Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Resolution - 2021-R0093 - Contract 15758 with West Texas Paving 3.23.2021
Resolution No. 2021-R0093 Item No. 6.6.2 March 23, 2021 RESOLUTION BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF LUBBOCK: THAT the Mayor of the City of Lubbock is hereby authorized and directed to execute for and on behalf of the City of Lubbock, Public Works Contract No. 15758 for Indiana Avenue 130th to Woodrow Road construction as per RFP 21-15758-JM, by and between the City of Lubbock and West Texas Paving, Inc., of Wolfforth, Texas, and related documents. Said Contract is attached hereto and incorporated in this resolution as if fully set forth herein and shall be included in the minutes of the City Council. Passed by the City Council on March 23, 2021 "k DANIEL M. POPE, MAYOR ATTEST: - 0,1 &'1. - �)C� - Re e a arza, City Secret APPROVED AS TO CONTENT: Jesica cEa ern, Assistant CifyVanager APPROVED AS TO FORM: ccdocs/RES.Contract 15758 Indiana Avenue 130`h to Woodrow Road construction March 4, 2021 REVISED: PROPOSAL SUBMITTAL FORM UNIT PRICE PROPOSAL CONTRACT DATE: Februpa 26 2021 PROJECT NUMBER: RFP 21-15758-JM Indiana Avenue 13011 to Woodrow Road Proposal of called Offeror) West Texas Pavia Inc. (hereinafter To the Honorable Mayor and City Council City of Lubbock, Texas (hereinafter called Owner) Ladies and Gentlemen: The Offeror, in compliance with your Request for Proposals for the Indiana Avenue 1301h to Woodrow Road having carefully examined the plans, specifications, instructions to offerors, notice to offerors and all other related contract documents and the site of the intended work, and being familiar with all of the conditions surrounding the construction of the intended project including the availability of materials and labor, hereby intends to furnish all labor, materials, and supplies; and to construct the project in accordance with the plans, specifications and contract documents, within the time set forth therein and at the price stated below. The price to cover all expenses incurred in performing the work required under the contract documents. Bid Item No. TxDOT Item No. Description Unit Estimated Quantity Unit Price Extension BASE BID 1 100 Prepare ROW sta 96.25 $2,000.00 $192,500.00 2 103 Dispose of Water Well ea 1.00 $500.00 $500.00 3 104 Remove Concrete (Curb & Gutter) if 2,898.00 $10.00 $28,980.00 4 104 Remove Concrete (Driveway) sy 1,264.00 $20.00 $25,280.00 5 104 Remove Concrete (Sidewalk) sy 508.00 $20.00 $10,160.00 6 105 Remove Asphalt Pavement (2.5" to 3.5") sy 34,007.00 $4.00 $136,028.00 7 105 Remove Asphalt (Driveway) sy 1,185.00 $4.00 $4,740.00 8 110 Excavation (Roadway) cy 20,128.00 $5.00 $100,640.00 9 110 Excavation (Channel) cy 1,305.00 $5.00 $6,525.00 10 132 Embankment (Density Control) cy 5,666.00 $6.00 $33,996.00 11 164 Broadcast Seeding (Perm) (Urban) (Sandy) sy 63,676.00 $0.50 $31,838.00 12 168 Vegetative Watering mg 1,072.00 $40.00 $42,880.00 13 169 Soil Retention Blankets (CL 1) (TY B) sy 178.00 $5.00 $890.00 14 247 Flexible Base (12") (Ty A) (Gr 1-2) sy 46,339.00 $20.00 $926,780.00 15 305 Salvage & Haul Asphalt Pavement (2.5" to 3.5") ton- mi 5,611.00 $0.25 $1,402.75 16 310 Prime Coat (MC-30) ga 9,268.00 $4.00 $37,072.00 17 316 Asphalt (AC-10) (Detour Areas) ga 8,075.00 $4.50 $36,337.50 18 316 Aggregate (Ty PB) (Gr-4) (SAC-B) (Detour Areas) cy 251.00 $60.00 $15,060.00 19 340 HMAC (Ty C) (PG 70-28) (2") ton 4,843.80 $120.00 $581,256.00 20 340 HMAC (Ty B) (PG 70-28) (4") ton 9,687.00 $105.00 $1,017,135.00 21 351 Flexible Pavement Structure Repair sy 300.00 $50.00 $15,000.00 22 360 Concrete Pavement Approach (CRCP) (8") sy 4,891.00 $80.00 $391,280.00 23 401 Flowable Backfill cy 200.00 $100.00 $20,000.00 24 432 Concrete riprap (4") cy 150.00 $300.00 $45,000.00 25 462 Concrete Box Culvert (4' x 2') If 98.00 $400.00 $39,200.00 26 464 RC Pipe (CL V) (24") If 92.00 $150.00 $13,800.00 27 464 RC Pipe (CL V) (18") if 198.00 $100.00 $19,800.00 28 466 Wingwall (PW-1) (HW =3) ea 2.00 $8,000.00 $16,000.00 29 467 SET (TY I) (18 IN) (6:1) (C) ea 8.00 $2,000.00 $16,000.00 30 467 SET (TY I) (24 IN) (6:1) (C) ea 4.00 $3,000.00 $12,000.00 31 479 Adjust Manhole ea 11.00 $1,000.00 $11,000.00 32 479 Adjust Water Valve ea 24.00 $500.00 $12,000.00 33 n/a Relocate Fire Hydrant ea 2.00 $3,000.00 $6,000.00 34 496 Remove Structure (Pipe) if 178.00 $30.00 $5,340.00 35 496 Remove Structure (SET) ea 6.00 $1,000.00 $6,000.00 36 496 Remove Rock Riprap sy 95.00 $40.00 $3,800.00 37 500 Mobilization Is 1.00 $600,000.00 $600,000.00 38 502 Barricades, Signs and Traffic Handling mo 13.00 $5,000.00 $65,000.00 39 502 Portable Changeable Message Boards ea 3.00 $7,000.00 $21,000.00 40 506 Rock Filter Dam (Install) (Ty 1) if 400.00 $30.00 $12,000.00 41 506 Rock Filter Dam (Remove) if 400.00 $15.00 $6,000.00 42 506 Construction Exits (Install) (Ty 1) sy 200.00 $15.00 $3,000.00 43 506 Construction Exits (Remove) sy 200.00 $15.00 $3,000.00 44 506 Erosion Control Log (Install) (8") if 2,313.00 $5.00 $11,565.00 45 506 Erosion Control Log (Remove) (8") if 2,313.00 $5.00 $11,565.00 46 506 Blading Work (Erosion Control) hr 80.00 $20.00 $1,600.00 47 508 Construct Temporary Pavement Widening sy 811.00 $30.00 $24,330.00 48 508 Construct Temporary Driveway sy 1,330.00 $30.00 $39,900.00 49 529 Concrete Curb & Gutter If 5,040.00 $15.00 $75,600.00 50 529 Concrete Curb (Ribbon) if 1,098.00 $15.00 $16,470.00 51 529 Concrete Curb (Flume) If 8,210.00 $20.00 $164,200.00 52 530 Intersections & Turnouts (Concrete) sy 2,227.00 $80.00 $178,160.00 53 530 Driveways (Concrete) sy 1,348.00 $80.00 $107,840.00 54 530 Intersections & Turnouts (HMAC) sy 4,551.00 $50.00 $227,550.00 55 n/a Driveway/Alley Approach (Millings) sy 356.00 $5.00 $1,780.00 56 531 Concrete Sidewalk (4") sy 2,334.00 $50.00 $116,700.00 57 531 ADA Curb Ramp ea 14.00 $2,000.00 $28,000.00 58 560 Mailbox Assembly (Single) (TWG) (Ty 1) ea 4.00 $300.00 $1,200.00 59 610 Roadway Illumination Assemblies ea 17.00 $7,000.00 $119,000.00 60 618 Conduit (PVC) (Sch 40) (2") If 4,902.00 $7.00 $34,314.00 61 618 Conduit (PVC) (Sch 40) (3") if 798.00 $9.00 $7,182.00 62 620 Electrical Conductors (No 6) (Insulated) if 14,706.00 $2.00 $29,412.00 63 624 Ground Boxes ea 17.00 $700.00 $11,900.00 64 628 Electrical Services ea 1.00 $7,000.00 $7,000.00 65 644 Remove small sign assembly ea 13.00 $200.00 $2,600.00 66 644 Small sign assembly ea 21.00 $700.00 $14,700.00 67 662 Wk Zn Pav Markings (Ty 1) (W) (4") (Sld) if 13,096.00 $1.00 $13,096.00 68 662 Wk Zn Pav Markings (Ty 1) (W) (24") (Sld) if 200.00 $25.00 $5,000.00 69 662 Wk Zn Pav Markings (Ty 1) (Y) (4") (Sld) If 13,329.00 $0.50 $6,664.50 70 666 Pav Markings (Ty 1) (W) (4") (Brk) (100 Mil) if 410.00 $0.70 $287.00 71 666 Pav Markings (Ty 1) (W) (4") (Sld) (100 Mil) if 14,329.00 $0.70 $10,030.30 72 666 Pav Markings (Ty 1) (W) (8") (Sld) (100 Mil) if 2,914.00 $1.00 $2,914.00 73 666 Pav Markings (Ty 1) (W) (8") (Dot) (100 Mil) if 242.00 $1.00 $242.00 74 666 Pav Markings (Ty 1) (W) (12") (Sld) (100 Mil) if 1,455.00 $5.00 $7,275.00 75 666 Pav Markings (Ty 1) (W) (24") (Sld) (100 Mil) if 1,228.00 $10.00 $12,280.00 76 666 Pav Markings (Ty 1) (Y) (4") (Brk) (100 Mil) if 3,884.00 $1.00 $3,884.00 77 666 Pav Markings (Ty 1) (Y) (4") (Sld) (100 Mil) If 22,731.00 $0.75 $17,048.25 78 666 Pav Markings (Ty 1) (Y) (12") (Sld) (100 Mil) if 534.00 $5.00 $2,670.00 79 668 Prefab Pav Markings (Ty C) (W) (Arrow) ea 10.00 $700.00 $7,000.00 80 672 Raised Pav Marker (Ty I-C) ea 14.00 $6.00 $84.00 81 672 Raised Pav Marker (Ty II -A -A) ea 396.00 $6.00 $2,376.00 82 677 Eliminate Existing Pavement Markings If 4,284.00 $1.50 $6,426.00 85 678 Pave Surface Prep for Markings (4") if 2,123.00 $0.50 $1,061.50 86 678 Pave Surface Prep for Markings (8") If 1,037.00 $0.80 $829.60 87 678 Pave Surface Prep for Markings (12") if 670.00 $4.00 $2,680.00 88 678 Pave Surface Prep for Markings (24") If 36.00 $5.00 $180.00 89 678 Pave Surface Prep for Markings (Arrow) ea 36.00 $60.00 $2,160.00 90 751 Salvage & Redistribute Landscape Rock sy 1,308.00 $10.00 $13,080.00 91 5039 Fence Special (Fence Notch) if 36.00 $20.00 $720.00 TOTAL BASE BID (1-91) $5,922,776.40 Bid TxDOT Description Unit Estimated Unit Price Extension Item No Item No. Quantity ADDITIVE ALTERNATE - 1 Full width construction from 135th to FM 1585 (Flexible Pavement Section) (Additional Quantity Only) 3A 104 Remove Concrete if 438.00 $10.00 $4,380.00 (Curb & Gutter) Must match Item 3 unit price 4A 104 Remove Concrete sy 145.00 $20.00 $2,900.00 (Driveway) Must match Item 4 unit price 5A 104 Remove Concrete sy 63.00 $20.00 $1,260.00 (Sidewalk) Must match Item 5 unit rice 8A 110 Excavation cy 2,175.00 $5.00 $10,875.00 (Roadway) Must match Item 8 unit price 10A 132 Embankment cy (286.00) $6.00 ($1,716.00) (Density Control) Must match Item 10 unit rice 11A 164 Broadcast Seeding sy 1,633.00 $0.50 $816.50 (Perm)(Urban) (Sandy) Must match Item 11 unit price 12A 168 Vegetative mg 27.00 $40.00 $1,080.00 Watering Must match Item 12 unit price 13A 169 Soil Retention sy 88.89 $5.00 $444.45 Blankets (CL 1) (TY B) Must match Item 13 unit price 14A 247 Flexible Base (12") sy 7,975.00 $20.00 $159,500.00 (Ty A) (Gr 1-2) Must match Item 14 unit price 16A 310 Prime Coat (MC- ga 1,595.00 $4.00 $6,380.00 30) Must match Item 16 unit price 19A 340 HMAC (Ty C) (PG ton 826.00 $120.00 $99,120.00 70-28) (2") Must match Item 19 unit price 20A 340 HMAC (Ty B) (PG ton 1,652.00 $105.00 $173,460.00 70-28) (4") Must match Item 20 unit rice 32A 479 Adjust Water Valve ea 2.00 $500.00 $1,000.00 Must match Item 32 unit price 49A 529 Concrete Curb & If 1,393.00 $15.00 $20,895.00 Gutter Must match Item 49 unit price 53A 530 Driveways sy 145.00 $80.00 $11,600.00 (Concrete) Must match Item 53 unit price 54A 530 Intersections & sy (1,866.00) $50.00 ($93,300.00) Turnouts (HMAC)(Deduct) Must match Item 54 unit price 56A 531 Concrete Sidewalk sy 63.00 $50.00 $3,150.00 (4") Must match Item 56 unit price 70A 666 Pav Markings (Ty if 620.00 $0.70 $434.00 1) (W) (4") (Brk) (100 Mil) Must match Item 70 unit price 71A 666 Pav Markings (Ty If (218.00) $0.70 ($152.60) 1) (W) (4") (Sid) (100 Mil) Must match Item 71 unit price 72A 666 Pav Markings (Ty if 763.00 $1.00 $763.00 1) (W) (8") (Sid) (100 Mil) Must match Item 72 unit price 74A 666 Pav Markings (Ty if 1,692.00 1) (W) (12") (Sid) (100 Mil) Must match Item 74 unit price 75A 666 Pav Markings (Ty if 568.00 $10.00 $5,680.00 1) (W) (24") (Sid) (100 Mil) Must match Item 75 unit price 76A 666 Pav Markings (Ty if 24.00 $1.00 $24.00 1) (Y) (4") (Brk) (100 Mil) Must match Item 76 unit rice 77A 666 Pav Markings (Ty if 401.00 $0.75 $300.75 1) (Y) (4") (Sld) (100 Mil) Must match Item 77 unit price 78A 666 Pav Markings (Ty if 259.00 1) (Y) (12") (Sld) (100 Mil) Must match Item 78 unit price 79A 668 Prefab Pav ea 2.00 $700.00 $1,400.00 Markings (Ty C) (W) (Arrow) Must match Item 79 unit rice 80A 672 Raised Pav Marker ea 62.00 $6.00 $372.00 (Ty I-C) Must match Item 80 unit rice TOTAL ADDITIVE ALTERNATE - 1 Full width construction from 135th to FM 1585 $420,421.10 (Flexible Pavement Section) Total Amount with Alternate 1: $6,343,197.50 Bid Item TxDOT Description Unit Estimated Unit Price Extension No. Item No. Quantity Pavement Alternate Section (Rigid Pavement Section) (Roadway) Must match Item 8 unit price (Density Control) Must match Item 10 unit price 1AM (Ty A) (Gr 1- 2)(Deduct) Must match Item 14 unit rice 30)(Deduct) Must match Item 16 unit price 70-28) (2")(Deduct) Must match Item 19 unit rice 70-28) (4")(Deduct) Must match Item 20 unit price Approach (CRCP) (8") Must match Item 22 unit price (CRCP) (8") Adjustment for Markings (4") Must match Item 85 unit price 860 for Markings (8") Must match Item 86 unit price for Markings (12") Must match Item 87 unit rice for Markings (24") Must match Item 88 unitprice Bid TxDOT Estimated Unit Price Item Item No. Description Unit Quantity Extension No. Pavement Alternate Section (Rigid Section) with Additive Alternate #1(Additional Quantity Only) 0.0@ 0 (Curb & Gutter) Must match Item 3 unit price (Driveway) Must match Item 4 unit rice (Sidewalk) Must match Item 5 unit price (Roadway) Must match Item 8 unit rice (Density Control) Must match Item 10 unit price (Perm)(Urban) (Sandy) Must match Item 11 unit price 1 Watering Must match Item 12 unit price 109.00 Blankets (CL 1) (TY B) Must match Item 13 unit price (CRCP) (8") Must match Item 92B unit rice Valves Must match Item 32 unit price AQ� An Gutter Must match Item 49 unit price (Concrete) Must match Item 53 unit price Turnouts (IEAAC) Must match Item 54 unit price (41') Must match Item 56 unit price 1) (W) (4") (Brk) (100 Mil) Must match Item 70 unit price 1) (W) (4") (Sld) (100 Mil) Must match Item 71 unit rice 1) (W) (8") (Sld) (100 Mil) Must match Item 72 unit price 1) (W) (12") (Sid) (100 Mil) Must match Item 74 unit rice 1) (W) (24") (Sld) (100 Mil) Must match Item 75 unit price 1) (Y) (4") (Brk) (100 Mil) Must match Item 76 unit price 1) (Y) (4") (Sld) (100 Mil) Must match Item 77 unit price 1) (Y) (12") (Sld) (100 Mil) Must match Item 78 unit price Markings (Ty C) (W) (Arrow) Must match Item 79 unit rice (Ty I-C) Must match Item 80 unit price for Markings (4") Must match Item 85 unit price for Markings (8") Must match Item 86 unit price for Markings (12") Must match Item 87 unit price for Markings (24") Must match Item 88 unit rice for Markings (Arrow) Must match Item 88 unit price TOTAL Pavement Alternate Section (Rigid Section) with Additive Alternate #1 PROPOSED CONSTRUCTION TIME: 1. Contractors proposed CONSTRUCTION TIME for completion: TOTAL CONSECUTIVE CALENDAR DAYS: 250 to Substantial Completion) TOTAL CONSECUTIVE CALENDAR DAYS: 280 to Final Completion) Offeror hereby agrees to commence the work on the above project on a date to be specified in a written "Notice to Proceed" of the Owner and to substantially complete the project within 270 Consecutive Calendar Days with final completion within 300 Consecutive Calendar Days as stipulated in the specification and other contract documents. Offeror hereby further agrees to pay to Owner as liquidated damages in the sum of $750 for each consecutive calendar day after substantial completion and liquidated damages in the sum of $750 for each consecutive calendar day after final completion set forth herein above for completion of this project, all as more fully set forth in the General Conditions of the Agreement. Offeror understands and agrees that this proposal submittal shall be completed and submitted in accordance with instruction number 29 of the General Instructions to Offerors. Offeror understands that the Owner reserves the right to reject any or all proposals and to waive any formality in the proposing. The Offeror agrees that this proposal shall be good for a period of sixty (60) calendar days after the scheduled closing time for receiving proposals. The undersigned Offeror hereby declares that he has visited the site of the work and has carefully examined the plans, specifications and contract documents pertaining to the work covered by this proposal, and he further agrees to commence work on the date specified in the written notice to proceed, and to substantially complete the work on which he has proposed; as provided in the contract documents. Offerors are required, whether or not a payment or performance bond is required, to submit a cashier's check or certified check issued by a bank satisfactory to the City of Lubbock, or a proposal bond from a reliable surety company, payable without recourse to the order of the City of Lubbock in an amount not less than five percent (5%) of the total amount of the proposal submitted as a guarantee that offeror will enter into a contract, obtain all required insurance policies, and execute all necessary bonds (if required) within ten (10) days after notice of award of the contract to him. 15 Offeror's Initials 16 Enclosed with this proposal is a Cashier's Check or Certified Check Enclosed with this proposal is a Cashier's Check or Certified Check for Dollars ($ ) or a Proposal Bond in the sum of 5% of GAB Dollars ($ 5% of GAB ), which it is agreed shall be collected and retained by the Owner as liquidated damages in the event the proposal is accepted by the Owner and the undersigned fails to execute the necessary contract documents, insurance certificates, and the required bond (if any) with the Owner within ten (10) business days after the date of receipt of written notification of acceptance of said proposal; otherwise, said check or bond shall be returned to the undersigned upon demand. Offeror understands and agrees that the contract to be executed by Offeror shall be bound and include all contract documents made available to him for his inspection in accordance with the Notice to Offerors. Pursuant to Texas Local Government Code 252.043(g), a competitive sealed proposal that has been opened may not be changed for the purpose of correcting an error in the proposal price. THEREFORE, ANY CORRECTIONS TO THE PROPOSAL PRICE MUST BE MADE ON THE PROPOSAL SUBMITTAL FORM PRIOR TO PROPOSAL OPENING. (Seal if Offeror is a Corporation) ATTEST: Secr tart' Offeror acknowledges receipt of the following addenda: Addenda No. 1 Date 2/09/21 Addenda No. 2 Date 2/17/21 Addenda No. 3 Date 2/23/21 Addenda No. 4 Date 2/24/21 NMBE Firm: 17 Date: FebruaEy 26 2021 r Authonzed S=amagin (Printed or Typed Name) West Texas Paving, Inc. Company 10104 Alcove Avenue Address Wolfforth, Lubbock, City, County Texas .79382 State Zip Code Telephone: 80� 6) 833-2882 Fax:S806) 833-2884 Email: westtexasnavinefalsotc.net FEDERAL TAX ID or SOCIAL SECURITY No. 75-2028682 CERTIFICATE OF INTERESTED PARTIES FORM 1295 1 of 1 Complete Nos. 1 - 4 and 6 if there are interested parties. OFFICE USE ONLY Complete Nos. 1, 2, 3, 5, and 6 if there are no interested parties. CERTIFICATION OF FILING Certificate Number: 1 Name of business entity filing form, and the city, state and country of the business entity's place of business. 2022-957430 West Texas Paving, Inc Wolfforth, TX United States Date Filed: 11/21/2022 2 Name of governmental entity or state agency that is a party to the contract for which the form is being filed. City of Lubbock Date Acknowledged: 3 Provide the identification number used by the governmental entity or state agency to track or identify the contract, and provide a description of the services, goods, or other property to be provided under the contract. 