Loading...
HomeMy WebLinkAboutC2016-068 - 2/23/2016 - Approved 1 . 2016-068 2/23/16 M2016-022 Clark Pipeline Services 00 52 23 AGREEMENT This Agreement,for the Project awarded on February 23,2016,is between the City of Corpus Christi (Owner)and CPC Interests.LLC dba Clark Pipeline Services (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: Navigation Boulevard Up River Road to Leopard Street(Rebid) • Project Number E12090 ARTICLE 2—DESIGNER AND OWNER'S AUTHORIZED REPRESENTATIVE 2.01 The Project has been designed by: LNV 801 Navigation Blvd..Suite 300 Corpus Christi,Texas 78408 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.#S Corpus Christi,TX 78411 ARTICLE 3—CONTRACT TIMES 3.01 Contract Times A. The Work is required to be substantially completed within 440 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 470 days after the date when the Contract Times commence to run. 8. Milestones,and the dates for completion of each,are as defined in SECTION 0135 00 SPECIAL PROCEDURES. 3.02 Liquidated Damages A. Owner and Contractor recognize that time limits for specified Milestones,Substantial Completion,and completion and readiness for Final Payment as stated in the Contract Documents are of the essence of the Contract. Owner and Contractor recognize that the Owner will suffer financial loss if the Work is not completed within the times specified in Paragraph 3.01 and as adjusted in accordance with Paragraph 11.05 of the General Agreement 00 52 23-1 Navigation Blvd.Up River to Leopard,E12090(Rebid) REV 03-18-2014 INDEXED 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 $1,125.00 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 $1,125.00 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 in SECTION 00 30 01 BID FORM EXHIBIT A. 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 $ $7,808,705.83 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. Agreement 00 52 23 - 2 Navigation Blvd. Up River to Leopard, E12090 (Rebid) REV 03-18-2014 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; Agreement 00 52 23 - 3 Navigation Blvd. Up River to Leopard, E12090 (Rebid) REV 03-18-2014 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 Agreement 00 52 23 - 4 Navigation Blvd. Up River to Leopard, E12090 (Rebid) REV 03-18-2014 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 Exhibit A. S. 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 Contracts will be required. The sequence of signatures will be completed in the following order: A. CONTRACTOR — Contract must be signed by a person authorized to bind the firm or company* if Contractor is a Corporation contracts must be Attested; B. ASSISTANT CITY ATTORNEY for the City; C. DIRECTOR OF ENGINEERING SERVICES; D. CITY SECRETARY for the City. Agreement 00 52 23 - 5 Navigation Blvd. Up River to Leopard, E12090 (Rebid) REV 03-18-2014 ATTEST 1T4 City Secretary APPROVED AS TO LEGAL FORM Z sst. City Attorney ATTEST (IF CORPORATION) (Seal Below) Note: Attach copy of authorization to sign if Person signing for Contractor is not President, Vice President, Chief Executive Officer, or Chief Financial Officer S C IS J.H. Edmonds, P.E. Director of Engineering Services CONTRACTOR CPC Interests, LLC dba Clark Pipeline Services By: Title: 4-5%1 6229 Leopard Street Address Corpus Christi, TX 78409 City St Zip 361/816-6007 Phone cclark@clarkpipeline.com EMail END OF SECTION Agreement Navigation Blvd. Up River to Leopard, E12090 (Rebid) REV 03-18-2014 005223-6 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 C1:1"(— ..k.ti,� /Lc 1tn,_ (L?',L1; 4;../../.,4.3 (type or print name of company) on: December 16, 2015 for Project No. E12090, Navigation Boulevard Up River Road to Leopard Street — Bond 2012 (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 - Navigation Boulevard Up River Road to Leopard Street, Bond 2012, Project No. E12090 (Rebid) 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 �f -" � -�---��- f,,, L Idyl { �- Bid Acknowledgement Form Navigation Blvd. Up River to Leopard, E12090 (Rebid) M NO. 3 ATTACHMENT 2 PG 1 OF 6 003000-1 REV 10.06.2015 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. Bid Acknowledgement Form Navigation Blvd. Up River to Leopard, E12090 (Rebid) ADDENDUM NO. 3 ATTACHMENT 2 PG 2 OF 6 003000-2 REV 10.06-2015 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 for: Base Bid 1 Base Bid 2 $ 'l C-71 Sri . l Add / Deduct Alternate 1 S Add / Deduct Alternate 2 $ The Bidder selected for award of the Contract will be either the Lowest Responsible Bidder or the Bidder who provides the Best Value for the Owner that submits a responsive Bid. Owner will, at its discretion, award the contract to the lowest responsible Bidder for the Base Bid, plus any combination of Add or Deduct Alternates or to the Bidder who provides the Best Value for the Owner. 4.02 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 The contract may be awarded either to the lowest responsible bidder or to the bidder who provides the best value for the Owner. The Owner will consider the amount bid, the Bidder's Bid Acknowledgement Form Navigation Blvd. Up River to Leopard, E12090 (Rebid) ADDENDUM NO. 3 ATTACHMENT 2 PG 3 OF 6 003000-3 REV 10-06.2015 responsibility, the Bidder's safety record, the Bidder's indebtedness to Owner and whether the Bidder has met the minimum specific project experience requirements to determine the lowest responsible Bidder. The Owner reserves the right to waive any and all irregularities in determining the Bidders' responsibility or value, and whether the Bidder has met the minimum specific project experience requirements, and reserves the right to require the submission of additional information. 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 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 Bidder will complete the Work required to be substantially completed within 440 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 470 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. 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 05 DISCLOSURE OF INTEREST. F. SECTION 00 30 06 NON -COLLUSION CERTIFICATION. Bid Acknowledgement Form Navigation Blvd. Up River to Leopard, E12090 (Rebid) ADDENDUM NO. 3 ATTACHMENT 2 PG 4 OF 6 003000-4 REV 10-06-2015 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. 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. Bid Acknowledgement Form Navigation Blvd. Up River to Leopard, E12090 (Rebid) ADDENDUM NO. 3 ATTACHMENT 2 PG 5 OF 6 003000-5 REV 1016.1O15 ARTICLE 11 — BID SUBMITTAL 11.01 This Bid is submitted by: Bidder: By: Name: Title: Attest: r?c zrwL,t, to k\A 0,61 ?', (typed or printed WI legal name oLB der, widua!'s signature, c10L (typed or printed) .( 1 iJlr CJ (typed or printed) (individuals signature) State of Residency: —rCXn! Federal Tax Id. No. r -t _ 3 x(12 L o S Address for giving notices: (.i14 �flw� 41„J - Phone: 1 -SIG -6b 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 Bid Acknowledgement Form Navigation Blvd. Up River to Leopard, E12090 (Rebid) ADDENDUM NO. 3 ATTACHMENT 2 PG 6 OF 6 003000-6 REV 10-06-2015 00 30 01 BID FORM EXHIBIT A 00 30 01 BID FORM EXHIBIT A Project Name: NAVIGATION BOULEVARD UP RIVER ROAD TO LEOPARD ST. (BOND 2012) UNIT ESTIMATED QUANTITY Project Number: E12090 Base Bid (Part 1) -Concrete Pavement Part A- GENERAL (per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) 1 -Al Mobilization/ Bonds/ Insurance (Maximum of 5% of Total Contract Price) I S Owner: City of Corpus Christi $ - 1-A2 Clear Right -of -Way AC 9.31 Bidder: ct C -r-l,..xt,iti L.L! c\S)(. L .0. '.._LA (; .. , s : . OAR: 1-A4 Temporary Detour Pavement SY 50 $ - $ - Designer: LNV,INC. LF 160 $ - $ - 1-A6 Basis of Bid Item DESCRIPTION UNIT ESTIMATED QUANTITY UNIT PRICE EXTENDED AMOUNT Base Bid (Part 1) -Concrete Pavement Part A- GENERAL (per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) 1 -Al Mobilization/ Bonds/ Insurance (Maximum of 5% of Total Contract Price) I S 1 $ - $ - 1-A2 Clear Right -of -Way AC 9.31 $ - $ - 1-A3 Ozone Advisory Day DAY 2 $ - $ - 1-A4 Temporary Detour Pavement SY 50 $ - $ - 1 -AS Fence Relocation LF 160 $ - $ - 1-A6 Survey Monument EA 2 $ - $ - 1-A7 Block Sodding SY 7,213 $ - $ - 1-A8 Seeding for Erosion Control SY 768 $ - $ - 1-A9 Silt Fence for Storm Water Pollution Prevention LF 50 $ $ 1-A10 12" Erosion Control Log LF 2,964 $ - $ - 1 -All Construction Exit EA 8 $ $ - 1-Al2 Temporary Traffic Controls During Construction LS 1 $ - $ - 1-A13 Mail Box Relocation EA 2 $ - $ - 1-A14 Low Profile Concrete Barrier (Type 1) LF 2,820 $ - $ - 1-A15 Low Profile Concrete Barrier (Type 2) LF 80 $ - - $ - SUBTOTAL PART A - GENERAL (Items 1 -Al thru 1-A1S) $ - Part B - Rigid (Concrete) Paving, Marking & Signage Improvements (per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) 1-81 Street Excavation SY 30,395 $ - 5 - 1-62 12" Compacted Subgrade SY 30,395 $ - $ - 1-B3 6" Crushed Limestone Flexible Base (Type A, Grade 1-2) SY 30,395 $ - $ - 1-B4 Prime Coat (0.15 Gal/SY) GAL 4,560 $ - $ - 1-B5 1" HMAC Pavement (Type D) Bond Breaker SY 29,555 $ - $ - 1-136 7" Continuously Reinforced Concrete Pavement (Class P) SY 13,600 $ - $ - 1-B7 9" Continuously Reinforced Concrete Pavement (Class P) SY 15,955 $ - $ - 1-B8 6" Concrete Driveway SF 25,308 $ - 5 - 1.89 Unanticipated Concrete Driveway Removal SF 500 $ - $ - 1-310 Prefab. Pavement Marking Type C (W) (ARROW) EA 27 $ - 5 - 1-811 Prefab. Pavement Marking Type C (W) ("ONLY") EA 6 $ - $ - 1-612 Refl. Pavement Marking Type I (W) (4") (Broken) LF 1,871 $ - 5 - 1-813 Refl. Pavement Marking Type! (Y) (4") (Broken) LF 1,592 $ - $ - 1-B14 Refl. Pavement Marking Type I (W) (4") (Solid) LF 340 $ - $ - 1.815 Refl. Pavement Marking Type I (Y) (4") (Solid) LF 7,499 $ - $ - Bid Form Exhibit A - Part 1 Concrete Navigation Blvd. - Up River Road to Leopard St. (Bond 2012), E12090 ADDENDUM NO. 3 ATTACHMENT NO 3 -PART 1 CONCRETE 1 of 7 00 30 01 Page 1 of 7 L10 Z aged TO 0£ 00 LIOZ 31.383N00 l lelVd-S'ON 1N3WH3V11V £'ON 111110N30OV 060M 1ZTOZ 11"00)'15 pedoal 07 peo8 lama dO-'PAW u013e81neN alanuoJ T Ned - V 14903 uuoj P!B - S - $ LSI Al (3908) (.91(091175) (JAWMN° 93-1 - 5 - S 981 dl (.9)(09 HJSIbnd) taNOJ 53-T - 5 - 5. 669 Al (3808) („Z) (Ob H35)bAd) IMOD 93-1 - 5 - $ £95 Al (2) (09 HJS)bm) iaNOJ E3 -T - 5 - 5 99 Al (NI 89)1310d 915 MD 1AVHS 11180 Z3 -T - 5 - 5. S9 Al (NI 90 (310d 915 181)13VHS 11180 T3-1 (1143141AVd 80151599 ow 11931N38n5Y3W TO 6? TO N01133S lad) stuawancldwi uopezll 9815.311ed S (SO -I mai TO -T) pap2nu03 Ae) nuawamldwl au0 seta- a lava 1w1019n5 - 5 - 5 00Z dl awl seg'el0.98ugs)x3Jo' 8ulse3919519935.8 Sal - S - 5 OSZ dl aim seg -e10 ,Z aups1x3 AN 2ulse3 Inds pan „9 90-T - 5 - 5 TEZY dl pedwo318 oyes 'atm seg pauopuegV an0wa8 £0-t - 5 - 5 00n. Al t ua11 atm seg 1o) uolpedwOJ'it @1111¢9lewd MT - 5 - 5 9 V3 apelg 4s443 01 x08 anleA seg 2upslx3 lsnlplj TO -T (1N3INAVda0ASI51/90NV11431A13a115V3IN TO 6Z TO NOI1135 Jed) (1oDenue0 Ag) swawanoldwl aug seg• 0 lied 5 1934 num I}T) sluawanoldwl 0eulsa13ad VON -J 18Vd'moans 5 5 9ZZ Al Inn) IMI s�)lemss013 ID) 3 adAy 8uppevy luawaned lewd 93.3 - $ - $ OTZ'T Al LW (M) szlemsson 10) J adAy Vuppepy luawaned -ge)wd 5}i $ - 5 OOT 35 lenowa841en'map15 alanuo3 patedpllueuO b3 -T - $ - S 88£1 AS dwe89mJ 92923903 93-T - 5 - S 9E9 Al (148laH wntuNeW„OZ) 91n38999E198 111emap!S alanuo3 Z}T - 5 - 5 9ICEE AS IlemaplS alenu03.9 DI 11N311AVd HOd SISV8 ONV 1N3NL?805V3W 10 6Z tO N01133S lad) senwannldun ue14selNd V0V • 311ed - 5 16Z9 -I ^191 T9 -T 51"011) sluawanozdwl 08298159 8uppeiN tuned (atant40)131818. 9 ma mamas ' 5 5 08 dl puppet") PRA) J adAy 8uspetN luawaned le)ald 6Z8 -T 00'000'SL $ 00.000"SL $ 1 Sl palelaa laanS-paledppueun lo) auemonef 8ZO-T - $ - $ SZ AS (d ssep) "Was luawaned alanuo3.9 L29•T - S - 5 06Z AS (Z adAy) nledall wawaned llenV 928-1 - $ - 5 OOT AS IT adAy) 110998 luawaned delay slim - 5 - 5 TZ V3 As Aloteinga81a410 9Z8 -I - $ - $ OT V3 "81S 9N188Vd ON £Z8 -T - S - 5 S V3 11215 d015 pue (uaalg) sapel8.6 pn Algwassy "815 3awlS ZZ8-1 - 5 - $ i V3 (uaa19) saPele.6 lm Al9wassVug15199.115 IZ9-T - S - $ STZ V3 (Panlopaua8)1alpeyy luawaned MR/IV-V-IIAI 003-T - 5 - $ LZT V3 (pazuopaua8) 1a>Ilell luawaned pas!e83-I AL 619-I - 5 - 5 8L Al (wog) (PPS) (.9Z) (A)1 addy 2uspeyN wawaned 1198 8T8-1 - $ - $ S8Z Al PIGS) I.17Z) (AA)1 adAy 8uppew luawaned 1911 L19-1 - $ - $ ZS9 Al Ipsos) (.8) (WI adAy 8wtllet y luawaned llaa 9T8 -T mown 030N31X3 371ad ilNn Alumna 031VW1 11Nn NOudlai530 wall V11911183 W 809 018 TO OE 00 00 30 01 BID FORM EXHIBIT A Item DESCRIPTIONUNIT ESTIMATED UA QUANTITY PRICE EXTENDED AMOUNT 1-E7 ELEC CONDR (NO. 6) BARE LF 123 $ - $ - 1-E8 ELEC CONDR (NO. 6) INSULATED LF 246 $ - $ - 1-F9 ELEC CONDR (NO. 8) BARE LF 1,586 $ - $ - 1-E10 ELEC CONUR (NO. 8) INSULATED LF 2,070 $ - $ - 1 -Ell GROUND BOX TY A (122311) W/APRON EA 7 $ - $ 1-E12 GROUND BOX TY C (162911) W/APRON EA 12 $ - $ - 1-E13 REMOVE EXISTING GROUND BOXES EA 12 $ - $ - 1-114 ELC SRV TY D 120/240 070 (NS)AL(E)TS(0) EA 2 $ - $ - 1-E15 INSTALL HWY TRF SIG (ISOLATED) EA 2 $ - 5 - 1-E16 TRAFFIC SIGNAL CONTROLLER ASSY (TS-2)ECONOLITE EA 2 $ - $ - 1-E17 CONTROLLER FOUNDATION & EXTENSION EA 2 $ - $ - 1-E18 (.25KW EQ) LED LUMINAIRE EA 6 $ - $ - 1-E19 ALUMINUM SIGNS (TRAFFIC SIGNAL) EA 8 5 - $ - 1-E20 EXTRUDED ALUMINUM SIGNS (TRAFFIC SIGNAL) EA 8 $ - $ - 1-E21 WIND DAMPING PLATE EA 7 $ - $ - 1-E22 DRILL SHAFT (TRF SIG POLE)(24 IN) LF 84 $ - $ 1-123 BACK PLATE (12 IN) (3 SEC) EA 16 $ - $ - 1-F24 BACK PLATE (12 IN) (4 SEC) CA 4 $ - $ 1-125 VEH 51G SEC (12 IN) LEO (GRN ARW) EA 4 $ - $ 1-E26 VEH SIG SEC (12 IN) LED (GRN) EA 16 $ - $ - 1-127 VEH 51G SEC (12 IN) LED (YELARW( EA 8 $ - $ - 1-E28 VEH 51G SEC (12 IN) LED (YEL) EA 16 $ - $ - 1-E29 VEH 51G SEC (12 IN) LED (RED ARW) EA 4 $ - $ - 1-E30 VEH 51G SEC (12 IN) LED (RED) EA 16 $ - $ - 1-E31 PED SIG SEC (16 IN) LED (COUNTDOWN) EA 16 $ - $ - 1-E32 TRF SIG CBL (TY A) (12 AWG) (2 CONDR) IF 3,831 $ - $ - 1-133 TRF 51G CBL (TY A) (14 AWG) (5 CONDR) LF 4,451 $ - $ - 1 E34 TRF 51G CBL (TY A) (14 AWG) ( 7 CONDR) LF 277 $ - $ - 1-E35 TRF SIG CBL (TY A) (14 AWG) (16 CONDR) LF 1,077 $ - $ - 1-E36 INS TRF SIG PL AM(S) 1 ARM (24') LUM EA 1 $ - 5 - 1-E37 INS TRF SIG PL AM(S) 1 ARM (28') EA 1 $ - $ - 1-E38 INS TRF SIG PL AM(S) 1 ARM (28') LUM EA 2 $ - 5 - 1-E39 INS TRF SIG PL AM(S) 1 ARM (32') LUM EA 1 5 - $ - 1-E40 INS TRF SIG PL AM(S) 1 ARM (50') EA 1 5 - $ - 1-141 INS TRF SIG PL AM(S) 1 ARM (50') LUM EA 1 $ - $ - 1-142 INS TRF SIG PL AM(S) 1 ARM (65') LUM EA 1 $ - $ - 1-E43 PED POLE ASSEMBLY EA 14 $ - $ - 1-E44 REMOVING TRAFFIC SIGNALS EA 3 $ $ 1-E45 RADAR PRESENCE DETECTION DEVICE (RPDD) EA 8 $ - $ 1-E46 RADAR COMM CABLE LF 1,304 $ - $ - 1-147 ACCESSIBLE PEDESTRIAN SIGNAL UNITS EA16 $ - $ - 1-E48 ETHERNET CAT 5 CABLE (COHU CA200 SERIES) LF 256 $ - $ - 1-149 CAMERA PTZ (COHU 3960 SERIES EA 2 $ - $ - 1.1S0 TEMPORARY TRAFFIC SIGNALS EA 1 $ - $ - 1-E51 BARRICADES L5 3 $ - $ - 1-E52 MOBILIZATION LS 1 5 - $ - SUBTOTAL PART E - Signalization Improvements (1-E1 THRU 1-E52) $ - Bid Form Exhibit A - Part 1 Concrete Navigation Blvd. - Up River Road to Leopard St. (Bond 2012), E12090 ADDENDUM NO. 3 ATTACHMENT NO.3-PART 1 CONCRETE 3of7 00 30 01 Page 3 of 7 00 30 0181D FORM EXHIBIT A Item DESCRIPTION UNIT ESTIMATED UNIT PRICE EXTENDED $ - 1-F2 3" Dia. PVC Cap QUANTITY 4 AMOUNT Part F • Street Lighting Conduit (By Contractor) (per SECTION 01 23 10 ALTERNATES AND ALLOWANCES) 1-F1 3" Dia. PVC (Sch. 40) Elec. Conduit for Street Lights LF 3,830 $ - $ - 1-F2 3" Dia. PVC Cap EA 4 $ - $ - 1-F3 11" x 18" x 18" Ground Box for Street Lighting Conduit EA 7 $ - $ - SUBTOTAL PART F - Street Lighting Conduit (By Contractor) (1-F1 THRU 1-F3) $ - Part G -Storm Water (Drainage) Improvements (per SECTION 01 23 10 ALTERNATES AND ALLOWANCES) 1-61 15" Dia. RCP (Class 111) LF 56 $ - $ - 1-G2 18" Dia. RCP (Class III) LF 1,137 $ - $ - 1-G3 24" Dia. RCP (Class 111) LF 382 $ - $ - I -G4 27" Dia. RCP (Class III) LF 12 $ - $ - 1-G5 30" Dia. RCP (Class III) LF 55 $ - 1 $ • 1-G6 Tie•in Existing 6" Dia. PVC EA 1 $ - $ - 1-G7 Tie-in Existing 15" Dia. RCP EA 2 $ - $ - 1-68 Tie-in Existing 18" Dia. RCP EA 5 $ - $ - 1-G9 Tie-in Existing 24" Dia. RCP EA 3 5 - 5 - 1-G10 Tie-in Existing 30" Dia. RCP EA 2 $ - $ - 1-G11 15" Dia. Concrete Plug EA 3 $ - $ - 1-612 18" Dia. Concrete Plug EA 4 $ - $ - 1-613 Sidewalk Drain EA 2 $ - $ - 1-614 5' Standard Curb Inlet EA 25 5 - $ - 1-615 5' Inlet Extension EA 13 $ - $ - 1-G16 Grate Inlet EA 1 $ - $ - 1-G17 Post Inlet EA 8 $ - $ - 1-618 4' Dia. Concrete Storm Water Manhole (Type A) EA 1 $ - $ - 1-G19 Adjust Existing Storm Water Manhole to Finish Grade EA 10 $ - $ - 1.620 6" Concrete Header Curb LF 5,648 $ - $ - 1-621 Unanticipated Curb & Gutter Removal LF 100 $ - $ - 1-622 5" Concrete Riprap SF 97 $ - $ - 1-G23 Trench Safety for Storm Water Conduits LF 1,642 $ $ - 1-624 Trench Safety for Storm Water Inlet EA 35 $ - $ - 1-G25 Trench Safety for Storm Water Manhole or Junction Box EA 19 $ - $ - 1-G26 Allowance for Unanticipated Storm Water Improvements LS 1 $ 50,000.00 $ 50,000.00 1-627 4' Dia. Conc. Storm Water Manhole (Type A) on Existing RCP EA 8 $ - $ - 1628 7' Dia. Conc. Storm Water Manhole (Type A) on Existing RCP EA 5 5 - S - 1-G29 5' Special Storm Water Curb Inlet EA 1 $ - $ - 1-G30 Concrete Manhole Riser on Existing Box Culvert EA 4 $ - $ - 1-G31 4' SQ- Concrete Storm Water Junction Box EA 1 $ - $ - SUBTOTAL PART G - Storm Water (Drainage) Improvements (1-G1 THRU 1-G31) $ - 1 Bid Farm Exhibit A - Part 1 Concrete Navigation Blvd. - Up River Road to Leopard St. (Bond 2012), E12090 ADDENDUM NO. 3 ATTACHMENT NO.3-PART 1 CONCRETE 4 of 7 00 30 01 Page 4 of 7 00 30 01 BID FORM EXHIBIT A Item DESCRIPTION UNIT ESTIMATED QUANTITY UNIT PRICE EXTENDED AMOUNT Part H - Water Distribution Improvements (per SECTION 01 23 10 ALTERNATES AND ALLOWANCES) 1-H1 4" Dia. Tie-in/ Connection EA 3 $ $ 1-H2 6" Dia. Tie-in/ Connection EA 3 $ 5 1-H3 8" Dia. Tie-in/ Connection EA 11 $ - 5 - 1-H4 12" Dia. Tie-in/ Connection EA 2 $ $ i -HS Remove OR Grout & Abandon In -Place, Existing 4" - 12" Dia. Asbestos -Cement Waterline LF 6,698 $ - $ - 1-H6 8" Dia. C900 PVC Waterline (DR 18) IF 4,864 $ - $ - 1-H7 12" Dia. C900 PVC Waterline (DR 18) LF 197 $ - $ 1-118 8" Dia. Ductile Iron Waterline (Pressure Class 350 psi) LF 40 S - $ - 1-H9 6" x 2" D.I. Reducer EA 1 $ - $ - 1-H10 8" x 4" D.I. Reducer EA 1 $ - $ - 1-H11 8" x 6" 0.1. Reducer EA 4 $ - $ - 1-1112 12" x 8" D.I. Reducer EA 2 $ 5 1-H13 24" x 8" D.I. Reducer EA 1 $ $ 1-H14 8" Dia. 11.25' D.I. Bend EA 8 $ - $ - 1-H15 8" Dia. 45" D.I. Bend EA 50 $ - 5 - 1-H16 12" Dia. 45" D.I. Bend FA 4 $ - $ 1-H17 8" x 6" D.I. Tee EA 1 $ 5 1-1-118 8" x 8" D.I. Tee EA 10 $ - $ - 1-H19 6" Gate Valve with Box and Cover EA 1 $ - $ 1-H20 8" Gate Valve with Box and Cover EA 37 $ - $ 1-H21 Fire Hydrant Assembly (Type 1) EA 16 $ - $ - 1-H22 Remove and Replace Existing 1" Dia. Water Service EA 1 $ $ 1-H23 Remove and Replace Existing 2" Dia. Water Service EA 15 $ - 5 - 1-H24 Relocate Existing Water Meter EA 4 $ - $ 1-H25 Adjust Existing Water Valve Boxes and Meter Boxes to Finish Grade LS 1 $ $ 1-H26 Trench Safety for Waterlines LF 11,799 $ - $ - 1-H27 Allowance for Unanticipated Water Improvements L5 1 $ 50,000.00 $ 50,000.00 1-H28 Water Meter Vault EA 1 $ - $ - SUBTOTAL PART H -Water Distribution Improvements (1-H1 THRU 1-H28) $ - Part 1- Was ewater (Sanitary Sewer) Improvements (per SECTION 01 23 10 ALTERNATES AND ALLOWANCES) 1-11 4" Dia. Tie-in/ Connection (Gravity) EA 4 $ - $ - 1-12 6" Dia. Tie-in/ Connection (Gravity) EA 5 5 - $ - 1-13 8" Dia. Tie-in/ Connection (Gravity) EA 7 $ $ 1-14 Remove Existing Wastewater Line (6'-12' Depth) LF 1,136 $ - $ - 1.15 Remove Existing Wastewater Line (12'-18' Depth) LF 300 $ - $ - 1-16 Bypass Pumping of Raw Sewerage LS 1 $ - $ - 1-17 6" Dia. PVC (SDR 26) Wastewater Gravity Line (0'-6' Depth) LF 95 $ $ 1-18 6" Dia. PVC (SDR 26) Wastewater Gravity Line (6'-8' Depth) LF 10 5 - S - Bid Form Exhibit A - Part 1 Concrete Navigation Blvd. - Up River Road to Leopard St. (Bond 2012), E12090 ADDENDUM NO. 3 ATTACHMENT NO.3-PART 1 CONCRETE 5 of 7 00 30 01 Page 5 of 7 00 30 01 BID FORM EXHIBIT A Item DESCRIPTION UNIT ESTIMATED QUANTITY UNIT PRICE EXTENDED AMOUNT 1 19 8" Dia. PVC (SDR 26) Wastewater Gravity Line (0'-6' Depth) LF 16` $ - $ - 1-110 8" Dia. PVC (508 26) Wastewater Gravity Line (6'-8' Depth) LF 248 $ - $ - 1-111 8" Dia. PVC (SDR 26) Wastewater Gravity Line (8'-10' Depth) LF 920 $ - $ - 1-112 8" Dia. PVC (SDR 26) Wastewater Gravity Line (10'-14' Depth) Lf 40 $ - $ - 1-113 8" Dia. PVC Wastewater Pressure Pipe (150psi) for Waterline Crossing (6'-8' Depth) LF 120 $ - $ 1-114 4' Dia. Fiberglass Manhole (< 6' Depth) EA 14 $ - $ - 1.115 Extra Depth for 4' Dia. Manhole (Over 6' Depth) VF 38 $ - $ - 1-116 6" Dia. Drop Connection EA 1 $ - $ - 1-117 8" Dia. Drop Connection EA 1 $ - $ - 1-118 Replace Existing Wastewater Service w/ New Service Connection EA 3 $ $ - 1.119 Adjust Existing Wastewater Manhole to Finish Grade EA 2 $ - $ - 1-120 Trench Safety for Wastewater Lines Lf 3,864 $ - $ - 1.121 Trench Safety for Wastewater Manhole EA 17 $ - $ - 1.122 Allowance for Unanticipated Wastewater Improvements LS 1 $ 50,000.00 $ 50,000.00 1-123 8" Dia. Pipebursting (VCP to HDPE) If 1,362 5 - $ - 1-124 Contractoi Option: 6" Dia. Pipebursting LF 65 $ - $ - (VCP to HDPE) OR 8" Dia. PVC (SDR 26) WW Gravity Line Remove & Replace 1-125 Contractor Option: 8" Dia. Pipebursting LP 768 $ - $ - (VCP to HDPE) OR 8" Dia. PVC (SDR 26) WW Gravity Line Remove & Replace 1-126 Rehabilitate Existing 4' Dia. Sanitary Manhole (8' Depth) EA 1 $ - $ - 1-127 Rehabilitate Existing 5' Dia. Sanitary Manhole (18' Depth) EA 1 $ - $ - 1-128 Contractor Option: Rehabilitate Existing 4' Dia. Sanitary EA 3 $ - $ - M.H. (8' Depth) OR 4' Dia. Fiberglass Manhole Remove & Replace SUBTOTAL PART 1 - Wastewater (Sanitary Sewer) Improvements (1-11 THRU 1-128) $ - Bid Form Exhibit A - Part 1 Concrete Navigation Blvd. - Up River Road to Leopard St. (Bored 2012), E12090 ADDENDUM NO. 3 ATTACHMENT NO.3-PART 1 CONCRETE 6 of 7 00 30 01 Page 6 of 7 00 30 01 BID FORM EXHIBI r A Item DESCRIPTION UNIT ESTIMAI ED QUANTITY UNIT PRICE EXTENDED AMOUNT BID SUMMARY SUBTOTAL PART A - GENERA(. (Items 1 -Al thru 1-A1S) $ - SUBTOTAL PART B - Rigid (Concrete) Paving, Marking & Signage Improvements (Items 1-B1 thru 1- B29) $ - SUBTOTAL PART C - ADA Pedestrian Improvements (1-C1 THRU 1-C6) $ - SUBTOTAL PART D - Gas Line Improvements (By Contractor) (1-D1 THRU i -D5) $ - SUBTOTAL PART E • Signalization Improvements (1-E1 THRU 1-E52) $ - SUBTOTAL PART F - Street Lighting Conduit (By Contractor) (1-F1 THRU 1-F3) 5 - SUBTOTAL PART G - Storm Water (Drainage) Improvements (1-G1 TIIRU 1-G31) 5 - SUBTOTAL PART H -Water Distribution Improvements (1-H1 THRU 1-H28) 5 - SUBTOTAL PART 1 - Wastewater (Sanitary Sewer) Improvements (1-11 THRU 1-128) $ - TOTAL PROJECT BASE BID (PART 1) -CONCRETE PAVEMENT (PARTS A THRU I) �5 ,). POA Contract Times Bidder agrees to reach Substantial Completion in 440 days Bidder agrees to reach Final Completion in 470 days Bid Form Exhibit A - Part 1 Concrete Navigation Blvd. - Up River Road to Leopard St. (Bond 2012), E12090 ADDENDUM NO. 3 ATTACHMENT NO.3-PART 1 CONCRETE 7 of 7 00 30 01 Page 7 of 7 00 30 01 BIO FORM EXHIBIT A 00 30 01 BID FORM EXHIBIT A Project Name: Project Number: Owner: Bidder: OAR: NAVIGATION BOULEVARD UP RIVER ROAD TO LEOPARD ST. (BOND 2012) E12090 City of Corpus Christi Designer: LNV,INC. Basis of Bid \eJ. 7,, rLt Part 8 - Flexible (HMAC) Paving, Marking & Signage Improvements (per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) 2-B1 Item 1 DESCRIPTION UNIT ESTIMATED QUANTITY UNIT PRICE EXTENDED AMOUNT Base Bid (Part 2) -Hot -Mix Asphaltic Concrete Pavement SY Part A- GENERAL (per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYE. ENT) 2 -Al Mobilization/ Bonds/ Insurance (Maximum of 5% of Total Contract Price) ES 1 $41OF, ^'''$ .-n om 2-A2 Clear Right -of -Way AC 9.31 1 5 , T,os e.'- ,2rtyirt' 5 31`-f9,415,5C 2-A3 Ozone Advisory Day DAY 2 $ , $ L, qg 2-A4 Temporary Detour Pavement SY 50 $ 10 y,qg $S ZL/tt .4 2-A5 Fence RelocationLF 4" Hot Mix Asphalt Concrete Pavement Type B Base Course 160 $ 9.7 5Lill-193,Q° 2-A6 Survey Monument EA 2 .7-7 $ if 213-7-'`:- 53,4Li 70 2-A7 Block Sodding SY 7,213 $ c. S{; $ i -i0 )01,1( 2-A8 Seeding for Erosion Control,.SY 3" Hot Mix Asphalt Concrete Pavement Type 0 Surface Course 768 $ /o. S-- c - - 2-A9 Silt Fence for Storm Water Pollution Prevention LF 50 $ 11 944 .�. -i' $ .`-1 7 6 2-A10 12" Erosion Control Log LF 2,964 5 6.1s- $j 2. " GO 2 -All Construction Exit EA 8 5.2, iflC:r- $!4/'760 = 2-Al2 Temporary Traffic Controls During Construction LS 1 $ 6:2 c;SS:„^, $ (;1(yg� t-, 2-A13 Mail Box Relocation EA 2 $ 1'3 $. 73 , 5 61 7,-.56; 2-414 Low Profile Concrete Barrier (Type 1) LF 2,820 $ 5.117i3 $ $7'7 2-A15 Low Profile Concrete Barrier (Type 2) LF 80 $ /(4,4/ 51 qJa, Gg SUBTOTAL PART A - GENERAL (Items 2 -Al thru 2-A15) A-JIQ3rj. $4;d103(1.31; Part 8 - Flexible (HMAC) Paving, Marking & Signage Improvements (per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) 2-B1 Street Excavation SY 30,395 $ /.2, /C; $3,-;G1,6o3-) j 2-B2 12” Compacted Subgrade SY 30,395 5 -3, c- Sciapzi &..g5- 2-83 Tensar BX -1100 Biaxial Geogrid SY 30,395 .$ i, n $„'''-.).-, 5? `i: 7G 2-84 11" Crushed Limestone Flexible Base (Type A, Gradel-2) SY 30,395 $ .2 37 58c5,2,1,:30E,; ►S 2-85 Prime Coat (0.15 Gal/SY) GAL 4,560 , $ L, qg 5:22 -ii �L/ "., 2-66 One -Course Surface Treatment Undersea) SY 27,511 $ 3.3-7 S, 'i/r/(7) . i; 2-87 4" Hot Mix Asphalt Concrete Pavement Type B Base Course SY 12,668 5 ,2,'1.31. $ 3W q1 )3L,0 2-88 5" Hot Mix Asphalt Concrete Pavement Type B Base Course SY 14,842 $ 35:5 7 5-Q7`1-21.7(11 2-69 2" Hot Mix Asphalt Concrete Pavement Type D Surface Course SY 12,668 $ 1$.35 $).3:2/4137 -di: 2.610 3" Hot Mix Asphalt Concrete Pavement Type 0 Surface Course SY 14,842 $ .%4. 51 $3644 c 2-811 6" Concrete Pavement (Class A) SY 25 $ i D ei.q . ,2 S., C ti. -t 2-812 6" Concrete Driveway SF 25,308 $ 9,),(.. $:;._-13',:.,.;9 Bid Form Exhibit A - Part 2-HMAC Navigation Blvd. - Up River Road to Leopard St. (Bond 2012), E12090 ADDENDUM NO. 3 ATTACHMENT NO. 3 -PART 2 HMAC 1 of 7 00 30 01 Page 1 of 7 L;0 Z aged TO OE 00 Lan OtlWH Z 18Vd-E'ON 1NamOvav E'ON WnO14300v 060ZI3'(ZIOZ Puce) -3S piedoal of peo8 Jan88 an -'ma uo!le8lnen JV W H -Z Led - V 18114x3 uu03 p!g SA' S 1)5( A, IS h(+ _5c $ oo-(Z% L9L Al (3808)1„0)(00 H3S) (3Ad)1aNO3 aun seg -el0 „178unslx3 lo; &Else') old$19915 „8 93-Z �.o%'-7/71£5 $ 981 31 CM (0VH3S)(3Ad)10NO3 i rL � }7 , $ S3 -Z b h-' ihrh$ U.'S! $, 6617 Al (3800)(,.21(OV HOs113Ad) taNa3 173-Z -5i h?lhT5 ,1719 -5 -t> $ E9S Al (2)1017 HJS)(3Ad) laNOO E3 -Z 443 ham$ S1'-.52$ $ 99 Al (NI 86) (310d 915 la)LAVHS 11180 23-Z CiZr i tea$ -SL -.S£/7 $ S9 Al (NI 9E)(310d 91S 38.0.LAVHS11180 I3 -Z (1N3 WAVd 803 SISV9 ONV IN3 W 380SV3 W TO 6Z TO N011335 -lad) sivawanaidwl uo-nen!eu81S- 3 Led tb``k00,-"5 (sa-zmat Ia-z)(1073e11uo3 Ag) swawanwdwl aun seg-018Vd 1V1019OS L 'SS-£'G;9/S £1.:5") $ 017Z Al aun seg -el0 „178unslx3 lo; &Else') old$19915 „8 SO -Z C-L.XfS hl$ .n � `d sS'b5 $ OSZ Alau! se e! 1 9' 0 „Z 8ugs)x31o; 8ulse7 111d51aa3S .9 00•Z i rL � }7 , $ Z A' 11 $ TEeL Al pedwoJ I2 Hippe8'aun sep pauopuegV anowa8 E0 -Z ,yv-9c{7!F/}1$ `-A t1 $ .) OOZ'L Al 1139213 aun sepia; uolpedw03911913E8 Mali za-z 7(7/7 /y $ Q,S - 1! I 5 V V3 apeJ9 ys!WA w xog an)eA seg 8unsex315n(pV IO -Z (1N3WAVd 803 SISV90NV 1N3W3811SV3W TO 6Z TO N01133S lad) (T017equ03 69) sluawanaadwl awl seg -aced c P-01 I Sr $ ec (90-208141 iO2) sluawanmdw uS I eylsaPad VOV • J 18Vd 1V1o190S .2 9h.r { ,irks S 17ZZ dl („V2) (M) slliemssao An J adAl SuppeW wawaned-qe;aad 97-Z 9'71{7'[1!5 - Se'g S OIZ'T 3l (2I) (M) s31emssmJ lo; 0 adAs SupVeve luawaned oela3d S] -Z "-r `7' ��p 12 $ "J $ OOT 3S enowa I B llemapga3adWeuwoonuoj 93-Z bOri.bbLi-TS I $5"fiE S 88£'T AS lanuun 811x1 alanuoJ f7 -Z FY. Sr h-$ ri:t 53'9/7 $ 9£9 Aly (ly8)ap wnwlzeW „VZ) glnJ gulu)e1a8111emap15 alanuoJ Z3 -Z no 017 t s 9.4— $ 17TZ'EE 3S >IlemaPIS alanuo J „17 D -Z (1N3WAVd 2103 SISVB ONV 1N3P138nSV3W 106Z 10 NOIL035 TaTI) swawanoldwl unesapad VOV-3 ped 1 rE9L.`95C1ES (ffe-Z w4118•Z swan)wawanwdwl aseu8!s8 Suppers 'gulned(3VWH)a111xaH-9 DAM lviolen5 .. �-hyb'cE $ S'-tF $ 08 Al gua WPIa! aclAi 8uppeol wawaned -qe;ad ££81000001SL 5 00'000.SL$ 1 Sl paela8 laa15-palednpueu[10;amemoV 2f8•Z 99-r9z10 $ os' -Q4 3 neda8 wawaned alawawaned (d ssIZ -Z 41'h 7(i 5 &5- `7L/ 5 SZ AS „9 s Iz adAT.) neda8luawaned 8eydsV ile 0E8 0E8 -Z OS'(�� L $ Sl'1 U $ OL A5 (1 adAl) neda8luawaned 1leydsV 6Z8 -Z 5G-cL.9!J ($ t s[ s s t $ IZ V3 As/uwe8n8a81ay10 828-Z X°h Sth$ ,q/7 ;stir 5 OI V3 ug!S 9NIg8Vd ON LZB-Z SC --712$: $ "5 S7 :61-9 $ S V3 u2IS dO1S pue (uaal9) SaPel8 „6 /m AlgwassV AS wain 9Z8 -Z nZ L- 9 5 � in,v9 5 T V3 (Ina's) sapelg „6 /m AlgwassV u8!S wallS SZB-Z . l z90 l $ hb -h $ SR V3 (pazuopalla8) inleW wawaned pasle8 V -V-11 Al KEI-Z /.4$.„4_ Z95 h''fi $ LZI V3 (pazuopaga8)lalien wawaned paS)e87-I Al EZ8-Z 1,91E $ hsII? 5 8L Al (x109) (PIPS) („17Z) (A) I adAl Ouppew wawaned'8a8 ZZ8-Z P La h t $ AS -h $ SSZ 31 (Nog Gni (M) I adAl 2uppeW wawaned l)a8 TZ9-Z rtQ7�5 18. 5 . 259 dl (PPS) 6,8) (M) 1 edits 8uppeW wawaned -gall OZ8-Z /SW ;i � $ bb $ ' 66V1 Al (1410S) („v) (A) 1 MAI 8wlpeW wawaned va8 6I9 -Z 0 y•�$ N.' $ 017£ Al (PIPS) („17) (M) 1 adAl8uppeW luawaned -Bag 8TB-Z 7�' 0aVE- $ •, LW $ • Z6S'I dl (ua>lW8) LW (A) I adAl 8uppew wawaned -ITa8 LTB -Z -)74 (hs bi, $ IL81 Al (uwlwg) („V) (M) I ad& &mien wawaned -Sag 9I8 -Z -r re $ 1E7705,2$ �� CLI” 5 9 V3 („A1N0„) (M) 7 adAs Buil-levy wawaned le;a.d SI&Z gittLe $ LZ V3 (MOWN) (MI J edits 8ullpeW luawaned gga3d 1718 Z :.rgzL $ 1NnOWtl bb'$1 $ 005 35 lenowa8 Aemanu0 alanuoJ palednpueun EI8-Z 0301‘131X33319d 11Nn mown° 031VW153 oNn NOLL4193530 wall V 110114X3 W8O3 018 TO OE 00 00 30 01 BID FORM EXHIBIT A Item DESCRIPTION UNIT ESTIMATED QUANTITY UNIT PRICE EXTENDED AMOUNT 2•E7 ELEC CONDR (NO. 6) BARE LF 123 $ ),ri $3/J,77- 2 -ES ELEC CONDR (NO. 6) INSULATED LF 246 $ $ 4,2.`1 a 2-E9 ELEC CONDR (NO. 8) BARE LF 1,586 ,712. $ 1,, gz ,1 $ 3 5:1S7 i<, 2-E10 ELEC CONDR (NO. 8) INSULATED LF 2,070 $ Z 7 : - $ .7i ! /e Cf 2 -Ell GROUND BOX TY A (122311) W/APRON EA 7 , $ V +,So $ 2-E12 GROUND BOX TY C (162911) W/APRON EA 12 111 $ l L22:uS' 717..943,,,5- $f yI -q 2•E13 REMOVE EXISTING GROUND BOXES EA 12 $ 16 $_1, 2-E14 EIC SRV TY D 120/240 070 (NS)AL(E)TS(0) EA 2 .-3 $ 'tl IP.5-0. S $ f; . 3 . Vii? $_i ., /V, $ % /UCJ 2-E15 INSTALL HWY TRF SIG (ISOLATED) EA 2 2-E16 TRAFFIC SIGNAL CONTROLLER ASSY (T5-2)ECONOLITE EA 2 GS v.cL $ 15 14.2:50 $3$'; 3_53 4i 2-E17 CONTROLLER FOUNDATION & EXTENSION EA 2 $ i�Gq.cr. if- ! 'L/1 $?/035- 2-E18 (.25KW EQ) LED LUMINAIRE 2-E19 ALUMINUM SIGNS (TRAFFIC SIGNAL) EA 8 $ -72. i.S $5:-,s?-. et a 2-E20 EXTRUDED ALUMINUM SIGNS (TRAFFIC SIGNAL) FA 8 . $ `S3`/. N.0 , $ Z:, 77y, -,-r 2•E21 WIND DAMPING PLATE EA 7 84 $ x'33-0 $ / GS. -3c $.5 ,935 .41 $/L{,; 1 .7.'- 2-E22 DRILL SHAFT (TRF SIG POLE)(24 IN) LF 2-E23 BACK PLATE (12 IN) (3 SEC) EA 16 $ 7 3ci 1/$ $ f 6 7`7.6(e 2-E24 BACK PLATE (12 IN) (4 SEC) EA 4 $ 17 7.-3:5 $ 416'7, 3) 2-E25 VEH SIG SEC (12 IN) LED (GRN ARW) EA 4 $ 23,4 -2.-S" , S y 3x, G%- 2-E26 VEH SIG SEC (12 IN) LED (GRN) EA 16 $ 22.1.50 S 3 3.-5-t S,3 2-E27 VEH SIG SEC (12 IN) LED (YEL ARW) EA 8 $ 7. LAS. iii ; $ I.5O7 7 ''?4 2-E28 VEH SIG SEC (12 IN) LED (YEL) EA 16 $ •7 2g.if.5 $ ;‘,,c-31 t? 2-E29 VEH SIG SEC (12 IN) LED (RED ARW) EA 4 $ sig $'. j .3ct 2-E30 VEH SIG SEC (12 IN) LED (RED) EA 16 .i6 $ `I(;, -i 3 .2 $ 2-E31 PED SIG SEC (161N) LED (COUNTDOWN) EA 16 $ 52.x4:yq /4/6.24g $9 '>V, 05? 2-E32 TRF SIG CBL (TY A) (12 AWG) (2 CONDR) LF 3,831 $ S '07'/4 2-E33 TRF SIG CBL (TY A) (14 AWG) (5 CONDR) LF 4,451 ,2,tC $ 2.ht . $ q.-4-9/----)--2- 2-E34 TRF SIG CBL (TY A) (14 AWG) (7 CONDR) LF 277 2,11 $. s7a 3.Yy 2-E35 TRF SIG CBL (TV A) (14 AWG) (16 CONDR) LF 1.077 $ 1 $ 3,qq. 2-E36 INS TRF SIG PL AM(S) 1 ARM (24') LUM EA 1 ./k $ -71 7g$'-5- ,4.7 $ 717/5' 75-- 2-E37 INS TRF SIG PL AM(5) 1 ARM (28') EA 1 $ 71 Ify-.f;' $ 7 289 2 -E38 INS TRF SIG PL AM(S) 1 ARM (28') LUM EA 2 $ Fi 4.5"q .--it- .4S- $ / 2, 08`7,, 2-E39 INS TRF SIG PL AM(S) 1 ARM (32') LUM EA 1 $ Lj is -7c- $ iS 3 .-7S" 2-E40 INS TRF SIG PL AM(S) 1 ARM (50') EA 1 $ /2..7 (1 ..s2 .5'/ S 72.;7 C, 72 :Ft 2-E41 INS TRF SIG PL AM(S) 1 ARM (50') LUM EA 1 $ /V. t h'-� $ ,e, Y� 1- Si) 2-E42 INS TRF 5IG PL AM(S) 1 ARM (65') LUM EA 1 $ 7 ;� S 7'+= 7S- $ 1 ri 5•"7�j_ 2-E43 PED POLE ASSEMBLY EA 14 $ SS" ( l 7�.-5 $ r64Li mss. 2-E44 REMOVING TRAFFIC SIGNALS EA 3 $ 31331, y3 $1 v, l`ty,.`t 2-E45 RADAR PRESENCE DETECTION DEVICE (RPDD) EA 8 $ coCW--75" $'77, 5g-'�` 2-E46 RADAR COMM CABLE LF 1,304 S if b4 $!f f14, 76 2-E47 ACCESSIBLE PEDESTRIAN SIGNAL UNITS EA 16 $ (,c1S' 1- 3c $31,..-20.3 2-E48 ETHERNET CAT 5 CABLE (COHU CA200 SERIES) LF 256 $ 17,-36 $ w y<-1 w 2-E49 CAMERA PTZ (COHU 3960 SERIES EA 2 $ i-,-, 4 P7.ro --it; S.2.0, Q`(3 — 2-E50 TEMPORARY TRAFFIC SIGNALS EA 1 $ 9ie 2,3: s.:. $ ti57 �i3 ; 2-E51 BARRICADES LS 3 7 $ /2+ 350::2. , • C-)-6?$ C-)-6?= 2-E52 MOBILIZATION LS 1 $ 7215-,c4.- - , $ 721 S-5-(... ,.S. SUBTOTAL PART E - Signalization Improvements (2.E1 THRU 2-E52) S t, 511 :).-+C--. moi, Bid Form Exhibit A - Part 2-HMAC Navigation Blvd. - Up River Road to Leopard St. (Bond 2012), E12090 ADDENDUM NO. 3 ATTACHMENT NO. 3 -PART 2 HMAC 3 of 7 00 30 01 Page 3 of 7 00 30 01 BID FORM EXHIBIT A Item DESCRIPTION UNIT ESTIMATED UNIT PRICE EXTENDED $ 47130c..5.-1-, 2-F2 3" Dia. PVC Cap QUANTITY 4 AMOUNT Part F - Street lighting Conduit (By Contractor) (per SECTION 01 23 10 ALTERNATES AND ALLOWANCES) Bid 2-F1 3" Dia. PVC (Sch. 40) Elec. Conduit for Street Lights LF 3,830 $ /i . 3 5-- $ 47130c..5.-1-, 2-F2 3" Dia. PVC Cap FA 4 $ `14,-/c $ 2.16„ (4-J 2-F3 11" x 18" x 18" Ground Box for Street Lighting Conduit EA 7 $ 1 It.SS-ti $ I S�S6. 71 _ SUBTOTAL PART F - Street Lighting Conduit (By Contractor) (2-F1 THRU 2-F3 i $ (A.' 1 LS 3. i, -r t Part G -Storm Water (Drainage) Improvements (per SECTION 01 23 10 ALTERNATES AND ALLOWANCES) 2-61 15" Dia. RCP (Class 111) LF 56 S R ct . & 1 $ 51 c• c1 31,, 2-62 18" Dia. RCP (Class III) LF 1,137 $ C11.cil $ttti32,ts-i 2-G3 24" Dia. RCP (Class 111) LF 382 $ i I O. 41 $ 142.4116,-(d. 2-G4 27" Dia. RCP (Class 111) LF 12 $ /33.3g $ t t,00. -(, 2-G5 30" Dia. RCP (Class III) LF 55 $ i SL. -s— i $ $'1 4.11.-i,, 7 2-G6 Tie-in Existing 6" Dia. PVC EA 1 $ 11710:45 S II7i;,, .- 2-G7 Tie-in Existing 15" Dia. RCP EA 2 $ /0:2-4,7i -f $ 2.1-C1..3A 2-G8 Tie-in Existing 18" Dia. RCP EA 5 $ CI',24 72-5. $ Li 0,3l .bS- 2-G9 Tie-in Existing 24" Dia. RCP EA 3 $ IS -:;:c,,, $ /1/2 'FLA. aD 2-610 Tie-in Existing 30" Dia. RCP EA 2 5 1, tt 1 .C-0 $ 2 z:3 _ ,1 2-611 15" Dia. Concrete Plug EA 3 $ It cc, ii $ 11w -i5.34 2-612 18" Dia. Concrete Plug EA 4 $ R 2. 171.. $ i ,2.-S-5-• 12-, 2-613 Sidewalk Drain EA 2 $),$'34-.51) 5 (,) t,t: I _ :•-G 2-614 5' Standard Curb Inlet EA 25 $ 115-x; i -5-o $ `S,.i1537.Sb 2-615 5' Inlet Extension EA 13 $ 1 2'35-'" $ 11. , os -5". OQ 2-G16 Grate Inlet EA 1 $ 21M4:75' $ 21 $q. 3 S' 2-G17 Post Inlet EA 8 $ it eo I -40 $ 32.,3t.2--- 2-G18 4' Dia. Concrete Storm Water Manhole (Type A) EA 1 $ -1 5-33-3-Q S .71r53.5-0 2-619 Adjust Existing Storni Water Manhole to Finish Grade EA 10 i $ (t543=' - $ 0-t CI il:y 2-G20 6" Concrete Curb & Gutter LF 5,648 S t ;,o $ i1`;, 4,)..-...,%7c,..*: 2-G21 Unanticipated Curb & Gutter Removal LF 100 $ 94.'1,1) $ '3.,q-7,,:,=., 2-G22 5" Concrete Riprap SF 97 $ jt;, ((:. $ i t -C 7. ;'2_ 2-G23 Trench Safety for Storm Water Conduits LF 1,642 $ 1,47 $ 'w ;,s'S •14 2-G24 Trench Safety for Storm Water Inlet EA 35 $ CO 7,-S $ .), 6% 2.,Si. 2-G25 Trench Safety for Storm Water Manhole or Junction Box FA 15 $ 4>2.-Zj $ VI 1 75' 2-626 Allowance for Unanticipated Storm Water Improvements L5 1 $ 50,000.00 $ 50,000.00 2.627 4' Dia. Conc. Storm Water Manhole (Type A) on Existing RCP EA R $ crIc -z.0 $'S r, 3321.0 2-G28 7' Dia. Conc. Storm Water Manhole (Type A) on Existing RCP EA 5 S i S', 549. Tv ' $ 111.70.s- 2 -G29 5' Special Storm Water Curb Inlet EA 1 $ ail 754- $ 404-q,7i 2-G30 Concrete Manhole Riser on Existing Box Culvert EA 4 $ S 75. $ ..1-11 95-'1.04) 2-G31 4' SQ. Concrete Storm Water Junction Box EA 1 14S'i: $1t -1S $ )) i. TS" 1113 SUBTOTAL PART G - Storm Water (Drainage) Improvements (2-G1 THRU 2-G31) 143 $ - (.9 :4-10-15- 4.10-3S Bid Form Exhibit A - Part 2-HMAC Navigation Blvd. - Up River Road to Leopard St. (Bond 2012). E12090 ADDENDUM NO. 3 ATTACHMENT NO. 3 -PART 2 HMAC 4 of 7 00 30 01 Page 4 of 7 00 30 01 BID FORM EXHIBIT A Item DESCRIPTION UNIT ESTIMATED _ QUANTITY UNIT PRICE EXTENDED AMOUNT Part H - Water Distribution Improvements (per SECTION 01 23 10 ALTERNATES AND ALLOWANCES) 2.H1 4" Dia. Tic -in/ Connection EA 3 $ 72O ;?S $ 21-71S.75 2-1-12 6" Dia. Tie-in/ Connection EA 3 $ 11 tii3O:Lr $ y 7 i•0 7s 2-1-13 8" Dia. Tie-in/ Connection EA 11 $ (144.-4& 1 $ lyIti�9S.2 2-H4 12" Dia. Tie-in/ Connection EA 2 $ r'41 41q74? $ fii, 2-H5 Remove OR Grout & Abandon In -Place, Existing 4" - 12" Dia. Asbestos -Cement Waterline LF 6,698 $ I�Szs . 2.116 8" Dia. C900 PVC Waterline (DR 18) LF 4,864 $ 43.9c $ 9-1 1i,oi b-7: 310 2-H7 12" Dia. C900 PVC Waterline (DR 18) LF 197 $ .7 I. 2.1 $ 14I o2$.31 2-118 8" Dia. Ductile Iron Waterline (Pressure Class 350 psi) LF 40 $ 1 42,0:"; $ S-1()(5 t . L;, 2-119 6" x 2" D.I. Reducer EA 1 S -L.34. -,,s- $ 2 9 657 2-H10 8" x 4" D.I. Reducer EA 1 $ 7, 2,L4 ;Li" • $ 234.(. 5- 2-1-111 8" x 6" D.I. Reducer EA 4 S 2;&.4 S 1185.6 c 2 H12 12" x 8" D.I. Reducer EA 2 $ a.`11.'7,:: $ 54.540 2.113 24" x 8" D.I. Reducer EA 1 $ y-1 (3 7: L , S 13-L t. 2-H14 8" Dia. 11.25" D.I. Bend EA 8 $ 13 3-. -hh" 1 $ 216(>1•(,, 2-H15 8" Dia. 45" D.I. Bend EA 50 $ 37372'S $ jt,., 2-1116 12" Dia. 45' D.1. Bend EA 4 $ Lt7S= 4 13C•(- S ‘`ct,,t cIL 2-H17 8"x6"DJ. Tee EA 1 $ �S$;If $ 354.15- 2-H18 8" x 8" D.I. Tee EA 10 $ a 3$7q3 $ `i,35Ll. 36 2-1119 6" Gate Valve with Box and Cover EA 1 $ cf S-7: 13 s c17. / 3 2-H20 8" Gate Valve with Box and Cover EA 37 $ 1, 4-t,3:'46. S 5411.8 • 7L 2-H21 Fire Hydrant Assembly (Type 1) EA 16 $ 1-4Sr-/I- Z� $ -11,1.1c cl 2-H22 Remove and Replace Existing 1" Dia. Water Service EA 1 $ ii 2i‘,0-. pt .1 $) Z -1-. c t 2-1123 Remove and Replace Existing 2" Dia. Water Service EA 15 $ 2, 76j;'; 3 I S at Lic- 2-H24 Relocate Existing Water Meter EA 4 $ IFS25'-23 .'45 $ (1110.:.'",--2. 2-H25 Adjust Existing Water Valve Boxes and Meter Boxes to Finish Grade to 1 $ 'Sit 3'5, is $ /5-1 235, 9"0 2-H26 Trench Safety for Waterlines LF 11,799 $ 7 $ 2.9 11;.2 . .3.-3 2-1127 Allowance for Unanticipated Water Improvements LS 1 .2.:) S 50,000.00 $ 50,000.00 2-H28 Water Meter Vault EA 1 $ /$ 5-34-..c; $ 1 Sl,3'2S -co SUBTOTAL PART H - Water Distribution Improvements (2-H1 THRU 2-H28) $ 4-z1 1.3 5- 4 Part I - Wastewater (Sanitary Sewer) Improvements (per SECTION 01 23 10 ALTERNATES AND ALLOWANCES) 2-11 4" Dia. Tie-in/ Connection (Gravity) EA 4 Si, I.7 3.'43 $ (,10 3.72- 2.12 6" Dia. Tie-in/ Connection (Gravity) EA 5 $ ). q } 5S $ iv, 7 1C 1-$- 2-13 8" Dia. Tie-in/ Connection (Gravity)j EA 7 1 $ 21 ls.i:T1" 1 $ sly45. Z:S" 2.14 Remove Existing Wastewater Line (6'-12' Depth) LF 1,136 $ .1.t,:. $ 2 3,8.51.<1Q 2-15 Remove Existing Wastewater Line (12'-18' Depth) LF 300 S S1} 3y S it 2-16 Bypass Pumping of Ravi Sewerage LS 1 $ 5'LIG2S:;;c. „362...-i.0 $ iL;Ge.S.w,; 2 17 6" Dia. PVC (SOF? 26) Wastewater Gravity Line (0'-6' Depth) LF 95 $ 073:79 $ "JI 0 1 0. GS_ 2-18 6" Dia. PVC (SDR 26) Wastewater Gravity Line (6'-8' Depth) LF 10 $ �'Y. q{J $ Si 4 , Lo Bid Form Exhibit A • Part 2-HMAC Navigation Blvd. - Up River Road to Leopard St. (Bond 2012), E12090 ADDENDUM NO. 3 ATTACHMENT NO. 3 -PART 2 HMAC 5 of 7 00 30 01 Page 5 of 7 00 30 01 BID FORM EXHIBIT A Item DESCRIPTIONUNIT ESTIMATED QUANTITY UNIT PRICE EXTENDED AMOUNT 2-19 8" Dia. PVC (SDR 26) Wastewater Gravity Line (0' 6' Depth) LF 162 S 75, 3y $IZi1.cs-e8 2.110 8" Dia. PVC (SDR 26) Wastewater Gravity Line (6'-8' Depth) LF 248 $ 9i . 35 $ 22I(Alli , u 2-111 8" Dia. PVC (SDR 26) Wastewater Gravity Line (8'-10' Depth) LF 970 $ t 7. ic3 $SCI S 1 9.4rt, 2-112 8" Dia. PVC (SDR 26) Wastewater Gravity Line (10'-14' Depth) LF 40 $ /2Z.21 $ 2-113 8 Dia. PVC Wastewater Pressure Pipe (150psi) for Waterline Crossing (6'-8' Depth) LF 120 $ 47.,E i ,,-). i $ (1�1�+�.�P 2-114 4' Dia. Fiberglass Manhole (< 6' Depth) EA 14 $ �r 77t ; $ 1 j(,, 1; Lt, 2-115 Extra Depth for4' Dia. Manhole (Over 6' Depth) VF 38 .t $ 47S-: zig t--1 $ IS,;,bs 2,-V 2-116 6" Dia. Drop Connection EA 1 $3,S`i6.`s $ 31$7G -4L3 2-117 8" Dia. Drop Connection EA 1 $ 1•.j 231-. It $ 4, 23i. 1/ 2-118 Replace Existing Wastewater Service w/ New Service Connection EA 3 c $Zft,1l.3.:, $ 2-119 Adjust Existing Wastewater Mdnhole to Finish Grade EA 2 $ j, 4y1- g •; ID7b,crZ $'2,, $ -g 2-120 Trench Safety for Wastewater Lines LF 3,864 S i./.5z $ (t.it,c, 2-121 Trench Safety for Wastewater Manhole EA 17 $ c/g4:. e` .,i$ $ lL 2-122 Allowance for Unanticipated Wastewater Improvements LS 1 5 50,000.00 1—Icr(,.t.7` $ 50,000.00 2-123 8" Dia. Pipebursting (VCP to HDPE) LF 1,362 $ S.SJr S t t�I ,33,3,--7t) 2-124 Contractor Option: 6" Dia. Pipebursting LF 65 $ -71.i4 $ 411DS$-Ar (VCP to HOPE) OR 8" Dia. PVC (SDR 26) WW Gravity Line Remove & Replace 2-125 Contractor Option: 8" Dia. Pipebursting LF 768 $ s>3. cis s GO , yciLW (VCP to HOPE) OR 8" Dia. PVC (SDR 26) WW Gravity Line Remove & Replace 2-126 Rehabilitate Existing 4' Dia. Sanitary Manhole (8' Depth) EA 1 $ i, il 'U;i'C $ (vl7 i,2, 0 2-127 Rehabilitate Existing 5' Dia. Sanitary Manhole (18' Depth) EA 1 S )4, q; i -o $ j 41 yrt . -0 Contractor Option: Rehabilitate Existing 4' Dia. Sanitary EA t✓175;?,5i 7-1.5- u $ 2-128 M.H. (8' Depth) OR 4' Dia. Fiberglass Manhole Remove & Replace$ SUBTOTAL PART I -Wastewater (Sanitary Sewer) Improvements (2-11 THRU 2-12a) $ 1 "Cl, 09-, YZ Bid Form Exhibit A - Part 2-HMAC Navigation Blvd. - Up River Road to Leopard St. (Bond 2012), E12090 ADDENDUM NO. 3 ATTACHMENT NO. 3 -PART 2 HMAC 6 of 7 00 30 01 Page 6 of 7 00 30 01 BID FORM EXHIBIT A Item DESCRIPTION UNIT ESTIMATED QUANTITY UNIT PRICE EXTENDED AMOUNT BID SUMMARY TOTAL PROJECT BASE BID (PART 2) HOT -MIX ASPHALTIC CONCRETE PAVEMENT (PARTS A THRU I) Contract Times s - 8 ei, s-`72. -;'r Bidder agrees to reach Substantial Completion in Bidder agrees to reach Final Completion in Bid Form Exhibit A - Part 2-1-1MAC Navigation Blvd. - Up River Road to Leopard St. (Bond 2012), E12090 440 days 1 470 [days ADDENDUM NO. 3 ATTACHMENT NO. 3 -PART 2 HMAC 7or7 00 30 01 Page 7 of 7 SUBTOTAL PART A - GENERAL (Items 2 -Al thru 2-A15) 5 q 2 i 0.3c 7 3v SUBTOTAL PART 8 - Flexible (HMAC) Paving, Marking & Signage Improvements (Items 2-81 thru 2.833) I 5 / 35-6 7t;-3, 7.: - SUBTOTAL PART C - ADA Pedestrian Improvements (2 -Ci THRU 2-C6) , $ r - } 1 t o 30. SUBTOTAL PART D - Gas Line Improvements (By Contractor) (2-01 THRU 2-D5) I . $ g. GC ri 3 3. 2 - SUBTOTAL PART E - Signalization Improvements (2-L1 THRU 2-E52) I $ b5`r12oS;;2. - SUBTOTAL PART F - Street Lighting Conduit (By Contractor) (2-F1 THRU 2-F3) $L• 4 f5- 5•1:S' - SUBTOTAL PART G - Storm Water (Drainage) Improvements (2-61 THRU 2-G31)$ -7691 LAI 4 , 3 - SUBTOTAL PART H - Water Distribution Improvements (2-H1 THRU 2-H28) 4p-?1,3Ys.119 - SUBTOTAL PART I - Wastewater (Sanitary Sewer) Improvements (2-11 THRU 2-128) $ --? cl 7 g 9 e/ Z - i TOTAL PROJECT BASE BID (PART 2) HOT -MIX ASPHALTIC CONCRETE PAVEMENT (PARTS A THRU I) Contract Times s - 8 ei, s-`72. -;'r Bidder agrees to reach Substantial Completion in Bidder agrees to reach Final Completion in Bid Form Exhibit A - Part 2-1-1MAC Navigation Blvd. - Up River Road to Leopard St. (Bond 2012), E12090 440 days 1 470 [days ADDENDUM NO. 3 ATTACHMENT NO. 3 -PART 2 HMAC 7or7 00 30 01 Page 7 of 7 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 govemmental 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, induding 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 dBidder (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: By: Name: Title: Business address: Phone: C!(- �.1R,� [.u_ »1oa C 1 J (type; r printed) (signo < < = evidence of ou orrty of (typed or rinted) r (g2 7a L410J 464 0,1.c C�.r,s�; `Tx 7(' Oti °SC?(GoaD i Email: ccigu , C) CJoI ; f- "A- • Lb" - END OF SECTION Compliance to State taw on Nonresident Bidders Navigation Blvd. Up River To Leopard, E12090 00 30 02 -1 11-25-2013 00 30 04 CONFLICT OF INTEREST QUESTIONNAIRE CONFLICT OF INTEREST QUESTIONNAIRE FORM CIQ For vendor or other person doing business with local governmental entity This 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 Govemment Code. An offense under this section is a Class C misdemeanor. OFICE USE ONLY tate Received J Name of person who has a business relationship with local govemmental entity. GUL .r+ Lri, �. J Check this box if you are filing an update to a previously filed questionnaire. filing authority not Incomplete or inaccurate.) (The law requires that you file an updated completed questionnaire with the appropriate later than the 7th business day after the date the originally Bled questionnaire becomes 3 Name of local govemment officer with whom flier has employment or business relationship. IJ A 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 local in this section. Name f 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 Govemment pages to this Form CIQ as necessary. A. Is the local government officer named in this section receiving or likely to receive taxable income, 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 direction of the local government officer named in this section AND the taxable income is governmental entity? i::i Yes[71'o 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 mare? Yes No D. Describe each employment or business relationship with the local government officer named ----- / ft' ft— Signature of person doing business with the governmental entity Da Adopted 06/29/2007 00 30 05 City of Corpus Christi Disclosure of Interest allSUPPLIER NUMBER TO BE ASSIGNED BMW- = DIVISION City CITY OF CORPUS CHRISTI of DISCLOSURE OF INTEREST Chnsti City of Corpus Christi Ordinance 17112, as amended, requires all persons or firms to do business with the City to provide the following information. Every question must be answered. If the question is not applicable, answer with `RVA". See reverse side for Filing Requirements, Certifications and definitions. COMPANY NAME:a, 4.44,1 GPc. �r-1c.-uk LCA � � .,.�. P. O. BOX: ti STREET ADDRESS: ' (Z2R L,-4-00 alt-44- CITY: Corre CL4sc, 'TX 700? FIRM IS: I. Corporation 4. Association 2. Partnership 5. Other B 3. Sole Owner 0 DISCLOSURE QUESTIONS If additional space is necessary, please use the reverse side of thisage 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 PA 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 ,J/4 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 e above named "firm" Name Consultant FILING REQUIREMENTS If a person who requests official action on a matter lmows 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: , L L Title: Qom; (Typo at Prim) Signature of Certifying Person: DEFINITIONS Date: 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. £ "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 3006 NON -COLLUSION CERTIFICATION STATE of TEXAS COUNTY OF NUECES OWNER: City of Corpus Christi, Texas 1201 Leopard Street Corpus Christi, Texas 78401 CONTRACT: NavI ation Boulevard Up River Road to Leopard Street Bond 2012 E12090 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: By: Name: Title: C2 (`�,•I �k l.c.c. ��4 (typed or printed) re — attach eviden ority to sign) ,g dr Ld C , CJJL printed) (typed p ted) Business address: (Q 2V /441 S�tc� Crri CIA(441 yx 7tT of Phone: ICI - FIG -6001 Email: END OF SECTION Non -Collusion Certification Navigation blvd. Up River Rd. to leopard, E12090 -dca.t, C'_ jai tc�` . 4 i 003006-1 11-25-2013 1 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 1 Name of business entity filing form, and the city, state and country of the business entity's place of business. Clark Pipeline Services Corpus Christi, TX United States Certificate Number: 2016-14833 Date Filed: 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 02/17/2016 Date Acknowledged: 3— 22'"2-01(-0 r 3 Provide the identification number used by the governmental entity or state agency to track or identify the contract, and provide description of the goods or services to be provided under the contract. E12090 Roadwork, Underground Utilities, Signalization 4 Name of Interested Party City, State, Country (place of business) Nature of interest (check applicable) Controlling Intermediary 5 Check only if there is NO Interested Party. X 6 AFFIDAVIT I swear, or affirm, under penalty of perjury, that the above disclosure is true and correct. I °i "--•,' TINA GONZ4LES C34gY P�/Q�9H •4 __.• 01 Notary Public, State of Texas 0' . •<• ,, F Comm. Expires 6229-2 e20 ''?%. 4.• 1 / k .. aF- NotaryIfs i 1QQ918-8 1 ature of authorized agent of -contracting -bur i ess entity AFFIX NOTARY STAMP / SEAL ABOVE /� / / / �f�% Sworn t and subscribed before me, by the said C.L(.V i/ty e L Com•/Cf 1' ,this the ��P day of / �� i��L- 20 � (9 , to certify which, witness my hand and seal of office. U\/\c%_ i ,t 441 t 2-4---e S L. , Signature of officer ad inist:ring oath Printed name of officer administering oath Title of officer administering oath Forms provided by Texas Ethics Commission www ethics state ty its \/creinn V1 fl Znonn 00 6113 PERFORMANCE BOND BOND NO. 4402186 Contractor as Principal Name: CPC Interests, LLC dba Clark Pipeline Services Mailing address (principal place of business): 6229 Leopard Street Corpus Christi, TX 78409 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: #E12090 Navigation Blvd. Up River Road to Leopard Street (Bond 2012) ReBid Award Date of the Contract: February 23, 2016 Contract Price: $7,808,705.83 Bond Date of Bond: March 9, 2016 (Date of Bond cannot be earlier than Award Date of the Contract) Surety Name: SureTec Insurance Company Mailing address (principal place of business): 9737 Great Hills Trail Suit 320 Austin, TX 78759 Physical address (principal place of business): Same as Above Surety is a corporation organized and existing under the laws of the state of: Texas 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): 866-732-0099 Telephone (for notice of claim): Same as Above Local Agent for Surety Name: Kerry Woods/ Keetch & Associates Address: 1718 Santa Fe Street Corpus Christi, TX 78404 Telephone: 361-883-3803 Email Address: kwoods@keetchins.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 E12090 Navigation Blvd UpRiver to Leopard 00 6113 -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 PrincipalSurety Signature: �� 101. Signature: i Name: C,c - �, ��9..� Name: Dennis M . Descant , Jr . Title: ri-s,?.-----4- Title: Attorney- in -Fact Email Address: c_6_\ „Le_ LADY' z,Q ,1,, .,„, Email Address: dennis.descantobch-insurance.com (Attach Power of Attorney and place surety seal below) END OF SECTION Performance Bond Proj E12090 Navigation Blvd UpRiver to Leopard 006113-2 7-8-2014 • I • ••-•• •.^ •-• •. 00 61 16 PAYMENT BOND BOND NO. 4402186 Contractor as Principal Name: CPC Interests, LLC dba Clark Pipeline Services Mailing address (principal place of business): 6229 Leopard Street Corpus Christi, TX 78409 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: #E12090 Navigation Blvd. Up River Road to Leopard Street (Bond 2012) ReBid Award Date of the Contract: February 23, 2016 Contract Price: $7,808,705.83 Bond Date of Bond: March 9, 2016 (Date of Bond cannot be earlier than Award Date of Contract) Surety Name: SureTec Insurance Company Mailing address (principal place of business): 9737 Great Hills Trail Suite 320 Austin, TX 78759 Physical address (principal place of business): Same as above Surety is a corporation organized and existing under the laws of the state of: Texas 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): 866-732-0099 Telephone (for notice of claim): Same as Above Local Agent for Surety Name: Kerry Woods/Keetch & Associates Address: 1718 Santa Fe Street Corpus Christi, TX 78404 Telephone: 361-883-3803 Email Address: kwoods®keetchins . 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 #E12090 Navigation Blvd UpRiver Rd to Leopard 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 all liabilities on this bond shall be determined in accordance with the provisions of said Chapter to the same extent as if it were . • :d at length herein. Venue shall lie exclusively in Nueces County, Texa r any legal acti. . Contractor as Princip Signature: —� Surety su c Insu a c- , Signature: is..- I Name: `s o„L ` _ Q: Name: Dennis M. Descant, Jr. s Title: mac„� Title: Attorney-in-Fact Email Address: c�``o.AL0 c,\ 01- ii`;dkc-"�,'- Email Address: dennis.descant@bch-insurance.com (Attach Power of Attorney and place surety seal below) END OF SECTION Payment Bond Form Proj #E12090 Navigation Blvd UpRiver Rd to Leopard 006116-2 7-8-2014 POA #: 4221073 SureTec Insurance Company LIMITED POWER OF ATTORNEY Know All Men by These Presents, That SURETEC INSURANCE COMPANY (the "Company"), a corporation duly organized and existing under the laws of the State of Texas, and having its principal office in Houston, Harris County, Texas, does by these presents make, constitute and appoint Jeffrey L. Brady, Dennis M. Descant, Jr., Cheryl A. Sanders, Alicia Cantavella its true and lawful Attomey-in-fact, with full power and authority hereby conferred in its name, place and stead, to execute, acknowledge and deliver any and all bonds, recognizances, undertakings or other instruments or contracts of suretyship to include waivers to the conditions of contracts and consents of surety for: Five Million and 00/100 Dollars ($5,000,000.00) and to bindthe Company thereby as fully and to the same extent as if such bond were signed by the President, sealed with the corporate seal of the Company and duly attested by its Secretary, hereby ratifying and confirming all that the said Attorney -in -Fact may do in the premises. Said appointment shall continue in force until 5/18/2017 and is made under and by authority of the following resolutions of the Board of Directors of the SureTec Insurance Company: Be it Resolved that the President, any Vice -President, any Assistant Vice -President, any Secretary or any Assistant Secretary shall be and is hereby vested with full power and authority to appoint any one or more suitable persons as Attorneys) -in Fact to represent and act for and on behalf of the Company subject to the following provisions: Attorney -in -Fact may be given full power and authority for and in the name of and of behalf of the Company, to execute, acknowledge and deliver, any and all bonds, recognizances, contracts, agreements or indemnity and other conditional or obligatory undertakings and any and all notices and documents canceling or terminating the Company's liability thereunder, and any such instruments so executed by any such Attorney -in Fact shall be binding upon the Company as if signed by the President and sealed and effected by the Corporate Secretary. Be it Resolved that the signature of any authorized officer and seal of the Company heretofore or hereafter affixed to any power of attorney or any certificate relating thereto by facsimile, and any power of attorney or certificate bearing facsimile signature or facsimile seal shall be valid and binding upon the Company with respect to any bond or undertaking to which it is attached. (Adopted at a meeting held on 201 of Apra 1999.) In Witness Whereof, SURETEC INSURANCE COMPANY has caused these presents to be signed by its President, and its corporate seal to be hereto affixed this 21st day of March, A.D. 2013. . State of Texas County of Harris ss: SURETEC INSURANCE COMPANY By: vigir_411111V John '''ox Jr. ' resident On this 21st day of March, A.D. 2013 before me personally came John Knox Jr., to me known, who, being by me duly sworn, did depose and say, that he resides in Houston, Texas, that he is President of SURETEC INSURANCE COMPANY, the company described in and which executed the above instrument; that he knows the seal of said Company; that the seal affixed to said instrument is such corporate seal; that it was so affixed by order of the Board of Directors of said Company, and that he signed his name thereto by lice order. 1 JACQUELYN MALDONADO Notary Public State of Texas My Comm. Exp. 5/18/2017 V JacgYlelyn Maldonado, Notary Public My commission expires May 18, 2017 I, M. Brent Beaty, Assistant Secretary of SURETEC INSURANCE COMPANY, do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney, executed by said Company, which is still in full force and effect; and furthermore, the resolutions of the Board of Directors, set out in the Power of Attorney are in full force and effect. Given under my hand and the seal of said Company at Houston, Texas this 9th day of March 2016 Bret Beaty, Assistant Secretary Any instrument issued In excess of the penalty stated above Is totally void and without any validity. For verification of the authority of this power you may call (713) 812-0800 any business day between 8:00 am and 5:00 pm CST. A.D. SureTec Insurance Company THIS BOND RIDER CONTAINS IMPORTANT COVERAGE INFORMATION Statutory Complaint Notice To obtain information or make a complaint: You may call the Surety's toll free telephone number for information or to make a complaint at: 1-866-732-0099. You may also write to the Surety at: SureTec Insurance Company 9737 Great Hills Trail, Suite 320 Austin, Tx 78759 You may contact the Texas Department of Insurance to obtain information on companies, coverage, rights or complaints at 1-800-252-3439. You may write the Texas Department of Insurance at PO Box 149104 Austin, TX 78714-9104 Fax#: 512-475-1771 PREMIUM OR CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim, you should contact the Surety first. If the dispute is not resolved, you may contact the Texas Department of Insurance. Terrorism Risks Exclusion The Bond to which this Rider is attached does not provide coverage for, and the surety shall not be liable for, losses caused by acts of terrorism, riot, civil insurrection, or acts of war. Exclusion of Liability for Mold, Mycotoxins, Fungi & Environmental Hazards The Bond to which this Rider is attached does not provide coverage for, and the surety thereon shall not be liable for, molds, living or dead fungi, bacteria, allergens, histamines, spores, hyphae, or mycotoxins, or their related products or parts, nor for any environmental hazards, bio -hazards, hazardous materials, environmental spills, contamination, or cleanup, nor the remediation thereof, nor the consequences to persons, property, or the performance of the bonded obligations, of the occurrence, existence, or appearance thereof. Rev 1.1.06 •153940224 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 ADDL—SUBR INSD WVD POLICY NUMBER POLICY EFF POLICY EXP (MMIDDIYYYY) (MMIODIYYYY) LIMITS A x COMMERCIAL GENERAL LIABILITY Y Y BLS1756512183 2/1/2016 2/1/2017/ EACH OCCURRENCE 51,000,000 16691 INSURER E : J PREM SESDAMAGE O(Ea Eoccu RENTED 61,000,000 CLAIMS -MADE X OCCUR MED EXP (Any one person) 615,000 X CG0001 04/13 PERSONAL 8 ADV INJURY 61,000,000 GENERAL AGGREGATE $2,000,000 GE 'L AGGREGATE X POLICY OTHER: LIMIT APPLIES PRO- JECT 1 PER: LOC PRODUCTS-COMP/OPAGG 62,000,000 Contractors Poll SS100,000 A AUTOMOBILE X X LIABILITY ANY AUTO OWNED ALL AUTOSAUTOS HIRED AUTOS X LED NON -OWNED AUTOS Y Y BAS1756512183 1 2/1/2016 2/1/2017 COMBINED SINGLE LIMI I (Ea accident) S / 1,000,000 �/ BODILY INJURY (Per person) $ V BODILY INJURY (Per accident) $ PROPERTY DAMAGE (Per accident) $ $ 8 X ~EXCESS UMBRELLA LIAB LIAB X OCCUR CLAIMS -MADE Y Y US01756512183 2/1/2016 2/1!20-1/7/ EACH OCCURRENCE s5,000,000 // s5,000,000 Y Y AGGREGATE $ DED I X RETENTION SS10,000 C WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE YYN OFFICER/MEMBER EXCLUDED? A (Mandatory In NH) If yes. describe under DESCRIPTION OF OPERATIONS below N / Y TSF0001282215 2/1/20162/1/27 PER X STATUTE OTH- ER E.L. EACH ACCIDENT 51,000,000 E.L. DISEASE - EA EMPLOYEE S1,000,000 ✓ I E.L. DISEASE - POLICY LIMIT $1,000,000 D Equipment Floater Lease/Rented Equipment IMP262147801 2/1/2016 2/1/2017 Total Limit $100,000 Any One Item 650,000 Deductible $1,000 DESCRIPTION OF OPERATIONS/LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space Is required) See Attached... ACO I9 v A CERTIFICATE OF LIABILITY INSURANCE 4.....----- DATE (MMIDD/YYYY) 2/25/2016 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 Higginbotham Insurance Agency, Inc. dba Swantner & Gordon Insurance Agency, LLC PO Box 870 Corpus Christi TX 78403 CONT NAMEACT Nicole Ybanez PHONE 361-561-2194 FAX 361 844-0101 i.•-' (ALQJkor E-MAIL Ls nybanez@higginbotham.net ADDRE INSURER(S) AFFORDING COVERAGE NAIC # INSURER A :Ohio Security Insurance Company INSURER B :Ohio Casualty Insurance Company 24082 24074 22945 INSURED CPCINT / CPC Interests, LLC dba Clark Pipeline Services V PO Box 1214 Corpus Christi TX 78401 INSURER c :Texas Mutual Insurance Company INSURER D:Great American Insurance Co 16691 INSURER E : INSURER F : CERTIFICATE HOLDER CANCELLATION City of Corpus Christi - Capital Programs Sylvia Arriaga - Construction Contracts Mgr PO Box 9277 Corpus Christi TX 78469-9277 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 . ACORD 25 (2014!01) ©1988-2014 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD ACO AGENCY CUSTOMER ID: CPCINT LOC #: ADDITIONAL REMARKS SCHEDULE Page 1 of 1 AGENCY Higginbotham Insurance Agency, Inc. NAMED INSURED CPC Interests, LLC dba Clark Pipeline Services PO Box 1214 Corpus Christi TX 78401 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 General Liability, Automobile, and Umbrella Liability [Follows Form Underlying] policies include blanket automatic additional insured endorsements that provide additional insured status to the certificate holder only when there is a written contract between the insured and certificate holder that requires such status. General Liability, Automobile, Workers Compensation & Umbrella Liability [Follows Form Underlying] policies include blanket automatic waiver of subrogation endorsements that provide this feature only when there is a written contract between the insured and certificate holder that requires it. General Liability & Automobile policies include Primary Coverage to the certificate holder only when there is a written contract between the insured and certificate holder that requires such status. General Liability, Automobile, and Workers Compensation policies include an endorsement providing that 30 days' notice of cancellation will be furnished to the certificate holder except 10 days notice of nonpayment of premium. Project # E12090 Navigation Boulevard Up River Road to Leopard Street (Bond 2012) Rebid \( ACORD 101 (2008/01) © 2008 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD COMMERCIAL GENERAL LIABILITY CG R029 0814 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. REPUBLIC PLUS+ GENERAL LIABILITY ENHANCEMENT ENDORSEMENT This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE FORM A. SECTION 1- COVERAGES 1. COVERAGE A - BODILY INJURY AND PROPERTY DAMAGE LIABILITY a. Exclusions 1. Exclusion 2.a. Expected Or Intended Injury is deleted in its entirety and re- placed by: a. Expected Or Intended Injury "Bodily injury" or "property damage" expected or intended from the standpoint of the insured. This ex- clusion does not apply to "bodily in- jury" or "property damage" resulting from the use of reasonable force to protect persons or property. 2. Exclusion 2.g. Aircraft, Auto Or Wa- tercraft, (2) is deleted in its entirety and replaced by: (2) A watercraft you do not own that is: (a) Less than 51 feet long; and (b) Not being used to carry persons or property for a charge; 3. Fire, Lightning, Explosion and Sprin- kler Leakage If Damage To Premises Rented To You is not excluded under the policy the following applies: a. The last subparagraph of paragraph 2. Exclusions of SECTION 1 — COVERAGES, COVERAGE A BODILY INJURY AND PROPERTY DAMAGE Is deleted in its entirety and replaced by: Exclusions c. through n. do not ap- ply to damage by fire, lightning, ex- plosion or "sprinkler leakage" to premises while rented to you or CG R029 0814 temporarily occupied by you with the permission of the owner. A separate limit of insurance applies to this coverage as described in SECTION III — LIMITS OF INSURANCE. b. Paragraph 6. of SECTION 111 — LIM- ITS OF INSURANCE is deleted in its entirety and replaced by: 6. Subject to Paragraph 5. above, the Damage To Premises Rented To You Limit is the most we will pay under Coverage A for dam- ages because of "property dam- age" to any one premises, while rented to you or temporarily oc- cupied by you with permission of the owner, arising out of damage by fire, lightning, explosion or "sprinkler leakage". c. Subject to all the terms of SECTION III — LIMITS OF INSURANCE, the Damage To Premises Rented To You Limit is the greater of: (1). $300,000; or (1I). The amount shown in the Declarations for Damage To Premises Rented To You Limit d. Paragraph 4.b.(1)(II) of SECTION IV — COMMERCIAL GENERAL LI- ABILITY CONDITIONS is deleted in its entirety and replaced by: (11) That is Fire, Lightning, Explo- sion, "Sprinkler Leakage" or any similar insurance cover- age for premises rented to you or temporarily occupied by you with permission of the owner, Includes copyrighted material of Insurance Services Office, Inc., Page 1 of 6 with its permission 2. COVERAGE C - MEDICAL PAYMENTS Insuring Agreement a. Paragraph 1.a.(3)(b), is deleted in its entire- ty and replaced by: (b) The expenses are incurred and reported to us within two years of the date of the accident; and b. This provision does not apply when SECTION I - COVERAGE C. MEDICAL PAYMENTS is otherwise excluded from this Coverage Part. 3.SUPPLEMENTARY PAYMENTS -COVERAGES AAND B Paragraph 1.b. is deleted in its entirety and replaced by: b. Up to S2,500 for cost of bail bonds required because of accidents or traffic law violations arising out of the use of any vehicle to which the Bodily Injury Liability Coverage applies. We do not have to furnish these bonds. B. AGGREGATE PER LOCATION This Coverage Extension does not apply if CG 25 03 DESIGNATED CONSTRUCTION PRO- JECT(S) GENERAL AGGREGATE LIMIT or CG 25 04 DESIGNATED LOCATION(S) GENERAL AGGREGATE LIMIT are attached to this policy. The limits shown in the Declarations for Each Occurrence, Damage To Premises Rented To You, Medical Expense and General Aggregate apply per "location" or construction project. 1. For all sums which the insured becomes legally obligated to pay as damages caused by "occurrences" under SECTION I - COVERAGES, COVERAGE A BODILY INJURY AND PROPERTY DAMAGE. and for all medical expenses caused by accidents under SECTION I- COVERAGES, COVERAGE C - MEDICAL PAYMENTS , which can be attributed only to ongoing operations at a "location" or single construc- tion project: a. The most we will pay will be capped at $5,000,000, regardless of the number of: (1) "Occurrences"; (2) Insureds; (3) Claims made or "suits" brought: (4) Persons or organizations making claims or bringing "suits"; Page 2 of 6 (5) Locations; or (6) Construction projects. b. Subject to B.1.a. above: (1) The General Aggregate Limit shown in the Declarations applies sepa- rately to each "location" or con- struction project. (2) Any payments made under SEC- TION I- COVERAGES, COVER- AGE A- BODILY INJURY AND PROPERTY DAMAGE for damages or under SECTION !- COVERAGES, COVERAGE C - MEDICAL PAYMENTS for medical expenses shall reduce the General Aggregate Limit for that "location" or construction project. Such payments shall not reduce the General Aggre- gate Limit for any other "location" or construction project. (3) The limits shown in the Declarations for Each Occurrence, Damage To Premises Rented To You and Medi- cal Expense continue to apply to each "location" or construction pro- ject, subject to the General Aggre- gate Limit. 2. For all sums which the insured becomes legally obligated to pay as damages caused by "occurrences" under SECTION I- COV- ERAGES, COVERAGE A -BODILY INJURY AND PROPERTY DAMAGE LIABILITY, and for all medical expenses caused by accidents under SECTION I- COVERAGES, COVERAGE C - MEDICAL PAYMENTS, which cannot be attributed only to a "loca- tion" or ongoing operations at a single con- struction project, any payments made under COVERAGE A for damages or under COV- ERAGE C for medical expenses shall reduce the amount available under the General Aggregate Limit or the Products - Completed Operations Aggregate Limit, whichever is applicable. This reduction is not applicable to any identifiable "location" or identifiable construction project. 3. When coverage for liability arising out of the "products -completed operations hazard" is provided, any payments for damages be- cause of "bodily injury" or "property damage" included in the "products -completed opera- tions hazard" will reduce the Products - Completed Operations Aggregate Limit, and not reduce the General Aggregate Limit. Includes copyrighted material of Insurance Services Office, Inc., CG R029 08 14 with its permission 4. If a construction project has been aban- doned, delayed, or abandoned and then re- started, or if the authorized contracting par- ties deviate from plans, blueprints, designs, specifications or timetables, the project will still be deemed to be the same construction project. C. SECTION II- WHO IS AN INSURED NI. Additional Insureds 1. Newly Acquired Or Formed Organization Paragraph 3. a. is deleted in its entirety and re- placed by: a. Coverage under this provision is afforded only until the 180th day after you acquire or form the organization or the end of the policy period. whichever is earlier, a. Owners, Managers, Contractors And Lessors Of Equipment Who Is An Insured is amended to include as an additional insured any person or or- ganization, other than a controlling interest or vendors, you are required by written agreement or written contract or permit to include as an additional insured, but only with respect to liability for "bodily injury", "property damage" or "personal and adver- tising injury" caused, in whole or in part, by: (1) Your acts or omissions in the perfor- mance of your ongoing operations for the additional insured; or (2) The acts or omissions of those acting on your behalf in the performance of your ongoing operations for the addi- tional insured: or (3) Maintenance or use of equipment leased or rented from such additional in- sured(s); or (4) Maintenance or use of that part of any premises leased or rented to you; or (5) Maintenance or use of that part of any premises owned by you; or (6) Maintenance or use of any premises owned by you but leased or rented to others. b. Controlling Interest (1) Who Is An Insured is amended to include as an additional insured any person(s) or organization(s) with a controlling interest in the Named Insured, but only with respect to their CG R029 08 14 liability arising out of: (a) Their financial control of the Named Insured; or (b) Premises they own, maintain or control while the Named Insured leases or occupies these premises. This insurance does not apply to structural alterations, new construction or demolition operations performed by or for such addi- tional insured. However: (a) The insurance afforded to such addi- tional insured only applies to the extent permitted by law; and (b) If coverage provided to the addi- tional insured is required by a con- tract or agreement, the insurance afforded to such additional insured will not be broader than that which you are required by the contract or agreement to provide for such addi- tional insured. c. Vendors (1) Who Is An Insured is amended to include as an additional insured any per- son or organization (referred to below as vendor) with whom you agreed under a written contract or written agreement to provide insurance, but only with respect to "bodily injury" or "property damage" arising out of "your products" which are distributed or sold in the regular course of the vendor's business. However: (a) The insurance afforded to such vendor only applies to the extent permitted by law; and (b) If coverage provided to the vendor is required by a contract or agreement, the insurance afforded to such vendor will not be broader than that which you are required by the contract or agreement to provide to such vendor. (2) With respect to the insurance afforded to these vendors, the following addi- tional exclusions apply: The insurance afforded the vendor does not apply to: (a) "Bodily injury" or "property damage" Includes copyrighted material of Insurance Services Office, Inc., Page 3 of 6 with its permission for which the vendor is obligated to pay damages by reason of the as- sumption of liability in a contract or agreement. This exclusion does not apply to liability for damages that the vendor would have in the ab- sence of the contract or agreement; (b) Any express warranty unauthorized by you; (c) Any physical or chemical change in the product made intentionally by the vendor (d) Repackaging, except when unpacked solely for the purpose of inspection, demonstration, testing or the substitution of parts under instruction from the manufacturer, and then repackaged in the original container (e) Any failure to make such inspection, adjustments, tests or servicing as the vendor has agreed to make or normally undertakes to make in the usual course of business in connec- tion with the distribution of the products; (f) Demonstration, installation, servic- ing or repair operations, except such operations performed at the vendor's premises in connection with the sale of the product; or (9) Products which, after distribution or sale by you, have been labeled or relabeled or used as a container, part or ingredient of any other thing or substance by or for the vendor; or (h) "Bodily injury" or "property damage" arising out of the sole negligence of the vendor for its own acts or omis- sions or those of its employees or anyone else acting on its behalf. However, this exclusion does not apply to: (i). The exceptions contained in sub- paragraphs 2.c.(2)(d) or 2.c.(2)(f) of this Coverage Ex- tension; or (11). Such inspections, adjustments, tests or servicing as the vendor has agreed to make or normally undertakes to make in the usual course of business, in connec- tion with the distribution or sale of the products. (1) Any person or organization from whom you have acquired any prod- ucts, including any ingredient, part or container entering into, accompany- ing or containing `your products". 3. Exclusions applicable to all Additional In- sureds: a. This insurance does not apply to "bodily injury", "property damage" or "personal and advertising injury" arising out of the render- ing of or the failure to render any profess- sional services by you or on your behalf but only with respect to any of the following operations: (1) The preparing, providing, approving, or failing to prepare, provide or approve, maps, shop drawings, opinions, reports, surveys, field orders, change orders or drawings and specifications; or (2) Providing, or hiring independent profes- sionals to provide, engineering, archi- tectural or surveying services in con- nection with construction work you perform. (3) Supervisory, inspection, architectural or engineering activities. Professional services do not include ser- vices within construction means, methods, techniques, sequences and procedures employed by you in connection with your operations in your capacity as a construc- tion contractor. b. This Insurance does not apply to "bodily injury", "property damage" or "personal and advertising injury" not caused, in whole or in part, by you or by those acting on your behalf. c. This endorsement does not apply to any rail- road named as an additional insured whether by agreement, contract or permit. d. This insurance does not apply to "bodily injury or "property damage" occurring after leased or rented equipment is returned to the lessor. e. This insurance does not apply to "bodily injury" or "property damage" occurring after: (1) All work, including materials, parts or equipment fumished in connection with such work, on the project (other than service, maintenance or repairs) to be performed by or on behalf of the addi- tional insured(s) has been completed; or (2) That portion of "your work" out of which Page 4 of 6 Includes copyrighted material of Insurance Services Office, Inc., CG R029 08 14 with its permission the injury or damage arises has been put to its intended use by any person or organization other than another contrac- tor or subcontractor engaged in per- forming operations for a principal as a part of the same project. f. This insurance does not apply to any "occur- rence" which takes place after you cease to be a tenant in any premises for which any- one has been included as an additional in- sured. g. This insurance does not apply to structural alterations, new construction or demolition operations performed by or on behalf of the additional insured at any premises in which you are a tenant, unless you are performing such operations and are required by written contract or agreement to include the premis- es' owner or manager as an additional in- sured. h. This insurance does not apply to "bodily injury" or "property damage" arising out of the "products — completed operations hazard". This exclusion does not apply to "bodily inju- ry" or "property damage" arising out of "your products" which are distributed or sold in the regular course of the vendor's business, as provided under subparagraph c. Vendors of paragraph 2. Additional Insureds. I. "Bodily injury" or "property damage" occur- ring before the signing of the contract or agreement, or the issuance of the permit, requiring the person or organization to be added as an additional insured. D. SECTION IV- COMMERCIAL GENERAL LIABIL- ITY CONDITIONS 1. Duties In The Event Of Occurrence, Offense, Claim Or Suit Paragraph 2.a. Duties In The Event Of Occurrence, Offense, Claim Or Suit is deleted in its entirety and replaced by: a. You must see to it that we are notified as soon as practicable of an "occur- rence" or an offense which may result in a claim. Knowledge of an "occurrence" or an offense by your "employees" shall not, in itself, constitute knowledge to you unless you, your partners, "executive officers", directors, insurance manager or risk manager shall have actually received notice. To the extent possible, notice CG R029 08 14 should include: (1) How, when and where the "occur- rence" or offense took place; (2) The names and addresses of any injured persons and witnesses; and (3) The nature and location of any inju- ry or damage arising out of the "oc- currence" or offense. 2. Representations The following is added to paragraph 6. Repre- sentations: If you should unintentionally fail to disclose all existing hazards at the inception date of this policy, we will not deny coverage under this policy solely because of such failure. This provision does not affect our right to collect additional premium or to exercise our right of cancellation or non -renewal. 3. Transfer Of Rights Of Recovery Against Others To Us (Waiver of Subrogation) The following is added to this clause: If a written agreement, written contract or per- mit requires that you waive any right of recov- ery against any person or organization we also waive any right of recovery we may have against that person or organization because of payments we make for injury or damage aris- ing out of "your work" for that person or organi- zation. 4. The following are added to SECTION IV - COMMERCIAL GENERAL LIABILITY CONDITIONS: a. Primary Insurance — Non Contributing When required in writing by an agreement, contract or permit with any additional in- sured, the insurance afforded to such addi- tional insured is primary. Other insurance listing such additional insured as a named insured in the declarations will apply as ex- cess and not contribute as primary to the insurance afforded by this endorsement. b. Any agreement, contract, lease or permit requiring: (1) You to include any person or organiza- tion as an additional insured; or (2) You to waive your rights of recovery against any person or organization; or (3) That this insurance be primary; Includes copyrighted material of Insurance Services Office, Inc., Page 5 of 6 with its permission must be signed prior to an "occurrence" or offense. 5. The following Condition is added: Liberalization If we revise this Coverage Part to provide more coverage without additional premium charge, your policy will automatically provide the additional coverage as of the clay the revi- sion is effective in your state. E. SECTION V — DEFINITIONS 1. Paragraph 9. a. "Insured contract" is deleted in its entirety and replaced by: a. A contract for a lease of premises. However, that portion of the contract for a lease of premises that indemnifies any person or organization for damage by fire, lightning, explosion or "sprinkler leakage" to premises while rented to you or temporarily occupied by you with permission of the owner is not an "insured contract"; 2. The following definitions are added: a. "Location" means premises involving the same or connecting Tots, or premises whose connection is interrupted only by a street, roadway, waterway or right-of-way of a rail- road. b. "Sprinkler Leakage" means the accidental leakage or discharge of any fire extinguish- ing or fire suppression substance from an automatic sprinkler system or other auto- matic fire extinguishing system or automatic fire suppression system. It does not include the discharge of any automatic sprinkler or automatic fire extinguishing system or fire suppression system that discharges in response to a fire. Page 6 of 6 Includes copyrighted material of Insurance Services Office, Inc., CG R029 08 14 with its permission In Witness Whereof, the Company has caused this policy to be executed by a duly authorized representative of the Company. (--)491:4 "PAO-;04,4 Joseph E. Mattingly President and Chief Executive Officer Robert Frierson Vice President and Secretary This Policy consists of: • Declarations • Common Policy Conditions • One or more coverage parts A coverage part consists of: - One of more coverage forms - Applicable forms and endorsements REP -PJ -BK 1/2014 COMMERCIAL AUTO CA 88 10 01 10 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. BUSINESS AUTO COVERAGE ENHANCEMENT ENDORSEMENT This endorsement modifies Insurance provided under the following: BUSINESS AUTO COVERAGE FORM With respect to coverage afforded by this endorsement, the provisions of the policy apply unless modified by the endorsement. - COVERAGE INDEX SUBJECT PROVISION NUMBER ADDITIONAL INSURED BY CONTRACT, AGREEMENT OR PERMIT 3 - ACCIDENTAL AIRBAG DEPLOYMENT 12 - AMENDED DUTIES IN THE EVENT OF ACCIDENT, CLAIM, SUIT OR LOSS 18 AMENDED FELLOW EMPLOYEE EXCLUSION 5 AUDIO, VISUAL AND DATA ELECTRONIC EQUIPMENT COVERAGE 13 BROAD FORM INSURED 1 BODILY INJURY REDEFINED 21 EMPLOYEES AS INSUREDS (including employee hired auto) 2 EXTENDED CANCELLATION CONDITION 22 EXTRA EXPENSE -BROADENED COVERAGE 10 GLASS REPAIR- WAIVER OF DEDUCTIBLE 15 HIRED AUTO PHYSICAL DAMAGE(including employee hired auto) 6 HIRED AUTO COVERAGE TERRITORY 20 LOAN / LEASE GAP 14 PARKED AUTO COLLISION COVERAGE (WAIVER OF DEDUCTIBLE) 16 PERSONAL EFFECTS COVERAGE 11 PHYSICAL DAMAGE - ADDITIONAL TRANSPORTATION EXPENSE COVERAGE 8 RENTAL REIMBURSEMENT 9 SUPPLEMENTARY PAYMENTS 4 TOWING AND LABOR 7 UNINTENTIONAL FAILURE TO DISCLOSE HAZARDS 17 WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US 19 SECTION II - LIABILITY COVERAGE is amended as follows: 1. BROAD FORM INSURED SECTION II - LIABILITY COVERAGE, paragraph A.1. - WHO IS AN INSURED is amended to include the following as an insured: d. Any legally incorporated entity of which you own more than 50 percent of the voting stock during the policy period. However, "insured" does not include any organization that: (1) Is a partnership or joint venture; or (2) Is an insured under any other automobile policy; or (3) Has exhausted its Limit of Insurance under any other automobile policy. Paragraph d, (2) of this provision does not apply to a policy written to apply specifically in excess of this policy. e. Any organization you newly acquire or form, other than a partnership or joint venture, of which you own more than 50 percent of the voting stock. This automatic coverage is afforded only for 180 days from the date of acquisition or formation. However, coverage under this provision does not apply: (1) If there is similar insurance or a self-insured retention plan available to that organization; CA 88 10 01 10 ©2010 Liberty Mutual Insurance Company. All rights reserved. Includes copyrighted material of Insurance Services Office Inc., with its Permission. Page 1 of 7 (2) If the Limits of Insurance of any other insurance policy have been exhausted; or (3) To "bodily injury" or "property damage" that occurred before you acquired or formed the organization. 2. EMPLOYEES AS INSUREDS SECTION II - LIABILITY COVERAGE, paragraph A.1. - WHO IS AN INSURED is amended to include the following as an insured: f. Any "employee" of yours while using a covered "auto" you do not own, hire or borrow but only for acts within the scope of their employment by you. Insurance provided by this endorse- ment is excess over any other insurance available to any "employee". g. An "employee" of yours while operating an "auto" hired or borrowed under a written contract or agreement in that "employee's" name, with your permission, while performing duties re- lated to the conduct of your business and within the scope of their employment. Insurance provided by this endorsement is excess over any other insurance available 10 the "employee". 3. ADDITIONAL INSURED BY CONTRACT, AGREEMENT OR PERMIT SECTION II - LIABILITY COVERAGE, paragraph A.1. - WHO IS AN INSURED is amended to include the following as an insured: h. Any person or organization with respect to the operation, maintenance or use of a covered "auto", provided that you and such person or organization have agreed in a written contract, agreement, or permit issued to you by governmental or public authority, to add such person, or organization, or governmental or public authority to this policy as an "insured". However, such person or organization is an "insured": (1) Only with respect to the operation, maintenance or use of a covered "auto"; (2) Only for "bodily injury" or 'property damage" caused by an "accident" which takes place after you executed the written contract or agreement, or the permit has been issued to you; and Only for the duration of that contract, agreement or permit (3) 4. SUPPLEMENTARY PAYMENTS SECTION II - LIABILITY COVERAGE, Coverage Extensions, 2.a. Supplementary Payments, para- graphs (2) and (4) are replaced by the following: (2) Up to S3,000 for cost of bail bonds (including bonds for related traffic violations ) required because of an "accident" we cover. We do not have to furnish these bonds. (4) All reasonable expenses incurred by the insured at our request, including actual loss of earn- ings up to S500 a day because of time off from work. 5. AMENDED FELLOW EMPLOYEE EXCLUSION In those jurisdictions where, by law, fellow employees are not entitled to the protection afforded to the employer by the workers compensation exclusivity rule, or similar protection, the following provision is added: SECTION 11 - LIABILITY, exclusion B.5, FELLOW EMPLOYEE does not apply if the "bodily injury" results from the use of a covered "auto" you own or hire. SECTION III - PHYSICAL DAMAGE COVERAGE is amended as follows: 6. HIRED AUTO PHYSICAL DAMAGE Paragraph A.4. Coverage Extensions of SECTION III - PHYSICAL DAMAGE COVERAGE, is amended by adding the following: If hired "autos" are covered "autos" for Liability Coverage, and if Comprehensive, Specified Causes of Loss or Collision coverage are provided under the Business Auto Coverage Form for any "auto" you own, then the Physical Damage coverages provided are extended to "autos": a. You hire, rent or borrow; or CA 88 10 01 10 ©2010 Liberty Mutual Insurance Company. All rights reserved. Includes copyrighted material of Insurance Services Office Inc., with its Permission. Page 2 of 7 N� SEEIEEM auxim laiNEGEGEI8 z b. Your "employee" hires or rents under a written contract or agreement in that "employee's" name, but only if the damage occurs while the vehicle is being used in the conduct of your business, subject to the following limit and deductible: A. The most we will pay for "loss" in any one "accident" or "loss" is the smallest of: (1) $50,000; or (2) The actual cash value of the damaged or stolen property as of the time of the "loss"; or (3) The cost of repairing or replacing the damaged or stolen property with other property of like kind and quality, minus a deductible. B. The deductible will be equal to the largest deductible applicable to any owned "auto" for that coverage. C. Subject to the limit, deductible and excess provisions described in this provision, we will provide coverage equal to the broadest coverage applicable to any covered "auto" you own. D. Subject to a maximum of $750 per "accident", we will also cover the actual Toss of use of the hired "auto" if it results from an "accident", you are legally liable and the lessor incurs an actual financial loss. E. This coverage extension does not apply to: (1) Any "auto" that is hired, rented or borrowed with a driver; or (2) Any "auto" that is hired, rented or borrowed from your "employee". For the purposes of this provision. SECTION V - DEFINITIONS is amended by adding the following: "Total loss" means a "loss" in which the cost of repairs plus the salvage value exceeds the actual cash value. 7. TOWING AND LABOR SECTION 111 - PHYSICAL DAMAGE COVERAGE, paragraph A.2. Towing, is amended by the addition of the following: We will pay towing and labor costs incurred, up to the limits shown below, each time a covered "auto" classified and rated as a private passenger type, "light truck" or "medium truck" is dis- abled: a. For private passenger type vehicles, we will pay up to $50 per disablement. b. For "light trucks", we will pay up to $50 per disablement. "Light trucks" are trucks that have a gross vehicle weight (GVW) of 10,000 pounds or less. c. For "medium trucks" , we will pay up to $150 per disablement. "Medium trucks" are trucks that have a gross vehicle weight (GVW) of 10,001 - 20,000 pounds. However, the labor must be performed at the place of disablement. 8. PHYSICAL DAMAGE- ADDITIONAL TRANSPORTATION EXPENSE COVERAGE Paragraph A.4.a., Coverage Extension of SECTION III - PHYSICAL DAMAGE COVERAGE, is amend- ed to provide a limit of $50 per day and a maximum limit of $1,500 CA 88 10 01 10 ®2010 Liberty Mutual Insurance Company. All rights reserved. Includes copyrighted material of Insurance Services Office Inc., with its Permission. Page 3 of 7 9. RENTAL REIMBURSEMENT SECTION III - PHYSICAL DAMAGE COVERAGE, A. COVERAGE, is amended by adding the following: a. We will pay up to $75 per day for rental reimbursement expenses incurred by you for the rental of an "auto" because of "accident" or "loss", to an "auto" for which we also pay a "loss" under Comprehensive, Specified Causes of Loss or Collision Coverages. We will pay only for those expenses incurred after the first 24 hours following the "accident" or "loss" to the covered "auto." b. Rental Reimbursement will be based on the rental of a comparable vehicle, which in many cases may be substantially Tess than $75 per day, and will only be allowed for the period of time it should take to repair or replace the vehicle with reasonable speed and similar quality, up to a maximum of 30 days. c. We will also pay up to $500 for reasonable and necessary expenses incurred by you to remove and replace your tools and equipment from the covered "auto". d. This coverage does not apply unless you have a business necessity that other "autos" avail- able for your use and operation cannot fill. e. If "loss" results from the total theft of a covered "auto" of the private passenger type, we will pay under this coverage only that amount of your rental reimbursement expenses which is not already provided under Paragraph 4. Coverage Extension. f. No deductible applies to this coverage. For the purposes of this endorsement provision, materials and equipment do not include "personal effects" as defined in provision 11. 10. EXTRA EXPENSE - BROADENED COVERAGE Under SECTION III - PHYSICAL DAMAGE COVERAGE, A. COVERAGE, we will pay for the expense of returning a stolen covered "auto" to you. The maximum amount we will pay is $1,000. 11. PERSONAL EFFECTS COVERAGE A. SECTION III - PHYSICAL DAMAGE COVERAGE, A. COVERAGE, is amended by adding the following: If you have purchased Comprehensive Coverage on this policy for an "auto" you own and that "auto" is stolen, we will pay, without application of a deductible, up to $600 for "personal effects" stolen with the "auto." The insurance provided under this provision is excess over any other collectible insurance. B. SECTION V - DEFINITIONS is amended by adding the following: For the purposes of this provision, "personal effects" mean tangible property that is worn or carried by an insured." "Personal effects" does not include tools, equipment, jewelry, money or securities. 12. ACCIDENTAL AIRBAG DEPLOYMENT SECTION III - PHYSICAL DAMAGE COVERAGE, B. EXCLUSIONS is amended by adding the follow- ing: If you have purchased Comprehensive or Collision Coverage under this policy, the exclusion for "loss" relating to mechanical breakdown does not apply to the accidental discharge of an airbag. Any insurance we provide shall be excess over any other collectible insurance or reimbursement by manufacturer's warranty. However, we agree to pay any deductible applicable to the other cov- erage or warranty. 13. AUDIO, VISUAL AND DATA ELECTRONIC EQUIPMENT COVERAGE SECTION III - PHYSICAL DAMAGE COVERAGE, B. EXCLUSIONS, exception paragraph a. to exclu- sions 4.c. and 4.d. is deleted and replaced with the following: CA 88 10 01 10 02010 Liberty Mutual Insurance Company. All rights reserved. Includes copyrighted material of Insurance Services Office Inc., with its Permission. Page 4 of 7 Exclusion 4.c. and 4.d. do not apply to: a. Electronic equipment that receives or transmits audio, visual or data signals, whether or not designed solely for the reproduction of sound, if the equipment is permanently installed in the covered "auto" at the time of the "loss" and such equipment is designed to be solely operated by use of the power from the "auto's" electrical system, in or upon the covered "auto" and physical damage coverages are provided for the covered "auto"; or If the "loss" occurs solely to audio, visual or data electronic equipment or accessories used with this equipment, then our obligation to pay for, repair, retum or replace damaged or stolen property will be reduced by a $100 deductible. 14. LOAN 1 LEASE GAP COVERAGE A. Paragraph C., LIMIT OF INSURANCE of SECTION 111 - PHYSICAL DAMAGE COVERAGE is amended by adding the following: The most we will pay for a "total Toss" to a covered "auto" owned by or leased to you in any one "accident" is the greater of the: 1. Balance due under the terms of the loan or lease to which the damaged covered "auto" is subject at the time of the "loss" less the amount of: a. Overdue payments and financial penalties associated with those payments as of the date of the "loss", b. Financial penalties imposed under a lease due to high mileage, excessive use or ab- normal wear and tear, c. Costs for extended warranties, Credit Life Insurance, Health, Accident or Disability Insurance purchased with the loan or lease, d. Transfer or rollover balances from previous loans or leases, § e. Final payment due under a "Balloon Loan", f. The dollar amount of any unrepaired damage which occurred prior to the "total Toss" of a covered "auto", g. Security deposits not refunded by a lessor, h. All refunds payable or paid to you as a result of the early termination of a lease agreement or as a result of the early termination of any warranty or extended service agreement on a covered "auto", I. Any amount representing taxes, J. Loan or lease termination fees; or 2. The actual cash value of the damage or stolen property as of the time of the "loss". An adjustment for depreciation and physical condition will be made in determining the actual cash value at the time of the "loss". This adjustment is not applicable in Texas. v B. ADDITIONAL CONDITIONS This coverage applies only to the original loan for which the covered "auto" that incurred the loss serves as collateral, or lease written on the covered "auto" that incurred the loss. s C. SECTION V - DEFINTIONS is changed by adding the following: As used in this endorsement provision, the following definitions apply: "Total Toss" means a "loss" in which the cost of repairs plus the salvage value exceeds the actual cash value. A "balloon loan" is one with periodic payments that are insufficient to repay the balance over the term of the loan, thereby requiring a large final payment. CA 88 10 01 10 02010 Liberty Mutual Insurance Company. All rights reserved. Includes copyrighted material of Insurance Services Office Inc., with its Permission. Page 5 of 7 15. GLASS REPAIR - WAIVER OF DEDUCTIBLE Paragraph D. Deductible of SECTION III - PHYSICAL DAMAGE COVERAGE is amended by the addition of the following: No deductible applies to glass damage if the glass is repaired rather than replaced. 16. PARKED AUTO COLLISION COVERAGE (WAIVER OF DEDUCTIBLE) Paragraph D. Deductible of SECTION III - PHYSICAL DAMAGE COVERAGE is amended by the addition of the following: The deductible does not apply to "loss" caused by collision to such covered "auto" of the private passenger type or light weight truck with a gross vehicle weight of 10,000 lbs. or less as defined by the manufacturer as maximum loaded weight the "auto" is designed to carry while it is: a. In the charge of an "insured'; b. Legally parked; and c. Unoccupied. The "loss" must be reported to the police authorities within 24 hours of known damage. The total amount of the damage to the covered "auto" must exceed the deductible shown in the Declarations. This provision does not apply to any "loss" if the covered "auto" is in the charge of any person or organization engaged in the automobile business. SECTION IV - BUSINESS AUTO CONDITIONS is amended as follows: 17. UNINTENTIONAL FAILURE TO DISCLOSE HAZARDS SECTION IV- BUSINESS AUTO CONDITIONS, Paragraph B.2. is amended by adding the following: If you unintentionally fail to disclose any hazards, exposures or material facts existing as of the inception date or renewal date of the Business Auto Coverage Form, the coverage afforded by this policy will not be prejudiced. However, you must report the undisclosed hazard of exposure as soon as practicable after its discovery, and we have the right to collect additional premium for any such hazard or exposure. 18. AMENDED DUTIES IN THE EVENT OF ACCIDENT, CLAIM, SUIT, OR LOSS SECTION IV - BUSINESS AUTO CONDITIONS, paragraph A.2.a. is replaced in its entirety by the following: a. In the event of "accident", claim, "suit" or "loss", you must promptly notify .us when it is known to: 1. You, if you are an individual; 2. A partner, if you are a partnership; 3. Member, if you are a limited liability company; 4. An executive officer or the "employee" designated by the Named Insured to give such notice, if you are a corporation. To the extent possible, notice to us should include: (1) How, when and where the "accident" or "loss" took place; (2) The "insureds' name and address; and (3) The names and addresses of any injured persons and witnesses. 19. WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US SECTION IV - BUSINESS AUTO CONDITIONS, paragraph A.5., Transfer of Rights of Recovery Against Others to Us, is amended by the addition of the following: If the person or organization has waived those rights before an "accident" or "loss", our rights are waived also. CA 88 10 01 10 02010 Liberty Mutual Insurance Company. All rights reserved. Includes copyrighted material of Insurance Services Office Inc., with its Permission. Page 6 of 7 20. HIRED AUTO COVERAGE TERRITORY SECTION IV - BUSINESS AUTO CONDITIONS, paragraph B.7., Policy Period, Coverage Territory, is amended by the addition of the following: f. For "autos" hired 30 days or less, the coverage territory is anywhere in the world, provided that the insured's responsibility to pay for damages is determined in a "suit", on the merits, in the United States, the territories and possessions of the United States of America, Puerto Rico or Canada or in a settlement we agree to. This extension of coverage does not apply to an "auto" hired, leased, rented or borrowed with a driver. SECTION V - DEFINITIONS Is amended as follows: 21. BODILY INJURY REDEFINED Under SECTION V - DEFINTIONS. definition C. is replaced by the following: "Bodily injury" means physical injury, sickness or disease sustained by a person, including mental anguish, mental injury, shock, fright or death resulting from any of these at any time. COMMMON POLICY CONDITIONS 22. EXTENDED CANCELLATION CONDITION COMMON POLICY CONDITIONS, paragraph A. - CANCELLATION condition applies except as fol- lows: If we cancel for any reason other than nonpayment of premium, we will mail to the first Named Insured written notice of cancellation at least 60 days before the effective date of cancellation. This provision does not apply in those states which require more than 60 days prior notice of cancella- tion. CA88100110 02010 Liberty Mutual Insurance Company. All rights reserved. Indudes copyrighted material of Insurance Services Office Inc., with its Permission. Page 7 of 7 TexasMut Insurance Company WORKERS' COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY WC 42 03 04 B JTEXAS WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT This endorsement applies only to the insurance provided by the policy because Texas is shown in Item 3.A. of the Information Page. We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named in the Schedule, but this waiver applies only with respect to bodily injury arising out of the operations described in the Schedule where you are required by a written contract to obtain this waiver from us. This endorsement shall not operate directly or indirectly to benefit anyone not named in the Schedule. The premium for this endorsement is shown in the Schedule. Schedule 1. ( ) Specific Waiver Narne of person or organization ( X ) Blanket Waiver Any person or organization for whom the Named Insured has agreed by written contract to fumish this waiver. 2. Operations: ALL TEXAS OPERATIONS 3. Premium The premium charge for this endorsement shall be 2.00 percent of the premium developed on payroll in connection with work performed for the above person(s) or organization(s) arising out of the operations described. 4. Advance Premium INCLUDED , SEE INFORMATION PAGE . This endorsement changes the policy to which it is attached effective on the inception date of the policy unless a different date is indicated below. (The following "attaching clause" need be completed only when this endorsement is issued subsequent to preparation of the policy.) This endorsement, effective on at 12:01 A.M. standard time. forms a part of Policy No. TSF -0001282215 20160201 of the Texas Mutual Insurance Company Issued to CPC INTEREST LLC DBA: CLARK PIPELINE SERVICES Premium $ NCCI Carrier Code 29939 WC420304B (ED. 6-01-2014) INSURED'S COPY Endorsement No. (4/1%-s Authorized Representative QUSER 1-29-2016 COMMERCIAL GENERAL LIABILITY CG 89 70 04 13 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. AMENDMENT OF CANCELLATION PROVISIONS This endorsement modifies insurance provided under the following: / COMMERCIAL GENERAL LIABILITY COVERAGE PART Any term or provision of the Cancellation Conditions of the policy or any endorsement amending or replac- ing such Conditions is amended by the following: If you have agreed in a written contract or written agreement to provide a person or organization notice ofel1ati weave agree to the following: Provide 30 days prjpr written cancellation notice to such person or organization for reasons other than — rterr��yment of premium, but only if we are provided with a schedule of persons or organizations with whom you have agreed to provide notification more than 30 days before the cancellation is to take effect. For purposes of this endorsement, knowledge of the agent as to the persons or organizations requesting notice of cancellation is insufficient to invoke our duty to provide notice of cancellation unless the identity of the persons or organizations is provided directly to us in accordance with the terms of this endorsement. Failure to provide notice to a person or organization in accordance with the terms of this endorsement shall not extend the effective date of the cancellation or otherwise affect cancellation of the policy as to any insured. CG 89 70 04 13 © 2013 Liberty Mutual Insurance Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 1 of 1 COMMERCIAL AUTO CA 88 60 07 12 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. AMENDMENT OF CANCELLATION PROVISIONS Any term or provision of the Cancellation Conditions of the policy or any endorsement amending or replac- ing such Conditions is amended by the following: If you have agreed in a written contract or written agreement to provide a person or organization notice of cancellation we agree to the following: a. P • ide 30 d - prior written cancellation notice to such person or organization for reasons other -n nonpayment of premium, but only if we are provided with a schedule of persons or organizations with whom you have agreed to provide notification more than 30 days before the cancellation is to take effect. For purposes of this endorsement, knowledge of the agent as to the persons or organizations requesting notice of cancellation is insufficient to invoke our duty to provide notice of cancellation unless the identity of the persons or organizations is provided directly to us in accordance with the terms of this endorsement. Failure to provide notice to a person or organization in accordance with the terms of this endorsement shall not extend the effective date of the cancellation or otherwise affect cancellation of the policy as to any insured. CA 88 60 07 12 © 2012 Liberty Mutual Insurance Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 1 of 1 TexasMut_____ Insurance Company WC 42 06 01 WORKERS' COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY TEXAS NOTICE OF MATERIAL CHANGE ENDORSEMENT This endorsement applies only to the insurance provided by the policy because Texas is shown in Item 3.A. of the Information Page. In the event of cancellation or other material change of the policy, we will mail advance notice to the person or organization named in the Schedule. The number of days advance notice is shown in the Schedule. This endorsement shall not operate directly or indirectly to benefit anyone not named in the Schedule. Schedule 1. Number of days advance notice: 30 2. Notice will be mailed to: CITY OF CORPUS CHRISTI - CAPITAL PROGRAM PO BOX 9277 SYLVIA ARRIAGA CORPUS CHRISTI, TX 78469-9277 This endorsement changes the policy to which it is attached effective on the inception date of the policy unless a different date is indicated below. (The following "attaching clause" need be completed only when endorsement is issued subsequent to preparation of the policy.) This endorsement, effective on March 1, 2016 t / at 12:01 A.M. standard time, forms a part of Policy No. TSF -0001282215 20160201 of the Texas Mutual Insurance Company Issued to CPC INTEREST LLC DBA: CLARK PIPELINE SERVICES Premium S 0 , 00 NCCI Carrier Code 29939 WC420601 (ED. 1-94) Endorsement No. 3 //laws Authorized Representative INSURED'S COPY WASENDRS 3-01-2016 Table of Contents 00 01 00 ‐ 1  Navigation Blvd. Up River to Leopard (Rebid), E12090 REV 10‐6‐2015  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 10/06/2015)  00 30 00 Bid Acknowledgment Form (Rev 10/06/2015)  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 DELETE LINE – FORM NO LONGER APPLICABLE   00 30 05 Disclosure of Interest  00 30 06 Non‐Collusion Certification  00 45 16 Statement of Experience (Rev 10/06/2015)  00 52 23 Agreement (Rev 10/06/2015)  00 61 13 Performance Bond (Rev 10/06/2015)  00 61 16 Payment Bond (Rev 10/06/2015)  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  Table of Contents 00 01 00 ‐ 2  Navigation Blvd. Up River to Leopard (Rebid), E12090 REV 10‐6‐2015  Division /  Section Title  01 33 04 Construction Progress Schedule  01 33 05 Video and Photographic Documentation  01 34 01 Buy American Provisions (ARRA)  01 34 02 Buy American Certification (ARRA)  01 34 03 Buy American Provisions (TWDB)  01 34 04 Buy American Certification (TWDB)  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   020 SITE ASSESSMENTS & CONTROLS  020100 Survey Monuments S49   021 SITE PREPARATION  021020 Site Clearing and Stripping SS  020140 Site Grading S6  021080 Removing Old Structures S55   022 EARTHWORK  022022 Trench Safety for Excavations  022100 Select Material S15  022420 Silt Fence S97   023 FOUNDATIONS, BORINGS, PILES & CAISSONS  023020 Jacking, Boring or Tunneling S65   025 ROADWAY   0252…….SUBGRADES AND BASES     Table of Contents 00 01 00 ‐ 3  Navigation Blvd. Up River to Leopard (Rebid), E12090 REV 10‐6‐2015  Division /  Section Title  025202 Scarifying and Reshaping Base Course S23  025205 Pavement Repair, Curb, Gutter, Sidewalk and Driveway Replacement S54   0254…….ASPHALTS AND SURFACES  025404 Asphalts, Oils and Emulsions S29  025414 Aggregate for Surface Treatment and Seal Coats S35  025418 Surface Treatment S32  025424 Hot Mix Asphaltic Concrete Pavement (Class A) S34   0256…….CONCRETE WORK  025608 Inlets S63  025610 Concrete Curb & Gutter S52  025612 Concrete Sidewalks and Driveways S53  025614 Concrete Curb Ramps   0258…….TRAFFIC CONTROLS & DEVICES  025802 Temporary Traffic Controls During Construction  025805 Abbreviated Pavement Markings S101  025813 Preformed Striping and Emblems  025816 Raised Pavement Markers and Traffic Buttons  025818 Reference ‐  Pavement Markers (Reflectorized) (TxDOT D‐9‐4200)  025828 Reference – Bituminous Adhesive for Pavement Markers (TxDOT D‐9‐6130)   026 UTILITIES   0262…….GENERAL  026201 Waterline Riser Assemblies S79  026202 Hydrostatic Testing of Pressure Systems S89  026206 Ductile Iron Pipe and Fittings S81  026210 PVC Pipe – AWW C900 and C905 Pressure Pipe for Municipal Water Mains and  Sanitary Sewer Force Mains S83  026214 Grouting Abandoned Utility Lines S3   0264…….WATERLINES  026402 Waterlines S88  026404 Water Service Lines S87  026409 Tapping Sleeves and Tapping Valves S84  026411 Gate Valves for Waterlines S85        Table of Contents 00 01 00 ‐ 4  Navigation Blvd. Up River to Leopard (Rebid), E12090 REV 10‐6‐2015  Division /  Section Title  026416 Fire Hydrants S86   0266…….SANITARY SEWER FORCE MAINS  026602 Sanitary Sewer Force Main S69  026604 Air Release Valves (Wastewater Application) S96   027 SEWERS & DRAINAGE   0272……..GENERAL  027202 Manholes S62  027203 Vacuum Testing of Sanitary Sewer Manholes and Structures   0274……. STORM SEWERS  027402 Reinforced Concrete Pipe Culverts S60  027404 Concrete Box Culverts S66   0276……..SANITARY SEWERS (GRAVITY)  027602 Gravity Sanitary Sewers S61  027606 Sanitary Service Lines  027611 Television Inspection of Conduits   028 SITE IMPROVEMENTS & LANDSCAPING  028020 Seeding S14  028040 Sodding S8  028200 Mail Box Relocation  028300 Fence Relocation S12   030 CONCRETE, GROUT  030020 Portland Cement Concrete S40  032020 Reinforcing Steel S42  038000 Concrete Structures S41   050 METALS  055420 Frames, Grates, Rings and Covers S57     Part T Technical Specifications   020 SITE ASSESSMENTS & CONTROLS  020001 Mobilization   022 EARTHWORK        Table of Contents 00 01 00 ‐ 5  Navigation Blvd. Up River to Leopard (Rebid), E12090 REV 10‐6‐2015  Division /  Section Title  022020 Excavation and Backfill for Utilities and Sewers  022021 Control of Ground Water  022040 Street Excavation  022080 Embankment   025 ROADWAY   0252……..SUBGRADES AND BASES  025223 Crushed Limestone Flexible Base   0254……..ASPHALTS AND SURFACES  025412 Prime Coat   0256……..CONCRETE WORK  025620 Portland Cement Concrete Pavement   0258……..TRAFFIC CONTROLS & DEVICES  025807 Pavement Markings (Paint and Thermoplastic)   027 SEWERS & DRAINAGE   0272……..GENERAL  027205 Fiberglass Manholes   0276……..SANITARY SEWERS (GRAVITY)  027618 Sanitary Sewer Rehabilitation/ Pipebursting   SIGNALIZATION SPECIFICATIONS AND CUT‐SHEETS      APPENDIX  A Geotechnical Report     END OF SECTION  Invitation to Bid and Instructions to Bidders 00 21 13 ‐ 1  Navigation Blvd. Up River to Leopard, E12090 (Rebid) REV 10‐6‐2015                                                                                                                                                                                                                             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:  Navigation Boulevard Up River Road to Leopard Street, Bond 2012 (Rebid)    A. The proposed improvements will include continuously reinforced concrete pavement with  concrete header curb or hot‐mix asphaltic concrete pavement with concrete curb & gutter,  driveways, storm water drainage, water distribution, wastewater collection, gas line  adjustments, backfill and removal, street lighting conduit, signalization improvements, and  ADA‐compliant pedestrian facilities. Associated improvements such as pavement markings,  signage, and traffic control/construction sequencing will also be included.    