Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
ST0301A-CS100324
Page 1 of 1 Keith Marvin - Bethel Road II - Phase, Addendum #1 Preliminary From: Caleb Thornhill <bct(� free se. com> To: Keith Marvin <kmarvin(�'.&oppelltx.gov> Date: 3/24/2010 5:29 PM Subject: Bethel Road II - Phase, Addendum #1 Preliminary CC: CPL03243 <CPL03243 (�'.Hreese.com> Attachments: Addendum # l .pdf; Addendum #1 - Drawings.pdf; 20100324150158.pdf; Geotech Report.pdf Keith, Here is the preliminary Addendum #1. A few outstanding items: 1. 1 only show 1 utility line crossing the bridge (telephone). I don't see anything else in the topo. Will still need clarification on this. 2. Light poles, I'm getting clarification on the height required. I assume the same as banner poles, but I'm not architect. 3. Review new item #208 Street Lighting. Make sure it encompasses the metering requirements. 4. I've added a sentence to the Traffic Control (Item #102). Review this and make sure it's what you wanted to say. I've attached the Addendum #1, drawings, light pole detail and geotech report. Call me tomorrow to discuss. I'm hoping to get this out tomorrow around lunch. B. Caleb Thornhill P.E. Project Manager Freese and Nichols. Inc. w Main - 214- 217 -2200 s Direct - 214- 217 -2282 s Fax 214- 920 -2565 ® Email: bct _,freese.com This electronic mail message is intended exclusively for the individual or entity to which it is addressed. This message, together with any attachment, may contain the sender's organization's confidential and privileged information. The recipient is hereby notified to treat the information as confidential and privileged and to not disclose or use the information except as authorized by sender's organization. Any unauthorized review, printing, retention, copying, disclosure, distribution, retransmission, dissemination or other use of, or taking of any action in reliance upon, this information by persons or entities other than the intended recipient is prohibited. If you received this message in error, please immediately contact the sender by reply email and delete all copies of the material from any computer. Thank you for your cooperation. file: HC: \Documents and Settings \radloo \Local Setting s \Temp \XPgrpwise \4BAA4BFDCity... 1/21/2011 CITY OF COPPELL ®oom00 = tE Of' TF,j t 0 l ®, COPPELL ROAD SOUTH RECONSTRUCTION ° °o * PROJECT NO. ST 03 -01A ®* o CPL03243 ® oo ® ®a�000 ®aoaoa ®oaa0000000 ® B. CALEB THORNHILL ® 00 ......... 00000000000 o �% ADDENDUM NO. 1 ®� o 92823 ®� �,� �` ° ° aC��ENSEO ° ° ��'� -' # °0......0 March 25, 2010 — e ONAL BID DATE: Tuesday, March 30, 2010, 2:00 pm The following additions, deletions, modifications, or clarifications shall be made to the appropriate sections of the plans and specifications and shall become a part of the Contract Documents. Bidders shall acknowledge receipt of this Addendum in the space provided on the Bid form. CLARIFICATIONS: Al -1 A No electronic bids will be accepted. A spreadsheet may be issued with the Bid Submittal, but will only be used as backup. Contract forms must be filled out for bid to be considered. B Epoxy coated re -bar will be used for all structural elements per TxDOT details. C. If the on -site material meets the specification for topsoil, it may be stockpiled and re -used. All stockpiled materials shall be protected against erosion and sedimentation. Areas disturbed for stockpiling of materials shall be restored at the end of the project at the sole expense of the contractor. D. A two (2) acre site will be available, if needed, to the contractor at the northeast corner of Hammond St and Burns St for a staging area. Contractor will coordinate with City staff to determine final area. Contractor will be responsible for any public safety requirements in and around staging area. Staging area shall be protected against erosion and sedimentation. Areas disturbed for staging of materials shall be restored at the end of the project at the sole expense of the contractor. BIDDING REQUIREMENTS: Al -2 SECTION 1 — BIDDING REQUIREMENTS A. Reference Page 1 -20 —1 -33. Modification: Delete these pages and replace it with the Bid Schedule included with this Addendum. The revised form is to be attached to the contract documents and submitted with the Bid. TECHNICAL SPECIFICATIONS: A1-3 SECTION 5 — Description of Pay Items A. Reference Page 5 -3, Addition: Add to Pay Item #102 the following to the first paragraph, "Temporary pavement will be considered subsidiary to this item for any location deemed necessary for continued progress." B. Reference Page 5- 24 -25, Modification: Modify Pay Item #206 by deleting Pay Item description and all subsequent text and replacing with: "Pay Items #206 Cast In Place Retaining Wall Addendum No. 1 00900 -1 Project No. ST 03 -01a - CPL03243 This pay item shall consist of the construction of Cast In Place retaining walls to the lines, limits and grades as shown in the plans. The architectural finish is considered subsidiary to this item and shall be approved by the Owner prior to the installation. For bidding purposes, contractor can assume a stained ashlar rock finish. The measured area shall be from one (2) feet below finished grade to top of wall. The Cast In Place walls shall be in compliance with the TxDOT Specifications Item 423 and details RW 1(H)C. Measurement and Payment shall be made on the basis of price bid per square foot (SF) of wall face and shall be total compensation for furnishing all materials, tools, equipment, labor, and any other incidentals necessary to construct a complete retaining wall. Retaining wall backfill areas, which are also in embankment areas, will be measured and paid for as specified in Pay Item #107 "Unclassified Compacted Earth Fill ", of the compaction method specified. Such backfill material shall meet the requirements of the retaining wall type used." C. Reference Page 5 -25, Addition: Add the following Pay Item: "Pay Items #207 Rail (TY 411) This pay item shall consist of the installation of Rail (TY 411) at the locations shown in the plans. The Rail (TY 411) shall be in compliance with the TxDOT Specifications Item 450- 2018 and detail C411. Measurement and Payment shall be made on the basis of price bid per each (LF) of rail. Payment shall be full compensation for installation of all materials, and for furnishing all materials, tools, equipment, labor, and any other incidentals necessary to complete the work." D. Reference Page 5 -25, Addition: Add the following Pay Item: "Pay Items #208 Street Lighting This pay item shall consist of the furnishing and installation of street light foundations, conduit, light poles and providing metered service in the locations as shown in the plans. Light poles will conform to Technical Specification "New York Series — Roadway and Traffic Signal Posts ". Light poles will consist of post, luminaires and any accessories necessary to complete installation. Measurement and Payment