary conductors the splices are more than 10 ft. above grade vertically and more than 5 ft. 4. Enclose conductor splices within a listed enclosure or ground box, or ensure where approved. 3. Use listed wire nuts with factory applied sealant for temporary wiring following: molded cord and plug set, receptacle, or circuit breaker type. and refrigerators located outdoors at grade. GFCI may be any one of the portable electrical equipment, power tools, ice machines, ice storage bins 2. Provide a ground fault circuit interrupter (GFCI) for power outlets for the NEC article "Temporary Installations" and Department standard sheets. 1. Install temporary conductors and electrical equipment in accordance with Listed Screw Type horizontal trench for rocky soil or a solid rock bottom. 7. Written authorization is required before installing a ground rod in a and properly sized bonding jumper on each end of the metal conduit. conductors with metal conduit, provide and install a grounding type bushing conductors with non-metallic conduit. When protecting grounding electrode 6. Unless otherwise called for in the plans, protect grounding electrode radius bend of four inches for these conductors. lightning protection ground rods. When a bend is required, ensure a minimum 5. Route all conductors as short and straight as possible for connection to at the clamp location. 4. Remove all non-conductive coatings such as concrete splatter from the rod the rod. 3. Install ground rods so the imprinted part number is at the upper end of 2. Do not place ground rods in the same drilled hole as a timber pole. soil, ensure that the upper end is between 2 to 4 in. below finished grade. readily accessible for inspection or repairs. For ground rods installed in in concrete, ensure the connection of the conductor to the ground rod is concrete, or both, as called for in the plans. For ground rods installed 1. Furnish auxiliary ground rods for lightning protection and install in soil, under Item 620. installations, provide a minimum size 8 AWG EGC. The EGC is paid for are bonded together at every accessible location. For traffic signal current carrying conductor contained in the conduit. Ensure all EGCs Unless shown elsewhere, size the EGC to be the same size as the largest (EGC) in all conduits that contain circuit wiring of 50 volts or more. 12. Provide and install a separate stranded equipment grounding conductor subsidiary to various bid items. materials, breakaway disconnects, splice covers, and fuse holders are UL listed gel-filled insulating splice covers. Splicing materials, insulating adhesive tape to fill the gap and seal the ends of heat shrink tubing. Provide split bolt connectors for splicing as specified in DMS 11040. Use hot melt 4. Use listed compression or screw type pressure connectors, terminal blocks, or with a permanent marker. identification as shown in the plans. Print circuit identification on the tag two straps, large enough to indicate circuit number, letter, or other around both circuit conductors at each accessible location. Provide tags with identify the conductors of each branch circuit by attaching a non-metallic tag 3. Where two or more circuits are present in one conduit or enclosure, permanently plans. electrode conductor to the concrete encased grounding electrode as shown in the with a UL listed connector in accordance with DMS 11040. Connect the grounding the service location. Connect the grounding electrode conductor to the ground rod service equipment to the concrete encased grounding electrode or the ground rod at 2. Provide a solid copper 6 AWG grounding electrode conductor to bond the electrical least 6 in. of the conductor's insulation with half laps of tape. jacket or by colored tape. When identifying conductors with colored tape, mark at color jacket. Identify electrical conductors 4 AWG and larger by continuous color system. Identify conductors 6 American Wire Gauge (AWG) and smaller by continuous except green, white, or gray. Keep color scheme consistent throughout the wiring or bare conductors. Identify ungrounded (hot) conductors with any color insulation white insulation. Identify grounding conductors (ground wires) with green insulation conductors in conformance with the NEC. Identify grounded (neutral) conductors with under "Roadway Illumination and Electrical Supplies" Item 620. Color code insulated conductors as listed on the Material Producers List (MPL) on the Department web site Specification (DMS)11040 "Conductors" and Item 620 "Electrical Conductors." Provide 1. Provide Type XHHW insulated conductors in accordance with Departmental Material as shown on the MPL. openings. Leave unused openings factory sealed. Use prequalified breakaway connectors a single opening in a boot. Provide waterproof boots with the correct number of around the conductor to ensure waterproof connection. Only one conductor may enter breakaway devices. Trim waterproofing boots on breakaway connectors to fit snugly threaded connections. Proper terminations are critical to the safe operation of instructions when terminating conductors to breakaway connectors. Properly torque conductors pass through a breakaway support device. Follow manufacturer's 11. Install breakaway connectors on conductors bid under Item 620 whenever those listing for maximum number and size of conductors allowed. connector is rated for multiple conductors. Do not exceed the pressure connector's 10. Do not terminate more than one conductor under a single connector, unless the Use only approved splicing methods. 9. Do not repair damaged conductors with duct tape, electrical tape, or wire nuts. insulation resistance test at no additional cost to the department. 8. Replace conductors and cables that are damaged beyond repair or that fail an conductor strands or removed strands will be considered damaged. nicking the individual strands of the conductor. Conductors with nicked individual 7. When terminating conductors, remove the insulation and jacketing material without 6. Support conductors in illumination poles with a J-hook at the top of the pole. accumulation of water. ground boxes. Install wire nuts in an upright position to prevent the smaller conductors in above ground junction boxes, but not in pole bases or 5. Wire nuts with factory applied waterproof sealant may be used for 8 AWG or manufacturer's specifications when used in place of heat shrink tubing. 4. Size and install gel-filled insulating splice covers according to been burned, or overheated, is considered defective and must be replaced. seal the ends of heat shrink tubing. Heat shrink tubing that appears to have past the heat shrink tubing. Use hot melt adhesive tape to fill the gap and the individual conductors and the heat shrink tubing. Ensure the tape extends insulation using hot melt adhesive tape to provide a watertight seal between conductors, prior to heating the tubing, increase the diameter of the conductor may not shrink sufficiently to provide a watertight seal around the individual minimum of 2 in. past both sides of the splice. Where heat shrink tubing watertight splice. Overlap conductor insulation with heat shrink tubing a heat shrink tubing or gel-filled insulating splice covers to provide a terminal blocks, or split bolt connectors. Insulate splices with heavy wall enclosures and use only listed compression or screw type pressure connectors, 3. Make splices only in junction boxes, ground boxes, pole bases, or electrical length of conductor at enclosures, weatherheads and pole bases. boxes when pulled through with no splice. Leave 1 ft. minimum, 1.5 ft. maximum ground boxes. Leave 3 ft. minimum, 4 ft. maximum length of conductor in ground 2. Leave 2 ft. minimum, 3 ft. maximum length for each conductor up to the splice in Engineer to witness the tests. insulation resistance tests in accordance with Item 620. Coordinate with the needed alterations or repairs at no additional cost to the department. Perform perform conductor pull test. If a conductor cannot be freely pulled, make any conductors through the conduit system. After installing conductors in conduit, 1. Use only a flat, high tensile strength polyester fiber pull tape for pulling specific locations including electrical service, see individual plan sheets. plans sheets. Concrete encased grounding electrodes may be called for in length rods may be called for in some specific locations, see the individual ground rods according to DMS 11040 and the plans. Larger diameter or longer 1. Provide and install a grounding electrode at electrical services. Provide tape adhesive Hot melt Tube Shrink Heat type connector "C" clamp overlap 2" Min. Compression Type SPLICE OPTION 1 Split Bolt Type SPLICE OPTION 2 overlap 2" Min. tape adhesive Hot melt „" to ‚" of tubing by extend past end tape. Tape to hot melt adhesive conductors with Seal between sharp edges heat shrink from tape to protect hot melt adhesive connector with Wrap split bolt Tube Shrink Heat overlap 2" Min. Split bolt overlap 2" Min. „" to ‚" tubing by past end of Tape to extend adhesive tape. hot melt diameter with insulation Increase „" to ‚" tubing by past end of Tape to extend adhesive tape. hot melt diameter with insulation Increase „" to ‚" of tubing by extend past end tape. Tape to hot melt adhesive conductors with Seal between Standard Division Operations Traffic ED(3)-14 71C ed3-14.dgn CONDUCTORS ELECTRICAL DETAILS October 2014C TxDOT M A L D O N A D O - B U R K E T T I N T E L L I G E N T T R A N S P O R T A T I O N S Y S T E M S , L L P E15126 T B P E R E G . # F - 1 0 2 5 8 P H . ( 3 6 1 ) 2 3 6 - 4 6 1 1 w w w . m b i t s g r o u p .c o m C O R P U S C H R I S T , T E X A S 7 8 4 1 1 3 8 3 3 S O U T H S T A P L E S S T R E E T S U I T E N 2 1 4 80 STR 915 9 6 7 6 3 PROFESS I O N A L E N G I N E E R S T A T E O F T E X AS L I C E N S E D R A M O N H . M A L D O N A D O , J R . I N D E F I N I T E Q U A N T I T Y ( I D I Q ) - R E B I D I M P R O V E M E N T S I N D E F I N I T E D E L I V E R Y , T R A F F I C S I G N A L A N D S T R E E T L I G H T I N G C I T Y o f C O R P U S C H R I S T I T E X A S CITY PROJECT # RECORD DRAWING NO. SHEET of CONSULTANT'S SHEET No. B Y D A T E D E S C R I P T I O N R E V I S I O N N O . B Y D A T E D E S C R I P T I O N R E V I S I O N N O . D e p a r t m e n t o f C a p i t a l P r o g r a m s 9 / 1 1 / 1 5 E D ( 4 ) - 1 4 G R O U N D B O X E S E L E C T R I C A L D E T A I L S 42 DN:CK:DW:CK:FILE: JOB COUNTY SECT DIST REVISIONS TxDOT TxDOT TxDOT TxDOT HIGHWAY SHEET NO. C TxDOT CONT GROUND BOX COVER DIMENSIONS DIMENSIONS (INCHES) H I N PJKLM 23 13 ƒ13 30 30 ‚17 13 ‚17 ‚ 2 2 23 ‚9 ‡5 „ 6 ƒ 1 … 1 … A, B & E C & D Standard Division Operations Traffic ED(4)-14 71D ed4-14.dgn GROUND BOXES ELECTRICAL DETAILS GROUND BOXES APRON FOR GROUND BOX PLAN VIEW AA (1) SECTION A - A 3" to 6" 2"2" 10"(typ) box Ground steel Reinforcing No. 3 duct cable Conduit or steel Reinforcing No.3 box Ground (typ) 10"Depth of box Apron-Full (typ) 10" ell Conduit (when required) Concrete Apron Class A PVC (4) fitting for RMC. Bell end bushing for Grounding (2) fill (3) 9" Aggregate B. CONSTRUCTION METHODS 4. Provide larger ground boxes in accordance with Item 624 and as shown in the plans. 3. Ensure ground box cover is correctly labeled in accordance with DMS 11070. and Electrical Supplies," Item 624. the Material Producers List (MPL) on the Department web site under "Roadway Illumination 2. Provide Type A, B, C, D, and E ground boxes as shown in the plans, and as listed on Item 624 "Ground Boxes." accordance with Departmental Material Specification (DMS) 11070 "Ground Boxes" and 1. Provide polymer concrete ground boxes measuring 16x30x24 in. (WxLxD) or smaller in GROUND BOX COVER L J K H I P PLAN VIEW SIDEEND M Nfor head recess bolt with Hole for " See DMS 11070 requirements. and labeling For cover logo GROUND BOX DIMENSIONS TYPE A B C D E TYPE October 2014 OUTSIDE DIMENSIONS (INCHES) 12 X 23 X 11 12 X 23 X 22 (Width x Length X Depth) 16 X 29 X 11 16 X 29 X 22 12 X 23 X 17 conduits terminating in a ground box. the ground box. Install a PVC bushing or bell end fitting on the upper end of all PVC Ground RMC elbows when any part of the elbow is less than 18 in. below the bottom of (4) Install a grounding bushing on the upper end of all RMC terminating in a ground box. interior volume of the box. (3) Place aggregate under the box, not in the box. Aggregate should not encroach on the (2) Maintain sufficient space between conduits to allow for proper installation of bushing. or bell end fittings. that ground box walls do not interfere with the installation of grounding bushings (1) Uniformly space ends of conduits within the ground box. Position ends of conduits so A. MATERIALS 11. Bond metal ground box covers to the grounding conductor with a tank ground type lug. identifying the specific boxes in writing. This work will be paid for separately. of the contract, the Engineer may direct the Contractor to bond the metal covers, 10. If other ground boxes with metal covers are within the project limits but are not part fully describing the work required. Verify existing ground boxes with metal covers are shown on the plans, with notes as the grounding conductor. The bonding jumper is subsidiary to various bid items. equipment grounding conductor with a 3 ft. long stranded bonding jumper the same size 9. If an existing ground box in the contract has a metal cover, bond the cover to the below grade. to cut an appropriately sized hole for conduit entry in the side wall at least 18 inches 8. When a type B or D ground box is stacked to meet volume requirements, it is allowable together and to the ground rod with listed connectors. 7. When a ground rod is present in a ground box, bond all equipment grounding conductors Do not use silicone caulk as a sealant. foam, or other method as approved. Do not use duct tape as a permanent conduit sealant. and pull tests. Permanently seal the ends of all conduits with duct seal, expandable 6. Permanently seal conduits immediately after the completion of conductor installation 5. Temporarily seal all conduits in the ground box until conductors are installed. conduits so grounding bushings and bell end fittings can easily be installed. 4. Install all conduits and ells in a neat and workmanlike manner. Uniformly space boxes. 3. Keep bolt holes in the box clear of dirt. Bolt covers down when not working in ground subsidiary to ground boxes when called for by descriptive code. under the box. Ground box aprons, including concrete and reinforcing steel, are of concrete for the apron extends from finished grade to the top of the aggregate bed 2. Cast ground box aprons in place. Reinforcing steel may be field bent. Ensure the depth aggregate. least 9 inches deep, prior to setting the ground box. Install ground box on top of Item 302 "Aggregates for Surface Treatments." Ensure aggregate bed is in place and at and setting ground box. Provide Grade 3 or 4 coarse aggregate as shown on Table 2 of 1. Remove all gravel and dirt from conduit. Cap all conduits prior to placing aggregate M A L D O N A D O - B U R K E T T I N T E L L I G E N T T R A N S P O R T A T I O N S Y S T E M S , L L P E15126 T B P E R E G . # F - 1 0 2 5 8 P H . ( 3 6 1 ) 2 3 6 - 4 6 1 1 w w w . m b i t s g r o u p .c o m C O R P U S C H R I S T , T E X A S 7 8 4 1 1 3 8 3 3 S O U T H S T A P L E S S T R E E T S U I T E N 2 1 4 80 STR 915 9 6 7 6 3 PROFESS I O N A L E N G I N E E R S T A T E O F T E X AS L I C E N S E D R A M O N H . M A L D O N A D O , J R . I N D E F I N I T E Q U A N T I T Y ( I D I Q ) - R E B I D I M P R O V E M E N T S I N D E F I N I T E D E L I V E R Y , T R A F F I C S I G N A L A N D S T R E E T L I G H T I N G C I T Y o f C O R P U S C H R I S T I T E X A S CITY PROJECT # RECORD DRAWING NO. SHEET of CONSULTANT'S SHEET No. B Y D A T E D E S C R I P T I O N R E V I S I O N N O . B Y D A T E D E S C R I P T I O N R E V I S I O N N O . D e p a r t m e n t o f C a p i t a l P r o g r a m s 9 / 1 1 / 1 5 E D ( 5 ) - 1 4 S E R V I C E N O T E S & D A T A E L E C T R I C A L D E T A I L S 43 DN:CK:DW:CK:FILE: JOB COUNTY SECT DIST REVISIONS TxDOT TxDOT TxDOT TxDOT HIGHWAY SHEET NO. C TxDOT CONT 3/#2 2P/100 28.1N/A ID Service Elec. SB 183 Number Sheet Plan No./Size Conductors Service Amps Switch Safety Pole/Amps Ckt. Bkr. Main Amps Contractor Two-Pole Amp Rating Loadcenter Panelbd/ ID Circuit Branch Pole/Amps Ckt. Bkr. Branch Amps Circuit Branch Load KVA 262P/40Lighting NB Lighting SB Underpass Sig. Controller Luminaires Flashing Beacon 1 Flashing Beacon 2 252P/40 151P/20 231P/30 1P/20 1P/20 100 70 100 N/A 30 2P/60N/A N/A 3/#6 3/#6 1 ‚" 1 ‚" 289 30 58 NB Access 2nd & Main N/A * * * * * Standard Division Operations Traffic 71E ED(5)-14 ed5-14.dgn ELECTRICAL SERVICES NOTES SERVICE NOTES & DATA ELECTRICAL DETAILS TOP MOUNTED PHOTOCELL or equal) Kindorf, B-line channel(Unistrut, Conduit mounting 6" and photocell receptacle photocell Standard 3-prong cell and pole. between photo- to 1" clearance to provide " Conduit, bend " RM utility company. as allowed by by Engineer, and or as directed finished grade to 20 feet above the pole or 18 from the top of 6" to 8" measured Mount Photocell Support Service of pole photocells as shown on Top Mounted Photocell Detail. operation. Mount photocell facing north when practical. Mount top photocell from stray or ambient night time light to ensure proper 1.Provide photocell as listed on the MPL. Move, adjust, or shield the ELECTRICAL SERVICE DATA 5.3 ELC SRV TY A 240/480 100(SS)AL(E)SF(U) ELC SRV TY D 120/240 060(NS)SS(E)TS(O) ELC SRV TY T 120/240 000(NS)GS(N)SP(O) Electrical Service Description documentation from the electric utility provider to the Engineer. breaker's ampere interrupting capacity (AIC) rating and provide verify that the available fault current is less than the circuit 2.When the utility company provides a transformer larger than 50 KVA, ensure handle is lockable in both the "On" and "Off" positions. 1.Field drill flange-mounted remote operator handle if needed, to Size Conduit Service * 2"100 CCTV 2P/20 1P/20 9 3 4 4 October 2014 with a conduit sealing hub or threaded boss, such as a meter base hub. Grounding bushings are not required when the end of the metal conduit is fitted bushings on all metal conduits, and terminate bonding jumpers to grounding bus. penetrate the equipment mounting panel inside the enclosure. Provide grounding 15.Do not install conduit in the back wall of a service enclosure where it would enclosure that has no door pocket. drawings before completion of the work to the Engineer, instead of placing in 11 in. x 17 in. plan sheets to 8 in. x 11 in before laminating. Deliver these sheets detailing equipment and branch circuits supplied by that service. Reduce 14.When providing an "Off The Shelf" Type D or Type T service, provide laminated plan sheets, the installing contractor is to redline plan sheets before laminating. 8 in. x 11 in. before laminating. If the installation differs from the plan in the service enclosure's document pocket. Reduce 11 in. x 17 in. plan sheets to branch circuits supplied by that service. The laminated plan sheets are to be placed will copy and laminate the actual project plan sheets detailing all equipment and used to build the enclosure in the enclosure's data pocket. The installing contractor drawings and the laminated plan sheet showing the electrical service data chart service. Before shipment to the job site, place the applicable laminated schematic enclosure manufacturers will prepare and submit a schematic drawing unique to each 13.For all electrical service enclosures listed under Item 628 on the MPL, the UL 508 company specifications. 12.Ensure all mounting hardware and installation details of services conform to utility movement demonstrated to the satisfaction of the Engineer. required on all installed conductors, with at least six inches of free conductor conductor. Ensure any bend in LFMC never exceeds 180 degrees. A pull test is terminated with a grounding fitting. The LFMC must contain a grounded (neutral) need not be strapped. Each end of LFMC must have a grounding bushing or be length. Strap LFMC within 1 foot of each end. LFMC less than 12 inches in length LFMC the same size as service entrance conduit. LFMC must not exceed 3 feet in service enclosure when they are mounted 90 to 180 degrees to each other. Size the 11.Use of liquidtight flexible metal conduit (LFMC) is allowed between the meter and grounding bushing on the RMC where it terminates in the service enclosure. the conduit shown on the layout for that particular branch circuit. Install a a minimum of 6 inches underground and then couple to the type and schedule of on the layout sheets for branch circuit conduit. Extend all rigid metal conduits conduit for branch circuit entry to enclosure is the same size as that shown conductor. Size the service entrance conduit as shown in the plans. Ensure in. PVC conduit containing the electrical service grounding electrode 10.Provide rigid metal conduit (RMC) for all conduits on service, except for the when furnished by the Contractor, will be paid for separately. the elbow, including service conduit and conductors for the utility pole riser service. For an underground utility feed, all service conduit and conductors after including the riser or the elbow below ground are subsidiary to the electrical 9.All electrical service conduit and conductors attached to the electrical service 12 inches minimum, 18 inches maximum, or as required by utility. weatherhead. The lengths of the conductors outside the weatherhead are to be entrance conductor exits through a separately bushed non-metallic opening in the with half laps of colored tape, when identifying conductors. Ensure each service jacket or by colored tape. Mark at least 6 inches of the conductor's insulation Identify electrical conductors sized 4 AWG and larger by continuous color Wire Gauge (AWG). Identify size 6 AWG conductors by continuous color jacket. and white colored XHHW service entrance conductors of minimum size 6 American 8.Provide wiring and electrical components rated for 75°C. Provide red, black, stainless steel may be used. 7.When galvanized is specified for nuts, screws, bolts or miscellaneous hardware, incidental contact as required by the NEC. enclosure do not need a dead front trim. Protect incoming line terminations from 6.Enclosures with external disconnects that de-energize all equipment inside the locks are installed. Unless otherwise approved, do not energize electrical service equipment until enclosures. Master Lock #2195 keys and locks become property of the State. provide Master Lock #2195 Type 2 with brass tumblers for "off the shelf" keyed #2195 for all custom electrical enclosures. Installing Contractor is to 5.The enclosure manufacturer will provide Master Lock Type 2 with brass tumblers work as approved. with the utility provider to determine costs and requirements, and coordinate the with these charges prior to engaging the utility company to do the work. Consult are paid for in accordance with Item 628. Get approval for the costs associated charges, and other charges by the utility company to provide power to the location with utility requirements. Primary line extensions, connection charges, meter 4.Coordinate with the Engineer and the utility provider for metering and compliance complete electrical service as specified in the plans. 3.Provide all work, materials, services, and any incidentals needed to install a detailed on the plans. Illumination and Electrical Supplies," Item 628. Provide other service types as on the Material Producers List (MPL) on the Department web site under "Roadway Standard Specifications. Provide electrical service types A, C, and D, as listed "Electrical Services-Pedestal (PS)", and Item 628 "Electrical Services" of the "Electrical Services-Type D," DMS 11084 "Electrical Services-Type T," DMS 11085 "Electrical Services-Type A," DMS 11082 "Electrical Services-Type C," DMS 11083 Departmental Material Specification (DMS) 11080 "Electrical Services,"DMS 11081 2.Provide electrical services in accordance with Electrical Details standard sheets, and guarantees as a customary trade practice, furnish these to the State. or installation is justification for rejection. Where manufacturers provide warranties Data chart in the plans. Faulty fabrication or poor workmanship in material, equipment, circuit breaker panels, and branch circuit breakers as shown on the Electrical Service Provide and install electrical service conduits, conductors, disconnects, contactors, Association (NEMA) standards. Ensure material is Underwriters Laboratories (UL) listed. provisions of the National Electrical Code (NEC) and National Electrical Manufacturers 1.Provide new materials. Ensure installation and materials comply with the applicable in the PS descriptive code, provide an AL enclosure. DMS 11080 and 11085. Do not provide GS pedestal services. If GS is shown 4.Provide pedestal service (PS) enclosures in accordance with ED(9) and not paint stainless steel. and D in accordance with DMS 11080, 11081, 11082, 11083, and 11084. Do 3.Provide aluminum (AL) and stainless steel (SS) enclosures for Types A, C, DMS 11080, 11082, 11083, and 11084. photocell or lighting contactor. Provide GS enclosures in accordance with and for Type D and T services that do not use an enclosure mounted 2.Type galvanized steel (GS) enclosures may be used for Type C panelboards 1.Provide threaded hub for all conduit entries into the top of enclosure. 1.0 requirements. Ensure conduit size meets the National ELectrical Code. Verify service conduit size with utility. Size may change due to utility meter electrical service data chart specific to that service as shown in the plans. Example only, not for construction. All new electrical services must have box with cover. aluminum outlet or sand cast cast iron, galvanized, Hot dipped Schematic Type Enclosure Type Photocell Mounting Location Service Support Type Service Voltage V / V ELEC SERV TY X XXX/XXX XXX (XX) XX (X) XX (X) EXPLANATION OF ELECTRICAL SERVICE DESCRIPTIVE CODE Typically Type T 000 indicates main lug only/ Disconnect Amp Rating Meter-Check with Utility (NS)= No safety Switch Ahead of Meter-Check with Utility (SS)= Safety Switch Ahead of AL= Aluminum (Custom Enclosure)See MPL SS= Stainless steel(Custom Enclosure)See MPL GS= Galvanized steel("off the shelf") Lighting Contactor Required (N)= None/No Photocell or (L)= Luminaire mounted (T)= Top of pole Mounted (E)= Inside Service/Enclosure from Utility U= Underground Service Feed from Utility O= Overhead Service Feed PS= Pedestal Service signal pole TS= Service on traffic EX= Existing pole for separately OT= Pole by others or paid SF= Steel frame SP= Steel pole TP= Timber pole OC= Other concrete GC= Granite concrete between straps supporting conduit. from box. 5 foot maximum spacing Install conduit strap maximum 3 feet SERVICE ASSEMBLY ENCLOSURE MAIN DISCONNECT & BRANCH CIRCUIT BREAKERS PHOTOELECTRIC CONTROL M A L D O N A D O - B U R K E T T I N T E L L I G E N T T R A N S P O R T A T I O N S Y S T E M S , L L P E15126 T B P E R E G . # F - 1 0 2 5 8 P H . ( 3 6 1 ) 2 3 6 - 4 6 1 1 w w w . m b i t s g r o u p .c o m C O R P U S C H R I S T , T E X A S 7 8 4 1 1 3 8 3 3 S O U T H S T A P L E S S T R E E T S U I T E N 2 1 4 80 STR 915 9 6 7 6 3 PROFESS I O N A L E N G I N E E R S T A T E O F T E X AS L I C E N S E D R A M O N H . M A L D O N A D O , J R . I N D E F I N I T E Q U A N T I T Y ( I D I Q ) - R E B I D I M P R O V E M E N T S I N D E F I N I T E D E L I V E R Y , T R A F F I C S I G N A L A N D S T R E E T L I G H T I N G C I T Y o f C O R P U S C H R I S T I T E X A S CITY PROJECT # RECORD DRAWING NO. SHEET of CONSULTANT'S SHEET No. B Y D A T E D E S C R I P T I O N R E V I S I O N N O . B Y D A T E D E S C R I P T I O N R E V I S I O N N O . D e p a r t m e n t o f C a p i t a l P r o g r a m s 9 / 1 1 / 1 5 E D ( 8 ) - 1 4 T R A F F I C S I G N A L S Y S T E M D E T A I L S E L E C T R I C A L D E T A I L S T Y P I C A L 44 DN:CK:DW:CK:FILE: JOB COUNTY SECT DIST REVISIONS TxDOT TxDOT TxDOT TxDOT HIGHWAY SHEET NO. C TxDOT CONT Standard Division Operations Traffic ED(8)-14 ed8-14.dgn SYSTEM DETAILS TYPICAL TRAFFIC SIGNAL ELECTRICAL DETAILS type signal pole sheets for See layout box Ground 71H and conduit details sheet for foundation See TS-FD standard for details) layout sheet Conduits (See SIGNAL POLE October 2014 FRONT VIEW view) requirements (see side conduits, and grounding number of required foundation details, for controller See TS-CF standard Line INSET A Entrance Service TRAFFIC SIGNAL NOTES 18" max. slack length, 12" min., weatherhead. Conductor conductor exits the with red tape where conductor's insulation of Line 1 or Line 2 color code 6" length Red insulation or exits weatherhead. tape where conductor insulation with white neutral conductor's color code 6" of White insulation or 3 Wire 120/240 Volt See Note 7 Meter See Note 7 Enclosure Service Inset A See Note 11 See Note 6 electrode conductor service grounding connect electrical tank ground fitting, " X 13 UNC. Install Drill, top and thread SIGNAL POLE WITH SERVICE additional details. and electrical service data chart for See electrical details, layout sheets, on signal pole shown as an example. Type T electrical service mounted End Fitting or Bell Bushing (see side view) Ground box SIGNAL CONTROLLER SIDE VIEW conduits that are required. locations and any additional sheets for ground box requirements. See layout conduit and grounding See TS-CF standard for minimum burial depth for conduit placed under a roadway is 24". 11. For all conduits, ensure the burial depth is a minimum of 18". Ensure the seal conduit ends. entering enclosures with duct seal or expanding foam. Do not use silicone to grounding bushing to the ground bus with a bonding jumper. Seal all conduits conduits not connected to conduit-sealing hub or threaded boss. Bond the or threaded boss such as meter hub. Install a grounding bushing on all metal 10. Terminate conduits entering the top of enclosures with a conduit-sealing hub to the signal installation. 9. Lock all enclosures and bolt down all ground box covers before applying power on traffic signal cables after termination. To prevent electronics damage, do not conduct insulation resistance tests power conductors as required in Item 620 "Electrical Conductors" and ED(3). 8. Conduct pull tests and insulation resistance tests on all illumination and signal pole for attaching conduit. in the enclosure. Band or drill and tap properly sized stand-off straps to each enclosure. Install properly sized stainless steel washers on each bolt to bands using two-bolt brackets. Install brackets near top and bottom of steel bands. Ensure bands are a minimum width of ƒ in. Secure enclosures 7. Mount electrical service enclosure and meter to signal pole with stainless entrance conduit and branch circuit conduit as shown in the plans. ground fitting. See Inset A detail for further information. Size service is as short and straight as possible from the enclosure to the tank ground fitting. Ensure electrical service grounding electrode conductor Connect the electrical service grounding electrode conductor to the tank bottom of the enclosure for the service grounding electrode conductor. electrical service enclosure. Provide properly sized hole through the Provide and install tank ground fitting 4 in. to 6 in. directly below 6. Drill and tap signal poles for in. X 13 UNC tank ground fitting. details. rated for embedment in concrete. See TXDOT standard TS-FD for further 6 AWG stranded copper conductors. Use listed mechanical connectors 5. Bond anchor bolts to rebar cage in two locations using #3 bars or ground the fixture to the pole with a 12 AWG green XHHW conductor. 4. If internally illuminated street name signs are approved for use, associated traffic signal system test. installed roadway luminaires for proper operation as a part of the Assemblies," except for performance testing of luminaires. Test material and construction sections of Item 610, "Roadway Illumination 3. Provide roadway luminaires, when required, in accordance with the conductor. the electrical system. Bond all exposed metal parts to the grounding 2. Include an equipment grounding conductor in all conduits throughout 1. Do not pass luminaire conductors through the signal controller cabinet. SIGNAL CONTROLLER M A L D O N A D O - B U R K E T T I N T E L L I G E N T T R A N S P O R T A T I O N S Y S T E M S , L L P E15126 T B P E R E G . # F - 1 0 2 5 8 P H . ( 3 6 1 ) 2 3 6 - 4 6 1 1 w w w . m b i t s g r o u p .c o m C O R P U S C H R I S T , T E X A S 7 8 4 1 1 3 8 3 3 S O U T H S T A P L E S S T R E E T S U I T E N 2 1 4 80 STR 915 9 6 7 6 3 PROFESS I O N A L E N G I N E E R S T A T E O F T E X AS L I C E N S E D R A M O N H . M A L D O N A D O , J R . I N D E F I N I T E Q U A N T I T Y ( I D I Q ) - R E B I D I M P R O V E M E N T S I N D E F I N I T E D E L I V E R Y , T R A F F I C S I G N A L A N D S T R E E T L I G H T I N G C I T Y o f C O R P U S C H R I S T I T E X A S CITY PROJECT # RECORD DRAWING NO. SHEET of CONSULTANT'S SHEET No. B Y D A T E D E S C R I P T I O N R E V I S I O N N O . B Y D A T E D E S C R I P T I O N R E V I S I O N N O . D e p a r t m e n t o f C a p i t a l P r o g r a m s 9 / 1 1 / 1 5 W V & I Z - 1 4 I C E Z O N E S W I N D V E L O C I T Y A N D 45 DN:CK:DW:CK:FILE: JOB COUNTY SECT DIST REVISIONS TxDOT TxDOT TxDOT TxDOT HIGHWAY SHEET NO. C TxDOT CONT Standard Division Operations Traffic 30 ICE ZONES AND WIND VELOCITY WV & IZ-14 windice.dgn April 1996 ZONE 1 - = (100 MPH WIND) ZONE 2 - = ( 90 MPH WIND) ZONE 3 - = ( 80 MPH WIND) ZONE 4 - = ( 70 MPH WIND) = (ICE LINE) = (DISTRICT LINES) LEGEND (100 MPH WIND) ZONE 1 (90 MPH WIND) ZONE 2 (80 MPH WIND) ZONE 3 (70 MPH WIND) ZONE 4 (70 MPH WIND) ZONE 4 (80 MPH WIND) ZONE 3 designed for ice. of ice line to be NOTE: Structures north DALLAM SHERMAN HANSFORD OCHILTREE LIPSCOMB HARTLEY MOORE HUTCHINSON ROBERTS HEMPHILL OLDHAM POTTER CARSON GRAY DEAF SMITH RANDALL ARMSTRONG PARMER CASTRO SWISHER BAILEY LAMB HALE FLOYD COCHRAN HOCKLEY LUBBOCK CROSBY YOAKUM TERRY LYNN GARZA GAINES DAWSON WHEELER DONLEY COLLINGSWORTH BRISCOE HALL CHILDRESS HARDEMAN FOARD KNOXKINGDICKENS MOTLEY COTTLE KENT STONEWALL HASKELL BORDEN SCURRY FISER JONES SHACKELFORD CALLAHANTAYLORNOLANMITCHELLHOWARD ANDREWS MARTIN LOVING WINKLER ECTOR MIDLAND WARD CRANE UPTON REEVES PECOS TERRELL GLASSCOCK REGAN CROCKETT STERLING COKE TOM GREEN RUNNELS CONCHO SCHLEIDER MENARD SUTTON KIMBLE EL PASO HUDSPETH CULBERSON JEFF DAVIS PRESIDIO BREWSTER VAL VERDE EDWARDS REAL KINNEY MAVERICK UVALDE ZAVALA WEBB DUVAL ZAPATA JIM HOGG STARR BROOKS HIDALGO KENEDY WILLACY CAERON STEVENS EASTLAND COLEMAN BROWN COMANCHE MILLS LAMPASAS SAN SABA MC COLLOCH GRAYSON FANNIN LAMAR DELTA RAINES HOPKINS F R A N K L I N BOWIE CASS MARION HARRISON PANOLA UPSHUR CAMP TITUS M O R R I S WOOD VAN ZANDT HENDERSON ANDERSDN CHEROKEE GREGG RUSK SMITH SHELBY NACOGDOCHES ANGELINA HOUSTON TRINITY POLK FREESTONE LEON WALKER ROBERTSON BRAZOS GRIMES MILAM BURLESON WASHINGTON JACK WISE PALO PINTO PARKER TARRANT JOHNSON HOOD ERATH DENTON COLLIN DALLAS ELLIS NAVARRO KAUFMAN HILL LIMESTONE MC LENNAN FALLS BELL CORYELL HAMILTON BOSQUE WILBARGER BAYLOR THROCKMORTON YOUNG ARCHER WICHITA CLAY MONTAGUE COOKE MASON LLANO BLANCO BURNET WILLIAMSON LEE BASTROP CALDWELL HAYS KERR BANDERA KENDALL COMAL GUADALUPE BEXAR WILSON ATASCOSAFRIO MEDINA LA SALLE MC MULLEN KARNES LIVE OAK BEE GOLIAD REFUGIO SAN PATRICIO NUECES KLEBERG DEWITT GONZALES LAVACA FAYETTE COLORADO WHARTON JACKSON VICTORIA CALHOUN MONTGOMERY HARRISWALLER FORT BEND MATAGORDA BRAZORIA GALVESTON TYLER HARDIN LIBERTY CHAMBERS JIM WELLS SAN JACINTO SOMER- VELL ROCK- WALL S A N HUNT IRION DIMMIT GILLESPIE TRAVIS MADISON AUSTIN RED RIVER ARANSAS ICE LINE Fastest Mile Wind Velocity at 33 feet height. Based on 50 Year Mean Recurrence Interval of SHEETS LISTED HEREON OF THE APPLICABLE STANDARD CONTAINING ONE OR MORE IN ALL P.S.&E. PACKAGES THIS SHEET TO BE INCLUDED TRAFFIC SIGNAL POLES HIGH MAST POLES, AND APPLICABLE OVERHEAD SIGN SUPPORTS, WIND VELOCITY & ICE ZONES FOR SABINE JASPER NEWTON JEFFERSON ORANGE A U G U S T I N E APPLICABLE STANDARDS SHEETS number 1, 2, 3 or 4 Note: # = Wind Zone COSS-FD COSSF COSSD COSS-Z#&Z#1-10 COSS-Z21-10 HCOSS-Z#-10 COSS-Z#-10 COSS-SE SUPPORT STANDARDS: CANTILEVER OVERHEAD SIGN OSB-FD-SC OSB-FD OSBS-SC OSBC-SC-Z# OSBC OSBT HOSB-Z#1 HOSB-Z1L HOSB-Z# OSB-Z#1 OSB-Z# OSB-SE STANDARDS: OVERHEAD SIGN BRIDGE MA-DPD TS-C LMA CFA LUM-A TS-FD MAD-D MAC(ILSN) MA-C DMA-100 DMA-80 SMA-100 SMA-80 SP-100 SP-80 STANDARDS: TRAFFIC SIGNAL POLE SB(SWL-1) SWW STANDARDS: WALKWAYS AND BRACKETS HMIF-98 HMIP-98 POLE STANDARDS: HIGH MAST ILLUMINATION ICE LINE SH 288. and down the West side of and South sides of IH 610 90, around on the North, West Zone line is just North of US FOR HARRIS CO. ONLY SH 616. Zone line is just North of FOR JACKSON CO. ONLY Fastest Mile wind speeds. to structures designed for standards, restricting use Added list of applicable8-14- M A L D O N A D O - B U R K E T T I N T E L L I G E N T T R A N S P O R T A T I O N S Y S T E M S , L L P E15126 T B P E R E G . # F - 1 0 2 5 8 P H . ( 3 6 1 ) 2 3 6 - 4 6 1 1 w w w . m b i t s g r o u p .c o m C O R P U S C H R I S T , T E X A S 7 8 4 1 1 3 8 3 3 S O U T H S T A P L E S S T R E E T S U I T E N 2 1 4 80 STR 915 9 6 7 6 3 PROFESS I O N A L E N G I N E E R S T A T E O F T E X AS L I C E N S E D R A M O N H . M A L D O N A D O , J R . I N D E F I N I T E Q U A N T I T Y ( I D I Q ) - R E B I D I M P R O V E M E N T S I N D E F I N I T E D E L I V E R Y , T R A F F I C S I G N A L A N D S T R E E T L I G H T I N G C I T Y o f C O R P U S C H R I S T I T E X A S CITY PROJECT # RECORD DRAWING NO. SHEET of CONSULTANT'S SHEET No. B Y D A T E D E S C R I P T I O N R E V I S I O N N O . B Y D A T E D E S C R I P T I O N R E V I S I O N N O . D e p a r t m e n t o f C a p i t a l P r o g r a m s 9 / 1 1 / 1 5 S P - 1 0 0 ( 1 ) - 1 2 ( 1 0 0 M P H W I N D Z O N E ) S T R A I N P O L E A S S E M B L I E S T R A F F I C _ S I G N A L S U P P O R T S T R U C T U R E S 46 SHIPPING PARTS LIST Description Nominal Arm Length Quantity 8' Arm Diameter Bolt Anchor Length Bolt Anchor Quantity 1 ƒ"3'-10" ft.Designation Designation DesignationQuantityQuantity Quantity Type Arm (1 Signal)Type Arm (3 Signals) 4'-3"2" Strain poles with Luminaire Strain poles without Luminaire 1 pipe plug. handhole at base, pole cap and hardware attached: Ship each pole with the following simplex and 1 pipe plug. handhole at base, pole cap, 2 clamp-on hardware attached: Ship each pole with the following 26' Strain Pole SPL 30 B-100 34' Strain Pole A B D SPL 34 D-100 SP 26 A-100 30' Strain Pole 34' Strain Pole SP 30 B-100 SP 34 D-100 30' Strain Pole Designation Strain poles with Luminaire Strain poles without Luminaire SPL 30 C-100C SP 30 C-100 Poles (Without Traffic Signal Arm) Poles (With Traffic Signal Arm) 3 pipe plugs. handhole at base, pole cap and hardware attached: Ship each pole with the following simplex and 3 pipe plugs. handhole at base, pole cap, clamp-on hardware attached: Ship each pole with the following 30' SPw/TS Arm 30' SPw/TS Arm Traffic Signal Arms (For Type C poles) with bolts and washers 2 CGB Connectors, 1 clamp attached: the following hardware Ship each Type Arm with Luminaire Arms with bolts and washers Connectors and 1 clamp 1 Bracket Assembly , 3 CGB attached: the following hardware Ship each Type Arm with Quantity Quantity Quantity QuantityDescriptionDesignation Description Description Designation Designation Each Anchor Bolt Assembly consists of the following: Top and Bottom templates, 4 anchor bolts, 8 nuts, for shipment. Templates may be removed Anchor Bolt Assemblies (1 per pole) 20 24 28 32 36 1 1 1 -100 -100 -100 -100 11 11 11 11 24 28 32 36 -100 -100 32 111 11136 20 24 28 100 100 100 - - - 1 1 1 1 11 111Type Arm (2 Signals) 111 with bolts and washers Connectors and 1 clamp 2 Bracket Assemblies , 4 CGB attached: the following hardware Ship each Type Arm with11 1 Length Arm Nominal Type Pole Type Pole (Type 2) per Standard Drawing "TS-FD". 8 flat washers, and 4 nut anchor devices See Sheet "DMA-100" STRAIN POLE DESCRIPTION Type Pole 30' Pole with 20' Mast Arm & Lum. 30' Pole with 24' Mast Arm & Lum. 30' Pole with 28' Mast Arm & Lum. 26' Pole 30' Pole 30' Pole with Lum. 30' Pole with 20' Mast Arm 30' Pole with 24' Mast Arm 30' Pole with 28' Mast Arm 30' Pole with 32' Mast Arm 30' Pole with 36' Mast Arm 30' Pole with 32' Mast Arm & Lum. 30' Pole with 36' Mast Arm & Lum. 34' Pole 34' Pole with Lum. A 4900 4300 4000 4400 4000 3600 3300 2900 4100 3800 3400 3000 2500 5200 4900 B B C C C C C C C C C C D D Maximum 3 3 Signal Head Type 5-Section, 12" Lens 5-Section, 8" Lens 3-Section, 12" Lens 3-Section, 8" Lens 125 lbs 70 lbs 75 lbs 45 lbs 9.6 sq. ft. 4.8 sq. ft. 5.64 sq. ft. 3.0 sq. ft. Wind Area (actual area times drag coefficient) Effective projected design wind area Sag 4'-6" (26' or 30' Pole) Sag 8'-0" (30' or 34' Pole) Sag 11'-6" (34' Pole) 36-A 36-A 36-A 36-B 36-B 36-B 36-B 36-B 36-B 36-B 36-B 36-B 36-B 36-B 36-B 5000 4000 3000 2000 1000 S p a n W i r e D e s i g n L o a d ( l b s . ) 5000 4000 3000 2000 1000 5 0 1 0 0 1 5 0 1 7 0 Span (ft.) S p a n W i r e D e s i g n L o a d ( l b s . ) Signal Heads No. of SIGNALS WITH 8-INCH LENS SIGNALS WITH 12-INCH LENS Signal Heads No. of 2 2 4 3 6 5 6 2 4 5 3 4 3 2 2 4 6 3 5 6 2 4 5 3 4 3 2 2 Span (See Load Span Charts for Maximum) Strain Pole Head Signal Pavement S a g Strain Pole S a g Heads ~ 8 Total Vertical Signal not apply Charts do Load Span (Mast arms are not used with vertical signals) HORIZONTAL SIGNALS STRAIN POLE ELEVATIONS VERTICAL SIGNALS STRAIN POLE ELEVATIONS 2 3 5 5 5 Permissible Span Wire Load (lbs.) = = = ( U n l e s s o t h e r w i s e n o t e d ) ( U n l e s s o t h e r w i s e n o t e d ) = = H P o l e H e i g h t H P o l e H e i g h t Max. Span 130' (8" or 12" Lens) Max. Span 90' (8" or 12" Lens) 1 ' - 6 " Span Wire Cables 1 ' - 6 " Steel Sway Cable "1 /6 3 "1 /6 5 Galvanized Steel "1 /6 3 Galv. Pole D Min. Sag 9'-0" Pole B Min. Sag 6'-0"= = = = Span Wire Cables "1 /6 5 Galvanized Steel 1 7 ' - 6 N o m . 1 9 ' - 0 M a x . 1 5 ' - 0 M i n . + S i g n a l s 8 3 ' + S i g n a l s 2 4 ' 1 1 7 ' - 6 N o m . 1 9 ' - 0 M a x . 1 5 ' - 0 M i n . + S i g n a l s 8 6 + S i g n a l s 2 0 1 1 2 Type ation Found- 5 0 1 0 0 1 5 0 1 7 0 Span (ft.) the span wires. to height with are adjusted all signal heads tightened after to be snugly Sway Cable is Galv. Cable Steel Sway Wt. Per Head vectorially to determine the design load for that pole. 2 spans, the span wire design loads for both spans should be added assumed to break at design wind conditions. When a pole supports effect of the sway cable on load distribution is ignored as it is an allowance for conductor cables and miscellaneous hardware. The cables (one per signal head) is assumed as 0.65 lb/ft which includes pressures on cables are assumed as 1.6 lb/ft. Weight of span wire head and one or more additional 3-section head(s). Design wind the span. The total span wire design load is based on one 5-section Numbers on Load Span Charts indicate the number of signal heads on Crown of Road Crown of Road Pavement ROUND POLES D D thkBT A D D thkBT POLYGONAL POLES Type Pole H B C D B may be used. thicker materials are minimum, Thickness shown D = Pole Base O.D.D = Pole Top O.D.T H = Pole Height 4 4 4 in.in.in. 12.5 in.in.ft.in. 15.5 15.5 13.5 8.9 10.7 11.3 9.3 .239 .239 .239 .239 26 34 30 30 13.0 16.0 16.0 14.0 9.0 11.0 11.0 9.0 26 34 30 30 ft. .239 .239 .239 .239 H SUPPORT STRUCTURES TRAFFIC SIGNAL STRAIN POLE ASSEMBLIES SP-100(1)-12 SHEET 1 OF 2 (100 MPH WIND ZONE) 1-12 6-96 Texas Department of Transportation Traffic Operations Division March 1996 DN:CK:DW:CK:C TxDOT JOB COUNTY CONT SECT DIST REVISIONS HIGHWAY SHEET NO. 121A MS JSY BR JSY M A L D O N A D O - B U R K E T T I N T E L L I G E N T T R A N S P O R T A T I O N S Y S T E M S , L L P E15126 T B P E R E G . # F - 1 0 2 5 8 P H . ( 3 6 1 ) 2 3 6 - 4 6 1 1 w w w . m b i t s g r o u p .c o m C O R P U S C H R I S T , T E X A S 7 8 4 1 1 3 8 3 3 S O U T H S T A P L E S S T R E E T S U I T E N 2 1 4 80 STR 915 9 6 7 6 3 PROFESS I O N A L E N G I N E E R S T A T E O F T E X AS L I C E N S E D R A M O N H . M A L D O N A D O , J R . I N D E F I N I T E Q U A N T I T Y ( I D I Q ) - R E B I D I M P R O V E M E N T S I N D E F I N I T E D E L I V E R Y , T R A F F I C S I G N A L A N D S T R E E T L I G H T I N G C I T Y o f C O R P U S C H R I S T I T E X A S CITY PROJECT # RECORD DRAWING NO. SHEET of CONSULTANT'S SHEET No. B Y D A T E D E S C R I P T I O N R E V I S I O N N O . B Y D A T E D E S C R I P T I O N R E V I S I O N N O . D e p a r t m e n t o f C a p i t a l P r o g r a m s 9 / 1 1 / 1 5 S P - 1 0 0 ( 2 ) - 1 2 ( 1 0 0 M P H W I N D Z O N E ) S T R A I N P O L E A S S E M B L I E S T R A F F I C _ S I G N A L S U P P O R T S T R U C T U R E S 47 MD-1 ‚" Frame Handhole MD-4 L B o l t C i r c l e B MD-2 (8') Luminaire Arm - See Sheet "Lum-A" Arm Length 24'28'32'36' 10' 10' 11' 11' 12'13' 3'-0" A Nominal Arm Length - L 3'-0" Foundation See Sheet "TS-FD" C DB Assembly Bracket Traffic Signal Arm H P o l e H e i g h t 5 ' - 0 " 1 9 ' - 6 " N o m . M o u n t i n g H e i g h t 1 6 ' - 6 " N o m i n a l 1 ' - 0 " See Detail "A" D 6 " 4 " hanging wire …" dia Hook for T Plate Base D BSee Detail E AA ‚ „" to " 4 " " dia Bar for hanging wire and J-Bolt attachment ‚" PL ‚" dia J-Bolt & nut ‚ Attachment B B SECTION A-A DETAIL D Wall Pole Base Plate ~ Threads coupling ~ NPSL 2" dia threaded POLE CAP DETAIL ALTERNATESECTION B-B 1 5 ' - 0 " M i n ~ 1 9 ' - 0 " M a x 1 7 ' - 6 " N o m ( u n l e s s o t h e r w i s e n o t e d ) STRUCTURE ASSEMBLY BASE PLATE PLAN POLE ELEVATION L for Handhole Weld See Detail D Handhole cover 12g min. or screw …" dia bolt C 1 ' - 6 " 45° 1 6 ' - 6 " N o m i n a l by others) (Supplied Head Weather Connector CGB DETAIL C (Typ.) Pipe Plug C Only Couplings ~ Pole 2" Dia Threaded 3 per Pole C Pole A,B & D others) ~ 1 per (Supplied by Weather Head DETAIL A Traffic Signal Arm ~ L Arm Connector See Sheet "MA-C" C 1 ' - 6 " 1 ' - 6 " Luminaire Arm ~ See Sheet "LUM-A" C " H " P o l e H e i g h t 6 6 Load Design Wire Span Threads coupling ~ NPSL 2" dia threaded ‚"‚" or 3g pole " DETAIL E Penetration 85 Min. 1 ' - 0 " L Arm Connectors & Simplex Fittings ~ See Sheet "LUM-A" T Pole Couplings ~ All 2" Dia Threaded DETAIL B + / 3 2 1 1 /6 3 1 /6 3 1 /6 7 x 4 /1 1 / 6 7 1 /6 7x‚ " 1 / 6 7 "1 /6 1D+ + = Pole ‚" or 3g MD-3 at IIArm Type IIArm Type I = 4545 7 7 Wall Pole See Sheet "DMA-100" 6 See Detail "B" See Sheet "DMA-100" Nom. Arm Lgth TABLE OF DIMENSIONS A { P …" x 2" min Handhole Frame - Handhole 10" I.D. L of 4"x of circumferential base welds. 100% penetration within 6" 60% Min. penetration, except8 8 ‚ Tenon End "Alternate Pole Cap Detail" set screws. Also see Cap with min. of 3 Alum. or Galv. Metal Zinc die cast or See Detail "C" Crown of Road 1 " ‚ Threaded Coupling 1 "Dia ARM COUPLING DETAILSeam Weld Details) (Pole Coupling and 6 See "ARM COUPLING DETAIL" CGB Connector Threaded Coupling for L D i a m e t e r MA-2 SUPPORT STRUCTURES TRAFFIC SIGNAL STRAIN POLE ASSEMBLIES SP-100(2)-12 SHEET 2 OF 2 (100 MPH WIND ZONE) GENERAL NOTES acceptable. Item 441, "Steel Structures". Alternate designs are not require submission of shop drawings in accordance with Deviation from the details and dimensions shown herein accordance with Item 445, "Galvanizing", after fabrication. Unless otherwise noted, all parts shall be galvanized in Assemblies (Steel)". the requirements of this sheet and Item 686, "Traffic Signal Pole Materials, fabrication tolerances, and shipping practices shall meet procedures which the Fabricator must obtain prior to fabrication. procedures shown herein. Weld references call for preapproved weld Pole Assemblies (Steel)" and with the details, dimensions, and weld Fabrication shall be in accordance with Item 686, "Traffic Signal for anchor bolt and foundation details. "LUM-A" for luminaire arm and connection details, and sheet "TS-FD" arms, sheet "MA-C" for traffic signal arm connection details, sheet See standard sheet "DMA-100" for details of clamp-on traffic signal luminaire is also included. allowable stress. A simultaneous wind on the pole, mast arm, and tabulated are calculated at a stress load of 1.4 times the basic plus a 1.3 gust factor. The maximum permissible span wire design loads and Interim Specifications thereto. Design Wind Speed equals 100 mph Structural Supports for Highway Signs, Luminaires, and Traffic Signals Design conforms to 1994 AASHTO Standard Specifications for Round Shafts or Polygonal Shafts Connection Bolts Pin Bolts Pipe Misc. Hardware Galvanized steel or stainless steel or as noted Plates MATERIALS ASTM A325 ASTM A325 except where noted 9 9 9 10 ASTM A36, A588, or A572 Gr.50 A1008 HSLAS-F Gr.50, A1011 HSLAS-F Gr.50 Steel Cable Utilities Grade ASTM A53 Gr.B, A501, ASTM A475, 7 Wire or A1011 SS Gr.50 A1011 HSLAS Gr.50 Class 2, A572 Gr.50 ASTM A595 Gr.A, A588, A1008 HSLAS Gr.50 Class 2, A1011 SS requirements and the requirements of this item. will be acceptable providing the material meets all other thickness in excess of those stipulated under A1011 SS of 18 percent in 8 inches or 23 percent in 2 inches. Material 10 ASTM A1011 SS Gr.50 shall also have a minimum elongation have less elongation than the grade indicated. or A1011 SS may have higher yield strengths but shall not 9 ASTM A572, A1008 HSLAS, A1011 HSLAS, A1008 HSLAS-F, A1011 HSLAS-F, Diameter Bolt Anchor Diameter Hole Bolt Diameter Circle Bolt L x T Dim. Base PL 1 ƒ" 2" 2" 2 ‚" 19" 21" 19" x 1 ƒ" 21" x 2" 36-A 36-B Type Foundation Texas Department of Transportation Traffic Operations Division March 1996 DN:CK:DW:CK:C TxDOT JOB COUNTY CONT SECT DIST REVISIONS HIGHWAY SHEET NO. 121B MS JSY BR JSY 6-96 1-12 M A L D O N A D O - B U R K E T T I N T E L L I G E N T T R A N S P O R T A T I O N S Y S T E M S , L L P E15126 T B P E R E G . # F - 1 0 2 5 8 P H . ( 3 6 1 ) 2 3 6 - 4 6 1 1 w w w . m b i t s g r o u p .c o m C O R P U S C H R I S T , T E X A S 7 8 4 1 1 3 8 3 3 S O U T H S T A P L E S S T R E E T S U I T E N 2 1 4 80 STR 915 9 6 7 6 3 PROFESS I O N A L E N G I N E E R S T A T E O F T E X AS L I C E N S E D R A M O N H . M A L D O N A D O , J R . I N D E F I N I T E Q U A N T I T Y ( I D I Q ) - R E B I D I M P R O V E M E N T S I N D E F I N I T E D E L I V E R Y , T R A F F I C S I G N A L A N D S T R E E T L I G H T I N G C I T Y o f C O R P U S C H R I S T I T E X A S CITY PROJECT # RECORD DRAWING NO. SHEET of CONSULTANT'S SHEET No. B Y D A T E D E S C R I P T I O N R E V I S I O N N O . B Y D A T E D E S C R I P T I O N R E V I S I O N N O . D e p a r t m e n t o f C a p i t a l P r o g r a m s 9 / 1 1 / 1 5 L M A ( 1 ) - 1 2 ( 8 0 A N D 1 0 0 M P H W I N D Z O N E ) L O N G M A S T A R M A S S E M B L Y ( 5 0 T O 6 5 F T ) T R A F F I C S I G N A L S U P P O R T S T R U C T U R E S 48Sheet 1 of 5 (80 AND 100 MPH WIND ZONE) (50 TO 65 FT) LONG MAST ARM ASSEMBLY TRAFFIC SIGNAL SUPPORT STRUCTURES LMA(1)-12 4-20-01 July 2000C TxDOT 131A JSY ARC TGG JSY Texas Department of Transportation Traffic Operations Division DN:CK:DW:CK: JOB COUNTY CONT SECT DIST REVISIONS HIGHWAY SHEET NO. TXDOT TXDOT TXDOT TXDOT 1-12 L1 D D 2 11'-6" 8' Max Min. Radius = 20' C L1 D D 2 1 90° 90° FIXED MOUNT TRAFFIC SIGNAL ARM F Nominal Arm Length - L (44' Max)Nominal Arm Length - L (50' TO 65') ` 2" Rise [ Pole See Sheet 3 of 5 for Arm Rise 1 1 2 2 measured as shown. to produce the unloaded rise within 8' of the base so as with a 20' or greater radius Note: The arm shall be fabricated 4 of 5 See Sheet connection- Mast arm the unload rise measured as shown. Note: The arm shall be fabricated straight with F or G Detail D, E, See Sheet 2 of 5 Handhole and Clamp-on Arm Details See Sheet 4 of 5 for Arm Rise (IF REQUIRED)CLAMP-ON TRAFFIC SIGNAL ARM 3 of 5 See Sheet connection- Built-up box See "Tenon Detail" See "Tenon Detail"See "Slip Joint Detail" A Nominal Arm Length - L 3'-0"3'-0" (8') ( u n l e s s o t h e r w i s e n o t e d ) 3 0 ' - 0 " 3 5 ' - 0 " N o m i n a l M o u n t i n g H e i g h t See Sheet "MA-D" 3'-0" A Nominal Arm Length - L 3'-0" ( u n l e s s o t h e r w i s e n o t e d ) Traffic Signal Arm See Above Detail (Showing fixed mount arm) 1 ' - 0 " 1 6 ' - 6 " N o m i n a l F C DB Nom Arm Lgth D30 2 3 ' - 6 " N o m i n a l Arm Length Arm Type II Arm Type III 24'28'32'36'60'65' 10' 10' 11' 11' 12'13' TABLE OF DIMENSIONS "A" ELEVATION ELEVATIONSTRUCTURE ASSEMBLY 3 3 3 Arm Type IV 40'44' 12'12' 50'55' 12'12'12'12' 3 A 3'-0" 33 3 A 3'-0" See Sheet "SNS" 6" 2 . 3 7 5 " L ArmC MA-3 ‰ TENON DETAIL N o m i n a l C C ILSN Arm Connection - See Sheet 4 of 5 ILSN Arm Connection - See Sheet 4 of 5 4 4 See Sheet 2 of 5 Detail B or C 1 7 ' - 6 " N o m 1 5 ' - 0 " M i n - 1 9 ' - 0 " M a x - by others) (Supplied Weather Head 1 7 ' - 6 " N o m 1 5 ' - 0 " M i n - 1 9 ' - 0 " M a x - 40 pipe 2" Sch shape to match arm End Plate 3/8 " thick min. See Sheet "Lum-A" Luminaire Arm - -Detail A See Sheet 2 of 5 Detail Arm See Above Traffic Signal Assembly Bracket Assembly Bracket Assembly Bracket Assembly Bracket 3 of 5 See Sheet Foundation 3 of 5 See Sheet Foundation 3 18'-9" w/ clamp-on arm L 18'-0" w/o clamp-on arm L (Showing clamp-on arm) Crown of RoadCrown of Road Sheet 4 of 5 See "ARM COUPLING DETAIL" CGB Connector Threaded Coupling for El Paso St ~ 20" ` 1" 6'-0"(Min)~17'-0"(Max) for Tip Section .239" thickness is permissible I.D. times female equals 1.5 Min Lap disassembled. marked and shipped shop, but may be match shall be made in the length. The slip joint 50' and greater in permissible for arms Note: A slip joint is SLIP JOINT DETAIL(FIXED MOUNT ARM) with Item 445,"Galvanizing". galvanizing in accordance joint. Repair damaged projection after making Tack weld nut to thread 1- †" Dia galv A307 bolt. 4 - ƒ" Dia holes and El Paso St optimal fatigue performance. the tests, poles may need a retrofit to ensure performance; depending upon the results of plate will or will not result in optimal tests to determine if stiffeners at the base stiffeners at the base plate. TxDOT is conducting fatigue resistance except that there are no Design also conforms to NCHRP Report 412 for GENERAL NOTES: Arm Equivalent DL WL EPA 8' Luminaire Arm 9' ILSN Arm Fixed Mount Arm 50' to 65' Clamp-on Arm Up to 44' Luminaire 60 lbs Sign 85 lbs 310 lbs Signal Loads 180 lbs Signal Loads 5 5 5 6 6 under the direction of the Engineer for approval. Provision of the bracket assembly used to support the traffic signal heads shall be Installation of damping plate for the long mast arm is not recommended. are not acceptable. drawings in accordance with the Item 441, "Steel Structures". Alternate designs Deviations from the details and dimensions shown herein require submission of shop Item 445, "Galvanizing" after fabrication. Unless otherwise noted, all parts shall be galvanized in accordance with Assemblies (Steel)". shall also meet the requirements of this sheet and Item 686, "Traffic Signal Pole obtain prior to fabrication. Material, fabrication tolerances, and shipping practices Weld references call for preapproved weld procedures which the Fabricator must (Steel)" and with the details, dimensions, and weld procedures shown herein. Fabrication shall be in accordance with Item 686, "Traffic Signal Pole Assemblies bolt and foundation details. details, "SNS" for internally lighted street name sign details, and "TS-FD" for anchor Standard Sheet "MA-D" for pole details, "LUM-A" for luminaire arm and connection Except as noted in Sheet 1 thru 5 of 5, other details not covered shall refer to Each arm with its related attachment is shown below street name (ILSN) signs and two traffic signal arms with limited length combinations. Poles are designed to support one 8'-0" luminaire arm, two 9'-0" internally lighted or more. Angles of less than approximately 75 degrees will require a special design. traffic signal is required, designs are based on an arm included angle of 90 degrees Design Wind Speed can be either 100 mph or 80 mph plus a 1.3 gust factor. If clamp-on Highway Signs, Luminaires, and Traffic Signals and Interim Specifications thereto. Design conforms to 1994 AASHTO Standard Specifications for Structural Supports for 1.6 sq ft 11.5 sq ft 52 sq ft 32.4 sq ft of horizontal wind load. Effective projected area (actual area times drag coefficient) for the application ILSN arm, which applied 4.5' from the centerline of the pole. Equivalent dead load plus horizontal wind load applied at the end of arm except M A L D O N A D O - B U R K E T T I N T E L L I G E N T T R A N S P O R T A T I O N S Y S T E M S , L L P E15126 T B P E R E G . # F - 1 0 2 5 8 P H . ( 3 6 1 ) 2 3 6 - 4 6 1 1 w w w . m b i t s g r o u p .c o m C O R P U S C H R I S T , T E X A S 7 8 4 1 1 3 8 3 3 S O U T H S T A P L E S S T R E E T S U I T E N 2 1 4 80 STR 915 9 6 7 6 3 PROFESS I O N A L E N G I N E E R S T A T E O F T E X AS L I C E N S E D R A M O N H . M A L D O N A D O , J R . I N D E F I N I T E Q U A N T I T Y ( I D I Q ) - R E B I D I M P R O V E M E N T S I N D E F I N I T E D E L I V E R Y , T R A F F I C S I G N A L A N D S T R E E T L I G H T I N G C I T Y o f C O R P U S C H R I S T I T E X A S CITY PROJECT # RECORD DRAWING NO. SHEET of CONSULTANT'S SHEET No. B Y D A T E D E S C R I P T I O N R E V I S I O N N O . B Y D A T E D E S C R I P T I O N R E V I S I O N N O . D e p a r t m e n t o f C a p i t a l P r o g r a m s 9 / 1 1 / 1 5 L M A ( 2 ) - 1 2 ( 8 0 A N D 1 0 0 M P H W I N D Z O N E ) L O N G M A S T A R M A S S E M B L Y ( 5 0 T O 6 5 F T ) T R A F F I C S I G N A L S U P P O R T S T R U C T U R E S 49 (80 AND 100 MPH WIND ZONE) (50 TO 65 FT) Sheet 2 of 5 LONG MAST ARM ASSEMBLY TRAFFIC SIGNAL SUPPORT STRUCTURES LMA(2)-12 4-20-01 Texas Department of Transportation Traffic Operations Division July 2000 DN:CK:DW:CK:C TxDOT JOB COUNTY CONT SECT DIST REVISIONS HIGHWAY SHEET NO. 131B JSY ARC TGG JSY 1-12 Round Shafts or Polygonal Shafts Connection Bolts Pin Bolts Pipe Misc. Hardware Galvanized steel or stainless steel or as noted Plates MATERIALS ASTM A325 ASTM A36, A588, or A572 Gr.50 A1008 HSLAS-F Gr.50, A1011 HSLAS-F Gr.50 SECTION B-B See Detail J MD-4 ‚x ‹ // Penetration = 85% Min. 1‚" †" Š"1‰" x ‰" out Tab ‚" dia Slot Œ" 7 7 7 7 8 COPPER GROUND CONNECTOR stainless Hex. nut, " - 13NC " stainless Split lockwasher, 2-#6 or 1-#4 max. Will accept 4-#8, or approved equal. Blackburn TTC, Burndy #KC22J12T13, // ACCESS COMPARTMENT NOTES: ˆinch wider than the access compartment itself. Opening for access compartment shall be no more than to be installed. Ferraz-Shawmut #30352 fuse block for poles where luminaires are 4. Install one Bussmann #BM6032B, Littelfuse #L60030M-2C, or terminal strip, and one Bussmann #BM6032B fuse block. two Marathon #985GP12 terminal strips, one Marathon #985GP06CU 3. The screw hole spacing on the enclosure back plate shall be for The traffic signal contractor shall install the kit items in the field. connector (Blackburn TTC, Burndy KC22J12T13, or Ilsco SSS-5). self tapping type "F" stainless steel pan head screws, and one ground strips (Marathon #985GP12CU or approved equal), four #8-32 x 1 ‚" consisting of: one cover with two latching assemblies, two terminal 2. The pole manufacturer shall provide with each pole a separate kit feature. shall be 1/4-20 stainless flat socket head screws with tamper proof tightly to the enclosure ring to create a rainproof seal. Latch screws extreme weather. Cover shall latch with two screw latches and shall fit gray color, and shall be suitable for exposure to harsh sunlight and 1. The cover shall be one piece formed from ABS plastic, shall be a pearl 8 ASTM A325, or A449 except where noted ASTM A53 Gr.B, A501, or A1011 SS Gr.50 A1011 HSLAS Gr.50 Class 2, A572 Gr.50 ASTM A595 Gr.A, A588, A1008 HSLAS Gr.50 Class 2, A1011 SS requirements and the requirements of this item. will be acceptable providing the material meets all other thickness in excess of those stipulated under A1011 SS 18 percent in 8 inches or 23 percent in 2 inches. Material ASTM A1011 SS Gr.50 shall also have a minimum elongation of less elongation than the grade indicated. or A1011 SS may have higher yield strengths but shall not have ASTM A572, A1008 HSLAS, A1011 HSLAS, A1008 HSLAS-F, A1011 HSLAS-F, Š Š xŒ 2 " 21" BASE PLATE 34" 3 4 " Thick 2 " R=3" 1"+ Slot 2 ƒ" x 5 " Circle 27" Bolt L ~ or screw …" dia bolt 2 ' - 3 " 3 0 ' - 0 " 1 " assembly dual mast arm coupling - 2 per 2" dia threaded ~ L ~ L 12g min. Handhole cover or screw …" dia bolt assembly dual mast arm coupling - 2 per 2" dia threaded ~ ~ 1 ' - 6 "4 "+- ‚" PL Y Y Pole Cap for regular See "Detail A" & Nut J-Bolt ‚" dia attachment J-Bolt wire and hanging Bar for " dia C SECTION Y-Y DETAIL D DETAIL E DETAIL F ‚ 12g min. Handhole cover + Handhole 6" I.D. L of 4"x 1 ' - 6 "4 "+- ‚" PL Y Y attachment J-Bolt wire and hanging Bar for " dia DETAIL G ‚ (for pole with luminaire) D30 6 " C ClampL Luminaire Arm 4 "+- hanging wire …" dia Hook for alternate Pole Cap See "Detail F" for set screws Cap with min. of 3 Alum. or Galv. Metal Zinc die cast or DETAIL A ‰ (If ILSN applied) 9 " 1 1 " 4 " +- for hanging wire …" dia Hook DETAIL B ‰ C + 1 8 ' - 0 " 1 " 6 " 1 1 " alternate Pole Cap See Detail "F" for hanging wire …" dia Hook for set screws Cap with min. of 3 Alum. or Galv. Metal Zinc die cast or ‰ DETAIL C 2 3 ' - 6 " 1 " + Plate Base Base Plate Bottom of See Sheet 3 of 5 for ILSN. Clamp-on arm Clamp-on armClamp-on arm 1 8 ' - 9 " 1 " 1 6 ' - 6 " 1 " + + MD-1 ‚" ‹ " Pole Frame Handhole MD-4 // PolePlug Pipe 45° assembly arm dual mast - 2 per coupling threaded 2" dia MD-2 threads ~ NPSL Coupling threaded 2" dia // Penetration = 85% Min. DETAIL H SECTION A-A ‚x ‹ BB ACCESS COMPARTMENT 4 ƒ" 27" 6" 1 ‡"MD-5 slot Tab and slot Tab and ground connector hole for copper " clearance hole opening 4" x 6" hand block terminal 6 circuit for optional mtg. holes #8-32 notes 3 & 4) block (see double fuse for luminaire mtg. holes #10-32 (2 req'd) terminal block compression Type HD 12 circuit 600 volt A-36 MOD 50 Ring, …" x 2 " sheet A-569 steel strip M-1020 or „" x 4 " x 1'-6 †" Back plate Handhole Weld See Detail H for A A A A A A + 1 8 ' - 9 " 1 " Base Plate Bottom of Handhole Weld See Detail H for Fixed mount arm‰ pole diameter 21 „" opening Handhole L of 4"x6" I.D. and ILSN sign) (for 30' pole with luminaire luminaire, single or dual mast arm) (for 24' pole with ILSN sign and no dual mast arm) sign and no luminaire, (for 20.25' pole with no ILSN single mast arm) sign and no luminaire, (for 19.5' pole with no ILSN Compartment Access 45° Mount Arm L Fixed C 19.5D or D 20.25 Back plate Compartment Access ‚" ‹" DETAIL J P …" x 2 min. Handhole Frame- P …" x 2 min. Handhole Frame- (4 req'd) stainless steel self-tap Type "F", #8-32 x 1 ‚" Phil. Pan HD. screws, „" to "„" to " MD-3 ‚ 9 9 1 2 " ‚ " ` 2 ' - 3 " or screw …" dia bolt 45° seam weld 180° opposite to 1st longitudinal seam weld, permissible 2nd Arm L Clamp-on POLE COUPLING DETAIL (Typ) ‰" x 1" P Min Threaded Strap C Handhole 6" I.D. L of 4"x (optional) …" dia Hook ~ Fixed mount arm ‰ (optional) …" dia Hook C 100% penetration within 6" of circumferential base weld. each side) along the fixed mount arm. 60% min penetration required, Longitudinal seam weld must be oriented within 90° (45° rotation POLE ELEVATION Base Plate Bottom of M A L D O N A D O - B U R K E T T I N T E L L I G E N T T R A N S P O R T A T I O N S Y S T E M S , L L P E15126 T B P E R E G . # F - 1 0 2 5 8 P H . ( 3 6 1 ) 2 3 6 - 4 6 1 1 w w w . m b i t s g r o u p .c o m C O R P U S C H R I S T , T E X A S 7 8 4 1 1 3 8 3 3 S O U T H S T A P L E S S T R E E T S U I T E N 2 1 4 80 STR 915 9 6 7 6 3 PROFESS I O N A L E N G I N E E R S T A T E O F T E X AS L I C E N S E D R A M O N H . M A L D O N A D O , J R . I N D E F I N I T E Q U A N T I T Y ( I D I Q ) - R E B I D I M P R O V E M E N T S I N D E F I N I T E D E L I V E R Y , T R A F F I C S I G N A L A N D S T R E E T L I G H T I N G C I T Y o f C O R P U S C H R I S T I T E X A S CITY PROJECT # RECORD DRAWING NO. SHEET of CONSULTANT'S SHEET No. B Y D A T E D E S C R I P T I O N R E V I S I O N N O . B Y D A T E D E S C R I P T I O N R E V I S I O N N O . D e p a r t m e n t o f C a p i t a l P r o g r a m s 9 / 1 1 / 1 5 L M A ( 3 ) - 1 2 C O N D U C T O R S E L E C T R I C A L D E T A I L S 50Sheet 3 of 5 (80 AND 100 MPH WIND ZONE) (50 TO 65 FT) LONG MAST ARM ASSEMBLY TRAFFIC SIGNAL SUPPORT STRUCTURES 4-20-01 Texas Department of Transportation F I L E : D A T E : Traffic Operations Division July 2000 DN:CK:DW:CK:C TxDOT JOB COUNTY CONT SECT DIST REVISIONS HIGHWAY SHEET NO. 131C JSY ARC TGG JSY LMA(3)-12 1-12 Bolt Dia Length Top Thread Bottom Thread Bolt Circle R 2 R 1 ANCHOR BOLT & TEMPLATE SIZE 2 "5'-2"10"27"16"11" Min dimension given, longer bolts are acceptable. in. 6 " GENERAL NOTES: B 30 1 1 2 L D D thk112 ROUND ARMS 17.6 16.8 .3125 18.5 11.7 9.6 10.3 11.0 .3125 24 4'- 4" 3'-11" 3'- 7" 48-A ROUND POLES D D D D thk B 24 30 thk2 50 55 60 65 Foundation Type in.in.in.in.in. in.in.in.ft.ft. ft. Rise 18.5 18.5 18.5 50' 55' 60' 65' , , 3'- 3"49 54 59 64 .3125 .3125 .3125 21.0 12 12 12 18.2 19.5 D or 20.25 19.5 D = Pole Base O.D. D = Pole Top O.D. with no Luminaire D = Pole Top O.D. with no Luminaire D = Pole Top O.D. with ILSN D = Pole Top O.D. with Luminaire D = Arm Base O.D. 13 13 13 to be equivalent to round section. Shaft profile 16-sided or 18-sided is considered may be used. Thickness shown is minimum, thicker materials D = Arm End O.D. L = Shaft Length and no ILSN (single mast arm) and no ILSN (dual mast arm) w/out Luminaire Arm L Mount Fixed Arm L Mount Fixed F 20.25 L = Fixed Arm Length F F and for the first arm on dual mast arm assemblies. Fixed mount details are used for single mast arm assemblies mounting plates cannot contact directly. mounting plates shall not be allowed if the center of both The deformed-from-flat connection between arm and pole center of mounting plate to a radial distance of 13.5 in. plate shall not exceed ‘in., which is measured along the The deviation from flat for either arm or pole mounting taper shall also be included. or drainage. Arm stiffeners cut to match arm inclination and 4" dia hole in the pole need to be aligned for wiring access the pole. 2 " dia hole in the pole mounting plate and creation. Specify the proper location of drain holes along connection, arm-to-plate socket connection, and arm rise specify the details of each box element, welds of arm-to-pole drawing of box connection for approval. The drawing shall is an example only, fabricators are required to submit a shop connection as a build-up box configuration illustrated here Built-up Box Connection: For the welded arm-to-pole TYPICAL APPLICATION Mast arm assembly. 50' to 65' FDN TYPE DRILLED SHAFT DIA REINFORCING STEEL VERT BARS SPIRAL & PITCH ANCHOR BOLT DIA Fy (ksi)MOMENT K-ft SHEAR Kips 48-A 48" 19.5 14.7 55 490 21.9 2 " 27" 2 ANCHOR TYPE 10 10 15 40 FOUNDATION DESIGN TABLE BOLT CIR DIA #4 at 6" DRILLED SHAFT LENGTH-ft N blows/ft 20 #9 FOUNDATION DESIGN LOAD ANCHOR BOLT DESIGN TEXAS CONE PENETROMETER 17 18 R1 2 Bolt Circle Diameter R TEMPLATE DETAIL 2 Sides (Typ) Type 2 d B o t t T h r e a d 2 Flat Anchor Bolt Heavy Hex Nut (Typ) NUT ANCHOR (TYPE 2) ANCHOR BOLT ASSEMBLY SEE SHEET "TS-FD" FOR ADDITIONAL DETAILS. Washers per 2 ' - 5 " 2 ' - 3 " 1 " 1 " 1 ' - 9 " G~ ƒ" PL ~ † 1" ƒ " ƒ " 2 ' - 5 " C C L PoleC SECTION C-C 4 " 4 " ƒ" PL 11 11 11 Š D D SECTION D-D „ " ~ 1 4 … 28"2" Mast Arm ~ 2'-5" 2 ' - 5 " ƒ " ƒ" ~ 7 " ‡" Plate ƒ" ƒ " 2"2'-4" Œx Š Mast Arm 45° 24" Bolt Circle Arm Stiffener L A r m C A r m S t i f f e n e r … ‰ DETAIL "K" † Typ 2" † 2" 30° 0 G † † Typ 2" PL Š Š Pole Mounting Plate 1" ~ ~ Top Gusset Plate ~ Plate Side Gusset 6 ‚ " 1 ' - 4 " 6 ‚ " See Detail "K" F F SECTION F-F 8 ‚ " 8 ‚ " CL Side Gusset Stiffener Arm … … … BUILT-UP BOX CONNECTION C (both sides) 1" Radius Slot Gusset ƒ" Side Gusset plate at Bottom 1" Dia hole Stiffener Arm ARM STIFFENER (Cut to match arm inclination and taper) Plate Mounting Arm 4" Min from both sides. penetration weld 100% complete joint SECTION F-F or equivalent Provide Detail shown in is required for the remaining weld length. radius to connect Stiffener. Only a fillet weld a complete joint penetration weld. Smooth weld Only 4" length at tip of Arm Stiffener requires Optional weld splice Stiffener Reinforcing penetration 100% REINFORCING STIFFENER hole in PL 2 " Dia hole in Pole 4" Dia Bolts Connection 1 " Dia than bolt diameter holes ˆ" greater Steel Template with Side Gusset Plate Weld other side to Side Gusset Plate Weld other side to CL Mast Arm Stiffener L Reinf 9 " C C L Box 16 , 17 , 18 penetrometer values. Round to nearest foot for entry into Summary Table. Decimal lengths in Design Table are to allow interpolation for other diameters into solid rock. If rock is encountered, the Drilled Shaft shall extend a minimum of two used to adjust shaft lengths. Field Penetrometer readings at a depth of approximately 3 to 5 feet may be the base of the structure. Foundation Design Loads are the allowable moments and shears at Foundation Design Laods. Anchor bolt design develops the foundation capacity given under ƒ" Dia inside box 2 optional drainage holes 14 15 16 14 15 Stiffener Reinf Arm Mounting Plate Top Template Circular Steel ‚" thick Min. Bottom Template Circular Steel †" thick Min. (optional) …" dia Hook Plate Bottom Gusset or wire access as shown for drainage Deburr holes and offset 1 ' - 4 " M i n . L e n g t h T o p G a l v a n i z e L e n g t h T o p T h r e a d 1 0 " edge of adjacent 4" dia hole 3" Min. clear distance from the 2- ƒ" dia optional drainage holes. arm applied luminaire ILSN or required if Handhole L 4" x 6" I.D. M A L D O N A D O - B U R K E T T I N T E L L I G E N T T R A N S P O R T A T I O N S Y S T E M S , L L P E15126 T B P E R E G . # F - 1 0 2 5 8 P H . ( 3 6 1 ) 2 3 6 - 4 6 1 1 w w w . m b i t s g r o u p .c o m C O R P U S C H R I S T , T E X A S 7 8 4 1 1 3 8 3 3 S O U T H S T A P L E S S T R E E T S U I T E N 2 1 4 80 STR 915 9 6 7 6 3 PROFESS I O N A L E N G I N E E R S T A T E O F T E X AS L I C E N S E D R A M O N H . M A L D O N A D O , J R . I N D E F I N I T E Q U A N T I T Y ( I D I Q ) - R E B I D I M P R O V E M E N T S I N D E F I N I T E D E L I V E R Y , T R A F F I C S I G N A L A N D S T R E E T L I G H T I N G C I T Y o f C O R P U S C H R I S T I T E X A S CITY PROJECT # RECORD DRAWING NO. SHEET of CONSULTANT'S SHEET No. B Y D A T E D E S C R I P T I O N R E V I S I O N N O . B Y D A T E D E S C R I P T I O N R E V I S I O N N O . D e p a r t m e n t o f C a p i t a l P r o g r a m s 9 / 1 1 / 1 5 L M A ( 4 ) - 1 2 ( 8 0 A N D 1 0 0 M P H W I N D Z O N E ) L O N G M A S T A R M A S S E M B L Y ( 5 0 T O 6 5 F T ) T R A F F I C S I G N A L S U P P O R T S T R U C T U R E S 51LMA(4)-12Sheet 4 of 5 (80 AND 100 MPH WIND ZONE) LONG MAST ARM ASSEMBLY TRAFFIC SIGNAL SUPPORT STRUCTURES (50 TO 65 FT) 4-20-01 Texas Department of Transportation Traffic Operations Division November 2000 DN:CK:DW:CK:C TxDOT JOB COUNTY CONT SECT DIST REVISIONS HIGHWAY 131D JK GRB FDN CAL 1-12 MA-1 ARM WELD DETAIL 19 90° of circumferential base welds. 100% penetration within 6" 60% Min penetration of the signal arm. oriented within the lower 90° Longitudinal Seam Weld must be 19 1 " Dia Threaded Coupling. "Sky Bracket" or "Easy Bracket" with and cast bracket as in "Astro-Brac", Stainless steel bands (or Cables) BRACKET ASSEMBLY MA-2 ‚ Threaded Coupling ƒ"Dia 1 " MA-2 ‚ Threaded Coupling 1 "Dia ARM COUPLING DETAIL ILSN ARM COUPLING DETAIL ƒ " Base Dia Thick A F Dia No. ea 6.5 .179 12 6 1 2 7.5 .179 14 8 1 2 8.0 .179 14 8 1 2 9.0 .179 16 10 1 2 9.5 .179 18 12 3 9.5 .239 18 12 3 10.0 .239 18 12 3 10.5 .239 18 12 3 11.0 .239 18 12 3 11.5 .239 18 12 3 1 ‚ 1 ‚ 1 ‚ 1 ‚ 1 ‚ 1 ‚ Mast Arm Size in.in.in.in.in. Thick A F Dia No. ea .216 10 4 ƒ2 ILSN Arm Size in.in.in.in.in. 3 Sch 40 pipe Dia CLAMP-ON ARM CONNECTION ft. D thk12 ft.in.in.in. 20 24 28 32 36 40 44 thk ft.in.in.in. L D D 1 1 2 ROUND ARMS 19.1 23.1 27.1 31.0 35.0 39.0 43.0 Rise 6.5 7.5 8.0 9.0 9.5 9.5 10.0 3.8 4.3 4.2 4.7 4.6 4.1 4.1 .179 .179 .179 .179 .179 .239 .239 1'-9" 1'-10" 1'-11" 2'-1" 2'-4" 2'-8" 2'-11" 19.1 23.1 27.1 31.0 35.0 39.0 43.0 7.0 7.5 8.0 9.0 10.0 9.5 10.0 3.5 3.5 3.5 3.5 3.5 3.5 3.5 .179 .179 .179 .179 .179 .239 .239 1'-8" 1'-9" 1'-10" 2'-0" 2'-1" 2'-3" 2'-6" L D 1 Rise ROUND ARMS 12 12 YGONAL ARMSPOL ft. D thk12 ft.in.in.in. 20 24 28 32 36 40 44 thk ft.in.in.in. L D D 1 1 2 ROUND ARMS 19.1 23.1 27.1 31.0 35.0 39.0 43.0 Rise POLYGONAL ARMS 8.0 9.0 9.5 9.5 10.0 10.5 11.0 5.3 5.8 5.7 5.2 5.1 5.1 5.1 .179 .179 .179 .239 .239 .239 .239 1'-8" 1'-9" 1'-10" 1'-11" 2'-0" 2'-3" 2'-8" 19.1 23.1 27.1 31.0 35.0 39.0 43.0 8.0 9.0 10.0 9.5 10.0 11.0 11.5 3.5 3.5 3.5 3.5 3.5 3.5 4.0 .179 .179 .179 .239 .239 .239 .239 1'-7" 1'-8" 1'-9" 1'-10" 1'-11" 2'-1" 2'-3" L D 1 Rise ROUND ARMS 1 2 1 12 12 12 may be used. Thickness shown is minimum, thicker materials 80 MPH WIND 100 MPH WIND Pin Bolts †" Dia. Pin Bolts †" Dia. L = Clamp-on Arm Length L = Shaft Length D = Arm End O.D. D = Arm Base O.D. C Arm L Clamp-on Arm L Clamp-on C C Bolts 4 Conn. Bolts 4 Conn. GENERAL NOTES: by the Engineer. the pole after arm orientations have been approved hole for each pin bolt shall be field drilled through a ƒ" diameter hole for each pin bolt. An " diameter cotter pin. Back clamp plate shall be furnished with have ‰" diameter holes for a „" diameter galvanized shear plane. Pin bolt and ƒ" diameter pipe shall shall be ASTM A325 with threads excluded from the clamp-on arms under design wind forces. Pin bolts Pin bolts are required to prevent rotation of the detail. shown for part shall apply to all similar parts on Where duplicate parts occur on a detail, welds access after arm is oriented. Deburr both holes. be field drilled through the pole to provide wire clamp plate for wire access. A matched hole shall arm, a 1 " diameter hole shall be cut in the front longer than the arm diameter minus 1". For an ILSN shall be centered behind the arm and shall be no to facilitate drainage during galvanizing. The slot slotted hole may be cut in the front clamp plate a clamp-on mast arm, a maximum 1 " wide vertical dual mast arm assemblies or ILSN arm support. For Clamp-on details are used for the second arm on L ArmC L PoleC B a s e O . D . ‰ ‹x ‚ 2 " 2 " E E SECTION E-E ELEVATION A F drainage hole " Dia required bolt where 3rd Pin 1 " M a x pipe and hole [ Pin bolt, A r m Gap 1" Max 2" Typ Typ ‚ Typ " thick stiffener ! " thick (Typ) pin bolts †" Dia strap ! " thick CLAMP-ON CONNECTION Pipe (Typ) ƒ" Dia Sch 80 required Dia as (Typ) „ ILSN Arm to pole) (Mast Arm or and 2 lock washers. 2 flat washers heavy hex nut, Connection bolt with // Penetration = 85% Min. // ‚ 8" (ILSN Arm) threaded coupling or ƒ" Dia (Mast Arm) threaded coupling 1 " Dia 9" for Tip Section .179" thickness is permissible ~ I.D. times female equals 1.5 Min Lap + with Item 445, "Galvanizing". galvanizing in accordance joint. Repair damaged projection after making Tack weld nut to thread 1- †" Dia galv A307 bolt. 4 - ƒ" Dia holes and disassembled. marked and shipped shop, but may be match shall be made in the length. The slip joint 40' and greater in permissible for arms Note: A slip joint is 6'-0"(Min)~11'-0"(Max) SLIP JOINT DETAIL(CLAMP-ON ARM) SHEET NO. M A L D O N A D O - B U R K E T T I N T E L L I G E N T T R A N S P O R T A T I O N S Y S T E M S , L L P E15126 T B P E R E G . # F - 1 0 2 5 8 P H . ( 3 6 1 ) 2 3 6 - 4 6 1 1 w w w . m b i t s g r o u p .c o m C O R P U S C H R I S T , T E X A S 7 8 4 1 1 3 8 3 3 S O U T H S T A P L E S S T R E E T S U I T E N 2 1 4 80 STR 915 9 6 7 6 3 PROFESS I O N A L E N G I N E E R S T A T E O F T E X AS L I C E N S E D R A M O N H . M A L D O N A D O , J R . I N D E F I N I T E Q U A N T I T Y ( I D I Q ) - R E B I D I M P R O V E M E N T S I N D E F I N I T E D E L I V E R Y , T R A F F I C S I G N A L A N D S T R E E T L I G H T I N G C I T Y o f C O R P U S C H R I S T I T E X A S CITY PROJECT # RECORD DRAWING NO. SHEET of CONSULTANT'S SHEET No. B Y D A T E D E S C R I P T I O N R E V I S I O N N O . B Y D A T E D E S C R I P T I O N R E V I S I O N N O . D e p a r t m e n t o f C a p i t a l P r o g r a m s 9 / 1 1 / 1 5 SHEET 5 OF 5 L M A ( 5 ) - 1 2 A S S E M B L Y P A R T S L I S T L O N G M A S T A R M 52LMA(5)-12 PARTS LIST ARM ASSEMBLY LONG MAST Sheet 5 of 5 4-20-01 Texas Department of Transportation Traffic Operations Division November 2000 DN:CK:DW:CK:C TxDOT JOB COUNTY CONT SECT DIST REVISIONS HIGHWAY SHEET NO. 131E JK GRB FDN CAL 1-12 Shipping Parts List Ship each pole with the following attached: enlarged hand hole, pole cap, fixed arm connection bolts and washers, and any additional hardware listed in the table. Single Mast Arm Lf ft. Designation Quantity Designation Quantity Designation Quantity 50 50L 50S 50 55 55L 55S 55 60 60L 60S 60 65 65L 65S 65 Dual Mast Arm Lf Lc ft. ft. Designation Quantity Designation Quantity Designation Quantity 50 20 5020L 5020S 5020 24 5024L 5024S 5024 28 5028L 5028S 5028 32 5032L 5032S 5032 36 5036L 5036S 5036 40 5040L 5040S 5040 44 5044L 5044S 5044 55 20 5520L 5520S 5520 24 5524L 5524S 5524 28 5528L 5528S 5528 32 5532L 5532S 5532 36 5536L 5536S 5536 40 5540L 5540S 5540 44 5544L 5544S 5544 60 20 6020L 6020S 6020 24 6024L 6024S 6024 28 6028L 6028S 6028 32 6032L 6032S 6032 36 6036L 6036S 6036 40 6040L 6040S 6040 44 6044L 6044S 6044 65 20 6520L 6520S 6520 24 6524L 6524S 6524 28 6528L 6528S 6528 32 6532L 6532S 6532 36 6536L 6536S 6536 40 6540L 6540S 6540 44 6544L 6544S 6544 Foundation Summary Table ** Location Avg. N No. Drill Shaft *** Notes 48-A ** Foundations may be listed separately or grouped according to similarity of location and type. Quantities are for the Contractor's information only. *** Decimal lengths in Design Table are to allow interpolation for other penetrometer values. Round to nearest foot for entry into Summary Table. Total Drill Shaft Length Arm See note above plus: one (or See note above plus 20.25' (Dual Mast Arm) Nominal 30' Poles with Luminaire 24' Poles with ILSN 19.50' (Single Mast Arm) Length two if ILSN attached) small one small hand hole Poles with no Luminaire and no ILSN hand hole, clamp-on simplex See note above Ident. Blow/ft. Each Length (feet) Shipping Parts List Traffic Signal Arms (Fixed Mount) (1 per pole) Ship each arm with listed equipment attached Luminaire Arms (1 per 30' pole) Nominal Type IV Arm (4 Signals) Nominal Arm Length Quantity Arm 3 Bracket Assembly 8' Arm Length and 4 CGB Connectors ft. Designation Quantity ILSN Arm (Max. 2 per pole) Ship with 50 50IV clamps, bolts and washers 55 55IV Nominal Arm Length Quantity 60 60IV 7' Arm 65 65IV 9' Arm Traffic Signal Arms (80 MPH Clamp-On Mount) (1 per pole) Ship each arm with listed equipment attached Arm w/bolts and washers CGB connectors, and 1 clamp CGB connectors, and 1 clamp Length w/bolts and washers w/bolts and washers ft. Designation Quantity Designation Quantity Designation Quantity 20 20I-80 24 24I-80 24II-80 28 28I-80 28II-80 32 32II-80 32III-80 36 36II-80 36III-80 40 40III-80 44 44III-80 Traffic Signal Arms (100 MPH Clamp-On Mount) (1 per pole) Ship each arm with listed equipment attached Type I Arm (1 Signal) Type II Arm (2 Signals) Type III Arm (3 Signals) Arm w/bolts and washers CGB connectors, and 1 clamp CGB connectors, and 1 clamp ft. Designation Quantity Designation Quantity Designation Quantity 20 20I-100 24 24I-100 24II-100 28 28I-100 28II-100 32 32II-100 32III-100 36 36II-100 36III-100 40 40III-100 44 44III-100 Anchor Bolt Assemblies (1 per pole) Each anchor bolt assembly consists of the following: Top Anchor Anchor and bottom templates, 4 anchor bolts, 8 nuts, 8 flat Diameter Length Quantity per Standard Drawing "TS-FD". 2 1/2 " 5' - 3" Templates may be removed for shipment. Abbreviations Type I Arm (1 Signal) Type II Arm (2 Signals) Type III Arm (3 Signals) Bolt Bolt washers and 4 nut anchor devices (type 2) Nominal 2 CGB connector and 1 clamp 1 Bracket Assembly and 3 2 Bracket Assembly and 4 Nominal 2 CGB connector and 1 clamp 1 Bracket Assembly and 3 2 Bracket Assembly and 4 Lc= Clamp-on Arm Lf= Fixed Arm Length Length (44' Max.) M A L D O N A D O - B U R K E T T I N T E L L I G E N T T R A N S P O R T A T I O N S Y S T E M S , L L P E15126 T B P E R E G . # F - 1 0 2 5 8 P H . ( 3 6 1 ) 2 3 6 - 4 6 1 1 w w w . m b i t s g r o u p .c o m C O R P U S C H R I S T , T E X A S 7 8 4 1 1 3 8 3 3 S O U T H S T A P L E S S T R E E T S U I T E N 2 1 4 80 STR 915 9 6 7 6 3 PROFESS I O N A L E N G I N E E R S T A T E O F T E X AS L I C E N S E D R A M O N H . M A L D O N A D O , J R . I N D E F I N I T E Q U A N T I T Y ( I D I Q ) - R E B I D I M P R O V E M E N T S I N D E F I N I T E D E L I V E R Y , T R A F F I C S I G N A L A N D S T R E E T L I G H T I N G C I T Y o f C O R P U S C H R I S T I T E X A S CITY PROJECT # RECORD DRAWING NO. SHEET of CONSULTANT'S SHEET No. B Y D A T E D E S C R I P T I O N R E V I S I O N N O . B Y D A T E D E S C R I P T I O N R E V I S I O N N O . D e p a r t m e n t o f C a p i t a l P r o g r a m s 9 / 1 1 / 1 5 S M A - 1 0 0 ( 1 ) - 1 2 ( 1 0 0 M P H W I N D Z O N E ) S I N G L E M A S T A R M A S S E M B L Y T R A F F I C S I G N A L S U P P O R T S T R U C T U R E S 53 SHEET 1 OF 2 SUPPORT STRUCTURES TRAFFIC SIGNAL SINGLE MAST ARM ASSEMBLY (100 MPH WIND ZONE) SMA-100(1)-12 2 B 9 30 1 1 2 14.5 14.0 13.5 13.0 12.0 11.8 11.3 10.8 10.3 9.3 11.1 10.6 10.1 9.6 8.6 10.3 9.8 9.3 8.8 7.8 .239 .239 .239 .239 .239 .239 .239 12.5 16.5 16.0 15.0 14.0 13.5 13.0 9.5 13.5 13.0 12.0 11.0 10.5 10.0 8.7 12.7 12.2 11.2 10.2 9.7 9.2 7.8 11.8 11.3 10.3 9.3 8.8 8.3 .239 .239 .239 .239 .239 .239 .239 19.1 43.0 39.0 35.0 31.0 27.1 23.1 8.0 11.0 10.5 10.0 9.5 9.5 9.0 5.3 5.1 5.1 5.1 5.2 5.7 5.8 .179 .239 .239 .239 .239 .179 .179 19.1 43.0 39.0 35.0 31.0 27.1 23.1 8.0 11.5 11.0 10.0 9.5 10.0 9.0 3.5 4.0 3.5 3.5 3.5 3.5 3.5 .179 .239 .239 .239 .239 .179 .179 24 2'-8" 2'-3" 2'-0" 1'-11" 1'-10" 1'-9" 1'-8" 2'-3" 2'-1" 1'-11" 1'-10" 1'-9" 1'-8" 1'-7" 36-A 36-A 36-A 36-B 36-B 1 2 D may be increased by up to 1" for polygonal arms. Thickness shown are minimums, thicker materials may be used. ROUND POLES D D D D thk B 19 24 30 D D D D thk B 19 24 30 POLYGONAL POLES L D D thk112 thkLDD112 ROUND ARMS POLYGONAL ARMS 36-A 36-A 36-A 36-B 36-B 1 2 1 1 1 20 24 28 32 36 40 44 20 24 28 32 36 40 44 Length Arm Length Arm Type Foundation Rise Rise in.in.in.in.in.in.in.in.in.in.ft. ft.ft.in.in.in.ft.in.in.in. 1 D = Arm Base O.D. D = Pole Top O.D. with Luminaire w/out Luminaire D = Pole Top O.D. with ILSN and no ILSN D = Pole Top O.D. with no Luminaire D = Pole Base O.D. Nominal Arm Length - L See "Tenon Detail" See "Slip Joint Detail" L1 D D 2 1 R i s e + 2 " - Mast arm connection- See Sheet "MA-C" (Fixed Mount) 3'-0" A A Nominal Arm Length - L 3'-0"3'-0" (8') ( u n l e s s o t h e r w i s e n o t e d ) Assembly Bracket Assembly Bracket 1 8 ' - 0 " N o m i n a l 1 9 ' - 6 " N o m . M o u n t i n g H e i g h t 3 0 ' - 0 " 3 5 ' - 0 " N o m i n a l M o u n t i n g H e i g h t Luminaire Arm - See Sheet "Lum-A" See Sheet"MA-D" -Detail A Arm Length Arm Type II Arm Type III 24'28'32'36'40'44'48' 10' 10' 11' 11' 12' 12'12'12' 13' TABLE OF DIMENSIONS A Foundation See Sheet 1 5 ' - 0 " M i n - 1 9 ' - 0 " M a x - 1 7 ' - 6 " N o m . 2 3 ' - 6 " N o m i n a l D30 DB Note: The arm shall be fabricated straight with the unloaded rise measured as shown. See Sheet "MA-D" Detail TRAFFIC SIGNAL ARM STRUCTURE ASSEMBLY 3 3 3 Nom Arm Lgth "TS-FD""TS-FD" "MA-D" See Sheet See Sheet "MA-C(ILSN)" ILSN Arm Connection- See Sheet "SNS" 90 L = Nominal Arm Length L = Shaft Length D = Arm End O.D. 12.0 9.3 8.6 7.8 12.0 9.3 8.6 7.8 36-A36-A 36-A36-A Detail D,E or F See Sheet "MA-D" Traffic Signal Arm B or C Crown of Road 3 Sheet 2 of 2 See "ARM COUPLING DETAILS" CGB Connector Threaded Coupling for El Paso St 30' Poles With Luminaire Length Arm Nominal 44 40 36 32 28 24 20 44 40 36 32 28 24 20 44 40 36 32 28 24 20-100 Type II Arm (2 Signals) Length Arm Nominal Designation Designation DesignationQuantityQuantity Quantity 44 40 36 32 28 24 20 28 24 20 36 32 28 24 44 40 36 32 Type I Arm (1 Signal)Type III Arm (3 Signals) II-100 Nominal Arm Length Quantity 8' Arm Diameter Bolt Anchor Length Bolt Anchor Quantity Templates may be removed for shipment. 1 " 1 ƒ" 3'-4" 3'-10" 24' Poles With ILSN Nominal Arm Length Quantity 7' Arm 9' Arm Ship each arm with the listed equipment attached 1 CGB connector and 2 CGB Connectors 1 Bracket Assembly and 3 CGB Connectors 2 Bracket Assemblies ft ft Traffic Signal Arms (1 per pole) Anchor Bolt Assemblies (1 per pole) SHIPPING PARTS LIST Designation Designation DesignationQuantityQuantity Quantity 44 40 36 32 28 24 20 See note above simplex small hand hole, clamp-on (or two if ILSN attached) Above hardware plus: One hand hole plus one small Above hardware connection bolts and washers and any additional hardware listed in the table. Ship each pole with the following attached: enlarged hand hole, pole cap, fixed-arm (1 per 30' pole)Luminaire Arms L-100 L-100 L-100 L-100 L-100 L-100 L-100 S-100 S-100 S-100 S-100 S-100 S-100 S-100 I-100 III-100 2"4'-3" -100 -100 -100 -100 -100 -100 I-100 I-100 II-100 II-100 II-100 III-100 III-100 III-100 Luminaire and No ILSN 19' Poles With No ILSN Arm (Max. 2 per pole) Ship with clamps, bolts and washers per Standard Drawing "TS-FD". 8 flat washers, and 4 nut anchor devices (Type 2) Top and Bottom templates, 4 anchor bolts, 8 nuts, Each anchor bolt assembly consists of the following: 11-99 5-96 1-12 Texas Department of Transportation Traffic Operations Division August 1995 DN:CK:DW:CK:C TxDOT JOB COUNTY CONT SECT DIST REVISIONS HIGHWAY SHEET NO. 123A MS JSY MMF JSY M A L D O N A D O - B U R K E T T I N T E L L I G E N T T R A N S P O R T A T I O N S Y S T E M S , L L P E15126 T B P E R E G . # F - 1 0 2 5 8 P H . ( 3 6 1 ) 2 3 6 - 4 6 1 1 w w w . m b i t s g r o u p .c o m C O R P U S C H R I S T , T E X A S 7 8 4 1 1 3 8 3 3 S O U T H S T A P L E S S T R E E T S U I T E N 2 1 4 80 STR 915 9 6 7 6 3 PROFESS I O N A L E N G I N E E R S T A T E O F T E X AS L I C E N S E D R A M O N H . M A L D O N A D O , J R . I N D E F I N I T E Q U A N T I T Y ( I D I Q ) - R E B I D I M P R O V E M E N T S I N D E F I N I T E D E L I V E R Y , T R A F F I C S I G N A L A N D S T R E E T L I G H T I N G C I T Y o f C O R P U S C H R I S T I T E X A S CITY PROJECT # RECORD DRAWING NO. SHEET of CONSULTANT'S SHEET No. B Y D A T E D E S C R I P T I O N R E V I S I O N N O . B Y D A T E D E S C R I P T I O N R E V I S I O N N O . D e p a r t m e n t o f C a p i t a l P r o g r a m s 9 / 1 1 / 1 5 S M A - 1 0 0 ( 2 ) - 1 2 ( 1 0 0 M P H W I N D Z O N E ) S I N G L E M A S T A R M A S S E M B L Y T R A F F I C S I G N A L S U P P O R T S T R U C T U R E S 54 SHEET 2 OF 2 SUPPORT STRUCTURES TRAFFIC SIGNAL SINGLE MAST ARM ASSEMBLY (100 MPH WIND ZONE) SMA-100(2)-12 5-96 1-12 of the signal arm. oriented within the lower 90° Longitudinal Seam Weld must be MA-1 MA-1 MA-1 9" +- ~ I.D. times female equals 1.5 Min Lap 1 6" L ArmC MA-3 1 " 1 " MA-2 ‚ MA-2 ‚ 90° marked and shipped disassembled. shop, but may be match shall be made in the length. The slip joint 40' and greater in permissible for arms Note: A slip joint is 6'-0"(Min) 11'-0" (Max) ARM WELD DETAIL D exceeds 10" polygonal arms if permitted for Seam Weld is Second longitudinal SLIP JOINT DETAIL shape to match arm End Plate …" thick min TENON DETAIL ‰ " Dia Coupling Threaded 1 40 pipe 2" Sch " 2 . 3 7 5 for Tip Section is permissible .179" thickness base welds. 6" of circumferential 100% pemetration within 60% Min. penetration4 4 4 4 with Item 445, "Galvanizing". galvanizing in accordance joint. Repair damaged projection after making Tack weld nut to thread 1- †" Dia galv A307 bolt. 4 - ƒ" Dia holes and 1 " Dia Threaded Coupling. "Sky Bracket" or "Easy Bracket" with and cast bracket as in "Astro-Brac", Stainless steel bands (or Cables) BRACKET ASSEMBLY ARM COUPLING DETAILS than two days. affect its aeroelastic response. Excessive vibrations shall not be allowed to continue for more This visual inspection shall be repeated after each modification of the structure that could See "Damping Plate Mounting Details" on standard sheet, MA-DPD-10. than approximately 8" are observed at the arm tip, a damping plate shall be fitted to the arm. movements with a total excursion (maximum upward excursion to maximum downward excursion) of more installation of signal heads and any attachments, including any required backpates. If vertical The traffic signal mast arms shall be visually inspected in 5 to 20 mph wind conditions after mitigate vibrations. heads or, if they must be applied, they should be vented as a first and inexpensive measure to If backplates are not required for improved visibility they should not be applied to the signal the probability of unacceptable harmonic vibration and/or galloping is rather high. that when wind is blowing toward the back side of signal heads having un-vented backplates attached wind conditions which may further damage the structure and alarm the public. Tests have indicated Such vibrations may cause fatigue damage to the structure and may lead to galloping in moderate arm, such as signs and cameras; arm-wind orientation; and arm-pole stiffness. weights and positions; existence/solidity of backplates; presence of additional attachments to the characteristics of a few of the myriads of possible combinations of the following: signal numbers, or longer are subject to harmonic vertical vibrations in light wind conditions due to the aeroelastic Mast Arms of SMA and DMA structures and clamp-on Arms of LMA structures of approximately 40 ft VIBRATION WARNING GENERAL NOTES: acceptable. Item 441, "Steel Structures". Alternate designs are not require submission of shop drawings in accordance with Deviation from the details and dimensions shown herein accordance with Item 445, "Galvanizing", after fabrication. Unless otherwise noted, all parts shall be galvanized in Assemblies (Steel)". the requirements of this sheet and Item 686, "Traffic Signal Pole Materials, fabrication tolerances, and shipping practices shall meet procedures which the Fabricator must obtain prior to fabrication. procedures shown herein. Weld references call for preapproved weld Pole Assemblies (Steel)" and with the details, dimensions, and weld Fabrication shall be in accordance with Item 686, "Traffic Signal "MA-C" for material specifications. details, and "TS-FD" for anchor bolt and foundation details. See connection details, "SNS" for internally lighted street name sign street name sign arm connection details, "LUM-A" for luminaire arm and signal arm connection details, "MA-C (ILSN)" for internally lighted See Standard Sheet "MA-D" for pole details, "MA-C" for traffic coefficient). effective projected area of 32.4 sq ft (actual area times drag equals 180 lbs vertical dead load plus the horizontal wind load on an The specified signal load applied at the end of the traffic signal arm horizontal wind load on an effective projected area of 11.5 sq ft. the centerline of the pole equals 85 lbs vertical dead load plus specified internally lighted street name sign load applied 4.5 ft from horizontal wind load on an effective projected area of 1.6 sq ft. The of the luminaire arm equals 60 lbs vertical dead load plus the length as tabulated. The specified luminaire load applied at the end internally lighted street name sign and one traffic signal arm with a Poles are designed to support one 8'-0" luminaire arm, one 9'-0" plus a 1.3 gust factor. and Interim Specifications thereto. Design Wind Speed equals 100 mph Structural Supports for Highway Signs, Luminaires, and Traffic Signals Design conforms to 1994 AASHTO Standard Specifications for Texas Department of Transportation Traffic Operations Division August 1995 DN:CK:DW:CK:C TxDOT JOB COUNTY CONT SECT DIST REVISIONS HIGHWAY SHEET NO. 123B MS JSY MMF JSY M A L D O N A D O - B U R K E T T I N T E L L I G E N T T R A N S P O R T A T I O N S Y S T E M S , L L P E15126 T B P E R E G . # F - 1 0 2 5 8 P H . ( 3 6 1 ) 2 3 6 - 4 6 1 1 w w w . m b i t s g r o u p .c o m C O R P U S C H R I S T , T E X A S 7 8 4 1 1 3 8 3 3 S O U T H S T A P L E S S T R E E T S U I T E N 2 1 4 80 STR 915 9 6 7 6 3 PROFESS I O N A L E N G I N E E R S T A T E O F T E X AS L I C E N S E D R A M O N H . M A L D O N A D O , J R . I N D E F I N I T E Q U A N T I T Y ( I D I Q ) - R E B I D I M P R O V E M E N T S I N D E F I N I T E D E L I V E R Y , T R A F F I C S I G N A L A N D S T R E E T L I G H T I N G C I T Y o f C O R P U S C H R I S T I T E X A S CITY PROJECT # RECORD DRAWING NO. SHEET of CONSULTANT'S SHEET No. B Y D A T E D E S C R I P T I O N R E V I S I O N N O . B Y D A T E D E S C R I P T I O N R E V I S I O N N O . D e p a r t m e n t o f C a p i t a l P r o g r a m s 9 / 1 1 / 1 5 M A - C - 1 2 M A S T A R M C O N N E C T I O N S T R A F F I C S I G N A L S U P P O R T S T R U C T U R E S S T A N D A R D A S S E M B L Y F O R 55 Texas Department of Transportation Traffic Operations Division August 1995 DN:CK:DW:CK:C TxDOT JOB COUNTY CONT SECT DIST REVISIONS HIGHWAY SHEET NO. 126A MS JSY MMF JSY MAST ARM CONNECTIONS MA-C-12 STANDARD ASSEMBLY FOR TRAFFIC SIGNAL SUPPORT STRUCTURES 5-96 1-12 5-09 Round Shafts or Polygonal Shafts Connection Bolts Misc. Hardware Galvanized steel or stainless steel or as noted MATERIALS ASTM A325 1 2 ASTM A36, A588, or A572 Gr.50 A1008 HSLAS-F Gr.50, A1011 HSLAS-F Gr.50 ASTM A53 Gr.B, A501, or A1011 SS Gr.50 A1011 HSLAS Gr.50 Class 2, A572 Gr.50 ASTM A595 Gr.A, A588, A1008 HSLAS Gr.50 Class 2, ASTM A325 or A449, except where noted A1011 SS requirements and the requirements of this item. will be acceptable providing the material meets all other Material thickness in excess of those stipulated under A1011 SS elongation of 18 percent in 8 inches or 23 percent in 2 inches. 2 ASTM A1011 SS Gr.50 material shall also have a minimum shall not have less elongation than the grade indicated. A1011 HSLAS-F or A1011 SS may have higher yield strengths but 1 ASTM A572, A1008 HSLAS, A1011 HSLAS, A1008 HSLAS-F, Pin Bolts 1 ARM SIZE D1 ARM SIZE D1 A B C D E ARM SIZE D1 A B C D E A F CONN. BOLTS PIN BOLTS No.Dia No.Dia ARM SIZE D1 A F CONN. BOLTS PIN BOLTS No.Dia No.DiaT A C E B D D 1 B a s e O . D . MC-2 L ArmC MC-3 Deburr holes and offset as shown for drainage ~ L PoleC C A C E B D D 1 B a s e O . D . MC-2 L ArmC Deburr holes and offset as shown for drainage ~ L PoleC C L See "Detail A" (Option 1) MC-2 MC-2 MC-2 MC-2 MC-2 MC-3 MC-4 L Pin bolt, pipe & hole C L ArmC P A F Pin Bolt L PoleC Connection Bolt with hex nut, 2 flat washers & 2 lock washers 3rd bolt where required Dia as required Grade 50 L R=T T Gap = 2T max. T 3 T m a x . Min. 85% Penetration D B a s e O . D . 1 MC-2 L Pin bolt, pipe & hole C L ArmC A F Pin Bolt L PoleC 3rd bolt where required 2" D B a s e O . D . 1 ARM SIZE D1 A F CONN. BOLTS PIN BOLTS No.Dia No.Dia 2" …" P Grade 50 MC-2 Clamp PL Arm ~Arm ~ Flange PL L Conn. Bolts (4 total with 1 flat & 1 lock washer each) ~ Dia. as Required See "Detail B" (Option 2) P L CLAMP-ON DETAIL 1 CLAMP-ON DETAIL 2 CLAMP-ON DETAIL 3 CLAMP-ON ARM FIXED MOUNT DETAIL 1 FIXED MOUNT DETAIL 2 DETAIL A DETAIL B FIXED MOUNT ARM ARM BASE WELD DETAILS 6.5 .179 12 4 2 7.5 .179 14 8 4 1 2 8.0 .179 14 8 4 1 2 9.0 .179 16 10 4 1 2 9.5 .179 18 12 4 1 ‚ 3 9.5 .239 18 12 4 1 ‚ 3 10.0 .239 18 12 4 1 ‚ 3 † † † † † † † 7.0 .179 12 4 ƒ 2 † 7.5 .179 14 8 4 ƒ 2 † 8.0 .179 14 8 4 ƒ 2 † 9.0 .179 16 10 4 1 2 † 10.0 .179 18 10 4 1 2 † 9.5 .239 18 10 6 1 3 † 10.0 .239 18 10 6 1 3 † ƒ ƒ ƒ ‡ ‡ 1 1 ‰ ‚ Š ‰ ‹ ‚‚" gussets ‚ „ ‚ 2 " dia hole in plate 4" dia hole in pole ‰ ‚ Š …" Gussets P (top & bottom) …" … "…"… " …" ‰ " … " … "…" ‰ ‹x ‚ ‰ " dia drainage hole ‹x ‚ " U-Strap, Grade 50 Š 2 " 2 " …" gusset P ‚ " ‹" ‹" Š" ‚ " o r 3 g p o l e ‰ " o r 7 g p o l e ‚ " ‰ " 2 " dia hole in pole & plate …" Gusset L 6.5 .179 12 7.5 8.0 9.0 9.5 9.5 10.0 10.5 11.0 .179 .179 .179 .179 .239 .239 .239 .239 9 9 6 13 14 16 17 18 18 18 18 9 10 11 12 12 12 13 13 10 11 13 14 15 15 15 15 6 7 8 9 9 9 10 10 1 1 1 1 1 ‚ 1 ‚ 1 ‚ 1 ‚ 1 ‚ .179 7.5 8.0 9.0 9.5 10.0 .179 .179 .179 .179 .239 .239 .239 .239 11 11 8 8 11 11 13 13 13 14 14 14 11 11 13 13 13 14 14 14 8 8 10 10 10 11 11 11 8 8 10 10 10 11 11 11 1 1 1 1 ‚ 1 ‚ 1 ‚ 1 ‚ 1 ‚ 1 ‚ 6.5 .179 12 4 1 2 7.5 .179 14 8 4 1 2 8.0 .179 14 8 4 1 2 9.0 .179 16 10 4 1 2 9.5 .179 18 12 6 1 3 9.5 .239 18 12 6 1 3 10.0 .239 18 12 6 1 3 † † † † † † † L CONN BOLT DIA CONN BOLT DIA 7.0 10.0 11.0 11.5 L Conn. Bolts (4 total with 1 flat & 1 lock washer each) … … … … … ‰ … in.in.in.in.in.in.in.in.in.in.in.in.in.in.in.in. in.in.in.in.ea.in.ea.in.in.in.in.in.in.ea.in.ea.in.in.in.in.in.ea.in.ea.in. Connection Bolt with hex nut, 2 flat washers & 2 lock washers " dia drainage hole MC-1 x x ‹ ‚x Š ‰x MC-1 "or 7g‰ "or 3g‚ MC-1 "or 7g‰ MC-1 "or 3g‚ 6 6 6 2 " 2 " 2 2 2 2 2 3 3 2 2 2 2 2 3 3 1 ƒ" 1 ƒ" 1 ƒ 1 ƒ 1 ƒ 1 ƒ Sch 80 Pipe ƒ" dia Sch 80 Pipe ƒ" dia L ArmC L PoleC B a s e O . D . ‰ ‹x ‚ 2 " 2 " A F drainage hole " Dia pipe and hole [ Pin bolt, A r m Gap 1" Max 2" Typ Typ ‚ Typ stiffener ! " thick (Typ) pin bolts †" Dia strap ! " thick Pipe (Typ) ƒ" Dia Sch 80 required Dia as (Typ) „ and 2 lock washers. 2 flat washers heavy hex nut, Connection bolt with required bolt where 3rd Pin M a x 1 " 1 coupling threaded 1 " Dia Min. 85% Penetration ‚thick …" ‚ ‚ coupling threaded 1 " Dia coupling threaded 1 " Dia Pipe Plates 8" 8"8" 1 Min. 85% Penetration "Clamp-on Detail 3" GENERAL NOTES: NOTE: Clamp-on details are used for the second arm on dual mast arm cut in the front clamp plate to facilitate drainage during galvanizing. The slot shall be centered behind the arm and shall be no longer than the arm diameter minus 1" Fixed mount details are used for single mast arm assemblies and for the first arm on dual mast arm assemblies. Where duplicate parts occur on a detail, welds shown for one part shall apply to all similar parts on the detail. Pin bolts are required to prevent rotation of clamp-on arms under design wind forces. approved by the Engineer. the pole after arm orientations have been for each pin bolt shall be field drilled through a ƒ" dia hole for each pin bolt. An " dia hole cotter pin. Back clamp plate shall be furnished with shall have ‰" dia holes for a „" dia galvanized from the shear plane. Pin bolt and ƒ" dia pipe Pin bolts shall be A325 with threads excluded assemblies. A Maximum 1 " wide vertical slotted hole shall be except M A L D O N A D O - B U R K E T T I N T E L L I G E N T T R A N S P O R T A T I O N S Y S T E M S , L L P E15126 T B P E R E G . # F - 1 0 2 5 8 P H . ( 3 6 1 ) 2 3 6 - 4 6 1 1 w w w . m b i t s g r o u p .c o m C O R P U S C H R I S T , T E X A S 7 8 4 1 1 3 8 3 3 S O U T H S T A P L E S S T R E E T S U I T E N 2 1 4 80 STR 915 9 6 7 6 3 PROFESS I O N A L E N G I N E E R S T A T E O F T E X AS L I C E N S E D R A M O N H . M A L D O N A D O , J R . I N D E F I N I T E Q U A N T I T Y ( I D I Q ) - R E B I D I M P R O V E M E N T S I N D E F I N I T E D E L I V E R Y , T R A F F I C S I G N A L A N D S T R E E T L I G H T I N G C I T Y o f C O R P U S C H R I S T I T E X A S CITY PROJECT # RECORD DRAWING NO. SHEET of CONSULTANT'S SHEET No. B Y D A T E D E S C R I P T I O N R E V I S I O N N O . B Y D A T E D E S C R I P T I O N R E V I S I O N N O . D e p a r t m e n t o f C a p i t a l P r o g r a m s 9 / 1 1 / 1 5 M A - D - 1 2 A R M P O L E D E T A I L S S T R U C T U R E S M A S T T R A F F I C S I G N A L S U P P O R T 56MA-D-12 MAST ARM POLE DETAILS SUPPORT STRUCTURES TRAFFIC SIGNAL 8-99 1-12 Texas Department of Transportation Traffic Operations Division August 1995 DN:CK:DW:CK:C TxDOT JOB COUNTY CONT SECT DIST REVISIONS HIGHWAY SHEET NO. 127 MS JSY FDN CAL Back plate Back plate Round Pole Polygonal Pole Compartment Access Compartment Access ‚" ‹" ‹" ‚" DETAIL J XX ACCESS COMPARTMENT block terminal 6 circuit for optional mtg. holes #8-32 4ƒ" 27" 6" 1‡" steel strip M-1020 or sheet A-569 „" x 4" x 1'-6 …" Back plate MD-5 slot Tab and slot Tab and (2 req'd) compression Type HD terminal block 12 circuit 600 volt ground connector hole for copper " clearance hole opening 4" x 6" hand notes 3 & 4) block (see double fuse for luminaire mtg. holes #10-32 Ring, …" x 2 " ASTM A572 Gr 50 (4 req'd) self-tap Type "F", stainless steel Phil. Pan HD. scres, #8-32 x 1‚" NOTES: to be installed. Ferraz-Shawmut #30352 fuse block for poles where luminaires are 4. Install one Bussmann #BM6032B, Littelfuse #L60030M-2C, or terminal strip, and one Bussmann #BM6032B fuse block. two Marathon #985GP12 terminal strips, one Marathon #985GP06CU 3. The screw hole spacing on the enclosure back plate shall be for items in the field. Ilsco SSS-5). The traffic signal contractor shall install the kit one ground connector (Blackburn TTC, Burndy KC22J12T13, or 1 ‚" self tapping type "F" stainless steel pan head screws, and strips (Marathon #985GP12CU or approved equal), four #8-32 x consisting of: one cover with two latching assemblies, two terminal 2. The pole manufacturer shall provide with each pole a separate kit socket head screws with tamper proof feature. rainproof seal. Latch screws shall be 1/4-20 stainless flat latches and shall fit tightly to the enclosure ring to create a sunlight and extreme weather. Cover shall latch with two screw pearl gray color, and shall be suitable for exposure to harsh 1. The cover shall be one piece formed from ABS plastic, shall be a (for pole with luminaire) D30 6 " C ClampL Luminaire Arm 4 "+- hanging wire …" dia Hook for for ILSN Clamp-on arm L ~ P …" x 2 min Handhole Frame - for Handhole Weld See Detail G or screw …" dia bolt mast arm assemblies second arm on dual Clamp-on arm for 1 ' - 6 " 9 " 2 ' - 6 " Compartment Access 3 0 ' - 0 " 1 " and ILSN sign) T Plate Base DB See Detail H assembly dual mast arm coupling - 2 per 2" dia threaded ~ ‰" x 1" P Min Threaded Strap L 6 " ~ ~ V V LP …" x 2 min Handhole Frame- for Handhole Weld See Detail G 12g min. Handhole cover or screw …" dia bolt mast arm assemblies second arm on dual Clamp-on arm for assembly dual mast arm coupling - 2 per 2" dia threaded ~ ~ VV 1 ' - 0 "4 "+- ‚" PL Y Y D19 to " „" MD-1 ‚" ‹ " Pole Frame Handhole MD-4 Pole Plug Pipe 45° ‚ ‚" or 3g pole L L B o l t C i r c l e D i a m e t e r Range AdjustmentLength Slot Diameter Bolt Hole D ˆB ‚"‚" or 3g pole ‰"‰" or 7g pole ‹ " Š " assembly arm dual mast - 2 per coupling threaded 2" dia MD-2 & Nut J-Bolt ‚" dia attachment J-Bolt wire and hanging Bar for " dia Diameter Bolt Anchor Diameter Hole Bolt Length Slot Diameter Circle Bolt L x T Dim. Base PL Range Adjust. 1 " 1 ƒ" 2" 1 ƒ" 2" 2 ‚" 3 " 4" 4 " 17" 19" 21" 18" x 1 " 20" x 1 ƒ" 22" x 2" 13.4° 13.5° 13.6° threads ~ NPSL Coupling threaded 2" dia ~ (If ILSN applied) arm assemblies arm on dual mast assemblies or first single mast arm Fixed mount arm for 9 " 1 1 " 1 1 " set screws Cap with min. of 3 Alum. or Galv. Metal Zinc die cast or 4 " +- for hanging wire …" dia Hook C arm assemblies arm on dual mast assemblies or first single mast arm Fixed mount arm for hanging wire …" dia Hook for 2 "23"13.7°2 ‚"5"24" x 2 ‚" DETAIL B DETAIL A DETAIL G SECTION Y-Y DETAIL D DETAIL E DETAIL F POLE ELEVATION BASE PLATE PLAN SECTION V-V DETAIL H ‰ ‰ ‹x ‚ ‰ Šx ‰ ‚x ‹ ‰ ‚ 12g min. Handhole cover + + + 2 3 ' - 6 " 1 " 1 8 ' - 0 " 1 " + MD-3 at + + R = 3" 1" " pole ‰" or 7g MD-3 at (for 30' pole with luminaire and no luminaire) (for 24' pole with ILSN sign sign and no luminaire) (for 19' pole with no ILSN 2 ' - 3 " SECTION X-X „ See Detail J MD-4 COPPER GROUND CONNECTOR 1 2 " ‚ " ‚x ‹ the access compartment itself. be no more than ˆinch wider than Opening for access compartment shall stainless Hex. nut, " - 13NC " stainless Split lockwasher, 1‚" †" Š"1‰" x ‰" out Tab ‚" dia Slot Œ" 2-#6 or 1-#4 max. Will accept 4-#8, or approved equal. Blackburn TTC, Burndy #KC22J12T13, V V C Handhole 6" I.D. L of 4"x DETAIL C Handhole 6" I.D. L of 4"xC for Handhole Weld See Detail G Screw Bolt or …" Dia. …"x 2" Min. Handhole Frame thickness pole 3 set screws with min. of Galv. Metal Cap or Alum. or Zinc die cast 1 base welds. 6" of circumferential 100% pemetration within 60% Min. penetration 85% Min. penetration 2 2 1 1 alternate Pole Cap See Detail F for alternate Pole Cap See Detail F for Pole Cap for regular See Detail A ‰(optional) …" dia Hook I.D. Handhole L of 4"x 6" POLE COUPLING DETAIL M A L D O N A D O - B U R K E T T I N T E L L I G E N T T R A N S P O R T A T I O N S Y S T E M S , L L P E15126 T B P E R E G . # F - 1 0 2 5 8 P H . ( 3 6 1 ) 2 3 6 - 4 6 1 1 w w w . m b i t s g r o u p .c o m C O R P U S C H R I S T , T E X A S 7 8 4 1 1 3 8 3 3 S O U T H S T A P L E S S T R E E T S U I T E N 2 1 4 80 STR 915 9 6 7 6 3 PROFESS I O N A L E N G I N E E R S T A T E O F T E X AS L I C E N S E D R A M O N H . M A L D O N A D O , J R . I N D E F I N I T E Q U A N T I T Y ( I D I Q ) - R E B I D I M P R O V E M E N T S I N D E F I N I T E D E L I V E R Y , T R A F F I C S I G N A L A N D S T R E E T L I G H T I N G C I T Y o f C O R P U S C H R I S T I T E X A S CITY PROJECT # RECORD DRAWING NO. SHEET of CONSULTANT'S SHEET No. B Y D A T E D E S C R I P T I O N R E V I S I O N N O . B Y D A T E D E S C R I P T I O N R E V I S I O N N O . D e p a r t m e n t o f C a p i t a l P r o g r a m s 9 / 1 1 / 1 5 L U M - A - 1 2 A R M D E T A I L S F O R L U M I N A I R E S U P P O R T S T R U C T U R E S S T A N D A R D A S S E M B L Y D R A W I N G S 57 SUPPORT STRUCTURES DRAWINGS FOR LUMINAIRE STANDARD ASSEMBLY ARM DETAILS LUM-A-12 galvanized metal cap Removable plastic or length S i m p l e x f i t t i n g L B o l t H o l e s C galvanized metal cap Removable plastic or length POLE SIMPLEX DETAIL Threads 13NC Tapped Lip Smooth UPPER SIMPLEX FITTING S i m p l e x f i t t i n g L B o l t H o l e s C UPPER SIMPLEX FITTING Arm Simplex Pole Simplex (2 per fitting) Lock Washer Arm Simplex Pole Simplex (2 per fitting) Lock Washer C l a m p D i a m . a s r e q u i r e d A A B B DETAIL ‚ LA-2 2 bolts & 2 lock washers per clamp 4 bolts & 4 lock washers per clamp LA-3 LA-3 DETAIL NO.2 CLAMP ATTACHMENT (HALF SECTION) DETAIL NO.1 CLAMP ATTACHMENT (HALF SECTION) LA-2LA-2 Clamp Clamp 4 bolts & 4 lock washers per clamp 4 bolts & 4 lock washers per clamp MATERIALS Pole or Arm Simplex Arm Pipes 7'-6" 1" (8' Nominal Arm Length) 5 ' - 6 " 1 " 1 ' - 6 " " LA-1 ‚ 1 " SCH 40 Pipe 1 ‡" O.D. LA-1 ‰ 2'-0" " Min. 2'-6" " Max. 8" 2" Max. P 2 …" O.D. 2" SCH 40 Pipe P 8-FOOT LUMINAIRE ARM 10-FOOT LUMINAIRE ARM LA-1 ‰ LA-1 ‚ 5 ' - 6 " 1 " 1 ' - 6 " " P P 2" Max. 8" 9'-6" 1" (10' Nominal Arm Length) C C 1" ‚"ƒ" ‚" L ‚" x 6"L 3g x 7"PP ‚‚ 1 " " 1 " " ‚ ‰6"C C (2 per fitting) A325 Bolt (2 per fitting) A325 Bolt " 1 ‡ " † " ‚"4" 5" Approx.C A36 5 " A p p o x . DIRECT ATTACHMENT L " Dia. Holes- " Dia. x 1 "" Dia. x 1 " pole hole in Field cut pole hole in Field cut 2" Dia. Approx. ‰" + + + + + + + + L " Dia. A307 Bolts L " Dia. A307 Bolts 2 at 4" c-c each side 2 at 5" c-c each side + ++ + A572 GR 50 2 at 4 ‚" c-c each side L †" Dia. A307 Bolts L †" Dia. A325 Bolts + + 2 …" O.D. 2" SCH 40 Pipe 1 " SCH 40 Pipe 1 ‡" O.D. Clamp Min. straight Min. straight Misc.ASTM designations as noted 2'-3" " Min. 0°(+2°,-0°) 0°(+2°,-0°) Strut L Š"x 2" Min. Min. L Š"x 2" Strut Arm Strut Plates 2 1 3'-0" " Max. 1 elongation than the grade indicated. have higher yield strengths but shall not have less 4 ASTM A572, A1008 HSLAS-F, and A1011 HSLAS-F may 35 ksi, and elongation in 2 inches of 22 percent. minimum tensile strength of 65 ksi, minimum yield of 3 A576 must be suitable for forging and also meet designation. where the drawings do not specify a particular ASTM 2 Any of the materials listed for plates may be used dimensions within specified tolerances. of a particular arm length shall have the same variation in design. All of a Fabricator's production 1 Dimensional limits are given to show acceptable Strut L Š"x 2" Min. Min. Strut L Š"x 2" required for the clamps and simplex fittings. package, including all nuts and washers one lower clamp assembly together in a single poles, the Fabricator shall ship one upper and If clamp assemblies are ordered without to the pole at the location shown on the plans. shall ship the clamp assembly securely attached clamp attachment is specified, the Fabricator hardware items called for in the plans. When shall be secured to the pole with the other the size specified. The bolts and lock washers with 2 ASTM A325 bolts and 2 lock washers of Each pole simplex fitting shall be supplied Alternate designs are not acceptable. in accordance with Item 441, "Steel Structures". shown herein require submission of shop drawings Deviation from the details and dimensions Item 445, "Galvanizing". galvanized after fabrication in accordance with Unless otherwise noted, all parts shall be obtainable in normal fabrication practice. shall be within the tolerances generally specified Fabricaton tolerances, dimensions obtain prior to fabrication. In the absense of weld procedures which the Fabricator must herein. Weld references call for preapproved dimensions, and weld procedures shown Assemblies (Steel)" and with the details, accordance with Item 686, "Traffic Signal Pole Materials and fabrication shall be in times drag coefficient) of 1.6 sq. ft. having an effective projected area (actual area Arms are designed to support a 60 lb. luminaire Speed equals 90 mph plus a 1.3 gust factor. and Interim Revisions thereto. Design Wind Highway Signs, Luminaires, and Traffic Signals Specifications for Structural Supports for Design conforms to 1994 AASHTO Standard GENERAL NOTES: A576 Gr.1021 3 , or A36 (Arm only) ASTM A27 Gr.65-35 or A148 Gr.80-50, HSLAS-F Gr.50 4 , or A1011 HSLAS-F Gr.50 4 ASTM A53 Gr.B, A501, A1008 ASTM A36, A572 Gr.50 4 , or A588 SECTON B-BSECTON A-A Arm Simplex Pole Simplex (2 per fitting) Lock Washerremoved Lip LOWER SIMPLEX FITTING LOWER SIMPLEX FITTING removed Lip (2 per fitting) Lock Washer Arm Simplex Pole Simplex C l a m p D i a m . a s r e q u i r e d A A DETAIL NO.4 CLAMP ATTACHMENT (HALF SECTION) DETAIL NO.3 CLAMP ATTACHMENT (HALF SECTION) LA-2LA-2 Clamp 1 " " ƒ " " ‚‚ L Š" x 5"P Clamp L ‰" x 6"P (2 per fitting) A325 Bolt (2 per fitting) A325 Bolt 4" 1 ‡ " 1 " " ‡" …" ‹" max" Dia. x 1 "" Dia. x 1 " ƒ" Dia. x 1" ++ A572 GR 50 Pipe Sch 80 A715 GR 50 Clamp 5 " A p p r o x . ARM SIMPLEX DETAIL 1 ‡" Dia. Approx. 5" Approx. 