2.02 The Engineer’s Opinion of Probable Construction Cost for the Project is $10,104,000 for Part 1  Concrete Pavement or $8,091,000 for Part 2 HMAC Pavement. The Project is to be substantially  complete and ready for operation within 440 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.  ARTICLE 3 – PRE‐BID CONFERENCE  3.01 A non‐mandatory pre‐bid conference for the Project will be held on December 1, 2015 at 11:00  A.M. at the following location:   City Hall Building   Engineering Services Conference Room ‐ 3rd floor  1201 Leopard Street,   Corpus Christi, Texas 78401  Bids will not be accepted from Bidders who do not attend the conference.  It is the Bidders’  responsibility to sign in at the pre‐bid conference to verify their participation.  Invitation to Bid and Instructions to Bidders 00 21 13 ‐ 2  Navigation Blvd. Up River to Leopard, E12090 (Rebid) REV 10‐6‐2015  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  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.  Invitation to Bid and Instructions to Bidders 00 21 13 ‐ 3  Navigation Blvd. Up River to Leopard, E12090 (Rebid) REV 10‐6‐2015  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    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  Invitation to Bid and Instructions to Bidders 00 21 13 ‐ 4  Navigation Blvd. Up River to Leopard, E12090 (Rebid) REV 10‐6‐2015  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.  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 December 9, 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 – Navigation Boulevard Up River Road to Leopard Street Bond 2012 (Rebid),  Project No. E12090  Invitation to Bid and Instructions to Bidders 00 21 13 ‐ 5  Navigation Blvd. Up River to Leopard, E12090 (Rebid) REV 10‐6‐2015  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.   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 December 9, 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  Invitation to Bid and Instructions to Bidders 00 21 13 ‐ 6  Navigation Blvd. Up River to Leopard, E12090 (Rebid) REV 10‐6‐2015  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.  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.  Invitation to Bid and Instructions to Bidders 00 21 13 ‐ 7  Navigation Blvd. Up River to Leopard, E12090 (Rebid) REV 10‐6‐2015  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.   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  Invitation to Bid and Instructions to Bidders 00 21 13 ‐ 8  Navigation Blvd. Up River to Leopard, E12090 (Rebid) REV 10‐6‐2015  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 – CONFLICT OF INTEREST  23.01 Bidder agrees to comply with Chapter 176 of the Texas Local Government Code and file Form  CIQ with the City of Corpus Christi City Secretary’s Office, if required.  For more information on  Form CIQ and to determine if you need to file a Form CIQ, please review the information on the  City Secretary’s website at http://www.cctexas.com/government/city‐secretary/conflict‐ disclosure/index.  ARTICLE 24 ‐ 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:  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.  Invitation to Bid and Instructions to Bidders 00 21 13 ‐ 9  Navigation Blvd. Up River to Leopard, E12090 (Rebid) REV 10‐6‐2015  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  Bid Acknowledgement Form 00 30 00 ‐ 1  Navigation Blvd. Up River to Leopard, E12090 (Rebid) REV 10‐06‐2015  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 _______________________________________________ (type or print name of  company) on:  December 9, 2015 for Project No. E12090, Navigation Boulevard Up River Road  to Leopard Street – Bond 2012 (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 ‐ Navigation Boulevard Up River Road to Leopard Street, Bond 2012, Project No. E12090  (Rebid)    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          Bid Acknowledgement Form 00 30 00 ‐ 2  Navigation Blvd. Up River to Leopard, E12090 (Rebid) REV 10‐06‐2015  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.  Bid Acknowledgement Form 00 30 00 ‐ 3  Navigation Blvd. Up River to Leopard, E12090 (Rebid) REV 10‐06‐2015  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 for:  Base Bid $   Add / Deduct Alternate 1 $   Add / Deduct Alternate 2 $   The Bidder selected for award of the Contract will be either the Lowest Responsible Bidder or  the Bidder who provides the Best Value for the Owner that submits a responsive Bid. Owner  will, at its discretion, award the contract to the lowest responsible Bidder for the Base Bid, plus  any combination of Add or Deduct Alternates or to the Bidder who provides the Best Value for  the Owner.  4.02 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 The contract may be awarded either to the lowest responsible bidder or to the bidder who  provides the best value for the Owner.  The Owner will consider the amount bid, the Bidder’s  responsibility, the Bidder’s safety record, the Bidder’s indebtedness to Owner and whether the  Bid Acknowledgement Form 00 30 00 ‐ 4  Navigation Blvd. Up River to Leopard, E12090 (Rebid) REV 10‐06‐2015  Bidder has met the minimum specific project experience requirements to determine the lowest  responsible Bidder. The Owner reserves the right to waive any and all irregularities in  determining the Bidders’ responsibility or value, and whether the Bidder has met the minimum  specific project experience requirements, and reserves the right to require the submission of  additional information.  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  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 Bidder will complete the Work required to be substantially completed within insert number  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 insert number 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.  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 05 DISCLOSURE OF INTEREST.  F. SECTION 00 30 06 NON‐COLLUSION CERTIFICATION.  Bid Acknowledgement Form 00 30 00 ‐ 5  Navigation Blvd. Up River to Leopard, E12090 (Rebid) REV 10‐06‐2015  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.  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.  Bid Acknowledgement Form 00 30 00 ‐ 6  Navigation Blvd. Up River to Leopard, E12090 (Rebid) REV 10‐06‐2015  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 EXHIBIT A Project Name: Project Number: Owner: Bidder: OAR: Designer: Item UNIT ESTIMATED QUANTITY UNIT PRICE EXTENDED AMOUNT 1-A1 LS 1 - $ -$ 1-A2 AC 9.31 - $ -$ 1-A3 DAY 2 - $ -$ 1-A4 SY 50 - $ -$ 1-A5 LF 160 - $ -$ 1-A6 EA 2 - $ -$ 1-A7 SY 7,213 - $ -$ 1-A8 SY 768 - $ -$ 1-A9 LF 50 - $ -$ 1-A10 LF 2,964 - $ -$ 1-A11 EA 8 - $ -$ 1-A12 LS 1 - $ -$ 1-A13 EA 2 - $ -$ -$ 1-B1 SY 30,395 - $ -$ 1-B2 SY 30,395 - $ -$ 1-B3 SY 30,395 - $ -$ 1-B4 GAL 4,560 - $ -$ 1-B5 SY 29,555 - $ -$ 1-B6 SY 13,600 - $ -$ 1-B7 SY 15,955 - $ -$ 1-B8 SF 25,308 - $ -$ 1-B9 SF 500 - $ -$ 1-B10 EA 27 - $ -$ 1-B11 EA 6 - $ -$ 1-B12 LF 1,871 - $ -$ 1-B13 LF 1,592 - $ -$ 1-B14 LF 340 - $ -$ 12" Erosion Control Log Prime Coat (0.15 Gal/SY) 1" HMAC Pavement (Type D) Bond Breaker 7" Continuously Reinforced Concrete Pavement (Class P) Refl. Pavement Marking Type I (W) (4") (Broken) Refl. Pavement Marking Type I (Y) (4") (Broken) Refl. Pavement Marking Type I (W) (4") (Solid) Seeding for Erosion Control Construction Exit Temporary Traffic Controls During Construction Mail Box Relocation SUBTOTAL PART A - GENERAL (Items 1-A1 thru 1-A13) E12090 Temporary Detour Pavement Part B - Rigid (Concrete) Paving, Marking & Signage Improvements (per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) Street Excavation 12" Compacted Subgrade 6" Crushed Limestone Flexible Base (Type A, Grade 1) 9" Continuously Reinforced Concrete Pavement (Class P) 6" Concrete Driveway Unanticipated Concrete Driveway Removal Prefab. Pavement Marking Type C (W) (ARROW) Survey Monument Clear Right-of-Way Block Sodding Ozone Advisory Day Fence Relocation Silt Fence for Storm Water Pollution Prevention Prefab. Pavement Marking Type C (W) ("ONLY") 00 30 01 BID FORM EXHIBIT A DESCRIPTION Base Bid (Part 1)-Concrete Pavement Mobilization/ Bonds/ Insurance (Maximum of 5% of Total Contract Price) Part A - GENERAL (per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) Basis of Bid NAVIGATION BOULEVARD UP RIVER ROAD TO LEOPARD ST. (BOND 2012) (REBID) City of Corpus Christi LNV,INC. Bid Form Exhibit A - Part 1 Concrete Navigation Blvd. - Up River Road to Leopard St. (Bond 2012), E12090 (Rebid) 00 30 01 Page 1 of 7 00 30 01 BID FORM EXHIBIT A Item UNIT ESTIMATED QUANTITY UNIT PRICE EXTENDED AMOUNTDESCRIPTION 1-B15 LF 7,499 - $ -$ 1-B16 LF 652 - $ -$ 1-B17 LF 285 - $ -$ 1-B18 LF 78 - $ -$ 1-B19 EA 127 - $ -$ 1-B20 EA 215 - $ -$ 1-B21 EA 1 - $ -$ 1-B22 EA 5 - $ -$ 1-B23 EA 10 - $ -$ 1-B24 EA 21 - $ -$ 1-B25 SY 100 - $ -$ 1-B26 SY 290 - $ -$ 1-B27 SY 25 - $ -$ 1-B28 LS 1 75,000.00$ 75,000.00$ 1-B29 LF 80 - $ -$ -$ 1-C1 SF 33,214 - $ -$ 1-C2 LF 636 - $ -$ 1-C3 SF 1,388 - $ -$ 1-C4 SF 100 - $ -$ 1-C5 LF 1,210 - $ -$ 1-C6 LF 224 - $ -$ -$ 1-D1 EA 4 - $ -$ 1-D2 LF 7,200 - $ -$ 1-D3 LF 7,231 - $ -$ 1-D4 LF 250 - $ -$ 1-D5 LF 240 - $ -$ -$ 1-E1 LF 65 - $ -$ 1-E2 LF 66 - $ -$ 1-E3 LF 563 - $ -$ 1-E4 LF 499 - $ -$ 1-E5 LF 186 - $ -$ 1-E6 LF 767 - $ -$ CONDT (RM) (4") CONDT (RM) (4") (BORE) Unanticipated Concrete Sidewalk Removal Prefab. Pavement Marking Type C for Crosswalks (W) (24") Refl. Pavement Marking Type I (Y) (4") (Solid) NO PARKING Sign Other Regulatory Sign Refl. Pavement Marking Type I (W) (8") (Solid) Refl. Pavement Marking Type I (W) (24") (Solid) Refl. Pavement Marking Type I (Y) (24") (Solid) (Gore) DRILL SHAFT (TRF SIG POLE) (48 IN) CONDT (RM) (2") Part C - ADA Pedestrian Improvements (per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) 4" Concrete Sidewalk SUBTOTAL PART B - Rigid (Concrete) Paving, Marking & Signage Improvements (Items 1-B1 thru 1-B29) Concrete Sidewalk Retaining Curb (24" Maximum Height) Concrete Curb Ramp DRILL SHAFT (TRF SIG POLE) (36 IN) Final Backfill & Compaction for Gas Line Trench Street Sign Assembly w/ 9" Blades (Green) Street Sign Assembly w/ 9" Blades (Green) and STOP Sign Adjust Existing Gas Valve Box to Finish Grade Part D - Gas Line Improvements (By Contractor) (per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) Asphalt Pavement Repair (Type 2) Asphalt Pavement Repair (Type 1) Allowance for Unanticipated-Street Related TY I-C Raised Pavement Marker (Reflectorized) TY II-A-A Raised Pavement Marker (Reflectorized) Part E - Signalization Improvements (per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) Prefab. Pavement Marking Type C for Crosswalks (W) (12") SUBTOTAL PART C - ADA Pedestrian Improvements (1-C1 THRU 1-C6) SUBTOTAL PART D - Gas Line Improvements (By Contractor) (1-D1 THRU 1-D5) Remove Abandoned Gas Line, Backfill & Compact 6" Steel Split Casing for Existing 2" Dia. Gas Line 8" Steel Split Casing for Existing 4" Dia. Gas Line CONDT (RM) (2") (BORE) 6" Concrete Pavement Repair (Class P) Prefab. Pavement Marking Type C (Yield Marking) Bid Form Exhibit A - Part 1 Concrete Navigation Blvd. - Up River Road to Leopard St. (Bond 2012), E12090 (Rebid) 00 30 01 Page 2 of 7 00 30 01 BID FORM EXHIBIT A Item UNIT ESTIMATED QUANTITY UNIT PRICE EXTENDED AMOUNTDESCRIPTION 1-E7 LF 123 - $ -$ 1-E8 LF 246 - $ -$ 1-E9 LF 1,586 - $ -$ 1-E10 LF 2,070 - $ -$ 1-E11 EA 7 - $ -$ 1-E12 EA 12 - $ -$ 1-E13 EA 12 - $ -$ 1-E14 EA 2 - $ -$ 1-E15 EA 2 - $ -$ 1-E16 EA 2 - $ -$ 1-E17 EA 2 - $ -$ 1-E18 EA 6 - $ -$ 1-E19 EA 8 - $ -$ 1-E20 EA 8 - $ -$ 1-E21 EA 7 - $ -$ 1-E22 LF 84 - $ -$ 1-E23 EA 16 - $ -$ 1-E24 EA 4 - $ -$ 1-E25 EA 4 - $ -$ 1-E26 EA 16 - $ -$ 1-E27 EA 8 - $ -$ 1-E28 EA 16 - $ -$ 1-E29 EA 4 - $ -$ 1-E30 EA 16 - $ -$ 1-E31 EA 16 - $ -$ 1-E32 LF 3,831 - $ -$ 1-E33 LF 4,451 - $ -$ 1-E34 LF 277 - $ -$ 1-E35 LF 1,077 - $ -$ 1-E36 EA 1 - $ -$ 1-E37 EA 1 - $ -$ 1-E38 EA 2 - $ -$ 1-E39 EA 1 - $ -$ 1-E40 EA 1 - $ -$ 1-E41 EA 1 - $ -$ 1-E42 EA 1 - $ -$ 1-E43 EA 14 - $ -$ 1-E44 EA 3 - $ -$ 1-E45 EA 8 - $ -$ 1-E46 LF 1,304 - $ -$ 1-E47 EA 16 - $ -$ 1-E48 LF 256 - $ -$ 1-E49 EA 2 - $ -$ 1-E50 EA 1 - $ -$ 1-E51 LS 3 - $ -$ 1-E52 LS 1 - $ -$ -$ BARRICADES MOBILIZATION INS TRF SIG PL AM(S) 1 ARM (50') INS TRF SIG PL AM(S) 1 ARM (50') LUM INS TRF SIG PL AM(S) 1 ARM (65') LUM PED POLE ASSEMBLY REMOVING TRAFFIC SIGNALS RADAR PRESENCE DETECTION DEVICE (RPDD) RADAR COMM CABLE ACCESSIBLE PEDESTRIAN SIGNAL UNITS ETHERNET CAT 5 CABLE (COHU CA200 SERIES) PED SIG SEC (16 IN) LED (COUNTDOWN) TRF SIG CBL (TY A) (12 AWG) ( 2 CONDR) TRF SIG CBL (TY A) (14 AWG) ( 5 CONDR) TRF SIG CBL (TY A) (14 AWG) ( 7 CONDR) TRF SIG CBL (TY A) (14 AWG) (16 CONDR) INS TRF SIG PL AM(S) 1 ARM (24') LUM INS TRF SIG PL AM(S) 1 ARM (28') INS TRF SIG PL AM(S) 1 ARM (28') LUM INS TRF SIG PL AM(S) 1 ARM (32') LUM DRILL SHAFT (TRF SIG POLE)(24 IN) BACK PLATE (12 IN) (3 SEC) BACK PLATE (12 IN) (4 SEC) VEH SIG SEC (12 IN) LED (GRN ARW) VEH SIG SEC (12 IN) LED (GRN) VEH SIG SEC (12 IN) LED (YEL ARW) VEH SIG SEC (12 IN) LED (YEL) VEH SIG SEC (12 IN) LED (RED ARW) VEH SIG SEC (12 IN) LED (RED) GROUND BOX TY C (162911) W/APRON REMOVE EXISTING GROUND BOXES ELC SRV TY D 120/240 070 (NS)AL(E)TS(O) INSTALL HWY TRF SIG (ISOLATED) TRAFFIC SIGNAL CONTROLLER ASSY (TS-2)ECONOLITE CONTROLLER FOUNDATION & EXTENSION ALUMINUM SIGNS (TRAFFIC SIGNAL) EXTRUDED ALUMINUM SIGNS (TRAFFIC SIGNAL) WIND DAMPING PLATE ELEC CONDR (NO. 6) BARE ELEC CONDR (NO. 6) INSULATED (.25KW EQ) LED LUMINAIRE ELEC CONDR (NO. 8) BARE ELEC CONDR (NO. 8) INSULATED GROUND BOX TY A (122311) W/APRON SUBTOTAL PART E - Signalization Improvements (1-E1 THRU 1-E52) CAMERA PTZ (COHU 3960 SERIES TEMPORARY TRAFFIC SIGNALS Bid Form Exhibit A - Part 1 Concrete Navigation Blvd. - Up River Road to Leopard St. (Bond 2012), E12090 (Rebid) 00 30 01 Page 3 of 7 00 30 01 BID FORM EXHIBIT A Item UNIT ESTIMATED QUANTITY UNIT PRICE EXTENDED AMOUNTDESCRIPTION 1-F1 LF 3,830 - $ -$ 1-F2 EA 4 - $ -$ 1-F3 EA 7 - $ -$ -$ 1-G1 LF 56 - $ -$ 1-G2 LF 1,137 - $ -$ 1-G3 LF 382 - $ -$ 1-G4 LF 12 - $ -$ 1-G5 LF 55 - $ -$ 1-G6 EA 1 - $ -$ 1-G7 EA 2 - $ -$ 1-G8 EA 5 - $ -$ 1-G9 EA 3 - $ -$ 1-G10 EA 2 - $ -$ 1-G11 EA 3 - $ -$ 1-G12 EA 4 - $ -$ 1-G13 EA 2 - $ -$ 1-G14 EA 25 - $ -$ 1-G15 EA 13 - $ -$ 1-G16 EA 1 - $ -$ 1-G17 EA 8 - $ -$ 1-G18 EA 1 - $ -$ 1-G19 EA 10 - $ -$ 1-G20 LF 5,648 - $ -$ 1-G21 LF 100 - $ -$ 1-G22 SF 97 - $ -$ 1-G23 LF 1,642 - $ -$ 1-G24 EA 35 - $ -$ 1-G25 EA 19 - $ -$ 1-G26 LS 1 50,000.00$ 50,000.00$ 1-G27 EA 8 - $ -$ 1-G28 EA 5 - $ -$ 1-G29 EA 1 - $ -$ 1-G30 EA 4 - $ -$ 1-G31 EA 1 - $ -$ -$ 27" Dia. RCP (Class III) 4' Dia. Conc. Storm Water Manhole (Type A) on Existing RCP 7' Dia. Conc. Storm Water Manhole (Type A) on Existing RCP 5' Special Storm Water Curb Inlet 4' SQ. Concrete Storm Water Junction Box 6" Concrete Header Curb Unanticipated Curb & Gutter Removal 5" Concrete Riprap Trench Safety for Storm Water Conduits Trench Safety for Storm Water Inlet Trench Safety for Storm Water Manhole or Junction Box Allowance for Unanticipated Storm Water Improvements Part G - Storm Water (Drainage) Improvements (per SECTION 01 23 10 ALTERNATES AND ALLOWANCES) SUBTOTAL PART G - Storm Water (Drainage) Improvements (1-G1 THRU 1-G31) Concrete Manhole Riser on Existing Box Culvert 15" Dia. RCP (Class III) 18" Dia. RCP (Class III) 24" Dia. RCP (Class III) 30" Dia. RCP (Class III) Tie-in Existing 6" Dia. PVC Tie-in Existing 15" Dia. RCP Tie-in Existing 18" Dia. RCP Tie-in Existing 24" Dia. RCP Tie-in Existing 30" Dia. RCP 15" Dia. Concrete Plug 18" Dia. Concrete Plug Sidewalk Drain 5' Standard Curb Inlet 5' Inlet Extension Grate Inlet Post Inlet 4' Dia. Concrete Storm Water Manhole (Type A) Adjust Existing Storm Water Manhole to Finish Grade Part F - Street Lighting Conduit (By Contractor) (per SECTION 01 23 10 ALTERNATES AND ALLOWANCES) SUBTOTAL PART F - Street Lighting Conduit (By Contractor) (1-F1 THRU 1-F3) 3" Dia. PVC (Sch. 40) Elec. Conduit for Street Lights 3" Dia. PVC Cap 11" x 18" x 18" Ground Box for Street Lighting Conduit Bid Form Exhibit A - Part 1 Concrete Navigation Blvd. - Up River Road to Leopard St. (Bond 2012), E12090 (Rebid) 00 30 01 Page 4 of 7 00 30 01 BID FORM EXHIBIT A Item UNIT ESTIMATED QUANTITY UNIT PRICE EXTENDED AMOUNTDESCRIPTION 1-H1 EA 3 - $ -$ 1-H2 EA 3 - $ -$ 1-H3 EA 11 - $ -$ 1-H4 EA 2 - $ -$ 1-H5 LF 6,698 - $ -$ 1-H6 LF 4,864 - $ -$ 1-H7 LF 197 - $ -$ 1-H8 LF 40 - $ -$ 1-H9 EA 1 - $ -$ 1-H10 EA 1 - $ -$ 1-H11 EA 4 - $ -$ 1-H12 EA 2 - $ -$ 1-H13 EA 1 - $ -$ 1-H14 EA 8 - $ -$ 1-H15 EA 50 - $ -$ 1-H16 EA 4 - $ -$ 1-H17 EA 1 - $ -$ 1-H18 EA 10 - $ -$ 1-H19 EA 1 - $ -$ 1-H20 EA 37 - $ -$ 1-H21 EA 16 - $ -$ 1-H22 EA 1 - $ -$ 1-H23 EA 15 - $ -$ 1-H24 EA 4 - $ -$ 1-H25 LS 1 - $ -$ 1-H26 LF 11,799 - $ -$ 1-H27 LS 1 50,000.00$ 50,000.00$ 1-H28 EA 1 - $ -$ -$ 1-I1 EA 4 - $ -$ 1-I2 EA 5 - $ -$ 1-I3 EA 7 - $ -$ 1-I4 LF 1,136 - $ -$ 1-I5 LF 300 - $ -$ 1-I6 LS 1 - $ -$ 1-I7 LF 95 - $ -$ 1-I8 LF 10 - $ -$ Fire Hydrant Assembly (Type 1) 6" Dia. Tie-in/ Connection (Gravity) 8" Dia. Tie-in/ Connection (Gravity) Remove Existing Wastewater Line (6'-12' Depth) Remove Existing Wastewater Line (12'-18' Depth) Bypass Pumping of Raw Sewerage 6" Dia. PVC (SDR 26) Wastewater Gravity Line (0'-6' Depth) 6" Dia. PVC (SDR 26) Wastewater Gravity Line (6'-8' Depth) 12" x 8" D.I. Reducer 24" x 8" D.I. Reducer 8" Dia. 11.25° D.I. Bend 8" Dia. 45° D.I. Bend 12" Dia. 45° D.I. Bend 8" x 6" D.I. Tee 8" x 8" D.I. Tee 6" Gate Valve with Box and Cover 8" Gate Valve with Box and Cover Part I - Wastewater (Sanitary Sewer) Improvements (per SECTION 01 23 10 ALTERNATES AND ALLOWANCES) 4" Dia. Tie-in/ Connection (Gravity) Remove and Replace Existing 1" Dia. Water Service Remove and Replace Existing 2" Dia. Water Service Relocate Existing Water Meter Adjust Existing Water Valve Boxes and Meter Boxes to Finish Grade Trench Safety for Waterlines Allowance for Unanticipated Water Improvements Water Meter Vault SUBTOTAL PART H - Water Distribution Improvements (1-H1 THRU 1-H28) Part H - Water Distribution Improvements (per SECTION 01 23 10 ALTERNATES AND ALLOWANCES) 4" Dia. Tie-in/ Connection 6" Dia. Tie-in/ Connection 8" Dia. Tie-in/ Connection 12" Dia. Tie-in/ Connection Remove OR Grout & Abandon In-Place, Existing 4" - 12" Dia. Asbestos-Cement Waterline 8" Dia. C900 PVC Waterline (DR 18) 12" Dia. C900 PVC Waterline (DR 18) 8" Dia. Ductile Iron Waterline (Pressure Class 350 psi) 6" x 2" D.I. Reducer 8" x 4" D.I. Reducer 8" x 6" D.I. Reducer Bid Form Exhibit A - Part 1 Concrete Navigation Blvd. - Up River Road to Leopard St. (Bond 2012), E12090 (Rebid) 00 30 01 Page 5 of 7 00 30 01 BID FORM EXHIBIT A Item UNIT ESTIMATED QUANTITY UNIT PRICE EXTENDED AMOUNTDESCRIPTION 1-I9 LF 162 - $ -$ 1-I10 LF 248 - $ -$ 1-I11 LF 920 - $ -$ 1-I12 LF 40 - $ -$ 1-I13 LF 120 - $ -$ 1-I14 EA 14 - $ -$ 1-I15 VF 38 - $ -$ 1-I16 EA 1 - $ -$ 1-I17 EA 1 - $ -$ 1-I18 EA 3 - $ -$ 1-I19 EA 2 - $ -$ 1-I20 LF 3,864 - $ -$ 1-I21 EA 17 - $ -$ 1-I22 LS 1 50,000.00$ 50,000.00$ 1-I23 LF 1,362 - $ -$ 1-I24 LF 65 - $ -$ 1-I25 LF 768 - $ -$ 1-I26 EA 1 - $ -$ 1-I27 EA 1 - $ -$ 1-I28 EA 3 - $ -$ -$ Adjust Existing Wastewater Manhole to Finish Grade SUBTOTAL PART I - Wastewater (Sanitary Sewer) Improvements (1-I1 THRU 1-I28) Trench Safety for Wastewater Lines Trench Safety for Wastewater Manhole Allowance for Unanticipated Wastewater Improvements 8" Dia. Pipebursting (VCP to HDPE) Contractor Option: 6" Dia. Pipebursting (VCP to HDPE) OR 8" Dia. PVC (SDR 26) WW Gravity Line Remove & Replace Contractor Option: 8" Dia. Pipebursting (VCP to HDPE) OR 8" Dia. PVC (SDR 26) WW Gravity Line Remove & Replace Rehabilitate Existing 4' Dia. Sanitary Manhole (8' Depth) Rehabilitate Existing 5' Dia. Sanitary Manhole (18' Depth) Contractor Option: Rehabilitate Existing 4' Dia. Sanitary M.H. (8' Depth) OR 4' Dia. Fiberglass Manhole Remove & Replace 8" Dia. PVC (SDR 26) Wastewater Gravity Line (6'-8' Depth) 8" Dia. PVC (SDR 26) Wastewater Gravity Line (8'-10' Depth) 8" Dia. PVC (SDR 26) Wastewater Gravity Line (10'-14' Depth) 8" Dia. PVC Wastewater Pressure Pipe (150psi) for Waterline Crossing (6'-8' Depth) 4' Dia. Fiberglass Manhole (< 6' Depth) Extra Depth for 4' Dia. Manhole (Over 6' Depth) 6" Dia. Drop Connection 8" Dia. Drop Connection Replace Existing Wastewater Service w/ New Service Connection 8" Dia. PVC (SDR 26) Wastewater Gravity Line (0'-6' Depth) Bid Form Exhibit A - Part 1 Concrete Navigation Blvd. - Up River Road to Leopard St. (Bond 2012), E12090 (Rebid) 00 30 01 Page 6 of 7 00 30 01 BID FORM EXHIBIT A Item UNIT ESTIMATED QUANTITY UNIT PRICE EXTENDED AMOUNTDESCRIPTION Contract Times 440 days 470 days SUBTOTAL PART F - Street Lighting Conduit (By Contractor) (1-F1 THRU 1-F3) SUBTOTAL PART H - Water Distribution Improvements (1-H1 THRU 1-H28) -$ -$ -$ SUBTOTAL PART G - Storm Water (Drainage) Improvements (1-G1 THRU 1-G31) TOTAL PROJECT BASE BID (PART 1)-CONCRETE PAVEMENT (PARTS A THRU I) BID SUMMARY SUBTOTAL PART A - GENERAL (Items 1-A1 thru 1-A13)-$ SUBTOTAL PART B - Rigid (Concrete) Paving, Marking & Signage Improvements (Items 1-B1 thru 1- B29) -$ -$ Bidder agrees to reach Substantial Completion in Bidder agrees to reach Final Completion in SUBTOTAL PART C - ADA Pedestrian Improvements (1-C1 THRU 1-C6)-$ SUBTOTAL PART E - Signalization Improvements (1-E1 THRU 1-E52)-$ SUBTOTAL PART D - Gas Line Improvements (By Contractor) (1-D1 THRU 1-D5)-$ SUBTOTAL PART I - Wastewater (Sanitary Sewer) Improvements (1-I1 THRU 1-I28)-$ Bid Form Exhibit A - Part 1 Concrete Navigation Blvd. - Up River Road to Leopard St. (Bond 2012), E12090 (Rebid) 00 30 01 Page 7 of 7 00 30 01 BID FORM EXHIBIT A Project Name: Project Number: Owner: Bidder: OAR: Designer: Item UNIT ESTIMATED QUANTITY UNIT PRICE EXTENDED AMOUNT 2-A1 LS 1 - $ -$ 2-A2 AC 9.31 - $ -$ 2-A3 DAY 2 - $ -$ 2-A4 SY 50 - $ -$ 2-A5 LF 160 - $ -$ 2-A6 EA 2 - $ -$ 2-A7 SY 7,213 - $ -$ 2-A8 SY 768 - $ -$ 2-A9 LF 50 - $ -$ 2-A10 LF 2,964 - $ -$ 2-A11 EA 8 - $ -$ 2-A12 LS 1 - $ -$ 2-A13 EA 2 - $ -$ -$ 2-B1 SY 30,395 - $ -$ 2-B2 SY 30,395 - $ -$ 2-B3 SY 30,395 - $ -$ 2-B4 SY 30,395 - $ -$ 2-B5 GAL 4,560 - $ -$ 2-B6 SY 27,511 - $ -$ 2-B7 SY 12,668 - $ -$ 2-B8 SY 14,842 - $ -$ 2-B9 SY 12,668 - $ -$ 2-B10 SY 14,842 - $ -$ 2-B11 SY 25 - $ -$ 2-B12 SF 25,308 - $ -$ 2-B13 SF 500 - $ -$ 2-B14 EA 27 - $ -$ 6" Concrete Pavement (Class A) 6" Concrete Driveway Unanticipated Concrete Driveway Removal Prefab. Pavement Marking Type C (W) (ARROW) Prime Coat (0.15 Gal/SY) One-Course Surface Treatment Underseal 4" Hot Mix Asphalt Concrete Pavement Type B Base Course 5" Hot Mix Asphalt Concrete Pavement Type B Base Course 2" Hot Mix Asphalt Concrete Pavement Type D Surface Course 3" Hot Mix Asphalt Concrete Pavement Type D Surface Course SUBTOTAL PART A - GENERAL (Items 2-A1 thru 2-A13) Part B - Flexible (HMAC) Paving, Marking & Signage Improvements (per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) Street Excavation 12" Compacted Subgrade Tensar BX-1100 Biaxial Geogrid 11" Crushed Limestone Flexible Base (Type A, Grade 1) Seeding for Erosion Control Silt Fence for Storm Water Pollution Prevention 12" Erosion Control Log Construction Exit Temporary Traffic Controls During Construction Mail Box Relocation Clear Right-of-Way Ozone Advisory Day Temporary Detour Pavement Fence Relocation Survey Monument Block Sodding LNV,INC. Basis of Bid DESCRIPTION Base Bid (Part 2)-Hot-Mix Asphaltic Concrete Pavement Part A - GENERAL (per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) Mobilization/ Bonds/ Insurance (Maximum of 5% of Total Contract Price) 00 30 01 BID FORM EXHIBIT A NAVIGATION BOULEVARD UP RIVER ROAD TO LEOPARD ST. (BOND 2012) (REBID) E12090 City of Corpus Christi Bid Form Exhibit A - Part 2-HMAC Navigation Blvd. - Up River Road to Leopard St. (Bond 2012), E12090 (Rebid) 00 30 01 Page 1 of 7 00 30 01 BID FORM EXHIBIT A Item UNIT ESTIMATED QUANTITY UNIT PRICE EXTENDED AMOUNTDESCRIPTION 2-B15 EA 6 - $ -$ 2-B16 LF 1,871 - $ -$ 2-B17 LF 1,592 - $ -$ 2-B18 LF 340 - $ -$ 2-B19 LF 7,499 - $ -$ 2-B20 LF 652 - $ -$ 2-B21 LF 285 - $ -$ 2-B22 LF 78 - $ -$ 2-B23 EA 127 - $ -$ 2-B24 EA 215 - $ -$ 2-B25 EA 1 - $ -$ 2-B26 EA 5 - $ -$ 2-B27 EA 10 - $ -$ 2-B28 EA 21 - $ -$ 2-B29 SY 70 - $ -$ 2-B30 SY 25 - $ -$ 2-B31 SY 25 - $ -$ 2-B32 LS 1 75,000.00$ 75,000.00$ 2-B33 SY 50 - $ -$ 2-B34 LF 80 - $ -$ -$ 2-C1 SF 33,214 - $ -$ 2-C2 LF 636 - $ -$ 2-C3 SF 1,388 - $ -$ 2-C4 SF 100 - $ -$ 2-C5 LF 1,210 - $ -$ 2-C6 LF 224 - $ -$ -$ 2-D1 EA 4 - $ -$ 2-D2 LF 7,200 - $ -$ 2-D3 LF 7,231 - $ -$ 2-D4 LF 250 - $ -$ 2-D5 LF 240 - $ -$ -$ 2-E1 LF 65 - $ -$ 2-E2 LF 66 - $ -$ 2-E3 LF 563 - $ -$ 2-E4 LF 499 - $ -$ 2-E5 LF 186 - $ -$ 2-E6 LF 767 - $ -$ CONDT (RM) (4") (BORE) CONDT (RM) (2") (BORE) CONDT (RM) (4") Adjust Existing Gas Valve Box to Finish Grade Final Backfill & Compaction for Gas Line Trench Remove Abandoned Gas Line, Backfill & Compact 6" Steel Split Casing for Existing 2" Dia. Gas Line 8" Steel Split Casing for Existing 4" Dia. Gas Line Unanticipated Concrete Sidewalk Removal Prefab. Pavement Marking Type C for Crosswalks (W) (12") Prefab. Pavement Marking Type C for Crosswalks (W) (24") SUBTOTAL PART C - ADA Pedestrian Improvements (2-C1 THRU 2-C6) Part D - Gas Line Improvements (By Contractor) (per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) SUBTOTAL PART D - Gas Line Improvements (By Contractor) (2-D1 THRU 2-D5) Part E - Signalization Improvements (per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) DRILL SHAFT (TRF SIG POLE) (36 IN) DRILL SHAFT (TRF SIG POLE) (48 IN) CONDT (RM) (2") Prefab. Pavement Marking Type C (Yield Marking) SUBTOTAL PART B - Flexible (HMAC) Paving, Marking & Signage Improvements (Items 2-B1 thru 2-B34) Part C - ADA Pedestrian Improvements (per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) 4" Concrete Sidewalk Concrete Sidewalk Retaining Curb (24" Maximum Height) Concrete Curb Ramp TY I-C Raised Pavement Marker (Reflectorized) TY II-A-A Raised Pavement Marker (Reflectorized) Street Sign Assembly w/ 9" Blades (Green) Street Sign Assembly w/ 9" Blades (Green) and STOP Sign NO PARKING Sign Other Regulatory Sign Asphalt Pavement Repair (Type 1) Asphalt Pavement Repair (Type 2) 6" Concrete Pavement Repair (Class P) Allowance for Unanticipated-Street Related Temporary Detour Pavement Refl. Pavement Marking Type I (Y) (4") (Broken) Refl. Pavement Marking Type I (W) (4") (Solid) Refl. Pavement Marking Type I (Y) (4") (Solid) Refl. Pavement Marking Type I (W) (8") (Solid) Refl. Pavement Marking Type I (W) (24") (Solid) Refl. Pavement Marking Type I (Y) (24") (Solid) (Gore) Prefab. Pavement Marking Type C (W) ("ONLY") Refl. Pavement Marking Type I (W) (4") (Broken) Bid Form Exhibit A - Part 2-HMAC Navigation Blvd. - Up River Road to Leopard St. (Bond 2012), E12090 (Rebid) 00 30 01 Page 2 of 7 00 30 01 BID FORM EXHIBIT A Item UNIT ESTIMATED QUANTITY UNIT PRICE EXTENDED AMOUNTDESCRIPTION 2-E7 LF 123 - $ -$ 2-E8 LF 246 - $ -$ 2-E9 LF 1,586 - $ -$ 2-E10 LF 2,070 - $ -$ 2-E11 EA 7 - $ -$ 2-E12 EA 12 - $ -$ 2-E13 EA 12 - $ -$ 2-E14 EA 2 - $ -$ 2-E15 EA 2 - $ -$ 2-E16 EA 2 - $ -$ 2-E17 EA 2 - $ -$ 2-E18 EA 6 - $ -$ 2-E19 EA 8 - $ -$ 2-E20 EA 8 - $ -$ 2-E21 EA 7 - $ -$ 2-E22 LF 84 - $ -$ 2-E23 EA 16 - $ -$ 2-E24 EA 4 - $ -$ 2-E25 EA 4 - $ -$ 2-E26 EA 16 - $ -$ 2-E27 EA 8 - $ -$ 2-E28 EA 16 - $ -$ 2-E29 EA 4 - $ -$ 2-E30 EA 16 - $ -$ 2-E31 EA 16 - $ -$ 2-E32 LF 3,831 - $ -$ 2-E33 LF 4,451 - $ -$ 2-E34 LF 277 - $ -$ 2-E35 LF 1,077 - $ -$ 2-E36 EA 1 - $ -$ 2-E37 EA 1 - $ -$ 2-E38 EA 2 - $ -$ 2-E39 EA 1 - $ -$ 2-E40 EA 1 - $ -$ 2-E41 EA 1 - $ -$ 2-E42 EA 1 - $ -$ 2-E43 EA 14 - $ -$ 2-E44 EA 3 - $ -$ 2-E45 EA 8 - $ -$ 2-E46 LF 1,304 - $ -$ 2-E47 EA 16 - $ -$ 2-E48 LF 256 - $ -$ 2-E49 EA 2 - $ -$ 2-E50 EA 1 - $ -$ 2-E51 LS 3 - $ -$ 2-E52 LS 1 - $ -$ -$ INS TRF SIG PL AM(S) 1 ARM (24') LUM INS TRF SIG PL AM(S) 1 ARM (50') INS TRF SIG PL AM(S) 1 ARM (50') LUM INS TRF SIG PL AM(S) 1 ARM (65') LUM PED POLE ASSEMBLY REMOVING TRAFFIC SIGNALS BARRICADES MOBILIZATION SUBTOTAL PART E - Signalization Improvements (2-E1 THRU 2-E52) VEH SIG SEC (12 IN) LED (RED) TEMPORARY TRAFFIC SIGNALS ACCESSIBLE PEDESTRIAN SIGNAL UNITS ETHERNET CAT 5 CABLE (COHU CA200 SERIES) CAMERA PTZ (COHU 3960 SERIES INS TRF SIG PL AM(S) 1 ARM (28') LUM INS TRF SIG PL AM(S) 1 ARM (32') LUM RADAR PRESENCE DETECTION DEVICE (RPDD) RADAR COMM CABLE TRF SIG CBL (TY A) (14 AWG) ( 5 CONDR) INS TRF SIG PL AM(S) 1 ARM (28') PED SIG SEC (16 IN) LED (COUNTDOWN) TRF SIG CBL (TY A) (12 AWG) ( 2 CONDR) TRF SIG CBL (TY A) (14 AWG) ( 7 CONDR) TRF SIG CBL (TY A) (14 AWG) (16 CONDR) VEH SIG SEC (12 IN) LED (GRN) VEH SIG SEC (12 IN) LED (YEL ARW) VEH SIG SEC (12 IN) LED (YEL) VEH SIG SEC (12 IN) LED (RED ARW) (.25KW EQ) LED LUMINAIRE ALUMINUM SIGNS (TRAFFIC SIGNAL) EXTRUDED ALUMINUM SIGNS (TRAFFIC SIGNAL) WIND DAMPING PLATE DRILL SHAFT (TRF SIG POLE)(24 IN) BACK PLATE (12 IN) (3 SEC) BACK PLATE (12 IN) (4 SEC) VEH SIG SEC (12 IN) LED (GRN ARW) GROUND BOX TY C (162911) W/APRON REMOVE EXISTING GROUND BOXES ELC SRV TY D 120/240 070 (NS)AL(E)TS(O) INSTALL HWY TRF SIG (ISOLATED) TRAFFIC SIGNAL CONTROLLER ASSY (TS-2)ECONOLITE CONTROLLER FOUNDATION & EXTENSION ELEC CONDR (NO. 6) BARE ELEC CONDR (NO. 6) INSULATED ELEC CONDR (NO. 8) BARE ELEC CONDR (NO. 8) INSULATED GROUND BOX TY A (122311) W/APRON Bid Form Exhibit A - Part 2-HMAC Navigation Blvd. - Up River Road to Leopard St. (Bond 2012), E12090 (Rebid) 00 30 01 Page 3 of 7 00 30 01 BID FORM EXHIBIT A Item UNIT ESTIMATED QUANTITY UNIT PRICE EXTENDED AMOUNTDESCRIPTION 2-F1 LF 3,830 - $ -$ 2-F2 EA 4 - $ -$ 2-F3 EA 7 - $ -$ -$ 2-G1 LF 56 - $ -$ 2-G2 LF 1,137 - $ -$ 2-G3 LF 382 - $ -$ 2-G4 LF 12 - $ -$ 2-G5 LF 55 - $ -$ 2-G6 EA 1 - $ -$ 2-G7 EA 2 - $ -$ 2-G8 EA 5 - $ -$ 2-G9 EA 3 - $ -$ 2-G10 EA 2 - $ -$ 2-G11 EA 3 - $ -$ 2-G12 EA 4 - $ -$ 2-G13 EA 2 - $ -$ 2-G14 EA 25 - $ -$ 2-G15 EA 13 - $ -$ 2-G16 EA 1 - $ -$ 2-G17 EA 8 - $ -$ 2-G18 EA 1 - $ -$ 2-G19 EA 10 - $ -$ 2-G20 LF 5,648 - $ -$ 2-G21 LF 100 - $ -$ 2-G22 SF 97 - $ -$ 2-G23 LF 1,642 - $ -$ 2-G24 EA 35 - $ -$ 2-G25 EA 19 - $ -$ 2-G26 LS 1 50,000.00$ 50,000.00$ 2-G27 EA 8 - $ -$ 2-G28 EA 5 - $ -$ 2-G29 EA 1 - $ -$ 2-G30 EA 4 - $ -$ 2-G31 EA 1 - $ -$ -$ 4' SQ. Concrete Storm Water Junction Box SUBTOTAL PART G - Storm Water (Drainage) Improvements (2-G1 THRU 2-G31) Allowance for Unanticipated Storm Water Improvements 4' Dia. Conc. Storm Water Manhole (Type A) on Existing RCP 7' Dia. Conc. Storm Water Manhole (Type A) on Existing RCP 5' Special Storm Water Curb Inlet Concrete Manhole Riser on Existing Box Culvert 6" Concrete Curb & Gutter Unanticipated Curb & Gutter Removal 5" Concrete Riprap Trench Safety for Storm Water Conduits Trench Safety for Storm Water Inlet Trench Safety for Storm Water Manhole or Junction Box 5' Standard Curb Inlet 5' Inlet Extension Grate Inlet Post Inlet 4' Dia. Concrete Storm Water Manhole (Type A) Adjust Existing Storm Water Manhole to Finish Grade Tie-in Existing 18" Dia. RCP Tie-in Existing 24" Dia. RCP Tie-in Existing 30" Dia. RCP 15" Dia. Concrete Plug 18" Dia. Concrete Plug Sidewalk Drain 15" Dia. RCP (Class III) 18" Dia. RCP (Class III) 24" Dia. RCP (Class III) 30" Dia. RCP (Class III) Tie-in Existing 6" Dia. PVC Tie-in Existing 15" Dia. RCP 27" Dia. RCP (Class III) Part F - Street Lighting Conduit (By Contractor) (per SECTION 01 23 10 ALTERNATES AND ALLOWANCES) 3" Dia. PVC (Sch. 40) Elec. Conduit for Street Lights 3" Dia. PVC Cap 11" x 18" x 18" Ground Box for Street Lighting Conduit SUBTOTAL PART F - Street Lighting Conduit (By Contractor) (2-F1 THRU 2-F3) Part G - Storm Water (Drainage) Improvements (per SECTION 01 23 10 ALTERNATES AND ALLOWANCES) Bid Form Exhibit A - Part 2-HMAC Navigation Blvd. - Up River Road to Leopard St. (Bond 2012), E12090 (Rebid) 00 30 01 Page 4 of 7 00 30 01 BID FORM EXHIBIT A Item UNIT ESTIMATED QUANTITY UNIT PRICE EXTENDED AMOUNTDESCRIPTION 2-H1 EA 3 - $ -$ 2-H2 EA 3 - $ -$ 2-H3 EA 11 - $ -$ 2-H4 EA 2 - $ -$ 2-H5 LF 6,698 - $ -$ 2-H6 LF 4,864 - $ -$ 2-H7 LF 197 - $ -$ 2-H8 LF 40 - $ -$ 2-H9 EA 1 - $ -$ 2-H10 EA 1 - $ -$ 2-H11 EA 4 - $ -$ 2-H12 EA 2 - $ -$ 2-H13 EA 1 - $ -$ 2-H14 EA 8 - $ -$ 2-H15 EA 50 - $ -$ 2-H16 EA 4 - $ -$ 2-H17 EA 1 - $ -$ 2-H18 EA 10 - $ -$ 2-H19 EA 1 - $ -$ 2-H20 EA 37 - $ -$ 2-H21 EA 16 - $ -$ 2-H22 EA 1 - $ -$ 2-H23 EA 15 - $ -$ 2-H24 EA 4 - $ -$ 2-H25 LS 1 - $ -$ 2-H26 LF 11,799 - $ -$ 2-H27 LS 1 50,000.00$ 50,000.00$ 2-H28 EA 1 - $ -$ -$ 2-I1 EA 4 - $ -$ 2-I2 EA 5 - $ -$ 2-I3 EA 7 - $ -$ 2-I4 LF 1,136 - $ -$ 2-I5 LF 300 - $ -$ 2-I6 LS 1 - $ -$ 2-I7 LF 95 - $ -$ 2-I8 LF 10 - $ -$ Remove Existing Wastewater Line (6'-12' Depth) Remove Existing Wastewater Line (12'-18' Depth) Bypass Pumping of Raw Sewerage 6" Dia. PVC (SDR 26) Wastewater Gravity Line (0'-6' Depth) 6" Dia. PVC (SDR 26) Wastewater Gravity Line (6'-8' Depth) Water Meter Vault SUBTOTAL PART H - Water Distribution Improvements (2-H1 THRU 2-H28) Part I - Wastewater (Sanitary Sewer) Improvements (per SECTION 01 23 10 ALTERNATES AND ALLOWANCES) 4" Dia. Tie-in/ Connection (Gravity) 6" Dia. Tie-in/ Connection (Gravity) 8" Dia. Tie-in/ Connection (Gravity) Remove and Replace Existing 1" Dia. Water Service Remove and Replace Existing 2" Dia. Water Service Relocate Existing Water Meter Adjust Existing Water Valve Boxes and Meter Boxes to Finish Grade Trench Safety for Waterlines Allowance for Unanticipated Water Improvements 12" Dia. 45° D.I. Bend 8" x 6" D.I. Tee 8" x 8" D.I. Tee 6" Gate Valve with Box and Cover 8" Gate Valve with Box and Cover Fire Hydrant Assembly (Type 1) 8" x 4" D.I. Reducer 8" x 6" D.I. Reducer 12" x 8" D.I. Reducer 24" x 8" D.I. Reducer 8" Dia. 11.25° D.I. Bend 8" Dia. 45° D.I. Bend 12" Dia. Tie-in/ Connection Remove OR Grout & Abandon In-Place, Existing 4" - 12" Dia. Asbestos-Cement Waterline 8" Dia. C900 PVC Waterline (DR 18) 12" Dia. C900 PVC Waterline (DR 18) 8" Dia. Ductile Iron Waterline (Pressure Class 350 psi) 6" x 2" D.I. Reducer Part H - Water Distribution Improvements (per SECTION 01 23 10 ALTERNATES AND ALLOWANCES) 4" Dia. Tie-in/ Connection 6" Dia. Tie-in/ Connection 8" Dia. Tie-in/ Connection Bid Form Exhibit A - Part 2-HMAC Navigation Blvd. - Up River Road to Leopard St. (Bond 2012), E12090 (Rebid) 00 30 01 Page 5 of 7 00 30 01 BID FORM EXHIBIT A Item UNIT ESTIMATED QUANTITY UNIT PRICE EXTENDED AMOUNTDESCRIPTION 2-I9 LF 162 - $ -$ 2-I10 LF 248 - $ -$ 2-I11 LF 920 - $ -$ 2-I12 LF 40 - $ -$ 2-I13 LF 120 - $ -$ 2-I14 EA 14 - $ -$ 2-I15 VF 38 - $ -$ 2-I16 EA 1 - $ -$ 2-I17 EA 1 - $ -$ 2-I18 EA 3 - $ -$ 2-I19 EA 2 - $ -$ 2-I20 LF 3,864 - $ -$ 2-I21 EA 17 - $ -$ 2-I22 LS 1 50,000.00$ 50,000.00$ 2-I23 LF 1,362 - $ -$ 2-I24 LF 65 - $ -$ 2-I25 LF 768 - $ -$ 2-I26 EA 1 - $ -$ 2-I27 EA 1 - $ -$ 2-I28 EA 3 - $ -$ -$ Contractor Option: Rehabilitate Existing 4' Dia. Sanitary M.H. (8' Depth) OR 4' Dia. Fiberglass Manhole Remove & Replace SUBTOTAL PART I - Wastewater (Sanitary Sewer) Improvements (2-I1 THRU 2-I28) Allowance for Unanticipated Wastewater Improvements 8" Dia. Pipebursting (VCP to HDPE) Contractor Option: 6" Dia. Pipebursting (VCP to HDPE) OR 8" Dia. PVC (SDR 26) WW Gravity Line Remove & Replace Contractor Option: 8" Dia. Pipebursting (VCP to HDPE) OR 8" Dia. PVC (SDR 26) WW Gravity Line Remove & Replace Rehabilitate Existing 4' Dia. Sanitary Manhole (8' Depth) Rehabilitate Existing 5' Dia. Sanitary Manhole (18' Depth) Replace Existing Wastewater Service w/ New Service Connection Adjust Existing Wastewater Manhole to Finish Grade Trench Safety for Wastewater Lines Trench Safety for Wastewater Manhole 8" Dia. PVC (SDR 26) Wastewater Gravity Line (6'-8' Depth) 8" Dia. PVC (SDR 26) Wastewater Gravity Line (8'-10' Depth) 8" Dia. PVC (SDR 26) Wastewater Gravity Line (10'-14' Depth) 8" Dia. PVC Wastewater Pressure Pipe (150psi) for Waterline Crossing (6'-8' Depth) 4' Dia. Fiberglass Manhole (< 6' Depth) Extra Depth for 4' Dia. Manhole (Over 6' Depth) 6" Dia. Drop Connection 8" Dia. Drop Connection 8" Dia. PVC (SDR 26) Wastewater Gravity Line (0'-6' Depth) Bid Form Exhibit A - Part 2-HMAC Navigation Blvd. - Up River Road to Leopard St. (Bond 2012), E12090 (Rebid) 00 30 01 Page 6 of 7 00 30 01 BID FORM EXHIBIT A Item UNIT ESTIMATED QUANTITY UNIT PRICE EXTENDED AMOUNTDESCRIPTION Contract Times 440 days 470 days BID SUMMARY SUBTOTAL PART A - GENERAL (Items 2-A1 thru 2-A13)-$ SUBTOTAL PART B - Flexible (HMAC) Paving, Marking & Signage Improvements (Items 2-B1 thru 2-B34) -$ Bidder agrees to reach Substantial Completion in Bidder agrees to reach Final Completion in SUBTOTAL PART F - Street Lighting Conduit (By Contractor) (2-F1 THRU 2-F3)-$ SUBTOTAL PART G - Storm Water (Drainage) Improvements (2-G1 THRU 2-G31)-$ SUBTOTAL PART H - Water Distribution Improvements (2-H1 THRU 2-H28)-$ SUBTOTAL PART C - ADA Pedestrian Improvements (2-C1 THRU 2-C6)-$ SUBTOTAL PART D - Gas Line Improvements (By Contractor) (2-D1 THRU 2-D5)-$ SUBTOTAL PART E - Signalization Improvements (2-E1 THRU 2-E52)-$ SUBTOTAL PART I - Wastewater (Sanitary Sewer) Improvements (2-I1 THRU 2-I28)-$ TOTAL PROJECT BASE BID (PART 2) HOT-MIX ASPHALTIC CONCRETE PAVEMENT (PARTS A THRU I)-$ Bid Form Exhibit A - Part 2-HMAC Navigation Blvd. - Up River Road to Leopard St. (Bond 2012), E12090 (Rebid) 00 30 01 Page 7 of 7 General Conditions 00 72 00 ‐ 1  Corpus Christi Standards ‐ Regular Projects 11‐25‐2013  00 72 00 GENERAL CONDITIONS  Table of Contents  Page  Article 1 – Definitions and Terminology ....................................................................................................... 5  1.01 Defined Terms ............................................................................................................................... 5  1.02 Terminology ................................................................................................................................ 10  Article 2 – Preliminary Matters ................................................................................................................... 11  2.01 Delivery of Bonds and Evidence of Insurance ............................................................................. 11  2.02 Copies of Documents .................................................................................................................. 12  2.03 Before Starting Construction ...................................................................................................... 12  2.04 Preconstruction Conference; Designation of Authorized Representatives ................................ 12  Article 3 – Contract Documents:  Intent, Requirements, Reuse ................................................................. 12  3.01 Intent ........................................................................................................................................... 12  3.02 Reference Standards ................................................................................................................... 14  3.03 Reporting and Resolving Discrepancies ...................................................................................... 14  3.04 Interpretation of the Contract Documents ................................................................................. 15  3.05 Reuse of Documents ................................................................................................................... 15  Article 4 – Commencement and Progress of the Work .............................................................................. 15  4.01 Commencement of Contract Times; Notice to Proceed ............................................................. 15  4.02 Starting the Work ........................................................................................................................ 15  4.03 Progress Schedule ....................................................................................................................... 16  4.04 Delays in Contractor’s Progress .................................................................................................. 16  Article 5 – Availability of Lands; Subsurface and Physical Conditions; Hazardous Environmental  Conditions ................................................................................................................................................... 17  5.01 Availability of Lands .................................................................................................................... 17  5.02 Use of Site and Other Areas ........................................................................................................ 17  5.03 Subsurface and Physical Conditions ............................................................................................ 18  5.04 Differing Subsurface or Physical Conditions ............................................................................... 18  5.05 Underground Facilities ................................................................................................................ 20  5.06 Hazardous Environmental Conditions at Site ............................................................................. 21  Article 6 – Bonds and Insurance ................................................................................................................. 23  6.01 Performance, Payment, and Other Bonds .................................................................................. 23  6.02 Licensed Sureties......................................................................................................................... 23  General Conditions 00 72 00 ‐ 2  Corpus Christi Standards ‐ Regular Projects 11‐25‐2013  6.03 Insurance ..................................................................................................................................... 24  Article 7 – Contractor’s Responsibilities ..................................................................................................... 24  7.01 Supervision and Superintendence .............................................................................................. 24  7.02 Labor; Working Hours ................................................................................................................. 24  7.03 Services, Materials, and Equipment ........................................................................................... 25  7.04 Concerning Subcontractors, Suppliers, and Others .................................................................... 25  7.05 Patent Fees and Royalties ........................................................................................................... 26  7.06 Permits ........................................................................................................................................ 27  7.07 Taxes ........................................................................................................................................... 27  7.08 Laws and Regulations .................................................................................................................. 27  7.09 Safety and Protection.................................................................................................................. 28  7.10 Safety Representative ................................................................................................................. 29  7.11 Hazard Communication Programs .............................................................................................. 29  7.12 Emergencies ................................................................................................................................ 29  7.13 Contractor’s General Warranty and Guarantee ......................................................................... 29  7.14 Indemnification ........................................................................................................................... 30  7.15 Delegation of Professional Design Services ................................................................................ 31  Article 8 – Other Work at the Site ............................................................................................................... 32  8.01 Other Work ................................................................................................................................. 32  8.02 Coordination ............................................................................................................................... 33  8.03 Legal Relationships ...................................................................................................................... 33  Article 9 – Owner’s and OPT’s Responsibilities ........................................................................................... 34  9.01 Communications to Contractor .................................................................................................. 34  9.02 Replacement of Owner’s Project Team Members ...................................................................... 34  9.03 Furnish Data ................................................................................................................................ 34  9.04 Pay When Due ............................................................................................................................. 34  9.05 Lands and Easements; Reports and Tests ................................................................................... 34  9.06 Insurance ..................................................................................................................................... 34  9.07 Modifications .............................................................................................................................. 34  9.08 Inspections, Tests, and Approvals ............................................................................................... 34  9.09 Limitations on OPT’s Responsibilities ......................................................................................... 34  9.10 Undisclosed Hazardous Environmental Condition ...................................................................... 34  9.11 Compliance with Safety Program ................................................................................................ 35  General Conditions 00 72 00 ‐ 3  Corpus Christi Standards ‐ Regular Projects 11‐25‐2013  Article 10 – OAR’s and Designer’s Status During Construction .................................................................. 35  10.01 Owner’s Representative .......................................................................................................... 35  10.02 Visits to Site ............................................................................................................................. 35  10.03 Resident Project Representatives ........................................................................................... 35  10.04 Rejecting Defective Work ....................................................................................................... 35  10.05 Shop Drawings, Modifications and Payments ........................................................................ 35  10.06 Decisions on Requirements of Contract Documents and Acceptability of Work ................... 36  10.07 Limitations on OAR’s and Designer’s Authority and Responsibilities ..................................... 36  Article 11 – Amending the Contract Documents; Changes in the Work .................................................... 36  11.01 Amending and Supplementing the Contract Documents ....................................................... 36  11.02 Owner‐Authorized Changes in the Work ................................................................................ 37  11.03 Unauthorized Changes in the Work ........................................................................................ 37  11.04 Change of Contract Price ........................................................................................................ 38  11.05 Change of Contract Times ....................................................................................................... 39  11.06 Change Proposals .................................................................................................................... 39  11.07 Execution of Change Orders ................................................................................................... 39  11.08 Notice to Surety ...................................................................................................................... 40  Article 12 – Claims ....................................................................................................................................... 40  12.01 Claims ...................................................................................................................................... 40  Article 13 – Cost of the Work; Allowances; Unit Price Work ...................................................................... 42  13.01 Cost of the Work ..................................................................................................................... 42  13.02 Allowances .............................................................................................................................. 44  13.03 Unit Price Work ....................................................................................................................... 45  13.04 Contingencies .......................................................................................................................... 45  Article 14 – Tests and Inspections; Correction, Removal, or Acceptance of Defective Work .................... 46  14.01 Access to Work ........................................................................................................................ 46  14.02 Tests, Inspections, and Approvals ........................................................................................... 46  14.03 Defective Work ....................................................................................................................... 47  14.04 Acceptance of Defective Work................................................................................................ 47  14.05 Uncovering Work .................................................................................................................... 48  14.06 Owner May Stop the Work ..................................................................................................... 48  14.07 Owner May Correct Defective Work ....................................................................................... 48  Article 15 – Payments to Contractor; Set‐Offs; Completion; Correction Period ........................................ 49  General Conditions 00 72 00 ‐ 4  Corpus Christi Standards ‐ Regular Projects 11‐25‐2013  15.01 Progress Payments .................................................................................................................. 49  15.02 Contractor’s Warranty of Title ................................................................................................ 51  15.03 Substantial Completion ........................................................................................................... 51  15.04 Partial Utilization ..................................................................................................................... 51  15.05 Final Inspection ....................................................................................................................... 52  15.06 Final Payment .......................................................................................................................... 52  15.07 Waiver of Claims ..................................................................................................................... 52  15.08 Correction Period .................................................................................................................... 53  Article 16 – Suspension of Work and Termination ..................................................................................... 53  16.01 Owner May Suspend Work ..................................................................................................... 53  16.02 Owner May Terminate for Cause ............................................................................................ 54  16.03 Owner May Terminate For Convenience ................................................................................ 55  16.04 Contractor May Stop Work or Terminate ............................................................................... 55  Article 17 – Final Resolution of Disputes .................................................................................................... 56  17.01 Methods and Procedures ........................................................................................................ 56  Article 18 – Miscellaneous .......................................................................................................................... 56  18.01 Computation of Times ............................................................................................................ 56  18.02 Independent Contractor ......................................................................................................... 56  18.03 Cumulative Remedies ............................................................................................................. 56  18.04 Limitation of Damages ............................................................................................................ 57  18.05 No Waiver ............................................................................................................................... 57  18.06 Severability .............................................................................................................................. 57  18.07 Survival of Obligations ............................................................................................................ 57  18.08 No Third Party Beneficiaries ................................................................................................... 57  18.09 Assignment of Contract .......................................................................................................... 57  18.10 No Waiver of Sovereign Immunity .......................................................................................... 57  18.11 Controlling Law ....................................................................................................................... 57  18.12 Conditions Precedent to Right to Sue ..................................................................................... 57  18.13 Waiver of Trial by Jury ............................................................................................................ 58  18.14 Compliance with Laws ............................................................................................................ 58  18.15 Enforcement ........................................................................................................................... 58  18.16 Subject to Appropriation ......................................................................................................... 58  18.17 Contractor’s Guarantee as Additional Remedy ...................................................................... 58  General Conditions 00 72 00 ‐ 5  Corpus Christi Standards ‐ Regular Projects 11‐25‐2013  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 11‐25‐2013  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 11‐25‐2013  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 11‐25‐2013  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 11‐25‐2013  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 11‐25‐2013  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 11‐25‐2013  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 11‐25‐2013  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 11‐25‐2013  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 11‐25‐2013  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 11‐25‐2013  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 11‐25‐2013  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 11‐25‐2013  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 11‐25‐2013  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 11‐25‐2013  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 11‐25‐2013  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 11‐25‐2013  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 11‐25‐2013  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 11‐25‐2013  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 11‐25‐2013  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 11‐25‐2013  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 11‐25‐2013  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 11‐25‐2013  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 11‐25‐2013  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 11‐25‐2013  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 11‐25‐2013  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.  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  General Conditions 00 72 00 ‐ 31  Corpus Christi Standards ‐ Regular Projects 11‐25‐2013  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.  B. The Contract Documents specify performance and design criteria related to systems,  materials, or equipment if professional design services or certifications by a design  General Conditions 00 72 00 ‐ 32  Corpus Christi Standards ‐ Regular Projects 11‐25‐2013  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  failure to notify the OAR constitutes an acceptance of this other work as acceptable for  General Conditions 00 72 00 ‐ 33  Corpus Christi Standards ‐ Regular Projects 11‐25‐2013  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.  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.  General Conditions 00 72 00 ‐ 34  Corpus Christi Standards ‐ Regular Projects 11‐25‐2013  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.  9.10 Undisclosed Hazardous Environmental Condition  A. OPT’s responsibility for undisclosed Hazardous Environmental Conditions is described in  Paragraph 5.06.  General Conditions 00 72 00 ‐ 35  Corpus Christi Standards ‐ Regular Projects 11‐25‐2013  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.  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.  General Conditions 00 72 00 ‐ 36  Corpus Christi Standards ‐ Regular Projects 11‐25‐2013  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.  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  General Conditions 00 72 00 ‐ 37  Corpus Christi Standards ‐ Regular Projects 11‐25‐2013  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.  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.  General Conditions 00 72 00 ‐ 38  Corpus Christi Standards ‐ Regular Projects 11‐25‐2013  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  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.  General Conditions 00 72 00 ‐ 39  Corpus Christi Standards ‐ Regular Projects 11‐25‐2013  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;  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,  General Conditions 00 72 00 ‐ 40  Corpus Christi Standards ‐ Regular Projects 11‐25‐2013  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.  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;  General Conditions 00 72 00 ‐ 41  Corpus Christi Standards ‐ Regular Projects 11‐25‐2013  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.  B. Notify the OAR no later than 7 days after the start of the event giving rise to the Claim or, in  the case of appeals regarding Change Proposals, within 7 days of the decision under appeal.   The responsibility to substantiate a Claim rests with the entity making the Claim.  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.  C. 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.  D. 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.  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.  E. 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.  F. 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.  G. 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.  General Conditions 00 72 00 ‐ 42  Corpus Christi Standards ‐ Regular Projects 11‐25‐2013  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,  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  General Conditions 00 72 00 ‐ 43  Corpus Christi Standards ‐ Regular Projects 11‐25‐2013  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;  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  General Conditions 00 72 00 ‐ 44  Corpus Christi Standards ‐ Regular Projects 11‐25‐2013  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  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.  General Conditions 00 72 00 ‐ 45  Corpus Christi Standards ‐ Regular Projects 11‐25‐2013  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   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.  General Conditions 00 72 00 ‐ 46  Corpus Christi Standards ‐ Regular Projects 11‐25‐2013  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  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;   General Conditions 00 72 00 ‐ 47  Corpus Christi Standards ‐ Regular Projects 11‐25‐2013  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.  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.  General Conditions 00 72 00 ‐ 48  Corpus Christi Standards ‐ Regular Projects 11‐25‐2013  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  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;  General Conditions 00 72 00 ‐ 49  Corpus Christi Standards ‐ Regular Projects 11‐25‐2013  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.  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;  General Conditions 00 72 00 ‐ 50  Corpus Christi Standards ‐ Regular Projects 11‐25‐2013  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;  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.  General Conditions 00 72 00 ‐ 51  Corpus Christi Standards ‐ Regular Projects 11‐25‐2013  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.  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  General Conditions 00 72 00 ‐ 52  Corpus Christi Standards ‐ Regular Projects 11‐25‐2013  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.  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.  General Conditions 00 72 00 ‐ 53  Corpus Christi Standards ‐ Regular Projects 11‐25‐2013  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.  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.  General Conditions 00 72 00 ‐ 54  Corpus Christi Standards ‐ Regular Projects 11‐25‐2013  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.  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  General Conditions 00 72 00 ‐ 55  Corpus Christi Standards ‐ Regular Projects 11‐25‐2013  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.  16.04 Contractor May Stop Work or Terminate  A. Contractor may terminate the Contract and issue a Change Proposal requesting payment  from Owner on the same terms as provided in Paragraph 16.03 after 10 days’ notice to OAR  provided that, through no act or fault of Contractor:  1. The Work is suspended for more than 90 consecutive days by Owner;  2. OAR fails to act on an Application for Payment within 30 days after it is submitted; or  3. Owner fails to pay Contractor sums determined to be due, other than the final  payment, within 30 days after payment is recommended by OAR; and   4. OPT does not remedy this suspension or failure within 10 days after receipt of the  notice.  B. Contractor may stop Work, without prejudice to other rights or remedies in lieu of  terminating the Contract if OAR has failed to act on an Application for Payment within 30  days after it is submitted, or Owner has failed to pay Contractor within 30 days after  payment is recommended by OAR.  The provisions of this paragraph are not intended to  preclude Contractor from submitting a Change Proposal for an adjustment in Contract Price  or Contract Times for damage directly attributable to Contractor’s stopping the Work as  permitted by this paragraph.  General Conditions 00 72 00 ‐ 56  Corpus Christi Standards ‐ Regular Projects 11‐25‐2013  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 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.  18.03 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.  General Conditions 00 72 00 ‐ 57  Corpus Christi Standards ‐ Regular Projects 11‐25‐2013  18.04 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.  18.05 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.  18.06 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.  18.07 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.  18.08 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.  18.09 Assignment of Contract  A. This Contract may not be assigned in whole or in part by the Contractor without the  consent of the Owner.  18.10 No Waiver of Sovereign Immunity  A. The Owner has not waived its sovereign immunity by entering into and performing its  obligations under this Contract.  18.11 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.  18.12 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.  General Conditions 00 72 00 ‐ 58  Corpus Christi Standards ‐ Regular Projects 11‐25‐2013  18.13 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.  18.14 Compliance with Laws  A. Comply with the Americans with Disabilities Act of 1990 as amended (ADA) and Texas  Architectural Barriers Act and all regulations relating to either statute.  B. Comply with all applicable federal, state, and city laws, rules and regulations.  18.15 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.  18.16 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 suspension or termination of the  Contract.  If the Contractor is terminated or suspended and the Owner requests  remobilization at a later date, the Contract may request payment for  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.  18.17 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  SIGNALIZATION SPECIFICATIONS AND CUT-SHEETS General Notes Standard Specification Section 025803 “Traffic Signal Adjustments” Item 600 "Traffic Signal Standards & Specifications" Section 34 41 16.33 "Traffic Signal Controller Unit" Section 34 41 16.23 "Traffic Signal Cabinet and Assemblies" 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" PELCO Astro-Brac 1-Way Bracket Assemblies City Traffic Signal Cable Color Code Exhibit A – Camera Connector Pinout PELCO Astro-Brac Camera Mountings CLIFFORD IMSA Signal Cable HENKE ENTERPRISES Wiring Diagram for Video Camera Surge Suppression Filter ISOTEC Video Cable PELCO Pedestrian Push Button Station Assembly Sheets Rees Style Bulldog Button with Latching LED CARMANAH Internally Illuminated Street-Name Sign – R409 CARMANAH Backbrace Assembly DIALIGHT Excalibur Uniform Appearance Countdown Pedestrian Signals Quazite PG1118BA18 Stackable Open Bottom Assembly Quazite PG2436BA18 Stackable Open Bottom Assembly SmartMonitor MMU-16LEip COHU_Helios_3960SD COHU-Camera_Mounting Brackets COHU-Camera-Control-Cable Cobalt by Econolite 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 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 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 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 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 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 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. 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. 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 PROJECT SITE NAVIGATION BLVD UP RIVER RD TO LEOPARD ST iiiiNNUege...ECES BAY NUECES COUNTY CCW CALL BEFORE YOU DIG! 1Texas 8ii PARTICIPANTS REQUEST 48 HOURS NOTICE BEFORE YOU DIG, DRILL, OR BLAST - STOP AND CALL 811 THE LONE STAR NOTIFICATION COMPANY AT 1-800-669-8344 CORPUS CHRISTI BAY HAMPSHIRE HALL LEOPARD ST. VICINITY MAP SCALE: NOT TO SCALE LOCATION MAP GRAPHIC SCALE 5000 0 5000 10000 15000 PREPARED FOR: CITY OF CORPUS CHRISTI NAVIGATION BOULEVARD UP RIVER ROAD TO LEOPARD STREET (REBID) (BOND ISSUE 2012) PROJECT NUMBER: E12090 PREPARED BY: LNV engineers I architects I contractors 801 NAVIGATION, SUITE 300 CORPUS CHRISTI. TEULS 7868 TOPE FIRM NO. F10S PH. 083) 0611504 FAX t161 5611556 W WTI.NVINGCON SHEET INDEX SHEET NO. DESCRIPTION 1 TITLE SHEET 2 LEGEND 3 LOCATION MAP 4 GENERAL NOTES 5 GENERAL NOTES (CONTINUED) & TESTING SCHEDULE 6 ESTIMATED QUANTITIES RIGID (CONCRETE) PAVEMENT OPTION 6A ESTIMATED QUANTITIES FLEXIBLE (H.M.AC.) PAVEMENT OPTION 7 REMOVAL SUMMARY 8 PROPOSED RIGID PAVEMENT TYPICAL SECTIONS UP RIVER ROAD TO 111-37 9 PROPOSED RIGID PAVEMENT TYPICAL SECTIONS IH -37 TO LEOPARD STREET 9A PROPOSED FLEXIBLE PAVEMENT TYPICAL SECTIONS UP RIVER ROAD TO IH -37 9B PROPOSED FLEXIBLE TYPICAL SECTIONS IH -37 TO LEOPARD STREET 10 CONTROL LAYOUT 11 HORIZONTAL ALIGNMENT DATA 12 EXISTING WATER BASEMAP 13 EXISTING WASTEWATER BASEMAP 14 EXISTING STORM WATER BASEMAP 15 EXISTING GAS BASEMAP 16 TRAFFIC CONTROL NOTES & SEQUENCE OF CONSTRUCTION 17 CONSTRUCTION SEQUENCE LAYOUT 18 CONSTRUCTION SEQUENCE TYPICAL SECTIONS 19 ADVANCE WARNING SIGNS AT PROJECT LIMITS 20-21 TRAFFIC CONTROL PLAN PHASE 1 22-23 TRAFFIC CONTROL PLAN PHASE 2 24 TRAFFIC CONTROL PLAN PHASE 3 25-26 TRAFFIC CONTROL PLAN PHASE 4 27-28 TRAFFIC CONTROL PLAN PHASE 5 29 BARRICADE AND CONSTRUCTION BC(1)-13 THRU BC(4)-13 30 BARRICADE AND CONSTRUCTION BC(5)-13 THRU BC(8)-13 31 BARRICADE AND CONSTRUCTION BC(9)-13 THRU BC(12)-13 32 LOW PROFILE CONCRETE BARRIER LPCB-13 33 TRAFFIC CONTROL PLAN TCP(2-3)-12 THRU TCP(2-5)-12 34 TRAFFIC CONTROL PLAN TCP(3-1)-13 & TCP(3-3)-13 35 TRAFFIC CONTROL PLAN WZ—UL-13, WZ—TD-13 & WZ—STMP-13 36-44 WATER & WASTEWATER PLAN AND PROFILE 45-47 WATER UNE CONNECTIONS 48-49 WASTEWATER LATERAL PROFILES 50-51 MISCELLANEOUS DETAILS UTILITIES 52-56 STANDARD WATER DETAILS 57 FLDCD WITH VAULT AND METER VAULT DETAILS 58-62 SANITARY SEWER STANDARD DETAILS 63 DRAINAGE AREA MAP 64-74 STORM WATER PLAN AND PROFILE 75-77 STORM WATER LATERALS 78-81 MISCELLANEOUS DETAILS STORM WATER 82 SINGLE BOX CULVERT PRECAST SCP -10 83 SINGLE BOX CULVERT CAST—IN—PLACE SCC -10 84 SINGLE BOX CULVERT PRECAST SCP—MD 85 SINGLE BOX CULVERT CAST—IN—PLACE SCC—MD 86-94 STREET PLAN AND PROFILE 95 MISCELLANEOUS DETAILS PAVEMENT & SIDEWALK 96-97 RESIDENTIAL DRIVEWAY DETAILS 98-99 COMMERCIAL DRIVEWAY DETAILS 100-103 CITY OF CORPUS CHRISTI PEDESTRIAN CURB RAMP STANDARDS 104 CONTINUOUSLY REINFORCED CONCRETE PAVEMENT AND JOINTS CRCP(1)-13 & JS -94 105-107 SIGN LAYOUT 108 TRAFFIC SIGN REQUIREMENTS TSR(4)-13 109 SIGN MOUNTING DETAILS SMD(GEN)-08. SMD(SUP-1)-08 & SMD(SUP-2)—O8 110 ELECTRICAL DETAILS GROUND BOXES ED(3)-03 111-115 PAVEMENT MARKING LAYOUT 116 PAVEMENT MARKINGS PM(1)-12. PM(2)-12 & PM(3)-12 117-121 STORM WATER POLLUTION PREVENTION PLAN 122 POLLUTION CONTROL MEASURES CRP—BECL 123 POLLUTION CONTROL MEASURES EC(3)-93 124 ENVIRONMENTAL PERMITS. ISSUES AND COMMITMENTS (EPIC) TRAFFIC SIGNAUZATION PLANS BY MALDONADO—BURKEF 1 TTTLE SHEET INDEX 2 SUMMARY OF MATERIALS 3 ELECTRICAL SERVICE DATA 4 GENERAL NOTES 5-11 UP RIVER ROAD INTERSECTION 12-18 LEOPARD STREET INTERSECTION 19-25 IH 37 FRONTAGE ROAD INTERSECTION 26 SIGN DETAILS 27-28 CONSTRUCTION DETAILS 29 CABINET EXTENSION DETAILS 30-51 TxDOT STANDARD SHEETS Dirac or of Capitol Program s CONSULTANTS JOB NO. 120472 0 2 W z 0 z w in DESCRIPTION En ii§ tot C KO o t i 8 Eggg gill:N ��LL a N IDpIli u� Department of Engineering Services U, 0 a TITLE SHEET z O SHEET 1 of 124 RECORD DRAWING NO. STR 869 CITY PROJECT# E12090 PROJECT SITE NAVIGATION BLVD UP RIVER RD TO LEOPARD ST I NUECES BAY RSR °^pro 3> ilir4 ittr CHRISTI BAY CRYO #4"44%* NUECES COUNTY 5 S AGNES CCA VICINITY MAP SCALE: NOT TO SCALE CALL BEFORE YOU DIG! exas 81 icnowwhat's bellow. Call before you dig. PARTICIPANTS REQUEST 48 HOURS NOTICE BEFORE YOU DIG, DRILL, OR BLAST - STOP AND CALL 811 THE LONE STAR NOTIFICATION COMPANY AT 1-800-669-8344 s 01 LOCATION MAP GRAPHIC SCALE 5000 0 5000 10000 15000 PREPARED FOR: CITY OF CORPUS CHRISTI WHITECAP NAVIGATION BOULEVARD " / UP RIVER ROAD TO LEOPARD STREET (REBID) (BOND ISSUE 2012) PROJECT NUMBER: El 2090 PREPARED BY: LNV engineers I architects I contractors 801 NAVIGATION, SUITE 300 CORPUS CHRISTI, TEXAS 78408 TEPE FIRM NO. F-386 PH. (381) 883-1984 FAX) 351)883.1988 WWW.LNVINC.COM SHEET INDEX SHEET NO. DESCRIPTION 1 TITLE SHEET 2 LEGEND 3 LOCATION MAP 4 GENERAL NOTES 5 GENERAL NOTES (CONTINUED) & TESTING SCHEDULE 6 ESTIMATED QUANTITIES RIGID (CONCRETE) PAVEMENT OPTION 6A ESTIMATED QUANTITIES FLEXIBLE (H.M.A.C.) PAVEMENT OPTION 7 REMOVAL SUMMARY 8 PROPOSED RIGID PAVEMENT TYPICAL SECTIONS UP RIVER ROAD TO IH -37 9 PROPOSED RIGID PAVEMENT TYPICAL SECTIONS IH -37 TO LEOPARD STREET 9A PROPOSED FLEXIBLE PAVEMENT TYPICAL SECTIONS UP RIVER ROAD TO IH -37 9B PROPOSED FLEXIBLE TYPICAL SECTIONS IH -37 TO LEOPARD STREET 10 CONTROL LAYOUT 11 HORIZONTAL ALIGNMENT DATA 12 EXISTING WATER BASEMAP 13 EXISTING WASTEWATER BASEMAP 14 EXISTING STORM WATER BASEMAP 15 EXISTING GAS BASEMAP 16 TRAFFIC CONTROL NOTES & SEQUENCE OF CONSTRUCTION 17 CONSTRUCTION SEQUENCE LAYOUT 18 CONSTRUCTION SEQUENCE TYPICAL SECTIONS 19 ADVANCE WARNING SIGNS AT PROJECT LIMITS 20-21 TRAFFIC CONTROL PLAN PHASE 1 22-23 TRAFFIC CONTROL PLAN PHASE 2 24 TRAFFIC CONTROL PLAN PHASE 3 25-26 TRAFFIC CONTROL PLAN PHASE 4 27-28 TRAFFIC CONTROL PLAN PHASE 5 29 BARRICADE AND CONSTRUCTION BC(1)-13 THRU BC(4)-13 30 BARRICADE AND CONSTRUCTION BC(5)-13 THRU BC(8)-13 31 BARRICADE AND CONSTRUCTION BC(9)-13 THRU BC(12)-13 32 LOW PROFILE CONCRETE BARRIER LPCB-13 33 TRAFFIC CONTROL PLAN TCP(2-3)-12 THRU TCP(2-5)-12 34 TRAFFIC CONTROL PLAN TCP(3-1)-13 & TCP(3-3)-13 35 TRAFFIC CONTROL PLAN WZ—UL-13, WZ—TD-13 & WZ—STMP-13 36-44 WATER & WASTEWATER PLAN AND PROFILE 45-47 WATER LINE CONNECTIONS 48-49 WASTEWATER LATERAL PROFILES 50-51 MISCELLANEOUS DETAILS UTILITIES 52-56 STANDARD WATER DETAILS 57 FLDCD WITH VAULT AND METER VAULT DETAILS 58-62 SANITARY SEWER STANDARD DETAILS 63 DRAINAGE AREA MAP 64-74 STORM WATER PLAN AND PROFILE 75-77 STORM WATER LATERALS 78-81 MISCELLANEOUS DETAILS STORM WATER 82 SINGLE BOX CULVERT PRECAST SCP -10 83 SINGLE BOX CULVERT CAST—IN—PLACE SCC -10 84 SINGLE BOX CULVERT PRECAST SCP—MD 85 SINGLE BOX CULVERT CAST—IN—PLACE SCC—MD 86-94 STREET PLAN AND PROFILE 95 MISCELLANEOUS DETAILS PAVEMENT & SIDEWALK 96-97 RESIDENTIAL DRIVEWAY DETAILS 98-99 COMMERCIAL DRIVEWAY DETAILS 100-103 CITY OF CORPUS CHRISTI PEDESTRIAN CURB RAMP STANDARDS 104 CONTINUOUSLY REINFORCED CONCRETE PAVEMENT AND JOINTS CRCP(1)-13 & JS -94 105-107 SIGN LAYOUT 108 TRAFFIC SIGN REQUIREMENTS TSR(4)-13 109 SIGN MOUNTING DETAILS SMD(GEN)-08, SMD(SLIP-1)-08 & SMD(SLIP-2)-08 110 ELECTRICAL DETAILS GROUND BOXES ED(3)-03 111-115 PAVEMENT MARKING LAYOUT 116 PAVEMENT MARKINGS PM(1)-12, PM(2)-12 & PM(3)-12 117-121 STORM WATER POLLUTION PREVENTION PLAN 122 POLLUTION CONTROL MEASURES CRP—BECL 123 POLLUTION CONTROL MEASURES EC(3)-93 124 ENVIRONMENTAL PERMITS, ISSUES AND COMMITMENTS (EPIC) TRAFFIC SIGNALIZATION PLANS BY MALDONADO—BURKET 1 TITLE SHEET INDEX 2 SUMMARY OF MATERIALS 3 ELECTRICAL SERVICE DATA 4 GENERAL NOTES 5-11 UP RIVER ROAD INTERSECTION 12-18 LEOPARD STREET INTERSECTION 19-25 IH 37 FRONTAGE ROAD INTERSECTION 26 SIGN DETAILS 27-28 CONSTRUCTION DETAILS 29 CABINET EXTENSION DETAILS 30-51 TxDOT STANDARD SHEETS RELEASED FOR CONSTRUCTION: Director of Capitol Programs CONSULTANT'S JOB NO. 120472 0 U) 0 o • -• czd —B 20 U S CO oR f`a Z � li 6) `588 .0 u2z zdw 0 REVISION NO MINOR REVISIONS TO MAP AND SHEET INDEX REVISED SHEET INDEX Department of Engineering Services n m 0.1 TITLE SHEET SHEET 1 of 124 RECORD DRAWING NO. o STR 869 S CITY PROJECT# E12090 TYPICAL LEGEND/SYMBOLS LINETYPES SYMBOLS DETAIL/SECTION ID SYSTEM PLAN PLAN IIIIIIIIIIIIIIIIIIIIH HII TRACKS OF WAY GROUND ®ROW LT ®ROW RT OF CURB LEFT OF CURB RIGHT GRADE UNE OF PAVEMENT LEFT OF PAVEMENT RIGHT 4 BENCHMARK POINT ANTENNAE • CONTROL POINT I SIGN 17 MONUMENT/POST 4 PIPELINE MARKER ® CORNER -E' MONTTCRING WELL 0 PK NAIL ® MAIL BOX2.4 8 BORE HOLE • GUARD POST/BOLLARD ( FIRE HYDRANT ® SHRUB I,4 WATER VALVE TREE & p IRRIGATION CONTROL VALVE PLUG 8 AIR RELEASE VALVE — ` LCONNECTION J. GUY ANCHOR AO WATER METER ¢ POWER POLE ® WATER FAUCET E WATER VAULT 'S- UGHT POLE BO PHONE BOX ® SANITARY SEWER MH 0 PHONE PEDESTAL kI CLEANOUT B) JUNCTION BOX WATER MH 1] GRATE INLET O GROUND BOX (MIS & LIGHT) ca GAS VALVE O PEDESTRIAN SIGNAL POLE ® GAS METER 0 PROP TRAFFIC SIGNAL POLE ® ELECTRIC MH 8 TELEPHONE MH DIST TRAFFIC SIGNAL POLE SECTION CUT INDICATOR SECTION INDICATOR (BY LETTER) SECTOR CUT DIRECTION /—DE TLE elk b SECTION TITLE S SANITARY SEWER LINE Row RIGHT W WATER LINE ""'""'"�'"'" ""' BUILDING G GAS UNE E ] CASING PROFILE RCP REINFORCED CONCRETE PIPE Mr ICILY SCALE: 1"=1 WHERE CUT CMP CORRUGATED METAL PIPE PIPE PIPE LINE UNE LSSH pEET�LNO. SHEET NO. WHERE CUT ISHEET NO. WHERE Cures IS SHOWN SHEET WHERE CUT N SHEETS WHERE IS SHOWN PDAMORS IS SHOWN DRAWTNc SECTION INDICATOR (BY NUMBER) /—DE7NL TITLE d DETAIL TITLE o 100 zoo. CABLE NG NATURAL FO FIBER OPTIC ROW LT NG FM FORCE MAIN ROW R7 NG T TELEPHONE UNE TOP TOP HGL HYDRAULIC OHP OVERHEAD POWER ELECTRIC LINE E y DIRECTION OF SLOPE/BANK • • - . EOP LT EDGE BOS BOTTOM OF SLOPE �F SCALE: 1"=1' ,i, 2,4 - V CUP RT EDGE LINE EASEMENT SHEET NO. WHERE Ds —DETAIL ETAIL NORTH ARROW GRAPHIC SCALE IS DRAWN SHEET NO. WHERE DETAIL s SHOWN ERAWHNS. SHEETS WHERE DRAWTNc IS SHOWNSTORM EOW EDGE OF WATER CL of DITCH 8.0 CONTOURS BRUSHUNE // WOOD FENCE X X FENCE O / \ GUARD RAIL GATE PROPERTY UNE — — — — — — UTILTIY EASEMENT YARD REQUIREMENT/BUILDING TOE TEMPORARY CONSTRUCTION HATCH PATTERNS GENERAL ABBREVIATIONS EXISTING (PLAN) EXIST ASPHALT EXIST CONC EXIST BASE PROPOSED (PLAN) CONCRETE PAVEMENT ASPHALT PAVEMENT CONTRACTOR STAGING AREA DEMOLITION GRAVEL G,S O AT (MEASUREMENT) A ACP ASBESTOS CEMENT PIPE M MAX MAXIMUM APPROX APPROXIMATE M.E. MATCH EXISTING ASTM AMERICAN SOCIETY FOR MFR MANUFACTURER TESTING AND MATERAS MGD MANHOLJON GALLONS PER DAY ASSY ASSEMBLY MH MANHOLE AVG AVERAGE MIN MINIMUM aP ABANDONED IN PLACE MIS MUNICIPAL INFORMATION SYSTEM AT&T PEG AT&T PEDESTAL MISC MISCELLANEOUS MI MECHANICAL JOINT B B -B BACK TO BACK OF CURB MPEG MATCH PROPOSED FINISHED GRADE ROUND BLV BUTTERFLYVALVE MATCH PROPOSED PAVEMENT ELEVATION BLDG BUILDINGELEVATION C CC CENTEROF CURVATURE, CENTER TO CENTER N N NORTH CF CUBIC FEET N.F.R. NORTH FRONTAGE ROAD CFM CUBIC FEET PER MINUTE NG NATURAL GROUND CFS CUBIC FEET PER SECOND ND, M NUMBER C&G CI CURB AND GUTTER NTS NOT TO SCALE CURB INLET 0 OCEAN ON CENTER EACH WAY CIP CAST DON PIPE OCST ONE COURSE SURFACE TREATMENT CIPP CURED IN PLACE PIPE OD OUTSIDE DIAMETER. OUTSIDE DIMENSION el CONTROL JOIN OHP OVERHEAD POWER CL or @ CENTER UNE MR CLEAR P PC POINT OF CURVATURE CLONG COCLEAN PETE OUT PED PEDEE E CRS COURSE PI POINT OF INTERSECTION cY CUBIC rano PL PROPERTY UNE PP POWER POLE �"! , ;a e'&{Yv � ;A! �r�1, 1,��r��►�+►� �������` \. 0FAAA•A..4.:.a:.A/ / 1.11•I� ,• �`;• -` ;• •'`;' 4" / I �e�W, wY x;hw2tn?.°.. \��\\ r x x x x GRAVEL x N x - + D DB DUCT HANK PS PUMP STATION DEG or' DEGREE PSI POUNDS PER SQUARE INCH DIA or 0 DIAMETER PT POINT OF TANGENCY DIM CTILE IRON PIPEDUCTILE IRON ENSION PVC PROJ PAVEMENT NYL CHLORIDE DI DIM Ws DOWNSTREAM PROP PROPOSEDN D0» DRAWING(5) Q OTT QUAHTTY DEPFYY. DOP0RTMT E E EXTERNAL ORDINATE FOR VERTICAL CURVE R RCB RADIUS NIFORCED CONCRETE BOX EAE ENGINEER APPROVED EQUAL RCP REINFORCED CONCRETE PIPE EFF EFFLUENT REINF REINFORCIED)(ING)(EMENT) EFA EFFLUENT FORCE MAIN REHAB REHABIUTATON 0. ELEVATION RIM ELEVATION AT MANHOLE COVER EQ SP EQUALLY SPACED ROW RIGHT OF WAY EST ESTIMATED R&R REMOVE AND REPLACE EXIST or EX EXISTING RT RIGHT ELECT. ELECTRICAL RTU REMOTE TERMINAL UNIT F FG FTNISH GRADE S S SOUTH FH FIRE HYDRANT SIM SIMILAR FL FLOW UNE ELEVATION S.F.R. SOUTH FRONTAGE ROAD FM FIN SFT SHEET FIBER O F/O OPEC SL SLOPE FT Al ' FOOT, FEET SY SQUARE YARDS SPEC SPECIFICATION G GA GAUGE or GAGE SS STAINLESS STEEL OR SANITARY SEWER GGAL STA STATION ALTGALLONS GALVANIZE(D) GALVANIZED GB GRADE BREAK STO(S) STANDARDS(S) CPM GALLONS PER MINUTE SW SIDEWALK T TEMP TEMPORARY H EEG HOT DIPPED GALVANIZED TCE TEMPORARY CONSTRUCTION EASEMENT DENSITY UC GRADE UNE LENE TOO TAPPING CUB TE VALUE HOLHDPE HIGH HMACP HOT MIX ASPHALT CONCRETE PAVEMENT TOC TOP OF CONCRETE HP HORSEPOWER, HIGH PRESSURE T.O.P. TOP OF OPE HPPL HIGH PRESSURE PIPE UNE TYP TYPICAL HWL HIGH WATER LEVEL U UG UNDERGROUND I ID INSIDE DIAMETER, INSIDE DIMENSION UE UUTILITY EASEMENT IN o INCHES U/S UPSTREAM IMV r INVERT V VAR VARIES IPS IRON PIPE SRE VCP VITRIFIED CLAY PIPE WI VERTICAL POINT OF INTERSECTION J JB JUNCTION BOX W NAM WASTEWATER TREATMENT PLANT L WS WRAPPED STEEL L LENGTH OF VERTICAL CURVE WWL WASTEWATER UNE LB(S) POUNDS LF UNEAR FEET LG LONG LS UFT STATION LT LETT LWL LOW WATER LEVEL. ' oADIP • oj`,,�,• SECTION/PROFILE ASPHALT BOND BREAKER CONT. REINFORCED CONCRETE PAVEMENT CRUSHED LIMESTONE BASE SAND SELECT FILL MATERIAL EXISTING GRADE j ,*— u � T /\ `/ T > / �. AY,s, X .......-� —III—_III—_III �— — —I —I i L CONSULTANT'S JOB NO. 120472 DESCRIPTION LA REVISION N0. ADDITION OF ABBREVIATIONS DESCRIPTION Department of Engineering Services m UT z LU CD LLJ J SHEET 2 of 124 RECORD DRAWING NO. STR 869 CITY PROJECT# E12090 i0p, 24 5 _� pp ?@tpp 4 NAyC44 00 7 1111 46+00 47+00 4E B<�p�9 op as+oo 3 as+oo —+i 3p Fir011, 31 Op32 a 33 BEGIN PROJECT STA 32+57.39 DUNN LN END PROJECT STA 76+95.33 j2+0 90 +00 55+,00' LOCATION MAP SCALE: 1"=. 200' LEGEND PROJECT LIMITS CONSULTANT'S JOB NO. 120472 DESCRIPTION 0 0 z z 0 N REVISED DESIGN AND R.O.W. DESCRIPTION Department of Engineering Services cn 0 LOCATION MAP REVISION NO. SHEET 3 of 124 RECORD DRAWING NO. STR 869 CITY PROJECT# E12090 GENERAL NOTES A. STREETS 1. UNLESS NOTED OTHERWISE, STREET DIMENSIONS SHOWN ON THE PLANS ARE TO BACK OF CURB. 2. "CLEAR RIGHT-OF-WAY" CONSISTS OF CLEARING, GRUBBING AND STRIPPING OF OBJECTIONABLE MATTER IN ACCORDANCE WITH SPECIFICATION SECTION 021020, AND REMOVING OLD STRUCTURES IN ACCORDANCE WITH SPECIFICATION SECTION 021080, WITHIN THE LIMITS OF CONSTRUCTION, WHICH MAY EXTEND BEYOND THE RIGHT-OF-WAY IN SOME AREAS OF THE PROJECT. 3. "STREET EXCAVATION" IS MEASURED FROM ONE FOOT BEHIND PROPOSED CURB TO ONE FOOT BEHIND THE OPPOSITE PROPOSED CURB. 4. CONTRACTOR SHALL BACKFILL ALL EXISTING DITCHES AND DRAINAGE SWALES WHICH ARE LOCATED WITHIN THE R.O.W. BACKFILLING SHALL BE IN ACCORDANCE WITH SPECIFICATION SECTIONS 021040 AND 022080. NO DIRECT PAYMENT WILL BE MADE FOR THIS SUBSIDIARY WORK. 5. EMBANKMENTS FOR STREETS, WHERE REQUIRED TO ACHIEVE THE SPECIFIED ELEVATIONS, SHALL BE SELECT EXCAVATED MATERIAL OR BORROW MATERIAL, AND SHALL MEET THE FOLLOWING REQUIREMENTS: FREE OF HARD LUMPS, ROCK FRAGMENTS, OR OTHER DEBRIS, NO CLAY LUMPS GREATER THAN 2" DIAMETER, LIQUID LIMIT (L.L.) LESS THAN 35, PLASTICITY INDEX (P.I.) BETWEEN 8 AND 20, MOISTURE CONTENT BETWEEN -1% AND +3% OF OPTIMUM. 6. WHERE EXISTING ASPHALT OR CONCRETE PAVEMENT IS TO BE CUT, THESE CUTS SHALL BE VERTICAL AND MADE WITH A SAW. 7. ASPHALT -LAYING MACHINE SHALL BE CAPABLE OF LAYING A 14 -FT. WIDTH. 8. PRIOR TO PLACEMENT OF GEOGRID AND LIMESTONE BASE, THE SUBGRADE SHALL BE COMPACTED TO NOT LESS THAN 98% STANDARD PROCTOR DENSITY (ASTM D698 OR AASHTO 799) AT OR SLIGHTLY ABOVE (+3% MAXIMUM) OPTIMUM MOISTURE CONTENT, TO THE DEPTH INDICATED ON THE DRAWINGS. 9. FLEXIBLE BASE SHALL BE TYPE A GRADE 1-2 CRUSHED LIMESTONE, IN ACCORDANCE WITH TxDOT STANDARD SPECIFICATION ITEM 247 AND TECHNICAL SPECIFICATION SECTION 025223. FLEXIBLE BASE SHALL BE COMPACTED TO NOT LESS THAN 98% MODIFIED PROCTOR DENSITY (ASTM D1557 OR AASHTO T180) WITHIN 1.5% OF OPTIMUM MOISTURE CONTENT. 10. PRIME COAT SHALL BE MC -30 MEDIUM -CURING CUTBACK ASPHALT OR AE -P ASPHALT EMULSION PRIME, AND SHALL BE APPLIED ATA RATE OF 0.15 GALLON PER SQUARE YARD, TACK COAT SHALL BE SS -1 SLOW -SETTING EMULSIFIED ASPHALT AND SHALL BE APPLIED AT A RATE OF 0.05 TO 0.15 GALLON PER SQUARE YARD. 11. ONE -COURSE SURFACE TREATMENT UNDERSEAL (ASPHALT BINDER AND AGGREGATE) SHALL BE APPLIED OVER PRIMED FLEXIBLE BASE COURSE, IN ACCORDANCE WITH STANDARD SPECIFICATION SECTION 025418. 12. HOT MIX ASPHALTIC CONCRETE SHALL MEET THE REQUIREMENTS OF TxDOT STANDARD SPECIFICATION ITEM 340 AND CITY SPECIFICATION SECTION 025424. 13. ALL ROLLING AND COMPACTING OF H.M.A.C. PAVEMENT MUST BE COMPLETED BEFORE THE TEMPERATURE OF THE MIXTURE DROPS BELOW 175 DEGREES F. 14. CARE SHALL BE TAKEN TO PROTECT CURB & GUTTER AND OTHER CONCRETE SURFACES FROM ASPHALT SPLATTER DURING PRIMING AND SEALING OPERATIONS. 15. LOCATIONS OF LONGITUDINAL JOINTS IN CONCRETE PAVEMENTS, AND LONGITUDINAL LAYDOWN JOINTS FOR SURFACE COURSE OF H.M.A.C. PAVEMENTS, SHALL BE OFFSET 6 INCHES FROM LANE STRIPING UNLESS OTHERWISE DIRECTED BY THE ENGINEER. 16. H.M.A.C.P. TRANSITIONS TO EXISTING PAVEMENTS SHALL BE TRANSITION ED OVER 10 FEET TO PRODUCE A SMOOTH RIDE AND SHALL BE CHECKED WITH A 10 -FT. STRAIGHT EDGE PRIOR TO COMPLETION. 17. CONCRETE FOR RIGID (CONCRETE) PAVEMENTS SHALL BE CLASS 'P' WITH A MINIMUM FLEXURAL (BEAM) STRENGTH OR A MINIMUM COMPRESSIVE STRENGTH AS SPECIFIED IN TECHNICAL SPECIFICATION SECTION 025620. 18. CONTRACTOR SHALL PROVIDE PROPOSED JOINT LOCATION LAYOUT TO ENGINEER FOR APPROVAL PRIOR TO BEGINNING INSTALLATION OF STEEL REINFORCING BARS FOR CONCRETE PAVEMENT. B. DRIVEWAYS AND SIDEWALKS DRIVEWAYS SHALL BE AS SHOWN ON CITY OF CORPUS CHRISTI "STANDARD DRIVEWAY DETAILS". 2. DRIVEWAYS SHALL BE CONSTRUCTED SUCH THAT TEXTURED SURFACES ARE NOT REQUIRED, AS IN THE CASE OF CURB RAMPS. 3. EXISTING DRIVEWAYS, SIDEWALKS, CURB, GUTTER AND STORM SEWERS SHALL BE REMOVED AS REQUIRED TO CONSTRUCT THE PROPOSED IMPROVEMENTS, INCLUDING THAT WHICH IS REQUIRED FOR GRADE ADJUSTMENTS BEYOND THE PROPERTY LINE, IF DIRECTED BY THE ENGINEER. REMOVAL OF THESE ITEMS IS SUBSIDIARY TO "STREET EXCAVATION" AND "CLEAR RIGHT-OF-WAY", UNLESS OTHERWISE SPECIFIED. CONCRETE SIDEWALK RUNNERS AND CONCRETE DRIVEWAYS PLACED FOR TRANSITION SHALL BE PAID FOR UNDER THE UNIT PRICE FOR "CONCRETE SIDEWALK' AND "CONCRETE DRIVEWAY" REGARDLESS OF WIDTH. CONTRACTOR SHALL PROVIDE SATISFACTORY GRADE AND POSITIVE DRAINAGE FOR ALL DRIVEWAYS AND SIDEWALKS, AND SHALL FULLY COMPLY WITH TEXAS ACCESSIBILITY STANDARDS. SIDEWALK RUNNERS AND DRIVEWAY TRANSITIONS OF OTHER MATERIALS (I.E. ASPHALT, STONE, CALICHE, ETC.) LOCATED OUTSIDE OF THE R.O.W. SHALL BE REPLACED IN-KIND WITH REGARD TO TYPE AND THICKNESS OF MATERIALS, AND UNLESS INDICATED OTHERWISE IN THE PROPOSAL SHALL BE SUBSIDIARY TO THE APPROPRIATE BID ITEMS. 4. PRIOR TO DRIVEWAY CONSTRUCTION, THE CONTRACTOR SHALL DETERMINE THE DIFFERENCE IN ELEVATION FROM THE HIGHEST POINT OF THE EXISTING DRIVEWAY AT THE R.O.W. LINE TO THE PROPOSED GUTTER ELEVATION. IF THE PROPOSED DRIVEWAY CANNOT BE CONSTRUCTED WITHIN THE MAXIMUM ALLOWABLE SLOPE, THE CONTRACTOR SHALL EXTEND THE PROPOSED DRIVEWAY IMPROVEMENTS BEYOND THE R.O.W. AS REQUIRED SO THAT THE MAXIMUM ALLOWABLE SLOPE IS NOT EXCEEDED. IN DETERMINING THE REQUIRED LENGTH OF PROPOSED DRIVEWAY IMPROVEMENTS, THE CONTRACTOR SHALL INCLUDE AT LEAST 3 FEET FOR THE PEDESTRIAN ACCESSIBLE ROUTE WITH A MAXIMUM CROSS SLOPE OF 50:1(2%). 5. UNANTICIPATED REMOVAL OF SIDEWALK, DRIVEWAY AND CURB & GUTTER SHALL NOT INCLUDE THE REMOVAL OF PRE-EXISTING SIDEWALK, DRIVEWAY OR CURB & GUTTER. UNDER SPECIAL CIRCUMSTANCES, WHEN DIRECTED BY THE ENGINEER, NEW CONCRETE WORK WHICH WAS BUILT IN THE WRONG LOCATION AT NO FAULT OF THE CONTRACTOR, SHALL BE REMOVED. IN SUCH CASE, PAYMENT WILL BE MADE AT THE UNIT PRICE BID FOR UNANTICIPATED REMOVAL OF THESE ITEMS. 6. SIDEWALKS SHALL BE ROUTED AROUND DESIRABLE TREES AS DIRECTED BY THE ENGINEER. UNWANTED TREES WITHIN THE R.O.W. MAY BE REMOVED AS DIRECTED BY THE ENGINEER SO THAT THE SIDEWALK WILL NOT REQUIRE RE-ROUTING. JOGS AROUND TREES OR OTHER OBSTRUCTIONS SHALL BE SMOOTH RADIUS TRANSITION WITH A MINIMUM SIDEWALK WIDTH OF 4 FEET. THE LENGTH OF RADIUS TRANSITIONS SHALL BE DETERMINED IN THE FIELD BY THE ENGINEER. 7. THE EXACT LOCATION OF SIDEWALK DRAINS, IF REQUIRED, WILL BE DETERMINED IN THE FIELD BY THE ENGINEER. 8. EXCEPT WHERE INDICATED OTHERWISE ON THE DRAWINGS, CURB RAMPS SHALL BE REQUIRED AT EACH CORNER OF EACH STREET INTERSECTION, AT CROSSWALKS, AND AS DIRECTED BY THE ENGINEER. B. DRIVEWADS AND SICEWALOS (CONT.) 9. CONCRETE PLACEMENT FOR SIDEWALKS AND DRIVEWAYS SHALL STOP AT EXPANSION JOINTS OR AS OTHERWISE DIRECTED BY THE ENGINEER. 10. WHERE PROPOSED CONCRETE SIDEWALK TIES INTO EXISTING CONCRETE, CONTRACTOR SHALL PLACE REDWOOD STRIP EXPANSION JOINT FILLER WITH 14"0 X 15" LONG SMOOTH DOWELS DRILLED AND EPDXY SET WITH AN EXPANSION CAP AT ONE END. DOWELS SHALL BE SPACED AS SHOWN ON THE PLANS. 11. HEADER CURB FOR CURB RAMPS SHALL NOT BE PAID FOR DIRECTLY, BUT IS INCLUDED IN THE SQUARE FOOTAGE FOR CURB RAMP. 12, SIDEWALKS SHALL BE TIED TO ADJACENT CURBS, DRIVEWAYS AND CURB INLETS BY STEEL DOWELS AS SHOWN ON THE DRAWINGS, IN ORDER TO MINIMIZE DIFFERENTIAL MOVEMENT OF THESE STRUCTURES. 13. UNPAVED AREAS BETWEEN THE BACK OF CURB AND R O.W. LINE SHALL BE GRADED, TILLED AND BLOCK SODDED. C. CURB AND GUTTER AND HEADER CURB 1. CURB & GUTTER AND HEADER CURB SHALL BE STANDARD 6" CURB UNLESS DIRECTED OTHERWISE BY THE ENGINEER TO PROVIDE POSITIVE DRAINAGE FOR STREET. 2. WHEN MATCHING NEW 6" CURB & GUTTER TO EXISTING 4" C&G, THE GUTTER SLOPE SHALL BE MAINTAINED AND THE 2" TRANSITION SHALL BE MADE IN THE CURB SECTION, AS NECESSARY TO PREVENT PONDING WATER. TRANSITION LENGTH SHALL BE 10 FEET MINIMUM. 3. PROVIDE REDWOOD STRIP EXPANSION JOINT FILLER AND TWO'''A" X15" LONG SMOOTH DOWELS WHERE NEW CURB TIES INTO EXISTING CURB. 4. FOR H.M.A.C. PAVEMENTS, CONTRACTOR SHALL PROVIDE A 1.5" TRANSVERSE GROOVE IN THE CONCRETE GUTTER AT ALL INLET TFOR TEMPORARY DRAINAGE UNTIL THE FINAL PAVEMENT HROAT S SURFACE COURSE IS PLACED. IMMEDIATELY UPON PLACEMENT OF THE FINAL PAVEMENT SURFACE COURSE, CONTRACTOR SHALL GROUT THE GROOVES IN THE CONCRETE GUTTER TO THE LINES AND GRADES OF THE GUTTER. THIS WORK SHALL BE CONSIDERED SUBSIDIARY AND WILL NOT BE PAID FOR SEPARATELY. D. UTILITIES AND STORM WATER 5. THE CONTRACTOR SHALL CONTACT THE APPROPRIATE UTILITY OWNER TO ADJUSTOR RELOCATE UTILITIES THAT WILL INTERFERE WITH THE PROPOSED IMPROVEMENTS, THIS INCLUDES, BUT IS NOT LIMITED TO EXISTING GAS LINES, PRODUCT PIPELINES, FIBER OPTIC LINES, UTILITY POLES, TELEPHONE/CABLE TV PEDESTALS, ELECTRICAL DUCT BANKS, JUNCTION BOXES, ETC. WHERE FEASIBLE, THESE EXISTING UTILITIES SHOULD BE ADJUSTED OR RELOCATED PRIOR TO BEGINNING WORK IN THE AFFECTED CONSTRUCTION PHASE. EXISTING CITY WATERLINES AND WASTEWATER LINES THAT INTERFERE WITH THE PROPOSED IMPROVEMENTS SHALL BE RELOCATED BY THE CONTRACTOR. 2. EXISTING UTILITIES SHOWN ON THE DRAWINGS ARE FOR INFORMATIONAL PURPOSES ONLY. THE ACCURACY AND COMPLETENESS OF SUCH INFORMATION IS NOT GUARANTEED. IT IS THE CONTRACTOR'S SOLE AND COMPLETE RESPONSIBILITY TO LOCATE ALL UNDERGROUND UTILITIES AND STRUCTURES SUFFICIENTLY IN ADVANCE OF TRENCHING AND EXCAVATION OPERATIONS TO AVOID DAMAGING EXISTING UTILITIES OR CAUSING UNNECESSARY DELAYS. 3. EXISTING STORM WATER PIPES, BOXES, MANHOLES, INLETS, ETC. TO BE REMOVED SHALL BE PAID FOR UNDER ITEM "CLEAR RIGHT-OF-WAY". 4. ALL CURB INLETS SHALL HAVE THROAT OPENING OF THE LENGTH SHOWN ON THE DRAWINGS. THROAT OPENINGS 8 FEET LONG OR LONGER SHALL HAVE A 6" x 6" CONCRETE SUPPORT AT MID - THROAT. CONTRACTOR SHALL ALSO PROVIDE A 6"x6" CONCRETE SUPPORT IN THROAT OPENING BETWEEN INLET AND INLET EXTENSION, 5. SHALLOW ABANDONED PIPES (OLD WATERLINES, DITCH CULVERTS, UTILITY SERVICES, ETC.) WITHIN LIMITS OF R.O.W. SHALL BE REMOVED AND PROPERLY DISPOSED OF. THIS GENERALLY APPLIES TO ALL UNWANTED PIPES THAT ARE WITHIN ONE FOOT OF SUBGRADE, DITCH CULVERTS, AND ANY ABANDONED PIPES WHICH COULD IMPACT THE PROPOSED WORK. ALL ABANDONED LINES TO REMAIN IN PLACE SHALL BE CAPPED AT THE ENDS AND CUT FOR REMOVAL OF SECTIONS AS REQUIRED TO ACCOMMODATE CONSTRUCTION OF THE PROPOSED IMPROVEMENTS. ABANDONED LINES 6 INCHES AND LARGER TO REMAIN IN PLACE SHALL BE FILLED WITH PLOWABLE GROUT. EXCEPT AS OTHERWISE INDICATED IN THE CONTRACT DOCUMENTS, THIS ACTIVITY WILL NOT BE PAID FOR DIRECTLY BUT SHALL BE CONSIDERED SUBSIDIARY WORK. 6. IF ACTIVE SHALLOW BURIED PIPELINES OR UTILITIES ARE ENCOUNTERED WITHIN THE PROJECT LIMITS, THE CONTRACTOR SHALL NOTIFY THE ENGINEER IMMEDIATELY. THESE LINES MAY REQUIRE ENCASEMENT OR REROUTING. 7. ALL STORM WATER PIPE SHALL BE CLASS III REINFORCED CONCRETE PIPE WITH TYPE B WALL AND TONGUE -AND -GROOVE JOINTS PER ASTM C-76, UNLESS NOTED OTHERWISE ON THE DRAWINGS. CLASS IV REINFORCED CONCRETE PIPE SHALL BE USED WHERE TOP OF PIPE EXTENDS INTO BASE COURSE OR COMPACTED SUBGRADE. 8. STORM WATER JUNCTION BOXES MAY BE CAST -IN-PLACE OR PRECAST REINFORCED CONCRETE, AT THE CONTRACTOR'S OPTION. CONCRETE FOR CAST -IN-PLACE JUNCTION BOXES SHALL BE CLASS 'C' (3600 PSI MINIMUM COMPRESSIVE STRENGTH AT 28 DAYS). CONCRETE FOR PRECASTJUNCTION BOXES SHALL HAVE A COMPRESSIVE STRENGTH OF NOT LESS THAN 5000 PSI AT 28 DAYS. 9. MITERED ENDS FOR REINFORCED CONCRETE PIPES AND BOX CULVERTS MAY BE PRECAST SECTIONS OR FIELD CUT, AT THE CONTRACTOR'S OPTION. NO SEPARATE PAYMENT WILL BE MADE FOR THESE SUBSIDIARY ITEMS. 10. ANGLES, BENDS AND TRANSITIONS IN REINFORCED CONCRETE BOX CULVERTS MAY BE PRECAST SECTIONS OR CAST -IN-PLACE, AT THE CONTRACTOR'S OPTION. (PRECAST SECTIONS ARE PREFERRED.) NO SEPARATE PAYMENT WILL BE MADE FOR THESE SUBSIDIARY ITEMS. 11. UTILITY TRENCHES SHALL BE SHEATHED AND BRACED AS REQUIRED TO MAINTAIN A SAFE WORKING AREA FOR WORKERS, IN ACCORDANCE WITH TEXAS HEALTH AND SAFETY CODE, TITLE 9 "SAFETY", SUBTITLE A "PUBLIC SAFETY", CHAPTER 756 "MISCELLANEOUS HAZARDOUS CONDITIONS", SUBCHAPTER C "TRENCH SAFETY", AND O.S.H.A. STANDARDS, 29 CFR PART 1926, SUBPART P "EXCAVATIONS". 12. TRENCH EXCAVATION SHALL NOT PRECEDE BACKFILL BY MORE THAN 200 FEET. NO TRENCH SHALL BE LEFT OPEN AFTER NORMAL WORKING HOURS. 13. ALL OPEN EXCAVATIONS SHALL BE ENCLOSED WITH HIGH-DENSITY POLYETHYLENE 4 -FT. HIGH ORANGE SAFETY BARRICADE FENCE (TENSAR UX4050 OR APPROVED EQUIVALENT) AND DRUMS. 14. ALL VALVE CASINGS AND MANHOLES REQUIRING ADJUSTMENT SHALL BE LOCATED BY STATION AND OFFSET AND TIED TO EXISTING FEATURES THAT WILL REMAIN IN PLACE. PROPOSED ELEVATIONS FOR MANHOLE RIMS AND VALVE CASINGS SHOWN ON THE PLANS ARE APPROXIMATE. CONTRACTOR SHALL EXTEND ALL VALVE CASINGS AND MANHOLE RIMS TO ACTUAL FINISH GRADE. ELEVATION ADJUSTMENTS FOR NEW MANHOLES AND VALVES SHALL BE CONSIDERED SUBSIDIARY AND SHALL NOT BE PAID FOR SEPARATELY. 15. THE CONTRACTOR SHALL LOCATE ALL EXISTING WATER AND SANITARY SEWER SERVICE CONNECTIONS ALONG THE PROJECT CORRIDOR, WHEREVER EXISTING WATER AND/OR SEWER MAINS ARE TO BE REPLACED. NO DIRECT PAYMENT WILL BE MADE TO THE CONTRACTOR FOR THIS WORK; IT WILL BE CONSIDERED SUBSIDIARY TO THE PAY ITEMS FOR WATER AND WASTEWATER IMPROVEMENTS. 0. UTILITIES AND STORM WATER (CONT.) 16. THE CONTRACTOR SHALL TAKE PRECAUTIONS TO PROTECT EXISTING UTILITIES FROM DAMAGE. ALL PIPES, UTILITIES AND OTHER FACILITIES DAMAGED BY THE CONTRACTOR SHALL BE REPAIRED TO THE CITY'S SATISFACTION, WITH NO ADDITIONAL PAYMENT TO THE CONTRACTOR. 17. PAVEMENT REPAIR FOR UTILITY TRENCH SHALL BE PAID FOR ONLY IF THE REPAIR OCCURS OUTSIDE THE LIMITS OF PROPOSED STREET RECONSTRUCTION. TRENCH RESTORATION ALONG EXISTING PAVEMENTS THAT ARE SCHEDULED FOR SUBSEQUENT RECONSTRUCTION SHALL INCLUDE TEMPORARY REPLACEMENT OF BASE COURSE WITH LOW P.I. MATERIAL THAT IS CONDUCIVE FOR SALVAGE. 18. WHERE UTILITY WORK IS PERFORMED UNDER AREAS OF THE EXISTING ROADWAY THAT ARE REQUIRED TO CARRY TRAFFIC PRIOR TO COMPLETION OF THE STREET IMPROVEMENTS, THE CONTRACTOR SHALL APPLY SURFACE TREATMENT ON TOP OF THE BASE OR BACKFILL MATERIAL UNTIL SUCH TIME THAT THE PROPOSED PAVEMENT SECTION IS CONSTRUCTED. THESE TEMPORARY PAVEMENTS WILL NOT BE PAID FOR DIRECTLY BUT SHALL BE CONSIDERED SUBSIDIARY WORK. 19. EXCEPT AS INDICATED OTHERWISE IN THE CONTRACT DOCUMENTS, TIE-INS OR CONNECTIONS OF PROPOSED STORM WATER LINES TO MANHOLES OR EXISTING STORM WATER LINES SHALL BE SUBSIDIARY WORK AND SHALL NOT BE MEASURED FOR PAYMENT. 20. EXCEPT AS INDICATED OTHERWISE IN THE CONTRACT DOCUMENTS, TIE-INS OR CONNECTIONS OF EXISTING STORM WATER LINES TO PROPOSED MANHOLES OR STORM WATER LINES SHALL BE SUBSIDIARY WORK AND SHALL NOT BE MEASURED FOR PAYMENT. 21. PRECAST CURB INLETS, IF ALLOWED, SHALL HAVE CAST -IN-PLACE THROAT AND TOP. 22. A PIPE COLLAR SHALL BE USED WHERE PROPOSED STORM WATER LINE IS TO BE CONNECTED TO PIPECOLLARS SHALL NOT BE ID FOR SEPARATELY BUT SHALL BE I TIN STORM WATER LINE.A EXISTING 0 SWILL CONSIDERED SUBSIDIARY TO THE VARIOUS BID ITEMS. PIPE COLLARS NOT BE REQUIRED AT STRAIGHT (NON -SKEWED) TONGUE -AND -GROOVE CONNECTIONS OF SAME SIZE PIPES UNLESS THE JOINT IS DAMAGED. HCONTRACT 23. UNLESS INDICATED OTHERWISE INT THE DOCUMENTS,DEWATERING OF OPEN NOT BE PAID FOR DIRECTLY,BUT ALL BE SUBSIDIARY EXCAVATIONS AND UTILITY TRENCHES WILL H TO THE ITEMS IT MAY BE ASSOCIATED WITH. REFER TO TECHNICAL SPECIFICATION SECTION 022021. 24. PROVIDE TEMPORARY OUTFALLS FOR STORM WATER RUNOFF UNTIL DOWNSTREAM STORM WATER IMPROVEMENTS ARE COMPLETED. THIS MAY REQUIRE TEMPORARY PUMPING OF STORM WATER RUNOFF INTO EXISTING STORM SEWER SYSTEM. NO ADDITIONAL PAYMENT WILL BE MADE FOR THIS SUBSIDIARY WORK. 25. CONTRACTOR SHALL PROVIDE 6" OF CEMENT -STABILIZED SAND BEDDING BENEATH ALL PRECAST CONCRETE BOX CULVERTS, STORM WATER MANHOLES AND JUNCTION BOXES. NO ADDITIONAL PAYMENT WILL BE MADE TO THE CONTRACTOR FOR THIS SUBSIDIARY WORK. 26. CONTRACTOR SHALL PROVIDE CEMENT -STABILIZED SAND BACKFILL (3 FEET MAXIMUM HEIGHT) FOR ALL UTILITY AND STORM SEWER TRENCHES IN PAVEMENT AREAS, AS INDICATED ON THE DRAWINGS. NO ADDITIONAL PAYMENT WILL BE MADE TO THE CONTRACTOR FOR THIS SUBSIDIARY WORK. 27. PROPOSED MANHOLE RIM ELEVATIONS SHOWN ON THE DRAWINGS ARE APPROXIMATE. CONTRACTOR SHALL SET MANHOLE RIMS AT FINISH GRADE ELEVATION. 28. CONTRACTOR SHALL PROVIDE TO THE ENGINEER DIGITAL QUALITY COLOR PHOTOGRAPHS FOR ALL WATER, WASTEWATER AND STORM WATER CONNECTIONS AND/OR FITTINGS PRIOR TO BACKFILLING THE TRENCH OR EXCAVATION. THE PHOTOS SHALL BE DATE AND TIME STAMPED. 29. THE CONTRACTOR SHALL TELEVISE ALL WASTEWATER AND STORM WATER CONDUITS AFTER INSTALLATION, BUT PRIOR TO PAVEMENT CONSTRUCTION,'IN ACCORDANCE WITH SPECIFICATION SECTION 027611. IF NECESSARY, CONTRACTOR SHALL TELEVISE EXISTING WASTEWATER LINES TO DETERMINE THE LOCATIONS OF EXISTING SANITARY SEWER SERVICES TO BE RECONNECTED. UNLESS INDICATED OTHERWISE IN THE CONTRACT DOCUMENTS, TELEVISION INSPECTION OF CONDUITS WILL NOT BE PAID FOR DIRECTLY, BUT SHALL BE SUBSIDIARY TO THE ITEMS FOR WHICH IT IS REQUIRED. 30. CONTRACTOR SHALL COORDINATE WITH PROPERTY OWNER PRIOR TO ACCESSING PRIVATE PROPERTY INCLUDING UTILITY EASEMENTS. ALL PERIMETER FENCE REMOVED TO GAIN ACCESS TO THE SITE SHALL BE REPLACED WITH NEW FENCE OF THE SAME MATERIAL. CONTRACTOR SHALL MAINTAIN SITE SECURITY BY MEANS OF TEMPORARY FENCING UNTIL PERMANENT FENCE HAS BEEN ERECTED. CONTRACTOR SHALL RESTORE ALL AREAS AFFECTED BY HIS ACTIVITIES TO PRE - CON STRUCTION CONDITION. RESTORATION EFFORTS INCLUDE, BUT ARE NOT LIMITED TO ALL EQUIPMENT, LABOR AND MATERIALS REQUIRED TO PLACE TOPSOIL AND BLOCK SOD, CONSTRUCT ASPHALT PAVEMENT REPAIRS, CONCRETE SIDEWALK REPAIRS, CONCRETE DRIVEWAY REPAIRS, CONCRETE PAVEMENT REPAIRS, AND UTILITY CONNECTIONS, AS NEEDED. UNLESS NOTED OTHERWISE, ALL OF THE WORK LISTED HEREIN SHALL BE SUBSIDIARY TO OTHER PAY ITEMS AND WILL NOT BE PAID FOR SEPARATELY. E. WASTEWATER (SANITARY SEWER). 1. ABANDONED SERVICES SHALL BE COMPLETELY REMOVED AND CAPPED AT THE MAIN OR MANHOLE. 2. NEITHER BLUE OR WHITE PVC PIPE NOR DUCTILE IRON PIPE SHALL BE USED FOR WASTEWATER LINES. 3, ABANDONED SANITARY SEWER MAINS SHALL BE FILLED WITH PLOWABLE GROUT MATERIAL(SEE MIXTURE NOTE ON NEXT SHEET). THE UPPER 5 FEET OF ABANDONED MANHOLES AND ABANDONED CLEAN -OUTS SHALL BE REMOVED AND THE EXCAVATIONS SHALL BE BACKFILLED WITH SELECT EXCAVATED MATERIAL AND COMPACTED TO NOT LESS THAN 95% STANDARD PROCTOR DENSITY (ASTM D698). 4. WHERE A NEW WASTEWATER LINE IS TO BE PLACED ADJACENT TO A NEW OR EXISTING WATERLINE AT A LATERAL CLEARANCE OF LESS THAN 9 FEET, THAT SECTION OF WASTEWATER LINE SHALL BE PRESSURE RATED PVC, AW WA C900 OR C905, DR 25, NON -BLUE COLORED. THIS ACTIVITY SHALL NOT BE PAID FOR SEPARATELY BUT SHALL BE SUBSIDIARY TO THE PROPOSED WASTEWATER IMPROVEMENTS. 5. ALL NEW AND EXISTING WASTEWATER MAN HOLES SHALL BE ADJUSTED TO FINISH GRADE PER CITY SPECIFICATION SECTION 027205. 6. CLEANING OR PURGING OF EXISTING SANITARY SEWER LINES REQUIRED FOR CONNECTING INTO NEW WASTEWATER LINES SHALL BE THE CONTRACTOR'S RESPONSIBILITY. NO SEPARATE PAYMENT WILL BE MADE TO THE CONTRACTOR FOR CLEANING OR PURGING OF THESE LINES. 7. ALL WASTEWATER MANHOLES INSTALLED ON THIS PROJECT SHALL BE FIBERGLASS. THE MANHOLE MANUFACTURER SHALL PROVIDE CERTIFICATION AND DESIGN CALCULATIONS TO THE CITY SHOWING THAT THE MANHOLES ARE DESIGNED FOR H2O TRAFFIC LOADING AND THE APPLICABLE SOIL AND HYDROSTATIC PRESSURE LOADING CONDITIONS. MINIMUM WALL THICKNESS SHALL BE 0.S0 INCH. IF REQUIRED BY THE MANUFACTURER'S DESIGN, HORIZONTAL RIBS AND/OR VERTICAL STIFFENERS MAY BE UTILIZED TO ACHIEVE THE REQUIRED DESIGN CHARACTERISTICS. 8. WHERE A NEW PVC WASTEWATER LINE IS TO BE CONNECTED TO AN EXISTING VITRIFIED CLAY PIPE SANITARY SEWER LINE, THE CONNECTION SHALL BE MADE WITH ONE OF THE FOLLOWING APPROVED COUPLING ADAPTERS, -MISSION RUBBER COMPANY FLEX -SEAL ADJUSTABLE REPAIR COUPLING (ARC) -FERNCO 5000 SERIES REPAIR COUPLING (RC) NO SEPARATE PAYMENT WILL BE MADE TO THE CONTRACTOR FOR THE COUPLING ADAPTER. 9. WHERE EXISTING SANITARY SEWER SERVICE LINE CONNECTS TO EXISTING SANITARY SEWER TO BE REPLACED, PROVIDE NEW WASTEWATER SERVICE LINE OF SAME SIZE (6" MINIMUM DIAMETER) FROM NEW PVC WASTEWATER MAIN TO EXISTING PRIVATE SEWER LINE AT THE PROPERTY LINE, 10. UNLESS OTHERWISE INDICATED, EXISTING WASTEWATER LINES AND MANHOLES TO BE REMOVED WILL NOT BE PAID FOR DIRECTLY BUT SHALL BE CONSIDERED SUBSIDIARY WORK. E. WASTEWATER (SANITARo SEWER) (CONT.) 11. THE EXACT LOCATION AND SIZE OF EACH INDIVIDUAL WASTEWATER SERVICE CONNECTION SHALL BE DETERMINED IN THE FIELD BY THE CONTRACTOR PRIOR TO INSTALLATION OF THE PROPOSED WASTEWATER LINES. CONTRACTOR SHALL ALSO DETERMINE THE APPROPRIATE TYPE OF WASTEWATER SERVICE CONNECTION TO BE USED AND INSTALL NEW WASTEWATER SERVICE IN ACCORDANCE WITH CITY OF CORPUS CHRISTI SANITARY SEWER STANDARD DETAILS. 12. CONTRACTOR SHALL PROVIDE FOR TEMPORARY BYPASS OF SEWERAGE INTO DOWNSTREAM MANHOLE WHEN REPLACING EXISTING SANITARY SEWER MAINS WITH NEW PVC WASTEWATER PIPE, REHABILITATING EXISTING MANHOLES OR CONSTRUCTING NEW MANHOLES. 13. DEFLECTION TESTING OF PVC WASTEWATER LINES SHALL FOLLOW BACKFILL OPERATIONS BY NOT LESS THAN 30 DAYS. F. WATERLINES 1. WATER METERS SHALL BE ACCESSIBLE DURING CONSTRUCTION. 2. THE CONTRACTOR SHALL COORDINATE WITH CITY WATER DEPARTMENT PERSONNEL TO SCHEDULE OPTIMUM TIME FOR WATER CONNECTION TIE-INS. 3. VALVE BOXES AND METER BOXES TO REMAIN IN SERVICE SHALL BE ADJUSTED TO FINISH GRADE. 4. ABANDONED WATER FITTINGS, VALVES, FIRE HYDRANTS, ETC. SHALL BE RECOVERED AND STOCKPILED AT A SECURE LOCATION BY THE CONTRACTOR FOR SALVAGE BY THE CITY. HOWEVER, ALL RELATED ITEMS THAT ARE UNWANTED BY THE CITY SHALL BECOME THE PROPERTY OF THE CONTRACTOR. 5. WHERE A WASTEWATER LINE AND AWATERLINE CROSS THE WATERLINE SHALL BE PLACED OVER LINE WITH A USUAL VERTICAL CLEARANCE OF 2 FEET. IF THIS IS NOT POSSIBLE, WASTEWATER UA THE WASTEWATER LINE SHALL BE 0900 OR C905 WITH A MINIMUM PRESSURE RATING OF 150 PSI, OR SHALL BEENCASED WITH A STANDARD 20 -FT. LENGTH OF PRESSURE PIPE. THE CASING PIPE SHALL NO FOR DIRECTLY BUT SHALL BE SUBSIDIARY TO THE CARRIER PIPE. NOT PAID 6. WATERLINES SHALL BE PLACED TO DEPTH AS PER CITY'S WATERLINE MINIMUM COVER REQUIREMENTS ON WATER DETAIL SHEETS, OR AS OTHERWISE SHOWN ON THE DRAWINGS. HOWEVER, IT MAY BE NECESSARY TO PLACE THE WATERLINE DEEPER AT CERTAIN LOCATIONS IN ORDER TO AVOID CONFLICTS. 7. PIPE BETWEEN FITTINGS AT VERTICAL AND HORIZONTAL CHANGES IN ALIGNMENT SHALL BE DUCTILE IRON PIPE WITH JOINT RESTRAINT DEVICES. UNLESS INDICATED OTHERWISE IN THE CONTRACT DOCUMENTS, NO ADDITIONAL PAYMENT WILL BE MADE TO THE CONTRACTOR FOR THIS WORK; IT SHALL BE CONSIDERED SUBSIDIARY TO THE BID ITEMS FOR WATER IMPROVEMENTS. 8. CONNECTIONS TO THE EXISTING WATER SYSTEM WILL BE PAID FOR AS INDICATED IN THE BID PROPOSAL. 9. EXISTING ASBESTOS -CEMENT WATERLINES MAY BE REMOVED OR GROUTED & ABANDONED IN PLACE, AT THE CONTRACTOR'S OPTION. HOWEVER, THERE ARE SOME AREAS WHERE THE EXISTING ORDER WATERLINE MUST BE REMOVED IN RD R TO ACCOMMODATE CONSTRUCTION OF THE PROPOSED IMPROVEMENTS. 10. UNLESS OTHERWISE INDICATED, EXISTING WATERLINES AND APPURTENANCES TO BE REMOVED WILL NOT BE PAID FOR DIRECTLY BUT SHALL BE CONSIDERED SUBSIDIARY WORK. 11. WATERLINES TO BE ABANDONED IN PLACE SHALL BE FILLED WITH PLOWABLE GROUT MATERIAL (SEE MIXTURE NOTE ON THIS SHEET), AND SHALL BE DETACHED AND CAPPED A MINIMUM OF 10 FEET FROM THE CONNECTION POINT. 12. ALL ASBESTOS -CEMENT PIPE DESIGNATED FOR REMOVAL SHALL BE DISPOSED OF IN STRICT COMPLIANCE WITH LOCAL, STATE AND FEDERAL REGULATIONS. DISPOSAL OF ASBESTOS -CEMENT PIPE WILL NOT BE PAID FOR DIRECTLY BUT SHALL BE CONSIDERED SUBSI DIARY WORK. 13. WHERE EXISTING WATER SERVICE LINE CONNECTS TO EXISTING WATERLINE TO BE REMOVED OR ABANDONED, PROVIDE NEW WATER SERVICE LINE OF SAME SIZE FROM NEW PVC WATERLINE TO EXISTING WATER METER. 14, THE EXACT LOCATION AND SIZE OF EACH INDIVIDUAL WATER SERVICE CONNECTION SHALL BE DETERMINED IN THE FIELD BY THE CONTRACTOR PRIOR TO INSTALLATION OF THE PROPOSED WATERLINES, CONTRACTOR SHALL INSTALL THE APPROPRIATE SIZE WATER SERVICE FROM THE MAIN TO THE EXISTING WATER METER IN ACCORDANCE WITH CITY OF CORPUS CHRISTI STANDARD WATER DETAILS. 15. FIRE HYDRANT LEADS LONGER THAN 20 FEET MAY UTILIZE C900 PVC (DR 18) PIPE UP TO THE GATE VALVE. 16. RELOCATION OF EXISTING FIRE HYDRANT ASSEMBLY INCLUDES REMOVING AND REINSTALLING THE FIRE HYDRANT IN A DIFFERENT LOCATION. THIS WORK NORMALLY WILL INCLUDE PROVIDING A NEW 6" DUCTILE IRON LEAD AND, IF REQUIRED, A NEW DUCTILE IRON TEE. OTHER ELEMENTS OF THE EXISTING FIRE HYDRANT ASSEMBLY SHOULD BE SALVAGED AND REUSED PROVIDED THAT THESE ELEMENTS ARE IN GOOD CONDITION. G. SPECIAL RESTRICTIONS FOR SEQUENCING WORK 1. DRIVEWAY CONSTRUCTION SHALL BEGIN WITHIN 2 DAYS OF COMPLETING CL(RB & GUTTER. 2, H,M.A.C.P. BASE COURSE SHALL FOLLOW COMPLETED FLEXIBLE BASE COURSE WITHIN 5 DAYS. 3. UTILITIES TO BE ABANDONED SHALL BE MAINTAINED BY THE CONTRACTOR AND REMAIN IN SERVICE UNTIL THE APPROPRIATE SERVICE CHANGEOVERS HAVE BEEN COMPLETED BY THE CONTRACTOR AND ACCEPTED FOR USE BY THE APPROPRIATE CITY OPERATING DEPARTMENT. 4. CONTRACTOR SHALL PROVIDE AND MAINTAIN SUITABLE TEMPORARY STORM WATER DRAINAGE CONDUITS ACROSS ALL DETOURS AND INTERSECTIONS DURING VARIOUS PHASES OF THE WORK, AND SHALL PROVIDE AND MAINTAIN SUITABLE TEMPORARY STORM WATER DRAINAGE CONDUITS AND/OR DITCHES ALONG THE DETOUR AND ROADWAY AS REQUIRED TO PREVENT FLOODING AND PROMOTE POSITIVE RUNOFF FROM THE SITE. SUCH TEMPORARY STORM WATER DRAINAGE DEVICES SHALL BE MAINTAINED UNTIL SUCH TIME THAT PERMANENT STORM WATER DRAINAGE STRUCTURES AND CONDUITS ARE COMPLETED, THESE TEMPORARY DRAINAGE DEVICES WILL NOT BE PAID FOR DIRECTLY BUT SHALL BE CONSIDERED SUBSIDIARY WORK. 5. CONTRACTOR SHALL COORDINATE WATERLINE HYDROSTATIC TESTING AND BACTERIOLOGICAL TESTING WITH THE PROPOSED CONSTRUCTION SEQUENCING FOR THIS PROJECT. H. TRAFFIC S. THE CONTRACTOR SHALL NOTIFY ALL RESIDENTS AND BUSINESS OWNERS WITHIN THE CONSTRUCTION AREA 5 DAYS PRIOR TO PLACING CONSTRUCTION SIGNS. 2, REFLECTORIZED PAVEMENT MARKINGS FOR STREETS SHALL BE TYPE I THERMOPLASTIC 90 MILLS THICK WITH GLASS TRAFFIC BEADS. 3, PAVEMENT MARKING WORDS, SHAPES, SYMBOLS, STOP LINES AND CROSSWALKS SHALL BE PRE- FABRICATED THERMOPLASTIC. 4. CONCRETE PAVEMENTS SHALL BE SEALED WITH TYPE II MARKINGS OR ACRYLIC OR EPDXY PRIMER - SEALER PRIOR TO PLACING TYPE I MARKINGS. PRIMER -SEALER WILL NOT BE PAID FOR DIRECTLY BUT WILL BE CONSIDERED SUBSIDIARY TO THE VARIOUS BID ITEMS. 5. OBLITERATING EXISTING PAVEMENT MARKINGS SHALL NOT BE PAID FOR SEPARATELY, BUT SHALL BE SUBSIDIARY TO THE PAVEMENT MARKING PAY ITEMS. CONSULTANT'S JOB NO. 120472 O a U C 0 +1 z z C 3. z a 0 0 3 C °Ou O d J 0 U O) "(3 N R B ZN NIEEFp od 0) z O0 W Department of Engineering Services m }m GENERAL NOTES REVISION NO. SHEET 4 of 124 RECORD DRAWING NO. STR 869 CITY PROJECT# E12090 H. TRAFFIC (CONT.) 6. TABS, TRAFFIC BUTTONS AND OTHER TEMPORARY OR ABBREVIATED PAVEMENT MARKINGS SHALL NOT BE PAID FOR SEPARATELY, BUT SHALL BE SUBSIDIARY TO THE PAY ITEMS FOR PAVEMENT MARKING AND TRAFFIC CONTROL. 7. AT LEAST 48 HOURS PRIOR TO APPLYING PERMANENT PAVEMENT MARKINGS, THE CONTRACTOR SHALL PREMARK AND NOTIFY THE CITY TRAFFIC ENGINEERING DIVISION AND OBTAIN CITY APPROVAL FOR THE LOCATION, ALIGNMENT AND LAYOUT OF THE PAVEMENT MARKINGS. 