shall be made on the basis of price bid per Lump Sum (LS) of all street lighting. Payment shall be full compensation for installation of all materials, and for furnishing all materials, tools, equipment, labor, and any other incidentals necessary to complete the work." E. Reference Page 5 -25, Addition: Add the following Pay Item: "Pay Items #209 Bridge Banner Poles This pay item shall consist of the furnishing and installation of bridge banner poles in the locations as shown in the plans. Contractor required to supply and install banner poles, arms, and finial manufactured by "Antique Street Lamps" as specified in plans. Measurement and Payment shall be made on the basis of price bid per Lump Sum (LS) for bridge banner poles. Payment shall be full compensation for installation of all materials, and for furnishing all materials, tools, equipment, labor, and any other incidentals necessary to complete the work." Al -4 SECTION 6 — Technical Specifications A. Addition: Add "Geotechnical Report Bethel and Coppell Road Reconstruction Coppell, Texas ". B. Addition: Add " New York Series — Roadway & Traffic Signal Posts ". Addendum No. 1 00900 -1 Project No. ST 03 -0la - CPL03243 DRAWINGS: A1-5 SHEET PV -3, SEQ. 10 OF 80 A. Modification: Modify callout at approximate STA 41 +83.24, 19.04 RT by deleting "Power Pole to be Removed by Others" and replacing with "Power Pole to Remain in Place ". A1-6 ADD THE FOLLOWING SHEETS TO THE DRAWINGS: A. SHEET TS -8, SEQ. 57 OF 80 B. ELECTRICAL DETAILS — CONDUIT ED(1) -03 C. RETAINING WALLS MISCELLANEOUS DETAILS — RW 2 A1-7 REPLACE THE FOLLOWING SHEETS REPLACE SHEET SHEET * *PV -6, SEQ 12a SHEET GR -1, SEQ 14 SHEET PH -1, SEQ 69 SHEET DT -1, SEQ 75 WITH RETAINING WALLS- RW 1(H)C SHEET GR -1 SHEET PH -1 SHEET DT -1 SHEET Addendum No. 1 Project No. ST 03 -0la - CPL03243 END OF ADDENDUM NO. 1 SEQ 12a SEQ 14 SEQ 69 SEQ 75 00900 -1 BETHEL ROAD II, Phase I (Bethel Road from Penfolds Lane to Denton Tap Road) Project # ST 03 -01A Bid No. UNIT PRICE BID SCHEDULE BASE BID Item Plan Unit Description and Price in Words Unit Total No. Quantity Pric Price Mobilization (Max. 5% of Contract) 101 1 LS Dollars Cents Per Lump Sum Traffic Control 102 1 LS Dollars Cents Per Lump Sum Prep ROW 103 18 STA Dollars Cents Per Station Prepare and Implement SWPPP 104 1 LS Dollars Cents Per Lump Sum Project Signs 105 2 EA Dollars Cents Per Each Unclassified Excavation (Roadway & Channel) 106 3,850 CY Dollars Cents Per Cubic Yards Unclassified Compacted Earth Fill 107 1,250 CY Dollars Cents Per Cubic Yards 1-20 Bidding Documents BETHEL ROAD II, Phase I (Bethel Road from Penfolds Lane to Denton Tap Road) Project # ST 03 -01A Bid No. Item Plan Unit Description and Price in Words Unit Pric Total Eric Remove and Dispose of Asphalt Pavement 108 4,445 SY Dollars Cents Per Lump Sum Concrete Removal 109 1,412 SY Dollars Cents Per Square Yards Remove and Reset Existing Mailbox 110 1 EA Dollars Cents Per Linear Foot Remove Existing Concrete Pipe ( < =24" Diam) 111 151 LF Dollars Cents Per Linear Foot Remove Existing Concrete Pipe ( >24" Diam) 112 160 LF Dollars Cents Per Linear Foot Remove Existing Inlet Box 113 5 EA Dollars Cents Per Each Adjust Existing Sanitary Sewer Manholes 114 9 EA Dollars Cents Per Each Adjust Existing Valve Box to Grade 115 2 EA Dollars Cents Per Lump Sum 1-21 Bidding Documents BETHEL ROAD II, Phase I (Bethel Road from Penfolds Lane to Denton Tap Road) Project # ST 03 -01A Bid No. Item Plan Unit Description and Price in Words Unit Total rice Remove Existing and Install New Fire — Er ic Hydrant and Valve Assembly 116 2 EA Dollars Cents Per Each 8" Lime Subgrade Treatment 117 8,353 SY Dollars Cents Per Square Yards Lime 118 175 TON Dollars Cents Per Ton 8" Reinforced Concrete Pavement with 6" Integral Curb 119 7,406 SY Dollars Cents Per Square Yards 10" Reinforced Concrete Pavement with 6" Integral Curb 120 552 SY Dollars Cents Per Square Yards 10" Reinforced Concrete Stamped Roadway - Crosswalks 121 237 SY Dollars Cents Per Square Yards 8" Reinforced Concrete Stamped Roadway - Crosswalks 122 282 SY Dollars Cents Per Square Yards 6" Reinforced Concrete Stamped Pavement - Medians 123 132 SY Dollars Cents Per Square Yards 1-22 Bidding Documents BETHEL ROAD II, Phase I (Bethel Road from Penfolds Lane to Denton Tap Road) Project # ST 03 -01A Bid No. Item Plan _Quantitv Unit Description and Price in Words Unit 'c Total Price 6" Reinforced Concrete Driveways 124 1,040 SY Dollars Cents Per Square Yards Asphalt Pavement for Pave Transition (6" HMAC) 125 194 SY Dollars Cents Per Square Yards Monolithic Median Nose 126 4 EA Dollars Cents Per Each Reinforced Concrete Pavement Street Headers 127 521 LF Dollars Cents Per Linear Foot 4" Reinf. Concrete Sidewalks 128 1,200 SY Dollars Cents Per Square Yards Barrier Free Ramps 129 14 EA Dollars Cents Per Each Raised Pavement Marker, Class C, Type Y 130 620 EA Dollars Cents Per Each Raised Pavement Marker, Class C, Type W 131 290 EA Dollars Cents Per Each 1-23 Bidding Documents BETHEL ROAD 11, Phase I (Bethel Road from Penfolds Lane to Denton Tap Road) Project # ST 03 -01A Bid No. Item Plan Unit Description and Price in Words Unit ce Total Raised Pavement Marker, Class C, Type I -A 132 170 EA Dollars Cents Per Each Raised Pavement Marker, Class C, Type I -C 133 370 EA Dollars Cents Per Each Pavement Markings 134 1 LS Dollars Cents Per Lump Sum Roadside Sign Assembly (Relocation) 135 5 EA Dollars Cents Per Each Roadside Sign Assembly (New Installation) 136 1 EA Dollars Cents Per Each Repair, Replace and/ or Modify Existing Irrigation Systems 137 1 LS Dollars Cents Per Lump Sum Repair, Replace and/ or Modify Existing Landscape 138 1 LS Dollars Cents Per Lump Sum Tree Protection 139 1,275 LF Dollars Cents Per Linear Foot 1-24 Bidding Documents BETHEL ROAD II, Phase I (Bethel Road from Penfoids Lane to Denton Tap Road) Project # ST 03 -01A Bid No. Item Plan uantitm Unit Description and Price in Words Unit Pr ice Total Block Sodding 140 2,225 SY Dollars Cents Per Square Yards Combination Rail w /windows (Tx Classic)(42" Tall) 141 740 LF Dollars Cents Per Linear Foot Safety Guardrail Termination 142 6 EA Dollars Cents Per Each TI-2 Transition 143 6 EA Dollars Cents Per Each Installation of Highway Traffic Signals 144 1 EA Dollars Cents Per Each Remove and Deliver Existing Traffic Signal Pole and Mast Arm Assembly 145 1 EA Dollars Cents Per Each Traffic Signal Pole Assembly 146 1 EA Dollars Cents Per Each Drill Shaft (30 in) 147 10 LF Dollars Cents Per Linear Foot 1-25 Bidding Documents BETHEL ROAD II, Phase I (Bethel Road from Penfolds Lane to Denton Tap Road) Project # ST 03 -01A Bid No. Item Plan v Unit Description and Price in Words Unit Eric Total .c Ped Pole Assembly (including foundation) 148 4 EA Dollars Cents Per Each Pedestrian Signal Sections (remove and relocate) 149 6 EA Dollars Cents Per Each Pedestrian Push Button and Sign Assemblies (remove and relocate) 150 6 EA Dollars Cents