Loading...
HomeMy WebLinkAboutC2016-188 - 4/12/2016 - Approved . 2016-188 4/12/16 Ord. 030811 D & G Energy Corporation 00 52 23 AGREEMENT This Agreement,for the Project awarded on April 12.2016 ,is between the City of Corpus Christi(Owner)and D&G Energy Corporation (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: PACKERY POINTE PARK ROAD 22 AT AQUARIUS STREET SIGNAL AND TURN LANES IMPROVEMENT PLAN(RE-BID) —Protect No.E15155 ARTICLE 2—DESIGNER AND OWNER'S AUTHORIZED REPRESENTATIVE 2.01 The Project has been designed by: Pape-Dawson Engineers.Inc. Gilmer D.Gaston,P.E.PTOE 2000 NW Loop 410 San Antonio,Texas.78213 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..#5 Corpus Christi.TX 78411 ARTICLE 3—CONTRACT TIMES 3.01 Contract Times A. The Work is required to be substantially completed within 90 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 120 days after the date when the Contract Times commence to run. B. Milestones,and the dates for completion of each,are as defined in SECTION 0135 00 SPECIAL PROCEDURES. Agreement 00 52 23-1 Packery Pointe Park Road 22 at Aquarius Street Signal and Turn Lanes Improvement Plan Re-bid—Project No.E15155 REV 03.23.2015 INDEXED 3.02 Liquidated Damages A. Owner and Contractor recognize that time limits for specified Milestones, Substantial Completion, and completion and readiness for Final Payment as stated in the Contract Documents are of the essence of the Contract. Owner and Contractor recognize that the Owner will suffer financial loss if the Work is not completed within the times specified in Paragraph 3.01 and as adjusted in accordance with Paragraph 11.05 of the General Conditions. Owner and Contractor also recognize the delays, expense, and difficulties involved in proving in a legal or arbitration proceeding the actual loss suffered by Owner if the Work is not completed on time. Accordingly, instead of requiring any such proof, Owner and Contractor agree that as liquidated damages for delay (but not as a penalty): 1. Substantial Completion: Contractor shall pay Owner $500 for each day that expires after the time specified in Paragraph 3.01 for Substantial Completion until the Work is substantially complete. 2. Completion of the Remaining Work: Contractor agrees to pay Owner $500 for each day that expires after the time specified in Paragraph 3.01 for completion and readiness for final payment until the Work is completed and ready for final payment in accordance with Paragraph 15.06 of the General Conditions. 3. Liquidated damages for failing to timely attain Substantial Completion and Final Completion are not additive and will not be imposed concurrently. 4. Milestones: Contractor agrees to pay Owner liquidated damages as stipulated in SECTION 0135 00 SPECIAL PROCEDURES for failure to meet Milestone completions. 5. The Owner will determine whether the Work has been completed within the Contract Times. B. Owner is not required to only assess liquidated damages, and Owner may elect to pursue its actual damages resulting from the failure of Contractor to complete the Work in accordance with the requirements of the Contract Documents. ARTICLE 4 — CONTRACT PRICE 4.01 Owner will pay Contractor for completion of the Work in accordance with the Contract Documents at the unit prices shown in the attached BID FORM. Unit prices have been computed in accordance with Paragraph 13.03 of the General Conditions. Contractor acknowledges that estimated quantities are not guaranteed, and were solely for the purpose of comparing Bids, and final payment for all unit price items will be based on actual quantities, determined as provided in the Contract Documents. Total Base Bid Part 1 and Part 2 $ 773,738.75 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. Agreement Packery Pointe Park Road 22 at Aquarius Street Signal and Turn Lanes Improvement Plan Re -bid — Project No. E15155 005223-2 REV 03-23-2015 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. 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. Agreement Packery Pointe Park Road 22 at Aquarius Street Signal and Tum Lanes Improvement Plan Re -bid — Project No. E15155 005223-3 REV 03-23-2015 C. The Contractor is familiar with Laws and Regulations that may affect cost, progress, and performance of the Work. D. The Contractor has carefully studied the following Site -related reports and drawings as identified in the Supplementary Conditions: 1. Geotechnical Data Reports regarding subsurface conditions at or adjacent to the Site; 2. Drawings of physical conditions relating to existing surface or subsurface structures at the Site; 3. Underground Facilities referenced in reports and drawings; 4. Reports and drawings relating to Hazardous Environmental Conditions, if any, at or adjacent to the Site; and 5. Technical Data related to each of these reports and drawings. E. The Contractor has considered the: 1. Information known to Contractor; 2. Information commonly known to contractors doing business in the locality of the Site; 3. Information and observations obtained from visits to the Site; and 4. The Contract Documents. F. The Contractor has considered the items identified in Paragraphs 7.01.D and 7.01.E with respect to the effect of such information, observations, and documents on: 1. The cost, progress, and performance of the Work; 2. The means, methods, techniques, sequences, and procedures of construction to be employed by Contractor; and 3. Contractor's safety precautions and programs. G. Based on the information and observations referred to in the preceding paragraphs, Contractor agrees that no further examinations, investigations, explorations, tests, studies, or data are necessary for the performance of the Work at the Contract Price, within the Contract Times, and in accordance with the other terms and conditions of the Contract Documents. H. The Contractor is aware of the general nature of Work to be performed by Owner and others at the Site that relates to the Work as indicated in the Contract Documents. I. The Contractor has correlated the information known to the Contractor, information and observations obtained from visits to the Site, reports and drawings identified in the Contract Documents, and all additional examinations, investigations, explorations, tests, studies, and data with the Contract Documents. J. The Contractor has given the OAR written notice of all conflicts, errors, ambiguities, or discrepancies that the Contractor has discovered in the Contract Documents, and the written resolution provided by the OAR is acceptable to the Contractor. K. The Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performance and furnishing of the Work. Agreement Packery Pointe Park Road 22 at Aquarius Street Signal and Turn Lanes Improvement Pian Re -bid - Project No. E15155 005223-4 REV 03-23-2015 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 financial management under this Agreement. Subject to prior written notice, the Owner shall be afforded reasonable access during normal business hours to all of the Contractor's records, books, correspondence, instructions, drawings, receipts, vouchers, memoranda, and similar data relating to the Cost of the Work and the Contractor's fee. The Contractor shall preserve all such documents for a period of 3 years after the final payment by the Owner. ARTICLE 9 — CONTRACT DOCUMENTS 9.01 Contents: A. The Contract Documents consist of the following: 1. Specifications, forms, and documents listed in SECTION 00 0100 TABLE OF CONTENTS. 2. Drawings listed in the Sheet Index. 3. Addenda. 4. Exhibits to this Agreement: a. Contractor's Bid Form. 5. Documentation required by the Contract Documents and submitted by Contractor prior to Notice of Award. B. There are no Contract Documents other than those listed above in this Article. C. The Contract Documents may only be amended, modified, or supplemented as provided in Article 11 of the General Conditions. ARTICLE 10 — CONTRACT DOCUMENT SIGNATURES Four original duplicates of the signed Agreement will be required. The sequence of signatures will be completed in the following order: A. CONTRACTOR — Agreement must be signed by a person authorized to bind the firm or company. if Contractor is a Corporation, agreements must be Attested; B. ASSISTANT CITY ATTORNEY for the City; C. DIRECTOR OF ENGINEERING SERVICES; D. CITY SECRETARY for the City. Agreement Packery Pointe Park Road 22 at Aquarius Street Signal and Turn Lanes Improvement Plan Re -bid — Project No. E15155 005223-5 REV 03-23-2015 ATTEST Pe, Rebecca Huerta City Secretary APPROVED AS TO LEGAL FORM: net L. Kellogg Assistant City Attorney ATTEST (IF CORPORATION) (iicufeLarikboc\ (Seal Below) eQtde01'1 Note: Attach copy of authorization to sign if person signing for CONTRACTOR is not President, Vice President, Chief Executive Officer, or Chief Financial Officer J.H. Edmonds, P.E. Director of Engineering Services bcci. • DP.IF hu„, 0 COUNCIL CONTRACTOR D & G Energy Corporation By: Title: SECRETARv 4 P.O. Box 4675 Address McAllen, TX 78502 City 956/686-6040 Phone mgarcia@dgenergycorp.com State Zip Fax EMail END OF SECTION Agreement Packery Pointe Park Road 22 at Aquarius Street Signal and Turn Lanes Improvement Plan Re -bid - Project No. E15155 005223-6 REV 03-23-2015 • 1,.: D & G Energy Corporation RESOLUTION RESOLVED, that this Board of Directors does hereby authorize and direct Maribel Garcia, President and Leandro Garcia, Vice President to sign contracts and amendments to the contracts and to review claims on behalf of D & G Energy Corporation. Leandro Garcia Executive Director 3608 Buddy Owens Blvd., Ste. C McAllen, TX 78504 • P.O. Box 4675 McAllen, TX 78502 • Phone: 956.686.6040 • Email: dgenergycorp@att.net Version V1.0.312 Forms provided by Texas Ethics Commission www.ethics.state.tx.us CERTIFICATE OF INTERESTED PARTIES FORM 1295 1 of 1 Complete Nos. 1 - 4 and 6 if there are interested panres. Complete Nos. 1, 2, 3, 5, and 6 if there are no interested parties. OFFICE USE ONLY CERTIFICATION OF FILING Certificate Number: 2016-25158 Date Filed: 03/11/2016 Date Acknowledged: 5-(i- 2olie Z 1 Name of business entity filing form, and the city, state and country of the business entity's place of business. D & G Energy Corporation McAllen, TX United States 2 Name of governmental entity or state agency that is a party to the contract for which the form is being filed. City of Corpus Christi 3 Provide the identification number used by the governmental entity or state agency to track or identify the contract, and provi e a description of the goods or services to he provided under the contract. E15155 Packery Pointe Intersection Park Rd 22 at Aquarius Street Intersection Improvement 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. (2, ��'; air: VERONICA CALDERON ';�"� Notory Public, State of Texas M= Comm. Expires 06.14.2017 ,,,,,,,r, Notory ID 129458344 \, 1 �L'�A `Signature of au'btorized agent of contracting business entity 1 t ] 1( `_t this the 11 day of 11 i.1� �1 AFFIX NOTARY STAMP / SEAL ABOVE Swor710 and subscribed before me. by the -said 20 C) to certify which, witness my hand and \ seal of office. \ v C-`(CY11 CVA C4\c.._\42XCA l 'VAC S ,nistering r IG \%\(DiV(MM.1�(, i Signature of officer administering oath Printed name of officer administering oath Title of officer adm oath Forms provided by Texas Ethics Commission www.ethics.state.tx.us 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 D & G Energy Corporation (type or print name of company) on: March 2, 2016 at 2:00 PM for PACKERY POINTE PARK ROAD 22 AT AQUARIUS STREET SIGNAL AND TURN LANES IMPROVEMENT PLAN (RE -BID) — Project No. E15155 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 — Packery Pointe Park Road 22 at Aquarius Street Signal and Turn Lanes Improvement Plan (Re -Bid) — Project No. E15155 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 1 2/25/2016 1. l�a1t:• -tom t //I ,.1_,s'1 rr X. Bid Acknowledgement Form Packery Pointe Park Road 22 at Aquarius Street Signal and Turn Lanes Improvement Plan Re -bid — Project No. E15155 003000-1 REV 06.12-2015 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; 8. 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 Padcery Pointe Park Road 22 at Aquarius Street Signal and Turn Lanes Improvement Plan Rebid — Project No. E15155 003000-2 REN OS -12.2015 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 Part 1: Roadway Items Base Bid Part 2: Signal Items Base Bid Part 1 Roadway Items and Base Bid Part 2: Signal Items $ 488_677.25 $ 285,061.50 $ 773,738.75 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 Base Bid Part 1: Roadway Items, Base Bid Part 2: Signal Items, or Base Bid Part 1: Roadway Items and Base Bid Part 2: Signal items to the Bidder who provides the Best Value for the Owner. ARTICLE S — 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 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. Bid Acknowledgement Form Padcery Pointe Park Road 22 at Aquarius Street signal and Turn Lanes Improvement Plan Re -bid — Project No. E15155 003000-3 REV 06-12-2015 5.03 Material misstatements in the documentation submitted to determine the Bidder's responsibility, including information submitted per SECTION CO 4516 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 94 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 120 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 2113 INVITATION TO BID AND INSTRUCTIONS TO BIDDERS, the following are made a condition of this Bid: A. Bid Security. B. SECTION 00 30 00 BID ACKNOWLEDGEMENT FORM and documentation of signatory authority. C. Bid Form. D. SECTION 00 30 02 COMPLIANCE TO STATE LAW ON NONRESIDENT BIDDERS. E. SECTION 00 30 04 CONFLICT OF INTEREST QUESTIONNAIRE. F. SECTION 00 30 05 DISCLOSURE OF INTEREST. G. SECTION 00 30 06 NON -COLLUSION CERTIFICATION. ARTICLE 8 — DEFINED TERMS 8.01 The terms used in this Bid have the meanings indicated in the General Conditions and the Supplementary Conditions. The significance of terms with initial capital letters is described in the General Conditions. ARTICLE 9 — VENUE 9.01 Bidder agrees that venue shall lie exclusively in Nueces County, Texas for any legal action. Bid Acknowledgement Form Padcery Pointe Park Road 22 at Aquarius Street Signal and Turn Lanes Improvement Pian Re -bid — Project No. E1S1SS 003000-4 REV 06.12-2015 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 Packery Pointe Park Road 22 at Aquarius Street Signal and Turn Lanes improvement Plan Rebid — Project No. E15155 003000-5 REV 06-12-2015 ARTICLE 11— BID SUBMITTAL 11.01 This Bid is submitted by: Bidder: By: Name: Title: Attest: D & G Energy Corporation (ty ed or printed fu Tegol me of Bidder) .74ctt'17f (indiviol' signature) Maribel Garcia (typed or printed) President State of Residency: Federal Tax Id. No. Address for giving notices: (typedor printed) )14tA-e to /�. ividuol's signature) Texas 26-0140648 PO Box 4675 McAllen, TX 78502 Phone: 956-68040 Email: mgarciaedgenergycorp.com (Attach evidence of authority to sign if the authorized individual is not the Bidder, but an individual signing on behalf of another individual Bidder, or if the authorized individual is a representative of a corporation, partnership, or joint venture.) ENO OF SECTION Bid Acknowledgement Form Packery Pointe Park Road 22 at Aquarius Street Signal and Turn Lanes Improvement Plan Re -bid — Project No. E15155 003000-6 REV 06.12 2015 D & G Energy Corporation RESOLUTION RESOLVED, that this Board of Directors does hereby authorize and direct Maribel Garcia, President and Leandro Garcia, Vice President to sign contracts and amendments to the contracts and to review claims on behalf of D & G Energy Corporation. Leandro Garcia Executive Director 3608 Buddy Owens Blvd., Ste. C McAllen, TX 78504 • P.O. Box 4675 McAllen, TX 78502 • Phone: 956.686.6040 • Email: dgenergycorp@att.net 00 30 01 BID FORM 00 30 01 BID FORM Project Name: PACKERY POINTE PARK ROAD 22 AT AQUARIUS STREET SIGNAL AND TURN LANES IMPROVEMENT PLAN (RE -BID) Project Number: E15155 Owner: City of Corpus Christi Bidder: D & G Energy GQworation OAR: TBD, City of Corpus Christi, Texas Designer: Pape -Dawson Engineers, Inc. Basis of Bid Item DESCRIPTION UNIT ESTIMATED QUANTITY UNIT PRICE EXTENDED AMOUNT Base Bid Part 1 -Roadway Items Part A - GENERAL (per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) 1 -Al MOBILIZATION/DEMOBILIZATION 5% LS 1 530,000.00 S30,000.00 1-A2 TRAFFIC CONTROL LS 1 832,400.00 832,400.00 1-A3 STORMWATER POLLUTION PREVENTION PLAN LS 1 S10,200.00 810,200.00 1-A4 OZONE DAYS EA 2 83.000.00 56,000.00 SUBTOTAL PART A - GENERAL (Items 1-A1 thru 1-A4) 878,600.00 Part B - ROADWAY IMPROVEMENTS (per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) 1-B1 PREPARING ROW AC 1.35 812,000.00 516,200.00 1-62 REMOVING CONC (MEDIANS) SY 92 858.00 85.336.00 1-63 REMOVING CONC (CTB) LF 605 $72.00 S43,560.00 1-B4 REMOVE STAB BASE AND ASPH PAV (0"-19") SY 265 830.00 87.950.00 1-65 SUBGRADE WIDENING (ORD COMP) STA 6 8840.00 55.040.00 1-66 COMPOST MANUF TOPSOIL (PB) (4 IN) SY 1070 S24.00 S25.680.00 1-B7 BLOCK SODDING SY 1070 S6.00 56 420.00 1-B8 VEGETATIVE WATERING MG 77 S18.00 81.386.00 1-B9 FL BS (CMP IN PLC) (TY A GR 1) (6 IN) SY 585 S22.00 512,870 00 14610 D -GR HMA(SQ) TY -B PG64-22 TON 511 S180.00 Sar 980 on 1-B11 D -GR HMA TY -D PG64-22 TON 68 5175.00 S11.900.00 1-612 FLEXIBLE PAVEMENT STRUCTURE REPAIR(19") SY 585 558.00 S33.930.00 1-613 CONC PVMT (CONT REINF - CRCP) (9") SY 7 58o 00 S560.00 1-B14 DRILL SHAFT (RDWY ILL POLE) (30 IN) LF 11.3 S300.00 S3.390.00 1-B15 CONC CURB & GUTTER (TY I) LF 1300 S30.00 S39,000.00 1-B16 CONC MEDIAN SY 320 568 on sen 8nn no 1-B17 CRASH CUSH ATTEN (MOVE & RESET) EA 2 S3 500 00 S7 000 00 1-B18 RELOCATE RD IL ASM (TRANS -BASE) EA 1 S2.500.00 82 500 00 1-B19 INS RDWY ILL ASSEMBLY (SPECIAL) EA 1 S2.500.00 S? 500 OD 1-320 CONDT (PVC) (SCHD 40) (2 IN) LF 15 S8.00 S120.00 1-B21 ELEC CONDR (NO. 8) BARE LF 500 S2 00 S1 ono on 1-622 ELEC CONDR (NO. 8) INSULATED LF 1000 S2.00 S2 000 00 1-B23 ALUMINUM SIGNS (TY A) SF 72 S30.00 82.160.00 1-B24 INS SM RD SN SUP & AM TY S80 (1) SA (P) EA 4 5600.00 S2.400.00 1-B25 INS SM RD SN SUP & AM TY S80 (1) SA (T) EA 2 S700 00 81,400.00 Bid Form Packery Pointe Park Road 22 at Aquarius Street Signal and Turn Lanes Improvement Plan Re -Bid - E15155 Page 1 of 3 REV 10-14.2014 (D-1 n8H1 V -T S1811d) GIS 351/8.103108d 1V1011 PtoZ-Prot rea E;o Z abed 55T5I3 - 13!8-aLl ueld;uawanoidwl sauel wnl pue leu8!S Inns snpenbV;e ZZ pe08 3ied a;u!od Aiared Lu -103 p!9 SZ12.9 8817 $ 00.9176 LL $ (P3 -T nay; ID -T swell) 511‘13W3A08dINI VOV- DlilVdwicuans 9G LEL 66,U $ (6179-Tn.IglT9-Tswall)S1N3W3A08dW1133815-81HVdlb7Al9ns 00.009'9L S (VV -I nip TV -I swa8)1V83N39 - V 1HVd 1V1018n5 mni ins the UU 9917 2.1-$ (VTT nBHl' DJ) S1N3W3A08dWl VOV -318Vd 1V1018nS 00 Obit LS 00'06$ 91 AS (..9) SX1VM30I5 DNOD VD -T 00 .0017171.$ 00 UN IS 8 V3 (L Al) SdINVH MD ED -I 00.96£$ 00-ZZS 8T 31 (I Al) 8Hn3 ]NOD ZD -T 00 OIL - LS 00 OLSS £ AD (NI 5)(DNOD) dtl8dl8 13-T (1N3141AVd 803 SISV8 ONV 1N3W3811SV3W LO 6Z LO NO11338 lad) S1N3W3A021dW1 V0V • O lied 7 L£ L-36£$ (6178-T ni41 T9 -T mall) S1NTAIMO8dINI AVMOV08 -918Vd 1V1019n5 00'000sOT$ 00'000 t5 T Sl S1N3013A09dWl AVMOVON 031Vd3IINVNn 80d 33NVM011V 6V9 -I 00'000 LS 00 00ZS 5 V3 9NIN91S 8179-T 00'000'99 00'000'8S T V3 SING 91‘11151X3 3A01N38 L179 -T OnLZ.b$ 00 SS Z178 AS 1N3W3DH03N13H 35V9 0189039 9179-T 00.00£$ 00'00£5 T AS (SNOLLVONn03) DNOD 9NIAOW31:1 SV9-T 00.009$ 00'00£S Z V3 (080M) SXHW'8 MN AVd 1X3 WIl3 17179-T 00009$ 00'09ZS Z V3 (M088V) SX8W'S NSW AVd 1X3 WIl3 E178 -T 00'92.£$ 00'95 SL 31 („8) SAILA( '8 X81N AVd 1X3 1NI13 Z179 -T 00'469t$ SCZS 086 31 (NI V ) SX8W 18 X8W AVd BO 1NI13 TV9-T 00.4L8$ 001$ SZI V3 H -D -II Al UM AVd 1338 0179-I 00098$ 00'0445 Z V3 (080M) (M) V Al X8W AVd 9V331:1d 6E13 -T 00.0-69S 00'OZ£S Z V3 (MOWN) (M) V Al X8W AVd 9V331:Id 8E9-1 93'903' LS SZ' 14 596 31 (lI WOOT) (01S) „V (M) I Al X I W AVd 1338 L£9 -T OS'ZL LS 9Z'LS 06 31 (lIW 00T)(01S)(NI P)(A) I Al MIN AVd 338 9E9 -I OS 1_89$ 93' L$ OSS 3l bitty 00I)(01S)(NI P)lAn) I M. NUN AVd 338 SE9-T UU U6S 00' LS 06 31 (01S) (NI 17)(A) II 'UMW AVd 338 VE9-1 UU G£5$ 09.£$ ZST 31 lois) (NI PZ)(M) II Al X8W AVd 338 ££9-T 09'399$ 93' L$ OSP 3l (MS) (NI 8)(M) II Al X8W AVd 338 ZE9-T 00.999$ 00 L$ 995 31 lois) „9 (M) II KIWI AVd 1338 TE9-T 00.0£4$ 00' LS 055 31 (1315)(NI WOW II Al X8W AVd 338 0E9 -i 00.096$ 00.0Z£S E V3 (11WOOT)(080M)(M) I Al NHW AVd 1338 6Z9-1 00.0L9S 00.06 LS E V3 (1I W00T)(M088V)(M) I Al NUN AVd 1338 8Z9 -I 00.00 L 9$ 00'0 L$ 019 31 (lIW 00T)(01S)(NI VZ)(M) I Al NUN AVd 338 LZ9-I 091E0'ES OS'ZS STZT 3l (1I1A100T)(01S)„8(M) I Al NH VI AVd 1338 9Z9 -T JN00Wtl 030N31X3 3JI9d11Nn AlI1NtlnD O3IV W I1S3 11Nn NOIldItl0S30 wall W803 019 TO OE 00 00 30 01 BID FORM Item DESCRIPTION UNIT ESTIMATED QUANTITY UNIT PRICE EXTENDED AMOUNT Contract Times Bidder agrees to reach Substantial Completion in 90 days Bidder agrees to reach Final Completion in 120 days Bid Form Packery Pointe Park Road 22 at Aquarius Street Signal and Turn Lanes Improvement Plan Re -Bid - E15155 Page 3 of 3 REV 10-14.2014 00 30 01 BID FORM 00 30 01 BID FORM Project Name: PACKERY POINTE PARK ROAD 22 AT AQUARIUS STREET SIGNAL AND TURN LANES IMPROVEMENT PLAN RE -BID Project Number: E15155 Owner: City of Corpus Christi Bidder: D & G Energy Corporation OAR: TBD, City of Corpus Christi, Texas Designer: Pape -Dawson Engineers, Inc. Basis of Bid Item DESCRIPTION UNIT ESTIMATED QUANTITY UNIT PRICE EXTENDED AMOUNT Base Bid Part 2 -Signal Items Part A A. GENERAL (per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) 2 -Al MOBILIZATION/DEMOBILIZATION 5% LS 1 512,200.00 512,200.00 2-A2 TRAFFIC CONTROL LS 1 S12 0nn on 512,000.00 2-A3 STORMWATER POLLUTION PREVENTION PLAN LS 1 510200.00 510.200.00 2-A4 OZONE DAYS EA 2 53,000.00 56.000.00 SUBTOTAL PART A - GENERAL (Items 2-A1 thru 2-A4) $40.400.00 Part B • SIGNAL & AWEGS IMPROVEMENTS (per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) 2-B1 DRILL SHAFT (AWEGS) (48 IN) LF 24 5600.00 S14,400.00 2-B2 DRILL SHAFT (TRF SIG POLE) (36 IN) LF 26.4 5500.00 513.200.00 2-63 DRILL SHAFT (TRF SIG POLE) (48 IN) LF 43.8 5600.00 526280 00 2-B4 CONDT (PVC) (SCHD 40) (1 1/2 IN) LF 125 $8.00 51.000.00 2-B5 CONDT (PVC) (SCHD 40) ( 2 IN) LF 1436 58.00 511,488.00 2-B6 CONDT (PVC) (SCHD 40) (2 IN) (BORE) LF 235 528.00 $6.580 00 2-B7 CONDT (PVC) (SCHD 40) (4 IN) LF 120 $18.00 52,160.00 2-B8 ELEC CONDR (NO.10) INSULATED LF 1570 50,50 $1.256.00 2-B9 ELEC CONDR (NO. 8) INSULATED LF 2035 52.00 $4.070.00 2-B10 ELEC CONDR (NO. 6) BARE LF 70 52.50 5175.00 2-B11 ELEC CONDR (NO. 6) INSULATED LF 135 52.50 S337 5Q 2-612 GROUND BOX TY A (122311) W/APRON EA 5 S900 Q0 $4,500.00 2-613 GROUND BOX TY D (162922) W/APRON EA 5 51,100.00 S5,500.00 2-B14 ELC SRV TY D 120/240 060 (NS)SS(E)TP(0) EA 1 56.000.00 56.000.00 2-B15 ALUMINUM SIGNS (TY A) SF 16 $30 00 $480 00 2-B16 ALUMINUM SIGNS (TY 0) SF 21 S32.00 5672.00 2-B17 INSTALL HWY TRF SIG (ISOLATED) EA 1 523,000.00 S23,000.00 2-B18 VEH SIG SEC (12 IN) LED (GRN) EA 10 5300.00 53.000.00 2-B19 VEH SIG SEC (12 IN) LED (GRN ARW) EA 2 5300 00 5600.00 2-820 VEH SIG SEC (12 IN) LED (YEL) EA 10 5300.00 53.000 00 2-B21 VEH SIG SEC (12 IN) LED (YEL ARW) EA 2 5300.00 5600.00 2-622 VEH SIG SEC (12 IN) LED (RED) EA 10 5300 00 53,000.00 2-B23 PED SIG SEC (12 IN) LED (2 INDICATIONS) EA 8 5600.00 S4.800.00 2-B24 BACK PLATE (12 IN) (3 SEC) EA 10 575 00 S75 Q - Bid Form Packery Pointe Park Road 22 at Aquarius Street Signal and Turn Lanes Improvement Plan Re -Bid - E15155 Page 1 of 3 REV 10.14.2014 00 30 01 BID FORM Item DESCRIPTION UNIT ESTIMATED QUANTITY UNIT PRICE EXTENDED AMOUNT 2-B25 TRF SIG CBL (TY A) (14 AWG) ( 2 CONDR) LF 88 52.00 9176.00 2-826 TRF SIG CBL (TY A) (14 AWG) (5 CONDR) LF 647 93.00 91,941.00 2-827 TRF SIG CBL (TY A) (14 AWG) (7 CONDR) LF 165 $4.00 $660.00 2-B28 TRF SIG CBL (TY A) (12 AWG) (3 CON DR) LF 1876 92.50 $4,690.00 2-829 TRF SIG CBL (TY A)(14 AWG)(16 CONDR) LF 550 $5.00 $2,750.00 2 B30 INSTALL RDSD FLASH BEACON ASSEMBLY (SOLAR PWRD) EA 1 58.000.00 98,000.00 2 631 INS TRF SIG PL AM(S) 1 ARM (32') LUM-INSTALL ONLY EA S2,000.00 94,000.00 2-B32 INS TRF SIG PL AM(S)1 ARM (50') -INSTALL ONLY EA $3,000.00 93,000.00 2-633 INS TRF SIG PL AM(S) 1 ARM (55') LUM-INSTALL ONLY EA ? 93,000.00 $6,000.00 2-B34 APS POLARA NAVIGATOR, EZ COMMUNICATOR EA 8 S1,100.00 98,800.00 2-B35 RADAR PRESENCE DETECTION DEVICE EA 4 S7,500.00 $30,000.00 2-B36 RADAR PRESENCE DETECTOR COMM CABLE LF 1264 S5.00 96,320.00 2-837 RADAR ADVANCE DETECTION DEVICE EA 2 875.00 S150.00 2-B38 CONTROLLER FOUNDATION EA 1 S2,000.00 $2.000.00 2-839 WIRELESS COMM. ENCOM 5.8 GHz PANEL ANTENNA 23dBd, 4.9/5.8 GHz AND ACCESSORIES EA 1 94,500.00 94,500.00 2-640 ETHERNET CABLE AND CONNECTORS LF 254 35.00 91 524 00 2-B41 INSTALL POWER CABLE LF 127 56 00 9762.00 2-B42 LUMINAIRE 250W HPS EA 3 x700 no $2.100.00 2-B43 ECONOLITE COBALT ATC CONTROLLER EA 1 S4 ON 00 94 000.00 2-B44 DRILL SHAFT (24 IN) LF 5.7 sono on 1 S1.140.00 2-B45 PEDESTAL BASE COLLAR ASSEMBLY EA 1 Sa00.00 S300.00 2-646 ALLOWANCE FOR UNANTICPATED TRAFFIC SIGNAL ITEMS LS 1 $15,000.00 $15,000.00 SUBTOTAL PART B - SIGNAL & AWEGS IMPROVEMENTS (Items 2-B1 thru 2-B46) 9244.661.50 Bid Form Packery Pointe Park Road 22 at Aquarius Street Signal and Turn Lanes Improvement Plan Re -Bid - E15155 Page 2 of 3 REV 10-14-2014 00 30 01 BID FORM Item DESCRIPTION UNIT ESTIMATED QUANTITY UNIT PRICE EXTENDED AMOUNT BID SUMMARY SUBTOTAL PART A - GENERAL (Items 2 -Al thru 2-A4) $ 40,400.00 - SUBTOTAL PART B - SIGNAL & AWEGS IMPROVEMENTS (Items 2-B1 thru 2-B46) $ 244,661.50 - TOTAL PROJECT BASE BID (PARTS 2-A AND 2-B) Contract Times $ 285,061.50 Bidder agrees to reach Substantial Completion in 90 days Bidder agrees to reach Final Completion in 120 days Bid Form Packery Pointe Park Road 22 at Aquarius Street Signal and Turn Lanes Improvement Plan Re -Bid - E15155 Page 3 of 3 REV 10.14-2014 00 30 02 COMPLIANCE TO STATE LAW ON NONRESIDENT BIDDERS Chapter 2252 of the Texas Government Code applies to the award of government contract to nonresident bidders. This law provides that: "a government entity may not award a governmental contract to a nonresident bidder unless the nonresident underbids the lower bid submitted by a responsible resident bidder by an amount that is not less than the amount by which a resident bidder would be required to underbid the nonresident bidder to obtain a comparable contract in the state in which the nonresident's principal place of business is located." "Nonresident bidder" refers to a person who is not a resident of Texas. "Resident bidder" refers to a person whose principal place of business is in this state, including a contractor whose ultimate parent company or majority owner has its principal place of business in this state. Check the statement that is correct for Bidder. o Bidder qualifies as a nonresident bidder whose principal place of business or residency is in the State of . 0 Bidder (includes parent company or majority owner) qualifies as a resident bidder whose principal place of business is in the State of Texas. The Owner will use the information provided in the State of Texas Comptroller's annual publication of other states' laws on contracts to evaluate the Bids of nonresident Bidders. Bidder: Company Name: By: Name: Title: Business address: D & G Energy Corporation (typed or printed G4 > AAi.. (signotur attach evidence of buthority to sign) Maribel Garcia (typed or printed) President PO Box 4675 McAllen. TX 78502 Phone: 956-686-6Q40 Email: mgarcia@dgenergycorp.com END OF SECTION Compliance to State Law on Nonresident Bidders 00 30 02 -1 Packery Pointe Park Road 22 at Aquarius Street Signal and Turn Lanes Improvement Plan Re -bid — Project No. E15155 11-25-2013 00 30 05 City of Corpus Christi Disclosure of Interest City of CorpChnstiti SUPPLIER NUMBER TO BE ASSIGNED BY CI7V PURCHASING DIVISION CITY OF CORPUS CHRISTI DISCLOSURE OF INTEREST City of Corpus Christi Ordinance 17112, as amended, requires all persons or firms seeking to do business with the City to provide the following information. Every question must be answered. If the question is not applicable, answer with "NA". See reverse side for Filing Requirements, Certifications and definitions. COMPANY NAME: D & G Energy Corporation P. O. BOX: PO Box 4675 STREET ADDRESS: 3608 Buddy Owens Blvd. STE C CITY: McAllen ZIP: 78502 FIRM IS: 1. Corporation El 4. Association 2. Partnership 8 5. Other 3. Sole Ovmer 0 DISCLOSURE QUESTIONS If additional space is necessary, please use the reverse side of this page or attach separate sheet. 1. State the names of each `employee" of the City of Corpus Christi having an "ownership interest" constituting 3% or more of the ownership in the above named "firm." Name N /A 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 N/A 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 N /A Board, Commission or Committee 4. State the names of each employee or officer of a "consultant" for the City of Corpus Christi who worked on any matter related to the subject of this contract and has an "ownership interest" constituting 3% or more of the ownership in the above named "firm." Name N /A Consultant FILING REQUIREMENTS If a person who requests official action on a matter knows that the requested action will confer an economic benefit on any City official or employee that is distinguishable from the effect that the action will have on members of the public in general or a substantial segment thereof, you shall disclose that fact in a signed writing to the City official, employee or body that has been requested to act in the matter, unless the interest of the City official or employee in the matter is apparent. The disclosure shall also be made in a signed writing filed with the City Secretary. [Ethics Ordinance Section 2-349 (d)] CERTIFICATION I certify that all information provided is true and correct as of the date of this statement, that I have not knowingly withheld disclosure of any information requested; and that supplemental statements will be promptly submitted to the City of Corpus Christi, Texas as changes occur. Certifying Person: Maribel Garcia Title: President (Type or Print) Signature of Certifying�.�RAt, Date: 3/2/2016 Person: �/ L� DEFINITIONS a. "Board member." A member of any board, commission, or committee appointed by the City Council of the City of Corpus Christi, Texas. b. "Economic benefit". An action that is likely to affect an economic interest if it is likely to have an effect on that interest that is distinguishable from its effect on members of the public in general or a substantial segment thereof. c. "Employee." Any person employed by the City of Corpus Christi, Texas either on a full or part- time basis, but not as an independent contractor. d. "Firm." Any entity operated for economic gain, whether professional, industrial or commercial, and whether established to produce or deal with a product or service, including but not Iimited to, entities operated in the form of sole proprietorship, as self-employed person, partnership, corporation, joint stock company, joint venture, receivership or trust, and entities which for purposes of taxation are treated as non-profit organizations. e. "Official." The Mayor, members of the City Council, City Manager, Deputy City Manager, Assistant City Managers, Department and Division Heads, and Municipal Court Judges of the City of Corpus Christi, Texas. f. "Ownership Interest." Legal or equitable interest, whether actually or constructively held, in a firm, including when such interest is held through an agent, trust, estate, or holding entity. "Constructively held" refers to holdings or control established through voting trusts, proxies, or special terms of venture or partnership agreements." g. "Consultant." Any person or firm, such as engineers and architects, hired by the City of Corpus Christi for the purpose of professional consultation and recommendation. 00 30 06 NON -COLLUSION CERTIFICATION STATE OF TEXAS COUNTY OF NUECES OWNER: City of Corpus Christi, Texas 1201 Leopard Street Corpus Christi, Texas 78401 CONTRACT: Packery Pointe Park Road 22 at Aquarius Street Signal and Turn Lanes Improvement Plan Re -bid — Proiect No. E15155 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: D & G Energy Corporation (typed or printed) C MuC4 evidence of authority to sign) Maribel Garcia (typed or printed) Title: President Business address: PO Box 4675 Phone: McAllen, TX 78502 956-686-6040 Email: mgarcia@dgenergycorp.com ENO OF SECTION Non -Collusion Certification Packery Pointe Park Road 22 at Aquarius Street Signal and Turn Lanes improvement Plan Re -bid — Project No. E15155 003006-1 11-25-2013 00 6116 PAYMENT BOND BOND NO. 41346273 Contractor as Principal Name: D & G Energy Corporation Mailing address (principal place of business): P.O. Box 4675 McAllen, TX 78502 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: E15155 Packery Pointe Park Road 22 at Aquarius Street Signal and Turn Lanes Improvement Plan (Re -Bid) Award Date of the Contract: April 12,2016 Contract Price: 5773.738.75 Bond Date of Bond: April 19, 2016 (Date of Bond cannot be earlier than Award Date of Contract) Surety Name:Platte River Insurance Company Mailing address (principal place of business): P.O. Box 5900 Madison, WI 53705-0900 Physical address (principal place of business): P.O. Box 5900 Madison, WI 53705-0900 Surety is a corporation organized and existing under the laws of the state of: Nebraska 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): 608-829-4200 Telephone (for notice of claim): 608-829-4200 Local Agent for Surety Baldwin -Cox Agency Name: William D. Baldwin Address: 5930 Preston View Blvd, Suite 200 Dallas, Texas 75290 Telephone: 972-644-2688 Email Address: Bill@BaldwinAgency. 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 E15155 Packery Pointe Prk Rd 22/Aquarius Signal/Turn Lns 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 copied at length herein. Venue shall lie exclusively in Nueces County, Texas for any legal action. Contractor as Principal D & G Energy Corporation Signature: Surety Platte iver In urance Company Signature: Name: fl4art1,9,)lare,r'Gt Name: Blaine Allen Title: ---PC 5iPI e,n+ Title: Attorney-in-Fact Email Address: 0 ( *p ► 1 to - A ( CoM Email Address: Blaine@BaldwinAgency.com •J l , ',• :rr:., z i' % (Attach Power of Attorney and place surety seal below) :: - rte _ .- •.q„ - • END OF SECTION Payment Bond Form E15155 Packery Pointe Prk Rd 22/Aquarius Signal/Turn Lns 006116-2 7-8-2014 00 6113 PERFORMANCE BOND BOND NO. 4134 6273 Contractor as Principal Name: D & G Energy Corporation Mailing address (principal place of business): P.O. Box 4675 McAllen, TX 78502 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: E15155 Packery Pointe Park Road 22 at Aquarius Street Signal and Turn Lanes Improvement Plan (Re -Bid) Award Date of the Contract: April 12, 2016 Contract Price: $773,738.75 Bond Date of Bond: April 19, 2016 (Date of Bond cannot be earlier than Award Date of the Contract) Surety Name: Platte River Insurance Company Mailing address (principal place of business): P.O. Box 5900 Madison, WI 53705-0900 Physical address (principal place of business): P.O. Box 5900 Madison, WI 53705-0900 Surety is a corporation organized and existing under the laws of the state of: Nebraska 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): 608-829-4200 Telephone (for notice of claim): 608-829-4200 Local Agent for Surety Baldwin -Cox Agency Name: William D. Baldwin Address:5930 Preston View Blvd, Suite 200 Dallas, Texas 75240 Telephone: 972-644-2688 Email Address: Bill@BaldwinAgency.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 E15155 Packery Pointe Prk Rd22/Aquarius Signal/Turn Lns 006113-1 7-8-2014 Surety and Contractor, intending to be legally bound and obligated to Owner do each cause this Performance Bond to be duly executed on its behalf by its authorized officer, agent or representative. The Principal and Surety bind themselves, and their heirs, administrators, executors, successors and assigns, jointly and severally to this bond. The condition of this obligation is such that if the Contractor as Principal faithfully performs the Work required by the Contract then this obligation shall be null and void; otherwise the obligation is to remain in full force and effect. Provisions of the bond shall be pursuant to the terms and provisions of Chapter 2253 and Chapter 2269 of the Texas Government Code as amended and all liabilities on this bond shall be determined in accordance with the provisions of said Chapter to the same extent as if it were copied at length herein. Venue shall lie exclusively in Nueces County, Texas for any legal action. Contractor as Principal D & G Energy Corporation Signature: -6)Q/l.e...t."• Surety Plat e ' ve Insurance Company Signature: Name: m ar,T in&I Aar 3 Name: Blaine Allen Title: ---P{'e,s,'o PA-{- Title: Attorney -in -Fact Email Address: A Le , '101, :s - .,ocifv1 Email Address: Blaine@BaldwinAgency.com _. �- • i .. r•..i}:,• (Attach Power of Attorney and place surety seal below) ---• - - END OF SECTION Performance Bond E15155 Packery Pointe Prk Rd22/Aquarius Signal/Turn Lns 006113-2 7-8-2014 • t IMPORTANT NOTICE TO OBTAIN INFORMATION OR TO MAKE A COMPLAINT You may contract the Texas Department of Insurance to obtain information on companies, coverages, rights or complaints at You may write the Texas Department of insurance: 1-800-252-3439 P.O. Box 149104 Austin, Texas 78714-9104 Fax No. (512) 475-1771 PREMIUM or CLAIM DISPUTES Should you have a dispute concerning your premium or about a claim, you should contact the company first. If the dispute is not resolved, you may contact the Texas Department of Insurance. ATTACH THIS NOTICE TO YOUR POLICY This notice is for information only and does not become a part or condition of the attached document. Notice of Applicability of Chapter 2253 of the Texas Government Code These bonds are furnished in an attempt to comply with Chapter 2253 of the Texas Government Code. These bonds shall be construed to comply with such Chapter regarding the rights created, limitations on those rights, and remedies provided. Any provision in the bonds to which this Rider is attached that expands or restricts a right or liability under such Chapter shall be disregarded, and such Chapter shall apply to these bonds. VANS v.. f• r:• �l.F: yr '�;•":•.fi+� 44,:*�,.•�i'.. AN K�. 4 - ••'✓PC• - f?', ,�� ij •i''i5�.1...90N 5�i C t:.Sn �P 1iy{''i` • �:,�`'1: {�iI ��:�?�::S 7:4f��llr� �� �i 0: 1�i i1.'J °%1 yY,0 �'l 4.°C$.41;; •�S:;rJir.1•�•� X% • :V1Y rl.ti, nleY' rr vS re 4i _ .rri v .:nc a "it r, ril. v1 U. .fnv %. 1 ..:�55,. ,4�l'{ 4- talrYr 51". k 4 V f 5+ . f S *- t •# ,1S f ..,tSlt/ nuiu . muu Inu:r SI 111 r, t5 }!5h 1 ..r ! t!r�,',1,+� ...r. S, !!Ir /[-. 1'4!I+tr11 n, it 1r�_/em+rl n ++ri. torr !'.,ISunrt �ttlfll;ailf0!{1=l,flt`t tl/ll/` Hai tlllll��llll�tll'i1ilttttlli 1�lIt+I��i1t11I11�UlllltlztlUrl!Il+ll�lllltil!lil'=full!IIIWIIi�tlil4=fill;1!li:lllltllll!illl lllil�� IiNiIlTfIIIIIGI:}IIIIIIIlltlill4+filltlli ' illlill 0111ifllllllllhl PLATTE RIVER INSURANCE COMPANY POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS, That the PLATTE RIVER INSURANCE COMPANY, a corporation of the State of Nebraska, having its principal offices in the City of Middleton, Wisconsin, does make, constitute and appoint --------BRENT BALDWIN; BROCK BALDWIN BLAINE ALLEN; RUSS FRENZEL; BRADY K. COX ------------ 41346273 its true and lawful Attorneys) -in -fact, to make, execute, seal and deliver for and on its behalf, as surety, and as its act and deed, any and all bonds, undertakings and contracts of suretyship, provided that no bond or undertaking or contract of suretyship executed under this authority shall exceed in amount the sum of • ALL WRITTEN INSTRUMENTS IN AN AMOUNT NOT TO EXCEED$20,000,000 This Power of Attorney is granted and is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of PLATTE RIVER INSURANCE COMPANY at a meeting duly called and held on the 8th day of January, 2002. "RESOLVED, that the President, and Vice -President, the Secretary or Treasurer, acting individually or otherwise, be and they hereby are granted the power and authorization to appoint by a Power of Attorney for the purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, one or more vice-presidents, assistant secretaries and attorney(s)-in-fact, each appointee to have the powers and duties usual to such offices to the business of the company; the signature of such officers and the seal of the Corporation may be affixed to such power of attorney or to any certificate relating thereto by facsimile, and any such power of attorney or certificate bearing such facsimile signatures or facsimile seal shall be valid and binding upon the Corporation in the future with respect to any bond or undertaking or other writing obligatory in the nature thereof to which it is attached. Any such appointment may be revoked, for cause, or without cause, by any of said officers, at any time." In connection with obligations in favor of the Florida Department of Transportation only, it is agreed that the power and authority hereby given to the Attomey-in-Fact includes any and all consents for the release of retained percentages and/or final estimates on engineering and construction contracts required by the State of Florida Department of Transportation. It is fully understood that consenting to the State of Florida Department of Transportation making payment of the final estimate to the Contractor and/or its assignee, shall not relieve this surety company of any of its obligations under its bond. In connection with obligations in favor of the Kentucky Department of Highways only, it is agreed that the power and authority hereby given to the Attorney -in -Fact cannot be modified or revoked unless prior written personal notice of such intent has been given to the Commissioner — Department of Highways of the Commonwealth of Kentucky at least thirty (30) days prior to the modification or revocation. IN WITNESS WHEREOF, the PLATTE RIVER INSURANCE COMPANY has caused these presents to be signed by its officer undersigned and its corporate seal to be hereto affixed duly attested, this 27th day of July, 2015. Attest: r.illix"" Gary W. Stumper President Surety & Fidelity Operations STATE OF WISCONSIN COUNTY OF DANE f PLATTE RIVER INSURANCE COMPANY Stephen J. Sills CEO & President On the 27th day of July, 2015 before me personally came Stephen J. Stills, to me known, who being by me duly sworn, did depose and say: that he resides in the County of New York, State of New York; that he is President of PLATTE RIVER INSURANCE COMPANY, the corporation described herein and which executed the above instrument; that he knows the seal of the said corporation; 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 corporation and that he signed his name thereto by like order. STATE OF WISCONSIN COUNTY OF DANE S -S.: ,t CERTIFICATE 2�— David J. Regele Notary Public, Dane Co., WI My Commission Is Permanent I, the undersigned, duly elected to the office stated below, now the incumbent in PLATTE RIVER INSURANCE COMPANY, a Nebraska Corporation, authorized to make this certificate, DO HEREBY CERTIFY that the foregoing attached Power of Attorney remains m full force and has not been revoked; and furthermore, that the Resolution of the Board of Directors, set forth in the Power of Attorney is now in force. Signed and sealed at the City of Middleton, State of Wisconsin this 19th day of April , 2111 6 Antonio Celii Secretary THIS DOCUMENT IS NOT VALID UNLESS PRINTED ON GREEN SHADED BACKGROUND:JJ1TH A RED SER(AL,NQMBER IN THE UPPER RIGHT HAND CORNER. IF YOU HAVE ANY QUESTIONS CONCERNING THE AUTHENTICITY OF THIS -DOCUICtENT rAbL. R00.47 4450. PR -POA (Rev. 07-2015) ; In.!" 'pt 11 �'Fi' ,t ra+��" rU 11" 111 'tr r J' Jw J x e n tl f Y4 1i�, !� �• `t4 .�; AWRO® CERTIFICATE OF LIABILITY INSURANCE ‘,......----- DATE(MMlDD1YYYY) 04/28/2016 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 certificato does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER 3M Insurance Agency 3608 Buddy Owens Blvd Ste C CONTACT NAME: Veronica JA//r°„NE fl E 955-,-686-7966 FAX a C, No): 956-686-2405 E-MAIL ADDRESS: veronicacalderon(g73m-insurance corn McAllen,TX 78504 INSURER(S) AFFORDING COVERAGE NAIC if INSURER A: Northfield Insurance Company EACH OCCURRENCE INSURED D & G Energy Corporation PO BOX 4675 McAllen,TX 78502 INSURER B: Hallmark County Mutual Insurance X I COMMERCIAL GENERAL LIABILITYPREMISES INSURER c : Rockhill County Compy INSURER D : Texas Mutual Insurance Company INSURER E : INSURER F : COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS INDICATED. CERTIFICATE EXCLUSIONS INSR LTR IS TO CERTIFY THAT THE POLICIES NOTVNTHSTANDING ANY REQUIREMENT, MAY BE ISSUED OR MAY AND CONDITIONS OF SUCH TYPE OF INSURANCE OF PERTAIN, POLICIES. ADDL INSR INSURANCE LISTED BELOW HAVE BEEN TERM OR CONDITION OF ANY THE INSURANCE AFFORDED BY LIMITS SHOWN MAY HAVE BEEN SUER Mil, POLICY NUMBER ISSUED TO THE INSURED CONTRACT OR OTHER THE POLICIES DESCRIBED REDUCED BY PAID CLAIMS POLICY EFF POLICY EXP (MM/DOrYYYY) (MM/DD/YYYY) NAMED ABOVE FOR THE POLICY PERIOD DOCUMENT WITH RESPECT TO WHICH THIS HEREIN IS SUBJECT TO ALL THE TERMS, LIMITS GENERAL LIABILITY EACH OCCURRENCE $ 1,000,000 X I COMMERCIAL GENERAL LIABILITYPREMISES DAMAGETO RENTED (Ea occurrence) 5 100,000 1 CLAIMS -MADE I X I OCCUR I I ' MED EXP (Any one person) $ 5 000 A WH001252 03/12/2016 03/12/2017 PERSONAL & ADV INJURY $ 1,000,000 GENERAL AGGREGATE S 2,000,000 • GEN'L AGGREGATE LIMIT APPLIES PER. PRODUCTS - COMP/OP AGG 5 2,000,000 X I POLICY I I PEO- 1 LOC S AUTOMOBILE LIABILITY I ' ' ' IS aacodeD`SINGLE LIMIT $ 1.000.000 . ANY AUTO BODILY INJURY (Per person) 5 ALL OWNEDSCHEDULED B u AUTOS X A42500031-01 01/02/2016 01/02/2017 BODILY INJURY (Per accident) 5 HIRED AUTOS X 016OWNED S PROPERTY DAMAGE (Per acddenl) $ $ C X UMBRELLA UAB X OCCUR / EACH OCCURRENCE $ 5,000 000 EXCESS LIAB I CLAIMS -MADE UMBR00840802 03/12/2016 03/12/2017 AGGREGATE $ 5,000,000 DED I 1 RETEFITION S S WORKERS COMPENSATION /' AND EMPLOYERS' LIABILITY X I ORY LIMBS I I ER D ANY PROPRIETOR/PARTNERFExECUTIVE OFFICE/MEMBER YIN N 1 A I ' TSF0001223527 04/26/2016 04/26/2017 E L. EACH ACCIDENT 5 1,000 000 EXCLUDED? (Mandatory In NH) E.L. DISEASE - EA EMPLOYE 5 1,000,000 I1 yes, desaibe under DESCRIPTION OF OPERATIONS bei ow E.L. DISEASE - POLICY LIMIT 3 1,000,000 DESCRIPTION OF OPERATIONS 1 LOCATIONS /VEHICLES (Attach ACORD 101, Additional Remarks Schedule, Ir more space Is required) Project: E15155 Packery Pointe Park Road 22 at Aquarius Street Signal an Tum Lanes Improvement Plan (Re -Bid) City of Corpus Christi to be named as "Additional Insured" A 'Waiver of Subrogation" to be issued in favor of the City of Corpus Christi CERTIFICATE HOLDER CANC City of Corpus Christi 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. AUTHOR D REPRESENTATIVEQt.\ 6 dcLucx\ ACORD 25 (2010/05) © 1988-2010 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. POLICY CHANGES 1 Northfield Insurance Company St. Paul, MN 55102 Named Insured D&G Energy Corporation Policy Period: From 03/12/2016 To 03 /12/2017 This endorsement modifies insurance provided under the following: Commercial General Liability Coverage Changes In consideration of the additional premium charged the following Additional Insured is added to the policy per attached form CG2010: Endorsement Number 1 Policy Number WH001252 Changes Effective 04 /25/ 2016 City of Corpus Christi PO Box 9277 Corpus Christi, TX 78469-9277 ENDORSEMENT PREMIUM: 50.00 Additional NEW TERM PREMIUM: $ 27, 641.00 04/26/2016 BH Date 5101 -IL (9105) POLICY NUMBER: WH001252 COMMERCIAL GENERAL LIABILITY CO 20 10 07 04 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. !ADDITIONAL INSURED- OWNERS, LESSEES OR CONTRACTORS - SCHEDULED PERSON OR ORGANIZATION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name of Additional Insured Person(s) Or Organizatlon(s): Location(s) Of Covered Operations City of Corpus Christi, PO Box 9277, Corpus Christi, TX 78469-9277 . Information required to complete this Schedule, if not shown above. will be shown in the Declarations. A. Section 11 - Who Is An Insured is amended to include as an additional insured the person(s) or organization(s) shown in the Schedule, but only with respect to liability for "bodily injury," "property damage" or "personal and advertising injury" caused, in whole or in part, by: 1. Your acts or omissions; or 2. The acts or omissions of those acting on your behalf; in the performance of your ongoing operations for the additional insured(s) at the location(s) designated above. CO 20 10 07 04 B. With respect to the insurance afforded to these additional Insureds, the following additional exclusions apply: 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 additional insured(s) at the location of the covered operations has been completed; or 2. That portion of "your work" out of which the injury or damage arises has been put to its intended use by any person or organization other than another contractor or subcontractor engaged in performing operations for a principal as a part of the same protect. Copyright, ISO Properties, Inc., 2004 Page 1 of 1 POLICY NUMBER WH001252 COMMERCIAL GENERAL LIABILITY CG 24040509 /WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US This endorsement modifies Insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART /COMMERCIAL OPERATIONS LIABILITY COVERAGE PART SCHEDULE Name of Penson or Organization: City of Corpus Christi, P 0 Box 9277, Corpus Christi, TX 78469 Information required to complete this Schedule, if not shown above, will be shown in the Declarations. The following is added to Paragraph 8. Transfer Of Rights Of Recovery Against Others To Us of Section IV - Conditiions: We waive any right of recovery we may have against the person or organization shown In the Schedule above because of payments we make for injury or damage arising out of your ongoing operations or "your work" done under a contract with that person or organization and Included In the "products - completed mpleted operations hazard". This waiver applies only to the person or organization shown in the Schedule above. CO 24 04 05 09 Copyright, Insurance Services Office, Inc., 2008 Page 1 of 1 CA8901T (Ed. Effective 08109) ADDITIONAL INSURED This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM GARAGE COVERAGE FORM TRUCKERS COVERAGE FORM This endorsement changes the pdicy effective on the Inception date of the policy unless another date Is Indicated below: Endorsement Effective 4f26/2016 Policy Number A42600031-01 D & egne gy Corporation Countersigned by (Authorized Representative) The provisions and exdusions that apply to LIABI UTY COVERAGE also apply to this endorsement CITY OF CORPUS CHRISTI, P.O. BOX 9271, , CORPUS CHRISTI,TEXAS 78489.9277 (Enter Name and Address of Additional Insured) is an insured, but only with respect to legal responsibility for acts or omissions of a person for whom Liability Coverage is afforded under this policy. The additional insured is not required to pay for any premiums stated in the policy or earned from the policy. Any retum premium and any dividend, if applicable, declared by us shall be paid to you. You are authorized to act for the additional Insured in ail matters pertaining to this insurance. We will mail the additional Inured notice of any cancellation of this policy. If the cancellation is by us, we will give ten days notice to the additional insured. The additional insured will retain any right of recovery as a claimant under this policy. Additional Premium $1 WM this endorsement. Endorsement: 3 will be retained by us regardless of any early termination of CA 20 46A (Ed. Effective 03192) CHANGES IN TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US (WAIVER OF SUBROGATION) This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM GARAGE COVERAGE FORM TRUCKS COVERAGE_ PQM This endorsement changes the poll cy effective on the inception date of the policy unless another date is indicated below Endorsement Effective 4/26/2016 Policy Number A42600031.01 j • Named Insured D & G Energy Corporation Countersigned by (Authorized Representative) The CONDITION entitled 'TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US" does not apply to CITY OF CORPUS CHRISTI, P.O. BOX 9277, , CORPUS CHRISTI,TEXAS 78469.9277 Additional Premium $100.00 policy. Endorsement: 3 (Name of Person or Organization) will be retained by us regardless of any early termination of this endorsement or the TeXaSMutuar WORKERS' COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY Insurance Company WC 42 03 04 B TEXAS WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT This endorsement applies only to the insurance provided by the policy because Texas is shown in Item 3.A. of the Information Page. We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named in the Schedule, but this waiver applies only with respect to bodily injury arising out of the operations described in the Schedule where you are required by a written contract to obtain this waiver from us. This endorsement shall not operate directly or indirectly to benefit anyone not named in the Schedule. The premium for this endorsement is shown in the Schedule. Schedule 1. ( ) Specific Waiver Name of person or organization ( X ) Blanket Waiver Any person or organization for whom the Named Insured has agreed by written contract to furnish this waiver. 2. Operations: ALL TEXAS OPERATIONS 3. Premium The premium charge for this endorsement shall be 2 .00 percent of the premium developed on payroll in . connection with work performed for the above person(s) or organization(s) arising out of the operations described. 4. Advance Premium INCLUDED , SEE INFORMATION PAGE . This endorsement changes the policy to which it is attached effective on the inception date of the policy unless a different date is indicated below. (The following "attaching clause" need be completed only when this endorsement is issued subsequent to preparation of the policy.) This endorsement, effective on at 12:01 A.M. standard time, forms a part of Policy No. TSF -0001223527 20160426 of the Texas Mutual lnsurance Company Issued to D & G ENERGY CORPORATION Endorsement No. Premium $(114%.‘32 NCCI Carrier Code 29939 WC420304B (ED. 6-01-2014) AGENT'S COPY Authorized Representative QUSER 4-12-2016 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. DESIGNATED ENTITY - NOTICE OF CANCELLATION PROVIDED BY US "This endorsement is EFFECTIVE 04 /29/2016 *and Is part of Policy Number: WHO 012 52 `Issued to: DAG Energy Corporation 'Entry optional it shown in the Policy Declarations. If no entry is shown, the effective date of the endorsement Is the same as the effective date of the policy. This endorsement modifies insurance provided under the following: • ALL COVERAGE PARTS INCLUDED IN THIS POLICY CANCELLATION: PERSON OR ORGANIZATION: City of Corpus Christi ADDRESS: PO Box 9277 Corpus Christi, TX 78469 SCHEDULE Number of Days Notice of Cancellation: 30 PROVISIONS: If we cancel this policy for any statutorily permitted reason other than nonpayment of premium, and a number of days is shown for cancellation in the Schedule above, we will mall notice of cancellation to the person or organization shown in the Schedule above. We will mall such notice to the address shown In the Schedule above at least the number of days shown for cancellation In the Schedule above before the effective date of cancellation. 82897 -IL (10111) 0 2011 The Travelers Indemnity Company. All rights reserved. POLICY NUMBER: A42500031-01 CA 02 02A (Ed. Effective 03/92) CANCELLATION PROVISION OR COVERAGE CHANGE ENDORSEMENT This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM GARAGE COVERAGE FORM TRUCKERS COVERAGE FORM 30 days before this policy is cancelled or materially changed to reduce or restric coverage we will mail notice of the cancellation or change to: CITY OF CORPUS CHRISTI P.O. BOX 9277, , CORPUS CHRISTI,TEXAS 78469-9277 (Enter Name and Address) EXCEPT FOR NONPAYMENT OF PREMIUM WHEN 10 DAYS PRIOR NOTICE WILL BE GIVEN. Endorsement Number: 4 Endorsement Effective Date: 4/29/2016 MEMORANDUM TeXaSMutuar Insurance Company WORKERS' COMPENSATION AND WC 42 06 01 EMPLOYERS LIABILITY POLICY Agent Copy 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. 1. Number of days advance notice: 30 2. Notice will be mailed to: Schedule CITY OF CORPUS CHRISTI PO BOX 9277 CORPUS CHRISTI TX 78469-9277 This endorsement changes the policy to which it is attached effective an 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 04/2912016 at 12:01 a.m. standard time, forms a part of: Policy No. 0001223527 of Texas Mutual Insurance Company effective on 04/26/2016 Issued to: D & G ENERGY CORPORATION Premium: $0.00 NCCI Carrier Code: 29939 PO Box 12058, Austin, TX 78711-2058 1 of 1 (800) 859-5995 1 Fax (800) 359-06501 texasmutual.com Endorsement No. 0001 Authorized Representative 04/29/2016 WC 42 06 01 Table of Contents 00 01 00 - 1 Packery Pointe Park Road 22 at Aquarius Street Signal and Turn Lanes Improvement Plan Re-bid – Project No. E15155 REV 06-12-2015 00 01 00 TABLE OF CONTENTS Note to Specifier: Section 00 52 23 “Agreement” must include a list of the Specification Sections in this Table of Contents to legally include these documents into the Contract Documents. Verify that the Table of Contents includes all Specification Sections and Appendices that are part of the Contract Documents. Division / Section Title Division 00 Procurement and Contracting Requirements 00 21 13 Invitation to Bid and Instructions to Bidders (Rev 06/12/2015) 00 30 00 Bid Acknowledgment Form (Rev 06/12/2015) 00 30 01 Bid Form (Rev 03/23/2015) 00 30 02 Compliance to State Law on Nonresident Bidders 00 30 04 Conflict of Interest Questionnaire 00 30 05 Disclosure of Interest 00 30 06 Non-Collusion Certification 00 45 16 Statement of Experience 00 52 23 Agreement (Rev 03/23/2015) 00 61 13 Performance Bond (Rev 7/3/2014) 00 61 16 Payment Bond (Rev 7/3/2014) 00 72 00 General Conditions (Rev 3/23/2015) 00 72 01 Insurance Requirements (Rev 7/3/2014) 00 72 02 Wage Rate Requirements (Rev 06/12/2015) 00 72 03 Minority / MBE / DBE Participation Policy 00 73 00 Supplementary Conditions 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 Table of Contents 00 01 00 - 2 Packery Pointe Park Road 22 at Aquarius Street Signal and Turn Lanes Improvement Plan Re-bid – Project No. E15155 REV 06-12-2015 Division / Section Title 01 33 01 Submittal Register (Rev 7/3/2014) 01 33 02 Shop Drawings 01 33 03 Record Data 01 33 04 Construction Progress Schedule 01 33 05 Video and Photographic Documentation 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 Section 1 Texas Department of Transportation Standard Specifications Special Specification 5001 – Geogrid Base Reinforcement Special Specification 6025 – Radar Presence Detection Device Special Specification 6057 – Radar Advance Detection Devices Special Specification 6093 – Existing Traffic Management Equipment END OF SECTION Invitation to Bid and Instructions to Bidders 00 21 13 - 1 Packery Pointe Park Road 22 at Aquarius Street Signal and Turn Lanes Improvement Plan Re-bid – Project No. E15155 REV 06-12-2015 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: PACKERY POINTE PARK ROAD 22 AT AQUARIUS STREET SIGNAL AND TURN LANES IMPROVEMENT PLAN (RE-BID) – Project No. E15155 A. The project is divided into two Base Bids, Base Bid Part 1 and Base Bid Part 2. Base Bid Part 1 includes all of the Roadway and ADA improvements including the removal of the existing raised median channelization island and demolition of the existing TxDOT DMS sign foundation. In addition, the eastbound left-turn lane on Park Road 22 will be extended and the existing westbound shoulder will be widened for a right-turn lane as well as ADA improvements at Aquarius Street. B. Base Bid Part 2 includes a Traffic Signal at the intersection of Park Road 22 and Aquarius Street as well as an AWEGS west of the intersection and a flashing roadside beacon east of the intersection. 2.02 The Engineer’s Opinion of Probable Construction Cost for Base Bid Part 1: Roadway items and Base Bid Part 2: Signal items are $333,647.39 and $269,840.84 respectively, with a Total Cost of $603,488.23 . The Project is to be substantially complete and ready for operation within 90 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. Invitation to Bid and Instructions to Bidders 00 21 13 - 2 Packery Pointe Park Road 22 at Aquarius Street Signal and Turn Lanes Improvement Plan Re-bid – Project No. E15155 REV 06-12-2015 ARTICLE 3 – PRE-BID CONFERENCE 3.01 A non-mandatory pre-bid conference for the Project will be held on Tuesday, February 23, 2016, 11:00 AM at the following location: City Hall Building – Engineering Services Conference Room 1 or 2 3rd floor, Engineering Services Department 1201 Leopard Street Corpus Christi, Texas 78401 ARTICLE 4 – COPIES OF CONTRACT DOCUMENTS 4.01 Obtain a complete set of the Contract Documents as indicated in SECTION 00 52 23 AGREEMENT. 4.02 Use complete sets of Contract Documents in preparing Bids; Bidder assumes sole responsibility for errors or misinterpretations resulting from the use of incomplete sets of Contract Documents. 4.03 OPT makes copies of Contract Documents available for the sole purpose of obtaining Bids for completion of the Project and does not confer a license or grant permission or authorization for any other use. ARTICLE 5 – EXAMINATION OF CONTRACT DOCUMENTS 5.01 Before submitting a Bid: A. Examine and carefully study the Contract Documents, including any Addenda and related supplemental data. B. Become familiar with all federal, state, and local Laws and Regulations that may affect cost, progress, or the completion of Work. C. Carefully study and correlate the information available to the Bidder with the Contract Documents, Addenda, and the related supplemental data. D. Notify the OAR of all conflicts, errors, ambiguities, or discrepancies that the Bidder discovers in the Contract Documents, Addenda, and the related supplemental data. E. Determine that the Contract Documents, Addenda, and the related supplemental data are generally sufficient to indicate and convey understanding of all terms and conditions for completion of Work. 5.02 The submission of a Bid will constitute an incontrovertible representation by the Bidder that the Bidder has complied with every requirement of this Article 5, that without exception the Bid is premised upon completion of Work required by the Contract Documents, Addenda, and the related supplemental data, that the Bidder has given the OAR written notice of all conflicts, errors, ambiguities, and discrepancies that the Bidder has discovered in the Contract Documents, Addenda, and the related supplemental data and the written resolutions provided Invitation to Bid and Instructions to Bidders 00 21 13 - 3 Packery Pointe Park Road 22 at Aquarius Street Signal and Turn Lanes Improvement Plan Re-bid – Project No. E15155 REV 06-12-2015 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. 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. Invitation to Bid and Instructions to Bidders 00 21 13 - 4 Packery Pointe Park Road 22 at Aquarius Street Signal and Turn Lanes Improvement Plan Re-bid – Project No. E15155 REV 06-12-2015 3. The Bid Bond must reference the Project by name as identified in Article 1. 4. Bidders may provide their surety’s standard bid bond form if revised to meet these Bid Bond Requirements. 7.04 Failure to provide an acceptable Bid Security will constitute a non-responsive Bid which will not be considered. 7.05 Failure to provide the required Performance and Payment Bonds will result in forfeiture of the Bid Security to the City as liquidated damages. 7.06 Owner may annul the Notice of Award and the Bid Security of the Bidder will be forfeited if the apparent Selected Bidder fails to execute and deliver the Agreement or Amendments to the Agreement. The Bid Security of other Bidders whom the Owner believes to have a reasonable chance of receiving the award may be retained by the Owner until the earlier of 7 days after the Effective Date of the Contract or 90 days after the date Bids are opened. 7.07 Bid Securities are to remain in effect until the Contract is executed. The Bid Securities of all but the three lowest responsible Bidders will be returned within 14 days of the opening of Bids. Bid Securities become void and will be released by the Owner when the Contract is awarded or all Bids are rejected. ARTICLE 8 – PREPARATION OF BID 8.01 The Bid Forms are 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. A. The Bid can be submitted for Base Bid Part 1: Roadway items, Base Bid Part 2: Signal items, or both Base Bid 1: Roadway items and Base Bid Part 2: Signal items. 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. Invitation to Bid and Instructions to Bidders 00 21 13 - 5 Packery Pointe Park Road 22 at Aquarius Street Signal and Turn Lanes Improvement Plan Re-bid – Project No. E15155 REV 06-12-2015 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 2:00 PM, Wednesday, March 2, 2016 to be accepted. The Bids will be publicly opened and read aloud at this time in the City Council Chambers or Staff Room, 1 st 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 - Park Road 22 at Aquarius Street Intersection Improvement Plan - Project No. E15155 All envelopes and packages (including FEDEX envelopes) must clearly identify, on the OUTSIDE of the package, the project name and number and tha t 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 “confide ntial” 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. Invitation to Bid and Instructions to Bidders 00 21 13 - 6 Packery Pointe Park Road 22 at Aquarius Street Signal and Turn Lanes Improvement Plan Re-bid – Project No. E15155 REV 06-12-2015 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 2:00 PM, Wednesday, March 2, 2016, at the following location: City Hall Building - City of Corpus Christi First Floor City Council Chambers or Staff Room 1201 Leopard Street Corpus Christi, Texas 78401 12.02 The Owner will read aloud the names of the Bidders and the apparent Bid amounts shown on the Bid Summary for all Bids received in time to be considered. ARTICLE 13 – BIDS REMAIN SUBJECT TO ACCEPTANCE 13.01 All Bids will remain subject to acceptance for 90 days, but the Owner may, at its sole discretion, release any Bid and return the Bid Security prior to the end of this period. ARTICLE 14 – STATEMENT OF EXPERIENCE 14.01 The three lowest Bidders must submit the information required in SECTION 00 45 16 STATEMENT OF EXPERIENCE within 5 days of the date Bids are due to demonstrate that the Bidder meets the minimum requirements to complete the Work. ARTICLE 15 – EVALUATION OF BIDS 15.01 The Owner will consider the amount bid, the Bidder’s responsibilities, the Bidder’s safety record, the Bidder’s indebtedness to Owner, whether the Bidder has met the minimum specific project experience requirements. 15.02 Owner may conduct such investigations as it deems necessary to establish the responsibility of the Bidder and any Subcontractors, individuals, or entities proposed to furnish parts of the Work in accordance with the Contract Documents. 15.03 Submission of a Bid indicates the Bidder’s acceptance of the evaluation technique and methodology as well as the Bidder’s recognition that some subjective judgments must be made by the Owner during the evaluation. Each Bidder agrees to waive any claim it has or may have Invitation to Bid and Instructions to Bidders 00 21 13 - 7 Packery Pointe Park Road 22 at Aquarius Street Signal and Turn Lanes Improvement Plan Re-bid – Project No. E15155 REV 06-12-2015 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. 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 Proj ect 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 Engineering Services 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 docum entation 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. Invitation to Bid and Instructions to Bidders 00 21 13 - 8 Packery Pointe Park Road 22 at Aquarius Street Signal and Turn Lanes Improvement Plan Re-bid – Project No. E15155 REV 06-12-2015 ARTICLE 20 – SALES AND USE TAXES 20.01 The Owner generally qualifies as a tax exempt agency as defined by the statutes of the State of Texas and is usually not subject to any City or State sales or use taxes, however certain items such as rented equipment may be taxable even though Owner is a tax-exempt agency. Assume responsibility for including any applicable sales taxes in the Contract Price and assume responsibility for complying with all applicable statutes and rulings of the State of Texas Comptroller. 20.02 It is the Owner’s intent to have this Contract qualify as a “separated contract.” ARTICLE 21 – WAGE RATES 21.01 This Contract is subject to Texas Government Code Chapter 2258 concerning payment of prevailing wage rates. Requirements for paying the prevailing wage rates are discussed in SECTION 00 72 02 WAGE RATE REQUIREMENTS. Bidders must pay not less than the minimum wage shown on this list and comply with all statutes and rulings of the State of Texas Comptroller. ARTICLE 22 – BIDDER’s CERTIFICATION OF NO LOBBYING 22.01 In submitting its Bid, Bidder certifies that it has not lobbied the City or its officials, managers, employees, consultants, or contractors in such a manner as to influence or to attempt to influence the bidding process. In the event it reasonably appears that the Bidder influenced or attempted to influence the bidding process, the City may, in its discretion, reject the Bid. ARTICLE 23 – REJECTION OF BID 23.01 The following will be cause to reject a Bid: A. Bids which are not signed by an individual empowered to bind the Bidder. B. Bids which do not have an acceptable Bid Security, with Power of Attorney, submitted as required by Article 7. C. More than one Bid for same Work from an individual, firm, partnership or corporation. D. Evidence of collusion among Bidders. E. Sworn testimony or discovery in pending litigation with Owner which discloses misconduct or willful refusal by bidder to comply with subject contract or instructions of Owner. F. Failure to have an authorized agent of the Bidder attend the mandatory Pre-Bid Conference, if applicable. G. Bids received from a Bidder who has been debarred or suspended by Owner. H. Bids received from a Bidder when Bidder or principals are currently debarred or suspended by Federal, State or City governmental agencies. 23.02 The following may be cause to reject a Bid or cause to deem a Bid non-responsive or irregular. The City reserves the right to waive any irregularities and any or all formalities: A. Poor performance in execution of work under a previous City of Corpus Christi contract. Invitation to Bid and Instructions to Bidders 00 21 13 - 9 Packery Pointe Park Road 22 at Aquarius Street Signal and Turn Lanes Improvement Plan Re-bid – Project No. E15155 REV 06-12-2015 B. Failure to achieve reasonable progress on an existing City of Corpus Christi contract. C. Default on previous contracts or failure to execute Contract after award. D. Evidence of failure to pay Subcontractors, Suppliers or employees in accordance with Contract requirements. E. Bids containing omissions, alterations of form, additions, qualifications or conditions not called for by Owner, or incomplete Bids may be rejected. In any case of ambiguity or lack of clarity in the Bid, OWNER reserves right to determine most advantageous Bid or to reject the Bid. F. Failure to acknowledge receipt of Addenda. G. Failure to submit post-Bid information specified in Section 00 45 16 STATEMENT OF EXPERIENCE within the allotted time(s). H. Failure to timely execute Contract after award. I. Previous environmental violations resulting in fines or citations by a governmental entity (i.e. U.S. Environmental Protection Agency, Texas Commission on Environmental Quality, etc.). J. Bidder’s Safety Experience. K. Failure of Bidder to demonstrate, through submission of the Statement of Experience, the experience required as specified in Section 00 45 16 STATEMENT OF EXPERIENCE, if that Section is included in the bidding documents. L. Evidence of Bidder’s lack of sufficient resources, workforce, equipment or supervision, if required by inclusion of appropriate requirements in Section 00 45 16 STATEMENT OF EXPERIENCE. M. Evidence of poor performance on previous Projects as documented in Owner’s project performance evaluations. N. Unbalanced Unit Price Bid: “Unbalanced Bid” means a Bid, which includes a Bid that is based on unit prices which are significantly less than cost for some Bid items and significantly more than cost for others. This may be evidenced by submission of unit price Bid items where the cost are significantly higher/lower than the cost of the same Bid items submitted by other Bidders on the project. END OF SECTION Bid Acknowledgement Form 00 30 00 - 1 Packery Pointe Park Road 22 at Aquarius Street Signal and Turn Lanes Improvement Plan Re-bid – Project No. E15155 REV 06-12-2015 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: March 2, 2016 at 2:00 PM for PACKERY POINTE PARK ROAD 22 AT AQUARIUS STREET SIGNAL AND TURN LANES IMPROVEMENT PLAN (RE-BID) – Project No. E15155 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 – Packery Pointe Park Road 22 at Aquarius Street Signal and Turn Lanes Improvement Plan (Re-Bid) – Project No. E15155 All envelopes and packages (including FEDEX envelopes) must clearly identify, on the OUTSIDE of the package, the project name and number and tha t 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 Packery Pointe Park Road 22 at Aquarius Street Signal and Turn Lanes Improvement Plan Re-bid – Project No. E15155 REV 06-12-2015 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 Packery Pointe Park Road 22 at Aquarius Street Signal and Turn Lanes Improvement Plan Re-bid – Project No. E15155 REV 06-12-2015 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 Part 1: Roadway Items $ Base Bid Part 2: Signal Items $ Base Bid Part 1 Roadway Items and Base Bid Part 2: Signal Items $ 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 Base Bid Part 1: Roadway Items, Base Bid Part 2: Signal Items, or Base Bid Part 1: Roadway Items and Base Bid Part 2: Signal items to the Bidder who provides the Best Value for the Owner. 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 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. Bid Acknowledgement Form 00 30 00 - 4 Packery Pointe Park Road 22 at Aquarius Street Signal and Turn Lanes Improvement Plan Re-bid – Project No. E15155 REV 06-12-2015 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 90 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 120 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 04 CONFLICT OF INTEREST QUESTIONNAIRE. F. SECTION 00 30 05 DISCLOSURE OF INTEREST. G. SECTION 00 30 06 NON-COLLUSION CERTIFICATION. ARTICLE 8 – DEFINED TERMS 8.01 The terms used in this Bid have the meanings indicated in the General Conditions and the Supplementary Conditions. The significance of terms with initial capital letters is described in the General Conditions. ARTICLE 9 – VENUE 9.01 Bidder agrees that venue shall lie exclusively in Nueces County, Texas for any legal action. Bid Acknowledgement Form 00 30 00 - 5 Packery Pointe Park Road 22 at Aquarius Street Signal and Turn Lanes Improvement Plan Re-bid – Project No. E15155 REV 06-12-2015 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 Packery Pointe Park Road 22 at Aquarius Street Signal and Turn Lanes Improvement Plan Re-bid – Project No. E15155 REV 06-12-2015 ARTICLE 11 – BID SUBMITTAL 11.01 This Bid is submitted by: Bidder: (typed or printed full legal name of Bidder ) By: (i ndividual ’s signature) Name: (typed or printed) Title: (typed or printed ) Attest: (i ndividual ’s signature) State of Residency: Federal Tax Id. No. Address for giving notices: Phone: Email: (Attach evidence of authority to sign if the authorized individual is not the Bidder, but an individual signing on behalf of another individual Bidder, or if the authorized individual is a representative of a corporation, partnership, or joint venture.) END OF SECTION 00 30 01 BID FORM Project Name: Project Number: Owner: Bidder: OAR: Designer: Item UNIT ESTIMATED QUANTITY UNIT PRICE EXTENDED AMOUNT 1-A1 MOBILIZATION/DEMOBILIZATION 5% LS 1 1-A2 TRAFFIC CONTROL LS 1 1-A3 STORMWATER POLLUTION PREVENTION PLAN LS 1 1-A4 OZONE DAYS EA 2 1-B1 PREPARING ROW AC 1.35 1-B2 REMOVING CONC (MEDIANS)SY 92 1-B3 REMOVING CONC (CTB)LF 605 1-B4 REMOVE STAB BASE AND ASPH PAV (0"-19")SY 265 1-B5 SUBGRADE WIDENING (ORD COMP)STA 6 1-B6 COMPOST MANUF TOPSOIL (PB) (4 IN)SY 1070 1-B7 BLOCK SODDING SY 1070 1-B8 VEGETATIVE WATERING MG 77 1-B9 FL BS (CMP IN PLC) (TY A GR 1) (6 IN)SY 585 1-B10 D-GR HMA(SQ) TY-B PG64-22 TON 511 1-B11 D-GR HMA TY-D PG64-22 TON 68 1-B12 FLEXIBLE PAVEMENT STRUCTURE REPAIR(19")SY 585 1-B13 CONC PVMT (CONT REINF - CRCP) (9")SY 7 1-B14 DRILL SHAFT (RDWY ILL POLE) (30 IN)LF 11.3 1-B15 CONC CURB & GUTTER (TY I)LF 1300 1-B16 CONC MEDIAN SY 320 1-B17 CRASH CUSH ATTEN (MOVE & RESET)EA 2 1-B18 RELOCATE RD IL ASM (TRANS-BASE)EA 1 1-B19 INS RDWY ILL ASSEMBLY (SPECIAL)EA 1 1-B20 CONDT (PVC) (SCHD 40) ( 2 IN)LF 15 1-B21 ELEC CONDR (NO. 8) BARE LF 500 1-B22 ELEC CONDR (NO. 8) INSULATED LF 1000 1-B23 ALUMINUM SIGNS (TY A)SF 72 1-B24 INS SM RD SN SUP & AM TY S80 (1) SA (P)EA 4 1-B25 INS SM RD SN SUP & AM TY S80 (1) SA (T)EA 2 SUBTOTAL PART A - GENERAL (Items 1-A1 thru 1-A4) Part B - ROADWAY IMPROVEMENTS (per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) 00 30 01 BID FORM DESCRIPTION Base Bid Part 1 -Roadway Items Part A - GENERAL (per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) Basis of Bid PACKERY POINTE PARK ROAD 22 AT AQUARIUS STREET SIGNAL AND TURN LANES IMPROVEMENT PLAN (RE-BID) City of Corpus Christi TBD, City of Corpus Christi, Texas Pape-Dawson Engineers, Inc. E15155 Bid Form Packery Pointe Park Road 22 at Aquarius Street Signal and Turn Lanes Improvement Plan Re-Bid - E15155 Page 1 of 3 REV 10-14-2014 00 30 01 BID FORM Item UNIT ESTIMATED QUANTITY UNIT PRICE EXTENDED AMOUNTDESCRIPTION 1-B26 REFL PAV MRK TY I (W)8"(SLD)(100MIL) LF 1215 1-B27 REF PAV MRK TY I (W)(24 IN)(SLD)(100 MIL)LF 610 1-B28 REFL PAV MRK TY I (W)(ARROW)(100MIL) EA 3 1-B29 REFL PAV MRK TY I (W)(WORD)(100MIL)EA 3 1-B30 REF PAV MRK TY II (W)(4 IN)(SLD)LF 550 1-B31 REFL PAV MRK TY II (W) 6" (SLD)LF 566 1-B32 REF PAV MRK TY II (W)(8 IN) (SLD)LF 450 1-B33 REF PAV MRK TY II (W)(24 IN) (SLD)LF 152 1-B34 REF PAV MRK TY II (Y)(4 IN) (SLD)LF 90 1-B35 REF PAV MRK TY I (W)(4 IN)(SLD)(100 MIL)LF 550 1-B36 REF PAV MRK TY I (Y)(4 IN)(SLD)(100 MIL)LF 90 1-B37 REFL PAV MRK TY I (W) 4" (SLD) (100MIL)LF 965 1-B38 PREFAB PAV MRK TY A (W) (ARROW)EA 2 1-B39 PREFAB PAV MRK TY A (W) (WORD)EA 2 1-B40 REFL PAV MRKR TY II-C-R EA 125 1-B41 ELIM EXT PAV MRK & MRKS ( 4 IN)LF 980 1-B42 ELIM EXT PAV MRK & MRKS (8")LF 75 1-B43 ELIM EXT PAV MRK & MRKS (ARROW)EA 2 1-B44 ELIM EXT PAV MRK & MRKS (WORD)EA 2 1-B45 REMOVING CONC (FOUNDATIONS)SY 1 1-B46 GEOGRID BASE REINFORCEMENT SY 842 1-B47 REMOVE EXISTING DMS EA 1 1-B48 SIGNING EA 5 1-B49 LS 1 $10,000.00 $10,000.00 1-C1 RIPRAP (CONC)(5 IN)CY 3 1-C2 CONC CURB (TY I)LF 18 1-C3 CURB RAMPS (TY 7)EA 8 1-C4 CONC SIDEWALKS (6")SY 16 ALLOWANCE FOR UNANTICPATED ROADWAY IMPROVEMENTS SUBTOTAL PART C - ADA IMPROVEMENTS (1-C1 THRU 1-C4) SUBTOTAL PART B - ROADWAY IMPROVEMENTS (Items 1-B1 thru 1-B49) Part C - ADA IMPROVEMENTS (per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) BID SUMMARY SUBTOTAL PART A - GENERAL (Items 1-A1 thru 1-A4)-$ SUBTOTAL PART B - STREET IMPROVEMENTS (Items 1-B1 thru 1-B49)-$ SUBTOTAL PART C - ADA IMPROVEMENTS (Items 1-C1 thru 1-C4)-$ TOTAL PROJECT BASE BID (PARTS 1-A THRU 1-C)-$ Bid Form Packery Pointe Park Road 22 at Aquarius Street Signal and Turn Lanes Improvement Plan Re-Bid - E15155 Page 2 of 3 REV 10-14-2014 00 30 01 BID FORM Item UNIT ESTIMATED QUANTITY UNIT PRICE EXTENDED AMOUNTDESCRIPTION Contract Times 90 days 120 days Bidder agrees to reach Substantial Completion in Bidder agrees to reach Final Completion in Bid Form Packery Pointe Park Road 22 at Aquarius Street Signal and Turn Lanes Improvement Plan Re-Bid - E15155 Page 3 of 3 REV 10-14-2014 00 30 01 BID FORM Project Name: Project Number: Owner: Bidder: OAR: Designer: Item UNIT ESTIMATED QUANTITY UNIT PRICE EXTENDED AMOUNT 2-A1 MOBILIZATION/DEMOBILIZATION 5% LS 1 2-A2 TRAFFIC CONTROL LS 1 2-A3 STORMWATER POLLUTION PREVENTION PLAN LS 1 2-A4 OZONE DAYS EA 2 2-B1 DRILL SHAFT (AWEGS) (48 IN)LF 24 2-B2 DRILL SHAFT (TRF SIG POLE) (36 IN)LF 26.4 2-B3 DRILL SHAFT (TRF SIG POLE) (48 IN)LF 43.8 2-B4 CONDT (PVC) (SCHD 40) (1 1/2 IN)LF 125 2-B5 CONDT (PVC) (SCHD 40) ( 2 IN)LF 1436 2-B6 CONDT (PVC) (SCHD 40) (2 IN) (BORE)LF 235 2-B7 CONDT (PVC) (SCHD 40) (4 IN)LF 120 2-B8 ELEC CONDR (NO.10) INSULATED LF 1570 2-B9 ELEC CONDR (NO. 8) INSULATED LF 2035 2-B10 ELEC CONDR (NO. 6) BARE LF 70 2-B11 ELEC CONDR (NO. 6) INSULATED LF 135 2-B12 GROUND BOX TY A (122311) W/APRON EA 5 2-B13 GROUND BOX TY D (162922) W/APRON EA 5 2-B14 ELC SRV TY D 120/240 060 (NS)SS(E)TP(O)EA 1 2-B15 ALUMINUM SIGNS (TY A)SF 16 2-B16 ALUMINUM SIGNS (TY O)SF 21 2-B17 INSTALL HWY TRF SIG (ISOLATED)EA 1 2-B18 VEH SIG SEC (12 IN) LED (GRN)EA 10 2-B19 VEH SIG SEC (12 IN) LED (GRN ARW)EA 2 2-B20 VEH SIG SEC (12 IN) LED (YEL)EA 10 2-B21 VEH SIG SEC (12 IN) LED (YEL ARW)EA 2 2-B22 VEH SIG SEC (12 IN) LED (RED)EA 10 2-B23 PED SIG SEC (12 IN) LED (2 INDICATIONS)EA 8 2-B24 BACK PLATE (12 IN) (3 SEC)EA 10 SUBTOTAL PART A - GENERAL (Items 2-A1 thru 2-A4) Part B - SIGNAL & AWEGS IMPROVEMENTS (per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) 00 30 01 BID FORM DESCRIPTION Base Bid Part 2 -Signal Items Part A - GENERAL (per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) Basis of Bid PACKERY POINTE PARK ROAD 22 AT AQUARIUS STREET SIGNAL AND TURN LANES IMPROVEMENT PLAN RE-BID City of Corpus Christi TBD, City of Corpus Christi, Texas Pape-Dawson Engineers, Inc. E15155 Bid Form Packery Pointe Park Road 22 at Aquarius Street Signal and Turn Lanes Improvement Plan Re-Bid - E15155 Page 1 of 3 REV 10-14-2014 00 30 01 BID FORM Item UNIT ESTIMATED QUANTITY UNIT PRICE EXTENDED AMOUNTDESCRIPTION 2-B25 TRF SIG CBL (TY A) (14 AWG) ( 2 CONDR)LF 88 2-B26 TRF SIG CBL (TY A) (14 AWG) ( 5 CONDR)LF 647 2-B27 TRF SIG CBL (TY A) (14 AWG) ( 7 CONDR)LF 165 2-B28 TRF SIG CBL (TY A) (12 AWG) ( 3 CONDR)LF 1876 2-B29 TRF SIG CBL (TY A)(14 AWG)(16 CONDR)LF 550 2-B30 INSTALL RDSD FLASH BEACON ASSEMBLY (SOLAR PWRD)EA 1 2-B31 INS TRF SIG PL AM(S) 1 ARM (32') LUM-INSTALL ONLY EA 2 2-B32 INS TRF SIG PL AM(S)1 ARM (50')-INSTALL ONLY EA 1 2-B33 INS TRF SIG PL AM(S) 1 ARM (55') LUM-INSTALL ONLY EA 2 2-B34 APS POLARA NAVIGATOR, EZ COMMUNICATOR EA 8 2-B35 RADAR PRESENCE DETECTION DEVICE EA 4 2-B36 RADAR PRESENCE DETECTOR COMM CABLE LF 1264 2-B37 RADAR ADVANCE DETECTION DEVICE EA 2 2-B38 CONTROLLER FOUNDATION EA 1 2-B39 WIRELESS COMM. ENCOM 5.8 GHz PANEL ANTENNA 23dBd, 4.9/5.8 GHz AND ACCESSORIES EA 1 2-B40 ETHERNET CABLE AND CONNECTORS LF 254 2-B41 INSTALL POWER CABLE LF 127 2-B42 LUMINAIRE 250W HPS EA 3 2-B43 ECONOLITE COBALT ATC CONTROLLER EA 1 2-B44 DRILL SHAFT (24 IN)LF 5.7 2-B45 PEDESTAL BASE COLLAR ASSEMBLY EA 1 2-B46 LS 1 $15,000.00 $15,000.00ALLOWANCE FOR UNANTICPATED TRAFFIC SIGNAL ITEMS SUBTOTAL PART B - SIGNAL & AWEGS IMPROVEMENTS (Items 2-B1 thru 2-B46) Bid Form Packery Pointe Park Road 22 at Aquarius Street Signal and Turn Lanes Improvement Plan Re-Bid - E15155 Page 2 of 3 REV 10-14-2014 00 30 01 BID FORM Item UNIT ESTIMATED QUANTITY UNIT PRICE EXTENDED AMOUNTDESCRIPTION Contract Times 90 days 120 days Bidder agrees to reach Substantial Completion in Bidder agrees to reach Final Completion in TOTAL PROJECT BASE BID (PARTS 2-A AND 2-B)-$ BID SUMMARY SUBTOTAL PART A - GENERAL (Items 2-A1 thru 2-A4)-$ SUBTOTAL PART B - SIGNAL & AWEGS IMPROVEMENTS (Items 2-B1 thru 2-B46)-$ Bid Form Packery Pointe Park Road 22 at Aquarius Street Signal and Turn Lanes Improvement Plan Re-Bid - E15155 Page 3 of 3 REV 10-14-2014 Compliance to State Law on Nonresident Bidders 00 30 02 - 1 Packery Pointe Park Road 22 at Aquarius Street Signal and Turn Lanes Improvement Plan Re-bid – Project No. E15155 11-25-2013 00 30 02 COMPLIANCE TO STATE LAW ON NONRESIDENT BIDDERS Chapter 2252 of the Texas Government Code applies to the award of government contract to nonresident bidders. This law provides that: “a government entity may not award a governmental contract to a nonresident bidder unless the nonresident underbids the lower bid submitted by a responsible resident bidder by an amount that is not less than the amount by which a resident bidder would be required to underbid the nonresident bidder to obtain a comparable contract in the state in which the nonresident’s principal place of business is located.” “Nonresident bidder” refers to a person who is not a resident of Texas. “Resident bidder” refers to a person whose principal place of business is in this state, including a contractor whose ultimate parent company or majority owner has its principal place of business in this state. Check the statement that is correct for Bidder. ☐ Bidder qualifie s as a nonresident bidder whose principal place of business or residency is in the State of . ☐ Bidder (includes parent company or majority owner) qualifies as a resident bidder whose principal place of business is in the State of Texas. The Owner will use the information provided in the State of Texas Comptroller’s annual publication of other states’ laws on contracts to evaluate the Bids of nonresident Bidders. Bidder: Company Name: (typed or printed) By: (signature -- attach evidence of authority to sign) Name: (typed or printed) Title: Business address: Phone: Email: END OF SECTION Adopted 06/29/2007 FORM CIQ OFFICE USE ONLYThis questionnaire reflects changes made to the law by H.B. 1491, 80th Leg., Regular Session. This questionnaire is being filed in accordance with Chapter 176, Local Government Code by a person who has a business relationship as defined by Section 176.001(1-a) with a local governmental entity and the person meets requirements under Section 176.006(a). By law this questionnaire must be filed with the records administrator of the local governmental entity not later than the 7th business day after the date the person becomes aware of facts that require the statement to be filed. See Section 176.006, Local Government Code. A person commits an offense if the person knowingly violates Section 176.006, Local Government Code. An offense under this section is a Class C misdemeanor. CONFLICT OF INTEREST QUESTIONNAIRE For vendor or other person doing business with local governmental entity Check this box if you are filing an update to a previously filed questionnaire. (The law requires that you file an updated completed questionnaire with the appropriate filing authority not later than the 7th business day after the date the originally filed questionnaire becomes incomplete or inaccurate.) Name of person who has a business relationship with local governmental entity.1 2 3 Date Received Name of local government officer with whom filer has employment or business relationship. Name of Officer This section (item 3 including subparts A, B, C & D) must be completed for each officer with whom the filer has an employment or other business relationship as defined by Section 176.001(1-a), Local Government Code. Attach additional pages to this Form CIQ as necessary. A. Is the local government officer named in this section receiving or likely to receive taxable income, other than investment income, from the filer of the questionnaire? Yes No B. Is the filer of the questionnaire receiving or likely to receive taxable income, other than investment income, from or at the direction of the local government officer named in this section AND the taxable income is not received from the local governmental entity? Yes No C. Is the filer of this questionnaire employed by a corporation or other business entity with respect to which the local government officer serves as an officer or director, or holds an ownership of 10 percent or more? Yes No D. Describe each employment or business relationship with the local government officer named in this section. Signature of person doing business with the governmental entity Date 4 SUPPLIER NUMBER __________ TO BE ASSIGNED BY CITY PURCHASING DIVISION CITY OF CORPUS CHRISTI DISCLOSURE OF INTEREST City of Corpus Christi Ordinance 17112, as amended, requires all persons or firms seeking to do business with the City to provide the following information. Every question must be answered. If the question is not applicable, answer with “NA”. See reverse side for Filing Requirements, Certifications and definitions. COMPANY NAME: P. O. BOX: STREET ADDRESS: CITY: ZIP: - FIRM IS: 1. Corporation 2. Partnership 3. Sole Owner 4. Association 5. Other ____________________________________ DISCLOSURE QUESTIONS If additional space is necessary, please use the reverse side of this page or attach separate sheet. 1. State the names of each “employee” of the City of Corpus Christi having an “ownership interest” constituting 3% or more of the ownership in the above named “firm.” Name Job Title and City Department (if known) 2. State the names of each “official” of the City of Corpus Christi having an “ownership interest” constituting 3% or more of the ownership in the above named “firm.” Name Title 3. State the names of each “board member” of the City of Corpus Christi having an “ownership interest” constituting 3% or more of the ownership in the above named “firm.” Name Board, Commission or Committee 4. State the names of each employee or officer of a “consultant” for the City of Corpus Christi who worked on any matter related to the subject of this contract and has an “ownership interest” constituting 3% or more of the ownership in the above named “firm.” Name Consultant FILING REQUIREMENTS If a person who requests official action on a matter knows that the requested action will confer an economic benefit on any City official or employee that is distinguishable from the effect that the action will have on members of the public in general or a substantial segment thereof, you shall disclose that fact in a signed writing to the City official, employee or body that has been requested to act in the matter, unless the interest of the City official or employee in the matter is apparent. The disclosure shall also be made in a signed writing filed with the City Secretary. [Ethics Ordinance Section 2-349 (d)] CERTIFICATION I certify that all information provided is true and correct as of the date of this statement, that I have not knowingly withheld disclosure of any information requested; and that supplemental statements will be promptly submitted to the City of Corpus Christi, Texas as changes occur. Certifying Person: Title: (Type or Print) Signature of Certifying Person: Date: DEFINITIONS a. “Board member.” A member of any board, commission, or committee appointed by the City Council of the City of Corpus Christi, Texas. b. “Economic benefit”. An action that is likely to affect an economic interest if it is likely to have an effect on that interest that is distinguishable from its effect on members of the public in general or a substantial segment thereof. c. “Employee.” Any person employed by the City of Corpus Christi, Texas either on a full or part - time basis, but not as an independent contractor. d. “Firm.” Any entity operated for economic gain, whether professional, industrial or commercial, and whether established to produce or deal with a product or service, including but not limited to, entities operated in the form of sole proprietorship, as self-employed person, partnership, corporation, joint stock company, joint venture, receivership or trust, and entities which for purposes of taxation are treated as non-profit organizations. e. “Official.” The Mayor, members of the City Council, City Manager, Deputy City Manager, Assistant City Managers, Department and Division Heads, and Municipal Court Judges of the City of Corpus Christi, Texas. f. “Ownership Interest.” Legal or equitable interest, whether actually or constructively held, in a firm, including when such interest is held through an agent, trust, estate, or holding entity. “Constructively held” refers to holdings or control established through voting trusts, proxies, or special terms of venture or partnership agreements.” g. “Consultant.” Any person or firm, such as engineers and architects, hired by the City of Corpus Christi for the purpose of professional consultation and recommendation. Non-Collusion Certification 00 30 06 - 1 Packery Pointe Park Road 22 at Aquarius Street Signal and Turn Lanes Improvement Plan Re-bid – Project No. E15155 11-25-2013 00 30 06 NON-COLLUSION CERTIFICATION STATE OF TEXAS COUNTY OF NUECES OWNER: City of Corpus Christi, Texas 1201 Leopard Street Corpus Christi, Texas 78401 CONTRACT: Packery Pointe Park Road 22 at Aquarius Street Signal and Turn Lanes Improvement Plan Re-bid – Project No. E15155 Bidder certifies that the it has not been a party to any collusion among Bidders in the restraint of freedom of competition by agreement to submit a Bid at a fixed price or to refrain from bidding; or with any official or employee of the Owner as to quantity, quality, or price in the prospective contract, or any other terms of said prospective contract; or in any discussion between Bidders and any official of the Owner concerning exchange of money or other thing of value for special consideration in the letting of a contract. Company Name: (typed or printed) By: (signature -- attach evidence of authority to sign) Name: (typed or printed) Title: Business address: Phone: Email: END OF SECTION Statement of Experience 00 45 16 - 1 Packery Pointe Park Road 22 at Aquarius Street Signal and Turn Lanes Improvement Plan Re-bid – Project No. E15155 11-25-2013 00 45 16 STATEMENT OF EXPERIENCE ARTICLE 1 – REQUIREMENT TO PROVIDE A STATEMENT OF EXPERIENCE 1.01 To be considered a responsive Bidder, the three lowest Bidders must complete and submit the Statement of Experience within 5 days after the date Bids are due to demonstrate the Bidders’ responsibility and ability to meet the minimum requirements complete the Work. Failure to submit the required information in the Statement of Experience may result in the Owner considering the Bid non-responsive and result in rejection of the Bid by the Owner. The Bid Security of the Bidder will be forfeited if Bidder fails to deliver the Statement of Experience in an attempt to be released from its Bid. Bidders may be required to provide supplemental information if requested by the Owner to clarify, enhance or supplement the information provided in the Statement of Experience. 1.02 Bidders must provide the information requested in this Statement of Experience using the forms attached to this Section. A copy of these forms can be provided in Microsoft Word to assist with the preparation of the Statement of Experience. Information in these forms must be provided completely and in detail. Information that cannot be totally incorporated in the form may be included in an attachment to the form. This attachment must be clearly referenced by attachment number in the form, and the attached material must include the attachment number on every sheet of the attachment. The attachment must include only the information that responds to the question or item number to which the attachment information applies. ARTICLE 2 – EXPERIENCE REQUIREMENTS 2.01 The Bidder agrees that, in addition to determining the apparent low Bid, the Owner will consider the responsiveness of the Bids and the responsibility of the Bidders in awarding a Contract for this Project. Information that indicates the Bidder or a Subcontractor is not responsible or that might negatively impact a Bidder’s ability to complete the Work within the Contract Time and for the Contract Price may result in the Owner rejecting the Bid. 2.02 If none of the three apparent low Bidders are deemed responsible, the Owner may notify the next apparent low Bidders in order, who will then be required to submit the Statement of Experience for review, until a Contract is awarded or all Bids have been rejected. 2.03 The Bidder is responsible for the accuracy and completeness of all of the information provided by the Bidder or a proposed Subcontractor in response to this Statement of Experience. 2.04 Provide general information about the organization as required in Table 1. Describe the organizational structure of the Bidder's organization as it relates to this Project in Table 2. 2.05 Provide information on the experience of proposed key personnel. A. Provide information on the key personnel that will be actively working on this Project in Tables 3 through 6. Key personnel include the Project Manager, Project Superintendent, Safety Manager, and Quality Control Manager. If key personnel are to fulfill more than one of the roles listed above, provide a written narrative describing how much time will be devoted to each function, their qualifications to fulfill each role, and the percentage of their time that will be devoted to each role. If the individual is not to be devoted solely to this Statement of Experience 00 45 16 - 2 Packery Pointe Park Road 22 at Aquarius Street Signal and Turn Lanes Improvement Plan Re-bid – Project No. E15155 11-25-2013 Project, indicate how that individual’s time is to be divided between this Project and other assignments. B. The Bidder may provide information on an alternate individual if the Bidder is not able to commit to one individual for the Project at the time the Bid is submitted. Qualifications of these individuals will be considered in determining whether the experience of the Bidder meets the minimum requirements. The Bidder must provide the services of the proposed key personnel for the life of the Project as a condition of qualification. Failure to provide the proposed Key Personnel may result in the disqualification of the Bidder and may void the award of the Contract. C. Provide biographical information for each primary and alternate candidate as an attachment that includes: technical experience, managerial experience, education and formal training, and a work history which describes project experience, including the roles and responsibilities for each assignment. Additional information demonstrating experience that meets the minimum requirements in this Statement of Experience should also be included. Bidders are to include a list of the current project assignments for each of the individuals proposed, the anticipated completion date for this assignment, and the percentage of the time they will have available to devote to this Project to demonstrate their availability for this project. D. The Project Manager and Project Superintendent must have at least 5 years’ recent experience in the management and oversight of projects of a similar size and complexity to this Project. This experience must include scheduling of manpower and materials, safety, coordination of Subcontractors, experience with the submittal process, Federal and State wage rate requirements, and contract close-out procedures. The Project Superintendent is to be present at the Site at all times that Work is being performed. Foremen must have at least 5 years’ recent experience in similar work and be subordinate to the Project Superintendent. Foremen cannot act as a superintendent without prior written approval from the Owner. 2.06 Provide information on the project experience and past performance of the organization and Key Personnel. A. Provide a list of projects currently under construction and projects completed by the Organization in the last 5 years using copies of Table 7. Highlight the project information that demonstrates the experience of Bidder with similar projects and the experience of proposed Key Personnel. Experience must include the satisfactory completion of at least five similar projects within the last 5 years for the Bidder's organization and for proposed Key Personnel, that are equal to or greater in size and magnitude than the current Project. B. In determining the responsibility of the Bidder, the Owner will consider the Bidder’s past projects and any substandard quality of workmanship on completed projects. The Owner will consider whether the Bidder’s past project experience shows substandard quality of workmanship, issues related to a substandard appearance of the completed work, the amount of warranty or rework required, problems with durability and maintainability of the completed project, and problems with the lack of quality of documentation provided. In addition to the work produced, the Owner may consider issues related to the quality of construction practices, responsiveness to the owner’s needs during construction, an inability to work in the spirit of partnering, and any non-responsiveness of the Bidder to Statement of Experience 00 45 16 - 3 Packery Pointe Park Road 22 at Aquarius Street Signal and Turn Lanes Improvement Plan Re-bid – Project No. E15155 11-25-2013 make warranty corrections. Information to make this determination will come from Owner's interviews with references provided for this project. By listing reference contact information in this Statement of Experience, Bidder indicates its approval for OPT to contact the individuals listed as a reference. 2.07 The Owner will consider any percentages in excess of 15 percent of change orders for projects as an indicator of ability to complete Projects within the Contract Price. Provide a tabulation of budget performance on all projects completed by the Bidder within the last 5 years on Table 8 to demonstrate the ability of the Bidder to complete projects for the Contract Price. Lines may be added beneath project change order breakdowns to add explanatory comments. 2.08 Provide information to demonstrate the ability of the Bidder to complete projects on time. Bidders are to provide a tabulation of all projects completed by the Organization within the last 5 years on Table 9 to demonstrate performance in completing projects on time. Comments may be added to the tabulations to indicate the reasons for amending completion dates. 2.09 Provide information to demonstrate the ability of the Bidder to provide subcontracting opportunities that will meet the Owner’s established goals for Minority, MBE, and DBE participation in the Project. List all Work to be performed by qualified Minority, MBE, and DBE proposed Subcontractors or Suppliers in Table 10. Include percentages of Work subcontracted to each to demonstrate compliance with Owner's stated goals. ARTICLE 3 – STATEMENT OF EXPERIENCE REQUIREMENTS 3.01 Provide one printed copy of the Statement of Experience using the referenced tables and narrative descriptions as described in Article 2. Pages are to be 8-1/2 x 11 pages using a minimum font size of 10. A limited number of 11 x 17 sheets may be used, and must be folded to the size of an 8-1/2 x 11 page. 3.02 Provide a digital copy of the Statement of Experience in Portable Document Format (PDF) on a CD, portable drive, or other digital recording device. This digital copy is to include all information required to evaluate the Bid and should match the content of the printed copy of the Bid. When creating the digital copy: A. Create PDF documents from native format files. B. Rotate pages so that the top of the document appears at the top of the file when opened in PDF viewing software. C. Submit PDF documents with adequate resolution to allow documents to be printed in a format equivalent to the original documents. Documents are to be scalable to allow printing on standard 8-1/2 x 11 or 11 x 17 paper. D. Submit color PDF documents if color is used in the printed version of the documents. Statement of Experience 00 45 16 - 4 Packery Pointe Park Road 22 at Aquarius Street Signal and Turn Lanes Improvement Plan Re-bid – Project No. E15155 11-25-2013 Table 1 – Organization Information Organization doing business as: Business Address of Principal Office Telephone No. Website Form of Business (check one) ☐ Corporation ☐ Partnership ☐ Individual If a Corporation State of Incorporation Date of Incorporation Chief Executive Officer’s Name President’s Name Vice President’s Name(s) Secretary’s Name Treasurer’s Name If a Partnership Date of Organization Form of Partnership: ☐ General ☐ Limited If an Individual Name Ownership of Organization List of companies, firms, or organizations that own any part of the organization. Names of Companies, Firms, or Organizations Percent Ownership Organization History List of names that this organization currently, has, or anticipates operating under including the names of related companies presently doing business. Names of Organizations From Date To Date Indicators of Organization Size Average number of current full-time employees Average estimate of revenue for the current year Statement of Experience 00 45 16 - 5 Packery Pointe Park Road 22 at Aquarius Street Signal and Turn Lanes Improvement Plan Re-bid – Project No. E15155 11-25-2013 Table 1 – Organization Information Surety Name of Surety Surety is a corporation organized and existing under the laws of the state of Is surety authorized to provide surety bonds in the State of Texas? ☐ Yes ☐ No Is surety listed in “Companies Holding Certificates of Authority as Acceptable Sureties on Federal Bonds and as Acceptable Reinsuring Companies” as published in Circular 570 (amended) by the Financial Management Service, Surety Bond Branch, U.S. Department of the Treasury? ☐ Yes ☐ No Mailing Address (principal place of business) Physical Address(principal place of business) Telephone (Main) Telephone (for Notice of Claim) Local Agent for Surety Address for Local Agent Telephone for Local Agent Insurance Name of Insurance Provider Provider is a corporation organized and existing under the laws of the state of Is Provider licensed or authorized to issue insurance policies in the State of Texas? ☐ Yes ☐ No Does Provider have an A.M. Best Rating of A-VIII or Better? ☐ Yes ☐ No Mailing Address (principal place of business) Physical Address(principal place of business) Telephone (Main) Telephone (for Notice of Claim) Local Agent for Provider Address for Local Agent Telephone for Local Agent Financial Summary Information Date of Bidder's most current financial statement Date of Bidder's most current audited financial statement Financial indicators from the most current financial statement: Bidder's Current Ratio (Current Assets / Current Liabilities) Bidder's Quick Ratio ((Cash and Cash Equivalents + Accounts Receivable + Short Term Investments) / Current Liabilities)) Statement of Experience 00 45 16 - 6 Packery Pointe Park Road 22 at Aquarius Street Signal and Turn Lanes Improvement Plan Re-bid – Project No. E15155 11-25-2013 Table 1 – Organization Information Organization doing business as: Previous History with Owner List projects that have been completed with the Owner over the last 5 years. If more than 5 projects, list only the most recent. Project Name Year 1 2 3 4 5 Construction Site Safety Experience Provide Bidders Experience Modification Ratio (EMR) History for the last 3 years. Provide documentation of the EMR. Year EMR Year EMR Year EMR Previous Bidding and Construction Experience Has Bidder or a predecessor organization ever been disqualification as a bidder within the last 5 years? List Projects below and provide full details in a separate attachment if yes. Has Bidder or a predecessor organization been released from a bid or proposal in the past five years? List Projects below and provide full details in a separate attachment if yes. Has Bidder or a predecessor organization ever defaulted on a project or failed to complete any work awarded to it? List Projects below and provide full details in a separate attachment if yes. Has Bidder or a predecessor organization been involved in claims or litigation involving project owners within the last 5 years? List Projects below and provide full details in a separate attachment if yes. Have liens or claims for outstanding unpaid invoices been filed against the Bidder for services or materials on any projects begun within the preceding 2 years. Specify the name and address of the party holding the lien or making the claim, the amount and basis for the lien or claim, and an explanation of why the lien has not been released or that the claim has not been paid if yes. Statement of Experience 00 45 16 - 7 Packery Pointe Park Road 22 at Aquarius Street Signal and Turn Lanes Improvement Plan Re-bid – Project No. E15155 11-25-2013 Table 2 – Project Information Organization doing business as: Proposed Project Organization Provide a brief description of the organizational structure proposed for this project indicating the names and functional roles of proposed key personnel and alternates. Division of work between Bidder and Proposed Subcontractor and Suppliers Provide a list of Work to be self -performed by the Bidder and the Work contracted to Subcontractors and Suppliers for more than 10 percent of the Work (based on estimated subcontract or purchase order amounts and the Contract Price). Description of Work Name of Entity Performing the Work Estimated Percentage of Contract Price Subcontractor Construction Site Safety Experience Provide Experience Modification Ratio (EMR) History for the last 3 years for Subcontractors that will provide Work valued at 25% or more of the Contract Price. Provide documentation of the EMR. Subcontractor Year EMR Year EMR Year EMR Subcontractor Year EMR Year EMR Year EMR Statement of Experience 00 45 16 - 8 Packery Pointe Park Road 22 at Aquarius Street Signal and Turn Lanes Improvement Plan Re-bid – Project No. E15155 11-25-2013 Table 3 – Proposed Project Manager Organization doing business as: Primary Candidate Name of individual Years of experience as Project Manager Years of experience with this organization Number of similar projects as Project Manager Number of similar projects in other positions Current Project Assignments Name of Assignment Percent of Time Used for this Project Estimated Project Completion Date Reference Contact Information Name Name Title/Position Title/Position Organization Organization Telephone Telephone Email Email Project Project Role on project Role on project Alternate Candidate Name of individual Years of experience as Project Manager Years of experience with this organization Number of similar projects as Project Manager Number of similar projects in other positions Current Project Assignments Name of Assignment Percent of Time Used for this Project Estimated Project Completion Date Reference Contact Information Name Name Title/Position Title/Position Organization Organization Telephone Telephone Email Email Project Project Role on project Role on project Statement of Experience 00 45 16 - 9 Packery Pointe Park Road 22 at Aquarius Street Signal and Turn Lanes Improvement Plan Re-bid – Project No. E15155 11-25-2013 Table 4 – Proposed Project Superintendents Organization doing business as: Primary Candidate Name of individual Years of experience as Project Superintendent Years of experience with this organization Number of similar projects as Superintendent Number of similar projects in other positions Current Project Assignments Name of Assignment Percent of Time Used for this Project Estimated Project Completion Date Reference Contact Information Name Name Title/Position Title/Position Organization Organization Telephone Telephone Email Email Project Project Role on project Role on project Alternate Candidate Name of individual Years of experience as Project Superintendent Years of experience with this organization Number of similar projects as Superintendent Number of similar projects in other positions Current Project Assignments Name of Assignment Percent of Time Used for this Project Estimated Project Completion Date Reference Contact Information Name Name Title/Position Title/Position Organization Organization Telephone Telephone Email Email Project Project Role on project Role on project Statement of Experience 00 45 16 - 10 Packery Pointe Park Road 22 at Aquarius Street Signal and Turn Lanes Improvement Plan Re-bid – Project No. E15155 11-25-2013 Table 5 – Proposed Project Safety Managers Organization doing business as: Primary Candidate Name of individual Years of experience as Project Safety Manager Years of experience with this organization Number of similar projects as Safety Manager Number of similar projects in other positions Current Project Assignments Name of Assignment Percent of Time Used for this Project Estimated Project Completion Date Reference Contact Information Name Name Title/Position Title/Position Organization Organization Telephone Telephone Email Email Project Project Role on project Role on project Alternate Candidate Name of individual Years of experience as Project Safety Manager Years of experience with this organization Number of similar projects as Safety Manager Number of similar projects in other positions Current Project Assignments Name of Assignment Percent of Time Used for this Project Estimated Project Completion Date Reference Contact Information Name Name Title/Position Title/Position Organization Organization Telephone Telephone Email Email Project Project Role on project Role on project Statement of Experience 00 45 16 - 11 Packery Pointe Park Road 22 at Aquarius Street Signal and Turn Lanes Improvement Plan Re-bid – Project No. E15155 11-25-2013 Table 6 – Proposed Project Quality Control Managers Organization doing business as: Primary Candidate Name of individual Years of experience as Quality Control Manager Years of experience with this organization Number of similar projects as Quality Manager Number of similar projects in other positions Current Project Assignments Name of Assignment Percent of Time Used for this Project Estimated Project Completion Date Reference Contact Information Name Name Title/Position Title/Position Organization Organization Telephone Telephone Email Email Project Project Role on project Role on project Alternate Candidate Name of individual Years of experience as Quality Control Manager Years of experience with this organization Number of similar projects as Quality Manager Number of similar projects in other positions Current Project Assignments Name of Assignment Percent of Time Used for this Project Estimated Project Completion Date Reference Contact Information Name Name Title/Position Title/Position Organization Organization Telephone Telephone Email Email Project Project Role on project Role on project St a t e m e n t o f E x p e r i e n c e 00 45 16 - 12 Pa c k e r y P o i n t e P a r k R o a d 2 2 a t A q u a r i u s S t r e e t S i g n a l a n d T u r n L a n e s I m p r o v e m e n t P l a n R e - b i d – P r o j e c t N o. E 1 5 1 5 5 11 - 2 5 - 2 0 1 3 Ta b l e 7 – C u r r e n t P r o j e c t s a n d P r o j e c t s C o m p l e t e d w it h i n t h e L a s t 5 Y e a r s Pr o j e c t O w n e r Pr o j e c t N a m e Ge n e r a l D e s c r i p t i o n o f P r o j e c t Pr o j e c t B u d g e t a n d S c h e d u l e P e r f o r m a n c e Bu d g e t H i s t o r y Sc h e d u l e P e r f o r m a n c e A m o u n t % o f B i d D a t e D a y s Bi d N o t i c e t o P r o c e e d Ch a n g e O r d e r s C o n t r a c t S u b s t a n t i a l C o m p l e t i o n D a t e a t N o t i c e t o P r o c e e d Ow n e r E n h a n c e m e n t s C o n t r a c t F i n a l C o m p l e t i o n D a t e a t N o t i c e t o P r o c e e d Un f o r e s e e n C o n d i t i o n s C h a n g e O r d e r A u t h o r i z e d S u b st a n t i a l C o m p l e t i o n D a t e De s i g n I s s u e s C h a n g e O r d e r A u t h o r i z e d F i n a l C o m p l et i o n D a t e To t a l A c t u a l / E s t i m a t e d S u b s t a n t i a l C o m p l e t i o n D at e Fi n a l C o s t A c t u a l / E s t i m a t e d F i n a l C o m p l e t i o n D a te Ke y P r o j e c t P e r s o n n e l Pr o j e c t M a n a g e r Pr o j e c t Su p e r i n t e n d e n t Sa f e t y M a n a g e r Quality Control Manager Na m e Pe r c e n t a g e o f t i m e d e v o t e d t o t h e P r o j e c t Pr o p o s e d f o r t h i s P r o j e c t Di d I n d i v i d u a l s t a r t a n d c o m p l e t e t h e p r o j e c t ? If n o t , w h o s t a r t e d o r c o m p l e t e d t h e P r o j e c t i n t h e ir p l a c e ? Re a s o n f o r c h a n g e Re f e r e n c e C o n t a c t I n f o r m a t i o n N a m e T i t l e / P o s i t i o n O r g a n i z a t i o n T e l e p h o n e E m a i l Ow n e r De s i g n e r Co n s t r u c t i o n M a n a g e r Su r e t y Is s u e s / d i s p u t e s r e s o l v e d o r p e n d i n g r e s o l u t i o n b y a r b i t r a t i o n , l i t i g a t i o n , o r d i s p u t e r e v i e w b o a r d s Nu m b e r o f i s s u e s re s o l v e d To t a l a m o u n t i n v o l v e d i n re s o l v e d i s s u e s Nu m b e r o f i s s u e s pe n d i n g To t a l a m o u n t i n v o l v e d i n re s o l v e d I s s u e s St a t e m e n t o f E x p e r i e n c e 00 45 16 - 13 Pa c k e r y P o i n t e P a r k R o a d 2 2 a t A q u a r i u s S t r e e t S i g n a l a n d T u r n L a n e s I m p r o v e m e n t P l a n R e - b i d – P r o j e c t N o. E 1 5 1 5 5 11 - 2 5 - 2 0 1 3 Ta b l e 8 – D e m o n s t r a t i o n o f B u d g e t P e r f o r m a n c e Or g a n i z a t i o n d o i n g b u s i n e s s a s Pr o v i d e i n f o r m a t i o n o n a l l p r o j e c t s c o m p l e t e d b y t h e B i d d e r w i t h i n t h e l a s t 5 y e a r s . Ow n e r N a m e P r o j e c t D e s c r i p t i o n Or i g i n a l Co n t r a c t P r i c e Ow n e r En h a n c e m e n t s Un f o r e s e e n Co n d i t i o n s De s i g n I s s u e s T o t a l C h a n g e s Percent Changes St a t e m e n t o f E x p e r i e n c e 00 45 16 - 14 Pa c k e r y P o i n t e P a r k R o a d 2 2 a t A q u a r i u s S t r e e t S i g n a l a n d T u r n L a n e s I m p r o v e m e n t P l a n R e - b i d – P r o j e c t N o. E 1 5 1 5 5 11 - 2 5 - 2 0 1 3 Ta b l e 9 – D e m o n s t r a t i o n o f O n - T i m e P e r f o r m a n c e Or g a n i z a t i o n d o i n g b u s i n e s s a s Pr o v i d e i n f o r m a t i o n o n a l l p r o j e c t s c o m p l e t e d b y t h e B i d d e r w i t h i n t h e l a s t 5 y e a r s . Ow n e r N a m e P r o j e c t D e s c r i p t i o n Or i g i n a l Co n t r a c t D a t e fo r Su b s t a n t i a l Co m p l e t i o n Or i g i n a l Co n t r a c t D a t e fo r F i n a l Co m p l e t i o n Am e n d e d Co n t r a c t D a t e fo r Su b s t a n t i a l Co m p l e t i o n Am e n d e d Co n t r a c t D a t e fo r F i n a l Co m p l e t i o n Actual Contract Date for Substantial Completion Actual Contract Date for Final Completion Statement of Experience 00 45 16 - 15 Packery Pointe Park Road 22 at Aquarius Street Signal and Turn Lanes Improvement Plan Re-bid – Project No. E15155 11-25-2013 Table 10 – Demonstrated Minority, MBE, DBE Particip ation Organization doing business as Project Subcontractors and Suppliers Provide a list of anticipated Minority, MBE, DBE Subcontractors or Suppliers contracts that will be used to demonstrate compliance with the Owner's Minority / MBE / DBE Participation Policy Name Work to be Provided Estimated % of Contract Price Minority, MBE, or DBE Firm Statement of Experience 00 45 16 - 16 Packery Pointe Park Road 22 at Aquarius Street Signal and Turn Lanes Improvement Plan Re-bid – Project No. E15155 11-25-2013 ARTICLE 4 – CERTIFICATION 4.01 By submitting this Statement of Experience and related information; Bidder certifies that it has read this Statement of Experience and that Bidder’s responses are true and correct and contain no material misrepresentations; and that the individual signing below is authorized to make this certification on behalf of the Bidder’s organization. The individual signing this certification shall attach evidence of individual’s authority to bind the organization to an agreement. Bidder: (typed or printed) By: (individual’s signature) Name: (typed or printed) Title: (typed or printed) Designated Representative: Name: Title: Address: Telephone No.: Email: END OF SECTION Agreement 00 52 23 - 1 Packery Pointe Park Road 22 at Aquarius Street Signal and Turn Lanes Improvement Plan Re-bid – Project No. E15155 REV 03-23-2015 00 52 23 AGREEMENT This Agreement, for the Project awarded on ___________________, is between the City of Corpus Christi (Owner) and (Contractor). Owner and Contractor agree as follows: ARTICLE 1 – WORK 1.01 Contractor shall complete all Work as specified or indicated in the Contract Documents. The Work is generally described as: PACKERY POINTE PARK ROAD 22 AT AQUARIUS STREET SIGNAL AND TURN LANES IMPROVEMENT PLAN (RE-BID) – Project No. E15155 ARTICLE 2 – DESIGNER AND OWNER’S AUTHORIZED REPRESENTATIVE 2.01 The Project has been designed by: Pape-Dawson Engineers, Inc. Gilmer D. Gaston, P.E. PTOE 2000 NW Loop 410 San Antonio, Texas, 78213 2.02 The Owner’s Authorized Representative for this Project is: TBD ARTICLE 3 – CONTRACT TIMES 3.01 Contract Times A. The Work is required to be substantially completed within 90 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 120 days after the date when the Contract Times commence to run. B. Milestones, and the dates for completion of each, are as defined in SECTION 01 35 00 SPECIAL PROCEDURES. 