1-99 5-96 1-12 Texas Department of Transportation Traffic Operations Division August 1995 DN:CK:DW:CK:C TxDOT JOB COUNTY CONT SECT DIST REVISIONS HIGHWAY SHEET NO. 129 LEH JSY LTT TEB M A L D O N A D O - B U R K E T T I N T E L L I G E N T T R A N S P O R T A T I O N S Y S T E M S , L L P E15126 T B P E R E G . # F - 1 0 2 5 8 P H . ( 3 6 1 ) 2 3 6 - 4 6 1 1 w w w . m b i t s g r o u p .c o m C O R P U S C H R I S T , T E X A S 7 8 4 1 1 3 8 3 3 S O U T H S T A P L E S S T R E E T S U I T E N 2 1 4 80 STR 915 9 6 7 6 3 PROFESS I O N A L E N G I N E E R S T A T E O F T E X AS L I C E N S E D R A M O N H . M A L D O N A D O , J R . I N D E F I N I T E Q U A N T I T Y ( I D I Q ) - R E B I D I M P R O V E M E N T S I N D E F I N I T E D E L I V E R Y , T R A F F I C S I G N A L A N D S T R E E T L I G H T I N G C I T Y o f C O R P U S C H R I S T I T E X A S CITY PROJECT # RECORD DRAWING NO. SHEET of CONSULTANT'S SHEET No. B Y D A T E D E S C R I P T I O N R E V I S I O N N O . B Y D A T E D E S C R I P T I O N R E V I S I O N N O . D e p a r t m e n t o f C a p i t a l P r o g r a m s 9 / 1 1 / 1 5 M A - D P D - 1 2 P L A T E D E T A I L S M A S T A R M D A M P I N G 58MA-DPD-12 DETAILS MAST ARM DAMPING PLATE Texas Department of Transportation Traffic Operations Division DN:CK:DW:CK:C TxDOT JOB COUNTY CONT SECT DIST REVISIONS HIGHWAY SHEET NO. 133 JSYJSYARCTGGJanuary 2012 SECTION A-A Mast arm … " M i n attachment [ Signal head 1'-4" H e i g h t r e q u i r e d back plate Vented 1 aluminum sign blank) Damping ! (.125" thick Coupling mast arm Top of (Showing alternate placement of signal head) 6 " m i n Mounting clamp U-bolt mounting Saddle nipple all threaded Sch 40, 1 " dia, tube saddle 1 " dia mounting pipe aluminum Sch 40 1 " dia Setscrew mount clamp band (or cable) 1 " Threaded (Mounting clamp U-bolt is not shown for clarity) required Height to achieve required height Recommended supporting assemblies each length One nipple each length Two nipples each length One coupling plus 7"-8 " 9"-10 " 11"-15 " 16"-24" 3" 4" 6" - - - - - 4" 6" - - - 5" 10" 1 6"-6 ƒ" SECTION B-B plate Damping head bolt Š" square lock washer flat washer & Nylon washer, universal) (specified or mounting clamp (Showing damping plate attachment) pipe aluminum 1 " Dia U-bolt clamp Mounting GENERAL NOTES: before the installation. Contractor shall verify applicable field dimensions Standard Specification Item 445, "Galvanizing". parts shall be galvanized finish in accordance with Unless stipulated by the manufacturers, all steel also acceptable. alignment and vertical clearance requirements are only, other supporting details which meet both as shown. The attachments shown here are examples and bottom of damping plate shall be maintained between signal head (with or without backing plate) centerline of signal head assembly. Vertical clearance Position centerline of damping plate to align with Damping plate shall be mounted horizontally. a minimum yield strength of 36 ksi. SMD(GEN)-08. U-bolts for saddle mounting shall have and u-bolt assemblies shall conform to Standard sheet 6061-T6 or 6063-T6. Damping plate mounting clamp pipe, pipe nipple and coupling shall be aluminum alloy accordance with manufacturers' stipulations. Mounting shall be aluminum castings or aluminum alloys as in Materials for mast arm mounting clamp and tube saddle to Departmental Material Specifications DMS-7110. Aluminum sign blank for damping plate shall conform this damping device. from these details may reduce the effectiveness of vibration, and thus fatigue damage. Any deviation structures reduces excessive harmonic vertical end of signal mast arms of SMA and DMA standard accordance with the details shown here at the research, the installation of a damping plate in In accordance with the findings of TxDOT sponsored SECTION A-A 1'-4" Vented back plate 6 " -+ aluminum sign blank) Damping ! (.125" thick (Showing standard placement of signal head) pipe aluminum mounting 1 " Dia Sch 40 Mounting clamp Saddle mounting U-bolt 1 " dia. tube saddle mast arm Top ofSetscrew 3" length nipple 1 " dia, Sch 40 (Mounting clamp U-bolt is not shown for clarity) Mast arm mount clamp band (or cable) 1 " Threaded ~ 5'-6" 1 ' - 4 " A A ELEVATION PLAN 1'-0" Min Mast arm 4 Equal Spaces 1 " 6" Location of 1 " 4 " Damping ! [ Damping ! Mounting Clamp Support Assemblies Spacing aluminum sign blank) Damping ! (.125" thick Vented back plate 5'-6" of damping plate pipe extending full aluminum mounting 1 " dia Sch 40 3" B B (Typ) sq head ‚" dia Setscrew Mounting Clamp Damping ! mounting clamp. damping ! and connection bolts between [ Š" dia square head nipple all threaded Sch 40, 1 " dia, threaded coupling All or partially U-bolt mounting Saddle tube saddle 1 " dia 1 " [ Damping ! and signal head assembly ~ tube saddle aluminum pipe 1 " dia mount clamp band (or cable) 1 " Threaded U-bolt clamp w/ mounting DAMPING PLATE MOUNTING DETAILS (Showing alternate placement of signal head) M A L D O N A D O - B U R K E T T I N T E L L I G E N T T R A N S P O R T A T I O N S Y S T E M S , L L P E15126 T B P E R E G . # F - 1 0 2 5 8 P H . ( 3 6 1 ) 2 3 6 - 4 6 1 1 w w w . m b i t s g r o u p .c o m C O R P U S C H R I S T , T E X A S 7 8 4 1 1 3 8 3 3 S O U T H S T A P L E S S T R E E T S U I T E N 2 1 4 80 STR 915 9 6 7 6 3 PROFESS I O N A L E N G I N E E R S T A T E O F T E X AS L I C E N S E D R A M O N H . M A L D O N A D O , J R . I N D E F I N I T E Q U A N T I T Y ( I D I Q ) - R E B I D I M P R O V E M E N T S I N D E F I N I T E D E L I V E R Y , T R A F F I C S I G N A L A N D S T R E E T L I G H T I N G C I T Y o f C O R P U S C H R I S T I T E X A S CITY PROJECT # RECORD DRAWING NO. SHEET of CONSULTANT'S SHEET No. B Y D A T E D E S C R I P T I O N R E V I S I O N N O . B Y D A T E D E S C R I P T I O N R E V I S I O N N O . D e p a r t m e n t o f C a p i t a l P r o g r a m s 9 / 1 1 / 1 5 T S - F D - 1 2 P O L E F O U N D A T I O N T R A F F I C S I G N A L 59 FDN TYPE LOCATION IDENTIFICATION TOTAL DRILLED SHAFT LENGTHS FOUNDATION SUMMARY TABLE DRILLED SHAFT LENGTH (FEET) 42-A36-B36-A30-A24-A/ft. BLOW N AVG. EA NO. 3 6 GENERAL NOTES: structure in accordance with Item 449, "Anchor Bolts". Lubricate and tighten anchor bolts when erecting the Templates and embedded nuts need not be galvanized. accordance with Item 445, "Galvanizing". shall be galvanized. All galvanizing shall be in otherwise noted. Exposed washers and exposed nuts thread length plus 6" for all anchor bolts unless to ASTM A36. Galvanize a minimum of the top end bolts that are 1" in diameter or less shall conform mild steel" per Item 449, "Anchor Bolts". Anchor shall conform to "alloy steel" or "medium-strength Anchor bolts that are larger than 1" in diameter Galvanized nuts shall be tapped after galvanizing. and nuts shall have Class 2A and 2B fit tolerances. in diameter or UNC series for all sizes. Bolts rolled or cut threads of 8UN series up to 2" Threads for anchor bolts and nuts shall be Concrete shall be Class "C". "Reinforcing Steel". Reinforcing steel shall conform to Item 440, Signals and interim revisions thereto. Highway Signs, Luminaires and Traffic Specifications for Structural Supports for Design conforms to 1994 AASHTO Standard Traffic Operations Division Texas Department of Transportation POLE FOUNDATION TRAFFIC SIGNAL August 1995C TxDOT REVISIONS 128 5-96 11-99 1-12 DN:CK:DW:CK: JOB COUNTY CONT SECT DIST HIGHWAY SHEET NO. MS JSY MA0/MMF JSY/TEB TS-FD-12 1 ' - 0 " D r i l l e d S h a f t L e n g t h Traffic Signal Pole NOTES Table for size & pitch) bottom. (See Design top & 1 flat turn Spiral, 3 flat turns & number). Design Table for size Vertical Bars (See ELEVATION FOUNDATION DETAILS 3 " o r a s d i r e c t e d b y t h e E n g i n e e r 1 " 2 " (Temporary) Template Circular Steel 1 8 " M i n Template Steel Circular p i t c h 1 ' - 0 " Shaft Dia Drilled TYPICAL STRAIN POLE ASSEMBLY Wire loads. tension from the Span so that two bolts are in approximately oriented Anchor bolts to be R R12 Arm (optional) Luminaire required) the Engineer. 1 or 2 Orient as directed by Sheets for diameter. Conduit (See Layout Sway Cable Span Wires TYPICAL MAST ARM Arm (optional) LuminaireArm Supporting ILSN ASSEMBLY +- +- 8 ' - 0 " 1 9 ' - 6 " 1 9 ' - 6 " 3 5 ' L u m . M o u n t i n g H e i g h t R1 2 3" Spiral Conduit TOP VIEW Bars Vertical Diameter Bolt Circle R TYPE FDN DIA SHAFT DRILLED STEEL REINFORCING BARS VERT & PITCH SPIRAL DIA BOLT ANCHOR (ksi) Fy K-ft MOMENT Kips SHEAR 24-A 24" 36 10 30-A 30" 55 87 36-A 36" 55 131 36-B 36" 55 190 42-A 42" 55 271 10- 9 12- 9 14- 9 1 2 2 2 2 TYPE ANCHOR 1 3 5 7 9 TYPICAL APPLICATION Strain pole taller than 30' & strain pole with mast arm 10 15 40 FOUNDATION DESIGN TABLE DIA CIR BOLT controller. Pedestal pole, pedestal mounted Mast arm assembly. (see Selection Table) 30' strain pole with or without luminaire. Mast arm assembly. (see Selection Table) Mast arm assembly. (see Selection Table) Mast arm assembly. (see Selection Table) 2 at 12" 3 at 6" 3 at 6" 3 at 6" 3 at 6" TOP BOLT R R12 1 " 1 ƒ" 2" ƒ" 2 ‚" 1'-6" 3'-4" 3'-10" 4'-3" 4'-9" 3" 6" 7" 8" 4" 4 " 12 ƒ" 17" 19" 21" 23" 7 „" 10" 11 ‚" 12 " 13 ƒ" 7" 7 ƒ" 8 " 9 ‚" ANCHOR BOLT & TEMPLATE SIZES longer bolts are acceptable. Min dimensions given, BOLT DIA THREAD THREAD 6" 9" 5 †" MAX SINGLE ARM LENGTH MAX SINGLE ARM LENGTH LENGTH COMBINATIONS MAXIMUM DOUBLE ARM LENGTH COMBINATIONS MAXIMUM DOUBLE ARM 32'48' 24' X 24' 28' X 28' 32' X 28'32' X 32' 44' X 28'44' X 36' 36'44' 24' X 24' 28' X 28' 32' X 24' 36' X 36' 40' X 36' 32' X 32' 36' X 36' 40' x 24' 8 0 M P H D E S I G N W I N D S P E E D 1 0 0 M P H D E S I G N W I N D S P E E D MAX SINGLE ARM LENGTH ARM PLUS ILSN SUPPORT ASSEMBLIES (ft) FOUNDATION SELECTION TABLE FOR STANDARD MAST 36-A can support a single 36' mast arm. For 100mph design wind speed, foundation another arm up to 28' 30-A can support up to a 32' arm with For 80mph design wind speed, foundation1. 2. EXAMPLE: Type 1 Type 2 R=d Nut (Typ) Heavy Hex T o p T h r e a d 1 " Min A n c h o r B o l t L e n g t h ( S e e T a b l e ) d B o t t T h r e a d ANCHOR BOLT ASSEMBLY HOOKED ANCHOR NUT ANCHOR (TYPE 1)(TYPE 2) 40' X 36' 44' x 36' FDN 36-B FDN 42-A N blows/ft CIRCLEIN. BOLT LENGTH Bolt Anchor 1 2 3 4 5 6 7 1 7 - ' 6 " N o m i n a l .. 8- 9 4- 5 2LOAD DESIGN FOUNDATIONANCHOR BOLT DESIGN 1 7 foot for entry into Summary Table. penetrometer values. Round to nearest to allow interpolation for other Decimal lengths in Design Table are diameters into solid rock. Shaft shall extend a minimum of two If rock is encountered, the Drilled used to adjust shaft lengths. of approximately 3 to 5 feet may be Field Penetrometer readings at a depth for the Contractor's information only. of location and type. Quantities are or grouped according to similarity Foundations may be listed separately the base of the structure. allowable moments and shears at Foundation Design Loads are the Foundation Design Loads. foundation capacity given under Anchor bolt design develops the TEXAS CONE PENETROMETER FDN 36-AFDN 30-A concrete is placed. to do so when if material is firm enough on bottom of drilled hole Vertical bars may rest encasement. Listed for concrete connectors shall be UL jumper. Mechanical bar or #6 copper locations using #3 rebar cage, two Bond anchor bolts to BOTTOM Clamp Arm Length F i x e d A rm L e ng t h 8 8 ( S e e S u m m a r y T a b l e ) E m b e d d e d D r S h a f t L e n g t h 5" 5 " LENGTH-ft 4 , 5 , 6 EMBEDDED DRILLED SHAFT 5.7 11.3 13.2 15.2 13.6 12.0 10.3 17.4 5.3 15.6 4.5 8.0 9.4 10.4 11.9 ƒ" 1 " 1 ƒ" 2" 2 ‚" 12 ƒ" 17" 19" 21" 23" tension under dead load. ensure that two bolts are in with the fixed arm direction to Orient anchor bolts orthogonal Ignore the top 1' of soil. embedded shaft. the top third of the Use average N value over concrete project above bolt shank shall ‚" to " of per Anchor Bolt 2 Flat Washers than bolt diameter with holes ˆ" greater Steel Template Top Template Circular Steel ‚" thk. min. for FDN 24-A) (Omit bottom template Circular Steel Bottom Template d/4 (inch) min. Thickness = 2 Sides (Typ) G a l v a n i z e L e n g t h = T o p T h r e a d p l u s 6 " M i n . STAPLES/ANNAPOLIS POLE A 10 36-A 1 13 13 M A L D O N A D O - B U R K E T T I N T E L L I G E N T T R A N S P O R T A T I O N S Y S T E M S , L L P E15126 T B P E R E G . # F - 1 0 2 5 8 P H . ( 3 6 1 ) 2 3 6 - 4 6 1 1 w w w . m b i t s g r o u p .c o m C O R P U S C H R I S T , T E X A S 7 8 4 1 1 3 8 3 3 S O U T H S T A P L E S S T R E E T S U I T E N 2 1 4 80 STR 915 9 6 7 6 3 PROFESS I O N A L E N G I N E E R S T A T E O F T E X AS L I C E N S E D R A M O N H . M A L D O N A D O , J R . I N D E F I N I T E Q U A N T I T Y ( I D I Q ) - R E B I D I M P R O V E M E N T S I N D E F I N I T E D E L I V E R Y , T R A F F I C S I G N A L A N D S T R E E T L I G H T I N G C I T Y o f C O R P U S C H R I S T I T E X A S CITY PROJECT # RECORD DRAWING NO. SHEET of CONSULTANT'S SHEET No. B Y D A T E D E S C R I P T I O N R E V I S I O N N O . B Y D A T E D E S C R I P T I O N R E V I S I O N N O . D e p a r t m e n t o f C a p i t a l P r o g r a m s 9 / 1 1 / 1 5 T S - C F - 0 4 C A B I N E T B A S E A N D P A D T R A F F I C S I G N A L C O N T R O L L E R 60 (4X) S.S. INSERT 1/2-13 UNC 20‚" 40" 9‚" 18" BASE AND PAD CONTROLLER CABINET TRAFFIC SIGNAL 108" 1" PVC To Telephone Service CL 56.5" 5" 10"10" 16"16" 96" 5" 3" 3" 44" SIDE VIEW Controller (4 Typical) Inserts Cabinet Bolts (4 Typical) - 13 NC Mounting Cabinet Ground Bus To Signal Poles 3" Conduits (Slab & Base) 1" To Telephone Service 3" 3" Grade #8 AWG Grounding Conductor (See Note 12) Wire Mesh Slab CABINET BASE TRAFFIC SIGNAL CONTROLLER BASE: CONCRETE SLAB: (psi), minimum flexural strength of 3600 psi, and minimum shear strength of 3600 psi. 2. The polymer concrete material must have a minimum compressive strength of 10,300 pounds per square inch TxDOT basemount cabinet. 3. The polymer concrete cabinet base must conform to the dimensions shown and must accommodate a standard manufacturer's model number and name or logo. 7. The traffic signal base must be permanently marked either by impress or by permanent ink with the manufacturer's instructions. 8. Seal the base to the concrete with a silicone caulk bead and fastened to the slab per 11. Install a PVC sleeve to prevent the ground rod from direct embedment in the slab. use. Terminate the conduits with a bushing between 2 and 4-inches above the slab. the layouts. Install the number of conduits as shown on layouts plus two additional 3 inch conduits for future 14. Stub up and run 3-inch conduits through the slab to the various traffic signal poles and ground boxes as shown on CONDUITS: unused telephone conduit. coupling, and cap and seal so that the seal can be removed without damaging the coupling. This must also apply to 15. Extend conduits for future use at least 18-inches from the edge of the slab, terminate underground with a share a conduit with any other function. telephone service, usually located on the same pole as the electrical service. Telephone must not under any circumstance electrical feed directly to the electrical service enclosure. Run the conduit for the telephone line directly to the 16. Stub up two separate conduits through the slab from the electrical and telephone services. Run the conduit for the top of the base and secure to the base using a steel one-hole strap or similar suitable substitute. 17. Terminate electric and telephone conduits above the slab with a coupling. After the base is installed, extend the conduits above the 1‚" Minimum PVC To Electrical Service 1‚" Minimum PVC To Electrical Service 47„" Min. 28" Min. Professional Engineer. Provide the cabinet base with hardware for attachment to a concrete slab. manufacturer must supply certification by an independent testing laboratory or sealed by a Texas Licensed the base or cabinet to come out of their anchored position or cause any permanent deformation. The minimum wind load of 125 mph or a 850 lb force applied at 49" above the bottom of the base without causing 6. The cabinet base, when secured to the concrete slab with controller cabinet attached, must withstand a 25" + 1"- TxDOT Traffic Operation Division. the following bases: Armorcast Part # A6001848X24, Quazite Model # PG3048Z709, or other as approved by cabinet base must be reinforced on the inside of the cabinet base with fiberglass matting. Provide one of of calcareous and siliceous stone; glass fibers and thermoset polyester resin. The polymer concrete 1. Provide a traffic signal controller base (cabinet base) manufactured of polymer concrete material consisting "-13 UNC stainless steel screws and inserts. to attach field wiring to the racks to serve as strain relief. Secure cable racks to the base using eight T-slots spaced at 1-1/2 inches. The cable racks must easily accommodate the insertion of tie wraps edge of the base. Unless approved otherwise, cable racks must be 1-1/2 x Œx ‰inch steel channel with 5. Provide the cabinet base with 4 cable racks mounted one on each side of the base 2" to 7 " from the top 750 lbs. base. Inserts must withstand a minimum torque of 50 ft-lb and a minimum straight pull out strength of 4. Supply the cabinet base with four "-13 UNC stainless steel inserts for attachment of the cabinet to the 20. Bid TS-CF as subsidiary to Item 680. PAYMENT: 19. The silicone caulk bead specified in Item 680.3.B must be RTV 133. 18. Anchor the controller cabinet to the base using four stainless steel 1/2-13 NC bolts. CONTROLLER CABINET: is required and must be terminated to the cabinet ground bus. for the electrical grounding conductor. The electrical grounding conductor specified in Item 680-3.A.4 UL Listed clamp and terminated to the cabinet grounding bus for the purpose of providing a local ground 10. Bond a #8 AWG copper ground wire and an 8 ft ground rod bonded to the reinforcing mesh by a suitable †" x 8' min. Copper-Clad Steel Ground Rod with Item 531. 13. Provide Class B concrete minimum for the slab in accordance with Item 421. Construct the slab in accordance the edges. minimum 6-inch overlap. Center the mesh between top and bottom and provide a minimum 3 inch cover on 12. Provide welded wire mesh 6X6-W2.9 X W2.9 for reinforcement. Provide joints and splices in the mesh with a conform to the dimensions shown, and must be level. 9. Traffic signal controller pad must be a portland cement concrete slab poured in place, must Grade TS-CF-04 12-04 TOP VIEW (Slab & Base) Texas Department of Transportation Traffic Operations Division DN:CK:DW:CK:C TxDOT JOB COUNTY CONT SECT DIST REVISIONS HIGHWAY SHEET NO. 132 TXDOT TXDOT TXDOT TXDOTOctober 2000 M A L D O N A D O - B U R K E T T I N T E L L I G E N T T R A N S P O R T A T I O N S Y S T E M S , L L P E15126 T B P E R E G . # F - 1 0 2 5 8 P H . ( 3 6 1 ) 2 3 6 - 4 6 1 1 w w w . m b i t s g r o u p .c o m C O R P U S C H R I S T , T E X A S 7 8 4 1 1 3 8 3 3 S O U T H S T A P L E S S T R E E T S U I T E N 2 1 4 80 STR 915 9 6 7 6 3 PROFESS I O N A L E N G I N E E R S T A T E O F T E X AS L I C E N S E D R A M O N H . M A L D O N A D O , J R . I N D E F I N I T E Q U A N T I T Y ( I D I Q ) - R E B I D I M P R O V E M E N T S I N D E F I N I T E D E L I V E R Y , T R A F F I C S I G N A L A N D S T R E E T L I G H T I N G C I T Y o f C O R P U S C H R I S T I T E X A S CITY PROJECT # RECORD DRAWING NO. SHEET of CONSULTANT'S SHEET No. B Y D A T E D E S C R I P T I O N R E V I S I O N N O . B Y D A T E D E S C R I P T I O N R E V I S I O N N O . D e p a r t m e n t o f C a p i t a l P r o g r a m s 9 / 1 1 / 1 5 R F B A - 1 3 B E A C O N A S S E M B L Y R O A D S I D E F L A S H I N G 61 1 ' - 0 " 1 ' - 0 " 7 ' - 0 " ( m i n . ) S e e n o t e 1 1 . (See Note 6) w/ Visor 12" Beacon Sign (See Note 3) (see note 8) cast Aluminum pipe 4 " outer dia. GENERAL NOTES: Note 6) conductors. (See cause damage to edges that may burrs or rough entry, remove any Drilled pole for wire 13. Ensure height of conduit and ground rod is below top of anchor bolts. be listed for their intended purpose. 12. Make connections to ground rods according to NEC. Ground rod clamps shall at least 7 ft. above the sidewalk or pavement grade at the edge of the road. of the road. When a bottom beacon is not used, mount the bottom of the sign 11. Provide clearance as shown above the sidewalk or pavement grade at the edge dummy fuse (slug). breakaway connector with a white colored marking and a permanently installed with a dummy fuse slug). For grounded (neutral) conductors, install a Item 685. For ungrounded (hot) conductors, install a breakaway connector Illumination and Electrical Supplies." Approved models are listed under frangible pedestal pole bases, as shown on TxDOT's MPL in the file "Roadway 10. Provide single pole non-fused watertight breakaway electrical connectors for loosening of connection. winds, use a pole and base collar assembly to add strength and prevent pole base and pipe unless the pipe is fully seated into base. In high 9. Per manufacturer's recommendations, engage all threads on the pedestal not be allowed. Aluminum conduit will not develop the necessary strength and will Schedule 40 Aluminum pipe, ASTM B429 or B221 (Alloy 6061-T6 only). 8. Unless otherwise shown on the plans, pole shaft shall be one piece, the Item 685, "Roadside Flashing Beacon Assemblies." 7. Conduit in foundation and within 6 in. of foundation is subsidiary to heads on poles. as directed. Use hardware specifically designed for mounting beacon 6. Install beacon heads as shown here, as shown elsewhere on the plans, or Material Producer List (MPL) in the file "Highway Traffic Signals". 5. When used, provide Screw-In Type Anchor Foundations as shown on TxDOT's is not required for solar powered flashing beacon assemblies. Foundation is subsidiary to Item 685. Installation of a ground rod On a slope, install one edge at ground level. Screw-In/Drilled Shaft Screw-In Type Anchor Foundation as per manufacturer's recommendations. Drilled Shaft Foundation, see standard sheet TS-FD. Install the Foundation as shown elsewhere in the plans. When plans require a 4. Use either a Screw-In Type Anchor Foundation or a Drilled Shaft mounting details. Install signs as shown on the sign layout sheets. 3. See SMD standard sheets for lateral and vertical clearances and sign requirements. 2. See Item 685, "Roadside Flashing Beacon Assemblies" for further install the upper beacon. other arrangements are possible. When only one beacon is required, 1. Details show a typical warning sign with two flashing beacon heads, DN:CK:DW:FILE: JOB COUNTY SECT DIST REVISIONS TxDOT TxDOT TxDOT C TxDOT CONT 5-93 10-93 4-98 12-04 January 1992 BEACON ASSEMBLY ROADSIDE FLASHING RFBA-13 3-13 rfba-13.dgn Ground Rod Conduit SIDE 18" min. S e e n o t e 1 1 . 7 ' - 0 " ( m i n . ) (See Note 9) Pole Base Pedestal Frangible 15" FRONT 6" 18" min. and detail) (See Note 10 Connectors Electrical Breakaway Flush (0,+1/2") (See Note 12) Ground Rod Copper Clad 5/8" X 8' Layout Sheets) (Size as Shown on Service(See Note 7) and/or Electrical Flasher Cabinet Conduit to See Note 13 Conductors Insulated Line Side Breakaway Base NON-FUSED BREAKAWAY ELECTRICAL CONNECTORS Conductor Grounding Equipment From Flasher Cabinet Conductors Insulated Load Side To Flashing Beacons EXPLODED VIEW NON-FUSED BREAKAWAY ELECTRICAL CONNECTORS LINE LOAD (See Note 4) Anchor Foundation Screw-In Type Foundation or Drilled Shaft CK:TxDOT HIGHWAY SHEET NO. Standard Division Operations Traffic 74 M A L D O N A D O - B U R K E T T I N T E L L I G E N T T R A N S P O R T A T I O N S Y S T E M S , L L P E15126 T B P E R E G . # F - 1 0 2 5 8 P H . ( 3 6 1 ) 2 3 6 - 4 6 1 1 w w w . m b i t s g r o u p .c o m C O R P U S C H R I S T , T E X A S 7 8 4 1 1 3 8 3 3 S O U T H S T A P L E S S T R E E T S U I T E N 2 1 4 80 STR 915 9 6 7 6 3 PROFESS I O N A L E N G I N E E R S T A T E O F T E X AS L I C E N S E D R A M O N H . M A L D O N A D O , J R . I N D E F I N I T E Q U A N T I T Y ( I D I Q ) - R E B I D I M P R O V E M E N T S I N D E F I N I T E D E L I V E R Y , T R A F F I C S I G N A L A N D S T R E E T L I G H T I N G C I T Y o f C O R P U S C H R I S T I T E X A S CITY PROJECT # RECORD DRAWING NO. SHEET of CONSULTANT'S SHEET No. B Y D A T E D E S C R I P T I O N R E V I S I O N N O . B Y D A T E D E S C R I P T I O N R E V I S I O N N O . D e p a r t m e n t o f C a p i t a l P r o g r a m s 9 / 1 1 / 1 5 S P R F B A ( 1 ) - 1 3 B E A C O N A S S E M B L Y D E T A I L S S O L A R P O W E R E D R O A D S I D E F L A S H I N G 62 DN:CK:DW:CK: JOB COUNTY SECT DIST REVISIONS TxDOT TxDOT TxDOT TxDOT HIGHWAY SHEET NO. C TxDOT CONTMay 2003 Standard Division Operations Traffic DETAILS FLASHING BEACON ASSEMBLY SOLAR POWERED ROADSIDE SPRFBA(1)-13 spb1-13.dgnFILE: 75A and detail) (See Note 10 Connectors Electrical Breakaway SIGN (See Note 3) 15" 18" min. GENERAL NOTES: NON-FUSED BREAKAWAY ELECTRICAL CONNECTORS (See Note 9) Pole Base Pedestal Frangible EXPLODED VIEW NON-FUSED BREAKAWAY ELECTRICAL CONNECTORS LINE LOAD FRONT SIDE Pipe Shaft Dia. 8 in. (Sch. 40) 5 ' - 0 " (3/8" Plate) 13" Dia. Helix 1 ' - 0 " 1 ' - 0 " w/ Visor 12" LED Beacon (See Note 9) Pole Base Frangible Pedestal Use CGB type connector where cable enters pole. to conductors. that may cause damage burrs or rough edges entry, remove any Drill pole for wire grade ( + 6 in.) 9 ft.- 6 in. above bottom of cabinet required). Mount Batteries(when Control Unit / Controller/Solar Cabinet for Flasher to conductors. that may cause damage burrs or rough edges entry, remove any Drill pole for wire 7 ' - 0 " M i n . ( S e e N o t e 1 3 ) 7 ' - 0 " M i n . ( S e e n o t e 1 3 ) w/ Visor 12" LED Beacon gasket Rubber and in cabinet at entry as shown. cable at conduit end in ground box run between cabinet and ground box. Clamp Pull conductors to remove slack in Battery Strap cover Battery apron. (See note 12) Battery Box)with Ground Box-(Type- 9" Gravel fill grommet Bushing with 40 PVC Schedule Min. 1" conduit Min. 1" PVC ground box Side of connector or CGB clamp Cable 7' Min. connector or CGB clamp Cable cabinet Back of Conductors Insulated Line Side Breakaway Base Conductors Insulated Load Side To Flasher Cabinet From Battery Box 12-04 3-13 See Note 16 (See note 15) Solar Panel Solar Panel Flush (0,+1/2") (see note 14) cast Aluminum pipe 4 1/2 " outer dia. Carriage Bolts 1" X 4" Grade 5 base - 4 Ea. Hardware to attach (both sides) 2 †" Wide Conduit opening(See Note 4) Anchor Foundation Screw-In Type Foundation or Drilled Shaft 16. Ensure height of conduit is below top of anchor bolts. Unless specified elsewhere, mount a minimum of 14' above grade. obstruction that would block the solar panel from receiving full sunlight. Prior to installation, check the location to ensure there is no overhead 15. Orient solar panel for optimum exposure to sunlight (face to the south). be allowed. Aluminum conduit will not develop the necessary strength and will not Schedule 40 Aluminum pipe, ASTM B429 or B221 (Alloy 6061-T6 only). 14. Unless otherwise shown on the plans, pole shaft shall be one piece, of the road. the sign at least 7 ft. above the sidewalk or pavement grade at the edge edge of the road. When a bottom beacon is not used, mount the bottom of 13. Provide clearance as shown above the sidewalk or pavement grade at the cabinets. regarding the installation of ground boxes/battery boxes, conduit, and 12. See standard sheet Electrical Details (ED) for additional requirements number of batteries as required by the manufacturer. Wire batteries according to manufacturers recommendations. Provide the Assemblies." When required, install batteries in the flasher cabinet. plastic sheet are subsidiary to the Item 685, "Roadside Flashing Beacon to the battery with a strap. The batteries, bell jars, straps and ‰" bell jar) over the top of each battery and secure the battery bell jar thick plastic sheet and connect together. Place a plastic cover (battery 11. Install the batteries in a battery box. Place the batteries on a ‰" dummy fuse (slug). breakaway connector with a white colored marking and a permanently installed with a dummy fuse slug). For grounded (neutral) conductors, install a Item 685. For ungrounded (hot) conductors, install a breakaway connector Illumination and Electrical Supplies." Approved models are listed under frangible pedestal pole bases, as shown on TxDOT's MPL in the file "Roadway 10. Provide single pole non-fused watertight breakaway electrical connectors for loosening on connection. winds, use a pole and base collar assembly to add strength and prevent pole base and pipe unless the pipe is fully seated into base. In high 9. Per manufacturer's recommendations, engage all threads on the pedestal the Item 685, "Roadside Flashing Beacon Assemblies." 8. Conduit in foundation and within 6 in. of foundation is subsidiary to on poles. as directed. Use hardware specifically designed for mounting beacon heads 7. Install beacon heads as shown here, as shown elsewhere on the plans, or heads, solar panels, etc., to poles. 6. Use materials specifically designed for attaching cabinets, beacon Material Producer List (MPL) in the file "Highway Traffic Signals". 5. When used, provide Screw-In Type Anchor Foundations as shown on TxDOT's is not required for solar powered flashing beacon assemblies. Foundation is subsidiary to Item 685. Installation of a ground rod On a slope, install one edge at ground level. Screw-In/Drilled Shaft Screw-In Type Anchor Foundation as per manufacturer's recommendations. Drilled Shaft Foundation, see standard sheet TS-FD. Install the Foundation as shown elsewhere in the plans. When plans require a 4. Use either a Screw-In Type Anchor Foundation or a Drilled Shaft mounting details. Install signs as shown on the sign layout sheets. 3. See SMD standard sheets for lateral and vertical clearances and sign requirements. 2. See Item 685, "Roadside Flashing Beacon Assemblies" for further install the upper beacon. other arrangements are possible. When only one beacon is required, 1. Details show a typical warning sign with two flashing beacon heads, M A L D O N A D O - B U R K E T T I N T E L L I G E N T T R A N S P O R T A T I O N S Y S T E M S , L L P E15126 T B P E R E G . # F - 1 0 2 5 8 P H . ( 3 6 1 ) 2 3 6 - 4 6 1 1 w w w . m b i t s g r o u p .c o m C O R P U S C H R I S T , T E X A S 7 8 4 1 1 3 8 3 3 S O U T H S T A P L E S S T R E E T S U I T E N 2 1 4 80 STR 915 9 6 7 6 3 PROFESS I O N A L E N G I N E E R S T A T E O F T E X AS L I C E N S E D R A M O N H . M A L D O N A D O , J R . I N D E F I N I T E Q U A N T I T Y ( I D I Q ) - R E B I D I M P R O V E M E N T S I N D E F I N I T E D E L I V E R Y , T R A F F I C S I G N A L A N D S T R E E T L I G H T I N G C I T Y o f C O R P U S C H R I S T I T E X A S CITY PROJECT # RECORD DRAWING NO. SHEET of CONSULTANT'S SHEET No. B Y D A T E D E S C R I P T I O N R E V I S I O N N O . B Y D A T E D E S C R I P T I O N R E V I S I O N N O . D e p a r t m e n t o f C a p i t a l P r o g r a m s 9 / 1 1 / 1 5 63 R I D ( L U M 1 ) - 0 7 ( R D W Y I L L U M L I G H T F I X T U R E S ) R O A D W A Y I L L U M I N A T I O N D E T A I L S 3. Provide nylon throat or other approved locking means for all stainless steel nuts. 2. Provide a fixture wiring diagram on or near the ballast. ROADWAY ILLUMINATION DETAILS A. Provide *UL listed fixture suitable for use in wet locations. Ensure optical compartment meets IEC Standard 60529-IP 65. Place a permanent label inside fixture indicating fixture meets *UL, IP 65 optical, and shows date of manufacture. Meet ANSI 136.15 wattage label requirements. B. Construct fixture housing, lens frame, and door from 96% copper-free, die cast aluminum. Provide fixture mounting to a 2-in. pipe arm. Equip fixture with a 4-bolt clamp capable of adjustments plus or minus 5 degrees from level. Meet ANSI 136.31 3.0 G vibration requirements. C. Attach a level bubble to the fixture housing. Ensure the level bubble is sensitive to 1 degree changes in position at any point within 5 degrees of the level position. Ensure the level bubble is clearly visible from the ground up to a 50 ft. mounting height. Ensure level bubble corresponds to level position of fixture. D. Do not exceed 1.6 sq. ft. effective projected area. Do not exceed 60 lb. maximum weight. E. Equip fixture with a 3-prong photocell receptacle with shorting cap installed. F. Paint inside and outside of fixture light gray, when installing on galvanized poles. For all other fixtures, paint to match the color of the pole as directed by the Department. G. Use a thermoset powder coat system. Ensure paint exceeds 1000-hr. salt-spray test in accordance with ASTM B117. Ensure a nominal thickness of 2.5 mil and no pigment loss upon 50 double-rubs using Methyl Ethyl Ketone (MEK) solvent in accordance with ASTM D5402, "Standard Practice for Assessing the Solvent Resistance of Organic Coatings Using Solvent Rubs." H. Fabricate brackets, nuts, bolts, washers, ballast tray, and parts from stainless-steel, or aluminum of adequate thickness as approved by the Department except that: 2. Glass lens retainer spring clips may be fabricated from galvanized steel in accordance with ASTM A153. 1. The 4 bolts/studs, 4 flat washers, 4 lock washers, and clamp that attach the luminaire to the arm may be when installing. 2. Do not paint reflectors, except that, when approved by the Engineer, some surfaces may be painted with 92% reflective white paint. 3. Reflectors may be one piece or segmented as follows. a. One piece reflectors: 1. Seal photometric compartment by the use of a seamless or vulcanized seam, closed-cell silicone gasket, or other method approved by the Department. 2. Provide a non-adjustable lamp socket mounting method so the lamp center is consistent with the reflector. b. Segmented reflectors: 1. Attach segments at both ends (or opposite sides if segments are square) of the segment to a rigid aluminum base plate and side wall support assembly. Seal glass lens to lens frame with a one piece seamless silicone gasket. 1. Polished aluminum reflectors with Alzak or equal coating. I. Provide optical assemblies which meet the following: K. Meet the following ballast requirements and pass tests in accordance with Test Method Tex-1130-T, "Ballasts of 3. Use a copper wound magnetic regulating three isolated coil ballast. 4. Provide ballast factor between 0.95 and 1.0. 5. When the circuit voltage indicated on the plans is applied, the ballast input wattage during fluctuations of the test voltage of plus 10 percent and minus 10 percent, do not exceed the following: a. 220 Watts for 150 watt nominal lamp rating b. 440 Watts for 250 watt nominal lamp rating c. 552 Watts for 400 watt nominal lamp rating 6. During fluctuation of the test voltage of plus 10 percent and minus 10 percent, ensure the lamp wattage fluctuation does not exceed a total of 20 percent and ballast maintains lamp wattage within the following limits. a. 110 Watts minimum and 180 Watts maximum for 150 Watt nominal lamp rating b. 175 Watts minimum and 370 Watts maximum for 250 Watt nominal lamp rating c. 280 Watts minimum and 475 Watts maximum for 400 Watt nominal lamp rating 7. Ensure the ballast power factor, when tested at circuit voltage indicated on the plans, is not less than 90%. 4. Equip the optical assembly with a lamp support in addition to the lamp socket to ensure the outer envelope is positioned as intended. 8. Permanently and clearly mark ballast or fixture to indicate following: a. Lamp type b. Catalog number c. Voltage rating d. Connection diagram e. Manufacturer f. *UL listing L. Meet the following electronic starting aid requirements and pass tests in accordance with Test Method Tex-1140-T, 1. Provide a starting pulse with an amplitude of 2500 volts minimum, 4000 volts maximum. 2. Ensure the pulse width is a minimum of 0.8 microseconds at 2250 volts. 3. Ensure the pulse occurs when the open circuit voltage is equal to or greater than 90 percent of peak open circuit voltage. 4. Ensure pulse repetition rate is a minimum of one per cycle. 5. Provide a pulse current of 0.18 amperes (min.). 6. Discontinue to pulse when, either, a. the lamp starts, or b. after a minimum of 3 minutes and a maximum of 10 minutes if the lamp fails to start. 1. Mount electrical components on a removable stainless steel or aluminum tray of adequate thickness. M. Do not place fuses inside pole mounted luminaires. For wall mount or underpass mounted luminaires, provide internal 10 amp time-delay fuses. N. Provide a two position terminal block for connecting supply wires which meet the following requirements: 1. Insulate using nylon, porcelain, or phenolic material. Ensure phenolic terminal block is of adequate construction as approved by the Department. 2. Fabricate terminals from nickel, tin plated brass, or aluminum. O. Equip fixture with MOV surge protection in accordance with IEEE recommendations. 1. Connect MOV from line to neutral or from line to line. 2. Install MOV on the terminal block. requirements. Use porcelain-insulated lamp sockets with nickel plated copper alloy screw shells. Equip socket shell with a spring tensioned contact. Use nickel-plated copper alloy or stainless steel for the spring and contact. 1. Use pre-qualified high pressure sodium (HPS) lamps from TxDOT's material producers list of the wattages shown on the plans. No alternatives allowed. 2. Average rated lamp life 30,000 hours. 3. Fully extinguish at end of usable lamp life and remain extinguished without cycling. 4. Do not provide lamps that burn at reduced output at end of life. 5. Meet the Federal Toxic Characteristic Leachate Procedure (TCLP) limits. sampled fixtures. R. Meet the following photometric requirements using published photometric data and photometric data obtained by testing Do not exceed 50:1 maximum to minimum horizontal illuminance uniformity ratio within the rectangular area. on the properly mounted fixture level bubble 20.0 ft. above the midpoint of either long side of the surface area. foot-candle in a rectangular area measuring 110.0 ft. by 30.0 ft., when mounted in a level position as indicated 1. 150 Watt mast arm (underpass) mounted luminaire. Meet IESNA Cutoff requirements. Provide a minimum intensity of 0.20 3. Fixture efficiency within 10% of published efficiency. 2. Maximum candela within 20% of published maximum candela. 1. Point of maximum candela within 5 degrees horizontally and vertically. as follows: reports submitted during the prequalification process as the typical photometric output instead of published data) S. Ensure photometric data is consistent from fixture to fixture. Match published photometric data (or approved photometric equal to the referenced UL standard. Comperable standards of Canadian Standard Association, Electrical Testing Laboratories or Factory Mutual can be * When reference is made to UL, it can be considered to mean a Nationally Recognized Independent Testing Lab (NRTL). J. Provide 5/32 in. thick (min.) clear heat tempered or borosilicate glass. ROADWAY ILLUMINATION LIGHT FIXTURES Q. Supply and secure lamps inside the fixture that meet the following: illuminance uniformity ratio within the rectangular area. intensity of 0.30 foot-candles at any point along the line.Do not exceed 20:1 maximum-to-minimum horizontal in any 5.0 ft. interval along the line from 10.0 ft. to 90.0 ft. on both sides of the luminaire and provide a minimum parallel to and 20.0 ft. in from the long side of this rectangular area do not decrease by more than 0.50 foot-candles level bubble 40.0 ft. above the midpoint either long side of the surface area. Ensure light intensities along a line in a rectangular area measuring 190.0 ft. by 45.0 ft., when mounted properly in a level position as indicated on the 2. 250-watt mast arm mounted luminaire. Meet IESNA Cutoff requirements. Provide a minimum intensity of 0.20 foot-candle illuminance uniformity ratio within the rectangular area. intensity of 0.30 foot-candle at any point along the line. Do not exceed 20:1 maximum-to-minimum horizontal in any 10.0 ft. interval along the line from 10.0 ft. to 90.0 ft. on both sides of the luminaire and provide a minimum parallel to and 30.0 ft. in from the long side of this rectangular area do not decrease by more than 0.75 foot-candle level bubble 50.0 ft. above the midpoint of either long side of the surface area. Ensure light intensities along a line in a rectanglular area measuring 220.0 ft. by 60.0 ft. when mounted properly in a level position as indicated on the 3. 400-watt mast arm mounted luminaire. Meet IESNA Cutoff requirements. Provide a minimum intensity of 0.20 foot-candle (RDWY ILLUM LIGHT FIXTURES) galvanized in accordance with ASTM A123, A153 or B633. Provide means to ensure clamp is in the open position RID(LUM1)-07 Sheet 1 of 2 Lighting Assemblies." "Electronic Starting Aids of High Pressure Sodium Vapor Lighting Assembies." P. Provide *UL listed mogul base lamp sockets rated for 600 V, 1500 W that can withstand a 5000 V pulse. Meet *UL 496 Fixture Housing: Electrical Components: Lamp & Socket: Performance: Texas Department of Transportation Traffic Operations Division DN:CK:DW:CK:C TxDOT JOB COUNTY CONT SECT DIST REVISIONS HIGHWAY SHEET NO. 72A TXDOT TXDOT TXDOT TXDOTJanuary 2007 M A L D O N A D O - B U R K E T T I N T E L L I G E N T T R A N S P O R T A T I O N S Y S T E M S , L L P E15126 T B P E R E G . # F - 1 0 2 5 8 P H . ( 3 6 1 ) 2 3 6 - 4 6 1 1 w w w . m b i t s g r o u p .c o m C O R P U S C H R I S T , T E X A S 7 8 4 1 1 3 8 3 3 S O U T H S T A P L E S S T R E E T S U I T E N 2 1 4 80 STR 915 9 6 7 6 3 PROFESS I O N A L E N G I N E E R S T A T E O F T E X AS L I C E N S E D R A M O N H . M A L D O N A D O , J R . I N D E F I N I T E Q U A N T I T Y ( I D I Q ) - R E B I D I M P R O V E M E N T S I N D E F I N I T E D E L I V E R Y , T R A F F I C S I G N A L A N D S T R E E T L I G H T I N G C I T Y o f C O R P U S C H R I S T I T E X A S CITY PROJECT # RECORD DRAWING NO. SHEET of CONSULTANT'S SHEET No. B Y D A T E D E S C R I P T I O N R E V I S I O N N O . B Y D A T E D E S C R I P T I O N R E V I S I O N N O . D e p a r t m e n t o f C a p i t a l P r o g r a m s 9 / 1 1 / 1 5 64 R I D ( L U M 2 ) - 0 7 ( R D W Y I L L U M L I G H T F I X T U R E S ) R O A D W A Y I L L U M I N A T I O N D E T A I L S 5 FOR THREE-WIRE CIRCUIT-CENTER GROUNDED LUMINAIRES SERVED AT 480V ON 240 480 VOLT SERVICE OR LUMINAIRES SERVED AT 240V FOR FOR 120 240 VOLT SERVICE. NOTES: G 1 FOUR-WIRE CIRCUIT-CENTER GROUNDED Ground Rod 2 G 2 2 2331 Ground Rod 5 N G N LUMINAIRES SERVED AT 240V (240/480 VOLT SERVICE) / / 4 1. Standard averaged format for asymmetric fixtures. are assigned to, 2. a unique fixture test number per fixture, 3. date of manufacture, and W. Conduct electrical testing required in the Ballast section. Provide photometric testing of fixtures. Test fixtures at the following rates. the Department. 1. TxDOT's Control-Section-Job number, maintenance contract number, or purchase order number the fixtures a. Submit a sample of each type of luminaire and all pertinent data, including published photometric data and 118 East Riverside Dr. T. Use only pre-qualified fixtures. No alternates will be considered. producers list of approved producer product codes or designations. Use the following website to view this list: d. Prequalification samples, if approved, will not be returned to the manufacturer but will be retained by the the Department for comparison testing. Once a fixture has been approved, do not change any material or b. Demonstrate a commitment to quality. 3. To have a fixture listed as pre-qualified: Use of prequalified material does not relieve the contractor of the responsibility to provide materials that inspected and tested at any time and may be rejected if not in compliance with the specifications. meet the specifications. All materials, including those shown on the prequalified material list, may be supplied on each project. 2. Notify the Department in writing as to which fixture from the prequalified list of approved fixtures will be of the fixture. manufacturing method without prior approval of the Department. Unapproved changes will result in rejection e. In addition, luminaires will be tested for compliance with this specification. Luminaires that inconsistently pre-qualified list at the discretion of the Department. pass testing or that are inconsistent with published photometric information will be removed from the test lab retains the results for 5 years. Provide the Department access to documentation. recently tested photometric data (IES format, both "averaged" and both sides of "un-averaged" data) to: a. Provide IES photometric report in two formats: c. Provide the following information on test reports: d. Write the unique lab report number on the top of the fixture housing with permanent marker. Ensure the e. Retain records of manufacturing lots, test reports, lot quantities, and other pertinent details. Submit 2. Departmental Test Reporting. Departmental test reports will be issued in accordance with Tex 1110-T. and records of fixture testing and tracking. of fixtures for use on Department projects, inventories of fixtures produced to Department specifications, f. Submit to TRF-TE a daily shipment report for shipments to each job. g. Make available to TxDOT inspectors upon request, all manufacturing facilities involved in the production 2. Un-averaged format showing both sides. Un-averaged data may be supplied in two files or as approved by From each lot or manufacturing run, select one completed fixture of each 25, with a minimum of 2 and a maximum 1. Manufactuer Testing. Before fixtures are shipped from the manufacturer, test fixtures as follows. b. Provide electrical and photometric test data directly to TRF-TE electronically for evaluation prior to shipping fixtures to the project. Do not ship fixtures until test data for each lot is approved by TRF-TE. ROADWAY ILLUMINATION DETAILS (RDWY ILLUM LIGHT FIXTURES) Split Bolt or other connector. installations. Use pre-qualified Breakaway Connectors for both T-Base and Shoe-Base (i.e. concrete, direct burial...) 4 1 2 3 4 5 U. Sample in accordance with Test Method Tex-1110-T, "Sampling Lighting Assemblies." 1. Only materials with approved product codes or designations from prequalified producers are accepted on bids. list.htm http://www.dot.state.tx.us/business/producer of their respective manufacturers. with a fixture that passes all testing, delivered to the project location. Lamps and photocells are subject to the warranties V. Replace failed fixtures, when non-operable due to defects in materials or workmanship within five years of installation Use Ground Rod Clamp listed for its intended purpose bonding connector, sized appropriately for conductors. Use 1/2 in.-13 UNC threaded, copper or tin-plated copper, pole of 5. Test photometrics at an independent test lab inspected and approved by TxDOT. Electrical testing may be performed at manufacturer's facility. Sheet 2 of 2 c. Submit the following documentation: 1. QA/QC program documentation with the following minimum requirements; a. Written statement of the companies QA/QC policy. b. QA/QC person employed that has special QA/QC training and has QA/QC as their primary job responsibility. c. A written procedure specifically for handling orders for fixtures built to TxDOT specifications. d. A written procedure for keeping track of fixtures built, certified, and tested for TxDOT orders. e. A check list of features for TxDOT fixtures with QA/QC person signature. 10. Lamp data 9. Photometric data 8. Ballast electrical data 7. Stainless steel and aluminum bracket data 6. Socket, MOV, and shutoff ignitor data 5. Aluminum casting and paint analysis 4. 3G certification 3. IP 65 certification 2. Fixture UL certification The Construction Division (CST) of the Texas Department of Transportation (TxDOT) maintains the material TXDOT- TRF Austin, TX 78704 4. quantities supplied and lot number per fixture type. records to the Department upon request. Prequalification: Sampling: Manufacturer Warranty: Testing: RID(LUM2)-07 Texas Department of Transportation Traffic Operations Division DN:CK:DW:CK:C TxDOT JOB COUNTY CONT SECT DIST REVISIONS HIGHWAY SHEET NO. TXDOT TXDOT TXDOT TXDOTJanuary 2007 72B M A L D O N A D O - B U R K E T T I N T E L L I G E N T T R A N S P O R T A T I O N S Y S T E M S , L L P E15126 T B P E R E G . # F - 1 0 2 5 8 P H . ( 3 6 1 ) 2 3 6 - 4 6 1 1 w w w . m b i t s g r o u p .c o m C O R P U S C H R I S T , T E X A S 7 8 4 1 1 3 8 3 3 S O U T H S T A P L E S S T R E E T S U I T E N 2 1 4 80 STR 915 9 6 7 6 3 PROFESS I O N A L E N G I N E E R S T A T E O F T E X AS L I C E N S E D R A M O N H . M A L D O N A D O , J R . I N D E F I N I T E Q U A N T I T Y ( I D I Q ) - R E B I D I M P R O V E M E N T S I N D E F I N I T E D E L I V E R Y , T R A F F I C S I G N A L A N D S T R E E T L I G H T I N G C I T Y o f C O R P U S C H R I S T I T E X A S CITY PROJECT # RECORD DRAWING NO. SHEET of CONSULTANT'S SHEET No. B Y D A T E D E S C R I P T I O N R E V I S I O N N O . B Y D A T E D E S C R I P T I O N R E V I S I O N N O . D e p a r t m e n t o f C a p i t a l P r o g r a m s 9 / 1 1 / 1 5 R I D ( F N D ) - 1 1 ( R D W Y I L L U M F O U N D A T I O N S ) R O A D W A Y I L L U M I N A T I O N D E T A I L S 65 4 Anchor Bolts Ground Rod 2" 1" AA Hex nut Flat washer Hex nut 4 " Flat washer Top of Foundation Bottom Anchor Bolt Template Template Level finish Conduit 2"(+1.0) When required ~ 4" concrete riprap with 6"x 6" (W2.9 x W2.9) welded wire fabric reinforcement S E E T A B L E radius 24" 1 8 " M i n . 2" minimum (Typical) Level finish 1 8 " M i n . Conduit 24" 4" concrete riprap with 6"x 6" (W2.9 x W2.9) welded wire fabric reinforcement 2" minimum (Typical) Template ANCHOR BOLT DETAIL FOUNDATION DETAIL SHOWING CONSTANT GRADE SECTION A-A SHOWING SLOPED GRADE Foundation Diameter RIPRAP DIAMETER RIPRAP (CONC) (CL B) 30 in.78 in.0.35 CY S h o e B a s e F o u n d a t i o n Baseplate 4 " Holddown Washer T - B a s e F o u n d . Tied to 30"30" 6 ~ #4 Bars 4 " ( - 1 / 2 " , + 0 " ) Hex nut 10 POLE MOUNTING HEIGHT 1in.x 30in. ANCHOR BOLT SIZE 1 ‚in. x 30in. 2 " C l e a r C o v e r ( T y p ) Foundation even with finished grade #3 at 6" pitch, 2 flat turns top and bottom. 6 ~ #4 Bars S E E T A B L E 2 " C l e a r C o v e r ( T y p ) #3 at 6" pitch, 2 flat turns top and bottom. 6 ~ #4 Bars Conduit (See lighting layout for conduit size. Match duct cable size if used. See ED standard sheets.) †" x 8' Copper-clad Steel Ground Rod †" x 8' Copper-clad Steel Ground Rod >20 ft. to 30 ft. >30 ft. to 40 ft. <20 ft. >40 ft. to 50 ft. 6'6'6' 6'6' 6' 6' 8' 8'8' 8'10' Roadway Functional Classification Freeway Mainlanes (roadway with full control of access) All curbed, 45 mph or less design speed All others ** Pole offset (distance to transformer base, tolerance + 6in.-0in.) 15 ft. (minimum and typical) from lane edge 2.5 ft. minimum (15 ft. desirable) from curb face 10 ft. minimum (15 ft. desirable) from lane edge * * or as close to ROW line as is practical Foundation even with finished grade on road side of foundation. 1:6 maximum negative side slope. <40 ft. 2. Erect roadway illumination assembly poles plumb and true. Form and level the top 6" of the foundation so the pole will be plumb. Use leveling nuts to plumb shoe base poles. Do not use shims or leveling nuts under transformer bases. Do not grout between baseplate and the foundation. 3. Ensure Class 2A and 2B fit for anchor bolts and nuts. Tap and chase nuts after galvanizing. Anchor bolt body with rolled threads need not be full size. 6. Locate breakaway roadway illumination assemblies as shown in the placement table, unless otherwise dimensioned on the plans. Protect non-breakaway illumination assemblies from vehicular impact (i.e. 2 ft. behind guard rail or mounted on traffic barrier), or located outside the clear zone, except that 2.5 ft. from curb face is minimum desired for light poles on city streets, 45 mph or less, see design guidelines for further information. 7. Use 8 hold down washers on transformer base poles as recommended by the manufacturer and supplied with base. 8. Install a minimum of 2 conduits in each foundation. See lighting layout sheets for locations of foundations with more than 2 conduits. Cap unused conduits in foundations on both ends. centerline as shown. ** provide 2/5 of the luminaire mounting height behind the pole for "falling area" to prevent encroachment on the other travel lanes. See design guidelines. ROADWAY ILLUMINATION DETAILS (RDWY ILLUM FOUNDATIONS) SHOE BASE T-BASE 5. Place riprap around the foundation when called for elsewhere in the plans. Riprap will be paid for under Item 432. rated for embedment in concrete. see note 10 rebar cage PAY QUANTITY OF RIPRAP PER FOUNDATION (Install only when shown on the plans) BREAKAWAY POLE PLACEMENT (See note 6) Anchor bolts 4. Use appropriate class of concrete as specified in Items 416 and 432. Lock washer See RIP Standard (See note 1) LENGTHS RECOMMENDED FOUNDATION RID(FND)-11 9. Conduit location in foundations is critical for breakaway devices. Place conduits 2 in. apart on 11. Use rip rap on T-base foundations that are located on a sloped grades. "Drilled Shaft Foundations," unless otherwise shown on the plans. shown on the plans, or as directed by the Engineer. Foundations will be paid for under Item 416, 1. "Recommended Foundation Lengths" table is for information purposes only. Foundation lengths shall be as 1/4 " tooled 10. Bond anchor bolt to rebar cage with #6 bare stranded copper conductor. Use listed mechanical connectors Grade break lines SECTION A-A Texas Department of Transportation Traffic Operations Division DN:CK:DW:CK:C TxDOT JOB COUNTY CONT SECT DIST REVISIONS HIGHWAY SHEET NO. TXDOT TXDOT TXDOT TXDOTJanuary 2007 1-11 72C 3/4" max 1/2" Typ, 5 3 / 4 " ( + 1 / 4 " ) 1/2" max 1/4" Typ, Lock washer When required ~ 4" concrete riprap with 6"x 6" (W2.9 x W2.9) welded wire fabric reinforcement M A L D O N A D O - B U R K E T T I N T E L L I G E N T T R A N S P O R T A T I O N S Y S T E M S , L L P E15126 T B P E R E G . # F - 1 0 2 5 8 P H . ( 3 6 1 ) 2 3 6 - 4 6 1 1 w w w . m b i t s g r o u p .c o m C O R P U S C H R I S T , T E X A S 7 8 4 1 1 3 8 3 3 S O U T H S T A P L E S S T R E E T S U I T E N 2 1 4 80 STR 915 9 6 7 6 3 PROFESS I O N A L E N G I N E E R S T A T E O F T E X AS L I C E N S E D R A M O N H . M A L D O N A D O , J R . I N D E F I N I T E Q U A N T I T Y ( I D I Q ) - R E B I D I M P R O V E M E N T S I N D E F I N I T E D E L I V E R Y , T R A F F I C S I G N A L A N D S T R E E T L I G H T I N G C I T Y o f C O R P U S C H R I S T I T E X A S CITY PROJECT # RECORD DRAWING NO. SHEET of CONSULTANT'S SHEET No. B Y D A T E D E S C R I P T I O N R E V I S I O N N O . B Y D A T E D E S C R I P T I O N R E V I S I O N N O . D e p a r t m e n t o f C a p i t a l P r o g r a m s 9 / 1 1 / 1 5 DN:CK:DW:CK:FILE: JOB COUNTY SECT DIST REVISIONS TxDOT TxDOT TxDOT TxDOT HIGHWAY SHEET NO. C TxDOT CONTMay 2013 Standard Division Operations Traffic NOTES: NOTE: Conduit on columns, caps, and slab is shown surface mounted. For new columns and conduit. and caps, embed PVC conduit in concrete. Bond and ground metal junction boxes BEAM BEAM Liquid Tight Flexible Metal Conduit (Typ) ƒ" RMC to Type 2 Luminaire Fused Disconnect Ground Box (As shown on layout sheets) PLAN VIEW FRONT 1 " 1 " 7 " 1 0 " 9 " Drill Holes SIDE Install Ground Rod 1 "1 " 4 "" 9 " 2 " 1 0 " Drill Holes 6 " Rotate as necessary to place fixture roadway FIXTURE ORIENTATION Plan View Appropriate Accessible Conduit Body Reducer ƒ" RMC UNDERPASS LIGHTING ARM TYPE 2 Luminaire IES Type M-C SIDE (2 Req'd) Saddle PLAN VIEW 15" 1 4 " 9 " Radius FRONT 9 " Radius 45° 3" Max 2 " Min to BRACKET DETAIL Make from " plate 3 ~ No. 12 XHHW in ƒ" RMC for Branch Circuit runs from fused disconnect to Underpass Luminaires CONDUIT CONNECTION PROFILE 4" Max CLAMP DETAIL … (ASTM A-36 or better) (4 " Min), w/ …" Dia. bolt 9 " 6 " L e n g t h a s r e q u i r e d " 1 " Drill ‹" dia. SS Cotter Pin 4 ~ †" Dia. Dia. 2 ~ ƒ" perpendicular to (U/P)(TY 2)(.15 KW) INS RD IL AM 2"RMC fixture bottom of If bridge has pre-cast panels under deck, run circuit under deck edge. LOCATION OF UNDERPASS LIGHT MOUNTING BRACKET MOUNTING BRACKET TABLE SPAN LENGTH MINIMUM DISTANCE < 50' 50'- 70' 70'- 90' > 90' 10'-0" 15'-0" 20'-0" 25'-0" LOCATION OF UNDERPASS LIGHT INS RD IL AM (U/P)(TY 1)(.15 KW) ILLUMINATION DETAILS (UNDERPASS LIGHT FIXTURES) ROADWAY 72D ridup14.dgn 2 lock washers 2 flat washers, SS lock nuts, 2 nylon throat Each with …" U-Bolt. FRONT 9 " Radius 45° 3" Max 2 " Min to 4" Max 2 "RMC 2"RMC 2 ' - 1 0 " M a x Reducing bushing fixture bottom of Detail See Clamp Detail See Clamp (4 " Min), w/ …" Dia. bolt SS Cotter Pin 2 Ž"(2" RMC) 3 Š"(2 " RMC) B e a m H e i g h t B e a m H e i g h t (Beam height equal to or less than 54")(Beam height greater than 54") 2 " RMC 2" or Hole for pin (See note C.2) section of beam. Connect conduit on tapered 1 lock washer 2 flat washers, throat lock nut, each w/ 1 nylon 2 ~ †" Dia. bolts, (See note C.2) section of beam. Connect conduit on tapered 1 lock washer nut, 2 flat washers, w/ 1 nylon throat lock (A325 or A193 B7), each 2 ~ †" Dia. thru-bolts 2-14 Reinforcing Strands Minimum Distance (See Table Below) Bent Cap END VIEW PROFILE VIEW UNDERPASS LIGHTING ARM TYPE 1 SECTION A-A MOUNTING PLATE length as required Saddles (4 Required) Mounting Plate 7 " M i n 7 " M i n A A 2 ' - 0 " Coupling, Conduit Reducer, and Flex Connector Or as Required 1 " 1 " 7 " 1 0 " 10" As required for Saddles (Typ) (Typ) 4 ~ ‹" Drill Holes 4 ~ †" Drill Holes 8" Radius 2'-0" sized for 2" RMC ‚ (Typ) " depth Recess ƒ" dia. x (ASTM A-36 or better) " Thk. 3 sides 2" RMC (See Note A.4) Bent Cap Top of (Typ) throat lock nut and 1 lock washer 4 ~ …" Dia. bolts,each w/ 1 nylon Bent Cap Bottom of the table are such that reinforcing strands will not be damaged. location of underpass lighting mounting bracket detail. The locations shown in strength. Use drilling location and method as directed by the Engineer. See 3. Indiscriminate drilling into precast concrete beams may result in reduced beam shown. Anchor as approved by the Engineer. Maximum anchor depth is 1 in. 2. Connecting conduit may be strapped to tapered section only of precast beams as rich paint after conduit is connected to adjacent fitting. Field cutting and threading will be permitted. Paint cut and threaded areas with zinc metal conduits with a reducing bushing as beam height stipulated for Type 2 arm shaft. of 2 in. (2.875" O.D., 0.193" wall) and 2 in. (2.375" O.D., 0.146" wall) rigid 1. Provide 2 in. rigid metal conduit (2.375" O.D., 0.146" wall) or provide a combination C. TYPE 2 lock nuts and lock washers. 3. Attach conduit to plate with 4 saddles, four - … in. diameter bolts, nylon throat manufacturer. for each anchor. Install each anchor to the embedment depth recommended by the force (after consideration of adjustment factors for edge distance and bolt spacing) for Type 1 mounting. Except as noted, provide an allowable 2650 lbs minimum pull-out 2. Use … in. stainless steel bolt or stud non-epoxy type expansion anchors for concrete 1. Provide 2 in. rigid metal conduit (2.375" O.D., 0.146" wall) for Type 1 arm shaft. B. TYPE 1 the contract. fixtures will not be paid for directly but are subsidiary to the various bid items of "OFF" positions. Padlocks and disconnect switches or circuit breakers for underpass as approved by the Department. Modify disconnect to allow padlocking in the "ON" and Mount disconnect or breaker enclosure 10 ft.(min) above grade on columns or bent caps per bridge circuit. Install 20 amp time-delay fuses or inverse-time circuit breakers. and 480 volts to switch underpass luminaires as shown on plans, with at least one 7. Install a heavy duty NEMA 3R fused disconnect or breaker enclosure rated at 30 amps subsidiary to Item 610, "Roadway Illumination Assemblies." 6. Fabrication of brackets and support arms will not be paid for directly but is galvanized in accordance with Item 445 "Galvanizing". 5. Except as noted,all structural steel and exposed bolts,nuts,washers shall be of 3 in. (See detail UNDER PASS LIGHTING ARM TYPE 2) luminaires so the bottom of luminaire is above the bottom of the beam, maximum See fixture orientation detail and layout sheet. Where practicable, place 4. Adjust conduit in saddles to place fixture height and orientation as required. Install grounding bushings and properly bond RMC in these boxes. ground boxes containing conduit that extends above grade 6 in. or more. 3. Install a ground rod and attach to the equipment grounding conductor in all See lighting layout sheets. for under Item 620, "Electrical Conductor," unless otherwise shown on the plans. 2. Conduit will be paid for under Item 618, "Conduit" and conductors will be paid diagrammatic only. See project layout sheets for specific details. 1. Luminaire locations, conduit and conductor sizes and routing are typical and A. ALL 150 watt H.P.S. LUMINAIRES Beam Cast-in-place section ** Liquid Tight Flexible Metal Conduit LB Conduit Fitting (Typ) beam with bottom of 3" Max or even Luminaire Typical conduit routing for serving Luminaire on opposite side of cap Junction box Drip Loop Conduit with Flexible Metal ƒ" Liquid Tight RID(UP)-14 66 R I D ( U P ) - 1 4 ( U N D E R P A S S L I G H T F I X T U R E S ) R O A D W A Y I L L U M I N A T I O N D E T A I L S M A L D O N A D O - B U R K E T T I N T E L L I G E N T T R A N S P O R T A T I O N S Y S T E M S , L L P E15126 T B P E R E G . # F - 1 0 2 5 8 P H . ( 3 6 1 ) 2 3 6 - 4 6 1 1 w w w . m b i t s g r o u p .c o m C O R P U S C H R I S T , T E X A S 7 8 4 1 1 3 8 3 3 S O U T H S T A P L E S S T R E E T S U I T E N 2 1 4 80 STR 915 9 6 7 6 3 PROFESS I O N A L E N G I N E E R S T A T E O F T E X AS L I C E N S E D R A M O N H . M A L D O N A D O , J R . I N D E F I N I T E Q U A N T I T Y ( I D I Q ) - R E B I D I M P R O V E M E N T S I N D E F I N I T E D E L I V E R Y , T R A F F I C S I G N A L A N D S T R E E T L I G H T I N G C I T Y o f C O R P U S C H R I S T I T E X A S CITY PROJECT # RECORD DRAWING NO. SHEET of CONSULTANT'S SHEET No. B Y D A T E D E S C R I P T I O N R E V I S I O N N O . B Y D A T E D E S C R I P T I O N R E V I S I O N N O . D e p a r t m e n t o f C a p i t a l P r o g r a m s 9 / 1 1 / 1 5 DN:CK:DW:CK:FILE: JOB COUNTY SECT DIST REVISIONS TxDOT TxDOT TxDOT TxDOT HIGHWAY SHEET NO. C TxDOT CONTMay 2013 26" 4 " 2 " ( T y p ) Š" plate Standard Division Operations Traffic 8" 4 " 6" 8 " TOP PLATE - TYPE BD 1 " ‚ 2 6 " 26" 5" 4 " BOTTOM PLATE - TYPE BD 1 " ‚ 6" 8 " Fixture U-Beam PERSPECTIVE TYPE BD (BRIDGE DECK) DETAIL "B" SHOCK ABSORBER SPRING CLIP GENERAL NOTES: Mounting: Storage: Fixture Housing: Ballast and Lamp: Performance: Pre-qualification: Manufacturer Warranty: 2 ' - 3 " [ attachment pipe 2" RMC 8" 4 "3 " PERSPECTIVE TYPE UB (U-BEAM) BRACKET TYPE UB ‰ (When required by Manufacturer) PERSPECTIVE TYPE BB (BOX BEAM) 4 " Pipe Saddle ~ C 7x9.8 6"1'-0" Max 1'-6" Max 3 " 4 " ILLUMINATION DETAILS 72E ridif14.dgn * * hex head bolt 1/4" x 1" s.s. nylon throat s.s. lock nuts. Install Spring clip with three rejected if not in compliance with the specifications. C.All materials, including those shown on the MPL, may be inspected and tested at any time and may be from the prequalified list for 1 yr. without prior approval by the Department. Unapproved changes may result in removal of the manufacturer compliance with the specifications. Do not change material or manufacturing methods of approved fixtures material meets specifications. All materials may be tested at any time and may be rejected if not in B.Use of pre-qualified material does not relieve the contractor of the responsibility to ensure that the on the Department website. List (MPL), under Item 610 in the file Roadway Illumination and Electrical Supplies. The MPL can be found A.Provide fixtures and brackets with approved product codes as listed on the Department's Material Producer facility will be rejected and replaced at the contractors expense. A.Store all fixtures in a safe dry environment. Fixtures that arrive damaged or weathered at the testing B.Provide photometric data that complies with required TxDOT photometrics. 5. Max. to min. ratio of 30 to 1. 4. No point in a 35 ft. radius will exceed 27.0 foot-candles, 3. 2.0 foot-candles in a 16 ft. radius, 2. 1.0 foot-candle in a 22 ft. radius, 1. 0.2 foot-candles in a 35 ft. radius, light levels as shown below (when mounted at 15 ft. above the midpoint of a circular area); A.Provide fixture that operates at 11,000 minimum initial rated lumens. Provide fixture that emits minimum head" luminaire. Use other colors as approved by the Engineer. G.Provide fixtures painted completely inside and outside with gray thermal TGIC, consistent in color to "cobra approved means to attach junction box to the fixture housing. threaded knockout for a 3/4 in. conduit entry at junction box. Thread, seal, weld or use other department box with a minimum of 3/16 in. thick aluminum housing or hot dipped galvanized cast iron walls. Provide F.Provide and mount junction box on the fixture housing to provide wire connection to fixture. Provide junction rating will be maintained inside fixture housing, even after any maintenance is performed on the fixture. E.Secure lens frame to the housing with a minimum of eight #10 stainless steel screws. Ensure a minimum of IP65 gasket, or provide a gasket material as approved by the Engineer. with a minimum of 3/16 in. thick. Seal lens frame with a seamless or vulcanized seam, closed cell silicone D.Provide a heat tempered C73 flat glass lens a minimum of 5/32 in. thick, or flat clear tempered glass lens in housing. Construct seams with continuous welds. Grind flush any seams on frame and housing. insulation and to assure required International Protection (IP) rating. Seal openings or construction joints Protect and seal penetrations from junction box to ballast compartment to ensure the integrity of conductor workmanship. Provide external mounting mechanism on fixture without any penetrations into fixture housing. content die-cast aluminum (1/8 in. min. wall thickness). Ensure fixture housing is constructed of good C.Provide housing made of aluminum sheeting (0.10 in. min.), stainless steel (14 ga. min.), or low copper protruding over the reflecting surface). reflecting light. Do not block light emitting from the fixture with lens retainer (i.e. lens retainer B.Provide cutoff fixture with flat glass. Provide polished aluminum reflector with a min. of 95% efficiency in and junction box may extend outside the 28 in. square). Meet ANSI 136.31 3.0 G vibration requirements. A.Provide fixture with a maximum of 28 in. square housing and 13 in. maximum overall depth (mounting mechanism Signs, Luminaires and Traffic Signals", and approved by the Engineer. State Highway Transportation Officials (AASHTO) "Standard Specifications for Structural Supports for Highway J.Submit other mounting arrangements designed according to the latest edition of the American Association of not obtainable. using "BB" type brackets. See Engineer for alternative underpass light mounting, if the 16.5 ft. clearance is I.Provide a minimum clearance of 16.5 ft. from the roadway to the fixture, when mounting fixtures on box beams mounting. Use other mounting arrangements as approved by the Engineer. H.Adjust bracket dimensions as necessary to accommodate fixtures being supplied. Use Type "BD" for double T-beam G.For Type "UB" bracket, adjust vertical stanchion with fixture and align fixture lens flush with bottom of beam. with Item 445 "Galvanizing." F.Except as noted,all structural steel and exposed bolts, nuts and washers shall be galvanized in accordance depth recommended by the manufacturer. adjustment factors for edge distance and bolt spacing) for each anchor. Install each anchor to the embedment mounting. Except as noted, provide an allowable 2650 lbs minimum pull-out force (after consideration of E.Use 3/8 in. stainless steel bolt or stud non-epoxy type expansion anchors for concrete for Type BD and UB galvanized cut ends and drilled holes with three coats of zinc rich paint (dry completely between coats). (or 3 in.) steel pipe. Field drill pipe and pin with bolt as shown. Do not oversize hole for pin. Repair D.Position fixture lens flush with bottom of beam and adjust stanchion to seat fully into the 2 1/2 in. Engineer. C.Do not randomly drill into pre-cast concrete beams. Drill only as specifically shown or as approved by the directly but are subsidiary to the various bid items of the contract. positions. Padlocks and disconnect switches or circuit breakers for underpass fixtures will not be paid for bent caps as approved by the Department. Modify disconnect to allow padlocking in the "ON" and "OFF" or inverse-time circuit breakers. Mount disconnect or breaker enclosure 10 ft.(min) above grade on columns or underpass luminaires as shown on plans, with at least one per bridge circuit. Install 20 amp time-delay fuses B.Install a heavy duty NEMA 3R fused disconnect or breaker enclosure rated at 30 amps and 480 volts to switch and columns. A.See RID(UP) for general routing of conduits under bridge structures. Embed conduit in concrete of bent caps for conduit supports are not paid for directly but are subsidiary to the various bid items of the contract. are subsidiary to Item 610. Conduit and conductors supplying the fixtures are paid for separately. Mounting channel disconnect, tools, and labor required to install the underpass lighting assembly will not be paid for directly but Illumination Assemblies". Associated hardware, mounting assemblies, parts, junction boxes, lamps, lenses, brackets, Details apply to Induction Fluorescent type Roadway Illumination Assemblies, bid under Item 610, "Roadway Scope: E.Provide lamp that passes the Toxicity Characteristics Leachate Procedure (TCLP) test. D.Support "Icetron" lamps at each end of the lamp. C.Provide lamp system with a minimum Color Rating Index (CRI) of 80 and color temperature of 4100K. B.Provide Induction Fluorescent lamp system with a minimum rated output of 150 watts. transient protection. A.Provide ballast that operates universally between 120 and 277 VAC(+-10%) and meets ANSI 62.41 category"A" D.Present warranty for approval with the fixture submittal. C.Lamp or fixture light-output dropping below 60% of initial rated lumens will be considered failed. location. Provide replacement parts after 5-years up through 10-years of lifetime of fixture. installation. Provide full replacement of failed fixture for the first five-years delivered to project lamp combination for underpass installation conditions. Provide a 10-year fixture warranty from the date of B.Provide a written 60,000-hour life replacement warranty from lamp and fixture manufacturers for the ballast/ with fixture submittal. Provide fixture listed to operate in ambient temperatures of 55 degrees C. Submit certification of approval A.Provide warranty from lamp manufacturer certifying the fixture being capable of sufficient heat dissipation. BOTTOM PLATE - TYPE BB Fixture Box beam Min 6" See Detail "A" See Detail "A" (500 lb. pullout) non-epoxy anchor embedded depth) …" 2" (maximum throat s.s.lock nut pullout) w/nylon anchor (500 lb. depth) …" non-epoxy 2" (max embedded bottom plate Š" Type BB Bracket External Mounting Junction box ƒ" RMC above road clearance 16.5 foot min. bottom plate Junction box Fixture ~ nylon throat SS lock nuts (2650 lb. pullout) with four …" non-epoxy anchors Attach to bridge deck with …" Type BD L e n g t h 3 ' M a x 2 " R M C L e n g t h 5 ' M a x " top plate throat SS lock nut …" SS bolt w/ nylon straps Stainless steel (SS) throat SS lock nut …" SS bolt w/ nylon # 12 XHHW with 3 " LFMC Bracket External Mounting o r A 1 0 6 ) ( A S T M A 5 3 p i p e 2 " s t e e l Junction box Note D.(Mounting) Stanchion - See ƒ" RMC DETAIL "A" Channel Hanger Key Shear SS lock nut nylon throat pullout) w/ Anchor (500 lb. …" Non-Epoxy (shown longer than necessary for clarity) Conduit Attachment to Box Beam Throat SS Lock Nut SS Bolt w/Nylon mounting mechanism Fixture external s.s. hanger housing 2" x 2" x .062" hanger rod slotted s.s. threaded 3" pipe Steel SS bolt for …" " hole hole ‚" Drain ‚ SS bolt …" hole for SS lock nuts w/ nylon throat (2650 lb. pullout) concrete anchors w/ four …" non-epoxy Attach to U-Beam Box Junction Type BD plate Bottom- " thk Fixed bracket Bracket Mounting External Box Junction Steel pipe * pipe 2 " steel 3" Dia for for 2" RMC 2 " Dia w/beam angle) or consistant (angle at 14° Fixed bracket 2 lock washers washers and Nuts, 2 flat Throat SS Lock Each with Nylon …" Dia U-bolts. for anchors " hole ‚" SS bolt …" hole for welded bars. Frame may be cupped spring retainer s.s. spring lock nut throat SS and nylon 3/8" SS bolt stanchion w/ Pin top of 2-14 RID(IF)-14 67 ROADWAY (IF UNDERPASS LIGHT FIXTURES) R I D ( I F ) - 1 4 ( I F U N D E R P A S S L I G H T F I X T U R E S ) R O A D W A Y I L L U M I N A T I O N D E T A I L S M A L D O N A D O - B U R K E T T I N T E L L I G E N T T R A N S P O R T A T I O N S Y S T E M S , L L P E15126 T B P E R E G . # F - 1 0 2 5 8 P H . ( 3 6 1 ) 2 3 6 - 4 6 1 1 w w w . m b i t s g r o u p .c o m C O R P U S C H R I S T , T E X A S 7 8 4 1 1 3 8 3 3 S O U T H S T A P L E S S T R E E T S U I T E N 2 1 4 80 STR 915 9 6 7 6 3 PROFESS I O N A L E N G I N E E R S T A T E O F T E X AS L I C E N S E D R A M O N H . M A L D O N A D O , J R . I N D E F I N I T E Q U A N T I T Y ( I D I Q ) - R E B I D I M P R O V E M E N T S I N D E F I N I T E D E L I V E R Y , T R A F F I C S I G N A L A N D S T R E E T L I G H T I N G C I T Y o f C O R P U S C H R I S T I T E X A S CITY PROJECT # RECORD DRAWING NO. SHEET of CONSULTANT'S SHEET No. B Y D A T E D E S C R I P T I O N R E V I S I O N N O . B Y D A T E D E S C R I P T I O N R E V I S I O N N O . D e p a r t m e n t o f C a p i t a l P r o g r a m s 9 / 1 1 / 1 5 Texas Department of Transportation Traffic Operations Division DN:CK:DW:CK:C TxDOT JOB COUNTY CONT SECT DIST REVISIONS HIGHWAY SHEET NO. 77A TXDOT TXDOT TXDOT TXDOTAugust 1995 N o m i n a l P o l e H e i g h t S p l i c e L e n g t h S e c t i o n L e n g t h A A B B C C D D E F 8 SIDED 12 SIDED POLE ELEVATIONS HM-6 ƒ" Penetration Minimum 85 Percent Reference Line Circle assembly holes 180° apart. (Typ each splice) C holes are permiss- able 12" from assembly holes 6" Min 12" Max 1 2 " 1 2 " SPLICE DETAIL VIEW C Mark Match VIEW C S G G HM-9 HM-9 weld procedure. must be approved with the bending, and finish grinding frame is permissable. Heating, A bent and welded handhole OPTIONAL HANDHOLE FRAME 8" 6"1"1" ‚" Plate 1 " 1 " 5 ‚ " 7 ‚ " 3 " Reference LineL Winch DriveC Cut channel to fit for 100' & 125' 12 Sided Poles L ChannelC 4 "4" U 5 ‡"100',125' & 150' Poles 10 ‡"175' Pole 6 ~ 1"x2" Slots 2"2"10 …" 15 …" 100',125' & 150' Poles 175' Pole Reference Line 100',125' & 150' Poles5 ‡" 10 ‡"175' Pole 10 …" 15 …" 100',125' & 150' Poles 175' Pole 6 ~ †"x1 ‚" Slots 2 " 2 " 2 Š " 2 Š " 6 ~ " Heavy Hex Nuts holes. Tap nuts after galvanizing. WINCH MOUNTING CHANNEL WINCH MOUNTING PLATE WINCH DRIVE ACCESS COVER 4"4 " U 2 "2"2"2" 2 " 1 ‚"1 ‚" 8 " 4 † " 1 " 1 " 2 " 2 " 4 " " Plate 2"2" Match marks Reference Line C 8x18.75 for mounting winch (See Detail) C L Pole plate. Drain to small end. are not permitted in base Galvanizing drain slots corners) (2 opposite VIEW E equally spaced on Bolt circle C SECTION A-A 2 " 2 " T S ‚" ‚ " Typ R=3" 8 ‹ " 8 Ž " 1 ' - 0 " 1 ' - 7 " 1 ' - 6 " Sleeve Ground Drill and Tap for 3 " bolts. Detail Anchor Bolt See HMIF for 3 " 3 " 5 Š " 5 ‚ " Access Cover to be ‚" Plate Drill and tap for "x1" cap screw (4 req'd) 1'-0" B B A A U…" 6" VIEW G Access Cover Winch Drive 6 " C h a n n e l T " Handhole Frame VIEW F VIEW D8 " T a n g ‚ … ‚ HM-7 HM-8 HM-3 ƒx … OPTIONAL WELD STEP 1 OPTIONAL WELD STEP 2STANDARD WELD NO GROUND SLEEVE (b)Weld shaft to base plate, chip and grind flush (1/8 " max radius.) (c)Positiion ground sleeve. (d)Weld to base plate with tapered reinforcement. (Testing required) penetration 85% Minimum Ground sleeve to be same thickness as lower pole section, except shall not be less than 0.375 inch L Winch DriveC 1 …" Min VIEW E VIEW GVIEW F t t …" HM-1 ‚ ‚ Grind Chip & t …" t ‚ HM-2 t …" 2 t ‚ HM-5 G Provide welded and ground filler or cover plate where winch drive conflicts with bend line in ground sleeve for the 8 sided, 80 mph, 100' pole, the 12 sided, 100 mph, 100' pole, and the 12 sided, 80 mph, 175', 125' and 100' poles. C 8x18.75 forC 8x18.75 forC 8x18.75 forC 8x18.75 forC 8x18.75 forC 8x18.75 for ‚ ƒx … ‚ assembly holes 180° T a p e r 0 . 1 7 5 0 i n / f t ( f o r 8 0 M P H ) a n d 0 . 1 8 5 0 i n / f t ( f o r 1 0 0 M P H ) T a p e r 0 . 1 6 0 0 i n / f t ( f o r 8 0 M P H ) a n d 0 . 1 9 0 0 i n / f t ( f o r 1 0 0 M P H ) ƒx … … ‚ ƒx … … 0.375 inch 0.375 inch L 4 Permissible 1" Dia ‡" Dia Holes equally 4 additional 1" Dia Provide 3~ " Dia x1 ‚" bolts 24" above Base Plate L 2 ~ 1 …" Dia holes I.D. Base Plate O.D. of Base Plate 2 ƒ" Dia Bolt Holes welded under Œ" Dia 6 ~ Œ" Dia holes 1 " Dia Hole SECTION B-B ELEV OF POLE BASE HM-4 t ‡ " VIEWS D (Showing 175 Ft Poles) 1 ‚ R, 1 ‚" Dia chamfered hole. Place Tang on flat adjacent to handhole. (a)Prepare Shaft and ground sleeve. "x2 "x3 ƒ" Tang, A36 Min, spaced on 15" Dia Bolt 7 ‚" Dia HIGH MAST SHEET 1 OF 2 100' - 125' - 150' - 175' tx…tx…2tx… Provide 100% penetration in outer sections at plus 6". Also provide 100% penetration for ground sleeve seam welds. 7/8xt splices and at base plates for 1.5 pole diameters 11-97 Circle Dia 5-98 ~ Anchor Bolt 68HMIP(1)-98 ILLUMINATION POLES H M I P ( 1 ) - 9 8 H I G H M A S T I L L U M I N A T I O N P O L E S M A L D O N A D O - B U R K E T T I N T E L L I G E N T T R A N S P O R T A T I O N S Y S T E M S , L L P E15126 T B P E R E G . # F - 1 0 2 5 8 P H . ( 3 6 1 ) 2 3 6 - 4 6 1 1 w w w . m b i t s g r o u p .c o m C O R P U S C H R I S T , T E X A S 7 8 4 1 1 3 8 3 3 S O U T H S T A P L E S S T R E E T S U I T E N 2 1 4 80 STR 915 9 6 7 6 3 PROFESS I O N A L E N G I N E E R S T A T E O F T E X AS L I C E N S E D R A M O N H . M A L D O N A D O , J R . I N D E F I N I T E Q U A N T I T Y ( I D I Q ) - R E B I D I M P R O V E M E N T S I N D E F I N I T E D E L I V E R Y , T R A F F I C S I G N A L A N D S T R E E T L I G H T I N G C I T Y o f C O R P U S C H R I S T I T E X A S CITY PROJECT # RECORD DRAWING NO. SHEET of CONSULTANT'S SHEET No. B Y D A T E D E S C R I P T I O N R E V I S I O N N O . B Y D A T E D E S C R I P T I O N R E V I S I O N N O . D e p a r t m e n t o f C a p i t a l P r o g r a m s 9 / 1 1 / 1 5 Texas Department of Transportation Traffic Operations Division DN:CK:DW:CK:C TxDOT JOB COUNTY CONT SECT DIST REVISIONS HIGHWAY SHEET NO. 77B TXDOT TXDOT TXDOT TXDOTAugust 1995 GENERAL NOTES: TABLE OF VARIABLE BASE DIMENSIONSTABLE OF VARIABLE POLE DIMENSIONS sions thereto. The Design Wind Speed is 80 mph or 100 mph. (inches)(inches)(inches)(inches)(inches)Bolts No.UTSHt (ft)(inches) Bolt Cir 150' 44 18 38 12 2.00 4.00 3.50 125' 41 16 35 8 2.00 4.50 3.50 100' 37 14 31 6 2.00 5.00 3.50 150' 47 22 41 10 1.75 3.50 2.50 125' 42 18 36 8 1.75 3.75 2.50 100' 38 13 32 6 1.75 4.00 2.50 175' 52 27 46 20 1.75 3.50 4.50 175' 52 27 46 16 1.75 3.25 3.50 150' 49 23 43 16 1.75 4.00 3.50 125' 45 21 39 12 1.75 4.50 3.50 100' 40 17 34 10 1.75 4.50 3.50 150' 50 25 44 12 1.75 3.50 2.50 125' 46 22 40 10 1.75 3.75 2.50 100' 42 19 36 6 1.75 4.00 2.50 8 SIDED POLE 8 SIDED POLE 8 0 M P H D E S I G N S 1 0 0 M P H D E S I G N S 12 SIDED POLE 12 SIDED POLE Section (inches)(inches) SpliceLengthThicknessDiameter (Inches) Bottom Top Ht (ft)(inches)(inches) SpliceLengthThicknessDiameter (Inches) Bottom Top A 13.083 7.750 .250 33.33 19 16.792 7.750 .250 51.67 24 B 17.792 12.205 .375 34.92 25 C 22.250 16.583 .375 35.42 32 D 25.375 20.948 .438 27.67 36 E 28.375 23.895 .500 28.00 41 F 31.250 26.703 .500 28.42 ~ A 13.083 7.750 .250 33.33 19 B 17.792 12.205 .375 34.92 25 C 22.250 16.583 .375 35.42 32 D 25.375 20.948 .438 27.67 36 E 28.375 23.895 .500 28.00 ~ A 13.083 7.750 .250 33.33 19 B 17.792 12.205 .375 34.92 25 C 22.250 16.583 .375 35.67 32 D 25.375 20.948 .438 27.67 ~ A 13.083 7.750 .250 33.33 19 B 17.792 12.205 .375 34.67 25 C 22.250 16.583 .375 35.67 ~ A 14.208 7.875 .313 33.33 20 B 19.792 13.142 .375 35.00 28 C 25.250 18.473 .438 35.67 36 D 29.000 23.680 .500 28.00 42 E 32.625 27.210 .563 28.50 47 F 36.125 30.631 .563 28.92 ~ A 14.208 7.875 .313 33.33 20 B 19.792 13.142 .375 35.00 28 C 25.250 18.473 .438 35.67 36 D 29.00 23.680 .500 28.00 42 E 32.625 27.210 .563 28.50 ~ A 14.208 7.785 .313 33.33 20 B 19.792 13.142 .375 35.00 28 C 25.250 18.473 .438 35.67 36 D 29.00 23.680 .500 28.00 ~ A 14.208 7,875 .313 33.33 20 B 19.792 13.142 .375 35.00 28 C 25.250 18.473 .438 35.67 ~ 24.858 15.817 .313 51.67 36 32.625 23.583 .313 51.67 48 36.250 31.175 .375 29.00 ~ 16.792 7.750 .250 51.67 24 24.858 15.817 .313 51.67 36 32.625 23.583 .313 51.67 ~ 16.792 7.750 .250 51.67 24 24.858 15.817 .313 51.67 36 28.250 23.583 .313 26.67 ~ 16.792 7.750 .250 51.67 24 24.625 15.817 .313 50.33 ~ 17.433 7.875 .375 51.67 25 25.747 16.173 .438 51.75 37 33.750 24.176 .438 51.75 49 37.375 31.995 .500 29.08 ~ 17.433 7.875 .375 51.67 25 25.747 16.173 .438 51.75 37 33.750 24.176 .438 51.75 ~ 17.433 7.875 .375 51.67 25 25.747 16.173 .438 51.75 37 29.125 24.176 ,438 26.75 ~ 17.433 7.875 .375 51.67 25 25.500 16.173 .375 50.42 ~ 175 150 125 100 175 150 125 100 8 0 M P H D E S I G N S 1 0 0 M P H D E S I G N S 8 SIDED POLE 12 SIDED POLE 8 0 M P H D E S I G N S 1 0 0 M P H D E S I G N S (ft)(inches)(inches)(inches)(inches) 175' 47 22 41 16 2.00 3.75 4.50 175' 50 24 44 12 1.75 3.50 3.50 (feet)(feet) O.D.I.D. Design conforms to AASHTO Standard Specifica- Luminaries, and Traffic Signals and Interim Revi- tions for Structural Supports for Highway Signs, shall be as shown elsewhere in the plans. The required design height and wind speed segments matching the pole. NOTE: Base Plate may be round or with 8 or 12 equal Layouts. centerline unless otherwise shown on Lighting anchor bolt orientation shall be parallel to roadway and erection alignment. The reference line and details. These marks shall be used in pole assembly the baseplate, top plate, and foundation plan line. The required mark locations are shown on plate shall be permanently marked on the reference Each pole section, top flange plate and base HIGH MAST ILLUMINATION POLES SHEET 2 OF 2 100' - 125' - 150' - 175' Circle Dia 5-98 ~ Anchor Bolt Diameters are measured across the flats. 69HMIP(2)-98 H M I P ( 2 ) - 9 8 H I G H M A S T I L L U M I N A T I O N P O L E S M A L D O N A D O - B U R K E T T I N T E L L I G E N T T R A N S P O R T A T I O N S Y S T E M S , L L P E15126 T B P E R E G . # F - 1 0 2 5 8 P H . ( 3 6 1 ) 2 3 6 - 4 6 1 1 w w w . m b i t s g r o u p .c o m C O R P U S C H R I S T , T E X A S 7 8 4 1 1 3 8 3 3 S O U T H S T A P L E S S T R E E T S U I T E N 2 1 4 80 STR 915 9 6 7 6 3 PROFESS I O N A L E N G I N E E R S T A T E O F T E X AS L I C E N S E D R A M O N H . M A L D O N A D O , J R . I N D E F I N I T E Q U A N T I T Y ( I D I Q ) - R E B I D I M P R O V E M E N T S I N D E F I N I T E D E L I V E R Y , T R A F F I C S I G N A L A N D S T R E E T L I G H T I N G C I T Y o f C O R P U S C H R I S T I T E X A S CITY PROJECT # RECORD DRAWING NO. SHEET of CONSULTANT'S SHEET No. B Y D A T E D E S C R I P T I O N R E V I S I O N N O . B Y D A T E D E S C R I P T I O N R E V I S I O N N O . D e p a r t m e n t o f C a p i t a l P r o g r a m s 9 / 1 1 / 1 5 Texas Department of Transportation Traffic Operations Division DN:CK:DW:CK:C TxDOT JOB COUNTY CONT SECT DIST REVISIONS HIGHWAY SHEET NO. 76A TXDOT TXDOT TXDOT TXDOTJanuary 1986 Attach HDP Pipe to Channel with 1/2"X.030 Stainless Steel Bands and Clips (Min. 6 req.) 2" Sch 40 HDP (Ref) 1 3/4"x1 3/4"x1/4" x0'-2 1/2" Angle (2)-3/8"x 1 1/4" Galv. H.H. Bolt x/L.W. & H.N. 3/16" 3/16" PLAN 3/16 1" 1 / 4 " 5 / 8 " 1 1 / 4 " 5 / 8 " 1 / 4 " C 3x4.1 Bumper Ring 3 " 1 1 / 2 " 1 1 / 2 " 3/16 4" 1"1 1/2"1 1/2" 1 1/4" Conduit Coupling 1/8 3/16 C. 3x4.1 Drill & Tap for 1/2" Conduit Light Fixture Mtg. Ring. C.4x7.25 3"3"3/4"3/4" 1 1 / 4 " 3 " 1 1 / 2 " 1 1 / 2 " 1 3/8" Hole 3/8"x3"-0'x7 1/2" 1 3/4"x1 3/4"x1/4" Angle Typical Typ. 1/4 Leave this area open for drainage Channel area only 1/8 1/4 Note: Center Tenon on Channel Note: Confirm Connector Size. Use 1" All Thread Nipple & (2) 1" Jam Nuts Connector Heavy Duty, Multi-Weave Stainless Steel Cable Grip w/1" Female Fitting. Install Stainless Steel Band at Top of Grip. Bumper Ring C. 3x4.1 Liquidtite Cord Connector, T&B 2649 #8/3C. Electrical Cable 4 1 / 4 " 2 " 2 "7 / 8 " 7 / 8 " 2" Sch. 40 Pipe Tenon Light Fixture Mtg. Ring. C.4x7.25 1 3/4"x1 3/4"x 1/4" Angle Note: Aiming capabilities may be by method shown or by Steel Mounting-Aiming Device as approved by the Engineer. Mark position of fixture with center punch or drill after fixture has been aligned to the right position on the roadway, as directed by the Engineer. Note:For Z Pattern under- slung fixture mounting see Shts. 6 & 7. Angle in inverted position. 6 " 2 5 / 1 6 " 2 " 1 1 1 / 1 6 " Mounting Angle,6"x4"x3/8" 1/2"x1 1/2" H.H. Bolt,(2)F.W., L.W. & H.N. All H.D.G. 5/8"x1 3/4" H.H. Bolt,(2)F.W., L.W. & H.N. All H.D.G. (2)-1/2"x1 1/2" H.H. Bolt(A-325) L.W. & H.N. All H.D.G. Trunnion Adapter-Galv. Steel or Alum.Submit sample for approval * As required by Trunnion Adapter supplied. 4" 1 1/2"** 4 1 / 4 " Drill 11/16" Drill 9/16" * Note: Tenon Length to be Determined by Fixture Used and Required Clearance. C 3x4.1 2" HDP Sch. 40 Conduit 1/4 1 3/4"x1 3/4"x1/4" Angle Threaded opening for 1/2" Watertight Cord Connector C 4x7.25 1/4 *9"-15" Variable 2" Sch. 40 Pipe 1/4" Galv. Drain Hole 1/4 1/8 7 / 8 " 1 1 / 4 " 7 / 8 " 1 1 / 4 " 3 ' - 0 " Obstruction Light(See Detail "U", Sht. 5) 1"x1 1/4" Reducer TIE KNOT IN CORD Transformer Terminal Box Electrical Cable D D See Detail "J" Sht. 3 5/16" Wire Rope Pole (2)-C.6x10.5x55 25/32" Back to Back See Detail "F", Sht. 2 See Cover Assembly Detail "M", Sht. 3 5"x6"x1/4" Spacer; Bolt to Channels (3 req.) (See Detail "N",Sht.2) 5"x6"x1/4" Spacer; Bolt to Channels (3 req.) (See Detail "J",Sht.3) See Detail "K" Sht. 3 SECTION B-B SECTION C-C (FOR AREALIGHTS) DETAIL "C" INNER RING SPLICE BUMPER RING ATTACHMENT DETAIL "D" (FOR TRUNNION MOUNT) SECTION C-C NOTE: Provide S.S. or glav. cable safety lanyard for Light Fixture when Trunnion Mount is used. SECTION C-C (FOR FLOODLIGHTS) SECTION D-D NOTE: COVER CORD WITH HEAT SHRINK TUBING FROM CABLE GRIP TO WITHIN ONE INCH OF GRIP TO CONNECTOR TRANSITION PRIOR TO INSTALLING CABLE GRIP. DETAIL "E" (CONDUIT ATTACHMENT FOR OBSTRUCTION LIGHTS. TYPICAL (3) PLACES) LIGHT MOUNTING RING & SUPPORT ASSEMBLY Typical Mtd. Light Fixture B C 22° 41° 27° 14° 16° 24° 36° Handhole Located on Reference Line. See Lighting Layout. Reference Line (See Light Setting Diagrams) See Mtg. Ring Splice Plate Detail "H", Sht. 3 B 120° 120° 120° See Detail "D" See Inner Ring Splice Detail "C"(Typ.) Lightning Rod-5/8"x60" Copper-Clad, upper end pointed and lower end threaded and locked with Jam Nut. 1 1/4" Conduit Coupling (3 req., 120°apart) for mounting Aircraft Obstruction Light Conduit to be 1 1/4"x36" (See Detail "E") NOTES: Pole, Ring, and Ring Support shall be assembled and erected so that Reference Line is parallel to center line of roadway or as shown on "Lighting Layouts" sheets. 1. Fixture Placement on ring shall provide a min.2. Clearance of 7" between Fixtures. 1/4 C 5-86 4-87 5-87 10-1-87 10-14-87 3 1 " 2 2 " to Connect Grip to Cord 4-96 HMID(1)-03 70 DETAILS ILLUMINATION HIGH MAST H M I D ( 1 ) - 0 3 H I G H M A S T I L L U M I N A T I O N D E T A I L S M A L D O N A D O - B U R K E T T I N T E L L I G E N T T R A N S P O R T A T I O N S Y S T E M S , L L P E15126 T B P E R E G . # F - 1 0 2 5 8 P H . ( 3 6 1 ) 2 3 6 - 4 6 1 1 w w w . m b i t s g r o u p .c o m C O R P U S C H R I S T , T E X A S 7 8 4 1 1 3 8 3 3 S O U T H S T A P L E S S T R E E T S U I T E N 2 1 4 80 STR 915 9 6 7 6 3 PROFESS I O N A L E N G I N E E R S T A T E O F T E X AS L I C E N S E D R A M O N H . M A L D O N A D O , J R . I N D E F I N I T E Q U A N T I T Y ( I D I Q ) - R E B I D I M P R O V E M E N T S I N D E F I N I T E D E L I V E R Y , T R A F F I C S I G N A L A N D S T R E E T L I G H T I N G C I T Y o f C O R P U S C H R I S T I T E X A S CITY PROJECT # RECORD DRAWING NO. SHEET of CONSULTANT'S SHEET No. B Y D A T E D E S C R I P T I O N R E V I S I O N N O . B Y D A T E D E S C R I P T I O N R E V I S I O N N O . D e p a r t m e n t o f C a p i t a l P r o g r a m s 9 / 1 1 / 1 5 Texas Department of Transportation Traffic Operations Division DN:CK:DW:CK:C TxDOT JOB COUNTY CONT SECT DIST REVISIONS HIGHWAY SHEET NO. 76B TXDOT TXDOT TXDOT TXDOTJanuary 1986 Drill and Tap for 5/8" Threaded Lightning Rod Reference Line Block Flange 1/2" x 7 1/8" typ. (bot. only) L L 3/4" x 2 3/4" A-325 H.H. Bolt, H. Nut & Lockwasher (6 req.) H H 5 / 3 2 " t y p . E 3 0 ° F G 3 1/2"2 7/8" typ.typ. 2 7 / 8 " 1 7/8" C C of Pole & Elect. Cable Wire Rope 1 6 1 / 4 " 10" 4 5/16" 1 7/16" 3 1/2" 1/4 3/16 Typ. * 1/4 3/16 1 8 " 6 " 30° 3 0 ° 4 5/16" 60°typ. 1/4" 4"2 1/4"1 7/16" C Wire Rope Pulley Shaft Drill & Tap for 5/8" Lightning Rod. (6) - 7/8" Holes on 15" B.C. Notch Channel back at 30° from edge of end cap. (Top only) 3/16 Typ. 3/8" Hole, Typ. (12) Places. (See Detail "N") 1/4 4" x 1/4" x 0'-6 1/4" Typ. (3) Places. 1/4 Typ. 3/4" , 18" Dia. C. 6 x 10.5, typ. 19/32" LP 19/32"1 13/16" 1 13/16" LP Typ. E 3/4"x3" S.S.Pulley Shaft & Bolt Keeper.(See Section L-L,Sht.3) F Elect. Cable Pulley Support (See Detail "L") Weight Reduction Holes Electrical Cable Pulley (See Section F-F, Sht. 3) 5/16" x 3/8" H.H. Cap Screw & Lockwasher Wire Rope Pulley (See Section H-H, this sht. & Section G-G, Sht. 3) G C. 6 x 10.5 (back to back) Ring Support Assembly (See Detail "G" & "L") * Note: This weld must be made Plate. Chamfer inside edge to 1/8" radius 5 1/2" Dia. Hole in Top Plate 6" Sch. 40 Pipe centered over hole in Top Plate Drill & Tap for 5/16" x 3/8" H.H. Cap Screw. (Req. one channel only per support arm) 49/64" Hole, typ. (RING SUPPORT ARMS NOT SHOWN FOR CLARITY) DETAIL "L" ELECT. CABLE PULLEY SUPPORT 1/4" x 5" x 0'-6" Spacer Plate 4"1"1 1/4" Elect. Cable Pulley Cover 1" (1) Bevel Washer, (1) L.W. & (1) H.N. 1/4"x4"x6 1/4" End Cap 3 / 4 " 7 1/4" PLAN VIEW TOP PLATE CONNECTION (LESS ELECT. CABLE PULLEY SUPPORT) DETAIL "G" PULLEY MOUNTING FOR SECTION "H-H" PLAN VIEW RING SUPPORT ASSEMBLY PULLEY COVER NOT SHOWN FOR CLARITY) DETAIL "F" SECTION "E - E" (SEE DETAIL "L") DETAIL "N" (NEAR SIDE SUPPORT ARM & ELECT. CABLE 3/4"x2 1/2" S.S. Pulley Shaft w/14 ga. S.S. Keeper Plate tack welded to one end & S.S. Cotter Pin other end. .752"I.D.x1.0025" O.D.x1 1/8" Oilite bronze Sleeve Bearing w/AM-56 or AM-52 Oil. 3/32" Max. (Typ.) 1.012" I.D.x1.75" O.D. x 1/16" Oilite Bronze Thrust Bearing (2 req.) Angle, 1 3/4" x 1 3/4" x 1/4" x 1 1/2" long 1/4" x 3 1/2" x 5 1/4" 3/8" x 1 1/4" H.H. Bolt w/ L.W. & H.N. 1/4"Rad. Chamfer at bottom edge. (Typ. 2 places) 1/8" Max. Clearance 1/4" Cover Plate 2 7 / 8 " RING SUPPORT ARMS LP C. 3x5.0, typ. 3/16 Inside & outside flange and inside web 3/16 9 1/2" 1/4" 49/64" dia. Hole thru both Channels Drill & Tap for 5/16" x 3/8" H.H. Cap Screw. (Req. one Channel only) 3 1 / 2 " 1 1 / 2 " 1 1 / 2 " 3/16 3/16 3/16 3/16 1 / 4 " t y p . Typ. top & bot. flanges and inside web 3/16 1 1/2"1 1/2" 10" 1 / 4 " 1 3 / 4 " 1 3 / 4 " 1 0 7 / 8 " 1/8 3 / 4 " t y p . 4 1/2" 9 3/8"1/4" 1 6 1 / 4 " 9 " 9 " Grind flush Reference Line 2 " 2 " Ring Support Plate 3 / 4 " t y p . - 1/4" x 3 1/2" x 5 1/2"LP 1 / 4 " t y p . t y p . 1 / 4 " 2 9 / 3 2 " 2 9 / 3 2 " 1 1 3 / 1 6 " 1 3/4"1 3/4" (2) Holes, Drill & Tap for 5/16" x 1/2" H.H. Cap Screw 4-86 5-86 5-87 12-87 5/16 "x1 1/2 " H.H. Bolt w/ prior to welding pipe to Top Elect. Cable Pulley Support Arms not shown this side for clarity. Note: 4-96 HMID(2)-03 71 DETAILS ILLUMINATION HIGH MAST H M I D ( 2 ) - 0 3 H I G H M A S T I L L U M I N A T I O N D E T A I L S M A L D O N A D O - B U R K E T T I N T E L L I G E N T T R A N S P O R T A T I O N S Y S T E M S , L L P E15126 T B P E R E G . # F - 1 0 2 5 8 P H . ( 3 6 1 ) 2 3 6 - 4 6 1 1 w w w . m b i t s g r o u p .c o m C O R P U S C H R I S T , T E X A S 7 8 4 1 1 3 8 3 3 S O U T H S T A P L E S S T R E E T S U I T E N 2 1 4 80 STR 915 9 6 7 6 3 PROFESS I O N A L E N G I N E E R S T A T E O F T E X AS L I C E N S E D R A M O N H . M A L D O N A D O , J R . I N D E F I N I T E Q U A N T I T Y ( I D I Q ) - R E B I D I M P R O V E M E N T S I N D E F I N I T E D E L I V E R Y , T R A F F I C S I G N A L A N D S T R E E T L I G H T I N G C I T Y o f C O R P U S C H R I S T I T E X A S CITY PROJECT # RECORD DRAWING NO. SHEET of CONSULTANT'S SHEET No. B Y D A T E D E S C R I P T I O N R E V I S I O N N O . B Y D A T E D E S C R I P T I O N R E V I S I O N N O . D e p a r t m e n t o f C a p i t a l P r o g r a m s 9 / 1 1 / 1 5 Texas Department of Transportation Traffic Operations Division DN:CK:DW:CK:C TxDOT JOB COUNTY CONT SECT DIST REVISIONS HIGHWAY SHEET NO. 76C TXDOT TXDOT TXDOT TXDOTJanuary 1986 2 7/8" 6" 4'1'1'1/4" 30° 3 1/2" PL-5 X 1/4" X 0'-6" (4)-5/16"X1 1/2" H.H. Bolt w/ (1)Bevel Washer,(1)L.W.& (1)H.N. Bolt Keeper,14 ga.S.S. 1 1/2"x5".Tack weld to Pulley Shaft w/4 tacks minimum.(Typ.) 5/16"x3/8" H.H. Cap Screw w/L.W. 1 1/2" O 30° 1/4'1/4' 4 5/32" BAR-2 1/4"x1/4"x0'-4 1/2" 2 7/8" Round Bar (Break Sharp Corners) 3/16 3/16 1/8 1/4 4 1 / 2 "2 7 / 8 " 1 / 4 ' 2 3/8' 3 1 / 2 " 2 1 / 4 ' 1 / 2 " 3 / 4 " DETAIL "J" 1/2"X2" S.S.Clevis Pin & S.S. Cotter Pin. 1 3/4"x1 3/4"x1/4"Angle 5/8"1 1/2'1 1/2' 4 1/4" 5/8" 1/4 3 / 4 " 3 / 4 " 1 3 / 4 " 1 3 / 4 " 5 " 1 " 1 / 2 " 1 / 2 " PLAN 1/2" Long Seizing, S.S. or Copper Wire. Forged S.S. Wire Rope Clips,U-Bolt Type or Twin-base Clips are acceptable. 5/16" Stainless Steel Wire Rope. 5/16" Stainless Steel Wire Rope Thimble Bar.(Break Sharp Corners) PL-4 1/4"x3/8"x0'-5" (4)-3/8"x1 1/2"H.H. Bolt w/(2)F.W.,(1) L.W.&(1)H.N. 1/4 1/4 1'3' 4" 1/4 2 " * 2 ' - 0 " 4 1 / 4 " 6 " 1 3 / 4 " 35° 1/4 7/8"7/8" DETAIL "K' MOUNTING RING CONNECTION & STABILIZER * EXTRA 2'-0" of wire cable to be attached to ring with SS Bands as directed by Engineer. 3 / 8 " 1 " 1 1/4"2 1/2"2"2"2"10 7/8"2 1/2"1 1/4" 1 1/4"2 1/2"5 7/8"2"2"2 1/2"1 1/4"2" 175' Lgt. Std. 100',125'&150' Lgt. Std. (6)-9/16' dia. Winch Mtg. Holes for (6)-7/16"x2"S.S. H.H. Bolt w/L.W. & H.N. 5 3/4" 5 3/4" 18 5/8" 13 5/8" 175' Lgt. Std. 100',125'&150' Lgt. Std. 1/2" PLATE 2 " 2 " 4 " 8 " 1 1 1 / 1 6 " 1 1 1 / 1 6 " 4 5 / 8 " DETAIL "V" WINCH MOUNTING PLATE NOTE: Dimensions may vary-Verify with winch manufacturer. 30° 30° 8 11/16"23 7/8" 12 7/8" 1 / 2 " 1 / 2 " 6 1 / 2 " 3 1 / 4 " 3 1 / 4 " Ref. Line See Detail "N", Sht.2(typ.) (2)-5/16"x1/2"H.H. Cap Screw w/F.W. & L.W. PLAN NOTE: Cover to be 14 ga. galv. sht. metal or 0.10" anodized aluminum sheet. Ring for Safety Lanyard Elect. Cable Pulley 3/8" typ. 2" 30°30° 12 2 1 / 8 " m a x . t y p . 1 0 " t y p . t y p . 6 1 / 4 " 1 1 1 / 8 " 2 7 3 / 8 " DETAIL "M" COVER CAP ASSEMBLY SAFETY LANYARD DETAIL 9" 3/8 Adjust cables to place attaching plate within this area when springs are compressed to 6" length. Cable Attaching Plate. Snap Hook,5000lb. capacity.(Similar to Klein no. KL 468) Winch Drum 1/2"x2 1/2"x3 3/4" Tang, A-36 min.,1 1/4" R., ! 1/4" dia. hole. Chamfer hole. (SEE HMIP dwg.) Cross-section thru pole at base. NOTE: Adjust chain length such that it does not relieve tension on cable,4" max. slack. 3/8" Double Clevis Link,6600lb. safe W.L. Similar to Crosby,no. S247. (Typ. both ends of chain.) 3/8" Galv. Gr.43 Hi- Test Chain,5400 lb. W.L.L. 1/8" 15/32" R. 152° 1 0 " R 3/4"3/4" 7/8"7/8" C 1 0 5 / 8 " R . Bush with .752"I.D. x 1.0025"O.D.x1 3/4" long Oilite Bronze Sleeve Bearing w/ AM-56 or AM-52 Oil. SECTION F-F ELECTRICAL CABLE PULLEY (Pulley material to be aluminum alloy, Pulley Support Channels,3x5.0 (typ.) 1.012"I.D.x1.75 O.D. x 1/8" Oilite Bronze Thrust Bearing. (2 req.) 5/32" max. 3/4"x3" S.S. Pulley Shaft w/14 ga.S.S. Keeper Plate tack welded to one end & S.S. Cotter Pin other end. .752" I.D.x1.0025" O.D.x1 3/4" Oilite Bronze Sleeve Bearing w/AM-56 or AM-52 Oil. SECTION L-L ELECTRICAL CABLE PULLEY MOUNTING PLAN (4)-1/2"X1 3/4"H.H.Bolt, A-325 w/(2)F.W.,(1)L.W. &(1)H.N.(typ.(2) places) 5" 1"1 1/2"1 1/2"1" 1 5/8"7/8"1 5/8" 2 " 2 " 2 " 2 " 1 " 1 " 3 " 3 " 8 " 1/4 DETAIL "H" MOUNTING RING SPLICE PLATE 3/8" TYP.PL 1/4" 3/32"R. Bush with .752"I.D. x 1.0025"O.D.x 1 1/8" long Oilite Bronze Sleeve Bearing w/ AM-56 or AM-52 Oil. C 1/2'1/2' ' 9/16"9/16" .160"R. +.004" 2 7 / 1 6 " R . 2 3 / 4 " R .150° SECTION G-G WIRE ROPE PULLEY (Pulley material to be plated steel or Stainless Steel) (6)-5/8"x1 1/4"Slots 1 DETAILS ILLUMINATION HIGH MAST 5-5-86 5-10-86 10-87 10-88 7/8" 1/4 "x1 1/4 " Gusset 4-96 3/8 " O Hole Type 356-T6 or equal) 2 3/4" O Round 72 H M I D ( 3 ) - 0 3 H I G H M A S T I L L U M I N A T I O N D E T A I L S HMID(3)-03 M A L D O N A D O - B U R K E T T I N T E L L I G E N T T R A N S P O R T A T I O N S Y S T E M S , L L P E15126 T B P E R E G . # F - 1 0 2 5 8 P H . ( 3 6 1 ) 2 3 6 - 4 6 1 1 w w w . m b i t s g r o u p .c o m C O R P U S C H R I S T , T E X A S 7 8 4 1 1 3 8 3 3 S O U T H S T A P L E S S T R E E T S U I T E N 2 1 4 80 STR 915 9 6 7 6 3 PROFESS I O N A L E N G I N E E R S T A T E O F T E X AS L I C E N S E D R A M O N H . M A L D O N A D O , J R . I N D E F I N I T E Q U A N T I T Y ( I D I Q ) - R E B I D I M P R O V E M E N T S I N D E F I N I T E D E L I V E R Y , T R A F F I C S I G N A L A N D S T R E E T L I G H T I N G C I T Y o f C O R P U S C H R I S T I T E X A S CITY PROJECT # RECORD DRAWING NO. SHEET of CONSULTANT'S SHEET No. B Y D A T E D E S C R I P T I O N R E V I S I O N N O . B Y D A T E D E S C R I P T I O N R E V I S I O N N O . D e p a r t m e n t o f C a p i t a l P r o g r a m s 9 / 1 1 / 1 5 Texas Department of Transportation Traffic Operations Division DN:CK:DW:CK:C TxDOT JOB COUNTY CONT SECT DIST REVISIONS HIGHWAY SHEET NO. 76D TXDOT TXDOT TXDOT TXDOTJanuary 1986 50 A 480V. Circuit Breaker, NEMA 4 for total lamp watts exceeding 9000, 30A, 480V. Circuit Breaker, NEMA 4 for 9000 or less total lamp watts. Enclosure shall be stainless steel, 14 ga., weatherproof with full length vertical door hinge, welded hasp, lock and two sets of keys. Hinge pin shall be tack-welded to prevent removal. Lock(Master# 2195) and keys shall be furnished by the Attach enclosure with (4) 1/4" S.S. Bolts & Nuts w/ 1/4" Spacers Weathertight Fitting See Detail "R"See Detail "Q" #8 Power Cable 24" min. length below plate. 1 1/4"1 1/4" 2 1/2" 3/16 3/161 / 4 " 3 / 4 " 4 1 / 8 " 3/8" Round Bar VIEW "M-M" Hasp & Lock #8 Power Cable, 5'0" min. length from Connector to Enclo- sure Entrance. Provide a minimum of (2) 3/16" drain holes.120° 1 2 0 ° 1 2 0° 2 1 /2 " 1 3/8" dia. Hole (1) 13/16" Hole (3)11/16" Holes 1 7/8"R.TIE KNOT IN CORD 3 1/2"R. (2) 13/32" Holes M M PLAN VIEW 1 ' - 6 " Cable Clamps Male Female Cable Stay-Cut or Grind Bolts Flush W/inside of Flange. Grease Fitting Winch Mounting Plate (See Sht.3) Switch Enclosures Plastic Insulating Bushing Liquid Tight Flexible Conduit Weathertight Fitting 1" dia. R.M. Conduit to Ground Box. SECTION J-J (WINCH ASSEMBLY) COVER CABLE WITH HEAT SHRINK TUBING FOR ENTIRE LENGTH OF CABLE GRIP PRIOR TO INSULATING CABLE GRIP.Cable Grip-Heavy Duty, Universal Bale, Closed Mesh, Multi-Weave, Stainless Steel,sized for Electrical Cable.Top of Cable Grip Shall not extend higher than 24" above attach- ment plate. Double wrap eye ends through thimble-eye nut to shorten length. Install stainless steel band at top of grip after positioning. 5/16" S.S. Aircraft Cable with 5/8"x12" S.S. Ter- minal Bolt End w/6" thread, swaged to one end.(3 req., 120° apart.) 1/8" S.S. Cotter Pin 3/4" Galv. Thimble Eye Nut & L.W. Type W. 1" Insulating Conduit Bushing & Locknut. 3/8" R. 1" All-thread Conduit Nipple 1" Female Liquid Tight Cord Connector Cable Attaching Plate Coil Spring,(3 req.) 5/8" Galv. Flatwasher (6 req.) 3/4" Galv. Hex. Nut & L.W. 3/8"S.S. Aircraft Cable with 3/4"x8" S.S. Terminal Bolt End w/3 1/2" thread, swaged to one end. (1 req.) 5/8" Galv.Hex.Nut & Hex.Locknut,(3 ea.req.) 1/8" S.S. Cotter Pin, (typ. 3 places) DETAIL "Q" (CABLE ATTACHING PLATE) 3/8"Cable for this Project shall be 19x7 Rotation Resistant per NOTE: Wire Rope Winch Handhole Ref. 1 1/2"dia. hole in Pole Allen Head Set Screw 3/4"Sq.Shaft "U"Slip Joint 3/4" Round Shaft x 1 1/2" w/ 3/16" Keyway Hex Nut F.W. Leveling Nut "U" Slip Joint shall be keyed to winch shaft and secured by set screw. "U" Joint shall remain attached to the winch. Drill and Tap Pole for 1/2"x1/4" Bolts(3 req.) (See Detail "S" for Winch drive Access Cover) Set ScrewsJ J POWER DRIVE ASSEMBLY 6 " See Detail "P" Cast Aluminum J-box.Bolt to Drill Body with existing holes. See Detail "P" Drill Body Water-tite Cord conn.(3 req.) From Transformer To Remote Switch. Wire Switch for forward(up), off(center),reverse(down). 10' Cord length,min. Torque Limiter Coupling Pillow Block-with Ball Bearings Boston Series S Sealmaster Type NP or approved equal. Provide spacers for mounting to channel. 3/4" Round Shaft with 3/16" Key Ways. ƒ" Round to #3 Morse Taper Adapter 1"x3" Conduit Nipple w/straight thread. 1" Conduit Coupling, Galv. Nylon Insulated 90° Connector for Liquid Tight Flexible Metal Conduit. Pole Shaft Lock Nut, Sealing Fitting type (3 req.) 1" Liquid Tight Flexible Metal Conduit. (POWER FEED FROM GROUND BOX) DETAIL "R" ENCLOSURE ENTRANCES Switch Enclosure Plastic Insulating Bushing. Lock Nut, Sealing Fitting type (3 req.) 1"x3" Conduit Nipple w/straight thread. Chase Liquid Tight Cord Connector. Discard Chase Nipple. Pole Shaft Power Cable #8/3C. Type W (POWER OUT TO LIGHT RING) 8 3/4" 1 7/8"4 5/32"± 1 1/2" 9/16" holes (3 req.) C8 x4.75X2'-6 1/2" 3/16 2" dia.hole 9 " 1 3 / 8 " 3 1 / 8 " 2 1 / 8 " 2 3 / 8 " 1 1/4" Verify L 4 7 / 8 " Make from 6061-T6 Aluminum* SECTION K-K (DRILL MOTOR MOUNTING PLATE) Provide spacers for Pillow Block,approx. 2 25/32", verify. 8" 1"1" 9/16" Hole,typ. 1/2"R (typ.) 1/4" PL 4 1 / 2 " 1 " 1 " 7 1 / 4 " 5 1 / 4 " DETAIL "S" (WINCH DRIVE ACCESS COVER) TABLE OF "U" DIMENSIONS Pole Ht. Ft. 100 125 150 175 3 1/2" 4 1/2"4 1/2" 2 1/2" 2 1/2" 2 1/2"2 1/2" 2 1/2" 2 1/2" 8 Sided 80 MPH 100 MPH 8 Sided 80 MPH 12 Sided 12 Sided 100 MPH (DRILL MOTOR NOT SHOWN) Handle-make from 3/4" Sch.40 Alum. Conduit. Weld to bottom of Flange 100',125' & 150' Lgt. Std. 175' Lgt. Std. NOTE: The drive train of the Power Drive Assembly between the driving motor and the winch shall be within two degrees of perfect alignment. 20" K 1/2"R K C Drive Shaft S e e T a b l e " U " C.8x18.75 C Channel 2 5/16"2 5/16" 1 5 3 / 8 " 1 0 3 / 8 " 2 " 2 " 2 " 2 " 4 1 / 2 " 4 1 / 2 " 4 " 4 " 5 7 / 8 " 1 0 7 / 8 " 100',125'&150'Lgt.Std. 175' Lgt. Std. Pole & Ref. Line NOTE:Attach winch plate to channel with (6) 1/2"X 2" H.H. Bolt (A-325) w/F.W. & L.W.,all.H.D.G. (6) 1" x 2" Slots DETAIL "P" (WINCH MOUNTING CHANNEL) Dimensions may vary-Verify with winch manufacturer. C Weld 1/2" Hvy. Hex Nut over 9/16" dia.. hole,(far side).Re-tap threads after galvanizing. 1 6 " 3 1/2" 3 1/2"3 1/2" 3 1/2" 3 1/2" 3 1/2"3 1/2" 5 * DETAILS ILLUMINATION HIGH MAST 4-86 5-86 12-3-86 12-8-86 12-87 10-93 4-89 * contractor and shall be the same type as used for the service enclosures. Enclosure dimensions shall be approx. 20" high x 9" wide x 5" deep. Breakers are to be mounted on a dielectric mounting board or high voltage insulating paper. CORD CONNECTORS, SEE SHEET 8 FOR SPECIFICATION Sheet 9. Electrical Cable,#8/3C. 2"2" P 9"x8 3/4"x3/8" 4-96 73 H M I D ( 4 ) - 0 3 H I G H M A S T I L L U M I N A T I O N D E T A I L S HMID(4)-03 M A L D O N A D O - B U R K E T T I N T E L L I G E N T T R A N S P O R T A T I O N S Y S T E M S , L L P E15126 T B P E R E G . # F - 1 0 2 5 8 P H . ( 3 6 1 ) 2 3 6 - 4 6 1 1 w w w . m b i t s g r o u p .c o m C O R P U S C H R I S T , T E X A S 7 8 4 1 1 3 8 3 3 S O U T H S T A P L E S S T R E E T S U I T E N 2 1 4 80 STR 915 9 6 7 6 3 PROFESS I O N A L E N G I N E E R S T A T E O F T E X AS L I C E N S E D R A M O N H . M A L D O N A D O , J R . I N D E F I N I T E Q U A N T I T Y ( I D I Q ) - R E B I D I M P R O V E M E N T S I N D E F I N I T E D E L I V E R Y , T R A F F I C S I G N A L A N D S T R E E T L I G H T I N G C I T Y o f C O R P U S C H R I S T I T E X A S CITY PROJECT # RECORD DRAWING NO. SHEET of CONSULTANT'S SHEET No. B Y D A T E D E S C R I P T I O N R E V I S I O N N O . B Y D A T E D E S C R I P T I O N R E V I S I O N N O . D e p a r t m e n t o f C a p i t a l P r o g r a m s 9 / 1 1 / 1 5 Texas Department of Transportation Traffic Operations Division DN:CK:DW:CK:C TxDOT JOB COUNTY CONT SECT DIST REVISIONS HIGHWAY SHEET NO. 76E TXDOT TXDOT TXDOT TXDOTJanuary 1986 2-#10XHHW 4 8 0 V 1 2 0 V OBS.LT.(TYP. 3 PLACES) 2 # 12 XHHW IN INCH OR ƒ INCH LIQUID TIGHT FLEXIBLE METAL CONDUIT J BOX (TYP.) M A SAFETY CHAIN CAST ALUMINUM HOUSING LATCH AND SPRING ASSEMBLY (TYP.) SQUARE HEAD SET SCREW 1"BOTTOM HUB NEOPRENE GASKET RED FRESNEL LENS LAMP RECEPTACLE W/SHAKE PROOF SHELL LAMPS 116W 120V 6000 HR CLEAR 14 GUAGE STAINLESS STEEL W/ RAINTIGHT COVER 50 AMP 600 VOLT FLANGED INLET ƒ" EXTERIOR PLYWOOD DRILL ‚" DIA. HOLE FOR DRAINAGE (TYP.) OPPOSITE CORNERS BUSHED CONNECTION TO TRANFORMER 600 VOLT TERMINAL BLOCKS PLAN "CLR.ALL AROUND(TYP.) SCREWS, FW AND LW COVER TO HAVE " MIN. LIP ALL AROUND. TRANSFORMER DETAIL "T" (TERMINAL BOX) DETAIL "U" (OBSTRUCTION LIGHT) LIGHT MOUNTING RING ƒ" LIQUID TIGHT FLEXIBLE METAL CONDUIT (TYPICAL) WATERTIGHT CONNECTIONS(TYP.) TERMINAL BOX (SEE DETAIL "T") 0.75 KVA DRY TYPE TRANSFORMER (MOUNT ON BOTTOM OF TERMINAL BOX) 4"X4"X2" CAST ALUMINUM JUNCTION BOX WITH BLANK COVER AND NEOPRENE COVER SHALL BE ATTACHED WITH SCREWS LOCATED AT BOX CORNERS.WATER-TIGHT CONNECTORS (TYP.) TIGHT FLEXIBLE METAL CONDUIT (TYPICAL WIRING FOR LUMINAIRE) REFERENCE LINE WATER-TIGHT CONNECTORS(TYP.) (TYPICAL WIRING TO OBSTRUCTION LIGHT) GREEN G R E E N GREEN FLANGED INLET 480V. INPUT FLEX CONDUIT TO JCTN.BOXES R E D B L U E W H I T E W H I T E RED BLUE B L U E R E D BBTO JCTN.BOXES FLEX CONDUIT G R E E N B L A C K BLUER E D B L A C K WHITE B L A C K 3A FUSE BLOCKS PRIMARY 480V 120V SECONDARY 480V./120V. TRANSFORMER ALL LIGHTS SHALL BE INDIVIDUALLY FUSED AT FIXTURE TERMINAL BOX SCHEMATIC TERMINAL BLOCKS 0.75KVA 480-120V. TRANSFORMER (WEATHERPROOF) 3AMP FUSE, EACH LEG AT TERMINAL BLOCKS. 2-#10XHHW 3-#8XHHW TERMINAL BOX ON MTG. RING LUMINAIRE(TYP.) 2 # 10 XHHW IN INCH OR ƒ INCH LIQUID TIGHT FLEXIBLE METAL CONDUIT NOTE: SECURE CONNECTOR BODY TO FLANGED INLET W/S.S.REMOVABLE CLAMP TO PREVENT ACCIDENTAL DIS-ENGAGEMENT. CONTROL DEVICE. LABEL "UP"-"OFF"-"DOWN". FURNISH SELF-CENTERING SWITCH. DRILL MOTOR #12 CONTROL CABLE W/GROUND,10' MIN. LENGTH. #12/3C TYPE SO CORD 1.5KVA,480-120V. TRANSFORMER,WEATHER- PROOF.(SEE NOTES 2.&5.) 10A 600V IN-LINE FUSE NOTE: GROUND WIRE FROM TERMINAL BOX TO JUNCTION BOXES NOT SHOWN SCHE- MATIC. SEE TERMINAL BOX SCHEMATIC. GROUND WIRE TO BE #12XHHW. NOTES: 1. OBSTRUCTION LIGHTS COLOR CODE: FROM SECONDARY SIDE OF TRANSFORMER THROUGH- OUT-CIRCUIT TO SOCKET, WHITE-NEUTRAL, 2. POWER SUPPLY CORD TO FLANGED INLET: GREEN-GROUND, WHITE LINE, BLACK LINE. BLOCKS: GREEN-GROUND,RED LINE, BLUE- LINE. FROM THERE ON ALL 480V. CIRCUIT WIRES TO BE RED AND BLUE TO JUNCTION BOXES. 3. WIRE SIZE FROM POWER SUPPLY TO TERMINAL 4. WIRE SIZE FROM TERMINAL BLOCKS TO 5. MOUNT TERMINAL BLOCKS ON ƒ" EXTERIOR GRADE PLYWOOD. 6. FOR 2-WIRE, 480V. SERVICE, OMIT FUSE IN A B DETAILS ILLUMINATION HIGH MAST 10-88 10-93 6-87 11-87 FROM FLANGED INLET TO TERMINAL 2 POLE,3 WIRE,CASE GROUNDED, FLANGED INLET W/LIFT COVER. 2 POLE,3 WIRE,CASE GROUNDED CORD CONNECTOR BODY, ARMORED W/CORD GRIP. AND RUBBER COVER. 50 AMP 600V, 50 AMP 600V, 1/2 INCH OR 3/4 INCH LIQUID 600V CORD ARMORED W/CORD GRIP. MAINTENANCE JUMPER CABLE (SEE NOTE5.) ONE-LINE SCHEMATIC CASE GROUNDED CORD CONNECTOR BODY, ARMORED W/CORD GRIP. (30AMP CICUIT BREAKER FOR 9000 OR LESS TOTAL LAMP WATTS.) (50 AMP CIRCUIT BREAKER FOR TOTAL LAMP WATTS EXCEEDING 9000) BREAKER ENCLOSURE 10'-#8/3C CORD, TYPE W 50 AMP 600V, 2 POLE, 3 WIRE, CORD CONNECTORS, SEE SHEET 8 FOR SPECIFICATION. 1/2 INCH OR 3/4 INCH LIQUID TIGHT FLEXIBLE METAL CONDUIT GASKET, MINIMUM (4) 3/4 " HUBS (TYP.) SEE SHEET 10 BLACK-LOAD. BLOCKS SHALL BE #8 AWG-SEE . JUNCTION BOXES SHALL BE #12 AWG. GROUNDED CONDUCTOR IN LEADS TO TRANSFORMER. 6" x 18" x 6" TERMINAL BOX, ATTACH WITH (4)10-24 MACHINE 1. PLUGS, CONNECTOR BODIES AND FLANGED INLETS AT CORD TO RING CONNECTION SHALL BE "TWIST LOCK" TYPE, 3-PRONG, RATED 50 AMPS AT 600V, AND 20 AMPS FOR 120 V. 50 AMP CONNECTORS SHALL BE 3 WIRE CASE GROUNDED, ARMORED, WITH 2. PROVIDE HANDLE ON 1.5KVA TRANSFORMER FOR PORTABILITY. 3. CIRCUIT BREAKERS SHALL BE ITE #E43B030 OR #E43B050, 5. A MINIMUM OF ONE (1) MAINTENANCE JUMPER CABLE SHALL BE NOTES: SQUARE "D" #FAL24030 S/N OR #FAL24050 S/N, OR EQUAL. SUPPLIED FOR EACH PROJECT. SUPPLY ONE (1) PORTABLE TRANS- FORMER FOR EACH POWER DRIVE UNIT REQUIRED FOR PROJECT. CORD GRIP, 20 AMP CONNECTOR SHALL BE 3 WIRE GROUNDING WITH CORD GRIP, NEMA TYPE L5-20. (SEE ONE-LINE SCHEMATIC) 4. CONDUIT ENTRIES INTO TERMINAL BOX SHALL BE INTO THE SIDE OF THE BOX. 4-96 #8/3C CORD TYPE W, 2-#12 XHHW #12/3C TYPE SO 50 AMP 600V, 2 POLE, 3 WIRE, 74 H M I D ( 5 ) - 0 3 H I G H M A S T I L L U M I N A T I O N D E T A I L S HMID(5)-03 M A L D O N A D O - B U R K E T T I N T E L L I G E N T T R A N S P O R T A T I O N S Y S T E M S , L L P E15126 T B P E R E G . # F - 1 0 2 5 8 P H . ( 3 6 1 ) 2 3 6 - 4 6 1 1 w w w . m b i t s g r o u p .c o m C O R P U S C H R I S T , T E X A S 7 8 4 1 1 3 8 3 3 S O U T H S T A P L E S S T R E E T S U I T E N 2 1 4 80 STR 915 9 6 7 6 3 PROFESS I O N A L E N G I N E E R S T A T E O F T E X AS L I C E N S E D R A M O N H . M A L D O N A D O , J R . I N D E F I N I T E Q U A N T I T Y ( I D I Q ) - R E B I D I M P R O V E M E N T S I N D E F I N I T E D E L I V E R Y , T R A F F I C S I G N A L A N D S T R E E T L I G H T I N G C I T Y o f C O R P U S C H R I S T I T E X A S CITY PROJECT # RECORD DRAWING NO. SHEET of CONSULTANT'S SHEET No. B Y D A T E D E S C R I P T I O N R E V I S I O N N O . B Y D A T E D E S C R I P T I O N R E V I S I O N N O . D e p a r t m e n t o f C a p i t a l P r o g r a m s 9 / 1 1 / 1 5 Texas Department of Transportation Traffic Operations Division DN:CK:DW:CK:C TxDOT JOB COUNTY CONT SECT DIST REVISIONS HIGHWAY SHEET NO. 76F TXDOT TXDOT TXDOT TXDOTJanuary 1986 30°15° 30° 30° 30° 30° 30° 30° 30° 15° 15° 15° 15° 15° 15° 15° 1 2 3 4 5 6 7 8 910 11 12 FREEWAY SIDE REF.LINE R.O.W. SIDE 12-LIGHT SETTING LUMINAIRE LOCATIONS NOTE:AIRCRAFT OBSTRUCTION LIGHT LOCATIONS NOT SHOWN. THREE ARE REQUIRED LOCATED APPROX.120° APART. LOCATIONS WILL VARY DEPENDENT ON THE LIGHT SETTING USED. NOTE:MIN.SWAGE LENGTH = 2.06 MAX.SWAGE LENGTH = 2.94 .140 DIA.HOLE 5/8-11 UNC THREADS .219 6.0 12.0 3.0 .635 DIA.BEFORE SWAGING .328 DIA. .563 DIA. MATERIAL:STAINLESS STEEL, TYPE 303SE OR 304 WITH 115,000 P.S.I. MAX.ULTIMATE TENSILE STRENGH. TERMINAL FOR Š"WIRE ROPE -.005 +.000 .563 DIA.AFTER SWAGING +.008 -.000 -.000 +.005 6° +.000 -.008 +.010 -.000 .360 DIA. 1 12° .390 DIA. +.008 -.000.625 DIA.AFTER SWAGING .703 DIA.BEFORE SWAGING +.000 -.005 WITH 115,000 P.S.I. MAX.ULTIMATE TENSILE STRENGH. MATERIAL:STAINLESS STEEL, TYPE 303SE OR 304 .140 DIA.HOLE .219 TERMINAL FOR …"WIRE ROPE 3/4-10UNC THREADS MAX.SWAGE LENGTH = 3.44 NOTE:MIN.SWAGE LENGTH = 3.12 .625 DIA. -.008 +.000 3.5 -.000 .008+6° 12° .430 DIA. -.000 +.010 3.5 8.0 AREALIGHT MOUNTING ASSEMBLY (SYMMETRIC AND ASYMMETRIC) NOTES:IF ASYMMETRIC FIXTURES ARE USED, THE REFRACTORS SHALL BE ORIENTED TO PROPERLY ILLUMINATE THE ADJACENT ROADWAYS. ORIENTION SHALL BE AS SHOWN IN PLANS. GENERAL NOTES: 1. AFTER FINAL AIMING HAS BEEN COMPLETED AND APPROVED BY THE ENGINEER, FIXTURES MUST BE LOCKED IN POSITION. CON- TRACTOR MUST SUBMIT PROPOSED LOCKING SCHEME WITH THE FIXTURE SUBMITTAL. (FLOODLIGHTS ONLY). O.D. Pipe 2.375" 1 updated drawings. diagrams and Removed obsolete 3/03 Revision 1 DETAILS ILLUMINATION HIGH MAST 10-93 10-95 4-96 3-03 75 H M I D ( 6 ) - 0 3 H I G H M A S T I L L U M I N A T I O N D E T A I L S HMID(6)-03 M A L D O N A D O - B U R K E T T I N T E L L I G E N T T R A N S P O R T A T I O N S Y S T E M S , L L P E15126 T B P E R E G . # F - 1 0 2 5 8 P H . ( 3 6 1 ) 2 3 6 - 4 6 1 1 w w w . m b i t s g r o u p .c o m C O R P U S C H R I S T , T E X A S 7 8 4 1 1 3 8 3 3 S O U T H S T A P L E S S T R E E T S U I T E N 2 1 4 80 STR 915 9 6 7 6 3 PROFESS I O N A L E N G I N E E R S T A T E O F T E X AS L I C E N S E D R A M O N H . M A L D O N A D O , J R . I N D E F I N I T E Q U A N T I T Y ( I D I Q ) - R E B I D I M P R O V E M E N T S I N D E F I N I T E D E L I V E R Y , T R A F F I C S I G N A L A N D S T R E E T L I G H T I N G C I T Y o f C O R P U S C H R I S T I T E X A S CITY PROJECT # RECORD DRAWING NO. SHEET of CONSULTANT'S SHEET No. B Y D A T E D E S C R I P T I O N R E V I S I O N N O . B Y D A T E D E S C R I P T I O N R E V I S I O N N O . D e p a r t m e n t o f C a p i t a l P r o g r a m s 9 / 1 1 / 1 5 Texas Department of Transportation Traffic Operations Division DN:CK:DW:CK:C TxDOT JOB COUNTY CONT SECT DIST REVISIONS HIGHWAY SHEET NO. 76G TXDOT TXDOT TXDOT TXDOTJanuary 1986 DETAILS ILLUMINATION HIGH MAST 9-91 10-93 4-96 1 1. AREA LIGHTING (Bid under Item 614, "High Mast Illumination Assemblies") A. Area lighting shall be symmetric or asymmetric, as shown on the descriptive code. The number and wattage of the fixtures on each pole shall be as shown on the lighting layouts. The lighting pattern for symmetric fixtures shall be IES Type V; for asymmetric fixtures, it shall be IES Type II, III, or IV. B. All luminaires shall be pre-qualified before installation. A sample of each type of luminaire to be considered for pre-qualification shall be submitted to TXDOT's Traffic Operations Division - Traffic Engineering Section (TRF-TE). Traffic Operations Division - TE Texas Department of Transportation 125 East 11th Street Austin, TX 78701-2483 Sample luminaires are non-returnable. A list of pre-qualified luminaires may be obtained by contacting TRF-TE. In addition, luminaires will be sampled and tested in accordance with Item 614. Luminaires that inconsistently pass testing or that are inconsistent with published photometric information will be removed from the pre-qualified list at the discretion of the Engineer. Once a fixture has been approved, no changes shall be made in any material or manufacturing methods without prior approval of the Department. Unapproved changes will result in rejection of all fixtures. C. Symmetric and Asymmetric fixtures shall meet the following requirements unless otherwise approved by the Engineer: 1. Luminaire Construction a) The luminaire housing shall be formed, cast or drawn from low copper aluminum and shall be free of cracks and excessive porosity. Formed aluminum shall have a minimum thickness of 0.090, and shall have all seams welded. The minimum thickness of cast parts shall be as approved by the Engineer. Nuts, screws, and washers shall be made of Type 316 stainless steel. The housing shall be marked with minimum 2" letters to indicate the photometric type as being either A, B, C, or S as specified. Marking shall be permanent and shall be by stencil or stick on labels similar to "wattage" label on cobra heads. Wattage label will not be required on high mast fixtures. The fixture housing shall be constructed separate from the fixture reflector. b) Fixtures shall be natural aluminum in color or shall be painted gray. c) The slipfitter shall securely attach the luminaire to the tenon on the ring assembly with a minimum of 2 bolts and clamp. A positive means of vertical adjustment shall be provided. d) For optical assemblies with lenses, reflectors shall be polished aluminum with Alzak or equal coating and shall not be painted. The optic assembly shall be sealed. The lens shall be tempered glass or prismatic glass, either flat or sag. The optic assembly shall be provided with a resilient seamless or sonically welded silicone rubber gasket, and constructed so that a positive seal against weather and other contaminants will be maintained. The latches shall be stainless steel, spring loaded, and hand operated (2 latches minimum, 3 attachment points),and shall provide a positive means of maintaining closure of the luminaire. e) For optical assemblies without lenses, optical assembly shall consist of an open ventilated borosilicate glass reflector. The reflecting prisms shall be protected from dirt depreciation by a spun on hermetically sealed aluminum cover. There shall be no glass lens/refractor on this optical assembly. f) Asymmetric fixtures shall have field rotatable optics with accurate degree of rotation markings. Reflector shall have "house side" and "street side" markings. g) The socket shell shall be nickel plated and shall be rigidly attached to a high grade porcelain mogul base, which shall extend and enclose the metal shell. A locking means shall be incorporated in the shell of the socket to positively resist the removal of the lamp. This locking means shall be a spring loaded center tip. Lamp socket shall be non-adjustable and shall be riveted, welded, or otherwise permanently installed. Lamps shall be held securely in the proper position with a lamp support. h) The terminal block shall use nickel plated brass connectors. i) Fixture weight including ballast shall not exceed 80 pounds, and effective projected area (EPA) shall not exceed 2.62 square feet. j) The Contractor may be responsible for fixture testing costs. See TXDOT's "Manual of Testing Procedures," Chapter 11 - "Traffic Systems and Illumination," TEX-1110-T - "Sampling Lighting Assemblies," at http://manuals.dot.state.tx.us/dynaweb/. 