Per Each 2" PVC Conduit 151 71 LF Dollars Cents Per Linear Foot 3" PVC Conduit 152 1,921 LF Dollars Cents Per Linear Foot 3" PVC Conduit (BORED) 153 120 LF Dollars Cents Per Linear Foot Ground Boxes 154 8 EA Dollars Cents Per Each Backplate for 3- Section Signal Head 155 2 EA Dollars Cents Per Each 1-26 Bidding Documents BETHEL ROAD 11, Phase I (Bethel Road from Penfolds Lane to Denton Tap Road) Project # ST 03 -01A Bid No. Item Plan Unit Description and Price in Words Unit Total Quautltm Pric Price Backplate for 5- Section (House) Signal Head 156 4 EA Dollars Cents Per Each VEH SIG SEC (12 IN) LED (GRN ARW) 157 4 EA Dollars Cents Per Each VEH SIG SEC (12 IN) LED (GRN) 158 6 EA Dollars Cents Per Each VEH SIG SEC (12 IN) LED (YEL ARW) 159 4 EA Dollars Cents Per Each VEH SIG SEC (12 IN) LED (YEL) 160 6 EA Dollars Cents Per Each VEH SIG SEC (12 IN) LED (RED) 161 6 EA Dollars Cents Per Each 1 Conductor #6 Bare Wire 162 288 LF Dollars Cents Per Each 1 Conductor #8 XHHW Wire 163 296 LF Dollars Cents Per Lump Sum 1-27 Bidding Documents BETHEL ROAD II, Phase I (Bethel Road from Penfolds Lane to Denton Tap Road) Project # ST 03 -01A Bid No. Item o Plan Qual3titv Unit Description and Price in Words Unit Total 1 Conductor #8 Bare Wire 164 296 LF Dollars Cents Per Linear Foot Traffic Signal Cable, 10 Conductor (TY A)(14 AWG) 165 352 LF Dollars Cents Per Linear Foot Traffic Signal Cable, 16 Conductor (TY A)(14 AWG) 166 252 LF Dollars Cents Per Linear Foot Traffic Signal Cable, 3 Conductor (TY A)(14 AWG) 167 252 LF Dollars Cents Per Linear Foot Video Imaging Vehicle Detection System, Camera Assembly 168 4 EA Dollars Cents Per Each Video Imaging Vehicle Detection System, Processing Unit 169 1 EA Dollars Cents Per Each Video Imaging Vehicle Detection System, Setup 170 1 EA Dollars Cents Per Each VIVDS Communication Cable 171 610 LF Dollars Cents Per Linear Foot 1-28 Bidding Documents BETHEL ROAD II, Phase I (Bethel Road from Penfolds Lane to Denton Tap Road) Project # ST 03 -01A Bid No. Item Plan Unit Description and Price in Words Unit Total o Pr ice e Uni- Directional Opticom Detector (remove and relocate) 172 1 EA Dollars Cents Per Each Traffic Signal Confirmation Lights 173 4 EA Dollars Cents Per Each Relocate Illuminated Street Name (ILSN) Sign 174 1 EA Dollars Cents Per Each 18" RCP (CL III) 175 20 LF Dollars Cents Per Linear Foot 21" RCP (CL III) 176 70 LF Dollars Cents Per Linear Foot 24" RCP (CL III) 177 100 LF Dollars Cents Per Linear Foot 30" RCP (CL III) 178 288 LF Dollars Cents Per Linear Foot 36" RCP (CL III) 179 320 LF Dollars Cents Per Linear Foot 1-29 Bidding Documents BETHEL ROAD II, Phase I (Bethel Road from Penfolds Lane to Denton Tap Road) Project # ST 03 -01A Bid No. Item Plan a Unit Description and Price in Words Unit Total Trench Safety System for Storm Drains, Water and Sanitary Sewer Lines 180 1,244 LF Dollars Cents Per Linear Foot Std. 5' Recessed Curb Inlet 181 2 EA Dollars Cents Per Each Std. 10' Recessed Curb Inlet 182 2 EA Dollars Cents Per Each Std. 20' Recessed Curb Inlet 183 2 EA Dollars Cents Per Each Std. 20' Curb Inlet w/ Open Back 184 1 EA Dollars Cents Per Each 4'x 4' Drop Inlet 185 1 EA Dollars Cents Per Each Type A Storm Drain Manhole 186 1 EA Dollars Cents Per Each 16" C905 DR 18 PVC Waterline 187 388 LF Dollars Cents Per Linear Foot 1-30 Bidding Documents BETHEL ROAD II, Phase I (Bethel Road from Penfolds Lane to Denton Tap Road) Project # ST 03 -01A Bid No. Item o Plan t' Unit Description and Price in Words Unit Price Total Price 8" C900 DR 14 PVC Waterline 188 16 LF Dollars Cents Per Linear Foot 16" x 6" Tapping Sleeve and Valve 189 2 EA Dollars Cents Per Each 8" Gate Valve 190 1 EA Dollars Cents Per Each Air Release Valve (Type I) 191 1 EA Dollars Cents Per Each 12" PVC Wastewater Pipe (SDR -35) 192 42 LF Dollars Cents Per Linear Foot Sanitary Sewer Manhole 193 1 EA Dollars Cents Per Each Remove Old Structure (Large)(Bridge)(TxDOT Item 104) 194 1 LS Dollars Cents Per Lump Sum Drilled Shaft (18 ")(TxDOT Item 416) 195 111 LF Dollars Cents Per Linear Foot 1-31 Bidding Documents BETHEL ROAD II, Phase I (Bethel Road from Penfolds Lane to Denton Tap Road) Project # ST 03 -01A Bid No. Item o Plan Unit Description and Price in Words Unit e Total 'ce Drilled Shaft (30 ")(TxDOT Item 416) 196 236 LF Dollars Cents Per Linear Foot CL C Conc (Abutments & Wingwalls)(TxDOT Item (420) 197 58 CY Dollars Cents Per Cubic Yards CL C Conc (Bent)(TxDOT Item 420) 198 46 CY Dollars Cents Per Cubic Yards CL S Concrete (Appr Slab)(TxDOT Item 420) 199 222 CY Dollars Cents Per Cubic Yards Rip Rap (Conc)(CL 13)(5 IN)(TxDOT Item 432) 200 337 CY Dollars Cents Per Cubic Yards Reinforced Concrete Slab (Bridge)(TxDOT Item 422) 201 7,367 SF Dollars Cents Per Square Foot Prestressed Concrete Beam (Type C)(TxDOT Item 425) 202 760 LF Dollars Cents Per Linear Foot Armor Joint (With Seal)(TxDOT Item 454) 203 87 LF Dollars Cents Per Linear Foot 1-32 Bidding Documents BETHEL ROAD II, Phase I (Bethel Road from Penfolds Lane to Denton Tap Road) Project# ST 03 -01A Bid No. Item Plan Unit Description and Price in Words Unit Pr ice Total Eric Cement Treated Base Backfill (TxDOT Item 5326) 204 520 Cy Dollars Cents Per Cubic Yard Decorative Railing at Bridge 205 256 LF Dollars Cents Per Linear Foot Cast In Place Retaining Wall 206 3,220 SF Dollars Cents Per Square Foot Rail (TY 411) 207 615 LF Dollars Cents Per Linear Foot Street Lighting 208 1 LS Dollars Cents Per Lump Sum Bridge Banner Poles 209 1 LS Dollars Cents Per Lump Sum TOTAL BID ITEMS BASE BID 101 thru 209 $ TANGIBLE PERSONAL PROPERTY COST $ 1-33 Bidding Documents PUSH BUT BLACK LETTERS'' / - HIGH ST C ' SHEET METAL Ol 193 COVER 01ANNSNM TURNING CAR WHITE BACKGRQUND 00N h�3�in - FINISH C BLACK LETTERS" HIGH IF STA LARGE 20V4 32'/2" 12 ) W12 - 3F/2" BLAi3i TRIM PEDESTR SINpN]LO Is %- WHITE BORDER IN CROS �- 3'/ CONCRETE APRON WIIH 2 . BARS AS 1 Ile RADIUS VANDAL PROOF c MINIMUM 2 - O(A) N THE 9 SIGN SHOWN (PELCO No. SF•1019.05 OR EQUAL) SHALL BE USED ON MAST ARM POLES AND Vs?" SIGNS SHALL BE USED ON PEDESTAL POLES. THE PUSH BUTTON SHALL BE INSTALLED 3'-6 ABOVE GROUND LEVEL. PEDESTRIAN PUSH BUTTON SIGN DETAILS N.T.S. BE M SS H x $- 10 -PORTLAND ORAN S -LUNAR WHI OPAQUE • BOTH SYMBOLIC INDICATIONS SHALL BE SOLID. OUTL INDICATIONS ARE NOT ACCEPTABLE. NOTE: PEDESTRIAN SIGNAL HEADS SHALL BE AS SHOWN (LC.C. PIN 7090 WNKO -MATIC VI.2L AS. OR EOUIVALENT). a SHALL BE EQUIPPED WITH €GGCRAT€ VISORS. TYPICAL LED PEDESTRIAN SIGNAL HEAD N.T.S. IDENTIFICATION PLATE POLYMER CONCRETE COVER LVT EYE 12 T YP, I I CONCRETE S e DE TAIL OF PEDESTAL NOMINAL 90)�IONSS POLE AND FOUNDATION 193 COVER 01ANNSNM zb NOT TO SCALE PULLSOX A B C 0 € h�3�in SHALL f6' /4 23y." 12 4w Will - LARGE 20V4 32'/2" 12 ) W12 - 3F/2" VARIABLE LENGTH METAL POST FO 8' -0" MOUNNTNG WEIGHT. 4 OUTSIDE DIAMETER. 0 LENGTH SEE CHART BELOW) ) �- 3'/ CONCRETE APRON WIIH 2 . BARS AS TYP • SHOWN OR 6 x $ x ,10 w.