3.02 Liquidated Damages A. Owner and Contractor recognize that time limits for specified Milestones, Substantial Completion, and completion and readiness for Final Payment as stated in the Contract Documents are of the essence of the Contract. Owner and Contractor recognize that the Agreement 00 52 23 - 2 Packery Pointe Park Road 22 at Aquarius Street Signal and Turn Lanes Improvement Plan Re-bid – Project No. E15155 REV 03-23-2015 Owner will suffer financial loss if the Work is not completed within the times specified in Paragraph 3.01 and as adjusted in accordance with Paragraph 11.05 of the General Conditions. Owner and Contractor also recognize the delays, expense, and difficulties involved in proving in a legal or arbitration proceeding the actual loss suffered by Owner if the Work is not completed on time. Accordingly, instead of requiring any such proof, Owner and Contractor agree that as liquidated damages for delay (but not as a penalty): 1. Substantial Completion: Contractor shall pay Owner $ 500 for each day that expires after the time specified in Paragraph 3.01 for Substantial Completion until the Work is substantially complete. 2. Completion of the Remaining Work: Contractor agree s to pay Owner $ 500 for each day that expires after the time specified in Paragraph 3.01 for completion and readiness for final payment until the Work is completed and ready for final payment in accordance with Paragraph 15.06 of the General Conditions. 3. Liquidated damages for failing to timely attain Substantial Completion and Final Completion are not additive and will not be imposed concurrently. 4. Milestones: Contractor agrees to pay Owner liquidated damages as stipulated in SECTION 01 35 00 SPECIAL PROCEDURES for failure to meet Milestone completions. 5. The Owner will determine whether the Work has been completed within the Contract Times. B. Owner is not required to only assess liquidated damages, and Owner may elect to pursue its actual damages resulting from the failure of Contractor to complete the Work in accordance with the requirements of the Contract Documents. ARTICLE 4 – CONTRACT PRICE 4.01 Owner will pay Contractor for completion of the Work in accordance with the Contract Documents at the unit prices shown in the attached BID FORM. Unit prices have been computed in accordance with Paragraph 13.03 of the General Conditions. Contractor acknowledges that estimated quantities are not guaranteed, and were solely for the purpose of comparing Bids, and final payment for all unit price items will be based on actual quantities, determined as provided in the Contract Documents. Total Base Bid Price $ ARTICLE 5 – PAYMENT PROCEDURES 5.01 Submit Applications for Payment in accordance with Article 15 of the General Conditions. Applications for Payment will be processed by the OAR as provided in the General Conditions. 5.02 Progress Payments; Retainage: A. The Owner will make progress payments on or about the 25th day of each month during performance of the Work. Payment is based on Work completed in accordance with the Schedule of Values established as provided in the General Conditions. Agreement 00 52 23 - 3 Packery Pointe Park Road 22 at Aquarius Street Signal and Turn Lanes Improvement Plan Re-bid – Project No. E15155 REV 03-23-2015 B. Progress payments equal to 95 percent of the total earned value to date for completed Work and properly stored materials will be made prior to Substantial Completion. The balance will be held as retainage. C. Payment will be made for the amount determined per Paragraph 5.02.B, less the total of payments previously made and less set-offs determined in accordance with Paragraph 15.01 of the General Conditions. D. At the Owner’s option, retainage may be required at a higher percentage rate if progress on the Project is considered to be unsatisfactory. If retainage in excess of the amount described above is held prior to Substantial Completion, the Owner will place the additional amount in an interest bearing account. Interest will be paid in accordance with Paragraph 6.01. E. At the Owner’s option, Owner may pay Contractor 100 percent of the Work completed, less amounts withheld in accordance with Paragraph 15.01 of the General Conditions and less 200 percent of OAR’s estimate of the value of Work to be completed or corrected to reach Substantial Completion. Owner may, at its sole discretion, elect to hold retainage in the amounts set forth above for progress payments prior to Substantial Completion if Owner has concerns with the ability of the Contractor to complete the remaining Work in accordance with the Contract Documents or within th e 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; Agreement 00 52 23 - 4 Packery Pointe Park Road 22 at Aquarius Street Signal and Turn Lanes Improvement Plan Re-bid – Project No. E15155 REV 03-23-2015 2. Drawings of physical conditions relating to existing surface or subsurface structures at the Site; 3. Underground Facilities referenced in reports and drawings; 4. Reports and drawings relating to Hazardous Environmental Conditions, if any, at or adjacent to the Site; and 5. Technical Data related to each of these reports and drawings. E. The Contractor has considered the: 1. Information known to Contractor; 2. Information commonly known to contractors doing business in the locality of the Site; 3. Information and observations obtained from visits to the Site; and 4. The Contract Documents. F. The Contractor has considered the items identified in Paragraphs 7.01.D and 7.01.E with respect to the effect of such information, observations, and documents on: 1. The cost, progress, and performance of the Work; 2. The means, methods, techniques, sequences, and procedures of construction to be employed by Contractor; and 3. Contractor’s safety precautions and programs. G. Based on the information and observations referred to in the preceding paragraphs, Contractor agrees that no further examinations, investigations, explorations, tests, studies, or data are necessary for the performance of the Work at the Contract Price, within the Contract Times, and in accordance with the other terms and conditions of the Contract Documents. H. The Contractor is aware of the general nature of Work to be performed by Owner and others at the Site that relates to the Work as indicated in the Contract Documents. I. The Contractor has correlated the information known to the Contractor, information and observations obtained from visits to the Site, reports and drawings identified in the Contract Documents, and all additional examinations, investigations, explorations, tests, studies, and data with the Contract Documents. J. The Contractor has given the OAR written notice of all conflicts, errors, ambiguities, or discrepancies that the Contractor has discovered in the Contract Documents, and the written resolution provided by the OAR is acceptable to the Contractor. K. The Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performance and furnishing of the Work. L. Contractor’s entry into this Contract constitutes an incontrovertible representation by Contractor that without exception all prices in the Agreement are premised upon performing and furnishing the Work required by the Contract Documents. Agreement 00 52 23 - 5 Packery Pointe Park Road 22 at Aquarius Street Signal and Turn Lanes Improvement Plan Re-bid – Project No. E15155 REV 03-23-2015 ARTICLE 8 – ACCOUNTING RECORDS 8.01 Accounting Record Availability: The Contractor shall keep such full and detailed accounts of materials incorporated and labor and equipment utilized for the Work consistent with the requirements of Paragraph 13.01 of the General Conditions and as may be necessary for proper financial management under this Agreement. Subject to prior written notice, the Owner shall be afforded reasonable access during normal business hours to all of the Contractor’s records, books, correspondence, instructions, drawings, receipts, vouchers, memoranda, and similar data relating to the Cost of the Work and the Contractor’s fee. The Contractor shall preserve all such documents for a period of 3 years after the final payment by the Owner. ARTICLE 9 – CONTRACT DOCUMENTS 9.01 Contents: A. The Contract Documents consist of the following: 1. Specifications, forms, and documents listed in SECTION 00 01 00 TABLE OF CONTENTS. 2. Drawings listed in the Sheet Index. 3. Addenda. 4. Exhibits to this Agreement: a. Contractor’s Bid Form. 5. Documentation required by the Contract Documents and submitted by Contractor prior to Notice of Award. B. There are no Contract Documents other than those listed above in this Article. C. The Contract Documents may only be amended, modified, or supplemented as provided in Article 11 of the General Conditions. ARTICLE 10 – CONTRACT DOCUMENT SIGNATURES Four original duplicates of the signed Agreement will be required. The sequence of signatures will be completed in the following order: A. CONTRACTOR – Agreement must be signed by a person authorized to bind the firm or company . If Contractor is a Corporation, agreements must be Attested ; B. ASSISTANT CITY ATTORNEY for the City; C. DIRECTOR OF ENGINEERING SERVICES; D. CITY SECRETARY for the City. Agreement 00 52 23 - 6 Packery Pointe Park Road 22 at Aquarius Street Signal and Turn Lanes Improvement Plan Re-bid – Project No. E15155 REV 03-23-2015 ATTEST CITY OF CORPUS CHRISTI Rebecca Huerta City Secretary Jeffery Edmonds, P.E. Director of Engineering Services (Engineering) APPROVED AS TO LEGAL FORM: Janet L. Kellogg Assistant City Attorney ATTEST (IF CORPORATION) CONTRACTOR (Seal Below) By: Note: Attach copy of authorization to sign if person signing for CONTRACTOR is not President, Vice President, Chief Executive Officer, or Chief Financial Officer Title: Address City State Zip Phone Fax EMail END OF SECTION Performance Bond 00 61 13 - 1 Packery Pointe Park Road 22 at Aquarius Street Signal and Turn Lanes Improvement Plan Re-bid – Project No. E15155 REV 07-03-2014 00 61 13 PERFORMANCE BOND BOND NO.________________________ Contractor as Principal Surety Name: Name: Mailing address (principal place of business) : Mailing address (principal place of business) : Physical address (principal place of business) : Owner Name: City of Corpus Christi, Texas Mailing address (principal place of business) : Engineering Services 1201 Leopard Street Corpus Christi, Texas 78401 Surety is a corporation organized and existing under the laws of the state of: By submitting this Bond, Surety affirms its authority to do business in the State of Texas and its license to execute bonds in the State of Texas. Contract Project name and number: Telephone (main number) : Telephone (for notice of claim) : Local Agent for Surety Name: Award Date of the Contract: Address: Contract Price: Bond Telephone: E-Mail Address: Date of Bond: The address of the surety company to which any notice of claim should be sent may be obtained from the Texas Dept. of Insurance by calling the following toll-free number: 1-800-252-3439 (Date of Bond cannot be earlier than Award Date of the Contract) Said Principal and Surety have signed and sealed this instrument in 4 copies, each one of which shall be deemed an original. Performance Bond 00 61 13 - 2 Packery Pointe Park Road 22 at Aquarius Street Signal and Turn Lanes Improvement Plan Re-bid – Project No. E15155 REV 07-03-2014 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 Principal Surety Signature: Signature: Name: Name: Title: Title: Email Address: Email Address: (Attach Power of Attorney and place surety seal below) END OF SECTION Payment Bond Form 00 61 16 - 1 Packery Pointe Park Road 22 at Aquarius Street Signal and Turn Lanes Improvement Plan Re-bid – Project No. E15155 REV. 07-03-2014 00 61 16 PAYMENT BOND BOND NO._____________________ Contractor as Principal Surety Name: Name: Mailing address (principal place of business) : Mailing address (principal place of business) : Physical address (principal place of business) : Owner Name: City of Corpus Christi, Texas Mailing address (principal place of business) : Engineering Services 1201 Leopard Street Corpus Christi, Texas 78401 Surety is a corporation organized and existing under the laws of the state of: By submitting this Bond, Surety affirms its authority to do business in the State of Texas and its license to execute bonds in the State of Texas. Contract Project name and number : Telephone (main number) : Telephone (for notice of claim) : Local Agent for Surety Name: Award Date of the Contract: Address: Contract Price: Bond Telephone: E-Mail Address: Date of Bond: The address of the surety company to which any notice of claim should be sent may be obtained from the Texas Dept. of Insurance by calling the following toll-free number: 1-800-252-3439 (Date of Bond cannot be earlier than Award Date of Contract) Said Principal and Surety have signed and sealed this instrument in 4 copies, each one of which shall be deemed an original. Payment Bond Form 00 61 16 - 2 Packery Pointe Park Road 22 at Aquarius Street Signal and Turn Lanes Improvement Plan Re-bid – Project No. E15155 REV. 07-03-2014 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 copied at length herein. Venue shall lie exclusively in Nueces County, Texas for any legal action. Contractor as Principal Surety Signature: Signature: Name: Name: Title: Title: Email Address: Email Address: (Attach Power of Attorney and place surety seal below) END OF SECTION 00 72 00 GENERAL CONDITIONS Table of Contents Page Article 1 – Definitions and Terminology ....................................................................................................... 6 1.01 Defined Terms ............................................................................................................................... 6 1.02 Terminology ................................................................................................................................ 11 Article 2 – Preliminary Matters ................................................................................................................... 12 2.01 Delivery of Bonds and Evidence of Insurance ............................................................................. 12 2.02 Copies of Documents .................................................................................................................. 13 2.03 Before Starting Construction ...................................................................................................... 13 2.04 Preconstruction Conference; Designation of Authorized Representatives ................................ 13 Article 3 – Contract Documents: Intent, Requirements, Reuse ................................................................. 13 3.01 Intent ........................................................................................................................................... 13 3.02 Reference Standards ................................................................................................................... 15 3.03 Reporting and Resolving Discrepancies ...................................................................................... 15 3.04 Interpretation of the Contract Documents ................................................................................. 16 3.05 Reuse of Documents ................................................................................................................... 16 Article 4 – Commencement and Progress of the Work .............................................................................. 16 4.01 Commencement of Contract Times; Notice to Proceed ............................................................. 16 4.02 Starting the Work ........................................................................................................................ 16 4.03 Progress Schedule ....................................................................................................................... 17 4.04 Delays in Contractor’s Progress .................................................................................................. 17 Article 5 – Availability of Lands; Subsurface and Physical Conditions; Hazardous Environmental Conditions ................................................................................................................................................... 18 5.01 Availability of Lands .................................................................................................................... 18 5.02 Use of Site and Other Areas ........................................................................................................ 18 5.03 Subsurface and Physical Conditions ............................................................................................ 19 5.04 Differing Subsurface or Physical Conditions ............................................................................... 19 5.05 Underground Facilities ................................................................................................................ 21 5.06 Hazardous Environmental Conditions at Site ............................................................................. 22 Article 6 – Bonds and Insurance ................................................................................................................. 24 6.01 Performance, Payment, and Other Bonds .................................................................................. 24 6.02 Licensed Sureties ........................................................................................................................ 24 General Conditions 00 72 00 - 1 Corpus Christi Standards - Regular Projects 03-23-2015 6.03 Insurance ..................................................................................................................................... 25 Article 7 – Contractor’s Responsibilities ..................................................................................................... 25 7.01 Supervision and Superintendence .............................................................................................. 25 7.02 Labor; Working Hours ................................................................................................................. 25 7.03 Services, Materials, and Equipment ........................................................................................... 26 7.04 Concerning Subcontractors, Suppliers, and Others .................................................................... 26 7.05 Patent Fees and Royalties ........................................................................................................... 27 7.06 Permits ........................................................................................................................................ 28 7.07 Taxes ........................................................................................................................................... 28 7.08 Laws and Regulations .................................................................................................................. 28 7.09 Safety and Protection ................................................................................................................. 29 7.10 Safety Representative ................................................................................................................. 30 7.11 Hazard Communication Programs .............................................................................................. 30 7.12 Emergencies ................................................................................................................................ 30 7.13 Contractor’s General Warranty and Guarantee ......................................................................... 30 7.14 Indemnification ........................................................................................................................... 31 7.15 Delegation of Professional Design Services ................................................................................ 32 Article 8 – Other Work at the Site ............................................................................................................... 33 8.01 Other Work ................................................................................................................................. 33 8.02 Coordination ............................................................................................................................... 34 8.03 Legal Relationships ...................................................................................................................... 34 Article 9 – Owner’s and OPT’s Responsibilities ........................................................................................... 35 9.01 Communications to Contractor .................................................................................................. 35 9.02 Replacement of Owner’s Project Team Members ...................................................................... 35 9.03 Furnish Data ................................................................................................................................ 35 9.04 Pay When Due ............................................................................................................................. 35 9.05 Lands and Easements; Reports and Tests ................................................................................... 35 9.06 Insurance ..................................................................................................................................... 35 9.07 Modifications .............................................................................................................................. 35 9.08 Inspections, Tests, and Approvals ............................................................................................... 35 9.09 Limitations on OPT’s Responsibilities ......................................................................................... 35 9.10 Undisclosed Hazardous Environmental Condition ...................................................................... 36 9.11 Compliance with Safety Program ................................................................................................ 36 General Conditions 00 72 00 - 2 Corpus Christi Standards - Regular Projects 03-23-2015 Article 10 – OAR’s and Designer’s Status During Construction .................................................................. 36 10.01 Owner’s Representative .......................................................................................................... 36 10.02 Visits to Site ............................................................................................................................. 36 10.03 Resident Project Representatives ........................................................................................... 36 10.04 Rejecting Defective Work........................................................................................................ 36 10.05 Shop Drawings, Modifications and Payments......................................................................... 36 10.06 Decisions on Requirements of Contract Documents and Acceptability of Work ................... 37 10.07 Limitations on OAR’s and Designer’s Authority and Responsibilities ..................................... 37 Article 11 – Amending the Contract Documents; Changes in the Work .................................................... 37 11.01 Amending and Supplementing the Contract Documents ....................................................... 37 11.02 Owner-Authorized Changes in the Work ................................................................................ 38 11.03 Unauthorized Changes in the Work ........................................................................................ 38 11.04 Change of Contract Price ........................................................................................................ 39 11.05 Change of Contract Times ....................................................................................................... 40 11.06 Change Proposals .................................................................................................................... 40 11.07 Execution of Change Orders ................................................................................................... 40 11.08 Notice to Surety ...................................................................................................................... 41 Article 12 – Claims ....................................................................................................................................... 42 12.01 Claims ...................................................................................................................................... 42 12.02 Claims Process ......................................................................................................................... 42 Article 13 – Cost of the Work; Allowances; Unit Price Work ...................................................................... 43 13.01 Cost of the Work ..................................................................................................................... 43 13.02 Allowances .............................................................................................................................. 46 13.03 Unit Price Work ....................................................................................................................... 46 13.04 Contingencies .......................................................................................................................... 47 Article 14 – Tests and Inspections; Correction, Removal, or Acceptance of Defective Work .................... 47 14.01 Access to Work ........................................................................................................................ 47 14.02 Tests, Inspections, and Approvals ........................................................................................... 47 14.03 Defective Work ....................................................................................................................... 48 14.04 Acceptance of Defective Work................................................................................................ 49 14.05 Uncovering Work .................................................................................................................... 49 14.06 Owner May Stop the Work ..................................................................................................... 49 14.07 Owner May Correct Defective Work ....................................................................................... 50 General Conditions 00 72 00 - 3 Corpus Christi Standards - Regular Projects 03-23-2015 Article 15 – Payments to Contractor; Set-Offs; Completion; Correction Period ........................................ 50 15.01 Progress Payments .................................................................................................................. 50 15.02 Contractor’s Warranty of Title ................................................................................................ 52 15.03 Substantial Completion ........................................................................................................... 52 15.04 Partial Utilization ..................................................................................................................... 53 15.05 Final Inspection ....................................................................................................................... 53 15.06 Final Payment .......................................................................................................................... 53 15.07 Waiver of Claims ..................................................................................................................... 54 15.08 Correction Period .................................................................................................................... 54 Article 16 – Suspension of Work and Termination ..................................................................................... 55 16.01 Owner May Suspend Work ..................................................................................................... 55 16.02 Owner May Terminate for Cause ............................................................................................ 55 16.03 Owner May Terminate For Convenience ................................................................................ 56 Article 17 – Final Resolution of Disputes .................................................................................................... 57 17.01 Methods and Procedures ........................................................................................................ 57 Article 18 – Miscellaneous .......................................................................................................................... 57 18.01 Computation of Times............................................................................................................. 57 18.02 Owner’s Right to Audit Contractor’s Records ......................................................................... 57 18.03 Independent Contractor ......................................................................................................... 58 18.04 Cumulative Remedies ............................................................................................................. 58 18.05 Limitation of Damages ............................................................................................................ 58 18.06 No Waiver ............................................................................................................................... 58 18.07 Severability .............................................................................................................................. 58 18.08 Survival of Obligations ............................................................................................................ 59 18.09 No Third Party Beneficiaries ................................................................................................... 59 18.10 Assignment of Contract........................................................................................................... 59 18.11 No Waiver of Sovereign Immunity .......................................................................................... 59 18.12 Controlling Law ....................................................................................................................... 59 18.13 Conditions Precedent to Right to Sue ..................................................................................... 59 18.14 Waiver of Trial by Jury............................................................................................................. 59 18.15 Attorney Fees .......................................................................................................................... 59 18.16 Compliance with Laws............................................................................................................. 59 18.17 Enforcement............................................................................................................................ 60 General Conditions 00 72 00 - 4 Corpus Christi Standards - Regular Projects 03-23-2015 18.18 Subject to Appropriation ......................................................................................................... 60 18.19 Contract Sum........................................................................................................................... 60 18.20 Contractor’s Guarantee as Additional Remedy ...................................................................... 60 General Conditions 00 72 00 - 5 Corpus Christi Standards - Regular Projects 03-23-2015 ARTICLE 1 – DEFINITIONS AND TERMINOLOGY 1.01 Defined Terms A. A term with initial capital letters, including the term’s singular and plural forms, has the meaning indicated in this paragraph wherever used in the Bidding Requirements or Contract Documents. In addition to the terms specifically defined, terms with initial capital letters in the Contract Documents may include references to identified articles and paragraphs, and the titles of other documents or forms. 1. Addenda - Documents issued prior to the receipt of Bids which clarify or modify the Bidding Requirements or the proposed Contract Documents. 2. Agreement - The document executed between Owner and Contractor covering the Work. 3. Alternative Dispute Resolution - The process by which a disputed Claim may be settled as an alternative to litigation, if Owner and Contractor cannot reach an agreement between themselves. 4. Application for Payment - The forms used by Contractor to request payments from Owner and the supporting documentation required by the Contract Documents. 5. Award Date – The date the City Council of the City of Corpus Christi (City) authorizes the City Manager or designee to execute the Contract on behalf of the City. 6. Bid - The documents submitted by a Bidder to establish the proposed Contract Price and Contract Times and provide other information and certifications as required by the Bidding Requirements. 7. Bidding Documents - The Bidding Requirements, the proposed Contract Documents, and Addenda. 8. Bidder - An individual or entity that submits a Bid to Owner. 9. Bidding Requirements - The Invitation for Bids, Instructions to Bidders, Bid Security, Bid Form and attachments, and required certifications. 10. Bid Security - The financial security in the form of a bid bond provided by Bidder at the time the Bid is submitted and held by Owner until the Agreement is executed and the evidence of insurance and Bonds required by the Contract Documents are provided. A cashier’s check, certified check, money order or bank draft from any State or National Bank will also be acceptable. 11. Bonds - Performance Bond, Payment Bond, Maintenance Bond, and other Surety instruments executed by Surety. When in singular form, refers to individual instrument. 12. Change Order - A document issued on or after the Effective Date of the Contract and signed by Owner and Contractor which modifies the Work, Contract Price, Contract Times, or terms and conditions of the Contract. General Conditions 00 72 00 - 6 Corpus Christi Standards - Regular Projects 03-23-2015 13. Change Proposal - A document submitted by Contractor in accordance with the requirements of the Contract Documents: a. Requesting an adjustment in Contract Price or Contract Times; b. Contesting an initial decision concerning the requirements of the Contract Documents or the acceptability of Work under the Contract Documents; c. Challenging a set-off against payment due; or d. Seeking a Modification with respect to the terms of the Contract. 14. City Engineer - The Corpus Christi City Engineer and/or his designated representative as identified at the preconstruction conference or in the Notice to Proceed. 15. Claim - A demand or assertion by Owner or Contractor submitted in accordance with the requirements of the Contract Documents. A demand for money or services by an entity other than the Owner or Contractor is not a Claim. 16. Constituent of Concern - Asbestos, petroleum, radioactive materials, polychlorinated biphenyls (PCBs), hazardous wastes, and substances, products, wastes, or other materials that are or become listed, regulated, or addressed pursuant to: a. The Comprehensive Environmental Response, Compensation and Liability Act, 42 U.S.C. §§9601 et seq. (“CERCLA”); b. The Hazardous Materials Transportation Act, 49 U.S.C. §§5501 et seq.; c. The Resource Conservation and Recovery Act, 42 U.S.C. §§6901 et seq. (“RCRA”); d. The Toxic Substances Control Act, 15 U.S.C. §§2601 et seq.; e. The Clean Water Act, 33 U.S.C. §§1251 et seq.; f. The Clean Air Act, 42 U.S.C. §§7401 et seq.; or g. Any other Laws or Regulations regulating, relating to, or imposing liability or standards of conduct concerning hazardous, toxic, or dangerous waste, substance, or material. 17. Contract - The entire integrated set of documents concerning the Work and describing the relationship between the Owner and Contractor. 18. Contract Amendment - A document issued on or after the Effective Date of the Contract and signed by Owner and Contractor which: a. Authorizes new phases of the Work and establishes the Contract Price, Contract Times, or terms and conditions of the Contract for the new phase of Work; or b. Modifies the terms and conditions of the Contract, but does not make changes in the Work. 19. Contract Documents - Those items designated as Contract Documents in the Agreement. 20. Contract Price - The monetary amount stated in the Agreement and as adjusted by Modifications, and increases or decreases in unit price quantities, if any, that Owner has agreed to pay Contractor for completion of the Work in accordance with the Contract Documents. General Conditions 00 72 00 - 7 Corpus Christi Standards - Regular Projects 03-23-2015 21. Contract Times - The number of days or the dates by which Contractor must: a. Achieve specified Milestones; b. Achieve Substantial Completion; and c. Complete the Work. 22. Contractor - The individual or entity with which Owner has contracted for performance of the Work. 23. Contractor’s Team - Contractor and Subcontractors, Suppliers, individuals, or entities directly or indirectly employed or retained by them to perform part of the Work or anyone for whose acts they may be liable. 24. Cost of the Work - The sum of costs incurred for the proper performance of the Work as allowed by Article 13. 25. Defective - When applied to Work, refers to Work that is unsatisfactory, faulty, or deficient in that it: a. Does not conform to the Contract Documents; b. Does not meet the requirements of applicable inspections, reference standards, tests, or approvals referred to in the Contract Documents; or c. Has been damaged or stolen prior to OAR’s recommendation of final payment unless responsibility for the protection of the Work has been assumed by Owner at Substantial Completion in accordance with Paragraphs 15.03 or 15.04. 26. Designer - The individuals or entity named as Designer in the Agreement and the subconsultants, individuals, or entities directly or indirectly employed or retained by Designer to provide design or other technical services to the Owner. Designer has responsibility for engineering or architectural design and technical issues related to the Contract Documents. Designers are Licensed Professional Engineers or Registered Architects qualified to practice their profession in the State of Texas. 27. Drawings - The part of the Contract that graphically shows the scope, extent, and character of the Work. Shop Drawings and other Contractor documents are not Drawings. 28. Effective Date of the Contract - The date indicated in the Agreement on which the City Manager or designee has signed the Contract. 29. Field Order - A document issued by OAR or Designer requiring changes in the Work that do not change the Contract Price or the Contract Times. 30. Hazardous Environmental Condition - The presence of Constituents of Concern at the Site in quantities or circumstances that may present a danger to persons or property exposed to Constituents of Concern. The presence of Constituents of Concern at the Site necessary for the execution of the Work or to be incorporated in the Work is not a Hazardous Environmental Condition provided these Constituents of Concern are controlled and contained pursuant to industry practices, Laws and Regulations, and the requirements of the Contract. General Conditions 00 72 00 - 8 Corpus Christi Standards - Regular Projects 03-23-2015 31. Indemnified Costs - All costs, losses, damages, and legal or other dispute resolution costs resulting from claims or demands against Owner’s Indemnitees. These costs include fees for engineers, architects, attorneys, and other professionals. 32. Laws and Regulations; Laws or Regulations - Applicable laws, statutes, rules, regulations, ordinances, codes, and orders of governmental bodies, agencies, authorities, and courts having jurisdiction over the Project. 33. Liens - Charges, security interests, or encumbrances upon Contract related funds, real property, or personal property. 34. Milestone - A principal event in the performance of the Work that Contractor is required by Contract to complete by a specified date or within a specified period of time. 35. Modification - Change made to the Contract Documents by one of the following methods: a. Contract Amendment; b. Change Order; c. Field Order; or d. Work Change Directive. 36. Notice of Award - The notice of Owner’s intent to enter into a contract with the Selected Bidder. 37. Notice to Proceed - A notice to Contractor of the Contract Times and the date Work is to begin. 38. Owner - The City of Corpus Christi (City), a Texas home-rule municipal corporation and political subdivision organized under the laws of the State of Texas, acting by and through its duly authorized City Manager and his designee, the City Engineer (the Director of Engineering Services), and the City’s officers, employees, agents, or representatives, authorized to administer design and construction of the Project. 39. Owner’s Authorized Representative or OAR - The individual or entity named as OAR in the Agreement and the consultants, subconsultants, individuals, or entities directly or indirectly employed or retained by them to provide construction management services to the Owner. The OAR may be an employee of the Owner. 40. Owner’s Indemnitees - Each member of the OPT and their officers, directors, members, partners, employees, agents, consultants, and subcontractors. 41. Owner’s Project Team or OPT - The Owner, Owner’s Authorized Representative, Resident Project Representative, Designer, and the consultants, subconsultants, individuals, or entities directly or indirectly employed or retained by them to provide services to the Owner. 42. Partial Occupancy or Use - Use by Owner of a substantially completed part of the Work for the purpose for which it is intended (or a related purpose) prior to Substantial Completion of all the Work. General Conditions 00 72 00 - 9 Corpus Christi Standards - Regular Projects 03-23-2015 43. Progress Schedule - A schedule prepared and maintained by Contractor, describing the sequence and duration of the activities comprising the Contractor’s plan to accomplish the Work within the Contract Times. 44. Project - The total undertaking to be accomplished for Owner under the Contract Documents. 45. Resident Project Representative or RPR - The authorized representative of OPT assigned to assist OAR at the Site. As used herein, the term Resident Project Representative includes assistants and field staff of the OAR. 46. Samples - Physical examples of materials, equipment, or workmanship representing some portion of the Work that are used to establish the standards for that portion of the Work. 47. Schedule of Documents - A schedule of required documents, prepared, and maintained by Contractor. 48. Schedule of Values - A schedule, prepared and maintained by Contractor, allocating portions of the Contract Price to various portions of the Work and used as the basis for Contractor’s Applications for Payment. 49. Selected Bidder - The Bidder to which Owner intends to award the Contract. 50. Shop Drawings - All drawings, diagrams, illustrations, schedules, and other data or information that are specifically prepared or assembled and submitted by Contractor to illustrate some portion of the Work. Shop Drawings, whether approved or not, are not Drawings and are not Contract Documents. 51. Site - Lands or areas indicated in the Contract Documents as being furnished by Owner upon which the Work is to be performed. The Site includes rights-of-way, easements, and other lands furnished by Owner which are designated for use by the Contractor. 52. Specifications - The part of the Contract that describes the requirements for materials, equipment, systems, standards, and workmanship as applied to the Work, and certain administrative requirements and procedural matters applicable to the Work. 53. Subcontractor - An individual or entity having a direct contract with Contractor or with other Subcontractors or Suppliers for the performance of a part of the Work. 54. Substantial Completion - The point where the Work or a specified part of the Work is sufficiently complete to be used for its intended purpose in accordance with the Contract Documents. 55. Supplementary Conditions - The part of the Contract that amends or supplements the General Conditions. 56. Supplier - A manufacturer, fabricator, supplier, distributor, materialman, or vendor having a direct contract with Contractor or with Subcontractors or other Suppliers to furnish materials or equipment to be incorporated in the Work. 57. Technical Data - Those items expressly identified as Technical Data in the Supplementary Conditions with respect to either: a. Subsurface conditions at the Site; General Conditions 00 72 00 - 10 Corpus Christi Standards - Regular Projects 03-23-2015 b. Physical conditions relating to existing surface or subsurface structures at the Site, except Underground Facilities; or c. Hazardous Environmental Conditions at the Site. 58. Underground Facilities - All underground pipelines, conduits, ducts, cables, wires, manholes, vaults, tanks, tunnels, other similar facilities or appurtenances, and encasements containing these facilities which are used to convey electricity, gases, steam, liquid petroleum products, telephone or other communications, fiber optic transmissions, cable television, water, wastewater, storm water, other liquids or chemicals, or traffic or other control systems. 59. Unit Price Work - Work to be paid for on the basis of unit prices. 60. Work - The construction of the Project or its component parts as required by the Contract Documents. 61. Work Change Directive - A directive issued to Contractor on or after the Effective Date of the Contract ordering an addition, deletion, or revision in the Work. The Work Change Directive serves as a memorandum of understanding regarding the directive until a Change Order can be issued. 1.02 Terminology A. The words and terms discussed in this Paragraph 1.02 are not defined, but when used in the Bidding Requirements or Contract Documents, have the indicated meaning. B. It is understood that the cost for performing Work is included in the Contract Price and no additional compensation is to be paid by Owner unless specifically stated otherwise in the Contract Documents. Expressions including or similar to “at no additional cost to Owner,” “at Contractor’s expense,” or similar words mean that the Contractor is to perform or provide specified operation of Work without an increase in the Contract Price. C. The terms “day” or “calendar day” mean a calendar day of 24 hours measured from midnight to the next midnight. D. The meaning and intent of certain terms or adjectives are described as follows: 1. The terms “as allowed,” “as approved,” “as ordered,” “as directed,” or similar terms in the Contract Documents indicate an exercise of professional judgment by the OPT. 2. Adjectives including or similar to “reasonable,” “suitable,” “acceptable,” “proper,” “satisfactory,” or similar adjectives are used to describe a determination of OPT regarding the Work. 3. Any exercise of professional judgment by the OPT will be made solely to evaluate the Work for general compliance with the Contract Documents unless there is a specific statement in the Contract Documents indicating otherwise. 4. The use of these or similar terms or adjectives does not assign a duty or give OPT authority to supervise or direct the performance of the Work, or assign a duty or give authority to the OPT to undertake responsibilities contrary to the provisions of Articles 9 or 10 or other provisions of the Contract Documents. General Conditions 00 72 00 - 11 Corpus Christi Standards - Regular Projects 03-23-2015 E. The use of the words “furnish,” “install,” “perform,” and “provide” have the following meanings when used in connection with services, materials, or equipment: 1. Furnish means to supply and deliver the specified services, materials, or equipment to the Site or other specified location ready for use or installation. 2. Install means to complete construction or assembly of the specified services, materials, or equipment so they are ready for their intended use. 3. Perform or provide means to furnish and install specified services, materials, or equipment, complete and ready for their intended use. 4. Perform or provide the specified services, materials, or equipment complete and ready for intended use if the Contract Documents require specific services, materials, or equipment, but do not expressly use the words “furnish,” “install,” “perform,” or “provide.” F. Contract Documents are written in modified brief style: 1. Requirements apply to all Work of the same kind, class, and type even though the word “all” is not stated. 2. Simple imperative sentence structure is used which places a verb as the first word in the sentence. It is understood that the words “furnish,” “install,” “perform,” “provide,” or similar words include the meaning of the phrase “The Contractor shall...” before these words. 3. Unless specifically stated that action is to be taken by the OPT or others, it is understood that the action described is a requirement of the Contractor. G. Words or phrases that have a well-known technical or construction industry or trade meaning are used in the Contract Documents in accordance with this recognized meaning unless stated otherwise in the Contract Documents. H. Written documents are required where reference is made to notices, reports, approvals, consents, documents, statements, instructions, opinions or other types of communications required by the Contract Documents. Approval and consent documents must be received by Contractor prior to the action or decision for which approval or consent is given. These may be made in printed or electronic format through the OPT’s project management information system or other electronic media as required by the Contract Documents or approved by the OAR. I. Giving notice as required by the Contract Documents may be by printed or electronic media using a method that requires acknowledgment of the receipt of that notice. ARTICLE 2 – PRELIMINARY MATTERS 2.01 Delivery of Bonds and Evidence of Insurance A. Provide required Bonds with the executed Agreement. B. Provide evidence of insurance required by the Contract Documents with the executed Agreement. General Conditions 00 72 00 - 12 Corpus Christi Standards - Regular Projects 03-23-2015 2.02 Copies of Documents A. OPT is to furnish one fully executed Agreement and one copy of the executed Contract Documents in electronic portable document format (PDF). This document is the Project Record Copy of the Contract Documents. 2.03 Before Starting Construction A. Provide the following preliminary documents in accordance with the Contract Documents within 10 days after the Effective Date of the Contract: 1. Progress Schedule; 2. Schedule of Documents; and 3. Schedule of Values and projected cash flow information. 2.04 Preconstruction Conference; Designation of Authorized Representatives A. Attend the preconstruction conference as required by the Contract Documents. B. Designate the specific individuals authorized to act as representatives of the Contractor. These individuals must have the authority to transmit and receive information, render decisions relative to the Contract, and otherwise act on behalf of the Contractor. C. Owner is to designate the specific individuals authorized to act as representatives of the Owner and the limits of their authority with regard to acting on behalf of the Owner. ARTICLE 3 – CONTRACT DOCUMENTS: INTENT, REQUIREMENTS, REUSE 3.01 Intent A. Requirements of components of the Contract Documents are as binding as if required by all Contract Documents. It is the intent of the Contract Documents to describe a functionally complete Project. The Contract Documents do not indicate or describe all of the Work required to complete the Project. Additional details required for the correct installation of selected products are to be provided by the Contractor and coordinated with the OPT. 1. The Contract requirements described in the General Conditions, Supplementary Conditions, and General Requirements (Division 01 Sections of the Specifications) apply to Work regardless of where it is described in the Contract Documents, unless specifically noted otherwise. 2. In offering a Bid for this Project and in entering into this Contract, Contractor represents: a. Contractor has studied the Contract Documents, the Work, the Site, local conditions, Laws and Regulations, and other conditions that may affect the Work; b. Contractor has studied the Technical Data and other information referred to in the Contract Documents and has or will make additional surveys and investigations as deemed necessary for the performance of the Work; c. Contractor has correlated these studies and observations with the requirements of the Contract Documents; and General Conditions 00 72 00 - 13 Corpus Christi Standards - Regular Projects 03-23-2015 d. Contractor has taken all of this information into consideration in developing the Contract Price offered and that the Contract Price offered provides full compensation for providing the Work in accordance with the Contract Documents. 3. Organization of the Contract Documents is not intended to control or lessen the responsibility of the Contractor when dividing Work among Subcontractors or Suppliers, or to establish the extent of Work to be performed by trades, Subcontractors, or Suppliers. Specifications or details do not need to be indicated or specified in each Specification or Drawing. Items shown in the Contract Documents are applicable regardless of their location in the Contract Documents. 4. Standard paragraph titles and other identifications of subject matter in the Specifications are intended to aid in locating and recognizing various requirements of the Specifications. Titles do not define, limit, or otherwise restrict Specification text. 5. Provide the labor, documentation, services, materials, or equipment that may be inferred from the Contract Documents or from prevailing custom or trade usage as being required to produce the indicated result, whether specifically called for in the Contract Documents or not. Include these related costs in the offered Contract Price. B. Provide equipment that is functionally complete as described in the Contract Documents. The Drawings and Specifications do not indicate or describe all of the Work required to complete the installation of products purchased by the Owner or Contractor. Additional details required for the correct installation of selected products are to be provided by the Contractor and coordinated with the Designer through the OAR. C. Comply with the most stringent requirements where compliance with two or more standards is specified and they establish different or conflicting requirements for the Work, unless the Contract Documents indicate otherwise. D. Provide materials and equipment comparable in quality to similar materials and equipment incorporated in the Project or as required to meet the minimum requirements of the application if the materials and equipment are shown in the Drawings but are not included in the Specifications. E. The Project Record Copy of the Contract Documents governs if there is a discrepancy between the Project Record Copy of the Contract Documents and subsequent electronic or digital versions of the Contract Documents, including printed copies derived from these electronic or digital versions. F. The Contract supersedes all prior written or oral negotiations, representations, and agreements. The Contract Documents comprise the entire Agreement between Owner and Contractor. The Contract Documents may be modified only by a Modification. G. Request clarification from OAR for a decision before proceeding if Contractor is not clear on the meaning of the Contract Documents. OAR is to issue clarifications and interpretations of the Contract Documents in accordance with the Contract Documents. General Conditions 00 72 00 - 14 Corpus Christi Standards - Regular Projects 03-23-2015 3.02 Reference Standards A. Standard Specifications, Codes, Laws and Regulations: 1. Reference in the Contract Documents to standard specifications, manuals, reference standards, or codes of technical societies, organizations, or associations, or to Laws or Regulations, whether specific or implied, are those in effect at the time Contractor’s Bid is submitted or when Contractor negotiates the Contract Price unless specifically stated otherwise in the Contract Documents. 2. No provision of referenced standard specifications, manuals, reference standards, codes, or instructions of a Supplier changes the duties or responsibilities of OPT or Contractor from those described in the Contract Documents or assigns a duty to or gives authority to the OPT to supervise or direct the performance of the Work or undertake responsibilities inconsistent with the Contract Documents. 3. The provisions of the Contract Documents take precedence over standard specifications, manuals, reference standards, codes, or instructions of a Supplier unless specifically stated otherwise in the Contract Documents. B. Comply with applicable construction industry standards, whether referenced or not. 1. Standards referenced in the Contract Documents govern over standards not referenced but recognized as applicable in the construction industry. 2. Comply with the requirements of the Contract Documents if they produce a higher quality of Work than the applicable construction industry standards. 3. Designer determines whether a code or standard is applicable, which of several are applicable, or if the Contract Documents produce a higher quality of Work. C. Make copies of reference standards available if requested by OAR. 3.03 Reporting and Resolving Discrepancies A. Reporting Discrepancies: 1. Carefully study the Drawings and verify pertinent figures and dimensions with respect to actual field measurements before undertaking the Work. Immediately report conflicts, errors, ambiguities, or discrepancies that Contractor discovers or has actual knowledge of to the OAR. Do not proceed with affected Work until the conflict, error, ambiguity, or discrepancy is resolved by a clarification or interpretation from the OAR or by a Modification to the Contract Documents issued pursuant to Paragraph 11.01. 2. Immediately notify the OAR of conflicts, errors, ambiguities, or discrepancies in the Contract Documents or discrepancies between the Contract Documents and: a. Applicable Laws or Regulations; b. Actual field conditions; c. Standard specifications, manuals, reference standards, or codes; or d. Instructions of Suppliers. 3. Do not proceed with affected Work until the conflict, error, ambiguity, or discrepancy is resolved by a clarification or interpretation from the OAR or by a Modification to the General Conditions 00 72 00 - 15 Corpus Christi Standards - Regular Projects 03-23-2015 Contract Documents issued pursuant to Paragraph 11.01, except in an emergency as required by Paragraph 7.12. 4. Contractor is liable to the OPT for failure to report conflicts, errors, ambiguities, or discrepancies in the Contract Documents of which Contractor has actual knowledge. 5. Contractor is deemed to have included the most expensive item, system, procedure, etc. in the Contract Price if a conflict, error, ambiguity, or discrepancy in components of the Contract Documents was known, but not reported prior to submitting the Bid or when Contractor negotiates the Contract Price. 3.04 Interpretation of the Contract Documents A. Submit questions concerning the non-technical or contractual / administrative requirements of the Contract Documents to the OAR immediately after those questions arise. OAR is to provide an interpretation of the Contract Documents regarding these questions and will coordinate the response of the OPT to Contractor. B. Submit questions regarding the design of the Project described in the Contract Documents to the OAR immediately after those questions arise. OAR is to request an interpretation of the Contract Documents from the Designer. Designer is to respond to these questions by providing an interpretation of the Contract Documents. OAR will coordinate the response of the OPT to Contractor. C. OPT may initiate a Modification to the Contract Documents through the OAR if a response to the question indicates that a change in the Contract Documents is required. Contractor may appeal Designer’s or OAR’s interpretation by submitting a Change Proposal. 3.05 Reuse of Documents A. Contractor’s Team has no rights to the Contract Documents and may not use the Contract Documents, or copies or electronic media editions of the Contract Documents, other than for the construction of this Project. This provision survives final payment or termination of the Contract. B. Contractor is allowed to retain a copy of the Contract Documents for record purposes, unless specifically prohibited by the Owner for security reasons. Surrender paper and digital copies of the Contract Documents and other related documents and remove these documents from computer equipment or storage devices as a condition of final payment if the Owner so directs. ARTICLE 4 – COMMENCEMENT AND PROGRESS OF THE WORK 4.01 Commencement of Contract Times; Notice to Proceed A. The Contract Times commence to run on the date indicated in the Notice to Proceed. 4.02 Starting the Work A. Begin performing the Work on the date indicated in the Notice to Proceed. Do not begin Work prior to having the insurance required in Article 6 in force or before the date indicated in the Notice to Proceed. General Conditions 00 72 00 - 16 Corpus Christi Standards - Regular Projects 03-23-2015 4.03 Progress Schedule A. Construct the Work in accordance with the Progress Schedule established in accordance with the Contract Documents. 1. Adjust the Progress Schedule as required to accurately reflect actual progress on the Work. 2. Submit proposed adjustments in the Progress Schedule that change the Contract Times in accordance with the requirements of Article 11. B. Continue performing Work and adhere to the Progress Schedule during disputes or disagreements with Owner. Do not delay or postpone Work pending resolution of disputes or disagreements, or during an appeal process, except as permitted by Paragraph 16.04, or as Owner and Contractor may otherwise agree. 4.04 Delays in Contractor’s Progress A. Contractor is entitled to an equitable adjustment in the Contract Times if OPT directly delays, disrupts, or interferes with the performance or progress of the Work. The Contractor agrees to make no Claim for damages for delay in the performance of the Contract occasioned by an act or omission to act of the OPT and agrees that the extension of time provides an equitable adjustment. B. Contractor is not entitled to an adjustment in Contract Price or Contract Times for delays, disruptions, or interference caused by or within the control of Contractor’s Team. C. No time extensions are allowed for weather conditions, other than those listed in Paragraph 4.04.D.1, for Projects using calendar days or a fixed date to establish the Contract Time. Contractor is to include the cost associated with weather related delays in the Contract Price and assumes the risks associated with delays related to weather conditions. D. Contractor is entitled to an equitable adjustment in the Contract Times if Contractor’s performance or progress is delayed, disrupted, or interfered with by unanticipated causes not the fault of and beyond the control of OPT or Contractor. These unanticipated causes may include: 1. Severe and unavoidable natural catastrophes e.g. fires, floods, hurricanes, epidemics, and earthquakes; 2. Acts or failures to act of utility owners other than those performing other work at or adjacent to the Site by arrangement with the Owner, as contemplated in Article 8; and 3. Acts of war or terrorism. 4. Rain days in excess of the number of days allocated for rain as described in the Supplementary Conditions. E. Delays, disruption, and interference to the performance or progress of the Work resulting from the following are governed by Article 5: 1. The existence of a differing subsurface or physical condition; 2. An Underground Facility not shown or not indicated with reasonable accuracy by the Contract Documents; and General Conditions 00 72 00 - 17 Corpus Christi Standards - Regular Projects 03-23-2015 3. Hazardous Environmental Conditions. These adjustments in Contract Times are the Contractor’s sole and exclusive remedy for the delays, disruption, and interference described in this paragraph. F. Article 8 governs delays, disruption, and interference to the performance or progress of the Work resulting from the performance of certain other work at or adjacent to the Site. G. Notify the OAR immediately of a potential delaying, disrupting, or interfering event. Submit a Change Proposal seeking an adjustment in Contract Price or Contract Times within 30 days of the commencement of the delaying, disrupting, or interfering event. H. Contractor is only entitled to an adjustment of the Contract Times for specific delays, disruptions, and interference to the performance or progress of the Work that can be demonstrated to directly impact the ability of the Contractor to complete the Work within the Contract Times. No adjustments in Contract Times are allowed for delays on components of the Work which were or could have been completed without impacting the Contract Times. I. Contractor is not entitled to an adjustment in Contract Price or Contract Times for delay, disruption, or interference caused by or within the control of the Owner if this delay is concurrent with a delay, disruption, or interference attributable to or within the control of the Contractor’s Team. ARTICLE 5 – AVAILABILITY OF LANDS; SUBSURFACE AND PHYSICAL CONDITIONS; HAZARDOUS ENVIRONMENTAL CONDITIONS 5.01 Availability of Lands A. Owner is to furnish the Site and inform the Contractor of encumbrances or restrictions known to Owner related to use of the Site with which Contractor must comply in performing the Work. B. Provide for additional lands and access Contractor requires for temporary construction facilities or storage of materials and equipment, other than those identified in the Contract Documents. Provide documentation of authority to use these additional lands to OAR before using them. 5.02 Use of Site and Other Areas A. Limitation on Use of Site and Other Areas: 1. Confine construction equipment, temporary construction facilities, the storage of materials and equipment, and the operations of workers to the Site, adjacent areas that Owner or Contractor has arranged to use through construction easements or agreements, and other adjacent areas as permitted by Laws and Regulations. Assume full responsibility for damage or injuries which result from the performance of the Work or from other actions or conduct of the Contractor’s Team, including: a. Damage to the Site; b. Damage to adjacent areas used for Contractor’s Team’s operations; c. Damage to other adjacent land or areas; and General Conditions 00 72 00 - 18 Corpus Christi Standards - Regular Projects 03-23-2015 d. Injuries and losses sustained by the owners or occupants of these lands or areas. 2. Take the following action if a damage or injury claim is made by the owner or occupant of adjacent land or area because of the performance of the Work, or because of other actions or conduct of the Contractor’s Team: a. Take immediate corrective or remedial action as required by Paragraph 7.09; and b. Attempt to settle the claim through negotiations with the owner or occupant, or otherwise resolve the claim by mediation or other dispute resolution proceeding or at law. 5.03 Subsurface and Physical Conditions A. The Supplementary Conditions identify: 1. Those reports known to OPT of explorations and tests of subsurface conditions at or adjacent to the Site; 2. Those drawings known to OPT of physical conditions related to existing surface or subsurface structures at the Site, except Underground Facilities; and 3. Technical Data contained in these reports and drawings. B. Data contained in boring logs, recorded measurements of subsurface water levels, and the results of tests performed on materials described in geotechnical data reports specifically prepared for the Project and made available to Contractor are defined as Technical Data, unless Technical Data has been defined more specifically in the Supplementary Conditions. C. Contractor may rely upon the accuracy of the Technical Data contained in these reports and drawings, but these reports and drawings are not Contract Documents. Except for this reliance on Technical Data, Contractor may not rely upon or make claims against Owner’s Indemnitees with respect to: 1. The completeness of reports and drawings for Contractor’s purposes, including aspects of the means, methods, techniques, sequences, and procedures of construction to be employed by Contractor, or Contractor’s safety precautions and programs; 2. Other data, interpretations, opinions, and information contained in these reports or shown or indicated in the drawings; or 3. Contractor’s interpretation of or conclusions drawn from Technical Data or other data, interpretations, opinions, or information. 5.04 Differing Subsurface or Physical Conditions A. Notify OAR immediately, but in no event later than 3 days, after becoming aware of a subsurface or physical condition that is uncovered or revealed at the Site, and before further disturbing the subsurface or physical conditions or performing any related Work that: 1. Establishes that the Technical Data on which Contractor is entitled to rely as provided in Paragraph 5.03 is materially inaccurate; 2. Requires a change in the Drawings or Specifications; 3. Differs materially from that shown or indicated in the Contract Documents; or General Conditions 00 72 00 - 19 Corpus Christi Standards - Regular Projects 03-23-2015 4. Is of an unusual nature and differs materially from conditions ordinarily encountered and generally recognized as inherent in work of the character provided for in the Contract Documents. Do not further disturb or perform Work related to this subsurface or physical condition, except in an emergency as required by Paragraph 7.12, until permission to do so is issued by OAR. B. OAR is to notify the OPT after receiving notice of a differing subsurface or physical condition from the Contractor. Designer is to: 1. Promptly review the subsurface or physical condition; 2. Determine the necessity of OPT’s obtaining additional exploration or tests with respect the subsurface or physical condition; 3. Determine if the subsurface or physical condition falls within one or more of the differing Site condition categories in Paragraph 5.04.A; 4. Prepare recommendations to OPT regarding the Contractor’s resumption of Work in connection with the subsurface or physical condition in question; 5. Determine the need for changes in the Drawings or Specifications; and 6. Advise OPT of Designer’s findings, conclusions, and recommendations. C. OAR is to issue a statement to Contractor regarding the subsurface or physical condition in question and recommend action as appropriate after review of Designer’s findings, conclusions, and recommendations. D. Possible Contract Price and Contract Times Adjustments: 1. Contractor is entitled to an equitable adjustment in Contract Price or Contract Times to the extent that a differing subsurface or physical condition causes a change in Contractor’s cost or time to perform the Work provided the condition falls within one or more of the categories described in Paragraph 5.04.A. Any adjustment in Contract Price for Work that is paid for on a unit price basis is subject to the provisions of Paragraph 13.03. 2. Contractor is not entitled to an adjustment in the Contract Price or Contract Times with respect to a subsurface or physical condition if: a. Contractor knew of the existence of the subsurface or physical condition at the time Contractor made an offer to Owner with respect to Contract Price and Contract Times; b. The existence of the subsurface or physical condition could have been discovered or revealed as a result of examinations, investigations, explorations, tests, or studies of the Site and contiguous areas expressly required by the Bidding Requirements or Contract Documents prior to when Contractor’s Bid is submitted or when Contractor negotiates the Contract Price; or c. Contractor failed to give notice as required by Paragraph 5.04.A. 3. Contractor may submit a Change Proposal no later than 30 days after OAR’s issuance of the OPT’s statement to Contractor regarding the subsurface or physical condition in question. General Conditions 00 72 00 - 20 Corpus Christi Standards - Regular Projects 03-23-2015 4. A Change Order is to be issued by the OAR if Owner and Contractor agree that Contractor is entitled to an adjustment in the Contract Price or Contract Times and agree to the amount or extent of adjustments in the Contract Price or Contract Times. 5.05 Underground Facilities A. The information and data shown or indicated in the Contract Documents with respect to existing Underground Facilities at or adjacent to the Site is based on information and data furnished to OPT by the owners of these Underground Facilities or by others. OPT is not responsible for the accuracy or completeness of information or data provided by others that OPT makes available to Contractor. The Contractor is responsible for: 1. Reviewing and checking available information and data regarding existing Underground Facilities at the Site; 2. Complying with Laws and Regulations related to locating Underground Facilities before beginning Work; 3. Locating Underground Facilities shown or indicated in the Contract Documents; 4. Coordinating the Work with the owners, including Owner, of Underground Facilities during construction; and 5. The safety and protection of existing Underground Facilities at or adjacent to the Site and repairing damage resulting from the Work. B. Notify the OAR and the owner of the Underground Facility immediately if an Underground Facility is uncovered or revealed at the Site that was not shown in the Contract Documents, or was not shown with reasonable accuracy in the Contract Documents. Do not further disturb conditions or perform Work affected by this discovery, except in the event of an emergency as required by Paragraph 7.12. C. The Designer is to take the following action after receiving notice from the OAR: 1. Promptly review the Underground Facility and conclude whether the Underground Facility was not shown or indicated in the Contract Documents, or was not shown or indicated with reasonable accuracy; 2. Prepare recommendations to OPT regarding the Contractor’s resumption of Work in connection with this Underground Facility; 3. Determine the extent to which a change is required in the Drawings or Specifications to document the consequences of the existence or location of the Underground Facility; and 4. Advise OAR of Designer’s findings, conclusions, and recommendations and provide revised Drawings and Specifications if required. D. OAR is to issue a statement to Contractor regarding the Underground Facility in question and recommend action as appropriate after review of Designer’s findings, conclusions, and recommendations. E. Contractor is entitled to an equitable adjustment in the Contract Price or Contract Times as provided in Paragraphs 11.04 and 11.05 to the extent that the existing Underground Facility at the Site that was not shown or indicated in the Contract Documents, or was not shown General Conditions 00 72 00 - 21 Corpus Christi Standards - Regular Projects 03-23-2015 or indicated with reasonable accuracy. Any adjustment in Contract Price for Work that is paid for on a unit price basis is subject to the provisions of Paragraph 13.03. F. Contractor is not entitled an adjustment in the Contract Price or Contract Times with respect to an existing Underground Facility at the Site if: 1. Contractor knew of the existence of the existing Underground Facility at the Site at the time Contractor made an offer to Owner with respect to Contract Price and Contract Times; 2. The existence of the existing Underground Facility at the Site could have been discovered or revealed as a result of examinations, investigations, explorations, tests, or studies of the Site and contiguous areas expressly required by the Bidding Requirements or Contract Documents prior to when Contractor’s Bid is submitted or when Contractor negotiates the Contract Price; or 3. Contractor failed to give notice as required by Paragraph 5.05.B. G. Contractor may submit a Change Proposal regarding its entitlement to or the amount or extent of adjustments in the Contract Price or Contract Times no later than 30 days after OAR’s issuance of OPT’s statement to Contractor regarding the Underground Facility. 5.06 Hazardous Environmental Conditions at Site A. The Supplementary Conditions identify: 1. Those reports and drawings known to OPT relating to Hazardous Environmental Conditions that have been identified at or adjacent to the Site; and 2. Technical Data contained in these reports and drawings. B. Contractor may rely upon the accuracy of the Technical Data contained in reports and drawings relating to Hazardous Environmental Conditions identified in the Supplementary Conditions, but these reports and drawings are not Contract Documents. Except for the reliance on expressly identified Technical Data, Contractor may not rely upon or make claims against Owner’s Indemnitees with respect to: 1. The completeness of these reports and drawings for Contractor’s purposes, including aspects of the means, methods, techniques, sequences and procedures of construction to be employed by Contractor or Contractor’s safety precautions and programs related to Hazardous Environmental Conditions; 2. Other data, interpretations, opinions, and information contained in these reports or shown or indicated in the drawings; or 3. Any Contractor interpretation of or conclusion drawn from Technical Data or other data, interpretations, opinions, or information. C. The results of tests performed on materials described in environmental reports specifically prepared for the Project and made available to Contractor are defined as Technical Data unless Technical Data has been defined more specifically in the Supplementary Conditions. D. Contractor is not responsible for removing or remediating Hazardous Environmental Conditions encountered, uncovered, or revealed at the Site unless this removal or General Conditions 00 72 00 - 22 Corpus Christi Standards - Regular Projects 03-23-2015 remediation is expressly identified in the Contract Documents to be within the scope of the Work. E. Contractor is responsible for controlling, containing, and duly removing and remediating Constituents of Concern brought to the Site by Contractor’s Team and paying associated costs. 1. Owner may remove and remediate the Hazardous Environmental Condition and impose a set-off against payments to Contractor for associated costs if Contractor’s Team creates a Hazardous Environmental Condition and Contractor does not take acceptable action to remove and remediate the Hazardous Environmental Condition. 2. Contractor’s obligation to indemnify Owner’s Indemnitees for claims arising out of or related to Hazardous Environmental Conditions are as set forth in Paragraph 7.14. F. Immediately notify the OAR and take the following action if Contractor uncovers or reveals a Hazardous Environmental Condition at the Site or adjacent areas used by the Contractor’s Team that was not created by the Contractor’s Team: 1. Secure or otherwise isolate this condition; 2. Stop Work in affected areas or connected with the condition, except in an emergency as required by Paragraph 7.12; and 3. Do not resume Work in connection with the Hazardous Environmental Condition or in affected areas until after OPT has obtained required permits and OAR sends notice to the Contractor: a. Specifying that this condition and affected areas are or have been rendered safe for the resumption of Work; or b. Specifying special conditions under which Work may be resumed safely. 4. Owner may order the portion of the Work that is in the area affected by the Hazardous Environmental Condition to be deleted from the Work following the procedures in Article 11 if Contractor does not agree to: a. Resume the Work based on a reasonable belief it is unsafe; or b. Resume the Work under the special conditions provided by the OAR. 5. Owner may have this deleted portion of the Work performed by Owner’s own forces or others in accordance with Article 8. G. Contractor may submit a Change Proposal or Owner may impose a set-off if an agreement is not reached within 10 days of OAR’s notice regarding the resumption of Work as to whether Contractor is entitled to an adjustment in Contract Price or Contract Times or on the amount or extent of adjustments resulting from this Work stoppage or special conditions under which Contractor agrees to resume Work. H. The provisions of Paragraphs 5.03, 5.04, and 5.05 do not apply to the presence of Constituents of Concern or a Hazardous Environmental Condition uncovered or revealed at the Site. General Conditions 00 72 00 - 23 Corpus Christi Standards - Regular Projects 03-23-2015 ARTICLE 6 – BONDS AND INSURANCE 6.01 Performance, Payment, and Other Bonds A. Furnish Performance and Payment Bonds, each in an amount equal to the Contract Price, as security for the faithful performance and payment of Contractor’s obligations under the Contract Documents. These Bonds are to remain in effect until 1 year after the date of final payment. Furnish other Bonds as required by the Contract Documents. B. Bonds furnished by the Contractor must meet the requirements of Texas Insurance Code Chapter 3503, Texas Government Code Chapter 2253, and all other applicable Laws and Regulations. C. Notify OAR immediately if the surety on Bonds furnished by Contractor: 1. Is declared bankrupt, or becomes insolvent; 2. Has its right to do business in Texas terminated; or 3. Ceases to meet the requirements of Paragraph 6.02. Provide a Bond and surety which comply with the requirements of Paragraph 6.02 within 20 days after the event giving rise to this notification. D. Contractor is to use amounts paid by Owner to Contractor under the Contract for the performance of the Contract and to satisfy claims against the Payment Bond. E. Notify the OAR of claims filed against the Payment Bond. Notify the claimant and OAR of undisputed amounts and the basis for challenging disputed amounts when a claimant has satisfied the conditions prescribed by Texas Government Code Chapter 2253. Promptly pay undisputed amount. F. Owner is not liable for payment of costs or expenses of claimants under the Payment Bond. Owner has no obligations to pay, give notice, or take other action to claimants under the Payment Bond. G. Owner may exclude the Contractor from the Site and exercise Owner’s termination rights under Article 16 if Contractor fails to obtain or maintain required Bonds. H. OPT will provide a copy of the Payment Bond to Subcontractors, Suppliers, or other persons or entities claiming to have furnished labor or materials used in the performance of the Work that request this information in accordance with Texas Government Code Chapter 2253. 6.02 Licensed Sureties A. Provide Bonds in the form prescribed by the Contract Documents from sureties named in the list of “Companies Holding Certificates of Authority as Acceptable Sureties on Federal Bonds and as Acceptable Reinsuring Companies” as published in Circular 570 (amended) by the Financial Management Service, Surety Bond Branch, U.S. Department of the Treasury. B. Provide Bonds required by the Contract Documents from surety companies that are duly licensed or authorized to provide bonds in the State of Texas. General Conditions 00 72 00 - 24 Corpus Christi Standards - Regular Projects 03-23-2015 6.03 Insurance A. Obtain and maintain insurance as required in this Article and in SECTION 00 72 01 INSURANCE REQUIREMENTS. B. Deliver evidence of insurance in accordance with SECTION 00 72 01 INSURANCE REQUIREMENTS to the Owner to demonstrate that Contractor has obtained and is maintaining the policies, coverages, and endorsements required by the Contract. Provide copies of these certificates to each named insured and additional insured as identified in the Supplementary Conditions or otherwise. ARTICLE 7 – CONTRACTOR’S RESPONSIBILITIES 7.01 Supervision and Superintendence A. Supervise, inspect, and direct the performance of the Work in accordance with the Contract Documents. Contractor is solely responsible for the means, methods, techniques, sequences, and procedures of construction. B. Provide a competent resident superintendent acceptable to the OPT. The resident superintendent or acceptable qualified assistant is to be present at all times when Work is being done. Do not replace this resident superintendent except under extraordinary circumstances. Provide a replacement resident superintendent equally competent to the previous resident superintendent if replacement is required. Notify the Owner prior to replacing the resident superintendent and obtain Owner’s consent to the change in superintendent. 7.02 Labor; Working Hours A. Provide competent, suitably qualified personnel to survey and lay out the Work and perform Work to complete the Project. Maintain good discipline and order at the Site. B. Perform Work at the Site during regular working hours except as otherwise required for the safety or protection of persons or the Work or property at the Site or adjacent to the Site and except as otherwise stated in the Contract Documents. C. Do not perform Work on a Saturday, Sunday, or legal holiday without OAR’s consent. The following legal holidays are observed by the Owner: Holiday Date Observed New Year’s Day January 1 Memorial Day Last Monday in May Independence Day July 4 Labor Day First Monday in September Thanksgiving Day Fourth Thursday in November Friday after Thanksgiving Friday after Thanksgiving Christmas Day December 25 General Conditions 00 72 00 - 25 Corpus Christi Standards - Regular Projects 03-23-2015 D. If a legal holiday falls on a Saturday, it will be observed the preceding Friday. If a legal holiday falls on a Sunday, it will be observed the following Monday. E. Pay additional cost incurred by Owner for services of the OAR or RPR to observe Work constructed outside of regular working hours. OAR will issue a Set-off in the Application for Payment for this cost per Paragraph 15.01.B 7.03 Services, Materials, and Equipment A. Provide services, materials, equipment, labor, transportation, construction equipment and machinery, tools, appliances, fuel, power, light, heat, telephone, water, sanitary facilities, temporary facilities, and other facilities and incidentals necessary for the performance, testing, start-up, and completion of the Work, whether or not these items are specifically called for in the Contract Documents. B. Provide new materials and equipment to be incorporated into the Work. Provide special warranties and guarantees required by the Contract Document. Provide satisfactory evidence, including reports of required tests, as to the source, kind, and quality of materials and equipment as required by the Contract Documents or as requested by the OAR. C. Store, apply, install, connect, erect, protect, use, clean, and condition materials and equipment in accordance with instructions of the applicable Supplier, unless otherwise required by the Contract Documents. 7.04 Concerning Subcontractors, Suppliers, and Others A. Contractor may retain Subcontractors and Suppliers for the performance of parts of the Work. All Subcontractors and Suppliers must be acceptable to Owner. B. Contractor must retain specific Subcontractors, Suppliers, or other individuals or entities for the performance of designated parts of the Work if required to do so by the Contract Documents. C. Submit a list of proposed Subcontractors and Suppliers to OAR prior to entering into binding subcontracts or purchase orders. These proposed Subcontractors or Suppliers are deemed acceptable to Owner unless Owner raises a substantive, reasonable objection within 30 days after receiving this list. D. Contractor is not required to retain Subcontractors, Suppliers, or other individuals or entities to furnish or perform part of the Work after the Effective Date of the Contract if Contractor has reasonable objection. E. Owner may require the replacement of Subcontractors, Suppliers, or other individuals or entities retained by the Contractor. Provide an acceptable replacement for the rejected Subcontractor, Supplier, or other individual or entity. Owner also may require Contractor to retain specific replacements, subject to Contractor’s reasonable objections. F. Contractor may be entitled to an adjustment in Contract Price or Contract Times with respect to a replacement of Subcontractors, Suppliers, or other entities required by Owner. The Contractor is not entitled to an adjustment in Contract Price or Contract Time with respect to replacement of any individual deemed unsuitable by the OPT. Notify OAR immediately if a replacement of Subcontractors, Suppliers, or other entity increases the Contract Price or Contract Times. Initiate a Change Proposal for the adjustment within 10 General Conditions 00 72 00 - 26 Corpus Christi Standards - Regular Projects 03-23-2015 days of Owner’s notice to replace a Subcontractor, Supplier, or other entity retained by Contractor to perform part of the Work. Do not make the replacement until the change in Contract Price or Contract Times has been accepted by the Owner if Change Proposal is to be submitted. G. Owner’s initial acceptance of Subcontractors, Suppliers, or other individuals or entities, or their replacements, does not constitute a waiver of the obligation of the Contractor to complete the Work in accordance with the Contract Documents. H. Maintain a current and complete list of Subcontractors and Suppliers that are to perform or furnish part of the Work. I. Contractor is fully responsible for the acts and omissions of Subcontractors, Suppliers, and other individuals or entities performing or furnishing Work. J. Contractor is solely responsible for scheduling and coordinating the work of Subcontractors, Suppliers, and other individuals or entities performing or furnishing Work. K. Require Subcontractors, Suppliers, and other individuals or entities performing or furnishing Work to communicate with OPT through Contractor. L. Contracts between the Contractor and their Subcontractors or Suppliers may specifically bind the Subcontractors or Suppliers to the applicable terms and conditions of the Contract Documents. Contractor is responsible for meeting the requirements of the Contract Documents if they choose to not bind the Subcontractors or Suppliers to applicable terms or conditions of the Contract Documents. 1. All Subcontractors employed on this Project must be required to obtain Workers’ Compensation Insurance. 2. Proof of this insurance will be required prior to the start of any Work. M. OPT may furnish information about amounts paid to Contractor for Work provided by Subcontractors or Suppliers to the entity providing the Work. N. Nothing in the Contract Documents: 1. Creates a contractual relationship between members of the OPT and members of the Contractor’s Team. 2. Creates an obligation on the part of the Owner to pay or to see to the payment of money due members of the Contractor’s Team, except as may be required by Laws and Regulations. 7.05 Patent Fees and Royalties A. Pay license fees, royalties, and costs incident to the use of inventions, designs, processes, products, or devices which are patented or copyrighted by others in the performance of the Work, or to incorporate these inventions, designs, processes, products, or devices which are patented or copyrighted by others in the Work. The Contract Documents identify inventions, designs, processes, products, or devices OPT knows are patented or copyrighted by others or that its use is subject to patent rights or copyrights calling for the payment of a license fee or royalty to others. Contractor is to include the cost associated with the use of patented or copyrighted products or processes, whether specified or selected by the Contractor, in the Contract Price. General Conditions 00 72 00 - 27 Corpus Christi Standards - Regular Projects 03-23-2015 B. Contractor’s obligation to indemnify Owner’s Indemnitees for claims arising out of or related to infringement of patent rights and copyrights are as set forth in Paragraph 7.14. 7.06 Permits A. Obtain and pay for construction permits and licenses. OPT is to assist Contractor in obtaining permits and licenses when required to do so by applicable Laws and Regulations. Pay governmental charges and inspection fees necessary for the prosecution of the Work which are applicable at the time the Contractor’s Bid is submitted or when Contractor negotiates the Contract Price. 7.07 Taxes A. Contractor is responsible for all taxes and duties arising out of the Work. The Owner generally qualifies as a tax exempt agency as defined by the statutes of the State of Texas and is usually not subject to any city or state sales or use taxes, however certain items such as rented equipment may be taxable even though Owner is a tax-exempt agency. Contractor is responsible for including in the Contract Price any applicable sales and use taxes and is responsible for complying with all applicable statutes and rulings of the State Comptroller. Pay sales, consumer, use, and other similar taxes required to be paid by Contractor in accordance with the Laws and Regulations. B. The Owner is exempt from the Federal Transportation and Excise Tax. Contractor must comply with all federal regulations governing the exemptions. C. Products incorporated into the Work are exempt from state sales tax according to the provisions of Subchapter H, Chapter 151, of the Texas Tax Code. D. Contractor may not include any amounts for sales, use, or similar taxes for which the Owner is exempt in the Contract Price or any proposed Change Order or Application for Payment. E. Obtain tax exemption certificates or other documentation necessary to establish Owner’s exemption from such taxes. 7.08 Laws and Regulations A. Give required notices and comply with Laws and Regulations applicable to the performance of the Work. OPT is not responsible for monitoring Contractor’s compliance with Laws or Regulations except where expressly required by applicable Laws and Regulations. B. Pay costs resulting from actions taken by Contractor that are contrary to Laws or Regulations. Contractor is not responsible for determining that the design aspects of the Work described in the Contract Documents is in accordance with Laws and Regulations. This does not relieve Contractor of its obligations under Paragraph 3.03. C. Owner or Contractor may give notice to the other party of changes in Laws or Regulations that may affect the cost or time of performance of the Work, including: 1. Changes in Laws or Regulations affecting procurement of permits; and 2. Sales, use, value-added, consumption, and other similar taxes which come into effect after Contractor’s Bid is submitted or when Contractor negotiates the Contract Price. General Conditions 00 72 00 - 28 Corpus Christi Standards - Regular Projects 03-23-2015 D. Contractor may submit a Change Proposal or Owner may initiate a Claim within 30 days of this notice if Owner and Contractor are unable to agree on entitlement to or on the amount or extent of adjustments in Contract Price or Contract Times resulting from these changes. 7.09 Safety and Protection A. Contractor is solely responsible for initiating, maintaining, and supervising safety precautions and programs in connection with the Work. This responsibility does not relieve Subcontractors of their responsibility for the safety of persons or property in the performance of their work, nor for compliance with applicable safety Laws and Regulations. B. Take necessary precautions for the safety of persons on the Site or who may be affected by the Work, and provide the necessary protection to prevent damage, injury, or loss to: 1. Work and materials and equipment to be incorporated in the Work, whether stored on or off Site; and 2. Other property at or adjacent to the Site, including trees, shrubs, lawns, walks, pavements, roadways, structures, other work in progress, utilities, and Underground Facilities not designated for removal, relocation, or replacement in the course of construction. C. Comply with applicable Laws and Regulations relating to the safety and protection of persons or property. Erect and maintain necessary safeguards for safety and protection. Notify Owner; the owners of adjacent property, Underground Facilities, and other utilities; and other contractors and utility owners performing work at or adjacent to the Site when prosecution of the Work may affect them. Cooperate with them in the protection, removal, relocation, and replacement of their property or work in progress. 1. Comply with requirements of Underground Facility Damage Prevention and Safety Act, Texas Utilities Code Chapter 251. 2. Comply with all applicable safety rules and regulations of the Federal Occupational Health and Safety Act of 1970 and subsequent amendments (OSHA). D. Remedy damage, injury, or loss to property referred to in Paragraph 7.09.B caused by Contractor’s Team. Pay remediation costs unless the damage or loss is: 1. Attributable to the fault of the Contract Documents; 2. Attributable to acts or omissions of OPT; or 3. Not attributable to the actions or failure to act of the Contractor’s Team. E. Contractor’s duties and responsibilities for safety and protection of persons or the Work or property at or adjacent to the Site continues until Work is completed and resumes whenever Contractor’s Team returns to the Site to fulfill warranty or correction obligations or to conduct other tasks. F. Comply with the applicable requirements of the Owner’s safety program if required to do so in the Supplementary Conditions. A copy of the Owner’s safety program will be provided in the Bidding Documents. General Conditions 00 72 00 - 29 Corpus Christi Standards - Regular Projects 03-23-2015 7.10 Safety Representative A. Provide a qualified and experienced safety representative at the Site whose duties and responsibilities are the prevention of accidents and maintaining and supervising safety programs. 7.11 Hazard Communication Programs A. Coordinate the exchange of material safety data sheets or other hazard communication information required to be made available or exchanged between or among employers at the Site in accordance with Laws or Regulations. 7.12 Emergencies A. Act to prevent threatened damage, injury, or loss in emergencies affecting the safety or protection of persons or the Work or property at or adjacent to the Site. Notify OAR immediately if Contractor believes that significant changes in the Work or variations from the Contract Documents have been caused or are required as a result of this need to act. A Modification is to be issued by OAR if OPT determines that the incident giving rise to the emergency action was not the responsibility of the Contractor and that a change in the Contract Documents is required because of the action taken by Contractor in response to this emergency. 7.13 Contractor’s General Warranty and Guarantee A. Contractor warrants and guarantees to Owner that Work is in accordance with the Contract Documents and is not Defective. Owner is entitled to rely on Contractor’s warranty and guarantee. Assume and bear responsibility for costs and time delays associated with variations from the requirements of the Contract Documents. B. This Contractor’s warranty and guarantee excludes defects or damage caused by improper maintenance or operation, abuse, or modification by OPT; or normal wear and tear under normal usage. C. Contractor’s obligation to perform and complete Work in accordance with the Contract Documents is absolute. None of the following constitute an acceptance of Defective Work or a release of Contractor’s obligation to perform Work in accordance with the Contract Documents: 1. Observations by OPT; 2. Recommendation by OAR or payment by Owner of progress or final payments; 3. The issuance of a Certificate of Substantial Completion; 4. Use or occupancy of part of the Work by Owner; 5. Review and approval of a Shop Drawing or Sample; 6. Inspections, tests, or approvals by others; or 7. Correction of Defective Work by Owner. D. The Contract Documents may require the Contractor to accept the assignment of a contract between the Owner and a contractor or supplier. The specific warranties, guarantees, and General Conditions 00 72 00 - 30 Corpus Christi Standards - Regular Projects 03-23-2015 correction obligations contained in an assigned contract govern with respect to Contractor’s performance obligations to Owner for the Work described in an assigned contract. 7.14 Indemnification A. TO THE FULLEST EXTENT PERMITTED BY LAW, THE CONTRACTOR SHALL INDEMNIFY, DEFEND, AND HOLD HARMLESS THE OWNER’S INDEMNITEES FROM AND AGAINST CLAIMS, DAMAGES, LOSSES AND EXPENSES, INCLUDING BUT NOT LIMITED TO ATTORNEY’S FEES OR DISPUTE RESOLUTION COSTS, ARISING OUT OF OR RESULTING FROM PERFORMANCE OF THE WORK, VIOLATIONS OF LAWS OR REGULATIONS, OR BODILY INJURY, DEATH, OR DESTRUCTION OF TANGIBLE PROPERTY CAUSED BY THE ACTS OR OMISSIONS OF THE CONTRACTOR’S TEAM, REGARDLESS OF WHETHER SUCH CLAIM, DAMAGE, LOSS OR EXPENSE IS ALLEGED TO BE CAUSED IN PART BY AN OWNER’S INDEMNITEE HEREUNDER, SUBJECT TO THE OWNER’S DEFENSES AND LIABILITY LIMITS UNDER THE TEXAS TORT CLAIMS ACT. HOWEVER, NOTHING HEREIN SHALL BE CONSTRUED TO REQUIRE CONTRACTOR TO INDEMNIFY AN OWNER’S INDEMNITEE AGAINST A CLAIM, LOSS, DAMAGE OR EXPENSE CAUSED BY THE (I) NEGLIGENCE OR FAULT, (II) BREACH OR VIOLATION OF A STATUTE, ORDINANCE, GOVERNMENTAL REGULATION, STANDARD OR RULE, OR (III) THE BREACH OF CONTRACT BY AN OWNER’S INDEMNITEE. PROVIDED FURTHER HOWEVER, AND IN ADDITION TO THE ABOVE, CONTRACTOR INDEMNIFIES EACH OF OWNER’S INDEMNITEES AGAINST CLAIMS FOR THE BODILY INJURY OR DEATH OF AN EMPLOYEE OF THE CONTRACTOR’S TEAM OF ANY TIER EVEN IF CAUSED BY THE SOLE OR CONCURRENT NEGLIGENCE OF AN OWNER’S INDEMNITEE. B. TO THE FULLEST EXTENT PERMITTED BY LAW, CONTRACTOR SHALL INDEMNIFY, DEFEND, AND HOLD HARMLESS THE OWNER’S INDEMNITEES FROM AND AGAINST INDEMNIFIED COSTS, ARISING OUT OF OR RELATING TO: (I) THE FAILURE TO CONTROL, CONTAIN, OR REMOVE A CONSTITUENT OF CONCERN BROUGHT TO THE SITE BY CONTRACTOR’S TEAM OR A HAZARDOUS ENVIRONMENTAL CONDITION CREATED BY CONTRACTOR’S TEAM, (II) CONTRACTOR’S TEAM’S ACTION OR INACTION RELATED TO DAMAGES, DELAYS, DISRUPTIONS, OR INTERFERENCE WITH THE WORK OF OWNER’S EMPLOYEES, OTHER CONTRACTORS, OR UTILITY OWNERS PERFORMING OTHER WORK AT OR ADJACENT TO THE SITE, OR (III) THE CORRECTION OF DEFECTIVE WORK. NOTHING IN THIS PARAGRAPH OBLIGATES THE CONTRACTOR TO INDEMNIFY THE OWNER’S INDEMNITEES FROM THE CONSEQUENCES OF THE OWNER’S AND OWNER’S INDEMNITEES OWN NEGLIGENCE. PROVIDED FURTHER HOWEVER, AND IN ADDITION TO THE ABOVE, CONTRACTOR INDEMNIFIES THE OWNER’S INDEMNITEES AGAINST CLAIMS FOR THE BODILY INJURY OR DEATH OF AN EMPLOYEE OF THE CONTRACTOR’S TEAM OF ANY TIER EVEN IF CAUSED BY THE SOLE OR CONCURRENT NEGLIGENCE OF OWNER’S INDEMNITEES. C. TO THE FULLEST EXTENT PERMITTED BY LAW, CONTRACTOR SHALL INDEMNIFY, DEFEND, AND HOLD HARMLESS THE OWNER’S INDEMNITEES FROM AND AGAINST INDEMNIFIED COSTS RESULTING FROM INFRINGEMENT ON PATENT RIGHTS OR COPYRIGHTS BY CONTRACTOR’S TEAM TO THE FULLEST EXTENT PERMITTED BY LAW. D. The indemnification obligations under this paragraph are not limited by the amount or type of damages, compensation, or benefits payable by or for members of the Contractor’s Team or other individuals or entities under workers’ compensation acts, disability benefit acts, or other employee benefit acts in claims against Owner’s Indemnitees by an employee or the survivor or personal representative of employee of Contractor’s Team. General Conditions 00 72 00 - 31 Corpus Christi Standards - Regular Projects 03-23-2015 E. The indemnification obligations of this Paragraph 7.14 do not extend to the liability of Designer arising out of the preparation of the Contract Documents or giving directions or instructions, or failing to give them, to the extent they are obligated to do so if that is the primary cause of the injury or damage. F. Notify the other party within 10 days if Owner or Contractor receives notice of any claim or circumstances that could give rise to an indemnified loss. The notice must include the following: 1. A description of the indemnification event in reasonable detail; 2. The basis on which indemnification may be due; and 3. The anticipated amount of the indemnified loss. This notice does not stop or prevent Owner’s Indemnitees from later asserting a different basis for indemnification or a different amount of indemnified loss than that indicated in the initial notice. Owner’s Indemnitees do not waive any rights to indemnification except to the extent that Contractor is prejudiced, suffers loss, or incurs expense because of the delay if Owner does not provide this notice within the 10-day period. G. Defense of Indemnification Claims: 1. Assume the defense of the claim with counsel chosen by the Contractor and pay related costs, unless Owner decides otherwise. Contractor’s counsel must be acceptable to Owner. Control the defense and any negotiations to settle the claim. Advise Owner’s Indemnitees as to its defense of the claim within 10 days after being notified of the indemnification request. Owner’s Indemnitees may assume and control the defense If Contractor does not assume the defense. Pay all defense expenses of the Owner’s Indemnitees as an indemnified loss. 2. Owner’s Indemnitees may retain separate counsel to participate in, but not control, the defense and any settlement negotiations if Contractor defends the claim. Contractor may not settle the claim without the consent or agreement of Owner. Contractor may settle the claim with Owner’s consent and agreement unless it: a. Would result in injunctive relief or other equitable remedies or otherwise require Owner’s Indemnitees to comply with restrictions or limitations that adversely affect Owner’s Indemnitees; b. Would require Owner’s Indemnitees to pay amounts that Contractor does not fund in full; or c. Would not result in Owner and Owner’s Indemnitees’ full and complete release from all liability to the plaintiffs or claimants who are parties to or otherwise bound by the settlement. 