15758 Road Construction/Paving 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 UNSWORN DECLARATION My name is Marshal Jarnagin and my date of birth is My address is 10104 Alcove Ave Wolfforth TX 79382 USA (street) (city) (state) (zip code) (country) I declare under penalty of perjury that the foregoing is true and correct. Executed in Lubbock County, State of TX on the 21 day of November 20 22 (month) (year) Signature of uthorized agent o contracting bu ness entity (Declarant) Forms provided by Texas Ethics Commission www.ethics.state.tx.us Version V3.5.1.eb87ef42 CERTIFICATE OF INTERESTED PARTIES FORM 1295 1 of 1 Complete Nos. 1 - 4 and 6 if there are interested parties. OFFICE USE ONLY Complete Nos. 1, 2, 3, 5, and 6 if there are no interested parties. CERTIFICATION OF FILING Certificate Number: 1 Name of business entity filing form, and the city, state and country of the business entity's place of business. 2022-957430 West Texas Paving, Inc Wolfforth, TX United States Date Filed: 11/21/2022 2 Name of governmental entity or state agency that is a party to the contract for which the form is being filed. City of Lubbock Date Acknowledged: 02/16/2023 3 Provide the identification number used by the governmental entity or state agency to track or identify the contract, and provide a description of the services, goods, or other property to be provided under the contract. 15758 Road Construction/Paving 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 UNSWORN DECLARATION My name is and my date of birth is My address is (street) (city) (state) (zip code) (country) I declare under penalty of perjury that the foregoing is true and correct. Executed in County, State of on the day of , 20 (month) (year) Signature of authorized agent of contracting business entity (Declarant) Forms provided by Texas Ethics Commission www.ethics.state.tx.us Version V3.5.1.eb87ef42 BOND CHECK BEST RATING LICENSED IN TEXAS DATE BY: CONTRACT AWARD DATE: March 23, 2021 CITY OF LUBBOCK SPECIFICATIONS FOR Indiana Avenue 130th to Woodrow Road RFP 21-15758-JM CONTRACT: 15758 PROJECT NUMBER: 92625.9240.30000 Plans & Specifications may be obtained from Bidsync.com Lub City of bock TEXAS CITY OF LUBBOCK Lubbock, Texas Page Intentionally Left Blank ADDENDUM Page Intentionallv Left Blank City TEXAS ADDENDUM I Revised Plan/Specification Cover Sheet RFP 21-15758-JM Indiana Avenue 130th to Woodrow Road DATE ISSUED: February 9, 2021 CLOSE DATE: February 24, 2021 at 2:00 p.m. The following items take precedence over specifications for the above named Request for Proposals (RFP). Where any item called for in the RFP documents is supplemented here, the original requirements, not affected by this addendum, shall remain in effect. Please review, incorporate, and acknowledge the information in this addendum on the signature page of the Revised Proposal Submittal Form. Revised Plan/Specification Cover Sheet The following has been revised: 1. Please see the revised plan/specification cover sheet All requests for additional information or clarification must be submitted in writing and directed to: Jessie Montes, Buyer III City of Lubbock Purchasing and Contracts Management Office 1314 Avenue K, Floor 9 Lubbock, Texas 79401 Questions may be faxed to (806)775-2164 or Email to JMonteskmylubbock.us Questions are preferred to be posted on BidSync: www.bidsync.com THANK YOU, pac wt"Am CITY OF LUBBOCK Jessie Montes Buyer III City of Lubbock Purchasing and Contracts Management Office It is the intent and purpose of the City of Lubbock that this request permits competitive proposals. It shall be the offeror's responsibility to advise the Director of Purchasing and Contract Management if any language, requirements, etc., or any combinations thereof, inadvertently restricts or limits the requirements stated in this RFP to a single source. Such notification must be submitted in writing and must be received by the Director of Purchasing and Contract Management no later than five (5) business days prior to the close date. A review of such notifications will be made. 1 1 2 1 3 1 Om a = CITY OF LUBBOCK IN COORDINATION WITH LUBBOCK COUNTY INDIANA AVENUE RECONSTRUCTION Parkhill a / KYLE W. JACKS 98310 NA 02102121 WOODROW ROAD TO FM 1585 PROJECT NO. 92625 RFP# 21-15758-JM E°FT Q City offirluibbock TEXAS CiTy of Lubbock T—S MAYOR COUNTY JUDGE DANIEL M. POPE CURTIS PARRISH CITY MANAGER COUNTY COMMISSIONERS W. JARRETT ATKINSON CITY COUNCIL JUAN A. CHADIS DISTRICT 1 SHELIA PATTERSON HARRIS DISTRICT 2 a JEFF GRIFFITH DISTRICT 3 STEVE MASSENGALE DISTRICT 4 RANDY CHRISTIAN DISTRICT 5 LATRELLE JOY DISTRICT 6 TERENCE KOVAR JASON CORLEY GILBERT A. FLORES CHAD SEAY PRECINCT 1 PRECINCT 2 PRECINCT 3 PRECINCT 4 CLIENT City of Lubbock 1625 13th Street Lubbock, TX 79401 PROJECT NO, 269620 Y DATE DESCRIPTION COVER SHEET FEBRUARY 2021 1 2 3 4 5 1 City TEXAS ADDENDUM 2 Revised Proposal Submittal Form & Revised Plan Drawings RFP 21-15758-JM Indiana Avenue 130th to Woodrow Road DATE ISSUED: February 17, 2021 CLOSE DATE: February 24, 2021 at 2:00 p.m. The following items take precedence over specifications for the above named Request for Proposals (RFP) Where any item called for in the RFP documents is supplemented here, the original requirements, not affected by this addendum, shall remain in effect. Please review, incorporate, and acknowledge the information in this addendum on the signature page of the Revised Proposal Submittal Form. Revised Proposal Submittal Form The following items on the Revised Proposal Submittal Form have been revised and must be submitted with the response. The Revised Proposal Submittal Form is attached to this addendum. Please acknowledge reception of this addendum on the signature page of the Revised Proposal Submittal Form. The following items have been revised: 1. Sheets 19, 23, 51, 52, 61, 62, 64, 65, 74, 77, 79, 112, 119, 121 in the original plans can be replaced with the attached sheets. 2. The original proposal form can be replaced in its entirety with the one attached below. All requests for additional information or clarification must be submitted in writing and directed to: Jessie Montes, Buyer III City of Lubbock Purchasing and Contracts Management Office 1314 Avenue K, Floor 9 Lubbock, Texas 79401 Questions may be faxed to (806)775-2164 or Email to JMontes(cmylubbock.us Questions are preferred to be posted on BidSync: www.bidsync.com THANK YOU, P"&w4arw CITY OF LUBBOCK Jessie Montes Buyer III City of Lubbock Purchasing and Contracts Management Office It is the intent and purpose of the City of Lubbock that this request permits competitive proposals. It shall be the offeror's responsibility to advise the Director of Purchasing and Contract Management if anj language, requirements, etc., or any combinations thereof, inadvertently restricts or limits the requirements stated in this RFP to a single source. Such notification must be submitted in writing and must be received by the Director of Purchasing and Contract Management no later than five (5) business days prior to the close date. A review of such notifications will be made. I 1 'L 1 j 1 4 N7 71 �I 31 0 0 0 N Q H N LIJ Z J U H Q ECHELON APARTMENTS I I I I I I I I I I I I I I I CO C7 + C ROW — 1 N ------r-1 DUP Q I H N W Z !!!!INDIANA AVENUE J 2 QrRO I I ROSA'S CAFE I I I KEEP RIGHT R4-7B °up 18'' X 24" (DRUM MOUNTED) UP EBB 0 PD o T OO MH F 215+00 I o o TS o--- OO MH OUP W1-6R 48"X24" HI Ld W Q' H In F— CD v 11' 11' 6' BUFFER ;B 1 1 *SEE TEMPORARY PAVEMENT DETAIL **IF ALTERNATE 2 OR 3 ARE 37 5 OFD�AOVEMENTCONLLY DURING PHASE 1. 50' 7.5' * ROSA'S CAFE mmmmk--�— LIMITS OF CONSTRUCTION SECTION B—B NTS -- _-----zzvroo INDIANA AVENUE _ 23' 77 VARIES1I ENSURE i POSITIVE DRAINAGE AWAY FROM i MATCH W ROADWAY *SLOPE X-SLOPE I X-SLOPE *TEMPORARY PAVEMENT WILL BE MEASURED AND PAID FOR BY THE SQUARE YARD AND MAY / SAWCUT NEAT EDGE CONSIST OF 8" TY B HMAC AND AN EMULSION SEAL, OR 12" OF CALICHE BASE AND A 1-COURSE EMBANKMENT SURFACE TREATMENT. CONTRACTOR MAY SUBMIT _ (ORDINARY ANOTHER SECTION FOR APPROVAL. IN ANY CASE, COMPACTION) TEMPORARY PAVEMENT CONTRACTOR IS RESPONSIBLE FOR MAINTAINING CD NTS ANDNCE OF �COURSE PROOF ROLL PAVEMENTITTHROUGHOUTOTHE OFPORARY SUBGRADE CONSTRUCTION FOR NO ADDITIONAL PAYMENT. 0 50 100 LEGEND — CONSTRUCT THIS PHASE — CONSTRUCTED PREVIOUS PHASE TEMP PAVING THIS PHASE TEMP DRIVEWAY THIS PHASE CHANNELIZING DEVICES ® TYPE III BARRICADE y TRAFFIC FLOW T TRAFFIC SIGN MESSAGE BOARD ------• RIGHT OF WAY (ROW) KEYED NOTES O4" YELLOW SOLID PAVEMENT MARKINGS ©4" WHITE SOLID PAVEMENT MARKINGS O4" YELLOW BROKEN PAVEMENT MARKINGS O4" WHITE BROKEN PAVEMENT MARKINGS O24" WHITE SOLID PAVEMENT MARKINGS O4" YELLOW SOLID PAVEMENT MARKINGS (TEMP) ©4" WHITE SOLID PAVEMENT MARKINGS (TEMP) O4" YELLOW BROKEN PAVEMENT MARKINGS (TEMP) O4" WHITE BROKEN PAVEMENT MARKINGS (TEMP) GENERAL NOTES 1. ACCESS TO ALL PRIVATE DRIVEWAYS, ALLEYS, AND CROSS STREETS SHALL BE MAINTAINED AT ALL TIMES UNLESS OTHERWISE NOTED 2. NOTIFY AFFECTED PROPERTY OWNER AT LEAST ONE WEEK IN ADVANCE OF ALTERING OWNER'S ACCESS 3. BUTTON AND TEMP STRIPING SHALL MEET BC(12)-14 4. RAISED PAVEMENT MARKERS SHALL BE USED FOR TEMPORARY PAVEMENT MARKINGS ON PERMANENT SURFACES 5. TEMPORARY SIGN LOCATIONS ARE REPRESENTATIONAL. SPACE SIGNS ACCORDING MUTCD STANDARDS. 6. COVER OR REMOVE ALL SIGNAGE AND PAVEMENT MARKINGS THAT CONFLICT WITH TRAFFIC CONTROL PLAN. EXISTING SIGNS THAT SUIT THE TCP MAY BE INCORPORATED INTO THE PLAN. Parkhill Lubbock TFIPS CLIENT City of Lubbock 1625 13th Street Lubbock, TX 79401 PROJECT NO. 2696.20 1 02jl&21 ADDENDUM 1 # DATE DESCRIPTION INDIANA AVENUE TRAFFIC CONTOL PLAN PHASE 1 SHEET 3 OF 3 1 OA, 3 4 5 19R1 I 1 'L 1 j 1 4 Is] 4I 0 0 } 0 N Q H N W Z J U H Q I I I I I I J d I/ M N 1 N:ROW.-_--- - -r1 Q H V) L----.—. —.`.— W a Z 2 � U — — F— Q ROW •------------ o -.\ ROSA'S CAFE I I I I I � 4 7.5' I 13.5' 12' 12' PHASE 2 I BUFFER t LIMITS OF CONSTRUCTION SECTION A —A H-I W W Q' F— W1-6L CD 48"X24" Imo, UP V UP m O EBB PD TB o ............---.—.—.- 16.` 4— o TB o--- OO MH OUP W W H- C7 CD t NTS t • - j -- -----22 - 0 INDIANA AVENUE — KEEP � RI_T 51.5' I 11.5' 12' 12' R4-76 PHASE 2 I BUFFER I 18" X 24" (DRUM MOUNTED) LIMITS OF CONSTRUCTION SECTION B—B' NTS CONSTRUCT SECTION B-B NORTH OF 135TH STREET ONLY IF ALTERNATES 2 OR 3 IS AWARDED. 0 50 100 } c� LEGEND N CONSTRUCT THIS PHASE Q CONSTRUCTED H PREVIOUS PHASE N TEMP PAVING W THIS PHASE Z TEMP DRIVEWAY J THIS PHASE 2 CHANNELIZING DEVICES V C TYPE III BARRICADE < y TRAFFIC FLOW T TRAFFIC SIGN MESSAGE BOARD ------• RIGHT OF WAY (ROW) KEYED NOTES O4" YELLOW SOLID PAVEMENT MARKINGS ©4" WHITE SOLID PAVEMENT MARKINGS O4" YELLOW BROKEN PAVEMENT MARKINGS O4" WHITE BROKEN PAVEMENT MARKINGS O24" WHITE SOLID PAVEMENT MARKINGS O4" YELLOW SOLID PAVEMENT MARKINGS (TEMP) ©4" WHITE SOLID PAVEMENT MARKINGS (TEMP) O4" YELLOW BROKEN PAVEMENT MARKINGS (TEMP) O4" WHITE BROKEN PAVEMENT MARKINGS (TEMP) GENERAL NOTES 1. ACCESS TO ALL PRIVATE DRIVEWAYS, ALLEYS, AND CROSS STREETS SHALL BE MAINTAINED AT ALL TIMES UNLESS OTHERWISE NOTED 2. NOTIFY AFFECTED PROPERTY OWNER AT LEAST ONE WEEK IN ADVANCE OF ALTERING OWNER'S ACCESS 3. BUTTON AND TEMP STRIPING SHALL MEET BC(12)-14 4. RAISED PAVEMENT MARKERS SHALL BE USED FOR TEMPORARY PAVEMENT MARKINGS ON PERMANENT SURFACES 5. TEMPORARY SIGN LOCATIONS ARE REPRESENTATIONAL. SPACE SIGNS ACCORDING MUTCD STANDARDS. 6. COVER OR REMOVE ALL SIGNAGE AND PAVEMENT MARKINGS THAT CONFLICT WITH TRAFFIC CONTROL PLAN. EXISTING SIGNS THAT SUIT THE TCP MAY BE INCORPORATED INTO THE PLAN. Parkhill Lubbock TFIPS CLIENT City of Lubbock 1625 13th Street Lubbock, TX 79401 PROJECT NO. 2696.20 1 02jl&21 ADDENDUM 1 # DATE DESCRIPTION INDIANA AVENUE TRAFFIC CONTOL PLAN PHASE 2 SHEET 3 OF 3 1 FA 3 4 5 23R1 1 2 3 4 5 j REMOVAL PLAN j I I D 0 50 100 I I Q Q + — — — P a t17s SY) QQ (4209 SY) 8 c+ DEMOLITION ITEMS ROW -� Q— — — — -- — — — — — — �,.—�-------------- — - — - — ..�...�..� — — — — — — — — — — — — -R � N _ N Q SN Q O ASPHALT ROADWAY PAVEMENT (SY) INDIANA AVENUE N OPAAVEMENT ROADWAY CONCRETE Y O CONCRETE DRIVEWAY/PARKING LJJ LOT (SY) Z Z 0ASPHALT DRIVEWAY/PARKING LOT (SY) _ up J O CONCRETE RIPRAP QROW 4 (333 SY)r 3 (78 SY) 6 "65 LF) W Q ©CURB &GUTTER (LF) 6 ( 7 (D CONCRETE SIDEWALK (SY) 7 4 SY) ®SMALL SIGN (EA) 9O MAILBOX (EA) C LEGEND I I I I ROADWAY ASPHALT ® AND DRIVEWAY/ PARKING LOT ROADWAY CONCRETE ® AND DRIVEWAY/ PARKING LOT ® CONCRETE SIDEWALK PROPOSED PLAN SHOWN E# EXISTING DRIVEWAY FOR REFERENCE NUMBER ------ RIGHT OF WAY (ROW) I 1 i B I 1 I 1 O Q i 1� I + Row UP —�--------_._._._._._..._..._..._............. —__—___�;p— =-ROW N GENERAL NOTES P N ° N LCONTRACTOR SHOULD REFERENCE TRAFFIC PLAN Q ° Q TO REMOV NGTROL ANY EXISTING PRIOR H H PAVEMENT OR STRUCTURE FOR (n 205+00 210+00 (n PROPER DEMOLITION SEQUENCING. .......... — - — - — — - . — . — . — .l— . — . . — . ...... ...... ...... ...... ..................... - — -�- .............. ...... z GINDIANA AVENUE Z 2-REFER TO INTERSECTION LAYOUTS FOR EXACT REMOVAL LIMITS FOR _J D22 J ALL SIDE STREETS. R—OW --------------------�— --- -- -- —-- ---- i — —� — — — — � ROW 1 1 U� 1 1 1 A I I I I I I I I I I ECHELON APARTMENTS I I I I ROSA'S CAFE I I I I I I I I I I I I I I I 1 2 3 4 5 Parkhill ,�H e. cooaF _ 1 R, �.TFkgsll+n 1" YS Si•i '•ii 11 �n / KVLE W. JACKS N / ¢q: 98310 1l SS i.N..•• _ l\� N 02/16/21 O a i � O �N I.L Lubbock TFIPS CLIENT City of Lubbock 1625 13th Street Lubbock, TX 79401 PROJECT NO. 2696.20 1 0211&21 ADDENDUM 1 # DATE DESCRIPTION INDIANA AVENUE REMOVAL PLAN STA 201 +00 TO STA 212+00 51 R1 j w REMOVAL PLAN rK I � I v� I I = I � CD j 0 50 100 J ouB 1 (2667 SY) a DEMOLITION ITEMS N - - -----r ua EB❑o PDO TS O ASPHALT ROADWAY PAVEMENT (SY) OO NN O CONCRETE ROADWAY 2 0 +00 220+00 PAVEMENT (SY) DRIVEWAY/PARKING w .—.—.—.—.—..._.i._._._..._._._._._..._._...—.—.—.—.—.—.—.—.—.—._._._._ --- ._._._._._--- ._._._._---- INDIANA AVENUE OCONCRETE LOT (SY) Z OASPHALT DRIVEWAY/PARKING LOT (SY) _ O5 CONCRETE RIPRAP F- ROW- — —• o ©CURB & GUTTER (LF) / U 7Q CONCRETE SIDEWALK (SY) -------- — o TB o cB \ 6 (348 LF) 7 O ae oouB — ® SMALL SIGN (EA) (142 SY) I � Q9 MAILBOX (EA) w rK LEGEND j ROADWAY ASPHALT _ ® AND DRIVEWAY/ PARKING LOT i CD M I r ROADWAY CONCRETE ® AND DRIVEWAY/ PARKING LOT ® CONCRETE SIDEWALK PROPOSED PLAN SHOWN E# EXISTING DRIVEWAY FOR REFERENCE NUMBER i ~ w w ------ RIGHT OF WAY (ROW) ry Cn 3 I I = j C) d O up M .---------------/ UB oo GENERAL NOTES N OUP EB�o PDO TS m 1.CONTRACTOR SHOULD REFERENCE TRAFFIC CONTROL PLAN PRIOR Q Oo w TO REMOVING ANY EXISTING H PAVEMENT OR STRUCTURE FOR V) —.— +00 —.—.—.—.—.`.——•—•—•--------------------------'------- 220,00 — —'-----.—.—.—.L-.-.—.—.—.—.L-.-.—.—.—.—.- PROPER DEMOLITION SEQUENCING. w INDIANA AVENUE 2-REFER TO INTERSECTION Z LAYOUTS FOR EXACT — REMOVAL LIMITS FOR J ALL SIDE STREETS. 2 U — '= H - - r - - O Q ROW •-—--—-- — -- —- o - am ROSA'S CAFE I I I I w w CD M Parkhill o2/is/21 O � Q i N � O �N I.L Lubbock TFIPS CLIENT City of Lubbock 1625 13th Street Lubbock, TX 79401 PROJECT NO. 2696.20 1 0211E/21 ADDENDUM 1 # DATE DESCRIPTION INDIANA AVENUE REMOVAL PLAN STA 212+00 TO END PROJECT 52R1 1 12 3 4 5 1 1 2 1 j 1 4 1 b Parkhill Dim 3m DOMINO'S PIZZA z 0 V) z Q I- aWa � O O W C J to + Q N I I-X 0 50 100 N - z N - HORIZONTAL O Z Q05 <103 Q 0 5 10 O (n1[im vlom p VERTICAL ROW os� OSN ROW cv GENERAL NOTES: _ °- — — — o — — - N 1. SEE INTERSECTION LAYOUT O FOR CROSS STREET CURB Q SN Q CORE 90 N 205+00 —.`.— —.—.—. i 210+00 _ _ _ _ ` — — — N 2. SEE HORIZONTAL ALIGNMENT DATA SHEET FOR ADDITIONAL ALIGNMENT INFORMATION. Z �: �a ?l INDIANA AVENUE Z 3. KNOWN SURFACE UTILITIES J" s-D22 ` s J ARE SHOWN IN APPROXIMATE ow = NCE LNLYTVOERF�RALLFURELITY V � � - y — — — —w G— — — - — — — U �OCATIONS ROW w ry < w ry w w` y ° ° ° Foe I-- PRIOR TO CONSTRUCTION. ° ROW 4. DIMENSIONSALL R MEASUREDTOLIP OF CURB to zcr w z g UNLESS OTHERWISE NOTED. Ow z_; ~ rz 5. ALL CURB AND GUTTER ~1- < r N zQ dz� ��_j SHOWN SHALL BE TY-A UJ j)D owa 2Qw oUJQ =¢w UNLESS OTHERWISE SHOWN IN PLANS. o$ ECHELON APARTMENTS I ?z DO o w;o' w Li o w3p� 0_ p x N am3v1 O WNQOJ a WJ WNQ J In r o�CT ocrw- -0: Cn xp3 In�HwQ_H a`a 3 a ��W o w TuzIW �O o apo W Q i X ��QOOMW Npm Q U10 NpXZZ� QF(:OU'U.H NpUOF d'WO Qv:JWWW� NOz_z QI(: (,�U' NpUr Q'I-0 Npm HNz Vlvw I-NZW WQ Nvwmmf I-NW-W2 NInw1-NNW (/IQmm QOOJWw Wd' QU:Q III[ wH(W/1N� NQW 3245 3240 3235 3230 3225 ziPt31. ---- ---- ----- 3220 3215 3210 M N Q In f� Ol O N N N N N Ip N 'o N InN M N M N M N M N M 3205 n N N N N N n VPI ST 204+12. 5 VPI STA 09+00.00 tL PROP IRT EOP L--- ------------17.5DT-- V I A + L 3,227.9 VPI STN 210+62. B N M V If"1 t0 � p U) 1p 00 p Lo p m O O N co M N M NI NI '"I NI 'n NI "I I a w a w a w 0- w a w a wl a wl a wl 2- wl a wl a wl - wl a 201+00 202+00 203+00 204+00 205+00 206+00 207+00 1 1 2 3 O (O I- N M O ti N N ti N N ti N O) (O N O O N M (D M M I M C6 M co M W H W H W H W H N1 H rN1 H O' 0 Of CD of CD 0: CD X 0: CD X O'_ 208+00 209+00 210+00 4 M O O O N In N N N°co N a co a W W H H Q_ o: __ a�(L�o_ as 211+00 3245 LEGEND: CXIISTING GROUND PROPOSED EXISTING LEFT GUTTER PROPOSED LEFT EOP EXISTING RIGHT GUTTER PROPOSED RIGHT EOP 3240 3235 3230 3225 3220 3215 IGM 3205 W a 212+00 02/16/21 C C` Q i c� ,0 NW li fubbock TFIPS CLIENT City of Lubbock 1625 13th Street Lubbock, TX 79401 PROJECT NO. 2696.20 1 02jl&21 ADDENDUM 1 # DATE DESCRIPTION INDIANA AVENUE PLAN AND PROFILE SHEET 9 OF 10 61 R1 11 1 1 3 14 5 zZZz U N I z W D I �zry �g Vtao Lni- zQ: ol-LU I zN Cn <Q ooN�N of AWaNLi oCD or >X Orn OQj Wr W o_N CD (D - Ww 0 50 100+ J�r Jrz aJ Lq p NoL,Z00 N�a XU o HORIZONTAL �) r01Z QpOUO / I-CD00�- ZZa �P �\ 0 5 10 (� VtNW (n WmW .� (n Luwx VERTICAL + ^--- ---- ----/ N °„E- GENERAL NOTES: es TP ° Ts 1. SEE INTERSECTION LAYOUT FOR CROSS STREET CURB Q z, _ � X. RADIUS. UVfv �OaXen (n i i o 2t 220+00 2. SEE HORIZONTAL ALIGNMENT _ _ _ `.—.—. ——.`.—.—.—.—.—. .fw_ ..—.`.—.•—•—. '------------'-----.—._.—...—.—.—.—.—..—.—.—.—.—.—.._._._._._._.._._._._._._.. DATA SHEET FOR ADDITIONAL LLJCORE 10 o INDIANA AVENUE ALIGNMENT INFORMATION. Z 0 <No f 3. KNOWN SURFACE UTILITIES J-` s Qx N f w N ARE SHOWN IN APPROXIMATE = w�— W w / LOCATION FOR REFERENCE ONLY.VERV LOCATIONS IFY ALL PR OR O UTILITY H cM csN z Z4. sROW CONSTRUCTION. 