*. MESH LENGTH OF METAL POST 8' -0" FOR PEDESTRIAN NEARS T- — — — — — — r 9` -3" FOR ADVANCE FLASHERS t IP -6" FOR 3- SEC7ION HEAD i' —I �I' x 4 - LUTING SLOTS M 12' -9 FOR 4-SECTION HE I SW RESIST. POLYMER I �k� m Ip -" CONCRETE CONCRETE COVER I I t4-18- O 4S ANCHOR BOLTS .. -- _ — _ — — — L -i CONDUIT COVER POLYMER CONCRETE GROUND BOX AND COVER FOR FOLNDAT" DETAILS SEE TYPE 24 -A ON STANDARD SHEET TS -FO CONCRET€ APRON — C BE SEAL €D WITH DUCT PVC CONDUIT WI TH 45* ELBOW _ 1 - CRUSHED STONE. BARE •e As.G. E y,:, h�3�in WJs W WV� GTY j�, Z L J N z r ~ Q LA O Z R Z 0 F J � r � La QD 43 €LBO 1 a a ° • j o d a g •. ° p p g p � 4 p a e z e g a a g a It a a 0.5 e .g ° g a c ° g a a s a p a a a g O F KEY PLAN GOES E SECTION A -A O SHOWING DiMENSKM OF BOX AND ACCOMPANYING mN3 FIEL INSTALLATION O W_ • ONE BARE No. 8 A.W.G. SOLID COPPER WIRE SHALL a ff i l BE RUIN N ALL CONDUIT TO FORM A CONTINUOUS GROUWEO SYSTEM O o GROUND o 80X OCTAL INSERT GRAPHIC SARFNG ERED N.T,S. TS-8 A, A. E0.57 OF 80 1. GENERAL REQUIREMENTS FOR ALL ELECTRICAL MARK The location of all conductors, conduits, junction boxes, ground boxes, and eisotrlcal services Is diagrammatic only and may be shifted by the Engineer to accommodate odate local conditions. Materials shall be new and unused, Materials and installation shall comply with the applicable provisions of the National Electrical Code (NEC), National Electrical Manufacturers Association (NEMA) standards, and shall be Underwriters Laboratories (UL) Listed unless other- wise shown on the plans or speclflcat €ors or approved by the Engineer in writing. Faulty fabrication or poor worcrunshlp In any material, equipment, or installation shall be justification for rejection. When reference is made to UL, it can be considered to mean a Notionally Recognized Independent Testing Lab (NRTL). Canparoble standards of Canadian Standard Associafion, Electrical Testing Laboratories or Factory Mutual can be equal to the referenced UL standard. Where reference Is made to NEVA listed devices, IEC listed devices shall not be considered to be on acceptable equal to a NEVA listed device, Acceptable devices may have both a NEMA and IEC listing. With the exception of high strength bolts, miscellaneous nuts, bolts and hardware may be stainless steel when plans specify galvanized, provided that bolts are i12 [rich or less in diameter. The Contractor shot provide the following electrical test instruments as required by the Engineer to confirm compliance with the contract and the NEC. Those test instruments are voltmeter, amp probe, megger (1000 volt DC) and torque wrenches. All meters shop hove been properly colibroted within one year. Cutlbrotton certification shall be provided to the Engineer upon request. Calibration certification tog shot[ also be applied to the meter. The Contractor shall operate meters d inspection as requested by the Engineer. Grounding shall be as shown on the plans and In accordance with the NEC. Metallic conduit, Itght poles, luminaires on bridge structures, and all metal enclosures shall be bonded to the system - grounding conductor. The ground rod In each ground box or junction box at the bridge ends, and in each ground box installed for underpass Icghting will also be bonded to the system grounding conductor. The grounding conductor shall be baro or, if Insulated, shall be green. Ground rods, connectors, and bonding juwrpers will not be paid for separately, but will be subsidiary to the various bid items. SUBMITTALSr a J a) V1 0 The contractor shall submit for approval six (6) copies of catalog out sheets for each of the following three (3) categories. Category 1. Electrical services including photocell. Category 2, Breokaway disconnects, heat shrink tubing, heat Wink filler tape, &elCops and ground boxes which will Include loading capacity certification. Category 3. Highmast assembly kits, when opplicoble. See Item 614 'Highrmast Itlunination Assemblies'. Submittals shut be legible and shall be marked to Indicate which product on a out sheet is to be supplied. Where manufacturers provide warranties and guarantees as a customary trade practice, the Contractor shall furnish to the State such warranties and guarantees. Any deviation from plans or specifications, incluudcng deviations due to plan error should be prominently displayed on the submittal. Any changes not prominently noted In submittal and incorporated into the work without proper authorization will constitute grounds for rejection of that portion of the work. II. CONDUIT A. MATERIALS 1. Conduit and fittings shall be UL Listed for the intended use shown on plan sheets. 2. Conduit shall be the type shown by descriptive code or shown elsewhere on the plans. Substitution of the various types of conduits will not be perrIfted. All flexible conduit to rigid metallic conduit (RMC) systems shall be L[qutdtcght Flexible Metal (LFMC) conduit. All flexible conduct In PVC systems shelf be Lcquldtight Flexible Non-metollto conduit (LFNC). 3. All exposed conduits shall be RA(C, unless otherwlse specifically shown on the plans. All metal conduit shall be property grounded. 4. Coupltnge, connectors, conduit bodles, grounding bushings, and offset nipples for RUC shall be eleotro -zino plated steel or hot dipped galvanized malleable Iron, threaded or threadless compression type, roln -ftght and shall be UL Ilsfed for the intended use. 5. Expansion joints for meta[ conduit shut be provided with an Internal or external bonding jumper and shall be UL ilsted. 6. Unless otherwise shown on the plans, junction box mhnlmun sizes shall be in accordance with the following table which applies to the greatest number of conductors entering the box through one conduct with no more than four conduits per box. When a m €xttre of conductor sizes are present, the conductors shall be counted as if all are of the larger size. Situations not applicable to the table shall be sized in accordance with NEC 370 -28, AWG 3 CONDUCTORS 5 CONDUCTORS 7 CONDUCTORS #t 10" x 10" x 4' 12" x 12" x 4" 16" x 16" x 4' #2 8" x B' x 4' t0' x 10" x 4" 12' x 12" x 4' 94 B" X 8" x 4' 10" x 10" x 4" f0" x 10" X 4' #6 8" X 8" x 4" 8" x 8" x 4" lO" x 10" x 4' #8 B" x 8" x 4" 8" x 8" x 4" 8" x 8" x 4" 7. RMC system junction boxes equal to or smaller, In any dimension, than 12 x 12 x 6 (HxWxD), surface mounted and containing conductors #8 or larger, shall be hot dipped galvanized cast iron with minimm waft thickness of 3/16 inch, shall have external maunting lugs, and shut be UL Ilsfed Crouse -Hinds Type WAB, OZ /Gedney Type YS or approved equal, Unless otherwise shown elsewhere on the plans, RMC system junction boxes larger than the aforementioned boxes but equal to or smaller, in any dimension, than 18 x 18 x 6 (HxWxD) shall be 14 -ge, stainless steel; RMC system junction boxes larger than 18 x 18 x 6 (HxWxD) shall be 12 -go. stainless steel. All metal junction boxes sholl be equipped wlth a threaded hole or lug for grounding. Stainless steel boxes 12 x 12 x 6 and larger need not be UL Listed but shhatl meet the other requirements of the NEC and shat[ have ribs, stiffeners, or thicker metal and shalt have external mounting feet. Junction boxes with an internal volums of more than 100 cu. In. may be supported by corvnection of two or more rigid metal conduits, *tore specifically shown on the plans or *there approved by the Engineer. 