7.15 Delegation of Professional Design Services A. Contractor is not required to provide professional design services unless these services are specifically required by the Contract Documents for a portion of the Work or unless these services are required to carry out Contractor’s responsibilities for construction means, methods, techniques, sequences, and procedures. Contractor is not required to provide professional services in violation of applicable Laws and Regulations. General Conditions 00 72 00 - 32 Corpus Christi Standards - Regular Projects 03-23-2015 B. The Contract Documents specify performance and design criteria related to systems, materials, or equipment if professional design services or certifications by a design professional related to systems, materials, or equipment are specifically required of Contractor. These services or certifications must be provided by the licensed Texas Professional Engineer or Registered Architect who prepares, signs, and seals drawings, calculations, specifications, certifications, Shop Drawings, and other documents. C. OPT is entitled to rely upon the adequacy, accuracy, and completeness of the services, certifications, or approvals performed by Contractor’s design professionals, provided OPT has specified to Contractor the performance and design criteria that these services must satisfy. D. Pursuant to this Paragraph 7.15, Designer’s review and approval of design calculations and design drawings is only for the limited purpose of checking for conformance with the performance and design criteria given and the design concepts expressed in the Contract Documents. Designer’s review and approval of Shop Drawings and other documents is only for the purpose stated in the Contract Documents. E. Contractor is not responsible for the adequacy of the performance or design criteria specified by OPT. Advise OPT if the performance or design criteria are known or considered likely to be inadequate or otherwise deficient. ARTICLE 8 – OTHER WORK AT THE SITE 8.01 Other Work A. Owner may arrange for other work at or adjacent to the Site which is not part of the Contractor’s Work. This other work may be performed by Owner’s employees or through other contractors. Utility owners may perform work on their utilities and facilities at or adjacent to the Site. Include costs associated with coordinating with entities performing other work or associated with connecting to this other work in the Contract Price if this other work is shown in the Contract Documents. B. OPT is to notify Contractor of other work prior to starting the work and provide any knowledge they have regarding the start of utility work at or adjacent to the Site to Contractor. C. Provide other contractors: 1. Proper and safe access to the Site; 2. Reasonable opportunity for the introduction and storage of materials and equipment; and 3. Reasonable opportunity to execute their work. D. Provide cutting, fitting, and patching of the Work required to properly connect or integrate with other work. Do not endanger the work of others by cutting, excavating, or otherwise altering the work of others without the consent of OAR and the others whose work will be affected. E. Inspect the work of others and immediately notify OAR if the proper execution of part of Contractor’s Work depends upon work performed by others and this work has not been performed or is unsuitable for the proper execution of Contractor’s Work. Contractor’s General Conditions 00 72 00 - 33 Corpus Christi Standards - Regular Projects 03-23-2015 failure to notify the OAR constitutes an acceptance of this other work as acceptable for integration with Contractor’s Work. This acceptance does not apply to latent defects or deficiencies in the work of others. F. Take adequate measures to prevent damages, delays, disruptions, or interference with the work of Owner, other contractors, or utility owners performing other work at or adjacent to the Site. 8.02 Coordination A. Owner has sole authority and responsibility for coordination of this other work unless otherwise provided in the Contract Documents. The Owner is to identify the entity with authority and responsibility for coordination of the activities of the various contractors, the limitations of their authority, and the work to be coordinated prior to the start of other work at or adjacent to the Site. 8.03 Legal Relationships A. Contractor may be entitled to a change in Contract Price or Contract Times if, while performing other work at or adjacent to the Site for Owner, the OPT, other contractor, or utility owner: 1. Damages the Work or property of Contractor’s Team; 2. Delays, disrupts, or interferes with the execution of the Work; or 3. Increases the scope or cost of performing the Work through their actions or inaction. B. Notify the OAR immediately of the event leading to a potential Change Proposal so corrective action can be taken. Submit the Change Proposal within 30 days of the event if corrective action has not adequately mitigated the impact of the actions or inactions of others. Information regarding this other work in the Contract Documents is used to determine if the Contractor is entitled to a change in Contract Price or Contract Times. Changes in Contract Price require that Contractor assign rights against the other contractor or utility owner to Owner with respect to the damage, delay, disruption, or interference that is the subject of the adjustment. Changes in Contract Times require that the time extension is essential to Contractor’s ability to complete the Work within the Contract Times. C. Take prompt corrective action if Contractor’s Team damages, delays, disrupts, or interferes with the work of Owner’s employees, other contractors, or utility owners performing other work at or adjacent to the Site or agree to compensate other contractors or utility owners for correcting the damage. Promptly attempt to settle claims with other contractors or utility owners if Contractor damages, delays, disrupts, or interferes with the work of other contractors or utility owners performing other work at or adjacent to the Site. D. Owner may impose a set-off against payments due to Contractor and assign the Owner’s contractual rights against Contractor with respect to the breach of the obligations described in this Paragraph 8.03 to other contractors or utility owners if damages, delays, disruptions, or interference occur. General Conditions 00 72 00 - 34 Corpus Christi Standards - Regular Projects 03-23-2015 E. Contractor’s obligation to indemnify Owner’s Indemnitees for claims arising out of or related damages, delays, disruptions, and interference with other work at the Site are as set forth in Paragraph 7.14. ARTICLE 9 – OWNER’S AND OPT’S RESPONSIBILITIES 9.01 Communications to Contractor A. OPT issues communications to Contractor through OAR except as otherwise provided in the Contract Documents. 9.02 Replacement of Owner’s Project Team Members A. Owner may replace members of the OPT at its discretion. 9.03 Furnish Data A. OPT is to furnish the data required of OPT under the Contract Documents. 9.04 Pay When Due A. Owner is to make payments to Contractor when due as described in Paragraphs 15.01.D and 15.06.D. 9.05 Lands and Easements; Reports and Tests A. Owner’s duties with respect to providing lands and easements are described in Paragraph 5.01. OPT will make copies of reports of explorations and tests of subsurface conditions and drawings of physical conditions relating to existing surface or subsurface structures at the Site available to Contractor in accordance with Paragraph 5.03. 9.06 Insurance A. Owner’s responsibilities with respect to purchasing and maintaining insurance are described in Article 6. 9.07 Modifications A. Owner’s responsibilities with respect to Modifications are described in Article 11. 9.08 Inspections, Tests, and Approvals A. OPT’s responsibility with respect to certain inspections, tests, and approvals are described in Paragraph 14.02. 9.09 Limitations on OPT’s Responsibilities A. The OPT does not supervise, direct, or have control or authority over, and is not responsible for Contractor’s means, methods, techniques, sequences, or procedures of construction, or related safety precautions and programs, or for failure of Contractor to comply with Laws and Regulations applicable to the performance of the Work. OPT is not responsible for Contractor’s failure to perform the Work in accordance with the Contract Documents. General Conditions 00 72 00 - 35 Corpus Christi Standards - Regular Projects 03-23-2015 9.10 Undisclosed Hazardous Environmental Condition A. OPT’s responsibility for undisclosed Hazardous Environmental Conditions is described in Paragraph 5.06. 9.11 Compliance with Safety Program A. Contractor is to inform the OPT of its safety programs and OPT is to comply with the specific applicable requirements of this program. ARTICLE 10 – OAR’S AND DESIGNER’S STATUS DURING CONSTRUCTION 10.01 Owner’s Representative A. OAR is Owner’s representative. The duties and responsibilities and the limitations of authority of OAR as Owner’s representative are described in the Contract Documents. 10.02 Visits to Site A. Designer is to make periodic visits to the Site to observe the progress and quality of the Work. Designer is to determine, in general, if the Work is proceeding in accordance with the Contract Documents based on observations made during these visits. Designer is not required to make exhaustive or continuous inspections to check the quality or quantity of the Work. Designer is to inform the OPT of issues or concerns and OAR is to work with Contractor to address these issues or concerns. Designer’s visits and observations are subject to the limitations on Designer’s authority and responsibility described in Paragraphs 9.09 and 10.07. B. OAR is to observe the Work to check the quality and quantity of Work, implement Owner’s quality assurance program, and administer the Contract as Owner’s representative as described in the Contract Documents. OAR’s visits and observations are subject to the limitations on OAR’s authority and responsibility described in Paragraphs 9.09 and 10.07. 10.03 Resident Project Representatives A. Resident Project Representatives assist OAR in observing the progress and quality of the Work at the Site. The limitations on Resident Project Representatives’ authority and responsibility are described in Paragraphs 9.09 and 10.07. 10.04 Rejecting Defective Work A. OPT has the authority to reject Work in accordance with Article 14. OAR is to issue a Defective Work Notice to Contractor and document when Defective Work has been corrected or accepted in accordance with Article 14. 10.05 Shop Drawings, Modifications and Payments A. Designer’s authority related to Shop Drawings and Samples are described in the Contract Documents. B. Designer’s authority related to design calculations and design drawings submitted in response to a delegation of professional design services are described in Paragraph 7.15. General Conditions 00 72 00 - 36 Corpus Christi Standards - Regular Projects 03-23-2015 C. OAR and Designer’s authority related to Modifications is described in Articles 11. D. OAR’s authority related to Applications for Payment is described in Articles 13 and 15. 10.06 Decisions on Requirements of Contract Documents and Acceptability of Work A. OAR is to render decisions regarding non-technical or contractual / administrative requirements of the Contract Documents and will coordinate the response of the OPT to Contractor. B. Designer is to render decisions regarding the conformance of the Work to the requirements of the Contract Documents. Designer will render a decision to either correct the Defective Work, or accept the Work under the provisions of Paragraph 14.04, if Work does not conform to the Contract Documents. OAR will coordinate the response of the OPT to Contractor. C. OAR will issue a Request for a Change Proposal if a Modification is required. OAR will provide documentation for changes related to the non-technical or contractual / administrative requirements of the Contract Documents. Designer will provide documentation if design related changes are required. D. Contractor may appeal Designer’s decision by submitting a Change Proposal if Contractor does not agree with the Designer’s decision. 10.07 Limitations on OAR’s and Designer’s Authority and Responsibilities A. OPT is not responsible for the acts or omissions of Contractor’s Team. No actions or failure to act, or decisions made in good faith to exercise or not exercise the authority or responsibility available under the Contract Documents creates a duty in contract, tort, or otherwise of the OPT to the Contractor or members of the Contractor’s Team. ARTICLE 11 – AMENDING THE CONTRACT DOCUMENTS; CHANGES IN THE WORK 11.01 Amending and Supplementing the Contract Documents A. The Contract Documents may be modified by a Contract Amendment, Change Order, Work Change Directive, or Field Order. 1. Contract Amendment: Owner and Contractor may modify the terms and conditions of the Contract Documents without the recommendation of the Designer using a Contract Amendment. A Contract Amendment may be used for: a. Changes that do not involve: 1) The performance or acceptability of the Work; 2) The design as described in the Drawings, Specifications, or otherwise; or 3) Other engineering, architectural or technical matters. b. Authorizing new phases of the Work and establishing the Contract Price, Contract Times, or terms and conditions of the Contract for the new phase of Work when using phased construction or purchasing Goods and Special Services to be incorporated into the Project. General Conditions 00 72 00 - 37 Corpus Christi Standards - Regular Projects 03-23-2015 2. Change Order: All changes to the Contract Documents that include a change in the Contract Price or the Contract Times for previously authorized Work, or changes to the Work requiring Designer’s approval must be made by a Change Order. A Change Order may also be used to establish modifications of the Contract Documents that do not affect the Contract Price or Contract Times. 3. Work Change Directive: A Work Change Directive does not change the Contract Price or the Contract Times, but is evidence that the parties expect that the modifications ordered or documented by a Work Change Directive are to be incorporated in a subsequently issued Change Order following negotiations on the Contract Price and Contract Times. Contractor must submit a Change Proposal seeking an adjustment of the Contract Price or the Contract Times no later than 30 days after the completion of the Work set out in the Work Change Directive if negotiations are unsuccessful under the terms of the Contract Documents governing adjustments, expressly including Paragraphs 11.04 and 11.05. 4. Field Order: Designer may require minor changes in the Work that do not change the Contract Price or Contract Times using a Field Order. OAR may issue a Field Order for non-technical, administrative issues. Submit a Change Proposal if Contractor believes that a Field Order justifies an adjustment in the Contract Price or Contract Times before proceeding with the Work described in the Field Order. B. Perform added or revised Work under the applicable provisions of the Contract Documents for the same or similar Work unless different Drawings, Specifications, or directions are provided in the Modification. 11.02 Owner-Authorized Changes in the Work A. Owner may order additions, deletions, or revisions in the Work at any time as recommended by the Designer to the extent the change: 1. Involves the design as described in the Contract Documents; 2. Involves acceptance of the Work; or 3. Involves other engineering, architectural or technical matters. B. These changes may be authorized by a Modification. Proceed with the Work involved or, in the case of a deletion in the Work, immediately cease construction activities with respect to the deleted Work upon receipt of the Modification. Nothing in this paragraph obligates the Contractor to undertake Work that Contractor reasonably concludes cannot be performed in a manner consistent with Contractor’s safety obligations under the Contract Documents or Laws and Regulations. 11.03 Unauthorized Changes in the Work A. Contractor is not entitled to an increase in the Contract Price or an extension of the Contract Times with respect to Work performed that is not required by the Contract Documents, except in the case of an emergency as provided in Paragraph 7.12, or in the case of uncovering Work as provided in Paragraph 14.05. General Conditions 00 72 00 - 38 Corpus Christi Standards - Regular Projects 03-23-2015 B. Contractor is responsible for costs and time delays associated with variations from the requirements of the Contract Documents unless the variations are specifically approved by Change Order. 11.04 Change of Contract Price A. The Contract Price can only be changed by a Change Order. Any Change Proposal for an adjustment in the Contract Price must comply with the provisions of Paragraph 11.06. Any Claim for an adjustment of Contract Price must comply with the provisions of Article 12. B. An adjustment in the Contract Price is to be determined as follows: 1. By applying unit prices to the quantities of the items involved, subject to the provisions of Paragraph 13.03, where the Work involved is covered by unit prices in the Contract Documents; 2. By a mutually agreed lump sum where the Work involved is not covered by unit prices in the Contract Documents; or 3. Payment on the basis of the Cost of the Work determined as provided in Paragraph 13.01 plus a Contractor’s fee for overhead and profit determined as provided in Paragraph 11.04.D when the Work involved is not covered by unit prices in the Contract Documents or the parties do not reach a mutual agreement to a lump sum. C. The original Contract Price may not be increased by more than 25 percent or the limit set out in Texas Local Government Code 252.048 or its successor statute. Owner may decrease the Work by up to 25 percent of the Contract Price without adjusting Contractor’s fee. D. Contractor’s Fee: Determine the Contractor’s fee for overhead and profit as follows: 1. A mutually acceptable fixed fee; or 2. A fee based on the following percentages of the various portions of the Cost of the Work: a. The Contractor’s fee is 15 percent for costs incurred under Paragraphs 13.01.C.1 and 13.01.C.2; b. The Contractor’s fee is 5 percent for costs incurred under Paragraph 13.01.C.3; c. Fees are to be determined as follows where one or more tiers of subcontracts are used: 1) The Subcontractor’s fee is 15 percent for costs incurred under Paragraphs 13.01.C.1 and 13.01.C.2 for the Subcontractor that actually performs the Work at whatever tier; and 2) The Contractor and Subcontractors of a tier higher than that of the Subcontractor that actually performs the Work are to be allowed a fee of 5 percent of the fee plus underlying costs incurred by the next lower tier Subcontractor; d. No fee is payable on the basis of costs itemized under Paragraphs 13.01.C.4, and 13.01.D; e. Five percent of the net decrease in the cost is to be deducted for changes which result in a net decrease in Contract Price; and General Conditions 00 72 00 - 39 Corpus Christi Standards - Regular Projects 03-23-2015 3. The adjustment in Contractor’s fee is based on the net change in accordance with Paragraphs 11.04.D.2.a through 11.04.D.2.e, inclusive when both additions and credits are involved in any one change. 11.05 Change of Contract Times A. The Contract Times can only be changed by Change Order. Any Change Proposal for an adjustment in the Contract Times must comply with the provisions of Paragraph 11.06. Any Claim for an adjustment in the Contract Times must comply with the provisions of Article 12. B. An adjustment of the Contract Times is subject to the limitations described in Paragraph 4.04. 11.06 Change Proposals A. Submit a Change Proposal to the OAR to: 1. Request an adjustment in the Contract Price or Contract Times; 2. Appeal an initial decision by OPT concerning the requirements of the Contract Documents or relating to the acceptability of the Work under the Contract Documents; 3. Contest a set-off against payment due; or 4. Seek other relief under the Contract Documents. B. Notify the OAR immediately if a Change Proposal is to be submitted. Submit each Change Proposal to OAR no later than 30 days after the event initiating the Change Proposal. Submit the following as part of the Change Proposal: 1. Any proposed change in Contract Price, Contract Times, or other relief, accompanied by a statement that the requested Change Order is the entire adjustment to which Contractor believes it is entitled; 2. The reason for the proposed change; and 3. Supporting data, accompanied by a statement that the supporting data is accurate and complete. C. OAR is to advise OPT regarding the Change Proposal. OPT is to review each Change Proposal and Contractor’s supporting data, and within 30 days after receipt of the documents, direct the OAR to either approve or deny the Change Proposal in whole or in part. OAR is to issue a Change Order for an approved Change Proposal. The Contractor may deem the Change Proposal to be denied if OAR does not take action on the Change Proposal within 30 days and start the time for appeal of the denial under Article 12. 11.07 Execution of Change Orders A. Owner and Contractor are to execute Change Orders covering: 1. Changes in the Contract Price or Contract Times which are agreed to by Owner and Contractor, including undisputed sums or amount of time for Work actually performed in accordance with a Work Change Directive; General Conditions 00 72 00 - 40 Corpus Christi Standards - Regular Projects 03-23-2015 2. Changes in Contract Price resulting from Owner set-offs unless the set-off has been successfully challenged by Contractor; 3. Changes in the Work which are: a. Ordered by Owner pursuant to Paragraph 11.02.A, b. Required because Defective Work was accepted under Paragraph 14.04 or Owner’s correction of Defective Work under Paragraph 14.07, or c. Agreed to by the Owner and Contractor; and 4. Changes in the Contract Price or Contract Times, or other changes under Paragraph 11.06 or Article 12. B. Acceptance of a Change Order by Contractor constitutes a full accord and satisfaction for any and all claims and costs of any kind, whether direct or indirect, including but not limited to impact, delay, or acceleration damages arising from the subject matter of the Change Order. Each Change Order must be specific and final as to prices and extensions of time, with no reservations or other provisions allowing for future additional money or time as a result of the particular changes identified and fully compensated in the Change Order. The execution of a Change Order by Contractor constitutes conclusive evidence of Contractor’s agreement to the ordered changes in the Work. This Contract, as amended, forever releases any claim against Owner for additional time or compensation for matters relating to or arising out of or resulting from the Work included within or affected by the executed Change Order. This release applies to claims related to the cumulative impact of all Change Orders and to any claim related to the effect of a change on unchanged Work. C. All Change Orders require approval by either the City Council or Owner by administrative action. The approval process requires a minimum of 45 days after submission in final form with all supporting data. Receipt of Contractor’s submission by Owner constitutes neither acceptance nor approval of a Bid, nor a warranty that the Bid will be authorized by City Council or administrative action. The time required for the approval process may not be considered a delay and no extensions to the Contract Times or increase in the Contract Price will be considered or granted as a result of the process. Contractor may proceed with Work if a Work Change Directive is issued. D. A Change Order is deemed to be in full force as if executed by Contractor if the Contractor refuses to execute a Change Order that is required to be executed under the terms of this Paragraph 11.07. 11.08 Notice to Surety A. Notify the surety of Modifications affecting the general scope of the Work, changes in the provisions of the Contract Documents, or changes in Contract Price or Contract Times. Adjust the amount of each Bond when Modifications change the Contract Price. General Conditions 00 72 00 - 41 Corpus Christi Standards - Regular Projects 03-23-2015 ARTICLE 12 – CLAIMS 12.01 Claims A. Follow the Claims process described in this Article for the following disputes between Owner and Contractor: 1. A demand or assertion by Owner to Contractor, submitted in accordance with the requirements of the Contract Documents: a. Seeking an adjustment of Contract Price or Contract Times; b. Contesting an initial decision by Designer concerning the requirements of the Contract Documents or the acceptability of Work under the Contract Documents; c. Contesting Designer’s decision regarding a Change Proposal; d. Seeking resolution of a contractual issue that OAR has declined to address; or e. Seeking other relief with respect to the terms of the Contract. 2. A demand or assertion by Contractor to Owner, submitted in accordance with the requirements of the Contract Documents: a. Contesting OPT’s decision regarding a Change Proposal; or b. Seeking resolution of a contractual issue that OPT has declined to address. 12.02 Claims Process A. Claims must be initiated by written notice. B. Claims by Contractor must be in writing and delivered to the Owner, Designer, and the OAR within 7 days: 1. After the start of the event giving rise to the Claim; or 2. After a final decision on a Change Proposal has been made. C. Claims by Owner must be submitted by written notice to Contractor. D. The responsibility to substantiate a Claim rests with the entity making the Claim. E. In the case of a Claim by Contractor seeking an increase in the Contract Price or Contract Times, Contractor must certify that the Claim is made in good faith, that the supporting data is accurate and complete, and that to the best of Contractor’s knowledge and belief, the amount of time or money requested accurately reflects the full amount to which Contractor is entitled. F. The entity receiving a Claim is to review the Claim giving full consideration to its merits. The Owner and Contractor are to seek to resolve the Claim through the exchange of information and direct negotiations. The Owner and Contractor may extend the time for resolving the Claim by mutual agreement. Notify OAR of actions taken on a Claim. G. Owner and Contractor may mutually agree to mediate the underlying dispute at any time after initiation of a Claim. 1. The agreement to mediate suspends the Claim submittal and response process. General Conditions 00 72 00 - 42 Corpus Christi Standards - Regular Projects 03-23-2015 2. Owner or Contractor may unilaterally terminate the mediation process after 60 days from the agreement to mediate and resume the Claim submittal and decision process as of the date of the termination. The Claim process resumes as of the date of the conclusion of the mediation, as determined by the mediator, if the mediation is unsuccessful in resolving the dispute. 3. Owner and Contractor are to each pay one-half of the mediator’s fees and costs. H. If the entity receiving a Claim approves the Claim in part or denies it in part, this action is final and binding unless the other entity invokes the procedure described in Article 17 for final resolution of disputes within 30 days of this action. I. Notify the OAR if efforts to resolve the Claim are not successful, and the Claim is denied. A denial of the Claim is final and binding unless the other entity invokes the procedure described in Article 17 for the final resolution of disputes within 30 days of the denial. J. The results of the agreement or action on the Claim is to be incorporated in a Change Order by the OAR to the extent they affect the Contract Documents, the Contract Price, or the Contract Times if the Owner and Contractor reach a mutual agreement regarding a Claim. ARTICLE 13 – COST OF THE WORK; ALLOWANCES; UNIT PRICE WORK 13.01 Cost of the Work A. The Cost of the Work is the sum of costs described in this Paragraph 13.01, except those excluded in Paragraph 13.01.D, necessary for the proper performance of the Work. The provisions of this Paragraph 13.01 are used for two distinct purposes: 1. To determine Cost of the Work when Cost of the Work is a component of the Contract Price under cost-plus, time-and-materials, or other cost-based terms; or 2. To determine the value of a Change Order, Change Proposal, Claim, set-off, or other adjustment in Contract Price. B. Contractor is entitled only to those additional or incremental costs required because of the change in the Work or because of the event giving rise to the adjustment when the value of the adjustment is determined on the basis of the Cost of the Work. C. Costs included in the Cost of the Work may not exceed the prevailing costs in the proximate area of the Site for similar work unless agreed to by the Owner. Cost of the Work includes only the following items: 1. Payroll costs for Contractor’s employees performing the Work, including one foreman per crew, and other required and agreed upon personnel for the time they are employed on the Work. Employees are to be paid according to wage rates for job classifications as agreed to by Owner. Where the Cost of the Work is being used under provisions of Paragraph 13.01.A.2, rates paid for this Work are to be the same as paid for Contract Work as established by certified payroll. Payroll costs may include: a. Actual costs paid for salaries and wages; b. Actual cost paid for fringe benefits, which may include: 1) Social security contributions, General Conditions 00 72 00 - 43 Corpus Christi Standards - Regular Projects 03-23-2015 2) Unemployment, 3) Excise and payroll taxes, 4) Workers’ compensation, 5) Health and retirement benefits, 6) Bonuses, and 7) Paid time off for sick leave, vacations, and holidays; and c. Actual cost of additional compensation paid for performing Work outside of regular working hours, on Saturday, Sunday, or legal holidays, to the extent authorized by Owner. 2. Cost of materials and equipment furnished and incorporated in the Work, including transportation and storage costs and required Suppliers’ field services. Contractor may retain cash discounts unless Owner provided funds to the Contractor for early payment of these materials and equipment. Cash discounts are to be credited to Owner if the Owner provides funds for early payment. Make provisions for trade discounts, rebates, refunds, and returns from sale of surplus materials and equipment and reduce the Cost of the Work by these amounts. 3. Payments made by Contractor to Subcontractors for Work performed by Subcontractors. Obtain competitive bids from Subcontractors acceptable to Owner unless Owner agrees to use Subcontractors proposed by the Contractor. Bids are to be opened in the presence of the OAR and other designated members for the OPT. Provide copies of bids to the OAR to use in determining, with the OPT, which bids are acceptable. The Subcontractor’s Cost of the Work and fee are determined in the same manner as Contractor’s Cost of the Work and fee as provided in this Paragraph 13.01 if the subcontract provides that the Subcontractor is to be paid on the basis of Cost of the Work plus a fee. 4. Supplemental costs including the following: a. The proportion of necessary transportation, travel, and subsistence expenses of Contractor’s employees incurred in discharge of duties connected with the Work; b. Costs of materials, supplies, equipment, machinery, appliances, office, and temporary facilities at the Site including transportation and maintenance costs; c. Costs of hand tools not owned by the workers consumed in the performance of the Work. Costs of hand tools not owned by the workers which are used but not consumed in the performance of the Work and which remain the property of Contractor, less their market value when Work is completed; d. Rental of construction equipment, including the costs of transporting, loading, unloading, assembling, dismantling, and removing construction equipment, whether rented from Contractor or others, in accordance with rental agreements approved by Owner. Costs for rental of equipment will not be paid when the equipment is no longer necessary for the Work. Justify idle time for equipment by demonstrating that it was necessary to keep equipment on Site for related future Work; General Conditions 00 72 00 - 44 Corpus Christi Standards - Regular Projects 03-23-2015 e. Applicable sales, consumer, use, and other similar taxes related to the Work for which the Owner is not exempt, and which Contractor pays consistent with Laws and Regulations; f. Deposits lost for causes other than negligence of Contractor’s Team; g. Royalty payments and fees for permits and licenses; h. Cost of additional utilities, fuel, and sanitary facilities at the Site; i. Minor expense items directly required by the Work; and j. Premiums for Bonds and insurance required by the Contract Documents. D. The Cost of the Work does not include the following items: 1. Payroll costs and other compensation of Contractor’s officers, executives, principals of partnerships and sole proprietorships, general managers, safety managers, superintendents, engineers, architects, estimators, attorneys, auditors, accountants, purchasing and contracting agents, expediters, clerks, and other personnel employed by Contractor, whether at the Site or in Contractor’s principal or branch office, for general administration of the Work and not specifically included in the agreed upon schedule of job classifications referred to in Paragraph 13.01.C.1 or specifically covered by Paragraph 13.01.C.4. These administrative costs are covered by the Contractor’s fee. 2. Office expenses other than Contractor’s office at the Site. 3. Any part of Contractor’s capital expenses, including interest on Contractor’s capital employed for the Work and charges against Contractor for delinquent payments. 4. Costs due to the actions of Contractor’s Team for the correction of Defective Work, disposal of materials or equipment that do not comply with Specifications, and correcting damage to property. 5. Losses, damages, and related expenses caused by damage to the Work or sustained by Contractor in connection with the performance of the Work. Contractor is entitled to recover costs if covered by insurance provided in accordance with Article 6. Such losses may include settlements made with the approval of Owner. Do not include these losses, damages, and expenses in the Cost of the Work when determining Contractor’s fee. 6. Any Indemnified Cost paid with regard to Contractor’s indemnification of Owner’s Indemnitees. 7. Other overhead or general expense costs and the costs of items not described in Paragraphs 13.01.C. E. The Contractor’s fee is determined as follows: 1. In accordance with the Agreement when the Work is performed on a cost-plus basis. 2. In accordance with Paragraph 11.04.C for Work covered by a Modification determined on the basis of Cost of the Work. F. Establish and maintain records in accordance with generally accepted accounting practices and submit these records, including an itemized cost breakdown together with supporting General Conditions 00 72 00 - 45 Corpus Christi Standards - Regular Projects 03-23-2015 data, in a form and at intervals acceptable to OAR whenever the Cost of the Work is to be determined pursuant to this Paragraph 13.01. 13.02 Allowances A. Include allowances specified in the Contract Documents in the Contract Price and provide Work covered by the allowance as authorized by the Owner through the OAR. B. Contractor agrees that: 1. The cash allowance is used to compensate the Contractor for the cost of furnishing materials and equipment for the Work covered by the allowance item in the Contract Documents. Cost may include applicable taxes. Make provisions for trade discounts, rebates, and refunds and reduce the allowance costs by these amounts. 2. Contractor’s costs for unloading and handling on the Site, labor, installation, overhead, profit, and other expenses contemplated for the cash allowances have been included in the Contract Price and not in the allowances; and 3. Costs for cash allowances and installation costs as described in Paragraphs 13.02.B.1 and 13.02.B.2 above are included in the Contract Price. C. OAR will issue a Change Order to adjust the Contract Price by the difference between the allowance amount and the actual amount paid by Contractor for Work covered by the allowance. The Change Order will be issued at the time costs are incurred by Contractor for Work covered by the allowance and this Work is included on the Application for Payment. 13.03 Unit Price Work A. The initial Contract Price for Unit Price Work is equal to the sum of the unit price line items in the Agreement. Each unit price line item amount is equal to the product of the unit price for each line item times the estimated quantity of each item as indicated in the Agreement. B. The estimated quantities of items of Unit Price Work are not guaranteed and are solely for the purpose of comparing Bids and determining an initial Contract Price. Payments to Contractor for Unit Price Work are to be based on actual quantities measured for Work in place. C. Each unit price is deemed to include an amount considered by Contractor to be adequate to cover Contractor’s overhead and profit for each separately identified item. D. OAR is to determine the actual quantities and classifications of Unit Price Work performed by Contractor to be incorporated into each Application for Payment. OAR’s decision on actual quantities is final and binding, subject to the provisions of Paragraph 13.03.E. E. Contractor may submit a Change Proposal, or Owner may file a Claim, seeking an adjustment in the Contract Price within 30 days of OAR’s decision under Paragraph 13.03.D, if: 1. The total cost of a particular item of Unit Price Work amounts to 20 percent or more of the total Contract Price and the variation in the quantity of that particular item of Unit Price Work performed by the Contractor differs by more than 20 percent from the estimated quantity of an item indicated in the Agreement; 2. There is no corresponding adjustment with respect to other items of Work; and General Conditions 00 72 00 - 46 Corpus Christi Standards - Regular Projects 03-23-2015 3. Contractor believes it has incurred additional expense as a result of this condition or if Owner believes that the quantity variation entitles Owner to an adjustment in the Contract Price. 13.04 Contingencies A. Contingency funds may be included in the Contract Price to pay for Work not defined specifically by the Contract Documents that is essential to the completion of the Project. Contingency funds will be as described in the Agreement. B. The contingency funds may be used for costs incurred by the Contractor provided these costs are approved by the Owner. Costs are to be determined and documented in accordance with Paragraph 13.01. The contingency funds are not to be used for the following items: 1. Cost overruns due to changes in material costs after the Contract Price is established, unless specific price escalation provisions are made in the Agreement. 2. Rework required to correct Defective Work. 3. Inefficiencies in completing the Work due to the Contractor’s selected means, methods, sequences, or procedures of construction. 4. Work Contractor failed to include in the Contract Price. 5. Changes required by changes in Laws and Regulations enacted after the Contract Price is established. 6. Any Work that does not constitute a change in Scope in the Work included in the Contract Price. C. OAR is to issue a Change Order for approved expenditures from contingency funds. When the Change Order is issued, the costs are to be added to the Application for Payment. Contractor is to maintain a tabulation showing the contingency amount, adjustments to the contingency amount, and amounts remaining as the Project progresses. D. Any contingency amounts that are not included in a Change Order are retained by the Owner. A Change Order will be issued to deduct unused contingency amounts from the Contract Price prior to Final Payment. ARTICLE 14 – TESTS AND INSPECTIONS; CORRECTION, REMOVAL, OR ACCEPTANCE OF DEFECTIVE WORK 14.01 Access to Work A. Provide safe access to the Site and the Work for the observation, inspection, and testing of the Work in progress. Contractor can require compliance with Contractor’s safety procedures and programs as part of providing safe access. 14.02 Tests, Inspections, and Approvals A. OPT may retain and pay for the services of an independent inspector, testing laboratory, or other qualified individual or entity to perform inspections. Notify OAR when the Work is ready for required inspections and tests. Provide adequate notice to allow for coordination General Conditions 00 72 00 - 47 Corpus Christi Standards - Regular Projects 03-23-2015 with entities providing inspection or testing as determined by the OAR. Cooperate with inspection and testing personnel and assist with providing access for required inspections, tests, and handling test specimens or Samples. B. Arrange for and facilitate inspections, tests, and approvals required by Laws or Regulations of governmental entities having jurisdiction that require Work to be inspected, tested, or approved by an employee or other representative of that entity. Pay associated costs and furnish OAR with the required certificates of inspection or approval. C. Arrange, obtain, and pay for inspections and tests required: 1. By the Contract Documents, unless the Contract Documents expressly allocate responsibility for a specific inspection or test to OPT; 2. To attain OPT’s acceptance of materials or equipment to be incorporated in the Work; 3. By manufacturers of equipment furnished under the Contract Documents; 4. For testing, adjusting, and balancing of mechanical, electrical, and other equipment to be incorporated into the Work; 5. For acceptance of materials, mix designs, or equipment submitted for approval prior to Contractor’s purchase thereof for incorporation in the Work; 6. For re-inspecting or retesting Defective Work, including any associated costs incurred by the testing laboratory for cancelled tests or standby time; and 7. For retesting due to failed tests. D. Provide independent inspectors, testing laboratories, or other qualified individuals or entities acceptable to OPT to provide these inspections and tests. 14.03 Defective Work A. It is Contractor’s obligation to assure that the Work is not Defective. B. OPT has the authority to determine whether Work is Defective and to reject Defective Work. C. OAR is to notify Contractor of Defective Work of which OPT has actual knowledge. D. Promptly correct Defective Work. E. Take no action that would void or otherwise impair Owner’s special warranties or guarantees when correcting Defective Work. F. Pay claims, costs, losses, and damages arising out of or relating to Defective Work, including: 1. Costs for correction, removal, and replacement of Defective Work; 2. Cost of the inspection and testing related to correction of Defective Work; 3. Fines levied against Owner by governmental authorities because of Defective Work; and 4. Costs of repair or replacement of work of others resulting from Defective Work. General Conditions 00 72 00 - 48 Corpus Christi Standards - Regular Projects 03-23-2015 14.04 Acceptance of Defective Work A. Owner may elect to accept Defective Work instead of requiring correction or removal and replacement of Defective Work provided: 1. This acceptance occurs prior to final payment; 2. Designer confirms that the Defective Work is in general accordance with the design intent and applicable engineering or architectural principles; and 3. Designer confirms that acceptance of the Defective Work does not endanger public health or safety. B. Owner may impose a reasonable set-off against payments due under Article 15 for costs associated with OPT’s evaluation of Defective Work to determine if it can be accepted and to determine the diminished value of the Work. Owner may impose a reasonable set-off against payments due under Article 15 if the parties are unable to agree as to the decrease in the Contract Price to compensate Owner for the diminished value of Defective Work accepted. OAR is to issue a Modification for acceptance of the Defective Work prior to final payment. Pay an appropriate amount to Owner if the acceptance of Defective Work occurs after final payment. 14.05 Uncovering Work A. OPT has the authority to require inspection or testing of the Work, whether or not the Work is fabricated, installed, or completed. B. Work that is covered prior to approval of the OAR must be uncovered for OPT’s observation if requested by OAR. Pay for uncovering Work and its subsequent restoration unless Contractor has given OAR timely notice of Contractor’s intention to cover the Work and OAR fails to act with reasonable promptness in response to this notice. C. Provide necessary labor, material, and equipment and uncover, expose, or otherwise make available the portion of the Work suspected of being Defective for observation, inspection, or testing if OPT considers it necessary or advisable that covered Work be observed by Designer or inspected or tested by others as directed by the OAR. 1. Pay for claims, costs, losses, and damages associated with uncovering, exposing, observing, inspecting, and testing if it is found that the uncovered Work is Defective. Pay costs for correction of Defective Work. Pay for reconstruction, repair, or replacement of work of others if it is found that the uncovered Work is Defective. 2. Submit a Change Proposal for an increase in the Contract Price or an extension of the Contract Times directly attributable to this uncovering, exposure, observation, inspection, testing, and reconstruction if the uncovered Work is found to be not Defective. 14.06 Owner May Stop the Work A. Owner may order Contractor to stop the Work if: 1. The Work is Defective; 2. Contractor fails to supply sufficient skilled workers or suitable materials or equipment; or General Conditions 00 72 00 - 49 Corpus Christi Standards - Regular Projects 03-23-2015 3. Contractor performs Work that may fail to conform to the Contract Documents when completed. This stop work order is to remain in effect until the reason for the stop work order has been eliminated. Owner’s right to stop the Work does not create a duty to exercise this right for the benefit of Contractor’s Team or surety. 14.07 Owner May Correct Defective Work A. Owner may remedy the following deficiencies after 7 days’ notice to Contractor if: 1. Contractor fails to correct Defective Work, or to remove and replace rejected Work as required by OPT; 2. Contractor fails to perform the Work in accordance with the Contract Documents; or 3. Contractor fails to comply with other provisions of the Contract Documents. B. Owner may: 1. Exclude Contractor from the Site; 2. Take possession of the Work and suspend Contractor’s services related to the Work; and 3. Incorporate stored materials and equipment in the Work. C. Allow OPT access to the Site and off Site storage areas to enable Owner to exercise the rights and remedies under this Paragraph 14.07. D. All claims, costs, losses, and damages incurred or sustained by Owner in exercising the rights and remedies under this Paragraph 14.07 are to be charged against Contractor as a set-off against payments due under Article 15. These claims, costs, losses, and damages include costs of repair and the cost of replacement of work of others destroyed or damaged by correction, removal, or replacement of Contractor’s Defective Work. E. Contractor is not allowed an extension of the Contract Times because of delays in the performance of the Work attributable to the exercise of the Owner’s rights and remedies under this Paragraph 14.07. ARTICLE 15 – PAYMENTS TO CONTRACTOR; SET-OFFS; COMPLETION; CORRECTION PERIOD 15.01 Progress Payments A. Progress payments are to be submitted to the OAR on the Application for Payment form provided by the OAR following procedures in the Contract Documents. 1. Progress payments for lump sum Work are to be paid on the basis of the earned value to date at the amounts shown in the Schedule of Values submitted as required by Paragraph 2.03. Final payment will be for the total lump sum amount. 2. Progress payments for Unit Price Work are based on the number of units completed as determined under the provisions of Paragraph 13.03. General Conditions 00 72 00 - 50 Corpus Christi Standards - Regular Projects 03-23-2015 3. Progress payments for Work to be paid on the basis of the Cost of the Work per Paragraphs 13.01, 13.02 and 13.04 are to be paid for Work completed by Contractor during the pay period. B. Reduction in Payment by Owner: 1. Owner is entitled to impose a set-off against payment based on the following: a. Claims made against Owner or costs, losses, or damages incurred by Owner related to: 1) Contractor’s conduct in the performance of the Work, including, but not limited to, workplace injuries, non-compliance with Laws and Regulations, or patent infringement; or 2) Contractor’s failure to take reasonable and customary measures to avoid damage, delay, disruption, and interference with other work at or adjacent to the Site, including but not limited to, workplace injuries, property damage, and non-compliance with Laws and Regulations. b. Owner has been required to remove or remediate a Hazardous Environmental Condition for which Contractor is responsible; c. Work is Defective, or completed Work has been damaged by Contractor’s Team, requiring correction or replacement; d. Owner has been required to correct Defective Work or complete Work in accordance with Paragraph 14.07; e. The Contract Price has been reduced by Change Orders; f. Events have occurred that would constitute a default by Contractor justifying a termination for cause; g. Liquidated damages have accrued as a result of Contractor’s failure to achieve Milestones, Substantial Completion, or completion of the Work; h. Liens have been filed in connection with the Work, except where Contractor has delivered a specific Bond satisfactory to Owner to secure the satisfaction and discharge of these Liens; i. Owner has been notified of failure to make payments to Subcontractors, Suppliers, or Employees; j. Failure to submit up-to-date record documents as required by the Contract Documents; k. Failure to submit monthly Progress Schedule updates or revised schedules as requested by the OAR; l. Failure to provide Project photographs required by the Contract Documents; m. Failure to provide Certified Payroll required by the Contract Documents; n. Compensation for OPT for overtime charges of OAR or RPR, third review of documents, review of substitutions, re-inspection fees, inspections or designs related to correction of Defective Work, or other services identified as requiring payment by the Contractor; General Conditions 00 72 00 - 51 Corpus Christi Standards - Regular Projects 03-23-2015 o. Costs for tests performed by the Owner to verify that Work previously tested and found to be Defective has been corrected; p. OPT has actual knowledge of the occurrence of events that would constitute a default by Contractor and therefore justify termination for cause under the Contract Documents with associated cost impacts; q. Other items entitling Owner to a set-off against the amount recommended; or r. Payment would result in an over-payment of the Contract Price. 2. Compensation for services of OPT staff is to be at the rates established by negotiations between OPT and Contractor. 3. OAR is to notify Contractor stating the amount and the reasons for an imposed set-off. The Owner is to pay the Contractor amounts remaining after deduction of the set-off. Owner is to pay the set-off amount agreed to by Owner and Contractor if Contractor remedies the reasons for the set-off. Contractor may submit a Change Proposal contesting the set-off. C. Delayed Payments: 1. No money shall be paid by Owner upon any claim, debt, demand, or account whatsoever, to any person, firm, or corporation who is in arrears to Owner for taxes; and Owner shall be entitled to counterclaim and automatically offset against any such debt, claim, demand, or account in the amount of taxes so in arrears and no assignment or transfer of such debt, claim, demand, or account after said taxes are due, shall affect the right of Owner to offset said taxes, and associated penalties and interest if applicable, against the same. 2. No payment will be made for Work authorized by a Work Change Directive until the Work Change Directive is incorporated into a Change Order. Payment can be included in an Application for payment when the Change Order is approved. D. The Owner is to pay the amount of payment recommended by the OAR within 30 days after receipt of the Application for Payment and accompanying documentation from the OAR. 15.02 Contractor’s Warranty of Title A. Contractor warrants and guarantees that title to the Work, materials, and equipment furnished under the Contract is to pass to Owner free and clear of Liens, title defects, and patent, licensing, copyright, or royalty obligations no later than 7 days after the time of payment by Owner of the Application for Payment which includes these items. 15.03 Substantial Completion A. Notify OAR when Contractor considers the entire Work substantially complete and request a Certificate of Substantial Completion. B. OPT is to inspect the Work after Contractor’s notification to determine if the Work is substantially complete. OAR is to either issue the Certificate of Substantial Completion which sets the date of Substantial Completion or notify Contractor of the reasons the Project is not considered to be substantially complete. General Conditions 00 72 00 - 52 Corpus Christi Standards - Regular Projects 03-23-2015 C. The OPT and Contractor are to meet to discuss Owner’s use or occupancy of the Work following Substantial Completion. Items to be discussed at this meeting include: 1. Review of insurance policies with respect to the end of the Contractor’s coverage, and confirm the transition to coverage of the Work under a permanent property insurance policy held by Owner; 2. Owner’s assumption of responsibility for security, operation, protection of the Work, maintenance, and utilities upon Owner’s use or occupancy of the Work; 3. Contractor’s obligations for operations and maintenance during performance and acceptance testing; 4. Contractor’s access to the Site to complete punch list items; and 5. Procedures for correction of Defective Work during the 1-year correction period. 15.04 Partial Utilization A. Owner may use or occupy substantially completed parts of the Work which are specifically identified in the Contract Documents, or which OPT and Contractor agree constitutes a separately functioning and usable part of the Work prior to Substantial Completion of the Work. Owner must be able to use that part of the Work for its intended purpose without significant interference with Contractor’s performance of the remainder of the Work. Contractor and OPT are to follow the procedures of Paragraph 15.03 for this part of the Work. B. No use or occupancy or separate operation of part of the Work may occur prior to compliance with the requirements of Article 6. 15.05 Final Inspection A. OPT is to make a final inspection upon notice from Contractor that the entire Work or portion to be accepted under Paragraph 15.04 is complete. OAR is to notify Contractor of Work determined to be incomplete or Defective. Immediately take corrective measures to complete the Work and correct Defective Work. 15.06 Final Payment A. Make Application for Final Payment after completing required corrections identified during the final inspection and delivering items and documents required by the Contract Documents. Provide the following with the final Application for Payment: 1. Consent of Surety to Final Payment acknowledging unsettled disputes; and 2. Certification of Payment of Debts and Claims or Certification of Release of Liens or furnish receipts or releases in full from Subcontractors and Suppliers. B. OAR is to either recommend payment of the final Application for Payment to Owner if OPT is satisfied that the Work has been completed and Contractor’s other obligations under the Contract Documents have been fulfilled or notify the Contractor of the OPT’s reasons for not recommending final payment. General Conditions 00 72 00 - 53 Corpus Christi Standards - Regular Projects 03-23-2015 C. The Work is complete, subject to surviving obligations, when it is ready for final payment as established by the OAR’s recommendation of payment of the final Application for Payment to Owner and the issuance of a Certificate of Final Completion. D. The Owner is to pay the amount of final payment recommended by the OAR within 30 days after receipt of the final Application for Payment and accompanying documentation from the OAR. 15.07 Waiver of Claims A. The making of final payment does not constitute a waiver by Owner of claims or rights against Contractor. Owner expressly reserves claims and rights arising from: 1. Unsettled Liens or claims for non-payment; 2. Defective Work appearing after final inspection pursuant to Paragraph 15.05; 3. Contractor’s failure to comply with the Contract Documents or the terms of specified special guarantees; or 4. Contractor’s continuing obligations under the Contract Documents. B. Contractor waives claims and rights against Owner by accepting final payment with the exception of those Claims made in accordance with the provisions of Article 17 and specifically noted in the Certificate of Final Completion. 15.08 Correction Period A. Promptly correct Defective Work without cost to Owner for 1 year after the date of Substantial Completion or longer periods of time prescribed by the terms of the Contract Documents. B. Promptly correct damages to the Site or adjacent areas that Contractor has arranged to use through construction easements or other agreements. Promptly correct damages to Work or the work of others. Make corrections without cost to Owner. C. Owner may have the Defective Work and damages described in Paragraphs 15.08.A and 15.08.B corrected if Contractor does not comply with the terms of OAR’s instructions, or in an emergency where delay would cause serious risk of loss or damage. D. Contractor’s obligation to indemnify Owner’s Indemnitees for claims arising out of or related to the correction of Defective Work are as set forth in Paragraph 7.14. E. The correction period starts to run from the date when a specific item of equipment or systems are placed in continuous beneficial use by Owner before Substantial Completion of Work if so provided in the Specifications or if accepted for beneficial use by the Owner. F. The correction period is extended for an additional period of 1 year for Defective Work corrected after the date of Substantial Completion or after the accepted date the correction period starts to run as described in Paragraph 15.08.E. This extended correction period starts to run when Defective Work has been satisfactorily corrected under this Paragraph 15.08. General Conditions 00 72 00 - 54 Corpus Christi Standards - Regular Projects 03-23-2015 G. Contractor’s obligations under this Paragraph 15.08 are in addition to other obligations or warranties. The provisions of this Paragraph 15.08 are not a substitute for, or a waiver of, the provisions of applicable statutes of limitation or repose. ARTICLE 16 – SUSPENSION OF WORK AND TERMINATION 16.01 Owner May Suspend Work A. Owner may suspend the Work or a portion of the Work for a period of not more than 90 consecutive days, at any time and without cause, by notice to Contractor. This notice fixes the date on which Contractor is to resume Work. Contractor is entitled to adjustments in the Contract Price and Contract Times directly attributable to this suspension only if efforts are made to mitigate the cost impacts of the suspension. Meet with the Owner within 10 days of the notice of suspension to discuss specific strategies to reduce or eliminate the cost of delays. Submit a Change Proposal seeking an adjustment no later than 30 days after the date fixed for resumption of Work. 16.02 Owner May Terminate for Cause A. The occurrence of one or more of the following events constitutes a default by Contractor and justifies termination for cause: 1. Contractor’s persistent failure to perform the Work in accordance with the Contract Documents, including failure to supply sufficient skilled workers or suitable materials or equipment; 2. Failure to adhere to the Progress Schedule; 3. Failure of the Contractor to provide a satisfactory replacement Bond or insurance in the event either is lost or canceled; 4. Failure of Contractor to maintain financial solvency to adequately complete the Project as indicated by one or more of the following: a. A petition of bankruptcy is filed by or against Contractor, b. Contractor is adjudged as bankrupt or insolvent, c. Contractor or surety makes a general assignment for the benefit of creditors, d. A receiver is appointed for the benefit of Contractor’s creditors, or e. A receiver is appointed on account of Contractor’s insolvency; 5. Contractor’s disregard of Laws or Regulations of public bodies having jurisdiction; or 6. Contractor’s repeated disregard of the authority of OPT. B. Contractor and surety must provide adequate assurance of future performance in accordance with the Contract Documents that is satisfactory to Owner if Contractor is believed to be in financial distress due to the existence of one or more of the indicators listed in Paragraph 16.02.A.4. Owner may terminate this Contract if Contractor and surety fail to provide adequate documentation satisfactory to Owner within 10 days of OAR’s request for this information. General Conditions 00 72 00 - 55 Corpus Christi Standards - Regular Projects 03-23-2015 C. Owner may declare Contractor to be in default, give notice to Contractor and surety that the Contract is terminated, and enforce the rights available to Owner under the Performance Bond after giving Contractor and surety 10 days’ notice that one or more of the events identified in Paragraph 16.02.A has occurred. D. Owner may exclude Contractor from the Site, take possession of the Work, incorporate the materials and equipment stored and complete the Work as Owner may deem expedient if Owner has terminated the Contract for cause. E. Owner may elect not to proceed with termination of the Contract under this Paragraph 16.02 if Contractor begins to cure the cause for termination within 7 days of receipt of notice of intent to terminate. F. Contractor is not entitled to receive further payments until the Work is completed if Owner proceeds as provided in this Paragraph 16.02. The amount of the Contract Price remaining is to be paid to the Contractor if the unpaid balance exceeds the cost to complete the Work. This cost to complete the Work may include related claims, costs, losses, damages, and the fees and charges of engineers, architects, attorneys, and other professionals retained by Owner. Pay the difference to Owner if the cost to complete the Work including related claims, costs, losses, and damages exceeds the unpaid balance of the Contract Price. Claims, costs, losses, and damages incurred by Owner are to be reviewed as to their reasonableness and incorporated in a Change Order by OAR. Owner is not required to obtain the lowest price for the Work performed when exercising its rights or remedies under this paragraph. G. Termination does not affect the rights or remedies of Owner against Contractor or against surety under the Payment Bond or Performance Bond. Owner does not release Contractor from liability by paying or retaining money due Contractor. 16.03 Owner May Terminate For Convenience A. Owner may terminate the Contract without cause after giving 7 days’ notice to Contractor of the effective date of termination. Contractor is to be paid for the following if Owner terminates for convenience: 1. Work completed in accordance with the Contract Documents prior to the effective date of termination; 2. Actual costs sustained prior to the effective date of termination for Work in progress, plus a fee calculated in accordance with Paragraph 11.04.D.; and 3. Reasonable expenses directly attributable to termination, including costs incurred to prepare a termination for convenience cost proposal. B. No payment is payable to Contractor for loss of anticipated overhead, profits or revenue, or other economic loss arising out of or resulting from this termination. General Conditions 00 72 00 - 56 Corpus Christi Standards - Regular Projects 03-23-2015 ARTICLE 17 – FINAL RESOLUTION OF DISPUTES 17.01 Methods and Procedures A. The Owner or Contractor may appeal a Claim, approved or denied in part or in full, by: 1. Electing to invoke the dispute resolution process if one is provided for in the Supplementary Conditions; 2. Agreeing with the other party to submit the dispute to a dispute resolution process; or 3. Notifying the other party of the intent to submit the dispute to a court of competent jurisdiction if no dispute resolution process is provided for in the Supplementary Conditions or mutually agreed to. ARTICLE 18 – MISCELLANEOUS 18.01 Computation of Times A. Exclude the first day and include the last day when determining dates for a period of time referred to in the Contract Documents by days. The last day of this period is to be omitted from the determination if it falls on a Saturday, Sunday, or a legal holiday. B. All references and conditions for a Calendar Day Contract in the Contract Documents apply for a Fixed Date Contract. A Fixed Date Contract is one in which the calendar dates for reaching Substantial Completion and/or final completion are specified in lieu of identifying the number of days involved. 18.02 Owner’s Right to Audit Contractor’s Records A. By execution of the Contract, Contractor grants Owner the right to audit, examine, inspect and/or copy, at Owner's election at all reasonable times during the term of this Contract and for a period of four (4) years following the completion or termination of the Work, all of Contractor's written and electronically stored records and billings relating to the performance of the Work under the Contract Documents. The audit, examination or inspection may be performed by an Owner designee, which may include its internal auditors or an outside representative engaged by Owner. Contractor agrees to retain its records for a minimum of four (4) years following termination of the Contract, unless there is an ongoing dispute under the Contract, then, such retention period must extend until final resolution of the dispute. As used in these General Conditions, "Contractor written and electronically stored records" include any and all information, materials and data of every kind and character generated as a result of the work under this Contract. Example of Contractor written and electronically stores records include, but are not limited to: accounting data and reports, billings, books, general ledgers, cost ledgers, invoices, production sheets, documents, correspondences, meeting notes, subscriptions, agreements, purchase orders, leases, contracts, commitments, arrangements, notes, daily diaries, reports, drawings, receipts, vouchers, memoranda, time sheets, payroll records, policies, procedures, Subcontractor agreements, Supplier agreements, rental equipment proposals, federal and state tax filings for any issue in question, along with any and all other agreements, sources of information and matters that may, in Owner's sole judgment, General Conditions 00 72 00 - 57 Corpus Christi Standards - Regular Projects 03-23-2015 have any bearing on or pertain to any matters, rights, duties or obligations under or covered by any Agreement Documents. B. Owner agrees to exercise the right to audit, examine or inspect Contractor’s records only during regular business hours. Contractor agrees to allow Owner and/or Owner’s designee access to all of the Contractor's Records, Contractor's facilities and current or former employees of Contractor, deemed necessary by Owner or its designee(s), to perform such audit, inspection or examination. Contractor also agrees to provide adequate and appropriate work space necessary for Owner or its designees to conduct such audits, inspections or examinations. C. Contractor must include this Section in any Subcontractor, supplier or vendor contract. 18.03 Independent Contractor A. Contractor is to perform its duties under this Contract as an independent contractor. The Contractor’s Team and their personnel are not considered to be employees or agents of the Owner. Nothing in this Contract is to be interpreted as granting Contractor’s Team the right or authority to make commitments for the Owner. This Contract does not constitute or create a joint venture, partnership, or formal business organization of any kind. 18.04 Cumulative Remedies A. The duties and obligations imposed by these General Conditions and the rights and remedies available to the Owner or Contractor by these General Conditions are in addition to, and are not a limitation of, the rights and remedies which are otherwise imposed or available by: 1. Laws or Regulations; 2. Special warranties or guarantees; or 3. Other provisions of the Contract Documents. B. The provisions of this Paragraph 18.03 are as effective as if repeated specifically in the Contract Documents in connection with each particular duty, obligation, right, and remedy to which they apply. 18.05 Limitation of Damages A. Owner’s Indemnitees are not liable to Contractor for claims, costs, losses, or damages sustained by Contractor’s Team associated with other projects or anticipated projects. 18.06 No Waiver A. The failure of Owner or Contractor to enforce any provision of this Contract does not constitute a waiver of that provision, affect the enforceability of that provision, or the enforceability of the remainder of this Contract. 18.07 Severability A. If a court of competent jurisdiction renders a part of this Contract invalid or unenforceable, that part is to be severed and the remainder of this Contract continues in full force. General Conditions 00 72 00 - 58 Corpus Christi Standards - Regular Projects 03-23-2015 18.08 Survival of Obligations A. Representations, indemnifications, warranties, guarantees, and continuing obligations required by the Contract Documents survive completion and acceptance of the Work or termination of the Contract. 18.09 No Third Party Beneficiaries A. Nothing in this Contract can be construed to create rights in any entity other than the Owner and Contractor. Neither the Owner nor Contractor intends to create third party beneficiaries by entering into this Contract. 18.10 Assignment of Contract A. This Contract may not be assigned in whole or in part by the Contractor without the consent of the Owner. 18.11 No Waiver of Sovereign Immunity A. The Owner has not waived its sovereign immunity by entering into and performing its obligations under this Contract. 18.12 Controlling Law A. This Contract is governed by the laws of the State of Texas without regard to its conflicts of laws. Venue for legal proceedings lies exclusively in Nueces County, Texas. 18.13 Conditions Precedent to Right to Sue A. Notwithstanding anything herein to the contrary, Contractor will have at least 90 days to give notice of a claim for damages as a condition precedent to the right to sue on the Contract, subject to the contractual Claims and Alternative Dispute Resolution processes set forth herein. 18.14 Waiver of Trial by Jury A. Owner and Contractor agree that they have knowingly waived and do hereby waive the right to trial by jury and have instead agreed, in the event of any litigation arising out of or connected to this Contract, to proceed with a trial before the court, unless both parties subsequently agree otherwise in writing. 18.15 Attorney Fees A. The Parties expressly agree that, in the event of litigation, all parties waive rights to payment of attorneys’ fees that otherwise might be recoverable, pursuant to the Texas Civil Practice and Remedies Code Chapter 38, Texas Local Government Code §271.153, the Prompt Payment Act, common law or any other provision for payment of attorney’s fees. 18.16 Compliance with Laws A. Comply with the Americans with Disabilities Act of 1990 as amended (ADA) and Texas Architectural Barriers Act and all regulations relating to either statute. General Conditions 00 72 00 - 59 Corpus Christi Standards - Regular Projects 03-23-2015 B. Comply with all applicable federal, state, and city laws, rules and regulations. 18.17 Enforcement A. The City Manager or designee and the City Attorney or designee, are fully authorized and will have the right to enforce all legal rights and obligations under the Contract without further authorization from City Council. 18.18 Subject to Appropriation A. Funds are appropriated by the Owner on a yearly basis. If for any reason funds are not appropriated in any given year, the Owner may direct immediate suspension or termination of the Contract, with no additional liability to the Owner. If the Contractor is terminated or suspended and the Owner requests remobilization at a later date, the Contractor may request payment for reasonable demobilization/remobilization costs. Such costs shall be addressed through a Change Order to the Contract. Under no circumstances may a provision or obligation under this Contract be interpreted as contrary to this paragraph. 18.19 Contract Sum A. The Contract Sum is stated in the Contract and, including authorized adjustments, is the total maximum not-to-exceed amount payable by Owner to Contractor for performance of the Work under the Contract Documents. Contractor accepts and agrees that all payments pursuant to this Contract are subject to the availability and appropriation of funds by the Corpus Christi City Council. If funds are not available and/or appropriated, this Contract shall immediately be terminated with no liability to any party to this Contract. 18.20 Contractor’s Guarantee as Additional Remedy A. The Contractor’s guarantee is a separate and additional remedy available to benefit the Owner. Neither the guarantee nor the expiration of the guarantee period will operate to reduce, release, or relinquish any rights or remedies available to the Owner for any claims or causes of action against the Contractor or any other individual or entity. END OF SECTION General Conditions 00 72 00 - 60 Corpus Christi Standards - Regular Projects 03-23-2015 Insurance Requirements 00 72 01 - 1 Packery Pointe Park Road 22 at Aquarius Street Signal and Turn Lanes Improvement Plan Re-bid – Project No. E15155 REV 07-03-2014 00 72 01 INSURANCE REQUIREMENTS ARTICLE 1 – INSURANCE REQUIREMENTS 1.01 CONTRACTOR’S INSURANCE AMOUNTS A. Provide the insurance coverage for at least the following amounts unless greater amounts are required by Laws and Regulations: Type of Insurance Minimum Insurance Coverage Commercial General Liability including 1. Commercial Form 2. Premises - Operations 3. Explosions and Collapse Hazard 4. Underground Hazard 5. Products / Completed Operations Hazard 6. Contractual Liability 7. Broad Form Property Damage 8. Independent Contractors 9. Personal & Advertising Injury $1,000,000 Per Occurrence $2,000,000 Aggregate Business Automobile Liability - Owned, Non-Owned, Rented and Leased $1,000,000 Combined Single Limit Workers’ Compensation Statutory Employer’s Liability $500,000/ 500,000/ 500,000 Excess Liability/Umbrella Liability $1,000,000 Per Occurrence Contractor’s Pollution Liability / Environmental Impairment Coverage Not limited to sudden and accidental discharge. To include long-term environmental impact for the disposal of pollutants/contaminants. $2,000,000 Per Claim ☐ Required ☐ Not Required Builder’s Risk (All Perils including Collapse ) Equal to Contract Price ☐ Required ☐ Not Required Installation Floater Equal to Contract Price ☐ Required ☐ Not Required Owner’s Protective Liability Equal to Contractor’s liability insurance ☐ Required ☐ Not Required 1.02 GENERAL PROVISIONS A. Provide insurance coverages and limits meeting the requirements for insurance in accordance with Article 6 of the General Conditions and this Section. Insurance Requirements 00 72 01 - 2 Packery Pointe Park Road 22 at Aquarius Street Signal and Turn Lanes Improvement Plan Re-bid – Project No. E15155 REV 07-03-2014 B. Provide endorsements to the policies as outlined in this Section. C. Obtain insurance from companies that are duly licensed or authorized in the State of Texas to issue insurance policies for the required limits and coverages. Provide insurance from companies that have an A.M. Best rating of A-VIII or better. D. Furnish copies of policies and endorsements, and documentation of applicable self-insured retentions and deductibles upon request by OPT or any named insured or additional insured. Contractor may block out (redact) any confidential premium or pricing information contained in any policy or endorsement furnished under this Contract. E. The name and number of the Project must be referenced on the certificate of insurance. F. OPT’s failure to demand such certificates or other evidence of the Contractor’s full compliance with the insurance requirements or failure to identify a deficiency in compliance from the evidence provided is not a waiver of the Contractor’s obligation to obtain and maintain the insurance required by the Contract Documents. G. Notify the Owner if the Contractor fails to purchase or maintain the insurance required by the Contract Documents. Contractor shall not be allowed to perform any Work on the Project until the required insurance policies are in effect. A Certificate of Liability Insurance shall be submitted to the OPT. H. Owner may exclude the Contractor from the Site and exercise Owner’s termination rights under Article 16 of the General Conditions if Contractor fails to obtain or maintain the required insurance. I. Owner does not represent that the insurance coverage and limits established in this Contract are adequate to protect Contractor or Contractor’s interests. J. The required insurance and insurance limits do not limit the Contractor’s liability under the indemnities granted to Owner’s Indemnitees in the Contract Documents. K. Provide for an endorsement that the “other insurance” clause shall not apply to the OPT where the OPT is an additional insured shown on the policy. Contractor’s insurance is primary and non-contributory with respect to any insurance or self-insurance carried by the OPT for liability arising out of operations under this Contract. L. Include the Owner and list the other members of the OPT and any other individuals or entities identified in the Supplementary Conditions as additional insureds on all policies with the exception of the workers’ compensation policy and Contractor’s professional liability policy. 1.03 CONTRACTOR’S INSURANCE A. Purchase and maintain workers’ compensation and employer’s liability insurance for: 1. Claims under workers’ compensation, disability benefits, and other similar employee benefit acts. Obtain workers’ compensation coverage through a licensed insurance company in accordance with Texas law and written on a policy and endorsements approved by the Texas Department of Insurance. Provide insurance in amounts to meet all workers’ compensation obligations. Provide an “All Other States” endorsement if Contractor is not domiciled in Texas and policy is not written in accordance with Texas Department of Insurance rules. Insurance Requirements 00 72 01 - 3 Packery Pointe Park Road 22 at Aquarius Street Signal and Turn Lanes Improvement Plan Re-bid – Project No. E15155 REV 07-03-2014 2. Claims for damages because of bodily injury, occupational sickness or disease, or death of Contractor’s employees. 3. United States Longshoreman and Harbor Workers’ Compensation Act and Jones Act coverage (if applicable). 4. Foreign voluntary worker compensation (if applicable). B. Purchase and maintain commercial general liability insurance covering all operations by or on behalf of Contractor. Provide coverage on an occurrence basis, against: 1. Claims for damages because of bodily injury, sickness or disease, or death of any person other than Contractor’s employees; 2. Claims for damages insured by reasonably available personal injury liability coverage which are sustained; 3. By any person as a result of an offense directly or indirectly related to the employment of such person by Contractor; 4. By any other person for any other reason; and 5. Claims for damages, other than to the Work itself, because of injury to or destruction of tangible property wherever located, including any resulting loss of use. C. Provide Contractor’s commercial general liability policy that is written on a 1996 (or later) ISO commercial general liability form (occurrence form) and include the following coverages and endorsements: 1. Products and completed operations coverage as required in this Section. Insurance is to remain in effective for 3 years after final payment. Furnish evidence of the continuation of this insurance at final payment and again each year for 3 years after final payment to Owner and each named insured or ad ditional insured. a. Eliminate the exclusion with respect to property under the care, custody, and control of Contractor. Provide and maintain Installation Floater insurance for property under the care, custody, or control of Contractor in lieu of elimination of the exclusion, or if required by this Section. Provide Installation Floater insurance that is a broad form or “All Peril” policy providing coverage for all materials, supplies, machinery, fixtures, and equipment which will be incorporated into the Work. 1) Provide coverage under the Contractor’s Installation Floater that includes: a) Faulty or Defective workmanship, materials, maintenance, or construction; b) Cost to remove Defective or damaged Work from the Site or to protect it from loss or damage; c) Cost to cleanup and remove pollutants; d) Coverage for testing and startup; e) Any loss to property while in transit; f) Any loss at the Site; g) Any loss while in storage, both on and off the Site; and Insurance Requirements 00 72 01 - 4 Packery Pointe Park Road 22 at Aquarius Street Signal and Turn Lanes Improvement Plan Re-bid – Project No. E15155 REV 07-03-2014 h) Any loss to temporary Project Works if their value is included in the Contract Price. 2) Coverage cannot be contingent on an external cause or risk or limited to property for which the Contractor is legally liable. Provide limits of insurance adequate to cover the value of the installation. Pay any deductible carried under this coverage and assume responsibility for claims on materials, supplies, machinery, fixture, and equipment which will be incorporated into the Work while in transit or in storage. 2. Blanket contractual liability coverage for Contractor’s contractual indemnity obligations in Paragraph 7.14 of the General Conditions, and all other contractual indemnity obligations of Contractor in the Contract Documents. 3. Broad form property damage coverage. 4. Severability of interest. 5. Underground explosion and collapse coverage. 6. Personal injury coverage. 7. Endorsement CG 2032, “Additional Insured - Engineers, Architects or Surveyors Not Engaged by the Named Insured” or its equivalent. D. Purchase and maintain automobile liability insurance against claims for damages because of bodily injury or death of any person or property damage arising out of the ownership, maintenance, or use of any motor vehicle. E. Purchase and maintain umbrella or excess liability insurance written over the underlying employer’s liability, commercial general liability, and automobile liability insurance described in the paragraphs above. Provide coverage that is at least as broad as all underlying policies. Provide a policy that provides first-dollar liability coverage as needed. F. Provide Contractor’s commercial general liability and automobile liability policies that: 1. Are written on an occurrence basis; 2. Include the individuals or entities identified in the Supplementary Conditions as additional insureds; 3. Include coverage for the respective officers, directors, members, partners, employees, agents, consultants, and subcontractors for each named insured or additional insured; 4. Provide primary coverage for all claims covered by the policies, including those arising from both ongoing and completed operations. G. Purchase and maintain insurance coverage for third-party injury and property damage claims, including clean-up costs that result from Hazardous Environmental Conditions which result from Contractor’s operations and completed operations. Provide Contractor’s pollution liability insurance that includes long-term environmental impacts for the disposal of pollutants/contaminants and is not limited to sudden and accidental discharge. The completed operations coverage is to remain in effect for 3 years after final payment. The policy must name OPT and any other individuals and entities identified in the Supplementary Conditions as additional insureds. Insurance Requirements 00 72 01 - 5 Packery Pointe Park Road 22 at Aquarius Street Signal and Turn Lanes Improvement Plan Re-bid – Project No. E15155 REV 07-03-2014 H. Purchase and maintain applicable professional liability insurance, or have Subcontractors and Suppliers do so, if Contractor or any Subcontractor or Supplier will provide or furnish professional services under this Contract. I. The policies of insurance required by this Section must: 1. Include at least the specific coverages and be written for not less than the limits of liability provided in this Section or required by Laws or Regulations, whichever is greater. 2. Contain a provision that coverage afforded will not be canceled or materially changed until at least 30 days prior written notice has been given to Contractor, Owner, and all named insureds and additional insureds. 3. Remain in effect at all times when Contractor is performing Work or is at the Site to conduct tasks arising from the Contract Documents. 4. Be appropriate for the Work being performed and provide protection from claims resulting from the Contractor’s performance of the Work and Contractor’s other obligations under the Contract Documents, whether p erformed by Contractor, Subcontractor, Supplier, anyone directly or indirectly employed or retained by any of them, or by anyone for whose acts they may be liable. J. The coverage requirements for specific policies of insurance must be met directly by those policies and may not by rely on excess or umbrella insurance provided in other policies to meet the coverage requirement. 1.04 OWNER’S PROTECTIVE LIABILITY INSURANCE A. Purchase and maintain an Owner’s Protective Liability insurance policy with the Owner as the named insured and other members of the OPT as a dditional insureds. Provide a policy that will protect the OPT from claims which arise from operations under the Contract Documents. Provide this coverage in the same amounts required for the Contractor’s liability insurance and from the same company that provides the Contractor’s liability insurance. 1.05 PROPERTY INSURANCE A. Purchase and maintain builder’s risk insurance in the amount of the full replacement cost of the Project. This policy is subject to the deductible amounts requirements in this Section or those required by Laws and Regulations and must comply with the requirements of Paragraph 1.06. This insurance shall: 1. Include the OPT, Contractor, and all Subcontractors, and any other individuals or entities identified in the Supplementary Conditions, as named insureds. 2. Be written on a builder’s risk “all risk” policy form that includes insurance for physical loss or damage to the Work, temporary buildings, falsework, and materials and equipment in transit, and insures against at least the following perils or causes of loss: fire; lightning; windstorm; riot; civil commotion; terrorism; vehicle impact; aircraft; smoke; theft; vandalism and malicious mischief; mechanical breakdown, boiler explosion, and artificially generated electric current; earthquake; volcanic activity, and other earth movement; flood; collapse; explosion; debris removal; demolition occasioned by enforcement of Laws and Regulations; water damage (other than that Insurance Requirements 00 72 01 - 6 Packery Pointe Park Road 22 at Aquarius Street Signal and Turn Lanes Improvement Plan Re-bid – Project No. E15155 REV 07-03-2014 caused by flood); and such other perils or causes of loss as may be specifically required by this Section. If insurance against mechanical breakdown, boiler explosion, and artificially generated electric current; earthquake; volcanic activity, and other earth movement; or flood, are not commercially available under builder’s risk, by endorsement or otherwise, this insurance may be provided through other insurance policies acceptable to Owner and Contractor. 3. Cover expenses incurred in the repair or replacement of any insured property. 4. Cover materials and equipment in transit or stored prior to being incorporated in the Work. 5. Cover Owner-furnished or assigned property. 6. Allow for partial utilization of the Work by Owner. 7. Allow for the waiver of the insurer’s subrogation rights as set forth below. 8. Provide primary coverage for all losses and damages caused by the perils or causes of loss covered. 9. Not include a co-insurance clause. 10. Include a broad exception for ensuing losses from physical damage or loss with respect to any Defective workmanship, design, or materials exclusions. 11. Include testing and startup. 12. Be maintained in effect until the Work as a whole is complete, unless otherwise agreed to in writing by Owner and Contractor. B. Evidence of insurance provided must contain a provision or endorsement that the coverage afforded will not be canceled or materially changed or renewal refused until at least 30 days prior written notice has been given to Owner and Contractor and to each named insured. C. Pay for costs not covered by the policy deductible. D. Notify builder’s risk insurance provider if Owner will occupy or use a portion or portions of the Work prior to Substantial Completion of all the Work as provided in Paragraph 15.04 of the General Conditions. Maintain the builder’s risk insurance in effect during this Partial Occupancy or Use. E. Contractor may purchase other special insurance to be included in or to supplement the builder’s risk or property insurance policies provided under this Section. F. Contractor, Subcontractors, or employees of the Contractor or a Subcontractor owning property items, such as tools, construction equipment, or other personal property not expressly covered in the insurance required by the Contract Documents are responsible for providing their own insurance. 1.06 WAIVER OF RIGHTS A. Insurance shall include a waiver of subrogation in favor of the additional insureds identified in SECTION 00 73 00 SUPPLEMENTARY CONDITIONS. B. All policies purchased in accordance with this Section are to contain provisions to the effect that the insurers have no rights of recovery against OPT, named insureds or additional Insurance Requirements 00 72 01 - 7 Packery Pointe Park Road 22 at Aquarius Street Signal and Turn Lanes Improvement Plan Re-bid – Project No. E15155 REV 07-03-2014 insureds in the event of a payment for loss or damage. Contractor and insurers waive all rights against the Owner’s Indemnities for losses and damages created by or resulting from any of the perils or causes of loss covered by these policies and any other applicable property insurance. None of these waivers extend to the rights Contractor has to the proceeds of insurance as trustee. C. Contractor is responsible for assuring that agreements with Subcontractors contains provisions that the Subcontractor waive all rights against Owner’s Indemnitees, Contractor, named insureds and additional insureds, and the officers, directors, members, partners, employees, agents, consultants, and subcontractors of each and any of them, for all losses and damages created by or resulting from any of the perils or causes of loss covered by builder’s risk insurance and other property insurance. 1.07 OWNER’S INSURANCE FOR THE PROJECT A. Owner is not responsible for purchasing and maintaining any insurance to protect the interest of the Contractor, Subcontractors, or others in the Work. The stated limits of insurance required are minimum only. Determine the limits that are adequate. These limits may be basic policy limits or any combination of basic limits and umbrella limits. In any event, Contractor is fully responsible for all losses arising out of, resulting from, or connected with operations under this Contract whether or not these losses are covered by insurance. The acceptance of evidence of insurance by the OPT, named insureds, or additional insureds does not release the Contractor from compliance with the insurance requirements of the Contract Documents. ARTICLE 2 – EVIDENCE OF INSURANCE 2.01 ACCEPTABLE EVIDENCE OF INSURANCE A. Provide evidence of insurance acceptable to the Owner with the executed Contract Documents. Provide the following as evidence of insurance: 1. Certificates of Insurance on an acceptable form; 2. Riders or endorsements to policies; and 3. Policy limits and deductibles. B. Provide a list of “Additional Insureds” for each policy. C. Provide evidence that waivers of subrogation are provided on all applicable policies. D. Provide evidence of requirements for 30 days’ notice before cancellation or any material change in the policy’s terms and conditions, limits of coverage, or change in deductible amount. 2.02 CERTIFICATES OF INSURANCE A. Submit Certificates of Insurance meeting the following requirements: 1. Form has been filed with and approved by the Texas Department of Insurance under Texas Insurance Code §1811.101; or 2. Form is a standard form deemed approved by the Department under Texas Insurance Code §1811.101. Insurance Requirements 00 72 01 - 8 Packery Pointe Park Road 22 at Aquarius Street Signal and Turn Lanes Improvement Plan Re-bid – Project No. E15155 REV 07-03-2014 3. No requirements of this Contract may be interpreted as requiring the issuance of a certificate of insurance on a certificate of insurance form that has not first been filed with and approved by the Texas Department of Insurance. B. Include the name of the Project in the description of operations box on the certificate of insurance. 2.03 INSURANCE POLICIES A. Provide a copy of insurance policies, declaration pages and endorsements, and documentation of applicable self-insured retentions and deductibles if requested by the Owner. B. Owner may require the deletion, revision, or modification of particular policy terms, conditions, limitations, or exclusions (except where policy provisions are established by Laws or Regulations binding upon either of the parties hereto or the underwriter of any such policies). Comply with these requests and submit a copy of the replacement certificate of insurance to Owner at the address provided below within 10 days of the requested change. 2.04 CONTINUING EVIDENCE OF COVERAGE A. Provide updated, revised, or new evidence of insurance in accordance this Section prior to the expiration of existing policies. B. Provide evidence of continuation of insurance coverage at final payment and for the following 3 years. 2.05 NOTICES REGARDING INSURANCE A. Submit notices regarding insurance are to be sent to the Owner at the following address: City of Corpus Christi – Engineering Attn: Construction Contract Admin. P.O. Box 9277 Corpus Christi, TX 78469-9277 B. Submit questions regarding insurance requirements to the Construction Contract Administrator by calling 361-826-3530. ARTICLE 3 – TEXAS WORKERS’ COMPENSATION INSURANCE REQUIRED NOTICE 3.01 WORKERS’ COMPENSATION INSURANCE COVERAGE A. Definitions: 1. Certificate of coverage (“certificate”) - A copy of a certificate of insurance, a certificate of authority to self-insure issued by the commission, or a coverage agreement (TWCC- 81, TWCC-82, TWCC-83, or TWCC-84), showing statutory workers’ compensation insurance coverage for the person’s or entity’s employees providing services on a project, for the duration of the Project. Insurance Requirements 00 72 01 - 9 Packery Pointe Park Road 22 at Aquarius Street Signal and Turn Lanes Improvement Plan Re-bid – Project No. E15155 REV 07-03-2014 2. Duration of the Project - includes the time from the beginning of the Work on the Project until the Contractor’s/person’s Work on the Project has been completed and accepted by the governmental entity. 3. Persons providing services on the Project (“Subcontractor” in §406.096) - includes all persons or entities performing all or part of the services the Contractor has undertaken to perform on the Project, regardless of whether that person contracted directly with the Contractor and regardless of whether that person has employees. This includes, without limitation, independent contractors, subcontractors, leasing companies, motor carriers, owner-operators, employees of any such entity, or employees of any entity which furnishes persons to provide services on the Project. “Services” include, without limitation, providing, hauling, or delivering equipment or materials, or providing labor, transportation, or other service related to a project. “Services” does not include activities unrelated to the Project, such as food/beverage vendors, office supply deliveries, and delivery of portable toilets. B. The Contractor shall provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all employees of the Contractor providing services on the Project, for the duration of the Project. C. The Contractor must provide a certificate of coverage to the governmental entity prior to being awarded the Contract. D. If the coverage period shown on the Contractor’s current certificate of coverage ends during the duration of the Project, the Contractor must, prior to the end of the coverage period, file a new certificate of coverage with the governmental entity showing that coverage has been extended. E. The Contractor shall obtain from each person providing services on a project, and provide to the governmental entity: 1. A certificate of coverage, prior to that person beginning Work on the Project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the Project; and 2. No later than seven days after receipt by the Contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the Project. F. The Contractor shall retain all required certificates of coverage for the duration of the Project and for one year thereafter. G. The Contractor shall notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the Contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the Project. H. The Contractor shall post on each Project Site a notice, in the text, form and manner prescribed by the Texas Workers’ Compensation Commission, informing all persons providing services on the Project that they are required to be covered, and stating how a person may verify coverage and report lack of coverage. Insurance Requirements 00 72 01 - 10 Packery Pointe Park Road 22 at Aquarius Street Signal and Turn Lanes Improvement Plan Re-bid – Project No. E15155 REV 07-03-2014 I. The Contractor shall contractually require each person with whom it contracts to provide services on a project, to: 1. Provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all of its employees providing services on the Project, for the duration of the Project; 2. Provide to the Contractor, prior to that person beginning Work on the Project, a certificate of coverage showing that coverage is being provided for all employees of the person providing services on the Project, for the duration of the Project; 3. Provide the Contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the Project; 4. Obtain from each other person with whom it contracts, and provide to the Contractor: a. A certificate of coverage, prior to the other person beginning Work on the Project; and b. A new certificate of coverage showing extension of coverage, prior to the end of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the Project; 5. Retain all required certificates of coverage on file for the duration of the Project and for one year thereafter; 6. Notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the Project; and 7. Contractually require each person with whom it contracts, to perform as required by paragraphs (1) - (7), with the certificates of coverage to be provided to the person for whom they are providing services. J. By signing this Contract or providing or causing to be provided a certificate of coverage, the Contractor is representing to the governmental entity that all employees of the Contractor who will provide services on the Project will be covered by workers’ compensation coverage for the duration of the Project, that the coverage will be based on proper reporting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self-insured, with the commission’s Division of Self-Insurance Regulation. Providing false or misleading information may subject the Contractor to administrative penalties, criminal penalties, civil penalties, or other civil actions. K. The Contractor’s failure to comply with any of these provisions is a breach of contract by the Contractor which entitles the governmental entity to declare the Contract void if the Contractor does not remedy the breach within ten days after receipt of notice of breach from the governmental entity. END OF SECTION Wage Rate Requirements 00 72 02 - 1 Packery Pointe Park Road 22 at Aquarius Street Signal and Turn Lanes Improvement Plan Re-bid – Project No. E15155 REV 06-12-2015 00 72 02 WAGE RATE REQUIREMENTS ARTICLE 1 – PREVAILING WAGE RATE REQUIREMENTS 1.01 PAYMENT OF PREVAILING WAGE RATES A. Contractor and any Subcontractors employed on this Project shall pay not less than the rates established by the Owner as required by Texas Government Code Chapter 2258. B. Contractor is required to pay Davis-Bacon Wage Rates. 1.02 RECORDS A. In accordance with Tex. Gov’t Code §2258.024, the Contractor and its Subcontractors, if any, shall keep a record showing: 1. The name and occupation of each worker employed by the Contractor or Subcontractor in the construction of the Work; and 2. The actual per diem wages paid to each worker. B. The record shall be open at all reasonable hours to inspection by the officers and agents of the Owner. 1.03 LIABILITY; PENALTY; CRIMINAL OFFENSE A. Tex. Gov’t Code §2258.003 – Liability: An officer, agent, or employee of the Owner is not liable in a civil action for any act or omission implementing or enforcing Chapter 2258 unless the action was made in bad faith. B. Tex. Gov’t Code §2258.053(b) – Penalty: Any Contractor or Subcontractor who violates the requirements of Chapter 2258, shall pay to the Owner, on whose behalf the Contract is made, $60 for each worker employed or each calendar day or part of the day that the worker is paid less than the wage rates stipulated in the Contract. C. Tex. Gov’t Code §2258.058 – Criminal Offense: 1. An officer, agent, or representative of the Owner commits an offense if the person willfully violates or does not comply with a provision of Chapter 2258. 2. Any Contractor or Subcontractor, or an agent or representative of the Contractor or Subcontractor, commits an offense if the person violates Tex. Gov’t Code §2258.024. 3. An offense is punishable by: a. A fine not to exceed $500; b. Confinement in jail for a term not to exceed 6 months; or c. Both a fine and confinement. 1.04 PREVAILING WAGE RATES General Decision Number: TX150040 01/02/2015 TX40 Wage Rate Requirements 00 72 02 - 2 Packery Pointe Park Road 22 at Aquarius Street Signal and Turn Lanes Improvement Plan Re-bid – Project No. E15155 REV 06-12-2015 Superseded General Decision Number: TX20140040 State: Texas Construction Type: Highway Counties: Aransas, Calhoun, Goliad, Nueces and San Patricio Counties in Texas. HIGHWAY CONSTRUCTION PROJECTS (excluding tunnels, building structures in rest area projects & railroad construction; bascule, suspension & spandrel arch bridges designed for commercial navigation, bridges involving marine construction; and other major bridges). Note: Executive Order (EO) 13658 establishes an hourly minimum wage of $10.10 for 2015 that applies to all contracts subject to the Davis-Bacon Act for which the solicitation is issued on or after January 1, 2015. If this contract is covered by the EO, the contractor must pay all workers in any classification listed on this wage determination at least $10.10 (or the applicable wage rate listed on this wage determination, if it is higher) for all hours spent performing on the contract. The EO minimum wage rate will be adjusted annually. Additional information on contractor requirements and worker protections under the EO is available at www.dol.gov/whd/govcontracts. Modification Number Publication Date 0 01/02/2015 * SUTX2011-010 08/08/2011 Rates Fringes FORM BUILDER/FORM SETTER Paving & Curb...............$ 10.69 Structures..................$ 13.61 LABORER Asphalt Raker...............$ 11.67 Laborer, Common.............$ 10.25 Laborer, Utility............$ 11.23 Pipelayer...................$ 11.17 Wage Rate Requirements 00 72 02 - 3 Packery Pointe Park Road 22 at Aquarius Street Signal and Turn Lanes Improvement Plan Re-bid – Project No. E15155 REV 06-12-2015 Work Zone Barricade Servicer....................$ 11.51 PAINTER (Structures).............$ 21.29 POWER EQUIPMENT OPERATOR: Asphalt Distributor.........$ 14.25 Asphalt Paving Machine......$ 13.44 Motor Grader, Fine Grade....$ 17.74 TRUCK DRIVER Lowboy-Float................$ 16.62 Single Axle.................$ 11.61 ---------------------------------------------------------------- WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental. ================================================================ Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29CFR 5.5 (a) (1) (ii)). ---------------------------------------------------------------- The body of each wage determination lists the classification and wage rates that have been found to be prevailing for the cited type(s) of construction in the area covered by the wage determination. The classifications are listed in alphabetical order of "identifiers" that indicate whether the particular rate is a union rate (current union negotiated rate for local), a survey rate (weighted average rate) or a union average rate (weighted union average rate). Union Rate Identifiers A four letter classification abbreviation identifier enclosed in dotted lines beginning with characters other than "SU" or "UAVG" denotes that the union classification and rate were prevailing for that classification in the survey. Example: PLUM0198-005 07/01/2014. PLUM is an abbreviation identifier of the union which prevailed in the survey for this classification, which in this example would be Plumbers. Wage Rate Requirements 00 72 02 - 4 Packery Pointe Park Road 22 at Aquarius Street Signal and Turn Lanes Improvement Plan Re-bid – Project No. E15155 REV 06-12-2015 0198 indicates the local union number or district council number where applicable, i.e., Plumbers Local 0198. The next number, 005 in the example, is an internal number used in processing the wage determination. 07/01/2014 is the effective date of the most current negotiated rate, which in this example is July 1, 2014. Union prevailing wage rates are updated to reflect all rate changes in the collective bargaining agreement (CBA) governing this classification and rate. Survey Rate Identifiers Classifications listed under the "SU" identifier indicate that no one rate prevailed for this classification in the survey and the published rate is derived by computing a weighted average rate based on all the rates reported in the survey for that classification. As this weighted average rate includes all rates reported in the survey, it may include both union and non-union rates. Example: SULA2012-007 5/13/2014. SU indicates the rates are survey rates based on a weighted average calculation of rates and are not majority rates. LA indicates the State of Louisiana. 2012 is the year of survey on which these classifications and rates are based. The next number, 007 in the example, is an internal number used in producing the wage determination. 5/13/2014 indicates the survey completion date for the classifications and rates under that identifier. Survey wage rates are not updated and remain in effect until a new survey is conducted. Union Average Rate Identifiers Classification(s) listed under the UAVG identifier indicate that no single majority rate prevailed for those classifications; however, 100% of the data reported for the classifications was union data. EXAMPLE: UAVG-OH-0010 08/29/2014. UAVG indicates that the rate is a weighted union average rate. OH indicates the state. The next number, 0010 in the example, is an internal number used in producing the wage determination. 08/29/2014 indicates the survey completion date for the classifications and rates under that identifier. A UAVG rate will be updated once a year, usually in January of each year, to reflect a weighted average of the current negotiated/CBA rate of the union locals from which the rate is based. ---------------------------------------------------------------- WAGE DETERMINATION APPEALS PROCESS 1.) Has there been an initial decision in the matter? This can be: Wage Rate Requirements 00 72 02 - 5 Packery Pointe Park Road 22 at Aquarius Street Signal and Turn Lanes Improvement Plan Re-bid – Project No. E15155 REV 06-12-2015 * an existing published wage determination * a survey underlying a wage determination * a Wage and Hour Division letter setting forth a position on a wage determination matter * a conformance (additional classification and rate) ruling On survey related matters, initial contact, including requests for summaries of surveys, should be with the Wage and Hour Regional Office for the area in which the survey was conducted because those Regional Offices have responsibility for the Davis-Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2.) and 3.) should be followed. With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of Construction Wage Determinations. Write to: Branch of Construction Wage Determinations Wage and Hour Division U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 2.) If the answer to the question in 1.) is yes, then an interested party (those affected by the action) can request review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1.8 and 29 CFR Part 7). Write to: Wage and Hour Administrator U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 The request should be accompanied by a full statement of the interested party's position and by any information (wage payment data, project description, area practice material, etc.) that the requestor considers relevant to the issue. 3.) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board). Write to: Wage Rate Requirements 00 72 02 - 6 Packery Pointe Park Road 22 at Aquarius Street Signal and Turn Lanes Improvement Plan Re-bid – Project No. E15155 REV 06-12-2015 Administrative Review Board U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 4.) All decisions by the Administrative Review Board are final. ================================================================ END OF GENERAL DECISION A. The minimum rates for various labor classifications as established by the Owner are shown below: Wage Determination (WD) No Construction Type Project Type TX -31 Heavy Heavy Construction Projects (including Sewer and Water Line Construction and Drainage Projects) TX -40 Highway Highway Construction Projects (excluding tunnels, building structures in rest area projects & railroad construction; bascule, suspension & spandrel arch bridges designed for commercial navigation, bridges involving marine construction; and other major bridges). TX -45 Heavy Pipeline - On -Shore Pipeline Construction TX -46 Heavy Pipeline -Off -Shore Construction TX -342 Building Building Construction Projects (does not include single family homes or apartments up to and including 4 stories) TX -75 Heavy Dredging projects along the Texas gulf coast area including all public channels, harbors, rivers, tributaries and the Gulf Intracoastal Waterways. TX -81 Heavy Tunnel Construction Projects (Bored, 48” In Diameter Or More) END OF SECTION Minority / MBE / DBE Participation Policy 00 72 03 - 1 Packery Pointe Park Road 22 at Aquarius Street Signal and Turn Lanes Improvement Plan Re-bid – Project No. E15155 11-25-2013 00 72 03 MINORITY / MBE / DBE PARTICIPATION POLICY ARTICLE 1 – PARTICIPATION POLICY 1.01 POLICY A. It is the policy of the City of Corpus Christi that maximum opportunity is afforded minorities, women, and Minority Business Enterprises (MBE) to participate in the performance of contracts awarded by the City of Corpus Christi in support of Equal Employment Opportunity goals and objectives of the Affirmative Action Policy Statement of the City dated October 1989, and any amendments thereto. In accordance with such policy, the City has established goals, as stated herein, both for minority and female participation by trade and for Minority Business Enterprise. 1.02 DEFINITIONS A. Prime Contractor: Any person, firm, partnership, corporation, association, or joint venture as herein provided which has been awarded a City contract. B. Subcontractor: Any named person, firm, partnership, corporation, association, or joint venture as herein identified as providing work, labor, services, supplies, equipment, materials, or any combination of the foregoing under contract with a prime contractor on a City contract. C. Minority Business Enterprise: A business enterprise that is owned and controlled by one or more minority person(s). Minority person(s) must collectively own, operate and/or actively manage, and share in payments from such an enterprise in the manner hereinafter set forth: 1. Owned: a. For a sole proprietorship to be deemed a minority business enterprise, it must be owned by a minority person. b. For an enterprise doing business as a partnership, at least 51 percent of the assets or interest in the partnership property must be owned by one or more minority person(s). c. For an enterprise doing business as a corporation, at least 51 percent of the assets or interest in the corporate shares must be owned by one or more minority person(s). 2. Controlled: a. The primary power, direct or indirect, to manage a business enterprise rests with a minority person(s). 3. Share in Payments: a. Minority partners, proprietors, or stockholders of the business enterprise, must be entitled to receive 51 percent or more of the total profits, bonuses, dividends, interest payments, commissions, consulting fees, rents, procurement, and subcontract payments, and any other monetary distribution paid by the business enterprise. Minority / MBE / DBE Participation Policy 00 72 03 - 2 Packery Pointe Park Road 22 at Aquarius Street Signal and Turn Lanes Improvement Plan Re-bid – Project No. E15155 11-25-2013 D. Minority: Minority persons include Blacks, Mexican-Americans and other persons of Hispanic origin, American Indians, Alaskan Natives, and Asians or Pacific Islanders. For the purposes of this policy, women are also considered as minorities. E. Female Owned Business Enterprise: A sole proprietorship that is owned and controlled by a woman, a partnership at least 51 percent of whose assets or partnership interests are owned by one or more women, or a corporation at least 51 percent of whose assets or interests in the corporate shares are owned by one or more women. F. Joint Venture: A joint venture means an association of two or more persons, partnerships, corporations, or any combination thereof, founded to carry on a single business activity which is limited in scope and direction. The degree to which a joint venture may satisfy the stated MBE goal cannot exceed the proportionate interest of the MBE as a member of the joint venture in the Work to be performed by the joint venture. For example, a joint venture which is to perform 50 percent of the Work itself and in which a minority joint venture partner has a 50 percent interest, shall be deemed equivalent to having minority participation in 25 percent of the Work. Minority members of the joint venture must have financial, managerial, or technical skills in the Work to be performed by the joint venture. 1.03 GOALS A. The goals for participation by minorities and Minority Business Enterprises expressed in percentage terms for the Contractor’s aggregate work force on all construction Work for the Contract award shall be as specified in SECTION 00 11 16 INVITATION TO BID. B. These goals are applicable to all the construction work (regardless of federal participation) performed in the Contract, including approved Change Orders. The hours of minority employment must be substantially uniform throughout the length of the Contract and in each trade. The transfer of minority employees from Contractor to Contractor or from project to project for the sole purpose of meeting the Contractor’s percentage is prohibited. 