7--� T. ALL DIMENSIONS ARE 0�,s �.,MEASURED TO LIP OF CURB -U, ,� ZMN cP UNLESS OTHERWISE NOTED. z-z0Q ZtQ �o 5. ALL CURB AND GUTTER zQ 0: I N � SHOWN SHALL BE TY-A w p��W J aN W UNLESS OTHERWISE SHOWN oo U��� �a �Q NW IN PLANS. J tY c N H�WJ o a�iT o o r -- v X o Wz¢WX ;W6 . Via, Cn x CAFE NQaFmNIiUm �ROSA'S U �z7 N� i.- It'n- O�U �WW I� Ouj< I-NZZa oof- CDZW OZ V I VIAWWfVtIOWW am LEGEND: 3245 3245 EXISTING GROUND PROPOSED CL 3240 3240 EXISTING LEFT p r GUTTER LEFT 3235 + NC%J = 3235 EDDPPOSED RIGHT GUEXIST EIRG r �Wf J 3230 3230 PROPOSED RIGHT EDP ROP RT E 0.62Y. SEE INTERSECTION LAYOUT 3225 --- --__ _ _ _ _ o.2ox + _ _ .� ---- _ _ _ _ - - FOR CON INUATION F 3225 -0.50/. + + 0.12X - �— 3220 EL ,224.82 L 3.225.153220 to r J 3215 O aL A oDOZ 3215 MNU QMW LnInZ NNZ NNZ NNU a a s a o 3210 co op w VtWA>, VIWU cnww 3210 Ut 'n N N �,.� M Ui L, N t7 O u'1 N N W N. M N M M N tD N V 3205 ar a ar 3205 N M N In r N W1 N W N M oLL a a LL a a LL a a w a a w w 212+00 213+00 214+00 215+00 216+00 217+00 218+00 219+00 220+00 221+00 222+00 223+00 1 1 2 3 4 5 Parkhill •1 02/16/27 O Q � \V O IIIr igQibb6&k i[ARS CLIENT City of Lubbock 1625 13th Street Lubbock, TX 79401 PROJECT NO. 2696.20 1 02NS/21 ADDENDUM 1 # DATE DESCRIPTION INDIANA AVENUE PLAN AND PROFILE SHEET 10 OF 10 62R1 o N z Z o z0 V1 Q O r J N In r ^ O o X N '� O O a O± O W 0 I0 -w N J r Q� 0 50 100 O W (y X -J X N p m Q W O N HORIZONTAL 0 Q1 rN2 O 1-NZ I QIQ00 � 0 5 10 m U) Q W (nQW rNWW N v m m VERTICAL P FOSN FOSN -- N GENERAL NOTES: ee-----vim UP----bYCLL ate- —K-----V -----°N'----- — a N W N 1. SEE INTERSECTION LAYOUT < Q—N 0. x C ° eN x o Q FOR CROSS STREET CURB RADIUS. N N N ~ N 2. SEE HORIZONTAL ALIGNMENT .—.I—.—.—.—.—.—.I—.—.—.—.—.—.I—.—.—.—.—...I—.—.—.—.— —.I—.—.—._.—.—.`.—.—.—.—.—.I—.—.—.—.—.—.`.—.—.—.J_.—.`.—.—.—.—.—.`.—. —.—.— DATA SHEET FOR ADDITIONAL W vx�i a xI LLJ ALIGNMENT INFORMATION. Z 1Q. N J o1 INDIANA AVENUE cl Z 3. KNOWN SURFACE UTILITIES J N sQ mN -s D22 N`/ s J ARE SHOWN IN APPROXIMATE s s bv` _ °` ow = LNLYTVOERFFOR - roar _— - — `"-""-w G-""- -" -""- ALLREFERENCE TILITY Uw w ry w ry w w` w � � w -"" - U LOCATIONS PRIOR TO y ° ° ° Foe CONSTRUCTION. ° ° Q 0 4. ALL DIMENSIONS ARE r MEASURED TO LIP OF CURB h W UNLESS OTHERWISE NOTED. ow jJ I 5. ALL CURB AND GUTTER ~ rr Z a�J SHOWN SHALL BE TY-A w �O < Ouj< UNLESS OTHERWISE SHOWN IN PLANS. J lid O 0,YJ w 30 O O ao wQar O Q $ O w �r}b O1 a a O X am3tn w- N w J p W(nQ J In r O CY0 Q�NUNW oM as �rrl'.IQ p3 Mr N �rCO Od'�X O K N p m N p X Z Z 2 N Q�UU O Z_ Z N O U'- M r 0 N p m I -NZ I-NZW COS WQ HNWW QO9 WWK Q�O InvuJ o-w wmmf 0 ' m m N�UJHNNO (nvW 3245 3240 3 3235 VPI STA 3230 EL 3 +0.2 7 X +0.3 3 X 3225 --- 3220 3215 EL 3,228.12 EL.3, 227.27 VPI ST N 204+12. 5 EL 3,227.14 PROP CL EL.3,226.29 PROP LT EOP PROP RI EO +0,27 +0.2 Y. +0.20Y -0.62/. +0.20• +0.2 Y +0.20X -0.62% ---- ------- --- -- ---- O N O FQ O CO O I` In + N N In + N N O M O N J W N J W r N r N VPI ST . 210+62. 8 EL. 3,226.26 VPI TA. 211+20 00 LEGEND: 3245 CXIISTING PROPOSED GROUND 3240 EXISTING LEFT GUTTER PROPOSED LEFT 3235 EOP EXISTING RIGHT GUTTER PROPOSED RIGHT 3230 EOP 3225 3220 3215 q 3210 3210 (pN t` V O1n O11 OO O NN MM V V 1l)U) IDN OR W 01 CT OO NN O>O) (p(O Mrn OO co Do N 1f7 ,,.� N N N 1f'1 1f1 (p N N N N 1f1 N N (p N 1[1 r` N N (p O 1!1 N N O O N N (D N N 2 O O N N � O (O N N N p O (O N N p O 0 N N � O 0 N N m O c0 N N �,.� O c0 ti N N M ti N N N � ti Q N N � r- ti N N � O O ,� N N � O O N N � N N � N N � N N MM NQMM N1AMM NtiMM NmMM N01MM N�MM NNMM NMMM NQMM NNMM NOMM N�MM NmMM N�;MM NOMM �OMM N�MM N MM NMM NmMM N�MM 3205 as 1. aa 1Oaa (°aa (°aa (°aa "aa '_do `!Za-a 'ado '�da `dd (�"�dd -N -N "a-INIdd -N `dd •N D�aa •N °Oao `do -N `do -N `dd -N (°aa -N (°ad 3205 W W N N W W W W N W W N W W N W L. N W W N W W N W W N W W N N W W W W W W W W W W W W W W N W W W W W W W W W W M M M M M M M M M M M In In w w � � � � rr rr �F-r rr rr rr rr rr rr rr rr rr rr rr rr rr rrI. rr rr rr rr rr lx�- (1www CDOf�IY �WOf� 0ItOfw 0:.fw (-D ���� �w-� w�� Mo� �M�x 0 x� ���� 0 X M M OWWW 0 X�W OWWW 01W�� �M�X 0 M�o �Moo call waaa wawa waaa waaa waaa waaa wawa wawa woda wawa wawa wawa wawa wawa wawa waao waao waao wawa wawa wawa 201+00 202+00 203+00 204+00 205+00 206+00 207+00 208+00 209+00 210+00 211+00 212+00 1 Parkhill 02/16/21 fubbock TF1Pf CLIENT City of Lubbock 1625 13th Street Lubbock, TX 79401 PROJECT NO. 2696.20 1 0211S/21 ADDENDUM 1 # DATE DESCRIPTION INDIANA AVENUE ADDITIVE ALTERNATE PLAN AND PROFILE SHEET 2 OF 3 64R 1 1 1 3 4 5 r zz 00 A , rr I W I z- QO VIO Cn sOW tYZ o rw I � aV1 az = r I Q ra I_ O a. rN Zz N a O rr CD O WX fJ M ZWOV r O Zaur 41 VX1 FosN M 0 50 100 JW J j WaJ r_ +>0wMJW J IP HORIZONTALN NOW AOr ZQ N-m NOa X= �+ 0 5 10 :� QOOOOt�r V1 Q�� /•, QMoo� uB i� r to Z Z Z W r Z_ tb Z, , r OD Z Z Q VERTICAL + ^ N Q W W LU m NNW/ VIN W W f N FOSN o„E- GENERAL NOTES: EB N o P ° Ts W W w- 1. SEE INTERSECTION LAYOUT FOR CROSS STREET CURB Q - _ =ram; N RADIUS. N io 1 XM a —�—�—.l.l.`.—•—• •—• —.`.—.—.—.—.—. I .i w-`—. .—.`.—�•—•—•— '— — — — — — '— ——.—.—.—.�—.—.—.—.—.—.�—.—.—.—.—.—.�—.—.—.—.—.—.�—.—.—.—.—.—.� 2. SEE HORIZONTAL ALIGNMENT DATA SHEET FOR ADDITIONAL W =r. INDIANA AVENUE ALIGNMENT INFORMATION. Z to1 . I 3 UTILITIES J s s QXC N f W N AREWSHOWNF NEAPPROXIMATE = , w LOCATION FOR REFERENCE ONLY. VERIFY ALL UTILITY °n _ _ _ _ "'—"'—"'—"'—"' CONSTRUCTION. N _ Z ZOW 4. ALL DIMENSIONS ARE 2 ��� MEASURED TO LIP OF CURB UNLESS OTHERWISE NOTED. Z Q � 5. ALL CURB AND GUTTER Cr ZwM� SHOWN SHALL BE TY-A W Oar J W UNLESS OTHERWISE SHOWN a 0 U�rO 1 M< o I W IN PLANS. W� WOr ry Q VI O � a O E �rUJ , O V O O O. ra i Q cli aX O W�WX �tnaZ L WU% SON i Cn '+ Wa= to 'r , WaW 0rWJX Va'QNW ° �0 Q a'00 W N I — N rin N WUOm a'z7 aX= <Woo r Qto ZZ r�ZZwZ zin I ZWO OwQ rNZZQ i CD V1tOWW V1tOW W,,, , UV1J VI Lr7W Wf am 3245 kfzAIi] 0 r 3235 �QN + W UJ NNC) QMr r N J W f 3230 PROP rk -0.62Y. PROP RT EOP -0_501- 0•62x- SEE 3225 — - _ _ - o.zor. + •�_—_—_--_— -- - - _ ---0.12X _ FOR 0.50/. + -0.5 + Y. 3220 EL. ,224.82 -J EL 3,225.16 V1 r r J 3215 O Z O r O J o00Z + mNV •W ipN2 N N Z N Z N N U 3210 VIWm Q In Jju VIWW Ln N Lo N L, ui LO ;r N N N N t7 N N N N N M I+l N N V co � 3205 `l' (\'--Lnaa Nln NL(1 N N NN r W W M N W W M N W M M M rrrrKO'tY 0K aoo wawa O'tY (D�O'O' wawa (Da wa 0� wa 0 w 0 w 212+00 213+00 214+00 215+00 216+00 1 1 2 INTERSECTION LAYOUT 3245 LEGEND: EXISTING GROUND PROPOSED CE EXISTING LEFT GUTTER EDDPPOSED LEFT EXISTING RIGHT GUTTER PROPOSED RIGHT EDP 3240 3235 3230 3225 3220 3215 KfK 3205 217+00 218+00 219+00 220+00 221+00 222+00 223+00 3 1 4 Parkhill O Q \V O 1� If Lubbock TARS CLIENT City of Lubbock 1625 13th Street Lubbock, TX 79401 PROJECT NO. 2696.20 1 02MG121 ADDENDUM 1 # DATE DESCRIPTION INDIANA AVENUE ADDITIVE ALTERNATE PLAN AND PROFILE SHEET 3 OF 3 65R1 )I 31 1 1 3 4 b 0 50 100 M LEGEND -------- EXIST ROW �••�••�• PROP ROW EXIST CURB AND GUTTER PROP CURB AND GUTTER —•—•—•—•—•—•—•—•—•—•—•—•—•—•—•—•—•—•—•—•—•—•—•—•—•—•—•—•—•—•—•—•—•—•—•—•—•—•—•..........——•—•—•—•—•—•—•—.......................... FLOW ARROW �3244.45I EXIST SPOT ELEVATION 3244 45 PROP SPOT ELEVATION 3244,45 LIP PROP LIP INDIANA AVENUE ELEVATION 3244*37 CUT]PROP GUTTER ELEVATION TIE TO EXIST ~ I W W Er I U-17 CD I � � I � � I � I � I I I I I I I I 3: 3 W, I� 1 2 3 4 5 Parkhill ................. _'(P'CE OF T�11 �•p i S fl r a KYLE W.JACKS N fq: 98310 `�' 11 SS i.N..•• 02/16/21 O s` Q L f+ N ca O �N I.L Lubbock TFIPS CLIENT City of Lubbock 1625 13th Street Lubbock, TX 79401 PROJECT NO. 2696.20 1 0211S/21 ADDENDUM 1 # DATE DESCRIPTION INDIANA AVENUE INTERSECTION LAYOUTS SHEET 9 OF 12 74R1 1 1 2 M 4 M 511 0� i i i i i i i i i I J - — — — — — — — — — — — ROW/, ------------------ ------------ - - UP _......._ 14n' SECTION A -A NTS LLJ LLJ ry Cn CD � ■' —4" RIPRAP i i �I SECTION B-B NTS B I B 1 CONTINUE CHANNEL STORAGE TO ROSA'S DRIVEWAY 1 �r@ 0.12 0 20 40 LEGEND -------- EXIST ROW �••�••�• PROP ROW EXIST CURB AND GUTTER PROP CURB AND GUTTER FLOW ARROW 3244.45I EXIST SPOT ELEVATION 3244.45 PROP SPOT ELEVATION 3244,45 LIP PROP LIP ELEVATION 3244,37 GUT PROP GUTTER ELEVATION Parkhill Lubbock TFIPS CLIENT City of Lubbock 1625 13th Street Lubbock, TX 79401 PROJECT NO. 2696.20 1 02jl&21 ADDENDUM 1 # DATE DESCRIPTION INDIANA AVENUE INTERSECTION LAYOUTS SHEET 12 OF 12 1 2 3 4 5 77R1 1 2 3 4 5 D DRIVEWAY POINT a C B WIDTH C D G B E H 6gC�e O w J ,ePO A F TYPICAL DRIVEWAY - CITY A 1 2 3 4 5 STATION OFFSET (fU RADIUS (ft) LENGTH (fU WIDTH (fU SY D21 D2101-A 182+51,44 44,50 12.50 15.00 43.92 D2102-B 182+61,44 54,00 D2103-C 182+61.44 55.00 D2104-D 182+76.44 55.00 D2105-E 182+76.44 54.00 D2106-F 182+86.44 44.50 52107-G 182+51.44 54.50 10 D2108-H 182+86.44 54.50 10 D22 D2201-A 210+03.44 47,97 12.50 30.60 57.23 D2202-6 210*16.90 59.07 D2203-C N/A N/A D2204-D N/A N/A D2205-E 210+47,47 60.42 D2206-F 210+61.85 50.54 D2207-G 210+02.80 62.45 14.5 D2208-H 210+62.21 65.03 14.5 Parkhill & COppe u inrucAN : o CLIENT City of Lubbock 1625 13th Street Lubbock, TX 79401 PROJECT NO. 269620 1 02116121 ADDENDUM I Y DATE DESCRIPTION INDIANA AVENUE PROPOSED DRIVEWAY INFORMATION TABLE SHEET 2 OF 2 79R1 I 2 Kj 4 191 Parkhill DOMINO'S PIZZA O 0 + ROW O_—__—__—__—__—_-SUP-------------------__—__—__.}!P__—`--____— N Q H V) .L_ . _ . _ ................ 205+00 . _ .L_ . _ . _ . _ . _ . _ . . _ . _ . _ . _ . _ .L_ . W Z LP-13 13 14 J ()— F- O C1 N N Q I— (n LEI Z J 2 U H Q ECHELON APARTMENTS • • ;ter `q H 210+00 (n .—.—.—...—.—.—.—.—...—.—.—.—.—.`.—.—.—.—.—. .—.—.—...— .—.—.—.—. —.—.—. INDIANA AVENUE w LP-1 5 16 LP-16 z 15 0 m� 17 J — — — — --- _ I— � I I I I I LP-14 W W ry H 2 H CD I t ROSA'S CAFE ~ — ---�--.—. .�.�—.—.—.—....... —.—. L—------------22Tf+60-- -----� INDIANA AVENUE H W LLJ H N 2 I — CD r`0 LEGEND 111• ILLUMINATION POLE © JUNCTION BOX SO ELECTRICAL SERVICE CONDUIT WITH CONDUCTORS Q CONDUIT RUN NUMBER GENERAL NOTES: 1. CONTRACTOR SHALL COORDINATE WITH UTILITY COMPANY FOR THE DELIVERY OF A 480V, 1*, ELECTRICAL SERVICE POINT AT EACH LOCATION AS INDICATED ON DRAWINGS. 2. CONTRACTOR SHALL FIELD VERIFY AND FAMILIARIZE HIM(HER)SELF WITH THE EXISTING OVERHEAD AND UNDERGROUND UTILITIES PRIOR TO PERFORMING ANY WORK. COORDINATE ADDITIONAL DEMOLITION AND INSTALLATION WORK WITH UTILITY COMPANIES AND CIVIL DRAWINGS AS REQUIRED. 3. THE CONTRACTOR SHALL COORDINATE WITH CIVIL AND LANDSCAPING DRAWINGS THE EXACT LOCATION OF POLES, ROUTING OF CONDUITS,AND INSTALLATION OF JUNCTION BOXES. RESTORE ANY LANDSCAPED AREA DISTURBED DURING INSTALLATION (I.E. PAVING, IRRIGATION, GRASS, TREES, ETC). 4. ALL CONDUCTOR PULLING TENSIONS SHALL BE LESS THAN THE MAXIMUM ALLOWED BY THE MANUFACTURER. 5. CONTRACTOR HAS THE OPTION OF INSTALLING THE CONDUIT BY BORING AT LOCATIONS WHERE TRENCHING IS NOT FEASIBLE. 6. CONTRACTOR SHALL PROVIDE FOR THE CONSTANT OPERATION OF TRAFFIC LIGHTS DURING AND AFTER THE CONSTRUCTION WORK. COORDINATE ADDITIONAL REQUIREMENTS WITH CIVIL ENGINEER. 7. ALL UTILITY WORK SHOWN IS FOR GRAPHICAL REPRESENTATION ONLY. FIELD ADJUSTMENTS, AS APPROVED BY THE ENGINEER, MAY BE NECESSARY TO CONSTRUCT WITHIN ROW AND AVOID OTHER IMPROVEMENTS. 8. CONDUIT QUANTITIES SHOWN ARE BASED ON PLAN DISTANCES. ANY FITTINGS, ELBOWS, OR ADDITIONAL QUANTITY REQUIRED DUE TO INSTALLATION METHODS SHALL BE CONSIDERED INCIDENTAL TO THE CONDUIT INSTALLATION. CiTy o£ Lubbock T F1d$ CLIENT City of Lubbock 1625 13th Street Lubbock, TX 79401 PROJECT NO. 2696,20 1 02116121 ADDENDUM 1 Y DATE DESCRIPTION INDIANA AVENUE ILLUMINATION SHEET 3 OF 3 1 1 2 3 I 4 5 1 12R1 I L J 1 4 I b O O 2 ROW 0 _ N Q H N—...—. LIJ z — J _ Is __ U ROW ----------------------- — L ECHELON APARTMENTS DOMINO'S PIZZA I I I 11 - - - -�P, - / 205*0� 1-A SPEED LIMIT 5 0 0 50 100 R2-1 24"X30" C:) C7 ----- o I _._....._._..._..._.....,,..HU- _ _ _ _ _ _ _ _ _--_--_ _—__ _—__—__— —__— _ N LEGEND ��P N 0 osN TRAFFIC SIGN H TRAFFIC BUTTONS 210-00 • V) ® TY III BARRICADE -- INDIANA AVENUE — Z --- ----- ----------- I SPEED LIMIT 50 R2 -1 24"X30" I I I H- W W V) I H- CD y \� — ---------- ------------- -------------- 7 I I I I I I I I I I I I I I I I I I I I I I I I GENERAL NOTES --= 1. ALL STRIPING AND RAISED TPwv�Baa— -----D- U H PAVEMENT MARKERS SHALL Q CONFORM TO PAVEMENT MARKING STANDARD SHEETS. I 2. CONTRACTOR SHALL COORDINATE WITH CITY OF PLAINVIEW FOR STREET NAME SIGNS AND NUMBERS. 3. SIGNS MAY BE ADJUSTED ROSA'S CAFE IN THE FIELD BY THE ENGINEER TO SUIT CONDITIONS KEYED NOTES: a (OOUBL£) 4 7 ,' 7 4 12 O 2 5 ROW ''O1 8 9 6 5 (DOUBLE) 9 4" WHITE BROKEN UP0N JH / 2 4" WHITE SOLID o______ 03 4" YELLOW BROKEN Q _______ — — — — — — ® 4 '' YELLOW SOLID (/) — — — — —ZZ0 00 — Qs B" WHITE SOLID W 1P-INDIANA AVENUE 12" WHITE SOLID J U F —_ - a ° 12" YELLOW SOLID ® 24" WHITE SOLID — — —ROW �� 09 ARROW (SYMBOL) 6 10 2 1 9 8 10 1 t0 RRPM CL B (REFL) TY II-C-R 4 I Lw tt RRPM CL B (REFL) ry TY II -A -A i (n Q 8" WHITE DOT i = ROSA'S CAFE i CD Parkhill Lubbock TFIPS CLIENT City of Lubbock 1625 13th Street Lubbock, TX 79401 PROJECT NO, 2696.2o 1 O2J16,21 ADDENDUM 1 • DATE DESCRIPTION INDIANA AVENUE PAVEMENT MARKINGS AND SIGNS SHEET 5 OF 5 1 19R1 1 1 2 3 4 5 Parkhill f'tbbock TFIPS ENT ty of Lubbock 25 13th Street bbock, TX 401 )JECT NO. 16.20 02JI6,21 ADDENDUM 1 DATE DESeNUTFON NDIANA AVENUE DITIVE ALTERNATE VEMENT MARKINGS AND SIGNS SHEET 2 OF 2 121R1 bli'of ock TEXAS ADDENDUM 3 Revised Proposal Submittal Form & Clarifications & Additional Plan & Proposal Extension RFP 21-15758-JM Indiana Avenue 1301h to Woodrow Road DATE ISSUED: February 23, 2021 NEW: CLOSE DATE: February 26, 2021 at 2:00 p.m. The following items take precedence over specifications for the above named Request for Proposals (RFP) Where any item called for in the RFP documents is supplemented here, the original requirements, not affected by this addendum, shall remain in effect. Please review, incorporate, and acknowledge the information in this addendum on the signature page of the Revised Proposal Submittal Form. Revised Proposal Submittal Form The following items on the Revised Proposal Submittal Form have been revised and must be submitted with the response. The Revised Proposal Submittal Form is attached to this addendum. Please acknowledge reception of this addendum on the signature page of the Revised Proposal Submittal Form. The following items have been revised: 1. Line item 17 2. Line item 18 3. Line item 50 C".larifieations 1. Replace sheets 98 and 100 in the bid set with the 2696.20_CUL3-BCS. Bid proposal new closing date 1. The new closing date will be February 26, 2021 2:00 P.M. Zoom information Join Zoom Meeting https://us02web.zoom.us/I/5840035702?pwd=QzZLTUJJdVhQVHIOdFRxZOlobmRGdzO9 Meeting ID: 584 003 5702 Passcode: 1314 All requests for additional information or clarification must be submitted in writing and directed to: Jessie Montes, Buyer III City of Lubbock Purchasing and Contracts Management Office 1314 Avenue K, Floor 9 Lubbock, Texas 79401 Questions may be faxed to (806)775-2164 or Email to JMontes@'mylubbock.us Questions are preferred to be posted on BidSync: www.bidsync.com THANK YOU, pule wtoa� CITY OF LUBBOCK Jessie Montes Buyer III City of Lubbock Purchasing and Contracts Management Office It is the intent and purpose of the City of Lubbock that this request permits competitive proposals. It shall be the offeror's responsibility to advise the Director of Purchasing and Contract Management if any language, requirements, etc., or any combinations thereof, inadvertently restricts or limits the requirements stated in this RFP to a single source. Such notification must be submitted in writing and must be received by the Director of Purchasing and Contract Management no later than five (5) business days prior to the close date. A review of such notifications will be made. 2 REVISED: PROPOSAL SUBMITTAL FORM UNIT PRICE PROPOSAL CONTRACT DATE: PROJECT NUMBER: RFP 21-15758-JM Indiana Avenue 13011 to Woodrow Road Proposal of called Offeror) To the Honorable Mayor and City Council City of Lubbock, Texas (hereinafter called Owner) Ladies and Gentlemen: (hereinafter The Offeror, in compliance with your Request for Proposals for the Indiana Avenue 130' to Woodrow Road having carefully examined the plans, specifications, instructions to offerors, notice to offerors and all other related contract documents and the site of the intended work, and being familiar with all of the conditions surrounding the construction of the intended project including the availability of materials and labor, hereby intends to furnish all labor, materials, and supplies; and to construct the project in accordance with the plans, specifications and contract documents, within the time set forth therein and at the price stated below. The price to cover all expenses incurred in performing the work required under the contract documents. Bid Item No. TxDOT Item No. Description Unit Estimated Quantity Unit Price Extension BASE BID 1 100 Prepare ROW sta 96.25 2 103 Dispose of Water Well ea 1.00 3 104 Remove Concrete (Curb & Gutter) if 2,898.00 4 104 Remove Concrete (Driveway) sy 1,264.00 5 104 Remove Concrete (Sidewalk) sy 508.00 6 105 Remove Asphalt Pavement (2.5" to 3.5") sy 34 007.00 ' 7 105 Remove Asphalt (Driveway) sy 1,185.00 8 110 Excavation (Roadway) cy 20,128.00 9 110 Excavation (Channel) cy 1,305.00 10 132 Embankment (Density Control) cy 5,666.00 11 164 Broadcast Seeding (Perm) (Urban) (Sandy) sy 63,676.00 12 168 Vegetative Watering mg 1,072.00 Bid Item No. TxDOT Item No. Description Unit Estimated QuantityPrice Unit Extension BASE BID 13 169 (TY Retention Blankets (CL 1) sy 178.00 14 247 Flexible Base (12") (Ty A) (Gr sy 46,706.00 15 305 Salvage & Haul Asphalt Pavement 2.5" to 3.5" ton- mi 5611.00 ' 16 310 Prime Coat (MC-30) ga 9,341.20 17 316 Asphalt (AC-10) (Detour Areas) ga 8,075.00 18 316 Aggregate (Ty PB) (Gr-4) (SAC- B) (Detour Areas) cy 251.00 19 340 HMAC (Ty C) (PG 70-28) (2") ton 4,869.30 20 340 HMAC (Ty B) (PG 70-28) (4") ton 9,738.45 21 351 Flexible Pavement Structure Repair sy 300.00 22 360 Concrete Pavement Approach (CRCP) (8" sy 4,890.89 23 401 Flowable Backfill cy 200.00 24 432 Concrete riprap (4") cy 150.00 25 462 Concrete Box Culvert (4' x 2') if 98.00 26 464 RC Pipe (CL V) (24") if 92.00 27 464 RC Pipe (CL V) (18") if 198.00 28 466 Wingwall (PW-1) (HW=3) ea 2.00 29 467 SET (TY I) (18 IN) (6:1) (C) ea 8.00 30 467 SET (TY I) (24 IN) (6:1) (C) ea 4.00 31 479 Adjust Manhole ea 11.00 32 479 Adjust Water Valve ea 24.00 33 n/a Relocate Fire Hydrant ea 2.00 34 496 Remove Structure (Pipe) if 