8. THE CONTRACTOR SHALL BE RESPONSIBLE FOR PROVIDING AND MAINTAINING TRAFFIC CONTROLS THROUGHOUT THE DURATION OF THE CONTRACT FOR ALL PHASES OF THE WORK, IN ACCORDANCE WITH THE "TEXAS MANUAL ON UNIFORM TRAFFIC CONTROL DEVICES" (LATEST EDITION), TRAFFIC CONTROL PLAN, AND BARRICADE AND CONSTRUCTION STANDARDS, 9. ALL-WEATHER ACCESS TO LOCAL RESIDENCES AND BUSINESSES SHALL BE MAINTAINED THROUGHOUT THE CONSTRUCTION PERIOD. THIS REQUIRES THAT THE CONTRACTOR PROVIDE A PAVEMENT SURFACE COURSE CONSISTING OF CONCRETE, ASPHALT OR SURFACE TREATMENT. 10. THE CONTRACTOR MAY USE EXCAVATED BASE MATERIAL FOR TEMPORARY TRANSITIONS TO EXISTING DRIVEWAYS DURING CONSTRUCTION. HOWEVER, ALL RE -USED BASE MATERIAL MUST BE REMOVED PRIOR TO CONSTRUCTION OF PERMANENT PAVEMENT AND DRIVEWAYS. 11. CONTRACTOR SHALL COORDINATE THE INSTALLATION OF PVC ELECTRICAL CONDUIT FOR STREET LIGHTING WITH A.E.P. FOR CONFIRMATION OF THE LOCATION AND REQUIRED MINIMUM GROUND COVER. 12. CONTRACTOR SHALL NOTIFY THE CITY TRAFFIC ENGINEERING DIVISION AT LEAST 72 HOURS PRIOR TO ANY REQUIRED RE -PROGRAMMING AND/OR TIMING ADJUSTMENTS FOR TRAFFIC SIGNALS. ALL WORK RELATING TO COVERING ("BAGGING") SIGNS AND TRAFFIC SIGNALS FOR TEMPORARY LANE CLOSURES, AND MOVING OR ADJUSTING VIDEO DETECTION CAMERAS, WILL BE DONE BY THE CONTRACTOR AND COORDINATED WITH THE CITY TRAFFIC ENGINEERING DIVISION. THE TRAFFIC CONTROLLER WILL BE PROGRAMMED BY CITY TRAFFIC ENGINEERING DIVISION PERSONNEL INCLUDING THE TIMING OF EACH PHASE FOR VEHICLES AND PEDESTRIANS, AS WELL AS PROGRAMMING THEVIDEO DETECTION ZONES FOR EACH CAMERA. 13. CONTRACTOR SHALL ALSO NOTIFY AND COORDINATE WITH TEXAS DEPARTMENT OF TRANSPORTATION FOR ADJUSTMENTS TO TRAFFIC SIGNALS AT I.H. 37 FRONTAGE ROADS. PROVIDE 48 HOURS ADVANCE NOTICE TO TxDOT WHEN WORK IS PLANNED IN TxDOT RIGHT-OF-WAY, INCLUDING TRAFFIC CONTROL. 14. CONTRACTOR SHALL PROTECT TRAFFIC GROUND BOXES AND TRAFFIC SIGNALS DURING CONSTRUCTION. CONTRACTOR SHALL CLEAN OUT, REPAIR AS NEEDED, AND ADJUST TRAFFIC GROUND BOXES TO FINISH GRADE AND PULL TRAFFIC SIGNAL CABLES AS REQUIRED TO COMPLETE TRAFFIC SIGNAL ADJUSTMENTS. CONTACT THE CITY TRAFFIC ENGINEERING DIVISION AT 826-3540 FOR TRAFFIC SIGNAL CABLE LINE LOCATE ASSISTANCE. 15, CONTRACTOR SHALL REROUTE FIBER OPTIC (P.O.) CABLE AND TRAFFIC SIGNAL CONDUIT AS NEEDED FOR TRAFFIC SIGNAL BOX ADJUSTMENTS AND RELOCATIONS. IF THERE IS INSUFFICIENT CABLE SLACK FOR RELOCATION, THE CITY WILL DISCONNECT THE F.O. CABLE AND SUPPLY ADDITIONAL CABLE IF NEEDED, AND WILL SPLICE AND TERMINATE THE CABLE. CONTRACTOR SHALL TAKE PRECAUTIONS TO ENSURE THAT NO DAMAGE OCCURS TO TRAFFIC SIGNAL CONDUIT AND F.O. CABLE INCLUDING DUCT - TAPING THE ENDS OF CONDUIT. IF DAMAGE OCCURS, CONTRACTOR SHALL MAKE REPAIRS PROMPTLY. 16. SIGN BLADES FOR STREET SIGNS SHALL BE 9 INCHES WIDE EXTRUDED BLADES WITH 6 -INCH SERIES 'C' WIDE TEXT OR SERIES 'B' NARROW TEXT, DEPENDING ON THE NUMBER OF CHARACTERS, AND 3 -INCH SERIES 'B' NARROW TEXT FOR SUFFIX AND BLOCK NUMBERS. BACKGROUND COLOR GREEN. SHEETING SHALL BE "HIGH INTENSITY PRISMATIC (HIP)" WITH WHITE TEXT. 17. SIGNS SHALL BE 6063-T6 EXTRUDED ALUMINUM ALLOY AND SHALL BE FREE OF BURRS, CORROSION, WHITE RUST AND DIRT. 18. ALL TRAFFIC SIGNS ON THIS PROJECT (EXCEPT STREET SIGN BLADES) SHALL HAVE ANTI -GRAFFITI FILM ON BOTH SIDES AND SHALL UTILIZE TRIANGULAR SLIPBASE SYSTEM INSTALLATION. 19. ALL MATERIALS SHALL BE NEW AND UN -WEATHERED. I. MISCELLANEOUS 1. CONCRETE SHALL BE SAW -CUT WHERE AN EXISTING CONCRETE STRUCTURE IS TO BE PARTIALLY REMOVED. 2. TREE TRIMMING SHALL BE DONE IN ACCORDANCE WITH STANDARD HORTICULTURAL PRACTICE. TREES, TREE STUMPS AND BRUSH WITHIN THE R.O.W. THAT CONFLICT WITH THE PROPOSED IMPROVEMENTS SHALL BE REMOVED AND HAULED AWAY. PAYMENT FOR THIS WORK IS SUBSIDIARY TO ITEM "CLEAR RIGHT-OF-WAY". 3. PRIMING AND HOT -MIX PLACING OPERATIONS SHALL NOT BE CONDUCTED ON DAYS FOR WHICH AN OZONE ADVISORY HAS BEEN ISSUED, EXCEPT FOR REPAIRS. 4. FENCES SHALL BE RELOCATED PER STANDARD SPECIFICATIONS OR AS DIRECTED BY THE ENGINEER, THE CONTRACTOR SHALL NOT DISTURB FENCES ALONG THE R.O.W. THAT DO NOT ENCROACH WITHIN THE R.O.W., UNLESS DIRECTED BY THE ENGINEER AND REQUIRED FOR GRADE ADJUSTMENTS. ALL FENCES ON PRIVATE PROPERTY THAT ARE DISTURBED, REMOVED, ETC., FOR THE CONTRACTOR'S CONVENIENCE, SHALL BE REPLACED WITH LIKE -KIND OR BETTER AT THE CONTRACTOR'S EXPENSE. 5. UNLESS OTHERWISE INDICATED, REMOVAL OF EXISTING FENCE IN AREAS TO RECEIVE NEW FENCE WILL NOT BE PAID FOR DIRECTLY, BUT SHALL BE SUBSIDIARY TO THE VARIOUS BID ITEMS. THE CONTRACTOR SHALL PROVIDE A TEMPORARY FENCE FROM THE TIME AN EXISTING FENCE IS REMOVED TO THE TIME THE PROPOSED FENCE IS REPLACED. THIS WORK WILL NOT BE PAID FOR DIRECTLY BUT CONSIDERED SUBSIDIARY TO THE VARIOUS BID ITEMS. 6. ALL WORK SHALL BE PERFORMED DURING DAYLIGHT HOURS UNLESS SPECIAL PERMISSION IS GIVEN FOR NIGHT WORK. 7. THE STORM WATER POLLUTION PREVENTION PLAN SHALL CONSIST OF USING THE BID ITEMS BLOCK SODDING,SEEDING, SILT FENCE AND EROSION CONTROL LOGS AS SHOWN ON THE PLANS. BLOCK SODDING SHALL BE PLACED AS SOON AS POSSIBLE AFTER COMPLETION OF CURBS, SIDEWALKS, DRIVEWAYS AND SITE GRADING. IF INLETS, MANHOLES OR JUNCTION BOXES ARE BUILT IN STAGES, EROSION CONTROL LOGS SHALL BE PLACED AROUND THE STRUCTURE. ONCE INSTALLED, EROSION CONTROL LOG SHALL REMAIN IN PLACE UNTIL DISTURBED AREAS HAVE ACHIEVED AT LEAST75% VEGETATIVE COVER. CONTRACTOR SHALL PROPERLY MAINTAIN STRUCTURAL B.M.P.S THROUGHOUT THE PROJECT DURATION. 8. TOPSOIL AND SEEDING SHALL BE PLACED ON ALL DISTURBED AREAS OUTSIDE OF THE R,O.W. TOPSOIL SHALL HAVE A pH RANGE OF 5.5 TO 7, AND SHALL BE FREE OF STONES LARGER THAN ONE INCH, DEBRIS, AND EXTRANEOUS MATERIALS HARMFUL TO PLANT GROWTH. IF REQUIRED, CONTRACTOR SHALL PROVIDE SOIL -STABILIZING BLANKET OF JUTE MAT, WOOD EXCELSIOR OR MULCH NETTING TO STABILIZE STEEP SLOPES AND ESTABLISH GRASS GROWTH. SOIL -STABILIZING BLANKET WILL NOT BE PAID FOR SEPARATELY, 9. ALL PROPOSED EASEMENTS AND RIGHTS-OF-WAY FOR THIS PROJECT HAVE BEEN ACQUIRED. I. MISCELLANEOUS (CONT.) 10. THE CONTRACTOR SHALL BE RESPONSIBLE FOR PROCURING ALL LEGALLY REQUIRED PERMITS AND LICENSES, PAY ALL CHARGES AND FEES, GIVE ALL NOTICES NECESSARY AND INCIDENTAL TO THE DUE AND LAWFUL PROSECUTION OF THE WORK, AND ARRANGE FOR ALL INSPECTIONS. THIS INCLUDES FILING FOR AND PROCURING A TEXAS POLLUTANT DISCHARGE ELIMINATION SYSTEM (TPDES) NOTICE OF INTENT (NCI) FOR LARGE CONSTRUCTION PROJECTS, WITH THE TEXAS COMMISSION ON ENVIRONMENTAL QUALITY (TCEQ), PRIOR TO BEGINNING CONSTRUCTION. THE NOTICE OF INTENT AND CONSTRUCTION SITE NOTICE SHALL BE PROMINANTLY POSTED AT THE JOBSITE AT ALL TIMES. THE CONTRACTOR SHALL ALSO FILE A NOTICE OF TERMINATION WITH THE TCEQ UPON FINAL COMPLETION OF THE WORK. 11. REFER TO STANDARD SPECIFICATION SECTION 028200 REGARDING RELOCATION OF MAIL BOXES. 12. CONTRACTOR SHALL CUT AND PLUG EXISTING IRRIGATION LINES LOCATED WITHIN THE R.O.W. AND SALVAGE IRRIGATION PIPE AND SPRINKLER HEADS FOR THE PROPERTY OWNER. THIS WORK WILL NOT BE PAID FOR SEPARATELY, BUT IS INCLUDED UNDER 'CLEAR RIGHT-OF-WAY". 13. WHERE CONTRACTOR INTENTIONALLY OR UNINTENTIONALLY DAMAGES OR REMOVES IRRIGATION PIPE, SPRINKLER HEADS, METERS OR CONTROLLERS, CONTRACTOR SHALL WATER LANDSCAPED AREAS SUFFICIENTLY (QUANTITY AND FREQUENCY) SO THAT NO DAMAGE IS INCURRED TO VEGETATION. CONTINUE VEGETATIVE WATERING UNTIL IRRIGATION SYSTEM IS FULLY RESTORED. CONTRACTOR SHALL REPLACE, IN KIND, AT THE CONTRACTOR'S EXPENSE, ANY IRRIGATION COMPONENTS, TREES, GRASS, PLANTS OR OTHER LANDSCAPING DAMAGED BY CONTRACTOR'S OPERATIONS. 14. CONCRETE RIPRAP AND CONCRETE SLOPE PROTECTION SHALL BE CLASS 'A' (3000 PSI AT 28 DAYS) IN ACCORDANCE WITH STANDARD SPECIFICATION SECTION 030020. 15. CONTRACTOR SHALL SPRINKLE FOR DUST CONTROL AS NEEDED OR AS DIRECTED BY THE ENGINEER. NO ADDITIONAL PAYMENT WILL BE MADE FOR THIS SUBSIDIARY WORK. J. DESIGN CRITERIA 1. ROADWAY GEOMETRICS WERE DESIGNED FOR 45 MPH DESIGN SPEED. 2. RIGID (CONCRETE) PAVEMENT DESIGN WAS BASED ON: -UP RIVER ROAD TO I.H. 37: 1,181,956 E.A.L. (18 -KIP) FOR 30 -YEAR DESIGN LIFE -I.H. 37 TO LEOPARD STREET: 4,504,964 E.A.L. (18 -KIP) FOR 30 -YEAR DESIGN LIFE 3. FLEXIBLE (H.M.A.C.) PAVEMENT DESIGN WAS BASED ON: -UP RIVER ROAD TO I.H. 37: 979,135 E.A,L. (18 -KIP) FOR 30 -YEAR DESIGN LIFE -I.H. 37 TO LEOPARD STREET: 3,682,914 E.A.L. (18 -KIP) FOR 30 -YEAR DESIGN LIFE 4. AS DIRECTED BY THE DIRECTOR OF CAPITAL PROGRAMS, RE -DESIGN OF STORM WATER SYSTEM DOES NOT COMPLY WITH CITY OF CORPUS CHRISTI STORM WATER MASTER PLAN, 5. THIS PROJECT IS LOCATED IN THE INNER HARBOR DRAINAGE BASIN. 6. THESE DRAWINGS ARE SCALED TO BE PRINTED ON 22"X 34" (ANSI D -SIZE) SHEETS. PLOWABLE GROUT MATERIAL: "DARAFILL" ADMIXTURE MANUFACTURED BY GRACE CONSTRUCTION PRODUCTS. PLOWABLE GROUT SHALL BE SUPPLIED WITH THE FOLLOWING MIXTURE BY AN APPROVED READY -MIX SUPPLIER. THE MANUFACTURER'S REPRESENTATIVE SHALL BE CONSULTED FOR ANY FINAL ADJUSTMENTS TO IMPROVE THE FLOWABILITY OF THE MIXTURE. 1001bs/CY PORTLAND CEMENT 300 Ibs/CY FLY ASH 250 lbs/CY WATER 2100 Ibs/CY SAND 6 oz/CY DARAFILL CAUTION: EXISTING HIGH PRESSURE GAS LINES AND PRODUCT PIPELINES ARE LOCATED WITHIN THE PROJECT LIMITS. CONTRACTOR SHALL NOTIFY THE CITY GAS DEPARTMENT AND APPROPRIATE PIPELINE COMPANIES 72 HOURS PRIOR TO ACTUAL START OF CONSTRUCTION, AND HAVE ALL PIPELINES LOCATED PRIOR TO BEGINNING CONSTRUCTION. TESTING SCHEDULE (CONCRETE PAVEMENT OPTION) DESCRIPTION RATE EST. QUANTITY SOILS: STANDARD PROCTOR - TRENCH BACKFILL PER MATERIAL SOURCE 1 STANDARD PROCTOR - SUBGRADE PER STREET 1 DENSITIES - TRENCH BACKFILL PER 200 LF TRENCH/LIFT 154 DENSRIES - SUBGRADE ((STREET) PER 310 SY 98 DENSITIES - SUBGRADE (DRIVEWAYS) PER 2 DRIVEWAYS 27 DENSITIES - SUBGRADE ((SIDEWALKS)) PER 5000 SF 7 FLEXIBLE BASE: SIEVE ANALYSIS PER 3000 CY 2 ATTERBERG LIMITS PER 3000 CY 2 MODIFIED PROCTOR PER 3000 CY 2 L.A. ABRASION PER 3000 CY 2 CBR (STANDARD) PER MATERIAL SOURCE 1 DENSITIES OF COMPACTED BASE PER 310 SY/LIFT 98 WET BALL MILL TEST PER MATERIAL SOURCE 1 TRIAXIAL TEST PER MATERIAL SOURCE 1 HOT -MIX ASPHALT CONCRETE (HMAC): EXTRACTION, SIEVE ANALYSIS PER 500 TONS OR DAY 7 LADENSITY & STABILITY PER 500 TONS OR DAY 7 THEORETICAL DENSITY (RICE METHOD) PER 500 TONS OR DAY 7 TEMPERATURE - DURING LAY -DOWN CONTINUOUS AS NEEDED - THICKNESS - IN PLACE (CORE) PER 1000 LF STREET 2 B AIR VOIDS - IN PLACE (CORE) PER 1000 LF STREET 2 S THEORETICAL DENSITY - IN PLACE (CORE) PER 1000 LF STREET 2 CONCRETE: (UNCONFINED COMPRESSION, 7, 14, & 28 DAY) HEADER CURB PER 500 LF CURB 18 SIDEWALKS AND CURB RAMPS PER 4000 SF 9 DRIVEWAYS PER 2500 SF 11 CURB, POST & GRATE INLETS PER 6 EACH 6 BOX CULVERTS (CAST -IN-PLACE) PER 100 LF 0 STORM SEWER MANHOLES (CAST -IN-PLACE) PER 2 EACH 10 RIPRAP, APRONS & S.E.T.s PER 4000 SF 1 MANHOLE BASE/FOOTING PER 10 EACH 3 RIGID PAVEMENT: FLEXURAL (BEAM) STRENGTH (7 & 28 DAY) PER 2500 SY OR DAY 12 AIR CONTENT PER 2500 SY OR DAY 12 SLUMP PER 2500 SY OR DAY 12 TESTING SCHEDULE (H.M.A.C. PAVEMENT OPTION) DESCRIPTION RATE EST. QUANTITY SOILS: STANDARD PROCTOR - TRENCH BACKFILL PER MATERIAL SOURCE 1 STANDARD PROCTOR - SUBGRADE PER STREET 1 DENSITIES - TRENCH BACKFILL PER 200 LF TRENCH/LIFT 154 DENSRIES - SUBGRADE (STREET) PER 310 SY 98 DENSITIES - SUBGRADE (DRIVEWAYS) PER 2 DRIVEWAYS 27 DENSITIES - SUBGRADE (SIDEWALKS) PER 5000 SF 7 FLEXIBLE BASE: SIEVE ANALYSIS PER 3000 CY 3 ATTERBERG LIMITS PER 3000 CY 3 MODIFIED PROCTOR PER 3000 CY 3 L.A. ABRASION PER 3000 CY 3 CBR (STANDARD) PER MATERIAL SOURCE 1 DENSITIES OF COMPACTED BASE PER 310 SY/LIFT 196 WET BALL MILL TEST PER MATERIAL SOURCE 1 TRIAXIAL TEST PER MATERIAL SOURCE 1 HOT -MIX ASPHALT CONCRETE (HMAC): EXTRACTION, SIEVE ANALYSIS PER 500 TONS OR DAY 22 LAB DENSITY & STABILITY PER 500 TONS OR DAY 22 THEORETICAL DENSITY (RICE METHOD) PER 500 TONS OR DAY 22 TEMPERATURE - DURING LAY -DOWN CONTINUOUS AS NEEDED - THICKNESS - IN PLACE (CORE) PER 1000 LF STREET 2 B AIR VOIDS - IN PLACE (CORE) PER 1000 IF STREET 2 S THEORETICAL DENSITY - IN PLACE (CORE) PER 1000 LF STREET 2 CONCRETE: (UNCONFINED COMPRESSION, 7, 14, & 28 DAY) CURB & GUTTER PER 500 LF CURB 18 SIDEWALKS AND CURB RAMPS PER 4000 SF 9 DRIVEWAYS PER 2500 SF 11 CURB, POST & GRATE INLETS PER 6 EACH 6 BOX CULVERTS (CAST -IN-PLACE) PER 100 LF 0 STORM SEWER MANHOLES (CAST -IN-PLACE) PER 2 EACH 10 RIPRAP, APRONS & S.E.T.s PER 4000 SF 1 MANHOLE BASE/FOOTING PER 10 EACH 3 RIGID PAVEMENT: FLEXURAL (BEAM) STRENGTH (7 & 28 DAY) PER 2500 SY OR DAY 1 AIR CONTENT PER 2500 SY OR DAY 1 SLUMP PER 2500 SY OR DAY 1 NOTE: THE ABOVE TESTING RATES ARE ONLY ANTICIPATED GUIDELINES. THE ENGINEER RESERVES THE RIGHT TO CONDUCT ADDMONAL TESTING AT THEIR DISCRETION. CONSULTANT'S JOB NO. 120472 U DESCRIPTION (f) cpv , Q 144 U a_ c 0 c.) 41111 015 Department of Engineering Services m 2 N M O W W D Z Z LU O 0 Ln W z O( Z 0 W Z Z Q W O SHEET 5 of 124 RECORD DRAWING NO. d o STR 869 N CITY PROJECT# E12090 N BASE BID (PART 1) -CONCRETE PAVEMENT Part A: General ITEM DESCRIPTION ITEM DESCRIPTION QTY. UNIT 1-A1 Mobilization/ Bonds/ Insurence_(Maximum of5% of Total Contract Price) 1 LS 1-A2 Clear Right -of -Way 9.31 AC 1-A3 Ozone Advisory Day 2 DAY 1-A4 Temporary Detour Pavement 50 SY 1-A5 Fence Relocation 160 LF 1-A6 Survey Monument 2 EA 1-A7 Block Sodding 7213 SY 1-A8 Seeding for Erosion Control 768 SY 1-A9 Silt Fence for Storm Water Pollution Prevention 50 LF 1-A10 12" Erosion Control Log 2964 LF 1 -All Construction Exit 8 EA 1-Al2 Temporary Traffic Controls During Construction 1 LS 1-A13 Mail Box Relocation 2 EA Part B' Rigid (Concrete) Paving, Marking & Signage Improvements [60' Back -to -Back of Curbs] ITEM DESCRIPTION QTY. UNIT 1-61 Street Excavation 30,395 SY 1-B2 12" Compacted Subgrade 6" Crushed Limestone Flexible Base (Type A, Grade 1) 30,395 30,395 SY SY 1-B3 1-64 Prime Coat (0.15 Ga9SY) 4560 GAL 1-B5 1" HMAC Pavement (Type D) Bond Breaker 29,555 SY 1-66 7" Continuously Reinforced Concrete Pavement (Class P) 13,600 SY 1-67 9" Continuously Reinforced Concrete Pavement (Class P) 15,955 SY 1-B8 6" Concrete Driveway 25,308 SF 1-69 Unanticipated Concrete Driveway Removal 500 SF 1-B10 Prefab. Pavement Marking Type C (W) (ARROW) 27 EA 1-B11 Prefab. Pavement Marking Type C (W) ("ONLY') Refl. Pavement Marking Type I (W) (4") (Broken) 6 1871 EA LF 1-B12 1-B13 Refl. Pavement Marking Type I (Y) (4") (Broken) 1592 LF 1-B14 Refl. Pavement Marking Type I (W) (4") (Solid) 340 LF 1-B15 Refl. Pavement Marking Type I (Y) (4") (Solid) 7499 LF 1-616 Refl. Pavement Marking Type I (W) (8") (Solid) 652 LF 1-617 Refl. Pavement Marking Type I (VV) (24") (Solid) 285 LF 1-618 Refl. Pavement Marking Type I (Y) (24") (Solid) (Gore) 78 LF 1-B19 TY I -C Raised Pavement Marker (Reflectorized) 127 EA 1-B20 TY II -A -A Raised Pavement Marker (Reflectorized) 215 EA 1-B21 Street Sign Assembly w/9" Blades (Green) 1 5 10 EA EA EA 1-B22 Street Sign Assembly w/ 9" Blades (Green) and STOP Sign 1-623 NO PARKING Sign 1-B24 Other Regulatory Sign 21 EA 1-B25 Asphalt Pavement Repair (Type 1) 100 SY 1-B26 Asphalt PavementRepair(Type2) 290 SY 1-627 6" Concrete Pavement Repair (Class P) 25 SY 1-B28 Allowance for Unanticipated -Street Related Improvements 1 LS 1-B29 Prefab. Pavement Marking Type C (Yield Marking) (Triangle) 80 LF Part C. ADA Pedestrian Improvements ITEM DESCRIPTION QTY. UNIT 1-C1 4" Concrete Sidewalk 33,214 SF 1-02 Concrete Sidewalk Retaining Curb (24" Maximum Height) 636 LF 1-C3 Concrete Curb Ramp 1388 SF 1-04 Unanticipated Concrete Sidewalk Removal 100 SF 1-05 Prefab. Pavement Marking Type C for Crosswalks (W) (12") 1210 LF 1-C6 Prefab. Pavement Marking Type C for Crosswalks (W) (24") 224 LF Part D: Gas LineImprovements (by Contractor) ITEM DESCRIPTION QTY. UNIT 1-D1 Adjust Existing Gas Valve Box to Finish Grade 4 EA 1-D2 Final BackfiII & Compaction for Gas Line Trench 7200 LF 1-03 Remove Abandoned Gas Line, Back%ll & Compact 7231 LF 1-04 6" Steel Split Casing for Existing 2" Dia. Gas Line 8" Steel Split Casing for Existing 4" Dia. Gas Line 250 240 LF LF 1-D5 Part E: Signalization Improvemstits ITEM DESCRIPTION QTY. UNIT 1-E1 DRILLSHAFT(TRFSIGPOLE)(361N) 65 LF 1-E2 DRILL SHAFT (TRF SIG POLE)(48IN) 66 LF 1-E3 CONDT(RM)(2") 563 LF 1-E4 CONDT (RM) (2") (BORE) 499 LF 1-E5 CONDT (RM) (4") 186 LF 1-E6 CONDT (RM) (4") (BORE) 767 LF 1-E7 ELEC CONDR (NO. 6) BARE 123 LF 1-E8 ELEC CONDR (NO. 6) INSULATED 246 LF 1-E9 ELEC CONDR (NO. 8) BARE 1586 LF 1-E10 ELECCONDR(NO.8)INSULATED 2070 LF 1 -Eli GROUND BOX TY A (122311) W/APRON 7 EA 1-E12 GROUND BOX TY C (162911) W/APRON 12 EA 1-E13 REMOVE EXISTING GROUND BOXES 12 EA 1-E14 ELC SRV TY D 120/240 070 (NS)AL(E)TS(0) 2 EA 1-E15 INSTALL HWY TRF SIG (ISOLATED) 2 EA 1-E16 TRAFFIC SIGNAL CONTROLLER ASSY(TS-2)ECONOLITE 2 EA 1-E17 CONTROLLER FOUNDATION & EXTENSION 2 EA 1-E18 (.25KW EQ) LED LUMINAIRE 6 EA 1-E19 ALUMINUM SIGNS (TRAFFIC SIGNAL) 8 EA 1-E20 EXTRUDED ALUMINUM SIGNS (TRAFFIC SIGNAL) 8 EA 1-E21 WIND DAMPING PLATE 7 EA 1-E22 DRILL SHAFT (TRF SIG POLE)(24 IN) 84 LF 1-E23 BACK PLATE (12 IN) (3 SEC) 16 EA 1-E24 BACK PLATE (12 IN) (4 SEC) 4 4 EA EA 1-E25 VEH SIG SEC (12 IN) LED (GRN AR WI 1-E26 VEH SIG SEC (12 IN) LED (GRN) 16 EA 1-E27 VEH SIG SEC (12 IN)LED (YEL ARW) 8 EA 1-E28 VEH SIG SEC (12 IN) LED (YEL) 16 EA 1-E29 VEH SIG SEC (12 IN) LED (RED ARW) 4 EA 1-E30 VEH SIG SEC (12 IN) LED (RED) 16 EA 1-E31 PED SIG SEC (16 IN) LED (COUNTDOWN) 16 EA 1-E32 TRF SIG CBL (TY A) (12 AWG) (2 CONDR) 3831 LF 1-633 TRF SIG CBL (TY A) (14 AWG) (5 CONDR) 4451 LF 1-E34 TRF SIG CBL (TVA) (14 AWG) (7 CONDR) 277 LF 1-E35 TRF SIG CBL (TVA) (14 AWG) (16 CONDR) 1077 1 LF EA 1-636 INS TRF SIG PL AM(S) 1 ARM (24') LUM 1-E37 INS TRF SIG PL AM(S) 1 ARM (28') 1 EA 1-E38 INS TRF SIG PL AM(S) 1 ARM (28') LUM 2 EA 1-E39 INS TRF SIG PL AMO 1 ARM (32') LUM 1 EA 1-E40 INS TRF SIG PL AM(S) 1 ARM (50') 1 EA 1-E41 INS TRF SIG PL AM(S) 1 ARM (50') LUM 1 EA 1-E42 INS TRF SIG PL AM(S) 1 ARM (65') LUM 1 EA 1-E43 PED POLE ASSEMBLY 14 EA 1-E44 REMOVING TRAFFIC SIGNALS 3 EA 1-E45 RADAR PRESENCE DETECTION DEVICE (RPDD) 8 EA 1-646 RADAR COMM CABLE 1304 LF 1-E47 ACCESSIBLE PEDESTRIAN SIGNAL UNITS 16 EA 1-E48 ETHERNET CAT 5 CABLE (COHU CA200 SERIES) 256 LF 1-E49 CAMERA.P17 (COHU 3960 SERIES 2 EA 1-E50 TEMPORARYTRAFFIC SIGNALS 1 EA 1-E51 BARRICADES 3 LS 1-E52 MOBILIZATION 1 LS Par F: Street Lighting Conduit (by Contractor);;' ITEM DESCRIPTION QTY. UNIT 1-F1 3" Dia. PVC (Sch. 40) Elec. Conduit for Street Lights 3830 LF 1-F2 3" Dia. PVC Cap 4 I EA 1-F3 11" x 18" x 18" Ground Box for Street Lighting Conduit 7 EA Part G =Storm'""Water;'( Drainage) Improvements ITEM DESCRIPTION QTY. UNIT 1-G1 15" Dia. RCP (Class III) 56 LF 1-G2 18" Dia. RCP (Class III) 1137 382 LF LF 1-G3 24" Dia. RCP (Class III) 1-G4 27" Dia. RCP (Class III) 12 LF 1-G5 30" Dia. RCP (Class III) 55 LF 1-G6 Tie-in Existing 6" Dia. PVC 1 EA 1-G7 Tie-in Existing 15" Dia. RCP 2 EA 1-G8 Tie-in Existing 18" Dia. RCP 5 EA 1-G9 Tie-in Existing 24" Dia. RCP 3 EA 1-G10 Tie-in Existing 30" Dia. RCP 2 3 4 EA EA EA 1-G11 15" Dia. Concrete Plug 1-G12 18" Dia. Concrete Plug 1-G13 Sidewalk Drain 2 EA 1-G14 5' Standard Curb Inlet 25 EA 1-G15 5' Inlet Extension 13 EA 1-G16 Grate Inlet 1 EA 1-G17 Post Inlet 8 EA 1-G18 4' Dia. Concrete Storm Water Manhole (Type A) 1 EA 1-G19 Adjust Existing Storm Water Manhole to Finish Grade 10 EA 1-G20 6" Concrete Header Curb 5648 LF 1-G21 Unanticipated Curb & Gutter Removal 100 LF 1-G22 5" Concrete Riprap 97 1642 SF LF 1-G23 Trench Safety for Storm Water Conduits 1-G24 Trench Safety for Storm Water Inlet 35 EA 1-G25 Trench Safety for Storm Water Manhole or Junction Box 19 EA 1-G26 Allowance for Unanticipated Storm Water Improvements 1 LS 1-G27 4Dia. Conc. Storm Water Manhole (Type A) on Existing RCP 8 EA 1-G28 7' Dia. Conc. Storm Water Manhole (Type A) on Existing RCP 5 EA 1-G29 5' Special Storm Water Curb Inlet 1 EA 1-G30 Concrete Manhole Riser on Existing Box Culvert 4 EA 1-G31 4' SQ. Concrete Storm Water Junction Box 1 EA Part H."Water Distribution Improvements ;j ITEM DESCRIPTION QTY. UNIT 1-I-11 4" Dia. Tie-in/ Connection 3 EA 1-H2 6" Dia. Tie-in/ Connection 3 EA 1-1-13 8" Dia. Tie-in/ Connection 11 EA 1-H4 12" Dia. Tie-in/ Connection 2 EA 1-H5 Remove OR Grout & Abandon In -Place, Existing 4" - 12" Dia. Asbestos -Cement Waterline 6698 LF 1-H6 8" Dia. C900 PVC Waterline (DR 18) 4864 LF 1-H7 12" Dia. C900 PVC Waterline (DR 18) 197 LF 1-H8 8" Dia. Ductile Iron Waterline (Pressure Class 350 psi) 40 LF 1-H9 6" x 2" D.I. Reducer 1 EA 1-H10 8" x 4" D.I. Reducer 1 EA 1-H11 8" x6" D.I. Reducer 4 EA 1-H12 12"x8"DJ. Reducer 2 EA 1-H13 24" x 8" D.I. Reducer 1 EA 1-H14 8" Dia. 11.25°0.1. Bend 8 EA 1-H15 8" Dia. 45° D.I. Bend 50 EA 1-H16 12" Dia. 45° D.I. Bend 4 EA 1-H17 8" x6" D.I. Tee 1 EA 1-H18 8"x8"DI Tee 10 EA 1-H19 6" Gate Valve with Box and Cover 1 EA 1-H20 8" Gate Valve with Box and Cover 37 EA 1-H21 Fire Hydrant Assembly (Type 1) 16 EA 1-H22 Remove and Replace Existing 1" Dia. Water Service 1 EA 1-H23 Remove and Replace Existing 2" Dia. Water Service 15 EA 1-H24Water 2 Existing Relocate Meter Adjust Existing Water Valve Boxes and Meter Boxes to Finish Grade 4 1 EA LS 1-H25 1-H26 Trench Safety for Waterlines 11,799 LF 1-H27 Allowance for Unanticipated Water Improvements 1 LS 1-H28 Water Meter Vault 1 EA Pail*. Wastewater (Sanitary Sewer) Improvements ITEM DESCRIPTION QTY, UNIT 1-11 4" Dia. Tle-in' Connection Gravity) 4 EA 1-12 6" Dia. Te -in/ Connection ;Gravity) 5 EA 1-13 8" Dia. Te -in/ Connection Gravity) 7 EA 1-14 Remove Existing Wastewater Line (6'-12' Depth) 1136 LF 1-15 Remove Existing Wastewater Line (12'-18' Depth) 300 LF 1-16 Bypass Pumping of Raw Sewerage 1 LS 1-17 6" Dia. PVC SDR26 WastewaterGravi Line 0'-6' Death 95 LF 1-I8 6" Dia. PVC (SDR26) Wastewater Gravity Line (6'-8' Depth) 10 LF 1-19 8" Dia. PVC (SDR 26) Wastewater Gravity Line (0'-6' Depth) 162 LF 1-110 8" Dia. PVC (SDR 26) Wastewater Gravity Line (6'-8' Depth) 248 LF 1-111 8" Dia. PVC (SDR26) Wastewater Gravity Line (8'-10' Depth) 920 LF 1-112 8" Dia. PVC (SDR 26) Wastewater Gravity Line (10'-14' Depth) 40 LF 1-113 8" Dia. PVC Wastewater Pressure Pipe (150psi) for Waterline Crossing (6'-8' Depth) 120 LF 1-114 4' Dia. Fiberglass Manhole (< 6' Depth) 14 EA 1-115 Extra Depth for 4' Dia. Manhole (Over6' Depth) 38 VF 1-116 6' Dia. Drop Connection 1 EA 1-117 8" Dia. Drop Connection 1 EA 1-118 Replace Existing Wastewater Service w/ New Service Connection 3 EA 1-119 Adjust Existing Wastewater Manhole to Finish Grade 2 EA 1-120 Trench Safety for Wastewater Lines 3864 LF 1-21 Trench Safety for Wastewater Manhole 17 EA 1-22 Allowance for Unanticipated Wastewater Improvements 1 LS 1-123 8" Dia. Pipe bursting (VCP to HDPE) 1,362 LF 1-24 Contractor Option: 6" Dia. Pipebursting (VCP to HOPE) OR 8" Dia. PVC (SDR 26)WVV Gravity Line Remove & Replace 65 LF 1-125 Contractor Option: 8" Dia. Pipebursting (VCP to HDPE) OR 8" Dia. PVC (SDR 26) NM/Gravity Line Remove & Replace 768 LF 1-126 Rehabilitate Existing 4' Dia. Sanitary Manhole (8' Depth) 1 EA 1-27 Rehabilitate Existing 5' Dia. Sanitary Manhole (18' Depth) 1 EA 1.28 Contractor Option: Rehabilitate Existing 4' Dia. Sanitary M.H. (8' Depth) OR4' Dia. Fiberglass Manhole Remove & Replace 3 EA E zor U 0 2 ❑ CONSULTANT'S JOB NO. 120472 v) 03 N 04 0 REVISION NO. Department of Engineering Services N QUANTITIES PAVEMENT OPTION 0 W W Q v)Z W 0 REVISION NO. SHEET 6 of 124 RECORD DRAWING NO. STR 869 CITY PROJECT# E12090 BASE BID (PART 21- HOT MIX ASPHALTIC CONCRETE PAVEMENT Part A:, General ITEM DESCRIPTION QTY. UNIT 2 -Al Mobilization/ Bonds/ Insurance (Maximum of 5% of Total Contract Price) 1 LS 2-A2 Clear Right -of -Way 9.31 AC 2-A3 Ozone Advisory Day 2 DAY 2-A4 Temporary Detour Pavement 50 SY 2-A5 Fence Relocation 160 LF 2-A6 Survey Monument 2 EA 2-A7 Block Sodding 7213 SY 2-A8 Seeding for Erosion Control 768 SY 2-A9 Silt Fence for Storm Water Pollution Prevention 50 LF 2-A10 12" Erosion Control Log 2964 LF 2 -All Construction Exit 8 EA 2-Al2 Temporary Traffic Controls During Construction 1 LS 2-A13 Mail Box Relocation 2 EA Part B: Flexible (HMAC) Paving, Marking & Signage Improvements 60' Back -to -Back of Curbsp ITEM DESCRIPTION QTY. UNIT 2-61 Street Excavation 30,395 SY 2-B2 12" Compacted Subgrade 30,395 SY 2-83 Tenser BX -1100 Biaxial Geogrid 30,395 SY 2-84 11' Crushed Limestone Flexible Base (Type A, Grade 1) 30,395 SY 2-B5 Prime Coat (0.15 Gal/SY) 4560 GAL 2-86 One -Course Surface Treatment Undersea) 27,511 SY 2-B7 4" Hot Mix Asphalt Concrete Pavement Type B Base Course 12,668 SY 2-B8 5" Hot Mix Asphalt Concrete Pavement Type B Base Course 14,842 SY 2-89 2" Hot Mix Asphalt Concrete Pavement Type D Surface Course 12,668 SY 2-B10 3" Hot Mix Asphalt Concrete Pavement Type D Surface Course 14,842 SY 2-611 6" Concrete Pavement (Class A) 25 SY 2-612 6" Concrete Driveway 25,308 SF 2-613 Unanticipated Concrete Driveway Removal 500 SF 2-614 Prefab. Pavement Marking Type C (W) (ARROW) 27 EA 2-B15 Prefab. Pavement Marking Type C (1M ("ONLY') 6 EA 2-616 Refl. Pavement Marking Type ION) (4") (Broken) 1871 LF . 2-817 Refl. Pavement Marking Type 1(Y) (4") (Broken) 1592 LF 2-B18 Refl. Pavement Marking Type l(W) (4") (Solid) 340 LF 2-B19 Refl. Pavement Marking Type I (Y) (4") (Solid) 7499 LF 2-B20 Refl. Pavement Marking Type I (W) (8") (Solid) 652 LF 2-B21 Refl. Pavement Marking Type l(W) (24") (Solid) 285 LF 2-622 Ref, Pavement Marking Type 10') (24") (Solid) (Gore) 78 LF 2-B23 TY I -C Raised Pavement Marker (Reflectorized) 127 EA 2-B24 TYII-A-A Raised Pavement Marker(Reflectorized) 215 EA 2-625 Street Sign Assembly wl9"Blades (Green) 1 EA 2-626 Street Sign Assembly w/ 9" Blades (Green) and STOP Sign 5 EA 2-627 NO PARKING Sign 10 EA 2-628 Other Regulatory Sign 21 EA 2-B29 Asphalt Pavement Repair (Type 1) 70 SY 2-630 Asphalt Pavement Repair (Type 2) 25 SY 2-631 6" Concrete Pavement Repair (Class P) 25 SY 2-B32 Allowance for Unanticipated -Street Related Improvements 1 LS 2-B33 Temporary Detour Pavement 50 SY 2-B34 Prefab. Pavement Marking Type C (Yield Marking) (Triangle) 80 LF Part C 'ADA Pedestrian Improvements ITEM ITEM DESCRIPTION QTY. UNIT 2-C1 4" Concrete Sidewalk 33,214 SF 2-C2 Concrete Sidewalk Retaining Curb (24" Maximum Height) 636 LF 2-C3 Concrete Curb Ramp 1388 SF 2-C4 Unanticipated Concrete Sidewalk Removal 100 SF 2-05 Prefab. Pavement Markin. Tee C for Crosswalks 12" 1210 LF 2-C6 Prefab. Pavement Marking Type C for Crosswalks (W) (24") 224 LF Part D Gas Line Improvements (by Contractor) `, ITEM ITEM DESCRIPTION QTY. UNIT 2-D1 Adjust Existing Gas Valve Box to Finish Grade 4 EA 2-D2 Final Backfill & Compaction for Gas Line Trench 7200 7231 LF LF 2-D3 Remove Abandoned Gas Line, Backfill & Compact 2-04 6" Steel Split Casing for Existing 2" Dia. Gas Line 250 LF 2-D5 8" Steel Split Casing for Existing 4" Dia. Gas Line 240 LF Part E Signalization Improvements ITEM DESCRIPTION QTY. UNIT 2-E1 DRILL SHAFT (TRF SIG POLE) (36 IN) 65 LF 2-E2 DRILL SHAFT (TRF SIG POLE) (48IN) . 66 LF 2-E3 CONDT (RM) (2") 563 LF 2-E4 CONDT (RM) (2") (BORE) 499 LF 2-E5 CONDT (RM) (4") 186 LF 2-E6 CONDT (RM) (4") (BORE) 767 LF 2-E7 ELEC CONDR (NO. 6) BARE 123 LF 2-E8 ELEC CONDR (NO. 6) INSULATED 246 LF 2-E9 ELEC CONDR (NO, 8) BARE 1586 LF 2-E10 ELEC CONDR (NO. 8) INSULATED 2070 LF 2-E11 GROUND BOX TYA (122311) W/APRON 7 EA 2-E12 GROUND BOX TYC (162911) W/APRON 12 EA 2-E13 REMOVE EXISTING GROUND BOXES 12 EA 2-E14 ELC SRV TYD 120/240 070 (NS)AL(E)TS(0) 2 EA 2-E15 INSTALL HWYTRF SIG (ISOLATED) 2 EA 2-E16 TRAFFIC SIGNAL CONTROLLER ASSY(TS-2)ECONOLITE 2 EA 2-E17 CONTROLLER FOUNDATION & EXTENSION 2 EA 2-E18 (.25KW EQ) LED LUMINAIRE 6 EA 2-E19 ALUMINUM SIGNS (TRAFFIC SIGNAL) 8 EA 2-E20 EXTRUDED ALUMINUM SIGNS (TRAFFIC SIGNAL) 8 EA 2-E21 WIND DAMPING PLATE 7 EA 2-E22 DRILL SHAFT (TRF SIG POLE)(24 IN) 84 LF 2-E23 BACK PLATE (12 IN) (3 SEC) 16 EA 2-E24 BACK PLATE (12 IN) (4 SEC) 4 EA 2-E25 VEH SIG SEC (12 IN) LED (GRN ARW) 4 EA 2-E26 VEH SIG SEC (12 IN) LED (GRN) 16 EA 2-E27 VEH SIG SEC (12 IN) LED (YELARW) 8 EA 2-E28 VEH SIG SEC (12 IN) LED (YEL) 16 EA 2-E29 VEH SIG SEC (12 IN) LED (RED ARW) 4 EA 2-E30 VEH SIG SEC (12 IN) LED (RED) 16 EA 2-E31 PED SIG SEC (16 IN) LED (COUNTDOWN) 16 EA 2-E32 TRF SIG CBL (TY A) (12 AWG) (2 CONDR) 3831 LF 2-833 TRF SIG CBL (TYA) (14 AWG) (5 CONDR) 4451 LF 2-834 TRF SIG CBL (TYA) (14 AWG) (7 CONDR) 277 LF 2-E35 TRF SIG CBL (TY A) (14 AWG) (16 CONDR) 1077 LF 2-E36 INS TRF SIG PL AM(S) I ARM (24') LUM 1 EA 2-E37 INS TRF SIG PL AM(S)1 ARM (28') 1 EA 2-E38 INS TRF SIG PL AM(S) 1 ARM (28') LUM 2 EA 2-E39 INS TRF SIG PL AM(S) 1 ARM (32') LUM 1 EA 2-E40 INS TRF SIG PL AM(S) 1 ARM (50') 1 EA 2-E41 INS TRF SIG PL AM(S) 1 ARM (50') LUM 1 EA 2-E42 INS TRF SIG PL AM(S) 1 ARM (65') LUM 1 EA 2-843 PED POLE ASSEMBLY 14 EA 2-E44 REMOVING TRAFFIC SIGNALS 3 EA 2-E45 RADAR PRESENCE DETECTION DEVICE (RPDD) 8 1304 EA LF 2-846 RADAR COMM CABLE 2-E47 ACCESSIBLE PEDESTRIAN SIGNAL UNITS 16 EA 2-E48 ETHERNET CAT 5 CABLE (COHU CA200 SERIES) 256 LF 2-E49 CAMERA PTZ (COHU 3960 SERIES 2 EA. 2-850 TEMPORARYTRAFFIC SIGNALS 1 EA 2-E51 BARRICADES 3 LS 2-E52 MOBILIZATION I LS Part F: Street Lighting Conduit (by Contractor) ITEM DESCRIPTION QTY. UNIT 2-F1 3" Dia, PVC (Sch. 40) Elec. Conduit for Street Lights 3830 LF 2-F2 3" Dia, PVC Cap 4 EA 2-F3 11" x 18" x 18" Ground Box for Street Lighting Conduit 7 EA Part G, Storrs Water(Drainage) Improvements ITEM DESCRIPTION QTY. UNIT 2-G1 15" Dia. RCP )Class III) 56 LF 2-G2 18" Dia. RCP (Class Ill) 1137 LF 2-G3 24" Dia. RCP (Class III) 382 LF 2-G4 27" Dia. RCP (Class III) 12 LF 2-05 30" Dia. RCP (Class III) 55 LF 2-G8 Tie-in Existing 6" Dia. PVC 1 EA 2-G7 Tie-in Existing 15" Dia. RCP 2 EA 2-G8 Te -in Existing 18" Dia. RCP 5 EA 2-G9 Tie-in Existing 24" Dia. RCP 3 EA 2-010 Tie-in Existing 30" Dia. RCP 2 EA 2-G11 15" Dia. Concrete Plug 3 EA 2-G12 18" Dia. Concrete Plug 4 EA 2-G13 Sidewalk Drain 2 EA 2-G14 5' Standard Curt) Inlet 25 EA 2-G15 5' Inlet Extension 13 EA 2-G16 Grate Inlet 1 EA 2-G17 Post Inlet 8 EA 2-G18 4' Dia. Concrete Storm Water Manhole (Type A) 1 EA 2-G19 Adjust Existing Storm Water Manhole to Finish Grade 10 EA 2-G20 6" Concrete Curb & Gutter 5648 LF 2-G21 Unanticipated Curb & Gutter Removal 100 LF 2-G22 5" Concrete Riprap 97 SF 2-G23 Trench Safety for Storm Water Conduits 1642 LF 2-G24 Trench Safety for Storm Water Inlet 35 EA 2-G25 Trench Safety for Storm Water Manhole orJunction Box 19 EA 2-G26 Allowance for Unanticipated Storm Water Improvements 1 LS 2-G27 4' Dia. Conc. Storm Water Manhole (Type A) on Existing RCP 8 EA 2-028 7' Dia. Conc. Storm Water Manhole (Type A) on Existing RCP 5 EA 2-G29 5' Special Storm Water Curb Inlet 1 EA 2-G30 Concrete Manhole Riser on Existing Box Culvert 4 EA 2-G31 4' SQ. Concrete Stonn Water Junction Box 1 EA Part7H WaterDistributionImprovemehts ITEM DESCRIPTION QTY. UNIT 2-H1 4" Dia. Tie -inn Connection 3 EA 2-H2 6" Dia. Tie-in/ Connection 3 EA 2-H3 8" Dia. Tie-in/ Connection 11 EA 2-H4 12" Dia. Tie -In/ Connection 2 BA 2-H5 Remove OR Grout & Abandon hr -Place, Existing 4" - 12" Dia. Asbestos -Cement Waterline 6698 LF 2-H6 8" Dia. C900 PVC Waterline (DR 18) 4864 LF 2-H7 12" Dia. C900 PVC Waterline (DR 18) 197 LF 2-H8 8" Dia. Ductile Iron Waterline (Pressure Class 350 psi) 40 LF 2-H9 6" x 2" D.I. Reducer 1 EA 2-H10 8" x 4" D.I. Reducer 1 EA 2 -HI 1 8" x 6" D.I. Reducer 4 EA 2-H12 12" x 8" D.I. Reducer 2 EA 2-H13 24" x8" D.I. Reducer 1 EA 2-H14 8" Dia. 11.25° D.I. Bend 8 EA 2-H15 8" Dia. 45° D.I. Bend 50 EA 2-H16 12" Dia. 45° D.I. Bend 4 EA 2-H17 8"x6"D.I.Tee 1 EA 2-H18 8" x 8" D.I. Tee 10 EA 2-H19 6" Gate Valve with Box and Cover 1 EA 2-H20 8" Gate Valve with Box and Cover 37 EA 2-H21 Fire Hydrant Assembly (Type 1) 16 EA 2-H22 Remove and Replace Existing 1" Dia. Water Service 1 EA 2-H23 Remove and Replace Existing 2" Dia. Water Service 15 EA 2-H24 Relocate Existing Water Meter 4 EA 2-H25 Adjust Existing Water Valve Boxes and Meter Boxes to Finish Grade 1 LS 2-H26 Trench Safety for Waterlines 11,799 LF 2-H27 Allowance for Unanticipated Water Improvements 1 LS 2-H28 Water Meter Vault 1 EA Parti Wasfewa'ter (Sanitary Sever) Irnprovements ITEM DESCRIPTION QTY. UNIT 2-11 4 Dia. Tie-inConnection (Gravity) 4 EA 2-12 6" Dia. Tie-in/ Connection (Gravity) 5 EA 2-13 8" Dia. Tie-in/ Connection (Gravity) 7 EA 2-14 Remove Existing Wastewater Line (6'-12' Depth) 1136 LF 2-15 Remove Existing Wastewater Line (12'-18' Depth) 300 LF 2-16 Bypass Pumping of Raw Sewerage 1 LS 2-17 6" Dia. PVC (SDR 26) Wastewater Gravity Line (0'-6' Depth) 95 LF 2-18 6" Dia. PVC (SDR 26) Wastewater Gravity Line (6'-8' Depth) 10 LF 2-19 8" Dia. PVC (SDR26) Wastewater Gravity Line (0'-6' Depth) 162 LF 2-110 8" Dia. PVC (SDR 26) Wastewater Gravity Line (6'-8' Depth) 248 LF 2-111 8" Dia. PVC (SDR 26) Wastewater Gravity Line (8'-10' Depth) 920 LF 2-112 8" Dia. PVC SDR 26) Wastewater Gravity Line (10'-14' Depth) 40 LF 2-113 8" Dia. PVC Wastewater Pressure Pipe (150psi) for Waterline Crossing (6'-8' Depth) 120 LF 2-114 4' Dia. Fiberglass Manhole (< 6' Depth) 14 EA 2-115 Extra Depth for 4' Dia. Manhole (Over 6' Depth) 38 VF 2-116 6" Dia. Drop Connection 1 EA 2-117 8" Dia. Drop Connection 1 EA 2-118 Replace Existing Wastewater Service wl New Service Connection 3 EA 2-119 Adjust Existing Wastewater Manhole to Finish Grade 2 EA 2-120 Trench Safety for Wastewater Lines 3864 LF 2-121 Trench Safety for Wastewater Manhole 17 EA 2-122 Allowance for Unanticipated Wastewater Improvements 1 LS 2-123 8" Dia. Pipebursting (VCP to HDPE) 1362 LF 2-124 Contractor Option: 6" Dia. Pipebursting (VCP to HDPE) OR 8" Dia. PVC (SDR26) WW GravityLine Remove & Replace 65 LF 2-125 Contractor Option: 8" Dia. Pipebursting (VCP to HDPE) OR 8"Dia. PVC (SDR 26) WIN Gravity Line Remove & Replace 768 LF 2-126 Rehabilitate Existing 4' Dia. Sanitary Manhole (8' Depth) 1 EA 2-127 Rehabilitate Existing 5' Dia. Sanitary Manhole (18' Depth) 1 EA 2-128 Contractor Option: Rehabilitate Existing 4' Dia. Sanitary M.H. (8' Depth) OR 4' Dia. Fiberglass Manhole Remove & Replace 3 EA CONSULTANT'S JOB NO. 120472 0 0. a 0 0 Y eh C x5 O a U o 3 L m C p.C 8Sf C .ei' REVISION NO. DESCRIPTION Department of Engineering Services m w h Z O_ H- it O W Z � W Z •▪ W Q Q• (n W W J X W J W a REVISION NO. SHEET 6A of 124 RECORD DRAWING NO. STR 869 CITY PROJECT# E12090 SUMMARY OF SUBSIDIARY ITEMS TO BE REMOVED UNDER BID ITEM "CLEAR RIGHT- r OF -WAY' STATION(S) CURB & GUTTER LF" .CONC SIDEWALK . 'SY CONC PIPE .12"T030":;30"TO LF - '- CONC PIPE 60"- LF, CONC MANHOLE/ JUNCTION BOX A. CONC DROP/CURBDRIVEWAYS INLETS , EA 1 2GONC) .....yySY ;' , +;TREES - OR SHRUBS E : FENCE ,REMOVAL. LF . 32+90 120 33+00 TO 37+00 LT & RT 55 56+59 LT 33+26 LT 88 56+82 LT 44 1 33+50 TO 60+20 57=00 TO 52+00 LT & RT 33+71 RT 57+10 LT 96 34+00 to 37+50 1 57+23 RT 37+00 TO 42+00 LT & RT 49 57+62 LT 37+47 LT & RT 118 70 57+79 LT 30 2 37+78 LT 57+90 LT 38+65 RT 4 58+18 LT 15 39+18 RT 50 58+91 LT & RT 32 39+21 RT 59+17 RT 1 41+03 RT 45 59+34 LT 28 41+88 RT 2 59+53 LT 1 41+90 LT 26 70 59+77 LT 41+91 LT 1 60+00 LT 1 42+00 TO 47+00 LT & RT 24 60+20 TO 66+56 LT & RT 322 42+13 RT 60+44 RT 32 42+67 LT 1 60+97 LT 1 44+53 LT TO 45+56 LT 46 61+32 RT 7 45+03 TO 46+65 RT 73 62+00 LT 45+03 to 46+36 48 133 62+00 TO 67+00 LT & RT 1 1 46+42 RT 62+13 1 1 46+50 RT 85 62+67 RT 46+5B LT 58 63+15 LT 1 47+00 RT 30 66+30 RT 47+00 TO 50+35 LT & RT 66+58 LT & RT 1 47+12 TO 49+59 66+60 LT 14 1 47+40 RT 66+70 RT 27 2 47+52 RT 105 48 66+91 LT 47+92 LT 67+00 TO72+00 LT & RT 1 48+17 LT 20 67+58 RT 48+62 RT 73 67+60 LT 53 48+74 RT 314 68+72 LT 50+52 41 68+96 RT 4 50+57 LT 185 60 69+97 RT 51+38 LT & RT 55 70+37 RT 2 51+57 RT 52 71+13LT&RT 1 40 51+78 LT 72+00 TO 77+00 RT 1 51+00 TO 51+70 72+22 LT & RT 54+72 TO 56+12 RT 190 72+85 LT 55+00 TO 57+00 LT & RT 47 73+80 RT 1 54+86 RT 74+59 LT 1 55+14 RT 50 74+95 LT 1 1 55+31 TO 56+35 LT 228 49 75+39.5 LT & RT 60 55+35 75+40 RT 1 56+00 TO 77+00 75+68 LT 56+31 50 75+91 RT 1 SUMMARY OF SUBSIDIARY ITEMS TO BE REMOVED UNDER BID ITEM "CLEAR RIGHT-OF-WAY" (CONTINUED) STATION(S)` :CURB & GUTTER CONC : SIDEWALK —r. CONC. PIPE 12", TO 30" CONC PIPE 30"TO 60' CONC MANHOLE! JUNCTION :' BOX CONC DROP/CURB INLETS DRIVEWAYS '' ` (CONC) TREES OR SHRUBS FENCE REMOVAL 56+35 RT 55 56+59 LT 88 56+82 LT 44 27 57=00 TO 52+00 LT & RT 57+10 LT 1 57+23 RT 49 57+62 LT 118 57+79 LT 30 14 57+90 LT 4 58+18 LT 50 58+91 LT & RT 110 2 59+17 RT 45 59+34 LT 2 59+53 LT 26 59+77 LT 1 60+00 LT 24 60+20 TO 66+56 LT & RT 322 60+44 RT 1 60+97 LT 46 61+32 RT 73 62+00 LT 48 62+00 TO 67+00 LT & RT 62+13 1 62+67 RT 58 63+15 LT 58 66+30 RT 1 66+58 LT & RT 1 1 66+60 LT 1 66+70 RT 2 66+91 LT 67+00 TO72+00 LT & RT 67+58 RT 73 67+60 LT 60 68+72 LT 41 68+96 RT 51 69+97 RT 55 70+37 RT 52 71+13LT&RT 40 2 72+00 TO 77+00 RT 72+22 LT & RT 117 72+85 LT 47 73+80 RT 1 74+59 LT 50 74+95 LT 1 75+39.5 LT & RT 60 2 75+40 RT 75+68 LT 50 75+91 RT 77 SHEET TOTALS 1126 520 2256 17 20 1679 35 15 NOTES: 1. THIS REMOVAL SUMMARY IS A SUPPLEMENT TO ITEM CLEAR RIGHT OF WAY. QUANTITIES SHOWN ARE NOT TO BE PAID FOR DIRECTLY. ALL QUANTITIES AND LOCATIONS ON THIS SHEET ARE APPROXIMATE AND ARE FOR INFORMATION PURPOSES ONLY. THE REMOVAL OF ADDITIONAL ITEMS NOT SHOWN ON THIS SUMMARY MAY BE REQUIRED FOR NO ADDITIONAL PAY. 2. CONTRACTOR SHALL REMOVE AND CAP PRIVATE IRRIGATION LINES ENCROACHING IN THE RIGHT-OF-WAY. CONSULTANT'S JOB NO. 120472 0 0 C) 0 iig O === T Eek C zl O a U t N V °' M 8,p 2 N ONl N tPJ iz B z z 0 w REVISED DUE TO UTILIZING EXISTING STORM WATER TRUNK LINE Department of Engineering Services m m REMOVAL SUMMARY REVISION NO. SHEET 7 of 124 RECORD DRAWING NO. STR 869 CITY PROJECT# El 2090 /EXIST. AEP POWER POLE R.O.W. 84' (fYP) --HiEXIST. AEP POWER POLE 0ce EXIST. 2" & 4" b CONCRETE C&G IN SOME AREAS (TYP) EXIST. AT&T BURIED CABLE 58' AVERAGE SHOULDER 12.0' 12.0' 12.0' 12.0' SHOULDER VARIES TRAVEL LANE F, TRAVEL LANE I TRAVEL LANE TRAVEL LANE VARIES EXIST. 4" & 6" ACP WATER UNE EXIST. 2" & 4" GAS LINES (TO BE REMOVED BY CONTRACTOR) PROP. 2"-4" GAS LINE (TO BE INSTALLED BY THE CITY GAS DEPT) PROP. UGH11N 3" PVC CONDUIT 9" 0 PROP. POWER POLE (TO BE RELOCATED BY AEP) EXIST. 8" VCPJ WASTEWATER LINE EXIST. PAVEMENT EXISTING TYPICAL SECTION UP RIVER ROAD TO IH -37 SCALE: N.T.S. R.O.W. 84.0' (TYP) CONCRETE C&G IN SOME AREAS (TYP) EXIST. AT&T BURIED CABLE EXIST. 18",.27" R.C.P. STORM WATER PROP. POWER POLE (TO BE RELOCATED BY AEP) I3 EXIST. 2" GAS LINE VARIES 2,0' 5.0' 5.0' USUAL SIDEWALK 50:1 MAX 6" CURB 12.5' TRAVEL LANE 11.0' TRAVEL LANE 2.0% MIN. TURN I LANE PVMT. CROWN 11.0' TRAVEL LANE 2.0% MIN.` 12.5' TRAVEL LANE 1.0' PROP. 8" PVC WATER LINE n _ �—EXISL 4" & 6" ACP WATER ONES (TO BE REMOVED) EXIST. AT&T BURIED CABLE (TO BE RELOCATED BY OTHERS) EXIST. 8" VCP WASTEWATER LINE TO BE REHABILITATED BY PIPEBURST1NG W/HDPE C2) FOR PAVEMENT DESIGN SEE DETAIL A -A COMPACTED BACKFILL BEHIND CURB EXIST. AT&T BURIED CABLE (TO BE RELOCATED BY OTHERS) PROPOSED RIGID PAVEMENT TYPICAL SECTION UP RIVER ROAD TO IH -37 N.F.R. SCALE: N.T.S. EXIST. 18"»»27" R.C.P. STORM WATER (TO BE REMAIN IN PLACE) v' PROP. 2" GAS LINE (TO BE INSTALLED BY THE CITY GAS DEPT) EXIST. 2" GAS LINES (TO BE REMOVED BY CONTRACTOR) CONC. HEADER CURB PER SHEET 79 REINF STEEL PER SHEET 104 i/ COMPACT SUBGRADE UNDER SIDEWALK TO 90% STD. PROCTOR DENSITY (TYP) COMPACT BACKFILL BEHIND CURB TO 95% STD. PROCTOR DENSITY (TYP) DETAIL A -A SCALE: N.T.S. 7" CONT. REINFORCED CONCRETE PJMT. 1" HMAC TYPE D BOND BREAKER PRIME COAT 6" CRUSHED LIMESTONE FLEXIBLE BASE (TY A, GR. 1) 12" COMPACTED SUBGRADE MOISTURE CONDITIONED CONSULTANT'S JOB NO. 120472 6 w HE .2 in U�s c`o e3 ' o0 t U� al e S 2 v, iki mKa mi-6) in O) SBS F 5 DESCRIPTION Department of Engineering Services 0 m '6 co 0 z W < O F 0 _ W C� (n D J 0 W r REVISION NO. SHEET 8 of 124 RECORD DRAWING NO. STR 869 CITY PROJECT# E12090 EXIST. AEP POWER POLE 3 0I EXIST. 2" GAS UNE EXIST. AT&T BURIED CABLE 3 re EXIST. 2" 8c 4" GAS LINES (TO BE REMOVED BY CONTRACTOR) PROP. 2"-4" GAS IJNEJ (TO BE IN BY THE CIN GAS GAS DEPT) R.O.W. 84' (TYP) 58' AVERAGE /''EXIST. AEP / -4- POWER POLE SHOULDER 12.0' 12.0' 12.0' 12.0' _ SHOULDER VARIES TRAVEL LANE TRAVEL LANE TRAVEL LANE TRAVEL LANE n VARIES CONCRETE C&G IN SOME AREAS (TYP EXIST. 4" ACP WATER LINE EXIST. AT&T BURIED CABLE EXIST. 8" VCP) WASTEWATER UNE EXIST. PAVEMENT EXISTING TYPICAL SECTION IH -37 TO LEOPARD STREET SCALE: N.T.S. CONCRETE C&G IN SOME AREAS (TYP) EXIST. 8" ACP - WATER LINE XIST. 60"-'72" R.C.P. AND 5'X5' R.C.B. STORM WATER a RIED AT&T oma\ BURIED CABLE EXIST. 2" GAS LINE { PROP. POWER POLE PROP. POWER POLE -► TO BE RELOCATED BY AEP) R.O.W. 84.0' (TYP) (TO BE RELOCATED BY AEP) 2.)' 60.0' 2.0 5.0' 5.0' BASELINE q. 12.5' 11,0' 12.0' 11.0' 12.5' 5.0' 5.0' `SIDEWALK" SIDEWALK 50:1 MAX r TRAVEL LANE I 6" CURB TRAVEL LANE TURN LANE I TRAVEL LANE TRAVEL LANE 6 CURB 1 50:1 -61-M�� MIN. - CROWN 2.0% MINSMilliallir;112311541"ninE134 1-6:1 ,2.0% 1.0' PROP. LIGHTING 3" PVC CONDUIT EXIST. AT&T BURIED CABLE (TO BE RELOCATED BY OTHERS) PROP 8" PVC WATER LINE PROP. POWER POLE (TO BE RELOCATED BY AEP) SIDEWALK EASEMENT EXIST. 4" ACP WATER LINE TO BE REMOVED `--EXIST. AT&T BURIED CABLE (TO BE RELOCATED BY OTHERS) PROP 8" PVC WASTEWATER J) EXIST. 8" VCP WASTEWATER LINE TO BE REMOVED , oeiiiiiiaiiiiiiiiiiiiiiiiiiiaiiiiiiiiiiiiiiiiiiioiiir '\-FOR PAVEMENT DESIGN SEE DETAIL A -A 3 q COMPACTED BACKFILL BEHIND CURB _// EXIST. AT&T BURIED CABLE ,iO '''--(TO BE RELOCATED BY OTHERS) PROP. 2 GAS LINE PROPOSED RIGID PAVEMENT TYPICAL SECTION NAVIGATION AT LEOPARD STREET SCALE: N.T.S. R.O.W. 102' (TYP) EXIST. 8" ACP (TO BE INSTALLED BY WATER UNE (TO BE REMOVED) THE CITY GAS DEPT) a_ EXIST. 60" R.C.P. AND 5'X5' R.C.B. STORM WATER (TO REMAIN IN PLACE) PROP. POWER POLE (TO BE RELOCATED BY AEP) EXIST. 2" GAS UNES (TO BE REMOVED BY CONTRACTOR) a 2.0' 5.0' SIDEWALK 50:1 MAX VARIES 5.0' USUAL 11.0' TURN LANE 6" CURB 11.0' TRAVEL LANE 11.0' TRAVEL LANE 11.0' TRAVEL LANE 12.5' TRAVEL LANE VARIES 5.0' USUAL 2.0% MIN PVMT. CROWN 2.0% MIN 5.0' `SIUEWALK 50:1 MAX_ EXIST. AT&T BURIED CABLE (TO BE RELOCATED BY OTHERS) B %7jeerieiiiieeiiieoeeaieeeeeeeeeereaeeii�eieeaieeeieeieeeeeeeoeieeeoeaeieei/ PROP. 4" GAS UNE - (TO BE INSTALLED BY THE CITY GAS DEPT) PROP. 8" PVC WATER LINE EXIST. 6" ACP WATER UNE TO BE REMOVED EXIST. 4" GAS UNES (TO BE REMOVED BY CONTRACTOR) PROP. LIGHTING 3" PVC CONDUIT FOR PAVEMENT DESIGN SEE DETAIL A -A EXIST. 60" R.C.P. STORM WATER (TO REMAIN IN PLACE) PROPOSED RIGID PAVEMENT TYPICAL SECTION WITH ADDITIONAL RIGHT TURN LANE IH -37 S.F.R. TO LEOPARD STREET SCALE: N.T.S. EXIST. 8" ACP WATER UNE (TO BE REMOVED) EXIST. 2" GAS LINES (TO BE REMOVED BY CONTRACTOR) 1.0' COMPACTED BACKFILL BEHIND CURB PROP. 2" GAS UNE (TO BE INSTALLED BY THE CITY GAS DEPT) COMPACT SUBGRADE UNDER SIDEWALK 70 905 STD. PROCTOR DENSITY (TYP) COMPACT BACKFILL BEHIND CURB TO 95% STD. PROCTOR DENSITY (TYP) CONC. HEADER CURB PER SHEET 79 REINF. STEEL PER SHEET 104 DETAIL A -A SCALE: N.T.S. 9" CONT. REINFORCED CONCRETE PVMT. 1" HMAC TYPE D BOND BREAKER PRIME COAT 6" CRUSHED LIMESTONE FLEXIBLE BASE (TY A, GR. 1) 12" COMPACTED SUBGRADE MOISTURE CONDITIONED CONSULTANT'S JOB NO. 120472 0 0. 0 N REVISION NO. REVISED LANE WIDTHS, DELETED PROPOSED BOX CULVERT AND EFFLUENT UNE Z 0 L 0 0 kNJ 0 a N m N 0 w 0 0 z 0 0. SHEET 9 of 124 RECORD DRAWING NO. STR 869 CITY PROJECT# E12090 EXIST. AEP POWER POLE R.O.W. 84' (TYP) /' EXIST. AEP -}- / POWER POLE 58' AVERAGE SHOULDER 12.0' 12.0' 12.0' 12.0' _ SHOULDER VARIES TRAVEL LANE TRAVEL LANE TRAVEL LANE TRAVEL LANE VARIES __���,_T EXIST. 2" & 4" ro CONCRETE C&G IN SOME AREAS (TYP) EXIST. AT&T BURIED CABLE EXIST. 4" & 6" ACP WATER LINE EXIST. 2" & 4" GAS LINES (TO BE REMOVED BY CONTRACTOR) PROP. 2"-4" GAS UNE (TO BE INSTALLED BY THE CITY GAS DEPT) PROP. LIGHTIN 3" PVC CONDUIT 1 PROP. POWER POLE 1((TO BE RELOCATED BY AEP) r of 2.Y 5.0' SIDEWALK 50:1 MAX EXIST. 8" VCP WASTEWATER LINE EXIST. PAVEMENT EXISTING TYPICAL SECTION UP RIVER ROAD TO IH -37 SCALE: N.T.S. R.O.W. 84.0' (TYP) CONCRETE C&G IN SOME AREAS (TYP) EXIST. AT&T BURIED CABLE EXIST. 18";••• 27" R.C.P. STORM WATER PROP. POWER POLE --a- (TO - (TO BE RELOCATED BY AEP) 60.0' VARIES 5.0' USUAL mAy 11.0' TRAVEL LANE 2' C&G 11.0' TRAVEL LANE 2.0% MIN. he -BASELINE 12`0' TURN LANE PVMT. CROWN 11.0' TRAVEL LANE 2.0% MIN., 11.0' TRAVEL LANE 2' C&G 5.0' 1.0'• =�`:�.►� _ - •r.•• . �,� . a:`� :.m.;,,....., 1 1 ,: / �.; � cry �'�;i.?/V ,,,!�r•�.: �^.:'o;s:.a �:v; :.s'�: 5: '`:. � � ` , .. x.�T4 .. .-.. PROP. 8" PVC WATER LINE FOR PAVEMENT DESIGN SEE DETAIL A -A EXIST. 4" & 6" ACP WATER LINES (TO BE REMOVED) EXIST. AT&T BURIED CABLE (TO BE RELOCATED BY OTHERS) EXIST. 8" VCP WASTEWATER LINE TO BE REHABILITATED BY PIPEBURSTING W/HDPE PROPOSED FLEXIBLE PAVEMENT TYPICAL SECTION UP RIVER ROAD TO IH -37 N.F.R. SCALE: N.T.S. 6:1 .0' 5.0' • SIDEWALK -- 50:1 MAX 2.0 EXIST. 2" GAS LINE EXIST. AT&T BURIED CABLE (TO BE RELOCATED BY OTHERS) EXIST. 18"»27" R.C.P. STORM WATER (TO BE REMAIN IN PLACE) PROP. 2" GAS LINE (TO BE INSTALLED BY THE CITY GAS DEPT) EXIST. 2" GAS LINES (TO BE REMOVED BY CONTRACTOR) TACK COAT BETWEEN ONE -COURSE SURFACE PRIME COAT H.M.A.C.P. COURSES TREATMENT UNDERSEAL COMPACT BACKFILL BEHIND CURB TO 95% STD. PROCTOR DENSITY (TYP) COMPACT SUBGRADE UNDER SIDEWALK TO 90% STD. PROCTOR DENSITY (TYP) DETAIL A -A SCALE: N.T.S. TENSAR BX -1100 BIAXIAL GEOGRID OR PRE -APPROVED EQUIVALENT 2" HMAC TYPE D SURFACE COURSE 4" HMAC TYPE B BASE COURSE 11" CRUSHED LIMESTONE FLEXIBLE BASE (TY A, GR. 1-2) 12" COMPACTED SUBGRADE MOISTURE CONDRIONED CONSULTANT'S JOB NO. 120472 DESCRIPTION E fWu o Ko C • gi0 a 0 t NU B 2 P. wec9 • II: miC ,"i 07 law 0C) F B Ui 0 0 w ADDED SHEET FOR HOT -MIX PAVEMENT SECTION DESCRIPTION I1 (f) ) o Q v) U � 0 am, Department of Engineering Services c 0 H- z W I� W > (n= < z— OO J U CID (W Q _I —I LI– < LW >-> • ix CL o O o 0 REVISION NO. SHEET 9A of 1 24 RECORD DRAWING NO. STR 869 CITY PROJECT# E12090 /EXIST. AEP POWER POLE 3I0 EXIST. 2 GAS LINE EXIST. AT&T BURIED CABLE R.O.W. 84' (TYP) 58' AVERAGE + `EXIST. AEP POWER POLE SHOULDER 12.0' _ 12.0'_ 12.0' _ 12.0' SHOULDER VARIES TRAVEL LANE n TRAVEL LANE TRAVEL LANE TRAVEL LANE 11 VARIES CONCRETE C&G IN SOME AREAS (TYP EXIST. 4" ACP WATER LINE EXIST. AT&T BURIED CABLE EXIST. 8" VCP-" WASTEWATER LINE PROP. POWER POLE r(TO BE RELOCATED 8Y AEP) 2. 7' 5.0' 5.0' EXIST. PAVEMENT EXISTING TYPICAL SECTION IH -37 TO LEOPARD STREET SCALE: N.T.S. R.O.W. 84.0' (TYP) CONCRETE C&G IN SOME AREAS (TYP) EXIST. 8" ACP - WATER LINE XIST. 60".72" R.C.P. AND 5'X5' R.C.B. STORM WATER 3 0 d XIST. AT&T BURIED CABLE EXIST. 2" GAS UNE PROP. POWER POLE + (TO BE RELOCATED BY AEP) 60.0' SIDEWALK^ 50:1 MAX EXIST. 2" & 4" GAS LINES (TO BE REMOVED BY CONTRACTOR PROP. 2"-4" GAS UNEJ / (TO BE INSTALLED BY THE CITY GAS DEPT) PROP. LIGHTING 3" PVC CONDUIT EXIST. AT&T BURIED CABLE (TO BE RELOCATED BY OTHERS) MAY 1.p. 11.0' TRAVEL LANE -- . 2' C&G •':n '�:hT)'errt,c.�;ew, ;o-i�., • ,..z;..•. ;'.�'r,{, �..._>a v ; , ..a• 11.0' TRAVEL LANE 2.0% MIN. BASELINE Et 12.0' TURN LANE PVMT. CROWN 11.0' TRAVEL LANE 2.0% MIN 11.0' TRAVEL LANE 2' C&G 5.0' PROP 8" PVC WATER LINE PROP. POWER POLE (TO BE RELOCATED BY AEP) 14.6' EXIST. 4" ACP WATER LINE TO BE REMOVED PROP 8" PVC WASTEWATER FOR PAVEMENT DESIGN SEE DETAIL A -A EXIST. AT&T BURIED CABLE (TO BE RELOCATED 8Y OTHERS) EXIST. 8" VCP WASTEWATER UNE TO BE REMOVED PROPOSED FLEXIBLE PAVEMENT TYPICAL SECTION NAVIGATION AT LEOPARD STREET SCALE: N.T.S. R.O.W. 102' (TYP) +i* 6:1 EXIST. 8" ACP WATER UNE (TO BE REMOVED) rl- EXIST. 60" R.C.P. AND 5'X5' R.C.B. STORM WATER (TO REMAIN IN PLACE) 5.0' "SIDEWALK 50:1 MAX_ .0 .0'COMPACTE D BACKFILL ACK�IL BEHIND CURB �EXIST. AT&T BURIED CABLE (TO BE RELOCATED BY OTHERS) PROP. 2" GAS LINE (TO BE INSTALLED BY THE CITY GAS DEPT) EXIST. 2" GAS UNES (TO BE REMOVED BY CONTRACTOR) PROP. POWER POLE --i- (TO BE RELOCATED BY AEP) 69.5' SIDEWALK EASEMENT 5.0' SIDEWALK 50:1 MAX 3 d VARIES d 5.0' USUAL EXIST. AT&T BURIED CABLE (TO BE RELOCATED BY OTHERS) FOR PAVEMENT DESIGN SEE DETAIL A -A 1,o'7 I 9.5' TURN LANE 2' C&G 11.0' TRAVEL LANE 11.0' TRAVEL LANE 2.0% MIN. kBASEUNE 12'0' TURNI LANE (PVMT. CROWN 11.0' TRAVEL LANE 2.0% MIN 11.0' TRAVEL LANE 2' C&G VARIES 5.0' USUAL :;w 5.0' SIULWALK 50:1 MAX I3 0 0 J ig 100 ' COMPACTED BACKFILL BEHIND CURB :. Jr.e Yt ,.: .. nY `..., .•.�..'1f t.:.��C�.:.:w:r 0 0 Ln MATCHLINE ST 100. 34+00 35+00m 36+00 " 37+00 '38+00 39+00 4.+00 41+00 42+00 43+00 44+00 45+00 46+00 47+00 48+10 -- ----I- NAVIGATION BLVD I ----I----- -=-+--- ��--+-----I-----1--- 50+00 51+00 52+00 _ ! BENCH MARK ;411.1111- OFFSET DESCRIPTION - .. FASTING ___•rte _.....-- _e 1 . p BASELINE RR SPIKE IN POWER POLE _ •.ru•�� ^� EL. 26.19 BM -2 STA 51+36.41 62.98' RT _ .....�- ^ 1322516.65 EL. 46.48 BM -8538 STA 67+40.97 75.52' LT CHISELED"❑" ON CONC ISLAND ICP -4 1322832.23 JCP -6 1322470.74 _ CP -5 STA 48+82.23 IBM -2 17182901.61 1322575.44 ICP-8 59+00 60+00 61+00 62+00 83+00 64+00 _4_59+0p_ -----H------V--H._- �__- 64+0. 0 "0 -I 55+0 52:0_ -_ __4__ t' �.. • �. 1.1111111111111 111 tt /I O CONTROL LAYOUT SCALE: 1"= 100' 65+00. ----�� _ _ 66+00 O 67+ 68+00 69+00- -- NAVIGATION -'x"_70+i0 BLVD �_ 71+ h CONTROL LAYOUT SCALE: 1"- 100' SURVEY DATUM INFORMATION HORIZONTAL: NAD 83 TEXAS SOUTH ZONE 4205 -(GRID) VERTICAL: NAVD 88 72+00 BASELINE BENCH MARK INFORMATION BENCH MARK BASELINE STATION OFFSET DESCRIPTION NORTHING FASTING ELEVATION BM -1 STA 33+25.03 70.13' LT RR SPIKE IN POWER POLE 17184448.60 1322453.95 EL. 26.19 BM -2 STA 51+36.41 62.98' RT CHISELED"D" ON CURB INLET 17182638.82 1322516.65 EL. 46.48 BM -8538 STA 67+40.97 75.52' LT CHISELED"❑" ON CONC ISLAND 17181055.37 1322832.23 EL. 47.92 73+00 74+00 -�. 75+00 ' - 1 _ 76+00 77+00 78+ 0 0 + U") C MATCHLINE CONTROL POINT INFORMATION CONTROL POINT BASELINE STATION OFFSET NORTHING EASTING DESCRIPTION CP -1 STA 33+27.26 72.59' LT 17184446.44 1322456.49 5/8" IRON ROD CP -2 STA 37+48.36 53.70' LT 17184031.04 1322471.36 5/8" IRON ROD CP -3 STA 41+90.26 50.47' LT 17183591.75 1322519.46 5/8" IRON ROD CP -4 STA 44+79.17 32.36' RT 17183295.18 1322470.74 PK NAIL CP -5 STA 48+82.23 25.92' LT 17182901.61 1322575.44 5/8" IRON ROD CP -6 STA 51+8.55 42.30' RT 17182668.91 1322533.96 5/8" IRON ROD CP -7 STA 56+7.73 35.64' RT 17182171.86 1322601.35 5/8" IRON ROD CP -8 STA 60+34.93 36.28' LT 17181764.65 1322755.32 "X" CHISELED HISEED CP -9 STA 63+42.36 30.12' RT 17181452.96 1322728.40 5/8" IRON ROD CP -10 STA 67+11.00 29.25' LT 17181085.88 1322786.34 5/8" IRON ROD CP -11 STA 72+45.25 29.50' LT 17180551.65 1322780.47 5/8" IRON ROD CP -12 STA 76+62.17 38.09' RT 17180133.18 1322710.29 5/8" IRON ROD CP -13 STA 30+29.54 39.97' RT 17184747.81 1322398.07 5/8" IRON ROD CONSULTANT'S JOB NO. 120472 0 a N 0 REVISION NO. DESCRIPTION REVISED R.O.W. Department of Engineering Services 2 0 CONTROL LAYOUT 0 z 0 U) SHEET 1 o of 124 RECORD DRAWING NO. STR 869 CITY PROJECT# E12090 CONSULTANT'S JOB NO. 120472 BASELINE DESCRIPTION BEGINNING BASELINE DESCRIPTION POINT A100 N 17,187,692.2961 E 1,322,631.8933 STA 0+00.00 POINT A101 N 17,184,626.3642 E 1,322,400.9999 STA 31+42.41 COURSE FROM A100 TO PC A-1 S 20' 11' 29.23" E DIST 129.1149 COURSE FROM A101 TO A102 S 14° 48' 28.51" W DIST 79.5302 CURVE DATA POINT A102 N 17,184,549.4754 E 1,322,380.6736 STA 32+21.94 COURSE FROM A102 TO PC A-5 S 1° 46' 11.24" E DIST 232.0430 -�E ov rFy� DENNIS L MILLER %q. 51503 S' /cENsc<s, CURVE A-1 P.I. STATION 2+84.91 N 17,187,424.8974 E 1,322,730.2316 DELTA = 16° 07' 20.53" (RT) CURVE DATA CURVE DATA DEGREE = 5° 12' 31.35" TANGENT = 155.7930 CURVE A-5 CURVE A-9 LENGTH = 309.5273 P.I. STATION 35+01.03 N 17,184,270.5122 E 1,322,389.2931 P.I. STATION 76+60.43 N 17,180,136.8396 E 1,322,746.2011 RADIUS = 1,100.0000 DELTA = 4' 53' 55.47" (LT) DELTA = 6' 58' 08.75" (LT) EXTERNAL = 10.9777 DEGREE = 5' 12' 31.35" DEGREE = 5' 12' 31.35" LONG CHORD = 308.5071 TANGENT = 47,0532 TANGENT = 66.9811 MID. ORD. = 10.8692 LENGTH = 94.0491 LENGTH = 133.7971 P.C. STATION 1+29.11 N 17,187,571.1160 E 1,322,676.4584 RADIUS = 1,100.0000 RADIUS = 1,100.0000 P.T. STATION 4+38.64 N 17,187,269.4971 E 1,322,741.2866 EXTERNAL = 1.0059 EXTERNAL = 2.0374 C.C. N 17,187,191.4420 E 1,321,644.0594 LONG CHORD = 94.0205 LONG CHORD = 133.7146 BACK = S 20° 11' 29.23" E MID. ORD. = 1.0050 MID. ORD, = 2.0337 AHEAD = S 4' 04' 08.69" E P.C. STATION 34+53.98 N 17,184,317.5430 E 1,322,387.8399 P.C. STATION 75+93.45 N 17,180,203.8163 E 1,322,746.9699 CHORD BEAR = S 12° 07' 48.96" E P.T. STATION 35+48.03 N 17,184,223.7773 E 1,322,394.7572 P.T. STATION 77+27.24 N 17,180,070.2644 E 1,322,753.5645 C.C. N 17,184,351.5151 E 1,323,487.3152 C.C. N 17,180,191.1900 E 1,323,846.8974 COURSE FROM PT A-1 TO PC A-2 S 4° 04' 08.69" E DIST 845.7957 BACK = S 1' 46' 11.24" E BACK = S 0' 39' 27.66" W AHEAD = S 6' 40' 06.72" E AHEAD = S 6' 18' 41.09" E CURVE DATA CHORD BEAR = S 4' 13' 08.98" E CHORD BEAR = S 2' 49' 36.72" E COURSE FROM PT A-5 TO PC A-6 S 6' 40' 06.72" E DIST 1,985.8984 DESCRIPTION I LNV engineers I architects I contractors 801 NAVIGATION, SUITE 300 PH. (361) 803-1984 CORPUS CHRISTI, TEXAS 78408 FAX (381) 883-1986 TBPE FORM NO. F-366 W W W.LNVINC.COM CURVE A-2 COURSE FROM PT A-9 TO PC A-10 S 6' 18' 41.09" E DIST 31.4897 P.I. STATION 14+09.34 N 17,186,301.2485 E 1,322,810.1663 DELTA = 12' 57' 21.05" (RT) CURVE DATA CURVE DATA DEGREE = 5° 12' 31.35" CURVE A-6 TANGENT = 124.8999 P.I. STATION 56+11.85 N 17182173.9194 E 1322634.4189 CURVE A-10 CO CITY OF CORPUS CHRISTI .r,..= TEXAS Department of Engineering Services LENGTH = 248,7344 DELTA = 6' 47' 04.31" (LT) P.I. STATION 78+22.00 N 17,179,976.0800 E 1,322,763.9815 RADIUS = 1,100.0000 DEGREE = 3' 49' 10.99" DELTA = 6° 35' 01.48" (RT) EXTERNAL = 7.0682 TANGENT = 88.913DEGREE = 5° 12' 31.35" LONG CHORD = 248.2049 LENGTH = 177.6186 TANGENT = 63.2690 MID. ORD. = 7.0231 RADIUS = 1,500.0000 LENGTH = 126.3988 P.C. STATION 12+84.44 N 17,186,425.8335 E 1,322,801,3035 EXTERNAL = 2.6329 RADIUS = 1,100.0000 P.T. STATION 15+33.17 N 17,186,177.8480 E 1,322,790.8715 LONG CHORD = 177.5148 EXTERNAL = 1.8180 C.C. N 17,186,347.7784 E 1,321,704.0764 MID. ORD. = 2.6283 LONG CHORD = 126.3293 BACK = S 4' 04' 08.69" E P.C. STATION 55+22.94 N 17,182,262.2360 E 1,322,624.0938 MID. ORD. = 1.8150 AHEAD = S 8° 53' 12.36" W P.T. STATION 57+00.55 N 17,182,087.4459 E 1,322,655.1044 P.C. STATION 77+58.73 N 17,180,038.9656 E 1,322,757.0262 CHORD BEAR = S 2' 24' 31.83" W BACK = S 6' 40' 06.72" E P.T. STATION 78+85.13 N 17,179,912.8117 E 1,322,763.6808 REVISION NO. DATE AHEAD = S 13' 27' 11,03" W C.C. N 17,179,918.0400 E 1,321,663.6932 COURSE FROM PT A-2 TO PC A-3 S 8° 53' 12.36" W DIST 843.8706 CHORD BEAR = S 10' 03' 38.87" E BACK = S 6° 18' 41.09" E AHEAD = S 0' 16' 20.39" W CURVE DATA CHORD BEAR = S 3° 01' 10.35" E COURSE FROM PT A-6 TO PC A-7 S 13' 27' 11.03" W DIST 79.395 CURVE A-3 P.I. STATION 25+18.09 N 17,185,204.7527 E 1,322,638.7191 CURVE DATA COURSE FROM PT A-10 TO A103 S 0° 16' 20.39" W DIST 214.8691 DELTA = 14° 36' 49.76" (RT) DEGREE = 5' 12' 31.35" CURVE A-7 POINT A103 N 17,179,697.9450 E 1,322,762.6595 STA 81+00.00 TANGENT = 141.0481 P.I. STATION 58+76.67 N 17,181,916.4836 E 1,322,697.5673 LENGTH = 280.5652 DELTA = 5' 32' 16.14" (RT) ENDING BASELINE DESCRIPTION RADIUS = 1,100.0000 DEGREE = 5' 12' 31.35" EXTERNAL = 9.0061 TANGENT = 53.2006 LONG CHORD = 279.8054 LENGTH = 106.3184 MID. ORD. = 8.9330 RADIUS = 1,100.0000 P.C. STATION 23+77.04 N 17,185,344.1076 E 1,322,660.5085 EXTERNAL = 1.2858 P.T. STATION 26+57.61 N 17,185,075.4036 E 1,322,582.4750 LONG CHORD = 106.2771 C.C. N 17,185,514 0380 E 1,321,573.7134 MID. ORD. = 1.2843 BACK = S 8° 53' 12.36" W P.C. STATION 58+23.47 N 17,181,968.2232 E 1,322,685.1852 AHEAD = S 23' 30' 02.12" W P.T. STATION 59+29.79 N 17,181,863.7905 E 1,322,704.8987 CHORD BEAR = S 16° 11' 37.24" W C.C. N 17,181,712.2038 E 1,321,615.3936 BACK = S 13' 27' 31.43" E COURSE FROM PT A-3 TO PC A-4 S 23° 30' 02.12" W DIST 317.9113 AHEAD = S 7' 55' 15.30" E CHORD BEAR = S 10' 41' 23.37" E CURVE DATA COURSE FROM PT A-7 TO PC A-8 S 7' 55' 15.30" E DIST 327.2581 CURVE A-4 CURVE DATA P.I. STATION 30+59.12 N 17,184,707.1916 E 1,322,422.3673 DELTA = 8° 41' 33.61" (LT) DEGREE = 5° 12' 31.35" Curve A-8 TANGENT = 83.6041 P.I. Station 63+39.55 N 17,181,457.9390 E 1,322,761.3663 LENGTH = 166.8873 DELTA = 8' 34' 42.96" (RT) RADIUS = 1,100.0000 DEGREE = 5' 12' 31.35" EXTERNAL = 3.1725 TANGENT = 82.5028 LONG CHORD = 166.7273 LENGTH = 164.6973 MID. ORD. = 3.1634 RADIUS = 1,100.0000 REVISED ALIGNMENT CURVE A-6 DESCRIPTION NAVIGATION BOULEVARD UP RIVER ROAD TO LEOPARD STREET (BOND 2012) HORIZONTAL ALIGNMENT DATA P.C. STATION 29+75.52 N 17,184,783.8612 E 1,322,455.7052 EXTERNAL = 3.0896 P.T. STATION 31+42.41 N 17,184,626.3642 E 1,322,400.9999 LONG CHORD = 164.5435 C.C. N 17,184,345.2268 E 1,323,464.4667 MID. ORD. = 3.0810 BACK = S 23° 30' 02.12" W P.C. STATION 62+57.05 N 17,181,539.6547 E 1,322,749.9969 AHEAD = S 14' 48' 28.51" W P.T. STATION 64+21.74 N 17,181,375.4416 E 1,322,760.4193 E 1,321,660.4917 E CHORD BEAR = S 19' 09' 15.31" W C.C. N 17,181,388.0679 BACK = S 7 55' 15.30" E AHEAD = S 0' 39' 27.66" W CHORD BEAR =S 3'37'53.82"E N ,w N 3 c SHEET 11of124 RECORD DRAWING NO. STR 869 COURSE FROM PT A-8 TO PC A-9 S 0' 39' 27.66" W DIST 1,171.7025 .-- Z' ® a S CITY PROJECT# E12090 HIGH STARR DR L JV 200, EXISTING WATER BASEMAP SCALE: 1"=200' LEGEND LIMITS OF CONSTRUCTION EXISTING WATER LINES (SHOWS SIZE OF LINES AND MATERIAL TYPE) EXISTING ABANDONED WATER LINES EXISTING WATER VALVES EXISTING FIRE HYDRANT ASSEMBLY CONSULTANT'S JOB NO. 120472 DESCRIPTION SW o o U UB (0 .16°• Op= =dLL :cn't: �Ulm- m REVISION NO DESCRIPTION Department of Engineering Services m w a 0 EXISTING WATER BASEMAP REVISION NO. SHEET 1 2 ofl 24 RECORD DRAWING NO. STR 869 CITY PROJECT# El 2090 MH# 11801 V MH# 11804 10" HOP BALDWIN BLVD MH# 11805 VCP MH# 11849 MH# 11865 MH# 11943 NAVIGATION BLVD NAVIGATION BLVD 111111 VCP H# 11800 H# 1180 NAViGAT10N BLVD MH# 11850 89# 11863 MH# 11864 MH# 11868 MH# 11887 MH# 11847 MH# 11808 MH# 11806 MH# 11797 11844 6" VCP g" PVC H1GH STARR DR MH# 11845 MH# 17944 MH# 11851 88# 11852 100' 200• KR LL ST EXISTING WASTEWATER BASEMAP SCALE: 1"=200' LEGEND 8" VCP LIMITS OF CONSTRUCTION EXISTING WASTEWATER LINE (SHOWS SIZE OF LINES AND MATERIAL TYPE) DIRECTION OF FLOW 55 EXISTING WASTEWATER MANHOLE CONSULTANT'S JOB NO. '120472 DESCRIPTION REVISION NO z U 0 o y, C 0 U Department of Engineering Services m W G lb zgz QO 0 cc 5 cc EXISTING WASTEWATER BASEMAP REVISION NO. SHEET 1 3 ofl 24 RECORD DRAWING NO. STR 869 CITY PROJECT# El 2090 8'X5' RCB NA 00 4 non1 5" RCP _ ED 36" RCP 18" RCP 2a' RCP HIGH STARR DR 18 B, 0 0 0 P BALDWIN BLVD 60RCP NAVIGATION BLVD 2" RCP EXISTING STORM WATER BASEMAP SCALE: 1"=-200' LEGEND 18" LIMITS OF CONSTRUCTION EXISTING STORM WATER LINE (SHOWS SIZE OF LINES AND MATERIAL TYPE) EXISTING STORM WATER MANHOLE EXISTING INLET COW.A;l ;OB NO. 12; ;72 N z 0 N 0 contractors N S — LCD M C �u� C Om c ssB m U) REVISION NO. DESCRIPTION Department of Engineering Services EXISTING STORM WATER BASEMAP 0 z 0 w CITY PROJECT# E12090 SHEET 14 ofl 24 RECORD DRAWING NO. STR 869 NAVIGATION BLVD 2"WS NAVIGATION BLVD HIGH STARR DR EXISTING GAS BASEMAP SCALE: 1 "=200' LEGEND 2" WS LIMITS OF CONSTRUCTION EXISTING GAS LINE (SHOWS SIZE OF LINES AND MATERIAL TYPE) DW EXISTING GAS VALVES CONSULTANT'S JOB NO. 120472 DESCRIPTION REVISION NO. DESCRIPTION Department of Engineering Services EXISTING GAS BASEMAP REVISION NO. SHEET 1 5 ofl 24 RECORD DRAWING NO. STR 869 CITY PROJECT# E12090 GENERAL NOTES FOR TRAFFIC CONTROL: 1, TRAFFIC SIGNS, SIGN SPACING, SIGN LOCATIONS, TAPER LENGTHS, TRANSITION LENGTHS, CHANNELIZING DEVICES, AND ALL TRAFFIC CONTROL DEVICES SHALL BE IN STRICT ACCORDANCE WITH THE LATEST EDITION OF THE "TEXAS MANUAL ON UNIFORM TRAFFIC CONTROL DEVICES" (TEXAS M.U.T.C.D.) AND CURRENT REVISIONS, AND THE PROJECT TRAFFIC CONTROL PLAN. ANY DISCREPANCIES BETWEEN THE TRAFFIC CONTROL PLAN AND THE TEXAS M.U.T.C.D. SHALL BE IMMEDIATELY BROUGHT TO THE ATTENTION OF THE ENGINEER. IF A DISCREPANCY BETWEEN THE TRAFFIC CONTROL PLAN AND THE TEXAS M.U.T.C.D. IS DISCOVERED, THE TEXAS M.U.T.C.D. SHALL GOVERN. 2. ROAD CLOSURES SHALL BE LIMITED TO WORK AREAS ONLY. 3. ALL WORK SHALL START AFTER 6:00 A.M. AND WORK SHALL BE SCHEDULED SO THAT NO WORK IS PERFORMED AFTER 8:00 P.M. UNLESS SPECIAL PERMISSION IS GIVEN FOR NIGHT WORK. 4. MESSAGE BOARDS SHALL BE USED PRIOR TO ANY CHANGES IN TRAFFIC PATTERNS AS DIRECTED BY THE ENGINEER. CONTRACTOR SHALL PROVIDE THE ENGINEER TWO WEEKS NOTICE PRIOR TO MAJOR TRAFFIC CHANGES IN ORDER TO NOTIFY THE MEDIA. 5. ALL EXCAVATIONS SHALL BE BACKFILLED AND COMPACTED IN ACCORDANCE WITH THE PLANS AND SPECIFICATIONS AND SHALL BE OPEN TO TRAFFIC IN ACCORDANCE WITH THE PROJECT SPECIFICATIONS AND TRAFFIC CONTROL PLAN. 6. CONTRACTOR SHALL PROVIDE CONTINUOUS ACCESS TO ALL BUSINESS AND RESIDENTIAL DRIVEWAYS DURING THE CONSTRUCTION PERIOD. 7. CONTRACTOR SHALL PROVIDE TEMPORARY BLUE SIGN BOARDS THAT DIRECT TRAFFIC TO BUSINESSES AND DRIVEWAYS PRIOR TO BEGINNING EACH PHASE OF CONSTRUCTION. THE SIGN BOARDS MAY BE EITHER SKID MOUNTED OR DRUM MOUNTED. THE INSTALLATION AND REMOVAL OF THE SIGN BOARDS WILL BE CONSIDERED SUBSIDIARY TO THE CONTRACT ITEM FOR TRAFFIC CONTROL, AND WILL NOT BE PAID FOR SEPARATELY. 8. STREET INTERSECTIONS DESIGNATED FOR PARTIAL CLOSURE MAY BE PARTIALLY CLOSED TO TRAFFIC 24 HOURS A DAY UNTIL THE WORK IS COMPLETE. CONTRACTOR SHALL NOTIFY THE ENGINEER 14 CALENDAR DAYS PRIOR TO COMMENCING ANY INTERSECTION CLOSURE ACTIVITY. 9. ALL WORK ACTIVITIES SHALL BE IN ACCORDANCE WITH THE PROJECT CONSTRUCTION SEQUENCING PLAN. NO WORK SHALL BE PERFORMED OUT OF SEQUENCE UNLESS AUTHORIZED BY THE ENGINEER. 10. CONTRACTOR IS RESPONSIBLE FOR PROVIDING AND MAINTAINING ALL TRAFFIC CONTROL DEVICES FOR THE COMPLETE DURATION OF PROJECT. ANY TRAFFIC CONTROL DEVICES DEEMED UNSATISFACTORY BY THE ENGINEER SHALL BE REPLACED WITHIN 24 HOURS AT NO EXPENSE TO THE CITY. 11. CONTRACTOR SHALL INSTALL AND MAINTAIN A 4' HIGH BARRIER FENCE AROUND ALL OPEN TRENCHES OR EXCAVATED AREAS. SAFETY BARRICADE FENCING SHALL BE HIGH DENSITY POLYETHYLENE TENSAR-UX4050 9SB-ORANGE- 4' HIGH, OR APPROVED EQUIVALENT. 12. DURING NON -WORKING HOURS, CONTRACTOR WILL BE REQUIRED TO PROVIDE A 3:1 OR FLATTER SLOPE WHERE VERTICAL CUT EXISTS ADJACENT TO EDGE OF PAVEMENT. MATERIAL USED FOR SLOPE PROTECTION WILL BE SUBSIDIARY TO THE VARIOUS BID ITEMS OF THIS CONTRACT. 13. BARRICADES, SIGNS, CHANNELIZING DEVICES AND OTHER TRAFFIC CONTROL DEVICES MAY BE ADJUSTED TO FIT FIELD CONDITIONS AS DIRECTED BY THE ENGINEER. 14. EQUIPMENT AND MATERIALS SHALL NOT BE STORED IN PUBLIC RIGHT-OF-WAY AT ANY TIME DURING THE COURSE OF CONSTRUCTION. ANY MATERIAL OR EQUIPMENT APPROVED BY THE ENGINEER FOR TEMPORARY PLACEMENT IN PUBLIC RIGHT-OF-WAY SHALL BE ADEQUATELY BARRICADED ON EACH DIRECTION OF TRAVEL. 15. THE CONTRACTOR SHALL MAINTAIN ALL REGULATORY SIGNS DURING THE CONSTRUCTION PERIOD. 16, ALL CONSTRUCTION WARNING SIGNS MAY BE GROUND MOUNTED OR ENGINEER -APPROVED PORTABLE MOUNTING DEVICES. 17. CONTRACTOR SHALL NOTIFY THE CITY'S STREET DEPARTMENT IMMEDIATELY AT (361)-826.19E2 IN THE EVENT THAT ANY STREET SIGN, SIGN POST OR SIGN FOUNDATION IS DAMAGED DURING CONSTRUCTION. 18. CONTRACTOR SHALL PROVIDE AND MAINTAIN SUITABLE TEMPORARY DRAINAGE MEASURES THROUGHOUT THE PROJECT SITE INCLUDING TEMPORARY DETOURS TO ENSURE POSITIVE DRAINAGE OF STORM WATER RUNOFF, UNTIL SUCH TIME THAT PERMANENT DRAINAGE STRUCTURES ARE COMPLETE AND OPERATIONAL. THE COST ASSOCIATED WITH CONSTRUCTING AND MAINTAINING TEMPORARY DRAINAGE IMPROVEMENTS WILL NOT BE PAID FOR SEPARATELY BUT SHALL BE CONSIDERED SUBSIDIARY TO THE TRAFFIC CONTROL BID ITEM. 19. TRAFFIC CONTROL DURING INSTALLATION OF UTILITY CROSSINGS SHALL BE HANDLED BY TEMPORARY LANE CLOSURES USING FLAGGERS, MESSAGE SIGNS AND OTHER APPROPRIATE TRAFFIC CONTROL DEVICES AND SIGNAGE. TWO-WAY TRAFFIC MUST BE MAINTAINED AT ALL TIMES ALONG NAVIGATION BOULEVARD. ALL UTILITY TRENCHES MUST BE BACKFILLED, COMPACTED AND PAVED TO CARRY TRAFFIC. TEMPORARY PAVEMENTS MAY UTILIZE ONE -COURSE OR TWO -COURSE SURFACE TREATMENT, AS NEEDED. 20. CONTRACTOR SHALL MAINTAIN CONTINUOUS TRAFFIC FLOW THROUGH INTERSECTIONS AT ALL TIMES. 21. CONTRACTOR SHALL CLEAN VIDEO DETECTION CAMERAS AT INTERSECTIONS UPON COMPLETION OF THE PROJECT. 22. CONTRACTOR SHALL "BAG" EXISTING SIGNS AND TRAFFIC SIGNALS AS REQUIRED FOR LANE CLOSURES AND DETOURS. 23. CONTRACTOR SHALL NOTIFY THE CITY TRAFFIC ENGINEERING DIVISION AT LEAST 48 HOURS PRIOR TO MAKING ANY LANE CHANGES OR LANE CLOSURES. 24. CONTRACTOR SHALL PROVIDE TEMPORARY PAVEMENT MARKINGS (PAINT WITH GLASS TRAFFIC BEADS OR REMOVABLE TRAFFIC BUTTONS) ON TYPE B H.M.A.C. BASE COURSE UNTIL TYPED H.M.A.C. SURFACE COURSE IS LAID, OR ON RIGID (CONCRETE) PAVEMENT UNTIL PERMANENT PAVEMENT MARKINGS ARE PLACED. TEMPORARY PAVEMENT MARKINGS SHALL BE LAID OUT IN ACCORDANCE WITH THE APPROVED STRIPING PLAN AND SHALL BE REMOVED BY CONTRACTOR PRIOR TO PLACING SUBSEQUENT PAVEMENT COURSE OR WHEN THEY ARE NO LONGER NEEDED. 25. CONTRACTOR SHALL COORDINATE WITH TxDOT FOR ANY TRAFFIC CONTROL ADJACENT TO I.H.-37 FRONTAGE ROADS. 26. CONTRACTOR IS RESPONSIBLE FOR COORDINATING TRAFFIC SIGNAL ADJUSTMENTS WITH TONY SALINAS (361.826.1610) FOR UP RIVER ROAD AND LEOPARD INTERSECTIONS. CONTRACTOR SHALL COORDINATE WITH TxDOT FOR TRAFFIC SIGNAL ADJUSTMENTS AT THE I.H.-37 INTERSECTIONS. PHASE 1 MAKE TEMPORARY ADJUSTMENTS TO TRAFFIC SIGNALS AT UP RIVER ROAD AND AT IH -37 N.F.R. (TxDOT), AS REQUIRED. CLOSE WEST (SOUTHBOUND) TRAFFIC LANE ON NAVIGATION BOULEVARD BETWEEN UP RIVER ROAD AND IH=37 N.F.R. MAINTAIN TWO-WAY TRAFFIC ON THE EXISTING PAVEMENT ON NAVIGATION BOULEVARD. CONSTRUCT STORM WATER, UTILITIES AND PAVING IMPROVEMENTS WITHIN THE LIMITS OF PHASE 1. PHASE 2 MAKE TEMPORARY ADJUSTMENTS TO TRAFFIC SIGNALS AT UP RIVER ROAD AND AT IH -37 N.F.R. (TxDOT), AS REQUIRED. CLOSE EAST (NORTHBOUND) TRAFFIC LANE ON NAVIGATION BOULEVARD BETWEEN UP RIVER ROAD AND IH -37 N.F.R. MAINTAIN TWO-WAY TRAFFIC ON THE NEWLY CONSTRUCTED PAVEMENT ON NAVIGATION BOULEVARD. CONSTRUCT STORM WATER, UTILITIES AND PAVING IMPROVEMENTS WITHIN THE LIMITS OF PHASE 2. PHASE 3 DELETED PHASE 4 MAKE TEMPORARY ADJUSTMENTS TO TRAFFIC SIGNALS AT IH -37 S.F.R. (TxDOT) AND AT LEOPARD STREET, AS REQUIRED. CLOSE WEST (SOUTHBOUND) TRAFFIC LANE ON NAVIGATION BOULEVARD BETWEEN IH -37 S.F.R. AND LEOPARD STREET. MAINTAIN TWO-WAY TRAFFIC ON THE EXISTING PAVEMENT ON NAVIGATION BOULEVARD. CONSTRUCT STORM WATER, UTILITIES AND PAVING IMPROVEMENTS WITHIN THE LIMITS OF PHASE 4. PHASES MAKE TEMPORARY ADJUSTMENTS TO TRAFFIC SIGNALS AT IH -37 S.F.R. (TxDOT) AND AT LEOPARD STREET, AS REQUIRED. CLOSE EAST (NORTHBOUND) TRAFFIC LANE ON NAVIGATION BOULEVARD BETWEEN IH -37 S.F.R. AND LEOPARD STREET. MAINTAIN TWO-WAY TRAFFIC ON THE NEWLY CONSTRUCTED PAVEMENT ON NAVIGATION BOULEVARD. CONSTRUCT STORM WATER, UTILITIES AND PAVING IMPROVEMENTS WITHIN THE LIMITS OF PHASE 5. PHASE 6 INSTALL ALL PERMANENT SIGNAGE, PAVEMENT MARKINGS AND RAISED PAVEMENT MARKERS. MAKE FINAL ADJUSTMENTS TO TRAFFIC SIGNAL CONTROLLERS. REMOVE ALL TEMPORARY POLLUTION PREVENTION CONTROLS AND TEMPORARY TRAFFIC CONTROL DEVICES. PERFORM FINAL CLEAN-UP AND MAKE READY TO OPEN THE COMPLETED ROADWAY TO TRAFFIC. PROJECT CLOSE-OUT. CONSULTANT'S JOB NO. 120472 DESCRIPTION t FA o -' 0 v o t s U R ffi zcn 1111 .� SK) 5 o -d 9U aa m 0 REVISION NO. DESCRIPTION U) Department of Engineering Services co N U) N W ea JON c J N Ili CZ F O m cca. O C)H- O Jr zz -1 0 O Z LL OW O z W H- (n REVISION NO SHEET 1 6 of 124 RECORD DRAWING NO. STR 869 CITY PROJECT# E12090 MATCHLINE STA 54+00 0 PHASE -2 7 �*�►`►►vr.�_\\\\rte\\\`�►�ir\\'a'��\\i ��� ,a�����ww�����\�►�___ _ •oil Alk -:7-1 = ��/ cis►�,�������%`w����‘y�������`���������W`�v�1�\'''�"�\O"�`�`�� ;_;- if �i1i1:1�Ow��1�1�i�.rl�w�i�►1y. _:.1�1�1� > •!►+�.?L7r*4.-��- 4iirar-sem(*_ d►�. 1rir -16 ����.1 ��+�0�idhv►�s���`11>�� 1' r -n J �*11�. sn w z PHASE -3 DELETED PHASE-1 P } DELETED HASE-3 3 / 0 p F L M ti z ISI !AAO•A ■ /6�4. 4i.steP n y����#::* Wite IIi�h!1III�I_.Q!� AT �..fl_ll,I �.JI/I v" �� r4,'4- -fig'" iii. _ Ai .— irok*aimial.1/4--..-s-bormamitylowliailaW,"L_ /."7~ 'V& &f 11115L---1-'1141.411 PHASE-4 I,. z FGEND 111 \\\, CONSTRUCTION SEQUENCE LAYOUT SCALE: 1"= 100' CW • A '.tib- •,L`. k. • PHASE -5 PHASE -1 — PHASE -2 PHASE -3 DELETED — PHASE -4 — PHASE -5 % ii Vetlaal_WILFILMLUMILIONIallil,1/4 "Vit..... "Pic lig, lii CONSTRUCTION SEQUENCE LAYOUT SCALE: 1"= 100' Lu a 0 MATCHLINE STA 54+00 CONSULTANT'S JOB NO. 120472 DESCRIPTION N REVISION NO. DELETED TRAFFIC CONTROL PLAN PHASE 3 AND REVISED SEQUENCING Z 0 a Lu N a Q 4.1I• Department of Engineering Services 2 m 0 F - g CONSTRUCTION SEQUENCE REVISION NO. SHEET 1 7 of 124 RECORD DRAWING NO. STR 869 CITY PROJECT# E12090 EXIST. AEP POWER POLE H- R.O.W. VARIES EXIST. AEP POWER POLE d' q 12.0' 12.0' TRAVEL LANE 1T TRAVEL LANE 84' USUAL ZOIZI 42' WORK AREA TWO—WAY TRAFFIC PANEL CW6-4 PLASTIC DRUM PHASES 1 AND 4 (LOOKING SOUTH) SCALE: N.T.S. DELETED PHASE 3 SCALE: N.T.S. R.O.W. VARIES 140 84' USUAL 42' WORK AREA PROP POWER POLE —� LOCATION (BY AEP) \� \ EXIST AEP POWER POLE i N PLASTIC DRUM 12.0' TRAVEL LANE 1t V TWO—WAY TRAFFIC PANEL CW6-4 NEWLY CONSTRUCTED PAVEMENT PHASES 2 & 5 (LOOKING SOUTH) SCALE: N.T.S. 12.0' TRAVEL LANE PROP POWER POLE—,..- LOCATION (BY AEP) POWER POLE EXIST AEP —\\ VARIES 5.0' USUAL 6' CURB 1�., 5.0' SIDEWALK 50:1 MAX CONSULTANT'S JOB NO. 120472 P 0 0 0 0 w La 0 rei 3 Lu 0 Department of Engineering Services 2 N co N 0 4 0 W 0 Z LI1() Oa O V) U z W O� U < D U CL I— N z 0 REVISION NO. SHEET 1 8 of 124 RECORD DRAWING NO. STR 869 CITY PROJECT# E12090 OBEY WARNING SIGNS STATE LAW 820-3 48"X42" ROAD WORK 36'Q018R Tag g ROAD WORK 4— NEXT X MILES 020-1bL 72"X24" END ROAD WORK 36X18 NAVIGATION BOULEVARD 220-5T 48"X24" IitGIN ROAD WORK NEXT X MILES 6080 6 61111AC10R 48'2`0X30" BEGIN WORK ZONE TRAFFIC FINES DOUBLE EG20-NT 24"X24" R20-5 24"430" PLAQUE 24'X12" (END ROADWORK 020-20 36'X18" 020-5T24" 48"X 84GIN ROAD X MALES ADDRESS S°h CONTRACTED 48"X30" 020-8 BEGIN WORK ZONE TRAFFIC FINES DOUBLE L EGO -91 24 X24' 244X30" R20-5 PLAQUE 24'412" 0W20 -1D 48"X48" ROAD WORK NEXT X MILES —► NAVIGATION BOULEVARD G20-161 72"024" END ROAD WORK 020- 36' X18"20 OBEY WARNING SIGNS STATE LAW 120-3 40"X42" CW20-1D 48"X48" OBEY WARNING SIGNS STATE LAW R20 0102X0-1048" 48' OBEY WARNING SIGNS STATE LAW R20-3 48"042" UP RNER R ROAD WORK NEXT X MILES 020-ibR 72"X26' END ROAD WORK 020-20 36'X18" z NAVIGATION BOULEVARD END ---1=Lu ROAD WORK m 020-20 n 38"X18" n E ADVANCED WARNING SIGNS AT PROJECT LIMITS SCALE: NOT TO SCALE END ROAD WORK 36'020-2X18"o U DISPLAY SIGN AT ALL COMMERCIAL BUSINESSES ADI BILL MILLER BAR -B -Q BOC GASES CHARTER BANK CBS CREAGER TIRES DAYS INN DUKE CONTROLS GAS CARD FUEL HAMPTON INN & SUITES HOLIDAY INN EXPRESS HOT ROD HEAVEN HYDRO EX LAQUINTA INN LAS MILPAS LNV NIER AUTO CENTER P.A.L.S. PUFFER-SWEIVEN PURVIS INDUSTRIES RAWSON ROADWAY INN EXXON/7-11 FOOD & FUEL SUPER 8 MOTEL THUNDERBIRD INDUSTRIAL PARK VALERO FOOD & FUEL WELDINGHOUSE ROADD WORK 020-20 W 36"X18" a END ROAD WORK G20 -2G ROAD WORK 8"418" OBEY WARNING SIGNS STATE LAW 48' X42" 420-3 WHITE LETTERING WITH BLUE BACKGROUND NOTE: WORK ZONE ENTRANCE SIGNS SHALL BE MOUNTED ON PLASTIC DRUMS AND BE PLACED AT BUSINESS DRIVEWAY ENTRANCES FOR THE DURATION OF EACH STEP OF CONSTRUCTION IN WHICH THE WORK ZONE IS IMMEDIATELY ADJACENT TO THE BUSINESS DRIVEWAY. NO SEPARATE MEASUREMENT AND PAYMENT. WORK ZONE ENTRANCE SIGNS FOR BUSINESSES SCALE: NOT TO SCALE ONSUL(ANT'S JOB NO. 120472 0$ E< z 0 0 00 0 Department of Engineering Services W o W N J zoo 1 O I cc z 0 01 SHEET 1 9 0f1 24 RECORD DRAWING NO. STR 869 CITY PROJECT# El 2090 O O O U) w z J U END ROAD WORK 7 020-2a LEGEND W20 -1D EQ WORK ZONE PAV MRKR TY I (Y) (4") (DOT) CONSTRUCTION EXIT PHASE 1 WORK ZONE TRAFFIC FLOW ARROWS ® PLASTIC DRUM CHANNELIZING DEVICE 11 NOTES. OBLITERATION OF EXISTING CONFLICTING STRIPING AND PLACEMENT OF WORK ZONE STRIPING (TRAFFIC BUTTONS) IS REQUIRED FOR ALL LANE SHIFTS AND TRANSRIONS. THIS SHALL BE CONSIDERED SUBSIDIARY TO THE VARIOUS BID ITEMS. TWO-WAY TRAFFIC PANEL CW6-4 .9 4-1aL PROP SIDEWALK PROP PAVEMENT * SIGNS AND BARRICADES SHALL BE ARRANGED ACCORDING TO TxDot TRAFFIC STANDARD SHEETS BC REVISED 7/13 NWT LANE MUST TURN 000T R3 -7R 'N` RIGHT LANE MUST TURN NOWT R3 -7R CW20-1 SCW1-4L END ROAD WORK 020-20 0 p r p Oq; , END �.; ROAD WORK 020-2G Q; L ROH/ -- k J _ L ROW TWO-WAY TRAFFIC PANELS SPACED ® 40' C -C RO RO'W ROW N C= TWO-WAY TRAFFIC PANELS SPACED co 40' C -C ROW • A. ':�` •♦♦. `♦.NAVIGATION BLVD _♦..♦��..-♦_t...• 41i,\AI.O-Rnvl �_ . .�` -IP '—I_• ROW ROW IV i — WORK AREA PHASE i A Eoc cases JVL e ROAD CWD-3 CLOSED R11-2 TYPE III BARRICADES CW20-1D TRAFFIC CONTROL PLAN PHASE 1 SCALE: 1"=50' CW20-1D END ROAD WORK G20-20 ROAD WORK EOD CW20-1D END ROAD WORK 020-2a CW20-10 0 TWO-WAY TRAFFIC PANELS SPACED 0 40' C -C DUKE CONTROLS I NAVIGATION BLVD AAA ♦ . . ♦ �♦, . .♦♦� ♦:. .:. .♦♦♦ SA. ♦♦♦�_ .8880; .10 '.WORK AREA PHASE 1 Q sc -\-,,♦-•♦�♦♦ 71 l tir HELTER r ROADWAY INN CORNER S ER ST TORE END ROAD WORK 020-2a CW20-1 D TRAFFIC CONTROL PLAN PHASE 1 SCALE: 1".50' END ROAD WORK 020-2a CONSULTANT'S JOB NO. 120472 DESCRIPTION m REVISION NO. V W 8 Department of Engineering Services 2 O N LLJ ^_ 0 z O N JLL 0 O z 0 U v LL - LL a REVISION NO. SHEET 20of 1 24 RECORD DRAWING NO. STR 869 CITY PROJECT# E12090 O O N) (n LU z —J C) CQ END ROAD WORK 160' 0' ROAD WORK LA OUINTA INN CNN CONTRACTORS BUILDING SUPPLY CO. INC. W20R1D CW20-1 ROW N.. 1�-� NAVIGATION BLVD. 60+00 61+00 62+00 -4- MACER B C�IOTEI RO 63+00 64+00 _65- - 55+00 65- 55+00 I 56+00 R6% EXISTING MARKINGS -- AS CARO STANG DAYS INN 0 0� HOAOAYPRESS INN& SUITES E% 020 -2c ROAD WORK EAD 2S TRAFFIC CONTROL PLAN PHASE 1 SCALE: 1"=50' ai LEGEND E❑ WORK ZONE PAV MRKR TY I (Y) (4") (DOT) a 1f CONSTRUCTION EXIT PHASE 1 WORK ZONE TRAFFIC FLOW ARROWS PLASTIC DRUM CHANNEUZING DEVICE TWO-WAY TRAFFIC PANEL CW6-4 PROP SIDEWALK PROP PAVEMENT OT ES OBLITERATION OF EXISTING CONFLICTING STRIPING AND PLACEMENT OF WORK ZONE STRIPING (TRAFFIC BUTTONS) IS REQUIRED FOR ALL LANE SHIFTS AND TRANSITIONS. THIS SHALL BE CONSIDERED SUBSIDIARY TO THE VARIOUS BID ITEMS. * SIGNS AND BARRICADES SHALL BE ARRANGED ACCORDING TO TxDot TRAFFIC STANDARD SHEETS BC REVISED 7/13 CONSULTANT'S JOB NO. 120472 DESCRIPTION REVISION NO. REVISED TRAFFIC CONTROL PLAN SEQUENCE AND R.O.W. DESCRIPTION Department of Engineering Services m N m 0 0 ILI -I 0 N CO Z~Z Occ ieS cc rc d Lit (n 0 z a. N 00 N z O 0 _O LL Li H Q REVISION NO. SHEET 21 of 124 RECORD DRAWING NO. STR 869 CITY PROJECT# E12090 LEGEND EI WORK ZONE PAV MRKR TY I (W)(4")(DOT) F❑ WORK ZONE PAV MRKR TY I (Y)(4°)(DOT) CONSTRUCTION EXIT PHASE 2 WORK ZONE TRAFFIC FLOW ARROWS PLASTIC DRUM CHANNELIZI NG DEVICE TWO-WAY TRAFFIC PANEL CW6-4 0 . •\?AOp Q a OE III (BARRICADES Gt END ROAD WORK G20 -2o ROAD CLOSED 1-2 TWO-WAY TRAFFIC PANELS SPACED ® 40' C -C ®Z SVVORK AREA PHASE 2 W R6iV ROWNimh. RO NAVIGATION BLVD `sz+cc� NOTES. OBLITERATION OF EXISTING CONFLICTING STRIPING AND PLACEMENT OF WORK ZONE STRIPING (TRAFFIC BUTTONS) IS REQUIRED FOR ALL LANE SHIFTS AND TRANSITIONS. THIS SHALL BE CONSIDERED SUBSIDIARY TO THE VARIOUS BID ITEMS. . SIGNS AND BARRICADES SHALL BE ARRANGED ACCORDING TO TxDot TRAFFIC STANDARD SHEETS BC REVISED 7/13 END ROAD WORK G20 -2a TWO-WAY TRAFFIC PANELS SPACED W 40' C -C WORK AREA PHASE 2 TRAFFIC CONTROL PLAN PHASE 2 SCALE: 1"=50' 40 END ROAD WORK G20 -2a TWO-WAY TRAFFIC PANELS SPACED ® 40' C -C 41/ G20 WORK I o G20 -2a YPE III ROAD 411BTA CLOSED R11-2 OURS CONTROLS NC. ` S �` •NP END R 6+0 H VIGATION._ BLVD NAVIGATION BLVD �48s. 0 O + Ln PALS, MPN1 SHELTER END ROAD WORK TRAFFIC CONTROL PLAN PHASE 2 SCALE: 1"=50' ROPOWnY INN VALERO COflNER Si0R2 O CO END ROAD WORK 020-2a 0 CQ CONSULTANT'S JOB NO. 120472 z a 0Or of 0 U z 'E - ,LA 0U a Department of Engineering Services w 8 N w (n CL z 0 N O 0 0 5 SHEET 22of 124 RECORD DRAWING NO. STR 869 CITY PROJECT# E12090 O O LC) 00 uJ z J 2 U CQ G END ROAD WORK G20 -2a D 25 SO 1� L' ExxoN SEVEN-EI..EVEN LA OVINTA NN CW20-1D CW16-2 CBS CONTRACTORS SVILOINO SUPPLY CO. NO. SUPER 8 T MOTEL J S NAVIGATION BLVD �� s 59+00 60+00 61+00 624D a _ 63+00 m 65. 55+00 a 56+00 ROW RdA µ:LIPTON WN � SUITES CAS CARD STATION 0 O ALBOE NO DAYS INN Vxlge' 'T EXPRESS & OUTGO END ROAD WORK G20 -2a CW2.-1D TRAFFIC CONTROL PLAN PHASE 2 SCALE: 1".50' LEGEND < I 0 CONSTRUCTION EXIT PHASE 2 WORK ZONE TRAFFIC FLOW ARROWS PLASTIC DRUM CHANNELIZING DEVICE TWO-WAY TRAFFIC PANEL CW6-4 PROP SIDEWALK PROP PAVEMENT NOTES* OBLITERATION OF EXISTING CONFLICTING STRIPING AND PLACEMENT OF WORK ZONE STRIPING (TRAFFIC BUTTONS) IS REQUIRED FOR ALL LANE SHIFTS AND TRANSITIONS. THIS SHALL BE CONSIDERED SUBSIDIARY TO THE VARIOUS BID ITEMS. * SIGNS AND BARRICADES SHALL BE ARRANGED ACCORDING TO TxDot TRAFFIC STANDARD SHEETS BC REVISED 7/13 CONSULTANT'S JOB NO. 120472 DESCRIPTION REVISION NO. DESCRIPTION Department of Engineering Services c 0 L.LJ (n 0 z N _I O O F- N z 0 O U IL lL H - REVISION NO. SHEET 23of 1 24 RECORD DRAWING NO. STR 869 CITY PROJECT# E12090 M END ROAD WORK 020-2 R ONE PAV MRK NON -R (W) (4 )MOV WO'K ZONE PAV MRK NO -REMOV (Y) (4") (SLD) WORK ZONE PAV MRK • NON-REMOV Y) (4") (BKN) 0110,1150 CWI-60T 42. ,',Z;NAVIGATION BLVD CONSULTANT'S JOB 12047 a- a CW20-10 V120-5 WORK ZONE PAV MRK NON-REMOV (Y) (4") (SLD) DUKE 36N' NC ,,j • L\Ah -1 ♦ gra W t Air CW20-1 P0501T LAVE MUST TAN RIGHT W TYPE III Q BARRICADES I I LA OUINTA NN _7 58+00 EtVD��� ... 5+00 _- C. a _.. • • 59+00• 60+00 -I� -62 O U v) LLJ U R. 0 III IIS WORK ZONE PAV MRK NON -(W) (4)M(BRK) WORK ZONE PAV MRK (Y)NON-REMOV (4") MC (SLD) ROADWAY INN CW20-5 EAS WORK ZONE PAV MRK NON-REMOV (Y) (4") (BKN) WORK ZONE PAV MRK NON-REMOV (W) (4") (SLD) ER ST CORNER SPORE CW20-5 AFFIC SPACED C -C 6-3 CW2' 1D CWS -2A END ROAD WORK 020-20 TRAFFIC CONTROL PLAN PHASE 3 SCALE: 1"=50' HOLIDAY INN �pRE55 & SUITES OTES TVs' y DAYS INN ZY END ROAD WORK 020-20 0 ERATION OF EXISTING CONFLICTING STRIPING AND PLACEMENT OF S ZONE STRIPING (TRAFFIC BUTTONS IS REQUIRED FOR ALL LANE SH AND TRANSITIONS. THIS SHALL BE CONSIDERED SUBSIDIARY THE VARIOUS BID ITEMS. * SIGNS AND BARRIO S SHALL BE ARRANGED ACCORDING TO TxDot TRAFFIC STAND-` SHEETS BC REVISED 7/13 LEGEND MEM CONSTRUCTION EXIT PHASE 3 WORK ZONE TRAFFIC FLOW ARROWS ® PLASTIC DRUM CHANNELIZING DEVICE TWO-WAY TRAFFIC PANEL CW6-4 TY I ZONE (Y) (4") (DOT) MRK T) PROP SIDEWALK PROP PAVEMENT Department of Engineering Services TRAFFIC CONTROL PLAN PHASE 3 a- HEET 24of 124 R . •RD DRAWING NO. S = :69 CITY PROJECT# T,90 END ROAD WORK G20 -2a END ROAD WORK 020-20 OR • P V MK NON-REMOV (W) (4") (BRK) WORK ZONE PAV MRK NON-F5EMOV (Y) (4 ) (SLD) WORK ZONE PAV MRK NON-REMOV (Y) (4") (BKN) CW20-1D WORK (W) (WORD) 4EVE-EIL�'EN LA QUINTA INN WORK ZONE PAV MRK NON-REOV (W) (4")(BKN) WORK ZONE PAV MRK NON-REMOV (W) (4") (SLD) EXISTING EOP ROW $8+00 59+00 O 0 + O CO (n W z J U WORK ZONE PAV MRK NON-REMQV (W) (4") (BRK) WORK ZONE PAV MR N N -R MOV (Y) (4") (SLD) ROADWAY INN WORK ZONE PAV MRK NON-REMOV (Y) (4°) (BKN) f„..00 Fpipp ..gyp NAVIGATION BLVD' h • . .. 0• • 52+DO 56+00 WORK AREA PHASE 4 CW20-1D CBS CONTRACTORS BUILDING SUPPLY CO. NC. WORK ZONE WORK ZONE TPAV (W) (WORD) PAVK (W) (ARROW) VALERO 60 CORNER STORE /TYPEIII R11-2 BARRICADES ti CW20-5 W F - z ROAD CLOSED 4-1aL CW20-5 PAV IN TY CK (W)NE (ARROW) RK M WORK ZONE PAV MRK NON-REMOV (W) (4") (SLD) scWl- P - 00 NAVIGATION BLVD 61+00 SUPER MOTEL END ROAD WORK TWO-WAY TRAFFIC PANELS SPACED ® 40' C -C G20 -2c EXISTING EOP yµUPTON INN g SU11ES TRAFFIC CONTROL PLAN PHASE 4 SCALE: 1 ^=5O' ORO_ ROAD CLOSED E III R11-2 BARRICADES EggS & SUITES NOTE. CONTRACTOR TO CONSTRUCT TEMPORARY PLUG IN NEW 18" DIA. R.C.P. LATERAL FOR CURB INLET CI -15 AND BLOCK THROAT FOR THIS INLET UNTIL MANHOLE MH -28 IS CONSTRUCTED IN PHASE 5. CW20-OD TWO-WAY TRAFFIC PANELS SPACED ® 40' C -C 62+00 ra 1.11111111VAOW.111416111.410.111111MIL 1111111. " "GAS CARD STATION • 63+00 64+00 a 0 65+00 TWO-WAY TRAFFIC PANELS SPACED ® 40' C -C THUNDERBIRD INDUSTRIAL POR 66+00 r, ���► WORK AREA PHASE 4 67+00 NAVIGATION BLVD 68+00 69+00 PURVIS INDUSfRIE 7o 00 71+00 72+00 AELDINOHOUSE R.W000 0 -ID TRAFFIC CONTROL PLAN PHASE 4 SCALE: 1"=50' LEGEND 1101111111 11 CONSTRUCTION EXIT PHASE 4 WORK ZONE TRAFFIC FLOW ARROWS PLASTIC DRUM CHANNELIZING DEVICE TWO-WAY TRAFFIC PANEL CW6-4 TYWORK(W) (4") (DOE PAV M) K TY I (Y) (4)WORK ZONE P)AV (DoMRK ORC)N(W) RK TY(WARRO WORK (W) (WORD) MRK PROP SIDEWALK PROP PAVEMENT CW4-1aR - PUFFER H- (n LU z J 2 0 NOTES. OBLITERATION OF EXISTING CONFLICTING STRIPING AND PLACEMENT OF WORK ZONE STRIPING (TRAFFIC BUTTONS) IS REQUIRED FOR ALL LANE SHIFTS AND TRANSITIONS. THIS SHALL BE CONSIDERED SUBSIDIARY TO THE VARIOUS BID ITEMS. * SIGNS AND BARRICADES SHALL BE ARRANGED ACCORDING TO TxDot TRAFFIC STANDARD SHEETS BC REVISED 7/13 CONSULTANT'S JOB NO. 120472 DESCRIPTION m 0 REVISION NO. REVISED TRAFFIC CONTROL SEQUENCE AND R.O.W. z 0 0. O 0 Department of Engineering Services m N 0 0 �a^ 0 W N 0 . z R Oz Wsec a. LoU (/) 0 z a_ N c00J Lc - 0 0 z O O O LU LU REVISION NO. SHEET 25 of 124 RECORD DRAWING NO. STR 869 CITY PROJECT# E12090 O WORK ZONE PAV MRK C (W) (ARROW) N) WORK ZONE PAV MRK r L --12(.....794),WORD) HOT TOO HEAVEN TWO-WAY TRAFFIC PANELS SPACED © 40' C -C BILI MILLER MATCHLINE 021 WORK ZONE PAV MRK NON-REMOV (W) (4`) (SLD) ORK ZONE PAV MRK NON-REMOV (W) (24') (51.D) Z 0W20 -1D.] —NAVIGATION BLVD NAVIGATION RELIEF ROUTE TO SAVAGE LANE AND SOUTHBOUND IH -37 FRONTAGE ROAD C END ROAD WORK G20-20 CONSTRUCTION RELIEF ROUTE CU LEGEND 131 ONLY 11 CONSTRUCTION EXIT PHASE 4 WORK ZONE TY WORK (W) (4"PADOMRK T)) WORK ZONE PAV MRK TY I (Y) (4") (DOT) WORK TY C (W)N(ARROW)RK WORK (W)N(WORD)MRK TRAFFIC FLOW ARROWS PLASTIC DRUM CHANNEL:ZING DEVICE TWO-WAY TRAFFIC PANEL CW8-4 TRAFFIC CONTROL PLAN PHASE 4 SCALE: 1.'=50' RELIEF ROUTE CW20-ID 80+00 �TO SAVAGE LANE AND SOUTHBOUND IH -37 FRONTAGE ROAD )DOTES: OBLITERATION OF EXISTING CONFLICTING STRIPING AND PLACEMENT OF WORK ZONE STRIPING (TRAFFIC BUTTONS) IS REQUIRED FOR ALL LANE SHIFTS AND TRANSITIONS. THIS SHALL BE CONSIDERED SUBSIDIARY TO THE VARIOUS BID ITEMS. + SIGNS AND BARRICADES SHALL BE ARRANGED ACCORDING TO TxDot TRAFFIC STANDARD SHEETS BC REVISED 7/13 Ll� G 2 BLVD -L 1 ORK ZONE PAV MRK NON-REMOV (W) (24") (SLD) 0'44 uu E —NAVIGATION BLVD NAVIGATION RELIEF ROUTE TO SAVAGE LANE AND SOUTHBOUND IH -37 FRONTAGE ROAD Co It END ROAD WORK G20 -2c CONSTRUCTION RELIEF ROUTE HIGH ST LH I— Yn 0 0 0 w J LEOPARD STREET UNDERPASS SCALE: 1"=50' CW20-ID CONSULTANT'S JOB NO. 120472 0 0. m REVISION NO. REVISED TRAFFIC CONTROL SEQUENCE AND R.O.W. z 0 Tn 0 Department of Engineering Services N .41 03 N w 0 z o J U- 0 0 N z 0 U U_ L� U- Q H -- REVISION NO. SHEET 26 of 124 RECORD DRAWING NO. STR 869 CITY PROJECT# E12090 TWO-WAY TRAFFIC PANELS SPACED ® 40' C -C 0 2s' O. END ROAD WORK 020-20 PAV M NON-REMOV (W) (4") (BRK) WORK ZONE PAV MRK NON-REMOV (Y) (4") (SLD) WORK ZONE PAV MRK NON-REMOV ( (4") (BKN) ,E W20 -1D DUKE CONTROLS INC., WORK ZONE PAV MRK NON-REMOV (W) (4") (BKN) WORK ZONE PAV MRK NON-RAEMOV (W) (4) (SLD) \\\ -\ . a 53+00 c O y00 A. .c ticl P NAVIGATION BLVD L _ 52+00 H - END ROAD WORK EXXON JI _ SEVEN-ELEVEN ,`G20-2a TYPE III ROAD "44******A • BARRICADESCLOSED,L R�v����r1 '�., ', RON r ,t+#4* *"*I q�:WO PH W.4r4r 4'f LA QUINTA INN 9d.'m"ATS?^°37144tt WORK ZONE PAV MRK NON-RRMOV (W) (4 ) (BRK) WORK ZONE PAV MRK NON-REMOV (Y) (4") (BKN) 0 O O 150 WORK ZONE WORK MRK TY C (W) (WORD) TY CM (W) (ARROW). ROAD CLOSED RI1-2 >- TYPE III BARRICADES = cp FW - la W F - Z VALERO CORNER STORE WORK ZONE PAV MRK NON-REMOV (Y) (4") (SL)) cR20-1D CW4-Ia W20-5 END ROAD WORK G20 -2a 0-5 WORK ZONE PAV MRK TY C (W) (ARROW) WORK ZONE TY C (W) (WORD) WORK ZONE PAV MRK NON (W) (4")-REMOV (SLD) TYPE III BARRICAD P WORK ZONE PAV MRK NON-REMOV (Y) (4") (SLD) ROW N. DAYS INN ES °pRE55 & SUITES R1-2 CW20-1D ROAD OK ERDD TRAFFIC CONTROL PLAN PHASE 5 SCALE: NOTES* OBLITERATION OF EXISTING CONFLICTING STRIPING AND PLACEMENT OF WORK ZONE STRIPING (TRAFFIC BUTTONS) IS REQUIRED FOR ALL LANE SHIFTS AND TRANSITIONS. THIS SHALL BE CONSIDERED SUBSIDIARY TO THE VARIOUS BID ITEMS. * SIGNS AND BARRICADES SHALL BE ARRANGED ACCORDING TO TxDot TRAFFIC STANDARD SHEETS BC REVISED 7/13 LEGEND iT TRAFF Y CA PANEL CW6-4 '°`°jgill CONSTRUCTION EXIT PHASE 5 WORK ZONE GLS TRAFFIC FLOW ARROWS ® PLASTIC DRUM CHANNEUZING DEVICE O O + 0 (0 F— (n w z J v CQ WORK Y'I (Y)(4y)(DO)K CW20-1D CBS CONTRACTORS BUILDING SUPPLY CO. INC. SURER 8 T MOTEL 1 ;��y�,� NAVIGATION BLVD v�Wirrir,, THUNCERBIRD INDUSIRNy PARK GAS CARD STATION •• 0 O I^/ H WELOINCHOUEE BOSON PUFFER - TRAFFIC CONTROL PLAN PHASE 5 SCALE: 1"=50' CW20-ID J 2 U CQ PROP SIDEWALK PROP PAVEMENT CONSULTANT'S JOB NO. 120472 0 a S 0 REVISION NO. REVISED TRAFFIC CONTROL SEQUENCE AND R.O.W. O r[ Department of Engineering Services In 0] co LC) W (f) 0 z 0_ N 00 z O U 0 LL (YQ LL H - REVISION NO SHEET 27 of 124 RECORD DRAWING NO. STR 869 CITY PROJECT# E12090 TO SAVAGE LANE AND SOUTHBOUND 11 +-37 FRONTAGE ROAD 0 0 (n LJ z CONSULTANT'S JOB NO. 120472 STON H0�STON 79+00 _ 80120 NAVIGATION RELIEF ROUTE TO SAVAGE LANE AND SOUTHBOUND IH -37 FRONTAGE ROAD G20 -2a CONSTRUCTION RELIEF ROUTE CO STRUCTION RELIEF ROUTE HIGH STAR LN Y4 OU�SiOPFy,�� TRAFFIC CONTROL PLAN PHASE 5 SCALE: 1'=50' 81+00 LEGEND MEM i °M:1°1°1 °3 CONSTRUCTION EXIT PHASE 5 WORK ZONE MRK TYWORK(W) (4"E ) PAV © NtRK ZONE PAV MRK TYI(Y)(4)(ou) WORK ZONE PAV MRK TY C (W) (ARROW) ONLY WORK C (W)N(WORD) TMRK C=I TRAFFIC FLOW ARROWS PLASTIC DRUM CHANNELIZING DEVICE TWO-WAY TRAFFIC PANEL CW6-4 PROP CONSTRUCTION RELIEF ROUTE NOTES: OBLITERATION OF EXISTING CONFLICTING STRIPING AND PLACEMENT OF WORK ZONE STRIPING (TRAFFIC BUTTONS) IS REQUIRED FOR ALL LANE SHIFTS AND TRANSITIONS. THIS SHALL BE CONSIDERED SUBSIDIARY TO THE VARIOUS BID ITEMS. • SIGNS AND BARRICADES SHALL BE ARRANGED ACCORDING TO TxDot TRAFFIC STANDARD SHEETS BC REVISED 7/13 0 w U) 0 a 0 C. a Ei Jog ggg o U N s co 8 N Frz 5)c. C N BBP Department of Engineering Services co a W 0 z O- J u- 0 0 LL F— z 0 0 U_ Li F— N z 0 SHEET 280f 124 RECORD DRAWING NO. STR 869 CITY PROJECT# Et 2090 CONSULTANT'S JOB NO. 120472 ppy,r,„ �•��t,E �� ��577... •A.`"Et'` N M N'•lY �LV:' oaj fit ni %�1• , Ln Z'Q to. 00;< / `. I• N iv.. C 111 1, f f'!�J I k.6'..,,'.......• \\ \ \„"+ TYPICAL LOCATION OF CROSSROAD SIGNS T-INIER3ECT ION ',PICA,. CONSirICTION WARNING SIGN SIZE AND SPACING.° #ppOK I .o Ieneka os I0 iiii.1.o SPACING SIZE BARRICADE AND CONSTRUCTION (BCI STANDARD SHEETS GENERAL NOTES. WORKER SAFETY APPAREL NOTES a-s I I ® fuo tars EW IMr bx Ia ('anima e li= S 1. Workers an toot .e. ore exposed to tr0Tfic or to construction equl i t. TM1e Barri was ono Construct ton Srantlord ting for etraffi ore intended 00001 to ta010t1 examples for placement of tem00rll'y traffic con}r01 Ie }M-ioM1r•of•IOt doll eor hi.nevi Stl da ofappoYel 4 ne "American ity g: e { ` ♦` PPo /arm { { I0I IxRREaaO a gyp Ay 1Tp•IIOC• sy b Y Ism -xn Y Iso,, 'YiN 5.500' a ZOn es C Roca Cxn a / y Posted Spectre .. 1 dodoes,eh. re Na}ionol Standard for N(ph-Vlwibil neInfiructlon r,04inpavement these stee, and typical work zone Stals. the reVilabeiled Gofe ISEA l The Information contained In +hears meet or exceed the regarementa ADporel' honied Oa ANSI 107-2004 ,!more perfor xnee for Clara 2 or 3 ix azmrd x `. Y s ' CIRo• LDN tAFpe°a.) 2 sham In the "7.x08 Naval on Uniform Traffic Control Device.' 1TMUTCD)• risk exposure. Class 3 garments should be considered for hien traffic Y Y Y urn- 0101+ II CW21 IB' 4a' 30 1YD s66T- •`x velure Work or rayl+ time work.b' erects or Y N cv, r �OEa O Lrsn CWix 40• a 40• x I25 8 2. Th. 06ar irllni aW deelon of ion Traffic Control Plan ITCPI IB ion ieY Of Me Engineer. 1 1 \ �` it a sr � ���y,, gig' Pio-. T It ars+ so 245 e0poneieil >�LF i"Z$la p \ as COPE • ,�� MP 5 a2D b°g 0 3. The Contractor moY propose changes } the TCP that orsigned and seelea AxE/➢�-1p I�ai: o1 w°ma a r Pr- /pw � a' da© d elf, CMB. )fie x a6' 4B x •B w .00 IIa¢3 by O licensed professional engineer for ODDrov01. The Engineer may of D, 'Compliant , CN, Cell I. ori SDDx S iiiT filen Ma .801 Centr:Pier (appease Manan., Only pre-Ouolifted product. aha11 De erred. the Work Zone Traffic Cmirol Devices Liar• !CWZTCDI describes i Z Si.( -let II lupi 0814 60 60D1 LNV engineers I architects I contractors 801 NAVIGATION, SUITE 300 PH. (361)8831884 CORPUS CHRISTI, TEXAS 78408 FAX (361) 6831886 TBPE FIRM NO. F366 W W W.LNVMC.COM pygal C. The Contractor la inle for metalling and the traffic pre-auaitfted (Oven el then- °Ou a apo may be found an-I ire at therein OddreS0 (Oven g2 air 65 700x re ane ctontolning OBVICse as .nom in the Plane. TM Contractor of nays Or sneer. below or by p«1}OC1 ifp1 1 ®1�sm mr•e°n06.101axa•Rua PM u8a0•<pR0-ICI .IT onion mesal aaplam.or 013, yyr w8• a l0• A• x Or 00 0DUe ria thecontrol 00 rmayev ins a0proxsmofe location of any aevipa without the ODOroval of the Engineer. partme Trxfs Department of Traeger-fatten01.100 f h °'r I. Irehew-SI'000 inlet'from°vavema mean ewe m o•AM m elm. laia•leelm ma g CSJ LIMITS AT T-INTERSECTION Cone-3, 0810, Cert 5 80 500 10001 88E9 R . 9 5. Geometric deafen of Ione ahlfla nd detours ghoul., Men posenole, meet ton .oft Syts wand! n•d In h S 0M PhoneTraffic -SI Division - TE Phone 1512, 416.3118 u.. 9.,0 2 610.00. 05lalp minsatmP 8 Ma •00Mehrarim atm rsMK aim aa• 'LV marc •ir050100 ata In olw. x x• .0 MOLL 310110.el05slot Rona vex to mm2 a a• ted 0s • mag• Ion m II 1•10 ro .1 a 1( eh, oin00001 the tau dna IX'ro a lc<°rl01 of Pe ratI O15 00 00f� � l ale lone• mar ''''e, o a ' 5 CHighway ` ASKTO/American rtOtlla Statecriteria ee0010tio Association of NI a5 Tranaporand St Off ICI01n (t DOt I, "A Polley on C" or ere Deelyl of Ha none. and Streets', the TZDOT "Roadway Deeipn Manual" or englnBerinO luagTenf. ' 6. When projects abut, the En ineerle) Y atilt the END ROAD WORK, TRAFFIC a g FINES DOUBLE. and other advance appear signs if the a (atone would t g redundant and the work areas apceor a 41r1ucue to the motorist.. It the •p.• ii) 191 0._0 Iaab /1.0 t raw he He awns ton Mtn. 5110 51 0 bnlro One Slm ero maaaa M 4'0'. all erne'" 5 BaW m ui•nro 1tele oaalelap ore Frakmllro«e1v WOY RArE4 1 air mxmlae.1Ts _ i �m i Pam°inionrewire..ramtrSODp�lrcvtlnep«+: ymtro'r. see me •SswO xlpac- of a Omlpro fa t.', •°;r 015 ay Ol wa c.d.= antro •fTe en. sola near a tom le Ion wlua i"1"'".. m WII b ion m rewire aalhrol of pa opt m ivat4 baam1rirol .100lee ramlreq rade °lav w11I ell I ananirc ad vroevarea . trella Crural Pion eats v to We m np ;ifo or n1�neneeect x. I avafrwtlm ala, dI5 m 1 i-fnwaerlm <Rp-6 I ,ion.oral ,.:3 mamma• n Yl155' lin area 10000101• •miklensg0all he roalaa0 OY ton 00°- rhe tewrwt« all al to •axiPACSa 41a ro. slava 1"• KII01 a1ml. cea i51LI as •+MD OMP NESS x M1LES• flax era afar aiTlra all. I« In ton alma, ryolml 'Ion apmira el air ab nipwy, aareewye • �1 6 a 1a:3,,,, O ey IOp;, NEt' LEel a YI µlaw ala p frmraxO °alosen r(Ow500 lawae•S's. a 00 . a:ra apo lr•my'. •w Dasa' etMiRt nC apn twat fm Z °p; 2fii gh .omit erect the project la escalated +iter, the Csh sheet., Bary learning stens o° snom on these sheet.• the TCP sheets or oa necessary .treated by the EncinoBr. The BEGIN ROADWORK NEXT X MILES sign shell be revised to dxrw appropriate work zone dtatanae, THE DOCUMENTS BELOW CAN BE FOUND ON•L INE AT 0NplNSW4V.bldOLDOV _d yy •Tb nMalik. '' + ot�Rm• Iro •wn'"51Lzinms•Jmt •t lapin M mr,' o in°M1ielnp ail eMrorrl wax°rma iy le �rl a w arml°t�mveeem•ilmvep,aon II I den talion mm.aa to 0010 alrfemiurrm ora me ions-enol a rm [nplrorr toe •nlpw rola cr...i ria ala Pial fa Ose0°der•a GENERAL NOTES , to « Iv a'I05 m/ m,ma m rameevy. o raw lea »aura a Imaeea a'rep,lrea ro nmro 1301 led DESCRIPTI( g T. The Engineer duplicate wlaaa one mwian aide of CO/PLIANT WORK ZONE TRAFFIC CONTROL DEVICES LIST (CWZTCDI d) 6. kmmfflc m tale pgfd./Iramta, trofflo alsa,m ewrelnhem• roll a to pl. entree vont.al 01 I. CO trareaed m 155.11,0 ro and I/O any dmayye require worming and Iivtaea mere melon width will permit dna ttaff ie volutes MATERIAL SPECIFICATIONS (OMSI �Y F^v WORK AREAS IN MULTIPLE LOCATIONS WITHIN CSJ LIMITS SAMPLE LAYOUT OF SIGNING FOR WORK BEGINNING AT THE CSJ LIMITS al a O.ar E" EDR the sign 1us47 fY the signing. MATERIALRTMENTAL PRODUCER LIST fMPLI `S k Q,rwe_•e• unarm. 4. Sr.04seem. re ire 01 0I. Nalm.Iwmymmwm ........ Iawlm e dadSmim 18p Ili: .. Al I eIOn! shot I be constructed to wwraanee with the deter!. found In one "Standard Highway Sten Dea gni. for Texan,- latest edition. Sign details ROADWAY DESIGN MANUAL - SEE "MANUALS (ONLINE MANUALS)" �°•S %N a•Sr �II�1 QI-xv ® SPEED LIMIT 7,[a. s'%% rues LaoHla eta av°m side•. ' not shorn In this the Phot b. abduct In the alas or the Englneer anal Is I a //5�)� GO. �9'i4rDi floeto 1f La a ,Ia ,b, Ilanrq In •rata•. slur 0000 v+m •sr60000 ^ 43 9. iett.rare example control them to the Illustration. of the TEXAS MANUAL ON UNIFORM TRAFFIC CONTROL DEVICES (TMUTCD) ° m° i°JA 00000 XX aIf I mr- r 1 t"' \ fl Md. % I= a^IPd ra'ttw'°°m+e IV PmI's, IN, pl awhmu na Pala i�raslm laeiermin BC ea. As ndevices , ion Engineer will fie}ermine the most necessary, BC sheet. are traffic opyopriaro rraf+te .warpl devices to M used. TRAFFIC ENGINEERING STANDARD SHEETS pr �� wI k IO50Oero avlea I a earaav a \, \1, , , ' r ��,I��klg!' <} 10. As Fham On BCf21, the OBEY WARNING SONS STATE LAW ed i an. the WORK ZONE TRAFFIC FINES DOUBLE slat with shall bE erected In advance a9 the -, . - `-• T ype 3GSEaNDa ee CSJ Iasis. However, the TRAFFIC FINES DOUBLE ween wit not be required on IC FI �� a O ... n` SPEED Pao CnP-nerizitp Drogue Striping fig 09.111 ilnp solely st of retails operation week, uch as seri ping of IIIIna edgellne ruROle strips. The BEGIN ROAD WORK NEXT X MILES, ml II 3 OP T ° f I3.X Y 1 + Sly, CONTRACTOR ono END ROAD WORK signs shall be erected et or mar the �H r .tfziro de O.n rMlr%I LOt 0�1 r%% Mn ax�N O see Palm) Ceatrwt ion CITY OF CORPUS CHRISTI r.. TEXAS Department of Engineering Services CSJ limits. VW er.eW a'fmm, °ler mnn'n nlniol ROAD W601."EA•1Cxm-ID10.500 l 1 a% ma.. the rnpirrw0tawet« 0.10 nava IXalil,rol I•00.0 5 ..• Inc.a. of 11 aF oval tot al. al.w5 goy ow aft 11 did Ke ..anon NOSES X 1=14 i14R 0 ,1 0' ma ton fa 11. he I for a0vl w° efu ire. DY Note tar ,rafll9 wMT01 cev(Cla BnWto Da in place arty alai l8 mfk 16 a0}uplly in OfOpfe08 OY 0 OBf trite fgatl Oa. ooAo-A 5a me4lprafoladed Son to aa1I.I• 15 ro Ta stow. Ion aoa lomrlm am •oairo+sloe m0 °Y"' to oma 41 s+maa mrorlamsl IM ...are en r mai bmnea. axi ate. SHEET 1 OF 12 SAMPLE LAYOUT OF SIGNING Fat PIORK BEGINNING DONNSTREW OF TWE CSJ LIMITS Plesel AeIN Pena a eenarx Y soon Irre Pal., SHEET 2 OF 12 m 12. The Engineer nae ire final sectarian On the location of al! traffic control devices. i , ww,aammTr05e01 dt tlp° +raa>a Y ROAD 'SRO•Sr1 Q a�R(� sILF All SPEED IIY�Ii/ as %%Baer xo1[ fIM9p °fir awn lead%% ale Pal Noll Oil. el th aro am07 al Wl of m. [nptra«. IPM 1erI ton tto �.• ,YAY.sNOenrnnitdfrn'mvm«".Pn M. 13. In001Ive equipment Ond work Vehicles, ',lauding reanere• private vent Clee spat be parked away from trove! Knee. They ahead be a .lode to ton 1onr•or-Tar MIM pe po86ID14, or IOCO}etl (antro 0 carrier V euardr0i I, or m app-ave. by one Enpinee7. BARRICADE AND CONSTRUCTION CLOSED a1.3 Ialen•• rSr.E°`u+e 1 "', , eAO 'hY I •• -s �•Ir m , , %l+al \l /v /\ %#Py \ .err \'°' 51AiE LLI r \ Q1,...,11:111..1.6a et in. CO adme o. gut amore- eo ma recall. m.. the Ca 0ol,e Inform the °` m'«'n° « .,): mala rp'-sip ero CSJ Llmi sroi.er , „a°fa'Ilro. " praemr BARRICADE AND CONSTRUCTION w F GENERAL NOTES AND REQUIREMENTS %% sF Llsmr ,imlw.t onrrvroieai'FFIa PROJECT LIMIIT p I - st rma t.FV rewvea air al : a ala» a BCt1>-13 1 nxiro t w .I. .* Pair«pmrcl, I•PMD y 6D• I�wo�or.Iy II% avian Trott Is BCt2)-13 r.ar TAWIWI. eu� Ion, .:. � . C°wonvo •apnea' m a mita « ,�rvrwr aroma. n� .mr Iwwmrla ,am O Prat Paw Mee I' Im�ns wA% �XX ©t�^r:rofee i in Imvr a* anti eta, fir Wk:ad. .:.. a.n -a,-+ Z 36 Et: iif,:>, .n. urn I tae P R. 7.13 Z ,,, O (n Ll' TYPICAL 019100 CLEARANCES FOR LONG lERO AND INTEFAEDI0TE 1000 SIGNS t. U.Cao Y.. .. Aad 1 we atG15 mon 0pe in a a+alee oq (roe osmium awv a alrara py em [rolmx. TYPICAL APPLICATION OF WORK ZONE SPEED LIMIT SIGNS pktal eae stir aro •PraaaMee /a E6tppl lNilg Speed toned.' York zee +Dead I Taira doll De -sea 010.0 eata011MMd in att0rP4'',:-.1= !r On ROAD lOaOen _ 4. oda Ile tr.ellm had arty n'°'° 'o was nol In Do d « a +.ate 01 ton uprrex. Slone me ea . an a<m'"*afrry TE OC Rpravee by TIM }exon TrgMpprtatiO, Cormiaalal, a by City trailape men .Tonin Ilpapaofe0 Cloy t101ra Reduced speeds should only beposted in the vicinity Q Y Y Ii5 3 I ROOD aIaAD ROAD MSI. ROAD ROAD NO Iten _ NRAD m"Yawnm.iron me rim autos ,m m aro plea v In Ia •Stam. xipwy Sal Drum• ry Iva (001. are wt °'OAnnearsPimmoCara refolmem.1sWO11a.trot .ma In Do Mad sofa mm oda. wPlata In Ia pion urn be Mo.. m shin eon..bdaan Mw... I..Ora m e eti . 111 mead sae/ m ea... In oat. mars mI ro Me env. In IIT II, g: Cp wl mrd °b"'on e�cimf« caairM Of male Torp a5J of work activity and not throughout the entire project. 9 P 1 %%14115 Reddiotory work zone .Deed ergns (R2.11 Ghon be removed / / Or covered during periods when they Ore not needed. m.r airrix-1m{cc lar. DOM aaeliel. Covmrw Ip.lnp, Ulan sJ 1 p€= b -8O i• .0 a ( I I S;o na. S I .. e � . ern T.O. " dg %� I �I . •urn _I I 8.C' a.a• nn me r d , et. eb fir mor I;'Im" o as maim a•'1nl"a ma are m..,ea hem m>pe. a•m n,oe' a. Ya. rata anon olid Lad mama ton ammo 11 ion.,w.l P caxead ria root t r rola,ellalm a 1r0.rr'tea 11,4 eemav«.01 I Natal m Wtlm o ray of ir.°r iee•• mew anameratim• se ion.1.1. P. nary rarrma cam' ts <+' i� apo two.. 1.follow. co swam somas ea amimia O. a rrm+a Panna. awe r' Ptrcaea.o v +M a Pir,aa n ire .... +lrpeerv, . 22 m lm acral aim" m1,mlon ma 0f ra,lT.mlraa.,m mlyn et,e,,. ow. mane lam Tia [@[ I Moo d m+ beraneawa mror°a°Ilrron f arra t ii I ' ` 11 JI7 } I - $ax t ` Maar ' 1*' _'',,,z7,./.1--Z41-•'Wena g y % a lett fa e011rwaa mreC-T 1.... CaDort.. P«r m was 1. � . a aar:a`pas Enema ode. . ralo.I;la for or mol Pi% rr. also°aT.r. the 1. oan f w ary beta otem* rarrad.: la NAVIGATION BOULEVARD UP RIVER ROAD TO LEOPARD STREET (BOND 2012) BARRICADE AND CONSTRUCTION BC(1)-13 THRU BC(4)-13 Fp 88 a] pax b b I C I ` b son wet root, e \\\\\\\\\\\\ h\ . h �k \ b non ram- \\\\\\\\\\\\\\\\\\\\\\\\'\ b 41 b I PI pp lb F I I %ea: Ionaro we soma"m %%ren 1 • Wm`°•Ia;nl r ton a nln iLor ito"'a1° dueletaimianT own Oral al ci°o. mlmma ° amjs�Ne Iron plasm -I r.;;;Wr=°,,rm:-%':,m,psWnrvde+mtra"`"" alma 1� 1 wawa, mala fi m y a onion. a he Pam eta rrccm+ar'rramvll�eta. « m 'I I err ma Sona.er,,.n•,aelrawrr••.mmmrlaP In Ta°Tata of ea rad.. «pry.akmaa.Iaelwlmm.lro'f� add p yrj 1.1. rMlPvy-ax 1M eaid.olea. a. mm aro doll. dries us 103 alada n1.1t. orb tonal( m a sm.+-rw11:,"ore ny-myrl.s.mx lnammlm a• In°slam. It r Ica. sr till illqW , >r RPS+' ill I, ATTACIICNT FCR .IDN SUPPORTS Aarre. ...an *Is pa.�a. .1i.Nei f • dells m' ma f17.1 n.. traria e:^ Ira fm so to esor..•Iy Ia Ord ., I?IrJtalhnafarl Ivmalas.torn nlw .11 ma 1. ur al .. afar awlhepPw4alm •r.* erl ° ° Iib YYYEEY S. SPEED L1YIi * 89RK SOME Za:d SPEED SPEED �I_ PORK ZONE ROHF SPEED �IM[Oi E th G V•, 5a11M °t see. eIT bewit I byml,t>DDi'a « m . r0'urIXtatl'6 r.eanN:rM \ 1 kw., OW 4wh m Pin i-°.I I rm paw.- a:rrev mr m a• »m 3 for aa. S. r Ar ,�rrm Stens w°1.M1Nano-r Orenm 0 pa. m wra rn InnoI Haas, r9gmf $T� 7 O w r r SPEED 1411 'GAO PP 7 0 Wt , EONRE s.YYP SPEED ! R•l km:Kr I \"� praaya• I« Pomata. at YI r. p wlldamesellmrmaeara.matro '°ram-«r°IW fa iW9rr°�4val m w'0 a1Y let £[5 �a Pees W-! C6 a SPEED LIYfi PP "p g' C'1 Ytl ;' f , V \ (Mea fP max ,orad• a lel ape,. a T alpx. S. Hyl"ory eige Ollm aMalmrTfed, ...so. mm .lacer Mays... arae r,pmalmMax Nalm GO gd a��®aD 1 S D r he«.11Iwo.raelan.Iona.wseneCIdm!wamniaWnfnmraloe«mmiasmafirxwpetal. a. {e GUIDANCE FOR USE: ibi _ LIuEL ! 251. : r ' ®RKrl M SM Is droll NOT Dsch sir no tom x,all ow.. VW wove. Se 110 lInado0wrlm0vara"-•r, r«�w10010 to ryas rt. 'YAW:' Peal w$0 Eno ante! noth not oma ire mrseono. to aaroas a elan.gpfy leixlai ° Esc LONG/INTERMEDIATE TERM WORK ZONE SPEED LIMITS GENERAL NOTES a. E�P - -"" '� I�p //�� /NIfpL5/A® i AHEAD Earn sir emirate 510 pmenminwo 'coelO',•001503mona50150' aww00 is , mvm 5101 malar. Naxva.pfaa roll and opo.evplwem elms. nrr•mlaas•wla. ,II. 3E9g 'el trim fym Of Wk Za10 I IRI( bfl0untl fie mire debigm of I. It (Ho TY rak xma 00eea I l I 0 dojo' fie u600 mIY /a sections of xvetructaa xOlsate a.ze 4.az mifrOl Ie M mala ie usr on. til Dy1 SIT yo We 1. MM. r�,N . \ .' - _:`.',•••••,•`•••••-•:, ''',61., i" _ to 8110 I D@ Ot Ire I OlfaCrly t0 81(1 I. .111.0larwm.fall Se 010 mI00Tt 0a to + 0. Of ape. slava scrrsakfilt scree. fon 0105''0rt wont, to Ion• et the "IT 505 She arw Owl meloa0 On ad rime of aro alta Ta a.wa a s• lintn, Noy apraw rmr mama of anaro m •IT flea. )ESCRIPTION YY �)9. 3• IxE O Ei. El ib 15 m the nettle onfrolOploa .ren re.riead pemefriw with O lover aaaigl s ice Weed fie present , the wok req and waif tCOtl On Of the pare mite 10 B. ....,:r.:117,,;..0.,0 Sawa 1lml, etas 00.I No Plewa On R6p«fa or O T foot miming a Mg.' deeign sided la trot tenable. rpun 3. Speed alals fie IInOV01, E far ave aireafem of trona ad fie rasp) lY opted Ix ° R E5 ° lad dor. 0 read ELEM. e q. e Multiple eq. east I root DB ;0.4 or apt Iced lay eta II s r t!ro a'tlro he mile fie retr0•eweledals rwir.vll° of Pada Plant x q.e�flei4 wlnl •IOrpe, M or r« Ps •aalnmrtat M saw! m aCnt. ala P.a. nae O fel re elm 0 m+a meW°ra. am« 5155/100 :'•moa Ole rwirwni' a as°100 r n a 1Tmpr" I. Vali be ora 15' mala 5180 rim trop' mbaarge. EIS Long/Intermediate Tarin Pak Ude Speed belt Bid. VW wedded a descri100 zee Wove, D ed eI0 Oe posted 11 fined V1611)18 to c1.hs mptai aT a 1E0 W+ vitt' fe preaCnt, fa Wal direetten Of irwel, y .or rlmo be sts to af l <"0qe rn ire r Yak miivit Cadray ilpf reWlro. e, Fre... of work IMC fitted Iamat al td bet aeu r7311103 a ef%rad peed I« motorists to safely negotiate the Pak wee, IKl:kirgl Saimaa.000a rag" Ile. AerMddalPrmrl° Mlvap •ole. enrol hmro In yon ro •xwq �f will sI ton la mw ala fir w m Iona .. Pal t,o IamM Carport enla s l .non stopar dgI Mf be e%tetra a repaired Dr w I ynelor Ic-tale ro rumor Coil a cls. aq am tonal taw wore= aileron l.r.ra m owe.. �i a•O°Oarlr•xlrop,,, . .., 0. w apllwo . +r• •...., xlwm SIT m,IT f1 ism• mor. Slay • 0 of area awe rO1aImW Ia m wrntPu rim apnlvlr Sraur.0 °q spwlnwNon D»ops e° 40 onh end greater 0.2 to 1 males el ragesure read a .menti. meant ..race ]s Iah nq less 0.2 a 1 saem. �bame ma ewes. d call don raw+ s cno avid bat �a MSI sledm fa alfa pp ase other peaM. peons I, 5l .s, orywa won IT swops an I• mrtwlro a m on onto, .Tam roI co r r«amal.'rr =ton iaxy I 1 Imo Ion01 ins Iq a tialxa uvY Ira lrafll• Inteilm 01 sWctanf 101 01 ion Of r rte ItlI Wliwl aaaSeY Oeom+ roe 01. CVYtfed}tan brae-8 5. .Deed Stive sellraveD5041•psM aq (arae, 0n0Mit@farlBC}IM 1od",nrai, eta loaf Oral a. MOI. In me maim ++Nim nipxaa v Im lea Nfrfgnlw f1 Ops 15 +hC.O.. lea ri t"oena Or coy b son my w. v" my rat Refr dl Vied. bakya.A 156e'P611WfiVe Sheeting" co AMU. Wawa.Y 1 Vieth er f1 YNgr exertion reMditandaat . the alum 6. 'WAX c+ia, tion and end eta a PEED Me. LIADVANCE ISPEED ndenI MIGrnp3-SIe gI I 0lace aq fon 'SPEED LIMiI I!R2•502. MI i re old fa As lad 00 ow of the.IM. CRditi Cts exlat, the salt zero [peed Ilmii aiW 'WAX ly WV MI 61pu10 retain in DIM. directly, Out setI Oa 0malarea a1061diay To Ilea 502. T..0 !lad 1701 view, Gine Begs aver a w111 rot re "Monona "Hasa OS STC 11500* PADDLES 5rP/Na aalw leo urn plat anon ee Past wlfa r' w II s fir sra9a aa, etas eaula w 24• x a• 11. onion. . 4•enaa nlyn. ro sty1ep wale roil et Ire dal/soi.wlm CCHTRAWITHINCT E REQUIREMENTSFORMAINTAINING FENMI£Ni SIGNS YITHIN THE PROJECT LIMITS I w ........7..7. well tae a al R atm." l` to or m, ewe msnrlall, ...oar to ra"•0111a mama( ora arvl°worimr, aa,l lay el I. 4i•aw Ie. Dots' 1. awpwntnPP 00mram. M. Pau Mar0,.raa mPyr odes fa won do.q m,a Oar.adar°mwa«mm50,1 ion• mr'6ia mr.+iir 1°'s°eppmovr mm""eimr'P'w'ife®0°II mm°Im•r4 xexon00013anim.tllmx+m r' Wu u T a IIr m.11aMa m Pty., -lemur amplro ton Om Mllq S. (005 0.rroDolr wevwn rermr Sir1l 1w 1 , e, rS a o rw. , sae • am! 1rem.. 00ld tela ttpi lde was m1lefim re so. pq pryonoMae.11 3101 Sryrpn wows 117 SHORT TERM WORK ZONE SPEED LIMITS o+agape. ream lama •RfLL00/ce w COVERING' a .cul. a• be arlyxa a 4 Par was oe.m. aT. of a• a fa arta a ea el. . se00.0O reran°p0 se oviarol at Solari ouaalro dos.mIo oda an NM the Ida if t OA' Ion .pa-,.mala ne rm er arae ro pop 'Pr r"Plro ale, Mara• 1MOml•w'mw Palass. Tata type of rak Zd1e eOtaC omit eY m incl W W m ins Callon Of T B. Techniques mei say elp reaps +mate steeds Include but one ref Paled to to HOttIC cannot Dime Men Whys a twlprCY dell not d .oy =aerate BA.. Lw afaCmmf. barren Hlsr oak m4lvifY Is w(}nfn Ip Test Of the traveled way a Pratt ly B. it Opoy etTiaNa next t0 In the travelled wry. SHEET 3 OF 12 �' ,Ton•Dmfre rif aTiavppa4rn ...op 0 a Soy TIs Ineermol. Into tn• sty v Na Coate fax t Illy lr *Kress In 9a ... lea llTal lrp°ewl' w In Me NII roe., ell., wv notIca r. 1mo,wx rp4piam 1 Pala aloes mHlla .Nn rare me amI015$ r•�"r vvof cow aaxw� l mom aril m• (mast, PIT arum ee»Yw i 'ow amo ei 11i ot i mop re sere tea all Ila.. to Inrotn P Pts aim. , "-1110 mr• 0030 a mw alta token roll r« m ranks +widen SHEET s K 12 �e �w»pywmrtwser l,rwammn tomo 51 C. Pcse els chladeable massed. sign 10051. D. Lw-POW Wane) rota iragnit}x. Sndt Term Work zona Speed Limit alas Paula be pce+ea me vlerbie to The E. speed palter }rat ter° a eag1+. I � ° fi y rxinla Ilamen stem lee wee ole rel... +a mevw,Im N roy all te 515.1.. maelile *toll tires. . If wenn et. de a m alma. m IOW (rotal swans, me, Palm 1..1. ....nmm6lavcaeete.Mslaa ...vale ,Pula T a a.nlen of 33 Ion ens d Cat. of W Pay . maoa 001 ...• a • wale aI«ion tae tats ram a.1a11 ear. Pupa, map On Ix. tare) m11 YDS m Ma `"'..."....'.......'n..'..........,c BARRICADE AND CONSTRUCTION .talateonly Pe 501 00 vxylePrue @en0kwtavl}01.rm Is.. Oa alone Poll Co re remised a mYaea 5. stelae atxY•n a Arai Ia love ae ora i I luatratim air. Yak tare SpeeO LITI}a afkwl0 ml M red fie approved for aechl project. !sea Remake a Covering a aeMl,, r pm I D.Fa mag epxitla pultlana ...DIN ire eye or wax, Wk zero Mere a and {Cetera ..f lap al laws. reals+ Cry CplafrW}Ion""° raMOtiM Bm TxOpt fdm 51 zoo In }a hoot +-ram ayaiba BARRICADE AND CONSTRUCTION WORK ZONE SPEED LIMIT BC t 3) - 13 n D .DP I X. r4• y' n p SII S N-z. 11 OW y1 row. ro psi Power,. tea et Sheets +o o' no sl, a e I4 m sole axmlae w Ito Iv ...deo atriasilo,,.r. lMrowalmr Ow m.OH+o mp wawa Pa nalmrs. mrro +Pala aemN: _tmwmty pall xa wma a 5w. m aro k ease v to ro ml eepelnpprm ram raw wll ea+n+reww..am1,E4:.',"1:7,;',17°1: X m irvma wfw anrnmlm a ''' Ha rot oo•r mien en a • .aye aam,ro aMufa*vaa emd o/ n rem Pin error m ra Athe D us, IwrlmafalLi1°0... Only m plan aloe. nae Mr the md,aaa a to gra k 1 e. fro an M Of mere dace Mewl a "F...,. Pre,sero.. aper De ale. ai...t.sa aefpv cm• SO.. m P 1 uda te Zeal ..,wad(lonaml;osr, TEMPORARY S l GN NOTES BC (4)-13 Y m atla•I raps JL� I ,Y;. I4."; sv10ne r.I4mrla atniroilam. a pw be.10t0 by la mmmlm t.coneri a1e.Olarla ea mil •"raprl.,l ram l«,: mp, talar lmow me k_ _R 1,._ „..__4 .1'i d 11 .Ianow. VI's aenvxl0. Bull wl l a ,.mr. loalrlf*l to �•a P mp a laX wlaxe for ....le. a ale ,nellO e1vq. ea,eec me nm 01001 '*^s.- ph°' e ' ;';, w ma mw apwaR,� „,,IT Ron •iia Ygll of m olio. m ma ap at°mwO0 i.0 un O4 SHEET 29 Of124 o RECORD DRAWING NO. STR 869 d o N w cc CITY PROJECT# E12090 CONSULTANT'S JOB NO. 120472 .... • '.,YyiE } E • ,tt yA iS'•�, G,.. •' 1%%% ,,%%%%%%% FIN Ynlim Ifgw E"e'7"m /elm row G t•L ..�° �.'taT ..SPm° , SP4°f `N'° r"0Pwf.N,(noeoxi•rF-to, b'enulnono MIND MMR. In MAMA. TN" SI. PAM TAM POMMEL TO 1PAPilc RECOMMENDED PHASES AND FORMATS FOR PCMS MESSAGES DURING ROADWORK ACTIVITIES (The Engineer D may approve other moseo028 not Spec if /cal ly Covered here. / fmaG f 240 2x6 PORTABLE C OMMAN.m[ MESSAGE SIGNS' �� �� II " /� SGP (® atm 1: Condition Lists 2: Possible C rent Lists oho -- fi, cIm lo'•' vaI Ie 4DOCo 1e e� Slama+rep«Y«m. lerTakB/EffecimTAtlmi 1. WBaeamip atoallyvva•ormvwvrM Road/L/flLlaufe Lief NotIY' O - m --i- (5 elnlm rwR colla relnf«cty seal«o« � ^ 1� pN_ p prom a••mee «e ler ellarea. E«n «,me yr fn Nen emMo•inpta trap//, aY mfmwbermeq a .TO 'f it• m n,« ro m Mr ram as Trrgi l.a, FREEWAY CLOSED % MILE FRONTAGE ROAD CLOSED ROADWORK X%FT ROAD REPAIRS %%%% FT MERGE RICHT FORK XLIHES RIGHT AT FMX%%% SPEED LIMIT XX WH TLE -PRI %X AM- X PM DE E A B F lig p Eee B'10 reylremn'mt 2` `. a.>• me * pp fn I m'"' 4101 , Glen lin f r « am a i'aw .Wl ,el is Man at. f x 15. / �afyq _ w�n. a •"•mmmin. .FE 9-p B•� •ell nwYF°n.• m mf w m mon •mow. • 0. O' w x• rune rota° aroipner 414 Co No •m Trow merge penvy _ ROAD CLOSED 4T bX %%% 6NWLDER CLOSED %X% IT FLOGGER MX FT LANE NARROWS %%%K FT DETOUR NEXT % EXITS %%X%% USE 000 RD EXIT BEFORE RAILROAD CROSSING MAXIMUM SPEED X WH APR X%• X% % PY-% dM t. f i \ '.� � 8t• E• M FR0°`�'tOb''ee u"�°ee `mini y'plit v% 1• tom ROAD RC LN RIGHT LN TAO -WAY USE USE E%Ii NEXT 41N1MAN BEGINS d iR IFI j� IG�wc,�P', I len /'b`"r ler i E; ffr•' aor e. 0.1... m s.mcaem.I G al Ief. of e rml`ttlw meq D AT FMB %%%% OS %%%SEG NARROWS XX X EXIT X%% NORTH MILES SPEED MONDAY CITY OF CORPUS CHRISTI LNV I engineers architects I contractors 801 :....r SUITE 300 PH. (361) 883-1984 TEXAS CORPUS CHRSTI. TEXAS 78408 FAX (301)883-1988 'RIPE FIRM NO. F-366 WWWINVINC.COM Deportment of Engineering Services plep I Ila 3 �`: ...� 1,--.1 '" a ,mfPERFORATED -i Was "�' •w vas MI Al.°aniII Naw I`"Eiemnfl 0„........ 101 2 SWORE METAL TUBING rYbvr m`Pa sro TsIR Trop slots( Nei I� �� 1 i ._ i°p•°MemYoravYIroA ITMrop,pinm awllro sale F, ..farMolwrtwwn« 0. 0'. m°rne ..flees nim a awl(. iry °fm•ebe wwpem °PDG. Fain mw my la wlq•C f> etw rev aapa x40 « r« mw mow w». A °mltMm •fIw•.mamar am Inlupaa Inamomma TMme•cP clone LOSES CLOSED R]BHTX LANES OPEN MERGING TRAFFIC X%%% FT (OUST TRAFFIC %%% PT STAY p1 US %%% SOUTH USE 0.05 E TO I•X% N PAST US ASS Exit ADVISORY SPEED %% APx BEGINS MAY %% P OP SKID MOUNTED WOOD SIGN SUPPORTS jet p' 't """'r"'°°naa"'"Im'm"mm°D"000' "a"'a' CENTER DAYTIME LOOSE UNEVEN TRUCKS WATCH %%%XX%X RIGHT MAY X. Ldp/IMIERIEDIATE TERM STATIONARY -PORTABLE SKID MOUNTED SIGN SUPPORTSO w GROUND M ®IImW h 1Ie MOUNTED SIGN SUPPORTS m' .011 Wm prmwre i fO nem fm ROi •rporp ! l 'Oeaor' In va.ema 000540y mP. 0.05'eop fn °°w °w mapip "°er Tb I'"°' E, m Iq mv,ea,ge'wts Blur LEIr• m •wE5 wUt nibs• LANE CLOSED LANE CLOSURES (GRAVEL %%% FT LANES X%%% FT USE US XXX N FOR TRUCES 10 %X%XXX% ANE EXIT %X PAI - %X AM 1 P EIh w fe.m wamf aali ... well.... ««w•°"WEDGE •.•, m.o. p._ SA v(ii ulr«smmf e+ma x,. less. IS. m M•ppee f1 bell bizlally a wnl.11y mm NIGHT I-%% SOUTH DETOUR ROUGH WATCH EXPECT US XXX USE NEXT m. n.«Ile ofwnam ace I Mr ANCHORS rcM. v 1n to. amamiai°� flat m:naml• Wd a aaxa°'7.°,1",°"1.3,. LANE CLOSURES EXIT CLOSED xMILE ROAD %%X% FT FOR }RUCKB DELAYS TO FIA XXX% CAUTION FRI•SUN z la =l� 9 m If, Omn«m«p' ally mt _IS rate harm to walla, Mr 01.4°m°aalgm0.1j00 / �� GIa'Ifwl Mit rt mme.•wtre'ynmrj rMflc s yI ..1.110 nmn m Rglgrwnlrq Maceee fp'm nmy lw'mivero° a in Sleme 9D"'�wri• m I.O.A. °a'" to m� Pi• °'Ssl'li. 33 °�$I•f �' a wale as Bo eyes,• abet M mwmorwm.twm«vwwmfmMnlinwlaMm oleo' y,ben"'w a'°•I'^ "I° w'e'' S to N°' .vw m fa f°•' Yvtlofm rianl `ire a I%i iii lap AflIWS LANES CLOSED EXIT %%X CLOSED X MILE ROADWORK PAST SH %N%X ROADWORK NEXT FRI-BUN E%PELT DELAYS PREPARE TO STOP DRIVE SAFELY %%AM i0 XX %( O N d �` ia.l 017' a 3• y. 5 mop I"^p etOim.lam wcprf. Rf i OTHER DESIGNS p IL a Emn in vtr°,e"O' Ye) mnmin''.'mf `I. otlwmla nlgealO IoM Fml,I.m. ei m�enlm CO eem•'s•mmw into cotter Ham E%IT CLOSED RIGHT LH CLOSE TO BioD: BUMP %%%%FT US XXX EXIT YILES REDUCE SPEED %% Fi ENO SHOULDER USE DRIVE WITH CARE NEKi TUE AUG %% LY () ii WO aP _ co - �orrMla AXpESNOPi CI4 Loaf SWPMi9 ., LIST. SEE ONpllxrfmEDAiE CW az EpAm BC(I l FOT AMITE W rxE LOBATION. e�e E^' BI..".:7,2,1= N rte IuM111M li, if ieimtro P06 Gala mfal+Me m temp., alrlq fMYI' Y m Nma 1° mm ave rrof 1M i ,r" � a e blr m blavXel ell° CALL DRIVEWAY X LAN DS 1RAFFlG NALSxIFT LANES USE WATCH TW TONIGHT XX PIA- • If lint n GENERAL NOTES @ I TUE I %%SIGK FT ROUES WOROTHER KERS X% AM iIie: 'I`po moi°aL:wl (III _ Y,r.