8, Junction boxes containing only 410 or #12 AWG conductors shall be Crouse Hinds Type GRFX, Appleton Type JBGX, two -gang FD, or similar approved cast iron box, Boxes shall be sized according to NEC Table 3T0- 16(a). 9. IMC and EMT conduit shall not be used unless specifically required by the plan layout sheets. Junctlon boxes In EMT condult systems shol€ be made from galvanized sheeting and shot be UL listed and approved for outdoor use, unless otherwise noted on the plans. Sheet metal junction boxes shall be sized In accordance with the NEC, Junction boxes for IMC conduit systems shat[ meet the requirements of boxes used with INC systems. 10. Junction boxes in PVC conduit systems shell be PVC, intended for outdoor use, unless otherwise noted on the plans. 11. Elbows in PVC conduit systems one inch and larger shall be rigid metal, with the exception of traffic signal systems wthtch may have PVC elbows instead of rigid. If any part of the rigid metal elbow Is burled less than 18 inches underground the elbow and rigid metal extension shalt be grounded, Grounding shall be accomplished by means of a grounding bushing Installed on the extension. Un- less specifically shown on the plans, rigid metal elbows containing, or entering ground boxes containing only oommenlcations con - duotors, loop detectors, or other low volfage power limited circuits need not be grounded unless a ground wire is present in the conduit or ground box, The rigid metal elbows located in concrete foundations may be extended with PVC conduit and need rat be grounded provided that the end of the elbow nearest the end of the condult run exiting the foundation is at least 2 Inches below the concrete. RMC elbows wl I I not be atIminated. RMC elbows will not be paid for directly, but wl ( I be subsidiary to various bid items. (2. High - Density Polyethylene (HDPE) conduit shall meet the requutrements of Item 622, Duct Coble, except that the HDPE conduit, when bid under Item 618, Conduit, shall not contatn factory installed conductors. Fittings for HOPE conduit shall be UL listed as an electrical conduit connector or shall be thermally fused using an electrically heated we" wire resistance welding method, HOPE condult may be substituted for bored schedule 40 or schedule 80 PVC conduit. When such substitution is made, bored HOPE shot be schedule 40 of the size PVC being replaced. The HOPE condulf shall transition to PVC (or RMC elbow When roquired) at the We pit. Size end schedule shalt be as shown on the plans. Substituted conduit may not be extended to ground boxes or foundations; RMC elbows shall be installed at ground boxes and foundations. RMC elbows will not be eliminated, 13. All conduit support hardware Including straps, ruts, bolts, screws, retalning anchors and washers shall be hot dipped galvanized or stainless steel. Strut type conduit straps shall be stainless steel or hot dipped galvanized. Strut type straps need not be made of malleable type material. Starped- cadntum plated strops will not be allowed. Strops having only one mounting hole shot not be at lowed for use on conduits 2 inches and larger with the exception of electrical service poles where stainless steel standoff straps will be at lowed. Two piece conduit straps designed to bs used with a mounting shoe shall be Installed only with the ocrrectly sized shoo. B. CONSTRUCTION METHODS I. Conduit In structures shall hove expansion fittings at structure expansion joints. All straight rims of RIB conduit exposed on structures such as bridges shall have expansion joints installed at maximum intervals of 150 feet. Expansion joints she[I be €n- statled so they at law for movement of the conduit. Installation of the joint in such a manner that wl I I not allow for movement shall be repaired at no expense to the state. The method of determining the final setting length of the expansion joint shall be provided to the Engineer upon request. 2. Conduit supports shall be spaced at maximum intervals of 5 feet. Conduit spacers shaft be used with metal condult placed on surfaces of concrete structures (See conduit mounting options). 3. Conduit supports shall not be attached directly to prestressed concrete beans except as shown spealflcally In the plans and approved by the Engineer. 4. Unless otherw shown on the plans, condult placed beneath existing roadways, driveways, or sidewalks, or after the base or surfacing operation has begun, sha11 be accomplished by jacking or boring. The Contractor shall back fill and compact the bore pits to the bottom of the condult prior to Instal IIng connecting oondult or duot cable to prevent bending of the connectlon. 5. Conduit trenched in the subgrode of new roadways Shat( be bmkf €fled with excavated material, unless otherwise noted on the plans. Conduit trenched In the sub -base of new roadways shall be bacKflIled with cement-stabl I Ized base. 6. Open ends of aft conduit and raceways shall be fitted with temporary caps or plugs to prevent entry of dirt, debris and rodents during construction. The temporary cap may be constructed of duot tape, but in all oases shall be tightly fixed to the conduit and shall be durable. The contractor shall clean out the condult and prove It clear in accordance with Standard Specifications Item 618.3 prior to installing any conductors. 7. Conduit entry into the top of enclosures such as safety switches, meter cans, service enclosures, ouxtIlary enclosures and junction boxes shall be made weatherproof using conduit seating hubs, or threaded bosses. 8. A bonding jumper shall be installed from each grounding bushing to the nearest grounding rod, grounding lug, and/or equipment grounding conductor. All jumpers shop be the same size as equipment grounding conductor. Conduit used as casing raider roadways for duct cable head not be grounded If duct extends fYulI length thorough the cosing. At electrical services, grounding electrode conductor shall be a solid Copper 4 6 AWG. 9. Metal junction boxes shot be bonded to the grounding conductor in accordance with the NEC. 10. Conduits entering ground boxes shall be placed so that the condult ends she[I be not less than 3 mines nor more than 6 inches from bottom of box (See ground box detail on sheet ED(3). 11. Conduit ends shall be sealed with heat shrink trots with waterproof sealant, urethane foam, or by other methods approved by the Engineer. Sealing shall be done after completion of any repaired pull tests. Duct tape shall not be used as a permanent conduit sealant. Silicone caulking toll not be used as a sealant. 