178.00 35 496 Remove Structure (SET) ea 6.00 Bid Item TxDOT Description Unit Estimated Unit Extension No. Item No. Quantity Price BASE BID 36 496 Remove Rock Riprap sy 95.00 37 500 Mobilization is 1.00 38 502 Barricades, Signs and Traffic mo 10.00 Handling 39 502 Portable Changeable Message ea 3.00 Boards 40 506 Rock Filter Dam (Install) (Ty 1) if 400.00 41 506 Rock Filter Dam (Remove) if 400.00 42 506 Construction Exits (Install) (Ty sy 200.00 1 43 506 Construction Exits (Remove) sy 200.00 44 506 Erosion Control Log (Install) if 2,313.00 45 506 Erosion Control Log (Remove) if 2,313.00 46 506 Blading Work (Erosion Control) hr 80.00 47 508 Construct Temporary Pavement sy 811.00 Widening 48 508 Construct Temporary Driveway sy 1,330.00 49 529 Concrete Curb & Gutter if 5,040.00 50 529 Concrete Curb (Ribbon) if 1,098.00 51 529 Concrete Curb (Flume) if 8,210.00 52 530 Intersections & Turnouts sy 2,227.00 (Concrete) 53 530 Driveways (Concrete) sy 1,348.00 54 530 Intersections & Turnouts sy 4,551.00 (HMAC) 55 n/a Driveway/Alley Approach sy 356.00 (Millings) 56 531 Concrete Sidewalk (4") sy 2,334.00 57 531 ADA Curb Ramp ea 14.00 58 560 Mailbox Assembly (Single) ea 4.00 (TWG) (Ty 1) Bid Item TxDOT Description Unit Estimated Unit Extension No. Item No. QuantityPrice BASE BID 59 610 Roadway Illumination ea 17.00 Assemblies 60 618 Conduit (PVC) (Sch 40) (2") if 4,902.00 61 618 Conduit (PVC) (Sch 40) (3") if 798.00 62 620 Electrical Conductors (No 6) if 14,706.00 (Insulated 63 624 Ground Boxes ea 17.00 64 628 Electrical Services ea 1.00 65 644 Remove small sign assembly ea 13.00 66 644 Small sign assembly ea 21.00 67 662 Wk Zn Pav Markings (Ty 1) (W) if 12,840.00 (4") (Sld) 68 662 Wk Zn Pav Markings (Ty 1) (W) if 120.00 (24") (Sld) 69 662 Wk Zn Pav Markings (Ty 1) (Y) if 13 144.00 (4" Sld ' 70 666 Pav Markings (Ty 1) (W) (4") if 130.00 (Brk) (100 Mil) 71 666 Pav Markings (Ty 1) (W) (4") if 15,043.00 (Sld) (100 Mil) 72 666 Pav Markings (Ty 1) (W) (8") if 0.00 (Sld) (100 Mil) 73 666 Pav Markings (Ty 1) (W) (12") if 710.00 (Sld) (100 Mil) 74 666 Pav Markings (Ty 1) (W) (24") if 1,116.00 (Sld) (100 Mil) 75 666 Pav Markings (Ty 1) (Y) (4") if 3,959.00 (Brk) (100 Mil) 76 666 Pav Markings (Ty 1) (Y) (4") if 20,331.00 (Sld) (100 Mil) 77 668 Prefab Pav Markings (Ty C) (W) ea 10.00 (Arrow) 78 672 Raised Pav Marker (Ty I-C) ea 14.00 79 672 Raised Pav Marker (Ty II -A -A) ea 396.00 80 677 Eliminate Existing Pavement if 3,985.00 Markings Bid Item TxDOT Estimated Unit Description Unit Extension No. Item No. Quantity Price BASE BID Salvage & Redistribute 81 751 Landscape Rock Sy 1,308.00 82 5039 Fence Special (Fence Notch) if 36.00 TOTAL BASE BID $ Bid Item TxDOT Estimated Unit Description Unit Extension No. Item No. Quantity Price ADDITIVE ALTERNATE - 1 Full width construction from 135th to FM 1585 (Flexible Pavement Section) (Additional Quantity Only) Remove Concrete 3A 104 (Curb & Gutter) Must if 5,350.00 match Item 3 unit price Remove Concrete 4A 104 (Driveway) Must sy 145.00 match Item 4 unit price Remove Concrete SA 104 (Sidewalk) Must sy 63.00 match Item S unit rice Excavation 8A 110 (Roadway) Must cy 2,175.00 match Item 8 unit rice Embankment l0A 132 (Density Control) cy (286.00) Must match Item 10 unit rice Broadcast Seeding 11A 164 (Perm) (Urban) sy 1,633.00 (Sandy) Must match Item 11 unit price Vegetative Watering 12A 168 Must match Item 12 mg 27.00 unit rice Soil Retention 13A 169 Blankets (CL 1) (TY sy 88.89 B) Must match Item 13 unit rice Flexible Base (12") 14A 247 (Ty A) (Gr 1-2) Must sy 7,975.00 match Item 14 unit rice Prime Coat (MC-30) 16A 310 Must match Item 16 ga 1,595.00 unit rice HMAC (Ty C) (PG 19A 340 70-28) (2") Must ton 826.00 match Item 19 unit price Bid Item No. TxDOT Description Unit Estimated Unit Extension Item No. Quantity Price ADDITIVE ALTERNATE - 1 Full width construction from 135th to FM 1585 (Flexible Pavement Section) (Additional Quantity Only) HMAC (Ty B) (PG 20A 340 70-28) (4") Must ton 1,652.00 match Item 20 unit price Adjust Water Valve 32A 479 Must match Item 32 ea 2.00 unitprice Concrete Curb & 49A 529 Gutter Must match if 1,393.00 Item 49 unitprice Driveways (Concrete) 53A 530 Must match Item 53 sy 145.00 unitprice Intersections & Turnouts 54A 530 (HMAC)(Deduct) sy (1,866.00) Must match Item 54 unitprice Concrete Sidewalk 56A 531 (4") Must match Item sy 63.00 56 unit price Pav Markings (Ty 1) 70A 666 (W) (4") (Brk) (100 if 720.00 Mil) Must match Item 70 unitprice Pav Markings (Ty 1) 71A 666 Must if 2,768.00 Mil) matchOIe m 71 unitprice Pav Markings (Ty 1) 72A 666 (Must if 1,662.00 Mil) matchOIem 72 unitprice Pav Markings (Ty 1) 73A 666 (W) (12") (Sld) (100 if 227.00 Mil) Must match Item 73 unitprice Prefab Pav Markings 77A 668 (Ty C) (W) (Arrow) ea 2.00 Must match Item 77 unitprice Bid Item No. TxDOT Description Unit Estimated Unit Extension Item No. Quantity Price ADDITIVE ALTERNATE - 1 Full width construction from 135th to FM 1585 (Flexible Pavement Section) (Additional Quantity Only) Raised Pav Marker 78A 672 (Ty I-C) Must match ea 72.00 Item 78 unit price TOTAL ADDITIVE ALTERNATE - 1 Full width construction from 135th to FM 1585 (Flexible Pavement Section) $ Bid Item No. TxDOT Item No. Description Unit Estimated Quantity Unit Price Extension Pavement Alternate Section (Rigid Pavement Section) 8B 110 Excavation (Roadway) Must match Item 8 unit price cy (9,210.00) 10B 132 Embankment (Density Control) Must match Item 10 unit price cy 4,379.00 14B 247 Flexible Base (12") (Ty A) (Gr 1-2)(Deduct) Must match Item 14 unit price sy (46,706.00) 16B 310 Prime Coat (MC-30)(Deduct) Must match Item 16 unit price ga (9,341.20) 19B 340 HMAC (Ty C) (PG 70-28) (2")(Deduct) Must match Item 19 unit price ton (4,869.30) 20B 340 HMAC (Ty B) (PG 70-28) (4")(Deduct) Must match Item 20 unit price ton (9,738.45) 22B 360 Concrete Pavement Approach (CRCP) (8") Must match Item 22 unit price sy (4,890.89) 83B 360 Concrete Pavement (CRCP) (8") sy 40,999.00 84B 500 Mobilization Adjustment is 1.00 85B 678 Pave Surface Prep for Markings (4") if 39,463.00 86B 678 Pave Surface Prep for Markings (12") if 1,116.00 87B 678 Pave Surface Prep for Markings (8") if 710.00 88B 678 Pave Surface Prep for Markings (24") if 1,116.00 89B 678 Pave Surface Prep for Markings (Arrow) ea 10.00 TOTAL Pavement Alternate Section (Rigid Pavement Section) $ Bid Item TxDOT Estimated Unit No. Item Description Unit Quantity Price Extension No. Pavement Alternate Section (Rigid Section) with Additive Alternate #1 (Additional Quantity Only) 3C 104 Remove Concrete (Curb & Gutter) Must match if 5,350.00 Item 3 unitprice 4C 104 Remove Concrete (Driveway) Must match Item sy 145.00 4 unitprice 5C 104 Remove Concrete (Sidewalk) Must match Item sy 63.00 5 unitprice 8C 110 Excavation (Roadway) Must match Item 8 unit cy 190.00 price 10C 132 Embankment (Density Control) Must match cy 534.00 Item 10 unitprice 11C 164 Broadcast Seeding (Perm) (Urban) (Sandy) sy 1,633.00 Must match Item 11 unitprice 12C 168 Vegetative Watering Must match Item 12 unit mg 27.00 price 13C 169 Soil Retention Blankets (CL 1) (TY B) Must sy 88.89 match Item 13 unitprice 83C 360 Concrete Pavement (CRCP) (8") Must match sy 7,183.00 Item 83B unitprice 32C 479 Adjust Water Valves Must match Item 32 unit ea 2.00 price 49C 529 Construct Temporary Driveway Must match sy 1,393.00 Item 49 unitprice 53C 530 Driveways (Concrete) Must match Item 53 unit sy 145.00 price 54C 530 Intersections & Turnouts (HMAC) Must match sy (1,866.00) Item 54 unitprice 56C 531 Concrete Sidewalk (4") Must match Item 56 unit if 63.00 price 70C 666 Pav Markings (Ty 1) (W) (4") (Brk) (100 Mil) if 720.00 Must match Item 70 unitprice 71C 666 Pav Markings (Ty 1) (W) (4") (Sld) (100 Mil) if 2,768.00 Must match Item 71 unitprice 72C 666 Pav Markings (Ty 1) (W) (8") (Sld) (100 Mil) if 1,662.00 Must match Item 72 unitprice 73C 666 Pav Markings (Ty 1) (W) (12") (Sld) (100 Mil) if 227.00 Must match Item 73 unitprice 77C 668 Prefab Pav Markings (Ty C) (W) (Arrow) Must if 2.00 match Item 77 unitprice 78C 672 Raised Pav Marker (Ty I-C) Must match Item ea 72.00 78 unit price 85C 678 Pave Surface Prep for Markings (4") Must if 3,488.00 match Item 85 unitprice 86C 678 Pave Surface Prep for Markings (8") Must if 1,662.00 match Item 86 unitprice 87C 678 Pave Surface Prep for Markings (12") Must if 227.00 match Item 87 unit price Bid Item TxDOT Estimated Unit No. Item Description Unit Quantity Price Extension Pavement Alternate Section (Rigid Section) with Additive Alternate #1 (Additional Quantity Onl ) 89C 678 Pave Surface Prep for Markings (Arrow) Must ea 2.00 match Item 89 unit price TOTAL Pavement Alternate Section (Rigid Section) with Additive Alternate #1 $ PROPOSED CONSTRUCTION TIME: 1. Contractors proposed CONSTRUCTION TIME for completion: TOTAL CONSECUTIVE CALENDAR DAYS: (to Substantial Completion) TOTAL CONSECUTIVE CALENDAR DAYS: (to Final Completion) (not to exceed 270 consecutive calendar days to Substantial Completion / 300 consecutive calendar days to Final Completion). Offeror hereby agrees to commence the work on the above project on a date to be specified in a written "Notice to Proceed" of the Owner and to substantially complete the project within 270 Consecutive Calendar Days with final completion within 300 Consecutive Calendar Days as stipulated in the specification and other contract documents. Offeror hereby further agrees to pay to Owner as liquidated damages in the sum of $750 for each consecutive calendar day after substantial completion and liquidated damages in the sum of $750 for each consecutive calendar day after final completion set forth herein above for completion of this project, all as more fully set forth in the General Conditions of the Agreement. Offeror understands and agrees that this proposal submittal shall be completed and submitted in accordance with instruction number 29 of the General Instructions to Offerors. Offeror understands that the Owner reserves the right to reject any or all proposals and to waive any formality in the proposing. The Offeror agrees that this proposal shall be good for a period of six 60 calendar days after the scheduled closing time for receiving proposals. The undersigned Offeror hereby declares that he has visited the site of the work and has carefully examined the plans, specifications and contract documents pertaining to the work covered by this proposal, and he further agrees to commence work on the date specified in the written notice to proceed, and to substantially complete the work on which he has proposed; as provided in the contract documents. Offerors are required, whether or not a payment or performance bond is required, to submit a cashier's check or certified check issued by a bank satisfactory to the City of Lubbock, or a proposal bond from a reliable surety company, payable without recourse to the order of the City of Lubbock in an amount not less than five percent (5%) of the total amount of the proposal submitted as a guarantee that offeror will enter into a contract, obtain all required insurance policies, and execute all necessary bonds (if required) within ten (10) days after notice of award of the contract to him. Offeror's Initials 1 1 2 1 3 1 DI om 13IIIIIIIIIIII, CITY OF LUBBOCK IN COORDINATION WITH LUBBOCK COUNTY INDIANA AVENUE RECONSTRUCTION WOODROW ROAD TO FM 1585 PROJECT NO. 92625 RFP# 21-15758-JM qlFubbock City of IN DIANA CROSS SECTIONS These cross sections are provided as supplemental information to bidders. They serve as a graphical representation of the existing and proposed elements but should not be considered as replacements for the construction drawings. Where discrepancies exist, the construction drawings and bid documents shall govern. Parkhill .�H e. cooaF ..^ y,�P'CE �F TFkgsll�'o r r THIS DOCUMENT IS RELEASED ON 2/22/2021 AS SUPPLEMENTAL INFORMATION UNDER THE AUTHORITY OF KYLE W. JACKSON, P.E., TEXAS LICENSE #98310. IT IS INTENDED TO AID IN THE VISUALIZATION OF THE CONSTRUCTION DOCUMENTS BUT SHALL NOT SERVE AS THE SOLE SOURCE FOR, OR TO REPLACE THE CONSTRUCTION DRAWINGS DURING BIDDING OR CONSTRUCTION. PARKHILL, SMITH & COOPER, INC. F-560 O Q i O Lubbock TFIPS CLIENT City of Lubbock 1625 13th Street Lubbock, TX 79401 PROJECT NO. 2696.20 1 OVUM ADDENDUM 8 DATE DESCRIPTION COVER SHEET FEBRUARY 2021 1 2 3 4 5 1 3240 3238 3236 3234 3232 3230 3240 3238 3236 3234 3232 3230 3240 3238 3236 3234 3232 3230 3240 3238 3236 3234 3232 3230 INDI INDI INDI — — — — -- — — — + — — — -- — — — — — — — — — — — — — — — — — — — — — — — — -- — — — — — — — — — — — + — — — -- — — — — — — — — — — — — — — — — — — — — — — — — -- — — — — — — -- — — — + — 1I oIm I I I I I I c� c� o� -N- . I I I I I I O J I p W. p w — p EL —T--------T--------T----T--------------T-------T— --- —T-------T----T--------------T--------T--------T— — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — L I_I_I_I_I__ \ i ° __t— 190 110 Inn An An 7n 6n en 4n an 9n 1n n 1n 9n an 4n en 6n 7n sn M Inn 11n 1�n STA 120+00.00 INDI INDI INDI —'— — — — i — — — — i — — — i — — — — i — — — i — — — — i — — — —' — — — — i — — — —'— — — — i — — — —'— — — — i — — — — i — — — i — — — — i — — — J — — — — i — — — — — — — — — — + — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — - o M — o in — — +— I m _ — +----I----t----I———— - t t — — — —I O J I p w pw pw I 01I I I —T--------T--------T----T--------------T----I --T— — --- —T---LU I— — — — T — ---T-- ---T— L_ _ I — — ---I-- ——--———————--———--——--———-- — —I—I �� �►— — �_-- --------I------I---- I — — 120 110 100 90 80 70 60 50 40 30 20 10 0 10 20 30 40 50 60 70 80 90 100 110 120 STA 119+50.00 INDI INDI INDI —I— — _ _ L — — — — L — — _ L — — — — L — — — L _ — — — L — — — L _ _ — — L — — — L — _ _ — L — — — —I— — _ _ L — — — —I— — — _ L — — — — L — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — L — — — — — -- — — — — — — -- — — — — — — — — — — — — — — — — — — — — — — — — -- — — o o m — — — — — — -- — — — — — — — — — — — — — — — — — — _ — — — — — -- — — — — — — -- — — _ — 6c�lo� �� I p°I -t--------+--------�----�---�----�---�----�----- TyN -tLLM�LL M �r�j -LLM � Ii N�-----�----�---�----�---�----�--------t------__+_ I I I I I I OW I p W r19w T------I-----_—T-------I--_--�---T--- —T------T-------T—�--- -- --T——I — — — -- T— I— —T--——T—T————T—— —T————T——I ————T——— —I————T — 4-- ____I —1 I __I — I I -- I —- I aeL I I I I I I--- ----- --T--r-- �-- I I I iiI I I I I I -- I I II 1 I I I I 1 1 I I 1 I I I I 1 1 I I I I 1 1--�—'------� — — — — — — — — — -- — — — — — — — STA 119+00.00 INDI INDI INDI L — — — — L — — — L — — — — L — — — L — — — — +--------�----�---�----�---�----�--------�--------+— �tD q� I o°r°' �� I�OO IliN LLN..t LLMRl - LLM -LLM tILN --------------------------------t--------t- p pw pW. I I I I I I pW 1 W OW 1 1 1 1 1 1 T T--,—, -T ————— ———— ——T———————— ——T—— ——T—— ——————T—— - ——————T - -20i z.o%v—z.oi zodi 120 110 160 90 80 70 6o 50 40 30 20 10 0 10 20 30 40 50 60 70 80 90 100 110 120 Print Date: Drawing File Name: Horiz. Scale: Vert. Scale: Sheet Revisions Date: Comments I Init. As Constructed Revision No: Revised By: Date: Cross Section Designer: Detailer: STA 118+75.60 3240 3238 3236 3234 3232 3230 3240 3238 3236 3234 3232 3230 3240 3238 3236 3234 3232 3230 3240 3238 3236 3234 3232 3230 roject Number Integrated Highway Sheet Number 2 3240 3238 3236 3234 3232 3230 3228 3240 3238 3236 3234 3232 3230 3228 3238 3236 3234 3232 3230 3240 3238 3236 3234 3232 3230 3228 INDI INDI INDI -----1----1----1----i - - - -L --I-- -- L- - -__j - - ---------- ----1----1----1----i - - - -L --I-- -- L---__j - - ---------- ----1----1- I II I II I II I I I II O I om m II p T N O om M p I N II O° 0 I II I I I II I II I II I I I I I I LLM I LLOM OM LLOM I LLM I I I I I I — t——— — I — — —— t—— —— I — — — —-t r --- —t - - -- r--- ---- 1—--- 6W --- t — J -- —� t W --- ----r --- ---- 1---- ---- 1—-------- t—— — — — — —— t — - — — — — — — — -20% -2.0% _ — — — — — T—T T T T -T------T —I 190 itn inn en Rn 70 fin Sn A an 9n 1n 0 in 9n 3n An Sn fin 7n 80 On Inn iin i90 STA 122+00.00 INDI INDI INDI -----1----1----1----L - - - -L--I---- L----j - - --------------1----1----1----L - - - -L--I---- L---__j - - --------------1----1- OOo I OM OQ OMI OOo ---------+----I----4----4 - - - - - - - - -- I I I I I I LLM I OO� O°' I LL J I I I I I I - t---- I - - - - t---- I-----t---- r--- -t - - -----t-------er---t- --u- Wt----0mt--------t- ---T��— �- —i�— —T— -- — —S— -20° '70° / —T -o— — — — — -T T---T T---T T T T 120 110 100 90 80 70 60 50 40 30 20 10 0 10 20 30 40 50 60 70 80 90 100 110 120 STA 121 +50.00 INDI INDI INDI — l -------------- I 1 I 1 — — — — I — — -----------------NM— I I l �° — LLN I LLM I O� 1 1 YN—LLN---NM---------------------I OM O� I LLM I I L I J 1 --------I--------I— I l I 1 I --------- -------- ----7---7----7--- 7----r---IIr---�- --W- ----04--- ----r--- ----r--- ----r-------- --------�- I T--rt---f--I--�--�—I---I-- I I I I I I I I I _I I -2 - I -� I I I I I I I I I I I I I I I I I I I I I I I I I I — 1— — TT — -T — — — — —+ — -+— I— —+— i9n iin inn Qn in 7n Fn Sn An in 9n in n in 9n in in Sn Fn 7n in Qn inn iin i9n STA 121 +00.00 INDI INDI INDI —1 — ---- — ----I — — — — L----j ———— L------------1----1----1----L — — — —L--I———— L----j ———— L— -----------1----1— . —+—�----�---�----�---�----�---NM---+ZL N—LLClV1—LLN+---NM---�----�---�----�---�----�--------+--------+— LLM I O J. O� O J. I LLr1 I I I --t----r---�-------t----r------t-W--W- Wt------t----r---�---- ---t----r--------t--------t- I I I I I I I I I I I I I I I I I T -° -. - o -- ---T T---T T---T T T T _I_—--T-----7--7---T--r--I--T-- 120 110 100 90 80 A 60 50 40 30 20 10 0 10 20 30 40 50 60 70 80 60 100 110 120 Print Date: Drawing File Name: Horiz. Scale: Vert. Scale: Sheet Revisions Date: Comments I Init. As Constructed Revision No: Revised By: Date: Cross Section Designer: Detailer: STA 120+50.00 3240 3238 3236 3234 3232 3230 3228 3240 3238 3236 3234 3232 3230 3228 3238 3236 3234 3232 3230 3240 3238 3236 3234 3232 3230 3228 roject Number Integrated Highway Sheet Number 3 Print Date: Drawing File Name: Horiz. Scale: Vert. Scale: Sheet Revisions Date: Comments I Init. As Constructed Revision No: Revised By: Date: Cross Section Designer: Detailer: STA 120+50.00 3240 3238 3236 3234 3232 3230 3228 3240 3238 3236 3234 3232 3230 3228 3238 3236 3234 3232 3230 3240 3238 3236 3234 3232 3230 3228 roject Number Integrated