2. Photometrics a) The Contractor shall submit a computer generated light level array of the area to be lighted by high mast poles. All computer generated arrays shall have 400 watt fixtures derated to 40,000 lumens per lamp. b) The Type "A" 400 watt asymmetric fixture shall be IES cutoff. The Department will use the measured photometric data of sampled fixtures to run the following tests on a computer simulation: (1) When mounted in the level position, 50 ft. above the midpoint and 20 ft outside of either long side of a rectangular area measuring 340 ft. by 50 ft., the fixture shall pass the following tests: (a) The fixture shall provide a measured minimum intensity of 0.15 horizontal foot-candles at any point on the surface of this area. (b) The fixture shall provide a measured maximum to minimum light ratio, based on horizontal foot-candles, of less than 25. (c) The fixture shall provide an average measured intensity of 0.6 horizontal foot-candles on the surface area. (2) When mounted in the level position, 50 ft. above the midpoint and 20 ft outside of either long side of a rectangular area measuring 260 ft. by 30 ft., the fixture shall provide a measured minimum intensity of 0.30 horizontal foot-candles at any point on the surface of this area. c) The Type "B" 400 watt asymmetric fixture shall be IES cutoff. The Department will use the measured photometric data of sampled fixtures to run the following tests on a computer simulation: (1) When mounted in the level position, 50 ft. above the midpoint and 20 ft outside of either long side of a rectangular area measuring 260 ft. by 65 ft., the fixture shall pass the following tests: (a) The fixture shall provide a measured minimum intensity of 0.15 horizontal foot-candles at any point on the surface of this area. (b) The fixture shall provide a measured maximum to minimum light ratio, based on horizontal foot-candles, of less than 25. (c) The fixture shall provide an average measured intensity of 0.6 horizontal foot-candles on the surface area. (2) When mounted in the level position, 50 ft. above the midpoint and 20 ft outside of either long side of a rectangular area measuring 200 ft. by 40 ft., the fixture shall provide a measured minimum intensity of 0.30 horizontal foot-candles at any point on the surface of this area. d) The Type "C" 400 watt asymmetric fixture shall be IES cutoff. The Department will use the measured photometric data of sampled fixtures to run the following tests on a computer simulation: (1) When mounted in the level position, 50 ft. above the midpoint and 20 ft. outside of either long side of a rectangular area measuring 220 ft. by 80 ft., the fixture shall pass the following tests: (a) The fixture shall provide a measured minimum intensity of 0.15 horizontal foot-candles at any point on the surface of this area. (b) The fixture shall provide a measured maximum to minimum light ratio, based on horizontal foot-candles, of less than 25. (c) The fixture shall provide an average measured intensity of 0.6 horizontal foot-candles on the surface area. (2) When mounted in the level position, 50 ft. above the midpoint and 20 ft. outside of either long side of a rectangular area measuring 160 ft. by 50 ft., the fixture shall provide a measured minimum intensity of 0.30 horizontal foot-candles at any point on the surface of this area. e) The Type "S" 400 watt Symmetric fixture shall be IES cutoff. The Department will use the measured photometric data of sampled fixtures to run the following tests on a computer simulation: (1) When mounted in the level position at 50 foot mounting height, the fixture shall provide the minimum light levels as shown below: (a) 0.15 horizontal foot-candles within a 130 foot radius. (b) 0.30 horizontal foot-candles within a 100 foot radius. (c) 0.50 horizontal foot-candles within a 60 foot radius. 3. Ballasts a) All ballasts shall be isolated-winding lag-type magnetic regulators designed to operate 400 watt high pressure sodium lamps rated 480 volts. Ballasts shall be capable of starting lamps at an ambient temperature of -20 degrees F. Ballast wiring shall include a grounding terminal bonded to metal housing. Ballasts shall be fused with a 5 amp time-delay fuse in an insulated fuse holder. Fuse holders shall be internal to the housing. Ballast wiring to the terminal board shall be through a quick-disconnect plug. Windings shall be made from copper wire. b) When the circuit voltage indicated on the plans is applied, the ballast input wattage during fluctuations of the test voltage of +10% and -10% shall not exceed 552 watts for a 400 watt HPS lamp.Requirements Lighting Revised Area 3/03 Revision 1 3-03 76 H M I D ( 7 ) - 0 3 H I G H M A S T I L L U M I N A T I O N D E T A I L S HMID(7)-03 M A L D O N A D O - B U R K E T T I N T E L L I G E N T T R A N S P O R T A T I O N S Y S T E M S , L L P E15126 T B P E R E G . # F - 1 0 2 5 8 P H . ( 3 6 1 ) 2 3 6 - 4 6 1 1 w w w . m b i t s g r o u p .c o m C O R P U S C H R I S T , T E X A S 7 8 4 1 1 3 8 3 3 S O U T H S T A P L E S S T R E E T S U I T E N 2 1 4 80 STR 915 9 6 7 6 3 PROFESS I O N A L E N G I N E E R S T A T E O F T E X AS L I C E N S E D R A M O N H . M A L D O N A D O , J R . I N D E F I N I T E Q U A N T I T Y ( I D I Q ) - R E B I D I M P R O V E M E N T S I N D E F I N I T E D E L I V E R Y , T R A F F I C S I G N A L A N D S T R E E T L I G H T I N G C I T Y o f C O R P U S C H R I S T I T E X A S CITY PROJECT # RECORD DRAWING NO. SHEET of CONSULTANT'S SHEET No. B Y D A T E D E S C R I P T I O N R E V I S I O N N O . B Y D A T E D E S C R I P T I O N R E V I S I O N N O . D e p a r t m e n t o f C a p i t a l P r o g r a m s 9 / 1 1 / 1 5 Texas Department of Transportation Traffic Operations Division DN:CK:DW:CK:C TxDOT JOB COUNTY CONT SECT DIST REVISIONS HIGHWAY SHEET NO. 76H TXDOT TXDOT TXDOT TXDOTJanuary 1986 DETAILS ILLUMINATION HIGH MAST 10-93 4-96 4-89 (3 total) light obstruction 120 v per photocell) (up to 3 Fixtures High Mast coil contact arrestor Lightning to 4 total) photocell (up One foot-candle disconnect 30A High Mast foot-candles at 35 energized service 480 V from come on when sun goes down at 1 foot-candle. circuit at 35 foot-candles. Fixtures off when FAA photocell energizes One foot-candle photocell keeps High Mast fixtures One Foot-candle Photocell Schematic and FAA photocell is installed in electrical service. Use on ring when obstruction lights are installed c) During fluctuation of the line voltage of +10% or -10%, the lamp wattage fluctuation shall not exceed a total of 20%. Ballast shall maintain lamp wattage between 280 and 475 watts for a 400 watt HPS lamp. d) The power factor of any ballast when tested at the circuit voltage indicated in the plans shall not be less than 90% at any point in life. Ballast factor shall be between .95 and 1.0. e) The electronic starting aid shall provide a starting pulse with an amplitude of 2500 volts minimum, 4000 volts maximum. The pulse width shall be a minimum of 0.8 microseconds at 2250 volts. The pulse shall occur when the open-circuit voltage is equal to or greater than 90 percent of peak open-circuit voltage. Pulse repetition rate shall be a minimum of one per cycle and pulse current shall be a minimum of 0.18 amperes. Electronic starting aids shall be replaceable without the use of tools. The starting aid shall discontinue to pulse when the lamp starts. Starter shall sense an inoperative or missing HPS lamp and automatically shut down luminaire to protect ballast after 10 minutes. f) Ballasts shall permanently and clearly indicate the following: lamp type, catalog number, voltage rating, connection diagram, and manufacturer. Capacitors in all luminaires shall be non-PCB type. 4. Lamps a) All lamps shall be new and of recent manufacture. b) Lamps shall be high pressure sodium and shall meet ANSI C78 requirements. Lamps shall be the type that extinguish at the end of usable lamp life and remain extinguished without cycling. 400 watt lamps shall contain less than 4.0 mg of mercury. Lamps shall be lead free and shall pass the Federal Toxic Characteristic Leachate Procedure (TCLP). Lamp shall be Osram-Sylvania LU400/Eco Plus. No alternatives will be approved. c) 400 watt high pressure sodium lamps shall have average initial lumens of 50000 and average rated life of 24000 hours. 2. GENERAL A. All material shall be in accordance with the applicable sections of the NEC. All conduit and conductors shall be in accordance with the materials and construction methods requirements of Items 618 and 620. Heat shrink tubing for use with cable grips and cable splicing shall meet the requirements of Item 620. B. Where stainless steel bands are called for on the HMID sheets, stainless steel hose clamps may be provided. Stainless steel bands and stainless steel hose clamps shall be provided with stainless steel clips or stainless steel screws. C. Obstruction Lights 1. When obstruction lights are required by layout sheets, summary sheets or general notes, the entire high mast assembly shall be controlled by an FAA approved photocell mounted inside the service enclosure. Ring mounted luminaires shall be controlled by up to 4 additional ring mounted photocells, with each photocell controlling up to 3 fixtures. Photocells shall meet the following requirements: a) All photocells shall consist of a photoelectric cell, an internal lightning arrestor, and a relay or bimetallic switch mounted inside a weather proof enclosure with standard 3-prong twist lock photocell plug and receptacle. The enclosure shall be made of poly-acrylic with clear acrylic window. Enclosure chassis shall be molded thermosetting plastic. The photocell shall have an arrestor rated 2.0kV sparkover with 5000 amps follow-through. Relay or switch shall be time delay type with normally closed contacts. Photocell shall be rated a minimum of 1800 VA. b) Service enclosure mounted photocell (FAA photocell) shall turn on at light levels below 35 foot-candles and off at levels above 58 foot-candles, in accordance with FAA requirements. This photocell shall be rated for operation at 240 volts. A permanent placard shall be installed on the inside of the service enclosure door to indicate that an FAA approved photocell is required. c) High mast assembly ring mounted photocells (one foot-candle photocells) shall turn on at light levels below 1.0 (plus or minus 0.5) foot-candle, and shall turn off at 2 foot-candles higher than this level. These photocells shall be rated for operation at 480 volts. Photocells shall be mounted upright on the terminal box or on various junction boxes around the ring as approved by the Engineer. Conduit entries shall not be made into the top of the terminal box or junction boxes. The Contractor shall submit mounting details to the Engineer for approval. 2. When obstruction lights are not required, eliminate the 3 obstruction light fixtures, 3 mounting posts, 480/120 volt transformer, 120 volt wiring, and 3 mounting post support connections shown on detail "E", sheet 1. D. The male cord connector on the lower end of the Type W cord running up the pole, the female cord connector for the Type W cord running to the circuit breaker enclosure and the male connector on the maintenance jumper shall meet the following or approved equal specifications: 1. Arrow Hart pin and sleeve watertight connectors UL listed, catalog numbers AH330C7W and AH330P6W. 2. Bryant watertight pin and sleeve connectors UL listed, catalog numbers 330C6W and 330P6W. 3. Hubble pin and sleeve connectors UL listed, catalog numbers HBL330C7W and HBL 330P7W. 4. The male connector for use with the Type W maintenance jumper shall be a pin and sleeve connector of one of the above types. The Contractor shall attach a 50 amp twist lock receptacle to the opposite end of the maintenance jumper to match the flange mounted plug on the ring and the portable transformer. 5. The Contractor shall make a brochure submittal on the cord connectors. E. When shown on the plans, spill light shall be restricted to less than 0.15 horizontal footcandles. F. The Contractor shall provide shop drawings for high mast illumination assemblies in accordance with this Item and Item 441. An Engineer licensed in the State of Texas shall seal the shop drawings. 3. TESTING A. Fixtures, lamps and ballasts will be sampled and tested in accordance with the Department "Manual of Testing Procedures" except as noted in these specifications. B. Ballasts and fixtures will be tested using a reference lamp. C. The Department will bear the cost of all testing of equipment that complies with the specification requirements. However, the source of supply of fixtures and ballasts must be approved as required in Article 6.1 of the Standard Specifications. Such approval will be contingent on the supplier agreeing to bear the cost of testing any equipment that fails to comply with the specification requirements listed in this specification. D. All other equipment will be tested in accordance with Item 614 of the Standard Specifications and Materials and Test Division Test Standards. E. After High Mast Assembly has been completely assembled, the Engineer may require Contractor to fully lower and raise each high mast ring one time to demonstrate proper operation of the lowering mechanism, or may require the ring to be lowered for ring or fixture inspection. If any malfunction occurs, the problem shall be corrected at the Contractor's expense and the lowering test will be repeated. 4. MOUNTING RING AND SUPPORT ASSEMBLY A. Ring and support assembly shall be fabricated from steel having a minimum yield strength of 36 KSI. B. Cover assemblies, fittings and miscellaneous parts shall be as outlined on the plans. C. All hardware shall be hot-dipped galvanized per ASTM A153 or shall be stainless steel, unless noted otherwise on the plans. 5. WINCH A. Housing shall be high tensile strength die-cast silicon aluminum. Cable drum shall be fabricated from seamless steel tubing with stamped steel flanges and shall be hot-dipped galvanized. Drum shall have a minimum diameter of 4.5 inches. Drum shall be keyed to drum shaft. Drum and flanges shall be sized so that, when the fixture mounting ring is in the raised position, the cable including one full layer will fill the drum to no more than two-thirds of full capacity. Drum shaft shall be ground from stainless steel and mounted on lubricated bronze bearings with seals. Wormgear shall be made of nickel-bronze and worm shaft shall be high-strength stress-proofed steel, ground and polished and supported by tapered roller bearings. B. Gear ratio shall be 36:1 with safe hoisting capacity of not less than 4000 pounds. C. Winch shall incorporate adjustable automatic brake to assure positive load suspension. Brake shall be multiple disc with friction plates running in oil bath and one-direction clutch which operates only when load is suspended or lowered. Winch shall not have throw-out clutch. D. Any winch that is operated without oil shall be considered damaged and shall be replace by the contractor at the contractor's expense. 6. WIRE ROPE AND TERMINALS A. 5/16 and 3/8 wire rope shall be 19x7 Rotation Resistant IWRC stainless steel. 19x7 rotation resistant wire rope shall meet the construction requirements of Fed. Spec. RR-W-41OD, Type IV, class 2, modified for stainless steel with a nominal breaking strength of 11,100 lbs. All wire rope shall be pre-formed and factory lubricated. Wire rope shall meet the requirements of the applicable specification except where modified by this specification. Quality Assurance testing shall be the responsibility of the manufacturer and shall meet recognized wire rope industry standards. No special tensile or torsion testing will be required. Mill Test Reports shall be furnished. B. Winch cable shall be of sufficient length to leave a minimum of one full layer of cable on the drum when the fixture mounting ring is in the full down position. C. Wire rope terminals shall be stainless steel, solid stud type as shown on Sheet 7. All terminals shall be drilled for cotter pin. Material to be 303 SE or 304 stainless steel with a maximum tensile strength of 115,000 p.s.i. Mill Test Reports shall be furnished. 1 1 cadmium sulfide cell 1 2 and Terminals Wire Rope Revised add diagram requirements; Revised General 3/03 Revision 2 3-03 77 H M I D ( 8 ) - 0 3 H I G H M A S T I L L U M I N A T I O N D E T A I L S HMID(8)-03 M A L D O N A D O - B U R K E T T I N T E L L I G E N T T R A N S P O R T A T I O N S Y S T E M S , L L P E15126 T B P E R E G . # F - 1 0 2 5 8 P H . ( 3 6 1 ) 2 3 6 - 4 6 1 1 w w w . m b i t s g r o u p .c o m C O R P U S C H R I S T , T E X A S 7 8 4 1 1 3 8 3 3 S O U T H S T A P L E S S T R E E T S U I T E N 2 1 4 80 STR 915 9 6 7 6 3 PROFESS I O N A L E N G I N E E R S T A T E O F T E X AS L I C E N S E D R A M O N H . M A L D O N A D O , J R . I N D E F I N I T E Q U A N T I T Y ( I D I Q ) - R E B I D I M P R O V E M E N T S I N D E F I N I T E D E L I V E R Y , T R A F F I C S I G N A L A N D S T R E E T L I G H T I N G C I T Y o f C O R P U S C H R I S T I T E X A S CITY PROJECT # RECORD DRAWING NO. SHEET of CONSULTANT'S SHEET No. B Y D A T E D E S C R I P T I O N R E V I S I O N N O . B Y D A T E D E S C R I P T I O N R E V I S I O N N O . D e p a r t m e n t o f C a p i t a l P r o g r a m s 9 / 1 1 / 1 5 Texas Department of Transportation Traffic Operations Division DN:CK:DW:CK:C TxDOT JOB COUNTY CONT SECT DIST REVISIONS HIGHWAY SHEET NO. 76I TXDOT TXDOT TXDOT TXDOTJanuary 1986 DETAILS ILLUMINATION HIGH MAST 10-93 10-95 4-96 D. All terminals shall be proof-tested by the manufacturer to 40% of rated strength of the wire rope. Each terminal shall be identified by manufacturer's logo permanently incised on terminal. Manufacturer shall furnish certification of tests. Contractor shall also furnish one sample of each size of terminal with 5 ft. of wire rope for load tests by the State. Samples tested must withstand test load not less than 100% of rated breaking strength of wire rope. If sample fails test, all terminals of same size will be rejected. E. Wire rope shall be delivered from the manufacturer on a reel. 7. SPRINGS A. Provide three steel springs as shown on plans. B. Springs shall have an uncompressed length of approximately 8 inches and shall compress 3 inches under 700-pound load. C. Springs shall contain approximately 19 total coils with ID of 0.875 and OD of 1.375 inches. Ends shall be closed and ground. Springs shall be zinc-plated. D. Springs shall be made from 1/4" diameter oil-tempered MB Steel treated for overstress. Springs shall not develop permanent set from 3-inch compression. 8. ELECTRICAL POWER CABLE A. Power cable shall be No. 8 AWG three-conductor round Type W, rated 90 degrees C, 600 volt or 2000 volt. Each conductor shall be tinned copper and shall consist of 133 strands. Insulation shall be ethylene propylene rubber. Jacket shall be chlorosulfonated polyethylene (CSPE), with glass fiber or nylon reinforcing mesh between two layers of CSPE. Nominal diameter shall be 0.91". Filler shall be rubber compound or other approved non-hygroscopic compound. Jacket shall be Hypalon Power Flex 90, with no substitutions allowed. 9. POWER DRIVE ASSEMBLY (ONE ONLY THIS CONTRACT UNLESS OTHERWISE SHOWN ELSEWHERE ON THE PLANS) A. Drive Motor 1. Drive motor shall be 1-1/4" heavy-duty reversible portable electric drill modified as shown on plans. 2. Shall have a minimum of 6 radial ball bearings, one thrust bearing, and one needle bearing. 3. Shall have No. 3 Morse Taper socket. 4. Shall be designed for 115 volt 60 Hertz single phase operation 250 RPM at no load. 5. Shall be designed for continuous rated duty of 160 RPM and 15 amperes at 115 volts with delivery of 33-pound-feet of torque. Drill motor to be operated only at low speed range. (i.e. 150 to 160 RPM) 6. Shall develop 240 pound-feet of torque at stalled rotor condition. B. Torque Limiter Coupling 1. Torque limiter coupling shall consist of standard torque limiter with Type A sprocket center member coupled to a Type B sprocket by an ASA double strand roller chain. Type A sprocket shall be chrome-plated. 2. Coupling shall have torque capacity minimum of 15 pound-feet and a maximum of 55 pound-feet. 3. Limiter section of coupling shall consist of integral hub and pressure plate, two friction facings, sintered iron bushing, pilot plate, disk spring, lock washer and hex adjustment nut. All major components except spring and friction facings shall be cadmium-plated with dichromate treatment. 4. Type A center sprocket shall have ground face (63 micro-inch) and shall be run-in for 4 minutes at approximately 60 RPM at a torque setting 70% to 80% of spring rating. Contractor shall provide written certification that run-in has been accomplished. 5. The torque limiter coupling shall, after run-in, be set to a torque limit of 35 pound-feet or as directed by the Engineer. The proper setting of the coupling shall be demonstrated to the Engineer. C. Universal Joints 1. Shall be slip-type with 4-inch barrel. A grease fitting shall be so located in the spider that all caps and needle bearings may be adequately serviced. The assembly shall be disassembled and zinc-plated, then reassembled and properly lubricated. 2. Shall have a minimum torque rating of 1270 inch-pounds at 200 RPM. 3. Shall have set screw and keyed coupling as shown on plans. 10.CONSTRUCTION METHODS A. Fabrication 1. Fabrication and welding shall be in accordance with Item 441, "Steel Structures". 2. All holes supporting pulley shafts shall be drilled (not punched) prior to galvanizing. 3. All component parts shall be galvanized where galvanizing is applicable, after fabrication. 4. Galvanizing on all parts which have become scratched, chipped or otherwise damaged shall be thoroughly cleaned and the cleaned area painted with two coats of zinc dust-zinc oxide paint conforming to the requirements of repair compounds meeting Federal Specification TT-P-64l b. 5. Mounting rings and ring support assemblies shall be fabricated with the use of jigs that have been inspected and approved by Material and Test Division personnel prior to their usage. 6. The fabricator shall submit his proposed welding procedures in accordance with Item 441, "Steel Structures". B. Installing Wire Rope 1. Extreme care shall be used to prevent wire rope from kinking, nicking, or from sustaining other damage during installation. Rope shall not be installed by pulling from flat coil, but shall be carefully unrolled its full length or placed on a horizontal axis and unreeled according to wire rope industry standards. 2. For right lay rope, the rope shall be attached to the drum on the end opposite the winch gear train, and wound on drum so that the free end of the rope comes off the backside of the drum during normal operation of the winch. Rope must be unreeled carefully as stated above. Care must be taken to insure that all layers lay full and tight on drum. 3. Installation of all wire rope shall be accomplished only under direct supervision of the Engineer or his authorized representative. Contractor shall not remove wire rope from manufacturer's reel until authorized by the Engineer. Installation of wire rope on winch shall be in accordance with the above and accepted industry practice. Installation of the three hoist cables shall be made from the top end of the pole and as directed by the Engineer or his representative. C. Installing Wire Rope Clips 1. Turn back approx. 2' 3" of rope, measured from the top of thimble. Apply seizing to pigtail end of wire rope prior to cutting to length. See detail "K", Sheet 3. Apply first clip approx. 3" from the dead end of the wire rope with U-bolt over dead end and live end in clip saddle. Tighten nuts evenly to 30 pound-feet of torque, or as recommended by manufacturer. 2. Install second clip as near loop as possible, take out slack and torque nuts evenly to 30 pound-feet or as recommended by manufacturer. 3. After final erection and assembly of the pole and high mast assembly, retighten nuts to required torque. D. Installing Light Ring and Luminaires 1. Prior to mounting luminaires to the light ring, Contractor shall ensure the ring is level. Luminaires shall be mounted level on the light ring. Luminaires shall be oriented as shown on plans. 1 1 Methods. Construction Revised 3/03 Revision 3-03 78 H M I D ( 9 ) - 0 3 H I G H M A S T I L L U M I N A T I O N D E T A I L S HMID(9)-03 M A L D O N A D O - B U R K E T T I N T E L L I G E N T T R A N S P O R T A T I O N S Y S T E M S , L L P E15126 T B P E R E G . # F - 1 0 2 5 8 P H . ( 3 6 1 ) 2 3 6 - 4 6 1 1 w w w . m b i t s g r o u p .c o m C O R P U S C H R I S T , T E X A S 7 8 4 1 1 3 8 3 3 S O U T H S T A P L E S S T R E E T S U I T E N 2 1 4 80 STR 915 9 6 7 6 3 PROFESS I O N A L E N G I N E E R S T A T E O F T E X AS L I C E N S E D R A M O N H . M A L D O N A D O , J R . I N D E F I N I T E Q U A N T I T Y ( I D I Q ) - R E B I D I M P R O V E M E N T S I N D E F I N I T E D E L I V E R Y , T R A F F I C S I G N A L A N D S T R E E T L I G H T I N G C I T Y o f C O R P U S C H R I S T I T E X A S CITY PROJECT # RECORD DRAWING NO. SHEET of CONSULTANT'S SHEET No. B Y D A T E D E S C R I P T I O N R E V I S I O N N O . B Y D A T E D E S C R I P T I O N R E V I S I O N N O . D e p a r t m e n t o f C a p i t a l P r o g r a m s 9 / 1 1 / 1 5 Texas Department of Transportation Traffic Operations Division DN:CK:DW:CK:C TxDOT JOB COUNTY CONT SECT DIST REVISIONS HIGHWAY SHEET NO. 78A TXDOT TXDOT TXDOT TXDOTAugust 1995 Match marks Base P Channel Winch Support 1"x4" Preformed Bitminus Fiber Joint ground wire for orientation elsewhere in plans Reference Line, see No.3 at 18"c-c or W2.9xW2.9 12" L Pole High Mast (Power Feed) steel ground rod. (Two locations at approx 180°) and conduit locations for ground box type See Lighting layout 1/0 AWG copper wire Ground Box 2 1'-0" E q u a l l y s p a c e d B a n d s a t 4 ' - 0 " M a x s p a c i n g o r S p i r a l a t 9 " p i t c h S h a f t D i a Spiral & Bands No. & size See chart for Vertical Bars, at 9" Pitch No. 4 Spiral 2"x …" Bands 4"x …" Bands of #4 Spiral 3 Flat turns High Mast Pole 6'-0" finished grade Existing ground, 1" Joint TABLE S Shaft Dia (inches) Min Spiral Length (feet) when concrete is placed is firm enough to do so drilled hole if material supported on bottom of Vertical bars may be D r i l l e d S h a f t L e n g t h ( S e e C h a r t ) 9 " p i t c h 3 ' - 0 " 1 ' - 6 " 6 " 6 " 3 " 2 Place ground box cover flush with riprap. TYP TYP TYP ‚ ‚ ‚2 1 10 " Top of Conc 2 ‚" Nominal diameter anchor bolts with 4" minimum diameter washers 2 Sides(Typ) G a l v a n i z e 1 5 " M i n ‚ " M i n 9 " T h r e a d A n c h o r B o l t L e n g t h Œ " M i n Top Anchor Bolt Template Heavy Hex Nut (Typ) Top of Poured Shaft " radius ƒ" chamfer or Template Anchor L &P 2 Sides (Typ) Heavy Hex Nut (Typ) ‚ ANCHOR BOLT ASSEMBLY DRILLED SHAFT FOUNDATION DETAIL (See Anchor Bolt Table for number of bolts required) ‚" to " of bolt shank shall project above concrete and Base Plate Installed Pole Template Template Anchor Bolt No. 3 Bar 13 No. 11 Reinforcing To ground rod 12 12 14 …" Dia x 1" bolt & lock washer Wire lug 1/0 Copper wire (cover all exposed copper wire with zinc-rich paint) and bottom templates Bond anchor bolts to rebar with 1/0 jumper and two mechanical connectors or by bend- template as shown and wire tightly with ten one mechanical connector. Mechanical connectors shall be UL listed for concrete encasement. Cut PVC approximately 1" above concrete and install bell and/or bushing. Align conduit as close as possible to point of attachment to base plate to minimize No. 3 Bars may be bent inside and in plane of nuts for shipping of lower template. equally spaced Six No. 3 Bars welded to bottom of bottom 15° spacing. Reference Line penetration with 80% minimum Permissible splice template only for conduit tie. Bottom Top 12 14 13 Riprap 10 If, due to tolerances in fabrication, the anchor bolt hole to ground sleeve weld is less than approx ‡", clipped " thick washers shall be supplied at those 1 2 " No. 3 Bar 4" VIEW F 4" Œ " M i n ‚ " M i n TYP 6 " VIEW F ANCHOR BOLT TEMPLATES rock. diameters into solid extend a minimum of two the Drilled Shaft shall If rock is encountered,Match slope of finished ground if slope is less than approx 4 to 1. For steeper slopes, bench to provide work area with approx 2 % slope around pole base. Other config- urations may be shown elsewhere on the plans. HMIP 3 ' - 0 " D r i l l e d S h a f t L e n g t h 45 5 5 4 4' 1:1 1:1 2%3 ' RIPRAP ON SLOPES 16 Ft Min 5 13 2 " M i n LIGHTNING PROTECTION SYSTEM No. 3 Bar 1/0 Copper wire rebar with 1/0 jumper bends in 1/0 wire. No. 3 Bar No. 11 Reinforcing 2 1/0 AWG copper wire No. 3 Bar ‚ ‚ 48 1948 19 54 21 60 23 ‚ WWF 6x62 …" Dia holes Wire 1" Dia PVC to top Approx (Approx) (Approx) Drilled Shaft m i n u s 6 " Spiral Dia + ") (O.S. Band Dia is A p p r o x 1" Dia RMC 1" Dia x 10'-0"copper clad 1" Dia PVC for 1" Dia PVC‚4" template at 60° + - Riprap 4" Concrete S p i r a l ( s e e T a b l e S ) w i t h B a n d s o r n o t t o b e w e l d e d w i t h i n T a b l e S l e n g t h (See Table) on Bolt Circle " Dia bar on top 66 26 9 ‚ " t o 9 " P r o j e c t i o n Thread Length = 3" 9 ‚ " t o 9 " P r o j S p i r a l t o w i t h i n 1 f t o f b o t t o m . S p i r a l ing No. 3 bar on bottom turns of No. 10 wire or SHEET 1 OF 2 In field tack weld …" nut to edge of base plate 11-97 Circle Dia 5-98 ~ Anchor Bolt HMIF(1)-98 79 FOUNDATIONS ILLUMINATION POLE HIGH MAST H M I F ( 1 ) - 9 8 P O L E F O U N D A T I O N S H I G H M A S T I L L U M I N A T I O N M A L D O N A D O - B U R K E T T I N T E L L I G E N T T R A N S P O R T A T I O N S Y S T E M S , L L P E15126 T B P E R E G . # F - 1 0 2 5 8 P H . ( 3 6 1 ) 2 3 6 - 4 6 1 1 w w w . m b i t s g r o u p .c o m C O R P U S C H R I S T , T E X A S 7 8 4 1 1 3 8 3 3 S O U T H S T A P L E S S T R E E T S U I T E N 2 1 4 80 STR 915 9 6 7 6 3 PROFESS I O N A L E N G I N E E R S T A T E O F T E X AS L I C E N S E D R A M O N H . M A L D O N A D O , J R . I N D E F I N I T E Q U A N T I T Y ( I D I Q ) - R E B I D I M P R O V E M E N T S I N D E F I N I T E D E L I V E R Y , T R A F F I C S I G N A L A N D S T R E E T L I G H T I N G C I T Y o f C O R P U S C H R I S T I T E X A S CITY PROJECT # RECORD DRAWING NO. SHEET of CONSULTANT'S SHEET No. B Y D A T E D E S C R I P T I O N R E V I S I O N N O . B Y D A T E D E S C R I P T I O N R E V I S I O N N O . D e p a r t m e n t o f C a p i t a l P r o g r a m s 9 / 1 1 / 1 5 Texas Department of Transportation Traffic Operations Division DN:CK:DW:CK:C TxDOT JOB COUNTY CONT SECT DIST REVISIONS HIGHWAY SHEET NO. 78B TXDOT TXDOT TXDOT TXDOTAugust 1995 GENERAL NOTES: (inches)(inches)(inches) 8 SIDED POLE 8 SIDED POLE 8 0 M P H D E S I G N S 1 0 0 M P H D E S I G N S 12 SIDED POLE I D Pole Bolt DiameterHeight (feet) Bolt Length Bolt Templates O D (inches) No. of Bolts Bolt Cir Dia ~ 175 2.25 4.83 45.5 36.5 16 41 150 2.25 4.83 42.5 33.5 12 38 125 2.25 4.83 39.5 30.5 8 35 100 2.25 4.83 35.5 26.5 6 31 175 2.25 4.83 48.5 39.5 12 44 150 2.25 4.83 45.5 36.5 10 41 125 2.25 4.83 40.5 31.5 8 36 100 2.25 4.83 36.5 27.5 6 32 175 2.25 4.83 50.5 41.5 20 46 150 2.25 4.83 47.5 38.5 16 43 125 2.25 4.83 43.5 34.5 12 39 100 2.25 4.83 38.5 29.5 10 34 175 2.25 4.83 50.5 41.5 16 46 150 2.25 4.83 48.5 39.5 12 44 125 2.25 4.83 44.5 35.5 10 40 100 2.25 4.83 40.5 31.5 6 36 (feet) ANCHOR BOLT TABLE MISCELLANEOUS QUANTITIES - ONE HMIF 48 54 60 94 99 103 1 1 1 1 1 1 Shaft Diameter (in) 7 Reinforcing (Lbs) 8 R O W Marker (ea) 9 7 See elsewhere on plans for length of Drilled Shaft required. 8 For Contractors information only. 9 Designated elsewhere on plans if required. 10 105 20 30 40 50 60 70 80 20 30 40 50 60 D R I L L E D S H A F T L E N G T H ( F E E T ) D R I L L E D S H A F T L E N G T H ( F E E T ) 6 6 6 Repair welded areas with zinc-rich paint. Includes normal 3 Ft exposure. 10 20 30 40 50 6060 2.33 2.44 2.56 175' Pole, 60" Dia Drilled Shaft, 20 No. 11 Bars 150' Pole, 60" Dia Drilled Shaft, 20 No. 11 Bars 125' Pole, 54" Dia Drilled Shaft, 16 No. 11 Bars 100' Pole, 48" Dia Drilled Shaft, 12 No. 11 Bars 175' Pole, 66" Dia Drilled Shaft, 30 No. 11 Bars 150' Pole, 60" Dia Drilled Shaft, 20 No. 11 Bars 125' Pole, 60" Dia Drilled Shaft, 20 No. 11 Bars 100' Pole, 54" Dia Drilled Shaft, 16 No. 11 Bars Concrete Riprap (CY) Ground Box (ea) TEXAS CONE PENETROMETER TEST TABLES 105 20 30 40 50 60 70 80 100 MPH POLES 80 MPH POLES BLOWS PER FOOT BLOWS PER FOOT Shafts with more than 3 Ft exposure must have additional length. 12 SIDED POLE the embedded shaft. Ignore the top 2' of soil. NOTE:Use average "N" value over the top third of SHEET 2 OF 2 will be required for soil less than 5 Blows/Ft. Do not extrapolate below 5 Blows/Ft. A special design will be required for soil less than 5 Blows/Ft. Do not extrapolate below 5 Blows/Ft. A special design the foundation details. bands may be replaced with spiral as shown on Unless otherwise noted, the welded steel so there are always two bolts on reference line. Anchor bolts shall be placed in foundation plans. methods are to be as shown elsewhere on the the foundation design chart or other acceptable Drilled shaft lengths as determined from shafts. ODSR may not be used for HMIF drilled Class C. Concrete for drilled shafts shall be "Galvanizing". be galvanized in accordance with Item 445, All Anchor Bolts, Nuts and Washers shall FOUNDATIONS ILLUMINATION POLE HIGH MAST Circle Dia 5-98 ~ Anchor Bolt HMIF(2)-98 80 H M I F ( 2 ) - 9 8 P O L E F O U N D A T I O N S H I G H M A S T I L L U M I N A T I O N M A L D O N A D O - B U R K E T T I N T E L L I G E N T T R A N S P O R T A T I O N S Y S T E M S , L L P E15126 T B P E R E G . # F - 1 0 2 5 8 P H . ( 3 6 1 ) 2 3 6 - 4 6 1 1 w w w . m b i t s g r o u p .c o m C O R P U S C H R I S T , T E X A S 7 8 4 1 1 3 8 3 3 S O U T H S T A P L E S S T R E E T S U I T E N 2 1 4 80 STR 915 9 6 7 6 3 PROFESS I O N A L E N G I N E E R S T A T E O F T E X AS L I C E N S E D R A M O N H . M A L D O N A D O , J R . I N D E F I N I T E Q U A N T I T Y ( I D I Q ) - R E B I D I M P R O V E M E N T S I N D E F I N I T E D E L I V E R Y , T R A F F I C S I G N A L A N D S T R E E T L I G H T I N G C I T Y o f C O R P U S C H R I S T I T E X A S CITY PROJECT # RECORD DRAWING NO. SHEET of CONSULTANT'S SHEET No. B Y D A T E D E S C R I P T I O N R E V I S I O N N O . B Y D A T E D E S C R I P T I O N R E V I S I O N N O . D e p a r t m e n t o f C a p i t a l P r o g r a m s 9 / 1 1 / 1 5 CONTRACT DOCUMENTS FOR CONSTRUCTION OF Traffic Signal and Street Lighting Improvements Indefinite Delivery, Indefinite Quantity (IDIQ)- REBID Project No.E15126 SUBMITTED BY: 3833 South Staples St., Suite N214 Corpus Christi, TX 78411 September 11, 2015 Record Drawing Number STR 915 9/11/15 00 01 00 - 1 Table of Contents REV 06-12-2015 Traffic Signal and Street Lighting Improvements Indefinite Delivery, Indefinite Quantity (IDIQ) REBID - E15126 00 01 00 TABLE OF CONTENTS Division / Section Title Division 00 Procurement and Contracting Requirements 00 21 13 Invitation to Bid and Instructions to Bidders (Rev 06/12/2015) 00 30 00 Bid Acknowledgment Form (Rev 06/12/2015) 00 30 01 Bid Form (Rev 03/23/2015) 00 30 02 Compliance to State Law on Nonresident Bidders 00 30 04 Conflict of Interest Questionnaire 00 30 05 Disclosure of Interest 00 30 06 Non-Collusion Certification 00 45 16 Statement of Experience 00 52 23 Agreement (Rev 03/23/2015) 00 61 13 Performance Bond (Rev 7/3/2014) 00 61 16 Payment Bond (Rev 7/3/2014) 00 72 00 General Conditions (Rev 3/23/2015) 00 72 01 Insurance Requirements (Rev 7/3/2014) 00 72 02 Wage Rate Requirements (Rev 06/12/2015) 00 72 03 Minority / MBE / DBE Participation Policy 00 73 00 Supplementary Conditions 00 74 00 Special Conditions for Funding Agency Division 01 General Requirements 01 11 00 Summary of Work 01 23 10 Alternates and Allowances 01 29 00 Application for Payment Procedures (Rev 03/11/2015) 01 29 01 Measurement and Basis for Payment 01 31 00 Project Management and Coordination 01 31 13 Project Coordination 01 31 14 Change Management 01 33 00 Document Management 01 33 01 Submittal Register (Rev 7/3/2014) 01 33 02 Shop Drawings 01 33 03 Record Data 01 33 04 Construction Progress Schedule 01 33 05 Video and Photographic Documentation 00 01 00 - 2 Table of Contents REV 06-12-2015 Traffic Signal and Street Lighting Improvements Indefinite Delivery, Indefinite Quantity (IDIQ) REBID - E15126 Division / Section Title 01 35 00 Special Procedures 01 40 00 Quality Management 01 50 00 Temporary Facilities and Controls 01 57 00 Temporary Controls 01 70 00 Execution and Closeout Requirements Part S Standard Specifications General Specifications for Traffic Signal Maintenance, Repair and Installation General Notes 025803 Traffic Signal Adjustments 341416.33 Traffic Signal Controller Unit 344116.23 Traffic Signal Cabinet and Assemblies 600 Lighting, Signing, Markings and Signals 618 Conduit 620 Electrical Conductors 622 Duct Cable 624 Ground Boxes 628 Electrical Services 633 Uninterruptible Power Supply for Traffic Signals 635 Internally Illuminated Street Name Sign 655 Controller Foundation 680 Installation for Highway Traffic Signals 682 Vehicle and Pedestrian Signal Head 683 LED Vehicle and Pedestrian Signal Countdown Module 687 Pedestrian Pole Assemblies Part T Technical Specifications 416 Drilled Shaft Foundations 432 Riprap 476 Jacking, Boring, or Tunneling Pipe or Box 502 Barricades, Signs, and Traffic Handling 610 Roadway Illumination Assemblies 613 High Mast Illumination Poles 614 High Mast Illumination Assemblies 621 Tray Cable 627 Treated Timber Poles 00 01 00 - 3 Table of Contents REV 06-12-2015 Traffic Signal and Street Lighting Improvements Indefinite Delivery, Indefinite Quantity (IDIQ) REBID - E15126 Division / Section Title 684 Traffic Signal Cables 685 Roadside Flashing Beacon Assemblies 686 Traffic Signal Pile Assemblies (Steel) 688 Pedestrian Detectors and Vehicle Loop Detectors 690 Maintenance of Traffic Signals 6000 Illumination Maintenance ASTRO-Brac Assy, Tallon Series 1- Way Cable Mount City Traffic Signal Cable Color Code Exhibit A-Camera Connector Pinout PELCO Astro-Brac Camera Mounting Wiring Diagram for Video Camera Surge Suppression Filter ISOTEC Video Cable PELCO Pedestrian Push Button Station Assembly Sheets Internally Illuminated Street-Name Sign Quazite PG1118BA18 Stackable Open Bottom Assembly Quazite PG2436BA18 Stackable Open Bottom Assembly SmartMonitor MMU-16LEip WAVETRONIX-Smart Sensor Advance COHU_Helios_3960SD or approved equivalent COHU-Camera_Mounting Brackets or approved equivalent COHU-Camera-Control-Cable or approved equivalent Cobalt by Econolite Appendix Title END OF SECTION            00 21 13 ‐ 1  Invitation to Bid and Instructions to Bidders REV 06‐12‐2015  Traffic Signal and Street Lighting Improvements Indefinite Delivery, Indefinite Quantity (IDIQ) REBID ‐E15126    00 21 13 INVITATION TO BID AND INSTRUCTIONS TO BIDDERS  ARTICLE 1 – DEFINED TERMS  1.01 Terms used in this Invitation to Bid and Instructions to Bidders have the meanings indicated in  the General Conditions and Supplementary Conditions.  ARTICLE 2 – GENERAL NOTICE  2.01 The City of Corpus Christi, Texas (Owner) is requesting Bids for the construction of the following  Project:    A. This project is for the installation/ maintenance and repair of roadway illumination and  traffic signals. The construction/maintenance will include, but not limited to: foundations,  signal poles, mast arms, signal heads, pedestrian poles, pedestrian heads, school zone  flashers, conduits, conductors, controller cabinets, electrical services, illumination poles,  etc. Reference to the engineering drawings should be made for estimated summary of  materials and details. This project is a twelve‐month service agreement with option to  extend for up to two additional twelve‐month periods, subject to the approval of the  supplier and the City Manager or his designee for Installation, Maintenance and Repair of  Roadway Illumination and Traffic Signal Repairs throughout various locations in the City of  Corpus Christi.   2.02 The Engineer’s Opinion of Probable Construction Cost for the Project is $450,000.00 to  $600,000.00.  The Project is to be substantially complete and ready for operation within 365  days.  The Project is to be complete and eligible for Final Payment 30 days after the date for  Substantial Completion.  2.03 Advertisement and bidding information for the Project can be found at the following website:  www.CivCastUSA.com  2.04 Contract Documents may be downloaded or viewed free of charge at this website.  This website  will be updated periodically with Addenda, lists of interested parties, reports, or other  information relevant to submitting a Bid for the Project.        Traffic Signal and Street Lighting Improvements Indefinite Delivery, Indefinite Quantity  (IDIQ) REBID  Project No. E15126             00 21 13 ‐ 2  Invitation to Bid and Instructions to Bidders REV 06‐12‐2015  Traffic Signal and Street Lighting Improvements Indefinite Delivery, Indefinite Quantity (IDIQ) REBID ‐E15126    ARTICLE 3 – PRE‐BID CONFERENCE  3.01 A non‐mandatory pre‐bid conference for the Project will be held on Tuesday September 29,  2015 at 10:30 am  at the following location:   City Hall Building – Capital Programs Conference Room 1 or 2  3rd floor, Capital Programs Department (formerly “Engineering Department”)  1201 Leopard Street,   Corpus Christi, Texas 78401    ARTICLE 4 – COPIES OF CONTRACT DOCUMENTS  4.01 Obtain a complete set of the Contract Documents as indicated in SECTION 00 52 23  AGREEMENT.  4.02 Use complete sets of Contract Documents in preparing Bids; Bidder assumes sole responsibility  for errors or misinterpretations resulting from the use of incomplete sets of Contract  Documents.  4.03 OPT makes copies of Contract Documents available for the sole purpose of obtaining Bids for  completion of the Project and does not confer a license or grant permission or authorization for  any other use.  ARTICLE 5 – EXAMINATION OF CONTRACT DOCUMENTS  5.01 Before submitting a Bid:  A. Examine and carefully study the Contract Documents, including any Addenda and related  supplemental data.  B. Become familiar with all federal, state, and local Laws and Regulations that may affect cost,  progress, or the completion of Work.  C. Carefully study and correlate the information available to the Bidder with the Contract  Documents, Addenda, and the related supplemental data.  D. Notify the OAR of all conflicts, errors, ambiguities, or discrepancies that the Bidder  discovers in the Contract Documents, Addenda, and the related supplemental data.  E. Determine that the Contract Documents, Addenda, and the related supplemental data are  generally sufficient to indicate and convey understanding of all terms and conditions for  completion of Work.  5.02 The submission of a Bid will constitute an incontrovertible representation by the Bidder that the  Bidder has complied with every requirement of this Article 5, that without exception the Bid is  premised upon completion of Work required by the Contract Documents, Addenda, and the  related supplemental data, that the Bidder has given the OAR written notice of all conflicts,  errors, ambiguities, and discrepancies that the Bidder has discovered in the Contract  Documents, Addenda, and the related supplemental data and the written resolutions provided  by the OAR are acceptable to the Bidder, and that the Contract Documents, Addenda, and the             00 21 13 ‐ 3  Invitation to Bid and Instructions to Bidders REV 06‐12‐2015  Traffic Signal and Street Lighting Improvements Indefinite Delivery, Indefinite Quantity (IDIQ) REBID ‐E15126    related supplemental data are generally sufficient to indicate and convey understanding of all  terms and conditions for completion of Work.  ARTICLE 6 – INTERPRETATIONS AND ALTERNATE BIDS  6.01 Submit all questions about the meaning or intent of the Contract Documents, Addenda, and the  related supplemental data using the Owner’s Bidding Website at www.civcastusa.com.   Responses to questions submitted will be posted on the website by the Owner for the benefit of  all Bidders.  Responses will be posted for questions submitted by 5:00 p.m. seven (7) days prior  to the date of the bid opening.  Inquiries made after this period may not be addressed.  6.02 Submit any offer of alternate terms and conditions, or offer of Work not in strict compliance  with the Contract Documents to the OAR no later than 14 days prior to the date for opening of  Bids.  OAR and Designer will issue Addenda as appropriate if any of the proposed changes to the  Contract Documents are accepted.  A Bid submitted with clarifications or taking exceptions to  the Contract Documents, except as modified by Addenda, may be considered non‐responsive.  6.03 Addenda may be issued to clarify, correct, or change the Contract Documents, Addenda or the  related supplemental data as deemed advisable by the Owner or Designer.  Modifications to the  Contract Documents prior to the award of contract can only be made by Addenda.  Only  answers in Addenda authorized by the Owner will be binding.  Oral and other interpretations or  clarifications will be without legal effect.  ARTICLE 7 – BID SECURITY  7.01 Bidders must submit an acceptable Bid Security with their Bid as a guarantee that the Bidder will  enter into a contract for the Project with the Owner within 10 days of Notice of Award of the  Contract.  The security must be payable to the City of Corpus Christi, Texas in the amount of 5  percent (5%) of the greatest amount bid.  7.02 Bid Security may be in the form of a Bid Bond or a cashier’s check, certified check, money order,  or bank draft from a chartered financial institution authorized to operate in the State of Texas.   Bidders submitting bids electronically through the CivCast System at www.CivCastUSA.com shall  scan and upload a copy of Bid Bond as an attachment to their bid.  Cashier’s check, certified  check, money order or bank draft must be enclosed in a sealed envelope, plainly identified on  the outside as containing bid documents, the bidder’s name and the job name and number and  delivered as required in Article 7 below.       7.03 Bid Bond Requirements:  1. A Bid Bond must guarantee, without qualification or condition, that the Owner will be  paid a sum equal to 5 percent (5%) of the greatest amount bid if, within 10 calendar  days of Notice of Award of the Contract, the Bidder/Principal:  a. fails to enter into a contract for the Project with the Owner; or             00 21 13 ‐ 4  Invitation to Bid and Instructions to Bidders REV 06‐12‐2015  Traffic Signal and Street Lighting Improvements Indefinite Delivery, Indefinite Quantity (IDIQ) REBID ‐E15126      b. fails to provide the required Performance and Payment Bonds.  2. A Bid Bond may not limit the sum payable to the Owner to be the difference between  the Bidder/Principal’s bid and the next highest bidder.  3.  The Bid Bond must reference the Project by name as identified in Article 1.  4. Bidders may provide their surety’s standard bid bond form if revised to meet these Bid  Bond Requirements.  7.04 Failure to provide an acceptable Bid Security will constitute a non‐responsive Bid which will not  be considered.   7.05 Failure to provide the required Performance and Payment Bonds will result in forfeiture of the  Bid Security to the City as liquidated damages.  7.06 Owner may annul the Notice of Award and the Bid Security of the Bidder will be forfeited if the  apparent Selected Bidder fails to execute and deliver the Agreement or Amendments to the  Agreement.  The Bid Security of other Bidders whom the Owner believes to have a reasonable  chance of receiving the award may be retained by the Owner until the earlier of 7 days after the  Effective Date of the Contract or 90 days after the date Bids are opened.  7.07 Bid Securities are to remain in effect until the Contract is executed.  The Bid Securities of all but  the three lowest responsible Bidders will be returned within 14 days of the opening of Bids.  Bid  Securities become void and will be released by the Owner when the Contract is awarded or all  Bids are rejected.  ARTICLE 8 – PREPARATION OF BID  8.01 The Bid Form is included with the Contract Documents and has been made available at the  Owner’s Bidding Website.  Complete all blanks on the Bid Form by typing or printing in ink.   Indicate Bid prices for each Bid item or alternate shown.  8.02 Execute the Bid Acknowledgement Form as indicated in the document and include evidence of  authority to sign.  8.03 Acknowledge receipt of all Addenda by filling in the number and date of each Addendum.   Provide a signature as indicated to verify that the Addenda were received.  A Bid that does not  acknowledge the receipt of all Addenda may be considered non‐responsive.  8.04 Provide the name, address, email, and telephone number of the individual to be contacted for  any communications regarding the Bid in the Bid Acknowledgement Form.  8.05 Provide evidence of the Bidder’s authority and qualification to do business in the State of Texas  or covenant to obtain such qualification prior to award of the Contract.             00 21 13 ‐ 5  Invitation to Bid and Instructions to Bidders REV 06‐12‐2015  Traffic Signal and Street Lighting Improvements Indefinite Delivery, Indefinite Quantity (IDIQ) REBID ‐E15126    ARTICLE 9 – DELIVERY OF BIDS  9.01 Complete and submit the Bid Form, the Bid Bond and the Bid Acknowledgement Form along  with all required documents identified in the Bid Acknowledgement Form.    9.02 Bids must be received no later than Wednesday October 7, 2015 at 2:00 p.m.  to be accepted.   The Bids will be publicly opened and read aloud at this time in the City Council Chambers or Staff  Room, 1st floor of the City Hall Building.  Bids received after this time will not be accepted.    9.03 Electronic Bids may be submitted to the CivCastUSA website at www.CivCastUSA.com.    9.04 If submitting a hard copy bid or bid security by cashier’s check or money order, please address  envelopes or packages:  City of Corpus Christi  City Secretary’s Office   City Hall Building, 1st Floor  1201 Leopard Street  Corpus Christi, Texas 78401  Attention:  City Secretary  Bid ‐ Traffic Signal and Street Lighting Improvements Indefinite Delivery, Indefinite Quantity  (IDIQ) REBID Project No. E15126  All envelopes and packages (including FEDEX envelopes) must clearly identify, on the OUTSIDE  of the package, the project name and number and that bid documents are enclosed.  ARTICLE 10 – CONFIDENTIALITY OF BID INFORMATION  10.01 In accordance with Texas Government Code 552.110, trade secrets and confidential information  in Bids are not open for public inspection.  Bids will be opened in a manner that avoids  disclosure of confidential information to competing Bidders and keeps the Bids from the public  during considerations.  All Bids are open for public inspection after the Contract is awarded, but  trade secrets and confidential information in Bids are not typically open for public inspection.   The Owner will protect this information to the extent allowed by Laws and Regulations.  Clearly  indicate which specific documents are considered to be trade secrets or confidential information  by stamping or watermarking all such documents with the word “confidential” prominently on  each page or sheet or on the cover of bound documents.  Place “confidential” stamps or  watermarks so that they do not obscure any of the required information on the document,  either in the original or in a way that would obscure any of the required information in a  photocopy of the document.  Photocopies of “confidential” documents will be made only for the  convenience of the selection committee and will be destroyed after the Effective Date of the  Contract.  Original confidential documents will be returned to the Bidder after the Effective Date  of the Contract if the Bidder indicates that the information is to be returned with the Bid, and  arrangements for its return are provided by the Bidder.  ARTICLE 11 – MODIFICATION OR WITHDRAWAL OF BID  11.01 A Bid may be withdrawn by a Bidder, provided an authorized individual of the Bidder submits a  written request to withdraw the Bid prior to the time set for opening the Bids.              00 21 13 ‐ 6  Invitation to Bid and Instructions to Bidders REV 06‐12‐2015  Traffic Signal and Street Lighting Improvements Indefinite Delivery, Indefinite Quantity (IDIQ) REBID ‐E15126    11.02 A Bidder may withdraw its Bid within 24 hours after Bids are opened if the Bidder files a signed  written notice with the Owner and promptly, but no later than 3 days, thereafter demonstrates  to the reasonable satisfaction of the Owner that there was a material and substantial mistake in  the preparation of its Bid.  The Bid Security will be returned if it is clearly demonstrated to the  Owner that there was a material and substantial mistake in its Bid.  A Bidder that requests to  withdraw its Bid under these conditions may be disqualified from responding to a reissued  invitation to Bid for the Work to be furnished under these Contract Documents.  ARTICLE 12 – OPENING OF BIDS  12.01 Bids will be publicly opened and read aloud at Wednesday October 7, 2015 at 2:00 p.m., at the  following location:  City Hall Building ‐   City of Corpus Christi  First Floor  City Council Chambers or Staff Room  1201 Leopard Street  Corpus Christi, Texas 78401  12.02 The Owner will read aloud the names of the Bidders and the apparent Bid amounts shown on  the Bid Summary for all Bids received in time to be considered.  ARTICLE 13 – BIDS REMAIN SUBJECT TO ACCEPTANCE  13.01 All Bids will remain subject to acceptance for 90 days, but the Owner may, at its sole discretion,  release any Bid and return the Bid Security prior to the end of this period.  ARTICLE 14 – STATEMENT OF EXPERIENCE  14.01 The three lowest Bidders must submit the information required in SECTION 00 45 16  STATEMENT OF EXPERIENCE within 5 days of the date Bids are due to demonstrate that the  Bidder meets the minimum requirements to complete the Work.  ARTICLE 15 – EVALUATION OF BIDS  15.01 The Owner will consider the amount bid, the Bidder’s responsibilities, the Bidder’s safety record,  the Bidder’s indebtedness to Owner, whether the Bidder has met the minimum specific project  experience requirements.     15.02 Owner may conduct such investigations as it deems necessary to establish the responsibility of  the Bidder and any Subcontractors, individuals, or entities proposed to furnish parts of the Work  in accordance with the Contract Documents.  15.03 Submission of a Bid indicates the Bidder’s acceptance of the evaluation technique and  methodology as well as the Bidder’s recognition that some subjective judgments must be made  by the Owner during the evaluation.  Each Bidder agrees to waive any claim it has or may have  against the OPT and their respective employees, arising out of or in connection with the  administration, evaluation, or recommendation of any Bid.             00 21 13 ‐ 7  Invitation to Bid and Instructions to Bidders REV 06‐12‐2015  Traffic Signal and Street Lighting Improvements Indefinite Delivery, Indefinite Quantity (IDIQ) REBID ‐E15126    ARTICLE 16 – AWARD OF CONTRACT  16.01 The Bidder selected for award of the Contract will be either the lowest responsible Bidder or the  Bidder who provides the best value for Owner that submits a responsive bid.  Owner reserves  the right to reject any and all Bids, including without limitation, non‐conforming, non‐responsive  or conditional Bids.  The Owner reserves the right to adopt the most advantageous  interpretation of the Bids submitted in the case of ambiguity or lack of clearness in stating Bid  prices and/or waive any or all formalities.  16.02 More than one Bid for the same Work from an individual or entity under the same or different  names will not be considered.  Reasonable grounds for believing that any Bidder has an interest  in more than one Bid for the Work shall be cause for disqualification of that Bidder and the  rejection of all Bids in which that Bidder has an interest.  ARTICLE 17 – MINORITY / MBE / DBE PARTICIPATION POLICY  17.01 Selected Contractor is required to comply with the Owner’s Minority / MBE / DBE Participation  Policy as indicated in SECTION 00 72 03 MINORITY / MBE / DBE PARTICIPATION POLICY.  17.02 Minority participation goal for this Project has been established to be 45% of the Contract Price.  17.03 Minority Business Enterprise participation goal for this Project has been established to be 15%  of the Contract Price.  ARTICLE 18 – BONDS AND INSURANCE  18.01 Article 6 of the General Conditions and SECTION 00 72 01 INSURANCE REQUIREMENTS sets forth  the Owner’s requirements as to Bonds and insurance.  When the Selected Bidder delivers the  executed Agreement to the Owner, it must be accompanied by the required Bonds and evidence  of insurance.  18.02 Provide Performance and Payment Bonds for this Project that fully comply with the provisions of  Texas Government Code Chapter 2253.  Administration of Bonds will conform to Texas  Government Code Chapter 2253 and the provisions of these Contract Documents.  ARTICLE 19 – SIGNING OF AGREEMENT  19.01 The City Engineer or Director of Capital Programs will submit recommendation for award to the  City Council for those project awards requiring City Council action.  The Selected Bidder will be  required to deliver the required Bonds and insurance certificates and endorsements along with  the required number of counterparts (4) of the Agreement and attached documents to the  Owner within 14 days. The Contract will be signed by the City Manager or his/her designee after  award and the Bidder’s submission of required documentation and signed counterparts.  The  Contract will not be binding upon Owner until it has been executed by both parties.  Owner will  process the Contract expeditiously.  However, Owner will not be liable for any delays prior to  the award or execution of Contract.              00 21 13 ‐ 8  Invitation to Bid and Instructions to Bidders REV 06‐12‐2015  Traffic Signal and Street Lighting Improvements Indefinite Delivery, Indefinite Quantity (IDIQ) REBID ‐E15126    ARTICLE 20 – SALES AND USE TAXES  20.01 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.  Assume  responsibility for including any applicable sales taxes in the Contract Price and assume  responsibility for complying with all applicable statutes and rulings of the State of Texas  Comptroller.  20.02 It is the Owner’s intent to have this Contract qualify as a “separated contract.”    ARTICLE 21 – WAGE RATES  21.01 This Contract is subject to Texas Government Code Chapter 2258 concerning payment of  prevailing wage rates.  Requirements for paying the prevailing wage rates are discussed in  SECTION 00 72 02 WAGE RATE REQUIREMENTS.  Bidders must pay not less than the minimum  wage shown on this list and comply with all statutes and rulings of the State of Texas  Comptroller.   ARTICLE 22 – BIDDER’s CERTIFICATION OF NO LOBBYING  22.01 In submitting its Bid, Bidder certifies that it has not lobbied the City or its officials, managers,  employees, consultants, or contractors in such a manner as to influence or to attempt to  influence the bidding process.  In the event it reasonably appears that the Bidder influenced or  attempted to influence the bidding process, the City may, in its discretion, reject the Bid.  ARTICLE 23 – REJECTION OF BID  23.01 The following will be cause to reject a Bid:  A. Bids which are not signed by an individual empowered to bind the Bidder.  B. Bids which do not have an acceptable Bid Security, with Power of Attorney, submitted as  required by Article 7.  C. More than one Bid for same Work from an individual, firm, partnership or corporation.  D. Evidence of collusion among Bidders.  E. Sworn testimony or discovery in pending litigation with Owner which discloses misconduct  or willful refusal by bidder to comply with subject contract or instructions of Owner.  F. Failure to have an authorized agent of the Bidder attend the mandatory Pre‐Bid  Conference, if applicable.  G. Bids received from a Bidder who has been debarred or suspended by Owner.  H. Bids received from a Bidder when Bidder or principals are currently debarred or suspended  by Federal, State or City governmental agencies.    23.02 The following may be cause to reject a Bid or cause to deem a Bid non‐responsive or irregular.   The City reserves the right to waive any irregularities and any or all formalities:             00 21 13 ‐ 9  Invitation to Bid and Instructions to Bidders REV 06‐12‐2015  Traffic Signal and Street Lighting Improvements Indefinite Delivery, Indefinite Quantity (IDIQ) REBID ‐E15126    A. Poor performance in execution of work under a previous City of Corpus Christi contract.  B. Failure to achieve reasonable progress on an existing City of Corpus Christi contract.  C. Default on previous contracts or failure to execute Contract after award.  D. Evidence of failure to pay Subcontractors, Suppliers or employees in accordance with  Contract requirements.  E. Bids containing omissions, alterations of form, additions, qualifications or conditions not  called for by Owner, or incomplete Bids may be rejected. In any case of ambiguity or lack of  clarity in the Bid, OWNER reserves right to determine most advantageous Bid or to reject  the Bid.  F. Failure to acknowledge receipt of Addenda.  G. Failure to submit post‐Bid information specified in Section 00 45 16 STATEMENT OF  EXPERIENCE within the allotted time(s).  H. Failure to timely execute Contract after award.  I. Previous environmental violations resulting in fines or citations by a governmental entity  (i.e. U.S. Environmental Protection Agency, Texas Commission on Environmental Quality,  etc.).  J. Bidder’s Safety Experience.  K. Failure of Bidder to demonstrate, through submission of the Statement of Experience, the  experience required as specified in Section 00 45 16 STATEMENT OF EXPERIENCE, if that  Section is included in the bidding documents.  L. Evidence of Bidder’s lack of sufficient resources, workforce, equipment or supervision, if  required by inclusion of appropriate requirements in Section 00 45 16 STATEMENT OF  EXPERIENCE.  M. Evidence of poor performance on previous Projects as documented in Owner’s project  performance evaluations.  N. Unbalanced Unit Price Bid: “Unbalanced Bid” means a Bid, which includes a Bid that is  based on unit prices which are significantly less than cost for some Bid items and  significantly more than cost for others.  This may be evidenced by submission of unit price  Bid items where the cost are significantly higher/lower than the cost of the same Bid items  submitted by other Bidders on the project.  END OF SECTION  00 30 00 - 1 Bid Acknowledgement Form REV 06-12-2015 Traffic Signal and Street Lighting Improvements Indefinite Delivery, Indefinite Quantity (IDIQ) REBID- E15126 00 30 00 BID ACKNOWLEDGEMENT FORM ARTICLE 1 – BID RECIPIENT 1.01 In accordance with the Drawings, Specifications, and Contract Documents, this Bid Proposal is submitted by_____________. On: Wednesday October 7, 2015 at 2:00 p.m. for Project No. E15126- Traffic Signal and Street Lighting Improvements Indefinite Delivery, Indefinite Quantity (IDIQ) REBID 1.02 Submit Bids, Bid Security and all attachments to the Bid (See Section 7.01 below) to the City’s electronic bidding website at www.CivCastUSA.com. If submitting hard copy bids or bid security in the form of a cashier’s or certified check, please send to: The City of Corpus Christi, Texas City Secretary’s Office 1201 Leopard Street Corpus Christi, Texas 78401 Attention: City Secretary Bid - Traffic Signal and Street Lighting Improvements Indefinite Delivery, Indefinite Quantity (IDIQ) REBID Project No. E15126 All envelopes and packages (including FEDEX envelopes) must clearly identify, on the OUTSIDE of the package, the project name and number and that bid documents are enclosed. ARTICLE 2 – BIDDERS’S ACKNOWLEDGMENTS 2.01 Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreement with Owner on the form included in the Contract Documents, to perform all Work specified or indicated in Contract Documents for the Contract Price indicated in this Bid or as modified by Contract Amendment. Bidder agrees to complete the Work within the Contract Times established in the Agreement or as modified by Contract Amendment and comply with the all other terms and conditions of the Contract Documents. 2.02 Bidder accepts all of the terms and conditions of SECTION 00 21 13 INVITATION AND INSTRUCTIONS TO BIDDERS, including those dealing with required Bonds. The Bid will remain subject to acceptance for 90 days after the opening of Bids. 2.03 Bidder accepts the provisions of the Agreement as to liquidated damages in the event of its failure to complete Work in accordance with the schedule set forth in the Agreement. 2.04 Bidder acknowledges receipt of the following Addenda: Addendum No. Addendum Date Signature Acknowledging Receipt 00 30 00 - 2 Bid Acknowledgement Form REV 06-12-2015 Traffic Signal and Street Lighting Improvements Indefinite Delivery, Indefinite Quantity (IDIQ) REBID- E15126 Addendum No. Addendum Date Signature Acknowledging Receipt ARTICLE 3 – BIDDER’S REPRESENTATIONS 3.01 The Bidder has examined and carefully studied the Contract Documents and the other related data identified in the Bidding Documents. 3.02 The Bidder 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. 3.03 The Bidder is familiar with Laws and Regulations that may affect cost, progress, and performance of the Work. 3.04 The Bidder has carefully studied the following Site-related reports and drawings as identified in the Supplementary Conditions: A. Geotechnical Data Reports regarding subsurface conditions at or adjacent to the Site; B. Drawings of physical conditions relating to existing surface or subsurface structures at the Site; C. Underground Facilities referenced in reports and drawings; D. Reports and drawings relating to Hazardous Environmental Conditions, if any, at or adjacent to the Site; and E. Technical Data related to each of these reports and drawings. 3.05 The Bidder has considered the: A. Information known to Bidder; B. Information commonly known to contractors doing business in the locality of the Site; C. Information and observations obtained from visits to the Site; and D. The Contract Documents. 3.06 The Bidder has considered the items identified in Paragraphs 3.04 and 3.05 with respect to the effect of such information, observations, and documents on: A. The cost, progress, and performance of the Work; B. The means, methods, techniques, sequences, and procedures of construction to be employed by Bidder; and C. Bidder’s safety precautions and programs. 3.07 Based on the information and observations referred to in the preceding paragraphs, Bidder 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. 00 30 00 - 3 Bid Acknowledgement Form REV 06-12-2015 Traffic Signal and Street Lighting Improvements Indefinite Delivery, Indefinite Quantity (IDIQ) REBID- E15126 3.08 The Bidder 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. 3.09 The Bidder has correlated the information known to the Bidder, 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. 3.10 The Bidder has given the OAR written notice of all conflicts, errors, ambiguities, or discrepancies that the Bidder has discovered in the Contract Documents, and the written resolution provided by the OAR is acceptable to the Bidder. 3.11 The Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performance and furnishing of the Work. 3.12 Bidder’s entry into this Contract constitutes an incontrovertible representation by Bidder that without exception all prices in the Agreement are premised upon performing and furnishing the Work required by the Contract Documents. ARTICLE 4 – BASIS OF BID 4.01 Bidder will complete the Work in accordance with the Contract Documents at the unit prices shown in the BID FORM. A. Extended amounts have been computed in accordance with Paragraph 13.03 of the General Conditions. B. Bidder acknowledges that the estimated quantities are not guaranteed, and final payment for all Unit Price items will be based on actual quantities provided, measured as provided in the Contract Documents. C. Unit Price and figures column will be used to compute the actual Bid price. ARTICLE 5 – EVALUATION OF BIDDERS 5.01 This project is planned for award in the amount range of $780,000.00 to $1,000,000.00, however, the evaluation and determination of the lowest bidder will be based on lowest combined total base bid. 5.02 The Owner has the right to accept a Bid, reject any and all Bids, to waive any and all irregularities in the Bids, or to reject non-conforming, non-responsive or conditional Bids. In addition, the Owner reserves the right to reject any Bid where circumstances and developments have, in the opinion of the Owner, changed the responsibility of the Bidder. 5.03 Material misstatements in the documentation submitted to determine the Bidder’s responsibility, including information submitted per SECTION 00 45 16 STATEMENT OF EXPERIENCE, may be grounds for rejection of the Bidder’s Bid on this Project. Any such misstatement, if discovered after award of the Contract to such Bidder, may be grounds for immediate termination of the Contract. Additionally, the Bidder will be liable to the Owner for 00 30 00 - 4 Bid Acknowledgement Form REV 06-12-2015 Traffic Signal and Street Lighting Improvements Indefinite Delivery, Indefinite Quantity (IDIQ) REBID- E15126 any additional costs or damages to the Owner resulting from such misstatements, including costs and attorney’s fees for collecting such costs and damages. ARTICLE 6 – TIME OF COMPLETION 6.01 This is a multi-year contract for a base year with two one-year extension options. Bidder will complete the Work required to be substantially completed within 365 days after the date when the Contract Times commence to run as provided in Paragraph 4.01 of the General Conditions. Bidder will complete the Work required for final payment in accordance with Paragraph 15.06 of the General Conditions within 395 days after the date when the Contract Times commence to run. 6.02 Bidder agrees that the Work will be substantially complete and will be completed and ready for final payment in accordance with Paragraph 15.06 of the General Conditions within the number of days indicated. 6.03 Each Delivery Order will be issued with specific durations, to be determined. ARTICLE 7 – ATTACHMENTS TO THIS BID In compliance with the Bid Requirements in SECTION 00 21 13 INVITATION TO BID AND INSTRUCTIONS TO BIDDERS, the following are made a condition of this Bid: A. Bid Security. B. SECTION 00 30 00 BID ACKNOWLEDGEMENT FORM and documentation of signatory authority. C. Bid Form. D. SECTION 00 30 02 COMPLIANCE TO STATE LAW ON NONRESIDENT BIDDERS. E. SECTION 00 30 04 CONFLICT OF INTEREST QUESTIONNAIRE. F. SECTION 00 30 05 DISCLOSURE OF INTEREST. G. SECTION 00 30 06 NON-COLLUSION CERTIFICATION. ARTICLE 8 – DEFINED TERMS 8.01 The terms used in this Bid have the meanings indicated in the General Conditions and the Supplementary Conditions. The significance of terms with initial capital letters is described in the General Conditions. ARTICLE 9 – VENUE 9.01 Bidder agrees that venue shall lie exclusively in Nueces County, Texas for any legal action. ARTICLE 10 – SIGNATORY REQUIREMENTS FOR BIDDERS 10.01 Bidders must include their correct legal name, state of residency, and federal tax identification number in the Bid Form. 00 30 00 - 5 Bid Acknowledgement Form REV 06-12-2015 Traffic Signal and Street Lighting Improvements Indefinite Delivery, Indefinite Quantity (IDIQ) REBID- E15126 10.02 The Bidder, or the Bidder’s authorized representative, shall sign and date the Bid Form to accompany all materials included in the submitted Bid. Bids which are not signed and dated in this manner, or which do not contain the required documentation of signatory authority may be rejected as non-responsive. The individual(s) signing the Bid must have the authority to bind the Bidder to a contract, and if required, shall attach documentation of signatory authority to the Bid Form. 10.03 Bidders who are individuals (“natural persons” as defined by the Texas Business Organizations Code §1.002), but who will not be signing the Bid Form personally, shall include in their bid a notarized power of attorney authorizing the individual designated as their authorized representative to submit the Bid and to sign on behalf of the Bidder. 10.04 Bidders that are entities who are not individuals shall identify in their Bid their charter or Certificate of Authority number issued by the Texas Secretary of State and shall submit with their Bid a copy of a resolution or other documentation approved by the Bidder’s governing body authorizing the submission of the Bid and designating the individual(s) authorized to execute documents on behalf of the Bidder. Bidders using an assumed name (an “alias”) shall submit a copy of the Certificate of Assumed Name or similar document. 10.05 Bidders that are not residents of the State of Texas must document their legal authority to conduct business in Texas. Nonresident Bidders that have previously registered with the Texas Secretary of State may submit a copy of their Certificate of Authority. Nonresident Bidders that have not previously registered with the Texas Secretary of State shall submit a copy of the Bidder’s enabling documents as filed with the state of residency, or as otherwise existing. 00 30 00 - 6 Bid Acknowledgement Form REV 06-12-2015 Traffic Signal and Street Lighting Improvements Indefinite Delivery, Indefinite Quantity (IDIQ) REBID- E15126 ARTICLE 11 – BID SUBMITTAL 11.01 This Bid is submitted by: Bidder: (typed or printed full legal name of Bidder) By: (individual’s signature) Name: (typed or printed) Title: (typed or printed) Attest: (individual’s signature) State of Residency: Federal Tax Id. No. Address for giving notices: Phone: Email: (Attach evidence of authority to sign if the authorized individual is not the Bidder, but an individual signing on behalf of another individual Bidder, or if the authorized individual is a representative of a corporation, partnership, or joint venture.) END OF SECTION 00 30 01 BID FORM Project Name: Project Number: Owner: Bidder: OAR: Designer: Item UNIT ESTIMATED QUANTITY UNIT PRICE EXTENDED AMOUNT A1 LS 1 A2 EA 15 -$ B1 DRILL SHAFT (TRF SIG POLE) (24 IN)LF 6 B2 DRILL SHAFT (TRF SIG POLE) (30 IN)LF 11 B3 DRILL SHAFT (TRF SIG POLE) (36 IN)LF 43 B4 DRILL SHAFT (TRF SIG POLE) (42 IN)LF 17 B5 DRILL SHAFT (TRF SIG POLE) (48 IN)LF 22 B6 RIPRAP (CONC) (CL C)CY 2 B7 IN RD IL AM (U/P) (TY 1) (150W) S EA 2 B8 IN RD IL AM (U/P) (TY IF) (150W) EA 2 B9 IN RD IL (TY SA) 50B-8 (.4KW) S EA 2 B10 CONDT (PVC) (SCH 40) (1 1/2")LF 40 B11 CONDT (PVC) (SCHD 40) (2") LF 20 B12 CONDT (PVC) (SCHD 40) (2") (BORE)LF 20 B13 CONDT (PVC) (SCHD 40) (3")LF 65 B14 CONDT (PVC) (SCHD 40) (3") (BORE)LF 120 B15 CONDT (PVC) (SCHD 40) (4")LF 40 B16 CONDT (PVC) (SCHD 40) (4") (BORE)LF 40 B17 CONDT (RM) (3/4")LF 10 B18 CONDT (RM) (1")LF 10 B19 CONDT (RM) (2")LF 10 B20 CONDT (RM) (1 1/2")LF 100 B21 ELEC CONDR (NO.10) BARE LF 50 B22 ELEC CONDR (NO.10) INSULATED LF 100 B23 ELEC CONDR (NO.8) BARE LF 100 B24 ELEC CONDR (NO.8) INSULATED LF 285 SUBTOTAL PART A - GENERAL (Items A1 thru A2) Part B - TRAFFIC SIGNAL & ILLUMINATION IMPROVEMENTS (per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) 00 30 01 BID FORM DESCRIPTION Base Bid MOBILIZATION/DEMOBILIZATION/BONDS/INSURANCE (NOT TO EXCEED 5% OF TOTAL BID AMOUNT) TRAFFIC CONTROL; SET-UP MAINTENANCE AND REMOVAL, COMPLETE IN PLACES PER ARTERIAL STREET Part A - General (per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) Basis of Bid Traffic Signal and Street Lighting Improvements Indefinite Delivery, Indefinite Quantity (IDIQ)- REBID City of Corpus Christi Maldonado-Burkett Intelligent Transportation Systems, LLP E15126 Bid Form Traffic Signal and Street Lighitng Improvements Indefinite Delivery, Indefinite Quantity (IDIQ) REBID-E15126 Page 1 of 6 REV 3-23-2015 00 30 01 BID FORM Item UNIT ESTIMATED QUANTITY UNIT PRICE EXTENDED AMOUNTDESCRIPTION B25 ELEC CONDR (NO.6) BARE LF 100 B26 ELEC CONDR (NO.6) INSULATED LF 200 B27 ELEC CONDR (NO.4) BARE LF 25 B28 ELEC CONDR (NO.4) INSULATED LF 50 B29 TRAY CABLE (3 CONDR) (12 AWG)LF 25 B30 GROUND BOX TY A (122311) EA 1 B31 GROUND BOX TY A (122311)W/APRON EA 1 B32 GROUND BOX TY C (162911)EA 1 B33 GROUND BOX TY C (162911)W/APRON EA 4 B34 TIMBER POLE (CL 2) 40 FT EA 1 B35 ELC SRV TY D 120/240 060 (NS)SS(E)TS(0)EA 1 B36 ELC SRV TY T 120/240 000 (NS)GS(N)TS(0)EA 4 B37 REMOVE ELECTRICAL SERVICES EA 1 B38 UNINTERRUPTIBLE POWER SUPPLY WITH CABINET EA 1 B39 (ILSN SIGN 6S) LED EA 2 B40 (ILSN SIGN 8S) LED EA 2 B41 CONTROLLER FOUNDATION EA 1 B42 INSTALL HWY TRF SIG (FLASH BEACON)EA 2 B43 INSTALL HWY TRF SIG (ISOLATED)EA 1 B44 REMOVING TRAFFIC SIGNALS EA 1 B45 VEH SIG SEC (12")LED(GRN)EA 10 B46 VEH SIG SEC (12")LED(GRN ARW)EA 5 B47 VEH SIG SEC (12")LED(YEL)EA 15 B48 VEH SIG SEC (12")LED(YEL ARW)EA 5 B49 VEH SIG SEC (12")LED(RED)EA 15 B50 VEH SIG SEC (12")LED(RED ARW)EA 5 B51 BACK PLATE (12 IN) (3 SEC)EA 2 B52 BACK PLATE (12 IN) (4 SEC)EA 2 B53 BACK PLATE (12 IN) (5 SEC)EA 2 B54 PED SIG SEC (LED)(COUNTDOWN)EA 4 B55 TRF SIG CBL (TY A) (12 AWG) (2 CONDR)LF 100 B56 TRF SIG CBL (TY A) (14 AWG) (4 CONDR)LF 1200 B57 TRF SIG CBL (TY A) (14 AWG) (7 CONDR)LF 50 B58 TRF SIG CBL (TY A) (14 AWG) (16 CONDR)LF 100 B59 INSTALL RDSD FLASH BEACON ASSEMBLY EA 1 B60 RELOCATE RDSD FLASH BEACON ASSEMBLY EA 1 B61 REMOVE RDSD FLASH BEACON ASSEMBLY EA 1 B62 INSTL RDSD FLSH BCN ASSM (SOLAR PWRD)EA 1 B63 RELOCT RDSD FLSH BCN AM (SOLAR PWRD)EA 1 B64 TRAFFIC SIG POLE ASSEM (RELOCATE)EA 1 B65 INS TRF SIG PL AM(S) 1 ARM(32')EA 1 B66 INS TRF SIG PL AM(S) 1 ARM(32') LUM EA 1 B67 INS TRF SIG PL AM(S) 1 ARM(36')EA 1 Bid Form Traffic Signal and Street Lighitng Improvements Indefinite Delivery, Indefinite Quantity (IDIQ) REBID-E15126 Page 2 of 6 REV 3-23-2015 00 30 01 BID FORM Item UNIT ESTIMATED QUANTITY UNIT PRICE EXTENDED AMOUNTDESCRIPTION B68 INS TRF SIG PL AM(S) 1 ARM(36') LUM EA 1 B69 INS TRF SIG PL AM(S) 1 ARM(40')EA 1 B70 INS TRF SIG PL AM(S) 1 ARM(40') LUM EA 1 B71 INS TRF SIG PL AM(S) 1 ARM(44')EA 1 B72 INS TRF SIG PL AM(S) 1 ARM(44') LUM EA 1 B73 INS TRF SIG PL AM(S) 1 ARM(50')EA 1 B74 INS TRF SIG PL AM(S) 1 ARM(50') LUM EA 1 B75 INS TRF SIG PL AM(S) 1 ARM(55')EA 1 B76 INS TRF SIG PL AM(S) 1 ARM(55') LUM EA 1 B77 INS TRF SIG PL AM(S) 1 ARM (60') EA 1 B78 INS TRF SIG PL AM(S) 1 ARM (60') LUM EA 1 B79 PED POLE ASSEMBLY EA 4 B80 PEDESTRIAN PUSH BUTTON POLE EA 1 B81 PED DETECT PUSH BUTTON (APS)EA 4 B82 RADAR PRESENCE DETECTOR EA 6 B83 RADAR PRESENCE DETECTOR COMM CABLE LF 100 B84 ETHERNET CABLE CAT 5 LF 50 B85 CONTINGENCY FOR UNANTICIPATED IMPROVEMENTS (MANDATORY)LS 1 $ 4,000.00 4,000.00$ C1 REMOVAL AND REPLACE GROUND BOXES EA 2 C2 REMOVAL AND REPLACE CABLES LF 25 C3 REMOVAL OF SPAN CABLE ASSM LF 1000 C4 REMOVAL OF TIMBER POLES EA 2 C5 REMOVAL OF SIGNAL HEAD ASSM EA 6 C6 INSTALL OF SIGNAL HEAD ASSM EA 6 C7 REMOVAL OF SIGNAL RELATED SIGNS EA 4 C8 INSTALL OF SIGNAL RELATED SIGNS EA 4 C9 REMOVAL OF PEDESTRIAN PUSH BUTTONS EA 2 C10 INSTALL OF PEDESTRIAN PUSH BUTTONS EA 2 C11 REMOVAL OF TRAFFIC SIGNAL POLE FND LF 1 C12 INSTALL OF FND FOR GROUND MNT CABINETS EA 2 C13 INSTALL OF CONTROL CABINET (GRND MNT)EA 18 C14 INSTALL OF FLASHER CABINET EA 1 C15 INSTALL OF SIGNAL POLE ASSM EA 2 C16 REMOVAL OF SIGNAL POLE ASSM EA 2 C17 REMOVAL OF PEDESTRAIN RAMPS EA 1 C18 REPLACE OF LUMINAIRE HEAD EA 2 C19 INSTL PED POLE ASSM EA 2 C20 REMOVE PED POLE ASSM EA 2 C21 REPL 12" LED TRF SIG LAMP UNIT (RED)EA 4 C22 REPL 12" LED TRF SIG LAMP UNIT (AMBER)EA 4 Part B - TRAFFIC SIGNAL & ILLUMINATION IMPROVEMENTS (Items B1 thru B85) Part C - MAINTENANCE OF TRAFFIC SIGNALS (per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) Bid Form Traffic Signal and Street Lighitng Improvements Indefinite Delivery, Indefinite Quantity (IDIQ) REBID-E15126 Page 3 of 6 REV 3-23-2015 00 30 01 BID FORM Item UNIT ESTIMATED QUANTITY UNIT PRICE EXTENDED AMOUNTDESCRIPTION C23 REPL 12" LED TRF SIG LAMP UNIT (GREEN)EA 4 C24 REPL 12" LED TRF SIG LAMP UNIT (GRN ARW)EA 4 C25 REPL 12" LED TRF SIG LAMP UNIT (AMBER ARW)EA 4 C26 INSTALL LED TRAF SIG LAMP UNIT EA 2 C27 REROUTE CABLES LF 20 C28 INSTALL TRAFFIC CONTROLLER CABINET (CITY SUPPLIED)EA 15 C29 REPLACE MMU/CVM UNIT EA 40 C30 REPLACE VEHICLE VIDEO IMAGE PROCESSOR SYSTEM EA 2 C31 REPLACE VIVDS CAMERA (INCLUDES CABLE)EA 2 C32 CLEAN & INSPECT VIVDS CAMERA EA 5 C33 CLEAN & INSPECT CCTV CAMERA EA 1 C34 INSTALL OR REPLACE CCTV CAMERA EA 1 C35 INSTALL DOWN GUY WITH GUARD AND ANCHOR EA 10 C36 INSTALL SCREW IN STEEL PEDESTAL ANCHOR EA 2 C37 BATTERY BACK UP UNIT (BBU) PM EA 28 C38 CONTROLLER CABINET PM EA 30 C39 REPLACE TRAFFIC SIGNAL CONTROLLER UNIT EA 5 C40 INSTALL OF SPAN CABLE ASSEMBLY LF 2000 C41 CONTINGENCY FOR UNANTICIPATED IMPROVEMENTS (MANDATORY)LS 1 4,000.00$ 4,000.00$ D1 REPLACE ABOVE-GROUND CONDUIT LF 10 D2 REPLACE UNDERGROUND CONDUIT LF 10 D3 REPLACE CONDUCTOR LF 20 D4 REPLACE TRAY CABLE LF 10 D5 INSTALL ELECTRICAL SPLICE EA 10 D6 REPLACE ROADWAY ILLUMINATION ASSEMBLY (HPS)EA 2 D7 REPLACE UNDERPASS LUMINAIRE (HPS)EA 2 D8 REPLACE INDUCTION FLOURESCENT FIXTURE EA 1 D9 REPLACE LUMINAIRE EA 2 D10 REPLACE HIGH MAST LUMINAIRES EA 2 D11 REPLACE LUMINAIRE POLE EA 1 D12 REPLACE LUMINAIRE ARMS EA 1 D13 MAINTAIN ROADWAY ILLUMINATION EA 2 D14 MAINTAIN HIGH MAST ILLUMINATION EA 2 D15 MAINTAIN UNDERPASS FIXTURE EA 2 D16 MAINTAIN INDUCTION FLUORESCENT FIXTURE EA 1 D17 PREVENTIVE MAINTENANCE (RDWAY ILL ASSY)EA 1 D18 PREVENTIVE MAINTENANCE (HIGH MAST ASSY)EA 1 D19 REPLACE ELECTRICAL SERVICE EA 1 D20 INSTALL FOUNDATION EA 1 D21 REMOVE FOUNDATION EA 1 SUBTOTAL PART C - MAINTENANCE OF TRAFFIC SIGNALS (C1 THRU C41) Part D -ILLUMINATION MAINTENANCE (per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) Bid Form Traffic Signal and Street Lighitng Improvements Indefinite Delivery, Indefinite Quantity (IDIQ) REBID-E15126 Page 4 of 6 REV 3-23-2015 00 30 01 BID FORM Item UNIT ESTIMATED QUANTITY UNIT PRICE EXTENDED AMOUNTDESCRIPTION D22 REPLACE TRANSFORMER BASE EA 2 D23 REPLACE TRANSFORMER COVER EA 2 D24 REPLACE HAND HOLE COVER EA 2 D25 INSTALL GROUND ROD EA 2 D26 REPLACE BALLAST EA 2 D27 REPLACE BALLAST (HIGH MAST LIGHTING)EA 2 D28 REPLACE FUSED DISCONNECT EA 2 D29 REPLACE LAMP SOCKET FOR POLE MOUNTED FIXTURES EA 2 D30 REPLACE LAMP SOCKET FOR UNDERPASS FIXTURES EA 2 D31 REPLACE LAMP FOR POLE MOUNTED FIXTURES EA 2 D32 REPLACE LAMP FOR UNDERPASS FIXTURES EA 2 D33 REPLACE LAMP (HIGH MAST LIGHTING)EA 2 D34 REPLACE LENS EA 4 D35 REPLACE FUSE EA 4 D36 REPLACE FUSE HOLDER EA 4 D37 REPLACE BREAKAWAY FUSE HOLDER EA 4 D38 REPLACE STARTING AID EA 2 D39 REPLACE PHOTOCELL AND BRACKET EA 1 D40 REPLACE CONTROL TRANSFORMER FOR HIGH MAST EA 1 D41 REPLACE CONTROL TRANSFORMER FOR ELECT SERVICE EA 2 D42 REPLACE CONTROL CIRCUIT FOR HIGH MAST EA 1 D43 REPLACE CONTROL CIRCUIT FOR ELECTRICAL SERVICE EA 2 D44 REPLACE HAND-OFF-AUTO SWITCH EA 2 D45 REPLACE CONTACTOR EA 2 D46 REPLACE METER BASE EA 1 D47 REPLACE TIME CLOCK EA 2 D48 REPLACE BREAKER PANEL EA 1 D49 REPLACE CIRCUIT BREAKER EA 2 D50 REPLACE FLEXIBLE POWER CABLE OR CORD LF 25 D51 REPLACE TWIST LOCK CONNECTOR EA 5 D52 REPLACE SAFETY CHAIN LF 25 D53 RAISE AND LOWER RING (HIGH MAST LIGHTING)EA 4 D54 REPALCE MISSING NUTS, WASHERS ,OTHER HARDWARE EA 4 D55 CONTINGENCY FOR UNANTICIPATED IMPROVEMENTS (MANDATORY)LS 1 4,000.00$ 4,000.00$ SUBTOTAL PART D - ILLUMINATION MAINTENANCE (D1 THRU D55) Bid Form Traffic Signal and Street Lighitng Improvements Indefinite Delivery, Indefinite Quantity (IDIQ) REBID-E15126 Page 5 of 6 REV 3-23-2015 00 30 01 BID FORM Item UNIT ESTIMATED QUANTITY UNIT PRICE EXTENDED AMOUNTDESCRIPTION SUBTOTAL PART A - GENERAL (Items A1 thru A2) SUBTOTAL PART B - TRAFFIC SIGNAL & ILLUMINATION IMPROVEMENTS (Items B1 thru B85) SUBTOTAL PART C - MAINTENANCE OF TRAFFIC SIGNALS (Items C1 thru C41) SUBTOTAL PART D - ILLUMINATION MAINTENANCE (Items D1 thru D55) Contract Times 60 days 90 days 1 2 3 All bid items include the required labor, materials and equipment for the construction activities. The quantities are intended only to show the nature of the work and the typical activities. Actual quantites will be measured and authorized for payment. This is a Indefinite Delivery Indefinite Quantity(IDIQ) Contract with 365 calendar day base year with two (2) 1 year optional extensions. Each Delivery Order will include a specific performance period and cost based on the contract bid prices and quantites approved by the engineer and city. This contract allows for an anuual economic adjustment to the unit prices based on approval City indexes in each year. Notes Bidder agrees to reach Substantial Completion for Delivery Order #1 4 Total base bid is for evaluation only. The actual award is $1,133,600.00 based on available city operations department funds. Bidder agrees to reach Final Completion in TOTAL BASE BID BID SUMMARY Bid Form Traffic Signal and Street Lighitng Improvements Indefinite Delivery, Indefinite Quantity (IDIQ) REBID-E15126 Page 6 of 6 REV 3-23-2015 00 30 02 - 1 Compliance to State Law on Nonresident Bidders 11-25-2013 Traffic Signal and Street Lighting Improvement Indefinite Delivery, Indefinite Quantity (IDIQ) REBID- E15126 00 30 02 COMPLIANCE TO STATE LAW ON NONRESIDENT BIDDERS Chapter 2252 of the Texas Government Code applies to the award of government contract to nonresident bidders. This law provides that: “a government entity may not award a governmental contract to a nonresident bidder unless the nonresident underbids the lower bid submitted by a responsible resident bidder by an amount that is not less than the amount by which a resident bidder would be required to underbid the nonresident bidder to obtain a comparable contract in the state in which the nonresident’s principal place of business is located.” “Nonresident bidder” refers to a person who is not a resident of Texas. “Resident bidder” refers to a person whose principal place of business is in this state, including a contractor whose ultimate parent company or majority owner has its principal place of business in this state. Check the statement that is correct for Bidder. ☐ Bidder qualifies as a nonresident bidder whose principal place of business or residency is in the State of . ☐ Bidder (includes parent company or majority owner) qualifies as a resident bidder whose principal place of business is in the State of Texas. The Owner will use the information provided in the State of Texas Comptroller’s annual publication of other states’ laws on contracts to evaluate the Bids of nonresident Bidders. Bidder: Company Name: (typed or printed) By: (signature -- attach evidence of authority to sign) Name: (typed or printed) Title: Business address: Phone: Email: END OF SECTION Adopted 06/29/2007 FORM CIQ OFFICE USE ONLYThis questionnaire reflects changes made to the law by H.B. 1491, 80th Leg., Regular Session. This questionnaire is being filed in accordance with Chapter 176, Local Government Code by a person who has a business relationship as defined by Section 176.001(1-a) with a local governmental entity and the person meets requirements under Section 176.006(a). By law this questionnaire must be filed with the records administrator of the local governmental entity not later than the 7th business day after the date the person becomes aware of facts that require the statement to be filed. See Section 176.006, Local Government Code. A person commits an offense if the person knowingly violates Section 176.006, Local Government Code. An offense under this section is a Class C misdemeanor. CONFLICT OF INTEREST QUESTIONNAIRE For vendor or other person doing business with local governmental entity Check this box if you are filing an update to a previously filed questionnaire. (The law requires that you file an updated completed questionnaire with the appropriate filing authority not later than the 7th business day after the date the originally filed questionnaire becomes incomplete or inaccurate.) Name of person who has a business relationship with local governmental entity.1 2 3 Date Received Name of local government officer with whom filer has employment or business relationship. Name of Officer This section (item 3 including subparts A, B, C & D) must be completed for each officer with whom the filer has an employment or other business relationship as defined by Section 176.001(1-a), Local Government Code. Attach additional pages to this Form CIQ as necessary. A. Is the local government officer named in this section receiving or likely to receive taxable income, other than investment income, from the filer of the questionnaire? Yes No B. Is the filer of the questionnaire receiving or likely to receive taxable income, other than investment income, from or at the direction of the local government officer named in this section AND the taxable income is not received from the local governmental entity? Yes No C. Is the filer of this questionnaire employed by a corporation or other business entity with respect to which the local government officer serves as an officer or director, or holds an ownership of 10 percent or more? Yes No D. Describe each employment or business relationship with the local government officer named in this section. Signature of person doing business with the governmental entity Date 4 SUPPLIER NUMBER __________ TO BE ASSIGNED BY CITY PURCHASING DIVISION CITY OF CORPUS CHRISTI DISCLOSURE OF INTEREST City of Corpus Christi Ordinance 17112, as amended, requires all persons or firms seeking to do business with the City to provide the following information. Every question must be answered. If the question is not applicable, answer with “NA”. See reverse side for Filing Requirements, Certifications and definitions. COMPANY NAME: P. O. BOX: STREET ADDRESS: CITY: ZIP: - FIRM IS: 1. Corporation 2. Partnership 3. Sole Owner 4. Association 5. Other ____________________________________ DISCLOSURE QUESTIONS If additional space is necessary, please use the reverse side of this page or attach separate sheet. 1. State the names of each “employee” of the City of Corpus Christi having an “ownership interest” constituting 3% or more of the ownership in the above named “firm.” Name Job Title and City Department (if known) 2. State the names of each “official” of the City of Corpus Christi having an “ownership interest” constituting 3% or more of the ownership in the above named “firm.” Name Title 3. State the names of each “board member” of the City of Corpus Christi having an “ownership interest” constituting 3% or more of the ownership in the above named “firm.” Name Board, Commission or Committee 4. State the names of each employee or officer of a “consultant” for the City of Corpus Christi who worked on any matter related to the subject of this contract and has an “ownership interest” constituting 3% or more of the ownership in the above named “firm.” Name Consultant FILING REQUIREMENTS If a person who requests official action on a matter knows that the requested action will confer an economic benefit on any City official or employee that is distinguishable from the effect that the action will have on members of the public in general or a substantial segment thereof, you shall disclose that fact in a signed writing to the City official, employee or body that has been requested to act in the matter, unless the interest of the City official or employee in the matter is apparent. The disclosure shall also be made in a signed writing filed with the City Secretary. [Ethics Ordinance Section 2-349 (d)] CERTIFICATION I certify that all information provided is true and correct as of the date of this statement, that I have not knowingly withheld disclosure of any information requested; and that supplemental statements will be promptly submitted to the City of Corpus Christi, Texas as changes occur. Certifying Person: Title: (Type or Print) Signature of Certifying Person: Date: DEFINITIONS a. “Board member.” A member of any board, commission, or committee appointed by the City Council of the City of Corpus Christi, Texas. b. “Economic benefit”. An action that is likely to affect an economic interest if it is likely to have an effect on that interest that is distinguishable from its effect on members of the public in general or a substantial segment thereof. c. “Employee.” Any person employed by the City of Corpus Christi, Texas either on a full or part - time basis, but not as an independent contractor. d. “Firm.” Any entity operated for economic gain, whether professional, industrial or commercial, and whether established to produce or deal with a product or service, including but not limited to, entities operated in the form of sole proprietorship, as self-employed person, partnership, corporation, joint stock company, joint venture, receivership or trust, and entities which for purposes of taxation are treated as non-profit organizations. e. “Official.” The Mayor, members of the City Council, City Manager, Deputy City Manager, Assistant City Managers, Department and Division Heads, and Municipal Court Judges of the City of Corpus Christi, Texas. f. “Ownership Interest.” Legal or equitable interest, whether actually or constructively held, in a firm, including when such interest is held through an agent, trust, estate, or holding entity. “Constructively held” refers to holdings or control established through voting trusts, proxies, or special terms of venture or partnership agreements.” g. “Consultant.” Any person or firm, such as engineers and architects, hired by the City of Corpus Christi for the purpose of professional consultation and recommendation. 00 30 06 - 1 Non-Collusion Certification 11-25-2013 Traffic Signal and Street Lighting Improvements Indefinite Delivery, Indefinite Quantity (IDIQ) REBID -E15126 00 30 06 NON-COLLUSION CERTIFICATION STATE OF TEXAS COUNTY OF NUECES OWNER: City of Corpus Christi, Texas 1201 Leopard Street Corpus Christi, Texas 78401 CONTRACT: Traffic Signal and Street Lighting Improvements Indefinite Delivery, Indefinite Quantity (IDIQ) REBID Project No. E15126 Bidder certifies that the it has not been a party to any collusion among Bidders in the restraint of freedom of competition by agreement to submit a Bid at a fixed price or to refrain from bidding; or with any official or employee of the Owner as to quantity, quality, or price in the prospective contract, or any other terms of said prospective contract; or in any discussion between Bidders and any official of the Owner concerning exchange of money or other thing of value for special consideration in the letting of a contract. Company Name: (typed or printed) By: (signature -- attach evidence of authority to sign) Name: (typed or printed) Title: Business address: Phone: Email: END OF SECTION 00 45 16 - 1 Statement of Experience 11-25-2013 Traffic Signal and Street Lighting Improvements Indefinite Delivery, Indefinite Quantity (IDIQ) REBID -E15126 00 45 16 STATEMENT OF EXPERIENCE ARTICLE 1 – REQUIREMENT TO PROVIDE A STATEMENT OF EXPERIENCE 1.01 To be considered a responsive Bidder, the three lowest Bidders must complete and submit the Statement of Experience within 5 days after the date Bids are due to demonstrate the Bidders’ responsibility and ability to meet the minimum requirements complete the Work. Failure to submit the required information in the Statement of Experience may result in the Owner considering the Bid non-responsive and result in rejection of the Bid by the Owner. The Bid Security of the Bidder will be forfeited if Bidder fails to deliver the Statement of Experience in an attempt to be released from its Bid. Bidders may be required to provide supplemental information if requested by the Owner to clarify, enhance or supplement the information provided in the Statement of Experience. 1.02 Bidders must provide the information requested in this Statement of Experience using the forms attached to this Section. A copy of these forms can be provided in Microsoft Word to assist with the preparation of the Statement of Experience. Information in these forms must be provided completely and in detail. Information that cannot be totally incorporated in the form may be included in an attachment to the form. This attachment must be clearly referenced by attachment number in the form, and the attached material must include the attachment number on every sheet of the attachment. The attachment must include only the information that responds to the question or item number to which the attachment information applies. ARTICLE 2 – EXPERIENCE REQUIREMENTS 2.01 The Bidder agrees that, in addition to determining the apparent low Bid, the Owner will consider the responsiveness of the Bids and the responsibility of the Bidders in awarding a Contract for this Project. Information that indicates the Bidder or a Subcontractor is not responsible or that might negatively impact a Bidder’s ability to complete the Work within the Contract Time and for the Contract Price may result in the Owner rejecting the Bid. 2.02 If none of the three apparent low Bidders are deemed responsible, the Owner may notify the next apparent low Bidders in order, who will then be required to submit the Statement of Experience for review, until a Contract is awarded or all Bids have been rejected. 2.03 The Bidder is responsible for the accuracy and completeness of all of the information provided by the Bidder or a proposed Subcontractor in response to this Statement of Experience. 2.04 Provide general information about the organization as required in Table 1. Describe the organizational structure of the Bidder's organization as it relates to this Project in Table 2. 2.05 Provide information on the experience of proposed key personnel. A. Provide information on the key personnel that will be actively working on this Project in Tables 3 through 6. Key personnel include the Project Manager, Project Superintendent, Safety Manager, and Quality Control Manager. If key personnel are to fulfill more than one of the roles listed above, provide a written narrative describing how much time will be devoted to each function, their qualifications to fulfill each role, and the percentage of their time that will be devoted to each role. If the individual is not to be devoted solely to this 00 45 16 - 2 Statement of Experience 11-25-2013 Traffic Signal and Street Lighting Improvements Indefinite Delivery, Indefinite Quantity (IDIQ) REBID -E15126 Project, indicate how that individual’s time is to be divided between this Project and other assignments. B. The Bidder may provide information on an alternate individual if the Bidder is not able to commit to one individual for the Project at the time the Bid is submitted. Qualifications of these individuals will be considered in determining whether the experience of the Bidder meets the minimum requirements. The Bidder must provide the services of the proposed key personnel for the life of the Project as a condition of qualification. Failure to provide the proposed Key Personnel may result in the disqualification of the Bidder and may void the award of the Contract. C. Provide biographical information for each primary and alternate candidate as an attachment that includes: technical experience, managerial experience, education and formal training, and a work history which describes project experience, including the roles and responsibilities for each assignment. Additional information demonstrating experience that meets the minimum requirements in this Statement of Experience should also be included. Bidders are to include a list of the current project assignments for each of the individuals proposed, the anticipated completion date for this assignment, and the percentage of the time they will have available to devote to this Project to demonstrate their availability for this project. D. The Project Manager and Project Superintendent must have at least 5 years’ recent experience in the management and oversight of projects of a similar size and complexity to this Project. This experience must include scheduling of manpower and materials, safety, coordination of Subcontractors, experience with the submittal process, Federal and State wage rate requirements, and contract close-out procedures. The Project Superintendent is to be present at the Site at all times that Work is being performed. Foremen must have at least 5 years’ recent experience in similar work and be subordinate to the Project Superintendent. Foremen cannot act as a superintendent without prior written approval from the Owner. 2.06 Provide information on the project experience and past performance of the organization and Key Personnel. A. Provide a list of projects currently under construction and projects completed by the Organization in the last 5 years using copies of Table 7. Highlight the project information that demonstrates the experience of Bidder with similar projects and the experience of proposed Key Personnel. Experience must include the satisfactory completion of at least five similar projects within the last 5 years for the Bidder's organization and for proposed Key Personnel, that are equal to or greater in size and magnitude than the current Project. B. In determining the responsibility of the Bidder, the Owner will consider the Bidder’s past projects and any substandard quality of workmanship on completed projects. The Owner will consider whether the Bidder’s past project experience shows substandard quality of workmanship, issues related to a substandard appearance of the completed work, the amount of warranty or rework required, problems with durability and maintainability of the completed project, and problems with the lack of quality of documentation provided. In addition to the work produced, the Owner may consider issues related to the quality of construction practices, responsiveness to the owner’s needs during construction, an inability to work in the spirit of partnering, and any non-responsiveness of the Bidder to 00 45 16 - 3 Statement of Experience 11-25-2013 Traffic Signal and Street Lighting Improvements Indefinite Delivery, Indefinite Quantity (IDIQ) REBID -E15126 make warranty corrections. Information to make this determination will come from Owner's interviews with references provided for this project. By listing reference contact information in this Statement of Experience, Bidder indicates its approval for OPT to contact the individuals listed as a reference. 2.07 The Owner will consider any percentages in excess of 15 percent of change orders for projects as an indicator of ability to complete Projects within the Contract Price. Provide a tabulation of budget performance on all projects completed by the Bidder within the last 5 years on Table 8 to demonstrate the ability of the Bidder to complete projects for the Contract Price. Lines may be added beneath project change order breakdowns to add explanatory comments. 2.08 Provide information to demonstrate the ability of the Bidder to complete projects on time. Bidders are to provide a tabulation of all projects completed by the Organization within the last 5 years on Table 9 to demonstrate performance in completing projects on time. Comments may be added to the tabulations to indicate the reasons for amending completion dates. 2.09 Provide information to demonstrate the ability of the Bidder to provide subcontracting opportunities that will meet the Owner’s established goals for Minority, MBE, and DBE participation in the Project. List all Work to be performed by qualified Minority, MBE, and DBE proposed Subcontractors or Suppliers in Table 10. Include percentages of Work subcontracted to each to demonstrate compliance with Owner's stated goals. ARTICLE 3 – STATEMENT OF EXPERIENCE REQUIREMENTS 3.01 Provide one printed copy of the Statement of Experience using the referenced tables and narrative descriptions as described in Article 2. Pages are to be 8-1/2 x 11 pages using a minimum font size of 10. A limited number of 11 x 17 sheets may be used, and must be folded to the size of an 8-1/2 x 11 page. 3.02 Provide a digital copy of the Statement of Experience in Portable Document Format (PDF) on a CD, portable drive, or other digital recording device. This digital copy is to include all information required to evaluate the Bid and should match the content of the printed copy of the Bid. When creating the digital copy: A. Create PDF documents from native format files. B. Rotate pages so that the top of the document appears at the top of the file when opened in PDF viewing software. C. Submit PDF documents with adequate resolution to allow documents to be printed in a format equivalent to the original documents. 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 if color is used in the printed version of the documents. 