1.04 COMPLIANCE A. Upon completion of the Project, a final breakdown of MBE participation, substantiated by copies of paid invoices, shall be submitted by the Contractor to the City Engineer. B. Make bi-weekly payroll submittals to the City Engineer. The Contractor is to indicate the percent of minority and female participation, by trade, which has been utilized on the Project. Along with the request for final payment on the Project, the Contractor will indicate, in writing, the overall participation in these areas which have been achieved. The City Engineer may withhold monthly or final payments to the Contractor for failure to submit bi-weekly payrolls in a timely fashion or to submit overall participation information as required. END OF SECTION Supplementary Conditions 00 73 00 - 1 Packery Pointe Park Road 22 at Aquarius Street Signal and Turn Lanes Improvement Plan Re-bid – Project No. E15155 11-25-2013 00 73 00 SUPPLEMENTARY CONDITIONS These Supplementary Conditions amend or supplement SECTION 00 72 00 GENERAL CONDITIONS and other provisions of the Contract Documents. All provisions not amended or supplemented in these Supplementary Conditions remain in effect. The terms used in these Supplementary Conditions have the meanings stated in the General Conditions. Additional terms used in these Supplementary Conditions have the meanings stated below. ARTICLE 1 – DEFINITIONS AND TERMINOLOGY SC-1.01 DEFINED TERMS A. The members of the OPT as defined in Paragraph 1.01.A.41 consists of the following organizations: City of Corpus Christi, Texas Pape-Dawson Engineers, Inc. ARTICLE 4 – COMMENCEMENT AND PROGRESS OF THE WORK SC-4.04 DELAYS IN CONTRACTOR’S PROGRESS A. The allocation for delays in the Contractor’s progress for rain days as set forth in General Conditions Paragraph 4.04.D are to be determined as follows: 1. Include rain days in developing the schedule for construction. Schedule construction so that the Work will be completed within the Contract Times assuming that these rain days will occur. Incorporate residual impacts following rain days such as limited access to and within the Site, inability to work due to wet or muddy Site conditions, delays in delivery of equipment and materials, and other impacts related to rain days when developing the schedule for construction. Include all costs associated with these rain days and residual impacts in the Contract Price. 2. A rain day is defined as any day in which the amount of rain measured by the National Weather Services at the Power Street Stormwater Pump Station is 0.50 inch or greater. Records indicate the following average number of rain days for each month: Month Day Month Days January 3 July 3 February 3 August 4 March 2 September 7 April 3 October 4 May 4 November 3 June 4 December 3 Supplementary Conditions 00 73 00 - 2 Packery Pointe Park Road 22 at Aquarius Street Signal and Turn Lanes Improvement Plan Re-bid – Project No. E15155 11-25-2013 3. A total of 10 rain days have been set for this Project. An extension of time due to rain days will be considered only after 10 rain days have been exceeded in a calendar year and the OAR has determined that a detrimental impact to the construction schedule resulted from the excessive rainfall. Rain days are to be incorporated into the schedule and unused rain days will be considered float time which may be consumed by the Owner or Contractor in delay claims. ARTICLE 5 – AVAILABILITY OF LANDS; SUBSURFACE CONDITIONS AND PHYSICAL CONDITIONS; HAZARDOUS ENVIRONMENTAL CONDITIONS SC-5.03 SUBSURFACE AND PHYSICAL CONDITIONS A. No reports of explorations or tests of subsurface conditions at or contiguous to the Site, or drawings of physical conditions relating to existing surface or subsurface structures at the Site, are known to Owner.” SC-5.06 HAZARDOUS ENVIRONMENTAL CONDITIONS AT SITE A. No reports of explorations or tests for Hazardous Environmental Conditions at or contiguous to the Site are known to Owner.” ARTICLE 7 – CONTRACTOR'S RESPONSIBILITIES SC-7.04 CONCERNING SUBCONTRACTORS, SUPPLIERS, AND OTHERS A. Add the following sentence to the end of Paragraph 7.04.A: “The Contractor must perform at least 50 percent of the Work, measured as a percentage of the Contract Price, using its own employees." END OF SECTION Summary of Work 01 11 00 - 1 Packery Pointe Park Road 22 at Aquarius Street Signal and Turn Lanes Improvement Plan Re-bid – Project No. E15155 11-25-2013 01 11 00 SUMMARY OF WORK 1.00 GENERAL 1.01 WORK INCLUDED A. Construct Work as described in the Contract Documents. 1. Provide the materials, equipment, and incidentals required to make the Project completely and fully useable. 2. Provide the labor, equipment, tools, and consumable supplies required for a complete Project. 3. The Contract Documents do not indicate or describe all of the Work required to complete the Project. Additional details required for the correct installation of selected products are to be provided by the Contractor and coordinated with the OAR. 1.02 DESCRIPTION OF WORK A. Work is described in general, non-inclusive terms as: 1.03 THE PROJECT IS DIVIDED INTO TWO BASE BIDS, BASE BID PART 1 AND BASE BID PART 2. BASE BID PART 1 INCLUDES ALL OF THE ROADWAY AND ADA IMPROVEMENTS INCLUDING THE REMOVAL OF THE EXISTING RAISED MEDIAN CHANNELIZATION ISLAND AND DEMOLITION OF THE EXISTING TXDOT DMS SIGN FOUNDATION. IN ADDITION, THE EASTBOUND LEFT-TURN LANE ON PARK ROAD 22 WILL BE EXTENDED AND THE EXISTING WESTBOUND SHOULDER WILL BE WIDENED FOR A RIGHT-TURN LANE AS WELL AS ADA IMPROVEMENTS AT AQUARIUS STREET. BASE BID PART 2 INCLUDES A TRAFFIC SIGNAL AT THE INTERSECTION OF PARK ROAD 22 AND AQUARIUS STREET AS WELL AS AN AWEGS WEST OF THE INTERSECTION AND A FLASHING ROADSIDE BEACON EAST OF THE INTERSECTION. A. The following items of work are not included in this Contract, but may impact construction scheduling and completion: 1. None Expected B. In the case of a disagreement between the above list and those specified elsewhere in the Contract Documents, the Contractor is to base his Proposal on the most expensive listing. C. Completion of the Work described in this Contract may impact the construction and testing of the items listed above. 1. Coordinate construction activities through the OAR. 2. Pay claims for damages which result from the late completion of the Project or any specified Milestones. 1.04 WORK BY OWNER A. The Owner plans to perform the following items of work which are not included in this Contract, but may impact the construction scheduling and completion: 1. None Expected Summary of Work 01 11 00 - 2 Packery Pointe Park Road 22 at Aquarius Street Signal and Turn Lanes Improvement Plan Re-bid – Project No. E15155 11-25-2013 B. Completion of the Work described in this Contract may impact the construction of the items listed above. 1. Coordinate construction activities through the OAR. 2. Pay claims for damages which result from the late completion of the Project or any specified Milestones. C. Owner will provide normal operation and maintenance of the existing facilities during construction, unless otherwise stated. 1.05 CONSTRUCTION OF UTILITIES A. Pay for temporary power, including but not limited to construction cost, meter connection fees, and permits. 1.06 USE PRIOR TO FINAL COMPLETION A. Owner has the right to use or operate any portion of the Project that is ready for use after notifying the Contractor of its intent to do so. B. The execution of Bonds is understood to indicate the consent of the surety to these provisions for use of the Project. C. Provide an endorsement from the insurance carrier permitting use of Project during the remaining period of construction. D. Conduct operations to insure the least inconvenience to the Owner and general public. 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Alternates and Allowances 01 23 10 - 1 Packery Pointe Park Road 22 at Aquarius Street Signal and Turn Lanes Improvement Plan Re-bid – Project No. E15155 11-25-2013 01 23 10 ALTERNATES AND ALLOWANCES 1.00 GENERAL 1.01 REQUIREMENTS A. Alternates: 1. This Section describes each alternate by number and describes the basic changes to be incorporated into the Work when this alternate is made a part of the Work in the Agreement. 2. Drawings and Specifications will outline the extent of Work to be included in the alternate Contract Price. 3. Coordinate related Work and modify surrounding Work as required to properly integrate the Work under each alternate, and provide a complete and functional Project as required by the Contract Documents. 4. Bids for alternates may be accepted or rejected at the option of the Owner. 5. Owner may incorporate these alternates in the Contract when executed, or may issue a Change Order to incorporate these alternates within 120 days at the prices offered in the Bid, unless noted otherwise. A Request for a Change Proposal may be issued after 120 days or other designated time period to negotiate a new price for incorporating the Work into the Project. B. Allowances: 1. Include specified allowance amount in the Contract Price. 2. The amount of each allowance includes: a. The cost of the product to the Contractor less any applicable trade discounts. b. Delivery to the Site. c. Applicable taxes. 3. Include in the Contract Price all costs for: a. Handling at the Site, including unloading, uncrating, and storage per SECTION 01 31 00 PROJECT MANAGEMENT AND COORDINATION. b. Cost for labor and equipment for installation and finishing. c. Cost for related products not specifically listed in the allowance required for installation, including consumable supplies and materials. d. All overhead, profit, and related costs. 4. Assist Owner in the selection of products. a. Identify qualified Suppliers. b. Obtain bids from qualified Suppliers. c. Present available alternates to the Owner through the OAR. Notify OAR of: 1) Any objections to a particular Supplier or product. Alternates and Allowances 01 23 10 - 2 Packery Pointe Park Road 22 at Aquarius Street Signal and Turn Lanes Improvement Plan Re-bid – Project No. E15155 11-25-2013 2) Effect on the Construction Schedule anticipated by the selection of each option. 3) Cost of each option. 5. Upon selection of the product: a. Purchase and install the product. b. Contractor’s responsibilities for products shall be the same as for products selected by the Contractor. 6. Submit a Change Proposal per SECTION 01 31 14 CHANGE MANAGEMENT to adjust Contract Price if the net cost of the product is more or less than the specified amount. a. Adjust the unit cost applied to the quantities installed per the method of payment described in SECTION 01 29 00 APPLICATION FOR PAYMENT PROCEDURES for products specified as Unit Price Work. b. Do not perform Work until selection of alternate has been approved by the Owner. c. Provide actual invoices for the materials. 1.02 DOCUMENT SUBMITTALS A. Provide documents for materials furnished as part of the alternate in accordance with SECTION 01 33 00 DOCUMENT MANAGEMENT. 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Application for Payment Procedures 01 29 00 - 1 Packery Pointe Park Road 22 at Aquarius Street Signal and Turn Lanes Improvement Plan Re-bid – Project No. E15155 03-11-2015 01 29 00 APPLICATION FOR PAYMENT PROCEDURES 1.00 GENERAL 1.01 WORK INCLUDED A. Submit Applications for Payment for completed Work and for materials and equipment in accordance with the General Conditions, the Supplementary Conditions, the Agreement, and this Section. The Contract Price is to include costs for: 1. Providing the Work in accordance with the Contract Documents; 2. Installing Owner furnished equipment and materials; 3. Providing Work for Alternates and Allowances; 4. Commissioning, start-up, training and initial maintenance and operation; 5. Acceptance testing in manufacturer’s facilities or on Site; 6. All home office overhead costs and expenses, including profit made directly or indirectly for the Project; 7. Project management, Contract administration, field office, and field operations staff, including supervision, clerical support, and technology system support; 8. Professional services including design fees, legal fees, and other professional services; 9. Bonds and insurance; 10. Permits, licenses, patent fees, and royalties; 11. Taxes; 12. Providing all documents and Samples required by the Contract Documents; 13. Facilities and equipment at the Site including: a. Field offices, office furnishings, and all related office supplies, software, and equipment, b. Storage facilities for Contractor’s use, storage facilities for stored materials and equipment, including spare parts storage, c. Shops, physical plant, construction equipment, small tools, vehicles, technology and telecommunications equipment, d. Safety equipment and facilities to provide safe access and working conditions for workers and for others working at the Site, e. Temporary facilities for power and communications, f. Potable water and sanitation facilities, and g. Mobilization and demobilization for all of these facilities and equipment; 14. Products, materials, and equipment stored at the Site or other suitable location; 15. Products, materials, and equipment permanently incorporated into the Project; Application for Payment Procedures 01 29 00 - 2 Packery Pointe Park Road 22 at Aquarius Street Signal and Turn Lanes Improvement Plan Re-bid – Project No. E15155 03-11-2015 16. Temporary facilities for managing water, including facilities for pumping, storage, and treatment as required for construction and protection of the environment; 17. Temporary facilities for managing environment conditions and Constituents of Concern; 18. Temporary facilities such as sheeting, shoring, bracing, formwork, embankments, storage facilities, working areas, and other facilities required for construction of the Project; 19. Temporary and permanent facilities for protection of all overhead, surface, or underground structures or features; 20. Temporary and permanent facilities for removal, relocation, or replacement of any overhead, surface, or underground structures or features; 21. Products, materials, and equipment consumed during the construction of the Project; 22. Contractor labor and supervision to complete the Project, including that provided through Subcontractors or Suppliers; 23. Correcting Defective Work during the Contract Times, during the Correction Period, or as required to meet any warranty provision of the Contract Documents; 24. Risk associated with weather and environmental conditions, start-up, and initial operation of facilities including equipment, processes, and systems; 25. Contractor’s safety programs, including management, administration, and training; 26. Maintenance of facilities, including equipment, processes, and systems until operation is transferred to Owner; 27. Providing warranties, extended or special warranties, or extended service agreements; 28. Cleanup and disposal of any and all surplus materials; and 29. Demobilization of all physical, temporary facilities not incorporated into the Project. B. Include the cost not specifically set forth as an individual payment item but required to provide a complete and functional system in the Contract Price. C. Provide written approval of the surety company providing Bonds for the Schedule of Values, Application for Payment form, and method of payment prior to submitting the first Application for Payment. Submit approval using the Consent of Surety Company to Payment Procedures form provided. Payment will not be made without this approval. D. OAR may withhold processing Applications for Payment if any of the following processes or documentation are not up to date: 1. Progress Schedule per SECTION 01 33 04 CONSTRUCTION PROGRESS SCHEDULE. 2. Project photographs per SECTION 01 33 05 VIDEO AND PHOTOGRAPHIC DOCUMENTATION. 3. Record Documents per SECTION 01 31 13 PROJECT COORDINATION. 4. Documentation required to comply with Owner’s Minority / MBE / DBE Participation Policy. Application for Payment Procedures 01 29 00 - 3 Packery Pointe Park Road 22 at Aquarius Street Signal and Turn Lanes Improvement Plan Re-bid – Project No. E15155 03-11-2015 1.02 SCHEDULE OF VALUES A. Submit a detailed Schedule of Values for the Work a t least 10 days prior to submitting the first Application for Payment. B. Submit the Schedule of Values in the form for Attachment A - Tabulation of Earned Value of Original Contract Performed. C. Do not submit an Application for Payment until the Schedule of Values has been approved by the OAR. D. Use each unit price line item in the Agreement as a unit price line item in the Schedule of Values. E. Divide lump sum line items, including Subcontractor and Supplier amounts in the Schedule of Values into smaller components to allow more accurate determination of the earned value for each item. 1. Provide adequate detail to allow a more accurate determination of the earned value expressed as a percentage of Work completed for each item. 2. Line items may not exceed $50,000.00, unless they are for products, materials, or equipment permanently incorporated into the Project that cannot be subdivided into units or subassemblies. 3. Lump sum items may be divided into an estimated number of units to determine earned value. a. The estimated number of units times the cost per unit must equal the lump sum amount for that line item. b. Contractor will receive payment for the lump sum for the line item, regardless of the number of units installed, unless an adjustment is made by Change Order. 4. Include Contractor’s overhead and profit in each line item in proportion to the value of the line item to the Contract Price. 5. Include the cost not specifically set forth as an individual payment item but required to provide a complete and functional system in the Contract Price for each item. 6. These line items may be used to establish the value of Work to be added or deleted from the Project. 7. The sum of all values listed in the schedule must equal the total Contract Price. F. Subdivide each line item in the Schedule of Values into two payment components. The first component is the direct cost for products, materials, and equipment permanently incorporated into the Project. The second componen t is all other cost associated with the item in the Agreement. The sum of the two components must equal the value of the line item in the Schedule of Values. G. Where a percentage of the line value is allowed for a specified stage of completion, show the value for each stage of completion as a component of that line item cost. Application for Payment Procedures 01 29 00 - 4 Packery Pointe Park Road 22 at Aquarius Street Signal and Turn Lanes Improvement Plan Re-bid – Project No. E15155 03-11-2015 1.03 SCHEDULE OF ANTICIPATED PAYMENTS AND EARNED VALUE A. Submit a schedule of the anticipated Application for Payments showing the application numbers, submission dates, and the anticipated amou nt to be requested. Incorporate retainage into the development of this schedule of anticipated payments. B. Submit a tabulation of the anticipated Total Earned Value of Fees, Work, and Materials to create a graphic (curve) representation of the anticipated progress on the Project each month. Adjust this table and curve to incorporate Modifications. Use this curve to compare actual progress on the Project each month by comparing the anticipated cumulative Total Earned Value of Fees, Work, and Ma terials to the actual Total Earned Value of Fees, Work, and Materials each month. Use the comparison of values to determine performance on budget and schedule. C. Update the Schedule of Payments as necessary to provide a reasonably accurate indication of the funds required to make payments each month to the Contractor for Work performed. 1.04 BASIS FOR PAYMENTS A. Lump Sum Contracts: 1. Payment will be made for the earned value of Work completed during the payment period expressed as a percentage of Work completed for each line item during the payment period per the Contract Documents. 2. Payment amount is the value of Work completed per the Contract Documents multiplied by the percentage of Work completed. 3. Payment for lump sum items divided into an estimated number of units to determine earned value per Paragraph 1.02.E.3 will be made for the measured number of units. 4. Payment for stored materials and equipment will be made per Paragraph 1.05. B. Unit Price Contracts: 1. Payment will be made for the actual quantity of Work completed during the payment period and for materials and equipment stored during the payment period per the Contract Documents. a. Payment amount is the Work quantity measured per the Contract Documents multiplied by the unit prices for that line item in the Agreement. b. Payment for stored materials and equipment will be made per Paragraph 1.05. 2. Measure the Work described in the Agreement for payment. Payment will be made only for the actual measured and/or computed length, area, solid contents, number, and weight, unless other provisions are made in the Contract Documents. Payment on a unit price basis will not be made for Work outside finished dimensions shown in the Contract Documents. Include cost for waste, overages, and tolerances in the unit price for that line item. 1.05 PAYMENT FOR STORED MATERIALS AND EQUIPMENT. A. Store materials and equipment properly at the Site. Application for Payment Procedures 01 29 00 - 5 Packery Pointe Park Road 22 at Aquarius Street Signal and Turn Lanes Improvement Plan Re-bid – Project No. E15155 03-11-2015 1. Payment will be made for the invoice amount less the specified retainage. 2. Payment for materials and equipment show in the Application for Payment on Attachment A or Attachment B - Tabulation of Work on Approved Contract Modifications will be made for the invoice amount, up to the value show in the Schedule of Values for that line item. Costs for material and equipment in excess of the value shown in the Schedule of Values may not be added to other line items. 3. Payment will be made in full for the value shown in the line item for products and materials if invoices for materials and equipment are less than the amount shown in the line item and it can be demonstrated that no ad ditional materials or equipment are required to complete Work described in that item. 4. Provide invoices at the time materials are included on Attachment D - Tabulation of Values for Materials and Equipment. Include invoice numbers on Attachment D so that a comparison can be made between invoices and amounts included on Attachment D. B. Provide a bill of sale, invoice, or other documentation warranting that Owner has received the materials and equipment free and clear of Liens. Provide documentation of payment for materials and equipment with the next Application for Payment. Adjust payment to the amount actually paid if this differs from the invoice amount. Remove items from the tabulation of materials and equipment if this documentation is not provided. Payment will not be made for material and equipment without docu mentation of payment. C. Contractors can be paid for non-perishable materials on hand stored at the site, provided that invoices are furnished to the City for verification of the material value; and provide documents, satisfactory to the City, that show that the material supplier has been paid for the materials delivered to the work site. D. Provide evidence that the materials and equipment are covered by appropriate property insurance or other arrangements to protect Owner’s interest. E. The Work covered by progress payments becomes the property of the Owner at the time of payment. The Contractor’s obligations with regard to proper care and maintenance, insurance, and other requirements are not changed by this transfer of ownership until accepted in accordance with the General Conditions. F. Payment for materials and equipment does not constitute acceptance of the product. 1.06 ALTERNATES AND ALLOWANCES A. Include amounts for specified Alternate Work in the Agreement in accordance with SECTION 01 23 10 ALTERNATES AND ALLOWANCES. B. Include amounts for specified Allowances for Work in the Agreement in accordance with SECTION 01 23 10 ALTERNATES AND ALLOWANCES. 1.07 RETAINAGE AND SET-OFFS A. Retainage will be withheld from each Application for Payment per the Agreement. Retainage will be released per the General Conditions. Application for Payment Procedures 01 29 00 - 6 Packery Pointe Park Road 22 at Aquarius Street Signal and Turn Lanes Improvement Plan Re-bid – Project No. E15155 03-11-2015 B. Reduce payments for set-offs per the General Conditions. Include Attachment C – Tabulation of Set-Offs in the Application for Payment. 1.08 PROCEDURES FOR SUBMITTING AN APPLICATION FOR PAYMENT A. Submit a draft Application for Payment to the OAR each month at least 20 days before the date established in the Agreement for Owner to make progress payments. Do not submit Applications for Payment more often than monthly. Review the draft Application for Payment with the OAR to determine concurrence with: 1. The earned value for each lump sum item including the value of properly stored and documented materials and equipment for each item in the original Contract. 2. The quantity of Work completed for each unit price item. 3. Set-offs included in the Application for Payment. 4. Values requested for materials and equipment consistent with invoices for materials and equipment. B. Submit Applications for Payment monthly through the OAR after agreement has been reached on the draft Application for Payment. 1. Number each application sequentially and include the dates for the application period. 2. Show the total amounts for earned value of original Contract performed, earned value for Work on approved Contract Amendments and Change Orders, retainage, and set- offs. Show total amounts that correspond to totals indicated on the attached tabulation for each. 3. Include Attachment A to show the earned value on each line item in the Schedule of Values for Work shown in the original Contract. 4. Include Attachment B to show the earned value on line item for approved Change Orders. Add items to Attachment B as Change Orders are approved. Change Orders must be approved before payment can be made on Change Order items. 5. Include Attachment C to document set-offs required per the Contract Documents. Show each set-off as it is applied. Show a corresponding line item to reduce the Set off amount if a payment held by a set-off is released for payment. 6. Include Attachment D to allow tracking of invoices used to support amounts requested as materials in Attachments A and B. Enter materials to show the amount of the invoice assigned to each item in Attachment A or B if an invoice includes materials used on several line items. 7. Complete the certification stating that all Work, including materials and equipment, covered by this Application for Payment have been completed or delivered and stored in accordance with the Contract Documents, that all amounts have been paid for Work, materials, and equipment for which previous payments have been made by the Owner, and that the current payment amount shown in this Application for Payment is now due. Application for Payment Procedures 01 29 00 - 7 Packery Pointe Park Road 22 at Aquarius Street Signal and Turn Lanes Improvement Plan Re-bid – Project No. E15155 03-11-2015 C. Submit attachments in Portable Document Format (PDF): 1. Generate attachments to the Application for Payment using the Excel spreadsheet provided. 2. Submit PDF documents with adequate resolution to allow documents to be printed in a format equivalent to the document original. Documents are to be scalable to allow printing on standard 8-1/2 x 11 or 11 x 17 paper. 1.09 RESPONSIBILITY OF OWNER’S AUTHORIZED REPRESENTATIVE A. OAR will review draft Application for Payment with Contractor to reach an agreement on the values that will be recommended for payment by the OAR. B. OAR will review Application for Payment submitted by Contractor to determine that the Application for Payment has been properly submitted and is in accordance with the agreed to draft Application for Payment. C. OAR is to either recommend payment of the Application for Payment to Owner or notify the Contractor of the OPT’s reasons for not recommending payment. Contractor may make necessary corrections and resubmit the Application for Payment if it is not recommended within 10 days after receipt of the notice. OAR will review resubmitted Application for Payment and reject or recommend payment of the Application for Payment to Owner as appropriate. D. OAR’s recommendation of the Application for Payment constitutes a representation by OPT that based on their experience and the information available: 1. The Work has progressed to the point indicated; 2. The quality of the Work is generally in accordance with the Contract Documents; and 3. Requirements prerequisite to payment have been met. E. This representation is subject to: 1. Further evaluation of the Work as a functioning whole; 2. The results of subsequent tests called for in the Contract Documents; or 3. Any other qualifications stated in the recommendation. F. OPT does not represent by recommending payment: 1. Inspections made to check the quality or the quantity of the Work as it has been performed have been exhaustive, extended to every aspect of the Work in progress, or involved detailed inspections of the Work; or 2. Other matters or issues between the parties that might entitle Contractor to additional compensation or entitle Owner to withhold payment to Contractor may or may not exist. G. Neither OPT’s review of Contractor’s Work for the purposes of recommending payments nor OAR’s recommendation of payment imposes responsibility on OPT: 1. To supervise, direct, or control the Work; Application for Payment Procedures 01 29 00 - 8 Packery Pointe Park Road 22 at Aquarius Street Signal and Turn Lanes Improvement Plan Re-bid – Project No. E15155 03-11-2015 2. For the means, methods, techniques, sequences, or procedures of construction, or safety precautions and programs; 3. For Contractor’s failure to comply with Laws and Regulations applicable to Contractor’s performance of the Work; 4. To make examinations to ascertain how or for what purposes Contractor has used the monies paid on account of the Contract Price; or 5. To determine that title to the Work, materials, or equipment has passed to Owner free and clear of Liens. 1.10 FINAL APPLICATION FOR PAYMENT A. Include adjustments to the Contract Price in the final Application for Payment for: 1. Approved Change Orders and Contract Amendments, 2. Allowances not previously adjusted by Change Order, 3. Deductions for Defective Work that has been accepted by the Owner, 4. Penalties and bonuses, 5. Deductions for liquidated damages, 6. Deduction for all final set-offs, and 7. Other adjustments if needed. B. OAR will prepare a final Change Order reflecting the approved adjustments to the Contract Price which have not been covered by previously approved Change Orders and if necessary reconcile estimate unit price quantities with actual quantities. C. Submit the final Application for Payment per the General Conditions, including the final Change Order. Provide the following with the Final Application for Payment: 1. Evidence of payment or release of liens on the forms provided and as required by the General Conditions. 2. Consent from Surety to Final Payment. 1.11 PAYMENT BY OWNER A. Owner is to pay the amount recommended for monthly payments within 30 days after receipt of the OAR’s recommended Application for Payment. 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Measurement and Basis for Payment 01 29 01 - 1 Packery Pointe Park Road 22 at Aquarius Street Signal and Turn Lanes Improvement Plan Re-bid – Project No. E15155 11-25-2013 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT 1.00 GENERAL 1.01 MEASUREMENT AND BASIS FOR PAYMENTS ON LUMP SUM ITEMS A. Include all cost for completing the Work in accordance with the Contract Documents for lump sum payment items. Include all direct cost for the Work associated with that lump sum item and a proportionate amount for the indirect costs as described in SECTION 01 29 00 APPLICATION FOR PAYMENT PROCEDURES for each lump sum item. Include cost not specifically set forth as an individual payment item but required to provide a complete and functional system in the lump sum price. B. Measurement for progress payments will be made on the basis of the earned value for each item shown as a percentage of the cost for the lump sum item as described in SECTION 01 29 00 APPLICATION FOR PAYMENT PROCEDURES. Payment at Final Completion will be equal to the total lump sum amount for that item. 1.02 MEASUREMENT AND BASIS FOR PAYMENTS ON UNIT PRICE ITEMS A. Include all cost for completing the Work in accordance with the Contract Documents in unit price payment items. Include all direct cost for the Work associated with that unit price item and a proportionate amount for the indirect costs as described in SECTION 01 29 00 APPLICATION FOR PAYMENT PROCEDURES for each unit price item. Include cost not specifically set forth as an individual payment item but required to provide a complete and functional system in the unit price. B. Measurement for payments will be made only for the actual measured and/or computed length, area, solid contents, number, and weight, unless other provisions are made in the Contract Documents. Payment on a unit price basis will not be made for Work outside finished dimensions shown in the Contract Documents. Include cost for waste, overages, and tolerances in the unit price for that line item. Measurement will be as indicated for each unit price item. 1.03 MEASUREMENT AND BASIS FOR PAYMENT FOR BASE BID ITEMS A. Bid Item A-1 - Mobilization: 1. Include the following costs in this Bid item: a. Bonds and insurance; b. Transportation and setup for equipment; c. Transportation and/or erection of all field offices, sheds, and storage facilities; d. Salaries for preparation of documents required before the first Application for Payment; e. Salaries for field personnel assigned to the Project related to the mobilization of the Project; and f. Demobilization g. Mobilization may not exceed 5 percent of the total Contract Price. Measurement and Basis for Payment 01 29 01 - 2 Packery Pointe Park Road 22 at Aquarius Street Signal and Turn Lanes Improvement Plan Re-bid – Project No. E15155 11-25-2013 2. Measuring for payment is on a lump sum basis. Payment for mobilization will be based on the earned value of Work completed. B. Bid Item A-2 – Traffic Control: 1. Comply with the requirements of Article 7.2, Safety” of the TxDOT standard Specifications 2. Implement the traffic control plan (TCP) shown on the plans 3. Install traffic control devices straight and plumb. Make changes to the TCP only as approved. Minor adjustments to meet field conditions are allowed. 4. Submit Contractor-proposed TCP changes, signed and sealed by a licensed professional engineer, for approval. The Engineer may develop, sign, and seal Contractor-proposed changes. Changes must conform to guidelines established in the TMUTCD using approved products from the Department’s Compliant Work Zone Traffic Control Device List. 5. Maintain traffic control devices by taking corrective action when notified. Corrective actions include, but are not limited to, cleaning, replacing, straightening, covering, and removing devices. Maintain the devices such that they are properly positioned and spaced, legible, and have retroreflective characteristics that meet requirements day or night and in all weather conditions. 6. Maintain traffic control devices by taking corrective action when notified. Corrective actions include, but are not limited to, cleaning, replacing, straightening, covering, and removing devices. Maintain the devices such that they are properly positioned and spaced, legible, and have retroreflective characteristics that meet requirements day or night and in all weather conditions. 7. Remove all traffic control devices upon completion of the work as shown on the plans or as directed. 8. Except for Contracts with callout work and work orders, the work performed and materials furnished in accordance with this Item and measured as provided under “Measurement” will be paid for at the unit price bid for “Barricades, Signs, and Traffic Handling.” This price is full compensation for installation, maintenance, adjustments, replacements, removal, materials, equipment, labor, tools, and incidentals. The work performed and materials furnished in accordance with this Item and measured as provided under “Measurement” will be paid for at the unit price bid for “Barricades, Signs, and Traffic Handling.” This price is full compensation for installation, maintenance, adjustments, replacements, removal, materials, equipment, labor, tools, and incidentals. C. Bid Item A-3 – Storm Water Pollution Prevention Plan 1. Include the following cost in the Bid item: a. Temporary Sediment Control Fence – Install and Remove 1) Approximately 726 linear feet b. Biodegradable Erosion Control Logs 12” – Install and Remove 1) Approximately 270 linear feet Measurement and Basis for Payment 01 29 01 - 3 Packery Pointe Park Road 22 at Aquarius Street Signal and Turn Lanes Improvement Plan Re-bid – Project No. E15155 11-25-2013 2. Measuring for payments is on a lump sum basis. Payment for Storm Water Pollution Prevention Plan is based on earned value of Work completed D. Bid Item A-4 – Ozone Days: 1. Measuring for payments is a on a lump sum basis per Ozone Day. 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Project Management and Coordination 01 31 00 - 1 Packery Pointe Park Road 22 at Aquarius Street Signal and Turn Lanes Improvement Plan Re-bid – Project No. E15155 11-25-2013 01 31 00 PROJECT MANAGEMENT AND COORDINATION 1.00 GENERAL 1.01 WORK INCLUDED A. Furnish resources required to complete the Project with an acceptable standard of quality within the Contract Times. B. Construct Project in accordance with current safety practices. C. Manage Site to allow access to Site and control construction operations. D. Construct temporary facilities to provide and maintain control over environmental conditions at the Site. Remove temporary facilities when no longer needed. E. Provide temporary controls for pollutions, management of water and management of excess earth as required in SECTION 01 57 00 TEMPOR ARY CONTROLS. 1.02 QUALITY ASSURANCE A. Employ competent workmen, skilled in the occupation for which they are employed. Provide Work meeting quality requirements of the Contract Documents. B. Remove Defective Work from the Site immediately unless provisions have been made and approved by the OPT to allow repair of the product at the Site. Clearly mark Work as Defective until it is removed or allowable repairs have been completed. 1.03 DOCUMENT SUBMITTAL A. Provide documents in accordance with SECTION 01 33 00 DOCUMENT MANAGEMENT. 1. Provide copies of Supplier’s printed storage instructions prior to furnishing materials or products and installation instructions prior to beginning the installation. 2. Incorporate field notes, sketches, recordings, and computations made by the Contractor in Record Drawings. 1.04 PERMITS A. Obtain building permits for the Project from the local authorities having jurisdiction. Pay building permit fees and include this cost in the Contract Price. B. Obtain environmental permits required for construction at the Site. C. Provide required permits for transporting heavy or oversized loads. D. Provide other permits required to conduct any part of the Work. E. Arrange for inspections and certification by agencies having jurisdiction over the Work. F. Make arrangements with private utility companies and pay for fees associated with obtaining services, or for inspection fees. G. Retain copies of permits and licenses at the Site and observe and comply with all regulations and conditions of the permit or license. Project Management and Coordination 01 31 00 - 2 Packery Pointe Park Road 22 at Aquarius Street Signal and Turn Lanes Improvement Plan Re-bid – Project No. E15155 11-25-2013 1.05 SAFETY REQUIREMENTS A. Manage safety to protect the safety and welfare of persons at the Site. B. Provide safe access to move through the Site. Provide protective devices to warn and protect from hazards at the Site. C. Provide safe access for those performing tests and inspections. D. Comply with latest provisions of the Occupational Health and Safety Administration and other Laws and Regulation. E. Cooperate with accident investigations. Provide two copies of all reports, including insurance company reports, prepared concerning accidents, injury, or death related to the Project to the OAR as Record Data per SECTION 01 33 03 RECORD DATA. 1.06 ACCESS TO THE SITE A. Maintain access to the facilities at all times. Do not obstruct roads, pedestrian walks, or access to the various buildings, structures, stairways, or entrances. Provide safe access for normal operations during construction. B. Provide adequate and safe access for inspections. Leave ladders, bridges, scaffolding, and protective equipment in place until inspections have been completed. Construct additional safe access if required for inspections. C. Use roadways for construction traffic only with written approval of the appropriate representatives of each entity. Roadways may not be approved for construction traffic. Obtain written approval to use roads to deliver heavy or oversized loads to the Site. Furnish copies of the written approvals to the Owner as Record Data per SECTION 01 33 03 RECORD DATA. 1.07 CONTRACTOR’S USE OF SITE A. Limit the use of Site for Work and storage to those areas designated on the Drawings or approved by the OAR. Coordinate the use of the premises with the OAR. B. Provide security at the Site as necessary to protect against vandalism and loss by theft. C. Do not permit alcoholic beverages or illegal substances on the Site. Do not allow persons under the influence of alcoholic beverages or illegal substances to enter or remain on the Site at any time. Persons on Site under the influence of alcoholic beverages or illegal substances will be permanently prohibited from returning to the Site. Criminal or civil penalties may also apply. D. Park construction equipment in designated areas only and provide spill control measures as discussed in SECTION 01 57 00 TEMPORARY CONTROLS. E. Park employees’ vehicles in designated areas only. F. Obtain written permission of the Owner before entering privately-owned land outside of the Owner’s property, rights-of-way, or easements. G. Do not allow the use of audio devices, obnoxious, vulgar or abusive language, or sexual harassment in any form. These actions will cause immediate and permanent removal of the offender from the premises. Criminal or civil penalties may apply. Project Management and Coordination 01 31 00 - 3 Packery Pointe Park Road 22 at Aquarius Street Signal and Turn Lanes Improvement Plan Re-bid – Project No. E15155 11-25-2013 H. Require Workers to wear clothing that is inoffensive and meets safety requirements. Do not allow sleeveless shirts, shorts, exceedingly torn, ripped, or soiled clothing to be worn on the Project. I. Do not allow firearms or weapons of any sort to be brought on to the Site under any conditions. No exception is to be made for persons with concealed handgun permits. Remove any firearms or weapons and the person possessing these firearms or weapons immediately from the Site. 1.08 PROTECTION OF EXISTING STRUCTURES AND UTILITIES A. Examine the Site and review the available information concerning the Site. Locate utilities, streets, driveways, fences, drainage structures, sidewalks, curbs, and gutters. Verify the elevations of the structures adjacent to excavations. Report any discrepancies from information in the Contract Documents to the OAR before beginning construction. B. Determine if existing structures, poles, piping, or other utilities at excavations will require relocation or replacement. Prepare a Plan of Action per SECTION 01 35 00 SPECIAL PROCEDURES. Coordinate Work with local utility company and others for the relocation or replacement. C. Protect buildings, utilities, street surfaces, driveways, sidewalks, curb and gutter, fences, wells, drainage structures, piping, valves, manholes, electrical conduits, and other systems or structures unless they are shown to be replaced or relocated on the Drawings. Restore damaged items to the satisfaction of the OPT and utility owner. D. Carefully support and protect all structures and/or utilities so that there will be no failure or settlement where excavation or demolition endangers adjacent structures and utilities. Do not take existing utilities out of service unless required by the Contract Documents or approved by the OAR. Notify and cooperate with the utility owner if it is necessary to move services, poles, guy wires, pipelines, or other obstructions. E. Protect existing trees and landscaping at the Site. 1. Identify trees that may be removed during construction with OPT. 2. Mark trees to be removed with paint. 3. Protect trees to remain from damage by wrapping trunks with 2 x 4 timbers around the perimeter, securely wired in place, where machinery must operate around existing trees. Protect branches and limbs from damage by equipment. 4. Protect root zone from compaction. 1.09 PRE-CONSTRUCTION EXPLORATORY EXCAVATIONS A. Excavate and expose existing pipelines that cross within 20 feet of Project pipelines prior to any Work. Survey the line to determine its exact vertical and horizontal location at each point the existing pipeline may potentially conflict with the Work. B. Excavate and expose existing parallel pipelines at 300 feet intervals (maximum) for existing pipelines which are within 10 feet of Project pipelines. Survey the line to determine its exact vertical and horizontal location at each point where the line is excavated and exposed. Project Management and Coordination 01 31 00 - 4 Packery Pointe Park Road 22 at Aquarius Street Signal and Turn Lanes Improvement Plan Re-bid – Project No. E15155 11-25-2013 C. Prepare a Plan of Action per SECTION 01 35 00 SPECIAL PROCEDURES indicating the owner of pipelines excavated and surveyed and all pertinent survey data, including the station where lines cross or conflicts may exist and the distance to the pavement centerline and elevations of the top of existing pipelines. D. Do not perform Work on the Project until all exploratory excavations have been completed and the Plan of Action has been approved by the Designer. E. Include the cost for these pre-construction exploratory excavations in the unit price for pipe construction. Pavement repairs associated with exploratory excavations will be paid for at the unit prices for pavement repair. 1.10 DISRUPTION TO SERVICES / CONTINUED OPERATIONS A. Existing facilities are to continue in service as usual during the construction unless noted otherwise. Owner or utilities must be able to operate and maintain the facilities. Keep disruptions to existing utilities, piping, process piping, or electrical services to a minimum. 1. Do not restrict access to critical valves or operators. 2. Limit operations to the minimum amount of space nee ded to complete the specified Work. 3. Maintain storm sewers and sanitary sewers in service at all times. Provide temporary service around the construction or otherwise construct the structure in a manner that the flow is not restricted. B. Provide a Plan of Action in accordance with SECTION 01 35 00 SPECIAL PROCEDURES if facilities must be taken out of operation. 1.11 FIELD MEASUREMENTS A. Perform complete field measurements prior to purchasing products or beginning construction for products required to fit existing conditions. B. Verify property lines, control lines, grades, and levels indicated on the Drawings. C. Check Shop Drawings and indicate the actual dimensions available where products are to be installed. D. Include field measurements in Record Drawings as required in SECTION 01 31 13 PROJECT COORDINATION. 1.12 REFERENCE DATA AND CONTROL POINTS A. The OPT will provide the following control points: 1. Base line or grid reference points for horizontal control. 2. Benchmarks for vertical control. B. Locate and protect control points prior to starting the Work and preserve permanent reference points during construction. Designated control points may be on an existing structure or monument. Do not change or relocate points without prior approval of the OAR. Notify OAR when the reference point is lost, destroyed, or requires relocation. Replace Project control points on the basis of the original survey. Project Management and Coordination 01 31 00 - 5 Packery Pointe Park Road 22 at Aquarius Street Signal and Turn Lanes Improvement Plan Re-bid – Project No. E15155 11-25-2013 C. Provide complete engineering layout of the Work nee ded for construction. 1. Provide competent personnel. Provide equipment including accurate surveying instruments, stakes, platforms, tools, and materials. 2. Provide surveying with accuracy meeting the requirements established for Category 5 Construction Surveying as established in the Manual of Practice of Land Surveying in Texas published by the Texas Society of Professional Surveyors, latest revision. 3. Record Data and measurements per standards. 1.13 DELIVERY AND STORAGE A. Deliver products and materials to the Site in time to prevent delays in construction. B. Deliver packaged products to Site in original undamaged containers with identifying labels attached. Open cartons as necessary to check for damage and to verify invoices. Reseal cartons and store properly until used. Leave products in packages or other containers until installed. C. Assume full responsibility for the protection and safekeeping of products stored at the Site. D. Store products at locations acceptable to the OAR and to allow Owner access to maintain and operate existing facilities. E. Store products in accordance with the Supplier’s storage instructions immediately upon delivery. Leave seals and labels intact. F. Provide additional storage areas as needed for construction. Store products subject to damage by elements in substantial weather-tight enclosures or storage sheds. Provide and maintain storage sheds as required for the protection of products. Provide temperature, humidity control, and ventilation within the ranges stated in the Supplier’s instructions. Remove storage facilities at the completion of the Project. G. Protect the pipe interior. Keep all foreign materials such as dirt, debris, animals, or other objects out of the pipe during the Work. Cap or plug ends of installed pipe in an approved manner when pipe is not being installed. Clean or wash out pipe sections that become contaminated before continuing with installation. Take precautions to prevent the pipe from floating or moving out of the proper position during or after laying operations. Immediately correct any pipe that moves from its correct position. H. Provide adequate exterior storage for products that may be stored out-of-doors. 1. Provide substantial platforms, blocking, or skids to support materials and products above ground which has been sloped to provide drainage. Protect products from soiling or staining. 2. Cover products subject to discoloration or deterioration from exposure to the elements, with impervious sheet materials. Provide ventilation to prevent condensation below covering. 3. Store loose, granular materials on clean, solid surfaces, or on rigid sheet materials, to prevent mixing with foreign matter. 4. Provide surface drainage to prevent erosion and ponding of water. Project Management and Coordination 01 31 00 - 6 Packery Pointe Park Road 22 at Aquarius Street Signal and Turn Lanes Improvement Plan Re-bid – Project No. E15155 11-25-2013 5. Prevent mixing of refuse or chemically injurious materials or liquids with stored materials. 6. Pipes and conduits stored outdoors are to have open ends sealed to prevent the entrance of dirt, moisture, and other injurious materials. Protect PVC pipe from ultraviolet light exposure. 7. Store light weight products to prevent wind damage. I. Maintain storage facilities. Inspect stored products on a weekly basis and after periods of severe weather to verify that: 1. Storage facilities continue to meet specified requirements; 2. Supplier’s required environmental conditions are continually maintained; and 3. Products that can be damaged by exposure to the elements are not adversely affected. J. Replace any stored item damaged by inadequate protection or environmental controls. K. Payment may be withheld for any products not proper ly stored. 1.14 CLEANING DURING CONSTRUCTION A. Provide positive methods to minimize raising dust from construction operations and provide positive means to prevent air-borne dust from disbursing into the atmosphere. Control dust and dirt from demolition, cutting, and patching operations. B. Clean the Project as Work progresses and dispose of waste materials, keeping the Site free from accumulations of waste or rubbish. Provide containers on Site for waste collection. Do not allow waste materials or debris to blow around or off of the Site. Control dust from waste materials. Transport waste materials with as few handlings as possible. C. Comply with Laws and Regulations. Do not burn or bury waste materials. Remove waste materials, rubbish and debris from the Site and legally dispose of these at public or private disposal facilities. D. Provide a final cleaning to thoroughly clean the entire Site and make ready for acceptance. 1. Remove construction debris, boxes, and trash from the Site. 2. Remove construction storage sheds and field offices. 3. Restore grade to match surrounding condition and remove excess dirt. 4. Sweep all drives and parking lots clean of dirt and debris. Use water trucks or hose down paved site to like new appearance. 1.15 MAINTENANCE OF ROADS, DRIVEWAYS, AND ACCESS A. Maintain roads and streets in a manner that is suitable for safe operations of public vehicles during all phases of construction unless the Owner approves a street closing. Do not close public roads overnight. Project Management and Coordination 01 31 00 - 7 Packery Pointe Park Road 22 at Aquarius Street Signal and Turn Lanes Improvement Plan Re-bid – Project No. E15155 11-25-2013 B. Submit a Notification by Contractor for Owner’s approval of a street closing. The request shall state: 1. The reason for closing the street. 2. How long the street will remain closed. 3. Procedures to be taken to maintain the flow of traffic. C. Construct temporary detours, including by-pass roads around construction, with adequately clear width to maintain the free flow of traffic at all times. Maintain barricades, signs, and safety features around the detour and excavations. Maintain barricades, signs, and safety features around the Work in accordance with all provisions of the latest edition of the Manual on Uniform Traffic Control Devices (MUTCD). D. Assume responsibility for any damage resulting from construction along roads or drives. 1.16 AREA ACCESS AND TRAFFIC CONTROL A. Provide traffic control measures to assure a safe condition and to provide a minimum of inconvenience to motorists and the public. Provide all-weather access to all residents and businesses at all times during construction. Provide temporary driveways and/or roads of approved material during wet weather. Maintain a stockpile of suitable material on the Site to meet the demands of inclement weather. B. Schedule operations to minimize adverse impact on the accessibility of adjoining properties. Sequence construction to build driveways in half widths, construct temporary ramps, or any other measure required to maintain access to adjoining properties. C. Comply with the Owner’s Uniform Barricading Standards and Practices. Copies of this document are available through the Owner’s Traffic Engineering Department. Secure required permits from the Owner’s Traffic Engineering Department. 1.17 OVERHEAD ELECTRICAL WIRES A. Comply with OSHA safety requirements regarding construction equipment working beneath overhead electrical wires. Prevent and pay for repairs for damage to existing overhead electrical wires or facilities. B. Provide for adequate safety with regard to overhead lines whether overhead lines are or are not shown in the Contract Documents. 1.18 BLASTING A. Blasting is not allowed for any purpose. 1.19 ARCHAEOLOGICAL REQUIREMENTS A. Cease operations immediately and contact the Owner for instructions if historical or archaeological artifacts are found during construction. B. Conduct all construction activities to avoid adverse impact on the Sites where significant historical or archaeological artifacts are found or identified as an area where other artifacts could be found. Project Management and Coordination 01 31 00 - 8 Packery Pointe Park Road 22 at Aquarius Street Signal and Turn Lanes Improvement Plan Re-bid – Project No. E15155 11-25-2013 1. Obtain details for Working in these areas. 2. Maintain confidentiality regarding the Site. 3. Adhere to the requirements of the Texas Historical Commission. 4. Notify the OAR and the Texas Historical Commission. C. Do not disturb archaeological sites. 1. Obtain the services of a qualified archaeological specialist to instruct construction personnel on how to identify and protect archaeological finds on an emergency basis. 2. Coordinate activities to permit archaeological work to take place within the area. a. Attempt to archaeologically clear areas needed for construction as soon as possible. b. Provide a determination of priority for such areas. D. Assume responsibility for any unauthorized destruction that might result to such Sites by construction personnel, and pay all penalties assessed by the State or Federal agencies for non-compliance with these requirements. E. Contract Times will be modified to compensate for delays caused by such archaeological finds. No additional compensation will be paid for delays. 1.20 ENDANGERED SPECIES RESOURCES A. Do not perform any activity that is likely to jeopardize the continued existence of a threatened or endangered species as listed or proposed for listing under the Federal Endangered Species Act (ESA), and/or the State of Texas Parks and Wildlife Code on Endangered Species, or to destroy or adversely modify the habitat of such species. B. Cease Work immediately in the area of the encounter and notify the OAR if a threatened or endangered species is encountered during construction. OPT will implement actions in accordance with the ESA and applicable State statutes. Resume construction in the area of the encounter when authorized to do so by the OAR. 1.21 COOPERATION WITH PUBLIC AGENCIES A. Cooperate with all public and private agencies with facilities operating within the limits of the Project. B. Provide a 48-hour notice to any applicable agency when work is anticipated to proceed in the vicinity of any facility by using Texas 811 at 811 and the Lone Star Notification Company at 1-800-669-8344. C. For the Contractor’s convenience, the following telephone numbers are listed: Public Agencies/Contacts Phone Number City Engineer 826-3500 Project Engineer XXX-XXX-XXXX Gilmer D Gaston, P.E. 210-375-9000 Traffic Engineering 826-3540 Project Management and Coordination 01 31 00 - 9 Packery Pointe Park Road 22 at Aquarius Street Signal and Turn Lanes Improvement Plan Re-bid – Project No. E15155 11-25-2013 Public Agencies/Contacts Phone Number Police Department 882-2600 Water Department 826-1881 (826-1888 after hours) Wastewater Department 826-1800 (826-1818 after hours) Gas Department 885-6900 (885-6913 after hours) Storm Water Department 826-1875 (826-3140 after hours) Parks & Recreation Department 826-3461 Streets and Solid Waste Services 826-1940 AEP 1-877-373-4858 SBC / AT&T 881-2511 (1-800-824-4424 after hours) City Street Div. for Traffic Signal/ Fiber Optic Locate 826 -1946 826-3547 Cablevision 857-5000 (857-5060 after hours) ACSI (Fiber Optic) 887-9200 (Pager 800-724-3624) KMC (Fiber Optic) 813-1124 (Pager 888-204-1679) ChoiceCom (Fiber Optic) 881-5767 (Pager 850-2981) CAPROCK (Fiber Optic) 512-935-0958 (Mobile) Brooks Fiber Optic (MAN) 972-753-4355 Regional Transportation Authority 289-2712 Port of Corpus Christi Authority Eng. 855-6153 TxDOT Area Office 808-2384 Corpus Christi ISD 886-9005 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Project Coordination 01 31 13 - 1 Packery Pointe Park Road 22 at Aquarius Street Signal and Turn Lanes Improvement Plan Re-bid – Project No. E15155 11-25-2013 01 31 13 PROJECT COORDINATION 1.00 GENERAL 1.01 WORK INCLUDED A. Administer Contract requirements to construct the Project. Provide documentation per the requirements of this Section. Provide information as requested by the OPT. 1.02 DOCUMENT SUBMITTAL A. Provide documents in accordance with SECTION 01 33 00 DOCUMENT MANAGEMENT. B. Use the forms provided for Contract administration, applications for payment, document submittals, documentation of test results, equipment installation and documentation, and Project closeout. A digital copy of the required forms will be provided to the Contractor before or at the pre-construction conference. 1.03 COMMUNICATION DURING THE PROJECT A. The OAR is to be the first point of contact for all parties on matters concerning this Project. B. The Designer will coordinate correspondence concerning: 1. Documents, including Applications for Payment. 2. Clarification and interpretation of the Contract Documents. 3. Contract Modifications. 4. Observation of Work and testing. 5. Claims. C. The OAR will normally communicate only with the Contractor. Any required communication with Subcontractors or Suppliers will only be with the direct involvement of the Contractor. D. Direct written communications to the OAR at the address indicated at the pre-construction conference. Include the following with communications as a minimum: 1. Name of the Owner. 2. Project name. 3. Contract title. 4. Project number. 5. Date. 6. A reference statement. E. Submit communications on the forms referenced in this Section or in SECTION 01 33 00 DOCUMENT MANAGEMENT. Project Coordination 01 31 13 - 2 Packery Pointe Park Road 22 at Aquarius Street Signal and Turn Lanes Improvement Plan Re-bid – Project No. E15155 11-25-2013 1.04 PROJECT MEETINGS A. Pre-Construction Conference: 1. Attend a pre-construction conference. 2. The location of the conference will be determined by the OAR. 3. The time of the meeting will be determined by the OAR but will be after the Notice of Award is issued and not later than 15 days after the Notice to Proceed is issued. 4. The OPT, Contractor’s project manager and superintendent, representatives of utility companies, and representatives from major Subcontra ctors and Suppliers may attend the conference. 5. Provide and be prepared to discuss: a. Preliminary construction schedule per SECTION 01 33 04 CONSTRUCTION PROGRESS SCHEDULE. b. Schedule of Values and anticipated Schedule of Payments per SECTION 01 29 00 APPLICATION FOR PAYMENT PROCEDURES. c. List of Subcontractors and Suppliers. d. Contractor’s organizational chart as it relates to this Project. e. Letter indicating the agents of authority for the Contractor and the limit of that authority with respect to the execution of legal documents, Contract Modifications, and payment requests. B. Progress Meetings: 1. Attend meetings with the OAR and Owner. a. Meet on a monthly basis or as requested by the OAR to discuss the Project. b. Meet at the Site or other location as designated by the OAR. c. Contractor’s superintendent and other key personnel are to attend the meeting. Other individuals may be requested to attend to discuss specific matters. d. Notify the OAR of any specific items to be discussed a minimum of 1 week prior to the meeting. 2. Provide information as requested by the OAR or Owne r concerning this Project. Prepare to discuss: a. Status of overall Project schedule. b. Contractor’s detailed schedule for the next month. c. Anticipated delivery dates for equipment. d. Coordination with the Owner. e. Status of documents. f. Information or clarification of the Contract Documents. g. Claims and proposed Modifications to the Contract. Project Coordination 01 31 13 - 3 Packery Pointe Park Road 22 at Aquarius Street Signal and Turn Lanes Improvement Plan Re-bid – Project No. E15155 11-25-2013 h. Field observations, problems, or conflicts. i. Maintenance of quality standards. 3. OAR will prepare minutes of meetings. Review the minutes of the meeting and notify the OAR of any discrepancies within 10 days of the date of the meeting memorandum. The minutes will not be corrected after the 10 days have expired. Corrections will be reflected in the minutes of the following meeting or as an attachment to the minutes. C. Pre- Submittal and Pre-Installation Meetings: 1. Conduct pre-submittal and pre-installation meetings as required in the individual technical Specifications or as determined necessary by the OAR (for example, instrumentation, roofing, concrete mix design, etc.). 2. Set the time and location of the meetings when ready to proceed with the associated Work. Submit a Notification by Contractor in accor dance with Paragraph 1.07 for the meeting 2 weeks before the meeting. OPT must approve of the proposed time and location. 3. Attend the meeting and require the participation of appropriate Subcontractors and Suppliers in the meeting. 4. Prepare minutes of the meeting and submit to the OPT for review. OPT will review the minutes of the meeting and notify the Contractor of any discrepancies within 10 days of the date of the meeting memorandum. The minutes will not be corrected after the 10 days have expired. Corrections will be reflected in a revised set of meeting minutes. 1.05 REQUESTS FOR INFORMATION A. Submit Request for Information (RFI) to the Designer to obtain additional information or clarification of the Contract Documents. 1. Submit a separate RFI for each item on the form provided. 2. Attach adequate information to permit a written response without further clarification. Designer will return requests that do not have adequate information to the Contractor for additional information. Contractor is responsible for all delays resulting from multiple document submittals due to inadequate information. 3. A response will be made when adequate information is provided. Response will be made on the RFI form or in attached information. B. Response to an RFI is given to provide additional information, interpretation, or clarification of the requirements of the Contract Documents, and does not modify the Contract Documents. C. Designer will initiate a Request for a Change Proposal (RCP) per SECTION 01 31 14 CHANGE MANAGEMENT if the RFI indicates that a Contract Modification is required. D. Use the Project Issues Log to document decisions made at meetings and actions to be taken in accordance with Paragraph 1.06. E. Use the Action Item Log to document assignments for actions to be taken in accordance with Paragraph 1.06. Project Coordination 01 31 13 - 4 Packery Pointe Park Road 22 at Aquarius Street Signal and Turn Lanes Improvement Plan Re-bid – Project No. E15155 11-25-2013 1.06 DECISION AND ACTION ITEM LOG A. OAR will maintain a Project Decision Log to document key decisions made at meetings, telephone conversation or Site visits using the format provided: 1. Review the log prior to each regular meeting. 2. Report any discrepancies to the OAR for correction or discussion at the next monthly meeting. B. OAR will maintain an Action Item log in conjunction with the Project Decision Log to track assignments made at meetings, telephone conversation, or Site visits using the format provided: 1. Review the Action Item Log prior to each regular meeting. 2. Report actions taken subsequent to the previous progress meeting on items in the log assigned to the Contractor or through the Contractor to a Subcontractor or Supplier to the OAR. Report on status of progress 1 week prior to each progress meeting established in Paragraph 1.04 to allow OAR to update the log prior to the Progress meetings. 3. Be prepared to discuss the status at each meeting. C. Decisions or action items in the log that require a change in the Contract Documents will have the preparation of a Modification as an action items if appropriate. The Contract Documents can only be changed by a Modification. 1.07 NOTIFICATION BY CONTRACTOR A. Notify the OAR of: 1. Need for testing. 2. Intent to work outside regular working hours. 3. Request to shut down facilities or utilities. 4. Proposed utility connections. 5. Required observation by OAR, Designer, or inspection agencies prior to covering Work. 6. Training. B. Provide notification a minimum of 2 weeks in advance in order to allow OPT time to respond appropriately to the notification. C. Use “Notification by Contractor” form provided. 1.08 RECORD DOCUMENTS A. Maintain at the Site one complete set of printed Record Documents including: 1. Drawings. 2. Specifications. 3. Addenda. 4. Modifications. Project Coordination 01 31 13 - 5 Packery Pointe Park Road 22 at Aquarius Street Signal and Turn Lanes Improvement Plan Re-bid – Project No. E15155 11-25-2013 5. Record Data and approved Shop Drawings. 6. Construction photographs. 7. Test Reports. 8. Clarifications and other information provided in Request for Information responses. 9. Reference standards. B. Store printed Record Documents and Samples in the Contractor’s field office. 1. Record Documents are to remain separate from documents used for construction. 2. Provide files and racks for the storage of Record Documents. 3. Provide a secure storage space for the storage of Samples. 4. Maintain Record Documents in clean, dry, legible conditions, and in good order. 5. Make Record Documents and Samples available at all times for inspection by the OPT. C. Maintain a digital record of Specifications and Addenda to identify products provided in PDF format. 1. Reference the Record Data number, Shop Drawings number, and O&M manual number for each product and item of equipment furnished or installed. 2. Reference Modifications by type and number for all changes. D. Maintain a digital record of Drawings in PDF format. 1. Reference the Record Data number, Shop Drawings number, and O&M manual number for each product and item of equipment furnished or installed. 2. Reference Modifications by type and number for all changes. 3. Record information as construction is being performed. Do not conceal any Work until the required information is recorded. 4. Mark Drawings to record actual construction, including the following: a. Depths of various elements of the foundation in relation to finished first floor datum or the top of walls. b. Horizontal and vertical locations of underground utilities and appurtenances constructed and existing utilities encountered during construction. c. Location of utilities and appurtenances concealed in the Work. Refer measurements to permanent structures on the surface. Include the following equipment: 1) Piping. 2) Ductwork. 3) Equipment and control devices requiring periodic maintenance or repair. 4) Valves, unions, traps, and tanks. 5) Services entrance. 6) Feeders. Project Coordination 01 31 13 - 6 Packery Pointe Park Road 22 at Aquarius Street Signal and Turn Lanes Improvement Plan Re-bid – Project No. E15155 11-25-2013 7) Outlets. d. Changes of dimension and detail. e. Changes by Modifications. f. Information in Request for Information or included in the Project Issues Log. g. Details not on the original Drawings. Include field verified dimensions and clarifications, interpretations, and additional information issued in response to RFIs. 5. Mark Drawings with the following colors: a. Highlight references to other documents, including Modifications in blue; b. Highlight mark ups for new or revised Work (lines added) in yellow; c. Highlight items deleted or not installed (lines to be removed) in red; and d. Highlight items constructed per the Contract Documents in green. 6. Submit Record Documents to Designer for review and acceptance 30 days prior to Final Completion of the Project. E. Applications for Payment will not be recommended for payment if Record Documents are found to be incomplete or not in order. Final payment will not be recommended without complete Record Documents. 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Change Management 01 31 14 - 1 Packery Pointe Park Road 22 at Aquarius Street Signal and Turn Lanes Improvement Plan Re-bid – Project No. E15155 11-25-2013 01 31 14 CHANGE MANAGEMENT 1.00 GENERAL 1.01 REQUESTS FOR CHANGE PROPOSAL A. Designer will initiate Modifications by issuing a Request for a Change Proposal (RCP). 1. Designer will prepare a description of proposed Modifications. 2. Designer will issue the Request for a Change Proposal form to Contractor. A number will be assigned to the Request for a Change Proposal when issued. 3. Return a Change Proposal in accordance with Paragraph 1.02 to the Designer for evaluation by the OPT. 1.02 CHANGE PROPOSALS A. Submit a Change Proposal (CP) to the Designer for Contractor initiated changes in the Contract Documents or in response to a Request for Change Proposal. 1. Use the Change Proposal form provided. 2. Assign a number to the Change Proposal when issued. 3. Include with the Change Proposal: a. A complete description of the proposed Modification if Contractor initiated or proposed changes to the OPT’s description of the proposed Modification. b. The reason the Modification is requested, if not in response to a Request for a Change Proposal. c. A detailed breakdown of the cost of the change if the Modification requires a change in Contract Price. The itemized breakdown is to include: 1) List of materials and equipment to be installed; 2) Man hours for labor by classification; 3) Equipment used in construction; 4) Consumable supplies, fuels, and materials; 5) Royalties and patent fees; 6) Bonds and insurance; 7) Overhead and profit; 8) Field office costs; 9) Home office cost; and 10) Other items of cost. d. Provide the level of detail outline in the paragraph above for each Subcontractor or Supplier actually performing the Work if Work is to be provided by a Subcontractor or Supplier. Indicate appropriate Contractor mark-ups for Work Change Management 01 31 14 - 2 Packery Pointe Park Road 22 at Aquarius Street Signal and Turn Lanes Improvement Plan Re-bid – Project No. E15155 11-25-2013 provided through Subcontractors and Suppliers. Provide the level of detail outline in the paragraph above for self-performed Work. e. Submit Change Proposals that comply with Article 13 of the General Conditions for Cost of Work. f. Provide a revised schedule. Show the effect of the change on the Project Schedule and the Contract Times. B. Submit a Change Proposal to the Designer to request a Field Order. C. A Change Proposal is required for all substitutions or deviations from the Contract Documents. D. Request changes to products in accordance with SECTION 01 33 02 SHOP DRAWINGS. 1.03 DESIGNER WILL EVALUATE THE REQUEST FOR A MODIFICATION. A. Designer will issue a Modification per the General Conditions if the Change Proposal is acceptable to the Owner. Designer will issue a Change Order or Contract Amendment for any changes in Contract Price or Contract Times. 1. Change Orders and Contract Amendments will be sent to the Contractor for execution with a copy to the Owner recommending approval. A Work Change Directive may be issued if Work needs to progress before the Change Order or Contract Amendment can be authorized by the Owner. 2. Work Change Directives, Change Orders, and Contract Amendments can only be approved by the Owner. a. Work performed on the Change Proposal prior to receiving a Work Change Directive or approval of the Change Order or Contra ct Amendment is performed at the Contractor’s risk. b. No payment will be made for Work on Change Orders or Contract Amendments until approved by the Owner. B. The Contractor may be informed that the Request for a Change Proposal is not approved and construction is to proceed in accordance with the Contract Documents. 1.04 EQUAL NON SPECIFIED PRODUCTS A. The products of the listed Suppliers are to be furnished where Specifications list several manufacturers but do not specifically list “or equal” or “or approved equal” products. Use of any products other than those specifically listed is a substitution. Follow the procedures in Paragraph 1.05 for a substitution. B. Contractor may submit other manufacturers’ products that are in full compliance with the Specification where Specifications list one or more manufacturers followed by the phase “or equal” or “or approved equal.” 1. Submit a Shop Drawing as required by SECTION 01 33 02 SHOP DRAWINGS to document that the proposed product is equal or superior to the specified product. 2. Prove that the product is equal. It is not the OPT’s responsibility to prove the product is not equal. Change Management 01 31 14 - 3 Packery Pointe Park Road 22 at Aquarius Street Signal and Turn Lanes Improvement Plan Re-bid – Project No. E15155 11-25-2013 a. Indicate on a point by point basis for each specified feature that the product is equal to the Contract Document requirements. b. Make a direct comparison with the specified manufacturer’s published data sheets and available information. Provide this printed material with the Shop Drawing. c. The decision of the Designer regarding the acceptability of the proposed product is final. 3. Provide a typewritten certification that, in furnishing the proposed product as an equal, the Contractor: a. Has thoroughly examined the proposed product and has determined that it is equal or superior in all respects to the product specified. b. Has determined that the product will perform in the same manner and result in the same process as the specified product. c. Will provide the same warranties and/or bonds as for the product specified. d. Will assume all responsibility to coordinate any modifications that may be necessary to incorporate the product into the construction and will waive all claims for additional Work which may be necessary to incorporate the product into the Project which may subsequently become appa rent. e. Will maintain the same time schedule as for the specified product. 4. A Change Proposal is not required for any product that is in full compliance with the Contract Documents. If the product is not in full compliance, it may be offered as a Substitution. 1.05 SUBSTITUTIONS A. Substitutions are defined as any product that the Contractor proposes to provide for the Project in lieu of the specified product. Submit a Change Proposal per Paragraph 1.02 along with a Shop Drawing as required by SECTION 01 33 02 SHOP DRAWINGS to request approval of a substitution. B. Prove that the product is acceptable as a substitute. It is not the Designer’s responsibility to prove the product is not acceptable as a substitute. 1. Indicate on a point by point basis for each specified feature that the product is acceptable to meet the intent of the Contract Documents requirements. 2. Make a direct comparison with the specified Suppliers published data sheets and available information. Provide this printed material with the documents submitted. 3. The decision of the Designer regarding the acceptability of the proposed substitute product is final. C. Provide a written certification that, in making the substitution request, the Contractor: 1. Has determined that the substituted product will perform in substantially the same manner and result in the same ability to meet the specified performance as the specified product. Change Management 01 31 14 - 4 Packery Pointe Park Road 22 at Aquarius Street Signal and Turn Lanes Improvement Plan Re-bid – Project No. E15155 11-25-2013 2. Will provide the same warranties and/or bonds for the substituted product as specified or as would be provided by the manufacturer of the specified product. 3. Will assume all responsibility to coordinate any modifications that may be necessary to incorporate the substituted product into the Project and will waive all claims for additional Work which may be necessary to incorporate the substituted product into the Project which may subsequently become apparent. 4. Will maintain the same time schedule as for the specified product. D. Pay for review of substitutions in accordance with SECTION 01 33 02 SHOP DRAWINGS. 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Document Management 01 33 00 - 1 Packery Pointe Park Road 22 at Aquarius Street Signal and Turn Lanes Improvement Plan Re-bid – Project No. E15155 11-25-2013 01 33 00 DOCUMENT MANAGEMENT 1.00 GENERAL 1.01 WORK INCLUDED A. Submit documentation as required by the Contract Documents and as reasonably requested by the OPT. 1.02 QUALITY ASSURANCE A. Submit legible, accurate, complete documents presented in a clear, easily understood manner. Documents not meeting these criteria will be returned without review. 1.03 CONTRACTOR’S RESPONSIBILITIES A. Review documents prior to submitting. Make certifications as required by the Contract Documents and as indicated on forms provided. B. Provide a Schedule of Documents to list the documents that are to be submitted, the dates on which documents are to be sent to the Designer for review, and proposed dates that documents must be returned to comply with the Proje ct schedule. Use the form provided for this list. C. Incorporate the dates for processing documents into the Progress Schedule required by SECTION 01 33 04 CONSTRUCTION PROGRESS SCHEDULE. 1. Provide documents in accordance with the schedule so construction of the Project is not delayed. 2. Allow a reasonable time for the review of documents when preparing the Progress Schedule. Assume a 14 day review cycle for each document unless a longer period of time is indicated in the Contract Documents or agreed to by Designer and Contractor. 3. Schedule submittal of documents to provide all information for interrelated Work at one time. 4. Allow adequate time for processing documents so con struction of the Project is not delayed. 1.04 DOCUMENT SUBMITTAL PROCEDURES A. Submit documents through the Designer. Send all documents in digital format for processing. 1. Provide all information requested with a completed Document Transmittal form. Do not leave any blanks incomplete. If information is not applicable, enter NA in the space provided. 2. The Document Transmittal form is to be the first page in the document submitted. 3. Submit all documents in Portable Document Format (PDF). Document Management 01 33 00 - 2 Packery Pointe Park Road 22 at Aquarius Street Signal and Turn Lanes Improvement Plan Re-bid – Project No. E15155 11-25-2013 a. Create PDF document using Bluebeam Revu software or other compatible software that will create files that can be opened and annotated using Bluebeam Revu software. b. Create PDF documents from native format files unless files are only available from scanned documents. c. Rotate pages so that the top of each document appears at the top of the monitor screen when opened in PDF viewing software. d. Submit PDF document with adequate resolution to allow documents to be printed in a format equivalent to the document original. Documents are to be scalable to allow printing on standard 8-1/2 x 11 or 11 x 17 paper. e. Submit color PDF documents where color is required to interpret the document. f. Create or convert documents to allow text to be selected for comments or searched using text search features. Run scanned documents through Optical Character Recognition (OCR) software if necessary. g. Flatten markups in documents to prevent markups made by Contractor from being moved or deleted. Flatten documents to allow markup recovery. h. Use Bluebeam Revu software to reduce file size using default settings except the option for “Drop Metadata.” Uncheck the “Drop Meta data” box when reducing file size i. Add footers to each document with the Project name. 1.05 DOCUMENT NUMBERING A. Assign a number to the documents originated to allow tracking of the documents during the review process. 1. Assign the number consisting of a prefix, a sequence number, and a letter suffix. Prefixes shall be as follows: Prefix Description Originator AP Application for Payment Contractor CO Change Order OAR CP Change Proposal Contractor CTR Certified Test Report Contractor FO Field Order OAR NBC Notification by Contractor Contractor PD Photographic Documentation Contractor RCP Request for a Change Proposal OAR RD Record Data Contractor RFI Request for Information Contractor SD Shop Drawing Contractor Document Management 01 33 00 - 3 Packery Pointe Park Road 22 at Aquarius Street Signal and Turn Lanes Improvement Plan Re-bid – Project No. E15155 11-25-2013 Prefix Description Originator SCH Schedule of Progress Contractor 2. Issue sequence numbers in chronological order for each type of document. 3. Issue numbers for resubmittals that have the same number as the original document followed by an alphabetical suffix indicating the number of times the same document has been sent to the Designer for processing. For example: SD 025 A represents Shop Drawing number 25 and the letter “A” designates that this is the second time this document has been sent for review. 4. Clearly note the document number on each page or sheet of the document. 5. Correct assignment of numbers is essential since different document types are processed in different ways. B. Include reference the Drawing number and/or Specification Section, detail designation, schedule, or location that corresponds with the data on the document transmittal forms. Other identification may also be required, such as layout drawings or schedules to allow the reviewer to determine where a particular product is to be used. 1.06 DOCUMENT REQUIREMENTS A. Furnish documents as indicated below or in individual Specification Sections. Submit documents per the procedures described in the Contract Documents. B. Submit documents per the Specification Section shown in the following table: Document Type Specification Section Application for Payment 01 29 00 Change Proposal 01 31 14 Certified Test Report 01 33 02 for approval of product 01 40 00 to demonstrate compliance Notification by Contractor 01 31 13 Photographic Documentation 01 33 05 Progress Schedules 01 33 04 Record Data 01 33 03 Request for Information 01 31 13 Shop Drawing 01 33 02 Schedule of Values 01 29 00 Substitutions 01 31 14 Suppliers and Subcontractors 01 31 13 and 01 33 03 Document Management 01 33 00 - 4 Packery Pointe Park Road 22 at Aquarius Street Signal and Turn Lanes Improvement Plan Re-bid – Project No. E15155 11-25-2013 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION 01 33 01 Submittal Register Product Information Sample or Mockup Operations Data Paragraph No. Specification Section Specification Description Types of Submittals Required Submittal Register Packery Pointe Park Road 22 at Aquarius Street Signal and Turn Lanes Improvement Plan Re-bid - Project No. E15155 01 33 01-1 07-03-2014 Shop Drawings 01 33 02 - 1 Packery Pointe Park Road 22 at Aquarius Street Signal and Turn Lanes Improvement Plan Re-bid – Project No. E15155 11-25-2013 01 33 02 SHOP DRAWINGS 1.00 GENERAL 1.01 WORK INCLUDED A. Shop Drawings are required for those products that cannot adequately be described in the Contract Documents to allow fabrication, erection, or installation of the product without additional detailed information from the Supplier. B. Submit Shop Drawings as required by the Contract Documents and as reasonably requested by the OPT to: 1. Record the products incorporated into the Project for the Owner; 2. Provide detailed information for the products proposed for the Project regarding their fabrication, installation, commissioning, and testing; and 3. Allow the Designer to advise the Owner if products proposed for the Project by the Contractor conform, in general, to the design concepts of the Contract Documents. C. Contractor’s responsibility for full compliance with the Contract Documents is not relieved by the review of Shop Drawings, Samples, or mockups. Contract modifications can only be approved by Change Order or Field Order. 1.02 QUALITY ASSURANCE A. Submit legible, accurate, and complete documents presented in a clear, easily understood manner. Shop Drawings not meeting these criteria will be rejected. B. Demonstrate that the proposed products are in full and complete compliance with the design criteria and requirements of the Contract Documents, or will be if deviations requested per Paragraph 1.10 are approved. C. Furnish and install products that fully comply with the information included in the document submittal. 1.03 CONTRACTOR’S RESPONSIBILITIES A. Provide Shop Drawings for the following items: Specification Section Shop Drawing Description B. Include Shop Drawings in the Schedule of Documents required by SECTION 01 33 00 DOCUMENT MANAGEMENT to indicate the Shop Drawings to be submitted, the dates on which documents are to be sent to the Designer for review and proposed dates that the product will be incorporated into the Project. C. Incorporate the dates for processing Shop Drawings into the Progress Schedule required by SECTION 01 33 04 CONSTRUCTION PROGRESS SCHEDULE. Shop Drawings 01 33 02 - 2 Packery Pointe Park Road 22 at Aquarius Street Signal and Turn Lanes Improvement Plan Re-bid – Project No. E15155 11-25-2013 1. Submit Shop Drawings in accordance with the schedule so construction of the Project is not delayed. 2. Allow a reasonable time for the review of Shop Drawings when preparing the Progress Schedule. Include time for making revisions to the Shop Drawings and resubmitting the Shop Drawing for a least a second review. Assume a 14 day review cycle for each time a Shop Drawing is submitted for review unless a longer period of time is indicated in the Contract Documents. 3. Schedule document submittals to provide all information for interrelated Work at one time. 4. Allow adequate time for ordering, fabricating, delivering, and installing product so construction of the Project is not delayed. D. Complete the following before submitting a Shop Drawing or Sample: 1. Prepare Shop Drawing Review and coordinate the Shop Drawing or Sample with other Shop Drawings and Samples and with the requirements of the Work and the Contract Documents; 2. Determine and verify specified performance and design criteria, installation requirements, materials, catalog numbers, and similar information with respect to Shop Drawings and Samples; 3. Determine and verify the suitability of materials and equipment offered with respect to the indicated application, fabrication, shipping, handling, storage, assembly, and installation pertaining to the performance of the Work; and 4. Determine and verify information relative to Contractor’s responsibilities for means, methods, techniques, sequences, and procedures of construction, and safety precautions and programs incident thereto. E. Determine and verify: 1. Accurate field measurements, quantities, and dimensions are shown on the Shop Drawing; 2. Location of existing structures, utilities, and equipment related to the Shop Drawing have been shown and conflicts between the products existing structures, utilities, and equipment have been identified; 3. Conflicts that impact the installation of the produ cts have been brought to the attention of the OPT through the Designer; 4. Shop Drawing are complete for their intended purpose; and 5. Conflicts between the Shop Drawing related to the various Subcontractors and Suppliers have been resolved. F. Review Shop Drawings prior to submitting to the Designer. Certify that all Shop Drawings have been reviewed by the Contractor and are in strict conformance with the Contract Documents as modified by Addenda, Change Order, Field Order, or Contract Amendment when submitting Shop Drawings except for deviations specifically brought to the Designer’s attention on an attached Shop Drawing Deviation Request form in accordance with Paragraph 1.10. Shop Drawings 01 33 02 - 3 Packery Pointe Park Road 22 at Aquarius Street Signal and Turn Lanes Improvement Plan Re-bid – Project No. E15155 11-25-2013 G. Fabrication or installation of any products prior to the approval of Shop Drawings is done at the Contractor’s risk. Defective products may be rejected at the Owner’s option. H. Payment will not be made for products for which Shop Drawings or Samples are required until these are approved by the Designer. 1.04 SHOP DRAWING REQUIREMENTS A. Provide adequate information in Shop Drawings and Samples so Designer can: 1. Assist the Owner in selecting colors, textures, or other aesthetic features. 2. Compare the proposed features of the product with the specified features and advise Owner that the product does, in general, conform to the Contract Documents. 3. Compare the performance features of the proposed product with those specified and advise the Owner that the product does, in general, conform to the performance criteria specified in the Contract Documents. 4. Review required certifications, guarantees, warranties, and service agreements for compliance with the Contract Documents. B. Include a complete description of the product to be furnished, including: 1. Type, dimensions, size, arrangement, and operational characteristics of the product; 2. Weights, gauges, materials of construction, external connections, anchors, and supports required; 3. All applicable standards such as ASTM or Federal specification numbers; 4. Fabrication and installation drawings, setting diagrams, manufacturing instructions, templates, patterns, and coordination drawings; 5. Mix designs for concrete, asphalt, or other materials proportioned for the Project; and 6. Complete and accurate field measurements for products which must fit existing conditions. Indicate on the document submittal that the measurements represent actual dimensions obtained at the Site. C. Submit Shop Drawings that require coordination with other Shop Drawings at the same time. Shop Drawings requiring coordination with other Shop Drawings will be rejected until a complete package is submitted. 1.05 SPECIAL CERTIFICATIONS AND REPORTS A. Provide all required certifications with the Shop Drawings as specified in the individual Specification Sections: 1. Certified Test Reports (CTR): A report prepared by an approved testing agency giving results of tests performed on products to indicate their compliance with the Specifications. This report is to demonstrate that the product when installed will meet the requirements and is part of the Shop Drawing. Field tests may be performed by the Owner to determine that in place materials or products meet the same quality as indicated in the CTR submitted as part of the Shop Drawing. Shop Drawings 01 33 02 - 4 Packery Pointe Park Road 22 at Aquarius Street Signal and Turn Lanes Improvement Plan Re-bid – Project No. E15155 11-25-2013 2. Certification of Local Field Service (CLS): A certified letter stating that field service is available from a factory or supplier approved service organization located within a 300 mile radius of the Site. List names, addresses, and telephone numbers of approved service organizations on or attach it to the certificate. 3. Certification of Adequacy of Design (CAD): A certified letter from the manufacturer of the equipment stating that they have designed the equipment to be structurally stable and to withstand all imposed loads without deformation, failure, or adverse effects to the performance and operational requirements of the unit. The letter shall state that mechanical and electrical equipment is adequately sized to be fully operational for the conditions specified or normally encountered by the product’s intended use. 1.06 WARRANTIES AND GUARANTEES A. Provide all required warranties, guarantees, and related documents with the Shop Drawing. The effective date of warranties and guarantees will be the date of acceptance of the Work by the Owner. B. Identify all Extended Warranties, defined as any guarantee of performance for the product or system beyond the 1 year correction period described in the General Conditions. Issue the warranty certificate in the name of the Owner. Provide a Warranty Bond for Extended Warranties if required by Specification Sections. C. Provide a copy of all warranties in a separate document in accordance with SECTION 01 70 00 EXECUTION AND CLOSEOUT REQUIREMENTS. 1.07 SHOP DRAWING SUBMITTAL PROCEDURES A. Submit Shop Drawings through the Designer. Send all documents in digital format for processing. 1. Provide all information requested in the Shop Drawing submittal form. Do not leave any blanks incomplete. If information is not applicable, enter NA in the space provided. The Shop Drawing submittal form is to be the first document in the file submitted. 2. Submit all documents in Portable Document Format (PDF). a. Create PDF document using Bluebeam Revu software or other compatible software that will create files that can be opened and annotated using Bluebeam Revu software. b. Create PDF documents from native format files unless files are only available from scanned documents. c. Rotate pages so that the top of each document appears at the top of the monitor screen when opened in PDF viewing software. d. Submit PDF document with adequate resolution to allow documents to be printed in a format equivalent to the document original. Documents are to be scalable to allow printing on standard 8-1/2 x 11 or 11 x 17 paper. e. Submit color PDF documents where color is required to interpret the Shop Drawing. Submit Samples and color charts per Paragraph 1.08.A. Shop Drawings 01 33 02 - 5 Packery Pointe Park Road 22 at Aquarius Street Signal and Turn Lanes Improvement Plan Re-bid – Project No. E15155 11-25-2013 f. Create or convert documents to allow text to be selected for comments or searched using text search features. Run scanned documents through Optical Character Recognition (OCR) software if necessary. g. Flatten markups in documents to prevent markups made by Contractor from being moved or deleted. Flatten documents to allow markup recovery. h. Use Bluebeam Revu software to reduce file size using default settings except the option for “Drop Metadata.” Uncheck the “Drop Meta data” box when reducing file size. i. Add footers to each document with the Project name. 3. Submit each specific product or class of material separately so these can be tracked and processed independently. Do not submit Shop Dr awings for more than one product in the same Shop Drawing. 4. Submit items specified in different Specification Sections separately unless they are part of an integrated system. 5. Define abbreviations and symbols used in Shop Drawings. a. Use terms and symbols in Shop Drawings consistent with the Contract Drawings. b. Provide a list of abbreviations and their meaning as used in the Shop Drawings. c. Provide a legend for symbols used on Shop Drawings. 6. Mark Shop Drawings to reference: a. Related Specification Sections, b. Drawing number and detail designation, c. Product designation or name, d. Schedule references, e. System into which the product is incorporated, and f. Location where the product is incorporated into the Project. B. Use the following conventions to markup Shop Drawings for review: 1. Make comments and corrections in the color blue. Add explanatory comments to the markup. 2. Highlight items in black that are not being furnished when the Supplier’s standard drawings or information sheets are provided so that only the products to be provided are in their original color. 3. Make comments in the color yellow where selections or decisions by the Designer are required, but such selections do not constitute a deviation from the Contract Documents. Add explanatory comments to the markup to indicate the action to be taken by the Designer. 4. Make comments in the color orange that are deviation requests. Include the deviation request number on the Shop Drawing that corresponds to the deviation request on Shop Drawings 01 33 02 - 6 Packery Pointe Park Road 22 at Aquarius Street Signal and Turn Lanes Improvement Plan Re-bid – Project No. E15155 11-25-2013 the Shop Drawing Deviation Request form. Include explanatory comments in the Shop Drawing Deviation Request form. 5. Mark dimensions with the prefix FD to indicate field verified dimensions on the Shop Drawings. C. Submit a Change Proposal per SECTION 01 31 14 CHANGE MANAGEMENT to request modifications to the Contract Documents, including those for approval of “or equal” products when specifically allowed by the Contract Documents or as a substitution for specified products or procedures. D. Designate a Shop Drawing as requiring priority treatment in the comment section of the Shop Drawing submittal form to place the review of the Shop Drawing ahead of other Shop Drawings previously delivered. Shop Drawings are typically reviewed in the order received, unless Contractor requests that a different priority be assigned. Priority Shop Drawings will be reviewed before other Shop Drawings for this Project already received but not yet reviewed. Use of this priority designation for Shop Drawings may delay the review of Shop Drawings previously submitted, pushing the processing of Shop Drawings beyond the 14 day target. Contractor is responsible for delays resulting from the use of the priority designation status on Shop Drawings. E. Complete the certification required by Paragraph 1.03. 1.08 SAMPLE AND MOCKUP SUBMITTAL PROCEDURES A. Submit color charts and Samples for every product requiring color, texture, or finish selection. 1. Submit color charts and Samples only after Shop Drawings for the products have been approved. 2. Deliver all color charts and Samples at one time. 3. Provide Samples of adequate size to clearly illustrate the functional characteristics of the product, with integrally related parts and attachment devices. 4. Indicate the full range of color, texture, and patterns. 5. Deliver color charts and Samples to the field office and store for the duration of the Project 6. Notify the Designer that color charts and Samples have been delivered for approval using the Notification by Contractor form. 7. Submit color charts and Samples not less than 30 days prior to when these products are to be ordered or released for fabrication to comply with the Project schedule. 8. Remove Samples that have been rejected. Submit new Samples following the same process as for the initial Sample until Samples are approved. 9. Dispose of Samples when related Work has been completed and approved and disposal is approved by the Designer. At Owner’s option, Samples will become the property of the Owner. B. Construct mockups for comparison with the Work being performed. Shop Drawings 01 33 02 - 7 Packery Pointe Park Road 22 at Aquarius Street Signal and Turn Lanes Improvement Plan Re-bid – Project No. E15155 11-25-2013 1. Construct mockups from the actual products to be used in construction per detailed Specification Sections. 2. Construct mockups of the size and in the area indicated in the Contract Documents. 3. Construct mockups complete with texture and finish to represent the finished product. 4. Notify the Designer that mockups have been constructed and are ready for approval using the Notification by Contractor form. Allow 2 weeks for OPT to approve of the mockup before beginning the Work represented by the mockup. 5. Remove mockups that have been rejected. Construct new mockups following the same process as for the initial mockup until mockup is approved. 6. Protect mockups until Work has been completed and accepted by the OPT. 7. Dispose of mockups when related Work has been completed and disposal is approved by the Designer. 1.09 REQUESTS FOR DEVIATION A. Submit requests for deviation from the Contract Documents for any product that does not fully comply with the Contract Documents. B. Submit requests for deviation using the Shop Drawing Deviation Request form provided. Identify each deviation request as a separate item. Include all requested deviations that must be approved as a group together and identify them as a single item. C. Include a description of why the deviation is required and the impact on Contract Price or Contract Times. Include the amount of any cost savings to the Owner for deviations that result in a reduction in cost. D. Submit as a Change Proposal prior to submitting the Shop Drawing if the deviation will result in a change in Contract Price or Contract Times. E. A Modification must be issued by the Designer for approval of a deviation. Approval of a requested Shop Drawing deviation by the Designer on the Shop Drawings Deviation Request form indicates approval of the requested deviation only on its technical merits as generally conforming to the Contract Documents. Deviations from the Contract Documents can only be approved by a Modification. 1.10 DESIGNER RESPONSIBILITIES A. Shop Drawings will be received by the Designer. Designer will log the documents and review per this Section for general conformance with the Contract Documents. 1. Designer’s review and approval will be only to determine if the products described in the Shop Drawing or Sample will, after installation or incorporation into the Work, conform to the information given in the Contract Documents and be compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. 2. Designer’s review and approval will not extend to means, methods, techniques, sequences, or procedures of construction or to safety precautions or programs incident thereto. Shop Drawings 01 33 02 - 8 Packery Pointe Park Road 22 at Aquarius Street Signal and Turn Lanes Improvement Plan Re-bid – Project No. E15155 11-25-2013 3. Designer’s review and approval of a separate item as such will not indicate approval of the assembly in which the item functions. B. Comments will be made on items called to the attention of the Designer for review and comment. Any marks made by the Designer do not constitute a blanket review of the document submittal or relieve the Contractor from responsibility for errors or deviations from the Contract requirements. 1. Designer will respond to Contractor’s markups by either making markups directly in the Shop Drawings file using the color green or by attaching a Document Review Comments form with review comments. 2. Shop Drawings that are reviewed will be returned with one or more of the following status designations: a. Approved: Shop Drawing is found to be acceptable as submitted. b. Approved as Noted: Shop Drawing is Approved so long as corrections or notations made by Designer are incorporated into the Show Drawing. c. Not Approved: Shop Drawing or products described are not acceptable. 3. Shop Drawing will also be designated for one of the following actions: a. Final distribution: Shop Drawing is acceptable without further action and has been filed as a record document. b. Shop Drawing not required: A Shop Drawing was not required by the Contract Documents. Resubmit the document per SECTION 01 33 03 RECORD DATA. c. Cancelled: This action indicates that for some reason, the Shop Drawing is to be removed from consideration and all efforts regarding the processing of that document are to cease. d. Revise and resubmit: Shop Drawing has deviations from the Contract Documents, significant errors, or is inadequate and must be revised and resubmitted for subsequent review. e. Resubmit with corrections made: Shop Drawing is “Approved as Noted,” but has significant markups. Make correction and notations to provide a revised document with markup incorporated into the original document so that no markups are required. f. Returned without review due to excessive deficiencies: Document does not meet the requirement of the Specifications for presentation or content to the point where continuing to review the document would be counterproductive to the review process or clearly does not meet the requirements of the Contract Documents. Revise the Shop Drawing to comply with the requirements of this Section and resubmit. g. Actions a through c will close out the Shop Drawing review process and no further action is required as a Shop Drawing. Actions d through f require follow up action to close out the review process. 4. Drawings with a significant or substantial number of markings by the Contractor may be marked “Approved as Noted” and “Resubmit with corrections made.” These Shop Drawings 01 33 02 - 9 Packery Pointe Park Road 22 at Aquarius Street Signal and Turn Lanes Improvement Plan Re-bid – Project No. E15155 11-25-2013 drawings are to be revised to provide a clean record of the Shop Drawing. Proceed with ordering products as the documents are revised. 5. Dimensions or other data that does not appear to conform to the Contract Documents will be marked as “At Variance With” (AVW) the Contract Documents or other information provided. The Contractor is to make revisions as appropriate to comply with the Contract Documents. C. Bring deviations to the Shop Drawings to the attention of the Designer for approval by using the Shop Drawing Deviation Request form. Use a single line for each requested deviation so the Status and Action for each deviation can be determined for that requested deviation. If approval or rejection of a requested deviation will impact other requested deviations, then all related deviations should be included in that requested deviation line so the status and action can be determined on the requested deviation as a whole. D. Requested deviations will be reviewed as possible Modification to the Contract Documents. 1. A Requested deviation will be rejected as “Not Approved” if the requested deviation is unacceptable. Contractor is to revise and resubmit the Shop Drawing with corrections for approval. 2. A Field Order will be issued by the Designer for deviations approved by the Designer if the requested deviation is acceptable and if the requested deviation will not result in a change in Contract Price or Contract Times. Requested deviations from the Contract Documents may only be approved by Field Order. 3. A requested deviation will be rejected if the requested deviation is acceptable but the requested deviation will or should result in a change in Contract Price or Contract Times. Submit any requested deviation that requires as change in Contract Price or Contract Times as a Change Proposal for approval prior to resubmitting the Shop Drawing. E. Contractor is to resubmit the Shop Drawing until it is acceptable and marked Approved or Approved as Noted and is assigned an action per Paragraph 1.10.B that indicates that the Shop Drawing process is closed. F. Information that is submitted as a Shop Drawings that should be submitted as Record Data or other type of document, or is not required may be returned without review, or may be deleted. No further action is required and the Shop Drawing process for this document will be closed. 1.11 RESUBMISSION REQUIREMENTS A. Make all corrections or changes in the documents required by the Designer and resubmit to the Designer until approved. 1. Revise initial drawings or data and resubmit as specified for the original document. 2. Highlight or cloud in green those revisions which have been made in response to the previous reviews by the Designer. This will include changes previously highlighted or clouded in yellow to direct attention to Designer to items requiring selections or decisions by the Designer or highlighted or clouded in orange for a requested deviation from the Contract Documents. Shop Drawings 01 33 02 - 10 Packery Pointe Park Road 22 at Aquarius Street Signal and Turn Lanes Improvement Plan Re-bid – Project No. E15155 11-25-2013 3. Highlight and cloud new items in yellow where selections or decisions by the Designer are required, but such selections do not constitute a deviation from the Contract Documents. Add explanatory comments to the markup to indicate the action to be taken by the Designer. 4. Highlight and cloud new items in orange that are deviation requests. Include the deviation request number on the Shop Drawing that corresponds to the deviation request on the Shop Drawing Deviation Request form. Numbering for these new items is to start with the next number following the last Shop Drawing deviation requested. Include explanatory comments in the Shop Drawing Deviation Request form. B. Pay for excessive review of Shop Drawings. 1. Excessive review of Shop Drawings is defined as any review required after the original review has been made and the first resubmittal has been checked to see that corrections have been made. 2. Review of Shop Drawings or Samples will be an additional service requiring payment by the Contractor if the Contractor submits a substitution for a product for which a Shop Drawing or Sample has previously been approved, unless the need for such change is beyond the control of Contractor. 3. Cost for additional review time will be billed to the Owner by the Designer for the actual hours required for the review of Shop Drawings by Designer and in accordance with the rates listed in SECTION 00 73 00 SUPPLEMENTARY CONDITIONS. 4. A Set-off will be included in each Application for Payment to pay cost for the additional review to the Owner on a monthly basis. The Set-off will be based on invoices submitted to Owner for these services. 5. Need for more than one resubmission or any other delay of obtaining Designer’s review of Shop Drawings will not entitle the Contractor to an adjustment in Contract Price or an extension of Contract Times. 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Record Data 01 33 03 - 1 Packery Pointe Park Road 22 at Aquarius Street Signal and Turn Lanes Improvement Plan Re-bid – Project No. E15155 11-25-2013 01 33 03 RECORD DATA 1.00 GENERAL 1.01 WORK INCLUDED A. Submit Record Data as required by the Contract Documents and as reasonably requested by the OPT. Provide Record Data for all products unless a Shop Drawing is required for the same item. B. Submit Record Data to provide documents that allow the Owner to: 1. Record the products incorporated into the Project for the Owner; 2. Review detailed information about the products regarding their fabrication, installation, commissioning, and testing; and 3. Provide replacement or repair of the products at some future date. C. Contractor’s responsibility for full compliance with the Contract Documents is not relieved by the receipt or cursory review of Record Data. Contract modifications can only be approved by Change Order or Field Order. D. Provide various reports or other documents that Contract Documents required be submitted for record purposes. 1.02 QUALITY ASSURANCE A. Submit legible, accurate, and complete documents presented in a clear, easily understood manner. Record Data not meeting these criteria will be rejected. 