12. At strut mounting material and hardware shop be hot -dip galvanized or shall be stainless steel. The out ends of strut and non- galvanized rigid metal conduit threads shall be coated with a zinc rich paint (90X or more zinc content). Zino rich point may only be used to touch up galvanized material as allowed under Item 445.6 galvanizing. The painting of non- galvanized material with a zinc rich point shot not be considered as an approved alternative for galvanized materials. 13. All PVC condult terminations she[I be fitted with bushings or bell ends. A] [ metal conduit terminations shall be fitted with a grounding type bushing. Conduit Spacer Conduit (mounting shoe) Concrete ate- Structure Conduit Strap, `' Steel expansion maIt cab 10, anchor (3/8 tn. dia. typ. Hot - dipped gal v. 1 in. min., Min. max. « depth) CONDUIT MOUNTING OPTIONS (Attachment to concrete surfaces) (See pare. II.B.2) 1 in. min. Cori' Strut Type Stainless steel or hot dipped galvanized Conduit Strap Condut+ Mountln Channel (8 -fine Kindorf, Unlstr or equal) (Hot galvanized) %z in. min. Secure at a min. of 2 places (3/8 ' x 1 1/2 " anchors typ.) to structure or as d irected by the Engineer, RMC +o PVC LJ or HOPE aoup[1ng�1 below grade when PVC or HOPE is shown on layout. Wing Wall Circuit Conduit RMC Grade �pr� line 2 to 4' Ground Rod Clarrp % X 8' Ground Rod - %2" PVC Ea4 to 6' #8 Ground Wire Minimum TYPICAL CONDUIT ENTRY TO BRIDGE STRUCTURE DETAIL 3/B ' Diu. x 3' t ong cone. anchor Kw[kbolt, ParaboIt, or equal. Threaded coupling C Lock nut R. M. Conduit Existing Bridge Slab CONDUIT HANGER DETAIL (Attachment to horizontal surfaces) Hangers need not be UL listed for electrical use ter plumber pipe hangers are acceptable 3 " Dta. Ilnked erods welded, ,en Fig. 690, Innel Fig. 278X, equal Adjustable hanger Blow Knox Fig. 9 Elcen Fig. 13, or equal 5/03 Revision Q Revised notes. Concrete Structure Steel exponslon anchor (3/8 In. dia. typ. 1 in. min., 1 1/2 in. max. depth) NOTES � I Ground rod clamp to be UL listed 1 for direct burial. 2.) For conduit placed in structure, use flush - mounted box. 3.) Bond junction box and metal conduits to equipment grounding conductor and grounding electrode conductor using listed connector. 4,) Sea] all conduits entering the junction box from underground. 5.) Install bell end or bushing on 1/2 ' PVC conduit both ends. 6.) Ground rod to be driven within 8 Inches of 1/2 inch PVC conduit end. Texas Department of Transportatlon Traffla Oyarailans DNlsfam ELECTRICAL DETAILS- CONDUIT ED(1 ) -'03 (0 TxDOT damory 1992 �.+ MOT ca. T %DDT w+. MOT u. T= 4 -98 REY[5[Oh5 WT I $ACT dJh "IG". 12 -00 3-03 nh5r aWJ) 5 .,.i. 5-03 12" I I TYPE "A" or Face of X a Wall 2' N Vertical C 0 4" weep holes at 1 m a Equal T U ? a o to drain) 1' �L VY � 4 hardware cloth centered behind O w a 6" 6" o opening Z at Grade 2 or 3 ing 2'ac -c �12 BARS Z (U5) Finished grade Type "B" Waterstop Use spacer for stems r of unequal thickness Bars F na x 3' -0" Face of wall "-- - Y4 " chamfer CONSTRUCTION JOINT PVC WATERSTOP TYPE "A" U L 1 O O O U O ] L O, Q N N ODD L•EE- 4JOOL C DN Q C, LJncfi N T ] Xoaa: F 00;n row D' + o>0 nro U L 9 T 0 On L > O L a U -- N L tll•- T V• -U ve – eJ L •- •- L O Y n O C T o O 0C:C rUO•- a a 'o 410 L >1 � }- O L 6C0 O L N N L e l L W OM u ] O L �v' v2 a� u 00 0 0 t O <10 Type "A" or "B" Waterstop ! -sw -I I I Sw AS DETAILED FRONT FACE VERTICAL ALL HEIGHTS BACK FACE SLOPED (Basis for payment) ALTERNATE STEM SLOPE DETAILS Walls with slopes other than those shown may be used after approval by the Engineer. Sw shall not no less than shown in Table on Sheet 1. No payment will be made for excess concrete due to changing of slope of wall stem. I i 1 1 i l Type 10 E Waterproofing r r I Bars 2 c 777 M" Dowo I l3i 12" rl F Y, Type "A" Yloterstop Use spacer for stems of unequal thickness ` Edge of wall Compressible plug (sponge, etc.) Bars F - 1" Dia x 3' -0" smooth dowels at l' -0" c - Permanent Expansion Joint mot'l 1" I.D. Polyethylene sleeve or wrap with 30# roofing felt 7 i/4 ,. = r i R I k �;/ r 3S � � 1 } �8 �� � 3 7 4 " I 1 3 �8 iX, Note: Dimensions and shapes may vary slightly depending on manufacturer. Face of We r I TYPE "A" or Waterstop 2' N C 0 4" weep holes at m a Equal U ? a o to drain) 1' Type 10 VY � 4 hardware cloth centered behind Waterproofing i w a 6" 6" o opening Z at Grade 2 or 3 ing 2'ac -c 2 ' C-0 BARS Z (U5) - Type 10 Omit Bars Z when Waterproofing difference in top of footing elevations is less than 6'. i2c� ?2 Dowe) Bars F PARTIAL ELEVATION PARTIAL SECTION SHOWING WATERSTOP AT FOOTING JOINT 1D Unreinferced Class "C" Concrete when difference in top of footing elevations is less than 6'. Omit when Dowel Bars F can be placed between adjacent footings with 4" cover top and bottom. Face of Wall x V 4 �Waterp�oofing - - N N O H s Face of Wafr o a N N A Yr T z i �l SW DESIGN "X" MIS A 14' B 12' C 11` JOINT AND WATERSTOP DETAILS r Type 10 i Waterproofing N tom` I H> "X Face of WalI— , N 2' Filter material 4" weep holes at 15' max (slope to drain) 1' hardware cloth centered behind l Concrete cvarso I �oggrego+e, opening 3�r ti n Grade 2 or 3 Finished Grade-- a Top of undisturbed or compacted soil --, Place toe and key against undisturbed soil tc Limits of unclassified Structural Excovotion- PVC WATERSTOP TYPE "B" If pipe undordrains are required, the flowline and outlets shad be as shown elsewhere in the plans and the concrete coarse aggregate shall be approximately centered on the underdrain pipe. If pipe undordrains are used, omit weep holes. Edge of wall GENERAL NOTES: Walls ore designed assuming unit weight of soil = 120 pcf, and coefficient of horizontal earth pressure = 0.33. Walls are designed to provide a minimum factor of safety against sliding of 1,5. The undisturbed or compacted soil depth in front of walls, from bottom of Key up, shcii not be less thon Kw + Ft • 1'. Retaining walls are detailed to be placed on grades up thru 10% with footing level, with no changes in reinforcing steel. Steeper grades can be accommodated by shortening Bars Al and B and increasing length of legs of Bars U by the some amount. No change in Quantities will be involved Retaining walls may be placed on Horizontal Curves by adjusting lengths of footing Bars T and H. Minor revisions of Concrete Quantities may be required. Designed in accordance with current AASHTO Stondard and Interim Specificotions. All concrete to be Class "C ". All reinforcing steel to be Grade 60. � Texas Department of Transportatlon A Bridge DIVISIOn RETAINING WALL MISCELLANEOUS DETAILS DRAINAGE DETAILS AND EXCAVATION DIAGRAM Note A: Stop coarse aggregate at this level when weep holes are used. Note B: Use coarse aggregate to here with filter material above when underdrains are used. RW 2 FILE, r"tdsIl-dgn 91;r 1x001 cz, T %DOT D ^. CHO Ca 199 ©TX00T Ycrch 2010 OISTRICt FETE -L 419 PROJECT SHEET F ASI0 s [Zi \-- Face of wall 3 /4" chamfer EXPANSION JOINT 9 .. �rG "- V tm