- Y.1, I. ane Imy m In mf•mMer ems,. TO, •J�$l p.. x%x%xxx% STAY _ a� E ^ YE Ir. ernrolero5Ii em:1.0. i n Pw1f. .le ar Slm tam [Wavle moi. A.•,IM f m,sa wem Ia.m Rem TinFn••s m tolM r« tn• Thi es Eb _ n • Lan w FwA2 106vfYlATlm 5W YffiSv1AlIM BLVD CLOSED A U..lit In Rea t len m used aIle STAT IN UM In...2. IN LANE r a %we Amltealm petal iM We F. a ° Mi•roronO M' k•m m 2 mm2•Ile olrele, mMe Well r DTmpaimino �.. .. .. MSF...:7L� YN . 1 Iro • IY. vev.•r 05'R 5*aa I. As 1 11 X' ma ren Lmlm amyl Lip. fb moria asterion memmine 1-£� i 1..P« ROT T. I,R APPLIGTION GYIDCLINfb WWI. ALTERNATIVES Ile. mw M1ro10<Imrgl «�° e • e _yE9 _ .:15 .-I�E<L-,)_ coy,. 1. Taylor 2 arms° 001° m uem m ART m AL °m m Inwmageo m m'°«iole. ..... Win. is �I , • • • • • Aro POST SYSTEM rWR GRONO y. r f t«alM I, mrpin,p l w oI GIP ,.oaN rmmm rrm fro tre11 h .lin 10800' t 1-[Lt'I� T�r.�� Nam Me-1ri tlwI N x, wpamy .101.1.1. Ix, Ley w• PY and V oar m IM«wgm E. to Oaf O,ae Iv M Raid a nuc • OOOTTO "ilwFnwM m fiWl! roars 1 Y. • • I Del • r SY�OI«•ana MOUNTED SIGN SW -PUTTS ml. *111 mho welan0 Mel0lacy ro Ya spN �T,,[i� a swing Thr man. x m slew m«Malm f, F, x vY M p A bin Oe5 5000 from He RM.. FO5 , on Ile, tinct/emiro, «Rama •»Ie) ptnler...m...10. 1'°l m+ ronrl2am« aulro ore bam _ (] Dnalm.' iC�Fyl=� OMR Ara mom Ads• Lm q1 le eE rOaq rine h rumen rmlaw0 n m«biaa Tose n ml if a Grown 1 6 R XIDRAY TOME. m m Inrpe-rywe a mud �n.•+'-`--y. . sr <: MO.. of Tar '."B[7•Sml.. " ' Wl� kala LrY minim .W nor InIWa In rhe ,ern °I,� alanp MEN np m Iwo Imam °f atetbwa If Ile001.0 ie trey Mf m Miro. q YIS WIT. InlraOmp m mmwlMa eRle�'lemnreq -r s•[a.IR y. .r•V _ _ Bn1 IIrp.1 •�-` _..... _ �E Mim°I as 1 fm,•W°A11'h minlm mnRro al II M�Ila tf�ti tt,E''T'!_[!1+611� vw,°� 4 o am., . 0.tlw`fr. Ran WR Vail DI 1...... Di au PAST i ymbvmm Ma wunE• If ° h am., a ,rel pexV a • A n w we°�v eo ml in ewrra• r[ im.d al vin s wrnm°a ii Fa mem lorlww win m e allele ole aml"rc"m Ce) to it, aye aryl° et rro ammm's.11...10Not a40°0'aff. .: p Mro R slen x'•«' r am e`ie Ile a+ae ��s.^1•+ac r 40 Y aaia ma o. m +-a ...al. a' Ive •rl v. •r ln• SHEET 5 OF I2 ,'�® sMOM No SHEET 6 Of 12 Si --- OTns• ii'm°M°a� Iq [' . ' m PCMS SIGNS WITHIN THE P SHALL BE BEHIND OR EOM"' °a°„M,,,' • mom. [, q 7.7440 N0.1. caro ��,, Illa Iwo. pn'x FOUR CC BARRIER OR (ROLL HAVE A MINIWY OF FOUR (LI DOLL ZT'm°0•P"°"•'H°rne"°>°^''Ra•I Amr�rY ar0ae re :14,',;‘,..-z11. 1Wlry ': IZ . ' �.n�� � a PLASTIC PLACED PERPENDICULAR TO TRAFFIC ON THE PLASTIC TO ONE DIRECTION w. 0p Apt ap svr;z^�^•-�r•,•>- ' �In SIDE O UPSTREAM OF TIE PCMS, WHEN EXPOSED TO TWO TRAFFIC, THE FOUR DOLES BARRICADE AND CONSTRUCT ION NI ells mmla Itm 'ler •Ax•a69• two to role) MTI03.lw I.. BARRICADE TYPICAL AND CONSTRUCT SIGN SUPPORT ION ..154M11111=11. l��� rel m h, OF TRAFFIC. WHEN EXPOSED NAT SHOULD BE PLACED WITH ONE DRUM AT EACH OF THE FOUR CORNERS CF THE UNIT. PORTABLE CHANGEABLE w mol ma Leafs fm ' SI IR m mor«a m twiry moa r • r x e• �c<'-nDrn'+•>- ., pmlry ..n. ttLlJir FULL MFTRtx PDS SIGNS MESSAGE SIGN tPCMS) o veld s Ice IF sole rawer ie pi awe W' f•'t, tA�l(� = blm» L air r l I I ere ma, Ile Wreter nlyX «d Iealelllfylrtelelllfy remlramla hll ...et. m Mei. In Mt• Is.er'POW F 1 D400.0" WM. 5 ... 8C f6) 13 SIIOlF L G BASE un )2 wf«mp ''•N BC t5> -) 3 I RIM .�IIIMIL Fart.-�EEtnra_ m° p ®, eF1'T pw,5 aPii • .. Imamon me n«mmlm TanIcalgy el file NII Amen Pod iib, . aim we aeras/ of me Tenor. If Imlmn,.rl ien0Y l.. nem maw ,:a, �1 I- •sla wlm rt, Ota Nee• Die) a. see^Aeu1b'Ie^IIe)%�Tm+ .1 I RRI. MI1 mor ,pN eyl apmlfmaibn'mm° r�aa's,te0 praPllmly m 1n NII bnn Nd, fnb ann MR s:pplgm ax w or m° snarls RPI rwe••nm, ea mel/ mf melllun OWN w.am atlrol'a" a . . Z SKID MOUNTED PERFORATED SQUARE STEEL TUBING SIGN SUPPORTS Wert. f m Mat ma t°erm'm°r' 'ro°wmmab 'm"m°'n "e'p""y'"inrote ma°'®'„w'ram m:'r''ra' 1105 2.01 r e,^ w MI Ire ca elm IN T4A*, is nNs. Sx teas, ruler „m r -IS M3 z Lis,o Z GENERIC NOTES X I, Bvvl« wIl«r«a rel l w aaoelYree, m °elm re nS pip m calor m A . ar «-. /file Baric IL z. «bat yin n nI seta °e eco bel ,a aware/ I m ° Iq f mO fnnl a ere) j a milwa I I n v awl fb a eru,l lap e1 `-'= t _ '"p le I. rexNE eras/ b etas m rrmgp e'w oral l m we m male . n ...real ...Ice. Reflwilt I.....::n'aeffa _ lel Pm. LIT M Garin cm :•°""..u� m'mmvl0ae.m :ui° m m. rro sera M \ p ma 0rt°raw°a per°pmmaieula fo'tretily .'lea w1r°a"`ef00e(vi'°t irfrotila. 5 Re 2. el•satae to. owllylmTro a • m ramps. bora Ywle m Ie oral nypl T II a mi�eoro'ft 40w m 'miaow m lmamf ^p IDI in `r Rarwll mi , PG MM rr.rlem a, 1140 S12. 6' 1 �Fl &.a for all line olabe,mmlrl-Ile Irlelrahmewl re.. dr Slag £: lI pmel4 ....,,,.....'t vino tape^ voMlw my be. TM Mm.o He [rolaler ply aerie �.�� rolOra meugao n I,r / B tip • Yoe miry m wnr MIMore 1• M Ilea fiam aa'e°aM aMalryr f. rlpn'Try uta move sale rot pe e)0 a x -Ile, 160.yim:•oy « Garr m YgVlwe mIm eon •wunlw' Gluey tam at 4 M F Irwr/Ir a h1I its °I ;Iro 1• RPa mleal : p«riam Guar Ma ootara, am•Iw ua otmr Panic Babel S ! $ 11.1.1«e... m rel«olmf a mI tom to seen. ate to Dmw mlrlm m teoMiw Sib Nf rel elnlagY mrK +aNe m Ireenye, dr.. fg erten .'Ora 1[Iro Orlin1 In Maar w Me,pen • nin® '� Ip _ �/_•� Aaar ¢Iva a MMf perms vwlmve mn«ei.Ile lett Mala m used n eml.tim atm 1. its ilomlro Cr. Bwa Gale m m a Me e)m q me roorwlro Mime/. •ymnm l j vmrmlmp wMlm q m11m mrlb K -Ram ave) Cr mppiam re) w m«aaaq me Wlmm. Em Caw call roro Hyp •Intoe a 2 or. �� LOt PROFILE CONCRETE BARRIER tLPt81 p (. vv.he re mm Iter hii carolYalm He rpllrmns et le tin of •r we) m 1 tell/ Control prim,. E iry A retro. r iroiat w n«+Iro an Isar • w' SIP( l 005 r r r x • 2R Duel I • W.I. v -B Ittll Ip`ev Mm I bx2mre remh fele L 'Dh`�mlmmeafm, +m vm'pme•W. op lwb�m« `b`�e�a MOD lent .im al±°anm"1 E3 E 5f pnoCRETE TRAFFIC BARRIER MIB) **or • 8T[3 Ty [$$ E ri' 4 oa r�tRelmm .amu a a`meree• 'al ::::=.:4 °TMaa��'«Ir ma a°fcalam�ly . i LRM ;! T. roe g 001.0 a w«°w° R. ami`° NAVIGATION BOULEVARD UP RIVER ROAD TO LEOPARD STREET (BOND 2012) BARRICADE AND CONSTRUCTION BC(5)-13 THRU BC(8)-13 g 5.0 55 Y1A �® �� • • 33 yp 4 00 I� mwi hme WI iI reel= PI XWDD03 Muni.. w Mdtcl ei Q1 el S. a ,ri�f�te m m Ra a ero na rel In B«rle wNmf«•....40?-.1„....•L' �1� � • • yy •• Fp [ et c°�it wim'fmf ea a"`°'paerea avloe. ... ... ambeiroted 0011 NOT De utme b1 p5Sp y6 b Ii Tem«mll•ly fn.tw.+Imofeom m»imanE An 'mIf la mirmn wamaamher Gan `1 ell Iwb"'°fl °aifinemf of p earls bwle Y11Imn "LI/ ', • •b • •i (ffr IERLt DESIGN REQUIREMENTS rvrwllnp eco fro felIMrorav,maellear DlDatie Grum itil llL ler Wm.- merle m. ea of x ate Not l es lemma aaratIl WIN le•Mncm mnfmmhpa �' I' ' or a'ya°0fO-'•.. ��� ream... lea • •• • MAR CRAM MEWING OIAYpXO MIEN • • pE[ Dlen mf I. Pwrn euealailmoR pip ler armmu loll §......a frollop mw 111. fey..l In ...Tor Mat fn say v°'v°rpa SIGNS, CxEYRONS, AND VERTICAL PANELS WONTED Nvp1500R41 M 15**50. rr°rria00Y1 Ir, rales«• hn a Impf n0. lm nfi mlrmMhll .m pel tame lel0rrwllwlimile He,arl0000 mm Lai. r. no IA. mom. m O newel• n°nllnp n a•oeea Of M MINOf Omr Cot orec.SI0055 ...... 0 Mr. I i Sem aS• ON PLASTIC CALMS E- . w°n°TIIw�`1wi el .0..4.411 mnwwnw ref.. face.... In DELINEATION OF END TREATMENTS • O. }} L aw«hire Tax .rope amtrorotala ala and 4 vmtm B II! II mere. _ 5. 00 CI9 ,pl r'N infila q Il pfmhlro T aim S' T ro Dorf ler Ci& '• a lar Refl mil•.1 al. er Win In color. mtm END TREATIENTS FOR • • • • • •lb • ••• i • • B !! it, • rOWivla ta+fr .;..=.1:1171= Iro«le'mnlm nlwfle eamwebnllRaim mlmorRa Gusto 1, pe) aMI ween °«°Nn leaf n oelnlan or If Irene In alum See 1 � �, S�pu Mee en 01.0aw ecllmmYrabp r , n m LRiB0. miry miroab f i • forty 1401 feet, Wm. '1'..°,2'-"''''"'"''''""""'"r CTB' S USED IN WORK EWES COME AMA LET • TRW dEENti Awe) %1[ •$P a me m pm •w rime ham my 11tH... Ile nlrM of r, mf fe2y"iNlellm a 400 mol l r ° enlm a w Imae am MT. E(• d Mr'uelo'weO Ila Tire hI moewNp alxmi%Br atm m orae) Imapw,e Bia,, { g•)'6 yg gp °lPg ae�'iieI ANC0.6reoa Biai°«rar mon . S reit m Dr m.✓mlw•e lo.e1:0 3030 r.. Banc Ref leo,. Owl I m rata. m We. Irolra. tas`3ro1• C. prise hll m mUreMp w a. m fya moa Miall. mfn0m. ll'e ..a...m115'. inaX as mom.. smarm of n . nem Mara romp•: sit, mob m m Tel 1.1.16........M. forrOOYeO`"` LEFT S RIoXI A. Tr lOwno'm°I plea Genf a f. cmc lam Hamra at,ulgmustr, « fro Alter.. ,�, G.stmt.1.1. or o.1.0.111'0 'mt'.l MT a`a n m Y wort Ramiro rrm re. lap wnaw. rio°0 R pa d. •�P s. rro Mao of Mro bin hn roma mllf-tn rorty r«pm nIRN•m m amp n mm lent °n ,w ml l.ae sato TIe m,en aha bn Nina 1. ler ,mwa ale le a Arra ro1n 1° al Ie.Iq; .I pl, emiro rwlm•a ,nn m aaem 4 me Y �iialnlw,INMt'"o'i'm'v Tem i`r �nflf«II°fIro 1P mtp'rrr• _ rornl °rrDa•ea A. rffled 111 . eam w«Ial'0"'mleu «rlml Foals a,all m.a.11 1. Bim°,el :xlpu a v«fOmrlml'�'Paeam' a TEL. °lwfiae`O1"- Qo. �a on. em�im �I fobO l im. rem of:, Ya let m lm Hm a ft' cora m°. m time ler memo, A' arra. 4.°' nt i'"'''''O [.a w ° ,ml 'i `al�i� r�•x«mfimm'" I ru,a Poll. immmf vawlm im, EI! BARRIER REFLECTORS FOR CONCRETE TRAFFIC BARRIER AND ATTENUATORS a»p«mffs" 00puY',iiiLPly :ee(°°Ie wmt'R 9, 'tlan00RPST elmaeam' X81. Yp �f �afw �l Trim '* . ' I,` a rel ilw'Yaaci°iwloiw -_.' dal• 'l 0. Ire flea. war alalq I . WM crow.. nevem, to w arnIal Drlm '. OTMmI �mY m ueOB ve w�'ml°mlrertea'ri wnlGn, ttallb «err« m1,mly sport. Ile E'0 0,50 ami am % Irlµ a ®Ile Mme a e• ` b Qac o ems I'wMaela a mtnolY,f Rw ro °Ila M, S`• V 2 ♦ ''/ ' mw,°m'mq rIr°pe"`rWh..r. uilma CI`m>-N i0M In w , In.n a moa. Ymnl'IR'ro`fw, rotprof. mune r« m w E o t,5 WARNING L IrMITs O„e lrn m. xr r.yl.f.lr er M. Iwir. 4 nM m Nm aIle elOe vufmr `r aM ilm By« 4 swflra mflp Mn reryewl• be) 1 Spminmb"flm C6. lEe. tnlr'nw Yq "inl role pxr a'e>te a Ne mm m taut 6:410.101 •FLIM rYw A ip of pm © ?:Moe Itaimfe lollKS m'� me;Y. maly,•m aIle ave. rM «. rManp n an Ur m e>k 0 arMI01Iy mm-eAe A ro"I«a $11141 mi 6[ YSED to oam11Y mitt lraela'p£ i1. AfroNl era oIG ,FO°OIq b vw ro elmlam a nmPat i%v.w eco' «wtae M rc»f YILI°I Iq, ism mnitry mop r'w veil Ir'•menaeBaaral•'•Ywla ceii facer rrm remwy •YIREWIIdSdxiS _ a :b em ro may fro m ler. Plmfic e.m hl1 m m�n a°v1°tlr°•vlam °rmUIaA «m«. rd .. .. W m.,m nom, m °xc r«ena fa«leml. 5. MII A,aa a emlm ve°Ilaep mlWn a If en° m Mr. a m mutant«'• ,m .mel na«. d « �'� 'r NI% \ m \ mI °`°r I 1111111\ pm rh� w Ism°Il m�,ylaop' Iwro' Yanr11, len. as a .aro/ m fully °ammr%Irro'pµ ....II w i IremiaroII 1 « mOn°HmIIa z O a EK. tywtmtypeDMD °pans+pq Rrrl �emlrom Inrfa4nmflmro•lplmmarw /antrommol Wr'ifei RE1<m11EFLECTiVE SHEETING .' paw" N14 N Irwin m h Imlmrp 011e m to mi4trAB'. 0. 1. Yglnrlllmmf« Cr fM plus Moll specify M IaMim mp1fca fm o1 aprrllro IIIHe f0 b Inrollp m rro nolle am. Grim. t YSIR a IN11W vlseBl lfi ATTENTION I erwa m'm_mrfm Iro WMeM. e1 se10vlal• -*' / \ \m .�' ,1 / o awe m w m Mn a LJ O m m n'• Doll, . mine:/« .1I fele a Noy a . antro !INN art l Motto, I. wnl. 11. ashlar all I weifyy. e.11. mon Me rminmlre M i. IMM IT Rve.....1.bNwlro. SfT.. brow. Lllmnf T. Tam ussa to . 1 p serf/ B. mala a a 0................ a m•p l'"mR R wfl LAW O Y. roi I. len I� ,norm Baan DEN . Lx u5f, PFaM RtµARMY8 FRCP THE 0 276 thll oof • oK:l:pp'•si�rel Hw,'�rlea lira iwlmr (♦/ 2 KK✓•«m mo-,iry aY•r d aLwn �TM �11,•m ler Mrml M 1(Ona o ii. Tre retro tqn. em antro Mlaaw• m baa,ml m m Y. elwYra in to plvu. (motto, C .B A 96 Is 1 elle MmXle Olmmtery` elm, D eFxIMC . p BARRI moi WYmM1L.1.1.0. I 11101 e a an o a lmil y for In to plmr. e tel Li WARNING LIGHTS MIK BO ON PLASTIC MA6 orny exp ftp from Ile m to mrwim a on Ywwtro x9.9i R9•10, A•II en n9 -no SImw1A Rev rnlm nor On pmtenla0.000 usvaa l'iTO00Mt5Oa"Reltbn•«el,n.mop bnanvtlufrnymw e«rar' DIRECTION INDICATOR BARRICADE DETECTABLE PEDESTRIAN BARRICADES a1'^'r• I'st mYe, elm :.,ameln ******jt**”moved roman./ aA. yvA rDlrm flmllry fani7p umlr m Ile taamm Ym aatmtm w aan Ie) m Int In ?:,'...t; r:.,..;:...:,.',.. mm�f norm m cele/a., anile r° rel c 'i a ,me fo- w emIre m If coq rro . a fief ro m, e. of ler vow mew In Nn%I eeewfroO emtro oisofa aa10 me 401 rro FLASHING ARROW BOARDS BALLAST atr ' aO01°-ra'r0°rw Ie °rpt eroI O57 ourLoaaor r ��ilwrs.Im.AmmnlmmplS,T o roo�`eQ°"iy .11 be 5* pp me erorol.. arla050Ile abn 10 511wpnew wat05 vl.er el. 9,00*0twlp flwo o .. reymy- ani Nwlveamowlr roallmnen,awatn role/ mm pm am SHEET 1 q' 12 al x°NmI«w ara,%Iroromuf°so lm 00"t f"1 50(0' 000090IIn o°ea Y,a.I moa SWEET 6 o 12 aliwemt w.we, m Tam m Moller if an. p• Cori lyaDanlro iimra hllmi.rollmaleatamw walmmmv lase In na vow. 6 TM® Ii°vafahll im m° 1011 Me rel Warm«vnml ml. tin f« Illae be) Yale r ImYlml fp row sale/1.....1. � 1RUOt-4dNtED Ai1ENWTdES Ae, ,iAAa•GVperfmnim T:•.Parsel: �6T2 nmrm mmol /roam ISO 0..1 rM Hilo yr. no ro ale® woo vsIN 1*M0p1`w.to "'1° i°f°anl mbvu, sowinyr-nnw DlnNa 1 x. Dpltw. S.W. aIle m M rro rrvniR54 aq Inroel- ll A in o ow.m corm airs Al In the 41. M. or° ''c'•�'t �'' , lrm apaeeaxaTrfmyaaibT well. antro m Miro 0. 0440 len « ml arm m M ffacmpe GIN a a11m0, r,:Iml of em,mm, mon m,v,! poWa T en iyn5E era 050tO* l re roerOlwr ertwniM _ ,� I.50EARNING tEFIS500T 15 MOUNTED ON PLASTIC Data AS A SLRST1f 5 00 FOR TYPE C *TEAM. .IS &.RHI TWINING LIONIS mlma« m30ma.selfun my m re.... lM0b0a a•m•Irm. rel a Tsl. d st a'(.ren a0NR UDnm roe iwuwmrmt arc I . trw: I. m Teter f wnlrl55 s :Iotijo '$. MO"°d'o 'sell BARRICADE AND CONSTRUCT ION 2. Bam"'aie"rwe"r.e,, "' ";m"°°' w'ra'p Da In NI.., a "'ail , fI • a°h'°�"m"tlm p,a'o1°pp m '• ' m " 'rrm BARRICADE AND CONSTRUCTION ellsore mor MRa.1ro 1 » less en rt, �n apiall. wpm DIN aslot WM.e 0030.0 for ty otIn D1Mmtrim 11.00 4 Re 111°417 M .7, hIi row, atnlm r T 1«row far p I7,ill'�a Eo rma agrp alai.' aft 1:0 Pad .. Ree r000R 0e hI m raI ly relleM30lwq 4s wmafnenrowO.mI•I.ammom.ins.nr'.rrlM«iam'awftmmgallr•.mwmlM«ram.w.n '' a Ipp '1•1' a n EIT. m fee. r« 1M.. raaeeio.M., 2'« p r,e . rq.Q �.a0 :« .m r„ftln mwnm,la,nloaa 4'or" ma„mrr n 3030 ARROR PANEL REFLECTORS F . WARNING LIGHTS 6 ATTENUATOR BC t T)' 13 m° mor m L. °Rfm«pyMaim,•w rlr. almallhnp « TIMma.a. mprwm wa,mllw.a :bnAin,. ° e. R. a I Irr eon 1 m n. DIM,, as, cr ay mar. ,ler Sew .... 1a robin.. rmln1 or .flaree. Ito .mosttya,.101.. m to Tom "Novatrat Imo °" m al Ile ata nine alts ,la w• -MailMier°;ie'a«a�''°"0:anmMTMea-.• f frueelaa, tad rwla n+ m row•. nm' n afaaea ,e woo.. rrta ow• rwlnl CHANNEL IZlNG BC(B)-13 DEVICES > m m mm. tAar A rel o r• ..115 "mt., MEN *PO frau° h1i nm.relot mei.. Nan mo rpr«e ioartstry ratter.,« ..5.1. e«Types far. am TN 1iVr,a I 'Ile Rr; O1 am ret00*bis .irn'°55 Nine) 00l'al"°NH. �' eenm our. is ,w fpm r" « s moat ,ml Ia.. acv. •m aIle neo• no -mor «ane, rem elm a fn anlm falwfw hl l m nnpme0. I:rmY rarmrb sal° m larytvtta502 ami p°Im1.ni mI 05 Im11'arol°1Mrp,I.,ea vY b. ,"..",11s. rfam'i le eaeirptl M Gia ad to all an le m xe.av r m" •.,,•,t,3 °"+m ^ I 'w"mt 1 q aa.rste. ees.nal T /swim try be Wed to weea Da• a a.w mo. l ro.IM ro Mlara arra « en.... »n ,m r i,. ." m.a m^bi 000.r •11Oiwie of M to ml m ro m an ro r• I a Miro rem.. .,.. em gr 9.0r Tab �v A.wl w SHEET 30 ofl 24 o RECORD DRAWING NO. STR 869 IREVISION NO. CITY PROJECT# E12090 CONSULTANT'S JOB NO. 120472 OF Ttt IINV iy�P ,Ef k9st1 i DENNIS L MILLER engineers I architects I contractors 51503 801 NAVIGATION, SUITE 300 P11(381)883-1986 t TOENsf' � CORPUS CHRISTI, TEXAS 78606 FAX (361)8831986 HONA� TBPE FIRM NO. F366 W W W.LNVINC.COM 4-3-zo/¢ rYPE3BARRICAGES urB _ ---1� wepalyr.nairettlaul 5' to Y 'I •• e,, r' 1....11 Imeenu .m,.cla oma , ,xOq ,'ev'iiva. "rinwfotoerfrcali:,'orolnaiilelr' '°ori 01raanPofa%a coda., .®.Poor. n„ PoaD ' ICLasEDI `iy fit _ y-/, comm . Cas o -w atrai ^I2{ µ-y - Z.a,.s i ] p °n1,pr°l OZ../ rE.E5 i er0 r } y, �S00we T Ivle}} •.Im i.Im awmfi/ rgao,wynry�iroe�aymamla a ml aorport vs,^ 1,r ,MY arae 1b m nn.im 1*3 bei^we reecinw [rrer°i brae > veer Olm a'wra. core cola, mw nme aNe con wn marulnP L1Mi1,o irl , Hf°''f IOT mIma0. meniplM rq M TOM mie clef. a a clam race M.. maria e w - i 1i� y L�-r _ j r •• Ef,a- _ -- _ -`,„a,M vl1. ra.smi �, ug VP.IL VP -IP `w I O 555einOlii _ H maoWtrq lratna ,Dr +M MmiUr a,aex. m r.mr0e in el,pm,r To' 1,D the. ...la m •1,101, 3• ban l laro males m mar•r120.401.16.ls OS. to Res p, Drs lee Mnevaelr lava+m q aero Mlela 1111.11 to MI. too a 1100 arra. cool te Ma,rm ora ° m nr ohne. o ,Yore w n. b- EL^�Eb F 0.A.0 m hath aeven rPrcarale�TIVEVIEREfi-I1 St°a�fllcatr°'�fwmyavanrlYDlM Mpwa,M TM PI.m M1en a logo. owe momY ,ma °11'at , l - t/ j L �.mryawrn.a1 oD,sA e f lee Bae . c Y 4 °tee a N• loot 5• s nm a elm m•alm- rolAmrora 0.11.11. x00 ralfllo Marcc!.t.stn• 10.1001. A ..tor evil mint°In mrtm In a clan wne,rrm av rmlm °i3 I�it�lm atollb I'. my clam pa°,ln to Inn,° W. m mow° PERSPECTIVE VIEW �` i7 LEGEND Mu rias _ 'X rMlwY4 IMvmrmmlla Brtmi TM u, mfwiro to 0.5. nareflmHF ford, er 1.01 arlw° asmm a re.. by Eratnw/Ir . . M O.., hall a.1. to =Int. Pam a /. Iv I.'Yfs 11 e, CoIWmlfa m ,,alae,• PD9 Y� F (ID P largeea E pF K la' y I•rfPniN u• MM. MriMC vial ver' MO alea4 MP Mr.. rwro. mie ss•e3a. m'Mi . i m01Mi W col i ver. m owe ..Calm riser. m. ...II m'wla °.too..nio`°b, F Ma m Fee era rmlM ow, ei.lmmaare. ipiaro. mwlmrm era 1. r.m.rm. Mr PM Mm IM mP from r,ll,romm 1MtMwlafmilm rmr 3 ��& B Ito an I ` $ a°a1 a boo Aewl aMe mnw ub atone 8mm roe elevrY In ° mroo a, Mrmlla Oa n l Mi b nte,%arao. mow nl,. m`r°ta1°rm w°a a 'm(Mcote nalm`f°N can nese II 10 11 11 11 - Epp ;flUhI(lIz:: !I EMort V } 015 ate„ I 1 d DRIVEA&E Pvere art ,m ,e name plMro arm ' 1 fe Ire .1..11 Mt retro af°]1 cont 1,5 "6.. ns. Sor°'a°p Yr"a la anar= . Mar Y.0or m a. a ° armor rnaasel roil ,pee usoa e. n m,m+oY Halla ' lsoo Mrlpl ...I alcor �~ II 0160,140 mama 11 11 II } `E i, 'TION CC I. vPr ail Pv.1.4 °, w mmllY,.., to oa+l Ir 1. of `q`b iW CHEVRONS is artloy. Im ea is Me mwlH• Ptrmle pwriall M a °olrl gaffOlettim 1,'a remraf rte.. W ErrlgimnN.%Inr,Ptmi vel, mprsre A. •amro• earl fly millm"!a °Im x Woo I1OIn moo rarWare a rM Miw ore hall m m ewma.t room Ov°n lmlm vo.Ma ors, awe P one. Wore n a n le be comm m Poem. 6... a ° r for W 1• a p I M1p roleA In mor a rmfvY. iM e1P° DoH �� e• sof. leMm IPM 300... a �°p ,{ = e < B u e arra el M "�` °"ir alb ifOi51romuvY. mV m Plana , on.. r nlom anf 22 8j YF9E I'--.1 L W In°m°Oafle a other bo tom a a. I of ma. a woffs w or. w 101 1 a°o-lmfol YavOm'toI kxlilPlr DYf•A00 wlm °Prim rot nlnivu or to far eenim ryw 3 eo+imcpp, 2. Amerce e,atro awn a m evatfla elem. In Ile pl.. PLAN VIEW ® elERa Il 8 i � er>j1a m ntr,fl�ar q1w Wei B •ffl'sef.-;.,""'--!,11n, b : MedBrefOS 0 anal NOT a ,rsm OS 0 n{n elOpml. TYPE 3 BARRICADE <POST AND SKID) TYPICAL APPLICATION °AVERT RIDENING OR OTeER ISOLATED RORK WITHIN THE PROJECT LIMITS - e �• 2, 00' 0. Wrii aamfm4ir,n woo � QQ •}a Inim , cowl. , 36• 3. ,what zbbl�t a 1...... n• i ,, M1 fimaero � rr s m I Mo ° ] lis , erotne CM.... s60' lit ^< T I m•]am or Coll CONES .NIS tEYILE 51LLLL IDI EE OND DW PROJIC.L LET 1fiC9 WRCN ZOs1. U Ib• 1 P. m r3a11in,wrv..q'O fa.Qa n. r i�i� a��m� ,o•�i IY 4.I. o m a 1 ram, L/ y -.r w Q •g •WP \ A. w•e,aY°a'aw:a: mea W. rDa.•Ar an tae iso wars Dew BO orr..•eweAaao.rar 330' 165' IBO' ]0' Z$X TYPICAL STRIPING DETAIL FOR BARRICADE RAILT egos ate° E^ S a nnmrlenl. am WooRolf, e. SmarIORIM ummi,s mie.1.1e.im costa mea 11°n MO Trane rmMel Mlw Li. OS L, 205' 265. 225' 295' zAs' 320' Sof• io' e0' ER A' na, e• nr. I„ y2' °'f^ M • e1� 1 :, °miry °fap0 aE$? MO Sam •�•� aso• Ass• 540' 5s' 00• B} , ,� 3• i rs• EWEL3NE i}Y• [ S - 6 Pw,l yrs well a e.rrmrlstlw rya A _ .an�W M. Impel Yaerral 4palllmea Plf esaar ss 59 500' 550' 550' 503' 600' MO' 0' 55' ICD' 10' !FG• g YI-I ss R • I2' colo. In, sola 2' nrt� z CHANNEL I2ER 1122 M o a a ae.rlenrMS ]• I'I,. Rl10 q r .000 lf rs mrlMl 2[I° DEVICES ILCD) 0000, 60 315 600' 600' 220' 60' 120' - - a • F �B 20' • 'colo• x° 1Wv. 01000 mi wmrr a pa.l an,a a POstiABLE rsl l a Ly.01. 7 Ie nalee, armirmle MIw con me nta,y vel,tae, emo am Taal w. m P a 65 --.Fir 650' 715' TRO' 610' 6 s' ]0• IJO' 140' I -i f I.. r .F !! I 2e• X. es 0'. 001 are tom... OarrOM% m roam11m. Tref as rot mut Ova ro mroln a rmirm oMIP. m oDOPR IrosmamiPum. DO' 750' xs 0' 025' 900' 1S' ISO' 1 1,101 roll I J- � 1 tela claim 1° torr., m y ami w a s rvr t° I+ VERTICAL PANELS IVPat In aOaan ro P,rDrim am lMrallalm Mil morns amifle ro fro Minr m .In..r BONN,i,t,p,MonI 600' BBD• %0' 00' 160' S.rf •^* a ,Ala a amela tt-T. m n,rre '� Is t. by D11m . tam amt ma lrevelmI.. ° room. era or n irmaalters usa coy awn own m 11.E m 1� . I ,' 0011 t am I pmnnlaea areae. 1,.m rmW ave. LTR•° I e n r 1 ,•., -T=I•°. rs me, r a al lm` m w. m+im.m0 TYa-Plea, Dyes Ore -Flees Ceras roomier Marker m to 1010.'01 01011a *710 X11`0"^ p' . _ mrsrr allmnrmrwe.prm,.marar.. on BetYI roma r.re r°m. Travel sorsa. tri TYPICAL PANEL DETAIL FOR SKID OR POST TYPE BARRICADES cots 0I°ro'wr'ma°w0rmra,lMe'rl..°tivl.enr°' I»coot; .,m er}tl°0'° I. ro.mane Lan CM.. Nmlm w. 11lu°rtummm1e1 .faetmlP ,D Mat. Ave a than aro to a ro+ tw 4 t Nl1°ro' ,rococo ami mrler rml.aeMra mem Alam era x. Iapm b•. SUGGESTED W%IoW SPACING a 26•caae Nnll lava amlanam w, eor91rs 1M. P Mtn tea. x 1 in`p1,color1.2 or 10 era NW la no.IneY•olor of ,mento, eftra.a.f°,M rMprRlr avow wlwa+o m,erp ON ma. sac. to.o-.a 0001 .f fon of Me Corm CHANNEL I ZING DEVICES AHD AI ® mlrarM 11 To re0.lm,M came CITY OF 1CORPUS CHRISTI • TEXAS ment of Engineering Services m1.11ar°TTM v1, Ortam.../te ` MINIMUM DESIRABLE TAPER LENGTHS a2• Mph. 00ae a toll Dm a minima, haled of 30 Ma. Including Bona. mMlwwl.e SO eeremmire halm, appocoro.. Poll SO rot. me A a fcralim'ent rnu•Imi senator .all,arlm 00.8X0, - ----- O1•' m. Cp. fro Int...of p°.Is Yaffe rnmrs4 aM. ,M LATER BALLASTED SYSTEMB USED AS BARRIERS I.°orn ePeW.Ywl. a toes mss ro am,enm oma wren oa alto ro Ce0., Ire arm, pPr ,veal paeM a Ax• mw ,roym, 1, m a %' Pim emery I, 51,• ,• rse w,1,, a ammo a Sp re. m MIti. �m FIs eemm ro MD pprrvsnl nM m �I as move mi nope star teP.10 00 Pse ro Om ° Mlale room, mi.ia port Dolga,.emirs tom w iia love s% f0m. 0 011 00 Ns.. rapavy .1011 as w110 apltar,r epw w ..easel. nano .11 a 001.710 .too ealm,rimrrr a11MaHm SHEET 9 OF 12 II' IT 1 010 rwu a s 0011 Irmletr wmw. as r o Nn SHEET 10 OF 12 ET le W q L> pior seer or Mawr In eelmtm.lm 1,Y farm Irwfuro MI� r° laP� M.r.S/nia,rra rin°IriH. 1M a00 °Ito a.Ka0110 011,011 0041 mime pa..wort aa°w lnmmma mmolhalm as inmllN(a velem. f°Ioe+b M dMln� aq owl rrY,Lr.I Yon m Mn CRUD Ile. �•• Ytn x true Yla x O,ve pea \ a3 3 'm; 0°'f \ ma°roa',. ma ra 00 r vY wial r.alraa,u 3r On... mw M'.r °my CM 1,w of Mt Dro halve In oo coml.m ,n r. m•p w Dor.. ooh as ° mmol. rimy 00,4 �•• 4Yxivs.....mTwp°+baa+ - a - ;I' :' I WON wM1. /he OM 0011 nr ..tom WO wool amu ap YOmOiare� ° a.m IAtea1001 halm toes w amres Mit D, a tom ami a....Ka In Nw yea Ila, 1P U Axl a0a Yon wmma.e incl lw,pee lrem a.a M.,ppar mllaMliwmpM MS Wel m n. rmarlr m:arble'fe .«Yarm mamerno ono. 0 I.re 1. ,Tsys O.p.7.10676.... ear Samm 51 yY]ILF _//) O 001.0. r Mw In °ma to boo Ib Miw wlNl sY in plow. 3.iw.Plaa,..PMw a Mwe a lm.1.1m m to le may Me ell. 1. mine•ro ate In ...Iry on. mi mi tom a n m ..11 Mr n, P ml» mie or. M �1 BARRICADE AND CONSTRUCTION 00 Pe ono hall a mm nm • sof P- 4 1mMw°Aar,ro ami ,M onD hall a s m w e, Mr elm .Y to 01111. amnion w 000 BARRICADE AND CONSTRUCT ION CRANNELIZINO DEVICES mmi°rM.D.^Re ° Mal°° °� ° ®,r °°`" co M. Me .Ina Wa of pI. M. ` . ros1 a emM..am ral Ya,'"°a"' :a°1°0M�a1"ra CHANNELRING DEVICES a - e = o t"e'aa`..al'100.1.,flTM tfla ; Mr.. - m. muse elm Pm swots m PI w r '� tr P'r eek : a° n,0mru'a`fPv 4'4'a' a 010.4., b . Ms no0la.. f lm into Mlw Wallet iv raft. P.M Imm a tom nDararele 14ma, '• m �� �a'rvl, rMr la Y 1,':a alfa°,.°"... r. CI m. rm,remrs of 0.13.11500. x�'rse I 3} gran,, in Mrm,, a A' eat waxes s oa ell. lea as .aF"a"m warm imam in war or t.rotMB BC t 10) 13 BC (9)-13 a yert 14 e. ,1 ool u0e ypmlml0 mialmnm. e o eves.b ru mR' I, 100110. rte, Id.eo HOLLOW OR NATER BALLASTED SYSTEMS USED AS no an>en Im1m1 lmi ser1wemeam.a, erolaa .PiaaarM KM nr or. D, On.. seal a• L..a. z. OPPOSING TRAFFIC LANE DIVIDERS IOTLDI LONGITUDINAL CHAMELIZING DEVICES OR BARRIERS TUD La,,,ar m,.,.xrC ro .. °+rlwr;rlml„mr r •w•, °a neon m"'°: ,,,. toss. Mon • •'•' ..,r l'••"^ TRAFFIC CONTROL FOR MATERIAL STOCKPILES E: „a„ °C ua.s O N L-1, STANDARD WORK ZONE PAVEMENT MARKINGS DETAILS Temporary FIeOIDIe.Ret0eC+tve DEPA0.TIEII7AL MATERIAL SPECIFICATIONS PAVEMENT MARKING PATTERNS won ZONE PAVEMENT MARKINGS Roaaeoy Mar Ker Tana E1L6 1R RRr2601 PA�YE100 w• ' 3 Y mMla„ 0 0$ MITA. 1SPR. 1.0,1300 T5 DOUBLE A ,o Ix• .1-O o e 0 orr � }'E GENERAL PEMOYIL OF PAVEMENT MARKINGS A10 AO00s1000 A•A Io you I 1 IDIa IV 10 1 A a ..ms '00 D 0 o 0 o v 0 Ey ' re010100°,b Iel00 ml Ing pis mYinpr Mww ml�110000 PO eMemlwlm •ll Me n°O I. r r 'f o to oa+lm M. roar! 10P Yl00 SIR vl� BrilMlwls macsnc fm PAM., YARFEPs vs -613o < NO -PASSING i ' AO P Fe ,t � o1, csolT a rail a regra a ml lirvM atav Ms rm,.q is °pvN to Harla mwa1nax anMS `In .LMA a �R MIXCS tl6'e2Ao el= °1,5 'b or F y� )pJ ee000°o°o °vao°1,T to �.core�ee eve°oa• LINE rn° Afp 12•T Store soft ,r°iOjO MOIL noon m o LTM mew M611M agly m a.., m elm fee 1mmm,rcw mmellrlm Mlw m was f rFA M1EWYfB6LE,1PREnAOR[CATEp a13 -sial Y 0.Yellov Yel lair y type II -Me. Yella Y#F ). afar. ea'miu0f14 im01f Dor a In w,rww Cr m>.i Dorrmms awe mffalm a° mmrolMlw•SAPI, m° IremadrMM.aarre. PAM., EPS REFL[C1RIEa MYPKFI YAuira4 • PArltal A RAISED PAYMENT WM. - PAYWN A 1-A T]m1-C.:-'0 i', E)5 F wfrm, sup moon sant gFiro Marl. rs m fmM to Xv Para. roklw Poi 1 a ea.* to IM Mil... p05et•146.- L /06.12Ax P-''L'A' } 1PPOReRr FLEXIBLE. PEPLEp1Y[ AY WAXER LABS ` ...g. --T:":: o o'cs SOLID EDGE LIRE 3 o'1 �" F plw w meellwr is.*. rare.. Ing. mil a q aYrwMs �wN q iapo, SpminP,m ire 1,i, rc •Hlmin•iiry pl.nry P.o. mkt I Pe Tree. In•coma•,m. M. Pmmn+Yp-Flroe MI Wvera'. .ma 0' Ml 1,r weed 1 a lr a pea 1 lee 00100,1 rRlaea 00000 ^vFers, ona War Mlsaafrl IO butto. f✓r. Fe A ff °C� ��LL /4 01.0.0 �Y v LINES OR SINGLE ra �` 60• 3• e ill Yon a So Pla4 A' Pr wart mo ° uTMe•m a a ata mF,ro ver warn rwrmtro P w, n mama W+slew ire wnwofm..mmaa swim In lla UL rose. r 1: ' . len aaiw Hail. Lla me mB°]1i. .,e anaem n vel CCEE �{ . e v1, v pl- - qq ale ° a p o0 ° ° J� 0°obs o °° 1 F i° 0. . �Trw NO -PASSING LINE 6 Mtr. r Vol tar NAVIGATION BOULEVARD UP RIVER ROAD TO LEOPARD STREET (BOND 2012) BARRICADE AND CONSTRUCTION BC(9)-13 THRU BC(12)-13 YF y'ZZZ iib gni olio eyr or.. a moll eft 510 vim cowso. 5. SsIccorte a mars m Ire.terar os roses MM ware rote rI I'Oavon m ° mllmir ISa POOP. eq a us.are a emI ammo Drpw1 mn,iry as Dor In plm ma m ;0 lir ro+ran4m 100Ai311e. PT°'or 0 ;010 too. m tows ea nlr....I. wl00aw,mml IS nlrtro of +M Calm ,^1,p ono. Is "'WV. m Yon in fly two. nw a M peprmlro et aONIOM Yoe waw 6 2gy../. STAPLES e! NAILS SHALL NOT BE USED 10 SECURE TF.IPORAIY FLEXIBLE -REFLECTIVE ROADWAY MARKER TABS TO THE PAyEe[21T SURFACE F )t tib ELL' Y/ a To. t+a,e0 0' i i -A -AI B 004010,WIIFC PAMil1' WxrINOf - PABIWL a RAISED P010*0l wFxERS • 00111 10 PiO0 0000/0/100 nrsm°gimi Ir amw10 q 1,M rrg1MP. i%aa " w.rrsr ,vR'�m. vr.raer�cofm erxi^w moa raw 1.6 ryp. a Buerra os�JJ .0I I.. Bo• 0 J• (,50 WIDE ..m 1-y, iC(00 G b D o 0 o e o'o e o 0 LINE 1-O e o 0 141 f1lq 7. of 1,M arnlroe WO bi P Prmrm n1''' pme..rwml0a 0Ma,. I.... . 101 000 m®rr mare. .11 ton agnea by the mita w. •a>x,,..4...•,,,,,,,,...• WI^ -m. vel rlMlwrmami Mafw,emaai0mae 12 g~1a CENTER LINE I NO•PASSING ZONE BARRIER LINES FOR 7X00 -LANE, TWO-WAY HIGHWAYS00 wham a a.mw ewmlr Ymim e1,e by§6 al A bra 5f minl%ww 15 101 roe 1,b mrer00 1 a 0 re fill.'BIYIaTIm PI311Aa PAYPe1] RAISED PAVEMENT MARKERS L°1L`alws Aio w°f°eV.•ss,• r,w ammim .cora m,M elaY.Irr Mal aM rM realramnn a rs-MAL 2 as Me MI inhale Iver as+a a irpamas mwa., q Mt a mlwarm rmwYnm,e. swpllw as twnm to roe 5 SYY $Lr wI-C / y Type i -call •� v a P D A•A b 1`eb y pa I. mrw Moon. AMM CM M m Hwa MORIN ro,M porem M 1 Kwngatomroar..r=rrominlp NItxI, een,rom ry ir°sm lee.rw ..vera con awwnq+m wlr.P. L A halm mere uvea fw wart me ]m �e wf normalle•,6,bmrmr`M.rreenaarir Of no w,mr. etmer•A• fawYmrmomsromar0 m11ybrr. am®atm. yp b ¢b r: ....,...“.............0................'pOYn° 1rmrW,+Csame / Y O �White`� a eb�pe�T. t -ca l3 R.0:,:.? I O° '°0 1-A O0 °�°,S .1 a ,° 010 CLINER W,o•-•.-30'-•1 Imo'• OR • 3b5 Ri'•I Semmm. YSA.roe miOOo06rla0. ema0m,0' _ vert s ,Pon iY0,0 rte Cbm'etiiir Onielmir`abtm0m'Ier btl ° Swmf Im 1° afamin mettlailm POI Im». E 1,P- \ o -.D . -, LANE / � I- IRE '�J pp}. €A PREFABRICATED PAVEMENT MARKINGS er mm fowlicalr tfn°o'Y0 Na3fon fta, lig MTA i. perform yy in r Wrr L 1 -Ar ryw mem Ye11w pa mr,a 1.. 10•-.1.- 30 Bolton Vol lm A BROKEN p ."�2 3r I. m rmPofmr)w+m wren mAlm Yell w, ,M rmireenr. oral s op Tim vs f IM trom.o Maala a sem sem, on.r so rm. of In v°fmirirPn° ��,1n. mf'Ir 422 ab pole �� e 000 e° '0;'.0.0.00.:7::=7,:-.N....,.....2:71:-0,1'.;1!...°°,�c a LINES D D o P P o }�: • •E 1 L Hm`0°Or00am0.w0 a .. rm wn...,...roe mil .0 mor Dorzie MAINTAINING WORK ZONE PAVEMENT MARKINGS _'wn,i.` a''.c:.V. rs 1 aria rareexe m' m roam Waled ICO murmrrnA L s..�a+.ora 1.1110 w 4 sr to°tel }�� E • E 2ro,m'Imtm 1,w RBPLEnDmi PASIE[M11.111. miLMRLIIGS 1M wwe,t maroon �x0 pAr2Wr YYeRR, 1. I -C 'mP B AUXILIARY 0a 1 3 I' a n -C-R rw L 0 OR re• o E+ EQAiw`.iminmmlllm+4 •ill ar..mlRi. ami mlmamro mT,2rs pprmf I':«1`‘.7-7:::::75,:i=,ea.miFmenafammel yr rmmn,m tam , p mmol 0 & , 1,E EDGES LANE LINES FOR DIVIDED HIGHWAY LANEDROP _ � W� = a LINE T+ y' mla.,mamrDa .Im+ /L, 3.0 V a Y� I � uan S». Ino .1°2reel.110110mrfon 1w Mt nn 3.Sy TroIMIOO O. sap TSI err RAISED PAVEMENT MARKERS USED AS GUIDE. RKS Po10e' P•mml. Ova° loco 01.106...1 1 M arm n. wv.e, '�Pmv, Iter•as Mt rRm,rem,oR of a6"x00 pa�ryw .. 00 �,y0 vvs 1.11e.. Q ° °°ro°°v°0°°°°°°a°ypo 4 o1, 0. o01 OOVO° o°° REMOVABLE WIIKINGS S' s B- as RITE RAISED a 4\\ fa w O 100 0100 1.0.1.0 llOH.nnlpM, halm O. Imma Is wntofm q rwMr peammlm 4 W'A(npe fP11Iro011 rstmmiwmi +ele•Irntf m"9e fire+AOpo are DMlalmiam f,n W. 0 x. All lmmery so of . or nim Panes+ salters miwlw m o o1M WIIbaIM Pro 01110,'. .. v... Dor l m 011ulm4 m.lolP aPl.mi L m or oil mfw4 r n.remtarla M mcsw °°°o °°°°°°°va°°°02ov // rIlo. °pm!�a 000 000 poo vee r.\ .0.11,- [� f`T IC fee pAYEIENS MARKERS i-,0'+01-]0'-'� }Rai f1, r.ml~'m+ �.Ympp2e ora em Pgmenr 05'1012 na Darn. Tall aaePl Pro ±M rD r or n1, to aw0�IlDlla R0101tt,A1000 PAYMENT WPM. PSIY= PAYPWK1 01ANLR4 Itr°ilw'v q PO roe ee ba 10 II. oma Par to ..0114 m ter • alt rmellrrr.flmlMOwrra ifnnnihwa0A1:' Pref. .1..1.1 .ma0.11661.. for nrlemrlam cove....froa LANE B CENTER LINES FOR MULTILANE UNDIVIDED HIGHWAYS pe.1 core sl..fee of rasa ama,,mbn +ro.tee, CmrtlM rH-ro,rom,umreay rine SKEET 12 OF 12 11 OF 12 ' I o��L,' 1.O\ov ono V' ,xbw ANPsrplmmax,YrYpaaRwt �' F]Fraueprmt00Tuupaavm -< v°° o°. ..0 -.Rollo% a a ° °°°°%.1:,!.°"%°,00501ay a °°paa°°a°ea°0O ")iz'a BARRICADE AND CONSTRUCTION - veva BARRICADE AND CONSTRUCTION PAYEAENT MARKINGS _*re1to W»aa{ °°�TYwtI-A-, °o - _ _ °° "� °° make. ,mm PAVEiENT MARKING PATTERNS o - _,,Ynl1.-rm - Rev 000 o°\1r p e one w1-pn 1rm 6T2 .AI0ro°056.a°0555. n 1.10 f: of BC (121-13 CO BC f 11) -13 ff o riOnr ro,nrlm OW l Tal RI2.D PAYRNRT Warms RAISED PAYIARR0IAYYERI ° rt m ®rm, ,0 ,300 "rlm ,mx wnmr 4000 PrPmr1Dwa m:ITIAIR 00......0 fee nnm10.1. ver_,. coati„. .1_ -arm fi'S 1.02 r 1 RR 11.023u ro°a ,,.., E.C. 710 -WAY LEFT TURN LANE 3 ] con ��°- LwaJ o SHEET 31 of124 RECORD DRAWING NO. I REVISION NO. STR 869 CITY PROJECT# E12090 CONSULTANT'S JOB NO. 120472 z 0 a U 0 H 5 REVISION NO. en lis o gig U 8n.-! Eli 0 U a -I I LE 2- > Ri R. PhS� dw a) ABF Department of Engineering Services OS - 5 LTJ LTJ tY U z O O LLJ J LL 0 0 J REVISION NO. SHEET 32 ofl 24 RECORD DRAWING NO. STR 869 CITY PROJECT# Et 2090 SIM DUma l ,,.CiAli I , 2. IT 2,• - IIO o I Half Section ISnesnl 10' fi• Glo. steel AnoMrind Pipes 36 Commotion TraOM Holt r. H2 3we '^o PM ZZ f� 13. I I I �6 JI 13� ___ _________ --3-I 2'' ki.' phsg i'di,Tee�0�lm 1 +/l• oe sIn Psen ¢lord 181-112 BO9 1120-72 E10715 11 7).4(1 Bye =F 6teel PIPo eawretl rr z Bare I -VI Gere 051 Bora (MI a MAI Bars riot $4� seine m mt1Ma ry REINFORCING STEEL DETAILS • Dry 1 Pin, TYPE 1 • BARRIER SEGMENT u,lase ° „,, �,„ _ ._" O -r p ■o .O AY, F xe• gFe lib v �e�-• --------t---. st .1 °:°' ,rm pl�ma ,a LNI v,- MIH. /i -1a ye 3 Y• Some I I ill r .1IB) E tt •9F 30• 21• Lrq x 2 Men NOfE, <PVCRETE NI BOligA WLi OF PLAN VIEIY RaWlretl K in Slate I6 RNpVEo IN ORO¢R i0 S1pW 0¢iA115 PLAN (TYPE 11 BARRI R SEGMENT S'w,' 6 EYt' E 9/ a r 10' �, "''JJJJ!!lICCCCTzze / 11V reR EO• SgEEEE♦L 1SyMETRICAL ABOUT ENTER LINES, '/, iF saver 5- _=-� 30' 00.87 5p. A B V, Ere -vl BCC 1 roer T�. <ronq ;imelolnf l Ye �l •"x VI BAR =FL �' 1 2' mn tli .9o`PICq IOr # e' o ire" ew, evo-rioOArfOen... 1 w `I^i t2 Max.Nax. v2 Br all 6xtlm P6• f SECTION A -A SECTIONS -8 'gti) reWir eme°e fr to e , a TYPE 2 - NOTES el' 117§1 B$^ V, Beee H1 Bre Bor Bar By Saar I. type ¢ Ba�iminf arena OW Is 'Mf• M ewer! for L.424/r, 5 6 Bar Bor 3 BTYPeN Ma"G°e I �_�� _ I�p GENERAL NOTES _ e92 Ili r¢C l_ a �. 2'Nlry "ee Meaffeolnehe f of affect e t m fma e n`"-0e'�`°el g3k S;1 xe Bre I �- b� i 4r r ect Ion Of to ev-Preil le eye Lee Prefile Can a Barrie' 1,011, le app for uso I. L ref approved E", -ggs __ t:E �- By g• e• L cTxISRT1 •I 12• 12' 12• Iz'• S' S i 6 I•I t. 5, ' 6' T, �. 12' 12 12 12 12 12' 12 12 By Br wen a 4,.1=°rvNl pre re 6I 055. m ELEVATION ero"r IPoe naS. Poor ra , o rete Oe neili^p °i 4)00.0 eactltm° t r P altlaloi In metlm. A y •I (TYPE 2) END TERMINAL .n II 010votlm viler T. Me LPte sheet I term Tor 99 Ty x �2.,1� y - ./z• + II�1�IIII IIi R 13 h.. ,n ,e,00rwr nor), zme lam ime, whore oho Po»m .Oma 20' is 95 �, r lees. 22 y�e 'p M. n �N•Dia. U65 Fp61vr -II 1_JI! - S TT J - E II" A (� a vin 2 - m 0 MOI1 tle C1tlee x t rl 2. Eax ' V12 Bar V73 SOF I y• ado. sleet in. 4' tvae > �� a { V3 -V14 Bora 161 w2 Bore ./.. yp IA, Sett Irl A -A IN I %• "'jam"� 30• !moo er a 07705. q Pim lax 00 creno s 11 - �� �'�' 0 Q IC Win a minimm eoNraeeive sir:mfa °!°] 600rpaT. r•X:1 I M2 Bream L rain 'FxI HI Bora WOBf°ea 0°0agrcmimm ie ISTYR6165. M 4. PremOt LPCB order length 0411 be 20 ft. SI A. 9• Y S. 6• S. 6' T. 11' +2' I earrlcr e0ote ¢hall have Yo' olbMer r e FOR CONTRACTORS INFORMATION ONLY JEL RATION 8-.-) A (TYPE TI WORRIER SEGMENT (TYPE IIS. APPROX. QUANTITIES M FT. gEOTip °In� an tlm nrOwa ail . Iron us, •AMM,* 50118.• *7100 Ia O5 ,51Mre5 svasitllr-Y• x tIILI 15y1NETRICAL ABOUT CENTER SINES, CONCRETE CT 2.6 I pi reµliree 4r jeinR ervaOtim volts Mall De rdo.`A'x !weaned - REINFORCING STEEL LBS 330 d Iv i in atlarmme Yien Ilan 915'Galvmizino.' 1a'/�"i-I TOTAL BARRIER n. ABS 11000 o lrerrn1n5rt R ','"..t.:7.::%„, 1119R/ GENERL NOTES tOmr iyPo amet MeMm va BAR V5 BAR 4VelTY°I I. DefA=131,oe0 elre Relnframonf 05011 00057070 SHEET I of 2 13 I,•0 ,V•• , i. waaU*mo tlCe `WNoetly D M Baal` we'�.If MoeewrY, nYB i6, NeY V13 BOw VI6 B? IT)) AMORO. PIIRO I <21 P TN A36 5• x ,O x %• bee mfe ]I g" x 110ea 3ya' }5te°•oe 4%' 1 �• s ( II 0 3. Caxainettens of re,nrre La steel an AR ora Pomlr,ea a directed by the 4 im e8:mar' soot. 'Yin' ;M6e�as°e° ' _' H /Tem. DlgnerenmtalTvuyrbWn LOW PROFILE SbiFW4 0'/" tonfM llre}rrlrb e'°" ^of'exeeeer3 111-- A•_ .. L �} ®' CONCRETE BARRIER 1S Ya z'' REQuIasD MAI WIRE DESIIw Nsx M,f Orma 3----.... - -a" 0 �� iii. PRECAST BARRIER MSI Sere LJ FOR CONTRACTORS INFORMATION OHLY SHEET 2 OF 2 T m• SECTION A -A SECTION B -B a - (D311 Horizontal Wlree IEWol1y ePow0l a°C 091 1xwa*'era• (TYPE Al ' _III t;Yi• (TYPE 1) xr,zmt°1 alree SONATA m W..tl40"`r I2) CONNECTION BOLTS PLATE WASHER LPCB- 1 3 ,Acsal2 P07�rnwmwm In Elevation Vied T x 1are ASTAI 435 5' x 10• )0' ° x .0°I'''1.'1.> �T °'x,701010 (Orem ,oaF IdIon 010 oomI p I . Y 1.65 ABS 240 WELDED WIRE REINFORCEMENT IWWR)- OPTIONAL REINFORCING Netee Roae,Hex rata me r0em O1I Pe G°lvmizeo. M TOTAL BARRIER N1. L85 /MO ,-., „•, �, pre,. CONSULTANT'S JOB NO. 120472 z 0 a U 0 H 5 REVISION NO. en lis o gig U 8n.-! Eli 0 U a -I I LE 2- > Ri R. PhS� dw a) ABF Department of Engineering Services OS - 5 LTJ LTJ tY U z O O LLJ J LL 0 0 J REVISION NO. SHEET 32 ofl 24 RECORD DRAWING NO. STR 869 CITY PROJECT# Et 2090 Tat 2, Somin. C ° prex 23 R, I r°In lode fi• Glo. steel AnoMrind Pipes --------- ___ _________ -- - O 1 ry p O p ■o .O AY, � w B iii r 4• IF:g2 30' 00.87 to Itoin 51o8 j 00 to LPEB IIYm I I °r°9 Ip elry olPoe, 2tse"� °6U1.10 PYC� cC" pyrex' 9' Iran ITYPe 21 er �er APPROACH VIEW elen4.Isx te cede a°`Noie blriar PLAN . See Geroral Nota 61 (TYPE 2) END TERMINAL ES x3 ear v a TYPE 2 - NOTES el' 117§1 B$^ V, Beee v2 Ewe- H1 Bre Bor Bar By Saar I. type ¢ Ba�iminf arena OW Is 'Mf• M ewer! for L.424/r, 5 6 Bar Bor 3 BTYPeN Ma"G°e I _ -`���� �_�� _ I�p Br Bor 9 `r ee01e. n em o ot con m,mtlo'c, t 91,9 _ In m ed ate"o"ommoI1 e3. lhe 6t1rorminolacrraa Ili r¢C l_ a �. 2'Nlry "ee Meaffeolnehe f of affect e t m fma e n`"-0e'�`°el g3k S;1 xe Bre 1 �- b� i 4r r ect Ion Of to ev-Preil le eye I o sloe `Or`�ven 1= WIr^ fM roD 1M Pier I1 au-ro nr Ino re old e a "�iv: ° �I eo-t0 I I I I ( t:E �- By g• e• L cTxISRT1 •I 12• 12' 12• Iz'• S' S i 6 I•I t. 5, ' 6' T, �. 12' 12 12 12 12 12' 12 12 By Br wen a 4,.1=°rvNl pre re 6I 055. m ELEVATION ero"r IPoe naS. Poor ra , o rete Oe neili^p °i 4)00.0 eactltm° t r P altlaloi In metlm. A y •I (TYPE 2) END TERMINAL .n II 010votlm viler T. Me LPte sheet I term Tor 99 Ty x �2.,1� y - ./z• + II�1�IIII IIi R 13 h.. 1 10 '/•I 22 y�e 'p M. n �N•Dia. U65 Fp61vr -II 1_JI! - S J - E II" A (� a vin 2 - m Et" ' V12 Bar V73 SOF I y• ado. sleet in. 4' tvae > �� a V3 -V14 Bora 161 w2 Bore ./.. yp IA, Sett Irl A -A IN I %• "'jam"� 30• !moo er a 07705. q Pim lax 00 creno s 11 - �� �'�' 0 Q �' /x zl II (I H �: BARM,I x tIILI r INA1 „sI, J-�3 I rdo.`A'x !weaned - 23 BAR 1a'/�"i-I i T' n¢ (21 CONNECTION BOLTS PLATE WASHER LTS va BAR V5 BAR ?8 X999 �¢''• 13 I,•0 NeY V13 BOw VI6 B? IT)) AMORO. PIIRO I <21 P TN A36 5• x ,O x %• bee mfe ]I g" x 110ea 3ya' I1, ST l6 6f NOroi �eoe,Aa L ae Orvsoor; ,'a6nare . z . 2 ' 1S Ya ISI -VI Bora 141-142 Bare 11HA PM BAR '^ V s MSI Sere LJ FOR CONTRACTORS INFORMATION OHLY SHEET 2 OF 2 T w1 BAR 13 R; REINFORCING STEEL DETAILS HI4 801 (TYPE Al Awl(' TYPE z Eno TERMINAL Nate: All V Bre Ore 011 APPROX. QUANTITIES ,Acsal2 P07�rnwmwm b01 2• OiaM. Bemin Pln, mdeee a tae Mexn CONCRETE REINFORCING STEEL Y 1.65 ABS 240 LOW PROFILE '6•- 0' TOTAL BARRIER N1. L85 /MO CONCRETE BARR I ER Moe.. ae1Olm minr PRECAST BARRIER 1211as1Bar a B•- a• (TYPE 2) LPCB-13 •:2.1:11-".. ii GJ, ARRof^0 point I rax. sen aOOt 101.5X1 E1.15E1.15•R110O Not (0,24 nl..`. 0"'''.0"'''.OC mT tl0 not 8.Wlre frme1 e«,g Boo e., mn, CONSULTANT'S JOB NO. 120472 z 0 a U 0 H 5 REVISION NO. en lis o gig U 8n.-! Eli 0 U a -I I LE 2- > Ri R. PhS� dw a) ABF Department of Engineering Services OS - 5 LTJ LTJ tY U z O O LLJ J LL 0 0 J REVISION NO. SHEET 32 ofl 24 RECORD DRAWING NO. STR 869 CITY PROJECT# Et 2090 IN SE AglsatEND ROAD WORK x4 END ROADWORK eB' z 2a• LEGEND Type 9 8.2010 a 0.401121. Devlees COD He044 54.3. 7.0141. Gm 1»d.w*9170° 6 viau.r ¢nan�a emlre Boa. 1NJ u.:wro silo 2102/7512 941 Yraf,10 Flow flap Flagger P , -. ono, . r LEGENDw. .ter. 120' .. Icxso-loB - se. 5/r AHEM NOT • " 010' ,,nrL,RDAO V IQ r 60 1 i fNU WORKIey°-� PASS WITH CARE jl ¢ 2 I wplleabu R o z4 x .. prro-IO le' k I6' s.. 5/t.. Nr, s0 IB' %eae` z4 x N• ROAD AREAS DO NOi PASS XX • _ `■ T T - 4 I •• f ' • i M ...„°'� / ADHD END WORK PASS NITN CARE •: °,1,21 „.ROAD e 000llooble z4 x 3012, 39 550.1610• ® pp 5 earn aaa 90' 100' ¢name IZ Inp 94051940 195' 240' 5 0' 6805' '1720' Fork Yenta 1. S5' 55' rank Neunea 500' 700' 95' 350' t,oErg i. wultetl FI Iro Art.r Sara . 541 re 5/.171 e b =I -AA .0' I 0' 00' 60000' i 5 T ma now 75' 9' 150' A Flap O. Flap. a.a. I...1 ,.�.r*L* 9701.-3.7,',.1- sa...a5ale.. 0 x 5p x .° 6 PAS' © XX• _ 4©`\`. 01-6.7 $ ill / Doub el6 ff e' m C ©• q'Wr 730' .aro.°0.'a .ra,.. 011x0' p 30 35 L. 155 20 225' 245' 35• 60• x0• 160• 120' op x65' 130' 295• , 95' 520' 590' x0' 90' x40• fiQ0' 155' 196' 50 500' `' 660' 100• 'B0' SOW 210' 95' so 5 L 945 669; 650' i 5' 120' ie.' s,; I. 6�. 00• T00' 340' 410' 705 '800' 70,10' 640' 910 10• 705' 190' 150' 600' 909• 415' 540 2, x 24 Sol. Ed; lm -_r xR 4a LSI 219%11'% Fleaes 5/1 can anteng W dem ravf.0 offI... Offset., S.Pae.. SP..dlwk, To. WI !USAGE IF "K Xxa*K2•Len.of # TYPICAL _ �o2ufi Itov'I gxl�elir 1125!0. X01 5/100 61 e ^^ u T I • • �® a i �kk Q(-% ,B v XX fl x 2, .i:47re zl♦ I,w3LE 2JUSId 31.,19x.17 ,twA 11111[x94 100 11 11060 vcv0 0 A 40 a9, 11 - L)s J 1 �Ie �I«1 GENERAL NOTES ,• Dab la ¢ rel I9, L1n .`r� TS�odw VMIOIT rim 101!1 fil0enln� set fw&rli roies 7094 el ® �- • _ =z- ^Z 11S. e e 11x1. W icea efe E 191 500' to 1/1 f rak- .r. a 2. Aiwa: 1971 e.1e 0 01 mayl0.00.n ettaaf. ai Rhe IInneSt 4.00 axe, or for 001ne va 0rIs a.n approx. by the WIT. 011i11 0 In 21100 a Tv 00.x10. Iwo. respire TM 2201 'DO 110 APAiS,'• kW • PASS PM .2. end amvt 0120 041 04 64 5eednmler-0(.. 517 11 Bero i105N 9? 974 /arm •PiWA °9115/10 *ewxiwn°a°wie m aaa far two tar,. 051)01.. leato. dNIn.010 cm�0 paeItloroe w of to ep re 0rf..aa. a r elii°r°a "°:ri ) . rte.= y xe• a..we or ark ranleim. 709417. tfe trairia 5/03711 to raw n e. M rfw.3 Barloan w erne awwll.lm Twlae am Be '''''' 0'' A *I1'ma'SVoVMIaIeCerlic P'oeM'avia�r far.kaea�, Me Wad arloae' TCP MIA. k �. • A • isi • .0 -x L l 4L w x a,• m 1:1..T.,,,. , z le• c9, 5-IZ V V 24{ x X44 00. mte 441 ♦ PASS • CARE 2/ aDpeeomle $$ g ,.� Q ; .. + �" •. XX DG NOT PASS _z.• ROAD AHEADISoRK i 24 3%t Q4• 444 x51 . 161 ]© We not. 2r wp'o.mOvRE SIA PASS WIIX ' 1 4 8 A. k + x y g • XA XX •l''';1'24. DO NOT PASS ae ii: x ..gee • '262) pavaaar TAW shall ....lief 1994-.010-1107.3 '' ese.nor dratlm..lfere Vol. Io dlreeled over d y6110 00.115/. .,,..Ins a.i0e .nl. Dara. ta¢.m,rxrlc 05/,10 0.040 en 5• i woe. a. 35 . f„ 019490 and for Imps. ie Int:,'ae ,er�1. e 0 t.11101°191`ad1ro r'a`kirc5,¢rat ftw ant ..4Ok law. T59822 Dep]/H95 Tr4 pYlaflM2 Trerfb Own. OAT eefe�l"I..«F'1eA )047 tor rreOulofr l a i a t.•°.1.':', es 511:5 sez2 11110 AI4° TRAFFIC CONTROL PLAN TRAFFIC SHIFTS ON TWO-LANE ROADS TCP(2-3)-12 1°"' o0- 2 END 2 •I ROADWORK ^A ROAD WORK END II�--�"• s.. rpt a +a xz,•IROAD WORN! AHEAD r+zo fa TCP 2-3a) % 9' 2 -LANE ROADWAY WITH PAVED SHOULDERS S"'nal'II ONE LANE CLOSED TCP (2-35) 2 -LANE ROADWAY WITH PAVED SHOULDERS ONE LANE CLOSED.. Inc. 6>'47 "�++3 jalay "T INADEQUATE FIELD OF VIEW ADEQUATE FIELD OF VIEW IN SE AglsatEND ROAD WORK x4 END ROADWORK eB' z 2a• LEGEND Type 9 8.2010 a 0.401121. Devlees COD He044 54.3. 7.0141. Gm 1»d.w*9170° 6 viau.r ¢nan�a emlre Boa. 1NJ u.:wro silo 2102/7512 941 Yraf,10 Flow flap Flagger P , -. ono, . r .,,.: ..,. .ter. 120' 2.170® vy vet..01. veAA 010' ® r 60 1 IS 0 0 16�'- ° 21 265' 295• 45' 5228• 5' 40' SW 160' 240' 55• 45 50 5 60 65 705 L " 500. 550.1610• 45' 50' 90' 100' 4510' 00 195' 240' 5 0' 6805' '1720' 660' S5' 55' to' 20' 500' 700' 95' 350' 715'1780' 125' 40' 55' .0' I 0' 00' 60000' 410' 900' 75' 9' 150' 9 5<0 010* peer Iand; 0,959 2engtTape 120 .100 of Offeet./ a.r.d 0021111. TYPICAL USAGE DPW TOP 40 I GENERAL NOTES 00iwrzanansd tve.1r. e e tt a. a6 Pt w t. 9705 Aet0 . a wawa from 0.5/.09 rdN le 54 550..159.0anon0.57950172( 4In i5/plow lO10 iro rolMmpla.ora, apno.ee e701Zel 2t(100r. war ie 94.15/01. rtxn Iuee� } Ce foo 7941 111,9!1 rma( p' al.. is emfr ten wo11.»laa� .5/n w.. 015/9 .lPa 014 9,f 0.0. tro 019!900 Iwae .w a O.a.n m .ro 1121 fwo 709x0 Mm m a 2x16-SrP .avlwnal 5. Vrno0.2.11.1ole 910 9 194 019419 44 ueea ...If an 65 (.1,10*59 a 9 1909 aea2ly 9470.0.9 theppak2...or Zitof of meorcA If.1".r ere no 19207 Wert Wt road Or In In plea, pa. 3 9494 0132.81144 11pfMiw¢aayaeWllNfea dor tro A A.11.11 00. PP.IcIce with NW ow be oaltle. In 0941/19400 1 3 on r. Wolaer or en' •lar a k t.d TCP 12-40) oaexace0, mom at . 011... en In .-Ter If OP le for .11l0 u...00121. 9949415/ .Nall be lro arae 0100 lIP/ to the TCP 02244b)I.a t5/ wrolra .9457, f daafte.S MIM'uarreitee *.5•.5/ 7000731227eny21d16. 501200.3 m 70057¢ m01.19115' 11129.0 9410. d'e 33 9,n .r .1er1r� ab ra taNaa e9otlaa� N 01.`979 er 5/,7110 "1179 r°2Cp20rxin an. rm� tlmm�IO�walm 1. 1505/9 r9 END ROADWORK TCP (2-40) ONE LANE CLOSED TOP (2-45) TWO LANES CLOSED 7*Texas (*partneri! of Transportation Cp.-mw 0.100, TRAFFIC CONTROL PLAN LANE CLOSURES ON MULTILANE CONVENTIONAL ROADS TCP(2-4)-12 U 459,01.103 00 0 ac 0 414 (Eno ROAD NORA 708' x 24• 414 END ROADWORK I kak .9429,5;; FT I 0316X5: TCP (2-50) ONE LANE CLOSED 5411IO6ea* 0? 60905y,1 TCP (2-5b) TWO LANES CLOSED LEGEND ® Type 5 80014. • • 0.0.1217 054105. 2.170® vy vet..01. veAA fuel ® ,aenlr,,.IwrL Baal O 1. ow Trattlp FIS Q las 00 Flapper Posted Farrui Swmer. .120 Wol owe /x/fx ITrf 30 35 180' 120' 205' 215' 160' 265• 240' 95 55 65 70 75 L WS 495' 195' 50' 100' 240' 550' 605' 295' 600' 120' 650' 715' 780' 410' 700' 415' 750' 625' 150' 510' • Con see Only '00. havo L•Lenoth of To. IFil2fn 111210. Offset.) Wool. So.017251 TYPICAL USAGE 1,01311.5 :MI TEM GENERAL NOTES iii iprnoaltatla,Irtooi 905190 11lw.atW w 05941.0, 0949 mcaa .I5/ t5/ ,11491.4 el 9 9 Baa en a Moro 192 Vim' fCpirwm. 3. iro 0-(w Yo1f.1e .I5/ arofu v�1� �2Me py�Im Ir am ro 994 w ve 1'.103 eMreely affeaimlfro � se= a asl ItY or fro 059705. ro aper 9.003. en 7019 10 .9k .5/111949 Ic eadrol fa 70051 to 2190. ,yro ) ForiaW a eNef • It• lI5n»v 141 x..er',;.= famaSmm.05031010.p,vA a d aka . In as pored 07792 roM . We oloorn I• Ione,d. taro t'Is ata i 1. 11ak .lm t 05/.10 be 100 feet ' 90.01.2,5112y2 lataborne vi Mrdlmnel luno.1.6 eaoeee m m 7107. TCP 12-50) U:4'1,111= err ITV= •Lor Lem. 91521• ems Mala. .`17.1;%I; 1191.9 m r5/ • 9Tmrd. m. e0 900 rno 949415/ of o .15/ ire torrao w.r. pl in m. 11aoT lad ova ms as or .5/07215/ TOP 12-551 7. tanllatlnp 59493,7 nrklm5 .fall be rax,xd r9' look.. orotate. Tams Avartment TTORnprYONM Opx-aW4 am. TRAFFIC CONTROL PLAN LONG TERM LANE CLOSURES MULTILANE CONVENTIONAL RDS. TCP(2-5)-12 3.03 C CONSULTANT'S JOB NO. 120472 0 0 22 0 0 O Department of Engineering Services CC z 0 -J O z O V ) U _ LL U - a REVISION NO SHEET 33 of124 RECORD DRAWING NO. STR 869 CITY PROJECT# E12090 CONSULTANT'S JOB NO. 120472 DESCRIPTION m REVISION NO. DESCRIPTION E Ali C 0 U Department of Engineering Services m Z I' J 0 0 H ~ Z 0 O pc) U L.. < EL U H SHEET 34 of124 RECORD DRAWING NO. STR 869 CITY PROJECT# E12090 LEGEND y vaaleer X VEHICLE m WORK a LEGEND moll vvatole Troll realm• AMOR BOARD DISPLAY limo... Vmtole • Immo ert+D, CONVOY CONVOY, srom. t01p ASFY,v Moues DISPLAY vealmrXYEHICLE WORKas stem. rmtoleg6 mil Itrrot _ — — • crznly sr KSLw» °t Fw a w vmtole� IMotlorel :hen en'ee.'e a i'f°oeee CONVOY " CONVOY ter .erx vm o1e lg] RI`ir Olree.lmel t—�11111yd�- L']I15 111:1/1105Cd Nh Vele. D,ra+lo,al LEST C.1.41.1 liti ri �' i ,, my •e W«h sestet. Lf NMI! W. » as »»a mvo..6 snx,.a«• ® =Vow �+ ix• r s6• x ® fiid`.mef *,..L, I. Arrow IEe II XVEHICLEII a Trorn°Flow I� olewta «. asses. F1om1 �a'IIIIRwwa Traffic Flu Q o1Dem0 >'i°rvA°mr"`°nom Fi'EE Em••AOC.. I o*D4 Isom+ +6 CONVOY I]8p f ':SII :SII rr ,� TYPICAL Db °-E Sao Nu See mfe 6 sea TCP (3-3c) ���\\ TYPICAL _ K sxoer vaR a ArE L nD + ...L .,Ruta Mr= sr'Hlr`s:+iga. n•sl 11.4E II n %VEHICLE CONVOY L Lma rzw 1Aml + E pp'�"tasu 'est zi.ri•'muv sr.naum g'^ �65 = TWO LANE HIGHWAY WITH PAVED SHOULDERS (WORK ON TRAVEL LANE) TRAIL/SHADOW VEHICLE A GENERAL NOTES / g til k` i IXof I !'r'e 1n°mo. renmle A sea . r•. ease a _ - ��:\\� GENERAL NOTES s E -°tee - ' Flom ,q �amOEc�tl a +WIL„�x�DMr ma o L[AD°�vsi� I:ell m+�ee�l+n «rm+om-mem I °«oe 0 ° EE! Izo•2m• Ap°rm. i o• -zea• Aopox. "*.or I TRAIL. EWDDII, wq LEAD vanl°lac moll m oalpma Win «ru scores e. - Y E : -i- ro+e see note , TRAIL/SHADOW VEHICLE A . FMn a LE•D vmlele Is m+ WOO fM WOK vehicle Duel m er,io M m soros Cart TM Erovwr ail II mmrmlm If he LEAD VEHICLE u� D e B m MIe1e sera imlm.=..;77...,1g1'...,° °mow oe: M. WM. BoerO a Il — m — � MOM.+tea.° t t e TRAIL M.. «a replan Mel m l� I�m..°' n Imr. mo Int °a:i°"°«r': rae:lliyne 8.a $.E TCP (3-t 0) UNDIVIDED MULTILANE ROADWAY n ,11Cx�r1 (=V aI Iro Ar,w m«a .o a ro TRAIL VEHICLE ere reylrm mese m «em111ro rmavy evei+l«a, 'ane RAVE .foe erofmm Dome ce o°n°, : meat mm tnrom fr rmalro. Destro, III«Im, «, Im+.r-6� ' • — XYEHICLE CONVOY °R WORK CONVOY 2. P f.W.11 a. i t:r.44 nee o tat s• r erieie%a la)irc'.rx',°oieroxoi a llearef'ea' « 'memo°"'rY°'�n -'"i. •°°nr rr I y( S Y B 5-,e. SS E x vmi° ,m sea Nef sea rmle°e6 ere rewtrea. Blue WON In+elui+y roteleM, flamrro. 060111efim « Ifmmfm alterRool«p or etrat of the lcle rM m m✓a+e° sl me of S. a Irm.mh the SHADOW VEHICLE and TRAIL VEHICLE .a•N em -- w a♦ waF I m ADam. I I I I MI -I Doi rOTXT• ° !6. e11°.amne 1. r" S. 'tM a ttW) m +m llN00l VEHICLE. ADVANCE UMW r ° fwgr« d, fu r< I e- Dart FurAExrY. PH Coolor CErrmw' I m+ivllr Y[Ciriuiiw ° ih gy�6 S.em•• 9 See sre ro B w1. mfe 6 TCP (3-3b) Wy� MO cnda1° e rewire..wof 5. Color r�r.ereSE°~1°p•:°ea,n°iimrnp°ea °«coil ne°foen0°freil:tl r�almi°,,.ela +m ' BS.Ig TWO LANE HIGHWAY WITHOUT PAVED SHOULDERS II• VEHICLE II °. "°"oa,`.'e, I m o am,.., ,m cmmll I+y. !m O.,.AO'r' 3'r«re fm rR•a r[xtnE uwl° mage IoeL ,g1 Tr°tl/Sho°°F V.. ie 0 seer .tea �, Fprm• s.. rote 6 < wl�too . Rer1 ameetro m fm rear er fm TW mal. mo. «armor re.lmelvl,r a,e mulre2n+e °I CEPWiLFA1LAt W,ERIIL 6PFCtF[4r[M p6 6smr lyes A. 6 t. (WORK ON TRAVEL LANE) CONVOY ao,.roy. �ea1 is°e' VEHICLE ells v« L. VI +m 1R•IL v[ fM ...1mr e.' ° i 'r,.;«I1mm oe 5. ==',I.:::. -..r.=1.','„:"..1.: -.7,r om o Im fm vnlcle. hi 666- 5 sN eo am 1500'• ep«<x. IEo��m' ___ // \\� .xAOOF woe a�mtl 1.,, i r:, ronrtarimeI w lee a mlw Amo +ne MN. R41L YEx{tLF n I eSYm MN. 6 • _ _A a X1117 _ •WR[ "• _ _ 3} - • !!!i • 6. Goal wntale emll Me +vo-toy retia mnrr,lcofim mes<111fY. 1 v m„55 m, Icon. w'• TRAIL VEHICLE °Hula menae a Ilref f° Iv •9E yA Cl Mloa See rote a fee ro+a B A Sm mfe 6 • TRAIL/SHADOW VEHICLE B V6 m�MRo r 6 IMILKx1eLFilp ea aoml�m m+°ee. fns Fwt x I exNloef m° �•0 rcin`Li i0all Or ein. D'f°°' a,p Fe•m.eee Oh LOMvyNr YMl-lec fXRK Civ 1C i 0ot1L2 6. TRAIL ES TINKLES m Ywn. K.0. E.-. s Ri ? mNla�� -„� ► r :C"IIIo»=IIIRaa aa» shadow the DSM eanaYervMi'0°i lea. e Crowder Snmlbr l 1 ° r rn In°"C.i'n°PmrrLbmeeBOfr IE cod Mt- Y Mmz, el EHHIIC ° mounero'ema MIME clew. mod. VEHT'tt'E'AIVi'Or tllt b 5m mfe 9 Ism•. Aman. Iso•am• rtes l/shom:1°vml<1a I 6. �mlo le tom. mosso. IM TRAIL VEHICLE a� tM EXAMS VEHICLE •1 11 pemt� m °ty,f slaters° TRAIL VEHICLE f«iaf° MS VEHICLE 1r° �hrcanvee m1e .m f Mtt vFHIxLE to +Im m elm ere., aw« a.mee .,. m • F-• 'YE •7.ICIIr 5� hove TM .+mole E CONem he shall ref hove TMi ii`o a cei a v'E-i1mhelesLE e m 'RZ:El E ID ' '° see rote 6 Aman: v Soma WORK ON SHOULDER WORK ON TRAVEL LANE TCP t3-1 b) TWO-WAY ROADWAY WITH PAVED SHOULDERS nay Comm. NM EMIL VEHICLE. Vmtale mmiro Com. TM ACM VEHICLE ere P.M VEHICLE Cm MION ,mo1ro tom. FCA1 VEHICLE m° LEAD VEHICLE may woo ...Ming ro +erraln. r«H cntvtfy and oflw resters. O.NRK CCM1YOY• IMI -Emil FI m moon. A. mf 1 M sloop aO elDed used TRAIL CONI4rF3MTS.. IOTIa VEHICLES•VEHICLE •NRI. COVrountMl-tOrl « VEXI LE MM. T IMTEHICLE ,ml m u 11 Mere oheonu ,'a1.1,I1e stOMMeso venin. The VEHICLE CONVOY alert de few n TM ym.ey ..melee m..lerea m. the almm IR the p.m moroaftm 1 K VEHICLE BMW eta, .11 mf uvea m EMMA VEHICLE o r 1111 "I J IE% iv°°nco cm VEHICLEICLE . Irecfidy a» 'olhlieT- iCIEo-m1R1, EFHif°p�A - — , — — . _ _ aw — _ — aaw S6 rill' ase m,. lel'n•—:41,-?-1-1. Imo• I r�iJi. PICx L".wF Ci05E0 LFcr pAx goys !e°m,1a m mod m TM Adm. Feral v«ritel an emim, to 1e'ameeemla maeom ales li e m �nws, rtes o nrnlmm uvea,°;•:" See Troa1,1°/m5N•Dm VOWe A `kwiur Sneuleer II�III Voh emeva"0�'aeeMal m e,m+tfWm ry froze elm.. M avar°m)o serw+i/ni er °Im r afim to eln l.I+Y °r me r1°F1ne «rw eo«tl easy m e`9 az/ LEnuunE CLOSED - uma Isartoed ol . + me le ave, M I.A Veil De C1 1oyeee m thearra.' 'OOQC m 1MIe1eA°•v a famiro 11 o TRAIL VNICLE to TCP (3-3c1 DIVIDED MULTILANE HIGHWAY /, `\� I MM. °mow VMIo1s. In sem ° _ , nm 'i•ser ° 0 .krona emamr'.'ereerello a co oro OWLS a lea e1 m rcia-s,. as Amy. u°.11.11.1. Yale*B°tae� s�arIL .e-wr rooe.Orer ' sm«ieaialeywx o ere ashIll n°i1i'fe'''m Ireeo+erle°±s 1'FWn 're; al Ie. +o PASS- 1110.11 elan umla m Dlama m+M mq, of the ADVANCE WARNING 1,111!•'°'b,''ox•Ymrnina° 'lore toy,fr'�Amah.:,�sa°Y1111levi,elMMlmr rtes. mm•, w +so• rooame, fro +Im .lwttmeere mmla wu ew tieleB rifx 01111 . X VEHICLE CONVOY WORK CONVOY ruruo.mff aram°el°YOny1M1°.e. VEHICLE .a Le�tl- 'WV; o A o o•ss as meal. m .lace° m m. tmWV; rwowm+>o+asnme.onise+gym. Ia+. '''' <II 271 -Ar all T ear A,ro. F ro • m «w a'.i» re 'omol000,arrionso.+=e°n — CI(It —'.�u. R.a AM*. a'.m 'ii�u.. . w. w 'S� .,If w ,n. CONTROL PLAN - ;^mn,glale Aa.m. 11w. -o°. • I I3p0 II X VEHICLE FF caxvoY `wETRAFFlC e �\_ V CONTROL PLAN• MOBILE OPERATIONS EL°F«rere�' ]Ih �{�50• ` ' '�' — — — a•• s»rr°�/v.elal.B `,kTRAFFIC ^\ MOBILE OPERATIONS RAISED PAVEMENT «.«aero SIN nOt• mroa a •res %/���� UNDIVIDED NIORWAYS ro 1m tl MARKER INSTALLATION TCP C3-3)-131+ TCP 13 -Iter vr� I TCP t3 1)-13 I s •.�«o. I °•oma I ..r « . •.' •ea,.� TRAIL/SHADOW VEHICLE B .1Dlxm,Wl w a,a s la•+cath... lm,es, m,. .+ ..am. "I notnote tAN1 STRIPING FOR THA ,„ TWO-WAY ROADWAY WITHOUT PAVED SHOULDERS 1ar,,,,Lrod1o,,, STRIPING FOR TMA poral ,w in r•, W- UNDIVIDED MULTILANE HIGHWAY 1 ae ,,, .a,e CONSULTANT'S JOB NO. 120472 DESCRIPTION m REVISION NO. DESCRIPTION E Ali C 0 U Department of Engineering Services m Z I' J 0 0 H ~ Z 0 O pc) U L.. < EL U H SHEET 34 of124 RECORD DRAWING NO. STR 869 CITY PROJECT# E12090 UNEVENPDEFAORIMI LANES M rlK ,see TM!. t I IDEPARTMENTAL I I O'//�///�/�, MATERIAL SPECIFICATIONS D PArD.31311,ENT.31.31311,t NY E DMS-0240 IROtlVABLELPREFAMICATCO PAW... MWKIALS 045.13241 SICK FACE WIERIALE DMS -8300 COLOR VBAUN 6111100111742 MAT®DAL MANDE &POGRO ID TYPE Srs OR 'WE C Sx M,. &Aa EEEpiBapERS ACRYLIC MOX-IEFLEC'[vE PECTINS UNEVEN I-Hw I LANES A 4 rroZeler:Rime Ilalft.fv It Tml. l UNEVEN LANES M,I GENERAL ROTES t. If molLwro+n mra"1mv�Rlpi .r. BI1 *La m told Dee °LowxO In In wawa of ene t. ma11 l r Morymtm earmile.`SIwiMEA aIq IMA Or im a m0 .3. .. C�aa1e`N` NExT LT YIL[I IGM•igP) Awl.�sP.q lmD. B. ro GEMMED LIKE IMnB1 alma ea Ment owe, 1mrNlme a w M. QRIN, Mo.. 7.11 a 1,311. If wawa r yet la motr11motel,.a Ma ma /yea /a . wawa fel IWO, POW, Ni CURER LIME Ho. wry two Plies** tfa maw 1 Ira ear., ore rot 1. plop. lia elw WWI,. WI I rem. In Wool on, penwent ows.t mrDlna ore wO pap of ...Or, r r BC 610100, WD.mlyeiip•eaYvdm vEedw MCNmrC4wMo.11K o. Elan v5u a rw; ,.",1.° s -CacuoN M 1 r`railgm�rltro.r..a.• era. aaur ,Karn T. Swe ere warm Wil mot be wed to .151lete edge II, B. A11e1wwRaowrrNH.moeo 1HSHH, mMop4glSafae,In Iti •sora,,, -g xKgtnw :lova walo. r> r.xw, • Kgt..e al,lan UNEVEN I //�� W / / � /, %�/ /� 4 LANES x <"..°..° .r.'.." male+e Ur.sal Ix xera UNEVEN LANES M51 TWO LANE CONVENTIONAL ROAD FOUR LANE CONVENTIONAL ROAD MALE NO DENTEfl LINE MIR � T ,(t �/ Roe Opal!!. Earn Height 103 M Wr Ino SaTOH Y%• (ftzlnriptm'Iro. •yplmrevrtm SIM MA, 7J£D 7 /, D•D•.oya, rm.. a 1l le,ela rre:;�pgXaalea l�ar�;o )aea m:r.. WM,. Ogee. I ° o Lep .rm r pwl re 3 VHS CIM -11 /%=,,,,,,,,,m.N /./(//:/ Arm mlplm Cmtr i."7=lm. �I eaMoto p D We MOWS Roy J,lnt De a n ewe daaM r Deanf,.ffle van .0. lrus at 3. K......L Nrcwe m`, 5,°r la WOW Immo e . we UNEVEN M 11 LANES y UNEVEN I /� /� `L' hJe LANES a. x• d .Tao �. UNEVEN LANE M It ND I I ILINE CENTER LINE x --''-' 1 I e. ne ..r ND GRA ENE M g EREFFIC pRIMO RAMING. �' Ar''''''''''''''''''''''''''''''''''' MC IBL Oy[gN END NY0.1NC OPERA? MS ARE SON EESErERS IN ENE RAMS. SIGNING FOR KNOWN WARNING PION SIZE UNEVEN LANES CarvmMiaol roma Or A Or FreenonVopct.303• Dly1006..me 48' x 413' WZ fUL1.13 Ara(, �`" a�:1j `"°>ap11-1 .......'•°4 I DIVIDED ROADWAY TWO LANE CONVENTIONAL ROAD f1AD , •„• Imb aci 1,i 11b 111 1 �Fd ibl`I SAPI Sih NOTES; . Lagrn of HUMS Olre Fenn. MI I I a ,HAIfled ele°.nre ,n to Ham ro Ammon 1e 3n era/nor Reera/norera/nor mw nu. 11 noun n6 mOn ortrlrm Inomount eeaiae et tegaaV Degree 'raffle Immplybrw1,11.aooratalo.Era.,mrle- iw.111 woven a my me molt, o. Pw INIpm til R rIrS OVI Ipr rggra Vro Iro mlfrnrm W4erlel 4. of 2' pas -BIO. Inco PoO p,r1010. :eypme r D0 eel lnn mole. l as. of c 'Was by Moll Mr cr1 t One lae`e`a.aeeapelms of 110 wasp Mol aaromareOo 5,p lm a nen Wrier M SO re met rammer, emen wmod eld, elWs ore 1401. 3.7, MIDO+M.101ncaaver.."10 4. Payulnf 10N/1.6 OHIO. HI I I O mar .tol..loa SC40101 SMel rlarim r clae war, ter Heel tort BOW -Ir.• S 1x1 oda.. IY Inramn m sae types et ImatIw Ione °Ire Pe a elven.Ieavn. !n mo`r`e p1nov Mea.imlro w OIn env.. vv. BARRIER DELINEATION WITH MODULAR GLARE SCREENS LEGEND Type 8 Brrlcaa Can. lzt. Devlae /iggra Bed. Cenlartlere Z71,5:M,rmnrtA-'-e a 1111- o ---o -1-o -; 1T S S S It El S Ce� dD SIN 414: VERTICAL PANELS S OPPOSING TRAFFIC LANE DIVIDERS (OTLD) SEPARATING TWO-WAY TRAFFIC ON NORMALLY DIVIDED HIGHWAYS NOTES, I. AHI n Ian m w of a far, lay elm nlSFO. mooelm troa.�rwla glow eDe...Delr., Intended Po ebo MO , moll ,°., et °1 ee~:%1� /My ore InedMme'ir rte pogo.,WIlmacn x e Is. Di a eee,le ptv.in Ru glow o types a room a poi loot laµ teas pH. S05, M1H0 mOadlro to w lame* Spriro eves. an S. .les S.41.3 emn m BCI, IW a+ ...aeon IO . 3. e tiii a `H1 a s in to Ibp::p n«m°eap�SHS eprAA or� red.. mevHHSH m lamas tirm Al OGLD Wald e . ro nor..,. r reed ' 1n°mem (wrRlr YP m'pa 5515 W1wln"M ra.p : . 1n',1WppiHQ SII m.11l R r.m1rN In tar 05 IIHV+,i, DEPARTMENTAL MATERIAL SPECIFICATIONS SIGN FACE MATERIALS DELINEATORS AND OBJECT MARKERS 10001M. MARE SCREENS PPR HEADLIGHT BARRIER DMS•BBID f . r.,.f,fmte Mol l a w.5, A 5,R SAHNSH Mo lmPt 4x'2 T le Canrei Mice. LlA• Oavl� „orae-pw1t11m� �e am enlr arm mo myroe Ir-YNAm.'1<,/.CoMfoLtanauA'Natbmpwrvuannan AmO, aRpppm PAW TRAFFIC CONTROL PLAN TYPICAL DETAILS VIZ MTD) -13 014, Im,c.III! a WORK ZONE SHORT TERM PAVEMENT MARKINGS DETAILS WORK ZONE SHORT TERM PAVEMENT MARKINGS PATTERNS SOLID LINES DOUBLE NO -PASSING LINE TABS TOPE 4 fo tH•T,- 00,.13. -4 2011w 4.3'161-1 4 to1211; 2 T.LA 20'16. -B' D7,roe 0-E 1O I I I SINGLE NO -PASSING LINE - nM.A11&Ilw LINE TAPE r A• ,e• , P/Tyw r -E O a BROKEN LINES lid CFNiBLIXFI� TABS TAPE 4roe ■ Sir VU• PPB WIDE DOTTED SHAH LINES PPM LAME CRP LINES/ TAPE 1.--1•••••-.1 014. . I B e•ee• I ,rTya W O I O DT Al E pp!'/ •1E•A33-.IU 3,133 WIDE GORE MARKINGS TAPS SOW --4 rTyla I I1N•rI' NOIESI Sn3tm tom .ep.f nal... ray be refcerlcat. vxirotalc, e tarr M t femora, flele- In roadway *Mar ted. mNea otter..appl/tee elOWere In °I.4. Am.lnm Moll M ry .w leas eypl.1 ppralmM lala�. in .ION�w mtmt .a acv Or• `O4vip. r.Weppey`emlfatrr0. M O mm a 1y1 IIYtN Ip roved. ralpnw r mem H fwd •111 rem re norm, mlrma,a « neon Mood m ria W m APT Fn 1 , feu.My. Who oManas we. Itlanl ,Into we rpto:wa o1 OH1°ae%ne`a1C Into 3 B. NH 55err o5roapy TOpO`i•. r51r5nTH WWII reales .l«5,, Irerlr�o lma,.ra HHASIma rr o MHA r.ar Porament "ye r `. Mm «M Cmermir to F:°Dmelele rr wt.... T atm«II mW1, no ee1e.P"g6nerat roadway Moll remotes .Itrout arra mor a,55 mxinm fora pselm g.rerr .117. 14 oten.r M Lallettm,ltr ca. ,lase DWI, plows, Ferment pawn vMlms Anil ,ea .e SIt m.m IZTI er..alw.5t. mv.11ep 1H porn/YNruMM MeT?C Oona 55AMoceletfn HH,IF. HM Ovum Mol H II'mmrohaf efCmtr to Mnvtaz' RDiml M oro l.lm,e fea IIm15e ,I m p,eelro mae forme, It wleOr Jaye. Iemren} �pwldrlmmPlr000I1SS CANS poOOLwLyy 2, errnY`DgilMowrr. Op'Mf PASS 5`eyq PB HIwp Y =11.1:',1.7.5°"""" A.m pro.PA B. Ir axle �vi M 5 IwSMHAA1Nrix`Im`i.n l:peaiglereuxiroeN :.p1°s. copap, rte Di `5.M If HOGS HAizim ed. . in 51 1 1. re not e�l po OM pROAM,.TEMPORARY FLEKIBLE. REFLECTIVE ROAMARKER TABS (TAM wflrlee r3= wIowpe? IHM HA .,Nle amt .SSHHa.O.1: »feta WOT!, mAA 13. 10r* a,* or AI loor WIWI. MIIMea F. ;a le ay a tamp BD N H. ,f *MMI IMr1Sl SHH.Irlwtlm 0.5.6242.T. qn Ill, 're:pDeh B' II:'iw'O.m MSG ?r, RI niC1 . u1 uefslyrq°Ylrigtal'wml: rYe1r•Bc1. M rvaY.aN° prtav ilrrf°mr. a Ne Jove per MOB feat of Ila poll O Piping r roll +o we me Ms. DO NOT PASS DD NOT 1 PASS ' r 115, MHN; 1 1 1In 1 T R Irl f PAIS TAM le PASS Tps MIN WIEN CARE CARE rt4- CENTER LINE & NO -PASSING ZONE BARRIER LINES FOR TWO LANE TWO-WAY HIGHWAYS Typo I ell HI I II, III II r11 IH fl fl _ _fl CP .> fl_ /e11TeT �II, III ✓1HSHA R �110U MIN r E E E E I 1, 1 Cb li rt e :. �.me Pott e- Ord 10. . air. Llan Care NIro TAPS TAR LANE LINES FOR DIVIDED HIGHWAY fl les I `I� III I 5b ' Anlea�•� _ a 111 nes, in III MN m III .11w �: I T: : I I I N ::: J: I I I m ^ II5I TYIN I / D1 DI Mol I m les TAM TABS LANE & CENTER LINES FOR WLTILANE UNDIVIDED HIGHWAYS *win r fl TAPE I ',111 i11 Ile ita I 1 W1IIIlit1,1111 131 Ili In °; Tr.; I.r $1113111111171%. M I I I I I $3 11,3„, .M1 III PI 1n u. res TWO-WAY LEFT TURN LANE P,..npn 0 X= Ter , k Yr Ing ITH.I If ..e ancon .rx r. re eed 1e a Ian+ FLAMABLe Oder woo mor ro mp0xirg» PIO e'pin a. 100.'1i.Oilers on easter rermal of rOlted Cake,' OOP *CPA Dperlove eTrnpamwn PREFABRICATED PAVEMENT MARKINGS 1. ampry Normoblo tnerlaredlvPave., MO-Mlrov Mo Aa I nee. t Irma. ltrn EMS -8340 remlrem, at .6.6241. wal.'n`Pamr 1 NrxII 'a.. • YrAO. oe PE -6243 ?.wmrr°, eaermrlm-Vaa RAISED PAVELENT MARKERS I. Iwaren, i Deed rrm zone pe aw1 meto raylrmvn«e..6 c,MAIED PPArYMENYAR;ERS•MoE316.4200. DEPARTMENTAL MATERIAL SPECIFICATIONS Itl61 1 MATERIAL PRODUCER LISTS DPL) r:= = ° w; o :...n Oma. I,m. e, tont, 3b33NASvw.NINtga?mlRHAmnheS.e_m&31an33lme440AA_SSSSPlaAHm/AHOHAN 11m WORK ZONE SHORT TERM PAVEMENT MARKINGS WZ(STPM)-13 Fro. ashaliwn Memo ASAI Ifo 01 IHH Aro,I_Irmnt am, I - CONSULTANT'S JOB NO. 120472 DESCRIPTION m Lu REVISION NO. DESCRIPTION Department of Engineering Services 07 NJ REVISION NO. SHEET 35 of124 RECORD DRAWING NO. STR 869 CITY PROJECT# E12090 WWMH# 11798 STA. 32+65 (7.4' LT) REHAB EXIST. 5'0 BRICK MH WITH 5'0 FIBERGLASS LINER RIM= 25.18 (MPFG) 18"0(E)FL= 6.32 18"0(W) EL= 6.31 8"0(S) EL= 6.62 10"0 KOCH HPPL DEPTH VERIFIED BY HYDRO -EXCAVATION STA. 35+78 (43' LT) TOP OF PIPE EL.=24.65 2- 6"0 AIR UQUIDE HPPL DEPTH VERIFIED BY HYDRO -EXCAVATION STA. 35+79 (43' LT) TOP OF PIPE EL=24.65 2- 6"0 AIR UQUIDE HPPL DEPTH VERIFIED BY HYDRO -EXCAVATION STA. 35+82 (43' LT) TOP OF PIPE EL.=23.96 1- 6"0 KOCH HPPL, 1- 6"0 AIR UQUIDE HPPL DEPTH VERIFIED BY HYDRO -EXCAVATION STA. 35+82 (43' LT) TOP OF PIPE EL=23.92 6"0 KOCH HPPL DEPTH VERIFIED BY HYDRO -EXCAVATION STA. 35+83 (43' LT) TOP OF PIPE EL.=24.26 PROP. PAVEME REPAIR 105 SF (TYPE 2) . R, 6"0 KOCH HPPL DEPTH VERIFIED BY HYDRO -EXCAVATION STA. 35+83 (43' LT) TOP OF PIPE EL.=24.04 10"0 KOCH HPPL DEPTH VERIFIED BY HYDRO -EXCAVATION STA. 35+85 (42' LT) TOP OF PIPE EL.=24.95 /// / / 8"0 KOCH HPPL DEPTH VERIFIED BY HYDRO -EXCAVATION STA. 35+88 (42' LT) TOP OF PIPE EL.=24.57 KOCH FIBER OPTIC DEPTH VERIFIED BY HYDRO -EXCAVATION STA. 35+86 (42' LT) TOP OF PIPE EL=24.57 24 0 .22.0 20.0 1.8.0 h B n 0 PROP. 2'0 PE. GAS LINE REMOVE EXIST. F.H. ASSEMBLY 4k PROP. 1-24"x8" REDUCER n 6"0 VALERO HPPL DEPTH VERIFIED BY HYDRO -EXCAVATION STA. 36+04 (51' LT) TOP OF PIPE EL=17.99 6"0 VALERO HPPL DEPTH VERIFIED BY HYDRO -EXCAVATION STA. 36+05 (51' LT) TOP OF PIPE EL=17.92 6"0 VALERO HPPL DEPTH VERIFIED BY HYDRO-EXCAVATION STA. 36+07 (51' LT) TOP OF PIPE EL.=17.84 3- 6"0 VALERO HPPL DEPTH VERIFIED BY HYDRO -EXCAVATION 910 STA. 36+13 (56' LT) a 0 d AITOP OF PIPE EL.=17.73 Y'�-- '• •„��,/" PROP. 3 2+95P(6 GAS THE 33+0 0 $S 4 /19 STA. 33+63 (29.7' LT) 1-F.H. ASSEMBLY (TYPE 1) STA. 33+90 (30.7' LT, 1-8" GATE VALVE W BOX & COVER PROP. 8"0 x 368' PVC WATER LINE PROP. 435' PIPEBURSTING, EXIST 8" VCP TO 8" HOPE STA. 33+29 (27.0' LT) PROP. 1-8" 45' BEND STA. 33+34 (22.4LT) PROP. 1-8" 45' BEND STA. 33+64 (29.5' LT) BEGIN 5226' RADIUS STA. 33+51 (29.0' LT) PROP. 1-8" 45' BEND STA. 33+43 (22.4' LT) PROP. 1-8" 45' BEND 34+00 2 EXIST. 2'0 x 401' GAS LINE TO BE REMOVED PROP. 2"0 x 428' PE. GAS LINE 6 2 CROW 3GW O © ©O tt0 m 4D 0 © ` (1)o0 0 14 74-011101 wwU�'�f'I a ., f - iii I UIQ. ROW PROP. 3"0 x 362' PVC ELECT, CONDUIT (LIGHT) Ow EXIST. 6"0 x 375' ACP WATER LINE TO BE REMOVED (SEE NOTE 4.) 35+00 IGATION BLVD.. PROP. 2"0 x 85' PE. GAS 83 EXIST. WATER METER TO BE REMOVED EXIST. AT&T PED. TO BE RELOCATED BY OTHERS (AT&T) 2- 6"0 VALERO HPPL DEPTH VERIFIED BY HYDRO -EXCAVATION STA. 36+18 (52' LT) TOP OF PIPE EL=17.53 0 // / /U 7 3- 6"0 VALERO HPPL DEPTH VERIFIED BY HYDRO -EXCAVATION STA. 36+23 (52' LT) TOP OF PIPE EL =17.42 6'0 HPPL DEPTH VERIFIED BY HYDRO -EXCAVATION STA. 36+28 (52' LT) TOP OF PIPE EL=17.28 O •w - ry 2 RO BOC GASES 18 B"0 NuSTAR HPPL DEPTH VERIFIED BY HYDRO -EXCAVATION STA. 36+33 (52' LT) TOP OF PIPE EL.=17.14 STA. 33+41 (40.0' LT) PROP. GROUND BOX (LIGHTING) EXIST 24'0 X 15' DIP WATER LINE TO BE REMOVED c 2 EXIST. 2"0 x 522' GAS LINE TO BE REMOVED PROP. 2"0 x 429' PE. GAS LINE ROW 2 G EXIST. POWER POLE TO BE RELOCATED BY OTHERS WATER & WASTEWATER PLAN AND PROFILE STA. 32+65 TO 37+00 SCALE: HORIZ: 1 "=20' VERT: 1•=2' 1.6 .0 8.0 0.0 WWMM#...11.798 STA. 32+65 (7.4' LT) REHAB EXIST. 5'0' BRICK MH WITH 5'0 FIBERGLASS LINER RIM= 25.18 (MPFG) 18"0(E) E. 6.32 18"0(W) •6.31 8"0(S) EL= 6.62 PROP. 2"0 PE. GAS LINE (LT) (PROP. 1-24"x8" REDUCERI ROW LT ROW �1 RO 36+0 T J 0 S8 STA. 36+47 (34.8' LT) 1-F.H. ASSEMBLY (TYPE 1) STA. 36+04 (34.8' LT) 37 END 5226' RADIUS - Z EXIST. POWER POL TO BE RELOCATED BY OTHERS C'�{J�A m . rz c am_ Dov EXIST. UG CONDUIT TO REMOVED AND REPLACED BY OTHERS (AT&T) PROP. TOP OF CURB (RT) PROP. TOP OF CURB (LT) STA. 33+90 (30.7' LT 1'-8"' CAT£'VALVE W BOX & COVER EXIST. 61.0 ACP. WATER �N .�-�.�..�...�RO1�0'J RT ROW RI ROW OW G NOTES: 1. CONTRACTOR SHALL INSTALL WATER OR WASTEWATER SERVICES, EXTEND OR CONNECT TO EXISTING WATER METER OR CLEANOUTS. EXACT LOCATION OF EACH INDIVIDUAL SERVICE CONNECTION SHALL BE DETERMINED DURING PLACEMENT OF PROPOSED WATER LINE OR WASTEWATER LINE. 2. CONTRACTOR TO RELOCATE WATER METER TO PROPERTY LINE AS PER CITY WATER STANDARDS. 3. PROP GAS LINES & GAS METERS TO BE INSTALLED (RELOCATED) BY THE GAS DEPARTMENT. CONTRACTOR TO BACKFILL PROPOSED GAS LINE. ALL EXISTING GAS LINES ARE TO BE REMOVED BY THE CONTRACTOR. 4. WATER LINES TO BE REMOVED BY THE CONTRACTOR, OR GROUT FILLED AND DONED IN PLACE. i WftT/ Ijacet �lPROP. 2'0 x 428' PE. GAS LINE (LT) STA. 36+47 (34.8' LT) 1-F.H. ASSEMBLY (TYPE 1) L. 1-F.H. ASSEMBLY (TYPE 1) EXIST. 24"0 DIP WATER LINE TO REMAIN IN PLACE REMOVE EXIST. F.H. ASSEMBLY (LT) EXIST. 6"0 x 375' ACP. WATER LINE TO REMOVED L-1 jj CONSULTANT'S JOB NO. 120472 CO 0 PI 0 C, 30.0 28.0 26.0 24.0 22.0 20.0 18.0 16 0 32+00 33+00 WASTEWATER 154 LF OF 14' TO 18' DEPTH 34+00 WASTEWATER 175 LF OF 10' TO 14' DEPTH 35+00 36+00 WASTEWATER 140 LF 6' TO 10' DEPTH 37+00 .62 0 his Department of Engineering S CD 1- 0 g co o a. LLJ 00 CL UJ CN LJJ re) RECORD DRAWING NO. STR 869 CITY PROJECT# E1 2090 EXIST. AT&T PED. TO BE RELOCATED BY OTHERS (AT&T) EXIST. POWER POLE TO BE RELOCATED BY OTHERS -00 iii 2" FIBER OPTIC DEPTH VERIFIED BY HYDRO -EXCAVATION STA. 37+76 (35.2' LT) TOP OF F/O EL=31.83 6" WATER LINE DEPTH VERIFIED BY HYDRO -EXCAVATION STA. 37+86 (33.2' LT) TOP OF PIPE EL=32.05 WWMH# 11797 STA. 37+63 (19.9' LT) REHAB EXIST. 4'0 BRICK MH WITH FIBERGLASS LINER RIM= 33.93 (MPPE) 8"4(N&S) T.= 27.33 ROW PROP. 8"0 x 500 PVC WATER UNE ® ROW RO lirifigial& . =.7Ww Row IIS NM e sa EXIST. POWER POLE " TO BE RELOCATED f BY OTHERS 2" FIBER OPTIC DEPTH VERIFIED BY HYDRO -EXCAVATION STA. 38+15 (34.4' LT) TOP OF F/O EL=33.15 REMOVE EXIST. F.H. ASSEMBLY (LT) STA. 38+95 (34.8' LT) PROP. 2"0 x 75' PVC WATER SERVICE LINE STA. 39+05 (34.8' LT1 1-8" GATE VALVE W/BOX & COVER r EXIST. AT&T PED. TO BE RELOCATED BY OTHERS (AT&T) STA. 39+47 (34.8' LT) 1-F.H. ASSEMBLY (TYPE 1) STA. 39+66 (34.8' LT) PROP. 2"8 X 75' PVC WATER SERVICE LINE PROP. 2"0 x 500' PE. GAS UNE STA, 40+35 (34.8' LT) PROP. 2"0 x 75' PVC WATER SERVICE LINE PROP. 3"0 x 500 PVC ELECT. CONDUIT (LIGHT) EXIST. POWER POLE TO BE RELOCATED BY OTHERS PROP. 63' PIPEBURSTING, EXIST 8" VCP TO 8" HOPE 83 PROP. 437' PIPEBURSTING, EXIST 8" VCP TO 8" HDPE 38+00 EXIST. 2"0 x 500' GAS LINE TO BE REMOVED -8-S 0-s - 8 EXIST. AT&T PED. TO BE RELOCATED BY OTHERS (AT&T) -8-S B 9+00 6W STA. 41+73 (34.8' LT) PROP. 2"0 x 77' PVC WATER SERVICE LINE EXIST. U/G CONDUIT TO REMOVED AND REPLACED BY OTHERS (AT&T) 224 R0 NAVIGATIO '! BLVD. 40+00 EXIST. POWER POLE TO BE RELOCATED BY OTHERS EXIST. 2"0 x 500' GAS LINE TO BE REMOVED f EXIST. 6"0 x 500' ACP WATER LINE TO BE REMOVED (SEE NOTE 4.) 41+00 8 8 S EXIST. POWER POLE TO BE RELOCATED BY OTHERS EXIST. POWER POLE TO BE RELOCATED BY OTHERS 8S W 8 2 - 2G �� 2G ROW ROW 71,18 2G - 0 2 G 2 G2G ROW ROW t RO �1 O 2 G ROW RO 2 0 2 -G- ROW RO RO EXIST. U/G CONDUIT TO BE REMOVED AND REPLACED BY OTHERS (AT&T) PROP. 2"0 x 500' PE. GAS LINE EXIST. POWER POLE TO BE RELOCATED BY OTHERS Ya EXIST. POWER POLE TO BE RELOCATED BY OTHERS RELOCATE WATER METER & SERVICE LINE (SEE NOTE 1.) 2G RO 3G EXIST. AT&T PED. TO BE RELOCATED BY OTHERS (AT&T) RELOCATE WATER METER & SERVICE UNE (SEE NOTE 1.) EXIST. U/G CONDUIT TO BE REMOVED AND REPLACED BY OTHERS (AT&T) WATER & WASTEWATER PLAN AND PROFILE STA. 37+00 TO 42+00 SCALE: HORIZ: 1"=20' VERT: 1"=2' SEE MISCELLANEOUS DETAILS UTILITIES SHEET 50 40.0 EXIST 38.0 36.0 34.0 32.0 30.0 O O WWMH# 11797 STA. 37+63 (19.9' LT) REHAB EXIST. 4'0 BRICK MH WITH FIBERGLASS LINER RIM="- 33:93' - (MPPE)" 8"0(N&S) I(= 27.33 ROW 02 W ♦- �� W W zlRT (r) 28.0 26.0 PROP. 63' PIPEBURSTING, EXIST . 8." .VCP...TO..8"... HDPE ROW It PROP. TOP OF CURB (LT) ROW• col„„ RZ,: ETC- PROP. L STA. 39+05- -(34:8'LT 1-8" GATE VALVE W BOX & COVER EXIST U/G CONDUIT TO BE REMOVED AND REPLACED- BY. OTHERS (AT&T) PROP. TOP OF CURB (RT) REMOVE EXIST. F.H. ASSEMBLY PROP. B"m X 50.P STA. 38+95 (34.8' LT) PROP. 2"0 x 75' PVC WATER SERVICE LINE .�4��4•4444444444444410!�4.4••• •�. reit, •.v"VIV ii+i�i�i1�!'♦�,��0�����•.• .�•�.t4tt STA. 39+66 (34.8' L PROP. 2"0 X 75' PVC WATER SERVICE LINE STA.- 39+47 (34.8'.. LT).. 1-F.H. ASSEMBLY (TYPE 1) PROP. 437'..RIP.E8URSTING. EXIST 8" UCP TO 8" HDPE NIR PROP. 2"0 x 500' PE. GAS LINE (LT) RELOCATE WATER METER & SERVICE UNE (SEE NOTE 1.) ROW NOTES: I I �� 1. CONTRACTOR SHALL INSTALL WATER OR WASTEWATER SERVICES, EXTEND OR CONNECT TO EXISTING WATER METER OR CLEANOUTS. EXACT LOCATION OF EACH INDIVIDUAL SERVICE CONNECTION SHALL BE DETERMINED DURING PLACEMENT OF PROPOSED WATER LINE OR WASTEWATER LINE. 2. CONTRACTOR TO RELOCATE WATER METER TO PROPERTY UNE AS PER CITY WATER STANDARDS. 3. PROP GAS LINES & GAS METERS TO BE INSTALLED (RELOCATED) BY THE GAS DEPARTMENT. CONTRACTOR TO BACKFILL PROPOSED GAS LINE. ALL EXISTING GAS ONES ARE TO BE REMOVED BY THE CONTRACTOR. 4. WATER LINES TO BE REMOVED BY THE CONTRACTOR, OR GROUT FILLED AND ABANDONED IN PLACE. STA. 44:F73 (34.8 LT, PROP. 2"0 x 77' PVC WATER SERVICE LINE CONSULTANT'S JOB NO. 120472 0 40.0 38.0 EXIST. 4,6:: 5Itir ACP WALINs�� •O•i����� TO BE VE54444m4a. .�D��i�..- STA. ;40+35 (34.8' LT).-���•O•i4i4e4i4i4i4i4i1:4�4�'���-- PROP . 2"0 x 75' PVC D•�4�444444••44�4•�"�••- WATER SERVICE LINE .•v4.44444D44,4:4�4��� .•mobi�4�m�a�y�m.4��m!e��..- 36.0 34.0 32.0 30.0 WASTEWATER 500 LF OF 6' TO 10' DEPTH 28.0 26.0 z 2 0 a 00 0 5: LLI Department of Engineering Services n O r 0 O Z0 ZCV EL O I- oc Q N W -J CCL_ W0 37+00 38+00 39+00 40+00 41+00 42+00 0 z 0 SHEET 37of 1 24 RECORD DRAWING NO. STR 869 CITY PROJECT# E12090 STA. 42+38 (34.8' LT) 1-F.H. ASSEMBLY (TYPE ) STA. 42+56 (34.8' LT) PROP. 2"0 x 75' PVC WATER SERVICE LINE WWMH# 11799 STA. 42+66 (20.5' LT) (CONTRACTOR OPTION REHAB EXIST. 4'0 BRICK MH IN/FIBERGLASS LINER OR REMOVE & REPLACE W/4'0 FIBERGLASS MN) RIM= 43.03 (MPPE) 8"0(N&S) EL= 35.39 A8 = 7.39 .WW2 G IMP PROP. 3"0 x 500 PVC ELECT. CONDUIT (LIGHT) EXIST. 2"0 x 500' GAS LINE TO BE REMOVED 0 PROP. 2"0 x 500' PE. GAS LINE STA. 44+54 (34.8' LT) PROP. B"X8" TEE, 2-8" GATE VALVES W/BOX & COVER, 2-8" 45' BENDS, 1-8"x6" REDUCER, 8"0 x 106' PVC WATER LINE 2 38 45 STA. 45+60 (34.8 LT) 1-F.H. ASSEMBLY (TYPE 1) 6 -58S�aS PROP. 66' PIPEBURSTING, EXIST 8" VCP TO 8" HDPE -D0 EXIST WASTEWATER SERVICE LINE TO BE REMOVED (61 LF) /// / N /// 629 T PROP. 8"0 x 434' PVC WASTEWATER LINE (CONTRACTOR OPTION PIPEBURST EXIST 8"0 VCP TO 8"0 HDPE) EXIST. U/G CONDUIT TO REMOVED AND REPLACED BY OTHERS (AT&T) EXIST. AT&T PED. TO BE RELOCATED BY OTHERS (AT&T)I EXIST. POWER POLE TO BE RELOCATED BY OTHERS C 2 G 20 #0 & iao 36 PROP. 8" x 61' PVC WASTEWATER LINE 43+00 IBS PROP WWMW#1 STA. 42+46 (40.5' RT) 4'0 FIBERGLASS RIM= 43.08 (MPFG) SERVICE LINE(W)= MATCH EXIST /// 6 EXIST. POWER POLE TO BE RELOCATED BY OTHERS EXIST AT&T PED. TO BE RELOCATED BY OTHERS (AT&T) /// /// 8 S 44+00 I EXIST. 6"0 x 500' ACP WATER LINE TO BE REMOVED (SEE NOTE 4.) /// -EXIST. AT&T PED. TO BE RELOCATED . BY OTHERS (AT&T).' EXIST. POWER POL TO BE RELOCATED BY OTHERS \ \\ EXIST. 6"0 X 104' ACP WATER LINE TO BE REMOVED (SEE NOTE 4.) co oriMAI 2 G 2.0 O 8"0 EQUISTAR HPPL VERIFIED BY HYDRO -EXCAVATION STA. 44+09 (37.7' LT) TOP OF PIPE EL=30.33 12'0 EQUISTAR HPPL VERIFIED BY HYDRO -EXCAVATION STA. 44+11 (37.7' LT) TOP OF PIPE EL=32.51 46.0 44.0 8'0 EQUISTAR HPPL VERIFIED BY HYDRO -EXCAVATION STA. 44+14 (37.4' LT) TOP OF PIPE EL=32.39 8"0 EQUISTAR HPPL VERIFIED BY HYDRO -EXCAVATION STA. 44+18 (37.4' LT) TOP OF PIPE EL=32.40 c O EXIST. U/G CONDUIT T. REMOVED AND REPLACED BY OTHERS (AT&T) EXIST. POWER POLE TO BE RELOCATED BY OTHERS STA. 42+10 (38' LT) PROP. GROUND BOX (LIGHTING) 2 ROW R EXIST. 2"0 x 500' GAS LINE TO BE REMOVED A.L.S. ANIMAL SHELTER SEE MISCELLANEOUS DETAILS UTILITIES SHEET 50 R 0 W PROP. 2"0 x 500' PE. GAS UNE R0 EXIST. 2"0 GAS LINE TO BE ADJUSTED (BY THE CITY GAS DEPT.) 45+00 NAVIGATION BLVD. 0 4A 2 (8" WATER) PROVIDE 18" CLEARANCE BELOW R.C.P. Fi4 •�•. R`LTT� �FiFZaT I 2 G 00 G �T vP c W a EXIST. AT&T PED. TO BE RELOCATED BY OTHERS (AT&T) EXIST. POWER POLE TO BE RELOCATED BY OTHERS EXIST. 6"0 ACP WATER LINE TO REMAIN IN PLACE 8.935 0`8S 6 .y EXIST. 2"0 x 52' GALV WATER LINE TO BE REMOVED (SEE NOTE 4.) W z xQ 2 G PROP. 6'0 X 34' PVC WASTEWATER SERVICE CONNECTION, W/6"x 4" PVC REDUCER 46+00 EXIST. 2"0 x 40' AS LINE TO BE REMOVED RQ) AA 6 A EXIST. U/G CONDUIT TO\ REMOVED AND REPLACED BY OTHERS (AT&T) STA. 46+60 (34.8 LT) PROP. 8"x8" TEE, 2-8" GATE VALVES W/BOX & COVER, 2-8" 45' BENDS, 1-8"x6" REDUCER, 1-6"x2" REDUCER 8"0 X 40' PVC WATER LINE 1L/ /// :1111,X4- E Za OW G R z 2 O OW G R WATER & WASTEWATER PLAN AND PROFILE STA. 42+00 TO 47+00 SCALE: HORIZ: 1 "=20' VERT: 1 "=2' OW G R -6-S-- PROP. 2"0 x 40' PE. GAS UNE 47 EXIST. POWER POLE - REMOVE EXIST TO BE RELOCATED F.H. ASSEMBLY BY OTHERS (LT) _��n ,.,ti T WWMH# 799 STA. 42+66 (20.5' LT) (CONTRACTOR OPTION REHAB EXIST. 4'0 BRICK MH W FIBERGLASS LINER OR- 'ANNE' 8i" R'EPL'ACE" W/4'0 FIBERGLASS MH) RIM= 43.03 (MPPE) 8"0(N&S) EL= 35.39 8"0(W) (E=37.39 42.0 40.0 38.0 36.0 0 0 + r W Q I ) (n W LLJz LJ Q '" PROP. 8" x 6- 1' PVC WASTWATER. UNE 34.0 32.0 27 ROW RT MOM STA. 42+38 (34.8 LT) 1-F.H. ASSEMBLY (TYPE 1) ROW RI PROP. TOP OF CURB (RT) PROP. TOP OF CURB (LT) ROW -ET R09/..RT.. 6 ROW LT ROW..RT....-..... ROW LT ROW R7 P ROW RT _-(4OW STA. 44+54 (34.8' LT) p . .ROW LT PROP. 8"XB" TEE, 2-8" GATE VALVES W/BOX & COVER, 2-8" ROW LT 45' BENDS, 1-B"x6" REDUCER, 8'D..x..t D6'.. PVQ..WATER.LINE ROW RO STA. 45+60 (34.8 LT) 1-F.H. ASSEMBLY (TYPE 1) STA 42+56 (34.8' LT) PROP. 2"0 x 75' PVC WATER SERVICE LINE EXIST. 6'0 x 500' PROP. 2"0 x 500' ACP WATER LINE PE. GAS LINE (LT) TO REMOVED EXIST. 6"0 x 104' ACP WATER LINE TO REMOVED EXIST. 2"0 GAS UNE TO BE ADJUSTED (BY THE CITY GAS DEPT.) OW RT EXIST c. ROY ROW EXIST. AT&T PED. TO BE RELOCATED BY OTHERS ROW G 20 i NOTES: 1. CONTRACTOR SHALL INSTALL WATER OR WASTEWATER SERVICES, EXTEND OR CONNECT TO EXISTING WATER METER OR CLEANOUTS. EXACT LOCATION OF EACH INDIVIDUAL SERVICE CONNECT ON SHALL BE DETERMINED DURING PLACEMENT OF PROPOSED WATER LINE OR WASTEWATER LINE. 2. CONTRACTOR TO RELOCATE WATER METER TO PROPERTY LINE AS PER CITY WATER STANDARDS. 3. PROP GAS LINES & GAS METERS TO BE INSTALLED (RELOCATED) BY THE GAS DEPARTMENT. CONTRACTOR TO BACKFILL PROPOSED GAS LINE. ALL EXISTING GAS LINES ARE TO BE REMOVED BY THE CONTRACTOR. 4. WATER ONES TO BE REMOVED BY THE CONTRACTOR, OR GROUT FILLED AND ABANDONED IN PLACE. ROW LT ROW RT EXIST. 2"0 x 52' ACP WATER LINE TO -REMOVED- 04° ROW Rt �- ROW1T CONSULTANT'S JOB NO 120472 46.0 44.0 REMOVE EXIST. F.H. ASSEMBLY (LT) „zee�..�� ��tt�S���i°iTi �tOt�tit�_�it tt'�ttttttttttttttt�tttttttttttt�ttDOwttt4ti�iVii. ti �•► or -PROP. 8"0 x 500' PVC WATER LII" .�t.�t�tt♦ ♦111111♦ ♦tttttttt♦ tOttttttOOttt�tt�Ot,OttttttttttOtD�tO�!tA�Di�it!t!t!�t!t 4". ;�ttO�t��t�t0!i2iliti!�....� tl�a..... .v'�t��t�••i'itititititoitiiiii�itt�,i���rt�t�t�t!t!t!t•••.�.�t`�tl��.tr..... STA. 46+60 34.8 L oy' .y4 otyt�totpt4otyatt�ttttty�tttytt�t�t� tttt•��4 te►.N:� PROP. 6"X8° .T��.. fir$.`.. SATE ��iii�!!!!��i��.��t��t-o�o ��4 O'.oa VALVES W/BOX COVER, 2-8" ' PROP. 6 0 X 34' PVC 45' BENDS, 1-8"x6" REDUCER, (8" WATER) PROVIDE 18" - WASTEWATER SERVICE / p 1-6"x2" REDUCER CLEARANCE BELOW R C.P. CONNECTION, / 72"�I �4^ 8"0 X 40' PVC WATER LINE W/6"x 4" PVC REDUCER 1 PROP. 66' PIPEBURSTING, EXIST 8" VCP TO B" HDPE EXIST WASTEWATER SERVICE LINE TO BE REMOVED (61 LF) PROP. "8"0"X "434' PVC WASTEWATER LINE (CONTRACTOR OPTION PIPEBURST EXIST 8"0 VCP TO 8"0 HOPE) EXIST. MARKWEST JAVELINA HPPL T.O.P. EL 35.16± 16" /.24" 42.0 40.0 38.0 36.0 34.0 32.0 LL ca5 G; ce S N 0. Department of Engineering Services •4 - WASTEWATER WASTEWATER 500 LF OF 6' TO 10' DEPTH 42+00 43+00 44+00 45+00 46+00 47+00 z 0 N S SHEET 380f 124 RECORD DRAWING NO. STR 869 CITY PROJECT# El 2090 RELOCATE WATER METER & SERVICE LINE (SEE NOTE 1.) PROP. 8"0 X 92 PVC WASTEWATER LINE (CONTRACTOR OPTION PIPEBURST EXIST 8" VCP TO 8" HDPE) PROP. 3"0 x 475' PVC ELECT. CONDUIT (LIGHT) NZIFF STA. 48+38 (34.8' LT) -F.H. ASSEMBLY (TYPE 1) PROP. 2'0 x 335' PE. GAS UNE EXIST. POWER POLE TO BE RELOCATED BY OTHERS (AEP) EXIST. 2'0 x 340' GAS LINE TO BE REMOVED PROP. B"0 x 375' PVC WATER LINE EXIST. 6"0 x 382' ACP WATER LINE TO BE REMOVED (SEE NOTE 4.) REMOVE EXIST. F.H. ASSEMBLY (LT) 0 pix 2 2 0 ROW : h 2 G STA. 47+03 (39.3 LT) PROP. 4"0 x 81' PE GAS LINE WWMH-#11808 STA. 47+92 (19.0' LT) (CONTRACTOR OPTION REHAB EXIST 4'0 BRICK MH W/FIBERGLASS LINER OR REMOVE & REPLACE W/4'0 FIBERGLASS MH) RIM= 45.89 (MPPE) 8"0(N&S) E= 38.44 (M.E.) 8"0(W) FL= 39.32 (M.E.) OW 2 G 2 G RO 3 G 48+00 68.S - - ss.l 8 2 0 t) ( EXIST. U/G CONDUIT TO REMOVED AND REPLACED BY OTHERS (AT&T) NAVIGATION BLVD. PROP. 8"0 X 65' PVC WASTEWATER LINE (CONTRACTOR OPTION PIPEBURST EXIST 60" VCP TO 8°0 HOPE) EXIST. POWER POLE TO BE RELOCATED BY OTHERS PROP. 8"0 X 176' PVC WASTEWATER LINE (CONTRACTOR OPTION PIPEBURST EXIST 8" VCP TO 8" HDPE) 49+00 EXIST. 2 0 x 348' GAS LINE TO BE REMOVED WWMH-#11806 STA. 49+68 (20.5' LT) (CONTRACTOR OPTION REHAB EXIST 4'0 BRICK MH W/FIBERGLASS LINER OR REMOVE & REPLACE W/4'0 FIBERGLASS MH) RIM= 47.04 (MPPE) L 8"0(N&W) FL= 39.25 (M.E.) C I 0 O F EXIST. 4"0 x 48 CIP WATER LINE TO BE REMOVED (SEE NOTE 4.) f STA. 49+88 (34.8' LT) PROP. 8"x8° TEE, 2-8" GATE VALVES W/BOX & COVER, 2-8" 45' BENDS, 1-8"x4" REDUCER 8"0 x 35' PVC WATER UNE DUKE RELOCATE WATER METER & SERVICE UNE SEE NOTE 1. STA. 50+51 (34.5' LT) PROP. 8"x8" TEE, 2-8" GATE VALVES W/BOX & COVER, 8"0 x 66' PVC WATER LINE CONTROLS INC. 40''' - PROP. 8"0 x 32' • PVC WATER LINE a 3 6 w RELOCATE GAS METER BY CITY GAS DEPT.) '" > PROP. 4"0 x 88' PE. GAS LINE 50+00 PROP. 8"0 X 66' PVC WASTEWATER LINE (CONTRACTOR OPTION PIPEBURST EXIST 8" VCP TO 8" HDPE) igh G 7oNI . r v r z STA. 51+00 (52.5' LT) PROP. 2-8" 45' BENDS, 1-8" GATE VALVE W/BOX & COVER, 1-8"x6" REDUCER 8"0 x 6' VC W: ' LI E PROP. 8'0 x 25 PVC WATER LINE m STA. 50+82 (34.9' LT) S EXIST. 6"0 x 65' PROP. 1-8" 45' BEND ACP WATER LINE TO BE REMOVED (SEE NOTE 4.) EXIST. 4'0 x 72' GAS UNE TO BE REMOVED 51+00 STA. 50+51 (27.5' RT) PROP. 8"x8" TEE, 2-8" GATE VALVE W/BOX & COVER 1-12"x8" REDUCER COVER, 2-12" 45' BENDS 12"0 x 85' PVC WATER LINE 2 W 12 W EXIST. 12"0 x 118' ACP WATER LINE TO BE REMOVED (SEE NOTE 4.) EXIST. POWER POLE TO BE RELOCATED BY OTHERS (AEP) �x lill 1.4 O Aft .>� . AI qv r 2"0 CITY GAS LINE DEPTH VERIFIED BY HYDRO -EXCAVATION STA. 47+01 (36.4' LT) TOP OF PIPE EL=40.71 EXIST. 4'0 x 80' GAS LINE TO BE REMOVED ROW WWMH# 2 STA. 47+90 (45.5' RT) PROP. 4'0 FIBERGLASS MH RIM= 46.41 (MPNG) 8"0(E) TL= 39.67 6'0 (SERVICE CONNECTION) FL= MATCH EXISTING EXIST. POWER POLE TO BE RELOCATED BY OTHERS EXIST. U/G CONDUIT TO REMOVED AND REPLACED BY OTHERS (AT&T) PROP. 2"0 x 341' PE. GAS LINE EXIST. AT&T PED. TO BE RELOCATED BY OTHERS (AT&T) EXIST. LIGHT POLE TO BE RELOCATED BY OTHERS RELOCATE 'A R METER & 2"0 x 40' SERVICE LINE SEE NOTES EXIST. AT&T PED. TO BE RELOCATED BY OTHERS (AT&T) 2"0 AT&T CONDUIT DEPTH VERIFIED BY HYDRO -EXCAVATION STA. 47+01 (35.0' LT) TOP OF CONDUIT EL -41.89 PROP. 2"0 x 34' PE. GAS LINE PROP. 3"0 x 300' PVC ELECT. CONDUIT (LIGHTING) 0 0 ROADWAY INN 0 PROP. 4"0 x 56' P.E. GAS LINE STA. 51+00 (43.4' LT) PROP. GROUND BOX (LIGHTING) 0 VALERO CORNER STORE EXIST. 2"0 x 38' GAS LINE TO BE REMOVED EXIST. 4"0 x 53' GAS LINE TO BE REMOVED 0 0 EXIST. J -BOX TO BE RELOCATED BY OTHERS PROP WATER METER STA 50+28 (42' RT) F' M 5r 2 STA. 50+51 (33.0' RT) PROP. 5-8" 45' BENDS, 1-8" GATE VALVE, W/BOX & COVER, 8"0 x 113' PVC WATER LINE EXIST. POWER POLE TO BE RELOCATED BY OTHERS (AEP) WWMH-#3 STA. 49+68 (45.5' RT) PROP, 4'0 FIBERGLASS MH RIM= 47.28 (MPNG) 8"0(E) E. 39.50 8'0 (SERVICE CONNECTION) Ff= MATCH EXISTING Ir STA. 51+00 (73.0' RT) 1-F.H. ASSEMBLY (TYPE 1) EXIST. 8"0 x 178' ACP WATER UNE TO BE REMOVED LTE NOTE 4.) WATER & WASTEWATER PLAN AND PROFILE STA. 47+00 TO 52+00 SCALE: HORIZ: 1 "=20' VERT: 1 "=2' 46,0 44.0 42.0 40.0 38.0 36.0 PROP. TOP OF CURB (RT) PROP. TOP OF CUR (LT) ROW RT RO ROW LT PROP. 4"0 x 81' PE. GAS LINE EXIST. 4"0 x 80 GAS LINE TO BE REMOVED ROW RT WWMHi-#11808 STA. 47+92 (19.0' LT) (CONTRACTOR OPTION REHAB EXIST 4`0 BRICK MH W/FIBERGLASS LINER OR REMOVE & REPLACE W/4'0: FIBERGLASS MH) RIM= 45.89 (MPPE) 8"113(N&S)..Fi.= 38,44 (M:E:). 8"0(W) FL= 39.32 (M.E.) ROW RT 0 EXIST RT ROW R -047 -LT PROP. 2"0"z'335''' PE. GAS LINE (LT) EXIST. WASTEWATER MH #11806 TO BE REMOVED & 8"0 x 76'; VCP WASTEWATER LINE TO BE REMOVED RT ROW RT =AOW LT PROP. 8"0 X 65' PVC WASTEWATER LINE (CONTRACTOR OPTION PIPEBURST EXIST 60" VCP TO 6"0 HDPE) WWMH-#11806 STA. 49+68" (20.5'' LT) (CONTRACTOR OPTION REHAB EXIST 4'0 BRICK MH W/FIBERGLASS LINER OR REMOVE & REPLACE W/4'0 FIBERGLASS MH) RIM= 47.04 (MPPE) 8"0(N&W) E. 39.25 (M.E.) RO RT ROW RT -WGW ET NO 1. CONTRACTOR SHALL INSTALL WATER OR WASTEWATER SERVICES, EXTEND OR CONNECT TO EXISTING WATER METER OR CLEANOUTS. & EXACT LOCATION OF EACH INDIVIDUAL SERVICE CONNECTION SHALL BE DETERMINED DURING PLACEMENT OF PROPOSED WATER LINE OR WASTEWATER LINE. 2. CONTRACTOR TO RELOCATE WATER METER TO PROPERTY LINE AS PER CITY WATER STANDARDS. 3. PROP GAS LINES & GAS METERS TO BE INSTALLED (RELOCATED) BY THE GAS DEPARTMENT. CONTRACTOR TO BACKFILL PROPOSED GAS LINE. ALL EXISTING GAS LINES ARE TO BE REMOVED BY THE CONTRACTOR. 4. WATER LINES TO BE REMOVED BY THE CONTRACTOR, OR GROUT FILLED AND ABANDONED IN PLACE. 110804 Sf STA. 48+38 (34.8' LT) 1-F.H. ASSEMBLY (TYPE 1) "'-' EMOVED EX ST. 6"0 x 382'..ACP"WA'€ER• LINE.IO_.....,.._..,,.- PROP. 8"0 X 66' PVC ;WASTEWATER TO 8" HDPE LINE (CONTRACTOR OPTION PIPEBURST EXIST 8" VCP PROP.B"0 x 375'PVC '"WATER "UNE EXIST. 4"0 x 48' ACP WATER LINE TO.BE"REMOVED ......'".'.... PROP. 4"0 x 88 PE. GAS LINE PROP. 4"0 x 56' PE. GAS LINE (LT) EXIST. 12"0 WATER LINE x 118' ACP TO REMOVED ROW LT 46.0 REMOVE • EXIST: F.H. ASSEMBLY (LT) 1 STA, 50+51 (34.5' LT) PROP.. B.". x B "..TEE, . 2- 8"...GATE VALVES W/BOX & COVER, 8"0 x 66' PVC WATER LINE PROP. 12'0 x 85' PVC WATER LINE EXIST. 24"0 CASING FOR 12"0 ACP WATER LINE EXIST. 12"0 ACP WATER LINE TO REMAIN IN PLACE EXIST" CITGO PIPE LINES SHOWN AT CE PROP. 8"0 X 92' PVC WASTEWATER LINE (CONTRACTOR OPTION PIPEBURST EXIST 8" VCP TO 8" HOPE) PROP. 8"0 X 176' PVC WASTEWATER LINE (CONTRACTOR OPTION PIPEBURST EXIST: 8" VCP TO 8" HOPE) STA. 49+88 34.8' LT) PROP:"8"X8:"' TEE, 2-8"' GATE VALVES W/BOX & COVER, 2-8" 45' BENDS, 1-8"x4' REDUCER 8"0 x 35' PVC WATER LINE EXIST. WATER SERVICE LINES .TO • BE. .REMOVED EXIST: 4'0 x 72' GAS LINE TO BE REMOVED EXIST 12"0 x 118' ACP WATER LINE TO BE REMOVED STA. 50+51 (27.5' RT) PRQP,..@".x$".TEE, ..... -8."..GATE VALVE W/BOX:& COVER 1-12' GATE VALVE W/BOX & 1-12"x8" REDNCER COVER, 2-121 45' BENDS 12"0 x 85' PVC WATER LINE 10 OF ROAD) 44.0 42.0 40.0 38.0 36.0 CONSULTANT'S JOB NO. 120472 8 z 8 W O 0. }Pyx "44, •14i O IP Department of Engineering Services n to Q W0 CI m J N Z~Z O 5 cc s F. Gcc a o O zo Q + Z -- EL O F- LA O Q W cn W LLI LUO WASTEWATER 268 LF OF 6' TO 10' DEPTH 47+00 48+00 49+00 50+00 51+00 52+00 z 0 7.2 82 SHEET '39 of 124 RECORD DRAWING NO. STR 869 CITY PROJECT# E12090 0 O + (Y) N NOLf) F- LUJ LLJ (n L.J LLI U) - 4 0 o EXXON 3 ,EVEN -ELEVEN EXIST. 4°0 x 16 PROP. 3"0 x 110' GAS LINE PVC ELECT. TO BE REMOVED CONDUIT (LIGHTING) PROP. 4"0 x 200' PE. GAS LINE PROP. 8"O x 96' PVC WATER LINE EXIST. LIGHT POLE TO BE RELOCATED BY OTHERS AEP EXIST. 8"0 x 130' ACP WATER UNE TO BE REMOVED (SEE NOTE 4.) STA. 55+74 (47.4' LT) 1-F.H. ASSEMBLY (TYPE 1) F0$ REMOVE EXIST. F.H. ASSEMBLY (LT) RCP VKAMft STA. 56+05 (47.2' LT) PROP. 2-8" 4.5' BENDS EXIST. 6"0 x 222' ACP WATER LINE a TO BE REMOVED 5--�--(SEE NOTE 4.) AO 60 RCP Ry STA. 56+05 (11.0' RT) PROP. 1-8"x8" TEE, 2-12" 45' BENDS 1- 8" 11.25' BEND 2-6" GATE VALVES W/BOX & COVER, 1-12"X8" REDUCER 12"0 x 112' PVC WATER LINE STA. 56+05 (29' LT) PROP. 1-8"x8" TEE, 1-8" GATE VALVE 60 RCP 60 RCP 53+00 NAVIGATION : LVD. 56+00 ROP. 8"0 x 40 VC WATER LINE 12 W 12 W 12 W 8 W 12 W 12 W 12 W 12 W 12 W 12 W 12 W 12 2 EXIST. 12"0 x 75' ACP WATER UNE TO REMOVED CP 4"0 CITY GAS LINE DEPTH VERIFIED BY HYDRO -EXCAVATION STA. 56+86 (37.5' RT) TOP OF PIPE EL=41.77 PROP. 4"0 x 89 PE. GAS LINE EXIST. 4"0 x 75' GAS LINE TO BE REMOVED 4"0 CITY GAS LINE DEPTH VERIFIED BY HYDRO -EXCAVATION STA. 56+82 (33.4' RT) TOP OF PIPE EL=41.88 0 STA. 56+00 (52.4' LT) PROP. GROUND BOX (LIGHTING) STA, 55+68 (47.2' LT) PROP. 4-8° 45' BENDS 1-8" 11.25' BEND, 1-8" GATE VALVE W/ BOX & COVER "0 x 100' PVC WATER LINE 0 PROP. 8'0 x 26' PVC WATER LINE STA. 54+79 (131.50' RT) PROP. 1-8" 45' BEND 1-8" GATE VALVE W/BOX & COVER 0 PROP. 8"0 x 40' PVC WATER LINE ���PVC WATER LINE - - -// � EXIST. 8"0 x 219' F% ACP WATER LINE TO REMOVED (SEE �_� � 0� V` NOTE 4.) %y�P c' IP 4IV __ / �_ -, / /EXIST. 4"0 x 229' GAS LINE TO BE REMOVED G G 4 G EXIST. 6°0 x 124 ACP WATER UNE TO BE REMOVED (SEE NOTE 4.) ROW 4G EXIST. WATER METER TO BE REMOVED ROW WATER & WASTEWATER PLAN AND PROFILE STA. 52+00 TO 57+00 SCALE: HORIZ: 1"=20' VERT: 1"=2' STA. 55+24 (98.7' RT) PROP. 1-8"x8" WYE, 2-8" GATE VALVES W/BOX & COVER, 2-8" 45' BENDS, 1-8" 11.25' BEND PROP. 8"0 x 30' PVC WATER LINE EXIST. 6"0 x 51' PVC WATER LINE TO BE REMOVED STA. 56+00 (43.0' RT) PROP. 1-8" 45' BEND PROP. 4"0 x 245' PE. GAS LINE HOLIDAY I NN SUITES EXPRESS ONSULTANT'S JOB NO 120472 At/. g M O�j o z. U 44.0 42.0 O O + L7 40.0 38.0 36.0 NOTES: 1. CONTRACTOR SHALL INSTALL WATER OR WASTEWATER SERVICES, EXTEND OR CONNECT TO EXISTING WATER METER OR CLEANOUTS. EXACT LOCATION OF EACH INDIVIDUAL SERVICE CONNECTION SHALL BE DETERMINED DURING PLACEMENT OF PROPOSED WATER UNE OR WASTEWATER LINE. 2. CONTRACTOR TO RELOCATE WATER METER TO PROPERTY UNE AS PER CITY WATER STANDARDS. 3. PROP GAS LINES & GAS METERS TO BE INSTALLED (RELOCATED) BY THE GAS DEPARTMENT. CONTRACTOR TO BACKFILL PROPOSED GAS LINE. ALL EXISTING GAS LINES ARE TO BE REMOVED BY THE CONTRACTOR. 4. WATER LINES TO BE REMOVED BY THE CONTRACTOR, OR GROUT FILLED AND ABANDONED IN PLACE. EXIST. 12"0 ACP WATER LINE IN 24"0 CASING R PROP. 18" R.C.P. EXIST: "8"0"0"222" ACP WATER LINE TO BE REMOVED (SEE NOTE 4.) EXIST. 12"0 x 75' ACP' WATER" LINE TO BE REMOVED (SEE NOTE 4.) PROP. 12"0 x 112' PVC WATER LINE EXIST. 24"0 CASING FOR 12"0 ACP WATER LINE STA. 56+05 (11.0' RT) PROP. 1-8"x8" TEE, 2-12" 45' BENDS 1- 8" 11.25' BEND 2-8" GATE VALVES W/BOX & COVER, "1-12"X8"'REDUCER 1-12" GATE VALVE W/BOX & COVER 12"0 x 112' PVC WATER LINE __ ROWJ,>=_ PROP. 4"0 x 200' PE. GAS LINE (LT) 0 0 O __ EXIST. 8"0 x 124' ACP WATER UNE - TO BE REMOVED _ (SEE NOTE 4.) PROP. 8"0 x 96' PVC WATER LINE STA. 56+05 (29' LT) PROP. 1-8"x8" TEE, 1-8" GATE VALVE i 44.0 <LU HLLJ Z LU J LTJ _ () U 42.0 40.0 38.0 36.0 rn 1` 0 J 66 0 2. 8 0 Department of Engineering Services 0 zo Qo ▪ r - if) 0 LA LACD CD W N H (n • W W L O • X 52+00 53+00 54+00 55+00 56+00 57+00 0 0 Co SHEET 40 of 124 RECORD DRAWING NO. STR 869 CITY PROJECT# E12090 EXIST. LIGHT POLE TO BE RELOCATED BY OTHERS PROP. 4"0 x 206' PE. GAS LINE EXIST. POWER POLE TO BE RELOCATED BY OTHERS (AEP) EXIST. AT&T PED. TO BE RELOCATE BY OTHERS (AT&T STA. 58+29 (47.5' LT) PROP. 1-8" 11.25' BEND STA. 58+28 (47.0' LT) PROP. WATER METER VAULT, 8"x6" TEE, 1-6" GATE VALVE SEE DETAIL SHEETS 53, 57 EXIST. POWER POLE TO BE RELOCATED BY •THERS (AEP) L• QUINTA INN EXIST. U/G CONDUIT TO REMOVED AND REPLACED BY OTHERS (AT&T) PROP. 2-8" 11.25' BENDS STA 59+26 (35.5' LT) EXIST. POWER POLE EX ST TO BE RELOCATED T B BY OTHERS (AEP) METAL BO REMOVED EXIST. POWER POLE TO BE RELOCATED BY OTHERS (AEP) 6 W EXIST. 4"0 x 227' GAS LINE TO BE REMOVED 4 STA. 57+91 (30.5' LT) PROP. 1-8" 45' BEND 60 RC 60 RCP TSTA. 58+07 (47.2' LT) PROP. 1-8" 45' BEND 0 EXIST. POWER POLE TO BE RELOCATED BY OTHERS (AEP) 8 60 RCP 4 0 6W STA. 58+81 (39.4' LT) -F.H. ASSEMBLY (TYPE 1) EXIST. WATER METER VAULT TO BE REMOVED 60 RCP _ 1% meMOVJgrimomN STA. 61+35 (34.8' LT) 1-F.H. ASSEMBLY (TYPE 1) CBS CONTRACTORS BUILDING SUPPLY CO INC. EXIST. POWER POLE TO BE RELOCATED BY OTHERS (AEP) STA. 61+32 (34.8 L 1-8° GATE VALVE W/BOX & COVER PROP. 8"0 x 510 PVC WATER LINE o PROP. 3"0 x 500' PVC ELECT. CONDUIT (LIGHTING) r:i 3 C 311=��1•' aw 8 aw 'IIIIIMMEMMEMMEME2 3 C 8 EXIST. 2"0 x 500' GAS LINE TO BE REMOVED r - 9+00 60 RC W B V! STA. 59+06 (41.3' LT) REMOVE AND REPLACE e4" GAS VALVE 60 RCP 6W NAVIGATION BLVD. 80+00 60 RCP 60 RCP RELOCATE WATER METER & SERVICE LINE SEE NOT 1 EXIST. 6"0 X 320' ACP WATER LINE TO BE REMOVED (SEE NOTE 4.) 60 RCP 60 RCP 61+00 60 RCP L--- 60 RCP 62 60 RCP 60 TOP - - 20 2 G 20 8 20 ks 2 G z Il - 10 )` EXIST. POWER P 10 TO BE RELOCATED N. BY OTHERS (AEP) REMOVE EXIST. F.H. ASSEMBLY (RT) 2 0 20 PROP. 2°0 x 500' PE. GAS UNE EXIST. 8"0 x 500' ACP WATER LINE TO BE REMOVED (SEE NOTE 4.) DAYS INN -11" S EXIST. 8"0 X 10' ACP WATER LINE TO BE REMOVED (SEE NOTE 4.) EXIST. 8"0 ACP WATER UNE TO REMAIN IN PLACE WATER Sc WASTEWATER PLAN AND PROFILE STA. 57+00 TO 62+00 SCALE: HORIZ: 1"=-20' VERT: 1 "=2' /// c /// REMOVE EXIST. F.H. ASSEMBLY (RT) ©'STA. 58+11 (47.1' LT) .PROP. 2"0 x 110' PVC _: 41 WATER SERVICE LINE . STA. 58+99 (37.4' LT) PROP. 1-8"x8" TEE, 2-6" GATE VALVES W/BOX & COVER, 2-8" 45' BENDS 8"0 x 76' PVC WATER LINE 50.0 48.0 46.0 44.0 42.0 40.0 38.0 ROW RT ROW LTO NOW LT ROW Li PROP. 4 PE. GAS 0 x 206' LINE (LT) ROW'RT //L 8 w 2 -6- 2 G GAS CARD S NOTES: 1. CONTRACTOR SHALL INSTALL.WATER OR WASTEWATER SERVICES, EXTEND OR CONNECT TO EXISTING WATER METER OR CLEANOUTS. EXACT LOCATION OF EACH INDIVIDUAL SERVICE CONNECTION SHALL BE DETERMINED DURING PLACEMENT OF PROPOSED WATER UNE OR WASTEWATER UNE. 2. CONTRACTOR TO RELOCATE WATER METER TO PROPERTY LINE AS PER CITY WATER STANDARDS. CONSULTANT'S JOB NO. 120472 6: 0 0. 3. PROP GAS LINES & GAS METERS TO BE INSTALLED (RELOCATED) BY THE GAS DEPARTMENT. CONTRACTOR TO BACKRLL PROPOSED GAS LINE. ALL EXISTING GAS LINES ARE TO BE REMOVED BY THE CONTRACTOR. 4. WATER LINES TO BE REMOVED BY THE CONTRACTOR, OR GROUT FILLED - AND ABANDONED IN PLACE. 50.0 STA. 58+28 (47.0' LT) PROP. WATER METER VAULT, 8"x6" TEE, 1-3" GATE VALVE SEE DETAIL SHEET 57 RT STA. 58+81 (39.4' LT) 1-F.H. ASSEMBLY (TYPE 1) ROW LT SIG ROW H'ROW EXIST G. OW LT PROP. TOP OF. CURB (LT) oy ROW RT ROW ROW LT RT <T ___-ROWRpyd LT STA. 58+99 (37.4' LT) PROP. 1-8"x8" TEE, 2-8" GATE VALVES W/BOX & COVER, 2-B" 45' BENDS, x..76'.. PVC -WATER LINE PROP EXIST. 6"0 X 320' ACP WATER LINE TO REMOVED (LT) PROP. TOP OF CURB (RT STA. 61+35 (34.8' LT) l" F.H. ASSEMBLY -(TYPE 1) STA. 61+32 (34.8' LT; 1-8" GATE VALVE W/BOX & COVER ROW RT O ROW RT ROW L7 / ROW LT 48.0 STA. 58+11 (47.1' LT) PROP. 2"0 x 110' PVC WATER SERVICE UNE 36.0 46.0 44.0 42.0 40.0 38.0 36.0 8 WATER LINE Department of Engineering Services xO 0 Mo O Z O acc cc c. W J LL 0 0 0 z O "+ Z N O 0 U] 0 W O LJJ (n 57+00 58+00 59+00 60+00 61+00 62+00 z 0 N SHEET 41 of 124 RECORD DRAWING NO. STR 869 CITY PROJECT# E12090 16"0 ENTERPRISE HPPL DEPTH VERIFIED BY HYDRO -EXCAVATION STA. 62+10 (27.5' RT) TOP OF PIPE EL=39.03 8"0 IN 16" CASING ENTERPRISE HPPL DEPTH VERIFIED BY HYDRO -EXCAVATION STA. 62+21 (27.9' RT) TOP OF PIPE EL=38.04 16"0 IN 24" CASING ENTERPRISE HPPL DEPTH VERIFIED BY HYDRO -EXCAVATION STA. 62+16 (27.9' RT) TOP OF PIPE EL -38.50 2'0 CITY GAS LINE DEPTH VERIFIED BY HYDRO -EXCAVATION STA. 62+95 (43.4' LT) TOP OF PIPE EL=41.87 (01004° �y 0 o � o i r -N 33, �"O SUPER 8 MOTEL ROW PROP. 6"S x 88' PE. GAS UNE STA. 63+37 (34.4' LT) BEGIN 1326' RADIUS RO PROP. 2-8" 45' BEND STA. 63+79 (34.8' LT) SEE STANDARD WATER DETAIL SHEET 53 DETAIL "WATERLINE ADJUSTMENT DETAIL" WWMH-11850 STA. 62+98 (45' RT) REMOVE EXIST. MH AND REPLACE W/4'0 FIBERGLASS MH RIM= 45.50 (MPFG) 8"0(S) EL= 41.07 8"0 E EL= 41.15 C± c^ RCP 60 60 RCP ''1 EXIST. POWER POL TO BE RELOCATED BY OTHERS (AEP) 10"0 VALERO HPPL DEPTH VERIFIED BY HYDRO -EXCAVATION STA. 63+80 (39.7' LT) TOP OF PIPE EL=40.62 6"0 IN 10" CASING FLINT HILLS HPPL DEPTH VERIFIED BY HYDRO -EXCAVATION STA. 63+92 (40.7' LT) TOP OF PIPE EL=39.25 PROP. 2-8" 45' BEND STA. 64+10 (34.8' LT) es:ova,. ,.. XROW ROW 3 C STA. 64+75 (34.8' LT) 1-F.H. ASSEMBLY (TYPE 1) 1-8" GATE VALVE W/BOX & COVER PROP. 3"0 x 500' PVC ELECT. CONDUIT (LIGHTING) EXIST. POWER POLE TO BE RELOCATED BY OTHERS (AEP) x 1. H _iRO-EX RO PROP. 8"0 x 500' PVC WATER LINE EXIST. POWER POLE TO BE RELOCATED BY OTHERS (AEP) 3 C 3 0 3 C OFAMIMMOMMIEM 11.11/ STA. 86+83 (87.0' LT) REMOVE & REPLACE F.H. 1-F.H. ASSEMBLY (TYPE 1 STA. 66+48 (60.7' LT) PROP. 8"x8" TEE, 2-8" GATE VALVE, 2-8" 45' BENDS 1-8"x4" REDUCER 8"0 x 35' PVC WATER LINE STA. 66+48 34.8 LT PROP. 8"x8" TEE, 2-8" GATE VALVES W/BOX & COVER, 2-8" 11.25' BENDS REMOVE 6"0 x 97' VCP WASTEWATER UNE AND REPLACE WITH 8"0 x 97' PVC WASTEWATER UNE, 1- 8"X6` PVC REDUCER WWMH-#7 STA. 66+60 (27' LT) PROP. 4'0 FIBERGLASS NH RIM= 44.81 (MPPE) B"0(S) EL= 33.33 8"0(W) EL= 33.76 8"0 E = 33.23 !IIIA PROP. 2"0 x 20' PE. GAS LINE oS Z J ao• 6"0 IN 10" CASING FLINT HILLS HPPL DEPTH VERIFIED BY HYDRO -EXCAVATION STA. 63+95 (40.7' LT) TOP OF PIPE EL=38.93 STA. 64+55 (34.8' L END 1326' RADIUS 6 +00 NAVIGATION BLVD. 83+00 --EXIST. 6"0 x 106' m I I GAS UNE TO BE REMOVED o REMOVE EXIST. F F.H. ASSEMBLY 60 RCPT 60 t2'-- 0 ROP c (RT) EXIST. POWER POL TO BE RELOCATED BY OTHERS (AEP) 111111 vskrormff 65+00 EXIST. WWMH-11861 STA. 66+60 (20' LT) TO BE REMOVED oo EXIST. B"0 x 40' VCP WASTEWATER LINE TO BE REMOVED 66+00 EXIST. 8"0 x 105' I ACP WATER LINE TO BE REMOVED (SEE NOTE 4.) PROP. 2"0 x 500' PE. GAS LINE EXIST. - 6cEXIST. 2"A x 500' ..ACP WATER xLINE'-- GAS LINE TO BE REMOVED TO BE REMOVED (SEE NOTE 4.) ROP. 361' PIPEBURSTING, DIST 8" VCP TO 8" HDPE EXIST. 4"0 x 43' CIP WATER UNE TO BE REMOVED (SEE NOTE 4.) O O N) CO d W -EXIST. U/G CONDUIT TO BE REMOVED AND REPLACED BY OTHERS (LEVEL 3 // COMMUNICATIONS) G G 2 4 Aft RO RO ROW s 2G R 888s PROP. 2"0 x 20' -PE. GAS LINE 16"0 CAPANO HPPL DEPTH VERIFIED BY HYDRO -EXCAVATION STA. 62+25 (38.5' LT) TOP OF PIPE EL=38.88 TION 8"0 ENTERPRISE HPPL STA. 62+39 OF ROAD TOP OF PIPE EL=38.00 ± 6"S CITY GAS LINE DEPTH VERIFIED BY HYDRO -EXCAVATION STA. 63+12 (32.6' LT) TOP OF PIPE EL=42.04 SIGN TO REMAIN IN PLACE CHARTER BANK 0 8"0 ENERFIN HPPL DEPTH VERIFIED BY HYDRO -EXCAVATION STA. 62+28 (39.0' LT) TOP OF PIPE EL -43.07 Q 0 46.0 ROW RT STA. 66+56 (34.8' LT) PROP. 2-8" 45' BENDS STA. 66+98 (37.0' LT) PROP. 8"x8" TEE, 2-8" GATE VALVE W/BOX & COVER, 2-8" 45' BENDS 8"0 x 112' PVC WATER LINE REMOVE 8"0 x 73' VCP WASTEWATER LINE AND REPLACE WITH 8"0 x 73' PVC WASTEWATER LINE 0 44.0 42.0 40.0 38.0 36.0 34.0 32.0 O O + CN ROW LT LT. SS r 0 REMOVE 8"0 x 22' VCP WASTEWATER LINE AND REPLACE WITH 8"0 x 22' PVC WASTEWATER LINE PROP. 8"01 x 40' PVC WWL 0.50% ROW LT ROW 4, REMOVE 6'0 x 97' VCP WASTEWATER UNE AND REPLACE WITH B."0..x.97:..P.VD WASTEWATER LINE AA B ®EXIST. 4"0 x 55' CIP WATER LINE TO BE REMOVED SEE NOTE 4. EXIST. 4"0 x 30' . s LU GAS LINE TO BE REMOVED WYMH-11860 STA. 66+59 (46' RT) REMOVE EXIST. AND REPLACE W/4'0 FIBERGLASS NH RIM= 45.26 (MPPE) 8"0(N) E= 34.35 8"0(W) EL= 34.09 8"0(E) E= 34.04 WATER & WASTEWATER PLAN AND PROFILE STA. 62+00 TO 67+00 0 EXIST. POWER POLE 0 TO BE RELOCATED SCALE: HORIZ: 1 "=20' VERT: 1 "=2' BY OTHERS (AEP) EXIST CL ROW LT ROW RT U 10"0 VALERQ HPPL DEPTH VERIFIED BY HYDRO -EXCAVATION STA. 63+80 (39.7' LT) TOP OF PIPE EL=40.62 PROP:"6"0 x 88" PE. GAS LINE EXST: "6"0' UNE TO BI 8"0 ENTERPRISE HPPL STA. 62+39 OL OF ROAD TOP OF PIPE EL=38.00 ± REMOVE EXIST. F.H. ASSEMBLY (RT) GAS'r. REMOVED PROP. TOP OF CURB (RT) PROP. TOP OF CURB (LT) PROP. 2-8" 45' BEND STA. 63+74 (34 8' LT) SEE STANDARD WATER DETAIL SHEET 5l DETAIL "WATERLINE ADJUSTMENT DETAIL" W Li dW LT ROW RT ROW RT ® EXIST. U/G CONDUIT TO REMOVED: AND REPLACED BY OTHERS (AT&T) ROW RT RQ&C_RW LT ROW LT 6"0 IN 10" CASING FLINT HILLS HPPL DEPTH VERIFIED BY HYDRO -EXCAVATION STA. 63+92 (40.7' LT) TOPOR PIPE-IEL=39:25 ROW LT ROW EW LT STA. 64+75 (34.8' LT) 1-F.H. ASSEMBLY (TYPE 1) 1-8" GATE VALVE W/BOX & COVER REMOVE 8'0 x 52' VCP WASTEWATER LINE AND REPLACE WITH B"0 x 52' PVC WASTEWATER LINE EXIST B"0 x 41' VCP WASTEWATER LINE TO BE REMOVED Q SEE MISCELLANEOUS DETAILS UTILITIES SHEET 50 T A s EXIST. VAULT TO BE RELOCATED BY OTHERS (LEVEL 3 COMMUNICATIONS) EXIST. 8"0 x 25' ACP WATER UNE TO BE REMOVED (SEE NOTE 4.) STA. 66+42 (46.6' LT) GROUND BUX (LIGHTING) ROW ROW LT WWMH-#7 STA. 66+60 (27' LT) PROP. 4'0 FIBERGLASS MH RIM- 44.81 (MPPE) 8"0(S) EL= 33.33 8 0(W) EL= 33.76 8"0(E) F.= 33.23 EXIST. WWMH-11861 STA. 66+60 (20' LT) TO BE REMOVED -� O• FXIST. 4"0 x 59' ACP WATER LINE TO BE REMOVED STA 66+48 (34.8' LT) PROP. 8"x8" TEE, 2-8" GATE VALWE§W%80X & COVER, 2-5" 11.25' BENDS 8"01x 30' PVC WATER LINE • EXIST. 8'0 x 105' ACP WATER LINE TO'BE'REMOVED CONSULTANT'S JOB NO. 120472 z N ��U o ro • me O U t • S 63 yP opz • i4 N S°p z VN 46.0 EXIST. U/G CONDUIT TO REMOVED AND REPLACED BY.OTHERS••(AT&T) 44.0 PROP. 2-8. 45' BEND STA. 64+10 (34.8' LT) 6"0 IN 10" CASING FLINT HILLS HPPL DEPTH VERIFIED BY HYDRO -EXCAVATION STA. 63+95 (40.7' LT) TOP OF PIPE :EL=38.93 PROP. 8"0 x 500' PVC WATER LINE NOTES: 1. CONTRACTOR SHALL INSTALL WATER OR WASTEWATER SERVICES, EXTEND OR CONNECT TO EXISTING WATER METER OR CLEANOUTS. EXACT LOCATION OF EACH INDIVIDUAL SERVICE CONNECTION SHALL BE DETERMINED DURING PLACEMENT OF PROPOSED WATER LINE OR WASTEWATER LINE. 2. CONTRACTOR TO RELOCATE WATER METER TO PROPERTY LINE AS PER CITY WATER STANDARDS. 3. PROP GAS LINES & GAS METERS TO BE INSTALLED (RELOCATED) BY THE GAS DEPARTMENT. CONTRACTOR TO BACKFILL PROPOSED GAS LINE. ALL EXISTING GAS UNES ARE TO BE REMOVED BY THE CONTRACTOR. 4 WATER LINES TO BE REMOVED BY THE CONTRACTOR, OR GROUT FILLED AND ABANDONED IN PLACE. Z _I W (.f) 'EXIST. 8.0 x 40' VCP WASTEWATER UNE ,TO BE REMOVED PROP. 8"0 x 40' PVC WWL ® 0.5% 42.0 40.0 38.0 36.0 34.0 32.0 w 0 0. N 0 B O cc 0 4:2'II 'hi Department of Engineering Services co 0 0 Z p Zr-.-. 0_ 0 LJ LJ O N F- Q Cn W crL O 62+00 63+00 64+00 65+00 66+00 67+00 z 0 cc SHEET 42of 124 RECORD DRAWING NO. STR 869 CITY PROJECT# E12090 GAS STATION STA. • 67+03 (46.6' LT) PROP. GROUND BOX (LIGHTING) EXIST. 2'4 x 410 GAS LINE 0 O BE REMOVED ADI EXIST. POWER POLE -TO BE RELOCATED - BY OTHERS (AEP)EXIST. AT&T PED. TO BE RELOCATED BY OTHERS (AT&T) I PROP. 8"0 x 500' PVC WATER UNE EXIST. POWER POLE TO BE RELOCATED BY OTHERS (AEP) EXIST. AT&T PED. TO BE RELOCATED BY OTHERS (AT&T) STA. 69+48 (34.8' LT) PROP. 2"0 x 75' PVC WATER SERVICE UNE STA. 69+51 (34.8' LT PROP. 2"O x 75' PVC WATER SERVICE LINE PROP. 213 x 400' PE. GAS LINE EXIST. 1.1/0 CONDUIT TO REMOVED AND REPLACED BY OTHERS (AT&T) EXIST. POWER POLE TO BE RELOCATED BY OTHERS (AEP) STA. 71+42 (34.8' LT) PROP. 8"x8" TEE, 2-8" GATE VALVES W/BOX & COVER, 2-45' BENDS, 816 x 3' DIP WATER LINE 0 0 EXIST. c10 0 C/O PROP. 3"0 x 500 PVC ELECT. ONDUIT (UGHT) STA. 71+34 (34.8' LT) PROP. 210 x 75' PVC WATER SERVICE LINE EXIST. 413 x 500' CIP WATER LINE TO BE REMOVEDA& 6. • RO _L 0 8 S 8 S EXIST. 813 x 379' VCP WASTEWATER LINE TO BE REMOVED x5 BOX PROP. 8"0 x 158' PVC WASTEWATER LINE 8S B S STA. 67+89 (34.6' LT 1-B" GATE VALVE W/BOX & COVER 8 S PROP. 2"0 x 79' 1 PE. GAS LINE 68+00 I N I EXIST. 2"0 x 79' PROP. 816 x 70' GAS UNE PVC WASTEWATER LINE TO BE REMOVED 5x5 BOX PROP. 8"9 x 221' PVC WASTEWATER LINE 85 \\1 8S -EXIST. U/G CONDUIT TO REMOVED AND REPLACED BY OTHERS (LEVEL 3 COMMUNICATIONS) 8 5x5 BOX REMOVE EXIST. EXIST. POWER POLE F.H. ASSEMBLYTO BE RELOCATED _ (RT) BY OTHERS (AEP) 5x5 BO 69+00 WWMH-#8 STA. 68+58 (23' LT) PROP. 4'0 FIBERGLASS MH RIM- 45.18 (MPPE) 813(N&S) FL=34.32 8"0(W) F,=35.96 8"4(E) T=35.96 (VERIFY) STA. 69+55 (34.8' LT) 1-F.H. ASSEMBLY (TYPE 1) NAVIGATION BLVD. 70+00 B S EXIST. WWMH-11865 OSTOBE70+79 R MOVED 20' LT) I ' F o • 71+0 8 S II rI,.I��" Iair C `! ��lliillimiIll f - - `.,` 5 _' - 0N I & EXIST. POWER POLE TO BE RELOCATED • 55 BOX ........BY OTHERS (AEP) na EE 2 G ROW 8 i 2" FIBER OPTIC DEPTH VERIFIED BY HYDRO -EXCAVATION STA. 67+97 (39' RT) TOP OF F/0 EL=41.93 2" A CITY GAS LINE DEPTH VERIFIED BY HYDRO -EXCAVATION STA. 67+97 (36.7' RT) TOP OF PIPE EL=41.49 4" 0 WATER LINE DEPTH VERIFIED BY HYDRO -EXCAVATION STA. 70+79 (29' LT) TOP OF PIPE EL=42.86 46.0 44.0 G RO 8S 0 ROW EXIST, 8"0 x 500' ACP WATER LINE' TO BE REMOVED Wiz'B A F PROP. 8"0 x 121' PVC WASTEWATER LINE PROP. 8 0 x 71' 5 B PVC WASTEWATER UNE REMOVE EXIST. F.H. ASSEMBLY (RT) 8W 2 9 CP RO 8 8 S EXIST. 8"0 x 172' VCP WASTEWATER LINE TO BE REMOVED 1/ 3" 0 CITY GAS LINE DEPTH VERIFIED BY HYDRO -EXCAVATION STA. 70+79 (37.7' RT) TOP OF PIPE EL=41.85 ROW 11 ROW LT PURVIS INDUSTRIE EXIST. 2'S x 500 GAS LINE TO BE REMOVED f"1 STA. 68+72 (46' RT) PROP. 4'0 FIBERGLASS MH RIM= 45.50 (MPFG) 413(W) TL= MATCH EXIST 8"0(E) FL= 37.0 cop 410,411* Li WELDINGHOUSE PROP. 2'0 x 500' PE. GAS LINE III EXIST. 8"0 x 220' VCP WASTEWATER LINE TO BE REMOVED WATER & WASTEWATER PLAN AND PROFILE STA. 67+00 TO 72+00 SCALE: HORIZ: 1"=20' VERT: 1 "=2' WWMH-11863 STA. 70+92 (46' RT) REMOVE EXIST. AND REPLACE W/4'0 FIBERGLASS MH W/DROP CONNECTION RIM= 45.70 (MPFG) 613(W) TL= 43.52 8"0(E) TL= 40.0 0 RELOCATE WATER METER & SERVICE LINE (SEE NOTES) 0 RELOCATE GAS METER BY CRY (GAS DEPT.) PROP. 816 x 20' PVC WASTEWATER LINE, 1- 8"X4" PVC REDUCER PROP. B13 x 20' PVC WASTEWATER LINE, 1- 8"X4" PVC REDUCER 0 0 0 MH -#10 STA. 70+79 (23.5' LT) PROP. 4'0 FIBERGLASS MH RIM= 4551 (MPPE) 8"0(N&S) FL= 35.04 8"0(W) FL= 36.73 8"0(E) T.= 36.73 (VERIFY) 0 0_ 88 8 5 EXIST. POWER POLE TO BE RELOCATED BY OTHERS (AEP) 72 EXIST. 8"4 x 75' PVC WATER LINE - TO BE REMOVED - sl tomrs 10 0 gesy �2G 2G 2 RAWSON EXIST. B10 x 40' VCP WASTEWATER LINE TO BE REMOVED EXIST. 810 x 121' VCP WASTEWATER UNE TO BE REMOVED STA. 71+04 (34.8' LT) PROP. 2'S x 75' PVC WATER SERVICE UNE SEE MISCELLANEOUS DETAILS UTILITIES SHEET 50 ROW - 0 Q NOTES: PROP. 6"4X20' PVC WASTEWATER SERVICE CONNECTION, W/6"x4" PVC REDUCER PROP. 8"4X20' PVC WASTEWATER SERVICE CONNECTION, W/6"x4" PVC REDUCER 1. CONTRACTOR SHALL INSTALL WATER OR WASTEWATER SERVICES, EXTEND OR CONNECT TO EXISTING WATER METER OR CLEANOUTS. EXACT LOCATION OF EACH INDIVIDUAL SERVICE CONNECTION SHALL BE DETERMINED DURING PLACEMENT OF PROPOSED WATER LINE OR WASTEWATER LINE. 2. CONTRACTOR TO RELOCATE WATER METER TO PROPERTY LINE AS PER CITY WATER STANDARDS. 3. PROP GAS LINES & GAS METERS TO BE INSTALLED (RELOCATED) BY THE GAS DEPARTMENT. CONTRACTOR TO BACKFILL PROPOSED GAS LINE. ALL EXISTING GAS LINES ARE TO BE REMOVED BY THE CONTRACTOR. -- ROW LY ROW RT ; PROP 2"0 x 79' PROP. 2"0 x 400' PE. GAS LINE SPE. GAS LINE (LT) ROW LT OW LT Rp WWMH-48 STA. 68+58 (23' LT) PROP. 40 FIBERGLASS MR RIM= 45.18 (MPPE) 8"0(N&S) FL= 34.32 8"0(W) FL= 35.96 8"0(E) FL= 35.96 (VERIFY) W L ROW ST 42.0 40.0 38.0 36.0 34.0 O O EXIST 216 x 79' GAS LINE TO BE REMOVED STA. 67+89 (34.6' LT) 1-8" GATE VALVE W/BOX & COVER -EXIST CL RT PROP. TO OF CURB (LT) PROP. TOP OF CURB (RT) .ROW. 87.. _ ROW 813(W) FL= 36.73 ROW LT -8"0(E) TL= 36.73 (VERIFY) WWMH-#10 STA. 70+79 (245' LT) PROP. 4'0 FIBERGLASS MH RIM= 45.51 (MPPE) .••�.-.... ' 8'0(N&S)..FL=.35:04 STA. 69+48 (34.8' LT) PROP. 2'S x 75' PVC WATER SERVICE UNE! EXIST. W1i1MH-11865 STA 70+79 (20' LT) TO BE REMOVED O W -e- ONSULTANT'S JOB NO. 120472 4. WATER LINES TO BE REMOVED BY THE CONTRACTOR, OR GROUT FILLED AND ABANDONED IN PLACE. ROW RI FOWL, d- W OJ • �-- 32.0 ROP. 18' R.C.P. \\�\\\\\\\t\\\\\\XNW RMOVE EXIST. F.H. ASSEMBLY (RJ) PROP. 8'S x 158' PVC WASTEWATER0 0.5% .411113, STA. 69+51 (34.8' UT) PROP. 2'S x 75' PVC WATER SERVICE LINE EXIST. 413 x 500' REMOVE EXIST. CIP WATER LINE F,H: ASSEMBLY \ TO BE REMOVED (RT) PROP. '8 0 x 500"PV0 WATER LINE STA. 71+42 (34.8' LT) PROP... B°x8:. TEE,.. 2-8".. GATE VALVES 1V/BOX & COVER, 2-45' BENDS, 8"0 x 3'I PVC WATER UNE PROP. 24" R.C.P. EXIST. 813 x 379' VCP: WASTEWATER LINE TO BE REMOVED STA. 69+55 (34.8' LT) 1-F.H. ASSEMBLY (TYPE 1) PROP. 813 x 221' PVC WASTEWATER 0 0.33% ROW RT Povrrr R 46.0 44.0 STA. 71+04 (34.8' LT) ROP. 2"0 x 75' PVC WATER SERVICE LINE EXIST. 8"4 x 75' PVC WATER LINE TO BE REMOVED STA. 71+34 (34.8LT) PROP. 2'S x 75' PVC WATER SERVICE LINE PROP 0 8"0 0 EXIST. B"4 x 121' VCP WASTEWATER LINE TO BE REMOVED 121' PVC WWL®0.33 42.0 40.0 38.0 36.0 34.0 32.0 z A 0 sU 1 0 A a 0 12 in o ti mOU _s 2 ER C a O V s co e, (B W FUi T.) SyLL C i«E N 68R Department of Engineering Services m U, n 0 0 W J_ LL 0 CC 0 0 O Z O Q Z N N W O H U] O W O Q W (n W 67+00 68+00 69+00 70+00 71+00 72+00 I 0 SHEET 43 of 124 RECORD DRAWING NO. STR 869 CITY PROJECT# E12090 I- W W W W (l) 0 0 N 00 W z J T U H - PROP. 3"0 x 458 PVC ELECT CONDUIT (LIGHT) 8W - 4 W -00 as 8 S PROP. 8"0 x 24' PVC WASTEWATER UNE 1- 8"X4" PVC REDUCER EXIST. POWER POLE TO BE RELOCATED BY OTHERS (AEP) r --- EXIST. STEEL POLE TO BE RELOCATED BY OTHERS EXIST. AT&T PED. TO BE RELOCATED BY OTHERS (AT&T) EXIST. POWER POLE TO BE RELOCATED BY OTHERS (AEP) EXIST. AT&T PED. TO BE RELOCATED BY OTHERS (AT&T) G 44 49 EXIST. C/O I II WWMH-#11 STA. 73+73 (23.5' LT) PROP. 4'0 FIBERGLASS MH RIM= 46.05 (MPPE) 8"0(N&S) FL=36.01 8 0(W) FL= 37.22 8"0(E) FL= 37.22 STA. 73+89 (34.8' LT) 1-8" GATE VALVE W/BOX & COVER 1 X X . 1iv RO I�Y� 9\ STA. 72+52 (34.8' LT) 1-F.H. ASSEMBLY (TYPE 1) 8 S aS s� EXIST. 8"0 x 294' VCP WASTEWATER LINE TO BE REMOVED X ROX U 4 73+00 -F - S 88 8 S PROP. 8"0 x 173' PVC WASTEWATER LINE PROP. 8"0 x 57' PVC WASTEWATER LINE 8S 8 W 4 W PROP. 8"0 x 24' PVC WASTEWATER UNE 1- 8"X6" PVC REDUCER T \\ 8S as EXIST. POWER POLE TO BE RELOCATED BY OTHERS (AEP) ROW T J3C. 3 a/w4 w STA. 74+30 (34.8' LT) PROP. 2"0 x 90' PVC WATER SERVICE LINE 74+00 5x5 BOX 5x5 BOX 5x5 BOX 5x5 BOX REMOVE EXIST. F.H. ASSEMBLY (RT) /// /// /// /// 5x5 B01 5x5 BOX EXIST. 8"0 x 112' VCP WASTEWATER LINE TO/ BE REMOVED WWMH-#12 STA. 74+94 (23.5' LT) PROP. 4'0 FIBERGLASS MH W/DROP CONNECTION RIM= 45.57 (MPPE) 8"0 (N&W) Ft= 36.39 8"0 (E) T.= 39.59 PROP. 8"0 x 424 PVC WATER LINE EXIST. U/G CONDUIT TO EXIST. POWER POLE BE REMOVED AND TO BE RELOCATED REPLACED BY OTHERS BY OTHERS (AEP) (AT&T'STA. 76+17 (34.8' LT) PROP. 2-8" 45' BENDS 1-8" GATE VALVE //BOX COVER ROW - y! •. ©� ""•411M=._i__.��i 1M, � e w 4 W 4 \\\ \\\ 8S 85 4 8S NAVIGATION BLVD. I 7500 I PROP. 8"0 x 121' PVC WASTEWATER LINE EXIST. WASTEWATER MH #11868 TO BE REMOVED & 8"0 x 56' VCP WASTEWATER UNE TO BE REMOVED I 5x5 Box BILL MILLE BAR -B -Q EXIST. U/G CONDUIT TO BE REMOVED AND REPLACED BY OTHERS (AT&T) -0 EXIST. 4"0 x 424' CIP WATER LINE TO BE REMOVED 0- • 3C 3C 8 4 EXIST. 8"0 x 79.5' PVC WATER LINE TO REMAIN IN PLACE 76+00 \\ a W EXIST. 2"0 x 106' GAS LINE TO BE REMOVED 5x5 BOX 5x5 BOX 5x5 S PROP. 8"0 x 56' PVC WASTEWATER LINE /// PROP. 8"0 x 17' PVC WASTEWATER UNE /// 2 ROW 2" FIBER OPTIC DEPTH VERIFIED BY HYDRO -EXCAVATION STA. 76+17 (38.5' RT) TOP OF F/O EL=44.23 4"0 CITY GAS LINE DEPTH VERIFIED BY HYDRO -EXCAVATION STA. 76+17 (43.8' RT) TOP OF PIPE EL=42.07 2 2G RO PROP. 2"0 x 380' PE. GAS LINE ' 8"0 WATER LINE DEPTH VERIFIED BY HYDRO -EXCAVATION STA. 76+17 (47.3' RT) TOP OF PIPE EL=41.92 ROW ROW PUFFER-SWEIVEN WWMH-11866 STA. 73+78 (32.7' RT REMOVE EXIST. AND R PLACE W/4'0 FIBERGLASS MH RIM= 46.11 (MPFG) 8"0(E & W) TL= 38.50 a ROW 2 s G T8 as 8s 2 TG EXIST. U/G CONDUIT TO REMOVED AND REPLACED BY OTHERS (LEVEL 3 /// COMMUNICATIONS) 2 G 2 RO WWMH-11867 STA. 74+90 (32' RT) REMOVE EXIST. AND REPLACE W/4'0 FIBERGLASS MH RIM= 45.56 (MPFG) 8"0(W) FL= 37.10 8"0(E) 6= 37.19 EXIST. 2"0 x 376' GAS LINE TO BE REMOVED E.B. TIf RO /CREAGER & BATTERY PROP. 4"0 x 115' PE. GAS LINE 8 W WATER & WASTEWATER PLAN AND PROFILE STA. 72+00 TO END SCALE: HORIZ: 1"=20' VERT: 1"=2' 0 0 N 3 EXIST. HOUSTON PIPE LINE SIGN TO BE RELOCATED BY OTHER EXIST. AT&T PED TO BE RELOCATED BY OTHERS (AT&T) PROP. 2"0 x 99 PE. GAS LINE EXIST. TRAFFIC i SIGNAL POLE - EXIST. 8"0 x 320' ACP WATER LINE TO BE REMOVED 5x5 BOX O 77+00 EXIST. TRAFFIC SIGNAL POLE 4 PROP. 8"0 x 18 PVC WATER LINE EXIST. 4"0 x 110 GAS LINE TO BE REMOVED STA. 76+62 (47.0' LT) PROP. 2-45' BENDS EXIST. 8"0 x 140' PVC WATER LINE TO BE REMOVED 0 PROP. 8"0 x 34' PVC WATER LINE SEE MISCELLANEOUS DETAILS UTILITIES SHEET 50 STA 76+58 (32.7' LT) PROP. GROUND BOX (LIGHTING) STA. 76+63 (67' RT) -F.H. ASSEMBLY (TYPE 1) STA. 76+63 (69' RT) ROP 2- 8" 45' RFNDR EXIST. 8"0 VALVE TO BE ADJUSTED (MPPE) 0 n EXIST. POWER POLE TO BE RELOCATED BY OTHERS (AEP) STA. 75+30 (34.8' LT) 1-F.H. ASSEMBLY (TYPE 1) 50.0 CONSULTANT'S JOB NO. 120472 0. }O 2 0 V hmz 2 F,E4 o d' U t >- U L e� 2HH Al 0 w 48.0 RT 46.0 44.0 42.0 40.0 38.0 ROW RT RO LVTT - 0 PROP. TOP OF CURB (LT) PROP. TOP OF CURB (RT) Fe EXIST ., WWMH-#11 STA. 73+73 (23.5' LT) PROP. 4'0 FIBERGLASS MH RIM= 46.05 (MPPE) 8"0(N&S) FL= 36.01 8"0(W) FL= 37.22 8"0(E) FLW 37.67 EXIST. WASTEWATER MH #11868 TO BE REMOVED & 8"0 x 56' VCP WASTEWATER LINE TO BE REMOVED ROW LT are LT WWMH-#12 STA. 74+94 (23.5' LT) PROP. 4'0 FIBERGLASS MH W/DROP CONNECTION BIM= '45:57(MPPE) B"0(N&W) FL= 36.39 B"0(E) FL= 39.59 ROW RT PROP. 18" R.C.P. -r ROW -ET Rte. STA. 72+52 i (34.8' LT) 1-F.H. ASSEMBLY (TYPE STA. 72+52 (34.8LT) 1-F.H. ASSEMBLY (TYPE 1) 36.0 34.0 EXIST. 4"0 x 424' REMOVE EXIST. CIP WATER LINE F,LH. ASSEMBLY TO BE REMOVED (RT) STA. 73+89 (34.8' LT 1-8" GATE VALVE W/BOX & COVER PROP. 6"0 x 424' PVC WATER UNE Il 48.0 STA. 76+17 (348' LT) PROP. 2-8" 45' BENDS 1-8" GATE VALVE W/BOX" COVER , EXISIT 8"0..x..294'..VCP......:. WASTEWATER UNE TO BE REMOVED STA. 74+30 (34.8' LT) PRQP. 2"0 x 90' PVC WATER SERVICE UNE -- / PROP. 24" R.C.P. PROP. 8^46 17•3' 'PVC WASTEWATER LINE.0..O.'3'3"0. .r'���.+w�.l "" PROP. 8"0 x121' PVC WASTEWATER UNE ® 0.31%\\��`1 46.0 EXIST. 2"0 GAS UN TO BE REMOVED NOTES: 1. CONTRACTOR SHALL INSTALL WATER OR WASTEWATER SERVICES, EXTEND OR CONNECT TO EXISTING WATER METER OR CLEANOUTS. EXACT LOCATION OF EACH INDIVIDUAL SERVICE CONNECTION SHALL BE DETERMINED DURING PLACEMENT OF PROPOSED WATER LINE OR WASTEWATER LINE. 2. CONTRACTOR TO RELOCATE WATER METER TO PROPERTY LINE AS PER CITY WATER STANDARDS. PROP. 2."0 x 99' PE. GAS' LINE 44. PROP. 8"0 x 16' PVC WATER LINE 42.0 EXIST. 8"0 PVC WATER LINE TO REMAIN IN PLACE 3PROP GAS LINES & GAS METERS TO BE INSTALLED (RELOCATED) BY THE GAS DEPARTMENT. CONTRACTOR TO BACKFILL PROPOSED GAS LINE. ALL EXISTING GAS LINES ARE TO BE REMOVED BY THE CONTRACTOR. 4. WATER LINES TO BE REMOVED BY THE CONTRACTOR, OR GROUT FILLED AND ABANDONED IN PLACE. EXIST. 