1.03 CONTRACTOR’S RESPONSIBILITIES A. Submit Record Data for the following items: Specification Section Record Data Description B. Include Record Data in the Schedule of Documents required by SECTION 01 33 00 DOCUMENT MANAGEMENT to indicate the Record Data to be submitted, the dates on which documents are to be sent to the Designer for review, and proposed dates that the product will be incorporated into the Project. C. Complete the following before submitting Record Data: 1. Prepare Record Data and coordinate with Shop Drawings or Samples, other Record Data, and with the requirements of the Work and the Contract Documents; 2. Determine and verify specified performance and design criteria, installation requirements, materials, catalog numbers, and similar information; Record Data 01 33 03 - 2 Packery Pointe Park Road 22 at Aquarius Street Signal and Turn Lanes Improvement Plan Re-bid – Project No. E15155 11-25-2013 3. Determine and verify the suitability of materials and equipment offered with respect to the indicated application, fabrication, shipping, handling, storage, assembly, and installation pertaining to the performance of the Work; and 4. Determine and verify information relative to Contractor’s responsibilities for means, methods, techniques, sequences, and procedures of construction, and safety precautions and programs incident thereto. D. Determine and verify: 1. Accurate field measurements, quantities, and dimensions are shown on the Record Data; 2. Location of existing structures, utilities, and equipment related to the Record Data have been shown and conflicts between the products existing structures, utilities, and equipment have been identified; 3. Conflicts that impact the installation of the produ cts have been brought to the attention of the OPT through the Designer; 4. Record Data are complete for their intended purpose; and 5. Conflicts between the Record Data related to the various Subcontractors and Suppliers have been resolved. E. Review Record Data prior to submitting to the Designer. Certify that all Record Data has been reviewed by the Contractor and is in strict conformance with the Contract Documents as modified by Addenda, Change Order, Field Order, or Contract Amendment when submitting Record Data. 1.04 RECORD DATA REQUIREMENTS A. Include a complete description of the material or equipment to be furnished, including: 1. Type, dimensions, size, arrangement, model number, and operational parameters of the components; 2. Weights, gauges, materials of construction, external connections, anchors, and supports required; 3. All applicable standards such as ASTM or Federal specification numbers; 4. Fabrication and installation drawings, setting diagrams, manufacturing instructions, templates, patterns, and coordination drawings; 5. Mix designs for concrete, asphalt, or other materials proportioned for the Project; and 6. Complete and accurate field measurements for products which must fit existing conditions. Indicate on the document submittal that the measurements represent actual dimensions obtained at the Site. 1.05 SPECIAL CERTIFICATIONS AND REPORTS A. Provide all required certifications with the Record Data as specified in the individual Specification Sections: Record Data 01 33 03 - 3 Packery Pointe Park Road 22 at Aquarius Street Signal and Turn Lanes Improvement Plan Re-bid – Project No. E15155 11-25-2013 1. Certified Test Reports (CTR): A report prepared by an approved testing agency giving results of tests performed on products to indicate their compliance with the Specifications. This report is to demonstrate that the product when installed will meet the requirements and is part of the Record Data. Field tests may be performed by the Owner to determine that in place materials or products meet the same quality as indicated in the CTR submitted as part of the Record Data. 1.06 WARRANTIES AND GUARANTEES A. Provide all required warranties, guarantees, and related documents with the Record Data. The effective date of warranties and guarantees will be the date of acceptance of the Work by the Owner. B. Identify all Extended Warranties, defined as any guarantee of performance for the product or system beyond the 1 year correction period described in the General Conditions. Issue the warranty certificate in the name of the Owner. Provide a Warranty Bond for Extended Warranties if required by Specification Sections. C. Provide a copy of all warranties in a separate document in accordance with SECTION 01 70 00 EXECUTION AND CLOSEOUT REQUIREMENTS. 1.07 RECORD DATA SUBMITTAL PROCEDURES A. Submit Record Data through the Designer. Send all documents in digital format for processing. 1. Provide all information requested in the Record Data submittal form. Do not leave any blanks incomplete. If information is not applicable, enter NA in the space provided. The Record Data submittal form is to be the first document in the file. 2. Submit all documents in Portable Document Format (PDF). a. Create PDF document using Bluebeam Revu software or other compatible software that will create files that can be opened and annotated using Bluebeam Revu software. b. Create PDF documents from native format files unless files are only available from scanned documents. c. Rotate pages so that the top of each document appears at the top of the monitor screen when opened in PDF viewing software. d. Submit PDF document with adequate resolution to allow documents to be printed in a format equivalent to the document original. Documents are to be scalable to allow printing on standard 8-1/2 x 11 or 11 x 17 paper. e. Submit color PDF documents where color is required to interpret the Record Data. f. Create or convert documents to allow text to be selected for comments or searched using text search features. Run scanned documents through Optical Character Recognition (OCR) software if necessary. g. Flatten markups in documents to prevent markups made by Contractor from being moved or deleted. Flatten documents to allow markup recovery. Record Data 01 33 03 - 4 Packery Pointe Park Road 22 at Aquarius Street Signal and Turn Lanes Improvement Plan Re-bid – Project No. E15155 11-25-2013 h. Use Bluebeam Revu software to reduce file size using default settings except the option for “Drop Metadata.” Uncheck the “Drop Meta data” box when reducing file size. i. Add footers to each document with the Project name. 3. Submit each specific product, class of material, or product separately so these can be tracked and processed independently. Do not submit Record Data for more than one system in the same Record Data. 4. Submit items specified in different Specification Sections separately unless they are part of an integrated system. 5. Define abbreviations and symbols used in Record Data. a. Use terms and symbols in Record Data consistent with the Contract Drawings. b. Provide a list of abbreviations and their meaning as used in the Record Data. c. Provide a legend for symbols used on Record Data. 6. Mark Record Data to reference: a. Related Specification Sections, b. Drawing number and detail designation, c. Product designation or name, d. Schedule references, e. System into which the product is incorporated, and f. Location where the product is incorporated into the Project. B. Submit a Change Proposal per SECTION 01 31 14 CHANGE MANAGEMENT to request modifications to the Contract Documents, including those for approval of “or equal” products when specifically allowed by the Contract Documents or as a substitution for specified products or procedures. Deviations from the Contract Documents can only be approved by a Modification. C. Complete the certification required by Paragraph 1.03. 1.08 DESIGNER’S RESPONSIBILITIES A. Record Data will be received by the Designer, logged, and provided to Owner as the Project record. 1. Record Data may be reviewed to see that the information provided is adequate for the purpose intended. Record Data not meeting the requirements of Paragraph 1.02 may be rejected as unacceptable. 2. Record Data is not reviewed for compliance with the Contract Documents. Comments may be returned if deviations from the Contract Documents are noted during the cursory review performed to see that the information is adequate. 3. Contractor’s responsibility for full compliance with the Contract Documents is not relieved by the review of Record Data. Contract modifications can only be approved by a Modification. Record Data 01 33 03 - 5 Packery Pointe Park Road 22 at Aquarius Street Signal and Turn Lanes Improvement Plan Re-bid – Project No. E15155 11-25-2013 B. Designer may take the following action in processing Record Data: 1. File Record Data as received if the cursory review indicates that the document meets the requirements of Paragraph 1.02. Document will be given the status of “Filed as Received” and not further action is required on that Record Data. 2. Reject the Record Data for one of the following reasons: a. The document submittal requirements of the Contract Documents indicate that the document submitted as Record Data should have been submitted as a Shop Drawing. The Record Data will be marked “Rejected” and “Submit Shop Drawing.” No further action is required on this document as Record Data and the Record Data process will be closed. Resubmit the document as a Shop Drawing per SECTION 01 33 02 SHOP DRAWINGS. b. The cursory review indicates that the document does not meet the requirements of Paragraph 1.02. The Record Data will be marked “Rejected” and “Revise and Resubmit.” Contractor is to resubmit the Record Data until it is acceptable and marked “Filed as Received.” When Record Data is filed, no further action is required and the Record Data process will be closed. c. The Record Data is not required by the Contract Documents nor is applicable to the Project. The Record Data will be marked “Rejected” and “Cancel - Not Required.” No further action is required and the Record Data process will be closed. C. Contractor is to resubmit the Record Data until it is acceptable and marked “Filed as Received.” 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Construction Progress Schedule 01 33 04 - 1 Packery Pointe Park Road 22 at Aquarius Street Signal and Turn Lanes Improvement Plan Re-bid – Project No. E15155 11-25-2013 01 33 04 CONSTRUCTION PROGRESS SCHEDULE 1.00 GENERAL 1.01 REQUIREMENTS A. Prepare and submit a Progress Schedule for the Work and update the schedule on a monthly basis for the duration of the Project. B. Provide schedule in adequate detail to allow Owner to monitor progress and to relate document processing to sequential activities of the Work. C. Incorporate and specifically designate the dates of anticipated submission of documents and the dates when documents must be returned to the Contractor into the schedule. D. Assume complete responsibility for maintaining the progress of the Work per the schedule submitted. E. Take the requirements of SECTION 01 35 00 SPECIAL PROCEDURES into consideration when preparing schedule. 1.02 DOCUMENT SUBMITTAL A. Submit Progress Schedules in accordance with SECTION 01 33 00 DOCUMENT MANAGEMENT. B. Submit a preliminary schedule within 10 days after the Notice of Award. The schedule is to be available at the pre-construction conference. C. Submit a detailed schedule at least 10 days prior to the first payment request. D. Submit Progress Schedules updates monthly with Applications for Payment to indicate the progress made on the Project to that date. Failure to submit the schedule may cause delay in the review and approval of Applications for Payment. 1.03 SCHEDULE REQUIREMENTS A. Schedule is to be in adequate detail to: 1. Assure adequate planning, scheduling, and reporting during the execution of the Work; 2. Assure the coordination of the Work of the Contractor and the various Subcontractors and Suppliers; 3. Assist in monitoring the progress of the Work; and 4. Assist in evaluating proposed changes to the Contract Times and Project schedule. B. Provide personnel with 5 years’ minimum experience in scheduling construction work comparable to this Project. Prepare the schedule using acceptable scheduling software. C. Provide the schedule in the form of a computer generated critical path schedule which includes Work to be performed on the Project. It is intended that the schedule accomplish the following: 1. Give early warning of delays in time for correction. Construction Progress Schedule 01 33 04 - 2 Packery Pointe Park Road 22 at Aquarius Street Signal and Turn Lanes Improvement Plan Re-bid – Project No. E15155 11-25-2013 2. Provide detailed plans for the execution of the Work in the form of future activities and events in sequential relationships. 3. Establish relationships of significant planned Work activities and provide a logical sequence for planned Work activities. 4. Provide continuous current status information. 5. Allow analysis of the Contractor’s program for the completion of the Project. 6. Permit schedules to be revise when the existing schedule is not achievable. 7. Log the progress of the Work as it actually occurs. D. Prepare a time scaled CPM arrow or precedence diagram to indicate each activity and its start and stop dates. 1. Develop Milestone dates and Project completion dates to conform to time constraints, sequencing requirements and Contract completion date. 2. Use calendar day durations while accounting for holidays and weather conditions in the projection of the duration of each activity. 3. Clearly indicate the critical path for Work to complete the Project. E. Provide a time scaled horizontal bar chart which indicates graphically the Work scheduled at any time during the Project. The chart is to indicate: 1. Complete sequence of construction by activity; 2. Identification of the activity by structure, location, and type of Work; 3. Chronological order of the start of each item of Work; 4. The activity start and stop dates; 5. The activity duration; 6. Successor and predecessor relationships for each activity; 7. A clearly indicated single critical path; and 8. Projected percentage of completion, based on dollar value of the Work included in each activity as of the first day of each month. F. Provide a schedule incorporating the Schedule of Documents provided in accordance with SECTION 01 33 00 DOCUMENT MANAGEMENT indicating: 1. Specific dates each document is to be delivered to the Designer. 2. Specific dates each document must be received in order to meet the proposed schedule. 3. Allow a reasonable time to review documents, taking into consideration the size and complexity of the document, other documents being processed, and other factors that may affect review time. 4. Allow time for re-submission of the each document. Contractor is responsible for delays associated with additional time required to review incomplete or erroneous Construction Progress Schedule 01 33 04 - 3 Packery Pointe Park Road 22 at Aquarius Street Signal and Turn Lanes Improvement Plan Re-bid – Project No. E15155 11-25-2013 documents and for time lost when documents are submitted for products that do not meet Specification requirements. 1.04 SCHEDULE REVISIONS A. Revise the schedule if it appears that the schedule no longer represents the actual progress of the Work. 1. Submit a written report if the schedule indicates that the Project is more than 30 days behind schedule. The report is to include: a. Number of days behind schedule; b. Narrative description of the steps to be taken to bring the Project back on schedule; and c. Anticipated time required to bring the Project back on schedule. 2. Submit a revised schedule indicating the action that the Contractor proposes to take to bring the Project back on schedule. B. Revise the schedule to indicate any adjustments in Contract Times approved by Modification. 1. Include a revised schedule with Change Proposals if a change in Contract Times is requested. 2. OPT will deem any Change Proposal that does not have a revised schedule and request for a change in Contract Times as having no impact on the ability of the Contractor to complete the Project within the Contract Times. C. Updating the Project schedule to reflect actual progress is not considered a revision to the Project schedule. D. Applications for Payment may not be recommended for payment without a revised schedule and if required, the report indicating the Contractor’s plan for bringing the Project back on schedule. 1.05 FLOAT TIME A. Define float time as the amount of time between the earliest start date and the latest start date of a chain of activities on the construction schedule. B. Float time is not for the exclusive use or benefit of either the Contractor or Owner. C. Where several subsystems each have a critical path, the subsystem with the longest time of completion is the critical path and float time is to be assigned to other subsystems. D. Contract Times cannot be changed by the submission of a schedule. Contract Times can only be modified by a Change Order or Contract Amendment. E. Schedule completion date must be the same as the Contract completion date. Time between the end of construction and the Contract completion date is float time. Construction Progress Schedule 01 33 04 - 4 Packery Pointe Park Road 22 at Aquarius Street Signal and Turn Lanes Improvement Plan Re-bid – Project No. E15155 11-25-2013 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Video and Photographic Documentation 01 33 05 - 1 Packery Pointe Park Road 22 at Aquarius Street Signal and Turn Lanes Improvement Plan Re-bid – Project No. E15155 11-25-2013 01 33 05 VIDEO AND PHOTOGRAPHIC DOCUMENTATION 1.00 GENERAL 1.01 WORK INCLUDED A. Provide a video recording of the Site prior to the beginning of construction. 1. Record the condition of all existing facilities in or abutting the construction area (right- of-way) including but not limited to streets, curb and gutter, utilities, driveways, fencing, landscaping, etc. 2. Record after construction staking is complete but prior to any clearing. 3. Provide one copy of the recording, dated and labeled to the OAR before the start of construction. Provide additional recording as directed by the OAR if the recording provided is not considered suitable for the purpose of recording pre-existing conditions. B. Furnish an adequate number of photographs of the Site to clearly depict the completed Project. 1. Provide a minimum of ten different views. 2. Photograph a panoramic view of the entire Site. 3. Photograph all significant areas of completed construction. 4. Completion photographs are not to be taken until all construction trailers, excess materials, trash, and debris have been removed. 5. Employ a professional photographer approved by the OAR to photograph the Project. 6. Provide one aerial photograph of the Site from an angle and height to include the entire Site while providing adequate detail. C. All photographs, video recordings, and a digital copy of this media are to become the property of the Owner. Photographs or recordings may not be used for publication, or public or private display without the written consent of the Owner. 1.02 QUALITY ASSURANCE A. Provide clear photographs and recordings taken with proper exposure. View photographs and recordings in the field and take new photographs or recordings immediately if photos of an adequate print quality cannot be produced or video quality is not adequate. Provide photographs with adequate quality and resolution to permit enlargements. 1.03 DOCUMENT SUBMITTAL A. Submit photographic documentation as Record Data in accordance with SECTION 01 33 00 DOCUMENT MANAGEMENT. B. Submit two DVDs of the video recording as Record Data in accordance with SECTION 01 33 00 DOCUMENT MANAGEMENT. Video and Photographic Documentation 01 33 05 - 2 Packery Pointe Park Road 22 at Aquarius Street Signal and Turn Lanes Improvement Plan Re-bid – Project No. E15155 11-25-2013 2.00 PRODUCTS 2.01 PHOTOGRAPHS A. Provide photographs in digital format with a minimum resolution of 1280 x 960, accomplished without a digital zoom. B. Take photographs at locations acceptable to the OAR. C. Provide two color prints of each photograph and a digital copy on a DVD of each photograph taken. D. Identify each print on back with: 1. Project name. 2. Date, time, location, and orientation of the exposure. 3. Description of the subject of photograph. E. Submit photograph in clear plastic sheets designed for photographs. Place only one photograph in each sheet to allow the description on the back to be read without removing the photograph. F. Final photographs are to include two 8-by-10-inch glossy color prints for each of ten photographs selected by the OAR. These photographs are in addition to normal prints. 2.02 VIDEO RECORDING A. Provide digital format on DVD that can be played with Windows Media Player in common format in full screen mode. B. Identify Project on video by audio or visual means. C. Video file size should not exceed 400 MB. D. Video resolution shall be 1080p. E. The quality of the video must be sufficient to determine the existing conditions of the construction area. Camera panning must be performed while at rest, do not pan the camera while walking or driving. Camera pans should be performed at intervals sufficient to clearly view the entire construction area. F. DVD shall be labeled with construction stationing and stationing should be called out, voice recorded, in the video. G. The entire construction area recording shall be submitted at once. Sections submitted separately will not be accepted. 3.00 EXECUTION (NOT USED) END OF SECTION Buy American Provisions (ARRA) 01 34 01 - 1 Packery Pointe Park Road 22 at Aquarius Street Signal and Turn Lanes Improvement Plan Re-bid – Project No. E15155 11-25-2013 01 34 01 BUY AMERICAN PROVISIONS (ARRA) 1.00 GENERAL 1.01 REQUIREMENTS TO BUY AMERICAN A. Funding for this Project is derived in part or entirely from the Federal Government under the American Recovery and Reinvestment Act (ARRA) of 2009. Comply with Laws and Regulations related specifically to ARRA. This requirement applies regardless of other Laws and Regulations. 1.02 DOCUMENTATION A. Provide documentation of compliance with Buy American provisions. 1. Provide a tabulation of the manufactured goods to be provided under this Project in the Form provided to indicate compliance with Buy American provisions. 2. Provide information and certifications required by SECTIONS 01 33 02 SHOP DRAWINGS and SECTION 01 33 03 RECORD DATA to demonstrate compliance with the Buy American provisions. B. Provide other documentation of compliance as requested by the Owner, including: 1. Language in documents/contracts that obligates Subcontractors and Suppliers to comply with the Buy American provisions; 2. Documented certifications from Subcontractors or Suppliers verifying that the product was manufactured domestically; 3. Detailed and verifiable information supporting claims that manufactured products have undergone substantial transformation in the United States; and/or 4. Waivers for noncompliant products per Paragraph 1.03; and/or 5. Other reasonable documentation requested. 1.03 WAIVERS A. Products that do not meet the requirements of the Buy American provisions may be used if a waiver is obtained from the US Department of Energy Office of Energy Efficiency and Renewable Energy (EERE). B. Waivers may be granted at the discretion of the EER E under the following circumstances: 1. Nonavailability: Manufactured products that are not produced in the United States in sufficient and reasonable quantities and of a satisfactory quality. 2. Unreasonable Cost: Inclusion of products manufactured in the United States will increase the cost of the overall Project by more than 25 percent. 3. Public Interest: Applying the Buy American provisions would be inconsistent with the public interest. C. Obtain EERE Waiver before submitting Shop Drawing or Record Data per Paragraph 1.02. Provide documentation of the EERE Waiver. Buy American Provisions (ARRA) 01 34 01 - 2 Packery Pointe Park Road 22 at Aquarius Street Signal and Turn Lanes Improvement Plan Re-bid – Project No. E15155 11-25-2013 D. Contractor assumes all responsibility for noncompliant products if purchased prior to receiving a waiver. 1.04 PROVIDING PRODUCTS A. Obtain certifications from Subcontractors and Suppliers to indicate that products offered for incorporation into the Project comply with Buy American provisions. B. Inspect products when received to determine that they comply with Buy American Provisions. 1.05 NONCOMPLIANT PRODUCTS A. Noncompliant products are Defective. Do not install noncompliant products unless a waiver is obtained. Remove and replace products determined to be noncompliant with products meeting the Buy American provisions, unless a Waiver is obtained from EERE. B. Owner may elect to accept the Defective Work under provisions of the General Conditions, provided the Contract Price is reduced to reimburse the Owner for money lost from funding agencies as a result of using noncompliant products. C. Contractor is responsible for delays which result from use of noncompliant products. 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Buy American Certification (ARRA) 01 34 02 - 1 Packery Pointe Park Road 22 at Aquarius Street Signal and Turn Lanes Improvement Plan Re-bid – Project No. E15155 11-25-2013 01 34 02 BUY AMERICAN CERTIFICATION (ARRA) Funding for this Project is derived in part or entirely from the Federal Government under the American Recovery and Reinvestment Act (ARRA) of 2009. The Contractor certifies that it has complied with the Buy American provisions as required by the ARRA as follows: ☐ Contractor certifies that all of the iron, steel, and manufactured goods and products supplied or provided by the Contractor and its Subcontractors and Suppliers, if any, for use on this Project was produced in the United States of America. ☐ Contractor is relying on the following waiver(s) that have been or may be granted by the funding agency (check all that apply): ☐ Iron, steel, and manufactured goods and products provided by the Contractor and its Subcontractors and Suppliers, if any, equal no more than 5 percent of the iron, steel, and manufactured goods and products for use on this Project. ☐ Contractor is providing manufactured goods and products that are not produced in the United States in sufficient and reasonable quantities and of a satisfactory quality. ☐ The inclusion of goods and products manufactured in the United States will increase the cost of the overall Project by more than 25 percent. ☐ The application of the Buy American provisions would be inconsistent with the public interest. Contractor: Company Name: (typed or printed) By: (signature - attach evidence of authority to sign) Name: (typed or printed) Title: Business Address: Phone: Email: END OF SECTION Buy American Provisions (TWDB) 01 34 03 - 1 Packery Pointe Park Road 22 at Aquarius Street Signal and Turn Lanes Improvement Plan Re-bid – Project No. E15155 11-25-2013 01 34 03 BUY AMERICAN PROVISIONS (TWDB) 1.00 GENERAL 1.01 REQUIREMENTS TO BUY AMERICAN A. Funding for this Project is derived in part or entirely from the Texas Water Development Board (TWDB). Comply with the Buy American provisions in Texas Water Code Chapter 17 and all other applicable Laws and Regulations. These Buy American provisions apply regardless of other Laws and Regulations. B. The iron, steel, and manufactured goods that are used in this Project must be produced in the United States, unless: 1. Such products and goods are not available in sufficient quantities, readily available, or of a satisfactory quality; or 2. The use of such products or goods will increase the total cost of the Project by more than 20 percent. 1.02 DOCUMENTATION A. Provide documentation of compliance with Buy American provisions. 1. Provide a tabulation of the manufactured goods to be provided under this Project in the Form provided to indicate compliance with Buy American provisions. 2. Provide information and certifications required by SECTIONS 01 33 02 SHOP DRAWINGS and SECTION 01 33 03 RECORD DATA to demonstrate compliance with the Buy American provisions. B. Provide other documentation of compliance as requested by the Owner, including: 1. Language in documents/contracts that obligates Subcontractors and Suppliers to comply with the Buy American provisions; 2. Documented certifications from Subcontractors or Suppliers verifying that the product was manufactured domestically; 3. Other reasonable documentation requested. 1.03 PROVIDING PRODUCTS A. Obtain certifications from Subcontractors and Suppliers to indicate that products offered for incorporation into the Project comply with Buy American provisions. B. Inspect products when received to determine that they comply with Buy American Provisions. 1.04 COMPLIANT PRODUCTS A. Product will be deemed compliant with the Buy American provisions only if produced in the United States. 1. Iron and steel products are produced in the United States if all manufacturing processes, from initial melting through application of coatings, except metallurgical Buy American Provisions (TWDB) 01 34 03 - 2 Packery Pointe Park Road 22 at Aquarius Street Signal and Turn Lanes Improvement Plan Re-bid – Project No. E15155 11-25-2013 processes that involve the refinement of steel additives, take place in the United States. 2. Manufactured goods produced in the United States if all of the manufacturing process that produced the manufactured goods takes place in the United States; and more than 60 percent of the components of the manufactur ed goods, by cost, originate in the United States. 1.05 NONCOMPLIANT PRODUCTS A. Iron, steel, and manufactured goods that do not meet the requirements of Paragraph 1.04 are noncompliant products. B. Noncompliant products are Defective Work. Remove and replace products determined to be noncompliant with compliant products. C. Owner may elect to accept the Defective Work under the provisions of the General Conditions, provided the Contract Price is reduced to reimburse the Owner for any TWDB funding that is lost as a result of using noncompliant products. D. Contractor is responsible for any delays that result from the use of noncompliant products on this Project. 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Buy American Certification (TWDB) 01 34 04 - 1 Packery Pointe Park Road 22 at Aquarius Street Signal and Turn Lanes Improvement Plan Re-bid – Project No. E15155 11-25-2013 01 34 04 BUY AMERICAN CERTIFICATION (TWDB) Funding for this Project is derived in part or entirely from the Texas Water Development Board (TWDB) under the Texas Water Code Chapter 17. The Contractor certifies that it has complied with the Buy American provisions as required by the TWDB as follows: ☐ Contractor certifies that all of the iron, steel, and manufactured goods and products supplied or provided by the Contractor and its Subcontractors and Suppliers, if any, for use on this Project was produced in the United States of America. ☐ Contractor is relying on the following exception(s) (check all that apply): ☐ Contractor is providing manufactured goods and prod ucts that are not produced in the United States in sufficient quantities. ☐ Contractor is providing manufactured goods and prod ucts that are not readily available in the United States. ☐ Contractor is providing manufactured goods and prod ucts that are not produced in the United States of a satisfactory quality. ☐ The inclu sion of goods and products manufactured in the United States will increase the cost of the overall Project by more than 20 percent. Contractor: Company Name: (typed or printed) By: (signature - attach evidence of authority to sign) Name: (typed or printed) Title: Business Address: Phone: Email: END OF SECTION Special Procedures 01 35 00 - 1 Packery Pointe Park Road 22 at Aquarius Street Signal and Turn Lanes Improvement Plan Re-bid – Project No. E15155 11-25-2013 01 35 00 SPECIAL PROCEDURES 1.00 GENERAL 1.01 CONSTRUCTION SEQUENCE A. Perform the Work as required to complete the entire Project within the Contract Times and in the sequence stipulated below: 1. Install Advance Warning Signs. 2. Install Temporary Detour Signing and TCP devices for left turn Lane closure as shown on TCP Plans. 3. Install SW3P devices as shown on the plans. 4. Construct new traffic signal, and new westbound right-turn lane a. Close outside shoulders to perform this work, as needed, in accordance with detail TCP (1-1C) on TxDOT TCP Standard drawing RCP (1-1)-98 5. Remove existing concrete island repair pavement to include milling and paving as shown on the plans and lengthen left-turn lane a. Median work zone will be closed to the public until traffic signal is on flash operations, or as directed by the engineer. Contractor shall install overnight barricades that will secure the median work zone from public travel. b. All pavement edges with drop-offs greater than 2” shall be backfiled as described above prior to removing the lane closures. 6. Complete pavement markings with alternating lane closures, as needed, in accordance with the TxDOT TCP standard drawings and open new intersection B. Consider the sequences, duration limitations, and governing factors outlined in this Section to prepare the schedule for the Work. C. Perform the Work not specifically described in this Section as required to complete the entire Project within the Contract Times. 1.02 PLAN OF ACTION A. Submit a written plan of action for approval for shutting down essential services. These include: 1. Electrical power, 2. Control power, 3. Pipelines or wastewater systems, 4. Communications equipment, and 5. Other designated functions. Special Procedures 01 35 00 - 2 Packery Pointe Park Road 22 at Aquarius Street Signal and Turn Lanes Improvement Plan Re-bid – Project No. E15155 11-25-2013 B. Describe the following in the plan of action: 1. Scheduled dates for construction; 2. Work to be performed; 3. Utilities, piping, or services affected; 4. Length of time the service or utility will be disturbed; 5. Procedures to be used to carry out the Work; 6. Plan of Action to handle emergencies; 7. List of manpower, equipment, and ancillary supplies; 8. Backups for key pieces of equipment and key personnel; 9. Contingency plan that will be used if the original schedule cannot be met; and C. Submit plan 2 weeks [1 month] prior to beginning the Work. 1.03 OWNER ASSISTANCE A. The Owner will assist the Contractor in providing the signal timing for the new intersection. 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Quality Management 01 40 00 - 1 Packery Pointe Park Road 22 at Aquarius Street Signal and Turn Lanes Improvement Plan Re-bid – Project No. E15155 11-25-2013 01 40 00 QUALITY MANAGEMENT 1.00 GENERAL 1.01 CONTRACTOR’S RESPONSIBILITIES A. Review the OPT’s Quality Management Program and prepare and submit the Contractor’s Quality Control Plan. B. Implement the Contractor’s Quality Control Plan to control the quality of the Work and verify that the Work meets the standards of quality established in the Contract Documents. 1. Inspect products to be incorporated into the Project. Ensure that Suppliers have adequate quality control systems to ensure that products that comply with the Contract Documents are provided. 2. Integrate quality control measures into construction activities to produce Work which meets quality expectations of the Contract Documents. Inspect the Work of the Contractor, Subcontractors, and Suppliers. Correct Defective Work. 3. Provide and pay for the services of an approved professional materials testing laboratory acceptable to the OPT to provide testing that demonstrates that products proposed in Shop Drawings and Record Data for the Project fully comply with the Contract Documents. 4. Provide facilities, equipment, and Samples required for quality control inspections and tests: a. Give the OAR adequate notice before proceeding with Work that would interfere with inspections or testing; b. Notify the OAR and testing laboratories prior to the time that testing is required, providing adequate lead time to allow arrangements for inspections or testing to be made; c. Do not proceed with any Work that would impact the ability to correct defects or Work that would require subsequent removal to corre ct defects until testing services have been performed and results of tests indicate that the Work is acceptable; d. Cooperate fully with the performance of sampling, inspection, and testing; e. Provide personnel to assist with sampling or to assist in making inspections and field tests; f. Obtain and handle Samples for testing at the Site or at the production source of the product to be tested; g. Provide adequate quantities of representative products to be tested to the laboratory at the designated locations; h. Provide facilities required to store and cure test Samples; i. Provide calibrated scales and measuring devices for the OPT’s use in performing inspections and testing; Quality Management 01 40 00 - 2 Packery Pointe Park Road 22 at Aquarius Street Signal and Turn Lanes Improvement Plan Re-bid – Project No. E15155 11-25-2013 j. Provide adequate lighting to allow OPT observations; and k. Make Contract Documents available to testing agencies when requested. 5. Provide safe access for all inspection and testing activities, including those to be conducted as part of the OPT’s Quality Management Program. 6. Document Defective Work though Certified Test Reports and Defective Work Notices. Document that corrective actions have been taken to correct any defects and that corrected Work is in compliance with the Contract Documents. 7. Apply quality control measures to documentation provided for the Project. 8. Implement countermeasures to prevent future Defecti ve Work. C. Perform tests as indicated in this and other Sections of the Specifications. Technical Specifications govern if any testing and inspection requirements of this Section conflict with the testing and inspection requirements of the technical Specifications. D. All verification testing is to be observed by the OAR or designated representative. E. Send test reports to the Designer. F. Provide an update on quality control activities at monthly progress meetings required by SECTION 01 31 13 PROJECT COORDINATION. G. Owner will withhold payment for Defective Work, or Work that has not been tested or inspected in accordance with the Contractor’s Quality Control Plan, the OPT’s Quality Control Program, or the Contract Documents. H. Work performed that is connected or adjacent to Defective Work or Work that would have to be removed to correct Defective Work is also considered to be Defective. Contractor is responsible for all cost with replacing any acceptable Work that must be removed, or might be damaged by corrective actions. 1.02 QUALITY MANAGEMENT ACTIVITIES BY THE OPT A. OPT will perform its own quality assurance tests independent of the Contractor’s Quality Control Program. Assist the OPT and testing organizations in performing quality assurance activities per Paragraph 1.01. B. Quality assurance testing performed by the OPT will be paid for by the Owner, except for verification testing required per Paragraph 1.07. C. Quality assurance activities of the OPT, through their own forces or through contracts with consultants and materials testing laboratories are for the purpose of monitoring the results of the Contractor’s Work to see that it is in compliance with the requirements of the Contract Documents. Quality assurance activities or non-performance of quality assurance activities by the OPT do not: 1. Relieve the Contractor of its responsibility to provide Work or furnish products that conform with the requirements of the Contract Documents; 2. Relieve the Contractor of its responsibility for providing adequate quality control measures; Quality Management 01 40 00 - 3 Packery Pointe Park Road 22 at Aquarius Street Signal and Turn Lanes Improvement Plan Re-bid – Project No. E15155 11-25-2013 3. Relieve the Contractor of its responsibility for damage to or loss of Work or products before OPT’s acceptance; 4. Constitute or imply OPT’s acceptance; and 5. Affect the continuing rights of the Owner after OPT’s acceptance of the completed Work. D. Work is subject to OPT’s quality assurance observations or testing at any time. Products which have been tested or inspected and approved by OPT at a supply source or staging area may be inspected or tested again by the OPT before, during or after incorporation into the Work and rejected if products do not comply with the Contract Documents. 1.03 CONTRACTOR’S USE OF OPT’S TEST REPORTS A. OPT has prepared a Quality Management Plan that des cribes, in general, the OPT’s anticipated quality assurance testing program for this Project. This testing program will be made available to Bidders during the bidding phase. This plan outlines only the testing in general terms and may not reflect actual testing. Actual testing will depend on the Contractors means, methods and procedures of constr uction which will not be known until the Contractor begins Work and submits their own Quality Control Plan for review. There is no guarantee that all testing will be performed. B. Contractor will receive copies of all test reports documenting OPT’s quality assurance activities. Contractor is entitled to rely on the accuracy of these tests results and use these as part of their quality control efforts. C. Contractor is to determine additional testing or inspections that may be required to implement the Contractor’s Quality Control Plan. Include cost for additional testing and inspections required to meet Contractors quality control obligations, including the cost for correcting Defective Work in the Contract Price. D. Contractor may submit a Change Proposal if OPT’s quality assurance testing program deviates significantly from the OPT’s Quality Management Plan, and Contractor can demonstrate that additional cost was incurred to implementing the Contractor’s Quality Control Plan resulting from these deviations. 1.04 DOCUMENTATION A. Provide documentation which includes: 1. Contractor’s Quality Management Plan that establishes the methods of assuring compliance with the Contract Documents. Submit this plan as a Shop Drawings per SECTION 01 33 02 SHOP DRAWINGS. 2. A Statement of Qualification for any proposed testing laboratories that includes a list of the engineers and technical staff that will provide testing services on the Project, descriptions of the qualifications of these individuals, list of tests that can be performed, equipment used with date of last certification, and a list of recent projects for which testing has been performed with references for those projects. 3. Provide Certified Test Reports for products to be incorporated into the Project. Provide reports to indicate that proposed products comply with the Contract Documents or indicate that proposed products do not comply with the Contract Quality Management 01 40 00 - 4 Packery Pointe Park Road 22 at Aquarius Street Signal and Turn Lanes Improvement Plan Re-bid – Project No. E15155 11-25-2013 Documents and why it does not comply. Submit these test reports as part of a Shop Drawings submitted per SECTION 01 33 02 SHOP DRAWINGS. 4. Provide Certified Test Reports for inspection and testing required in this Section and in other Specification Sections. Provide reports to indicate that Work complies with the Contract Documents or indicate that Work does not comply with the Contract Documents they are not in compliance and why it doe s not comply. Submit these test reports on forms provided per SECTION 01 33 00 DOCUMENT MANAGEMENT. 1.05 STANDARDS A. Provide testing laboratories that comply with the American Council of Independent Laboratories (ACIL) “Recommended Requirements for Independent Laboratory Qualifications.” B. Perform testing per recognized test procedures as listed in the various Sections of the Specifications, standards of the State Department of Highways and Public Transportation, American Society of Testing Materials (ASTM), or other testing associations. Perform tests in accordance with published procedures for testing issued by these organizations. 1.06 DELIVERY AND STORAGE A. Handle and protect test specimens of products and construction materials at the Site in accordance with recognized test procedures. Provide facilities for storing, curing, processing test specimens as required by test standard to maintain the integrity of Samples. 1.07 VERIFICATION TESTING FOR CORRECTED DEFECTS A. Provide verification testing on Work performed to correct Defective Work to demonstrate that the Work is now in compliance with the Contract Documents. Document that Defective Work has been corrected and verify that the OAR closes the item in the Defective Work Register. B. Pay for verification testing. OPT may perform verification testing as part of their Quality Management Program and impose a Set-off to recover the cost for this testing. C. Conduct the same tests or inspections used to determine that the original Work was Defective. Different tests or methods may be used if approved by the OPT. 1.08 TEST REPORTS A. Certified Test Reports are to be prepared for all tests. 1. Tests performed by testing laboratories may be submitted on their standard test report forms if acceptable to the OPT. These reports must include the following: a. Name of the Owner, Project title and number and Contractor; b. Name of the laboratory, address, and telephone number; c. Name and signature of the laboratory personnel performing the test; d. Description of the product being sampled or tested; Quality Management 01 40 00 - 5 Packery Pointe Park Road 22 at Aquarius Street Signal and Turn Lanes Improvement Plan Re-bid – Project No. E15155 11-25-2013 e. Date and time of sampling, inspection, and testing; f. Date the report was issued; g. Description of the test performed; h. Weather conditions and temperature at time of test or sampling; i. Location at the Site or structure where the test was taken; j. Standard or test procedure used in making the test; k. A description of the results of the test; l. Statement of compliance or non-compliance with the Contract Documents; and m. Interpretations of test results, if appropriate. 2. Submit reports on tests performed by Contractor, Subcontractors or Suppliers on the forms provided by the OAR. 3. OPT will prepare test reports on test performed by the OPT. B. Send test report to Designer within 24 hours of completing the test. Flag tests reports with results that do not comply with Contract Documents for immediate attention. C. Payment for Work may be withheld until test reports indicate that the Work is not Defective. 1.09 DEFECTIVE WORK A. Immediately correct any Defective Work or notify the OAR why the Work is not to be corrected immediately and when corrective action will be completed. B. No payment will be made for Defective Work. Remove Work from the Application for Payment if Work paid for on a previous Application for Payment is found to be Defective. 1.10 LIMITATION OF AUTHORITY OF THE TESTING LABORATORY A. The testing laboratory representatives are limited to providing testing services and interpreting the results of the test performed. B. The testing laboratory is not authorized to: 1. Alter the requirements of the Contract Documents; 2. Accept or reject any portion of the Work; 3. Perform any of the duties of the Contractor; or 4. Direct or stop the Work. 1.11 QUALITY CONTROL PLAN A. Submit the Contractor’s Quality Control Plan for approval as a Shop Drawing per SECTION 01 33 02 SHOP DRAWINGS. Use Contractor’s Quality Control Plan Checklist provided to review the document before submitting and include a copy of the completed checklist with the Contractor’s Quality Control Plan. Do not begin Work until the Contractor’s Quality Control Plan is approved. Submit an interim plan covering only the portion of Work to be Quality Management 01 40 00 - 6 Packery Pointe Park Road 22 at Aquarius Street Signal and Turn Lanes Improvement Plan Re-bid – Project No. E15155 11-25-2013 performed if the Contractor plans to begin Work prior to submitting the Contractor’s Quality Control Plan for the Project. Do not begin Work on other parts of the Project until the Contractor’s Quality Control Plan is approved or another interim plan covering the additional Work to be started is approved. B. Provide a Contractor’s Quality Control Plan that incorporates construction operations at both the Site and production Work at remote locations and includes Work by Subcontractors and Suppliers. The Contractor’s Quality Control Plan is to include: 1. A description of the quality control organization, including an organization chart showing lines of authority to control the quality of Work; 2. Documentation describing name, qualifications (in resume format), duties, responsibilities, and level of authority of the Quality Control Manager; 3. The name, qualifications (in resume format), duties, responsibilities, and authorities of other persons assigned a quality control function; 4. Procedures for scheduling, reviewing, certifying, and managing documentation, including documentation provided by Subcontractors and Suppliers; 5. Control, verification, and acceptance testing procedures for each specific test. Include: a. Name of tests to be performed, b. Specification paragraph requiring test, c. Parameters of Work to be tested, d. Test frequency, e. Persons responsible for each test, and f. Applicable industry testing standards and laboratory facilities to be used for the test; 6. Integrate the OPT quality assurance testing into the Contractor’s Quality Control Plan, specifically identifying the tests or inspections in Paragraph 1.11.B.5 that will be provided by the OPT as part of their Quality Management Program; 7. Procedures for tracking and documenting quality management efforts. 8. Procedures for tracking Defective Work from initial identification through acceptable corrective action. Indicate how documentation of the verification process for deficiencies will be made. 9. Reporting procedures which incorporate the use of forms provided by the OAR. 10. The name of the proposed testing laboratories along with documentation of qualifications per Paragraph 1.04. C. The Quality Control Manager must have authority to reject Defective Work and redirect the efforts of the Contractor’s Team to prevent or correct Defective Work. D. Notify the Designer of any changes to the Contractor’s Quality Control Plan or quality control personnel. Quality Management 01 40 00 - 7 Packery Pointe Park Road 22 at Aquarius Street Signal and Turn Lanes Improvement Plan Re-bid – Project No. E15155 11-25-2013 E. Meet with the OPT 7 days after Contractor’s Quality Control Plan is submitted and before start of construction to discuss the Contractor’s Quality Control Plan and expedite its approval. 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION 3.01 IMPLEMENT CONTRACTOR’S QUALITY CONTROL PLAN A. Perform quality control observations and testing as required in each Section of the Specifications and where indicated on the Drawings. B. Includes the following phases for each definable Work task. A definable Work task is one which is separate and distinct from other tasks, has separate control requirements, may be provided by different trades or disciplines, or may be Work by the same trade in a different environment. 1. Planning Phase: Perform the following before beginning each definable Work task: a. Review the Contract Drawings. b. Review documents and determine that they are complete in accordance with the Contract Documents. c. Check to assure that all materials and/or equipment have been tested, submitted, and approved. d. Examine the work area to assure that all required preliminary Work has been completed and complies with the Contract Documents. e. Examine required materials, equipment, and Sample Work to assure that they are on hand, conform to Shop Drawings and Record Data, and are properly stored. f. Review requirements for quality control inspection and testing. g. Discuss procedures for controlling quality of the Work. Document construction tolerances and workmanship standards for the Work task. h. Check that the portion of the plan for the Work to be performed incorporates document review comments. i. Discuss results of planning phase with the OAR. Conduct a meeting attended by the Quality Control Manager, the OAR, superintendent, other quality control personnel as applicable, and the foreman responsible for the Work task. Instruct applicable workers as to the acceptable level of workmanship required in order to meet the requirements of the Contract Documents. Document the results of the preparatory phase actions by separate meeting minutes prepared by the Quality Control Manager and attached to the quality control report. j. Do not move to the next phase unless results of investigations required for the planning phase indicate that requirements have been met. Quality Management 01 40 00 - 8 Packery Pointe Park Road 22 at Aquarius Street Signal and Turn Lanes Improvement Plan Re-bid – Project No. E15155 11-25-2013 2. Work Phase: Complete this phase after the Planning Phase: a. Notify the OAR at least 24 hours in advance of beginning the Work and discuss the review of the planning effort to indicate that requirements have been met. b. Check the Work to ensure that it is in full compliance with the Contract Documents. c. Verify adequacy of controls to ensure full compliance with Contract Documents. Verify required control inspection and testing is performed. d. Verify that established levels of workmanship meet acceptable workmanship standards. Compare with required Sample panels as appropriate. e. Repeat the Work phase for each new crew to work on-site, or any time acceptable specified quality standards are not being met. 3. Follow-up Phase: Perform daily checks to assure control activities, including control testing, are providing continued compliance with contract requirements: a. Make checks daily and record observations in the quality control documentation. b. Conduct follow-up checks and correct all deficiencies prior to the start of additional Work tasks that may be affected by the Defective Work. Do not build upon nor conceal Defective Work. c. Conduct a review of the Work one month prior to the expiration of the correction period prescribed in the General Conditions with the OPT. Correct defects as noted during the review. C. Conduct additional planning and Work phases if: 1. The quality of on-going Work is unacceptable; 2. Changes are made in applicable quality control staff, on-site production supervision or crews; 3. Work on a task is resumed after a substantial period of inactivity; or 4. Other quality problems develop. END OF SECTION Temporary Facilities and Controls 01 50 00 - 1 Packery Pointe Park Road 22 at Aquarius Street Signal and Turn Lanes Improvement Plan Re-bid – Project No. E15155 11-25-2013 01 50 00 TEMPORARY FACILITIES AND CONTROLS 1.00 GENERAL 1.01 WORK INCLUDED A. Provide temporary facilities, including OPT’s field office and the Contractor’s field offices, storage sheds, and temporary utilities needed to complete the Work. B. Install and maintain temporary Project identification signs. Provide temporary on-site informational signs to identify key elements of the construction facilities. Do not allow other signs to be displayed. 1.02 QUALITY ASSURANCE A. Provide a total electrical heating and cooling system for the OPT’s field office capable of maintaining the following conditions: 1. Heating: Minimum 75 degrees ID temp at 10 degrees ambient. 2. Cooling: Minimum 75 degrees ID temp at 105 degrees ambient. 3. Relative humidity: 48 to 54 percent. B. Inspect and test each service before placing temporary utilities in use. Arrange for all required inspections and tests by regulatory agencies, and obtain required certifications and permits for use. 1.03 DELIVERY AND STORAGE A. Arrange transportation, loading, and handling of temporary buildings and sheds. 1.04 JOB CONDITIONS A. Locate buildings and sheds at the Site as indicated or as approved by the OPT. B. Prepare the Site by removing trees, brush, or debris and performing demolition or grubbing needed to clear a space adequate for the structures. C. Pay for the utilities used by temporary facilities during construction. D. Provide each temporary service and facility ready for use at each location when the service or facility is first needed to avoid delay in the performance of the Work. Provide OPT’s field office complete and ready for occupancy and use within 7 days of the Notice to Proceed. E. Maintain, expand as required, and modify temporary services and facilities as needed throughout the progress of the Work. F. Remove services and facilities when approved by the OAR. G. Operate temporary facilities in a safe and efficient manner. 1. Restrict loads on temporary services or facilities to within their designed or designated capacities. 2. Provide sanitary conditions. Prevent public nuisance or hazardous conditions from developing or existing at the Site. Temporary Facilities and Controls 01 50 00 - 2 Packery Pointe Park Road 22 at Aquarius Street Signal and Turn Lanes Improvement Plan Re-bid – Project No. E15155 11-25-2013 3. Prevent freezing of pipes, flooding, or the contamination of water. 4. Maintain Site security and protection of the facilities. 1.05 OPTIONS A. Construction offices may be prefabricated buildings on skids or mobile trailers. B. Storage sheds may be prefabricated buildings on skids or truck trailers. 2.00 PRODUCTS 2.01 TEMPORARY FIELD OFFICES A. The Contractor must furnish the OPT with a field office at the Site. The field office must contain at least 120 square feet of useable space. The field office must be air-conditioned and heated and must be furnished with an inclined table that measures at least 30 inches by 60 inches and two chairs. The Contractor shall move the field office on the Site as required by the OAR. The field office must be furnished with a telephone (with 24-hour per day answering service) and fax machine paid for by the Contractor. There is no separate pay item for the field office. B. Furnish a field office of adequate size for Contractor’s use. Provide conference room space for a minimum of 15 people. C. Other trades may provide their own offices only when space is available at the Site, and the OPT agrees to its size, condition, and location. D. No monthly partial payments will be processed until OPT’s field office facilities are completed and approved. 2.02 TEMPORARY STORAGE BUILDINGS A. Furnish storage buildings of adequate size to store any materials or equipment delivered to the Site that might be affected by weather. 2.03 TEMPORARY SANITARY FACILITIES A. Provide sanitary facilities at the Site from the commencement of the Project until Project conclusion. Maintain these facilities in a clean and sanitary condition at all times, and comply with the requirements of the local health authority. On large sites, provide portable toilets at such locations that no point in the Site shall be more than 600 feet from a toilet. B. Use these sanitary facilities. Do not use restrooms within existing or Owner-occupied buildings. 2.04 TEMPORARY HEAT A. Provide heating devices needed to protect buildings during construction. Provide fuel needed to operate the heating devices and attend the heating devices at all times they are in operation, including overnight operations. Temporary Facilities and Controls 01 50 00 - 3 Packery Pointe Park Road 22 at Aquarius Street Signal and Turn Lanes Improvement Plan Re-bid – Project No. E15155 11-25-2013 2.05 TEMPORARY UTILITIES A. Provide the temporary utilities for administration, construction, testing, disinfection, and start-up of the Work, including electrical power, water, and telephone. Pay all costs associated with furnishing temporary utilities. 1. Provide a source of temporary electrical power of adequate size for construction procedures. a. Use existing power systems where spare capacity is available. Provide temporary power connections that do not adversely affect the existing power supply. Submit connections to the OAR for approval prior to installation. b. Provide electrical pole and service connections tha t comply with Laws and Regulations and the requirements of the power compa ny. 2. Provide telephone service to the Site and install telephones inside the Contractor’s and the OPT’s field office. 2.06 WATER FOR CONSTRUCTION A. Provide temporary water. Potable water may be purchased from the Owner by obtaining a water meter from the Owner and transporting water from a water hydrant. Non-potable water may be used for hydraulic testing of non-potable basins or pipelines. Include the cost of water in the Contract Price. B. Contractor must comply with the City of Corpus Christi’s Water Conservation and Drought Contingency Plan as amended (the “Plan”). This includes implementing water conservation measures established for changing conditions. The City Engineer will provide a copy of the Plan to Contractor at the pre-construction meeting. The Contractor will keep a copy of the Plan on the Site throughout construction. 3.00 EXECUTION 3.01 LOCATION OF TEMPORARY FACILITIES A. Locate temporary facilities in areas approved by the OAR. Construct and install signs at locations approved by the OAR. Install informational signs so they are clearly visible. 3.02 PROJECT IDENTIFICATION AND SIGNS A. The Owner will furnish two Project signs to be installed by the Contractor. The signs must be installed before construction begins and will be maintained throughout the Project period by the Contractor. The locations of the signs will be determined in the field by the OAR. 3.03 TEMPORARY LIGHTING A. Provide temporary lighting inside buildings once buildings are weatherproof. B. Provide lighting that is adequate to perform Work within any space. Temporary lights may be removed once the permanent lighting is in service. Temporary Facilities and Controls 01 50 00 - 4 Packery Pointe Park Road 22 at Aquarius Street Signal and Turn Lanes Improvement Plan Re-bid – Project No. E15155 11-25-2013 C. Provide portable flood lights at any time that Work will be performed outside the structure at night. Provide adequate lighting at any location Work is being performed. 3.04 DRINKING WATER A. Provide all field offices with potable water. Provide a dispenser and cooling apparatus if bottled drinking water is provided. B. Pay for water services and maintain daily. 3.05 CONSTRUCTION FENCE A. Install and maintain a construction fence around the Site and off-site storage yards. Fence must be a minimum 6 feet high chain link construction unless shown otherwise. Provide gates with padlocks. 3.06 REMOVAL OF TEMPORARY FACILITIES A. Remove temporary buildings, sheds, and utilities at the conclusion of the Project and restore the Site to original condition or finished in accordance with the Drawings. B. Remove informational signs upon completion of construction. C. Remove Project identification signs, framing, supports, and foundations upon completion of the Project. 3.07 MAINTENANCE AND JANITORIAL SERVICE A. Provide janitorial service (sweeping/mopping) for the OPT’s field office on a weekly basis or as requested. Empty trash receptacles daily or as needed. B. Maintain signs and supports in a neat, clean condition. Repair damage to structures, framings, or signs. C. Repair any damage to Work caused by placement or re moval of temporary signage. D. Service, maintain, and replace, if necessary, the OPT’s field office computer equipment throughout the Project as required by the OPT including replacement cartridges for all office equipment. END OF SECTION Temporary Controls 01 57 00 - 1 Packery Pointe Park Road 22 at Aquarius Street Signal and Turn Lanes Improvement Plan Re-bid – Project No. E15155 11-25-2013 01 57 00 TEMPORARY CONTROLS 1.00 GENERAL 1.01 WORK INCLUDED A. Provide labor, materials, equipment, and incidentals necessary to construct temporary facilities to provide and maintain control over environmental conditions at the Site. Remove temporary facilities when no longer needed. B. Construct temporary impounding works, channels, div ersions, furnishing and operation of pumps, installing piping and fittings, and other construction for control of conditions at the Site. Remove temporary controls at the end of the Project. C. Provide a Storm Water Pollution Prevention Plan (SWPPP) as required by Texas Pollutant Discharge Elimination System (TPDES) General Permit No. TXR150000 for stormwater discharges from construction activities. Comply with all requirements of the Texas Commission on Environmental Quality (TCEQ) and Laws and Regulations. File required legal notices and obtain required permits prior to beginning any construction activity. D. Provide labor, materials, equipment, and incidentals necessary to prevent stormwater pollution for the duration of the Project. Provide and maintain erosion and sediment control structures as required to preventive sediment and other pollutants from the Site from entering any stormwater system including open channels. Remove pollution control structures when no longer required to prevent stormwater pollution. 1.02 QUALITY ASSURANCE A. Construct and maintain temporary controls with adeq uate workmanship using durable materials to provide effective environmental management systems meeting the requirements of the Contract Documents and Laws and Regulations. Use materials that require minimal maintenance to prevent disruption of construction activities while providing adequate protection of the environment. B. Periodically inspect systems to determine that they are meeting the requirements of the Contract Documents. 1.03 DOCUMENT SUBMITTAL A. Provide documents requiring approval by the OPT as Shop Drawings in accordance with SECTION 01 33 02 SHOP DRAWINGS. B. Provide copies of notices, records, and reports required by the Contract Documents or Laws and Regulations as Record Data in accordance with SECTION 01 33 03 RECORD DATA. 1.04 STANDARDS A. Provide a SWPPP that complies with all requirements of TPDES General Permit No. TXR150000 and any other applicable Laws and Regulations. B. Perform Work to comply with the City of Corpus Christi Code of Ordinances, Part III, Chapter 14, Article X - titled “STORM WATER QUALITY MANAGEMENT PLANS” and any other applicable Laws and Regulations. Temporary Controls 01 57 00 - 2 Packery Pointe Park Road 22 at Aquarius Street Signal and Turn Lanes Improvement Plan Re-bid – Project No. E15155 11-25-2013 1.05 PERMITS A. Submit the following to the TCEQ and the Operator of any Municipal Separate Storm Sewer System (MS4) receiving stormwater discharges from the Site: 1. Notice of Intent (NOI) at least 48 hours prior to beginning construction activity. Construction activity may commence 24 hours after the submittal of an electronic NOI. 2. Notice of Change (NOC) letter when relevant facts or incorrect information was submitted in the NOI, or if relevant information in the NOI changes during the course of construction activity. 3. Notice of Termination (NOT) when the construction Project has been completed and stabilized. B. Post a copy of the NOI at the Site in a location where it is readily available for viewing by the general public and as required by Laws and Regulations prior to starting construction activities and maintain the posting until completion of the construction activities. C. Maintain copies of a schedule of major construction activities, inspection reports, and revision documentation with the SWPPP. 1.06 STORMWATER POLLUTION CONTROL A. Comply with the current requirements of TPDES Gener al Permit No. TXR150000 as set forth by the TCEQ for the duration of the Project: 1. Develop a SWPPP meeting all requirements of the TPDES General Permit. 2. Submit of a Notice of Intent to the TCEQ. 3. Develop and implement appropriate Best Management Practices as established by local agencies of jurisdiction. 4. Provide all monitoring and/or sampling required for reporting to the TCEQ. 5. Submit reports to the TCEQ as required as a condition of the TPDES General Permit. 6. Submit copies of the reports to the Designer as Record Data in accordance with SECTION 01 33 03 RECORD DATA. 7. Retain copies of these documents at the Site at all times for review and inspection by the OPT or regulatory agencies. Post a copy of the permit as required by Laws and Regulations. 8. Assume sole responsibility for implementing, updating, and modifying the TPDES General Permit per Laws and Regulations for the SWPPP and Best Management Practices. B. Use forms required by the TCEQ to file the Notice of Intent. Submit the Notice of Intent at least 2 days prior to the start of construction. Develop the SWPPP prior to submitting the Notice of Intent. Provide draft copies of the Notice of Intent, SWPPP, and any other pertinent TCEQ submittal documents to Owner for review prior to submittal to the TCEQ. C. Return any property disturbed by construction activities to either specified conditions or pre-construction conditions as set forth in the Contract Documents. Provide an overall erosion and sedimentation control system that will protect all undisturbed areas and soil Temporary Controls 01 57 00 - 3 Packery Pointe Park Road 22 at Aquarius Street Signal and Turn Lanes Improvement Plan Re-bid – Project No. E15155 11-25-2013 stockpiles/spoil areas. Implement appropriate Best Management Practices and techniques to control erosion and sedimentation and maintain these practices and techniques in effective operating condition during construction. Permanently stabilize exposed soil and fill as soon as practical during the Work. D. Assume sole responsibility for the means, methods, techniques, sequences, and procedures for furnishing, installing, and maintaining erosion and sedimentation control structures and procedures and overall compliance with the TPDES General Permit. Modify the system as required to effectively control erosion and sediment. E. Retain copies of reports required by the TPDES General Permit for 3 years from date of Final Completion. 1.07 POLLUTION CONTROL A. Prevent the contamination of soil, water, or atmosphere by the discharge of noxious substances from construction operations. Provide adequate measures to prevent the creation of noxious air-borne pollutants. Prevent dispersal of pollutants into the atmosphere. Do not dump or otherwise discharge noxious or harmful fluids into drains or sewers, nor allow noxious liquids to contaminate public waterways in any manner. B. Provide equipment and personnel and perform emergency measures necessary to contain any spillage. 1. Contain chemicals in protective areas and do not dump on soil. Dispose of such materials at off-site locations in an acceptable manner. 2. Excavate contaminated soil and dispose at an off-site location if contamination of the soil does occur. Fill resulting excavations with suitable backfill and compact to the density of the surrounding undisturbed soil. 3. Provide documentation to the Owner which states the nature and strength of the contaminant, method of disposal, and the location of the disposal site. 4. Comply with Laws and Regulations regarding the disposal of pollutants. C. Groundwater or run-off water which has come into contact with noxious chemicals, sludge, or sludge-contaminated soil is considered contaminated. Contaminated water must not be allowed to enter streams or water courses, leave the Site in a non-contained form, or enter non-contaminated areas of the Site. 1. Pump contaminated water to holding ponds constructed by the Contractor for this purpose, or discharge to areas on the interior of the Site, as designated by the OAR. 2. Construct temporary earthen dikes or take other precautions and measures as required to contain the contaminated water and pump to a designated storage area. 3. Wash any equipment used for handling contaminated water or soil within contaminated areas three times with uncontaminated water prior to using such equipment in an uncontaminated area. Dispose of wa sh water used to wash such equipment as contaminated water. Temporary Controls 01 57 00 - 4 Packery Pointe Park Road 22 at Aquarius Street Signal and Turn Lanes Improvement Plan Re-bid – Project No. E15155 11-25-2013 1.08 EARTH CONTROL A. Remove excess soil, spoil materials, and other earth not required for backfill at the time of generation. Control stockpiled materials to eliminate interference with Contractor and Owner’s operations. B. Dispose of excess earth off the Site. Provide written approval from the property owner for soils deposited on private property. Obtain approval of the Owner if this disposal impacts the use of Site or other easements. 1.09 OZONE ADVISORY DAYS A. Do not conduct roofing, priming, or hot-mix paving operations, except for repairs, on days the City Engineer has notified Contractor that an ozone advisory is in effect. An extension of time will be allowed for each day for which priming or hot mix paving was scheduled, crews were prepared to perform this Work and the City Engineer issued ozone alert prevents this Work. Contractor will be compensated at the unit price indicated in the Bid for each day for which an extension of time was granted due to an ozone alert. 1.10 MANAGEMENT OF WATER A. Manage water resulting from rains or ground water at the Site. Maintain trenches and excavations free of water at all times. B. Lower the water table in the construction area by acceptable means if necessary to maintain a dry and workable condition at all times. Provide drains, sumps, casings, well points, and other water control devices as necessary to remove excess water. C. Provide continuous operation of water management actions. Maintain standby equipment to provide proper and continuous operation for water management. D. Ensure that water drainage does not damage adjacent property. Divert water into the same natural watercourse in which its headwaters are located, or other natural stream or waterway as approved by the Owner. Assume responsibility for the discharge of water from the Site. E. Remove the temporary construction and restore the Site in a manner acceptable to the OAR and to match surrounding material at the conclusion of the Work. 1.11 DEWATERING A. This item is considered subsidiary for all dewatering methods other than “well pointing” to the appropriate bid items as described in the Bid Form where dewatering is needed to keep the excavation dry, as approved by the Designer, and shall include all costs to provide a dry foundation for the proposed improvements. B. Storm water that enters an excavation can be pumped out as long as care is taken to minimize solids and mud entering the pump suction and flow is pumped to a location that allows for sheet flow prior to entering a storm water drainage ditch or storm water inlet. C. An alternative to sheet flow is to pump storm water to an area where ponding occurs naturally without leaving the designated work area or by a manmade berm(s) prior to Temporary Controls 01 57 00 - 5 Packery Pointe Park Road 22 at Aquarius Street Signal and Turn Lanes Improvement Plan Re-bid – Project No. E15155 11-25-2013 entering the storm water system. Sheet flow and ponding is to allow solids screening and/or settling prior to entering a storm water conduit or inlet. D. Storm water or groundwater shall not be discharged to private property without permission. It is the intent that Contractor discharges groundwater primarily into the existing storm water system, provided that the quality of groundwater is equal to or better than the receiving stream, the Laguna Madre and CC Ship Channel. E. Testing of groundwater quality is to be performed by the Owner, at the Owner’s expense, prior to commencing discharge and shall be retested by the Owner, at the Owner’s expense, a minimum of once a week. Contractor shall coordinate with the Owner on all testing. Tests will also be performed as each new area of construction is started. F. Another option for disposal of groundwater by Contractor would include pumping to the nearest sanitary sewer system. If discharging to temporary holding tanks and trucking to a sanitary sewer or wastewater plant, the costs for these operations shall be negotiated. Other groundwater disposal alternatives or solutions may be approved by the Designer on a case by case basis. G. Prior to Pumping groundwater from a trench to the sanitary sewer system the Contractor shall contact Tilo Schmidt, Wastewater Pre-treatment Coordinator at 826-1817 to obtain a “no cost” permit from the Owner’s Waste Water Department. Owner will pay for any water quality testing or water analysis cost required. The permit will require an estimate of groundwater flow. Groundwater flow can be estimated by boring a hole or excavating a short trench then record water level shortly after completion, allow to sit overnight, record water level again, pump hole or trench dry to a holding tank or vacuum truck then record how long it takes to fill to original level and overnight level. 1.12 DISPOSAL OF CONTAMINATED GROUNDWATER A. An allowance will be included in the Bid for the unanticipated disposal of contaminated groundwater. This allowance may not be needed but is provided in case contaminated groundwater is encountered during the course of the Project and does not meet the water quality requirements for discharge into the storm water or wastewater systems. This allowance includes all materials, tools, equipment, labor, transportation, hauling, coordination, and proper disposal of the contaminated water at an approved landfill, deep water injection well, or other site as agreed to by the Designer. Suggested disposal facilities would be US Ecology (USET) in Robstown, Texas or Texas Molecular in Corpus Christi, Texas. B. The payment for this Work will be based on the Contractor’s actual costs and will be negotiated. Payment will not include costs associated with dewatering which is paid for under Storm Water Pollution Prevention Plan. 1.13 DISPOSAL OF HIGHLY CHLORINATED WATER A. Dispose of water used for testing, disinfection, and line flushing. Comply with Owner’s requirements and Laws and Regulation regarding the disposal of contaminated water, including water with levels of chlorine, which exceed the permissible limits for discharge into wetlands or environmentally sensitive areas. Comply with the requirements of all regulatory agencies in the disposal of all water used in the Project. Include a description and details for disposal of this water in a Plan of Action per SECTION 01 35 00 SPECIAL Temporary Controls 01 57 00 - 6 Packery Pointe Park Road 22 at Aquarius Street Signal and Turn Lanes Improvement Plan Re-bid – Project No. E15155 11-25-2013 PROCEDURES. Do not use the Owner’s sanitary sewer system for disposal of contaminated water. 1.14 WINDSTORM CERTIFICATION A. All affected materials and installation shall comply with Texas Department of Insurance Requirements for windstorm resistant construction for design wind speed as required by IBC 2009. [Contractor] [Owner] shall be responsible for contracting with a licensed structural engineer in the State of Texas to perform all inspections and provide documentation for windstorm certification to the Texas Board of Insurance. The Contractor shall be responsible for providing all necessary design/assembly documentation for all new windows, doors, louvers, etc. to the windstorm engineer/inspectors required to conform with the requirements of the Texas Department of Insurance. 2.00 PRODUCTS 2.01 MATERIALS A. Provide materials that comply with Laws and Regulations. 3.00 EXECUTION 3.01 CONSTRUCTING, MAINTAINING AND REMOVING TEMPORARY CONTROLS A. Construct temporary controls in accordance with Laws and Regulations. B. Maintain controls in accordance with regulatory requirements where applicable, or in accordance with the requirements of the Contract Documents. C. Remove temporary controls when no longer required, but before the Project is complete. Correct any damage or pollution that occurs as the result of removing controls while they are still required. END OF SECTION Execution and Closeout Requirements 01 70 00 - 1 Packery Pointe Park Road 22 at Aquarius Street Signal and Turn Lanes Improvement Plan Re-bid – Project No. E15155 11-25-2013 01 70 00 EXECUTION AND CLOSEOUT REQUIREMENTS 1.00 GENERAL 1.01 WORK INCLUDED A. Comply with requirements of the General Conditions and specified administrative procedures in closing out the Contract. 1.02 DOCUMENT SUBMITTAL A. Submit certifications and releases on forms provided. 1.03 SUBSTANTIAL COMPLETION A. Notify the Designer that the Work or a designated portion of the Work is substantially complete per the General Conditions. Include a list of the items remaining to be completed or corrected before the Project will be considered to be complete. B. OPT will visit the Site to observe the Work within a reasonable time after notification is received to determine the status of the Project. C. Designer will notify the Contractor that the Work is either substantially complete or that additional Work must be performed before the Project will be considered substantially complete. 1. Designer will notify the Contractor of items that must be completed before the Project will be considered substantially complete. 2. Correct the noted deficiencies in the Work. 3. Notify the Designer when the items of Work in the Designer’s notice have been completed. 4. OPT will revisit the Site and repeat the process. 5. Designer will issue a Certificate of Substantial Completion to the Contractor when the OPT considers the Project to be substantially complete. The Certificate will include a tentative list of items to be corrected before Final Payment will be recommended. 6. Review the list and notify the Designer of any objections to items on the list within 10 days after receiving the Certificate of Substantial Completion. 1.04 FINAL INSPECTION A. Notify the Designer when: 1. Work has been completed in compliance with the Contract Documents; 2. Equipment and systems have been tested per Contract Documents and are fully operational; 3. Final Operations and Maintenance Manuals have been provided to the Owner and all operator training has been completed; 4. Specified spare parts and special tools have been provided; and Execution and Closeout Requirements 01 70 00 - 2 Packery Pointe Park Road 22 at Aquarius Street Signal and Turn Lanes Improvement Plan Re-bid – Project No. E15155 11-25-2013 5. Work is complete and ready for final inspection. B. OPT will visit the Site to determine if the Project is complete and ready for Final Payment within a reasonable time after the notice is received. C. Designer will notify the Contractor that the Project is complete or will notify the Contractor that Work is Defective. D. Take immediate steps to correct Defective Work. Notify the Designer when Defective Work has corrected. OPT will visit the Site to determine if the Project is complete and the Work is acceptable. Designer will notify the Contractor that the Project is complete or will notify the Contractor that Work is Defective. E. Submit the Request for Final Payment with the closeout documents described in Paragraph 1.06 if notified that the Project is complete and the Work is acceptable. 1.05 REINSPECTION FEES A. Owner may impose a Set-off against the Application for Payment in accordance with the General Conditions to compensate the OPT for additional visits to the Project if additional Work is required. 1.06 CLOSEOUT DOCUMENTS SUBMITTAL A. Record Documents per SECTION 01 31 13 PROJECT COORDINATION. B. Warranties and bonds. C. Equipment installation reports on equipment. D. Shop Drawings, Record Data, and other documents as required by the Contract Documents. E. Evidence of continuing insurance and bond coverage as required by the Contract Documents. F. Final Photographs per SECTION 01 33 05 VIDEO AND PHOTOGRAPHIC DOCUMENTATION. 1.07 TRANSFER OF UTILITIES A. Transfer utilities to the Owner when the Certificate of Substantial Completion has been issued and the Work has been occupied by the Owner. B. Submit final meter readings for utilities and similar data as of the date the Owner occupied the Work. 1.08 WARRANTIES, BONDS, AND SERVICES AGREEMENTS A. Provide warranties, bonds, and service agreements required by SECTION 01 33 02 SHOP DRAWINGS or by the individual Specification Sections. B. The date for the start of warranties, bonds, and service agreements is established per the General Conditions. C. Compile warranties, bonds, and service agreements and review these documents for compliance with the Contract Documents. Execution and Closeout Requirements 01 70 00 - 3 Packery Pointe Park Road 22 at Aquarius Street Signal and Turn Lanes Improvement Plan Re-bid – Project No. E15155 11-25-2013 1. Provide a log of all equipment covered under the 1 year correction period specified in the General Conditions and all products for which special or extended warranties or guarantees are provided. Index the log by Specification Section number on forms provided. Include items 2.e through 2.g below in the tabulation. 2. Provide a copy of specific warranties or guarantees under a tab indexed to the log. Each document is to include: a. A description of the product or Work item; b. The firm name, with the name of the principal, address, and telephone number; c. Signature of the respective Supplier or Subcontractor to acknowledge existence of the warranty obligation for extended warranties and service agreements; d. Scope of warranty, bond, or services agreement; e. Indicate the start date for the correction period specified in the General Conditions for each product and the date on which the specified correction period expires. f. Indicate the start date for extended warranties for each product and the date on which the specified extended warranties period expires. g. Start date, warranty or guarantee period, and expiration date for each warranty bond and service agreement; h. Procedures to be followed in the event of a failure; and i. Specific instances that might invalidate the warranty or bond. D. Submit digital copies of the documents to the Designer for review. E. Submit warranties, bonds and services agreements within 10 days after equipment or components placed in service. 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION PART S-STANDARD SPECIFICATIONS P:\84\18\00\Bid Package\Standard Specifications - Park Road 22 and Aquarius.doc 1 OF 2 CITY OF CORPUS CHRISTI, TEXAS GOVERNING SPECIFICATIONS All standard specifications and special specifications applicable to this project are identified as follows: Section 1: TEXAS DEPARTMENT OF TRANSPORTATION STANDARD SPECIFICATIONS FOR CONSTRUCTION AND MAINTENANCE OF HIGHWAYS, STREETS, AND BRIDGES 2014 Standard specifications are incorporated into the contract by reference. ITEM NO. DESCRIPTION 100 PREPARING RIGHT OF WAY 104 REMOVING CONCRETE 105 REMOVING TREATED AND UNTREATED BASE AND ASPHALT PAVEMENT 112 SUBGRADE WIDENING 161 COMPOST 162 SODDING FOR EROSION CONTROL 168 VEGETATIVE WATERING 247 FLEXIBLE BASE 340 DENSE-GRADED HOT-MIX ASPHALT (SMALL QUANTITY) 341 DENSE-GRADED HOT-MIX ASPHALT 351 FLEXIBLE PAVEMENT STRUCTURE REPAIR 360 CONCRETE PAVEMENT 416 DRILLED SHAFT FOUNDATIONS 432 RIPRAP 500 MOBILIZATION 502 BARRICADES, SIGNS AND TRAFFIC HANDLING 506 TEMPORARY EROSION, SEDIMENTATION, AND ENVIRONMENTAL CONTROLS 529 CONCRETE CURB, GUTTER, AND COMBINED CURB AND GUTTER 531 SIDEWALKS 536 CONCRETE MEDIANS AND DIRECTIONAL ISLANDS 545 CRASH CUSHION ATTENUATORS 610 ROADWAY ILLUMINATION ASSEMBLIES 618 CONDUIT 620 ELECTRICAL CONDUCTORS 624 GROUND BOXES 628 ELECTRIAL SERVICES 636 SIGNS 644 SMALL ROADSIDE SIGN ASSEMBLIES 666 RETROREFLECTORIZED PAVEMENT MARKINGS 668 PREFABRICATED PAVEMENT MARKINGS 672 RAISED PAVEMENT MARKERS 677 ELIMINATING EXISTING PAVEMENT MARKINGS AND MARKERS 680 HIGHWAY TRAFFIC SIGNALS 682 VEHICLE AND PEDESTRIAN SIGNAL HEADS 684 TRAFFIC SIGNAL CABLES 685 ROADSIDE FLASHING BEACON ASSEMBLIES 686 TRAFFIC SIGNAL POLE ASSEMBLIES (STEEL) 688 PEDESTRIAN DECTORS AND VEHICLE LOOP DECTORS PARTS S-STANDARD SPECIFICATIONS 2/10/2016 P:\84\18\00\Bid Package\Standard Specifications - Park Road 22 and Aquarius.doc 2 OF 2 SPECIAL SPECIFICATIONS 5001 GEOGRID BASE REINFORCEMENT 6025 RADAR PRESENCE DETECTION DEVICE 6057 RADAR ADVANCE DETECTION DEVICE (RADD) 6093 EXISTING TRAFFIC MANAGEMENT EQUIPMENT 5001 1 11-14 Statewide Special Specification 5001 Geogrid Base Reinforcement 1. DESCRIPTION Furnish and place geogrid base reinforcement in accordance with the lines and grades shown on the plans or as directed. 2. MATERIALS Provide geogrid base reinforcement, of the type shown on the plans, meeting the requirements of DMS-6240 “Geogrid for Base/Embankment Reinforcement.” Use roll widths and lengths shown on the plans or as approved. 3. CONSTRUCTION Prepare the subgrade as indicated on the plans or as directed. Set string lines for alignment if directed. Install geogrid in accordance with the lines and grades as shown on the plans. Place base material in lift thicknesses and compact as shown on the plans or as directed. Do not operate tracked construction equipment on the geogrid until a minimum fill cover of 6 in. is achieved. Rubber tire construction equipment may operate directly on the geogrid at speeds of less than 5 mph if the underlying material will support the loads. Where excessive substructure deformation is apparent, correct grid placement operations as recommended by the manufacturer or as directed 3.1. Geogrid Placement. Orient the geogrid length as unrolled parallel to the direction of roadway. Overlap geogrid sections as shown on the plans or as directed. Use plastic ties at overlap joints or as directed. Placement of geogrid around corners may require cutting and diagonal lapping. Pin geogrid at the beginning of the backfill section as directed. Keep geogrid taut at the beginning of the backfilling section but not restrained from stretching or flattening. 3.1.1. Longitudinal Joints. Overlap longitudinal joints by a minimum of 1 ft. Space longitudinal ties 10 ft. to 20 ft. or as directed. 3.1.2. Transverse Joints. Overlap transverse joints by a minimum of 1 ft. Space transverse ties 4 ft. to 5 ft. or as directed. 3.2. Damage Repair. As directed, remove and replace contractor damaged or excessively deformed areas without additional compensation. Lap repair areas a minimum of 3 ft in all directions. Tie each side of repair grid in at least 3 locations but do not exceed normal construction spacing; tie spacing for odd shapes will be as directed. Repair excessively deformed materials underlying the grid as directed 4. MEASUREMENT Geogrid base reinforcement will be measured by the square yard of roadway placement as shown in the plans with no allowance for overlapping at transverse and longitudinal joints. 5. PAYMENT The work performed and materials furnished in accordance with this Item and measured as provided under “Measurement” are paid for at the unit bid price for “Geogrid Base Reinforcement” of the type specified. This 5001 2 11-14 Statewide price is full compensation for furnishing, preparing, hauling and placing materials including labor, materials, freight, tools, equipment and incidentals. 6025 1 - 6 09-15 Amarillo, Dallas, Houston, Odessa, San Antonio and Waco Districts Special Specification 6025 Radar Presence Detection Device 1. DESCRIPTION Furnish and install radar presence detection devices (RPDD) as shown on the plans. The RPDD must continuously detect stationary vehicles, including motorcycles. An RPDD detects vehicles by transmitting electromagnetic radar signals through the air. The signals bounce off vehicles in their paths and part of the signal is returned to the RPDD. The returned signals are then processed to determine traffic parameters. 2. MATERIALS 2.1. General Requirements. 2.1.1. Sensor Outputs. The RPDD shall transmit real-time presence data from up to 10 lanes, depending on mounting location and lane widths. The RPDD shall support a minimum of eight detection zones. The RPDD shall support a minimum of eight detector channel outputs and have user-selectable channel assignments. The RPDD shall use ’OR’ or ‘AND’ logic gates to map a single zone to multiple channel outputs, and shall have channel output extend and delay functionality. The RPDD algorithms shall mitigate detections from wrong-way or cross traffic. The RPDD system shall have fail-safe mode capabilities for contact closure outputs if communication is lost. Contact closure will occur on all programmed detector channels associated with the interface module when the fail safe is triggered and will remain in this state until communication is re-established between the interface module and the radar vehicle sensor. 2.2. Detectable Area. 2.2.1. Detection Range. The RPDD shall be able to detect and report presence in lanes with boundaries as close as 6 ft. (1.8 m) from the base of the pole on which the RPDD is mounted. The RPDD shall be able to detect and report presence in lanes located within the 140 ft. (42.7 m) arc from the base of the pole on which the RPDD is mounted. 2.2.2. Field of View. The RPDD shall be able to detect and report presence for vehicles within a 90 degree field of view. 2.2.3. Lane Configuration. The RPDD shall be able to detect and report presence in up to 10 lanes. The RPDD shall be able to detect and report presence in curved lanes and areas with islands and medians. 2.3. System Hardware. Unless otherwise shown in the plans, use one RPDD corner radar per approach to be detected. 6025 2 - 6 09-15 Amarillo, Dallas, Houston, Odessa, San Antonio and Waco Districts 2.3.1. Preassembled Backplate. Each RPDD shall have a traffic cabinet preassembled backplate with the following:  AC/DC power conversion  Surge protection (Lightning and surge protection will be provided for power connections and communications links to the radar RVDS meeting or exceeding EN 61000-4-5 class specifications.)  Terminal blocks for cable landing  Communication connection points The preassembled backplate for the RPDD shall be a cabinet side mount or rack mount. 2.3.2. Contact Closure Input File Cards. The RPDD shall use contact closure input file cards with 2 or 4 channel capabilities. The contact closure input file cards for the RPDD shall be compatible with industry standard detector racks. 2.3.3. Cabling. The cable end connector shall meet the MIL-C-26482 specification and shall be designed to interface with the appropriate MIL-C-26482 connector. The connector backshell shall be an environmentally sealed shell that offers excellent immersion capability. All conductors that interface with the connector shall be encased in a single jacket, and the outer diameter (O.D.) of this jacket shall be within the backshell’s cable O.D. range to ensure proper sealing. The backshell shall have a strain relief with enough strength to support the cable slack under extreme weather conditions. The cable shall conform to the following specifications:  The RS-485 conductors shall be a twisted pair.  The RS-485 conductors shall have nominal capacitance conductor to conductor of less than 71pF/Ft at 1 Khz.  The RS-485 conductors shall have nominal conductor DC resistance of less than 16.5 ohms/(304.8 m) at 68°F (20°C).  The power conductors shall be one twisted pair with nominal conductor DC resistance of less than 11.5 ohms/(304.8 m) at 68°F (20°C).  Each wire bundle or the entire cable shall be shielded with an aluminum/mylar shield with a drain wire.  The wire shall be a single continuous home-run cable with no splices allowed and terminated only in the junction box provided by the manufacturer and in the traffic signal cabinet at the other end. The cable O.D. shall not exceed 0.4 inches. The cable length shall not exceed 2000 ft (609.6 m) for the operational baud rate of RS-485 communications (9.6 Kbps). If 12 VDC is being supplied for the RPDD then the cable length shall not exceed 90 ft. (27.4 m). If 24 VDC is being supplied for the RPDD then the cable length shall not exceed 500 ft. (182.9 m). Both communication and power conductors can be bundled together in the same cable as long as the above - mentioned conditions are met. 2.4. Radar Design. The RPDD shall be designed with a matrix of radars. 2.4.1. Frequency Stability. The circuitry shall be void of any manual tuning elements that could lead to human error and degraded performance over time. All transmit modulated signals shall be generated by means of digital circuitry, such as a direct digital synthe- sizer, that is referenced to a frequency source that is at least 50 parts per million (ppm) stable over the specified temperature range, and ages less than 6 ppm per year. Any upconversion of a digitally generated 6025 3 - 6 09-15 Amarillo, Dallas, Houston, Odessa, San Antonio and Waco Districts modulated signal shall preserve the phase stability and frequency stability inherent in the digitally generated signal. The RPDD shall not rely on temperature compensation circuitry to maintain transmit frequency stability. The bandwidth of the transmit signal of the RPDD shall not vary by more than 1% under all specified operating conditions and over the expected life of the RPDD. 2.4.2. Antenna Design. The RPDD antennas shall be designed on printed circuit boards. The vertical beam width of the RPDD at the 6dB points of the two-way pattern shall be 65 degrees or greater. The antennas shall cover a 90 degree horizontal field of view. The sidelobes in the RPDD two-way antenna pattern shall be -40dB or less. 2.4.3. Resolution. The RPDD shall transmit a signal with a bandwidth of at least 245 MHz, which provides for a resolution of 2 feet. 2.4.4. RF Channels. The RPDD shall provide at least 8 RF channels so that multiple units can be mounted in the same vicinity without causing interference between them. 2.4.5. Verification. The RPDD shall have a self-test that is used to verify correct hardware functionality. The RPDD shall have a diagnostics mode to verify correct system functionality. 2.5. Physical Properties. The RPDD shall not exceed 4.2 lbs. (1.9 kg) in weight. The RPDD shall not exceed 13.2 in. by 10.6 in. by 3.3 in. (33.5 cm x 26.9 cm x 8.4 cm) in its physical dimensions. All external parts of the RPDD shall be ultraviolet-resistant, corrosion-resistant, and protected from fungus growth and moisture deterioration. 2.5.1. Enclosure. The RPDD shall be enclosed in a Lexan, Makrolon, or other approved polycarbonate material. The enclosure shall be classified “f1” outdoor weatherability in accordance with UL 746C. The RPDD shall be classified as watertight according to the NEMA 250 Standard. The RPDD enclosure shall conform to test criteria set forth in the NEMA 250 standard for type 4X enclosures. Test results shall be provided for each of the following type 4X criteria:  External Icing (NEMA 250 clause 5.6)  Hose-down (NEMA 250 clause 5.7)  4X Corrosion Protection (NEMA 250 clause 5.10)  Gasket (NEMA 250 clause 5.14) The RPDD shall be able to withstand a drop of up to 5 ft. (1.5 m) without compromising its functional and structural integrity. The RPDD enclosure shall include a connector that meets the MIL-C-26482 specification. The MIL-C-26482 connector shall provide contacts for all data and power connec tions. 2.6. Power. The RPDD shall consume less than 10 W. 6025 4 - 6 09-15 Amarillo, Dallas, Houston, Odessa, San Antonio and Waco Districts The RPDD shall operate with a DC input between 9 VDC and 28 VDC. 2.7. Communication Ports. The RPDD shall have two communication ports, and both ports shall communicate independently and simultaneously. The RPDD shall support the upload of new firmware into the RPDD’s non-volatile memory over either communication port. The RPDD shall support the user configuration of the following:  Response delay  Push port The communication ports shall support at least a 9600 bps baud rate. 3. CONSTRUCTION 3.1. Manufacturing. The internal electronics of the RPDD shall utilize automation for surface mount assembly, and shall comply with the requirements set forth in IPC-A-610C Class 2, Acceptability of Electronic Assemblies. The RPDD shall undergo a rigorous sequence of operational testing to ensure product functionality and reliability. Testing shall include the following:  Functionality testing of all internal sub-assemblies  Unit level burn-in testing of duration 48 hours or greater  Final unit functionality testing prior to shipment Test results and all associated data for the above testing shall be provided for each purchased RPDD by serial number, upon request. 3.2. Configuration. 3.2.1. Auto-Configuration. The RPDD shall have a method for automatically defining traffic lanes, stop bars and zones without requiring user intervention. This auto-configuration process shall execute on a processor internal to the RPDD and shall not require an external PC or other processor. The auto-configuration process shall work under normal intersection operation and traffic conditions and may require up to ten vehicles to pass through each lane to complete. 3.2.2. Manual Configuration. The auto-configuration method shall not prohibit the ability of the user to manually adjust the RPDD configuration. The RPDD shall support the configuring of lanes, stop bars and detection zones in 1-ft. (0.3-m) increments. 3.2.3. Windows Mobile®-Based Software. The RPDD shall include graphical user interface software that displays all configured lanes and the current traffic pattern using a graphical traffic representation. The graphical interface shall operate on Windows Mobile, Windows XP and Windows Vista in the .NET framework. The software shall support the following functionality:  Operate over a TCP/IP connection  Give the operator the ability to save/back up the RPDD configuration to a file or load/restore the RPDD configuration from a file  Allow the backed-up sensor configurations to be viewed and edited 6025 5 - 6 09-15 Amarillo, Dallas, Houston, Odessa, San Antonio and Waco Districts  Provide zone and channel actuation display  Provide a virtual connection option so that the software can be used without connecting to an actual sensor  Local or remote sensor firmware upgradability 3.3. Operating Conditions. The RPDD shall maintain 95% accuracy of performance in all weather conditions, including rain, freezing rain, snow, wind, dust, fog and changes in temperature and light, including direct light on sensor at dawn and dusk. The RPDD shall be capable of continuous operation over an ambient temperature range of -40°F to 165.2°F (-40°C to 74°C). The RPDD shall be capable of continuous operation over a relative humidity range of 5% to 95% (noncondensing). 3.4. Testing. 3.4.1. FCC. Each RPDD shall be Federal Communications Commission (FCC) certified under CFR 47, Part 15, section 15.249 as an intentional radiator. The FCC certification shall be displayed on an external label on each RPDD according to the rules set forth by the FCC. The RPDD shall comply with FCC regulations under all specified operating conditions and over the expected life of the RPDD. 3.4.2. NEMA TS2-2003 Testing. The RPDD shall comply with the applicable standards stated in the NEMA TS2- 2003 Standard. Third party test results shall be made available for each of the following tests:  Shock pulses of 10g, 10 ms half sine wave  Vibration of 0.5 Grms up to 30 Hz  300 V positive/negative pulses applied at one pulse per second at minimum and maximum DC supply voltage  Cold temperature storage at -49°F (-45°C) for 24 hours  High temperature storage at 185°F (85°C) for 24 hours  Low temp, low DC supply voltage at -29.2°F (-34°C) and 10.8 VDC  Low temp, high DC supply voltage at -29.2°F (-34°C) and 26.5 VDC  High temp, high DC supply voltage at 165.2°F (74°C) and 26.5 VDC  High temp, low DC supply voltage at 165.2°F (74°C) and 10.8 VDC 3.5. Support. The RPDD manufacturer shall provide both training and technical support services. 3.5.1. Training. The manufacturer-provided training shall be sufficient to fully train installers and operators in the installation, configuration, and use of the RPDD to ensure accurate RPDD performance. The manufacturer-provided training shall consist of comprehensive classroom labs and hands-on, in-the- field, installation and configuration training. Classroom lab training shall involve presentations outlining and defining the RPDD, its functions, and the procedures for proper operation. These presentations shall be followed by hand s-on labs in which trainees shall practice using the equipment to calibrate and configure a virtual RPDD. To facilitate the classroom presentation and hands-on labs, the manufacturer-provided training shall include the following items:  Knowledgeable trainer or trainers thoroughly familiar with the RPDD and its processes.  Presentation materials, including visual aids, printed manuals and other handout materials for each student. 6025 6 - 6 09-15 Amarillo, Dallas, Houston, Odessa, San Antonio and Waco Districts  Computer files, including video and raw data, to facilitate the virtual configuration of the RPDD.  Laptop computers or Windows CE handheld devices with the necessary software, and all necessary cables, connectors, etc.  All other equipment necessary to facilitate the virtual configuration of the RPDD. Field training shall provide each trainee with the hands-on opportunity to install and configure the RPDD at roadside. Training shall be such that each trainee will mount and align the RPDD correctly. 3.5.2. Technical Assistance. Manufacturer-provided technical support shall be available according to contractual agreements, and a technical representative shall be available to assist with the physical installation, alignment, and auto-configuration of each supplied RPDD. Technical support shall be provided thereafter to assist with troubleshooting, maintenance, or replacement of RPDDs should such services be required. During the warranty period, technical support shall be available from the supplier via telephone within 4 hours of the time a call is made by a user, and this support shall be available from factory certified personnel or factory certified installers. Ongoing software support by the supplier shall include firmware updates for the RPDD processor unit and external software needed to set-up and operate the RPDD system. These updates shall be provided free of charge during the warranty period. The update of the RPDD software shall be tested and approved by the engineer before installation. 3.6. Documentation. RPDD documentation shall include an instructional training guide and a comprehensive user guide as well as an installer quick-reference guide and a user quick-reference guide. The RPDD manufacturer shall supply the following documentation and test results at the time of the bid submittal:  FCC CFR 47 certification (frequency compliance)  IED 6100-4-5 class 4 test report (surge) 4. WARRANTY The RPDD system will be warranted to be free from material and workmanship defects for a period of five (5) years from the date of installation. During the warranty period, the supplier shall repair with new or refurbished materials, or replace at no charge, any product containing a warranty defect or fails to operate properly after installation provided the product is returned FOB to the supplier’s factory or authorized repair site. Product repair or replaced under warranty by the supplier will be returned with transportation prepaid 5. MEASUREMENT The radar presence detector will be measured as each detector furnished, installed, and made fully operational. The radar presence detector communication cable will be measured by the linear foot of cable furnished installed and made fully operational. 6. PAYMENT The work performed and materials furnished in accordance with this Item and measured as provided under “Measurement” will be paid for under the unit bid price for “Radar Presence Detector” or “Radar Presence Detector Communication Cable.” This is full price for furnishing, installing, and establishing a connection to each RPDD. Any tools or incidentals needed to accomplish this will not be paid for separately, but will be considered subsidiary to this bid Item. 6057 1 - 7 01-15 Statewide Special Specification 6057 Radar Advance Detection Devices (RADD) 1. DESCRIPTION Furnish and install Radar Advance Detection Devices (RADD) as shown on the plans, and as detailed in this Special Specification. 2. MATERIALS 2.1. General Requirements. All materials furnished, assembled, fabricated, or installed under this Item will be new, corrosion resistant, and in strict accordance with the details shown on the plans and in this Special Specification. The RADD will be non-intrusive, easy to install, remotely accessible, and provide multiple connectivity options for easy integration into legacy systems. The RADD will have a method for automatically calibrating the detection device; this method will be executed in the RADD’s internal processor. This auto-calibration method will automatically determine detection thresholds. 2.2. Sensor Performance. The RADD will accurately and continuously provide vehicle detection, tracking and speed of moving vehicles approaching an intersection at a range between 100 feet to 500 feet from the radar sensor. The RADD will be mounted in a forward-fire position, looking into approaching traffic. The RADD will filter the speed data, and range data based upon minimum and maximum constraints to produce alerts, customizable for safe and efficient dilemma zone protection, congestion management, and other operational goals. The RADD will maintain accurate performance in all weather conditions, including rain, freezing rain, snow, wind, dust, fog, and changes in temperatures and light. The device will not rely on temperature compensation circuitry and will be capable of continuous operation over an ambient temperature range from - 34° C to 74° C, and a relative humidity range from five percent to ninety five percent (non-condensing). RADD operation will continue in rain or snow up to 10 cm per hour, and the device will not experience degraded performance when encased in 1/2 in. of ice. Speed data will be accurate for individual vehicle measurement when there are no adjacent vehicles traveling in the same direction. Eighty-five percent of all measurements will be within 5 mph of truth when vehicles are not changing speed. Speed accuracy will be verified with radar gun, by video speed trap using the frame rate as a time reference, or equivalent method. Range data will be accurate for individual vehicle measurement when there are no adjacent vehicles traveling in the same direction. Eighty-five percent of all measurements will be within ten feet of the distributed length of the vehicle when vehicles are not changing speed. Range accuracy will be verified with LIDAR gun, by video using visual markers as a distance reference and frame rate as a time reference, or equivalent method. Provide RADD that use vehicle speed and location to calculate the vehicles status and apply contact closure when speed conditions are met inside the detection area of the dilemma zone. Provide RADD that allow the user to define the start and end points of the dilemma zone based on calculations using vehicle speed a nd location from the stop bar. Vehicles meeting the speed requirements and detected within the calculated dilemma zone must apply contact closure to the assigned detector channel. Provide RADD that allow the 6057 2 - 7 01-15 Statewide user to program these ranges for each detection zone created and enabled on the sensor. The sensor will be provided with manufacturer recommended settings for dilemma zone protection preprogrammed in the unit. Vehicle speed and distance data is used in calculations for purposes of safely and efficiently protecting vehicles within the decision dilemma zone. This is nominally defined to exist for motorists with an ETA between 2.5 and 5.5 seconds from the stop bar who are driving faster than 35 mph when the light turns yellow. Eighty-five percent of all measurements will be within one second of truth for all vehicles not changing speed within the decision dilemma zone. ETA accuracy will be verified with: LIDAR gun, or by video using visual markers as a distance reference and frame rate as a time reference. 3. CONSTRUCTION Two RADD units will not be mounted so they are pointed directly at each other unless separated by more than 700 ft. and a RADD will not be placed within 20 feet of another RADD unless each device is configured to operate on a different RF channel using the installation software. 3.1. Mounting Assembly. Mount the RADD directly onto a mounting assembly fastened to a pole, overhead mast-arm or other solid structure. The mounting assembly will provide the necessary degrees of rotation to ensure proper installation. Ensure the RADD is constructed of weather resistant materials and able to support a 20 lb load. 3.2. Cabling. Furnish a RADD that is supplied with a connector cable of the appropriate length for each installation site. Radar systems using RS-485 or RS232 must use a Belden 9331 cable or equivalent cable. The cable must use shielded twisted pairs with a drain wire. The nominal capacitance conductor to conductor must be 1 KHz less than or equal to 26 Pico farads per foot of cable. The nominal conductor DC resistance at 68° F must be less than or equal to 15 ohms per 1,000 feet of cable. Refer to the manufacturers cable and connector requirements. Radar systems communicating data over coaxial cable must use a RG 59/U Type coaxial cable. Cab le impedance must be 75 ohms, capacitance less than or equal to 68.901 Pico farads per meter. DC resistance at 68° F must be less than or equal to 32.4819 ohms per kilo meter. Provide cable suitable for installation in conduit or overhead with appropriate span wire. BNC plug connectors shall be used where applicable. The coaxial cable, BNC connector and crimping tool must be approved by the supplier of the RADD and the manufacturer’s instructions must be followed to ensure proper connection. The power cabling must meet the specifications and size as recommended by the manufacturer. Both communication and power conductors may be bundled together in the same cable as long as the above-mentioned conditions are met. 3.3. Lightning Surge Protection. Lightning surge protection that meets or exceeds the EN 61000-4-5 Class 4 specifications will be installed no farther than 40 ft. along the RADD cable from the RADD unit. To ensure the continued operation of the RADD in the presence of electrical surges, all connections to the RADD will be protected, including any coaxial, power, RS-232, RS-485 communication lines or ground. 3.4. Power Supply. The AC to DC power converter supplying the DC voltage for the RADD will be provided with the following: 6057 3 - 7 01-15 Statewide Power Rated >15 W @25°C / >10 W@74°C minimum per RADD unit Operating Temperature Range From –34°C to +74°C Operating Humidity Range From 5% to 95% @25°C non-condensing Input Voltage From 85 V (AC) to 264 V (AC) or 120 V (DC) to 370 V (DC) Input Frequency From 47 Hz to 63 Hz Output Voltage 24 VDC 4% Hold Up Time >20 ms at 120 V (AC) Withstand Voltage Input to Output: 2 kV, Input to Ground: 1.5 kV Safety Standards UL 60950, EN60950 EMC Standards EN55022 Class B and EN61000-3-2, 3 Brown-Out Protection In brown-out conditions (i.e. <85VAC input) the output voltage will be less than 1 VDC 3.5. Communication. The RADD will provide two or more communication ports that can be accessed simultaneously using any RADD-supported protocol. This will enable multiple operators to collect data from the RADD at the same time without interrupting or interfering with each other. The RADD will provide RS-232 and RS-485 serial communication ports; each communication port will support all of the following baud rates: 9600, 19200, 38400, 57600 and 115200. Additionally, the RS-232 port will be full-duplex and will support true RTS/CTS hardware handshaking for interfacing to various communication devices. 3.6. Power Requirements. The RADD will consume less than 10 watts with a DC input between 12 VDC and 28 VDC. The equipment will be designed such that the failures of the equipment will not cause the failure of any other unit of equipment. Automatic recovery from power failure will be within 15 seconds after resumption of power. 