00 45 16 - 4 Statement of Experience 11-25-2013 Traffic Signal and Street Lighting Improvements Indefinite Delivery, Indefinite Quantity (IDIQ) REBID -E15126 Table 1 – Organization Information Organization doing business as: Business Address of Principal Office Telephone No. Website Form of Business (check one) ☐ Corporation ☐ Partnership ☐ Individual If a Corporation State of Incorporation Date of Incorporation Chief Executive Officer’s Name President’s Name Vice President’s Name(s) Secretary’s Name Treasurer’s Name If a Partnership Date of Organization Form of Partnership: ☐ General ☐ Limited If an Individual Name Ownership of Organization List of companies, firms, or organizations that own any part of the organization. Names of Companies, Firms, or Organizations Percent Ownership Organization History List of names that this organization currently, has, or anticipates operating under including the names of related companies presently doing business. Names of Organizations From Date To Date Indicators of Organization Size Average number of current full-time employees Average estimate of revenue for the current year 00 45 16 - 5 Statement of Experience 11-25-2013 Traffic Signal and Street Lighting Improvements Indefinite Delivery, Indefinite Quantity (IDIQ) REBID -E15126 Table 1 – Organization Information Surety Name of Surety Surety is a corporation organized and existing under the laws of the state of Is surety authorized to provide surety bonds in the State of Texas? ☐ Yes ☐ No Is surety listed in “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? ☐ Yes ☐ No Mailing Address (principal place of business) Physical Address(principal place of business) Telephone (Main) Telephone (for Notice of Claim) Local Agent for Surety Address for Local Agent Telephone for Local Agent Insurance Name of Insurance Provider Provider is a corporation organized and existing under the laws of the state of Is Provider licensed or authorized to issue insurance policies in the State of Texas? ☐ Yes ☐ No Does Provider have an A.M. Best Rating of A-VIII or Better? ☐ Yes ☐ No Mailing Address (principal place of business) Physical Address(principal place of business) Telephone (Main) Telephone (for Notice of Claim) Local Agent for Provider Address for Local Agent Telephone for Local Agent Financial Summary Information Date of Bidder's most current financial statement Date of Bidder's most current audited financial statement Financial indicators from the most current financial statement: Bidder's Current Ratio (Current Assets / Current Liabilities) Bidder's Quick Ratio ((Cash and Cash Equivalents + Accounts Receivable + Short Term Investments) / Current Liabilities)) 00 45 16 - 6 Statement of Experience 11-25-2013 Traffic Signal and Street Lighting Improvements Indefinite Delivery, Indefinite Quantity (IDIQ) REBID -E15126 Table 1 – Organization Information Organization doing business as: Previous History with Owner List projects that have been completed with the Owner over the last 5 years. If more than 5 projects, list only the most recent. Project Name Year 1 2 3 4 5 Construction Site Safety Experience Provide Bidders Experience Modification Ratio (EMR) History for the last 3 years. Provide documentation of the EMR. Year EMR Year EMR Year EMR Previous Bidding and Construction Experience Has Bidder or a predecessor organization ever been disqualification as a bidder within the last 5 years? List Projects below and provide full details in a separate attachment if yes. Has Bidder or a predecessor organization been released from a bid or proposal in the past five years? List Projects below and provide full details in a separate attachment if yes. Has Bidder or a predecessor organization ever defaulted on a project or failed to complete any work awarded to it? List Projects below and provide full details in a separate attachment if yes. Has Bidder or a predecessor organization been involved in claims or litigation involving project owners within the last 5 years? List Projects below and provide full details in a separate attachment if yes. Have liens or claims for outstanding unpaid invoices been filed against the Bidder for services or materials on any projects begun within the preceding 2 years. Specify the name and address of the party holding the lien or making the claim, the amount and basis for the lien or claim, and an explanation of why the lien has not been released or that the claim has not been paid if yes. 00 45 16 - 7 Statement of Experience 11-25-2013 Traffic Signal and Street Lighting Improvements Indefinite Delivery, Indefinite Quantity (IDIQ) REBID -E15126 Table 2 – Project Information Organization doing business as: Proposed Project Organization Provide a brief description of the organizational structure proposed for this project indicating the names and functional roles of proposed key personnel and alternates. Division of work between Bidder and Proposed Subcontractor and Suppliers Provide a list of Work to be self-performed by the Bidder and the Work contracted to Subcontractors and Suppliers for more than 10 percent of the Work (based on estimated subcontract or purchase order amounts and the Contract Price). Description of Work Name of Entity Performing the Work Estimated Percentage of Contract Price Subcontractor Construction Site Safety Experience Provide Experience Modification Ratio (EMR) History for the last 3 years for Subcontractors that will provide Work valued at 25% or more of the Contract Price. Provide documentation of the EMR. Subcontractor Year EMR Year EMR Year EMR Subcontractor Year EMR Year EMR Year EMR 00 45 16 - 8 Statement of Experience 11-25-2013 Traffic Signal and Street Lighting Improvements Indefinite Delivery, Indefinite Quantity (IDIQ) REBID -E15126 Table 3 – Proposed Project Manager Organization doing business as: Primary Candidate Name of individual Years of experience as Project Manager Years of experience with this organization Number of similar projects as Project Manager Number of similar projects in other positions Current Project Assignments Name of Assignment Percent of Time Used for this Project Estimated Project Completion Date Reference Contact Information Name Name Title/Position Title/Position Organization Organization Telephone Telephone Email Email Project Project Role on project Role on project Alternate Candidate Name of individual Years of experience as Project Manager Years of experience with this organization Number of similar projects as Project Manager Number of similar projects in other positions Current Project Assignments Name of Assignment Percent of Time Used for this Project Estimated Project Completion Date Reference Contact Information Name Name Title/Position Title/Position Organization Organization Telephone Telephone Email Email Project Project Role on project Role on project 00 45 16 - 9 Statement of Experience 11-25-2013 Traffic Signal and Street Lighting Improvements Indefinite Delivery, Indefinite Quantity (IDIQ) REBID -E15126 Table 4 – Proposed Project Superintendents Organization doing business as: Primary Candidate Name of individual Years of experience as Project Superintendent Years of experience with this organization Number of similar projects as Superintendent Number of similar projects in other positions Current Project Assignments Name of Assignment Percent of Time Used for this Project Estimated Project Completion Date Reference Contact Information Name Name Title/Position Title/Position Organization Organization Telephone Telephone Email Email Project Project Role on project Role on project Alternate Candidate Name of individual Years of experience as Project Superintendent Years of experience with this organization Number of similar projects as Superintendent Number of similar projects in other positions Current Project Assignments Name of Assignment Percent of Time Used for this Project Estimated Project Completion Date Reference Contact Information Name Name Title/Position Title/Position Organization Organization Telephone Telephone Email Email Project Project Role on project Role on project 00 45 16 - 10 Statement of Experience 11-25-2013 Traffic Signal and Street Lighting Improvements Indefinite Delivery, Indefinite Quantity (IDIQ) REBID -E15126 Table 5 – Proposed Project Safety Managers Organization doing business as: Primary Candidate Name of individual Years of experience as Project Safety Manager Years of experience with this organization Number of similar projects as Safety Manager Number of similar projects in other positions Current Project Assignments Name of Assignment Percent of Time Used for this Project Estimated Project Completion Date Reference Contact Information Name Name Title/Position Title/Position Organization Organization Telephone Telephone Email Email Project Project Role on project Role on project Alternate Candidate Name of individual Years of experience as Project Safety Manager Years of experience with this organization Number of similar projects as Safety Manager Number of similar projects in other positions Current Project Assignments Name of Assignment Percent of Time Used for this Project Estimated Project Completion Date Reference Contact Information Name Name Title/Position Title/Position Organization Organization Telephone Telephone Email Email Project Project Role on project Role on project 00 45 16 - 11 Statement of Experience 11-25-2013 Traffic Signal and Street Lighting Improvements Indefinite Delivery, Indefinite Quantity (IDIQ) REBID -E15126 Table 6 – Proposed Project Quality Control Managers Organization doing business as: Primary Candidate Name of individual Years of experience as Quality Control Manager Years of experience with this organization Number of similar projects as Quality Manager Number of similar projects in other positions Current Project Assignments Name of Assignment Percent of Time Used for this Project Estimated Project Completion Date Reference Contact Information Name Name Title/Position Title/Position Organization Organization Telephone Telephone Email Email Project Project Role on project Role on project Alternate Candidate Name of individual Years of experience as Quality Control Manager Years of experience with this organization Number of similar projects as Quality Manager Number of similar projects in other positions Current Project Assignments Name of Assignment Percent of Time Used for this Project Estimated Project Completion Date Reference Contact Information Name Name Title/Position Title/Position Organization Organization Telephone Telephone Email Email Project Project Role on project Role on project 00 45 16 - 12 Statement of Experience 11-25-2013 Traffic Signal and Street Lighting Improvements Indefinite Delivery, Indefinite Quantity (IDIQ) REBID -E15126 Table 7 – Current Projects and Projects Completed within the Last 5 Years Project Owner Project Name General Description of Project Project Budget and Schedule Performance Budget History Schedule Performance Amount % of Bid Date Days Bid Notice to Proceed Change Orders Contract Substantial Completion Date at Notice to Proceed Owner Enhancements Contract Final Completion Date at Notice to Proceed Unforeseen Conditions Change Order Authorized Substantial Completion Date Design Issues Change Order Authorized Final Completion Date Total Actual / Estimated Substantial Completion Date Final Cost Actual / Estimated Final Completion Date Key Project Personnel Project Manager Project Superintendent Safety Manager Quality Control Manager Name Percentage of time devoted to the Project Proposed for this Project Did Individual start and complete the project? If not, who started or completed the Project in their place? Reason for change Reference Contact Information Name Title/Position Organization Telephone Email Owner Designer Construction Manager Surety Issues / disputes resolved or pending resolution by arbitration, litigation, or dispute review boards Number of issues resolved Total amount involved in resolved issues Number of issues pending Total amount involved in resolved Issues 00 45 16 - 13 Statement of Experience 11-25-2013 Traffic Signal and Street Lighting Improvements Indefinite Delivery, Indefinite Quantity (IDIQ) REBID -E15126 Table 8 – Demonstration of Budget Performance Organization doing business as Provide information on all projects completed by the Bidder within the last 5 years. Owner Name Project Description Original Contract Price Owner Enhancements Unforeseen Conditions Design Issues Total Changes Percent Changes 00 45 16 - 14 Statement of Experience 11-25-2013 Traffic Signal and Street Lighting Improvements Indefinite Delivery, Indefinite Quantity (IDIQ) REBID -E15126 Table 9 – Demonstration of On-Time Performance Organization doing business as Provide information on all projects completed by the Bidder within the last 5 years. Owner Name Project Description Original Contract Date for Substantial Completion Original Contract Date for Final Completion Amended Contract Date for Substantial Completion Amended Contract Date for Final Completion Actual Contract Date for Substantial Completion Actual Contract Date for Final Completion 00 45 16 - 15 Statement of Experience 11-25-2013 Traffic Signal and Street Lighting Improvements Indefinite Delivery, Indefinite Quantity (IDIQ) REBID -E15126 Table 10 – Demonstrated Minority, MBE, DBE Participation Organization doing business as Project Subcontractors and Suppliers Provide a list of anticipated Minority, MBE, DBE Subcontractors or Suppliers contracts that will be used to demonstrate compliance with the Owner's Minority / MBE / DBE Participation Policy Name Work to be Provided Estimated % of Contract Price Minority, MBE, or DBE Firm 00 45 16 - 16 Statement of Experience 11-25-2013 Traffic Signal and Street Lighting Improvements Indefinite Delivery, Indefinite Quantity (IDIQ) REBID -E15126 ARTICLE 4 – CERTIFICATION 4.01 By submitting this Statement of Experience and related information; Bidder certifies that it has read this Statement of Experience and that Bidder’s responses are true and correct and contain no material misrepresentations; and that the individual signing below is authorized to make this certification on behalf of the Bidder’s organization. The individual signing this certification shall attach evidence of individual’s authority to bind the organization to an agreement. Bidder: (typed or printed) By: (individual’s signature) Name: (typed or printed) Title: (typed or printed) Designated Representative: Name: Title: Address: Telephone No.: Email: END OF SECTION 00 52 23 - 1 Agreement REV 03-23-2015 Traffic Signal and Street Lighting Improvements Indefinite Delivery, Indefinite Quantity (IDIQ) REBID- E15126 00 52 23 AGREEMENT This Agreement, for the Project awarded on Wednesday August 19, 2015 at 2:00 p.m. 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: Traffic Signal and Street Lighting Improvements Indefinite Delivery, Indefinite Quantity (IDIQ) REBID Project No. E15126 ARTICLE 2 – DESIGNER AND OWNER’S AUTHORIZED REPRESENTATIVE 2.01 The Project has been designed by: Maldonado-Burkett Intelligent Transportation Systems, LLP 3833 South Staples Street, Suite N214 Corpus Christi, TX, 78411 2.02 The Owner’s Authorized Representative for this Project is: Name of Owner’s Authorized Representative Office Address City, State, Zip Code ARTICLE 3 – CONTRACT TIMES 3.01 Contract Times A. The Work is required to be substantially completed within 365 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 15.06 of the General Conditions within 395 days after the date when the Contract Times commence to run. B. Milestones, and the dates for completion of each, are as defined in SECTION 01 35 00 SPECIAL PROCEDURES. 3.02 Liquidated Damages A. Owner and Contractor recognize that time limits for specified Milestones, Substantial Completion, and completion and readiness for Final Payment as stated in the Contract Documents are of the essence of the Contract. Owner and Contractor recognize that the Owner will suffer financial loss if the Work is not completed within the times specified in Paragraph 3.01 and as adjusted in accordance with Paragraph 11.05 of the General 00 52 23 - 2 Agreement REV 03-23-2015 Traffic Signal and Street Lighting Improvements Indefinite Delivery, Indefinite Quantity (IDIQ) REBID- E15126 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 $500.00 for each day that expires after the time specified in Paragraph 3.01 for Substantial Completion until the Work is substantially complete. 2. Completion of the Remaining Work: Contractor agrees to pay Owner $500.00 for each day that expires after the time specified in Paragraph 3.01 for completion and readiness for final payment until the Work is completed and ready for final payment in accordance with Paragraph 15.06 of the General Conditions. 3. Liquidated damages for failing to timely attain Substantial Completion and Final Completion are not additive and will not be imposed concurrently. 4. Milestones: Contractor agrees to pay Owner liquidated damages as stipulated in SECTION 01 35 00 SPECIAL PROCEDURES for failure to meet Milestone completions. 5. The Owner will determine whether the Work has been completed within the Contract Times. B. Owner is not required to only assess liquidated damages, and Owner may elect to pursue its actual damages resulting from the failure of Contractor to complete the Work in accordance with the requirements of the Contract Documents. ARTICLE 4 – CONTRACT PRICE 4.01 Owner will pay Contractor for completion of the Work in accordance with the Contract Documents at the unit prices shown in the attached BID FORM. Unit prices have been computed in accordance with Paragraph 13.03 of the General Conditions. Contractor acknowledges that estimated quantities are not guaranteed, and were solely for the purpose of comparing Bids, and final payment for all unit price items will be based on actual quantities, determined as provided in the Contract Documents. Total Base Bid Price $ ARTICLE 5 – PAYMENT PROCEDURES 5.01 Submit Applications for Payment in accordance with Article 15 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 95 percent of the total earned value to date for completed Work and properly stored materials will be made prior to Substantial Completion. The balance will be held as retainage. 00 52 23 - 3 Agreement REV 03-23-2015 Traffic Signal and Street Lighting Improvements Indefinite Delivery, Indefinite Quantity (IDIQ) REBID- E15126 C. Payment will be made for the amount determined per Paragraph 5.02.B, less the total of payments previously made and less set-offs determined in accordance with Paragraph 15.01 of the General Conditions. D. At the Owner’s option, retainage may be required at a higher percentage rate if progress on the Project is considered to be unsatisfactory. If retainage in excess of the amount described above is held prior to Substantial Completion, the Owner will place the additional amount in an interest bearing account. Interest will be paid in accordance with Paragraph 6.01. E. At the Owner’s option, Owner may pay Contractor 100 percent of the Work completed, less amounts withheld in accordance with Paragraph 15.01 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 15.06 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. 6.02 The Owner is not obligated to pay interest on moneys not paid except as provided in Texas Government Code Chapter 2252. ARTICLE 7 – CONTRACTOR’S REPRESENTATIONS 7.01 The Contractor makes the following representations: A. The Contractor has examined and carefully studied the Contract Documents and the other related data identified in the Bidding Documents. B. The Contractor has visited the Site and become familiar with and is satisfied as to the general, local, and Site conditions that may affect cost, progress, and performance of the Work. C. The Contractor is familiar with Laws and Regulations that may affect cost, progress, and performance of the Work. D. The Contractor has carefully studied the following Site-related reports and drawings as identified in the Supplementary Conditions: 1. Geotechnical Data Reports regarding subsurface conditions at or adjacent to the Site; 2. Drawings of physical conditions relating to existing surface or subsurface structures at the Site; 00 52 23 - 4 Agreement REV 03-23-2015 Traffic Signal and Street Lighting Improvements Indefinite Delivery, Indefinite Quantity (IDIQ) REBID- E15126 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. 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 13.01 of the General Conditions and as may be necessary for proper 00 52 23 - 5 Agreement REV 03-23-2015 Traffic Signal and Street Lighting Improvements Indefinite Delivery, Indefinite Quantity (IDIQ) REBID- E15126 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. Specifications, forms, and documents listed in SECTION 00 01 00 TABLE OF CONTENTS. 2. Drawings listed in the Sheet Index. 3. Addenda. 4. Exhibits to this Agreement: a. Contractor’s Bid Form. 5. Documentation required by the Contract Documents and submitted by Contractor prior to Notice of Award. B. There are no Contract Documents other than those listed above in this Article. C. The Contract Documents may only be amended, modified, or supplemented as provided in Article 11 of the General Conditions. ARTICLE 10 – CONTRACT DOCUMENT SIGNATURES Four original duplicates of the signed Agreement will be required. The sequence of signatures will be completed in the following order: A. CONTRACTOR – Agreement must be signed by a person authorized to bind the firm or company. If Contractor is a Corporation, agreements must be Attested; B. ASSISTANT CITY ATTORNEY for the City; C. DIRECTOR OF CAPITAL PROGRAMS; D. CITY SECRETARY for the City. 00 52 23 - 6 Agreement REV 03-23-2015 Traffic Signal and Street Lighting Improvements Indefinite Delivery, Indefinite Quantity (IDIQ) REBID- E15126 END OF SECTION ATTEST CITY OF CORPUS CHRISTI Rebecca Huerta City Secretary Jeffery Edmonds P.E. Director of Capital Programs (Engineering) APPROVED AS TO LEGAL FORM: Janet L. Kellogg Assistant City Attorney ATTEST (IF CORPORATION) CONTRACTOR (Seal Below) By: Note: Attach copy of authorization to sign if person signing for CONTRACTOR is not President, Vice President, Chief Executive Officer, or Chief Financial Officer Title: Address City State Zip Phone Fax Email 00 61 13 - 1 Performance Bond REV 07-03-2014 Traffic Signal and Street Lighting Improvement Indefinite Delivery, Indefinite Quantity (IDIQ) REBID -E15126 00 61 13 PERFORMANCE BOND BOND NO.________________________ Contractor as Principal Surety Name: Name: Mailing address (principal place of business): Mailing address (principal place of business): Physical address (principal place of business): Owner Name: City of Corpus Christi, Texas Mailing address (principal place of business): Capital Programs 1201 Leopard Street Corpus Christi, Texas 78401 Surety is a corporation organized and existing under the laws of the state of: By submitting this Bond, Surety affirms its authority to do business in the State of Texas and its license to execute bonds in the State of Texas. Contract Project name and number: Telephone (main number): Telephone (for notice of claim): Local Agent for Surety Name: Award Date of the Contract: Address: Contract Price: Bond Telephone: E-Mail Address: Date of Bond: The address of the surety company to which any notice of claim should be sent may be obtained from the Texas Dept. of Insurance by calling the following toll-free number: 1-800-252-3439 (Date of Bond cannot be earlier than Award Date of the Contract) Said Principal and Surety have signed and sealed this instrument in 4 copies, each one of which shall be deemed an original. 00 61 13 - 2 Performance Bond REV 07-03-2014 Traffic Signal and Street Lighting Improvement Indefinite Delivery, Indefinite Quantity (IDIQ) REBID -E15126 Surety and Contractor, intending to be legally bound and obligated to Owner do each cause this Performance Bond to be duly executed on its behalf by its authorized officer, agent or representative. The Principal and Surety bind themselves, and their heirs, administrators, executors, successors and assigns, jointly and severally to this bond. The condition of this obligation is such that if the Contractor as Principal faithfully performs the Work required by the Contract then this obligation shall be null and void; otherwise the obligation is to remain in full force and effect. Provisions of the bond shall be pursuant to the terms and provisions of Chapter 2253 and Chapter 2269 of the Texas Government Code as amended and all liabilities on this bond shall be determined in accordance with the provisions of said Chapter to the same extent as if it were copied at length herein. Venue shall lie exclusively in Nueces County, Texas for any legal action. Contractor as Principal Surety Signature: Signature: Name: Name: Title: Title: Email Address: Email Address: (Attach Power of Attorney and place surety seal below) END OF SECTION 00 61 16 - 1 Payment Bond Form REV. 07-03-2014 Traffic Signal and Street Lighting Improvement Indefinite Delivery, Indefinite Quantity (IDIQ) REBID -E15126 00 61 16 PAYMENT BOND BOND NO._____________________ Contractor as Principal Surety Name: Name: Mailing address (principal place of business): Mailing address (principal place of business): Physical address (principal place of business): Owner Name: City of Corpus Christi, Texas Mailing address (principal place of business): Capital Programs 1201 Leopard Street Corpus Christi, Texas 78401 Surety is a corporation organized and existing under the laws of the state of: By submitting this Bond, Surety affirms its authority to do business in the State of Texas and its license to execute bonds in the State of Texas. Contract Project name and number: Telephone (main number): Telephone (for notice of claim): Local Agent for Surety Name: Award Date of the Contract: Address: Contract Price: Bond Telephone: E-Mail Address: Date of Bond: The address of the surety company to which any notice of claim should be sent may be obtained from the Texas Dept. of Insurance by calling the following toll-free number: 1-800-252-3439 (Date of Bond cannot be earlier than Award Date of Contract) Said Principal and Surety have signed and sealed this instrument in 4 copies, each one of which shall be deemed an original. 00 61 16 - 2 Payment Bond Form REV. 07-03-2014 Traffic Signal and Street Lighting Improvement Indefinite Delivery, Indefinite Quantity (IDIQ) REBID -E15126 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 Surety Signature: Signature: Name: Name: Title: Title: Email Address: Email Address: (Attach Power of Attorney and place surety seal below) END OF SECTION 00 72 00 GENERAL CONDITIONS Table of Contents Page Article 1 – Definitions and Terminology ....................................................................................................... 6 1.01 Defined Terms ............................................................................................................................... 6 1.02 Terminology ................................................................................................................................ 11 Article 2 – Preliminary Matters ................................................................................................................... 12 2.01 Delivery of Bonds and Evidence of Insurance ............................................................................. 12 2.02 Copies of Documents .................................................................................................................. 13 2.03 Before Starting Construction ...................................................................................................... 13 2.04 Preconstruction Conference; Designation of Authorized Representatives ................................ 13 Article 3 – Contract Documents: Intent, Requirements, Reuse ................................................................. 13 3.01 Intent ........................................................................................................................................... 13 3.02 Reference Standards ................................................................................................................... 15 3.03 Reporting and Resolving Discrepancies ...................................................................................... 15 3.04 Interpretation of the Contract Documents ................................................................................. 16 3.05 Reuse of Documents ................................................................................................................... 16 Article 4 – Commencement and Progress of the Work .............................................................................. 16 4.01 Commencement of Contract Times; Notice to Proceed ............................................................. 16 4.02 Starting the Work ........................................................................................................................ 16 4.03 Progress Schedule ....................................................................................................................... 17 4.04 Delays in Contractor’s Progress .................................................................................................. 17 Article 5 – Availability of Lands; Subsurface and Physical Conditions; Hazardous Environmental Conditions ................................................................................................................................................... 18 5.01 Availability of Lands .................................................................................................................... 18 5.02 Use of Site and Other Areas ........................................................................................................ 18 5.03 Subsurface and Physical Conditions ............................................................................................ 19 5.04 Differing Subsurface or Physical Conditions ............................................................................... 19 5.05 Underground Facilities ................................................................................................................ 21 5.06 Hazardous Environmental Conditions at Site ............................................................................. 22 Article 6 – Bonds and Insurance ................................................................................................................. 24 6.01 Performance, Payment, and Other Bonds .................................................................................. 24 6.02 Licensed Sureties ........................................................................................................................ 24 General Conditions 00 72 00 - 1 Corpus Christi Standards - Regular Projects 03-23-2015 6.03 Insurance ..................................................................................................................................... 25 Article 7 – Contractor’s Responsibilities ..................................................................................................... 25 7.01 Supervision and Superintendence .............................................................................................. 25 7.02 Labor; Working Hours ................................................................................................................. 25 7.03 Services, Materials, and Equipment ........................................................................................... 26 7.04 Concerning Subcontractors, Suppliers, and Others .................................................................... 26 7.05 Patent Fees and Royalties ........................................................................................................... 27 7.06 Permits ........................................................................................................................................ 28 7.07 Taxes ........................................................................................................................................... 28 7.08 Laws and Regulations .................................................................................................................. 28 7.09 Safety and Protection ................................................................................................................. 29 7.10 Safety Representative ................................................................................................................. 30 7.11 Hazard Communication Programs .............................................................................................. 30 7.12 Emergencies ................................................................................................................................ 30 7.13 Contractor’s General Warranty and Guarantee ......................................................................... 30 7.14 Indemnification ........................................................................................................................... 31 7.15 Delegation of Professional Design Services ................................................................................ 32 Article 8 – Other Work at the Site ............................................................................................................... 33 8.01 Other Work ................................................................................................................................. 33 8.02 Coordination ............................................................................................................................... 34 8.03 Legal Relationships ...................................................................................................................... 34 Article 9 – Owner’s and OPT’s Responsibilities ........................................................................................... 35 9.01 Communications to Contractor .................................................................................................. 35 9.02 Replacement of Owner’s Project Team Members ...................................................................... 35 9.03 Furnish Data ................................................................................................................................ 35 9.04 Pay When Due ............................................................................................................................. 35 9.05 Lands and Easements; Reports and Tests ................................................................................... 35 9.06 Insurance ..................................................................................................................................... 35 9.07 Modifications .............................................................................................................................. 35 9.08 Inspections, Tests, and Approvals ............................................................................................... 35 9.09 Limitations on OPT’s Responsibilities ......................................................................................... 35 9.10 Undisclosed Hazardous Environmental Condition ...................................................................... 36 9.11 Compliance with Safety Program ................................................................................................ 36 General Conditions 00 72 00 - 2 Corpus Christi Standards - Regular Projects 03-23-2015 Article 10 – OAR’s and Designer’s Status During Construction .................................................................. 36 10.01 Owner’s Representative .......................................................................................................... 36 10.02 Visits to Site ............................................................................................................................. 36 10.03 Resident Project Representatives ........................................................................................... 36 10.04 Rejecting Defective Work........................................................................................................ 36 10.05 Shop Drawings, Modifications and Payments......................................................................... 36 10.06 Decisions on Requirements of Contract Documents and Acceptability of Work ................... 37 10.07 Limitations on OAR’s and Designer’s Authority and Responsibilities ..................................... 37 Article 11 – Amending the Contract Documents; Changes in the Work .................................................... 37 11.01 Amending and Supplementing the Contract Documents ....................................................... 37 11.02 Owner-Authorized Changes in the Work ................................................................................ 38 11.03 Unauthorized Changes in the Work ........................................................................................ 38 11.04 Change of Contract Price ........................................................................................................ 39 11.05 Change of Contract Times ....................................................................................................... 40 11.06 Change Proposals .................................................................................................................... 40 11.07 Execution of Change Orders ................................................................................................... 40 11.08 Notice to Surety ...................................................................................................................... 41 Article 12 – Claims ....................................................................................................................................... 42 12.01 Claims ...................................................................................................................................... 42 12.02 Claims Process ......................................................................................................................... 42 Article 13 – Cost of the Work; Allowances; Unit Price Work ...................................................................... 43 13.01 Cost of the Work ..................................................................................................................... 43 13.02 Allowances .............................................................................................................................. 46 13.03 Unit Price Work ....................................................................................................................... 46 13.04 Contingencies .......................................................................................................................... 47 Article 14 – Tests and Inspections; Correction, Removal, or Acceptance of Defective Work .................... 47 14.01 Access to Work ........................................................................................................................ 47 14.02 Tests, Inspections, and Approvals ........................................................................................... 47 14.03 Defective Work ....................................................................................................................... 48 14.04 Acceptance of Defective Work................................................................................................ 49 14.05 Uncovering Work .................................................................................................................... 49 14.06 Owner May Stop the Work ..................................................................................................... 49 14.07 Owner May Correct Defective Work ....................................................................................... 50 General Conditions 00 72 00 - 3 Corpus Christi Standards - Regular Projects 03-23-2015 Article 15 – Payments to Contractor; Set-Offs; Completion; Correction Period ........................................ 50 15.01 Progress Payments .................................................................................................................. 50 15.02 Contractor’s Warranty of Title ................................................................................................ 52 15.03 Substantial Completion ........................................................................................................... 52 15.04 Partial Utilization ..................................................................................................................... 53 15.05 Final Inspection ....................................................................................................................... 53 15.06 Final Payment .......................................................................................................................... 53 15.07 Waiver of Claims ..................................................................................................................... 54 15.08 Correction Period .................................................................................................................... 54 Article 16 – Suspension of Work and Termination ..................................................................................... 55 16.01 Owner May Suspend Work ..................................................................................................... 55 16.02 Owner May Terminate for Cause ............................................................................................ 55 16.03 Owner May Terminate For Convenience ................................................................................ 56 Article 17 – Final Resolution of Disputes .................................................................................................... 57 17.01 Methods and Procedures ........................................................................................................ 57 Article 18 – Miscellaneous .......................................................................................................................... 57 18.01 Computation of Times............................................................................................................. 57 18.02 Owner’s Right to Audit Contractor’s Records ......................................................................... 57 18.03 Independent Contractor ......................................................................................................... 58 18.04 Cumulative Remedies ............................................................................................................. 58 18.05 Limitation of Damages ............................................................................................................ 58 18.06 No Waiver ............................................................................................................................... 58 18.07 Severability .............................................................................................................................. 58 18.08 Survival of Obligations ............................................................................................................ 59 18.09 No Third Party Beneficiaries ................................................................................................... 59 18.10 Assignment of Contract........................................................................................................... 59 18.11 No Waiver of Sovereign Immunity .......................................................................................... 59 18.12 Controlling Law ....................................................................................................................... 59 18.13 Conditions Precedent to Right to Sue ..................................................................................... 59 18.14 Waiver of Trial by Jury............................................................................................................. 59 18.15 Attorney Fees .......................................................................................................................... 59 18.16 Compliance with Laws............................................................................................................. 59 18.17 Enforcement............................................................................................................................ 60 General Conditions 00 72 00 - 4 Corpus Christi Standards - Regular Projects 03-23-2015 18.18 Subject to Appropriation ......................................................................................................... 60 18.19 Contract Sum........................................................................................................................... 60 18.20 Contractor’s Guarantee as Additional Remedy ...................................................................... 60 General Conditions 00 72 00 - 5 Corpus Christi Standards - Regular Projects 03-23-2015 ARTICLE 1 – DEFINITIONS AND TERMINOLOGY 1.01 Defined Terms A. A term with initial capital letters, including the term’s singular and plural forms, has the meaning 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 Requirements. 7. Bidding Documents - The Bidding Requirements, the proposed Contract Documents, and Addenda. 8. Bidder - An individual or entity that submits a Bid to Owner. 9. Bidding Requirements - The Invitation for Bids, Instructions to Bidders, Bid Security, Bid Form and attachments, and required certifications. 10. Bid Security - The financial security in the form of a bid bond provided by Bidder at the time the Bid is submitted and held by Owner until the Agreement is executed and the evidence of insurance and Bonds required by the Contract Documents are provided. A cashier’s check, certified check, money order or bank draft from any State or National Bank will also be acceptable. 11. Bonds - Performance Bond, Payment Bond, Maintenance Bond, and other Surety instruments executed by Surety. When in singular form, refers to individual instrument. 12. Change Order - A document issued on or after the Effective Date of the Contract and signed by Owner and Contractor which modifies the Work, Contract Price, Contract Times, or terms and conditions of the Contract. General Conditions 00 72 00 - 6 Corpus Christi Standards - Regular Projects 03-23-2015 13. 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. 14. City Engineer - The Corpus Christi City Engineer and/or his designated representative as identified at the preconstruction conference or in the Notice to Proceed. 15. 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. 16. 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. §§5501 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. 17. Contract - The entire integrated set of documents concerning the Work and describing the relationship between the Owner and Contractor. 18. 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. 19. Contract Documents - Those items designated as Contract Documents in the Agreement. 20. 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. General Conditions 00 72 00 - 7 Corpus Christi Standards - Regular Projects 03-23-2015 21. 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. 22. Contractor - The individual or entity with which Owner has contracted for performance of the Work. 23. 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. 24. Cost of the Work - The sum of costs incurred for the proper performance of the Work as allowed by Article 13. 25. 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 in accordance with Paragraphs 15.03 or 15.04. 26. 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 or Registered Architects qualified to practice their profession in the State of Texas. 27. 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. 28. Effective Date of the Contract - The date indicated in the Agreement on which the City Manager or designee has signed the Contract. 29. 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. 30. 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. General Conditions 00 72 00 - 8 Corpus Christi Standards - Regular Projects 03-23-2015 31. Indemnified Costs - All costs, losses, damages, and legal or other dispute resolution costs resulting from claims or demands against Owner’s Indemnitees. These costs include fees for engineers, architects, attorneys, and other professionals. 32. 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. 33. Liens - Charges, security interests, or encumbrances upon Contract related funds, real property, or personal property. 34. 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. 35. 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. 36. Notice of Award - The notice of Owner’s intent to enter into a contract with the Selected Bidder. 37. Notice to Proceed - A notice to Contractor of the Contract Times and the date Work is to begin. 38. 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 his 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. 39. 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. 40. Owner’s Indemnitees - Each member of the OPT and their officers, directors, members, partners, employees, agents, consultants, and subcontractors. 41. 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. 42. 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. General Conditions 00 72 00 - 9 Corpus Christi Standards - Regular Projects 03-23-2015 43. 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. 44. Project - The total undertaking to be accomplished for Owner under the Contract Documents. 45. 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. 46. 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. 47. Schedule of Documents - A schedule of required documents, prepared, and maintained by Contractor. 48. 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. 49. Selected Bidder - The Bidder to which Owner intends to award the Contract. 50. 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. 51. 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. 52. 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. 53. 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. 54. 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. 55. Supplementary Conditions - The part of the Contract that amends or supplements the General Conditions. 56. 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. 57. Technical Data - Those items expressly identified as Technical Data in the Supplementary Conditions with respect to either: a. Subsurface conditions at the Site; General Conditions 00 72 00 - 10 Corpus Christi Standards - Regular Projects 03-23-2015 b. Physical conditions relating to existing surface or subsurface structures at the Site, except Underground Facilities; or c. Hazardous Environmental Conditions at the Site. 58. 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. 59. Unit Price Work - Work to be paid for on the basis of unit prices. 60. Work - The construction of the Project or its component parts as required by the Contract Documents. 61. 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. General Conditions 00 72 00 - 11 Corpus Christi Standards - Regular Projects 03-23-2015 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 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. General Conditions 00 72 00 - 12 Corpus Christi Standards - Regular Projects 03-23-2015 2.02 Copies of Documents A. OPT is to furnish one fully executed Agreement 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 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; 2. Schedule of Documents; and 3. Schedule of Values and projected cash flow information. 2.04 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, Supplementary Conditions, and General Requirements (Division 01 Sections of the Specifications) 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 General Conditions 00 72 00 - 13 Corpus Christi Standards - Regular Projects 03-23-2015 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. 3. Organization of the Contract Documents is not intended to control or lessen the responsibility of the Contractor when dividing Work among Subcontractors or Suppliers, or to establish the extent of Work to be performed by trades, Subcontractors, or Suppliers. Specifications or details do not need to be indicated or specified in each Specification or Drawing. Items shown in the Contract Documents are applicable regardless of their location in the Contract Documents. 4. Standard paragraph titles and other identifications of subject matter in the Specifications are intended to aid in locating and recognizing various requirements of the Specifications. Titles do not define, limit, or otherwise restrict Specification text. 5. Provide the labor, documentation, services, materials, or equipment that may be inferred from the Contract Documents or from prevailing custom or trade usage as being required to produce the indicated result, whether specifically called for in the Contract Documents or not. Include these related costs in the offered Contract Price. B. Provide equipment that is functionally complete as described in the Contract Documents. The Drawings and Specifications do not indicate or describe all of the Work required to complete the installation of products purchased by the Owner or Contractor. Additional details required for the correct installation of selected products are to be provided by the Contractor and coordinated with the Designer through the OAR. C. Comply with the most stringent requirements where compliance with two or more standards is specified and they establish different or conflicting requirements for the Work, unless the Contract Documents indicate otherwise. D. Provide materials and equipment comparable in quality to similar materials and equipment incorporated in the Project or as required to meet the minimum requirements of the application if the materials and equipment are shown in the Drawings but are not included in the Specifications. E. The Project Record Copy of the Contract Documents governs if there is a discrepancy between the Project Record Copy of the Contract Documents and subsequent electronic or digital versions of the Contract Documents, including printed copies derived from these electronic or digital versions. F. The Contract supersedes all prior written or oral negotiations, representations, and agreements. The Contract Documents comprise the entire Agreement between Owner and Contractor. The Contract Documents may be modified only by a Modification. G. Request clarification from OAR for a decision before proceeding if Contractor is not clear on the meaning of the Contract Documents. OAR is to issue clarifications and interpretations of the Contract Documents in accordance with the Contract Documents. General Conditions 00 72 00 - 14 Corpus Christi Standards - Regular Projects 03-23-2015 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. 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. 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. 3. 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 00 72 00 - 15 Corpus Christi Standards - Regular Projects 03-23-2015 Contract Documents issued pursuant to Paragraph 11.01, except in an emergency as required by Paragraph 7.12. 4. 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. 5. 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 00 72 00 - 16 Corpus Christi Standards - Regular Projects 03-23-2015 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, except as permitted by Paragraph 16.04, or as Owner and Contractor may otherwise agree. 4.04 Delays in Contractor’s Progress A. Contractor is entitled to an equitable adjustment in the Contract Times if OPT directly delays, disrupts, or interferes with the performance or progress of the Work. The Contractor agrees to make no Claim for damages for delay in the performance of the Contract occasioned by an act or omission to act of the OPT and 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.1, 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 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 other than those performing other work at or adjacent to the Site by arrangement with the Owner, as contemplated in Article 8; and 3. Acts of war or terrorism. 4. Rain days in excess of the number of days allocated for rain as described in the Supplementary Conditions. 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 General Conditions 00 72 00 - 17 Corpus Christi Standards - Regular Projects 03-23-2015 3. Hazardous Environmental Conditions. These adjustments in Contract Times are the Contractor’s sole and exclusive remedy for the delays, disruption, and interference described in this paragraph. 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. 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 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 General Conditions 00 72 00 - 18 Corpus Christi Standards - Regular Projects 03-23-2015 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’s Indemnitees 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. 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 General Conditions 00 72 00 - 19 Corpus Christi Standards - Regular Projects 03-23-2015 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 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 13.03. 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. General Conditions 00 72 00 - 20 Corpus Christi Standards - Regular Projects 03-23-2015 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. Reviewing and checking available information and data regarding existing Underground Facilities at the Site; 2. Complying with Laws and Regulations related to locating Underground Facilities before beginning Work; 3. Locating Underground Facilities shown or indicated in the Contract Documents; 4. Coordinating the Work with the owners, including Owner, of Underground Facilities during construction; and 5. 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 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. 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 General Conditions 00 72 00 - 21 Corpus Christi Standards - Regular Projects 03-23-2015 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 13.03. 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 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 General Conditions 00 72 00 - 22 Corpus Christi Standards - Regular Projects 03-23-2015 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’s Indemnitees 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. 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. General Conditions 00 72 00 - 23 Corpus Christi Standards - Regular Projects 03-23-2015 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. G. Owner may exclude the Contractor from the Site and exercise Owner’s termination rights under Article 16 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. General Conditions 00 72 00 - 24 Corpus Christi Standards - Regular Projects 03-23-2015 6.03 Insurance A. Obtain and maintain insurance as required in this Article and in SECTION 00 72 01 INSURANCE REQUIREMENTS. B. Deliver evidence of insurance in accordance with SECTION 00 72 01 INSURANCE REQUIREMENTS 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. 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. C. Do not perform Work on a Saturday, 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 Memorial Day Last Monday in May Independence Day July 4 Labor Day First Monday in September Thanksgiving Day Fourth Thursday in November Friday after Thanksgiving Friday after Thanksgiving Christmas Day December 25 General Conditions 00 72 00 - 25 Corpus Christi Standards - Regular Projects 03-23-2015 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 15.01.B 7.03 Services, Materials, and Equipment A. Provide services, materials, equipment, labor, transportation, construction equipment and machinery, tools, appliances, fuel, power, light, heat, telephone, water, sanitary facilities, temporary facilities, and other facilities and incidentals necessary for the performance, testing, start-up, and completion of the Work, whether or not these items are specifically called for in the Contract Documents. B. Provide new materials and equipment to be incorporated into the Work. Provide special warranties and guarantees required by the Contract Document. 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. 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. 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 General Conditions 00 72 00 - 26 Corpus Christi Standards - Regular Projects 03-23-2015 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, 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. General Conditions 00 72 00 - 27 Corpus Christi Standards - Regular Projects 03-23-2015 B. Contractor’s obligation to indemnify Owner’s Indemnitees 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. 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. 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. General Conditions 00 72 00 - 28 Corpus Christi Standards - Regular Projects 03-23-2015 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. 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. General Conditions 00 72 00 - 29 Corpus Christi Standards - Regular Projects 03-23-2015 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 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 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 General Conditions 00 72 00 - 30 Corpus Christi Standards - Regular Projects 03-23-2015 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, THE CONTRACTOR SHALL INDEMNIFY, DEFEND, AND HOLD HARMLESS THE OWNER’S INDEMNITEES 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, VIOLATIONS OF LAWS OR REGULATIONS, OR BODILY INJURY, DEATH, OR DESTRUCTION OF TANGIBLE PROPERTY CAUSED BY THE ACTS OR OMISSIONS OF THE CONTRACTOR’S TEAM, REGARDLESS OF WHETHER SUCH CLAIM, DAMAGE, LOSS OR EXPENSE IS ALLEGED TO BE CAUSED IN PART BY AN OWNER’S INDEMNITEE 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’S INDEMNITEE AGAINST A CLAIM, LOSS, DAMAGE OR EXPENSE CAUSED BY THE (I) NEGLIGENCE OR FAULT, (II) BREACH OR VIOLATION OF A STATUTE, ORDINANCE, GOVERNMENTAL REGULATION, STANDARD OR RULE, OR (III) THE BREACH OF CONTRACT BY AN OWNER’S INDEMNITEE. PROVIDED FURTHER HOWEVER, AND IN ADDITION TO THE ABOVE, CONTRACTOR INDEMNIFIES EACH OF OWNER’S INDEMNITEES AGAINST CLAIMS FOR THE BODILY INJURY OR DEATH OF AN EMPLOYEE OF THE CONTRACTOR’S TEAM OF ANY TIER EVEN IF CAUSED BY THE SOLE OR CONCURRENT NEGLIGENCE OF AN OWNER’S INDEMNITEE. B. TO THE FULLEST EXTENT PERMITTED BY LAW, CONTRACTOR SHALL INDEMNIFY, DEFEND, AND HOLD HARMLESS THE OWNER’S INDEMNITEES 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’S INDEMNITEES FROM THE CONSEQUENCES OF THE OWNER’S AND OWNER’S INDEMNITEES OWN NEGLIGENCE. PROVIDED FURTHER HOWEVER, AND IN ADDITION TO THE ABOVE, CONTRACTOR INDEMNIFIES THE OWNER’S INDEMNITEES AGAINST CLAIMS FOR THE BODILY INJURY OR DEATH OF AN EMPLOYEE OF THE CONTRACTOR’S TEAM OF ANY TIER EVEN IF CAUSED BY THE SOLE OR CONCURRENT NEGLIGENCE OF OWNER’S INDEMNITEES. C. TO THE FULLEST EXTENT PERMITTED BY LAW, CONTRACTOR SHALL INDEMNIFY, DEFEND, AND HOLD HARMLESS THE OWNER’S INDEMNITEES FROM AND AGAINST INDEMNIFIED COSTS RESULTING FROM INFRINGEMENT ON PATENT RIGHTS OR COPYRIGHTS BY CONTRACTOR’S TEAM TO THE FULLEST EXTENT PERMITTED BY LAW. D. The indemnification obligations under this paragraph 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’s Indemnitees by an employee or the survivor or personal representative of employee of Contractor’s Team. General Conditions 00 72 00 - 31 Corpus Christi Standards - Regular Projects 03-23-2015 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’s Indemnitees from later asserting a different basis for indemnification or a different amount of indemnified loss than that indicated in the initial notice. Owner’s Indemnitees do 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’s Indemnitees as to its defense of the claim within 10 days after being notified of the indemnification request. Owner’s Indemnitees may assume and control the defense If Contractor does not assume the defense. Pay all defense expenses of the Owner’s Indemnitees as an indemnified loss. 2. Owner’s Indemnitees 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’s Indemnitees to comply with restrictions or limitations that adversely affect Owner’s Indemnitees; b. Would require Owner’s Indemnitees to pay amounts that Contractor does not fund in full; or c. Would not result in Owner and Owner’s Indemnitees’ 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 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. General Conditions 00 72 00 - 32 Corpus Christi Standards - Regular Projects 03-23-2015 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. 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 General Conditions 00 72 00 - 33 Corpus Christi Standards - Regular Projects 03-23-2015 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, other contractor, or utility owner: 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 or utility owner 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 or utility owners if damages, delays, disruptions, or interference occur. General Conditions 00 72 00 - 34 Corpus Christi Standards - Regular Projects 03-23-2015 E. Contractor’s obligation to indemnify Owner’s Indemnitees for claims arising out of or related 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 Paragraphs 15.01.D and 15.06.D. 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 14.02. 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 00 72 00 - 35 Corpus Christi Standards - Regular Projects 03-23-2015 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. 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 14. OAR is to issue a Defective Work Notice to Contractor and document when Defective Work has been corrected or accepted in accordance with Article 14. 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. General Conditions 00 72 00 - 36 Corpus Christi Standards - Regular Projects 03-23-2015 C. OAR and Designer’s authority related to Modifications is described in Articles 11. D. OAR’s authority related to Applications for Payment is described in Articles 13 and 15. 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 14.04, if Work does not conform to the Contract Documents. OAR will coordinate the response of the OPT to Contractor. C. OAR will issue a Request for a Change Proposal if a Modification is required. OAR will provide documentation for changes related to the non-technical or contractual / administrative requirements of the Contract Documents. Designer will provide documentation if design related changes are required. D. 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 00 72 00 - 37 Corpus Christi Standards - Regular Projects 03-23-2015 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 are to be incorporated in a subsequently issued Change Order following negotiations on the Contract Price and Contract Times. 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 if negotiations are unsuccessful under the terms of the Contract Documents governing adjustments, expressly including Paragraphs 11.04 and 11.05. 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 14.05. General Conditions 00 72 00 - 38 Corpus Christi Standards - Regular Projects 03-23-2015 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 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 12. 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 13.03, 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 13.01 plus a Contractor’s fee for overhead and profit determined as provided in Paragraph 11.04.D when the Work involved is not covered by unit prices in the Contract Documents or 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. Owner may decrease the Work by up to 25 percent of the Contract Price without adjusting Contractor’s fee. D. Contractor’s Fee: Determine the Contractor’s fee for overhead and profit as follows: 1. A mutually acceptable fixed fee; or 2. 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 13.01.C.1 and 13.01.C.2; b. The Contractor’s fee is 5 percent for costs incurred under Paragraph 13.01.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 13.01.C.1 and 13.01.C.2 for the Subcontractor that actually performs the Work at whatever tier; and 2) 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 Paragraphs 13.01.C.4, and 13.01.D; 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 General Conditions 00 72 00 - 39 Corpus Christi Standards - Regular Projects 03-23-2015 3. The adjustment in Contractor’s fee is based on the net change in accordance with Paragraphs 11.04.D.2.a through 11.04.D.2.e, inclusive when both additions and credits are involved in any one change. 11.05 Change of Contract Times A. The Contract Times 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 12. 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 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. B. Notify the OAR immediately 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. Submit the following as part of the Change Proposal: 1. Any proposed change in Contract Price, Contract Times, or other relief, accompanied by a statement that the requested Change Order is the entire adjustment to which Contractor believes it is entitled; 2. The reason for the proposed change; and 3. Supporting data, accompanied by a statement that the supporting data is accurate and complete. C. 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 12. 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; General Conditions 00 72 00 - 40 Corpus Christi Standards - Regular Projects 03-23-2015 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 14.04 or Owner’s correction of Defective Work under Paragraph 14.07, 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 12. 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 Bid, nor a warranty that the Bid 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. A Change Order is deemed to be in full force as if executed by Contractor if the Contractor refuses to execute a Change Order that is required to be executed under the terms of this Paragraph 11.07. 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. General Conditions 00 72 00 - 41 Corpus Christi Standards - Regular Projects 03-23-2015 ARTICLE 12 – CLAIMS 12.01 Claims A. Follow the Claims process described in this Article for the following disputes between Owner and Contractor: 1. A demand or assertion by Owner to Contractor, submitted in accordance with the requirements of the Contract Documents: a. Seeking an adjustment of Contract Price or Contract Times; b. Contesting an initial decision by Designer concerning the requirements of the Contract Documents or the acceptability of Work under the Contract Documents; c. Contesting Designer’s decision regarding a Change Proposal; d. Seeking resolution of a contractual issue that OAR has declined to address; or e. Seeking other relief with respect to the terms of the Contract. 2. A demand or assertion by Contractor to Owner, submitted in accordance with the requirements of the Contract Documents: a. Contesting OPT’s decision regarding a Change Proposal; or b. Seeking resolution of a contractual issue that OPT has declined to address. 12.02 Claims Process A. Claims must be initiated by written notice. B. Claims by Contractor must be in writing and delivered to the Owner, Designer, and the OAR within 7 days: 1. After the start of the event giving rise to the Claim; or 2. After a final decision on a Change Proposal has been made. C. Claims by Owner must be submitted by written notice to Contractor. D. The responsibility to substantiate a Claim rests with the entity making the Claim. E. In the case of a Claim by Contractor seeking an increase in the Contract Price or Contract Times, Contractor must certify 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 amount of time or money requested accurately reflects the full amount to which Contractor is entitled. F. The entity receiving a Claim is to review the Claim giving full consideration to its merits. The Owner and Contractor are to seek to resolve the Claim through the exchange of information and direct negotiations. The Owner and Contractor may extend the time for resolving the Claim by mutual agreement. Notify OAR of actions taken on a Claim. G. Owner and Contractor may mutually agree to mediate the underlying dispute at any time after initiation of a Claim. 1. The agreement to mediate suspends the Claim submittal and response process. General Conditions 00 72 00 - 42 Corpus Christi Standards - Regular Projects 03-23-2015 2. Owner or Contractor may unilaterally terminate the mediation process after 60 days from the agreement to mediate and resume the Claim submittal and decision process as of the date of the termination. The Claim process resumes as of the date of the conclusion of the mediation, as determined by the mediator, if the mediation is unsuccessful in resolving the dispute. 3. Owner and Contractor are to each pay one-half of the mediator’s fees and costs. H. If the entity receiving a Claim approves the Claim in part or denies it in part, this action is final and binding unless the other entity invokes the procedure described in Article 17 for final resolution of disputes within 30 days of this action. I. Notify the OAR if efforts to resolve the Claim are not successful, and the Claim is denied. A denial of the Claim is final and binding unless the other entity invokes the procedure described in Article 17 for the final resolution of disputes within 30 days of the denial. J. The results of the agreement or action on the Claim is to be incorporated in a Change Order by the OAR to the extent they affect the Contract Documents, the Contract Price, or the Contract Times if the Owner and Contractor reach a mutual agreement regarding a Claim. ARTICLE 13 – COST OF THE WORK; ALLOWANCES; UNIT PRICE WORK 13.01 Cost of the Work A. The Cost of the Work is the sum of costs described in this Paragraph 13.01, except those excluded in Paragraph 13.01.D, necessary for the proper performance of the Work. The provisions of this Paragraph 13.01 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. 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 13.01.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, General Conditions 00 72 00 - 43 Corpus Christi Standards - Regular Projects 03-23-2015 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 Saturday, 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 13.01 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; 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. 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; General Conditions 00 72 00 - 44 Corpus Christi Standards - Regular Projects 03-23-2015 e. 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; f. Deposits lost for causes other than negligence of Contractor’s Team; g. Royalty payments and fees for permits and licenses; h. Cost of additional utilities, fuel, and sanitary facilities at the Site; i. Minor expense items directly required by the Work; and j. 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 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 13.01.C.1 or specifically covered by Paragraph 13.01.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’s Indemnitees. 7. Other overhead or general expense costs and the costs of items not described in Paragraphs 13.01.C. E. The Contractor’s fee is determined as follows: 1. In accordance with the Agreement when the Work is performed on a cost-plus basis. 2. In accordance with Paragraph 11.04.C for Work covered by a Modification determined on the basis of Cost of the Work. F. Establish and maintain records in accordance with generally accepted accounting practices and submit these records, including an itemized cost breakdown together with supporting General Conditions 00 72 00 - 45 Corpus Christi Standards - Regular Projects 03-23-2015 data, in a form and at intervals acceptable to OAR whenever the Cost of the Work is to be determined pursuant to this Paragraph 13.01. 13.02 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 13.02.B.1 and 13.02.B.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. 13.03 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 Agreement. 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 13.03.E. 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 13.03.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 Agreement; 2. There is no corresponding adjustment with respect to other items of Work; and General Conditions 00 72 00 - 46 Corpus Christi Standards - Regular Projects 03-23-2015 3. Contractor believes it has incurred additional expense as a result of this condition or if Owner believes that the quantity variation entitles Owner to an adjustment in the Contract Price. 13.04 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 Agreement. 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 13.01. 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 Agreement. 2. Rework required to correct Defective Work. 3. Inefficiencies in completing the Work due to the Contractor’s selected means, methods, sequences, or procedures of construction. 4. Work Contractor failed to include in the Contract Price. 5. Changes required by changes in Laws and Regulations enacted after the Contract Price is established. 6. Any Work that does not constitute a change in Scope in the Work included in the Contract Price. C. OAR is to issue a Change Order for approved expenditures from contingency funds. When the Change Order is issued, the costs are to be added to the Application for Payment. Contractor is to maintain a tabulation showing the contingency amount, adjustments to the contingency amount, and amounts remaining as the Project progresses. D. Any contingency amounts that are not included in a Change Order are retained by the Owner. A Change Order will be issued to deduct unused contingency amounts from the Contract Price prior to Final Payment. ARTICLE 14 – TESTS AND INSPECTIONS; CORRECTION, REMOVAL, OR ACCEPTANCE OF DEFECTIVE WORK 14.01 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. 14.02 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 General Conditions 00 72 00 - 47 Corpus Christi Standards - Regular Projects 03-23-2015 with entities providing inspection or testing as determined by the OAR. Cooperate with inspection and testing personnel and assist with providing access for required inspections, tests, and handling test specimens or Samples. B. Arrange for and facilitate inspections, tests, and approvals required by Laws or Regulations of governmental entities having jurisdiction that require Work to be inspected, tested, or approved by an employee or other representative of that entity. Pay associated costs and furnish OAR with the required certificates of inspection or approval. C. Arrange, obtain, and pay for inspections and tests required: 1. By the Contract Documents, unless the Contract Documents expressly allocate responsibility for a specific inspection or test to OPT; 2. To attain OPT’s acceptance of materials or equipment to be incorporated in the Work; 3. By manufacturers of equipment furnished under the Contract Documents; 4. For testing, adjusting, and balancing of mechanical, electrical, and other equipment to be incorporated into the Work; 5. For acceptance of materials, mix designs, or equipment submitted for approval prior to Contractor’s purchase thereof for incorporation in the Work; 6. For re-inspecting or retesting Defective Work, including any associated costs incurred by the testing laboratory for cancelled tests or standby time; and 7. For retesting due to failed tests. D. Provide independent inspectors, testing laboratories, or other qualified individuals or entities acceptable to OPT to provide these inspections and tests. 14.03 Defective Work A. It is Contractor’s obligation to assure 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. 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. General Conditions 00 72 00 - 48 Corpus Christi Standards - Regular Projects 03-23-2015 14.04 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 15 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 15 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. 14.05 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 if it is found that the uncovered Work is Defective. 2. Submit a Change Proposal for an increase in the Contract Price or an extension of the Contract Times directly attributable to this uncovering, exposure, observation, inspection, testing, and reconstruction if the uncovered Work is found to be not Defective. 14.06 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 General Conditions 00 72 00 - 49 Corpus Christi Standards - Regular Projects 03-23-2015 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. 14.07 Owner May Correct Defective Work A. Owner may remedy the following deficiencies 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 14.07. D. All claims, costs, losses, and damages incurred or sustained by Owner in exercising the rights and remedies under this Paragraph 14.07 are to be charged against Contractor as a set-off against payments due under Article 15. 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 14.07. ARTICLE 15 – PAYMENTS TO CONTRACTOR; SET-OFFS; COMPLETION; CORRECTION PERIOD 15.01 Progress Payments A. Progress payments are to be submitted to the OAR on the Application for Payment form provided by the OAR following procedures in the Contract Documents. 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 2.03. 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 13.03. General Conditions 00 72 00 - 50 Corpus Christi Standards - Regular Projects 03-23-2015 3. Progress payments for Work to be paid on the basis of the Cost of the Work per Paragraphs 13.01, 13.02 and 13.04 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 14.07; 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. Owner has been notified of failure to make payments to Subcontractors, Suppliers, or Employees; j. Failure to submit up-to-date record documents as required by the Contract Documents; k. Failure to submit monthly Progress Schedule updates or revised schedules as requested by the OAR; l. Failure to provide Project photographs required by the Contract Documents; m. Failure to provide Certified Payroll required by the Contract Documents; n. 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; General Conditions 00 72 00 - 51 Corpus Christi Standards - Regular Projects 03-23-2015 o. Costs for tests performed by the Owner to verify that Work previously tested and found to be Defective has been corrected; p. 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; q. Other items entitling Owner to a set-off against the amount recommended; or r. 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. 15.02 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. 15.03 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 after Contractor’s notification to determine if the Work is substantially complete. OAR 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 00 72 00 - 52 Corpus Christi Standards - Regular Projects 03-23-2015 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. 15.04 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 15.03 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. 15.05 Final Inspection A. OPT is to make a final inspection upon notice from Contractor that the entire Work or portion to be accepted under Paragraph 15.04 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. 15.06 Final Payment A. Make Application for Final 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. General Conditions 00 72 00 - 53 Corpus Christi Standards - Regular Projects 03-23-2015 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. 15.07 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 pursuant to Paragraph 15.05; 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 17 and specifically noted in the Certificate of Final Completion. 15.08 Correction Period A. Promptly correct Defective Work without cost to Owner for 1 year after the date of Substantial Completion or longer periods of time prescribed by the terms of the Contract Documents. 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 15.08.A and 15.08.B 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. D. Contractor’s obligation to indemnify Owner’s Indemnitees 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 systems are 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. The correction period is extended for an additional period of 1 year for Defective Work corrected after the date of Substantial Completion or after the accepted date the correction period starts to run as described in Paragraph 15.08.E. This extended correction period starts to run when Defective Work has been satisfactorily corrected under this Paragraph 15.08. General Conditions 00 72 00 - 54 Corpus Christi Standards - Regular Projects 03-23-2015 G. Contractor’s obligations under this Paragraph 15.08 are in addition to other obligations or warranties. The provisions of this Paragraph 15.08 are not a substitute for, or a waiver of, the provisions of applicable statutes of limitation or repose. ARTICLE 16 – SUSPENSION OF WORK AND TERMINATION 16.01 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. 16.02 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; or 6. Contractor’s repeated disregard of the authority of OPT. 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 16.02.A.4. Owner may terminate this Contract if Contractor and surety fail to provide adequate documentation satisfactory to Owner within 10 days of OAR’s request for this information. General Conditions 00 72 00 - 55 Corpus Christi Standards - Regular Projects 03-23-2015 C. Owner may declare Contractor to be in default, give notice to Contractor and surety that 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 16.02.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 the Contract for cause. E. Owner may elect not to proceed with termination of the Contract under this Paragraph 16.02 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 16.02. 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. This 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. Claims, costs, losses, and damages incurred by Owner are to be reviewed as to their reasonableness and incorporated in a Change Order by OAR. Owner is not required to obtain the lowest price for the Work performed when exercising its rights or remedies under this paragraph. G. Termination 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. 16.03 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 11.04.D.; and 3. Reasonable expenses directly attributable to termination, including costs incurred to prepare a termination for convenience cost proposal. 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. General Conditions 00 72 00 - 56 Corpus Christi Standards - Regular Projects 03-23-2015 ARTICLE 17 – FINAL RESOLUTION OF DISPUTES 17.01 Methods and Procedures A. The Owner or Contractor may appeal a Claim, approved or denied in part or in full, by: 1. Electing to invoke the dispute resolution process if one is provided for in the Supplementary Conditions; 2. Agreeing with the other party to submit the dispute to a dispute resolution process; or 3. Notifying the other party of the intent to submit the dispute to a court of competent jurisdiction if no dispute resolution process is provided for in the Supplementary Conditions or mutually agreed to. ARTICLE 18 – MISCELLANEOUS 18.01 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 Saturday, 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. 18.02 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. Example of Contractor written and electronically stores records include, but are not limited to: accounting data and reports, billings, books, general ledgers, cost ledgers, invoices, production sheets, documents, correspondences, 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, General Conditions 00 72 00 - 57 Corpus Christi Standards - Regular Projects 03-23-2015 have any bearing on or pertain to any matters, rights, duties or obligations under or covered by any Agreement 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 appropriate work space necessary for Owner or its designees to conduct such audits, inspections or examinations. C. Contractor must include this Section in any Subcontractor, supplier or vendor contract. 18.03 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. 18.04 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 18.03 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. 18.05 Limitation of Damages A. Owner’s Indemnitees are not liable to Contractor for claims, costs, losses, or damages sustained by Contractor’s Team associated with other projects or anticipated projects. 18.06 No Waiver A. The failure of Owner or Contractor to enforce any provision of this Contract does not constitute a waiver of that provision, affect the enforceability of that provision, or the enforceability of the remainder of this Contract. 18.07 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 00 72 00 - 58 Corpus Christi Standards - Regular Projects 03-23-2015 18.08 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. 18.09 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. 18.10 Assignment of Contract A. This Contract may not be assigned in whole or in part by the Contractor without the consent of the Owner. 18.11 No Waiver of Sovereign Immunity A. The Owner has not waived its sovereign immunity by entering into and performing its obligations under this Contract. 18.12 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. 18.13 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. 18.14 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. 18.15 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. 18.16 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. General Conditions 00 72 00 - 59 Corpus Christi Standards - Regular Projects 03-23-2015 B. Comply with all applicable federal, state, and city laws, rules and regulations. 18.17 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. 18.18 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. 18.19 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. 18.20 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. END OF SECTION General Conditions 00 72 00 - 60 Corpus Christi Standards - Regular Projects 03-23-2015 00 72 01 - 1 Insurance Requirements REV 07-03-2014 Traffic Signal and Street Lighting Improvements Indefinite Delivery, Indefinite Quantity (IDIQ) REBID- E15126 00 72 01 INSURANCE REQUIREMENTS ARTICLE 1 – INSURANCE REQUIREMENTS 1.01 CONTRACTOR’S INSURANCE AMOUNTS A. 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 - Operations 3. Explosions and Collapse Hazard 4. Underground Hazard 5. Products / Completed Operations Hazard 6. Contractual Liability 7. Broad Form Property Damage 8. Independent Contractors 9. Personal & Advertising Injury $1,000,000 Per Occurrence $2,000,000 Aggregate Business Automobile Liability - Owned, Non-Owned, Rented and Leased $1,000,000 Combined Single Limit Workers’ Compensation Statutory Employer’s Liability $500,000/ 500,000/ 500,000 Excess Liability/Umbrella Liability $1,000,000 Per Occurrence Contractor’s Pollution Liability / Environmental Impairment Coverage Not limited to sudden and accidental discharge. To include long-term environmental impact for the disposal of pollutants/contaminants. $2,000,000 Per Claim ☐ Required X Not Required Builder’s Risk (All Perils including Collapse) Equal to Contract Price ☐ Required X Not Required Installation Floater Equal to Contract Price ☐ Required X Not Required Owner’s Protective Liability Equal to Contractor’s liability insurance ☐ Required X Not Required 1.02 GENERAL PROVISIONS A. Provide insurance coverages and limits meeting the requirements for insurance in accordance with Article 6 of the General Conditions and this Section. 00 72 01 - 2 Insurance Requirements REV 07-03-2014 Traffic Signal and Street Lighting Improvements Indefinite Delivery, Indefinite Quantity (IDIQ) REBID- E15126 B. Provide endorsements to the policies as outlined in this Section. 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 policies and 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 policy or 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 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 16 of the General Conditions 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’s Indemnitees 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. 1.03 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. 00 72 01 - 3 Insurance Requirements REV 07-03-2014 Traffic Signal and Street Lighting Improvements Indefinite Delivery, Indefinite Quantity (IDIQ) REBID- E15126 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. 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; 4. By any other person for any other reason; and 5. 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 Section. Insurance is to remain in effective 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. Eliminate the exclusion with respect to property under the care, custody, and control of Contractor. Provide and maintain Installation Floater insurance for property under the care, custody, or control of Contractor in lieu of elimination of the exclusion, or if required by this Section. 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 00 72 01 - 4 Insurance Requirements REV 07-03-2014 Traffic Signal and Street Lighting Improvements Indefinite Delivery, Indefinite Quantity (IDIQ) REBID- E15126 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, fixture, 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 of the General Conditions, and all other contractual indemnity obligations of Contractor in the Contract Documents. 3. Broad form property damage coverage. 4. Severability of interest. 5. Underground explosion and collapse coverage. 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. 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 the respective officers, directors, members, partners, employees, agents, consultants, and subcontractors for each named insured or additional insured; 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. 00 72 01 - 5 Insurance Requirements REV 07-03-2014 Traffic Signal and Street Lighting Improvements Indefinite Delivery, Indefinite Quantity (IDIQ) REBID- E15126 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 Section must: 1. Include at least the specific coverages and be written for not less than the limits of liability provided in this Section 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, 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 by rely on excess or umbrella insurance provided in other policies to meet the coverage requirement. 1.04 OWNER’S PROTECTIVE LIABILITY INSURANCE A. Purchase and maintain an Owner’s Protective Liability insurance policy with the Owner as the named insured and other members of the OPT as additional insureds. Provide a policy that will protect the OPT from claims which arise from operations under the Contract Documents. Provide this coverage in the same amounts required for the Contractor’s liability insurance and from the same company that provides the Contractor’s liability insurance. 1.05 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 Section or those required by Laws and Regulations and must comply with the requirements of Paragraph 1.06. 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 00 72 01 - 6 Insurance Requirements REV 07-03-2014 Traffic Signal and Street Lighting Improvements Indefinite Delivery, Indefinite Quantity (IDIQ) REBID- E15126 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. 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 as provided in Paragraph 15.04 of the General Conditions. 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 Section. 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. 1.06 WAIVER OF RIGHTS A. Insurance shall include a waiver of subrogation in favor of the additional insureds identified in SECTION 00 73 00 SUPPLEMENTARY CONDITIONS. B. All policies purchased in accordance with this Section are to contain provisions to the effect that the insurers have no rights of recovery against OPT, named insureds or additional 00 72 01 - 7 Insurance Requirements REV 07-03-2014 Traffic Signal and Street Lighting Improvements Indefinite Delivery, Indefinite Quantity (IDIQ) REBID- E15126 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 contains provisions that the Subcontractor waive all rights against Owner’s Indemnitees, 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. 1.07 OWNER’S INSURANCE FOR THE PROJECT A. Owner is not responsible for purchasing and maintaining any insurance to protect the interest of the Contractor, Subcontractors, or others in the Work. The stated limits of insurance required are minimum only. Determine the limits that are adequate. These limits may be basic policy limits or any combination of basic limits and umbrella limits. In any event, Contractor is fully responsible for all losses arising out of, resulting from, or connected with operations under this Contract whether or not these losses are covered by insurance. The acceptance of evidence of insurance by the OPT, named insureds, or additional insureds does not release the Contractor from compliance with the insurance requirements of the Contract Documents. ARTICLE 2 – EVIDENCE OF INSURANCE 2.01 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. 2.02 CERTIFICATES 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. 00 72 01 - 8 Insurance Requirements REV 07-03-2014 Traffic Signal and Street Lighting Improvements Indefinite Delivery, Indefinite Quantity (IDIQ) REBID- E15126 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. 2.03 INSURANCE POLICIES A. Provide a copy of insurance policies, declaration pages and endorsements, and documentation of applicable self-insured retentions and deductibles if requested by the Owner. B. Owner may require the deletion, revision, or modification of particular policy terms, conditions, limitations, or exclusions (except where policy provisions are established by Laws or Regulations binding upon either of the parties hereto or the underwriter of any such policies). Comply with these requests and submit a copy of the replacement certificate of insurance to Owner at the address provided below within 10 days of the requested change. 2.04 CONTINUING EVIDENCE OF COVERAGE A. Provide updated, revised, or new evidence of insurance in accordance this Section prior to the expiration of existing policies. B. Provide evidence of continuation of insurance coverage at final payment and for the following 3 years. 2.05 NOTICES REGARDING INSURANCE A. Submit notices regarding insurance are to be sent to the Owner at the following address: 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. ARTICLE 3 – TEXAS WORKERS’ COMPENSATION INSURANCE REQUIRED NOTICE 3.01 WORKERS’ COMPENSATION INSURANCE COVERAGE 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. 00 72 01 - 9 Insurance Requirements REV 07-03-2014 Traffic Signal and Street Lighting Improvements Indefinite Delivery, Indefinite Quantity (IDIQ) REBID- E15126 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 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. 00 72 01 - 10 Insurance Requirements REV 07-03-2014 Traffic Signal and Street Lighting Improvements Indefinite Delivery, Indefinite Quantity (IDIQ) REBID- E15126 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 paragraphs (1) - (7), 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 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. END OF SECTION 00 72 02 - 1 Wage Rate Requirements REV06-12-2015 Traffic Signal and Street Lighting Improvements Indefinite Delivery, Indefinite Quantity (IDIQ) REBID -E15126 00 72 02 WAGE RATE REQUIREMENTS ARTICLE 1 – PREVAILING WAGE RATE REQUIREMENTS 1.01 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 is required to pay Davis-Bacon Wage Rates. 1.02 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. B. The record shall be open at all reasonable hours to inspection by the officers and agents of the Owner. 1.03 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 §2258.053(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 or 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 $500; b. Confinement in jail for a term not to exceed 6 months; or c. Both a fine and confinement. 1.04 PREVAILING WAGE RATES A. The minimum rates for various labor classifications as established by the Owner are shown below: 00 72 02 - 2 Wage Rate Requirements REV06-12-2015 Traffic Signal and Street Lighting Improvements Indefinite Delivery, Indefinite Quantity (IDIQ) REBID -E15126 Wage Determination (WD) No Construction Type Project Type TX-40 Highway Highway Construction Projects (excluding tunnels, building structures in rest area projects & railroad construction; bascule, suspension & spandrel arch bridges designed for commercial navigation, bridges involving marine construction; and other major bridges). RATES FRINGES FORM BUILDER/FORM SETTER PAVING & CURB...............$ 10.69 STRUCTURES..................$ 13.61 LABORER ASPHALT RAKER...............$ 11.67 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 MOTOR GRADER, FINE GRADE....$ 17.74 TRUCK DRIVER LOWBOY-FLOAT................$ 16.62 SINGLE AXLE.................$ 11.61 ---------------------------------------------------------------- WELDERS - RECEIVE RATE PRESCRIBED FOR CRAFT PERFORMING OPERATION TO WHICH WELDING IS INCIDENTAL. END OF SECTION 00 72 03 - 1 Minority / MBE / DBE Participation Policy 11-25-2013 Traffic Signal and Street Lighting Improvements Indefinite Delivery, Indefinite Quantity (IDIQ) REBID -E15126 00 72 03 MINORITY / MBE / DBE PARTICIPATION POLICY ARTICLE 1 – PARTICIPATION POLICY 1.01 POLICY A. It is the policy of the City of Corpus Christi that maximum opportunity is afforded minorities, women, and Minority Business Enterprises (MBE) to participate in the performance of contracts awarded by the City of Corpus Christi in support of Equal Employment Opportunity goals and objectives of the Affirmative Action Policy Statement of the City dated October 1989, and any amendments thereto. 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. 1.02 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 as 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 Business Enterprise: A business enterprise that is owned and controlled by one or more minority person(s). Minority 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). 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. 00 72 03 - 2 Minority / MBE / DBE Participation Policy 11-25-2013 Traffic Signal and Street Lighting Improvements Indefinite Delivery, Indefinite Quantity (IDIQ) REBID -E15126 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. 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. F. 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. 1.03 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 as specified in SECTION 00 11 16 INVITATION TO BID. 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 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. 1.04 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. END OF SECTION 00 73 00 - 1 Supplementary Conditions 11-25-2013 Traffic Signal and Street Lighting Improvements Indefinite Delivery, Indefinite Quantity (IDIQ) REBID - E15126 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 Maldonado-Burkett Intelligent Transportation Systems, LLP 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. Signal maintenance shall be fully operational as per delivery orders. b. Illumination maintenance shall be fully operational as per delivery orders. c. Sidewalks and Pedestrian Ramps should be accessible as per delivery orders. 2. Only the following items not yet complete in accordance with the Contract Documents: a. Final Clean-up b. Punch List Items 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. 00 73 00 - 2 Supplementary Conditions 11-25-2013 Traffic Signal and Street Lighting Improvements Indefinite Delivery, Indefinite Quantity (IDIQ) REBID - E15126 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 Storm water 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 50 rain days have been set for this Project. An extension of time due to rain days will be considered only after 24 rain days have been exceeded in a calendar year and the OAR has determined that a detrimental impact to the construction schedule resulted from the excessive rainfall. Rain days are to be incorporated into the schedule and unused rain days will be considered float time which may be consumed by the Owner or Contractor in delay claims. ARTICLE 5 – AVAILABILITY OF LANDS; SUBSURFACE CONDITIONS AND PHYSICAL CONDITIONS; HAZARDOUS ENVIRONMENTAL CONDITIONS SC-5.03 SUBSURFACE AND PHYSICAL CONDITIONS A. No report of explorations or tests of resurface conditions at or contagious to the Site, or Drawings of physical conditions relation to existing surface or subsurface structures at the Site, are known to Owner. SC-5.06 HAZARDOUS ENVIRONMENTAL CONDITIONS AT SITE B. No report of explorations or tests for Hazardous Environmental Conditions at or contiguous to the Site are known to Owner. 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 50 percent of the Work, measured as a percentage of the Contract Price, using its own employees." END OF SECTION 01 11 00 - 1 Summary of Work 11-25-2013 Traffic Signal and Street Lighting Improvements Indefinite Delivery Indefinite Quantity (IDIQ) REBID -E15126 01 11 00 SUMMARY OF WORK 1.00 GENERAL 1.01 WORK INCLUDED A. Construct Work as described in the Contract Documents. 1. Provide the materials, equipment, and incidentals required to make the Project completely and fully useable. 2. Provide the labor, equipment, tools, and consumable supplies required for a complete Project. 3. The Contract Documents do not indicate or describe all of the Work required to complete the Project. Additional details required for the correct installation of selected products are to be provided by the Contractor and coordinated with the OAR. 1.02 DESCRIPTION OF WORK A. Work is described in general, non-inclusive terms as: This project is for the installation/ maintenance and repair of roadway illumination and traffic signals. The construction/maintenance will include, but not limited to: foundations, signal poles, mast arms, signal heads, pedestrian poles, pedestrian heads, school zone flashers, conduits, conductors, controller cabinets, electrical services, illumination poles, etc. Reference to the engineering drawings should be made for estimated summary of materials and details. This project is a twelve-month service agreement with option to extend for up to two additional twelve-month periods, subject to the approval of the supplier and the City Manager or his designee for Installation, Maintenance and Repair of Roadway Illumination and Traffic Signal Repairs throughout various locations in the City of Corpus Christi. 1.03 WORK UNDER OTHER CONTRACTS A. The following items of work are not included in this Contract, but may impact construction scheduling and completion: 1. None B. In the case of a disagreement between the above list and those specified elsewhere in the Contract Documents, the Contractor is to base his Proposal on the most expensive listing. 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. 01 11 00 - 2 Summary of Work 11-25-2013 Traffic Signal and Street Lighting Improvements Indefinite Delivery Indefinite Quantity (IDIQ) REBID -E15126 1.04 WORK BY OWNER A. The Owner plans to perform the following items of work which are not included in this Contract, but may impact the construction scheduling and completion: B. Completion of the Work described in this Contract may impact the construction of the items listed above. 1. Coordinate construction activities through the OAR. 2. Pay claims for damages which result from the late completion of the Project or any specified Milestones. C. Owner will provide normal operation and maintenance of the existing facilities during construction, unless otherwise stated. 1.05 CONSTRUCTION OF UTILITIES A. Pay for temporary power, including but not limited to construction cost, meter connection fees, and permits. 1.06 USE PRIOR TO FINAL COMPLETION A. Owner has the right to use or operate any portion of the Project that is ready for use after notifying the Contractor of its intent to do so. B. The execution of Bonds is understood to indicate the consent of the surety to these provisions for use of the Project. C. Provide an endorsement from the insurance carrier permitting use of Project during the remaining period of construction. D. Conduct operations to insure the least inconvenience to the Owner and general public. 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION 01 23 10 - 1 Alternates and Allowances 11-25-2013 Traffic Signal and Street Lighting Improvements Indefinite Delivery, Indefinite Quantity (IDIQ) REBID-E15126 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. Allowances: 1. Include specified allowance amount in the Contract Price. 2. The amount of each allowance includes: a. The cost of the product to the Contractor less any applicable trade discounts. b. Delivery to the Site. c. Applicable taxes. 3. Include in the Contract Price all costs for: a. Handling at the Site, including unloading, uncrating, and storage per SECTION 01 31 00 PROJECT MANAGEMENT AND COORDINATION. b. Cost for labor and equipment for installation and finishing. c. Cost for related products not specifically listed in the allowance required for installation, including consumable supplies and materials. d. All overhead, profit, and related costs. 4. Assist Owner in the selection of products. a. Identify qualified Suppliers. b. Obtain bids from qualified Suppliers. c. Present available alternates to the Owner through the OAR. Notify OAR of: 1) Any objections to a particular Supplier or product. 01 23 10 - 2 Alternates and Allowances 11-25-2013 Traffic Signal and Street Lighting Improvements Indefinite Delivery, Indefinite Quantity (IDIQ) REBID-E15126 2) Effect on the Construction Schedule anticipated by the selection of each option. 3) Cost of each option. 5. Upon selection of the product: a. Purchase and install the product. b. Contractor’s responsibilities for products shall be the same as for products selected by the Contractor. 6. Submit a Change Proposal per SECTION 01 31 14 CHANGE MANAGEMENT to adjust Contract Price if the net cost of the product is more or less than the specified amount. a. Adjust the unit cost applied to the quantities installed per the method of payment described in SECTION 01 29 00 APPLICATION FOR PAYMENT PROCEDURES for products specified as Unit Price Work. b. Do not perform Work until selection of alternate has been approved by the Owner. c. Provide actual invoices for the materials. 1.02 DOCUMENT SUBMITTALS A. Provide documents for materials furnished as part of the alternate in accordance with SECTION 01 33 00 DOCUMENT MANAGEMENT. 1.03 DESCRIPTION OF ALTERNATES A. Alternate A - None B. Alternate B - None 1.04 DESCRIPTION OF ALLOWANCES A. Allowance A - None B. Allowance B - None 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION 01 29 00 - 1 Application for Payment Procedures 03-11-2015 Traffic Signal and Street Lighting Improvements Indefinite Delivery, Indefinite Quantity (IDIQ) REBID-E15126 01 29 00 APPLICATION FOR PAYMENT PROCEDURES 1.00 GENERAL 1.01 WORK INCLUDED A. Submit Applications for Payment for completed Work and for materials and equipment in accordance with the General Conditions, the Supplementary Conditions, the Agreement, and this Section. 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; 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; 01 29 00 - 2 Application for Payment Procedures 03-11-2015 Traffic Signal and Street Lighting Improvements Indefinite Delivery, Indefinite Quantity (IDIQ) REBID-E15126 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; 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. Submit approval using the Consent of Surety Company to Payment Procedures form provided. 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. Progress Schedule per SECTION 01 33 04 CONSTRUCTION PROGRESS SCHEDULE. 2. Project photographs per SECTION 01 33 05 VIDEO AND PHOTOGRAPHIC DOCUMENTATION. 3. Record Documents per SECTION 01 31 13 PROJECT COORDINATION. 4. Documentation required to comply with Owner’s Minority / MBE / DBE Participation Policy. 01 29 00 - 3 Application for Payment Procedures 03-11-2015 Traffic Signal and Street Lighting Improvements Indefinite Delivery, Indefinite Quantity (IDIQ) REBID-E15126 1.02 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 for Attachment A - 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. Use each unit price line item in the Agreement 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. 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 cost associated with the item in the Agreement. 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. 01 29 00 - 4 Application for Payment Procedures 03-11-2015 Traffic Signal and Street Lighting Improvements Indefinite Delivery, Indefinite Quantity (IDIQ) REBID-E15126 1.03 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. 1.04 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 1.02.E.3 will be made for the measured number of units. 4. Payment for stored materials and equipment will be made per Paragraph 1.05. 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 Agreement. b. Payment for stored materials and equipment will be made per Paragraph 1.05. 2. Measure the Work described in the Agreement 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. 1.05 PAYMENT FOR STORED MATERIALS AND EQUIPMENT. A. Store materials and equipment properly at the Site. 01 29 00 - 5 Application for Payment Procedures 03-11-2015 Traffic Signal and Street Lighting Improvements Indefinite Delivery, Indefinite Quantity (IDIQ) REBID-E15126 1. Payment will be made for the invoice amount less the specified retainage. 2. Payment for materials and equipment show in the Application for Payment on Attachment A or Attachment B - Tabulation of Work on Approved Contract Modifications will be made for the invoice amount, up to the value show 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 Attachment D - Tabulation of Values for Materials and Equipment. Include invoice numbers on Attachment D so that a comparison can be made between invoices and amounts included on Attachment D. 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 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 provide 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. 1.06 ALTERNATES AND ALLOWANCES A. Include amounts for specified Alternate Work in the Agreement in accordance with SECTION 01 23 10 ALTERNATES AND ALLOWANCES. B. Include amounts for specified Allowances for Work in the Agreement in accordance with SECTION 01 23 10 ALTERNATES AND ALLOWANCES. 1.07 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. 01 29 00 - 6 Application for Payment Procedures 03-11-2015 Traffic Signal and Street Lighting Improvements Indefinite Delivery, Indefinite Quantity (IDIQ) REBID-E15126 B. Reduce payments for set-offs per the General Conditions. Include Attachment C – Tabulation of Set-Offs in the Application for Payment. 1.08 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 Agreement 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. 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 item for approved Change Orders. Add items to Attachment B as Change Orders are approved. Change Orders must be approved before payment can be made on Change Order items. 5. Include Attachment C to document set-offs required per the Contract Documents. Show each set-off as it is applied. Show a corresponding line item to reduce the Set off amount if a payment held by a set-off is released for payment. 6. Include Attachment D to allow tracking of invoices used to support amounts requested as materials in Attachments A and B. Enter materials to show the amount of the invoice assigned to each item in Attachment A or B if an invoice includes materials used on several line items. 7. Complete the certification stating that all Work, including materials and equipment, covered by this Application for Payment have been completed or delivered and stored in accordance with the Contract Documents, that all amounts have been paid for Work, materials, and equipment for which previous payments have been made by the Owner, and that the current payment amount shown in this Application for Payment is now due. 01 29 00 - 7 Application for Payment Procedures 03-11-2015 Traffic Signal and Street Lighting Improvements Indefinite Delivery, Indefinite Quantity (IDIQ) REBID-E15126 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. 1.09 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. 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; 01 29 00 - 8 Application for Payment Procedures 03-11-2015 Traffic Signal and Street Lighting Improvements Indefinite Delivery, Indefinite Quantity (IDIQ) REBID-E15126 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. 1.10 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. C. Submit the final Application for Payment per the General Conditions, including the final Change Order. Provide the following with the Final Application for Payment: 1. Evidence of payment or release of liens on the forms provided and as required by the General Conditions. 2. Consent from Surety to Final Payment. 