Highway Sheet Number 3 3240 3238 3236 3234 3232 3230 3228 3240 3238 3236 3234 3232 3230 3236 3234 3232 3230 3240 3238 3236 3234 3232 INDI INDI INDI I --------- I -------- I ----� --- I ------- I __j - - I ---------- I -------- I -------- I ----� --- I I ------- I __j - - ---------- I -------- I - 1I - + - - - - - - - - + - - I - - - - - - - - - - - - I - - - I - - ♦- - - - - - I - - - - - a ao I o 4- o m 0 ro m m I I I I I I I I I I I I I LL N I LL� LL M LL� I LL N I I I I I I -r--------t--------r----r---r---- - --r----r---oW ----r W-OW- Wt---oW---r----r---r----r---r----r--------r--------t- 1I T-- — — — _ — I — — I I — — I I ° T - - I - - T - - - - I I I I T I T � �2.0°%-- 2.0°° 120 110 100 90 80 70 60 50 40 30 20 10 0 10 20 30 40 50 60 70 80 90 100 110 120 STA 124+00.00 INDI INDI INDI I I I I I I I I I I i i I I I I I I I I I cm o0 0� orn o0 orn -t----I----t----I----�----�---�----i----�----1---- oa---t-<6 '-bM - '� o000----�---�----i----�----1-----I----t----I--- - I 1LM I 00O J OM �W T-----T-----7----7---7I----7---7----7 W T - --M 7---7----7---7----7----I----T----I----T- 2.0% 1 120 110 100 90 80 70 60 50 40 30 20 10 0 INDI INDI 3240 3238 3236 3234 3232 3230 3228 3240 3238 3236 3234 3232 3230 10 20 30 40 50 60 70 80 90 100 110 120 STA 123+50.00 INDI I ! I ! ! ! ! I I I I I I I I I I I I I I I OJ O". LLM -71-Ian---T---nri-i uf- --aW ---7----7---7----7---7----7----I----T----I----T- �— 3236 3234 3232 3230 120 110 100 90 80 70 60 50 40 30 20 10 0 10 20 30 40 50 60 70 80 90 100 110 120 STA 123+00.00 INDI INDI INDI O a0 O c0 SIN O c0 00 � �M ttrrrl-l-Ir rrrr rttl-I-Ir rrtttrrrl-I-Ir -1l-I-I-1-t1- rttrrr rtttr � W O W J O � M 7T7771 I I777TT7771 I77-T7T77r1 I7-177T7r71 I-1777Tr77 IIw J "} W -0 I I I I I I 1------- rI — 120 110 160 90 SO 70 60 60 40 30 20 10 0 10 20 30 40 60 60 70 80 90 100 110 120 Print Date: Drawing File Name: Horiz. Scale: Vert. Scale: Sheet Revisions Date: Comments I Init. As Constructed Revision No: Revised By: Date: Cross Section Designer: Detailer: 3240 3238 3236 3234 3232 STA 122+50.00 Project Number Integrated Highway Sheet Number 4 3238 3236 3234 3232 3230 3228 3238 3236 3234 3232 3230 3228 3238 3236 3234 3232 3230 3228 3240 3238 3236 3234 3232 3230 3228 INDI INDI INDI I I -L--------L--------i I I I I ---- L---L- I I --- L- I I -- L--------------------L-------- I I I I I I i -- I --L---L- I - I --L---L- I - I -- ----------------L- I I I I N M 1 LL N LL N LL N I N M _ + _ _ - - - - _ _ + _ _ _ _ r - - - + -0 J - LL - -LL J ---LL PT - - -r----r---r----r---r----r---r----r----I----r- OW w w w 1 OW 1 --T----I--7 T---T T---T T T- ---- -T T T---T T---T T T T — .Oo - - - - -- - - - - - - - - - - - - - - STA 126+00.00 INDI INDI INDI ---------L--------i -- -- L---L- - -- L--- L--- -----------------L-------- i ----L---L----L---L----------------1----L- 11I 11I 11I 1 1 11I 11I 11I 11I N- 1 1 11I 11I 11I 1 1 1 -t -- - - ----t -- - - --------r--- 1 ----r--- 1 ---- 1 N ---LL°4--- M 1 LL LL + -0J- N LL N LL LL S- N 1 N M J +___ LLfq--- M 1 ----r--- 1 ----r--- 1 1 1 1 ---- ----I----t----I----t- 1 1 1 1 1 1 Ow I 1 Ow I I I 1 1 1 T T T F- -7 T---T T T- - - -- -T T T - - -T T - - -T T T T -- T- 41C 120 110 100 90 80 70 60 50 40 30 20 10 0 10 20 30 40 50 60 70 80 90 100 110 120 STA 125+50.00 INDI INDI INDI - L--------L----I---- L---- L---L---- L--- L- - - --L I----L----1----L----1----L- ---L---L----L---L----L----I----L----I----L- 1 1 1 1 I 1 1 c w I 1 1 I 1 1 1 66 I I I I I I N M -I I I I I I w II LL N. LL NW LL uiiirII LL N tt-----t-----0w 1 1 I 1 t1 ---- - t 0ow 1 - I I I I I I L——T_—I--T T---T T---T T T- --- o -T T T---T T---T T T T- -�— I-- — _ -.O _ _— -4-- --I-- —--4--I- -----I------------------------------- --- ------ ---- ------------------------------------- 120 110 100 90 80 70 60 50 40 30 20 10 0 10 20 30 40 50 60 70 80 90 100 110 120 STA 125+00.00 INDI INDI INDI I -L--------L--------L----L---L----L---L----L----1- STA 125+00.00 INDI INDI INDI I -L--------L--------L----L---L----L---L----L----1- I I I I I I I I I I_ I I I I ------L----L---L----L---L----L--------L----1----L- I I I I I I I -+--------+--------�----�---�----�---�----�---oa m moo- oo -coo ov �----�--------+--------+- -t--------rt--------rt----r-------r-------fi---off. N N ow-9W----fi--------t--------rt- I T —7 :::F-=-—T---- - -- ° T T T —�- ——L--L— L— 120 110 100 90 80 70 60 50 40 30 20 10 0 10 20 30 40 50 60 70 80 90 100 110 120 Print Date: Drawing File Name: Horiz. Scale: Vert. Scale: Sheet Revisions Date: Comments I Init. As Constructed Revision No: Revised By: Date: Cross Section Designer: Detailer: STA 124+50.00 3238 3236 3234 3232 3230 3228 3238 3236 3234 3232 3230 3228 3238 3236 3234 3232 3230 3228 3240 3238 3236 3234 3232 3230 3228 roject Number Integrated Highway Sheet Number 5 3238 3236 3234 3232 3230 3228 3238 3236 3234 3232 3230 3228 3238 3236 3234 3232 3230 3228 3240 3238 3236 3234 3232 3230 3228 INDI INDI INDI -1----1----L----1----L----L---J----L---J----L----1----1---1-1-1---L----1----L----L---J----L---J----L----1----1----1----L- -�--------+--------�----�---�----�---�----�---cao ---� oo-eel- m-_------�----�---�----�---�----�--------�--------+- 1I I I I 1 cm 1 mo Ow oM M LL Ow mo Ow cm I I I I I 1 1 I I I I 1 O W 1 O W 1 1 1 1 1 1 —T----I----T----I----7----7---7----T- 7----7--------T— -- --7----7---7----7---7----7----I----T----I----T- ° -----1---- ----� --- ----� -------� --- _ — _ -- _ _ _ — _ ----1---- I — I 120 110 100 90 80 70 60 50 40 30 20 10 0 10 20 30 40 50 60 70 80 90 100 110 120 STA 128+00.00 INDI INDI INDI 1----L---L_---1----J__--L----I____L____I____1____I____1----L---L----L---J_---L-----_--L------_-1- I ----1----4----I --�---�---� -- ---�— — ---ow --- o�—o —o---ow--- o0 L——— —�---� -- ---�— —----1-- 4- — — — —1— — 4- 1 o m t ° - M- + - - - LL of 1 1 I 1 1 1 - - - - - - - - - - - - - - - 1 1 -i- 1 - - - - - - - - r - 1 I - - - - - - - r - - 1 - - - - - - r - - Ow - - 1 ° - - - - r - w - - J w°w. - - Ow - TTTTT �_ — — — — — 120 110 100 90 80 70 60 50 40 30 20 10 0 10 20 30 40 50 60 70 80 90 100 110 120 STA 127+50.00 INDI INDI INDI I I I I I I I I I I I I I I I I I I I I I I I I I 11LLL1_1_IJJJIJLLLI_1_IJJIIJLLLI_1_IJJ111LLL1_1_IJJJJJLLLI_1_IJJJJILLLI_1_IJJJIILLLI_1_IJJIIJLLLI_1_IJJ111LLL1_1_1JJ111LLL1_1_1JJ111LLL1_1_IJJ11_ IJ-I I I I I-JJ1IILLI-1-1J-AIIILL1-I-I-AJLII1-LL1-1-1JJLI1LLLI-1-1 I 4---a�-I��������I--I��������I--I��������1-1-I4- 1-1----4- O N o I I I NN 1 LLM LLN LLM ON-��T++���--��4++�r�--A 4++���--IEEE+T���-1- I LL� +�N LL _ � LL�-I���t+t- I--Ii�t+t��l--I��t+t-�I--I���ttt-�I-I-I���t o 0w t °W w w Ow -1-1-1 1 tt f- r- I- 1 -1 -1 -1 1 tt f- r- 1-1-1 -1 -1 1 t t 1- 1-1-1 -1 Lrtrttfirrl-I-Ir Lrt -I --— T- - - -- - -17777777r1-1-1717777r71-1-117777 r 7 71-1-17777 T 7 771-1-17777- .o 120 110 100 90 80 70 60 50 40 30 20 10 0 10 20 30 40 50 60 70 80 90 100 110 120 STA 127+00.00 INDI INDI INDI -L----1----1----1----L----L---L----L---J----L----1----L----1----1----1----L----L---L----L--- - ---------+-------- ---- --- ---- --- ---- --- oao---- 4- -?c - `ate+ ---vac - -- ---- --- ---- �--- - . I I I t- - - - - - I - - - I - - - - - - I N� I LL M LL N LL N N - - - - - - - - - t J - -O Q - t - N� - - LL 1 1 1 1 I 1 O w. 1 w w w 1 O w 1 1 1 — __ _ — — — — — — Z — —r— ---- —7--------7----r---7----7---7 — _7----7---7----T--------T— — — 1 — _r _ -T- T--- 120 110 100 90 80 A 60 50 40 30 20 10 0 10 20 30 40 50 60 70 80 90 160 110 120 Print Date: Drawing File Name: Horiz. Scale: Vert. Scale: Sheet Revisions Date: Comments I Init. As Constructed Revision No: Revised By: Date: Cross Section Designer: Detailer: STA 126+50.00 3238 3236 3234 3232 3230 3228 3238 3236 3234 3232 3230 3228 3238 3236 3234 3232 3230 3228 3240 3238 3236 3234 3232 3230 3228 roject Number Integrated Highway Sheet Number 6 3238 3236 3234 3232 3230 3228 3238 3236 3234 3232 3230 3228 3238 3236 3234 3232 3230 3228 3238 3236 3234 3232 3230 3228 INDI INDI INDI - L - - - -I- I - - - L - - - - I- - I - - L - - - - L - - - L - - - - L - - I - J - - - - L - - - -I - - - - L - - - I I -I- - - - L - - - - I- - I I I - - L - - - - L - - - L - - - - L - I - - J - - - - L - - - -I - - - - L - - - I -I- - - - L - I . —�--------�--------Y----�---�----Y---�----r---.60T— III III III � ON--O�—ON oo �----ODf---Y----�---�----Y---�----r--------�--------�— oo II II II —+--------+--------+----+---+----+---+----+---LLM---+o1—a�—o—+----M---+----+---+----+---+----+--------+--------+— °o o. I LL M N N —--------7--------7 ---- 7--- 7---- 7--- 7---- 7--------- ---- —T-------- 7---- 7--- 7---- 7--- 7---- 7---- ------------7— - - - - - - I I - - - - - - - - - I I - - - - - - - - - I I - - - - - - I I - - - - - - - - I - .0° -2 0°° -20 % \ I I - - - - - - - I I - - - - - - - - —I — —— I I - - - - - - - - - - II - - - - - - - - - - I - - - - - - — i9n iin inn On in 77n An Fn An fin 9n in 0 in 9n nn An Sn fin Rn 9n Inn iin I9n STA 130+00.00 INDI INDI INDI 1I -I- - - - L - - I - - I- - - - L - - I I - - L - - I - J - - I - - L - I - - J - - I - - L - - I - -1 - - - - -- - - - -I- - I I I - - L - - - I - I- - I - - L - - - -- I I I I I I I I I I -�--------+--------�----�---�----✓----�----�---om ---fib -am- o� ��--------�----�---�----✓----�----�--------�--------+- o� -+--------+--------�----�---�----i----+----+---LLM N N LL ---+� N— y p� N -par+ LL N - -- N N ---- +---- - - - - +- -T----I----T----I----7----7---7---- --- -- -- r-- -- -- - - -- - - -- - ---7----7---7----7---7----7----I----T----I----T- 120 110 100 90 80 70 60 50 40 30 20 10 0 10 20 30 40 50 60 70 80 90 100 110 120 STA 129+50.00 INDI INDI INDI - - - - -I- - - - L - - - -I- - - - L - - - - L - - - L - - - - L - - - J - - - - L - - - -I- - - - - - - -I- -.. _ I - - - - L - - - L - - - - L -�--------+--------�----�---�----I----�----�--------�� - off- ----�---�----I---- ._--------_. - ' I I I I I I qm I add + 0 c� N °dam - p 0 I M + - - ooa I I ' .+--------+-------------------+---+----+---Oui 1 w W 1 Ow I-----------i----- 1 1 —T----I----T----I----7----7---7----7---,----7--------T— --- —T--------7----7---7----7---7----7----I----T----I--_ T- 4-- — — ---4 — —I— — J— — — —I— — I — I I _.2 ,B —L— o° - I _. ° I I - - - - - - - - - - - - - - - - - - - - - - - - - - - - - �� __ __ - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - -rt T T T-- T ---- 19n iin inn on An 7n fin Sn An in 9n in 0 in 9n in An Sn fin 7n An Qn inn iin 19n Print Date: Drawing File Name: Horiz. Scale: INDI INDI INDI - - - - L - - - I N OW OmL 0'— Ow %M pw —LL' Ow O OW 110 160 90 80 70 60 50 40 30 Sheet Revisions Date: Comments Init. Vert. Scale: 20 0 0 0 20 30 — — — T — — 60 70 80 90 100 110 As Constructed Revision No: Revised By: Date: Cross Section Designer: Detailer: STA 129+00.00 I ' 1 STA 128+50.00 3238 3236 3234 3232 3230 3228 3238 3236 3234 3232 3230 3228 3238 3236 3234 3232 3230 3228 3238 3236 3234 3232 3230 3228 roject Number Integrated Highway Sheet Number 7 3238 3236 3234 3232 3230 3228 3226 3238 3236 3234 3232 3230 3228 3238 3236 3234 3232 3230 3228 3238 3236 3234 3232 3230 3228 INDI INDI INDI - I —L--------L--------L----L---L----L---L----L----I----L--------1__------L----L---L----L---L----L--------L--------L- - - - - I I - - - - - - - - - - - - - - - - - - - - - - - - I I I I I I I I I I I I I I I I - - I - - - - - I I I I I 1II I -T--------T--------�---�----�---�----r--- I ---- TI 4- LLN IpowN ---T LLB- LL�j -LLl� o NN v I _--T----�---�----�---�----r--------T--------T- I I I O W I O W O W O W 0.1 I I I w-------------- I I I — t—— —— I — — — — t———— ----rt----r---�-------�------------fi— -- — ---�---- --------t--------t — T--------T— — — — ---- ---- -------7--- - -1.2 % I I I 7 I I I r————----T————----T— STA 132+00.00 INDI INDI INDI - - - - - - - - - - - - - - - - - - ` - - - - - - - - - - - - - - - - - - - -'- - - - - - _ - --- - - - - - -------------------------------------------�-o -bo-- °o-- ------------------------- }------------- - ---�- om —f--------------——-t———— —--�--------------LL---f�-0F�-0M �N----------�-------------------f--------�— 1 1 1 1 1 I O W 1 01 w w w O W 1 1 1 1 1 1 o° ----I --------------------------- STA 131 +50.00 INDI INDI INDI - - - 1 - - - - - - - - 1 - - - - L - - - J - - - - - - - - - - - - - - - - - - - - - - - - - 1 - - - - - - - - 1 - - - - L - - - J - - - - - - - - - - - - - - - - - - - - I I I I I I�� I t0 M LL M tC M I � Ol I I I I I I Ol O Oi �yy N N N 1 1 1 1 1 1 0, 1 w w 1 1 —T----I----T----I----7----7---7--------1----7 ---------T— ----—T--------7----7---7---- ---7----7----1----T----I----T— L--�----—-1-1 -.0° I -.o°---I----1---- I----I----I----I----I----I----I----I— I I I I I I I I I I I ----------------- -------- ---- ----- --- ----------------------- ---'----+- STA 131 +00.00 INDI INDI INDI - 1 - - - - L - - - - - - - - L - - - J - - - - L - - - -- - - - l - - - -- - - - 1 - - - -- - - - 1 - - - - L - - - - - - - - L - - - J - - - - L - - - -- - - - l - - - -- - - - 1 - -�-�----�---�----�---�----�---our---� om-ac- ,+---�>n---�----�---�----�---�----�--------�--------+- N M I LL M LL N 6 M I N M J - -O CJl - J t - - - LL M - - - 1 1 1 Ow 1 w w w 1 Ow 1 1 1 1 1 1 - - - - _ _ 120 110 100 90 80 A 60 50 40 30 20 10 0 10 20 30 40 50 60 70 80 90 100 110 120 Print Date: Drawing File Name: Horiz. Scale: Vert. Scale: Sheet Revisions Date: Comments I Init. As Constructed Revision No: Revised By: Date: Cross Section Designer: Detailer: STA 130+50.00 3238 3236 3234 3232 3230 3228 3226 3238 3236 3234 3232 3230 3228 3238 3236 3234 3232 3230 3228 3238 3236 3234 3232 3230 3228 roject Number Integrated Highway Sheet Number 8 3236 3234 3232 3230 3228 3226 3238 3236 3234 3232 3230 3228 3226 3238 3236 3234 3232 3230 3228 3226 3238 3236 3234 3232 3230 3228 INDI INDI INDI _ I —----1----1----1----L I I I I ----L-----I----L----j----L----y--------1----1----1----L I I I I I I I I I I I ----L-----I----L----j----L------------1----1— I I I I I I I I I I O V I p M OO Mp� OO N I p y I I I I I I —+--------+-------- � ----� --- � ---- �--- �---- � --- eV tmT ---+ LLM— sR — N +---Zil5 --- � ----� --- � ---- �--- �---- � --------+--------+— I I I I I I 0 1 O O O I LL M 1 1 I 1 1 1 -t----I----rt----I----rt----r---�----r---�----r-------t- EL --�� �rt---�W---rt----r---�----r---�----r----I----t----I----rt- _F zz-=F —1— =F= �F— zz-9 f - T— 0.5% —IlS%--2 nog 0% — ---7 7 — — — 7 7 — — — 7 T T T I INDI INDI INDI I —+--------+----I--------r--------------�---NON I I I I I p I O pM� ---+_t0 N O —GOi N p N —COL N �_ N LL LL M I LL O� LL M LL O� LL M LL O� N M STA 134+00.00 O � — oW---rt----r-------r--- —_--fi---I--_—fi__--I---_t T T STA 133+50.00 INDI INDI INDI _—----i--------i---- ----i-------i----i--_------i--------i----�---- i----� — STA 133+00.00 INDI INDI INDI I poi I T. oic po y. 00 LL M LL N OW 1 W. W M LL O OJ LLL O W — T---r-- --I-- �--- --I--- TT Tr - - 120 110 160 90 60 70 60 50 40 30 20 10 0 10 20 30 40 50 60 70 60 00 160 110 120 Print Date: Drawing File Name: Horiz. Scale: Vert. Scale: Sheet Revisions Date: Comments I Init. As Constructed Revision No: Revised By: Date: Cross Section Designer: Detailer: STA 132+50.00 3236 3234 3232 3230 3228 3226 3238 3236 3234 3232 3230 3228 3226 3238 3236 3234 3232 3230 3228 3226 3238 3236 3234 3232 3230 3228 roject Number Integrated Highway Sheet Number 9 3238 3236 3234 3232 3230 3228 3238 3236 3234 3232 3230 3228 3226 3238 3236 3234 3232 3230 3228 3226 3238 3236 3234 3232 3230 3228 3226 INDI INDI INDI — I I I I I I I I I I LEI —I —I— I I I I I I I I I I I —--------+--------------------------���1-10�--------------------+— �I—I�o do oM LL do o I N . N L LL N o N LL CL — O N I I I I I 1 I I I I rrl—Iflw wi-I- "`I� w ow I I I I I — T----I— ——— T----I ———— T----T--- ---- ----1----T----- ---- — 1----T----I----T----I--- i— I I I I I I --I I � �"' TTT' i �_—--------� T —I- STA 136+00.00 INDI INDI INDI A— — — — L---j———— L---j — — ——---- I — — — — -L I — — — — -— o o O1 o 16 m rn 4- — — — - — — — + 'M T — — — — — — — — T — — — — M I— I 0. -r--------rt----r---rt----r---r----r-------fi-- - - _T--F-17 --- —I----�----I---- —�----� --- �----� ----I_ i---mil I I I--i— I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I 3238 3236 3234 3232 3230 3228 3238 3236 3234 3232 3230 3228 3226 120 110 100 90 80 70 60 50 40 30 20 10 0 10 20 30 40 50 60 70 80 90 100 110 120 STA 135+50.00 INDI INDI INDI --— —i -- —— i--— —i -- —— i -- — —— --— i -- ————— —i -- ————— —i -- ————— —i -- —— i -- — —— --— — — — —— --— — — ————— —i -- ————— —i -- ————— —i -- —— i -- -----1----1----1----L — — — —L--I———— L---__j — — —— ---------1----1----1----L — — — —L--I———— L----j — — ——------------1----1- 1I I I I I oin I �� III I orn tO I I I I I — — — — — — — — — — — — — - — — — LL — — — T LL — LL — LL T — — — LL N — — — O T — — — — — — — — — — — — — — O J W W W J w — ----- --- %— 1. 120 110 100 90 80 70 60 50 40 30 20 10 0 10 20 30 40 50 60 70 80 90 100 110 120 STA 135+00.00 INDI INDI INDI —----1----1----1----L — — — —L--I———— L----j ———— L------------1----1----1----L — — — —L--I—— — —L --- — I I I I I I I I I I ovNi I otOi oaDi oc I oom I I I I 0 —+--------+-----------------------------�N---+ZLN—QN —LLN_+----0N--------------�--- —. -t----I----rt----I----rt----r---�----r---�----r---°'�---t-w--W- �rt----0+�---rt----r---�----r--- __ I I I I I I I I I I I I I I I I I i I I I I — — _ T----I— T ------ — --- --- ----- r-------IB_. — —------7 --- ---7 T T T -- — — — — ——-- — — — — ——-- — — — --— -- —— ------ --- - — _,_�z-- -- -- — L_ 120 110 100 90 80 70 60 50 40 30 20 10 0 10 20 30 40 50 60 70 80 90 100 110 120 Print Date: Drawing File Name: Horiz. Scale: Vert. Scale: Sheet Revisions Date: Comments I Init. As Constructed Revision No: Revised By: Date: Cross Section Designer: Detailer: STA 134+50.00 3238 3236 3234 3232 3230 3228 3226 3238 3236 3234 3232 3230 3228 3226 roject Number Integrated Highway Sheet Number 10 3238 3236 3234 3232 3230 3228 3238 3236 3234 3232 3230 3228 3238 3236 3234 3232 3230 3228 3238 3236 3234 3232 3230 3228 3226 INDI INDI INDI I I I N N W LL M W M LL M - N N LLO O W W W lyj W 1 1 7----7--------T----I-- - — —— -2.0% -2.0% -2.0% - - _ 120 110 100 90 80 70 60 50 40 30 20 10 0 INDI INDI 10 20 30 40 50 60 70 80 90 100 110 120 STA 138+00.00 INDI L — — — L — — — — L — — — J — — — — L — — — _ _ — — — — — — — L — — — — — — — — L — — — — L — — — L — — — — L — — — J — — — — L — — — — —I — — — — — — — — — — — — — — f-------- f-------- ---- --- N ---- t---- L---- L --- ie N I .LLM tl---- f'D.