3.7. System Software. The RADD will also include graphical user interface software that displays all configured zones and provides visual representation of all detected vehicle clusters. The detected range, speed, arrival time (optional), and identification number will be viewable on the visual representation of all detected vehicle clusters. The graphical interface will operate on Windows 98, Windows 2000, Windows NT 4.0, Windows XP Pro, Windows 7, and Windows Pocket PCs equivalent to the Dell Axim X50v. The software will automa tically select the correct baud rate. The graphical user interface will also display all configured alerts and provide visual representation of their actuation. The operator will have the ability to configure alerts using minimum and maximum constraints o n the detected ETA, speed, and range of vehicles. The operator will have the ability to save the configuration information to a file, or reload the RADD configuration from a file, using the graphical user interface software. Using the installation software, the operator will be able to easily change the baud rate on the sensor by selecting baud rates from a drop -down list, as well as add response delays for the communication ports. Additionally, the operator will have the ability to switch between data pushing and data polling, and change the RADD’s settings for Flow Control from none to RTS/CTS and vice versa. The operator will be able to upload new firmware into the RADD’s non-volatile memory over any supported communication channel. Systems capable of programming via an on board menu displayed on a video monitor and a pointing device must be provided with the monitor and pointing device necessary for the programming. Configuration, programming and updating the RADD must be possible from the traffic signal controller cabinet. 3.8. RF Design. All microwave circuitry within the RADD will be designed utilizing active control that dynamically adjusts to compensate for temperature and age variations in component performance. This eliminates most opportunities for human error or age degradation in circuits that contribute to product performance. The 6057 4 - 7 01-15 Statewide circuitry will be void of any manual tuning elements that could lead to human error and degraded performance over time. All transmit modulated signals will be generated by means of digital circuitry, such as a direct digital synthesizer, that is referenced to a frequency source that is at least 50 ppm stable over the specified temperature range, and ages less than six ppm per year. Any up-conversion of a digitally generated modulated signal will preserve the phase stability and frequency stability inherent in the digitally generated signal. These specifications ensure that during operation the RADD strictly conforms to FCC requirements and that the radar signal quality is maintained for precise algorithmic quality. Provide a printed circuit antennae which are less prone to physical damage due to their extremely low mass. The antennae parameters will be such that the RADD detects vehicle speed and distance over a minimum of 4 lanes of traffic at the range specified above. The RADD will be capable of operating on one of seven or more available enumerated user selectable channels. 3.9. Enclosure. The RADD will be enclosed in a Lexan polycarbonate or other approved, ultraviolet resistant material and will be classified as watertight according to the NEMA 250 Standard. The enclosure will be classified "f1" outdoor weather ability in accordance with UL 746C. The RADD will be able to withstand a drop of up to 5 ft. without compromising its functional and structural integrity. 3.10. Detector Rack Interface Module. Provide a detector rack interface module compatible with 170, 2070, NEMA TS1 and NEMA TS2 detector racks. The detector rack interface module will translate per vehicle data packets or actuation packets from the RADD into corresponding contact closure outputs. Operators will be able to assign any contact closure output channel to any configured alert. These settings will be saved in non-volatile memory on the detector rack interface module for complete recovery in case of power failure. The detector rack interface module will support Dual Loop (Speed Trap) emulation, as well as the following modes of operation:  Actuation (true presence filtered by conditional alert constraints ou tput in real time with 2.5 ms resolution)  Pulse (a single 125 ms output pulse for each vehicle)  Presence (an output pulse corresponding to the duration of each vehicle cluster in the detection zone with a resolution of 2.5 ms)  Single Loop Speed (duration of the pulse corresponds directly to the speed of the vehicle, speed (mph) = 13.64/duration in seconds) The detector rack interface module will receive data packets over an RS-485 bus at any of the following baud rates: 9600, 19200, 38400, 57600 and 115200. Also, the detector rack interface module will auto-baud and auto-detect a RADD over wired and wireless communication channels that have a maximum latency of 500 ms. The detector rack interface module will comply with the NEMA TS2-1998 Traffic Controller Assemblies with NTCIP Requirements, Section 2.8 specification. Documentation and results of the NEMA TS2-1998 test will be provided. The detector rack interface module will also provide failsafe operation, so that in the event of failure of communication from the sensor, a constant call will be placed on all contact closure channels. Additionally, the input file card will comply with the EN 61000-4-5 Class 4 lightning surge protection test specification. Documentation and results of the EN 61000-4-5 Class 4 test will be provided. 6057 5 - 7 01-15 Statewide 3.11. Manufacturing Requirements. The internal electronics of the RADD will utilize automation for surface mount and wave solder assembly, and will comply with the requirements set forth in IPC-A-610C Class 3, Acceptability of Electronic Assemblies. The RADD will undergo a rigorous sequence of operational testing to ensure product functionality and reliability. Testing will include:  Functionality testing of all internal subassemblies  Unit level burn-in testing of duration 48 hours or greater  Final unit functionality testing prior to shipment Test results and all associated data for the above testing will be provided, for each purchased RADD by serial number, upon request. Additionally, manufacturing quality data will be maintained for each purchased RADD by serial number and will also be made available upon request. Externally, the RADD will be modular in design to facilitate easy replacement in the field. The total weight of the RADD will not exceed 12 lbs. All external parts will be made of corrosion resistant material, and all materials will be protected from fungus growth and moisture deterioration. 3.12. FCC. Each RADD will be Federal Communications Commission (FCC) certified under CFR 47, Part 15, section 15.245 as a field disturbance sensor, or section 15.249 as an intentional radiator. This certification will be displayed on an external label on each device according to the rules set out by the FCC. The RADD will transmit in the 10.50 – 10.55 GHz or 24.00 – 24.25 GHZ frequency band and will meet the power transmission requirements specified under sections 15.245 and 15.249 of CFR 47. The manufacturer will provide documentation proving compliance to all FCC specifications. 3.13. NEMA 4X Testing. The RADD enclosure will conform to test criteria set forth in the NEMA 250 Standard for Type 4X enclosures. Third party enclosure test results will be provided for each of the following Type 4X criteria:  External Icing (NEMA 250 Clause 5.6)  Hose-down (NEMA 250 Clause 5.7)  4X Corrosion Protection (NEMA 250 Clause 5.10)  Gasket (NEMA 250 Clause 5.14) 3.14. NEMA TS2-1998 Testing. The RADD will comply with the applicable standards stated in the NEMA TS2- 1998 Standard. Third party test results will be made available for each of the following tests:  Shock pulses of 10g, 11 ms half sine wave  Vibration of .5 Grms up to 30 Hz  300 V positive/negative pulses applied at 1 pulse per second at minimum and maximum DC supply voltage  Cold temperature storage at -45° C for 24 hours  High temperature storage at +85° C for 24 hours  Low temp, low DC supply voltage at -34° C and 10.8 VDC  Low temp, high DC supply voltage at -34° C and 26.5 VDC  High temp, high DC supply voltage at 74° C and 26.5 VDC  High temp, low DC supply voltage at 74° C and 10.8 VDC 3.15. Support. Installers and operators of the RADD will be fully trained in the installation, auto-configuration and use of the device. The manufacturer will thoroughly train installers and operators to correctly perform the tasks required to ensure accurate RADD performance. The amount of training necessary for each project will be determined 6057 6 - 7 01-15 Statewide by the manufacturer and will be included, along with training costs, in the manufacturer’s quote. In addition, technical support will be available to provide ongoing operator assistance. 3.15.1. Training. Training will consist of comprehensive classroom labs and on-hands, in-the-field installation and configuration training. Classroom Lab Training will involve presentations outlining and defining the RADD, its functions and the procedures for proper operation. These presentations will be followed by hands-on labs in which trainees will practice using the equipment to calibrate and configure a virtual device. To facilitate the classroom presentation and hands-on labs, the vendor will provide the following items for the duration of training:  Knowledgeable trainer or trainers thoroughly familiar with the RADD and its processes.  Presentation materials, including visual aids, printed manuals and other handout materials for each student.  Computer files, including video and raw data, to facilitate the virtual calibration and configuration of the RADD.  Laptop computers with the necessary software, and all necessary cables, connectors, etc.  All other equipment necessary to facilitate the virtual calibration and configuration of the RADD. Field Training will provide each trainee with the hands-on opportunity to install and calibrate the RADD in the field. Training will be such that each trainee will mount and align the RADD correctly. 3.15.2. Technical Assistance. A manufacturer’s technical representative will be available to assist with the physical installation, alignment and auto-calibration of each supplied RADD. Technical support will be provided thereafter to assist with troubleshooting, maintenance, or replacement of devices should such services be required 3.16. Documentation. The following documentation and specification test results will be supplied by the manufacturer at the time of the bid submittal. Attached documents will include the following:  Auto-calibration documentation  EN 61000-4-5 Class 4 Lightning Surge Protection test results  FCC CFR 47 certification  NEMA 250 Standard for Type 4X Enclosure third-party test data  NEMA TS2-1998 Standard third-party test data  User guide 3.17. Testing, Training and Warranty. Field test the installed assembly prior to it being placed into service to ensure all components are functioning as described herein. Provide installation and training support by a factory-authorized representative that is a minimum IMSA-Level II Traffic Signal Technician certified. Provide a RADD that contains a five-year warranty. Provide a RADD with no less than 95% of the manufacturer’s warranty remaining on the date that the RADD is installed and begins operating. The replacement RADD must meet requirements of this specification. The Contractor will handle all warranty issues until the date of final acceptance. Provide a RADD from a manufacturer that provides technical support via telephone during stan dard week day business hours. This support shall be available from factory-certified personnel or factory-certified installers. During the warranty period, updates to software shall be available from the supplier without charge. 6057 7 - 7 01-15 Statewide 4. MEASUREMENT This Item will be measured per each radar advanced detection device as installed, and connected. The RADD system will be warranted to be free from material and workmanship defects for a period of 5 years from the date of shipment from the supplier’s facility. 5. PAYMENT The work performed and materials furnished in accordance with this Item and measured as provided under “Measurement” will be paid for under the unit bid price for “Radar Advance Detection Device”. This is full price for furnishing, installing, testing, training and establishing a connection to each RADD. Any tools or incidentals needed to accomplish this, will not be paid for separately, but will be considered subsidiary to this bid Item. 6093 1 - 17 04-15 OTU Special Specification 6093 Existing Traffic Management Equipment 1. DESCRIPTION Remove and relocate existing Communication Cabinets, Fiber Hubs, CCTV (Closed Circuit Television) Field Equipment, Lane Control Systems (LCS), Fiber Optic Dynamic Message Sign Systems, Video Imaging Vehicle Detection Systems (VIVDS), Radar Vehicle Sensing Devices, Wireless Ethernet Radios, and remove existing Acoustic Vehicle Sensor Systems at sites shown on plans and as specified within this specification. 2. REMOVE EXISTING COMMUNICATION CABINET 2.1. Materials. Remove the following equipment at each Communication Cabinet field site as shown on the plans (includes but is not limited to)  Communication Cabinet (CC) including all internal components.  Cabling from power source to cabinet.  Cabling and connectors from telecommunications source to cabinet.  Communication Cabinet Foundation. Remove to 2 ft. below existing grade and backfill and repair wit h material to match existing area surrounding removed foundation or as approved by the Engineer. 2.2. Construction. Prior to removal of the Communication Cabinet, disconnect and isolate any existing electrical power supply. Perform removal in strict conformance with the requirements herein stated and the lines, grades, details and dimensions shown on the plans. Completion of the work will present a neat, workmanlike, and finished appearance. Maintain safe construction practices during removal. Any portion of the Communication Cabinet, including components, damaged or lost will be replaced by the Contractor at no cost to the Department. All materials not designated for reuse or retention by the State will become the property of the Contractor and be removed from the project site at the Contractor's expense. Deliver Items to be retained by the State to TransGuide. Store all Communication Cabinets and associated equipment removed on this project in a secure place as approved by the Engineer until time for relocation to location shown on plans. The Contractor is fully responsible for the equipment until released by the Engineer. 3. RELOCATE EXISTING COMMUNICATION CABINET 3.1. Materials. Relocate the following equipment at each Communication Cabinet field site shown on the plans (includes but is not limited to):  Communication Cabinet (CC) with all internal components. Contractor is responsible for reconfiguring the Local Control Unit and for all provisioning and addressing changes required in the cabinet and at TransGuide. Construct new Communication Cabinet Foundation for relocated Communication Cabinet as shown in plans and as specified in this specification 6093 2 - 17 04-15 OTU Make the relocated Communication Cabinet fully operational and integrated with the TransGuide system. If plans show radar detectors to be connected to relocated Communication Cabinet instead of surveillance loop detectors, remove existing digital loop vehicle detection units and deliver to TransGuide to make space for radar detector cards. 3.2. Construction. Perform the relocation in strict conformance with the requirements herein stated and the lines, grades, details and dimensions shown on the plans. Completion of the work will present a neat, workmanlike, and finished appearance. Maintain safe construction practices during relocation. Any portion of Communication Cabinet assembly damaged or lost will be replaced by the Contractor at his expense. Make all arrangements for connection to the power supply and telecommunications source including any permits required for the work to be done under the Contract. Furnish and install any required materials not provided by the power or telephone company in accordance with the plans. Provide wire for the power connection at least the minimum size indicated on the plans and insulated for 600 volts. Meet the requirements of the National Electrical Code (NEC). 4. REMOVE EXSITING FIBER HUB 4.1. Materials. Remove the following equipment at each Fiber Hub field site as shown on the plans (includes but is not limited to):  Fiber Hub (FH) with external and internal cabinets including all internal components.  Cabling from power source to cabinet.  Cabling and connectors from telecommunications source to cabinet.  LifeLink Equipment (if existing).  Automated Vehicle Identification System (AVI) (if existing).  Fiber Hub Foundation. Remove to 2 ft. below existing grade and backfill and repair with material to match existing area surrounding removed foundation or as approved by the Engineer. 4.2. Construction. Prior to removal of the Fiber Hub, disconnect and isolate any existing electrical power supply. Perform removal in strict conformance with the requirements herein stated and the lines, grades, details and dimensions shown on the plans. Completion of the work will present a neat, workmanlike, and finished appearance. Maintain safe construction practices during removal. Any portion of the Fiber Hub, including components, damaged or lost will be replaced by the Contractor at no cost to the Department. All materials not designated for reuse or retention by the State will become the property of the Contractor and be removed from the project site at the Contractor's expense. Deliver LifeLink and AVI equipment to TransGuide. Store all Fiber Hubs and associated equipment removed on this project in a secure place as approved by the Engineer until time for relocation to location shown on plans. The Contractor is fully responsible for the equipment until released by the Engineer. 5. RELOCAT EXISTING FIBER HUB The following are the minimum requirements to relocate existing Fiber Hub and field equipment as shown on the plans. 5.1. Materials. Relocate the following equipment at each Fiber Hub field site shown on the plans (includes but is not limited to): 6093 3 - 17 04-15 OTU  Fiber Hub (FH) with external and internal cabinet and all internal components. Furnish and install all new cables, conduit, junction boxes, grounding (ground rod), mounting hardware, etc. necessary to make the associated CCTV Field Equipment fully operational. Contractor is responsible for reconfiguring the Local Control Unit, for furnishing, installing, provisioning and making all cross connects for any additional cards (e.g. 52B, 43B, 232, etc.) necessary (both in the Fiber Hub and at TransGuide) for TMS equipment that will be communicating with the relocated Fiber Hub, and for any other provisioning and addressing changes required in the Fiber Hub and at TransGuide. Deliver any cards not needed in relocated Fiber Hubs to TransGuide. Construct new Fiber Hub Foundation for relocated Fiber Hub as shown in plans and as specified in this specification. Make the relocated Fiber Hub fully operational and integrated with the TransGuide system. 5.2. Construction. Perform the relocation in strict conformance with the requirements herein stated and the lines, grades, details and dimensions shown on the plans. Completion of the work will present a neat, workmanlike, and finished appearance. Maintain safe construction practices during relocation. Any portion of Fiber Hub assembly damaged or lost will be replaced by the Contractor at his expense. Make all arrangements for connection to the power supply and telecommunications source including any permits required for the work to be done under the Contract. Furnish and install any required materials not provided by the power or telephone company in accordance with the plans. Provide wire for the power connection at least the minimum size indicated on the plans and insulated for 600 volts. Meet the requirements of the National Electrical Code (NEC). 6. REMOVE EXISTING CCTV FIELD EQUIPMENT 6.1. Materials. Remove the following equipment at each CCTV Field Equipment site as shown on the plans (includes but is not limited to):  CCTV Field Equipment.  Cabling from power source to camera.  Cabling and connectors from telecommunications source to camera.  CCTV Tube Mount or Camera Pole.  Lifelink Equipment and associated cabling (if existing).  Camera Pole Foundation. Remove to 2 ft. below existing grade and backfill and repair with material to match existing area surrounding removed foundation or as approved by the Engineer. 6.2. Construction. Prior to removal of the CCTV Field Equipment, disconnect and isolate any existing electrical power supply. Perform removal in strict conformance with the requirements herein stated and the lines, grades, details and dimensions shown on the plans. Completion of the work will present a neat, workmanlike, and finished appearance. Maintain safe construction practices during removal. Any portion of the CCTV Field Equipment or Lifelink equipment damaged or lost will be replaced by the Contractor at no cost to the Department. All materials not designated for reuse or retention by the State will become the property of the Contractor and be removed from the project site at the Contractor's expense. Deliver LifeLink equipment to TransGuide. 6093 4 - 17 04-15 OTU See plans for those locations where removed CCTV Field Equipment is to be delivered to TransGuide. Store all CCTV Field Equipment and associated equipment removed on this project in a secure place a s approved by the Engineer until time for relocation to location shown on plans. The Contractor is fully responsible for the equipment until released by the Engineer. 7. RELOCATE EXISTING CCTV FIELD EQUIPMENT The following are the minimum requirements to relocate existing CCTV Field Equipment as shown on the plans. 7.1. Materials. Relocate the following equipment at CCTV Field Equipment sites shown on the plans (includes but is not limited to):  CCTV Field Equipment.  CCTV Tube mount or Camera Pole. New foundation for relocated Camera Pole will be paid for under Item 416. Furnish and install all new conduit, cables, junction boxes, grounding (ground rod), mounting hardware, etc., to make the relocated CCTV Field Equipment fully operational with the TransGuide system. 7.2. Construction. Perform the relocation in strict conformance with the requirements herein stated and the lines, grades, details and dimensions shown on the plans. Completion of the work will present a neat, workmanlike, and finished appearance. Maintain safe construction practices during relocation. Use care to prevent damage to any sign support structures. Any portion of CCTV Field equipment, Lifelink equipment, or sign support structure damaged or lost will be replaced by the Contractor at his expens e. Make all arrangements for connection to the power supply and telecommunications source including any permits required for the work to be done under the Contract. Furnish and install any required materials not provided by the power or telephone company in accordance with the plans. Provide wire for the power connection at least the minimum size indicated on the plans and insulated for 600 volts. Meet the requirements of the National Electrical Code (NEC). 8. REMOVE EXISTING LANE CONTROL SYSTEM 8.1. Materials. Remove the following equipment at each Lane Control System field site as shown on the plans (includes but is not limited to):  Lane Control System (LCS) heads and mounting hardware. Remove the LCS heads from the structure immediately after the system becomes non-operational.  LCS Controller and Cabinet.  Cabling, conduit and connectors from LCS Controller to LCS heads.  Cabling and connectors from power source to cabinet.  Cabling and connectors from telecommunications source to cabinet.  LCS Cabinet Foundation. Remove to 2 ft. below existing grade and backfill and repair with material to match existing area surrounding removed foundation or as approved by the Engineer. 8.2. Construction. Prior to removal of the Lane Control System, disconnect and isolate any existing electrical power supply. Perform removal in strict conformance with the requirements herein stated and the lines, grades, details and dimensions shown on the plans. Completion of the work will present a neat, workmanlike, and finished appearance. Maintain safe construction practices during removal. 6093 5 - 17 04-15 OTU Use care to prevent damage to the sign support structure. Any portion of the Lane Control System or sign support structure, including components, damaged or lost will be replaced by the Contractor at no cost to the Department. All materials not designated for reuse or retention by the State will become the property of the Contractor and be removed from the project site at the Contractor's expense. Deliver Items to be retained by the State to TransGuide. Store all Lane Control System equipment removed on this project in a secure place as approved by the Engineer until time for relocation to location shown on plans. The Contractor is fully responsible for the equipment until released by the Engineer. 9. RELOCATE EXISTING LANE CONTROL SYSTEM The following are the minimum requirements to relocate existing Lane Control System (LCS) and field equipment as shown on the plans. 9.1. Materials. Relocate the following equipment at each LCS field site shown on the plans (includes but is not limited to):  Lane Control System heads with all mounting hardware. Furnish and install any additional “L” brackets necessary. Furnish and install additional LCS heads, if shown on the plans, with all necessary mounting hardware, subsidiary to this item.  LCS Controller and Cabinet - The Contractor is responsible for configuration and for any addressing changes required. Furnish and install all new cable and conduit from LCS Controller to LCS heads. Construct new LCS Cabinet Foundation for relocated LCS cabinet as shown in plans and as specified in this specification. Make the relocated Lane Control System fully operational with the TransGuide system. 9.2. Construction. Perform the relocation in strict conformance with the requirements herein stated and the lines, grades, details and dimensions shown on the plans. Completion of the work will present a neat, workmanlike, and finished appearance. Maintain safe construction practices during relocation. Use care to prevent damage to any sign support structures. Any portion of LCS System or sign support structure damaged or lost will be replaced by the Contractor at his expense. Make all arrangements for connection to the power supply and telecommunications source including any permits required for the work to be done under the Contract. Furnish and install any required materials not provided by the power or telephone company in accordance with the plans. Provide wire for the power connection at least the minimum size indicated on the plans and insulated for 600 volts. Meet the requirements of the National Electrical Code (NEC). Mount the relocated LCS Heads and shift the existing LCS heads on structures as shown on the plans and as directed by the Engineer. Reuse existing LCS head mounting hardware as permitted by the Engineer. Provide only new and corrosion resistant materials for any additional materials installed under this Item. Any adjustment and/or addition of LCS attachment hardware, support brackets and appurtenances, conduit, etc., necessary for compatibility with LCS positioning recommended by the manufacturer or as directed by the Engineer, will be subsidiary to this Item and not be paid for directly. 6093 6 - 17 04-15 OTU Submit to the Engineer for approval, 5 prints of the working drawings for attachment of LCS heads. Show on drawings any additional L brackets, head support connections, and methods of attachment of the heads to the support. 10. REMOVE EXISTING FIBER OPTIC DYNAMIC MESSAGE SIGN SYSTEM (TYPE 2) 10.1. Materials. Remove the following equipment at each Dynamic Message Sign (DMS) field site shown on the plans (includes but is not limited to):  Dynamic Message Sign with all mounting brackets. Remove the sign from the structure immediately after the system becomes non-operational.  DMS Controller and Cabinet.  Cabling and connectors from DMS Controller to DMS.  Cabling and connectors from power source to cabinet.  Cabling and connectors from telecommunications source to cabinet.  Cabinet foundation. Remove to 2 ft. below existing grade and backfill and repair with material to match existing area surrounding removed foundation or as approved by the Engineer. 10.2. Construction. Prior to removal of the Dynamic Message Sign System, disconnect and isolate any existing electrical power supply. Perform removal in strict conformance with the requirements herein stated and the lines, grades, details and dimensions shown on the plans. Completion of the work will present a neat, workmanlike, and finished appearance. Maintain safe construction practices during removal. Use care to prevent damage to the sign support structure. Any portion of the Dynamic Message Sign System or sign support structure, including components, damaged or lost will be replaced by the Contractor at no cost to the Department. All materials not designated for reuse or retention by the State will become the property of the Contractor and be removed from the project site at the Contractor's expense. Deliver Items to be retained by the State to TransGuide. Store all Dynamic Message Sign System equipment removed on this project in a secure place as approved by the Engineer until time for relocation to location shown on plans. The Contractor is fully responsible for the equipment until released by the Engineer. 11. RELOCATE EXISTING FIBER OPTIC DYNAMIC MESSAGE SIGN SYSTEM (TYPE 2) The following are the minimum requirements to relocate existing Dynamic Message Sign (DMS) and field equipment as shown on the plans. 11.1. Materials. Relocate the following equipment at each DMS field site shown on the plans (includes but is not limited to):  Dynamic Message Sign with mounting hardware.  DMS Controller and Cabinet. Furnish and install all new cabling and conduit from the sign to controller cabinet. Construct new Fiber Optic Dynamic Message Sign Cabinet Foundation for relocated DMS cabinet as shown in plans and as specified in this specification. Make the relocated DMS system fully operational with the TransGuide system. 6093 7 - 17 04-15 OTU 11.2. Construction. Perform the relocation in strict conformance with the requirements herein stated and the lines, grades, details and dimensions shown on the plans. Completion of the work will present a neat, workmanlike, and finished appearance. Maintain safe construction practices during relocation. Use care to prevent damage to any sign support structures. Any portion of DMS System or sign support structure damaged or lost will be replaced by the Contractor at his expense. Make all arrangements for connection to the power supply and telecommunications source including any permits required for the work to be done under the Contract. Furnish and install any required materials not provided by the power or telephone company in accordance with the plans. Provide wire for the power connection at least the minimum size indicated on the plans and insulated for 600 volts. Meet the requirements of the National Electrical Code (NEC). Mount the relocated DMS sign and shift the existing signs on structures as shown on the plans and as directed by the Engineer. Reuse existing DMS sign mounting hardware as permitted by the Engineer. Provide only new and corrosion resistant materials for any additional materials installed under this Item. Any adjustment and/or addition of DMS attachment hardware, support brackets and appurtenances, conduit, etc., necessary for compatibility with DMS positioning recommended by the manufacturer or as directed by the Engineer, will be subsidiary to this Item and not be paid for directly. Submit to the Engineer for approval, 5 prints of the working drawings for attachment of DMS signs, except where 2 or more signs are of identical design, in which case a drawing for only one of the signs is necessary. Show on drawings any additional sign brackets, sign support connections, and methods of attachment of the signs to the support. 12. REMOVE EXISTING VIDEO IMAGING VEHICLE DETECTION SYSTEM (VIVDS) 12.1. Materials. Remove the following equipment at each VIVDS field site as shown on the plans (may include but is not limited to):  VIVDS sensors and all mounting brackets.  Conduit, cables, and connectors from power source and telecommunications source to VIVDS sensors.  Tube Mount (6 in. x 4 in. x 1/4 in. structural steel) mounted to Overhead Sign Bridge with Air Terminal.  40 ft. poles (Roadway Illumination Assembly) with 10 ft. arm.  Pole drill shaft foundations. Remove to 2 ft. below existing grade and backfill and repair with material to match existing area surrounding removed foundation or as approved.  VIVDS equipment cabinet with all internal components.  Junction boxes used for VIVDS cables.  VIVDS equipment inside TransGuide Communication Cabinet or Fiber Hub.  Telephone communication link and components. 12.2. Construction. Prior to removal of the VIVDS, disconnect and isolate any existing electrical power supply, adhering to requirements of the National Electrical Code. Perform removal in strict conformance with the requirements herein stated and the lines, grades, details and dimensions shown on the plans. Completion of the work will present a neat, workmanlike, and finished appearance. Maintain safe construction practices during removal. Any portion of the VIVDS damaged or lost will be replaced by the Contractor at no cost to the Department. All materials not designated for reuse or retention by the State will become the property of the Contractor and be removed from the project site at the Contractor's expense. Deliver Items to be retained by the State to TransGuide. 6093 8 - 17 04-15 OTU Contact Telephone Company and terminate service at locations where telephone communication is disconnected. Provide documentation of discontinuance of service. Store all VIVDS equipment removed on this project in a secure place as approved by the Engineer until time for relocation to location shown on plans. The Contractor is fully responsible for the equipment until released by the Engineer. 13. RELOCATE EXISTING VIDEO IMAGING VEHICLE DETECTION SYSTEM (VIVDS) The following are the minimum requirements to relocate existing VIVDS as shown on the plans. 13.1. Materials. Relocate the following equipment at each VIVDS field site as shown on the plans (may include but is not limited to):  VIVDS sensors and mounting brackets.  40 ft. poles with 10 ft. arm.  VIVDS equipment cabinet with all internal components.  VIVDS junction boxes. Furnish and install new Tube Mount (6 in. x 4 in. x 1/4 in. structural steel) mounted to Overhead Sign Bridge with Air Terminal if shown on plans. Do not reuse tube mounts removed from VIVDS sites. Relocated VIVDS sensor units must be 40 ft. above roadway, therefore new tube mounts of proper length must be furnished and installed for VIVDS being relocated to Overhead Sign Bridges. Furnish new drill shaft foundations for relocated 40 ft. poles, paid for under Item 416, as shown on plans. Furnish and install all new conduit, cables, junction boxes, mounting hardware, etc. to make the relocated VIVDS fully operational with the TransGuide system. 13.2. Construction. Perform the relocation in strict conformance with the requirements herein stated and the lines, grades, details and dimensions shown on the plans. Completion of the work will present a neat, workmanlike, and finished appearance. Maintain safe construction practices during relocation. Use care to prevent damage to any sign support structures. Any portion of VIVDS or sign support structure damaged or lost will be replaced by the Contractor at his expense. Where VIVDS are relocated to existing OSB’s, review the structure and submit mounting details for approval. Make all arrangements for connection to the power supply and telecommunications source including any permits required for the work to be done under the Contract. Furnish and install any required materials not provided by the power or telephone company in accordance with the plans. Provide wire for the power connection at least the minimum size indicated on the plans and insulated for 600 volts. Meet the requirements of the National Electrical Code (NEC). Recalibrate each of the relocated VIVDS sensors for the conditions at each site (number of lanes, speeds, etc.) using radar as a control. Provide phone numbers of new VIVDS locations where new phone service communications have been established. 14. REMOVE EXISTING FIBER OPTIC DYNAMIC MESSAGE SIGN SYSTEM (TYPE 3) 14.1. Materials. Remove the following equipment at each Dynamic Message Sign (DMS) field site shown on the plans (includes but is not limited to): 6093 9 - 17 04-15 OTU  Dynamic Message Sign with all mounting brackets. Remove the sign from the structure immediately after the system becomes non-operational.  DMS Pole  DMS Controller and Cabinet.  Cabling and connectors from DMS Controller to DMS.  Cabling and connectors from power source to cabinet.  Cabling and connectors from telecommunications source to cabinet.  Cabinet foundation. Remove to 2 ft. below existing grade and backfill and repair with material to match existing area surrounding removed foundation or as approved by the Engineer.  DMS Pole drilled shaft foundation. Remove to 2 ft. below existing grade and backfill and repair with material to match existing area surrounding removed foundation or as approved by the Engineer. 14.2. Construction. Prior to removal of the Dynamic Message Sign System, disconnect and isolate any existing electrical power supply. Perform removal in strict conformance with the requirements herein stated and the lines, grades, details and dimensions shown on the plans. Completion of the work will present a neat, workmanlike, and finished appearance. Maintain safe construction practices during removal. Use care to prevent damage to the sign support structure. Any portion of the Dynamic Message Sign System or sign support structure, including components, damaged or lost will be replaced by the Contractor at no cost to the Department. All materials not designated for reuse or retention by the State will become the property of the Contractor and be removed from the project site at the Contractor's expense. Deliver Items to be retained by the State to TransGuide. Store all Dynamic Message Sign System equipment removed on this project in a secure place as approved by the Engineer until time for relocation to location shown on plans. The Contractor is fully responsible for the equipment until released by the Engineer. 15. RELOCATE EXISTING FIBER OPTIC DYNAMIC MESSAGE SIGN SYSTEM (TYPE 3) The following are the minimum requirements to relocate existing Dynamic Message Sign (DMS) and field equipment as shown on the plans. 15.1. Materials. Relocate the following equipment at each DMS field site shown on the plans (includes but is not limited to):  Dynamic Message Sign with mounting hardware.  DMS pole.  DMS Controller and Cabinet. Furnish and install all new cabling and conduit from the sign to controller cabinet. Construct new Fiber Optic Dynamic Message Sign Cabinet Foundation for relocated DMS cabinet as shown in plans and as specified in this specification. New drilled shaft for relocated DMS pole will be paid for under Item 416, “Drilled Shaft Foundations” and constructed as shown in the plans. Make the relocated DMS system fully operational with the TransGuide system. 6093 10 - 17 04-15 OTU 15.2. Construction. Perform the relocation in strict conformance with the requirements herein stated and the lines, grades, details and dimensions shown on the plans. Completion of the work will present a neat, workmanlike, and finished appearance. Maintain safe construction practices during relocation. Use care to prevent damage to any sign support structures. Any portion of DMS System or sign support structure damaged or lost will be replaced by the Contractor at his expense. Make all arrangements for connection to the power supply and telecommunications source including any permits required for the work to be done under the Contract. Furnish and install any required materials not provided by the power or telephone company in accordance with the plans. Provide wire for the power connection at least the minimum size indicated on the plans and insulated for 600 volts. Meet the requirements of the National Electrical Code (NEC). Mount the relocated DMS sign on the relocated pole as shown on the plans and as directed by the Engineer. Reuse existing DMS sign mounting hardware as permitted by the Engineer. Provide only new and corrosion resistant materials for any additional materials installed under this Item. Any adjustment and/or addition of DMS attachment hardware, support brackets and appurtenances, conduit, etc., necessary for compatibility with DMS positioning recommended by the manufacturer or as directed by the Engineer, will be subsidiary to this Item and not be paid for directly. Submit to the Engineer for approval, 5 prints of the working drawings for attachment of DMS signs, except where 2 or more signs are of identical design, in which case a drawing for only one of the signs is necessary. Show on drawings any additional sign brackets, sign support connections, and methods of attachment of the signs to the support. 16. REMOVE EXISTING RADAR VEHICLE SENSING DEVICE (RVSD) 16.1. Materials. Equipment to be removed at each RVSD site shown on the plans (includes but is not limited to):  RVSD including all mounting hardware.  Conduit, cables, connectors from Device to cabinet.  Dual Loop emulation cards (if existing) 16.2. Construction. Prior to removal of the RVSD, disconnect and isolate any existing electrical power supply, adhering to requirements of the National Electrical Code. Perform removal in strict conformance with the requirements herein stated and the lines, grades, details and dimensions shown on the plans. Completion of the work will present a neat, workmanlike, and finished appearance. Maintain safe construction practices during removal. Any portion of the RVSD damaged or lost will be replaced by the Contractor at no cost to the Department. Store all RVSD equipment removed on this project in a secure place as approved by the Engineer until time for relocation to location shown on plans. The Contractor is fully responsible for the equipment until released by the Engineer. All materials not designated for reuse or retention by the State will become the property of the Contractor and be removed from the project site at the Contractor's expense. Deliver Items to be retained by the State to TransGuide. 17. RELOCATE EXISTING RADAR VEHICLE SENSING DEVICE (RVSD) The following are the minimum requirements to relocate existing RVSD’s as shown on the plans. 6093 11 - 17 04-15 OTU 17.1. Materials. Relocate the following equipment at each RVSD field site as shown on the plans (may include but is not limited to):  RVSD. Furnish and install all new conduit, cables, junction boxes, mounting hardware, etc. to make the relocated RVSD fully operational with the TransGuide system. 17.2. Construction. Perform the relocation in strict conformance with the requirements herein stated and the lines, grades, details and dimensions shown on the plans. Completion of the work will present a neat, workmanlike, and finished appearance. Maintain safe construction practices during relocation. Use care to prevent damage to any support structures. Any portion of RVSD or support structure d amaged or lost will be replaced by the Contractor at his expense. Where RVSD is relocated to existing OSB or other structure, review the structure and submit mounting details for approval. Mounting height and angle of relocated RVSD must be as recommended by manufacturer of RVSD. Connect RVSD to communication network as shown in plans. Make all arrangements for connection to the power supply and telecommunications source (if shown in plans) including any permits required for the work to be done under the Contract. Furnish and install any required materials not provided by the power or telephone company in accordance with the plans. Provide wire for the power connection at least the minimum size indicated on the plans and insulated for 600 volts. Meet the requirements of the National Electrical Code (NEC). Recalibrate the relocated RVSD for the conditions at each site (number of lanes, speeds, etc.) using radar as a control. 17.3. Provide phone numbers if necessary of new RVSD locations where new phone service communications have been established. 18. REMOVE EXISTING WIRELESS ETHERNET RADIO (WER) LINK 18.1. Materials. Remove the following equipment at each WER Link as shown on the plans (includes but is not limited to):  Wireless Ethernet Radios (1 at each end of link).  Mounting brackets at each end of link.  Cables, conduit and connectors from network and power connections to wireless Ethernet radios.  Wireless Ethernet radio external antennas and mounting brackets (if existing). 18.2. Construction. Prior to removal of the Wireless Ethernet Radio Link, disconnect and isolate any existing electrical power supply. Perform removal in strict conformance with the requirements herein stated and the lines, grades, details and dimensions shown on the plans. Completion of the work will present a neat, workmanlike, and finished appearance. Maintain safe construction practices during removal. Any portion of the Wireless Ethernet Radio Link damaged or lost will be replaced by the Contractor at no cost to the Department. All materials not designated for reuse or retention by the State will become the property of the Contractor and be removed from the project site at the Contractor's expense. 6093 12 - 17 04-15 OTU See plans for those locations where removed WER Equipment is to be delivered to TransGuide. Store all WER equipment and associated equipment removed on this project in a secure place as approved by the Engineer until time for relocation to location shown on plans. The Contractor is fully responsible for the equipment until released by the Engineer. 19. RELOCATE EXISTING WIRELESS ETHERNET RADIO (LINK) 19.1. Materials. Relocate the following equipment at each WER Link as shown on the plans (includes but is not limited to):  Wireless Ethernet Radios (1 at each end of link).  Wireless Ethernet radio external antennas and mounting brackets (if existing). Furnish and install all new conduit, cables, junction boxes, mounting hardware, etc. to make the relocated WER Link fully operational with the TransGuide system. 19.2. Construction. Perform the relocation in strict conformance with the requirements herein stated and the lines, grades, details and dimensions shown on the plans. Completion of the work will present a neat, workmanlike, and finished appearance. Maintain safe construction practices during relocation. Use care to prevent damage to any support structures. Any portion of the WER Link or support structure damaged or lost will be replaced by the Contractor at his expense. Where WER Link is relocated to existing or other structures, review the structures and submit mounting details for approval. Mounting height and angle of relocated WER must be as recommended by manufacturer of WER. Provide an interference analysis for each WER Link to identify potential sources of interference. Adjust antenna polarities and channel plans on equipment to minimize interference from other sources. Ensure that a manufacturer’s technical representative is available on site to assist with the installation of the WER Link and communication system configuration. Alignment and configuration of WER radios is critical to obtain maximum throughput. Connect WER to communication network as shown in plans. Make all arrangements for connection to the power supply and telecommunications source (if shown in plans) including any permits required for the work to be done under the Contract. Furnish and install any required materials not provided by the power or telephone company in accordance with the plans. Provide wire for the power connection at least the minimum size indicated on the plans and insulated for 600 volts. Meet the requirements of the National Electrical Code (NEC). Provision the relocated WER Link for the conditions at each site. 19.3. Testing. Test the WER Link after installation and provide all test results to the Engineer. Tests will include the following:  Measure and record transmitter/receiver channel frequency and polarity  Measure and record transmitter power  Measure and record receiver fade margin  Perform a 1 hour Bit Error Rate Test (BERT) and record the results  Prior to above testing, provide Engineer with a copy of test procedure as well as test date. 6093 13 - 17 04-15 OTU 20. REMOVE EXISTING ACOUSTIC VEHICLE SENSOR SYSTEM 20.1. Materials. Equipment to be removed at each Acoustic Vehicle Sensor System site shown on the plans includes the following:  All Acoustic Vehicle Sensors including all mounting hardware.  Controller Card or Cards.  Cabling and connectors from sensor to cabinet. 20.2. Construction. Perform the removal in strict conformance with the requirements herein stated. Completion of the work will present a neat, workmanlike, and finished appearance. Maintain safe construction practices during removal. Any portion of the Acoustic Vehicle Sensor System, including components, damaged or lost will be replaced by the Contractor at no cost to the Department. Deliver all materials designated to be removed to TransGuide. 21. COMMUNICATION CABINET FOUNDATION 21.1. Materials. Construct new Communication Cabinet Foundation for relocated Communication Cabinet as shown on “Cabinet Foundation Details” layout. 21.2. Construction. Construct the foundation in strict conformance with the requirements herein stated and the location, details and dimensions shown on the plans. Completion of the work will present a neat, workmanlike, and finished appearance. Maintain safe constructions practices. 21.3. Construct the foundation in accordance with Item 656, “Foundations for Traffic Control Devices”. 22. FIBER HUB FOUNDATION 22.1. Materials. Construct new Fiber Hub Foundation for relocated Fiber Hub as shown on “Fiber Hub Details” layout. 22.2. Construction. Construct the foundation in strict conformance with the requirements herein stated and the location, details and dimensions shown on the plans. Completion of the work will present a neat, workmanlike, and finished appearance. Maintain safe constructions practices. 22.3. Construct the foundation in accordance with Item 656, “Foundations for Traffic Control Devices”. 23. LCS CABINET FOUNDATION 23.1. Materials. Construct new LCS Cabinet Foundation for relocated LCS Cabinet as shown on “Cabinet Foundation Details” layout. 23.2. Construction. Construct the foundation in strict conformance with the requirements herein stated and the location, details and dimensions shown on the plans. Completion of the work will present a neat, workmanlike, and finished appearance. Maintain safe constructions practices. Construct the foundation in accordance with Item 656, “Foundations for Traffic Control Devices”. 24. FIBER OPTIC DYNAMIC MESSAGE SIGN CABINET FOUNDATION 24.1. Materials. Construct new DMS Cabinet Foundation for relocated DMS Cabinet as shown on “Cabinet Foundation Details” layout. 6093 14 - 17 04-15 OTU 24.2. Construction. Construct the foundation in strict conformance with the requirements herein stated and the location, details and dimensions shown on the plans. Completion of the work will present a neat, workmanlike, and finished appearance. Maintain safe constructions practices. Construct the foundation in accordance with Item 656 “Foundations for Traffic Control Devices”. 25. TESTING 25.1. Pre-Test. Conduct performance testing prior to removal of the equipment. Test all functional operations of the equipment in the presence of representatives of the Contractor and TxDOT. Ensure that both representatives sign the test report indicating that the equipment has passed or failed each function. Once removed, the equipment becomes the responsibility of the Contractor until accepted by the State. Compare test data prior to removal and test data after installation. The performance test results after relocation must be equal to or better than the test results prior to removal. Repair or replace those components within the system which failed after relocation but which passed prior to removal. 25.2. Post Test. Testing of the TMS system is for the purpose of relieving the Contractor of maintenance of the system. The Contractor will be relieved of the responsibility for maintenance of the system in accordance with Item 7, “Legal Relations and Responsibilities”, after a successful test period. The Contractor will not be required to pay for electrical energy consumed by the system. After all TMS equipment has been installed, conduct approved continuity, stand alone, and TMS equipment system tests. Furnish test data forms containing the sequence of tests including all of the data taken as well as quantitative results for all tests. Submit the test data forms to the Engineer at least 30 days prior to the day the tests are to begin. Obtain Engineer’s approval of test procedures prior to submission of equipment for tests. Send at least 1 copy of the data forms to the Engineer. Conduct an approved stand-alone test of the equipment installation at the field site(s). At a minimum, exercise all stand-alone (non-network) functional operations of the field equipment with all of the equipment installed per the plans as directed by the Engineer. Complete the approved data forms with test results and turn over to the Engineer for review and either acceptance or rejection of equipment. Give at least 30 working days notice prior to all tests to permit the Engineer or his representative to observe each test. The State will conduct approved TMS equipment system tests on the field equipment with the TransGuide central equipment. The tests will, as a minimum, exercise all remote control functions and display the return status codes from the controller. If any unit fails to pass a test, prepare a report and deliver it to the Engineer. Describe in the report the nature of the failure and the corrective action needed. If the failure is the result of improper installation or damage during reinstallation, reinstall or replace the unit and repeat the test until the unit passes successfully, at no additional cost to the Department or extension of the contract period. 26. TMS EXPERIENCE REQUIREMENTS The Contractor or subcontractor must meet the following experience requirements prior to removal and/or relocation of TMS Equipment. 26.1. Two years continuous existence by the Contractor or the subcontractor offering services in the installation of Fiber Optic Dynamic Message Signs (DMS), Lane Control Systems (LCS), Fiber Hubs, Communication Cabinets, VIVDS, and Closed Circuit Television cameras (CCTV). 26.2. Two completed projects for each of the following items: A minimum of 2 DMS, 2 LCS, 5 CCTV-cameras, 5 VIVDS, 1 Fiber Hub, 1 Communication Cabinet, 5 Radar Vehicle Sensing Devices, and 2 Wireless Ethernet Radio Links where the Contractor or the subcontractor's personnel installed and tested this equipment. All 6093 15 - 17 04-15 OTU components listed above need not be part of the same project, however, additional project references may be required in order to meet the minimum number of installed equipment items listed above. The DMS and LCS must have been installed outdoors, permanently mounted on overhead structure(s) with related sign and LCS equipment. The VIVDS, RVSD’s, and WER’s must have been installed outdoors, permanently mounted with related communication equipment. The CCTV cameras must have been installed outdoors, permanently mounted on overhead structure(s) with related camera control and transmission equipment. The completed system installations must have been in continuous satisfactory operation for a minimum of 1 year. Prior to removal and/or relocation of TMS equipment, furnish a statement which outlines contractor or subcontractor’s qualifications on system installation experience. Information on system installation experience must include specific projects, locations, and dates for beginning and completion of installation. The statement must also include the name, telephone number, and address of a representative of the agency or business owning the system, who will be contacted by the Department. If requested by the State, demonstrate to the Engineer’s satisfaction a working computerized control system with the various equipment items as described above. Demonstrate a system similar in design to the system proposed. The demonstration must be performed within the state of Texas. The Contractor will not be required nor expected to pay any associated travel or living expenses of the State's representatives to witness the demonstration. Failure to meet the above requirements will be sufficient reason for not being approved for the removal and/or reloc ation of the TMS equipment. If any approved subcontractors fail to complete the entire project, qualification material for other subcontractors will have to be submitted and approved before work can be continued. Any qualification statements which do not correctly address all specified items will be rejected for the reason of insufficient data. Submit the statement 2 weeks prior to removal and/or relocation of TMS equipment to allow the Department adequate time to review and respond to the Contractor for additional information if required. Failure to submit a complete and satisfactory statement will be sufficient reason for not being approved for the removal and/or relocation work. Submit all statements required by this Special Specification to the Traffic Management Engineer located at 3500 N.W. Loop 410, San Antonio, Texas. 27. MEASUREMENT Remove Existing Communication Cabinet (CC) will be measured as each Communication Cabinet with all internal components removed in accordance with this specification and as shown on the plans. Relocate Existing Communication Cabinet (CC) will be measured as each Communication Cabinet with all internal components relocated, tested and made fully operational with the TransGuide system in accordance with this specification and as shown on the plans. Remove Existing Fiber Hub (FH) will be measured as each Fiber Hub, including external and internal cabinets with all internal components including but not limited to LifeLink, AVI and camera equipment removed in accordance with this specification and as shown on the plans. Relocate Existing Fiber Hub (FH) will be measured as each Fiber Hub including external and internal cabinets with all internal components including but not limited to LifeLink, AVI and camera equipment relocated, tested and made fully operational with the TransGuide system in accordance with this specification and as shown on the plans. Remove existing CCTV Field Equipment will be measured as each CCTV Field Equipment removed in accordance with this specification and as shown on the plans. 6093 16 - 17 04-15 OTU Relocate existing CCTV Field Equipment will be measured as each CCTV Field Equipment relocated, tested and made fully operational with the TransGuide system in accordance with this specification and as shown on the plans. Remove Existing Lane Control System will be measured as each Lane Control System, including field equipment to operate the Lane Control System, removed in accordance with this specification and as shown on the plans. Relocate Existing Lane Control System will be measured as each Lane Control System, including field equipment to operate the Lane Control System, relocated, tested and made fully operational with the TransGuide system in accordance with this specification and as shown on the plans. Remove Existing Fiber Optic Dynamic Message Sign System (Type 2) will be measured as each sign, including field equipment to operate the sign, removed in accordance with this specification and as shown on the plans. Relocate Existing Fiber Optic Dynamic Message Sign System (Type 2) will be measured as each sign, including field equipment to operate the sign, relocated, tested and made fully operational with the TransGuide system in accordance with this specification and as shown on the plans. Remove Existing Video Imaging Vehicle Detection System will be measured as each VIVDS with all associated components, removed in accordance with this specification and as shown on the plans. Relocate Existing Video Imaging Vehicle Detection System will be measured as each VIVDS with all associated components relocated, tested, and made fully operational with the TransGuide system in accordance with this specification and as shown on the plans. Remove Existing Fiber Optic Dynamic Message Sign System (Type 3) will be measured as each sign with pole, including field equipment to operate the sign, removed in accordance with this specification and as shown on the plans. Relocate Existing Fiber Optic Dynamic Message Sign System (Type 3) will be measured as each sign with pole, including field equipment to operate sign, relocated, tested and made fully operational with the TransGuide system in accordance with this specification and as shown on the plans. Remove Existing Radar Vehicle Sensing Device will be measured as each RVSD with all associated components, removed in accordance with this specification and as shown on the plans. Relocate Existing Radar Vehicle Sensing Device will be measured as each RVSD with all associated components relocated, tested, and made fully operational with the TransGuide system in accordance with this specification and as shown on the plans. Remove Existing Wireless Ethernet Radio (Link) will be measured as each WER Link with all associated components, removed in accordance with this specification and as shown on the plans. Relocate Existing Wireless Ethernet Radio (Link) will be measured as each WER Link with all associated components relocated, tested, and made fully operational with the TransGuide system in accordance with this specification and as shown on the plans. Remove Existing Acoustic Vehicle Sensor System will be measured as each system removed in accordance with this specification and as shown on the plans. Communication Cabinet Foundation will be measured as each foundation installed as shown on plans. Fiber Hub Foundation will be measured as each foundation installed as shown on plans. 6093 17 - 17 04-15 OTU LCS Cabinet Foundation will be measured as each foundation installed as shown on plans. Fiber Optic Dynamic Message Sign Foundation will be measured as each foundation installed as shown on plans. 28. 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 “Remove Existing Communication Cabinet”, “Relocate Existing Communication Cabinet”, “Remove Existing Fiber Hub”, “Relocate Existing Fiber Hub”, “Remove Existing CCTV Field Equipment”, “Relocate Existing CCTV Field Equipment”, “Remove Existing Lane Control System”, “Relocate Existing Lane Control System”, “Remove Existing Fiber Optic Dynamic Message Sign System (Type 2)”, “Relocate Existing Fiber Optic Dynamic Message Sign System (Type 2)”, “Remove Existing Video Imaging Vehicle Detection System”, “Relocate Existing Video Imaging Vehicle Detection System”, “Remove Existing Fiber Optic Dynamic Message Sign System (Type 3)”, “Relocate Existing Fiber Optic Dynamic Message Sign System (Type 3)”, “Remove Existing Radar Vehicle Sensing Device”, “Relocate Existing Radar Vehicle Sensing Device”, “Remove Existing Wireless Ethernet Radio Link”, “Relocate Existing Wireless Ethernet Radio Link”, “Remove Existing Acoustic Vehicle Sensor System”, “Communication Cabinet Foundation”, “Fiber Hub Foundation”, “LCS Cabinet Foundation”, “DMS Cabinet Foundation”, and “Fiber Optic Dynamic Message Sign Foundation”. This price is full compensation for removing and relocating as shown on the plans; for testing, delivery and storage of components designated for retention or reuse; and for all manipulations, materials, labor, tools, equipment, and incidentals. P : \ 8 4 \ 1 8 \ 0 0 \ D e s i g n \ C i v i l \ S t a n d a r d s \ S i g n a l \ B C 0 7 . d g n 1 0 / 1 / 2 0 1 5 6 of 71 DN:CK:DW:CK:FILE: JOB COUNTY SECT DIST REVISIONS TxDOT TxDOT TxDOT TxDOT HIGHWAY SHEET NO. C TxDOT o f t h i s s t a n d a r d t o o t h e r f o r m a t s o r f o r i n c o r r e c t r e s u l t s o r d a m a g e s r e s u l t i n g f r o m i t s u s e . k i n d i s m a d e b y T x D O T f o r a n y p u r p o s e w h a t s o e v e r . T x D O T a s s u m e s n o r e s p o n s i b i l i t y f o r t h e c o n v e r s i o n T h e u s e o f t h i s s t a n d a r d i s g o v e r n e d b y t h e " T e x a s E n g i n e e r i n g P r a c t i c e A c t " . N o w a r r a n t y o f a n y D I S C L A I M E R : CONTNovember 2002 F I L E : D A T E : 95 SHEET 1 OF 12 AND REQUIREMENTS GENERAL NOTES BARRICADE AND CONSTRUCTION 4-03 9-07 5-10 7-13 Standard Division Operations Traffic BC(1)-14 8-14 bc-14.dgn http://www.txdot.gov THE DOCUMENTS BELOW CAN BE FOUND ON-LINE AT COMPLIANT WORK ZONE TRAFFIC CONTROL DEVICES LIST (CWZTCD) TEXAS MANUAL ON UNIFORM TRAFFIC CONTROL DEVICES (TMUTCD) STANDARD HIGHWAY SIGN DESIGNS FOR TEXAS (SHSD) TRAFFIC ENGINEERING STANDARD SHEETS MATERIAL PRODUCER LIST (MPL) ROADWAY DESIGN MANUAL - SEE "MANUALS (ONLINE MANUALS)" DEPARTMENTAL MATERIAL SPECIFICATIONS (DMS) Phone (512) 416-3118 Traffic Operations Division - TE Texas Department of Transportation below or by contacting: and their sources and may be found on-line at the web address given Traffic Control Devices List" (CWZTCD) describes pre-qualified products Only pre-qualified products shall be used. The "Compliant Work Zone BARRICADE AND CONSTRUCTION (BC) STANDARD SHEETS GENERAL NOTES: or as approved by the Engineer. right-of-way line as possible, or located behind a barrier or guardrail, must be parked away from travel lanes. They should be as close to the 13. Inactive equipment and work vehicles, including workers' private vehicles devices. 12. The Engineer has the final decision on the location of all traffic control exists. be in place only while work is actually in progress or a definite need 11. Except for devices required by Note 10, traffic control devices should shall be erected at or near the CSJ limits. strips. The BEGIN ROAD WORK NEXT X MILES, CONTRACTOR and END ROAD WORK signs solely of mobile operation work, such as striping or milling edgeline rumble the TRAFFIC FINES DOUBLE sign will not be required on projects consisting sign with plaque shall be erected in advance of the CSJ limits. However, TEXT LATER (see Sign Detail G20-10T) and the WORK ZONE TRAFFIC FINES DOUBLE 10. As shown on BC(2), the OBEY WARNING SIGNS STATE LAW sign, STAY ALERT TALK OR appropriate traffic control devices to be used. BC sheets are examples. As necessary, the Engineer will determine the most 9. The temporary traffic control devices shown in the illustrations of the provide a detail to the Contractor before the sign is manufactured. not shown in this manual shall be shown in the plans or the Engineer shall "Standard Highway Sign Designs for Texas," latest edition. Sign details 8. All signs shall be constructed in accordance with the details found in the justify the signing. divided highways where median width will permit and traffic volumes 7. The Engineer may require duplicate warning signs on the median side of revised to show appropriate work zone distance. directed by the Engineer. The BEGIN ROAD WORK NEXT X MILES sign shall be necessary warning signs as shown on these sheets, the TCP sheets or as adjacent project is completed first, the Contractor shall erect the redundant and the work areas appear continuous to the motorists. If the FINES DOUBLE, and other advance warning signs if the signing would be 6. When projects abut, the Engineer(s) may omit the END ROAD WORK, TRAFFIC Design Manual" or engineering judgment. "A Policy on Geometric Design of Highways and Streets," the TxDOT "Roadway Association of State Highway and Transportation Officials (AASHTO), applicable design criteria contained in manuals such as the American 5. Geometric design of lane shifts and detours should, when possible, meet the the approximate location of any device without the approval of the Engineer. control devices as shown in the plans. The Contractor may not move or change 4. The Contractor is responsible for installing and maintaining the traffic sign and seal Contractor proposed changes. by a licensed professional engineer for approval. The Engineer may develop, 3. The Contractor may propose changes to the TCP that are signed and sealed responsibility of the Engineer. 2. The development and design of the Traffic Control Plan (TCP)is the shown in the "Texas Manual on Uniform Traffic Control Devices" (TMUTCD). The information contained in these sheets meet or exceed the requirements devices, construction pavement markings, and typical work zone signs. to show typical examples for placement of temporary traffic control 1. The Barricade and Construction Standard Sheets (BC sheets) are intended WORKER SAFETY APPAREL NOTES: considered for high traffic volume work areas or night time work. performance for Class 2 or 3 risk exposure. Class 3 garments should be Apparel," or equivalent revisions, and labeled as ANSI 107-2004 standard the requirements of ISEA "American National Standard for High-Visibility within the right-of-way shall wear high-visibility safety apparel meeting 1. Workers on foot who are exposed to traffic or to construction equipment 3.0" Radius, 1.25" Border, 0.75" Indent, Black on Yellow; 3.0" Radius, 1.25" Border, 0.75" Indent, Black on Orange; .75" 1 . 5 " 2"2"BACKGROUND ORANGE AND SYMBOL BORDER LEGEND, BLACK R=1.1" . 9 4 . 9 4 . 9 4 . 9 4 . 4 1 . 4 2 .31"1" .67".67" 1".31" 9" R=.44" R=.79" R=.13" . 3 1 " . 3 1 " 1 4 " . 3 1 " 1 . 1 4 " 1 . 1 4 " R=.75" 2 . 5 7 " 2 . 8 8 " 1 . 1 7 " 5 . 5 5 " 1 7 . 5 " 6.38" 1.68"1.68"1.68" 8.38" 4.9"19.7"6"24.5"4.9" 3 . 2 5 " 6 " D 1 2 " 4 8 " 4 " 1.25" 3 . 5 " 2 0 " 3 6 " 3 . 5 " 5 " C 20"20"20" 3.5"12"2.8"6.3"2.8"11.7"2.8"14.6"3.5" 60" 1.25" SIGN DETAIL (G20-10T) 5 " LEGEND BORDER AND BLACK BACKGROUND YELLOW COLORS: . 4 1 [STAY ALERT] Font: D [TALK OR TEXT LATER] Font: C specified length; WHITE BLACK WHITER=.26" R=1.5" P : \ 8 4 \ 1 8 \ 0 0 \ D e s i g n \ C i v i l \ S t a n d a r d s \ S i g n a l \ B C 0 7 _ 0 2 . d g n 1 0 / 1 / 2 0 1 5 7 of 71 DN:CK:DW:CK:FILE: JOB COUNTY SECT DIST REVISIONS TxDOT TxDOT TxDOT HIGHWAY SHEET NO. C TxDOT o f t h i s s t a n d a r d t o o t h e r f o r m a t s o r f o r i n c o r r e c t r e s u l t s o r d a m a g e s r e s u l t i n g f r o m i t s u s e . k i n d i s m a d e b y T x D O T f o r a n y p u r p o s e w h a t s o e v e r . T x D O T a s s u m e s n o r e s p o n s i b i l i t y f o r t h e c o n v e r s i o n T h e u s e o f t h i s s t a n d a r d i s g o v e r n e d b y t h e " T e x a s E n g i n e e r i n g P r a c t i c e A c t " . N o w a r r a n t y o f a n y D I S C L A I M E R : CONT bc-14.dgn November 2002 F I L E : D A T E : 96 SHEET 2 OF 12 R11-2 ROAD CLOSED 7 ROAD WORK AHEAD END ROAD WORK END ROAD WORK CW20-1D CW1-6 ROAD WORK AHEAD CW20-1D NAME ADDRESS CITY STATE CONTRACTOR ROAD WORK NEXT X MILES BEGIN ROAD WORK AHEAD ROAD WORK AHEAD P R O J E C T 1 Block - City 1 Block - City ROAD WORK NEXT X MILESROAD WORK END ROAD WORK NEXT X MILES P R O J E C T CROSSROAD * X X X X ROAD WORK AHEAD END ROAD WORK END ROAD WORK CW20-1D NAME ADDRESS CITY STATE CONTRACTOR WORK ZONE TRAFFIC FINES DOUBLE WHEN WORKERS ARE PRESENT * * ROAD WORK BEGIN T-INTERSECTION ROAD WORK AHEAD CW20-1D CW20-1D CW20-1D 3X 3X 7 ROAD WORK NEXT X MILES ROAD WORK NEXT X MILES NEXT X MILES INTERSECTED ROADWAY 1000'-1500' - Hwy 1000'-1500' - Hwy CSJ Limit CSJ Limit XXXXX XXXXX * 1,5,6 X X TYPICAL LOCATION OF CROSSROAD SIGNS X X WORK ZONE TRAFFIC FINES DOUBLE WHEN WORKERS ARE PRESENT WORK ZONE TRAFFIC FINES DOUBLE WHEN WORKERS ARE PRESENT R20-5T G20-5T G20-5T CW1-4R WORK AREAS IN MULTIPLE LOCATIONS WITHIN CSJ LIMITS SAMPLE LAYOUT OF SIGNING FOR WORK BEGINNING AT THE CSJ LIMITS ** ** ** ** ** ** ** ** ** SAMPLE LAYOUT OF SIGNING FOR WORK BEGINNING DOWNSTREAM OF THE CSJ LIMITS CW1-4L ** CW20-1E WORK ROAD G20-5T / MILE1 2 NEXT X MILES * * TYPICAL CONSTRUCTION WARNING SIGN SIZE AND SPACING 30 MPH 35 40 45 50 55 60 320 400 500 600 Posted Speed Sign Spacing (Apprx.) 2 65 700 70 800 3 ** 2 2 2 "X" Feet 120 160 240 75 900 2 80 1000 2 SPACING SIZE 4 9-07 Devices Channelizing Devices Channelizing min. 80' AREA WORK Limit CSJ 1 and 4) see Note (Optional 1 and 4) see Note (Optional G20-2 G20-1aT G20-1aT NEXT X MILES G20-2 CW13-1P SPACE WORK CW13-1PMPH MPH G20-2 SPACE WORK Channelizing Devices LEGEND Sign Type 3 Barricade spacing requirements. TMUTCD for sign Spacing chart or the Warning Sign Size and See Typical Construction G20-1bTR G20-1bTL R20-5T R20-5aTP G20-6T G20-2 R20-5aTP R20-5T G20-5aP G20-5aP G20-2 G20-6T channelizing devices Type 3 Barricade or devices channelizing Barricade or Type 3 G20-6T GENERAL NOTES or Series Number Sign Freeway Expressway/ Road Conventional CW20 CW21 CW22 48" x 48" 48" x 48" CW23 CW25 CW1, CW2, CW7, CW8, 36" x 36" 48" x 48" CW9, CW11, CW14 CW3, CW4, CW5, CW6, 48" x 48" 48" x 48" CW8-3, CW10, CW12 CSJ LIMITS AT T-INTERSECTION R20-3T ** TxDOT G20-5aP R20-5aTP 7-13 Standard Division Operations Traffic X channelizing devices. within the project limits. See the applicable TCP sheets for exact location and spacing of signs and "ROAD WORK AHEAD"(CW20-1D)signs are placed in advance of these work areas to remind drivers they are still When extended distances occur between minimal work spaces, the Engineer/Inspector should ensure additional (G20-1bTR)" signs shall be replaced by the detour signing called for in the plans. The "ROAD WORK NEXT X MILES" left arrow(G20-1bTL) and "ROAD WORK NEXT X MILES" right arrow NAME"(G20-6T) sign behind the Type 3 Barricades for the road closure (see BC(10) also). 2. If construction closes the road at a T-intersection the Contractor shall place the "CONTRACTOR being performed at or near an intersection. such as a flagger and accompanying signs, or other signs, that should be used when work is 1. The Engineer will determine the types and location of any additional traffic control devices, PROJECT LIMIT BARRICADE AND CONSTRUCTION WARNING SIGNS STATE LAW OBEY **R20-3T* WARNING SIGNS STATE LAW OBEY WORK ZONE TRAFFIC FINES DOUBLE WHEN WORKERS ARE PRESENT BEGIN**G20-9TP **R20-5T **R20-5aTP the plans or as determined by the Engineer/Inspector, shall be in place. 6. When work occurs in the intersection area, appropriate traffic control devices, as shown elsewhere in 5. Additional traffic control devices may be shown elsewhere in the plans for higher volume crossroads. will determine whether a roadway is considered high volume. motorists of the length of construction in either direction from the intersection. The Engineer 4. The "ROAD WORK NEXT X MILES"(G20-1aT)sign shall be required at high volume crossroads to advise Zone Standard Sheets. location and spacing of any sign not shown on the BC sheets, Traffic Control Plan sheets or the Work be considered part of the minimum requirements. The Engineer/Inspector will determine the proper AHEAD, LOOSE GRAVEL, or other appropriate signs. When additional signs are required, these signs will 3. Based on existing field conditions, the Engineer/Inspector may require additional signs such as FLAGGER in the plans. crossroads. The Engineer will determine whether a road is low volume. This information shall be shown Texas" manual for sign details. The Engineer may omit the advance warning signs on low volume "Typical Construction Warning Sign Size and Spacing"). See the "Standard Highway Sign Designs for with the reduced size 36" x 18" "END ROAD WORK"(G20-2) sign on low volume crossroads (see Note 4 under 2. The Engineer may use the reduced size 36" x 36" ROAD WORK AHEAD (CW20-1D) sign mounted back to back (G20-2) "END ROAD WORK" sign, unless noted otherwise in plans. 1. The typical minimum signing on a crossroad approach should be a "ROAD WORK AHEAD" (CW20-1D)sign and a SPEED LIMIT 7 X * location with sign coordinate line should NO-PASSING Beginning of SPEED LIMIT 7* R2-1 R2-1 BC(2)-14 8-14 R2-1 SPEED LIMIT 7 ** X G20-10T 7 CW1-4L MPHCW13-1P NAME ADDRESS CITY STATE CONTRACTOR ROAD WORK NEXT X MILES BEGIN * ** * NOTES * the end of the work zone. Contractor will install a regulatory speed limit sign at Control Plan. and other signs or devices as called for on the Traffic Area for placement of "ROAD WORK AHEAD" (CW20-1D)sign consisting solely of mobile operations work. FINES DOUBLE signs will not be required on projects Required CSJ Limit signing. See Note 10 on BC(1). TRAFFIC if workers are present. lying outside the CSJ Limits where traffic fines may double motorist of entering or leaving a part of the work zone signs are required outside the CSJ Limits. They inform the shall be used as shown on the sample layout when advance The "BEGIN WORK ZONE"(G20-9TP) and "END WORK ZONE" (G20-2bT) No decimals shall be used. to the nearest whole mile with the approval of the Engineer. This distance shall replace the "X" and shall be rounded WORK NEXT X MILES"(G20-5T)sign for each specific project. to be placed on the G20-1 series signs and "BEGIN ROAD The Contractor shall determine the appropriate distance DO NOT PASS appropriate) (as R4-1 sizes. Sign Designs for Texas" manual for complete list of available sign design 6. See sign size listing in "TMUTCD", Sign Appendix or the "Standard Highway 5. Only diamond shaped warning sign sizes are indicated. Location of Crossroad Signs". crossroads at the discretion of the Engineer. See Note 2 under "Typical 4. 36" x 36" "ROAD WORK AHEAD" (CW20-1D)signs may be used on low volume or more advance warning. 3. Distance between signs should be increased as required to have 1/2 mile advance warning. 2. Distance between signs should be increased as required to have 1500 feet 1. Special or larger size signs may be used as necessary. work area and/or distance between each additional sign. Minimum distance from work area to first Advance Warning sign nearest the (TMUTCD) typical application diagrams or TCP Standard Sheets. see Part 6 of the "Texas Manual on Uniform Traffic Control Devices" For typical sign spacings on divided highways, expressways and freeways, G20-10T SPEED LIMIT R2-1 7 ** X X X ** * G20-2bT END WORK ZONE ** (See note 2 below) May be mounted on back of "ROAD WORK AHEAD"(CW20-1D) sign with approval of Engineer. P : \ 8 4 \ 1 8 \ 0 0 \ D e s i g n \ C i v i l \ S t a n d a r d s \ S i g n a l \ B C 0 7 _ 0 4 . d g n 1 0 / 1 / 2 0 1 5 8 of 71 DN:CK:DW:CK:FILE: JOB COUNTY SECT DIST REVISIONS TxDOT TxDOT TxDOT TxDOT HIGHWAY SHEET NO. C TxDOT o f t h i s s t a n d a r d t o o t h e r f o r m a t s o r f o r i n c o r r e c t r e s u l t s o r d a m a g e s r e s u l t i n g f r o m i t s u s e . k i n d i s m a d e b y T x D O T f o r a n y p u r p o s e w h a t s o e v e r . T x D O T a s s u m e s n o r e s p o n s i b i l i t y f o r t h e c o n v e r s i o n T h e u s e o f t h i s s t a n d a r d i s g o v e r n e d b y t h e " T e x a s E n g i n e e r i n g P r a c t i c e A c t " . N o w a r r a n t y o f a n y D I S C L A I M E R : CONT bc-14.dgn November 2002 F I L E : D A T E : 98 SHEET 4 OF 12 Standard Division Operations Traffic TEMPORARY SIGN NOTES BARRICADE AND CONSTRUCTION C u r b 8 T r a v e l l a n e e d g e 12' min. FRONT ELEVATION SIDE ELEVATION T r a v e l l a n e e d g e OR TYPICAL MINIMUM CLEARANCES FOR LONG TERM AND INTERMEDIATE TERM SIGNS * * CONTRACTOR REQUIREMENTS FOR MAINTAINING PERMANENT SIGNS WITHIN THE PROJECT LIMITS 0'-6' 1. Permanent signs are used to give notice of traffic laws or regulations, call attention to conditions that are potentially hazardous to traffic operations, show route designations, destinations, directions, distances, services, points of interest, and other geographical, recreational, or cultural information. Drivers proceeding through a work zone need the same, if not better route guidance as normally installed on a roadway without construction. 2. When permanent regulatory or warning signs conflict with work zone conditions, 3. When existing permanent signs are moved and relocated due to construction purposes, they shall be visible to motorists at all times. 4. If existing signs are to be relocated on their original supports, they shall be installed on crashworthy bases as shown on the SMD Standard sheets. The signs shall meet the required mounting heights shown on the BC Sheets or the SMD Standards. This work should be paid for under the appropriate pay item for relocating existing signs. 5. If permanent signs are to be removed and relocated using temporary supports, the Contractor shall use crashworthy supports as shown on the BC sheets or the CWZTCD. The signs shall meet the required mounting heights shown on the BC Sheets or the SMD Standards during construction. This work should be paid for under the appropriate pay item for relocating existing signs. 6. Any sign or traffic control device that is struck or damaged by the Contractor or his/her construction equipment shall be replaced as soon as possible by the Contractor to ensure proper guidance for the motorists. This will be subsidiary to Item 502. remove or cover the permanent signs until the permanent sign message matches the roadway condition. ** ** ATTACHMENT FOR SIGN SUPPORTS Wood STOP/SLOW PADDLES 10"10" 24" 24" 24" 24" 8"C 8"B †" 9"8Š" R=2" 3" „"+ 6.0' min. Fiber Reinforced Plastic Wood, metal or the ground. SIZE OF SIGNS SIGN SUBSTRATES SIGN LETTERS Hand Signaling Devices in the TMUTCD. shall only be as specifically described in Section 6E.03 4. Any lights incorporated into the STOP or SLOW paddle faces length of 6' to the bottom of the sign. 3. STOP/SLOW paddles may be attached to a staff with a minimum retroreflectorized. 2. When used at night, the STOP/SLOW paddle shall be as detailed below. by flaggers. The STOP/SLOW paddle size should be 24" x 24" 1. STOP/SLOW paddles are the primary method to control traffic curb from minimum 2 ' min. 6' 9.0' max. 7.0' min. 9.0' max. 7.0' min. 9.0' max. 7.0' min. shoulder Paved shoulder Paved above sign protrude shall not Support above sign protrude shall not Support substrate. back of the sign 1/2 way up the extend more than Sign supports shall Legend & Border - White Background - Red Legend & Border - Black Background - Orange Supplemental plaques (advisory or distance) should not cover the surface of the parent sign. When plaques are placed on dual-leg supports, they should be attached to the upright nearest the travel lane. Objects shall NOT be placed under skids as a means of leveling. When placing skid supports on unlevel ground, the leg post lengths must be adjusted so the sign appears straight and plumb. MPH be allowed. other means. by splicing or extended or repaired supports shall not be any means. Wood joined or spliced by signs shall not be support. Multiple directly to the sign shall be attached Each sign Nails shall NOT sign supports substrates to other types of procedures for attaching sign manufacturer's recommended or screws. Use TxDOT's or will be by bolts and nuts Attachment to wooden supports FLAGS ON SIGNS greater 6' or of at least the same gauge material. should be at least 5 times nominal post size, centered on the splice and the sign substrate, not near the base of the support. Splice insert lengths above and two below the spice point. Splice must be located entirely behind height will only be allowed when the splice is made using four bolts, two Splicing embedded perforated square metal tubing in order to extend post GENERAL NOTES FOR WORK ZONE SIGNS 1. Contractor shall install and maintain signs in a straight and plumb condition and/or as directed by the Engineer. 2. Wooden sign posts shall be painted white. 3. Barricades shall NOT be used as sign supports. 4. All signs shall be installed in accordance with the plans or as directed by the Engineer. Signs shall be used to regulate, warn, and guide the traveling public safely through the work zone. 5. The Contractor may furnish either the sign design shown in the plans or in the "Standard Highway Sign Designs for Texas" (SHSD). The Engineer/Inspector may require the Contractor to furnish other work zone signs that are shown in the TMUTCD but may have been omitted from the plans. Any variation in the plans shall be documented by written agreement between the Engineer and the Contractor's Responsible Person. All changes must be documented in writing before being implemented. This can include documenting the changes in the Inspector's TxDOT diary and having both the Inspector and Contractor initial and date the agreed upon changes. 6. The Contractor shall furnish sign supports listed in the "Compliant Work Zone Traffic Control Device List" (CWZTCD). The Contractor shall install the sign support in accordance with the manufacturer's recommendations. If there is a question regarding installation procedures, the Contractor shall furnish the Engineer a copy of the manufacturer's installation recommendations so the Engineer can verify the correct procedures are being followed. 7. The Contractor is responsible for installing signs on approved supports and replacing signs with damaged or cracked substrates and/or damaged or marred reflective sheeting as directed by the Engineer/Inspector. 8. Identification markings may be shown only on the back of the sign substrate. The maximum height of letters and/or company logos used for identification shall be 1 inch. DURATION OF WORK (as defined by the "Texas Manual on Uniform Traffic Control Devices" Part 6) 1. The types of sign supports, sign mounting height,the size of signs, and the type of sign substrates can vary based on the type of work being performed. The Engineer is responsible for selecting the appropriate size sign for the type of work being performed. The Contractor is responsible for ensuring the sign support, sign mounting height and substrate meets manufacturer's recommendations in regard to crashworthiness and duration of work requirements. a. Long-term stationary - work that occupies a location more than 3 days. more than one hour. c. Short-term stationary - daytime work that occupies a location for more than 1 hour in a single daylight period. d. Short, duration - work that occupies a location up to 1 hour. e. Mobile - work that moves continuously or intermittently (stopping for up to approximately 15 minutes.) SIGN MOUNTING HEIGHT 1. The bottom of Long-term/Intermediate-term signs shall be at least 7 feet, but not more than 9 feet, above the paved surface, except as shown for supplemental plaques mounted below other signs. 2. The bottom of Short-term/Short Duration signs shall be a minimum of 1 foot above the pavement surface but no more than 2 feet above 3. Long-term/Intermediate-term Signs may be used in lieu of Short-term/Short Duration signing. appropriate Long-term/Intermediate sign height. 5. Regulatory signs shall be mounted at least 7 feet, but not more than 9 feet, above the paved surface regardless of work duration. REFLECTIVE SHEETING 1. All signs shall be retroreflective and constructed of sheeting meeting the color and retro-reflectivity requirements of DMS-8300 for rigid signs or DMS-8310 for roll-up signs. The web address for DMS specifications is shown on BC(1). 1. All sign letters and numbers shall be clear, and open rounded type uppercase alphabet letters as approved by the Federal Highway Administration (FHWA) and as published in the "Standard Highway Sign Design for Texas" manual. Signs, letters and numbers shall be of first class workmanship in accordance with Department Standards and Specifications. REMOVING OR COVERING 1. When sign messages may be confusing or do not apply, the signs shall be removed or completely covered. 2. Long-term stationary or intermediate stationary signs installed on square metal tubing may be turned away from traffic 90 degrees when 3. Signs installed on wooden skids shall not be turned at 90 degree angles to the roadway. These signs should be removed or completely covered when not required. 4. When signs are covered, the material used shall be opaque, such as heavy mil black plastic, or other materials which will cover the 9. The Contractor shall replace damaged wood posts. New or damaged wood sign posts shall not be spliced. 1. The Contractor shall furnish the sign sizes shown on BC (2) unless otherwise shown in the plans or as directed by the Engineer. intersections where the sign may be seen from approaching traffic. the sign message is not applicable. This technique may not be used for signs installed in the median of divided highways or near any 1. The Contractor shall ensure the sign substrate is installed in accordance with the manufacturer's recommendations for the type of sign support that is being used. The CWZTCD lists each substrate that can be used on the different types and models of sign supports. 2. "Mesh" type materials are NOT an approved sign substrate, regardless of the tightness of the weave. 3. All wooden individual sign panels fabricated from 2 or more pieces shall have one or more plywood cleat, 1/2" thick by 6" wide, fastened to the back of the sign and extending fully across the sign. The cleat shall be attached to the back of the sign using wood screws that do not penetrate the face of the sign panel. The screws shall be placed on both sides of the splice and spaced at 6" centers. The Engineer may approve other methods of splicing the sign face. b. Intermediate-term stationary - work that occupies a location more than one daylight period up to 3 days, or nighttime work lasting 2. White sheeting, meeting the requirements of DMS-8300 Type A, shall be used for signs with a white background. FL3. Orange sheeting, meeting the requirements of DMS-8300 Type B or Type C , shall be used for rigid signs with orange backgrounds.FL 4. Short-term/Short Duration signs shall be used only during daylight and shall be removed at the end of the workday or raised to 5. Burlap shall NOT be used to cover signs. SIGN SUPPORT WEIGHTS 6. Duct tape or other adhesive material shall NOT be affixed to a sign face. 1. Where sign supports require the use of weights to keep from turning over, the use of sandbags with dry, cohesionless sand should be used. 2. The sandbags will be tied shut to keep the sand from spilling and to maintain a constant weight. 3. Rock, concrete, iron, steel or other solid objects shall not be permitted for use as sign support weights. 4. Sandbags should weigh a minimum of 35 lbs and a maximum of 50 lbs. 5. Sandbags shall be made of a durable material that tears upon vehicular 6. Rubber ballasts designed for channelizing devices should not be used for ballast on portable sign supports. Sign supports designed and manufactured with rubber bases may be used when shown on the CWZTCD list. 7. Sandbags shall only be placed along or laid over the base supports of the traffic control device and shall not be suspended above ground level or hung with rope, wire, chains or other fasteners. Sandbags shall be placed along the length of the skids to weigh down the sign support. 8. Sandbags shall NOT be placed under the skid and shall not be used to level sign supports placed on slopes. impact. Rubber (such as tire inner tubes) shall NOT be used. the sign face. red-orange in color. Flags shall not be allowed to cover any portion of shall be 16 inches square or larger and shall be orange or fluorescent 1. Flags may be used to draw attention to warning signs. When used the flag entire sign face and maintain their opaque properties under automobile headlights at night, without damaging the sign sheeting. 7. Signs and anchor stubs shall be removed and holes backfilled upon completion of work. BC(4)-14 8-14 P : \ 8 4 \ 1 8 \ 0 0 \ D e s i g n \ C i v i l \ S t a n d a r d s \ S i g n a l \ B C 0 7 _ 0 5 . d g n 1 0 / 1 / 2 0 1 5 9 of 71 DN:CK:DW:CK: JOB COUNTY SECT DIST TxDOT TxDOT TxDOT TxDOT HIGHWAY SHEET NO. CONT F I L E : D A T E : 99 o f t h i s s t a n d a r d t o o t h e r f o r m a t s o r f o r i n c o r r e c t r e s u l t s o r d a m a g e s r e s u l t i n g f r o m i t s u s e . k i n d i s m a d e b y T x D O T f o r a n y p u r p o s e w h a t s o e v e r . T x D O T a s s u m e s n o r e s p o n s i b i l i t y f o r t h e c o n v e r s i o n T h e u s e o f t h i s s t a n d a r d i s g o v e r n e d b y t h e " T e x a s E n g i n e e r i n g P r a c t i c e A c t " . N o w a r r a n t y o f a n y D I S C L A I M E R : 30" 40" 27" 36" 24" 2x6 2x4 x 40" 72" 2x6 Front Side Top * * that can be used for each approved sign support. See the CWZTCD for the type of sign substrate NOT be allowed. Posts shall be painted white. Wood sign posts MUST be one piece. Splicing will See BC(4) for definition of "Work Duration." post wood 4x4 sign face 21 sq. ft. of Maximum block 4x4 post wood 4x4 requirement height for sign See BC(4) This will be considered subsidiary to Item 502. foundations shall be removed from the project site. 3. When project is completed, all sign supports and CWZTCD List. 7 ft. circle, except for specific materials noted on the 2. No more than 2 sign posts shall be placed within a connection. lag screws must be used on every joint for final supports, but 3/8" bolts with nuts or 3/8" x 3 1/2" 1. Nails may be used in the assembly of wooden sign GENERAL NOTES Front * post wood 4x4 requirement height for sign See BC(4) sign face 12 sq. ft. of Maximum 24" 60" 2x6 2x6 Top block 4x4 skid 2x6 additional stability. be increased for Length of skids may 24"2x4 brace 4x4 block4x4 block Side screws (min.) lag or 3/8" x 3 1/2" 3/8" bolts w/nuts LONG/INTERMEDIATE TERM STATIONARY - PORTABLE SKID MOUNTED SIGN SUPPORTS SKID MOUNTED WOOD SIGN SUPPORTS PERFORATED SQUARE METAL TUBING GROUND MOUNTED SIGN SUPPORTS Two post installations can be used for larger signs. The maximum sign square footage shall adhere to the manufacturer's recommendation. Refer to the CWZTCD and the manufacturer's installation procedure for each type sign support. 4" max. Ground surface WING CHANNEL Post Sign Post Base for embedment. See the CWZTCD 48" 5' square tubing or 1 3/4" x 1 3/4" with 5/16" holes 1 3/4" galv. round (DO NOT SPLICE) 12 ga post 1 3/4" x 1 3/4" x 11 foot CWZTCD LIST. SEE BC(1) FOR WEBSITE LOCATION. AND SHORT TERM SUPPORTS CAN BE FOUND ON THE MORE DETAILS OF APPROVED LONG/INTERMEDIATE Posts of Number MOUNTED SIGN SUPPORTS WOOD POST SYSTEM FOR GROUND WEDGE ANCHORS 18" 4" * 4" 6" of Traffic Direction Dia.(typ) 1 1/2" 1 7 1 / 2 " 2 0 1 / 2 "5 BOLT (TYP.) 3/8" X 4-1/2 gr. 3" telescopes into sleeve (hole to hole) 12 ga. support 1 3/4 " x 1 3/4 " x 129" tubing diagonal brace to hole) 12 ga. square perforated 1 3/4 " x 1 3/4 " x 52" (hole tubing cross brace to hole) 12 ga. square perforated 1 3/4 " x 1 3/4 " x 32" (hole 2 0 1 / 2 " above pavement provide 7' height telescope to Upright must 5 bolt 3/8 " X 3" gr. Ground surface Post Sign (Direct Embedment) OPTION 1 max. 4" Ground surface Post Sign weak soils. 55" min. in strong soils, 34" min. in (Anchor Stub) OPTION 2 post) than sign (1/4" larger Anchor Stub desirable 9" max. 4" Ground surface Post Sign post) x 18" than sign (1/2" larger sleeve reinforcing Optional 18" weak soils. 55" min. in strong soils, 34" min. in (Anchor Stub and Reinforcing Sleeve)) OPTION 3 post) than sign (1/4" larger Anchor Stub desirable 9" bolted anchor Lap-splice/base minimum 48" sign only thinwall plastic 10mm extruded 9 sq. ft. or less- 1/2" plywood is allowed. the CWZTCD, except 5/8" plywood. substrate listed in section J.2.d of 16 sq. ft. or less of any rigid sign OTHER DESIGNS "Traffic Engineering Standard Sheets" on BC(1)). if approved by the Engineer. (See web address for face. They may be set in concrete or in sturdy soils sign supports for signs up to 10 square feet of sign on the SMD Standard Sheets may be used as temporary Both steel and plastic Wedge Anchor Systems as shown 8 4 " 4 1 " 2 1 " 1 3 1 1 / 2 " 4" sign panel and supports (2 per support) joining 3/8" x 3" gr. 5 bolt FILE: REVISIONS C TxDOT bc-14.dgn November 2002 36" match sideslope needed to pin at angle weld starts here weldhere starts weld back fill puddle. weld, do not directions. Minimum going in opposite opposite sides Welds to start on 48" 2" Side View upright 12 ga. 2" x 2" x 2.5' 60" 3" SKID MOUNTED PERFORATED SQUARE STEEL TUBING SIGN SUPPORTS around tubing Completely welded 8 1 / 2 " 7/16" 32' SINGLE LEG BASE 5' weld welded to skid tubing sleeve perforated 12 ga. square (hole to hole) 2" x 2" x 8" tubing upright perforated 12 ga. square (hole to hole) 1 3/4 " x 1 3/4 " x 129" tubing skid 12 ga. perforated (hole to hole) 2" x 2" x 59" Standard Division Operations Traffic TYPICAL SIGN SUPPORT BARRICADE AND CONSTRUCTION SHEET 5 OF 12 BC(5)-14 8-14 P : \ 8 4 \ 1 8 \ 0 0 \ D e s i g n \ C i v i l \ S t a n d a r d s \ S i g n a l \ B C 0 7 _ 0 7 . d g n 1 0 / 1 / 2 0 1 5 10 of 71 o f t h i s s t a n d a r d t o o t h e r f o r m a t s o r f o r i n c o r r e c t r e s u l t s o r d a m a g e s r e s u l t i n g f r o m i t s u s e . k i n d i s m a d e b y T x D O T f o r a n y p u r p o s e w h a t s o e v e r . T x D O T a s s u m e s n o r e s p o n s i b i l i t y f o r t h e c o n v e r s i o n T h e u s e o f t h i s s t a n d a r d i s g o v e r n e d b y t h e " T e x a s E n g i n e e r i n g P r a c t i c e A c t " . N o w a r r a n t y o f a n y D I S C L A I M E R : F I L E : D A T E : SHEET 7 OF 12 CONCRETE TRAFFIC BARRIER (CTB) LOW PROFILE CONCRETE BARRIER (LPCB) 16" DELINEATION OF END TREATMENTS BARRIER REFLECTORS FOR CONCRETE TRAFFIC BARRIER AND ATTENUATORS treatments and manufacturers. the CWZTCD List for approved end Highway Research Report 350. Refer to as defined in the National Cooperative zones shall meet crashworthy standards End treatments used on CTB's in work END TREATMENTS FOR CTB'S USED IN WORK ZONES WARNING LIGHTS 1. Warning lights shall meet the requirements of the TMUTCD. 2. Warning lights shall NOT be installed on barricades. 3. Type A-Low Intensity Flashing Warning Lights are commonly used with drums. They are intended to warn of or mark a potentially hazardous 4. Type-C and Type D 360 degree Steady Burn Lights are intended to be used in a series for delineation to supplement other traffic control devices. Their use shall be as indicated on this sheet and/or other sheets of the plans by the designation "SB". 5. The Engineer/Inspector or the plans shall specify the location and type of warning lights to be installed on the traffic control devices. 6. When required by the Engineer, the Contractor shall furnish a copy of the warning lights certification. The warning light manufacturer will certify the warning lights meet the requirements of the latest ITE Purchase Specifications for Flashing and Steady-Burn Warning Lights. WARNING LIGHTS MOUNTED ON PLASTIC DRUMS 1. Type A flashing warning lights are intended to warn drivers that they are approaching or are in a potentially hazardous area. 2. Type A random flashing warning lights are not intended for delineation and shall not be used in a series. 3. A series of sequential flashing warning lights placed on channelizing devices to form a merging taper may be used for delineation. If used, the successive flashing of the sequential warning lights should occur from the beginning of the taper to the end of the merging taper in order to identify the desired vehicle path. The rate of flashing for each light shall be 65 flashes per minute, plus or minus 10 flashes. 4. Type C and D steady-burn warning lights are intended to be used in a series to delineate the edge of the travel lane on detours, on lane changes, on lane closures, and on other similar conditions. 5. Type A, Type C and Type D warning lights shall be installed at locations as detailed on other sheets in the plans. 6. Warning lights shall not be installed on a drum that has a sign, chevron or vertical panel. 7. The maximum spacing for warning lights on drums should be identical to the channelizing device spacing. 1. A warning reflector or approved substitute may be mounted on a plastic drum as a substitute for a Type C, steady burn warning light at the discretion of the Contractor unless otherwise noted in the plans. 2. The warning reflector shall be yellow in color and shall be manufactured using a sign substrate approved for use with plastic drums listed on the CWZTCD. 3. The warning reflector shall have a minimum retroreflective surface area (one-side) of 30 square inches. 4. Round reflectors shall be fully reflectorized, including the area where attached to the drum. 5. Square substrates must have a minimum of 30 square inches of reflectorized sheeting. They do not have to be reflectorized where it attaches to the drum. 6. The side of the warning reflector facing approaching traffic shall have sheeting meeting the color and retroreflectivity requirements for 7. When used near two-way traffic, both sides of the warning reflector shall be reflectorized. 8. The warning reflector should be mounted on the side of the handle nearest approaching traffic. 9. The maximum spacing for warning reflectors should be identical to the channelizing device spacing requirements. WARNING REFLECTORS MOUNTED ON PLASTIC DRUMS AS A SUBSTITUTE FOR TYPE C (STEADY BURN) WARNING LIGHTS Reflectors Barrier 3. Where traffic is on one side of the CTB, two (2) Barrier Reflectors shall be mounted in approximately the midsection of each section of CTB. An alternate mounting location is uniformly spaced at one end of each CTB. This will allow for attachment of a barrier grapple without damaging the reflector. The Barrier Reflector mounted on the side of the CTB shall be located directly below the reflector mounted on top of the barrier, as shown in the detail above. 4. Where CTB separates two-way traffic, three barrier reflectors shall be mounted on each section of CTB. The reflector unit on top shall have two yellow reflective faces (Bi-Directional)while the reflectors on each side of the barrier shall have one yellow reflective face, as shown in the detail above. 5. When CTB separates traffic traveling in the same direction, no barrier reflectors will be required on top of the CTB. 6. Barrier Reflector units shall be yellow or white in color to match the edgeline being supplemented. 7. Maximum spacing of Barrier Reflectors is forty (40) feet. 8. Pavement markers or temporary flexible-reflective roadway marker tabs shall NOT be used as CTB delineation. 9. Attachment of Barrier Reflectors to CTB shall be per manufacturer's recommendations. 10.Missing or damaged Barrier Reflectors shall be replaced as directed by the Engineer. 11.Single slope barriers shall be delineated as shown on the above detail. See D & OM (VIA) recommendations. as per manufacturer's 3 Barrier Reflectors Install a minimum of TRUCK-MOUNTED ATTENUATORS Type C Warning Light or approved substitute mounted on a drum adjacent to the travel way. 4. The Flashing Arrow Board should be able to display the following symbols: control devices that should be used in conjunction with the Flashing Arrow Board. 3. The Engineer/Inspector shall choose all appropriate signs, barricades and/or other traffic or work on shoulders unless the "CAUTION" display (see detail below) is used. 2. Flashing Arrow Boards should not be used on two-lane, two-way roadways, detours, diversions moving maintenance or construction activities on the travel lanes. 1. The Flashing Arrow Board should be used for all lane closures on multi-lane roadways, or slow to bottom of panel. 14. Minimum mounting height of trailer mounted Arrow Boards should be 7 feet from roadway flash rate and dimming requirements on this sheet for the same size arrow. 13. A full matrix PCMS may be used to simulate a Flashing Arrow Board provided it meets visibility, 12. A Flashing Arrow Board SHALL NOT BE USED to laterally shift traffic. 11. The Flashing Arrow Board shall be mounted on a vehicle, trailer or other suitable support. display may be used during daylight operations. 10. The flashing arrow display is the TxDOT standard; however, the sequential Chevron 9. The sequential arrow display is NOT ALLOWED. intervals of 25 percent for each sequential phase of the flashing chevron. 8. Minimum lamp "on time" shall be approximately 50 percent for the flashing arrow and equal The flashing rate of the lamps shall not be less than 25 nor more than 40 flashes per minute. 7. The Flashing Arrow Board shall be capable of minimum 50 percent dimming from rated lamp voltage. 6. The straight line caution display is NOT ALLOWED. Diamond Caution mode as shown. 5. The "CAUTION" display consists of four corner lamps flashing simultaneously, or the Alternating REQUIREMENTS C 48 x 96 15 1 mile B 30 x 60 13 3/4 mile MINIMUM TRAFFIC BARRIER OR GUARDRAIL. ARROW BOARD BEHIND CONCRETE RIGHT-OF-WAY OR PLACE THE THE ARROW BOARD FROM THE WHEN NOT IN USE, REMOVE shall be equipped with automatic dimming devices. Flashing Arrow Boards devices placed perpendicular to traffic on the upstream side of traffic. taper or merging taper, otherwise they shall be delineated with four (4) channelizing Arrow Boards may be located behind channelizing devices in place for a shoulder ATTENTION LEFT & RIGHT CHEVRON ARROWLEFT & RIGHT ALTERNATING DIAMOND CAUTION DOUBLE ARROW OR 4 CORNER CAUTION FLASHING ARROW BOARDS 16" tall plastic bracket Barrier Reflector on manufacturer's recommendations. Attach the delineators as per reflectors is 20 feet. Max. spacing of barrier extended distance from the TMA. area is spread down the roadway and the work crew is an 6. The only reason a TMA should not be required is when a work without adversely affecting the work performance. 30 to 100 feet in advance of the area of crew exposure 5. A TMA should be used anytime that it can be positioned in the plans. 4. TMAs are required on freeways unless otherwise noted 3. Refer to the CWZTCD for a list of approved TMAs. Level 3 TMAs. 2. Refer to the CWZTCD for the requirements of Level 2 or or the Manual for Assessing Safety Hardware (MASH). Cooperative Highway Research Report No. 350 (NCHRP 350) must meet the requirements outlined in the National 1. Truck-mounted attenuators (TMA) used on TxDOT facilities 8. The location of warning lights and warning reflectors on drums shall be as shown elsewhere in the plans. 7. When used to delineate curves, Type-C and Type D Steady Burn Lights should only be placed on the outside of the curve, not the inside. DMS 8300-Type B or Type C. 30 square inches reflective surface area of at least or square.Must have a yellow Warning reflector may be round FL FL area. Their use shall be as indicated on this sheet and/or other sheets of the plans by the designation "FL". The Type A Warning Lights shall not be used with signs manufactured with Type B or C Sheeting meeting the requirements of Departmental Material Specification DMS-8300. BC(7)-14 WARNING LIGHTS & ATTENUATOR ARROW PANEL, REFLECTORS, BARRICADE AND CONSTRUCTION DN:CK:DW:CK:FILE: JOB COUNTY SECT DIST REVISIONS TxDOT TxDOT TxDOT TxDOT HIGHWAY SHEET NO. C TxDOT CONT bc-14.dgn November 2002 101 Standard Division Operations Traffic 9-07 1. Barrier Reflectors shall be pre-qualified, and conform to the color and reflectivity requirements of DMS-8600. A list of prequalified Barrier Reflectors can be found at the Material Producer List web address shown on BC(1). 2. Color of Barrier Reflectors shall be as specified in the TMUTCD. The cost of the reflectors shall be considered subsidiary to Item 512. 8-14 P : \ 8 4 \ 1 8 \ 0 0 \ D e s i g n \ C i v i l \ S t a n d a r d s \ S i g n a l \ B C 0 7 _ 0 8 . d g n 1 0 / 1 / 2 0 1 5 11 of 71 DN:CK:DW:CK:FILE: JOB COUNTY SECT DIST REVISIONS TxDOT TxDOT TxDOT TxDOT HIGHWAY SHEET NO. C TxDOT CONT bc-14.dgn November 2002 SHEET 8 OF 12 mount with diagonals sloping down towards travel way (Maximum Sign Dimension) 18" x 24" Sign 1. For long term stationary work zones on freeways, drums shall be used as the primary channelizing device. 2. For intermediate term stationary work zones on freeways, drums should be used as the primary channelizing device but may be replaced in tangent sections by vertical panels, or 42" two-piece cones. In tangent sections if personnel are present on the project at all times to maintain the cones in proper position and location. 3. For short term stationary work zones on freeways, drums are the preferred approved by the Engineer. 4. Drums and all related items shall comply with the requirements of the current version of the "Texas Manual on Uniform Traffic Control Devices" (TMUTCD) and the "Compliant Work Zone Traffic Control Devices List" (CWZTCD). 5. Drums, bases, and related materials shall exhibit good workmanship and shall be free from objectionable marks or defects that would adversely 6. The Contractor shall have a maximum of 24 hours to replace any plastic drums identified for replacement by the Engineer/Inspector. The replace- ment device must be an approved device. 1. Plastic drums shall be a two-piece design; the "body" of the drum shall be the top portion and the "base" shall be the bottom. 2. The body and base shall lock together in such a manner that the body separates from the base when impacted by a vehicle traveling at a speed of 20 MPH or greater but prevents accidental separation due to normal handling and/or air turbulence created by passing vehicles. 3. Plastic drums shall be constructed of lightweight flexible, and deformable materials. The Contractor shall NOT use metal drums or single piece plastic drums as channelization devices or sign supports. 4. Drums shall present a profile that is a minimum of 18 inches in width at the 36 inch height when viewed from any direction. The height of drum unit (body installed on base) shall be a minimum of 36 inches and a maximum of 42 inches. 5. The top of the drum shall have a built-in handle for easy pickup and shall be designed to drain water and not collect debris. The handle shall have a minimum of two widely spaced 9/16 inch diameter holes to allow attachment of a warning light, warning reflector unit or approved compliant sign. 6. The exterior of the drum body shall have a minimum of four alternating orange and white retroreflective circumferential stripes not less than 4 inches nor greater than 8 inches in width. Any non-reflectorized space between any two adjacent stripes shall not exceed 2 inches in width. 7. Bases shall have a maximum width of 36 inches, a maximum height of 4 inches, and a minimum of two footholds of sufficient size to allow base to be held down while separating the drum body from the base. 8. Plastic drums shall be constructed of ultra-violet stabilized, orange, high-density polyethylene (HDPE) or other approved material. Chevron CW1-8, Opposing Traffic Lane Divider, Driveway sign D70a, Keep Right channelizing device but may be replaced in tapers, transitions and tangent one-piece cones may be used with the approval of the Engineer but only 1. Signs used on plastic drums shall be manufactured using substrates listed on the CWZTCD. 2. Chevrons and other work zone signs with an orange background 3. Vertical Panels shall be manufactured with orange and white 4. Other sign messages (text or symbolic) may be used as approved by the Engineer. Sign dimensions shall not exceed 5. Signs shall be installed using a 1/2 inch bolt (nominal) and nut, two washers, and one locking washer for each connection. 6. Mounting bolts and nuts shall be fully engaged and adequately torqued. Bolts should not extend more than 1/2 inch beyond nuts. 7. Chevrons may be placed on drums on the outside of curves, on merging tapers or on shifting tapers. When used in these locations they may be placed on every drum or spaced not more than on every third drum. A minimum of three (3) should be used at each location called for in the plans. approval of the Engineer. 8. R9-9, R9-10, R9-11 and R9-11a Sidewalk Closed signs which are 24 inches wide may be mounted on plastic drums, with Vertical Panel 12" x 24" ON PLASTIC DRUMS SIGNS, CHEVRONS, AND VERTICAL PANELS MOUNTED by Engineer R4 series or other signs as approved GENERAL DESIGN REQUIREMENTS GENERAL NOTES 1. The stripes used on drums shall be constructed of sheeting meeting the 1. Unballasted bases shall be large enough to hold up to 50 lbs. of sand. This base, when filled with the ballast material, should weigh between 35 lbs (minimum) and 50 lbs (maximum). The ballast may be sand in one to three sandbags separate from the base, sand in a sand-filled plastic base, or other ballasting devices as approved by the Engineer. Stacking of sandbags will be allowed, however height of sandbags above pavement surface may not exceed 12 inches. 2. Bases with built-in ballast shall weigh between 40 lbs. and 50 lbs. Built-in ballast can be constructed of an integral crumb rubber base or a solid rubber base. would become hazardous to motorists, pedestrians, or workers when the drum is struck by a vehicle. holes in the bottoms so that water will not collect and freeze becoming a hazard when struck by a vehicle. color and retroreflectivity requirements of Departmental Materials 2. The sheeting shall be suitable for use on and shall adhere to the drum surface such that, upon vehicular impact, the sheeting shall remain adhered in-place and exhibit no delaminating, cracking, or loss of retroreflectivity other than that loss due to abrasion of the sheeting surface. 24" 36" 8" 12" 4" White 4" Orange 45 o CW1-6L 18" minHandle 3 6 " m i n 4 2 " m a x 4" max 4 " m a x (typ) 8" max 4" min (typ.) 2" max dia. max) Base (36" drums minimum of 5 for stacking a Taper to allow debris of water or allow collection Top should not warning lights signs and for mounting 9/16" dia. (typ) DIRECTION INDICATOR BARRICADE DETECTABLE PEDESTRIAN BARRICADES BALLAST RETROREFLECTIVE SHEETING 10.Drum and base shall be marked with manufacturer's name and model number. sections by vertical panels, two-piece cones or one-piece cones as plastic drums substrates shall NOT be used on Plywood, Aluminum or Metal sign 36" Barricades Detectable Pedestrian providers of approved and the CWZTCD list for for fabrication. See note 3 This detail is not intended rail for hand trailing Continuous smooth Detectable Edge 2" Max. trailing with no splinters, burrs, or sharp edges. rail provides a smooth continuous rail suitable for hand barricade rails as shown on BC(10) provided that the top 6. Detectable pedestrian barricades may use 8" nominal barricades. 5. Warning lights shall not be attached to detectable pedestrian as a control for pedestrian movements. for Buildings and Facilities (ADAAG)" and should not be used "Americans with Disabilities Act Accessibility Guidelines detectable, do not comply with the design standards in the 4. Tape, rope, or plastic chain strung between devices are not path. detectable edging can satisfactorily delineate a pedestrian barriers, and wood or chain link fencing with a continuous above, longitudinal channelizing devices, some concrete 3. Detectable pedestrian barricades similar to the one pictured shall be placed across the full width of the closed sidewalk. with a visual disability traveling with the aid of a long cane closed sidewalk, a device that is detectable by a person 2. Where pedestrians with visual disabilities normally use the the features present in the existing pedestrian facility. detectable and include accessibility features consistent with relocated in a TTC zone, the temporary facilities shall be 1. When existing pedestrian facilities are disrupted, closed, or 9. Drum body shall have a maximum unballasted weight of 11 lbs. for this type of ballast on the CWZTCD list. 3. Recycled truck tire sidewalls may be used for ballast on drums approved 4. The ballast shall not be heavy objects, water, or any material that 5. When used in regions susceptible to freezing, drums shall have drainage 6. Ballast shall not be placed on top of drums. 