1.11 PAYMENT BY OWNER A. Owner is to pay the amount recommended for monthly payments within 30 days after receipt of the OAR’s recommended Application for Payment. 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION 01 29 01 - 1 Measurement and Basis for Payment 11-25-2013 Traffic Signal and Street Lighting Improvement Indefinite Delivery, Indefinite Quantity (IDIQ) REBID-E15126 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 SECTION 01 29 00 APPLICATION FOR PAYMENT PROCEDURES 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 SECTION 01 29 00 APPLICATION FOR PAYMENT PROCEDURES. 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 SECTION 01 29 00 APPLICATION FOR PAYMENT PROCEDURES for each unit price item. Include cost not specifically set forth as an individual payment item but required to provide a complete and functional system in the unit price. B. Measurement for payments will be made only for the actual measured and/or computed length, area, solid contents, number, and weight, unless other provisions are made in the Contract Documents. Payment on a unit price basis will not be made for Work outside finished dimensions shown in the Contract Documents. Include cost for waste, overages, and tolerances in the unit price for that line item. Measurement will be as indicated for each unit price item. 1.03 MEASUREMENT AND BASIS FOR PAYMENT FOR BASE BID ITEMS A. Bid Item A-1 - Mobilization: 1. Payment shall include the following costs in this bid Item: Bonds and Insurance; Transportation and setup for equipment; Transportation and/or erection of all field offices, sheds, and storage facilities; Salaries for preparations of documents required before the first Application for Payment; and Salaries for field personnel assigned to the project related to the mobilization/demobilization of the Project. Payment shall be made on the following basis: The initial monthly estimate will include 50% of the unit price bid minus retainage. The balance will be paid according to the percent of construction complete after 50% completion has been surpassed, less retainage. Mobilization may not exceed 5 percent of the total Contract Proceed for Street Improvements. 2. Unless indicated otherwise in the Bid Form, MOBILIZATION shall be measured by the lump sum. 01 29 01 - 2 Measurement and Basis for Payment 11-25-2013 Traffic Signal and Street Lighting Improvement Indefinite Delivery, Indefinite Quantity (IDIQ) REBID-E15126 B. Bid Item A-2 Traffic Control: 1. The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid for "Barricades, Signs, and Traffic Handling." This price is full compensation for installation, maintenance, adjustments, replacements, removal, materials, equipment, labor, tools, and incidentals. 2. Barricades, Signs, and Traffic Handling will be measured by the each. C. Bid Item B-38 Uninterruptible Power Supply with Cabinet: 1. The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid for "Uninterruptible Power Supply with Cabinet." This price is full compensation for installation, materials, equipment, labor, tools, and incidentals. 2. Uninterrupted Power Supply with Cabinet will be measured by the each. D. Bid Item B-39 (ILSN SIGN 6S) LED: 1. The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid for "(ILSN SIGN 6S) LED." This price is full compensation for installation, materials, equipment, labor, tools, and incidentals. 2. (ILSN SIGN 6S) LED will be measured by the each. E. Bid Item B-40 (ILSN SIGN 8S) LED: 1. The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid for "(ILSN SIGN 8S) LED." This price is full compensation for installation, materials, equipment, labor, tools, and incidentals. 2. (ILSN SIGN 8S) LED will be measured by the each. F. Bid Item B-82 Radar Presence Detector: 1. The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid for “Radar Presence Detector." This price is full compensation for installation, materials, equipment, labor, tools, and incidentals. 2. Radar Presence Detector will be measured by the each. G. Bid Item B-83 Radar Presence Detector Comm Cable: 1. The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid for “Radar Presence Detector Comm Cable." This price is full compensation for installation, materials, equipment, labor, tools, and incidentals. 2. Radar Presence Detector Comm Cable will be measured by the Linear Foot. H. Bid Item B-84 Ethernet Cable Cat 5: 01 29 01 - 3 Measurement and Basis for Payment 11-25-2013 Traffic Signal and Street Lighting Improvement Indefinite Delivery, Indefinite Quantity (IDIQ) REBID-E15126 1. The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid for “Ethernet Cable Cat 5." This price is full compensation for installation, materials, equipment, labor, tools, and incidentals. 2. Ethernet Cable Cat 5will be measured by the Linear Foot. I. Bid Item C-29 Replace MMU/CVM Unit: 1. The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid for “Replace MMU/CVM Unit." This price is full compensation for installation, replacements, removal, materials, equipment, labor, tools, and incidentals. 2. Replace MMU/CVM Unit will be measured by the each. J. Bid Item C-30 Replace Vehicle Video Image Processor System: 1. The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid for “Replace Vehicle Video Image Processor System." This price is full compensation for installation, replacements, removal, materials, equipment, labor, tools, and incidentals. 2. Replace Vehicle Video Image Processor System will be measured by the each. K. Bid Item C-31 Replace Vivds Camera (Includes Cable): 1. The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid for “Replace Vivds Camera (Includes Cable)." This price is full compensation for installation, adjustments, replacements, removal, materials, equipment, labor, tools, and incidentals. 2. Replace Vivds Camera (Includes Cable) will be measured by the each. L. Bid Item C-32 Clean & Inspect Vivds Camera: 1. The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid for “Clean & Inspect Vivds Camera." This price is full compensation for inspection and cleaning, adjustments, materials, equipment, labor, tools, and incidentals. 2. Clean & Inspect Vivds Camera will be measured by the each. M. Bid Item C-33 Clean and Inspect CCTV Camera: 1. The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid for “Clean and Inspect CCTV Camera." This price is full compensation for inspection and cleaning, adjustments, materials, equipment, labor, tools, and incidentals. 2. Clean and Inspect CCTV Camera will be measured by the each. N. Bid Item C-34 Install or Replace CCTV Camera: 1. The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid for 01 29 01 - 4 Measurement and Basis for Payment 11-25-2013 Traffic Signal and Street Lighting Improvement Indefinite Delivery, Indefinite Quantity (IDIQ) REBID-E15126 "Install or Replace CCTV Camera." This price is full compensation for installation, adjustments, replacements, removal, materials, equipment, labor, tools, and incidentals. 2. Install or Replace CCTV Camera will be measured by the each. O. Bid Item C-35 Install Down Guy with Guard and Anchor: 1. The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid for "Install Down Guy with Guard and Anchor This price is full compensation for installation, replacements, removal, materials, equipment, labor, tools, and incidentals. 2. Install Down Guy with Guard and Anchor will be measured by the each. P. Bid Item C-36 Install Screw in steel pedestal anchor : 1. The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid for "Install Screw in steel pedestal anchor." This price is full compensation for installation, materials, equipment, labor, tools, and incidentals. 2. Install Screw in steel pedestal anchor will be measured by the each. Q. Bid Item C-39 Replace Traffic Signal Controller Unit: 1. The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid for “Replace Traffic Signal Controller Unit." This price is full compensation for installation, adjustments, replacements, removal, materials, equipment, labor, tools, and incidentals. 2. Replace Traffic Signal Controller Unit will be measured by the each. 1.04 MEASUREMENT AND BASIS FOR PAYMENT FOR ALTERNATES AND ALLOWANCES 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION 01 31 00 - 1 Project Management and Coordination 11-25-2013 Traffic Signal and Street Lighting Improvements Indefinite Delivery, Indefinite Quantity (IDIQ) REBID-E15126 01 31 00 PROJECT MANAGEMENT AND COORDINATION 1.00 GENERAL 1.01 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 as required in SECTION 01 57 00 TEMPORARY CONTROLS. 1.02 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. 1.03 DOCUMENT SUBMITTAL A. Provide documents in accordance with SECTION 01 33 00 DOCUMENT MANAGEMENT. 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 Drawings. 1.04 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. 01 31 00 - 2 Project Management and Coordination 11-25-2013 Traffic Signal and Street Lighting Improvements Indefinite Delivery, Indefinite Quantity (IDIQ) REBID-E15126 1.05 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 SECTION 01 33 03 RECORD DATA. 1.06 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. Roadways may not be approved for construction traffic. 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 SECTION 01 33 03 RECORD DATA. 1.07 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 as discussed in SECTION 01 57 00 TEMPORARY CONTROLS. 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. 01 31 00 - 3 Project Management and Coordination 11-25-2013 Traffic Signal and Street Lighting Improvements Indefinite Delivery, Indefinite Quantity (IDIQ) REBID-E15126 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. 1.08 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 per SECTION 01 35 00 SPECIAL PROCEDURES. Coordinate Work with local utility company 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. 1.09 PRE-CONSTRUCTION EXPLORATORY EXCAVATIONS (N/A) 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. 01 31 00 - 4 Project Management and Coordination 11-25-2013 Traffic Signal and Street Lighting Improvements Indefinite Delivery, Indefinite Quantity (IDIQ) REBID-E15126 C. Prepare a Plan of Action per SECTION 01 35 00 SPECIAL PROCEDURES 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 Designer. E. Include the cost for these pre-construction exploratory excavations in the unit price for pipe construction. Pavement repairs associated with exploratory excavations will be paid for at the unit prices for pavement repair. 1.10 DISRUPTION TO SERVICES / CONTINUED OPERATIONS A. Existing facilities are to continue in service as usual during the construction unless noted otherwise. Owner or 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 in accordance with SECTION 01 35 00 SPECIAL PROCEDURES if facilities must be taken out of operation. 1.11 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 Drawings as required in SECTION 01 31 13 PROJECT COORDINATION. 1.12 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. Notify OAR when the reference point is lost, destroyed, or requires relocation. Replace Project control points on the basis of the original survey. 01 31 00 - 5 Project Management and Coordination 11-25-2013 Traffic Signal and Street Lighting Improvements Indefinite Delivery, Indefinite Quantity (IDIQ) REBID-E15126 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. 1.13 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. 4. Provide surface drainage to prevent erosion and ponding of water. 01 31 00 - 6 Project Management and Coordination 11-25-2013 Traffic Signal and Street Lighting Improvements Indefinite Delivery, Indefinite Quantity (IDIQ) REBID-E15126 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. 1.14 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. 1.15 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. 01 31 00 - 7 Project Management and Coordination 11-25-2013 Traffic Signal and Street Lighting Improvements Indefinite Delivery, Indefinite Quantity (IDIQ) REBID-E15126 B. Submit a Notification by Contractor for Owner’s approval of a street closing. The request shall state: 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. 1.16 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. 1.17 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. 1.18 BLASTING A. Blasting is not allowed for any purpose. 1.19 ARCHAEOLOGICAL 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. 01 31 00 - 8 Project Management and Coordination 11-25-2013 Traffic Signal and Street Lighting Improvements Indefinite Delivery, Indefinite Quantity (IDIQ) REBID-E15126 1. Obtain details for Working in these areas. 2. Maintain confidentiality regarding the Site. 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. 1.20 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. 1.21 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. C. For the Contractor’s convenience, the following telephone numbers are listed: Public Agencies/Contacts Phone Number City Engineer 826-3500 Project Engineer XXX-XXX-XXXX Maldonado-Burkett ITS 236-4611 Traffic Engineering 826-3540 01 31 00 - 9 Project Management and Coordination 11-25-2013 Traffic Signal and Street Lighting Improvements Indefinite Delivery, Indefinite Quantity (IDIQ) REBID-E15126 Public Agencies/Contacts Phone Number Police Department 882-2600 Water Department 826-1681 (826-1888 after hours) Wastewater Department 826-3551 (826-1818 after hours) Gas Department 885-6910 (885-6913 after hours) Storm Water Department 826-1603 (826-3140 after hours) Parks & Recreation Department 826-3461 Streets and Solid Waste Services 826-1875 AEP 1-877-373-4858 SBC / AT&T 881-2511 (1-800-824-4424 after hours) City Street Div. for Traffic Signal/ Fiber Optic Locate (MIS) 826-1610 826-1875 Cablevision 857-5000 (857-5060 after hours) ACSI (Fiber Optic) 887-9200 (Pager 800-724-3624) KMC (Fiber Optic) 813-1124 (Pager 888-204-1679) ChoiceCom (Fiber Optic) 881-5767 (Pager 850-2981) CAPROCK (Fiber Optic) 512-935-0958 (Mobile) Brooks Fiber Optic (MAN) 972-753-4355 Regional Transportation Authority 289-2712 Port of Corpus Christi Authority Eng. 855-6153 TxDOT Area Office 808-2384 Corpus Christi ISD 886-9005 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION 01 31 13 - 1 Project Coordination 11-25-2013 Traffic Signal and Street Lighting Improvement Indefinite Delivery, Indefinite Quantity (IDIQ) REBID-E15126 01 31 13 PROJECT COORDINATION 1.00 GENERAL 1.01 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. 1.02 DOCUMENT SUBMITTAL A. Provide documents in accordance with SECTION 01 33 00 DOCUMENT MANAGEMENT. 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. 1.03 COMMUNICATION DURING THE PROJECT A. The OAR is to be the first point of contact for all parties on matters concerning this Project. B. The Designer 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. E. Submit communications on the forms referenced in this Section or in SECTION 01 33 00 DOCUMENT MANAGEMENT. 01 31 13 - 2 Project Coordination 11-25-2013 Traffic Signal and Street Lighting Improvement Indefinite Delivery, Indefinite Quantity (IDIQ) REBID-E15126 1.04 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 SECTION 01 33 04 CONSTRUCTION PROGRESS SCHEDULE. b. Schedule of Values and anticipated Schedule of Payments per SECTION 01 29 00 APPLICATION FOR PAYMENT PROCEDURES. c. List of Subcontractors and Suppliers. 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. 01 31 13 - 3 Project Coordination 11-25-2013 Traffic Signal and Street Lighting Improvement Indefinite Delivery, Indefinite Quantity (IDIQ) REBID-E15126 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 1.07 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. 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. 1.05 REQUESTS FOR INFORMATION A. Submit Request for Information (RFI) to the Designer 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. Designer 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 SECTION 01 31 14 CHANGE MANAGEMENT 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 1.06. E. Use the Action Item Log to document assignments for actions to be taken in accordance with Paragraph 1.06. 01 31 13 - 4 Project Coordination 11-25-2013 Traffic Signal and Street Lighting Improvement Indefinite Delivery, Indefinite Quantity (IDIQ) REBID-E15126 1.06 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 1.04 to allow OAR to update the log prior to the Progress meetings. 3. Be prepared to discuss the status at each meeting. 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 items if appropriate. The Contract Documents can only be changed by a Modification. 1.07 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. 1.08 RECORD DOCUMENTS A. Maintain at the Site one complete set of printed Record Documents including: 1. Drawings. 2. Specifications. 3. Addenda. 4. Modifications. 01 31 13 - 5 Project Coordination 11-25-2013 Traffic Signal and Street Lighting Improvement Indefinite Delivery, Indefinite Quantity (IDIQ) REBID-E15126 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. 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. 01 31 13 - 6 Project Coordination 11-25-2013 Traffic Signal and Street Lighting Improvement Indefinite Delivery, Indefinite Quantity (IDIQ) REBID-E15126 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. 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. 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION 01 31 14 - 1 Change Management 11-25-2013 Traffic Signal and Street Lighting Improvement Indefinite Delivery, Indefinite Quantity (IDIQ) REBID-E15126 01 31 14 CHANGE MANAGEMENT 1.00 GENERAL 1.01 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 1.02 to the Designer for evaluation by the OPT. 1.02 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. 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 labor by 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; 9) Home office cost; and 10) Other items of cost. d. Provide the level of detail outline 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 01 31 14 - 2 Change Management 11-25-2013 Traffic Signal and Street Lighting Improvement Indefinite Delivery, Indefinite Quantity (IDIQ) REBID-E15126 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 13 of the General Conditions 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 Designer 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 SECTION 01 33 02 SHOP DRAWINGS. 1.03 DESIGNER WILL EVALUATE THE REQUEST FOR A MODIFICATION. A. Designer will issue a Modification per the General Conditions if the Change Proposal is acceptable to the Owner. Designer will issue a Change Order or Contract Amendment for any changes in Contract Price or Contract Times. 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. 1.04 EQUAL NON SPECIFIED PRODUCTS 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 the procedures in Paragraph 1.05 for a substitution. B. 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 SECTION 01 33 02 SHOP DRAWINGS 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. 01 31 14 - 3 Change Management 11-25-2013 Traffic Signal and Street Lighting Improvement Indefinite Delivery, Indefinite Quantity (IDIQ) REBID-E15126 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. 4. A Change Proposal is not required for any product that is in full compliance with the Contract Documents. If the product is not in full compliance, it may be offered as a Substitution. 1.05 SUBSTITUTIONS A. 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 1.02 along with a Shop Drawing as required by SECTION 01 33 02 SHOP DRAWINGS to request approval of a substitution. B. 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. C. 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. 01 31 14 - 4 Change Management 11-25-2013 Traffic Signal and Street Lighting Improvement Indefinite Delivery, Indefinite Quantity (IDIQ) REBID-E15126 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. D. Pay for review of substitutions in accordance with SECTION 01 33 02 SHOP DRAWINGS. 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION 01 33 00 - 1 Document Management 11-25-2013 Traffic Signal and Street Lighting Improvement Indefinite Delivery, Indefinite Quantity (IDIQ) REBID-E15126 01 33 00 DOCUMENT MANAGEMENT 1.00 GENERAL 1.01 WORK INCLUDED A. Submit documentation as required by the Contract Documents and as reasonably requested by the OPT. 1.02 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. 1.03 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 SECTION 01 33 04 CONSTRUCTION PROGRESS SCHEDULE. 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. 1.04 DOCUMENT SUBMITTAL PROCEDURES 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). 01 33 00 - 2 Document Management 11-25-2013 Traffic Signal and Street Lighting Improvement Indefinite Delivery, Indefinite Quantity (IDIQ) REBID-E15126 a. Create PDF document using Bluebeam Revu software or other compatible software that will create files that can be opened and annotated using Bluebeam Revu software. b. Create PDF documents from native format files unless files are only available from scanned documents. c. Rotate pages so that the top of each document appears at the top of the monitor screen when opened in PDF viewing software. d. 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. e. Submit color PDF documents where color is required to interpret the document. f. 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. g. Flatten markups in documents to prevent markups made by Contractor from being moved or deleted. Flatten documents to allow markup recovery. h. Use Bluebeam Revu software to reduce file size using default settings except the option for “Drop Metadata.” Uncheck the “Drop Metadata” box when reducing file size i. Add footers to each document with the Project name. 1.05 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 RCP Request for a Change Proposal OAR RD Record Data Contractor RFI Request for Information Contractor SD Shop Drawing Contractor 01 33 00 - 3 Document Management 11-25-2013 Traffic Signal and Street Lighting Improvement Indefinite Delivery, Indefinite Quantity (IDIQ) REBID-E15126 Prefix Description Originator 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 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. 1.06 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 Specification Section Application for Payment 01 29 00 Change Proposal 01 31 14 Certified Test Report 01 33 02 for approval of product 01 40 00 to demonstrate compliance Notification by Contractor 01 31 13 Photographic Documentation 01 33 05 Progress Schedules 01 33 04 Record Data 01 33 03 Request for Information 01 31 13 Shop Drawing 01 33 02 Schedule of Values 01 29 00 Substitutions 01 31 14 Suppliers and Subcontractors 01 31 13 and 01 33 03 01 33 00 - 4 Document Management 11-25-2013 Traffic Signal and Street Lighting Improvement Indefinite Delivery, Indefinite Quantity (IDIQ) REBID-E15126 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION 01 33 01 Submittal Register Product Information Sample or Mockup Operations Data 34 41 16.33 Traffic Signal Controller Unit Shop Drawing Mockup O&M Manual 34 41 16.32 Traffic Signal Cabinet and Assemblies Shop Drawing Mockup None 618 Conduit Record Data None None 620 Electrical Conductors Record Data None None 624 Ground Box Record Data None None 628 Electrical Services Record Data None None 633 Uninterruptible Power Supply for Traffic Signals Record Data Mockup O&M Manual 635 Internally Illiminated Street Name Sign Record Data None None 682 Vehicle and Pedestrian Signal Head Record Data None None 683 LED Pedestrian Signal Countdown Module Record Data None None 685 Instl Rdsd Flsh Beacon Assm (Solar Pwrd)(24 Hr)Shop Drawing None None 687 Pedestal Pole Assemblies Shop Drawing None None Radar Presence Detection Device (RPDD)Record Data Mockup O&M Manual Accessible Pedestrian Signal Units Record Data None O&M Manual Paragraph No. Specification Section Specification Description Types of Submittals Required Submittal Register Traffic Signal and Street Lighting Improvement Indefinite Delivery, Indefinite Quantity (IDIQ) REBID E15126 01 33 01-1 07-03-2014 01 33 02 - 1 Shop Drawings 11-25-2013 Traffic Signal and Street Lighting Improvement Indefinite Delivery, Indefinite Quantity (IDIQ)REBID -E15126 01 33 02 SHOP DRAWINGS 1.00 GENERAL 1.01 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. 1.02 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 1.10 are approved. C. Furnish and install products that fully comply with the information included in the document submittal. 1.03 CONTRACTOR’S RESPONSIBILITIES A. Provide Shop Drawings for the following items: Specification Section Shop Drawing Description NONE REQUIRED B. Include Shop Drawings in the Schedule of Documents required by SECTION 01 33 00 DOCUMENT MANAGEMENT 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 SECTION 01 33 04 CONSTRUCTION PROGRESS SCHEDULE. 01 33 02 - 2 Shop Drawings 11-25-2013 Traffic Signal and Street Lighting Improvement Indefinite Delivery, Indefinite Quantity (IDIQ)REBID -E15126 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 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 Drawing; 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 Drawing are complete for their intended purpose; and 5. Conflicts between the Shop Drawing 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 1.10. 01 33 02 - 3 Shop Drawings 11-25-2013 Traffic Signal and Street Lighting Improvement Indefinite Delivery, Indefinite Quantity (IDIQ)REBID -E15126 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. 1.04 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. 1.05 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. 01 33 02 - 4 Shop Drawings 11-25-2013 Traffic Signal and Street Lighting Improvement Indefinite Delivery, Indefinite Quantity (IDIQ)REBID -E15126 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 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. 1.06 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 SECTION 01 70 00 EXECUTION AND CLOSEOUT REQUIREMENTS. 1.07 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 document using Bluebeam Revu software or other compatible software that will create files that can be opened and annotated using Bluebeam Revu software. b. Create PDF documents from native format files unless files are only available from scanned documents. c. Rotate pages so that the top of each document appears at the top of the monitor screen when opened in PDF viewing software. d. 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. e. Submit color PDF documents where color is required to interpret the Shop Drawing. Submit Samples and color charts per Paragraph 1.08.A. 01 33 02 - 5 Shop Drawings 11-25-2013 Traffic Signal and Street Lighting Improvement Indefinite Delivery, Indefinite Quantity (IDIQ)REBID -E15126 f. 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. g. Flatten markups in documents to prevent markups made by Contractor from being moved or deleted. Flatten documents to allow markup recovery. h. Use Bluebeam Revu software to reduce file size using default settings except the option for “Drop Metadata.” Uncheck the “Drop Metadata” box when reducing file size. i. Add footers to each document with the Project name. 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 01 33 02 - 6 Shop Drawings 11-25-2013 Traffic Signal and Street Lighting Improvement Indefinite Delivery, Indefinite Quantity (IDIQ)REBID -E15126 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 SECTION 01 31 14 CHANGE MANAGEMENT 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 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 1.03. 1.08 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. 01 33 02 - 7 Shop Drawings 11-25-2013 Traffic Signal and Street Lighting Improvement Indefinite Delivery, Indefinite Quantity (IDIQ)REBID -E15126 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. 7. Dispose of mockups when related Work has been completed and disposal is approved by the Designer. 1.09 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. 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. 1.10 DESIGNER RESPONSIBILITIES A. Shop Drawings will be received by the Designer. Designer will log the documents and review per this Section 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. 01 33 02 - 8 Shop Drawings 11-25-2013 Traffic Signal and Street Lighting Improvement Indefinite Delivery, Indefinite Quantity (IDIQ)REBID -E15126 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 SECTION 01 33 03 RECORD DATA. 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. 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 01 33 02 - 9 Shop Drawings 11-25-2013 Traffic Signal and Street Lighting Improvement Indefinite Delivery, Indefinite Quantity (IDIQ)REBID -E15126 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 as change in Contract Price or Contract Times as a Change Proposal for approval prior to resubmitting the Shop Drawing. 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 1.10.B 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. 1.11 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. 01 33 02 - 10 Shop Drawings 11-25-2013 Traffic Signal and Street Lighting Improvement Indefinite Delivery, Indefinite Quantity (IDIQ)REBID -E15126 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 cost 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. 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. 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION 01 33 03 - 1 Record Data 11-25-2013 Traffic Signal and Street Lighting Improvement Indefinite Delivery, Indefinite Quantity (IDIQ) REBID-E15126 01 33 03 RECORD DATA 1.00 GENERAL 1.01 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 required be submitted for record purposes. 1.02 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. 1.03 CONTRACTOR’S RESPONSIBILITIES A. Submit Record Data for the following items: Specification Section Record Data Description B. Include Record Data in the Schedule of Documents required by SECTION 01 33 00 DOCUMENT MANAGEMENT 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; 01 33 03 - 2 Record Data 11-25-2013 Traffic Signal and Street Lighting Improvement Indefinite Delivery, Indefinite Quantity (IDIQ) REBID-E15126 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. 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. 1.04 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. 1.05 SPECIAL CERTIFICATIONS AND REPORTS A. Provide all required certifications with the Record Data as specified in the individual Specification Sections: 01 33 03 - 3 Record Data 11-25-2013 Traffic Signal and Street Lighting Improvement Indefinite Delivery, Indefinite Quantity (IDIQ) REBID-E15126 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. 1.06 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 by Specification Sections. C. Provide a copy of all warranties in a separate document in accordance with SECTION 01 70 00 EXECUTION AND CLOSEOUT REQUIREMENTS. 1.07 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 document using Bluebeam Revu software or other compatible software that will create files that can be opened and annotated using Bluebeam Revu software. b. Create PDF documents from native format files unless files are only available from scanned documents. c. Rotate pages so that the top of each document appears at the top of the monitor screen when opened in PDF viewing software. d. 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. e. Submit color PDF documents where color is required to interpret the Record Data. f. 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. g. Flatten markups in documents to prevent markups made by Contractor from being moved or deleted. Flatten documents to allow markup recovery. 01 33 03 - 4 Record Data 11-25-2013 Traffic Signal and Street Lighting Improvement Indefinite Delivery, Indefinite Quantity (IDIQ) REBID-E15126 h. Use Bluebeam Revu software to reduce file size using default settings except the option for “Drop Metadata.” Uncheck the “Drop Metadata” box when reducing file size. i. 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. 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 SECTION 01 31 14 CHANGE MANAGEMENT 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 1.03. 1.08 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 1.02 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. 01 33 03 - 5 Record Data 11-25-2013 Traffic Signal and Street Lighting Improvement Indefinite Delivery, Indefinite Quantity (IDIQ) REBID-E15126 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 1.02. Document will be given the status of “Filed as Received” and not 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 SECTION 01 33 02 SHOP DRAWINGS. b. The cursory review indicates that the document does not meet the requirements of Paragraph 1.02. 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 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.” 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION 01 33 04 - 1 Construction Progress Schedule 11-25-2013 Traffic Signal and Street Lighting Improvement Indefinite Delivery, Indefinite Quantity (IDIQ) REBID-E15126 01 33 04 CONSTRUCTION PROGRESS SCHEDULE 1.00 GENERAL 1.01 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. Take the requirements of SECTION 01 35 00 SPECIAL PROCEDURES into consideration when preparing schedule. 1.02 DOCUMENT SUBMITTAL A. Submit Progress Schedules in accordance with SECTION 01 33 00 DOCUMENT MANAGEMENT. 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 Schedules 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. 1.03 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 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. 01 33 04 - 2 Construction Progress Schedule 11-25-2013 Traffic Signal and Street Lighting Improvement Indefinite Delivery, Indefinite Quantity (IDIQ) REBID-E15126 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 revise 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 SECTION 01 33 00 DOCUMENT MANAGEMENT indicating: 1. Specific dates each document is to be delivered to the Designer. 2. Specific dates each document must be received in order to meet the proposed schedule. 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 the each document. Contractor is responsible for delays associated with additional time required to review incomplete or erroneous 01 33 04 - 3 Construction Progress Schedule 11-25-2013 Traffic Signal and Street Lighting Improvement Indefinite Delivery, Indefinite Quantity (IDIQ) REBID-E15126 documents and for time lost when documents are submitted for products that do not meet Specification requirements. 1.04 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. 1.05 FLOAT TIME A. Define float time as the amount of time between the earliest start date and the latest start date of a chain of activities on the construction schedule. B. Float time is not for the exclusive use or benefit of either the Contractor or Owner. C. Where several subsystems each have a critical path, the subsystem with the longest time of completion is the critical path and float time is to be assigned to other subsystems. D. Contract Times cannot be changed by the submission of a schedule. Contract Times can only be modified by a Change Order or Contract Amendment. 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. 01 33 04 - 4 Construction Progress Schedule 11-25-2013 Traffic Signal and Street Lighting Improvement Indefinite Delivery, Indefinite Quantity (IDIQ) REBID-E15126 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION 01 33 05 - 1 Video and Photographic Documentation 11-25-2013 Traffic Signal and Street Lighting Improvement Indefinite Delivery, Indefinite Quantity (IDIQ) REBID-E15126 01 33 05 VIDEO AND PHOTOGRAPHIC DOCUMENTATION 1.00 GENERAL 1.01 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. 1.02 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. 1.03 DOCUMENT SUBMITTAL A. Submit photographic documentation as Record Data in accordance with SECTION 01 33 00 DOCUMENT MANAGEMENT. B. Submit two DVDs of the video recording as Record Data in accordance with SECTION 01 33 00 DOCUMENT MANAGEMENT. 01 33 05 - 2 Video and Photographic Documentation 11-25-2013 Traffic Signal and Street Lighting Improvement Indefinite Delivery, Indefinite Quantity (IDIQ) REBID-E15126 2.00 PRODUCTS 2.01 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 photograph 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. 2.02 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. 3.00 EXECUTION (NOT USED) END OF SECTION 01 35 00 - 1 Special Procedures 11-25-2013 Traffic Signal and Street Lighting Improvement Indefinite Delivery, Indefinite Quantity (IDIQ) REBID-E15126 01 35 00 SPECIAL PROCEDURES 1.00 GENERAL 1.01 CONSTRUCTION SEQUENCE A. Perform the Work as required to complete the entire Project within the Contract Times and in the sequence stipulated below: 1. List as necessary. B. Work shall be completed within the specified time for these items: Description Time C. Consider the sequences, duration limitations, and governing factors outlined in this Section to prepare the schedule for the Work. D. Perform the Work not specifically described in this Section as required to complete the entire Project within the Contract Times. 1.02 PLAN OF ACTION A. Submit a written plan of action for approval for shutting down essential services. These include: 1. Electrical power, 2. Control power, 3. Pipelines or wastewater systems, 4. Communications equipment, and 5. Other designated functions. B. Describe the following in the plan of action: 1. Scheduled dates for construction; 2. Work to be performed; 3. Utilities, piping, or services affected; 4. Length of time the service or utility will be disturbed; 5. Procedures to be used to carry out the Work; 6. Plan of Action to handle emergencies; 7. List of manpower, equipment, and ancillary supplies; 8. Backups for key pieces of equipment and key personnel; 01 35 00 - 2 Special Procedures 11-25-2013 Traffic Signal and Street Lighting Improvement Indefinite Delivery, Indefinite Quantity (IDIQ) REBID-E15126 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. 1.03 CRITICAL OPERATIONS A. The Owner has identified critical operations that must not be out of service longer than the designated maximum time out of service and/or must be performed only during the designated times. These have been identified in the table below: Critical Operation Max. Time Out of Operation Hours Operation can be Shut Down Liquidated Damages ($ per hour) B. Submit a written plan of action per Paragraph 1.02 for approval for critical operations. C. Work affecting critical operations is to be performed on a 24-hour a day basis until Owner’s normal operations have been restored. D. Provide additional manpower and equipment as required to complete the Work affecting critical operations within the allotted time. E. Liquidated damages will be assessed if Work on critical operations is not completed within the time indicated. 1. These items are critical to the [for operation of the existing distribution system] [other description of critical nature of operations]. 2. Loss of [operation of the existing distribution system] [other description of critical nature of operations] can subject the Owner to loss of revenue, additional operations cost, and fines from regulatory agencies. 3. Liquidated damages have been established for each critical operation. F. Designated Critical Operations are described in more detail as follows: 1. Critical Operation 1 - [Title from Table Above]: a. [Provide detailed description of Critical Operation 1.] 2. Critical Operation 2 - [Title from Table Above]: a. [Provide detailed description of Critical Operation 2.] 3. Critical Operation 3 - [Title from Table Above]: a. [Provide detailed description of Critical Operation 3.] 1.04 OWNER ASSISTANCE A. The Owner will assist the Contractor in draining the existing pipelines as much as possible through existing blow-off valves. The Contractor will be responsible for providing 01 35 00 - 3 Special Procedures 11-25-2013 Traffic Signal and Street Lighting Improvement Indefinite Delivery, Indefinite Quantity (IDIQ) REBID-E15126 dewatering pumps, etc. required to completely dewater the facilities and handle any leakage past closed valves, gates or adjacent structures. 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION 01 40 00 - 1 Quality Management 11-25-2013 Traffic Signal and Street Lighting Improvement Indefinite Delivery, Indefinite Quantity (IDIQ) REBID-E15126 01 40 00 QUALITY MANAGEMENT 1.00 GENERAL 1.01 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; 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; 01 40 00 - 2 Quality Management 11-25-2013 Traffic Signal and Street Lighting Improvement Indefinite Delivery, Indefinite Quantity (IDIQ) REBID-E15126 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 though 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 Designer. F. Provide an update on quality control activities at monthly progress meetings required by SECTION 01 31 13 PROJECT COORDINATION. 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. 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. 1.02 QUALITY MANAGEMENT ACTIVITIES BY THE 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 1.01. B. Quality assurance testing performed by the OPT will be paid for by the Owner, except for verification testing required per Paragraph 1.07. 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: 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; 01 40 00 - 3 Quality Management 11-25-2013 Traffic Signal and Street Lighting Improvement Indefinite Delivery, Indefinite Quantity (IDIQ) REBID-E15126 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. 1.03 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 tests 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 implementing the Contractor’s Quality Control Plan resulting from these deviations. 1.04 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 SECTION 01 33 02 SHOP DRAWINGS. 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, 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 01 40 00 - 4 Quality Management 11-25-2013 Traffic Signal and Street Lighting Improvement Indefinite Delivery, Indefinite Quantity (IDIQ) REBID-E15126 Documents and why it does not comply. Submit these test reports as part of a Shop Drawings submitted per SECTION 01 33 02 SHOP DRAWINGS. 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 they are not in compliance and why it does not comply. Submit these test reports on forms provided per SECTION 01 33 00 DOCUMENT MANAGEMENT. 1.05 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. 1.06 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, processing test specimens as required by test standard to maintain the integrity of Samples. 1.07 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. 1.08 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; 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; 01 40 00 - 5 Quality Management 11-25-2013 Traffic Signal and Street Lighting Improvement Indefinite Delivery, Indefinite Quantity (IDIQ) REBID-E15126 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 test was taken; j. Standard or test procedure used in making the test; k. A description of the results of the test; l. 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. 1.09 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. 1.10 LIMITATION OF AUTHORITY OF THE 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. 1.11 QUALITY CONTROL PLAN A. Submit the Contractor’s Quality Control Plan for approval as a Shop Drawing per SECTION 01 33 02 SHOP DRAWINGS. Use Contractor’s Quality Control Plan Checklist provided to review the document before 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 01 40 00 - 6 Quality Management 11-25-2013 Traffic Signal and Street Lighting Improvement Indefinite Delivery, Indefinite Quantity (IDIQ) REBID-E15126 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 1.11.B.5 that will be provided by the OPT as part of their Quality Management Program; 7. Procedures for tracking and documenting quality management efforts. 8. Procedures for tracking Defective Work from initial identification through acceptable corrective action. Indicate how documentation of the verification process for deficiencies will be made. 9. Reporting procedures which incorporate the use of forms provided by the OAR. 10. The name of the proposed testing laboratories along with documentation of qualifications per Paragraph 1.04. 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. 01 40 00 - 7 Quality Management 11-25-2013 Traffic Signal and Street Lighting Improvement Indefinite Delivery, Indefinite Quantity (IDIQ) REBID-E15126 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. 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION 3.01 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. Includes 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. 01 40 00 - 8 Quality Management 11-25-2013 Traffic Signal and Street Lighting Improvement Indefinite Delivery, Indefinite Quantity (IDIQ) REBID-E15126 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. 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 one month prior to the expiration of the correction period prescribed in the General Conditions with the OPT. 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. END OF SECTION 01 50 00 - 1 Temporary Facilities and Controls 11-25-2013 Traffic Signal and Street Lighting Improvement Indefinite Delivery, Indefinite Quantity (IDIQ) REBID -E15126 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. 01 50 00 - 2 Temporary Facilities and Controls 11-25-2013 Traffic Signal and Street Lighting Improvement Indefinite Delivery, Indefinite Quantity (IDIQ) REBID -E15126 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 “NOT REQUIRED” A. The Contractor must furnish the OPT with a field office at the Site. The field office must contain at least 120 square feet of useable space. The field office must be air-conditioned and heated and must be furnished with an inclined table that measures at least 30 inches by 60 inches and two chairs. The Contractor shall move the field office on the Site as required by the OAR. The field office must be furnished with a telephone (with 24-hour per day answering service) and fax machine paid for by the Contractor. 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 15 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. 01 50 00 - 3 Temporary Facilities and Controls 11-25-2013 Traffic Signal and Street Lighting Improvement Indefinite Delivery, Indefinite Quantity (IDIQ) REBID -E15126 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. 01 50 00 - 4 Temporary Facilities and Controls 11-25-2013 Traffic Signal and Street Lighting Improvement Indefinite Delivery, Indefinite Quantity (IDIQ) REBID -E15126 C. Provide portable flood lights at any time that Work will be performed outside the structure at night. Provide adequate lighting at any location Work is being performed. 3.04 DRINKING WATER A. Provide all field offices with potable water. Provide a dispenser and cooling apparatus if bottled drinking water is provided. B. Pay for water services and maintain daily. 3.05 CONSTRUCTION FENCE A. Install and maintain a construction fence around the Site and off-site storage yards. Fence must be a minimum 6 feet high chain link construction unless shown otherwise. Provide gates with padlocks. 3.06 REMOVAL OF TEMPORARY FACILITIES A. Remove temporary buildings, sheds, and utilities at the conclusion of the Project and restore the Site to original condition or finished in accordance with the Drawings. B. Remove informational signs upon completion of construction. C. Remove Project identification signs, framing, supports, and foundations upon completion of the Project. 3.07 MAINTENANCE AND JANITORIAL SERVICE A. Provide janitorial service (sweeping/mopping) for the OPT’s field office on a weekly basis or as requested. Empty trash receptacles daily or as needed. B. Maintain signs and supports in a neat, clean condition. Repair damage to structures, framings, or signs. C. Repair any damage to Work caused by placement or removal of temporary signage. D. Service, maintain, and replace, if necessary, the OPT’s field office computer equipment throughout the Project as required by the OPT including replacement cartridges for all office equipment. END OF SECTION 01 57 00 - 1 Temporary Controls 11-25-2013 Traffic Signal and Street Lighting Improvement Indefinite Delivery, Indefinite Quantity (IDIQ) REBID-E15126 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. 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 SECTION 01 33 02 SHOP DRAWINGS. B. Provide copies of notices, records, and reports required by the Contract Documents or Laws and Regulations as Record Data in accordance with SECTION 01 33 03 RECORD DATA. 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. 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. 01 57 00 - 2 Temporary Controls 11-25-2013 Traffic Signal and Street Lighting Improvement Indefinite Delivery, Indefinite Quantity (IDIQ) REBID-E15126 1.05 PERMITS A. 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: 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 SECTION 01 33 03 RECORD DATA. 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 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 01 57 00 - 3 Temporary Controls 11-25-2013 Traffic Signal and Street Lighting Improvement Indefinite Delivery, Indefinite Quantity (IDIQ) REBID-E15126 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 uncontaminated area. Dispose of wash water used to wash such equipment as contaminated water. 01 57 00 - 4 Temporary Controls 11-25-2013 Traffic Signal and Street Lighting Improvement Indefinite Delivery, Indefinite Quantity (IDIQ) REBID-E15126 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. 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 01 57 00 - 5 Temporary Controls 11-25-2013 Traffic Signal and Street Lighting Improvement Indefinite Delivery, Indefinite Quantity (IDIQ) REBID-E15126 entering the storm water system. Sheet flow and ponding is to allow solids screening and/or settling prior to entering a storm water conduit or inlet. D. Storm water or groundwater shall not be discharged to private property without permission. It is the intent that Contractor discharges groundwater primarily into the existing storm water system, provided that the quality of groundwater is equal to or better than the receiving stream, the [Corpus Christi Bay] [Oso Creek] [Laguna Madre] [CC Ship Channel]. E. Testing of groundwater quality is to be performed by the Owner, at the Owner’s expense, prior to commencing discharge and shall be retested by the Owner, at the Owner’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 sanitary sewer system. If discharging to temporary holding tanks and trucking to a sanitary sewer 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 sanitary sewer system the Contractor shall contact [Tilo Schmidt, Wastewater Pre-treatment Coordinator at 826-1817] to obtain a “no cost” permit from the Owner’s Waste Water Department. Owner 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 “NA” 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 dewatering which is paid for under [Bid Items X, Y, Z]. 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 01 57 00 - 6 Temporary Controls 11-25-2013 Traffic Signal and Street Lighting Improvement Indefinite Delivery, Indefinite Quantity (IDIQ) REBID-E15126 and details for disposal of this water in a Plan of Action per SECTION 01 35 00 SPECIAL PROCEDURES. Do not use the Owner’s sanitary sewer system for disposal of contaminated water. 1.14 WINDSTORM CERTIFICATION “NA” 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 IBC 2009. [Contractor] [Owner] shall be responsible for contracting with a licensed structural engineer in the State of Texas to perform all inspections and provide documentation for windstorm certification to the Texas Board of Insurance. The Contractor shall be responsible for providing all necessary design/assembly documentation for all new windows, doors, louvers, etc. to the windstorm engineer/inspectors required to conform with the requirements of the Texas Department of Insurance. 2.00 PRODUCTS 2.01 MATERIALS A. Provide materials that comply with Laws and Regulations. 3.00 EXECUTION 3.01 CONSTRUCTING, MAINTAINING AND REMOVING TEMPORARY CONTROLS A. Construct temporary controls in accordance with Laws and Regulations. B. Maintain controls in accordance with regulatory requirements where applicable, or in accordance with the requirements of the Contract Documents. C. Remove temporary controls when no longer required, but before the Project is complete. Correct any damage or pollution that occurs as the result of removing controls while they are still required. END OF SECTION 01 70 00 - 1 Execution and Closeout Requirements 11-25-2013 Traffic Signal and Street Lighting Improvement Indefinite Delivery, Indefinite Quantity (IDIQ) REBID- E15126 01 70 00 EXECUTION AND CLOSEOUT REQUIREMENTS 1.00 GENERAL 1.01 WORK INCLUDED A. Comply with requirements of the General Conditions and specified administrative procedures in closing out the Contract. 1.02 DOCUMENT SUBMITTAL A. Submit certifications and releases on forms provided. 1.03 SUBSTANTIAL COMPLETION A. Notify the Designer 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. B. OPT will visit the Site to observe the Work within a reasonable time after notification is received to determine the status of the Project. C. Designer will notify the Contractor that the Work is either substantially complete or that additional Work must be performed before the Project will be considered substantially complete. 1. Designer 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 Designer when the items of Work in the Designer’s notice have been completed. 4. OPT will revisit the Site and repeat the process. 5. Designer 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 Designer of any objections to items on the list within 10 days after receiving the Certificate of Substantial Completion. 1.04 FINAL INSPECTION A. Notify the Designer 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 01 70 00 - 2 Execution and Closeout Requirements 11-25-2013 Traffic Signal and Street Lighting Improvement Indefinite Delivery, Indefinite Quantity (IDIQ) REBID- E15126 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 a reasonable time 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 corrected. OPT will visit the Site to determine if the Project is complete and the Work is acceptable. Designer 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 1.06 if notified that the Project is complete and the Work is acceptable. 1.05 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. 1.06 CLOSEOUT DOCUMENTS SUBMITTAL A. Record Documents per SECTION 01 31 13 PROJECT COORDINATION. 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 SECTION 01 33 05 VIDEO AND PHOTOGRAPHIC DOCUMENTATION. 1.07 TRANSFER OF UTILITIES A. 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. 1.08 WARRANTIES, BONDS, AND SERVICES AGREEMENTS A. Provide warranties, bonds, and service agreements required by SECTION 01 33 02 SHOP DRAWINGS or by the individual Specification Sections. B. The date for the start of warranties, bonds, and service agreements is established per the General Conditions. C. Compile warranties, bonds, and service agreements and review these documents for compliance with the Contract Documents. 01 70 00 - 3 Execution and Closeout Requirements 11-25-2013 Traffic Signal and Street Lighting Improvement Indefinite Delivery, Indefinite Quantity (IDIQ) REBID- E15126 1. Provide a log of all equipment covered under the 1 year correction period specified in the General Conditions 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 services agreement; e. Indicate the start date for the correction period specified in the General Conditions 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; 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 services agreements within 10 days after equipment or components placed in service. 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION SIGNALIZATION SPECIFICATION AND CUT-SHEETS FOR TRAFFIC SIGNAL AND STREET LIGHTING IMPROVMENTS INDEFINITE DELIVERY, INDEFINITE QUANTITY (IDIQ) PROJECT NO. E15126 Corpus Christi Standard Specification for Construction July 2, 2015 Signalization, Illumination Specifications and Cut-Sheets Page. 2 SIGNALIZATION, ILLUMINATION SPECIFICATIONS AND CUT-SHEETS City Standard Specifications General Specifications for Traffic Signal Maintenance, Repair and Installation General Notes Standard Specification Section 025803 “Traffic Signal Adjustments” Item 680 Section 34 41 16.33 "Traffic Signal Controller Unit" Item 680 Section 34 41 16.23 "Traffic Signal Cabinet and Assemblies" Item 600 "Lighting, Signing, Markings and Signals" Item 618 "Conduit" Item 620 "Electrical Conductors" Item 622 "Duct Cable" Item 624 "Ground Boxes" Item 628 "Electrical Services" Item 633 "Uninterruptible Power Supply for Traffic Signals" Item 635 "Internally Illuminated Street Name Sign" Item 655 "Controller Foundation" Item 680 "Installation of Highway Traffic Signals" Item 682 "Vehicle and Pedestrian Signal Head" Item 683 "LED Pedestrian Signal Countdown Module" Item 687 "Pedestal Pole Assemblies" TxDot & Technical Specifications Item 416 “Drilled Shaft Foundations” Item 432 “Riprap” Item 476 ”Jacking, Boring, or Tunneling Pipe or Box” Item 502 “Barricades, Signs, and Traffic Handling” Item 610 “Roadway Illumination Assemblies” Item 613 “High Mast Illumination Poles” Item 614 “High Mast Illumination Assemblies” Item 621 “Tray Cable” Item 627 “Treated Timber Poles” Item 684 “Traffic Signal Cables” Item 685 “Roadside Flashing Beacon Assemblies” Item 686 “Traffic Signal Pole Assemblies (Steel)” Item 688 “Pedestrian Detectors and Vehicle Loop Detectors” Item 690 “Maintenance of Traffic Signals” Item 6000 “Illumination Maintenance” Item 682 Astro-Brac Assy, Tallon Series, 1-Way Cable Mount Item 684 City Traffic Signal Cable Color Code Exhibit A – Camera Connector Pinout PELCO Astro-Brac Camera Mountings Wiring Diagram for Video Camera Surge Suppression Filter ISOTEC Video Cable PELCO Pedestrian Push Button Station Assembly Sheets Item 635 Internally Illuminated Street-Name Sign Item 624 Quazite PG1118BA18 Stackable Open Bottom Assembly Item 624 Quazite PG2436BA18 Stackable Open Bottom Assembly Item 680 SmartMonitor MMU-16LEip WAVETRONIX-Smart Sensor Advance COHU_Helios_3960SD or approved equivalent COHU-Camera_Mounting Brackets or approved equivalent Corpus Christi Standard Specification for Construction July 2, 2015 Signalization, Illumination Specifications and Cut-Sheets Page. 3 COHU-Camera-Control-Cable or approved equivalent Cobalt by Econolite Corpus Christi Standard Specification for Construction July 2, 2015 General Specifications Page. 1 GENERAL SPECIFICATIONS FOR TRAFFIC SIGNAL MAINTENANCE, REPAIR AND INSTALLATION I SCOPE: The City of Corpus Christi is requesting the services of an electrical firm specializing in providing traffic signal installation and repair, emergency knockdown repair, and non- emergency routine installations to ensure proper maintenance and operation of traffic signals owned by the City of Corpus Christi. The work does cover intersection safety lighting where the safety lighting is on the same pole as the traffic signals systems owned and operated by the City of Corpus Christi. II. CLASSIFICATION: The traffic signal installation will be undertaken in accordance with the Traffic Signal system maintenance operations. All areas are located within the City limits. III. GENERAL:  Perform preventive maintenance services, repairs and installation of traffic signal equipment as requested.  A traffic signal system includes, but is not limited to: traffic signal controllers, controller cabinets and all appurtenant equipment, electrical service cabinet, flashing beacons, pedestrian and vehicle signals, detector systems (Radar-Video-Loop- Microwave), CCTV camera systems, wireless communication equipment, traffic signal communications equipment, battery backup system (BBS), intersection safety lighting, internally illuminated street name signs,  Install traffic signal poles, mast arms, heads, foundations and all other related traffic signal equipment. All equipment shall be approved by the Contract Administrator, Traffic Signal Superintendent or designee.  Malfunction Management Unit (MMU): Shop test MMUs with an approved certified and calibrated MMU tester. Must have an electronic documentation file with date and time stamp and print out attached to the unit.  Installation of MMU: Remove existing MMU/CVM and install certified MMU that has passed test inspection and place into traffic controller cabinet and make operational.  Installation of ATC traffic controllers: Remove old traffic controller unit and replace with new ATC controller unit.  Installation of TS2 traffic controller cabinets. Remove old controller cabinet and install new TS2 cabinet.  Troubleshoot, repair and maintenance check battery backup systems, audible pedestrian systems, radar detection systems, video detection systems & microwave detection systems.  Rewiring of signalized intersection.  Trenching, boring, installation, backfill for underground conduit. Corpus Christi Standard Specification for Construction July 2, 2015 General Specifications Page. 2  Replace LED traffic signal modules.  Work on live and de-energized circuits. IV REQUIREMENTS: Contractor hired for the repair, maintenance or installation of traffic signals, within the jurisdiction of the City of Corpus Christi, shall meet the following requirements: 1. Proposers shall provide documentation indicating actual installation and modification of traffic signals completed in the past two years. The statement shall include the name of the agency(ies) for which work was performed and the date(s) the work was completed and shall be provided with Proposer’s proposal. 2. The contractor selected shall perform the work described herein in a thorough and professional manner so that the City of Corpus Christi is provided with reliable and high quality Traffic Signal maintenance, installation and repair services at all times. Traffic signal maintenance and repair shall be performed in accordance with accepted standards for traffic signals and shall be performed to the satisfaction of the Contract Administrator or his designee. The Contractor shall immediately respond when notified by Contract Administrator to correct unsatisfactory work at no additional charge. 3. The Contractor shall leave work areas free of all dirt, litter, lubricants, or other materials utilized to perform maintenance services. 4. Contractor personnel must be competent in the construction and wiring techniques required for traffic signal installation. Personnel assigned to this Work must have at least 4 years of experience in the installation of traffic signal controller cabinet assemblies and in the operation of traffic signal NEMA controllers. 5. Contractor is required to have one certified IMSA Level II or higher Traffic Signals Technician and a journeyman licensed electrician to make necessary repairs to traffic signal devices external or internal to the traffic signal controller cabinet. The IMSA Level II or higher-certified Traffic Signals Technician and Texas licensed journeyman electrician are required to be on the job-site at all times to supervise construction, installation and troubleshooting. No work will occur at any signalized intersection under this agreement without a Traffic Signals Level II or higher technician and a Texas licensed journeyman electrician present at all times. PROPOSERS SHALL PROVIDE TO THE CITY WITH THEIR PROPOSALS A COPY OF THE IMSA CERTIFICATION(S) & JOURNEYMAN’S LICENSES FOR ALL EMPLOYEES WHO WOULD BE PERFORMING THIS WORK. 6. In the event that the Contractor at any time finds an unsafe traffic signal condition such as signals all dark, signal heads hanging down, RED lamps out etc., the Contractor shall make the repairs necessary to return the intersection to a safe operating condition. The Contractor shall report to the Contract Administrator or his designee immediately upon completion of the repair. Red Flash is considered a safe operation for this purpose. Corpus Christi Standard Specification for Construction July 2, 2015 General Specifications Page. 3 7. 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 ensure that all materials, equipment and work specifications are understood. 8. The Contract Administrator shall be the final authority in regards to quality and workmanship questions. 9. The Contractor is required to notify the Traffic Signals Operations Department one (1) week in advance of beginning any work on any City traffic signal facility. The City will not accept any work done where such prior notification does not take place. 10. The Contractor shall obtain all permits and inspections as required. 11. Public Safety and Convenience: Traffic control measures will not be billed separately, but are considered to be included in the pricing on the Bid Sheet. 12. Work Hours: The Contractor will confine all operations to daylight hours, sunrise to sunset. Under extraordinary conditions, Contractor shall notify the Contract Administrator and Traffic Signal Superintendent 48 hours in advance in the event night time work is needed. 13. Non-Work Hours: The Contractor may not store any equipment or tools on any right- of-way area. After completion of work at any site, the Contractor must remove all equipment, supplies, and materials from that site. 14. Protection of Property: The Contractor shall take proper measures to protect all property which might be damaged by Contractor’s Work hereunder, and, in case of any injury or damage resulting from any act or omission on the part of or on behalf of the Contractor, he/she shall restore at his/her own expense the damaged property to a condition similar or equal to that existing before such injury or damage was done, or he/she shall make good such injury or damage in an acceptable manner. All damages which are not repair or compensated by the Contractor will be repaired or compensated by City forces at the Contractor’s expense. All expenses charged by the City for repair work or compensation shall be deducted from any monies owed to the Contractor. LEGAL REQUIREMENTS: A. Laws to be Observed: The Contractor shall make himself familiar with and, at all times, observe and comply with all Federal, State, and local laws, ordinance and regulations, which in any manner affect the conduct of the Work and shall indemnify and save harmless, the City and its representatives against any claim arising from the violation of any such law, ordinance or regulations, whether by himself or by his employees. B. Permits, Licenses, Fees and Taxes: The Contractor shall procure all permits and licenses, pay all charges, fees and taxes, and give all notices necessary to the due and lawful prosecution of the Work. Corpus Christi Standard Specification for Construction July 2, 2015 General Specifications Page. 4 These provisions for securing permits, licenses and paying for all charges, fees and taxes will not be paid for directly but shall be considered subsidiary to the various bid items of this contract. C. Responsibility for Damage Claims: The Contractor agrees to and shall indemnify and hold harmless the City of Corpus Christi, its officers, employees, and agents (indemnities) from and against any and all liability, damage, loss, claims, demands, suits, and causes of action of any nature on account of death, personal injuries, property loss or damage, or any other kind of damage, including all expenses of litigation, court costs, and attorney’s fees which arise, or are claimed to arise, out of or in connection with the mowing operations (Work) undertaken pursuant to this contract, regardless of whether such injuries, death or damages are caused or are claimed to be caused, in whole or in part by the negligence or fault of Indemnities. V. PERFORMANCE REQUIREMENTS: 1. Contractor shall remove all debris from the entire work site after completing any traffic signal work. Debris shall be placed in suitable containers and transported to the landfill for proper disposal. Disposal of the debris, including all costs charged at the landfill, are the Contractor’s sole responsibility. 2. The Contractor shall be required to follow the work scheduled Monday thru Friday. Working on Saturday and/or Sunday will require approval by the Contract Administrator. Requests to work on Saturday or Sunday shall be submitted to the Contract Administrator not later than 4:00 p.m., Friday prior to that weekend. The work will be scheduled during daylight hours. 3. Contractor shall be required to follow all traffic regulations in accordance with the current version of the Texas Manual on Uniform Traffic Control Devices. Signs, sign stands, safety flags, and all other safety materials, devices and safety vests are required to protect the traveling public. Signs must be placed within 1 mile of working area. Signs, sign stands, safety flags, and other safety materials shall be kept in good condition. 4. Contractor shall be required to have Insurance before activities can begin under this Agreement. Contractor must deliver a Certificate of Insurance, as proof of the required insurance coverage. Contract Administrator will be given at least 30 days’ notice of cancellation, material change in coverage, or intent not to renew any of the policies by certified mail. The City must be named as an Additional Insured. Coverage must include those types of insurance at the minimum insurance coverage levels as specified in “Insurance Requirements” in this bid. Corpus Christi Standard Specification for Construction July 2, 2015 General Specifications Page. 5 SUPPLEMENTAL TERMS AND CONDITIONS Traffic Signals Maintenance, Repair & Installations A. Term of Contract: The Contract will be for a twelve-month period, from notification by the City, with an option to extend the Contract for two additional twelve month periods, subject to the approval of the City Manager, or his designee, and the Contractor. B. Examination of Plans, Specifications, Special Provisions and Site of Work: Before submitting a bid, the bidder shall examine carefully the bid invitation, specifications, special provisions and the service contract to be entered into for contemplated (“Work”). The submission of a bid by bidder shall be conclusive evidence that he has complied with these requirements. C. Authority of Contract Administrator: The work will be observed and inspected by the Contractor Administrator or his designee, and performed to his/her satisfaction in accordance with the contract and specifications. The Contract Administrator will decide on all questions which may arise as to the quality or acceptability of the work performed; the manner of performance and the rate of progress of the work; the interpretations of the specifications; and the acceptable fulfillment of the contract on the part of the contractor. The Contract Administrator’s decisions will be final. The Contract Administrator will be the Street Operations Department’s Traffic Signal Superintendent or designee. D. Laws to be Observed: The contractor shall make himself/herself familiar with and, at all times, observe and comply with all Federal, State and local laws, ordinances and regulations which in any manner affect the conduct of the work and shall indemnify and hold harmless the City and its representatives against any claim arising from the violation of any such law, ordinance or regulations, whether by himself/herself or by his/her employees, or agents. E. Monitoring: All work completed under the Contract will be monitored, evaluated and approved by the Contract Administrator. F. Payment Provisions: The Contractor will be paid, for all successfully completed work, at the unit price bid for the set amount listed on the bid sheets and the tables. Pricing submitted will be firm for the full extent of the contract period. G. Workmen and Equipment: The Contractor shall furnish such suitable machinery, equipment and forces as may be necessary, in the opinion of the Contract Administrator, for the proper performance of the work. H. Temporary Suspension of Work: The Contract Administrator will have authority to suspend the work, wholly or in part, for such period as he/she may consider necessary. Written notice of work suspension and the reason therefore will be given the Contractor. The Contractor shall not suspend work without the prior written authority of the Contract Administrator. I. Abandonment of Work or Default of Contract: If the Contractor fails to begin the work within the time specified; or fails to perform the work with sufficient workmen and equipment; or has insufficient materials to insure the completion of the work within the work cycle; or perform the work unsuitably; or neglect or refuse to remove materials or perform a new such work as may have been rejected as being defective or unsuitable; or discontinue the prosecution of the work without authority; or become Corpus Christi Standard Specification for Construction July 2, 2015 General Specifications Page. 6 insolvent or be declared bankrupt; or commit any act of bankruptcy or insolvency; or make an unauthorized assignment for the benefit of any creditor; or from any other cause whatsoever shall not carry on the work in an acceptable manner, the Contract Administrator shall give notice in writing to the contractor of such delay, neglect or default, specifying the same. If contractor fails to cure within seven (7) calendar days from receipt of notice of default, the Contract Administrator may declare the contract void and enter into another agreement to satisfactorily complete the work for the remaining contract period. All costs incurred by the City as a result of arranging for satisfactory alternative completion of the work for the remaining contract period shall be deducted from any money the City owes contractor for past work performed. If City’s costs exceed the amount of money owed to contractor for past work under the contract, contractor shall be liable for and shall pay City the amount of such excess within thirty (30) days after receipt of City’s invoice for costs. J. Termination: When the contract is terminated, payment will be made for the actual work completed satisfactorily and accepted by the Contract Administrator at the contract bid price. No claims for losses of anticipated profits shall be considered. K. Personal Liability of Public Officials: In carrying out the provisions of the Contractor in exercising any power or authority granted thereunder, there shall be no liability upon the Contract Administrator or her/his authorized assistants, either personally or otherwise, as they are agents and representatives of the City. L. Assigning of Contract: The Contractor shall not assign, sell, transfer or otherwise dispose of the contract or any portion thereof, or his rights, title or interest therein without the prior written approval of the City. No subcontract will, in any case, relieve the Contractor of his responsibility under the contract. M. Prosecution of Work: Prior to beginning work, the Contract Administrator will arrange a conference between the Contractor’s representative and the Contact Administrator. In this meeting, the Contractor will briefly outline the proposed procedure for performing the work, the amount and type of equipment to be used, sequence of work to be followed, estimated progress schedule and give his plans for providing safe traffic controls at all times work is underway. N. Scope of Payment: The Contractor shall accept the compensation as full payment for: furnishing all materials, supplies, labor, tools and equipment and obtaining all permits, licenses and paying all fees and taxes, necessary to complete the work under this contract; for any loss or damage which may arise from the nature of work, from the action of the elements, or from any unforeseen difficulties which may be encountered during the prosecution of the work, for all risks of every description connected with the prosecution of the work; for all expenses and damages which might accrue to the contractor by reason of delay in the initiation and prosecution of the work for any cause whatsoever. O. Acceptance and Request for Payment: When the work provided in the contract is completed by the Contractor and all properties have been approved and accepted by the Contract Administrator, the Contractor shall invoice the City on a monthly basis. In accordance with current statutes, the City shall make payments to the Contractor within 30 days from the date the work has been satisfactorily completed and accepted by the Contract Administrator. P. Fiscal Year: All parties recognize that the continuation of any contract after the close of any fiscal year of the City, which fiscal year ends on September 31 annually, is subject to appropriations and budget approval providing for such contract item as an expenditure in said budget. The City does not represent that said budget item will be actually adopted, that determination is within the sole discretion of the City Council at the time of adoption of each budget. City of Corpus Christi Standard Revised August 14,2010 GENERAL NOTES ALL WORK WILL BE DONE IN ACCORDANCE WITH: The standards set by the City Traffic Engineer or Designee at the pre-construction meeting. In accordance with the Standards set forth in the "Texas Manual on Uniform Traffic Control Devices for Streets and Highways." The Traffic Engineer,or his Designee,will show on the plans the initial location of poles bases. The Contractor shall be responsible for the location of utilities prior to any excavating; and if changes are required,the Contractor is to get with the City Inspector,City Traffic Engineer,and/or Traffic Signal Superintendent to discuss relocating the facility. The Contractor shall be responsible for all barricading,safety precautions and removal of excess dirt and materials. Contractor shall contact the City Project Inspector,City Traffic Engineer,Traffic Signal Superintendent,for inspection of form,bolts and stub out layout 24 hours prior to intent of pour,and (2-hour minimum conformation)prior to pouring concrete.(Pouring bases without an inspection will result in contractor removing said base and installing a new one at contractor expense within one week).Exposed bolt threads and nuts shall be free of concrete and debris.The Traffic Signal Inspector prior to acceptance shall inspect finished base. Finished product should conform to current City of Corpus Christi Traffic Signals standards for cosmetics &quality in workmanship as stated in this document. Conditional Acceptance:Once construction of a traffic signal has been satisfactorily completed,and at the direction of the City Traffic Engineer and/or the Traffic Signal Superintendent,the traffic signal is turned on and the "burn-in"period begins.The Contractor must have the Vendor and/or Manufacturer Representative on hand for the turn on.The burn-in period will last at least 30 days.During the burn-in period the signal system is allowed to operate under normal operating conditions.Any malfunction occurring during this period will require a repair or replacement and if the malfunction is serious enough,the burn-in period must be restarted. Final Acceptance:After the burn-in period is completed,all punch list items have been corrected and the contractor has met all contract requirements (such as final clean up of work site),the signal will be accepted. General Notes Standards Page 1 City of Corpus Christi Standard Revised August 14,2010 General Notes Continued: Contractor shall guarantee materials and workmanship for a period of one year. City of Coipus Christi Traffic Signals Department reserves the right to bill contractor for materials and labor for repair and/or replacement of contract work due to faulty craftsmanship during warranty period. A minimum of two signal heads shall be maintained over traveled lanes when construction on live intersection requires traffic to move from normally traveled lanes. Signal head not over traveled lanes shall be bagged.The contractor will also be responsible for the adjustment of video detection cameras during this time. If contractor requests Signals Personnel during non-duty hours,(after business hours, weekends and holidays)contractor will be billed for any overtime of personnel. Minimum billing for overtime personnel and vehicles is 1 hours at standard overtime rates. Upon completion of work,the contractor shall submit an "As-built"or corrected plan showing,in detail,all construction changes including but not limited to,wiring,cable, poles,controller cabinet,detection systems and location of conduits.Red lined signed, stamped plans may be submitted as "as-built"plans. All traffic signal equipment that is removed shall remain the property of City of Corpus Christi.Such property is to be returned by the contractor to the City Traffic Signal Shop at 2525 Hygeia St.Contractor must contact the Signal Shop (361-826-1610)to make arrangements for delivery.All traffic signal equipment shall be returned in the same condition as removed.Poles will be stripped clean of all attached parts before delivery and all equipment will be labeled and inventoried. The contractor shall have full maintenance responsibility of the traffic signal from the time of Notice to Proceed to the initial acceptance and/or completion of removals in the case of rebuild of modifications. All new installations require all vehicle and pedestrian indications to be City of Corpus Christi approved LED's.All new three section signal heads mounted on mast arms shall have one piece back-plates. Contractors that damages Traffic Signal Systems will be billed for all materials used as well as double time for staff that are pulled off existing jobs to make the repairs. General Notes Standards Page 2 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 48 hours advance notice shall be provided to the Engineer (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 indicated otherwise in the Proposal,traffic signal adjustments will not be measured for pay, but shall be considered subsidiary to other work. 025803 Rev.11/5/99 Page 1 of 1 September 2013 City of Corpus Christi Standard Specifications for Construction Page 1 of 4 TRAFFIC SIGNAL CONTROLLER UNIT - 34 41 16.33 SECTION 34 41 16.33 TRAFFIC SIGNAL CONTROLLER UNIT PART 1 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 00 PROPOSAL FORM B. 01 33 00 DOCUMENT MANAGEMENT C. 34 41 13.00 TRAFFIC SIGNAL STANDARDS AND GENERAL REQUIREMENTS D. 03 21 11.13 REINFORCING STEEL E. 03 31 11.13 CONCRETE STRUCTURES 1.3 References The latest edition of the referenced item below shall be used. A. National Electrical Manufacturers Association (NEMA) B. National Electrical Manufacturers Association (NEMA) Traffic Controller Assemblies Standards C. City of Corpus Christi 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 PART 2 PRODUCTS 2.1 General A. Pre-Approved materials and equipment can be found within the City of Corpus Christi Product List – Traffic Department. 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. B. A TS-2-Type 1 Advanced Transportation Controller (ATC) as per NEMA Traffic Controller Assemblies Standards Publication TS-2 – 2003. 2.2 NEMA TS2 Fully Actuated ATC Controller A. The ATC shall conform to all applicable sub-sections of NEMA Traffic Controller Assemblies Standards Publication TS2-2003 Section 3 for a TS2 Type 2 Controller unit and work with current City of Corpus Christi Traffic Signal System. B. All cables, connectors and software needed to permit interfacing the ATC with a laptop computer, or modem shall be provided. C. The shelf mount shall be compact to fit in limited cabinet space. D. The shelf mount ATC shall be configurable for NEMA TS-1, TS-2 and TS-2 Type 1 Cabinets. E. 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 Material Producer List – Traffic Department: 2.3 Communication Protocols A. The ATC shall have the capability of supporting communications with traffic management systems using industry standard protocols with the installation of appropriate software. B. At minimum the ATC shall have optional software to support the following protocols: 1. NTCIP Level 2 as defined by Section 3.3.6 of NEMA TS-2-2003. NTCIP v02.06 capabilities shall include all NTCIP mandatory and optional objects. September 2013 City of Corpus Christi Standard Specifications for Construction Page 2 of 4 TRAFFIC SIGNAL CONTROLLER UNIT - 34 41 16.33 2. The controller shall provide access to all controller data via vendor specific objects. 3. These and all other objects supported by the ATC shall be defined in a standard MIB file. 2.4 Ethernet Communication A. The ATC shall have the capability of supporting Ethernet communications, using TCP/IP communication protocols. B. The ATC communication protocols shall utilize two integral Ethernet Switches providing four 10/100Mbit Ethernet front panel ports. C. Minimum of two USB 2.0 ports. 2.5 Communication Ports A. The ATC shall as a minimum have the following internal communications ports: 1. Port 1 a. SDLC for communication to other devices in the cabinet. 2. Port 2 a. Terminal port for communication with a computer for the purposes of uploading, downloading or upgrading the controller software. 3. Port 3 a. Systems communications port shall be provided to either communicate to an on -street master or a central computer system or upgrading the controller software or database. b. If applicable, the ATC shall also be furnished with a multi-mode fiber optic telemetry communication port for communication between itself and the on-street master controller and remotely to the Traffic Operations Center. 2.6 Documentation A. Each ATC controller shall be provided with the f ollowing documentation: one service manual per unit, which includes a theory of operation, operating instructions, and basic troubleshooting information. 2.7 Warranty and Support A. The ATC 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 component that fails in any manner due to 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. 2.8 Foundation A. General 1. The purpose of this specification is to describe a controller foundation for a NEMA type controller cabinet’s size 6 as per NEMA Standard Publication TS-2-2003 v2.06 Table 7-1 and Figure 7-2. 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. September 2013 City of Corpus Christi Standard Specifications for Construction Page 3 of 4 TRAFFIC SIGNAL CONTROLLER UNIT - 34 41 16.33 PART 3 EXECUTION 3.1 General Information A. Equipment 1. Provide the machinery, tools and equipment necessary for proper prosecution of the work. 2. All machinery, tools, and equipment used shall be maintained in a satisfactory and workmanlike manner. B. Construction 1. Controller Foundation a. Placement of anchor bolts shall be as shown on the Drawings and NEMA Standards Publication TS 2-2003 v02.06. b. Concrete slab and concrete block on which the cabinet will sit shall be poured as one monolithic unit. c. Concrete shall have a smooth finish free of brush marks and other mars. d. Cabinets may be set on foundation after they have set a minimum of seventy-two (72) hours. e. Cabinets scratched, dented or otherwise damaged prior to final acceptance shall be repaired to the Owner satisfaction at no cost to the Owner. f. Standard foundation shall consist of: (1) Two (2) four inch (4”) conduits for signal cable, (2) One (1) one and one-half inch (1 1/2”) conduit for electrical service, (3) One (1) three-quarter inch (3/4”) conduit for grounding conductor, (4) One (1) one and one-quarter inch (1 1/4”) for fiber optic cable. g. A 5/8 inch x 8-foot copper weld ground rod shall be installed in the pull box as shown in the detail. PART 4 MEASUREMENT AND PAYMENT 4.1 General A. Measurement and Payment for this item will be as indicated within Section 00 30 00 PROPOSAL FORM. 1. If this item is not indicated within Section 00 30 00 PROPOSAL 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. September 2013 City of Corpus Christi Standard Specifications for Construction Page 4 of 4 TRAFFIC SIGNAL CONTROLLER UNIT - 34 41 16.33 THIS PAGE INTENTIONALLY LEFT BLANK END OF SECTION January 2014 City of Corpus Christi Standard Specifications for Construction Page 1 of 9 TRAFFIC SIGNAL CABINET AND ASSEMBLIES – 34 41 16.23 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 00 PROPOSAL 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 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. PART 2 PRODUCTS 2.1 General A. Pre-Approved materials and equipment can be found within the City of Corpus Christi Product List – Traffic Department. 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. January 2014 City of Corpus Christi Standard Specifications for Construction Page 2 of 9 TRAFFIC SIGNAL CABINET AND ASSEMBLIES – 34 41 16.23 B. The intent of this specification is to describe minimum acceptable design and operational requirements for a TS-2 Type 1 cabinet assembly and shall conform to NEMA Traffic Controller Assemblies Standards Publication TS-2-2003 v02.06. C. Cabinet shall include the components listed below to form a completely functional 8 -phase traffic control cabinet (see specifications for individual component requirements). 1. One (1) Traffic Signal Controller Unit in accordance with Section 34 41 16.33 TRAFFIC CONTROLLER UNIT. 2. One (1) Type 16 EDI 16LEip Smart-Monitor Malfunction Management Unit (MMU) with Ethernet Port 3. One (1) Power Supply 4. Four (4) Bus Interface Units (BIUs) 5. Sixteen (16) Load Switches 6. Eight (8) Flash Transfer Relays 7. One (1) Solid State Flasher D. Acceptable cabinet manufacturers are listed within the City of Corpus Christi Material Producer List – Traffic Division. E. Compatibility Clause 1. This specification covers deviations and extensions above and beyond the standa rds 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 stainless steel. (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. 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. 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. January 2014 City of Corpus Christi Standard Specifications for Construction Page 3 of 9 TRAFFIC SIGNAL CABINET AND ASSEMBLIES – 34 41 16.23 4. This 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 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) 15 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, GFCI 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 to supply power for video detection equipment. (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 12 VAC 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 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. h. GFCI Outlet (1) One (1) GFCI outlet shall be installed in the cabinet for maintenance use to be mounted and easily available i. 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. January 2014 City of Corpus Christi Standard Specifications for Construction Page 4 of 9 TRAFFIC SIGNAL CABINET AND ASSEMBLIES – 34 41 16.23 d. When in the FLASH position, this switch shall provide an input to Alarm 3 (BIU #2, Pin 19b) and shall NOT remove power from the CU, MMU, or BIU’s. e. When this switch is placed in the AUTO position, it shall NOT initiate the CU start up sequence. 4. The STOP TIME switch shall have two (2) positions a. ON b. OFF c. This switch shall stop time the CU when in the 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. January 2014 City of Corpus Christi Standard Specifications for Construction Page 5 of 9 TRAFFIC SIGNAL CABINET AND ASSEMBLIES – 34 41 16.23 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 Back-Board 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: 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). 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”. Function Purpose Alarm 1 Cabinet Door Open Alarm 2 Lightning Suppression Fail Alarm 3 Technician Flash Alarm 4 UPS Status January 2014 City of Corpus Christi Standard Specifications for Construction Page 6 of 9 TRAFFIC SIGNAL CABINET AND ASSEMBLIES – 34 41 16.23 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. Acceptable Malfunction Management Unit (MMU) Types; 2. EDI Smart Monitor MMU 16LEip with Integral Ethernet port or exact approved equal. 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 Christi Material Producer List – Traffic Department B. All shall have Integral Ethernet Port and Data Key and Fiber Optic Ports or Fiber Optic Panels. 2.5 Ethernet Connectivity Interface A. The intent of this section is to address the minimum requirements for the addition of Cisco Ethernet Switch with network capabilities to be installed by the City. B. This interface will provide CAT-5 connections to equipment used in the cabinet as well as fiber connection from the cabinet to the rest of the City fiber network system. C. Shall be designed to operate in the harsh environment of a traffic signal cabinet. 1. Shall conform to the environmental requirements of TS2-2003 v02.06 Section 2. D. Shall be modular in design to provide maximum flexibility for configuration, and efficiency for inventory. E. Shall be designed and supplied with the ability to be managed remotely, using a browser based graphical interface. F. Shall be designed and supplied with intelligence so as to function as a network switch. G. Shall be designed to utilize Virtual LAN’s as an integral part of its’ minimum capabilities. H. Shall be available with a minimum of eight (8), and a maximum of twelve (12) CAT 5 connections using RJ-45 terminations. I. Shall be available with a minimum of two (2) single mode fiber connections using ST terminations. 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 shipment 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 January 2014 City of Corpus Christi Standard Specifications for Construction Page 7 of 9 TRAFFIC SIGNAL CABINET AND ASSEMBLIES – 34 41 16.23 4. Note: Malfunctions do not include damage caused by lighting, power surges, negligence, acts of God, or use of equipment in a manner not originally intended by its manufacturer 5. Shipping and Handling a. During warranty period shipping shall be handled as follows: (1) The City will pay for shipping the unit to the vendor and the vendor will pay for return shipping the repaired unit to the City/ PART 3 EXECUTION 3.1 General Information A. Compatibility Clause 1. This specification covers deviations and extensions above and beyond the standards incorporated. 2. The Terminal Facility, MMU, Cabinet Power Supply and BIU’s must be fully compatible with the specifications as listed above. 3. In the case of incompatibility or inconsistency between this specification and those incorporated, this specification shall be followed. B. Documentation 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 a minimum of twenty-four (24) months from date of shipment 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: January 2014 City of Corpus Christi Standard Specifications for Construction Page 8 of 9 TRAFFIC SIGNAL CABINET AND ASSEMBLIES – 34 41 16.23 (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 00 PROPOSAL FORM. 1. If this item is not indicated within Section 00 30 00 PROPOSAL 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. THIS PORTION INTENTIONALLY LEFT BLANK January 2014 City of Corpus Christi Standard Specifications for Construction Page 9 of 9 TRAFFIC SIGNAL CABINET AND ASSEMBLIES – 34 41 16.23 END OF SECTION Corpus Christi Standard Specification for Construction June 29, 2015 Item 416 Drill Shaft Page. 1 Item 416 Drilled Shaft Foundations 1 DESCRIPTION Construct foundations consisting of reinforced or non-reinforced concrete drilled shafts. 2. MATERIALS Use materials that meet the requirements of the following Items. ■ Item 421, "Hydraulic Cement Concrete," ■ Item 440, "Reinforcement for Concrete," and ■ Item 448, "Structural Field Welding." Use concrete for drilled shafts that meets the requirements of Table 1 unless otherwise shown on the plans. Use coarse aggregate Grade 4, 5, or 6 for drilled shaft concrete in reinforced drilled shafts. Grade 2 or 3 may be used if the shaft is dry and reinforcing steel has a 5 in. minimum clear spacing. Use a water-reducing, retarding admixture in accordance with DMS-4640, "Chemical Admixtures for Concrete," in all concrete when using casing that will be pulled or when placing shafts underwater or under slurry. Use concrete with slump that meets the requirements of Table 2 as determined by Tex-415-A. Table 2 ________________ _________________ Slump Requirements ____________ _______________________ Perform a slump loss test in accordance with Tex-430-A before beginning work when casing is to be pulled or concrete is to be placed underwater or under slurry. Provide concrete that will maintain a slump of at least 4 in. throughout the entire anticipated time of concrete placement. Time of concrete placement is described in Section 416.3.6., "Concrete," and Section 416.3.7., "Additional Requirements for Slurry Displacement or Underwater Concrete Placement Methods." Note the temperature of the concrete mix at the beginning of the slump loss test. Place the concrete if its temperature at the time of placement into the drilled shaft is no more than 10°F higher than the slump loss test temperature. Use ice or other concrete cooling ingredients to lower concrete temperature, or run additional slump loss tests at the higher temperatures. Slump loss testing will be waived if anticipated time of concrete placement is less than 90 minutes. Use mineral drilling slurry that meets the requirements of Table 3, as determined by Tex-130-E. Determine pH of slurry by Tex-128-E or pH paper strips. Table 1 Concrete for Drilled Shafts Drilled Shaft Type Concrete Non-reinforced Class A Reinforced Class C Slurry and underwater concrete placement Class SS Placement Type Minimum Acceptable Placement Slump, in. Recommended Design and Placement Slump, in. Maximum Acceptable Placement Slump, in. Dry 5-1/2 6-1/2 7-1/2 Underwater and 7 8 9 under slurry Corpus Christi Standard Specification for Construction June 29, 2015 Item 416 Drill Shaft Page. 2 Use mineral slurry consisting of processed bentonite or attapulgite clays mixed with clean fresh water. Do not use partially hydrolyzed polyacrylamide (PHPA) polymeric slurry or any blended mineral-polymer slurry. If approved, water may be used as the drilling fluid. In this case, all of the provisions of Table 3 must be met except that the maximum specific gravity is not to exceed 1.12. Sample slurry from the bottom of the hole, before placing concrete, and test it in accordance with Tex-130-E. Use a pump or air lift to remove slurry that does not meet the requirements of Table 3 while adding fresh clean slurry to the top of the hole to maintain the slurry level. Continue this operation until the slurry sampled from the bottom of the hole meets the requirements. 3. CONSTRUCTION Submit Drilled Shaft installation plan for review no later than one month before drilled shaft construction. Include the following in the plan: ■ Name and experience record of the drilled shaft superintendent who will be in charge of drilled shaft operations for this project. ■ List of proposed equipment to be used, including cranes, drills, augers, bailing buckets, final cleaning equipment, desanding equipment, slurry pumps, core sampling equipment, tremies or concrete pumps, casing, etc. ■ Details of overall construction operation sequence and the sequence of shaft construction in bents or groups. ■ Details of shaft excavation methods. ■ When the use of slurry is anticipated, details of the slurry mix design and its suitability for the subsurface conditions at the construction site, mixing and storage methods, maintenance methods and disposal procedures. ■ Details of methods to clean the shaft excavation. ■ Details of reinforcement placement, including support and centralization methods. ■ Details of concrete placement, including proposed operational procedures for free fall, tremie or pumping methods. ■ Details of casing installation and removal methods. The installation plan will be reviewed for conformance with the plans, specifications and special provisions. The Contractor will be notified within 14 days of receipt of the installation plan of any additional information required and/or changes necessary to meet the contract requirements. All procedural approvals given will be subject to trial in the field and will not relieve the Contractor of the responsibility to satisfactorily complete the work as detailed in the plans and specifications. Place the shaft to within the following tolerances: ■ Vertical plumbness—1 in. per 10 feet of depth. ■ Center of shaft located under column—1 in. of horizontal plan position. ■ Center of shaft located under footing—3 in. of horizontal plan position. Complete the embankment at bridge ends before installing drilled shafts that pass through the fill. Refer to Item 423, "Retaining Walls," for provisions for drilled shafts passing through the structural volume of retaining walls. Table 3 Mineral Slurry Requirements Before Introduction into the Excavation Sampled from the Bottom of the Excavation before Concreting Specific Gravity Sand Content pH Specific Gravity Viscosity (sec.) Sand Content < 1.10 < 1% 8-11 < 1.15 < 45 < 4% Corpus Christi Standard Specification for Construction June 29, 2015 Item 416 Drill Shaft Page. 3 3.1. Excavation. The plans indicate the expected depths and elevations for encountering satisfactory bearing material. Excavate as required for the shafts through all materials encountered to the dimensions and elevations shown on the plans or required by the site conditions. Removal of man-made obstructions not shown on the plans will be paid for in accordance with Article 9.7., "Payment for Extra Work and Force Account Method." Adjust the bottom of the shaft or alter the foundation if satisfactory founding material is not encountered at plan elevation, as approved to satisfactorily comply with design requirements. Blasting is not allowed for excavations. Stop drilling if caving conditions are encountered, and adopt a construction method that stabilizes the shaft walls. Do not excavate a shaft within 2 shaft diameters (clear) of an open shaft excavation, or one in which concrete has been placed in the preceding 24 hr. Dispose of material excavated from shafts and not incorporated into the finished project in accordance with the plans and with federal, state, and local laws. Provide suitable access, lighting, and equipment for proper inspection of the completed excavation and checking the dimensions and alignment of shafts excavation. 3.2. Core Holes. Take cores to determine the character of the supporting materials if directed. Use a method that will result in recovery of an intact sample adequate for judging the character of the founding material. Such cores should be at least 5 ft. deeper than the proposed founding grade or a depth equal to the diameter of the shaft, whichever is greater. Take these cores when the excavation is complete. 3.3. Casing. Use casing when necessary to prevent caving of the material, to exclude ground water, when slurry is used for hole stabilization, or when required as part of the Contractor's Safety Plan. Provide casing with an outside diameter not less than the specified diameter of the shaft. The portion of shaft below the casing may be as much as 2 in. smaller than the specified shaft diameter. No extra compensation will be made for concrete required to fill an oversized casing or oversized excavation. Use casing strong enough to withstand handling stresses and pressures of concrete and of the surrounding earth or water, and that is watertight, smooth, clean, and free of accumulations of hardened concrete. Use construction methods that result in a minimal amount of disturbed soil being trapped outside the casing. This does not apply to temporary undersized casings used to protect workers inside shafts or to drilled shafts designed for point bearing only. Leave casing in place only if authorized or shown on the plans. Extract casing only after placing the concrete to an appropriate level. Maintain sufficient concrete in the casing at all times to counteract soil and water pressure. Rotate or move the casing up or down a few inches if necessary before and during concrete placement to facilitate extraction of the casing. 3.4. Requirements for Slurry Displacement Method. When soil conditions warrant, use the slurry displacement method to construct drilled shafts unless otherwise shown on the plans. Use this method to support the sides of the excavation with processed mineral slurry that is then displaced by concrete to form a continuous concrete shaft. Install surface casing to a minimum of 10 ft. below existing ground before introducing slurry. Do not use casing other than surface casing. Do not use surface casing longer than 20 ft. without approval. Do not extract the surface casing until after placing the concrete. Pre-mix slurry in a reservoir with enough capacity to fill the excavation and for recovery of the slurry during concrete placement. Do not mix slurry in the shaft excavation or other hole. Allow adequate time for hydration of the slurry before introduction into the excavation. Maintain a head of slurry in the shaft excavation at or near ground level or higher, as necessary, to counteract ground water pressure during and after drilling. Corpus Christi Standard Specification for Construction June 29, 2015 Item 416 Drill Shaft Page. 4 Use an air lift or proper size cleanout bucket, just before placing reinforcing steel, to remove any material that may have fallen from the sides of the excavation or accumulated on the bottom after the completion of drilling. Use a cleanout bucket if material is too large to be picked up with an air lift. Re-process the hole with the auger as directed if concrete placement is not started within 4 hr. of the completion of the shaft excavation. Then clean the bottom with an air lift or cleanout bucket, and check the slurry at the bottom of the hole for compliance with the slurry requirements of Article 416.2., "Materials." Agitate the congealed slurry to liquefaction if the slurry forms a gel before concrete placement, and whenever directed. Recover and dispose of all slurry as approved, and in accordance with all federal, state, and local laws. Do not discharge slurry into or in close proximity to streams or other bodies of water. 3.5. Reinforcing Steel. Completely assemble the cage of reinforcing steel, and place it as a unit immediately before concrete placement. The cage consists of longitudinal bars and lateral reinforcement (spiral reinforcement, lateral ties, or horizontal bands). Connect individual segments with couplers or by lapping steel as approved if overhead obstacles prevent placement of the cage as a single unit. Extend the reinforcing steel cage as follows if the shaft is lengthened beyond plan length unless directed otherwise. ■ Extend the cage to the bottom for shafts supporting structures other than bridges. ■ Extend the cage to 25 ft. or to the bottom, whichever is shorter, for bridge shafts with plan lengths less than 25 ft. ■ Do not extend the cage for bridge shafts with plan lengths at least 25 ft. that are lengthened less than 33% of plan length. ■ Extend the cage as directed for bridge shafts with plan lengths at least 25 ft. that are lengthened more than 33% of plan length. If the cage does not reach the bottom of the shaft, it may be suspended, or a portion of the longitudinal steel may be extended to support the cage on the bottom of the shaft. Bars used to extend or support the cage may be lap spliced or welded by a qualified welder. Place the extension at the bottom of the shaft. Tie spiral reinforcement to the longitudinal bars at a spacing no more than 24 in., or as required for a stable cage. Ensure lateral reinforcement is not welded to longitudinal bars unless otherwise shown on the plans. Center the reinforcing steel cage in the excavation using approved "roller' type centering devices unless otherwise approved. Use concrete or plastic chairs to keep the reinforcing cage off of the bottom of the hole. Use centering devices starting at 1.5 ft. off from the bottom of the cage and spaced vertically at intervals not exceeding 10 ft. Use a minimum of 3 centering devices per level at a spacing not to exceed 30 in. Flat or crescent-shaped centralizers ("sleds") are not allowed. Support or hold down the cage to control vertical displacement during concrete placement or extraction of the casing. Use support that is concentric with the cage to prevent racking and distortion of the steel. Check the elevation of the top of the steel cage before and after concrete placement or after casing extraction when casing is used. Downward movement of the steel up to 6 in. per 20 feet of shaft length and upward movement of the steel up to 6 in. total are acceptable. Maintain the minimum length of steel required for lap with column steel. Use dowel bars if the proper lap length is provided both into the shaft and into the column. Locate and tie all dowel bars into the cage before placing concrete or insert dowel bars into fresh, workable concrete. Locate and tie anchor bolts when required before placement of concrete. Use templates or other devices to assure accurate placement of anchor bolts. Corpus Christi Standard Specification for Construction June 29, 2015 Item 416 Drill Shaft Page. 5 3.6. Concrete. Perform all work in accordance with Item 420, "Concrete Substructures." Provide concrete with maximum placement temperatures as specified in Table 4. Provide thermal analysis to show and temperature recording devices to verify maximum core temperature requirements are met as specified in Section 420.4.7.14., "Mass Placements," as directed. Form portions of drilled shaft that project above natural ground. Remove loose material and accumulated seep water from the bottom of the excavation before placing concrete. Place concrete using underwater placement methods if water cannot be removed. Place concrete as soon as possible after all excavation is complete and reinforcing steel is placed. Provide workable concrete that does not require vibrating or rodding. Vibrate formed portions of drilled shafts. Place concrete continuously for the entire length of the shaft. Limit free fall of concrete to 25 ft. for dry shafts of 24 in. or smaller diameter. Use a suitable tube or tremie to prevent segregation of materials. Use a tube or tremie in sections to provide proper discharge and permit raising as the placement progresses. For dry shafts over 24 in. diameter, concrete can be allowed to free fall an unlimited distance if it does not strike the reinforcing cage or sides of the hole during placement. Provide a hopper with a minimum 3-ft.long drop-tube at the top of the shaft to direct concrete vertically down the center of the shaft when free fall is used. Do not use a shovel or other means to simply deflect the concrete discharge from the truck. Maintain a sufficient head of concrete for cased shafts at all times above the bottom of the casing to overcome hydrostatic pressure. Extract casing at a slow, uniform rate with the pull in line with the axis of the shaft. Monitor the concrete level in the casing during extraction. Stop the extraction and add concrete to the casing as required to ensure a completely full hole upon casing removal. The elapsed time from the mixing of the first concrete placed into the cased portion of the shaft until the completion of extraction of the casing must not exceed the time for which the concrete maintains a slump of over 4 in. in accordance with Article 416.2., "Materials." Modify the concrete mix, the construction procedures, or both for subsequent shafts if the elapsed time is exceeded. Cure the top surface and treat any construction joint area in accordance with Item 420, "Concrete Substructures." 