— N LL -O M — LL N I N f N --- ---- --- ---- t---- L---- L-------- f-------- f — 1O w. I W. w 0� I w I I I I I I —T----I----7----I----T ————r---,---- r---,---- r———— — — — —T— —o _o° —T—— — — — — —— ---- --- ---- --- ----r-------- --------rt- 1---L 2.0 STA 137+50.00 INDI INDI INDI L---J----L--------L--------L--------L----L-------L---J----L--------L----1----1— NN lLLi� LLM LLB. h p W W W I Nt M W N W I 0, ----T---T----T---T----7- —I————T----I - ————T - -2.0% -2.° 20°° -2.0°°------ I } STA 137+00.00 INDI INDI INDI I I I I I I I I I s._— o 6 o v I I I I I I I I I 0 0 LL N W N LL N N M I I �----�---�----�--------+--------+- I I p w W w W O w I I I I I — — -2.Q -2 'N, _— --. — - -- — — — — —— _ _ — — — — ———— — _^ — — 7 — — — — —— — 120 110 160 90 80 70 60 50 40 30 20 10 0 10 20 30 40 50 60 70 80 90 100 110 120 Print Date: Drawing File Name: Horiz. Scale: Vert. Scale: Sheet Revisions Date: Comments I Init. As Constructed Revision No: Revised By: Date: Cross Section Designer: Detailer: STA 136+50.00 3238 3236 3234 3232 3230 3228 3238 3236 3234 3232 3230 3228 3238 3236 3234 3232 3230 3228 3238 3236 3234 3232 3230 3228 3226 roject Number Integrated Highway Sheet Number 11 3238 3236 3234 3232 3230 3228 3226 3238 3236 3234 3232 3230 3228 3226 3238 3236 3234 3232 3230 3228 3226 3238 3236 3234 3232 3230 3228 INDI INDI INDI ---------------------I -----I-- -- L---_j - - - -L -- -Ion---1��-0�_��1 4°,------------I----L---_j--------------------�- - +----I - - - - +-------- ----1- -4---- --- ---- ---�W ---+ �J- �ttr-emu M +---�W N --- ---- - - -- --- ---- --------+--------+- t -t--------t--------t----t---t----t---t----t-------20° t- _-o -2 a t*_ �t- ----t---- t---t---- t---t----t--------t--------t- ---------T-------------------7--- T T---T T---T --------- T----T----T -----I---- I ----I---- I I ----I---- I I ---- I I ----I�--I------- -I- - ------I--`-1-----------L—_ I I I I I I I I I I I I I I I I I I 120 110 100 90 80 70 60 50 40 30 20 10 0 10 20 30 40 50 60 70 80 90 100 110 120 STA 140+00.00 INDI INDI INDI I — — — — — — I — — — — — — — — I — — — — — — — L — — I I — --I — — — — L — — I — __j — — — — — — I o — g - — — — �° — oor D — -- — — — - — — — -i — — — — L — — — --I — — — — L — — — __J — — — — — — — — — — — — — — — — — — — — — I I I I I I LL M I 0, M- O J O M I LL M I I I I I I —+--------+----I----4----1- -4---- --- ----4----oW ---4- 4----1- -4---- --- ---- --------+--------+— -t----I----t--------t----t---t----t---t----t-------2. at- _To -20° -t-20-------rt----r--- ----r--- ----r----I----t----I----t- J— -T T T---�-_- -__T- —-------_�,-� --� T---T---T T T T- STA 139+50.00 INDI INDI INDI ---------L--------i ---- L---L- --- L---L- --- oa--------------L-------------------1----1- — — — — — — — — — — — -�--------+--------4----�---�----�---�----�---AIL---� NN. LL I IL M OJ--GY-OLLT'+---'�W---�----�---�----�---�----�--------�--------+-. N LL M M IL J N I NN M LL M - t----I- --- t----I- --- rt----r---t----r---t----fi--------t- - ---- -2. % - 0°° -t--------rt----r---t----r---t----fi----I----t----I----t- I I —I J- -L—I-- _ -7 L---T L---T T----I----T----I----T- - ----I---- ----I---- I ----I---- I ---- I -- —_—L_�IL-J--L_ STA 139+00.00 INDI INDI INDI L — — — — L — — — — — — — L — — — J — — — — ^ oo ^ orn �M S GG �----�---�----�---�----�--------�--------+- II OG LLM ' I++T��-SL C1� I LL� LLN LL� M O� NM N W— —Ouj p W --- ----1- --1 — — —— --- ---- 1--------- t-------- t - - --------I. -2.0% -2.0% -2.0°° -2.0% I ---7----r---7----7-------T--------T--------T- \ r 120 110 160 90 80 70 60 50 40 30 20 10 0 10 20 30 40 50 60 70 80 90 100 110 120 Print Date: Drawing File Name: Horiz. Scale: Vert. Scale: Sheet Revisions Date: Comments I III As Constructed Revision No: Revised By: Date: Cross Section Designer: Detailer: STA 138+50.00 3238 3236 3234 3232 3230 3228 3226 3238 3236 3234 3232 3230 3228 3226 3238 3236 3234 3232 3230 3228 3226 3238 3236 3234 3232 3230 3228 roject Number Integrated Highway Sheet Number 12 3238 3236 3234 3232 3230 3228 3238 3236 3234 3232 3230 3228 3238 3236 3234 3232 3230 3228 3238 3236 3234 3232 3230 3228 3226 INDI INDI INDI -J----1----1--------L----L-------L---J----L----1----J-----1----J --------L----L-------L---J----L--------L--------L— I - N N I LL -O M LL N LL M I N N ----t- 0 W W W W. 1 0-, 1 1 I 1 1 1 - - - - - - - �--2.0% -2.0 % -2.0 % I I I I I I - - - - -----I--------I--------I---- --------------------- 120 110 100 90 80 70 60 50 40 30 20 10 0 10 20 30 40 50 60 70 80 90 INDI INDI INDI 3238 3236 3234 3232 3230 3228 100 110 120 STA 142+00.00 ------ -L L-1-IJ--i 11--- - L. I 1�11 on om on {V M' LLM. LLM LLN N� LLQ 0N—- ---�W — ._--_. I . - 7 _. _ - -20% -2.0% -20 4---4---I--—-17-- I --1—y—�--I- 120 110 100 90 80 70 60 50 40 30 20 10 0 10 20 30 40 50 60 70 80 90 INDI INDI INDI 3238 3236 3234 3232 3230 3228 100 110 120 STA 141 +50.00 L - - - L - - - - L - - - - _ - - - L - - - - - _ - - L - - - - - - _ - - - - - L - - - L _ - - - L - - - -- . I I I I I I - - - - - - - - - I o - — -- L r o rn or I I I I I 1I 1 — 1 I — — — -- — — — — — — I I I — — — — — — I I I — — — — — — — — 1 LL — LL 01 N I LL J — — — t -D 1 M J — W LL� LL 1 — W M LL J- �1. W 0 N I M — — — -- — — — — — W 11 I I — — — — — — — — 1 I — — — — — — — — I I — — — — — t — — — — I I — — — — t — I —T---- I ---- 7---- I ----- T---- r----1---- r---- i---- r-------a T— —o _— o°° —T ---- --- ---- --- ---- --- ----r-------- --------rt— �— -- ----I- 120 110 100 90 80 70 60 50 40 30 20 10 0 10 20 30 40 50 60 70 80 90 INDI INDI INDI 3238 3236 3234 3232 3230 3228 100 110 120 STA 141+00.00 —----1----1----1----------------------L---as----L —oo orn Alrn1---�a----------�----L----j----L------------1----1— S I -+--------+-------------------♦-----------OW 1 I 1 I 1 I 1 I 1 I N 1 tom] I LL S---+ 0W-O�-Ow 1 N LL M LL N I N LL +---0---------------♦----------------+--------+- 1 tom] I N W 1 I 1 I 1 I 1 I 1 I 1 -t--------rt--------rt----r---�---- - ------r---- - - - - -- -z.0% ---- -2.0% -z.0°° ------ ----r---�---- ---- rt -------r--------t--------rt- TT I T I T- -F-----T �-_` ---�- �!� -, _ -� �---� �---T T I T I T 120 110 100 90 80 70 60 50 40 30 20 10 0 10 20 30 40 50 60 70 80 90 100 110 120 Print Date: Drawing File Name: Horiz. Scale: Vert. Scale: Sheet Revisions Date: Comments I Init. As Constructed Revision No: Revised By: Date: Cross Section Designer: Detailer: 3238 3236 3234 3232 3230 3228 3226 STA 140+50.00 Project Number Integrated Highway Sheet Number 13 3238 3236 3234 3232 3230 3228 3238 3236 3234 3232 3230 3228 3238 3236 3234 3232 3230 3228 3238 3236 3234 3232 3230 3228 INDI INDI INDI L---J__--L----I____L___--___1____--__1----L--_-1_---L---J__--L-----__-L------__1- I RM -4 4 ' LL M LL Oy}—Our_f---bW M LL M I N —f--------f-------------------i-----------IIW ---f �J_ ----------— ———i------------ ————f————— ———f— -2. — — — — — — — — — -2.0° — — — — _ I I I I I I I I _ I I I I I I I I I I _ I I I I I I I I I I I _ _ I I I I I I I I F I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I _ I I _ _ - T— —7 I I STA 144+00.00 INDI INDI INDI 11LLL1_1_IJJ111LLL1_1_IJJ111LLL1_1_IJJ111LLL1_1_IJJ111LLL1_1_IJJ111LLL1_1_IJJ111LLL1_1_IJJ111LLL1_1_IJJ111LLL1_1_1JJIILLLLI_1_IJJ111LLL1_1____1_ . I I I I I I I I I I I .o�. � o� I I i_1���11LLL1_I_1��111L1 I I I I I I o c c o LLI LLN O M WM LLN �� O I TTTr�r--��TTTrI _ f — — _ — — — — — t — — — _ — — — — -- — — — _ � _ _ _ � _ _ _ _ {- _ _ _ � _ _ _ _ t _ _ _ � w — — — f �_ _ - � uT � _ W _ _ -O W — � � � t f t � � — — � 1 � t f t � _ _ _ � _ _ _ _ � _ _ _ _ _ _ _ _ f _ _ _ _ _ _ _ _ - _ - Irrrttt 1--1-1-Ir-1rrrrr ----____7____�---7----r-------r------_ o° T- _ p^ - a 7-a ----17777777r1-1-17 17777r71-I 117777r771 17777T7771-1-177 — —I_ STA 143+50.00 INDI INDI INDI 1----L--_1____L_--J____L----1---_L____I--__1____--__1____L--_1____L---J__--L---- 11LLL1-1-1- 1 1 1 1 1 1 1 1 1- 1 .o I I I �k���I-I-I�------1--------L-------L----------cc_--��°_<�-mac---�a-------L-------L-----------1--------1----�- crn 4+t�LL1-1-1114+' 1 1 1 1 1 1 1 LLN .. LLM LLM LLM I LLN t+���-1-���tT---I-------------------------Ow---f 0w—��—OW f---pW------------------------- ————f———— ————f— ttt-1-1-1111ftfirrl-1-1 - I 7T7771-1-1777777771-1-I--7---- --- ----r--- ----r--------T- zoi _2-o -z.ao -T--------7----L---T----L---T----r----1----T----I----T zoi LLCI�IZ 1_TuLL1=1Z ZSLL�L1=1�77�LL! CI--Ll17� I I 11 1 111 1 1 - 11 1 11 LT 1 T 1-1-1-1-I 1 1 1 T 1-1-1-1-1 1 1 1 1 T 1 1-I-I-I-I 11 1 11 1 1 T T T 1 1-1-1-1-1 1 I� � 1 _ 1 F -1-I-I-I 1 1 71-1-I 1 1 1 T 1-1-1-1-i_ I -- __ _1 I - -- _ __I _I _1 _ __I STA 143+00.00 INDI INDI INDI L___J____ J___ J----L_____.- _____--- _ _--- N M LL N LL M N LL M N LL M N 7 — — — — — — — — — — -2.0% -2.0% -2.0% - - - - I- - -- 120 110 100 90 A A 60 50 40 30 20 10 0 10 20 30 40 50 60 70 80 90 100 110 120 Print Date: Drawing File Name: Horiz. Scale: Vert. Scale: Sheet Revisions Date: Comments I Init. As Constructed Revision No: Revised By: Date: Cross Section Designer: Detailer: STA 142+50.00 3238 3236 3234 3232 3230 3228 3238 3236 3234 3232 3230 3228 3238 3236 3234 3232 3230 3228 3238 3236 3234 3232 3230 3228 roject Number Integrated Highway Sheet Number 14 3238 3236 3234 3232 3230 3228 3238 3236 3234 3232 3230 3228 3238 3236 3234 3232 3230 3228 3238 3236 3234 3232 3230 3228 INDI INDI INDI — L — — — -- — — — L — — — -- — — — L — — — — L — — — L — — — — L— — — L — — — — L — — — —I— — — — L — — — — — — — — L — — — —I— — — — L — — — — L — — — L — — — — L— — — L — — — — L — — — L — — — — L — — — -- — — — L — 1I I I I I o0 - _ _ _ - - - - - 0� I - _ _ - -W ua0i o - N - O N � _ _ _ N M - _ - 1 1 1 1 I 1 LL M 1 N J. p °' J. 1 LL M 1 1 I 1 1 1 p p —+--------+-------------~---------------------�_- +---9-----------------------------t--------+— z.o�o —---r— —— ---- --- ----r--------L--------T — — — — — — — -- — —T — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — STA 146+00.00 INDI INDI INDI - J----I———— L————L--- L———— L---L———— L———L———— L———— I — — — — L———— I————-L————L--- L———— L---L———— L——— L———— L————----L----I — — — —-L I I I I I I oo I o,4 o<oo, m. I oo LLNJ I O J pM O J. 1 LL M —f--------f----------------------L----L---0vr---t— --W — �t----O — r————----r— — — — ---- ---- -------r---r----- — — — — —— =2. a — -. ^ —2.6° — "I(AT -- i— I 120 110 100 90 80 70 60 50 40 30 20 10 0 10 20 30 40 50 60 70 80 90 100 110 120 STA 145+50.00 INDI INDI INDI ---1----1---- ----1----1----L---L----L---L----L--------L--------10 00� I .OM O u? OM. I 000 I I I I I I- LLM 1 0J bM 0J. LL M 1 1 1 1 1 1 I I I I I O-0 -t — — — —— — —— f—— — — — — —— f — 11 1 1 1 1 — r — — — -- — — -. — — r — — — r _. -2.0% -z.0% -2.0% -2.000 — r — — — — r — — — r — — — — r — — — r — — — — r — — — — — — — — r — — — -- — — — r — — 1 — — _ _ — — 190 11n Inn en an an 10 n 1n an sn en in an an inn 11n 190 STA 145+00.00 INDI INDI INDI 120 110 100 90 80 70 60 50 40 30 20 10 0 10 20 30 40 50 60 70 80 90 100 110 120 STA 145+50.00 INDI INDI INDI ---1----1---- ----1----1----L---L----L---L----L--------L--------10 00� I .OM O u? OM. I 000 I I I I I I- LLM 1 0J bM 0J. LL M 1 1 1 1 1 1 I I I I I O-0 -t — — — —— — —— f—— — — — — —— f — 11 1 1 1 1 — r — — — -- — — -. — — r — — — r _. -2.0% -z.0% -2.0% -2.000 — r — — — — r — — — r — — — — r — — — r — — — — r — — — — — — — — r — — — -- — — — r — — 1 — — _ _ — — 190 11n Inn en an an 10 n 1n an sn en in an an inn 11n 190 STA 145+00.00 INDI INDI INDI O I -+ I -�----�---�----�---�----�---IID----+-0 I I I 0 0 O W I O N O M {y— LLB-16 O N 1 00 M+----GII--------�---�----�---�----�--------+--------+- 1 1 1 1 1 1 I I I I I LL M I O O O I LL 1 1 1 1 -rt -rt----r---�---- -------r---9W---t- ---rt---�W---rt----r-- ----r--------t--------rt- I —� I - - - - I - - I I I )----7 I r------.2.0% I T I --— — — — I — —T I I I T I I T I I I T- --- -- — — ——t-- --_-------�—� ��— --- -- ---I- 120 110 160 90 SO 70 60 50 40 30 20 10 0 10 20 30 40 50 60 70 80 90 160 110 120 Print Date: Drawing File Name: Horiz. Scale: Vert. Scale: Sheet Revisions Date: Comments I Init. As Constructed Revision No: Revised By: Date: Cross Section Designer: Detailer: STA 144+50.00 3238 3236 3234 3232 3230 3228 3238 3236 3234 3232 3230 3228 3238 3236 3234 3232 3230 3228 3238 3236 3234 3232 3230 3228 roject Number Integrated Highway Sheet Number 15 3240 3238 3236 3234 3232 3230 3228 3238 3236 3234 3232 3230 3228 3238 3236 3234 3232 3230 3228 3238 3236 3234 3232 3230 3228 INDI INDI INDI I I -----1----1----1---- I I I ---- I --- I ----L---__j I I - I I I I I I --- -L------ - -- L--- - 1----1---- 00 0� I ---- I --- I I ----L---__j---- I I -------- I I ----1----1- I I Q + — — — WO S I O W W O W I - WO J -t--------t--------t----r-------t-------r----W---t- ---- -t----W - --t----r-------t-------r--------t--------t- - - - - - -2. % -2. ° 12 ° - - - - - - - - - - - - �r ~- - - - - - - - - - - - - - - - - - - - - - - - - -- - - - - STA 148+00.00 INDI INDI INDI I I I I I I I I I I I I I I I I I -----1----1----1---------------L---__j----__j----------------1----1- 00 0 �°�. I O � M -+----I----+----I----�----�---�----�---�----�---"'N ---+ LLM-,ate-W�+--- LLN---�----�---�----�---�----�----I----+----I----+- W W — % -- — — — — —— --- 7-------�-----------r----I— T———— ----T — ----- —I— — — — I — -F! — 120 110 160 90 An 70 60 60 40 30 20 10 0 10 A 30 40 50 40 70 A 90 100 110 120 STA 147+50.00 INDI INDI INDI -----1----1----1---- ---- ---- ---L---__j---- - L-------- L - - - -- --- ---- -------L--- ----------------1----1- I cr oN I I I I I I —+--------+--------�--------�----�---�----�---tyN ---+ LLM— LLM —�yM LL�---�----�---�----�---�----�--------+--------+— O J I 0, Ow OW p J I I I I I I W---t--- - W---t----r---�---- -------r--------t--------t- -.0% I I I I I I - ------r-------r-------r----I----T----I----T - -�—I— -_--- ------- I Print Date: Drawing File Name: Horiz. Scale: Vert. Scale: AO 70 INDI INDI INDI -_--- ------- I Print Date: Drawing File Name: Horiz. Scale: Vert. Scale: AO 70 INDI INDI INDI LL�?_WM �� +—. ov LLM Q 0 J Q W W W- Q - t - W -2.0% -2.0% -2.0% 60 50 40 30 20 10 Sheet Revisions Date: Comments I Init. 20 30 40 50 60 70 As Constructed Revision No: Revised By: Date: STA 147+00.00 AO 90 Cross Section Designer: Detailer: STA 146+50.00 3240 3238 3236 3234 3232 3230 3228 3238 3236 3234 3232 3230 3228 3238 3236 3234 3232 3230 3228 3238 3236 3234 3232 3230 3228 roject Number Integrated Highway Sheet Number 16 3238 3236 3234 3232 3230 3228 3238 3236 3234 3232 3230 3228 3238 3236 3234 3232 3230 3228 3238 3236 3234 3232 3230 3228 INDI INDI INDI —--------L--------i ----L---L----L-----------------------1----1----i ----L---L----L-------------------1----L- 1I —--------+-------- I ----r--- I I ---- --- I -------�_O—LL�—�_+---III--- o m I oo ----r--- ---- --- ---- --------4----O [--nT J O T T T T — — — T — — — T — — — — — —2° T -2V —7 — o° — — — — — _ T T — — — T — — — T T T STA 150+00.00 INDI INDI INDI I I I I I I I I I I I I I I I I —1----1----J--------J----L-------L---J----J----I----L----I----1--------L----L-------L---J----L--------L----I----L- I I I I I I I I I 1I III I III III o�. -----------------Y-----------Y-------r---N� I oa - ILA-11N �� oa -LL+-__ N�---------------------}----------------�- I I I I I I LLM' —f----------------+-----------{--------�---aim---+— I p� O" --W — w_+—__-0m---+-----------{----------------+--------+— —--------T------------7---7----7---7----7------.2, —-7°°=1. — 707------ ----T--- ----T--- ---- -------- --------T- 120 110 100 90 80 70 60 50 40 30 20 10 0 10 20 30 40 50 60 70 80 90 100 110 120 STA 149+50.00 INDI INDI INDI _ I I I I I I I I I I I I I IJ - I I I I I I I I I I I I — — — — — — — — — — — — — — — — — L — — — — L — — — � — — — — L — — — —j — — — — -L — — — — — — — — L — — — — — � � — — — — — — — — — — — — — L — — — � — — — — L — — — —J — — — — -L — — — — — — — — L — — — — — — — — L — 1I I I I 4-— � — — — — I cm I .off oLL �W +II opM� -4II — — II — — — OOMO T—————T————7 — — — — °��W -2.0° -2.0%o 0----T� T---T T — — —T T T T- - — _ — --- — — — ----! ----! --------! --------! --------! - F »n 11n tnn qn an 7n en en an sn ;n 1n n 1n ;n an An sn en 7n An An inn tin tgn STA 149+00.00 INDI INDI INDI —L ----I— --a ---1 —----1----1— LLM- . I O W O W. O W O W -2.0°°-2.0°° T — �' I 120 110 160 90 80 70 60 50 40 30 20 10 0 10 20 30 40 50 60 70 80 90 100 110 120 Print Date: Drawing File Name: Horiz. Scale: Vert. Scale: Sheet Revisions Date: Comments I Init. As Constructed Revision No: Revised By: Date: Cross Section Designer: Detailer: STA 148+50.00 3238 3236 3234 3232 3230 3228 3238 3236 3234 3232 3230 3228 3238 3236 3234 3232 3230 3228 3238 3236 3234 3232 3230 3228 roject Number Integrated Highway Sheet Number 17 3238 3236 3234 3232 3230 3228 3238 3236 3234 3232 3230 3228 3238 3236 3234 3232 3230 3228 3238 3236 3234 3232 3230 3228 INDI INDI INDI — L — — — -- — — — L — — — -- — — — L — — — — L — — — — — — — L — — — J — — — — L — — — -- — — — L — — — -- — — — L — — — -- — — — L — — — — L — — — — — — — L — — — J — — — — N �' I LL N LL M LL N N I N M N 1 1 1 1 1 1 O W I w w w. 1 p w 1 1 I 1 1 1 —r----I----T----I----7----F_ -1----r--- ——— —r—— —— — — — —T— ---- —T--------7----7---7---- ---7----7- —1----T----I----T— +--t----1--T —T—T— L %-20° I I— 120 110 100 90 80 70 60 50 40 30 20 10 0 10 20 30 40 50 60 70 80 90 100 110 120 STA 152+00.00 INDI INDI INDI L — — — L _ — — — L — — — L _ _ — — L — — — L — _ — — L — — — — — — _ — L — — — — L — — _ L — — — — L — — — L _ — — — L — — — L _ _ — — L — — — L- 0 _-+--------+-------- -------�---- --- ----�---sue ---+ 0J_-0 N LL N LL _G N I N -+---GCS---�----�---�---- M I I I ---�----�----I----+----I----+- Ow w w 1 Ow 1 1 --T----I----T----I----7----T---7----7---T-------------T— ---- —T--------7----T---7---- ---T----r--------T---- I — — — —T — 1 — rt — — I— — _r__ — rt — —I— — 0°° 0^ - - — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — 120 110 100 90 80 70 60 50 40 30 20 10 0 10 20 30 40 50 60 70 80 90 100 110 120 STA 151 +50.00 INDI INDI INDI -J----1----1----1----L----L---J----L---J----1 ----1----J -L--1----L -1----L----L-------L---J----L----1----L----1----1- I orn �o 0 0 — ' I --�----I-----F----I-----h----�----f----1----1----t---��----��w--— I I I I I N LL N I LL ry. LL O N LL w M N LL W OJ---� M M —— —— �---�----i----�----t----I ----t----I----t— 1 ttrrrl-I-IrrrtrT-- T--IrrrtrrT-- T--Ir�rrrrrrl--I�rrrrfirrl-1 -wrrrrtI i- w I I I TT7771-1-1777TT7TT1-1-ITT17T7Tr1-1-IT7TTT7rT1-1-I-1TTTTr--------T- -- z.0°r -2.0% - -----7----T---7----7---T----7----I----T----I----T- — �['- -11 T T T T 1 z.o^r z.0° -T----1----T----� -----------j ---I I -------- I I I I -_I -I I_/ _ 1 � I — --�— ---------+_�—I—�—�—I—� — _ _ _ _I _ I I I I I I I I I I I I I I T'f _�- I I I I I I 19n tin inn an an 7n en sn an fin ?n in n 1n �n sn an sn an Rn on inn tin 6n STA 151 +00.00 INDI INDI INDI -LI—i-1-- - - -- J----L----I----L----1----1- _LI-1-1- o0 0 0� o0 or �----�--------�--------+- -�I—I M LLM uM LLM. I NM LL LL —i0�i—,° LL — - — - — - - — -2.0% -20% -20% Zao� --_ ---------------- — — —— - -- --- -�� — —_---1---- - - T — 120 lio 160 90 80 70 60 50 40 30 20 10 0 10 20 30 40 50 60 70 80 90 160 110 120 Print Date: Drawing File Name: Horiz. Scale: Vert. Scale: Sheet Revisions Date: Comments I Init. As Constructed Revision No: Revised By: Date: Cross Section Designer: Detailer: STA 150+50.00 3238 3236 3234 3232 3230 3228 3238 3236 3234 3232 3230 3228 3238 3236 3234 3232 3230 3228 3238 3236 3234 3232 3230 3228 roject Number Integrated Highway Sheet Number 18 3236 3234 3232 3230 3228 3226 3238 3236 3234 3232 3230 3228 3226 3238 3236 3234 3232 3230 3228 3238 3236 3234 3232 3230 3228 INDI INDI INDI _..