7. Adhesives may be used to secure base of drums to pavement. series signs discussed in note 8 below. 18 inches in width or 24 inches in height, except for the R9 Specification DMS-8300, "Sign Face Materials." Type A reflective sheeting shall be supplied unless otherwise specified in the plans. FL the intended traveled lane. Diagonal stripes on Vertical Panels shall slope down toward sheeting meeting the requirements of DMS-8300 Type A FL Ballast shall be as approved by the manufacturers instructions. 5. Approved manufacturers are shown on the CWZTCD List. allowed. 4. Double arrows on the Direction Indicator Barricade will not be shall be as per DMS 8300. 45 degrees in the direction road users are to pass. Sheeting types white and orange stripes sloping downward at an angle of above a rail with Type A retroreflective sheeting in alternating 4" on a background of Type B or Type C Orange retroreflective sheeting Large Arrow (CW1-6) sign in the size shown with a black arrow 3. The Direction Indicator Barricade shall consist of One-Direction the intended travel lane. in series to direct the driver through the transition and into 2. If used, the Direction Indicator Barricade should be used guidance to drivers is necessary. transitions, and other areas where specific directional 1. The Direction Indicator Barricade may be used in tapers, FL FL specified in the plans. of DMS-8300, "Sign Face Material," unless otherwise sheeting meeting the color and retroreflectivity requirements shall be manufactured with Type B or Type C Orange being orange. with the top stripe reflective sheeting using Type A retro- and 2 white stripes a minimum of 2 orange Each drum shall have CHANNELIZING DEVICES BARRICADE AND CONSTRUCTION F I L E : D A T E : 102 Standard Division Operations Traffic Pre-qualified plastic drums shall meet the following requirements: o f t h i s s t a n d a r d t o o t h e r f o r m a t s o r f o r i n c o r r e c t r e s u l t s o r d a m a g e s r e s u l t i n g f r o m i t s u s e . k i n d i s m a d e b y T x D O T f o r a n y p u r p o s e w h a t s o e v e r . T x D O T a s s u m e s n o r e s p o n s i b i l i t y f o r t h e c o n v e r s i o n T h e u s e o f t h i s s t a n d a r d i s g o v e r n e d b y t h e " T e x a s E n g i n e e r i n g P r a c t i c e A c t " . N o w a r r a n t y o f a n y D I S C L A I M E R : affect their appearance or serviceability. BC(8)-14 8-14 P : \ 8 4 \ 1 8 \ 0 0 \ D e s i g n \ C i v i l \ S t a n d a r d s \ S i g n a l \ B C 0 7 _ 1 0 . d g n 1 0 / 1 / 2 0 1 5 12 of 71 DN:CK:DW:CK:FILE: JOB COUNTY SECT DIST REVISIONS TxDOT TxDOT TxDOT TxDOT HIGHWAY SHEET NO. C TxDOT CONT bc-14.dgn November 2002 104 SHEET 10 OF 12 2" max.3"-4" 1. Where positive redirectional 2. Plastic construction fencing safety as required in the plans. 3. Vertical Panels on flexible support capability is provided, drums may be omitted.SB SB SB SB 6" min. 4" min. 3" min. 3" min. may be used with drums for may be omitted if drums are used. Detour Roadway R11-2 M4-10L DETOUR ROAD CLOSED NAME ADDRESS CITY STATE CONTRACTOR 30 feet 2" min. 3"-4" 6" min. 4" min. 2" min. shoulder width is less than 4 feet. than 12 feet, steady-burn lights 42" 4" 4" 4" 4" 2" 2" 2"EDGELINE CHANNELIZER PLAN VIEW PLAN VIEW 2. Advance signing shall be as specified elsewhere in the plans. PERSPECTIVE VIEW PERSPECTIVE VIEW 3"-4" 2" min. 10' may be substituted for drums when the 4. When the shoulder width is greater 1. This device is intended only for use in place of a vertical panel to 2" min. 2" min. 4" min. orange 4" min. white 4" min. orange 4" min. white Drums, vertical panels or 42" cones STOCKPILE channelize traffic by indicating the edge of the travel lane. It is not intended to be used in transitions or tapers. 2. This device shall not be used to separate lanes of traffic (opposing or otherwise) or warn of objects. 3. This device is based on a 42 inch, two-piece cone with an alternate striping pattern: four 4 inch retroreflective bands, with an approximate 2 inch gap between bands. The color of the band should correspond to the color of the edgeline (yellow for left edgeline, white for right edgeline) for which the device is substituted or for which it supplements. The reflectorized bands shall be retroreflective at 50' maximum spacing omitted here or barricade may be downstream drums On one-way roads within 30' from travel lane. should be used when stockpile is Channelizing devices parallel to traffic Two-Piece cones One-Piece cones Tubular Marker G20-6T SB CONES 3" to 4" 2" to 6" Alternate Alternate clear zone. is outside stockpile location Desirable Plastic Drum Typical min. 28" min. 28" min. 28"min. 42" on one-way roadway are not required These drums barricaded in the same manner. divided highway shall be Each roadway of a and maximum of 4 drums) width makes it necessary. (minimum of 2 side of approaching traffic if the crown Increase number of plastic drums on the b e u s e d a c r o s s t h e w o r k a r e a . A m i n i m u m o f t w o d r u m s s h a l l 50' Approx. 50' Approx. 1. Refer to the Compliant Work Zone Traffic Control Devices List (CWZTCD) projects closed to all traffic. 3. Barricades extending across a roadway should have stripes that slope downward in the direction toward which traffic must turn in detouring. When both right and left turns are provided, the chevron striping may slope downward in both directions from the center of the barricade. Where no turns are provided at a closed road striping should slope downward in both directions toward the center of roadway. 4. Striping of rails, for the right side of the roadway, should slope downward to the left. For the left side of the roadway, striping should slope downward to the right. 5. Identification markings may be shown only on the back of the barricade rails. The maximum height of letters and/or company logos used for identification shall be 1". 6. Barricades shall not be placed parallel to traffic unless an adequate clear zone is provided. 7. Warning lights shall NOT be installed on barricades. 8. Where barricades require the use of weights to keep from turning over, the use of sandbags with dry, cohesionless sand is recommended. The sandbags will be tied shut to keep the sand from spilling and to maintain a constant weight. Sand bags shall not be stacked in a manner that covers any portion of a barricade rails reflective sheeting. Rock, concrete, iron, steel or other solid objects will NOT be permitted. Sandbags should weigh a minimum of 35 lbs and a maximum of 50 lbs. Sandbags shall be made of a durable material that tears upon vehicular impact. Rubber (such as tire inner tubes) shall not be used for sandbags. Sandbags shall only be placed along or upon the base supports of the device and shall not be suspended above ground level or hung with rope, wire, chains or other fasteners. be used as a sign support. Barricades shall NOT 1 0 ' m a x . 1 0 ' m a x . 1 0 ' m a x . 4. The base must weigh a minimum of 30 lbs. or yellow warning reflector Steady burn warning light or yellow warning reflector Plastic drum with steady burn light Plastic drum LEGEND of the culvert widening. 5. Drums must extend the length 30 lbs. including base. 42" 2-piece cones shall have a minimum weight of 28" Cones shall have a minimum weight of 9 1/2 lbs. CULVERT WIDENING OR OTHER ISOLATED WORK WITHIN THE PROJECT LIMITS TRAFFIC CONTROL FOR MATERIAL STOCKPILES TYPICAL PANEL DETAIL FOR SKID OR POST TYPE BARRICADES TYPICAL STRIPING DETAIL FOR BARRICADE RAIL 8' max. length Type 3 Barricades downward in the direction of detour. Barricade striping should slant for two-way traffic. facing one-way traffic and both sides reflective white stripes on one side shall be reflectorized orange and The three rails on Type 3 barricades barricade or 1 Type 3 Min. 2 drums barricade or 1 Type 3 Min. 2 drums TYPE 3 BARRICADES 2. Type 3 Barricades shall be used at each end of construction TYPE 3 BARRICADE (POST AND SKID) TYPICAL APPLICATION minimum of 10 feet behind Type 3 Barricades. mounting height in center of roadway. The signs should be a 1. Signs should be mounted on independent supports at a 7 foot 1. Traffic cones and tubular markers shall be predominantly orange, and meet the height and weight requirements shown above. 2. One-piece cones have the body and base of the cone molded in one consolidated unit. Two-piece cones have a cone shaped body and a separate rubber base, or ballast, that is added to keep the device upright and in place. height shown, in order to aid in retrieving the device. 3. Two-piece cones may have a handle or loop extending up to 8" above the minimum reflective bands as shown above. The reflective bands shall have a smooth, sealed 7. Cones or tubular markers used on each project should be of the same size and shape. to maintain them in their proper upright position. for intermediate-term or long-term stationary work unless personnel is on-site short-term stationary work as defined on BC(4). These should not be used 5. 28" cones and tubular markers are generally suitable for short duration and durations. 6. 42" two-piece cones, vertical panels or drums are suitable for all work zone 4. Cones or tubular markers used at night shall have white or white and orange DMS-8300 Type A. outer surface and meet the requirements of Departmental Material Specification unless otherwise noted. Type A conforming to Departmental Material Specification DMS-8300, 45 o 6"6"7 inches. Sheeting Reflective Width of Minimum nominal 8" Standard Division Operations Traffic PROJECTS LET AFTER MARCH 2014. THIS DEVICE SHALL NOT BE USED ON BC(10)-14 CHANNELIZING DEVICES BARRICADE AND CONSTRUCTION o f t h i s s t a n d a r d t o o t h e r f o r m a t s o r f o r i n c o r r e c t r e s u l t s o r d a m a g e s r e s u l t i n g f r o m i t s u s e . k i n d i s m a d e b y T x D O T f o r a n y p u r p o s e w h a t s o e v e r . T x D O T a s s u m e s n o r e s p o n s i b i l i t y f o r t h e c o n v e r s i o n T h e u s e o f t h i s s t a n d a r d i s g o v e r n e d b y t h e " T e x a s E n g i n e e r i n g P r a c t i c e A c t " . N o w a r r a n t y o f a n y D I S C L A I M E R : F I L E : D A T E : to Departmental Material Specification DMS-8300 unless otherwise noted. 9. Sheeting for barricades shall be retroreflective Type A conforming for details of the Type 3 Barricades and a list of all materials used in the construction of Type 3 Barricades. 2 0 " 2 0 " 4 8 " Flat rail Stiffener 2 stiffeners shall be allowed on one barricade. Stiffener may be inside or outside of support, but no more than 4' min., 8' max. 8-14 P : \ 8 4 \ 1 8 \ 0 0 \ D e s i g n \ C i v i l \ S t a n d a r d s \ S i g n a l \ W Z . d g n 1 0 / 1 / 2 0 1 5 13 of 71 DN:CK:DW:CK:FILE: JOB COUNTY SECT DIST REVISIONS TxDOT TxDOT TxDOT TxDOT HIGHWAY SHEET NO. C TxDOT o f t h i s s t a n d a r d t o o t h e r f o r m a t s o r f o r i n c o r r e c t r e s u l t s o r d a m a g e s r e s u l t i n g f r o m i t s u s e . k i n d i s m a d e b y T x D O T f o r a n y p u r p o s e w h a t s o e v e r . T x D O T a s s u m e s n o r e s p o n s i b i l i t y f o r t h e c o n v e r s i o n T h e u s e o f t h i s s t a n d a r d i s g o v e r n e d b y t h e " T e x a s E n g i n e e r i n g P r a c t i c e A c t " . N o w a r r a n t y o f a n y D I S C L A I M E R : CONTApril 1992 F I L E : D A T E : SHEET 1 OF 2 114 2-98 4-98 10-99 3-03 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" X X X X X X X X X XX X X L L L 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 X X X X X 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 P : \ 8 4 \ 1 8 \ 0 0 \ D e s i g n \ C i v i l \ S t a n d a r d s \ S i g n a l \ W Z _ 0 2 . d g n 1 0 / 1 / 2 0 1 5 14 of 71 DN:CK:DW:CK:FILE: JOB COUNTY SECT DIST REVISIONS TxDOT TxDOT TxDOT TxDOT HIGHWAY SHEET NO. C TxDOT o f t h i s s t a n d a r d t o o t h e r f o r m a t s o r f o r i n c o r r e c t r e s u l t s o r d a m a g e s r e s u l t i n g f r o m i t s u s e . k i n d i s m a d e b y T x D O T f o r a n y p u r p o s e w h a t s o e v e r . T x D O T a s s u m e s n o r e s p o n s i b i l i t y f o r t h e c o n v e r s i o n T h e u s e o f t h i s s t a n d a r d i s g o v e r n e d b y t h e " T e x a s E n g i n e e r i n g P r a c t i c e A c t " . N o w a r r a n t y o f a n y D I S C L A I M E R : CONT F I L E : D A T E : SHEET 2 OF 2 115 2-98 4-98 10-99 3-03 April 1992 X X X F I L E : REFLECTIVE SHEETING X 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 DEPARTMENTAL MATERIAL SPECIFICATIONS WHITE COLOR USAGE SHEETING MATERIAL ORANGE BLACK BACKGROUND BACKGROUND SIGN FACE MATERIALS FL FL FLEXIBLE ROLL-UP REFLECTIVE SIGNS DMS-8300 DMS-8310 LEGEND & BORDERS Sign Channelizing Devices LEGEND 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 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 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. 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 15 of 71 P : \ 8 4 \ 1 8 \ 0 0 \ D e s i g n \ C i v i l \ S t a n d a r d s \ T C P \ T C P 0 1 . D G N 1 0 / 1 / 2 0 1 5 TCP (1-4b) 2-94 8-95 1-97 4-98 TCP(1-4)-12 W o r k S p a c e B W o r k S p a c e B B L X X X X X X 1 / 3 L L M i n . 3 0 ' S h o u l d e r CW20-5TL 48" X 48" M i n . 3 0 ' X X X 1 / 3 L L CW20-1D See note 1) (Flags- 48" X 48" lights.(See notes 4 & 5) oscillating or strobe rotating, flashing, TMA and high intensity Shadow Vehicle with 48" X 24" G20-2 48" X 24" G20-2 A p p r o x . 1 0 0 ' TWO LANES CLOSED CW20-1D 48" X 48" See note 1) (Flags- CW20-5TR 48" X 48" CW1-4L 48" X 48" (See note 2) 24" X 24" CW1-4R 48" X 48" CW20-1D 48" X 48" See note 1) (Flags- S h o u l d e r S h o u l d e r S h o u l d e r CW20-1D 48" X 48" See note 1) (Flags- L S h o u l d e r (See note 7) lights.(See notes 4 & 5) oscillating or strobe rotating, flashing, TMA and high intensity Shadow Vehicle with 48" X 24" G20-2 S h o u l d e r 2 0 0 ' A p p r o x . X X 48" X 24" G20-2 CW20-5TR 48" X 48" 1 M i n . / 2 L 1 M i n . / 2 L Texas Department of Transportation s i o n o f t h i s s t a n d a r d t o o t h e r f o r m a t s o r f o r i n c o r r e c t r e s u l t s o r d a m a g e s r e s u l t i n g f r o m i t s u s e . k i n d i s m a d e b y T x D O T f o r a n y p u r p o s e w h a t s o e v e r . T x D O T a s s u m e s n o r e s p o n s i b i l i t y f o r t h e c o n v e r - D I S C L A I M E R : T h e u s e o f t h i s s t a n d a r d i s g o v e r n e d b y t h e " T e x a s E n g i n e e r i n g P r a c t i c e A c t " . N o w a r r a n t y o f a n y F I L E : D A T E : Traffic Operations Division December 1985 DN:CK:DW:CK:C TxDOT JOB COUNTY CONT SECT DIST REVISIONS HIGHWAY SHEET NO. 154 TXDOT TXDOT TXDOT TXDOT 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" x f o r 5 0 m p h o r l e s s 3 x f o r o v e r 5 0 m p h ONE LANE CLOSED TERM STATIONARY INTERMEDIATE STATIONARY LONG TERM STATIONARY SHORT TERM TYPICAL USAGE MOBILE DURATION SHORT GENERAL NOTES TCP (1-4a) TCP (1-4b) CW1-6aT 36" X 36" (See note 2) 24" X 24" CW13-1P CW1-6aT 36" X 36" (See note 2) CW13-1P CONVENTIONAL ROADS LANE CLOSURES ON MULTILANE TRAFFIC CONTROL PLAN TCP (1-4a) Handling. and Traffic Barricades, Signs for Item 502, GENERAL NOTES the project can be found in shadow vehicles requirements for specific project contract work, or maintenance For construction for the areas of conflicting markings, not the entire work zone. where S is the speed in mph. This tighter device spacing is intended if posted speeds are 35 mph or slower, and for tangent sections, at 1/2S which separate two-way traffic should be spaced on tapers at 20' or 15' 7. Where traffic is directed over a yellow centerline, channelizing devices the arrow panel placed in the closed lane near the end of the merging taper. centerline where needed to protect the work space from opposing traffic with signs shall be used and channelizing devices shall be placed on the 6. If this TCP is used for a left lane closure , CW20-5TL "LEFT LANE CLOSED" surface, next to those shown in order to protect wider work spaces. 5. Additional Shadow Vehicles with TMAs may be positioned off the paved for the Shadow Vehicle and TMA. place, Type 3 Barricades or other channelizing devices may be substituted present but road or work conditions require the traffic control to remain in affecting the performance or quality of the work. If workers are no longer 30 to 100 feet in advance of the area of crew exposure without adversely 4. A Shadow Vehicle with a TMA should be used anytime it can be positioned visibility of the work zone is less than 1500 feet. 3. The CW20-1D "ROAD WORK AHEAD" sign may be repeated if the or for routine maintenance work, when approved by the Engineer. with the triangle symbol may be omitted when stated elsewhere in the plans, 2. All traffic control devices illustrated are REQUIRED, except those denoted 1. Flags attached to signs where shown are REQUIRED. 2-12 NTS R.O.W. R.O.W. STAKE 24" 24" MINIMUM OVERLAP ENDS TIGHTLY NTS SECTION A-A R.O.W. BACK OF CURBBACK OF CURB FLOW FLOW DISTURBED AREA LIP OF GUTTER DISTURBED AREA LIP OF GUTTER DIRECTED STAKE AS OF LOG TO SECURE END FLOW DITCH DITCH FLOW LOG WITH EROSION CONTROL AREA DRAIN INLETS DRAINAGE ACCESS TO COMPLETELY SURROUND CONTROL LOG 12" TEMP. EROSION HOLD IN PLACE (TYP) OF LOG AS NEEDED TO STAKE ON DOWNHILL SIDE CONTROL LOG 12" TEMP. EROSION CONTROL LOG 12" TEMP. EROSION 2 ' 1'2 ' (TYP.) 1' CONTROL LOG 12" TEMP. EROSION DROP INLET SEDIMENT TRAP PLANS SHEET LEGEND SECTION B-B R.O.W. STAKE CONTROL DEVICE UNDER EROSION MULCH CRADLE CONTROL DEVICE 12" TEMP. EROSION Flow 6" CURB R O A D W A Y Flow Fl o w Fl o w CONTROL DEVICE 12" TEMP. EROSION BACK OF CURB INLET SEDIMENT TRAP RIGHT OF WAY SEDIMENT TRAP 2' 1'2' OF FLOW DIRECTION OF FLOW DIRECTION FED.RD. DIV.NO. STATE JOB COUNTYDISTRICT CONTROL SECTION SHEET NO. HIGHWAY NO. 6 TEXAS 1 L E V E L S D I S P L A Y E D 1 L E V E L S D I S P L A Y E D 1 L E V E L S D I S P L A Y E D L E V E L S D I S P L A Y E D 1 L E V E L S D I S P L A Y E D L E V E L S D I S P L A Y E D D I S C L A I M E R T h e u s e o f t h i s s t a n d a r d i s g o v e r n e d b y t h e T e x a s E n g i n e e r i n g P r a c t i c e A c t . N o w a r r a n t y o f a n y k i n d i s m a d e b y T x D O T f o r a n y p u r p o s e w h a t s o e v e r . T x D O T a s s u m e s n o r e s p o n s i b i l i t y f o r t h e c o n v e r s i o n o f t h i s s t a n d a r d t o o t h e r f o r m a t s o r f o r i n c o r r e c t r e s u l t s o r d a m a g e s r e s u l t i n g f r o m i t s u s e . PROJECT NO. NTS NTS NTS NTS NTS GENERAL NOTES CURB INLET SEDIMENT TRAP DI-ST DL-ST BOCI-ST CI-ST CI-ST DI-ST FLOW FLOW CONTROL LOG 12" TEMP. EROSION COMPOST CRADLE 100% WOOD CHIPS CONTROL LOG UNDER EROSION COMPOST CRADLE EROSION CONTROL DEVICES COMPOST CRADLE UNDER NEEDED TO ADEQUATELY SECURE LOG. LOG AT 8' C - C OR LESS AS STAKE ON DOWNHILL SIDE OF BOCI-ST is incidental and will not be paid for seperately. Cleaning and removal of accumulated sediment deposits to a depth of 1', whichever is less. been reduced by or the sediment has accumulated The trap should be cleaned when the capacity has limits where drainage flows away from the project 4. Just before the drainage leaves the construction 3. Just before the drainage leaves the right of way 2. Just before the drainage enters a water course 1. Immediately preceding drain inlets locations: Sediment traps should be placed in the following 1800 CF/Acre (0.5" over the drainage area). not exceed 5 acres. The trap capacity should be Traps: the drainage area for a sediment trap should out of runoff draining from an unstabilized area. A sediment trap may be used to precipitate sediment COMPOST CRADLE BACK OF CURB INLET SEDIMENT TRAP CURB INLET SEDIMENT TRAP PLAN VIEWLAP DETAILPLAN VIEW SEDIMENT BASIN & TRAP USAGE GUIDELINES RIGHT-OF-WAY SEDIMENT TRAP ROW-ST ROW-ST A A B B DROP INLET SEDIMENT TRAP STAKE. OF LOG TO SECURE END STAKE. OF LOG TO SECURE END ADEQUATELY SECURE LOG. OR LESS AS NEEDED TO SIDE OF LOG AT 8' C - C STAKE ON DOWNHILL STAKES. SECURE ENDS OF DITCH LINE SEDIMENT TRAP DL-ST DITCH LINE SEDIMENT TRAP AND WILL NOT BE PAID FOR SEPARATELY. 5. COMPOST CRADLE MATERIAL IS INCIDENTAL 2" PROTRUDES ABOVE LOG. 4' LONG, EMBEDDED SUCH THAT 4. STAKES SHALL BE 2" X 2" WOOD WITHOUT EXCESSIVE DEFORMATION. TO ACHIEVE DENSITY THAT WILL HOLD SHAPE 3. STUFF LOGS WITH SUFFICIENT FILTER MATERIAL USE RECYCLABLE CONTAINMENT MESH. SYSTEM. FOR TEMPORARY INSTALLATIONS, REMAIN IN PLACE AS PART OF A VEGETATIVE CONTAINMENT MESH ONLY WHERE LOG WILL BIODEGRADABLE OR PHOTODEGRADABLE 2. UNLESS OTHERWISE DIRECTED, USE OF LOGS SHALL BE 30' FOR 12" DIAMETER LOGS. THE PURPOSE INTENDED. MAXIMUM LENGTH RECOMMENDATIONS AND AS REQUIRED FOR BE IN ACCORDANCE WITH MANUFACTURER'S 1. LENGTHS OF EROSION CONTROL LOGS SHALL OR RETAINING WALL CONTROL LOG 12" TEMP. EROSION 100% WOOD CHIPS CONTROL LOG UNDER EROSION COMPOST CRADLE DITCH LINE SEDIMENT TRAP A-A F L O W F L O W F L O W CONTROL LOG 12" TEMP. EROSION A A TYP.8' O.C.T Y P . 8 ' O .C . MULCH CRADLE UNDER EROSION CONTROL DEVICE PENETRATE TOP LOG AS SHOWN DL-ST S T A K E W O O D C TxDOT 2006 STANDARD EROSION CONTROL 18 of 71 PROJECT LIMITS: WASTE MATERIALS: OFFSITE VEHICLE TRACKING: MAINTENANCE: INSPECTION: SILT FENCES HAY BALES DIVERSION, INTERCEPTOR, OR PERIMETER DIKES DIVERSION, INTERCEPTOR, OR PERIMETER SWALES DIVERSION DIKE AND SWALE COMBINATIONS PIPE SLOPE DRAINS PAVED FLUMES ROCK BEDDING AT CONSTRUCTION EXIT TIMBER MATTING AT CONSTRUCTION EXIT CHANNEL LINERS SEDIMENT TRAPS SEDIMENT BASINS STORM INLET SEDIMENT TRAP STONE OUTLET STRUCTURES CURBS AND GUTTERS STORM SEWERS VELOCITY CONTROL DEVICES PROJECT DESCRIPTION: STORM WATER MANAGEMENT: (Select T = Temporary or P = Permanent, as applicable) ROCK FILTER DAMS A. B. (Select T = Temporary or P = Permanent, as applicable) OTHER REQUIREMENTS & PRACTICES C.GENERAL SITE DATA 1. 2. 3. 4. 5. 6. 1. 2. 3. 4. 5. PRESERVATION OF NATURAL RESOURCES SOIL RETENTION BLANKET BUFFER ZONES PLANTING SODDING MULCHING (Hay or Straw)FLEXIBLE CHANNEL LINER RIGID CHANNEL LINER 1. 2. 3. STRUCTURAL PRACTICES: SOIL STABILIZATION PRACTICES: 4. OTHER:(Specify Practice) COMPOST MANUFACTURED TOPSOIL (Sheets X-Y) (Sheets X-Y) (Sheets X-Y) PROJECT SITE MAPS: (Sheets X-Y) (Sheets X-Y) FOR MAJOR SOIL DISTURBING ACTIVITIES SEQUENCE OF EVENTS: Other: Temporary detour road(s) Upgrading or replacing culverts or bridges Exstensive ditch grading Placement of road base EXISTING AND PROPOSED CONDITIONS: Site Acreage:Acreage disturbed: Description of existing vegetative cover: Percentage of existing vegetative cover: None or minimal cover Thin and Patchy Thick or uniformly established Site runoff coefficient (pre-construction):Site runoff coefficient (post-construction): RECEIVING WATERS: Existing vegetative cover: (mark one) (Mark all that apply) stormwater at the project location include: (mark all that apply) from the facility is inherent to the design. Additional factors affecting post-construction stormwater in a manner that is protective of public safety and property. The control of erosion The proposed facility was designed in consideration of hydraulic design standards to convey Existing or new vegetation provides natural filtration. provided by strategically placed pervious and impervious surfaces. The design includes provisions for permanent erosion controls Project includes permanent sedimentation controls (other than grass). Velocities do not require dissipation devices. Velocity-dissipation devices included in the design. NON-STORM WATER DISCHARGES: Off-site discharges are prohibited except as follows: 1. Discharges from fire fighting activities and/or fire hydrant flushings. all spilled material has been removed). used and where spills or leaks of toxic or hazardous materials have not occurred (unless 2. Vehicle, external building, and pavement wash water where detergents and soaps are not 3. Plain water used to control dust. 4. Plain water originating from potable water sources. 5. Uncontaminated groundwater, spring water or accumulated stormwater. materials such as solvents. 6. Foundation or footing drains where flows are not contaminated with process Description of soils:(Provide classification and description of soils) BEST MANAGEMENT PRACTICES Non-Joint Bid Utilities are not part of this SW3P. * Joint-bid utilities are covered by this SW3P (if marked): and/or fill to improve roadway profile, final grading and placement of topsoil and the following 3. Major soil disturbing activities may include but are not limited to: right-of-way preparation, cut approved by the Engineer. controls during construction to meet requirements and changing conditions and as directed/ 2. Begin phased construction with interim stabilization practices. Adjust erosion and sedimentation 1. Install controls down-slope of work area and initiate inspection and maintenance activities. A classified stream does not pass through project. shown. BMPs are to reduce sediments from road construction activities. shown on plan sheets are to be considered "proposed" unless/until install date is and/or as directed/approved by the Engineer to provide adequate controls. BMPs General timing or sequence for implementation of BMPs shall be as required must be shown on the SW3P Layout and included in the inspections. They must not be located in areas of concentrated flow. Concrete truck wash-out locations by the Engineer, they must be managed in a manner so as not to contaminate surface water. Concrete truck wash water discharges on the site should be prohibited or minimized. If allowed Other : 7. Other: MS4 Operator (name): Site is in a Municipal Separate Storm Sewer System (MS4). A classified stream passes through project. Name Segment Number from disturbed areas of the project: Name of receiving waters that will receive discharges * Surface Waters and Discharge Locations: Shown on Drainage and Culvert Layout Sheets * Project Specific Locations: Off-site waste, borrow, or storage areas are not part of this SW3P. * Major Controls and Locations of Stabilization Practices: Shown on SW3P Sheets Sections * Approx. Slopes Anticipated After Major Gradings and Areas of Soil Disturbance: Shown on Typical * Drainage Patterns: Shown on Drainage Area Maps * Project Location Map: Shown on Title Sheet * Project Latitude Project Longitude 97 13 33 W 27 37 44 N SEEDING COMPOST/MULCH FILTER BERM Center at 1-800-424-8802. release at or above the reportable quantity during a 24 hour period to the National Response All spills must be cleaned and disposed properly and reported to the Engineer. Report any additives for soil stabilization. BMPs shall be implemented to the storage areas of these products. products, fuels, oils, lubricants, solvents, paints, acids, concrete curing compounds and chemical Hazardous material spill/leak shall be prevented or minimized. At a minimum, this includes asphalt creeks and drainageways shall have priority followed by protecting storm sewer inlets. days unless they are scheduled to and do resume within 21 calendar days. The areas adjacent to construction activities have ceased, temporarily or permanently, shall be stabilized within 14 calendar maintenance must be scheduled and accomplished as soon as practicable. Disturbed areas on which equipment. If maintenance prior to the next anticipated storm event is impracticable, days after the surrounding exposed ground has dried sufficiently to prevent further damage from necessary, it shall be performed before the next anticipated storm event but no later than 7 calendar All erosion and sediment controls shall be maintained in good working order. If a repair is rainfall since the previous inspection. inspection must occur on a specifically defined day, regardless of whether or not there has been occur at least once every seven (7) calendar days. If this alternative schedule is developed, the of 0.5 inches or greater, the SW3P may be developed to require that these inspections will of once every fourteen (14) calendar days and within twenty four (24) hours of a storm As an alternative to the above-described inspection schedule following the inspection. for each inspection and the controls shall be revised on the SW3P within seven (7) calendar days An Inspection and Maintenance Report shall be prepared a storm of 0.5 inches or greater. at least once every fourteen (14) calendar days and within twenty four (24) hours of the end of personnel provided by the permittee and familiar with the SW3P must inspect disturbed areas materials, structural control measures, and locations where vehicles enter or exit the site, For areas of the construction site that have not been finally stabilized, areas used for storage of shall be constructed in a manner to minimize the runoff of pollutants. wetland, water body or stream bed. Construction staging areas and vehicle maintenance areas that may enter receiving waters. Construction material waste sites shall not be located in any sites, stockpiles and haul roads shall be constructed to minimize and control the amount of sediment non-hazardous municipal waste on the project shall not be permitted. Construction material waste regulation and the trash shall be hauled to a permitted disposal facility. The burying of provided by the Contractor. The dumpster shall be emptied as necessary or as required by local or originating from the project shall be collected and stored in a securely lidded metal dumpster, All non-hazardous municipal waste materials such as litter, rubbish, trash and garbage located on sediments on road shall be removed on a regular basis as directed/approved by the Engineer. Off-site vehicle tracking of sediments and the generation of dust must be minimized. Excess OTHER: See the EPIC sheet for additional environmental information. X X P P P T T X X X Native grasses 0.3 0.55 X Park Road 22 at Aquarius Drive/Packery Pointe Drive 0.3 0.55 N A R R A T I V E E N V I R O N M E N T A L intersection improvements. Park Road 22 at Aquarius Drive signal installations and OTHER:(Specify Practice) BIODEGRABLE COMPOST LOGS T S A N A N T O N I O , T E X A S 7 8 2 1 3 T E X A S B O A R D O F P R O F E S S I O N A L E N G I N E E R S , F I R M R E G I S T R A T I O N # 4 7 0 T E X A S B O A R D O F P R O F E S S I O N A L L A N D S U R V E Y I N G , F I R M R E G I S T R A T I O N # 1 0 1 9 3 9 7 4 F A X : 2 1 0 . 3 7 5 . 9 0 1 0 P H O N E : 2 1 0 . 3 7 5 . 9 0 0 0 2 0 0 0 N W L O O P 4 1 0 P l o t t e d o n : D e s i g n F i l e n a m e : THIS DOCUMENT HAS BEEN PRODUCED FROM MATERIAL THAT WAS STORED AND/OR TRANSMITTED ELECTRONICALLY AND MAY HAVE BEEN INADVERTENTLY ALTERED. RELY ONLY ON FINAL HARD COPY MATERIALS BEARING THE CONSULTANT'S ORIGINAL SIGNATURE AND SEAL. 1 0 / 1 / 2 0 1 5 P : \ 8 4 \ 1 8 \ 0 0 \ D e s i g n \ C i v i l \ E n v i r o n m e n t a l \ 7 0 8 0 0 1 P E R M I T . d g n CITY PROJECT # E15155 RECORD DRAWING NO. SHEETD A T E R E V I S I O N N O . B Y D E S C R I P T I O N C I T Y o f C O R P U S C H R I S T I 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 T E X A S D A T E R E V I S I O N N O . B Y D E S C R I P T I O N P A C K E R Y P O I N T E D E V E L O P M E N T STR 919 19 of 71 A P P R O V E D : D R A W N : D E S I G N : D A T E : C I T Y E N G I N E E R C H E C K : R E V I S I O N N O . B Y D A T E A U G U S T 2 0 1 5 J W C T S A G D G FED.RD. DIV.NO. STATE JOB COUNTYDISTRICT SECTION SHEET NO. HIGHWAY NO. TEXAS Clean Water Act, Section 402 National Pollutant Discharge Elimination System II. Edwards Aquifer VI.Vegetation Resources Habitat, State Listed Species, Candidate Species and Migratory Birds Federal Listed, and Proposed Threatened and Endangered Species, Critical Hazardous Materials or Contamination IssuesIV. V. Clean Water Act, Section 401 and 404 Compliance I. Cultural Resources Station # R/L of Centerline Commitment No Action Required Required Action Action No. The Contractor must adhere to all of the terms and conditions associated with the following permit(s): Permit 1. 2. 3. 4. R/L of Centerline Commitment No Action Required Required Action Action No. 2. 3. No Action Required Required Action Action No. 2. Station # R/L of Centerline Commitment No Action Required Required Action Action No. Station # R/L of Centerline Commitment No Action Required Required Action Action No. 1. 2. 3. 4. Station # R/L of Centerline Commitment No Action Required Required Action Action No. 3. 4. 5. Station # R/L of Centerline Commitment No Action Required Required Action Action No. 1. 2. 3. 4. 5. Other Environmental Issues prohibited unless specified in the USACE permit and approved by the Engineer. Filling, dredging or excavating in any water bodies, rivers, creeks, streams, wetlands or wet areas is III. VII. VIII. Required Action Applicable Plan Sheet Title Waters of the US/Station # Waters of the US immediate area and contact the Engineer immediately. sediment, building materials) are unexpectedly encountered during construction, cease work in the If potentially hazardous material and/or contaminated media (i.e. soil, groundwater, surface water, SAT to commencement of construction activities, as additional environmental clearances may be required. public. Any change orders and/or deviations to the final design must be reported to the Engineer prior have been developed during coordination with resource agencies, local governmental entities and the general During the design phase of project development the following environmental permits, issues and commitments ( Addresses MS4 requirements ) LISTED SPECIES following requirements: Schedule construction activities as needed to meet the 6 PROJECT NO. MIGRATORY BIRD NESTS: structures where special requirements apply. flightless birds) at any time of year. Inactive nests may be removed except on/in A. Do not remove or destroy any active migratory bird nests (nests containing eggs and/or deterrent materials may be applied to the structures to prevent future nest building. nests become inactive. After inactive nests are removed and/or before nest activity begins, B. On/in structures, if there are any active nests, they shall not be removed until all 1. structures during nesting season of the birds associated with the nests. habitat and contact the Engineer immediately. The work may not remove active nests from bridges and other If any of the listed species are observed, cease work in the immediate area, do not disturb species or the Engineer immediately. If caves or sinkholes are discovered, cease work in the immediate area, and contact Station # R/L of Centerline Commitment area within the project limits or as approved by the Engineer. upland area. Any material to be placed in a USACE jurisdictional water is to originate from an upland Any material originating from a USACE jurisdictional water will be used within the project limits in an 01/06 NUECES CONTROL (EPIC) ISSUES AND COMMITMENTS ENVIRONMENTAL PERMITS, 1. 2. 7080-01 Migratory Birds PARK ROAD 22 SAN ANTONIO, TEXAS 78216555 EAST RAMSEY FAX: 210.375.9010 PHONE: 210.375.9000 4. 3. 1. 2. 5. 4. 3. 2. 1. work in the immediate area and contact the Engineer immediately. found during construction. Upon discovery of archeological artifacts (bones, burnt rock, flint, pottery, etc.) cease Refer to TXDOT Standard Specifications in the event historical issues or archeological artifacts are No Permit Required 404 Permit and 401 Certification Required Understanding (MOU). in accordance with the First Amended Programmatic Agreement (2005) and Memorandum of of the discovery would cease and post review discovery procedures would be implemented 1. In the event the archeological deposits are encountered during construction work in the area 1. PROJECT LIMITS STORMWATER POLLUTION PREVENTION PLAN 20 of 71 P l o t t e d o n : D e s i g n F i l e n a m e : THIS DOCUMENT HAS BEEN PRODUCED FROM MATERIAL THAT WAS STORED AND/OR TRANSMITTED ELECTRONICALLY AND MAY HAVE BEEN INADVERTENTLY ALTERED. RELY ONLY ON FINAL HARD COPY MATERIALS BEARING THE CONSULTANT'S ORIGINAL SIGNATURE AND SEAL. 1 0 / 1 / 2 0 1 5 P : \ 8 4 \ 1 8 \ 0 0 \ D e s i g n \ C i v i l \ E n v i r o n m e n t a l \ 7 0 8 0 0 1 E P I C . d g n P : \ 8 4 \ 1 8 \ 0 0 \ D e s i g n \ C i v i l \ S t a n d a r d s \ S i g n a l \ P M _ 1 . d g n 1 0 / 1 / 2 0 1 5 23 of 71 30'10' L= WS 60 2 Formula L=WS * Pavement Edge 3" min.-4" max. 10" min.-12" max. 3" min.-4" max. STOP LINES Solid White Width: 12" min. 24" max. EDGE LINE 4" Solid White CENTERLINE * Length: 10' Gap: 30' * OPTIONAL on approaches to intersections (500' min.) 30' max. 4' min. 30' max. 4' min. 8-95 4" Yellow Centerline Edge Line 4" White Yellow Line 4" Solid Yellow Line 4" Solid 4" Yellow 4" Solid Yellow line may vary (typ.) Shoulder width may vary Shoulder width no shoulder exists (typ.) 6" min. when Edgeline striping shall be as shown in the plans or as directed by the Engineer. The traveled way includes only that portion of the roadway used for vehicular travel and not the parking lanes, sidewalks, berms and shoulders. The traveled two lane roadway. 5-00 (typ.) 6" min. The edgeline should typically be placed a minimum of 6 inches from the edge of ways shall be measured from the inside of edgeline to inside of edgeline of a Edgelines are not required in curb and gutter sections of roadways. Based on Traveled Way and Pavement Widths for Undivided Highways Traveled Way Width 20' for Edgelines Minimum Requirements Pavement Width 16' W 20' for Centerlines without Edgelines Minimum Requirements pavement. This distance may vary due to pavement raveling or other conditions. Posted Speed * S=Posted Speed (MPH) L=Length of Crosshatching (FT.) W=Width of Offset (FT.) 5 foot increment. Crosshatching length should be rounded up to nearest traffic speeds normally exceed the posted speed limit. 85th Percentile Speed may be used on roads where TABLE 1 - TYPICAL LENGTH (L) 2 L = 4(40) / 60 = 106.67 ft. rounded to 110 ft. hatching should be: 2 feet on a 40 MPH roadway. The length of the cross- A 4 foot shoulder in advance of a bridge reduces to L = 8 x 70 = 560 ft. hatching should be: 4 feet on a 70 MPH roadway. The length of the cross- An 8 foot shoulder in advance of a bridge reduces to EXAMPLES: 8-00 3 to 12" 24" 36" 3 to 12" 12" 18" 3-03 Texas Department of Transportation s i o n o f t h i s s t a n d a r d t o o t h e r f o r m a t s o r f o r i n c o r r e c t r e s u l t s o r d a m a g e s r e s u l t i n g f r o m i t s u s e . k i n d i s m a d e b y T x D O T f o r a n y p u r p o s e w h a t s o e v e r . T x D O T a s s u m e s n o r e s p o n s i b i l i t y f o r t h e c o n v e r - D I S C L A I M E R : T h e u s e o f t h i s s t a n d a r d i s g o v e r n e d b y t h e " T e x a s E n g i n e e r i n g P r a c t i c e A c t " . N o w a r r a n t y o f a n y F I L E : D A T E : Traffic Operations Division DN:CK:DW:CK:C TxDOT JOB COUNTY CONT SECT DIST REVISIONS HIGHWAY SHEET NO. 22A TXDOT TXDOT TXDOT TXDOTNovember 1978 PAVEMENT MARKINGS TYPICAL STANDARD PM(1)-12 2-12 WITH OR WITHOUT SHOULDERS FOUR LANE TWO-WAY ROADWAY CENTERLINE AND LANE LINES FOUR LANE DIVIDED ROADWAY INTERSECTIONS ROADWAYS WITH REDUCED SHOULDER WIDTHS ACROSS BRIDGE OR CULVERT YIELD LINES Pavement Edge 8" Solid White Channelizing Line 12" max. 10" min.- 4" White Edge Line 4" White Lane Line 4" Solid Yellow Line 4" White Lane Line 4" White Edge Line 4" Yellow Edge Line stop/yield line edgeline to 48" min. from 4" Yellow Edge Line Width Median Width Median 12"-24" White Stop or Yield Line The narrow median width will be the controlling width to determine if markings are required. different between intersections, interchanges and of opposite approaches of the same intersection. traveled way to edge of traveled way. The median excludes turn lanes. The median width might be width is defined as the area between two roadways of a divided highway measured from edge of bars and centerlines shall be placed when the median width is greater than 30 ft. The median All medians shall be field measured to determine the location of necessary striping. Stop/Yield 30'10' Pavement Edge 4" White Lane Line Yellow Line 4" Solid 4" White Edge Line 48' only) way greater than (12" max. for traveled 3" min.-4" usual 6" min. (typ.) 30'10' Pavement Edge 4" White Lane Line 4" Yellow Edge Line 4" White Edge Line 6" min. (typ.) 20' typ. of Curb or Face Bridge Rail Lane width greater than or equal to 11' NOTES: (L) White edgeline White edgeline White 4" Varies 24" typ. 12" min. 1. No-passing zone on bridge approach is optional but if used, it shall be a minimum 500 feet long. 4" Minimum W 5. For guard fence details, refer elsewhere in the plans. 2. For crosshatching length (L) see Table 1. 3. The width of the offset (W) and the required crosshatching width is the full shoulder width in advance of the bridge. GENERAL NOTES 1. 2. 40 45 WITH OR WITHOUT SHOULDERS ONE-WAY ROADWAY EDGE LINE AND LANE LINES TWO LANE TWO-WAY ROADWAY WITH OR WITHOUT SHOULDERS EDGE LINE & CENTERLINE GUIDE FOR PLACEMENT OF STOP LINES, MATERIAL SPECIFICATIONS DMS-6130 BITUMINOUS ADHESIVE FOR PAVEMENT MARKERS PAVEMENT MARKERS (REFLECTORIZED) EPOXY AND ADHESIVES DMS-6100 DMS-4200 DMS-8200 DMS-8220 DMS-8240 TRAFFIC PAINT HOT APPLIED THERMOPLASTIC PERMANENT PREFABRICATED PAVEMENT MARKINGS All pavement marking materials shall meet the required Departmental Material Specifications as specified by the plans. FOR POSTED SPEED ON ROAD BEING MARKED EQUAL TO OR GREATER THAN 45 MPH FOR POSTED SPEED ON ROAD BEING MARKED EQUAL TO OR LESS THAN 40 MPH 30-45 o 4. The crosshatching is not required if delineators or barrier reflectors are used along the structure. P : \ 8 4 \ 1 8 \ 0 0 \ D e s i g n \ C i v i l \ S t a n d a r d s \ S i g n a l \ P M _ 2 . d g n 1 0 / 1 / 2 0 1 5 24 of 71 4-92 80' 80' 1"-4" 1"-4" 80'40'40'40' 40'40'40' Type II-A-A Type I-C Type II-A-A Type II-A-A Type I-C Type II-A-A Centerline Symmetrical around centerline Continuous two-way left turn lane CENTERLINE & LANE LINES SEE DETAIL "C" FOR FOUR LANE TWO-WAY HIGHWAYS DETAIL "A"DETAIL "B" Type I-C or II-C-R Type I-C or II-C-R 1"-4" REFLECTIVE RAISED PAVEMENT MARKERS FOR VEHICLE POSITIONING GUIDANCE 4" 10'30' USING REFLECTIVE PROFILE PAVEMENT MARKINGS 4" 12"+ 1" 3‚"+ ƒ"6"5"+ " OPTIONAL 6" LANE LINE OR6" 5"+ " 18"+ 1" 4" LANE LINE REFLECTORIZED PROFILE PATTERN DETAIL 12"+ 1" 4" 3‚" + ƒ" OR OPTIONAL 6" EDGE LINE OR CENTERLINE On concrete pavements the raised pavement markers SEE DETAIL "B"SEE DETAIL "A" shall be placed in line with and midway between All raised pavement markers placed in broken lines the stripes. should be placed to one side of the longitudinal joints. 80' 1"-2" 1"-2"Type II-A-A Type II-A-A DETAIL "C" 4" EDGE LINE OR CENTERLINE 4" 4" 4" POSITION GUIDANCE USING REFLECTORIZED PROFILE MARKINGS 5-00 2 to 3"2 to 3"2 to 3" 2 to 3" in height 300 to 500 mil CENTER OR EDGELINE BROKEN LANE LINE Raised pavement marker Type I-C, clear face toward normal traffic, shall be placed on 80-foot centers. 4" 4" 3-4" 8-00 PM(2)-12 RAISED MARKERS Texas Department of Transportation s i o n o f t h i s s t a n d a r d t o o t h e r f o r m a t s o r f o r i n c o r r e c t r e s u l t s o r d a m a g e s r e s u l t i n g f r o m i t s u s e . k i n d i s m a d e b y T x D O T f o r a n y p u r p o s e w h a t s o e v e r . T x D O T a s s u m e s n o r e s p o n s i b i l i t y f o r t h e c o n v e r - D I S C L A I M E R : T h e u s e o f t h i s s t a n d a r d i s g o v e r n e d b y t h e " T e x a s E n g i n e e r i n g P r a c t i c e A c t " . N o w a r r a n t y o f a n y F I L E : D A T E : Traffic Operations Division April 1977 DN:CK:DW:CK:C TxDOT JOB COUNTY CONT SECT DIST REVISIONS HIGHWAY SHEET NO. 22B TXDOT TXDOT TXDOT TXDOT 2-08 2-10 with a posted speed limit of 45 MPH or less. Profile markings shall not be placed on roadways NOTE: SECTION A o o Adhesive Surface Reflectorized RAISED PAVEMENT MARKERS Type I (Top View) Type II (Top View) AA AA Surface Roadway 25 min 35 max- CENTERLINE AND LANE LINES FOR TWO-WAY LEFT TURN LANE LANE LINES FOR ONE-WAY ROADWAY (NON-FREEWAY FACILITIES) CENTERLINE FOR ALL TWO LANE ROADWAYS 2-12 Surface Reflectorized GENERAL NOTES toward normal traffic and red face toward wrong-way traffic. Raised pavement markers Type II-C-R shall have clear face MATERIAL SPECIFICATIONS All pavement marking materials shall meet the required Departmental Material Specifications as specified by the plans. DMS-6130 EPOXY AND ADHESIVES DMS-6100 DMS-4200 DMS-8200 DMS-8220 DMS-8240 TRAFFIC PAINT HOT APPLIED THERMOPLASTIC PERMANENT PREFABRICATED PAVEMENT MARKINGS BITUMINOUS ADHESIVE FOR PAVEMENT MARKERS PAVEMENT MARKERS (REFLECTORIZED) height of 7 quarters. equal to a stack of 5 quarters to a maximum line and profile marking is approximately A quick field check for the thickness of base P : \ 8 4 \ 1 8 \ 0 0 \ D e s i g n \ C i v i l \ S t a n d a r d s \ S i g n a l \ P M _ 3 . d g n 1 0 / 1 / 2 0 1 5 25 of 71 5-00 RURAL LEFT TURN BAYS DIVIDED HIGHWAYS AND TWO-WAY LEFT TURN LANES PAVEMENT MARKINGS FOR 8-00 3-03 Texas Department of Transportation s i o n o f t h i s s t a n d a r d t o o t h e r f o r m a t s o r f o r i n c o r r e c t r e s u l t s o r d a m a g e s r e s u l t i n g f r o m i t s u s e . k i n d i s m a d e b y T x D O T f o r a n y p u r p o s e w h a t s o e v e r . T x D O T a s s u m e s n o r e s p o n s i b i l i t y f o r t h e c o n v e r - D I S C L A I M E R : T h e u s e o f t h i s s t a n d a r d i s g o v e r n e d b y t h e " T e x a s E n g i n e e r i n g P r a c t i c e A c t " . N o w a r r a n t y o f a n y F I L E : D A T E : Traffic Operations Division April 1998 DN:CK:DW:CK:C TxDOT JOB COUNTY CONT SECT DIST REVISIONS HIGHWAY SHEET NO. 22C TXDOT TXDOT TXDOT TXDOT 2-10 PM(3)-12 2-12TYPICAL TRANSITION FOR TWLTL AND DIVIDED HIGHWAY 20' SEE DETAIL A 20' See Note 5(typ.) 8" White 20' 1" (Typ) Solid 4" Yellow SEE DETAIL A 4" white broken 9'3' *** (typ.) 24" White 4" yellow broken Varies based on length of turn bay ***Typically equal to the length of storage lane ** TWO-WAY STREET MINOR 9'3' SEE DETAIL B MATERIAL SPECIFICATIONS All pavement marking materials shall meet the required Departmental Material Specifications as specified by the plans. DMS-6130 EPOXY AND ADHESIVES DMS-6100 DMS-4200 DMS-8200 DMS-8220 DMS-8240 TRAFFIC PAINT HOT APPLIED THERMOPLASTIC PERMANENT PREFABRICATED PAVEMENT MARKINGS PAVEMENT MARKERS (REFLECTORIZED) broken 4" yellow Type II-A-A Markers Type II-A-A Markers Varies Dotted 8" white Lane Line 1 Mile (Auxiliary Lane) Dotted 8" white Lane Line 4" yellow broken 4" white broken BITUMINOUS ADHESIVE FOR PAVEMENT MARKERS 4" yellow solid broken 4" white 20' 48' Type I-C 48' Type I-C Varies (See note 3) Varies (See note 3) 1 Mile (Lane Drop) 20' Typical 12' Min. Full Lane Width by the Engineer in the field. and Crosswalk shall be approved Final placement of Stop Bar DETAIL B DETAIL A unless stated elsewhere in the plans. intersection or dedicated turn bay is not required corridor. Repeating the marking after each the beginning of a two-way left-turn lane within a marking should be used at or just downstream from 6. A two-way left-turn (TWLT) lane-use arrow pavement divided highways and raised medians. lanes. Raised pavement marker Type II-C-R with highways, flush medians and two way left turn 5. Raised pavement marker Type I-C with undivided used. Manual on Uniform Traffic Control Devices" may be 4. Other crosswalk paterns as shown in the "Texas near the upstream end of the full-width turn lane. for a short turn lane, it should be located at or lane use arrow or word and arrow marking is used the bay is greater than 180 feet. When a single two sets of arrows should be used if the length of 3. When lane used word and arrow markings are used, Sign Designs for Texas. words and arrows as shown in the Standard Highway lanes and turn bays for emphasis. Details for or word and arrow markings may be used in other of substantial length. Lane use arrow markings arrow markings should be used in auxiliary lanes become mandatory turn lanes. Lane use word and where through lanes approaching an intersection 2. Lane use word and arrow markings shall be used placement and details. 1. Refer elsewhere in plans for additional RPM See note 6 TYPICAL TWLTL AT ONE-WAY STREET AND RIGHT TURN AUXILIARY LANE ( O N E - W A Y , N O N - S I G N A L I Z E D ) M I N O R C R O S S S T R E E T TYPICAL TWLTL AT TWO-WAY CROSS STREET AND RIGHT TURN LANE DROP O N L Y O N L Y O N L Y O N L Y ( T W O - W A Y , N O N - S I G N A L I Z E D ) M I N O R C R O S S S T R E E T M A J O R C R O S S S T R E E T 4" yellow solid spaced at 20' Type II-A-A 8" white (Typ) spaced at 20' Type II-C-R Type I-C or O N L Y O N L Y DETAIL C Type II-A-A Markers 3-4" 3-4"20' 1'-6" Stop Line 24" White lines crosswalk 12" White typ. 4'min. 6' Yellow Solid 4" Yellow Solid 4" 32'typical 32' Type I-C solid 8" white GENERAL NOTES SEE DETAIL C SEE DETAIL C TYPICAL TWO-LANE HIGHWAY INTERSECTION WITH LEFT TURN BAYS 30-45° P : \ 8 4 \ 1 8 \ 0 0 \ D e s i g n \ C i v i l \ S t a n d a r d s \ P a v e m e n t M a r k e r s \ P E D 0 5 . D G N 1 0 / 1 / 2 0 1 5 26 of 71 DN:CK:DW:CK:FILE: JOB COUNTY SECT DIST REVISIONS HIGHWAY SHEET NO. C TxDOT o f t h i s s t a n d a r d t o o t h e r f o r m a t s o r f o r i n c o r r e c t r e s u l t s o r d a m a g e s r e s u l t i n g f r o m i t s u s e . k i n d i s m a d e b y T x D O T f o r a n y p u r p o s e w h a t s o e v e r . T x D O T a s s u m e s n o r e s p o n s i b i l i t y f o r t h e c o n v e r s i o n T h e u s e o f t h i s s t a n d a r d i s g o v e r n e d b y t h e " T e x a s E n g i n e e r i n g P r a c t i c e A c t " . N o w a r r a n t y o f a n y D I S C L A I M E R : CONT TxDOT or proposed sidewalk Min. 2' taper to existing 8.3% max.S i d ew a l k R am p W i d t h=S i d ew a l k W i d t h in the plans. shown elsewhere Curb details are S i d ew a l k m a x. m a x. L a n di n g protect dropoff walking surface or Planting or other non- 6' p r e f e r r e d , 5'm i n (Sidewalk set back from curb) Landing Shared Landing Shared 4' min 5' preferred 4' min.5' preferred, Surface Walking DIRECTIONAL RAMPS WITHIN RADIUS Equal RampSlopeL a n d i ng R a m p 8. 3 % R a m p 8. 3 % LandingShared Flare R a m p r u n SlopeEqual Ramp8.3% max. or transition to street. portion of ramp, landing exceed 2% on any Cross slope not to or transition to street. portion of ramp, landing exceed 2% on any Cross slope not to m a x. max. 8.3% max. 8.3% max. 8.3% max. max. LandingShared 2% max. 2% max. LandingShared5'X 5' Flare 8.3% with crosswalk Align curb parallel 2 % 2 % 2 % L a n di n g 4' min. 5' Preferred of curb Projected back 5'm i n . protect dropoff walking surface or Planting or other non- protect dropoff walking surface or Planting or other non- BLENDED TRANSITION detectable warning surfaces. If median is less than 6' wide, eliminate with minimum 2' smooth surface between. at each end of cut-through ramp Install detectable warning surface max. at 8.3% max. 2' min. run Curb Ramp 5' min. 6' preferred, 8.3% Ramp max. TYPE 1 PERPENDICULAR CURB RAMP TYPE 5 COMBINATION ISLAND RAMPS TYPE 22 Landing OFFSET PARALLEL CURB RAMP Varies Sidewalk Sidewalk 2% 2%Curb Flare Flare FlareFlare (Sidewalk adjacent to curb) TYPE 10 TYPE 2 PARALLEL CURB RAMP (Use only where water will not pond in the landing.) L a n d i n g TYPE 7 R am p W i d t h = S i d ew a l k W i d t h CURB RAMPS AT MEDIAN ISLANDS TYPE 20 TYPE 21 8. 3 % Landing Flare Ramp Side Flare 8.3% TYPE 3 TYPE 6 2 % COMBINATION CURB RAMPS Flare 8.3% Ramp max. 5 ' m i n . TYPE 11 2 of 4 for more information. See General Notes on sheet circulation path. not part of pedestrian non-walking surface Denotes planting or NOTES / LEGEND: Detectable Warning Surface Ramp Limits of Payment RM TxDOT VP Varies VP June 13, 2012 5' min. max. 8.3% 5' mi n. 6' pr ef err e d 5' min. 5' min. 2% m ax . 2% m ax . .min5' max. Ramp 8.3% max. Ramp 8.3% max. Ramp 8.3% 5' min. f or r ef u g e 6' mi n.5' min. 5' mi n. 5 ' m i n . 2 ' m i n . 5' mi n. Shared Landing 5'x 5'(min.) 5' min. 5' min. Landing 2' min. Curb Ramp 5 ' m i n .PEDESTRIAN FACILITIES CURB RAMPS PED-12A Standard Division Design SHEET 1 OF 4 ped12a.dgn March 2002 P : \ 8 4 \ 1 8 \ 0 0 \ D e s i g n \ C i v i l \ S t a n d a r d s \ P a v e m e n t M a r k e r s \ P E D 0 5 _ 2 . d g n 1 0 / 1 / 2 0 1 5 27 of 71 DN:CK:DW:CK:FILE: JOB COUNTY SECT DIST REVISIONS HIGHWAY SHEET NO. C TxDOT o f t h i s s t a n d a r d t o o t h e r f o r m a t s o r f o r i n c o r r e c t r e s u l t s o r d a m a g e s r e s u l t i n g f r o m i t s u s e . k i n d i s m a d e b y T x D O T f o r a n y p u r p o s e w h a t s o e v e r . T x D O T a s s u m e s n o r e s p o n s i b i l i t y f o r t h e c o n v e r s i o n T h e u s e o f t h i s s t a n d a r d i s g o v e r n e d b y t h e " T e x a s E n g i n e e r i n g P r a c t i c e A c t " . N o w a r r a n t y o f a n y D I S C L A I M E R : CONT SHEET 2 OF 4 TxDOT Curb Ramps Detectable Warning Material otherwise directed. 14. Place concrete at a minimum depth of 5" for ramps, flares and landings, unless General Notes should be used. Adjust curb ramp length or grade of approach sidewalks as directed. All slopes shown are maximum allowable. Lesser slopes that will still drain properly2. Install a curb ramp or blended transition at each pedestrian street crossing.1. Landings shall be 5'x 5' minimum with a maximum 2% slope in any direction.4. contained within the crosswalk and wholly outside the parallel vehicular travel path. Maneuvering space at the bottom of curb ramps shall be a minimum of 4'x 4' wholly5. Maximum allowable cross slope on sidewalk and curb ramp surfaces is 2%.6. otherwise protected. either because the adjacent surface is planted, substantially obstructed, or curbs may be used only where pedestrians would not normally walk across the ramp, Flared sides shall be sloped at 10% maximum, measured parallel to the curb. Returned Provide flared sides where the pedestrian circulation path crosses the curb ramp.7. (TAS) and 16 TAC 68.102. texture may be found in the current edition of the Texas Accessibility Standards Additional information on curb ramp location, design, light reflective value and8. passage over or through them. measured from back of curbs. Medians should be designed to provide accessible To serve as a pedestrian refuge area, the median should be a minimum of 6' wide,9. of curb ramps, shall be cut through level with the surface of the street. Small channelization islands, which do not provide a minimum 5'x 5' landing at the top10. curb ramps shall align with theoretical crosswalks unless otherwise directed. elsewhere in the plans. At intersections where crosswalk markings are not required, Crosswalk dimensions, crosswalk markings and stop bar locations shall be as shown11. route crosses (penetrates) a curb. Handrails are not required on curb ramps. Provide curb ramps wherever on accessible12. "Sidewalks". Curb ramps and landings shall be constructed and paid for in accordance with Item 53113. Provide a smooth transition where the curb ramps connect to the street.15. ramp for payment, whether it is concrete curb, gutter, or combined curb and gutter. Curbs shown on sheet 1 within the limits of payment are considered part of the curb16. the plans. Existing features that comply with TAS may remain in place unless otherwise shown on17. adjacent to uncolored concrete, unless specified elsewhere in the plans. approved cast-in-place dark brown or dark red detectable warning surface material visually with adjoining surfaces, including side flares. Furnish and install an truncated domes complying with Section 705 of the TAS. The surface must contrast Curb ramps must contain a detectable warning surface that consists of raised18. Detectable warning surfaces must be slip resistant and not allow water to accumulate.20. pedestrian access route enters the street. pedestrian travel, and extend the full width of the curb ramp or landing where the Detectable warning surfaces shall be a minimum of 24" in depth in the direction of21. with manufacturer's specifications. DMS 4350 and be listed on the Material Producer List. Install products in accordance Detectable Warning Materials must meet TxDOT Departmental Materials Specification19. warning surface for each curb ramp type. Shaded areas on Sheet 1 of 4 indicate the approximate location for the detectable23. 5'x 5' passing areas at intervals not to exceed 200' are required. constraints, sidewalk width may be reduced to 4' for short distances. a 6' sidewalk width is desirable. Where a 5' sidewalk cannot be provided due to site The minimum sidewalk width is 5'. Where the sidewalk is adjacent to the back of curb,3. VP June 13, 2012 pedestrian travel) (Domes to run parallel to Detectable warning surface (Typical) Side curb curb Back of Detectable Warning Pavers Sidewalks Lay in a two by two unit basket weave pattern or as directed. Furnish detectable warning paver units meeting all requirements of ASTM C-936, C-33.24. of a full unit. Cut detectable warning paver units using a power saw. Lay full-size units first followed by closure units consisting of at least 25 percent25. Operable parts shall be placed within one or more reach ranges specified in TAS 308. Provide clear ground space at operable parts, including pedestrian push buttons.26. or clear ground space. drainage facilities and other items so as not to obstruct the pedestrian access route Place traffic signal or illumination poles, ground boxes, controller boxes, signs,27. Street grades and cross slopes shall be as shown elsewhere in the plans. 28. Changes in level greater than 1/4 inch are not permitted.29. shall comply with TAS 505. protect pedestrians from potentially hazardous conditions. If provided, handrails handrails may be desirable to improve accessibility. Handrails may also be needed to the parallel roadway. Where a continuous grade greater than 5% must be provided, of sidewalks and crosswalks within the public right of way may follow the grade of The least possible grade should be used to maximize accessibility. The running slope30. intersecting pedestrian routes. Handrail extensions shall not protrude into the usable landing area or into31. in accordance with Item, "Sidewalks". "Intersections, Driveways and Turnouts". Sidewalks shall be constructed and paid for Driveways and turnouts shall be constructed and paid for in accordance with Item32. Sidewalk details are shown elsewhere in the plans.33. DETECTABLE WARNINGS curb Back of warning surface Detectable Ramp Landing Min. 2'-0" surface on landing at street edge. Typical placement of detectable warning PARALLEL CURB RAMP curb Back of (Typical) Side flare pedestrian travel) parallel to surface(Domes to run Detectable warning Landing d i r e c t i o n t r a v e l P e d e s t r i a n Min. 2'-0" PERPENDICULAR CURB RAMP warning surface on sloping ramp run. Typical placement of detectable No. 3 rebar at specifications conform to applicable Class A Concrete - Shall warning panel Prefabricated detectable with truncated domes Detectable warning paver both ways 18" (max.) on-center SECTION: CURB RAMP AT DETECTABLE WARNING (Typ) Side flare No. 3 rebar at both ways 18" (max.) on-center detectable warning material. Min. 5" depth exclusive of Ramp Landing Min. 2'-0" Ramp d i r e c t i o n t r a v e l P e d e s t r i a n d i r e c t i o n t r a v e l P e d e s t r i a n Ramp DIRECTIONAL CURB RAMP warning surface on sloping ramp run. Typical placement of detectable along the corner radius. break between the ramp run and the street. Detectable warning surfaces may be curved is at the back of curb. Align the rows of domes to be perpendicular to the grade 22. Detectable warning surfaces shall be located so that the edge nearest the curb line PEDESTRIAN FACILITIES CURB RAMPS PED-12A Standard Division Design RM TxDOT VPped12a.dgn March 2002 P : \ 8 4 \ 1 8 \ 0 0 \ D e s i g n \ C i v i l \ S t a n d a r d s \ P a v e m e n t M a r k e r s \ P E D 0 5 _ 3 . d g n 1 0 / 1 / 2 0 1 5 28 of 71 DN:CK:DW:CK:FILE: JOB COUNTY SECT DIST REVISIONS HIGHWAY SHEET NO. C TxDOT o f t h i s s t a n d a r d t o o t h e r f o r m a t s o r f o r i n c o r r e c t r e s u l t s o r d a m a g e s r e s u l t i n g f r o m i t s u s e . k i n d i s m a d e b y T x D O T f o r a n y p u r p o s e w h a t s o e v e r . T x D O T a s s u m e s n o r e s p o n s i b i l i t y f o r t h e c o n v e r s i o n T h e u s e o f t h i s s t a n d a r d i s g o v e r n e d b y t h e " T e x a s E n g i n e e r i n g P r a c t i c e A c t " . N o w a r r a n t y o f a n y D I S C L A I M E R : CONT SHEET 3 OF 4 TxDOT non-walking surface Planting or other A pr o n Dri v e w a y A pr o n Dri v e w a y RANGE CANE DETECTABLE ZONE PROTECTED P R O T E C T E D Z O N E 5 3 " above the surface. for post or wall mounted objects between 27"and 80" In pedestrian circulation area, maximum 4" projection PROJECTION 4" MAX. POST PROJECTION 4" MAX. WALL Payment Concrete Driveway Payment Concrete Driveway Payment Concrete Driveway Payment Concrete Driveway detectable warning not required. or equal to 5%. Handrail and 6 inches, use grade less than If curb height is greater than Setback sidewalk 5' 8.3% 8.3% Ramp sidewalk 5'Mi ni m u m Apron offset sidewalk 5' Us u al Wide sidewalk Mi n 2 % 4' Mi n 10% 10%2 % 4' Mi n 5' Us u al 2 % 4' Mi n 10% 10% Dri v e w a y A pr o n 4' Mi n 5' Us u al 2 % 5' Mi n 27" 80" PROTECTED ZONE 5' Mi n Dri v e w a y A pr o n 5'Us u al SIDEWALK TREATMENT AT DRIVEWAYS CAFE TO PEDESTRIAN PUSH BUTTON CLEAR GROUND SPACE ADJACENT IN ANY DIRECTION MAXIMUM 2% SLOPE 4' MI N 4' MIN 5'-0" BETWEEN OBSTRUCTIONS MIN. DISTANCE 2'-0" OBSTRUCTION MAX. LENGTH OF O B S T R U C T I O N 4 ' M I N . A T (POLE, HYDRANT, ETC.) OBSTRUCTION MAILBOX, ETC.) (CONTROLLER CABINET, OBSTRUCTION O B S T R U C T I O N 4 ' M I N . A T CURB VERTICAL CLEARANCE 80" DETECTION BARRIER FOR 2 7 " 4" MAX bottom to provide a maximum 4" overhang. additional curb or foundation at the pedestrian circulation area, construct a protrusion of more than 4" into the than 27" from the surface would create When an obstruction of a height greater additional treatment. by cane and do not require height 27" are detectable Protruding objects of a P H O N E 2 7 " M A X PLAN VIEW PLACEMENT OF STREET FIXTURES REQUIRED AT PUBLIC USE FIXTURES.) MINIMUM 4' x 4' CLEAR GROUND SPACE (ITEMS NOT INTENDED FOR PUBLIC USE. VP June 13, 2012 5 ' M I N . S I D E W A L K 5 ' M I N . S I D E W A L K PEDESTRIAN FACILITIES CURB RAMPS PED-12A Standard Division Design RM TxDOT VPped12a.dgn March 2002 P : \ 8 4 \ 1 8 \ 0 0 \ D e s i g n \ C i v i l \ S t a n d a r d s \ P a v e m e n t M a r k e r s \ P E D 0 5 _ 4 . d g n 1 0 / 1 / 2 0 1 5 29 of 71 DN:CK:DW:CK:FILE: JOB COUNTY SECT DIST REVISIONS HIGHWAY SHEET NO. C TxDOT o f t h i s s t a n d a r d t o o t h e r f o r m a t s o r f o r i n c o r r e c t r e s u l t s o r d a m a g e s r e s u l t i n g f r o m i t s u s e . k i n d i s m a d e b y T x D O T f o r a n y p u r p o s e w h a t s o e v e r . T x D O T a s s u m e s n o r e s p o n s i b i l i t y f o r t h e c o n v e r s i o n T h e u s e o f t h i s s t a n d a r d i s g o v e r n e d b y t h e " T e x a s E n g i n e e r i n g P r a c t i c e A c t " . N o w a r r a n t y o f a n y D I S C L A I M E R : CONT SHEET 4 OF 4 TxDOT PEDESTRIAN FACILITIES CURB RAMPS RAMP PLACEMENT SPLIT RADIAL TO CURB SIDEWALK ADJACENT FROM CURB SIDEWALK REMOTE TO CURB SIDEWALK ADJACENT FROM CURB SIDEWALK REMOTE TO CURB SIDEWALK ADJACENT LANDINGS 5'x 5'(MIN) SPACES MANEUVERING 4'x 4'(MIN) LANDINGS 5'x 5'(MIN) SPACES MANEUVERING 4'x 4'(MIN) SPACES MANEUVERING 4'x 4'(MIN) LANDINGS 5'x 5'(MIN) TO CURB SIDEWALK ADJACENT W/FREE RIGHT TURN & ISLAND AT INTERSECTION MIN.5' LANDINGS 5'x 5'(MIN) SHARED LANDINGS 5'x 5'(MIN) PERPENDICULAR RAMPS TO CURB SIDEWALK ADJACENT FROM CURB SIDEWALK REMOTE LANDING 5'x 5'(MIN) NORMAL INTERSECTION WITH "SMALL" RADIUS SIDEWALK SIDEWALK SIDEWALK STOP BAR SKEWED INTERSECTION WITH "SMALL" RADIUS STOP BAR SIDEWALK STOP BAR CROSSWALK CROSSWALK SIDEWALK CROSSWALK SIDEWALK SKEWED INTERSECTION WITH "LARGE" RADIUS STOP BAR SI D E W A L K CROSSWALK C R O S S W A L K MID-BLOCK PLACEMENT SIDEWALK SIDEWALK 5'MIN TYPICAL CROSSING LAYOUTS 5' MIN. 6' PREFERRED VP June 13, 2012 PED-12A Standard Division Design RM TxDOT VPped12a.dgn March 2002 DN:CK:DW:CK:FILE: JOB COUNTY SECT DIST REVISIONS HIGHWAY SHEET NO. C TxDOT o f t h i s s t a n d a r d t o o t h e r f o r m a t s o r f o r i n c o r r e c t r e s u l t s o r d a m a g e s r e s u l t i n g f r o m i t s u s e . k i n d i s m a d e b y T x D O T f o r a n y p u r p o s e w h a t s o e v e r . T x D O T a s s u m e s n o r e s p o n s i b i l i t y f o r t h e c o n v e r s i o n T h e u s e o f t h i s s t a n d a r d i s g o v e r n e d b y t h e " T e x a s E n g i n e e r i n g P r a c t i c e A c t " . N o w a r r a n t y o f a n y D I S C L A I M E R : CONT F I L E : D A T E : 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 P : \ 8 4 \ 1 8 \ 0 0 \ D e s i g n \ C i v i l \ S t a n d a r d s \ S i g n a l \ E D 5 - 0 3 _ 0 1 . d g n 1 0 / 1 / 2 0 1 5 36 of 71 DN:CK:DW:CK:FILE: JOB COUNTY SECT DIST REVISIONS TxDOT TxDOT TxDOT TxDOT HIGHWAY SHEET NO. o f t h i s s t a n d a r d t o o t h e r f o r m a t s o r f o r i n c o r r e c t r e s u l t s o r d a m a g e s r e s u l t i n g f r o m i t s u s e . k i n d i s m a d e b y T x D O T f o r a n y p u r p o s e w h a t s o e v e r . T x D O T a s s u m e s n o r e s p o n s i b i l i t y f o r t h e c o n v e r s i o n T h e u s e o f t h i s s t a n d a r d i s g o v e r n e d b y t h e " T e x a s E n g i n e e r i n g P r a c t i c e A c t " . N o w a r r a n t y o f a n y D I S C L A I M E R : CONT F I L E : D A T E : Standard Division Operations Traffic ED(3)-14 71C ed3-14.dgn CONDUCTORS ELECTRICAL DETAILS tape adhesive Hot melt A. MATERIAL INFORMATION ELECTRICAL CONDUCTORS B. CONSTRUCTION METHODS Tube Shrink Heat type connector "C" clamp cover insulating splice with gel-filled Listed Screw Type molded cover See through molded clamp Snap-lock, SPLICE OPTION 3 overlap 2" Min. „" to ‚" of tubing by extend past end tape. Tape to hot melt adhesive conductors with Seal between 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 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 October 2014C TxDOT 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 P : \ 8 4 \ 1 8 \ 0 0 \ D e s i g n \ C i v i l \ S t a n d a r d s \ S i g n a l \ E D 5 - 0 3 _ 0 2 . d g n 1 0 / 1 / 2 0 1 5 37 of 71 DN:CK:DW:CK:FILE: JOB COUNTY SECT DIST REVISIONS TxDOT TxDOT TxDOT TxDOT HIGHWAY SHEET NO. C TxDOT o f t h i s s t a n d a r d t o o t h e r f o r m a t s o r f o r i n c o r r e c t r e s u l t s o r d a m a g e s r e s u l t i n g f r o m i t s u s e . k i n d i s m a d e b y T x D O T f o r a n y p u r p o s e w h a t s o e v e r . T x D O T a s s u m e s n o r e s p o n s i b i l i t y f o r t h e c o n v e r s i o n T h e u s e o f t h i s s t a n d a r d i s g o v e r n e d b y t h e " T e x a s E n g i n e e r i n g P r a c t i c e A c t " . N o w a r r a n t y o f a n y D I S C L A I M E R : CONT F I L E : D A T E : 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 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 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 P : \ 8 4 \ 1 8 \ 0 0 \ D e s i g n \ C i v i l \ S t a n d a r d s \ S i g n a l \ E D 5 - 0 3 _ 0 3 . d g n 1 0 / 1 / 2 0 1 5 38 of 71 P : \ 8 4 \ 1 8 \ 0 0 \ D e s i g n \ C i v i l \ S t a n d a r d s \ S i g n a l \ E D 5 - 0 3 _ 0 4 . d g n 1 0 / 1 / 2 0 1 5 39 of 71 DN:CK:DW:CK:FILE: JOB COUNTY SECT DIST REVISIONS TxDOT TxDOT TxDOT TxDOT HIGHWAY SHEET NO. C TxDOT o f t h i s s t a n d a r d t o o t h e r f o r m a t s o r f o r i n c o r r e c t r e s u l t s o r d a m a g e s r e s u l t i n g f r o m i t s u s e . k i n d i s m a d e b y T x D O T f o r a n y p u r p o s e w h a t s o e v e r . T x D O T a s s u m e s n o r e s p o n s i b i l i t y f o r t h e c o n v e r s i o n T h e u s e o f t h i s s t a n d a r d i s g o v e r n e d b y t h e " T e x a s E n g i n e e r i n g P r a c t i c e A c t " . N o w a r r a n t y o f a n y D I S C L A I M E R : CONT F I L E : D A T E : 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 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 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 P : \ 8 4 \ 1 8 \ 0 0 \ D e s i g n \ C i v i l \ S t a n d a r d s \ S i g n a l \ E D 5 - 0 3 _ 0 5 . d g n 1 0 / 1 / 2 0 1 5 40 of 71 DN:CK:DW:CK:FILE: JOB COUNTY SECT DIST REVISIONS TxDOT TxDOT TxDOT TxDOT HIGHWAY SHEET NO. C TxDOT o f t h i s s t a n d a r d t o o t h e r f o r m a t s o r f o r i n c o r r e c t r e s u l t s o r d a m a g e s r e s u l t i n g f r o m i t s u s e . k i n d i s m a d e b y T x D O T f o r a n y p u r p o s e w h a t s o e v e r . T x D O T a s s u m e s n o r e s p o n s i b i l i t y f o r t h e c o n v e r s i o n T h e u s e o f t h i s s t a n d a r d i s g o v e r n e d b y t h e " T e x a s E n g i n e e r i n g P r a c t i c e A c t " . N o w a r r a n t y o f a n y D I S C L A I M E R : CONT F I L E : D A T E : Standard Division Operations Traffic AND NOTES SERVICE ENCLOSURE ELECTRICAL DETAILS ed6-14.dgn 71F ED(6)-14 1 Service Assembly Enclosure 2 3 4 5 6 7 8 9 10 11 Control Station ("H-O-A" Switch) mounted shown) Photo Electric Control (enclosure- Lighting Contactor (See Electrical Service Data) Branch Circuit Breaker 12 13 14 Load Center Power Distribution Terminal Blocks Neutral Bus SCHEMATIC LEGEND N G Power Wiring Control Wiring required Equipment grounding conductor-always WIRING LEGEND Safety Switch (when required) utility provider) Meter (when required-verify with electric Service Data) Main Disconnect Breaker (See Electrical Circuit Breaker, 15 Amp (Control Circuit) Auxiliary Enclosure 15 Ground Bus 240 2 120 4 jumper Bonding 3 12 8 7 9 1010 G N Typical 120 / 240 Volt Typical 240 Volt Branch Circuit Branch Circuit Luminaire G 120/240 VOLTS - THREE WIRE G N Typical 120 Volt Branch Circuit SCHEMATIC TYPE D - CUSTOM 15 weatherhead. conductor exits the with red tape where conductors' insulation of Line 1 or Line 2 color code 6" length Red insulation or exits the weatherhead. tape where conductor insulation with white of neutral conductors' color code 6" length White insulation or SCHEMATIC TYPE T Typical 120 Volt Branch Circuit 120/240 VOLTS - THREE WIRE no lighting contractor will be installed. top of the pole or on luminaire only, only. When required install photocell Galvanized steel-"Buy Off The Shelf" G N G N 2 120 12 240 14 1115 Typical 120 / 240 Volt Branch Circuit SCHEMATIC TYPE A THREE WIRE Typical Branch Circuits G G 1 2 8 3 5 4 11 10 12 V V12 7 N N 15 Typical Branch Circuit 13 12 5 9 11 SCHEMATIC TYPE C THREE WIRE V 6 7 G 2 1 4 V12 8 N 15 11 15 9 mounted. is listed as pole top required when photocell mounted. Windows not is listed as enclosure required when photocell windows not shown but Two Photocell viewing 8 Do not bond this bus to the enclosure exits the weatherhead. tape where conductor insulation with white of neutral conductors' color code 6" length White insulation or weatherhead. conductor exits the with red tape where conductors' insulation of Line 1 or Line 2 color code 6" length Red insulation or 10 Electrode Grounding Electrode Grounding Electrode Grounding Electrode Grounding October 2014 Neutral Conductor Separate Circuit Breaker Panelboard P : \ 8 4 \ 1 8 \ 0 0 \ D e s i g n \ C i v i l \ S t a n d a r d s \ S i g n a l \ E D 5 - 0 3 _ 0 7 . d g n 1 0 / 1 / 2 0 1 5 41 of 71 DN:CK:DW:CK:FILE: JOB COUNTY SECT DIST REVISIONS TxDOT TxDOT TxDOT TxDOT HIGHWAY SHEET NO. C TxDOT CONT F I L E : D A T E : Standard Division Operations Traffic ED(8)-14 ed8-14.dgn SYSTEM DETAILS TYPICAL TRAFFIC SIGNAL ELECTRICAL DETAILS Line INSET A o f t h i s s t a n d a r d t o o t h e r f o r m a t s o r f o r i n c o r r e c t r e s u l t s o r d a m a g e s r e s u l t i n g f r o m i t s u s e . k i n d i s m a d e b y T x D O T f o r a n y p u r p o s e w h a t s o e v e r . T x D O T a s s u m e s n o r e s p o n s i b i l i t y f o r t h e c o n v e r s i o n T h e u s e o f t h i s s t a n d a r d i s g o v e r n e d b y t h e " T e x a s E n g i n e e r i n g P r a c t i c e A c t " . N o w a r r a n t y o f a n y D I S C L A I M E R : Entrance Service type signal pole sheets for See layout box Ground 71H 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 and conduit details sheet for foundation See TS-FD standard for details) layout sheet Conduits (See SIGNAL CONTROLLER SIGNAL POLE See Note 6 electrode conductor service grounding connect electrical tank ground fitting, " X 13 UNC. Install Drill, top and thread October 2014 FRONT VIEW 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 view) requirements (see side conduits, and grounding number of required foundation details, for controller See TS-CF standard 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. P : \ 8 4 \ 1 8 \ 0 0 \ D e s i g n \ C i v i l \ S t a n d a r d s \ S i g n a l \ E D 5 - 0 3 _ 0 8 . d g n 1 0 / 1 / 2 0 1 5 42 of 71 DN:CK:DW:CK:FILE: JOB COUNTY SECT DIST REVISIONS TxDOT TxDOT TxDOT TxDOT HIGHWAY SHEET NO. C TxDOT o f t h i s s t a n d a r d t o o t h e r f o r m a t s o r f o r i n c o r r e c t r e s u l t s o r d a m a g e s r e s u l t i n g f r o m i t s u s e . k i n d i s m a d e b y T x D O T f o r a n y p u r p o s e w h a t s o e v e r . T x D O T a s s u m e s n o r e s p o n s i b i l i t y f o r t h e c o n v e r s i o n T h e u s e o f t h i s s t a n d a r d i s g o v e r n e d b y t h e " T e x a s E n g i n e e r i n g P r a c t i c e A c t " . N o w a r r a n t y o f a n y D I S C L A I M E R : CONT F I L E : D A T E : Standard Division Operations Traffic ED(9)-14 ed9-14.dgn PEDESTAL SERVICE TYPE PS ELECTRICAL SERVICE SUPPORT ELECTRICAL DETAILS 6"6"16" min.min. LINE LOAD 1 4 " 6" min. 6" min. Leveling Washers 2 " LOAD 1 10 7 8 6 9 3 5 4 Studs (as required) Equipment Mounting 11 12 13 Studs (as required) Equipment Mounting 1 2 " Reinforcing Steel 1 7 ‚ " 2 5 LOAD SIDE CONDUIT LOAD SIDE CONDUIT LOAD SIDE CONDUIT 16" 2 SECTION A-A ANCHOR BOLT DETAIL FRONT VIEW SIDE VIEW LINE SIDE CONDUIT Hex Nut Lock Washer Flat Washer 2 0 " 1 2 3 4 5 6 7 8 9 10 11 12 13 LEGEND Meter Socket, (when required) Meter Socket Window, (when required) Equipment Mounting Panel Photo Electric Control Window, (When required) Hinged Deadfront Trim Load Side Conduit Trim Line Side Conduit Area Utility Access Door, with handle Pedestal Door Hinged Meter Access Control Station (H-O-A Switch) Branch Circuit Breakers Main Disconnect 71J PEDESTAL SERVICE NOTES 5 " 14 Steel Reinforcing 14 Copper Clad Ground Rod - 5/8" X 10' 4 8 " m i n . m a x . 3 " 1 8 " m i n . 14 14 AA bolt detial See anchor Bushings or Grounding Bell End Fittings plan details determined by of conduits Size and number panel. CB Handles shall protrude through hinged deadfront trim. individual circuit breakers (CB) mounted on an equipment mounting TYPE C shown, TYPE A similar except that TYPE A shall have October 2014 17" min. properly terminated. extension conduits are metal, grounding bushings must be installed with a bonding jumper rigid metal conduits are more than 2 in. below the top of the concrete foundation. Where for underground conduit and feeders. PVC extensions may be installed provided the ends of the 8. Ensure all elbows in the foundation are sized as per utility provider's conduit requirements 7. Do not use liquidtight flexible metal conduit (LFMC) on pedestal type services. rocking or movement of the service enclosure at no additional cost to the department. the service enclosure is level front to back and side to side within ‚ in. Repair rise in the foundation of „ in. per foot. When properly installed, ensure the top of are used, ensure no more than „ in. gap at any corner. Do not exceed a maximum dip or 6. Finish top of concrete foundation in a neat and workmanlike manner. If leveling washers bolt, a properly sized locknut and a flat washer. the anchors in the foundation with a in. galvanized or stainless steel machine thread each corner of enclosure. Secure each of the four corners of the pedestal enclosure to mounting pedestal enclosure to foundation. Anchor location to match mounting holes in 5. Install in. X 2 ˆ in. minimum length concrete single expansion type anchors for for Concrete." 4. Provide #4 reinforcing steel for foundations in accordance with Item 440, "Reinforcement but is considered subsidiary to Item 628. Item 420, "Concrete Substructures," except that concrete will not be paid for directly 3. Provide Class A or C concrete for pedestal service foundations in accordance with complies with local utility requirements. 2. When a meter socket is required, provide a socket with a minimum 100 amp rating that utility company prior to manufacturing the pedestal enclosure. installing the electrical pedestal service. Submit any changes required by the Contact the local utility company for approval of pedestal details prior to hardware and installation details of services meet utility company specifications. "Roadway Illumination and Electrical Supplies," Item 628. Ensure all mounting listed on the Material Producers list (MPL) on the Department's web site under (PS)" and Item 628 "Electrical Services. "Provide pedestal electrical services as Specifications (DMS)11080 "Electrical Services", 11085 "Electrical Services-Pedestal 1. Manufacture pedestal electrical services in accordance with Departmental Material P : \ 8 4 \ 1 8 \ 0 0 \ D e s i g n \ C i v i l \ S t a n d a r d s \ S i g n a l \ E D 5 - 0 3 _ 0 9 . d g n 1 0 / 1 / 2 0 1 5 43 of 71 DN:CK:DW:CK:FILE: JOB COUNTY SECT DIST REVISIONS TxDOT TxDOT TxDOT TxDOT HIGHWAY SHEET NO. C TxDOT CONT F I L E : D A T E : Standard Division Operations Traffic ED(10)-14 ed10-14.dgn o f t h i s s t a n d a r d t o o t h e r f o r m a t s o r f o r i n c o r r e c t r e s u l t s o r d a m a g e s r e s u l t i n g f r o m i t s u s e . k i n d i s m a d e b y T x D O T f o r a n y p u r p o s e w h a t s o e v e r . T x D O T a s s u m e s n o r e s p o n s i b i l i t y f o r t h e c o n v e r s i o n T h e u s e o f t h i s s t a n d a r d i s g o v e r n e d b y t h e " T e x a s E n g i n e e r i n g P r a c t i c e A c t " . N o w a r r a n t y o f a n y D I S C L A I M E R : RMC CONCRETE SERVICE SUPPORT dia. hole Min. 24" line. above ground approx. 4' Pole marking by utility company) (As required or allowed 2" to 6" (4" typ.) 12" 6" to Concrete Pole layout as shown on conduit type PVC, or other 71K M i n . 1 8 " RMC (when required) Safety Switch the weatherhead. conductor exits white tape where insulation with neutral conductor's color code 6" length White Insulation or 18" max. length, 12" min., Conductor slack the weatherhead. conductor exits with red tape where conductor's insulation of Line 1 or Line 2 color code 6" length Red insulation or b u r i a l d e p t h M i n i m u m i s g r e a t e r w h i c h e v e r 2 ' o r 4 2 " l e n g t h p l u s 1 0 % o f p o l e Enclosure Service 6 to 10"" CONCRETE SERVICE SUPPORT Pole Concrete dia. hole Min. 24" 4 2 " m i n . layout as shown on conduit type PVC, or other RMC below grade 2" to 4" †" x 8' Ground Rod M i n . 1 8 " Underground(U) (when required) Safety switch requirements per utility conduit as Underground RMC ell M i n . 1 8 " t o c o n d u i t M a x i m u m 3 ' s t r a p Enclosure Service Detail A 6" below grade Extend " PVC 6 to 10"" below grade PVC 6" Extend 1/2" Overhead(O) GRANITE CONCRETE(GC)& OTHER CONCRETE(OC)NOTES October 2014 6 0 " T Y P End Fitting or Bell Bushing Top ViewSide View DETAIL A there is no paint splatter on the pole. paint with zinc-rich paint. Ensure that has been cut, file sharp edges and See Note 7. Before installing channel 1 2 3 4 5 6 7 8 9 10 11 12 enhance rain run off. top of pole at an angle to When required by utility, cut grade. of 8 ft. above finished material to a height conductor with non-conductive or copper butt plate. Protect from pole top to butt wrap copper conductor. Run wire utility provide bare 6 AWG When required by the serving detail on ED(5). See pole-top mounted photocell conduit. RMC same size as branch circuit below grade. to a depth of 2 in. to 4 in. ground rod - drive ground rod † in. x 8 ft. Copper clad 6 in. underground. ground rod - extend in. PVC conductor in in. PVC to 6 AWG bare grounding electrode Service enclosure Meter (when required) Safety switch (when required) Service Data) One Black, One White (See Electrical entrance conductors - One Red, Service conduit (RMC)and service (attached below weatherhead) Service drop from utility company Class 5 pole, height as required 2 5 6 8 4 10 3 E m b e d m e n t 7 5-30 XXXXXXXXXXX XXXXXXXXXXX XXXXXXXXXXX typ. 6" 11 typical 6" to 10" 12 Conduit Circuit Couple to weatherhead to be below attachment Point of 9 below finished grade rod to be 2" to 4" Upper end of ground SERVICE SUPPORT TYPE TP (O) above grade 5' or less must be Pole brand 1 4" typ. 2" to 6" M i n . 1 8 " Fitting End or Bell Bushing subsidiary to various bid items. to the surrounding area. Backfilling will not be paid for directly but is pole to allow for settling. Use material equal in composition and density grade, place additional backfill material in a 6 inch high cone around the 8. Backfill the holes thoroughly by tamping in 6 in. lifts. After tamping to galvanized in accordance with ASTM A153. Do not stack channel struts. or other secure mounting as approved by the Engineer. Ensure bolts are 1" depth), square U-bolts or back to back channel strut with long bolts, or equal). Attach channel strut with stainless steel concrete anchors (max. or 1 † in. wide by 1 in. up to 3 ƒ in. deep (Unistrut, Kindorf, B-line 7. Furnish and install galvanized or stainless steel channel strut 1 in. electric utility. the weatherhead as an overhead service drop anchoring point for the 6. Install a one point rack or eye bolt bracket 6 inches to 12 inches below company specifications. 5. Ensure all installation details of services are in accordance with utility 4. Embed poles 42 in. or 10% of the length plus 2 ft., whichever is greater. These marks are small but conspicuous. pickup location for use in raising the pole to a vertical position. locations when handling pole in horizontal position, and one-point should be approximately 4' above final grade. Use the two-point pickup 3. Verify poles are marked as required on DMS 11080. Location of marking the ground without special foundations. 2. Provide prestressed concrete poles suitable for direct embedment into "Electrical Services." 1. Provide GC and OC poles that meet the requirements of DMS 11080 Concrete (GC) or Other Concrete (OC) meet the following requirements. Ensure electrical service support structures bid as type Granite See Detail A before installing shown, check with utility to be taller than the 25' electrical service support Circumstances may require the 25' measured from grade. End Fitting or Bell Bushing 6 0 " T Y P below grade 2" to 4" †" x 8' Ground Rod TYPES GC, OC, & TP SERVICE SUPPORT ELECTRICAL DETAILS trim from the top end only. 6. When excess length must be trimmed from poles, washer on each lag bolt. Do not stack channel. minimum length. Use a galvanized or SS flat bolts, ‚ in. minimum diameter by 1 in. to timber pole with two galvanized or SS lag installing on pole. Secure each channel section channel and paint with zinc rich paint before width. File smooth the cut ends of galvanized maximum depth, and 1 in. to 1† in. maximum or equal). Provide channel sized 1 in. to 3 ƒ in. steel or galvanized channel (Unistrut, Kindorf, 5. Mount meter and service equipment on stainless pole in a neat and workmanlike manner. max. depth and 1 ‡ in. max. height. Gain for each channel. Gain timber pole to † in. 4. Gain pole as required to provide flat surface chart in plan set. (E) as required. See Electrical Service Data north side of pole, or in service enclosure 3. Install pole-top mounted photocell (T) on service. for directly but are subsidiary to the electrial within 12 in. of service pole are not paid to the electrical service pole and underground 2. Conduit and electrical conductors attached required in Item 627. Timber Poles." Embed timber pole to depth 5 treated timber pole as per Item 627 "Treated 1. Ensure electrical service support is a class TIMBER POLE(TP)SERVICE SUPPORT NOTES P : \ 8 4 \ 1 8 \ 0 0 \ D e s i g n \ C i v i l \ S t a n d a r d s \ S i g n a l \ E D 5 - 0 3 _ 1 2 . d g n 1 0 / 1 / 2 0 1 5 44 of 71 DN:CK:DW:CK:FILE: JOB COUNTY SECT DIST REVISIONS TxDOT TxDOT TxDOT TxDOT HIGHWAY SHEET NO. C TxDOT o f t h i s s t a n d a r d t o o t h e r f o r m a t s o r f o r i n c o r r e c t r e s u l t s o r d a m a g e s r e s u l t i n g f r o m i t s u s e . k i n d i s m a d e b y T x D O T f o r a n y p u r p o s e w h a t s o e v e r . T x D O T a s s u m e s n o r e s p o n s i b i l i t y f o r t h e c o n v e r s i o n T h e u s e o f t h i s s t a n d a r d i s g o v e r n e d b y t h e " T e x a s E n g i n e e r i n g P r a c t i c e A c t " . N o w a r r a n t y o f a n y D I S C L A I M E R : CONT F I L E : D A T E : Standard Division Operations Traffic ED(11)-14 ed11-14.dgn drill shaft to RMC 2" min., from top of in plans. required elsewhere sheet, but may be shown on this standard Ground rods are not Conduit Bored BORE PIT DETAIL Rigid Coupling Rigid Metallic Conduit the interior of the box. aggregate does not encroach into not in the ground box. Ensure the of 9 inches deep, placed under and Aggregate bed is to be a minimum, Ground box Fitting PVC Bell End RMC elbowRMC to PVC fitting Bell end extension PVC PVC Elbow PVC Conduit 71L DUCT CABLE & HDPE CONDUIT NOTES locking rings. clamps and External band body coupling HDPE Duct Cable/HDPE Coupling to PVC Conduit Duct Cable/HDPE DUCT CABLE/HDPE AT GROUND BOX 1 8 " M i n . HDPE CONDUIT DUCT CABLE/ ELECTRICAL DETAILS Casing kinking. duct cable, to prevent casing prior to placing to bottom of conduit Compact backfill DUCT CABLE/HDPE TO RMC Connector Liquidtight Nonmetallic Listed DUCT CABLE/HDPE TO PVC Duct Cable/HDPE Duct Cable/HDPE conduit. conductors in base. Do not splice extend into pole Ensure conductors foundations. conduit elbow at Couple duct to DUCT CABLE / HDPE AT FOUNDATION October 2014 3" to 6" conduit with heat shrink tubing. instructions. Do not use PVC glue on HDPE. Do not use water pipe fittings, or connect couplings and connectors all installed in accordance with their manufacturer's chemical fusion method using an epoxy or adhesive specifically designed for HDPE connected with approved electrofusion conduit couplings; or connected using an approved coupling made of HDPE with stainless steel external banding clamps and locking rings; RMC threaded couplings; connected with listed tie-wrap fittings; connected using listed of conduit. Duct cable and HDPE conduit may be field-threaded and spliced with PVC or 9. Furnish and install listed fittings to couple duct cable or HDPE conduit to other types on the plans. 8. Provide minimum cover of 24 in. under roadways, 18 in. in other locations, or as shown approved method after completing the pull tests required by Item 622. 7. Seal the ends of duct cable or HDPE conduit with duct seal, expandable foam, or other through the conduit casing in one continuous length without connection to the casing. 6. When conduit casing is called for in the plans, extend duct cable or HDPE conduit Type NUCC." requirements for duct cable in Article, "Nonmetallic Underground Conduit with Conductors: plans and as required by the National Electrical Code (NEC). The NEC contains specific 5. Furnish and install duct cable with factory installed conductors, sized as shown in the from possible contact, ground the RMC elbow. are called for in the plans and any portion of the RMC elbow is buried less than 18" entering a ground box or foundation to a PVC elbow. When galvanized steel RMC elbows 4. Do not splice conductors within duct cable or HDPE conduit. Couple duct cable and HDPE HDPE conduit. handling duct cable and HDPE conduit reels and during installation of duct cable and bending radius of 26 in. for 2 in. duct. Follow manufacturers' recommendations when Bend duct cable and HDPE conduit as recommended by the manufacturer, with a minimum Provide duct cable and HDPE conduit as shown by descriptive code or on the plans. 3. Supply duct cable with a minimum 2 in. diameter, unless otherwise shown in the plans. "Roadway Illumination and Electrical Supplies," Item 618. Item 618, "Conduit." Provide HDPE as listed on the MPL on the Department web site under 2. Provide High-Density Polyethylene (HDPE) conduit in accordance with DMS 11060 and Supplies" Item 622. Producer List (MPL) on the Department web site under "Roadway Illumination and Electrical "Duct Cable" and Item 622 "Duct Cable." Provide duct cable as listed on the Material 1. Provide duct cable in accordance with Departmental Material Specification (DMS) 11060 1"-3" exposed Class A Concrete Drill shaft foundation ground bushing is required. If not, a rigid extension and over all parts of the elbow. is a minimum of 18" of cover and bell end, provided there a SCH-40 PVC conduit nipple box,it may be extended with Ell does not enter the ground When the upper end of an RMC P : \ 8 4 \ 1 8 \ 0 0 \ D e s i g n \ C i v i l \ S t a n d a r d s \ S i g n a l \ E D 5 - 0 3 _ 1 3 . d g n 1 0 / 1 / 2 0 1 5 45 of 71 DN:CK:DW:CK:FILE: JOB COUNTY SECT DIST REVISIONS TxDOT TxDOT TxDOT TxDOT HIGHWAY SHEET NO. C TxDOT CONT F I L E : D A T E : Standard Division Operations Traffic ED(12)-14 ed12-14.dgn Y OPEN Y (typ.) 10" box Ground steel Reinforcing No. 3 duct cable Conduit or Reinforcing steel Bar "A" o f t h i s s t a n d a r d t o o t h e r f o r m a t s o r f o r i n c o r r e c t r e s u l t s o r d a m a g e s r e s u l t i n g f r o m i t s u s e . k i n d i s m a d e b y T x D O T f o r a n y p u r p o s e w h a t s o e v e r . T x D O T a s s u m e s n o r e s p o n s i b i l i t y f o r t h e c o n v e r s i o n T h e u s e o f t h i s s t a n d a r d i s g o v e r n e d b y t h e " T e x a s E n g i n e e r i n g P r a c t i c e A c t " . N o w a r r a n t y o f a n y D I S C L A I M E R : 2" 2" 10"(Typ) (typ.) 10" PLAN VIEW SECTION A - A 17 ƒ" 15 ‚" 18 " 1 8 " 1 4 " 3 " Lift Pin Ring Concrete Polymer 30 ƒ" 1 8 " 3"4" 1 7 ƒ " SECTION X-X SECTION Y-Y 30 ƒ" 28 ‚" 31 " 1 4 " 3 " 1 "3"3"3"3"3" …" 0 HOLES 3"-6" 71M Depth of box Apron-Full BATTERY BOX GROUND BOXES NOTES GROUND BOXES BATTERY BOX ELECTRICAL DETAILSAPRON FOR BATTERY BOX GROUND BOXES body concrete polymer plastic or reinforced Fiberglass Ground box Battery Box Apron Concrete Class A 23 1 2 3 AA XX October 2014 fill 9" Aggregate 1 BATTERY BOX TOP VIEW A. MATERIALS B. CONSTRUCTION METHODS box clear of dirt. 4. Bolt covers down when not working in battery box ground boxes. Keep bolt holes in the are subsidiary to battery box ground boxes when called for by descriptive code. under the box. Battery box ground box aprons, including concrete and reinforcing steel, of concrete for the apron extends from finished grade to the top of the aggregate bed 3. Cast battery box aprons in place. Reinforcing steel may be field bent. Ensure the depth ground box on top of aggregate. in place and is a minimum of 9 in. deep prior to setting the box. Install battery box Table 2 of Item 302 "Aggregates for Surface Treatments." Ensure the aggregate bed is and setting battery box ground box. Provide Grade 3 or 4 coarse aggregate as shown on 2. Remove all gravel and dirt from conduit. Cap all conduits prior to placing aggregate box ground box. 1. Ensure conduit entry will not interfere with placement of the batteries in the battery covers to the stainless steel rack in the bottom of the ground box with tie down straps. 2. Supply a marine grade batteries with covers. Secure the marine grade batteries with with DMS 11071. 8 in. x 13.5 in. x 10 in. (W x L x D). Label battery box ground box cover in accordance Box Ground Boxes." Battery box will accommodate up to 4 batteries, each measuring and cover in accordance with Departmental Material Specification (DMS) 11071 "Battery 1. Provide polymer concrete or fiberglass reinforced plastic (FRP) battery box ground box Sheet 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 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 July 2000C TxDOT 131A JSY ARC TGG JSY Texas Department of Transportation D I S C L A I M E R : T h e u s e o f t h i s s t a n d a r d i s g o v e r n e d b y t h e " T e x a s E n g i n e e r i n g P r a c t i c e A c t " . N o w a r r a n t y o f a n y k i n d i s m a d e b y T x D O T f o r a n y p u r p o s e w h a t s o e v e r . T x D O T a s s u m e s n o r e s p o n s i b i l i t y f o r t h e c o n v e r - s i o n o f t h i s s t a n d a r d t o o t h e r f o r m a t s o r f o r i n c o r r e c t r e s u l t s o r d a m a g e s r e s u l t i n g f r o m i t s u s e . F I L E : D A T E : Traffic Operations Division DN:CK:DW:CK: JOB COUNTY CONT SECT DIST REVISIONS HIGHWAY SHEET NO. TXDOT TXDOT TXDOT TXDOT 1-12 P : \ 8 4 \ 1 8 \ 0 0 \ D e s i g n \ C i v i l \ S t a n d a r d s \ S i g n a l \ L M A _ 1 . d g n 1 0 / 1 / 2 0 1 5 46 of 71 (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 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 Texas Department of Transportation s i o n o f t h i s s t a n d a r d t o o t h e r f o r m a t s o r f o r i n c o r r e c t r e s u l t s o r d a m a g e s r e s u l t i n g f r o m i t s u s e . k i n d i s m a d e b y T x D O T f o r a n y p u r p o s e w h a t s o e v e r . T x D O T a s s u m e s n o r e s p o n s i b i l i t y f o r t h e c o n v e r - D I S C L A I M E R : T h e u s e o f t h i s s t a n d a r d i s g o v e r n e d b y t h e " T e x a s E n g i n e e r i n g P r a c t i c e A c t " . N o w a r r a n t y o f a n y 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. 131B JSY ARC TGG JSY 1-12 P : \ 8 4 \ 1 8 \ 0 0 \ D e s i g n \ C i v i l \ S t a n d a r d s \ S i g n a l \ L M A _ 2 . d g n 1 0 / 1 / 2 0 1 5 47 of 71 Sheet 3 of 5 (80 AND 100 MPH WIND ZONE) (50 TO 65 FT) LONG MAST ARM ASSEMBLY TRAFFIC SIGNAL SUPPORT STRUCTURES 4-20-01 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 Texas Department of Transportation s i o n o f t h i s s t a n d a r d t o o t h e r f o r m a t s o r f o r i n c o r r e c t r e s u l t s o r d a m a g e s r e s u l t i n g f r o m i t s u s e . k i n d i s m a d e b y T x D O T f o r a n y p u r p o s e w h a t s o e v e r . T x D O T a s s u m e s n o r e s p o n s i b i l i t y f o r t h e c o n v e r - D I S C L A I M E R : T h e u s e o f t h i s s t a n d a r d i s g o v e r n e d b y t h e " T e x a s E n g i n e e r i n g P r a c t i c e A c t " . N o w a r r a n t y o f a n y 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 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. LMA(3)-12 1-12 P : \ 8 4 \ 1 8 \ 0 0 \ D e s i g n \ C i v i l \ S t a n d a r d s \ S i g n a l \ L M A _ 3 . d g n 1 0 / 1 / 2 0 1 5 48 of 71 LMA(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 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) Texas Department of Transportation s i o n o f t h i s s t a n d a r d t o o t h e r f o r m a t s o r f o r i n c o r r e c t r e s u l t s o r d a m a g e s r e s u l t i n g f r o m i t s u s e . k i n d i s m a d e b y T x D O T f o r a n y p u r p o s e w h a t s o e v e r . T x D O T a s s u m e s n o r e s p o n s i b i l i t y f o r t h e c o n v e r - D I S C L A I M E R : T h e u s e o f t h i s s t a n d a r d i s g o v e r n e d b y t h e " T e x a s E n g i n e e r i n g P r a c t i c e A c t " . N o w a r r a n t y o f a n y F I L E : D A T E : 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 SHEET NO. P : \ 8 4 \ 1 8 \ 0 0 \ D e s i g n \ C i v i l \ S t a n d a r d s \ S i g n a l \ L M A _ 4 . d g n 1 0 / 1 / 2 0 1 5 49 of 71 LMA(5)-12 PARTS LIST ARM ASSEMBLY LONG MAST Sheet 5 of 5 4-20-01 Shipping Parts List Ship each pole with the following attached: enlarged hand hole, pole cap, fixed arm connection bolts and washers, and any additional hardware listed in the table. Single Mast Arm Lf ft. Designation Quantity Designation Quantity Designation Quantity 50 50L 50S 50 55 55L 55S 55 60 60L 60S 60 65 65L 65S 65 Dual Mast Arm Lf Lc ft. ft. Designation Quantity Designation Quantity Designation Quantity 50 20 5020L 5020S 5020 24 5024L 5024S 5024 28 5028L 5028S 5028 32 5032L 5032S 5032 36 5036L 5036S 5036 40 5040L 5040S 5040 44 5044L 5044S 5044 55 20 5520L 5520S 5520 24 5524L 5524S 5524 28 5528L 5528S 5528 32 5532L 5532S 5532 36 5536L 5536S 5536 40 5540L 5540S 5540 44 5544L 5544S 5544 60 20 6020L 6020S 6020 24 6024L 6024S 6024 28 6028L 6028S 6028 32 6032L 6032S 6032 36 6036L 6036S 6036 40 6040L 6040S 6040 44 6044L 6044S 6044 65 20 6520L 6520S 6520 24 6524L 6524S 6524 28 6528L 6528S 6528 32 6532L 6532S 6532 36 6536L 6536S 6536 40 6540L 6540S 6540 44 6544L 6544S 6544 Foundation Summary Table ** Location Avg. N No. Drill Shaft *** Notes 48-A ** Foundations may be listed separately or grouped according to similarity of location and type. Quantities are for the Contractor's information only. *** Decimal lengths in Design Table are to allow interpolation for other penetrometer values. Round to nearest foot for entry into Summary Table. Total Drill Shaft Length Arm See note above plus: one (or See note above plus 20.25' (Dual Mast Arm) Nominal 30' Poles with Luminaire 24' Poles with ILSN 19.50' (Single Mast Arm) Length two if ILSN attached) small one small hand hole Poles with no Luminaire and no ILSN hand hole, clamp-on simplex See note above Ident. Blow/ft. Each Length (feet) Shipping Parts List Traffic Signal Arms (Fixed Mount) (1 per pole) Ship each arm with listed equipment attached Luminaire Arms (1 per 30' pole) Nominal Type IV Arm (4 Signals) Nominal Arm Length Quantity Arm 3 Bracket Assembly 8' Arm Length and 4 CGB Connectors ft. Designation Quantity ILSN Arm (Max. 2 per pole) Ship with 50 50IV clamps, bolts and washers 55 55IV Nominal Arm Length Quantity 60 60IV 7' Arm 65 65IV 9' Arm Traffic Signal Arms (80 MPH Clamp-On Mount) (1 per pole) Ship each arm with listed equipment attached Arm w/bolts and washers CGB connectors, and 1 clamp CGB connectors, and 1 clamp Length w/bolts and washers w/bolts and washers ft. Designation Quantity Designation Quantity Designation Quantity 20 20I-80 24 24I-80 24II-80 28 28I-80 28II-80 32 32II-80 32III-80 36 36II-80 36III-80 40 40III-80 44 44III-80 Traffic Signal Arms (100 MPH Clamp-On Mount) (1 per pole) Ship each arm with listed equipment attached Type I Arm (1 Signal) Type II Arm (2 Signals) Type III Arm (3 Signals) Arm w/bolts and washers CGB connectors, and 1 clamp CGB connectors, and 1 clamp ft. Designation Quantity Designation Quantity Designation Quantity 20 20I-100 24 24I-100 24II-100 28 28I-100 28II-100 32 32II-100 32III-100 36 36II-100 36III-100 40 40III-100 44 44III-100 Anchor Bolt Assemblies (1 per pole) Each anchor bolt assembly consists of the following: Top Anchor Anchor and bottom templates, 4 anchor bolts, 8 nuts, 8 flat Diameter Length Quantity per Standard Drawing "TS-FD". 2 1/2 " 5' - 3" Templates may be removed for shipment. Abbreviations Type I Arm (1 Signal) Type II Arm (2 Signals) Type III Arm (3 Signals) Bolt Bolt washers and 4 nut anchor devices (type 2) Nominal 2 CGB connector and 1 clamp 1 Bracket Assembly and 3 2 Bracket Assembly and 4 Nominal 2 CGB connector and 1 clamp 1 Bracket Assembly and 3 2 Bracket Assembly and 4 Lc= Clamp-on Arm Lf= Fixed Arm Length Length (44' Max.) Texas Department of Transportation s i o n o f t h i s s t a n d a r d t o o t h e r f o r m a t s o r f o r i n c o r r e c t r e s u l t s o r d a m a g e s r e s u l t i n g f r o m i t s u s e . k i n d i s m a d e b y T x D O T f o r a n y p u r p o s e w h a t s o e v e r . T x D O T a s s u m e s n o r e s p o n s i b i l i t y f o r t h e c o n v e r - D I S C L A I M E R : T h e u s e o f t h i s s t a n d a r d i s g o v e r n e d b y t h e " T e x a s E n g i n e e r i n g P r a c t i c e A c t " . N o w a r r a n t y o f a n y F I L E : D A T E : 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 P : \ 8 4 \ 1 8 \ 0 0 \ D e s i g n \ C i v i l \ S t a n d a r d s \ S i g n a l \ L M A _ 5 . d g n 1 0 / 1 / 2 0 1 5 50 of 71 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 Texas Department of Transportation s i o n o f t h i s s t a n d a r d t o o t h e r f o r m a t s o r f o r i n c o r r e c t r e s u l t s o r d a m a g e s r e s u l t i n g f r o m i t s u s e . k i n d i s m a d e b y T x D O T f o r a n y p u r p o s e w h a t s o e v e r . T x D O T a s s u m e s n o r e s p o n s i b i l i t y f o r t h e c o n v e r - D I S C L A I M E R : T h e u s e o f t h i s s t a n d a r d i s g o v e r n e d b y t h e " T e x a s E n g i n e e r i n g P r a c t i c e A c t " . N o w a r r a n t y o f a n y F I L E : D A T E : 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 P : \ 8 4 \ 1 8 \ 0 0 \ D e s i g n \ C i v i l \ S t a n d a r d s \ S i g n a l \ M A C . D G N 1 0 / 1 / 2 0 1 5 51 of 71 MA-D-12 MAST ARM POLE DETAILS SUPPORT STRUCTURES TRAFFIC SIGNAL 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 8-99 1-12 Texas Department of Transportation s i o n o f t h i s s t a n d a r d t o o t h e r f o r m a t s o r f o r i n c o r r e c t r e s u l t s o r d a m a g e s r e s u l t i n g f r o m i t s u s e . k i n d i s m a d e b y T x D O T f o r a n y p u r p o s e w h a t s o e v e r . T x D O T a s s u m e s n o r e s p o n s i b i l i t y f o r t h e c o n v e r - D I S C L A I M E R : T h e u s e o f t h i s s t a n d a r d i s g o v e r n e d b y t h e " T e x a s E n g i n e e r i n g P r a c t i c e A c t " . N o w a r r a n t y o f a n y F I L E : D A T E : 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 P : \ 8 4 \ 1 8 \ 0 0 \ D e s i g n \ C i v i l \ S t a n d a r d s \ S i g n a l \ M A D . d g n 1 0 / 1 / 2 0 1 5 52 of 71 SHEET 1 OF 2 SUPPORT STRUCTURES TRAFFIC SIGNAL SINGLE MAST ARM ASSEMBLY (100 MPH WIND ZONE) SMA-100(1)-12 2 B 9 30 1 1 2 14.5 14.0 13.5 13.0 12.0 11.8 11.3 10.8 10.3 9.3 11.1 10.6 10.1 9.6 8.6 10.3 9.8 9.3 8.8 7.8 .239 .239 .239 .239 .239 .239 .239 12.5 16.5 16.0 15.0 14.0 13.5 13.0 9.5 13.5 13.0 12.0 11.0 10.5 10.0 8.7 12.7 12.2 11.2 10.2 9.7 9.2 7.8 11.8 11.3 10.3 9.3 8.8 8.3 .239 .239 .239 .239 .239 .239 .239 19.1 43.0 39.0 35.0 31.0 27.1 23.1 8.0 11.0 10.5 10.0 9.5 9.5 9.0 5.3 5.1 5.1 5.1 5.2 5.7 5.8 .179 .239 .239 .239 .239 .179 .179 19.1 43.0 39.0 35.0 31.0 27.1 23.1 8.0 11.5 11.0 10.0 9.5 10.0 9.0 3.5 4.0 3.5 3.5 3.5 3.5 3.5 .179 .239 .239 .239 .239 .179 .179 24 2'-8" 2'-3" 2'-0" 1'-11" 1'-10" 1'-9" 1'-8" 2'-3" 2'-1" 1'-11" 1'-10" 1'-9" 1'-8" 1'-7" 36-A 36-A 36-A 36-B 36-B 1 2 D may be increased by up to 1" for polygonal arms. Thickness shown are minimums, thicker materials may be used. ROUND POLES D D D D thk B 19 24 30 D D D D thk B 19 24 30 POLYGONAL POLES L D D thk112 thkLDD112 ROUND ARMS POLYGONAL ARMS 36-A 36-A 36-A 36-B 36-B 1 2 1 1 1 20 24 28 32 36 40 44 20 24 28 32 36 40 44 Length Arm Length Arm Type Foundation Rise Rise in.in.in.in.in.in.in.in.in.in.ft. ft.ft.in.in.in.ft.in.in.in. 1 D = Arm Base O.D. D = Pole Top O.D. with Luminaire w/out Luminaire D = Pole Top O.D. with ILSN and no ILSN D = Pole Top O.D. with no Luminaire D = Pole Base O.D. Nominal Arm Length - L See "Tenon Detail" See "Slip Joint Detail" L1 D D 2 1 R i s e + 2 " - Mast arm connection- See Sheet "MA-C" (Fixed Mount) 3'-0" A A Nominal Arm Length - L 3'-0"3'-0" (8') ( u n l e s s o t h e r w i s e n o t e d ) Assembly Bracket Assembly Bracket 1 8 ' - 0 " N o m i n a l 1 9 ' - 6 " N o m . M o u n t i n g H e i g h t 3 0 ' - 0 " 3 5 ' - 0 " N o m i n a l M o u n t i n g H e i g h t Luminaire Arm - See Sheet "Lum-A" See Sheet"MA-D" -Detail A Arm Length Arm Type II Arm Type III 24'28'32'36'40'44'48' 10' 10' 11' 11' 12' 12'12'12' 13' TABLE OF DIMENSIONS A Foundation See Sheet 1 5 ' - 0 " M i n - 1 9 ' - 0 " M a x - 1 7 ' - 6 " N o m . 2 3 ' - 6 " N o m i n a l D30 DB Note: The arm shall be fabricated straight with the unloaded rise measured as shown. See Sheet "MA-D" Detail TRAFFIC SIGNAL ARM STRUCTURE ASSEMBLY 3 3 3 Nom Arm Lgth "TS-FD""TS-FD" "MA-D" See Sheet See Sheet "MA-C(ILSN)" ILSN Arm Connection- See Sheet "SNS" 90 L = Nominal Arm Length L = Shaft Length D = Arm End O.D. 12.0 9.3 8.6 7.8 12.0 9.3 8.6 7.8 36-A36-A 36-A36-A Detail D,E or F See Sheet "MA-D" Traffic Signal Arm B or C Crown of Road 3 Sheet 2 of 2 See "ARM COUPLING DETAILS" CGB Connector Threaded Coupling for El Paso St 30' Poles With Luminaire Length Arm Nominal 44 40 36 32 28 24 20 44 40 36 32 28 24 20 44 40 36 32 28 24 20-100 Type II Arm (2 Signals) Length Arm Nominal Designation Designation DesignationQuantityQuantity Quantity 44 40 36 32 28 24 20 28 24 20 36 32 28 24 44 40 36 32 Type I Arm (1 Signal)Type III Arm (3 Signals) II-100 Nominal Arm Length Quantity 8' Arm Diameter Bolt Anchor Length Bolt Anchor Quantity Templates may be removed for shipment. 1 " 1 ƒ" 3'-4" 3'-10" 24' Poles With ILSN Nominal Arm Length Quantity 7' Arm 9' Arm Ship each arm with the listed equipment attached 1 CGB connector and 2 CGB Connectors 1 Bracket Assembly and 3 CGB Connectors 2 Bracket Assemblies ft ft Traffic Signal Arms (1 per pole) Anchor Bolt Assemblies (1 per pole) SHIPPING PARTS LIST Designation Designation DesignationQuantityQuantity Quantity 44 40 36 32 28 24 20 See note above simplex small hand hole, clamp-on (or two if ILSN attached) Above hardware plus: One hand hole plus one small Above hardware connection bolts and washers and any additional hardware listed in the table. Ship each pole with the following attached: enlarged hand hole, pole cap, fixed-arm (1 per 30' pole)Luminaire Arms L-100 L-100 L-100 L-100 L-100 L-100 L-100 S-100 S-100 S-100 S-100 S-100 S-100 S-100 I-100 III-100 2"4'-3" -100 -100 -100 -100 -100 -100 I-100 I-100 II-100 II-100 II-100 III-100 III-100 III-100 Luminaire and No ILSN 19' Poles With No ILSN Arm (Max. 2 per pole) Ship with clamps, bolts and washers per Standard Drawing "TS-FD". 8 flat washers, and 4 nut anchor devices (Type 2) Top and Bottom templates, 4 anchor bolts, 8 nuts, Each anchor bolt assembly consists of the following: 11-99 5-96 1-12 Texas Department of Transportation s i o n o f t h i s s t a n d a r d t o o t h e r f o r m a t s o r f o r i n c o r r e c t r e s u l t s o r d a m a g e s r e s u l t i n g f r o m i t s u s e . k i n d i s m a d e b y T x D O T f o r a n y p u r p o s e w h a t s o e v e r . T x D O T a s s u m e s n o r e s p o n s i b i l i t y f o r t h e c o n v e r - D I S C L A I M E R : T h e u s e o f t h i s s t a n d a r d i s g o v e r n e d b y t h e " T e x a s E n g i n e e r i n g P r a c t i c e A c t " . N o w a r r a n t y o f a n y F I L E : D A T E : 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 P : \ 8 4 \ 1 8 \ 0 0 \ D e s i g n \ C i v i l \ S t a n d a r d s \ S i g n a l \ S M A - 1 0 0 V 8 . d g n 1 0 / 1 / 2 0 1 5 53 of 71 SHEET 2 OF 2 SUPPORT STRUCTURES TRAFFIC SIGNAL SINGLE MAST ARM ASSEMBLY (100 MPH WIND ZONE) SMA-100(2)-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 s i o n o f t h i s s t a n d a r d t o o t h e r f o r m a t s o r f o r i n c o r r e c t r e s u l t s o r d a m a g e s r e s u l t i n g f r o m i t s u s e . k i n d i s m a d e b y T x D O T f o r a n y p u r p o s e w h a t s o e v e r . T x D O T a s s u m e s n o r e s p o n s i b i l i t y f o r t h e c o n v e r - D I S C L A I M E R : T h e u s e o f t h i s s t a n d a r d i s g o v e r n e d b y t h e " T e x a s E n g i n e e r i n g P r a c t i c e A c t " . N o w a r r a n t y o f a n y F I L E : D A T E : 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 5-96 1-12 P : \ 8 4 \ 1 8 \ 0 0 \ D e s i g n \ C i v i l \ S t a n d a r d s \ S i g n a l \ S M A - 1 0 0 V 8 _ 2 . d g n 1 0 / 1 / 2 0 1 5 54 of 71 TS-FD-12 Traffic Operations Division Texas Department of Transportation POLE FOUNDATION TRAFFIC SIGNAL 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 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' x24' 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 . s i o n o f t h i s s t a n d a r d t o o t h e r f o r m a t s o r f o r i n c o r r e c t r e s u l t s o r d a m a g e s r e s u l t i n g f r o m i t s u s e . k i n d i s m a d e b y T x D O T f o r a n y p u r p o s e w h a t s o e v e r . T x D O T a s s u m e s n o r e s p o n s i b i l i t y f o r t h e c o n v e r - D I S C L A I M E R : T h e u s e o f t h i s s t a n d a r d i s g o v e r n e d b y t h e " T e x a s E n g i n e e r i n g P r a c t i c e A c t " . N o w a r r a n t y o f a n y F I L E : D A T E : August 1995C TxDOT REVISIONS 128 DN:CK:DW:CK: JOB COUNTY CONT SECT DIST HIGHWAY SHEET NO. MS JSY MA0/MMF JSY/TEB 5-96 11-99 1-12 P : \ 8 4 \ 1 8 \ 0 0 \ D e s i g n \ C i v i l \ S t a n d a r d s \ S i g n a l \ T S - F D V 8 . d g n 1 0 / 1 / 2 0 1 5 55 of 71 3. Provide nylon throat or other approved locking means for all stainless steel nuts. 2. Provide a fixture wiring diagram on or near the ballast. ROADWAY ILLUMINATION DETAILS A. Provide *UL listed fixture suitable for use in wet locations. Ensure optical compartment meets IEC Standard 60529-IP 65. Place a permanent label inside fixture indicating fixture meets *UL, IP 65 optical, and shows date of manufacture. Meet ANSI 136.15 wattage label requirements. B. Construct fixture housing, lens frame, and door from 96% copper-free, die cast aluminum. Provide fixture mounting to a 2-in. pipe arm. Equip fixture with a 4-bolt clamp capable of adjustments plus or minus 5 degrees from level. Meet ANSI 136.31 3.0 G vibration requirements. C. Attach a level bubble to the fixture housing. Ensure the level bubble is sensitive to 1 degree changes in position at any point within 5 degrees of the level position. Ensure the level bubble is clearly visible from the ground up to a 50 ft. mounting height. Ensure level bubble corresponds to level position of fixture. D. Do not exceed 1.6 sq. ft. effective projected area. Do not exceed 60 lb. maximum weight. E. Equip fixture with a 3-prong photocell receptacle with shorting cap installed. F. Paint inside and outside of fixture light gray, when installing on galvanized poles. For all other fixtures, paint to match the color of the pole as directed by the Department. G. Use a thermoset powder coat system. Ensure paint exceeds 1000-hr. salt-spray test in accordance with ASTM B117. Ensure a nominal thickness of 2.5 mil and no pigment loss upon 50 double-rubs using Methyl Ethyl Ketone (MEK) solvent in accordance with ASTM D5402, "Standard Practice for Assessing the Solvent Resistance of Organic Coatings Using Solvent Rubs." H. Fabricate brackets, nuts, bolts, washers, ballast tray, and parts from stainless-steel, or aluminum of adequate thickness as approved by the Department except that: 2. Glass lens retainer spring clips may be fabricated from galvanized steel in accordance with ASTM A153. 1. The 4 bolts/studs, 4 flat washers, 4 lock washers, and clamp that attach the luminaire to the arm may be when installing. 2. Do not paint reflectors, except that, when approved by the Engineer, some surfaces may be painted with 92% reflective white paint. 3. Reflectors may be one piece or segmented as follows. a. One piece reflectors: 1. Seal photometric compartment by the use of a seamless or vulcanized seam, closed-cell silicone gasket, or other method approved by the Department. 2. Provide a non-adjustable lamp socket mounting method so the lamp center is consistent with the reflector. b. Segmented reflectors: 1. Attach segments at both ends (or opposite sides if segments are square) of the segment to a rigid aluminum base plate and side wall support assembly. Seal glass lens to lens frame with a one piece seamless silicone gasket. 1. Polished aluminum reflectors with Alzak or equal coating. I. Provide optical assemblies which meet the following: K. Meet the following ballast requirements and pass tests in accordance with Test Method Tex-1130-T, "Ballasts of 3. Use a copper wound magnetic regulating three isolated coil ballast. 4. Provide ballast factor between 0.95 and 1.0. 5. When the circuit voltage indicated on the plans is applied, the ballast input wattage during fluctuations of the test voltage of plus 10 percent and minus 10 percent, do not exceed the following: a. 220 Watts for 150 watt nominal lamp rating b. 440 Watts for 250 watt nominal lamp rating c. 552 Watts for 400 watt nominal lamp rating 6. During fluctuation of the test voltage of plus 10 percent and minus 10 percent, ensure the lamp wattage fluctuation does not exceed a total of 20 percent and ballast maintains lamp wattage within the following limits. a. 110 Watts minimum and 180 Watts maximum for 150 Watt nominal lamp rating b. 175 Watts minimum and 370 Watts maximum for 250 Watt nominal lamp rating c. 280 Watts minimum and 475 Watts maximum for 400 Watt nominal lamp rating 7. Ensure the ballast power factor, when tested at circuit voltage indicated on the plans, is not less than 90%. 4. Equip the optical assembly with a lamp support in addition to the lamp socket to ensure the outer envelope is positioned as intended. 8. Permanently and clearly mark ballast or fixture to indicate following: a. Lamp type b. Catalog number c. Voltage rating d. Connection diagram e. Manufacturer f. *UL listing L. Meet the following electronic starting aid requirements and pass tests in accordance with Test Method Tex-1140-T, 1. Provide a starting pulse with an amplitude of 2500 volts minimum, 4000 volts maximum. 2. Ensure the pulse width is a minimum of 0.8 microseconds at 2250 volts. 3. Ensure the pulse occurs when the open circuit voltage is equal to or greater than 90 percent of peak open circuit voltage. 4. Ensure pulse repetition rate is a minimum of one per cycle. 5. Provide a pulse current of 0.18 amperes (min.). 6. Discontinue to pulse when, either, a. the lamp starts, or b. after a minimum of 3 minutes and a maximum of 10 minutes if the lamp fails to start. 1. Mount electrical components on a removable stainless steel or aluminum tray of adequate thickness. M. Do not place fuses inside pole mounted luminaires. For wall mount or underpass mounted luminaires, provide internal 10 amp time-delay fuses. N. Provide a two position terminal block for connecting supply wires which meet the following requirements: 1. Insulate using nylon, porcelain, or phenolic material. Ensure phenolic terminal block is of adequate construction as approved by the Department. 2. Fabricate terminals from nickel, tin plated brass, or aluminum. O. Equip fixture with MOV surge protection in accordance with IEEE recommendations. 1. Connect MOV from line to neutral or from line to line. 2. Install MOV on the terminal block. requirements. Use porcelain-insulated lamp sockets with nickel plated copper alloy screw shells. Equip socket shell with a spring tensioned contact. Use nickel-plated copper alloy or stainless steel for the spring and contact. 1. Use pre-qualified high pressure sodium (HPS) lamps from TxDOT's material producers list of the wattages shown on the plans. No alternatives allowed. 2. Average rated lamp life 30,000 hours. 3. Fully extinguish at end of usable lamp life and remain extinguished without cycling. 4. Do not provide lamps that burn at reduced output at end of life. 5. Meet the Federal Toxic Characteristic Leachate Procedure (TCLP) limits. sampled fixtures. R. Meet the following photometric requirements using published photometric data and photometric data obtained by testing Do not exceed 50:1 maximum to minimum horizontal illuminance uniformity ratio within the rectangular area. on the properly mounted fixture level bubble 20.0 ft. above the midpoint of either long side of the surface area. foot-candle in a rectangular area measuring 110.0 ft. by 30.0 ft., when mounted in a level position as indicated 1. 