3.7. Additional Requirements for Slurry Displacement or Underwater Concrete Placement Methods. Place concrete on the same day the shaft is excavated and as soon as possible after all excavation is complete and reinforcing steel is placed. Use an air lift or cleanout bucket of the proper size to clean the bottom of the excavation before placing the reinforcing steel cage and concrete. Place concrete through a closed tremie or pump it to the bottom of the excavation. The minimum tremie diameter will be at least 6 times the maximum size of aggregate used in the concrete mix but not less than 10 in. Initially seal the tremie or pump line to positively separate the concrete from the slurry or water. Place concrete continuously from the beginning of placement until the shaft is completed. Keep the tremie full of concrete and well submerged in the previously placed concrete at all times if using a tremie. Raise the tremie as necessary to maintain the free flow of concrete and the stability of any casing used. Keep the discharge tube submerged in the previously placed concrete at all times if using a pump. Place additional concrete to ensure the removal of any contaminated concrete at the top of the shaft. Allow the top portion of concrete to flush completely from the hole at the completion of the pour until there is no evidence of slurry or water contamination. Do not attempt to remove this concrete with shovels, pumps, or other means. Level the top of shaft with hand tools as necessary. Use a sump or other approved method to channel displaced fluid and concrete away from the shaft excavation. Recover slurry and dispose of it as approved. Do not discharge displaced fluids into or near Table 4 Maximum Concrete Placing Temperature Shaft Mix Design Mix Design Size Options 1-5 Options 6-8 Diameter < 5 ft. 95°F 95°F 5 ft.< Diameter < 7 ft. 95°F 85°F 7 ft. < Diameter 85°F 75°F Corpus Christi Standard Specification for Construction June 29, 2015 Item 416 Drill Shaft Page. 6 streams or other bodies of water. Provide a collar or other means of capturing slurry and the top portion of concrete flushed from the shaft for pours over water. Remove the tube, reseal it at the bottom, penetrate with the tube into the concrete already placed by at least 5 ft., and recharge it before continuing if concrete placement is interrupted due to withdrawal of the submerged end of the tremie or pump discharge tube before completion. If this condition exists, notify the Engineer and note the elevation and circumstances related to the loss of seal on the drilled shaft log. The elapsed time from the mixing of the first concrete placed until the completion of concrete placement, including extraction of the casing, must not exceed the time for which the concrete maintains a slump of over 4 in. in accordance with Article 416.2., "Materials." Modify the concrete mix, the construction procedures, or both for subsequent shafts if the elapsed time is exceeded. 3.8. Test Load. Load test shafts, if required, in accordance with Item 405, "Foundation Load Test." 3.9. Trial Shaft. When required on the plans, construct trial shafts to the depth and diameter specified on the plans. Trial shafts include: drilling the hole, placement of the rebar cage (unless otherwise stated), and placement of the concrete. When trial shafts are required, delay start of production shafts until successful completion of trial shafts. 4 MEASUREMENT 4.1. Drilled Shaft. Drilled shaft foundations will be measured by the foot to the bottom of the shaft. 4.1.1. Interior Bents and Piers. Shafts will be measured from a point approximately 6 in. below the finished earthwork elevation at the center of each shaft, unless specific elevations or dimensions are indicated on the plans or unless otherwise directed to meet unusual conditions. The bent height shown on the plans is for estimating purposes only and does not control the top-of-shaft measurement. 4.1.2. Abutment Bents and Retaining Walls. Shafts will be measured from the bottom of footing or cap elevation. 4.1.3. Other Non-Bridge Structures. Shafts, including trial shafts, will be measured from the top of the shaft. 4.2. Core Hole. Core holes will be measured by each core hole drilled. 5 PAYMENT The unit prices bid for the various classifications of drilled shafts will be full compensation for excavation; furnishing, placing, and removing casing; furnishing, processing, and recovering slurry; furnishing, and placing reinforcing steel; pumping; furnishing and placing concrete, including additional concrete required to fill an oversize casing or oversize excavation; conducting slump loss tests; backfilling; disposing of cuttings and slurry; and materials, tools, equipment, labor, and incidentals. When the bottom of a drilled shaft is placed at an elevation below plan grade, no direct payment will be made for extra reinforcement placed to support the cage. The extra reinforcement will be considered subsidiary to the price bid per foot of shaft. No extra payment will be made for casings left in place. No payment will be made for "Drilled Shaft" until the concrete has been placed. 5.1. Drilled Shaft. The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement' will be paid for at the unit price bid for "Drilled Shaft," "Drilled Shaft (Non-reinforced)," "Drilled Shaft (Sign Mounts)," "Drilled Shaft (High Mast Pole)," "Drilled Shaft (Roadway Illumination Pole)," or "Drilled Shaft (Traffic Signal Pole)" of the specified diameter, subject to the limitations for overruns authorized by the Engineer given in Section 416.5.1.1., "Overrun." Corpus Christi Standard Specification for Construction June 29, 2015 Item 416 Drill Shaft Page. 7 5.1.1. Overrun. Payment for individual completed shaft lengths up to and including 5 ft. in excess of the maximum plan length shaft, as defined in Section 416.5.1.2., "Maximum Plan Length Shaft," will be made at the unit price bid per foot of the specified diameter. Payment for the portion of individual completed shaft length in excess of 5 ft. and up to and including 15 ft. more than the maximum plan length shaft, as defined in this Item, will be made at a unit price equal to 115% of the unit price bid per foot of the specified diameter. Payment for the portion of individual completed shaft length in excess of 15 ft. more than the maximum plan length shaft, as defined in Section 416.5.1.2., "Maximum Plan Length Shaft," will be made at a unit price equal to 125% of the unit price bid per foot of the specified diameter. 5.1.2. Maximum Plan Length Shaft. Payment described above is subject to the following provisions for extra depth drilling: ■ For bridge structures, the maximum plan length shaft is the maximum length shaft, regardless of diameter, for any drilled shaft on that specific bridge. ■ For retaining walls, the maximum plan length shaft is the maximum length shaft, regardless of diameter, for any drilled shaft on that specific retaining wall. ■ For overhead sign structures, the maximum plan length shaft is the maximum length shaft, regardless of diameter, for any overhead sign structures included in the Contract. ■ For high mast illumination poles, the maximum plan length shaft is the maximum length shaft, regardless of diameter, for any high mast illumination pole included in the Contract. ■ For roadway illumination poles, the maximum plan length shaft is the maximum length shaft, regardless of diameter, for any roadway illumination pole included in the Contract. ■ For traffic signal poles, the maximum plan length shaft is the maximum length shaft, regardless of diameter, for any traffic signal pole included in the Contract. 5.2. Core Hole. Core holes will be paid at $200 each. Corpus Christi Standard Specification for Construction June 29, 2015 Item 432 Riprap Page. 1 Item 432 Riprap 1 DESCRIPTION Furnish and place concrete, stone, cement-stabilized, or special riprap. 2. MATERIALS Furnish materials in accordance with the following Items. ■ Item 420, "Concrete Substructures" ■ Item 421, "Hydraulic Cement Concrete" ■ Item 431, "Pneumatically Placed Concrete" ■ Item 440, "Reinforcement for Concrete" ■ DMS-6200, "Filter Fabric" 2.1. Concrete Riprap. Use Class B Concrete unless otherwise shown on the plans. 2.2. Pneumatically Placed Concrete Riprap. Use Class II concrete that meets Item 431, "Pneumatically Placed Concrete," unless otherwise shown on the plans. 2.3. Stone Riprap. Use durable natural stone with a bulk specific gravity of at least 2.50 as determined by Tex-403-A unless otherwise shown on the plans. Provide stone that, when tested in accordance with Tex-411-A, has weight loss of no more than 18% after 5 cycles of magnesium sulfate solution. Perform a size verification test on the first 5,000 sq. yd. of finished riprap stone for all types of stone riprap at a location determined by the Engineer. Test the riprap stone in accordance with ASTM D5519. Additional tests may be required. Do not place additional riprap until the initial 5,000 sq. yd. of riprap has been approved. Provide grout or mortar in accordance with Item 421, "Hydraulic Cement Concrete," when specified. Provide grout with a consistency that will flow into and fill all voids. Provide filter fabric in accordance with DMS-6200, "Filter Fabric." Provide Type 2 filter fabric for protection stone riprap unless otherwise shown on the plans. Provide Type 2 filter fabric for Type R, F, or Common stone riprap when shown on the plans. 2.3.1. Type R. Use stones between 50 and 250 lb. with at least 50% of the stones heavier than 100 lb. 2.3.2. Type F. Use stones between 50 and 250 lb. with at least 40% of the stones heavier than 100 lb. Use stones with at least 1 broad flat surface. 2.3.3. Common. Use stones between 50 and 250 lb. Use stones that are at least 3 in. in their least dimension. Use stones that are at least twice as wide as they are thick. When shown on the plans or approved, material may consist of broken concrete removed under the Contract or from other approved sources. Cut exposed reinforcement flush with all surfaces before placement of each piece of broken concrete. 2.3.4. Protection. Use boulders or quarried rock that meets the gradation requirements of Table 1. Both the width and the thickness of each piece of riprap must be at least 1/3 of the length. When shown on the plans or as approved, material may consist of broken concrete removed under the Contract or from other approved sources. Cut exposed reinforcement flush with all surfaces before placement of each piece of broken concrete. Determine gradation of the finished, in-place, riprap stone under the direct supervision of the Engineer in accordance with ASTM D5519. Corpus Christi Standard Specification for Construction June 29, 2015 Item 432 Riprap Page. 2 Table 1 ______________ In-Place Protection Riprap Gradation Requirements ____________________ 2. Defined as that size such that 50% of the total riprap stone, by weight, is larger and 50% is smaller. 3. Defined as that size such that 92% of the total riprap stone, by weight, is larger and 8% is smaller. The Engineer may require in-place verification of the stone size. Determine the in-place size of the riprap stone by taking linear transects along the riprap and measuring the intermediate axis of the stone at select intervals. Place a tape measure along the riprap and determine the intermediate axis size of the stone at 2 ft. intervals. Measure a minimum of 100 stones, either in a single transect or in multiple transects, then follow ASTM D5519 Test Procedure Part B to determine the gradation. Table 2 is a guide for comparing the stone size in inches to the stone weight shown in Table 1. where: D = intermediate axis diameter in in.; W = weight of stone in lbs.; Gs = Specific Gravity of stone. Note—If the Specific Gravity of the stone is different than 2.5, then the above equation can be used to determine the appropriate size using the actual Specific Gravity. If required, provide bedding stone that, in-place, meets the gradation requirements shown in Table 3 or as otherwise shown on the plans. Determine the size distribution in Table 3 in accordance with ASTM D6913. Table 3 _______________ Protection Riprap Bedding Material Gradation Requirements ________________ 2.4. Cement-Stabilized Riprap. Provide aggregate that meets Item 247, "Flexible Base," for the type and grade shown on the plans. Use cement-stabilized riprap with 7% hydraulic cement by dry weight of the aggregate. 2.5. Special Riprap. Furnish materials for special riprap according to the plans. Size Maximum Size (lb.) 90% Size1 (lb.) 50% Size2 (lb.) 8% Size3 Minimum (lb.) 12 in. 200 80-180 30-75 3 15 in. 320 170-300 60-165 20 18 in. 530 290-475 105-220 22 21 in. 800 460-720 175-300 25 24 in. 1,000 550-850 200-325 30 30 in. 2,600 1,150-2,250 400-900 40 1. Defined as that size such that 10% of the total riprap stone, by weight, is larger and 90% is smaller. Table 2 Protection Riprap Stone Size1 Dmax D90 D50 D8 Size (in.) (in.) (in.) (in.) 12 in. 13.76 10.14-13.29 7.31-9.92 3.39 15 in. 16.10 13.04-15.75 9.21-12.91 6.39 18 in. 19.04 15.58-18.36 11.10-14.21 6.59 21 in. 21.85 18.17-21.09 13.16-15.75 6.88 24 in. 23.53 19.28-22.29 13.76-16.18 7.31 30 in. 32.36 24.65-30.84 17.34-22.72 8.05 1. Based on a Specific Gravity of 2.5 and using the following equation for the intermediate axis diameter D = {(12*W)/(Gs*62.4*0.85)}1/3 Sieve Size (Sq. Mesh) % by Weight Passing 3" 100 1-1/2" 50-80 3/4" 20-60 #4 0-15 #10 0-5 Corpus Christi Standard Specification for Construction June 29, 2015 Item 432 Riprap Page. 3 3. CONSTRUCTION Dress slopes and protected areas to the line and grade shown on the plans before the placement of riprap. Place riprap and toe walls according to details and dimensions shown on the plans or as directed. 3.1. Concrete Riprap. Reinforce concrete riprap with 6 x 6 - W2.9 x W2.9 welded wire fabric or with No. 3 or No. 4 reinforcing bars spaced at a maximum of 18 in. in each direction unless otherwise shown. Alternative styles of welded wire fabric that provide at least 0.058 sq. in. of steel per foot in both directions may be used if approved. A combination of welded wire fabric and reinforcing bars may be provided when both are permitted. Provide a minimum 6-in. lap at all splices. Provide horizontal cover of at least 1 in. and no more than 3 in. at the edge of the riprap. Place the first parallel bar no more than 6 in. from the edge of concrete. Use approved supports to hold the reinforcement approximately equidistant from the top and bottom surface of the slab. Adjust reinforcement during concrete placement to maintain correct position. Sprinkle or sprinkle and consolidate the subgrade before the concrete is placed as directed. All surfaces must be moist when concrete is placed. Compact and shape the concrete once it has been placed to conform to the dimensions shown on the plans. Finish the surface with a wood float after it has set sufficiently to avoid slumping to secure a smooth surface or broom finish as approved. Cure the riprap immediately after the finishing operation according to Item 420, "Concrete Substructures." 3.2. Stone Riprap. Provide the following types of stone riprap when shown on the plans: ■ Dry Riprap. Stone riprap with voids filled with only spalls or small stones. ■ Grouted Riprap. Type R, F, or Common stone riprap with voids grouted after all the stones are in place. ■ Mortared Riprap. Type F stone riprap laid and mortared as each stone is placed. Use spalls and small stones lighter than 25 lb. to fill open joints and voids in stone riprap, and place to a tight fit. Place mortar or grout only when the air temperature is above 35°F. Protect work from rapid drying for at least 3 days after placement. Place filter fabric with the length running up and down the slope unless otherwise approved. Ensure fabric has a minimum overlap of 2 ft. Secure fabric with nails or pins. Use nails at least 2 in. long with washers or U-shaped pins with legs at least 9 in. long. Space nails or pins at a maximum of 10 ft. in each direction and 5 ft. along the seams. Alternative anchorage and spacing may be used when approved. 3.2.1. Type R. Construct riprap as shown in Figure 1 on the Stone Riprap Standard and as shown on the plans. Place stones in a single layer with close joints so most of their weight is carried by the earth and not the adjacent stones. Place the upright axis of the stones at an angle of approximately 90° to the embankment slope. Place each course from the bottom of the embankment upward with the larger stones in the lower courses. Fill open joints between stones with spalls. Place stones to create a uniform finished top surface. Do not exceed a 6-in. variation between the tops of adjacent stones. Replace, embed deeper, or chip away stones that project more than the allowable amount above the finished surface. Prevent earth, sand, or foreign material from filling the spaces between the stones when the plans require Type R stone riprap to be grouted. Wet the stones thoroughly after they are in place, fill the spaces between the stones with grout, and pack. Sweep the surface of the riprap with a stiff broom after grouting. Corpus Christi Standard Specification for Construction June 29, 2015 Item 432 Riprap Page. 4 3.2.2. Type F. 3.2.2.1. Dry Placement. Construct riprap as shown in Figure 2 on the Stone Riprap Standard. Set the flat surface on a prepared horizontal earth bed, and overlap the underlying course to secure a lapped surface. Place the large stones first, roughly arranged in close contact. Fill the spaces between the large stones with suitably sized stones placed to leave the surface evenly stepped and conforming to the contour required. Place stone to drain water down the face of the slope. 3.2.2.2. Grouting. Construct riprap as shown in Figure 3 on the Stone Riprap Standard. Size, shape, and lay large flat-surfaced stones to produce an even surface with minimal voids. Place stones with the flat surface facing upward parallel to the slope. Place the largest stones near the base of the slope. Fill spaces between the larger stones with stones of suitable size, leaving the surface smooth, tight, and conforming to the contour required. Place the stones to create a plane surface with a variation no more than 6 in. in 10 ft. from true plane. Provide the same degree of accuracy for warped and curved surfaces. Prevent earth, sand, or foreign material from filling the spaces between the stones. Wet the stones thoroughly after they are in place, fill the spaces between them with grout, and pack. Sweep the surface with a stiff broom after grouting. 3.2.2.3. Mortaring. Construct riprap as shown in Figure 2 on the Stone Riprap Standard. Lap courses as described for dry placement. Wet the stones thoroughly before placing mortar. Bed the larger stones in fresh mortar as they are being place and shove adjacent stones into contact with one another. Spread excess mortar forced out during placement of the stones uniformly over them to fill all voids completely. Point up all joints roughly either with flush joints or shallow, smooth-raked joints as directed. 3.2.3. Common. Construct riprap as shown in Figure 4 on the Stone Riprap Standard. Place stones on a bed excavated for the base course. Bed the base course of stone well into the ground with the edges in contact. Bed and place each succeeding course in even contact with the preceding course. Use spalls and small stones to fill any open joints and voids in the riprap. Ensure the finished surface presents an even, tight surface, true to the line and grades of the typical sections. Prevent earth, sand, or foreign material from filling the spaces between the stones when the plans require grouting common stone riprap. Wet the stones thoroughly after they are in place; fill the spaces between them with grout; and pack. Sweep the surface with a stiff broom after grouting. 3.2.4. Protection. Construct riprap as shown in Figure 5 on the Stone Riprap Standard. Place riprap stone on the slopes within the limits shown on the plans. Place stone for riprap on the filter fabric to produce a reasonably well-graded mass of riprap with the minimum practicable percentage of voids. Construct the riprap to the lines and grades shown on the plans or staked in the field. A tolerance of +6 in. and -0 in. from the slope line and grades shown on the plans is allowed in the finished surface of the riprap. Place riprap to its full thickness in a single operation. Avoid displacing the filter fabric. Ensure the entire mass of stones in their final position is free from objectionable pockets of small stones and clusters of larger stones. Do not place riprap in layers, and do not place it by dumping it into chutes, dumping it from the top of the slope, pushing it from the top of the slope, or any method likely to cause segregation of the various sizes. Obtain the desired distribution of the various sizes of stones throughout the mass by selective loading of material at the quarry or other source or by other methods of placement that will produce the specified results. Rearrange individual stones by mechanical equipment or by hand if necessary to obtain a reasonably well-graded distribution of stone sizes. Use the bedding thickness shown and place stone for riprap on the bedding material to produce a reasonably well-graded mass of riprap with the minimum practicable percentage of voids if required on the plans. 3.3. Pneumatically Placed Concrete Riprap, Class II. Meet Item 431, "Pneumatically Placed Concrete." Provide reinforcement following the details on the plans and Item 440, "Reinforcement for Concrete." Support reinforcement with approved supports throughout placement of concrete. Give the surface a wood-float finish or a gun finish as directed. Cure the riprap with membrane-curing compound immediately after the finishing operation in accordance with Item 420, "Concrete Substructures." Corpus Christi Standard Specification for Construction June 29, 2015 Item 432 Riprap Page. 5 3.4. Cement-Stabilized Riprap. Follow the requirements of the plans and the provisions for concrete riprap except when reinforcement is not required. The Engineer will approve the design and mixing of the cement- stabilized riprap. 3.5. Special Riprap. Construct special riprap according to the plans. 4. MEASUREMENT This Item will be measured by the cubic yard of material complete in place. Volume will be computed on the basis of the measured area in place and the thickness and toe wall width shown on the plans. If required on the plans, the pay quantity of the bedding material for stone riprap for protection to be paid for will be measured by the cubic yard as computed from the measured area in place and the bedding thickness shown on the plans. 5. PAYMENT The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid for "Riprap" of the type, thickness, and void-filling technique (Dry, Grout, Mortar) specified, as applicable. This price is full compensation for furnishing, hauling, and placing riprap and for filter fabric, expansion joint material, concrete and reinforcing steel, grout and mortar, scales, test weights, equipment, labor, tools, and incidentals. Payment for excavation of toe wall trenches, for all necessary excavation below natural ground or bottom of excavated channel, and for shaping of slopes for riprap will be included in the unit price bid per cubic yard of riprap. When bedding is required for protection stone riprap, payment will be made at the unit price for "Bedding Material" of the thickness specified. This price is full compensation for furnishing, hauling, placing, and maintaining the bedding material until placement of the riprap cover is completed and accepted; excavation required for placement of bedding material; and equipment, scales, test weights, labor, tools, and incidentals. No payment will be made for excess thickness of bedding nor for material required to replace embankment material lost by rain wash, wind erosion, or otherwise. Corpus Christi Standard for Specification July 8, 2015 Item 476 Jacking, Boring, or Tunneling Pipe or Box Page. 1 Item 476 Jacking, Boring, or Tunneling Pipe or Box 1 DESCRIPTION Furnish and install pipe or box by jacking, boring, or tunneling. 2. MATERIALS Use the following types of pipe or box: ■ corrugated metal pipe meeting Item 460, "Corrugated Metal Pipe," of the size, type, design, and dimension shown on the plans; ■ reinforced concrete pipe meeting the special requirements for jacking, boring, or tunneling of Item 464, "Reinforced Concrete Pipe," of the size, strength, and dimension shown on the plans; ■ reinforced concrete box meeting Item 462, "Concrete Box Culverts and Drains," of the size and type shown on the plans; or ■ Other types specified by the plans. 3. CONSTRUCTION Excavate suitable shafts or trenches for conducting the jacking, boring, or tunneling operations and for placing end joints of the pipe or box if the grade at the jacking, boring, or tunneling end is below the ground surface. Maintain a 3:1 slope from edge of pavement on the shaft side of the road unless otherwise shown or directed. Provide a positive barrier when the shaft location is within the clear zone of the roadway. Protect excavations deeper than 5 ft. as specified in Item 402, "Trench Excavation Protection," or Item 403, "Temporary Special Shoring." Install pipe or box so there is no interference with the operation of street, highway, railroad, or other facility and no embankment or structure is weakened or damaged. Repair any pipe or box damaged in jacking, boring, or tunneling. Remove and replace any pipe or box damaged beyond repair at the Contractor's expense. Backfill shafts or trenches excavated to facilitate jacking, boring, or tunneling immediately after installation of pipe or box. 3.1. Jacking. Provide jacks suitable for forcing the pipe or box through the embankment. Use even pressure to all jacks during operation. Provide a suitable jacking head and suitable bracing between the jacks and the jacking head to apply uniform pressure around the ring of the pipe or circumference of the box. Use joint cushioning of plywood or other approved material. For plywood cushioning material, use 1/2-in. minimum thickness for pipe diameter 30 in. or less, and use 3/4-in. minimum thickness for pipe diameter greater than 30 in. Use 3/4-in. minimum thickness for all boxes. Use cushioning rings of single or multiple pieces. Provide a suitable jacking frame or backstop. Set the pipe or box to be jacked on guides that support the section of the pipe or box, and direct it on the proper line and grade. Place the entire jacking assembly in line with the direction and grade of the pipe or box. In general, excavate the embankment material just ahead of the pipe or box, remove the material through the pipe or box, and force the pipe or box through the embankment with jacks into the space bored or tunneled. Furnish a plan showing the proposed method of jacking for approval. Include the design for the jacking head, jacking support or backstop (thrust block), arrangement and position of jacks, and guides in the plan. Corpus Christi Standard for Specification July 8, 2015 Item 476 Jacking, Boring, or Tunneling Pipe or Box Page. 2 Ensure excavation for the underside of the pipe for at least 1/3 of the circumference of the pipe conforms to the contour and grade of the pipe. Ensure the excavation for the bottom slab of the box conforms to the grade of the box. Over-excavate, if desired, to provide no more than 2 in. of clearance for the upper portion and sides of the pipe or box. Taper this clearance to zero at the point where the excavation conforms to the contour of the pipe or box. Carry out jacking without interruption to prevent the pipe from becoming firmly set in the embankment. Monitor volume of soil excavated to avoid any appreciable over excavation. Pressure- grout any over excavation of more than 1 in. Pressure-grout between the carrier pipe and casing when shown on the plans. The distance the excavation extends beyond the end of the pipe or box must not exceed 2 ft. Decrease this distance as necessary to maintain stability of the material being excavated. Jack the pipe or box from the low or downstream end. The final position of the pipe or box must not vary from the line and grade shown on the plans by more than 1 in. in 10 ft. Variation must be regular and in one direction, and the final flow line must be in the direction shown on the plans. Use a shield or cutting edge of steel plate around the head end of the pipe or box extending a short distance beyond the end if desired. The minimum distance for parallel pipe or box jacking or tunneling is 3 ft. or 2 times the diameter of the pipe or width of box, whichever is greater, unless otherwise shown on the plans. 3.2. Boring or Tunneling. Bore from a shaft in an approved location provided for the boring equipment and workmen. Dispose of excavated material using an approved method. Use water or other appropriate drilling fluids in connection with the boring operation only as necessary to lubricate cuttings and pipe or box; do not use jetting. Use a gel-forming colloidal drilling fluid consisting of high-grade, carefully processed bentonite to consolidate cuttings of the bit in unconsolidated soil formations. Seal the walls of the bore hole and furnish lubrication for subsequent removal of cuttings and immediate installation of the pipe. Allowable variations from line and grade are specified in Section 476.3.1., "Jacking." Pressure-grout any over excavation of more than 1 in. 3.2.1. Larger Diameter Boring Methods. Use the pilot hole or auger method for drainage and large utility borings. Pressure-grout any over excavation of more than 1 in. Pressure-grout between the carrier pipe and casing when shown on the plans. 3.2.1.1. Pilot Hole Method. Bore a 2-in. pilot hole the entire length of the crossing, and check it for line and grade during the boring or tunneling operation on the opposite end of the bore from the work shaft. This pilot hole will serve as centerline for the larger diameter hole to be bored. 3.2.1.2. Auger Method. Use a steel encasement pipe of the appropriate diameter equipped with a cutter head to mechanically perform the excavation. Use augers of large enough diameter to convey the excavated material to the work shaft. 3.2.2. Electrical and Communication Conduit Boring. Limit over excavation to the dimensions shown in Table 1 for electrical and communication conduit borings. Increased boring diameters will be allowed for outer diameters of casing and couplings. Pressure-grouting will not be required for electrical and communication conduit borings. Corpus Christi Standard for Specification July 8, 2015 Item 476 Jacking, Boring, or Tunneling Pipe or Box Page. 3 3.3. Tunneling. Use an approved tunneling method where the characteristics of the soil, the size of the proposed pipe, or the use of monolithic pipe would make the use of tunneling more satisfactory than jacking or boring, or when shown on the plans. Ensure the lining of the tunnel is strong enough to support the overburden when tunneling is permitted. Submit the proposed liner method for approval. Approval does not relieve the Contractor of the responsibility for the adequacy of the liner method. Pressure-grout the space between the liner plate and the limits of excavation. Pressure-grout between the carrier pipe and liner plate when shown on the plans. 3.4. Joints. Make joints by field bolting or connecting bands, whichever is feasible if corrugated metal pipe is used. Make the joints in accordance with Item 464, "Reinforced Concrete Pipe," if reinforced concrete pipe is used. Make the joints in accordance with Item 462, "Concrete Box Culverts and Drains," if reinforced concrete box is used. 4. MEASUREMENT This Item will be measured by the foot between the ends of the pipe or box along the flow line. This is a plans quantity measurement Item. The quantity to be paid is the quantity shown in the proposal, unless modified by Article 9.2., "Plans Quantity Measurement." Additional measurements or calculations will be made if adjustments of quantities are required. 5. PAYMENT The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid for "Jacking, Boring, or Tunneling Pipe" of the type, size, and class specified; or "Jacking, Boring, or Tunneling Pipe" of the type, size, and design specified; or "Jacking or Tunneling Box Culvert" of the size specified. This price is full compensation for excavation, grouting, backfilling, and disposal of surplus material; furnishing pipe, box, and pipe liner materials required for tunnel operations; preparation, hauling, and installing of pipe, box, and pipe liner materials; and materials, tools, equipment, labor, and incidentals. Protection methods for open excavations deeper than 5 ft. will be measured and paid for as required under Item 402, "Trench Excavation Protection," or Item 403, "Temporary Special Shoring." Table 1 Allowable Bore Diameter for Electrical or Communication Conduit or Casing Single Conduit Bores Multiple Conduit Bores Conduit Size Maximum Allowable Conduit Size Maximum Allowable (in.) Bore (in.) (in.)1 Bore (in.) 2 4 4 6 3 6 5 8 4 6 6 10 6 10 7 12 8 12 1. The diameter of multiple conduits is the sum of the outside diameter of the 2 largest conduits for placement of up to 4 conduits in one bore. Submit boring diameters for the Engineer's approval when more than 4 conduits are to be placed in a bore. Corpus Christi Standard Specification for Construction July 13, 2015 Item 502 Barricades, Signs, and Traffic Handling Page. 1 Item 502 Barricades, Signs, and Traffic Handling 1 DESCRIPTION Provide, install, move, replace, maintain, clean, and remove all traffic control devices shown on the plans and as directed. 2. CONSTRUCTION Comply with the requirements of Article 7.2., "Safety". Implement the traffic control plan (TCP) shown on the plans. Install traffic control devices straight and plumb. Make changes to the TCP only as approved. Minor adjustments to meet field conditions are allowed. Submit Contractor-proposed TCP changes, signed and sealed by a licensed professional engineer, for approval. The Engineer may develop, sign, and seal Contractor-proposed changes. Changes must conform to guidelines established in the TMUTCD using approved products from the Department's Compliant Work Zone Traffic Control Device List. Maintain traffic control devices by taking corrective action when notified. Corrective actions include, but are not limited to, cleaning, replacing, straightening, covering, and removing devices. Maintain the devices such that they are properly positioned and spaced, legible, and have retroreflective characteristics that meet requirements day or night and in all weather conditions. The Engineer may authorize or direct in writing the removal or relocation of project limit advance warning signs. When project limit advance warning signs are removed before final acceptance, provide traffic control in accordance with the TMUTCD for minor operations as approved. Remove all traffic control devices upon completion of the work as shown on the plans or as directed. 3. MEASUREMENT Barricades, Signs, and Traffic Handling will be measured by the each location. 4. PAYMENT 4.1. Barricades, Signs, and Traffic Handling. The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid for "Barricades, Signs, and Traffic Handling." This price is full compensation for installation, maintenance, adjustments, replacements, removal, materials, equipment, labor, tools, and incidentals. City of Corpus Christi Standards & Specification August 2, 2010 600 Traffic Signal General Standards Page 1 ITEM 600 TRAFFIC SIGNAL STANDARDS & SPECIFICATIONS 600.1. DESCRIPTION: The purpose of this specification is to describe the necessary definitions, regulations, procedures, work zone control, and maintenance for traffic signal construction for the City of Corpus Christi and to provide a consistent set of guideline, practices and standards for use by designers, contractors and City of Corpus Christi Traffic Engineering Division. These specifications pertain to all phases of construction and modifications of new and/or existing traffic signals as shown on the project plans. 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 Contract. 600.2. DEFINITIONS: The words defined in the following section shall for the purpose of these specifications have the meanings ascribed to them pertaining to traffic signals. ASA: American Standards Association. ASTM: American Society of Testing Materials. AWS: American Welding Society. AWG: American Wire Gauge. 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. Traffic Engineer: City Traffic Engineer responsible for all operations on streets & local highways within the municipality. Construction Traffic Coordinator: The person in charge of construction barricading and barricade inspections. 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. Controller: That part of the controller assembly which performs the basic timing and logic functions for the operation of the traffic signal. AEP: American Electric Power. Detector: A device for indicating, the passage or presence of vehicles or pedestrians. FHWA: Federal Highway Administration. Flasher: A device used to open and close signal circuits at a repetitive rate. City of Corpus Christi Standards & Specification August 2, 2010 600 Traffic Signal General Standards Page 2 Flash Operation: This feature discontinues normal signal operation and causes a predetermined combination of flashing signal circuits. IMSA: International Municipal Signal Association. Inspector: The Inspector referred to is the person appointed by the City in responsible charge of inspection of the traffic signal elements of a project. On a privately funded project, this person may be an Engineer representing the owner under the guidance of the City Traffic Engineer. ITE: Institute of Transportation Engineers. Luminaire: 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. Manual Operation: The operation of a signal controller unit by means of a hand operated switch. Mounting Assembly: The framework and hardware required to mount the signal face(s) and pedestrian signal(s) to the pole. MUTCD: Manual on Uniform Traffic Control Devices. NEC: National Electrical Code. NESC: National Electrical Safety Code. NEMA: National Electrical Manufacturer's Association. Pedestrian Signal: A traffic control signal for the exclusive purpose of directing pedestrian traffic at signalized locations. Punch List: The list compiled by the City for the Contractor noting deficiencies needing attention prior to final acceptance of the traffic signal system. 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. TxDOT: Texas Department of Transportation. 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 plans. City of Corpus Christi Standards & Specification August 2, 2010 600 Traffic Signal General Standards Page 3 Signal Indication: The illumination of a signal section or other device, or of a combination of sections of other devices at the same time. Signal Section: A complete unit for providing a signal indication consisting of housing, lens, reflector, lamp receptacle, and lamp. TMUTCD: Texas Manual on Uniform Traffic Control Devices. Traffic Design Engineer: Person in charge of Traffic Design for the City of Corpus Christi. Traffic Signal Superintendent: Person in charge of the City Traffic Signals Maintenance & Operations Shop. Traffic Signal Timing Specialist: Person in charge of the traffic signal coordinated systems & traffic signal timings. UL: Underwriters Laboratories. Vehicle: Any motor vehicle normally licensed for roadway use. 600.3. GENERAL INFORMATION: Contractor hired for the modification or installation of traffic signals, within the jurisdiction of the City of Corpus Christi, shall meet the following requirements: A. Contractor shall provide documentation indicating actual installation and modification of traffic signals completed in the past year. 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. B. 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. Contractor is required to have one certified IMSA Level II Traffic Signals Technician 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. Contractor shall provide to the City a Copy of the individual’s certification prior to the start of work. C. 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 material, equipment and work specifications are understood. D. Finished product should conform to current Traffic Signal standards for Cosmetics as well as Quality in workmanship. City of Corpus Christi Standards & Specification August 2, 2010 600 Traffic Signal General Standards Page 4 600.4. REGULATIONS AND CODES: A. Electrical Equipment. 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. B. Standards. All materials and 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 plans, Traffic Signal Special Specifications, Special Provisions, and to any other codes, standards, or local ordinances which may apply. 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. 600.5. INSPECTION PROCEDURES: A. Notification. Prior to beginning any work on any City traffic signal facility, the Contractor shall notify the Traffic Engineering Division and Traffic Signals Operations Dept. one week in advance. Under no circumstances will the City accept work done without this prior contact being made. B. Inspection. The City Construction Inspector assigned to the project shall be responsible for coordination and inspection of all elements of the traffic signal system. The only persons authorized to modify that Inspector's directions is the City Traffic Engineer and/or his Designee. C. Acceptance. Final inspection on City projects as well as privately administered projects, for the purpose of generation of the Punch List, shall be conducted by the City Traffic Engineer, City Traffic Signal Operations Dept. the Contractor and City Construction Inspector. The Contractor shall notify the Traffic Design Engineer and the Traffic Signal Superintendent 48 hours in advance of a desire for final inspection. It will be the Contractor’s responsibility to have a bucket truck available at the Final Inspection for inspection of any overhead signal resources. 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. If the intersection is an existing it could begin its 30 day test period in normal operation described by the City Traffic Engineer. 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 30 days. If a major malfunction occurs within the 30-day test, the test must be restarted. City of Corpus Christi Standards & Specification August 2, 2010 600 Traffic Signal General Standards Page 5 E. Underground Traffic Signal Line Locating. When working in and around a signalized intersection the Contractor shall call the City Customer Call Center 361-826-CITY (2489) at least 48 hours in advance before of any digging, excavating and directional boring begins. Traffic Signals Operations is not on the “Call before Digging” list so you need to 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). 600.6. EQUIPMENT SUBMITTALS: A. Approval. 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. B. Material List. The Contractor shall submit two copies of a complete material list for approval which shall conform to these specifications. The list shall state all relevant information regarding materials and equipment to allow the City to procure exact replacements of any items supplied on the project. 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. 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. The materials from catalog cuts shall be clearly indicated by the Contractor. Any material designation used in the contract documents shall be so noted on the material list. If requested, the Contractor shall submit shop drawings for review and approval. C. Pre-Approved Materials. It is the City's intent to keep a “pre-approved” list of equipment for traffic signal projects. 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. This list is in no way to be construed as an endorsement of any brand or product. This list is available from the Traffic Engineer Dept, and use of the list does not relieve the Contractor from responsibility to comply with the specifications of a particular project. 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. 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. Such reference shall be sufficiently complete for the City to judge which item is being proposed. 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. D. Changes to Approved Materials. 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. Proposed changes to the approved materials submittal shall be City of Corpus Christi Standards & Specification August 2, 2010 600 Traffic Signal General Standards Page 6 submitted in writing. If requested, the Contractor shall submit samples of proposed materials for testing and evaluation by the City. E. Rejection of Material. The City reserves the right to reject an incomplete or unclear material list or submittal. Installation of equipment not corresponding to the submittal shall be grounds for rejection of the equipment and replacement with approved materials at no cost to the City, even if the non-approved material might otherwise have been approved had it been properly submitted. F. Submittals. Submittals shall be delivered to the Traffic Engineer Dept. as soon as possible after signing of the contract. Payments to the Contractor may be held if the submittal process is not completed in a timely fashion, considering no equipment can be installed without all submittals being approved. Submittals shall be provided for the following equipment: Pull Boxes & Lids Pedestrian Signals Traffic Signal Heads LED Lamps (Light Emitting Diodes) Backplates Battery Back-Up System (BBS) Signal Mountings Hardware Backplates Video Image Vehicle Detection Systems (VIVDS) Microwave Detection Radar Detection Malfunction Management Units (MMU) Buss Interface Unit (BIU) NEMA Load Switches NEMA Controller and Cabinet Wood Poles Span Wire Pedestrian Pushbuttons Wire and Cable Conduit and Fittings Service Pedestal AC Service Panel Surge Arrestors Breakers Steel Pole & Arm Sign Mounting Brackets Internally Lighted Street Name Sign (ILSN) City of Corpus Christi Standards & Specification August 2, 2010 600 Traffic Signal General Standards Page 7 600.7. BARRICADING: A. General. Barricading shall be provided by the Contractor as provided for in the plans and requested by the City Traffic Engineer, Traffic Design Engineer, Inspector. The Contractor shall supply his own barricades or employ a legitimate barricading company for this purpose, supplying the Inspector with the responsible party's 24-hour telephone number for emergencies. B. Contractor’s Responsibilities. It is the Contractor's responsibility to see that all traffic control devices are properly installed and maintained. All locations and distances shall be in conformance with the barricading details supplied by the Traffic Design Engineer, the Construction Traffic Coordinator and the Texas Manual on Uniform Traffic Control Devices. Any time 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 Texas MUTCD. 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. 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. C. Contractor Supplied Barricading. If the Contractor elects to do his own barricading, a traffic control plan is required 48 hours (excluding weekends) in advance for approval. D. Lane Closures. Any lane closures or total closures of streets or existing sidewalks must be approved in advance. A 72-hour notice is required on all lane closures and/or total closures. 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. E. Sidewalks. No sidewalks in the downtown area shall be closed unless authorized by the City Traffic Engineer. F. Materials for Temporary Traffic Control Devices. Reflectorized signs shall be constructed of retro-reflective sheeting and shall be maintained to meet the appearance, color and reflectivity requirements. Paints and coloration of signs shall be equal to the TxDOT standards. All traffic control devices shall conform to the Texas Manual on Uniform Traffic Control Devices for Streets and Highways. Contractors shall furnish copies of certifications from manufacturers of the lights that the warning lights meet the requirements of the ITE Standard for Flashing and Steady Burn Warning Lights, if requested. G. Temporary Signage for Traffic Signal Construction. Signs erected on portable supports normally mean signs which are used during the day to warn or guide traffic through and/or around the actual construction area, but at the end of the day such signs are either removed or City of Corpus Christi Standards & Specification August 2, 2010 600 Traffic Signal General Standards Page 8 turned away from the view of traffic. Portable supports shall be as shown in the detail. Signs required for nighttime usage should not normally be mounted on temporary supports, except when approved by the Inspector. Signs erected on fixed supports for use on construction projects normally mean signs that are to remain in place for both day and night usage to regulate, warn and guide traffic in advance of and within the limits of the project including the crossroad approaches. However, under certain conditions, such as where a sign may be required for a few days duration and then is no longer needed or where a sign is moved from location to location every few days or where it is not practical or desirable to provide a fixed mounting, such signs may be erected on a temporary support. Signs erected on temporary supports should be at a minimum height of 3 feet. Signs erected on fixed supports should be at a minimum height of 7 feet. All regulatory signs shall be erected at least 7 feet above the ground. Posts for fixed supports should be set in the ground without concrete footings. Where portable or temporary supports require the use of weights to keep the sign or barricade from turning over, the use of some type of sandbag is recommended. The use of pieces of concrete, rocks, iron, steel or other solid objects will not be permitted. Signing shown on the details is typical and may be adjusted to fit field conditions. No more than 2 signs shall be placed on a barricade. H. Visibility of Signals. The Contractor shall be responsible for maintaining appropriate visibility of new or existing signals. The contractor will be responsible for temporary signals or signal relocations necessary to meet the visibility requirements in the Texas MUTCD when traffic is detoured to another part of the roadway even if no other signal work is part of the Contract. 600.8. SIGNAL SHUTDOWNS: 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. 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. The Contractor shall plan ahead and consider this when planning his project strategy. It is suggested that the new poles be installed as soon as possible and possibly temporarily wired overhead to avoid this problem. Except in highly unusual circumstances, the City will require the Contractor to place the new signals in City of Corpus Christi Standards & Specification August 2, 2010 600 Traffic Signal General Standards Page 9 operation before the old signals are removed. If temporary signals cannot be avoided, the Contractor will be responsible for all temporary signals. 600.9. CITY SUPPLIED MATERIALS: 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 plans or approved by the Traffic Design Engineer. 600.10. UTILITY LOCATIONS: The locations of utilities shown on the plans are approximate. All involved utilities, tunnels, and storm drains may not be complete on the plans, 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. Damage to any utility or existing facilities (including detector loops not involved in the project) shall be repaired or replaced at the Contractor's expense. Existing loop detectors damaged or broken by the Contractor shall be replaced with either video detection equipment or Microwave/Radar detection by him at no expense to the City, unless other arrangements have been made in writing with the City. 600.11. MAINTENANCE DURING CONSTRUCTION: A. General. 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. The City shall have no maintenance or construction responsibilities during construction except for the timing in the controller cabinet itself. B. Detours. 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 Control Devices and to the directions of the City Traffic Engineer, Traffic Signal Superintendent and/or Inspector. A min of two signal heads shall be maintained over the traveled lanes when construction on live intersection requires traffic to move from normally traveled lanes. Signal head not over traveled lanes shall be bagged. C. Left Turns. 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. D. Damage to Signals by Contractor. 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. It will City of Corpus Christi Standards & Specification August 2, 2010 600 Traffic Signal General Standards Page 10 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. In the event that the Contractor is unable to accomplish the above, the City of Corpus Christi shall at it’s 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. Any and all cost incurred by the City of Corpus Christi to repair the damaged signal facilities shall be the responsibility of the General Contractor for the project. 600.12. CABLE SPLICING POLICY. 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. The signal cable run shall be complete straight run from the traffic controller cabinet to the traffic signal pole. The only exception is on span wire signal installations where individual feed cables enter the main cable from the signal heads. All cables for detection cameras shall be continuous without splice from the camera to the signal cabinet. All power feeds shall be continuous without splicing from the source to the service panel or meter and from meter to the controller cabinet. At no time shall any cable be permitted to be spliced in a pull box. 600.13. SIGNAL TURN-ON’S: A. City Approval. 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. The City Traffic Engineer or Designee shall make this determination. B. Manual Flash Mode. Unless otherwise shown on the plans, 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 7 days before the system is switched on to cycling mode. C. Placing Signals in Service. The Contractor shall ensure that service has been provided and that all wires are terminated in the cabinet. 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. The City Traffic Engineer shall coordinate with the Traffic Signal Maintenance Operations on turning the signals on to the flash mode through the Inspector. 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. 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! City of Corpus Christi Standards & Specification August 2, 2010 600 Traffic Signal General Standards Page 11 600.14. LOCATING OF FACILITIES: A. The Contractor shall locate poles, controllers, etc., as shown in plans. Slight less than three feet) 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, or otherwise not conform to the intent of the plans. Large deviations must be approved by the City Traffic Engineer and Traffic Design Engineer. The Contractor shall bear in mind that electrical plans are somewhat diagrammatic in nature when it comes to conduit routing and adjustments which may be necessary in the field. B. Ground Boxes: 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. No splices will be allowed in the ground boxes. If there is not enough slack in the existing cable, then all cable in the conduit will be replaced. Traffic signal cable shall be a continuous run from the controller cabinet to the traffic signal pole terminal strip. 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. If debris falls into the conduits it will be the Contractor responsible to remove it by using high air pressure and water. Traffic Signal Operations will inspect the work before pouring the concrete. 600.15. PRESERVATION OF SOD, SHRUBBERY AND TREES: The Contractor shall assume full responsibility for the preservation of all sod, shrubbery, and trees at the site during the installation. When it becomes necessary to remove any sod, shrubbery, or tree branches, the Contractor shall obtain permission from the owner. All sod and shrubbery that are removed shall be carefully preserved and replaced in their original position. Damaged sod or shrubbery shall be replaced by the Contractor at his expense. 600.16. REMOVAL AND REPLACEMENT OF CURBS AND WALKS: The Contractor shall secure permission from the City Inspector before cutting into any curbs and sidewalks. Sidewalk slabs that require conduit or other facilities to be placed in or beneath them shall be neatly saw cut at the closest expansion or cold joint and the entire slab removed and replaced. Saw cutting slots through slabs is considered unsightly and will not be tolerated. Exceptions to this may be approved by the Traffic Design Engineer only on conduit runs in excess of 50 feet that are not bored. After the work is complete, the Contractor shall restore facilities which have been removed to the equivalent of their original condition or better. City of Corpus Christi Standards & Specification August 2, 2010 600 Traffic Signal General Standards Page 12 600.17. PERMITS: The Contractor shall obtain all permits and inspections as required. Cost of these permits is the responsibility of the Contractor and is subsidiary to the various items in the project. 600.18. SALVAGED EQUIPMENT: A. Salvaged Equipment. Equipment not reused in the new signal system shall be removed by the Contractor. Salvaged poles, signals, cabinets and contents, signal wire, pedestrian signals, signs, and pedestrian buttons shall be transported and unloaded at the City Traffic Signal Maintenance Operations Shop. B. Notification. 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. The Contractor shall make a complete inventory listing of the items salvaged and present it upon delivery of the items. C. Damaged Equipment. All equipment damaged or destroyed by improper care, handling, or transport shall be replaced with new equipment. The Contractor shall remove from the jobsite and dispose of any non-salvaged items and old wire. 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. 600.19. CLEANUP: The Contractor shall leave the intersection area, right-of-way, and any work or storage areas in broom clean condition. Dirt areas shall be raked clean. No scraps or debris of any kind shall be left at the site. 600.20. WARRANTY: Unless otherwise noted on the plans 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 year from the date of acceptance. 600.21. AS-BUILT PLANS: The Contractor shall supply the City Traffic Engineer and Traffic Signal Operations Shop with redlined blueprints of any and all field changes and alterations for a file copy on all projects with traffic signals for the City. This set of As-Builts is in addition to and separate from any other As-Built requirements in that contract. 600.22. MEASUREMENT AND PAYMENT: Requirements of this Item shall not be measured or paid for directly and are considered subsidiary to the other governing items specified for the project. 600.23. BID ITEM: City of Corpus Christi Standards & Specification August 2, 2010 600 Traffic Signal General Standards Page 13 N/A Corpus Christi Standard Specification for Construction June 29, 2015 Item 610 Roadway Illumination Assemblies Page. 1 Item 610 Roadway Illumination Assemblies 1 DESCRIPTION ■ Installation. Furnish, fabricate, and install roadway illumination assemblies. ■ Relocation. Remove and relocate existing roadway illumination assemblies. ■ Removal. Remove existing roadway illumination assemblies. ■ Replace Luminaires (Light Fixtures). Remove and replace existing luminaires. 2. MATERIALS Provide new materials that comply with the details shown on the plans, the requirements of this Item, and the pertinent requirements of the following Items: ■ Item 416, "Drilled Shaft Foundations" ■ Item 421, "Hydraulic Cement Concrete" ■ Item 441, "Steel Structures" ■ Item 442, "Metal for Structures" ■ Item 445, "Galvanizing" ■ Item 449, "Anchor Bolts" ■ Item 616, "Performance Testing of Lighting Systems" ■ Item 618, "Conduit" ■ Item 620, "Electrical Conductors" Fabrication plants that produce roadway illumination poles, including luminaire arms, must be approved in accordance with DMS-7380, "Steel Non-Bridge Member Fabrication Plant Qualification." This includes fabricators of aluminum roadway illumination poles and luminaire arms. The Construction Division maintains a list of approved fabrication plants of roadway illumination poles. Furnish light fixtures from new materials that are in accordance with DMS-11010, "Roadway Illumination Light Fixtures." Provide prequalified light fixtures from the Department's MPL. When required by the Engineer, notify the Department in writing of selected materials from the MPL intended for use on each project. Do not provide shop drawings for complete assemblies that are fabricated in accordance with this Item and the details shown on the plans. Electronically submit shop drawings in accordance with Item 441, "Steel Structures," for optional multi-sided steel pole designs; optional aluminum pole designs; and non-standard designs, required when basic wind speeds or pole base mounting heights at the installation locations are in excess of those shown on the Roadway Illumination Pole (RIP) standard. Manufacturers may request that the Department add their submitted shop drawings and design calculations to a pre-approved list of optional and non-standard pole designs, maintained by the Traffic Operations Division. Hot-dip galvanize fabricated pole sections and associated parts in accordance with Item 445, "Galvanizing." Punch or drill holes in steel parts or members, when allowed, before galvanizing. Paint poles, when shown on the plans, in accordance with Item 441, "Steel Structures" for uncoated structures and in accordance with Item 445, "Galvanizing" for galvanized structures. Corpus Christi Standard Specification for Construction June 29, 2015 Item 610 Roadway Illumination Assemblies Page. 2 3. CONSTRUCTION Perform work in accordance with the details shown on the plans and the requirements of this Item. Permanently mark roadway illumination pole base plates, at a visible location when erected, with the fabrication plant's insignia or trademark. Sample fixtures for testing in accordance with Tex-1110-T. Use established industry and utility safety practices when installing, relocating, or removing poles or luminaires located near overhead or underground utilities. Consult with the appropriate utility company before beginning work. Prevent scarring or marring of the poles, luminaire arms, and luminaires. Replace damaged components. Repair damaged galvanizing in accordance with Section 445.3.5., "Repairs." Repair damaged painted areas of a roadway illumination assembly in accordance with Item 441, "Steel Structures" or Item 445, "Galvanizing." Stake, install, and align each roadway illumination assembly as shown on the plans. The Engineer may shift an assembly's location, if necessary, to secure a more desirable location or avoid conflict with utilities. Construct foundations for roadway illumination assemblies in accordance with Item 416, "Drilled Shaft Foundations," and the details shown on the plans. 3.1. Installation. Furnish and install roadway illumination assembly components in accordance with the details, dimensions, and requirements shown on the plans. Do not use screw-in type foundations. Install anchor bolts and coat anchor bolt threads in accordance with Item 449, "Anchor Bolts." Erect structures after foundation concrete has attained its design strength as required on the plans and Item 421, "Hydraulic Cement Concrete." Tighten anchor bolts for poles with shoe bases and concrete traffic barrier base poles in accordance with Item 449, "Anchor Bolts." Do not place grout between base plate and foundation. Test installed roadway illumination assemblies in accordance with Item 616, "Performance Testing of Lighting Systems." 3.2. Relocation. Relocate roadway illumination assembly components in accordance with the details, dimensions, and requirements shown on the plans. Do not use screw-in type foundations. Install existing structures on new foundations in accordance with Section 610.3.1., "Installation." Do not place grout between base plate and foundation. Test installed roadway illumination assemblies in accordance with Item 616, "Performance Testing of Lighting Systems." Disconnect and remove conductors from abandoned circuits. Remove abandoned conduit or ducts to a point 6 in. below final grade. Reconnect conduit and ducts to be reused. Replace damaged conduit and ducts. Replace conductors. Unless otherwise shown on the plans, remove abandoned concrete foundations and replace surfacing in accordance with Section 610.3.3., "Removal." Do not remove existing concrete bridge lighting brackets. Furnish and install new internal conductors, fused and unfused connectors, and lamps. Furnish and install new transformer bases that meet AASHTO and plan requirements when relocating transformer base poles. Destroy existing transformer bases to prevent reuse. Accept ownership of unsalvageable materials and dispose of in accordance with federal, state, and local regulations. 3.3. Removal. Remove roadway illumination assembly components in accordance with established industry and utility safety practices. Remove transformer bases from transformer base poles. Destroy removed transformer bases to prevent reuse. Remove luminaires and luminaire arms from the pole shaft. Stockpile pole shafts, luminaire arms, and assembly hardware at a location designated by the Department. Pole shafts, luminaire arms, and assembly hardware will remain Department property unless otherwise shown on the plans or as directed. Disconnect and remove conductors from abandoned circuits. Remove abandoned conduit and ducts to a Corpus Christi Standard Specification for Construction June 29, 2015 Item 610 Roadway Illumination Assemblies Page. 3 point 6 in. below final grade. Unless otherwise shown on the plans, remove abandoned concrete foundations, including steel, to a point 2 ft. below final grade. Backfill the hole with material that is equal in composition and density to the surrounding area. Replace surfacing material with similar material to an equivalent condition. Do not remove existing concrete bridge lighting brackets. Accept ownership of unsalvageable materials and dispose of in accordance with federal, state, and local regulations. 3.4. Replace Luminaires. Remove existing luminaires. Furnish and install luminaires in accordance with the details, dimensions, and requirements shown on the plans. Test installed luminaires in accordance with Item 616, "Performance Testing of Lighting Systems." MEASUREMENT This Item will be measured as each roadway illumination assembly installed, relocated, or removed; or by each luminaire replaced. 5. PAYMENT The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid for "Install Roadway Illumination Assemblies" of the types specified, "Relocate Roadway Illumination Assemblies" of the types specified, "Remove Roadway Illumination Assemblies" of the types specified, or "Replace Luminaires" of the types specified. The Department will pay for electrical energy consumed by the lighting system. New drilled shaft foundations will be paid for under Item 416, "Drilled Shaft Foundations." New concrete riprap placed around foundations will be paid for under Item 432, "Riprap." New conduit will be paid for under Item 618, "Conduit." New conductors, except the conductors internal to the pole, will be paid for under Item 620, "Electrical Conductors." New duct cable will be paid for under Item 622, "Duct Cable." New ground boxes will be paid for under Item 624, "Ground Boxes." New electrical services will be paid for under Item 628, "Electrical Services." 5.1. Installation. This price is full compensation for furnishing, installing, and testing luminaires; furnishing and installing lamps, luminaire arms, brackets, poles, anchor bolt assemblies, templates, internal conductors, and connections; conducting system performance testing; and materials, equipment, labor, tools, and incidentals. 5.2. Relocation. This price is full compensation for salvaging and relocating the existing conduit and duct; removing existing foundations, backfilling, and surface placement; removing, erecting, connecting, and testing illumination assemblies; removing existing conductors; furnishing and installing new anchor bolt assemblies, templates, transformer bases, lamps, connections, and conductors; replacing damaged components; disposing of unsalvageable materials; and materials, equipment, labor, tools, and incidentals. Removal. This price is full compensation for removing, salvaging, disassembling, and stockpiling illumination assemblies; salvaging and relocating existing conduit; removing existing foundations; backfilling and surface placement; splicing existing conductors; disposing of unsalvageable materials; and materials, equipment, labor, tools, and incidentals. 5.4. Replace Luminaires. This price is full compensation for removing, salvaging, disassembling, and stockpiling existing luminaires; furnishing and installing new luminaires, connections, and conductors internal to the pole; replacing damaged components; disposing of unsalvageable materials; and materials, equipment, labor, tools, and incidentals. Corpus Christi Standard Specification for Construction July 8, 2015 Item 613 High Mast Illumination Poles Page. 1 Item 613 High Mast Illumination Poles 1. DESCRIPTION Furnish and install high mast illumination poles. MATERIALS Provide new materials that comply with the details shown on the plans, the requirements of this Item, and the pertinent requirements of the following Items: Item 416, "Drilled Shaft Foundations" Item 421, "Hydraulic Cement Concrete" Item 432, "Riprap" Item 441, "Steel Structures" Item 442, "Metal for Structures" Item 445, "Galvanizing" Item 449, "Anchor Bolts" Item 618, "Conduit" Use alloy steel or medium strength mild steel anchor bolts that comply with Section 449.2.1., "Bolts and Nuts." 3. CONSTRUCTION Perform work in accordance with the details shown on the plans, and the requirements of this Item. Provide components that fit together properly. Use established industry and utility safety practices when installing high mast poles located near overhead or underground utilities. Consult with the appropriate utility company before beginning work. 3.1. Standard Design. Fabricate poles in accordance with this Item and the plans. Alternate designs are not permitted. 3.2. Shop Drawings. Do not submit shop drawings for high mast illumination poles fabricated in accordance with this Item and the plans. 3.3. Fabrication. Fabricate and weld in accordance with Item 441, "Steel Structures," AWS D1.1, Structural Welding Code—Steel, and the requirements of this Item. Match-mark pole shaft sections as shown on the plans. Fabrication plants that produce high mast illumination poles must be approved in accordance with DMS- 7380, "Steel Non-Bridge Member Fabrication Plant Qualification." The Construction Division maintains a list of approved high mast illumination pole fabrication plants. Provide circumferential welds only at the top attachment and base plates. Grind or smooth the longitudinal seam welds to the same radius as contacted shaft corners for the length of the lap plus at least 6 in. at each slip joint splice. Ensure acceptable seam weld profiles for the remainder of the pole exterior. Provide full- penetration longitudinal seam welds for a length of 1.5 diameters plus at least 6 in. in outer sections at splices and base plates. Provide 85% minimum penetration in longitudinal seam welds at other pole sections. 2. Corpus Christi Standard Specification for Construction July 8, 2015 Item 613 High Mast Illumination Poles Page. 2 Provide longitudinal seam weld and fit-up that will minimize acid entrapment during later galvanizing. Use at most 2 longitudinal seam welds in each section. Permanently mark each pole base plate with the insignia or trademark of the fabrication plant. Place the mark on the pole base plate adjacent to the handhole access compartment. Hot-dip galvanize fabricated pole sections and associated parts in accordance with Item 445, "Galvanizing." Punch or drill holes in steel parts or members, when allowed, before galvanizing. Fabrication tolerances are given in Table 1. Provide ultrasonic testing (UT) of the shaft to base plate weld joint with a procedure approved by the Department. Perform UT at this joint after galvanizing. Table 1 Fabrication Tolerances Installation. Stake and install high mast illumination poles as shown on the plans. The Engineer may shift the assembly locations, within design guidelines, where necessary to secure a more desirable location or to avoid conflict with utilities. Use established industry and utility safety practices when installing poles located near overhead or underground utilities. Consult with the appropriate utility before beginning work. Prevent scarring or marring of the poles. Repair galvanized surfaces damaged in assembly, transit, or installation; or for steel parts or members welded after galvanizing in accordance with Section 445.3.5., "Repairs." Provide riprap around pole foundations in accordance with Item 432, "Riprap," and the details shown on the plans. Part Dimension Tolerance (in.) Pole shaft Lenqth (unassembled sections) ±1 Shaft Thickness1 +0.12, -0.02 I.D. of outside slip fitting +1/8, -1/16 O.D. of inside slip fitting +1/32, -1/8 Difference between flats or diameter ±1/4 Straightness 1/8 in 10 ft. Attachment locations ±1 Assembled pole shaft Perpendicular to base plate 1/8 in 24 in. Shaft centered on base plate ±1/4 Twist in shaft2 4°in 100 ft. Position of winch channel ±1/4 Base plate Overall ±1/4 Thickness +1/4, -1/16 Deviations from flat 3/16 in 24 in. Spacing between holes ±3/16 Bolt hole size ±1/16 Anchor bolt templates Outside diameter ±1/8 Inside diameter +1/4 Thickness +1/4, -1/32 Spacing between holes ±1/16 Bolt hole size ±1/16 Anchor bolts Length ±1/2 Threaded Length ±1/2 Galvanized Length -1/4 Misc. Bolt hole spacing ±1/16 1. Adjust pole diameter if shaft thickness exceeds nominal thickness by 0.02 in. or more. Change the splice length for this adjustment. 2. The Department may accept an excessive twist for individual pole sections, provided the top of pole is within twist tolerance for assembled sections. Corpus Christi Standard Specification for Construction July 8, 2015 Item 613 High Mast Illumination Poles Page. 3 3.4.1. Foundations. Construct foundations for high mast illumination poles in accordance with Item 416, "Drilled Shaft Foundations," and the details shown on the plans. Before placing concrete for the drilled shaft foundation, inspect anchor bolts to verify proper projecting length of bolts, bolt pattern, orientation of pattern, bolt alignment, and bolt galvanizing are as shown on the plans. Orient anchor bolts to provide 2 bolts on the reference line as shown on the plans. Ensure the anchor bolts are electrically bonded to the reinforcing steel as shown on the plans. Ensure anchor bolts and templates are rigidly held in position during concrete placement. Positioning devices may be tack welded to steel template, but not to any portion of the anchor bolts. Hold conduit in place with a bar attached to the upper template and cap conduit before placing concrete. Ream conduit to remove burrs and sharp edges after placing concrete. Install bell ends or bushings on the conduit. 3.4.2. Pole Assembly. Assemble poles on blocking using a minimum of 2 hydraulic rams at the splices. Support the free end of the section being assembled with hoist equipment. Apply assembly force using hydraulic rams with sufficient capacity to properly draw the sections together with little or no remaining gaps. Mark poles with permanent ink to indicate designed lap length. Ensure splices are a minimum of 90% or a maximum of 110% of the planned lap. Mark the 90% and 110% locations before assembling the pole. Obtain written approval from the Department for splices that do not meet lap tolerances before erecting the pole. 3.4.3. Pole Installation. Install structures after foundation concrete has attained its design strength as required on the plans and Item 421, "Hydraulic Cement Concrete." Coat anchor bolt threads and tighten anchor bolts in accordance with Item 449, "Anchor Bolts." Erect and align the poles within 12 in. of vertical. Use enough temporary slings, chains, or wire rope to prevent unintentional separation of the pole sections. Orient poles so a worker can see into the access hole while facing oncoming traffic. After the high mast pole has been plumbed and all nuts are tight, tack-weld each anchor bolt nut to its washer in 2 places and tack-weld each washer to the base plate in 2 places. Tack weld in accordance with Item 441, "Steel Structures," the AWS D1.1, Structural Welding Code—Steel, and the requirements of this Item. Never weld components to the bolt. Repair galvanizing damage on bolts, nuts, and washers in accordance with Section 445.3.5., "Repairs," after tack welding. Do not grout between the base plate and foundation. 4. MEASUREMENT This Item will be measured as each high mast illumination pole installed. 5. PAYMENT The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid for "High Mast Illumination Poles" of the wind design and height specified. This price is full compensation for furnishing, fabricating, galvanizing, assembling and installing the pole on a foundation; anchor bolts, nuts, washers, and templates; conduit, ground rods, and wiring; and materials, equipment, labor, tools, and incidentals. New drilled shaft foundations will be paid for under Item 416, "Drilled Shaft Foundations." New riprap will be paid for under Item 432, "Riprap." New high mast illumination assemblies will be paid for under Item 614, "High Mast Illumination Assemblies." New ground boxes will be paid for under Item 624, "Ground Boxes." New electrical services will be paid for under Item 628, "Electrical Services." Corpus Christi Standard Specification July 8, 2015 Item 614 High Mast Illumination Assemblies Page. 1 Item 614 High Mast Illumination Assemblies 1 DESCRIPTION Furnish and install high mast illumination assemblies. 2. MATERIALS Provide new materials that comply with the details shown on the plans, the requirements of this Item, and the pertinent requirements of the following Items: ■ Item 441, "Steel Structures" ■ Item 442, "Metal for Structures" ■ Item 445, "Galvanizing" ■ Item 616, "Performance Testing of Lighting Systems" ■ Item 620, "Electrical Conductors" Fabrication plants that produce high mast rings and support assemblies must be approved in accordance with DMS-7380, "Steel Non-Bridge Member Fabrication Plant Qualification." The Department maintains an MPL of approved high mast ring and support assembly fabrication plants. Furnish light fixtures from new materials that are in accordance with DMS-11020, "High Mast Light Fixtures." Furnish other high mast components from new material that are in accordance with DMS-11021, "High Mast Illumination Assembly Kits." Provide prequalified high mast illumination assembly kits and light fixtures from the Department's MPL. When required by the Engineer, notify the Department in writing of selected materials from the MPL intended for use on each project. Do not provide shop drawings for high mast ring and support assemblies fabricated in accordance with this Item and the details on the plans. For proposed deviations that do not affect the basic structural behavior of the high mast ring and support assembly, electronically submit shop drawings in accordance with Item 441, "Steel Structures." The submission of shop drawings is only required the first time each proposed non- structural deviation is used. Structural deviations from the approved drawings are not permitted. 3. CONSTRUCTION Perform work in accordance with the details shown on the plans and the requirements of this Item. Permanently mark each high mast ring and support assembly with the insignia or trademark of the fabrication plant. Place the mark at an approved location. Galvanize the ring assemblies, assemble the ring halves in the shop to ensure proper fit, and match-mark the ring halves before shipping. Prevent scarring or marring of the ring assemblies. Replace damaged components. Repair damaged galvanized areas of the ring assembly in accordance with Section 445.3.5., "Repairs." Before installation, sample and test fixtures in accordance with Tex-1110-T. Test installed fixtures in accordance with Item 616, "Performance Testing of Lighting Systems." Corpus Christi Standard Specification July 8, 2015 Item 614 High Mast Illumination Assemblies Page. 2 4. MEASUREMENT This Item will be measured as each high mast illumination assembly installed. 5. PAYMENT The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid for "High Mast Illumination Assemblies" of the types specified. This price is full compensation for furnishing, installing and testing light fixtures, ballasts, lamps, wire rope, rings and ring support assemblies; aiming light fixtures; furnishing and installing obstruction lights, hoisting assemblies, power drive assemblies, transformers, conductors on the load side of the high mast pole's disconnect, electrical equipment, electrical cord, junction boxes and enclosures; conducting system performance testing; and materials, equipment, labor, tools, and incidentals. New poles for high mast illumination assemblies will be paid for under Item 613, "High Mast Illumination Poles." New electrical services will be paid for under Item 628, "Electrical Services." The Department will pay for electrical energy consumed by the lighting system. City of Corpus Christi Standard Specification for Construction July 29, 2010 Item 618 Conduit Page 1 ITEM 618 CONDUIT 618.1. DESCRIPTION: Furnish and place conduit. 618.2. MATERIALS: Provide new materials that comply with the details on the plans, the requirements of this Item, and the pertinent requirements of Item 622, “Duct Cable.” When Specified on the plans, provide: a. Rigid metal (RM) conduit that is hot dipped galvanized inside and outside with a minimum of 1.5 oz per square foot of a zinc coating in accordance with the Texas Department of Transportation (TxDOT) Standard Specification Item 445, “Galvanizing.” b. Electrical metallic tubing (EMT) and intermediate metal conduit (IMC) that is steel, galvanized on the outside, and protected on the inside with a suitable corrosion-resistant material. c. Polyvinyl chloride (PVC) conduit that meets the requirement of NEMA Standard TC-2, UL 651, and the NEC. d. High-Density Polyethylene (HDPE) conduit without factory installed e. Flexible conduit that is liquid tight. Furnish conduit from new materials that comply with TxDOT DMS-11030, “Conduit.” Unless otherwise shown on the plans, fabricate fittings such as junction boxes and expansion joints from a material similar to the connecting conduit. Use watertight fittings. Do not use set screw and pressure cast fitting. Steel compression fittings are permissible. When using HDPE conduit, provide fitting that are UL listed as electrical conduit connectors or thermally fused using a electrically heated wound wire resistance welding method. Use Red 3-inch 4-mil polyethylene underground warning tape that continuously states “Caution Buried Electrical Line Below.” 618.3. Equipment: 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. 618.4. Construction: Place conduit in accordance with the lines, grades, details and dimensions shown on the plans or as directed. Install conduit a minimum of 18 inches deep underground unless otherwise shown on the plans. a. Meet the requirements of the NEC when installing conduit. Secure and support conduit placed for concrete encasement in such a manner that the alignment will not be disturbed during placement of the concrete. Cap ends of conduit and close box openings before concrete is placed. City of Corpus Christi Standard Specification for Construction July 29, 2010 Item 618 Conduit Page 2 b. Ream conduit to remove burrs and sharp edges. Use a standard conduit cutting die with a 3/4-inch taper per foot when conduit is threaded in the field. Fasten conduit placed on structures with conduit straps or hangers as shown on the plans or a directed. Fasten conduit within 3-ft. of each box or fitting and at other locations shown on the plans or as directed. Use metal conduit clamps that are galvanized malleable or stainless steel unless otherwise shown on the plans. Use 2-Hole type clamps for 2-inch diameter or larger conduit. c. Fit PVC and HDPE conduit terminations with bushings or bell ends. Fit metal conduit terminations with a grounding type bushing, except conduit used for duct cable casing that does not terminate in a ground box and is not exposed at any point. Conduit terminating in threaded bossed fittings does not need a bushing. Prior to installation of conductors or final acceptance, pull a spherical template having a diameter of at least 75% of the inside diameter of the conduit through the conduit to ensure that the conduit is free from obstruction. Cap or plug empty conduit placed for future use. d. Perform trench excavation and backfilling as shown on the plans or as directed and in accordance with “Item 400, Excavation, Trenching and Backfilling.” Excavation and backfilling will be subsidiary to the installation of the conduit. e. Jack and bore as shown on the plans or as directed, and in accordance with “Item 406, Jacking, Boring, or Tunneling.” f. Place warning tape approximately 10-inch. Above trenched conduit. Where existing surfacing is removed for placing conduit, repair by backfilling with material equal in composition and density to the surrounding areas and by removed surfacing, such as asphalt pavement or concrete rip rap, with like material to equivalent condition. Mark conduit location as directed. 618.5. Measurement: Conduit will be measured by the foot of conduit. a. This a plans quantity measurement Item. The quantity to be paid is the quantity shown in the proposal, unless modified by Change Order. Additional measurement or calculations will be made if adjustments of quantities are required. b. Boring through soil or rock will be measured in accordance with “Item 406 Jacking, Boring or Tunneling.” 618.6. Payment: The work performed and materials furnished in accordance with this Item and measured as provided under “Measurement” will be paid for at the unit price bid for City of Corpus Christi Standard Specification for Construction July 29, 2010 Item 618 Conduit Page 3 “Conduit” of the type and size specified and the installation method specified as applicable. This price is full compensation for furnishing and installing conduit; hanging, strapping, jacking, boring, tunneling, excavation, and furnishing and placing backfill; replacing pavement structure, sod, rip-rap, curbs, or other surface; marking location of conduit (when required); furnishing and installing fittings, junction boxes and expansion joints; and equipment, labor, tools and incidentals. Flexible conduit will not be paid for directly but will be subsidiary to pertinent Items. Unless otherwise shown on the plans, no payment will be allowed under this Item for conduit used on electrical services or in foundation. 618.7. Bid Item: Item 618.1 Conduit (2-inch/PVC schedule 40) per foot Item 618.2 Conduit (3-inch/PVC schedule 40) per foot Item 618.3 Conduit (4-inch/PVC schedule 40) per foot Item 618.4 Conduit (2-inch/PVC schedule 40) (Bore) per foot Item 618.5 Conduit (3-inch/PVC schedule 40) (Bore) per foot Item 618.6 Conduit (4-inch/PVC schedule 40) (Bore) per foot Item 618.7 Conduit (2-inch/PVC schedule 40) (Bore Rock) per foot Item 618.8 Conduit (3-inch/PVC schedule 40) (Bore Rock) per foot Item 618.9 Conduit (4-inch/PVC schedule 40) (Bore Rock) per foot City of Corpus Christi Standard Specification for Construction July 29, 2010 Item 620 Electrical Conductors Page 1 Item 620 Electrical Conductors 620.1. Description: Furnish and place electrical conductors, except conductors specifically covered by other Items. 620.2. Materials: Provide new materials that comply with the details on the plans and the requirements of this Item. Use solid 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. a. Electrical Conductors. Furnish electrical conductors in accordance with Texas Department of Transportation DMS-11040, “Electrical Conductors.” b. Suppliers. Provide electrical conductors from manufacturers pre-qualified by the Texas Department of Transportation (TxDOT). The TxDOT Traffic Operations Division maintains a list of pre-qualified electrical conductor manufacturers. c. Grounding Conductors. 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. d. Wire Colors. 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. Do not use white insulation or marking for any other conductor except control wiring specifically shown on the plans. 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. Do not use green insulation or marking for any other conductor except control wiring specifically shown on the plans. 620.3. Equipment: 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. 620.5. Measurement: The Item will be measured by the foot of each single conductor. This is a plans quantity measurement Item. The quantity to be paid is the quantity shown in the proposal, unless modified by Change Order. Additional measurements or calculations will be made if adjustments of quantities are required. City of Corpus Christi Standard Specification for Construction July 29, 2010 Item 620 Electrical Conductors Page 2 620.6. Payment: The work performed and materials furnished in accordance with this Item and measured as provided under “Measurement” will be paid for at the unit price bid for “Electrical Conductors” of the type and size specified. This price full compensation for furnishing, installing and testing electrical conductors and for equipment, labor, tools and incidentals, except that: a. Conductors used in connecting the components of electrical services will be paid for under “Item 628, Electrical Services.” b. Conductors used for internal wiring of equipment will not be paid for directly but will be subsidiary to pertinent Items. 620.7. Bid Item: Item 620.1 Electrical Conductors (No. 6 Bare) per foot of each single conductor Item 620.2 Electrical Conductors (No. 8 Bare) per foot of each single conductor Item 620.3 Electrical Conductors (No. 6 Insulated) per foot of each single conductor Corpus Christi Standard Specification for Construction June 29, 2015 Item 621 Tray Cable Page. 1 Item 621 Tray Cable 1 DESCRIPTION Furnish and install tray cable. 2. MATERIALS Provide new materials that comply with the details shown on the plans and meet the requirements of Item 620, "Electrical Conductors." Furnish tray cable from new materials in accordance with DMS-11050, "Tray Cable." Provide prequalified tray cable from the Department's MPL. When required by the Engineer, notify the Department in writing of selected materials from the MPL intended for use on each project. 3. CONSTRUCTION Perform work in accordance with the details shown on the plans and the requirements of this Item. Provide an additional 5 ft. of cable coiled in each ground box when installing cable in underground conduit. Splice tray cable conductors only at locations shown on the plans. Obtain the Engineer's written approval for each splice. Ensure allowed splices are watertight. Test the cable's conductors after installation and before any connection. Remove and replace tray cable exhibiting a DC insulation resistance of less than 5 megohms at 1,000 volts DC at no additional cost to the Department. 4. MEASUREMENT This Item will be measured by the foot of tray cable. This is a plans quantity measurement Item. The quantity to be paid is the quantity shown in the proposal unless modified by Article 9.2., "Plans Quantity Measurement." Additional measurements or calculations will be made if adjustments of quantities are required. 5. PAYMENT The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid for "Tray Cable" of the types and sizes specified. This price is full compensation for furnishing and installing materials and for equipment, labor, tools, and incidentals. City of Corpus Christi Standard Specification for Construction July 29, 2010 Item 622 Duct Cable Page 1 ITEM 622 DUCT CABLE 622.1. DESCRIPTION: Furnish and install duct cable consisting of a complete assembly of conductors enclosed in a high-density polyethylene duct. 622.2. MATERIALS: Provide new materials that comply with the details shown on the plans, with conductors that meet the material requirements of Item 620, “Electrical Conductors.” A. Duct Cable. Furnish duct cable from new materials that comply with DMS-11060, “Duct Cable.” B. Suppliers. Provide duct cable from manufacturers prequalified by the Department. The Traffic Operations Division maintains a list of prequalified duct cable manufacturers. C. Markings. Furnish duct that is clearly and durably marked at maximum 10-ft. intervals with the material designation including nominal size of the duct and either the name or the trademark of the manufacturer. Mark the duct at 2-ft. intervals with sequential numbers indicating length of cable, in feet, on reel, with zero mark at the inner end. D. Assemblies and Reels. Assemblies exhibiting evidence of conductors pulled into the duct after the duct is manufactured are not acceptable. Duct cable testing less than 50 megohms insulation resistance at 1,000 volts while still on the reel is not acceptable. Ensure that the complete assembly is packaged on reels having sufficient diameter to prevent permanent set or damage to the duct cable. 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. Before installation, furnish written certification that all duct cable complies with the requirements of this Item and as shown on the plans. 622.3. EQUIPMENT: Provide the machinery, tools and equipment necessary for proper prosecution of the work. All machinery, tools and equipment used shall be maintained in a satisfactory and workmanlike manner. 622.4. CONSTRUCTION: Install duct cable by open trench methods in accordance with the NEC, except at locations where installing duct cable in conduit. Backfill the trench in accordance with Item 400, “Excavation, Trenching and Backfilling,” except for measurement and payment. 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 plans. Splicing the duct is not allowed. Make all connections in ground boxes or pole bases. Form bends with large radii to provide free movement of conductors. After installation, demonstrate that the conductors can move freely. Duct cable that has been kinked or in which the conductors cannot move freely is not acceptable. Splice conductors and test insulation in accordance with Item 620, “Electrical Conductors,” except for measurement and payment. City of Corpus Christi Standard Specification for Construction July 29, 2010 Item 622 Duct Cable Page 2 622.5. MEASUREMENT: This Item will be measured by the foot of duct cable. This is a plans quantity measurement Item. The quantity to be paid is the quantity shown in the proposal unless modified by Change Order. Additional measurements or calculations will be made if adjustments of quantities are required. 622.6. PAYMENT: The work performed and materials furnished in accordance with this Item and measured as provided under “Measurement” will be paid for at the unit price bid for “Duct Cable” of the types and sizes specified. This price is full compensation for furnishing and installing all duct cable; pulling through conduit; excavating and backfilling the trenches; replacing riprap, pavement structure, topsoil, sod, or other surface; testing insulation resistance; and equipment, labor, tools, and incidentals. 622.7. BID ITEM: Item 622.1 - Duct Cable [Type/Size] - per foot City of Corpus Christi Standard Specification for Construction July 29,2010 ITEM 624 GROUND BOXES 624.1.Description:Construct,furnish,and install ground boxes complete with lids. 620.2.Materials:Provide new materials that comply with the details shown on the plans and meet the following requirements: A.Precast Polymer Concrete Ground Boxes.Provide fabricated precast polymer concrete ground boxes,and precast concrete ground boxes that comply with Texas Department of Transportation DMS-11070,"Ground Boxes." B.Concrete Apron.Construct a concrete apron,when shown on the plans,in accordance with Item 300,"Concrete,"and Item 301,"Reinforcing Steel," C.Supplier.Provide ground boxes from manufacturers prequalified by the Texas Department of Transportation (TxDOT).The TxDOT Traffic Operations Division maintains a list of prequalified ground box manufacturers. 1.Type A:11.5 in.x 21 in.x 10 in.(12231 1) 2.Type B:1 1.5 in.x 21 in.x 20 in.(122322) 3.Type C:15.25 in.x 28.25 in.x 10 in.(16291 1) 4.Type D:15.25 in.x 28.25 in.x 20 in.(162922) 5.Type E:1 1.5 in.x 21 in.x 16 in.(122317) Ensure ground box withstands 600 lbs per square foot applied over the entire sidewall with less than %in.deflection per foot length of box. Ensure ground box and ground box cover withstand a test loading of 20,000 lb.over 10 in.by 10 in.area centered on the cover with less than 'A in.deflection.Meet Western Underground Standards 3.6. 624.3.Equipment:Provide the machinery,tools,and equipment necessary for proper prosecution of the work.All machinery,tools and equipment used shall be maintained in a satisfactory and workmanlike manner. 624.4.Construction:Construct and/or place ground boxes in accordance with the appropriate requirements of the Items shown in Section 624.2 "Material." 624.5.Measurement:This Item will be measured by each ground box complete in place. 624.6.Payment:The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement"will be paid for at the unit price bid for "Ground Boxes"of the types and sizes specified.This price is full compensation for excavating and backfilling;construction,furnishing,and installing the ground boxes and concrete aprons when required;and equipment,labor,material,tools,and incidentals. Item 620 Ground Boxes Page 1 City of Corpus Christi Standard Specification for Construction July 29,2010 624.7.Bid Item: Item 624.1 Ground Boxes Type A:11.5 in.x21 in.x 10 in.(122311)per each. Item 624.2 Ground Boxes Type B:11.5 in.x 21 in.x 20 in.(122322)per each. Item 624.3 Ground Boxes Type C:15.25 in.x 28.25 in.x 10 in.(162911)per each Item 624.4 Ground Boxes Type D:15.25 in.x 28.25 in.x 20 in.(162922)per each. Item 624.5 Ground Boxes Type A:1 1.5 in.x 21 in.x 10 in.(12231 1)With Apron per each. Item 624.6 Ground Boxes Type B:1 1.5 in.x 21 in.x 20 in.(122322)With Apron per each. Item 624.7 Ground Boxes Type C:15.25 in.x 28.25 in.x 10 in.(162911)With Apron per each. Item 624.8 Ground Boxes Type D:15.25 in.x 28.25 in.x 20 in.(162922)With Apron per each. Hole for /»" bolt with recess for heod. -E+3- END iS I SIDE PLAN VIEW GROUND BOX COVER GROUND BOX COVER DIMENSIONS BOX DIMENSIONS (INCHES) SIZE H I J K L M N p A,8 &E 23 'A 23 '3 Y<13 Zi 9 %5 '/a 1 %2 C Si D 30 /t 30 >A 17 Zl 17 'A 13 ÿ/,ey.1 %2 Item 620 Ground Boxes Page 2 City of Corpus Christi Standard Specification for Construction July 29,2010 Legibly imprint the cover with the appropriate message from the following table in letters at least 1 in.high: For Ground Boxes Containing Wiring for Label with Message Traffic signal systems and systems that contain illumination powered by the signal electrical service. "Danger High Voltage Traffic Signals" Illumination systems "Danger High Voltage Illumination" Traffic management systems "Danger High Voltage Traffic Management" Sign illumination systems "Danger High Voltage Sign Illumination" Other electrical systems not shown above "Danger High Voltage" Item 620 Ground Boxes Page 3 Corpus Christi Standard Specification for Construction June 29, 2015 Item 627 Treated Timber Poles Page. 1 Item 627 Treated Timber Poles 1 DESCRIPTION Furnish and install treated timber poles. 2. MATERIALS Use new treated southern pine timber poles in accordance with ANSI O5.1, Specifications and Dimensions for Wood Poles, and the additional requirements of this Item. Use ANSI Class 5 treated timber poles for electrical services and ANSI Class 2 for all other applications, unless otherwise shown on the plans. Ensure poles are free from pith holes at the tops and butts. Do not use poles that have a trimmed scar with a depth greater than 2 in., if the diameter is 10 in. or less, or 1/5 the pole diameter at the scar location, if the diameter is more than 10 in. Provide poles that do not deviate from straightness by more than 1 in. for each 10 ft. of length. A pole may only have sweep in one plane and one 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. Timber poles with more than one complete twist of spiral grain are not acceptable. Butt slivering due to felling is permitted if the distance from the outside circumference is at least 1/4 of the butt diameter and the height is not more than 1 ft. Use preservative treatment in accordance with AWPA U1, Commodity Specification D. Furnish poles with a minimum net retention of preservative treatment in accordance with Table 1. Mark all poles by branding in accordance with Table 2. Place the bottom of the brand squarely on the face of the pole 10 ft. (plus or minus 2 in.) from the butt. Furnish a treatment certification with every shipment of treated timber poles that includes: ■ name of treating company, ■ location of treating plant, ■ applicable product standard (AWPA U1), ■ charge number, ■ date of treatment, ■ contents of charge (poles), Table 1 Retention of Preservative Treatment Treatment Minimum Retention Creosote 9.0 lb./ft.3 Pentachlorophenol 0.45 lb./ft.3 CCA 0.6 lb./ft.3 Table 2 Timber Pole Markings Marking Description of Marking PTC Supplier's code or trademark (for example, Pole Treatinq Company). F-01 Plant location and year of treatment (for example, Forestville, 2001). SPC Species and preservative code (for example, southern pine, creosote). 5-35 Class-length (for example, Class 5, 35-ft. pole). Corpus Christi Standard Specification for Construction June 29, 2015 Item 627 Treated Timber Poles Page. 2 ■ preservative treatment, and ■ actual preservative retention values. 3. CONSTRUCTION Perform work in accordance with the details shown on the plans and the requirements of this Item. Use established industry and utility safety practices while installing poles located near overhead or underground utilities. Consult with the appropriate utility company before beginning work. Set the pole a minimum depth in accordance with Table 3, unless otherwise shown on the plans. Table 3 ___________________________________ Pole Setting Depth _____________________________________ Locate timber poles as shown on the plans or as directed. Drill holes for setting poles a minimum of 1.5 diameters of the pole butt. Set the poles plumb, unless otherwise shown on the plans. Backfill the holes thoroughly by tamping in 6-in. lifts. After tamping to grade, place additional backfill material in a 6-in. high cone around the pole to allow for settling. Use material equal in composition and density to the surrounding area. Repair surface where existing surfacing material is removed, such as asphalt pavement or concrete riprap, with like material to equivalent condition. 4. MEASUREMENT This Item will be measured by each timber pole installed. 5. PAYMENT The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid for "Treated Timber Pole" of the various lengths and classes specified. This price is full compensation for furnishing and installing timber poles; and for all hardware; and materials, equipment, labor, tools, and incidentals. This payment clause excludes payment for Treated Timber Poles when subsidiary to another Item. Pole Length (ft.) Min Setting Depth (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 City of Corpus Christi Standard Specification for Construction July 29,2010 Item 628 Electrical Services 628.1.Description: a.Installation.Furnish and install complete and independent points of electrical service. b.Removal.Remove electrical service. 628.2.Materials:Provide materials that comply with the details shown on the plans, requirements of this Item,and the pertinent requirements of the following Items. a.Steel Structures.Texas Department of Transportation (TxDOT)Standard Specification Item 441,"Steel Structures" b.Galvanizing.TxDOT Standard Specification Item 445,"Galvanizing" c.Anchor Bolts.TxDOT Standard Specification Item 449,"Anchor Bolts" d.Conduit.Item 618,"Conduit" e.Electrical Conductors.Item 620,"Electrical Conductors" f.Treated Timber Poles.Item 627,"Treated Timber Poles" g.Foundations.Item 656 Foundations for Traffic Control Devices. h.Electrical Services.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, Electrical Services. i.Suppliers.Furnish electrical services from manufacturers prequalified by the Texas Department of Transportation.The TxDOT Traffic Operations Division maintains a list of prequalified electrical service manufacturers. 628.2.Equipment: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. For installations of electrical services,use new materials that meet the requirements of the NEC,UL,CSA,and NEMA and that comply with DMS-11080,"Electrical Services." 628.3.Construction:Perform work in accordance with the details shown on the plans and the requirements of this Item. Item 628 Electrical Service Page 1 City of Corpus Christi Standard Specification for Construction July 29,2010 A.Installation:Ensure components of the electrical service meet the requirements of the Electrical Detail Standards.Follow NEC and local utility company requirements when installing the electrical equipment.Coordinate the utility companies'work for providing service. B.Removal.Coordinate removal with the appropriate utility company before beginning work.Before the removal of the electrical service,disconnect and isolate any existing electrical service equipment in accordance with the utility company's requirement. Use established industry and utility safety practices while removing electrical service equipment near any overhead utilities. Remove existing electrical service support a minimum of 2-ft.below finish grade unless otherwise shown on the plans.Repair the remaining hole by backfilling with material equal in composition and density to the surrounding area.Replace any surface such asphalt pavement or concrete rip-rap with like material to equivalent condition. Disconnect conductors and remove them from the conduit or duct.Cut off all protruding conduit or duct 6-in.below finish grade.Abandoned conduit or duct need not be removed unless shown on the plans. Accept ownership of unsalvageable materials,and dispose of them in accordance with federal,state,and local regulations. 628.5.Measurement:This Item will be measured by each electrical service installed or removed. 628.6.Payment:The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement"will be paid for at the unit price bid for "Electrical Services"of the types specified or "Removed Electrical Services." A.Installation.This price is full compensation for paying all fees,permits,and other costs;making arrangements with the utility company for all work and materials provided by the utility company;furnishing,installing,and connecting all components including poles,service supports,foundation,anchors bolts,rip-rap,enclosures,switches,breakers, conduit (from the service equipment including the elbow below ground),brackets,bolts, hangers,and hardware;and equipment,labor,tools,and incidentals. Cost for utility-owned power line extensions,connection charges,meter charges,and other charges will be paid for by the City.The City will reimburse the contractor only the amount billed by the utility.No additional amount for supervision of the utility's work will be paid B.Removal.This price is full compensation for coordinating with the utility company to disconnect and isolate the electrical service;removing the service supports;backfilling holes;and equipment,labor,tools,and incidentals. Item 628 Electrical Service Page 2 City of Corpus Christi Standard Specification for Construction July 29,2010 628.7.Bid Item: Item 628.1 Item 628.2 Electrical Services -per installation Remove Electrical Services -per removal Item 628 Electrical Service Page 3 City of Corpus Christi Standard Specification for Construction September 1,2010 Item 633 Uninterruptible Power Supply for T raffic Signals 633.1.General Description: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 designedfor outdoor use in extreme environments.The UPS shall operate up to its ratedpower with existing signal equipment,including any and all signal heads.The UPS shall be capable of supplying an 840 watt loadfor a minimum of 4 hours of normal operation and a minimum 2 hours offlashing operation,at its maximum power ratingfrom -34 degrees Celsius to +74 degree Celsius as per NEMA environmental requirements Section 2.1.5.1. 633.2.Scope: ©The Traffic Signal UPS shall operate as line interactive with buck boost functionality.It shall also include a fail-safe bypass system;integral automatic electronic transfer switch,and battery subsystem.The specified equipment herein shall be referred to as a UPS. Transfers to and from battery operation shall not interfere with operation of other equipment in the intersection. Primary application of the UPS is to provide emergency power for traffic control signal systems. The UPS must supply up to a 7.0amp 120 VAC,60 Hz continuous load for a minimum of 4 hours normal run time and a minimum of an additional 2 hours of flash time. ®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 cabinet. Primary input power source to the UPS shall be utility power. 633.3.System Description and Operation: 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. 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.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. ®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. The UPS and the Batteries must be hot swappable.There shall be no disruption of the Traffic Signal when removing the UPS or batteries for maintenance. ©The Inverter shall be equipped with an industry standard,I.P.addressable,Ethernet RJ45 port for programming and remote monitoring.Programming and communications firmware shall be written to run under Windows XP,2000 or Vista's Internet browser,Internet Explorer.Inverter Item 633 Battery Backup for Traffic Signals Page 1 City of Corpus Christi Standard Specification for Construction September 1,2010 programming &Alarms shall also have the ability to be monitored via Ethernet using SNMP protocol.The unit shall be capable of sending alarms to alert Traffic Operation Center of an incident with the UPS assembly. 633.4.Modes of Operation: Normal:The UPS shall continuously supply power to the critical load.The charger shall supply temperature compensated DC power to the batteries.The charger shall maintain the batteries in a fully charged state even at low input voltage conditions.The batteries shall remain fully charged. Emergency: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.There shall be no interruption or disturbances to the critical load upon failure or restoration of the input AC power source. o Recharge:Upon restoration of the input AC power source (prior to complete battery discharge), the UPS shall automatically return to normal operation.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. 8 Fail-safe Bypass Mode:In case of UPS failure,the critical load shall continue to operate on utility power.There shall be no disruption of the critical load. 8 Downgrade: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. The UPS shall continue to function as specified,except for power outage protection and dynamic response characteristics. 633.5.Major Components: 8 An Electronics Module: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). 8 Charger:The charger shall be of solid-state construction.The charger shall rectify AC power to regulated DC power for the batteries.This shall be an automatic function.The charger should be a 3 stage temperature-compensated charger so that the charger level for the batteries is automatically adjusted based on internal ambient temperature. 8 Inverter:The inverter shall be of solid-state construction.In case of the loss of input power,the inverter shall convert DC power from the batteries to AC power. 8 Fail-safe Bypass: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. 8 Batteries:Upon loss of input power,the batteries shall supply DC power to the inverter. 