8"0 x 79.5' PVC WATER LINE TO REMAIN IN PLACE 40.0 38.0 36.0 34.0 50 0 9 O 9 MINOR CHANGES z 0 U 0 0 Department of Engineering Services N CO N 0 N O W -I W O c 0 0 zo az Qz 0 W 0 W O W < F- (n DC W 72+00 73+00 74+00 75+00 76+00 77+00 z U a SHEET 44of 1 24 RECORD DRAWING NO. STR 869 CITY PROJECT# E12090 TOISB.l E GAS LINE REMOVED 11J TO BE R EXIST. FIRE HYDRANT ASSEMBLY TO BE REMOVED O O 0 EXIST. 24"0 DIP WATER LINE TO BE REMOVED C) C) n 0 0 0 PROP. 1-24"x8" REDUCER PROP. 8"� PVC WATER LINE PROP. 1-8" 45' BEND PROP. SIDEWAL LIMITS OF CONSTRUC 24 W a I 12 W PROP. 1-8" 45' BEND PROP. 8"0 PVC WATER LINE PROP. 1-8" 45' BEND EXIST. 6"0 ACP WATER LINE TO BE REMOVED PROP. 8"0 PVC WATER LINE NAVIGATION BLVD 8S S PROP. 8"0 PVC WASTEWATER LINE WATER TIE-IN CONNECTION STA. 33+29 LT SCALE: NOT TO SCALE PROP. 8"x8" TEE, 2-8" VALVES, 1-12"X8' REDUCER EXIST. 12'0 ACP WATER LINE TO BE REMOVED STA 51+40 (19.5 RT) PROP. 1-12" 45' BEND 1241 12 W NAVIGATION BLVD PROP. 6' GATE VALVE W/BOX & COVER PROP. 6'0 D.I. PIPE 2 G 3 C PROP. SIDEWALK PROP. FIRE HYDRANT ASSEMBLY (TYPE 1) PROP. 2"0 GAS LINE PROP. 3'0 PVC ELECT. CONDUIT (LIGHT) 26 S 2G S( PROP. ''8 WATER LINE) PROP. CURB 6 W EXIST. 6"S ACP WATER LINE TO BE REMOVED 0 12 N I 12 W PROP. 2-8" 45' BENDS PROP. 1-8" 45' BEND PROP. SIDEWALK PROP. 8 PVC WATER LINE RO 0 EXIST. 8"0 ACP WATER LINE TO BE REMOVED 0 STA. 51+00 (73.0' RT) ASSEMBLY (T(PE 1) PROP. 8"0 PVC WATER LINE WATER TIE-IN CONNECTION STA. 50+51 RT SCALE: NOT TO SCALE \ PROP. 12"0 PVC WATER UNE • PROP. 1-8" 45' BEND PROP. 8'0 PVC WATER LINE STA 51+27 (117.7' RT) PROP. 1-8" 45' BEND PROP. CURB PROP. 8"X6" TEE EXIST. 2"0 PE. GAS LINE TO BE REMOVED NAVIGATION BLVD 6W EXIST. U/G CONDUIT TO REMOVED AND REPLACED BY OTHERS (AT&T) FIRE HYDRANT ASSEMBLY (TYPE 1) STA. 33+63 SCALE: NOT TO SCALE SIMILAR @ STA. 36+47, 39+47, 42+38, 45+60, 48+38, 51+00, 55+74, 58+81, 61+35, 64+75, 66+83, 69+55, 72+52, 75+30, 76+63 EXIST. 12'0 ACP WATER LINE PROP. 12"0 PVC WATER LINE PROP./ 1-/ 12" 45' BEND -o 0 0 C) 0 PROP. 3"0 PVC ELECT CONDUIT (LIGHT) EXIST. 6'0 ACP WATERLINE H EXIST. 6"0 ACP WATER UNE TO BE REMOVED EXIST. U/G CONDUIT TO REMOVED AND REPLACED BY OTHERS (AT&T) PROP. 8"x8" TEE, 2-8" GATE VALVES W/BOX &COVER , T S 1± 4 G Q ESTA. 51+03 (62.0' LT) PROP. 1-8"x6" REDUCER pG PROP. 1-8" 45' BENDS PROP. 8"0 PVC WATER LIN PROP. 1-8" 45' BEND EXIST. 6"S AC WATER UNE TO BE REMOVED LIMITS OF CONSTRUCTION EXIST. 4"0 GAS LINE TO BE REMOVED PROP. 8"0 PVC WATER LINE PROP. CURB PROP. 1-8' 45' BEND PROP. 8"0 PVC WATER UNE PROP. 4"0 PE. GAS LINE NAVIGATION BLVD WATER TIE-IN CONNECTION STA. 51+01 LT SCALE: NOT TO SCALE T_____________..-- EXIST. 8"0 ACP WATER LINE / STA 55+33 (134.4' LT) PROP. 1-8" 45' BENDS PROP. CURB PROP. 1-8"45' BENDS PROP. 8"0 PVC WATER LINE PROP. " 11.25' BEND PROP. 8" GATE VALVE EXIST. 4"0 GAS LINE TO BE REMOVED PROP. 4'0 PE. GAS LINE EXIST. 8'0 ACP WATER UNE TO REMOVED PROP. 8"0 r� PVC WATER LINE PROP. 8" 45\BEND uC N PROP. 8"0 PVC WATER UNE WATER TIE-IN CONNECTION STA. 55+68 LT SCALE: NOT TO SCALE NAVIGATION BLVD CONSULTANT'S JOB NO. 120472 z 0 0. 0 REVISION NO. 4) z W 0. DESCRIPTION 2TO 11 Di O U Department of Engineering Services m I0 ro s I REVISION NO SHEET 45of 124 RECORD DRAWING NO. STR 869 CITY PROJECT# E12090 PROP. 1-12" 45' BEND PROP. 12"0 PVC WATER LINE EXIST. 8"0 ACP.. WATER LINE TO BE REMOVED PROP. 8"0 PVC WATER LINE NA IGATION BLVD PROP. 1-8" GATE VALVE W/BOX & COVER PROP. 8"x8" TEE, 1-8" GATE VALVE W/BOX & COVER 1-12"X8" REDUCER PROP. 1-8" 11.25" BEND EXIST. 12"0 ACP WATER LINE TO BE REMOVED 12 2 STA 55+03 (21.0' RT) PROP. 1-12" 45' BEND EXIST. 12"0 ACP WATER LINE 12 W EXIST. 4"0 GAS LINE TO BE REMOVED PROP. CURB EXIST. 6"0 ACP WATER LINE TO REMOVED w PROP. CURB WATER TIE—IN CONNECTION STA. 56+05 RT SCALE: NOT TO SCALE PROP. 8"m PVC WATER LINE PROP. 1-8" 45' BEND EXIST. 8"0 ACP WATER UNE TO REMOVED PROP. 8"0 PVC WATER LINE S PROP. 1-8" 45' BEND EXIST. 2"0 GAS SNE TO BE REMOVED EXIST. FIRE HYDRANT ASSEMBLY TO BE REMOVED EXIST. 2"0 GAS LINE TO BE REMOVED EXIST. 8"0 ACP WATER LINE WATER TIE—IN CONNECTION STA. 58+99 RT SCALE: NOT TO SCALE PROP. B"m PVC WATER LINE PROP. 8"X8" TEE, 2-8" GATE VALVES W/BOX & COVER PROP. 8"0 PVC WATER LINE PROP. 1-8" 45' BEND PROP. 8"0 PVC WATER LINE PROP. 4"0 PE. GAS LINE / $ ,L. .n r t h PROP. 3"0 PVC ELECT CONDUIT (LIGHT) aW 0 Po O EXIST. 6"0 ACP WATER LINE EXIST. 8"0 ACP WATER UNE TO REMOVED PROP. 3"0 PVC ELECT CONDUIT (LIGHT) PROP. GROUND BOX (LIGHT) PROP. 8"m PVC WATER LINE PROP. 8"X8" TEE, 2- 8" GATE VALVES W/BOX & COVER t 0 Q PROP. 2-8" 11.25' BENDS � Ill PROP. 1-8"X4" REDUCER PROP. 8"0 17C WATER UNE PROP. 1-8" 45' BEND s 0 LIMITS OF CONSTRUCTION PROP. CURB NAVIGATION BLVD / / '1////>'>' k GG EXIST. 51' OF' 6"0 PVC /WATER LINE TO REMOVED / / PROP. 1-8"x8" WYE, 1-8" GATE VALVE W/BOX & COVER EXIST. 8"0 ACP WATER LINE TO REMOVED EXIST. 4"0 GAS LINE TO BE REMOVED PROP. 8"m PVC WATER LINE PROP. 2-8" 45' BEND PROP. 1-8" 11.25' BEND PROP. 1-8" GATE VALVE W/BOX & COVER PROP. 8" 0 PVC WATER LINE PROP. 4"0 PE. GAS LINE EXIST. 4"0 ACP WATER LINE LIMES OF CONSTRUCTION PROP. FIRE HYDRANT ASSEMBLY Q G EXIST. U/G CONDUIT TO REMOVED AND REPLACED BY OTHERS (AT&T) N PROP. 1-8" 45' BEND NAviGATIOBVD 8 WATER TIE—IN CONNECTION STA. 66+48 LT SCALE: NOT TO SCALE PROP. 8"0 PVC WATER UNE u a STA 54+79 (131.5' RT) PROP. 1-8" 45' BEND 1-8" GATE VALVE W/BOX & COVER WATER TIE—IN CONNECTION STA. 55+24 RT SCALE: NOT TO SCALE EXIST. U/G CONDUIT TO REMOVED AND REPLACED BY OTHERS (LEVEL 3 COMMUNICATIONS) EXIST. 2"m GAS LINE TO BE REMOVED 3 R'. %N18: a w EXIST. 4"0 ACP 0 WATER LINE TO REMOVED PROP. B" GATE VALVE W/BOX & COVER PROP. GROUND BOX (LIGHT) PROP. 8"X8" TEE •w� PROP. 2"0 GAS LINE 8 PROP. 3"0 PVC ELECT CONDUIT (LIGHT) 1-8" GATE VALVE W/BOX & COVER 0 O PROP. 8"0 PVC WATER LINE EXIST. 8"0 ACP WATER LINE TO REMOVED NAVIGATION BLVD EXIST. U/G CONDUIT TO REMOVED AND REPLACED BY OTHERS (LEVEL 3 COMMUNICATIONS) PROP. 8"0 PVC WATER UNE PROP. 2"0 PE. GAS LINE EXIST 2"0 GAS LINE TO BE REMOVED BY CONTRACTOR EXIST. 8"0 VCP WASTEWATER LINE TO REMOVED EXIST. 8" VALVE TO BE REMOVED LIMITS OF CONSTRUCTION EXIST. U/G CONDUIT & BOX TO REMOVED AND REPLACED BY OTHERS (LEVEL 3 COMMUNICATIONS) PROP. 1-8" 45' BENDS PROP. 8"0 PVC WATER LINE PROP. 1-8" 45' BENDS EXIST. 8"0 ACP WATER LINE WATER TIE—IN CONNECTION STA. 66+98 RT SCALE: NOT TO SCALE CONSULTANT'S JOB NO. 120472 0 a C a C W 0 z z C a - DELETED 2" M.I.S. CONDUIT, ADDED 12"X8" REDUCER, & ADDED 30' OF 8" PVC WATER UNE ADDED 8" BEND DETAIL 6 z 0 a 0 a Q LLIX Department of Engineering Services C C m N a 0 ccui 5 12 -J O m J Z C r 5 m csa. a I REVISION NO. SHEET 46 of 124 RECORD DRAWING NO. STR 869 CITY PROJECT# E12090 EXIST. U/G CONDUIT TO REMOVED AND REPLACED BY OTHERS (AT&T) PROP. 8"0 PVC WATER LINE -PROP, SIDEWAU( PROP. 4"0 PVC (( WASTEWATER FSERVICE LINE EXIST. 4"0 ACP WATER LINE TO REMOVED PROP. 8"O PVC WASTEWATER LINE EXIST. C/0 PROP. 1-B" 45' BENDS __ ROG/ ■� Ro. Ad) PROP, CURB 8 g -_ NAVIGATION 1 BLVD �I EXIST. 8"0 ACP WATER LINE TO REMOVED WATER TIE-IN CONNECTION STA. 71+42 LT SCALE: NOT TO SCALE PROP. 1-8" 45' BENDS PROP. 8"O PVC WATER LINE PROP. 1-8" VALVE W/BOX & COVER PROP. 8"x8" TEE, 1-8" VALVE W/BOX & COVER EXIST. 8"0 VALVE TO BE ADJUSTED (MPPE) NAVIGATION BLVD EXIST. 2"0 GAS LINE, ,PROP. 2"0 PE. GAS LINE EXIST. 8"0 PVC WATER LINE TO REMAIN IN PLACE _ r 4Gc < PROP. CURD 4 STA. 76+25 (44' RT PROP. 2-45' BENDS EXIST. 8"0 ACP WATER LINE TO REMOVED PROP. 8"OPVC WATER LINE PROP. 4"0 GAS LINE EXIST. 4"0 GAS LINE TO BE REMOVED PROP. 8"0 PVC WATER LINE EXIST. FIRE HYDRANT ASSEMBLY TO BE REMOVED EXIST. 8'0 ACP WATER LINE LIMITS OF CONSTTRUCTION EXIST. U/G CONDUIT TO REMOVED AND REPLACED BY OTHERS (LEVEL 3 COMMUNICATIONS) i STA. 76+62 (47.0' LT) PROP. 2-45' BENDS EXIST. POWER POLE TO BE RELOCATED PROP. CURB WATER TIE-IN CONNECTION STA. 76+25 RT SCALE: NOT TO SCALE STA, 76+63 (67' RT) 1-F.H. ASSEMBLY (TYPE 1) STA. 76+63 (69' RT) PROP. 2-45' BENDS CC a W J CONSULTANT'S JOB NO. 120472 CL 0 REVISION NO. DELETED 2" M.LS. CONDUIT DESCRIPTION Department of Engineering Services m C, w 0 O.^ zo T-1 m � C W N Z P $ m 5 cc G cc 0. REVISION NO. SHEET 47 of 1 24 RECORD DRAWING NO. STR 869 CITY PROJECT# E12090 48 WWMH# 11799, STA. 42+66 (20.5' LT) (CONTRACTOR OPTION ....REHAB...EXIS .,..4I0....BRICK...MH.... W/FIBERGLASS :LINER OR REMOVE &;REPLACE W/4'0 FIBERGLASS MH) RIM= 43.03 (,(PPE) PROP. 8"0 PVC FL= 35.39 IWWMH-#1 :STA. 42+46 (40.5' RT) :PROP. 4'0 FIBERGLASS MH :RIM= 43.08 (MPNG) EXIST. F/O CONDUIT .I PROP. 2"0 IPE. GAS LINE•, EXIST. 2"0 GAS TO BE REMOV 7.39 PROP. 84 x 61' PVC S= 0.5% FL= 37.69 EXIST. SERVICE LINE EXIST 18" R.C.P TO REMAIN IN PLACE 46 44 40 38 38 34 WASTEWATER LATERAL "1A" PROFILE STA. 42+66 SCALE: HORIZ: 1 "=20VERT: 1 "=2' 48 WWMH-#11808 STA. 47+92 (19.0' LT) (CONTRACTOR OPTION REHAB EXIST 4'0 BRICK MH W/RBERGLASS LINER 'OR-REMOVE...&...REPLACE........... W/4'0 FIBERGLASS MH) RIM= 45.89 (MPPE) PROP. 8"0 PVC WASTEWATER LINE (CONTRACTOR OPTION PIPEBURST EXIST 80" VCP TO 8"0 HOPE) .FL=...38,44., II WWMH-#2 STA. 47+90 (45.5' RT) PROP. 4'0 FIBERGLASS MH RIM= 46.41 (MPNG) EXIST. 2"0 GAS TO BE REMOVE P..ROP.,......2"0..t PE. GAS LINE EXIST. F/O CONDUIT T= 39.67 (M.E.) 9.32 (M.E.) . w4a 0-0.-4.707WWX.-00iyi`? ♦bb bb�bb♦♦♦� ... VICE PREP. 84 X 65'R VC WASTEWATER NE PIPEBURST EXIST 60" VCP TO 8"0 HDPE) S= 0.54% 46 44 42 40 38 .36 34 WASTEWATER LATERAL "A" PROFILE STA. 47+90 SCALE: HORIZ: 1 "=20' VERT: 1 "=2' WWMH-#11806 STA. 49+68 (20.5' LT) (CONTRACTOR OPTION REHAB EXIST 4'0 BRICK MH W/FIBERGLASS,._LINER OR REMOVE & REPLACE W/410 FI RGLASS MN) RIM? 47.84 (MPPE) EXIST. 2"0 GAS CO .........TO BE REMOVE PROP. 24 PE. l5 GAS LINE WWMH-#3 STA. 49+68 (45.5' RT) PROP. 4'0 FIBERGLASS MH RIM= 47.28 (MPNG) FL= 39.5 (M.E.) FL= 39.50 (M.E.) EXIST. 8" SERVICE LINE PROP. 8"0 X 661 PVC WASTEWATER UNE (CONTRACTOR OPTION PIPEBURST EXIST, 8" VCP TO 8" HDPE) S= 0.38% 48......... 46 44 42 40 38 36 WASTEWATER LATERAL "B" PROFILE STA. 49+68 SCALE: HORIZ: 1 "=20' VERT: 1 "=2' CONSULTANT'S JOB NO. 120472 DESCRIPTION PROP. 8"0 PVC E= 41.15 (M.E.) WWMH-#11850 STA. 62+98 (45' RT) REMOVE EXIST. MH AND REPLACE W/4'0 FIBERGLASS MH RIM= 45.50 (MPFG) PROP. 8°0 PVC FL= 41.07 (M.E.) 4404....V LERO HPPL DEPTH 'VERIFIED BY HYDRO -EXCAVATION STA. 65+80, 39.7' LT TOP OFT PIPE EL=40.62 WWMH-11860 STA. 66+59 (46' RT) I REMOVE EXIST. AND REPLACE W/4'0 FIBERGLASS MH RIM= 45.26 (MPPE)\ PROP. 12'4 PE. GAS LINE � .♦♦• .♦�♦s1b.♦e!i�b♦ii♦i•�<♦. IVy i @fib•@@�b�9@®'0`e...............................................................................................................................................................................................:..................................... ���bs♦�♦�♦���i�♦�♦ice♦•.� • St ♦bOib♦b . �'�• ��3e:®�ibOJTis...`.... b��SSs♦O♦♦O•O��♦._ . 6"0 IN 10" CASING FIAT ...NUS ...HPPL................ DEPTH VERIFIED BY HYDRO -EXCAVATION STA. 63+92, 40.7' LT TOP OF PIPE EL=39.25 6"0 IN 10" CASING -FLINT ...HILLS...HPPL.................. DEPTH VERIFIED BY HYDRO -EXCAVATION STA. 63+95, 40.7' LT TOP OF PIPE EL=38.93 PROP. 361' PIPEBL)RSTING, EXIST 8" VCP TO 6" HDPE EXIST. 24 GAS LIN TO BE REMOVED PROP. 8"0 PVC FL= 34.09 (M.E. ) PROP. 84 PVC PROP. 84 PVC FL= 34.04 (M.E.) FL= 34.35 (M.E.) 46 44 42 40 38 36 34........ 32 30 63+00 64+00 65+00 66+00 67+00 C WASTEWATER LATERAL "C" PROFILE STA. 66+59 SCALE: HORIZ: 1"=20' VERT: 1"=2' C 4 w ADDED LATERAL "lA" & PIPEBURST EXIST WASTEWATER LINE DESCRIPTION O .'. C• 0 Department of Engineering Services 0 z z C U, SHEET 48 of 124 RECORD DRAWING NO. STR 869 CITY PROJECT# E12090 WWMH-#7 STA. 66+60 (27' LT) ......P..ROP._...4'A...F..IBERGLASS....MH RIM= 44.81 (MPPE) PROP. 8"0 EL= 33.33 PVC PROP. 8"0 PVC E.= 33.23 PROP. 8"0 PVC EL= 33.76 WWMH-11860 STA. 66+59 (46' RT) REMOVE EXIST. AND REPLACE W/.4.'.N...FIBERGLASS ...MEI ................... RIM= 45.26 (MPPE) EXIST. 8"0 ACP WATER LINE TOI BE REMOVED EXIST. 18"0 RCP PROP. 2"0 PE. GAS UNE Pr��1 ��.���.i� PROP. S"0 z 73' PVC 5= 0.38% EXIST. 2"0 GAS TO IBE REMOVE PROP. 8"0 PVC EL= 134.35 1 PROP. 8"0 PVC E.= 34.04 PROP. 8"0 PVC E..;6 34.09 46 44 42 40 38 36 34 32 WASTEWATER LATERAL "D" PROFILE STA. 66+60 SCALE: HORIZ: 1 "=20' VERT: 1 "=2' WWMH-#8 STA. 68+58 (53' LT) PROP. 4'0 FIBERGLASS MH RIM.-.....45.1.8....(MP..P..E).................. • PROP. 8"0 PVC E-= 35.96 MIN -SCOPE (VERIFY) WWMH-#9 STA. 68+72 (46' RT) PROP. 4'0 FIBERGLASS MH RIM= 45.50 (MPFG) EXIST. TO BE 2"0 GAS �y REMOVE EXIST. U/G CONDUIT TO REMOVED AND REPLACED BY OTHERS (LEVEL 3 COMMUNICATIONS) ...................:................................................... PROP. b"0 PE. GAS LINE EXIST. 18'0 ACP WATER LINE .T.O...BE.1. REMOVED. EL= 37.00 PROP. 8"0 PVC E. 35.96 PROP. 4"0 WASTEWATER E= MATCH EXISTING EXIST. 4"0 WASTEWATER PROP. 8"0 PVC EL= 34.32 • 46 44 42 40 38 36 34 32 WASTEWATER LATERAL "E" PROFILE STA. 68+58 SCALE: HORIZ: 1 "=20' VERT: 1 "=2' WWMH-#10 STA. 70+79 (23.5' €.T) PROP. 4'0 FIBERGLASS MN RIM= 45.51 (MPPE) PROP. 81b PVC ............._...35:733........................ MIN 0.33% SLOPE (VERIFY) i EXIST. 4"0 WASTEWATER WNMH-11863 STA. 70+92 (46' RT) REMOVE EXIST. AND REPLACE W/4'0 FIBERGLASS NH TO/DROP CONNECTION :.........................R{M®...46:70...(MPFG)... EXIST. U/G CONDUIT TO REMOVED AND REPLACED BY OTHERS (LEVEL 3 O, COMMUNICATIONS) PROPGASLINE 2"0 PE. �` EXIST. i"0 GAS ,_ TO Sr REMOVED EXIST.; 8"0 ACP WATER LINE PROP. 8"0 PVC 1 . I E= 36.73 EL= 40.00 PROP. 8"0 PVC EL= 35.04 PROP. 6"0 PVC EL= 43.52 EXIST 6"0 WASTEWATER ................................. • PROP. 6" DROP CONNECTION WASTEWATER LATERAL "F" PROFILE STA. 70+79 SCALE: HORIZ: 1 "=20' VERT: 1 "=2' 46 44 42 40 38 36 34 a 102 20' CONSULTANT'S JOB NO. 120472 DESCRIPTION m WWMH-#11 STA, ....73+73...(23,5'....UT)........... PROP. 4'0 FIBERGLASS NH RIM= 46.05 (MPPE) PROP. 1-12", 20' SECTION DIP, CENTERED OVER „ WASTEWATER LINE PROP. 8"0 PVC WATER LINE WWMH-11866 „STA. .73+78.(347!.• RI) ................. REMOVE EXIST. AND REPLACE RIM=048 11 (L PEG)H M EXIST. U/G CONDUIT TO REMOVED AND REPLACED .BY.... OTHERS- ..(LEVEL....3........... COMMUNICATIONS) PROP. EL= 38 8"0 PVC EXIST. 2"0 GAS IG...BE REMOVE PROP. 2"0 PE. GAS; LINE 50 EXIST. 8"0 ACP: WATER UNE PROP. 8:.0 PVC EL= 37.2(i MIN .033% (VERIFY) ! PROP. 8"6 PVC EL= 37.22 PROP. 8"0 PVC EL= 38.50 WASTEWATER LATERAL "0" PROFILE STA. 73+73 SCALE: HORIZ: 1 "=20' VERT: 1 "=2' 48 46 44 42 40 38 36 34 WWMH-#1.2 STA. 74+94 (23.5' LT) PROP, 4'0 !FIBERGLASS MH W/DROP CONNECTION RIM= 45.57 (MPPE) EXIST. U/G CONDUIT TO REMOVED AND !REPLACED BY OTHERS (AT&T)1 ..P.ROP 3"0 .PV. ELECT CONDUIT (LIGHT) PROP. 1-12", I 20' SECTION DIP, TETERVLEWASTWAIN EXIST.....41 ................... ACP WATE LINE TO BE REMOVED PROP. 8"01 PVC WATE . LINE PROP. 8" PVC E= 39.59 WWMHI-11867 STA. 74+90 (32' RT) REMOVE EXIST. AND REPLACE W/41/1 FIBERGLASS NH RIM= 45.56 (MPEG) EXIST. U/G CONDUIT TO REMOVED AND REPLACED BY OTHERS (LEVEL 3 tiCOMMUNICATIONS) ............'......................................................:......... !PROP. 2"0 PE. GAS LINE , EXIST. ,.,,_ 6"0 WASTEWA"fER"""r. PROP. 8" DROP CONNECTION PROP. 8"0 PVC 'EL=' 36:39. I EXIST. 2"0 GAS TOBEREMOVE „ K" �-EXIST. 8"0 I� ACP WATER LINE U TO BE REMOVED PROP. 8"0 PVC EL= 37.10 PROP.; 8"0 PVC EL= 37.19 48 46 44 42 40 38 36 34 WASTEWATER LATERAL "H" PROFILE STA. 74+94 SCALE: HORIZ: 1 "=20' VERT: 1 "=2' REVISION NO REVISED LATERAL PROFILES z 0 0 0 Department of Engineering Services REVISION NO. SHEET 49 of 124 RECORD DRAWING NO. STR 869 CITY PROJECT# E12090 NO.3 REINFORCING STEEL 12 IN. (TYP.) NO. 3 REINFORCING STEEL 2 IN. GROUND BOX 9" GRAVEL FILL (2) (1) CONDUIT W/PULL STRING FIBER OPTIC GROUND BOX SCALE: NTS 1. FINAL POSITION OF END OF CONDUIT SHALL NOT EXCEED ONE-HALF THE DISTANCE TO THE SIDE OF BOX OPPOSITE THE CONDUIT ENTRY. 2. PLACE GRAVEL "UNDER" THE BOX. NOT "IN" THE BOX. GRAVEL SHOULD NOT ENCROACH ON THE INTERIOR VOLUME OF THE BOX. 3. AU. CONDUITS SHALL BE INSTALLED IN A NEAT AND WORKMANLIKE MANNER. 4. ALL CONDUITS INSTALLED IN THE GROUND BOX SHALL BE SEALED AFTER COMPLETION OF CONDUCTOR INSTALLATION AND ANY REQUIRED PULL TEST. 5. SILICONE SHALL NOT BE USED AS SEALANT. 6. USE 24"x36"x18" POLYMER CONCRETE ASSEMBLY OR APPROVED EQUAL FOR M.I.S. CONDUIT. 7. USE 11"x18"x18" POLYMER CONCRETE ASSEMBLY OR APPROVED EQUAL FOR UGHTING CONDUIT. 8. PROPOSE CONDUIT SHALL INCLUDE PULL STRING. FIBER OPTIC & LIGHTING GROUND BOX DETAIL SCALE: NTS NEW WATERLINE W/ ONE 20 -FT. SECTION OF DUCTILE IRON PIPE W/ MJ FITTING CENTERED OVER WASTEWATER UNE. i � m Ig ! NEW PVC WASTEWATER GRAVITY LINE OR PRESSURE PIPE NOTE: THIS ACTIVITY SHALL NOT BE PAID FOR SEPARATE BUT SHALL BE CONSIDERED SUBSIDIARY TO THE PROPOSED WATER AND/OR WASTEWATER IMPROVEMENTS. C NOTE: ONE 20 -FT. SECTION OF NEW PVC PRESSURE PIPE (150 P.S.I. MIN. PRESSURE RATING) WITH APPROPRIATE ADAPTERS SHALL BE CENTERED UNDER THE WATERUNE TYPICAL PIPE CROSSING DETAIL SCALE: N.T.S. NERAL NOTES FOR TRENCH BACKFILL TABLE 1 FINAL TABLF 2 BEDDING AND INITIAL BACKFILL BACKFILL (BELOW PIPE TO 12" ABOVE PIPE) (GREATER THAN 12" ABOVE PIPE) 5/16" UNPAVED AREAS PAVED AREAS ALL BEDDING AND INITIAL BACKFILL SHALL CONSIST OF GRANULAR MATERIAL CONSISTING OF EITHER NATURAL SAND OR SANDY GRAVEL, OR MATERIAL PRODUCED BY CRUSHING OF NATURAL STONE OR GRAVEL. SEWER ONES: 1. EXCAVATIONS <20F7. DEEP AND ABOVE WATER TABLE, USE MATERIAL MEETING THE FOLLOWING CRITERIA. MEETING REQUIREMENTS OF ASTM D2487 FOR: SP GP SW GW SP -SM GP -GM SW -SM GW -GM AND IN ADDITION: PASSING 1/2" SIEVE - 100% PASSING #4 SIEVE - 30% MINIMUM PLASTICITY INDEX (PI) - NP TO 10 MAX. 2. IN DEEP EXCAVATIONS (>20) OR BELOW WATER TABLE, USE CRUSHED STONE OR CRUSHED GRAVEL MEETING GRADATION OF: A. CONCRETE COARSE AGGREGATE; TxDOT ITEM 421; GRADE 2, 3, OR 4. WATER LINES: A. FOR 12" ABOVE PIPE TO BOTTOM OF TOPSOIL BACKFILL SHALL BE APPROVED SELECT MATERIAL FROM THE EXCAVAT- ION; OR IMPORTED MATERIAL; ALL TO BE FREE OF ROCKS, DEBRIS, OR ANY CLUMPS GR- EATER THAN 2" IN DIAMETER; LOOSE LIFTS TO BE PLACED 10" MAX COMPACT MATERIAL TO 95% STD. PROCTOR (0698). MOISTURE TO BE ADJUSTED TO t 3% OF OPTIMUM. B. TOPSOIL TO BE PROVIDED EQUAL OR BETTER THAN EXISTING; AND MATCH EXISTING TOPSOIL DEPTH. COMPACT TO FIX CONFLICT TO EXISTING ADJACENT TOP- SOIL .(CONSTRUCTION TO BE PERFORMED BY "DOUBLE DITCH" METHOD -TOP SOIL SALVAGED TO BE PLACED ON TOP) A. FOR 12" ABOVE PIPE TO 3' BELOW BOTTOM OF ROAD BASE: BACKFILL SHALL BE SELECT MATERIAL FROM EXCAVATION OR TO BE IMPORTED MATERIAL AND SHALL MEET THE FOLLOWING: <35 LLL 35 LPI 8-20 NO CLUMPS > 2" D/A. MOISTURE -1 TO + 3% COMPACT 95% STD PROCTOR (ASTM 0698) LOOSE LIFTS OF 10" MAX OR IF SELECT MATERIAL FROM EXCAVATION DOES NOT MEET REQUIREMENTS, THEN USE ZED SAND (SEE TABLE 2- CEMENT STABILIZED B W) B. FOR 3' BELOW BOTTOM OF ROAD BASE TO BOTTOM OF ROAD BASE: BACKFILL SHALL BE CEMENT STABILIZED SAND AND SHALL MEET THE FOLLOWING REQUIREMENTS: SAND GRADATION: % PASSING 1/2" 100% #4 55-100 #10 40-100 #40 25-100 #200 10-20 RI NP -10 CEMENT = 6-7% BY WEIGHT; MINIMUM 100 PSI ® 48 HOURS. D D698.OF OF MOISTURETO. COMPACT OBE ADJUSTED 95% 3. FOR WATER PIPE EMBEDMENT, USE THE FOLLOWING: SP OR SW, (SAND WITH UP TO 12% ALLOWABLE PASSING #200 SIEVE). AND IN ADDITION: PASSING #8 SIEVE - 100% PASSING #16 SIEVE - 70% FOR ALL UTILfTfES• 1. FOR PIPE DIAMETER EQUAL TO OR SMALLER THAN 16", USE 4" MINI- MUM BEDDING UNDER PIPE. 2. FOR PIPE DIAMETER GREATER THAN 16", USE 6" MINIMUM BEDDING UNDER PIPE. NEW PVC WASTEWATER GRAVITY LINE OR PRESSURE PIPE NEW WATERUNE W/ ONE 20 -FT. SECTION OF DUCTILE IRON PIPE W/ MJ FITTING CENTERED UNDER WASTEWATER LINE. WATER NOTE: THIS ACTIVITY SHALL NOT BE PAID FOR SEPARATE BUT SHALL BE CONSIDERED SUBSIDIARY TO THE PROPOSED WATER AND/OR WASTEWATER IMPROVEMENTS. 3 TYPICAL PIPE CROSSING DETAIL SCALE: N.T.S. STEEL CASING WALL THICKNESS CHART MINIMUM THICKNESS DIAMETER OF CASING PIPE 0.2500" 1/4" 12" OR LESS 0.3125" 5/16" OVER 12" - 18" 0.3750" 3/8" OVER 18" - 22" 0.4375" 7/16" OVER 22" - 28" 0.5000 1/2" OVER 28" - 34" 0.5625" 9/16" OVER 34" - 42" 0.6250 5/8" OVER 42" - 48" OVER 48" MUST BE APPROVED BY ENGINEER. NOTE; THIS CHART IS ONLY FOR SMOOTH STEEL CASING PIPES WITH MINIMUM YIELD STRENGTH OF 35,000 PSI. CONSULTANT'S JOB NO. 120472 12 C 0 U s ZCD N PRCD P z z o� a) SEE 0 REVISION NO. z E N 0 Department of Engineering Services m a 0 REVISION NO SHEET 50 ofl 24 RECORD DRAWING NO. STR 869 CITY PROJECT# E12090 SAW CUT EXIST PAVEMENT\ 1.0' W+2.0' 1.0' CEMENT STABILIZED SAND (1 1/2 SACKS CEMENT PER. C.Y. OF SAND COMPACTED TO 95% STD. PROCTOR DENSITY (ASTM D 698) MAGNETIC WARNING TAPE 12" ABOVE PIPE 12" 8" SAND BEDDING \\\ -.PIPE O.D. + 16" SAW CUT EXIST PAVEMENT PROPOSED PAVEMENT AND SUBGRADE AS PER DETAIL A -A ON SHT. 8, 9, 9A & 9B BACKFILL SHALL BE SELECT MATERIAL FROM EXCAVATION OR TO BE IMPORTED MATERIAL, IN EITHER CASE ALL MATERIAL SHALL MEET THE FOLLOWING: LL<35 PI 8-20 NO CLUMPS > 2" DIA MOISTURE -1% TO+3% OF OPTIMUM COMPACTED TO 95% STD. PROCTOR (ASTM D698) LOOSE UFTS OF 12" MAX SAND ENCASED AS PER PROJECT SPECIFICATIONS PIPE TRENCHING, BEDDING AND BACKFILL FOR DISTRIBUTION WATERLINES BENEATH PAVEMENT SAW CUT EXIST PAVEME SCALE: NTS SAW CUT EXIST PAVEMENT BACKFILL SHALL BE SELECT MATERIAL FROM EXCAVATION OR TO BE IMPORTED MATERIAL, IN EITHER CASE ALL MATERIAL SHALL MEET THE FOLLOWING: LL<35 PI 8-20 NO CLUMPS > 2" DIA MOISTURE -1% TO+3% OF OPTIMUM COMPACTED TO 95% STD. PROCTOR (ASTM 0698) LOOSE LIFTS OF 12" MAX EXIST UT1UTY LINE TO BE REMOVED EXIST UTILITY LINE REMOVAL BACKFILL DETAIL BENEATH PAVEMENT SCALE: NTS PROPOSED PAVEMENT AND SUBGRADE AS PER DETAIL A -A ON SHT. 8, 9, 9A & 9B PROVIDE 4" CLEAN TOPSOIL "MOUNDING" TO OFFSET SETTLEMENT 111-11I=111=h MAGNETIC WARNING TAPE 12" ABOVE PIPE 12 PE0.D.+18 FINISH GRADE BACKFILL SHALL BE SELECT MATERIAL. FROM EXCAVATION OR TO BE IMPORTED MATERIAL, IN EITHER CASE ALL MATERIAL SHALL MEET THE FOLLOWING: LL<35 PI 8-20 NO CLUMPS > 2" DIA MOISTURE -1% TO+3% OF OPTIMUM COMPACTED TO 95% STD. PROCTOR (ASTM D698) LOOSE LIFTS OF 12" MAX SAND ENCASED AS PER PROJECT SPECIFICATIONS PIPE TRENCHING, BEDDING AND BACKFILL FOR DISTRIBUTION WATERLINES IN UNPAVED AREAS SCALE: NTS PROVIDE 4" CLEAN TOPSOIL "MOUNDING" TO OFFSET SETTLEMENT ,_rrr=11�=TTT-r BACKFILL SHALL BE SELECT MATERIAL FROM EXCAVATION OR TO BE IMPORTED MATERIAL, IN EITHER CASE ALL MATERIAL SHALL MEET THE FOLLOWING: LL<35 PI 8-20 NO CLUMPS > 2" DIA MOISTURE -1% TO+3% OF OPTIMUM COMPACTED TO 95% STD. PROCTOR (ASTM 0698) LOOSE UFTS OF 12" MAX EXIST UTILITY UNE TO BE REMOVED REFER TO SHEET 50 FOR GENERAL NOTES FOR BACKFILL FINISH GRADE EXIST UTILITY LINE REMOVAL BACKFILL DETAIL IN UNPAVED AREAS SCALE: NTS CONSULTANT'S JOB NO. 120472 DESCRIPTION m U 0 REVISION NO. 8 3 0 Z 0 U 0 Department of Engineering Services z z 0 C SHEET 551 of 124 RECORD DRAWING NO. STR 869 CITY PROJECT# E12090 FIREHYDRANTS a 1/2" " CONSULTANT'S SHEET NO. .. . . PUMPER OONN£CTION . T, DRAINAGE BED SHALL CONSIST OF CRUSHED STONE OR COARSE GRAVEL W/ COARSE 7 t/4" _ - f t - ° n ;# ,iy;N ct Ys 6�S#.. ..... M z� /# o O $ �z _`,..... S' ;WI.. �i2 TO FACE CURB / R SAND, MIN. VOLUME'7. CU, FT., DRAIN BED SHALL EXTEND A MIN. 6" ABOVE DRAIN OUTLET. 1 4" _ 7 1/6" a --iLf C e r 2: ALL, FIRE HYDRANT FITTINGS SHALL BE LOCKED TOGETHER.BY LOCKING RETAINER GLANDS SOIL AS S• AGAINST FIRM HOWN. N .. " _ �i °� TOP OF VALVE Box' SHALL , 4. ALL HYDRANTS SHALL 'BE INSTALLED - - 1 1/2„ /A� / WRAP BARREL AND•' ALL DUCTILE IRON FITTINGS AND NIPPLES" IN SET TO PROPOSEDv.• 5.. LARGE NOZZLE FACES ROAD ,UNLESS OTHERWISE NOTED. ROTATE BARREL AS REQUIRED.. ♦ * l/2" l' 6' . DIA. ' DOUBLE THICKNESS OF 8 M. FI FINISHED • GROUND GRADE 6 HYDRANT SHOULD NOT BE SET CLOSER THAN 4' TO OBSTRUCTIONS THAT ARE IN LINE 1.1 i POLYEIWYLEJIE .f WITH NOZZLE. , ` _' _ f/4" R 1/2" , 94 - ,_.• %// 6" 7. FIRE HYDRANT SHALL BE SET TO MANUFACTURER'S BURY LINE AT PROPOSED/EXISTING „ " MIN GRADE PLUS I'. B. NO TAPS ARE TO BE MADE ON FIRE HYDRANT LEAD. ' ... .. . , is/ i ' ' .. •;0 IRON .. r :. VALVE BOX 8 x8 x6" DJ. -TEE (M.J.) --:-CAST ,. DESCRIPTION THE SEAL APPEARING ON THIS DOCUMENT WAS SIGNED AND DATED BY DANNY N. YBARRA.' P.O. .TEGAS NO. 61104 ON 7/13/01. ALTERATION OF A SEALED DOCUMENT WITHOUT PROPER NOTIFICATION TO THE RESPONSIBLE ENGINEER IS AN OFFENSE UNDER THE TEXAS ENGINEERING PRAC1ECE ACT. . DRAINS HOLES OR 6" AS REQUIRED .. 3/8,. - 161 r. 8 MINS l .. . ' .:. [, .. V .-MIN. ■r ,. S / j .' p, o ; r- (. •'-'-,-11 ... PAVED STREET 3000 PSf CONCRETE COLLAR .. •:. ...-.. SURFACE 4" MSN , ., 1 .. .. . . 6.-90 D � WATER MAIN �. . BEND (SW x•SWj - HIND NYD MIX HOT EXTENSION DETAIL. .. , ... _ BRICK DR.CONCRErE '. PACE 2' x 2'-x " N x 6COCRETE BLOCK. .. vor 20" MIN. ' . � NOT TO SCALE ... , � SUPPORT` SHALL BE AT. ', :.:'' 6" GATE .. STABILIZED CAUCHE'.BASE' .. .. � .. 7 1/4" - . . , THE BOTTOM OF THEHYDRANT VALVE (M.J.)' /�/S�� FIN A/STABILIZED SUBGRADE GRADEEd ... i .. : DRAINAGE BED * 6x18" al. SOUP 2 SWIVEL NIPPLE , j j 1 /AV'/b7 Y/ T/.S%'Iv CE i r.....••.:4•1".44),.//4"/"..>"/".>" 1 4 0 )/ 0 OLLAR moo CONC G ¢ .. NOTE : 1, ANYTHING LESS THAT 20', WILL. BE IRON LOCKED TO THE VALVE ... t p .DUCTILE Z ANYTHING MORE THAN 20' SHALL REQUIRE CONCRETE THRUST BLOCK' BEHIND i 1 AS ' 2 1 f • .. 2 1 / O� ". 4 o : HYDRANT AGAINST UNDISTURBED SOIL. i . 'acile. / " n, i . FORnwox 6" DLI "- f9., 2 Cl s RISER SHALL BE DUCTILE OR CAST IRON OR PVC AS . .. 1 ' v - • . CEMENT SAND BACKFILL 1/2 - SACK. / C.Y. "' 4---.1." t -' FOR 8" DIA - 23 1 8 FOR lO DIA. - 27 3/8" . io ' FIRE HYDRANT ASSEMBLY PROVIDED BY MANUFACTURER. DETAILm •,,, FOR 12"VIA.- 30 3/8" h' 1, j WATER LINE BEHIND . CURB8" PVC ♦. Nor To WALE x 6". .. •, E.2' BqCK- PLACKET£ BLCK. . CON *gill ill _ BL K; . �+�" Pi2.. VALVE. BOX DETAIL VALVE BOX DETAIL PUMPER CONNECTION @ @QUN . TO FACE CURB PAVEMENT.. . - NATURAL . GROUND ®�� �� .. . . . . NOT TO SCALE .. ... Nor TO SCALE ; BURY LINE SHALL MATCH .N.C.4 f n ALL VALVES. SHALL BE HOUSED IN APPROVED VALVE BOXESPP- '' TOP OF. VALVE BOX SHALL .. .. -16" BE SET TO PROPOSED FINISHED GROUND GRADE : 41VER ROAD TO LEOPARD STREET I (BOND 2012) ..:. MN. ... PICK NOTCH SIDEWALK .. CURB & GUTTER • T TO SCALE .. .:. •.. . . 4. �1,t,1.. .. STREET SIDE • BARREL AND ALL ' ..° p ' ' .. ° - o e ..o CURB AND GUTTER • e ` }, �i „ 'tee ._ • . - " "`� ° ° o°. c p•. ;!, TO BE CITY OF CORPUS OR CHRISTI LEDUIN IRWON FITTINGS AND. NIPPLES IN .DOUBLE' THICKNESS:' OF 8 MIL ..: �' . o •.. Ci '. VALVE BOX e P e :. ..•.... . •. ... . P . PATTERN RN POLYETHYLENE ,: - .. • ... P r „� e. 6 x l8 O.l.. qy qo DO NOT BLOCK BARREL - ! - ^I� . - Y , SOLID SWIVEL NIPPLE .•' DRAIN HOLES.. _ v : v r A•_ 6" GATE V LVE PUMPER NOZZLE - PERPENDICULAR U 6" MIN. at " ,,... FIRE HY9RANL LEAD 1111111 1Y .:..., O '... �� ?0 UR87 � �r 6" 90' 0.4 BEND } J .. - : • RETAINER GLANDS _ CSW x 'Sv) •:..:.,.,:::.,� FIRE HYDRANT (M.J.) 4 MIN, WATER UNE � ee•_ .. - ..... .. , BRICK_ OR ...CONCRETE 6"x18" L D.l, . SOLID �-•�-' O PLACE 2' 2 x 6 -CONCRETE BLOCK. SWIVEL NIPPLE 7 1/8 ' l WATER MAIN BRICK x D.I.M.J. TEE W/ 6 BRANCH SHALL ET AT THE ,.illPICK NOTCH BOTTOM THE HYDRANT,' ,OF v •0 ° lir o o c o. 0 3 � vo v o cv ? ° \ / G 1/4- . S7dEWALX . DRAINAGE BED .. ;, y N ... ": 1 CAST IRON i i NOTE : o'• o' o o :. ' o o ° I. ANYTHING LESS THAT: 20' WILL BE DUCTILE IRON LOCKED TO THE VALVE. . - ,..P .. .. .. 2. ANYTHING MORE THAN 20` SHALL REQUIRE CONCRETE THRUST. BLOCK BEHIND I. 5'.1/4" .. T AGAINST UNDISTURBED. . .. HYDRANSOIL. PE . PROPERTY UNE LID ' DETAIL Nor TO SCALE FIRE HYDRANT ASSEMBLY DETAIL FIRE HYDRANT ASSEMBLY DETAIL WATER LINE IN STREET NOT TO SCALE WATER 'UNE BEHIND.' CURB • . • NOT TO SCALE .. �f .. c. ' STEEL SPACER BODY CASINGSPACERS 45' BEND D.I.P.. WITH LOCKING. RING EXISTING PIPE / ?H LOC 0./ RING _ _. EXISANG PIPE BY I DESCRIPTYON - - - I CONSULTANT'S SHEET NO. • -:. a CASING PIPE i�j, +�I'p"`r t^ « y f_� of ; •' �: FZ ac : j'�� `�11�1 , ( 1 _ � A. ALL CARRIER PIPE IN CASING INSTALLED BY JACKING OR ''p BORING SHALL BE SUPPORTED BY BOLTON STYLE CASING ,./ZACK",, i, SPACERS, AS MANUFACTURED 8Y ADVANCE PRODUCTS INC, OR ',��i�i �0� ENGINEER APPROVED EQUAL. 9 REMOVE ONE JOINT OF 9:1;1. �� EWING PIPE AND REPLACE WITH DJ. PIPE l /14 N.V.,''"`I REMOVE ONS JOINT Of 18" MIN. ♦\e REPLACE PIPE 0 PIPE $f !!/ B. CASING FOR INSTALLED• /-ilii WELDED STEEL OR=� CASTPOLYETHYLENE -' RUNNERSUPPORT / 0 4, , / / - CARRIER PIPE % / % °�o' if si� �,•�••f ,••���/��/. %/1 HAVE A FUSIONBONDED CARBON STEEL BODY, NEOPRENE OR /WITH / PVC LINER. STEEL SUPPORTS AND U.H.M.W. POLYETHYLENE RUNNERS, I� � POLYMER PLASTIC RUNNERS• 1 - 1/2"NIGH x 1" WIDE (TYP) C. CASING SPACERS SHALL BE SIZED TO SECURELY FASTEN ON TO THE CARRIER PIPE BARRIER D.D. AND SHALL BE •FURNISHED WITH A MINIMUM RUNNER HEIGHT TO'PREVENT THE PIPE FROM RESTING : 11 t 45' BEND D.I.P. * C/'�'�^liii�♦ 45' BEND D.I.P. WITH LOCKING RING LOCKING RING •ALL BENDS TO BE MECH. JOINT FITTING + ALL FITTINGS SHALL 8E RESTRAINED - BY MECHANICAL JOINT:RESTRA/NT DEVICE WATERLINE ADJUSTMENT UcSE MENT DETAIL MED LICJG" AEN -- THE SEAL APPEARING ON THIS DOCUMENT WAS SIGNED -AND DATED BY DANNY N. YBARRA P£. TEXAS NO. 61104 ON 7/13/01.. ALTERATION OF A - SEALED DOCUMENT WITHOUT PROPER NOTIFICATION 00 :THE RESPONSI&.E ENGINEER IS AN OFFENSE UNDER THE TEXAS ENGINEERING PRACTICE OCT. .. ,. :�/-/ OR SLIQING. ON ITS JOINTS DURING THE INSTALLATION,`. '� a �,�,�.// - .. : .' 1. POSITIONING OF SPACERS SHOULD • ENSURE THAT THE CARRIER . INEER APPBLOROVED SPECS, OR ENGINEER � APPROVED EQUAL, AN DESIGNATED BY WATER DMS/ON' INSPECTOR .. SEE X18 UNDER GENERAL NOTES PIPE INSULATION DETAIL . p %LA .. .., PIPE IS' ADEQUATELY SUPPORTED THROUGHOUT ITSt;LENGTH. .. . ,. ,, • '. OEO .., .: RE MMEN ., 2, SPACERS AT EACH END SHALL NOT BE FURTHER, THAN 6'•" NOT TO SCALE ' - ' - FROM 'THE END OF CASING' REGARDI FCC. SOF SIZE OF' CASING ... :. ' `SEAL ENDS CASING WITH ' AND CARRIER PIPE •OR TYPE -OF SPACER USED... CASING PIPE -- - - ��D: FOR PIPE WITH MECHANICAL' JOINTG FLANGES OR BELL AND. OF MANUFACTURED CASING END SEAL, SUBJECT TO ENGINEERS APPROVAL: JOINTS, CASING SHALL BE INSTALLED WITHIN 12' MAX. D/SrANC£_,, CARRIER PIPE SP fGOT SPACERS , ONE FOOT EACH OF THE BELL OR FLANGE AND ONE IN : HE7WEENSPACERS ON SIDE 4 ' ; �. .... Y ` THE CENTER OF THE JOINT WHEN . i8 TO C 20 FOOT LONG JOINTS "' ""' "' "t"'•""" ARE USED. MAXIMUM SPACING FOR SPACERS IS 12 FEET �I• „'- w■- �h� �1 CASING. SPACER' SHOULD BE SPACED A MAXIMUM ' OF 1ON�E'1FOOT FRO/I EACH/ SIDE /OF.JOIINT . _ INSULATOR SPACING DETAIL 1ST SPACER - - .. SECURE WITH APPROPRIATE OFTC SITE ALL -THREADS . . RODS AT BOTH.ENDS CASING., iiiCITY OF ',; CORPUS CHRISTI . TEXAS >WAUAR WATER In 01 ' DEPARTMENT Department of Engineering Services NOT TO SCALE '. -' NOTE: CASING SHALL BE STEEL. . . o TYPICAL CASING DETAIL Nor To SCALE ... d z Z o I .. WATER AS. (SOIL 21).DOMESTIC ,. REQ . . TO BUILDING _ 6"' OR 6' CLASS 200 DUCTILE IRON , . OR P.V.C. PER.AW.WA, C -900r , !L j , . B O.C. r RC. ( j 1 - _ - - GAA' PE'K ,,,.p) Ze ER CAP `,, COPP pIN yP.) . g' v o 200 PSI, PRESSURE -TEST FROM THIS .. - PONT TO BUILDING PER FIRE DEPARTMENT ..-._• \\\ Z„ 1p1ER SR ON SOP Z' (If.) U.E. _ .e-- --GAP N // - ____� /1 .. _ __ 9A11 K ... 8 55 TEE . 1' _,00 ER 1'' 2" _ .-6" FLANGE x PE ADAPTER M1„ CO' 8" OR 6" FLANGE FACE GATE VALVE. NON RISING STEM WITH WHEEL B.O.C_—.. PC Sp,pQLE E: RNCE � 5 NAVIGATION BOULEVARD UP RIVER ROAD TO LEOPARD STREET (BOND 2012) STANDARD WATER DETAILS ADJUSTMENTS, CASING DETAILS, FLDC VALVE, CONNECTIONS & 'TYP. VALVE LAYOUT r- -,_ --1 8" OR 6" FLANGE FADE \ \ .'. // ..-,-,.----,--- 2,. _ _ 2" BRASS TUBING .. METER VAULT -INSTALLATION TO FALL I { DOUBLE ' II PgR,. THIS PORTION INCLUDING METER . VALVE BY CITY UPON PAYMENT OF TAP FEF BY CONTRACTOR CONTRACTOR SHALL ALSO PAY METER lNSTALLA- ¢AaI. I f i 5 I $wIx ,I®p I . �i. 4®} )� �.) - I (, DETECTOR CHECK VALVE . PRECAST CONCRETE TANK W/TOP FOR VAULT STRUCTURE PER CITY OF CORPUS CHRISTI -WATER DEPARTMENT REQUIREMENTS PROVIDE TOP ACCESS COVER FLUSH WITH FINISHED GRADE WITH OPENING I 1 f I I' I I 1 .. x.2,.- E 2.. PIPE. pR 1 ,oNg .AQ?P1 8 ' NOTE : MANIFOLDS LARGER THAN SIX CONNECTIONS WILL REQUIRE APPROVAL PURCHASE / TION FEE. I i I ' i tt I I 1 $e®y►,- 1 I �m ' AND COVER FOR READING METER.- VAULT SIZE WILL .,' REBASED ON SIZE OF DOUBLE DETECTOR CHECK AND DOMESTIC WATER METER SMALL VAULT = 96" (L)) x 44 (W) x 52-(0.4 NOTE VALVES SHALL Bf /NSTAIIPT) .AT THE POWT OF CURVATURE (P.C.)-OF THE. CURB WHENEVER POSSIBLE.WATER FROM THE CITY OF CORPUS CHRISTI WATER DEPARTMENT FOR.ANOTHER TAP AND SERVICE. . DESREDATOBFIT NST LLLLATON - `WITHIN I! I 1-a,'--� I �- LARGE VAULT = ..108" (I) x 78" (W)'x 48"(16). - OR 6' FLANGE FACE GATE YALb£. ' . TYPICAL VALVE INSTALLATION THREE TO SIX WATER CONNECTIONS EASEMENT. L-----= -1 .. NON RISING STEM WITH • WHEEL AT INTERSECTION C TO NOTSCALE 2 6" x 4" OR 6" x 4" DUCTILE IRON TEE W/, 4" BIND FLG: TAPPED' FOR -2" LP. THREAD - •, NOT TO SCALE' - . 3 .. W/2' PLUG. 6" RANGE x RE J - ADAPTER . ` ...._ 8„ OR 8" x6". TAPPING SADDLE W/ NOTE: LOCKING RING VA TAPPING LVE PROPERTY LINE OR 1. CONCRETE. VAULT MAY BE BUILT' ON THE SITE OR PREFABRICATED. ' EASEMENT LINE r ____U _ , . .- Ui 2. GAP SHALL BE NO LESS THAN 48" OF UNDISTURBED SOIL. •CLOSURE WILL BE MADE - 1,ONLY AFTER THE FIRE PREVENTION BUREAU HAS APPROVED THE HYDROSTATIC TEST 5'-0" (USUAL) I �) - OF THEIR PORTION' OF THE FIRE LINE }B"'A,V,Q (CLASS 150), A.W.WA. C-900,3. PREPARE THE EXCAVATION APPROXIMATELY. 6" DEEPER THAN THE DEPTH OF - 8 THE VAULT, THEN ADD 6•" TO 8" OF GRAVEL OR CRUSHED ROCK FOR DRAINAGE NOTE AND LEVEL UP,- `' 4. ALL FITTINGS WITHIN METER VAULT SHALL BE DUCTILE IRON FLANGE, ALL AFIRE UNE DETECTOR CHECK (FLOC) APPLICATION VALVES• AND APPURTENANCES, SHALL PER ,CITY WATER DIVISION.. REQUIREMENTS. MUST BE SUBMITTED Lt' APPROVED 'BY THE CITY •OF ; CORPUS CHRISTI-WATER".DEPT, PRIOR TO. INSTALLATION . '' ` -b. 1" l.D. HOLES WILL BE DRILLED, THROUGH, VAULT FLOOR'TO ALLOW DRAINAGE, QUANTITY TO BE. SPECIFIED ON. PERMIT, APPLICATION... -•RECORD TYPICAL' FIRE:- LINE DETECTOR � 'CHECK (FLDC) VALVE VAULT s. RAM -NECK sHALL 8E PIACED DETWEEN CONCRETFC Lo aND VAULT , , , & DOMESTIC METER INSTALLATION (N 1'S.) _ 7. ' VAULT' STEEL INSPECTION .LDS WILL BE FASTENED BY A HINGE TO PREVENT ,THEFT: - - - w F q SHEET 53 Of L24 DRAWING. NO.. O . - ST' \ 869 . Z 'o .()HIS DETAIL IS SUBJECT TO REVISION IN COMPLIANCE W974 STATE REGULATIONS): - - PROJECTFA 1 CITY E 2090 TRENCH WIDTH O,D. +- 2' -% CONSULTANT'S CONSULTANT'S SHEET NO. • r "'j .2" BrAIsss R£ET ELBOW r i 7" MIN. 2" MAX.. ®�.) 0:0. + 4' OK FOR ,.R 5..• 4�� ° i• Y6• rsy •i• ., . '-- »�," �,/ ^„ [. ' {l ry I /1IIIII NEATLY MOUND. C PAY PURPOSES / .. BACKFILL iIIIt1II - !� L�___.�, .....•.. 2" BRASSSTREET ELBOW . 1 2".42" 2 x12" BRASS .. I. ' I = 2 xr2" BRASS � I i AVMT: REPAIR EXIST. O.D. + 4' PLANT I PAYUM ? ICOR•OJECT CE WITH 'FOIE{CAPONS NIPPLE FOR SAMPLES : - .NIPPLE FOR SAMPLES I ASSEMBLY �.. .2" RISER d.. 2'•BRASS CAP. _ ITEM it -ASPHALT �o���1O��o�1"�- 2" VALVE �j. 2" VALVE I . 2" PLUG' 2" RISER ASSEMBLY r REM' 2-CAUCHE �•� — ..VERTICAL. 111,w ► i e oO o o > i ��,�� REQ D. 12" MIN. '' L ►�oA�����Y`+` 00000♦4.. I 12 MIN. MAX, j 36" AX .... . I .. � � .MAXI •. l j {. {.`_`_�-�_ •_"•' .I 3 1 1►4******* � * 4 1 36" . .. =- .-'- . .: : .' a•.c . \ .� bu,\' ,� I 1 . SUDS RADE COMPACAON i,►O�o4o®A..004 - o 4►,� 041004!04 . 2" GALV. PIPE :., . I- '. - �� ,--=__----.- f- =--,-.- = WRAP IN .:PIASTIC ' .. '... ... . I 2". GALV.. PIPE I ,I : , . .. 2"xt " BRASS TEE & TRENCH $ACKFILL , FOR 1" SERVICE rd.= ' MIN;' . COMPACTED TO 95X �!�0�0� ...LOTS STD. PROCTOR DENSITY • s0 v . 0�0�00 , n N ARNING TAPE ',.) ABOVE* PIPE 11.►0a..1,& EN CASE' . ..'000 0x01' , ``r' o. h 1L 1 _ I 2x12 '1. 1 I - SAND ENCASE y6 W `' VARIES z o v 0 .. -4 W- W� $ 5 o 1.. 24,1t� 0 5 3� $ o � ,O z g IWA .. .: • - .'. .,. r--.1 .i BRASS NIPPLE {'. - - '1 WRAP !N PLASTIC , SEE 'PLANS & 'S. S• S,,, •/ .. \ - . I .I' I. i ,SEE NOTE BELOW I5o -.' 11 SEE NOTE. BELOW \ � I. .I L j 2"CQUAIING � �J .. .. ' 1 ..:..�1V�., .. j 2""X12" BRASS NIPPLE - � ' ... 2" COUPLING 11111 -J I UNDER UND 2" BRASS STREET ELBOW i PAVED AREA. NON -PAVED " ' A 2'TYPEK` COPPER, I r I • NOTE: - M.J... CAP, RING,' GASKET, AND HARDWARE . �1Ii 1I®'N' i I - AFTER BACTERIOLOGICAL SAMPLE PASSES NOTE: - TEST CONTRACTOR. WILL REMOVE RISER • .CONTRACTOR WILL REMOVE RISER ASSEMBLY AND INSTALL 2" BRASS CAP 'AND INSTALL 2" BRASS PLUG ON BRASS TEE AFTER SAMPLE PASSES L _:_/ 2" BRASS 90"'. ELBOWPAVEMENT REPAIR SHALL BE ASSEMBLY' CLASS /UNLESS 2 x1" OTHERWISE INDICATED. ' .��B» .: -. ' DETAIL "C f� THICKNESS REQUIRED FOR PVMT. REPAIR' NOTE: �. DETAIL .. . ITEM CLASS I ' CLASS If CUSS IlI PIPE SMALLER THAN 16" TO LIE TEST,RISER ASSEMBLY, TEST RISER ASSEMBLY 1 1 1/2" 2" . .3" 8" SAND ENCASED 16- & ABOVE • NOT -TO NOT TO SCALE .. .. - 2 $„ 1 D " 12 ". "TO BE "'SAND ENCASED 12 CA SCALE FURNISHED AND INSTALLED BY .CONTRACTOR . ''... '.. - FURNISHED AND INSTALLED. BY CONTRACTOR'.. ._ PAVEMENT REPAIR & BACKFILL .. : - NOT TO SCALE .. TOTAL AREA OF BLOCKS EQUAL AREA REQUIRED FOR TEE rr�UNDISTURBED. SOIL . (SEE TABLE FOR MINIMUM SOIL ' THRUST.BLOCK AREA) IUNDISTURBED TRENCH s `4 wpm s :.: armor_ . ? . THRUST BLOCK 4 0• ° 11111111111111 . . O.D;+12 .e � �1�1 111151111111 .. I Ii Q . . .- . TEST RISER ASSEMBLY A` 1� ii - n .. ..: I BY I DESCRIPTION NAVIGATION BOULEVARD UP RIVER ROAD TO LEOPARD STREET (BOND 2012) STANDARD WATER DETAILS ADJUSTMENTS, CASING DETAILS, FLDC VALVE, CONNECTIONS & 7YP. VALVE LAYOUT 3 OF 5 CONTRACTOR TO INSTALL . TEST AT 150 PSI FOR. .;�.- ..' .2 HOURS.. ' EXISTING MAIN - _ '. . .' . „ ' . , j `, , :. .. �al WIDTH TO BE FROM FITTING , PLUG TO UNDISTURBED SOIL - . ;. CONQRETE7FIRUST BLOCK -. • CONCRETE SUPPORT BEHIND PITT/N G • NOT TO SCALE - -' , LOCATION OF' THE 10' + GAP SHALL BE APPROVED BY 'THE WATER DIVISION 'IJjJ �4 . CROSS WITH PLUG MINIMUM THRUST BLOCK AREA REQUIRED .. .. . Nor TO SCALE PIPE SIZE TEES ,& PLUGS. 90' BEND 45 BEND 22.5' , .BEND 11.25' BEND 7, HYDROSTATIC TEST: WATER FOR FILLING THE, NEW WATER LINE AND PERFORMING it S WILL , 6" �2 SQ. F. 3 SQ. FT. 2 SQ. FT. 1 SQ. FT.. r SQ,. FT. 8E FURNISHED 7O THE CONTRACTOR BY THE CITY OF CORPUS CHRISTI THROUGH A, STANDARD _ CONCRETE, BLOCK TO BE PLACED . ' 8" 4' SQ., FC 5, SO. 'FT. 3 50. FT. 1 SQ. FT. 1 SQ'.. FT ' WATER CONSTRUCTION METER CONNECTION. STANDARD WATER CONSTRUCTION METER AND GAUGE WILL BE SUPPLIED BY'THE CITY AFTER. THE CONTRACTOR HAS PAID ALL APPLICABLE .. ': • BEHIND ALL, TEES, (SEE TABLE FOR - , ,:.10" 6 SQ.. FT. - 6 SQ:`FT." 5 SQ: FT. , 2 SQ. FT. Y SQ.., F.T. , FEES FOR-7HE WATER CONSTRUCTION METER. THE TEST PUMP WITH APPROPRIATE CONNECTION POINTS. AS APPROVED' BY THE. WATER SUPERINTENDENT FOR THE INSTALLATION OF METER AND , ;' , MINIMUM, -THRUST BLOCK AREA" ) „ 12" 8'SQ. FT. 12 SQ. 'FT.' - 6.5Q. FT. 3. SQ.' FT.. 2 SQ. FT. . - . GAUGE SHALL BE FURNISHED BY THE CONTRACTOR .THE METER SHALL BE DIRECTLY CONNECTED, '> . TO ;THE MAIN OR PIPE BEING TESTED BY THE VSE: OF COPPER: TUBING OR AN APPROVED ' ,,..:,� , • - 1 " 6 15 S0. FT.. 27 SQ:FT 12 S0. FT. 6 SQ, FL 3 SQ. FT , REINFORCED HOSE. TWE. METER SHALL BE PROTECTED AGAINST' EXTREME: PRESSURES 8? THE ..' ' 'SAFELY �� - -.l I®1 .. :78" 99 SQ. FT. 27.SQ. FT 75 SQ. FT. .7 SQ.. FT. . 4 SQ, i7: USE OF A ONE (1") ,NCH RELIEF -VALVE SET:AT THE TEST PRESSURE: PLUS TEN POUNDS PER ^ SQUARE INCH AND FURNISHED BY THE CITY- (48' HOURS NOTIFICATION);: ' :. ' `. - ! - ' .. !wall= ,. 20"' 24 SQ..FT. 33 SQ. FT 18 S0. FL 9 SQ. FT.. 5 SQ FT. . '2. BACTERIOLOGICAL TEST: CONTRACTOR' SHALL FURNISH, AND INSTALL" TEST' RISER 'ASSEMBLY. :: :.. .. ' SAMPLE -. RISER " . '... .30 D.I. NIPPLE.. _ , .24" 34' SQ. FT' 46 SQ. FL '. 26 SQ. FT. .13. SO. FT.:,'. 7 SQ.. FT. AFTER BACTERIOLOGICAL PASSES TEST, CONTRACTOR: SHALL REMOVE TEST • . ." ASSEMBLIES AND. TIE NEW: SYSTEM TO EXISTTNG..UNDER THE SUPERVISION. OF THE WATER' . ` - :, DMS/ON INSPECTOR. '• CONTRACTOR SHALL FURNISH ALL MATERIALS,.. LABOR AND' EQUIPMENT - .NOTE.. ` NOTE.' VALVES THAT IS REQUIRED TO MAKE 11E / CONNECTION. CONTRACTOR WILL SCHEDULE & COORDINATE' - WITH WATER DIVISION' INSPECTOR ON. DATE & RUE OF TIE-IN ''(24 HOURS NOTIFICATION). ^ . ALL TO BE HOUSED IN VALVE BOX. - AND BOXES TO 85 BROUGHT UA TO 1. THRUST BLOCKS'SHALL . BE POURED. AGAINST,.UNDISTURB£D SOIL., S. CONTRACTOR.:SHALi FURNISH AND INSTALL TAPPING SLEEUf OR'•SADDLE AND TAPPING GATE VALVE : AND VALVE BOX COMPLETE CITY TO MAKE TAP (72 HOURS' NOTIFICATION) - ,. DETAIL 'A �� .. TEST RISER • ASSEMBL.Y ' CONNECTION V 111 & . „ 2.WHERE TRENCH WALL HAS BEEN DISTURBED, EXCAVATE ALL LOOSE PROPOSED FINGSHEp GROUND OR PAVING ERXPEND THRUST TQ UNDISTURSONG GRADE PRIOR TO FINAL ACCEPTANCE 3. ONMATTEEIALS *IAN DDBE£NDS, EXTEND THRUST'BLOCKBLOCK FULL LENBEDGTH. ., y J c 4, NO CONCRETE SHALL BE POURED OVER BOLTS OR. ON TOP OF FITTINGS 'FRAGMENTS. .. T 1 PICAL PLAN O/ VALVE .. 5: ANY CONSIST ESHALL-BELYE OF PLASL FREE OF ROCK BACKFILL. ANY MUCK ENCOUNTERED SH?LLgBE REPLACED' WITH ACCEPTABLE'BACKfIL 6. ALL CONCRETE SHALL HAVE A MINIMUM COMPRESSIVE STRENGTH OF THRUST BLOCK - LOCATIONS . 3000'PSI AT 18 DAYS . ., 7 NO SEPARATE PAYMENT. NOT TO. SCALE NOT TO SCALE SEPARATION OF WATER WATER DISTRIBUTION SYSTEM GENERAL NOTES AND SANITARY SEWER LINES lI - DESCRIPTION - - - CONSULTANT'S SHEET NO. OF f y[4.E T YV DANNY N.YBARRA `: 611 ,., "' I • 1. PROPOSED WATER DISTRUBUTION SYSTEM SHALL BE INSTALLED IN ACCORDANCE WITH CITY OF 1, THE SEPARATION OF WATER AND. SANITARY SEWER LINES AND THE MATERIAL USED. SHALL BE 1N CORPUS CHRISTI WATER DIVISION DISTRIBUTION SYSTEM STANDARDS. ACCORDANCE WITH THE. RULES & REGULATIONS FOR PUBLIC WATER, SYSTEMS" OF TEXAS 2. THE CITY RESERVES THE RIGHT TO ACCEPT THE SYSTEM FOR OPERATION AT ANY TIME, BUT THE NATURAL RESOURCE CONSERVA710N COMMISSION AND THE CITY WATER DETAILS . DATE OF OFFICIAL ACCEPTANCE OF THE SYSTEM WILL BE UPON COMPLETION OF THE PROJECT • AND SATISFACTORY TEST RESULTS 3. THE EXISTING SYSTEM SHALL REMAIN IN SERVICE,UNTIL THE PROPOSED SYSTEM IS PUT INTO' SERVICE. 2. WHENEVER 'WATER & SANITARY SEWER' LINES. CROSS ONE JOINT OF C900 PVC WATER LINE SHALL BE CENTERED OVER THE SANITARY SEWER LINE IN ADDITION TO ANY REQUIREMENTS•AS THE CONTRACTOR SHALL PROTECT THE EXISTING SYSTEM UNTIL IT IS TAKEN OUT OF SERVICE DICTATED BY. ITEM 1 ABOVE .°44.• 4. THE CONTRACTOR SHALL FURNISH. ALL MATERIAL, LABOR AND EQUIPMENT REQUIRED TO INSTALL THE PROPOSED SYSTEM.' 5 TESTING OF LINES (STERILIZATION AND PRESSURED) SHALL BE DONE BY THE CONTRACTOR UNDER THE • NOTES: w . F. §§.512' goMsz.� ,;m ng d 80 °g 8'_ 0 Ps SUPERVISION OF THE WATER' DIVISION. WATER FOR FILLING THE NEW WATER LINE AND' PERFORMING CONTRACTOR MAY BE REQUIRED BY THE' WATER DIVISION INSPECTOR TESTS WILL BE FURNISHED TO THE CONTRACTOR BY THE CITY OF CORPUS .CHRISTI THROUGH A TO INSTALL CENTERED JOINTS OF DUCTILE IRON PIPE AT STANDARD WATER CONSTRUCTION METER CONNECTION. STANDARD WATER CONSTRUCTION METER WATERLINE CROSSINGS OF EXISTING HAZARDOUS PRODUCT FLOWLINES . AND GAUGE mu. BE SUPPLIED BY THE CITY AFTER THE CONTRACTOR HAS PAID ALL APPLICABLE* FEES FOR THE WATER CONSTRUCTION METER. ALL.WATER DISCHARGE MUST BE DECHLORINATED IN ACCORDANCE WITH TNRCC &' NPDES REGULATIONS. PAVED SURFACE 6. THE CONTRACTOR SHALL RECOVER AND STOCK-PILE AT A LOCATION DESIGNATED 8Y THE WATER CURB & GUTTER ' DIVISION. INSPECTOR, ALL FIRE HYDRANTS, VALVES, AND FITTINGS THAT ARE: TAKEN OUT OF SERVICE . BASE MAT IAL THESE MATERIALS MAY BE SALVAGED BY THE CITY . SUBGRADE HOWEVER, ALL ITEMS NOT CLAIMED BY THE CITY PRIOR TO THE FINAL INSPECTION SHALL .BE SEE BELOW CORPUS CHRISTI TEXAS = 7-• r-1-. WATER •,T WATER DISPOSED OF BY THE CONTRACTOR. NOTES. 7. 774E CONTRACTOR SHALL BEAR ALL. COST ASSOCIATED WITH WATERLINE REPAIRS (WHICH RESULT SEE NOTES FROM DAMAGE CAUSED BY THE CONTRACTOR) UPON COMPLETION OF PROJECTS. ALL WATER 36" N LINES SHALL BE FREE: OF ALL'' PATCHES AND SPLICES.'. Sr, ALL PHYSICAL TIES OF THE PROPOSED SYSTEM INTO THE EXISTING WATERLINE SHALL BE RECONNECTED., AND BE MADE UNDER' SUPERVISION OF THE WATER DIVISION INSPECTOR THE CONTRACTOR SHALL FURNISH ALL MATERIALS AND ALL : EQUIPMENT THAT IS REQUIRED :TO' MAKE TIE-INS ' CITY WATER WATERLINEREQUIREMENTS MINIMUM' BELOW COVER REQUIEMEN TOP OF /�- WATERLINE � ; o °z s— DIVISION CREWS WILL MAKE TAPS ON CITY MAINS ARRANGED THROUGH WATER DIVISION INSPECTOR (72 HOUR. NOTIFICATION) NOTES: 2 0 9. ALL EXISTING SERVICE CONNECTIONS TIED ONTO THE EXISTING WATERLINE SHALL BE RECONNECTED ,, ALL MAINS IN THE STREET SHALL HAVE A MINIMUM OF 36" OF COVER AND BE 12" MINIMUM BELOW BY THE CONTRACTOR, INCLUDING RELOCATING EXISTING WATER METERS. IT SHALL BE THE' SUBGRADE AT ALL POINTS AND HAVE VALVE CLEARANCES IN ACCORDANCE WITH THE VALVE DETAIL. CONTRACTORS SOLE RESPONSIBILITY TO NOTIFY AND COORDINATE WITH THE WATER DIVISION 2, ALL TRANSMISSION MAINS (12" DIAMETER & ABOVE) IN THE STREET SHALL HAVE 48" OF COVER AT INSPECTOR SAID RECONNECTIONS / RELOCATIONS IN ADVANCE OF CONSTRUCTION TO AVOID ALL POINTS. DELAYS. (NO SEPARATE• COSTS) . • 3 ALL MAINS NOT UNDER THE STREET SHALL HAVE A MINIMUM OF 36" OF COVER AT ALL POINTS. 10•' MINOR LENGTH OF DUCTILE IRON PIPE ADJACENT TO FITTINGS MAY BE REQUIRED AS DIRECTED BY THE WATER .DIVISION. INSPECTOR BASED ON CONDITIONS ENCOUNTERED IN THE FIELD, THE CONTRACTOR SHALL USE D.LP. AS DIRECTED AND SHALL BE PAID AT THE UNIT PRICE BID FOR THE APPROPRIATE SIZE WATERLINE A MINOR LENGTH IS DEFINED AS A SINGLE LOCATION REQUIRING THE USE OF TWO JOINTS OR LESS. 1 MINOR ADJUSTMENTS. IN THE LOCATIONS OF FITTINGS . VALVES FIRE HYDRANTS ETC: CAN BE ANTICIPATED. THE CONTRACTOR SHALL MAKE SAID MINOR ADJUSTMENTS AS DIRECTED 8Y THE ''., ENGINEER AND/OR WATER DIVISION INSPECTOR AT NO INCREASE OF CONTRACT PRICE WATER DMSION WILL • BE NOTIFIED PRIOR ,TO ALL CHANGES: 12 ALL NIPPLES BETWEEN FITTINGS AND VALVES ALONG MAINS SHALL BE DUCTILE IRON.. 13. ALL DUCTILE IRON PIPES VALVES AND FITTINGS SHALL BE WRAPPED WITH (2) THICKNESSES OF 8 MIL... POLYETHYLENE AND SHALL BE. RESTRAINED WITH.MEGALUG ; MECHANICAL' JOINT RESTRAINT OR ENGINEER APPROVED EQUAL AT ALL FITTINGS CONCRETE THRUST BLOCKS SHALL BE PLACED BEHIND ALL FITTINGS EXCEPT WHERE LOCKING OR SWIVEL FITTINGS ARE UTILIZED UNLESS OTHERWISE SPECIFIED BY THE WATER DIVISION ENGINEER. 15. ALL OFFSETS ARE TO BE DUCTILE IRON PIPE ASSEMBLIES LOCKED TOGETHER BY RETAINER GLANDS DUCTILE IRON BENDS SHALL BE UTILIZED FOR ANY CHANGES IN ALIGNMENT OR GRADE.. .' 16. IF A WATER LINE IS TO BE ABANDONED, THE CONTRACTOR WILL FILL WITH CONTROLLED LOW STRENGTH MATERIAL, ' DARAFILL" BRAND OR ENGINEER APPROVED EQUAL, VALVES WILL BE REMOVED OR FILLED AS REQUIRED BY WATER DIVISION INSPECTOR. 17. CONTRACTOR; SHALL COORDINATE WITH WATER DIVISION INSPECTOR, AND NOTIFY ALL AFFECTED CUSTOMERS 24 HOURS PRIOR TO :KILLOUT OF EXISTING. WATER :SYSTEM 18. WATER DISTRIBUTION SYSTEM STANDARDS CALL FOR MAXIMUM 48" COVER ON WATERLINES. WHEN DEPTHS EXCEED .48 COVER TO AVOID 'OBSTRUCTION, THE USES OF BENDS COULD BE REQUIRED.. 19. CONTRACTOR SHALL KEEP ALL EXISTING VALVES ACCESSIBLE DURING ALL PHASES OF CONSTRUCTION. 20. ALL NEW WATER MAINS SHALL BE INSTALLED SO THAT, PIPE IDENTIFICATION MARKINGS ARE LOCATED ON THE TOP OF THE PIPE. 21. ALL SERVICE LINES UNDER PAVEMENT SHALL BE ONE INCH INSIDE DIAMETER MINIMUM. NAVIGATION BOULEVARD UP RIVER ROAD TO LEOPARD STREET (BOND 2012) . STANDARD WATER DETAILS WATER DISTRIBUTION GENERAL. NOTES 4 of 5 a o SHEET 55 of 1 q 2 4 RECORD DRAWING Na , STR 869 °z oz E CITY PROJECT # E12090 CURB AND GUTTER; 12" SIDEWALK TYPE K COPPER, 3/4" OR 1" AS REQUIRED (CONTINUOUS FROM MAIN TO METER) CORPORATION STOP WATER MAIN CURB AND . CUTTS '.METER BOX (BY CITY) PROPERTY LINE—" ANGLE METER VALVE OR BRANCH 'VALVE ASSEMBLY (ENCLOSE WITH POLYETHYLENE) 0 45' FROM HORIZONTAL :� SERVICE.SADDLE-BRASS / BRONZE I (USE ON PVC PIPE) SERVICE WITH . SIDEWALK NOT TO SCALE TYPE K COPPER, 3/4" OR 1" AS REQUIRED ANGLE METER. VALVE OR (CONTTNOUS FROM MAIN TO METER) BRANCH VALVE ASSEMBLY (ENCLOSE WITH POLYETHYLENE) CORPORATION STOP /O401t) fSERVICE. SADDLE -BRASS /BRONZE / VISE OM PVC PIPE) WATER 'MAIN . • '... SERVICE WITHOUT SIDEWALK NOT TO SCALE METER BOX (BY CITY) 0 -. 45' FROM HORIZONTAL TIED SIDEWALK CURB AND 'GUTTE NOTES: • 12" 12". F.2" METER BOX (BY CITY) • PROPERTY.UNE ---� .: / 4.11.1111) '..QORPQRATTON STOP-;---. • WATER MAIN PROPERTY .UNE-+ ANGLE METER VALVE OR BRANCH VALVE ASSEMBLY. (ENCLOSE WITH POLYETHYLENE) TYPE K COPPER, 3/4` OR 1" AS REQUIRED (CONTINUOUS FROM :MAIN TO METER) - 45'. FROM HORIZONTAL 401 _ `U� E' SADDSE ON VCPIPE)� / BRONZE SERVICE WITH SIDEWALK TIED TO CURB NOT TO SCALE 1. IF THERE IS LESS THAN 2' FROM BACK OF SIDEWALK TO PROPERTY LINE, THE MOM? BOX SHALL BE PLACED 1' BEHIND PROPERTY 'LINE 'KID UTILITY EASEMENT WILL BE REQUIRED. 2. IF THERE IS MORE THAN 2' FROM. BACK OF SIDEWALK TO PROPERTY LINE THE METER BOX SHALL BE PLACED'BEHIND SIDEWALK.. - 3. THE WATER DMSION WILL APPROVE ANY PLACEMENT OF A SERVICE LINE IN A TIED -SIDEWALK SITUATION. r-0" MIN. SIDEWALK PROPERTY, LINE a 45' ' SERVICE TEE WATER MAIN TYPICAL CUL—DE-SAC SERVICE 'NOr TO SCALE . \\�\\\ \'',AWA\i CURB AND GUTTER " METER BOX BY CITY. •ANGLE METER VALVE OR BRANCH•VALVE ASSEMBLY (ENCLOSE WITH POLYETHYLENE), TYPE 'K''COPPER' .3/4" OR, 1" AS REQUIRED ; (CONTINUOUS FROM C -STOP TO METER VALVE) CORPORATION STOP 1-3/8" 1/4 (Tl'P.) NOTE: USED. BY' CONTRACTOR FOR PRE-SET TAP LOCATION IN NEW SUBDIVISION. INSTALL "W" IN CONC. CURB HERE DO NOT .MARK TYPICAL • "L"CURB & LAY -DOWN CURB IN THIS AREA BRASS "W". DETAIL PRE—SET • SERVICE LINE ' MARKER DETAILS NOT TO SCALE MARKER LOCATION TYPE K COPPER CORPORATION. STOP. • LP,T. it COMP FITTING (3/4" OR 2" TYPE •K COPPER= ANGLE METER VALVE (COMP FITTING' x METER COUPLING NUT) SERVICE TEE COMP FITTING x COMP FITTING x I.P.T. (2,). (2,) . (3/4" OR. 1" AS REQUIRED) TYPICAL CONNECTION . DETAIL NOT TO SCALE 2" COUPLINGS (COMP ' PITTING X MIP) THRUST BLOCK SHALL BE. INSTALLED AS DESIGNATED ' BY WATER OMSION INSPECTOR. ' MECHANICAL' JOINT RESTRAINT DEVICE ' MEGALUG" OR APPROVED EQUAL, SHALL BE USED. 2" TYPE K COPPERer„.._. 2" TYPE K COPPER 2" BRASS TEE, 2 X 12 BRASS NIPPLE \-'2" BRASS 90' STREET ELL 6" PVC WATER MAIN 6" MJ CAP AND RING NOTE: (DRILL AND TAP FOR 2" MIP)' NO' MORE THAN 3. LOTS SHALL'BE•SERVED PER; LEG. TYPICAL CONNECTION DETAIL NOT TO SCALE 0 a CONSULTANT'S SHEET NO. REVISION- NO. SERVICE LINE MATERIALS SERVICE CLAMPS ' FOR 3/4", 1", 1 1/2" 1.P. THREAD TAPS FOR 6" MAINS; '2" LP. THREAD CLAMP TAP CONNECTION ALLOWED FOR 8 AND .54gGER MAINS. CORPORATION .STOPS ' • 3/4 1". 1 1/2". AND 2 REQUIRED WITH IN THREAD INLET 'BY COPPER COMPRESSION OUTLET WITH CLAMP - : CORPORATION STOP REQUIRED AT ALL SERVICE. TAPS.. REQUIRED FOR ALL SERVICE LINES BETWEEN MAIN TO METER SIZES REWIRED 3/44,1';' 1 1/2 AND 2' (NO SPLICES ALLOWED) ANGLE METER STOP' REQUIRED AT ALL METERS - SIZES 3/4" & I" - INSTALL .3/4" UNLESS DIRECTED O HERkYISE - COPPER COMPRESSION W/ CLAMP :INLET ;BY METER COUPLING NUT OUTLET. METER (BY OTHERS). METER ADAPTER AND CHECK VALVE (BY OTHERS) REQUIRED AT ALL METERS - SIZES 3/4" & ,1" INSTALL 3/4" UNLESS DIRECTED OTHERWISE METER. NUT INLET BY 3/4{' MALE I.P. OUTLET. ADAPTER.000PUNG (BY OTHERS) REQUIRED AT ALL METERS = 3/4`.' & 1" - FEMALE I.P. BY PVC COMPRESSION. METER BOX CAST 'IRON .W/.HOT TAR DIP SHALL. BE PROVIDED BY THE CONTRACTOR FOR 3/4" METER SETTINGS, IF EXISTING STRUCTURE DOES' NOT HAVE ONE. . BOXES FOR LARGER (1" & UP) METER SETTINGS SHAL.L., BE FURNISHED BY THE CITY. - - BRASS FITTINGS BRASS FITTINGS SHALL COMPLY WITHA.W.W.A. C800-66' AND BE WRAPPED IN POLYETHYLENE PAVEMENT CONCRETE FILL. WITH RADIUS TOP 1'-6" 6" GALV. OR 'STEEL PIPE TO BE PRIMED & PAINTED , WITH RUST -RESISTANT RED -REFLECTIVE PAINT EARTH 3000 PSI CONCRETE NOTE: DO NOT PLACE BOLLARD IN FRONT 'OF HOSE OUTLETS BOLLARD DETAIL NOT TO SCALE 0 8 Z .0 O• Q W 4-1 om et c w Q Li! 3 '4Z LLI O 0 U131!I see} 8 111 Cea W p Z z Fogcom 7 SHEET 5 6 of 124 RECORD DRAWING'NO. STR869 E12090 cin' PROJECT 00 0 Jf%Reil •� ' • t'10' o •f �� `. Wr 1 } " 9t-6" B - 4" APPLY DOW CORNING 736 RTV • _ SILICONE". TO CLEAN DRY 5,-4" 4" _ �_ 4 1 TYPICAL TEST COCK �LOCATION, AL PROVIDED SURFACE OF THE LADDER ! RMOUASNG BRACKETS. *-RTY SILICONE WILL MEET SPECIFICATIONS FDA 21, b n CFR }77.2600, NSF 6f, UL 4"DUCTILE' IRON METER RUN EXCAVATION OUTLINE O C WATER MAIN �! ONE PIECE STAINLESS STEEL TAPPING SLEEVE Line Size x 6" MIN. U E MIN. 6"T a PROPERTY UNE I I of I CITY OF CORPUS CHRIST/ WATER UTILITIES ENGINEERING PICONCRETE s HO �� 1 @t lli iii i�",1..', P$1ed ML•A46106 EMI. ;?la,l ��e' Mt( I • - l•{�� a COLOR WILL BE RED. I mo= � � 1 y�� 3't E— A __ A uwb CITYWA7ER MAIN VAULT WALL -I ►! E � ` BYPASS DETECTOR VALVES $ PLAN VIEW B a • �e'x a - STAINLESS STEEL 1 r v ( O mid ll 4 "J 4.O'xe.-0"DOUBLE LEAF ALUMINUM HATCHWAY. "----+►�'- STAINLESS STEEL SAFETY ALUMINUM MOUNTING BRACKET HEX NUT /WASHER, ANCHOR. (6 Rte• 1 DETAIL 1A SIDEWALK RADIUS ON M.J. X FLANGE �1 - }. zU FLACON "`II s I 1 a ; ;�. TAPPING VALVE _ C Mil I METER VAULT 4' METERS 2 Cs)(3"AND —3'± W ONLY) EXTENSION POST , ON ALL UPPER EDGESW 4' TO IP ABOVE FINISHEDU TNOT (SEEYAUI.T NOTES I. J IRON 8' DUCTILE -_ cl LcU PROPERTY UNE 144 GENERAL LAYOUT D. YBARRA Approved Date 04/07/05 MECHANICAL JOINT -_ _1 ' UTILITY ORUNE w ATTACH LADDER WITH 6" FINISHED GRADE J, 3,43'X 3' STAINLESS � �2PA TEE 6' OR 8"X 4" O 8" 6' OR 8" — �" 2 z STEEL HEX NUT/ LOCK WASHER, Fur 7 _ sVALVE ) OSEY GATE VALVE RG. WASHER LOK/801.7 ANCHORS (6PLOL) ALUMINUM LADDER I " -- LLMET�TTT�S �R SNITCH •- 2 PLACES) 1 CENTER FLOOD ASSEMBLY ON VAULT OPENINGS I' DIA. EACH END MECHANICAL JOINT CAP a 4 O INSTALL STANDARD CITY 4 " 90" MECHANICAL JOINT ELL . 4 " MECHANICAL JOINT CAP O VALVE BOX , LID AND r PVC a RISER. ENCASE WITH 3000 PSI CONCRETE RING (20" CAST IRON RANGED 1. CAST IRON RANGED WSW.. COUPUNGAOAPTER, 7' COUPLING ADAPTER 1 Aii1 '~-.7-....ax �� s °' STAINLESSS ALL THREAD RODS W/ SS BACKING WASHER LOCK WASHER AND 53 _ , _ - U P.►� ,.� i Q1�;_!-� I.1. .... f f v. / A (4 1 ' �I�t, — NOTE: ANY AND ALL 6' MINIMUM (AND NO CLOSER HAN 3' FROM ER DIA. X9"DEEP ). 3 (� REOD.) i �; '1111-41-... �T °cII`I VAULT FLDCD WITH VAULT AND METER VAULT DETAILS her. N.T.S, Drawn D.DIETRICH Checked F.PENA Scale: vert. EXPANSION JOINT— jii �,�, j 1 'O JOINTS I�NNTHE EDGE OF 771E VAULT) FINISHED GRADE FILLER AROUND ,� ! MUST BE FILLED 10091 PIPE a GROUT oPENmG. n :d1 _ , 1' 9" 2 WIm BUTYL RUBBER RLExrsLEGasxEr ..., ' 6" - ---- T • g0. 0�0g�0�000g00 0-.,,,16;5<255 DOCTEE IRON PIPE _ 11 �f .=milk 1 1 STUB -OUT OR RANGE. z s " ;; \ �; �. HAOT PGALV EABLE PIPE SUPPORT f CENTER PVC SUMP W/ FIBERGLASS SECTION B - B f 2 REOD.) GRATE AND PVC PIPE EXTENSION. 1'-6" MINIMUM SECTION A - A " 12 TO 14 t EXCAVATION OUTLINE FRONTELEVATION FIRELINE TAP REQUIREMENTS R2 OFFSET As!',EQuIRED ALL MECHANICAL JOINT SIDE ELEVATION (RESTRAINED) CSS - CITY STANDARD SPECIFICATION 6' TOE' OF GRAVEL NOTE: PROTECT OPEN END WITH DUCT Engineering Data UNDER THE ENTIRE TAPE PRIOR TO CONCRETE POUR AND Field excavation and preparation snag be Unmp+amd prior to BASE OF THE VAULT CUT Our TAPE Anr CH CONCRETE HAS detery of assembly. Use dimensional data as shown. Pipe, FOR DRAINAGE ser. varves and mange of the assembly are approved by one ormore of the (o6owing associations: FIRE LINE DOUBLE CHECK DETECTOR and VAULT ASSEMBLY !� ® V 0 RI CSS -CITY STANDARD SPECIFIATION- NOTES: 1.) THE UTILITY CONTRACTOR SHALL PROVIDE THE MATERIALS AND LABOR TO INSTALL THE WATER LINE AS SHOWN IN 771E GENERAL LAYOUT IN DETAIL R2. 2.) THE VAULT AND DOUBLE CHECK DETECTOR SHALL BE PROVIDED AND INSTAI I FD BY THE FIRE SPRINKLER CONTRACTOR. TAPNOTES:M 1.) TAP SIZE /S SAX (B) INCHES. 2.) ALL MECHANICAL JOINTS WILL BE RESTRAINED. 3.) THE UTILITY CONTRACTOR WILL PROVIDE ALL MATERIALS AND EQUIPMENT TO MAKE THE TAP AND WILL HAVE THE JOB SITE READY. CITY CREWS, IN COORDINATION WITH THE WATER DEPARTMENT CONSTRUCTION OBSERVER, WILL MAKE THE ACTUAL TAP. STREET CUT NOTES: 1.) IF ANY PORTION OF THE FIRE UNE TAP REQUIRES STREET CUT OR REMOVAL OF SIDEWALK AND, OR, CURB AND GUTTER, BACK FILL AND REPLACEMENT OF THE REQUIRED MATERIAL WILL BE AS DIRECTED BY THE CITY ENGINEERING OBSERVER. 2.) SPECIFICATIONS FOR STREET REPAIR AREAS FOLLOWS: BACK FILL WITH CEMENT STABILIZED SAND (2 SACKS CEMENT / 1 CU. YD.. SAND ). 3.) SURFACE REPAIR WILL BEA MINIMUM OF 2 INCHES HOT MIX OR, IF CONCRETE, A MINIMUM OF 6 INCHES WITH #4 AEBAR AT 12 INCHES ON CENTER OR, AS DIRECTED BY THE CITY ENGINEERING CONSTRUCTION OBSERVER. METER NOTES: 1.) TAPS AND METERS LARGER THAN 1' WILL BE SIZED BY THE CITY WATER DEPARTMENT. 2) THE CE7Y WILL PROVIDE A METER BOX FOR METER SIZES 2" AND SMALLER. 3.) WHEN A 3' OR 4' METER IS REQUIRED, THE UTILITY CONTRACTOR SHALL PROWDE THE MATERIALS AND LABOR TO INSTALL THE METER VAULT. ( SEE DETAIL R3 ) 4.) 6* AND LARGER METERS WILL BE INSTALLED ABOVE GROUND PER WATER DEPARTMENT REQUIREMENTS. VAULT NOTES: 1.) VAULT MAY BE INSTALLED FLUSH WITH PEDESTRIAN WALKWAYS. STANDARD EXPANSION JOINT MATERIAL WILL BE UTILIZED BETWEEN THE 2.) VEHICULAR TRAFFIC ON VAULT WILL REQUIRE SPECIAL HATCHWAY AND SEPARATE SUBMITTAL DRAWINGS APPROVED BYA REGISTERED ADJACENT CONCRETE.VT" PROFESSIONAL ENGINEER. 3.) OS3,Y GATE VALVES WILL BE CHAINED AND LOCKED IN THE OPEN POSITION, OR AS SPECIFIED BY THE CORPUS CHRIS77 FIRE DEPARTMENT. 4.) SEPARATION AND ORIENTATION OF VAULTS (L E.. HATCHWAY LATCH ORIENTATION) WILL BE CONSIDERED DURING PLAN APPROVAL.. VAULT SPECIFICATIONS: TOP: 4" - 4 X 4X#4 WIRE WITH 3'-0"X 4'-0' DOUBLE LEAF ALUMINUM HATCHWAY SIDE WALLS: 3"- 4 X 4X#4 WIRE BOTTOM: 6" - 4 X 4 X #4 WIRE CONCRETE: 4000 pal - 800 lbs per cy (50% 5/8" pee gravel. 50% sand) REINFORCEMENT: ADD ADDITIONAL REINFORCEMENT AROUND HATCHWAY AND OPENINGS TO PREVENT CRACKING. R4 90 1/2" -GENERAL 3" " " B A J - A 12"x12" PVC SUMP W/ FIBERGLASS GRATE AND PVC PIPE EXTENSION. CENTERED IN VAULT. SIMILAR TO : NOS NO. A - 2412 Gi?A77 NOS NO. A 6127 ADAPTER „ IL— 3' - NOTE: PROTECT OPEN END WITH DUCT TAPE PRIOR TO CONCRETE POUR AND L_ — J CUT OUT TAPE AFTER CONCRETE HAS SET. B US FILTER HATCHWAY AND FLOOR DRAIN PACKAGE PART NUMBER CCAAC3648 Description PLAN VIEW I} 36"X48" DOUBLE LEAF ALUMINUM HATCHWAY CENTERED IN VAULT TOP. ATO 6" BOVE FINISHED GRADE / • FINISHED GRADE J ?iB" INSTALLATION NS ION m 0 3 =8" TYP. EACH END EXPANSION LLAT INSTALLER _VAUL7'AND _ 1 ' 0" Fl! I FR AROUND PIPE AND GROUT OPENING. Rev.By f W -j 1 ^ -2'-0"- - R3 —3' r r V-4" r A CONSTRUCTION JOINT4"_ SECTION A - A TO BE FILLED 100% SECTION B - B WITH BUTYL RUBBER FLEXIBLE GASKET. METER VAULT ASSEMBLY (THREE AND FOUR INCH METERS ONLY) CSS - CITY STANDARD SPECIFICATION Page 57 of 12 4 CONSULTANTS SHEET NO. PROVIDE NEW 30" OPENING RING & COVER. SEE SANITARY SEWER NEW FIBERGLASS MANHOLE CONSTRUCTION: STANDARD DETAILS -SHEET 2 OF 5 ALSO PROVIDE STAINLESS STEEL (SS) ��.WA Pit,OFT��,11t ..51: �T It INFLOW INHIBITOR. 1. THE CONTRACTOR SHALL VISIT THE SITE. OF THE. WORK AND EXAMINE LOCAL CONDITIONS TO BE ENCOUNTERED, TOP SURFACE OF CONC. COLLAR 70 BE 1/4" IMPROVEMENTS TO BE PROTECTED, PERMITS AND FEES REQUIRED, AND OTHER RESEARCH NECESSARY TO ASSURE BELOW FINISHED ASPH. PVM'T. SURFACE. CONTRACTOR UNDERSTANDS THE PROJECT THOROUGHLY AND IS FULLY AWARE OF ALL CONDITIONS AND CONSTRAINTS WHICH MAY BE ENCOUNTERED DURING THE COURSE OF CONSTRUCTION. H.D.P.E. RINGS FOR HEIGHT ADJUSTMENTS NO SUBSTITUTIONS ALLOWED. 1'-0" t► MIN. THROAT OPENING SEE DETAIL LOWER LEFT OF THIS SHT. 3,000 PSI CONCRETE (PROVIDE REBAR REINFORCEMENT 3-#4 BARS) NOTE WHEN CONCRETE DEPTH EXCEEDS 12" MIN., 3 #4 RE9ARS WILL BE REQUIRED. *. * °;°*0 $*: 0 j $ CHARLES F BASF! III; �'••°' 100973i ►� o�., w�S I, , ( .c0444. �°" .•• 6.. 2. THE CONTRACTOR SHALL BE RESPONSIBLE FOR ACQUIRING ANY NECESSARY OFF-SITE LOCATIONS FOR STORAGE OF ALL " ��^ EQUIPMENT AND MATERIALS REQUIRED FOR THE CONSTRUCTION OF THE PROJECT. I _ ` ; s VA IES (12" MIN.) NOTES: l�) /�� c„--44 �Y (1"/� S? �J 3. ANY SOILS/WATER TABLE INFORMATION INCLUDED IN THE PLANS AND/OR SPECIFICATIONS IS FOR REFERENCE ONLY. THE CONTRACTOR SHALL BE RESPONSIBLE FOR PERFORMING ANY INVESTIGATION AND/OR RESEARCH NECESSARY TO IDENTIFY EXISTING CONDITIONS THAT MAY IMPACT OR INFLUENCE PROPOSED CONSTRUCTION. II PRECONSTRUCT!ON EXCAVATION PRIOR TO ANY CONSTRUCTION TO VERIFY THE LOCATION - � 1. PIPE ENTERING A MANHOLE MORE THAN 24" PLACE CONCRETE ABOVE THE INVERT MUST HAVE A DROP CONNECTION. TO TOP OF ABOVE INVERT. (SEE NOTES 9 &10) I` CORBEL 2. MANHOLE FOUNDATION MAY BE PRE -CAST ' T ° 2�q 4. PRIOR TO BEGINNING WORK CONTRACTOR TO PERFORM OF EXISTING CONDITIONS OF UNDERGROUND UTILITIES AND/OR SUBSTRUCTURES AND IMMEDIATELY ADVISE CITY ENGINEER OF CONFLICTS. FACTORY 7.1- ON GROUND SURFACE. (PERMISSION/PROCEDURE TO THE ENGINEER FOR APPROVAL) BONDED JOINTMUST 5. CONTRACTOR SHALL CONDUCT EXCAVATION AND BACKFILL OPERATIONS IN SUCH A MANNER AS TO CAUSE NO DAMAGE II TO ANY EXISTING UTILITY, NOR IMPACT SAFETY FOR THE PUBLIC DURING AND AFTER CONSTRUCTION. SEE NOTE 13 BE SUMITTED 3. PROVIDE 2 -COATS OF (60 MIL.) JEFFCOAT 326 OR APPROVED EQUAL o UTILITIES FOUND IN CONDITION OTHER THAN AS SHOWN ON THE DRAWINGS SHALL BE BROUGHT TO THE ATTENTION OF THE ENGINEER. FOR ALL FINAL BACK -: THAT ALL DAMAGE TO UTILITIES SHALL BE RECONSTRUCTED TO THE SATISFACTION OF THE FILL REQUIREMENTS r ` ''"'l1'' • SLOPE INCLUDING CORBEL AREA, ON ALL EXPOSED CONCRETE SURFACES,ff AND MANHOLE ' "' ' ° "` ? BOTTOM. B CITY AND ENGINEER AT CONTRACTOR'S EXPENSE. ' 1 %FT. �I 4. FOR BENCH ANYH OVER EXCAVATIONE o INITIALBACKFILL- BE FLOWABLE , " 6. PRIOR TO ANY MANHOLE EXCAVATION OR OPENING OF MANHOLE COVERS IN THE ROADWAY PROPER BARRICADING AND 5' R :'; REROUTING SIGNS SHALL BE PLACED TO DIVERT THE TRAFFIC AND PEDESTRIANS IN ACCORDANCE WITH APPROVED TRAFFIC CONTROL PLANS. FILL TO EXCAVATION ' K WALL OR FORM �.:=,.s „ •tt�, 7. ALL CUTS THROUGH EXISTING ASPHALT AND/OR CONCRETE PAVING SHALL BE SAW CUT UNLESS DIRECTED OTHERWISE :. •�i♦F BY THE ENGINEER. I,1.4 ��'.; '` ' . SEE PIPE SEAL DETAIL /� % : • :. '''' �i SITE MUUCT10N, _ _ OF THE WORK SITE MUST BE MECHANICALLY TAMPED II"°_1 I1 l y AND PLACED IN 12" LIFT MAX. LAB DENSITY PER LIFT TO BE 95% STANDARD PROCTOR DENSITY. ALL FITTINGS SHALL BE PVC SCHEDULE 40 � (SOLVENT WELD UP TO 12" DIAMETER). 8. FOR SEWER LINES ENTERING THE MANHOLE, THE INVERT SHALL BE U -SHAPED CONCRETE GROUT TO A MINIMUM DEPTH DOWELS TO BE NO. 4 REBAR X L�"".'. OF PIPE O.D. THE CORNERS SHALL BE SLOPED TO PREVENT SOLID DEPOSITION. (SLOPE 1 "/FOOT) 12" LONGAT 24" O.C. MAX. SPACING NO. 5 BARS AT I_'' f / /� LINE / / .• -• • ': ` -_ ` yy • '�� ' MAX, 9. A DROP CONNECTION SHALL BE PROVIDED FOR SEWER LINES ENTERING THE MANHOLE 8" O.C.E.W.3,, . MORE THAN 24" INCHES ABOVE THE MANHOLE INVERT. CLEAR `':' 6 „ 10" Co MANHOLE WALL PENETRATIONS FOR PIPE ABOVE THE FLOWLINE OF THE MANHOLE SHALL BE CORED AND SEALED WITH A WASTEWATER DEPARTMENT APPROVED SEAL GASKET WATER STOP ASSEMBLY. FORM ALL CONCRETE FOUNDATION WORK. �, •: .;'•;, , :::.'=';it:; <. •< f' A)10. U DO NOT USE THE EXCAVATION WALL AS A FORM. CRUSHED STONE (TXDOT ITEM 421, GRADE 2, I _I-�' I I �.. 12" SANITARY FIBERGLASS MANHOLE �� E 11. PIPE LAYED ALONG AND THRU THE MANHOLE FLOWLINE MUST HAVE AN APPROVED WW DEPT. SEAL GASKET WATER STOP ASSEMBLY. 3, OR 4) BEDDING 8" MIN. DEPTH (REQUIRED (NO 'DOGHOUSE' ALLOWED) - MANHOLE SHALL BE CORE DRILLED. WHETHER GROUNDWATER IS PRESENT OR NOT! MANHOLE 0.D.Lw WITH DROP CONNECTION DETAIL �� 0 AND PROVIDE WHETHER FOUNDATION IS CAST + 2'-0" NOT TO SCALE 12. ALL EXPOSED CONCRETE/GROUT SURFACES WITHIN MANHOLES (INCLUDING MANHOLE INVERT), SHALL BE SEALED WITH 2 COATS OF 60 MILS ON GROUND SURFACE OR IN EXCAVATION). JEFFCOAT 326 EXPDXY OR APPROVED EQUAL. COMPACT TOP 6" OF SUBGRADE Lw CITY OF CORPUS CHRIST TEXAS WASTEWATER DEPARTMENT ment of Engineerir 13. INITIAL BACKFILL AROUND ALL MANHOLES SHALL BE MIN. DEPTH FIVE FOOT FLOWABLE FILL (USE "DARAFIL" ADDITIVE) (100 PSI MINIMUM COMPRESSIVE TO 95% PROCTOR DENSITY STRENGTH ® 28 DAYS) AND FINAL BACKFILL TO BE CEMENT STABILIZED SAND (HASTY BACKFILL - 1.5 SACKS PORTLAND CEMENT/C.Y. OF SAND). ASTM 0-698 AT OPTIMUM MOISTURE CONTENT 14. STAINLESS STEEL (S.S.) INFLOW INHIBITORS SHALL BE PROVIDED FOR ALL MANHOLES. 15. TESTING OF THE NEW MANHOLE SHALL BE PER CITY STANDARD SPECIFICATIONS. DONOT ALLOW CAST IRON NOTE: FOR ITEMS NOT SHOWN, FOLLOW ALL REQUIREMENTS ABOVE FOR "SANITARY FIBERGLASS MANHOLE - REQUIRED RING WITH DROP CONNECTION DETAIL". REVISION NO. ' FOR 15" AND LARGER OPENING, ALL RING TO SET DIRECTLY ON AND COVER /� FINISHED GRADE 16. NO DOG HOUSE' TYPE CUTS ALLOWED. ALL OPENINGS MUST BE CORED. BE PRECISELY CUT AS DIRECTED BY THE ENGINEER. FIBERGLASS CONE f PENETRATIONS MUST MONOLITHIC FIBERGLASS WITH 0.50" MINIMUM WALL THICKNESS. 11- HDPE ADJUSTMENT RINGS 17. ALL MANHOLES SHALL BE MADE OF 18. TRENCH BACKFILL/PAVEMENT REPAIRS -SEE TRENCH BACKFILL AND PAVEMENT REPAIR DETAILS (SHEET 5 OF 5). iT-TL51 19. ALL MANHOLE RINGS, COVERS AND APPURTENANCES SHALL BE DESIGNED TO MEET AASHTO-M-306. TRAFFIC SHALL BE RESTRICTED FROM MANHOLE FOR 48 HOURS AFTER PLACEMENT OF CONCRETE COLLAR. SEE SHT. 3 of 5. = IN UNE - J / FACTORY BONDED JOINT CHAP 217 (TCEO) ALSO PROVIDE SUFFICIENT CLEAR OPENING TO ACCOMMODATE A 30" MH LID. 20. CONTRACTOR SHALL ADHERE TO ALL TCEQ REGULATIONS PER 30 TAC CHAPTER 217 AND TEXAS RAILROAD COMMISSION REQUIREMENTS FOR EXCAVATIONS. SEE NOTE 13 - FOR ALL FINAL BACKFILL REQUIREMENTS 21. FOR LIFT STATION WEIWELL-INITIAL AND FINAL BACKFILL, FOLLOW THE SAME REQUIREMENTS PER THE MANHOLE INSTALLATION TEE (TYP. -�-� }} �� II L= 1 u7 LL 0 SHOWN ON THIS SHEET OR PER THE DESIGN ENGINEER'S REQUIREMENTS. INITIAL BACKFILL- 22. GROUND WATER TESTING FOR WELL POINT OPERATIONS. THE CONTRACTOR IS RESPONSIBLE FOR TESTING GROUNDWATER PER THE CONTRACT DOCUMENTS. 5' TO BE FLOWABLE FILL TO IXCAVATiON.:•r' WALL DROP -� PER I •�' :., . . t FIBERGLASS FACTORY INSTALLED INVERT AND BENCH I _ PIPE DIA.(()/DEPTH (FT) MANHOLE DIA, SELECTION MANHOLE RING/COVER NORMAL SIZE TECO =I REQUIREMENTS .I p • ,. 3" ANTI -FLOTATION FLANGE ION TO MEET 30 TAC -1OLE LATION ( SEWER ) DETAIL_` < 30" 0 / <14 FT. DEEP 4 FT. 0 M.H. 30' I -I INN•' `.' •. 3" CONCRETE ABOVE FIBERGLASS MANHOLE < 30" 0 / > u Fr DEEP 5 FT. 0 M.H. 30` I I i ANTI -FLOTATION FLANGE THROAT OPENING TO BE 31 3 4" I.D. 30"-40" 0 / ANY DEPTH 5 FT.0 M.H. 30' + ' 0 NO. 5 BARS AT tF ' zo __ O.C.EW. ...FL NOTE WHERE MULTIPLE PIPE CONNECTIONS OCCUR, MAX MANHOLE WALL RECOMMENDATION, NOR 8" �U_. ,,�.; :;• a CUT-OUT SHALL NOT MED MANUFACTURER'S SHALL BE CUT LEAVING LESS THAN 12' BETWEEN LINES. 7a 10" �'." y U _ -'JLE- - V CAST IN PLACE - 1 a N Z Ct CONCRETE BASE SECTION ::t:; }; .•::.; : ;.:s" -,•.-.:.::.:,.r"':: Q ~ 3" CLEAR - r t t II flF 1l,i 12" FOUNDATION `FO NOT SSE CONCRETEIOWNLIWORK.AS FORM. CRUSHED STONE (TXDOT ITEM 421, GRADE 2, 2 (4 z C) Z Z - INSIDE . ■ COMPACT TOP 6" OF SUBGRADE MANHOLE O.D. I....3, + 2'-0" OR 4) BEDDING 8" MIN. DEPTH (REQUIRED WHETHER GROUNDWATER IS PRESENT OR NOTI) PROVIDE WHETHER FOUNDATION IS CAST ON 'T Q (1) w wROLF sorrow VOUS SE SHAPED COACRETE CROW: WAAL `L- of M.H. s TO BE ftDWAB.E MI 70 PER NOTE f3wmoN WALL1/2" OF M.H. TO 95% PROCTOR DENSITY DROP MANHOLE us. FIBERGLASS ASTM 0-698 AT OPTIMUM STANDARD MANHOLE GROUND SURFACE OR IN EXCAVATION. II117711 . ID TOP OF LAMEST MANHOLE WN.L MOISTURE CONTENT rir \ BWIETER PIPE 5✓F PIPE 'e PVC SI0000T WITH PVC PLUG 2'" PhVY18E ANF (1) SSTVON EDF 1VSfRTA-7FE HfIBBFR 51FEYE 030 OR WASTEWATM omr APPROVED * FIBERGLASS BOTTOM SHALL BE DESIGNED TO WITHSTAND HYDROSTATIC HEAD PRESSURE ' W" STOP�° o WHEN MANHOLE IS COMPLETELY EMPTY, WITH WATER TO GRADE. 01 8 '\ II1F7D0OOLASS 5+1 P°� !"PI `�' � r PROP �j/ �� P!• BOTTOM REINFORCEMENTS SHALL BE MADE OF NON -CORROSIVE MATERIALS. FIBERGLASS ENCAPSULATED WOOD OR LUMBER SHALL NOT BE PERMITTED. 'c � AKVIImIE ��% I P: r v. 84d(FlLL 6' CONCRETE PAD pp - ♦ O 2' RAMS (IYP) ," BFLL OF PIPE SEAL NOSES : p W'•1 SHEET 58 of 124 SAS ANo P IN w FIBERGLASS MANHOLE WITH MIN. 30" TOP OPENING PLAN 2. USE WASTEWATER DEPARTMENT APPROVED SEAL GASKET RECORD DRAWING NO. SANITARY FIBERGLASS MANHOLE W/ WATER STOP ASSEMBLY OR T50ERTA_IEE' RUBBER SEAL ASSEMBLY. FIBERGLASS WATERTIGHT BOTTOM WITH FIBERGLASS WITH 313/4" OPENING TYP SANITARY SEWER STUB -OUT DETAIL PIPE SEAL DETAIL BENCH/INVERT AND FITTING STR 869 MANHOLE BOTTOM NOT TO SCALE NOT TO SCALE o_ ° NOT TO SCALE TO SCALE NOT TO SCALE 05 E CRY PROJECT # E12090 ROADWAY MANHOLE RING & Co VER NOTES DESCRIPTION CONSULTANT'S SHEET NO. 1. THESE DETAILS SHOW GREY -IRON CASTINGS, FILLETED AT FIT PROPERLY, THE RINGS OF OTHER CASTING DETAILS AND THE COVERS 9. APPLY NON -SEIZE GRAPHITE OR APPROVED EQUAL AROUND ALL MANHOLE ANGLES WITH SHARP AND PERFECT ARISES. OF OTHER CASTINGS SHALL FIT THE RINGS OF THIS SHEET. RING & COVER, PRIOR TO INSTALLATION. 2. CASTING SHALL BE TRUE TO PATTERN, FORM, AND DIMENSIONS, 7. MINIMUM WEIGHTS OF FINISHED CASTINGS : 10. AASHTO-M-306 (LATEST REVISION) PROOF LOAD TESTING IS REQUIRED AND SHALL BE CONDUCTED FREE FROM CRACKS, SPONGINESS AND BLOWHOLE S. IN ACCORDANCE WITH SECTION 7.0 (40,000L95.) AND INSPECTED IN ACCORDANCE A. 2'-0" RING AND COVER B. 3'-0" RING AND COVER C. 30" OPENING RING AND COVER WITH SECTION 9.1.1. RESULTS OF THE TEST SHALL BE SUBMITTED TO THE CITY 3. MACHINE SURFACES TO FIELD FIT WHICH WILL NOT RATTLE COVER - 160 LBS. INNER COVER - 160 LBS. COVER - 175 LBS. PRIOR TO INSTALLATION. WITH PASSING TRAFFIC LOAD, AND ACCEPT STAINLESS STEEL (S.S.) INFLOW FRAME/RING - 175 LBS. OUTER COVER - 232 LBS. FRAME/RING - 125 LBS. 11. THE INFLOW INHIBITOR MUST COMPLY WITH CITY STANDARD SPECIFICAT/0N SECTION 027205 INHIBITOR SO THAT INNER LID IS FLUSH WITH OUTER LID. FRAME/RING - 265 LBS. FIBERGLASS MANHOLES, 3.0. INFLOW INHIBITORS. THE INFLOW INHIBITOR TETHER /S 3/16" BRAIDED 4. TRAFFIC SHALL BE RESTRICTED FROM M.H. FOR 48 HOURS 8. WHEREVER SANITARY SEWER MANHOLES. ARE SUBJECT TO INUNDATION BY STAINLESS STEEL AND IS ATTACHED TO THE INHIBITOR WITH A #66 STAINLESS SYEEL RIVET AND i" DIA. 0.- 9F. TE 411► b: :'r,� 1p int:' ; ��* r ; ro/ i,„ / CHARLES F. BNSH111 /.e:, 100973 `e: NI 1p.S E `.e9 1�\� �� n'� 90.! �"' ' 9 AFTER PLACEMENT OF CONCRETE. STORM WATER AND IF SHOWN IN THE PLANS AS A REQUIREMENT, THE BACKUP WASHER. THE TERMINAL END AND EYE ARE MANUFACTORED FROM STAINLESS STEEL. 5. H.D.P.E MANHOLE HEIGHT ADJUSTMENT RINGS SHALL BE DESIGNED TO SUPPORT MANHOLE COVERS SHALL HAVE GASKET AND BE BOLTED. THE TETHER IS BOLTED TO THE LIP OF THE FIBERGLASS MANHOLE, NOT TO THE HDPE MANHOLE H-20 REQUIRED TRAFFIC LOADING. WHERE GASKET MANHOLE COVERS ARE REQUIRED FOR MORE THAN THREE ADJUSTMENT RINGS. 6. OTHER CASTING PATTERNS FOR RING & COVERS MAY BE SUBMITTED FOR MANHOLES IN SEQUENCE, ALTERNATE MEANS OF VENTING SHALL BE PROVIDED. APPROVAL PROVIDED THE PLAN PATTERN OF COVER IS THE SAME AS THE BOLTS SHALL BE STAINLESS STEEL, 1/2 INCH IN DIAMETER, EQUALLY 12. THE MANUFACTURING FACILITIES FOR ALL PROVIDED RING/COVER ASSEMBLIES SHALL MEET OR EXCEED ALL EPA SHOWN ON THIS SHEET AND PROVIDED OTHER CASTINGS SHALL BE • SPACED, THREE (3) MINIMUM A SOLID STANDARD COVER WITH A PICK BAR ENVIRONMENTAL STANDARDS AND OSHA SAFETY STANDARDS. CASTINGS SHALL BE MANUFACTURED FROM RECYCLED COMPLETELY INTERCHANGEABLE, I.E., THE COVERS OF THIS SHEET SHALL SHALL BE USED. THE GASKET SHALL BE 1/8" THICK NEOPRENE RUBBER. MATERIALS. PROVIDE CERTIFICATION. 7. 10. 2009 (1) DIA. VENT HOLE 1111111) (2) 1 1/2" CLOSED PICKHOLES MANHOLE RING & COVER INHIBITOR COMMENTS c o m. (/& f EAST JORDAN IRON WORKS, INC. V-1168, PRODUCT NO. 41168051 o PER CITY STANDARD. • NO BOLTS ASSEMBLY MACHINE EDGE OF RING O R ( C OR APPROVED EQUAL WITH MILLED COVER FOR INHIBITOR SPECIFICATION \....,,,.,,\.s.,,-__‘......\,\-11.,.__./, co 1 1/4" LETTERING Ap'/� �� m +r ,� RING & COVER DETAIL FOR MAINTENANCE` ro o 1/8" SPACE FOR INFLOW PROTECTOR VIEWOTTOM BOF ON EXISTING 4' D/A, MANHOLE INSTALLATION s (TO BE MACHINED) 1 COVER °i COVER PLAN VIEW ` Z ~ Et I--- N (DUCTLE IRON -ASTM A536) 1/4" DAA. NEPOPRENE GASKET I I REVISION NO. Cr) WZ c 4. E- W .6,- O ZZ Q c Q S I-- L 32 3/16" D/A. — 1 1/2" I— j LLI V cr cr o Q u 31 7/8" DA. r (.) c p �O 2 1/2" • � o 119 0 AS;i41 e,,,,,,,,,,,-.� -,, -.r..,.,. 3/ 7/8" DIA. ET 30 TAC CHAP 217 (TCEO) O I--- SS. INFLOW INHIBITOR tlh 23" DIA. =TAILS FOR ) 5' MANHOLES DENOTES 304 STAINLESS STEEL COVER SECTION VIEW * SEE NOTE 11 THIS SHEET LO o 2 1/4" (N 32 3/16" D/A. — 1 1/2 1 1/8" TRAFFIC CONTROL - ALL UTILITY WORK .z—t : 1/4" —1 1/4" i_1. THE CONTRACTOR SHALL PROVIDE AND MAINTAIN ALL TRAFFIC CONTROL DEVICES OF CONSTRUCTION PER TRAFFIC CONTROL PLAN. O C) Z (/) C) 4.1 LI/:/r 30" DIA. / DURING THE COURSE AND MATERIALS SHALL NOT BE STORED ON PUBLIC RIGHT-OF-WAY o a Q 2. EQUIPMENT 8 'i' L 1 1/4"—I DURING THE COURSE OF CONSTRUCTION. ANY MATERIAL AND EQUIPMENT APPROVED BY THE CITY ENGINEER FOR TEMPORARY PLACEMENT ALONG THE PUBLIC DESCI G AND COVE 'ENING FOR 4 SANITAR STANDARL RIGHT-OF-WAY SHALL BE ADEQUATELY BARRICADED AS REQUIRED FOR 33 7/8" DIA. 40 3/4" Dlq.3 1 1/4"— / , EACH DIRECTION OF TRAVEL. FOR OF ALL SINSTRAFFIC SIGNSS OR WUIRED IN ARNING THE CLOSED P/CKHOLE DETAIL OR LOSS OF ANYNANCE CONTROLRT PLAN. DAMAGESIBLE REGULATORY SHALL BE BROUGHT TO THE IMMEDIATE ATTENTION OF THE ENGINEER. CONTRACTOR OUTER SECTION OF FRAME (RING SHALL REIMBURSE THE CITY FOR ALL COSTS INCURRED FOR SIGN MAINTENANCE IF THE CONTRACTOR DOES NOT PROMPTLY REPLACE SIGNS. 4. THE CONTRACTOR SHALL PROVIDE ALL-WEATHER ACCESS TO ALL RESIDENTS AND (CAST IRON -ASTM A48-CL35B) NOTE: MACHINE THIS SURFACE - BUSINESSES AT ALL TIMES DURING CONSTRUCTION. THE CONTRACTOR SHALL PROVIDE MANHOLE RING & COVER INHIBITOR TEMPORARY DRIVEWAYS AND/OR ROADS WITH APPROVED MATERIAL DURING WET WEATHER. 5. ALL SIGNS AND BARRICADES USED SHALL BE REFLECTORIZED AND SHALL BE itl LL Z O 4' - 0" OR EAST JORDAN IRON WORKS, INC. PRODUCT V1430 CV, V1420/1480 Z1 FR OR APPROVED • PER CITY SPECIFICATION EQUIPPED WITH FLASHING WARNING LIGHTS AS REQUIRED BY TRAFFIC CONTROL PLAN. O 0 FOR S.S. INFLOW INHIBITOR) ° 5' - 0" EQUAL. (MILL COVER SHEET 5 9 of 124 DRAWING NO. RING & COVER WITH 30" OPENINGRECORD FOR 4' AND 5' DIA. MANHOLE INSTALLATION z 0 . STR 869 N_ NOT TO SCALE CITY PROJECT i E12090 NOT TO SCALE # 4 REBAR-•FRAME + 2'-0" z a N w 0 CONSULTANT'S SHEET NO. - "\ r`,f • `., /47"' t1,,11% /* * I •••"•'!`l% /*: OHARLES F. BWSH N1 i �Oa•eE 100973�0i d9. , L . "' 11 s. .....� . ��llaS 11 CIRCULAR TIES, AT PVC CAP 12" O.C.,EQUAL '-0" IN. 0; 12"• R/C 30" MIN. 7-#4 KEBABS SPACING FIELD BEND 2 -NO. 4 REBAR & CON- AS REQ D. 1 IN 1 IN CRETE FILL WITH RADIUS TOP - W ABOVE M.H. F.G• JOINT, ,1'' e1_ �,�-� ,.� T `'�'� ��. H.D.P.EADJUSTMENT RINGS f2 MfN.-18" MAX. (-� a ';. 6" PVC EZ FORM BOLLARD PRODUCTS COLOR AS APPROVED BY WW DEPT. lo. M EXISTING GROUND SQUAL T£ OR FORM CONC COLLAR I . 'FINISH GROUND 3000 PSI CONCRETE AROUND PERIMETER- • Q�--�eaC1.%�: �••• m PROVIDE REBAR REINFORCEMENT C /a1I1L. 3-f/4 BARS TVP. --- '• � T - 3000 PSI CONCRETE EXIST/NG MANHOLE REINFORCED 3000 PSI CONCRETE PROTECTION FIBERGLASS 30" MANHOLE RING &COVER COLLAR DETAIL 1 -6" .4--11. NOM FOR BOLLARD LOCATION, SEE MANHOLE NOTE` JEFFCOATPROVIDE 2-COATSR OF 60O MIL. 326 OR APPROVED EQUAL EXPOSEDEDCONCRETE SURFACES PLAN & PROFILE SHEET: AONNOALL N.T.S. EZ FORM BOLLARD DETAIL NOT TO SCALE PROTECTION FOR FIBERGLASS MANHOLE IN UNPAVED AREAS ( CULTIVATED/SPECIAL ) NOT TO SCALE (4) SS HEX BOLTS 5/8"-11 X 2" 1' CONC. COLLAR (4) SS 'WASHERS 5/8" ID X 1 1/2" OD 6 H.D.P.E ADJUSTMENT RINGS 1��_ 12" MIN., 18" MAX. r .1- m ^� NOTE: \ S • _ ` o°000000000' o 000ve® ��000 1" LETTERING RECESSED FLUSH 1. AASHTO-M-306 PROOF LOAD TESTING IS REQUIRED AND SHALL BE CONDUCTED $ v v �' v ` C / v r* te" - ng Service 000 080,. � �00, 00 0000 0 �''o oo� ,Inst " /00000 ,, , - IN ACCORDANCE WITH SECTION 7.0 (40,000LBS.) AND INSPECTED IN ACCORDANCE 1"-3" = - X000000 oo®oc'oggo 0 000 00o 000 430 000 000000000 / 0000000 o o� 000000 o'› \ SEE DETAIL 2 . 'EXISTING moo'• 2 ' WITH SECTION 9.1.1. RESULTS OF THE TEST SHALL BE SUBMITTED TO THE CITY PRIOR TO INSTALLATION. GROUND r FINISH GROUND I w .- 0�'< .<8.43a,0 ••• - 00000�o' 00000 000 0 1 2. INNER MANHOLE MAY BE ECCENTRIC AS SHOWN. I USE SONOTUBE OR 3000 PSI CONCRETE o Ogo o ' • .><> lI RI. _ EQUAL TO FORM FIBERGLASS (PROVIDE REBAR REINFORCEMENT CITY OF CORPUS CHRIST TEXAS WASTEWATER DEPARTMENT Department of Engineerir • ♦ ♦ • ♦ 1111, • i i!�Sy�•❖�S • (1111 II,�III I'I�III Bir CONCRETE COLLAR. MANHOLE 3-#4 BARS) TVP. o z z zSEE N PL o • ♦11111111111 ♦ 00000• ♦.1.11♦1..1 ••♦ ooh' I I $o0 1 • /•i�/�1�1�h 1 25ZZ-`ll1 1•�!i!11111 f/ili'1,1 •'Sly ,� PROVIDE RING &COVER. \o .��_'.�Q�S..� 7/8" ., `• !•%"•!:!•!•'1!•!•!�!/+''' t' 1. .;!•1.1...1,1,1.. ., •�.1. • �.,•. •,"•�. , oo �; /� •� / SANITARY ER STANDARD DETAILS SHEET 2 OF 5 ALSO INSTALL TETHERED STAINLESS STEEL (SS) INFLOW INHIBITOR. PROTECTION FOR FIBERGLASS MANHOLE /N UNPAVED AREAS ( RES/DENT/AL) PICK HOLE .c,4>- \ SEE NOT TO SCALE TO MEET 30 TAC CHAP 217 (TCEQ) Z o o_ c7 w Q •,,,,,-,-,,,>40 PICKS OPEN PICKSLOTS OUTER COVER BACK STANDARD 3000 PS! REINFORCED 1" LETTERING H.D.P.E ADJUSTMENT RINGS 5'-0" 0 CONCRETE COLLAR RING TOP VIEW 1" LETTERING RECESSED FLUSH 2" •xnx RECESSED FLUSH 12" MIN., 1B" MAX. �. 3/4" , (PROVIDE REBAR REINFORCEMENT _ r��_�. 2-#4 BARS) TVP. -�' �im���� COVER FACE 7/6' m 1x. yy 1111 1 • • ♦ ♦ •,•4X♦; ♦ ♦l♦ ♦r -i EXISTING NATURAL GROUND [FJR ri ��• PICK HOLE ♦ 1(111 ♦4 kh1 ♦• ♦ 1�1 ♦171(111 ♦ 11S '♦. OPEN PICKSLOTS 2" MIN., 4" MAX. �1 II MANHOLE SURFACE PROTECTION AND AIR RELEASE VALVE DETAILS SANITARY SEWER STANDARD DETAILS 3 OF 5 22" 014 1 7/8" ��•IIY♦ ♦•�11 }I(1•(♦�11���411♦)i��YX . 1 "4'1, ./, MIN. 6" TOP SOIL i 0 X11 !•11 I+ : 11,1111•Pb1 ♦ ♦ 1*1•♦4}11 v1y __ :,..:. '� 11 ., .` .•. `.,,, • r. •, •- \\\,-1\-:-=-%�i i\ 0 ..- A. EXCAVATE SHORE PER OSHA _�0 " //////G//////////////// "moi 4�• <♦11141 ♦ Ik1/1 - •/��151(1 ♦ 1��♦` ♦ 1a 1n1}1,•111'' � . OPE � / - - / .., . 12" MIN. • . : AND STA REQUIREMENTS �.' i•., . •17 PSKSETAIL1 OPEN PlCKSL075 Y•�; t Lk :. [ ;. ...,• �` � 30" MIN. '� '� FACTORY BONDED JOINT 1111111\ 9 7/8" DIA ♦YIx♦Y v I - . :•: , co 3 1/8 EVE • R COVER SECTION 1" LETTERfNG (1 RECESSED FLUSH PROVIDE FLOWABLE 5'-0" MIN. DIA r,,,,. SHORT BODY AIR RELEASE VALVE WITH TAPPING I�„,”; Q3 37 3/4" DIA INNER COVER BACK BACKFILL -100% PSI FIBERGLASS MANHOLE `,_,; ; ;•: SLEEVE HOSE AND BLOW -OFF ASSEMBLY *��, INNER COVER TOP 72 . -, - ALR RELEASE TLVE,UST AR.S Nom® STEEL. o 22 1/4" DM oLR. ,. ..... .ALL Fl7TlNGS TO BE STAINLESS =' 1 1�2" 0, .: � .: 1 . ASSEMLY SHOWN ROTATAED 90• FOR CLARITY 1" 2. 1" { > > ;',.,''•.,., ;. .;. .n•:• •.::; / -- NO. PART MATERIAL t. DRAINAGE ELBOW POLYPROPYIfJE .....„....K.44, iiiiiii G,Q �i. 21 3 4" DW / •-;'•� PROVIDE ONE a SEALPLLG RER�oRCEDNrLON+ ALL FITTINGS WITH ASSOCIATED WITH ARV SHALL BE ASSEMBLY y EP.DM.„„,, �Iil / ��I� vs" '- . MASONRY SUPPORT STAINLESS STEEL OR BRASS. PIPE SADDLE THREADED 7/8"--•-11-•— 3" r NOTE: MACHINE THIS SURFACE=� , '; : ` .• •.'... 11 •' EACH SIDE' OF SADDLE 3 D{q�,pING STEM RPINFGRCFDNrLON NIPPLE BALL VALVE. 4. BODY FONFORCE POLYPROPYLENE BODY REINFCRCEDNYLOIJ 19 3/4" DIA / t j s. BIJNAN 23 1/2" DM iii S.S. INFLOW i j / , `' II MIN. 3" 3000 PSI NON -SHRINK GROUT, SLOPE a 0.0153 "'' TO DRAIN AT 1/4" PER FOOT TOWARD ONE LOW POINT T' CR°WN Mr STAINLESS SMELSAE 318 STOPPER ACETAL COVER SECTION INHIBITOR - SEE NOTE 11 ON SHEET 2- -" •�` \ a SPRING STAINLESS STEEL SAE 318 3' AT EDGE OF MANHOLE. a • .. .. +. .: 12" LONG #4 REBAR 10. WASHER STAINLESS STEEL SAE 318 40" DW 5/8" a N AT 24" AROUND PERIMETER 11. STEM STA raEssSTEEL SAE 318 12 BODY REINFORCED NYLON /STAINLESS STEEL SAE 3IS 38' DIA + " g' l;• 4. •, ; : - . - `: , SEE STD. FOOTING DETAIL FOR REINF. SHT 1 OF 5 1a o.oi Buw,1J 1 7/2" 1 1/2" 6" / COMPACT TOP 6" OF SUBGRADE TO 955 ASTM D-698TAT ,'•. •.• -� 14. CLAW STAEESS STEEL SAE 318 CRUSHED STONE (TXDOT ITEM 421, GRADE 2, 3, OR 4) 1s, FLOAT FOAMED15.550.YFROPYLE 8" MIN. DEPTH cd %Min i 2 9/16' MANHOLE + 2'-0' (PRDDING 1a ER OR ; /1 _ OPTIMUM MOISTTY URE CE 0 OVIDE WHETHER GROUNDWATER IS PRESENT NOT!) 1T. VALVE BRASS A134 O% ts. BASE REINFOSTEEL RCEDNYLON /5TAfLESS 3 1/441 34" DIA 3/4„ AIR RELEASE VALVE ON 5' FIBERGLASS MANHOLE 38 1/2" 0/A _ 1 1/2" PICK SLOT DETAIL NOT TO SCALE 0 ,: o 47 1 4" DM DETAIL 1 SHEET 60 of 124 RING SECTION RECORD DRAWING NO. 869 d ZSTP 0 3=0" DIA. ROADWAY MANHOLE RING & COVER DETAIL (650-36) CITY PROJECT # E12090 NOT TO SCALE 0 0 0 PROVIDE BACKFILL PER APPLICABLE REQUIREMENTS OF THESE STANDARDS.• 0 FOR BACKFILL SEE TRENCH BACKFILL DESCRIPTION CONSULTANT'S SHEET NO. ����� SEOF.. t ,i* :.C40 .* �r it: *I s CHARLES F. BA1SH 81 i O ,•y se o. 100973 mei $,1),.,•• „, .:4w% Ve; ::BENS...... kt, 40;`e� /� ,.: j, Q (yt. 0 :6"')' me Ar `< v i RIGHT-OF-WAYH DETAIL & GENERAL NOTES ON SHEET \�' �` \\/\\ \\ �� % / 0 OR EASEMENT * OR AS REQUIRED w ���t \%jam' 'Atka/ U �\ �\ �\ z s1 \ \\ a\AOS , ALL STOPPERS MUST FORM TIGHT SEAL ; h 'A' 0 ��VI" ' Y ply ,,�/ SIDEWALK 2' REMOVE/REPLACE )p *1' +' j SPECIFIED CLEANOUT BOOT &COVER IL y I THREADED PLUG SIMILAR TO PIPE JOINT AND BE ABLE TO WITHSTAND TESTING PRESSURES S a 5 j r t! PLAN SECTION A A CONCRETE BLOCK DETAIL AS REQUIRED `C �T 6" COVER N.T.S. N.T.S. N.T.S. STOPPER 11 V �' I �� I 11 1 i11 �1 11t 1AIWA 11 6 PVC k 2-1/2" ' r'. ._ 2-1/2" 3/4"7r 1/2I" DIA. <r -0— PROVIDE CONCRETE BLOCK (2-4'X6 X36) W/j/4 REBAR . L = � I. T <r 7-16.200 PROVIDE FITTINGS Y, ��� \\ //\\ AS NEEDED SEE NOTE 8 4" -WYE DEPTH AS REQUIRED 1. 0 " SEE CLEAN-OUT 1L '•'• - Y \\/\/�i \i /\ 3/4" 3/4i" DIA. ENCASE THE PIPE '. I DETAIL \ ,' �� / SEE CONCRETE jJ W/6" OF SAND O `� ,\ f .-. L I "_Eiumfamm BLOCK DETAIL i u . � L ::.. 1% \\b Y STANDARD �1 6" DIA. 3'_0" I 9-3/8" LOCATION AND SIZE L'• NOTE : IF PVC -SOLVENT WELD V.C.P., CAST ;: 1 6"x 6"27" •: 8' OR DEEPER OF MAIN VARIES t14 :'Y. • • _• SECTION B-111 27" I 45' BEND IRON OR ORANGEBURG/PIPE, USE MISSION RUBBER 11-::! PROVIDE PLOWABLE : , .: N.T.S. CO. MR01 OR #MR02 ARC COUPLING CLEAN-OUT BOOT # NOW- SEE 6 WITH STAINLESS STEEL SHEER RING. • * 1 BACKFILL - 100 PSI MIN SCHEDULE 40 PIPING ' NOTE CLEAN-OUT BOOT, FRAME AND COVER N.T.S. (TYP) (NO SUBSTITUTIONS) 1y:� EAST JORDAN IRON WORKS, INC. OR NO. V-8505 OR EQUAL !.) 90 6" (90 PREFERED) •: l� 6" y..• % .; : TYPICAL CLEAN-OUT BOOT SANITARY SEWER MAIN W/WYOR TAPPING l;• TEE CONNECTION _ PROVIDE SAND EMBEDM ,T SADDLE (SEE NOTE 6 AND 7)y'ly FLOW N.7:S. WHEN INSTALLING NEW PVC WYE B SERVICE -1 i �$� ii o �— �. > ■ _1 OR N '11511116'�1� CONNECTION AS REQUIRED. 1 HOUSE SERVICE CONNECTION NOTES: ,a"., OD + PROVIDE CONCRETE ^ PROVIDE " S " FOR SEWER. PLACE MARKER 24" FLUSH SADDLE SSHOWNCURB 1. CONTRACTOR TO PROVIDE SERVICE CONNECTION MIN. CONNECT EXIST. SERVICE Service eh CITY OF CORPUS CHRISTI TEXAS WASTEWATER DEPARTMENT Deportment of Engineering _ TAP TO THE R.O.W. LINE & FRONT VIEW SIDE VIEW i" II 2-1/4" 2-3/8" [�i I 2-1/4" ,\ 1/8" , .: LINE OUTSIDE EASEMENT AS SHOWN AND REQUIRED. 2. ALL PIPE TO BE SOLVENT WELD SCH. 40 UNLESS P.V.C. SHOWN OTHERWISE IN THE PLANS. f w c 3. ALL FITTINGS •TO BE SCH. 40 P.V.C. FOR SERVICE CONNECTIONS. DEEP CUT SERVICE CONNECTION NOITE:(OR DWV IF APPROVED BY WASTEWATER) 3/16" DIA. NO CURB BURY 12" PIECE OF REBAR WITH POLY PROTECTIVE END 4. ENCASE PIPE IN 6" SAND AS REQUIRED. N.T.S. STANDARD SERVICE MARKER CAP ON EACH END. 5. CLEAN OUT BOOT TO BE EAST JORDAN IRON WORKS SPECIFIED) _ REVISION NO. MODEL V-8505 OR APPROVED EQUAL,(WHERE BRASS - ONE REQUIRED EACH STREET TAP N.T.S. 6. FOR EXISTING MAIN PIPE MATERAL - P.V.C. AND/OR V.C.P. USE "FATBOY" INSERT -A -TEE OR SDR 26 PVC SADDLE WITH RUBBER GASKET. IF SADDLE IS USED, NEED 2 PART EPDXY SEAL AND 4 SOLID PROVIDE NEW 30" RING & COVER STAINLESS STEEL BANDS (2 PER SIDE). WITH STAINLESS STEEL (S.S.) INFLOW 7. FOR NEW P.V.C. MAIN AND SERVICE, USE P.V.C. WYE AT (PROVIDE REBAR SERVICE CONNECTION. GENERAL NOTES: INHIBITOR AND NEW ADJUSTMENT RINGS. 3,000 PSI CONCRETE REINFORCEMENT 244 BARS) SEWER STANDARD DETAILS)SEE SHEET 2 OF 5 IARY NOTE: WHEN CONCRETE DEPTH EXCEEDS 12" MIN., 8. 6" P.V.C.IF PIPELENGTHPIPE, , ONSCH. 40RFROM ICEIIS50' C.O.TOTER THE MAIN LINE. (REHABILITATION/EXISTING MANHOLE) 3-#4 REBARS WILL BE REQUIRED. REVISION TO MEET 30 TAC CHAP 277 (TCEO) DESCRIPTION ASPHALT 12" 1/4" r CONCRETE SERVICE CONNECTION DETAILS PAVEMENT ' ' I r{ PAVEMENT N.T.S. 1. CONTRACTOR SHALL BE RESPONSIBLE FOR NOTIFYING THE ENGINEERING DEPT. CITY INSPECTION REPRESENTATIVE IMMEDIATELY OF ANY SPECIAL CONDITIONS THAT ARE PRESENT SERVICE CONNECTIONS AND REHABILITATION OF EXISTING MANHOLES SANITARY SEWER STANDARD DETAILS 4 OF 5 / / �'' r - I° / - ON THE SITE DURING CONSTRUCTION, AT PHONE NO. (361) 826-3555. .. •.�;_o:.i-_, „ = '� K. —'' PLACE 3000 PSI 2. CONTRACTOR SHALL FIELD VERIFY THE EXISTING MANHOLE DIAMETER, FLOW UNE, fir= _ - CONCRETE TO THE RIM ELEVATION, NUMBER OF LATERALS, LOCATIONS, SIZES, AND OTHER INFORMATION . s •.. � P OF CORBEL TOP �. W , CO (EXACT LOCATIONS TOB FIELD DETERMINED BY CONTRACTOR) NEEDED TO REHABILITATE EACH MANHOLE. J 3. BARRICADING AND SIGNS ARE TO BE PLACED TO DIVERT THE TRAFFIC AND PROVIDE CEMENT STABILIZED r'' i%i''�;'' BACKFILL ����J 7.4 �q OV� INSIDE M.H. WALL — OUTSIDE M.H. WALL PEDESTRIANS PER THE APPROVED TRAFFIC CONTROL PLAN, PRIOR TO INSTALLING raop THE BYPASS OR INITIATING REPAIRS ON THE MANHOLE AS REQUIRED. THE EXISTING MANHOLE SUFFICIENTLY WIDE AND DEEP FOR aJi; Otr MMI 4, EXCAVATE AROUND EXISTING M.H. WALL REMOVAL OF THE RING AND COVER, REDUCER CONE SECTION AND MASONRY PROVIDE ONE (1) "INSERTA-TEE" '•' �- EXCAVATION WALL (BRICK OR CONCRETE) MANHOLE TO ACCOMMODATE THE NEW FIBERGLASS MANHOLE LINER AND NEW . ?• ":'. MANHOLE LINER I/� REMOVE TOP CORBEL LuI p� RUBBER SLEEVE SEAL WITH :' D FILL WITH CONCRETE FLOWABLE FILL RING & COVER W/HEIGHT ADJUSTMENT RING AND STAINLESS STEEL INFLOW INHIBITOR. I' MIN. IXIST. M.H. DIA. MINUS O'-6"�i OF EXISTING MANHOLE AS SHOWN. Lys CC Q STAINLESS STEEL BAND OR WW DEPT APPROVED SEAL —\2 GASKET WATER STOP ASSEMBLY ;:• is": I ��/■ (SEE NOTE #13, 5. CONTRACTOR IS RESPONSIBLE FOR MAINTAINING SEWAGE FLOWS AT ALL TIMES. , PG 1 OF 5) 6" MIN. CONTRACTOR IS REQUIRED TO HAVE ALL MATERIALS AND FLOW HANDLING USE "PIPE PATCH" KIT EQUIPMENT NECESSARY TO CONTROL THE FLOW WHILE REHABILITATION OF THE TO LINE PIPE OR MANHOLE IS IN PROCESS. oQ'.-• ->. •- .r 7 SEE PIPE SEAL DETAIL® RIGHT) PIPE STUBOUT THRU MANHOLE WALL ----------- --- APPROVED EQUAL. THE CONTRACTOR SHALL BE RESPONSIBLE FOR CONFORMING WITH THE O.S.H.A. I (SIX FOOT MIN. LENGTH• ENTRY IN THE MANHOLES, AND EXISTING BRICK OR GPIPE PROVIDE DROP IF MORE THAN 24" PROP. (SHAPE OUTLET AS SHOWN) R6) REGULATIONS PERTAINING TO CONFINED SPACE PVC PRIOR TO FLOWABLE FILL , PLACEMENT. TRENCH SAFETY IN ANY EXCAVATIONS. CONCRETE MANHOLE TO REMAIN IN PLACE I :. ABOVE ABOVE FLOWLINE �_ �� 7. PREPARE THE INTERIOR OF THE EXISTING FOUNDATION STRUCTURE BY REMOVING ALL �� DEFECTIVE GROUT, DEBRIS/BLOCKAGES, AND THEN MECHANICALLY ROUGHEN ENTIRE �; 6" l� % PROVIDE MISSION RUBBER CO INVERT, CLEAN THE INTERIOR WITH HIGH-PRESSURE WATER JET. PROVIDE PLOWABLE FILL SLOPE 1" PER FT USE FIPEPATCH" KIT <n / j #MR01 OR #MR02 ARC COUPLING WITH STAINLESS 8. DISPOSAL OF THE RESULTING SLUDGE AND DEBRIS SHALL BE THE CONTRACTOR'S DARAFIL ADDITIVE) W STAINLESS STEEL BAND 2' MIN. STEEL SHEER RING. RESPONSIBILITY, AND SHALL BE DISPOSED AT APPROVED SITE MEETING ALL REGULATIONS. L(WITH 100 PSI MIN. COMPRESSIVE TO LINE PIPE (6' MIN r Sl` ENGTH @ 28 DAYS) SEE GENERAL NOTE 11 I '• 2 LENGTH) PRIOR TO FLOWABLE FILL PLACEMENT, = 9. THE NEW FIBERGLASS MANHOLE LINER SHALL CONFORM TO CITY STANDARD SPECIFICATIONS. 7 OUTSIDE THE EXISTING MH WALL 10. FORM BOTTOM SEAL AROUND THE PERIMETER OF THE LINER. USE QUICK -SETTING, NON -SHRINK REMOVE MIN 6" DEPTH OF M.H..BENCH6 AREA AS SHOWN (SEE NOTE 7,8,9,10) ; ' .. � FPROPOSED PLOWABLE FILL INSERT�SS = 0 ORS REQUIRED CONCRETE GROUT TO SEAL AND RESHAPE THE BOTTOM AS DIRECTED. GROUT MIX TO SET THE FIBERGLASS MANHOLE ON THE CONCRETE BASE SHALL MEET THE FOLLOWING L^ ;^; ;;r FLOWABLE FILL STRENGTH REQUIREMENTS: (MIN. 6" THICKNESS) mom• ci 8 �" • , 0.--0, EXISTING PIPE VARIES COMPRESSIVE (ASTM C5798) 3250 PSI IN 24 HOURS 4450 PSI IN 7 DAYS NOTES: rBOND STRENGTH (ASTM C321) 30 PSI IN 1 HOUR SANITARYMANHOLE LINER PROVIDE 2 -COATS OF 60 MIL. EXISTING CONC. FOOTING 80 PSI IN 24 HOURS TO REMAIN 11. AFTER THE MANHOLE LINER IS INSTALLED, GROUT IS SET AND CURED, FILL THE a w a JEFFCOAT 326 OR APPROVED EQUAL PIPE SEAL DETAIL ON ALL EXPOSED CONCRETE SURFACES, ANNULAR SPACE BETWEEN THE NEW LINER AND THE EXISTING STRUCTURE WITH SHED 61 of 124 INCLUDING CORBEL AREA DON THE FLOWABLE FILL AS APPROVED BY THE ENGINEER TO ONE (1') FOOT ABOVE START OF CORBEL. INTERSECTION SECTION PIPES. (MIN.),INTO REHABILITATION N.T.S.o 12. MANHOLE LINER TO BE RATED FOR AASHTO-H-20 LOADING. EXISTING MANHOLE 13. INSTALL NEW MANHOLE RING/COVER WITH STAINLESS STEEL INFLOW INHIBITOR. RING/COVER TO BE EAST JORDAN IRON WORKS OR APPROVED EQUAL BY WASTEWATER DEPARTMENT. RECORD DRAWING NO. TR 869 ., ZS o N.T.S. CITY PROJECT # E12090 UNPAVED AREAS PAVED AREAS TE I BY I DESCRIPTION - ,CONSULTANT'S SHEET NO. TOPSOIL TO BE PROVIDED FOR CONCRETE PAVEMENT EQUAL OR BETTER THAN F T� ��' f1' FOR ASPHALT PAVEMENT LIMITS OF REPAIR W' 2' OR 5'-O" (MIN.) EXISTING; AND MATCH SAW CUT EXISTING TOPSOIL DEPTH. COMPACT TO DENSITY SIMILAR PAVEMENT 1" MIN TO EXISTING ADJACENT TOPOSO L. FOR PAVEMENT REPAIR...SEE DETAIL FOR IMPROVED AREAS (THIS SHEET). SgP.••"""••xgs ,•,* •• . •.* �® ✓,r: %.*°,0 0 CHARLES F. BAISH, III s SAW CUT PAVEMENT 1" MLN I+ ' ' MATCH EXIST. • ®o 100973 1 W'= (WIDTH) 1 CONC. THICKNESS 1//g/K �7��4YT:yi? > s v s ` � A'. ��' 0 •$,. '��: THEN FINISH REPAIR 1/4" ABOVE I , 6" MIN yw • i g3''wv� T" Vis`<s </CFNSEO: a400s,S7(Wi EXISTING ASPHALT".`''A"'%�'`•:_rx>"z-' A. FOR 12" ABOVE PIPE TO BOTTOM OF TOPSOIL BACKFILL `•: • t. `"' ®®aaaoe � /� t/ SHALL BE APPROVED SELECT MATERIAL FROM THE EXCAYAT .r•'' M BACKFILL SHALL BE CEMENT STABILIZED SAND . \x yJ"i PROVIDE 2" MIN. ASPHALTia T'"-N72,1..�,15;,,� � ,� �•',�, y.�:.•.. •- 1 :•'•..' rinri +�„ ':f •' •''y LIMESTONE BASE OR APPROVED BASE CASE SHALL ION; OR IMPORTED MATERIAL; ALL TO BE FREE OF ROCKS, CLUMPS GR- .; (2 SACK PER C.Y.) 7- Id.- Zoo? THICKNESSMATERIAL REPAIR. IN NO CASE _ (12" MIN.). IN NO U DEBRIS OR ANY PAVEMENT REPAIR LESS THAN PAVEMENT II — THE THICKNESS OF THE BASE SE LESS I I ¢ THE EXISTING EATER THAN 2" IN DIAMETER; TO BE PLACED BACKFILL SHALL BE SELECT MATERIAL FROM 2 THAN THE THICKNESS OF CO LOOSE LIFTS le elf OR TO BE IMPORTED MATERIAL,IN EITHER THE THICKNESS OF EXISTING ADJACENT ASPHALT PAVEMENT. M ADJACENT BASE, 10" MAX. *4.. :�. EXCAVATION CASE ALL MATERIAL SHALL MEET THE FOLLOWING: PROVIDE ASPHALT PRIME COAT II I � LL<35 (0.15 GAL. PER SY MIN.) COMPACT MATERIAL (12" LIFTS'�✓�►� CO P! 8-20 TO 95% STD. PROCTOR (0698 .? %. W NO CLUMPS > 2" DIA. CEMENT STAB. SAND t.; !.i ¢ MOISTURE -1 TO +3% MOISTURE TO BE ADJUSTED TO ± 3% OF OPTIMUM. . ! !:;!�! COMPACT 95% D698 STD PROCTOR LOOSE LIFTS OF 12" MAX MAGNETIC WARNING 12" ABOVEr. OR BE CEMENT STABILIZED SAND jPIPE Il I I %� j,41 SEE TABLE 2- ITEM A (PAVED AREA) ' (OR PER DESIGN ENGINEER) ALL BEDDING AND INITIAL BACK- '.;•..' . •::' ; ' .,•. 12=0 ALL SHALL CONSIST OF GRAN- ULAR MATERIAL. SEE TABLE 1 FOR ALL PIPE DIAMETER .0 `I IMPROVED AREAS ........... ..:.. co ". (EXISTING OR PROPOSED PAVEMENT) 6=-Q - `' `'" Service CITY OF CORPUS CHRIST! TEXAS WASTEWATER DEPARTMENT Department of Engineering J L " TO SCALE W=PIP£ DIA. + 2' -.,.. 0 TRENCH BACKFILL AND PAVEMENT REPAIR z Z FOR WASTEWA TER LINES 0 NOT TO SCALE GENERAL NOTES FOR BACKFILL REVISION TO MEET 30 TAC CHAP 217 (TCEQ) DESCRIPTION g5 ,I TABLE 2 GENERAL NOTES - CASINGS W ""' DO NOT GROUT TABLE 1 FINAL BACKFILL COATED OR STAINLESS �j BEDDING AND INITIAL BACKFILL (GREATER THAN 12" ABOVE PIPE) STEEL SPACER BODY `' INSIDE OF CASING CARRIER PIPE (BELOW PIPE TO 12" ABOVE PIPE) STEEL CASING PIPE THICKNESS SHALL BE PER UNPAVED AREAS PAVED AREAS 1. CASING DIAMETER, LENGTH, LOCATION AND WALL �(��� WELDED STEEL OR CAST �, `�, 7 POLYMER PLASTIC RUNNERSFROM SHALL CONSIST OF THE FOLLOWING A. 12" ABOVE A.OF ABOVE PIPE FROM PAVEMENT REPAIR/BACKFILL/ GENERAL NOTES/CASING DETAILS SANITARY SEWER STANDARD DETAILS 5 OF PROJECT SPECIFIC REQUIREMENTS. (MIN. SCHEDULE 40) POLYETHYLENE RUNNER `�� SEE NOTE 2 ALL BEDDING AND INITIAL BACKFILL OR REFER TO DESIGN ENGINEER REQUIREMENTS: BOTTOM OF TOPSOlL1PBACKFICL SELECT OR TO BE IMPO 2. ALL CARRIER PIPE IN CASINGS INSTALLED SHALL BE SUPPORTED SUPPORT �� BY BOLT-ON STYLE.CASING SPACERS ('ADVANCED PRODUCTS" OR rw APPROVED EQUAL). 4" TO 10"OR CASING DETAIL RESTRAINED JOINTS FOR FORCE MAINS ONLY ON GRANULAR BACKFILL CONSISTING OF EITHER NATURAL SAND OR SANDY GRAVEL, MATERAL PRODUCED BY CRUSHING OF NATURAL STONE OR GRAVEL. SEWER LINES: SHALL BE APPROVED SELECT MATERIAL FROM THE EXCAVAT- ALLION; OR IMPORTED MATERIAL; TO BE FREE OF ROCKS DEBRIS, OR ANY CLUMPS CR- MATERIAL FROM EXCAVATION RTED MATERIAL IN EITHER CASE, ALL MATERIAL SHALL MEET THE FOLLOWING: LL<35 3. PROVIDE MECHANICALLY NOT TO SCALE CARRIER ON. USE MEGALUG" TYPE JOINT RESTRAINTS OR APPROVED EQUAL. 1 EXCAVATIONS <20,7. DEEP AND ABOVE WATER TABLE, USE 0 EATER THAN 2" IN DIAMETER; TO BE PLACED PI 8-20 NO CLUMPS > 2" ON. 4. CASING SPACERS SHALL BE SIZED TO SECURELY FASTEN TO THE CARRIER PIPE O.D. AND SHALL BE FURNISHED WITH A MINIMUM RUNNER HEIGHT TO MAINTAIN SEPARATION BETWEEN CARRIER PIPE MAX D.D. & CASING WALL. COATED OR STAINLESS 96' DO NOT GROUT MATERIAL MEETING THE FOLLOWING CRITERIA. MEETING REQUIREMENTS OF ASTM 02487 FOR: SP GP LOOSE LIFTS 10" MAX. COMPACT MATERIAL TO 95% STD. PROCTOR (D698). MOISTURE - 1 TO +3%COMPACT 95% 0698 STD PROCTOR LOOSE LIFTS OF 12" MAX OR IF SELECT MATERIAL FROM EXCAVATION A. POS177ONMNG OF SPACERS SHALL ENSURE THAT THE CARRIER PIPE STEEL SPACER BODY ` 1. INSIDE OF CASING CARRIER PIPE SW GW GP-GM MOISTURE TO BE ADJUSTED TO t 3% OF OPTIMUM. DOES NOT MEET REQUIREMENTS, THEN USE CEMENT STABILIZED SAND SEE TABLE 2- STEEL CASING PIPE IS ADEQUATELY SUPPORTED THROUGHOUT ITS LENGTH. 1 WELDED STEEL OR CAST ..1_i.-�,�' �` B. SPACERS AT EACH END SHALL NOT BE FURTHER THAN 12" FROM �l j c POLYMER PLASTIC RUNNERS SP-SM SW-SM GW-GM B PROVIDED ITEM B BELOW (OR PER DESIGN ENGINEER) POLYETHYLENE RUNNER =I THE END OF THE CASING. SUPPORT ' j . CASING SPACERS SHALL BE INSTALLED IN THE CENTER OF THE PIPE SECTION. MAXIMUM SPACER SPACING IS 3 FEET.3PASSING 5. THE TWO ENDS OF THE CASING PIPE SHALL BE SEALED WATERTIGHT WITH 12" TO �ii CASING .'� RUNNERS ' DETAIL AND IN ADDITION:B. PASSING 1/2" SIEVE - 100% #4 SIEVE - 30% MINIMUM PLASTICITY INDEX (PI) - NP TO 10 MAX EQUALPIOR BETTER EXISTING; AND MATCH EXISTING TOPSOIL DEPTH. COMPACT TO FIX CONFLICT P- TO EXISTING SOIL .(CONS7RUCTIIONTTOOBE FROM 3' BELOW BOTTOM OF ROAD BASE TO BOTTOM OF ROAD BASE:C. SAND F(2 SK/C.Y.ILL SHALL BAND ESHALL SMEET THE AN "ADVANCE PRODUCTS SYSTEM, INC., MODEL AZ - ZIPPER" OR "PSI MODEL NOT TO SCALE C END SEAL" OR ENGINEER APPROVED EQUAL. Q IN DEEP EXCAVATIONS (>20') OR BELOW WATER TABLE, USE CRUSHED STONE OR CRUSHED GRAVEL MEETING GRADATION OF: A, CONCRETE COARSE AGGREGATE,' TxDOT ITEM 421; GRADE 2, 3, OR 4. PERFORMED BY "DOUBLE DITCH" METHOD-TOP SOIL SALVAGED TO BE PLACED ON TOP) FOLLOWING REQUIREMENTS: SAND GRADATION: % PASSING 12 MAX. #4 55-100 #10 40-100 25-100 .i U } m ........ ..............K,#40 S" MAX DISTANCE i~ PACERS i BETWEEN SPACERS- CARRIER PIPE #200 10-20 PI NP-10 °o 1 7,14 y CASING SPACER SHOULD BE SPACED A SEE NOTE 5 OF ONE FOOT FROM EACH SIDE OF JOINT MAXIMUM (OR AS PER DESIGN ENGINEER) n. a o SHEET 62 of 124 RECORD DRAWING NO. CASING DETAIL COMPACT TO 95% OF D588. MOISTURE TO TO BE ADJUSTED TO (+7-2%) OF OPTIMUM. I REVISION NO. STR 869 NOT TO SCALE . CITY PROJECT # E12090 25 -YR. STORM WATER RUNOFF ANALYSIS SOUTH SYSTEM DRAINAGE AREA AREA (ACRES) Tc (MINUTES) INTENSITY (INCHES/HR.) Q 0 CFS) -0 198.00 AC 40.0 4.77 0.68 641.77 CI -1 13.39 AC 38.0 4.92 0.68 44.80 CI -2 64 AC 30.0 5.68 0.68 14.05 CI -3 14.8 40.0 4.77 0.68 48.20 CI -4 6.79 AC 30.0 5.68 0.68 26.20 CI -5 11.95 AC 0 4.62 0.68 37.57 CI -6 4.35 AC 30.0 5.68 0.68 16.79 CI -7 0.85 AC 30.0 .68 0.68 3.28 CI -8 14.38 AC 45.0 4. 0.68 43.28 CI -9 3.30 AC 30.0 5.68 0.68 12.74 CI -10 3.31 AC 30.0 5.68 12.77 CI -11 10.29 AC 42.0 4.62 0.68 32.35 CI -12 8.30 AC 32.0 5.46 0.68 0.83 CI -13 14.41 AC 40.0 4.77 0.68 46. CI -14 7.58 AC 40.0 4.77 0.68 24.57 CI -15 3.64 AC 25.0 6.30 0.68 15.60 25 -YR. STORM WATER RUNOFF ANALYSIS NORTH SYSTEM DRAINAGE AREA AREA (ACRES) Tc (MINUTES) INTENSITY (INCHES/HR.) C 0 (CFS) DA -0 140.00 AC 55.0 3.89 0.68 370.12 CI -16 0.73 AC 20.0 7.12 0.68 3.54 01-17 1.57 AC 20.0 7.12 0.68 7.60 CI -18 1.21 AC 20.0 7.12 0.68 5.86 CI -19 4.16 AC 21.0 6.94 0.68 19.63 CI -19A 3.46 AC 21.0 6.94 0.68 16.32 CI -20 0.73 AC 20.0 7.12 0.68 3.54 CI -20A 1.79 AC 21.0 6.94 0.68 8.45 01-21 2.09 AC 21.0 6.94 0.68 9.86 CI -22 4.27 AC 21.0 6.94 0.68 20.14 .,110 arias ■ ■ .060 I IMuII.IaI i ■ ■ ■ CI -8 j CI -5 I CI -3 14.38 AC ■ 11.95 AC ■ 14.87 AC ■ 33 TA 68+35 ■ i I l ■ i U ■ STA 70+72j MIS 1•1■11■11111111 ■ ■ CI -1 13.39 AC ■ U ■ I I 4,1 A-0 SOUTH 198 AC OFFSITE CONTRIBUTING DRAINAGE AREA CONSULTANT'S JOB 12047 C N 0, Department of Engineering CI -2 3.64 AC I.la.l a 0 J z 0 N O DA -0 NORTH SYSTEM 140 AC OFFSITE CONTRIBUTING DRAINAGE AREA C DRAINAGE AREA MAP HEET 63 of 124 RD DRAWING NO. 69 90 STA. 33+27 .C5T PROP STD. pr,INLET T.O.C.= 23.80 18" T= 20.51 PROP. 18" EXIST. STORM INLET ..TO BE REMOVED 21' CI -21 PROP. 5' STD. INLET STA. 33+40.77 '31.5' LT) T n,.= 25.15 18" (N.E.) 'L 24" (v.)c.,s.171.93.120 ROW OW T RO 0 ROW 4 11111111111..L21 Falk GRADE TO DRAIN TOINLET. POST CI -20B PROP. 5' STD. INLET 5' EXTENSION STA. 36+56 (31.5' LT) T.O.C.= 31.61 F.= 27.80 NOTES. 1. ALL WATER, WASTEWATER AND GAS UTILITIES TO BE RELOCATED UNDER THIS PROJECT ARE SHOWN IN THEIR RELOCATED POSITION, 2. EXISTING PIPEUNES WERE IDENTIFIED BY HYDRO -EXCAVATION ALONG THE EAST SIDE OF THE ROADWAY. 2 EXIST. 15" R.C.P. TO BE REMOVED PROP. 24" R.C.P. TIE-IN STA.32+89.7 (31.3' ,7) EXIST. STORM WATER MANHOLE ADJUSTMENT '(MPPE) PROP, 24" OCR TIE-IN STA. 32+89.2 (34.6' RT) PROP. 18" X 60' R.C.P. S=0.5% PROP. 18" 8' R.C.P. s=0.5% PROP. 27 4 R.C.P. ROW 01-196 PROP. 5' STD. INLET W/ 5' EXTENSION6 STA. 36+,_(31.5' RT) T.O.C.= ".,. 18" (E,)-=vo 27.50 18" (04 c.= 27.44 0 0 uJ (i) LU LLuJJ' -7] 0 R CI -22 21 EXTENSIONS INLETPROF,. 5' STD. WI ST32+77'46 (61.2' RT) 24" k, -2'0.19,69 ROW FR:m ROW EXISTING MANHOLE TO REMAIN IN PLACE STA.(33.0' 32+89.5RIM= 25.00 1,499E) 24" (W) (19.20 24" (E) 16.91 36' .Sc 27" E= 15.71 (EXIST.) 2c ROW 2 ROW 2G Row ROW PROP. 27 X 4 R.D.P. STORM WATER PLAN AND PROFILE STA. 32+00 TO 37+00 SCALE: HORIZ: 1"=20' VERT: 1"=2' MH -20 PROP. 4' STORM WATER MANHOLE TY A STA. 36+46 (37' RT) RIM= 31.24 (MATCH PROP. SW ELEV.) 18" (S.E.) E= 27.40 27" T.= 23.59 CONSULTANT'S - I OB NO. 1 20 472 z 32.0 30.0 EXIST. c. EXISTING MANHOLE TO REMAIN IN PLACE STIM RA=' 32251:0809.50.i(83p32.0; RT) 26 0 =ORM WATER 9:v-4145C:*---"tt6'";j-"---'---"'7---Sr :-. .------7-:-------1"4"-- . ---"-"' ;2:6i.(F.,5'.c`i.7.:!9:::ENT EE NOTE 2 28 0 22 0 Ar Aisirairar Airoworsoroorarordr Aar, A00000.000500000600or Aiwooropor Ap00000000„. AprjOirArAlirAtrAirrAr47:74:HAANS7rA:ArLIQUIDTrAilrAlirdirAgrarir:441r -4111.941PilifarAdr'irAradrir4611rair 20 o 18 0 16 0 EXIST. 36" R.C.P. EXIST. 15" R.0,p, TO BE REMOVED eriorPorRoAarp. 0,24,4pr- RAr.c.pAr. 000001:060yR: L2T" GASA•o7rorAr''Aoy:lgrc'1,4:tr-c PROP. 2" GAS AirocarAie PROP. 27 91:41Air:RAdir:2C31411r.5:11sEEillirNIA.111:4°.°191461116.rjr 1 OritrolOr/rAr E= i 9.29 PROP. 24" R.C.P. T.= 78.81 REMAIN R.C,P. TEXOIST, 24.0 - PROP. TOP OF cuRp Ir.) %%%% ,„,,,„,, , PROP. TOP 2 MH -20 PROP. 4' STORM WATER MANHOLE TY A STA. 36+46 (37' RT) RIM= 31.24 (MATCH PROP. SW ELEV.) 1.8."•-(S.E,) E=.•27,40 27" 23.59 OF CURB (LT) -- ‘S'4:2:33. S.(L1:2.505 (.14 "" E= 27.4 32.0 30.0 28.0 E.= 15.71 PLACE, SELLAFRO AND -----''Ar49410,0010941PY Q o 2 N USTA9 26.0 24.0 22.0 20.0 18.0 16.0 z 0 0. ci 0 0 5 >-. Department of Engineering Services Lt)0 'O'C1 CV a ,<1 STA. NO'S 32+00 33+00 34+0D 35+00 36+00 37+00 STA. NO.'S 0 0 0 Sof 14 RAWlNG 21\10. STR 869 CM( PROJECT# E12090 O 0 + CO M) Q W (n W W Z W = V) RO ROW ROW CI -20A PROP. 5' STD. INLET W/ 5' EXTENSION Row Row ROW STA. 39+13 (31.5' LT) EXIST. R.C.P. T.O.C.= 38.77 TO BE REMOVED 18" EL= 35.48 11 ROW ._ ` ..I ROW ROW ROLA- ..... ROW RAW G •�„ _ 2 G -. ,2 G _ 2 G �_. 2,G,. it - •�; TG c 0 �... _. Imo`, R I:F SW 6 W OW 6W 6W 6W 6W 6W 6W jai 6$ 6 S 8 S 8 S 8 5, 8 S S S 8 6 8 S 8 S 8 S 8 0 8 S 6 EXIST. 15" R.C.P. �� AND POST INLETS PROP. 18" X 60' R.C.P. f 9 TO BE REMOVED '6' 5=0.8% °� 38+00 9+00 NAVIGATION BLVD. 40+0041+00 ;'_ 42 CI -19A I;:I "I PROP. 18" X 8' R.C.P. PROP. 5' STD. INLET WI •n 5=0.5% 2-5' EXTENSIONS 11 I STA. 39+13 (31.5' RT) I�,I EXIST. 24" R.C.P. T.O.C.= 38.65 EXIST. 24" R.C.P. PROP. 18" X 4' R.C.P. i�' TO REMAIN IN PLACE. PROP. 24" X 4' R.C.P. 18" E= 35.00 TO REMAIN IN PIACE. n�' ��®� o . / PROP. 24"X 111211:4' R.C.P. _� i� Z.= 01_ izz tiihriwepit • ROW ROW ROW ROW ROW r ROW N ROW IRO ROW PROP. 24 X 4 R.C.P. RO RO I PROP. 27" X 4' R C.P. MH -21 PROP. 4' STORM WATER MANHOLE TY A STA. 37+43 (34.3' RT) RIM= 33.60 (MATCH PROP. SW ELEV.) 1L= 25.63 42.0 40.0. 38.0. 36.0. 34.0 32.0 30.0 28.0 26.0 24.0 22.0 0 0 (C .33% j g,+250% ,N RT S,k2• EXIST. 27" R.C.P. TO REMAIN IN PLACE. MH -22 PROP. 4' STORM WATER MANHOLE TY A STA. 39+05 (35.9' RT) RIM= 38.57 (MATCH PROP. SW ELEV.) 18" (S.E.) E= 34.90 24" EL= 28.38 MH -21 PROP. PROP. 4' STORM WATER MANHOLE TY A STA... 32+43..(34.3'.. .RD RIM= 33.60 (MATCH PROP. SW ELEV.) = 25.63 ROW LS EXIST. POST INLET TO BE REMOVED PROP. 24" X 4' R.C.P.I STORM WATER PLAN & PROFILE STA. 37+00 TO 42+00 L• I SCALE: HORIZ: 1"=20' VERT: 1"=2' MH -22 PROP234' STORM WATER MANHOLE TY A 57R:. 39+05 35:9' --RT) RIM= 38.57 (MATCH PROP, SW ELEV.) 18" (S:E.) E. 34.90 24" E. 28.38 EXIST. PROP. TOP OF CURB (LT) i � �oYS RT ROW?Ri ROW RS PROP. TOP OF CURB (RT) EMT.POST-KEY TO BE REMOVED PROP. 18" R.C.P. EL= 34.90 ROW LT ROW RI MH -23 PROP. 4' STORM WATER MANHOLE TY STA. 41+88 (33.8' RT) RIM= 42.74 (MATCH PROP. SW ELEV.) E= 33.19 R0� ROW.•-"• 5=+.61% (RT)�$=+•35% (RT)_ . .5=.+*O ..33%..(LT) S=+ MH -23 PROP. 4' STORM WATER MANHOLE TY A STA. 41+88 (33.8' RT) RIM= 42.74 (MATCH PROP. SW ELEV.) EL= 33.19 9..(6T) 42.0 40.0 3$.Q PROP. 2" WATER I\ EXIST. AT&T LINE EXISTBE . 15"REMOVED R.C.P. ANO POST INLETS TO E= 25.63 PROP. 27 X 4' R.C.P. I R.C.P. TO REMAIN IN PLACE, EXIST. 15" R.C.P. AND POST INLETS TO BE REMOVED 36.0 PROP. 2" WATER 24R.C.P. C::��0���. - . ����///�'�/'P�RO'P.I ' 3. I ROP. 2" WATER 4PR�' .0 R.C.P. PROP. 2" WATER ������������������5��1�1�.�5������'�/ �O�:� 28,3 34.0 20.0 NOTES: 1. ALL WATER, WASTEWATER AND GAS UTILITIES TO BE RELOCATED UNDER THIS PROJECT ARE SHOWN IN THEIR RELOCATED POSITION,% 2:" EXISTING•"PtPELINES'WERE"IDENTIFIED"BY ' HYDRO -EXCAVATION ALONG THE EAST SIDE OF THE ROADWAY. • • 32.0 30.0 28.0 26.0 24.0 22.0 20.0 8.0 18.0 0. CONSULTANT'S JOB NO. 120472 z W z N N � d L \O U T pn O a• 47.2:v. O III Department of Engineering Services U, 0 g 09d 0Wr gs z~z p O m 5. G 0. STA. NO.'S 37+00 38+00 39+00 40+00 41+00 42+00 STA. NO.'S a z 0 00 SHEET 65 of 124 RECORD DRAWING NO. STR 869 CITY PROJECT# Et 2090 O O 6 W N 8S (C) RO 6 W STA. 43+90 (30' LT) PROP. SIDEWALK DRAIN N YR YR 8 5 6 W 6 6 W 43+00 EXIST. 18" R.C.P. TO REMAIN IN PLACE. 8 ROW -�8 RO S 6 W 8 S 6 W CI -20 PROP. 5' STD. INLET STA. 45+03 (31.5' LT) T.O.C.= 43.00 FL= 39.71 ROW .\4/_ AdSI 8 RO CI -0158. 5' STD. INLET W/ 5' EXTENSION STA. 46+55.2 (75.0' LT) T.O.C.= 44.50 18" FL= 41.21 NAVIGATION BLVD. 44+00 PROP. 4' STORM WATER MANHOLE TY A STA. 44+50.5 (0p3. RT) RIM= 43.08 (MPE)5. 18" (W.) FL= 455 8" N.S. FL= 37.32 6 W 8 S PROP. 18" X 4' R.C.P 45+ 6 W 8 S PROP. 18" X 4' R.C.P. 8" WATER) PROVIDE 18" CLEARANCE BELOW R.C.P. 6 W 8 6 W PROP.18" X 60.0' R.C.P. 5==0.50.0 % CI -19 PROP. 5' SPECIAL STORM WATER CURE INLET STA. 45+01 (31.5' RT) T.O.C.= 43.35 18E. ° (E.) E = 18` N.S. FL =39.41 38.12 8 S 6 0 46+00 EXIST. 18° R.C.P. I PROP. 18 TO REMAIN IN PLACE. X 4' R.C.P. 46.0 RO ROW RO RO P.A.L,S. ANIMAL SHELTER RO RO RO PROP. 18 X S=0.5% 44.0 ROW RT 42.0 ROW RT -5=+0.35% (R?) ROW. R S=+0.34% (LT) PROP. TOP OF CURB 40.0 38.0 36.0 34.0 4.4.0 28.0 26.0 0 0 + LC) N CD d" W Q W ~ I (n W wz ROW Li PROP. TOP OF CURB (RT) ......................ROW R7 27.0 R.G.P. PROP. STD. POST INLET STA. 44+47 (65.0' RT) T.O.C.= 44.50 FL= 40.69 z 6 STORM WATER PLAN AND PROFILE STA. 42+00 TO 47+00 PROP. STD. POST INLET STA. 44+79 (65.0' RT) T.O.C.=O44.80 18" FL= 40.99 PROP. 18" X 30.0' R.C.P. 8=1.0%] SCALE: NORIZ: MH -24 PROP. 4' STORM WATER MANHOLE 1Y A STA. 44+50.5 (35.3' RT) 18" (W.) I= 40.55 18" (N.S.) : Es 37.32 ROW LT ROW RI' ROW LT 1"=20 VERT: 1 "=2' LT) PROP. 18" X 4' R.C.P. EXIST. SI, \3084 ROW LT =-0.30% (LT) -PROP:--18"- W.C:P. FL= 40.55 01-19 PROP. 5' SPECIAL ; STORM WATER CURB INLET STA. 45+01 (31.5' RT) T.O.C.= 43.35 ........... 8.".. (E.). = 39.43........ 18" (N.S.) FL = 38.12 �- ROW R RUL- .65 • �-e-' % (LT) RO STA. 46+39, (35' RT) PROP. 4' X 4' STORM WATER JUNCTION BOX I , TOP(N.S.) OF BOX==40.0043.17 FL (E) =40.21 STA. 46+39, 35RT) PROP. 4' X 4 STORM WATER JUNCTION BOX TOP OF BOX= 43.17 ......... FU.{N:S:�46.OD 1-11ROW 8 0 6 W EXIST. STORMWATER I� ▪ N ane INLETS AND 15' R.C.P. d' (p TO BE REMOVED Z.!.0011%18" X 107' R.C.P. W 47- W W (l) W J W 'PROP. 18" X 60' R.C.P. 5=0.5% U H NOTES. 1. ALL WATER, WASTEWATER AND GAS UTILITIES TO BE RELOCATED UNDER THIS PROJECT ARE SHOWN IN THEIR RELOCATED POSITION. 2. EXISTING PIPELINES WERE IDENTIFIED BY HYDRO -EXCAVATION ALONG THE EAST SIDE OF THE ROADWAY. ROW RT ROW RT 46.0 _+ .35% LT =+110% 44.0 PROP. 18" P.C.P. FL= 40.21 PROP. 18" X 4' R.C.P. •PROP. 3" • WAT�fi.... �����.jj__®,�L.N�/����..3�3 'worawr /I��' PROP. '�'///�' 18" X 4' R.C.P. ��// PROP. 8` WATER-.. (� (8" WATER) P �'...... EXIST. 18 ���'' TO REMg1N NC PL AwororrawarrairaroovaigartarersocaroorrorlarairsoorAwastar.arieS _'�'/�'+Y BE OW RCGP. PROP. 8" WASTEWATER EXIST. PIPE LINE 12" EQUISTAR CAST IRON EXIST. PIPE 8" EQUISTAR INET CAST IRON PROP. PROP. 18" X 4' R.C.P. PROP. 18 5=0.518 X 60 R.C.P EXIST. PIPE LINE 8" EQUISTAR EXIST: -RIPE-U NES JAVELINA; EXIST. PIPE LINES MARKWEST 42.0 40.0 38,0 38.0 CONSULTANT'S JOB NO. 120472 z a z 0 a 34.0 3 30.0 28.0 EXIST. PIPE LINE 8" EQUISTAR CAST IRON 25.0 24.0 24.0 0 0 N Q 6 O s O a U YR Q1 ` y- � "z G jUg C 521 0) s8P Department of Engineering Services in YR 0 0 STA. NO.'S 42+00 43+00 44+00 45+00 46+00 47+00 STA. NO.'S 0 z 0 YR SHEET 66 of 124 RECORD DRAWING NO. STR 869 CITY PROJECT# E1 2090 0 0 ^ y+ CO wQ LLJ (1)1- (f) 1w LLJ (.%) PROP. 3 -OPENING POST INLET STA. 47+40 (41.5' LT) T.O.C.= 46.36 E OPENING = 45.36 18" (= 40.97 PROP. 3 -OPENING POST INLET STA 47+86 (41.5' LT) T.O.C.= 46.85 TL OPENING = 45.85 18" EL= 41.19 6 PROP. 18" X 44' R.C.P. S=0.5% 60' EAS ROW RO 6W 8 S 6 48+00 8 S 6 W 8 8 6W NAVIGATION BLVD. 8 S 6W 49+00 8 S RO,.. PROP. 18 X 60' R.C.P. S=0.5% MH -25 PROP. 4' STORM WATER MANHOLE TY A STA. 47+61.4 (34.4' RT) RIM= 46.04 (MATCH PROP. SW ELEV.) 18" EL= 40.58 ROADWAY INN ROW 6 w S 0 2> 8 S S 50+00 CI -16 PROP. 5' STD. INLET W/ 5' EXTENSION STA. 51+92.43 (135.5' LT) T.O.C.= 45.60 18',= 42.31 PROP. STD. POST INLET STA. 51+42.7 (81.0' LT) T.O.C.= 47.25 6" PVC EL= M.E. 18" EL= 42.96 PROP. 18" X 3R.C.P. S=0.6% PROP. 18" X 41.3' R.C.P. S=0.5% PROP. 6" P.V.C. TIE-IN STA. 51+43.6 (82.4 LT DUKE CONTROLS INC OO( 10 a 6W 12 NOTES: 1. ALL WATER, WASTEWATER AND GAS UTILITIES TO BE RELOCATED UNDER THIS PROJECT ARE SHOWN IN THEIR RELOCATED POSRION. 2. EXISTING PIPELINES WERE IDENTIFIED BY HYDRO -EXCAVATION ALONG THE EAST SIDE OF THE ROADWAY. 8 w EXIST. STORM WATER INLET TO BE REMOVED 51+00 12 w MH -27 PROP. 4' STORM WATER MANHOLE TY A 4 STA. 51+97.3 (134' LT) RIM= 45.03 (MPPE) 18" EL=42.29 44/ 24" EL= M.E.. Are- > 52 PROP. 18" R.C.P. TIE-IN STA. 51+76.5 (55.7 LT) EL=42.75 EXIST. STORM WATER MANHOLE ADJUSTMENT (MPPE) EXIST. STORM WATER INLET TO BE REMOVED O O + 'N0 CO Q W ~ W CO = LLJ 00 zw J U 8 611 -Y: CI -17 .3F. PROP. 5' STD. INLET STA. 51+39.6 (119.9' RT) T.O.C.= 46.28 18" EL= 42.99 STORM WATER PLAN AND PROFILE STA. 47+00 TO 52+00 SCALE: HORIZ: 1"=620' VERT: 1"=2' d4 PROP. 18" X 6' R.C.P. S=0.5% MH -26 PROP. 4' STORM WATER MANHOLE TY A STA. 51 +47.4 (120.9' RT) RIM= 45.90 (MPPE) 18" EL=42.96 24" EL= M.E. IST. STORM WATER MANHOLE ADJUSTMENT (MPPE) Z CONSULTANT'S JOB NO. 120472 0 0 48.0 46.0 44.0 42.0 40.0 38.0 0 0 MH -25 PROP. 4' STORM WATER MANHOLE TY A STA. 47+61.4 (34.4' RT) ' RIM= 46.04 (MATCH PROP. SW ELEV.) 18" EL= 40.58 R0W RT - S=+1.461_ (WT _- ROW T S.-4.1.20% LT) I -PROP. 4" GAS UNE ROW RT � Rj R0 PROP. TOP OF CURB (RT) EXIST. CL S=X0.57"-- r....- 8=+0.80% (LT) PROP. 18" X 60' R.C.P. S=0.5% ROW RT ROW -LT ROW RT ROw� 5=+0.70%T(RT) 1.g.40.63% LT ROW RT Ss+0.81% (C _ ROW RT e�0.51 -_ ROW RT ROW O.32% RT ' e • •-�_ S=-0 67% (LT) ' 8 - : .03$ PROP. TOP OF CURB (LT) [E - PROP. 6" WASTEWATER UNE 36.0 PROP. 4" GAS UNE PROP. 8" WATER LINE S.,- .46% (LT 9W LT MH -26 PROP. 4' STORM WATER MANHOLE TY A STA. 51 +47.4 (120.9' RT) RIM= 45.90 (MPPE) 18"'E:=42.96 24" EL= M.E. 48.0 PROP. 8" WASTEWATER LINE ........................... EXIST. 24" STORM WATER O Q _+ N Lf) co 46.0 44.0 42.0 40.0 38.0 � B4 EXIST. CITGO PIPE LINES 10",6",6",10",4",4" 36.0 STA. N0: S 47+00 48+00 49+00 50+00 51+00 52+00 STA. NO.'S 8. Ei N 6 0. 6 N (I) 0v Q U (L c 0 am,Ih Department of Engineering Services m w ro n a W J_ LL_ O 0_ 0 0_ 0 Q L() O 0_ 0 Of LLJ 1 in 10 0 E- GO 4.4 0 6) SHEET 67 of 124 RECORD DRAWING NO. STR 869 CITY PROJECT# E12090 48.0 46.0 44.0 42.0 NOTES. 1. ALL WATER, WASTEWATER AND GAS UTILITIES TO BE RELOCATED UNDER THIS PROJECT ARE SHOWN IN THERE RELOCATED POSITION. 2. EXISTING PIPELINES WERE IDENTIFIED BY HYDRO -EXCAVATION ALONG THE EAST SIDE THE ROADWAY. 3. HGL •WN IS BASED ON ALL OFFSITE DOWNSTREAM IMPROV TS AND NAVIGATION UPPER REACH IMPROVEM AS SHOWN ON THE STORMWATER ` 'SER PLAN TO RE IN PLACE. PROP. 3-OPNG - RR rI --1•�i 68 S 8 S 24 EM MA 0 J PROP. 18" R.C.P PROP. 18 R.C.P PROP. 6" P.V.C. TIE-IN DUKE CONTROLS INC. Q0( 0 a Yl4�Ift71e1Yi:Ji iy ROW --�/ 48+00 EM 24 ROW RT S=+1.46 ROW LT 20% (LT) NAVIGATION BLVD. -m 50+00 51+00 PROP. 7.5' BEND M PROP. TOP OF CURB (RT) EXIST. CL STORM WATER PLAN AND "OFILE S-A: 47+00 TO 52+0 24 EM- '-1-o SCALE: HORIZ: 1 =20 VERT: 1 = ROW RT ROW RT ROVT-LT ROkLT- . (LT) PROP. TOP OF CURB (LT) 5=+0.70% (RT _ATO ROW RT 28.0 26.0 r•-• CO CO W W T W W Z U PROP. 4' GAS LINE 63% 12 WM RI 51 ROW LT 4 -VRSW( RT 12 W 67% (LT) 4" GAS LINE S�-0-0 34% 24 E a 24 Elm a PROP. STORM WATER MANHOLE ADJUSTMENT MPPE V.P Ti-.O.46%(LT) SEE SHEET 67 LT 48.0 46.0 LINE EXIST. 24" STORM WATER 24.0 4 - 25 YR HGL 22.0 E.= 19.92 20.0 18.0 25 YR PROP. 10'85' X 500.4' R.C.B. S=0.30% • ....../............../.............. 7,- 0 O + No Ln CD < W '(/)"_ W Z W J W �(n U H- 44.0 CONSULTANT'S JOB 12047 c 661 z�w a) 888 0 Department of Engineering Services 42.0 28.0 26.0 24.0 22.0 0 0. 0 20.0 18.0 w W J W, --- O m W O p O z + Q LN z O W O 0 + STORM WATER ST 0.'S 47+00 48+00 49+00 50+00 51+00 52+00 STA. NO.'S O 0 MI SHEET 680f 124 RD DRAWING NO. S 69 CITY PROJECT '.90 - 4 G RCP 00 40 4 0 40 4 G NOTES* 1. ALL WATER, WASTEWATER AND GAS UTILITIES TO BE RELOCATED UNDER THIS PROJECT ARE SHOWN IN THEIR RELOCATED POSITION. 2, EXISTING PIPEUNES WERE IDENTIFIED BY HYDRO -EXCAVATION ALONG THE EAST SIDE OF THE ROADWAY. 4C 44 53+00 54+00 40 40 EXIST. 60" R.C.P. TO REMAIN IN PLACE CI -14 PROP. PROP. 5' STD. INLET W/5' EXTENSION STA. 55+96 (44.4' LT) T.O.C. = 44.62 18" k.= 41.35 MH -28 PROP. 7' STORM WATER MANHOLE STA. 55+96 (13.75 LT) RIM= 44.92 (MPPE) 18" (W) E= 41.25 18" (E) E= 39.97 EXIST. 60 R.C.P. = 22.41 STORM WATER PLAN AND PROFILE STA. 52+00 TO 57+00 SCALE: HORIZ: 1"=20' VERT: 1"=2' 55.00 12 W 12 W 60 RCP PROP. 18 X 43 R.C.P. S=1.44% EXIST. STORM WATER MANHOLE ADJUSTMENT (MPPE) 12 W EXIST. STORM WATER MANHOLE ADJUSTMENT (MPPE) //V 12 W 0 ix 12 W 4. 60 RCP 60 RCP NAN/f6gfariCW7. EXIST. 60" R.C.P. TO REMAIN IN PLACE 8 W 8 CI -15 PROP. 5' STD. INLET W/5' EXTENSION STA. 55+98 (31.5' RT) T.O.C. = 45.17 18" E= 41.87 4. 60 RCP 4. 5, 57 EXIST. STORM WATER INLET TO BE REMOVED o CONSULTANT'S JOB NO. 120472 to ,, .•'%%•••••••• 240 0 ER 4. 50.0 50.0 48.0 46.0 44.0 42.0 40.0 38.0 A EXIST. STORM WATER INLET TO BE REMOVED EXIST. CURB INLET EXIST. STORM WATER MANHOLE ADJUSTMENT (MPPE) 36.0 EXIST. STORM WATER MANHOLE ADJUSTMENT (MPPE) R EXIST. 