150 Watt mast arm (underpass) mounted luminaire. Meet IESNA Cutoff requirements. Provide a minimum intensity of 0.20 3. Fixture efficiency within 10% of published efficiency. 2. Maximum candela within 20% of published maximum candela. 1. Point of maximum candela within 5 degrees horizontally and vertically. as follows: reports submitted during the prequalification process as the typical photometric output instead of published data) S. Ensure photometric data is consistent from fixture to fixture. Match published photometric data (or approved photometric equal to the referenced UL standard. Comperable standards of Canadian Standard Association, Electrical Testing Laboratories or Factory Mutual can be * When reference is made to UL, it can be considered to mean a Nationally Recognized Independent Testing Lab (NRTL). J. Provide 5/32 in. thick (min.) clear heat tempered or borosilicate glass. ROADWAY ILLUMINATION LIGHT FIXTURES Q. Supply and secure lamps inside the fixture that meet the following: illuminance uniformity ratio within the rectangular area. intensity of 0.30 foot-candles at any point along the line.Do not exceed 20:1 maximum-to-minimum horizontal in any 5.0 ft. interval along the line from 10.0 ft. to 90.0 ft. on both sides of the luminaire and provide a minimum parallel to and 20.0 ft. in from the long side of this rectangular area do not decrease by more than 0.50 foot-candles level bubble 40.0 ft. above the midpoint either long side of the surface area. Ensure light intensities along a line in a rectangular area measuring 190.0 ft. by 45.0 ft., when mounted properly in a level position as indicated on the 2. 250-watt mast arm mounted luminaire. Meet IESNA Cutoff requirements. Provide a minimum intensity of 0.20 foot-candle illuminance uniformity ratio within the rectangular area. intensity of 0.30 foot-candle at any point along the line. Do not exceed 20:1 maximum-to-minimum horizontal in any 10.0 ft. interval along the line from 10.0 ft. to 90.0 ft. on both sides of the luminaire and provide a minimum parallel to and 30.0 ft. in from the long side of this rectangular area do not decrease by more than 0.75 foot-candle level bubble 50.0 ft. above the midpoint of either long side of the surface area. Ensure light intensities along a line in a rectanglular area measuring 220.0 ft. by 60.0 ft. when mounted properly in a level position as indicated on the 3. 400-watt mast arm mounted luminaire. Meet IESNA Cutoff requirements. Provide a minimum intensity of 0.20 foot-candle (RDWY ILLUM LIGHT FIXTURES) galvanized in accordance with ASTM A123, A153 or B633. Provide means to ensure clamp is in the open position RID(LUM1)-07 Sheet 1 of 2 Lighting Assemblies." "Electronic Starting Aids of High Pressure Sodium Vapor Lighting Assembies." P. Provide *UL listed mogul base lamp sockets rated for 600 V, 1500 W that can withstand a 5000 V pulse. Meet *UL 496 Fixture Housing: Electrical Components: Lamp & Socket: Performance: Texas Department of Transportation s i o n o f t h i s s t a n d a r d t o o t h e r f o r m a t s o r f o r i n c o r r e c t r e s u l t s o r d a m a g e s r e s u l t i n g f r o m i t s u s e . k i n d i s m a d e b y T x D O T f o r a n y p u r p o s e w h a t s o e v e r . T x D O T a s s u m e s n o r e s p o n s i b i l i t y f o r t h e c o n v e r - D I S C L A I M E R : T h e u s e o f t h i s s t a n d a r d i s g o v e r n e d b y t h e " T e x a s E n g i n e e r i n g P r a c t i c e A c t " . N o w a r r a n t y o f a n y F I L E : D A T E : Traffic Operations Division DN:CK:DW:CK:C TxDOT JOB COUNTY CONT SECT DIST REVISIONS HIGHWAY SHEET NO. 72A TXDOT TXDOT TXDOT TXDOTJanuary 2007 P : \ 8 4 \ 1 8 \ 0 0 \ D e s i g n \ C i v i l \ S t a n d a r d s \ S i g n a l \ R I D 0 7 . D G N 1 0 / 1 / 2 0 1 5 56 of 71 5 FOR THREE-WIRE CIRCUIT-CENTER GROUNDED LUMINAIRES SERVED AT 480V ON 240 480 VOLT SERVICE OR LUMINAIRES SERVED AT 240V FOR FOR 120 240 VOLT SERVICE. NOTES: G 1 FOUR-WIRE CIRCUIT-CENTER GROUNDED Ground Rod 2 G 2 2 2331 Ground Rod 5 N G N LUMINAIRES SERVED AT 240V (240/480 VOLT SERVICE) / / 4 1. Standard averaged format for asymmetric fixtures. are assigned to, 2. a unique fixture test number per fixture, 3. date of manufacture, and W. Conduct electrical testing required in the Ballast section. Provide photometric testing of fixtures. Test fixtures at the following rates. the Department. 1. TxDOT's Control-Section-Job number, maintenance contract number, or purchase order number the fixtures a. Submit a sample of each type of luminaire and all pertinent data, including published photometric data and 118 East Riverside Dr. T. Use only pre-qualified fixtures. No alternates will be considered. producers list of approved producer product codes or designations. Use the following website to view this list: d. Prequalification samples, if approved, will not be returned to the manufacturer but will be retained by the the Department for comparison testing. Once a fixture has been approved, do not change any material or b. Demonstrate a commitment to quality. 3. To have a fixture listed as pre-qualified: Use of prequalified material does not relieve the contractor of the responsibility to provide materials that inspected and tested at any time and may be rejected if not in compliance with the specifications. meet the specifications. All materials, including those shown on the prequalified material list, may be supplied on each project. 2. Notify the Department in writing as to which fixture from the prequalified list of approved fixtures will be of the fixture. manufacturing method without prior approval of the Department. Unapproved changes will result in rejection e. In addition, luminaires will be tested for compliance with this specification. Luminaires that inconsistently pre-qualified list at the discretion of the Department. pass testing or that are inconsistent with published photometric information will be removed from the test lab retains the results for 5 years. Provide the Department access to documentation. recently tested photometric data (IES format, both "averaged" and both sides of "un-averaged" data) to: a. Provide IES photometric report in two formats: c. Provide the following information on test reports: d. Write the unique lab report number on the top of the fixture housing with permanent marker. Ensure the e. Retain records of manufacturing lots, test reports, lot quantities, and other pertinent details. Submit 2. Departmental Test Reporting. Departmental test reports will be issued in accordance with Tex 1110-T. and records of fixture testing and tracking. of fixtures for use on Department projects, inventories of fixtures produced to Department specifications, f. Submit to TRF-TE a daily shipment report for shipments to each job. g. Make available to TxDOT inspectors upon request, all manufacturing facilities involved in the production 2. Un-averaged format showing both sides. Un-averaged data may be supplied in two files or as approved by From each lot or manufacturing run, select one completed fixture of each 25, with a minimum of 2 and a maximum 1. Manufactuer Testing. Before fixtures are shipped from the manufacturer, test fixtures as follows. b. Provide electrical and photometric test data directly to TRF-TE electronically for evaluation prior to shipping fixtures to the project. Do not ship fixtures until test data for each lot is approved by TRF-TE. ROADWAY ILLUMINATION DETAILS (RDWY ILLUM LIGHT FIXTURES) Split Bolt or other connector. installations. Use pre-qualified Breakaway Connectors for both T-Base and Shoe-Base (i.e. concrete, direct burial...) 4 1 2 3 4 5 U. Sample in accordance with Test Method Tex-1110-T, "Sampling Lighting Assemblies." 1. Only materials with approved product codes or designations from prequalified producers are accepted on bids. list.htm http://www.dot.state.tx.us/business/producer of their respective manufacturers. with a fixture that passes all testing, delivered to the project location. Lamps and photocells are subject to the warranties V. Replace failed fixtures, when non-operable due to defects in materials or workmanship within five years of installation Use Ground Rod Clamp listed for its intended purpose bonding connector, sized appropriately for conductors. Use 1/2 in.-13 UNC threaded, copper or tin-plated copper, pole of 5. Test photometrics at an independent test lab inspected and approved by TxDOT. Electrical testing may be performed at manufacturer's facility. Sheet 2 of 2 c. Submit the following documentation: 1. QA/QC program documentation with the following minimum requirements; a. Written statement of the companies QA/QC policy. b. QA/QC person employed that has special QA/QC training and has QA/QC as their primary job responsibility. c. A written procedure specifically for handling orders for fixtures built to TxDOT specifications. d. A written procedure for keeping track of fixtures built, certified, and tested for TxDOT orders. e. A check list of features for TxDOT fixtures with QA/QC person signature. 10. Lamp data 9. Photometric data 8. Ballast electrical data 7. Stainless steel and aluminum bracket data 6. Socket, MOV, and shutoff ignitor data 5. Aluminum casting and paint analysis 4. 3G certification 3. IP 65 certification 2. Fixture UL certification The Construction Division (CST) of the Texas Department of Transportation (TxDOT) maintains the material TXDOT- TRF Austin, TX 78704 4. quantities supplied and lot number per fixture type. records to the Department upon request. Prequalification: Sampling: Manufacturer Warranty: Testing: RID(LUM2)-07 Texas Department of Transportation s i o n o f t h i s s t a n d a r d t o o t h e r f o r m a t s o r f o r i n c o r r e c t r e s u l t s o r d a m a g e s r e s u l t i n g f r o m i t s u s e . k i n d i s m a d e b y T x D O T f o r a n y p u r p o s e w h a t s o e v e r . T x D O T a s s u m e s n o r e s p o n s i b i l i t y f o r t h e c o n v e r - D I S C L A I M E R : T h e u s e o f t h i s s t a n d a r d i s g o v e r n e d b y t h e " T e x a s E n g i n e e r i n g P r a c t i c e A c t " . N o w a r r a n t y o f a n y F I L E : D A T E : Traffic Operations Division DN:CK:DW:CK:C TxDOT JOB COUNTY CONT SECT DIST REVISIONS HIGHWAY SHEET NO. 72B TXDOT TXDOT TXDOT TXDOTJanuary 2007 P : \ 8 4 \ 1 8 \ 0 0 \ D e s i g n \ C i v i l \ S t a n d a r d s \ S i g n a l \ R I D 0 7 - 2 . d g n 1 0 / 1 / 2 0 1 5 57 of 71 P : \ 8 4 \ 1 8 \ 0 0 \ D e s i g n \ C i v i l \ S t a n d a r d s \ S i g n a l \ R I D 0 7 - 3 . d g n 1 0 / 1 / 2 0 1 5 58 of 71 When required ~ 4" concrete riprap with 6"x 6" (W2.9 x W2.9) welded wire fabric reinforcement 4 Anchor Bolts Ground Rod AA Hex nut Flat washer Hex nut Flat washer Top of Foundation Bottom Anchor Bolt Template Template Level finish Conduit When required ~ 4" concrete riprap with 6"x 6" (W2.9 x W2.9) welded wire fabric reinforcement S E E T A B L E radius 24" 1 8 " M i n . Level finish 1 8 " M i n . Conduit 24" 4" concrete riprap with 6"x 6" (W2.9 x W2.9) welded wire fabric reinforcement Template ANCHOR BOLT DETAIL FOUNDATION DETAIL SHOWING CONSTANT GRADE SECTION A-A SHOWING SLOPED GRADE Foundation Diameter RIPRAP DIAMETER RIPRAP (CONC) (CL B) 30 in.78 in.0.35 CY S h o e B a s e F o u n d a t i o n Baseplate Holddown Washer T - B a s e F o u n d . Tied to 30"30" 6 ~ #4 Bars 4 " ( - 1 / 2 " , + 0 " ) Hex nut 10 POLE MOUNTING HEIGHT 1in.x 30in. ANCHOR BOLT SIZE 1 ‚in. x 30in. 2 " C l e a r C o v e r ( T y p ) Foundation even with finished grade #3 at 6" pitch, 2 flat turns top and bottom. 6 ~ #4 Bars S E E T A B L E 2 " C l e a r C o v e r ( T y p ) #3 at 6" pitch, 2 flat turns top and bottom. 6 ~ #4 Bars Conduit (See lighting layout for conduit size. Match duct cable size if used. See ED standard sheets.) †" x 8' Copper-clad Steel Ground Rod †" x 8' Copper-clad Steel Ground Rod >20 ft. to 30 ft. >30 ft. to 40 ft. <20 ft. >40 ft. to 50 ft. 6'6'6' 6'6' 6' 6' 8' 8'8' 8'10' Roadway Functional Classification Freeway Mainlanes (roadway with full control of access) All curbed, 45 mph or less design speed All others ** Pole offset (distance to transformer base, tolerance + 6in.-0in.) 15 ft. (minimum and typical) from lane edge 2.5 ft. minimum (15 ft. desirable) from curb face 10 ft. minimum (15 ft. desirable) from lane edge * * or as close to ROW line as is practical Foundation even with finished grade on road side of foundation. 1:6 maximum negative side slope. <40 ft. 2. Erect roadway illumination assembly poles plumb and true. Form and level the top 6" of the foundation so the pole will be plumb. Use leveling nuts to plumb shoe base poles. Do not use shims or leveling nuts under transformer bases. Do not grout between baseplate and the foundation. 3. Ensure Class 2A and 2B fit for anchor bolts and nuts. Tap and chase nuts after galvanizing. Anchor bolt body with rolled threads need not be full size. 6. Locate breakaway roadway illumination assemblies as shown in the placement table, unless otherwise dimensioned on the plans. Protect non-breakaway illumination assemblies from vehicular impact (i.e. 2 ft. behind guard rail or mounted on traffic barrier), or located outside the clear zone, except that 2.5 ft. from curb face is minimum desired for light poles on city streets, 45 mph or less, see design guidelines for further information. 7. Use 8 hold down washers on transformer base poles as recommended by the manufacturer and supplied with base. 8. Install a minimum of 2 conduits in each foundation. See lighting layout sheets for locations of foundations with more than 2 conduits. Cap unused conduits in foundations on both ends. centerline as shown. ** provide 2/5 of the luminaire mounting height behind the pole for "falling area" to prevent encroachment on the other travel lanes. See design guidelines. ROADWAY ILLUMINATION DETAILS (RDWY ILLUM FOUNDATIONS) SHOE BASE T-BASE 5. Place riprap around the foundation when called for elsewhere in the plans. Riprap will be paid for under Item 432. rated for embedment in concrete. see note 10 rebar cage PAY QUANTITY OF RIPRAP PER FOUNDATION (Install only when shown on the plans) BREAKAWAY POLE PLACEMENT (See note 6) Anchor bolts 4. Use appropriate class of concrete as specified in Items 416 and 432. Lock washer See RIP Standard (See note 1) LENGTHS RECOMMENDED FOUNDATION RID(FND)-11 9. Conduit location in foundations is critical for breakaway devices. Place conduits 2 in. apart on 11. Use rip rap on T-base foundations that are located on a sloped grades. "Drilled Shaft Foundations," unless otherwise shown on the plans. shown on the plans, or as directed by the Engineer. Foundations will be paid for under Item 416, 1. "Recommended Foundation Lengths" table is for information purposes only. Foundation lengths shall be as 1/4 " tooled 10. Bond anchor bolt to rebar cage with #6 bare stranded copper conductor. Use listed mechanical connectors Grade break lines SECTION A-A Texas Department of Transportation s i o n o f t h i s s t a n d a r d t o o t h e r f o r m a t s o r f o r i n c o r r e c t r e s u l t s o r d a m a g e s r e s u l t i n g f r o m i t s u s e . k i n d i s m a d e b y T x D O T f o r a n y p u r p o s e w h a t s o e v e r . T x D O T a s s u m e s n o r e s p o n s i b i l i t y f o r t h e c o n v e r - D I S C L A I M E R : T h e u s e o f t h i s s t a n d a r d i s g o v e r n e d b y t h e " T e x a s E n g i n e e r i n g P r a c t i c e A c t " . N o w a r r a n t y o f a n y F I L E : D A T E : Traffic Operations Division DN:CK:DW:CK:C TxDOT JOB COUNTY CONT SECT DIST REVISIONS HIGHWAY SHEET NO. TXDOT TXDOT TXDOT TXDOTJanuary 2007 1-11 72C 3/4" max 1/2" Typ, 5 3 / 4 " ( + 1 / 4 " ) 1/2" max 1/4" Typ, Lock washer P : \ 8 4 \ 1 8 \ 0 0 \ D e s i g n \ C i v i l \ S t a n d a r d s \ S i g n a l \ R I P 0 7 . D G N 1 0 / 1 / 2 0 1 5 59 of 71 Next letter denotes type of base, (S- dashed number which denotes length in feet. EXPLANATION OF ROADWAY ILLUMINAION ASSEMBLY DESIGNATIONS TYPE 50 T X .4KW SX aluminum. SA SA: Pole and mast arm may be steel or ST: Pole and mast arm must be steel. AL: Pole and mast arm must be aluminum. Two numerical digits denote mounting First number denotes length of mast arm Use of second mast arm is indicated by second S- High Pressure Sodium, L- Low Pressure Sodium). (--)( Shoe Base, height in feet. in feet. SHIPPING PARTS LIST ~ POLES AND LUMINAIRE ARMS (ft) Mounting Ht. Nominal Shoe Base Designation Quantity 20 30 40 50 Designation Quantity T-Base Designation Quantity (Type SP 28 S - 4) (.25kW) S (Type SP 28 S - 4 - 4) (.25kW) S (Type SP 28 S - 8) (.25kW) S (Type SP 28 S - 8 - 8) (.25kW) S (Type SP 38 S - 8 - 8) (.25kW) S (Type SP 38 S - 8) (.25kW) S (Type SP 38 S - 12) (.25kW) S (Type SP 38 S - 12 - 12) (.25kW) S CSB/SSCB Mounted Designation Quantity OTHER Pole A1 A2 Luminaire Pole A1 A2 Luminaire Pole A1 A2 Luminaire Pole A1 A2 Luminaire POLES ILLUMINATION ROADWAY Last letter indicates the type of lamp (M- Metal Halide, SHEET 1 of 4 (Type SP 38 S - 4) (.25kW) S (Type SP 38 S - 4 - 4) (.25kW) S (Type SP 38 S - 10) (.25kW) S (Type SP 38 S - 10 - 10) (.25kW) S sheet CSB (5), or SSCB (4). (Type SA 20 S - 4) (.15kW) S (Type SA 20 S - 4 - 4) (.15kW) S (Type SA 30 S - 4) (.25kW) S (Type SA 30 S - 4 - 4) (.25kW) S (Type SA 30 S - 8) (.25kW) S (Type SA 30 S - 8 - 8) (.25kW) S (Type SA 40 S - 4) (.25kW) S (Type SA 40 S - 4 - 4) (.25kW) S (Type SA 40 S - 8) (.25kW) S (Type SA 40 S - 8 - 8) (.25kW) S (Type SA 40 S - 10) (.25kW) S (Type SA 40 S - 10 - 10) (.25kW) S (Type SA 40 S - 12) (.25kW) S (Type SA 40 S - 12 - 12) (.25kW) S (Type SA 50 S - 4) (.4kW) S (Type SA 50 S - 4 - 4) (.4kW) S (Type SA 50 S - 8) (.4kW) S (Type SA 50 S - 8 - 8) (.4kW) S (Type SA 50 S - 10) (.4kW) S (Type SA 50 S - 10 - 10) (.4kW) S (Type SA 50 S - 12) (.4kW) S (Type SA 50 S - 12 - 12) (.4kW) S (Type SA 50 T - 4) (.4kW) S (Type SA 50 T - 4 - 4) (.4kW) S (Type SA 50 T - 8) (.4kW) S (Type SA 50 T - 8 - 8) (.4kW) S (Type SA 50 T - 10) (.4kW) S (Type SA 50 T - 10 - 10) (.4kW) S (Type SA 50 T - 12) (.4kW) S (Type SA 50 T - 12 - 12) (.4kW) S (Type SA 20 T - 4) (.15kW) S (Type SA 20 T - 4 - 4) (.15kW) S (Type SA 30 T - 4) (.25kW) S (Type SA 30 T - 4 - 4) (.25kW) S (Type SA 30 T - 8) (.25kW) S (Type SA 30 T - 8 - 8) (.25kW) S (Type SA 40 T - 4) (.25kW) S (Type SA 40 T - 4 - 4) (.25kW) S (Type SA 40 T - 8) (.25kW) S (Type SA 40 T - 8 - 8) (.25kW) S (Type SA 40 T - 10) (.25kW) S (Type SA 40 T - 10 - 10) (.25kW) S (Type SA 40 T - 12) (.25kW) S (Type SA 40 T - 12 - 12) (.25kW) S (Type SP 48 S - 4) (.4kW) S (Type SP 48 S - 8) (.4kW) S (Type SP 48 S - 4 - 4) (.4kW) S (Type SP 48 S - 8 - 8) (.4kW) S (Type SP 48 S - 10) (.4kW) S (Type SP 48 S - 10 - 10) (.4kW) S (Type SP 48 S - 12) (.4kW) S (Type SP 48 S - 12 - 12) (.4kW) S for installing on CSB or SSCB. See standard SP: Squashed (ovalized) steel or aluminum pole T-Transformer Base, or B-Shoe Base Bridge Mount) shall consult with the appropriate utility company prior to beginning such work. using established industry and utility safety practices and in accordance with laws governing such work. The Contractor conditions. Erection and/or removal of poles and luminaires located near overhead electrical lines shall be accomplished The location of poles and fixtures are diagrammatic only and may be shifted by the Engineer to accommodate local guarantees as a customary trade practice, Contractor shall furnish to the Department such warranties or guarantees. equipment or installation will be considered justification for rejection. Where manufacturers provide warranties or shall be performed, furnished and installed by the Contractor. Faulty fabrication or poor workmanship in any material, All work, materials and services not shown on the plans which may be necessary for complete and proper construction GENERAL NOTES: ) plans. D. Special Designs. Poles with architectural treatments shall meet the requirements shown elsewhere in the anti-seize compound, Never-Seez Compound, Permatex 133K or equal. Bolts: Stainless Steel AISI 300 series. Bolts threading into aluminum threads shall be treated with Pole Cap: ASTM B209 Alloy 5086-H32 or ASTM B108 or B26 Alloy 356.0-T6. Mast Arms: ASTM B241 Alloy 6061-T6 or Alloy 6063-T6. Mast Arm Fitting: ASTM B209 Alloy 6061-T6 or ASTM B221 Alloy 6005-T5. Base Flange: ASTM B26 Alloy 356.0-T6 or ASTM B108 Alloy 356.0-T6 (Yield strength test required). Shaft: ASTM B221 or B241 Alloy 6063-T6, ASTM B209 Alloy 5086-H34, ASTM B221 Alloy 6005-T5. d. Pole components shall be constructed using the following material: C. Aluminum poles shall be equipped with vibration mitigation devices, as approved by the engineer. restraints and other requirements for steel poles specified herein. b. Aluminum pole designs shall use the same anchor bolt assembly and be subject to the same geometric a. Aluminum poles shall be fabricated in accordance with "Structural Welding Code-Aluminum" AWS D1.2. 1. Meet all of the requirements stated above for optional steel pole designs and the following: pending approval by the Department as outlined below. C. Aluminum Pole Designs. Aluminum pole designs may be allowed, if aluminum poles are permitted or required, shown herein. 4. Anchor Bolt Assembly. Anchor bolt assemblies for optionally designed poles shall be the same as those feet. mast arms shall be designed for a 60-pound luminaire having an effective projected area of 1.6 square mast arms and luminaires. Poles shall be supplied with mast arm combinations as shown in the plans. All 3. Mast Arm Attachments. All poles and attachments shall be structurally designed to support two 12-foot Manufacturer's shop drawings shall include the ASTM designations for all materials to be used. drawings. Shop drawings shall show breakaway base model number, and manufacturer's name and logo. and FHWA breakaway requirement test of the model of base being furnished shall be submitted with the shop resist the theoretical plastic moment capacity of the pole. Certification of the plastic moment load test calculations and shop drawing submittals. All transformer bases shall have been structurally tested to transformer base poles, fabricator shall include transformer base and connecting hardware in design 3-second gust wind speeds. An additional 1.14 gust factor shall be applied to the wind loads. For Supports for Highway Signs, Luminaires and Traffic Signals." All poles shall be designed for 110 mph design life in accordance with the 2001 Edition of the AASHTO "Standard Specifications for Structural 2. Structural Support Design for Luminaires. Lighting support structures shall be designed for a 25 year assembly and design calculations as described above. deviation from the pre-approved shop drawings will require submission of shop drawings of the complete details of shop drawings on the pre-approved list maintained by the TxDOT Traffic Operations Division. Any shop drawings and design calculations is not required for structures fabricated in accordance with the The Department may elect to pre-approve some shop drawings for optionally designed poles. Submission of seal of an engineer registered in the State of Texas, in accordance with Item 441, "Steel Structures." 1. Shop Drawings. Optional designs require submission of shop drawings and design calculations bearing the permitted or required, pending approval by the Department as outlined below. B. Optional Steel Pole Designs. Multi-sided steel poles may be allowed as optional designs, if steel poles are standard designs is not required. herein, shall be considered standard designs. Submission of shop drawings and design calculations for A. Standard Steel Pole Designs. Steel poles fabricated in accordance with the details and dimensions shown shown elsewhere in the plans. fixtures bid under Item 610 shall meet specifications meet the specifications shown on RID(IF). All other descriptive code RDWY ILL ASSEM U/P TYPE IF shall RID(LUM) sheets 1 and 2. Fixtures bid under the style fixtures that meet the specifications shown on (TYPE 2) as shown on RID(UP) shall be "cobra head" Fixtures for U/P (SPL-CO) (.15KW)S(TYPE 1) and 1000 watts, .4 kW= 400 watts, etc.) Next three figures indicate luminaire rating (1 kW= RIP(1)-11 Texas Department of Transportation s i o n o f t h i s s t a n d a r d t o o t h e r f o r m a t s o r f o r i n c o r r e c t r e s u l t s o r d a m a g e s r e s u l t i n g f r o m i t s u s e . k i n d i s m a d e b y T x D O T f o r a n y p u r p o s e w h a t s o e v e r . T x D O T a s s u m e s n o r e s p o n s i b i l i t y f o r t h e c o n v e r - D I S C L A I M E R : T h e u s e o f t h i s s t a n d a r d i s g o v e r n e d b y t h e " T e x a s E n g i n e e r i n g P r a c t i c e A c t " . N o w a r r a n t y o f a n y Traffic Operations Division C TxDOT REVISIONS 73A January 2007 F I L E : D A T E : DN:CK:DW:CK: JOB COUNTY CONT SECT DIST HIGHWAY SHEET NO. TXDOT TXDOT TXDOT TXDOT P : \ 8 4 \ 1 8 \ 0 0 \ D e s i g n \ C i v i l \ S t a n d a r d s \ S i g n a l \ R I P 0 7 - 2 . d g n 1 0 / 1 / 2 0 1 5 60 of 71 1 ' - 6 " 5 ' - 6 " 6 " L e n g t h L u m i n a i r e M o u n t i n g H e i g h t 5 ' - 6 " 1 ' - 6 " 6 " 5 ' - 6 " 1 ' - 6 " 6 " S e c t i o n O v a l i z e d (ft) Height Mounting Luminaire (in) Diameter Base (in) Diameter Top (ft) Length 20.00 20.00 30.00 30.00 28.00 40.00 40.00 38.00 50.00 50.00 48.00 10.50 7.00 7.00 7.50 7.50 9.00 8.50 8.50 9.00 10.00 10.50 4.90 5.11 3.60 3.81 4.384.00 4.21 5.78 4.48 3.414.20 15.00 13.50 25.00 23.50 23.00 35.00 33.50 33.00 45.00 43.50 43.00 0.1196 0.1196 0.1196 0.1196 0.1196 0.1196 0.1196 0.1196 0.1196 0.1196 0.1345 (ft) Height Mounting Luminaire (in) Diameter Base (in) Diameter Top (ft) Length (ft) Height Mounting Luminaire (in) Diameter Base (in) Diameter Top (ft) Length SHOE BASE POLE TRANSFORMER BASE POLE A p p r o x L e n g t h L u m i n a i r e M o u n t i n g H e i g h t L e n g t h L u m i n a i r e M o u n t i n g H e i g h t SHOE BASE POLE TRANSFORMER BASE POLE Connection Simplex Arm Connection Simplex Arm Connection Simplex Arm 1 0 " M i n 1 5 " M a x (in) Thickness Pole (in) Thickness Pole (in) Thickness Pole ( C S B ) 4 ' - 0 " ( S S C B ) 7 ' - 6 " ~ M a x . 6 ' - 0 " ~ M i n . 2 1 MATERIAL DATA COMPONENT DESIGNATION ASTM (ksi) YIELD MIN. Base Plate and Handhole Frame A36 36 Flat Washers F436 LP-3 LP-3 LP-3arm axis from mast located 45° Seam Weld POLES ILLUMINATION ROADWAY of Rail About LC to Rail Perp. TOLERANCES TABLE POLE ASSEMBLY FABRICATION Shaft length Shaft diameter: other Out of "round" Straightness of shaft Twist in shaft Perpendicular to baseplate Pole centered on baseplate Location of Attachments +1" 4 in 50 ft o of slip fitting pieces O.D. of inside piece of slip fitting pieces I.D. of outside piece 2 1 Bolt hole spacing DIMENSION TOLERANCE T-Base Connecting Bolts A325 92 SHEET 2 of 4 7.1 13.2 20.7 30.3 (K-ft) Design Moment 10.3 16.6 25.1 13.2 20.8 30.5 7.1 13.2 20.7 30.3 Thickness Pole 60% of Thickness Pole 60% of Thickness Pole 60% of S e c t i o n C i r c u l a r +1/32", -1/8" +1/8", -1/16" +3/16" +1/4" in 10 ft +1/4" +1/4" +1/16" 1/4" /8" in 24"1 A572 Gr 50, lieu of the requirements in ASTM A325. Lubricate in the field if necessary in A1011 HSLAS CONCRETE TRAFFIC BARRIER BASE POLE (CSB/SSCB) BARRIER BASE POLE CONCRETE TRAFFIC Sheet 4 of 4. Traffic Barrier Base Baseplate details, Before ovalized as shown on Concrete A572 Gr.50, or 1 ' - 0 " Gr 50 Cl 2 A595 Gr A, 3 Anchor Bolt Templates A36 36 Heavy Hex (H.H.) Nuts A563 Gr DH A194 Gr 2H,or Ground MountedBridge Mounted Details Standard, BL See Bridge Lighting accordance with Item 449, "Anchor Bolts." base poles and concrete traffic barrier base poles, in Lubricate and tighten anchor bolts, when erecting shoe Engineer. specified may be substituted with the approval of the Alternate material equal to or better than material than 1-1/2 times the shaft diameter at the lap joint. shall telescope together with a lap length of not less assembled by the lap-joint method. The two sections Poles may be fabricated in two sections and field- not be permitted, unless otherwise shown on the plans. Two-section poles joined by circumferential welds will Welding Code D1.1. shall be in accordance with the ANSI/AWS Structural sections shall have 60% minimum penetration. All welding 441,"Steel Structures." Longitudinal seam welds for pole Steel poles shall be fabricated in accordance with Item galvanized in accordance with Item 445, "Galvanizing." Unless otherwise noted, all steel parts shall be the larger pole. tables, use base diameter and thickness values for For mounting heights between values shown in the "Galvanizing." arms shall be repaired in accordance with Item 445, and other damaged galvanized areas on poles and mast of pits, blisters, or other defects. Scratched, chipped, The finished pole shall have a smooth, uniform finish free hand holes shall be on the same side of the barrier. concrete traffic barrier with two luminaire arms, all degrees from luminaire arm. For poles mounted on a with one luminaire arm, hand holes shall be located 180 the plans. For poles mounted on a concrete traffic barrier placed 90 degrees to mast arm unless otherwise noted on mounted on a concrete traffic barrier, hand holes shall be holes with reinforcing frames and covers. Except for poles All poles, except Transformer Base Poles, shall have hand (K-ft) Moment Design (K-ft) Moment Design Pole Shaft (0.14"/ft. Taper) 50 Gr 50 Cl 2 , or A1008 HSLAS 3 the elongation requirements for HSLAS HSLAS, provided the material meets A1011 SS Gr 50 may be used in lieu of ' - 0 " 3 practice. tolerances generally obtainable in normal fabrication fabrication tolerances, dimensions shall be within the sheets and the Specifications. In the absence of specified shipping practices shall meet the requirements of these fabrication. Materials, fabrication tolerances, and procedures which the Fabricator must obtain prior to herein. Weld references call for preapproved weld with the details, dimensions, and weld procedures shown illumination pole assemblies fabricated in accordance shown herein. Do not submit shop drawings for roadway and with the details, dimensions, and weld procedures Fabrication shall be in accordance with the Specifications square feet. luminaire having an effective projected area of 1.6 arms and luminaires. Design mast arms for a 60-pound Design structures to support two 12' luminaire mast pole is less than 25' above natural ground level. Design moments listed in tables assume base of adjust the wind speed to a 25 year recurrence interval. factor. A wind importance factor of 0.80 is applied to 3-Second Gust Wind Speed equal 110 mph with a 1.14 gust and Traffic Signals and Interim Specifications. Design for Structural Supports for Highway Signs, Luminaires, Designs conform to 2001 AASHTO Standard Specifications Sheet 4 of 4 Bolt Assembly Detail, See Shoe Base Anchor Detail, Sheet 4 of 4 Anchor Bolt Assembly See Transformer Base Sheet 4 of 4 Baseplate Detail, See Transformer Base Sheet 4 of 4 Detail, Base Baseplate Traffic Barrier See Concrete Sheet 4 of 4 Bolt Assembly Detail, Barrier Base Anchor See Concrete Traffic Sheet 4 of 4 Baseplate Detail, See Shoe Base Sheet 3 of 4 Top Detail, See Pole Sheet 3 of 4 Top Detail, See Pole Sheet 3 of 4 Top Detail, See Pole Sheet 3 of 4 Detail, See Handhole Sheet 3 of 4 Detail, See Handhole Sheet 4 of 4 Base Details, See Transformer N o m i n a l R i s e N o m i n a l R i s e N o m i n a l R i s e RIP(2)-11 Texas Department of Transportation s i o n o f t h i s s t a n d a r d t o o t h e r f o r m a t s o r f o r i n c o r r e c t r e s u l t s o r d a m a g e s r e s u l t i n g f r o m i t s u s e . k i n d i s m a d e b y T x D O T f o r a n y p u r p o s e w h a t s o e v e r . T x D O T a s s u m e s n o r e s p o n s i b i l i t y f o r t h e c o n v e r - D I S C L A I M E R : T h e u s e o f t h i s s t a n d a r d i s g o v e r n e d b y t h e " T e x a s E n g i n e e r i n g P r a c t i c e A c t " . N o w a r r a n t y o f a n y Traffic Operations Division C TxDOT REVISIONS 73B January 2007 F I L E : D A T E : DN:CK:DW:CK: JOB COUNTY CONT SECT DIST HIGHWAY SHEET NO. TXDOT TXDOT TXDOT TXDOT 8.00 0.1196 20.731.00-39.00 4.36-3.24 26.00-34.00 8.00 0.1196 20.7 Anchor Bolts 31.00-39.00 4.57-3.45 24.50-32.50 P : \ 8 4 \ 1 8 \ 0 0 \ D e s i g n \ C i v i l \ S t a n d a r d s \ S i g n a l \ R I P 0 7 - 3 . d g n 1 0 / 1 / 2 0 1 5 61 of 71 galvanized metal cap Removable plastic or length Threads 13NC Tapped Lip Smooth Arm Simplex Pole Simplex 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 removed Lip Arm Simplex Pole Simplex B LA-2 Pole or Arm Simplex Arm Pipes 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 " 1 ‡ " † " ‚"4" 5" Approx.C 5" Approx. 4" 1 ‡ " 1 " " ‡" …" ‹" 5 " A p p r o x . max L " Dia. Holes- " Dia. x 1 " " Dia. x 1 " 1 ‡" Dia. Approx. 2" Dia. Approx. ‰" + + + 5 " A p p r o x . Min. straight Misc. (3 Req'd) Set Screws Stainless Steel POLE TOP ELEVATION SECTION A-A Wall Tube Pole Clip Mtg. Cover 12 Gauge H.R.M.S. Handhole Cover HANDHOLE (Typ) ( T y p ) 2" 5" B 2 ELEVATION C C SECTION C-C ASTM designations as noted LA-3 LA-3 LA-3 POLES ILLUMINATION ROADWAY SIMPLEX ATTACHMENT DETAIL SECTION B-B LOWER SIMPLEX FITTING UPPER SIMPLEX FITTING SIDE (Gusset not shown for clarity) (Gusset not shown for clarity) ARM SIMPLEX DETAIL POLE SIMPLEX DETAIL 2 " A A or Aluminum (Zinc Alloy No.3), zinc die casting (A48 Class 30), gray iron casting Pole Top Cap to be 8 Each pole simplex fitting shall be supplied DIMENSION TOLERANCE TOLERANCES TABLE ARM ASSEMBLY FABRICATION Arm Length Arm Rise Arm Diameter Overall length or width Thickness Deviation from flat Spacing between holes +3" truss arms Strut location in MATERIALS Typ 2 Typ 2 T y p SHEET 3 of 4 0°(+2° LUMINAIRE ARM R i s e Arm Length ,-0°) Bolt hole size 7 Dimensional limits are given to show acceptable of a particular arm length shall have the same dimensions within specified tolerances. Hole in Pole 2 …"x 3" Approx. Arm Length Nominal Arm Length Rise LUMINAIRE ARM DIMENSIONS 3'-6" 5'-6" 7'-6" 9'-6" 11'-6" 2'-6" 5'-6" 5'-6" 5'-6" 5'-6" 4'-0" 6'-0" 8'-0" 10'-0" 12'-0" 7 A576 Gr 1021 5 ,or A36 (Arm only) ASTM A27 Gr 65-35,A148 Gr 80-50, +1 3/4" in 10 ft +3/16" +1/4" +1/4", -1/16" 1/8" in 12" +3/32" +1/16" /2"+1 1 Strut L Š"x 2" Min. x 2" Min. Strut L Š" Gusset Plates 4 Arm Struts and " Grade Hot Rolled Bar ~ " dia. Commercial wiring and handling "J" or "C" Hook for 1" Min. 1 0 " grounding lug "~13UNC ‚ " Screws Head Stainless Steel (2) ‚"~20UNC Hex 4" +ˆ" Tube Thk. size specified. The bolts and lock washers shall be secured to the pole with the other hardware items called for in the plans. elongation than the grade indicated. have higher yield strengths but shall not have less 6 A572, A1008 HSLAS-F, and A1011 HSLAS-F materials may with 2 bolts and 2 lock washers of the A325 Bolt Lock Washer A325 Bolt Lock Washer 8 8 8 8 ASTM A36,A572 Gr 50 6 , or A588 ‰ 2 Gusset Plate „" Min Gusset Plate „" Min Gusset Plate „" Min ‰ 9 9 variation in design. All of a Fabricator's production 35 ksi, and elongation in 2 inches of 22 percent. minimum tensile strength of 65 ksi, minimum yield of 5 A576 must be suitable for forging and also meet designation. where the drawings do not specify a particular ASTM 4 Any of the materials listed for plates may be used Proposed deviations in arm simplex dimensions or9 for approval. materials must be submitted to the Department A1011 HSLAS-F Gr 50 6 A501, A 1008 HSLAS-F Gr 50 6 , or ASTM A53 Gr A or B,A500 Gr B, 10 10 Luminaire mounting heights are based on assumed 5'-6" luminaire arm rise. RIP(3)-11 Texas Department of Transportation s i o n o f t h i s s t a n d a r d t o o t h e r f o r m a t s o r f o r i n c o r r e c t r e s u l t s o r d a m a g e s r e s u l t i n g f r o m i t s u s e . k i n d i s m a d e b y T x D O T f o r a n y p u r p o s e w h a t s o e v e r . T x D O T a s s u m e s n o r e s p o n s i b i l i t y f o r t h e c o n v e r - D I S C L A I M E R : T h e u s e o f t h i s s t a n d a r d i s g o v e r n e d b y t h e " T e x a s E n g i n e e r i n g P r a c t i c e A c t " . N o w a r r a n t y o f a n y Traffic Operations Division C TxDOT REVISIONS 73C January 2007 F I L E : D A T E : DN:CK:DW:CK: JOB COUNTY CONT SECT DIST HIGHWAY SHEET NO. TXDOT TXDOT TXDOT TXDOT P : \ 8 4 \ 1 8 \ 0 0 \ D e s i g n \ C i v i l \ S t a n d a r d s \ S i g n a l \ R I P 0 7 - 4 . d g n 1 0 / 1 / 2 0 1 5 62 of 71 HEIGHTS MOUNTING 20'- 39' CIRCLE BOLT SQUARE THICK DIAMETER BOLT HOLE SHOE BASE BASEPLATE TABLE HEIGHTS MOUNTING 20'- 39' CIRCLE BOLT SQUARE THICK BOLT DIA. CONNECTING TRANSFORMER BASE BASEPLATE TABLE 40' POLE DIA. 10 " DIM. A DIM. B Thick S q u a r e Bolt Circle Diameter Bolt Hole BASEPLATE SHOE BASE BASE BASEPLATE TRANSFORMER BARRIER BASE BASEPLATE CONCRETE TRAFFIC Thick S q u a r e Bolt Circle Thk. Tube D i m . A Dim. B 1'-2 …" 1'-5 ‡" (4 Req'd) Bolt Hole 1 " Dia. 4 " 3 0 " 3 0 " 1'-2 …" HEIGHTS MOUNTING 20'- 39' 40'- 50' SQUARE DIAMETER BOLT HOLE Dia. A.B. DIAMETER CTR. HOLE TOP PLAN ‰ ‰ 7"+ ‚" 3 5 " f o r C S B 3 5 " f o r S S C B Bolt Hole 1 Š" Dia. Opening 12"X 7" Center 1'-6" 3 " 50' ELEVATION BOTTOM PLAN 2" (Ref.) 17 ‚" B.C. TOP TYPE B.C. BTM. A B 1 7 " T y p BASE TABLE TRANSFORMER Threaded length Galvanized length (if required) Length LP-1 LP-2 LP-1 LP-2 LP-1 LP-2 C POLES ILLUMINATION ROADWAY 40' 50' BASE TYPE TRANSFOMER A B B Access Door Approx. 9"x 11" Washer Connecting Washer Lock DIMENSION TOLERANCE TOLERANCES TABLE ANCHOR BOLT FABRICATION SHEET 4 of 4 Diameter Center Hole Bolt Hole Dia. Diameter 2x Anchor Bolt Diameter Bolt Circle Circular Template Square Template S q u a r e Diameter Center Hole Bolt Hole Dia. Diameter 2x Anchor Bolt Diameter Bolt Circle Circular Template Square Template S q u a r e Corners Chamfered Radiused or Corners Chamfered Radiused or Washer Lock Washer, & Connecting H.H. Nut, Flat Washer, (4) Hex Head Bolts with + ˆ" Tube Thk.(B.C.) Circle Top Bolt (B.C.) Circle Bolt Bottom TEMPLATE HEIGHTS MOUNTING 28'- 38' 48' 2 DIAMETER BOLT HOLE Dia. +ˆ" Pole Base Baseplate 13" 15" 15" 13" 15" 15" 1 ‚" 1 ‚" 1 " 1 " 1 ‚" 1 " Dia. +ˆ" Pole Base Base Detail) Transformer Base (See Transformer Baseplate 13" 15" 15" 13" 15" 15" 1 ‚" 1 ‚" 1 " 1" 1 ‚" 1 ‚" 1 ‚" 1 " 1 " 9"7"+ ‚"10"+ ‚" 13"+ ‚" BASE BASEPLATE TABLE CONCRETE TRAFFIC BARRIER Baseplate 1 " 4 "8 " w/ Clip Head Bolt Lg. S.S. Hex ‚"~20UNC x 1" Door Fastener grounding hole for Tapped thru "~13UNC See Detail A See Detail B Base Transformer 13" 15" 14" DETAIL A DETAIL B TRANSFORMER BASE DETAILS Anchor Bolt (A.B.) Dia.Anchor Bolt (A.B.) Dia. Template Template 1" 1 ‚" 13" 15" 11"1 ˆ" 1 Š"12 " DIAMETER CIRCLE BOLT HEIGHTS MOUNTING 20'- 39' 40'- 50' SQUARE DIAMETER BOLT HOLE Dia. A.B. DIAMETER CTR. HOLE 1" 1 ‚" 14"12"1 ˆ" 1 Š"14 ƒ" DIAMETER CIRCLE BOLT 17 ‚" SHOE BASE ANCHOR BOLT ASSEMBLY TABLE TRANSFORMER BASE ANCHOR BOLT ASSEMBLY TABLE 1 ‚" Dia. 4 " Anchor Bolt Templates need not be galvanized. BASE ANCHOR BOLT ASSEMBLY CONCRETE TRAFFIC BARRIER + " + " - ‚" 16 ƒ"14 " 14"13" Washer Lock Washer Flat L Mast Arm(s) CL Mast Arm(s)CL Mast Arm(s) CL Handhole CL Handhole Minimum …" Thick Minimum ‚" Thick Minimum ‚" Thick Minimum …" Thick Minimum …" Thick Minimum ‚" Thick ANCHOR BOLT ASSEMBLY SHOE BASE ANCHOR BOLT ASSEMBLY TRANSFORMER BASE 11 11 11 11 RIP(4)-11 Texas Department of Transportation s i o n o f t h i s s t a n d a r d t o o t h e r f o r m a t s o r f o r i n c o r r e c t r e s u l t s o r d a m a g e s r e s u l t i n g f r o m i t s u s e . k i n d i s m a d e b y T x D O T f o r a n y p u r p o s e w h a t s o e v e r . T x D O T a s s u m e s n o r e s p o n s i b i l i t y f o r t h e c o n v e r - D I S C L A I M E R : T h e u s e o f t h i s s t a n d a r d i s g o v e r n e d b y t h e " T e x a s E n g i n e e r i n g P r a c t i c e A c t " . N o w a r r a n t y o f a n y Traffic Operations Division C TxDOT REVISIONS 73D January 2007 F I L E : D A T E : DN:CK:DW:CK: JOB COUNTY CONT SECT DIST HIGHWAY SHEET NO. TXDOT TXDOT TXDOT TXDOT Washer " thk Hold-down at least 11". with upper end galvanized Washer at top per bolt Washers and (1) Lock (2) H.H. Nuts,(2) Flat (4) Anchor Bolts with galvanized at least 12". per bolt with upper end and (1) Lock Washer at top (2) H.H. Nuts,(2) Flat Washers (4)~1 ‚" Anchor Bolts with 4 " 4 " testing. testing. Some bars may have been removed by the manufacturer for Transformer bases shall be cast with a removable tab bar for material certification shall also show the material ASTM specification. the base meets those requirements, chemical and physical. The bases. The certification shall show the metal alloy and temper and that the manufacturer of heat treatment shall be furnished with transformer be cleaned by grit blast cleaning after heat treatment. Certification by attached with stainless steel screws or bolts. Transformer bases shall other non-metallic material approved by the Engineer and shall be Doors for transformer bases shall be made of plastic, fiberglass or outside the base, but shall not be placed on the door. Such information shall be placed in a readily seen location, inside or means, marked to show fabricator's name or logo, and model number. Bases shall be stamped, incised or by other approved permanent galvanized. ASTM A325 or approved equal. Nuts shall be ASTM A563 grade DH with each transformer base for connecting the pole. Bolts shall be galvanized to ASTM A153 Class C or D, or B695 Class 50, shall be provided connecting and hold-down washers as recommended by the manufacturer, bolts with four H.H. nuts, four lock washers, four flat washers, and 356.0-T6, or other material approved by the Engineer. Four hex head Transformer bases shall be cast from aluminum, ASTM B108 or B26 Alloy tested to resist 150% of the design moment. tested by FHWA-approved methods. All bases shall have been structurally for Highway Signs, Luminaires and Traffic Signals," and shall have been Edition of the AASHTO "Standard Specifications for Structural Supports All breakaway bases shall meet the breakaway requirements of the 2001 the table for the larger mounting height. For mounting heights between those shown in the table, use the values in 5 " 5 " 8" bottom nut) (3 places at each to bottom template weld 4 bottom nuts (8)H.H. Nuts, tack bottom nut) (3 places at each to bottom template weld 4 bottom nuts (8)H.H. Nuts, tack bottom nut) (3 places at each to bottom template weld 4 bottom nuts (8)H.H. Nuts, tack P : \ 8 4 \ 1 8 \ 0 0 \ D e s i g n \ C i v i l \ S t a n d a r d s \ S i g n a l \ S P B _ 0 4 . d g n 1 0 / 1 / 2 0 1 5 63 of 71 DN:CK:DW:CK: JOB COUNTY SECT DIST REVISIONS TxDOT TxDOT TxDOT TxDOT HIGHWAY SHEET NO. C TxDOT o f t h i s s t a n d a r d t o o t h e r f o r m a t s o r f o r i n c o r r e c t r e s u l t s o r d a m a g e s r e s u l t i n g f r o m i t s u s e . k i n d i s m a d e b y T x D O T f o r a n y p u r p o s e w h a t s o e v e r . T x D O T a s s u m e s n o r e s p o n s i b i l i t y f o r t h e c o n v e r s i o n T h e u s e o f t h i s s t a n d a r d i s g o v e r n e d b y t h e " T e x a s E n g i n e e r i n g P r a c t i c e A c t " . N o w a r r a n t y o f a n y D I S C L A I M E R : CONTMay 2003 F I L E : D A T E : Standard Division Operations Traffic DETAILS FLASHING BEACON ASSEMBLY SOLAR POWERED ROADSIDE SPRFBA(1)-13 spb1-13.dgnFILE: 75A and detail) (See Note 10 Connectors Electrical Breakaway SIGN (See Note 3) 15" 18" min. GENERAL NOTES: NON-FUSED BREAKAWAY ELECTRICAL CONNECTORS (See Note 9) Pole Base Pedestal Frangible EXPLODED VIEW NON-FUSED BREAKAWAY ELECTRICAL CONNECTORS LINE LOAD FRONT SIDE Pipe Shaft Dia. 8 in. (Sch. 40) 5 ' - 0 " (3/8" Plate) 13" Dia. Helix 1 ' - 0 " 1 ' - 0 " w/ Visor 12" LED Beacon (See Note 9) Pole Base Frangible Pedestal Use CGB type connector where cable enters pole. to conductors. that may cause damage burrs or rough edges entry, remove any Drill pole for wire grade ( + 6 in.) 9 ft.- 6 in. above bottom of cabinet required). Mount Batteries(when Control Unit / Controller/Solar Cabinet for Flasher to conductors. that may cause damage burrs or rough edges entry, remove any Drill pole for wire 7 ' - 0 " M i n . ( S e e N o t e 1 3 ) 7 ' - 0 " M i n . ( S e e n o t e 1 3 ) w/ Visor 12" LED Beacon gasket Rubber and in cabinet at entry as shown. cable at conduit end in ground box run between cabinet and ground box. Clamp Pull conductors to remove slack in Battery Strap cover Battery apron. (See note 12) Battery Box)with Ground Box-(Type- 9" Gravel fill grommet Bushing with 40 PVC Schedule Min. 1" conduit Min. 1" PVC ground box Side of connector or CGB clamp Cable 7' Min. connector or CGB clamp Cable cabinet Back of Conductors Insulated Line Side Breakaway Base Conductors Insulated Load Side To Flasher Cabinet From Battery Box 12-04 3-13 See Note 16 (See note 15) Solar Panel Solar Panel Flush (0,+1/2") (see note 14) cast Aluminum pipe 4 1/2 " outer dia. Carriage Bolts 1" X 4" Grade 5 base - 4 Ea. Hardware to attach (both sides) 2 †" Wide Conduit opening(See Note 4) Anchor Foundation Screw-In Type Foundation or Drilled Shaft 16. Ensure height of conduit is below top of anchor bolts. Unless specified elsewhere, mount a minimum of 14' above grade. obstruction that would block the solar panel from receiving full sunlight. Prior to installation, check the location to ensure there is no overhead 15. Orient solar panel for optimum exposure to sunlight (face to the south). be allowed. Aluminum conduit will not develop the necessary strength and will not Schedule 40 Aluminum pipe, ASTM B429 or B221 (Alloy 6061-T6 only). 14. Unless otherwise shown on the plans, pole shaft shall be one piece, of the road. the sign at least 7 ft. above the sidewalk or pavement grade at the edge edge of the road. When a bottom beacon is not used, mount the bottom of 13. Provide clearance as shown above the sidewalk or pavement grade at the cabinets. regarding the installation of ground boxes/battery boxes, conduit, and 12. See standard sheet Electrical Details (ED) for additional requirements number of batteries as required by the manufacturer. Wire batteries according to manufacturers recommendations. Provide the Assemblies." When required, install batteries in the flasher cabinet. plastic sheet are subsidiary to the Item 685, "Roadside Flashing Beacon to the battery with a strap. The batteries, bell jars, straps and ‰" bell jar) over the top of each battery and secure the battery bell jar thick plastic sheet and connect together. Place a plastic cover (battery 11. Install the batteries in a battery box. Place the batteries on a ‰" dummy fuse (slug). breakaway connector with a white colored marking and a permanently installed with a dummy fuse slug). For grounded (neutral) conductors, install a Item 685. For ungrounded (hot) conductors, install a breakaway connector Illumination and Electrical Supplies." Approved models are listed under frangible pedestal pole bases, as shown on TxDOT's MPL in the file "Roadway 10. Provide single pole non-fused watertight breakaway electrical connectors for loosening on connection. winds, use a pole and base collar assembly to add strength and prevent pole base and pipe unless the pipe is fully seated into base. In high 9. Per manufacturer's recommendations, engage all threads on the pedestal the Item 685, "Roadside Flashing Beacon Assemblies." 8. Conduit in foundation and within 6 in. of foundation is subsidiary to on poles. as directed. Use hardware specifically designed for mounting beacon heads 7. Install beacon heads as shown here, as shown elsewhere on the plans, or heads, solar panels, etc., to poles. 6. Use materials specifically designed for attaching cabinets, beacon Material Producer List (MPL) in the file "Highway Traffic Signals". 5. When used, provide Screw-In Type Anchor Foundations as shown on TxDOT's is not required for solar powered flashing beacon assemblies. Foundation is subsidiary to Item 685. Installation of a ground rod On a slope, install one edge at ground level. Screw-In/Drilled Shaft Screw-In Type Anchor Foundation as per manufacturer's recommendations. Drilled Shaft Foundation, see standard sheet TS-FD. Install the Foundation as shown elsewhere in the plans. When plans require a 4. Use either a Screw-In Type Anchor Foundation or a Drilled Shaft mounting details. Install signs as shown on the sign layout sheets. 3. See SMD standard sheets for lateral and vertical clearances and sign requirements. 2. See Item 685, "Roadside Flashing Beacon Assemblies" for further install the upper beacon. other arrangements are possible. When only one beacon is required, 1. Details show a typical warning sign with two flashing beacon heads, DN:CK:DW:CK:FILE: JOB COUNTY SECT DIST REVISIONS TxDOT TxDOT TxDOT TxDOT HIGHWAY SHEET NO. C TxDOT o f t h i s s t a n d a r d t o o t h e r f o r m a t s o r f o r i n c o r r e c t r e s u l t s o r d a m a g e s r e s u l t i n g f r o m i t s u s e . k i n d i s m a d e b y T x D O T f o r a n y p u r p o s e w h a t s o e v e r . T x D O T a s s u m e s n o r e s p o n s i b i l i t y f o r t h e c o n v e r s i o n T h e u s e o f t h i s s t a n d a r d i s g o v e r n e d b y t h e " T e x a s E n g i n e e r i n g P r a c t i c e A c t " . N o w a r r a n t y o f a n y D I S C L A I M E R : CONT F I L E : D A T E : October 2003 4 REQUIREMENTS FOR SCHOOL SIGNS TYPICAL EXAMPLES 12-03 9-08 TSR(4)-13 7-13 tsr4-13.dgn GENERAL NOTES TYPICAL EXAMPLES Square Feet 0.080 Less than 7.5 Greater than 15 0.125 0.100 7.5 to 15 WRONG WAY SIGNS) (STOP, YIELD, DO NOT ENTER AND TYPICAL EXAMPLES WRONG WAY SIGNS) (EXCLUDING STOP, YIELD, DO NOT ENTER AND REQUIREMENTS FOR WARNING SIGNS FL Minimum Thickness BACKGROUND USAGE COLOR SIGN FACE MATERIAL RED LEGEND & BORDERS WHITE BACKGROUND USAGE COLOR SIGN FACE MATERIAL TYPE A SHEETING BLACK WHITE BACKGROUND USAGE COLOR SIGN FACE MATERIAL BLACK WHITE ACRYLIC NON-REFLECTIVE FILM BACKGROUND TYPE B OR C SHEETING http://www.txdot.gov/ can be found at the following website. The Standard Highway Sign Designs for Texas (SHSD) BACKGROUND USAGE COLOR SIGN FACE MATERIAL LEGEND & SYMBOLS ACRYLIC NON-REFLECTIVE FILM FL FL FL ALL OTHER BLACK TYPE B OR C SHEETING REGULATORY SIGNS REQUIREMENTS FOR WHITE BACKGROUND REGULATORY SIGNS REQUIREMENTS FOR RED BACKGROUND ALL OTHER BACKGROUND WHITE TYPE B OR C SHEETING LEGEND RED TYPE B OR C SHEETING AND SYMBOLS LEGEND,BORDERS AND SYMBOLS LEGEND,BORDERS TYPE B OR C SHEETING YELLOW FLOURESCENT LEGEND & BORDERS AND SYMBOLS LEGEND,BORDERS YELLOW GREEN FLOURESCENT DEPARTMENTAL MATERIAL SPECIFICATIONS ALUMINUM SIGN BLANKS THICKNESS SHEETING REQUIREMENTS SHEETING REQUIREMENTS SHEETING REQUIREMENTS SHEETING REQUIREMENTS ALUMINUM SIGN BLANKS DMS-7110 SIGN FACE MATERIALS DMS-8300 SPECIFIC SIGNS ONLY REQUIREMENTS FOR FOUR BACKGROUND ALL OTHERS Standard Plan Sheets. 8. Mounting details for roadside mounted signs are shown in the "SMD series" Specification requirements of DMS-7110 or approved alternative. 7. Sign substrate shall be any material that meets the Departmental Material sheeting, or combination thereof. ink, transparent colored overlay film or colored sheeting to background 6. Colored legend shall be applied by screening process with transparent colored cut-out white sheeting to colored background sheeting, or combination thereof. colored ink, transparent colored overlay film to white background sheeting or 5. White legend and borders shall be applied by screening process with transparent thereof. acrylic non-reflective black film to background sheeting, or combination 4. Black legend and borders shall be applied by screening process or cut-out a balanced appearance when spacing is not shown. and any approved changes thereto. Lateral spacing of legend shall provide 3. Lateral spacing between letters and numerals shall conform with the SHSD, Standard Highway Alphabets (B, C, D, E, Emod or F). 2. Sign legend shall use the Federal Highway Administration (FHWA) can be found in the "Standard Highway Sign Designs for Texas" (SHSD). shown on sign tabulation sheet. Standard sign designs and arrow dimensions 1. Signs to be furnished shall be as detailed elsewhere in the plans and/or as TYPE B OR C SHEETING SYMBOLS RED TYPE B OR C SHEETING TYPE B OR C SHEETING TYPE B OR C SHEETING ACRYLIC NON-REFLECTIVE FILM TYPE A SHEETINGTYPE B OR C SHEETING REQUIREMENTS TYPICAL SIGN Standard Division Operations Traffic P : \ 8 4 \ 1 8 \ 0 0 \ D e s i g n \ C i v i l \ S t a n d a r d s \ S i g n a l \ T S R 0 8 . d g n 1 0 / 1 / 2 0 1 5 64 of 71 P : \ 8 4 \ 1 8 \ 0 0 \ D e s i g n \ C i v i l \ S t a n d a r d s \ S i g n a l \ S M D 1 - 0 8 . d g n 1 0 / 1 / 2 0 1 5 65 of 71 SIGN LOCATION PAVED SHOULDERS LESS THAN 6 FT. WIDE HIGHWAY INTERSECTION AHEAD HIGHWAY INTERSECTION AHEAD GREATER THAN 6 FT. WIDE min 12 ft 7.0 ft min * 7.5 ft max Lane Travel Shoulder Paved Lane Travel Shoulder Paved 7.0 ft min * 7.5 ft max 0 to 6 ft than 6 ft Greater 6 ft min the edge of the travel lane. the sign must be placed at least 12 ft. from When the shoulder is 6 ft. or less in width, edge of the shoulder. the sign must be placed at least 6 ft. from the When the shoulder is greater than 6 ft in width, HIGHWAY INTERSECTION AHEAD HIGHWAY INTERSECTION AHEAD BEHIND CONCRETE BARRIER 7.0 ft min * 7.5 ft max Lane Travel Shoulder Paved Lane Travel Shoulder Paved 7.0 ft min * 7.5 ft max BEHIND GUARDRAIL BEHIND BARRIER 5 ft min**2 ft min** HIGHWAY INTERSECTION AHEAD HIGHWAY INTERSECTION AHEAD EASTWEST 259 259 SIGNS WITH PLAQUES 7.0 ft min * 7.5 ft max Lane Travel Shoulder Paved or secondary sign. the supplemental plaque measured to the bottom of the 7 ft sign height is or secondary sign is used, When a supplemental plaque Curb Face of7.0 ft min * 7.5 ft max min 2 ft min 2 ft Curb Face of 7.0 ft min * 7.5 ft max Lane Travel Shoulder Paved T-INTERSECTION 7.0 ft min * 7.5 ft max 6 ft min Lane Travel Shoulder Paved ROW Paved Shoulder Edge of Travel Lane that results in the greatest sign elevation: * Signs shall be mounted using the following condition (1) (2) the Engineer. The maximum values may be increased when directed by Post Type Number of Posts (1 or 2) Anchor Type Sign Mounting Designation TYPICAL SIGN ATTACHMENT DETAIL Signs Back-to-Back 3" 12 ft min U-bolt Sign Panel Sign Post Sign Post Sign PanelClamp Bolt Single Signs SIGN SUPPORT DESCRIPTIVE CODES RESTRICTED RIGHT-OF-WAY (Descriptive Codes correspond to project estimate and quantities sheets) edge of the travel lane or a minimum of 7 to a maximum of 7.5 feet above the Pipe Diameter Approximate Bolt Length 3 or 3 1/2" 3 or 3 1/2" 4 1/2" 2" nominal 2 1/2" nominal 3" nominal 3 1/2 or 4" 3 1/2 or 4" Rail Guard Barrier Concrete REQUIRED CLEARANCE (i.e., typical space between wheel paths). more than 4 inches above a 60-inch chord when it is broken away, should not project substantial remains of a breakaway support, To avoid vehicle undercarriage snagging, any Clamp Sign Clamp Sign or the universal clamp. Sign clamps may be either the specific size clamp Sign Panel Specific Clamp Universal Clamp Sign Bolt nut washer, lock washer, Nylon washer, flat nut washer, lock washer, Nylon washer, flat nut washer, lock washer, Nylon washer, flat washer Nut, lock washer Nut, lock Not Acceptable Not AcceptableNot Acceptable Acceptable within a 7 ft. circle. posts should be located No more than 2 sign circle diameter 7 ft. circle diameter 7 ft. circle diameter 7 ft. circle diameter 7 ft. **Sign clearance based on distance required for proper guard rail or concrete barrier performance. *** installed on the backslope. grade at the base of the support when sign is a minimum of 7 to a maximum of 7.5 feet above the STOP Surface Ground TX-DOT TEXAS (i.e., stub). support portion of Non-breakaway 4" max. 60" FOR BREAKAWAY SUPPORT depending upon field conditions. right. The bolt length may need to be adjusted sizes and sign clamp types are given in the table at washer. The approximate bolt lengths for various post head per ASTM A307 with nut and helical-spring lock back-to-back, use a 5/16-18 UNC galvanized hex When two sign clamps are used to mount signs (When 6 ft min. is not possible.) possible Maximum slope. post could not be hit due to extreme guardrail or if Engineer determines the *** Post may be shorter if protected by lane as practical. should be placed as far from the travel from the edge of the travel lane, signs prevents the minimum horizontal clearance In situations where a lateral restriction factors. buildings, a narrow island, or other by rocks, water, vegetation, forest, Right-of-way restrictions may be created as close to ROW as practical. be in line with the centerline of the roadway. Place two way roadway, the right edge of the sign should When this sign is needed at the end of a two-lane, SM RD SGN ASSM TY XXXXX(X)XX(X-XXXX) GENERAL NOTES & DETAILS SMALL ROADSIDE SIGNS SIGN MOUNTING DETAILS http://www.txdot.gov/publications/traffic.htm The website address is: components and Wedge Anchor System components. drawings of sign clamps, Triangular Slipbase System See the Traffic Operations Division website for detailed CURB & GUTTER OR RAISED ISLAND SMD(GEN)-08 FT IN LOW CLEARANCE 14 4 M.P.H. 35 FARM ROAD EAST 3713 FARM ROAD EAST 3713 3 1 6 bolt length is 1 inch for aluminum. nylon washer, flat washer and lock washer. The 5/16-18 UNC galvanized square head with nut, Bolts used to mount sign panels to the clamp are S80 = Schedule 80 Pipe (see SMD(SLIP-1) to (SLIP-3)) 10BWG = 10 BWG Tubing (see SMD(SLIP-1) to (SLIP-3)) TWT = Thin-Walled Tubing (see SMD(TWT)) FRP = Fiberglass Reinforced Plastic Pipe (see SMD(FRP)) SB = Slipbase - Bolted Down (see SMD(SLIP-1) to (SLIP-3)) SA = Slipbase - Concreted (see SMD(SLIP-1) to (SLIP-3)) WP = Wedge Anchor Plastic (see SMD(TWT)) WS = Wedge Anchor Steel - (see SMD(TWT)) UB = Universal Anchor - Bolted down (see SMD(FRP) and (TWT)) UA = Universal Anchor - Concreted (see SMD(FRP) and (TWT)) EXAL = Extruded Aluminum Sign Panels (see SMD(SLIP-3)) WC = 1.12 #/ft Wing Channel (see SMD(SLIP-1) to (SLIP-3)) BM = Extruded Wind Beam (see SMD(SLIP-1) to (SLIP-3)) 1EXT or 2EXT = Number of Extensions (see SMD(SLIP-1) to (SLIP-3), (TWT)) IF REQUIRED U = Prefab. "U" (see SMD(SLIP-1) to (SLIP-3)) T = Prefab. "T" (see SMD(SLIP-1) to (SLIP-3), (TWT)) P = Prefab. "Plain" (see SMD(SLIP-1) to (SLIP-3), (TWT), (FRP)) 9-08 Texas Department of Transportation s i o n o f t h i s s t a n d a r d t o o t h e r f o r m a t s o r f o r i n c o r r e c t r e s u l t s o r d a m a g e s r e s u l t i n g f r o m i t s u s e . k i n d i s m a d e b y T x D O T f o r a n y p u r p o s e w h a t s o e v e r . T x D O T a s s u m e s n o r e s p o n s i b i l i t y f o r t h e c o n v e r - D I S C L A I M E R : T h e u s e o f t h i s s t a n d a r d i s g o v e r n e d b y t h e " T e x a s E n g i n e e r i n g P r a c t i c e A c t " . N o w a r r a n t y o f a n y F I L E : D A T E : Traffic Operations Division July 2002 DN:CK:DW:CK:C TxDOT JOB COUNTY CONT SECT DIST REVISIONS HIGHWAY SHEET NO. 26A TXDOT TXDOT TXDOT TXDOT P : \ 8 4 \ 1 8 \ 0 0 \ D e s i g n \ C i v i l \ S t a n d a r d s \ S i g n a l \ S M D 1 - 0 8 _ 2 . d g n 1 0 / 1 / 2 0 1 5 66 of 71 6" min or joint to edge Stub Keeper Plate Bolt 36" 42" 12" Dia expansion or adhesive type. 50 ft-lbs). Anchor may be 5 1/2" and torque to min. of 8 places (embed a minimum of 5/8" diameter Concrete Anchor - (See General Note 3) Schedule 80 Pipe 10 BWG Tubing or Post TRIANGULAR SLIPBASE SYSTEM SMALL ROADSIDE SIGNS SIGN MOUNTING DETAILS SM RD SGN ASSM TY XXXXX(X)SA(X-XXXX) SM RD SGN ASSM TY XXXXX(X)SB(X-XXXX) TRIANGULAR SLIPBASE INSTALLATION GENERAL REQUIREMENTS 2 1/2". Bolt length is Item 445 "Galvanizing." galvanized per or A449 and (6) per ASTM A325 (3), and washers bolts (3), nuts 5/8" structural Slip Base 4" Max. manufacturer if required by Washers SMD(SLIP-1)-08 24" max. 12" min. CONCRETE ANCHOR GENERAL NOTES: 1. Slip base shall be permanently marked to indicate manufacturer. Method, design, and location of marking are subject to approval of the TxDOT Traffic Standards Engineer. 2. Material used as post with this system shall conform to the following specifications: 10 BWG Tubing (2.875" outside diameter) 0.134" nominal wall thickness Seamless or electric-resistance welded steel tubing or pipe Steel shall be HSLAS Gr 55 per ASTM A1011 or ASTM A1008 Other steels may be used if they meet the following: 55,000 PSI minimum yield strength 70,000 PSI minimum tensile strength 20% minimum elongation in 2" Wall thickness (uncoated) shall be within the range of 0.122" to 0.138" Outside diameter (uncoated) shall be within the range of 2.867" to 2.883" Galvanization per ASTM A123 or ASTM A653 G210. For precoated steel tubing (ASTM A653), recoat tube outside diameter weld seam by metallizing with zinc wire per ASTM B833. Schedule 80 Pipe (2.875" outside diameter) 0.276" nominal wall thickness Steel tubing per ASTM A500 Gr C Other seamless or electric-resistance welded steel tubing or pipe with equivalent outside diameter and wall thickness may be used if they meet the following: 46,000 PSI minimum yield strength 62,000 PSI minimum tensile strength 21% minimum elongation in 2" Wall thickness (uncoated) shall be within the range of 0.248" to 0.304" Outside diameter (uncoated) shall be within the range of 2.855" to 2.895" Galvanization per ASTM A123 3. See the Traffic Operations Division website for detailed drawings of sign clamps and Texas Universal Triangular Slipbase System components. The website address is: http://www.txdot.gov/publications/traffic.htm 4. Sign supports shall not be spliced except where shown. Sign support posts shall not be spliced. ASSEMBLY PROCEDURE Foundation 1. Prepare 12-inch diameter by 42-inch deep hole. If solid rock is encountered, the depth of the foundation may be reduced such that it is embedded a minimum of 18 inches into the solid rock. 2. The Engineer may permit batches of concrete less than 2 cubic yards to be mixed with a portable, motor-driven concrete mixer. For small placements less than 0.5 cubic yards, hand mixing in a suitable container may be allowed by Engineer. Concrete shall be Class A. 3. Push the pipe end of the slip base stub into the center of the concrete. Rotate the stub back and forth while pushing it down into the concrete to assure good contact between the concrete and stub. Continue to work the stub into the concrete until it is between 2 to 4 inches above the ground. 4. Plumb the stub. Allow a minimum of 4 days to set, unless otherwise directed by the Engineer. 5. The triangular slipbase system is multidirectional and is designed to release when struck from any direction. Support 1. Cut support so that the bottom of the sign will be 7 to 7.5 feet above the edge of the travelway (i.e., edge of the closest lane) when slip plate is below the edge of pavement or 7 to 7.5 feet above slip plate when the slip plate is above the edge of the travelway. The cut shall be plumb and straight. 2. Attach sign to support using connections shown. When multiple signs are installed on the same support, ensure the minimum clearance between each sign is maintained. See SMD(SLIP-2) for clearances based on sign types. Concrete anchor consists of 5/8" diameter stud bolt with UNC series bolt threads on the upper end. Heavy hex nut per ASTM A563, and hardened washer per ASTM F436. The stud bolt shall have a minimum yield and ultimate tensile strength of 50 and 75 KSI, respectively. Nuts, bolts and washers shall be galvanized per Item 445, "Galvaniz- ing." Adhesive type anchors shall have stud bolts installed with Type III epoxy per DMS-6100, "Epoxies and Adhesives." Adhesive anchors may be loaded after adequate epoxy cure time per the manufacturer's recommendations. Top of bolt shall extend at least flush with top of the nut when installed. The anchor, when installed in 4000 psi normal- weight concrete with a 5 1/2" minimum embedment, shall have a minimum allowable tension and shear of 3900 and 3100 psi, respectively. 2.5 cf of concrete. should take approx. plans). Foundation elsewhere in the unless noted (shall be used concrete footing Non-reinforced rod or #4 rebar. 7" x 1/2" diameter Provide a 3/4 " diameter hole. Class A concrete provided to the Engineer by Contractor. Installation procedures shall be manufacturers' recommendations. The devices shall be installed per http://www.txdot.gov/business/producer list.htm List for approved slip base systems. Please reference the Material Producer for the Triangular Slipbase System. There are various devices approved NOTE 9-08 Texas Department of Transportation s i o n o f t h i s s t a n d a r d t o o t h e r f o r m a t s o r f o r i n c o r r e c t r e s u l t s o r d a m a g e s r e s u l t i n g f r o m i t s u s e . k i n d i s m a d e b y T x D O T f o r a n y p u r p o s e w h a t s o e v e r . T x D O T a s s u m e s n o r e s p o n s i b i l i t y f o r t h e c o n v e r - D I S C L A I M E R : T h e u s e o f t h i s s t a n d a r d i s g o v e r n e d b y t h e " T e x a s E n g i n e e r i n g P r a c t i c e A c t " . N o w a r r a n t y o f a n y F I L E : D A T E : Traffic Operations Division July 2002 DN:CK:DW:CK:C TxDOT JOB COUNTY CONT SECT DIST REVISIONS HIGHWAY SHEET NO. 26B TXDOT TXDOT TXDOT TXDOT P : \ 8 4 \ 1 8 \ 0 0 \ D e s i g n \ C i v i l \ S t a n d a r d s \ S i g n a l \ S M D 1 - 0 8 _ 3 . d g n 1 0 / 1 / 2 0 1 5 67 of 71 Detail D Detail F REQUIRED SUPPORT SIGN DESCRIPTION 48x60-inch signs 36x48, 48x36, and 48x48-inch signs R e g u l a t o r y W a r n i n g 48x48-inch signs (diamond or square) 48x60-inch signs Large Arrow sign (W1-6 & W1-7) 1 1 4 1 1 W(max)=6FT 8 5W W 39 8 8 H W W-39 2 W(max)=6FT 3838 40 1.12 #/ft Wing Channel 1 6 1 "U" Extender 11FT 9IN (max) 0.2W H 0.6W 0.2W W W(max)=8FT SUPPORT Post Detail E STOP = 2 - 32 inch pieces YIELD = 1 - 8 inch piece & 1 - 32 inch piece or Extender U-Bracket lock washer. washers and bolt, nut, 2 flat assembly and install (through) after Drill 7/16" hole * 1 1/2" ONE-WAY Street Name Sign (if required) Gap between plaques shall be 4 + 1 PLAQUE = 1 - variable length 2. 3. 4. Sign supports shall not be spliced except where shown. and 0.125 for signs greater than 15 sq. ft. "REQUIRED SUPPORT" table on this sheet. 1. abnormally high due to a fill slope. GENERAL NOTES: when impacted by an errant vehicle. used in place of a 10 BWG where a sign height is The Engineer may require that a Schedule 80 post be Aluminum sign blanks shall conform to Departmental Material Specifications DMS-7110 and shall have the following minimum thicknesses: 0.080 for signs less than 7.5 sq. ft., 0.100 for signs 7.5 to 15 sq. ft., Signs that require specific supports due to reasons When two triangular slipbase supports are used to support a single sign, they shall not be "rigidly" connected to each other except through the sign panel. This will allow each support to act independently off so that it does not extend beyond the sign panel (i.e., excess support shall not be visible when the Additional route markers may be added vertically, maximum allowable amount per Note 1. Detail A Detail B Detail C Side View Top View Top View Item 445, "Galvanizing." galvanized per per ASTM A307 and flat washer nut, lock washer hex bolt with 5/16" x 3 3/4" Channel Wing Channel Wing Channel Wing Panel Sign Aluminum Panel Sign Aluminum Sign support posts shall not be spliced. galvanized per ASTM A 123. provided the total sign area does not exceed the sign is viewed from the front.) Repair galvanized coating at cut support ends per Item 445, "Galvanizing." SIGN SUPPORT # OF POSTS MAX. SIGN AREA 10 BWG 2 32 SF Sch 80 1 32 SF Sch 80 2 64 SF 10 BWG 1 16 SF bottom of sign when possible. Additional sign clamp required on the "T-bracket" post TOP VIEW Post Universal) (Specific or Sign Clamp (see SMD(2-1)) Windbeam Aluminum Extruded Universal) (Specific or Sign Clamp SM RD SGN ASSM TY XXXXX(1)XX(P) SM RD SGN ASSM TY XXXXX(1)XX(P-BM) SM RD SGN ASSM TY XXXXX(1)XX(U-WC) SM RD SGN ASSM TY XXXXX(1)XX(U) SM RD SGN ASSM TY XXXXX(1)XX(U) SM RD SGN ASSM TY S80(1)XX(U-1EXT)SM RD SGN ASSM TY S80(1)XX(U-2EXT) SM RD SGN ASSYM TY XXXXX(2)XX(P) TY 10BWG(1)XX(P-BM) TY 10BWG(1)XX(P-BM) TY 10BWG(1)XX(P-BM) SM RD SGN ASSM TY XXXXX(1)XX(T) SM RD SGN ASSM TY XXXXX(1)XX(T) TY 10BWG(1)XX(T) TY 10BWG(1)XX(T) TY 10BWG(1)XX(T) TY 10BWG(1)XX(T) TY S80(1)XX(T) TY 10BWG(1)XX(T) TY S80(1)XX(T) TY 10BWG(1)XX(T) TY 10BWG(1)XX(T) TY 10BWG(1)XX(T) TRIANGULAR SLIPBASE SYSTEM SMALL ROADSIDE SIGNS SIGN MOUNTING DETAILS in addition to windloading are indicated on the "Galvanizing." Item 445, A307 galvanized per washers per ASTM washer and 2 flat hex bolt, nut, lock 1/2" x 4" heavy "Galvanizing." Item 445, galvanized per per ASTM A307 2 flat washers nut, lock washer, hex bolt with 5/16" x 1 3/4" Nylon washer, "Galvanizing." Item 445, galvanized per per ASTM A307 2 flat washers nut, lock washer, hex bolt with 5/16" x 1 3/4" Nylon washer, "Galvanizing." Item 445, galvanized per per ASTM A307 and 2 flat washers nut, lock washer hex bolt with 5/16" x 3/4" Detail A See Detail B See Detail C See Universal) (Specific or Sign Clamp Detail D See Splices shall only be allowed behind the sign substrate. pipe diameter.) clamp type and depending on sign length may vary "Galvanizing." (Bolt per Item 445 per ASTM A307 galvanized washer and lock washer head bolt, nut, flat 3/8" x 3 1/2" square Detail E See Detail F See Item 445 "Galvanizing." A307 galvanized per and 2 flat washers per ASTM bolt with nut, lock washer 3/8" x 3 1/2" heavy hex +.05" +.025"+.010" -.025"+.010" FRICTION CAP DETAIL Skirt Variation Depth engage pipe O.D. Rolled Crimp to Pipe O.D. Pipe O.D. Friction caps may be manufactured from hot rolled or cold rolled steel sheets. The minimum sheet metal The rim edges shall be reasonably straight and smooth. Caps shall be sized and formed in such a manner as to produce a drive-on friction fit and have no tendency to rock when seated on the pipe. The depth shall be sufficient to give positive protection against entrance of rainwater. They shall be free of sharp creases or indentations and show no evidence of metal fracture. Caps shall have an electrodeposited coating of zinc in accordance with the requirements of ASTM B633 Class FE/ZN 8. (R6-1) or STOP (R1-1) YIELD (R1-2) 0.25 H 1.75" max 1" min, SIDE VIEW T&U Bracket 48-inch STOP sign (R1-1) 60-inch YIELD sign (R1-2) 48x16-inch ONE-WAY sign (R6-1) 48-inch School X-ing sign (S2-1) 48-inch Advance School X-ing sign (S1-1) 5. 6. 7. 8. 9. 10. 11. For horizontal rectangular signs fabricated from flat Wing channel shall meet ASTM A 1011 SS Gr 50 and be aluminum, T-brackets are used for signs 24 inches or less in height. U-brackets are used for signs of greater height. SMD(SLIP-2)-08 (* - See Note 12) (See Note 11) 12.Post open ends shall be fitted with Friction Caps. (See SMD(2-1)) Extruded Alum. Windbeam unless detailed otherwise. All dimensions are in english plans. 13.Sign blanks shall be the sizes and shapes shown on the for 24 inch height signs. Place the clamp 3 inches above 9-08 Excess pipe, wing channel, or windbeam shall be cut thickness shall be 24 gauge for all cap sizes. Texas Department of Transportation s i o n o f t h i s s t a n d a r d t o o t h e r f o r m a t s o r f o r i n c o r r e c t r e s u l t s o r d a m a g e s r e s u l t i n g f r o m i t s u s e . k i n d i s m a d e b y T x D O T f o r a n y p u r p o s e w h a t s o e v e r . T x D O T a s s u m e s n o r e s p o n s i b i l i t y f o r t h e c o n v e r - D I S C L A I M E R : T h e u s e o f t h i s s t a n d a r d i s g o v e r n e d b y t h e " T e x a s E n g i n e e r i n g P r a c t i c e A c t " . N o w a r r a n t y o f a n y F I L E : D A T E : Traffic Operations Division July 2002 DN:CK:DW:CK:C TxDOT JOB COUNTY CONT SECT DIST REVISIONS HIGHWAY SHEET NO. 26C TXDOT TXDOT TXDOT TXDOT P : \ 8 4 \ 1 8 \ 0 0 \ D e s i g n \ C i v i l \ S t a n d a r d s \ S i g n a l \ S M D 1 - 0 8 _ 4 . d g n 1 0 / 1 / 2 0 1 5 68 of 71 SM RD SGN ASSM TY XXXXX(1)XX(T-2EXT) 2 8" H W 2 W(max)=15FT * H W 0.7W W(max)=16FT 0.15W 0.15W W(min)>8FT See Detail A 1. GENERAL NOTES: Sign blanks shall be the sizes and shapes shown on Detail A Top View Channel Wing Detail B Channel Wing See Detail B Side View SIGN SUPPORT # OF POSTS MAX. SIGN AREA 10 BWG 1 16 SF 10 BWG 2 32 SF Sch 80 1 32 SF Sch 80 2 64 SF or 1.12 #/ft Wing Channel (See Detail A and Detail B) steel pipe Sch. 80 2 7/8" O.D. clamp Post Sign clamp Slip base 12" 12" .2w 6" variable Universal) (Specific or Clamps Sign details) for additional (See SMD(2-1) post clamps attached with stiffeners S3x5.7 8 1/2" 8 1/2" 8" 39"W-39"W-39" Universal) (Specific or Sign Clamp bottom of sign when possible. Additional sign clamp required on the "T-bracket" post for 24 inch high signs. Place the clamp 3 inches above SM RD SGN ASSM TY XXXXX(1)XX(U-XX) SM RD SGN ASSM TY S80(2)XX(P-EXAL) REQUIRED SUPPORT SIGN DESCRIPTION 48x60-inch signs 36x48, 48x36, and 48x48-inch signs R e g u l a t o r y W a r n i n g 48x48-inch signs (diamond or square) 48x60-inch signs Large Arrow sign (W1-6 & W1-7) SUPPORT TY 10BWG(1)XX(P-BM) TY 10BWG(1)XX(P-BM) TY 10BWG(1)XX(P-BM) TY 10BWG(1)XX(T) TY 10BWG(1)XX(T) TY 10BWG(1)XX(T) TY 10BWG(1)XX(T) TY S80(1)XX(T) TY 10BWG(1)XX(T) TY S80(1)XX(T) TY 10BWG(1)XX(T) TY 10BWG(1)XX(T) TY 10BWG(1)XX(T) TRIANGULAR SLIPBASE SYSTEM SMALL ROADSIDE SIGNS SIGN MOUNTING DETAILS "Galvanizing." per Item 445, ASTM A307 galvanized and lock washer per flat washer bolt, nut, square head 3/8" x 4 1/2" "Galvanizing." Item 445, galvanized per per ASTM A307 2 flat washers nut, lock washer, hex bolt with 5/16" x 2 1/2" Nylon washer, "Galvanizing." Item 445, galvanized per per ASTM A307 2 flat washers nut, lock washer, hex bolt with 5/16" x 4 1/2" Nylon washer, Detail C Extender T-Bracket lock washer. washers and bolt, nut, 2 flat assembly and install (through) after Drill 7/16" hole 1 1/2" Item 445 "Galvanizing." A307 galvanized per and 2 flat washers per ASTM bolt with nut, lock washer 3/8" x 4" heavy hex Splices shall only be allowed behind the sign substrate. See Detail C Use Extruded Alum. Windbeam as stiffeners 6" the plans. See SMD (2-1) for additional details Panel Sign w variable Panel Sign Typical Sign Mount * * Universal) (Specific or Sign Clamp "Galvanizing." Item 445, galvanized per per ASTM A307 2 flat washers nut, lock washer, hex bolt with 5/16" x 4 1/2" Nylon washer, Aluminum Panel Extruded head bolt and nut 3/8" x 1" square EXTRUDED ALUMINUM SIGN WITH T BRACKET Detail D Slip base T Bracket 6" 12" steel pipe Sch. 80 or 10BWG 2 7/8" O.D. Sign Extruded Aluminum See Detail D Sign Clamp sign for proper mounting. be placed at the top of 6" panel should 2. 3. 4. Sign supports shall not be spliced except where shown. and 0.125 for signs greater than 15 sq. ft. "REQUIRED SUPPORT" table on this sheet. abnormally high due to a fill slope. when impacted by an errant vehicle. used in place of a 10 BWG where a sign height is The Engineer may require that a Schedule 80 post be Aluminum sign blanks shall conform to Departmental Material Specifications DMS-7110 and shall have the following minimum thicknesses: 0.080 for signs less than 7.5 sq. ft., 0.100 for signs 7.5 to 15 sq. ft., Signs that require specific supports due to reasons When two triangular slipbase supports are used to support a single sign, they shall not be "rigidly" connected to each other except through the sign panel. This will allow each support to act independently off so that it does not extend beyond the sign panel (i.e., excess support shall not be visible when the Sign support posts shall not be spliced. galvanized per ASTM A 123. sign is viewed from the front.) Repair galvanized coating at cut support ends per Item 445, "Galvanizing." in addition to windloading are indicated on the 5. 6. 7. 8. 9. For horizontal rectangular signs fabricated from flat Wing channel shall meet ASTM A 1011 SS Gr 50 and be aluminum, T-brackets are used for signs 24 inches or less in height. U-brackets are used for signs of greater height. 10. 11. 48-inch STOP sign (R1-1) 60-inch YIELD sign (R1-2) 48x16-inch ONE-WAY sign (R6-1) 48-inch Advance School X-ing sign (S1-1) 48-inch School X-ing sign (S2-1) of signs when sign width is greater than 10'. Additional stiffener placed at approximate center 0.25 H SMD(SLIP-3)-08 (* - See Note 12) 12.Post open ends shall be fitted with Friction Caps. Detail E for clamp installation See Detail E for clamp installation See Detail E Extruded Alum. Windbeam (See Detail D on SMD (SLIP-2)) greater 24" or With T Bracket Extruded Aluminum Sign 9-08 Excess pipe, wing channel, or windbeam shall be cut Texas Department of Transportation s i o n o f t h i s s t a n d a r d t o o t h e r f o r m a t s o r f o r i n c o r r e c t r e s u l t s o r d a m a g e s r e s u l t i n g f r o m i t s u s e . k i n d i s m a d e b y T x D O T f o r a n y p u r p o s e w h a t s o e v e r . T x D O T a s s u m e s n o r e s p o n s i b i l i t y f o r t h e c o n v e r - D I S C L A I M E R : T h e u s e o f t h i s s t a n d a r d i s g o v e r n e d b y t h e " T e x a s E n g i n e e r i n g P r a c t i c e A c t " . N o w a r r a n t y o f a n y F I L E : D A T E : Traffic Operations Division July 2002 DN:CK:DW:CK:C TxDOT JOB COUNTY CONT SECT DIST REVISIONS HIGHWAY SHEET NO. 26D TXDOT TXDOT TXDOT TXDOT DISTRICT STATE REGION FEDERAL FEDERAL AID PROJECT COUNTY CONTROL SECTION JOB HIGHWAY SHEETORIGINAL DRAWING DATE: DN.: CK.: DW.: CK.: REVISIONS 6 PAVEMENT MARKING DETAILS CONVENTIONAL HIGHWAYS Texas Department of Transportation CRP 8'(TYP.) RAMP (TYP.) WHEELCHAIR 8'(TYP.) RAMP (TYP.) WHEELCHAIR SPACE 4'x4' MANEUVERING SPACE 4'x4' MANEUVERING RADIUS LARGE RADIUS LARGE RADIUS LARGE RADIUS LARGE RADIUS LARGE RADIUS SMALL RADIUS SMALL SKEWED INTERSECTION WITH "LARGE" & "SMALL" RADIUSNORMAL INTERSECTION WITH "LARGE" RADIUS General Notes This standard should be read in conjunction with TxDOT Design Division (Roadways) Standards PED-05 PEDESTRIAN FACILITIES. All Pedestrian and School Crosswalks shall be paid for under Item 668 Prefabricated Pavement Markings. RADIUS SMALL PEDESTRIAN AND SCHOOL CROSSWALKS D A T E : 1 0 / 1 / 2 0 1 5 P : \ 8 4 \ 1 8 \ 0 0 \ D e s i g n \ C i v i l \ S t a n d a r d s \ C h o r p u s C h r i s t i S T D \ P M ( 1 6 ) 5 B - 0 7 . d g n © (24" USUAL)(W) STOP LINE All Pavement Marking materials shall meet the required Departmental Material Specifications as specified by the plans. (24" USUAL)(W) STOP LINE (24" USUAL)(W) STOP LINE (24" USUAL)(W) STOP LINE S P A C I N G 4 ' ( T Y P I C A L ) S P A C I N G 4 ' ( T Y P I C A L ) S P A C I N G 4 ' ( T Y P I C A L ) S P A C I N G 4 ' ( T Y P I C A L ) 10-22-99 05-15-96 09-25-97 08-04-98 CORPUS CHRISTI DISTRICT STANDARDS E.G.E. B.E.M. W.S.R. E.G.E. 11-05-03 C.A.F. 03-15-06 C.A.F. 2007 TxDOT all rights reserved. PM(16)5B-07.DGN C.A.F.05-16-07 (W)(24")(SLD) PREFAB PAV MRK TY C (W)(24")(SLD) PREFAB PAV MRK TY C (W)(24")(SLD) PREFAB PAV MRK TY C (W)(24")(SLD) PREFAB PAV MRK TY C The Prefab Pav Mrk Ty C (W)(24")(SLD) should be parallel to the direction of traffic and should be placed to avoid the vehicles' wheel path. 69 of 71 1 0 9 1 2 3 4 5 6 7 8 P E D S T A N D . D G N NOTE: SEE INTERSECTION PLAN VIEW & MATERIALS LIST FOR NUMBER & LOCATION OF PEDESTRIAN SIGNALS & PUSH BUTTONS. ƒ" STAINLESS STEEL BANDS PEDESTRIAN PUSH BUTTON1 0 ' M A X . 7 ' M I N . SIDE OF POLE (STEEL) MOUNT PEDESTAL POLE MOUNT SIDE OF POLE (WOOD) MOUNT pedstand.dgn SIGNAL HEAD TRANSFORMER BASE 7 ' M I N . 1 0 ' M A X . 10' MAX. 2' MIN. SIGNAL MOUNT FITTING SIDE OF POLE BRACKET ASSY. ƒ" STAINLESS STEEL BANDS PEDESTRIAN PUSH BUTTON PVC-ALUM. PIPE ADAPTOR 7 ' M I N . 1 0 ' M A X . " ALUM. 1" ALUM. CONDUIT X CONDULET REDUCER 1" TO " CONDUIT CLAMP GROUND BOX 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 (4 " PIPE) FOR UNDERGROUND IF REQUIRED 1" ALUM CONDUIT FOR OVERHEAD SERVICE ENT. WEATHER HEAD CONDUIT W/ 1" ALUM. CONDUIT 2"DIA. BUTTON 2"DIA. BUTTON PEDESTRIAN INTERSECTION. UNIFORM HEIGHT FOR EACH THE PEDESTRIAN HEADS AT A THE CONTRACTOR SHALL MOUNT 2/C #12 W/ 9/C #12 W/ 9/C #12 TS-FD DETAILS SEE BRACKET ASSEMBLY SYMBOLIC PEDESTRIAN HEAD 10' PEDESTAL POLE R10-4b (LEFT) AND/OR R10-4b(RIGHT) SIGN CORPUS CHRISTI DIST. STANDARD STATE JOB COUNTY 6 TEXAS 0087 01 JIM WELLS CRP FED.RD.DIV.NO.SHEET NUMBER DISTRICT CONTROL SECTION HIGHWAY NUMBER STATE PROJECT NO. Texas Department of TransportationTexas Department of Transportation (512)416-2055, all rights reserved C 2001 by Texas Department of Transportation DETAILS PEDESTRIAN SIGNAL BASE COLLAR ASSEMBLY (LED) SH 44 092 NH 2001 (472) POLE CAP REV. 8-15-00 JAS 4 2 " 4 2 " 4 2 " REV. 6-14-01 JAS 70 of 71 contfnd.dgn 2 ' - 0 " 2 ' - 0 " 2 ' - 0 " 2 ' - 0 " 4-#4 BARS 8-#4 BARS SEE TABLE FOR SIZE AND NUMBER ANCHOR BOLTS DOOR OPENING TO BE ON SIDE AWAY FROM TRAFFIC CABINET FAN UNIT CABINET EXPANSION JOINT 2 ' - 6 " 6" x 6"-#6 WIRE TABLE CONDUIT NO. & SIZEINTER. NO. 1"1" 1 THE CONTROLLER CABINET SHALL BE SEALED BETWEEN CABINET AND FOUNDATION WITH A SILICONE SEALING COMPOUND AS APPROVED BY THE ENGINEER. THE SEALING COMPOUND USED SHALL HAVE A MELTING POINT OF NOT LESS THAN TWO HUNDRED (200) DEGREES FAHRENHEIT, AND SHALL NOT BE ADVERSELY AFFECTED BY THE SURROUNDING ATMOSPHERE OR MOISTURE. 2 CONDUIT TERMINATING IN THE CONTROLLER FOUNDATION SHALL EXTEND VERTICALLY 3 AFTER ALL WIRING IS COMPLETE, CONDUIT TERMINATING IN THE CONTROLLER SHALL BE ALL CONCRETE FOR CONTROLLER FOUNDATIONS SHALL BE CLASS A. CONTROLLER FOUNDATIONS SHALL BE POURED IN PLACE. PRECAST FOUNDATIONS WILL NOT BE PERMITTED. NOTES: APPROXIMATELY 2 INCHES ABOVE THE FOUNDATION. †" x 8' COPPER-CLAD CONTROLLER CONTROLLER CABINET CABINET 2 4 " GROUND BOX (SEE PLAN LAYOUT FOR NUMBER AND LOCATION) GROUND BOX GROUND BOX 1 CORPUS CHRISTI DIST. STANDARD MESH 4" CONCRETE SLAB 3" TYP.3" TYP. 3" TYP. SEALED WITH A SEALANT TO BE MADE OF A POLYURETHANE OR EQUIVALENT MATERIAL COMPOSITION THAT WILL CURE IN THE PRESENCE OF MOISTURE. OF CONDUITS 8-#4 BARS STEEL GROUND ROD 4" USE METAL BUSING EXPOSED CONDUIT (2") ƒ" PVC CONDUIT 3"TYP ƒ" PVC CONDUIT †" x 8' COPPER-CLAD STEEL GROUND ROD CONDUIT ƒ" PVC TOP VIEW VAR.VAR. STATE JOB COUNTY 6 TEXAS 0087 01 094 SH44/359 JIM WELLS CRP C 87-1-94 FED.RD.DIV.NO.SHEET NUMBER DISTRICT CONTROL SECTION HIGHWAY NUMBER STATE PROJECT NO. Texas Department of TransportationTexas Department of Transportation (512)416-2055, all rights reserved C 2000 by Texas Department of Transportation CONTROLLER FOUNDATION DETAILS2-4", 1-1 ", 1-3/4" 71 of 71 00 9101 ADDENDUM NUMBER 01 Packery Pointe Park Road at Aquarius Street Signal and Project: Turn Lanes Improvement Plan (Re -Bid) Project Number: Owner: City of Corpus Christi E15155 City Engineer: Jeff Edmonds, P.E. Gilmer D. Gaston P.E.1'TOE Designer: Pape -Dawson Engineers, Inc. Addendum No. 1 Specification Section: 00 9101 Issue Date: 02/25/2016 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: Gilmer D. Gaston, P.E. PTOE 02/25/2016 Nome Date Addendum Items: Modifications to Insurance Requirements, added Testing Schedule to plan sheet and Clarifications from Pre -Bid Meeting • i*' • • GILMER D. GASTON i 1 %, .ct •. 80472 On,,EN •••‘-‘ : t ' /ON,if 25- Pape-Dawson 5 Pape-Dawson Engineers, Inc. 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 INSURANCE REQUIREMENTS A. SECTION 00 72 01 INSURANCE REQUIREMENTS — Contractor Pollution Liability, Builder's Risk, Installation Floater, and Owner's Protective Liability are all not required DELETE: INSURANCE REQUIREMENTS in its entirety. ADD: INSURANCE REQUIREMENTS in its entirety (Attachment 1). Addendum No. 01 00 91 01 - 1 Corpus Christi Standards - Regular Projects REV 03-09-2015 ARTICLE 2 — PLANS MODIFICATIONS 2.01 MODIFICATIONS TO SHEET A. SHEET 4 — Testing Schedule was added to the sheet. DELETE: SHEET 4 in its entirety ADD: SHEET 4 in its entirety (Attachment 2). ARTICLE 3 — CLARIFICATIONS 3.01 QUESTIONS A. This City will be providing the mast arm pole assemblies for this project but does that include the anchor bolts? Also will the anchor bolts be available when the project starts? They will one of the first items used. 1. Yes, the anchor bolts, poles, and mast arms will be provided by the City. B. Note on sheet 30 of the plan states "AEP to install new unmetered electrical service for traffic signal". There is a bid item in the job for installing an electrical service, bid item 628- 6147. Is the contractor supposed to provide the service for AEP to install? Typically the electrical contractor builds and installs the meter loop. AEP assists with making sure the customer can get power from the provider they choose. Please clarify what exactly AEP will do and what will be the contractor's responsibility. 1. It is the contractor's responsibility to coordinate with AEP to make sure the proper service connection is available for the required service. Once that is done the City will contact AEP for an un -metered service connection. C. What is bid item 1-A4 Ozone Days? 1. Ozone Days are state paid UV days when construction is limited, these typically occur in the summer months when weather conditions run a risk of causing health problems. Ozone Days are predicted one day in advance by the Texas Commission on Environmental Quality. D. Will the award of this bid be based solely on the low price or are there other factors that will be reviewed? 1. All factors will be considered in selecting a contractor(s) including cost and experience. E. Will the City require a full-time onsite superintendent like general conditions 00 72 00-25 states? 1. Yes, a Traffic Signal Level II Tech or higher is required for any traffic signal work being done. The city also requires a point of contact for the roadway work that is familiar with the day-to-day infield construction operations. F. Will the City perform or pay for testing? i.e. concrete, asphalt density etc. 1. The City will pay for testing Addendum No. 01 00 91 01 - 2 Corpus Christi Standards - Regular Projects REV 03-09-2015 G. Per Section 00 73 00-2 the contractor must perform at least 50% of the work using its own employees. That will be difficult based on the fact that this project is basically split 50% electrical and 50% road work. 1. This general rule is welcomed but not enforced for this city let project. H. The Owner will assist contractor in providing signal timings but who will generate the timings? I . 1. No J. Will the SWPPP sheets suffice for the requirement to provide a plan? 1. Yes K. Will the contractor need to submit a quality control plan? Will a QC manager on the job be required? 1. The timings will be in the Interval Sequence and Timing Plan sheet provided by Pape - Dawson. Tony Salinas, traffic signal superintendent, City of Corpus Christi will verify controller timings before going into operation. Will a field office for the contractor/owner be required? 1. Not at this time but will be discussed at pre -construction meeting. L. Minority Participation and MBE goals are substantially higher than we have typically been able to achieve. Will this be a goal or requirement? 1. These are goals but will not be enforced for this city let project. M. Does the entire project (both electrical and road work) need to be substantially complete in 90 days or does each scope of work get 90 days to reach substantial completion? 1. If one contractor is selected, the entire project needs to be completed in 90 days. If individual contractors are selected for the roadway items and signal items each will get 90 days to complete the work; however the 90 days periods for each will still likely run concurrently, therefore the entire project will still be completed in 90 days. N. Will the City award the entire job to one contractor or award it by scope? 1. The City may award the contract to one contractor or two different contractors (one for the roadway items and one for the signal items). The city will decide how to award the contract once the bids are opened and reviewed. END OF ADDENDUM NO. 01 Addendum No. 01 00 9101 - 3 Corpus Christi Standards - Regular Projects REV 03-09-2015 00 72 01 INSURANCE REQUIREMENTS ARTICLE 1— INSURANCE REQUIREMENTS 1.01 CONTRACTOR'S INSURANCE AMOUNTS A. Provide the insurance coverage for at least the following amounts unless greater amounts are required by Laws and Regulations: Type of Insurance Minimum Insurance Coverage Commercial General Liability including 1. Commercial Form 2. Premises - Operations 3. Explosions and Collapse Hazard 4. Underground Hazard 5. Products / Completed Operations Hazard 6. Contractual Liability 7. Broad Form Property Damage 8. Independent Contractors 9. Personal & Advertising Injury $1,000,000 Per Occurrence $2,000,000 Aggregate Business Automobile Liability - Owned, Non -Owned, Rented and Leased $1,000,000 Combined Single Limit Workers' Compensation Statutory Employer's Liability $500,000/ 500,000/ 500,000 Excess Liability/Umbrella Liability $1,000,000 Per Occurrence Contractor's Pollution Liability / Environmental Impairment Coverage Not limited to sudden and accidental discharge. To include long-term environmental impact for the disposal of pollutants/contaminants. $2,000,000 Per Claim • Required L Not Required Builder's Risk (All Perils including Collapse) Equal to Contract Price • Required IJ Not Required Installation Floater Equal to Contract Price • Required L Not Required Owner's Protective Liability Equal to Contractor's liability insurance ■ Required 4 Not Required 1.02 GENERAL PROVISIONS Addendum No. 1 Attachment No. 1 Page 1 of 10 A. Provide insurance coverages and limits meeting the requirements for insurance in accordance with Article 6 of the General Conditions and this Section. Insurance Requirements Packery Pointe Park Road 22 at Aquarius Street Signal and Turn Lanes Improvement Plan Re -bid — Project No. E15155 007201-1 REV 07-03-2014 B. Provide endorsements to the policies as outlined in this Section. C. Obtain insurance from companies that are duly licensed or authorized in the State of Texas to issue insurance policies for the required limits and coverages. Provide insurance from companies that have an A.M. Best rating of A -VIII or better. D. Furnish copies of policies and endorsements, and documentation of applicable self-insured retentions and deductibles upon request by OPT or any named insured or additional insured. Contractor may block out (redact) any confidential premium or pricing information contained in any policy or endorsement furnished under this Contract. E. The name and number of the Project must be referenced on the certificate of insurance. F. OPT's failure to demand such certificates or other evidence of the Contractor's full compliance with the insurance requirements or failure to identify a deficiency in compliance from the evidence provided is not a waiver of the Contractor's obligation to obtain and maintain the insurance required by the Contract Documents. G. Notify the Owner if the Contractor fails to purchase or maintain the insurance required by the Contract Documents. Contractor shall not be allowed to perform any Work on the Project until the required insurance policies are in effect. A Certificate of Liability Insurance shall be submitted to the OPT. H. Owner may exclude the Contractor from the Site and exercise Owner's termination rights under Article 16 of the General Conditions if Contractor fails to obtain or maintain the required insurance. I. Owner does not represent that the insurance coverage and limits established in this Contract are adequate to protect Contractor or Contractor's interests. J. The required insurance and insurance limits do not limit the Contractor's liability under the indemnities granted to Owner's Indemnitees in the Contract Documents. K. Provide for an endorsement that the "other insurance" clause shall not apply to the OPT where the OPT is an additional insured shown on the policy. Contractor's insurance is primary and non-contributory with respect to any insurance or self-insurance carried by the OPT for liability arising out of operations under this Contract. L. Include the Owner and list the other members of the OPT and any other individuals or entities identified in the Supplementary Conditions as additional insureds on all policies with the exception of the workers' compensation policy and Contractor's professional liability policy. 1.03 CONTRACTOR'S INSURANCE A. Purchase and maintain workers' compensation and employer's liability insurance for: 1. Claims under workers' compensation, disability benefits, and other similar employee benefit acts. Obtain workers' compensation coverage through a licensed insurance company in accordance with Texas law and written on a policy and endorsements approved by the Texas Department of Insurance. Provide insurance in amounts to meet all workers' compensation obligations. Provide an "All Other States" endorsement if Contractor is not domiciled in Texas and policy is not written in accordance with Texas Department of Insurance rules. Addendum No. 1 Attachment No. 1 Page 2 of 10 Insurance Requirements Packery Pointe Park Road 22 at Aquarius Street Signal and Turn Lanes Improvement Plan Re -bid — Project No. E15155 007201-2 REV 07-03-2014 2. Claims for damages because of bodily injury, occupational sickness or disease, or death of Contractor's employees. 3. United States Longshoreman and Harbor Workers' Compensation Act and Jones Act coverage (if applicable). 4. Foreign voluntary worker compensation (if applicable). B. Purchase and maintain commercial general liability insurance covering all operations by or on behalf of Contractor. Provide coverage on an occurrence basis, against: 1. Claims for damages because of bodily injury, sickness or disease, or death of any person other than Contractor's employees; 2. Claims for damages insured by reasonably available personal injury liability coverage which are sustained; 3. By any person as a result of an offense directly or indirectly related to the employment of such person by Contractor; 4. By any other person for any other reason; and 5. Claims for damages, other than to the Work itself, because of injury to or destruction of tangible property wherever located, including any resulting Toss of use. C. Provide Contractor's commercial general liability policy that is written on a 1996 (or later) ISO commercial general liability form (occurrence form) and include the following coverages and endorsements: 1. Products and completed operations coverage as required in this Section. Insurance is to remain in effective for 3 years after final payment. Furnish evidence of the continuation of this insurance at final payment and again each year for 3 years after final payment to Owner and each named insured or additional insured. a. Eliminate the exclusion with respect to property under the care, custody, and control of Contractor. Provide and maintain Installation Floater insurance for property under the care, custody, or control of Contractor in lieu of elimination of the exclusion, or if required by this Section. Provide Installation Floater insurance that is a broad form or "All Peril" policy providing coverage for all materials, supplies, machinery, fixtures, and equipment which will be incorporated into the Work. Addendum No. 1 Attachment No. 1 Page 3 of 10 1) Provide coverage under the Contractor's Installation Floater that includes: a) Faulty or Defective workmanship, materials, maintenance, or construction; b) Cost to remove Defective or damaged Work from the Site or to protect it from loss or damage; c) Cost to cleanup and remove pollutants; d) Coverage for testing and startup; e) Any Toss to property while in transit; f) Any Toss at the Site; g) Any loss while in storage, both on and off the Site; and Insurance Requirements Packery Pointe Park Road 22 at Aquarius Street Signal and Turn Lanes Improvement Plan Re -bid — Project No. E15155 007201-3 REV 07-03-2014 h) Any loss to temporary Project Works if their value is included in the Contract Price. 2) Coverage cannot be contingent on an external cause or risk or limited to property for which the Contractor is legally liable. Provide limits of insurance adequate to cover the value of the installation. Pay any deductible carried under this coverage and assume responsibility for claims on materials, supplies, machinery, fixture, and equipment which will be incorporated into the Work while in transit or in storage. 2. Blanket contractual liability coverage for Contractor's contractual indemnity obligations in Paragraph 7.14 of the General Conditions, and all other contractual indemnity obligations of Contractor in the Contract Documents. 3. Broad form property damage coverage. 4. Severability of interest. 5. Underground explosion and collapse coverage. 6. Personal injury coverage. 7. Endorsement CG 2032, "Additional Insured - Engineers, Architects or Surveyors Not Engaged by the Named Insured" or its equivalent. D. Purchase and maintain automobile liability insurance against claims for damages because of bodily injury or death of any person or property damage arising out of the ownership, maintenance, or use of any motor vehicle. E. Purchase and maintain umbrella or excess liability insurance written over the underlying employer's liability, commercial general liability, and automobile liability insurance described in the paragraphs above. Provide coverage that is at least as broad as all underlying policies. Provide a policy that provides first -dollar liability coverage as needed. F. Provide Contractor's commercial general liability and automobile liability policies that: 1. Are written on an occurrence basis; 2. Include the individuals or entities identified in the Supplementary Conditions as additional insureds; 3. Include coverage for the respective officers, directors, members, partners, employees, agents, consultants, and subcontractors for each named insured or additional insured; 4. Provide primary coverage for all claims covered by the policies, including those arising from both ongoing and completed operations. G. Purchase and maintain insurance coverage for third -party injury and property damage claims, including clean-up costs that result from Hazardous Environmental Conditions which result from Contractor's operations and completed operations. Provide Contractor's pollution liability insurance that includes Tong -term environmental impacts for the disposal of pollutants/contaminants and is not limited to sudden and accidental discharge. The completed operations coverage is to remain in effect for 3 years after final payment. The policy must name OPT and any other individuals and entities identified in the Supplementary Conditions as additional insureds. Addendum No. 1 Attachment No. 1 Page 4 of 10 Insurance Requirements Packery Pointe Park Road 22 at Aquarius Street Signal and Turn Lanes Improvement Plan Re -bid — Project No. E15155 007201-4 REV 07-03-2014 H. Purchase and maintain applicable professional liability insurance, or have Subcontractors and Suppliers do so, if Contractor or any Subcontractor or Supplier will provide or furnish professional services under this Contract. I. The policies of insurance required by this Section must: 1. Include at least the specific coverages and be written for not less than the limits of liability provided in this Section or required by Laws or Regulations, whichever is greater. 2. Contain a provision that coverage afforded will not be canceled or materially changed until at least 30 days prior written notice has been given to Contractor, Owner, and all named insureds and additional insureds. 3. Remain in effect at all times when Contractor is performing Work or is at the Site to conduct tasks arising from the Contract Documents. 4. Be appropriate for the Work being performed and provide protection from claims resulting from the Contractor's performance of the Work and Contractor's other obligations under the Contract Documents, whether performed by Contractor, Subcontractor, Supplier, anyone directly or indirectly employed or retained by any of them, or by anyone for whose acts they may be liable. J. The coverage requirements for specific policies of insurance must be met directly by those policies and may not by rely on excess or umbrella insurance provided in other policies to meet the coverage requirement. 1.04 OWNER'S PROTECTIVE LIABILITY INSURANCE A. Purchase and maintain an Owner's Protective Liability insurance policy with the Owner as the named insured and other members of the OPT as additional insureds. Provide a policy that will protect the OPT from claims which arise from operations under the Contract Documents. Provide this coverage in the same amounts required for the Contractor's liability insurance and from the same company that provides the Contractor's liability insurance. 1.05 PROPERTY INSURANCE A. Purchase and maintain builder's risk insurance in the amount of the full replacement cost of the Project. This policy is subject to the deductible amounts requirements in this Section or those required by Laws and Regulations and must comply with the requirements of Paragraph 1.06. This insurance shall: 1. Include the OPT, Contractor, and all Subcontractors, and any other individuals or entities identified in the Supplementary Conditions, as named insureds. 2. Be written on a builder's risk "all risk" policy form that includes insurance for physical loss or damage to the Work, temporary buildings, falsework, and materials and equipment in transit, and insures against at least the following perils or causes of loss: fire; lightning; windstorm; riot; civil commotion; terrorism; vehicle impact; aircraft; smoke; theft; vandalism and malicious mischief; mechanical breakdown, boiler explosion, and artificially generated electric current; earthquake; volcanic activity, and other earth movement; flood; collapse; explosion; debris removal; demolition occasioned by enforcement of Laws and Regulations; water damage (other than that Addendum No. 1 Attachment No. 1 Page 5 of 10 Insurance Requirements Packery Pointe Park Road 22 at Aquarius Street Signal and Turn Lanes Improvement Plan Re -bid — Project No. E15155 007201-5 REV 07-03-2014 caused by flood); and such other perils or causes of loss as may be specifically required by this Section. If insurance against mechanical breakdown, boiler explosion, and artificially generated electric current; earthquake; volcanic activity, and other earth movement; or flood, are not commercially available under builder's risk, by endorsement or otherwise, this insurance may be provided through other insurance policies acceptable to Owner and Contractor. 3. Cover expenses incurred in the repair or replacement of any insured property. 4. Cover materials and equipment in transit or stored prior to being incorporated in the Work. 5. Cover Owner -furnished or assigned property. 6. Allow for partial utilization of the Work by Owner. 7. Allow for the waiver of the insurer's subrogation rights as set forth below. 8. Provide primary coverage for all losses and damages caused by the perils or causes of loss covered. 9. Not include a co-insurance clause. 10. Include a broad exception for ensuing losses from physical damage or loss with respect to any Defective workmanship, design, or materials exclusions. 11. Include testing and startup. 12. Be maintained in effect until the Work as a whole is complete, unless otherwise agreed to in writing by Owner and Contractor. B. Evidence of insurance provided must contain a provision or endorsement that the coverage afforded will not be canceled or materially changed or renewal refused until at least 30 days prior written notice has been given to Owner and Contractor and to each named insured. C. Pay for costs not covered by the policy deductible. D. Notify builder's risk insurance provider if Owner will occupy or use a portion or portions of the Work prior to Substantial Completion of all the Work as provided in Paragraph 15.04 of the General Conditions. Maintain the builder's risk insurance in effect during this Partial Occupancy or Use. E. Contractor may purchase other special insurance to be included in or to supplement the builder's risk or property insurance policies provided under this Section. F. Contractor, Subcontractors, or employees of the Contractor or a Subcontractor owning property items, such as tools, construction equipment, or other personal property not expressly covered in the insurance required by the Contract Documents are responsible for providing their own insurance. 1.06 WAIVER OF RIGHTS Addendum No. 1 Attachment No. 1 Page 6 of 10 A. Insurance shall include a waiver of subrogation in favor of the additional insureds identified in SECTION 00 73 00 SUPPLEMENTARY CONDITIONS. B. All policies purchased in accordance with this Section are to contain provisions to the effect that the insurers have no rights of recovery against OPT, named insureds or additional Insurance Requirements Packery Pointe Park Road 22 at Aquarius Street Signal and Turn lanes Improvement Plan Re -bid — Project No. E15155 007201-6 REV 07-03-2014 insureds in the event of a payment for loss or damage. Contractor and insurers waive all rights against the Owner's Indemnities for losses and damages created by or resulting from any of the perils or causes of loss covered by these policies and any other applicable property insurance. None of these waivers extend to the rights Contractor has to the proceeds of insurance as trustee. C. Contractor is responsible for assuring that agreements with Subcontractors contains provisions that the Subcontractor waive all rights against Owner's Indemnitees, Contractor, named insureds and additional insureds, and the officers, directors, members, partners, employees, agents, consultants, and subcontractors of each and any of them, for all losses and damages created by or resulting from any of the perils or causes of loss covered by builder's risk insurance and other property insurance. 1.07 OWNER'S INSURANCE FOR THE PROJECT A. Owner is not responsible for purchasing and maintaining any insurance to protect the interest of the Contractor, Subcontractors, or others in the Work. The stated limits of insurance required are minimum only. Determine the limits that are adequate. These limits may be basic policy limits or any combination of basic limits and umbrella limits. In any event, Contractor is fully responsible for all losses arising out of, resulting from, or connected with operations under this Contract whether or not these losses are covered by insurance. The acceptance of evidence of insurance by the OPT, named insureds, or additional insureds does not release the Contractor from compliance with the insurance requirements of the Contract Documents. ARTICLE 2 — EVIDENCE OF INSURANCE 2.01 ACCEPTABLE EVIDENCE OF INSURANCE A. Provide evidence of insurance acceptable to the Owner with the executed Contract Documents. Provide the following as evidence of insurance: 1. Certificates of Insurance on an acceptable form; 2. Riders or endorsements to policies; and 3. Policy limits and deductibles. B. Provide a list of "Additional Insureds" for each policy. C. Provide evidence that waivers of subrogation are provided on all applicable policies. D. Provide evidence of requirements for 30 days' notice before cancellation or any material change in the policy's terms and conditions, limits of coverage, or change in deductible amount. 2.02 CERTIFICATES OF INSURANCE Addendum No. 1 Attachment No. 1 Page 7 of 10 A. Submit Certificates of Insurance meeting the following requirements: 1. Form has been filed with and approved by the Texas Department of Insurance under Texas Insurance Code §1811.101; or 2. Form is a standard form deemed approved by the Department under Texas Insurance Code §1811.101. Insurance Requirements Packery Pointe Park Road 22 at Aquarius Street Signal and Turn Lanes Improvement Plan Re -bid — Project No. E15155 007201-7 REV 07-03-2014 3. No requirements of this Contract may be interpreted as requiring the issuance of a certificate of insurance on a certificate of insurance form that has not first been filed with and approved by the Texas Department of Insurance. B. Include the name of the Project in the description of operations box on the certificate of insurance. 2.03 INSURANCE POLICIES A. Provide a copy of insurance policies, declaration pages and endorsements, and documentation of applicable self-insured retentions and deductibles if requested by the Owner. B. Owner may require the deletion, revision, or modification of particular policy terms, conditions, limitations, or exclusions (except where policy provisions are established by Laws or Regulations binding upon either of the parties hereto or the underwriter of any such policies). Comply with these requests and submit a copy of the replacement certificate of insurance to Owner at the address provided below within 10 days of the requested change. 2.04 CONTINUING EVIDENCE OF COVERAGE A. Provide updated, revised, or new evidence of insurance in accordance this Section prior to the expiration of existing policies. B. Provide evidence of continuation of insurance coverage at final payment and for the following 3 years. 2.05 NOTICES REGARDING INSURANCE A. Submit notices regarding insurance are to be sent to the Owner at the following address: City of Corpus Christi — Engineering Attn: Construction Contract Admin. P.O. Box 9277 Corpus Christi, TX 78469-9277 B. Submit questions regarding insurance requirements to the Construction Contract Administrator by calling 361-826-3530. ARTICLE 3 — TEXAS WORKERS' COMPENSATION INSURANCE REQUIRED NOTICE 3.01 WORKERS' COMPENSATION INSURANCE COVERAGE A. Definitions: 1. Certificate of coverage ("certificate") - A copy of a certificate of insurance, a certificate of authority to self -insure issued by the commission, or a coverage agreement (TWCC- 81, TWCC-82, TWCC-83, or TWCC-84), showing statutory workers' compensation insurance coverage for the person's or entity's employees providing services on a project, for the duration of the Project. Addendum No. 1 Attachment No. 1 Page 8 of 10 Insurance Requirements Packery Pointe Park Road 22 at Aquarius Street Signal and Turn Lanes Improvement Plan Re -bid — Project No. E15155 007201-8 REV 07-03-2014 2. Duration of the Project - includes the time from the beginning of the Work on the Project until the Contractor's/person's Work on the Project has been completed and accepted by the governmental entity. 3. Persons providing services on the Project ("Subcontractor" in §406.096) - includes all persons or entities performing all or part of the services the Contractor has undertaken to perform on the Project, regardless of whether that person contracted directly with the Contractor and regardless of whether that person has employees. This includes, without limitation, independent contractors, subcontractors, leasing companies, motor carriers, owner -operators, employees of any such entity, or employees of any entity which furnishes persons to provide services on the Project. "Services" include, without limitation, providing, hauling, or delivering equipment or materials, or providing labor, transportation, or other service related to a project. "Services" does not include activities unrelated to the Project, such as food/beverage vendors, office supply deliveries, and delivery of portable toilets. B. The Contractor shall provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all employees of the Contractor providing services on the Project, for the duration of the Project. C. The Contractor must provide a certificate of coverage to the governmental entity prior to being awarded the Contract. D. If the coverage period shown on the Contractor's current certificate of coverage ends during the duration of the Project, the Contractor must, prior to the end of the coverage period, file a new certificate of coverage with the governmental entity showing that coverage has been extended. E. The Contractor shall obtain from each person providing services on a project, and provide to the governmental entity: 1. A certificate of coverage, prior to that person beginning Work on the Project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the Project; and 2. No later than seven days after receipt by the Contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the Project. F. The Contractor shall retain all required certificates of coverage for the duration of the Project and for one year thereafter. G. The Contractor shall notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the Contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the Project. H. The Contractor shall post on each Project Site a notice, in the text, form and manner prescribed by the Texas Workers' Compensation Commission, informing all persons providing services on the Project that they are required to be covered, and stating how a person may verify coverage and report lack of coverage. Addendum No. 1 Attachment No. 1 Page 9 of 10 Insurance Requirements Packery Pointe Park Road 22 at Aquarius Street Signal and Turn Lanes Improvement Plan Re -bid — Project No. E15155 007201-9 REV 07-03-2014 I. The Contractor shall contractually require each person with whom it contracts to provide services on a project, to: 1. Provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all of its employees providing services on the Project, for the duration of the Project; 2. Provide to the Contractor, prior to that person beginning Work on the Project, a certificate of coverage showing that coverage is being provided for all employees of the person providing services on the Project, for the duration of the Project; 3. Provide the Contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the Project; 4. Obtain from each other person with whom it contracts, and provide to the Contractor: a. A certificate of coverage, prior to the other person beginning Work on the Project; and b. A new certificate of coverage showing extension of coverage, prior to the end of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the Project; 5. Retain all required certificates of coverage on file for the duration of the Project and for one year thereafter; 6. Notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the Project; and 7. Contractually require each person with whom it contracts, to perform as required by paragraphs (1) - (7), with the certificates of coverage to be provided to the person for whom they are providing services. J. By signing this Contract or providing or causing to be provided a certificate of coverage, the Contractor is representing to the governmental entity that all employees of the Contractor who will provide services on the Project will be covered by workers' compensation coverage for the duration of the Project, that the coverage will be based on proper reporting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self-insured, with the commission's Division of Self -Insurance Regulation. Providing false or misleading information may subject the Contractor to administrative penalties, criminal penalties, civil penalties, or other civil actions. K. The Contractor's failure to comply with any of these provisions is a breach of contract by the Contractor which entitles the governmental entity to declare the Contract void if the Contractor does not remedy the breach within ten days after receipt of notice of breach from the governmental entity. Addendum No. 1 Attachment No. 1 Page 10 of 10 END OF SECTION Insurance Requirements Packery Pointe Park Road 22 at Aquarius Street Signal and Turn Lanes Improvement Plan Re -bid — Project No. E15155 00 72 01-10 REV 07-03-2014 Design Filename: Pi\94\I8\OO\Design\Civ IRAFFIC CONTROL NOTES AND SEQUENCE OF CONSTRUCTION CITY of CORPUS CHRISTI TEXAS ,,eao. tment of Capho, romr