8 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 Status Monitoring and Alarm Transmission:The Inverter shall include remote monitoring & alarm transmission capabilities through an Ethernet RJ45 IP Addressable Port using the SNMP Protocol.As a minimum,the Inverter shall contain the following monitoring and transmit the following alarm functions:1)Input power present (System in Stand-By mode);2)UPS on battery operation;3)Low battery condition. Item 633 Battery Backup for Traffic Signals Page 2 City of Corpus Christi Standard Specification for Construction September 1,2010 633.6.Protection: ®The UPS shall have a main input circuit breaker for over current protection and be readily accessible. 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. The battery subsystem shall be protected by a circuit breaker. 633.7.Battery System: ©The battery shall be comprised of extreme temperature,float cycle,GEL VRLA (Valve Regulated Lead Acid)5 year non pro-rated warranty minimum. ®The battery system shall consist of one or more strings (typically 2 or 4 batteries per string)of extreme temperature;float cycle GEL VRLA (Valve Regulated Lead Acid)batteries.Batteries shall be certified to operate at extreme temperatures from -40°C to +74°C. The battery interconnect cables shall connect to the inverter via a single quick-release Anderson Connector.No other connectors are to be used in the battery harness. Battery construction shall include heavy-duty,inter-cell connections for low-impedance between cells,and heavy-duty plates to withstand shock and vibration. 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. The battery shall function if laid on its side without the leakage of chemicals and be so designed. An integral lifting handle should be provided on the batteries for ease of removal/installation. 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.This will ensure an ideal voltage across each battery optimizing life and runtime. 633.8.Electrical Specifications: ®Input Specifications a.Nominal input voltage:120 VAC single phase. b.Input voltage range:+15 to -20%of nominal (85 to 173). c.Input frequency:60Hz ±3Hz (5%). d.Input frequency slew rate:3 Hz per second maximum. e.Input configuration:2 wire (Hot and Neutral)plus ground. f.Walk-in Delay:The BBS shall wait a minimum of five (5)seconds (user programmable) before returning to normal mode of operation upon restoration of input power.(This value may be programmable within the unit via software provided with the unit). g.Input protection:Single pole circuit breaker. h.Power connection:Hard wired (terminal block). i.All components,terminations,terminal blocks relays etc.shall be fully accessible. j.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. Item 633 Battery Backup for Traffic Signals Page 3 City of Corpus Christi Standard Specification for Construction September 1,2010 Output Specifications: a.Power rating (continuous):minimum 1100W/VA,single phase 120 VAC. b.Output power rating shall be the same regardless of whether or not the BBS is in normal mode or emergency mode of operation. c.Nominal output voltage:120 VAC ±10%no load to full load,±5%high line to low line. d.Output configuration:2 wire (Hot &Neutral)plus ground. e.Power Conditioning Common Mode:-120 dB,Normal-Mode:-60dB. f.Grounding:Single point ground. g.Output frequency:60Hz ±3 Hz when synchronized with the input power. h.60Hz ±0.5Hz when BBS is running on internal clock. i.Output wave shape:TRUE Sine Wave. j.Output voltage distortion with 100%linear load:1 0%max THD with any single harmonic no greater than 5%. k.Transfer Time:transfer time shall be less than 10ms. 1.Overload capability:110%for ten (10)minutes,150%surge. m.Fault Condition:BBS shall withstand a short circuit on the output with no damage. n.Customer Connection:terminal block input and output.Terminal block or lug shall accommodate a #6 10 AWG copper wire and shall be clearly labeled Line &Load. Battery Specifications: a.DC bus voltage:48 VDC nominal. b.Low battery cutoff shall be 42 volts DC. c.DC under voltage cutoff:Battery Manufacturer's recommendations. d.Battery discharge time:Based on specific battery configuration.Engineering to specify the run time's base on actual test data and empirical calculations.Times to be based upon an ambient temperature of between 70 and 80 degrees F. e.The charging voltage shall be based upon the ambient temperature within the BBS enclosure. Actual volts per cell shall be determined by best engineering practice to maximize battery life.This setting shall be factory set. f.Protection:Circuit breaker. Fail-Safe Bypass Specification: a.Rating 20-amps at 120 VAC. b.Transfer Time:150 milliseconds maximum. c.Power source:Line side of the input circuit breaker. Monitoring and Meeting Specifications: a.Contact rating:125 volts (AC or DC)maximum,1.00 ampere max,50 VA /30 watts max. b.Contacts shall be Form C. c.Customer connection:Terminal Block. d.LED/LCD Display shall be visible in daylight conditions. Reliability and Maintainability: a.Mean-Time-Before-Failure (MTBF)shall be 80,000 hours.Mission MTBF including bypass switch,is 150,000 hours. b.The BBS shall be designed for ease of maintenance and serviceability. c.All components shall be accessible. Item 633 Battery Backup for Traffic Signals Page 4 City of Corpus Christi Standard Specification for Construction November 18, 2010 Item 635 Internally Illuminated Street Name Sign Page 1 Item 635 Internally Illuminated Street Name Sign 635.1. Description: LED Edge Lit, Internally Illuminated Street Name Signs. 1. The internally illuminated street name sign (ILSN) should comply with the materials standards outlined in the Mechanical, Materials, Electrical, and Optical Performance ratings of this specification. This specification shall govern for LED (light emitting diode) Edge Lit, Internally Illuminated Street Name Sign attached to a traffic signal mast arm pole. 635.2. Mechanical: Sign Dimensions. 1. The LED ILSN shall be capable of being constructed in standard width from 4-ft, 6-ft & 8-ft. length. 2. The height of the signs shall be a minimum of 15-inches and a maximum of 30-inches for viewing at up to 500 feet. 3. The sign should be a maximum depth of 1.65-inches for single sided signs and double sided sign. Environmental Requirements: 1. The sign fixture shall be designed and constructed to prevent deformation or failure when subjected to 150 MPH wind loads and 1.14 gust factor and ice loading as per AASHTO LTS-4 2001. 2. The ILSN shall be able to withstand and operate at temperature extremes of -40° Fahrenheit to 125° Fahrenheit. 3. The ILSN should be able to withstand salt spray and moisture conditions. 635.3 Materials A. Material: 1. All materials furnished by the Manufacturer/Vendor/Contractor shall be in accordance with the National Electrical Code (NEC). 2. The ILSN signs shall have a single side message or double side message as determined by the City Traffic Engineer or approved designee with a background color and paint filled into the acrylic. 3. The Manufacturer/Vendor shall supply a shop drawing submittals on the fixtures, sign, sign message and mounting hardware. 4. The materials used in the sign shall be the following or their equivalent: a. Protection face: Lexan with ultra violet protection, abrasive and mar resistance. b. Sign Face: Cast Acrylic 9mm. c. Sign Back: Extruded Acrylic 3mm. d. Aluminum Back Plate: Utility aluminum 1/8-inch. City of Corpus Christi Standard Specification for Construction November 18, 2010 Item 635 Internally Illuminated Street Name Sign Page 2 e. Top and Bottom Extrusion: Extruded aluminum alloy 6063, powder coated black that is able to withstand the salt air conditions in Corpus Christi, Texas. f. End Caps: Utility aluminum gauge 12. g. Mounting Brackets: Utility aluminum 1/8-inch. h. All fasteners shall be stainless steel. B. Housing: 1. The sign frame/housing and backing (single sided sign) shall be formed and manufactured out of extruded aluminum alloy 6063 with a minimum tensile strength of 20,000 ksl. 2. The sign frame and backing (single sided sign) shall be finished with a durable powder coated process that is able to withstand salt air conditions in Corpus Christi, Texas. 3. The sign frame and housing shall incorporate stainless steel fasteners to secure the sign in the closed position. 4. Weep holes shall be located at strategic points in the bottom of the housing assembly to allow drainage of condensation. The sign shall be able to operate in high humidity conditions. 5. The design of the housing shall afford provisions for a continuous gasket between housing and protection face and aluminum back plate to resist entrance of moisture, dirt insects. Gaskets between sign panel frame and panel shall be closed cell neoprene rubber installed in the frame channel to prevent the gasket from slipping or moving out of position. C. Sign Sheeting Panel: 1. The sign panel shall be slide mounted into the frame. 2. The entire surface of the sign panel shall be evenly illuminated so that the surface of a 1-ft x 1-ft section of the sign has a light output of a minimum of 50 candela power per square meter with a maximum degradation of 15 candela power per square meter after 5 years. 3. The protection face panel shall be a translucent panel of high impact UV resistant plastic/acrylic material able to withstand 5 years of <400nm UV light. All surfaces shall be free of blemishes in the plastic or coating that might impair the service or detract from the general appearance and color matching of the sign. 4. 3M Electrocut Film Green with White Letter with MUTCD Clear-view Font, HWY (E) Series B, C, D, E modified. D. Hardware: 1. Unless otherwise specified the sign shall be single sided fixed mount to the mast arm that accepts a Pelco Astro-Brac AS-3009 or equivalent. 2. All fasteners, screws nuts, bolts, and hardware for sign attachment shall be stainless steel type on the fixture. 3. All wiring connections within the sign fixture shall terminate through an U.L. approved junction box. City of Corpus Christi Standard Specification for Construction November 18, 2010 Item 635 Internally Illuminated Street Name Sign Page 3 4. All conductors inside the sign fixture and on the load side of the power source shall be U.L. listed appliance material (AWM) stranded copper wire with thermoplastic insulation. 635.4 Electrical: A. Light Source: 1. The LED ILSN sign light module shall be composed of white LED’s with a minimum viewing angle of 110° mounted on rugged metal boards consuming no more than 1.5 Watts per linear foot, with a thermal resistant path from the LED pin to the most external surface of the aluminum extrusion of no more than 20°C/Watt at an ambient temperature of 25°C to reduce wear and tear on the individual LED’s and to extend useable lifetime. The LED light module should be thermally coupled directly to the aluminum extrusion using thermal adhesive transfer tape. 2. The LED light module should be mounted to project light into the border of an optically coupled light panel. 3. The light panel redirects the light to create a uniform illuminated plane with a minimum of 50 candelas per meter squared at initial turn on and no less than 15 candelas per meter squared after 5 years. B. Electrical Source/Power Supply: 1. The sign shall be powered by 120-volts AC to 12-volts DC Class II UL approved grid utility source. 2. The power source should be capable of powering an individual sign. C. Auto On/Off Switch: 1. An automatic On/Off photocell sensor located either before the sign power supply or on the initial LED light module shall control the sign. 2. In the event that the photocell sensor is to be located on the initial LED module, it should be mounted as the first electrical contact point in the sign and should be mounted directly adjacent to the first LED module. 3. The maximum power per foot of sign shall not be exceed 1.5 watts. D. Surge/Induced Lightning Protection: 1. A protection circuit shall be included to provide up to 100-watts of protection for 1 millisecond pulse to protect against transients induced by lightning and inductive load switching. 2. The protection circuit should be integral to the first LED light module in the street name sign. 635.5 Optical Performance: 1. The sign shall have a contrast ratio of 4:1 minimum. City of Corpus Christi Standard Specification for Construction_July 29,2010 Item 655 Controller Foundation 655.1.DESCRIPTION:The purpose of this specification is to describe a controller foundation for NEMA type controller cabinetsfor a TS-2 Type NEMA controller cabinet.The work shall includefurnishing and installing anchor bolts,concrete,reinforcing materials, excavation,post withfittings,ground rod,pull box,conduit,and other incidentals requiredfor a complete foundation as shown on the detail. 655.2.MATERIALS: A.Concrete.Concrete shall be 3,000 psi strength at 28 days. B.Polymer Concrete.TxDOT Standard "Traffic Signal Controller Cabinet Base and Pad"TS-CF-04 C.Anchor Bolts.Anchor bolts shall be completely galvanized and of the dimensions shown on the Standard Detail. D.Ground Box.One Type C Ground Box,unless otherwise shown on the plans. E.Other.All other materials shall be as shown on the Standard Detail. 655.3.EQUIPMENT:Provide the machinery,tools and equipment necessary for proper prosecution of the work.All machinery,tools and equipment used shall be maintained in a satisfactory and workmanlike manner. 655.4.CONSTRUCTION: A.Controller Foundation. 1.Placement of anchor bolts shall be as shown on the plans.Failure to properly locate the bolts may be cause for the Contractor to demolish the improper foundation and reconstruct to the proper dimensions. 2.Concrete slab and concrete block on which the cabinet will sit shall be poured as one unit. 3.Concrete shall have a smooth finish free of brush marks or other mars. 4.Cabinets may be set on foundations after they have set a minimum of 72 hours. Cabinets scratched,dented or otherwise damaged prior to final acceptance shall be repaired to the City's satisfaction at no cost to the City. 5.Standard foundations shall contain two 4 inch conduits to the pull box next to the cabinet,1 inch conduit drain that is cut flush with the concrete surface inside the cabinet,and fitted with a screen on the outside end.Two 1 'A inch conduits and one 1 14 inch conduit. Item 655 Controller Foundation Page 1 City of Corpus Christi Standard Specification for Construction July 29,2010 6.The slab around the block shall sit above the surrounding grade two to four inches and shall be sloped slightly for drainage. 7.A 5/8 inch x 8-foot copper weld ground rod shall be installed in the pull box as shown in the detail. 655.5.MEASUREMENT: A.Controller Foundation.Controller foundations shall be measured for payment by the number of units each,in accordance with the plans and specifications. 655.6.PAYMENT: A.Controller Foundation.The accepted number of controller foundations will be paid for at the contract unit price which shall be full compensation for the controller foundation,installation,and incidentals. 655.7.BID ITEM: Item 655.1 -NEMA Type Controller Foundation -per each Item 655 Controller Foundation Page 2 City of Corpus Christi Standard Specification for Construction July 29,2010 Item 680 Installation of Highway Traffic Signals 680.1.DESCRIPTION:Install highway traffic signals. 680.2.MATERIALS:Ensure electrical materials and construction methods conform to the current NEC and additional local utility requirements.Furnish new materials.Ensure all materials and construction methods conform to the details shown on the plans,the requirements of this Item,and the pertinent requirements of the following Items: A.Roadway Illumination Assemblies.Texas Department of Transportation (TxDOT) Standard Specification Item 610,"Roadway Illumination Assemblies" B.Zinc-Coated Steel Wire Strand.Item 625,"Zinc-Coated Steel Wire Strand" C.Treated Timber Poles.Item 627,"Treated Timber Poles" D.Plywood Signs.Item 634,"Plywood Signs" E.Aluminum Signs.Item 636,"Aluminum Signs" F.Foundations for Traffic Control Devices.Item 656,"Foundations for Traffic Control Devices" G.Controller Assemblies.Provide controller assemblies that meet the requirements of Item 601 Traffic Controller Unit and the details shown on the plans. H.Flasher Assemblies.Item 685,"Flashing Beacon Assemblies" I.Suppliers.Provide control and flasher assemblies from manufacturers prequalified by the Texas Department of Transportation.The TxDOT Traffic Operations Division maintains a list of prequalified control and flasher assembly manufacturers. J.Sampling and Testing.Sampling and testing of traffic signal controller assemblies will be done in accordance with TxDOT Standard Test Method Tex-1 170-T. 680.3.EQUIPMENT:Provide the machinery,tools and equipment necessary for proper prosecution of the work.All machinery,tools and equipment used shall be maintained in a satisfactory and workmanlike manner. 680.4.CONSTRUCTION:Install traffic signal controller foundations in accordance with Item 655,"Controller Foundation and Pedestal Posts." Item 680 Installation of Highway Traffic Signals Page 1 City of Corpus Christi Standard Specification for Construction July 29,2010 A.Electrical Requirements. 1.Electrical Services.Make arrangements for electrical services and install and supply materials not provided by the utility company as shown on the plans.Unless otherwise shown on he plans,install 120-volt,single-phase,60-Hz AC electrical service. 2.Conduit.Install conduit and fittings of the sizes and types shown on the plans. Conduit of larger size than that shown on the plans may be used with no additional compensation,providing that the same size is used for the entire length of the conduit run.Extend conduit in concrete foundations 2 to 3 in.above the concrete.Seal the ends of each conduit with silicone caulking or other approved sealant after all cables and conductors are installed. 3.Wiring.Unless otherwise shown on the plans,furnish solid No.14 AWG conductors. Install above-ground cables and conductors in rigid metal conduit,except for span wire suspended cables and conductors,drip loops,and electrical wiring inside signal poles.Make power entrances to ground-mounted controllers through underground conduit.Wire each signal installation to operate as shown on the plans.Attach ends of wires to properly sized self-insulated solderless terminals.Attach terminals to the wires with a ratchet-type compression crimping tool properly sized to the wire.Place pre-numbered identification tags of plastic or tape around each wire adjacent to wire ends in the controller and signal pole terminal blocks.Splices will not be permitted except as shown on the plans,unless the Engineer approves each individual splice in writing.Make all allowed splices watertight. 4.Grounding and Bonding.Ground and bond the conductors in accordance with the N.E.C.Ensure the resistance from the grounded point of any equipment to the nearest ground rod is less than 1 ohm.Install a continuous bare or green insulated copper wire (equipment ground)throughout the electrical system that is the same size as the neutral conductor,but a minimum No.8 AWG.Connect the equipment ground to all metal conduit,signal poles,controller housing,electrical service ground,ground rods,and all other metal enclosures and raceways.Provide copper wire bonding jumpers that are a minimum No.8 AWG. B.Controller Assemblies.Construct controller foundations in accordance with Item 655, "Controller Foundation and Pedestal Posts."Immediately before mounting the controller assembly on the foundation,apply a bead of silicone caulk to seal the cabinet base.Seal any space between conduit entering the controller and the foundation with silicone caulk. Deliver the keys for the controller cabinets to the Engineer when the contract is complete. Place the instruction manual and wiring diagrams for all equipment in the controller cabinet,inside the controller cabinet. C.Timber Poles.Furnish ANSI Class 2 timber poles other than for electrical services in accordance with details shown on the plans. Item 680 Installation of Highway Traffic Signals Page 2 City of Corpus Christi Standard Specification for Construction July 29,2010 D.Preservation of Sod,Shrubbery,and Trees.Replace sod,shrubbery,and trees damaged during the Contract. E.Removal and Replacement of Curbs and Walks.Obtain approval from the Engineer before cutting into or removing walks or curbs not shown on the plans to be removed or replaced. Restore any curbs or walks removed equivalent to original condition after work is completed,to the satisfaction of the Engineer. F.Sign Lighting.Attach sign lighting to traffic signal equipment as shown on the plans. G.Intersection Illumination.Construct luminaires on signal poles as shown on the plans. H.Test Period.Operate completed traffic signal installations continuously for at least 30- days in a satisfactory manner.If any Contractor-furnished equipment fails during the 30- day test period,repair or replace that equipment.This repair or replacement,except lamp replacement,will start a new 30-day test period.Replace materials that are damaged or have failed prior to acceptance.Replace failed or damaged existing signal system components when caused by the Contractor.The City will relieve the Contractor of maintenance responsibilities upon passing a 30-day performance test of the signal system and acceptance of the contract. 680.5.Measurement:This Item will be measured as each signalized intersection controlled by a single traffic signal controller. 680.6.Payment:The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement"will be paid for at the unit price bid for "Installation of Highway Traffic Signals"of the type (isolated,system,or flashing beacon)specified.This price is full compensation for furnishing,installing,and testing the completed installation,controller and associated equipment,luminaires,signs and sign lights mounted on signal equipment,timber poles,mounting hardware and steel wire strand;preservation and replacement of damaged sod,shrubbery and trees;removal and replacement of curbs and walks;and equipment,labor,tools,and incidentals.The City will pay for electrical energy consumed by the traffic signal.New drilled shaft foundations for traffic signal poles will be paid for under Item 308,"Drilled Shafts And Under-Reamed Foundations."Controller foundations will be paid for under Item 655, "Traffic Signal Controller Foundation."New conduit will be paid for under Item 618, "Conduit."New electrical conductors will be paid for under Item 620,"Electrical Conductors."New ground boxes will be paid for under Item 624,"Ground Boxes."New electrical services will be paid for under Item 628,"Electrical Services."New vehicle and pedestrian signal heads will be paid for under Item 682,"Vehicle and Pedestrian Signal Heads."New traffic signal cables will be paid for under Item 684,"Traffic Signal Cables."New traffic signal pole assemblies will be paid for under Item 686,"Traffic Signal Pole Assemblies (Steel)."New traffic signal detectors will be paid for under Item 688,"Pedestrian Detectors and Vehicle Loop Detectors." Item 680 Installation of Highway Traffic Signals Page 3 City of Corpus Christi Standard Specification for Construction_July 29,2010 680.7.BID ITEM: Item 680.1 -Installation of Highway Traffic Signals [Isolated]-per each Item 680.2 -Installation of Highway Traffic Signals [System]-per each Item 680 Installation of Highway Traffic Signals Page 4 City of Corpus Christi Standard Specification for Construction October 21,2010 Item 682 Vehicle and Pedestrian Signal Head 682.1 Description:Furnish and install vehicle andpedestrian signal heads. 682.2 Materials:Furnish only new 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.General.Provide vehicle signal heads in accordance with Texas Department of transportation (TxDOT)DMS-1 1 120,"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. Provide pedestrian signal heads in accordance with TxDOT DMS-11130,"Pedestrian Signal Heads"and Item 683,"LED Countdown Pedestrian Signal Module."Provide pedestrian signal heads from manufacturers prequalified by the Department.The Traffic Operations Division maintains a list of prequalified pedestrian signal head manufacturers. Supply only black polycarbonate signal head components that are of the same material and manufacturer for any one project.Use stainless steel bolts,nuts,washers,lock washers,screws,and other assembly hardware.When dissimilar metals are used, ensure the metals are selected or insulated to prevent corrosion. Use closed-cell silicone or closed-cell neoprene gaskets. 682.3.Equipment:Provide the machinery,tools and equipment necessary for proper prosecution of the work.All machinery,tools and equipment used shall be maintained in a satisfactory and workmanlike manner. Item 682 Vehicle and Pedestrian Signal Head Page 1 City of Corpus Christi Standard Specification for Construction October 21,2010 682.4.Pedestrian Signal Design Requirements. 1.The pedestrian signal housing shall be of a quick side mount pole attachment single section clam shell with molded polycarbonate components.Housing shall be polycarbonate ultraviolet stabilized material.Clamshell housing shall be at least 0.09 in.thick and ribbed so to produce the strongest possible assembly consistent with lightweight.All screws,latching bolts and hinge pins shall be "304 grade"stainless steel.Weather resistant gasket shall be provided on all housing openings. 2.The door shall be attached to the housing with two hinged lugs on the side of the door and shall be fitted with easily removable stainless steel hinge pins.Two latch lugs on the door side shall permit positive sealing between the door and housing. 3.The clamshell will be drilled on both side's right &left of housing for side mount hinging.Holes will be plugged with rubber caps. 4.The visor shall be of a sunscreen design projecting no more than two (2)inches from the door.It will be flat black in color and removable &replaceable in design. 5.Terminal block shall be part of the side mount to allow wiring of the intersection before the pedestrian signal is mounted.Separate connection points are provided for each socket wire on one side of the terminal block (of the quick disconnect type).On the opposite side of the terminal lug,terminals shall be provided for field connection wire.All terminal positions shall be permanently marked for identification. 6.A side mount attachment to pole of 4 'A inch or larger shall be provided.The side mount shall be of a single piece polycarbonate and shall have a gasket to form a watertight bond to the signal head housing.The side mount may be attached to either side of the housing. Attachment to the pole can be by stainless steel strapping or using A inch bolts. Opening of the signal door shall be of a design to allow either left or right swing. 682.5.Traffic Signal Design Requirement. 1.The traffic signal head shall be constructed of sturdy polycarbonate resin,and shall be ultraviolet stabilized material 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 A 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. Item 682 Vehicle and Pedestrian Signal Head Page 2 City of Corpus Christi Standard Specification for Construction October 21,2010 3.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 back plate. 4.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. 682.6.Equipment: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. 682.7.Construction: A.Assembly.Assemble individual signal sections in multi-section faces in accordance with the manufacturer's recommendations to form a rigid signal face.Assemble and mount signal heads as shown on the plans.Install louvers and back plates in accordance with the manufacturer's recommendations.Close any openings in an assembled signal head with a plug of the same material and color as the head. B.Wiring.Wire each optical unit to the terminal block located in that signal section by means of solderless wire connectors or binding screws and spade lugs.Wire all sections of a multi section signal face to the section terminal blocks in which the traffic signal cable is terminated.Maintain the color coding on leads from the 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. 682.8.Measurement:This Item will be measured by each vehicle signal section,pedestrian section,back plate,and louver. 682.9.Payment:The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement"will be paid for at the unit price bid for "Pedestrian Signal Section,""Vehicle Signal Section with Back Plate,"or "Louver,"of the types and sizes specified.This price is full compensation for furnishing,assembling, and installing the signal sections,back plates and louvers,LED countdown modules, lenses and optics;mounting attachments;and equipment,labor,tools,and incidentals. Item 682 Vehicle and Pedestrian Signal Head Page 3 City of Corpus Christi Standard Specification for Construction October 21,2010 682.10.Bid Item: Item 682.1 Install 12 inch Vehicle Signal Section with Back Plate (3 section)per each Item 682.2 Install 12 inch Vehicle Signal Section with Back Plate (4 section)per each Item 682.3 Install 12 inch Vehicle Signal Section with Back Plate (5 section)per each Item 682.4 Install Pedestrian Signal Section (16 inch)w/LED Countdown per each Item 682.5 Install 12 inch Louver Back Plate (Adjustable)per each Item 682 Vehicle and Pedestrian Signal Head Page 4 City of Corpus Christi Standard Specification for Construction_July 29,2010 Item 683 LED Pedestrian Signal Countdown Module 683.1.Description:The intent of the this specification is to define the minimum acceptable design and operational requirements for a pedestrian signal module that displays the ITE standard "Hand /Man",with a countdown of pedestrian time using LED technology. 683.2.Materials:Ensure electrical materials and construction methods conform to the current National Electric Code (NEC)and additional local utility requirements.Materials used for the lens and LED module construction shall conform to ASTM specifications where applicable.Enclosures containing the power supply and electronic components of the LED module shall be made of UL94V0 flame retardant materials.The lens of the LED module is excluded from this requirement. Furnish new materials.Ensure all materials and construction methods conform to the requirements of this Item and the following pertinent requirements: A.Signal Head.Item 682,"Vehicle and Pedestrian Signal Heads." B.Controller.Item 601,"Traffic Signal Controller." C.Signal Indications."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"). D.National Electric Code (NEC) E.American Society for Testing and Materials (ASTM). 683.3.Equipment: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. 683.4.Construction: A.General. 1.Modules designed as retrofit replacements for existing pedestrian signal indication lamps shall not require special tools for installation.Retrofit replacement modules shall fit into existing pedestrian signal housings built for the PTCSI size stated in Section 1 of the "Walking Person"and "Hand"icon pedestrian signal indication Standard without modification to the housing. 2.All LED's used shall be rated for 100,000 hours of continuous operation over a temperature range of -40°C to +74°C.The modules shall be rated for a minimum life of 72 months.Modules shall meet all parameters of this specification throughout this 72-month period.Installation of a retrofit replacement module into existing pedestrian signal housing shall only require the removal of the existing optical unit components,i.e.lens,lamp module, gaskets,and reflector;Modules shall be weather tight and fit securely in the housing;and shall connect directly to existing electrical wiring. Item 683 Pedestrian Countdown Signal Module Page 1 City of Corpus Christi Standard Specification for Construction July 29,2010 B.The Module. 1.The retrofit module shall be capable of replacing the optical unit.The modules lens maybe a replaceable part without the need to replace the complete unit.The walking person and hand icons (16"xl8")shall be full display (not outlines).The countdown digits shall be made up of two rows of LED's.Each digit shall be a minimum of seven (7)inches high and three (3)inches wide. 2.For each nominal message bearing surface (module)size,use the corresponding H (height)and W (width): Bearing Surface Module Size Icon Height Icon Width Countdown Height Countdown Width H (16x18)in.min.7 in.7 in.min.9 in.6.5 in. 3.The unit 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. 4.The module shall be a single,self contained device,not requiring on site assembly for installation into existing traffic signal housing.The power supply shall be designed to fit and mount inside the pedestrian signal module.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. C.Environmental Requirements.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.The pedestrian module shall be designed to meet NEMA 250 Hose down Test.The test is to be conducted on a stand-alone unit.No protective housing shall be used.The module lens shall be UV stabilized. D.Signal LENS. 1.The lens of the LED pedestrian and countdown signal modules shall be polycarbonate UV stabilized and a minimum of 'A"thick. 2.The exterior of the lens of the LED pedestrian and countdown signal module shall be smooth and frosted to prevent sun phantom. E.Module Identification.Each module shall be identified on the backside with the manufacturer's name,model numbers and serial number.The following operating characteristics shall be identified:nominal voltage,power consumption,wattage and Volt-Ampere. Item 683 Pedestrian Countdown Signal Module Page 2 City of Corpus Christi Standard Specification for Construction July 29,2010 F.Photometric Requirements. 1.Luminance,Uniformity &Distribution.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.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. 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). 2.Chromaticity.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. G.Electrical. 1.General.The modules shall be operationally compatible with NEMA traffic signal controllers,cabinets and accessories manufactured to TxDOT standards and the City of Corpus Christi standards,where different the City of Corpus Christi standard will be used. Maximum power consumption requirements for each indication are as follows (in Watts): Icon 25 c 74 c Hand 10.0 watts 12.0 watts Walking Person 9.0 watts 12.0 watts Countdown 2 digit 8.0 watts 11.0 watts All wiring and terminal blocks shall meet the requirements of Section 13.02 of the VTCSH Standard.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. Each LED signal module shall be designed so that there is no noticeable light output when connected to rated voltage through an impedance of 15K ohm (either resistive or capacitive).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 15K ohms and for any applied AC voltage between 95 and 135 volts RMS that is connected across this series combination.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 100m sec when the module is switched off by any solid state switch or switch pack having an impedance of 15K ohms or greater. Item 683 Pedestrian Countdown Signal Module Page 3 City of Corpus Christi Standard Specification for Construction July 29,2010 2,Voltage Range. a.LED module shall operate from a 60 +3 Hertz ac line power over a voltage range from 80 to 135 VAC RMS.The current draw shall be sufficient to ensure compatibility and proper triggering and operation of load current switches and conflict monitors.Nominal operating voltage for all measurements shall be 120 +3 Volts rms.Fluctuations in line voltage over the range of 80Vac to 135Vac shall not affect luminous intensity by more than +10%.The LED circuitry shall prevent flickering at less than 100 Hz over the voltage range stated above.The modules shall be designed and constructed so that the failure of a single LED will not result in the loss of additional LED's. b.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. c.Turn-On and Turn-Off Time: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.The modules shall not be illuminated (turn-off)after 100 ms of the removal of the nominal operating voltage. d.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. 3.Transient Voltage Protection.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. 4.Electronic Noise.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. 5.Power Factor (PF)and AC Harmonics.The modules shall provide a power factor of 0.90 or greater when operated at nominal operating voltage,and 77°F.Total harmonic distortion induced into an AC power line by the module,operated at nominal operating voltage,at 77°F shall not exceed 20%. H.Module Functions. 1.Cycle.The module shall operate in one mode:Clearance Cycle Countdown Mode Only.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 controlsfor modification of cycle. Item 683 Pedestrian Countdown Signal Module Page 4 City of Corpus Christi Standard Specification for Construction July 29,2010 2.Learning Cycle.At power on,the module enters a single automatic learning cycle. During the automatic learning cycle,the countdown display shall remain dark. 3.Cycle Modification.The unit re-programs itself if it detects any increase or decrease of Pedestrian Timing.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.The module shall allow for consecutive cycles without displaying the steady Hand icon ("Don't Walk"). 5.Preemption.The module shall recognize preemption events and temporarily modify the crossing cycle accordingly.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.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.The next cycle,following the preemption event,shall use the correct,initially programmed values. 6."Don't Walk"Steady.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. I.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. b.The following production quality assurance tests shall be performed on each new module prior to shipment.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.Following the burn-in period,the initial luminous intensity shall be measured.A single point measurement with a correlation to the intensity requirement of Section 1 .04 of VTCSH for circular indications may be used.The current flow and power factor shall also be determined.Units found to have parameters outside the ranges allowed by this specification shall be rejected. c.The modules shall be manufactured in accordance with a vendor quality assurance (QA)program.The QA program shall include two types of quality assurance:(1)design quality assurance and (2)production quality assurance. QA process and test result documentation shall be kept on file for a minimum period of seven years. 2.Conformance.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. Item 683 Pedestrian Countdown Signal Module Page 5 City of Corpus Christi Standard Specification for Construction July 29,2010 3.Design Qualification Assurance.Design Qualification testing shall be performed on new module designs,and when a major design change has been implemented on an existing design.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.Testing shall be performed once every 5 years or when the module design or LED technology has been changed.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.All new modules shall undergo Production Quality Assurance testing prior to shipment.Failure of any module to meet requirements of the QA tests shall be cause for rejection.QA test results shall be maintained for a period of 4 years.The production quality assurance shall include statistically controlled routine tests to ensure minimum performance levels of modules built to meet this specification.Prior to packaging for shipment,each module shall be visually inspected for any exterior physical damage or assembly anomalies.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.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.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 95V rms to 135V rms. J.Warranty.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. 683.5.MEASUREMENT:This Item will be measured by each installed LED Countdown Pedestrian Signal Module. 683.6.PAYMENT:The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement,"will be paid for at the unit bid price for "LED Countdown Pedestrian Signal Module."This price is full compensation for furnishing and installing the module;and equipment,labor,tools,and incidentals. 683.7.BID ITEM: Item 683.1 -LED Countdown Pedestrian Signal Module -per each Item 683 Pedestrian Countdown Signal Module Page 6 Corpus Christi Standard Specification for Construction June 29, 2015 Item 684 Traffic Signal Cables Page. 1 Item 684 Traffic Signal Cables DESCRIPTION Furnish and install traffic signal cables. MATERIALS Provide polyethylene-jacketed multi-conductor cables in accordance with details shown on the plans. Individual conductors must be copper with polyethylene insulation rated for 600 volts. Furnish new materials. Provide traffic signal cables in accordance with DMS-11110, "Traffic Signal Cable." Type A Cables. Use Type A cables meeting the requirements of IMSA 20-1 for underground conduit installation or aerial cable supported by a messenger. Type B Cables. Use Type B cables meeting the requirements of IMSA 20-3 as the integral messenger cable for aerial installations. Type C Cables. Use Type C cables meeting the requirements of IMSA 50-2 for loop detector lead-in installations consisting of 2 conductor shielded cable. ypes A and B Cable Materials. Provide the following materials for Type A and B cables: Use the size and number of conductors shown on the plans. Unless otherwise shown on the plans, use conductors consisting of 7 copper strands. Ensure color coding of conductors and sequence for cables are in compliance with Table 1. Base color is the insulation color. Tracer color is the colored stripe that is part of or firmly adhered to the insulation surface for the full length of the conductor. Ensure 2-conductor cable is of the round twisted type with fillers used where necessary to form a round cable. For cables with more than 2 conductors, ensure individual conductors are laid up symmetrically in layers with fillers used when necessary, to produce a uniform assembly of conductors with a firm, compact cylindrical core. Ensure fillers are a non-metallic, moisture-resistant, non-wicking material. Supply conductor assemblies covered with a wrapping of a moisture-resistant tape applied to overlap at least 10% of the tape width. Ensure the taped conductor assembly is covered with a tightly fitting black polyethylene jacket that is smooth and free from holes, splits, blisters, and any other imperfections. Supply cables that clearly show the name of the manufacturer and the IMSA specification number applied at approximate 2-ft. intervals to the outer surface of the jacket by indent printing. 2. 2.1. 2.2. 2.3. 2.4. Corpus Christi Standard Specification for Construction June 29, 2015 Item 684 Traffic Signal Cables Page. 2 2.5. Additional Requirements for Type B Cable Materials. Additional material requirements particular to Type B cable are as follows: ■ Ensure cables consisting of 5 or more conductors have a 0.25-in. nominal diameter messenger. For the messenger, use Class A galvanized Extra High Strength Steel Strand with 3 or 7 wires. ■ A solid strand messenger with 0.134-in. diameter may be used for cables with less than 5 conductors. ■ To provide corrosion protection, ensure the messenger strand is coated and the interstices are flooded with a rubber asphalt compound or equivalent. ■ Ensure the integral messenger and conductors are enclosed in the jacket forming a cross-section similar to a figure 8. 2.6. Type C Cable Materials. Use the following materials for Type C cables: ■ Unless otherwise shown on the plans, use No. 14 AWG insulated conductors with concentric stranding with black insulation on 1 of the 2 conductors and clear insulation on the other conductor. Ensure conductors have a minimum of 2 twists per foot within the cable. ■ Use cables that have 100% shield coverage using aluminum bonded to a Mylar film. Ensure the drain wire is stranded tinned copper, 2 AWG sizes less than the conductor, and in continuous contact with the aluminum side of the shield material. ■ Ensure the jacket is black polyethylene. ■ Use cables that legibly show the name of the manufacturer and the IMSA specification number applied at approximate 2-ft. intervals on a tape under the outer jacket. 2.7. Sampling. The Engineer may take samples from each roll of each size of cable for establishing conformity to IMSA. The samples will be at least 3 ft. long. Replace any cable failing to meet IMSA requirements. 3. CONSTRUCTION For each cable run in underground conduit, coil an extra 5 ft. of cable in each ground box. Splices are not permitted in Type A and B cables unless shown on the plans, or approved in writing. Ensure splices are watertight. Table 1 Conductor Color and Sequence for Cables Conductor No. Base Color Tracer Color 1 Black 2 White 3 Red 4 Green 5 Orange 6 Blue 7 White Black 8 Red Black 9 Green Black 10 Oranqe Black 11 Blue Black 12 Black White 13 Red White 14 Green White 15 Blue White 16 Black Red 17 White Red 18 Orange Red 19 Blue Red 20 Red Green 21 Orange Green Corpus Christi Standard Specification for Construction June 29, 2015 Item 684 Traffic Signal Cables Page. 3 Make splices between Type C cable and loop detector wires only in the ground box near the loop the cable is servicing. Use non-corrosive solder for splices. Ground the drain wire of Type C cable to earth ground only at the controller or detector cabinet. Ensure the resistance from the drain wire to the ground rod is less than 1 ohm. Test the cables after installation and before any connection to the cables. Cables testing less than 50 megohms insulation resistance at 500 volts will be rejected. 4. MEASUREMENT This Item will be measured by the foot of traffic signal cables. This is a plans quantity measurement Item. The quantity to be paid is the quantity shown in the proposal, unless modified by Article 9.2., "Plans Quantity Measurement." Additional measurements or calculations will be made if adjustments of quantities are required. 5. PAYMENT The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid for "Traffic Signal Cables" of the types and sizes specified. This price is full compensation for furnishing and installing materials, and for equipment, labor, tools, and incidentals, except as shown below. Cables inside traffic signal pole assemblies will be paid for under this Item. Cables used for inside signal heads and controllers or coils in ground boxes, pole bases, and on span wires will not be paid for directly but will be subsidiary to pertinent Items. Corpus Christi Standard Specification for Construction June 29, 2015 Item 685 Roadside Flashing Beacon Assemblies Page. 1 Item 685 Roadside Flashing Beacon Assemblies DESCRIPTION ■ Installation. Furnish, fabricate, and erect roadside flashing beacon assemblies. ■ Relocation. Remove and relocate existing roadside flashing beacon assemblies. ■ Removal. Remove existing roadside flashing beacon assemblies. 2. MATERIALS Furnish new materials in accordance with the following Items and details shown on the plans: ■ Item 441, "Steel Structures" ■ Item 442, "Metal for Structures" ■ Item 445, "Galvanizing" ■ Item 449, "Anchor Bolts" ■ Item 656, "Foundations for Traffic Control Devices" Provide prequalified flasher controller assemblies from the Department's MPL in accordance with DMS-11160, "Flasher Controller Assembly." Provide prequalified pedestal pole bases from the Department's MPL in accordance with DMS-11140, "Pedestal Pole Base." When shown on the plans, provide prequalified solar powered flasher controller assemblies from the Department's MPL in accordance with DMS-11150, "Solar Power Flasher Controller Assembly." 3. CONSTRUCTION Install foundations for installation and relocation in accordance with Item 656, "Foundations for Traffic Control Devices." 3.1. Fabrication. Provide poles and bases in accordance with Item 687, "Pedestal Pole Assemblies." Provide mild steel anchor bolts in accordance with Item 449, "Anchor Bolts." Use galvanized bolts, nuts, and washers. 3.2. Galvanizing. Galvanize all fabricated parts in accordance with Item 445, "Galvanizing." Repair galvanizing for any steel part or member damaged in assembly, transit, or erection, or any steel part or member welded after galvanizing, in accordance with Section 445.3.5., "Repairs." 3.3. Installation. Install roadside flashing beacon assemblies at the locations shown on the plans or as directed. Stake the assembly locations for verification by the Engineer unless otherwise shown on the plans. Install pole, breakaway base, connectors, wiring, signal beacons, sign, and foundation as shown on the plans, or as directed. Install the flasher controller assembly on the electrical service pole. Install watertight breakaway electrical fuse holders in all line and neutral conductors at the breakaway base. Use established industry and utility safety practices to erect assemblies near overhead or underground utilities. Consult with the appropriate utility company before beginning such work. Install solar panels, batteries, and battery box (when required) as shown on the plans or as directed. Corpus Christi Standard Specification for Construction June 29, 2015 Item 685 Roadside Flashing Beacon Assemblies Page. 2 3.4. Relocation. Disconnect and isolate the electrical power supply before removal of the assembly. Remove existing assembly as directed. Salvage existing components such as sign, beacons, pole, and base unless otherwise directed. Repair or replace lost or damaged components as directed. Relocate existing assembly to the location shown on the plans or as directed. Install existing assembly at new foundations in accordance with Section 685.3.3., "Installation." Remove existing foundations in accordance with Section 685.3.5., "Removal." Accept ownership of unsalvageable materials and dispose of in accordance with federal, state, and local regulations. 3.5. Removal. Disconnect and isolate existing electrical power supplies before removal of the assembly. Remove existing sign panel, beacons, pole, and base from existing assembly. Store items to be reused or salvaged without damaging. Store sign panels above the ground in a vertical position at locations shown on the plans or as directed. Accept ownership of unsalvageable materials and dispose of in accordance with federal, state, and local regulations. Remove abandoned foundations, including steel, to 2 ft. below the finished grade unless otherwise shown on the plans. Backfill with material equal in composition and density to the surrounding area, and replace any surfacing, such as asphalt pavement or concrete riprap, with like material to equivalent condition. 4. MEASUREMENT This Item will be measured by each installed, relocated, or removed roadside flashing beacon assembly. 5. PAYMENT The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid for "Install Roadside Flashing Beacon Assemblies," "Install Roadside Flashing Beacon Assemblies (Solar Powered)," "Relocate Roadside Flashing Beacon Assemblies," "Relocate Roadside Flashing Beacon Assemblies (Solar Powered)," "Remove Roadside Flashing Beacon Assemblies," or "Remove Roadside Flashing Beacon Assemblies (Solar Powered)." The Department will pay for electrical energy consumed by the roadside flashing beacon. New conduit will be paid for under Item 618, "Conduit," except for conduit in the foundation and within 6 in. of the foundation. New electrical conductors will be paid for under Item 620, "Electrical Conductors." New tray cable will be paid for under Item 621, "Tray Cable." New duct cable will be paid for under Item 622, "Duct Cable." New ground boxes will be paid for under Item 624, "Ground Boxes." New electrical services will be paid for under Item 628, "Electrical Services." New signs will be paid for under Item 636, "Signs." New signal heads will be paid for under Item 682, "Vehicle and Pedestrian Signal Heads." New traffic signal cable will be paid for under Item 684, "Traffic Signal Cables." 5.1. Installation. This price is full compensation for furnishing, fabricating, galvanizing, assembling, and erecting the roadside flashing beacon assemblies including poles and bases; solar power flashing controller assemblies including battery box (when required); foundations; conduit in the foundation and within 6 in.of the foundation; furnishing and placing anchor bolts, nuts, washers, and templates; controller; and materials, equipment, labor, tools, and incidentals. 5.2. Relocation. This price is full compensation for removing the roadside flashing beacon assemblies; removing battery box (when required); removing existing foundations; installing new foundations; installing new conduit in the foundation and within 6 in.of the foundation; furnishing, fabricating, and installing any new components as required and replacing the assembly on its new foundations with all manipulations and electrical work; controller; salvaging; disposal of unsalvageable materials; loading and hauling; and materials, equipment, labor, tools, and incidentals. Corpus Christi Standard Specification for Construction June 29, 2015 Item 685 Roadside Flashing Beacon Assemblies Page. 3 5.3. Removal. This price is full compensation for removing the various roadside flashing beacon assemblies components; removing the foundations; storing the components to be reused or salvaged; disposal of unsalvageable materials; backfilling and surface placement; loading and hauling; and materials, equipment, tools, labor, and incidentals. Corpus Christi Standard Specification for Construction June 29, 2015 Item 686 Traffic Signal Pole Assemblies Page. 1 Item 686 Traffic Signal Pole Assemblies (Steel) DESCRIPTION ■ Installation. Fabricate, furnish, and install steel traffic signal pole assemblies. ■ Relocation. Remove and relocate existing steel traffic signal pole assemblies. MATERIALS Provide new materials that comply with the details shown on the plans, the requirements of this Item, and the pertinent requirements of the following Items: Item 416, "Drilled Shaft Foundations" Item 421, "Hydraulic Cement Concrete" Item 441, "Steel Structures" Item 442, "Metal for Structures" Item 445, "Galvanizing" Item 449, "Anchor Bolts" Furnish alloy steel or medium-strength mild steel anchor bolts in accordance with Section 449.2.1., "Bolts and Nuts," unless otherwise shown on the plans. 3. CONSTRUCTION 3.1. Standard Design. Fabricate poles assemblies in accordance with this Item to the designs shown on the plans. Alternate designs are not acceptable. Deviations that affect the basic structural behavior of the pole are considered to be alternate designs. For deviations that do not affect the basic structural behavior of the pole, electronically submit shop drawings in accordance with Item 441, "Steel Structures," to the Bridge Division for approval. 3.2. Fabrication. Fabricate and weld in accordance with Item 441, "Steel Structures," AWS D1.1, Structural Welding Code—Steel; and the requirements of this Item. Fabrication tolerances are given in Table 1. Table 1 Fabrication Tolerances Part Dimension Tolerance (in.) Pole and mast arm shaft Lenqth ±1 Thickness +0.12, -0.02 Difference between flats or diameter ±3/16 Straightness 1/8 in 10 ft. Attachment locations ±1 Base and mast arm mounting plates Overall ±3/16 Thickness +1/4, -0 Deviations from flat 3/16 in 24 in. Spacing between holes ±1/8 Bolt hole size ±1/16 Anchor bolts Length ±1/2 Threaded Length ±1/2 Galvanized Length -1/4 Assembled shafts Angular Orientation 1/16 in 12 in.1 Centering ±3/16 Twist 3°in 50 ft. 1. 1/8 in 12 in. between mounting plates and between mounting plates and base plates. Corpus Christi Standard Specification for Construction June 29, 2015 Item 686 Traffic Signal Pole Assemblies Page. 2 Fabrication plants that produce steel traffic signal pole assemblies must be approved in accordance with DMS-7380, "Steel Non-Bridge Member Fabrication Plant Qualification." The Department maintains an MPL of approved traffic signal pole assembly fabrication plants. Provide properly fitting components. Provide round or octagonal shafts for poles and mast arms tapered as shown on the plans. Fabricate mast arms straight in the unloaded condition unless otherwise shown on the plans. The Department will accept bolted slip joints overlapping by at least 1.5 diameters in mast arms 40 ft. and longer. Provide circumferential welds only at the ends of the shafts. Provide no more than 2 longitudinal seam welds in shaft sections. Grind or smooth the exterior of longitudinal seam welds to the same appearance as other shaft surfaces. Ensure 100% penetration within 6 in. of circumferential base welds and 60% minimum penetration at other locations along the longitudinal seam welds. Use a welding technique that minimizes acid entrapment during later galvanizing. Hot-dip galvanize all fabricated parts in accordance with Item 445, "Galvanizing." Treat welds with Ultrasonic Impact Treatment when shown on the plans after galvanization and with the dead load (actual or simulated) applied. Repair damaged galvanizing in accordance with Section 445.3.5., "Repairs." Connect the luminaire arm to the pole with simplex fittings. Ensure the fittings have no defects affecting strength or appearance. Permanently mark, at a visible location when erected, pole base plates and mast arm mounting plates with the design wind speed. Permanently mark, at a visible location when erected, pole base plates and fixed mast arm mounting plates with the fabrication plant's insignia or trademark. Place the mark on the pole base plate adjacent to the hand- hole access compartment. Deliver each traffic signal pole assembly with fittings and hardware either installed or packaged with its associated components. Ship all components with a weatherproof tag identifying the manufacturer, Contract number, date, and destination of shipment. 3.3. Installation. Locate traffic signal pole assemblies as shown on the plans unless otherwise directed to secure a more desirable location or avoid conflict with utilities. Stake the traffic signal pole assembly locations for verification by the Engineer. Use established industry and utility safety practices when working near overhead or underground utilities. Consult with the appropriate utility before beginning work. Construct foundations for new traffic signal pole assemblies in accordance with Item 416, "Drilled Shaft Foundations," and the details shown on the plans. Orient anchor bolts as shown on the plans. Erect structures after foundation concrete has attained its design strength as required on the plans and Item 421, "Hydraulic Cement Concrete." Coat anchor bolt threads and tighten anchor bolts in accordance with Item 449, "Anchor Bolts." After the traffic signal pole assembly is plumb and all nuts are tight, tack weld each anchor bolt nut in 2 places to its washer. Tack weld each washer to the base plate in 2 places. Never weld components to the bolt. Tack weld in accordance with Item 441, "Steel Structures." After tack welding, repair galvanizing damage on bolts, nuts, and washers in accordance with Section 445.3.5., "Repairs." Do not grout between the base plate and the foundation. Corpus Christi Standard Specification for Construction June 29, 2015 Item 686 Traffic Signal Pole Assemblies Page. 3 3.4. Relocation. Disconnect and isolate traffic signal cables before removing the pole. Remove existing traffic signal pole assemblies as directed. Ensure the poles or attached components suffer no undue stress or damage. Signs, signal heads, mounting brackets, luminaires, etc., may be left on the poles. Repair or replace damaged components as directed. Remove abandoned concrete foundations, including steel, to a point 2 ft. below final grade unless otherwise shown on the plans. Cut off and remove steel protruding from the remaining concrete. Backfill the hole with materials equal in composition and density to the surrounding area. Replace surfacing material with similar material to an equivalent condition. Move existing pole assemblies to locations shown on the plans, or as directed. Construct foundations for relocated traffic signal pole assemblies in accordance with Item 416, "Drilled Shaft Foundations," and the details shown on the plans. Install existing pole assemblies on new foundations in accordance with Section 686.3.3., "Installation." Accept ownership of unsalvageable materials and dispose of in accordance with federal, state, and local regulations. 4. MEASUREMENT This Item will be measured by each traffic signal pole assembly installed or relocated. 5. PAYMENT The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid for "Install Traffic Signal Pole Assemblies (Steel)" of the types and sizes specified or "Relocate Traffic Signal Pole Assemblies (Steel)" of the types specified. New drilled shaft foundations will be paid for under Item 416, "Drilled Shaft Foundations." 5.1. Installation. This price is full compensation for furnishing, fabricating, galvanizing, assembling, and erecting the pole upon a foundation; furnishing and erecting required mast arms and luminaire arms; furnishing and placing anchor bolts, nuts, washers, and templates; and materials, equipment, labor, tools, and incidentals. 5.2. Relocation. This price is full compensation for removing traffic signal pole assemblies; removing existing foundations; backfilling and surface placement; storing the components to be reused or salvaged; furnishing, fabricating, and installing required new components including anchor bolts, nuts, washers, and templates; placing and securing traffic signal pole assemblies on new foundations; furnishing and placing conduit, ground rods, and wiring; disposal of unsalvageable materials; loading and hauling; and materials, equipment, labor, tools, and incidentals. City of Corpus Christi Standard Specification for Construction January 04, 2011 ITEM 687 Pedestal Pole Assemblies Page 1 Item 687 Pedestal Pole Assemblies 687.1. Description: Furnish and install pedestal pole assemblies for vehicle and pedestrian signal. 687.2. Materials: Furnish new materials in accordance with the following Items and with details shown on the plans: A. Anchor Bolts. TxDOT Standard Specification Item 449, “Anchor Bolts” B. Foundations. Item 656, “Foundation for Traffic Control Devices” C. Pedestal Pole Base. Provide pedestal pole bases in accordance with TxDOT DMS- 11140, “Pedestal Pole Base.” Provide pedestal pole bases from manufacturers prequalified by the Texas Department of Transportation, Traffic Operations Division. D. Pedestal Pole. Provide 4-inch diameter spun aluminum pipe. 687.3 Equipment: Provide the machinery, tools and equipment necessary for proper prosecution of the work. All machinery, tools and equipment used shall be maintained in a satisfactory and workmanlike manner. 687.4 Construction: Install foundations in accordance with Item 656, “Foundation for Traffic Control Devices.” A. Pedestal Pole Base. Ground the base with connector to the ½-13 NC female threaded hole. Fabricate the base for 4 L-bend anchor bolts arranged in a square pattern with a 12- 3/4 inch bolt circle. Provide mild steel anchor bolts in accordance with TxDOT Item 449, “Anchor Bolts,” for each base. Provide three 1/16 inch thick and three 1/8 inch thick U- shaped galvanizing steel shims for each base. Size shims to fit around the anchor bolts. B. Installation. Install pedestal pole assemblies as shown on the plans or as directed. Pedestal pole assemblies include foundation, pole shaft, base, anchor bolts, anchor bolt nuts, anchor bolt template, shims, and miscellaneous components. Watertight breakaway electrical disconnects are required for pedestal pole assemblies used in conjunction with vehicle and pedestrian heads and components. Use established industry and utility safety practices to erect assemblies near overhead or underground utilities. Consult with the appropriate utility company prior to beginning such work. Repair damaged galvanizing in accordance with Section 445.3. D, “Repairs.” C. Painted Finish. When required, paint pedestal pole assemblies in accordance with details shown on the plans. 687.5 Measurement: This Item will be measured by each pedestal pole assembly. City of Corpus Christi Standard Specification for Construction January 04, 2011 ITEM 687 Pedestal Pole Assemblies Page 2 687.6 Payment: The work performed and materials furnished in accordance with this Item and measured as provided under “Measurement” will be paid for at the unit price bid for “Pedestal Pole Assembly.” This price is full compensation for furnishing and installing the shaft; base, shims, anchor bolts, and foundation; and materials, equipment, labor, tools, and incidentals. New signal heads will be paid for under Item 682, “Vehicle and Pedestrian Signal Heads.” 687.7 Bid Item: Item 687.1 Pedestal Pole Assembly per each. Corpus Christi Standard Specification for Construction June 29, 2015 Item 688 Pedestrian Detectors and Vehicle Loop Detectors Page.1 Item 688 Pedestrian Detectors and Vehicle Loop Detectors 1. DESCRIPTION Furnish and install traffic signal detectors. 2. MATERIALS Provide new materials that comply with the details shown on the plans, the requirements of this Item, and the pertinent requirments of the following Items: ■ Item 618, "Conduit" ■ Item 624, "Ground Boxes" ■ Item 682, "Vehicle and Pedestrian Signal Heads" ■ Item 684, "Traffic Signal Cables" 2.1. Pedestrian Detectors. Supply housing or an adapter (saddle) that conforms to the pole shape, fitting flush to ensure a rigid installation. Supply adapters of the same material and construction as the housing. Supply push-button switches that have single-pole, single-throw contacts and screw-type terminals and have a design life of at least 1 million operations. Ensure the internal components provide a push-button with normal open contacts, and include all electrical and mechanical parts required for operation. Ensure the push-button assembly is weather-tight and tamperproof, is designed to prevent an electrical shock under any weather condition, and has provisions for grounding in accordance with the NEC. 2.1.1. Standard Pedestrian Detectors. Provide a 2-piece cast aluminum housing unit consisting of a base housing and a removable cover. Provide threaded holes for 0.5-in conduit in the housing for any necessary conduit attachment. Ensure the manufacturer's name or trademark is located on the housing. 2.1.2. Accessible Pedestrian Signals (APS). Provide accessible pedestrian detectors in accordance with DMS-11132, "Accessible Pedestrian Signals (APS)." 2.2. Vehicle Loop Detectors. Use stranded copper No. 14 AWG XHHW cross-linked-thermosetting- polyethylene-insulated conductor rated for 600 volts AC for vehicle detector loop wire unless otherwise shown on the plans. Ensure each length of wire shows the name or trademark of the manufacturer, insulation voltage rating, wire gauge, and insulation type at approximate 2-ft. intervals on the insulation surface. When shown on the plans, use flexible vinyl or polyethylene tubing with 0.184 in. minimum inside diameter, 0.031 in. minimum wall thickness, 0.26 in. maximum outside diameter, and a smooth bore. Use tubing that does not adhere to the loop wire in any way and is capable of resisting deterioration from oils, solvents, and temperatures up to 212°F. Use tubing that is abrasion-resistant and remains flexible from -22°F to 212°F. Use orange or red tubing unless otherwise shown on the plans. Use sealant for the vehicle detector loops in accordance with DMS-6340, "Vehicle Loop Wire Sealant." Corpus Christi Standard Specification for Construction June 29, 2015 Item 688 Pedestrian Detectors and Vehicle Loop Detectors Page.2 3. CONSTRUCTION 3.1. Pedestrian Detectors. 3.1.1. Push-Button Unit. Meet the requirements of the TMUTCD when installing push-buttons. Wire the push- button according to manufacturer's installation instructions. Close unused housing openings with a weather- tight closure painted to match the housing. Verify that each button is communicating and fully functional. Do not use terminal connections or splice wire leads except at approved locations. All allowed splices must be watertight. Attach wires to terminal posts with solderless terminals unless otherwise advised by manufacturer's recommendations. Attach terminals to the wires with a ratchet-type compression crimping tool properly sized to the wire. Mount a pedestrian push button sign near each push button as shown on the plans. For installations where APS buttons are placed less than 10 ft. apart from one another, program the appropriate speech walk message (include the name of the appropriate street in the message) for these buttons. When 2 APS buttons are installed on the same pole ensure that the APS buttons are insulated to eliminate vibrations from traveling to the other button. 3.1.2. Controller Unit. If a controller unit is required by the plans, integrate the pedestrian controller unit into the traffic signal controller cabinet assembly. 3.2. Vehicle Loop Detectors. Provide the loop location, configuration, wire color, and number of turns shown on the plans. Loops may be adjusted by the Engineer to fit field conditions. 3.2.1. Saw-Cuts. Cut the pavement with a concrete saw to form neat lines. Do not exceed 1 in. depth on concrete bridge slab saw-cuts. Cut all other saw-cuts deep enough to provide a minimum of 1 in. depth of sealant over the wire. Make a separate saw-cut from each loop to the edge of the pavement unless otherwise shown on the plans. Ensure the cut is clean and dry when the wire and sealant are placed. 3.2.2. Conduit. Place conduit between the pavement and ground box as shown on the plans. 3.2.3. Loop Wire Color. Use the following color code unless otherwise shown on the plans. Use white for the first loop on the right followed by black, orange, green, brown, and blue. Use the same color for all loops in the same lane. Loops installed in multi-lanes will have the same color code in the order the loops are installed. When facing the same direction that traffic flows, the color code will read from right to left for all lanes carrying traffic in that direction. If traffic moves in 2 directions, the color code will be repeated for the other direction of traffic. 3.2.4. Loop Wire Installation. When shown on the plans, place the loop wire in a flexible vinyl or polyethylene tubing in accordance with Article 688.2., "Materials." The loop wire color requirements do not apply to wires in tubing. Twist the wire from the loop to the ground box a minimum of 5 turns per foot. When only one pair of wires is in a saw-cut, it need not be twisted while in the saw-cut. Do not splice loop wire in the loop or in the run to the ground box. Hold the loop wire in place every 2 ft. with strips of rubber, neoprene flexible tubing, or polyethylene foam sealant approximately 1 in. long. Leave these strips in place and fill the slot with loop sealant. Splice the loop lead-in cable and loop detector wires only in the ground box near the loop it is serving. Use non-corrosive solder for splices and ensure the splice is watertight. Ground the drain wire of the loop lead-in Corpus Christi Standard Specification for Construction June 29, 2015 Item 688 Pedestrian Detectors and Vehicle Loop Detectors Page.3 cable to earth ground only at the controller or detector cabinet. Ensure the resistance from the drain wire to the ground rod is less than 1 ohm. 4. MEASUREMENT This Item will be measured by the foot of saw-cut containing loop wire and each pedestrian push-button and controller unit. This is a plans quantity measurement Item. The quantity to be paid is the quantity shown in the proposal, unless modified by Article 9.2., "Plans Quantity Measurement." Additional measurements or calculations will be made if adjustments of quantities are required. 5. PAYMENT The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid for "Vehicle Loop Detectors" of the type specified, "Pedestrian Detector Push-button Units" of the type specified or "Pedestrian Detector Controller Unit." This price is full compensation for furnishing, installing, and testing the detectors, detector controller units, including detector configuration devices or software (when applicable); saw-cutting, excavation, backfill, sealant, and sealant placement; pavement repair associated with saw-cutting; and materials, equipment, labor, tools, and incidentals, except as follows. The conduit and loop wire from the edge of pavement to the ground box used for the vehicle loop detectors will not be measured or paid for directly but will be subsidiary to this Item. New ground boxes will be paid for under Item 624, "Ground Boxes." New loop lead-in cable will be paid for under Item 684, "Traffic Signal Cables." Corpus Christi Standard Specification for Construction June 29, 2015 Item 690 Maintenance of Traffic Signals Page.1 Item 690 Maintenance of Traffic Signals 1. DESCRIPTION Furnish, install, modify, repair, replace, or remove components of a traffic signal: 2. MATERIALS The Department will only furnish traffic signal poles, mast arms, and controllers that become part of the final installation, unless otherwise noted on the plans. Submit a materials list to the Engineer for all poles, mast arms, and controllers needed. Pick up materials at the locations and times shown on the plans. Designate in writing the persons authorized to pick up the materials. Assume responsibility for all materials furnished by the Department. Use materials furnished by the Department for this Contract only. Return unused or removed materials deemed salvageable by the Engineer to the Department upon completion of the work and before final payment at location shown on the plans or as directed. Dispose of materials deemed unsalvageable by the Engineer, in accordance with federal, state, and local regulations. When materials are required to be furnished by the Contractor, meet the Materials Article requirements of the pertinent Item. 3. EQUIPMENT Use equipment that includes, but is not limited to: ■ an aerial device capable of reaching overhead work, ■ trenching machine, ■ boring machine, ■ concrete saw, and ■ digger-boom truck. Use only equipment, tools, and machinery in good repair and operating condition. Repair or replace any equipment that, in the opinion of the Engineer, may affect the quality of work or safety. WORKMETHODS Conform to the NEC, local utility requirements, requirements of this Item, and pertinent requirements of the following Items: ■ Item 416, "Drilled Shaft Foundations" ■ Item 421, "Hydraulic Cement Concrete" ■ Item 476, "Jacking, Boring, or Tunneling Pipe or Box" ■ Item 610, "Roadway Illumination Assemblies" ■ Item 618, "Conduit" ■ Item 620, "Electrical Conductors" ■ Item 622, "Duct Cable" ■ Item 624, "Ground Boxes" ■ Item 625, "Zinc-Coated Steel Wire Strand" ■ Item 627, "Treated Timber Poles" ■ Item 628, "Electrical Services" ■ Item 636, "Signs" 4. Corpus Christi Standard Specification for Construction June 29, 2015 Item 690 Maintenance of Traffic Signals Page.2 ■ Item 656, "Foundations for Traffic Control Devices" ■ Item 680, "Highway Traffic Signals" ■ Item 682, "Vehicle and Pedestrian Signal Heads" ■ Item 684, "Traffic Signal Cables" ■ Item 685, "Roadside Flashing Beacon Assemblies" ■ Item 686, "Traffic Signal Pole Assemblies (Steel)" ■ Item 687, "Pedestrian Pole Assemblies" ■ Item 688, "Pedestrian Detectors and Vehicle Loop Detectors" Perform the following work as directed: 4.1. Conduit. Install, replace, remove, or modify conduits in accordance with Item 618, "Conduit"; as shown on the plans; or as directed. Use 90° "sweep" type elbow on conduits entering a ground box. 4.2. Foundations. Install, replace, or remove foundations for traffic signal pole, pedestal pole, and ground mount controller cabinets in accordance with Item 416, "Drilled Shaft Foundations"; and in accordance with Item 656, "Foundations for Traffic Control Devices"; as shown on the plans; or as directed. 4.3. Concrete. Install concrete in accordance with Item 421, "Hydraulic Cement Concrete." 4.4. Ground Boxes. Install, repair, replace, remove, or modify ground boxes in accordance with Item 624, "Ground Boxes"; as shown on the plans; or as directed. 4.5. Vehicle and Pedestrian Detectors. Install, repair, replace, remove, or modify pedestrian push buttons and vehicle loop detectors in accordance with Item 688, "Pedestrian Detectors and Vehicle Loop Detectors"; as shown on the plans; or as directed. 4.6. Electrical Service. Install, repair, replace, remove, or modify an electrical service assembly in accordance with Item 628, "Electrical Services"; as shown on the plans; or as directed. Mount any or all of the following on an electrical service support assembly: conduit, weather head, load center, meter base, lightning protection, wiring, and associated hardware. 4.7. Signal Pole. Install, repair, replace, remove, or modify signal poles in accordance with pertinent Items, as shown on the plans, or as directed. Comply with Item 627, "Treated Timber Poles," for timber signal poles with guy wires and anchors and Item 686, "Traffic Signal Pole Assemblies (Steel)," for steel poles with concrete foundations. Remove timber poles and anchors completely, to 24 in. below ground level, or as directed. Remove concrete foundations to 24 in. below ground level, or as directed. Install, repair, replace, remove, or modify pedestrian signal pole assemblies in accordance with Item 687, "Pedestrian Pole Assemblies"; as shown on the plans; or as directed. Install, repair, replace, remove, or modify roadside flashing beacons in accordance with Item 685, "Roadside Flashing Beacon Assemblies"; as shown on the plans; or as directed. 4.8. Down Guy. Install, replace, remove, or modify down guy with guard or down guy with anchor and guard. 4.9. Steel Wire Strand. Install, replace, or remove steel wire strand in accordance with Item 625, "Zinc-Coated Steel Wire Strand"; as shown on the plans; or as directed. Attach span wire on timber poles using a 5/8-in. straight thimble-eye bolt. Attach span wire on metal poles using at least 2 turns of wire around the pole. Place and properly tighten the 3-bolt clamp as near as possible to the pole. 4.10. Luminaire Head and Mast Arm. Install, replace, remove, or modify luminaire heads, arms, bulbs, photocells, and hardware on timber or steel signal poles. Install material using manufacturer's specifications. Fuse luminaires individually in the signal pole hand-hole. Install a separate cable from the breaker load panel to each luminaire. Corpus Christi Standard Specification for Construction June 29, 2015 Item 690 Maintenance of Traffic Signals Page.3 4.11. Signal Head Assembly. Install, repair, replace, remove, or modify pedestrian signal heads or vehicle signal head assemblies in accordance with Item 682, "Vehicle and Pedestrian Signal Heads"; as shown on the plans; or as directed. Mount signal heads by a span wire hanger clamp, bracket arm assembly, or mast arm bracket assembly. Signal head assemblies consist of 1 to 12 signal sections. Install signal heads as shown on the plans, or as directed. Assemble the signal heads with backplates, louvers, and brackets as needed. Mount all signal heads at the same elevation. Install signal head perpendicular to the travel lane it controls. Plumb all signal heads vertically and horizontally. 4.12. Traffic Signal Controller Cabinet, Ground Mount. Install, repair, replace, remove, or modify ground- mounted cabinet. Plumb and tighten the cabinet. Apply silicone sealant around the base of the cabinet. Coil all cabling that enters the cabinet neatly on the cabinet floor. Mark and terminate each cable as shown on the plans, or as directed. 4.13. Traffic Signal Controller Cabinet, Pole Mount. Install, repair, replace, remove, or modify pole-mounted cabinet. Plumb and tighten the cabinet. Coil all cabling that enters the cabinet neatly on the cabinet floor. Mark and terminate each cable as shown on the plans, or as directed. 4.14. Flashing Beacon Controller Cabinet. Install, repair, replace, remove, or modify flasher cabinet. Plumb and tighten the cabinet. Coil all cabling that enters the cabinet neatly on the cabinet floor. Mark and terminate each cable as shown on the plans, or as directed. 4.15. Cables. Install, repair, replace, remove, or modify signal, loop lead-in, electrical, communication, or illumination cables in conduits or along messenger cables in accordance with Item 620, "Electrical Conductors"; in accordance with Item 684, "Traffic Signal Cables"; as shown on the plans; or as directed. Attach aerial cable at 1-ft. intervals using approved cable ties along a messenger span cable. Install a drip loop with at least 2 turns at each pole, signal head, and weather head. Label each cable brought into the controller cabinet. Coil 5 ft. of cable neatly on the traffic signal controller cabinet floor for each cable. Install solderless pressure connectors that meet the requirements of the NEC for all wires attached to terminal posts. Use a ratchet-type full-circle crimper for insulated terminals to provide a solderless pressure connector. 4.16. Sealing. Install, repair, replace, remove, or modify sealant in detector saw slots, at the open end of all conduits terminated at the roadway edge, and in ground boxes. Apply sealant as shown on the plans or as directed. 4.17. Salvage Operations. Remove traffic signal when no replacement is required. Return unused or removed material deemed salvageable by the Engineer to the Department. Dispose of all other material. 4.18. Signal-Related Signs. Install, repair, replace, remove, or modify small post-mounted or overhead signs. 4.19. Curbs, Ramps, and Sidewalks. Install, repair, replace, remove, or modify curbs, ramps, and sidewalks. Secure permission to install traffic signal items before cutting into or removing curbs, ramps, and sidewalks. Replace all curbs, ramps, and sidewalks as shown on the plans. Install pedestrian access ramps as shown on the plans. 4.20. Protection of Utilities. Locate and protect all public lines and utility customer service lines in the work area. Notify the utility company and locate and mark, uncover, or otherwise protect all such lines in the construction area. Obtain information on the location and grade of water, sewer, gas, telephone, electric lines, and other utilities in the work area from the utility company. This information does not relieve the Contractor of responsibility for protecting utilities. Corpus Christi Standard Specification for Construction June 29, 2015 Item 690 Maintenance of Traffic Signals Page.4 Reimburse the utility line owner for expenses or costs (including fines that may be levied against the utility company) that may result from unauthorized or accidental damage to any utility lines in work area. 4.21. Preservation of Sod, Shrubbery, and Trees. Preserve all sod, shrubbery, and trees at the site during the Contract. Obtain permission to remove any sod, shrubbery, or tree branches. Preserve and restore sod and shrubbery into their original position. Replace damaged sod or shrubbery at the Contractor's expense. 4.22. PVC Weatherproof Enclosures. Install, remove, or replace 12 x 12 x 6-in. PVC weatherproof enclosure at locations shown on the plans or as directed. Only use enclosure for reconnecting or terminating traffic signal cables at the top of a timber or steel strain pole which has been replaced or reinstalled due to accidental knock down. 4.23. LED Lamp Unit. Install, replace, or remove LED optical unit in accordance with Item 682, "Vehicle and Pedestrian Signal Heads"; as shown on the plans; or as directed. 4.24. Spread Spectrum Radio Antennas. Replace, repair, or install spread spectrum radio antenna in accordance with Special Specification, "Spread Spectrum Radios for Traffic Signals"; as shown on the plan; or as directed. 4.25. Video Imaging Vehicle Detection System (VIVDS). Install, repair, replace, remove, or modify VIVDS in accordance with Special Specification, "Video Imaging Vehicle Detection System," as shown on the plans, or as directed. 4.26. Controller Cabinet PM  Controller Cabinet Mounting: Check the snugness of the nuts on the traffic signal cabinet anchor bolts and tighten if necessary.  Controller Cabinet Foundation Seal: Check for standing water or evidence of water presence inside the bottom of the cabinet, check the seal between the bottom of the cabinet foundation for deterioration and reseal if necessary.  Door Gaskets: Check, repair or replace all door gaskets on the traffic controller cabinet, electrical service cabinet and any other enclosures for evidence of moisture or deterioration.  Cabinet Vents: Check, clean vents on door and above the door to ensure they are free of foreign debris. Check, clean or replace air filter as needed.  Cabinet Fans: Check and verify fan is operating properly. Repair or replace cabinet fan(s) if not working or making a lot of noise.  Thermostat: Verify the cabinet fan thermostat is working and set at 80°  Interior Light: Verify light is working properly  Hinges and Locks: Check the free movement of all doors, latching assemblies and locks on the controller cabinet, electric service cabinet and any other enclosures. Use oil or spray lubricant for free movement.  Vacuum Cabinet: Blow or brush off shelves, terminal blocks and components and thoroughly vacuum the interior of the cabinet.  Insect or Rodent Infestation: Check for signs of ants, insects or rodents within the cabinet. Use appropriate insect traps or powders if any positive findings are discovered. More serious problem should be reported to City.  Cabinet Grounding: Using appropriate equipment, check the resistance between AC and ground. Should be no more than 25 ohms and prefer to have it below 10 ohms.  Service Connections: Verify neutral, ground and power connections are secure in the controller and service cabinets.  Plug-In Components: Check the each plug-in components (rack mounted detectors, relays, load switches, etc.) fit tightly and securely. 4.27. Battery Back-Up Unit (BBU) PM  Load test all batteries and record on paper and with silver marking pen on each battery the date and load test results.  Perform a 15 minute test.  Verify bypass switch is operating properly.  Verify unit is set for 50% fully operational and 50% red flash operation.  Inspect and test battery charging system.  Verify and inspect terminal connection for corrosion. If signs of corrosion clean with a solution as per manufacturer recommendation.  Verify and check all terminal connections are tighten and secured. Corpus Christi Standard Specification for Construction June 29, 2015 Item 690 Maintenance of Traffic Signals Page.5 5. MEASUREMENT Measurement will be as follows: 5.1. Removal of Conduit. By the foot of conduit. 5.2. Installation of Conduit by Trenching. By the foot of the trench containing conduit, regardless of the size of conduit. 5.3. Installation of Conduit by Jacking or Boring. By the foot of road bore made. Pits for jacking or boring are subsidiary to this Item. 5.4. Installation of Vehicle Detectors. By the foot of saw-cut containing detector wire. 5.5. Removal, Replacement, or Installation of Ground Boxes. By each box removed, replaced, or installed, regardless of the type of box. A concrete apron around the box will be considered subsidiary to this Item. 5.6. Removal, Replacement, or Installation of Cables. By the foot of traffic signal cables removed, replaced, or installed, except measurement will not be made for cable inside signal heads and controllers or cable coiled in ground boxes, in pole bases, and on span wires. 5.7. Installation of Duct Cables. By the foot of trench containing duct cable. 5.8. Removal, Replacement, or Installation of Cables by Messenger Cable. By the foot removed, replaced, or installed. 5.9. Removal, Replacement, or Installation of Span Cable Assembly. By the foot of span removed, replaced, or installed. A span is defined as the distance from one pole to the next pole. 5.10. Replacement or Installation of Electrical Service. By each electrical service replaced or installed. The removal of the existing assembly will be considered subsidiary to this Item. Removal, Replacement, or Installation of Timber Poles. By each timber pole removed, replaced, or installed. Attachment of required hardware is subsidiary to this Item. 5.11. Removal, Replacement, or Installation of Signal Head Assemblies. By each head removed, replaced, or installed. Assembly and wiring are subsidiary to this Item. 5.12. Removal, Replacement, or Installation of Signal Related Signs. By each sign assembly removed, replaced, or installed. 5.13. Removal, Replacement, or Installation of Pedestrian Push Buttons. By each push button removed, replaced, or installed. 5.14. Removal, Replacement, or Installation of Traffic Signal Pole Foundations. By the foot, of the type of foundation removed, replaced, or installed. 5.15. Installation of Foundations for Ground Mount or Pole Mount Cabinets. By each foundation installed. 5.16. Removal, Replacement, or Installation of Controller Cabinet, Ground Mount. By each cabinet removed, replaced, or installed. 5.17. Removal, Replacement, or Installation of Controller Cabinet, Pole Mount. By each cabinet removed, replaced, or installed. 5.18. Removal, Replacement, or Installation of Flasher Cabinet. By each cabinet removed, replaced, or installed. 5.19. Installation of Foundations for Roadside Flashing Beacon Assemblies. By each foundation installed. 5.20. Removal, Replacement, or Installation of Roadside Flashing Beacon Assemblies. By each assembly removed, replaced, or installed. Corpus Christi Standard Specification for Construction June 29, 2015 Item 690 Maintenance of Traffic Signals Page.6 5.21. Removal, Replacement, or Installation of Signal Pole Assemblies. By each assembly, according to the type of pole assembly removed, replaced, or installed. Wiring in the pole and hardware is subsidiary to this Item. 5.22. Removal, Replacement, or Installation of Curbs. By the foot removed, replaced, or installed. 5.23. Removal, Replacement, or Installation of Pedestrian Ramps. By each ramp removed, replaced, or installed. 5.24. Removal, Replacement, or Installation of Sidewalks. By the square foot removed, replaced, or installed. 5.25. Removal of Concrete Foundations. By each foundation removed. 5.26. Removal, Replacement, or Installation of Luminaire Heads. By each luminaire head removed, replaced, or installed. 5.27. Removal, Replacement, or Installation of Luminaire Mast Arms. By each mast arm removed, replaced, or installed. 5.28. Removal, Replacement, or Installation of Down Guy with Guard. By each down guy with guard removed, replaced, or installed. 5.29. Removal, Replacement, or Installation of Down Guy with Guard and Anchor. By each down guy with guard and anchor removed, replaced, or installed. 5.30. Removal, Replacement, or Installation of Down Guy and Anchor. By each down guy with guard and anchor removed, replaced, or installed. 5.31. Remove and Salvage Traffic Signals. By each signalized intersection salvaged. A signalized intersection is a group of traffic signals operated by a single controller. 5.32. Removal, Replacement, or Installation of 12 * 12 * 6-in. PVC Weatherproof Enclosure. By each PVC weatherproof enclosure removed, replaced, or installed. 5.33. Removal, Replacement, or Installation of LED Lamp Unit. By each LED lamp unit removed, replaced, or installed. 5.34. Removal, Replacement, or Installation of Spread Spectrum Radio Antennas. By each radio antenna removed, replaced, or installed. 5.35. Removal, Replacement, or Installation of Video Imaging Vehicle Detection System (VIVDS). By each camera assembly removed, replaced, or installed. 5.36. Controller Cabinet PM. By each Controller Cabinet 5.37. Battery Back Up Unit (BBU) PM. By each BBU 6. PAYMENT The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit prices for the various designations. This price is full compensation for furnishing all materials, equipment, labor, fines, tools, and incidentals. The City will pay for electrical energy consumed by the traffic signal. Wiring in the pole; splices; backfill (soil or concrete); sealing of conduit ends and loop detector saw slots; installation of loop wire and PVC for encased loops; protection of utilities; and preservation of sod, shrubbery, and trees will not be measured or paid for directly but will be subsidiary to pertinent Items. Corpus Christi Standard Specification for Construction July 7, 2015 Special Specification 6000 Illumination Maintenance Page. 1 Special Specification 6000 Illumination Maintenance 1. DESCRIPTION Maintain, install, repair, or replace the various appurtenances related to existing illumination systems. 2. LICENSES AND CERTIFICATION Provide personnel with electrical licensing and electrical certification in accordance with Item 7, “Legal Relations and Responsibilities,” and all applicable Special Provisions to Item 7, “Legal Relations and Responsibilities.” 3. MATERIALS Unless otherwise noted on the plans, the Department will furnish luminaires, luminaire poles, mast arms, anchor bolts, and transformer bases. Assume responsibility for all materials furnished by the Department. Use material furnished by the Department for this contract only. Furnish all materials required to repair breaks or shorts in electrical conductors and cables, including, but not be limited to, all concrete, ground boxes, wire mesh, conduit, conductors, and pipe casing. Ensure materials furnished by the Contractor meet all Department standards and specification requirements. Return unused or removed salvageable material to the Department upon completion of work and before final payment, at the location shown on the plans or as directed. Dispose of any unsalvageable material in accordance with federal, state, and local regulations. When performing maintenance on luminaires, verify if fixtures are covered under the manufacturer’s warranty. If warranty applies, coordinate with the Department and follow any necessary procedures to have the manufacturer replace or repair fixtures. 4. EQUIPMENT Furnish all equipment, tools and machinery necessary for the proper prosecution of the work. This will include, but is not limited to, an aerial device capable of reaching, installing and erecting all overhead lights and poles, trenching machine, boring machine, underground conductor detectors, underground fault detectors and splicing tools. Ensure equipment, tools, and machinery is at the worksite and is in good repair and operating condition before beginning work. Immediately repair or replace any equipment that may affect the quality of the work, as directed. 5. WORK METHODS Conform to the latest edition of the National Electric Code (NEC) as adopted by the Texas Department of Licensing and Regulations, local utility requirements, the requirements of this Item, and the pertinent requirements of the following Items:  Item 104, “Removing Concrete”  Item 400, “Excavation and Backfill for Structures” Corpus Christi Standard Specification for Construction July 7, 2015 Special Specification 6000 Illumination Maintenance Page. 2  Item 416, “Drilled Shaft Foundations”  Item 421, “Hydraulic Cement Concrete”  Item 431, “Pneumatically Placed Concrete”  Item 432, “Riprap”  Item 440, “Reinforcing Steel”  Item 476, “Jacking, Boring or Tunneling Pipe or Box”  Item 610, “Roadway Illumination Assemblies”  Item 613, “High Mast Illumination Poles”  Item 614, “High Mast Illumination Assemblies”  Item 616, “Performance Testing of Lighting Systems”  Item 618, “Conduit”  Item 620, “Conductors”  Item 621, “Tray Cable”  Item 622, “Duct Cable”  Item 624, “Ground Boxes”  Item 627, “Treated Timber Poles”  Item 628, “Electrical Services”  Item 652, “Highway Sign Lighting Fixtures” Perform work on this contract as directed. Maintain existing roadway illumination systems as directed. Perform a monthly inspection to determine if any maintenance of the illumination system are needed and provide a detailed report to the Engineer. Provide proper maintenance or repairs within 48 hr. of notification. Submit completed maintenance log as directed. Coordinate electric power issues with local utility company. The term “duct cable” as used herein consists of a complete assembly of conductors enclosed in a high density polyethylene duct. Perform maintenance, installation, removal, or replacement activities located near any overhead or underground utilities using established industry and utility safety practices. Consult with the appropriate utility company before beginning such work. Maintain, install, repair or replace the following items in accordance with the details as shown on the plans, the NEC and as directed: 5.1. Conduit. Install, remove, or replace conduits in accordance with Item 618, “Conduit.” Use 90° “sweep” type elbows on conduits entering a ground box or foundation. 5.2. Electrical Conductors. Install, remove, or replace electrical conductors in accordance with Item 620, “Electrical Conductors.” Strap cable as required when installing or replacing conductors in aerial runs. This work is subsidiary to this Item. 5.3. Tray Cable. Install, remove, or replace tray cable in accordance with Item 621, “Tray Cable.” 5.4. Duct Cable. Install, remove, or replace duct cable in accordance with Item 622, “Duct Cable.” 5.5. Conduit or Duct Cable Repair and Conductor Splices. Notify the Engineer when an underground break in duct cable or conduit must be located or if a short in a conductor must be located. Expose the break or short, install the ground box, repair the conduit or duct cable, perform the electrical splices, and backfill. Backfill in accordance with the construction methods of Item 400, “Excavation and Backfill for Structures.” New ground boxes will be paid for under, “Install Ground Box.” Corpus Christi Standard Specification for Construction July 7, 2015 Special Specification 6000 Illumination Maintenance Page. 3 When a ground box is not needed, expose the break or short, repair conduit or duct cable, remove damaged conductors, and install new conductors. Replace up to 3 ft. of conduit when repairing duct cable, regardless of the number of conduits in trench. Only one repair will be considered for payment per trench. If more than 3 ft. of conduit or duct cable needs to be replaced the additional will be paid for under “Replace Underground Conduit” or “Replace Duct Cable.” Replacement of conductors will be paid for under “Install or Replace Conductor.” Backfill in accordance with the construction methods of Item 400, “Excavation and Backfill for Structures.” An electrical splice will include the replacement of up to 3 ft. of conductor, regardless of the number of conductors in the conduit. Only one splice will be considered for payment per conduit. If more than 3 ft. of conductor needs to be replaced the additional will be paid for under “Install or Replace Conductor.” Above-ground conduit repairs performed in conjunction with a bid item will be considered subsidiary to the pertinent bid item. Above-ground conduit repairs not performed in conjunction with a bid item will include the replacement of up to 3 ft. of conduit per repair. If more than 3 ft. of conduit must be replaced, the additional will be paid for under “Replace Above-Ground Conduit.” 5.6. Bore Operations. Place underground wiring under roadways by boring in accordance with the construction methods for boring as outlined in Item 476, “Jacking, Boring or Tunneling Pipe or Box.” Bore a minimum of 60 in. below the roadway surface (and a minimum of 36 in. below the ditch flow-line) and extend 10 ft. outside the edge of the roadway or as directed. Placement of conduit for the length of the bore will be considered subsidiary to this bid item. Electrical conductors will be paid for under the bid item “Install or Replace Conductor.” 5.7. Install, Remove, or Replace Roadway Illumination Assembly. Install, remove, or replace roadway illumination assemblies. This will include the base, pole, luminaire arms, luminaire, and required wiring. 5.8. Install, Remove, or Replace Underpass Luminaire. Install, remove, or replace underpass luminaires. This will include the luminaire, junction box, mounting hardware, and required wiring. 5.9. Install, Remove, or Replace Induction Fluorescent Fixture. Install, remove, or replace induction fluorescent fixture. 5.10. Install, Remove, or Replace Luminaire. Install, remove, or replace luminaire. 5.11. Replace High Mast Luminaires. Replace high mast luminaires. 5.12. Replace Luminaire Pole. Replace luminaire pole. Removing and reinstalling existing luminaires and arms is subsidiary to this item. 5.13. Replace Luminaire Arms. Replace luminaire arms. 5.14. Maintenance of Roadway Illumination. Maintain roadway illumination assemblies including replacement of lamps, fuses, fuse holder, starting aid, photocells, ballasts, and other work required to keep lights operational. Relevel the fixture. Clean the reflector and inside and outside of lens with an approved cleaning solution. 5.15. Maintenance of High Mast Illumination. Maintain high mast illumination assemblies including lowering the ring assembly and the replacement of lamps, fuses, fuse holder, starting aid, photocells, ballasts, and other work required to keep lights operational. Re-aim the lights and clean the lenses and reflectors as directed. Clean the reflector and inside and outside of lens with an approved cleaning solution. Maintain mechanical and electrical equipment as directed. 5.16. Maintenance of Overhead Sign Lighting. Maintain overhead sign lighting for large signs mounted over the roadway including replacing the ballast, lamps, fuses and lamp sockets in order to properly restore the Corpus Christi Standard Specification for Construction July 7, 2015 Special Specification 6000 Illumination Maintenance Page. 4 lighting to satisfactory operation. Install in accordance with the details shown on the plans or as directed. Clean the reflector and inside and outside of lens with an approved cleaning solution. 5.17. Maintenance of Underpass Fixtures. Maintain HPS underpass fixtures including the replacement of lamps, fuses, fuse holder, starting aid, photocells, ballasts, and other work required to keep lights operational. Relevel the fixture. Clean the reflector and inside and outside of lens with an approved cleaning solution. 5.18. Maintenance of Induction Fluorescent Fixtures. Maintain induction fluorescent fixtures including the replacement of lamps, fuses, fuse holder, starting aid, photocells, ballasts, and other work required to keep lights operational. Relevel the fixture. Clean the reflector and inside and outside of lens with an approved cleaning solution. 5.19. Scheduled Preventive Maintenance of Roadway Illumination Assembly. Inspect and perform the following listed items according to the schedule provided by the Engineer:  Inspect and maintain all foundation anchor bolts, nuts, and washers.  Prep and touch up rust spots with cold galvanizing spray.  Replace lamp and clean fixtures as directed.  Replace ballast as directed.  Level fixture.  Inspect electrical system.  Repair shorts or open circuits. 5.20. Scheduled Preventive Maintenance of High Mast Assembly. Complete and sign “Luminaire Preventive Maintenance for High Mast Lighting” reports. Fill out forms legibly and completely. List all materials used at each location. Inspect and perform the following listed items according to the schedule provided by the Engineer:  Inspect and fill gearbox lubrication reservoir.  Lubricate grease fittings.  Adjust brake mechanism to proper torque.  Inspect cable drum.  Inspect all wire rope and cables for deterioration or wear.  Inspect safety chains.  Lower ring and inspect mechanism.  Inspect all foundation anchor bolts, nuts, and washers.  Inspect welds around baseplate and ground sleeve for visible cracks.  Prep and touch up rust spots with cold galvanizing spray.  Replace lamps and clean fixtures as directed.  Replace ballasts as directed.  Replace aviation warning lamps as directed.  Inspect electrical system.  Repair short or open circuits as directed.  Raise ring to proper position. 5.21. Replace Electrical Services. Replace electrical services in accordance with Item 628, “Electrical Services.” 5.22. Replace Service Pole. Replace service poles by removing the existing service pole, installing the new pole and related electrical service equipment, installing conduit including the elbow below ground for underground service feed or the weatherhead for overhead service feed, and connecting and installing electrical service. Install in accordance with Item 628, “Electrical Services.” Corpus Christi Standard Specification for Construction July 7, 2015 Special Specification 6000 Illumination Maintenance Page. 5 5.23. Install Ground Box. Install ground boxes in conformance with the details shown on the plans and Item 624, “Ground Boxes.” When shown on the plans, provide a Class “A” concrete apron conforming to Item 421, “Hydraulic Cement Concrete.” Place ground box to line and grade as approved. All wiring connections required inside the ground box will be considered subsidiary to this bid item. 5.24. Remove Ground Box. Remove ground box and fill hole with approved fill to at least 6 in. below conduit level. Remove conductors from conduit back to the point of termination. Uncover enough conduit that 90° bends can be removed and conduit reconnected. Clean conduit as per Item 618, “Conduit,” and pull and terminate new conductors. Conduit replaced within 5 ft. of the ground box will be subsidiary to this Item. Cleaning of conduit and pulling of conductors will be paid under “Install or Replace Conductor.” Backfill in accordance with the construction methods of Item 400, “Excavation and Backfill for Structures.” If more than 5 ft. of conduit or duct cable needs to be replaced the additional will be paid for under “Replace Underground Conduit” or “Replace Duct Cable.” If applicable, ground box removal includes removing the existing riprap apron. 5.25. Install Foundation. Install foundation for roadway illumination assemblies as shown on the plans and in accordance with the materials and construction methods outlined in Item 416, “Drilled Shaft Foundations.” 5.26. Remove Foundation. Remove foundations in accordance with Item 610, “Roadway Illumination Assemblies,” and Item 104, “Removing Concrete.” Backfill in accordance with the construction methods of Item 400, “Excavation and Backfill for Structures.” 5.27. Replace Transformer Base. Replace transformer base in accordance with the plans or as directed. The removal of the pole, mast arm, and luminaire for replacement of the transformer base only will be considered subsidiary to the pertinent bid items. 5.28. Replace Transformer Base Cover. Replace damaged or missing covers on existing transformer bases. 5.29. Replace Hand Hole Cover. Replace damaged or missing covers on existing illumination poles. 5.30. Install Ground Rod. The installation of ground rods will include running a properly sized copper grounding conductor to the ground connection. 5.31. Replace Ballast. Replace ballast for pole mounted, underpass, sign and wall pack fixtures in accordance with the details shown on the plans or as directed. 5.32. Replace Ballast (High Mast Lighting). Replace ballast for high mast fixtures. 5.33. Install or Replace Fused Disconnect. Install or replace fused disconnect. 5.34. Replace Lamp Socket. Replace lamp socket for pole mounted, underpass, and wall pack fixtures. 5.35. Replace Lamp. Replace lamps for pole mounted, underpass, sign and wall pack fixtures. Clean the reflector and inside and outside of lens with an approved cleaning solution. 5.36. Replace Lamp (High Mast Lighting). Replace lamp for individual high mast fixtures. Clean the reflector and inside and outside of lens with an approved cleaning solution. 5.37. Replace Wall Pack Luminaires. Replace wall pack luminaires on structures, rest areas, maintenance warehouses, and other facilities. 5.38. Replace Lens. Replace pole mounted, underpass, sign, wall pack or high mast luminaire lenses. 5.39. Replace Wall Pack Guard. Replace wall pack guard. Corpus Christi Standard Specification for Construction July 7, 2015 Special Specification 6000 Illumination Maintenance Page. 6 5.40. Replace Fuses. Replace fuses for pole mounted, underpass, sign and wall pack fixtures, and fused disconnects. 5.41. Replace Fuse Holders. Replace fuse holder for pole mounted, underpass, sign and wall pack fixtures. 5.42. Replace Breakaway Fuse Holders. Replace breakaway fuse. 5.43. Replace Starting Aid. Replace starting aid for pole mounted, underpass, sign and wall pack fixtures. 5.44. Replace Photocells and Brackets. Replace photocells and brackets. 5.45. Replace Control Transformer. Replace the control transformer. 5.46. Replace Control Circuit. Replace the control circuit. 5.47. Replace Aviation Warning Fixtures. Replace the aviation warning fixtures. 5.48. Replace Aviation Warning Lamp. Replace the aviation warning fixture lamp 5.49. Replace Hand-Off-Auto Switch. Replace three position Hand-Off-Automatic control switch. 5.50. Replace Contactor. Replace electromagnetic contactors. 5.51. Replace Meter Bases. Replace meter bases according to electrical service provider’s requirements. 5.52. Replace Time Clocks. Replace time clocks. 5.53. Replace Breaker Panel. Replace breaker panel. 5.54. Install or Replace Circuit Breaker. Install or replace circuit breakers. 5.55. Replace Flexible Power Cable or Cord. Replace flexible power cable or cord. 5.56. Replace Twist Lock Connectors. Replace twist lock connectors. 5.57. Replace Safety Chains. Replace safety chains. 5.58. Raise and Lower Ring (High Mast Lighting). Raise and lower ring in order to perform various maintenance and repair items. 5.59. Restrap Existing Conduit. Restrap existing conduit in accordance with the details shown on the plans or as directed. 5.60. Replace Missing Nuts, Washers, and Other Hardware. Replace missing nuts washers, and other miscellaneous hardware. 5.61. Troubleshoot for Repairs. Troubleshoot location as directed to identify work needed for repairs. 5.62. Project Inspections. Inspect and review the project to determine if any items are in need of repair and provide the Engineer with a list of these items. Make repairs to those items as approved. All repairs will be paid for by their respective pay items. Corpus Christi Standard Specification for Construction July 7, 2015 Special Specification 6000 Illumination Maintenance Page. 7 6. MEASUREMENT This Item will be measured as follows. 6.1. Conduit. By the foot of conduit installed, removed, or replaced. This will include the installation of all hardware necessary to attach and connect the conduit, and any excavation, backfill and compaction.  Install Above-Ground Conduit  Remove Above-Ground Conduit  Replace Above-Ground Conduit  Install Underground Conduit  Remove Underground Conduit  Replace Underground Conduit 6.2. Electrical Conductors. By the foot of electrical conductor installed, removed, or replaced.  Install Conductor  Remove Conductor  Replace Conductor 6.3. Tray Cable. By the foot of tray cable installed, removed, or replaced.  Install Tray Cable  Remove Tray Cable  Replace Tray Cable 6.4. Duct Cable. By the foot of duct cable installed, removed, or replaced. This will include excavation, backfill, and compaction.  Install Duct Cable  Remove Duct Cable  Replace Duct Cable 6.5. Conduit or Duct Cable Repair and Conductor Splices.  Install Electrical Splice. By each electrical splice installed per conduit.  Repair Above-Ground Conduit. By each conduit location repaired. This will include the installation of all hardware necessary to attach and connect the conduit  Repair Underground Conduit. By each conduit location repaired. This will include excavation, placement of conduit, backfill and compaction.  Repair Underground Duct Cable. By each duct cable location repaired. This will include excavation, placement of duct cable, backfill and compaction. 6.6. Road Bore. By the foot of road bore. This will include conduit installed. 6.7. Install, Remove, or Replace Roadway Illumination Assembly. By each assembly installed, removed, or replaced. This item includes all wiring and hardware connections above the foundation.  Install Roadway Illumination Assembly (HPS)  Remove Roadway Illumination Assembly (HPS)  Replace Roadway Illumination Assembly (HPS)  Install Roadway Illumination Assembly (LED)  Remove Roadway Illumination Assembly (LED)  Replace Roadway Illumination Assembly (LED) 6.8. Install, Remove, or Replace Underpass Luminaire. By each luminaire installed, removed, or replaced. Corpus Christi Standard Specification for Construction July 7, 2015 Special Specification 6000 Illumination Maintenance Page. 8  Install Underpass Luminaire (HPS)  Remove Underpass Luminaire (HPS)  Replace Underpass Luminaire (HPS)  Install Underpass Luminaire (LED)  Remove Underpass Luminaire (LED)  Replace Underpass Luminaire (LED) 6.9. Install, Remove, or Replace Induction Fluorescent Fixture. By each fixture installed, removed, or replaced.  