18' R.C.P. & EXIST 24" R.C.P EXIST. 1B R.C.P. Row,RT PROP. TOP OF CURB (RT) • • . PROP. TOP OF CURB (LT) PROP. 15" R.C.P. .4125 MH -28 PROP. 7' STORM WATER MANHOLE STA. 55+96 (13.75' LT) RIM= 44.92 MPPE 0 ROW RT S=+1.01% (LT) PROP. 4" GAS UNE ROW RT RO PROP. 18" R.C.P. E.= 39.97 PROP. 8" WATER LINE 0 r•-• U) H- < LiJ 0)1- I UJU) z Lul-11 0 (I) 48.0 46.0 44.0 42.0 40.0 38.0 36.0 34.0 34.0 z a. 0 a z 0 01 <17') Department of Engineering Services 2 4. LU 0 LU _J LL 0 CL 0_c Lo 0 0 0_ 0 w c`l Lo (f) STA. NO.'S 52+00 53+00 54+00 55+00 56+00 57+00 STA. NO.'S 0 6 4. SHEET 69 of 124 RECORD DRAWING NO. STR 869 CITY PROJECT# E12090 O O A00 CV Lf) W Q RCP I— (n (n W z W J LJ (n U -00 4 G 4 G 4 G 4 G 4 G 4 G 4 G 4 G 4 G EXIST. 60" R.C.P. TO REMAIN IN PLACE M >- a � T CD ti ti 4 01-14 MH-9AI PROP. 18 X 28 60 RCP 50.0 48.0 53+00 54+00 55&0 STORM WATER PLAN AND PROFILE STA. 52+00 TO 57+00 (B) SCALE: HORIZ: 1 "=20' VERT: 1 46.0 44.0 42.0 32.0 30.0 28.0 _y O O co N In LJ I— (n 2 (n w z W J w=•, Un ca NOTA".,. •1.••ALL.WATER,..WASTEWATER•.AND-GAS UTILITIES -TO BE. RELOCATED UNDER THIS PROJECT ARE SHOWN IN : THEIR RELOCATED POSITION. 2. EXISTING PIPELINES WERE IDENTIFIED BY HYDRO -EXCAVATION ALONG THE EAST SIDE OF THE ROADWAY. • EXIST. CURB INLET EXIST, CL 26.0 24.0 IS PROP. 18' X 43 R.C.P. PROP. STORM WATER ADJUSTME 60 RCP NA\ A ION BLVD. EXIST. 60" R.C.P. TO REMAIN IN PLACE STORM WATER INLET REMOVED EXIST. STORM WATER MANHOLE TO" REMAIN' 1N"PLACE 22.0 20.0 F EXIST. 60" R ROO,. TEST 69 -�- RQW.RT PROP. TOP OF CURB (RT) H -9A ROW RT R6 026.570% ( S=-0.37% (LT---- T)) PROP. TOP OF CURB (LT) PROP. 18" R.C.P. ........PL= 41.25 Rt ROW S=+0.35% (R1) S= I (LT) PROP. 4" GAS LINE 60 RCP— 57 --- C, w f— W (J) LJ (n z J W = U U) 11 EE= 22.41 cQ 20• 50 0 48.0 46.0 44.0 42.0 CONSULTANT'S JOB 120472 a? 0 32.0 30.0 28.0 26.0 EXIST. 60" R.C.P. TO REMAIN IN PLACE (= 22.82 24.0 22 0 0 N 0 20.0 W J LLL � OcL 0 O O Z a� z gP 0 O O CV LC) in STORM WATER z 0 HEET 70of 124 R' . •RD DRAWING NO. S = :69 S •. NO.'S 52+00 53+00 54+00 55+00 56+00 57+00 STA. NO.'S CITY PROJECT# '890 MH -29 PROP. 7' STORM WATER MANHOLE STA. 59+12 (7.9' RT) RIM= 44.36 (MPPE) 24" (E) TL= 38.63 24" (SW) 1= 40.00 60" RCP 1= 23.32 CI -13 PROP. 5' STD. INLET STA. 59+12 (31.5' LT) T.O.C.= 44.37 24" FL= 40.58 E EXIST. STORM WATER INLET AND RCP TO BE REMOVED EXIST. STORM WATER MANHOLE_ 6 v -ADJUSTMENT (MPPE) PROP. 18" R.C.P. TIE-IN STA. 58+80.77 (8.6' RT) 18" TL= 38.83 M.E. 60 RCP PROP. 18" R.C.P. TIE-IN STA. 58+81.5 (8.7' RT) 18" IL= 36.48 M.E. lal ROW Rt 46.0 44.0 42.0 40.0 38.0 R7 •,,,,,,,�- ROW S=+0.___5% (Ro _ Rsw f---�-..sow ROW PROP. 18" R.C.P. TIE-IN STA. 56+76.8 (43.4' RT) 18" E= M.E. ( PROP. 18" X 45' R.C.P. S=0.8% 2 6 v EXIST. STORM WATER INLET TO BE REMOVED PROP. 18 R.C.P. TIE-IN STA. 58+90.9 (38.3' RT) 18" CL= 40.14 M.E. R0W ROW RO RO ROW R0\ CI -12 PROP. 5' STD. INLET STA. 59+54 (32' RT) T.O.C.= 44.15 18" FL= 40.36 STORM WATER PLAN AND PROFILE STA. 57+00 TO 62+00 SCALE: HORIZ: 1 "=20' VERT: Ro R MH -29 PROP. 7' STORM WATER MANHOLE STA. 59+12 (7.9' RT) RIM= 44.36 (MPPE) 32.0 30.0 PROP. 2" WATER PO), EXIST. STORM WATER MANHOLE ADJUSTMENT (MPPE) PROP. 18" R.C.P. TIE-IN STA. 58+80.77 (8.6' RT) 18" IL= 38.83 M.E. PROP. 18" R.C.P. TIE-IN STA. 58+81.5 (8.7' RT) PROP. - 2" GAS PROP:' 8" WATER RO X'O ROW RT <p POW -t ^W in'OW LT S -+o.31 % (LT) -s- EXIST. CL S=+o.32% (RT) R PROP. TOP OF CURB (LT) 'T ROS +0.31 % (LT) LT- $ •.O ..�- S=+0.40% (RT) NOTES' 1. ALL WATER, WASTEWATER AND GAS UTIUTIES TO BE RELOCATED UNDER THIS PROJECT ARE SHOWN IN THEIR RELOCATED POSITION. 2. EXISTING PIPELINES WERE IDENTIFIED BY HYDRO -EXCAVATION ALONG THE EAST SIDE OF THE ROADWAY. ROW Ri ROW RT ROW RT ROW L)--�� RO LT) 46.0 44.0 PROP. TOP OF CURB (RT) 42.0 PROP. 18" R.C.P. TL= 40.00 PROP. 24'1C0." FL= 38.63 26.0 / // ///////////////////////////// //////i /////////////////////////////////////////_///////// ///✓ //////////// 26.0 24.0 EXIST. 60" R.C.P. TO REMAIN IN PLACE TL= 22.82 //////////�/4249r//////�®/O/./O/////�/ 22.0 6) 20.0 EXIST, 60" R.C.P. TO REMAIN IN PLACE //////////Z///////////Z/// ////////////7//////1////////////77 //////%/////////////////////////////7////////////%////l/% FL= 24.02 //////////////////'i 40.0 38.0 CONSULTANT'S JOB NO. 120472 0 N PIo<a GG3o +` EA C E U ..0 L � 8,1 PEi C 0,R zaw N .‘38 P 0 a 32.0 30.0 28.0 26.0 0 z FS MANHOLE TOPS U 0 v, Q U 0 0 U m h� Department of Engineering Services 24.0 m 6) 22.0 N 20.0 0 W J_ w O cy O W O Z co Q Z W O 0 La wLa CC O I - STA. NO.'S 57+00 58+00 59+00 60+00 61+00 62+00 STA. NO.'S 0 z SHEET 71 of 124 RECORD DRAWING NO. STR 869 CITY PROJECT# E12090 PROP. 18" X 38.0' R.C.P. S=5.1% WV** 1 I 0111111W, PO a. CI -11 PROP. 5' STD. INLET STA. 62+33 (31.5' LT) T.O.C.= 44.75 18" T= 41.46 0 0 VI MH -30 PROP. 7' STORM WATER MANHOLE STA. 62+33 (8.9 RT) RIM= 45.10 (MPPE) 18" E= 39.52 60" RCP E= 24.25 gr ROW 3 C 3 C MH -31 PROP. 7' STORM WATER MANHOLE STA. 64+15 (18' RT) r RIM= 44.69 (MPPE) 18" T.= 41.02 60" RCP E= 24.84 ROW 30 As: MH -32 PROP. 7' STORM WATER MANHOLE STA. 66+20 (10.7' RT) RO RIM= 44.61 (MPPE) 18" T= 40.58 24" E.= 37.58 60" RCP E_=. 25.51 PROP. 5° CONC. RIPRAP (45 S.F. PROP. 5" CONC. RIPRAP 52 S.F.) CI -8 PROP. 5' STD. INLET STA. 66+33 (31.5' LT) T.O.C.= 44.54 = 40.17 PROP. STD. POST INLET STA. 66+56 (65.0' LT) T.O.C.= 43.90 . OPENING= 42.90 18" E..= 40.75 e, COIN ikrne til...o1711120, MH -33 PROP. MANHOLE RISER STA. 66+91 (9.4' RT) RIM= 45.55 (MPPE) 18" E.= 39.24 5 X5 CBC E= 25.69 PROP. 24" X 42' R.C.P. S=6.2% EXIST. STORM WATER MANHOLE ADJUSTMENT (MPPE) NAVIGATION BLVD. 65+00 63+00 EXIST. 60" R.C.P. TO REMAIN IN PLACE PROP. 18" X 11,0' R.C.P. S=4.3% P '70 Vt'0 4 I 60 RCP 60 RCP -- 60 RCP 60 RCP 60 RCP 60 RCP PROP. 30 R.C.P. TIE-IN STA. 66+70.5 (10.7' RT) 30" E= 36.91 8026 c, 60 RCP 67 PROP. 18" X 18.0' R.C.P. S=4.72% EXIST. STORM WATER MANHOLE ADJUSTMENT (MPPE) 8 W a w 4 ..••••••- RO ROW • • EXIST. STORM WATER MANHOLE ADJUSTMENT (MPPE) PROP. 18" X 36.6' R.C.P. 5=0.52% PROP. STD. POST INLET STA. 66+94 (65.0' LT) T.O.C.= 43.82 T. OPENING= 42.82 E.= 40.58 PROP. 18" X 74' R.C.P. S=0.52% 8 S PROP 70' BEND STA 66+94 (53' LT) 18' E= 40.50 a. 85 0 8 CI -10 PROP. 5' STD. INLET STA. 64+15 (31.5' RT) T.O.C.= 44.78 18" k= 41.49 0 8S SW 16 RCP 2 W ROW ROW ROW ROW S 8S 8 S NOTES. 1. ALL WATER, WASTEWATER AND GAS UTILMES TO BE RELOCATED UNDER THIS PROJECT ARE SHOWN IN THEIR RELOCATED POSMON. 2. EXISTING PIPELINES WERE IDENTIFIED BY HYDRO -EXCAVATION ALONG THE EAST SIDE OF THE ROADWAY. STORM WATER PLAN AND PROFILE STA. 62+00 TO 67+00 SCALE: HORIZ: 1"=20 VERT: 1"=2' CI -9 PROP. 5' STD. INLET STA 66+20 (31.5' RT) T.O.C.= 44.72 18" T.= 41.43 EXIST. STORM WATER INLET AND MANHOLE TO BE REMOVED PROP. 30" X 55.0' R.0 P. PROP. 18 X 53' R.C.P. CI -7 PROP. 5' STD. INLET STA. 66+91 (65.6' RT) T.O.C.= 45.15 18" E= 41.86 10 _ CO I- I-11 _L▪ . LLJ (I) Z u j CD PROP. 30" R.C.P. TIE-IN < STA. 66+69.5 (65.7 RT) 30" E= M.E. CONSULTANT'S JOB NO. 120472 a. 0 46.0 EXIST. PIPE LINE 6" IN 24" CASING S. - ENTERPRISE XIS'!. PIPE LINE 42.016" ENTERPRISE 40.0 38.0 32.0 30.0 MH -30 PROP. 7' STORM WATER MANHOLE STA. 62+33.0 (8.9' RT) RIM= 45.10 (MPPE) ROW LT LT ......... ROW LT Row PROP. TOP OF CURB (RT) PROP. TOP OF CURB (Li) EXIST. 6IPE LINE 8" ENERFIN HP GAS LINE ROP. 6" GAS EXIST. P PE LINE ENTERPRISE /..,-PROR. 187 R.0 P 39.52 EXIST. P PE LINE 16" COPAN° HP GAS LINE XIST, PIPE LINE ENTERPRISE EXIST. PIPE LINE VALERO RP OAS LINE EXIST. RIPE LINE 6" FLINT HILLS LPG IN 10" CASE L1' OW RT EXIST. O MH -31 PROP'. 7' STORM WATER MANHOLE STA. 64+15 (18' RT) RIM= 44.69 (MPPE) ROW Rr ............ ....... . ... Lr S=+0.60% (RT 4 r PROP. 18" R.C.P. -11 41 E.- 41.02 ROactet LT MH -32 PROP. 7' STORM WATER MANHOLE STA. 66+20.0 (10.7' RT) RIM= 44.61 (MPPE) Pow fir ROW LT ROW LT ------- ROW LT S"---0•39% (RT) S=-0.30% (LT) ROW W LT PROP. 18" R.C.P. T- 40.58 4 MH -33 PROP. MANHOLE RISER STA. 66+91 (9.4' RT) RIM= 4655 (MPPE) s.AAAA5-514 • e . EXIST. STORM WATER MANHOLE ADJUSTMENT (MPPE) EXIST: AT&T 0.344_ (La) (RT) 46.0 44.0 42.0 EXIST. PIPE LINE 6" FLINT HILLS IN 10" CASE PG PROP. 24" R.O.P. E= 37.58 PROP. 30" R.C.P. TIE-IN STA. 66+70.5 (10.7' RT) T= 36,90.4,E PROP. 8" WATER 4 PROP. EXIST. 24" R.C.P. PROP. 8" WAST"."....."47-7VATER 18" R.C.P. k= 39.24 28.0 ///- .......///////////////'// zer-.07Arie- ////////////, 7/./, _72 40.0 38.0 32.0 30.0 28.0 26.0 E= 24.17 24.0 'STA. NO.'S 62+00 EXIST. BO" R.O.R. 10 REMAIN it+ PLACE -\ E= 25.71 26.0 //////// ////////////////////////////////////////, 24.0 DESCRIPTION Department of Engineering Services 8 CO ,41 0 8 1:16, " w z g 0 o z g LL 0 Do 0_ 0 Z co 0 Z F- + LLJ I- CD 12C 63+00 64+00 65+00 66+00 67+00 STA. NO.'S0 6 CR SHEET 72 of 124 RECORD DRAWING NO. STR 869 CITY PROJECT# E12090 O O RO 20 ROW RO' MH -34 PROP. MANHOLE RISER STA. 68+33 (10.3' RT) RIM= 44.85 (MPPE) 18" (W) E= 40.05 24" (E) E= 39.16 5'X5' CBC E= 25.95 RO CI -5 PROP. 5' STD. INLET STA. 68+35 (31.5' LT) T.O.C.= 44.98 24" E= 41.19 RO PROP. 24" X 39R.C.P. S=5.2% RO ROW RO MH -35 PROP. MANHOLE RISER STA. 70+72 (11.7' RT) RIM= 44.84 (MPPE) 24" (W) E= 40.71 24" (E) E= 39.08 5'X5' CBC E= 26.38 ROW RO -3 PROP. 5' STD. INLET W/ 5' EXTENSION STA. 70+72 (31.5' LT) T.O.C. 44.96 24"E=41.17 RO PROP. 24" X 40.0' R.0 P. S=5.2%[ 4 5x5 BOX C7 4 4 5 S 4 W 4 ROP 68+00 5x5 BOX 8 S 5x5 BOX 69+00 8 S 5x5 BOX 8 5 - 8 S G RO 2 G CI -6 PROP. 5' STD. INLET' STA. 68+33 (31.5' RT) T.O.C.= 44.93 18" E= 40.75 EXIST. 5'55' C.B.0 TO REMAIN IN PLACE 8W BW 5x5 BOX 8 S 8 S 70+00 NAVIGATION BLVD. 5x5 BOX 5,5 BOX S 8 5 EXIST. STORM WATER INLET " & 15" R.C.P. TO BE f REMOVED. EXIST. STORM WATER MANHOLE- - ADJUSTMENT (MPPE) ta FF PROP. 15" X 40.8' R.C.P S=0.7% ROW PROP. STD. GRATE INLET STA. 66+76.50 (40.5' RT))030 0 T.0.0.= 43.86 15" E= 41.05 STORM WATER PLAN AND PROFILE STA. 67+00 TO 72+0010 8 ROW PROP. 24 X 17 R.C.P. S=4.8% 700 2 G 8 W qac 2 G 5 5 BOX 5x5 80X 8 5 72- f EXIST. STORM WATER INLET & 15" R.C.P. TO BE REMOVED. CI -4 PROP. 5' STD. INLET STA. 70+74 (31.5' RT) T.O.C.= 45.32 24" E= 41.53 SCALE: HORIZ: 1 "=20' VERT: 1 "=2' RGWp .3, ... © PROP.• 4' MANHOLE TYPE A p STA. 71+13.45 (32' RT) Q T.O.0 45.47 15" EL= 41.68 24"E=41.18 8 2 G ROP. 2-15 X 7.5 R.C.P. PROP. 24" R.C.P. TE -IN STA. 71+13.6 (12.3' RT) 24" E= 39.33 O PROP. 15" R.C.P. TIE-IN STA. 71+15.2 (34' RT) 15" E= 42.23 M.E. O PROP. 15" R.C.P. TIE-IN STA. 71+12.0 (34' RT) 15" E= 42.62 M.E. ROW - OziO O 0 CN+ E-- N. W V) (n W V) Z J W 0 U CQ 48.0 46.0 44.0 ROW IT MH -34 PROP. MANHOLE RISER STA. 68+33 (11.3' RT) RIM= 444.85 (MPPE) 5=•-0:34$IL.... ROW 0 S=-0.37% S=-0.70%(LT)..._. 5=+0. ROW P1 S- 0.33% (RT) EXIST. CL ROW Ar R W LT ROW LT •R0W •RT 5=+0.66% S=+0.0%. (LT) RD LT PROP. TOP OF CURB (LT) PROP. TOP OF CURB (RT) R0`v LT MH -35 PROP. MANHOLE RISER STA 70+72 (11.7' RT) RIM= 44.84 (MPPE) Rohr RT 3=-0.34% RT) a04 ROW LT S=-0.32% (LT) RO 0 ROW LT 44W RI EXIST. STORM WATER MANHOLE ADJUSTMENT'(MPPE) 48.0 R ROW ____�- ROW RT S-+0.36%. (RT).............�. RT ROW= ROW I r S=+0.36% (LT) 4¢.Q 44.0 CONSULTANT'S JOB NO. 120472 U PROP. 2" GAS 1 42.0 40.0 38.0 36.0 34.0 32.0 30.0 //////////////////////////////////A 28.0 PROP. 18" R.C.P. rEL= 40.05 fPROP. 24" R.C.P. E= 39.16 PROP. 8" WASTEWATER /////////////////, PROP. 2" WATER /////////////////////////////////////////// 26.0 24.0 T.= 25.71 EXIST. 5'X5' C.B.C. TO REMAIN IN P CE NQTF�S;, 1. AL: WATER, WASTEWATER AND GAS UTILITIES TO BE RELOCATED UNDER THIS PROJECT ARE SHOWN IN THEIR RELOCATED POSITION. 2. EXISTING PIPELINES WERE IDENTIFIED BY HYDRO -EXCAVATION ALONG THE EAST SIDE 011 THE ROADWAY. • /////1/////////////////////////////// PROP. 24" E=-40,71 PROP. 24" E= 39.08 ROP. 2" WATER R.C.P. R.C.P. 42.0 le PROP. 24 R.C... TIE-IN STA. 71+13.6 (12.3' RT) 30" EL= 39.3 -PROP. 2" WATER EXIST. 15" R.C.P. TO BE REMOVED PROP. 8" WASTEWATER ////////// //////<_////////////// // // /// / EXIST. 5'X5' C.B.C. 40.0 38.0 36.0 34.0 32.0 30.0 28.0 26.45 E= 26.61 26.0 24.0 0 W 3 a 0 v a 0 0 0 Department of Engineering Services m I0 CO n 0 0 STA. NO.'S 67+00 68+00 69+00 70+00 71+00 72+00 STA. NO.'S 0 SHEET 73 of 124 RECORD DRAWING NO. STR 869 CITY PROJECT# E12090 a) LU LU (r) LU LU (I) C 0.N1 I- .00 73+00 ROW 74+00 MH -37 PROP. MANHOLE RISER STA. 75+17 (10.5RT) RIM= 46.30 (MPPE) 18" (W) 41.23 24" (E) ILW 3945 EXIST. 5'X5' C.B.C. 27.24 8 W 4 W ROW 3 C 4W NAVIGATION BLVD. ROW ROW CI -1 PROP. 5' STD. INLET W/ 5' EXTENSION STA. 75+17 (31.5' LT) T.O.C.= 45.26 24" E= 41.47 PROP. 24" X 40.0 R.0 P. S=5.0% ROW ROW ROW 0 ROW 4W 3 C 3 C 4W 75+00 5x5 BOX 5x5 BOX 5x5 BOX EXIST. 5'X5' C.B.0 TO REMAIN IN PLACE NOTES: 1. ALL WATER, WASTEWATER AND GAS UTILITIES TO BE RELOCATED UNDER THIS PROJECT ARE SHOWN IN THEIR RELOCATED POSMON. 2. EXISTING PIPELINES WERE IDENTIFIED BY HYDRO -EXCAVATION ALONG THE EAST SIDE OF THE ROADWAY, 0 ROW 505 BOX ROW 5x5 BOX N 5x5 BOX 5x5 BOX PROP. 18 X 18.0' R.C.P. S=4.9% 1i 5x X i; ll V 1'11 ;;p12,11.16. . W 8W ROI! ROW ROW ROW RoROW REMOVED AND P .WIPE TO BE EXIST. STORM WATER INLET EXIST. STORM WATER INLET AND PIPE TO BE REMOVED 76+00 HOU TON 5x5 BOX 5x5 BOX EXIST. STORM WATER MANHOLE TO REMAIN IN PLACE (MPPE) 5x5 BOX 5x5 C) BOX 77+00 CI -2 PROP. 5' SID. INLET STA. 75+17 (31.5' RT) T.O.C.= 45.40 18" IE. 42.11 STORM WATER PLAN AND PROFILE STA. 72+00 TO END SCALE: HORIZ: 1"=20' VERT: 1"=2• ROW T - CONSULTANT'S JOB NO. 120472 ▪ F.FJ • 1E. C 0 tn _c 0 • BP P .111 Eos. • c 6.2 C a. 0 BBB 48.0 RT 46.0 ROW RT --'----7-7‘;=+°.367":r' • • .0 EXIST. I, S=-0.48% (RT) r ROW LT -.-R0104-LT .35% (LT) MH -37 PROP. MANHOLE RISER STA. 75+17 (10.5' RT) RIM= 46.30 (MPPE) ROP. TOP OF CURB (RT) .81 PROP. TOP OF CURB (LT) EXIST. STORM WATER MANHOLE TO REMAIN IN PLACE (MPPE) 48.0 .ROW-OT-8OW-4RT--$=+0.62% (LT) - -0 88% 0-1)- S=+0.36E-0751 5.44 - - - 42.0 40.0 34.0 32.0 30.0 PROP. 8" WASTEWATER PROP. 2" WATER PROP. 18" R.C.P. T.= 41,23. PROP. 24" R.C.P. E= 39.45 PROP. 8" WASTEWATER EXISTSTORM WATER INLETS AND PIPE TO BE REMOVED PROP 8" WATER PROP. 2" GAS PROP. 8" WATER EXIST. 8" WATER-\\ 46.0 44.0 42.0 40.0 z /////////////////// /////////////////////////////////////// 34.0 32.0 28.0 EXIST. 5'X5I C.B.C. TO REMAIN IN PLACE 26.0 T.= 26.46 WA /X FA% 7i9v., rM01/4 rr A MI r WeAr/027.4W WA FA Or E= 27.24 EXIST. 72" R.C.P. E= 27.28 M.E. 30.0 28.0 ,07zir.A077,4074//7/ 4/4/0774" INV /,,,77. 26.0 Lu 0 8 z Ox 01 40 co uJ 0 o (Thu j <0 F- 1 0_ + cN r, < < 0 STA. NO.'S 72+00 73+00 74+00 75+00 76+00 77+00 STA. NO.'S 8 0D Ox SHEET 74of 1 24 RECORD DRAWING NO. STR 869 CITY PROJECT# E12090 28.0 28.0 34.0 CI -21 PROP. 5' STD. INLET STA. 33+40.77 (31.5' LT) T.O.C.= 25.15 26.0 EXISTING MANHOLE TO REMAIN IN PLACE STA. 32+89.5 (33.0' RT) RIM= 25.00 (MPPE) CI -22 PROP. 5' STD. INLET W/ 2-5' EXTENSIONS STA. 32+77.46 (61.2' RT) T.O.C.= 24.78 26.0 32.0 24.0 24.0 30.0 22.0 20.0 18.0 PROP 8" WATER PROP 18" RCP E= 19,20 E= 19.29 EL= 17.31 16.0 14.0 50.0 PROP. 24" X 80' R.C.1. 5=0.5% EXIST 8" WASTEWATER EL= 16.91 0I-208 PROP. 5' STD. INLET W/ 5' EXTENSION STA. 36+56 (31.5' LT) T.O.C.= 31.61 CI -19B PROP. 5' STD. INLET W/ 5' EXTENSION STA. 36+56 (31.5' RT) T.O.C. 31.09 PROP. 18" 8 MH -20 PROP. 4' STORM WATER MANHOLE TY A STA. 36+46 (37' RT) RIM= 31.24 (MATCH PROP. SW ELEV.) 34.0 40.0 32.0 38.0 2" R.C.P. 30.0 36.0 22.0 28.0 = 20.99)_ PROP. 24" X 27' 9=6.3% 20.0 26.0 18.0 24.0 EXIST. 36" R.C.P. & 27" R.C.P. EL= 15.71 �EL= 27.80 PROP. 18" X S=0.5% =27.50 0' R.C.P. PROP 18" X 8' R.C.P. E= 27.44 EL= 27.40 28.0 34.0 26.0 32.0 16.0 22.0 STORM WATER LATERAL @ STA. 32+89 SCALE: HORIZ: 1"=20' VERT: 1"=2' 1ST 8" WASTEWATER PROP • '27" • R,G:P: EL= 23.59 CI -20A PROP. 5' STD. INLET WI 5' EXTENSION STA:• 39+13 (34(5'•Ur),• T.O.C.= 38.77 CI -19A PROP. 5' STD. INLET W/ 2-5' EXTENSIONS STA: '39+13- (31:5' -RT)- PROP. RT)"' PROP. 2" GAS PROP. 3" CONDUIT PROP 8" WATER 0 PROP. 18" X 60' R.C.P. 5=0.8% MH -22 PROP. 4' STORM WATER MANHOLE TY A STA. 39+05 (35.9' RT) RIM= 38.57 (MATCH PROP. SW ELEV.) 24.0 30 22.0 14.0 20.0 50.0 50.0 46.0 20.0 STORM WATER LATERAL © STA. 36+46 SCALE: HORIZ: 1"=20' VERT: 1"=2'' 48.0 48.0 PROP. STD. POST INLET STA 44+47 (65.0' RT) T.O.C.= 44.50 46.0 44.0 42.0 40.0 MH -24 PROP. 4' STORM WATER MANHOLE TY A STA. 44+50.5 (35.3' RT) RIM= 43.08 (MPPE) 38.0 EL= 40.55 PROP 18" R.C.P. PROP. STD. POST INLET STA. 44+79 (65.0' RT) T.O.C.= 44.80 EL= 40.69 36.0 PRO TL= 37.32 8" WATER 34.0 8 EL= 40.99 . PROP. 18" X..30'.. R.C.P S=1.0% PROP. 18" X 27' R.C.P. S=0.52% ST 8" WASTEWATER 40.0 PROP 24" X 8' R.C.P. EL= 34.90 38.0 36.0 34.0 32.0 30. PROP 24" R.C.P. EL= 28.38 28.0 26.0 50.0 50.0 STORM WATER LATERAL @ STA. 39+13 SCALE: HORIZ: 1 "=20' VERT: 1 "=2' 48.0 48.0 46.0 46.0 44.0 44.0 CI -20 PROP. 5' STD. INLET STA. 45+03 (31.5' LT) T.O.C.= 43.00 42.0 42.0 CI -19 PROP. 5' SPECIAL STORM WATER CURB INLET STA. 45+01 (31.5' RT) T.O.C.= 43.35 40.0 40.0 EL= 39.71 38.0 38.0 PROP 8" WATER _ PROP. 18" X 60' R.C.P. 6=5.5 EL= 38.12 36.0 36.0 EXIST 8" WASTEWATER 34.0 34.0 STORM WATER LATERAL @ STA. 44+50 SCALE: HORIZ: 1",--20' VERT: 1"=2' 46.0 46.0 44.0 44.0 CI -18 PROP. 5' STD. INLET W/5' EXTENSION STA. 46+55 '(75.0 LT) T.O.C.= 44.50 42.0 42.0 40.0 40.0 38.0 38.0 PROP. 2" GAS PROP. 3" CONDUR STA. 46+39, (35RT) PROP. 4' X 4' STORM.. WATER JUNCTION.. BOX TOP OF' BOX= 43.17 36.0 36.0 PROP. - 8 •..WATER EXIST 8" WASTEWATER PROP. 18" X 107' R.C.P. S=0.9% PROP, 18" R.C.P TL= 40.00 50.0 48.0 46.0 44.0 42.0 40.0 34.0 34.0 STORM WATER LATERAL @ STA. 45+01 SCALE: HORIZ: 1 "=20' VERT: 1 "=2' STORM WATER LATERAL © STA. 46+55 SCALE: HORIZ: 1"=20' VERT: 1"=2' 38.0 36.0 34.0 CONSULTANT'S JOB NO. 120472 DESCRIPTION m r REVISION NO. REVISED TO UTIUZE EXISTING STORM WATER TRUNK UNE DESCRIPTION Department of Engineering Services re N O W a W r m z1 -z z E0 cccc cc d Q z 0 SHEET 75of 124 RECORD DRAWING NO. STR 869 CITY PROJECT# E12090 5.0.:0 .4.8.0 ..46,0 44 0 50 0 PROP. 3-OPNG POST INLET STA. -47+86 <41:5' " 'LT) T.O.C.= 46.85 PROP. 3-OPNG POST INLET STA: :47+40:• (41.5'...LT) T.O.C.= 46.36 MH -25 PROP. 4' STO RM. WATER. MANHOLE . SY.. A STA. 47+61 (34.4' RT) RIM= 46.04 (MATCH PROP. SW ELEV.) 420 .400. 38.0 EL= 41.19 PROP. 18" X 44.0' R.C.P. S=0.5% PROP. 2"...GAS 46,0 .46,0. 44.0 //PROP. { 3" CONDUIT EL= 40.97 PROP. 18" X 77.0' R.C.P. S=0.5% EXIST 8" WASTEWATER PROP. 8" WATER �• 36.0 EXIST. 6" WATER TO REMOVED PROP 18" R.C.P. EL= 40.58 4 42.0 40.0 38.0 36.0 34.0 34.0 STORM WATER LATERAL © STA. 47+61 SCALE: HORIZ: 1"=20' VERT: 1"2' 460. 44,0 42..0 4Q.Q CI -11 PROP. 5' STD. INLET STA. 62+33 (31.5' LT) T.O.C.= 44.75 PROP 8" WATER LINE 44.0 .42,0 38.0 MH -28 PROP. 7' STORM WATER MANHOLE .STA...55+96 (13.75' LT) RIM= 44.92 (MPPE) T CI -14 PROP. 5' STD. INLET W/5' EXTENSION STA. 55+96 (44.4' LT) T.O.C.= 44.62 EXIST 5" WATER.. ONE TO BE REMOVED EL= 41.35 PROP. "1'8"'X28' R.C.P. S=4.93% EL= 39.97 EL= 41.25 ATER 01-1.5 PROP. 5' STD. INLET W/5' EXTENSION STA. 55+98 (31.5' RT) T.O.C.= 45.17 E= 41.87 PROP. 18" X 43' R.C.P. S=1.44% ���^^^^^^EXIST• 8 WATER LINE n� TO BE REMOVED 46,0. 44,0. 42.0. 40,0. 38.0 EL= 41.46 PROP. 18" X 38.0' R.C.P. 5=5.0% 380 30.0 28.0 30.0 EXIST. 60" R.C.P. 28.0 26,0 24.0 26.0 24.0 _!L/ --EL= 22.41 STORM WATER LATERAL (4, STA. 55+96 SCALE: HORIZ: 1 "=2O' VERT: 1' =2' 46,0. 44.0 MH -30 PROP. 7' STORM WATER MANHOLE STA. 62+33 (8.9' RT) RIM= 45.10 (MPPE) T -E= 39.52 42.0 40.0 38.0 EXIST. 60" R.C.P. 30.0 30.0 28.0 28.0 26.0 24.0 24.25 26.0 24.0 STORM WATER LATERAL ® STA. 62+33 SCALE: HORIZ: 1"=20' VERT: 1"=2' .46,0 44.Q 42,0. 44.0 MH -3.1 PROP. 7' STORM WATER MANHOLE STA. 64+15 (18.0' RT) RIM= 44.69 (MPPE) EL= 41 44.0 CI -13 PROP...5'..STD.. INLET STA. 59+12 (30.9' LT) T.O.C. 44.37 MH -29 PROP. 7' STORM. WATER MANHOLE STA. 59+12 (7.9' RT) RIM= 44.36 (MPPE) C 46.0 44.0 42 Q 40.0 EXIST 6" WATER LINE TO BE REMOVED EL= 40,58..: PROP. 24" X 36.0' R.C.P. S=5.4% 38�+.�,.a PROP. 18" R.C.P. (= 40.00 E=..38.63......... 42,0. „4.0..0.. 38.0 30.0 30.0 EXIST. 60" R.C.P. 28.0 28.0 2.6,0 24.0 2.6..0 24.0 EL= 23.32 STORM WATER LATERAL © STA. 59+12 SCALE: HORIZ: 1"=20' VERT: 1"=2' CI -10 PROP. 5STD. INLET STA. 64+15 (31.5' RT) T.O.C.= 44.78 EL= 41.49 EXIST 8" WATER LIN TO BE REMOVED 40.0. 44.0. 42.0. 40,0. 38�^`-+a 30.0 28.0 PROP. 18" X 11.0' R.C.P. S=4.27% 2.6.4 24.0 EXIST. 60" R.C.P. 38.0 30.0 28.0 26,0 EL= 24.55 24.0 STORM WATER LATERAL ® STA. 64+15 SCALE: HORIZ: 1"=20' VERT: 1"=2' CONSULTANT'S JOB NO. 120472 0 a <,;; 0 0 E 0 20 N U Zcci) g5g ciZaW aLr a) 88 rm REVISION NO. REVISED TO UTILIZE EXISTING STORM WATER TRUNK UNE DESCRIPTION Department of Engineering Services d z 0 5 LI SHEET 76of 124 RECORD DRAWING NO. STR 869 CITY PROJECT# E12090 46.0 44.0 42.0 40.0 38.0 36.0 E= 40.75 PROP. 8" - PVC WATER UNE PROP. 8 PVC MH -32 PROP. 7' STORM WATER MANHOLE STA. 66+20 (10.7' RT) RIM= 44.61 (MPPE) WATER LINE PROP. 18" X 36.6 R.C.P. S=0.52% E= 40.56 PROP. 18" X 74.0' R.C.P. S=0.52% E= 40.17 PROP. 24" X 42.0' R.C.P. CI -9 PROP. 5' STD. INLET STA. 66+20 (31.5' RT) T.O.C.= 44.72 E=-41:43 44 0 I�////����EXIST 8" WATER LINE TO BE REMOVED PROP. 18" X 18.0' R.C.P S=4.7% E= 40.58 E=37.58 42,0 40 0 38.0 36.0 30.0 26;0 26,Q. 0 0 PROP. STD. POST INLET STA. 66+56 (65.0' LT) T.O.C.= 43.90 PROP. STD. POST' -INLET' STA. 66+94 (65.0' LT) T.O.C.= 43.82 CI -8 PROP. 5. • •STD.. INLET STA. 66+33 (31.5' LT) T.O.C.= 44.54 PROP. 3" CONDUIT) CI -5 PROP. 5' STD. INLET STA. 68+35 (31.5' LT) T.O.C. 44.98 44,0 EXIST. 60" R.C.P. 30.0 28.0 ii_k,== 25.05 STORM WATER LATERAL @ STA. 66+20 SCALE: HORIZ: 1"=20VERT: 1"=2' MH -34 PROP. MANHOLE 01-6 RISER PROP. 5' STD. INLET STA. 68+33 (10.3' RT) STA. 68+33 (31.5' RT) .R1M= 44,65 (METE) ,. T.O.C.= 44.93 PROP. PROP. STD. GRATE INLET STA. 68+76.50 (40.5' RT) T.O.G.= 43.86 26.0 46.0 46.0 42.0 40.0 38.0 EXIST. AT&T UNE TO BE ADJUSTED BY AT&T EXIST 4" WATER LINE 18" X 19.0' R.0 S=3.7% 1. 'SE"R'EMOVEd E= 41.19 PROP -8" WATER LINE'-. E= 39.1 P. 44.0 44.0 42.0 42.0 E= 40.75 E= 41.05 PROP. 24" X 39.0' R.C.P. S=5.2% PROP. 8"'WASTEWATER EXIST 8" • EWATER LINE TO BE "REMOVED E= 40.05 PROP. 15" X 40.8' R.C.P. S=0.7% EXIST 8" WATER LINE TO BE REMOVED 40.0 40.0 38.0 38.0 32.0 CI -3 PROP. 5' STD. INLET W/ 5' EXTENSION STA -7.0.+72 .(31.5'. LT) T.O.C.= 44.96 EXIST. AT&T UNE..TD..6E ADJUSTED BY AT&T EXIST 8" WASTEWATER LINE TO BE REMOVED MH -35 PROP. MANHOLE RISER STA. 70+72 11.7' RT) RIM= 44.84 (MPPE) EXIST..47..WATER TO BE REMOVED E= 41.17 PROP. 24" X 40.0' R.C.P. S=5.2% PROP. 8"' WASTEWATER CI -4 PROP. 5' STD. INLET STA. 70+74 (31.5' RT) T.O.C.= 45.32 1 E= 41.53 MH -33 PROP. MANHOLE RISER STA. 66+91 (9.4' RT) RIM= 45.55 (MPPE) 44.0 CI -7 PROP. 5' STD. INLET STA. 68+91 (65.6' RT) T.O.C.= 45.15 EXIST. 18" RCP TO BE REMOVED PROP. 2" GAS EXIST. AT&T LINE TO BE ADJUSTED BY AT&T 42.0 40.0 E= 39.24 44.0 = 41.86 PROP:' 98"' X" 53:0` • R:C:P 5=4.9% EXIST 8" WATER LINE TO BE REMOVED 42.0 40.0 30.0 28.0 26.0 24.0 46.0 44.0 42.0 EXIST 8" WATER LINE TO BE REMOVED P RQ..R•.. 24".. X 17,0' 0' R. c. P S=4.8% E= 40.71 E= 39.08 40.0 38.0 32.0 32.0 30.0 28.0 -� EXIST. 5'X5' C.B.C. 32.0 30.0 30.0 EXIST. 5'X5' C.B.C. 30.0 28.0 28.0 26.0 28.0 26.0 26,0 STORM WATER LATERAL @ STA. 68+33 SCALE: HORIZ: 1"=20' VERT: 1"=2' 26.0 STORM WATER LATERAL @ STA. 70+72 SCALE: HORIZ: 1 "=20' VERT: 1 "=2' 46.0 EXIST. 5'X5' C.B.C. STORM WATER LATERAL @ STA. 66+91 SCALE: HORIZ: 1"=20' VERT: l"=2' CI -1 PROP. 5' STD. INLET W/ 5' EXTENSION STA. 75+17 (31.5' LT) T.O.C.= 45.26 44.0 30.0 28.0 24.0 CI -2 PROP. 5' STD. INLET STA 75+17 (31.5' RT) T.O.C.= 45.40 46.0 44.0 42.0 40.0 38.0 E= 44,47 EXIST 4" WATER LINE TO BE REMOVED PROP. 24" X 40.0' R.C.P. S=5.05% E= 39.4 E= 42.11 42.0 PROP. 18" X 18.0' R.C.P 5=4.9% 0= 41.23 40.0 38.0 34.0 34.0 32.0 V 30.0 MH -37 PROP. MANHOLE RISER STA. 75+17 (10.5' RT) RIM= 46.30 (MPPE) 28.0 26.0 EXIST. 5'X5' C.B.C. 32.0 30.0 28.0 26,0 STORM WATER LATERAL @ STA. 75+17 SCALE: HORIZ: 1 "=20' VERT: CONSULTANT'S JOB NO. 120472 E06 is O E U 6) > :L-' 12 I 2 � Pz N o¢z mg 'C 4o g iT z6 0) HP REVISION NO. REVISED TO UTILIZE EXISTING STORM WATER TRUNK UNE Department of Engineering Services m REVISION NO. SHEET 77of 124 RECORD DRAWING NO. STR 869 CITY PROJECT# E1 2090 #5 BARS #4 BARS 0 4" O.C.E.W. (TOP SLAB) PLAN CITY STD. ROADWAY STORM WATER MANHOLE RING IO" 3 -0« 10"AND COVER r SQUARE / y z 0. U) SELECT EXCAVATED —141 MATERIAL BACKFILL COMPACTED TO 95% STD. PROCTOR DENSITY (ASTM D698) ROUGHEN. CLEAN AND APPLY BONDING AGENT T al CLR. PERMISSIBLE CONSTRUCTION 11 JOINT #4 0 12" O.C. ../ HORQ. BARS E_ DRILL AND SET IN -' EPDXY GROUT #5 DOWEL x 2'-6" LONG Q 9" O.C. (MIN. 5" INTO TOP OF BOX) BREAK 3'-0' SO. OPENING /PROP. OR EXISTING BOX CULVERT #5 0 9" O.C. VERT. BARS z 3" SECTION MANHOLE RISER SCALE: NTS A 0 I CD PROPOSED RCP PROPOSED RCP 12" PROJ. (TYP) A #4 BARS - 0 12" C -C EA. WAY 6 • 4'-0" PLAN 6 f #4 CORNER BARS 12" C -C VPROPOSEDL e , 18" RCP 6" (TYP 'ROPOSEI 18" RCP SEE STANDARD INLET DETAIL FOR STEEL SCHEDULE NOMINAL FACE OF CURB PLAN NOMINAL FACE OF CURB TOP OF CURB EE STANDARD INLET D TAIL STORM WATER DETAILS 6" (TYP 12" PROJ. TYP 6" (TYP)- L 3. 0 rn w 6'-10" 5'-3" • PIPE COLLAR PROP/EXIST RCP 4" M N PROP/EXIST RCP FINISH PAVING GRADE SEE STANDARD INLET DETAILS FOR STEEL SCHEDULE PERMISSIBLE KEYED CONSTRUCTION JOINT ROUGHEN, CLEAN AND APPLY BONDING AGENT TYP) #4 BARS 0 12" C -C EA. WAY (TYP) GROUT FILL TO PIPE FLOWLINE 6" (TYP)J ELEVATION 5' SPECIAL STORM WATER CURB INLET SCALE: NTS 5'-O" CITY STANDARD SIDEWALK RING & COVER 6" TOP OF CONCRETE ELEVATII AS SPECIFIED ON PLANS FLOWLINE AS SPECIFIED ON PLANS GROUT FILL TO PIPE FLOWLINE #4 BARS 12" PROD. (TYP) 0 12" C -C EA. WAY \\/�4 CORNER BARS BASE, WALLS 12" C -C AND TOP SECTION A 4' SQ. CONCRETE STORM WATER JUNCTION BOX SCALE: NTS 8" MIN PIPE COLLARS WILL BE USED WHERE A TIGHT JOINT CANNOT BE PLACED, SUCH AS A BREAK IN ALIGNMENT, DAMAGED PIPE ENDS OR TIE-IN TO EXISTING PIPE OR STRUCTURES. REBAR SHALL BE EXPOSED OR DOWELS PLACED TO REINFORCE PIPES OR STRUCTURE AS REQUIRED. PIPE COLLAR DETAIL PROP CONC COLLAR AS PER DETAIL JI( PROP RCP �l SCALE: NTS 0 z U 0 0 a PROP CONC COLLAR w x(11 0a I- N Q PLAN BREAK-OUT PROP CONC COLLAR PROP BOX AS PER PLANS AS PER DETAIL PROP/EXIST INLET `1- < 10' PIPE COLLAR 4 S5% PROP RCP PROP CONC COLLAR - PROP CONC STORM BOX OR MANHOLE RISER, PER PLANS PROP RCP ROP CONC COLLAR PROP CEMENT SECTION D -D 0 2 SACKS SAND PER CUBIC YARD PERPENDICULAR STORM WATER BOX CONNECTION DETAIL SCALE: NTS CAST -IN-PLACE 3000 PSI CONCRETE a 12" 6 PROP/EXIST RCP PIPE CONNECTION DETAIL SCALE: NTS CONNECTING PIPES SHOULD ENTER WITHIN 10' OF NORMAL TO INLET WALL. IF NECESSARY, PIPE ELBOW OR CURVED APPROACH ALIGNMENT SHOULD BE USED TO STAY WITHIN THIS LIMIT. NOTES 1) DRILL AND EPDXY #5 REBAR (2'-4" LONG) 6" INTO STRUCTURE. 2) PLACE 2-#5 REBAR AROUND BOX WITH 18" MINIMUM SPLICES. 3) PLACE CONCRETE BONDING AGENT ON ALL COLD JOINTS. 4) PLACE 4000 PSI CONCRETE. rEXPANDABLE WATERSTOP OR WATER-SWELUNG SEALANT PROP. OR EXIST, R,C. PIPE (SIZE VARIES SEE PLANS) ¢4 BARS (TYP. ALL AROUND) DRILL & EPDXY GROUT #5 x 10" 1.G. 0 10" O.C. (EMBED 4" INTO CONCRETE BOX WALL) 114 / 0 �j 3 PRECAST OPENING OR -BREAK OUT OPENING AS REQUIRED TO CONNECT PROP. R.C. PIPE OR M.H. RISER FL. VARIES LPROP. OR EXISTING BOX CULVERT J r FL VARIES (SEE PLANS) PROP. PIPE TO R.C. BOX CONNECTION DETAIL SCALE: NTS NOT A SEPARATE PAY ITEM. SUBSIDIARY TO STORM WATER IMPROVEMENTS. CONSULTANT'S JOB NO. 120472. DESCRIPTION 0 0 U 0 1E- 8 8 0 W Department of Engineering Services m m U, co N 0 N 0 0 U LLJ O H- U) -J LL w 0 (n 0 W QZ J LLJ U () z 0 SHEET 78 of 124 RECORD DRAWING NO. STR 869 CITY PROJECT# E12090 I r I I 0 /•1 \� —Tr I 'ROPOSEI 18" RCP SEE STANDARD INLET DETAIL FOR STEEL SCHEDULE NOMINAL FACE OF CURB PLAN NOMINAL FACE OF CURB TOP OF CURB EE STANDARD INLET D TAIL STORM WATER DETAILS 6" (TYP 12" PROJ. TYP 6" (TYP)- L 3. 0 rn w 6'-10" 5'-3" • PIPE COLLAR PROP/EXIST RCP 4" M N PROP/EXIST RCP FINISH PAVING GRADE SEE STANDARD INLET DETAILS FOR STEEL SCHEDULE PERMISSIBLE KEYED CONSTRUCTION JOINT ROUGHEN, CLEAN AND APPLY BONDING AGENT TYP) #4 BARS 0 12" C -C EA. WAY (TYP) GROUT FILL TO PIPE FLOWLINE 6" (TYP)J ELEVATION 5' SPECIAL STORM WATER CURB INLET SCALE: NTS 5'-O" CITY STANDARD SIDEWALK RING & COVER 6" TOP OF CONCRETE ELEVATII AS SPECIFIED ON PLANS FLOWLINE AS SPECIFIED ON PLANS GROUT FILL TO PIPE FLOWLINE #4 BARS 12" PROD. (TYP) 0 12" C -C EA. WAY \\/�4 CORNER BARS BASE, WALLS 12" C -C AND TOP SECTION A 4' SQ. CONCRETE STORM WATER JUNCTION BOX SCALE: NTS 8" MIN PIPE COLLARS WILL BE USED WHERE A TIGHT JOINT CANNOT BE PLACED, SUCH AS A BREAK IN ALIGNMENT, DAMAGED PIPE ENDS OR TIE-IN TO EXISTING PIPE OR STRUCTURES. REBAR SHALL BE EXPOSED OR DOWELS PLACED TO REINFORCE PIPES OR STRUCTURE AS REQUIRED. PIPE COLLAR DETAIL PROP CONC COLLAR AS PER DETAIL JI( PROP RCP �l SCALE: NTS 0 z U 0 0 a PROP CONC COLLAR w x(11 0a I- N Q PLAN BREAK-OUT PROP CONC COLLAR PROP BOX AS PER PLANS AS PER DETAIL PROP/EXIST INLET `1- < 10' PIPE COLLAR 4 S5% PROP RCP PROP CONC COLLAR - PROP CONC STORM BOX OR MANHOLE RISER, PER PLANS PROP RCP ROP CONC COLLAR PROP CEMENT SECTION D -D 0 2 SACKS SAND PER CUBIC YARD PERPENDICULAR STORM WATER BOX CONNECTION DETAIL SCALE: NTS CAST -IN-PLACE 3000 PSI CONCRETE a 12" 6 PROP/EXIST RCP PIPE CONNECTION DETAIL SCALE: NTS CONNECTING PIPES SHOULD ENTER WITHIN 10' OF NORMAL TO INLET WALL. IF NECESSARY, PIPE ELBOW OR CURVED APPROACH ALIGNMENT SHOULD BE USED TO STAY WITHIN THIS LIMIT. NOTES 1) DRILL AND EPDXY #5 REBAR (2'-4" LONG) 6" INTO STRUCTURE. 2) PLACE 2-#5 REBAR AROUND BOX WITH 18" MINIMUM SPLICES. 3) PLACE CONCRETE BONDING AGENT ON ALL COLD JOINTS. 4) PLACE 4000 PSI CONCRETE. rEXPANDABLE WATERSTOP OR WATER-SWELUNG SEALANT PROP. OR EXIST, R,C. PIPE (SIZE VARIES SEE PLANS) ¢4 BARS (TYP. ALL AROUND) DRILL & EPDXY GROUT #5 x 10" 1.G. 0 10" O.C. (EMBED 4" INTO CONCRETE BOX WALL) 114 / 0 �j 3 PRECAST OPENING OR -BREAK OUT OPENING AS REQUIRED TO CONNECT PROP. R.C. PIPE OR M.H. RISER FL. VARIES LPROP. OR EXISTING BOX CULVERT J r FL VARIES (SEE PLANS) PROP. PIPE TO R.C. BOX CONNECTION DETAIL SCALE: NTS NOT A SEPARATE PAY ITEM. SUBSIDIARY TO STORM WATER IMPROVEMENTS. CONSULTANT'S JOB NO. 120472. DESCRIPTION 0 0 U 0 1E- 8 8 0 W Department of Engineering Services m m U, co N 0 N 0 0 U LLJ O H- U) -J LL w 0 (n 0 W QZ J LLJ U () z 0 SHEET 78 of 124 RECORD DRAWING NO. STR 869 CITY PROJECT# E12090 General Notes 1, All materials and construction shall be in accordance with Item 529, "Concrete Curb, Gutter, and Combined Curb and Gutter." 2. Concrete shall be Class A. 3. When reinforcing bars are used, they shall be No.4 unless otherwise shown. The use of synthetic fiber in lieu of steel reinforcing is acceptable, provided the fiber producer is on the Department Producer List (MPL), maintained by TxDOT, Construction Division. 4. Round exposed sharp edges with a rounding tool, to a minimum radius of Yainch. 5. All existing curbs and driveways to be removed shall be sawed or removed at existing joints. 6. Where concrete curb is placed on existing concrete pavement, the pavement shall be drilled and the reinforcing bars grouted in place. 7. Expansion and contraction joints shall be constructed to match pavement joints in all curbs and curb and gutter adjacent to jointed concrete pavement. Where placement of curb or curb and gutter is not adjacent to concrete pavement, expansion joints shall be provided at structures, curb returns at streets, and at locations directed by The Engineer. 8. Vertical and horizontal dowel bars and transverse reinforcing bars shall be placed at four feet C»C. 9. Dimension 'T' shown is the thickness of concrete pavement. When curb is installed adjacent to flexible pavement dimension 'T' is 8" maximum, 10. When vertical permissible construction joints are used, resulting in a longitudinal construction joint in the pavement, the longitudinal pavement steel shall be placed in accordance with pavement details shown elsewhere in the plans for longitudinal construction joints. Reinforcing steel for curb section shall then conform to that required for concrete curb, I'D 3" R 4 1/2" R 1 1/2" TRANSVERSE MARKING 1/2" MORTAR FINISH —1/2" HMAC OVER LIP I • 4 1/2 •.NC^' •4_; .CONT... ; 3 0 5/16" 13 11/16" 2'—O" \ , j FLEX BASE PER TYPICAL SECTION 6" CURB & GUTTER SCALE: NTS 0 "H" BARS, AT CORNS 3'- O.D.+8' 2'-8" MI 33--OOPPNG POST INLET SHALL OMIT OPENING ON SIDE ADJACENT TO SIDEWALK 'H' BARS (WBEND 24"x26) 6' x 6' CORNER POST CITY STANDARD SIDEWALK RING & COVER NO. 4 ' ' 2A -°T 12 3'-0' O' 2-0" C/C E.W. ALL WALLS OPENING MD BOTTOM ALL SIDES •iiH/HHHiiH• GROUT BOTTOM OF INLET EXCEPT AS FOR CONTOUR TO PIPE NOTED OUTLET PIPE IN ta liN ANY DIRECTION 161.1.11.0.01111 NO BER & LOCATIONS SHOWN ON PLANS #4 DOWELS X 18' LONG EPDXY GROUT 618' 0.0. (NP) CONSTRUCTION JOINT (OPTIONAL) 4'-0' SECTION A—A POST INLET A.I.W. NO. 847-05 2'-0" 23 7/8' I A ', GRATE/FRAME UNIT OR APPROVED EQUAL 0" WOE CONC. COLLAR MOUND PERIMETER OF INLET 2' WIDE X 5' THICK IT 'A' 3000 PSI CONCRETE APRON REINFORCED W/ 4'X4" -W2,9 X W2.9 GRADE 60 WELDED WIRE FABRIC (ALL AROUND SEE PUN) ==== F O_• 0_ -a oo 3 2 �0' < II. 18 7/8' PLAN A.I.W. NO, 847-05 GRATE FRAME UNIT OR APPROVED EQUAL 1/4' FINISHED PVMT. 4 -3/4"P x 6' LO, ANCHOR BOLTS W/ 1 LG. 9C TORN AT LOWER END #4 DOWELS X 18' LONG EPDXY GROUT 0 18' 00. (TYP) -—F r° - B 8" WALL THICKNESS LSIDES 6" WIDE CONC. COLLAR AROUND PERIMETER OF INLET .� CONST. JOINT (OPTIONAL) NO. 4 RERUNS t0 AT 12" O.C•E.W. ALL WALLS & BOTTOM THIS DIMENSION EQUALS THE INSIDE FRAME DIMENSION BOTH WAYS SECTION B-5 GRATE INLET 3" R STANDARD POST AND GRATE INLETS SCALE: NTS GRASS SLOPE: 1/4" PER FT. MIN. 2" PER FT. MAX. 1 SIDEWALK SLOPE: 2% MAX. 1% MIN. Id NATURAL GROUND MAX. 3:1 PER PLAN 5' PER PLAN (5.5' USUAL) USUAL (1' TYP.) SURFACE & SIDEWALK SLOPE BEHIND CURB SCALE: NTS 4 1/2" R 1/2" MORTAR TOPPING TRANSVERSE MARKING FINISH HOT MIX FLUSH W/ LIP OF GUTTER. n SLOPE M 3" 6" HORIZONTAL PLANE 2'-0" 6" REVERSE CURB & GUTTER SCALE: NTS 8" NO 4 BARS I CONT. (NP) Permissible Construction Joint (See Note 12) CONC. PVMT. Usual Pavement Steel CONCRETE HEADER CURB (DOWELED) SCALE NTS [3/4" CHAMFER #4 BARS - 12" OCEW 3/4" CHAMFER 9 6" CONCRETE RIP RAP SCALE: NTS 5' I . WALK 3/4" CHAMFER BOTH SIDES) CONnN OUS 24" MAX VARIES * H --SIDEWALK MIT FOR PAY. 6' 9' #4 REBAR 0 12" OC EXTEND SIDEWALK REINF INTO HEADER CURB * HEADER CURB SHALL END WITH A 10:1 TRANSITION BACK DOWN TO THE PROP SIDEWALK ELEVATION. CONCRETE RETAINING CURB NOT A PAY OEM WHEN PART OF CURB RAMP NO 4 BARS CONT. (TYP) Permissible Construction Joint (See Note 12) 6 CONC. PVMT. CONCRETE HEADER CURB (KEYED) SCALE: NTS CONSULTANT'S JOB NO. 120472 DESCRIPTION E 1 GI Vm5 g e3 4-, C a _ O »IJ ro ZTh C✓� haw ing a) aSP ti 0 REVISION NO. DESCRIPTION ADDED DETAIL 8A Department of Engineering Services m Lu 0 REVISION NO SHEET 79 of 124 RECORD DRAWING NO. STR 869 CITY PROJECT# E12090 2'-0" 4•-0" 2'-0" 8" THICK TOP . REQ'D. 8�R5 (2RAIGHT)REQ'D. 3 ST (4 REO'D. 1') O !0®,,,,,,� 410 IliRMIZEMIN MINNIMENCIE - 2°-0" 33--OOPPNG POST INLET SHALL OMIT OPENING ON SIDE ADJACENT TO SIDEWALK 'H' BARS (WBEND 24"x26) 6' x 6' CORNER POST CITY STANDARD SIDEWALK RING & COVER NO. 4 ' ' 2A -°T 12 3'-0' O' 2-0" C/C E.W. ALL WALLS OPENING MD BOTTOM ALL SIDES •iiH/HHHiiH• GROUT BOTTOM OF INLET EXCEPT AS FOR CONTOUR TO PIPE NOTED OUTLET PIPE IN ta liN ANY DIRECTION 161.1.11.0.01111 NO BER & LOCATIONS SHOWN ON PLANS #4 DOWELS X 18' LONG EPDXY GROUT 618' 0.0. (NP) CONSTRUCTION JOINT (OPTIONAL) 4'-0' SECTION A—A POST INLET A.I.W. NO. 847-05 2'-0" 23 7/8' I A ', GRATE/FRAME UNIT OR APPROVED EQUAL 0" WOE CONC. COLLAR MOUND PERIMETER OF INLET 2' WIDE X 5' THICK IT 'A' 3000 PSI CONCRETE APRON REINFORCED W/ 4'X4" -W2,9 X W2.9 GRADE 60 WELDED WIRE FABRIC (ALL AROUND SEE PUN) ==== F O_• 0_ -a oo 3 2 �0' < II. 18 7/8' PLAN A.I.W. NO, 847-05 GRATE FRAME UNIT OR APPROVED EQUAL 1/4' FINISHED PVMT. 4 -3/4"P x 6' LO, ANCHOR BOLTS W/ 1 LG. 9C TORN AT LOWER END #4 DOWELS X 18' LONG EPDXY GROUT 0 18' 00. (TYP) -—F r° - B 8" WALL THICKNESS LSIDES 6" WIDE CONC. COLLAR AROUND PERIMETER OF INLET .� CONST. JOINT (OPTIONAL) NO. 4 RERUNS t0 AT 12" O.C•E.W. ALL WALLS & BOTTOM THIS DIMENSION EQUALS THE INSIDE FRAME DIMENSION BOTH WAYS SECTION B-5 GRATE INLET 3" R STANDARD POST AND GRATE INLETS SCALE: NTS GRASS SLOPE: 1/4" PER FT. MIN. 2" PER FT. MAX. 1 SIDEWALK SLOPE: 2% MAX. 1% MIN. Id NATURAL GROUND MAX. 3:1 PER PLAN 5' PER PLAN (5.5' USUAL) USUAL (1' TYP.) SURFACE & SIDEWALK SLOPE BEHIND CURB SCALE: NTS 4 1/2" R 1/2" MORTAR TOPPING TRANSVERSE MARKING FINISH HOT MIX FLUSH W/ LIP OF GUTTER. n SLOPE M 3" 6" HORIZONTAL PLANE 2'-0" 6" REVERSE CURB & GUTTER SCALE: NTS 8" NO 4 BARS I CONT. (NP) Permissible Construction Joint (See Note 12) CONC. PVMT. Usual Pavement Steel CONCRETE HEADER CURB (DOWELED) SCALE NTS [3/4" CHAMFER #4 BARS - 12" OCEW 3/4" CHAMFER 9 6" CONCRETE RIP RAP SCALE: NTS 5' I . WALK 3/4" CHAMFER BOTH SIDES) CONnN OUS 24" MAX VARIES * H --SIDEWALK MIT FOR PAY. 6' 9' #4 REBAR 0 12" OC EXTEND SIDEWALK REINF INTO HEADER CURB * HEADER CURB SHALL END WITH A 10:1 TRANSITION BACK DOWN TO THE PROP SIDEWALK ELEVATION. CONCRETE RETAINING CURB NOT A PAY OEM WHEN PART OF CURB RAMP NO 4 BARS CONT. (TYP) Permissible Construction Joint (See Note 12) 6 CONC. PVMT. CONCRETE HEADER CURB (KEYED) SCALE: NTS CONSULTANT'S JOB NO. 120472 DESCRIPTION E 1 GI Vm5 g e3 4-, C a _ O »IJ ro ZTh C✓� haw ing a) aSP ti 0 REVISION NO. DESCRIPTION ADDED DETAIL 8A Department of Engineering Services m Lu 0 REVISION NO SHEET 79 of 124 RECORD DRAWING NO. STR 869 CITY PROJECT# E12090 NOM. LENGTH MINUS 6" 1 I I BARS "C" ��I BARS "D" ** THROAT OPENINGS SHALL HAVE A 6" X 6" CONCRETE SUPPORT PLACED AT MID-THROAT NOMINAL LENGTH OF INLET SHALL BE DESIGNATED AS THE CLEAR WIDTH OPENING. 6" STANDARD CURB INLET TYPE C STEEL SCHEDULE ALL BARS No. 4 PREFORMED INLET SIZE (Nom. Length) N0. REO'D./LENGTH A" BARS "B" BARS "C" BARS 'D" BARS "6" BARS 4 2/o 4/1' -IS" 2/5'-6" 4/3'-2" 2/4'-6" 5' 2/a 4/3'-f 2/6'-5' 4/3'-2' 2/5'-6' 6' 4/0 4/4'-0" 2/7,_6" 6/3'-2" 2/6'-6" ... 8' 4/o 4/4"-0" 2/9'-6" 6/3'-2" 2/8'-6" 10' 6/o 4/4"-0" 2/I1'-6" 7/3'-2" 2/10,-6" BENDING STRAIGHT STRAIGHT SEE DET. SEE OTT STRAIGHT a = 0.D. * 8", 2'-8" MIN. MAX. PIPE 1.0. = 48 INCHES 10' TRANSITION (TYP) 6•, 5-0" , 6" - 10' TRANSITION (TYP) OF GUTTER Y"0 X 18" DOWELS W 18" OC (TYPICAL) BACK OF CURB FACE OF CURB w (10' TYPICAL) 'A" BARS - SEE SCHEDULE "B" BARS - 4 REQ'D C BARS - 2 REQ'D D" BARS - SEE SCHEDULE TYP. FLOWLINE TRANSITION AT INLET TYPE "C" HEADER CURB W/ GUTTE A E" BARS - 2 REO'D EXPAN. JOINT PLAN OF STANDARD INLET TYPE C NOT TO SCALE CITY STANDARD SIDEWALK RING AND COVER SLOPE AS REQ'D 1/4" PER FOOT NORMAL N NO. 4 REBAR AT 12" C/C E.W., ALL WALLS & BOTTOM U 29 1/2" 1 24 1/2" TOP OF CURB NO 4 BARS CONTOUR BOTTOM OF INLET TOWARD OUTLET PIPE S U U S C" BARS S THROAT SUPPORT ON ON 8' AND 10' INLETS WW1.; 6' EJ FINISH PAVING GRADE GUTTER SECTION WILL BE PAID "E" BARS FOR AS LINEAR FEET CONC. CURB & GUTTER -"D" BARS OUTLET PIPE MAY BE PLACED IN ANY DIRECTION //) CONSTRUCTION 5° 1 D OF PIPE + 1'-06'� JOINT ( OPTIONAL ) 3'-0" MIN SECT/ONAA NOT TO SCALE F ELEV 4' 6" BELOW AT ID' FR STD. C & G STD. C & G "45 OR 6" TRANSITION V TRANSITION 4" OR 6" J 3 OR Wo C,,, 7M INLET -\ FL ELEV. 9 1/2" BELOW TC AT INLET Con,, )5"16 X 18" DOWELS ® 18" OC (*TYPICAL) pR ELEV P OF CU9 PROFILE �� PROP BAR #4x12" LG ' ONE END SLEEVED OR GREASED Lb 7 5 0,7 104 k"FL" 10 1.2 OF GUTTER GUTTER 3 15 EJ ELEV DIFFERENCE BETWEEN TOP OF CURB & LIP OF GUTTER REMAINS CONSTANT FOR 6" C & G, FOR 4" C & 0 SLOPE CURB UP TO 6" DIFFERENCE AT INLET FLOWL/NE TRANS/T/ONATINLET FOR 4"OR 6"STD. CURB AND GLITTER ASPHALT -IMPREGNATED EXPANSION JOINT PRINCIPAL REINFORCEMENT EXTENDED THRU EXPANSION JOINT 12" & SLEEVED OR GREASED Nor TO SCALE EJ B EE 70" 10" 6" SEE DETAIL A PERMISS CONST JT G C3 X (EXTENSION LENGTH) 6' 6 5' 5 6' CONS JT EXTENSION ELEVATION SECT/ONE-B NOT TO SCALE NOT TO SCALE EXTENSION 1 EXTENSION 2 INLET NOTE.' IF MORE THAN ONE EXTENSION IS REQUIRED, THEY SHOULD ALL BE LOCATED ON ONE SIDE AS IND CATED ABOVE. NO SLOPE IS REQUIRED IN FLOWLINE OF EXTENSION. EXTENSION PLACEMENT NOT TO SCALE BACK OF CURB LINE NORMAL TRANSVERSE SLOPE - NO STEEPER THAN 6:1 TOP OF CURB EXTENSION QUANTITIES Eat X" CI Relnf Con,, Steel No. Ft CY Lb 7 5 0,7 104 2 10 1.2 190 3 15 1.8 277 4 20 2.4 366 O1 MATCH PROPOSED CURB BATTER O2 VARIABLE - SEE CURB DETAILS O GUTTER DEPRESSION TO BE DETERMINED BY THE ENGINEER DETAIL A NOT TO SCALE X BARS Liv NOT TO SCALE BARS 0 NOT TO SCALE I'-5 1/2 " 1'-70" C4 1'-7 1/2 " 03 BARS C NOT TO SCALE BARSL NOT TO SCALE PICKSLOT 3/4" 1" [25mm] LETTERING [19mm] RECESSED FLUSH CUSTOM LOGO , 1" [25mm] BASS FISH TYP 2" PICKSLOT 1 3/8" 1 1/2" C▪ � [51mm] [19mm] PLAN VIEW NOT TO SCALE 3/8" [10mm] 3/4" [19mm] LETTERING RECESSED 1" [25mm] DIA HANDLING HOLE ORATEBAC/( NOT TO SCALE [35mm] PICKSLOTDETA/L NOT TO SCALE 24 1/4" DIA 3/4" r [616mm] t [19mm] vnr�n ugvn nvrrrmriii/ (4) STACKING LUGS ORATESECT/ON NOT TO SCALE 29" DIA [737mm] 24 1/2" DIA [622mm] 1/2" 3/4" [13mm] [19mm] 5/8" 716mm] 22" DIA - [559mm] 22 3/4" DIA [578mm] 23 13/16" DIA [604mm] RING SECT/ON NOT TO SCALE 3 1/2" J [89mm] SECT/ON THRUR/NG COVER AT ANCHOR BOLT NOT TO SCALE INLET AND SIDEWALK MANHOLE RING & COVER NOTES 1. MANHOLE RING & COVER SHALL BY EAST JORDAN MANHOLE ASSEMBLY FOR LOAD RATING NON -TRAFFIC 2. THESE DETAILS SHOW GREY -IRON CASTINGS, FILLETED AT ANGLES WITH SHARP AND PERFECT ARISES. 3. CASTING SHALL BE TRUE TO PATTERN, FORM, AND DIMENSIONS, FREE FROM CRACKS, SPONGINESS AND BLOWHOLES. 4. MACHINE SURFACES TO YIELD A FLUSH FIT WITH SIDEWALK. 5. OTHER CASTING PATTERNS FOR RING & COVERS MAY BE SUBMITTED FOR APPROVAL PROVIDED THE PLAN PATTERN OF COVER IS THE SAME AS SHOWN ON THIS SHEET AND PROVIDED OTHER CASTINGS SHALL BE COMPLETELY INTERCHANGEABLE, I.E., THE COVERS OF THIS SHEET SHALL FIT PROPERLY, THE RINGS OF OTHER CASTING DETAILS AND THE COVERS OF OTHER CASTINGS SHALL FIT THE RINGS OF THIS SHEET. 6. MINIMUM WEIGHTS OF FINISHED CASTINGS.' THE COVER = 60 POUNDS, THE RING = 135 POUNDS. CONSULTANT'S JOB NO. 120472 DESCRIPTION L in O gig 'Ell Mil O ' U L g 2 $ MillCii0) 9h 8) 882 m REVISION NO. DESCRIPTION Department of Engineering Services m 0.' W 2 0 U) V) J Li_ UJ O oro V) D O W Qz LiJ 0 V) REVISION NO. SHEET 80 af124 RECORD DRAWING NO. STR 869 CITY PROJECT# E12090 CUSTOM LOGO (382" (I) OPEN PICKNOLE (7) 7/8" PLAN VIEW NOT TO SCALE 23 3/4" DIA i 1/4' DIA [603mm] [183mm] 1/4' DIA [6mm] Y' [257878] DLO HPNDLING HOLE RECESSED 11/4' (978ELU H,,1 LERERING COVER SACK NOT TO SCALE 5/8" [16mm] // 2'4/// 1 1/8 [29mm 3/4" [19mm] PICKSLOT DETAIL NOT TO SCALE 25(67,42;„,7 5 1/f DIA 7/8' DIA (648mm] [22mm] - 24' DIA 2' I - (610mmj [50mm] 1 1 5 I (127mm] .L 1/m' 6/8" _J� 1 mm 31/4 5/8 _ [29mm 5/8" 6 5/8" DIA [16mm [168mm] COVER SECTION NOT TO SCALE r 2' [Sturm] 2' [51 mm] jImm� I-- 2(5 V21:41-1-1 32' 014 (813mm] FRAME SECTION NOT TO SCALE CITY STANDARD ROADWAY MANHOLE RING & COVER CASTING DETAIL NOT TO SCALE ROADWAY MANHOLE RING & COVER NOTES 1. MANHOLE RING & COVER SHALL BE EAST JORDAN V 1168 ASSEMBLY AND FOR SCHOOL ZONE SHALL BE EAST JORDAN BOLTED -1N 1768 ASSEMBLY LOAD RATING HEAVY DUTY 2. THESE DETAILS SHOW GREY -IRON CASTINGS, FILLETED AT ANGLES WITH SHARP AND PERFECT ARISES. 3. CASTING SHALL BE TRUE TO PATTERN, FORM, AND DIMENSIONS, FREE FROM CRACKS, SPONGINESS AND BLOWHOLES. 4. MACHINE SURFACES TO YIELD FIT WHICH WILL NOT RATTLE WITH PASSING TRAFFIC LOAD. 5. TRAFFIC SHALL BE RESTRICTED FROM M.H. FOR 36 HOURS AFTER PLACEMENT OF RING. 6. RING AND COVER SHALL BE DIPPED IN COAL TAR OR ASPHALT 7. OTHER CASTING PATTERNS FOR RING & COVERS MAY BE SUBMITTED FOR APPROVAL PROVIDED THE PLAN PATTERN OF COVER IS THE SAME AS SHOWN ON THIS SHEET AND PROVIDED OTHER CASTINGS SHALL BE COMPLETELY INTERCHANGEABLE, l.E., THE COVERS OF THIS SHEET SHALL FIT PROPERLY, THE RINGS OF OTHER CASTING DETAILS AND THE COVERS OF OTHER CASTINGS SHALL FIT THE RINGS OF THIS SHEET 8. MINIMUM WEIGHTS OF FINISHED CASTINGS : THE COVER = 160 POUNDS , THE RING = 180 POUNDS. 9. POLYETHYLENE MANHOLE ADJUSTMENT RINGS SHALL BE DESIGNED TO SUPPORT H-20 TRAFFIC LOADING. 2 -No. 5 REBARS AT 3" VERT SPACE STANDARD RING & COVER PRECAST CONC. MANHOLE NO. 4 REBARS AT 12" O.C.E.W. HS20 LOADING CIRCULAR REINF. CONC. COLLAR 1/4" 2 ASPHALT 9" MIN. m N 12"" -►i TYPE "A" MANHOLE NOT TO SCALE PAVEMENT UNPAVED AREAS TOPSOIL TO BE PROVIDED PAVED AREAS EQUAL OR BETTER THAN EXISTING; AND MATCH EXISTING TOPSOIL DEPTH. COMPACT TO DENSITY SIMILAR TO EXISTING ADJACENT TOPOSOIL. FOR PAVEMENT REPAIR...SEE (MISC DETAILS PAVEMENT) A. FOR 12" ABOVE PIPE TO BOTTOM OF TOPSOIL BACKFILL SHALL BE APPROVED SELECT MATERIAL FROM THE EXCAVAT- ION; OR IMPORTED MATERIAL; ALL TO BE FREE OF ROCKS, DEBRIS, OR ANY CLUMPS GR- EATER THAN 2" IN DIAMETER; LOOSE LIFTS TO BE PLACED 10" MAX. COMPACT MATERIAL TO 955 STD. PROCTOR (0698). MOISTURE TO 8E ADJUSTED TO A 39 OF OPTIMUM. MAGNETIC WARNING 12" ABOVE PIPE ALL BEDDING AND INITIAL BACK- FILL SHALL CONSIST OF GRAN- ULAR MATERIAL. SEE TABLE FOR ALL PIPE DIAMETER * FOR ALL UTILITIES W M BACKFILL SHALL BE CEMENT STABILIZED SAND AND SHALL MEET THE FOLLOWING REQUIREMENTS: SEE TABLE 2- ITEM B BACKFILL SHALL BE SELECT MATERIAL FROM EXCAVATION OR TO BE IMPORTED MATERIAL AND SHALL MEET THE FOLLOWING: y LL<35 W PI 8-20 62 NO CLUMPS > 2" DIA. MOISTURE -1 TO +38 COMPACT 955 D698 STD PROCTOR LOOSE LIFTS OF 10" MAX OR BE CEMENT STABILIZED SAND . SEE TABLE 2- ITEM A PIPE DA. + 2' * FOR PIPE DIAMETER EQUAL TO OR SMALLER THAN 16'; USE 4" MINIMUM BEDDING UNDER PIPE. FOR PIPE DIAMETER GREATER THAN 16'; USE 6" MINIMUM BEDDING UNDER PIPE. TRENCH BACKFILL FOR STORM WATER LINES NOT TO SCALE 29" DIA [737mm] 24 1/2" DIA [622mm] 22" DIA [559mm] 22 3/4" DIA [578mm] 23 13/16" DIA [604mm] RING SECTION NOT TO SCALE SECTION THRU RING & COVER AT ANCHOR BOLT NOT TO SCALE TOPSOIL TO BE PROVIDED EQUAL OR BETTER THAN EXISTING. (4" MIN. DEPTH) UNPAVED AREAS PAVED AREAS SELECT BACKFILL MATERIA FROM EXCAVATION COMPACTED TO 95% STD. PROCTOR DENSITY (ASTM 0698) S I1•1111111bil 1111111111 Fly, 04 "4 L.4,� A� AAAA; REFER TO TYPICAL SECTIONS FOR PROP. PAVEMENT SECTION BACKFILL SHALL BE CEMENT STABILIZED SAND AND SHALL MEET THE FOLLOWING REQUIREMENTS: SEE TABLE 2- ITEM B COMPACTED TO 95% STD. PROCTOR DENSITY (ASTM 0698) SELECT BACKFILL MATERIAL FROM EXCAVATION COMPACTED TO 95% STD. PROCTOR DENSITY (ASTM D698) SAND ENCASEMENT (INITIAL BACKFILL) COMPACTED TO 95% STANDARD PROCTOR DENSITY (ASTM D698) CEMENT STABILIZED SAND BEDDING (1-1/2 SACKS CEMENT / C.Y. OF SAND) COMPACTED TO 95% STD. PROCTOR DENSITY (ASTM 0698) TRENCH BACKFILL FOR STORM WATER R.C. BOX CULVERTS NOT TO SCALE GENERAL NOTES: 1. DESIGNS SHOWN CONFORM TO ASTM C1577. 2. REFER TO ASTM C1577 FOR INFORMATION OR DETAILS NOT SHOWN, 3. STEEL REINFORCEMENT SHALL CONFORM TO STANDARD SPECIFICATION SECTION 032020 AND SHALL HAVE A MINIMUM SPECIFIED YIELD STRESS OF 60 KSI. 4. CONCRETE FOR PRECAST BOX CULVERTS SHALL BE TxDOT CLASS "H" CONCRETE WITH A MINIMUM COMPRESSIVE STRENGTH OF 5,000 PSI. 5. SEE SCP -MD TxDOT STANDARD SHEET FOR MISCELLANEOUS DETAILS AND NOTES NOT SHOWN. 6. IN LIEU OF FURNISHING THE DESIGNS SHOWN THE CONTRACTOR MAY FURNISH AN ALTERNATE DESIGN THAT IS EQUAL TO OR EXCEEDS THE BOX DESIGN FOR FILL HEIGHT IN THE TABLE. 7. SHOP PLANS FOR ALTERNATE DESIGNS SHALL BE SUBMITTED IN ACCORDANCE WITH TxDOT ITEM "PRECAST CONCRETE STRUCTURES". 8. BANDS OF REINFORCING MATCHING THE INSIDE AND OUTSIDE FACE REINFORCING SHALL BE PLACED IN THE GAPS OF THE TOP AND BOTTOM SLABS. A BAND MATCHING THE OUTSIDE FACE REINFORCING OF THE WALL SHALL BE PLACED IN THE GAPS OF THE WALLS (PLACED IN THE OUTSIDE FACE ONLY"). THE BANDS SHALL BE TACK WELDED TO THE EXPOSED REINF. AT EACH POINT OF CONTACT. 9. WRAP JOINTS FOR ROB AND RCP WITH CLASS 1 GEOTEXTILE FABRIC AT LEAST 2 FEET IN WIDTH. GENERAL NOTES FOR BACKFILL TABLE 1 (GREATERTHAN�VE TAB/ F 2 BEDDING AND INITIAL BACKFILL FINAL BACKFILL PIPE) (BELOW PIPE TO 12" ABOVE PIPE) UNPAVED AREAS PAVED AREAS ALL BEDDING AND INITIAL BACKFILL SHALL CONSIST OF GRANULAR MATERIAL CONSISTING OF EITHER NATURAL SAND OR SANDY GRAVEL OR MATERIAL PRODUCED BY CRUSHING OF NATURAL STONE OR GRAVEL. SEWER LINES' 1. EXCAVATIONS <20FT. DEEP AND ABOVE WATER TABLE USE MATERIAL MEETING THE FOLLOWING CRITERIA. MEETING REQUIREMENTS OF ASTM D2487 FOR: SP GP SW GW SP -SM GP -GM SW -SM GW -GM AND IN ADDITION.: PASSING 1/2" SIEVE - 100% PASSING #4 SIEVE - 305 MINIMUM PLASTICITY INDEX (PI) - NP TO 10 MAX. 2. IN DEEP EXCAVATIONS (>20) OR BELOW WATER TABLE, USE CRUSHED STONE OR CRUSHED GRAVEL MEETING GRADATION OF A. CONCRETE COARSE AGGREGATE; TxDOT ITEM 421; GRADE 2, 3, OR 4. WATER LINES: A. FOR 12" ABOVE PIPE TO BOTTOM OF TOPSOIL BACKFILL SHALL BE APPROVED SELECT MATERIAL FROM THE EXCAVAT- ION; OR IMPORTED MATERIAL; ALL TO BE FREE OF ROCKS, DEBRIS, OR ANY CLUMPS CR- EATER THAN 2" IN DIAMETER; LOOSE LIFTS TO BE PLACED 10" MAX. COMPACT MATERIAL TO 958 STD. PROCTOR (0698). MOISTURE TO BE ADJUSTED TO 9 35 OF OPTIMUM. B. TOPSOIL TO BE PROVIDED EQUAL OR BETTER THAN EXISTING; AND MATCH EXISTING TOPSOIL DEPTH. COMPACT TO FIX CONFLICT TO EXISTING ADJACENT TOP- SOIL .(CONSTRUCTION TO BE PERFORMED BY 'DOUBLE DITCH' METHOD -TOP SOIL SALVAGED TO BE PLACED ON TOP) A. FOR 12" ABOVE PIPE TO 3' BELOW BOTTOM OF ROAD BASE: BACKFILL SHALL BE SELECT MATERIAL FROM EXCAVATION OR TO BE IMPORTED MATERIAL AND SHALL MEET THE FOLLOWING.' LL<35 PI 8-20 NO CLUMPS > 2" DIA, MOISTURE -1 TO +35 COMPACT 958 0698 STD PROCTOR LOOSE LIFTS OF 10" MAX OR IF SELECT MATERIAL FROM EXCAVATION DOES NOT MEET REQUIREMENTS THEN USE CEMENT STABILIZED SAND SEE TABLE 2- ITEM B B. FOR 3' BELOW BOTTOM OF ROAD BASE TO BOTTOM OF ROAD BASE: BACKFILL SHALL BE CEMENT STABILIZED SAND AND SHALL MEET THE FOLLOWING REQUIREMENTS: SAND GRADATION: PASSING 1/2" 1005 #4 55-100 #10 40-100 #40 25-100 /200 10-20 Pl NP -10 CEMENT = 6-78 8Y WEIGHC MINIMUM 100 PSI 0 48 HOURS. COMPACT TO 955 OF 0588. MOISTURE TO TO BE ADJUSTED 70 (+/-29) OF OPTIMUM. 3. FOR WATER PIPE EMBEDMENT, USE THE FOLLOWING: SP OR SW, (SAND WITH UP TO 12% ALLOWABLE PASSING #200 SIEVE). AND IN ADDIAON: PASSING #8 SIEVE - 1005 PASSING #16 SIEVE - 705 FOR ALL UTILITIES: 1. FOR PIPE DIAMETER EQUAL TO OR SMALLER THAN 16'; USE 4" MINI- MUM BEDDING UNDER PIPE. 2. FOR PIPE DIAMETER GREATER THAN 16'; USE 6" MINIMUM BEDDING UNDER PIPE. CONSULTANT'S JOB NO. 120472 DESCRIPTION w H 0 K DESCRIPTION N Department of Engineering Services N 0 N D] O CO N N M C LU DC W DC O F- (n O 0 LL] z U] 0 () 4 I REVISION NO. SHEET 81 of 124 RECORD DRAWING N0. STR 869 CITY PROJECT# E12090 CONSULTANT'S JOB NO. 120472 Jy '`. ...`iitl N le g p Io;. �\ J N Wa * V4, E 'I q<``;�`�ti BOX DATA rs_ SECTION DIMENSIONS Fill M REINFORCING (int/ft) �z (1l Ts 5 yrs 0_ M rs 5 A56Height <Mi) A53 A54 Ase As7 ASB eight' Weight N 5 H TT TB TS A51 A52 A55 (Tons) /AyAS7/ LNV engineers I architects I contractors 801 NAVIGATION, SUITE 300 PN. (361) 683.1984 CORPUS CHRISTI, TEXAS 18408 FAX (361)683-1996 TBPE FIRM NO. F-366 V WW.LNVINC.COM (ft) (ft) (in) (in) (in) (ft) (in) ,- 1. ~ •••, • 1 , �1 10 10 10 <2 0,24 0.24 17,5 DESCRIPTION 10 10 5 5 10 10 10 2<3 - 58 0.30 0.35 0.36 0.39 0.30 0.34 0.24 0.24 0,24 0,24 - - 17.5 4 d Mln 4 ` 4 d Min 1" Max 10 5 10 10 10 3-5 53 0.28 0.31 0.30 0.24 - - - - 17.5 radius(Tye) 1 1/4" Max A55 rad ius(Tye) for T555" 10 5 10 10 10 10 52 0.33 0.35 0.36 0.24 - - - - 17.5 A51 2" Max for Tss5" radius(Typ) _ _A-As4 10 5 10 10 10 15 47 0.42 0.46 0.47 0.24 - - - - 17.5 4" Min 4" Min 10 5 10 10 10 20 47 0.55 0.59 0.61 0.24 - - - - 17.5 A52(top) Ass(batt) for 7526" 1" (7yp unless for TS 26' 10 5 10 10 10 25 47 0.68 0.73 0,75 0.24 - - - - 17.5 = As4(slde) i., x noted otherwree) 1"Minirtun length is equal to (Typ) 1" 10 6 10 10 10 <2 - 0.28 0.38 0.33 0.24 0.24 0.24 0.24 0.24 18.5 --(Typ) spacing of longitudinal As4 reinforcing 2" (Typ) '(Typ) Ts 10 6 10 10 10 2<3 58 0.32 0.42 0.37 0.24 - - - - 18.5 TS plus 2" Max 10 6 10 10 10 3-5 52 0.26 0.34 0.33 0.24 - - - - 18.5_ rod! us (Typ) IFAS) 10 6 10 10 10 10 52 0.30 0.38 0.39 0,24 18.5 ( /� _ [5S3 10 6 10 10 10 15 47 0.39 0.49 0.51 0.24 - - - - 18.5 \- m u 10 6 10 10 10 20 47 0.50 0.63 0.65 0.24 - - - - 18,5 m r- \ / \ } , I the "Texas Engineering Practl DOT for any purpose whatsoever (version of this standard to lamages resulting frets Its use. 10 6 10 10 10 25 47 0.61 0.78 0.80 0.24 - - - - 18.5 Longitudinal ;� ASB 1 longitudinal bort 10' 10 7 10 10 10 <2 - 0.25 0.10 0.36 0,24 0.24 0.24 0.24 0.24 19.5 reinforcing '\J space plus 2" Min CITY OF CORPUS CHRISTI = TEXAS Department of Engineering Services 10 7 10 10 10 2<3 58 0.30 0.45 0.40 0.24 - - - - 19.5 "A" "B" "A" CORNER OPTION "B" 10 7 10 10 10 3-5 58 0.24 0.36 0.35 0.24 - - 19.5 CORNER OPTION CORNER OPTION CORNER OPTION m 10 7 10 10 10 10 52 0.28 0.40 0.42 0.24 - - - - 19.5 10 7 10 10 10 15 47 0.36 0.52 0.54 0,24 - - - - 19.5 FILL HEIGHT 2 FT AND GREATER FILL HEIGHT LESS THAN 2 FT 10 7 10 10 10 20 47 0.46 0.67 0.69 0.24 - - - - 19,5 10 7 10 10 10 25 47 0.56 0.62 0.85 0.24 - - - - 19.5 10 8 10 10 10 <2 - 0.24 0.41 0.38 0.24 0,24 0.24 0.24 0.24 20,5 10 8 10 10 10 2<3 64 0.27 0.47 0.43 0.24 - - - - 20.5 10 8 10 10 10 3-5 58 0.24 0.38 0.38 0.24 - - - - 20.5 Yz" Min (Typ) ni-0 1- 10 8 10 10 10 10 52 0.26 0.42 0.44 0.24 - - - - 20.5 6" Min 2" Max (Typ) z O see m c r 10 8 10 10 10 15 47 0.34 0.54 0. 57 0. 24 - - - - 20. 5 -- Longitudinal GENERAL NOTES: �� reinforcement Designs shown conform to ASTM C1577. N w 1m+,- 10 8 10 10 10 20 47 0.43 0.69 0.72 0.24 - - - - 20.51111W Refer to ASTM C1577 for information or o' DISCLAIMER: The use of this standard is el Act". No warranty of any kind is n TxDO7 assumes no responsibility fc other formats or for incorrect ret details not shown. "H" 10 9 10 10 10 <2 - 0.24 0.42 0.41 0.24 0.24 0.24 0.24 0.24 21.5 1.�iiiiWj All concrete shall be Class Concrete with a minimum compressive strength 10 9 10 10 10 2<3 70 0.26 0.50 0.46 0.24 - - - - 21.5 AS2(top) of 5,000 psi. Q Outer cage See SCP -MD standard sheet for miscellaneous 10 9 10 10 10 3-5 64 0.24 0.40 0.40 0.24 - - - - 21.5 As3(bott) circumferential A52(top) details and notes not shown. 10 9 10 10 10 10 58 0.25 0.43 0.46 0.24 - - - - 21.5 reinforcement As3(bott) In lieu of furnishing the designs shown on at female end. this sheet, the contractor may furnish an 10 9 10 10 10 15 52 0.32 0.56 0.59 0.24 - - - - 21.5 alternate design that is equal to or exceeds 10 9 10 10 10 20 47 0.40 0.71 0.75 0.24 - - - - 21.5 SECT ION A - A the box design for the design fill height in the table. Shop plans for alternate designs NAVIGATION BOULEVARD UP RIVER ROAD TO LEOPARD STREET (BOND 2012) SINGLE BOX CULVERT PRECAST SCP -10 shall be submitted in accordance with Item 10 10 10 10 10 <2 - 0.24 0.44 0.44 0.24 0.24 0.24 0.24 0.24 22.5 (TOP AND BOTTOM SLAB "Precast Concrete Structures". 10 10 10 10 10 2<3 79 0.25 0.52 0.48 0.24 - - - - 22.5 JOINT REINFORCEMENT) 10 10 10 10 10 3-5 70 0.24 0.42 0.43 0.24 - - - - 22.5 10 10 10 10 10 10 64 0.24 0.44 0.48 0.24 - - - - 22.5 10 10 10 10 10 15 52 0.30 0.57 0.61 0.24 - - - - 22.5 10 10 10 10 10 20 52 0.38 0.73 0.77 0.24 - - - - 22.5 HL93 LOADING 0 a E Texas Departmental Transportation o Bridge DNls/os 3 VI SINGLE BOX CULVERTS PRECAST 10'-0" SPAN a a 0 For Box Length = 8'-0" As( thru As4 AS7 Ass SCP -10 r 5' 02 and ore minimum FLE. 5op10ate.Ogn Se GAF CR' LMS Ir.5AH/TsDOT I C. GAF as reQu1red OreoS of reinforcement per linear foot box length. Ase Ass of and ©TxDOT February 2010 DISTRICT FEOERAL MO PROJECT TOED are minimum required areas Of reinforcement REVIsmis per linear foot of box width. mum COWR0L SECT JOE NOWAY SHEET 82 of124 Lu o RECORD DRAWING NO. STR 869 REVISION NO. CITY PROJECT# E12090 CONSULTANT'S JOB NO. 120472 z 0 a a 0 O 0- m Q 0 z z 0 DESCRIPTION Department of Engineering Services REVISION NO. SHEET 83 ofl 24 RECORD DRAWING NO. STR 869 CITY PROJECT# E12090 SECT ION I0N0Per 3 BILLS OF REINFORCING STEEL (For Box Length • 40 feet) QUANTITIES p em E <;o?*� ve n ol• °1 r e xael°er'°Oifn tel to [°mile f0or pn i6e87-449 cola a. it Kea r r ri ,15th Len 1n of Box Fa' r nm iT'rrlm , � 7.erne aMl suet e3•e°1r DIMENSIONS Bore B Bora C Bora 0 Bara E1a9 of 1B' Mqk Bora F, va 6 oars FY -^4t f 18' Lbx Bora N a•ae SrK or icor o1 Berrai Curb TDfDI 5 x 7 0 11. no S. Lerwm Ire19111 NO. 0 Levan Me IgM x Y Ho 0n9rn L Wam1 v Y No. Length H No. $ 1.309 Hf No. °ten 61 Le T s • f Caw ITS & C Ro 1nf 02 .0.0 1.a•,a ` ra4. ,.m ,I 4..04." °je ° "'" e" l0'-0• J'-0' e' i' 10. 194 046 5. 10' -II' ]. 10I ,94 ^5 - - e fl0i 5 BO a a earia" slay ea Mrs r , x rc�o nai'� m.e eml l a If n9meee� h. f 16' 162 � 6. - 11'- ,• J, 610 ,9 - 9' S'- 1" 199 v5 2'-10' S6 5' 0• ,87 i - Cw°w°sst°dt 1° iMr C -t S Bas D - Bor}an 31m � _ emve reairxanio b9 i 1 ,I r f r fnl Ocal t,onc w+pen�lcp°i�°ri1lw a o w o ° i 5' tl'- 5- < 7 5'-I O" 5' - 1 IB' 39'-9 66 a, as 14 1.173 269.9 0.9 105 47.6 1964 ,irol � II�� � �pp� . Drx i0'-0' S• 0' IS' 11' 26' 199 •i 9,659 Sea° 10'-13' S, Y59 5' -It" 5' _ 21.5]0 S'- S' 3'- 6' S8 IB> 1 ai 18' 39'-9' Ie6 4, ]B'�9' 1,089 II'- i' 31 26 19 I. 296.5 89.3 0, ,OS 06 '97 53.3 1 r -[+ice nn ��I9,682 1 6 1 ��� ��� roo• m ova x v rewae mr, 9n, 3'In ° ra M1m » malnw,n rover. for cvw lege fnm pn,°w"BGR°rroy ce anl.rM, - -II' S, 6,S 3.181 ,9e e5 195 05 5 9 � - _ 224 , 29 z4 68 0. 91� 0.926 219.2 Q21.2 0.0 0.0 109 3 37,0 - IIIc iI I2.076 67 p I'-0' t Y-0' Mm RAC atawne ro Weer. to o mwlno ro D Om. 45 J9'9' 1 193 II JO 26 t9 0 o - E armD ../ 8, - 048 :7---FeEmma IIyDJ � 6519 nrnre.77 <mi Irca, M M g S e5 I 0'-0• 8'-0' IS' ,�' 26' 194 ° '- _ '- J" � - 1196 �,95 11, l' tl'- 9' 11 26 9, Y6 74 I, Si 74 1.401 3 2 11.39 12, t3 e4 •�. liti,9•-8" .r �' .!- ., I 65114 AtOBa mY 00 oxo ro lwime rantlmol of emrn Or rM10 <°nfraotor'n 11 1' 3.5T0 S'• 3" 194 •6 5 - >' S6 b'-0' 22f } IB' 39'-8' ,86 45 39' B' I E ra5nrv°Ma66 o1n 0vvDyntnorrM to 0 f 60 k41 / i0 kai. 6Dw1 ''''''r 6 1 o isi TT � 86 m 10• ,wx, m �r°{ wDxiee I io ,°,orn0°' °0I loss In 1}ri wa Or rm eowx le soul wlmr Gar 'ei zel ran u0 fOr $ � . gpp^: l0'•0' I'•0' l0 2.6,w4 '- 3" 199 1.638 5'- J' 2'-t 0' S6 7 0 2fl 24 5 251.2 0 _g F2 B r eOiwm cmvOM roml wr - 6Se - - - 1�ie0 - Ba ^hbe na�rS aEG db D TYPICAL D SECTION Bar 1,- Tirol6 PLAN OF REINF rep Slob ml -. STEEL Exr°ryle co ram) a aaeln9 VI }M1 Ina. Irea • <O.N all 0.5',xafm6kei/)0 kal "^D.csi'aa ai D]I03rr0.m ;e 6aannrdr.eIn a n.I nIeNrxoiN %68n.rr C • la IO' -0' ) 1, ¢204 0'-10• 2 - 56 ] g 96 - 4 a 5 IS'-10' 3999 - afi.9 0 o- '- 30 26 to ,,225 29].6 0 , b- e 2 Nm:wa lro agmmen fvrm:o°vmew Jbns6o-°e ¢rm 490). -� I - ar 1.61 9 5 r pq6� - EEEEE La of Nb E51 NEMI T a ma. YO� is• s• ie 1I1• p pgg eEYb to - 6 53 J9'-9�' 1 0> JO 2 aE X . 2� :L Yh L @ 55 HBe i B 5 aQ �, , Fin ircil0rr01 D IReohe/ 8 ewl 9mce°rot aeatmsnf�° -1� mal ng au'ram. n,en aamlewrae rc°°n ot`°'Cio oei °I I 4' 4 - •7.1 74 12.x1 5 E. - yy io�o� li� 5s• - 9' • a 26 i9 1.104 ] 293.0 iai 0.8 92 o ] 11,817 - k s a 8 1 1'04--o • ioir J�655 162 K 6' I •15'x' S'• J" 162 66 S. 8'•3' 2,007 5 f i 9' e• is 505 53 39'-9' 1 10,11" •I 29 io 69 915 <5.a wx A � i^ fi2 �090 a• .f 5t -i g 9 minYm'"„n°fagiw•aeSw1 3. O4:anPn erma le roi °Ilerea. OExER1.L "OT°°iM ImES X y 0 . $ io•-o• ia••o• i�• K 5' Ili' -10' a�662 IO'- 9•' S'- 3" 199 0 ..g. IS 695 - • ,•B • exa0e r slob I, nes aP wi / •Ra llnf c� a adluele0 f° provide a.1 -5--5-r :',111.515011.4,11 { j°I% 11 SECTION THRU CURB ml " I '°r r"• nw I lr< msr be i°rl,ni:,,,, 55= °a6., Gass mmremre woan. eef"a„ne ar o .o•-°°• io ° ,4 Jz Sc Iso .} s n - 9 9, 6s9 199 v6 1 5' I6'- ]' <, i39 i 1 9 5'- 4' 3 3 I9a e s e to z, 514 '- 3• s 1 3 3 1 ' ss ,0 0 J24 2 314 7 I6. 39'-9. ,e 39 -9 166 53 186 53 39'-9' 39,9" , 907 v 9 31 26 74 1.179 348.4 0.9 103 72.0 19,040 ..r.i me eve i2 o mer Bora see -Mo rn skews ems, shale .aflame ma lerlornmllw xrel la. HL93 WADING SHEET I OF 2 .®�v owls e,w, r , re� i !r-2"°11 eo ear r li 06 49 °am iew In OerormeO .elms 6:93 reran ,7 "5 6mft�tne 11.93 LOADING SHEET 2 OF 2 S o%°ont p°i O�0f lr 447 1020... ovTOOreu ° At,' Gq"n a aoI fio0 / �0 Kai 5a0alp<1 564 `6827694 m0267" °oe°e 662, 60Of 01. 'I'°'' °o,nS T°.TM' D 6F 460O. 6k5,/to M11 0 nrre 11eae0 o Irvfr [°10,69004 In/ 0,151xs°G 52s7Ti et°fem lra Max T2soo Lbw t71o0K TYo0S44144/m SINGLE BOX CULVERTS CAST-iN-PLACE 0' TO 30' F ILL SCC -I O y 6 Taxan 0 o79°584A 7r 01T,o7a}/041 y i -F BARS y ,r� L `� C BARS D y I� xJ;odmea<0.44p 52::.Y.1 •° -3li ym tf SINGLE BOX 4CULVERTS CAST -IN-PLACE 0' TO 30' FILL SCC -i0 �ea 7 D 4074n n- . i r u',wa40 N°. 5 m °, 09 ,e u Imo= m0 In, fa wee. avr w , In°1 .r•°m°i:oi° 0immoi� 11 ,,•,4' u-, e,nlu- M., 11.411 wI to . 9 ,enx ux.a oa"4, ue,ea en. .wm n.eu,+e uwu en+xlw l w-. 1'1'1 l.+e CONSULTANT'S JOB NO. 120472 z 0 a a 0 O 0- m Q 0 z z 0 DESCRIPTION Department of Engineering Services REVISION NO. SHEET 83 ofl 24 RECORD DRAWING NO. STR 869 CITY PROJECT# E12090 CONSULTANT'S JOB NO. 120472 Ni - NQS:.... / i�A'l' a- K) J• I 8 z /y .- U�' /W. i +/re. 0 �1� 1(fs'.. o t*" tit""` _ _ See DETAIL "A" 13 Precast O 0" min to 5'-0" max. Estimated curb heights are shown elsewhere '� End of "Concrete in the plans. For structures with pedestrian roil, bicycle rail Box Culvert" or curbs taller than 1'-0", refer to ECD standard. For structures 6" Min Concrete Box for T6 traffic rail, refer to T6 -CM standard. For structures with & Usualtq % Precast %Culvert Cement etabillSed payment with traffic roil, other than T6, refer to RAC standard. backfill /.+ Wall O © T �ij.- O4 O5 3'-0" Min 02 For curbs less than 1'-0" high, tilt Bars K or reduce bar height CITY OF CORPUS CHRISTI LNV engineers architects I contractors 801 NAVIGATION.ITE300 PH. (30 883-.198.4 TEXAS CORPUS CHRISTI. TEXAS 78408 FAX(361)883-196 TBPE FIRM NO. F-366 W W W.LNVINC.COM Department of Engineering Services r � © r_in_plcce as necessary to maintain cover. For curbs less than 3" high, Cast -in-place ' y _ �, + or © 7'-0" Min Extension Bars K may be omitted. concrete closure (Place 4 54's n, ~ o c - — - crteclosure II���- I g O Curb, Wingwall or Safety End Treatment reinforcing shall extend into conarete closure. Any reinforcing that does not fit into ' +� a6 shown) N - Cement {P ace 4 4'S os shown)yii la :q44 1% the closure shalI be bent or trimmed as necessary. ftegl stabilized f�r_'`� Cast -in-place -in- Q Cast -in -plane closure shall 0e 3'-O" min. Boxes sha ll Cement Stabilized End of 'Concrete backfill O - ` , concrete Cast be cost short or broken bock in +he field, All reinforcing in Closure 11 in o Backfill Box Culvert" \\ `� the closure Shall be the Some size and Spacing OS the precast L MULTIPLE UNIT SECTION B—B DETAIL "A"() Wingwall box section. Except Where shown otherwise, the Cast -in-place closure shall be flush with the inside and outside faces of the precast box section. w o PLACEMENT H. ----Precast `` __ concrete /�1 For multiple unit placements the length of the closure for the �F&m.. Box �! interior walls may be adjusted as necessary. The length of the 1-i° � °' See SECTION THRU CURB g for Curb details x m Finished Grade (Roadway Slope) Finished Grade (Roadway Slope) 1 • -0" 12 O WINGWALL ‘4....-.44.=.-. 0 CONNECTION top slab, bottom slob, and exterior wall closure shall not be less than 3'-0". See Section B -B detail when interior walls are cost full length. © Precast box reinforcing shall extend a minimum of I'-0" into concrete closure (Typ). a mo+_ OT Bands of reinforcing matching the inside and outside face tic II �� // 0 r ® reinforcing shall be placed in the gaps of the top and bottom M o (Also applies to Safety slobs. A band matching the outside face reinforcing of the wall ,. ,�E. dm«: c gm o °i�,;0} End of "Concrete Place Additional layer of 6 - �4's • Spa at 6" max x as shown .o K 4 - .o 4 End Treatment) shall be placed in the gaps of the walls (placed in the outside face only). The bands shall be tack welded to the exposed ? reinforcing pt each point Qf aontapt, m '� n Box Culvert' for - �' Bars C c' H(><4) .- ® For vehicle safety, the following requirements must be met: bridge shall no more °o c w o� payment 3" Chamfer iii/ - For structures without roll, curbs project g�� 6�� than 3" above finished grade. L (See GENERAL h I - For structures with bridge rail, curbs shall be flush with o L'2155 �"' i�� ° ° NOTES) finished grade. .W $ 44 44s , °7 Curb heights shall be reduced, if necessary, to meet the above `+o d a > axem n I -o 3" Chamfer (See GENERAL _ 6 l� y Precast m a m Q = 2'-9" ,,,, .. x 3�� requirements. No changes will be mode in quantities and no additional compensation will be allowed for this work. 0 z au v>, dna NOTES) 3' 0" Min Closure 4 (2)... Concrete Box Top c SECTION o THRU CURB r 1 ' _ I O Cement Stabilized Backfill between boxes is considered part of the Box Culvert for payment, o i a}* - Slab ~ } �../ v E� 0.,,,_,E 70 QUANTITIES PER FOOT OF CURB 10 All curb concrete and reinforcing is considered part of the Box K BARS C - +c4 BARS - tt4 Culvert for payment. u :it SECTION THRU TOP SLABS LESS THAN 7" Reinforcing Steel 4.18 Lb (Spa = 1'-0" Ma() (Spa = i'-0' Max) a c- a Concrete 0.037 CY (Length = 4'-3") Any ad bit ions) concrete and reinforcing rConiret for the closures Box Culvert. DISCLAIMER: The use Of this standar Act". No warranty of any ki TxDOT assumes no responsioi other formats or for incorr ,.I 10" Exposed reinforcing shall extend o min ihalcad outside of 4" intp gap 3'-0" Min ®c) be considered as subsidiary to the Concrete 72 1`-0" typical. 2'-0' when RAC standard is referred to elsewhere in the plans. )3 For multiple unit placement with overlay, with 1 to 2 course surface treatment, or with the top slab as the final riding surface, provide wall closure as shown in DETAIL "A". 14 This dimension may be increased with approval of the Engineer to o11ow 2'-0" Min (Typ) the precast boxes to be tunneled or jacked in occordance with Item 476, -1 "Jacking, NAVIGATION BOULEVARD UP RIVER ROAD TO LEOPARD STREET (BOND 2012) SINGLE BOX CULVERT PRECAST SCP -MD J II ' A - © - Boring, or Tunneling Pipe or Box". No payment will be made 1'-0" Min Extension (Typ) for ony additional material in the gap between adjacent boxes. --�._., 1 ` \ • -rt Box GENERAL NOTES: Designed according to AASHTO LRFD Specifications. . A `f / • A. N All closure concrete shall be Class "C" with o minimum ' t...,.. I / A ' �. i "� + compressive strength of 3600 psi and shall be placed according "Concre+e \Bax ..- J --; N +o +he Item, Structures". Any additional concrete required for the closures shall be J ' ^"' Skew I�I considered as subsidiary to the Concrete Box Culvert. 1/r - ; Refer to the Single Box Culverts Prec06t 5+enderd for details %n 2 �D" ++ e not shown. be ' Rfrn IE ; The bottom edge of the top slab closure shall chamfered 3 inches at the entrance. ,�� "� ° ANGLE DETAIL — NL93 LOADING ..:- �., Texas Department Of Transportation w End of Concrete Closure "Concrete �� - - - Box Culvert" / Outside Fcce for payment Ape band © Reinforcing — 8" , Cement stabilized backfill between Bridge Division BOX CULVERTS LEVELS DISPLAYED I'll I I I I I I I.1._1.1J NNEwide (Typ) /l�f�"CL Box /7 ' boxes® multi PRECAST ■NEM ■■ ■■■ ■■■ �� t ' - - f.* ___ _ —-----.. �� `i -----,----End '—� H 4 — - — e of oncr- —4 Piece i n- MISCELLANEOUS DETAILS ■■■imm• i Closure _ K ` ++ti --+ ■■■ Inside Face Inside Face /,% `✓ MEQ Reinforcing SCP -MD ■■■ as: scpntlste.Cin t on: GAF c%: UfR Ior: BWH/TxBOT cK: GAF U.. SECTION A—A PLAN OF SKEWED ENDSm © i%BOT February 2010 DISTRICT FEDERAL AIC PROJECT SKEET -box REVISIONS ... (Showing multi placement) COUNTY CONTROL SECT JCG HIGHWAY ■■■ SHEET84 af124 o RECORD DRAWING NO. STR 869 0 0 S ce CITY PROJECT# E12090 CONSULTANT'S JOB NO. 120472 7I A.4i MO OZ.J Mf // �. E ie ee ; z .' IIVS'• o p23` 1� �* , ,,,,,„,- Limits Bars B Bore C •- Top Slab Bottom Bars D - Bottom Slab - Slob Top & Bars F2 Q2 When the spacing between Bars B Bars B - Tap & of skewed iI becomes less than half of the Limits of skewed Bars C e Top SlabII Bottom Slab Bars Fz end section 03 end section © normal spacing, bars shall be Bars D Bottom Slob cut to avoid fouling 03The length of Bars B and E will vary in the skewed end sections' ii�llloIliii�lIliiIliii�lalO�lii [Tan of the skew angle] >k. O Cone half of overall width] x:. 1: i 1( 1. i 1 .�,/ li�i�liilill�l�6ili�l�i��ill�l�l�l�iii�l�l�,._.._ CITY OF LNV ilehi CORPUS CHRISTI . engineers I architects I contractors 801 NAVIGATION, TEXAS CORPUS CHRISTI, TEXAS 78408 FAX(361)803-1986 TBPE FIRM NO. F366 WJJW.LNVINC.COM Department of Engineering Services 11111111111111111fi11111■11i F2 shall bedcantn. Othrrugh IIIII111I111111I111I1111I1■11111111■1I11hiiii� ©ITYPI \IIIIII��I�IIIIII�IIIIIIIIII��IV the angerheyus shall be bent to remain parallel '� IIIIIIIIIIIIIIIIIIIIIIIIIIIUIIIIIIIIIfl//��/ Bars H 111111111111111111111 to the walls of the Box Culvert. Bars H WO \ A / lu Skew © When necessary to avoid fouling i n the 1111111111111111I111111I11111111111111111I111+ C Culvert IYII■■IIY1111111YWI1 Iinlaninnti IflNl acute corners, slob extension leg tofo Bars C and Bars o may be r forrskews of 30° minimum 450. f 1 6” �� YY1111111YI1111111YW1111■YII■■ . IniiIIIneh� �ninnmNi7■■�■ _ z a / .I iiiiIi1I111111Ii111111A n .�od C. Culvert 07 For skews of 15° or less, the ��<pJ 111Iw�AAIUI IIA rlrlrlYlrlrrir tlYlnlrrlrel AIIIIIIIII contractor has the option of ;lII1111111111111III111I1B►,!!_ Bars B, C and 0 parallel , Bars C Top Slab to the to the while l�IuIAAIIIii1u IiAIUI�11L1■■1t► Bors C - Top Sid' w '� L LL I11I11111III I!!i!!!I!1!!!I!1llfilii� minim 1111I1111I11 mum Bors D - Bottom Slob skewed end maintaining spacing along , centerline box. Lengths of Bars B shown on the standards 1 rlrllrrlrlrrI.IIuInlrrlrl��� 11 1I1111♦111111111111III�I""r1 i'j Bars D Bottom Slob �1ell�Ilrl■�1�Iiill�ll~� Skew acs Engineering Practice any purpose whatsoever. of this standard to aaultint from its use. di ..„,.,,L _ 1 '� shall be increased +O % BY accommodate the skew. � - '�' Bars E ' Bars Fi- Top Slab Tilt Bar as necessary Bars K Bars F2- Bottom Slab to maintain cover Bore 5 1 Bore WALLS AND CURB SLAB Bars K WALLS AND CURB Bars F F2- - Top S db Bottom Slab SLAB PLAN OF SKEWED ENDS - FROM 0° TO 15°0 PLAN OF SKEWED ENDS s OVER 30° TO 45° Bars B - Top & Bars C Top Slob Bottom Slab Bars F2 10 FOr box CUIVertS with Ie55 than 2'-0° Of fill, the top slob re --Limits tf nshall be broken back to provide a minimum l'-10" lop of the in - Bars D Bottom Slabexisting longitudinal bars with the longitudinal bars the end section() �) extension. If the Depth of fill is 2'-0" or greater, the top slob shell be broken bock to provide a 1'-0" minimum embedment 1 a l l t l Length of extension of existing longitudinal reinforcing into the extension. o e0. 0 a l l r il�l�l�1��ii1 I�i��il�l� ii1iilll1i ] j Alternatively, if the ill height lac S greater thane 0", the existing curb may be left in place and 2'-0" long 56 bars d . g 11111 1111111 111111111111 111111111111 °°,°1�� 0 (TyP7 I- , I— shall be drilled and grouted 1`-0" Into the exi5+ing tap Slab at 1'-6" center to center spacing. Wings and apron shall be e opo$ t��� Bars H \IIIII11IIIIIIIIIIIIIIIIIIIIIIIIIIIiI�� -- / broken bock Os necessary to install the extension. Exposed wingw011 and epron reinforcing mOy be removed or cleaned Ohd iik' ° We 4IP ,,. IY11111111YI11111111 1I111YY 11111 �i �� Culvert _ included ts in the extension. When lengthening nti sting box culverts with dimensions different than current standardi dimensions, horiZontol and vertical transitions shall be O w oke d _ IIIUMI formed as directed by the Engineer. Bottom slabs Shall .°2•21 ao t` , menu munwIIiIIhI1n1I,y r1�� i 1 ���\\\ match to maintain on uninterrupted flow line. Existing and new field bent into transition 0E= v ` X1111111111111111111111 T i t Bar as wwl�rA�[A NI UTA� - m 0 n+giringnforcing Specifiednall covebe reguiremen+s o xc necessary ILIA ■Ir NNIIlrrlrl INTI nlrr tl� gar Bars C Top S I ab ra gone , _ tovmaintain Ae I M111111111111111ICw Bars D - Bottom Slab Skew Existing Box Culvert .$; b /, Ir'I���I�i�I1��1�Ilil�l 11 I I {i 11 I GENERAL NOTES; DISCLAIMER: The use of Thi: Act". No warranty o TxDOT assumes no rI other formats or fl // - LENGTHENING DETAIL() Designed according to AASHTO LRFD Specifications. All reinforcing steel shall be Grade 60. Bars EAr Bars Bars K Bars WALLS AND CURB F1^ F2- Top 5 ab Bottom Slab SLAB All concrete shall be Class "C" with these exceptions: use Class "5" for top slabs of culverts with overlay, with 1 -to -2 course surface treatment, or with the top slab as the final riding surface. Class "C" concrete shall have a minimum compressive strength NAVIGATION BOULEVARD UP RIVER ROAD TO LEOPARD STREET (BOND 2012) SINGLE BOX CULVERT CAST -IN-PLACE SCC -MD PLAN OF SKEWED ENDS " OVER 15° TO 30° of 3,600 psi. Class "5' concrete shall have a minimum compressive strength of 4,000 psi. Limits Bars F2 50 re -Limits The use of permanent forms is not allowed. I of Angle Refer to Single Box Culverts Cast -in -Place standard for details Section 2 of straight sections of culvert. For skewed sections and angle for . Bars F2 QS Limits of Bars F of Angle _ __ _ �,R sections refer to Single Box Culver+S COSI-in-Place Standard bar Angle Section 2t�� Section � �, Y!!!1■1■■ prr�j/=i/! /j\ slab and wall dimensions, bar sizes, maximum spacing, and �IiI1�� �I�!�ii�ifl/>I/���� any other details not shown. For Skewed ends with curbs, adjust till Bars B Top & Bottom Slab i iii�iii�%i`iI� :,raalill+!!IlJ, 1 1 `* .. `/ /'� t ; '"'►, Bora B - Top ��"'�! I & Bottom Slab �� II Bars B - Tap 11101101.p� & Bottom S ob "�"" R rl�.Irt11�111U1�1! / ♦�lI/�� ■+■■ilii]]length of Bore H, numberiof Bars K, curbtva values ueste volume the 111 IIIII111,1i�ll/��>(j%/,� reinforcing steelweight by dividing e the ang shown on the e, t /'� culvert stondords by the cosine of the skew angle. �YIIN -' /fir, Lops for Bars H, when required,shall be 1'-9" for uncoated rlmnr�Ill����j ]l��%% � �� �%+ IIIIIIIIIIi:III!j /�j 1�� tl 441 ���"�1 rr fit / *, 1■IIIIIAi11Ut , / / ; i bore and 2' -7" for epoxy coated. 111111 I IIII�IiU�/��� ��� �*, ice+ HL LOADING �i. 1: „ / ��,; z E, A 1A�IIIIIIIG{{IIAI►p�ll�jr111. 1111111(11 I■■11IIt�'���'11J +#11 Bars C - TOP Slob SFr Bars D - Bottom Slab I■ I1111i11111114- ..- alba,/ 1■Y101Yy11/ it ,/ �, �/ �� y11� ��■IiIIU�j�'iy��r/yr . II1111111�iYY//� .� /l MIMI/%�����4P �j/ JEES0' 1111�1�11��J�����,��j���,,,/,,' ��IJ Texas Deportment of Transportation ® BrldgeON)stan a w A1114 IIIIIII11ijuitiftfr I /t �!y Bors C TOP S ab �i11/+/(, �, ,, iii 9' N. 1111111411!>l��� /� SINGLE BOX CULVERTS ," Bars D •- Bottom Slab '�/�r��',, 11111I11ifit / `,' �1IIIIUI�J//���1��� ��IiIII�/�� / / CAST- IN-PLACE i III:'I'�I �i I/ I�/ 1111111,Nr/1'1tdill I�IINWU/'�If !ii r%���,i T ��"',/� MISCELLANEOUS OE A I L S ����t'���' 5 5 , F 1 - l ----J~ 4../. J -----...„4../. fel Bars BBars . ars F Bottom S lab© s C M1 Top Slab eI,// Bars Fl - Top Slab Bars F1 - Top Slab / Bars D Bottom Slob �+ -MD SCC - MD 2 Bars F2 - Bottom Slab a Bore F2 - Bottom Slab @ �/! m scantlste. Ggn O.N.GAF as. MY 1... BIYfl/TxDOT 1- CAF ©TNDOT February 2010 CI STRfcr FECEPAL AID PROJECT SHEET PLAN OF ANGLE SECTION 'N' PLAN OF ANGLE SECTION " PLAN OF ANGLE SECTION * REYIS1515 FROM 0° TO 15° OVER 15° TO 30° OVER 30° TO 45° COaYTT CONTROL SECT .108 HI CHNAY SHEET 85 0(124 o RECORD DRAWING NO. STR 869 0 z 0 ,- L: 0 CITY PROJECT# E12090 WASTEWATER M.H. ADJUSTMENT. (MPPE) PROP. ASPHALT PAVEMENT REPAIR 54 SY (TYPE 2) SEE NOTE 3 STA. 32+87.39 BEGIN CONCRETE PAVEMENT CONSTRUCTION OR BEGIN H.M.A.C. PAVEMENT CONSTRUCTION 1, 0 52. R ct- I 4 33+00;. R=34' 2y ROW X M a R=30 Flint Hills Resources PROP. 5 LF HEADER CURB OR C&G TAPER 0" TO 6" HT. STA. 33+13.76 (87.1' LT) J Flint Hills Resources Flint Hills Resources HORIZONTAL CURVE DATA CURVE A-5 SEE SHEET 11 PROP. 5 SIDEWALK PROP. TYPE 5 (SIM.) CURB RAMP STA. 33+27 PROP. TYPE 10 CURB RAMP STA. 33+27 STA. 32+73.90 (69.0' RT) PROP. 5 LF HEADER CURB OR C&G TAPER 0" TO 6" HT. ROW PROP. 6" HEADER CURB OR C&G ROW RORO ROW 45.7 ROW ri� ROW x x M, 34+00 The BOC Group Inc Lot 4 ROW Flint Hills Resources ROW ROW RC Flint Hills Resources Lot 5 Block 1 ROW 35+00 NAVIGATION BLVD. O� 0 + M N Q lIW 0 0 _0 36+00 7 USUAL ROW ROW RO ROW ROW PROP. 5' SIDEWALK PROP. 6" HEADER CURB OR C&G STREET PLAN AND PROFILE STA. 32+00 TO 37+00 SCALE: HORIZ: 1"=20I VERT: 1 "=2' ROW ROW EXIST. POWER POLE TO BE RELOCATED BY OTHERS NOTES: 1. STREET DIMENSIONS ARE TO BACK OF CURB. 2. GUTTER ELEVATION IS 6" BELOW TC ELEVATION. 3. ASPHALT PAVEMENT REPAIR NOT REQUIRED FOR H.M.A.C. PAVEMENT OPTION. Flint Hills Resources Lot 5 Morkwest Javelino Co LLC Lot 6 f4Z 0 10 20• CONSULTANT'S JOB NO. 120472 Z a N Pmf h"sR m e 3 C0 0 s 0 m El N iy N N !:21 ' C C a. .0 a csi N W 3&0re 34.0 32.0 30.0 N JN d O 7 W a 36.0 VPI (RT) STA. 34+62 EL = 26.50 L = 160.00 E = 0.33 EXIST. q. PROP. TOP OF CURB (LT) 28.0 26.0 24.0 +rn mgMN ei 4 i M M .)S.n.1. " rc-S=+0.82% (RT) - A• (Cl) 5=+0.84% (RT) 22.0 ROW RT ROW 5=+1.61% (1°1) ROW LT ROW LT +m'" M W N 427 �of 0 RL ROW RT•�,�•/� ROW RT •�'�� VPI (RT) 0 RZ /50% S o PROP, ..TOP ..OP. CURB,., (RT) rn Yf N II F � 34.0 32.0 30.0 28.0 26.0 24.0 22.0 0 at U N 0 N M z 0 za 0 0 a 0 0 Department of Engineering Services m N It) co N 0 STA. NO.'S 32+00 33+00 34+00 35+00 36+00 37+00 STA. NO.'S 0 N C a SHEET 86 of 1 24 RECORD DRAWING NO. STR 869 CITY PROJECT# E12090 Flint Hills Resources Lot 6-A Block 1 ROW • ROW Flint Hills Resources Lot 6-B Block 1 IN ROW Flint Hills Resources Lot 7 Block 1 ROW ROW Flint Hills Resources Lot 8 Block 1 71 co tq: t7.'41 14;0' IP ROP. 5' SIDEWALK now -00 AFJNN ROW 38+00 Flint Hills Resources PROP. 6" HEADER CURB OR C&G " .14 wmmei 39+00 • ROW Flint Hills Resources ID --1 ROW Flint Hills Resources Lot 9 Block 4 ROW 40+00 NAVIGATION BLVD. 0.9 ROW EXIST. POWER POLE TO BE RELOCATED BY OTHERS 16.0 ROW NI +1 I PROP. 5' SIDEWALK ROW RO EXIST. POWER POLE TO BE RELOCATED BY OTHERS REMOVE ENCROACHING FENCE (15 LF) Morkwest Javelin() Co LLC Lot 6 24.0 Ted Nier Lot 7C ROW _.1 20.0 'o S, 01 [.., 14.0' 0 +1 -11 1 .in! 4: 0'1 01 ROW /- L° _T. POWER POLE ROW TO BE RELOCATED BY OTHERS Toni Lee Meyer Lot 7A .411r4I44.;.47.FN 41+00 0.4 23.0 PROP. 6 HEADER CURB OR C&G STREET PLAN AND PROFILE STA. 37+00 TO 42+00 SCALE: HORIZ: 1"=20' VERT: 1"=2' Toni Lee Meyer Lot 7B CONTROL Flint Hills Resources Lot 8 Block 4 POINT -3 ROW / ,Affgg'211.:"±L ROW ROW ROW 1ST. POWER POLE TO BE RELOCATED BY OTHERS 16.0' 31 CD 0 1- C\1 00 71- 00 42' I LLJ Cr) UJZ BEGIN PROP. CONC. RETAINING CURB STA. 41+14 (40' RT) Fortress Holdings LLC Lot 10 Fortress Holdings LLC NOTES. 1. STREET DIMENSIONS ARE TO BACK OF CURB. 2. GUTTER ELEVATION IS r BELOW TO ELEVATION. CONSULTANT'S JOB NO. 120472 z 0 5- 5- 8 5 REVISION NO. 44.0 42.0 40.0 38.0 36.0 34.0 32.0 30.0 0 N cxJr't) I 11.3H v) UJ (I) r. 3 laS WI 01 LaS r• 'R F csi laS RON CWA - Of° :•c --..;-C) 1(c QVR..... ..... ........ • ' 9110\-11 ck'c . EXIST. VPI (LT) STA. 39+90 EL = 41.76. L = 360.00 E = -1.35 ISOO ROW Rn.. STA. 39+90 VP I (RT) EL = 41.49* L = 340.00 E = -1.12 ROW RT 5051' se+o 61% (RT) R024 -41-- S.+0,33% 0,T) W 1=±2a 6=1-0.36% (RT1 S=+0.34% (LT) .... ... . ............. 5- Le2 00 IC wa:' t'fi st. 1,) .4 2 N PROP. TOP OF CURB (R1 0 co 01 0 0 C\1 00 UJ bJ d- 00 LLJ (f) LJ Z Lij (f) 0 "E7 0 44.0 42.0 40.0 38.0 36.0 34.0 32.0 30.0 DESCRIPTION a UI Department of Engineering Services co 5 0 UJ E 0 + 0_ CNI 71- 0 < 0 0 a_ UJ• (r) STA. NO.'S 37+00 38+00 39+00 40+00 41+00 42+00 STA. NO.'S REVISION NO. SHEET 87 of 124 RECORD DRAWING NO. STR 869 CITY PROJECT# E12090 0 O + N tet' (n W z -I 0 Flint Hills Resources Lot 8 Block 4 ROO Flint Hills Resources Lot 7 Block 4 '•61"-1 M VI a .1.611 15- 17.0' 16.0' Flint Hills Resources David Bernal Geronimo S Leal, Et Ux STA. 46+53.45 (78' LT)-..„..„.,„ STA. 46+24.41 (78' LT) PROP. 5 SIDEWALK ROP. 6" HEADER CURB OR C&G PROP. SIDEWALK DRAIN STA. 43+90 (SEE MISC. DETAILS SHEET 95 0 C an EXIST. POWER POLES TO BE RELOCATED BY OTHERS RO 16.0' CI 19.0' bg Dan Brodhag Lot 1 Block 1 PROP. ASPHALT PAVEMENT REPAIR 10 SY (TYPE 1) SEE NOTE 3 P.T. STA. ;_- �'. p P.C. STA. 46+24.441,255.0 LT 1 .r' (■ 46+53.445,5 5.0 LT ROW PROP. TYPE 5 (SIM CURB RAMP 43.85' RT RO EXIST. POWER POLE TO BE RELOCATED BY OTHERS PROP. 5 SIDEWAL RO IPROP 6" HEADER CURB OR C&G P.A.L.S. ANIMAL SHELTER END PROP. CONC. RETAINING CURB STA. 42+04 (40' RT) Fortress Holdings LLC "1 M_ al c�4 STA. 44+43.10 (55' RT) P.T. STA. 44+53.10 (55' RT) PROP. ASPHALT PAVEMENT REPAIR 31 SY (TYPE 1) ROW R=25' RO RELOCATE 160 LF CHAIN LINK FENCE ROA, 35.0' 0 BEGIN PROP. CONC. RETAINING CURB STA. 45+01 (40' RT) City Of Corpus Christi STA. 44+83.10 (55' RT) P.C. STA. 44+73.10 (55' RT) STREET PLAN AND PROFILE STA. 42+00 TO 47+00 SCALE: HORIZ: 1"=20' VERT: 1"...2' EXIST. POWER POLE TO BE RELOCATED BY OTHERS END PROP. CONC. RETAINING CURB STA. 46+60.9 (40' RT) Waukesha Pearce Ind Inc Lot 4 (BEGIN PROP. CONC. RETAINING CURB STA. 46+95.9 (40' RT) NOTES: 1. STREET DIMENSIONS ARE TO BACK OF CURB. 2. GUTTER ELEVATION IS 6" BELOW TC ELEVATION. 3. ASPHALT PAVEMENT REPAIR NOT REQUIRED FOR H.M.AC. PAVEMENT OPTION. CONSULTANT'S JOB NO. 120472 DESCRIPTION m w 0 REVISION NO. 48.0 46.0 44.0 42.0 40.0 38.0 36.0 34.0 N 01 a MM Cs! N W O O 00 "q" .T - ROW RT R01TTY P J N N 11 11 H r ROW RT -5=+0.35% (RT) S=+O.342; (LT) PROP. TOP OF CURB (RT) Pg n F PROP. TOP OF CURE (LT) ROW RT ROW LT g N N 4 V- H ROW Ri ROW LT LT ROW LT S=-0.30.% (LT) ROW RT "(Ow d• to t J Nv w (12 ROW RT -_ LT) N 2 g N ;3 V A 48.0 46.0 44.0 42.0 40.0 38.0 36.0 34.0 5 O 0 0 Department of Engineering Services 2 N Q 0 STA. NO.'S 42+00 43+00 44+00 45+00 46+00 47+00 STA. NO.'S REVISION NO. SHEET 88 of 124 RECORD DRAWING NO. STR 869 CITY PROJECT# E12090 0 0 o LU LLJ I (%1 LU LU W z J c.) b - ROW Dan Brodhog Lot 1 Block 1 EAS PROP. 5 SIDEWALK SII dl EAS c+'i 11.0' 10 .00 ROW George Johnson Lot 18 Block 1 PROP. 6" HEADER CURB OR C&G EXIST. POWER POLE TO BE RELOCATED BY OTHERS 45+00 NAVIGATION BLVD. 49+00 EXIST. POWER POLE TO BE RELOCATED BY OTHERS MEM Rob EXIST. POWER POLE TO BE RELOCATED BY OTHERS ROW PROP. 5' SIDEWALK BEGIN PROP. CONC. RETAINING CURB STA. 47+50.2 (40' RT) END PROP. CONC. RETAINING CURB STA. 47+30 (40' RT) PROP. ASPHALT PAVEMENT REPAIR 10SY(TYPE1) SEE NOTE 3 O STA. 49+75.45 (78' LT) P.T. STA. 49+75.45, 55.0' L R=25' b LAJ 02 O 0 STA. 51+95.05 (137.94' LT) P.71 STq 51492.00. 12 B G Duke Lot 1 Block 2 STA. 50+01.62 (78' LT) EXIST. POWER POLE - BTO BE RELOCATED *BY OTHERS P.C. STA. 50+01.82, 55.0' LT R=25' DUKE CONTROLS INC. BOE O M U R=118' 0 RO ro m a PROP. TYPE 6 CURB RAMP 43.93' LT 50+00 ROW i i 20.0' i .►M�E�_ni NIN S. EAS V -Y__ N\ P1 ROADWAY INN LPROP. CONC. RETAINING CURB . 48+51.9 (40' RT) C.C. Host L.L.P. Lot 3 c+� M ci+ 0 EXIST. POWER POLE TO BE RELOCATED BY OTHERS PROP. 8" HEADER CURB VALERO CORNER STORE STREET PLAN AND PROFILE STA. 47+00 TO 52+00 SCALE: HORIZ: 1"=20' VERT: 1"=2' EAS bi + co, LPROP. 6" HEADER CURB OR C&G PROP. TYPE 5 (SIM.) CURB RAMP STA. 50+93.9 PROP. TYPE 5 (SIM.) CURB RAMP STA. 50+93.9 51+00 PROP. TYPE 5 (SIM.) CURB RAMP 59 66' LT STA. 51+70.16 END CONCRETE PAVEMENT CONSTRUCTION OR END H.M.A.C. PAVEMENT CONSTRUCTION PROP. TYPE 5 (SIM.) CURB RAMP 59.90' RT b 0: NOTES* 1. STREET DIMENSIONS ARE TO BACK OF CURB. 2. GUTTER ELEVATION IS 6" BELOW TC ELEVATION. 3. ASPHALT PAVEMENT REPAIR NOT REQUIRED FOR H.M.A.C. PAVEMENT OPTION. Big Diamond Inc Lot 1 STA. 51+41.19 (123.1' RT) EXIST. POWER POLES TO BE RELOCATED OTHERS EXIST.- PED. \POLE R=75' O •P.T. STA1 +41.44 O O PROP. ASPHALT PAVEMENT REPAIR (TYPE 2) SEE NOTE 3 C CONSULTANT'S JOB NO 120472 z 50.0 48.0 46.0 44.0 42.0 0 4 J W so* EXIST. ROW RT S.+0.80t (LT) PROP. TOP OF CURB (LT) N N PROP. TOP 0 OW R7 ROWLT CURB (RT) W ROW IVP, (R .5 (LT) W W Fs b v to td NH N VPI'(RT)"" STA. 49+50 EL = 47.11 L = 130.00 E = -0.17 w 0§ NM ROW RT ROW ALT �67% (L '. N v� +mr2 ow44. II II o N d .8 5. a 0 ROW LT .................... S=-0.45% LT ' .26 0 0 50.0 + N O Ln 0) Q LLJ F- LLI W U) 48.0 46.0 .0 42.0 c O M z b O 0.' O N O V) N CsIE 11 Z Cn ›- UCO cv, Q I^ ><) N U �� C O C N III) o Q. m N N b STA. NO.'S 47+00 48+00 49+00 50+00 51+00 52+00 STA. NO.'S z 0 B SHEET 89 of 124 RECORD DRAWING NO. STR 869 CITY PROJECT# E12090 O O OD (NI CO Li) L LLJ �w (i) 66 REMOVE EXISTING CONC. HEADER CURB (APPROX. 73 LF.) PROP. 5' PEDESTRIAN ACCESSIBLE ROUTE IN EXISTING PAVEMENT BY PAVEMENT MARKING SEE SHEET 113 6 6 30.7' EASEMENT qP• ,gyp, y6k 00 P• 021 EPS EAS Ng: 1kyo. 5qP• STA. 55+33.96 (138.97' LT) 7—Eleven, Inc HORIZONTAL CURVE DATA CURVE A-6 END PROP. CONC. RETAINING CURB STA. 56+38.37 (52' LT) BEGIN PROP. CONC. RETAINING CURB STA. 56+19.23 (52' LT) ROP. 6" HEADER CURB OR C&G SEE SHEET 11 EXXON SEVEN—ELEVEN EXIST. POWER POLE TO BE RELOCATED Y OTHERS SEE DETAIL 5A THIS SHEET PROP. 5' PEDESTRIAN ACCESSIBLE ROUTE IN EXISTING PAVEMENT BY PAVEMENT MARKING 0 PROP. CONC. HEADER CURB (APPROX. 64 LE). 53+00 54+00 5A ')HEADER CURB POINTS SCALE: 1"=10' ED STA. 54+98.53 BEGIN CONCRETE PAVEMENT CONSTRUCTION OR BEGIN H.M.A.C. PAVEMENT CONSTRUCTION PROP. ASPHALT PAVEMENT REPAIR (TYPE 2) SEE NOTE 3 STA. 54+72.64 (135.48' RT) STREET PLAN AND PROFILE STA. 52+00 TO 57+00 SCALE: HORIZ: 1 "=20' VERT: 1 "=2' P.1.' STA.56+11:.85- -_ CURVE A-6 O O ru UJ U U) 33.5' Lq� P,C. ST uperTex 54+74.55, 128:02RT properties 031,Lot 26 Block 3 R=133' PROP. 5' SIDEWALK HOLIDAY INN SUITES EXPRESS & PROP. 6" HEADER CURB OR C&G I NOTES: 1. STREET DIMENSIONS ARE TO BACK OF CURB. 2. GUTTER ELEVATION IS 6" BELOW TC ELEVATION. 3. ASPHALT PAVEMENT REPAIR NOT REQUIRED FOR H.M.A.C. PAVEMENT OPTION. Corwell Express LP Lot 1 Block 1 CONSULTANT'S JOB NO. 120472 a 50.0 48.0 O 0 + O7 N 00 in 0 44.0 42.0 N ROW S�_0.509. (RT ROW 13 �— S=-0.37% (Lr d EXIST. rL ROW RT ROW PROP. TOP OFCURB (RT) co Y) ROW LT 9=+0.35% =+1.01% PROP. TOP O(LF CURB (LT) a 3 VPI (LT) STA. 56+90 EL = 45.59 L = 190.00 E = —0.37 C) 0 50.0 48. 46.0 44.0 42.0 5 z W 0 0 vc)W 0 U) Department of Engineering Services N m N 0 0 W -J O E O + N 0 z O Q Z O `S + L• N • cc Cf) (n STA. NO.'S 52+00 53+00 54+00 55+00 55+00 57+00 STA. NO.'S z 0 SHEET 90 of 124 RECORD DRAWING NO. STR 869 CITY PROJECT# E12090 La Quinta Texas Properties Lot 1-L Charles George (Buddy) Herin Lot 2-L NOTES. 1. STREET DIMENSIONS ARE TO BACK OF CURB. 2. GUTTER ELEVATION IS 6" BELOW TC ELEVATION. EXIST. POWER POLES TO BE RELOCATED BY OTHERS HORIZONTAL CURVE DATA 01 co CURVE A-7 PROP. 6" HEADER CURB OR C&G 00, PROP. 5' SIDEWALK SEE SHEET 11 X ON 0-1LC) w w w LLiZ u-)1 r NTASIPSEa .41 0, 35.0' ISISSiTIP,Awgrg!witmr ROW ROW 01 ci 0, +▪ 1 0)1 23.0 c.0-4 18.5' c1 PI GLITTER a co (MATCH EXISTING co VALLEY +) +1 o, ELEVATION) col d 41 co: c..4 35.0' 22.0' 10 8o6 28.4' RO R All011111111W-; ...1,:itAfA11111111111kiDz. _ .1111111k 11111111AiWWWELjal: 62: ROW 011=11M1=5001011101!!! v i- 30.0, 8, 29.0' 27.9' ROW ROW ci 0.0 ROW ° Navigation I- lier Inc Lot 2 Block 8 ROW gl 'PROP. 5 SIDEWALK 6 HEADER CURB OR C&G EXIST. POWER POLE TO BE RELOCATED BY OTHERS ROW Corpus Christi Hospitality LLC STREET PLAN AND PROFILE STA. 57+00 TO 62+00 SCALE: HORIZ: 1''=20' VERT: BEGIN PROP. CONC. RETAINING CURB STA. 60+88 (40' RT) 1END PROP. CONC. RETAINING CURB STA. 61+14.9 (40' RE) Fortress Holdings LLC BEGIN PROP. CONC. RETAINING CURB STA. 61+54.9 (40' RT) EN▪ ON LTj Lu cr) LLJCOuJZ Cf) DESCRIPTION CONSULTANT'S JOB NO, 120472 N REVISION NO. 50.0 48.0 46.0 44.0 42.0 40.0 38.0 36.0 ON cs-) Lc) I- • LLJ < LLJ V) Li j LJ cn C.) 3 ROW RT S=+0.35% (RT) • • • 01° Now LT LT 5=-0.53% (LT) Nmci 4 II MOP RT 01 3 4 ROW RT WI (LT) STA. 58+90.00 EL = 44.26 L = 100.00 E = 0.14 WI (IT) 01 ROW HBO 0 CV II EXIST. 0 6 0 4 o4 LT PROP. TOP OF CURB (LT) vEC ROW RT ____=--BBWRgyi LT NROW 5=40.31% (LT) 6=+0 32% (RT) PROP. TOP OF CURB (RT Li3 TELT,. 0 :2 ROW I -T S=+0.40% (RT) ROW Si 0 0 PI 10 4 0 ROW RT ROW LIF----/--s,.-0734,0I; (LT) 01 4 50.0 48.0 46.0 44.0 42.0 40.0 38.0 36.0 z 9, DESCRIPTION c 0 Department of Engineering Services o3 Ui LU E 8 a_ NI (SD 00 Z 0 < Z 0 r•-• LC) • LJ 15_ v) oEj STA. NO.'S 57+00 58+00 59+00 60+00 61+00 62+00 STA. NO.'S •41 z N SHEET 91 of 1 24 RECORD DRAWING NO, STR 869 C111 PROJECT# E12090 Satyanam Hosptality LLC Lot 0-2 ROW • -7. 7 3, EXIST. POWER POLE TO BE RELOCATED BY OTHERS 4 Fortress Holdings LLC END PROP. CONC. RETAINING CURB STA. 62+38.1 (40' RT) 36.0' t'D\ IPROP. 6" HEADER CURB OR C&G -ROP. 5SIDEWALK 1;1 RO 36 4' HORIZONTAL CURVE DATA Curve A -B SEE SHEET 11 - x Koch Pipeline Company LP Lot 0 so so 25.4' ROW OW JDSP LTD Lot 0-1 PROP. ASPHALT PAVEMENT REPAIR 39 SY (TYPE 1) P.C. STA. 66+87.89 (55.4' LT) DIST. POWER POLE STA. 66+61.67 (55.4' CT) TO BE RELOCATED BY OTHERS -t STA. 66+51.67 (55.4' LT) ROW ROW -0 P.T. STA. 66+61.38 (52.5' L SAVAGE LN. •ITC:'151611•441111111EriCARAli.VVIRX ROW R=25' B PROP. 6 HEADER CURB OR C&G PROP. 5 SIDEWALK ROW 29.6' osi us NOR ROW ROW 26.3' 9 ROW ROW BEGIN PROP. CONC. RETAINING CURB STA. 64+80 (40' RT) Charter Bank Northwest Lot 2 Blopk 3 STREET PLAN AND PROFILE STA. 62+00 TO 67+00 SCALE: H OR IZ: 1°=2O' VERT: 1"=2' 50.0 48.0 4 ROW us ROW :".1q700 P.T. STA. ROW 66+48.66, 54.76' RI\ END PROP. CONC. RETAINING CURB STA. 65+55 (40' RT) STA 66+48.66 (68.5' RT) NOTES. 1. STREET DIMENSIONS ARE TO BACK OF CURB. 2. GUTTER ELEVATION IS 6" BELOW TC ELEVATION. 3. ASPHALT PAVEMENT REPAIR NOT REQUIRED FOR H.M.A.C. PAVEMENT OPTION. 4 4.1 PROP. ASPHALT PAVEMENT REPAIR 14 SY (TYPE 1) SEE NOTE 3 STA. 66+89.56 (68.5' RT) CONSULTANT'S JOB NO. 120472 STA. 66+97.89 (55.5' LT) 00 co (r) LU cy) Cr)LU Ui Ui LU us 0 (L) us 50.0 46.0 44.0 42.0 40.0 ROW RT Vel4407 (*T) S-0.30% (LT) 38.0 36.0 g. 8 8 t g ROW LI ROW S'=+0.51% LT 8 c.) °2. • ROW LT ROW RT 00, EXIST. PROP. TOP OF CURB LT) Cr Row Fir Sec -0.36% PROP. TOP OF CURB (RT) us N -g---+0.60%-rOT • • Ming LT Ro RT ROW RT so a 12 ROW LT S.+-0.305 (LT) ROW LT Rr S=-0.39% ROvi 50W LT - cian r ROW LT g 4 4 II II 0 0 I- I- • ' 'sok N: CO 3q CD 48.0 s.-.0 (Ls S.---40.327; (RI) so 50 so c.) 46.0 44. 42.0 40.0 S g us 12 38.0 36.0 us o6 50 us 1±1 us ADDED NOTE us z us 0 us us so co us STA. NO.'S 62+00 63+00 64+00 65+00 66+00 67+00 STA. NO.'S 0 us SHEET 92 of 124 RECORD DRAWING NO. STR 869 CITY PROJECT# E12090 Petrofleet Automated Fueling Lot C 1— O i MI M +' a".74: al a ROW ROW C.4.1ROW 36.4' James D Fenner • Lot B 8,1 I dl 30.4' Jeri Kolpack Lot A 30.0' Thunderbird Industrial Lot 4 PROP. 5 SIDEWALK PROP. SIDEWALK DRAIN STA. 71+30.3 (SEE MISC. DETAILS SHEET 95 PROP. 6 HEADER CURB OR C&G ROW ROY 0) 0 ow ui EXIST. POWER POLE TO BE RELOCATED BY OTHERS ROW RO ROW ROW ROW R0 70+00 NAVIGATION . BLVD. EXIST. POWER POLE TO BE RELOCATED BY OTHERS., -. '.131111111=111.15111.1111/11W NI' 27.3' 0 oil, al 8Ih°1 Pervis Bearing Service LTD Lot 12 Block 1 ROW ROW RO PROP. 6 HEADER CURB OR C&G Pervis Bearing Service LTD Lot 13 Block 1 25.0' 0.!I PROP. 5 SIDEWALK rel 'RAW', Pervis Bearing Service LTD Gray & Burck Properties LLC Gray & Burck Properties LLC Gray & Burck Properties LLC Lot 14 Block 1 Lot 15 Block 1 Lot 16 Block 1 TLot 17 Block 1 STREET PLAN AND PROFILE STA. 67+00 TO 72+00 SCALE: HORIZ: 1 "=20' VERT: 1 "=2' Rawson Services LP Lot 18 Block 1 RO Rawson Services LP Lot 19 Block 1 RO RO R R0\ VHI Properties LP Lot 1 Block 1 NOTES* 1. STREET DIMENSIONS ARE TO BACK OF CURB. 2. GUTTER ELEVATION IS 6" BELOW TC ELEVATION. 4/Z o 20' 0 O + N Q W cn ~ W W (n W W (n f— CONSULTANT'S JOB NO. 120472 DESCRIPTION m 04 0 REVISION NO. 50.0 48.0 46.0 44.0 42.0 40.0 38.0 36.0 J� W R S=-0.34%... LT ••" 5=`0.37% (LT). Ey0 0 00 CR V n m O W ROW LT O U, O it ROW ROW LT SW -0 0% (LT) ROW RT" 1"-"" b +m 0) 0W N O aa U F ROW LT S=+0.66% (RT) `ROW^RT RbW RT. --�... ROW RT S=+0.30% (LT) yav c°1;1 ±m OW� 0W4 .42 ODA • 4 a 0 (RT) 48 � ROW LT ROW LT" S=-0.32% (LT) EXIST. rr PROP. TOP OF CURB (RT) N8 FO W LT nzr .... ROW.RT (RT) ROW RT ROW Cr--- R07rCf 5=+0.36% (LT) PROP. TOP OF CURB (LT) R01 BOW LT ct ct CO 50.0 48.0 46.0 44.0 42.0 40.0 38.0 36.0 E mmo 0 00 m m3 Department of Engineering Services m n CO O N 0 H W 0 a Erf O0 1 - la ID JN Z 0 IO 53) FE S a STA. NO.'S 67+00 68+00 69+00 70+00 71+00 72+00 STA. NO.'S REVISION NO. SHEET 93 of 124 RECORD DRAWING NO. STR 869 CITY PROJECT# E12090 STA. 77+03.53 (68.8' LT 28.0' n' 0-4 25.0' rD N I ROW •41 30.0' PROP. 5 SIDEWALK PROP. 6" HEADER CURB OR C&G ROW NI m HORIZONTAL CURVE DATA CURVE A-9 20' P.T. STA. SEE SHEET 11 77+02.52 (61.24' LT) 01 ROW 30.0 EXIST. POWER POLE TO BE RELOCATED BY OTHERS ROW R=35' ROW ROW eir PROP. TYPE 10 CURB RAMP STA 76+51.9 73+00 - 74+00m o NAVIGATION BLVD: o o o PROP. TYPE 5 (SIM.) CURB RAMP STA 76+51.9 ROW ROV ROW POW PROP. 6 HEADER CURB OR C&G VHI Properties LP Lot 1 Block 1 30.0' ROWa O1 1.41 + n' i PROP. 5 SIDEWALK ROW ROW ROW ROW 30.0' NI Ni v +I Walter Manfred, Et Us cI Lot TA Block 1 ROW RO 0 cis an EXIST. POWER POLE TO BE RELOCATED BY OTHERS R=35' STREET PLAN AND PROFILE STA. 72+00 TO END SCALE: HORIZ: 1"=20' VERT: 1"=2' STA. 76+67.34 (87.1' RT) 00 Q ceO J STA. 76+95.33 END CONCRETE PAVEMENT CONSTRUCTION OR END H.M.A.C. PAVEMENT CONSTRUCTION EXIST. TRAFFIC SIGNAL POLE TO BE RELOCATED BY OTHERS PROP. ASPHALT PAVEMENT REPAIR 55 SY (TYPE 2) SEE NOTE 3 NOTES: 1. STREET DIMENSIONS ARE TO BACK OF CURB. 2. GUTTER ELEVATION IS 6" BELOW TC ELEVATION. 3. ASPHALT PAVEMENT REPAIR NOT REQUIRED FOR H.M.A.C. PAVEMENT OPTION. CONSULTANT'S JOB NO. 120472 DESCRIPTION 5 REVISION NO. 50,0 .0 46.0 44.0 42.0 40.0 38,0 36.0 td a O a RT ROW AT '�L-RO _�""-- •Ol1tTfFT '•JWW. LF---- • -�•� RRT) O.LT EXIST. rr rROW LT RO PROP. TOP OF CURB (RT) --x.35% T) PROP. TOP OF CURB (LT) E z - ro No -'1xGiW {f ROW RT 5--�+0 36% (RT) 5=+0.62% (LT) II N t7 v +o n na du 50.0 48.0 46.0 44.0 42.0. 40.0 38.0 36.0 0 g DESCRIPTION Department of Engineering Services co N 0 a M U O STA. NOS 72+00 73+00 74+00 75+00 76+00 77+00 STA. NO.'S I REVISION NO. SHEET 94of 124 RECORD DRAWING NO. STR 869 CITY PROJECT# E12090 TIE r DIA. x 18" SMOOTH DOWELS TO REBAR ON BOTH SIDES FILL W/ NSSI AND BACKER ROD(SNEBORNSOO�CL 3/4" EXPANSION JOINT MATERIALS PLASTIC EXPANSION SLEEVE (ONLY ON ONE SIDE OF EXPANSION JOINT) STEEL REINFORCEMENT O TYPICAL SIDEWALK EXPANSION JOINT PROFILE SCALE: NTS TO BE USED C 40' 0.C. (SEE PLAN SHEET FOR EXACT LENGTHS) VARIES 4�X 4 WELDED"WIREEMESH(W2.9 X W2.9) SLOPE TO DRAIN 2% MAX.. 44 w=� NOTE: TOOL JT. MAX SPACING 10' SIDEWALK PROFILE NON -DRIVEWAY SCALE: NTS 4_ COMPACT SUBGRADE TO 90% STANDARD PROCTOR DENSITY. 4"4X4 BARS 2WIRE MESH(W29 X W2.9) X" EXPANSION Jr. MAX SPACING 40' ( SIDEWALK PLAN SCALE NTS WELDED WIRE MESH WILL BE SUPPUED IN SHEETS. ROLLS WILL NOT BE ALLOWED. PROP CONCRETE PAVEMENT SECTION 1" HMAC (TY D) BOND BREAKER PRIME -COAT 6" CRUSHED LIMESTONE FLEX BASE 12" COMPACTED SUBGRADE 3.0' 4" rI L PERP,€NDICULAR TRANSVERSE GROOVES X" WIDE BY 1"i DEEP SHALL BE MADE AT 5 O.C. (MAX). OTYPICAL SIDEWALK TOOL JOINT PROFILE SCALE NTS WIDTHARIES 41 0 U EXIST. PVMT. 3 iV 1 3/4' PAVING CAP SEAL GREENSTREAK #605 OR APPROVED EQUAL. INSTALL OVER EXPANSION BOARD PRIOR TO CONC. PLACEMENT. 3/4" 3/4 REDWOOD STRIP. SECURE CAP SEAL TO BOARD BY STAPLING OR NAILING THROUGH BOTTOM FLANGE. CAP SEAL DETAIL O NEW CONC. TO NEW CONC. 3 SCALE: NTS MATCH EXISTING PAVEMENT THICKNESS, BUT NOT LESS THAN 3" H.MAC. (TYPE 0) OVER PRIME COAT (0.15 GAL/S,Y.) 1 3/16' 3/4" PAVING CAP SEAL GREENSTREAK #628 OR APPROVED EQUAL INSTALL OVER EXPANSION BOARD PRIOR TO CONC. PLACEMENT. PLACE THIS SIDE OF CAP SEAL ON SIDE OF EXISTING CONCRETE. 3/4 REDWOOD STRIP. SECURE CAP SEAL TO BOARD BY STAPLING OR NAJUNG THROUGH BOTTOM FLANGE. CAP SEAL DETAIL � NEW CONC. TO EXIST. CONC. SCALE: NTS NOTE: DETAILS 3 AND 4 ARE NOT APPLICABLE FOR STREET PAVEMENT. EXIST. PVMT. EXISTING ROAD SECTION 8" SUBGRADE COMPACTED TO 98% STD. PROCTOR DENSITY (ASTM 0698) AT OR SUGHTLY ABOVE OPTIMUM MOISTURE CONTENT. PROP. ASPHALT PVMT. REPAIR (SEE PLANS FOR TYPE) //////// \ /1�---i////20''/// 12" #4 BARS 24" O.C. 12" ///////////// F" PROP. CONCRETE TO ASPHALT PAVEMENT SECTION TIE-IN DETAIL SCALE: NTS THICKEN EDGE OF CONCRETE GEOGRID (BX -1100) EXISTING ROAD SECTi07 8" CRUSHED LIMESTONE BASE (TYPE A, GRADE 1-2) COMPACTED TO 98% MOD. PROCTOR DENSITY (ASTM 01557) Cii) ASPHALT PAVEMENT REPAIR (TYPE 1) SCALE: NTS EXIST. ASPHALT PAVEMENT FACE OF CURB WIDTH,VARIES MATCH EXISTING PAVEMENT THICKNESS, BUT NOT LESS THAN 8" H.MAC. (TYPE D) OVER PRIME COAT (0.15 GAL/S.Y.) EXISTING ROAD SECTION - 12" SUBGRADE COMPACTED TO 98% STD. PROCTOR DENSITY (ASTM 0698) AT OR SUGHTLY ABOVE OPTIMUM MOISTURE CONTENT. ////////////// ////////////// ////////////// ///////////// ////////////// ////////////// /\/\/\/ /\ /\/\/, /\/\/ GEOGRID (BX -1100) SIDEWALK NOTES: 1. ALL EXPANSION JOINTS TO BE 3/4" THICK REDWOOD STRIP EXPANSION BOARD, UNLESS OTHERWISE NOTED. 2. ALL CONCRETE CLASS "A", 3,000 psi. ALL STEEL, GRADE 60, fy = 60,000 psi. 3. CONCRETE TO RECEIVE BROOM FINISH, 4. TRANSVERSE CONTRACTION JOINTS 1/8" WIDE BY 1(2" DEEP SHALL BE CUT IN ALL SIDEWALKS AT 5 -0" INTERVALS (MAXIMUM). EXIST. PVMT. EXISTING ROAD SECTION? 11" CRUSHED LIMESTONE BASE (TYPE A, GRADE 1-2) COMPACTED TO 98% MOD. PROCTOR DENSITY (ASTM D1557) CD ASPHALT PAVEMENT REPAIR (TYPE 2) SCALE: NTS 6" HEADER CURB *BOLT,Y•' COUNTERSUNK FLATHEAD, TO BE ANCHORED A MINIMUM DEPTH OF 2" 0 18 - SPACING, (14 REQ'D) 3/8" CHECKERED PLATE** BOLTED TO SIDEWALK BOLT 44 BARS O 12" OCEW SPECIAL NOTES * BOLTS TO BE STAINLESS STEEL ** PLATE SHALL BE HOT -DIPPED GALV MATCH END OF PLATE WITH BEGINNING OF TOP RADIUS OF CURB L. ANGLES SHALL BE HOT -DIPPED GALV 18" 42•'x2"x 3/8" A SECTION A—A STANDARD SIDEWALK DRAIN STANDARD SIDEWALK DRAIN DETAIL SCALE: NTS CONSULTANTS JOB NO. 120472 z 0 0 C 0 w REVISION NO. ADDED NOTE AND REVISED DETAILS 3, 4, 6 & 7 DESCRIPTION gig O c'mz t SD' co,.. a 2, +.' R O a U ie > L. 2 N ^R � Fg= j0) c 652 g) ESP Department of Engineering Services m 'm 6) a 0 REVISION NO. SHEET 955 of 124 RECORD DRAWING NO. STR 869 CITY PROJECT# E12090 ROW DRIVEWAY WIDTH AS PER PLANS (10' MIN - 30' MAX) Q (W/2) #4 BARS 0 12" O.C.E.W 31" EXPANSION JOINT (TYP) L I_1_1_1—I J —L 1 -I— 4 4 1- I ---I -I -I If i-I--1-1-I-I-f I -I -I -I fi #4 EDGE BAR SLOPE (20:1) MAX toosro FACE OF C 4 34" EXPANSION JOINT (TYP) SLOPE (MAX G.B. —1 HT000 ED ff.c 1, I I -I BACK OF CURB 34" a . • ION JOINT - E DRIVEWAY OWN CURB DETAIL R W #4 x 18" BARS 0 12" 0.0. (TYP) CONSTRUCTION JOINT (W/2) 5.0' Q DRIVEWAY GUTTER (PAY AS CURB AND GUTTER) FLARE TYPE TR DRIVEWAY OPLAN VIEW (WITH TIED SIDEWALK) NOT TO SCALE DRIVEWAY WIDTH AS PER PLANS (10' MIN - 30' MAX) (W/2) 6.0' FADE -OUT -CURB (1W) LIP OF CURB 0 I— -- 1-1— I -1-1—I I- I--I-1-I- + I 4 %" EXPANSION JOINT (TYP) SLOPE 6.4 (20:1 MAX) 10.0' TRANSITION +1 I I II Jl 1 -I + + '' ----- f-HH /LT -TT :41-T '-4 4.4 +++#L\ p 4 I-I-I-I-1- -1-I--i4- + t-1 1-1-1-1-1- 1 '-I-1-[-1-1-, 44 4-11+ +�+1-+-.14-� I I 1 FADEOUT CURB (TYP) BACK OF CURB E FACE OF CURB SLOPE (20:1 MAX) 10.0' TRANSITION #4 BARS 0 12" O.C.E.W. #4 EDGE BAR #4 x 18" BARS 0 12" O.C. (TYP) CONSTRUCTION JOINT (W/2) 5.0' q_ DRIVEWAY GUTTER (PAY AS CURB AND GUTTER) FLARE TYPE DR DRIVEWAY PLAN VIEW (WITH DETACHED SIDEWALK) NOT TO SCALE AS SHOWN ON PLANS 34" EXPANSION (TYP) JOINT SEE DRIVEWAY LAYDOWN CURB DETAIL 0 AS SHOWN ON PLANS PAY AS CURB AND GUTTER 2.0' SEE CURB & GUTTER DETAILS CONSTRUCTION JOINT (TYP) (1%?) MAX 1.0' THICKEN END 3.0' (MIN) VARIES WALKWAY AR (100:1) (5 IN TO ROW OR AS REQUIRED FOR GRADE ADJUSTMENT (10:1) MAX 3i" EXPANSION JOINT (TYP) TYPE TR DRIVEWAY (WITH TIED SIDEWALK) NOT TO SCALE REMO #4 BARS 012" O.C.E.W. (TYP THROUGHOUT) TOOLED JOINT SAW -CUT EXISTING EXIST CONC TO REMAIN II 6" 6" DRIVEWAY NOTES 1. THE EXACT TYPE OF DRIVEWAY TO BE DETERMINED IN THE FIELD BY THE ENGINEER / INSPECTOR BASED ON EXISTING SITE CONDRTONS. 2. GRADES FOR WALKWAY AREAS WITHIN DRIVEWAYS SHALL CONFORM TO ALL SIDEWALK STANDARDS PERTAINING TO TDLR REQUIREMENTS. 3. DRIVEWAY RAMP SLOPE SHALL NOT EXCEED 10:1, EXCEPT UNDER SPECIAL CIRCUMSTANCES, IF AUTHORIZED BY THE ENGINEER. 4. CONCRETE FOR DRIVEWAYS SHALL BE CLASS "A" (3000 PSI) AND HAVE A MINIMUM THICKNESS OF 6 INCHES. 5. RE -BAR SHALL BE GRADE 60, WITH A MAXIMUM SPACING OF 12" ON CENTERS AND ADDRIONAL DIAGONAL BARS AS SHOWN. 6. A CENTERLINE EXPANSION JOINT SHALL BE USED, IF THE DRIVEWAY WIDTH, (W), IS 16 FEET OR WIDER. THE EXPANSION JOINT SHALL EXTEND FROM THE BACK OF WALKWAY TO THE CURB UNE. 7. HEADER CURB MAY BE REQUIRED AS SHOWN ON PLANS OR DIRECTED BY THE ENGINEER. 8. MIDDLE EXPANSION JOINT SHALL BE USED, IF THE DRIVEWAY WIDTH "W" IS 16 FEET OR WIDER. THE EXPANSION JOINT SHALL EXTEND FROM THE BACK OF WALKWAY TO THE CURB UNE. 9. HEADER CURB MAY BE REQUIRED AS SHOWN ON PLANS OR DIRECTED BY THE ENGINEER. 10. FINAL ACCEPTANCE OF THE PROJECT SHALL BE CONTINGENT UPON THE CONTRACTOR PROVIDING THE CITY WITH A CERTIFICATION LETTER, FROM THE TEXAS DEPARTMENT OF LICENSING AND REGULATION (TOLR). POLICY AND STANDARDS DIVISION ARCHITECTURAL BARRIERS SECTION. THAT ALL ADA (AMERICANS WITH DISABILITIES ACT) HANDICAP IMPROVEMENTS, AS CONSTRUCTED, COMPLY WITH THE TEXAS ACCESSIBILITY STANDARDS (TAS) OF THE ARCHITECTURAL BARRIERS ACT ARTICLE 9102, TEXAS CML STATUTES. LEGEND (DRIVE TYPE) DR = RESIDENTIAL DRIVEWAY (WITH DETACHED SIDEWALK) TR = RESIDENTIAL DRIVEWAY (WITH TIED SIDEWALK) AS SHOWN ON PLANS 5.0' (USUAL) (10:1) 5.0' FADE OUT CURB ON DRIVEWAY RAMP WALKWAY AREA (2MIN1) (S MAX) 4 DOWEL (TYP) 8"(TYP) VARIES pp����RREE FOROG 10 1) DJUSRA NTD MAX REMOVE-\ LIP OF GUTTER (APPLICABLE FOR CONSTRUCTION JOINT (TYP) H.M.A.C. PAVEMENT OPTION) THICKEN END TO MATCH STREET PAVEMENT #4 BARS 012" O.C.E.W. (TYP THROUGHOUT) 0" EXPANSION JOINT (TYP) TYPE DR DRIVEWAY (WITH DETACHED SIDEWALK) NOT TO SCALE 6" 6" TOOLED JOINT SAW CUT EXISTING EXISTING CONC. TO REMAIN CONSULTANT'S JOB NO. 120472. z 0 a 0 0 Department of Engineering Services a' w 0 114 z z 0 0. SHEET 9 6 of 124 RECORD DRAWING NO. STR 869 CITY PROJECT# E12090 —ROW— DRIVEWAY WIDTH AS PER PLANS (10' MIN — 30' MAX) IF SEPERATION IS LESS DRIVEWAY WIDTH AS PER PLANS (10' MIN — 30' MAX) Q [-• (W/2) THAN OR EQUAL TO 10' #4 BARS ® 12" 0.C.E.W 34" EXPANSION JOINT (TYP) - J— L I— I —I _ —1 —L ___ .- I-1-1- _1 _1 -I_ -1- I- I- I- I- I - I- I- I- I-1 2 --+ - I -I -I -I I- I -I -I -1-t H -F + 1- i- 1- 1- I - I -I SLOPE (20:1)MAX u --h R Q (W/2) 3'4" EXPANSIO NT L 1- I- I -1 -1 -I -I- 1-1-1-1-1 -1-I 4 4 --H--L- . 1-1-1-1 —I - -1- i- I- I -I -1-I -I -I t- -I-1- I- I- I -I -I -1 0+ U.+ L U u -F 4 4 -I--I- -I- u U Ifl�l—I�Iu • � U + +++4++z -I– -1-J t i Hod- 1 --I 1-I i T[ 1171 1 1_ 1 Ti 1 1 f1 +I +I- � INT I -ILS 4 EDGE BAR R W 34" EXPANSION JOINT (TYP) SLOPE 0 (20:1)MAX 0I rooi�e•. FACE 31" EXPANSION JOINT (TYP), SEE DRIVEWAY LAYDOWN CURB DETAIL 5.0' (W/2) CONSTRUCTION JOINT (TYP) #4 x 18" BARS 12" O.C. (TYP) DRIVEWAY GUTTER (PAY AS CURB AND GUTTER) (W/2) 5.0' 6.0' FADE—OUT—CURB ROW TYPE MTR DRIVEWAY PLAN VIEW NOT TO SCALE DRIVEWAY WIDTH AS PER PLANS (10' MIN — 30' MAX) IF SEPERATION IS LESS DRIVEWAY WIDTH AS PER PLANS (10' MIN — 30' MAX) THAN OR EQUAL TO 10' (W/2) g. ( /2) 3i" EXPANSION JOINT (TYP) SLOPE (20:1 MAX) 10.0' TRANSITION FADEOUT CURB BACK OF CURB FACE OF CURB 1-7-1 — T +v+ -u U u IF+ o Imo= -H1 + 1 -HI 34" EXPANSION JOINT (TYP) I- I -I - -I -[ 4 1- I-1-1- 4- -I- - E-1-1 I -{ 4 -tL- U I I T N$ + rf7TT�- I- IHllLH _1 I I �� -I-I _} — -1=_ 1_ I- I- -� I I IS I±I+It � 1 111 I I V I I 1111 1111 11 11 11 I 1 I -I-- ROW BACK OF CURB LIP OF CURB 2 0 TIED SIDEWALK AS SHOWN ON PLANS 3/4" EXPANSION JOINT W/ SELF—LEVELING SEALING COMPOUND (SONNEBORN SONOLASTIC SLI OR APPROVED EQUAL) 34" EXPANSION JOINT (TYP) SLOPE (20:1 MAX) 10.0' TRANSITION #4 BARS Al: 12" 0.C.E.W. L f I—I-1— H I- I- I-1 ~111111 #4 EDGE BAR - 0 5.0` FLARE (W/2) #4 x 18" BARS 12" (lC. (TYP) CONSTRUCTION JOINT (TYP) DRIVEWAY GUTTER (PAY AS CURB AND GUTTER) (W/2) 5.0' FLARE TYPE MDR DRIVEWAY PLAN VIEW NOT TO SCALE Vl o �N 3'4" EXPANSION JOINT (TAP), SEE DRIVEWAY LAYDOWN CURB DETAIL AS SHOWN ON PLANS LIP OF GUTTER (APPUCABLE FOR H.M.A.C. PAVEMENT OPTION) 3" #4 BAR CONTINUOUS (TYP) ONE END SLEEVED #4 x 18" DOWEL !1: 18" 00 (TYP) DRIVEWAY LAYDOWN CURB DETAIL NOT TO SCALE DRIVEWAY NOTES 1. THE EXACT TYPE OF DRIVEWAY TO BE DETERMINED IN THE FIELD BY THE ENGINEER / INSPECTOR BASED ON EXISTING SITE CONDITIONS. 2. GRADES FOR WALKWAY AREAS WITHIN DRIVEWAYS SHALL CONFORM TO ALL SIDEWALK STANDARDS PERTAINING TO TDLR REQUIREMENTS. 3. DRIVEWAY RAMP SLOPE SHALL NOT EXCEED 10:1, EXCEPT UNDER SPECIAL CIRCUMSTANCES, IF AUTHORIZED BY THE ENGINEER. 4. CONCRETE FOR DRIVEWAYS SHALL BE CLASS "A" (3000 PSI) AND HAVE A MINIMUM THICKNESS OF 6 INCHES. 5. RE—BAR SHALL BE GRADE 60, WITH A MAXIMUM SPACING OF 12" ON CENTERS AND ADDITIONAL DIAGONAL BARS AS SHOWN. 6. A CENTERLINE EXPANSION JOINT SHALL BE USED, IF THE DRIVEWAY WIDTH, (W), IS 16 FEET OR WIDER. THE EXPANSION JOINT SHALL EXTEND FROM THE BACK OF WALKWAY TO THE CURB LINE. 7. HEADER CURB MAY BE REQUIRED AS SHOWN ON PLANS OR DIRECTED BY THE ENGINEER. 8. MIDDLE EXPANSION JOINT SHALL BE USED, IF THE DRIVEWAY WIDTH W IS 16 FEET OR WIDER. THE EXPANSION JOINT SHALL EXTEND FROM THE BACK OF WALKWAY TO THE CURB LINE. 9. HEADER CURB MAY BE REQUIRED AS SHOWN ON PLANS OR DIRECTED BY THE ENGINEER. 10. FINAL ACCEPTANCE OF THE PROJECT SHALL BE CONTINGENT UPON THE CONTRACTOR PROVIDING THE CITY WITH A CERTIFICATION LtIILR, FROM THE TEXAS DEPARTMENT OF LICENSING AND REGULATION (TDLR). POLICY AND STANDARDS DMSION ARCHITECTURAL BARRIERS SECTION. THAT ALL ADA (AMERICANS WITH DISABILITIES ACT) HANDICAP IMPROVEMENTS, AS CONSTRUCTED, COMPLY WITH THE TEXAS ACCESSIBILITY STANDARDS (TAS) OF THE ARCHITECTURAL BARRIERS ACT ARTICLE 9102, TEXAS CML STATUTES. LEGEND (DRIVE TYPE) MDR = MULTIPLE RESIDENTIAL DRIVEWAY (WITH DETACHED SIDEWALK) MTR = MULTIPLE RESIDENTIAL DRIVEWAY (WITH TIED SIDEWALK) CONSULTANT'S JOB NO. 120472 DESCRIPTION Lu REVISION NO. DESCRIP IION o FIE t 224 rak0 U L o SES C, 12E 0) s8F Qi 8l� Department of Engineering Services 2 0 J Q W 0 Q W N L.L r 0 J cV F -- z LJ 0 CC LLJ E1 REVISION NO. SHEET 97of 124 RECORD DRAWING NO. STR 869 CITY PROJECT# E12090 SIDEWALK ROW DRIVEWAY WIDTH AS PER PLANS (16' MIN - 35' MAX) 4 BARS ® 12" O.C.E.W. (W/2) N EXPANSION JOINT (TYP) SLOPE m.) AimmEmirwiltalimimmmosuhiaN ■■■■■■■ice:► i■■■■■■ - #4 BARS ® 12" O.C.E.W. (TYP.) SLOPE (20:1 MAX) 12"'00.0 BARS 34" EXPANSION (TIP) SEE LAYDO 'RB DETAIL #4,18" BARS 12" O.C. (TYP) (W/2) 10.0' DRIVEWAY GLITTER (PAY AS CURB AND GUTTER) FLARE mo do 0 ROW DRIVEWAY TC PLAN VIEW SCALE: NTS DRIVEWAY WIDTH AS PER PLANS (16' MIN - 35' MAX) (W/2) SLOPE (20:1 MAX) i o i o: N 'Eg BACK OF CURB FADEOUT CURB (TYP) u FACE OF CURB #4x18" BARS 12" 0.C. (TYP) CONSTRUCTION JOINT (1YP) (W/2) 34" EXPANSION JOINT (TYP) SLOPE (20:1 MAX) ROW 4 BARS ® 12" O.C.E.W. 4 EDGE BAR 10.0' DRIVEWAY GUTTER (PAY AS CURB AND GUTTER) DRIVEWAY C PLAN VIEW SCALE: NTS FLARE N 1n 3' 4" EXPANSION JOINT (TYP) SEE DRIVEWAY LAYDOWN CURB DETAIL CONSTRUCTION JOINT (NP) AS SHOWN ON PLANS 15' UNLTTY EASEMENT PAY AS CURB AND GUTTER F CURB 2.0' CURB & DETAILS 3.0' TO BE PAID FOR ABY DRIVEWAYS VARIES (10:1) -CONSTRUCTION JOINT (TYP) WALKWAY AREA (100:1) (50:1) MIN MAX TO ROW OR AS REQUIRED FOR GRADE ADJUSTMENT (10:1) MAX #4 DOWEL (TYP) z TO BE PAID FOR BY CONCRETE PAVEMENT REPAIR REMOVE W. LRIESE ECTION (WITH TIED SIDEWALK) SCALE: NTS 20:1 DRIVEWAY NOTES 1. THE EXACT TYPE OF DRIVEWAY TO BE DETERMINED IN THE FIELD BY THE ENGINEER / INSPECTOR BASED ON EXISTING SITE CONDITIONS. 2. GRADES FOR WALKWAY AREAS WITHIN DRIVEWAYS SHALL CONFORM TO ALL SIDEWALK STANDARDS PERTAINING TO TDLR REQUIREMENTS. 3. DRIVEWAY RAMP SLOPE SHALL NOT EXCEED 10:1, EXCEPT UNDER SPECIAL CIRCUMSTANCES, IF AUTHORIZED BY THE ENGINEER. 4. CONCRETE FOR DRIVEWAYS SHALL BE CLASS "A" (3000 PSI) AND HAVE A MINIMUM THICKNESS OF 6 INCHES. 5. RE -BAR SHALL BE GRADE 60, WITH A MAXIMUM SPACING OF 12" ON CENTERS AND ADDITIONAL DIAGONAL BARS AS SHOWN. 6. A CENTERLINE EXPANSION JOINT SHALL BE USED, IF THE DRIVEWAY WIDTH, (W), IS 16 FEET OR WIDER. THE EXPANSION JOINT SHALL EXTEND FROM THE BACK OF WALKWAY TO THE CURB LINE. 7. HEADER CURB MAY BE REQUIRED AS SHOWN ON PLANS OR DIRECTED BY THE ENGINEER. 8. MIDDLE EXPANSION JOINT SHALL BE USED, IF THE DRIVEWAY WIDTH "W" IS 16 FEET OR WIDER. THE EXPANSION JOINT SHALL EXTEND FROM THE BACK OF WALKWAY TO THE CURB UNE. 9. HEADER CURB MAY BE REQUIRED AS SHOWN ON PLANS OR DIRECTED BY THE ENGINEER. 10. FINAL ACCEPTANCE OF THE PROJECT SHALL BE CONTINGENT UPON THE CONTRACTOR PROVIDING THE CITY WITH A CERTIFICATION LETTER, FROM THE TEXAS DEPARTMENT OF UCENSING AND REGULATION (TDLR). POLICY AND STANDARDS DIVISION ARCHITECTURAL BARRIERS SECTION. THAT ALL ADA (AMERICANS WITH DISABILITIES ACT) HANDICAP IMPROVEMENTS, AS CONSTRUCTED, COMPLY WITH THE TEXAS ACCESSIBILITY STANDARDS (TAS) OF THE ARCHITECTURAL BARRIERS ACT ARTICLE 9102, TEXAS CML STATUTES. LEGEND (DRIVE TYPE) C = COMMERCIAL DRIVEWAY (WITH DETACHED SIDEWALK) TC = COMMERCIAL DRIVEWAY (WITH TIED SIDEWALK) MDC = MULTIPLE COMMERCIAL DRIVEWAY (WITH DETACHED SIDEWALK) MTC = MULTIPLE COMMERCIAL DRIVEWAY (WITH TIED SIDEWALK) AS SHOWN ON PLANS -TOOLED JOINT SA CUT EXISTING ENT TO REMAIN 3 5' (USUAL) 5' (USUAL) VARIES (10:1) FADE OUT CURB ON DRIVEWAY RAMP WALKWAY AREA (2M IN (50:1) MAX 4 DOWEL (TAP) 6"(TYP) FORGRADE.G OR ADJUSTMENT MAX REMOVE 8 6a CONSULTANT'S JOB NO. 120472 TOOLED JOINT SAW CUT EXISTING EXISTING CONC. TO REMAIN 1.0' THICKEN END TO MATCH STREET PAVEMENT UP OF GUTTER (APPLICABLE FOR H.M.A.C. PAVEMENT OPTION) #4 BARS 012" O.C.E.W. (TYP THROUGHOUT) Q" EXPANSION JOINT (TYP) DRIVEWAY C & MDC SECTION (WITH DETACHED SIDEWALK) SCALE: NTS 6" 6" z 0 W 0 wmo OCD • GtO 2G C • d� 0 • e ih (1) 6.0 j gh Ana mss (r) 4.1 ID Department of Engineering Se N U) J W 0 LJ CV W E 0 J`— Q V W 0 C-) 0 U SHEET 98of 124 RECORD DRAWING NO. STR 869 CITY PROJECT# E12090 ROW #4 BARS ® 12" O.C.E.W. AY WIDTH AS PER PLANS (16' MIN) IF SEPARATION IS LESS THAN OR EQUAL TO 20' DRIVEWAY WIDTH AS PE (16' MI (w/2) 3/4" EXPANSION JOINTS (TYP) 3/4" EXPANSION JOINTS (TYP) #4 BARS ® 12" O.C.E.W. ROW ROW 3/4" EXPAN SIDEWALK ® 12" SLOPE (20:1 MAX) #4 BARS ® 12" O.C.E.W. (TYP.) SLOPE (20:1 MAX) ai #4 EDGE BAR c5 0 0 0 0 G.6 TO ED Ji G8' .•.1t0 NT 0 CONSTRICTION JO NT 6.0' FADE OUT CURB ROW 3/4" EXPANSION JOINTS (TYP) 12" 0,C.A(TYP) SEE DRIVEWAY LAYDOWN CURB DETAIL DRIVEWAY GUTTER PAY AS CURB AND GUTTER 10.0' FLARE 3/4" EXPANSION JOINTS (TYP) SEE DRIVEWAY LAYOOWN CURB DETAIL 3/4" EXPANSION JOINTS (TYP) SEE DRIVEWAY LAYDOWN CURB DETAIL (W/2) DRIVEWAY WIDTH AS PER PLANS (16' MIN — 35' MAX) IF SEPARATION IS LESS DRIVEWAY MTC PLAN VIEW NOT TO SCALE DRIVEWAY WIDTH AS PER PLANS (16' MIN — 35' MAX) 0 Q (W/2) TITAN OR EQUAL TO 10' ROW Q (W/2) EXPANSION JOINT (TYP) ROW DRIVEWAY GUTTER PAY AS CURB AND GUTTER 001111 3/4" EXPANSION JOINT MATERIAL W/ SELF—LEVELING SEALANT (SONNEBORN SONOLASTIC SL1 OR APPROVED EQUAL) CONCRETE SIDEWALK 00 0 BACK OF CURB FACE OF CURB SLOPE (20:1 MAX) N CONSTRUCTION JOINT 0 A) #4518" BARS 12" O.C. (TYP) DRIVEWAY GUTTER (PAY AS CURB AND GUTTER) z N — 0 SLOPE m CONSTRUCTION JOINT (W/2) (20:1 MAX) 0 #4 BARS ® 12" O.C.E.W. (TYP) FADEOUT CURB (TYP) #4 EDGE BAR 10.0' FLARE DRIVEWAY MDC PLAN VIEW NOT TO SCALE U) 34" EXPANSION JOINT (TYP) SEE DRIVEWAY LAYDOWN CURB DETAIL 1. 2. 0 3. 0 4. 5. UP OF GUTTER (APPLICABLE FOR H.M.A.C. PAVEMENT OPTION • UP OF CURB BACK OF CURB #4 BAR CONTINUOUS (TIP) FELT WRAP ONE END #4 DOWEL (TYP) DRIVEWAY LAYDOWN CURB PLAN VIEW NOT TO SCALE DRIVEWAY NOTES THE EXACT TYPE OF DRIVEWAY TO BE DETERMINED IN THE FIELD BY THE ENGINEER / INSPECTOR BASED ON EXIS11NG SITE CONDITIONS. GRADES FOR WALKWAY AREAS WITHIN DRIVEWAYS SHALL CONFORM TO ALL SIDEWALK STANDARDS PERTAINING TO TDLR REQUIREMENTS. DRIVEWAY RAMP SLOPE SHALL NOT EXCEED 10:1, EXCEPT UNDER SPECIAL CIRCUMSTANCES, IF AUTHORIZED BY THE ENGINEER. CONCRETE FOR DRIVEWAYS SHALL BE CLASS "A" (3000 PSI) AND HAVE A MINIMUM THICKNESS OF 6 INCHES. RE—BAR SHALL BE GRADE 60, WITH A MAXIMUM SPACING OF 12" ON CENTERS AND ADDITIONAL DIAGONAL BARS AS SHOWN. ' 6. A CENTERUNE EXPANSION JOINT SHALL BE USED, IF THE DRIVEWAY WIDTH, (W), IS 16 FEET OR WIDER. THE EXPANSION JOINT SHALL EXTEND FROM THE BACK OF WALKWAY TO CURB UNE. 7, HEADER CURB MAY BE REQUIRED AS SHOWN ON PLANS OR DIRECTED BY THE ENGINEER. 8. MIDDLE EXPANSION JOINT SHALL BE USED, IF THE DRIVEWAY WIDTH W IS 16 FEET OR WIDER, THE EXPANSION JOINT SHALL EXTEND FROM THE BACK OF WALKWAY TO THE CURB UNE. 9. HEADER CURB MAY BE REQUIRED AS SHOWN ON PLANS OR DIRECTED BY THE ENGINEER. 