------------�-----m----1----I- -----------1----1- o I I I ov o`r° ca on. I .ov I I ------------------�---- ab of idN om N LL M — LL +- ----r----r---r----r---r----r--- w - rl--,- -r---- ----I----r----I----r- --_-----I---_� -----------T----I----T- 120 110 100 90 80 70 60 50 40 30 20 10 0 10 20 30 40 50 60 70 80 90 100 110 120 STA 154+00.00 INDI INDI INDI - ---_Lo -ate-o 1----1---- ---- -------L--- ----------------1----1- OOi LL�LN M . NOL---+�L —t� —LLM +--- LLN-----------------------------+--------+— M Ow I Ow Ow Ow. Ow I I I I I I --r- ---� -- -----r----r---r----r---r----r----I----r----I----r- - - - - - - - - - I I I I I I I I I I I I STA 153+50.00 INDI INDI INDI - - - - - - - - _ 4 - - - - - - - -4 _ - - - 4- - - - c am - - - - — on —t--------t-----------------------------IL Qm � I coo LL� ---t �L 0o LLN — OAT— me LL{�{yy ooi NN N� LLM--_-------_------�__--1------__—t------___. ��j -T----I----T----I----7----7---7-------7----T--------T- ---- _ ----7---_7---7-------7----T_---I----T-_--I---- ---------- T - ,� I— STA 153+00.00 INDI INDI INDI �- - - - 1 - - - - L - - - - - - - - L - - - J - - - - L - - - - - - - - l - - - -- - - - 1 - - - - - - - L - - - - - - - - l - - - -- - - - 1 - ---------+-----------------------------.o or---4- o�-ac-oo�r----o xo--------------------+- —t--------t--------�----�---�----�---�----1----LLM N <O I LL ---t N LL -O N c�2—per LL N I N t — —— LL�n M ----1---------t--------t 1 1 1 1 1 1 O W' -T--------T--------7----7---7----7---7----7--------T- ---- -7---- I----7----I----T----I----T- - - - - -- - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - -I - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - -ter - - - - - - - - -- 120 110 100 90 80 70 60 50 40 30 20 10 0 10 20 30 40 50 60 70 80 90 100 110 120 Print Date: Drawing File Name: Horiz. Scale: Vert. Scale: Sheet Revisions Date: Comments I Init. As Constructed Revision No: Revised By: Date: Cross Section Designer: Detailer: STA 152+50.00 3236 3234 3232 3230 3228 3226 3238 3236 3234 3232 3230 3228 3226 3238 3236 3234 3232 3230 3228 3238 3236 3234 3232 3230 3228 roject Number Integrated Highway Sheet Number 19 3236 3234 3232 3230 3228 3226 3236 3234 3232 3230 3228 3226 3238 3236 3234 3232 3230 3228 3238 3236 3234 3232 3230 3228 INDI INDI INDI I I I I I I I I I ----------------- -- - -L --- --I - - -- L - -- __j - I - ---------- I I I I I I ---------------- -- I I I I - -L --- --I - - -- L--- -j - - I I I I I ------------------ - I I I I I ---------+-------------------♦-----------nr I I pp ---��-fie:- p0 Op' pp 'oT+--- p0 I o�--------------♦------------------------+- I I I I I I t————----t————----t———— t---t----t---t----t— — LL — M I O W---t—W-0a— M M O M I LL Wt — —— M I W---t----t---t-- I I ——t———t----t ItItI ————————t————----t— T - - - 7 I T - - - I �0T - -2.0 °° -2.0% T 0% - - - - - - T T - - - T T T .-"/ _T_ STA 156+00.00 INDI INDI INDI —----1----1----1-----I---- --- ---- -------L-------- ----1----1----1-----I---- --- ---- -------L-------- ----1----1- 1I N N O N op� 1 1 1 1 —t----I----t----I----t----t---t----t---t----t---�W---t—J--�— I 1 LLrNNi I OM O J OM 1 LLrNNi �t---�W---t----t---t----t---t----t----I----t----I----t— 1 1 I 1 I 1 I I I I I I I fi--rt— ---- ----��---T I I I r—— — — — — I —a — _�° - a I —T—a------7 I I F- I -7 I I �7- I I I T I I T ------------------------�--------------- r— ---------- ---- ___— —_z— —�--------------------------- � ——L —--- — STA 155+50.00 INDI INDI INDI - - - - - -'- - - - - - - - -'- - - - - - - - - - - -- - - - - - - -- - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - -'- - - - - - - - -'- - - - - - - - -'- - - - - - - -- - - - i - - - -- - - - - - - -- - - - - - - - - - - - - 4- - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - -'- - - - - - - - - - -- - - - - - - - -'- - - - - - - - - - - - -- - - - - —t--------+--------------------------�--- o� 11 oM N LLp—TLN g oM LL� lI g� --- ro ffi— N 1I — ---------I L ------- JI 1 — 1 -------- 1I — —--------T--------—---I�— — —T— — —— ----r---e�---T— LL I O O --W— O I LL �rt------rt----r---�---- I I I -----------------------rt— I I I T--- I - - - - - - - - - - - - - - .. /- I —I - - - - -- - - - - - - -- - - - - - - -- - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - _ - - - - - - - - - - - - - - - - — - - - - - - - - - - - - - - - - - - - - - - - - - - - 120 110 100 90 80 70 60 50 40 30 20 10 0 10 20 30 40 50 60 70 80 90 100 110 120 STA 155+00.00 INDI INDI INDI - - + _ - o6 o� ov�i I LL LL N LL N LLM O O LLM O w - W W W O w - T - — — _ _ — — 120 110 160 90 80 70 60 50 40 30 20 10 0 10 20 30 40 50 60 70 80 90 160 110 120 Print Date: Drawing File Name: Horiz. Scale: Vert. Scale: Sheet Revisions Date: Comments I Init. As Constructed Revision No: Revised By: Date: Cross Section Designer: Detailer: STA 154+50.00 3236 3234 3232 3230 3228 3226 3236 3234 3232 3230 3228 3226 3238 3236 3234 3232 3230 3228 3238 3236 3234 3232 3230 3228 roject Number Integrated Highway Sheet Number 20 3236 3234 3232 3230 3228 3226 3236 3234 3232 3230 3228 3226 3236 3234 3232 3230 3228 3226 3236 3234 3232 3230 3228 3226 INDI INDI INDI _- - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - ' I I I I I I I Dory om q om I I I I I I N N LL N LL N LL LL� p w O w O w O w p W i — _ -2.0% -2.0% _2.0% —i it =i � ° l l l l l l l l l l i i i i i l l l l l 120 110 100 90 80 70 60 50 40 30 20 10 0 10 20 30 40 50 60 70 80 90 100 110 120 STA 158+00.00 INDI INDI INDI '- - - _ 1 - - - - L - - - - - - - - L - - - J _ _ - - L - - - -i - - _ - L - - - -i- - _ - 1 - - - _ i- - - _ 1 - - - - L - - - - - - - - L - - - J _ - - - L - - - -I - _ - - L - - - -'- - _ _ 1 - 00 4- - 8 00 4L 00 ' - 4 - - - v o0 m - - -- I I I I I I N N I LL N LL N N LL N N N I I I I I I w w O w -----I----rt----I-----7----(-----1---- ---------- -- - - - -T I - - - - r---I ----r---- I - - - - T----I - - - -T L_ I�- - 1 -1 -2.0% -2.a% _2.0% I -L -�- �- • �- � �� - - - - - - -I- - - - - - - 11 -I- - 1 - _ 120 110 100 90 80 70 60 50 40 30 20 10 0 10 20 30 40 50 60 70 80 90 100 110 120 STA 157+50.00 INDI INDI INDI _ orn oN or o 21, - oro v� - - - o N - - - - - - - - - - - - - - - - - - - - - - - - -- - - - - - - -- - - - + - N N LL 0. N LL W N LL LL w N I N M t - - - LL Id N I I I J - - - y - - - - - - - - 1 - - - - L - - - � - - - - � - - - - - - - - t - - - - - - - - t - O w O w 1 1 1 _. — ° -2.0% -2.0% 120 110 100 90 80 70 60 50 40 30 20 10 0 10 20 30 40 50 60 70 80 90 100 110 120 STA 157+00.00 INDI INDI INDI L - - - - L - - - - - - - L - - - J - - - - L- o� ON-�� +---CYY-------------------------------------+- _ LL M LL M -t oW -0wrl9w - w t - -- OW --------------i----------------t--------t- .0/ i 120 110 100 90 80 A 60 50 40 30 20 10 0 10 20 30 40 50 60 70 80 90 100 110 120 Print Date: Drawing File Name: Horiz. Scale: Vert. Scale: Sheet Revisions Date: Comments I Init. As Constructed Revision No: Revised By: Date: Cross Section Designer: Detailer: STA 156+50.00 3236 3234 3232 3230 3228 3226 3236 3234 3232 3230 3228 3226 3236 3234 3232 3230 3228 3226 3236 3234 3232 3230 3228 3226 roject Number Integrated Highway Sheet Number 2 3234 3232 3230 3228 3226 3224 3234 3232 3230 3228 3226 3224 3236 3234 3232 3230 3228 3226 3224 INDI INDI INDI 1 LLLLL1—ILLLI--------L----L---L----L---L----L-------- ----1----L----1----i ———— L---L— ——— L---L— ——— L-------- --------1_ +I-1-1-444----I----4---- --- ---- --- -------NN---+LLN-LLB N LLN+-------- ;---�--� ---- --- ---- --------+--------+- +t+ +I-I-I+++T LLM t o� p� o I LL� LL rtrrrl-I-Irrrrtrrrrl----rt----t---�---- -------fi---er- -- t- --�- ••rt--- -I---- pw---t-- a - - ---------fi---- ---- t---- - - - -t_ tTrrrrl-1-17T7TTTT71-I-I I I I I I I I I I I 7T7771 1-1777777771-177Z7777r1 I-1717777i-71 I-I-1777-r_-- — — — — — - ^° - -2.D —M ° T---r--- ____T---T r T T- - — — — — — — — 1I I I I I_I_I I I I I I I I I II_II I I I I I I I I_I_I-1 1177 -r-t ==L - --� - — —�— --- — —I_-� I --- -->-----�---- I — -'---- — - — —I— 120 110 100 90 80 70 60 60 40 30 20 10 0 10 20 30 40 50 60 M 80 90 100 110 120 INDI INDI INDI STA 160+00.00 I I I I I I I I I I I __ I-LLI—I—IJJ11Li—_I--___I I I I I I I I I I —L----1----L----1----L----L---L----L---L-----L I----L—LLI—I—ILLLIJJLLI—I—ILL1----L---L----L---L----L----1----L----1----L— . -+----I----4----I----4--------4--------4---- ---INy---+�N-I�NI�°N N-,-4 4++���N�--�---- --- ---- --------+--------+- 1 1 1 1 1 1 1 1 1 1 _ILL o� I��I+LLB. LLMt�+++ LL� -t----1----rt----1----rt----r-------r-------1---Ins---t- -I-WIr L-. 0E-rtrrrrr0 W -r----r---r----r--------t--------t- I I I I I I I I I I I STA 159+50.00 INDI INDI INDI I —L----'--- I 1_-------L----L---L----L---L----L--------L----'--- I I I I I I 1_-------L----L---L----L---L----L--------L-------_1_ I I I I I I —+--------+----I----4--------------T----�---LLN ---� LLM — LL°*—LL +--- ——----------T------------+--------+— O J I p Lu- w. O w p LLN--- w I O J I LL N - t--- -----t--------rt----r-------r---t----fi-------t - ---- -t-------rt-oW-r-------r---t----fi--------t--------t_ Imo— STA 159+00.00 INDI INDI INDI 3236 3234 ova -4---- --- ---- -------- --------+— 3232 . —+�vM----.------------+--------+— O Ow Ow pW w OW 1 1 3230 —T _ ----.----T--------T--------T- n% -2.0% -2.0% _2 no. 3228 — — — _2 3226 120 110 100 90 A A 60 50 40 30 20 10 0 10 20 30 40 50 60 70 60 90 160 110 120 Print Date: Drawing File Name: Horiz. Scale: Vert. Scale: Sheet Revisions Date: Comments I Init. As Constructed Revision No: Revised By: Date: Cross Section Designer: Detailer: STA 158+50.00 3234 3232 3230 3228 3226 3224 3234 3232 3230 3228 3226 3224 3236 3234 3232 3230 3228 3226 3224 3236 3234 3232 3230 3228 3226 roject Number Integrated Highway Sheet Number 22 3234 3232 3230 3228 3226 3224 3234 3232 3230 3228 3226 3224 3234 3232 3230 3228 3226 3224 3234 3232 3230 3228 3226 3224 INDI INDI L - - - J - - - - L - - - L - - - - L - - - -i- - - - L - - - -�- - - - L - - - -�- - - - L - - - - L - - - J - - - - awl I 'oM oe 18 W I I 1 1 oN 1 g I I I I I I I -+--------t---------------�----------LL--------+M ILLNIt+---- I - - - - .o----�NN-�� ----�------------+--------+ b J 1 1 LL N 1 LL 1 1 1 1 J J LL - - - - LL 1 _ - u ti - - - - 1 INDI INDI STA 162+00.00 L---- ---- L - - - L - - - - L - - - J - - - - L - - - - - - - - L - - - - - - - - L - - - - - - - - L - - - - L - - - - - - - L - - - J - - - - --------�� -�"�- ark--------�----�---�-om oo -�---�----�--------�--------+- I ON t0 N N - ---------------�--_ LLN. LLOM- O J -pM -----�---- VN--�-LLM --------t--------t--------t 1 1 1 1 1 I LLm, Ow W w W LL 1 O W 1 1 1 1 2.0% - - - - - - - - INDI INDI STA 161 +50.00 --------- -------- ----� --- ------- __j - - ---------- ---------------- ----� --- --I - - - - )---- -j - - ---------- -------- - -+-_------+--_-----�---_�---�----{----�--_moo --------+ mm- 00 o.c -��+--------�---- aN--�-yy�-�---�----�--------+--------+- 1 1 1 1 1 1 1 1 1 �(� N I LLN LLN LLN. 1 1 NN I N 1W--------*-0J LL w1__ 13 w J *------------rLL�--�- w. y N LL Ow -r-------t--------*--------*_ 1 1 1 1 1 pW 1 1 1 IOW 1 -T T -- - - - -- -- T -T- -- -T ----7 T - -T T_ ___T-_ __T_ — — — — 1.5 % -2.0 % -2.0, .. �� -� 7--1----+--I- 120 110 100 90 80 70 60 50 40 30 20 10 0 10 20 30 40 50 60 70 80 90 100 110 120 STA 161 +00.00 INDI INDI -�--L----L---�----L----j----L------------1----1 -------L ----L---�----L----j----L------------1----1- orn orn o� orn N N LL L LL N LL t LL N I p p J p t 7 N 1 I 1 1 1 O J - w - — W -'- - - - rt - - , 1 - - - - I 0, I I I I I I I I I -2.0 120 110 100 90 80 A 60 50 40 30 20 10 0 10 20 30 40 50 60 70 80 90 100 110 120 Print Date: Drawing File Name: Horiz. Scale: Vert. Scale: Sheet Revisions Date: Comments I Init. As Constructed Revision No: Revised By: Date: Cross Section Designer: Detailer: STA 160+50.00 3234 3232 3230 3228 3226 3224 3234 3232 3230 3228 3226 3224 3234 3232 3230 3228 3226 3224 3234 3232 3230 3228 3226 3224 roject Number Integrated Highway Sheet Number 23 3232 3230 3228 3226 3224 3222 3230 3228 3226 3224 3222 3234 3232 3230 3228 3226 3224 3222 3234 3232 3230 3228 3226 INDI —----1----1----1----i ----L-----I----L-----I--------I--------1----1----1----i ----L-----I----L---__j----------------1----1— . I —+----I----4----I----4---- I I I I I I I I I I I — — — —+ o— o- I I I I -off +----I----4----—_--�---- I I --- I ---- I -------- I I I ---------- I a I I I 'mM c M '- t I I I �a I — t————I---- t————I----rt----r---�---- ---LL ----1----I----fi LLB— LLM Ow —LL�rt--------rt----�+N--�---- ---�---- --------t--------t Od I 'Ow Ow I of 1 1 T T T F- T--- --- _---- -T- ----. _� --� ---T T T T —�_-- 15° ��-0.5°° �- -0.8f__ —'�- _———F_I- -- .5° 0.8% -- 120 110 100 90 80 70 60 50 40 30 20 10 0 INDI 3232 3230 3228 3226 3224 3222 10 20 30 40 50 60 70 80 90 100 110 120 STA 164+00.00 ----------------- -- - -L --- --I - - -- L - -- __j - - -------------------------- -- - -L --- --I - - -- L --- __j - - ------------------ - I I I I I I I I I I I I I I I I —--------+ ON o�+--------4----————-- �a0 0" �N-----I----t + LLM- LLM -LLM------------I LLN---------------------t--------t- O w I I O W. Ow Ow I I Q� I I I I I ---- - T T T -- T T--- T T T T TTT_---'---—— — — — — —- — — — 0°/— — — —1 — Iv�— I -- —I-- — I — — — — I---- I ----I T � 120 110 100 90 80 70 60 50 40 30 20 10 0 INDI 3232 3230 3228 3226 3224 3222 10 20 30 40 50 60 70 80 90 100 110 120 STA 163+50.00 ---- -i -- -----1----1----1---------------L---__j----------------1----1----1---------------L---__j----------------1----1- ----- -i -- -- - - - -- --- - - ----- -i -- ---- - -i -- ---- - - - - ----- -i -- -- - - - -- -- - - - ---- - -i -- ---- - -i -- ----- -i -- -- - i i i owr ----I----t LL o N 1 J- LL oW N o J I I -�LL�--�----,----�----r----I----t----I----rt- W W o w T— Tr —T--j --—���r'°--T- — T— ---- — �� --T--L_ T T T T I I I I I I I 02° % �1.1 1°I — T—�--I- 120 110 100 90 80 70 60 50 40 30 20 10 0 INDI 3234 3232 3230 3228 3226 3224 3222 10 20 30 40 50 60 70 80 90 100 110 120 STA 163+00.00 INDI - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - -'- - - - - - - - -'- - - - - - - . - - - - - - - - - - - - - - -'- - - - - - - - -'- - - - - - I I I I I I o o �n o co I o -II - �� II II — -- - -tI T — — — 7— 7 — — — 7 — — —OwT —0 I— — —— — — — — TLLN--T 7 — — — — T— — — — — T— I — — — — — T OW . - - - - - - - - - -I - - - - - - - - - - - - -b.7% -0.7 ° -1 ° --1.3% - 1.5ro — - - - - - - - - - - - - - - - - - - - - - - - - - - - - -- 120 110 100 90 80 70 60 50 40 30 20 10 0 10 20 30 40 50 60 70 80 90 100 110 120 Print Date: Drawing File Name: Horiz. Scale: Vert. Scale: Sheet Revisions Date: Comments I Init. As Constructed Revision No: Revised By: Date: Cross Section Designer: Detailer: 3234 3232 3230 3228 3226 STA 162+50.00 Project Number Integrated Highway Sheet Number 24 3232 3230 3228 3226 3224 3222 3232 3230 3228 3226 3224 3222 3232 3230 3228 3226 3224 3222 3232 3230 3228 3226 3224 3222 INDI -----1----1----1---------------L---__j----------------1----1----1---------------L---__j----------------1----1- —+--------+-------- ---- --- � — N Na — �--vo ca°' ------------+—i�6a— —�v`+---------- --Oo�---4--- --- ------------+--------+— . -*--------*------------t---�-WIL LLM I dN -�--LLJ I ----t--------t5W-SW I LLM LLM LLtN'J. I W *---- I ON --- -�- --- LLN I --t - - -Ntt�LL LLm -------t----------------*-. I I I I I O W I I 1 O W I O I I I T — — — — — -- T — — — — — — — — — T — — — — T — — — — — T — — — — — — — — — — —� — — — — — — — — —o — — — — T — — — — T — — — — T — — — — T — 120 110 100 90 80 70 60 50 40 30 20 10 0 10 20 30 40 50 60 70 80 90 100 110 120 STA 166+00.00 INDI —---------------------------�--_ — --------------. ------I-------__j--------------------�— -*--------*------------t---�-pW LLM. I —t--LLJ ON I ----1---------t-0W-�W I -LLN LLM LLN. - I W *--------�---- I V LL N J----WJ-------t--------*--------*- I HN Ow OwI 10w I I T r————r---T— --T-- T- T— -- r -- —T T T --�-- —T---T T T T- — - I — — — —I— --T--I--- — — — I — — — —I— — - — — I — — — — I 1.5% 1.5% —�. --- _ _�09% - .5°° 1.5M I STA 165+50.00 INDI — ——1----1----1----L ———— L -----I— ——— L---__j —— —— - L----1----1 II ---------TI II - ---II ---- -- -- i I-----TII ------- �O�NN�W 0LL°�w -----1--------tTIII TIII t—— —— I — — — — t—— —— t a p tO� t———— --------I--------t — I W.W O -----_-1.5% ZTI T----- —T T T — T ---LTI ----- — ------------ 15% .4° 2%O- ° -- 10 110 100 40 RO 70 fi0 SO 40 R0 70 10 0 10 70 R0 40 SO fi0 70 RO 40 100 110 120 STA 165+00.00 INDI --------------------L ---- L-----I---- L----j ---- ----------------�- N N N� N I SON OC) tC N. I I I lV M I LL N N -LLMt- ------- ----�N----Ytd-t---t----t--------t--------t- p° OwI pwTlswi °w I I 1 ow I qW I I I T- ---- -T T T--T----T ---T T T T- -- I 1 5% r i!% — _ — a1- — — - - 017° _ — - — t — — I -4--- — -�- — —1 — 1--- — I — I 120 110 100 90 80 A 60 50 40 30 20 10 0 10 20 30 40 50 60 70 80 90 160 110 120 Print Date: Drawing File Name: Horiz. Scale: Vert. Scale: Sheet Revisions Date: Comments I Init. As Constructed Revision No: Revised By: Date: Cross Section Designer: Detailer: STA 164+50.00 3232 3230 3228 3226 3224 3222 3232 3230 3228 3226 3224 3222 3232 3230 3228 3226 3224 3222 3232 3230 3228 3226 3224 3222 roject Number Integrated Highway Sheet Number 25 3232 3230 3228 3226 3224 3222 3232 3230 3228 3226 3224 3222 3232 3230 3228 3226 3224 3222 3232 3230 3228 3226 3224 3222 INDI I I —----1----L----1----i I I I I ----L---L----L---L----L----1---- I I I I I I I I I I ----1-----L I-----L----L----1----L---J-----L I — — — —-L I----1— I I I I I g ou' ---------+----I--------r--------------�^v rn ------+ a -aN O ---------'n-----------I----+----I----+- I I I I I I LLM 1 p O� - r----I- --- rt----r---rt----r---r----r--- r- - - -fol --1----r- --W- ut----r---rt----aW--r---w�---r----fi---r----r--------rt_. 