c vVj0D L 0+ IL 0 N CIO ' +v+ C O L C m N } W C $m 6LNC NT { 7 a C4-N xooc Q L • 000 I-- is + ado h.0 1 0 T C V r o > O F 0 0 w N L L N •- T yr 1 0 C - L L• -•- L a Y _ L C>,WU U C C C +-oo - 0� aL 0000 L' C w CC0 01-no 3E a ono QZ0a- N 4 ML © 0 E- O IL Uniform Top of Wall Slope 1' -6" 1' -7" 1' -0" = v x U 0.67 11 n aCL C >° 5' -3" 1' -9" a L 1 -0" z , I Level '- Batt of Ftg H DEFINITION vial I PROPERTIES REINFORCING STEEL FOR ONE 32' PANEL (DESIGN A) FOR ZONE al ieight Max D ( #5) Dowel F H 1 #5) T ( #5) U 26 #5 Pz1g' "H" WALL DIMENSIONS Soil A1- 26 #5 A2 - 25 #6 A3 25 K7 A4 26 #8 A5 - 25 #9 Ag - 25 #11 A7 25 #Il B 26 #5 C at at at at at 32 PANEL "H" Press of 15" 0-C at 15" c -cat 15" c -c t 15" c -c at 15" c -c of 15" c - at 15" c -c at 15" c -c 1 " c-c12" e - c - 12" c -c 15" c -c CONC REINF _ _ i _� �, ",� �. �i, c- , < w+ ni w+ ni w+ rr w+ N w+ i +n w+ (CY) (L 13) fF+' r' B 9 1 4' -3" W-9` 1' -6" 1' -7" 1' -0" I V-9" 1' -0" 9" 0.67 11 8' -0" 12 17 10 5' -3" 1' -9" 1-0" 2' -6" 1 -0" 9" 0.85 I0' -3" 27B 11 5' -10" 2' -0" 1' -0" 2' -10" 1'-0" 9" 0.89 11' -6" 312 12 ' - 64" 2' -2" 1' -0" 3' -2" 1' -0" 9" 0.97 12' -8" 343 13 6' -10" 2' -4" 1' - 0" 3' -6" 1' -0" 9" 1.05 13' -10' 375 14 7' -4" 2' -6" 1' - 0" 3' -10" V -0" 1' -0" 1.14 15' -0" 407 15 7' -10" 2' -7" 1' -1 %" 4' -I 7 /e" 1' -0" 1' -0" 1.24 16' -2" 438 16 26' -6" 2' -9" 1' -2" 4' -5" 1' -3" 1' -3" 1.34 I13' -3" 359 17 18 8' -10" 9' - 4" 3' -0" 3' -2" 1' -3%" 1' -4" W -6 Ya" 4' -10" t' -3" 1' -6" 1' -3" 1' -3" 1.40 1.50 13' -3" 13' -3" 359 359 19 10' -0" 3' -4" 1' -5" 5' -3" 1' -6" 1' -6" 1.56 13' °3" 359 20 10' -4° 3' 1' - 6 1 /4" 5' -3 1' -6" 1' - 6" 1,67 13' -3" 359 21 10' -11" 3' -8" 1' -7" 5' -8" 1' -9" 1' -6" 1,75 13' -3" 359 22 11'-4" 3'-70" 1' -8 5' -9 1' -9" 1' -6" 1,85 13' -3" 359 23 12' -0" 4' -0" 1' -9 6'- 2 1' - 9" 1` -6" 1.90 13' -3" 359 24 25 12'-4" 13' -0" 4'-2" 4' -4" V-10 %a" 1'- 11 "6' 6'-3 7 / $ " 8Y7 2' -0 ` 1 1' 2' -0" - 1' -6" 2.03 2,08 13'-Y 13' -3" 359 359 26 13' -6" 4' -6" 2' -0 " W- 1 IT/a" 2' -3" 1' -6" 2.17 13' -3" 359 27 14' -0" 4' -8" 2' -1 1 /" 7' 2%q "2'-3" 1'-6" 2.26 13' -3" 359 28 14' -6` 4'-10" 2'-2 7 ' -55 /8" 2' -3" 1' -9" 2,34 13' -3" 359 29 15'-0 5' --0" 2'-3 % " 7`8 %" 2' -3" 1 ' -9" 2, 43 13' -3" 359 30 I5 -6" 5' -2" 2' 4 5 / " V-1 1%" 2' -3" 1 ' -9" 2.51 13' -3" 359 31 16' 5' -4' 2' -5 Y4 18' -2 2'--3" 1' -9" 2.59 13' -3" 359 32 16' -6" 1 5' -6" 2' -6 1 18 ' -5 V2`1 -6`11 -9" 2.69 13' -3" 359 1' -0" Min Lap 0 �-- U I ^ - U U rn N I I [ �D I I 1 112 112 _ [ I I v I z x � 0.5Tw -9' 1 12 Loth = H + 0.5Tw - 7' -7" Lgth = 11' -2" z z H 14' H >14'S 20' H >20' Tw + Sw - 6" .. ,. BARS A Lgth = H + Tw + Sw - 2' -6" Lgth H s 14' H>14'<16' H_ >- 16' BARS A 1 U Place vertical bars insido of horizontol bars (Typ both faces). 0 Place footing toe against undisturbed soil. � 0 See standard RI 2for Sw I I I U at 15 Fpce of D at 12" Wal I - F at Joint I Iocations.3 2 1 'A " 2 " (D x Sw " Tw - 11 Hw B ' -A o F 2 z o F 3" rnU •.. -H- Tw Kw Fw [ . Al SECTIONS U at 15" Face of Wall - D at 12 2 1 /4 � 2 74' Tie all bars A at bend point to front face reinf- F at Joint Iocat i ons.a- B- Sw Tw r + � F Y >1 2 L 3 0 U Tw Panel Length minus 6" + Sw 25 - Lg- - H - 6 BARS A7 BARS B L for t H< 5' 8" GENERAL NOTES: BARS U A ll concrete to be C €ass "C ". All reinforcing steel to be Grade 60. For notes and details not shown on this shoe# see sheet RW2. Quantities are based on "H" being average height of panel. Retaining Wa11s are designed to be coded as follows on Retalning Wall Layout Sheets. HC - 21 - 28 LA - 28 - 32 -� Pan21 Length - 32' is standard) 28' requires special quantities Average Haight •'H" of panel Design - A = no surcharge or slope above wolf B � slopes up to 4:1 C = traffic surchorge and /or slopes up to 2.5:1 Footing pressure design - L = low, H = high 8.5 14' -6" 393 #9 38 12' 5' -9" 15' - 6 " 420 ttg 38 10" 16' -6" 1T -6" 447 475 #9 #9 38 38 10" 10" f' -5" 6' -9" 23.0 18' -6" 502 #9 38 10" 7' -2" 3928 19' -6" 529 #10 38 10" 7' -5" 17 18 20' -6" 556 #10 38 10" 7' -9" 21' -6" 583 #10 38 10" 8' -1" 22' -6" 610 #8 76 5" 8' -6" 23' -6" 24'_6" 637 664 #8 #$ 76 76 5" 5" 8' -9" 9' -2" 25' -6" 692 #8 76 5" 9' -6" 26' -6" 719 #9 76 5" 9'-10" 27' -6" 746 #9 76 5" l0' -1" 773 #9 76 5" 1 0' -5" 1635 1807 29' -6" 30' -6" 600 827 a10 #10 76 76 5" 5" 10' -9" 11' -2" 1980 31` -6" 854 #10 76 5" I1' -6" + Sw 25 - Lg- - H - 6 BARS A7 BARS B L for t H< 5' 8" GENERAL NOTES: BARS U A ll concrete to be C €ass "C ". All reinforcing steel to be Grade 60. For notes and details not shown on this shoe# see sheet RW2. Quantities are based on "H" being average height of panel. Retaining Wa11s are designed to be coded as follows on Retalning Wall Layout Sheets. HC - 21 - 28 LA - 28 - 32 -� Pan21 Length - 32' is standard) 28' requires special quantities Average Haight •'H" of panel Design - A = no surcharge or slope above wolf B � slopes up to 4:1 C = traffic surchorge and /or slopes up to 2.5:1 Footing pressure design - L = low, H = high 8.5 10.3 12.2 14.0 55.8 J 17.6 19.4 2L 2 23.0 3081 13 25.3 3470 14 27.1 3928 15 3118 4484 16 34,0 38.7 4895 5158 17 18 42.3 44.6 50.3 53.1 56. 62.5 66.3 77.0 81.8 85.8 69. 94.2 102.6 6115 6896 7309 8128 8527 9409 9938 10971 11488 124 21 14305 14986 16528 21 22 2 24 25 26 27 28 29 30 31 1' -8" Min Lap 2' -3" Min Lap 1 r-- Az ° 1 3' -0" Mtn Lap I- U I 11 N 112 A4 = v I I I 1 b I - ti. 1 %a x ,^ 1 12 2 _ 0 ., � 1 1%$ - � Lgth = H- 18' -I1" 1 112 o z x Q 0.75 Tw BARS A G = Sw 6" Tw + + Lgtl = H + 0.75Tw Sw - 6" +- Lgth = 8' -4" Sw - 18' -5 "U BARS A5 Lg - th H Tw for H = s' BARS D, H, T 3' -0' BAH5 F lJ 8' -9" 329 6' -10" 349 9' - 10" 369 8' -1" 413 5' -7" 388 10'-11' 410 9' -5" 481 12' -0" 451 10' -8" 545 8`-2" 567 13' -1" 491 11' -11` 609 9' -5" 654 14' -2" 532 13` 673 10' -8" 740 11' -2" 419 14` -5" 737 11' -11' 827 6' -11" 588 11' -2" 419 15' -8" 601 13' -2" 914 8' -2" 694 1V -2" 419 16' -11" 864 14' -5" 1001 9' -4" 793 11' -2" 419 18' -2" _928 15' - 8" 1088110'-7" 890 11' -2" 419 12' -2" 622 16'- 11'1174 11' -9" 999 6'-1" 808 11' -2" 419 12' -2" 622 18' -2" 1261 13' -0" 1105 Y-1 941 1' 1-2" 419 12' -2" 622 19' -5" 1348 14' -2" 1204 8` -1" 1074 11' -2" 419 12' -2" 622 20' -8" 1435 15' -4" 1303 9' -1" 1206 11' -2" 419 12` --2" 622 22' -0" 1527 16' -8" 1793 10' -1" 1339 11' -2" 419 12' -2" 622 14' -4" 995 17' -10" 1516 11' -1" 1472 11 -10" 11' -2" 4l9 12' -2" 622 14' -4" 995 19' -1" 1622 12'-1" 1605 13' -1" 11' -2" 419 12' -2" 622 14' -4" 995 20' -3" 2690 13' -1" 1738 14' 4" 1' -5" Min Lap t v ° A \� Al ' 12 2 TW -+ rn ti1 �9 v I Sw 6" 112 `v Lgth = H + Tw Sw - 11' -10' Lgth = 12' -2" H `= 24' H > 24' Tw + BARS A3 Lgth = H + Tw Sw - 14' -4•' Lgth = 14' -4" H 129' H >29' BARS A4 " �12 A Hw F H 1{w Fw At A U Aa U Im A2 A5 At As A4 15' 15 ! At A2 A4 A5 AE; z A2 A3 T 57 5" 15" 5" IS° H - 12' H = 14' H = 20' H 23' H a 28' PARTIAL WALL ELEVATIONS (Showing vertical reinforcing pattern in back face) H = 32' 743 3019861 17 136 1 6 11 97 1 4 131 1 