10. FINAL ACCEPTANCE OF THE PROJECT SHALL BE CONTINGENT UPON THE CONTRACTOR PROVIDING THE CITY WITH A CERTIFICATION LETTER, FROM THE TEXAS DEPARTMENT OF LICENSING AND REGULATION (TDLR). POUCY AND STANDARDS DIVISION ARCHITECTURAL BARRIERS SECTION. THAT ALL ADA (AMERICANS WITH DISABILITIES ACT) HANDICAP IMPROVEMENTS, AS CONSTRUCTED, COMPLY WITH THE TEXAS ACCESSIBILITY STANDARDS (TAS) OF THE ARCHITECTURAL BARRIERS ACT ARTICLE 9102, TEXAS CML STATUTES. LEGEND (DRIVE TYPE) C = COMMERCIAL DRIVEWAY (WITH DETACHED SIDEWALK) TC = COMMERCIAL DRIVEWAY (WITH TIED SIDEWALK) MDC = MULTIPLE COMMERCIAL DRIVEWAY (WITH DETACHED SIDEWALK) MTC = MULTIPLE COMMERCIAL DRIVEWAY (WITH TIED SIDEWALK) CONSULTANT'S JOB NO. 120472 U E. rig o • 27� 4 0 0 O 0 0.(63 0 0- Department of Engineering Services N J W 0 N W W J U W 0 U 4 0 SHEET 99 of 124 RECORD DRAWING NO. STR 869 CITY PROJECT# E12090 NOTE: DIAGONAL CURB RAMPS ARE DISCOURAGED. DIAGONAL CURB RAMPS MAY BE ALLOWED ON A CASE-BY-CASE BASIS ONLY IF OTHER CONFIGURATIONS ARE NOT FEASIBLE, AND MUST BE APPROVED BY THE CITY PRIOR TO CONSTRUCTION, NOTE: DIAGONAL CURB RAMPS ARE DISCOURAGED. DIAGONAL CURB RAMPS MAY BE ALLOWED ON A CASE-BY-CASE BASIS ONLY IF OTHER CONFIGURATIONS ARE NOT FEASIBLE, AND MUST BE APPROVED BY THE CITY PRIOR TO CONSTRUCTION. CONSULTANT'S JOB NO. 120472 SOF AS£ tt : ++j DENNIS L MILLER pit 51503 ' tt�pVAl, ¢-3-w/¢ 5 pp\� TOT S N OF�q` /OTy 50- F� I I ay , 42 4 ,1, i�A 2' MIN RUN hy'2,'''' Qo°°°°°%• d ° 5'X 5' LANDING 5' RAMP WIDTH 5'X 5' MIN 5'X 5' (MIN) LANDING ) DESCRIPTION I rchitects I contractors Phi. (361)883-1984 1498 FAX (361)883-1986 W W W.LNVINC.COM ANG \P�O B 1 X pip //\` CROSSWALK s ^�� J °° / AG 0 �F'Gi , J ` N re �J9.. ?� Si,' 9" RAD. MIN. LANDING - SIDEWALK 5"MIN `� ®° y' SIDEWALK , v 5'MIN 10A Si SIDEWALK `•'s t1j1je,a'1j,,i11 SY�'OP � R�/� SIDEWALK MA VERING CR m , \ D.., i Vd�O 4t 444- 0' t1j1jyp„'n°um°mmmmA,pOi� 9- ," y SPA 4'X4' r NON WALKINCy '" '” v SURFACE , y yyv '" yy2 AL MIN CURB 9" RAD. MIN SIDEWALK ADJACENT SIDEWALK DETACHED TO CURB FROM CURB H N B`-'6 N iz c 65E - '5 a u C • \P' ., a ti - ALIGNED WITHK(TYP) CROSSWALK TYPE 7 TYPE 7 0 m 0 TYPE 1 TYPE 4 CURB RAMP MID—BLOCK PLACEMENT z PERPENDICULAR CURB RAMP DIAGONAL COMBINATION CURB RAMP DIAGONAL CURB RAMP PERPENDICULAR RAMPS o Lt. 0 0 • Q m (SIDEWALK ADJACENT TO CURB) PERPENDICULAR TO THE TANGENT OF THE CURB (RETURNED CURB) RADIUS AND CONTAINED IN CROSSWALK RAMP 5' MIN SIDE IDE ALK CURB TRANSITIONS LANDING 5" M\N 'Mp 39 a z 5 L. Lo c v W 55 , y SHARED LANDING FLARE FROM 6£I TOT S I' /O�lll y I _^ �P�Q 21.E S' M/ O Oo E� °°p°< g''"`'p .. Lp.NO\NC N NO/y0 �� �q Mq,�"3%' �i.►� � : I I � a) O CI „y. A EDED� ,H"NDINC •�� '�- ����,,,- • ._....,.rr�rmi0/W// Zi in 8.3%` MAX SHARED LANDING M2s q'h ��qqv 9, �IG i f`... Illlll`IMAxJI`�Inn n: �.: ,"a oJPy OQ �'�P,I, ,,, off' rr" . '' iJ �� rn geigN940 Il, lllglllllllllllp j1�°y Y NOS WALKING •-. -r iii„% $* WALKING �i�� A SURFACE° _ M ql�� //// ///Omn URFACE gsgsgsgsgogg ��;��`j s , ... ,,, ,�. o�� F W Q f `- 5' RAMP WI TH RAMPS WIDTH CROSS SLOPE N07 TO EXCEED 2% ON ANY PORTION OF RAMP OR TRANSITION TO STREET 9" RAD. MIN. TYPE 2 TYPE 11(n . TYPE 5 TYPE 8 CURB RAMPS AT MEDIAN ISLANDCZ I ,1.,..1 Q PARALLEL CURB RAMP WITH1 SIDEWALK ADJACENT TO CURB COMBINATION CURB RAMP DIRECTIONAL RAMP WITHIN RADIUS z a. N = § por 0__ _ c) (2 Q (USE ONLY WHERE WATER WILL NOT POND IN THE LANDING) (SIDEWALK ADJACENT TO CURB) FOM HEIGHT TRANSITIONS FROM 5" TO 0" ��ce SIDEWALK MIN 2' TAPER TO OR PROPOSED ,9, 5' MIN EXISTINGAT SIDEWALK VVV• ` INSTALL DETECTABLE WARNING SURFACE EACH END OF CUT -THROUGH RAMP WITH MINIMUM 2' SMOOTH SURFACE BETWEEN. IF MEDIAN IS LESS THAN 6' WIDE, ELIMINATE DETECTABLE WARNING SURFACES. � '/ •'•' p0�B' M R U Gc MALIGN CURB PARAL LEL ITH CROSSWALK AI o_ 0 N Z g z 0 F O m Q �� /3 CC � = Cr) U a_ 0 Q � O m U -, � C� 0 5 X 5 RED LANDING ' •" " L4NDING 2�A- 'Y' ;., 'P r^jAOr A J '`2�" � LL. n0 ,,.. 0�,�,��/ y 0 go .. �pr ��yQ • . OQ<. ill F.OJP�'�/ ��Pi' L ., yyllllllllllll lllllll/,lllllll 111 Y, °j%" IIIIIIIIIIIII CURB v' � _ - o � z g __g.3% n, P A RAM } SIDEWALK C� i 83 ..rn a :Illlllllllllllllllllllllllllllll SIDEWALK a `pt 9"" RAD. MIN. ///� 'NON WALKING ////U////// %�//� 5 USVP1- // I RAMP >oo;,go;e;°;o;o; h o a o 0 0 0 0 ., W W • SURFACE (TYP) CURB DETAILS NOT SHOWN CURB RAMP �/ RAMPS' CROSS SLOPE NOT TO EXCEEDM ` w o SHEET1 OOofl24 2 MIN RUN AT 8.3% MAX. NON WALKING WIDTH 2% ON ANY PORTION OF RAMP OR TRANSITION TO STREET RECORD DRAWING NO. TYPE 72 d SURFACE TYPE 3 TYPE 6 TYPE 9 FLUSH CURB RAMP AT MEDIAN ISLAND OPENING z STR 869 PARALLEL CURB RAMP DIRECTIONAL RAMP WITHIN RADIUS OFFSET PARALLEL CURB RAMP CITY PROJECT# E12090 (SIDEWALK SET BACK FROM CURB) NOTE: DIAGONAL CURB RAMPS ARE DISCOURAGED. DIAGONAL CURB RAMPS MAY BE ALLOWED ON A CASE-BY-CASE BASIS ONLY IF OTHER CONFIGURATIONS ARE NOT FEASIBLE, AND MUST BE APPROVED BY THE CITY PRIOR TO CONSTRUCTION. 5"X 5' (MIN) LANDINGS 9" (NP) MIN. .5 0e FLA FLARE 8.3RA9MP MAX FLARE I *ei� '� SX 5' (MIN) SHARED LANDING Mil IL 8.3Z MAX RAMP 8.3% MAX RAMP TYPE 13 AT INTERSECTION W/FREE RIGHT TURN & ISLAND COMBINATION ISLAND RAMPS 4" MIN. CURB HEIGHT TYPE 74 PERPENDICULAR CURB RAMPS (B/ -DIRECTIONAL) (SIDEWALK SET BACK FROM CURB) CR8 NEW CONCRETE CURB RAMP 1/2" CHAMFfI� (TYP) \\tea J/3 BAR CONT. (TYP) 'irlT- 1 rill L-BARD_i".,. ..' @ 12'• ,l.nlll„111- : R6 REINFORCING BARS SHALL BE CONTINUOUS IN CURB RADIUS uT HEADER CURBS AT CURB RAMP SUBGRADE PREPARATION: 7. SUBGRADE UNDER CONCRETE SIDEWALKS AND CURB RAMPS SHALL BE COMPACTED TO 95% STANDARD PROCTOR DENSITY. SIDEWALK NOTES: 1. THE MINIMUM SIDEWALK WIDTH FOR ALL ARTERIAL AND COLLECTOR STREETS IS 5. WHERE A 5' SIDEWALK CAN NOT BE PROVIDED DUE TO SITE CONSTRAINTS, A MINIMUM 4' SIDEWALK MAY BE PROVIDED. 5'X5' PASSING AREAS SHALL BE PROVIDED AT INTERVALS NOT TO EXCEED 200' FOR ALL SIDEWALKS LESS THAN 5' IN WIDTH. 2. MAXIMUM ALLOWABLE CROSS SLOPE ON SIDEWALK SURFACE IS 2%. 3. ALL EXPANSION JOINTS TO BE 3/4" THICK REDWOOD STRIP EXPANSION JOINT FILLER, UNLESS OTHERWISE NOTED. 4. ALL CONCRETE TO BE CLASS 'A' f'c=3,000 PSI. ALL REINFORCING STEEL TO BE GRADE 60, fy=60,000 PSI. 5. SIDEWALKS SHALL BE AT LEAST 4" THICK CONCRETE. 6. CONCRETE SURFACE TO RECEIVE BROOM FINISH. 7. TRANSVERSE CONTRACTION JOINTS 1/8" WIDE BY 1/2" DEEP SHALL BE CUT IN ALL SIDEWALKS AT 5'-0" INTERVALS (MAXIMUM). 8. PROVIDE PEDESTRIAN ACCESSIBLE ROUTE WITH DETECTABLE WARNING SURFACE FOR SIDEWALKS THAT INTERSECT CONTROLLED DRIVEWAYS. DETECTABLE WARNING SURFACE SHALL BE A MINIMUM OF 24" IN DEPTH IN THE DIRECTION OF PEDESTRIAN TRAVEL, AND EXTEND THE FULL WIDTH OF THE ACCESSIBLE ROUTE WHERE IT INTERSECTS THE CONTROLLED DRIVEWAY CURB RAMP NOTES: 7. PROVIDE CURB RAMPS WHEREVER AN ACCESSIBLE ROUTE CROSSES (PENETRATES) A CURB. 2. SLOPE CRITERIA: RAMPS AND LANDING AREAS RAMP IN DIRECTION OF TRAVEL SIDE SLOPE OF RAMP (FLARE) CROSS SLOPE OF RAMP LANDING AREA (ALL DIRECTIONS) ADJOINING AREAS SIDEWALK IN DIRECTION OF TRAVEL SIDEWALK CROSS SLOPE GUTTER IN DIRECTION OF TRAVEL MAX SLOPE (V'H. %, IN PER FT) 1:72 / 8.03% / 1" PER FT 1:70 / 10% / 1,2" PER FT 1:50 / 2% / 0.24" PER FT 7:50 / 2% / 0.24" PER FT 1:20 / 5% / 7:50 / 2% / 1:20 / 5% / 0.60" PER FT 0.24" PER FT 0.60" PER FT A SMOOTH TRANSITION (S51:50) IN DIRECTION OF TRAVEL IS REQUIRED WHERE RAMPS TRANSITION TO THE STREET 3. PROVIDE FLARED SIDES WHERE THE PEDESTRIAN CIRCULATION PATH CROSSES THE CURB RAMP. FLARED SIDES SHALL BE SLOPED AT 10% MAXIMUM, MEASURED PARALLEL TO THE CURB. RETURNED CURBS MAY BE USED ONLY WHERE PEDESTRIANS WOULD NOT NORMALLY WALK ACROSS THE RAMP, EITHER BECAUSE THE ADJACENT SURFACE IS PLANTED, SUBSTANTIALLY OBSTRUCTED, OR OTHERWISE PROTECTED. 4. LANDINGS SHALL BE 5'X5' MINIMUM WITH A MAXIMUM 2% SLOPE IN ANY DIRECTION. 5. CURB RAMP MUST BE WHOLLY CONTAINED WITHIN CROSSWALK MARKINGS, EXCLUDING SIDE FLARES. CURB RAMP NOTES (CONTINUED): 6. CURB RAMPS, FLARES AND LANDINGS SHALL BE AT LEAST 5" THICK CONCRETE AND EXPANSION JOINTS SHALL TYPICALLY BE USED AT MATCHLINE WITH ADJOINING AREAS. 7. MANEUVERING SPACE AT THE BOTTOM OF CURB RAMPS SHALL BE A MINIMUM OF 4'X4' WHOLLY CONTAINED WITHIN THE CROSSWALK AND WHOLLY OUTSIDE THE PARALLEL VEHICULAR TRAVEL PATH. 8. LAYBACK CURB AND GUTTER MAY BE CONSTRUCTED MONOLITHICALLY WITH CURB RAMPS. PROVIDE NO. 4 X 12" LONG SMOOTH DOWELS W 12" ON CENTERS IF NOT PLACED MONOLITHICALLY. 9. PROVIDE A SMOOTH TRANSITION WHERE THE CURB RAMPS CONNECT TO THE STREET. 5% MAXIMUM SLOPE IN GUTTER. 70. ADDITIONAL INFORMATION ON CURB RAMP LOCATION, DESIGN, LIGHT REFLECTIVE VALUE AND TEXTURE MAY BE FOUND IN THE CURRENT EDITION OF THE TEXAS ACCESSIBILITY STANDARDS (TAS) AND 76 TAC §68.102, 11. DIAGONAL CURB RAMPS ARE DISCOURAGED. DIAGONAL CURB RAMPS MAY BE ALLOWED ON A CASE-BY-CASE BASIS ONLY IF OTHER CONFIGURATIONS ARE NOT FEASIBLE, AND MUST BE APPROVED BY THE CITY PRIOR TO CONSTRUCTION. 12. FINAL ACCEPTANCE OF THE PROJECT SHALL BE CONTINGENT UPON THE CONTRACTOR PROVIDING THE CITY WITH A FINAL INSPECTION REPORT FROM A CERTIFIED REGISTERED ACCESSIBILITY SPECIALIST (RAS) PER 16 TAC §68.52 STATING THAT ALL ADA (AMERICANS WITH DISABILITIES ACT) HANDICAP IMPROVEMENTS, AS CONSTRUCTED, COMPLY WITH THE TEXAS ACCESSIBILITY STANDARDS (TAS) FOR ELIMINATION OF ARCHITECTURAL BARRIERS PER TEXAS GOVERNMENT CODE CHAPTER 469. DETECTABLE WARNING SURFACE NOTES: 1. CURB RAMPS MUST CONTAIN A DETECTABLE WARNING SURFACE THAT CONSISTS OF RAISED TRUNCATED DOMES COMPLYING WITH SECTION 705 OF THE TAS. THE SURFACE MUST CONTRAST VISUALLY WITH ADJOINING SURFACES INCLUDING SIDE FLARES. 2. DETECTABLE WARNING SURFACE FOR RAMPS SHALL BE ADA SOLUTIONS, INC. PART NO. 2460REP CAST -IN-PLACE REPLACEABLE TACTILE WARNING SURFACE TILES TRUNCATED DOME, OR APPROVED EQUIVALENT, IN "BRICK RED" COLOR. 3. ALIGN TRUNCATED DOMES IN THE DIRECTION OF PEDESTRIAN TRAVEL WHEN ENTERING THE STREET. 4. DETECTABLE WARNING SURFACES SHALL BE A MINIMUM OF 24" IN DEPTH IN THE DIRECTION OF PEDESTRIAN TRAVEL, AND EXTEND THE FULL WIDTH OF THE CURB RAMP OR LANDING WHERE THE PEDESTRIAN ACCESS ROUTE ENTERS THE STREET. 5. DETECTABLE WARNING SURFACES SHALL BE LOCATED SO THAT THE EDGE NEAREST THE CURB LINE IS A MINIMUM OF 6" AND A MAXIMUM OF 10" FROM THE EXTENSION OF THE FACE OF CURB. DETECTABLE WARNING SURFACES TO BE CURVED ALONG THE CORNER RADIUS. CONSULTANT'S JOB NO. 120472 DESCRIPTION LU REVISION NO 0 N 0 N $mg O dd,,,j 2 E0 t 5a 0 t s Eh 2`� �F2 '2 E5i Mg rn5=LL Uzi Department of Engineering Services LL O cV 4 REVISION NO. SHEET 0 1of 1 24 RECORD DRAWING NO. STR 869 CITY PROJECT# E12090 SETBACK SIDEWALK PLANTING OR OTHER NON -WALKING SURFACE (TYPICAL) APRON OFFSET SIDEWALK WIDE SIDEWALK SIDEWALK TREATMENT AT DRIVEWAYS 80" 27" "ll PROTECTED ZONE 4" MAX WALL J CTION CANE DETECTABLE RANGE PROTECTED ZONE IN PEDESTRIAN CIRCULATION AREA, MAXIMUM 4" PROJECTION FOR POST OR WALL MOUNTED OBJECTS BETWEEN 27"AND 80" ABOVE THE SURFACE. CLEAR GROUND SPACE CENTERED AT PEDESTRIAN PUSH BUTTON MAX LENGTH OF OBSTRUCTION CURB MIN DISTANCE BETWEEN OBSTRUCTIONS 5'_D" OBSTRUCTION (POLE, HYDRANT, ETC.) OBSTRUCTION MAI BTOX, EER) CABINET, PLAN VIEW H N PLACEMENT OF STREET FIXTURES (ITEMS NOT INTENDED FOR PUBLIC USE. MINIMUM 4' X 4' CLEAR GROUND SPACE REQUIRED AT PUBLIC USE FIXTURES.) GENERAL NOTES 1. ALL SLOPES ARE MAXIMUM ALLOWABLE. THE LEAST POSSIBLE SLOPE THAT WILL STILL DRAIN PROPERLY SHOULD BE USED. 2. PLACE TRAFFIC SIGNAL OR ILLUMINATION POLES, GROUND BOXES, CONTROLLER BOXES, SIGNS, DRAINAGE FACILITIES AND OTHER ITEMS SO AS NOT TO OBSTRUCT THE ACCESSIBLE ROUTE OR CLEAR GROUND SPACE. 3. THE MAXIMUM ALLOWABLE SIDEWALK CROSS SLOPE EQUALS 2%. 4. STREET GRADES AND CROSS SLOPES SHALL BE AS SHOWN ELSEWHERE IN THE PLANS. 5. EXISTING FEATURES THAT COMPLY WITH TAS MAY REMAIN IN PLACE UNLESS OTHERWISE SHOWN ON THE PLANS. 6. CHANGES IN LEVEL GREATER THAN T4 INCH ARE NOT PERMITTED. 7. THE LEAST POSSIBLE GRADE SHOULD BE USED TO MAXIMIZE ACCESSIBILITY. THE RUNNING SLOPE OF SIDEWALKS AND CROSSWALKS, WITHIN THE PUBLIC RIGHT—OF—WAY, MAY FOLLOW THE GRADE OF THE PARALLEL ROADWAY. WHERE A CONTINUOUS GRADE GREATER THAN 5% MUST BE PROVIDED, HANDRAILS MAY BE DESIRABLE ON ONE OR BOTH SIDES OF THE SIDEWALK TO IMPROVE ACCESSIBILITY HANDRAILS MAY ALSO BE NEEDED TO PROTECT PEDESTRIANS FROM POTENTIALLY HAZARDOUS CONDITIONS. IF PROVIDED, HANDRAILS MUST COMPLY WITH TAS 4.8.5. 8. HANDRAIL EXTENSIONS SHALL NOT PROTRUDE INTO THE USABLE LANDING AREA OR INTO INTERSECTING PEDESTRIAN ROUTES. 9. SIDEWALK DETAILS ARE SHOWN ELSEWHERE IN THE PLANS. WHEN AN OBSTRUCTION OF A HEIGHT GREATER THAN 27" FROM THE SURFACE WOULD CREATE A PROTRUSION OF MORE THAN 4" INTO THE PEDESTRIAN CIRCULATION AREA, CONSTRUCT ADDITIONAL CURB OR FOUNDATION AT THE BOTTOM TO PROVIDE A MAXIMUM 4" OVERHANG. PROTRUDING OBJECTS OF A HEIGHT < 27" ARE DETECTABLE BY CANE AND DO NOT REQUIRE ADDITIONAL TREATMENT. DETECTION BARRIER FOR VERTICAL CLEARANCE <80" CONSULTANT'S JOB N0. 120472 REVISION NO. z a 8 0 F2 lig 12 B 0 Department of Engineering Services z P - U7 w O U7 E wQ _z zQ U o cI Q wOS CY m 005 U L._ U O U 0 REVISION NO. SHEET1 02ofl 24 RECORD DRAWING NO. STR 869 CITY PROJECT# E12090 DETECTABLE WARNINGS DETECTABLE WARNING SURFACE I 8.3% 7', MAX. A .. v z a z 7,d,.. > w a F o LANDING V 8.3% MAX. , -c o I A z lg -'000000000 O ° .'°00°O°O°0°. 7°000°0°000. 6" MA 10" MAX FACE OF CURB PARALLEL CURB RAMP TYPICAL PLACEMENT OF DETECTABLE WARNING SURFACE ON LANDING AT STREET EDGE LANDING M X roe DETECTABLE WARNING SURFACE (DOMES TO RUN PARALLEL TO PEDESTRIAN TRAVEL. CONTRACTOR SHALL CUT PANELS OR PRECAST TRUNCATED DOME AT ANGLED CURB RAMPS.) SIDE FLARE (TYPICAL) 6" MIN 10" MAX FACE OF CURB PERPENDICULAR CURB RAMP TYPICAL PLACEMENT OF DETECTABLE WARNING SURFACE ON SLOPING RAMP RUN LANDING DETECTABLE WARNING SURFACE (DOMES TO RUN PARALLEL TO PEDESTRIAN TRAVEL. CONTRACTOR SHALL CUT PANELS OR PRECAST TRUNCATED DOME AT ANGLED CURB RAMPS.) DETECTABLE WARNING PANEL SHALL UNIFORMLY FOLLOW THE CURB LINE ON CURB RADII AT 6" TO 10" MAX DISTANCE FROM FACE OF CURB. b 11 6" MIN 10" MAX SIDE FLARE (TYPICAL) FACE OF CURB DIRECTIONAL CURB RAMP TYPICAL PLACEMENT OF DETECTABLE WARNING SURFACE ON SLOPING RAMP RUN AT A RADIUS SIDE FLARE (TYP) 4X4-W2.9XW2.9 WWF OR NO. 4 REBAR A 12" O.C.E.W. FABRICATED DETECTABLE WARNING PANEL MIN 5" DEPTH EXCLUSIVE OF DETECTABLE WARNING MATERIAL CLASS A CONCRETE SECTION A—A TYPICAL SECTION THROUGH CURB RAMP MATCH FLOWLINE GUTTER ELEVATION PAVEMENT TO MATCH LIP OF GUTTER CURB BEYOND m 0 —, i DETECTABLE WARNING SURFACE 4x4-52.9xW2.9 WELD WIRE FABRIC OR #4012" O.C.E.W. B" (MIN) LANDING VARIES /, r .. \ COMPANCT SUBGRAOE • 0 EXPANSION MATERIAL TO 95% STD. PROCTOR DENSI DRILL AND EPDXY " #4 x12" LONG DOWELS OF B 12" O.C. SECTION B—B CURB RAMP PROFILE /N /. CURB RAMP CONSULTANT'S JOB NO. 120472 DESCRIPTION REVISION NO. DESCRIPTION Department of Engineering Services z H- 0 0_Q 0 F- Z (n Q E 1E7) U � Ln 2 Q a U � LL 0 U LL 0 .- 0 z 0 Or SHEET1 03,f1 24 RECORD DRAWING NO. STR 869 CITY PROJECT# E12090 id jj �B2 ac TABLE ND.1 LONGITUDINAL STEEL IRAYAL Lane in Y LONGITUDINAL CONSTRUCT FIRST ADDITIONAL STEEL SLAB THICKNESS AND BAR SIZE REGULAR STEEL BARS SPACING AT EDGE BARS AT RANSVERSE CONSTRU TION JOINT (IN./ BAR OR JOINT (SECTION X -X) SPACING AR SPACING SPACING SPACING LENGTH (IN. I SIZE (IN,) TIN.) (IN.) FIN., 7.0 RS 6.5 3 TO 4 13 50 7.5 R5 6.0 3 TO 4 12 50 0.0 06 9.0 3 TO 4 IB 50 8.5 $16 8.5 3 TO 4 IT 50 9.0 06 8.0 3 TO 4 16 50 9.5 R6 T.5 3 1O 4 15 50 10.0 R6 7.0 3 TO 4 14 50 10.5 R6 6.75 3 TO 4 13.5 50 11.0 R6 6.5 3 TO 4 13 50 11.5 RA 6.25 3 TO 4 12.5 50 12.0 R6 6.0 3 TO 4 12 50 12.5 86 5.75 3 TO 4 11.5 50 13.0 R6 5.5 3 TO 4 I I 50 TABLE NO.2 TRANSVERSE STEEL AND TIE BARS IRAYAL Lane in Y LONGITUDINAL CONSTRUCT TIE BARS TIE BARS WITKNESS TRINE" AT LO GITUDINAL CONTRACTION JOINT (SECTION 2-21 Z AT LONGITUDINAL CONSTRUCTION JOINT (SECTION Y -Y) (IN./ BAR SPACING BAR SPACING BAR SPACING P9■11■.ut�1�..11.�1111 u.11.■uu' SIZE (IN./ SIZE TIN./ SIZE TIN./ 7.0 - 7.5 R5 48 R5 48 R5 24 8.0 - 13.0 R5 48 R6 48 a6 24 1, SHOULDER EDGE A AVEC I un muutucn IRAYAL Lane in Y LONGITUDINAL CONSTRUCT c,. L... N JOINT ................ Z TRANSVERSE ",g,11.JOI R.r ION Z LONG CONTRACTION Y TUOI A JOINT ..■11>.n.■.■I\1. ADDITIONAL SAES K ... IIm..11 111111111111111111111111STEEL umpol X -X) SAWED LONGITUDINAL LONGITUDINAL JOINT CONSTRUCTION JOINT LONGITUDINAL JOINT SEALS EMI■r1�11.■■1 III I" P9■11■.ut�1�..11.�1111 u.11.■uu' SPACINGC 1.11..11..11.11.1■■■1 LENGTH UN.) (IN.) 512E LONGITUDINAL STEEL RSE 1 I1•..11..1111M II 1�. 11.0{11'_ TIN.) 7.0 ll 1�,' TRSTEEL ISI 11:11n!."i B UNE G/2-1 SINGLE I'�W2 TIE I11..►1..11111 111XI11111V �1 P ECS B B RS - TIE BARS CONTRACTION JOINT LONGITUDINAL 0 CONSTRUCTION NT J I TYPICAL PAVEMENT LAYOUT PLAN VIEW (NOT TO SCALE) D•Pp .BB awl.. PI ipN .5 BARSALE TIESBE PLALANE AS TRANSVERSES. YEREE BA LILCES AL INAL TARS NO SPOWED WITHIN 10 PT DF THE JOINT. TRANSVERSE CONSTRUCTION JOINT SECTION X • X a c o ITUDINAL BARS TRANSVERSE BARS LONGITUDINAL CONSTRUCTION JOINT SECTION Y - Y PAVEMENT OR SHOULDER EDGE AIYAiFAl O C 'C/ U c 0 1 SINGLE SLH.COU0MGLIIDHtU. PBA [85 AESPx D B]POO . LONGITUDINAL CONTRACTION JOINT SECTION 2 - 2 GENERAL NOTES I. DETAILS FOR PAVEMENT WIDTH, PAVEMENT THICKNESS AND THE CROWN CROSS•SLOPE SHALL EE SHORN ELSEWHERE IN THE PLANS. PAVEMENTS WIDER THAN 100 FT. WITHOUT A FREE LONGITUDINAL JOINT ARE NOT CHARRED BY THIS STANDARD. 2. USE COARSE AGGREGATES TO PRODUCE CONCRETE WITH A COEFFICIENT OF THERMAL EXPANSION (ITTI NOT MORE THAN 5.5 X 10'6 3. ALL THE REINFORc1NG STEEL AND TIE BARS SHALL BE DEFORMED STEEL BARS CONFORMING TO ASTM A 513 (GRADE 601 OR ASHY A 996 (GRADE 6O) OR ABOVE. STEEL BAR SIZES AND SPACINGS SHALL CONFORM TO TABLE N0.1 AND TABLE N0.2. 4, WHEN LOW CTE CONCRETE 1NOi MORE THAN 4.0 X 10'6 IN/IN/•F) IS PRODUCED. TABLE NO, IA MAY BE USED FOR LONGITUDINAL STEEL AS APPROVED BY THE ENGINEER. S. STEEL BAR PLACEMENT TOLERANCE SHALL BE •/. I IN. HORIZONTALLY ANO ./- 0.5 IN. VERTICALLY. CALCULATED AVERAGE BAR SPACING ( E PLACEMENT WIDTH / NUMBER OF LONGITUDINAL EARS/ SHALL CONFORM To TABLE N0.1 RIEEBE■RiW■RYINI 6. PAVEMENT WIDTHS OF MORE THAN 15 FT. SHALL HAVE A LONGITUDINAL JOINT (SECTION 2-2 OR SECTION Y.Y). THESE JOINTS SHALL 8E LOCATED WITHIN 6 IN. OF THE LANE LINE UNLESS THE JOINT LOCATION IS SHOWN ELSEWHERE ON THE PLANS. t. ISE SAW CUT DEPTH FOR THE LONGITUDINAL CONTRACHON JOINT LSECTIOH 2-21 SHALL BE ONE THIRD OF THE SLAB THICXNESS T/3). B. WHEN TYING CONCRETE CUTTER AT A LONGITUDINAL JOINT, THE TIE BAR LENGTH OR POSITION MAY BE ADJUSTED. PROVIDE 3 IN. OF CONCRETE COVER FROM THE BACK OF GAITER TO THE END OF TIE BAR. 9. REPLACE MISSING OR DAVAGED TIE BARS WITHOUT ADDITIONAL COMPENSATION BY DRILLING MIN. IO IN. DEEP AND GROUTING TIE BARS WITH TYPE III CLASS C EPDXY. MEET THE PULL-OUT TEST REQUIREMENTS IN ITEM 351. 10. OMIT THE BARS LOCATED WITHIN 18 IN. OF THE TRANSVERSE CONSTRUCTION JOINTS ISECTION X -X1. USE HAND -OPERATED INVERSION VIBRATORS 70 CONSOLIDATE THE CONCRETE ADJACENT TO ALL FORMED JOINTS. L 0 A MINIMUM 11. OON2ITUDINAL GGERFTHE [LA STEEL IPLICSO SHALL E OF25 IN. GITUDIN THE LAP LOCATIONSICSOI THAT NO LORE -FT, WID OF THE LONGITUDINAL STEEL IS SPLICED IN ANY GIVEN 12 -FT. WIDTH AND 2 -FT. LENGTH OF THE PAVEMENT. IS. THEDAD HEPTPENSANDANEOR IS 54005 PN SEALS.' SHEET I OF 2 AE /TT8 RpveMYe1T).mve'an bbMrtl CONTINUOUSLY REINFORCED CONCRETE PAVEMENT ONE LAYER STEEL BAR PLACEMENT T - 7 to 13 INCHES CRCP(1)-13 rcN I•u,W I.Ix 5A al€ 1•E �bp e�o TABLE NO.IA LONGITUDINAL STEEL FOR LCTE CONCRETE AS APPROVED BY THE ENGIN. FIRST ADDITIONA . EEL SLAB T KNEES AND BAR E REGULAR STEEL BARS SPACING AT EDGE BARS AT '.NSVERSE CONSTRU ON JOINT i G GS sow aT OR JOINT ISE .ON X -X) SAWED LONGITUDINAL LONGITUDINAL JOINT CONSTRUCTION JOINT LONGITUDINAL JOINT SEALS BAR SPACING SPACINGC SP.' NC LENGTH UN.) (IN.) 512E TIN.) (IN.) IN.) TIN.) 7.0 R5 • 5 3 TO 15 50 7.5 RS T. 3 - 4 (A SO 8.0 R6 10.0 TO 4 20 50 B.5 R6 9.5 3 TO 4 IS 50 9.0 •6 9.0 0 4 18 50 9.5 R6 B - S T• ' IT 50 10.0 R6 8.0 3 TO 4 16 50 10.5 w6 7.5 3 TO 4 5 50 11.0 R6 7.0 3 TO 4 1' 50 11.5 6 8.75 3 TO 4 13.5 50 12,0 R6 6.50 9 TO 4 13 -0 I - R6 6.25 3 TO 4 12.3 5. 3.0 Al 6.0 3 TO 4 12 50 LONOITUDIN L REINFORCING STEEL SPLICES EDGE OF CROP PA OR LONGITUD 10 FT NV IS FT\ 1% ' EXPANSION JOINT (SEE NOTE III SAWED CONTRACTION rJOINTS T/3 SAW CUT DEPT CONSL -IN-PLACE CRETE TRAFPIC BAAA [ER 12 -PT WIDTH BY 2 -FT LENGTH 12 -FT WIDTH BY 2 -FT LENGTH STAGGER� THE LAP LOCATIONS SO THA II,O MORE THAN 1/1 OF TXE LONG T�FFJJD[NeL SiEEt ]S SPLICED IN GIVEN to Fi. WI Dix <OPOFGIIR>TIONGNEEBiNO ixBSVNEOUIREMENTOWBLI 06 ALLOWED. EXAMPLES OF LAP CONFIGURATION PLAN VIEW ( NOT 10 SCALE, BRIDCESO BROACH • TWO LAYERS 30 LB ROOFING FELT A• 114AC IUNOERLAYMENT, TRANSVERSE EXPANSION JOINT DETAIL AT BRIDGE APPROACH EXISTING CROP NEW CROP MIN.30" MTN.10'-..1 EDGE TUDINALJO. V OR L� t NT RANSVERSE CONSTRUCTION JOINT DRILL ANO GROUT WITH TYPE III CLASS C EPO% . DEMONSTRATE THAT THE BOND 3iR{NGTN b TXE PO%Y-GROUTS LOxCITU )NA BARS MEETS THE E O po PEOU IPEMENTS OF PULL-OUT TEST SPECIFIED IN tEM 361. OPTION AT DRILL AND EPDXY PLAN VIER ( NOT TO SCALE) EXISTING CRCP NEN CROP PARTIAL DEPTH SAWCUT A MIN.36" NEW LONGITUDINAL STEEL BARS EXPOSED EXISTING STEEL BARS [THE JONCNEiEAWELL BEEACCOH.PLIEHEpF BYELBGH MI14NT CK NNNERS AS APPROVED BY TXE FNG1N fiN. OPTION BN BREAXBACK AND LAP TRANSVERSE TIE JOINT DETAIL EXISTING CROP TO NEW CRCP FREE LON IHUDI� JOINT IJOINT E BARS, LOCATION 0 - JOINT WILL EE AS DIP - . BY THE ENGINEER, BETON STANDARD CONTINUOUS RIO M! - PHALT LOVPNPOHNING T• BEBMDR994. FREE LONGITUDINAL JOINT DETAIL EXISTING PAVENENT EDGE PROPOSED PAVEMEN} CGNCRETE CURB TO BE �, ^ SEAL NG ILNiER IAL PEIOVEO (IF APPLICAGLc+ 7 DRILL B GROUT WITH IA" 25' FOR RBIBAR Y IN PT FOR e8 BAR TPYE liLCLASS C EPDX E BARS 1. BEFORE W[OENI NG WOP K, pEMON }PATE HAT TXE BOND STPENG iH DULL�WTPBESTGSG6CE DIE IDE INARSEMEBES THE REOUfl INSETS OF 2. ROb EN SLAR55 OSE2s5 TI EOBARS INN AS NIH SHIN'PHMICK SLABS. LONGITUDINAL WIDENING JOINT DETAIL SHEET 2 OF 2 Ame Ann UFpeSINM TF IlESEpaYWp CONTINUOUSLY REINFORCED CONCRETE PAVEMENT ONE LAYER STEEL BAR PLACEMENT T - 7 to 13 INCHES CRCP(1)-13 (Oi" nnn.• .NO o. w I. CONSULTANT'S JOB NO. 120472 O OP m REVISION NO. DESCRIPTION Department of Engineering Services (/) H - LA0 -) d- Z 00 Q 7 EJ F- CC Z 5J LLJ Wre)` / - Oa_ D Z LLJ U ZQ U U Z O C) REVISION NO. SHEET1 04 ofl 24 RECORD DRAWING NO. STR 869 CITY PROJECT# E12090 I^ INT sEALING i G GS sow aT PCS T 1 LONGITUDINAL INITIAL GDVPgAVD SA: CMT SAWED LONGITUDINAL OR TRANSVERSE JOINT CONSTRUCTION JOINT SAWED LONGITUDINAL LONGITUDINAL JOINT CONSTRUCTION JOINT LONGITUDINAL JOINT SEALS S•Vs r"I • "yJOINTN S ADN • 4.s D 11�•� Ye, Ye aD 1 �/ • N' 03 S cc - 8 •• '4 JOINT ABs RACIER .. DU •, ��NEM NNENEINE .n.W BDACAKER EB� .:T R P EFORMEO 5 N •e •'B PON A\A BIIWINCUS FIBER 'SVI'CUi ~ B .y TRANSVERSE SAWED TRANSVERSE ,\�\\��6 OiEWI[VAtFNi05 FORMED 7WSH T I •• W-- a E�OA D ‘/H/, oNt.',NT B CONTRACTION JOINT EXPANSION JOINT SAWED FORCED CONTRACTION JOINT FORMED EXPANSION JOINT TRANSVERSE JOINT SEALS METHOD A: PREFORMED COMPRESSION SEALS (PCS) (CLASS 6 PREFORMED JOINT SEALANT) GENERAL NOTES FOR METHOD 'A' METHOD B: JOINT SEALING COMPOUND GENERAL NOTES FOR METHOD 'B' I. ugn ODEAMSD SUDWN LN THE PLANS, EITHER METHOD 'A' OR 2. TNI DOCAi ION DF JOINTS SHALL BE AS SHORN ELBERxEPE IN THE 3. DIMENSIONS 41, SN BE CCOROAxCE RITH THE P.EFOMJED COAPRESSION"gSEnt WLLiALIFAGTtpES REEOMExOATION� 5 VEIN BHOMT IN NNE PLANS, EITHER METHOD -A' OR I 1 W BE DEED. 2. TxEµSOCATION OF JOINTS SHALL BE AS SHOWN ELSEWHERE IN THE IMEER BxALL SELECT A i40.GET PUCEMENi ix 1CXNSSi FOR TxEIEPLIS EETAILS RHICH SHOT RANGER IH THICKNESS. xE TAR N ESB WILL NORWLLr BE THE MIDPOINT C6 TxE 9. NNE JOINT F65ERVE1p FOR SEALAH} $HALL BE SAMTD uM E58 OTHER• E LOxOtiuOINAL.AHD TRANSVERSE COxSifiUt"pT"ICN"Ar}i➢H ixE iIBiO SAWED .gixf5. RAxfJ REBERv01R ION SOS BE SAWED LN'LEOW OTNFR- 4. j5E Sx0"ii ON NNE FLANS FOR 5 LCNOITLOINAL ANO TRANBYERSE �• ,Ix.. Depronsu of Nwpurte. award B. 111 1iE[CLEARED 5 ATI SiCHALL AilON5OOR0ANCE WITH TNEs2 SC&11T MANu)Ac?SR6a EWRIEG NNE RECdMENDED EWIP,ENT AM INSTALLATION PPOCEDLWEB TO BE USED. TNICYJA.II,,,0 OK RUSH OIJJRDII[ ISlusfo"Ais TxE 014 550 DOvB fw,O14iRJCi[PY A)L TxE TNO EAWEO JO]HTS. BADE S. TxIi PII STO BEOIENIEGEAANEO IN ACCORDANCE RUH THE T E T IIE�IRNERAE0EE :xi`J'' °USED. R6 TCOAeNDED EQUIPMENT AMD INSTALLATION PROCEDURES 10 BE USED. 6� iHC1N9UwHAOGIgJOS IUML TE OOgNSEOHAGCPETEt" CONCRETE PAVING DETAILS JOINT SEALS JS -94 CONSULTANT'S JOB NO. 120472 O OP m REVISION NO. DESCRIPTION Department of Engineering Services (/) H - LA0 -) d- Z 00 Q 7 EJ F- CC Z 5J LLJ Wre)` / - Oa_ D Z LLJ U ZQ U U Z O C) REVISION NO. SHEET1 04 ofl 24 RECORD DRAWING NO. STR 869 CITY PROJECT# E12090 0 0 + 32, 00 U. River X o Navigation ;zoo STA. 33+37 LEAVI I' G CORPUS CHRISTI CITY LIN ITS 30"x3 STA. 33 NSA SALVAGESI N AND RE -MOUNT N NEW POLE R3 -7R RIGHT LANE MUST TURN RIGHT STA. 34+20 R7-2 SPECIAL ffilf TOE 4► STA. 38+0 0 0 NAVIGATION BOULEVARD 42+00 — H— --. 43+00 R2-1 STA. 38+00 R7-2 SPECIAL SF -FT) U MIT 35 24"x30" PM' ME 18"x24" STA. 35+21 44+00 SIGNING LAYOUT BEGIN TO STA. 41+00 SCALE: 1°=.40' SPECIAL N 18 x24" IDEAD END -id Margaret AS Navi.ation uo A. 45+14 STOP R1-1 30"x30" TA. 46+2 z z 0 45+00 46+00 I- — MARGARET AVE STA. 49+53 NI avit comas 510D ationBoo"`o STOP 0 0 R2-1 SPEED U MIT 35 R1-1 30"x30" STA. 49+74 47+00 48+00 NAVIGATION BOULEVARD Dunn 5200 �—I Navigation w0 l STOP R1_1 ATA. 30"x30" 44+75 STA. 46+23 SPE-2 CIAL NIDE 4- 18"x24" SIGNING LAYOUT STA. 41 +00 TO STA. 50+00 SCALE: 1"=40' 49+00 THOMAS DR H cn MATCHLINE 0 O + O O 0 in QLHLI 50. (n LLJ LLI (1) J W = W O a NOTE: 1. SIGN BLADES SHALL BE 9" WIDE EXTRUDED BLADES WITH 6" SERIES "C" WIDE TEXT OR SERIES "B" NARROW TEXT, DEPENDING ON THE LENGTH OF NAME & 3" SERIES "B" NARROW TEXT FOR SUFFIX & BLOCK NUMBERS. SHEETING MATERIAL SHALL BE REFLECTIVE "HIGH INTENSITY PRISMATIC (HIP)" COVERING SIGN BLANKS. BACKGROUND COLOR IS GREEN WITH WHITE TEXT. 2. ALL MATERIALS SHALL BE NEW AND UN -WEATHERED. 3. ALLOY FOR EXTRUDED ALUMINUM BLADES SHALL BE 6063-T6. ALLOY SHALL BE FREE OF BURRS, CORROSION, WHITE RUST AND DIRT. 4. ALL ALUMINUM SIGNS ON PROJECT (EXCEPT STREET NAME BLADES) SHALL HAVE AN ANTI -GRAFFITI FILM ON BOTH SIDES OF SIGN. CONSULTANT'S JOB NO. 120472 DESCRIPTION 0) 0 r 0 REVISION NO. DESCRIPTION 2T 0 2 7'4 CD ,5 ea C 0 Department of Engineering Services co N N 0 o CI. capp Z L E cc2 a. F- Oro L- 0 Z REVISION NO. SHEET O5f 1 24 RECORD DRAWING NO. STR 869 CITY PROJECT# E12090 O O + O U) (r) w z J I 0 R1-2 STA. 51+43 CW3-2A STA. 50+14 R5-1 DO NOT 3 ENTER STA051+ r N. s') >— 0 i 0 _ S LI LIJ R1-2 STA. 55+34 R6 -1L R6 -1R ONE WAY 36 x12 STA. 55+63 R3 -7R RIGHT LANE MUST TURN RIGHT ONE WAY 36 x12 30"x30" STA. 58+00 Z STA. 51+37 / / R5-1 O DO NOT R1_2 ENTER 30"x30" STA. 55+35 R2-1 STA. 55+31 OSIGNING LAYOUT STA. 50+00 TO STA. 59+00 SCALE: 1 "=40' SPI -I -U U MIT 35 Savage idb Navi . ation R2-1 SPRI-I) U MIT 35 24"x30" STA. 58+58 NOTE: 1. SIGN BLADES SHALL BE 9" WIDE EXTRUDED BLADES WITH 6" SERIES "C" WIDE TEXT OR SERIES "B" NARROW TEXT, DEPENDING ON THE LENGTH OF NAME & 3" SERIES "B" NARROW TEXT FOR SUFFIX & BLOCK NUMBERS. SHEETING MATERIAL SHALL BE REFLECTIVE "HIGH INTENSITY PRISMATIC (HIP)" COVERING SIGN BLANKS. BACKGROUND COLOR IS GREEN WITH WHITE TEXT. 2. ALL MATERIALS SHALL BE NEW AND UN -WEATHERED. 3. ALLOY FOR EXTRUDED ALUMINUM BLADES SHALL BE 6063-T6. ALLOY SHALL BE FREE OF BURRS, CORROSION, WHITE RUST AND DIRT. 4. ALL ALUMINUM SIGNS ON PROJECT (EXCEPT STREET NAME BLADES) SHALL HAVE AN ANTI -GRAFFITI FILM ON BOTH SIDES OF SIGN. -J -J w R7-2 SPECIAL 24'x30' STA. 63+50 18 x24 STA. 60+ 7 66+00 67+00 68+00 69- F -1- SPE-2 CIAL I Savage s66I I Navigation % STOP R1-1 jS660" 0" + TAA. x3 18 x24 STA. 63+27 SIGNING LAYOUT STA. 59+00 TO STA. 69+00 SCALE: 1 "-40' 0 T.D.C.J. PAROLE 3IVISIO\ SPFFf) U MIT 35 24"x30" STA. 68+00 T.D.C.J. PAKLE DIV ISIO\ STA. 66+94 BACKGROUND WITH TO LETTERING AND ARROW 60' STA. 66+94 (TWO SIGNS BACK TO BACK) GREEN BACKGROUND WITH WHITE LtutRING AND ARROW 60" CONSULTANT'S JOB NO. 120472 m REVISION NO. Department of Engineering Services m REVISION NO. SHEETS 060f 124 RECORD DRAWING NO. STR 869 CITY PROJECT# E12090 SPECIAL 18"x24" STA. 71+00 R2-1 SPEED U MIT 35 24"x30" STA. 74+00 SPECIAL P.A.L.S. ANIMAL SHELTER -► 30"x30" STA. 76+88 GREEN BACKGROUND WITH WHITE LETTERING AND ARROW 71+00 72+00 73+00 74+00 75+00 76+00 4 F- R7-2 SPECIAL 77+00 18"x24' TA. 71+00 R3 -7R RIGHT LANE MUST TURN RIGHT SIGNING LAYOUT STA. 69+00 TO END SCALE: 1"=40' 30"x30 STA. 75+56 0 a. 0 w J NOTE: 1. SIGN BLADES SHALL BE 9" WIDE EXTRUDED BLADES WITH 6" SERIES "C" WIDE TEXT OR SERIES "B" NARROW TEXT, DEPENDING ON THE LENGTH OF NAME & 3" SERIES "B" NARROW TEXT FOR SUFFIX & BLOCK NUMBERS. BACKGROUND COLOR GREEN SHEETING IS HIGH INTENSITY WITH SUPER ENGINEERING GRADE WHITE TEXT. 2. ALL MATERIALS SHALL BE NEW AND UN -WEATHERED. 3. ALLOY FOR EXTRUDED ALUMINUM BLADES SHALL BE 6063-T6. ALLOY SHALL BE FREE OF BURRS, CORROSION, WHITE RUST AND DIRT. 4. ALL ALUMINUM SIGNS ON PROJECT SHALL HAVE AN ANTI -GRAFFITI FILM ON BOTH SIDES. CONSULTANT'S JOB NO. 120472 REVISION NO. Department of Engineering Services w 0 F- O M O Z 1.0 C.D d z 0 SHEET1 O7of 124 RECORD DRAWING NO. STR 869 CITY PROJECT# E12090 F a.. 04 REQUIREMENTS FOR RED BACKGROUND REGULATORY SIGNS (STOP, YIELD, DO NOT ENTER AND WRONG WAY SIGNS) REQUIREMENTS FOR WHITE BACKGROUND REGULATORY SIGNS (EXCLUDING STOP, YIELD, DO NOT ENTER AND WRONG WAY SIGNS) GENERAL NOTES 1. signs to De furnished shall be as detailed elsewhere in the plans and/or as shownundo tabulation sheet. hwasign best qfo old arrow dimensions f " Con be found in the "Standard Higghwayy Si Sign Designs for TexPs" (SHSD1. 2. Sign legend shall use the Federal Highway Administration IFHWA) Standard Highway Alphabets SB, C, D, E. Emod or F1. 3. Lateral spacing between letters and numerals shall conform with the SHSD, orbany edproved ahanhereto. Latenal showing of legend shall provide o balanced appearanceegws when spacing is not enpwn. Black legend antl bottlers sa II be applied by screening process or cut-out acrylic non -reflective Block film to background sheeting, or combination 5. White legend and borders shall be applied by screening process with trensparent colored ink, transparent colored overlay film to white backgralrld sheeting or cut-out white sheeting to colored background sheeting, or combination thereof. 6. Colored legend shall be applied by screening process with transparent colored ink, transparent colored overlay film or colored sheeting +o background sheeting, or combination thereof. 7. Sign substrate shall be any material tat meets the Departmental Material Specification requirements of OMS -7110 or approved alternative. B. Mounting dotal is for roadside mounted signs are shown in the "SMO series' Standard Plan Sheets. YIELD SION) SPEED LIMITthereof. 55 ` 11,• DO N 0 T r r WRONG l TYPICAL EXAMPLES ENTER WAY . REQUIREMENTS FOR FOUR SPECIFIC SIGNS ONLY SHEETING REQUIREMENTS USAGE COLOR SIGN FACE MATERIAL SHEETING REQUIREMENTS BACKGROUND WHITE TYPE A SHEETING USAGE COLOR SIGN FACE MATERIAL ALUMINUM SIGN BLANKS THICKNESS BACKGROUND RED TYPE B OR C SHEETING BACKGROUND ALL OTHERS TYPE B OR C SHEETING LEGEND, BORDERS AND SYMBOLS BLACK ACRYLIC NON -REFLECTIVE FILM BACKGROUND WHITE TYPE B OR C SHEETING Square Feet Minimum Thickness LEGEND & BORDERS WHITE TYPE B OR C SHEETING Less than 7.5 0.080 LEGEND,BORDERS AND SYMBOLS ALL OTHER TYPE B OR C SHEETING LEGEND RED TYPE B OR C SHEETING 7.5 to 15 0.100 Greater than 15 0.125 REQUIREMENTS FOR WARNING SIGNS REQUIREMENTS FOR SCHOOL SIGNS �► am TYPICAL EXAMPLES DEPARTMENTAL MATERIAL SPECIFICATIONS SCHOOL ALLMINUM SIGN BLANKS DMS -7110 SPEED LIMIT 2O SIGN FACE MATERIALS DMS -8300 WHEN FLASHING ire] ! The Stondord Highway Sign Designs for Texos (SHSD) con be found o+ +he following webei+e. httlxinvm ,txdotgovl TYPICAL EXAMPLES AmOr". Air Taxi's Dsparlmantof7Ysnaportatton oTrafficrations Stan d SHEETING REQUIREMENTS SHEETING REQUIREMENTS TYPICAL SIGN REQUIREMENTS TSR(4) -13 USAGE COLOR SIGN FACE MATERIAL USAGE COLOR SIGN FACE MATERIAL BACKGROUND WHITE TYPE A SHEETING BACKGROUND FLOURESCENT YELLOW YEBFL CFLSHEETING BACKGROUND FLRESCENT YELLOWOOGREEN TYPE BFLOR CFLSHEETING LEGEND & BORDERS BLACK ACRYLIC NON -REFLECTIVE FILM LEGEND,BORDERS AND SYMBOLS BLACK ACRYLIC NON -REFLECTIVE FILM LEGEND & SYMBOLS ALL OTHER TYPE B OR C SHEETING SYMBOLS RED TYPE B OR C SHEETING F. +sr4-13. ban Os TOY Ice: Tx00T IoW: 'MOT Icx: TxDOT ©Txoor October 2003 cora SECT .me ),Ices, REVISIONS 12-036 7•17 9. OIST COUNTY SNEET NO. CONSULTANT'S JOB NO. 120472 CO 0 REVISION NO. DESCRIPTION N gra mo O DSS O a�� U CO • m S CO 0 it N • h�� J I caw a°m 122 oo E2 0 U0 (Jo LLIU O VIII Milt Department of Engineering Services 0 H- z W W tY D V) I z� CO U) (71- 0 nFU Lt L- Q F-- REVISION NO. SHEET1 08 of124 RECORD DRAWING NO. STR 869 CITY PROJECT# E12090 TRIANGULAR SLIPBASE INSTALLATION GENERAL REQUIREMENTS SY. Sex AS ttI .0081.5ALYmak NOTE There are various devices approved for the Triangular SI ipbaee System Please reference the notarial Producer List for opproved sl Ip base systems. h++p://WWW.+xdo+.aov/buelness/producer_I Set. him The devices shall be installed par nenufxturere' recamendat)ons. Installation procedures shall be provided to the Engineer by Contractor. CONCRETE ANCHOR SW alms. Comreto Am. - expansion or W Re. ASSY n9.116191.1 0 • a ieranw bolras on ls Min Viof a,« °4'00,:51<w""�1.."2ansciia ma �"loa I.ire,<rone.atr>mn Of e vo.ars .11 be 01.1.0 Doe 11.445, fealyon. In 4.0 pal reneal- rnr =13,1T :417,'=11'4:7:r ia',I:7 «wly. MAMAS 90229 . slap Care Nm .Mm1 S .n,lr nnkro Va tMl«,<irsne wor. Ind, a•1.1.1.lla or J w qea w <aroar m rM IMAM no . mr 20°5014 e: Wlmer. Prex01r4 m.eis• autnla 1aerte5 vm e. oI ° eoacl nmrlau, Incl ,all rh..41.1u rbgNy a pipe 3r°"Mslmi ll ro: %l ASIII Dos • ms Was .mmpm m Walla enmpn ZJ miaMe im�oamremal xoU 7.AVeM xn n'Fap°o a Sze• as o.,3e• wfnon a1ton IURW,ro3 eel 5.I In A. . 3„ al .els D tao'eia dlo"natter"veld .11 bby roto) lliilq For riI°0o°' Mi. Der AS11211333."ass,, reaw, Is+nu<� «w are -Itennl°. Ira a nor ww <wlwlmr res wl MO5Weeetl°m/°a uwA°sr NnreM ,,,e rotlwll.i .,000 PSI imniem semi!. went rams °r o.2ee• to o. 3p.• • 61e,,' AsrcaaMenel 11 be, rllleln MS rage a1.2.835. ra 2.695• 3. SargrrirofI10 Mr Siika.v&'aealm<1°°e.}CrMOT leadb<,6I See <eal 0199s me iem< .16s'M°0w i'nl.3.emm+.pwrwblSyr. v=s. .rmm .. nm .,rroa.+e nal ter 5 wl lora worm .Mrs aeon. SJm SYPm, Pears .11 M, be 0011004 ASSae.Y PIMC2pet2 Prows Mnlm by WI./ cep Mw. Ir 00114 York a apwnrro, me a«m m ep oo rfra7' ra w ITAIinor lr la Aro s Int oe's91a rg lmm me ml la roc. CIRCai,..n �rw6 0 oelMe aro ,,I. ea' ,15rneda,leo s Sae ,a ro e, 3.1 l ori ale, 3. wNen thi al.ennof °ilaW°q Info tmw<r°center of Ih°eells*A.M °' atm Md. 0 as ° lMo°' M anereh r° o re cm. m 001 a ...an Ma ears e . °aeM. 4. .°va.k N°pletMW IMS ,M werere anil . o Iwnee nMw rM praaM. mel ro 1/r, ale„ °mr7lw mr«rro br ra st ..r. A a alroatIon ir,"e°aal�'iipwa sere; I. Lwin°,r«r,wi oa Iv aela,<c to nl««Arm stn. 0000 as Irwe CIt ePCKr, m iae we *+fan of oro alp, rl l W R w 82.6 Yore 000, rM nape m t5 tawlwy I.e., Cape larNMW e.11wwr Iael a el It ClROle Mlw rM Pew m ween t 51 t to ps ret . 1Mn� p , ww m eM rrawl.w, ee z, e"�'nw-+, me:.°rmmniiim oowUA1°`ae°1 arw°10A1memPn":s�lie°20111°nle°Nr°e`.°sii°'soiu2iziCia°p1p rTems EeJarm eoref Tre/ weeder/on 1/400 n arum SIGN MOUNTING DETAILS SMALL ROADSIDE SIGNS TRIANGULAR SLIPBASE SYSTEM SMD(SLIP-1)-08 000 J Derwen -T WeIIM P \ itMIm Who. Alm.* s11 IarcM .1 6M :a r mn • 111.49.1 Play DAHeTI A YILID • I -� Ii Am CIr� Owmlgl m Mx bolt 61111 Dor AS. Mei lien e43, calrmiata.' Too natal C 0.11 VID• � bol, :li.rvt nlalri Moaner oast.. i Install 1 n� (iona i°m2Plat i°aa`iei IRlro «21/ Eaton F 90loo. 4511 only M all.. W. ora a* Watt.. . S. ASSY IP 2.9111.1111 9190 A..9„n1/x1Y w, SY RD 1/a ASSY n 93011100a2., a ono SEX Assn n axaa3 101 91 RD SOX ASSA .99111.1. SIDE VIEW 31. *rim CeROI :aa.r. ASTII tfor bait 611n por ASIA 402 Dolvonlrod per Detal I C • M1/2. w M° flat m. m .• 15111 /207 °°I.aw41°,Iwe leo teroaenlm a"'ne oni>reigeIr Ise Ian 9912-111 -iweiite I«nwl, Detail D FRICTION CAP DETAIL apawplwao. J Plwp.D. DII r w 6raa:n ' rex W, va.re par AMY Poet De+all E mSo�c mp um Port/ 1.15.9 51. MASAI 10 BrO 10 BID Sen San W 16 SF 32 SP 32 SP 6.1 SP °Aii oo'xr °AiaiaaeYwmpr+.ei 3. lsera en waqre IWa°m l sfe.w:oama"omeripbt�1 following c 4m 0.030 SnWfm'eOlwwlI1e s. 7ap1 7 102m4 4 t.O�Il t:pPaw»' 65m0om0°P11104.0�w n an aCe1/oIreOMm "alwea'{rover w]eaaswe .pmnroy .66 s 51 51/405 8. r°jA..t il�•M ilmimlM.' «rola A°giR CS Rot Glob r'wuRIll m M •i S I50o poet �v1p 101 Pawv eM alppa 3 ,Ie•.. Sara Span w °ptll,,.MCry, 00140100 IASI. la. e0C +M pm ESS. PIs.. 11 be 61.6 Sap.° Sen Me REQUIRED SUPPORT e23oRm1. 9.97 IIXxIP�291, PI 1081.11/.121 rf 011/x10 4.48-1. . e Imaaro r pwro, 1002011/PAID 43660-1. el. TY 5801199111 <e -Ile, A°.a a saMel x-mp elm ala, n 1026011/XXIII <e BOW n m Ise -u Lam Arra. Clm 9P6I PIM PrlWtm Me toy M mrurmwm !p.n. rol lw M COld MI led f«I .Mn., me alnl57 Ywr. ee,al all 000alms. I. adore sAall . .PawMal Ibeel: Im.Inmm mimlon ria mo Mrs no ra°0511 e°ro ro°rRaely-tt IS Slo m e,° ola. ,e aspen eel! W .Irnelmr,a ole p«m« May .nap am°e. m IrAoliatkos ads Moll" e'. Or .l.S'r°.°v"pir.a 01+700 m . P °rewires. In Irna.etA5n 6nor ,g=4". Texas Cbpartrotof Trawortafia3 rearm 00a°6411 anus SIGN MOUNTING DETAILS SMALL ROADSIDE SIGNS TRIANGULAR SLIPBASE SYSTEM SMD(SLIP-2)-08 I DESCRIPTION CONSULTANT'S JOB NO. 120472 f6 W ,64 Z °)) Fii Ito m z 0 o DESCRIPTION a O Department of Engineering Services en m In 0 op 0 0 I I Z LLi CD n D J 72 Cr) 7 • V ! W 0 SIGN MOUNTING SMD(SLIP-1)-08 & REVISION NO. SHEET1 Q9f 1 24 RECORD DRAWING NO. STR 869 CITY PROJECT# El 2090 Bis og SIGN a SUPPORT DESCRIPTIVE CODES Wes "T°'°"1ew°I«"`°""°m""rtrt°. SM RD SON ASSM TY XXXXX(X)XX(X -KKK) ., ,-, V REQUIRED CLEARANCE FOR BREAKAWAY SUPPORT SIGN LOCATION PAVED SHOULDERS T -INTERSECTION PI g_3 Pew Two m• Paa-om« wmr<ro<e Plot. PIM ,«e swna+R • Ph.. od NM. leas 330 IMO ♦ CJ "rant -•'1 HIGHWAY eft °In I HIGHPIAY / h 4 q° -S4 Iosw • to so PA 27.1. 1'.7 ,'» ilii'°' seo • sareala INTERSECTION pNEAO INTERSECTION AU AO --l2 r 1 On 's Jon ._.{ eEb get "I.n*' mI Aana . wmmmw ,.« �, �a"n.1 : k m P a it 1'1'097/ �°IP« „ NP, erwe .a,-111111111117-4.0.73 : �•� �l. �J_ 2 ° w ° r, my i.< `°,. • �I �- SM K a,n ,�. navel P.0 E a • Iv /Wra Iy! Sspg r$s ✓'16 2 . • silo°r0E<« - B°°�le De•n lore 4Otri1.1•11 to ISLIP.. Sip,I.e. 6w19a,im vef0•im, SL -1 r . ItOH " �I I.'"1ul:ei 900 r low o Ur e• 21/1 •u 1 P a,. sm Ism SIOlu IP -Il to ISLIP-3 to BY • Ir29.04 _ �V use .:rprp5,113 azlM of atreiF v.xn,, _ ale, II.e., t3vlwl saw be .°w„00.iw°C°, per,. 34.• er � LESS THAN 6 FT. WIDE .Ieirym �. e'+"rro+.<'«a`.'m r ,: rt. , 5! .r-- GREATER THAN 6 FT. WIDE Ana ee melba 1, r .l M, ..�.e°'+p'°rral°�« � law, . ,.. +.<n ams <IP la 00x44»t..........' rIQIt t..rraM r° w <Iwe w ROI w o°tlaor w11. w ° 1tl Plaaa 65 ayy anBine .w IC] CC I<.a sumalP-all BEHIND BARRIER ®ear jr5i © br.._.._.__. g$$ _S^ No more than 2 sign ' r , posts should be located x vs Acaeptob le / wIthin a T ft. circle, ...e.....=.. sna,M• HIGHWAY INTERSEC7le AHEAD err .. HIG WAY 1NiARSECTION AHEAD C ettSAl .< S. m iron) Lap CI gg a@$ a -a / ,'' ��` r'' �� n, Mo.. Plana ,' \Nat paha T I lortaro, I �• _ _ ._ _ _ 4 I t n. / t a. ;ca.., '',. AOceDtaDle / `--'�I Mia BEHIND GUARDRAIL ••-••• wl BEHIND CONCRETE BARRIER \ -® �_ ales ''Hot Acceptable _tr°le--'Not Accep able ..slotelea°,wbm,°mel..re°nr.°for wrcpt. °r nal l or 000100 o. 4 rIer prrarrta. °i al.p malate, TYPICAL SIGN ATTACHMENT DETAIL Single Signs Back-4o-Baok A.. Signs �+ xyIm wl«kraal.- n'r Ivy -a rslm Perl SIGNS WITH PLAQUES Q 14.4. tD 4 ros n pa -AL, 35 EAST �i{`E�6s m� ® RESTRICTED <mm 6 ft w•elbl° RIGHT-OF-WAY ole to not ppaa161051 H]CHMAY INTERSEDTIQY AHEAD 401 Ss r«t maw +M Its .00. <+,aara.°'.°e alp law . sr w +M Sr.IV a nInlom of Sem We or,i.�w.P9...im le 3x,0400 Mn Wa.or be ln-seo«°,w,.n alma«by Ite rrernb °oanarlaa DlYleim ween* ra awti.a see 1M i stare. °woo.. ^o`q On P<n {°'° r6 \r6rN,r Im - - °°.- - -'-"� dipl.M -SW.• r.. nor Year sync. oaYp - V d_ r�\' IA- \.:I u nmoe�l .1 le the To �I er• n.in• lee m4-evv lel ZW/S .lreot.wvZslIwtlaNtrmrlo.. al •'.I -Or nor seen v<as meaLvea leer «awCOewntln1r b<�plw+, 0.1 nor Pail. '-VRr=wIONN.oner, ' / UM 7 sfortRHan /,/� �Uslon CURB a GUTTER Q4 RAISED ISLAND SMUICer r*TR0Oa �rTmetof r,,,,,r,,,,,,,,,„,,,,,,,,,„„ It rayl bria=,"e"ak°'p"op".a"i:°wlmp. l :in°Sei°�° ..9 Bolt zr alar , Ion �' )n ie rm 41001 ,ol.. elm. ore 10 Alpe m. �smait - -zit.- r HIGHNAY e INTERSECTION AHEADGENERAL n,a>+- C�.o-l<tlme • .Isl.crormr `° PiMv, 00crw Inv:, a o+nar I.°I7....77°'•° I°t°SII 0rnmla le,a SIGN MOUNTING DETAILS SMALL ROADSIDE SIGNS NOTES &DETAILS WOM6 u«a Srle-Is ext wlmlz«MII WedIa 0e0w i.5005M one5,Iws-arta I. P o�lr Aper<rimra x,alnaClam 01 Laps ° Wt.. ol.mmw :msat5,rawl Imo n SMD (GEN) -O8 1"0'mferwS°wrsu .iw m. %,°"w°mal,"°; ra M solei.°e°I° 1bwI�Mp�mwa.rmemrn:,ra°n"I w 1. Mos.. °m ..a w„I.I 2 Int 3,/gal .Irz �; �,.or;m•r •aw ° 904yap ',, w, �'''' rM««Ir,<.Jb.<ICo .1.0.110 x , nl,SOS sew Iw e arMm,malawa. wn I "'.. J TRIANGULAR SLIPBASE INSTALLATION GENERAL REQUIREMENTS SY. Sex AS ttI .0081.5ALYmak NOTE There are various devices approved for the Triangular SI ipbaee System Please reference the notarial Producer List for opproved sl Ip base systems. h++p://WWW.+xdo+.aov/buelness/producer_I Set. him The devices shall be installed par nenufxturere' recamendat)ons. Installation procedures shall be provided to the Engineer by Contractor. CONCRETE ANCHOR SW alms. Comreto Am. - expansion or W Re. ASSY n9.116191.1 0 • a ieranw bolras on ls Min Viof a,« °4'00,:51<w""�1.."2ansciia ma �"loa I.ire,<rone.atr>mn Of e vo.ars .11 be 01.1.0 Doe 11.445, fealyon. In 4.0 pal reneal- rnr =13,1T :417,'=11'4:7:r ia',I:7 «wly. MAMAS 90229 . slap Care Nm .Mm1 S .n,lr nnkro Va tMl«,<irsne wor. Ind, a•1.1.1.lla or J w qea w <aroar m rM IMAM no . mr 20°5014 e: Wlmer. Prex01r4 m.eis• autnla 1aerte5 vm e. oI ° eoacl nmrlau, Incl ,all rh..41.1u rbgNy a pipe 3r°"Mslmi ll ro: %l ASIII Dos • ms Was .mmpm m Walla enmpn ZJ miaMe im�oamremal xoU 7.AVeM xn n'Fap°o a Sze• as o.,3e• wfnon a1ton IURW,ro3 eel 5.I In A. . 3„ al .els D tao'eia dlo"natter"veld .11 bby roto) lliilq For riI°0o°' Mi. Der AS11211333."ass,, reaw, Is+nu<� «w are -Itennl°. Ira a nor ww <wlwlmr res wl MO5Weeetl°m/°a uwA°sr NnreM ,,,e rotlwll.i .,000 PSI imniem semi!. went rams °r o.2ee• to o. 3p.• • 61e,,' AsrcaaMenel 11 be, rllleln MS rage a1.2.835. ra 2.695• 3. SargrrirofI10 Mr Siika.v&'aealm<1°°e.}CrMOT leadb<,6I See <eal 0199s me iem< .16s'M°0w i'nl.3.emm+.pwrwblSyr. v=s. .rmm .. nm .,rroa.+e nal ter 5 wl lora worm .Mrs aeon. SJm SYPm, Pears .11 M, be 0011004 ASSae.Y PIMC2pet2 Prows Mnlm by WI./ cep Mw. Ir 00114 York a apwnrro, me a«m m ep oo rfra7' ra w ITAIinor lr la Aro s Int oe's91a rg lmm me ml la roc. CIRCai,..n �rw6 0 oelMe aro ,,I. ea' ,15rneda,leo s Sae ,a ro e, 3.1 l ori ale, 3. wNen thi al.ennof °ilaW°q Info tmw<r°center of Ih°eells*A.M °' atm Md. 0 as ° lMo°' M anereh r° o re cm. m 001 a ...an Ma ears e . °aeM. 4. .°va.k N°pletMW IMS ,M werere anil . o Iwnee nMw rM praaM. mel ro 1/r, ale„ °mr7lw mr«rro br ra st ..r. A a alroatIon ir,"e°aal�'iipwa sere; I. Lwin°,r«r,wi oa Iv aela,<c to nl««Arm stn. 0000 as Irwe CIt ePCKr, m iae we *+fan of oro alp, rl l W R w 82.6 Yore 000, rM nape m t5 tawlwy I.e., Cape larNMW e.11wwr Iael a el It ClROle Mlw rM Pew m ween t 51 t to ps ret . 1Mn� p , ww m eM rrawl.w, ee z, e"�'nw-+, me:.°rmmniiim oowUA1°`ae°1 arw°10A1memPn":s�lie°20111°nle°Nr°e`.°sii°'soiu2iziCia°p1p rTems EeJarm eoref Tre/ weeder/on 1/400 n arum SIGN MOUNTING DETAILS SMALL ROADSIDE SIGNS TRIANGULAR SLIPBASE SYSTEM SMD(SLIP-1)-08 000 J Derwen -T WeIIM P \ itMIm Who. Alm.* s11 IarcM .1 6M :a r mn • 111.49.1 Play DAHeTI A YILID • I -� Ii Am CIr� Owmlgl m Mx bolt 61111 Dor AS. Mei lien e43, calrmiata.' Too natal C 0.11 VID• � bol, :li.rvt nlalri Moaner oast.. i Install 1 n� (iona i°m2Plat i°aa`iei IRlro «21/ Eaton F 90loo. 4511 only M all.. W. ora a* Watt.. . S. ASSY IP 2.9111.1111 9190 A..9„n1/x1Y w, SY RD 1/a ASSY n 93011100a2., a ono SEX Assn n axaa3 101 91 RD SOX ASSA .99111.1. SIDE VIEW 31. *rim CeROI :aa.r. ASTII tfor bait 611n por ASIA 402 Dolvonlrod per Detal I C • M1/2. w M° flat m. m .• 15111 /207 °°I.aw41°,Iwe leo teroaenlm a"'ne oni>reigeIr Ise Ian 9912-111 -iweiite I«nwl, Detail D FRICTION CAP DETAIL apawplwao. J Plwp.D. DII r w 6raa:n ' rex W, va.re par AMY Poet De+all E mSo�c mp um Port/ 1.15.9 51. MASAI 10 BrO 10 BID Sen San W 16 SF 32 SP 32 SP 6.1 SP °Aii oo'xr °AiaiaaeYwmpr+.ei 3. lsera en waqre IWa°m l sfe.w:oama"omeripbt�1 following c 4m 0.030 SnWfm'eOlwwlI1e s. 7ap1 7 102m4 4 t.O�Il t:pPaw»' 65m0om0°P11104.0�w n an aCe1/oIreOMm "alwea'{rover w]eaaswe .pmnroy .66 s 51 51/405 8. r°jA..t il�•M ilmimlM.' «rola A°giR CS Rot Glob r'wuRIll m M •i S I50o poet �v1p 101 Pawv eM alppa 3 ,Ie•.. Sara Span w °ptll,,.MCry, 00140100 IASI. la. e0C +M pm ESS. PIs.. 11 be 61.6 Sap.° Sen Me REQUIRED SUPPORT e23oRm1. 9.97 IIXxIP�291, PI 1081.11/.121 rf 011/x10 4.48-1. . e Imaaro r pwro, 1002011/PAID 43660-1. el. TY 5801199111 <e -Ile, A°.a a saMel x-mp elm ala, n 1026011/XXIII <e BOW n m Ise -u Lam Arra. Clm 9P6I PIM PrlWtm Me toy M mrurmwm !p.n. rol lw M COld MI led f«I .Mn., me alnl57 Ywr. ee,al all 000alms. I. adore sAall . .PawMal Ibeel: Im.Inmm mimlon ria mo Mrs no ra°0511 e°ro ro°rRaely-tt IS Slo m e,° ola. ,e aspen eel! W .Irnelmr,a ole p«m« May .nap am°e. m IrAoliatkos ads Moll" e'. Or .l.S'r°.°v"pir.a 01+700 m . P °rewires. In Irna.etA5n 6nor ,g=4". Texas Cbpartrotof Trawortafia3 rearm 00a°6411 anus SIGN MOUNTING DETAILS SMALL ROADSIDE SIGNS TRIANGULAR SLIPBASE SYSTEM SMD(SLIP-2)-08 I DESCRIPTION CONSULTANT'S JOB NO. 120472 f6 W ,64 Z °)) Fii Ito m z 0 o DESCRIPTION a O Department of Engineering Services en m In 0 op 0 0 I I Z LLi CD n D J 72 Cr) 7 • V ! W 0 SIGN MOUNTING SMD(SLIP-1)-08 & REVISION NO. SHEET1 Q9f 1 24 RECORD DRAWING NO. STR 869 CITY PROJECT# El 2090 CONSULTANT'S JOB NO. 120472 .4""`` ". =k* 1 }pS ,� i+., M ff4�V.,_ �;� V' 9 eA%`"„"� `a>o cw `68.1:- No.3 No. 3 Apron II. GROUND RODS Reinforcing steel Reinforcing A. MATERIALS steel Class A Concrete I / 10° ItYP•) TOE tfE a 1. All rods installed at electrical cervices, inoluding supplemental lightning protection ground rods specified by r - `Oypn. :; ti, g o c o- e ground the plans to other locations such as pole bases, shall be copper clad and UL listed. Rods shall be a minimum diameter of 5/8 inch. The length shall be a minimum of 8 feet. Larger diameter or longer length rods may be called for in some / I Typ) 1 I Ground box • �;�� ��, 12" min. LNV engineers I architects I contractors 801 NAVIGATION, SUITE 300 PH. (361)883-1984 CORPUS CHRISTI, TEXAS 78408 FAX (361) 8831986 "WE FIRM N0. F366 WWW.LNVINC.COM dt} Z:.—_,i specific locations, see the individual plans sheets. I • i� 2. Ground rod clamps shall be listed to be in direct contact with the soil. Where concrete encasement le required, the clamp A I I� AF. �l 3" to 6'• i „�t:^ tau ee a apo shall be listed for conarete encasement. /1I B. CONSTRUCTION METHODS tit _ _ _ _ C _ _ _ _ _ _ _ _ _ - _ T _ _ Grounding bushing _tet%. '- ° J... :; oti° °o°•°e•°°1911=12111 ° ° ag 8 °e,°°°.°°a 1;••°o • 9" Gravel fill (2) .1=°2.° 1. Ground rods Installed In looations such as pole bases, to provide supplemental lightning protection need net be totally I Ground �1 p '216 in contact with the soil. Where called for in the plans, rods may be encased in soil or concrete or any combination of I box o_a w c 0.,. _ 3 '11:c m e o soil and conorete. When concrete encased, the connection of the conductor to the rod shall be readily aoeessible for inspection or repairs. When driven into the soil the upper end shall be between 2 to 4 inches below finished grade. Ground rods shall not be placed in the sane drilled hole as a timber pole. 2. Ground rods shall be Installed such that the end inprin+ed with the rod's part number Is installed as being the upper end. 3. Non-conductive coatings such as concrete splatter shall be removed from the rod at the clamp location. I trom�-- 2 in, l 2 in. "� _ _ _ _ L _ _ _ - Conduit or cable Rigid metal conduit ell ECT ION A - A vii w use of this standard is governed by the "Texas Engin I is made by TxDOT for any purpose whatsoever. TxDOT of this standard to other formats or for Inoorreot 4. Routing of lightning protection ground rod wires shall be run as short and straight as possible. Where bends are required they shall hove a minimum radius of four inches. 5. Unless speoifigaliy palled for by the plans, conduits used for ground rod wires shall be non-metallic. Where metal conduits APRON FOR GROUND are specified, a bushing and sized bonding jumper shall be provided and properly installed on each end. "LAN VIEW BOXES grounding properly 6. Where rocky Boll or a solid rock batten is encountered when driving a ground rod and the horizontal trench placement method (Where required) is the only viable solution, written authorization from the Engineer must be obtained. III. GROUND BOX A. MATERIALS 111 Final position of end of conduit shall not exceed one-half the distance to the side of box opposite the conduit entry. 121 Place gravel °under" the box. not "1n" the box. Gravel should not encroach on the interior 1. Ground boxes 16530024 inches (WeLoD) or smaller shall be polymer concrete of the type required by the descriptive code 131 Install bushing on the upper end of oil ells. shown elsewhere. Larger ground boxes shall be as shown elsewhere 1n the plans. 141 Where a ground rod is present in the ground box, connect it to any and dll equipment 2. All ground boxes and covers shall be permanently marked either by impress or by permanent ink, with manufacturer's model (51 Maintain sufficient space between all conduits so as to allow for proper Installation number and manufacturer's name or logo. 161 All conduits shall be installed in a neat and workmanlike manner. 3. Covers sholl be bolted down, and bolt holes In the box shall be arranged to drain dirt. i71 All conduits installed in the ground box shall be sealed after completion of conduotor volume of the box. grounding conductors using a listed connector. of bushings. installation and any required pull tests. m CITY OF ditCORPUS CHRISTI ...= T EXA S Department of Engineering Services 4. Ground box Types A, 6, C, a & E shall meet the following requirements: Silicone shall mot be used as sealant. a. Ground boxes and covers be manufactured from polymer concrete reinforced with continuous strands of woven or stitched beret:M ate fiberglass cloth. The polymer concrete shall be made from catalyzed polyester resin, sand and aggregate, and shall hove a minimum compressive strength of 11,000 pal. Polymer concrete oontoining chopped fiberglass or fiber- glass reinforced plastic) is not acceptable. w a o b. Minimum ins Type A shat Type B shot Type C she! Type D °hal de dimensions shall be as follows (width x length x depth): Hole for Vi" be 11.5 inches x 21 inches x 10 Inches, (122311) bolt with recess be 11.5 inches x 21 inches x 20 Inches, (122322) for head. be 15.25 inches x 28.25 inches x 10 inohee, (1629111 be 15.25 inches x 26.25 inches x 20 inches, 11629221 L T. H d o `� Type E shat be 11.5 inches x 21 inches x 16 inches, (122317) ren Rottan c c. edge of box or exteension shall be footed with a minimum 1 1/4 inch flange° K p - - • ce YT, d. Ground boxes shall withstand 600 lbs. per eq. ft. applied over the entire eidewcll with less than 1/4 inch defleo+ion J - 1-1-'1-1-'I i per foot length of box. Ground boxes and °overs shall withstand a test loading of 20,000 lbs. over a 10 inch by 10 inch me area centered on the cover with less than 1/2 inch deflection° Ground boxes and covers shall at Western Underground Standards 3.6. Manufacturer by an independent laboratory or sealed by a Texas -Licensed �xzINI SIDE N shall supply certification Professional Engineer. e° Covers shall be 2 inch (nominal) thick polymer concrete. All hardware shall be stainless steel. Cover shall be secured For cover logo with two 1/2 inch stainless steel bolts. Bolts shall be self-retaining and shall withstand a minimum of TO ft -lbs. !M M �-I� END c torque and shall have a minimum T50 lbs. straight pull out strength. Nuts sholl be floating and shall provide a minimum see III r. 4.e of 1/2 inch movement frau the center of the nut. Covers shall be skid resistant, minimum 0.5 coefficient, of friction. Covers shall be interchangeable between manufacturers and shall conform to the dimensions shown herein. Unless otherwise PLAN VIEW approved by the Engineer, cover shall be legibly Imprinted with the following words in minimus I inch lettere: Ground Boxes containing wiring for traffic signals shall be labeled, Danger High Voltage Traffic Signal. Ground boxes containing wiring for illumination systems shall be labeled, Danger High Voltage Illumination° GROUND BOX Ground boxes containing wiring for traffic management systems shall be labeled, Danger High Voltage Traffic COVER NAVIGATION BOULEVARD UP RIVER ROAD TO LEOPARD STREET (BOND 2012) ELECTRICAL DETAILS -GROUND BOXES ED(3)-03 Management. Ground boxes containing wiring for sign illumination systems shall be labeled, Danger High Voltage Sign II lunination. Ground boxes containing wiring for traffic signals that also contain illumination, powered by the signal electrical GROUND BOX COVER DIMENSIONS service, shall be labeled, Danger High Voltage Traffio Signal. B. CONSTRUCTION METHODS BOX DIMENSIONS (INCHES) AS 1. Ground boxes shall be set one 9 Inch !minimum) bed of aggregate from 3/4 " up to 2" in size. Aggregate shall be in SIZE H I J K L M N P place prior to setting box and conduits shall be capped. Any gravel or dirt 1n conduit shall be removed. 2. When required by Item descriptive code, construction of an apron encasing a box including concrete and reinforcing A, 6 & E 23 I/4 23 13 34 13 %z 9 t/e 5 % 1 3/e 2 ground steel shall not be paid for directly but shall be subsidiary to the ground box. Reinforcing steel may be field bent. Concrete for aprons shall be considered miscellaneous concrete for testing Aprons shall be cast in place. C & 6 30 %z 30 I/4 17 1/z 17 1/4 13 I/4 6 )`4 1 3/s 2 purposes. 3. Conduit holes may be cut in the walls of type B & D boxes at toast 16 inches beneath the cover. 4. If, within the limits of this project, the Contractor must utilize an existing ground box equipped with a metal cover, the Contractor shall bond the cover to the grounding conductor with a 3 foot long flexible stranded jumper the sane size as the grounding conductor. Connection of bonding jumper to metal ground cover shall not be paid for directly but shall be sub- zo - g eidIary to various bid items. The boxes) must be clearly shown on the pions with plan notes fully describing the work 0: 07 required.Texas 5. If there are other ground boxes with metal Covers within the project limits but not Involved in the contract, the Engineer may direct the Contractor to ground the covers, designating and identifying the specific boxes in writing. This work will be paid for separately. 6. Termination to metal ground box covers shall be made using a tank ground type lug. Department of Transportation , Traffic Operations [Alston ELECTRICAL DETAILS— GROUND BOXES o ED (3) —03 r © TxDOT January 1992 v.: 70001 I. Tumor I,,, 0007 100, T000T m 5/03 Revision 4-98 REVISIONS Cunt soar OR HImHISS1 12-00 1- Revised "3 notes° 3-03 5-03 vsr T2 Tm SHEET INV. SHEETI 1 Oofl 24 aH ou w 71C 1 o RECORD DRAWING NO. STR 869 REVISION NO. CITY PROJECT# E12090 PREFAB PAV MRK (W) (12") (SLD) REEL PAV MRK TY I (W) (8") (SW) 20 PREFAB PAV MRK REFL PAV MRK TV I (W) (24") (SLD) W 8 ) SLD PREFAB PAV MRK (W) (24") (SLD) PREFAB PAV MRK TY C W ARRO RAISED REFL PAV MRKR TY I -C PREFAB PAV MRK REEL PAV MRK TY I REFL PAV MRK TY I TY C (W) (WORD) DOTTED (W) (8") (Y) (4") (SLD) REFL PAV MRK TY I (Y) (4") (BRK) RA SED REFL PAV MRKR T' I -C PREFAB PAV MRK TY C (W) (ARROW) ROW ROW R•W ROW ROW ROW ROW R ROW ROW — ROW 33+00 36+00 37+00 RO ROW ROW RO X X ROW ROW ROW ROW ROW ROW X ROW ROW REEL PAV MRK TY I (Y) (4") (SLD) (DBL) O oo (n w z J U RAISED REFL PAV MRKR TY II -A -A REFL PAV MRK TY I (W) (4") (BRK) RAISED REFL PAV MRKR TY I -C PAVEMENT MARKING LAYOUT BEGIN TO STA 38+00 SCALE: 1"= 20' RAISED REFL PAV MRKR TY II -A -A REFL PAV MRK TY I (W) (4") (BRK) REFL PAV MRK TY I REFL PAV MRK TYI (Y) (4") (SLD) (Y) (4") (BRK) ROW ROW REFL PAV MRK TY I (W) (4") (BRK) ROW ROW RO ROW ROW ROW ROW ROW ROW 104:ff MATCH LINE O 0 + N 43-(j W Iz LLJ J uj = W 39I+°° NAVIGATION BOULEVARD 42+00 ROW RO ROW RO R0l ROW R02 RO ROW R02 OR RAISED REFL PAV MRKR TY I -C RAISED REFL PAV MRKR TY II -A -A PAVEMENT MARKING LAYOUT STA 38+00 TO STA 43+00 SCALE: 1"= 20' RAISED REFL PAV MRKR TY I -C NOTE: DIMENSIONS ARE FROM FACE OF CURB AND CENTER OF PAVEMENT STRIPE. CONSULTANT'S JOB NO. 120472 02 0 REVISION NO. Z 0 L 0 0 v o U Q U p_ c 0 U 42 III IIS Department of Engineering Services m m m N O tO o w REVISION NO. SHEETS 1 lof 1 24 RECORD DRAWING NO. STR 869 CITY PROJECT# E12090 PREFAB PAV MRK (W) (24") (SLD) PREFAB PAV MRK (W) (12") (SW) REFL PAV MRK TY I (V) (4") (SLD) REFL PAV MRK TY I PREFAB PAV MRK (Y) (4") (BRK) TY C (W) (ARROW) REFL PAV MRK Ti (W) (4") (BRK) •. ROV RO RC ®Z "Erijrngritki 44+00 NAVIGATION BOULEVARD 5+00 — W z J U ROW ON ROW ROW -.0 ROW ROVE ROW ROW REFL PAV MRK TY I W J / PREFAB PAV MRK (W) (12") (SLD) PREFAB PAV MRK (W) (24") (SLD) z 0 REFL PAV MRK TY I REFL PAV MRK TY I (Y) (4") (SLD) (0) (4") (BRK) RAISED REFL PAV MRKR TY I -C RAISED REFL PAV MRKR TY II -A -A PREFAB P R (W) (24") (SLD) PREFAB PAV MR (W) (t2") (SW) PREFAB PAV MRK TY C W ARRO RAISED REFL PAV MRKR TY II -A -A PAVEMENT MARKING LAYOUT STA 43+00 TO STA 48+00 SCALE: 1 "= 20' REFL PAV MRK TY I (W) (4") (SW) PREFAB PAV MRK YIELD LINES 24 X 36 SPACED 10 APART TYP G RAISED REFL PAV MRKR TY I -C RAISED REFL PAV MRKR TY II -A -A D_ 0 1I PREFAB PAV MRK (W) (12") (SW) REFL PAV MRK TY (W) 4 ) BRK / (W) (12") (SLD) QPREFAB PAV MRK 0 OW ROW ROW ROW RO WOW EAS EAS EAS CAS ROA REFL PAV MRK TY I (0) (4") (SLD) (DBL) REFL PAV MRK TY I (0) (24") (SW) REFL PAV MRK TY I (W) (4") (BRK) PREFAB PAV MRK (W) (24") (SLD) PREFAB PAV MRK (W) (YIELD LINES) N1(24 X 36" SPACED 0" APART TYP) REFL PAV MRK TY W 4 SW lb4 PREFAB PAV MRK `(W) (12") (SW) PAVEMENT MARKING LAYOUT STA 48+00 TO 53+00 SCALE: 1"= 20' NOTE: DIMENSIONS ARE FROM FACE OF CURB AND CENTER OF PAVEMENT STRIPE. CONSULTANT'S JOB NO. 120472 DESCRIPTION Z B P U, 0 REVISION NO. ADDED COMMERCIAL DRIVEWAY STA 45+36.21 Z 0 U 0 8 HE Vo ,;,.s" ,n3 C zg O a U t CO> I_ Z 12 ��m CD g ___ 0) cm. co e�R 2 a U) CO N 0 LW 5 REVISION NO. SHEET'I 1 2of 1 24 RECORD DRAWING NO. STR 869 CITY PROJECT# E12090 AS VvV'\V V AV\ vvV VVv 54+00 /// /// /// /// /// PREFAB PAV MRK TY C (W) (ARROW) REFL PAV MRK TY I (W) (8") (SLD) PREFAB PAV MRK TY C (W) (WORD) L X Ro, PREFAB PAV MRK (W) (24") (SLD) ROW REFL PAV MRK TY I (W) (4") (SL)) R PAVMRKTYI (W) (8") (SLD) 46 REFL PAV MRK T'14 (W) (4") (SLD) PREFAB PAV MRK (W) (12") (SLD) PREFAB PAV MRK (W) (12") (SL)) REFL PAV MRK TY 1 (W) (4") (BRK) PREFAB PAV MRK C (W) (WORD) PREFAB PAV MRK (W) (24") (SLD) ',PREFAB PAV MRK YIELD LINES 24 X 36 SPACED X10" APART TYP) PREFAB PAV MRK TY C (W) (ARROW) REFL PAV MRK TY I - (W) (4") (SLD) ''.• REFL PAV MRK TY I ♦All III � �(W) (4") (SLD) OFF 00' 0 4- 55400 iNAVIGAIION BOULE')ARD 0 17.2' 0 RAISED REFL PAV MRKR TY I -C ROW ROW PREFAB P V MRK (W) (12") (SLD) PREFAB PAV MRK (W) (YIELD UNES) (24" X 36" SPACED 10" APART TYP) PAVEMENT MARKING LAYOUT STA 53+00 TO STA 57+00 SCALE: 1".= 20' w ROW ROl'! REFL PAV MRK TYI (Y) (4") (BRK) RAISED REFL PAV MRKR TY II -A -A R RAISED REFL PAV MRKR TY I -C REFL PAV MRK TY I (Y) (24") (SLD) REFL PAV MRK TY I (Y) (4") (SLD) (DBL) W ®Z ROW 60+00 61+00 2 00 OV ®iil�s R0V! ROW Y! ROW ROW REFL PAV MRK (W) (4") (BRK) ROW RAISED REFL PAV MRKR TY II -A -A RAISED REFL REFL PAV MRK TY 1 PAV MRKR oS -(Y) (4") (BRK) ROW QTY 1-C REFL PAV MRK TY I (Y) (4") (SLD) PREFAB PAV MRK TY C (W) (ARROW) RO RO PAVEMENT MARKING LAYOUT STA 57+00 TO STA 62+00 SCALE: 1"= 20' RO • • RO RCA. • • ROW NOTE: DIMENSIONS ARE FROM FACE OF CURB AND CENTER OF PAVEMENT STRIPE. CONSULTANT'S JOB NO 120472 z 0 fi w 5 U 0 0 0 Department of Engineering Services u, 0 0 0 414 0 o: SHEET1 1 3f 1 24 RECORD DRAWING NO. STR 869 CITY PROJECT# E12090 PREFAB PAV MRK N C (W) (ARROW) RAISED REFL PAV MRKR TY II -A -A ROW ROW ROW ROWROW REEL PAV MRK TY I (4") (BRK) x RAISED REFL PAV MRKR TY I -C ROW PREFAB PAV MRK (W) (24") (SLD) PREFAB PAV MRK (W) (12") (SLD) ROW ROW ROW REFL PAV MRK TY I REFL PAV MRK TY I (Y) (4") (BRK) (0) (4") (SLD) REEL PAV MRK TY I (W) (4") (BRK) W ROW R O O + Co U) LJ z J U H RAISED REFL PAV MRKR TY I -C PAVEMENT MARKING LAYOUT STA 62+00 TO STA 67+00 SCALE: 1"= 20' RAISED REEL PAV MRKR TY II -A -A REFL PAV MRK TY I (W) (4") (BRK) REFAB PAV MRK (W) (12") (SLD) PREFAB PAV MRK -(W' (24") (SLD) 0 O O I` (n LJ z J 0 ROW ROW Rob ROW OW ROW OW ROW ROW ROW ROW ROW ROW 69+00 NAVIGATION BOULEVARD b O O +Ln N Q 72- W Lu z (n = W (J) ROW ROW RO R W RO RO RO ROW REEL PAV MRK TY I REEL PAV MRK TY I (0) (4") (SLD) Y 4 BRK PREFAB PAV MRK TY C (W) (ARROW) R ISED REFL PAV MRKR TY I -C REEL PAV MRK N I (W) (4") (BRK) PAVEMENT MARKING LAYOUT STA 67+00 TO STA 72+00 SCALE: 1"= 20 RON ROW RO NOTE: DIMENSIONS ARE FROM FACE OF CURB AND CENTER OF PAVEMENT STRIPE. CONSULTANTS JOB NO. 120472 z 0 0 N 0 LW 0 REVISION NO. 0 0 U w Department of Engineering Services m F2 -) H O >- Z zCC to CC < O Q z LJ LU 0 REVISION NO. SHEET1 1 4of 124 RECORD DRAWING NO. STR 869 CITY PROJECT# E12090 UJ W I W W (n O O W z J I U RAISED REFL PAV MRKR TY II -A -A REFL PAV MRK TY I (Y) (4") (SLD) (DBL) PREFAB PAV MRK PREFAB PAV MRK TY C W WORD) TY C (W) (ARROW) PREFAB PAV MRK (W) (24") (SLD) PREFAB PAV MRK (W) (12") (SLD) PREFAB PAV MRK (W) (24") (SLD) R0V RO Roy ROW ROW ROW R ROW 73+00 ` o' - 74+00 -f -N NAVIGATION BOULEVARD 77+00- N 0 Of Q 0 J ROW ROW R0 ROW ROW ROW ROW ROW ROW RON PREFAB PAV MRK TY C (W) (ARROW) RAISED REFL PAV MRKR TY I -C REFL PAV MRK TY I DOTTED (W) (8") REFL PAV MRK TY I REEL PAV MRK TY I (W) (8") (SLD) (W) (8") (SLD) PAVEMENT MARKING LAYOUT STA 72+00 TO END SCALE: 1"=20' NOTE: DIMENSIONS ARE FROM FACE OF CURB AND CENTER OF PAVEMENT STRIPE. z 0 REVISION NO. I DATE CONSULTANT'S JOB NO. 120472 DESCRIPTION Department of Engineering Services G QW J Zz Fom cc a. REVISION NO. SHEET 1 5f 1 24 RECORD DRAWING NO. STR 869 CITY PROJECT# E12090 �er REFLECTIVE RAISED FOR VEHICLE POSITIONING 7_____,T71__,________:=.7.- nawl°:e.Eo1dae sm1m 4 MI. Debi. \ T 10.9460-I w.) a o eo ele -eo i� � meny nm. 0 FIONY Li1" r+oxllan l 91,0iYellow Lire '°�": TWO LANE TWO-WAY ROADWAY WITH OR WITHOUT SHOULDERS �-- 415-6100 815141105 AOIESIVE FOP PAD.NT Iw1301S 010-6150 MOM PAINT '..7046 6• my 1000 ^+.... Par703 Eau 6 n \relnr NOT APPLIED 1NFApPUsilc PM -6220 o w llro.� e o 50'o,e Lln Lem Lin ,' Ye w Ebel. 'e0 411 p0 Povm.n kiM mrerlala mall 0* 0004ar a° b, 100 0101*.n11 snelriwil�,< �\(/-�- e o e e ° I ^ J ,iOM,m;;°M�n is' im° =Y o ei ° e e ° DETAIL A 5.-,o• -•I�- w -I N , e 5 = \." e e I 1 YINOR TAG -IMT STREEE TYPICAL ..f'L, 0/ ,. 'It 06111. Ccz>upA E-1 6. n �Tbe e 1 e a e • f We M. a �0f04 f CENTERLINE AND LANE LINES FOR TWO-WAY LEFT TURN LANE L%' a E/ Line 6 q e e e e Pete E0u We Robb. d 5v<x Typo I 1159 Vier) 1411°I maYLa.l CEM PLI4E 0 / ieTy.x c r 11 -c -Re 04 a o : a e e 0 e o p e e u c E> ✓ m> lbmu40 ° e e e e e e Tel Jelin e o O -� ��- °�nw;' -" Sit 001111 a F inI olm 001 oo 0009 e¢ Vela°' m A A `- -CENTERLINE et +alzed s.m. Type 11 (TOP Viavl :N. 7 LANE LINES FOR ONE-WAY ROADWAY (NON -FREEWAY FACILITIES) "1°°r11o<.+o Rai<.0 Po rani fdpn-R+*410441 100* 4.a°vrt00.. 1; ",,r AND LANE LINES EDGE LINE AND LANE LINES <eem, mrmo traiiof°arwipea . Q 1 Type 1A DETAIL A'"DETAIL "B" DETAIL "C" X ADHESIVES \ 11(4.1 � Abe. Mr= SECTION A 1 n 1 e°- u 1 1 1 D p 1I n n n n 1 n Il II 1, 11 n n CENTER OR EDGELINE FOUR LANE TWO-WAY ROADWAY . "°°°I Me WITH OR WITHOUT SHOULDERS SeateYM101p ONE-WAY ROADWAY WITH OR WITHOUT SHOULDERS 4 T MO' n..4 "'nEaflB°p.*oo;"""° '4.wai°I°� wsr awlnn. Trw.iearar,lan. .. a. ° ' gen. Ebb` 4.1.119. GUIDE FOR PLACEMENT OF STOP LINES, EDGY LINE & CENTErierlaa **.4. 4. 0110 L. L n Q Pin f 4 sp-,s°�ft.� doted m Tr t Md. PiB a° >, °n0 °Vm01 ,I a DrierNIamro lb. Me L. L SII e Imdu ADI 40I/o'(4" IT0mmni0044 EmLln ea la if 7/ a nom. • TABLE 1 - TYPICAL LENGTH (LI MT PPLIFD,N OW xp' +ra. mn. P , Q 00.82,0 9/... Pe I aap.lin '' Nawld°neawlk Pham¢ da =1"01.11•Nmn amt INlo nY o , Am1:10„dead.la,rMaglr„nE°-°Ett,nn.10,.,d„ ❑+'A �� PO ilav}Eed niQwoyano 'ileo aloxpi 122 -C-R ltM1 A tn.mn mro :174, ,y?, ¢marw naPw�f nOMm ream CJ(J P./l % j �� �� C ��Wd�a'gife for eneraNei of -� L ,S°0 6a d.040 HA °w° Na of 7 .ream a �i w 3 to ,. EOG LIM OR CENTERLINE 0611 NE OP CENTMAtHE ,• LK LINE 04114001. s LAM LIM NOTEI PAVEMENT MARKINGS FOR TWO-WAY LEFT TURN LANES COW,n 1911 iL a .IrnaPae 1:4,:a�I.lear,6AraLD.. ❑ 1.1mt ❑ 11 L•„ 4•Y,IIw L. Lln� .din - - -ae ebb awtx tm,mpu4 bII Igrmu _,5 'nawinbm 6' Sol Id qHv tNrolTxlrq Lin E,% +epY le lin 42'.24 Pe Mb a YI°1de --_ " " VmiAe k qln eduiin '�..a.. re e °"i' -"r in;a, e bee Edge Limy di �,•Pln low Lira MIEw 0010awn'a wnim i,.: e.eian xw,x, ed, / 1. N.Dbalm i Q Pfl Ode mma ° le opti°ml be If ue.6 It ball 0e a ami. SOO fen Im.. even ILI vee imle I. 1. 0M4�*Oth a fl o-ol'ften In a,a tee „oohed ern 102 Met la Me lull ✓wloo- elan In MAPLES, in +o All MI. atoll N nada eon. la den. me locelm n nmeeay 01.1040. exlmald bars . abbe Mee boll N Mond realm naM le seder Nm se It. ere maimemends.0*0*01.114 ebb Ni°wlo rood. of o dila hlyxq emeu a° fray kb of Mr0°oyy Toednpleoo°fireed ray. Me ndim eeol.e nm We. IN eea elan. be .rmf ..Ieeen e*1 11, len.. ai° afn°+ e10• ¢ rye ere 1N nam. wen amn.Tu a rN n rmminif,ol°'I1.. a. rpiNlrenetl. FOUR LANE DIVIDED ROADWAY INTERSECTIONS t aA. embed If ml Inners40444m bele ref laatme ere used aiaq +n..+ncl.. S. is pend fence meld, rely 41..0 In 1N plmu70 ROADWAYS W TH REDUCED SHOULDER WIDTHS ACROSS BRIDGE OR CULVERT taam n a mlau re= niu i ana TO. rob.. IN len. m mo eon , • A 4 toot... In6norm .f o tel. re=n fee Irx Done. Me 1e,p+n a en 5on °"ml'Lp• 1d r Eo • Ien.4r n. raAnn+o Ila n. < 10 II "�'Toxos Gmaa#MreY a' Trafu/alafl[0 3 be 12• / Trete OPg=Pn enbb, GENERAL NOTES MATERIAL SPECIFICATIONS -'TI I8- H-° ' ).044019 etr4Pim Y14I m n 0Nw1 in Mb P4m, m m ere. tb bather. PAVESFNF MUM IREFLECTCRnE01 Y4-+200 36.fi V V V IImn1=11:,IYN=aemlw.96',00r �lneot EPDXY AM ADHESIVES 015,1w TYPICAL STANDARD 6melires as° I0+ ..wired In din mE aufter 011. 1 r0 Paye. DIMAIImus ADHESIVE Mg Feta. LL+a0EF5 D40-6100 Fm POSTED SPEED w MAD 00404 MC ED. TO w MOM 1HM 40 wl PAVEMENT MARKINGS i.IN,r 4 Irol.e only Ina beton n TN baby used M TM1m va TRAFFIC PAINT 040-620° rr h � Ir0Im90 a mglhe. oem are Wunxa. nim of .dnllnnmamaemieNllro oro NOT APPLIED 1NFPYALASTIC 040•0 - '1.101'.'D. PM(1)-12 fva Imr r000rw. PFMl p1FFA6N[ ATEDking FAMPE10.10X7 Iebb laa11 0X0-0200 T (T IB• ID AD Q G1 v 0 0 0 Q All be= 910100 041001041 stall feel MO l b 0.y°-n¢mdl Wrxlal ke°Itioalme FOP P[61[p SEM W MAO BEING WPMO NM m a Loss 1X14 4i3 ION 0 Mum M0'epe 1918 IB w, 004rib:. 1ui�+z. 1.0, me wire° a4lnea DY are plan<. YIELD LINES 13.1,r mere 60) �er REFLECTIVE RAISED FOR VEHICLE POSITIONING PAVEMENT MARKERS GUIDANCE1510035/41 MATERIAL SPECIFICATIONS MEAS IREttE010RMEm Dus.0010 DWI MD ADHESIVES 415-6100 815141105 AOIESIVE FOP PAD.NT Iw1301S 010-6150 MOM PAINT [Hs -0200 ull-A-A X01 IL.44SEE MUM 'B' ,e erDimed _-_-_-_. �._._._._--•klul.--. len_-_-_-_. „roben w NOT APPLIED 1NFApPUsilc PM -6220 PE P001000010 PAVENEN, 40141X65 EM -6240 411 p0 Povm.n kiM mrerlala mall 0* 0004ar a° b, 100 0101*.n11 snelriwil�,< �\(/-�- e o e e ° I ^ J �l 1 w• I.-- w' -'ice- 40' --I- 4E' --I is' im° =Y o ei ° e e ° DETAIL A 5.-,o• -•I�- w -I CENTERLINE FOR ALL TWO LANE ROADWAYS = \." e e I 1 YINOR TAG -IMT STREEE TYPICAL ..f'L, 0/ 4 Ccz>upA E-1 6. n �Tbe e 1 e a e • f We M. a �0f04 f CENTERLINE AND LANE LINES FOR TWO-WAY LEFT TURN LANE A A Robb. d 5v<x Typo I 1159 Vier) 1411°I maYLa.l � / ieTy.x c r 11 -c -Re 04 a o : a e e 0 e o p e e u c E> ✓ m> lbmu40 ° e e e e e Q i. t y)r6'.005140 e en. Leo LI I '�. Sit 001111 a F inI olm 001 oo 0009 e¢ CENTERLINE & LANE LINES r°m„��°�Ae„TST°1N,c'al`m °o FOR FOUR LANE TWO-WAY HIGHWAYS ° pp04 m 00 rent 40"144 m A A Mb 11.0 iYw [I -A -A IO1.i,.: et +alzed s.m. Type 11 (TOP Viavl :N. 7 LANE LINES FOR ONE-WAY ROADWAY (NON -FREEWAY FACILITIES) ® ® 1'• Rai<.0 Po rani fdpn-R+*410441 100* 4.a°vrt00.. 1; ",,r ° 0 <eem, mrmo traiiof°arwipea . Q 1 Type 1A DETAIL A'"DETAIL "B" DETAIL "C" X ADHESIVES \ 11(4.1 � Abe. Mr= SECTION A 1 n 1 e°- u 1 1 1 D p 1I n n n n 1 n Il II 1, 11 n n CENTER OR EDGELINE GENERAL NOTES nem.. rox.r<plmea m aoN.1, nn. vhL:F In tlnelmmd.lgey: PAVEMENT MARKERS 1 a D D 4 1 0 0000___ BROKEN LANE LINE 4001"°'°le«dnae0`",'''1.1"-",'"‘",'','mefRAISED . f-_ 44 ,�" REFLECTORIZED PROFILE PATTERN DETAIL IMMINDS U -. Io11H<.°B ° in A Toras Lyxrima7pf Trenspvtatlan / rel, qv.,. Warn GUIDANCE USING RAISED MARKERS REFLECTORIZED PROFILE MARKINGS PM (2) 12 40I/o'(4" IT0mmni0044 V LANE /'- rA'•haE�I MT PPLIFD,N OW �; ar�v , Q 00.82,0 9/... Pe I si••vx '' Nawld°neawlk Pham¢ da =1"01.11•Nmn amt INlo nY o , Am1:10„dead.la,rMaglr„nE°-°Ett,nn.10,.,d„ ❑+'A �� PO ilav}Eed niQwoyano 'ileo aloxpi 122 -C-R ltM1 A tn.mn mro :174, ,y?, ¢marw naPw�f x • _ for eneraNei of envra9 or Trm4PwtaH IMAM " d.040 HA °w° Na of 7 .ream a �i w 3 to ,. EOG LIM OR CENTERLINE 0611 NE OP CENTMAtHE ,• LK LINE 04114001. s LAM LIM NOTEI PAVEMENT MARKINGS FOR TWO-WAY LEFT TURN LANES COW,n 1911 iL mu., lee nod 1EE. nen r u, � .IrnaPae 1:4,:a�I.lear,6AraLD.. ❑ 1.1mt ❑ 11 n„ I,« ei 3.1 Inc .14914 ae Prob a 004Id <2r' YaI..1�n106, Yaln k 1 9 9 a - 4 .0i,., �0B Mlrve lad erg F' Type 23.4 Mere .ren 7. I_ af a,,..,,r-----..---- ,_ , .p d°nIA e x, 1 1yn'" _ ` �• pl... }r.1151.A.----..7........'"....."''.77,3op 3 )0.4406> ;MI: enl na a, -k Y** e, 6 t ,04,/ 110E EO - g� ¢ v�.n oe NIP DETAIL A O q 4 • 0 0 a¢xpuLe -r YINOR TAG -IMT STREEE TYPICAL ..f'L, 0/ 4 .. Ver. Ned en e. of Jun e' 0 0N T,n ael ly KM ro h 1N 1002111 n mese I. TWLTL AT TWO-WAY CROSS STREET AND RIGHT TURN LANE DROP glith DETAIL C ul :°''E"f"ee.I renq{: 1411°I maYLa.l I Q i. t y)r6'.005140 e en. Leo LI I J k -1\:;.,07, m Sit 001111 a F inI olm 001 oo 0009 e¢ 06(0000, 00000 it - ` - 4• en- eken <0 - �E-ye.. _ IIA .4.fled. DETAIL B R fel.1 .. an for aaaT,l410 P , .1b,Aid90*tl0 a Lm _ _ - HH $ ((( rolled �`-4 - =onw JJJ EdN _ .00'''''''''4•4' 3- Y0100(04 EPECIPICATIONE loo 0069° e"c".111 4 ) 4*0 Y3 C > Ot ttA6 A 0, wIi PAYMENT YM.00* IAEAE<i0004001 600.4000 ° 0 ,I [� - �, - - - - X ADHESIVES M4.6ia BVW ITLMIMO ADHESIVE POP PAD.. ARM C4S-6120 0Teses. nein d nen ,150010 PAINT ODS -6200 M Ye er�*0010Vyn t0,n 4eo eni. hens, a MD f -1414, nvN n TYPICAL TWLTL AT ONE-WAY STREET AND RIGHT TURN AUXILIARY V LANE MT PPLIFD,N OW MS -8220 �; ar�v TE0 P PNY4NEHi PPEFABftIGTEO PAvdENI WPo(iN00 00.82,0 m AI pwesrt 1,aNIIq OaNriplf Nm nus} }Fn re° 000 Deo 10*ol Yaexial spnlflwtlW011553 asspealliede„naplal¢, '' Nawld°neawlk Pham¢ da =1"01.11•Nmn amt INlo nY o , Am1:10„dead.la,rMaglr„nE°-°Ett,nn.10,.,d„ 010 11-1-A Nerkere '.1:11'I ' 1 Type I., Where ilav}Eed niQwoyano 'ileo aloxpi 122 -C-R ltM1 A tn.mn mro :174, ,y?, ¢marw naPw�f • _ '¢20'04 ^ II bene Iii. - I *112.419 envra9 or Trm4PwtaH IMAM " _ • �^j PAVEMENT MARKINGS FOR TWO-WAY LEFT TURN LANES EA A 'N) I_.......0.,\4_,_„1 c°'ne1e8 E� - DIVIDED HIGHWAYS AND RURAL LEFT TURN BAYS PM(3)-12 ❑ 1.1mt ❑ 11 _ °7�„SJ' ae0N106 TYPICAL TWO-LANE HIGHWAY INTERSECTION WITH LEFT TURN BAYS - TYPICAL TRANSITION FOR TWLTL AND DIVIDED HIGHWAY Igrmu pa wya, I,e °end CONSULTANT'S JOB NO. 120472 DESCRIPTION E§o O TTS - 22(12; C EN 0 ay+ 14 Gi „ft 34„. g O) SK m REVISION NO. 0 a N 0 Department of Engineering Services REVISION NO SHEET1 1 6 Of124 RECORD DRAWING NO. STR 869 CITY PROJECT# E12090 BEGIN PROP. EROSION CONTROL LOG 10 LF PROP. EROSION CONTROL LOG 34 LF PROP. EROSION CONTROL LOG WITHOUT TOP 34 LF WITH TOP 10 LF ■ PROP. SEEDING PROP. EROSION PROP. SEEDING (TYP) CONTROL LOG Cry)WITHPROP. EROSIO WITHUT OPT�5 LF '� 34 LF 34 LTONTRLOG IONI 60,4 Nit " �: X797 `\;ay.! STA. 32+87.39• /- aoa 33+0 35+00 -41 G PROP. EROSION CONTROL LOG 34. LF PROP. EROSION CONTROL LOG WITHOUT TOP 34 LF WITH TOP 10 LF PROP. SEEDING (TYP) PROP. SEEDING (TYP) a \\} \NNNNNNNNNNNN/ NAVIGATION BOULEVARD 36+00 37+00 I— ���\\\\\_�►� �t_` per: `-;'� \\ — , ;.e0 O`er.le.. ?. a0�..00+ riet"LO�aO ---- -O�aw■a�a „� ------------------ PROP. EROSION CONTROL LOG WITHOUT TOP 34 LF WITH TOP 15 LF PROP. EROSION CONTROL LOG 34 LF v® STORM WATER POLLUTION PREVENTION PLAN BEGIN TO STA 38+00 SCALE: 1"=20' PROP. EROSION CONTROL LOG WITHOUT TOP 34 LF WITH TOP 15 LF PROP. EROSION CONTROL LOG 34 LF 38- a - w.111�►i_1��116. PROP. EROSIO CONTROL LOG 40 LE O O co LU Z J U ®z 00 39+00 NAVIGATION BOULEVARD 40+00 41+00 (PROP. BLOCK SODDING (TYP.) N. i\.".. \ 42+00 PROP. EROSION CONTROL LOG WITHOUT TOP 34 LF WITH TOP 20 LF PROP. EROSION CONTROL LOG 26 LF STORM WATER POLLUTION PREVENTION PLAN STA 38+00 TO STA 43+00 SCALE: 1".20' PROP. EROSION CONTROL LOG 40 LF CONSULTANT'S JOB NO. 120472 I to z 0 a C) 0 LW CO gag p a� ul m =_LL it) E, 11111 c B'w .Eth SoB m Dr 0 REVISION NO. REVISED DRVEWAY WIDENING FROM 20' TO 24' AT STA 38+81 5 DESCRIPTION Department of Engineering Services 0 0 m a a, 0 N 0 S W 12 ow N pp m � z g 0 zm Qcc � a. QZ Z 0 F- L,0 > O ro LU J + Z < O H JE— O H- J O Z O W m 0 H - v) REVISION NO. SHEET1 1 7of 124 RECORD DRAWING NO. STR 869 CITY PROJECT# E12090 0 0 + F— Q w = LU � Z LIJ LLJ J PROP. EROSION CONTROL LOG WITHOUT TOP 34 LF WITH TOP 10 LF 0 44+00 NAVIGATION BOULEVARD 46+00 —I- PROP. EROSION CONTROL LOG WITHOUT TOP 34 LF !PROP. BLOCK SODDING (TYP. PROP. EROSION CONTROL LOG WITHOUT TOP 34 LF WITH TOP 10 LF PROP. EROSION CONTROL LOG 34 LF PROP. EROSION CONTROL LOG WITHOUT TOP 34 LF WITH TOP 15 LF PROP. EROSION CONTROL LOG 34 LF 'o *As.. rm,�.:asens __Am. NkkiET- .I:m G... • LW" hT-1011// _ a .�..,.1 Miii�Zd1fralli iallit illkaa �i ���•ic y--iuii b. `s, / II/ PROP.IIP ,' CONTROL EROSION � CONTROL LOG 34 LF � � PROP. EROSION / CONTROL LOG 34 LF MATCHLINE STA 48+00 PROP. EROSION CONTROL LOG 34 LF 49+00 PROP. BLOCK SODDING (TYP.) THOMA PROP. EROSION CONTROL LOG 16 LF STORM WATER POLLUTION PREVENTION PLAN STA 43+00 TO STA 48+00 SCALE: 1".20' PROP. EROSION CONTROL LOG WITHOUT TOP 34 LF PROP. SEEDING (TMP) PROP. EROSION CONTROL LOG 34 LF PROP. EROSIO CONTROL LOG 10 IF PROP. EROSION CONTROL LOG WITHOUT TOP 34 LF 18 RCP 50+00 NAVIGATION BOULEVARD 51+00 PROP. EROSIO CONTROL LOG 10 LF c 52+00 /// ROW EAS 8 RCP PROP. SEEDING (TYP) PROP. EROSION CONTROL LOG WITHOUT TOP 34 LF WITH TOP 10 IF STORM WATER POLLUTION PREVENTION PLAN STA 48+00 TO STA 53+00 SCALE: 1"=20' PROP. EROSION CONTROL LOG WITHOUT TOP 34 LF PROP. EROSION CONTROL LOG WITHOUT TOP 34 LF WITH TOP 10 LF RO- 48 - 53 0 0 + LQ Q w w Z (n J T W C ▪ 0 CONSULTANT'S JOB NO. 120472 z z 0 �i 0 2 z C a 0. 0. a Department of Engineering Services m tel ro N 0 z 0 Z 0 W + W LC) �.Q O (1) I O J 0 O _ • + W ▪ Q (n 0 F -- (I) 0 SHEET1 1 8Of 124 RECORD DRAWING NO. STR 869 CITY PROJECT# El 2090 G O O 00 r V) Lf) Q W (n W = W z W --I W = 0 60 RCP \\\ \\\ \\\ \\\ \\\ \\\ \\\ 00 /// PROP. SEEDING (TYP) PROP. EROSION CONTROL LOG WITHOUT TOP 34 LF WITH TOP 10 LF i 85 60 RCP 5400 _ I 5 oNAVIGION BOULEVARD 0 % !PROP. BLOCK SODDING (TVP.) 2 I=I I- W CO I— iii iii /// /1/ ? PROP. EROSION CONTROL LOG WITHOUT TOP 34 LF KM TOP 10 LF P ROW PROP. SEEDING (TYP) 60 RCP , „ PROP. EROSION CONTROL LOG WITHOUT TOP 34 LF 60 RCP PROP. EROSION CONTROL LOG WITHOUT TOP 34 LF WITH TOP 10 LF 60 RCP - / STORM WATER POLLUTION PREVENTION PLAN Poi STA 53+00 TO STA 57+00 SCALE: 1"=20' 60 RCP k - RCP 60 RCP 60 RCP 60 RCP 60+00 NAVIGATION ROULEVARD 60 RCP 60 RCP 60 RCP !PROP. BLOCK SODDING (TYP.) (PROP. EROSION CONTROL LOG WITHOUT TOP 34 LF \ PROP. EROSI:N CONTROL LOG 34 LF 61+00 60 RCP 60 RCP 57^ frz 60 RCP 60 RCP ROW 62- 60 RCP— PROP. EROSION CONTROL LOG WITHOUT TOP 34 LF WITH TOP 10 LF �\\1121. STORM WATER POLLUTION PREVENTION PLAN STA 57+00 TO STA 62+00 SCALE: 1"=20' R01 CONSULTANT'S JOB NO. 120472 a Z Re 7 z 2 i REVIS z 0 a 0 O Deportment of Engineering Services m m m N CO N 0 eel 0 O z 0 Z 0 W _F 0_Q Z (~r) O_ I- O0 D J O + NO LC) W a 0 (r) 0 0 SHEET 1 of 1 24 RECORD DRAWING NO. STR 869 CITY PROJECT# E12090 0 O + E -- LJ z J U H - PROP. EROSION CONTROL LOG WITHOUT TOP 34 LF WITH TOP 10 LF TO ROW PROP. EROSION CONTROL LOG WITHOUT TOP 34 LF 63+00 PROP. BLOCK SODDING (TIP.) ROW PROP. EROSIO CONTROL LOG 34 LF PROP. EROSIO CONTROL LOG 34 LF PROP EROSION CONTROL LOG WITHOUT TOP 34 LF PROP EROSION CONTROL LOG WITHOUT TOP 34 LF PROP. EROSION CONTROL LOG WITHOUT TOP 34 LF WITH TOP 10 LF �� ROWNI 143 5- i a PROP. EROSION CONTROL LOG WITHOUT TOP 34 LF 18 Z 0, 25 OCR SAVAGE LN 64+00 PROP. EROSION CONTROL LOG WITHOUT TOP 34 LF I/ PROP. EROSION CONTROL LOG WITHOUT TOP 34 LF 60 RCP PROP. EROSIO CONTROL LOG 10 LF v—� C7 a PROP. DITCH UNE SEDIMENT TRAP 3EA. LOGS 12"0 X 16' PROP. EROSION CONTROL LOG WITHOUT TOP 34 LF WITH TOP 10 LF PROP. EROSION CONTROL LOG WITHOUT TOP 34 LF WITH TOP 10 LF OSTORM WATER POLLUTION PREVENTION PLAN STA 62+00 TO STA 67+00 SCALE: 1"=20' PROP. EROSION CONTROL LOG WITHOUT TOP 34 LF WITH TOP 10 LF PROP. EROSION CONTROL LOG 34 LF PROP. DITCH LINE SEDIMENT TRAP 3EA. LOGS 12"0 X 16 PROP. EROSION CONTROL LOG WITHOUT TOP 34 LF WITH TOP 10 LF ROW PROP. EROSION CONTROL LOG WITHOUT TOP 34 LF WITH TOP 10 LF ill I A 44 PROP. EROSION CONTROL LOG 34 LF 10 CO W _z -J ®z PROP. EROSION CONTROL LOG WITHOUT TOP 34 LF PROP. EROSION CONTROL LOG WITHOUT TOP 34 LF 68+00 69+00 71+00 PROP. BLOCK SODDING (TIP.) 5x5 BOX 5x5 BOX 5x5 BOX 5x5 BOX 5x5 BOX 5x5 BOX 5x5 BOX 5x5 BOX 5x5 BOX 5x5 BOX 5x5 BOX PROP. EROSIO CONTROL LOG 34 LF P. PROP. DITCH LINE SEDIMENT TRAP 3EA. LOGS 12"0 X 16' PROP. EROSION CONTROL LOG WITHOUT TOP 34 LF WITH TOP 10 LF PROP. EROSION CONTROL LOG WITHOUT TOP 34 LF PROP. DITCH UNE SEDIMENT TRAP 3EA. LOGS 12"0 X 16' STORM WATER POLLUTION PREVENTION PLAN STA 67+00 TO STA 72+00 SCALE: 1 "=20' PROP. EROSION CONTROL LOG WITHOUT TOP 34 LF WITH TOP 10 LF PROP. EROSION CONTROL LOG 34 LF J W = W C.) (n CONSULTANT'S JOB NO. 120472 m 0 REVISION NO. z C 0 s C 0 w A, Department of Engineering Services m m w 4- ro N 0 0 z 0 z O Z O W + W N 0_ Q z(n 0 I— O0 D J O W + CO w a cc 0 I -- C!) REVISION NO. SHEET1203f 124 RECORD DRAWING NO. STR 869 CITY PROJECT# E12090 O O O N N Q LN (n Li -00 LiJ — z z 10 20 PROP. DITCH LINE SEDIMENT TRAP 3EA. LOGS 12"0 X 16' PROP. DITCH LINE SEDIMENT TRAP 3EA. LOGS 12"0 X 16' PROP. DITCH LINE SEDIMENT TRAP 3E4. LOGS 12"0 X 16' PROP. EROSION CONTROL LOG WITHOUT TOP 34 LF WITH TOP 16 LF PROP. EROSION CONTROL LOG 34 LF ROW PROP. EROSION CONTROL LOG WITHOUT TOP 34 LF 73+00 —F NAVIGATION BOULEVARD 75+00 PROP. BLOCK SODDING (TIP.) 5x5 BOX 5x5 BOX 5x5 BOX 5x5 BOX 5x5 BOX 5x5 BOX 5x5 BOX PROP. DITCH LINE SEDIMENT TRAP 3EA. LOGS 12"0 X 16' 76+00 5x5 BOX 5x5 BOX 5x5 BOX 5x5 BOX .��_----!'. ROW 71416. 73+00 PROP. DITCH LINE SEDIMENT TRAP 3EA. LOGS 12"0 X 16' PROP. EROSION CONTROL LOG WITHOUT TOP 34 LF WITH TOP 10 LF RO PROP. EROSION CONTROL LOG 34 LF PROP. EROSION CONTROL LOG 20 LF STORM WATER POLLUTION PREVENTION PLAN STA 72+00 TO END SCALE: 1"=20' 77+00 -- O) ROB O LVaQ J END STA. 76+95.33 7 z C 0 C U C CONSULTANT'S JOB NO. 120472 m Z omg p C>B90 Hp U REVISION NO. REVISED STORM WATER SYSTEM C U C co m U) m N 0 Department of Engineering Services a 0 0 N SHEET121of 124 RECORD DRAWING NO. STR 869 CITY PROJECT# E12090 DITCH LINE SEDIMENT TRAP STAKE LOG ON 000,4x04 510E AT ME CENTER, EADH ENO, AN0 LOG (RI1�0.XAL�Ppunc)As SECTION MA DITCH LINE SEDIMENT TRAP A—A xu DISNRBED AREA BACK OF CURB IJP OF GUTTER SECPON B—B BACK OF CURB SEDIMENT TRAP s AxE Loe ax DawNHI4 smE Ar ME CENTER, AT DEDH ENO, AND AT 4' MAI HEOS3 . OAE�9°OIPECIF°DU.RE LOC (4' MA ,SPACING), CURB INLET SEDIMENT TRAP x19 RO cmTaolROasosl°N osT Fiv w"N°maR�asc SECTION c—c RIGHT—OF—WAY SEDIMENT TRAP GENERAL NOTES LENGTHS OF EROSION CONTROL LOOS SHALL BE IN ACCORDANCE UM MANUFACNRER'S RECOMMENDATIONSREWIRED FOR PURPOSE INTENDED. M LENOM OF SHALL SE EO' FOR IS' DIAMETER OF OR 30' FOR ID DIAMETER LOGS. 2. UNLESS OTHER'MSE DIRECTED, USE BIODEGRADABLE OR PHOTODEGRADABLE COU CONTAINMENT WHEREONLY FOR TEMPORARYIVSTALL.0.5 REMAIN USE REC RECYCLABLE CONTAINMENT E AS PART OF A VEGETATIVE SYSTEM. LOGS 01M SUFFICIENT FILTER MATERIAL TO ACHIEVE DENS, THAT SALL HOLD SHAPE EXCESS°EFORMAPON. 4, SHALL EXCESS. STAKES SE 2' x 2' N'OOD OR g3 RES., 4' LONG, EMBEDDED SUM THAT 2' PROTRUDES ABOVE LOC, OR AS DIRECTED, 5. COMPOST CRADLE MATERIAL IS INGDENTAL AND 'MU NOT BE PAID FOR SEPARATELY. R. SANDBAGS SHALL BE SUBSIDIARY TO ITEM BOOS BIODEGRADABLE EROSION CONTROL LOGS. ©3003 OK resmI::IT.InAnt or Trons.P..Rion xas Deportment of Transportation BIODEGRADABLE EROSION CONTROL LOGS CORPUS CH bet, Yeon rural CRP—BECL I oiS OS ATHO2I5oO• �Imr I m AT CULVERT ENDS AT BRIDGE MEDIAN 11:FEAs° zaERMI„wMEMOs'"Y gfa TELT wRgIr DE accEss to AT DROP INLETS ST L. BIOGRO EROSION —pTCX Flow LL oDE N PLACE (ESO ) W W LAP DETAIL Nle I�1 • EDI W W W W W W W W W W OS CUL AT MEDIAN DRAINS .441 4 I1 AT E LOG ON 040 4 C SDE AT MNATA NR, fAtH Ex0 T A iailI PONTS AS P a9°OIREC�TED RE LOC (4' MA%. SPADINGJ, CQN1R°OL°RICGRO510x T0� \� QVC EROSION CONTROL LOG ELEVATION LEGEND UN OERSEROSIOYLE coxmoL LOG OISNRBED AREA 5051ING VEGETATION ©2005 04 Texas DePR Lment Al TCTERo,mG0 All !TEMP red xOs Department of Transportation BIODEGRADABLE EROSION CONTROL LOGS CRP—BECL CORPUS 00055 DISTRICT STANDARD p a ES - CONSULTANT'S JOB NO. 120472 z 0 a ON U LA 0 m 0 REVISION NO DESCRIPTION Department of Engineering Services m w 0 REVISION NO. SHEET122 of124 RECORD DRAWING NO. STR 869 CITY PROJECT# E12090 CONSULTANT'S JOB NO. 120472 4W-›�I i DENNIS L MILLER 51503 ' try1:.(�aENs�O;�i ¢-3-2o/¢ 44 . Drain to sediment . Drain to sediment trapping device 1 trapping device Stabilized 0 o W I R. O. W. I Driveway See note 2 o50' Min. SO' Min. 2" x 8" treated timbers LNV engineers I architects I contractors 801 NAVIGATION. SUITE 300 PH. (361)883-1984 CORPUS CHRISTI, TEXAS 78408 FAX (361)883-1986 TBPE FIRM NO. F-366 WWWANVINC.COM a Na la ^/ 10" Min. 'a 2" X 6" nailed onto abutted ends 3+r a. Treated timber plank Disturbed Soil Area ���� -� of wood Sheets za .1 • `} •( Min. iCK .+ 4-i:::: ���M%�M�i�I��PN�%��f7i •tWO�••� �•�t/fi+•fir �•��:Ni+•� l� i 1 I 1• V2" th plywood or pressed wafer board sheets :10.410II AM. •r`.rr i �19 z Ili 450741, wet R. 1 A il A the "Texas Enbineerina Pr a pver, TxDOT °ceumes no r orrect results or doeager WW1 It 0• • �0440 Coarse Aggregate ���• --1 4--1 I. -I I---1 . 1.--1 i .1 I ---I I. d g Paved Roadway MO! .101• c *W' O i ii :RI= 0e0 �. } I' ( ( PLAN 1.7411 :TOM :fir• Call lit I COLIC "OW ill I CITY OF h CORPUS CHRISTI TEXAS Department of Engineering Services r R • • • • • • • • r r 2" X 8" Timbers DISCLAIMERe The use of this standard Is governed by kind Is mode by TXDOT for any purpose whots of this standard to other formats or for inc 2" X 10" Railroad ties Nailed onto ends ,. ° PLAN Treated timber plank Typical dimensions 8" X 10" X 8' of wood sheets PLAN a�=�•_; – ,.— __ Disturbed soil { glik w 4' Min. 50' Min. 4' Min. 4' Min. ' a 16 Penny Nails 50' Min. 4' Min. 1' on centers. A 1/2" Min, thick tredted plywood or REVISION NO. � �� "4-1\1—''''' � _ V "–"V– –Approach transition Approach transition – – " _ Approach V _ transition Approach transition pressed wafer board sheets �i:�'i!�;•.,.. SECTION A -A Min:::�Lei:leL!ism't*i:iert*i:�' Mir .,;=;.ter► •• - r Wit.;:c.. :1 ._.;?y', 6a.'r yyY�i�`i�ii�.`i�i�`%♦i'0" f r r f f .t ':! r f / ff. •¢.(. • j ..r .pf\a • j, A• .C..•.Y•4. .�l::a.•gI Y'tri: ...:[.4-. .HG: ""HfAY.tY ':[:�F:' f. .. ...ti.f"f ��..-A—.Y.C:�.f:i.r: .,f . tie: .. :.....;4. N. .. ..,i..7.::T ; 1: ¢.Ga {.Fria{f..A... .{A {.w^ ri':-� a � e � n � c.l (.. {•4.. f9..�'L•�.:•.S .•� .Z... �.;:7 ...i.. ._. ... ... _... .._. _.... ... ..... ...... CONSTRUCTION EXIT (TYPE 3) 8" Min. Foundation course Foundation course 6" min. 6" min. PROFILE PROFILE GENERAL NOTES CONSTRUCTION EXIT (TYPE1)1. The length of the type 3 construction exit shall be as CONSTRUCTION EXIT (TYPE 2) shown on the plans, or as directed by the Engineer. NAVIGATION BOULEVARD UP RIVER ROAD TO LEOPARD STREET (BOND 2012) POLLUTION CONTROL MEASURES EC(3)-93 2. The type 3 construction exit may be constructed from open graded crushed stone with a size of two to four inches spread a min. of 4" thick to the limits shown on the plans. 3. The treated timber planks shall be 52 grade min., and GENERAL NOTES GENERAL NOTES should be free from large and loose knots. 1. The length of the type 1 construction exit shall be as 1. The length of the type 2 construction exit shall be as 4. The guidelines shown hereon ore suggestions only and may indicated on the plans, but not less than 50'. indicated on the plans, but not less than 50'. be modified by the Engineer. 2. The coarse aggregate should be open graded with a size of 4" to 8". 2. The treated timber plonks shall be attached to the railroad ties with 1/2"x 6" min. lag bolts. Other fasteners may be used 3. The approach transitions should be no steeper than 6:1 and as approved by the Engineer, z constructed as directed by the Engineer. 3. The treated timber planks shall be 52 grade min., and should be free from large and loose Knots. 4. The construction exit foundation course shall be flexible base, bituminous concrete, Portland cement concrete or other material 4. The approach transitions shall be no steeper then 6:1 and • ,Tbxas Departmentof transportation De�,� ion � ndwd 2 a E as approved by the Engineer. constructed as directed by the Engineer. 5. The construction exit shall be graded to allow drainage to a 5. The construction exit foundation course shall be flexible base, sediment trapping device.bituminous concrete, portland cement concrete or other material h approved by the Engineer. 6. The guidelines shown hereon are suggestions only and may T 6. The construction exit should be graded +o allow drainage +o a be modified by the Engineer, sediment trapping device. 7. The guidelines shown hereon are suggestions only and may be modified by +he Engineer. TEMPORARY EROSION , SEDIMENT AND WATER POLLUTION CONTROL MEASURES CONSTRUCTION EXITS EC {3} —93 o FILE: ec393.0n Es:Tx0OT loc. HEJ I D•:8D ICK: I NY ©TxDOT June 1993 C0eT SECT JOB RIOR•<Y REVISIONS WIZ h COM, CO, SHEET N0. Q '. Oli o SHEET 23 ofl 24 RECORD DRAWING NO. STR 869 IREVISION NO. CITY PROJECT# E12090 CONSULTANT'S JOB NO. 120472 SITE DESCRIPTION OTHER CONTROLS: EROSION AND SEDIMENT CONTROLS MAINTENANCE: All erosion and sediment controls will be maintained in good working order. \A •* %%%%%%A P5'' f5 .. t� 1.1°,i: . .8' 3% o �1I� AWE , ��, i �'� ( N 1I% ''.4'.. Ijt`•., •���\� 11•rs . p� It%%%%%%%%%% If a repair is necessary, it will be done at the earliest dote possible, but no later than 7 calendar days after the surrounding exposed ground has dried sufficiently to prevent PROJECT LIMITS: Total length is approximately 0.835 mile along Navigation Boulevard SOIL STABILIZATION PRACTICES: further damage from heavy equipment. The areas adjacent to creeks and drainage ways project beginning at Up River Road proceeding south to Leopard Street. shall have priority, followed by devices protecting storm inlets. TEMPORARY SEEDING°+ T PERMANENT SEEDING AND SODDING LEGEND: INSPECTION: An inspection will be performed by the contractor every 14 calendar days, as well MULCHING as after every rainfall event of one—half inch or more, — SOIL RETENTION BLANKET T= TEMPORARY An Inspection and Maintenance Report should be made per each inspection', and controls PROJECT DESCRIPTION: Street and utilities reconstruction. _ BUFFER ZONES P= PERMANENT shall be revised as indicated by this inspection report. _ T PRESERVATION OF NATURAL RESOURCES WASTE MATERIALS: All waste materials will be collected and stored in a securely lidded metal dumpster. The dumpster shall meet all State & local city solid waste management CITY OF CORPUS CHRISTI LNV engineers I architects I contractors TEXAS CORPUS NAVIGATION, SUITE 300 PH. (361)8831986 TREE FIRM NO. F366 W W W.LNVINC.COM Department of Engineering Services GENERAL : regulations. All trash and construction debris from the site shall be deposited in the MAJOR SOIL DISTURBING ACTIVITIES: Soil disturbing activities will include removal of existing dumpster. The dumpster will be emptied as necessary or as required by local structures, preparation of the right of way, excavation and embankment for drainage Disturbed areas on which construction activity has ceased (temporarily or permanently) Mations and the trash will be hauled to a local landfill. No construction waste regulations 14 to be structures, utilities and roadway. shall be stabilized within days unless activities are scheduled resume or material will be buried on site or any other unauthorized site. Washout areas shall within 21 days. performed be restored upon project completion. TOTAL PROJECT AREA: 9.31 acres TOTAL AREA TO BE DISTURBED: 9.31 acres PRACTICES: HAZARDOUS WASTE (INCLUDING SPILL REPORTING): At a minimum, any products in the z SCHEDULE OF STRUCTURAL AND SOIL STABILIZATION (USE SUPPLEMENTAL SCHEDULE IF NECCESSARY) following categories are considered to be hazardous: paints, acids for cleaning masonry d WEIGHTED RUNOFF COEFFICIENT CONSTRUCTION): surfaces, cleaning solvents, asphalt products, chemical additives for soil stabilization, or BY I DESCRII (AFTER C=0.68 DATE LOCATION DESCRIPTION INITIAL concrete curing compounds and additives. In the event of a spill which may be hazardous, the spill coordinator shall be contacted immediately (1-800-633-9363). EXISTING CONDITION OF SOIL & VEGETATIVE Clean up procedures shall be clearly posted as well as names of spill response COVER AND % OF EXISTING VEGETATIVE COVER: The existing soil type for this project is classified personnel. Hazardous materials shall be handled in accordance with applicable federal, as Victoria Clay by Soil Survey — •Nueces Co, Tx—Series 1960, No.26 (USDA—Soil Conservation state, county, city and Texas Water Commission rules and regulations. Service) SANITARY WASTE: All sanitary waste will be collected from the portable units as necessary, The existing surface is approximately 30% vegetated with native grasses. or as required by local regulations, by a licensed sanitary waste management contractor, in accordance with all state laws and Texas Water Commission rules. NAME OF RECEIVING WATERS: Corpus Christi Ship Channel OFFSITE VEHICLE TRACKING: HAUL ROADS DAMPENED FOR DUST CONTROL X LOADED HAUL TRUCKS TO BE COVERED WITH TARPAULIN T EXCESS DIRT ON ROAD REMOVED DAILY IMPACTS TO ENDANGERED SPECIES OR HABITAT: There will be no impacts to endangered species or 2.5_ STABILIZED CONSTRUCTION ENTRANCE AT STAGING AREA AND FIELD OFFICE Portable Sanitary Waste Units habitat by the permitted storm water discharges. POLLUTANT SOURCES FROM AREAS OTHER THAN CONSTRUCTION. w SCHEDULE OF SOIL DISTURBING ACTIVITIES: REMARKS: Disposal areas and stockpiles, shall be constructed in a manner that will minimize (USE SUPPLEMENTAL SCHEDULE IF NECESSARY) and control the amount of sediment that may enter receiving waters. Disposal areas DATE LOCATION DESCRIPTION INITIAL shall not be located in any wetland, waterbady or streambed. d z Construction staging and vehicle maintenance areas shall be constructed by the o Contractor. Construction should be accomplished in a manner to minimize the runoff w of pollutants. All waterways shall be cleared of temporary embankment, temporary matting, false work, debris, or other obstructions placed during construction operations that are not part of the finished work. No construction waste will be allowed to be buried within the limits of the right of way. PERMITS: CONTRACTOR SHALL UTILIZE THE STORM WATER POLLUTION PREVENTION PLAN AND SHALL STRUCTURAL PRACTICES: OBTAIN ALL PERMITS AND FULFILL ALL PERMIT REQUIREMENTS, INCLUDING FEES, FOR T.C.E.Q. NAVIGATION BOULEVARD UP RIVER ROAD TO LEOPARD STREET (BOND 2012) ENVIRONMENTAL PERMITS, ISSUES AND COMMITMENTS (EPIC) T SILT FENCES GENERAL PERMIT NO. 150000 RELATING TO DISCHARGES FROM CONSTRUCTION ACTIVITIES. THESE HAY BALES LEGEND: ACTIVITIES INCLUDE, BUT ARE NOT LIMITED TO, NOTICE OF INTENT (Nal), REQUIRED SITE POSTINGS _ ROCK BERMS AND NOTICE OF TERMINATION (NOT). ALL ACTIVITIES WILL BE PERFORMED AT THE MILESTONES DIVERSION, INTERCEPTOR, OR PERIMETER DIKES T= TEMPORARY FOR SUCH PERMITS. _ DIVERSION, INTERCEPTOR, OR PERIMETER SWALES P= PERMANENT REQUIRED BY THE T.C.E.Q. NO SEPARATE PAYMENT WILL BE MADE DIVERSION DIKE AND SWALE COMBINATIONS PIPE SLOPE DRAINS REVISED PROJECT AREA & DISTURBED AREA DESCRIPTION PAVED FLUMES — ROCK BEDDING AT CONSTRUCTION EXIT TIMBER MATTING AT CONSTRUCTION EXIT — CHANNEL LINERS T SEDIMENT TRAPS _ SEDIMENT BASINS T STORM INLET SEDIMENT TRAP STORM OUTLET STRUCTURES P CURBS AND GUTTERS T STORM SEWERS AND BOX CULVERTS VELOCITY CONTROL DEVICES _ CONCRETE RIPRAP T BIODEGRADABLE EROSION CONTROL LOGS STORM WATER MANAGEMENT :The structural practices will be in place prior to beginning major soil disturbing activities. Storm water runoff will continue to be conveyed via existing concrete pipes and box culvert to the receiving waters during construction of the improvements. Vo' m POST—CONSTRUCTION STORM WATER MANAGEMENT : The sediment control devices will ,a remain in place until 75% of seeding growth is achieved. SHEET 24of 124 co C". H S RECORD DRAWING NO. STR 869 0 d o 40 S CITY PROJECT# E12090 00 9101 ADDENDUM NUMBER 03 Navigation Blvd.—Up River Road to Leopard St. Project: (Bond 2012) Re Bid Owner: City of Corpus Christi City -- Engineer: J.H. Edmonds, P.E. Designer: Dennis L. Miller, P.E., - LNV, Inc. Project Number:E12090 Addendum No. 03 Specification Section: 00 9101 Issue Date: 12/10/2015 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: Dennis L. Miller, P.E. 12/10/15 Name Date Addendum Items: FRONT END DOCUMENTS: 00 01 00 — TABLE OF CONTENTS (ATTACHMENT NO. 1) 00 30 00 — BID ACKNOWLEDGMENT FORM (ATTACHMENT NO. 2) 00 30 01— BID FORM EXHIBIT A (ATTACHMENT NO. 3) CLARIFICATIONS: QUESTIONS AND ANSWERS: ARTICLE 1— BIDDING REQUIREMENTS 1.01 ACKNOWLEDGE ADDENDA ��.Atttt ...,,,\ I:- OF _ rc-i- I Jr DENNIS L. MILLER i da® 51503 iv: ,llo� (iCENSco :�.' . vFS G(„....-24,..._ — engineers I architects I contractors e0, 140Y10 1 V0ON. SATE xo CORPUS n.x,.s 01.03 WE MU 1q FJIe PH taw eas. SAX (}71)OG1tYM WV.W UNWCCOY 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. Addendum No. 03 Corpus Christi Standards - Regular Projects 00 91 01 - 1 REV 10-27 2015 1.02 MODIFICATIONS TO THE TABLE OF CONTENTS A. SECTION 00 01 00 TABLE OF CONTENTS DELETE: TABLE OF CONTENTS IN ITS ENTIRETY ADD: TABLE OF CONTENTS IN LIEU THEREOF (ATTACHMENT NO. 1) 1.03 MODIFICATIONS TO THE BID ACKNOWLEDGEMENT FORM A. SECTION 00 30 00 BID ACKNOWLEDGEMENT FORM DELETE: BID ACKNOWLEDGEMENT FORM IN ITS ENTIRETY ADD: BID ACKNOWLEDGEMENT FORM IN LIEU THEREOF (ATTACHMENT NO. 2) 1.04 MODIFICATIONS TO THE BID FORM A. SECTION 00 30 01 BID FORM EXHIBIT A DELETE: BID FORM EXHIBIT A IN ITS ENTIRETY ADD: BID FORM EXHIBITA IN LIEU THEREOF (ATTACHMENT NO. 3) CLARIFICATION: ADDED BID ITEMS • 1-A14 & 2 -A14 -Low Profile Concrete Barrier (Type 1). • 1-A15 & 2 -A15 -Low Profile Concrete Barrier (Type 2). • Revised items 1-B3 and 2-B4 for Flexible Base grade. • Revised items E3 thru E6 for Signalization Improvements. DELETED BID ITEM • 2-B33 Temporary Detour Pavement 1.05 MODIFICATIONS TO THE CONFLICT OF INTEREST QUESTIONNAIRE A. SECTION 00 30 04 CONFLICT OF INTEREST QUESTIONNAIRE B. DELETE: SECTION 00 30 04 CONFLICT OF INTEREST QUESTIONNAIRE IN ITS ENTIRETY ARTICLE 2 — CLARIFICATIONS 2.01 Bid Items 1-A2 and 2-A2, Clear Right -of -Way: Payment will be made based on quantity in Section 00 30 01, Bid Form Exhibit A. 2.02 During the pre-bid meeting a request was made to provide a legal clarification regarding section 4.04, paragraph A of Section 00 72 00 General Conditions. The City is not able to provide legal advice. Bidders should read and understand all of the terms and conditions of the contract. Bidders should consult with their legal counsel if they require legal clarification of any of the terms and conditions. 2.03 Crushed Limestone Flexible Base shall be Type A, Grade 1-2. Addendum No. 03 Corpus Christi Standards - Regular Projects 009101-2 REV 10-27-2015 2.04 Section 025424: Asphalt grades shall be as indicated for arterial street. All aggregates shall be a minimum SAC -B. ARTICLE 3 — QUESTIONS & ANSWERS 3.01 QUESTIONS & ANSWERS 0: With the Thanksgiving Holidays this week and the TxDOT highway letting next week can the bid opening date be postponed one week to 12/16/15? A: Yes, the bid opening date has been postponed to 12/16/2015 per Addendum No. 2. Q: Do you have to bid both base bids or can you bid just one of the base bids? A: Bidders may bid either Base Bid (Part 1) or Base Bid (Part 2) or both base bids. Q: Are there any pipelines and/or utilities that still need to be relocated? If so what is the schedule for relocation? A: On the north limits of the project from Up River Road to IH -37 North Frontage Road, the utilities identified in conflict have been relocated. On the south limits of the project from IH - 37 South Frontage Road to Leopard Street, there are still utilities that need to be relocated or adjusted. These adjustments and relocations consist of AEP power poles, AT&T underground utilities and City gas lines. Continued coordination with these entities is ongoing and a time of completion will be provided at the Pre -Construction Meeting. 0: The new hot mix pavement section is up to 19" thick. The new grades result in the roadway being lowered anywhere from 6-12". So there will be vertical drop offs up to 31" in some places. Normally CTB's are required in these cases especially when there is only a 3' buffer between the vertical drop off and the travel lane. Will Low Profile CTB's be required and if so can a pay item be added for them? A: Contractor must erect and maintain traffic control devices in accordance with Texas MUTCD (latest edition). Treatment of pavement drop-offs in work zones must comply with Appendix B in TxDOT Roadway Design Manual (latest edition). Contractor shall employ a positive barrier such as low -profile CTBs if warranted by edge conditions (proximity to adjacent traffic and depth and slope of pavement drop-off). Pay items have been added for Low Profile Concrete Barrier (Type 1 and Type 2) should the need for these barriers arise. If adequate space is available, the Contractor may elect to flatten out the pavement drop-off slope in lieu of providing a positive barrier as specified in the referenced document. 0: Per INVITATION TO BID AND INSTRUCTIONS TO BIDDERS a Non -mandatory pre-bid conference will be held. Bids will not be accepted from Bidders who do not attend the conference. It is the Bidders' responsibility to sign in at the pre-bid conference to verify their participation. Why is this when the meeting is not mandatory? A: The pre-bid conference is not mandatory; therefore, bids will not be rejected due to non- attendance at the pre-bid conference. Addendum No. 03 Corpus Christi Standards - Regular Projects 009101-3 REV 10-27-2015 Q: The following specifications are missing per the Table of Contents; 007400, 013301, 013401, 013402, 013403, 013404 & 013500. A: See revised Table of Contents included in this addendum. Q: Bid Form Exhibit A Part E signalization 2-E3 2-E4 2-E5 and 2-E6 call out Conduit Rigid metal and the plans that Maldonado -Burkett put out for the signal has PVC conduit for those 4 items will this be addressed on Addendum # 3 A: Bid items will be revised in the Bid Form to be included in Addendum No. 3. Q: The item for Temporary Detour Pavement A4 and B33 is in the proposal twice. A: This will be revised in the Bid Form to be included in Addendum No. 3. We will delete the one included in Bid Item 633. END OF ADDENDUM NO. 03 Addendum No. 03 Corpus Christi Standards - Regular Projects 009101-4 REV 10-27-2015 00 0100 TABLE OF CONTENTS Table of Contents Navigation Blvd. Up River to Leopard (Rebid), E12090 ADDENDUM NO. 3 ATTACHMENT 1 PG 1 OF 5 000100-1 REV 10-6-2015 Division / Section Title Division 00 Procurement and Contracting Requirements 00 21 13 Invitation to Bid and Instructions to Bidders (Rev 10/06/2015) 00 30 00 Bid Acknowledgment Form (Rev 10/06/2015) 00 30 01 Bid Form Exhibit A (Rev 03/23/2015) 00 30 02 Compliance to State Law on Nonresident Bidders 00 30 04 Conflict Interest Questionnaire DELETE LINE — FORM NO LONGER APPLICABLE of 00 30 05 Disclosure of Interest 00 30 06 Non -Collusion Certification 00 45 16 Statement of Experience (Rev 10/06/2015) 00 52 23 Agreement (Rev 10/06/2015) 00 61 13 Performance Bond (Rev 10/06/2015) 00 61 16 Payment Bond (Rev 10/06/2015) 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 Division 01 General Requirements 01 1100 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 3100 Project Management and Coordination 01 31 13 Project Coordination 01 31 14 Change Management 01 33 00 Document Management 01 33 02 Shop Drawings 01 33 03 Record Data 0133 04 Construction Progress Schedule 01 33 05 Video and Photographic Documentation Table of Contents Navigation Blvd. Up River to Leopard (Rebid), E12090 ADDENDUM NO. 3 ATTACHMENT 1 PG 1 OF 5 000100-1 REV 10-6-2015 Division / Section Title 0140 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 020 SITE ASSESSMENTS & CONTROLS 020100 Survey Monuments S49 021 SITE PREPARATION 021020 Site Clearing and Stripping SS 020140 Site Grading S6 021080 Removing Old Structures S55 022 EARTHWORK 022022 Trench Safety for Excavations 022100 Select Material S15 022420 Silt Fence S97 023 FOUNDATIONS, BORINGS, PILES & CAISSONS 023020 Jacking, Boring or Tunneling S65 025 ROADWAY 0252 SUBGRADES AND BASES 025202 Scarifying and Reshaping Base Course S23 025205 Pavement Repair, Curb, Gutter, Sidewalk and Driveway Replacement S54 0254 ASPHALTS AND SURFACES 025404 Asphalts, Oils and Emulsions S29 025414 Aggregate for Surface Treatment and Seal Coats S35 025418 Surface Treatment S32 025424 Hot Mix Asphaltic Concrete Pavement (Class A) S34 0256 CONCRETE WORK 025608 Inlets S63 025610 Concrete Curb & Gutter S52 025612 Concrete Sidewalks and Driveways S53 025614 Concrete Curb Ramps Table of Contents Navigation Blvd. Up River to Leopard (Rebid), E12090 ADDENDUM NO. 3 ATTACHMENT 1 PG 2 OF 5 000100-2 REV 10-6-2015 Division / Section Title 0258 TRAFFIC CONTROLS & DEVICES 025802 Temporary Traffic Controls During Construction 025805 Abbreviated Pavement Markings S101 025813 Preformed Striping and Emblems 025816 Raised Pavement Markers and Traffic Buttons 025818 Reference - Pavement Markers (Reflectorized) (TxDOT D-9-4200) 025828 Reference — Bituminous Adhesive for Pavement Markers (TxDOT D-9-6130) 026 UTILITIES 0262 GENERAL 026201 Waterline Riser Assemblies S79 026202 Hydrostatic Testing of Pressure Systems S89 026206 Ductile Iron Pipe and Fittings S81 026210 PVC Pipe — AWW C900 and C905 Pressure Pipe for Municipal Water Mains and Sanitary Sewer Force Mains S83 026214 Grouting Abandoned Utility Lines S3 0264 WATERLINES 026402 Waterlines S88 026404 Water Service Lines S87 026409 Tapping Sleeves and Tapping Valves S84 026411 Gate Valves for Waterlines S85 026416 Fire Hydrants S86 0266 SANITARY SEWER FORCE MAINS 026602 Sanitary Sewer Force Main S69 026604 Air Release Valves (Wastewater Application) S96 027 SEWERS & DRAINAGE 0272 GENERAL 027202 Manholes S62 027203 Vacuum Testing of Sanitary Sewer Manholes and Structures 0274 STORM SEWERS 027402 Reinforced Concrete Pipe Culverts S60 027404 Concrete Box Culverts S66 0276 SANITARY SEWERS (GRAVITY) Table of Contents Navigation Blvd. Up River to Leopard (Rebid), E12090 ADDENDUM NO. 3 ATTACHMENT 1 PG 3 OF 5 000100-3 REV 10-6-2015 Division / Section Title 027602 Gravity Sanitary Sewers S61 027606 Sanitary Service Lines 027611 Television Inspection of Conduits 028 SITE IMPROVEMENTS & LANDSCAPING 028020 Seeding S14 028040 Sodding S8 028200 Mail Box Relocation 028300 Fence Relocation S12 030 CONCRETE, GROUT 030020 Portland Cement Concrete S40 032020 Reinforcing Steel 542 038000 Concrete Structures S41 050 METALS 055420 Frames, Grates, Rings and Covers S57 Part T Technical Specifications 020 SITE ASSESSMENTS & CONTROLS 020001 Mobilization 022 EARTHWORK 022020 Excavation and Backfill for Utilities and Sewers 022021 Control of Ground Water 022040 Street Excavation 022080 Embankment 025 ROADWAY 0252 SUBGRADES AND BASES 025223 Crushed Limestone Flexible Base 0254 ASPHALTS AND SURFACES 025412 Prime Coat 0256 CONCRETE WORK 025620 Portland Cement Concrete Pavement 0258 TRAFFIC CONTROLS & DEVICES Table of Contents Navigation Blvd. Up River to Leopard (Rebid), E12090 ADDENDUM NO. 3 ATTACHMENT 1 PG 4 OF 5 000100-4 REV 10-6-2015 Division / Section Title 025807 Pavement Markings (Paint and Thermoplastic) 027 SEWERS & DRAINAGE 0272 GENERAL 027205 Fiberglass Manholes 0276 SANITARY SEWERS (GRAVITY) 027618 Sanitary Sewer Rehabilitation/ Pipebursting SIGNALIZATION SPECIFICATIONS AND CUT -SHEETS APPENDIX A Geotechnical Report END OF SECTION Table of Contents Navigation Blvd. Up River to Leopard (Rebid), E12090 ADDENDUM NO. 3 ATTACHMENT 1 PG 5 OF 5 000100-5 REV 10-6-2015 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 (type or print name of company) on: December 16, 2015 for Project No. E12090, Navigation Boulevard Up River Road to Leopard Street — Bond 2012 (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 - Navigation Boulevard Up River Road to Leopard Street, Bond 2012, Project No. E12090 (Rebid) 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 Bid Acknowledgement Form Navigation Blvd. Up River to Leopard, E12090 (Rebid) ADDENDUM NO. 3 ATTACHMENT 2 PG 1 OF 6 003000-1 REV 10-06-2015 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. Bid Acknowledgement Form Navigation Blvd. Up River to Leopard, E12090 (Rebid) ADDENDUM NO. 3 ATTACHMENT 2 PG 2 OF 6 003000-2 REV 10-06-2015 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 for: Base Bid 1 Base Bid 2 Add / Deduct Alternate 1 Add / Deduct Alternate 2 $ $ $ The Bidder selected for award of the Contract will be either the Lowest Responsible Bidder or the Bidder who provides the Best Value for the Owner that submits a responsive Bid. Owner will, at its discretion, award the contract to the lowest responsible Bidder for the Base Bid, plus any combination of Add or Deduct Alternates or to the Bidder who provides the Best Value for the Owner. 4.02 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 The contract may be awarded either to the lowest responsible bidder or to the bidder who provides the best value for the Owner. The Owner will consider the amount bid, the Bidder's Bid Acknowledgement Form Navigation Blvd. Up River to Leopard, E12090 (Rebid) ADDENDUM NO. 3 ATTACHMENT 2 PG 3 OF 6 003000-3 REV 10-06-2015 responsibility, the Bidder's safety record, the Bidder's indebtedness to Owner and whether the Bidder has met the minimum specific project experience requirements to determine the lowest responsible Bidder. The Owner reserves the right to waive any and all irregularities in determining the Bidders' responsibility or value, and whether the Bidder has met the minimum specific project experience requirements, and reserves the right to require the submission of additional information. 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 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 Bidder will complete the Work required to be substantially completed within 440 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 470 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. 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 05 DISCLOSURE OF INTEREST. F. SECTION 00 30 06 NON -COLLUSION CERTIFICATION. Bid Acknowledgement Form Navigation Blvd. Up River to Leopard, E12090 (Rebid) ADDENDUM NO. 3 ATTACHMENT 2 PG 4 OF 6 003000-4 REV 10-06-2015 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. 