Install Induction Fluorescent Fixture  Remove Induction Fluorescent Fixture  Replace Induction Fluorescent Fixture 6.10. Install, Remove, or Replace Luminaire. By each luminaire installed, removed, or replaced.  Install Luminaire  Remove Luminaire  Replace Luminaire 6.11. Replace High Mast Luminaires. By each high mast luminaire replaced. 6.12. Replace Luminaire Pole. By each pole replaced. 6.13. Replace Luminaire Arms. By each luminaire arm replaced. 6.14. Maintain Roadway Illumination. By each luminaire pole maintained. 6.15. Maintain High Mast Illumination. By each high mast pole maintained. 6.16. Maintain Overhead Sign Lighting. By each sign light maintained. 6.17. Maintain Underpass Fixture. By each underpass fixture maintained. 6.18. Maintain Induction Fluorescent Fixture. By each induction fluorescent fixture maintained. 6.19. Scheduled Preventive Maintenance (Roadway Illumination Assembly). By each roadway illumination pole. (Replacing lamp and ballast is subsidiary to this bid item.) 6.20. Scheduled Preventive Maintenance (High Mast Assembly). By each high mast pole regardless of the number of luminaires on the ring. (Replacing lamps and ballast is subsidiary to this bid item.) 6.21. Replace Electrical Service. By the each electrical service replaced. 6.22. Replace Service Pole (Timber, Steel, or Concrete). By each service pole replaced.  Replace Timber Service Pole  Replace Steel Service Pole  Replace Concrete Service Pole 6.23. Install Ground Box. By each ground box installed.  Install Ground Box  Install Ground Box w/ Apron 6.24. Remove Ground Box. By each ground box removed. Corpus Christi Standard Specification for Construction July 7, 2015 Special Specification 6000 Illumination Maintenance Page. 9 6.25. Install Foundation. By each foundation installed. 6.26. Remove Foundation. By each foundation removed. 6.27. Replace Transformer Base. By each base replaced. 6.28. Replace Transformer Base Cover. By each cover replaced. 6.29. Replace Hand Hole Cover. By each cover replaced. 6.30. Install Ground Rod. By each ground rod installed. 6.31. Replace Ballast. By each ballast replaced. 6.32. Replace Ballast (High Mast Lighting). By each high mast ballast replaced. 6.33. Install or Replace Fused Disconnect. By each fused disconnect installed or replaced.  Install Fused Disconnect  Replace Fused Disconnect 6.34. Replace Lamp Socket. By each lamp socket replaced for pole mounted, underpass, and wall pack fixtures.  Replace Lamp Socket for pole mounted fixtures  Replace Lamp Socket for underpass fixtures  Replace Lamp Socket for wall pack fixtures 6.35. Replace Lamp. By each lamp replaced for pole mounted, underpass, and wall pack fixtures.  Replace Lamp for pole mounted fixtures  Replace Lamp for underpass fixtures  Replace Lamp for wall pack fixtures 6.36. Replace Lamp (High Mast Lighting). By each lamp replaced. 6.37. Replace Wall Pack Luminaire. By each wall pack replaced. 6.38. Replace Lens. By each lens replaced  Replace Lens for pole mounted fixture  Replace Lens for underpass fixture  Replace Lens for wall pack fixture  Replace Lens for high mast fixture 6.39. Replace Wall Pack Guard. By each guard replaced. 6.40. Replace Fuse. By each fuse replaced. 6.41. Replace Fuse Holder. By each fuse holder replaced. 6.42. Replace Breakaway Fuse Holder. By each breakaway fuse holder replaced. 6.43. Replace Starting Aid. By each starting aid replaced. 6.44. Replace Photocell and Bracket. By each photocell and bracket replaced. Corpus Christi Standard Specification for Construction July 7, 2015 Special Specification 6000 Illumination Maintenance Page. 10 6.45. Replace Control Transformer. By each transformer replaced.  Replace Control Transformer for High Mast  Replace Control Transformer for Electrical Service 6.46. Replace Control Circuit. By each control circuit replaced.  Replace Control Circuit for High Mast  Replace Control Circuit for Electrical Service 6.47. Replace Aviation Warning Fixture. By each fixture replaced. 6.48. Replace Aviation Warning Lamp. By each lamp replaced. 6.49. Replace Hand-Off-Auto Switch. By each H-O-A control switch replaced. 6.50. Replace Contactor. By each electromagnetic contactor replaced. 6.51. Replace Meter Base. By each meter base replaced. 6.52. Replace Time Clock. By each time clock replaced. 6.53. Replace Breaker Panel. By each breaker panel replaced. 6.54. Install or Replace Circuit Breaker. By each circuit breaker installed or replaced.  Install Circuit Breaker  Replace Circuit Breaker 6.55. Replace Flexible Power Cable or Cord. By foot of cable or cord replaced. 6.56. Replace Twist Lock Connector. By each twist lock connector replaced. 6.57. Replace Safety Chain. By foot of chain replaced. 6.58. Raise and Lower Ring (High Mast Lighting). By each ring raised and lowered (not part of scheduled preventive maintenance). 6.59. Restrap Existing Conduit. By each strap installed. 6.60. Replace Missing Nuts, Washers, and Other Hardware. By each nut, washer, or miscellaneous hardware replaced. 6.61. Troubleshoot for Repairs. By the man-hour of troubleshooting. 6.62. Project Inspections. By the month. 7. PAYMENT The work performed and the materials furnished in accordance with this Item and measured as provided under “Measurement” will be paid for at the unit prices bid for the various designations. This price is full compensation for furnishing all material, equipment, labor, fines, tools, and incidentals necessary to complete the work. Lane closures will be paid for under Special Specification “Lane Closures.” 1 -Way Assemblies Designed to accommodate all traffic signals, with the exception of optically programmed. The Tallon Series Astro-Brac is designed to be tough and durable. It features all -axis adjustability and is designed to facilitate the mounting of any size signal to any size mast arm or pole. AB -2003 Astro-Brac Assy, Tallon Series, 1 -Way Band Mount Tube Kit AB -4000/ AB -4005 Arm Kit 1 .'Ind if AB -3042 Clamp Kit AB -2003 Tube Kit AB -4000/ AB -4005 Arm Kit rttMy AB -3043 Clamp Kit AB -4000/ AB -4005 Arm Kit AB -2003 Tube Kit AB -3055 Clamp Kit AB -0618 - Signal Band Section Length 1=1 Sec 29=29" Band 2=2 Sec 36=36" Bond 3=3 Sec 42=42" Band 4=4 Sec 48=48" Band 5=5 Sec 56=56" Band Coating PNC=Process No Color P_ _=Paint Note: Stainless steel upgrade available: includes stainless clamp screw and slotted washer. Specify by including -SS in the part number, i.e., AB -0618 -3 -29 -SS -PNC. rAlk • J Astro-Brac Assy, Tallon Series, 1 -Way Cable Mount AB -0617 - Signal Section 1=1 Sec 2=2 Sec 3=3 Sec 4=4 Sec 5=5 Sec Coble Length Coaling 62=62" Cable PNC=Process No Color 84=84" Cable P__=Paint 96=96" Cable Note: Stainless steel upgrade available: includes stainless cable and slotted washer. Specify by including -SS in the part number, i.e., AB -0617 -3 -62 -SS -PNC. Astro-Brac Assy, Galaxy Series, 1 -Way Cable Mount AG -0125 - Signal Section 1=1 Sec 2=2 Sec 3=3 Sec 4=4 Sec 5=5 Sec Cable Length Coating 62=62" Cable PNC=Process No Color 84=84" Cable P__=Paint 96=96" Cable Note: Stainless steel upgrade available: includes stainless cable and slotted washer. Specify by including -SS in the part number, i.e., AG -0125 -3 -62 -SS -PNC. Note: 1. All assemblies are supplied standard with stainless steel fasteners. 2. See Reference Section for clamp kit pole diameters. 3. See Reference Section for available paint colors. Page T1-2 www.pelcoinc.com - sales©pelcoinc.com - 405-340-3434 - fax: 405-340-3435 4/1/15 16 Conductor IMSA Spec 19-1/Stranded Signal Cable Color Code Controller Cabinet to each Signal Pole Cable Color:=Signal Head: Red Red Ball Orange Amber Ball Green Green Ball Blue Green Arrow White/Black Amber Arrow Red/Black Ped D/W Phase 2 or 6 Green/Black Ped Walk Phase 2 or 6 Red/White Ped D/W Phase 4 or 8 Green/White Ped Walk Phase 4 or 8 Black/Red Ped Button Phase 2 or 6 Black/White Ped Button Phase 4 or 8 Blue/White ILL.Street Name Sign Black Luminaire Street Light Orange/Black Spare Blue/Black Spare White Neutral 4 Conductor IMSA Spec 19-1/Stranded 7 Conductor IMSA Spec 19-1/Stranded Signal Cable Color Code Signal Cable Color Code 3-section signal head &Ped signal 5-section signal head Cable Color:=Signal Head:Cable Color:=Signal Head: Red Red Ball Red Red Ball Black Amber Ball Orange Amber Ball Green Green Ball Green Green Ball White Neutral Blue Green Arrow White/Black Amber Arrow Black Spare White Neutral EXHIBIT A A NC B NC C NC D FOCUS Ae NC F Sync/Video Sh G VIDEO OUTPUT H NC J EARTH GROUND K AC NEUT L AC HIGH M NC N NC P ZOOM R LENS COMMON S NC WIRE SIDE © ©© © MS3114E20-16P (MALE BULKHEAD) MS3126E20-16S (FEMALE MATE) PROJECT STREET DEPT.TRAFFIC SIGNAL STANDARDS DRAWING NO. PINOUT.DWG SHEET 1 OF SCALE NONE CITY of CORPUS CHRISTI TEXAS Street Services Traffic Signals TITLE CAMERA CONNECTOR PINOUT 28-May-2003 FJP 21-AUGUST-2001 5-DECEMBER-2002 21-AUGUST-2001 Revised 01/10/1 1 Last printed 01/10/1 1 8:49 AM CAMERA MOUNTINGS Astru-Urnc ITEM_DESCRIPTION_PART NO. VIDEO DETECTION CAMERA BRACKET Extended Tilt &Pan,Stellar Series: (T)Cable Mount,1-Piece AS-0175 (2)Cable Mount,2-Piece AS-0169 (3)Cable Mount w/Service Wire Outlet,1-Piece AS-0166 (7)Cable Mount w/Service Wire Outlet,2-Piece AS-0164 (5)Band Mount,1-Piece AS-0170 (6)Band Mount,2-Piece AS-0172 ©Band Mount w/Service Wire Outlet,1-Piece AS-0177 (8)Band Mount w/Service Wire Outlet,2-Piece AS-0173 ASTRO-BRAC CLAMP KIT,Stellar Series: 9 Cable Mount AS-3009 10 Band Mount AS-3004 CAMERA MOUNTING BRACKET: 11 1-Piece,Alum SH-0514 12 2-Piece,Alum SH-0515 (ij)1-Piece,Iteris Versicam,Alum SH-0537 (Q)Adjustable,2.88"to 4.38",Alum SH-0538 Notes: 1.All assemblies are supplied standard with stainless steel fasteners. Stainless steel upgrade shall include stainless clamp screw kit where applicable. 2.1-piece bracket for mounting Iteris,Odetics,or Econolite Solo Pro type cameras.2-piece bracket for mounting Burle type cameras. 3.Please specify options when ordering. ITEM 1-4 OPTIONS TUBE LENGTH: 23",37",46",or 74" CABLE LENGTH: 62",84",or 96" PAINT ITEM 13-14 OPTIONS PAINT ITEM 5-8 OPTIONS TUBE LENGTH: 23",37",46",or 74" BAND LENGTH: 29",36",42",48",or 56" STAINLESS UPGRADE PAINT 320 W.18th St.,Edmond OK 73013 405-340-3434 FAX:405-340-3435 E-mail:pelco@pelcoinc.com www.pelcoinc.com PageT5-13/13/09 OUTPUT c INPUT CX06-BNCY :4 3C CX06-BNCY :3 2c CX06-BNCY c CX06-BNCY * AC LINE IN—a. LE IN *'AC NEUT IN—lNEUTRAL * CHASSIS GROUND mvo mo I -U TB SP ACP340 :2 :1 LINE 51---CO-1 SP -4 SP 1 NEUTRAL OUTlcCO-4CO-3 TB -5 TB 1 N S ..+ o a o. U N N 120 VAC HOT 120 VAC NEUTRAL CHASSIS GROUND 1121314 516 718 9110 11112 CO * - THESE TERMINATIONS TO BE MADE WIRING DIAGRAM UPON INSTALLATION CIP MAIN PANEL CO 2 SP 5 ISOTECINC.PRODUCT SPECIFICA TION QUALITY WIRE AND CABLE ISOTEC PART/QUOTE NUMBER: CUSTOMER PART NUMBER: X341667-00 DESCRIPTION:COMPOSITE 6 CONDUCTORS 2 ELEMENTS:18AWG5 CONDUCTORS T/26 BARE COPPER,.016"POLYETHYLENE,20 AWG 1 CONDUCTOR,SOLID BARE COPPER,.056"FOAM POLYETHYLENE,95%BARE COPPER BRAID,.035"POLYETHYLENE JACKET BLACK,OVERALL .030"PVC JACKET BLACK CONDUCTOR/PAIR COUNT:5 CONDUCTORS 1 CONDUCTOR JACKET THICKNESS:.030" GUAGE &STRANDING:18 AWG 7/26 BC 20 AWG SOLID BC JACKET COLOR:BLACK PRIMARY INSULATION TYPE:POLYETHYLENE FOAM PE JACKET MATERIAL:PVC INSULATION THICKNESS:.016".056"RIPCORD:YES COLOR CODE:WHITE,RED,GREEN,BLACK,BROWN NATURAL NOMINAL O.D.:.512" SHIELD:N/A N/A VOLTAGE RATING:300V TAPE:N/A N/A TEMP.RATING:60C DRAIN WIRE:N/A N/A UL TYPE OR STYLE:N/A BRAID:N/A 95%BC PRINT LEGEND:TBD CAPACITANCE:N/A N/A PACKAGING:TBA PRINT LEGEND:N/A N/A COPPER WEIGHT:39.87 LBS/MFT JACKET TYPE:N/A POLYETHYLENE SHIPPING WEIGHT:100 LBS/MFT JACKET COLOR:N/A BLACK JACKET THICKNESS N/A .035" NOMINAL OD:N/A .242" NOTES:Shipping Tolerance:+/-10% Length Tolerance:+/-10% Random/Odd Length Tolerance:May ship up to 15%of order total on random/odd lengths. All wall thickness and diameter as well as electrical information is nominal. ACCEPTANCE OF ABOVE DESIGN:_DATE: Isotec makes every effort to provide accurate specifications.Printing errors are subject to correction. Standard product specifications are subject to change without notice.Contact your Isotec sales person for current specifications. Material will not be release to production until sign spec is confirm.Rev:12/07/2005 www.pelcoinc.com m JjliB!EDMOND,OK 73013 405-340-34341P61COPRODUCTS,INC.FAX:405-340-3435 This drawing is for reference only.It is the property of Pelco and is not to be used in whole or in part without Pelco's permission.ASSEMBLY SHEET REF:TITLE: Station Assy,Push Button 5"x 7-3/4",Left Man &Left Arrow,Pole Mount,Alum PART NO.: SE-0264-1 030 _PART NO_ SE-0264-1030-106-PNC SE-0264-1030-4H-106-PNC 4-Holes-' Legend Color-' Process No Color=PNC- Paint=PXX Note: Black Ink on PNC (No Color) White Ink on Black Silver Ink on Black ITEM PART NUMBER DESCRIPTION QTY 1 SE-0264-1030-M1 Station,Push Button,5"x 7-3/4","Left Man,Left Arrow",2 Hole Cover Mounting,Alum 1 2 SE-0296-PNC Plug,Tapered,#21,for Push Button Body,Blue 1 3 SE-0245-PNC Plug,Threaded Conduit,1/2",Diecast 1 DRAWN:ÿ JACKSON DATE9/2/2010 I CHK'D:XAX DATE:9/3/2010 |rev.|CHK'D:DATE:I SHEET 1 OF l| _OPTIONS_ 4-Hole Cover Mount (SE-0264-1030-M2) 6-Hole Cover Mount (SE-0264-1030-M3) Legend Color: 106=Gloss Black Ink 107=Gloss White Ink 110=Gloss Silver Ink_ Paint pace »P€LCO PRODUCTS.INC. www.pelcoinc.com EDMOND,OK 73013 405-340-3434 FAX:405-340-3435 This drawing is for reference only.It is the property of Pelco and is not to be used in whole or in part without Pelco's permission.ASSEMBLY SHEET REF:TITLE:PART NO.:Station Assy,Push Button 5"x 7-3/4", Right Man &Right Arrow,Pole Mount,SE-0264-1031 Alum PART NO SE-0264-1031-106-PNC SE-0264-1031-4H-106-PNC 4-Holes-' Legend Color- Process No Color=PNC- Paint=PXX Note: Black Ink on PNC (No Color) White Ink on Black Silver Ink on Black ITEM PART NUMBER DESCRIPTION QTY 1 SE-0264-1031-M1 Station,Push Button,5"x 7-3/4","Right Man,Right Arrow",2 Hole Cover Mounting,Alum 1 2 SE-0296-PNC Plug,Tapered,#21,for Push Button Body,Blue 1 3 SE-0245-PNC Plug,Threaded Conduit,1/2",Diecast 1 DRAWN:ÿ JACKSON DAyE9/2/2010 IcHK'dXAK DATE:9'3'2010 IREV:ICHK'D:DATE:I SHEET 1 OF 1 _OPTIONS_ 4-Hole Cover Mount (SE-0264-1031-M2) 6-Hole Cover Mount (SE-0264-1031-M3) Legend Color: 106=Gloss Black Ink 107=Gloss White Ink 110=Gloss Silver Ink_ Paint En g luazite 1'3 "k 18"re Style (Stackalafe)Assesmlsly Dimensions &weights In parentheses are metric equivalent. *loadings comply with ANSI/SCTE 77 (see page 9). APRIL 2009 Covers (Blank unless logo Is specified) DESIGN/TEST LOAD#WEIGHT#DESCRIPTION PART NO. PG1118CA00 Gasketed w/2 Bolts PG1118CG00 PG1118WA00 PG1118HAOOHeavyDutyw/2 Bolls Gasketed Heavy Duly w/2 Bolls PG1118HG00 ÿ3/8-16 UNC STAINLESS STEEL HEX HEAD BOLT W/WASHER (2) Extra Heavy Duty w/2 Bolls PG1118HH00 Covers with meter lids available upon request.See page 12 or page 56 for meter lid cover load rating explanation. 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. COF SKID RESISTANT SURFACECOVER Boxes (Stackable with self-aligning,replaceable EZ-Mut) DIMENSION DESCRIPTION PART NO.WEIGHT#A DESIGN/TEST LOAD # PG1118BA12 40 (18 kg)12"(305 mm)Open Bottom2X21/2"(64)X 4"(102) MOUSEHOLES (PG1118BB only)18"(457 mm)PG1118BA18 12"(305 mm)Open Bottom w/ Gasket PG1118BG12 18"(457 mm)PG1118BG18 12"(305 mm)PG1118BB12OpenBottomw/ 2 Mouseholes 18"(457 mm)PG1118BB18 PG1118DA12SolidBottom PG1118DA18 PG1118DG12SolidBottomv// Gasket PG1118DG18 18 1/2"(470 mni) PG1118JA12FootedBox PG1118JA18 20 SPECIFICATIONS/DATA 24"x 36"IPG Style (Stackable)AssemlJly and 24"x 36"IPD Style Assembly 3/8-16 UNC STAINLESS STEEL HEX HEAD BOLT y/W/WASHER (2)—i V>atf), COVER 3/8-16 UNC STAINLESS STEEL HEX HEAD BOLT W/WASHER (2) 1/2"(13) X 4"(102) PULL SLOT .5 COF SKID RESISTANT SURFACE 2 PIECE COVER POLYMER TONGUE &GROOVE 1/2"(13) X 4"(102) PULL SLOT .5 COF SKID RESISTANT SURFACE LIFTING BOLT (4) $000' PG BOX 2"_J (51H -LIFTING BOLT (4) -2X 4"(102)X 4"(102) MOUSEHOLES (PG2436BB only) 3/4"(121)X ]| 4 3/4"(121)-J PG BOTTOM EXTENSION knockouts (a)1 3/8"-(10) —G 2X 4"(102)X 4"(102) MOUSEHOLE (PD2436BB only) PD BOX LIFTING INSERTS (4) _1/2" (13) fu 2" (51) APRIL 2009 33 fluaZlfe SPECIFICATIONS/DMA 24"x 3G"PG Style (Staclcalile)Assembly and 24"x 3G"PD Style Assembly © © © © © © © Severs (Blank unless logo is specified) DESCRIPTION PART NO.WEIGHT 1t DESIGN/TEST load n ANSI TIER* W/2 Bolts PG2436CA00 100 (45 kg)8,000/12,000 8 Gasketed w/2 Bolls PG2436CG00 100 (45 kg)8,000/12,000 8 2-Plece w/2 Bolts PG2436CS00 122 (55 kg)8,000/12,000 8 No Bolts PG2436WAOO 100 (45 kg)8,000/12,000 8 Heavy Duty w/2 Bolts PG2436HA00 115 (52 kg)15,000/22,500 15 Gasketed Heavy Duty w/2 Bolls PG2436HG00 115 (52 kg)15,000/22,500 15 Heavy Duty 2-Piece w/2 Bolls PG2436HS00 122 (55 kg)15,000/22,500 15 Heavy Duty w/2 Bolls PG2436HHOO 122 (55 kg)22,500/33,750 22 Covers with meter lids available upon request. See page 12 or page 56 for meter lid cover load rating explanation. 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 light. © © © © PG Boxes (Stackalile Willi self-aligning,replaceable EZ IMut © © © © © © DESCRIPTION PART NO.WEIGHT # DIMENSION A DIMENSION B DESIGN/TEST LOAD n ANSI TIER* -ÿ PG2436BA18 141 (64 kg)18"(457 mm)15"(381 mm)22,500/33,750 22 Open Bottom PG2436BA24 180 (81.6 kg)24"(610 mm)21"(533 mm)22,500/33,750 22 PG2436BA30 196 (88.9 kg)30"(762 mm)27"(686 mm)22,500/33,750 22 PG2436BA36 254 (115 kg)36"(914 mm)33"(838 mm)22,500/33,750 22 PG2436BA42 293 (133 kg)42"(1067 mm)39"(991 mm)22,500/33,750 22 Open Bottom w/2 Mouseholes PG2436BB18 139 (63.1 kg)18"(457 mm)15"(381 mm)22,500/33,750 22 PG2436BB24 178 (80.7 kg)24"(610 mm)21"(533 mm)22,500/33,750 22 PG2436BB30 194 (88.0 kg)30"(762 mm)27"(686 mm)22,500/33,750 22 PG2436BB36 252 (114 kg)36"(914 mm)33"(838 mm)22,500/33,750 22 PG2436BB42 293 (133 kg)42"(1067 mm)39"(991 mm)22,500/33,750 22 Open Bottom wGasket PG2436BG18 141 (64 kg)18"(457 mm)15"(381 mm)22,500/33,750 22 PG2436BG24 180 (81.6 kg)24"(610 mm)21"(533 mm)22,500/33,750 22 PG2436BG30 196 188.9 kq)30"(762 mm)27"(686 mm)22.500/33,750 22 PG2436BG36 254 (115kg)36"(914 mm)33"(838 mm)22,500/33,750 22 PG2436BG42 293 (133 kg)42"(1067 mm)39"(991 mm)22,500/33,750 22 Solid Bottom PG2436DA18 171 (78 kq)18 1/2"(470 mm)15"(381 mm)22,500/33,750 22 PG2436DA24 228(103.4 kg)24 1/2"(622 mm)21"(533 mm)22,500/33,750 22 PG2436DA30 238 f 107.0 kol 30 1/2"(775 mml 27"(686 mm)22.500/33.750 22 PG2436DA36 282 (128 kg)36 1/2"(927 mm)33"(838 mm)22,500/33,750 22 PG2436DA42 321 (146 kg)42 1/2"(1080 mm)39"(991 mm)22,500 /33,750 22 ÿ0 Boxes DESCRIPTION PART NO.WEIGHT # DIMENSION D DIMENSION E DESIGN/TEST LOAD U ANSI TIER* Open Bottom PD2436BA18 159 (72 kg)18"(457 mm)15"(381 mm)22,500/33,750 22 PD2436BA26 199 (90 kg)26"(660 mm)23"(584 mm)22,500/33,750 22 PD2436BA48 313(142 kg)48"(1219 mm)45"(1143 mm)22,500/33,750 22 Open Bottom w/2 Mouseholes PD2436BB18 157 (71 kg)18"(457 mm)15"(381 mm)22,500/33,750 22 PD2436BB26 197 (89 kg)26"(660 mm)23"(584 mm)22,500/33,750 22 PD2436BB48 311 (141 kg)48"(1219 mm)45"(1143 mm)22,500/33,750 22 Open Bottom w/Gasket PD2436BG18 159 (72 kg)18"(457 mm)15"(381 mm)22,500 /33,750 22 PD2436BG26 199 (90 kg)26"(660 mm)23"(584 mm)22,500/33,750 22 PD2436BG48 313(142 kg)48"(1219 mm)45"(1143 mm)22,500 /33,750 22 **24"-42"Deep hones must lie used as bottom of any stack.) Extensions (For use under 18"deep lion only,one per box.) DESCRIPTION PART NO.WEIGHT # DIMENSION P DIMENSION G DESIGN/TEST LOAD #ANSI TIER* Open Bottom PG2436EA08 81 (37 kg)8 3/4"(222 mm)1"(25 mm)22,500/33,750 22 Solid Bottom PG2436RA08 95 (43.1 kg)9 1/4"(235 mm)N/A 22,500/33,750 22 Dimensions &weights In parentheses are metric equivalent. *Loadings comply with ANSI/SCTE 77 (see page 9). APRIL 2009 IHUBBELL 34 MMU-16LE SERIES NEMA LCD MALFUNCTION MANAGEMENT UNIT ÿ MMU-16LE with EIA-232 Port a MMU-16LEip with 10/100Mbps Ethernet Port Whether you're a NOVICE or EXPERT Signal Technician,wouldn't it be great if you could: Use a built-in SETUP WIZARD to quickly and accurately configure the Signal Monitor to the exact requirements of the cabinet and intersection? ÿ Use a MENU DRIVEN LCD interface to view vital cabinet operational details such as field signal voltages,historical event logs,and monitor configuration data? ÿ Use a built-in DIAGNOSTIC WIZARD to automatically diagnose cabinet malfunctions and pinpoint faulty signals? If your answer is Yes,the MMU-16LE SmartMonitor™,is for YOU! MMU-16LE SmartMonitor ENHANCED FEATURES Nema TS2-2003 Standard: Standardized Communications: Full Intersection &Status Display: Event Logging: Setup Wizard: Diagnostic Wizard: and Help System TS-1 Type 12 with SDLC Mode: Program Card Memory: Signal Sequence History Log: LEDguard™: EDI RMS-Engine™: ECcom™PC Software: Flashing Yellow Arrow PPLT : The MMU-16LE SmartMonitor™meets all specifications of the Nema Standard TS2-2003 while maintaining downward compatibility with existing Nema TS1-1989 Traffic Control Assemblies. Real-time SDLC communications with the Controller Unit exchanges field input status,Controller Unit output status,fault status,MMU programming,and time and date. 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. 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. 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. The Diagnostic Wizard automatically pinpoints faulty signals and offers trouble-shooting guidance. The integrated Help System provides context sensitive operational assistance. The MMU-16LE 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. Enhanced settings of the MMU-16LE are stored in nonvolatile memory on the EDI Program Card. Moving the Program Card to another MMU-16LE automatically transfers all settings. The five Signal Sequence History logs stored in nonvolatile memory graphically display up to 30 seconds of signal status prior to each fault event. This EDI innovative signal thresholding technique can be used to increase the level of monitoring protection when using LED based signal heads. 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. Access to the MMU-16LE data is provided by the industry standard EDI ECcom™Windows based software for status,event log retrieval,configuration,and data archival. The SmartMonitor™supports MUTCD Flashing Yellow Arrow PPLT operation with two different modes for either TS-2 or TS-1 cabinet configurations. EBERLE DESIGN INC.ÿ\EDt 3B19 East La Salle Street Phoenix,AZ 05O4O USA www.EDItraffic .com Tel C4BOD 96B-B407 Fax C6D2)437-1 00B MMU-16LE Catalog Sheet -071907 Designed,Manufactured and Tested in the United States of America SmartMonitor,ECcom,and RMS-Engine are trademarks of Eberle Design Inc. ISO 9001:2000 Registered U.S.Pat.No.7/246,037 EBERLE DESIGN INCÿ ______ 3B1S East La Salle Street Tel C4BO)963-6407 Phoenix,AZ B5040 USA Fax (S02)437-1 993 www.EDItraffic.com CONTACT:CARL ZABEL,480-968-6407_PAGE 1 OF 1_JULY 2006 MMU-16LEip SmartMonitor PROVIDES A 1O/1Q06VJIBPS ETHERNET PORT FOR REMOTE VMM COMMUNICATIONS CAPABILITY /XEDI (Phoenix,AZ,USA)-Eberle Design Inc (EDI)has now added the option of a 10/100Mbps Ethernet communications port to the new industry standard MMU-16LEip SmartMonitor™Malfunction Management Unit,for both NEMA TS-2 and TS-1 users. The use of Ethernet to communicate with the SmartMonitor™makes remote diagnostics even easier to accomplish.By furnishing the monitor with an IP address,the unit can be integrated into a wide area network (WAN).Communications may originate from a remote Traffic Management Center,local Controller Unit,or a direct connection to a laptop PC network adaptor. EDI ECcom™software provides a user with the capability to retrieve,display,store,and print real¬ time status and historical data,as well as multiple Signal Sequence logs providing a graphical view of the signal states for up to 30 seconds prior to a fault event. JM nnnnn*nnnnnn Atftrtnnnnnnr'tM\ rtmnrm*The MMU-16LEip SmartMonitor includes a built-in Setup Wizard to quickly and accurately configure the monitor parameters simply by answering a short series of questions related to the intersection geometry and cabinet wiring.The built-in context sensitive HELP System and Diagnostic Wizard then automatically pinpoints faulty signals,thus providing technicians with an unprecedented amount of assistance and data feedback quickly with a push of the Help button.The MMU-16LEip SmartMonitor™menu driven operation presents signal voltages,data logs and vital cabinet information displayed directly on the MMU-16LEip SmartMonitor front panel displays. The advanced capabilities of the MMU-16LEip SmartMonitor™increase the operational level of safety of the intersection and enhances the diagnostic features available.Why guess when you can know! To receive further information on the MMU-16LEip SmartMonitor™and our CD-ROM product catalog including a free copy of ECcom™software,please call 480-968-6407 or visit our website at www.EDItraffic.com. About EBERLE DESIGN,INC. An ISO 9001 :2000 Registered Company -Celebrating 25 Years of Excellence! EDI is recognized as a world wide developer and manufacturer of reliable high-performance component products designed to enhance and augment traffic control systems.The EDI array of products including signal monitors,vehicle detectors,power supplies,flashers,load switches,and other vital infrastructure devices enables transportation professionals to integrate,automate,and manage traffic highways and intersections easily,efficiently and safely.EDI is a proud member of ITSA,NEMA,ITE,IMSA,IPI,IDA, and AFA industry organizations. ECcom and SmartMonitor are trademarks of Eberle Design Inc. *Wavetronix SmartSensor Advance The Wavetronix SmartSensor Advance™bridges the gap between safety and efficiency with one-of-a-kind SafeArrival™technology.SafeArrival allows custom management of intersections based upon the estimated time of arrival (ETA),speed and range of vehicles approaching the stop bar. Features *Advance detection at signalized intersections ÿ Patented digital wave radar ÿ Breakthrough SafeArrival technology for safe and efficient dilemma zone protection ÿ Easy integration with the SmartSensor Matrix into the same Intersection Preassembled Backplate ÿ Latched channel functionality for queue length detection ÿ Cost savings due to extended 500-ft. range ÿ Auto-configuration software for PC and Pocket PC ÿ Easy integration with Wavetronix Click!products ÿ Non-intrusive,aboveground position makes sensor easy to install ÿ Consistent all-weather,all-condition performance — -—--50' -500'max.- PLAN VIEW U50'-I min. Mounts on vertical pole or mast arm :] 17'to 40 (see mounting guidelines ) ÿ SmartSensor Advance Tee tunica ISpecifications Measured Quantities and Outputs 0 Per-vehicle range,speed,stop-bar ETA ÿ Dynamic density (a measure of instantaneous roadway efficiency) ÿ Number of simultaneous vehicle detections:25 ÿ Logic filters for zone output 0 Combinational logic applied to zone outputs for alert output 0 Channel output from multiple alerts ÿ Latched channel output controlled by alerts and timer ÿ Delay and extend settings used for channel outputs 0 Number of channels:8 ÿ Detection data available via serial communications Detectable Area 0 Maximum mounting distance from center of lanes:50 ft. (15.2 m) s Maximum mounting height:40 ft.(12.2 m) ÿ Detection area:50 to 500 ft.(15.2 m to 152.4 m) ÿ Percentage of vehicles detected before 400 ft.(121.9 m):large vehicles 95%;all motor vehicles 90% Performance ÿ Detection accuracy:large vehicles 98%;all motor vehicles 95% ÿ Range accuracy:±10 ft.(3 m)for 90%of measurements 1)1 Speed accuracy:±5 mph (8 kph)for 90%of measurements 0 ETA accuracy:±1sec.for 85%of measurements Performance Maintenance a No cleaning or adjustment necessary ÿ No battery replacement necessary ÿ Mean time between failures:10 years (estimated based on manufacturing techniques) Physical Properties a Weight:3.8 lbs.(1.7 kg) 0 Physical dimensions:13.2 in.x 10.6 in.*3.8 in.(33.5 cm x 26.9 cm x 9.7 cm) 0 Resistant to corrosion,fungus,moisture deterioration and ultraviolet rays 0 Enclosure:Lexan polycarbonate ÿ Outdoor weatherable:UL746C ÿ Watertight by NEMA 250 standard o NEMA 250 compliant for: D External icing (clause 5.6) D Hose down (clause 5.7) °4X corrosion protection (clause 5.10) D Gasket (clause 5.14) 0 Withstands 5-ft.(1.5-m)drop 0 Connector:MIL-C-26482 ÿ Ships with rotational backplate for 360°roll Ordering Information Part Number -WX-SS-200V Standard backplate WX-SS-200V-002 Full rotational backplate WX-SS-200VR retrofitted sensor with standard backplate WX-SS-200VR-002 retrofitted sensor with full rotational backplate Recommended Accessories ÿ Wavetronix Install Kit —WX-SS-KIT ÿ Click!112/114 rack cards -WX-CLK-112/114 ÿ Click!172/174 rack cards -WX-CLK-172/174 ÿ SmartSensor 6-conductor cable —WX-SS-704-xxx/705 ÿ Intersection Preassembled Backplate AC — WX-SS-B01-0003/WX-SS-B01-0005 ÿ Intersection Preassembled Backplate DC — WX-SS-B01-0002/WX-SS-B01-0004 ÿ Intersection Preassembled Rack — WX-SS-B02-0003/WX-SS-B02-0002 Wavetronix 78 East 1700 South Provo,UT 84606 Phone:801-764-0277 Fax:801-764-0208 Email:sales@wavetronix.com Website:www.wavetronix.com J Electrical ÿ Power consumption:3.2 W @ 12 VDC ÿ Supply voltage:9-28 VDC ÿ Onboard surge protection Communication Ports ÿ Two half-duplex RS-485 com ports support: D Dedicated detection comms °Configuration,verification or traffic display without disrupting detection comms ÿ Firmware upgradability over any com port 0 User configurable: °Baud rate °Response delay 2 www.wavetronix.com 'avetronix SmartSensor Advance D Contact closure data output frequency ÿ Supported baud rates:9600,19200,38400,57600 and 115200 bps 0 Contact closure data output frequency: D Minimum:50 ms °Default:130 ms h Contact closure data latency (varies with baud rate and output frequency): °Minimum:55 ms (this is achieved using 57600 bps baud rate and 50 ms output frequency) °Default:142 ms (this is achieved using 9600 bps baud rate and 130 ms output frequency) Radar Design h Operating frequency:10.5-10.55 GHz (X-band) 0 No manual tuning to circuitry H Transmit modulated signals generated digitally n No temperature-based compensation necessary ÿ Bandwidth stable within 1% ÿ Printed circuit board antennas ÿ Antenna vertical 6 dB beam width (two-way pattern):80° ÿ Antenna horizontal 6 dB beam width (two-way pattern):10.5° ÿ Antenna two-way sidelobes -40 dB ÿ Transmit bandwidth:45 MHz 0 Un-windowed resolution:11ft.(3.4 m) ÿ RF channels:4 Configuration 0 Automatic and manual configuration of detection sensitivity in 5-ft.(1.5-m)increments B Channel outputs:8 D Alerts per channel:4 (32 total) °Zones per alert:4 (128 total) ÿ Zone size increment:5 ft.(1.5 m) ÿ Maximum detection zone size:450 ft.(137.2 m) ÿ High speed and low speed detection filters 0 Speed filter increment:1mph (0.3 m) °Upper and lower ETA filters 0 ETA filter increment:0.1 seconds 0 Upper and lower count filters a Count filter increment:1 ÿ Graphical user interface with traffic representation ÿ Display of configured alerts and their actuation ÿ Vehicle track file logging ÿ Supported operating systems: °Windows®Mobile (Socket Mobile 650-M) D Windows XP D Windows Vista D Windows 7 ÿ Software supported functionality: D Auto-find baud rate D Auto-find serial port °TCP/IP connectivity D Virtual sensor connections D Sensor configuration backup and restore Operating Conditions 0 Accurate performance in: °Rain up to 4 in.(10.2 cm)per hour D Freezing rain D Snow D Wind D Dust D Fog D Changing temperature D Changing lighting (even direct light on sensor at dawn and dusk) 0 Ambient operating temp:-40°F to 165°F (-40°C to 74°C) 0 Humidity:up to 95%RH (non-condensing) Testing ÿ Tested under FCC CFR 47,part 15,section 15.245 ÿ FCC certification on product label ÿ FCC regulation-compliant for life of the sensor ÿ Tested under NEMA TS 2-1998 °Shock pulses of 10 g,11ms half sine B Vibration of 0.5 g up to 30 Hz D 300 V positive/negative pulses a Stored at -49°F (-45°C)for 24 hours B Stored at 185°F (85°C)for 24 hours n Operation at -29.2°F (-34°C)and 10.8 D Operation at -29.2°F (-34°C)and 26.5 °Operation at 165.2°F (74°C)and 26.5 °Operation at 165.2°F (74°C)and 10.8 Manufacturing 0 Manufactured in the USA 0 Surface mount and wave solder assembly ÿ IPC-A-610C Class 2-compliant ÿ Operational testing: D Sub-assembly test a 48-hour unit level burn-in °Final unit test 0 Unit test results available Support ÿ Training and tech support available from Wavetronix 0 Wavetronix training includes: D Installation and configuration instruction to ensure accurate performance D Classroom and in-field instruction °Knowledgeable trainers a Use of presentation materials °Virtual configuration using computer playback °Instruction in use of computer and handheld devices and other necessary equipment wave VDC VDC VDC VDC 3 SmartSensor Advance A B Wavetronixtech support includes: 0 Technical representatives available for installation and configuration a Ongoing troubleshooting and maintenance support Documentation ÿ Comprehensive user guide n Installer quick-reference guide ÿ User quick-reference guide ÿ Documentation available upon request: °Detection accuracy °Range accuracy D Earliest range of detection B Speed accuracy a ETA accuracy °FCC CFR 47 certification D NEMA 250 standard for type 4X enclosure third-party test data °NEMA TS 2-1998 standard third-party test data Warranty a Two-year warranty against material and workmanship defect The advertised detection accuracy of the company's sensors is based on both external and internal testing,as outlined in each product's specification document.Although our sensors are very accurate by industry standards,like all other sensor manufacturers we cannot guarantee perfection or assure that no errors will ever occur in any particular applications of our technology.Therefore,beyond the express Limited Warranty that accompanies each sensor sold by the company,we offer no additional representations,warranties,guarantees or remedies to our customers.It is recommended that purchasers and integrators evaluate the accuracy of each sensor to determine the acceptable margin of error for each application within their particular system(s). www.wavetronix.com Wavetronix SmartSensor Advance Bid Specification! SmartSensor Advance 1.0 General.This item shall govern the purchase of above- ground continuous tracking advance detector (CTAD) equivalent to the Wavetronix SmartSensor Advance™. A CTAD 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 CTAD. The returned signals are then processed to determine traffic parameters. CTADs 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. CTADs provide a non-intrusive means of detecting traffic because they can be installed at the side of a roadway.This property not only makes them safer to install but also more cost-effective than sensors that require roadway modifications or placement. 2.0 Measured Quantities and Outputs.The CTAD shall detect range,speed,vehicle estimated time of arrival (ETA)to the stop bar for vehicles or clusters of vehicles moving in the user-selected direction of travel.The CTAD shall also detect instantaneous roadway efficiency. The CTAD shall be able to simultaneously detect and report information from up to 25 vehicles on the roadway when they are serially sequenced between the near and far boundaries. The CTAD shall turn on a zone output when the range,speed, ETA,and qualified count or instantaneous roadway efficiency requirements for that zone are satisfied. The CTAD shall turn on an alert output on when the user- defined zone output combinational logical is satisfied. The CTAD shall turn on a normal channel output when any of the channel's alerts is on and the channel's delay and extend time constraints are satisfied. The CTAD shall turn on a latched channel output when the on alert is turned on and the delay time is satisfied.The CTAD shall turn off a latched channel output when the off alert is turned on or the max timer expires and the extension time is satisfied. Channel outputs are used to create contact closures which can be used as inputs into a traffic controller. The CTAD shall provide vehicle call and extend data on up to eight channels that can be connected to contact closure modules compliant with NEMA TS 1,NEMA TS 2,170,and 2070 controller cabinets. The CTAD shall be capable of providing data for each tracked detection over the serial ports. When vehicular track file data is available on the serial ports,the data is then available on the communications network without the use of a traffic controller or a contact closure data recorder. Vehicular track file data is usefulfor traffic study applications andfor performing comparisons between traffic sensors. 3.0 Detectable Area. 3.1 Mounting Location.The CTAD shall be able to detect and report vehicle information when mounted within 50 ft.(15.2 m)of the center of the lanes of interest. The CTAD shall be able to detect and report vehicle information when mounted at heights up to 40 ft.(12.2 m) above the road surface. 3.2 Detection Range.The CTAD shall be able to detect and report information on the roadway located with the near boundary at 50 ft.(15.2 m)from the base of the pole on which the CTAD is mounted. The CTAD shall be able to detect and report information on the roadway located with the far boundary at 500 ft. (152.4 m)from the base of the pole on which the CTAD is mounted. For incoming traffic,95 percent of large vehicles within the line-of-site of the CTAD shall be detected and reported before they arrive 400 ft.(121.9 m)from the sensor.For incoming traffic,90 percent of all motor vehicles within the line-of-site of the CTAD shall be detected and reported before they arrive 400 ft.(121.9 m) from the sensor. 4.0 Performance. 4.1 Detection Accuracy.The CTAD shall detect at least 98 percent of large vehicles like truck-trailer combinations and at least 95 percent of all motor vehicles within the line-of-sight of the CTAD sensor where multiple detections of multi-unit vehicles are not considered false detections and merged detections of adjacent lane vehicles are not considered missed detections. 5 ÿ SmartSensor Advance 4.2 Range Accuracy.The CTAD shall provide range measurements in which 90%of the measurements are accurate within 10 ft.(3 m)when the vehicle is tracked independently. 4.3 Speed Accuracy.The CTAD shall provide per vehicle speed measurements in which 90%of the measurements are accurate within 5 mph (8 kph)when tracked independently. 4.4 ETA Accuracy.The CTAD shall provide estimated time-of-arrival (ETA)measurements in which 85%of the measurements are accurate within one second,when the detected vehicles are tracked independently at a constant speed above 40 mph (64 kph)and are within 2.5 and 5.5 seconds of the stop bar. 5.0 Performance Maintenance.The CTAD shall not require cleaning or adjustment to maintain performance. The CTAD shall not rely on battery backup to store configuration information,thus eliminating any need for battery replacement. Once the CTAD is calibrated,it shall not require recalibration to maintain performance unless the roadway configuration changes. The mean time between failures shall be 10 years,which is estimated based on manufacturing techniques. 6.0 Physical Properties.The CTAD shall not exceed 4 lbs.(1.8 kg)in weight. The CTAD shall not exceed 14 in.x 11 in.x 4 in.(35.6 cm x 27.9 cm x 10.2 cm)in its physical dimensions. All external parts of the CTAD shall be ultraviolet-resistant, corrosion-resistant,and protected from fungus growth and moisture deterioration. 6.1 Enclosure.The CTAD shall be enclosed in a Lexan polycarbonate. The enclosure shall be classified "fl"outdoor weatherability in accordance with UL 746C. The CTAD shall be classified as watertight according to the NEMA 250 standard. The CTAD 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 CTAD shall be able to withstand a drop of up to 5 ft.(1.5 m)without compromising its functional and structural integrity. The CTAD 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 CTAD shall consume less than 4 W @ 12 VDC. The CTAD shall operate with a DC input between 12 VDC and 28 VDC. The CTAD shall have onboard surge protection. 8.0 Communication Ports.The CTAD shall have two communication ports,and both ports shall communicate independently and simultaneously. Two independent communication ports allow one port to be used for configuration,verification and traffic monitoring without interrupting communications on the dedicated data port. The CTAD shall support the upload of new firmware into the CTAD's non-volatile memory over either communication port. The CTAD shall support the user configuration of the following: Baud rate Communication port response delay °Contact closure output frequency Both communication ports shall support all of the following baud rates:9600,19200,38400,57600 and 115200 bps. The contact closure output frequency shall be user configurable as short as 10 ms,with a default near 130 ms for compatibility. Contact closure data shall be reliably communicated over homerun cable connections as long as 600 ft.(182.9 m)with latency from the time of channel requirement satisfaction to the eventual reporting of the detections on the back edge of the contact closure card in 15 ms or less. Contact closure data latency is dependent on baud rate and output frequency settings.The required minimum must be achievable when the baud rate is set to a high value and the output frequency is set to a frequent value. 6 www.wavetronix.com -Wavetronix SmartSensor Advance 9.0 Radar Design. 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 specification ensures that,during operation,the CTAD strictly conforms to FCC requirements and that the radar signal quality is maintainedfor precise algorithmic quality.Analog and microwave components within a CTAD have characteristics that change with temperature variations and age.If the output transmit signal is not referenced to a stable frequency source, then the CTAD 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 ivith FCC regulations. The CTAD 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 sufficient is that it does not compensate for frequency variations due to component aging. The bandwidth of the transmit signal of the CTAD shall not vary by more than 1%under all specified operating conditions and over the expected life of the CTAD. The bandwidth of a CTAD directly affects the measured range of a vehicle.A change in bandwidth causes a direct error in the measured range,i.e.,a 5%change in bandwidth would cause a range error of 10 ft.(3 m)for a vehicle at 200ft.(61 m).Ifthe bandwidth changes by more than 1%due to seasonal temperature variations and component aging,then the CTAD will need to be frequently reconfigured to maintain the specified accuracy. 9.2 Antenna Design.The CTAD antennas shall be designed on printed circuit boards. Printed circuit board antennas eliminate the needfor 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 CTAD at the 6 dB points of the two-way pattern shall be 65 degrees or greater. This enables the CTAD to provide simultaneous detection from the nearest to the farthest ranges.The vertical beam width of a CTAD determines the field of view in which it can detect traffic. The horizontal beam width of the CTAD at the 6 dB points of the two-way pattern shall be 11 degrees or less. A narrow horizontal beam width narrows the field of view of the CTAD to the lanes of interest and helps to exclude the traffic traveling in the opposite direction. The sidelobes in the CTAD two-way antenna pattern shall be -40 dB or less. Low sidelobes ensure that the performancefrom the antenna beam widths is fully achieved. 9.3 RF Channels.The CTAD shall provide at least four RF channels so that multiple units can be mounted in the same vicinity without causing interference between them. 10.0 Configuration. 10.1 Auto-configuration.The CTAD shall have a method for automatically configuring the sensitivity of detection in at least 5-ft.(1.5-m)increments. This allows the sensor to quickly and accurately record the intensity of roadside clutter and set appropriate rejection thresholds to avoidfalse detections at different ranges. The auto-configuration method shall not prohibit the ability of the user to manually adjust the CTAD configuration. The CTAD shall support the configuration of up to eight channel outputs with up to four alerts per channel and up to four zones per alert,resulting in 32 configurable alerts and 128 configurable zones. 10.2 Zone Configuration.The CTAD shall support the configuring of zones in 5-ft.(1.5-m)increments. The CTAD shall support detection zones as long as 450 ft. (137.2 m). The ability to define one large zone simplifies and enhances configuration when compared to point detection schemes. The CTAD shall support user configurable high-speed and low-speed detection filters for each zone. The CTAD shall support the configuring of speed filters in 1-mph (1.6-kph)increments. SmartSensor Advance The speed thresholds can be used to provide superior gap managementfor green extension applications at signalized intersections,especially when a high-speed traffic stream presents a limited number of opportunities to gap out.For example,when the operational objective is to increase safety by extending the green lightfor law-abiding high-speed drivers, reporting of low-speed vehicles is not desirable.On the other hand,when the operational objective is to increase efficiency by extending the green lightfor clearance of a low-speed traffic queue,reporting of high-speed vehicles is not desirable In addition,these speedfilters can be configured to screen out reporting of detections that may adversely impact operational objectives.For example,low speedfilters can also be used to screen out detection of loio-speed clutter like unwanted detection of turn-only bays,pedestrians,swaying trees,and vibrating signs. The CTAD shall support user configurable upper and lower estimated time-of-arrival (ETA)filters for each zone. The CTAD shall support the configuring of ETA filters in increments of 0.1 seconds. The ETA thresholds can be used to provide superior gap managementfor green extension applications at signalized intersections,especially when a high-speed traffic stream presents a limited number of opportunities to gap out.For example,when the operational objective is to increase safety by extending the green lightfor law-abiding high-speed drivers, reporting of vehicles upstream of 5.5 seconds and downstream of 2.5 seconds may not be desirable.Vehicles with 2.5 to 5.5 seconds are commonly considered to be in the driver dilemma zone when the light turns yellow.However,motorists closer than 2.5 seconds can easily clear the intersection and those beyond 5.5 seconds can be expected to stop.Dilemma zone protection has been shown to reduce red-light running and rear- end collisions. ETA filtering provides a dynamic form of dilemma zone protection that adapts when traffic speeds rise above or fall below design assumptions used with traditional methods of fixed-point detection.ETAfiltering also constrains reporting of detections to provide more gap out opportunities,avoid the likelihood of reaching maximum green,and maximize the effective use of green by timing clearance of the last vehicle. Therefore,ETA filtering also provides practical efficiency benefits. The CTAD shall provide configurable upper and lower count filters that help determine if a required number of qualified detections are present. The CTAD shall support the configuring of qualified count filters in increments of one. These filters can be to provide superior gap management for green extension applications at signalized intersections, especially when a high-speed traffic stream presents a limited number of opportunities to gap out. Qualified count is tied to the number of vehicles that meet the range,speed and ETA requirements of a zone.For example,for green extension it may be required that there are two vehicles detected within 2.5 to 5.5 seconds of the stop bar traveling above 35 tnph (56 kph),instead ofjust one.The logic is that if only one vehicle is in the dilemma zone,this is not as threatening as if there are two vehicles (one folloioing the other).The following vehicle may incorrectly assume that the lead vehicle toill try to clear the intersection and cause a rear-end collision.Rear-end collisions are the most common form of collision at a signalized intersection. 10.3 Windows®-based Software.The CTAD shall include graphical user interface software that displays the current traffic pattern using a graphical traffic representation. A visual representation of traffic patterns allows an installer to quickly associate specific detections ivith corresponding vehicles, and itfacilitates verification of CTAD performance. The graphical user interface shall also display all configured alerts and provide visual representation of their actuation. The graphical user interface shall provide a means of logging the vehicular track files with an update rate of greater than five times per second. The user configured baud rate will effect the rate at which log files are logged.This requirement must be met at higher baud rates. The graphical interface shall operate on Windows Mobile, Windows XP,Windows Vista,and Windows 7 in the .NET framework. The software shall support the following functionality: Automatically find the correct baud rate Automatically find the correct serial communication port Operate over a TCP/IP connection Provide a virtual sensor connection for software usabilty without a sensor Give the operator the ability to save/back up the CTAD configuration to a file or load/restore the CTAD configuration from a file 11.0 Operating Conditions.The CTAD shall maintain accurate performance in all weather conditions,including 8 www.wavetronix.com cWavetronix SmartSensor Advance rain,freezing rain,snow,wind,dust,fog and changes in temperature and light,including direct light on sensor at dawn and dusk. CTAD operation shall continue in rain up to 4 in.(10.2 cm)per hour. The CTAD shall be capable of continuous operation over an ambient temperature range of -40°F to 165°F (-40°C to 74°C). The CTAD shall be capable of continuous operation over a relative humidity range of 5%to 95%(non-condensing). 12.0 Testing. 12.1 FCC.Each CTAD shall be Federal Communications Commission (FCC)certified under CFR 47,part 15,section 15.245 or 15.249 as an intentional radiator. The FCC certification shall be displayed on an external label on each CTAD according to the rules set forth by the FCC. The CTAD shall comply with FCC regulations under all specified operating conditions and over the expected life of the CTAD. 12.2 NEMA TS 2-1998 Testing.The CTAD shall comply with the applicable standards stated in the NEMA TS 2-1998 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 o High temp,low DC supply voltage at 165.2°F (74°C)and 10.8 VDC 13.0 Manufacturing.The CTAD shall be manufactured and assembled in the USA. The internal electronics of the CTAD shall utilize automation for surface mount and wave solder assembly,and shall comply with the requirements set forth in IPC-A-610C Class 2, Acceptability of Electronic Assemblies. The CTAD 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 CTAD by serial number,upon request. 14.0 Support.The CTAD 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 installation,auto-configuration,and use of the CTAD to ensure accurate CTAD 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 CTAD,its functions,and the procedures for proper operation.These presentations shall be followed by hands-on labs in which trainees shall practice using the equipment to calibrate and configure a virtual CTAD.To facilitate the classroom presentation and hands-on labs,the manufacturer-provided training shall include the following items: Knowledgeable trainer or trainers thoroughly familiar with the CTAD 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 CTAD Laptop computers or Windows CE handheld devices with the necessary software,and all necessary cables, connectors,etc. All other equipment necessary to facilitate the virtual configuration of the CTAD Field training shall provide each trainee with the hands- on opportunity to install and configure the CTAD at the roadside.Training shall be such that each trainee will mount and align the CTAD correctly. 14.2 Technical Assistance.The manufacturer-provided technical support shall be available according to contractual agreements and a technical representative available to assist with the physical installation, alignment,and configuration of each supplied CTAD. Technical support shall be provided thereafter to assist 9 SmartSensor Advance with troubleshooting,maintenance,or replacement of CTADs should such services be required. 15.0 Documentation.CTAD documentation shall include a comprehensive user guide as well as an installer quick- reference guide and a user quick-reference guide. The CTAD manufacturer shall supply the following documentation and specification test results at the time of the bid submittal: Detection accuracy Range accuracy Earliest range of detection o Speed accuracy 0 ETA accuracy FCC CFR 47 certification NEMA 250 standard for Type 4X Enclosure third-party test data NEMA TS 2-1998 standard third-party test data 16.0 Warranty.The CTAD shall be warranted free from material and workmanship defects for a period of two years from date of shipment. 10 www.wavetronix.com <iVVavetronix SmartSensor Advance SmartSensor Advance Dnstallation Specification 1.0 General.This item shall govern the installation of an aboveground continuous tracking advance detector (CTAD) equivalent to the Wavetronix SmartSensor Advance. CTAD can provide accurate,consistent,and reliable data provided they are installed properly.The requirements in this specification are intended to ensure proper CTAD installation. 2.0 Mounting and Installation. 2.1 Mounting Assembly.The CTAD shall be mounted directly onto a mounting assembly fastened to a pole, overhead mast arm,or other solid structure. The CTAD mounting assembly shall provide the necessary degrees of rotation to ensure proper installation. The CTAD mounting assembly shall be constructed of weather-resistant materials and shall be able to support a 20 -lb.(9.1-kg)load. 2.2 Mounting Location.The CTAD shall be mounted at a height that is within the manufacturer's recommended mounting heights. The CTAD shall be mounted at an offset from the center of the lanes of interest that is consistent with the CTAD's maximum offset. The CTAD shall be mounted in a forward-fire position, looking towards either approaching or departing traffic. The CTAD shall be mounted so that it is pointed within 10 ft.(3 m)of the target point as defined by the manufacture's table of target points for mounting offsets and mounting heights. The CTAD shall be mounted so that its vertical center line is within 5 degrees of the lanes of interest as described the manufacture's documentation. Aligning the CTAD's center line with the roadway ensures that the antenna beam of the CTAD is positioned along the roadway. Two CTAD units shall not be mounted so that they are pointed directly at each other. CTADs that are mounted within 20 ft.(6.1 m)of each other shall be configured to operate on different RF channels regard-less of the pointing direction of the CTAD. The CTAD shall not be installed in areas with overhead structures.For example,overhead sign bridges,tunnels and overpasses should be avoided.The CTAD shall be mounted at least 30 ft.(9.1 m)to the side of any such overhead structures. 2.3 Cabling.The cable end connector shall meet the MIL-C-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 connectors are Cannon's KPT series,and recommended backshells are Glenair Series 37 cable sealing backshells. The cable shall be the Orion Wire Combo-2207-2002- PVCGY or an equivalent cable that conforms to the following specifications: o The RS-485 conductors shall be a twisted pair. o The RS-232 and RS-485 conductors shall have nominal capacitance conductor to conductor of less than 45 pF/ft at 1kHz. o The RS-232 and RS-485 conductors shall have nominal conductor DC resistance of less than 16.5 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.(304.8 m)at 68°F (20°C). o Each wire bundle or the entire cable shall be shielded with an aluminum/mylar shield with a drain wire. The cable shall have a single continuous run with no splices. The cable shall be terminated only on the two farthest ends of the cable. The cable length shall not exceed the following limits for the operational baud rate of RS-485 communications: Baud Rate 115.2 Kbps 57.6 Kbps 38.4 Kbps 19.2 Kbps 9.6 Kbps Cable Length 300 ft.(91.4 m) 600 ft.(182.9 m) 800 ft.(243.8 m) 1000 ft.(304.8 m) 2000 ft.(609.6 m) 11 SmartSensor Advance NOTE:These represent maximum data rates.The data rate used should be the minimum data rate required for operation. If communication is conducted over the RS-232 bus,then the RS-232 driver must be able to source and sink ±7 mA or more. The cable length shall not exceed the following limits for the operational baud rate of R-S232 communications: Baud Rate 115.2 Kbps 57.6 Kbps 38.4 Kbps 19.2 Kbps 9.6 Kbps Cable Length 40 ft.(12.2 m) 60 ft.(18.3 m) 100 ft.(30.5 m) 140 ft.(42.7 m) 200 ft.(61 m) NOTE:These represent maximum data rates.The data rate used should be the minimum data rate required for operation. If 12 VDC is being supplied for the CTAD then the cable length shall not exceed 110 ft.(33.5 m). If 24 VDC is being supplied for the CTAD then the cable length shall not exceed 600 ft.(182.9 m). If a cable length of 600 ft.(182.9 m)to 2000 ft.(609.6 m)is required,the power cable shall be an ANIXTER 2A-1402 or equivalent cable that meets the following requirements: 10 AWG conductor size/gauge 2 conductor count e Stranded cable type ®Bare copper material ®600 V range 194°F (90°C)temperature rating a PVC/nylon insulation material 8 PVC—polyvinyl chloride jacketing material o 25 A per conductor Both communication and power conductors can be bundled together in the same cable as long as the above- mentioned conditions are met. 2.4 Lightning Surge Protection.The CTAD shall be installed using lightning surge protection devices that meet or exceed the EN 61000-4-5 Class 4 specifications. The lightning surge protection unit shall be the Wavetronix Click!™200 or equivalent. 2.5 Power Supply.The CTAD shall be installed using the Click!201,Click!202 or an equivalent AC to DC power converter that meets the following specifications. The power converter shall be power rated at 15 W or greater at 77°F (25°C)and 10 W or greater at 165°F (74°C). The power converter shall operate in the temperature range of to -29°F to 165°F (-34°C to 74°C). 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 have a hold-up time of greater than 20 ms at 120 VAC. The power converter shall withstand a voltage across its input and output of 2 kV.The power converter shall withstand a voltage across its input and ground of 1.5 kV. The power converter shall comform to safety standards UL 60950 and EN 60950. 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 1VDC. 2.6 Input File Cards.If input file cards are used in the detection system,then the Click!172,Click!174 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 CTAD into contact closure outputs. The input file card shall support actuation mode (passage detection output in real time)of operation. The input file card shall receive data packets over an RS-485 bus at any of the following baud rates:9600,19200, 38400 and 57600 bps. The input file card shall autobaud and auto-detect a CTAD 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 Traffic Controller Assemblies with NTCIP Requirements (Section 2.8 specification). 12 www.wavetronix.com www.cohu-cameras.com TRAFFIC MONITORING | INTEGRATED TRAFFIC MANAGEMENT | PERIMETER SECURITY | INFRASTRUCTURE SURVEILLANCE | BORDER SECURITY 3960SD Series SDTV 480p30 Image Resolution Motorized 35x Optical / 12x Digital Zoom Sensitive Day/Night Technology Auto/Manual Focus and Iris Control Electronic Image Stabilization Dual H.264 / MJPEG Video CODECs Hybrid IP / Analog Operating Mode Web Server Configuration/Operation NTCIP 1205 over IP Communication Variable Speed Positioning System Presets, Tours, Sector/Privacy Zones IP67/IP66 and Nema TS2 Rated Cohu’s 3960SD series combines the advantages of HDTV image quality, efficient H.264 compression, a proven variable speed positioner and advanced environment protection delivering a best in class camera positioning system. The 3960SD uses 480p30 imaging with an integral 35x optical zoom delivering high definition video from wide to full zoom settings. The camera uses true day/night technology using a removable IR cut filter producing exceptional low light sensitivity as low as 0.001 fc. The 3960SD includes a variable hi- speed pan and tilt drive, with 360° con- tinuous pan and ±90° tilt movements. Fast positioning speeds of up to 120°/ sec, results in 180° movements in less than 2 seconds. Providing dual output stream capa- bility, the 3960SD can deliver two inde- pendently configured H.264 streams or an H.264 with MJPEG or H.264 with analog output. Delivering IP and analog outputs, the 3960SD can integrate with analog based systems today while pro- viding a smooth transition over to IP tomorrow. The 3960SD provides a full function web server, allowing complete adminis- trative and operator control capabilities. Administrative features include config- uring network settings, user password assignments, setting video streaming properties, defining camera positioning presets/tours, assigning camera ID labels etc. The 3960SD provides comprehensive ID labeling, allowing precise descriptors to be inserted onto the video for oper- ator use. Camera location, presets and sector zones are defined with up to 24 character labels. For direct positioning indications, the camera system can display its azimuth and elevation posi- tion in degrees as well as use compass directions. The 3960SD is designed to operate in extreme weather with its IP67 and IP66 protection, eliminating the effects of water intrusion, pollutants and cor- rosives, and withstands the effects elevated temperature, electrical and mechanical environments complying with NEMA TS 2 standards. Cohu guarantees years of clean, reliable images and backs it with a world-class warranty. 3960SD shown with optional wiper SDTV/H.264 camera positioning system CAMERA Imaging Characteristics Sensor Type: 1/4” CCD Scanning Mode: Progressive Total Pixels: 811 x 508 Resolution/Frame Rate: SDTV 480p30 (720 x 480) 30fps Camera Format: Day/Night, via removable IR filter Sensitivity (F1.6 @ 50% IRE) Color Mode @ 1/30 Shutter: 0.1 fc (1.0 lux) Mono Mode @ 1/4 Shutter: 0.001 fc (0.01 lux) Lens Characteristics Zoom: 3.4 to 119 mm, 35x, f1.4 to f4.2 Angular FOV: 56° to 1.7° (Horizontal) Focus/Iris Type: Auto/Manual Overide Digital Zoom: 12x Camera Features Day/Night Mode: Auto, Color or Mono Electronic Image Stabilization: On/Off; [5hz/16hz selectable] Wide Dynamic Range: On/Off Backlight Compensation: On/Off Shutter/Integration: Auto/Manual [1/2 to 1/30000] White Balance: Auto/Manual [Red/Blue Adjust.] Gain Adjustment: 0-40 db POSITIONER Movements Pan Range: 360° Tilt Range: +90° to -90° Repeatability: 0.25° Pan Speed Maximum: 120° Preset Solving: (180° movement): <2 sec Manual Control: 0.1° to >80° Tilt Speed Maximum: 120° Preset Solving: (180° movement): <2 sec Manual Control: 0.1° to >40° Features Pan/Tilt Control: 64 Step Variable Speed Presets: 64 [includes pan, tilt, zoom, focus coordinate] Tours: 8 [Includes up to 32 presets with indi- vidual dwell per preset] Sector Zones: 16 [Each includes left/right boundary, 24 character ID, enabled/disable state] Privacy Zones: 8 [Each zone Includes left/right boundary, enabled/disable state] VIDEO ENCODING Video Streams Video Compression Codecs: H.264 / MJPEG Video Stream Configurations: See Figure 1 Video Stream Resolutions: See Figure 2 Video Stream Frame Rates: See Figure 3 Video Stream Data Rates :See Figure 4a and 4b Camera Video Latency: 4 frames (133 msec) (Does not include network routing or client rendering latency) Analog Video: NTSC or PAL Video Connections Eight (8) RTSP uni or multi-cast Unlimited RTP/UDP multi-cast Two (2) MJPEG (server pull mode) Two (2) MJPEG (server push mode) Authentication Four (4) access levels <Admin, Privilege, User, Guest> Users assigned user name, password, access level Media Player Support VLC, QuickTime Any media player compliant with RFC 2326, RFC 3984 WEB SERVER CAPABILITIES Configuration Network, Video Stream, OSD, Presets, Zones, Security Settings and Upgrades Control Pan/Tilt, Lens, Tours, Presets, Zones, Digital Zoom, Auxiliary and Recording Browser Support Recommend Internet Explorer 8.x or newer COMMUNICATION INTERFACES Network Data Format: 802.3u (100BASE-TX) Network Protocols: TCP, UDP, IP IGMP, DNS, DHCP, RTP, RTSP, NTP, HTTP, ARP Camera Protocols over IP: Cohu, Cohu T, NTCIP 1205, ONVIF (Pending) Serial Data Format: RS422, 4 wire asynchronous half duplex Camera Protocols over Serial: Cohu, Pelco D ON-SCREEN DISPLAY (OSD) IP Video Camera ID: 1 line, 24 characters Preset ID: 1 line, 24 characters Sector/Privacy Zone: 1 line, 24 characters PT Position/Status ID: 1 line, 24 characters Analog Video Camera ID: 1 line, 24 characters Preset ID: 1 line, 24 characters Sector/Privacy Zone: 1 line, 24 characters PT Position/Status ID: 1 line, 24 characters ELECTRICAL Input Voltage: 24 Vac or 120 Vac Power: 50w, + 100w PT heater + 15w wiper Line Variation: Conforms to Nema TS2 para 2.1.2 MECHANICAL Construction/Finish: Powder coated aluminum Connectors: 18 pin MS or 16 pin AMP Size: see dimensional figures Weight: 18 lbs (8.2 Kg) ENVIRONMENTAL International Protection Rating: IP66/IP67 Salt Spray: ASTM-B117 Operating Temperature: -29.2° to 165°F (-34° to 74°C) Compliant per Nema TS2, para 2.1.5.1, using Fig. 2.1 profile Humidity : 0-100% RH Vibration : Compliant per Nema TS2 para 2.1.9 Shock: Compliant per Nema TS2 para 2.1.10 Wind: 110 mph (177 kmh) w/30% gust CERTIFICATIONS CE: 24 Vac version only FCC: Class A SHIPPING INFORMATION Dimensions: 24 x 20 x 12 (610 x 508 x 305) Weight: 24 lb (10.8 Kg) ACCESSORIES Mounts Wall: 8425-7 Pole: 8503-0 Corner: 8503-1 Parapet: 9503-2 Replacement Parts Wiper Blade Assy: 8139078-001 Connector Kits MS Conn: 1310230-011 AMP Conn: 8498-1 Cables CA252 Series w/120Vac MS conn. CA255 Series w/ 24Vac MS conn. CA271 Series w/ 24Vac AMP conn. CA272 Series w/ 120Vac AMP conn. 3960SD Series Specifications 3960SD Helios SDTV/H.264 camera positioning system www.cohu-cameras.com PORT SECURITY | SHIPBOARD SECURITY | INTRUDER DETECTION | BORDER SECURITY | RANGE SAFETY | TRACKING/TARGETING DIMENSIONS in inches (mm) 3960SD Helios SDTV/H.264 camera positioning system ORDERING INFORMATION 3960SD Standard Definition H.264 Camera Positioning System S D3 X – X X X X Power Options 4 - 24 VAC Operating Power, MS Connector (no PT heater) 5 - 120 VAC Operating Power, MS Connector (no PT heater) 6 - 120 VAC Operating Power, MS Connector (with PT heater) 7 - 24 VAC Operating Power, AMP Connector (no PT heater) 8 - 120 VAC Operating Power, AMP Connector (no PT heater) 9 - 120 VAC Operating Power, AMP Connector (with PT heater) Camera Head Options 1 - SDTV 35x Camera 2 - SDTV 35x Camera with Faceplate Wiper 3 - SDTV 35x Camera (Inverted) 4 - SDTV 35x Camera with Faceplate Wiper (Inverted) Software Options 0 - NTCIP 1205 Camera Control Unassigned 00 - None www.cohu-cameras.com PORT SECURITY | SHIPBOARD SECURITY | INTRUDER DETECTION | BORDER SECURITY | RANGE SAFETY | TRACKING/TARGETING Figure 1 Codec Configurations Stream Codecs Maximum Resolution (S1) + (S2) Stream 1 Stream 2 H264 + H264 720 x 480 720x480 H264 + MJPG 720 x 480 720x480 H264 + Analog 720 x 480 NTSC/PAL MJPEG + Analog 720 x 480 NTSC/PAL Figure 2 Resolution Configurations Stream 1 Stream 2 H264 or MJPEG H.264 or MPEG Analog 720 x 480 704 x 480 720 x 480 640 x 480 NTSC or PAL 352 x 288 352 x 240 Figure 3 Frame Rate Configurations Stream 1 Stream 2 H264 or MJPEG H.264 or MPEG Analog 30 30 15 15 7 7 30fps 3 3 1 1 Figure 4a Data Rate Configurations Stream 1 Stream 2 2 Mb 2 Mb 1 Mb 1 Mb 512 Kb 512 Kb 256 Kb 256 Kb Figure 4b Data Rate Configurations Typical JPEG File Size Quality Stream 1 Stream 2 100 240 Kb 240 Kb 80 50 Kb 50 Kb 65 40 Kb 40 Kb 50 30 Kb 30 Kb 35 24 Kb 24 Kb 15 18 Kb 18 Kb 3960SD Helios SDTV/H.264 camera positioning system 25 VPoT5225 ft 50 VPoT2565 ft 100 VPoT1278 ft 200 VPoT636 ft 400 VPoT317 ft 450 VPoT282 ft 300 VPoT423 ft Target at varying VPoT levels with distance from 3960SD with zoom @ 35x VPoT = Vertical Pixels on Target Target = 6 ft x 2 ft person How far can I see? COHU ELECTRONICS 12367 Crosthwaite Circle Poway CA 92064-1245 Tel. +1 (858) 277-6700 Fax: +1 (858) 277-0221 www.cohu-cameras.com 3960SD 11-10 Printed in USA Cohu reserves the right to change specifications without notice. Trademark names are used for reference only. Debatably, the most frequently asked question in the video surveillance realm, with no simple answer. Many variables affect the answer to this question, such as object size, object/scene contrast ratio, atmospheric conditions, daytime vs nightime, your definition of “see” to mention just a few. The chart below is intended to provide an indication under ideal conditions the size a person would appear on a monitor screen at varying distances based on the number of ver- tical pixels landing on the person. You be the judge as to how far you can see this person. The images below are scenes of San Diego Bay showing the magnification power of the 3960SD’s 35x optical zoom. The Port of San Diego building and the USS Ronald Reagan are approximately 4,500 ft (1370 m) away. Cohu Mounting Bracket Components DESCRIPTION BRACKET COMPONENT POLE MOUNT ADAPTER 7411401-0001 WALL MOUNT ARM 7411417-001 MOUNT ADAPTER PLATE 7411418.001 WALL MOUNT DOME 7411420.001 POLE MOUNT DOME 7411421-001 CORNER MOUNT 7411425-001 PARAPAT MOUNT 7411436-001 PEDESTAL ADAPTER 7411444-001 POLE MOUNT, MAST TYPE 74114388-001 POLE MOUNT, J TYPE 7411498-002 PEDESTAL/CEILING MOUNT 7411499-004 WALL MOUNT 7411499-002 PIPE MOUNT ADAPTER, POsrJ I ONER 1411500.001 UNIVERSAL CAMERA MOUNT 7411522-001 MAST ARM, POSITIONER 2D10 .15-001 Cohu Mounting Bracket Set Configurations 7411489-002 7411499-001 CONFIGURED BRACKET DESCRIPTION CONFIGURED BRACKET BRACKET COMPONENTS USED POLE MOUNT BRACKET SET 8503-0 7411417-001 7411418-001 7411408-001 J CORNER MOUNT BRACKET SET 8503-1 7411417-001 7411418-001 7411425-001 PARAPAT MOUNT BRACKET SET 8503-2 7411417-001 7411418-001 7411426-001 WALL MOUNT BRACKET SET 8425-7 7411417-001 7411418-001 MOUNT ADAPTER, 4.75" TO 7.0" B.C. 84131-9 Cohu Mounting Brackets by Cohu Product Series PRODUCT SERIES MOUNTING CONFIGURATION WALL POLE CORNER PARAPAT MAST CEIUNG 3920, 3920S0,3920H0 7411420-001 7411420-001 AND 7411421-001 3930,3930110 7411499-002 7411498-001 OR 7411498.002 3960,396050,3960HD I 8425-7 85030 I 8503-1 8503-2 2010815001 7411498-001 7411498-001 6960 8425-7 8503-0 8503-1 8503-2 2010815-001 59705D 8425-7 85030 8503-1 8503.2 2010815-001 7410110 7411522-001 7411522-001 www.cohu-cameras.com 3960110 11-10 Printed in USA Cahn, Inc / Electronics Division COHU ELECTRONrct. 12367 Crosthwaite Circle Poway CA 92064-1245 Tel. +1 (B58) 277-6700 Fax: +1 (858) 277-0221 Mounting Brackets 7411408-001 Pole Mount Adapter Plate, Positioner Construction : Aluminum Finish : Gray Polyester Powder Coat Mounting Method : Arttached to a pole with three (3) stainless steel straps (supplied). Straps fit 3 inch to 8 inch diameter pole. Cable Entry : Feedthrough hole in center of mount 1624.561 0 El 7411417-001 Construction Finish Maximum Load 7.1.0 117 78) Wall Mount Arm, Positioner : Aluminum : Gray Polyester Powder Coat : 75 lbs (34 kg) ©UM 115_24 0 63818.971- 4.751121m m 114-2N 231E771 BC www.cohu-cameras.com 39601-10 11-10 Printed in USA 146.551 2fl 611811 7411417-001 with 7411418-001 Cohu, Inc. / Electronics Division COHU ELECTRONICS 12367 Crosthwaite Circle Poway CA 92064-1245 Tel. +1 (858) 277-6700 Fax: +1 (858) 277-0221 7411418-001 Flat Adapter Plate Construction : Aluminum Finish : Gray Polyester Powder Goat Maximum Load : 75 lbs (34 kg) Cabe Entry : Feedthrough hole in center of plate KM 116.2,1 o21x0.20050X7m1 4.75112.03)9C 00.341f96y Z25.72111C 7411420-001 Wall Mount Arm, Dome Construction : 5052H32 Aluminum Finish : Gray Polyester Powder Coat Maximum Load : 75 lbs (34 kg) Cable Entry : Feedthrough hole in center of Mount Mounting Method : Secure with four 5/16 inch fastners (not supplied) suitable for mounting surface. 4.75 (1.90)( 0.50 (16.511 al5 11.901 LLt 120221 2.5a {6.35) TLJ 6.00 (15.241 131(0.651 THRU (4X1 www.cohu-cameras.com 3960HD 11-10 Printed in USA M00(45.771 1.75 14.45 Oahu reserves the right to change specifications without notice Trademark names are used tor reference only Cohn, Inc. / Electronics Division CCNU LLECTRONICS 12367 Crosthwaite Circle Poway CA 92064-1245 Tel. +1 (858) 277-6700 Fax: +1 (858; 277-0221 CA200 Series Manufactured Camera Control Cables Factory built and tested cable assemblies !or Cohu cameras anti sy stein products Hermethcaily potted MS type connectors .,,/!11-1 gold pialed phis for reliable operation Variety of control sde connector options Mu;ti-conductor analog control cables M nlm'zes onsite time, and saves money for connection and installation processes Only hlThest quality materials and workmanship Cable pull lenci1lis of Lip !0 750 it (270 ni) Options for 120 Vac and 21 Vac power, RS -232, RS -422 and/or ethernet debt With PoE+ L4'°611.7.40, Helios www.cohu-cameras.corn Cohu's CA200 series cables provide a wide selection of factory built and tested control cables providing high quality and reliable interconnection of Cohu cameras and system control products. Cables can be ordered in various lengths and connector configurations accommodating many Installation requirements for Cohu camera system products. Camera sde, field cable connector options include general purpose 15 pin AMP or environmental 18 pin MS, with pin -outs compatible with the appropriate Cohu camera system. The camera side MS connector option includes gold plated pins and is hermetically sealed and potted at the Cohu factory to prevent connector deterioration due to exposure from moisture and other containments. The control system side includes a wide choice of connector options, ranging from BNC for video, RJ45 or D9F for RS -422/232 serial data, RJ45 for ethernet data, commercial AC outlet power plugs or prepped wires ready for connectors to be installed in the field. Maximum cable lengths permitted are dependent on either the power, video or data format selected, whichever is the worst case limiting factor. Bulk cable without factory installed connectors is also available in contiguous lengths up to the cable spool (typically 1,000 ft [304 MJ}. Cohu can build customized cables for virtually any application and for legacy products. Call your local Cohu Sales Representative or factory Applications Engineer to discuss your application and special requirements. TRAFFIC MONITORING INTEGRATED TRAFFIC MANAGEMENT PERIMETER SECURITY INFRASTRUCTURE SURVEILLANCE BORDER SECURITY Manufactured Camera Control Cables CA200 Series Specifications IP Camera Control Cables IP Cables Cable(s) Max Camera Side Length Connector Camera Voltage IP Data Serial Data Video I/O MODELS TYPE CA252A 1 CA252B 1 2 CA252C TYPE 328 /100m 32871 DOm 3287100m TYPE MS MS MS 120114.0 Wires AC Plug Wires 29VAC PeE ETHERNET RS422 RS272 COMPOSITE ALARMS W res RJ45 W-, CA252D 2 3287100m MS AC Plug RJ45 CA255A CA256B CA255C CA255D CA257A CA257B CA257C CA257D CA27/A CA271 B CA272A CA272B 3 80724 5m MS 3 80724.5m MS 2 80724 5m MS 2 80724 5m MS 4 328:100m MS 4 328/100m MS 5 328 /100m MS 5 3287100m MS Wires Wires W res Wires Wires RJ45 Wires RJ45 Wires RJ45 Wires 3 80724 5m AMP Wires Wires 3 80724 5rn AMP Wires RJ45 1 328 /100m AMP Wires Wires 1 3287100m AMP AC Plug RJ45 Hybrid IP/Analog Camera Control Cables Wire9 Wires bbd Max Camera Side Cable's) aCamera Voltage IP Data Serial Data Video 1/0 IP Cables Length Connector MODELS TYPE TYPE TYPE 120VAC 24VAC PoE ETHERNET RS422 83232 COMPOSITE ALARMS CA25213 6 80724.5m MS Wires RJ45 Wires Wires CA252H 6 3287100m MS AMP RJ45 AMP AMP CA252M 6 3287100m MS AC Plug RJ45 RJ45 BNC CA252P 6 3287100m MS Wires Wires Wires Wires CA2520 6 3287100m MS AC Plug RJ45 Wires BNC CA252R 6 3287100m MS Wires Wires Wires Wires CA252S 6 3287100m MS AC Plug RJ45 Wires BNC CA252T 6 3287100m MS AC Plug RJ45 CON/ BNC CA255M 6 80724.5m MS Wires RJ45 RJ45 BNC CA256R 6 B0724.5m MS Wires Wires Wires Wires CA2555 6 80'24.5m MS Wires RJ45 Wires BNC CA256T 6 50724.5rn MS Wires RJ45 CONY BNC CA271D 6 80724.5m AMP Wires RJ45 CONV BNC CA271M 6 80724.5m AMP Wires RJ45 RJ45 BNC CA271P 6 80'245m AMP Wires Wires Wires Wires CA2710 6 B0724.5rn AMP Wires RJ45 Wires BNC CA2720 6 3287100m AMP AC Plug RJ45 CONV BNC CA272H 6 328/100m AMP AMP RJ45 AMP AMP CA272M 6 3287100m AMP AC Plug RJ45 RJ45 BNC CA272P 6 3287100m AMP Wires Wires Wires W res CA2720 5 3287100m AMP AC Plug RJ45 Wires BNC www.cohu-cameras.com PORT SECURDY SHIPBOARD SECURITY INTRUDER DETECTION BORDER SECURmr RANGE SAFETY TRACIBNGITARGEfNO CA200 Series Manufactured Camera Control Cables Analog Camera Control Cables Analog IP Cables MODELS CA291A CA2918 CA291C CA291E CA291 F CA29113 CA291J CA291M CA292A CA292B CA293A CA293B CA293M CA295E CA295F CA2950 CA295H CA295M CA298A CA298B CA296C CA297E CA297F CA2970 CA297H CA297M CA297P CA2970 CA297R CA2975 CA29BA CA298M CA299A CA299M Cable(e) TYPE 7 7 7 7 7 7 7 7 7 7 7 7 7 7 7 7 7 7 7 7 7 7 7 7 7 7 7 7 7 7 7 7 7 7 Max Camera Side Length Connector TYPE 80'r24.5m 80'24.5m 80'F24.5m 80'24.5m 80'.24.5m 90'24.5m 80724.5m 80'24.5m 60',24 5m 80'24.Sm 80724 5m 80'24.5m 80%74 5m 7507231m 750%.231m 7501231m 750%,231m 7501231m 750'.231m 7501231m 750'231 m 7501231m 7504/231m 7501231m 7501231m 7501231m 7504/231m 7504/231m 7501231m 7504/231m 7504/231m 7501231m 90'24.5m 80'24.5m Cable Configurations Cable Configurations CABLES TYPE 1 TYPE AMP AMP AMP AMP AMP AMP AMP AMP MS MS MS MS MS MS MS MS MS MS MS MS MS AMP AMP AMP AMP AMP AMP AMP AMP AMP MS MS MS MS 7610179-001 7610182-001 2 7610176-005 L 3 7610179-001 4 7610179.001 5 7610179-001 6 7610179-001 7 7610176-001 www.cohu-carneras.com 7610190-001 7610110-001 7610176001 Camera Voltage IP Data 12QVAC 24VAC PoE ETHERNET Wires Wires wires Wires Winn Wires Wires Wires Wires Wires Wires Wires Wires Wires AC Plug AC Plug AMP AC Plug Wires AC Plug AC Plug Wires AC Plug AC Plug AMP AC Plug Wires AC Plug AC Plug AC Plug AC Plug AC Plug Wires Wires Serial Data Video 1/0 RS422 RS222 COMPOSITE ALARMS Wires Wires Wines BNC CONV BNC Wires Wires Wires BNC DOS BNC RJ45 BNC RJ45 BNC Wires Wires DOS BNC Wires Wires CONV BNC RJ45 BNC Wires Wires Wires BNC CONV BNC AMP AMP RJ45 BNC Wires Wires Wires BNC DOS BNC Wires Wires Wires BNC CONV BNC AMP AMP RJ45 SNC Wires Wires Wires SNC DOS SNC RJ45 BNC CONV BNC RJ45 SNC CONV SNC RJ45 SNC Cable Applications / Functions Cable Specifications PMT NUMBER 7610110-001 7810179.001 7610182-001 7610190-001 7810176-001 FUNCTION Alarm L/0 Cable Ethernet Cable Power Cable Power Cable Analog Compe2site Cable DESCRIPTION Belden 8404 or equivalent Belden 11700A or equivalent Belden 19401 or equivalent Alpha 11398C or equivalent Cghu AC38 Cable 7610176.005 IP Composite Cable Cohu AC42 Cable PORT SECURITY SHIPBOARD SECURITY INTRUDER DETECTION BORDER SECURITY RANGE SAFELY TRACKINISHAROEI1NO Manufactured Camera Control Cables COHU AC40 CABLE P/N 7610176-003 CABLE COHU AC42 CABLE P/N 7610176-005 CABLE cirli 0.035' Nominal Wal of Jacketed Data Guide Standard. Brown PVC to a Nominal' O.D. 010.60". 9®id - 36 AWG Tinned CU 90% Coverage Minimum 0/A.11I1der 0.001" Pohiester 25% Overlap Can&A Belden 0214F RG -59U Impedance 75 ohm Capacitance: 17.3 pUR Attenuation: 10Mhz 0.90 db/t00 fl 0.242 Nominal Diameter lirable Belden part number 1533R Shielded CAT 50 0.260" Nominal Diameter C1 thru C3 Conductors 3/C 22 AWG (7130) Tinned copper insulated with 0.016" nominal wall o1 PVC Io a nominal 0.D. of 0.062' I/A/W UL AWM 10335 (1050 600V) C1 •Red, C2 -Blue, C3 -Orange 01 they D{Conductors 16 AWG (19 x 0.0117) Tinned copper insulated with 0.016" wall of PVC to a nominal OD of 0.066' VAIW UL AWM 10335 (1050 600V) D1.61ack. 02 While, 03 Yeaow, 02 Green aeltetel Max Operating Temp BOC Min Bend Radius: 3' i 0.032• Dark Gray w Resistant PVC. BId 36 AWG Tinned CU 9096 Coverage Minimum WABillger 0.001' Polyester 25% Overlap UAW Belden part number 15338 Shielded CAT 56 0.260' Nominal Diameter C1 thru C4 Conductors 3/C 22 AWG (7x30) Tinned capper insulated with 0,016' nominal Wall 01 PVC 10 a nominal 0.0 al 0 062" ;A/W UL AWM 10335 (I05C 600/) C1 -Red. C2 -Black, C3 While, C4 Green clerteral Max Operating Temp• BOC Min Bend Radius: 2.5' www.cohu-cameras.com PORT SECURITY SHIPBOARD SECURITY INTRUDER DETECTION BORON, SECURITY RANGE SAFETY Te AtrgNGRMr3E'THd CA200 Series Manufactured Camera Control Cables Camera Side Connectors MS Connector P/N 1310230-011 ■ No. of Contacts: 18 • Hermeticaiy Potted: Yes • Shell Style Straight Plug • Service Class: Environmental • Shell Size 14 • Gender Female • Contact Termination Solder • Contact Material: Copper • Contact Plating Gold • Contact Gender Socket Control Side Connectors SNC Connector P/N 1310212-003 • Connector Type Plug Male Pins - Contact Termination Cnmp Dua • Fastening Type Bayonet Lock - Frequency Max 4GHz • Impedance 50 Ohm • RoHS Compliant: Yes DB9 Connector P/N 1310136-004 + 1310341-009 (Backshell) • Number of Positions: 9 • Gender: Male/Pin • Contact Area: Copper -alloy plated with gold over nickel • Shell: Zinc plated steel shell w/yellow chromate coating • Backshell: Included AMP Connector Kit P/N 8498-1 • No. of Contacts: 16 • Hermetically Potted: No • Shell Style Straight Plug • Contact Termination: Crimp • Contact Plating: Localized Tin and Gold • Shell Size 17 • Shell Type: Ali Plastic • Thread Size: 15/16-20 UNEF-2A • Socket Contacts: Cohu P/N 1310308-002 • Cable Clamp Cohu P/N 1 31 0307-1 03 13,145 Connector P/N 1310527-008 • Gender Plug • No. of Contacts: 8 • No. of Positions: 8 • LAN Category Cat5e • Contact Termination: IDC / IDT ▪ Contact Rating: Gold • Contact Material Phosphor Bronze • RoHS Compliant: Yes RS422/232 Converter P/N 3010100-001 • -. • RS232 DB9 Female - RS422 Terminal Strip - Power: Line powered or 12Vdc (Supply not included) POR? SECURIY SHIPBOARD SECURITY INTRUDER DETECTION BORDER SECURITY RANGE SAFETY TRACSINGRARGETING Ia ;I CA200 Series Manufactured Carrera Control Cables Typical Cable Construction and Schematic (CA252T shown) Cable Schematics Available upon Request yin A 0514EC1o11 OWN I31O2]0-0n ►011154C slave 13102154013 .0C . 17�A: 311 re MA gr•essitTZL 1310327-005 'i •' Ir15l; ]III •♦!� voco Ewll! tf��1►Y{.altrA 111;11e 1111111MITIIIIMI I le M13 I.}J'a1�J1:1. AYi x COMIQ1011 1310213-00] x000 I 1310341-004 Oe-iP 11 113100134-134- 0O3 Gall WCOI 1R0 L 540 00 A ry_1/T4t0ATI 00 NIA M rY 01 4T M 4CL T101A-WI O.x PC Wm 1310217-003 Q0 AA YCLO I1 i 11 1 w 1110 422 xCL:4-111D522i. 11 11 11 ix as 11 3 C'C CCT At 3 11 Il • 111 125 CON t� 131pL-NU 1]10311-034 Y V MAP ,Ir.0q <I 5 o1l 1; 1 .ca11u���OM p: t1 I I0WAC a N I wf1 522 1J www.coh u -cameras. corn CA200 07 11 Printed in USA 5EUATI4 I I 1 1 ' 1 LCap 111103 71-031 13tH 1' ON 3 4 7 CAMALL 7@0 l®.c EIN Cohu reserves the right to change specifications without notice Trademark names are used for reference only. 4C CO IIJ Cohu, Inc.., Electronics Division 12367 Crosthwaite Circle Poway CA 92064-1245 Tel +1 (858) 277-6700 Fax +1 (858) 277-0221 www.econolite.com Product Details The traffic signal controller represents one of the most important intelligent technology and communi- cation components of a signalized intersection. As such, today’s advanced traffic signal controller must integrate leading edge electronics, while support- ing industry standards and specifications. Econolite continues its tradition of offering the most advanced and innovative technologies with the Cobalt™ family of Advanced Transportation Controllers (ATC). Fully meeting the industry’s ATC standard 5.2b and pro- posed standard 6.10, Cobalt is designed to provide an unmatched combination of ATC controller open architecture functionality with the latest handheld technology and applications. Cobalt also features a breakthrough hardened seven-inch touchscreen user interface matched with a Linux-based operating system, making programming and access to func- tions easiest in the industry. Cobalt ATC controllers may be configured with Econolite’s robust Cobalt Touch or Cobalt ASC ap- plication software package, or other Linux application software meeting current ATC standards. Cobalt includes a high-power, Linux-based Engine Board that is compliant with the ATC 5.2b and proposed 6.10 standard for a NEMA standard TS2 Type-1 or Type-2 I/O connectors: four Ethernet ports, two USB ports, an SD Card slot, a seven-inch color TFT LCD module with touch screen capabilities and a custom elastomeric keypad. Features • Revolutionary, large seven-inch color TFT LCD display • Touch-screen display for intuitive, graphical programming • High brightness and contrast display for better outdoor readability than any other controller on the market • Linux, open architecture real-time multi- tasking operating system • Alternative Web browser-based user inter- face allows remote programming and status observation (with appropriate network connection) • 233MHz PowerQUICC II Pro-processor that provides 10 times more processing power than previous generation controller processor • Two integral Ethernet Switches provide four 10/100Mbit Ethernet front panel ports • Two USB 2.0 ports • Easy OS software upgrades via USB memory stick, SD card, or Ethernet via Econolite’s Windows software installation application • Communications slot for optional ATC communications modules • Sleek modern styling Description Cobalt ATC Hardware Features • Supports Econolite Linux based software or other pre- qualified ATC/Linux software • ATC Engine Board - Fully compliant with the ATC Standard version 5.2b and proposed ATC Standard 6.10 - Includes a PowerPC 83XX family processor with QUICC engine - 128Mbytes of DDR2 DRAM memory for appli- cation and OS program execution - 64 Mbytes of FLASH for storage of OS Soft- ware and user applications - 2MB of SRAM memory for non-volatile parameter storage • Two integral Ethernet switches for two networks, ENET1 and ENET2 • Four front-panel Ethernet ports—two on ENET1 and two on ENET2 • Custom elastomeric keypad compliant with the ATC 5.2b and 6.10 standard • 7” color TFT LCD display with high brightness and touch capability - Readable in direct sunlight - Industrial, resistive touch screen can be oper- ated with gloved hands - Not affected by condensation or water drops - Performs over the NEMA temperature range - 800x480 resolution @ 18 bit color depth • Advanced Graphics Controller - Enables Cobalt’s enhanced graphics user inter- face - Touch screen capability means the keyboard never has to be used - Replaces traditional text menu selection with graphical selections • Two USB 2.0 ports used to - Update application software - Upload or download configuration - Upload logged data • Datakey socket for an optional 3.3V Datakey, 2 through 32MB • SD Memory Card socket • CPU Active LED • Three communications ports standard: - NEMA-ATC SDLC serial port 1 - 25 pin serial port 2 - 9 pin console serial port • Built in speaker for enhanced audio controller feedback • Integral carrying handle in back of controller • Power Supply - Meets all requirements of ATC standard v6.10. - External 24VDC protected by a self-resetting electronic fuse • Operating system - Linux 2.6.3x or later kernel and Board Support Package (BSP) - Compliant to ATC Standard V. 5.2.b Annex B specifications Cobalt ATC Hardware Options • Two user interface options: - Advanced Display with graphics and touch- screen (Standard) - Basic Display with text and textual menus only— no touch or graphics (Option) • Two models, - TS2 type 2 connectors - TS2 type 1 connector • Communications module options: - FSK Module that can be configured for RS232 operation - 2070 TEES 2009 standard 6A, 6B, and 7A plug- in modules • Datakey 3.3V, 2 through 32MB Cobalt Software Options Cobalt Touch Software (requires Cobalt ATC hardware including the Advanced Graphics Controller) • All the ASC/3-LX Software features, plus the following: - Full-color graphic interface with touch-screen capability - Provides menu selection using touch selections. - Programming uses touch data entry allowing touch gestures to select yes/no, select enable/ disable, pull-down list selections and more - Screen can be swiped to advance to another screen ASC/3-LX Software (General) • Field-proven for over 8 years • Allows for an agency-specific default database • Automatic backup of controller database to optional Datakey or manual back up to USB flash drive • Context sensitive help • Hyperlink feature allows jumping from a status field to the screen where data is defined • 100-statement logic processor to test inputs, outputs or timers and take actions based on the results Control features • 16 phases, 8 configurable concurrent groups in 4 timing rings • 16 pedestrian phases that can be configured as pedes- trian overlaps • Exclusive pedestrian operation • Dynamic max operation • Extendable walk and pedestrian clearance • Advanced Walk • Bike input and green timing • Adaptive red clearance Coordination features • 120 coordination patterns, each with its own cycle, offsets and split plan selection • 120 split plans, each with its own coordinated phases, vehicle and pedestrian recall and phase omits • Offset and split entries displayed in percent or seconds • Automatic permissive periods • Fixed or floating force-off • Crossing arterial coordination • Quick-sync feature Preemption Features • Ten preemption sequences. Each may be configured as priority, first-come-first-serve, or bus preemption opera- tion • ECPI interlock to provide added monitoring • Railroad gate-down input and timing. • Conditional delay when entering preemption • Multiple exit preemption options - Exit to selected exit phase - Exit to coordination (no transition) - Exit to interrupted pedestrian phase - Exit to interrupted vehicle phase - Use timing from an exit timing plan once, then the normal timing plan - Exit to a selected phase first then to free or coordination (selectable) - Exit free for one complete cycle then resume coordination (no transition) - Exit to the phases where the most drivers have waited the longest Time Base Features • 200 schedule programs, configurable for any combina- tion of months, days of the week, and days of the month • Fixed or floating exception day programs that override the day plan event on a specific day • 50 day plan events that can use any of the 100 action plans • 100 action plans that can be used by any of the 50 day plans Status Display Features • Keyboard selection of detailed dynamic status dis- plays for each of the main controller unit functions including: controller, coordinator, preemptor, time base, detectors, and MMU Detector Features • 64 vehicle detectors • 16 system or speed detectors • Unique detector types and operation • Individually assignable to phase and functions • Lock/non-lock function by detector • 4 detector plans • 4 detector diagnostics plans • Logging of volume and/or occupancy assignable by detector • 4 pedestrian diagnostic plans Logging Features • Separate buffers for detector activity, detector fail- ures, controller events, and MMU events • Logged data can be: - Viewed on front panel - Retrieved via a RS-232 terminal port, USB flash drive, or SD Card - T ransferred via telemetry to a traffic manage- ment center Systems • NTCIP level 2 compliance • Supports Centracs®, Aries® and TS2 NTCIP Level 2-compliant central applications Cobalt Software Options • Transit Signal Priority • Centracs Adaptive Specifications Temperature • -34.6°F to +165°F (-37°C to +74°C) Power • 110VAC @ 50/60 HZ or optional 220/240 VAC @ 50/60 HZ • Fuse protection for either 110 or 220/240V • Protection for the 24VDC supply is provided by a resettable electronic fuse Dimensions • 14.84”W x 8.50”H x 6.13”D 3360 E. La Palma, Anaheim, CA 92806-2856 Tel: (714) 630-3700 • Fax: (714) 630-6349 E-mail: sales@econolite.com 38213E0113-2 © 2013 Econolite Control Products, Inc. All rights reserved. Econolite Control Products, Inc. reserves the right to change or update these specifications at any time without prior notification An Econolite Group Company 00 91 01 ADDENDUM NUMBER 01 TRAFFIC SIGNAL AND STREET LIGHTING IMPROVEMENTS Project: IDIQ- REBID i Project Number: E15126 Owner: City of Corpus Christi — AI1p City Engineer: Jeff Edmonds, P.E. 111'ile .. Fir Designer: RAMON H. MALDONADO, JR., P.E. Addendum No. 01 Specification Section: 00 91 01 Issue Date: 10/02/15 Acknowledge receipt of this Addendum in the Bid Form submitted for this Project. Failure to acknowledge receipt of this addendum in the Bid Form may render the Bid as non-responsive and serve as the basis for rejecting the Bid. Make the additions, modifications or deletions to the Contract Documents described in this Addendum. Approved by: Ramon H. Maldonado, Jr., P.E. f G, 10/01/15 �Ple OF r4-`11 i ;. ��•'-...44 '• �ri 0. i-J.�'oss�catDONADO•N. j 7l0 1:-• 96763 •/ Ilin�;s!ceusG°`'4. — wi • MALOONADO.SURKETT INTELLIGENT TRANSPORTATION SYS rEMS. LLP Name Date Addendum Items: 00 01 00 TABLE OF CONTENTS (ATTACHEMENT NO. 1) 00 30 01 BID FORM EXHIBIT (ATTACHMENT NO. 2) PRE-BID SIGN- IN SHEET (ATTACHMENT NO. 3) Article 1- BIDDING REQUIREMENTS 1.01 ACKNOWLEDGE ADDENDA A. Acknowledge receipt of this Addendum in the Bid Form submitted for this Project. Failure to acknowledge receipt of this addendum in the Bid Form may render the Bid as non-responsive and serve as the basis for rejecting the Bid. 1.02 MODIFICATIONS TO THE BIDDING REQUIREMENTS A. SECTION 00 11 16 INVITATION TO BID — ARTICLE 7: 1. The date for receipt of Bids remains unchanged. The location for the receipt of Bids remains unchanged. Addendum No. 01 Corpus Christi Standards - Regular Projects 009101-3 REV 03-09-2015 ARTICLE 2 - BIDDING REQUIREMENTS 2.01 MODIFICATION TO THE BIDDING REQUIREMENTS A. SECTION 00 0100 TABLE OF CONTENTS: DELETE: TABLE OF CONTENTS in its entirety. ADD: TABLE OF CONTENTS in its entirety (Attachment 1). B. SECTION 00 30 01 BID FORM DELETE: BID FORM in its entirety. ADD: BID FORM in its entirety (Attachment 2). Article 3- CLARIFICATIONS 3.01 QUESTIONS A. Will the city be supplying certain materials? 1. Answer: The City will supply some equipment under maintenance of Traffic Signals and Illumination ONLY. Check Specifications for those items. B. For High Mast maintenance are ballast being furnished? 1. Answer: No, ballast to be furnished by Contractor. ARTICLE 4 - ADDITION OF PRE-BID CONFERENCE SIGN -IN SHEET 4.01 ACKNOWLEDGE OF PRE-BID SIGN -IN SHEET A. ACKNOWLEDGE of the following sheet 1. PRE-BID SIGN -IN SHEET (Attachment 3). Addendum No. 01 00 91 01 - 4 Corpus Christi Standards - Regular Projects REV 03-09-2015 Addendum No. 1 Attachment No. 1 Page 1 of 3 00 0100 TABLE OF CONTENTS Division / Section Title Division 00 Procurement and Contracting Requirements 00 2113 Invitation to Bid and Instructions to Bidders (Rev 06/12/2015) 00 30 00 Bid Acknowledgment Form (Rev 06/12/2015) 00 30 01 Bid Form (Rev 03/23/2015) 00 30 02 Compliance to State Law on Nonresident Bidders 00 30 04 Conflict of Interest Questionnaire 00 30 05 Disclosure of Interest 00 30 06 Non -Collusion Certification 00 45 16 Statement of Experience 00 52 23 Agreement (Rev 03/23/2015) 00 6113 Performance Bond (Rev 7/3/2014) 00 6116 Payment Bond (Rev 7/3/2014) 00 72 00 General Conditions (Rev 3/23/2015) 00 72 01 Insurance Requirements (Rev 7/3/2014) 00 72 02 Wage Rate Requirements (Rev 06/12/2015) 00 72 03 Minority / MBE / DBE Participation Policy 00 73 00 Supplementary Conditions 0044410 Eppecia6Goadit4o4u4or.WatstiftgAseftey Division 01 General Requirements 01 11 00 Summary of Work 0123 10 Alternates and Allowances 0129 00 Application for Payment Procedures (Rev 03/11/2015) 0129 01 Measurement and Basis for Payment 01 31 00 Project Management and Coordination 0131 13 Project Coordination 01 31 14 Change Management 0133 00 Document Management 0133 01 Submittal Register (Rev 7/3/2014) 0133 02 Shop Drawings 0133 03 Record Data 0133 04 Construction Progress Schedule 0133 05 Video and Photographic Documentation Addendum No. 1 Attachment No. 1 Page 2 of 3 Division / Section Title 0135 00 Special Procedures 0140 00 Quality Management 0150 00 Temporary Facilities and Controls 0157 00 Temporary Controls 0170 00 Execution and Closeout Requirements Part S Standard Specifications General Specifications for Traffic Signal Maintenance, Repair and Installation General Notes 025803 Traffic Signal Adjustments 341416.33 Traffic Signal Controller Unit 344116.23 Traffic Signal Cabinet and Assemblies 600 Lighting, Signing, Markings and Signals 618 Conduit 620 Electrical Conductors 622 Duct Cable 624 Ground Boxes 628 Electrical Services 633 Uninterruptible Power Supply for Traffic Signals 635 Internally Illuminated Street Name Sign 655 Controller Foundation 680 Installation for Highway Traffic Signals 682 Vehicle and Pedestrian Signal Head 683 LED Vehicle and Pedestrian Signal Countdown Module 687 Pedestrian Pole Assemblies Part T Technical Specifications 416 Drilled Shaft Foundations 432 Riprap 476 Jacking, Boring, or Tunneling Pipe or Box 502 Barricades, Signs, and Traffic Handling 610 Roadway Illumination Assemblies 613 High Mast Illumination Poles 614 High Mast Illumination Assemblies 621 Tray Cable Addendum No. 01 Corpus Christi Standards - Regular Projects 009101-2 REV 03-09-2015 Addendum No. 1 Attachment No. 1 Page 3 of 3 Division / Section Title 627 Treated Timber Poles 684 Traffic Signal Cables 685 Roadside Flashing Beacon Assemblies 686 Traffic Signal Pile Assemblies (Steel) 688 Pedestrian Detectors and Vehicle Loop Detectors 690 Maintenance of Traffic Signals 6000 Illumination Maintenance ASTRO-Brac Assy, Tallon Series 1- Way Cable Mount City Traffic Signal Cable Color Code Exhibit A -Camera Connector Pinout PELCO Astro-Brac Camera Mounting Wiring Diagram for Video Camera Surge Suppression Filter ISOTEC Video Cable PELCO Pedestrian Push Button Station Assembly Sheets Internally Illuminated Street -Name Sign Quazite PG1118BA18 Stackable Open Bottom Assembly Quazite PG2436BA18 Stackable Open Bottom Assembly SmartMonitor MMU-16LEip WAVETRONIX-Smart Sensor Advance COHU_Helios_3960SD or approved equivalent COHU-Camera_Mounting Brackets or approved equivalent COHU-Camera-Control-Cable or approved equivalent Cobalt by Econolite Appendix Title Addendum No. 01 Corpus Christi Standards - Regular Projects 009101-3 REV 03-09-2015 STOZ-60-E0 A38 L -TO T600 SSU[-EZCNb 910 T aged sloaloud leln2a8 - spiepue1S 119343 sndloJ TO 'ON wnpuappy 9ZT S 73/31/3311 (t)101) A111uen° aUullapul'A3anga0 a11u0apul sluawanoldwl gu110111aauS Hue (eu815 atoll w3o3 P!B - $ (2V AAP TV swa101V83N39- V18Vd-moans S8Z 31 031V111SN1(WON)80NOJ 3313 VZ8 133111S 1V18318tl 83d S3JVld NI 3131dW07 IlVAOIN38 ONV 33NVN31NIV N d21 -13S 1081N0331idV81 :mum° OOT 31 38VEI (8'0N) 80NOJ 7313 EZ9 (1.NnONIV 0191V101 AO %S 0333X3 0110N) 3J NV80SN I/SON09/N011V211180 n30/NOLLV211190 W I1/ ON 31 031VMSNI (OT'ON) 80NOJ 3313 2Z8 031VWIlS3 loin loin OS 11 3/N9(OT'ON) 80NO73313 TZ8 OOT it („Z/T T)(W8)10NO3 028 OT Al („Z)(HN)1ONO3 6T8 OT it LT)(W8)10NO3 818 OI 31 („17/£)IW8110010J LT9 Ob it (3808) („b) (Ob OHJS) (JAd) _MOD 919 Ob 31 („b) (Ob OH3S) (JAd) lONOJ ST9 OZT 31 (3809) („E) (Ob OH3S) Mel)10NOJ VT9 S9 31 LE) (Ob OHM) ()Ad)10N07 ET8 OZ Al (3808) („Z) (Ob MOS) (JA3)10NOJ ZT9 OZ Al (2)(060H3S)(JAd)10NOJ MI Ob it („Z/T T) (OC FOS) UAd)10NO3 ON Z V3 S (AANV') 8-905 (VS A1)11 08 NI 69 Z V3 (MOST) (dl AL) (en) W1/1108 NI 89 Z V3 S (MOST) (T A!) (d/n) Wtl 1108 Ni L9 Z AJ (313) ONO)) dV8d18 98 ZZ 31 (NI 814 (310d 91S All) JAMS 11180 S9 LT 31 (NI Zb) (310d 91S 38013VHS 11180 b9 EV 31 (N19E) (310d 91S 381111VHS 11180 EH IT 31 (NI OE) (310d 91S 381)'OHS 11180 Z9 9 Al (NI bZ) (310d 91S d81)1JVHS 11180 T9 11N3NAVd 803 SISVEI ONV 1N3N38n5V3N (06Z (0 NO110351ad) S1143N3A0Nall NOO.VNINn11191VNOTS 31331/81.8 Ped - $ (2V AAP TV swa101V83N39- V18Vd-moans :IWO ST V3 133111S 1V18318tl 83d S3JVld NI 3131dW07 IlVAOIN38 ONV 33NVN31NIV N d21 -13S 1081N0331idV81 :mum° 92TST3 :3agwnN nalo3d I Sl (1.NnONIV 0191V101 AO %S 0333X3 0110N) 3J NV80SN I/SON09/N011V211180 n30/NOLLV211190 W I1/ (1N3NAVd 803 SISVH ONV 1N3N3811SV3W (06Z 10 NO110381001 lalaua9 - V Ped p)g ase8 1Nf10Wtl 030N31.X3 331Nd Amin 031VWIlS3 loin loin NOOA183S30 wall Pl8;O sl dll'swalsAS uolleUodsuen luailmalul ua>ting-opeuoplevi aauglsa0 :IWO %WPM Hsuy3 snd3o310 AID :mum° 92TST3 :3agwnN nalo3d 0!838 -Dan Owen° alluyapul 'n3an11a0 alluyapul sluawano3dwl luniAl 1aa31S Poe leug!S 31;1E4 :aweN na103d W803 018 TO OE 00 W 803 018 TO OE 00 9;0 T aged Z'ON luau3y3euy T 'oN wnpuappy Addendum No. 1 Attachment No. 2 Page 2 of 6 00 30 01 BID FORM Item DESCRIPTION UNIT ESTIMATED QUANTITY UNIT PRICE EXTENDED AMOUNT 825 ELEC CONDR (NO.6) BARE LF 100 026 ELEC CONDR (NO.6) INSULATED LF 200 027 ELEC CONDR (N0.4) BARE Lf 2`., B28 ELEC CONDR (N0.4) INSULATED _ 00 B29 TRAY CABLE (3 CONDR) (12 AWG) LF 25 830 GROUND BOX TY A (122311) EA 031 GROUND BOX TY A (122311)W/APRON EA 832 GROUND BOX TY C (162911) EA 633 GROUND BOX TY C (162911)W/APRON EA B34 TIMBER POLE (CL 2) 40 FT EA B35 ELC SRV TY D 120/240 060 (NS)SS(E)TS(0) EA 836 ELC SRV TY T 120/240 000 (NS)GS(N)TS(0) FA 4 637 REMOVE ELECTRICAL SERVICES E:1 838 UNINTERRUPTIBLE POWER SUPPLY WITH CABINET 1:. 1 639 (ILSN SIGN 6S) LED EA 2 B40 (ILSN SIGN 8S) LED EA 2 B41 CONTROLLER FOUNDATION EA 1 B42 INSTALL HWY TRF SIG [FLASH BEACON) EA 2 643 INSTALL HWY TRF SIG (ISOLATED) EA 1 644 REMOVING TRAFFIC SIGNALS EA 1 645 VEH SIG SEC (12")LED(GRN) EA 10 B46 VEH 51G SEC (12")LED(GRN ARW) EA 5 B47 VEH SIG SEC (12")LED(YEL) EA 15 048 VEH SIG SEC (12")LED(YEL ARW) EA 5 849 VEH SIG SEC (12")LED(RED) EA 15 B50 VEH SIG SEC (12")LED(RED ARW) EA 5 851 BACK PLATE (12 IN) (3 SEC) L;`, 2 852 BACK PLATE (12 IN) (4 SEC) 1:;`. 2 B53 BACK PLATE (12 IN) (5 SEC) [A 2 B54 PED SIG SEC (LED)(COUNTDOWN) L;1 4 855 TRF SIG CBL (TY A) (12 AWG) (2 CONDR) L= 100 B56 TRF SIG CBL (TY A) (14 AWG) (4 CONDR) LF 1200 B57 TRF SIG CBL (TY A) (14 AWG) (7 CONDR) LF 50 658 TRF SIG CBL (TY A) (14 AWG) (16 CONDR) LF 100 B59 INSTALL RDSD FLASH BEACON ASSEMBLY EA 1 B60 RELOCATE RDSD FLASH BEACON ASSEMBLY EA 1 B61 REMOVE RDSD FLASH BEACON ASSEMBLY EA 1 862 INSTL RDSD FLSH BCN ASSM (SOLAR PWRD) EA 1 863 RELOCT RDSD FLSH BCN AM (SOLAR PWRD) EA 1 864 TRAFFIC 51G POLE ASSEM (RELOCATE) EA 1 865 INS TRF SIG PL AM(S) 1 ARM(32') EA _ 666 INS TRF 51G PL AM(S) 1 ARM(32') LUM EA _ 867 INS TRF 51G PL AM(S) 1 ARM(36') EA _ Bid Form Traffic Signal and Street Lighitng Improvements Indefinite Delivery, Indefinite Quantity (IDIQ) REBID -E15126 Addendum No. 01 Corpus Christi Standards - Regular Projects Page 2 of 6 REV 3-23-2015 009101-2 REV 03-09-2015 Addendum No. 1 Attachment No. 2 Page 3 of 6 00 30 01 BID FORM Item DESCRIPTION UNIT ESTIMATED QUANTITY UNIT PRICE EXTENDED AMOUNT 868 INS TRF SIG PL AM(S) 1 ARM(36') LUM EA 1 LF 25 669 INS TRF SIG PL AM(S) 1 ARM(40') EA 1 LF 1000 B70 INS TRF SIG PL AM(5) 1 ARM(40') LUM EA 1 EA 2 671 INS TRF SIG PL AM(S) 1 ARM(44') EA 1 EA 6 B72 INS TRF SIG PL AM(S) 1 ARM(44') LUM EA 1 EA 6 873 INS TRF SIG PL AM(S) 1 ARM(50') EA 1 EA 4 B74 INS TRF SIG PL AM(S) 1 ARM(50') LUM EA 1 EA 4 1375 INS TRF SIG PL AM(S) 1 ARM(55') EA 1 EA 2 876 INS TRF SIG PL AM(S) 1 ARM(55') LUM EA EA 2 B77 INS TRF SIG PL AM(S) 1 ARM (60') EA REMOVAL OF TRAFFIC SIGNAL POLE FND LF 1 B78 INS TRF SIG PL AM(S) 1 ARM (60') LUM EA _ EA 2 B79 PEO POLE ASSEMBLY EA INSTALL OF CONTROL CABINET (GRND MNT) EA 18 B80 PEDESTRIAN PUSH BUTTON POLE EA 1 EA 1 B81 PED DETECT PUSH BUTTON (APS) EA INSTALL OF SIGNAL POLE ASSM EA 2 B82 RADAR PRESENCE DETECTOR EA REMOVAL OF SIGNAL POLE ASSM EA 2 883 RADAR PRESENCE DETECTOR COMM CABLE LF 104 EA B84 ETHERNET CABLE CAT 5 LF 50 EA 2 BBS CONTINGENCY FOR UNANTICIPATED IMPROVEMENTS (MANDATORY) Lc INSTL PED POLE ASSM 4 4.000.00 5 -1,052.00 Part B • TRAFFIC SIGNAL & ILLUMINATION IMPROVEMENTS (Items 81 thru 885) Part C - MAINTENANCE OF TRAFFIC SIGNALS (per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) 01 REMOVAL AND REPLACE GROUND BOXES EA 2 C2 REMOVAL AND REPLACE CABLES LF 25 C3 REMOVAL OF SPAN CABLE ASSM LF 1000 C4 REMOVAL OF TIMBER POLES EA 2 C5 REMOVAL OF SIGNAL HEAD ASSM EA 6 C6 INSTALL OF SIGNAL HEAD ASSM EA 6 C7 REMOVAL OF SIGNAL RELATED SIGNS EA 4 C8 INSTALL OF SIGNAL RELATED SIGNS EA 4 C9 REMOVAL OF PEDESTRIAN PUSH BUTTONS EA 2 010 INSTALL OF PEDESTRIAN PUSH BUTTONS EA 2 C11 REMOVAL OF TRAFFIC SIGNAL POLE FND LF 1 C12 INSTALL OF FND FOR GROUND MNT CABINETS EA 2 C13 INSTALL OF CONTROL CABINET (GRND MNT) EA 18 014 INSTALL OF FLASHER CABINET EA 1 015 INSTALL OF SIGNAL POLE ASSM EA 2 C16 REMOVAL OF SIGNAL POLE ASSM EA 2 C17 REMOVAL OF PEDESTRAIN RAMPS EA C18 REPLACE OF LUMINAIRE HEAD EA 2 C19 INSTL PED POLE ASSM EA 2 C20 REMOVE PED POLE ASSM EA _ C21 REPL 12" LED TRF SIG LAMP UNIT (RED) EA C22 REPL 12" LED TRF SIG LAMP UNIT (AMBER) EA 4 Bid Form Traffic Signal and Street Lighitng Improvements Indefinite Delivery, Indefinite Quantity (IDIQ) REBID -E15126 Addendum No. 01 Corpus Christi Standards - Regular Projects Page 3 of 6 REV 3-23-2015 009101-3 REV 03-09-2015 STOZ-60-E0 A38 V - TO T600 910 17 abed sAa(ad lein8au - splepuelS psu11D sndloD TO 'oN wnpuaPPV 9ZI ST3-131839 07101) Alnuen0 allollapul'A1an0a0 opLoppul sluawanoldwl 8u114801aanS Poe lea's pupil w3ad P!8 11803 Ole TO OE 00 9 jo q aSed Z •0N Wain pent, T •oN ulnpuappV 03 rums 17) s1VN91s 3WVu1 i0 37NYN31NIVW -019Vd'moans I V3 NOLLVONOOd 3A01A138 IZO (A8o1VONY11) SIN3IN3AO8dV0 031WIDL1NVNn 803 ADN39NLLN07 T77 I V3 NOIIVON1103 11V15N1 OZO A18W355V 318VD Ntld5 JO lIVI5N1 077 T V3 3D1A83S1VD181731337V1d38 610 LINO 8311081NO71VN91S DI33VN137V1d38 6£7 I V3 (ASSY ISVIN H9IH) 3DNVN31NI1/113ALLN3A3Nd 8TO Wd 13N1810 83110111NO3 8£D T V3 (ASSY 111 AVMOL0 37NVN31NIVIN 3M1N3A38d LTO 11d Inas) llNn an M7V8 A83LLVe LED I V3 Rimini IN3753801113 NOLLDOONI NIYINItl11 9I0 80H7NV 1VIS303d 13315 NI M387511ViSNI 9ED Z V3 38111X1i 55tld830N11 NIVINIV11 SIO 90H7NV ONV 08Vno HUM Ano NMOO 11VISNI SE) Z V3 NOIIVNILNM111SdW 1191H NIYINIVIN 7I0 V83WV7 AID) 37V1d388011V15N1 POD Z V3 NOIIVNIINM11AVMOVO8 NIVINIVIN CO V83WV7 AID 173d5N1'8 NV313 EE) I V3 SW8tl 381'dNI1A111137V1d38 ZIO V83INV750AIA1D3d5N1'8 NV317 Z£7 I V3 310d 381YNIWnl 37V1d38 ITO 13181/75301117NO V113 von SOAIA 37V1d38 TED Z V3 5381VNIINM ISV11 H911 -I 371/1d38 OTO IN315A580553708d 39VINI 0301A 3171H3A 371/1d38 0£7 Z V3 381VNIWnl 37V1d38 60 11Nn WAD/n W W 371/1d38 6Z7 T V3 38n1XI31N335380013 NO11700N1 37V1d38 80 (0311ddn5 ADD) 13NI8V7831108LNOD 711AV81l1VISN1 8Z) Z V3 (SdH) 381VNIWnl 551/d830Nn 37V1d39 LO S319V73100113U LZ) Z V3 (SdH1 Al8113SSV NOIIVNIWn111 AVMOV0837Vid38 90 11Nn dINV1915 ANL 03111VISNl 9Z7 OI V3 3711dS1VDI81D31311V19N1 50 IM8V 839111/1 LINO dINV191S 381031 „ZT 1d38 SZD OT it 3181/7 AV8137V1d38 PO (MIN N891llNn dINV1915 d81031 „ZI 1d38 7Z7 OZ 31 801DOONOD 37V1d38 £O IN3389)11Nn dINV19153810312T1d38 EZ7 OT Al .unONO) ON0089930Nn 3DVId38 ZO 13DlidlID590 Wail OI 31 1100 NO3 ON0010-3A09V 37H1d38 TO ON3WAVd Hod SIM ONV 1N3W3811SY3W LO 6Z LO NO1133S3eO) 30NYN31NIYW NOIIYNI71n11I. 0 Led 11803 Ole TO OE 00 9 jo q aSed Z •0N Wain pent, T •oN ulnpuappV 03 rums 17) s1VN91s 3WVu1 i0 37NYN31NIVW -019Vd'moans 00.000'17 5 00'00Th S T Sl (A8o1VONY11) SIN3IN3AO8dV0 031WIDL1NVNn 803 ADN39NLLN07 T77 000Z Al A18W355V 318VD Ntld5 JO lIVI5N1 077 5 V3 LINO 8311081NO71VN91S DI33VN137V1d38 6£7 OE V3 Wd 13N1810 83110111NO3 8£D 8Z V3 11d Inas) llNn an M7V8 A83LLVe LED Z V3 80H7NV 1VIS303d 13315 NI M387511ViSNI 9ED OI V3 90H7NV ONV 08Vno HUM Ano NMOO 11VISNI SE) T V3 V83WV7 AID) 37V1d388011V15N1 POD T V3 V83WV7 AID 173d5N1'8 NV313 EE) 5 V3 V83INV750AIA1D3d5N1'8 NV317 Z£7 Z V3 13181/75301117NO V113 von SOAIA 37V1d38 TED Z V3 IN315A580553708d 39VINI 0301A 3171H3A 371/1d38 0£7 07 V3 11Nn WAD/n W W 371/1d38 6Z7 SI V3 (0311ddn5 ADD) 13NI8V7831108LNOD 711AV81l1VISN1 8Z) OZ Al S319V73100113U LZ) Z V3 11Nn dINV1915 ANL 03111VISNl 9Z7 V V3 IM8V 839111/1 LINO dINV191S 381031 „ZT 1d38 SZD V V3 (MIN N891llNn dINV1915 d81031 „ZI 1d38 7Z7 7 V3 IN3389)11Nn dINV19153810312T1d38 EZ7 1NOOWtl 030N31X3 33111d nNn AO1Ntlnb 031tlWLLs3 limn 13DlidlID590 Wail 11803 Ole TO OE 00 9 jo q aSed Z •0N Wain pent, T •oN ulnpuappV Addendum No. 1 Attachment No. 2 Page 5 of 6 00 30 01 BID FORM Item DESCRIPTION UNIT ESTIMATED QUANTITY UNIT PRICE EXTENDED AMOUNT D22 REPLACE TRANSFORMER BASE EA 2 D23 REPLACE TRANSFORMER COVER EA 2 D24 REPLACE HAND HOLE COVER EA 2 D25 INSTALL GROUND ROD EA 2 D26 REPLACE BALLAST EA 2 D27 REPLACE BALLAST (HIGH MAST LIGHTING) EA 2 D28 REPLACE FUSED DISCONNECT EA 2 D29 REPLACE LAMP SOCKET FOR POLE MOUNTED FIXTURES EA 2 D30 REPLACE LAMP SOCKET FOR UNDERPASS FIXTURES EA 2 D31 REPLACE LAMP FOR POLE MOUNTED FIXTURES EA 2 D32 REPLACE LAMP FOR UNDERPASS FIXTURES EA 2 033 REPLACE LAMP (HIGH MAST LIGHTING) EA 2 D34 REPLACE LENS EA 4 D35 REPLACE FUSE EA 4 D36 REPLACE FUSE HOLDER EA 4 D37 REPLACE BREAKAWAY FUSE HOLDER EA 4 D38 REPLACE STARTING AID EA 2 D39 REPLACE PHOTOCELL AND BRACKET EA 1 040 REPLACE CONTROL TRANSFORMER FOR HIGH MAST EA 1 D41 REPLACE CONTROL TRANSFORMER FOR ELECT SERVICE EA 2 D42 REPLACE CONTROL CIRCUIT FOR HIGH MAST EA 1 043 REPLACE CONTROL CIRCUIT FOR ELECTRICAL SERVICE EA 2 D44 REPLACE HAND -OFF -AUTO SWITCH EA 2 D45 REPLACE CONTACTOR EA 2 D46 REPLACE METER BASE EA 1 047 REPLACE TIME CLOCK EA 2 048 REPLACE BREAKER PANEL EA 1 D49 REPLACE CIRCUIT BREAKER EA 2 D50 REPLACE FLEXIBLE POWER CABLE OR CORD LF 25 D51 REPLACE TWIST LOCK CONNECTOR EA 5 D52 REPLACE SAFETY CHAIN LF 25 D53 RAISE AND LOWER RING (HIGH MAST LIGHTING) EA 4 054 REPALCE MISSING NUTS, WASHERS ,OTHER HARDWARE EA 4 055 CONTINGENCY FOR UNANTICIPATED IMPROVEMENTS (MANDATORY) LS 1 $ 4,000.00 $ 4,000.00 SUBTOTAL PART D - ILLUMINATION MAINTENANCE (01 THRU D55) Bid Form Traffic Signal and Street Lighitng Improvements Indefinite Delivery, Indefinite Quantity (IDIQ) REBID -E15126 Addendum No. 01 Corpus Christi Standards - Regular Projects Page 5 of 6 RN 3.23•2O1S 009101-5 REV 03-09-2015 Addendum No. 1 Attachment No. 2 Page 6 of 6 00 30 01 BID FORM Item DESCRIPTION UNIT ESTIMATED QUANTITY UNIT PRICE EXTENDED AMOUNT BID SUMMARY SUBTOTAL PART A - GENERAL (Items Al thru A2) SUBTOTAL PART B - TRAFFIC SIGNAL & ILLUMINATION IMPROVEMENTS (Items 81 thru 885) SUBTOTAL PART C - MAINTENANCE OF TRAFFIC SIGNALS (Items Cl thru C41) SUBTOTAL PART D - ILLUMINATION MAINTENANCE (Items 01thru D55) TOTAL BASE BID Contract Times Notes 1 All bid hems include the required labor. materials and equipment 16r the construction activities. The quantities are intended only to show the nature of the work and the typical actisilies- Actual q aantites will be measured and authorised far payment_ 2 Thisis a Indefinite Delivery Indefinite QuantitylIDlOJ Contract with 365 calendar day base year with two (2) 1 year optional extensions. Each Delivery Order wit include a specific performance period and cost based on the contract bid prices and quantiles approved by the engineer and city. 3 This contract allows for an annual economic adjustment to the unit pnces based on approval City indexes in each year. 4 Total base bid is for evaluation only. The actual award is 51.133,600.00 based on available city operations department funds. Bid Form Traffic Signal and Street Lighitng Improvements Indefinite Delivery, Indefinite Quantity (IDIQ) REBID -E15126 Page 6 of 6 REV 3-23-2015 Addendum No. 01 00 91 01 - 6 Corpus Christi Standards - Regular Projects REV 03-09-2015 Addendum No. 1 Attachment No. 3 Page 1of1 CITY OF CORPUS CHRISTI - CAPITAL PROGRAMS PRE-BID CONFERENCE SIGN-IN SHEET TRAFFIC SIGNAL & STREET LIGHTING IMPR. - REBID Location: Capital Programs - City Hall 3rd Floor PROJ. UE15126 Date/Time: 29.Sept.2015 - 10:30 a.m. I NAME TITLE COMPANY PHONE EMAIL /� /�� r�y/r�q/C G/11 rR. ��" CRIY-to't /77 3C./ &� A �S. /'2 ME.1 q C % P Cede YrJ,�-.. / JO 40? l cy��r`7� �iffO, o% A' Al %�� 2767 7 403 '35 3 j,yl/,.e„dI- 6 Cefli4,ro-•r /1 �/4' -7-b2.//efz_ DPS 1�q'2 ,"�l,i<��,US NSff YSfy u1�%/,`.srtl/. ��ri�C•�-�� �°'-l,It�; )YID5 -,..,.o....r �� Jiein.„,,, r,L S11666 'i--31 .....,,, .r___,.... 0..51 c),- -i c a ••• Int i`ne, �r. T1k{'L Stye.•/ CU - c / �Vlr 1610 36) j3 "ft,» fp�G/�ect �ero-s. ram jerice- wit) its grz..,p.t0.,y 3o1c1 n- rnP.�--s Z.t, L_pe.,4 VP loop Si,_Vj2-.P/64c94i0Oyf,Cl ,6),72.1.4 If 61,,4.: .ef.1 .., C,i1•::,.h,, !Sr.-yii -Y/ia / /y.-.efc : ,,f.,,` [.ate C hats H-lkf- , P•. M. 1 c.c.— 31.1 lib 3807 CJiriT k3 @ Ctteic4s-cern N:ir:e 1 if 1 END OF ADDENDUM NO. 01 Addendum No. 01 Corpus Christi Standards - Regular Projects 009101-1 REV 03-09.2015