8' -4" 1226 766 32110511 18 144 6 197 4 131 8' -4" 226 829 34 1117 19 152 7 230 5 164 8'-4" 226 872 34 1117 19 152 7 230 5 164 8' -4" 226 926 36 1183 20 160 7 230 5 164 8' -4" 226 213 38 1248 21 168 8 263 5 164 8' -4" 226 267 40 1314 22 176 8 263 5 164 8' -4" 226 322 42 1380 23 184 8 263 5 164 B' -4" 226 725 44 1446 24 192 9 296 6 197 8' -4" 226 776 46 1511 25 200 9 29 6 197 8' -4" 226 860 48 1577 26 208 9 2°6 6 197 W-21" 226 1928 50 1643 27 217 10 T3f;118 197 8' -4" 226 2541 52 1708 28 225 10 197 8'-4" 226 1606 54 1774 29 233 10 230 W-21" 226 8 ?692 56 1840 30 241 11 230 '�-4" 226 5516 58 1906 3) 249 11 230 8' -4" 226 3652 60 1971 32 257 11 263 W -4" 226 �7ti1 Fn 1x71 32 257 12 963 8' -4" 226 Texos Department of Transportatlon Bridge 014slon RETAINING WALLS RW 1 (H) A FILE- rwst0e08,Cgn Tx0QT I a, 7x DOT I ox, CH9 Wd ©T%00r V.cr&l 2010 DISTRICT 1U1141 All 1n01E T SFEET REV351o%S I STA 39190.61, 60.662T D f STA 36 +87.88, 22.00T INSTALL 25' SGT 11 < INSTALL (1L2) rRAhIS810N q f STA 39 +80.59, 22.00' LT v s „ fl ; INSTALL (7L2) TR4NSI7I0f1 \ SrA 62- 188.2$ 22.00'LT \ .- - 11SrkLL SOT o' - tai — - — END RETAINING WALL TOP OF FIALL= 498.14 r a �i EErn job PA E E - — ,p 3 - �. ; a BOTTOM OF WALL = 490.14 I 1 0 10' 20' 40' _ —'r — E E� N=7 42.91 J Q j SCALE IN FEET _ E= 2429135.59 ] 37 +00 3 8 +DO ~/ � E �� yE �~ iz u / UNDERGRO'� UN R RO _ TELEPHONE w TELEPHONE 1 — r E LARK O — r1 — _ — IIL �a . � {il� � N O J ARKER ! r "� ~ `l 40 +p0 (i NOTES: W= g o 3 1. SEE DT -1 FOR RETAINING WALL W loo �V ins AND CY C411 CONFIGURATION ! �1. \ I `STA 38+85.24, 22.00RT INSTALL 25' SGT STA 36 +87.88, 22.00•LT I COM S EA ° - o STA 39108.24, 22.00T BEGIN 7Y C411 RAIL M "'i BEGIN n C411 RAIL BEGIN RETAINING WALL 20 d TOP OF WALL = 498.34 + BEGIN RETAINING WALL Q S TOP OF WALL = 497.21 BOTTOM YlALL= 494.34 Q N= 7033558.57 _ _ BOrrpld OF WALL = 489.81 F= 2428841.41 1 E= 229057.94 Q 1 Z .{ STA 39 +08.24, 22.00' , i O Q 1NSTAEL (712) TRkNSIl7QN } I f � J 5 5 5 a g o 0 �o 44 U � J ~ a a� � N J N / a — ca o zo J � N ..o II �I y5 f� I f I az PN O Lo Q IQ V) Ld z 1 l I A RETAINING N TOP OF WAL BOTTOM OF .sTA 411.osRS 2n 1 r 1 BL 'Q 1 1 1 OF WALLI =4 9 ?M OF Y/ALL =49309 1 1111 � tl f 333481. I I 83 29380.64 4 �I / 1 BRIDGE GRADING AND GUARDRAIL 1 ° =20 x COY 0:� / Ul C) o Q J ° W v L? o Q -- - --- -- - --- - - --- Ld V = ca - m u Z LIGI n a � m o U 3 LIGHT - - ,� a c Rl a I � �i N tl p C CO OC O C ] Boa • co I = - w I m ctl'N P ¢� W C7 � � h z 41 >o SHEET GR -1 100% SUBMITTAL SEQ. 1 0',= s0 GENERAL TRAFFIC CONTROL NOTES: 1. TRAFFIC CONTROL AND PROTECTIVE DEVICES SHALL BE U5ED AND SHALL CONFORM TO THE LATEST EDITION OF THE TEXAS MANUAL ON UNIFORM TRAFFIC CONTROL DEVICES FOR STREETS AND HIGHWAYS BARRICADES, WARNING SIGNS, FLARES, FLASHING DEVICES, AND FLAG PERSONS SHALL BE PROVIDED BY THE CONTRACTOR. IF AT ANYTIME DURING CONSTRUCTION THE CONTRACTORS PROPOSED PLAN OF OPERATION FOR HANDLING TRAFFIC DOES NOT PROVIDE FOR THE SAFE, COMFORTABLE MOVEMENT OF TRAFFIC, THE CONTRACTOR SHALL IMMEDIATELY CHANGE HIS OPERATIONS TO CORRECT THE UNSATISFACTORY CONDITIONS. THIS SHALL BE PAID FOR AT THE LUMP SUM BID PRICE OF PAY ITEM "TRAFFIC CONTROL'. 2, PRIOR TO EACH PHASE, THE CONTRACTOR SHALL SUBMIT A TRAFFIC CONTROL PLAN TO THE OWNER AND ENGINEER FOR REVIEW AND APPROVAL. THIS PLAN SHALL SHOW ALL TRAFFfC CONTROL DEVICES TO BE USED FOR THAT PHASE. THIS PLAN SHALL BE SEALED BY A LICENSED PROFESSIONAL ENGINEER. 3_ THE CONTRACTOR MAY ALTER THE PHASING PLAN BY SUBMITTING AND GAINING APPROVAL OF A PROPOSED PLAN BY THE OWNER AND THE ENGINEER w 0 z ca z a �d � O O O O O = N a� J a J .- Q � J N z O l � Y �V1 � J ^N �o r] N LNG - M N „ 0 z�4 4. NO WORK SHALL COMMENCE WITHIN EXISTING STREET RIGHT -OF -WAY WITHOUT AN APPROVED TRAFFIC CONTROL PLAN. THE CONTRACTOR SHALL NOTIFY THE CITY OF ROWLETT. PUBLIC WORKS DEPARTMENT AT LEAST TWO (2) BUSINESS DAYS PRIOR TO BEGINNING WORK WITHIN THE RIGHT -OF -WAY, OR BEFORE PERFORMING ANY WORK WHICH WILL OBSTRUCT OR IMPEDE THE NORMAL FLOW OF TRAFFIC. 5_ EACH PHASE SHALL BE COMPLETED BEFORE THE SUBSEQUENT PHASE IS BEGUN. 6. WORK NOT INCLUDED IN THE PHASING PLAN SHALL BE COMPLETED AS BEST DETERMINED BY THE CONTRACTOR. 7, STREET INTERSECTIONS AS REQUIRED BY THE ENGINEER WILL BE KEPT OPEN TO TRAFFIC BY PAVING ONE -HALF WIDTH AT A TIME. 8. THE CONTRACTOR SHALL INSTALL TEMPORARY PAVEMENT MARKINGS FOR ALL DETOURS AS DIRECTED BY THE ENGINEER IN ORDER TO MAINTAIN THE NECESSARY TRAFFIC LANES THROUGH THE PROJECT, THE CONTRACTOR SHALL REMOVE ALL EXISTING MARKINGS AS DIRECTED BY THE ENGINEER IN DETOUR AREAS TO AVOID CONFLICTS WITH TEMPORARY MARKINGS. 9. THE CONTRACTOR SHALL ROUTE TRAFFIC AND BARRICADE ALL ROADS AS REQUIRED BY THE CTY OF COPPELL PUBLIC WORKS DEPARTMENT, 10. BARRICADES, TEMPORARY PAVEMENT MARKINGS, AND SIGNS SHALL BE MAINTAINED IN GOOD CONDFfION UNTIL THE COMPLETION AND ACCEPTANCE OF ALL WORK WITHIN THE PUBLIC RIGHT -OF -WAY. 11. THE CONTRACTOR SHALL MAINTAIN ACCESS TO ALL CROSS STREETS. 12. ALL ADJACENT OWNERS AND BUSINESSES WHO WILL BE DENIED ACCESS TO THEIR MAIN DRIVEWAYS SHALL BE NOTIFIED BY THE CONTRACTOR TWO (2) WORKING DAYS PRIOR TO THE CLOSURE OF THEIR ACCESS. 13. THE CONTRACTOR SHALL PROVIDE AT LEASE ONE POINT OF ACCESS TO ALL BUSINESS LOCATIONS AT ALL TIMES DURING THE CONSTRUCTION. 14. THE CONTRACTOR SHALL RELOCATE ALL EXISTING TRAFFIC SIGNS AS DIRECTED BY THE ENGINEER. 15. THE CONTRACTOR SHALL UPDATE AND ADJUST THE SWPPP AND EROSION CONTROL BMP'S AS HE PROGRESSES THROUGH DIFFERENT PHASES OF CONSTRUCTION, 16. CHANNELIZING DEVICES SHALL BE PLACED AT TAPERS AND TO DIVIDE CONSTRUCTION AREAS FROM TRAVEL WAYS IN ACCORDANCE WITH THE TMUTCD TO PROVIDE FOR THE SAFE, EFFICIENT FLOW OF TRAFFIC. FE W4 W " w V °ns NOR Ea ° = °ax -OP 4 In z w O F- F__ U U z U x Z cn (n J z Q a O = O U 7 n L) U ti z C) O t� EL U J D W C)—' W z m U U � v `Lrye o � O Q ' J � N z y N] G U m � ap c .�y QS pc U � pC� O ct t � p 0� �Cp 0� y C yz p Q•t QIC y'h ad c mv« a z to m m � � h a fL z >O SHEET PH 5£Q. 69 OF 80 NEW YORK Series Roadway & Traffic Signal Posts (Clamshell Style Bases) Selection Guide nC3611 LR-3 C3 \-j LR,3 CM31 C33 LR Part # PRF /LTD page A,3 PF A-5 AT23 D L -13 RI39 C - 19 AT23 W L -13 0' IIII���� IIIIII�I� IIIIII'.. IIIIII; For Speclficatlons of these and other p, s pdga numbers locc & Pendant Luminaires" (LR), !'Post Top arts ee Crossarms" (C), "Roadway AI and Arm choices, see Indexes located behind corresponding data ANTIOUE Street Lams Posts with Clamshell Bases 2011 -B W Rundberg Austin, TX 78758 The post shall consist of a shall with an Integral anchor base plate, (512) 977 -8444 • Fax (512) 977 -9622 together around the post. For Shaft Options and for Shaft and Basi Pg. PR -13 MGC72 /2 CR -10 BAB 30A4 A -1 I I I 1 I I I I I I I I I I 1 I I I I I 1 I EBB A -1 sponding tabs "Post Top Luminaires" (L), "Roadway )e" (S), or "Accessorles" (A), For other Luminaire 3 a decorative, two -piece base, which fastens 'ormatlon, see back page of this selection guide.