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. Bid Acknowledgement Form Navigation Blvd. Up River to Leopard, E12090 (Rebid) ADDENDUM NO. 3 ATTACHMENT 2 PG 5 OF 6 003000-5 REV 10-06-2015 ARTICLE 11— BID SUBMITTAL 11.01 This Bid is submitted by: Bidder: By: Name: Title: Attest: (typed or printed full legal name of Bidder) (individual's signature) (typed or printed) (typed or printed) State of Residency: Federal Tax Id. No. Address for giving notices: (individual's signature) 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 Bid Acknowledgement Form Navigation Blvd. Up River to Leopard, E12090 (Rebid) ADDENDUM NO. 3 ATTACHMENT 2 PG 6 OF 6 003000-6 REV 10-06-2015 00 30 01 BID FORM EXHIBIT A Project Name: NAVIGATION BOULEVARD UP RIVER ROAD TO LEOPARD ST. (BOND 2012) Project Number: E12090 Owner: City of Corpus Christi Bidder: Part A - GENERAL (per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) OAR: Mobilization/ Bonds/ Insurance (Maximum of 5% of Total Contract Price) Designer: LNV,INC. 00 30 01 BID FORM EXHIBIT A Basis of Bid Item DESCRIPTION UNIT ESTIMATED QUANTITY UNIT PRICE EXTENDED AMOUNT Base Bid (Part 1) -Concrete Pavement Part A - GENERAL (per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) 1 -Al Mobilization/ Bonds/ Insurance (Maximum of 5% of Total Contract Price) LS 1 $ $ 1-A2 Clear Right -of -Way AC 9.31 $ - $ - 1-A3 Ozone Advisory Day DAY 2 $ - $ - 1-A4 Temporary Detour Pavement SY 50 $ - $ - 1-A5 Fence Relocation LF 160 $ - $ - 1-A6 Survey Monument EA 2 $ - $ - 1-A7 Block Sodding SY 7,213 $ - $ - 1-A8 Seeding for Erosion Control SY 768 $ - $ - 1-A9 Silt Fence for Storm Water Pollution Prevention LF 50 $ - $ - 1-A10 12" Erosion Control Log LF 2,964 $ - $ - 1 -All Construction Exit EA 8 $ - $ - 1-Al2 Temporary Traffic Controls During Construction LS 1 $ - $ - 1-A13 Mail Box Relocation EA 2 $ - $ - 1-A14 Low Profile Concrete Barrier (Type 1) LF 2,820 $ - $ - 1-A15 Low Profile Concrete Barrier (Type 2) LF 80 $ - $ - SUBTOTAL PART A - GENERAL (Items 1-A1 thru 1-A15) $ - Part B - Rigid (Concrete) Paving, Marking & Signage Improvements (per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) 1-B1 Street Excavation SY 30,395 $ - $ - 1-B2 12" Compacted Subgrade SY 30,395 $ - $ 1-63 6" Crushed Limestone Flexible Base (Type A, Grade 1-2) SY 30,395 $ - $ - 1-B4 Prime Coat (0.15 Gal/SY) GAL 4,560 $ - $ - 1-B5 1" HMAC Pavement (Type D) Bond Breaker SY 29,555 $ - $ - 1-B6 7" Continuously Reinforced Concrete Pavement (Class P) SY 13,600 $ - $ - 1-B7 9" Continuously Reinforced Concrete Pavement (Class P) SY 15,955 $ - $ - 1-B8 6" Concrete Driveway SF 25,308 $ - $ - 1-B9 Unanticipated Concrete Driveway Removal SF 500 $ - $ - 1-B10 Prefab. Pavement Marking Type C (W) (ARROW) EA 27 $ - $ - 1-B11 Prefab. Pavement Marking Type C (W) ("ONLY") EA 6 $ - $ - 1-B12 Refl. Pavement Marking Type I (W) (4") (Broken) LF 1,871 $ - $ - 1-B13 Refl. Pavement Marking Type I (Y) (4") (Broken) LF 1,592 $ - $ - 1-B14 Refl. Pavement Marking Type I (W) (4") (Solid) LF 340 $ - $ - 1-B15 Refl. Pavement Marking Type I (Y) (4") (Solid) LF 7,499 $ - $ - Bid Form Exhibit A - Part 1 Concrete Navigation Blvd. - Up River Road to Leopard St. (Bond 2012), E12090 ADDENDUM NO.3 ATTACHMENT NO.3-PART 1 CONCRETE 1 of 7 00 30 01 Page 1 of 7 00 30 01 BID FORM EXHIBIT A ItemDESCRIPTION 1-C1 UNIT ESTIMATED QUANTITY UNIT PRICE EXTENDED AMOUNT 1-B16 Refl. Pavement Marking Type I (W) (8") (Solid) LF 652 $ - $ - 1-B17 Refl. Pavement Marking Type I (W) (24") (Solid) LF 285 $ - $ - 1-B18 Refl. Pavement Marking Type I (Y) (24") (Solid) (Gore) LF 78 $ $ - 1-B19 TY I -C Raised Pavement Marker (Reflectorized) EA 127 $ - $ - 1-B20 TY II -A -A Raised Pavement Marker (Reflectorized) EA 215 $ - $ - 1-B21 Street Sign Assembly w/ 9" Blades (Green) EA 1 $ - $ - 1-622 Street Sign Assembly w/ 9" Blades (Green) and STOP Sign EA 5 $ - $ - 1-B23 NO PARKING Sign EA 10 $ - $ - 1-624 Other Regulatory Sign EA 21 $ - $ - 1-B25 Asphalt Pavement Repair (Type 1) SY 100 $ - $ - 1-B26 Asphalt Pavement Repair (Type 2) SY 290 $ - $ - 1-627 6" Concrete Pavement Repair (Class P) SY 25 $ - $ - 1-B28 Allowance for Unanticipated -Street Related LS 1 $ 75,000.00 $ 75,000.00 1-B29 Prefab. Pavement Marking Type C (Yield Marking) LF 80 $ - $ - SUBTOTAL PART B - Rigid (Concrete) Paving, Marking & Signage Improvements (Items 1-B1 thru 1-B29) $ - Part C - ADA Pedestrian Improvements (per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) 1-C1 4" Concrete Sidewalk SF 33,214 $ - $ - 1-C2 Concrete Sidewalk Retaining Curb (24" Maximum Height) LF 636 $ - $ - 1-C3 Concrete Curb Ramp SF 1,388 $ - $ - 1-C4 Unanticipated Concrete Sidewalk Removal SF 100 $ - $ - 1-05 Prefab. Pavement Marking Type C for Crosswalks (W) (12") LF 1,210 $ - $ - 1-C6 Prefab. Pavement Marking Type C for Crosswalks (W) (24") LF 224 $ - $ - SUBTOTAL PART C - ADA Pedestrian Improvements (1 -Cl THRU 1-C6) $ - Part D - Gas Line Improvements (By Contractor) (per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) 1-D1 Adjust Existing Gas Valve Box to Finish Grade EA 4 $ - $ - 1-D2 Final Backfill & Compaction for Gas Line Trench LF 7,200 $ - $ - 1-D3 Remove Abandoned Gas Line, Backfill & Compact LF 7,231 $ - $ - 1-D4 6" Steel Split Casing for Existing 2" Dia. Gas Line LF 250 $ - $ - 1-D5 8" Steel Split Casing for Existing 4" Dia. Gas Line LF 240 $ - $ - SUBTOTAL PART D - Gas Line Improvements (By Contractor) (1 -Dl THRU 1-D5) $ - Part E - Signalization Improvements (per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) 1-E1 DRILL SHAFT (TRF SIG POLE) (36 IN) LF 65 $ - $ - 1-E2 DRILL SHAFT (TRF SIG POLE) (48 IN) LF 66 $ - $ - 1-E3 CONDT (PVC)(SCH 40) (2") LF 563 $ - $ - 1-E4 CONDT (PVC)(SCH 40) (2") (BORE) LF 499 $ - $ - 1 -ES CONDT (PVC)(SCH 40) (4") LF 186 $ - $ - 1-E6 CONDT (PVC) (5CH 40)(4") (BORE) LF 767 $ - $ - Bid Form Exhibit A - Part 1 Concrete Navigation Blvd. - Up River Road to Leopard St. (Bond 2012), E12090 ADDENDUM NO. 3 ATTACHMENT NO.3-PART 1 CONCRETE 2 of 7 00 30 01 Page 2 of 7 00 30 01 BID FORM EXHIBIT A Bid Form Exhibit A - Part 1 Concrete Navigation Blvd. - Up River Road to Leopard St. (Bond 2012), E12090 ADDENDUM NO. 3 ATTACHMENT NO.3-PART 1 CONCRETE 3 of 7 00 30 01 Page 3 of 7 Item DESCRIPTIONUNIT ESTIMATED QUANTITY UNIT PRICE EXTENDED AMOUNT 1-E7 ELEC CONDR (NO. 6) BARE LF 123 $ - $ 1-E8 ELEC CONDR (NO. 6) INSULATED LF 246 $ - $ _ 1-E9 ELEC CONDR (NO. 8) BARE LF 1,586 $ - $ _ 1-E10 ELEC CONDR (NO. 8) INSULATED LF 2,070 $ - $ - 1-E11 GROUND BOX TY A (122311) W/APRON EA 7 $ - $ - 1-E12 GROUND BOX TY C (162911) W/APRON EA 12 $ - $ _ 1-E13 REMOVE EXISTING GROUND BOXES EA 12 $ - $ _ 1-E14 ELC SRV TY D 120/240 070 (NS)AL(E)TS(0) EA 2 $ - $ - 1-E15 INSTALL HWY TRF SIG (ISOLATED) EA 2 $ - $ - 1-E16 TRAFFIC SIGNAL CONTROLLER ASSY (TS-2)ECONOLITE EA 2 $ - $ - 1-E17 CONTROLLER FOUNDATION & EXTENSION EA 2 $ - $ - 1-E18 (.25KW EQ) LED LUMINAIRE EA 6 $ - $ 1-E19 ALUMINUM SIGNS (TRAFFIC SIGNAL) EA 8 $ - $ - 1-E20 EXTRUDED ALUMINUM SIGNS (TRAFFIC SIGNAL) EA 8 $ - $ _ 1-E21 WIND DAMPING PLATE EA 7 $ - $ - 1-E22 DRILL SHAFT (TRF SIG POLE)(24 IN) LF 84 $ - $ - 1-E23 BACK PLATE (12 IN) (3 SEC) EA 16 $ - $ - 1-E24 BACK PLATE (12 IN) (4 SEC) EA 4 $ - $ - 1-E25 VEH SIG SEC (12 IN) LED (GRN ARW) EA 4 $ - $ - 1-E26 VEH SIG SEC (12 IN) LED (GRN) EA 16 $ - $ - 1-E27 VEH SIG SEC (12 IN) LED (YEL ARW) EA 8 $ - $ - 1-E28 VEH SIG SEC (12 IN) LED (YEL) EA 16 $ - $ - 1-E29 VEH SIG SEC (12 IN) LED (RED ARW) EA 4 $ - $ - 1-E30 VEH SIG SEC (12 IN) LED (RED) EA 16 $ - $ - 1-E31 PED SIG SEC (16 IN) LED (COUNTDOWN) EA 16 $ - $ - 1-E32 TRF SIG CBL (TY A) (12 AWG) ( 2 CONDR) LF 3,831 $ - $ - 1-E33 TRF SIG CBL (TY A) (14 AWG) ( 5 CONDR) LF 4,451 $ - $ - 1-E34 TRF SIG CBL (TY A) (14 AWG) ( 7 CONDR) LF 277 $ $ 1-E35 TRF SIG CBL (TY A) (14 AWG) (16 CONDR) LF 1,077 $ - $ - 1-E36 INS TRF SIG PL AM(S) 1 ARM (24') LUM EA 1 $ - $ - 1-E37 INS TRF SIG PL AM(S) 1 ARM (28') EA 1 $ - $ - 1-E38 INS TRF SIG PL AM(S) 1 ARM (28') LUM EA 2 $ _ $ - 1-E39 INS TRF SIG PL AM(S) 1 ARM (32') LUM EA 1 $ _ $ - 1-E40 INS TRF SIG PL AM(S) 1 ARM (50') EA 1 $ - $ - 1-E41 INS TRF SIG PL AM(S) 1 ARM (50') LUM EA 1 $ - $ - 1-E42 INS TRF SIG PL AM(S) 1 ARM (65') LUM EA 1 $ - $ - 1-E43 PED POLE ASSEMBLY EA 14 $ - $ - 1-E44 REMOVING TRAFFIC SIGNALS EA 3 $ - $ - 1-E45 RADAR PRESENCE DETECTION DEVICE (RPDD) EA 8 $ - $ - 1-E46 RADAR COMM CABLE LF 1,304 $ - $ - 1-E47 ACCESSIBLE PEDESTRIAN SIGNAL UNITS EA 16 $ - $ - 1-E48 ETHERNET CAT 5 CABLE (COHU CA200 SERIES) LF 256 $ - $ - 1-E49 CAMERA PTZ (COHU 3960 SERIES EA 2 $ - $ - 1-E50 TEMPORARY TRAFFIC SIGNALS EA 1 $ - $ - 1-E51 BARRICADES LS 3 $ - $ - 1-E52 MOBILIZATION LS 1 $ - $ - SUBTOTAL PART E - Signalization Improvements (1-E1 THRU 1-E52) $ - Bid Form Exhibit A - Part 1 Concrete Navigation Blvd. - Up River Road to Leopard St. (Bond 2012), E12090 ADDENDUM NO. 3 ATTACHMENT NO.3-PART 1 CONCRETE 3 of 7 00 30 01 Page 3 of 7 00 30 01 BID FORM EXHIBIT A Item DESCRIPTION UNIT ESTIMATED QUANTITY UNIT PRICE EXTENDED AMOUNT Part F - Street Lighting Conduit (By Contractor) (per SECTION 01 23 10 ALTERNATES AND ALLOWANCES) 1-F1 3" Dia. PVC (Sch. 40) Elec. Conduit for Street Lights LF 3,830 $ - $ - 1-F2 3" Dia. PVC Cap EA 4 $ - $ - 1-F3 11" x 18" x 18" Ground Box for Street Lighting Conduit EA 7 $ - $ - SUBTOTAL PART F - Street Lighting Conduit (By Contractor) (1-F1 THRU 1-F3) $ - Part G - Sto m Water (Drainage) Improvements (per SECTION 01 23 10 ALTERNATES AND ALLOWANCES) 1-G1 15" Dia. RCP (Class III) LF 56 $ - $ - 1-G2 18" Dia. RCP (Class III) LF 1,137 $ - $ - 1-G3 24" Dia. RCP (Class III) LF 382 $ - $ - 1-G4 27" Dia. RCP (Class III) LF 12 $ - $ - 1-G5 30" Dia. RCP (Class III) LF 55 $ - $ - 1-G6 Tie-in Existing 6" Dia. PVC EA 1 $ - $ - 1-G7 Tie-in Existing 15" Dia. RCP EA 2 $ - $ - 1-G8 Tie-in Existing 18" Dia. RCP EA 5 $ - $ - 1-G9 Tie-in Existing 24" Dia. RCP EA 3 $ - $ - 1-G10 Tie-in Existing 30" Dia. RCP EA 2 $ - $ - 1-G11 15" Dia. Concrete Plug EA 3 $ - $ - 1-G12 18" Dia. Concrete Plug EA 4 $ - $ - 1-G13 Sidewalk Drain EA _ 2 $ - $ - 1-G14 5' Standard Curb Inlet EA 25 $ - $ - 1-G15 5' Inlet Extension EA 13 $ - $ - 1-G16 Grate Inlet EA 1 $ - $ - 1-G17 Post Inlet EA 8 $ - $ - 1-G18 4' Dia. Concrete Storm Water Manhole (Type A) EA 1 $ - $ - 1-G19 Adjust Existing Storm Water Manhole to Finish Grade EA 10 $ - $ - 1-G20 6" Concrete Header Curb LF 5,648 $ - $ - 1-G21 Unanticipated Curb & Gutter Removal LF 100 $ - $ - 1-G22 5" Concrete Riprap SF 97 $ - $ - 1-G23 Trench Safety for Storm Water Conduits LF 1,642 $ - $ - 1-G24 Trench Safety for Storm Water Inlet EA 35 $ - $ - 1-G25 Trench Safety for Storm Water Manhole or Junction Box EA 19 $ - $ - 1-G26 Allowance for Unanticipated Storm Water Improvements LS 1 $ 50,000.00 $ 50,000.00 1 G27 4' Dia. Conc. Storm Water Manhole (Type A) on Existing RCP EA 8 $ - $ - 1 G28 7'Dia. Conc. Storm Water Manhole (Type A) on Existing RCP EA 5 $ - $ - 1-G29 5' Special Storm Water Curb Inlet EA 1 $ - $ - 1-G30 Concrete Manhole Riser on Existing Box Culvert EA 4 $ - $ - 1-G31 4' SQ. Concrete Storm Water Junction Box EA 1 $ - $ - SUBTOTAL PART G - Storm Water (Drainage) Improvements (1-G1 THRU 1-G31) $ Bid Form Exhibit A - Part 1 Concrete Navigation Blvd. - Up River Road to Leopard St. (Bond 2012), E12090 ADDENDUM NO. 3 ATTACHMENT NO.3-PART 1 CONCRETE 4 of 7 00 30 01 Page 4 of 7 00 30 01 BID FORM EXHIBIT A Item DESCRIPTIONUNIT 1-H1 ESTIMATED QUANTITY UNIT PRICE EXTENDED AMOUNT Part H - Water Distribution Improvements (per SECTION 01 23 10 ALTERNATES AND ALLOWANCES) 1-H1 4" Dia. Tie-in/ Connection EA 3 $ - $ - 1-H2 6" Dia. Tie-in/ Connection EA 3 $ - $ 1-H3 8" Dia. Tie-in/ Connection EA 11 $ - $ - 1-H4 12" Dia. Tie-in/ Connection EA 2 $ - $ Remove Existing Wastewater Line (12'-18' Depth) Remove OR Grout & Abandon In -Place, Existing 4" - 12" Dia. Asbestos -Cement Waterline LF 6,698 $ - $ - 1-H6 8" Dia. C900 PVC Waterline (DR 18) LF 4,864 $ - $ - 1-H7 12" Dia. C900 PVC Waterline (DR 18) LF 197 $ - $ - 1-H8 8" Dia. Ductile Iron Waterline (Pressure Class 350 psi) LF 40 $ - $ - 1-H9 6" x 2" D.I. Reducer EA 1 $ - $ - 1-H10 8" x 4" D.I. Reducer EA 1 $ - $ - 1-H11 8" x 6" D.I. Reducer EA 4 $ - $ - 1-H12 12" x 8" D.I. Reducer EA 2 $ - $ - 1-H13 24" x 8" D.I. Reducer EA 1 $ - $ - 1-H14 8" Dia. 11.25° D.I. Bend EA 8 $ - $ - 1-H15 8" Dia. 45° D.I. Bend EA 50 $ - $ - 1-H16 12" Dia. 45° D.I. Bend EA 4 $ - $ - 1-H17 8" x 6" D.I. Tee EA 1 $ - $ - 1-H18 8" x 8" D.I. Tee EA 10 $ - $ - 1-H19 6" Gate Valve with Box and Cover EA 1 $ - $ - 1-H20 8" Gate Valve with Box and Cover EA 37 $ - $ - 1-H21 Fire Hydrant Assembly (Type 1) EA 16 $ - $ - 1-H22 Remove and Replace Existing 1" Dia. Water Service EA 1 $ - $ - 1-H23 Remove and Replace Existing 2" Dia. Water Service EA 15 $ - $ - 1-H24 Relocate Existing Water Meter EA 4 $ - $ - 1-H25 Adjust Existing Water Valve Boxes and Meter Boxes to Finish Grade LS 1 $ - $ - 1-H26 Trench Safety for Waterlines LF 11,799 $ - $ - 1-H27 Allowance for Unanticipated Water Improvements LS 1 $ 50,000.00 $ 50,000.00 1-H28 Water Meter Vault EA 1 $ - $ - SUBTOTAL PART H - Water Distribution Improvements (1-H1 THRU 1-H28) $ - Part I - Wastewater (Sanitary Sewer) Improvements (per SECTION 01 23 10 ALTERNATES AND ALLOWANCES) 1-11 4" Dia. Tie-in/ Connection (Gravity) EA 4 $ - $ - 1-12 6" Dia. Tie-in/ Connection (Gravity) EA 5 $ - $ - 1-13 8" Dia. Tie-in/ Connection (Gravity) EA 7 $ - $ - 1-14 Remove Existing Wastewater Line (6'-12' Depth) LF 1,136 $ - $ - 1-15 Remove Existing Wastewater Line (12'-18' Depth) LF 300 $ - $ - 1-16 Bypass Pumping of Raw Sewerage LS 1 $ - $ - 1-17 6" Dia. PVC (SDR 26) Wastewater Gravity Line (0'-6' Depth) LF 95 $ - $ - 1-18 6" Dia. PVC (SDR 26) Wastewater Gravity Line (6'-8' Depth) LF 10 $ - $ Bid Form Exhibit A - Part 1 Concrete Navigation Blvd. - Up River Road to Leopard St. (Bond 2012), E12090 ADDENDUM NO. 3 ATTACHMENT NO.3-PART 1 CONCRETE 5 of 7 00 30 01 Page 5 of 7 00 30 01 BID FORM EXHIBIT A Item DESCRIPTION UNIT ESTIMATED QUANTITY UNIT PRICE EXTENDED AMOUNT 1-19 8" Dia. PVC (SDR 26) Wastewater Gravity Line (0'-6' Depth) LF 162 $ $ 1 110 8"Dia. PVC (SDR 26) Wastewater Gravity Line (6'-8' Depth) LF 248 $ - $ - 1 I11 8' Dia. PVC (SDR 26) Wastewater Gravity Line (8'-10' Depth) LF 920 $ - $ - 1-112 8" Dia. PVC (SDR 26) Wastewater Gravity Line (10'-14' Depth) LF 40 $ $ 1 113 8" Dia. PVC Wastewater Pressure Pipe (150psi) for Waterline Crossing (6'-8' Depth) LF 120 $ - $ - 1-114 4' Dia. Fiberglass Manhole (< 6' Depth) EA 14 $ - $ - 1-115 Extra Depth for 4' Dia. Manhole (Over 6' Depth) VF 38 $ - $ - 1-116 6" Dia. Drop Connection EA 1 $ - $ - 1-117 8" Dia. Drop Connection EA 1 $ - $ - 1 118 Replace Existing Wastewater Service w/ New Service Connection EA 3 $ - $ - 1-119 Adjust Existing Wastewater Manhole to Finish Grade EA 2 $ - $ - 1-120 Trench Safety for Wastewater Lines LF 3,864 $ - $ - 1-121 Trench Safety for Wastewater Manhole EA 17 $ - $ - 1-122 Allowance for Unanticipated Wastewater Improvements LS 1 $ 50,000.00 $ 50,000.00 1-123 8" Dia. Pipebursting (VCP to HDPE) LF 1,362 $ - $ - 1-124 Contractor Option: 6" Dia. Pipebursting LF 65 $ - $ - (VCP to HDPE) OR 8" Dia. PVC (SDR 26) WW Gravity Line Remove & Replace 1 125 Contractor Option: 8" Dia. Pipebursting LF 768 $ - $ - (VCP to HDPE) OR 8" Dia. PVC (SDR 26) WW Gravity Line Remove & Replace 1-126 Rehabilitate Existing 4' Dia. Sanitary Manhole (8' Depth) EA 1 $ - $ - 1-127 Rehabilitate Existing 5' Dia. Sanitary Manhole (18' Depth) EA 1 $ - $ - 1-128 Contractor Option: Rehabilitate Existing 4' Dia. Sanitary EA 3 $ - $ - M.H. (8' Depth) OR 4' Dia. Fiberglass Manhole Remove & Replace SUBTOTAL PART I - Wastewater (Sanitary Sewer) Improvements (1-I1 THRU 1-128) $ - Bid Form Exhibit A - Part 1 Concrete Navigation Blvd. - Up River Road to Leopard St. (Bond 2012), E12090 ADDENDUM NO. 3 ATTACHMENT NO.3-PART 1 CONCRETE 6 of 7 00 30 01 Page 6 of 7 00 30 01 BID FORM EXHIBIT A Item DESCRIPTION UNIT ESTIMATED QUANTITY UNIT PRICE EXTENDED AMOUNT BID SUMMARY SUBTOTAL PART A - GENERAL (Items 1 -Al thru 1-A15) $ - SUBTOTAL PART B - Rigid (Concrete) Paving, Marking & Signage Improvements (Items 1-B1 thru 1- B29) $ - SUBTOTAL PART C - ADA Pedestrian Improvements (1-C1 THRU 1-C6) $ - SUBTOTAL PART D - Gas Line Improvements (By Contractor) (1-D1 THRU 1-D5) $ - SUBTOTAL PART E - Signalization Improvements (1-E1 THRU 1-E52) $ - SUBTOTAL PART F - Street Lighting Conduit (By Contractor) (1-F1 THRU 1-F3) $ - SUBTOTAL PART G - Storm Water (Drainage) Improvements (1-G1 THRU 1-G31) $ - SUBTOTAL PART H - Water Distribution Improvements (1-H1 THRU 1-H28) $ - SUBTOTAL PART I - Wastewater (Sanitary Sewer) Improvements (1-I1 THRU 1-128) $ - TOTAL PROJECT BASE BID (PART 1) -CONCRETE PAVEMENT (PARTS A THRU I) Contract Times Bidder agrees to reach Substantial Completion in 440 days Bidder agrees to reach Final Completion in 470 days Bid Form Exhibit A - Part 1 Concrete Navigation Blvd. - Up River Road to Leopard St. (Bond 2012), E12090 ADDENDUM NO. 3 ATTACHMENT NO.3-PART 1 CONCRETE 7 of 7 00 30 01 Page 7 of 7 00 30 01 BID FORM EXHIBIT A 00 30 01 BID FORM EXHIBIT A ItemDESCRIPTION 2-B1 Project Name: NAVIGATION BOULEVARD UP RIVER ROAD TO LEOPARD ST. (BOND 2012) Project Number: E12090 Owner: City of Corpus Christi Bidder: Mobilization/ Bonds/ Insurance (Maximum of 5% of Total Contract Price) OAR: 1 Designer: LNV,INC. ItemDESCRIPTION 2-B1 UNIT ESTIMATED QUANTITY UNIT PRICE EXTENDED AMOUNT Base Bid (Part 2) -Hot -Mix Asphaltic Concrete Pavement Part A - GENERAL (per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) 2 -Al Mobilization/ Bonds/ Insurance (Maximum of 5% of Total Contract Price) LS 1 $ - $ - 2-A2 Clear Right -of -Way AC 9.31 $ - $ - 2-A3 Ozone Advisory Day DAY 2 $ - $ - 2-A4 Temporary Detour Pavement SY 50 $ - $ - 2-A5 Fence Relocation LF 160 $ - $ - 2-A6 Survey Monument EA 2 $ - $ - 2-A7 Block Sodding SY 7,213 $ - $ - 2-A8 Seeding for Erosion Control SY 768 $ - $ - 2-A9 Silt Fence for Storm Water Pollution Prevention LF 50 $ - $ - 2-A10 12" Erosion Control Log LF 2,964 $ - $ - 2 -All Construction Exit EA 8 $ - $ - 2-Al2 Temporary Traffic Controls During Construction LS 1 $ - $ - 2-A13 Mail Box Relocation EA 2 $ - $ - 2-A14 Low Profile Concrete Barrier (Type 1) LF 2,820 $ - $ - 2-A15 Low Profile Concrete Barrier (Type 2) LF 80 $ - $ - SUBTOTAL PART A - GENERAL (Items 2 -Al thru 2-A15) $ - ran ti - flexible (HMAG) Paving, Marking & Signage Improvements (per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) 2-B1 Street Excavation SY 30,395 $ - $ - 2-B2 12" Compacted Subgrade SY 30,395 $ - $ - 2-B3 Tensar BX -1100 Biaxial Geogrid SY 30,395 $ - $ 2-B4 11" Crushed Limestone Flexible Base (Type A, Gradel-2) SY 30,395 $ - $ - 2-B5 Prime Coat (0.15 Gal/SY) GAL 4,560 $ - $ - 2-B6 One -Course Surface Treatment Underseal SY 27,511 $ - $ - 2-B7 4" Hot Mix Asphalt Concrete Pavement Type B Base Course SY 12,668 $ - $ - 2-B8 5" Hot Mix Asphalt Concrete Pavement Type B Base Course SY 14,842 $ - $ - 2-89 2" Hot Mix Asphalt Concrete Pavement Type D Surface Course SY 12,668 $ - $ - 2-B10 3" Hot Mix Asphalt Concrete Pavement Type D Surface Course SY 14,842 $ - $ - 2-B11 6" Concrete Pavement (Class A) SY 25 $ - $ - 2-B12 6" Concrete Driveway SF 25,308 $ - $ - Bid Form Exhibit A - Part 2-HMAC Navigation Blvd. - Up River Road to Leopard St. (Bond 2012), E12090 ADDENDUM NO. 3 ATTACHMENT NO. 3 -PART 2 HMAC 1 of 7 00 30 01 Page 1 of 7 00 30 01 BID FORM EXHIBIT A Item DESCRIPTIONUNIT 4" Concrete Sidewalk ESTIMATED QUANTITY UNIT PRICE EXTENDED AMOUNT 2-B13 Unanticipated Concrete Driveway Removal SF 500 $ - $ - 2-B14 Prefab. Pavement Marking Type C (W) (ARROW) EA 27 $ - $ - 2-B15 Prefab. Pavement Marking Type C (W) ("ONLY") EA 6 $ - $ - 2-B16 Refl. Pavement Marking Type I (W) (4") (Broken) LF 1,871 $ - $ - 2-B17 Refl. Pavement Marking Type 1 (Y) (4") (Broken) LF 1,592 $ $ - 2-B18 Refl. Pavement Marking Type I (W) (4") (Solid) LF 340 $ - $ - 2-B19 Refl. Pavement Marking Type 1 (Y) (4") (Solid) LF 7,499 $ - $ - 2-B20 Refl. Pavement Marking Type 1 (W) (8") (Solid) LF 652 $ - $ - 2-B21 Refl. Pavement Marking Type 1 (W) (24") (Solid) LF 285 $ - $ 2-B22 Refl. Pavement Marking Type 1 (Y) (24") (Solid) (Gore) LF 78 $ - $ - 2-B23 TY I -C Raised Pavement Marker (Reflectorized) EA 127 $ - $ - 2-B24 TY II -A -A Raised Pavement Marker (Reflectorized) EA 215 $ - $ - 2-B25 Street Sign Assembly w/ 9" Blades (Green) EA 1 $ - $ - 2-B26 Street Sign Assembly w/ 9" Blades (Green) and STOP Sign EA 5 $ - $ - 2-B27 NO PARKING Sign EA 10 $ - $ - 2-B28 Other Regulatory Sign EA 21 $ - $ 2-B29 Asphalt Pavement Repair (Type 1) SY 70 $ - $ - 2-B30 Asphalt Pavement Repair (Type 2) SY 25 $ - $ - 2-B31 6" Concrete Pavement Repair (Class P) SY 25 $ - $ - 2-B32 Allowance for Unanticipated -Street Related LS 1 $ 75,000.00 $ 75,000.00 2-B33 Prefab. Pavement Marking Type C (Yield Marking) LF 80 $ - $ - SUBTOTAL PART B - Flexible (HMAC) Paving, Marking & Signage Improvements (Items 2-B1 thru 2-B33) $ - Part C - ADA Pedestrian Improvements (per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) 2 -Cl 4" Concrete Sidewalk SF 33,214 $ - $ - 2-C2 Concrete Sidewalk Retaining Curb (24" Maximum Height) LF 636 $ - $ - 2-C3 Concrete Curb Ramp SF 1,388 $ - $ - 2-C4 Unanticipated Concrete Sidewalk Removal SF 100 $ - $ - 2-05 Prefab. Pavement Marking Type C for Crosswalks (W) (12") LF 1,210 $ - $ - 2-C6 Prefab. Pavement Marking Type C for Crosswalks (W) (24") LF 224 $ - $ - SUBTOTAL PART C - ADA Pedestrian Improvements (2 -Cl THRU 2-C6) $ - Part D - Gas Line Improvements (By Contractor) (per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) 2-D1 Adjust Existing Gas Valve Box to Finish Grade EA 4 $ - $ - 2-D2 Final Backfill & Compaction for Gas Line Trench LF 7,200 $ - $ - 2-D3 Remove Abandoned Gas Line, Backfill & Compact LF 7,231 $ - $ - 2-D4 6" Steel Split Casing for Existing 2" Dia. Gas Line LF 250 $ - $ - 2-D5 8" Steel Split Casing for Existing 4" Dia. Gas Line LF 240 $ - $ - SUBTOTAL PART D - Gas Line Improvements (By Contractor) (2-D1 THRU 2-D5) $ - Part E - Signalization Improvements (per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) 2-E1 DRILL SHAFT (TRF SIG POLE) (36 IN) LF 65 $ - $ - 2-E2 DRILL SHAFT (TRF SIG POLE) (48 IN) LF 66 $ - $ - 2-E3 CONDT (PVC)(SCH 40) (2") LF 563 $ - $ - 2-E4 CONDT (PVC)(SCH 40) (2") (BORE) LF 499 $ - $ - 2-E5 CONDT (PVC)(SCH 40) (4") LF 186 $ - $ - 2-E6 CONDT (PVC) (SCH 40)(4") (BORE) LF 767 $ - $ - Bid Form Exhibit A - Part 2-HMAC Navigation Blvd. - Up River Road to Leopard St. (Bond 2012), E12090 ADDENDUM NO. 3 ATTACHMENT NO. 3 -PART 2 HMAC 2 of 7 00 30 01 Page 2 of 7 00 30 01 BID FORM EXHIBIT A ItemDESCRIPTION UNIT ESTIMATED QUANTITY UNIT PRICE EXTENDED AMOUNT 2-E7 ELEC CONDR (NO. 6) BARE LF 123 $ - $ 2-E8 ELEC CONDR (NO. 6) INSULATED LF 246 $ - $ 2-E9 ELEC CONDR (NO. 8) BARE LF 1,586 $ - $ 2-E10 ELEC CONDR (NO. 8) INSULATED LF 2,070 $ - $ 2-E11 GROUND BOX TY A (122311) W/APRON EA 7 $ _ $ 2-E12 GROUND BOX TY C (162911) W/APRON EA 12 $ - $ 2-E13 REMOVE EXISTING GROUND BOXES EA 12 $ - $ 2-E14 ELC SRV TY D 120/240 070 (NS)AL(E)TS(0) EA 2 $ - $ _ 2-E15 INSTALL HWY TRF SIG (ISOLATED) EA 2 $ - $ _ 2-E16 TRAFFIC SIGNAL CONTROLLER ASSY (TS-2)ECONOLITE EA 2 $ - $ _ 2-E17 CONTROLLER FOUNDATION & EXTENSION EA 2 $ - $ 2-E18 (.25KW EQ) LED LUMINAIRE EA 6 $ - $ - 2-E19 ALUMINUM SIGNS (TRAFFIC SIGNAL) EA 8 $ - $ _ 2-E20 EXTRUDED ALUMINUM SIGNS (TRAFFIC SIGNAL) EA 8 $ - $ _ 2-E21 WIND DAMPING PLATE EA 7 $ - $ - 2-E22 DRILL SHAFT (TRF SIG POLE)(24 IN) LF 84 $ - $ _ 2-E23 BACK PLATE (12 IN) (3 SEC) EA 16 $ - $ - 2-E24 BACK PLATE (12 IN) (4 SEC) EA 4 $ - $ - 2-E25 VEH SIG SEC (12 IN) LED (GRN ARW) EA 4 $ - $ - 2-E26 VEH SIG SEC (12 IN) LED (GRN) EA 16 $ - $ - 2-E27 VEH SIG SEC (12 IN) LED (YEL ARW) EA 8 $ - $ _ 2-E28 VEH SIG SEC (12 IN) LED (YEL) EA 16 $ - $ - 2-E29 VEH SIG SEC (12 IN) LED (RED ARW) EA 4 $ - $ _ 2-E30 VEH SIG SEC (12 IN) LED (RED) EA 16 $ - $ - 2-E31 PED SIG SEC (16 IN) LED (COUNTDOWN) EA 16 $ - $ - 2-E32 TRF SIG CBL (TY A) (12 AWG) ( 2 CONDR) LF 3,831 $ - $ - 2-E33 TRF SIG CBL (TY A) (14 AWG) ( 5 CONDR) LF 4,451 $ - $ - 2-E34 TRF SIG CBL (TY A) (14 AWG) ( 7 CONDR) LF 277 $ - $ 2-E35 TRF SIG CBL (TY A) (14 AWG) (16 CONDR) LF 1,077 $ - $ - 2-E36 INS TRF SIG PL AM(S) 1 ARM (24') LUM EA 1 $ - $ - 2-E37 INS TRF SIG PL AM(S) 1 ARM (28') EA 1 $ - $ - 2-E38 INS TRF SIG PL AM(S) 1 ARM (28') LUM EA 2 $ - $ _ 2-E39 INS TRF SIG PL AM(S) 1 ARM (32') LUM EA 1 $ - $ _ 2-E40 INS TRF SIG PL AM(S) 1 ARM (50') EA 1 $ - $ - 2-E41 INS TRF SIG PL AM(S) 1 ARM (50') LUM EA 1 $ - $ - 2-E42 INS TRF SIG PL AM(S) 1 ARM (65') LUM EA 1 $ - $ - 2-E43 PED POLE ASSEMBLY EA 14 $ - $ - 2-E44 REMOVING TRAFFIC SIGNALS EA 3 $ - $ _ 2-E45 RADAR PRESENCE DETECTION DEVICE (RPDD) EA 8 $ - $ _ 2-E46 RADAR COMM CABLE LF 1,304 $ - $ - 2-E47 ACCESSIBLE PEDESTRIAN SIGNAL UNITS EA 16 $ - $ - 2-E48 ETHERNET CAT 5 CABLE (COHU CA200 SERIES) LF 256 $ - $ - 2-E49 CAMERA PTZ (COHU 3960 SERIES EA 2 $ - $ _ 2-E50 TEMPORARY TRAFFIC SIGNALS EA 1 $ - $ - 2-E51 BARRICADES LS 3 $ - $ - 2-E52 MOBILIZATION LS 1 $ - $ - SUBTOTAL PART E - Signalization Improvements (2-E1 THRU 2-E52) $ _ Bid Form Exhibit A - Part 2-HMAC Navigation Blvd. - Up River Road to Leopard St. (Bond 2012), E12090 ADDENDUM NO. 3 ATTACHMENT NO. 3 -PART 2 HMAC 3 of 7 00 30 01 Page 3 of 7 00 30 01 BID FORM EXHIBIT A Item DESCRIPTION UNIT ESTIMATED QUANTITY UNIT PRICE EXTENDED AMOUNT Part F - Street Lighting Conduit (By Contractor) (per SECTION 01 23 10 ALTERNATES AND ALLOWANCES) 2-F1 3" Dia. PVC (Sch. 40) Elec. Conduit for Street Lights LF 3,830 $ - $ - 2-F2 3" Dia. PVC Cap EA 4 $ - $ - 2-F3 11" x 18" x 18" Ground Box for Street Lighting Conduit EA 7 $ - $ - SUBTOTAL PART F - Street Lighting Conduit (By Contractor) (2-F1 THRU 2-F3) $ - Part G - Storm Water (Drainage) Improvements (per SECTION 01 23 10 ALTERNATES AND ALLOWANCES) 2-G1 15" Dia. RCP (Class III) LF 56 $ - $ - 2-G2 18" Dia. RCP (Class III) LF 1,137 $ - $ - 2-G3 24" Dia. RCP (Class III) LF 382 $ - $ - 2-G4 27" Dia. RCP (Class III) LF 12 $ - $ - 2-G5 30" Dia. RCP (Class III) LF 55 $ - $ - 2-G6 Tie-in Existing 6" Dia. PVC EA 1 $ - $ - 2-G7 Tie-in Existing 15" Dia. RCP EA 2 $ - $ - 2-G8 Tie-in Existing 18" Dia. RCP EA 5 $ - $ - 2-G9 Tie-in Existing 24" Dia. RCP EA 3 $ - $ - 2-G10 Tie-in Existing 30" Dia. RCP EA 2 $ - $ - 2-G11 15" Dia. Concrete Plug EA 3 $ - $ - 2-G12 18" Dia. Concrete Plug EA 4 $ - $ - 2-G13 Sidewalk Drain EA 2 $ - $ - 2-G14 5' Standard Curb Inlet EA 25 $ - $ - 2-G15 5' Inlet Extension EA 13 $ - $ - 2-G16 Grate Inlet EA 1 $ - $ - 2-G17 Post Inlet EA 8 $ - $ - 2-G18 4' Dia. Concrete Storm Water Manhole (Type A) EA 1 $ - $ - 2-G19 Adjust Existing Storm Water Manhole to Finish Grade EA 10 $ - $ - 2-G20 6" Concrete Curb & Gutter LF 5,648 $ - $ - 2-G21 Unanticipated Curb & Gutter Removal LF 100 $ - $ - 2-G22 5" Concrete Riprap SF 97 $ - $ - 2-G23 Trench Safety for Storm Water Conduits LF 1,642 $ - $ - 2-G24 Trench Safety for Storm Water Inlet EA 35 $ - $ - 2-G25 Trench Safety for Storm Water Manhole or Junction Box EA 19 $ - $ - 2-G26 Allowance for Unanticipated Storm Water Improvements LS 1 $ 50,000.00 $ 50,000.00 2 G27 4' Dia. Conc. Storm Water Manhole (Type A) on Existing RCP EA 8 $ - $ - 2 G28 7' Dia. Conc. Storm Water Manhole (Type A) on Existing RCP EA 5 $ - $ - 2-G29 5' Special Storm Water Curb Inlet EA 1 $ - $ - 2-G30 Concrete Manhole Riser on Existing Box Culvert EA 4 $ - $ - 2-G31 4' SQ. Concrete Storm Water Junction Box EA 1 $ - $ - SUBTOTAL PART G - Storm Water (Drainage) Improvements (2-G1 THRU 2-G31) $ - Bid Form Exhibit A - Part 2-HMAC Navigation Blvd. - Up River Road to Leopard St. (Bond 2012), E12090 ADDENDUM NO. 3 ATTACHMENT NO. 3 -PART 2 HMAC 4 of 7 00 30 01 Page 4 of 7 00 30 01 BID FORM EXHIBIT A Item DESCRIPTION UNIT ESTIMATED UNIT PRICE EXTENDED $ - 2-H2 6" Dia. Tie-in/ Connection QUANTITY 3 AMOUNT Part H - Water Distribution Improvements (per SECTION 01 23 10 ALTERNATES AND ALLOWANCES) 2-H1 4" Dia. Tie-in/ Connection EA 3 $ - $ - 2-H2 6" Dia. Tie-in/ Connection EA 3 $ - $ - 2-H3 8" Dia. Tie-in/ Connection EA 11 $ - $ - 2-H4 12" Dia. Tie-in/ Connection EA 2 $ - $ - 2-15 Remove OR Grout & Abandon In -Place, Existing 4" - 12" Dia. Asbestos -Cement Waterline LF 6,698 $ $ - 2-H6 8" Dia. C900 PVC Waterline (DR 18) LF 4,864 $ - $ - 2-H7 12" Dia. C900 PVC Waterline (DR 18) LF 197 $ - $ - 2-H8 8" Dia. Ductile Iron Waterline (Pressure Class 350 psi) LF 40 $ - $ - 2-H9 6" x 2" D.I. Reducer EA 1 $ - $ - 2-H10 8" x 4" D.I. Reducer EA 1 $ - $ - 2-H11 8" x 6" D.I. Reducer EA 4 $ - $ - 2-H12 12" x 8" D.I. Reducer EA 2 $ - $ - 2-H13 24" x 8" D.I. Reducer EA 1 $ - $ - 2-H14 8" Dia. 11.25° D.I. Bend EA 8 $ - $ - 2-H15 8" Dia. 45° D.I. Bend EA 50 $ - $ - 2-H16 12" Dia. 45° D.I. Bend EA 4 $ - $ - 2-H17 8" x 6" D.I. Tee EA 1 $ - $ - 2-H18 8" x 8" D.I. Tee EA 10 $ - $ - 2-H19 6" Gate Valve with Box and Cover EA 1 $ - $ - 2-H20 8" Gate Valve with Box and Cover EA 37 $ - $ - 2-H21 Fire Hydrant Assembly (Type 1) EA 16 $ - $ - 2-H22 Remove and Replace Existing 1" Dia. Water Service EA 1 $ - $ - 2-H23 Remove and Replace Existing 2" Dia. Water Service EA 15 $ - $ - 2-H24 Relocate Existing Water Meter EA 4 $ - $ - 2-H25 Adjust Existing Water Valve Boxes and Meter Boxes to Finish Grade LS 1$ - $ 2-H26 Trench Safety for Waterlines LF 11,799 $ - $ - 2-H27 Allowance for Unanticipated Water Improvements LS 1 $ 50,000.00 $ 50,000.00 2-H28 Water Meter Vault EA 1 $ - $ - SUBTOTAL PART H - Water Distribution Improvements (2-H1 THRU 2-H28) $ - Part I - Wastewater (Sanitary Sewer) Improvements (per SECTION 01 23 10 ALTERNATES AND ALLOWANCES) 2-11 4" Dia. Tie-in/ Connection (Gravity) EA 4 $ - $ - 2-12 6" Dia. Tie-in/ Connection (Gravity) EA 5 $ - $ - 2-13 8" Dia. Tie-in/ Connection (Gravity) EA 7 $ - $ - 2-14 Remove Existing Wastewater Line (6'-12' Depth) LF 1,136 $ - $ - 2-15 Remove Existing Wastewater Line (12'-18' Depth) LF 300 $ - $ - 2-16 Bypass Pumping of Raw Sewerage LS 1 $ - $ - 2-17 6" Dia. PVC (SDR 26) Wastewater Gravity Line (0'-6' Depth) LF 95 $ - $ - 2-18 6" Dia. PVC (SDR 26) Wastewater Gravity Line (6'-8' Depth) LF 10 $ - $ - Bid Form Exhibit A - Part 2-HMAC Navigation Blvd. - Up River Road to Leopard St. (Bond 2012), E12090 ADDENDUM NO. 3 ATTACHMENT NO. 3 -PART 2 HMAC 5 of 7 00 30 01 Page 5 of 7 00 30 01 BID FORM EXHIBIT A Item DESCRIPTION UNIT ESTIMATED QUANTITY UNIT PRICE EXTENDED AMOUNT 2-19 8" Dia. PVC (SDR 26) Wastewater Gravity Line (0'-6' Depth) LF 162 $ $ 2-110 8' Dia. PVC (SDR 26) Wastewater Gravity Line (6'-8' Depth) LF 248 $ $ _ 2-111 8" Dia. PVC (SDR 26) Wastewater Gravity Line (8'-10' Depth) LF 920 $ $ 2-112 8" Dia. PVC (SDR 26) Wastewater Gravity Line (10'-14' Depth) LF 40 $ _ $ - 2-113 8" Dia. PVC Wastewater Pressure Pipe (150psi) for Waterline Crossing (6'-8' Depth) LF 120 $ $ - 2-114 4' Dia. Fiberglass Manhole (< 6' Depth) EA 14 $ - $ - 2-115 Extra Depth for 4' Dia. Manhole (Over 6' Depth) VF 38 $ - $ - 2-116 6" Dia. Drop Connection EA 1 $ - $ - 2-117 8" Dia. Drop Connection EA 1 $ - $ - 2-118 Replace Existing Wastewater Service w/ New Service Connection EA 3 $ - $ 2-119 Adjust Existing Wastewater Manhole to Finish Grade EA 2 $ - $ - 2-120 Trench Safety for Wastewater Lines LF 3,864 $ - $ - 2-121 Trench Safety for Wastewater Manhole EA 17 $ - $ - 2-122 Allowance for Unanticipated Wastewater Improvements LS 1 $ 50,000.00 $ 50,000.00 2-123 8" Dia. Pipebursting (VCP to HDPE) LF 1,362 $ - $ - 2-124 Contractor Option: 6" Dia. Pipebursting LF 65 $ - $ - (VCP to HDPE) OR 8" Dia. PVC (SDR 26) WW Gravity Line Remove & Replace 2-125 Contractor Option: 8" Dia. Pipebursting LF 768 $ - $ _ (VCP to HDPE) OR 8" Dia. PVC (SDR 26) WW Gravity Line Remove & Replace 2-126 Rehabilitate Existing 4' Dia. Sanitary Manhole (8' Depth) EA 1 $ - $ - 2-127 Rehabilitate Existing 5' Dia. Sanitary Manhole (18' Depth) EA 1 $ - $ - 2-128 Contractor Option: Rehabilitate Existing 4' Dia. Sanitary EA 3 $ - $ - M.H. (8' Depth) OR 4' Dia. Fiberglass Manhole Remove & Replace SUBTOTAL PART 1 - Wastewater (Sanitary Sewer) Improvements (2-I1 THRU 2-128) $ - Bid Form Exhibit A - Part 2-HMAC Navigation Blvd. - Up River Road to Leopard St. (Bond 2012), E12090 ADDENDUM NO. 3 00 30 O1 ATTACHMENT NO. 3 -PART 2 HMAC Page 6 of 7 6 of 7 00 30 01 BID FORM EXHIBIT A Item DESCRIPTION UNIT ESTI MATED QUANTITY UNIT PRICE EXTENDED AMOUNT BID SUMMARY SUBTOTAL PART A - GENERAL (Items 2 -Al thru 2-A1S) $ - SUBTOTAL PART B - Flexible (HMAC) Paving, Marking & Signage Improvements (Items 2-B1 thru 2-B33) $ SUBTOTAL PART C - ADA Pedestrian Improvements (2-C1 THRU 2-C6) $ _ SUBTOTAL PART D - Gas Line Improvements (By Contractor) (2-D1 THRU 2-D5) $ - SUBTOTAL PART E - Signalization Improvements (2-E1 THRU 2-E52) $ - SUBTOTAL PART F - Street Lighting Conduit (By Contractor) (2-F1 THRU 2-F3) $ - SUBTOTAL PART G - Storm Water (Drainage) Improvements (2-G1 THRU 2-G31) $ - SUBTOTAL PART H - Water Distribution Improvements (2-H1 THRU 2-H28) $ - SUBTOTAL PART I - Wastewater (Sanitary Sewer) Improvements (2-11 THRU 2-128) $ - TOTAL PROJECT BASE BID (PART 2) HOT -MIX ASPHALTIC CONCRETE PAVEMENT (PARTS A THRU I) Contract Times Bidder agrees to reach Substantial Completion in 440 days Bidder agrees to reach Final Completion in 470 days Bid Form Exhibit A - Part 2-HMAC Navigation Blvd. - Up River Road to Leopard St. (Bond 2012), E12090 ADDENDUM NO. 3 ATTACHMENT NO. 3 -PART 2 HMAC 7 of 7 00 30 01 Page 7of7 00 91 01 ADDENDUM NUMBER 02 Navigation Blvd. — UpRiver Rd. to Leopard St. (Bond Project: 2012) ReBid Owner: City of Corpus Christi City Engineer: J.H. Edmonds, P.E. Designer: Dennis Miller, P.E. - LNV Engineering Project Number: E12090 Addendum No. 02 Specification Section: 00 9101 Issue Date: 12/02/15 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; s, P.E. Z DFS Addendum Items: To delay bid opening by one week. New bid date: December 16, 2015 @ 2:00 p.m. 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 B. SECTION 00 21 13 INVITATION TO BID AND INSTRUCTIONS TO BIDDERS —Articles 9 and 12; SECTION 00 30 00 BID ACKOWLEDGMENT FORM — Article 1: 1. The date for receipt of Bids has been changed to Wednesday, December 16, 2015. The time and location for the receipt of Bids remains unchanged. END OF ADDENDUM NO. 02 Addendum No. 02 Corpus Christi Standards - Regular Projects 009101-1 Rev 10-27-2015 1 2 3 4 5 6 7 8 NO.ITEM DESCRIPTION UNIT 9 10 11 12 13 14 15 16 17 18 19 21 22 23 24 25 26 27 28 29 30 31 32 LF LF DRILL SHAFT (TRF SIG POLE)(36 IN) DRILL SHAFT (TRF SIG POLE)(48 IN) 33 34 35 36 37 20 38 39 40 41 42 2 UP RIVER RD. NAVIGATION W/ 1 39 26 22 44 43 44 45 46 47 48 49 416 416 TRAF SIG CBL (TY A)(14 AWG)(16 CONDR) EA EA LF ALUMINUM SIGNS (TRAFFIC SIGNAL) BACK PLATE (12 IN)(3 SEC)EA BACK PLATE (12 IN)(4 SEC)EA EA EA EA EA EA EA EA 684 LF LFTRAF SIG CBL (TY A)(14 AWG)(5 CONDR) PED POLE ASSEMBLY EA REMOVAL TRAFFIC SIGNAL SYSTEM EA ACCESSIBLE PEDESTRIAN SIGNAL UNITS EA RADAR PRESENCE DETECTION DEVICE (RPDD)EA RADAR COMM CABLE LF * * * PED SIG SEC (16 IN) LED (COUNTDOWN) VEH SIG SEC (12") LED (RED) VEH SIG SEC (12") LED (RED ARW) VEH SIG SEC (12") LED (YEL) VEH SIG SEC (12") LED (YEL ARW) VEH SIG SEC (12") LED (GRN) VEH SIG SEC (12") LED (GRN ARW) EAWIND DAMPING PLATE* DRILL SHAFT (TRF SIG POLE)(24 IN) 682 EA TRAF SIG CBL (TY A)(14 AWG)(7 CONDR)LF INS TRF SIG PL AM (S)1 ARM (28') INS TRF SIG PL AM (S)1 ARM (28') LUM EA INS TRF SIG PL AM (S)1 ARM (50')EA EA (.25KW EQ) LED LUMINAIRE *EAEXTRUDED ALUMINUM SIGNS (TRAFFIC SIGNAL) INS TRF SIG PL AM (S)1 ARM (65') LUM EA EA EA 684 LF LF TRAF SIG CBL (TY A)(12 AWG)(2 CONDR) INS TRF SIG PL AM (S)1 ARM (32') LUM INS TRF SIG PL AM (S)1 ARM (50') LUM 6025 6025 8835 6007 687 686 686 686 686 686 686 686 684 684 683 682 682 682 682 682 682 682 EA- 8851 INS TRF SIG PL AM (S)1 ARM (24') LUM ETHERNET CAT 5 CABLE (COHU CA200 SERIES) CAMERA PTZ (COHU 3960 SERIES 655 CONTROLLER FOUNDATION & EXTENSION EA 615 EA 1 1 LF LF CONDUIT (PVC)(SCH 40)(2") 618 CONDUIT (PVC)(SCH 40)(2")(BORE) 618 88 175 279 204 ELEC SERV TY D(120/240)060(NS)SS(E)TS(O) LFCONDUIT (PVC)(SCH 40)(4") CONDUIT (PVC)(SCH 40)(4")(BORE) ELEC CONDUCTOR (NO. 6)(BARE) ELEC CONDUCTOR (NO. 6)(INSULATED) ELEC CONDUCTOR (NO. 8)(BARE) LF LF LF LF GROUND BOX TY A (122311) WITH APRON EA GROUND BOX TY C (162911) WITH APRON EA REMOVE EXISTING GROUND BOXES EA 628 EA ELEC CONDUCTOR (NO. 8)(INSULATED)620 624 LF 624 624 620 620 620 618 618 34 356 22 44 631 658 1096 955 202 101 411 152 680 INSTALL HWY TRF SIG (ISOLATED)EA (UPGRADE) (PEDS) 3 IH 37 FRTG. RDS. NAVIGATION W/ (NEW) 2 LEOPARD ST. NAVIGATION W/ (NEW) 12 3 4 2 3 8 1 1 8 2 8 1 8 2 1 1 1 - - 4 1 2 1 2 - 1 189 436 433 70 528 52 1 1 5 4 1 1 12 4 4 6 3 8 3 3 8 6 8 3 8 2 - - 1 1 1 4 1 2 1 2 1 - 204 776 207 553 641 273 1 1 - 5 1 1 TRAFFIC SIGNAL CONTROLLER ASSY (TS-2)ECONOLITE COBALT - - - - - - - - - - - - - - - 60 12 10 1 12 - - - - - - - - - - - - - - - - - - - - - REFER TO ITEM 680* 271 45 316 5 3 7 3369 3465 S U M M A R Y O F M A T E R I A L S T R A F F I C S I G N A L S E12105 51 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 . 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 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 4 912 I H 3 7 F R T G R D S . & L E O P A R D S T . N A V I G A T I O N B L V D . @ U P R I V E R R D . , S T R E E T L I G H T I N G - B O N D 2 0 1 2 S I G N A L I M P R O V E M E N T S A N D CONSULTANT'S SHEET CITY PROJECT # E13087 STR 912 C I T Y o f C O R P U S C H R I S T I T E X A S 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 RECORD DRAWING NO. R E V I S I O N N O . SHEETD A T E B Y of D E S C R I P T I O N D A T E B Y D E S C R I P T I O N PROJECT NO. SD 6 / 2 5 / 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 * 1 2 *VERIFY SERVICE CONDUIT SIZE WITH UTILITY. SIZE MAY CHANGE DUE TO UTILITY METER REQUIREMENTS No. Elec. Service 3 1 1/4"3/#6 N/A 1P/30 24 4.3SIGNAL 2P/15(E) TS (O)LIGHTING TY D (120/240) 060 (NS) SS 6 1 1/4"3/#6 N/A 1P/30 24 4.3SIGNAL 2P/15(E) TS (O)LIGHTING TY D (120/240) 060 (NS) SS 6 2P/60 2P/60 100 100 2P/30 2P/30 5 12 E L E C T R I C A L S E R V I C E D A T A T R A F F I C S I G N A L S E12105 51 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 . 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 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 4 912 I H 3 7 F R T G R D S . & L E O P A R D S T . N A V I G A T I O N B L V D . @ U P R I V E R R D . , S T R E E T L I G H T I N G - B O N D 2 0 1 2 S I G N A L I M P R O V E M E N T S A N D CONSULTANT'S SHEET CITY PROJECT # E13087 STR 912 C I T Y o f C O R P U S C H R I S T I T E X A S 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 RECORD DRAWING NO. R E V I S I O N N O . SHEETD A T E B Y of D E S C R I P T I O N D A T E B Y D E S C R I P T I O N PROJECT NO. 6 / 2 5 / 1 5 E12105 51 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 . 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 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 4 912 I H 3 7 F R T G R D S . & L E O P A R D S T . N A V I G A T I O N B L V D . @ U P R I V E R R D . , S T R E E T L I G H T I N G - B O N D 2 0 1 2 S I G N A L I M P R O V E M E N T S A N D CONSULTANT'S SHEET CITY PROJECT # E13087 STR 912 C I T Y o f C O R P U S C H R I S T I T E X A S 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 RECORD DRAWING NO. R E V I S I O N N O . SHEETD A T E B Y of D E S C R I P T I O N D A T E B Y D E S C R I P T I O N PROJECT NO. 4 GENERAL NOTES - TRAFFIC SIGNALS DEPARTMENT PERSONNEL INCLUDING THE TIMING OF EACH PHASE FOR VEHICLES AND PEDESTRIANS, AS WELL AS PROGRAMMING THE VIDEO DETECTION ZONES FOR EACH CAMERA. BE DONE BY THE CONTRACTOR AND COORDINATED WITH THE CITY TRAFFIC ENGINEERING DEPARTMENT. THE TRAFFIC CONTROLLER WILL BE PROGRAMMED BY THE CITY TRAFFIC ENGINEERING SIGNALS. ALL WORK RELATING TO COVERING ("BAGGING") SIGNS AND TRAFFIC SIGNALS FOR TEMPORARY LANE CLOSURES, AND MOVING OR ADJUSTING VIDEO DETECTION CAMERAS, WILL C. CONTRACTOR SHALL NOTIFY THE CITY TRAFFIC ENGINEERING DEPARTMENT AT LEAST 72 HOURS PRIOR TO ANY REQUIRED RE-PROGRAMMING AND/OR TIMING ADJUSTMENTS FOR TRAFFIC SIGNAL NEEDS TO BE REMOVED PRIOR TO NEW SIGNAL INSTALLATION. B. TEMPORARY TRAFFIC SIGNALS-CONTRACTOR SHALL INSTALL PERMANENT TRAFFIC SIGNAL PRIOR TO REMOVING EXISTING TRAFFIC SIGNAL. TEMPORARY SIGNALS MAY BE REQUIRED IF EXISTING TEXAS DEPARTMENT OF TRANSPORTATION STANDARDS BC(1)-14 - 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 4. TRAFFIC CONTROL NOTE: CONTRACTOR SHALL MAKE REPAIRS PROMPTLY. SHALL TAKE PRECAUTIONS TO ENSURE THAT NO DAMAGE OCCURS TO TRAFFIC SIGNAL CONDUIT AND F.O. CABLE INCLUDING DUCT-TAPING THE ENDS OF CONDUIT. IF DAMAGE OCCURS, CABLE SLACK FOR RELOCATION, THE CITY WILL DISCONNECT THE F.O. CABLE AND SUPPLY ADDITIONAL CABLE IF NEEDED, AND WILL SPLICE AND TERMINATE THE CABLE. CONTRACTOR R. CONTRACTOR SHALL REROUTE FIBER OPTIC (F.O.) CABLE AND TRAFFIC SIGNAL CONDUIT AS NEEDED FOR TRAFFIC SIGNAL BOX ADJUSTMENTS AND RELOCATIONS. IF THERE IS INSUFFICIENT END. THIS ITEM WILL BE SUBSIDIARY TO THE APPROPRIATE BID ITEMS. Q. CONTRACTOR WILL INSTALL WIND DAMPENER (AIR WINGS) ON MAST ARMS 28 FEET AND LONGER TO MINIMIZE VIBRATION. THE DAMPENING PLATE WILL BE LOCATED NEAR THE FREE CONDITIONS TO THE DENSITY OF THE ADJACENT AREA. WILL BE TRENCHED AND BURIED; HOWEVER, THE CONTRACTOR WILL BACKFILL, COMPACT, AND RESTORE TRENCH AREA TO ORIGINAL CONDITIONS AND MATCH EXISTING SURFACE P. UNDERGROUND CONDUIT SHALL BE PVC SCHEDULED 40 AT A MINIMUM OF 18" DEEP UNLESS OTHERWISE SHOWN ON THE PLANS. ALL CONDUITS IN NATURAL GROUND CONSIDERED SUBSIDIARY TO THE APPROPRIATE BID ITEMS. INSTALLED IN THE SIGNAL CABINETS FOR EACH (RPDD). 4-CHANNEL MODULES FOR PRESENCE (RPDD), MODULES WILL NOT BE PAID FOR DIRECTLY BUT SHALL BE HARDWARE INCLUDING EXTENSION RODS NEEDED TO MEET THESE REQUIREMENTS WILL BE AS RECOMMENDED BY THE MANUFACTURER. INTERFACE MODULES SHALL BE OBTAIN OPTIMUM STOP BAR DETECTION. IF NEED BE THE CONTRACTOR SHALL REPOSITION THE RADAR UNITS TO OBTAIN OPTIMUM STOP BAR DETECTION. ANY MOUNTING MAST ARMS AND/OR POLE AS SHOWN IN THIS PLAN SET. RADAR ASSEMBLY HEIGHT AND PLACEMENT WILL BE IN ACCORDANCE WITH MANUFACTURER RECOMMENDATION TO O. THE CONTRACTOR WILL INSTALL RADAR PRESENCE DETECTION DEVICE (RPDD) AS PER CITY SPECIFICATION "SS 8412". THE RADAR ASSEMBLIES WILL BE MOUNTED ON THE N. THE SIGNAL PLANS SHOW PAVEMENT MARKINGS FOR INFORMATION PURPOSES ONLY. M. CONTRACTOR WILL INSTALL ALL SIGNAL EQUIPMENT AS PER CITY OF CORPUS CHRISTI SPECIFICATIONS INCLUDED IN BID DOCUMENTS. L. CONTRACTOR WILL REVIEW CITY OF CORPUS CHRISTI "GENERAL NOTES STANDARDS" INCLUDED IN BID DOCUMENTS UNDER SPECIFICATIONS. K. ALL BACKPLATES AND TRAFFIC SIGNAL HEADS WILL BE POLYCARBONATE. BACKPLATES AND SIGNAL HEADS WILL BE BLACK. SHALL BE COMMERCIAL GRADE. J. ALL TRAFFIC SIGNAL HARDWARE WILL BE STAINLESS OR GALVANIZED STEEL THAT WITHSTAND SALT AIR CONDITIONS. ALL BOLTS, NUTS & WASHERS PROPOSED SIGNALS. CONTACT TONY SALINAS AT (361) 826-1610. I. THE CONTRACTOR WILL COORDINATE WITH THE CITY OF CORPUS CHRISTI STREET OPERATIONS/TRAFFIC SIGNAL DIVISION 48 HOURS BEFORE TURNING ON THE H. REFER TO PLAN LAYOUT SHEETS FOR POWER SOURCE TO PROPOSED SIGNAL CONTROLLERS. G. PEDESTRIAN SIGNAL HEADS WILL BE POLYCARBONATE, 16-INCH PEDESTRIAN SIGNAL, COUNTDOWN LED MODULE AND EGG CRATE VISORS OR APPROVED EQUAL. F. THE CONTRACTOR IS RESPONSIBLE FOR TROUBLESHOOTING ANY OUTAGE PRIOR TO CONTACTING THE CITY TRAFFIC SIGNAL SECTION. SYSTEM AS PART OF PUSH BUTTON DEVICE, AS APPROVED BY THE CITY OF CORPUS CHRISTI TRAFFIC ENGINEERING DEPARTMENT. E. PEDESTRIAN PUSH BUTTONS WILL CONFORM TO CURRENT ADA STANDARDS. PEDESTRIAN PUSH BUTTON EQUIPMENT WILL BE POLARA NAVIGATOR, WITH AUDIBLE WARNING REQUIRED, OR OMITTED ARE THE RESPONSIBILITY OF THE CONTRACTOR AND WILL BE SUBSIDIARY TO THE APPROPRIATE BID ITEMS. D. IT IS THE INTENT OF THE PLANS AND SPECIFICATIONS TO PROVIDE ALL NEW EQUIPMENT AND HARDWARE FOR THE PROPOSED SIGNAL INSTALLATION. ANY ITEMS THE FIELD. C. SPECIFIC LOCATION OF TRAFFIC SIGNAL CONTROLLER CABINET AND ALL TRAFFIC SIGNAL POLES WILL BE AS SHOWN ON THE PLANS OR AS APPROVED BY THE ENGINEER IN SHOWN IN THE PLANS. THE CONTRACTOR WILL COORDINATE WITH THE CITY TO VERIFY THE SIGNAL TIMING INFORMATION. CONTACT TONY SALINAS AT (361) 826-1610. B. THE TRAFFIC SIGNAL CONTROLLER WILL BE PROGRAMMED BY CONTRACTOR AND WILL INCLUDE THE TIMING OF EACH PHASE FOR VEHICLES AND PEDESTRIANS AS STREET OPERATIONS/TRAFFIC SIGNAL DIVISION. CONTACT TONY SALINAS AT (361) 826-1610 TWO WEEKS PRIOR TO BEGINNING WORK ON SIGNAL. A. THE CONTRACTOR WILL COORDINATE TRAFFIC SIGNAL TIMING, PEDESTRIAN SIGNAL TIMINGS, AND ANY INSTALLATION QUESTIONS WITH THE CITY OF CORPUS CHRISTI 3. TRAFFIC SIGNAL NOTES: POWER LINES. B. MAINTAIN A MINIMUM CLEARENCE OF 3' RADIUS FROM NEUTRAL AND 10' RADIUS BETWEEN PROPOSED TRAFFIC SIGNAL EQUIPMENT AND EXISTING OVERHEAD PAID FOR DIRECTLY BUT CONSIDERED SUBSIDIARY TO THE VARIOUS BID ITEMS. ON PLANS SHALL BE UNCOVERED BY THE CONTRACTOR AND BROUGHT TO THE ATTENTION OF THE ENGINEER AND/OR INSPECTOR. THIS WORK WILL NOT BE AND DEPTHS. CONTRACTOR SHALL CALL THE CITIES REQUIRED ONE-CALL SYSTEMS PRIOR TO COMMENCING WORK. UTILITIES FOUND OTHER THAN AS SHOWN THE OWNERS SATISFACTION, WITH NO SEPARATE PAY. EXISTING UNDERGROUND UTILITIES AS SHOWN ON PLANS ARE LOCATED AT APPROXIMATE LOCATIONS A. THE CONTRACTOR WILL TAKE PRECAUTIONS TO PROTECT EXISTING UTILITIES. ALL PIPES AND UTILITIES DAMAGED BY THE CONTRACTOR WILL BE REPAIRED TO 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. FOR THE 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 CONDITIONS AND CONSTRAINTS WHICH THE CONTRACTOR MAY ENCOUNTER DURING THE COURSE OF CONSTRUCTION. PERMITS AND FEES REQUIRED, AND OTHER RESEARCH NECESSARY TO ASSURE A THOROUGH UNDERSTANDING OF THE PROJECT AND BE FULLY AWARE OF ALL A. THE CONTRACTOR WILL VISIT THE PROPOSED SITE LOCATION AND EXAMINE LOCAL CONDITIONS TO BE ENCOUNTERED, IMPROVEMENTS TO BE PROTECTED, 1. CONSTRUCTION NOTES: G E N E R A L N O T E S T R A F F I C S I G N A L S 6 / 2 5 / 1 5 3 1 + 0 0 33+00 34+00 35+00 3 2 + 0 0 R C P BOC GASES C L D C L D C L D C L D P P C L D C L D C F N C F N E G E G C L D C L D F H F H C F N C F N C F N C F NC F N C F N C F N C F N E G E G G L E G E G W M W M S G N S G N R C P 1 8 " E G E G E G E G C L D C L D W V W V S E S E G R L G R L G R L G R L P P G R L G R L C I C I T B X T B X C I C I G R L G R L C F N C F N C I C I M H S M H S T B X T B X C I C I S E S E G L P P W V W V T B X T B X S E S E S E S E S E S E S E S E G L G L G L M H S M H S P P R C P R C P G L G L T B X T B X P P S G N S G NG L C F N C F N C F N C F N G L G L C L D C L D M H W M H W P P T B X T B X P P W V W V G L F H F H C P C P W V W V P S T P S T F H F H W V W V M H W M H W F H F H G L G L P S T P S T B M B M P P P P G L P P E G E G B H B 8 G L E G E G E G E G G L G L S G N S G N G L S G N S G N E G E G C L D C L D A A A A A A A A A A A A A A E12105 51 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 . 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 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 4 912 I H 3 7 F R T G R D S . & L E O P A R D S T . N A V I G A T I O N B L V D . @ U P R I V E R R D . , S T R E E T L I G H T I N G - B O N D 2 0 1 2 S I G N A L I M P R O V E M E N T S A N D CONSULTANT'S SHEET CITY PROJECT # E13087 STR 912 C I T Y o f C O R P U S C H R I S T I T E X A S 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 RECORD DRAWING NO. R E V I S I O N N O . SHEETD A T E B Y of D E S C R I P T I O N D A T E B Y D E S C R I P T I O N PROJECT NO. N 10 20 400 SCALE LUMINIARE & 2 GUY WIRE REMOVE WOOD POLE SPAN WIRE REMOVE SPAN WIRE REMOVE SPAN WIRE REMOVE SPAN WIRE REMOVE & FND EXIST. CONTROLLER REMOVE TO REMAIN WOOD POLE & 2 GUY WIRE REMOVE WOOD POLE TO REMAIN WOOD POLE (RETURN TO CITY) SOLAR-PANEL EQUIPMENT REMOVE SERVICE & RM CONDUIT REMOVE ELECTRICAL UTILITY LEGEND: POWER POLE AERIAL CABLES STORM DRAINAGE LINE STORM DRAIN LINE SANITARY SEWER LIGHTING CONDUIT TELEPHONE LINE GAS LINE WATER LINE PIPE LINE PIPE LINE PIPE LINE 5 SEE NOTE 5 SEE NOTE 5 ( U P R I V E R R D . ) C O N D I T I O N L A Y O U T T R A F F I C S I G N A L S 1 U P R I V E R R D . NAVIGATION BLVD. LEGEND: R R ROW ROW R R R R R R R R R R R R RR R NOTES: W G HOUSTON T C S RCP 5X5 BOX A CITGO VALERO PP R O W R O W R O W R O W R O W R O W EXIST. CONDUIT TO BE REMOVED EXIST. LUMINAIRE TO BE REMOVED EXIST. SIGNAL HEAD TO BE REMOVED EXIST. GROUND BOX MADE. ADJUSTMENTS TO PERMANENT CONDUIT BID ITEMS CAN BE BE NOTIFIED IF EXISTING CONDUIT CAN BE REUSED, SO FOR PERMANENT SIGNAL SYSTEM. THE CITY ENGINEER SHALL CONTRACTOR TO VERIFY IF EXISTING CONDUIT CAN BE USED BE FIELD VERIFIED. 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 NEW TRAFFIC SIGNAL 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 5. 4. 3. 2. 1. 6 / 2 5 / 1 5 E12105 51 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 . 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 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 4 912 I H 3 7 F R T G R D S . & L E O P A R D S T . N A V I G A T I O N B L V D . @ U P R I V E R R D . , S T R E E T L I G H T I N G - B O N D 2 0 1 2 S I G N A L I M P R O V E M E N T S A N D CONSULTANT'S SHEET CITY PROJECT # E13087 STR 912 C I T Y o f C O R P U S C H R I S T I T E X A S 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 RECORD DRAWING NO. R E V I S I O N N O . SHEETD A T E B Y of D E S C R I P T I O N D A T E B Y D E S C R I P T I O N PROJECT NO. 6 / 2 5 / 1 5 3 1 + 0 0 33+00 34+00 35+00 3 2 + 0 0 WV WV SS O N L Y O N L Y R C P BOC GASES C L D C L D C L D C L D P P C L D C L D C F N C F N E G E G C L D C L D F H F H C F N C F N C F N C F NC F N C F N C F N C F N E G E G G L E G E G W M W M S G N S G N R C P 1 8 " E G E G E G E G C L D C L D W V W V S E S E G R L G R L G R L G R L P P G R L G R L C I C I T B X T B X C I C I G R L G R L C F N C F N C I C I M H S M H S T B X T B X C I C I S E S E G L P P W V W V T B X T B X S E S E S E S E S E S E S E S E G L G L G L M H S M H S P P R C P R C P G L G L T B X T B X P P S G N S G NG L C F N C F N C F N C F N G L G L C L D C L D M H W M H W P P T B X T B X P P W V W V G L F H F H C P C P W V W V P S T P S T F H F H W V W V M H W M H W F H F H G L G L P S T P S T B M B M P P P P G L P P E G E G B H B 8 G L E G E G E G E G G L G L S G N S G N G L S G N S G N E G E G C L D C L D ROW ROW 3 1 ' 3 5 ' B C D F N S1 A RADAR DETECTOR (PRESENCE) (TYPE A, OR C) PROP. GROUND BOX W/ APRON PROP. SIGN PROP. PVC CONDUIT PROP. PVC CONDUIT (BORE) PROP. SIGNAL HEAD 10 20 40 SCALE PROP. DETECTION ZONE LEGEND: PROP. CONTROLLER R10-17T YELLOW ARROW ON FLASHING YIELD LEFT TURN S3 6 SIGN, AND PUSH BUTTON PROP. COUNTDOWN PED HEAD 0 R3-8b S4 PROP. 12" SIGNAL HEADS (LED) R Y G FY 8&9 1,2,3,4,6,75 R Y GY SY PED HEAD (LED) COUNTDOWN PROP. 16" 10 & 11 15 ALUMINUM SIGNS PROP. LUMINAIRE (.25 KW EQ) LED A B C D E POLE DESCRIPTION -PROP. PEDESTAL POLE THRU -28' MAST ARM PROP. POLE "D" -LED LUMINAIRE (1) -RADAR DETECTOR (1) -50' MAST ARM PROP. POLE "C" -LED LUMINAIRE (1) -RADAR DETECTOR (2) -28' MAST ARM PROP. POLE "B" -PTZ CAMERA (1) -ELECTRICAL SERVICE TYPE D #1 -LED LUMINAIRE (1) -RADAR DETECTOR (1) -24' MAST ARM PROP. POLE "A" Navigation BLVD S6 Up River RD S5 Navigation BLVD S2 Up River RD 5200 S1 1300 12005100 R O W R O W R O W R O W R O W R O W 1 ( U P R I V E R R D . ) P L A N L A Y O U T T R A F F I C S I G N A L S NAVIGATION BLVD. U P R I V E R R D . A E NO YL NO YLNOYL Ø 4 Ø 6 Ø 8 Ø2 Ø2 Ø5 Ø 6 F 11 10 A C C C C 1 7 5 8 9 & FND CONTROLLER PROP. 3 3' 1 2 ' 4 8 ' 5 6 '2 9 ' 4 3 4 2 3 6 10 9 87 X OVERHEAD SOURCE (120/240 VOLT) PROP. POWER S1 S2 S3 X S5 S6 S4 1 7 ' 1 2 11 6 5 12 PROP. PTZ CAMERA 6 'x 1 2 0 ' 6' x 1 0 0' 6' x 1 0 0' 6 'x 1 2 0 ' 6'x40' 6'x100' 6'x80' 13 BARRIER PHASING DIAGRAM IN RING 1 PHASES IN RING 2 PHASES APPROVAL. 10 FEET FROM EACH OTHER A VERBAL MESSAGE WILL BE REQUIRED. CONTACT ENGINEER FOR IF, DURING CONSTRUCTION, SITUATIONS ARISE THAT FORCE TWO APS UNITS TO BE CLOSER THAN APS UNIT # DEFAULT "WAIT" ACKNOWLEDGEMENT EXTENDED PRESS MESSAGE WALK PHASE MESSAGE APS MESSAGE INFORMATION PHASE DESIGNATION SIGNAL HEAD LAYOUT EMERGENCY & CONFLICT FLASH PEDESTRIAN TIMING DON'T WALK FLASHINGWALK HEADS PEDESTRIAN SIGNAL TIMING PASSAGE RECALL GREEN MAX. CLEAR YELLOW RED CLEARGREEN MIN. PHASE 1 2 3 4 5 6 7 8 R R R R R R R R R 3 2 4 1 8 9 7 6 5 U P R I V E R R D U P R I V E R R D U P R I V E R R D BLVD NAVIGATION BLVD NAVIGATION BLVD NAVIGATION "WAIT TO CROSS 10 THE CITY OF CORPUS CHRISTI. SIGNAL TIMING TO BE VERIFIED AND APPROVED BY OF THE BARRIER. ANY PHASE IN THE OTHER RING ON THE SAME SIDE ANY PHASE ON ONE RING MAY BE SERVICED WITH NOTES: 11 2. 1. (STREET NAME)" CROSS, WALK SIGN IS ON TO (STREET NAME)" 7 1 ( U P R I V E R R D . ) P H A S I N G D I A G R A M T R A F F I C S I G N A L S E12105 51 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 . 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 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 4 912 I H 3 7 F R T G R D S . & L E O P A R D S T . N A V I G A T I O N B L V D . @ U P R I V E R R D . , S T R E E T L I G H T I N G - B O N D 2 0 1 2 S I G N A L I M P R O V E M E N T S A N D CONSULTANT'S SHEET CITY PROJECT # E13087 STR 912 C I T Y o f C O R P U S C H R I S T I T E X A S 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 RECORD DRAWING NO. R E V I S I O N N O . SHEETD A T E B Y of D E S C R I P T I O N D A T E B Y D E S C R I P T I O N PROJECT NO. Ø2 Ø4 Ø5 Ø6 Ø8 YES YES 7 17 7 17 Ø2 Ø5 Ø6 Ø4 Ø8 PED Ø4 3024 24 OFF 4 OFF 24 24 ON 30 20 30 30 11 11 10 10 NAVIGATION BOULEVARD NAVIGATION BOULEVARD NAVIGATION BOULEVARD NAVIGATION BOULEVARDON OFF 2.2 2.2 2.22 3.8 3.8 3.8 3.8 3.8 2.2 2.2 6 / 2 5 / 1 5 HEAD 1 HEAD 2 TOTAL LENGTH (INS) #6 AWG (BARE) #6 AWG AWG 2/C #12 AWG 2/C #14 AWG 5/C #14 AWG 7/C #14 (INS) #8 AWG 4"3" BORE CONDUIT (PVC) TRENCH 4"2"3"2" 3 4 5 CAT 5 ETHRNT 3/C #14 PREEMP (BARE) #8 AWG 6 7 8 9 1 #12 AWG # 14 AWG POLE F POLE E POLE D POLE C 5/C2/C POLE A POLE B 7/C (INS) #8 AWG (BARE) #8 AWG #12 AWG # 14 AWG 3/C #14 PREEMP (BARE) #6 AWG (INS) #6 AWG CAT 5 ETHRNT 5/C2/C TOTAL CAT 5 ETHRNT 3/C #14 PREEMP TOTAL 5/C 7/C PREEMP CAT 5 ETHRNT# 14 AWG AWG 16/C #14 COMM CABLE RADAR COMM CABLE RADAR POLE A (24') POLE B (28') HEAD 3 HEAD 4 POLE C (50') HEAD 5 HEAD 6 HEAD 7 POLE D (28') HEAD 8 HEAD 9 COMM CABLE RADAR COMM CABLE RADAR 16/C 2 NO. RUN 10 11 TOTAL SUMMARY OF CONDUIT AND CONDUCTORS SUMMARY OF CONDUCTORS INSIDE ARMS SUMMARY OF CONDUCTORS INSIDE POLES SUMMARY OF CONDUCTORS INSIDE CABINET NOTES: # OF CONDUCTORS NUMBER OF CONDUCTORS 2/C #12 AWG (INS) - APS UNITS (PUSH BUTTON) #6 AWG (BARE) - POWER FOR CABINET #6 AWG (INS) - POWER FOR CABINET #8 AWG (BARE) - SYSTEM GROUND #8 AWG (INS) - SAFETY LIGHTING 12 2 2 1 1 11 1 1 1 11 1 1 88'34'175' 1 1 1 1 5' 5' 71' 5' 104' 7' 75' 5' 17' 106' 22' 7' 356'24' 2 1 12' 2 1 1 1 1 1 145' 1 1 1 49' 2 1 2 2 1 1 1 1 1 396' 2 2 2 2 2 2 2 1 2 2 2 2 2 1 1 2 418 631' 1 1 17' 1 2 3 3 1 1 1 361' 22' 24' 12' 28' 17' 50' 38' 26' 28' 17' 190'50' 25' 47' 12' 12' 12' 12' 40' 40' 40' 40' 20' 80' 80' 80' 25'20' 40' 20' 24'184'20'240'25'80' 20' 2 1 10' 4 40' 1 10' 2 20' 1 10' 4 40' 8 1 1 1 1 13 1 1 1 5'2 1 1 1 ( U P R I V E R R D . ) C O N D U I T & C O N D U C T O R P L A N T R A F F I C S I G N A L S E12105 51 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 . 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 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 4 912 I H 3 7 F R T G R D S . & L E O P A R D S T . N A V I G A T I O N B L V D . @ U P R I V E R R D . , S T R E E T L I G H T I N G - B O N D 2 0 1 2 S I G N A L I M P R O V E M E N T S A N D CONSULTANT'S SHEET CITY PROJECT # E13087 STR 912 C I T Y o f C O R P U S C H R I S T I T E X A S 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 RECORD DRAWING NO. R E V I S I O N N O . SHEETD A T E B Y of D E S C R I P T I O N D A T E B Y D E S C R I P T I O N PROJECT NO. 6 / 2 5 / 1 5 R Y G R Y G LOOKING WEST ON UP RIVER RD PROP. POLE "B" 28' MAST ARM 17' 28' 43 (PRESENCE) DETECTOR RADAR PROP. S2 2 4 . 5 ' M I N . (SEE NOTE 3) 3" MIN. N.T.S 3. 2. 1. HEAD MOUNTING HEIGHT. ABOVE GROUND AS NEEDED TO PROVIDE SIGNAL CONTRACTOR TO ADJUST FOUNDATION HEIGHT IN THE FIELD AS NEEDED. ARE APPROXIMATE AND WILL BE ADJUSTED THE ENGINEER. DISTANCES ALONG MAST ARMS APPROACHING LANES UNLESS APPROVED BY SIGNAL HEADS TO BE CENTERED OVER INSTALLATION REQUIREMENTS. HEADS, SIGNS AND PUSH BUTTON POLE MOUNTED SIGNAL HEAD, PEDESTRIAN SEE CONSTRUCTION DETAIL SHEETS FOR NOTES: (PRESENCE) DETECTOR RADAR PROP. (.25KW EQ) LED LUMINAIRE 9 WIND DAMPING PLATE R Y G R Y G SERVICE #1 ELECTRICAL PROP. 1 2 24' 12' SOURCE POWER S1 2 4 . 5 ' M I N . (PRESENCE) DETECTOR RADAR PROP. (SEE NOTE 3) 3" MIN. CCTV PROP. PTZ (.25KW EQ) LED LUMINAIRE LOOKING SOUTH ON NAVIGATION BLVD N.T.S PROP. POLE "A" 24' MAST ARM 1 ( U P R I V E R R D . ) E L E V A T I O N S T R A F F I C S I G N A L S E12105 51 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 . 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 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 4 912 I H 3 7 F R T G R D S . & L E O P A R D S T . N A V I G A T I O N B L V D . @ U P R I V E R R D . , S T R E E T L I G H T I N G - B O N D 2 0 1 2 S I G N A L I M P R O V E M E N T S A N D CONSULTANT'S SHEET CITY PROJECT # E13087 STR 912 C I T Y o f C O R P U S C H R I S T I T E X A S 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 RECORD DRAWING NO. R E V I S I O N N O . SHEETD A T E B Y of D E S C R I P T I O N D A T E B Y D E S C R I P T I O N PROJECT NO. Navigation BLVD 1300 Up River RD 5200 6 / 2 5 / 1 5 S5 4 2 " 4 2 " R Y Y G R Y G S3 R Y G R Y G R Y G 17' 28' 98 LOOKING EAST ON UP RIVER RD PROP. POLE "D" 28' MAST ARM YELLOW ARROW ON FLASHING YIELD LEFT TURN LOOKING EAST ON UP RIVER RD PROP. PED. POLE "E" LOOKING WEST ON UP RIVER RD PROP. PED. POLE "F" PB PB 5 6 7 26' 38' 50' 10 11 LOOKING NORTH ON NAVIGATION BLVD (PRESENCE) DETECTOR RADAR PROP. S6 3. 2. 1. HEAD MOUNTING HEIGHT. ABOVE GROUND AS NEEDED TO PROVIDE SIGNAL CONTRACTOR TO ADJUST FOUNDATION HEIGHT IN THE FIELD AS NEEDED. ARE APPROXIMATE AND WILL BE ADJUSTED THE ENGINEER. DISTANCES ALONG MAST ARMS APPROACHING LANES UNLESS APPROVED BY SIGNAL HEADS TO BE CENTERED OVER INSTALLATION REQUIREMENTS. HEADS, SIGNS AND PUSH BUTTON POLE MOUNTED SIGNAL HEAD, PEDESTRIAN SEE CONSTRUCTION DETAIL SHEETS FOR (SEE NOTE 3) 3" MIN. (SEE NOTE 3) 3" MIN. 2 4 . 5 ' M I N . 2 4 . 5 ' M I N . 10 N.T.S N.T.S N.T.S N.T.S NOTES: 1515 S4 (.25KW EQ) LED LUMINAIRE PROP. POLE "C" 50' MAST ARM 1 WIND DAMPING PLATE WIND DAMPING PLATE ( U P R I V E R R D . ) E L E V A T I O N S T R A F F I C S I G N A L S E12105 51 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 . 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 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 4 912 I H 3 7 F R T G R D S . & L E O P A R D S T . N A V I G A T I O N B L V D . @ U P R I V E R R D . , S T R E E T L I G H T I N G - B O N D 2 0 1 2 S I G N A L I M P R O V E M E N T S A N D CONSULTANT'S SHEET CITY PROJECT # E13087 STR 912 C I T Y o f C O R P U S C H R I S T I T E X A S 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 RECORD DRAWING NO. R E V I S I O N N O . SHEETD A T E B Y of D E S C R I P T I O N D A T E B Y D E S C R I P T I O N PROJECT NO. NO YL NO YL NO YL Up River RD Navigation BLVD 5100 1200 6 / 2 5 / 1 5 COMM CABLE W H I T E G R E E N O R A N G E R E D R Y G #14 5/C #14 5/C R Y G G R E E N W H I T E O R A N G E R E D BASE POLE "A" #14 16/C R E D O R A N G E G R E E N W H I T E R Y G #14 5/C #14 5/C R E D O R A N G E G R E E N W H I T E R Y G #14 16/C BASE "B" POLE #14 5/C #12 2/C BASE POLE "E" WHITE BLACK PB RED GREEN WHITE #14 5/C #12 2/C BASE POLE "F" WHITE BLACK RED GREEN WHITE PB PED NO. 11PED NO. 10 R E D O R A N G E G R E E N W H I T E R Y G #14 5/C R E D O R A N G E G R E E N W H I T E GYR #14 5/C #14 16/C BASE POLE "D" #14 16/C BASE POLE "C" #14 5/C W H I T E G R E E N O R A N G E R E D R Y G #14 5/C W H I T E G R E E N O R A N G E R E D R Y G W H I T E G R E E N B L A C K O R A N G E R E D R Y Y G #14 7/C COMM CABLE COMM CABLE COMM CABLE SIGNAL NO. 4SIGNAL NO. 3 SIGNAL NO. 7SIGNAL NO. 6SIGNAL NO. 5 11 POLE "A" ON SERVICE ELECTRICAL PROPOSED C O N T R O L L E R P R O P O S E D N E M A 15 15 (240 VOLT) 3-(.25KW EQ) LED CIRCUIT ILLUMINATION POLE "B" (PRESENCE) DETECTOR RADAR POLE "C" (PRESENCE) DETECTOR RADAR SIGNAL NO. 8 SIGNAL NO. 9 SIGNAL NO. 1 SIGNAL NO. 2 POLE "B" (PRESENCE) DETECTOR RADAR POLE "A" (PRESENCE) DETECTOR RADAR 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 AC+AC-VDC +24 GROUND LOGIC VDC +12 REF LF GND CHS P L 1 - 1 4 P L 1 - 1 3 P L 1 - 1 6 P L 1 - 1 5 P L 1 - 1 7 P L 1 - 2 0 P L 1 - 1 8 P L 1 - 1 9 P L 1 - 3 7 DT1 1 Ø2 Ø4 Ø6 Ø8 AC+ FOR SYSTEM LINE LOCATE. ALL 16/C - CONNECT BLUE/BLACK TRACER TO TERMINAL STRIP DETAILS ( U P R I V E R R D . ) W I R I N G D I A G R A M T R A F F I C S I G N A L S E12105 51 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 . 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 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 4 912 I H 3 7 F R T G R D S . & L E O P A R D S T . N A V I G A T I O N B L V D . @ U P R I V E R R D . , S T R E E T L I G H T I N G - B O N D 2 0 1 2 S I G N A L I M P R O V E M E N T S A N D CONSULTANT'S SHEET CITY PROJECT # E13087 STR 912 C I T Y o f C O R P U S C H R I S T I T E X A S 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 RECORD DRAWING NO. R E V I S I O N N O . SHEETD A T E B Y of D E S C R I P T I O N D A T E B Y D E S C R I P T I O N PROJECT NO. 6 / 2 5 / 1 5 C F N C F N C F N C F N G L I N # 1 W L I N # 2 3C L D C L D C L D C L D C L D C L D C L D C L D G L C I C I C I C I C I C I C I C I P P M H S M H S C I C I G U T G U T M H S M H S C L D C L D C I C I C I C I G U T G U T G U T G U T C I C I G L G U T G U T C L D C L D M H W G P G P S G N S G N C L D C L D C L D C L D G U T G U T P S T P S T G P G P M H M H C L D C L D B H W L 4 P P C L D C L D E G E G M H S C I C I G L E G E G C I C I G P G P G L E G E G G P G P G L C L D C L D C I C I T S L P T S L P G P G P G U T G U T G U T G U T D S N D S N W L 3 P S T F O C W I L L I A M S C I C I G L S G N S G N M H S M H S C I M H S C I M H S G L C I C I G L C L D C L D C I C I D S N D S N F H F H F H F H S E P P S E C I C I C F N C F N S E S E S E S E G L C F N C F N C F N C F N S G N S G N S G N C P 1 2 S G N S E S E T R T R G L G L C F N C F N T R T R W L 3 C F N C F N C F N C F N S E S E P P T R T R S E S E S E S E T S L P T S L P W L C F N C F N W L 3 0 " W L W L S E S E G L W M W M S G N S G N G L G L G L W L S E S E P P T S L P T S L P G V G V M H W M H W S E S E G L G L W L W L W L S E S E S E S E F H F H G L S E S E G L G L G L S E S E S E S E G L G L T S L P T S L P W L P S T P S T P S T P S T S G N S G N T R 4 " NAVIGATION BLVD. L E O P A R D S T . A A A A A A A A A A A A A A A A AA A A A A A A A A A A A A A A O N E W A Y O N E W A Y 75+00 76+00 77+00 78+00 79+00 E12105 51 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 . 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 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 4 912 I H 3 7 F R T G R D S . & L E O P A R D S T . N A V I G A T I O N B L V D . @ U P R I V E R R D . , S T R E E T L I G H T I N G - B O N D 2 0 1 2 S I G N A L I M P R O V E M E N T S A N D CONSULTANT'S SHEET CITY PROJECT # E13087 STR 912 C I T Y o f C O R P U S C H R I S T I T E X A S 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 RECORD DRAWING NO. R E V I S I O N N O . SHEETD A T E B Y of D E S C R I P T I O N D A T E B Y D E S C R I P T I O N PROJECT NO. N 10 20 400 SCALE & FND REMOVE CONTROLLER & FND REMOVE MAST ARM POLE & FND REMOVE MAST ARM POLE POLE & FND REMOVE MAST ARM & FND REMOVE MAST ARM POLE (RETURN TO CITY) REMOVE SOLAR POWER EQUIPMENT 12 UTILITY LEGEND: (WOOD POLE TO REMAIN) AND RM CONDUIT REMOVE ELECTRICAL SERVICE POWER POLE AERIAL CABLES STORM DRAINAGE LINE STORM DRAIN LINE SANITARY SEWER LIGHTING CONDUIT TELEPHONE LINE GAS LINE WATER LINE PIPE LINE 2 ( L E O P A R D S T . ) C O N D I T I O N L A Y O U T T R A F F I C S I G N A L S NO YL NO YLNOYL NO YLNOYL REMOVE REMOVE REMOVE REMOVE REMOVE REMOVE REMOVE REMOVE REMOVE R R R LEGEND: Navigation 500 BLVDYIELD LEFT TURN ON GREEN Navigation 600 BLVD YIELD LEFT TURN ON GREEN YIELD LEFT TURN ON GREEN R Leopard 4900 ST R R R R R R R R R R R ROW ROW TO BE REMOVED EXIST. VIVDS CAMERA TO BE REMOVED EXIST. LUMINAIRE TO BE REMOVED EXIST. SIGNAL HEAD TO BE REMOVED EXIST. GROUND BOX W G HOUSTON T C S RCP 5X5 BOX A PP Leopard5100 ST NOTES: BE FIELD VERIFIED. 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 NEW TRAFFIC SIGNAL 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. ROW ROW R O W R O W R O W 6 / 2 5 / 1 5 E12105 51 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 . 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 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 4 912 I H 3 7 F R T G R D S . & L E O P A R D S T . N A V I G A T I O N B L V D . @ U P R I V E R R D . , S T R E E T L I G H T I N G - B O N D 2 0 1 2 S I G N A L I M P R O V E M E N T S A N D CONSULTANT'S SHEET CITY PROJECT # E13087 STR 912 C I T Y o f C O R P U S C H R I S T I T E X A S 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 RECORD DRAWING NO. R E V I S I O N N O . SHEETD A T E B Y of D E S C R I P T I O N D A T E B Y D E S C R I P T I O N PROJECT NO. 6 / 2 5 / 1 5 75+00 76+00 77+00 78+00 79+00 WV WV WV WV WV SS SS O N L Y O N L Y C F N C F N C F N C F N BAR-B-Q BILL MILLER TIRE & BATTERY E.B. CREAGER G L I N # 1 W L I N # 2 3C L D C L D C L D C L D C L D C L D C L D C L D G L P P C I C I C I C I C I C I C I C I P P M H S M H S C I C I G U T G U T M H S M H S C L D C L D C I C I C I C I G U T G U T C I C I G L C L D C L D M H W G P G P S G N S G N C L D C L D C L D C L D C L D C L D G U T G U T P S T P S T G P G P M H M H C L D C L D B H W L 4 P P C L D C L D E G E G M H S C I C I G L E G E G C I C I G P G P G L E G E G G P G P G L C L D C L D T S L P T S L P G P G P G U T G U T D S N D S N W L 3 P S T F O C W I L L I A M S G L S G N S G N M H S M H S G L C I C I G L C L D C L D D S N D S N F H F H F H F H S E P P S E C I C I C F N C F N S E S E S E S E G L C F N C F N C F N C F N S G N S G N S G N C P 1 2 S G N S E S E T R T R G L G L C F N C F N T R T R W L 3 C F N C F N C F N C F N S E S E P P T R T R S E S E S E S E T S L P T S L P W L C F N C F N W L 3 0 " W L W L S E S E G L W M W M S G N S G N G L G L G L W L S E S E P P T S L P T S L P G V G V M H W M H W S E S E G L G L W L W L W L S E S E S E S E F H F H G L S E S E G L G L G L S E S E S E S E G L G L T S L P T S L P W L P S T P S T P S T P S T S G N S G N T R 4 " NAVIGATION BLVD. L E O P A R D S T . O N E W A Y O N E W A Y N A B C D E ROW ROW S1 A RADAR DETECTOR (PRESENCE) (TYPE A, OR C) PROP. GROUND BOX W/ APRON PROP. SIGN PROP. PVC CONDUIT PROP. PVC CONDUIT (BORE) PROP. SIGNAL HEAD SIGN, AND PUSH BUTTON PROP. COUNTDOWN HEAD 10 20 400 SCALE PROP. DETECTION ZONE LEGEND: 12 & 13 R Y G 10&11 1,2,4,5,7,8 R Y G FY Y 3,6,&9 PROP. 12" SIGNAL HEADS (LED) PED HEAD (LED) COUNTDOWN PROP. 16" POLE DESCRIPTION PROP. CONTROLLER Navigation BLVD Leopard ST ALUMINUM SIGNS R3-8b S6S3 & S9 SPECIALR10-17T S2, S5 & S8 YELLOW ARROW ON FLASHING YIELD LEFT TURN 13 SY O N E W A Y 15 PROP. LUMINAIRE (.25 KW EQ) LED -PROP. PEDESTAL POLE THRU -PTZ CAMERA (1) -LED LUMINAIRE (1) -RADAR DETECTOR (1) -65' MAST ARM PROP. POLE "D" -LED LUMINAIRE (1) -RADAR DETECTOR (1) -32' MAST ARM PROP. POLE "C" -RADAR DETECTOR (1) -50' MAST ARM PROP. POLE "B" -ELECTRICAL SERVICE TYPE D #2 -LED LUMINAIRE (1) -RADAR DETECTOR (1) -28' MAST ARM PROP. POLE "A" Navigation BLVD Leopard ST S1 S4 S10 S7 4900 500 600 5000 2 ROW ROW R O W R O W R O W ( L E O P A R D S T . ) P L A N L A Y O U T T R A F F I C S I G N A L S C B NO YL NO YLNOYLNOYLNOYL Ø7 Ø4 Ø4 Ø8 Ø 6 Ø 6 Ø 1 Ø 2 Ø 5 Ø 2 F 1 2 11 10 8 7 6 54 13 C A CC C 6 8 10 11 12 1 3 4 5 & FND CONTROLLER PROP. D E A F 9 51' 5 1 ' 4 8 ' 59' 3 7 ' 1 3 ' 61' 5' OVERHEAD SOURCE (120/240 VOLT) PROP. POWER S1 S2 S3 S5 S6 S7 S8S9S10 6'x40' 6'x80' 6'x120' 6'x120' S4 6 ' x 1 2 0 ' 6 ' x 1 2 0 ' 6 ' x 8 0 ' 6 ' x 8 0 ' 6 ' x 1 2 0 ' 6 ' x 1 2 0 ' X X 13 C 2 PROP. PTZ CAMERA 7 12 3 9 14 BARRIER PHASING DIAGRAM IN RING 1 PHASES IN RING 2 PHASES APPROVAL. 10 FEET FROM EACH OTHER A VERBAL MESSAGE WILL BE REQUIRED. CONTACT ENGINEER FOR IF, DURING CONSTRUCTION, SITUATIONS ARISE THAT FORCE TWO APS UNITS TO BE CLOSER THAN APS UNIT # DEFAULT "WAIT" ACKNOWLEDGEMENT EXTENDED PRESS MESSAGE WALK PHASE MESSAGE APS MESSAGE INFORMATION PHASE DESIGNATION SIGNAL HEAD LAYOUT EMERGENCY & CONFLICT FLASH PEDESTRIAN TIMING DON'T WALK FLASHING WALK HEADS PEDESTRIAN SIGNAL TIMING 1 2 3 4 5 6 7 8 R R R R R R R R 9 8 11 6 3 4 2 1 BLVD NAVIGATION BLVD NAVIGATION BLVD NAVIGATION (STREET NAME)"WAIT TO CROSS PASSAGE GREEN MIN.RECALLPHASE GREEN CLEAR YELLOW RED CLEAR MAX. R L E O P A R D S T R R L E O P A R D S T L E O P A R D S T 5 7 1012 13 THE CITY OF CORPUS CHRISTI. SIGNAL TIMING TO BE VERIFIED AND APPROVED BY OF THE BARRIER. ANY PHASE IN THE OTHER RING ON THE SAME SIDE ANY PHASE ON ONE RING MAY BE SERVICED WITH 2 1. " CROSS, WALK SIGN IS ON TO (STREET NAME)" 14 2 ( L E O P A R D S T . ) P H A S I N G D I A G R A M T R A F F I C S I G N A L S E12105 51 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 . 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 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 4 912 I H 3 7 F R T G R D S . & L E O P A R D S T . N A V I G A T I O N B L V D . @ U P R I V E R R D . , S T R E E T L I G H T I N G - B O N D 2 0 1 2 S I G N A L I M P R O V E M E N T S A N D CONSULTANT'S SHEET CITY PROJECT # E13087 STR 912 C I T Y o f C O R P U S C H R I S T I T E X A S 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 RECORD DRAWING NO. R E V I S I O N N O . SHEETD A T E B Y of D E S C R I P T I O N D A T E B Y D E S C R I P T I O N PROJECT NO. YES YES 7 17 7 17 Ø8 Ø6 12 13 Ø5 Ø2 Ø1 PED Ø6 Ø7 Ø4 Ø1 Ø2 Ø4 Ø5 Ø6 Ø7 Ø8 12 13 NOTES: NAVIGATION BOULEVARD NAVIGATION BOULEVARD NAVIGATION BOULEVARD NAVIGATION BOULEVARD42OFF303.8 3 4 2 OFF 20 3.8 3 4 2 OFF 30 3.8 3 4 2 OFF 20 4.2 1.8 4 2 ON 30 4.2 1.8 4 2 OFF 20 4.2 1.8 4 2 ON 30 4.2 1.8 6 / 2 5 / 1 5 HEAD 1 HEAD 2 TOTAL LENGTH (INS) #6 AWG (BARE) #6 AWG AWG 2/C #12 AWG 2/C #14 AWG 5/C #14 AWG 7/C #14 (INS) #8 AWG 4"3" BORE CONDUIT (PVC) TRENCH 4"2"3"2" 3 4 5 CAT 5 ETHRNT 3/C #14 PREEMP (BARE) #8 AWG 6 7 8 9 1 #12 AWG # 14 AWG POLE F POLE E POLE D POLE C 5/C2/C POLE A POLE B 7/C (INS) #8 AWG (BARE) #8 AWG #12 AWG # 14 AWG 3/C #14 PREEMP (BARE) #6 AWG (INS) #6 AWG CAT 5 ETHRNT 5/C2/C TOTAL CAT 5 ETHRNT 3/C #14 PREEMP TOTAL 5/C 7/C PREEMP CAT 5 ETHRNT# 14 AWG AWG 16/C #14 POLE B (50') POLE C (32') HEAD 6 HEAD 7 HEAD 8 POLE D (65') HEAD 9 NO. RUN 10 11 COMM CABLE RADAR COMM CABLE RADAR POLE A (28') HEAD 3 HEAD 4 COMM CABLE RADAR COMM CABLE RADAR 16/C 2 SUMMARY OF CONDUIT AND CONDUCTORS SUMMARY OF CONDUCTORS INSIDE ARMS SUMMARY OF CONDUCTORS INSIDE POLES SUMMARY OF CONDUCTORS INSIDE CABINET NOTES: 15 NUMBER OF CONDUCTORS # OF CONDUCTORS 12 2/C #12 AWG (INS) - APS UNITS (PUSH BUTTON) #6 AWG (BARE) - POWER FOR CABINET #6 AWG (INS) - POWER FOR CABINET #8 AWG (BARE) - SYSTEM GROUND #8 AWG (INS) - SAFETY LIGHTING 2 2 1 1 1 1 1 1 1 1 1 1 1 1 95' 8' 112' 132' 13' 72' 26' 2 2 1 1 2 1 1 1 1 1 1 1 2 2 2 2 2 2 2 1 1 1 1 1 1 2 2 3 2 2 2 2 2 1 2 1 1 1 2 2 2 1 1 1 25' 55' 32' 147'235' 53' 10' 22' 38' 17' 28' 40'80' 25' 20' 80' 80' 240' 20' 40' 40' 40' 12' 12' 12' 12' 60'25' 20' 20' 80'184'24' 2 1 4 1 2 1 4 20'10'40'10'20'10'40' 2 TOTAL 204'152'279'411'182'91'229'124'601'856'955'169'601' 13 1 1 55'2 1 2 2 1 1 2 1 1 1 10' 10' 11' 32' 14' 2 1 2 2 1 1 1 1 1 50' HEAD 5 26' 30' 41' 65' 20' 20' 20' 2 1 HEAD 10 HEAD 11 1 14 1 2 1 1 1 5'1 ( L E O P A R D S T . ) C O N D U I T & C O N D U C T O R P L A N T R A F F I C S I G N A L S E12105 51 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 . 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 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 4 912 I H 3 7 F R T G R D S . & L E O P A R D S T . N A V I G A T I O N B L V D . @ U P R I V E R R D . , S T R E E T L I G H T I N G - B O N D 2 0 1 2 S I G N A L I M P R O V E M E N T S A N D CONSULTANT'S SHEET CITY PROJECT # E13087 STR 912 C I T Y o f C O R P U S C H R I S T I T E X A S 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 RECORD DRAWING NO. R E V I S I O N N O . SHEETD A T E B Y of D E S C R I P T I O N D A T E B Y D E S C R I P T I O N PROJECT NO. 6 / 2 5 / 1 5 Y Y PROP. POLE "B" 50' MAST ARM 1 9 ' M I N . 2 0 ' M A X R Y G R Y G PROP. POLE "A" 28' MAST ARM LOOKING NORTH ON NAVIGATION BLVD SERVICE #2 ELECTRICAL PROP. 1 2 28' 17' SOURCE POWER R Y GRYGGR 2 0 ' M A X 1 9 ' M I N . 3 S2 4 5 26' 38' 50' S1 S4 (PRESENCE) DETECTOR RADAR PROP. (PRESENCE) DETECTOR RADAR PROP. LOOKING EAST ON LEOPARD ST YELLOW ARROW ON FLASHING YIELD LEFT TURN S3 (SEE NOTE 3) 3" MIN. (SEE NOTE 3) 3" MIN. 3. 2. 1. HEAD MOUNTING HEIGHT. ABOVE GROUND AS NEEDED TO PROVIDE SIGNAL CONTRACTOR TO ADJUST FOUNDATION HEIGHT IN THE FIELD AS NEEDED. ARE APPROXIMATE AND WILL BE ADJUSTED THE ENGINEER. DISTANCES ALONG MAST ARMS APPROACHING LANES UNLESS APPROVED BY SIGNAL HEADS TO BE CENTERED OVER INSTALLATION REQUIREMENTS. HEADS, SIGNS AND PUSH BUTTON POLE MOUNTED SIGNAL HEAD, PEDESTRIAN SEE CONSTRUCTION DETAIL SHEETS FOR NOTES: 16 N.T.S N.T.S (.25KW EQ) LED LUMINAIRE 2 WIND DAMPING PLATE WIND DAMPING PLATE ( L E O P A R D S T . ) E L E V A T I O N S T R A F F I C S I G N A L S E12105 51 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 . 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 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 4 912 I H 3 7 F R T G R D S . & L E O P A R D S T . N A V I G A T I O N B L V D . @ U P R I V E R R D . , S T R E E T L I G H T I N G - B O N D 2 0 1 2 S I G N A L I M P R O V E M E N T S A N D CONSULTANT'S SHEET CITY PROJECT # E13087 STR 912 C I T Y o f C O R P U S C H R I S T I T E X A S 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 RECORD DRAWING NO. R E V I S I O N N O . SHEETD A T E B Y of D E S C R I P T I O N D A T E B Y D E S C R I P T I O N PROJECT NO. NO YLNOYL Leopard ST 4900 Navigation BLVD 500 6 / 2 5 / 1 5 4 2 " 4 2 " (PRESENCE) DETECTOR RADAR PROP. LOOKING SOUTH ON NAVIGATION BLVD 22' 32' PROP. PED. POLE "E"PROP. PED. POLE "F" PBPB 65' 53' 41' S10 PROP. POLE "C" 32' MAST ARM 10 11S9 13 LOOKING WEST ON LEOPARD ST LOOKING EAST ON LEOPARD ST 12 10' R Y G 8 S7 YELLOW ARROW ON FLASHING YIELD LEFT TURN S5 LOOKING WEST ON LEOPARD ST. PROP. POLE "D" 65' MAST ARM 3. 2. 1. HEAD MOUNTING HEIGHT. ABOVE GROUND AS NEEDED TO PROVIDE SIGNAL CONTRACTOR TO ADJUST FOUNDATION HEIGHT IN THE FIELD AS NEEDED. ARE APPROXIMATE AND WILL BE ADJUSTED THE ENGINEER. DISTANCES ALONG MAST ARMS APPROACHING LANES UNLESS APPROVED BY SIGNAL HEADS TO BE CENTERED OVER INSTALLATION REQUIREMENTS. HEADS, SIGNS AND PUSH BUTTON POLE MOUNTED SIGNAL HEAD, PEDESTRIAN SEE CONSTRUCTION DETAIL SHEETS FOR NOTES: (SEE NOTE 3) 3" MIN. (SEE NOTE 3) 3" MIN. N.T.S N.T.S N.T.SN.T.S 17 1515 (.25KW EQ) LED LUMINAIRE (.25KW EQ) LED LUMINAIRE CCTV PROP. PTZ 2 2 0 ' M A X 1 9 ' M I N . 6 YRY G WIND DAMPING PLATE (PRESENCE) DETECTOR RADAR PROP. R Y G 7 S6 9 YRY G S8 2 0 ' M A X 1 9 ' M I N . YELLOW ARROW ON FLASHING YIELD LEFT TURN WIND DAMPING PLATE R Y G R Y G ( L E O P A R D S T . ) E L E V A T I O N S T R A F F I C S I G N A L S E12105 51 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 . 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 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 4 912 I H 3 7 F R T G R D S . & L E O P A R D S T . N A V I G A T I O N B L V D . @ U P R I V E R R D . , S T R E E T L I G H T I N G - B O N D 2 0 1 2 S I G N A L I M P R O V E M E N T S A N D CONSULTANT'S SHEET CITY PROJECT # E13087 STR 912 C I T Y o f C O R P U S C H R I S T I T E X A S 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 RECORD DRAWING NO. R E V I S I O N N O . SHEETD A T E B Y of D E S C R I P T I O N D A T E B Y D E S C R I P T I O N PROJECT NO. NO YLNOYL NO YL NO YLNOYL Navigation BLVD 600 Leopard ST 5100 6 / 2 5 / 1 5 POLE "A" (PRESENCE) DETECTOR RADAR COMM CABLE W H I T E G R E E N O R A N G E R E D SIGNAL NO. 8 R Y G #14 5/C #14 5/C SIGNAL NO. 7 R Y G G R E E N W H I T E O R A N G E R E D BASE POLE "C" #14 16/C R E D O R A N G E G R E E N W H I T E R Y G #14 5/C #14 5/C R E D O R A N G E G R E E N W H I T E R Y G #14 16/C BASE "A" POLE #14 5/C #12 2/C BASE POLE "F" WHITE BLACK PB RED GREEN WHITE #14 5/C WHITE BLACK RED GREEN WHITE PED NO. 13 R E D O R A N G E G R E E N W H I T E R Y G SIGNAL NO. 4 #14 5/C R E D O R A N G E G R E E N W H I T E SIGNAL NO. 5 GYR #14 5/C #14 16/C BASE POLE "B" #14 16/C BASE POLE "D" #14 5/C W H I T E G R E E N O R A N G E R E D R Y G #14 5/C W H I T E G R E E N O R A N G E R E D R Y G W H I T E G R E E N B L A C K O R A N G E R E D R Y Y G #14 7/C COMM CABLE COMM CABLE COMM CABLE #14 7/C W H I T E G R E E N B L A C K O R A N G E R E D R Y Y G #14 7/C W H I T E G R E E N B L A C K O R A N G E R E D R Y Y G SIGNAL NO. 3 SIGNAL NO. 6 POLE "A" ON SERVICE ELECTRICAL PROPOSED C O N T R O L L E R P R O P O S E D N E M A SIGNAL NO. 1 SIGNAL NO. 2 SIGNAL NO. 9 SIGNAL NO. 10 SIGNAL NO. 11 POLE "D" (PRESENCE) DETECTOR RADAR POLE "B" (PRESENCE) DETECTOR RADAR POLE "C" (PRESENCE) DETECTOR RADAR 18 15 (240 VOLT) 3-(.25KW EQ) LED CIRCUIT ILLUMINATION PED NO. 12 15 #12 2/C BASE POLE "E"PB 2 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 AC+AC-VDC +24 GROUND LOGIC VDC +12 REF LF GND CHS P L 1 - 1 4 P L 1 - 1 3 P L 1 - 1 6 P L 1 - 1 5 P L 1 - 1 7 P L 1 - 2 0 P L 1 - 1 8 P L 1 - 1 9 P L 1 - 3 7 DT1 Ø2 Ø4 Ø6 Ø8 AC+ FOR SYSTEM LINE LOCATE. ALL 16/C - CONNECT BLUE/BLACK TRACER TO TERMINAL STRIP DETAILS ( L E O P A R D S T . ) W I R I N G D I A G R A M T R A F F I C S I G N A L S E12105 51 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 . 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 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 4 912 I H 3 7 F R T G R D S . & L E O P A R D S T . N A V I G A T I O N B L V D . @ U P R I V E R R D . , S T R E E T L I G H T I N G - B O N D 2 0 1 2 S I G N A L I M P R O V E M E N T S A N D CONSULTANT'S SHEET CITY PROJECT # E13087 STR 912 C I T Y o f C O R P U S C H R I S T I T E X A S 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 RECORD DRAWING NO. R E V I S I O N N O . SHEETD A T E B Y of D E S C R I P T I O N D A T E B Y D E S C R I P T I O N PROJECT NO. 6 / 2 5 / 1 5 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 . E12105 912 51 I H 3 7 F R T G R D S . & L E O P A R D S T . N A V I G A T I O N B L V D . @ U P R I V E R R D . , S T R E E T L I G H T I N G - B O N D 2 0 1 2 S I G N A L I M P R O V E M E N T S 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 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 CONSULTANT'S SHEET CITY PROJECT # E13087 STR 891 C I T Y o f C O R P U S C H R I S T I T E X A S 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 RECORD DRAWING NO. R E V I S I O N N O . SHEETD A T E B Y of D E S C R I P T I O N D A T E B Y D E S C R I P T I O N PROJECT NO. 6 / 2 5 / 1 5 L P S G N S G N S G N S G N S G N S G N C O L S G N S G N S G N S G N S G N S G N C O L 5 1 3 0 B M 5 1 3 0 B M S G N S G N 6 C P6 C P S P K S P K S G N S G N S G N S G N P P S G N S G N S G N S G N S G N S G N S G N S G N G P G P G P G P S G N S G N S G N S G N WV WV WV WV WV POLE & FND. REMOVE PEDESTAL POLE TO REMAIN EXIST PEDESTAL POLE & FND. REMOVE PEDESTAL POLE TO REMAIN EXIST PEDESTAL PUSH BUTTON & FND. REMOVE PEDESTAL PUSH BUTTON & FND. REMOVE PEDESTAL R R R R R R R R R R R R N 10 20 400 SCALE UTILITY LEGEND: POWER POLE EFFLUENT SEWER LINE STORM DRAIN LINE SANITARY SEWER TELEPHONE LINE GAS LINE WATER LINE PIPE LINE TO REMAIN EXIST. CONTROLLER R R R POLE TO REMAIN EXIST. MAST ARM POLE TO REMAIN EXIST. MAST ARM POLE TO REMAIN EXIST. MAST ARM SERVICE TO REMAIN EXIST. ELECTRICAL POLE TO REMAIN EXIST. MAST ARM REMAIN REMAIN REMAIN 19 ( I H 3 7 ) C O N D I T I O N L A Y O U T T R A F F I C S I G N A L S W O R WOR WOR WOR R R R R 3 NAVIGATION BLVD. I H 3 7 N B F R T G . R D . I H 3 7 S B F R T G . R D . NO YL NO YL LEGEND: R W G T CITGO EM S RCP PP R YIELD LEFT TURN ON GREEN YIELD LEFT TURN ON GREEN EXIST. RADAR DETECTOR EXIST. SIGNAL HEADS TO BE REMOVED EXIST. GROUND BOX EXIST. GROUND BOX TO REMAIN EXIST. VIVDS CAMERA SIGN TO BE REMOVED HEAD/PUSH BUTTON/ EXIST. PEDESTRIAN EXIST. CONDUIT NOTES: BE FIELD VERIFIED. THE LOCATION OF UTILITIES ARE APPOXIMATE AND SHALL PROJECT SITE. PROPERTY OF THE CONTRACTOR AND REMOVED FROM THE TXDOT. ALL OTHER SIGNAL EQUIPMENT SHALL BECOME THE BY THE CITY ENGINEER SHALL BE RETURNED TO THE ALL PEDESTRIAN EQUIPMENT REMOVED DEEMED SALVAGEABLE THE DURATION OF THIS PROJECT. EXISTING SIGNAL SHALL REMAIN IN OPERATION FOR PART OF THE TRAFFIC SIGNAL SYSTEM. BEFORE ACTIVATING, DEACTIVATING, OR MODIFYING ANY BEFORE COMMENCING TRAFFIC SIGNAL WORK AND THE CONTRACTOR SHALL NOTIFY THE CITY AND TXDOT 4. 3. 2. 1. 55+00 56+0054+0053+0051+00 52+00 C I C I L P C I C I T B X T B X C I C I C I C I T S L P T S L P C I C I M H S M H S M H S C I C I C I C I M H S M H S C I C I M H S C I C I T B X T B X C I C I M H S5 1 3 0 B M 5 1 3 0 B M M H S C I C I M H S M H S C I C I T S L P T S L P T B X T B X C I C I T B X T B X C I C I C I C I C I C I M H S C I C I T S L P T S L P 6 C P6 C P C I C I M H S M H S C I C I C I C I P P C I C I M H SC I C I C I C I C I C I M H S M H S C I C I C I C I C I C I T S L P T S L P T S L P 16.2' O N L Y WV WV WV WV WV 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 . E12105 912 51 I H 3 7 F R T G R D S . & L E O P A R D S T . N A V I G A T I O N B L V D . @ U P R I V E R R D . , S T R E E T L I G H T I N G - B O N D 2 0 1 2 S I G N A L I M P R O V E M E N T S 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 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 CONSULTANT'S SHEET CITY PROJECT # E13087 STR 891 C I T Y o f C O R P U S C H R I S T I T E X A S 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 RECORD DRAWING NO. R E V I S I O N N O . SHEETD A T E B Y of D E S C R I P T I O N D A T E B Y D E S C R I P T I O N PROJECT NO. POLE DESCRIPTION LEGEND:N 10 20 400 SCALE A PROP. PVC CONDUIT PROP. PVC CONDUIT (BORE) EXIST. CONDUIT EXIST. SIGNAL HEAD EXIST. VIVDS CAMERA EXIST. RADAR DETECTOR EXIST. GROUND BOX SIGN, AND PUSH BUTTON PROP. COUNTDOWN PED HEAD, TO REMAIN EXIST. CONTROLLER SERVICE TO REMAIN EXIST. ELECTRICAL "D-D" MAST ARM POLE EXISTING "C-C" MAST ARM POLE EXISTING "B-B" MAST ARM POLE EXISTING "A-A" MAST ARM POLE EXISTING A C A B C D E F G H I J K L 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 PED HEAD (LED) COUNTDOWN PROP. 16" 15 EXIST. SIGNAL HEADS 13-24 R Y GY G 5&11 R Y G 10&11 6,7,8,9, 1,2,3,4, A -PROP. PEDESTAL POLE THRU EXIST. PEDESTAL POLE G -PROP. PEDESTAL POLE THRU F L EXIST. PEDESTAL POLE 20 WOR WOR WOR W O R (TYPE A OR C) PROP. GROUND BOX W/ APRON ( I H 3 7 ) P L A N L A Y O U T T R A F F I C S I G N A L S -RADAR DETECTOR (2) -50' MAST ARM D-D EXIST. POLE VIVDS CAMERA (2) -40'/38' MAST ARMS C-C EXIST. POLE -RADAR DETECTOR (2) -50' MAST ARM B-B EXIST. POLE VIVDS CAMERA (2) -38'/34' MAST ARMS A-A EXIST. POLE A A EXIST. POLE EXIST. POLE '5. 5 ' 8 A C C A 3 NAVIGATION BLVD. I H 3 7 S B F R T G . R D . I H 3 7 N B F R T G . R D . X E K 2 1 3 5 4 6 7 8 9 10 11 12 13 14 1516 18 17 19 2021 22 24 23 25 26 27 28 29 6 / 2 5 / 1 5 LENGTH (INS) #6 AWG (BARE) #6 AWG AWG 2/C #12 AWG 2/C #14 AWG 5/C #14 AWG 7/C #14 (INS) #8 AWG 4"3" BORE CONDUIT (PVC) TRENCH 4"2"3"2" 3 4 5 CAT 5 ETHRNT 3/C #14 PREEMP (BARE) #8 AWG 6 7 8 9 1 #12 AWG # 14 AWG POLE F POLE E POLE D POLE C 5/C2/C POLE A POLE B 7/C (INS) #8 AWG (BARE) #8 AWG TOTAL CAT 5 ETHRNT 3/C #14 PREEMP AWG 16/C #14NO. RUN 10 11 COMM CABLE RADAR COMM CABLE RADAR 2 SUMMARY OF CONDUIT AND CONDUCTORS SUMMARY OF CONDUCTORS INSIDE POLES NUMBER OF CONDUCTORS 21 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 TOTAL POLE G POLE H POLE J POLE K POLE L POLE I PEDESTRIAN TIMING WALK DON'T WALK FLASHING 13-14 15-16 17-18 19-20 21-22 23-24 NOTES: ( I H 3 7 ) C O N D U I T & C O N D U C T O R P L A N T R A F F I C S I G N A L S APPROVAL. 10 FEET FROM EACH OTHER A VERBAL MESSAGE WILL BE REQUIRED. CONTACT ENGINEER FOR IF, DURING CONSTRUCTION, SITUATIONS ARISE THAT FORCE TWO APS UNITS TO BE CLOSER THAN APS UNIT #DEFAULT "WAIT" ACKNOWLEDGEMENT EXTENDED PRESS MESSAGE WALK PHASE MESSAGE APS MESSAGE INFORMATION (STREET NAME)"WAIT TO CROSS " CROSS, WALK SIGN IS ON TO (STREET NAME)" 13 14 15 16 17 18 19 20 21 22 23 24 7 7 7 7 7 7 #12 AWG # 14 AWG 3/C #14 PREEMP (BARE) #6 AWG (INS) #6 AWG CAT 5 ETHRNT 5/C2/C TOTAL COMM CABLE RADAR 16/C SUMMARY OF CONDUCTORS INSIDE CABINET # OF CONDUCTORS HEAD PEDESTRIAN 1 * 1 1 1 1 1 1 1 1 1 1 271' * * * * * * * * * * * * 1 * * * * 45' 5' 63' 75' 47' 35' 14' 65' 100' 12' 43' 65' 11' 56' 41' 78' 40' 45' 10' 18' 55' 13' 33' 48' 94' 5' 8' 7' 9' 8' 12 6 6 1 2 2 1 1 3 1 2 2 1 1 6 6 1 3 2 2 1 1 1 1 1 2 2 1 3 12 6 6 1 2 2 1 1 3 1 2 2 1 1 6 6 1 3 2 2 1 1 1 1 1 2 2 1 3 3201 3201 1 1 1 1 1 1 1 1 1 1 1 1 316' 12' 48' 12' 12' 12' 12' 12' 12' 12' 12' 12' 12' 12' 144' 4' 4' 4' 4' 4' 4' 4' 4' 4' 4' 4' 4' 18 18 21 19 19 16 12 12 120'120' CONDUCTORS WHERE POSSIBLE. TO REMOVE EXIST. PEDESTRIAN TO REMAIN IN PLACE. CONTRACTOR EXIST. TRAFFIC SIGNAL CONDUCTORS #8 AWG (BARE) - SYSTEM GROUND 2/C #12 AWG (INS) - APS UNITS 3. 2. 1. 3 * EXISTING CONDUIT 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 . E12105 912 51 I H 3 7 F R T G R D S . & L E O P A R D S T . N A V I G A T I O N B L V D . @ U P R I V E R R D . , S T R E E T L I G H T I N G - B O N D 2 0 1 2 S I G N A L I M P R O V E M E N T S 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 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 CONSULTANT'S SHEET CITY PROJECT # E13087 STR 891 C I T Y o f C O R P U S C H R I S T I T E X A S 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 RECORD DRAWING NO. R E V I S I O N N O . SHEETD A T E B Y of D E S C R I P T I O N D A T E B Y D E S C R I P T I O N PROJECT NO. YES YES YES YES YES YES YES YES YES YES YES YES NAVIGATION BOULEVARD IH37 FRONTAGE ROAD IH37 FRONTAGE ROAD IH37 FRONTAGE ROAD NAVIGATION BOULEVARD IH37 FRONTAGE ROAD IH37 FRONTAGE ROAD NAVIGATION BOULEVARD IH37 FRONTAGE ROAD IH37 FRONTAGE ROAD NAVIGATION BOULEVARD IH37 FRONTAGE ROAD NAVIGATION BOULEVARD IH37 FRONTAGE ROAD IH37 FRONTAGE ROAD IH37 FRONTAGE ROAD NAVIGATION BOULEVARD IH37 FRONTAGE ROAD IH37 FRONTAGE ROAD NAVIGATION BOULEVARD IH37 FRONTAGE ROAD IH37 FRONTAGE ROAD NAVIGATION BOULEVARD IH37 FRONTAGE ROAD 6 / 2 5 / 1 5 (PRESENCE) DETECTOR RADAR EXIST. 50' 30' R Y G 5 6 22' 3 4 34' 26' 38' 21 (PRESENCE) DETECTOR RADAR EXIST. YRY G G N.T.S LOOKING EAST ON IH37 FRTG RD EXIST. DUAL MAST ARM POLE "A-A" 34' MAST ARM (CLAMP-ON) N.T.S LOOKING NORTH ON NAVIGATION BLVD EXIST. DUAL MAST ARM POLE "A-A" 38' MAST ARM (FIXED) LOOKING SOUTH ON NAVIGATION BLVD EXIST. POLE "B-B" 50' MAST ARM N.T.S 22 EXIST. EXIST. ( I H 3 7 ) E L E V A T I O N S T R A F F I C S I G N A L S VIVDS EXIST. VIVDS EXIST. 3 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 . E12105 912 51 I H 3 7 F R T G R D S . & L E O P A R D S T . N A V I G A T I O N B L V D . @ U P R I V E R R D . , S T R E E T L I G H T I N G - B O N D 2 0 1 2 S I G N A L I M P R O V E M E N T S 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 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 CONSULTANT'S SHEET CITY PROJECT # E13087 STR 891 C I T Y o f C O R P U S C H R I S T I T E X A S 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 RECORD DRAWING NO. R E V I S I O N N O . SHEETD A T E B Y of D E S C R I P T I O N D A T E B Y D E S C R I P T I O N PROJECT NO. NO YL NO YLRYGRYG YIELD LEFT TURN ON GREEN R Y GRYG 6 / 2 5 / 1 5 (PRESENCE) DETECTOR RADAR EXIST. 50' 30' R Y G 11 12 (PRESENCE) DETECTOR RADAR EXIST. YRY G G 26' 9 10 38' N.T.S LOOKING WEST ON IH37 FRTG RD EXIST. DUAL MAST ARM POLE "C-C" 38' MAST ARM (CLAMP-ON) 28' 40' 87 N.T.S LOOKING SOUTH ON NAVIGATION BLVD EXIST. DUAL MAST ARM POLE "C-C" 40' MAST ARM (FIXED) LOOKING NORTH ON NAVIGATION BLVD EXIST. POLE "D-D" 50' MAST ARM N.T.S 23 VIVDS EXIST.VIVDS EXIST. EXIST. ( I H 3 7 ) E L E V A T I O N S T R A F F I C S I G N A L S 3 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 . E12105 912 51 I H 3 7 F R T G R D S . & L E O P A R D S T . N A V I G A T I O N B L V D . @ U P R I V E R R D . , S T R E E T L I G H T I N G - B O N D 2 0 1 2 S I G N A L I M P R O V E M E N T S 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 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 CONSULTANT'S SHEET CITY PROJECT # E13087 STR 891 C I T Y o f C O R P U S C H R I S T I T E X A S 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 RECORD DRAWING NO. R E V I S I O N N O . SHEETD A T E B Y of D E S C R I P T I O N D A T E B Y D E S C R I P T I O N PROJECT NO. YIELD LEFT TURN ON GREEN R Y G R Y GRYGRYG 6 / 2 5 / 1 5 4 2 " 16 N.T.S PROP. PED. POLE "D" LOOKING WEST ON IH37 FRTG RD 4 2 " 15 N.T.S PROP. PED. POLE "C" LOOKING EAST ON IH37 FRTG RD 4 2 " PB 14 N.T.S 15 PROP. PED. POLE "B" LOOKING SOUTH ON NAVIGATION BLVD 4 2 " PB N.T.S 15 PROP. PED. POLE "A" 13 LOOKING NORTH ON NAVIGATION BLVD 4 2 " 17 N.T.S LOOKING SOUTH ON NAVIGATION BLVD PROP. PED. POLE "E" 4 2 " 18 N.T.S LOOKING NORTH ON NAVIGATION BLVD EXIST. PED. POLE "F" 4 2 " PB 19 15 N.T.S LOOKING SOUTH ON NAVIGATION BLVD PROP. PED. POLE "G" N.T.S LOOKING NORTH ON NAVIGATION BLVD PROP. PED. POLE "H" 4 2 " PB 20 4 2 " PB 21 N.T.S 15 LOOKING WEST ON IH37 FRTG RD PROP. PED. POLE "I" 4 2 " PB 22 N.T.S LOOKING EAST ON IH37 FRTG RD PROP. PED. POLE "J" 4 2 " PB 23 N.T.S LOOKING NORTH ON NAVIGATION BLVD PROP. PED. POLE "K" 4 2 " PB 24 N.T.S LOOKING SOUTH ON NAVIGATION BLVD EXIST. PED. POLE "L" 24 15 PB 15 PB 15 15 15 PBPB 15 15 15 ( I H 3 7 ) E L E V A T I O N S T R A F F I C S I G N A L S 3 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 . E12105 912 51 I H 3 7 F R T G R D S . & L E O P A R D S T . N A V I G A T I O N B L V D . @ U P R I V E R R D . , S T R E E T L I G H T I N G - B O N D 2 0 1 2 S I G N A L I M P R O V E M E N T S 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 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 CONSULTANT'S SHEET CITY PROJECT # E13087 STR 891 C I T Y o f C O R P U S C H R I S T I T E X A S 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 RECORD DRAWING NO. R E V I S I O N N O . SHEETD A T E B Y of D E S C R I P T I O N D A T E B Y D E S C R I P T I O N PROJECT NO. 6 / 2 5 / 1 5 COMM CABLE #14 5/C #12 2/C BASE POLE "C" WHITE BLACK PB RED GREEN WHITE #14 5/C #12 2/C BASE POLE "D" WHITE BLACK RED GREEN WHITE PB COMM CABLE COMM CABLE COMM CABLE C O N T R O L L E R E X I S T I N G N E M A #14 5/C #12 2/C BASE POLE "A" WHITE BLACK PB RED GREEN WHITE #14 5/C #12 2/C BASE POLE "B" WHITE BLACK RED GREEN WHITE PB PED NO. 14PED NO. 13 15 15 #14 5/C #12 2/C BASE POLE "E" WHITE BLACK PB RED GREEN WHITE #14 5/C #12 2/C BASE POLE "F" WHITE BLACK RED GREEN WHITE PB PED NO. 18PED NO. 17 15 15 #14 5/C #12 2/C BASE POLE "L" PB #14 5/C #12 2/C BASE POLE "K" WHITE BLACK RED GREEN WHITE PB PED NO. 23 PED NO. 24 1515 WHITE BLACK RED GREEN WHITE #14 5/C #12 2/C BASE POLE "I" PB #14 5/C #12 2/C BASE POLE "J" WHITE BLACK RED GREEN WHITE PB PED NO. 22 PED NO. 21 1515 WHITE BLACK RED GREEN WHITE #14 5/C #12 2/C BASE POLE "G" PB #14 5/C #12 2/C BASE POLE "H" WHITE BLACK RED GREEN WHITE PB PED NO. 20 PED NO. 19 1515 WHITE BLACK RED GREEN WHITE 25 SERVICE ELECTRICAL EXISTING PED NO. 16 15 PED NO. 15 15 POLE "D" (PRESENCE) DETECTOR RADAR EXISTING POLE "B" (PRESENCE) DETECTOR RADAR EXISTING POLE "B" (PRESENCE) DETECTOR RADAR EXISTING POLE "D" (PRESENCE) DETECTOR RADAR EXISTING ( I H 3 7 ) W I R I N G D I A G R A M T R A F F I C S I G N A L S 3 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 . E12105 912 51 I H 3 7 F R T G R D S . & L E O P A R D S T . N A V I G A T I O N B L V D . @ U P R I V E R R D . , S T R E E T L I G H T I N G - B O N D 2 0 1 2 S I G N A L I M P R O V E M E N T S 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 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 CONSULTANT'S SHEET CITY PROJECT # E13087 STR 891 C I T Y o f C O R P U S C H R I S T I T E X A S 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 RECORD DRAWING NO. R E V I S I O N N O . SHEETD A T E B Y of D E S C R I P T I O N D A T E B Y D E S C R I P T I O N PROJECT NO. 6 / 2 5 / 1 5 ALUMINUM SIGNS 3 0 " 30" R10-17T SPECIAL 3 0 " 48" R3-8b 3 0 " 48" BLACK ON WHITE BLACK ON WHITE Navigation BLVD XXX 4.1 60.8 8 13 74.3 10.1 4.1 5.6 90 [Navigation] ClearviewHwy-3-W; [BLVD] ClearviewHwy-3-W; [XXX] ClearviewHwy-3-W; 5 8 3 . 5 4 3 4 5 3 . 5 1 8 1.5" Radius, 0.5" Border, White on Green; D3-1G Up River RD XXXX 4.4 16.4 8.5 34.8 11.5 6.5 72.1 13.5 7.9 4.4 90 [Up River] ClearviewHwy-3-W; [RD] ClearviewHwy-3-W; [XXXX] ClearviewHwy-3-W; 4 1 0 3 . 5 4 3 4 4 3 . 5 1 8 1.5" Radius, 0.5" Border, White on Green; D3-1G Leopard ST XXXX 6.4 55.6 12 5.7 70 13.6 10.3 6.4 90 [Leopard] ClearviewHwy-3-W; [ST] ClearviewHwy-3-W; [XXXX] ClearviewHwy-3-W; 4 1 0 3 . 5 4 3 4 4 3 . 5 1 8 1.5" Radius, 0.5" Border, White on Green; D3-1G 26 GENERAL NOTES: 8. 7. 6. 5. 4. 3. 2. 1. EXTRUDED ALUMINUM SIGNS A B C 60 SF ALUMINUM SIGNS (TY 0) ITEM 636-2003 OR EQUAL CLAMP KIT AB-3013-L PELCO STAINLESS STEEL OPTION FOR SWIVEL BOLT IS REQUIRED. USE ONE BRACKET FOR 16 SF OF SIGN FACE OR FRACTION THEREOF OR AS PER ENGINEER, FORMED TUBE AVAILABLE SIZES: 9/15/18/24/30/36/42/48/60/66/72 AND 78 INCHES. AND SELF LOCKING WASHER AND HEX NUT. " SQUARE HEAD BOLT8 3EXTRUDED ALUMINUM PANEL IS FASTENED TO FORMED TUBE WITH C. B. A. EXTRUDED ALUMINUM SIGN BRACKET, FORMED TUBE HORIZONTAL ARTICULATED CABLE MOUNT, PELCO AB-0136-A-L OR EQUAL BLACK ON WHITE 5200 *BLOCK #'S 5100 5000 * BLOCK #'S 4900 1300 1200 600 *BLOCK #'S 500 * * * NUMBERS WITH CITY OF CORPUS CHRISTI. SEE PLAN LAYOUTS FOR BLOCK NUMBERS AND LOCATIONS. CONTRACTOR TO VERIFY BLOCK TO ITEM 680, "INSTALLATION OF TRAFFIC SIGNALS". SIGNS SHALL BE MOUNTED HORIZONTAL. BRACKETS AND WORK SHALL BE SUBSIDIARY REFLECTIVE SHEETING (TYPE D). ALUMINUM (TYPE O), WITH THE BACKGROUND AND COPY FABRICATED WITH PRISMATIC STREET NAME SIGNS MOUNTED ON TRAFFIC SIGNAL POLES SHALL BE EXTRUDED 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 T R A F F I C S I G N A L S E12105 51 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 . 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 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 4 912 I H 3 7 F R T G R D S . & L E O P A R D S T . N A V I G A T I O N B L V D . @ U P R I V E R R D . , S T R E E T L I G H T I N G - B O N D 2 0 1 2 S I G N A L I M P R O V E M E N T S A N D CONSULTANT'S SHEET CITY PROJECT # E13087 STR 912 C I T Y o f C O R P U S C H R I S T I T E X A S 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 RECORD DRAWING NO. R E V I S I O N N O . SHEETD A T E B Y of D E S C R I P T I O N D A T E B Y D E S C R I P T I O N PROJECT NO. NO YLNOYL NO YL NO YL NO YL YELLOW ARROW ON FLASHING YIELD LEFT TURN 6 / 2 5 / 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 27 E12105 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 T R A F F I C S I G N A L S E12105 51 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 . 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 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 4 912 I H 3 7 F R T G R D S . & L E O P A R D S T . N A V I G A T I O N B L V D . @ U P R I V E R R D . , S T R E E T L I G H T I N G - B O N D 2 0 1 2 S I G N A L I M P R O V E M E N T S A N D CONSULTANT'S SHEET CITY PROJECT # E13087 STR 912 C I T Y o f C O R P U S C H R I S T I T E X A S 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 RECORD DRAWING NO. R E V I S I O N N O . SHEETD A T E B Y of D E S C R I P T I O N D A T E B Y D E S C R I P T I O N PROJECT NO. 6 / 2 5 / 1 5 E12105 51 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 . 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 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 4 912 I H 3 7 F R T G R D S . & L E O P A R D S T . N A V I G A T I O N B L V D . @ U P R I V E R R D . , S T R E E T L I G H T I N G - B O N D 2 0 1 2 S I G N A L I M P R O V E M E N T S A N D CONSULTANT'S SHEET CITY PROJECT # E13087 STR 912 C I T Y o f C O R P U S C H R I S T I T E X A S 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 RECORD DRAWING NO. R E V I S I O N N O . SHEETD A T E B Y of D E S C R I P T I O N D A T E B Y D E S C R I P T I O N PROJECT NO. 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 28 RADAR DETECTOR INSTALLATION CONNECTION ENTRY CGB FOR CABLE DRILL POLE CCTV C O N S T R U C T I O N D E T A I L S T R A F F I C S I G N A L S 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 6 / 2 5 / 1 5 E12105 51 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 . 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 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 4 912 I H 3 7 F R T G R D S . & L E O P A R D S T . N A V I G A T I O N B L V D . @ U P R I V E R R D . , S T R E E T L I G H T I N G - B O N D 2 0 1 2 S I G N A L I M P R O V E M E N T S A N D CONSULTANT'S SHEET CITY PROJECT # E13087 STR 912 C I T Y o f C O R P U S C H R I S T I T E X A S 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 RECORD DRAWING NO. R E V I S I O N N O . SHEETD A T E B Y of D E S C R I P T I O N D A T E B Y D E S C R I P T I O N PROJECT NO. 29 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 T R A F F I C S I G N A L S 6 / 2 5 / 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 30 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 E12105 51 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 . 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 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 4 912 I H 3 7 F R T G R D S . & L E O P A R D S T . N A V I G A T I O N B L V D . @ U P R I V E R R D . , S T R E E T L I G H T I N G - B O N D 2 0 1 2 S I G N A L I M P R O V E M E N T S A N D CONSULTANT'S SHEET CITY PROJECT # E13087 STR 912 C I T Y o f C O R P U S C H R I S T I T E X A S 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 RECORD DRAWING NO. R E V I S I O N N O . SHEETD A T E B Y of D E S C R I P T I O N D A T E B Y D E S C R I P T I O N PROJECT NO. 6 / 2 5 / 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 31 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 E12105 51 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 . 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 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 4 912 I H 3 7 F R T G R D S . & L E O P A R D S T . N A V I G A T I O N B L V D . @ U P R I V E R R D . , S T R E E T L I G H T I N G - B O N D 2 0 1 2 S I G N A L I M P R O V E M E N T S A N D CONSULTANT'S SHEET CITY PROJECT # E13087 STR 912 C I T Y o f C O R P U S C H R I S T I T E X A S 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 RECORD DRAWING NO. R E V I S I O N N O . SHEETD A T E B Y of D E S C R I P T I O N D A T E B Y D E S C R I P T I O N PROJECT NO. 6 / 2 5 / 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 32 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 E12105 51 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 . 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 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 4 912 I H 3 7 F R T G R D S . & L E O P A R D S T . N A V I G A T I O N B L V D . @ U P R I V E R R D . , S T R E E T L I G H T I N G - B O N D 2 0 1 2 S I G N A L I M P R O V E M E N T S A N D CONSULTANT'S SHEET CITY PROJECT # E13087 STR 912 C I T Y o f C O R P U S C H R I S T I T E X A S 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 RECORD DRAWING NO. R E V I S I O N N O . SHEETD A T E B Y of D E S C R I P T I O N D A T E B Y D E S C R I P T I O N PROJECT NO. 6 / 2 5 / 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 33 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 E12105 51 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 . 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 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 4 912 I H 3 7 F R T G R D S . & L E O P A R D S T . N A V I G A T I O N B L V D . @ U P R I V E R R D . , S T R E E T L I G H T I N G - B O N D 2 0 1 2 S I G N A L I M P R O V E M E N T S A N D CONSULTANT'S SHEET CITY PROJECT # E13087 STR 912 C I T Y o f C O R P U S C H R I S T I T E X A S 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 RECORD DRAWING NO. R E V I S I O N N O . SHEETD A T E B Y of D E S C R I P T I O N D A T E B Y D E S C R I P T I O N PROJECT NO. 6 / 2 5 / 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 34 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 E12105 51 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 . 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 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 4 912 I H 3 7 F R T G R D S . & L E O P A R D S T . N A V I G A T I O N B L V D . @ U P R I V E R R D . , S T R E E T L I G H T I N G - B O N D 2 0 1 2 S I G N A L I M P R O V E M E N T S A N D CONSULTANT'S SHEET CITY PROJECT # E13087 STR 912 C I T Y o f C O R P U S C H R I S T I T E X A S 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 RECORD DRAWING NO. R E V I S I O N N O . SHEETD A T E B Y of D E S C R I P T I O N D A T E B Y D E S C R I P T I O N PROJECT NO. 6 / 2 5 / 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 35 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 E12105 51 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 . 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 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 4 912 I H 3 7 F R T G R D S . & L E O P A R D S T . N A V I G A T I O N B L V D . @ U P R I V E R R D . , S T R E E T L I G H T I N G - B O N D 2 0 1 2 S I G N A L I M P R O V E M E N T S A N D CONSULTANT'S SHEET CITY PROJECT # E13087 STR 912 C I T Y o f C O R P U S C H R I S T I T E X A S 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 RECORD DRAWING NO. R E V I S I O N N O . SHEETD A T E B Y of D E S C R I P T I O N D A T E B Y D E S C R I P T I O N PROJECT NO. 6 / 2 5 / 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 36 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 E12105 51 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 . 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 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 4 912 I H 3 7 F R T G R D S . & L E O P A R D S T . N A V I G A T I O N B L V D . @ U P R I V E R R D . , S T R E E T L I G H T I N G - B O N D 2 0 1 2 S I G N A L I M P R O V E M E N T S A N D CONSULTANT'S SHEET CITY PROJECT # E13087 STR 912 C I T Y o f C O R P U S C H R I S T I T E X A S 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 RECORD DRAWING NO. R E V I S I O N N O . SHEETD A T E B Y of D E S C R I P T I O N D A T E B Y D E S C R I P T I O N PROJECT NO. 6 / 2 5 / 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 37 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 E12105 51 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 . 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 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 4 912 I H 3 7 F R T G R D S . & L E O P A R D S T . N A V I G A T I O N B L V D . @ U P R I V E R R D . , S T R E E T L I G H T I N G - B O N D 2 0 1 2 S I G N A L I M P R O V E M E N T S A N D CONSULTANT'S SHEET CITY PROJECT # E13087 STR 912 C I T Y o f C O R P U S C H R I S T I T E X A S 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 RECORD DRAWING NO. R E V I S I O N N O . SHEETD A T E B Y of D E S C R I P T I O N D A T E B Y D E S C R I P T I O N PROJECT NO. 6 / 2 5 / 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 38 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- E12105 51 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 . 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 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 4 912 I H 3 7 F R T G R D S . & L E O P A R D S T . N A V I G A T I O N B L V D . @ U P R I V E R R D . , S T R E E T L I G H T I N G - B O N D 2 0 1 2 S I G N A L I M P R O V E M E N T S A N D CONSULTANT'S SHEET CITY PROJECT # E13087 STR 912 C I T Y o f C O R P U S C H R I S T I T E X A S 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 RECORD DRAWING NO. R E V I S I O N N O . SHEETD A T E B Y of D E S C R I P T I O N D A T E B Y D E S C R I P T I O N PROJECT NO. 6 / 2 5 / 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 39Sheet 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 E12105 51 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 . 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 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 4 912 I H 3 7 F R T G R D S . & L E O P A R D S T . N A V I G A T I O N B L V D . @ U P R I V E R R D . , S T R E E T L I G H T I N G - B O N D 2 0 1 2 S I G N A L I M P R O V E M E N T S A N D CONSULTANT'S SHEET CITY PROJECT # E13087 STR 912 C I T Y o f C O R P U S C H R I S T I T E X A S 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 RECORD DRAWING NO. R E V I S I O N N O . SHEETD A T E B Y of D E S C R I P T I O N D A T E B Y D E S C R I P T I O N PROJECT NO. 6 / 2 5 / 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 40 (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 E12105 51 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 . 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 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 4 912 I H 3 7 F R T G R D S . & L E O P A R D S T . N A V I G A T I O N B L V D . @ U P R I V E R R D . , S T R E E T L I G H T I N G - B O N D 2 0 1 2 S I G N A L I M P R O V E M E N T S A N D CONSULTANT'S SHEET CITY PROJECT # E13087 STR 912 C I T Y o f C O R P U S C H R I S T I T E X A S 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 RECORD DRAWING NO. R E V I S I O N N O . SHEETD A T E B Y of D E S C R I P T I O N D A T E B Y D E S C R I P T I O N PROJECT NO. 6 / 2 5 / 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 41Sheet 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. E12105 51 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 . 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 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 4 912 I H 3 7 F R T G R D S . & L E O P A R D S T . N A V I G A T I O N B L V D . @ U P R I V E R R D . , S T R E E T L I G H T I N G - B O N D 2 0 1 2 S I G N A L I M P R O V E M E N T S A N D CONSULTANT'S SHEET CITY PROJECT # E13087 STR 912 C I T Y o f C O R P U S C H R I S T I T E X A S 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 RECORD DRAWING NO. R E V I S I O N N O . SHEETD A T E B Y of D E S C R I P T I O N D A T E B Y D E S C R I P T I O N PROJECT NO. 6 / 2 5 / 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 42LMA(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. E12105 51 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 . 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 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 4 912 I H 3 7 F R T G R D S . & L E O P A R D S T . N A V I G A T I O N B L V D . @ U P R I V E R R D . , S T R E E T L I G H T I N G - B O N D 2 0 1 2 S I G N A L I M P R O V E M E N T S A N D CONSULTANT'S SHEET CITY PROJECT # E13087 STR 912 C I T Y o f C O R P U S C H R I S T I T E X A S 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 RECORD DRAWING NO. R E V I S I O N N O . SHEETD A T E B Y of D E S C R I P T I O N D A T E B Y D E S C R I P T I O N PROJECT NO. 6 / 2 5 / 1 5 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 1 50S 50 1 55 55L 55S 55 60 60L 60S 60 65 65L 1 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 2 Length and 4 CGB Connectors ft. Designation Quantity ILSN Arm (Max. 2 per pole) Ship with 50 50IV 2 clamps, bolts and washers 55 55IV Nominal Arm Length Quantity 60 60IV 7' Arm 65 65IV 1 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" 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.) LEOPARD POLE "B" 10 1 22 LEOPARD POLE "D" 10 1 22 UP RIVER POLE "C" 10 1 22 66 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 43LMA(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 E12105 51 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 . 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 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 4 912 I H 3 7 F R T G R D S . & L E O P A R D S T . N A V I G A T I O N B L V D . @ U P R I V E R R D . , S T R E E T L I G H T I N G - B O N D 2 0 1 2 S I G N A L I M P R O V E M E N T S A N D CONSULTANT'S SHEET CITY PROJECT # E13087 STR 912 C I T Y o f C O R P U S C H R I S T I T E X A S 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 RECORD DRAWING NO. R E V I S I O N N O . SHEETD A T E B Y of D E S C R I P T I O N D A T E B Y D E S C R I P T I O N PROJECT NO. 6 / 2 5 / 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 44 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 4 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 1 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 1 1 2 1 3 1 5 E12105 51 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 . 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 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 4 912 I H 3 7 F R T G R D S . & L E O P A R D S T . N A V I G A T I O N B L V D . @ U P R I V E R R D . , S T R E E T L I G H T I N G - B O N D 2 0 1 2 S I G N A L I M P R O V E M E N T S A N D CONSULTANT'S SHEET CITY PROJECT # E13087 STR 912 C I T Y o f C O R P U S C H R I S T I T E X A S 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 RECORD DRAWING NO. R E V I S I O N N O . SHEETD A T E B Y of D E S C R I P T I O N D A T E B Y D E S C R I P T I O N PROJECT NO. 6 / 2 5 / 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 45 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 E12105 51 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 . 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 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 4 912 I H 3 7 F R T G R D S . & L E O P A R D S T . N A V I G A T I O N B L V D . @ U P R I V E R R D . , S T R E E T L I G H T I N G - B O N D 2 0 1 2 S I G N A L I M P R O V E M E N T S A N D CONSULTANT'S SHEET CITY PROJECT # E13087 STR 912 C I T Y o f C O R P U S C H R I S T I T E X A S 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 RECORD DRAWING NO. R E V I S I O N N O . SHEETD A T E B Y of D E S C R I P T I O N D A T E B Y D E S C R I P T I O N PROJECT NO. 6 / 2 5 / 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 46 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 E12105 51 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 . 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 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 4 912 I H 3 7 F R T G R D S . & L E O P A R D S T . N A V I G A T I O N B L V D . @ U P R I V E R R D . , S T R E E T L I G H T I N G - B O N D 2 0 1 2 S I G N A L I M P R O V E M E N T S A N D CONSULTANT'S SHEET CITY PROJECT # E13087 STR 912 C I T Y o f C O R P U S C H R I S T I T E X A S 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 RECORD DRAWING NO. R E V I S I O N N O . SHEETD A T E B Y of D E S C R I P T I O N D A T E B Y D E S C R I P T I O N PROJECT NO. 6 / 2 5 / 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 47 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 E12105 51 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 . 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 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 4 912 I H 3 7 F R T G R D S . & L E O P A R D S T . N A V I G A T I O N B L V D . @ U P R I V E R R D . , S T R E E T L I G H T I N G - B O N D 2 0 1 2 S I G N A L I M P R O V E M E N T S A N D CONSULTANT'S SHEET CITY PROJECT # E13087 STR 912 C I T Y o f C O R P U S C H R I S T I T E X A S 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 RECORD DRAWING NO. R E V I S I O N N O . SHEETD A T E B Y of D E S C R I P T I O N D A T E B Y D E S C R I P T I O N PROJECT NO. 6 / 2 5 / 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 48MA-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 E12105 51 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 . 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 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 4 912 I H 3 7 F R T G R D S . & L E O P A R D S T . N A V I G A T I O N B L V D . @ U P R I V E R R D . , S T R E E T L I G H T I N G - B O N D 2 0 1 2 S I G N A L I M P R O V E M E N T S A N D CONSULTANT'S SHEET CITY PROJECT # E13087 STR 912 C I T Y o f C O R P U S C H R I S T I T E X A S 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 RECORD DRAWING NO. R E V I S I O N N O . SHEETD A T E B Y of D E S C R I P T I O N D A T E B Y D E S C R I P T I O N PROJECT NO. 6 / 2 5 / 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 49MA-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) E12105 51 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 . 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 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 4 912 I H 3 7 F R T G R D S . & L E O P A R D S T . N A V I G A T I O N B L V D . @ U P R I V E R R D . , S T R E E T L I G H T I N G - B O N D 2 0 1 2 S I G N A L I M P R O V E M E N T S A N D CONSULTANT'S SHEET CITY PROJECT # E13087 STR 912 C I T Y o f C O R P U S C H R I S T I T E X A S 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 RECORD DRAWING NO. R E V I S I O N N O . SHEETD A T E B Y of D E S C R I P T I O N D A T E B Y D E S C R I P T I O N PROJECT NO. 6 / 2 5 / 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 50 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 POLE "A" POLE "B" POLE "D" POLE "E" POLE "F" 10 36-A 1 10 10 10 10 1 36-A 1 124-A 124-A 6 6 13 13 65 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 . 36-A UP RIVER RD. 13 POLE "A"10 36-A 1 10 10 10 1 1 124-A 6 6 13 36-A LEOPARD ST. 13POLE "C" POLE "E" POLE "F" 24-A POLE "A"10 1 10 10 1 1 6 POLE "B" POLE "C"24-A IH37 10 124-A 6POLE "D" 10 124-A 6POLE "E" 10 124-A 6POLE "F" 10 124-A 6POLE "G" 10 124-A 6POLE "H" 10 124-A 6POLE "I" 10 124-A 6POLE "J" 84 6 6 24-A 24-A E12105 51 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 . 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 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 4 912 I H 3 7 F R T G R D S . & L E O P A R D S T . N A V I G A T I O N B L V D . @ U P R I V E R R D . , S T R E E T L I G H T I N G - B O N D 2 0 1 2 S I G N A L I M P R O V E M E N T S A N D CONSULTANT'S SHEET CITY PROJECT # E13087 STR 912 C I T Y o f C O R P U S C H R I S T I T E X A S 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 RECORD DRAWING NO. R E V I S I O N N O . SHEETD A T E B Y of D E S C R I P T I O N D A T E B Y D E S C R I P T I O N PROJECT NO. 6 / 2 5 / 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 51 (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 E12105 51 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 . 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 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 4 912 I H 3 7 F R T G R D S . & L E O P A R D S T . N A V I G A T I O N B L V D . @ U P R I V E R R D . , S T R E E T L I G H T I N G - B O N D 2 0 1 2 S I G N A L I M P R O V E M E N T S A N D CONSULTANT'S SHEET CITY PROJECT # E13087 STR 912 C I T Y o f C O R P U S C H R I S T I T E X A S 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 RECORD DRAWING NO. R E V I S I O N N O . SHEETD A T E B Y of D E S C R I P T I O N D A T E B Y D E S C R I P T I O N PROJECT NO. 6 / 2 5 / 1 5