1 °4 I I I I I I I I I 120 110 100 90 80 70 60 50 40 30 20 10 0 INDI 3232 3230 3228 3226 3224 3222 10 20 30 40 50 60 70 80 90 100 110 120 STA 168+00.00 -----1----L----1---------------L---L--------1--------Iyy----1___-L---L___--------L---L -- ------1--------1----L 8. -I-___+SON LLfP- N +----I---_4 -- --+- �N I I LLO J IOm LLO J 1 1 LLN IN -t-_--I----rt--_-I----rt----r--- ----r----1-- owfi --- - ----t- -I-u _ ter___-I---_r___-raW--�--- LL ---�---- ----1----t----1----rt- I I IO w I I I T L -2.6% -2.0% - 7 - - - - F- -1.5%-7 1.5% - - - - - T T T _ �- .� _ 120 110 100 90 80 70 60 50 40 30 20 10 0 INDI 3232 3230 3228 3226 3224 3222 10 20 30 40 50 60 70 80 90 100 110 120 STA 167+50.00 -----1--------1---------------------L----L---L--------1--------1----�- I I I I I I O M N I I I I I I I I I I I I --------+---------------�---- ---� oR oy. o MN. LLM LLM LL�. I I V N LLN ----I----�----I----rt----r---�----r---�o�- ° O 1-�- �rt----1----rt---- a�--�---LL�---�----r----1----t----1----rt- w _ I w 1 O 7 7 15, 1 120 110 100 90 80 70 60 50 40 30 20 10 0 INDI 3232 3230 3228 3226 3224 3222 10 20 30 40 50 60 70 80 90 100 110 120 STA 167+00.00 -----1----L----1-----------�-- LLI-I-I- ----------L---L----L----1--------1----L- . I I I I m O O�2 N O 0M ]�2 T -----%-_ -2.0% -2— T - �� -20'1-5 - - - r T T - 120 110 100 90 80 A 60 50 40 30 20 10 0 10 20 30 40 50 60 7o 80 90 100 110 120 Print Date: Drawing File Name: Horiz. Scale: Vert. Scale: Sheet Revisions Date: Comments I Init. As Constructed Revision No: Revised By: Date: Cross Section Designer: Detailer: 3232 3230 3228 3226 3224 3222 STA 166+50.00 Project Number Integrated Highway Sheet Number 26 3230 3228 3226 3224 3222 3234 3232 3230 3228 3226 3224 3222 3234 3232 3230 3228 3226 3224 3222 3230 3228 3226 3224 3222 INDI ova ry N u Ow LL Ow WM O W LLOw Ow .1 -2.0°° »n 11n Inn on an sn 4n in 2n 1n n 1n 2n sn an sn fin an on Inn 11n r2n STA 170+00.00 INDI Nv LL LLN LL LL� O o M O M W W w I ow ow Wn O w - - - - - - - - _ _ _ _ . 7-/ -2.0 % -2.0 % 15 . 1.51X • -� - 120 110 100 00 80 A fi0 40 40 30 20 10 0 10 20 30 40 40 fi0 A 80 00 100 110 120 STA 169+50.00 INDI o� �o vi co vi —+--------+--------4----�---�----�---�----�---- I V —.. LLN LLN LLN NV -} QM a � LL 1LLory —t--------*--------rt----r---�----�---�----t----bW —.. W W Ow —1—M �� — — _ _ - —48% -4.8°/ -2.0%T'61 __�____ j iiiil—I—Iii j T iij—I—Ii j iT ij—I—I jiiT I _____I_ I I I I 12n 11n Inn an an �n fin sn in an 2n 10 n 10 2n an an sn fin in sn an Inn 11n 120 STA 169+00.00 INDI LL N LL N LL N-T N N LL� OM O OM LLm �N w W W LL Ow Ow OM W -3.8% -2.0 120 110 160 90 80 70 60 50 40 30 20 10 0 10 20 30 40 60 60 70 80 90 160 110 120 Print Date: Drawing File Name: Horiz. Scale: Vert. Scale: Sheet Revisions Date: Comments I Init. As Constructed Revision No: Revised By: Date: 3230 3228 3226 3224 3222 3234 3232 3230 3228 3226 3224 3222 3234 3232 3230 3228 3226 3224 3222 3230 3228 3226 3224 3222 STA 168+50.00 Cross Section Project Number Integrated Highway Designer: Detailer: Sheet Number 27 3234 3232 3230 3228 3226 3224 3222 3234 3232 3230 3228 3226 3224 3222 3234 3232 3230 3228 3226 3224 3222 3234 3232 3230 3228 3226 3224 3222 INDI — — — — — -- — — — — — — — -- — — — — — — — -- — — — — — — — — — — — — — — — — — — — — — —--------L-------------------L------------------ooN— -- — — — — — — — —.— — — — — — — — -- — — — — — — — -- — —ol----q�q-----------L-----------------------1— — — — — — — — — — — — — — — — — — — — — -- — — — — — — — -- — — — — — a LL N ro N $ a I I I I I —+--------+----I------------------------------+---off N oJ— LLN o —w--- NN------� N�—------------+--------+- I I I I I I I w W O w "�w Q I I 6 I I I — r----I— — — —tI———— rt----r---r----r---r----fi----I ---- r — — — — —— — ----- ——r————rLL"—r----fi---- ———— r—----- — —rt_ g3% -2.0% -20% 1.5% I1.5% I Ow I I I _T- i..� -20% �— —� T--------T--------T— — — — — — — — — — — — — — — — — — — — — — 120 110 100 90 80 70 60 50 40 30 20 10 0 10 20 30 40 50 60 70 80 90 100 110 120 STA 172+00.00 INDI — — — — — -- — — — — — — — -- — — — — — — — -- — — — — — I I I I I I I I I I I I I I I ——-------L--------L———— L---L———— L---L— — ——-------- ---a��-1----CM1----G�---- I I --- I I ----L--- I I ------------ I I ----1----1- I I -+--------+----I------------------------------+---�7N-+---LLN---- N --- a�---------------------+----I----+- I I I O —t----I----rt----I----rt----r---�----r---�----fi----I----t------ W O W I O —rt--- I---- w OJ— ----r NLQ vo —r----rLLN—r----fi----I----r----I----rt— I I I ..t* trrrr T - - - -I- T - - - -� T----r---T----r---7----r----I- T-- ��°°. no,I o I I -per T----T_---- T----- T- — — — — — — — I — — — — — — — ---r--I — — — — — — — — — �'--r—�—I--�--4- — — — — — — — — — — — — — — — — — STA 171 +50.00 INDI —L__----__L___-----1----L-----I----L---__j_---L_----___L----_--_-1-------- ----L ——— --I — — — — L---__j — — — —-------- ----1----1— —+------__+___—I---_4---- LL- -- — N� -- —aLLNJ --� �O ————-- o JI a�m WI LLO w I I I T----I----T----I----T----F- -7-------7----r----I----T----�— -- ° ---- — --_ ° —1 --� --7----7----I----T----I----T— L — — — — — — — — — — — — — — — — — — I — — — — — — — — — — — — — —T -- I � — — — 1 — — — — — I— — — — — — — — — T rt--I--1--fi — — — — — — — — — — — — — 19n tin Inn cn in 7n Fn sn in -n 5n to n to 5n -n an sn Fn 7n in cn Inn tin Ign Print Date: Drawing File Name: Horiz. Scale: STA 171 +00.00 INDI ---- L---L---- L--------L--- oe cN --L---L----L---L----L--------L----1----L- �� Nm W °W 0W - -7 — — — — T — — — - — — — — T — — — — — T — — T — — — — — — — — T — — — — — — — — T — i--- - T- L 110 160 90 80 70 60 50 40 30 20 10 0 10 20 Vert. Scale: Sheet Revisions Date: Comments I Init. As Constructed Revision No: Revised By: Date: Cross Section Designer: Detailer: STA 170+50.00 3234 3232 3230 3228 3226 3224 3222 3234 3232 3230 3228 3226 3224 3222 3234 3232 3230 3228 3226 3224 3222 3234 3232 3230 3228 3226 3224 3222 roject Number Integrated Highway Sheet Number 28 3234 3232 3230 3228 3226 3224 3222 3234 3232 3230 3228 3226 3224 3222 3234 3232 3230 3228 3226 3224 3222 3234 3232 3230 3228 3226 3224 3222 INDI o� N� 'n o'—J----L--- --------1--------1----�-- � N ' �� I I I II I II I II Om Om ILm LLM LLM _�----� _�----r----I----T----I----T—_ w w O w O LLM----1----1----t----I----t _ 83% -2.0°0 -2. 1.5%w — — — 1 — — — —1— — — 1 — — 1 — I 120 110 100 90 80 70 60 50 40 30 20 10 0 10 20 30 40 50 60 70 80 90 100 INDI 3234 3232 3230 3228 3226 3224 3222 110 120 STA 174+00.00 w w Ow LLOw LLOw �� - t---- I - - - - t--------rt----t-------t---t----t----I--- -t - - -- LL O w -T--------T--------7----F- 7---- -------r--------T-- - »n 11n Inn qn an 7n M sn an sn M in n in M sn an sn en A en qn inn 11n 1�n INDI 3234 3232 3230 3228 3226 3224 3222 STA 173+50.00 I � I L— ---j ——— —� ---- ov 1 LL N LL N 6N N(m0 w w Ow ow Ow � N 38. _ -2.0% -2 0 % 1.5° 11.5 % O w ---I�----r-- T — — — 1�n 1;n Inn on an sn an in n in �n sn an sn en A an on Inn 1;n I;n INDI 3234 3232 3230 3228 3226 3224 3222 STA 173+00.00 N o � LLO— O LLM LLM w mo w O w O w 0Om �N -20% 1.5% 11.5% I Ow 120 110 160 90 80 70 60 50 40 30 20 10 0 10 20 30 40 50 60 70 80 90 160 110 120 Print Date: Drawing File Name: Horiz. Scale: Vert. Scale: Sheet Revisions Date: Comments I Init. As Constructed Revision No: Revised By: Date: Cross Section Designer: Detailer: 3234 3232 3230 3228 3226 3224 3222 STA 172+50.00 roject Number Integrated Highway Sheet Number 29 3234 3232 3230 3228 3226 3224 3222 3234 3232 3230 3228 3226 3224 3222 3234 3232 3230 3228 3226 3224 3222 3234 3232 3230 3228 3226 3224 3222 INDI ov �moo N OLLB— w w 01, o w Q 8 V/ -2.0% 1.5% O w w) 11f1 inn 6n Aft 7f1 An -;n An In M in 6 in M in An ;h An 7f1 An M inn 11 f1 �7f1 INDI G N H f=N LL N LLO m LL V N D m LL m LL LL M w w p w O w v O w w 120 110 100 90 80 70 60 50 40 30 20 10 0 10 20 30 40 50 60 70 80 90 INDI STA 176+00.00 3234 3232 3230 3228 3226 3224 3222 3234 3232 3230 3228 3226 3224 3222 100 110 120 STA 175+50.00 _ i ----it---- 1 ----it---- �-------- � ---- �-------- �-------- � ---- _ ON Nm Ot0 LL N LL N W tG °d,' �tyC. L(V 16 OJ— wl Qw pw m � N ° % 1.5 % 1.5% 4w — 120 110 100 90 80 70 60 50 40 30 20 10 0 10 20 30 40 50 60 70 80 90 100 110 120 STA 175+00.00 INDI --———————— —I---- ----I ----I--------I--------I---- ---- ---_ -L---- L---L-- - - L--- S° O -- ONI---- a-------L---�- - - - N LL M LL N �N 0(6 in LL N mN w w O w O w O w v: m L I — — — — — — — \ 120 110 160 90 80 70 60 50 40 30 20 10 0 10 20 30 40 50 60 70 80 90 160 110 120 Print Date: Drawing File Name: Horiz. Scale: Vert. Scale: Sheet Revisions Date: Comments I Init. As Constructed Revision No: Revised By: Date: Cross Section Designer: Detailer: 3234 3232 3230 3228 3226 3224 3222 3234 3232 3230 3228 3226 3224 3222 STA 174+50.00 Project Number Integrated Highway Sheet Number 30 3232 3230 3228 3226 3224 3222 3232 3230 3228 3226 3224 3222 3234 3232 3230 3228 3226 3224 3222 3234 3232 3230 3228 3226 3224 3222 INDI -----I---- ----I----�---- ----------------I---- --------L - - - -L--I-- -- L----j - - ---------- --------�- I I I I I I I oar om I �N—+__ � ____ N ---�cVm--�----�—gyp p�—�----�--------+--------+_ �w }r�ll-� oW aJl LL J LL I oN I I t-- --I---- t----I----rt -- `--I��rt -- -rt--- ---- ur--- oW- --t ---- -LL -�---- ------ --t--------rt- I I II I T ow — —L — I— — � 2-� - T T —1.B° 1-5 — — — T T T T F 120 110 160 90 80 70 60 50 40 30 20 10 0 10 20 30 40 50 60 70 80 90 100 110 120 STA 178+00.00 INDI I I I I I I I I I I I I I I —j — — — — — — — -- — — — — — — -- — — — — N I _+----I----4----I----4---_�__�� _$� LL _+ LLNI---- N aN---4---- --- - - ------ hW Tt----I----rt----I----rt-----�--- WI- °W--�---- ��------r--------rt--------rt- I I I I_ I I 77TTTTr71-I-1�77TTr771-I-I T-77TTT>-TI-- ow ----------------T----r--T-1TTTTT--------r------ ---T----a z.o% z.o% z.o%--,3°i�s5 T --T------------------I- ---T- 12n 11n 10n 90 AO 70 A 50 40 30 90 Io 0 10 2n 3n 40 Sn 60 70 RO 90 Inn 110 I2n STA 177+50.00 INDI —---------------- -- — —L -- ——-------�--- --eer —----——— ------�- 0 0 po OOLL N N � II F J I O W O W Q t----I----rt----I----rt----r---�----rr--�- I---- r°J- �----ILL J I----rt- — T - - _ _ _ - -I- T----I- _ _ _ �----�---�----rTT 7 l-I�- t 83% -2.0% ,� -20%— _ _ ,�� �° — _ 0W _ T _ _ _ I I - _ T- � • l i i 4� �— � I I I I I I 120 110 100 90 80 70 60 50 40 30 20 10 0 10 20 30 40 50 60 70 30 90 10n 110 120 STA 177+00.00 INDI — — — — — — — — — — — — — --I - - - - L----j - - — — — — — — — — — — - - ----I - - - — — — — -- L — — — — — — — — — — — — I- — — — — — ---- — — — — — — — — — — — — — — — — --- L--- --I - - - - L--- — — — -j -- — — — — — ----------------�- -- — — — — — — — — — — — — — — — — - O N 16 N I NI yL Y! tO M W W I O W I J �lNlVV LL J I I O W N —t -----r-------t--------*------ _*___ ---rO------rWM —----t--------*--------*— —---T---T----T--------T— — — { 2'0 /— T T — — — —T — — — —— T— 120 110 100 90 80 A 60 50 40 30 20 10 0 10 20 30 40 50 60 70 80 90 100 110 120 Print Date: Drawing File Name: Horiz. Scale: Vert. Scale: Sheet Revisions Date: Comments I Init. As Constructed Revision No: Revised By: Date: Cross Section Designer: Detailer: STA 176+50.00 3232 3230 3228 3226 3224 3222 3232 3230 3228 3226 3224 3222 3234 3232 3230 3228 3226 3224 3222 3234 3232 3230 3228 3226 3224 3222 roject Number Integrated Highway Sheet Number 31 3232 3230 3228 3226 3224 3222 3232 3230 3228 3226 3224 3222 3232 3230 3228 3226 3224 3222 3232 3230 3228 3226 3224 3222 INDI —1----1----J----1----J----L--- I ----L---J----L----1----1----I-----L I — — — — L—— — —L --- ----L---J----L----1----1----I----J— IIL I Il a i� '� —----------------------------------------------o III III JI f of 6t— —+---LLw---- J---11LN-----------------------------I L J —----1----rt----1--------7-------7-------r----1---------o —Tz.—%-- - —----r-------r----1--------1----rt- -—Imo —-------- -------- ---- —----- —— — — — —I— »n »n Inn An an �n en sn nn fin 9n 1n n in ?n sn nn sn en 7n M nn Inn »n »n STA 180+00.00 INDI N I I - r------ I I -- rt----r I I --- rt----r---r----r---r----fi---- I I I I I I LL --- -r ---- J LL -0 o _ t h I LL� f LL -rt-- wl---- I -w yw---aJ- N d y LLN LLNI oar---r----fi----1----r----I----t T T T r----1 T T T o— -�2.0% 1.5%T--- r---T T T T 120 110 100 90 80 70 60 50 40 30 20 10 0 10 20 30 40 50 60 70 80 90 100 110 120 STA 179+50.00 INDI I I I I I i I I I I I I I I I i I I i I I I I I —1----1----1----1----1----L--I----L----j----L----1----1----1----1----1----L----L-----I----L---__j----L----1----1----1----1— III III III I I III III 0 0 o c�'� I N of � d m I 1,. I � I III III III —T--------T--------T----�---�----�---�----r--------T--- ILN LLN—+-- �N----�1 V---�N--�-- ���---�----r--------T--------T— O� O� I LL J wM LLN I .LLNI I I I —t----I----t----1----rt----r-------r---�--------I----t---- i— —r-- ---- W---rOW--�-- oWr---�---- ----1----fi----1----rt— —T T T F- -7---� T T T.— — — — —° — 2Z — —TIno— --20° T —1 ^T115i — T — — —T 7- T T- -L— — --1-----r--- — — — —- --— ---I�— ---- --•-- -------------- ---- ��— 1-- r' I I I I I I I 120 110 100 90 80 70 60 50 40 30 20 10 0 10 20 30 40 50 60 70 80 90 100 110 120 STA 179+00.00 INDI I I I I I I I I I I ---1----1_---I----- L---- L——— ----�----------1----1— RIP o� g -0 M O -j M W W- LL J LL M o N J N I I i O w I I T 3°% -2.0% -- �— ----r —1 0 — --— T T — 120 110 160 90 80 70 60 50 40 30 20 10 0 10 20 30 40 50 60 70 80 90 160 110 120 Print Date: Drawing File Name: Horiz. Scale: Vert. Scale: Sheet Revisions Date: Comments I Init. As Constructed Revision No: Revised By: Date: Cross Section Designer: Detailer: STA 178+50.00 3232 3230 3228 3226 3224 3222 3232 3230 3228 3226 3224 3222 3232 3230 3228 3226 3224 3222 3232 3230 3228 3226 3224 3222 roject Number Integrated Highway Sheet Number 32 3232 3230 3228 3226 3224 3222 3232 3230 3228 3226 3224 3222 3232 3230 3228 3226 3224 3222 3232 3230 3228 3226 3224 3222 INDI —1----1----L----I--- -i----L----1----L---L--__L---------------L-------- LI--—— L---L— ——— L---L— —__L------- ------__1_ o� -44 ++ -I- �4T+I-- �T++r-- �4++-- �4++T--I LL0 +-- N---- V --- NC--�--- --- ------------+--------+_ + t + t + t + 1 O MM J �. LL N I M N I I I _t���_I_���t----1-_��rt����r__������r�__�����fi��__I����t��--L- -rt-- ---- w---aW--r---a ---r----fi--------fi--------rt- T T 7 _� — T T — — — — — o — u — — - .0% — — — — — 1.5%T 1.5% — — — — — T T T STA 182+00.00 INDI —----1----1----1----L ----L-----I----L----j----L------------1----1----1----L ----L-----I----L----j----L------------1----1— I -+--------+ G NO----O � ---�M--�--tD� N M �---�----�--------+--------+- I LLN Q LLNN M M I LL J-r-- I N LL N I LL N - r--------r--------r----r---r----r---r----r--------t- - - -�- JI---- W---w--r-- w r---r----r--------r--------r- I T T 7 T I— _2 0— ----F- —1.5%71.% —7---7 7 T T 1 I I I I I I I I I II I I —- I"' I I I I 120 110 100 90 80 70 60 50 40 30 20 10 0 10 20 30 40 50 60 70 80 90 100 110 120 STA 181 +50.00 INDI — — — — — — — — — — — — — — — — — — — — — L — — — — — — — L — — — � _ — — — — — — — — — — — — _ — — -- L — — — — — — _ L — — — — — — — — — — — — — — — . I I I I I---_4-----------{ I I I I I I ---�_-------I—_--+---�N12 I I oo N oo� —+--- NI---- ---fin"--�--tea -----------------------+— O M LLO J - r--------r --------r----r---r----r---r----r--------r - - - -�- -r-- WI---- w --- a,--r--LLw w r---r----r--------r--------r- Z ----o I — --- 2.0°°------------- — 2.0% --r — I °�1.5% ----7 I 7 I T I T _ STA 181 +00.00 INDI —! __I----L---_j----L------------1----1----1----L ----L-----I----L----j----L------------1----1— I O M O M I LL M LL ry N V O —rt r----r---r----r--------r---,_ �- J—r---LLR---- Id W a,--r----r---r----r----I----r----I----r- 7 •T— — — —— o —T2.0% - ----� 1----7 r T T- -i—T— — Imo- -2.0% 120 110 100 90 80 A 60 50 40 30 20 10 0 10 20 30 40 50 60 70 80 90 160 110 120 Print Date: Drawing File Name: Horiz. Scale: Vert. Scale: Sheet Revisions Date: Comments I Init. As Constructed Revision No: Revised By: Date: Cross Section Designer: Detailer: STA 180+50.00 3232 3230 3228 3226 3224 3222 3232 3230 3228 3226 3224 3222 3232 3230 3228 3226 3224 3222 3232 3230 3228 3226 3224 3222 roject Number Integrated Highway Sheet Number 33 3234 3232 3230 3228 3226 3230 3228 3226 3232 3230 3228 3226 3224 3222 3232 3230 3228 3226 3224 3222 INDI LL N LL N LL M W N o V N cNl O O M LL M LL M W W LLO W LL W O w O W — — - - \1 120 110 100 90 AO 70 60 50 40 30 20 10 0 10 20 30 40 50 60 70 A 90 100 110 120 STA 184+00.00 INDI LL N LLO n LLO W W Ow Ow LLOM _ w - T 120 110 100 90 80 70 60 50 40 30 20 10 0 10 20 30 40 50 60 70 80 90 100 110 120 STA 183+50.00 INDI ono o �M or oN ovi viN w,no �� �N ♦----�----�---- LLM � o� Nv Nui LL M N M N LL M I p W O iym LL� LLM 0. O w Ow O W r 1 - -2.06r _ 120 110 100 90 80 70 60 50 40 30 20 10 0 10 20 30 40 50 60 70 80 90 100 110 120 STA 183+00.00 INDI ov �m oM O M LL M V N O LLM W W O W LL M O w O w 20% 1 120 110 160 90 80 70 60 50 40 30 20 10 0 10 20 30 40 50 60 70 80 90 160 110 120 Print Date: Drawing File Name: Horiz. Scale: Vert. Scale: Sheet Revisions Date: Comments I Init. As Constructed Revision No: Revised By: Date: 3234 3232 3230 3228 3226 3230 3228 3226 3232 3230 3228 3226 3224 3222 3232 3230 3228 3226 3224 3222 STA 182+50.00 Cross Section Project Number Integrated Highway Designer: Detailer: Sheet Number 34 3234 3232 3230 3228 3226 3224 3234 3232 3230 3228 3226 3224 3234 3232 3230 3228 3226 3234 3232 3230 3228 3226 3224 3222 INDI - - - - - - - - - - - - - - - - - - - - - - - - - - - -'- - - - - - - - -'- - - - - - - - -'- - - - - - - - - - - - - - - - - - - - - - - - - - - - - -'- - - - - - - - -'- - - - - - I I I I o co L OT----I----7----7---7----7---I—--I----I---8° . --_2B° ----------- -----_ — 120 110 100 90 80 70 60 50 40 30 20 10 0 INDI 3234 3232 3230 3228 3226 3224 10 20 30 40 50 60 70 80 90 100 110 120 STA 186+00.00 --————————————————————————————————————————————————————— —i---- OW Ow Oww a1 0Wl - ----7 - --7-------r--------T---------. -20% -20% - 120 110 100 90 80 70 60 50 40 30 20 10 0 INDI 3234 3232 3230 3228 3226 3224 10 20 30 40 50 60 70 80 90 100 110 120 STA 185+50.00 o cryryc �N � 61 ��li,a 1 oN v^�(q -SAT �<n- W W LLO W '�'�. LL c� WO W -- W_---—_ -_ _ S 3% -2.0 % -20 -1 1 Sy _ — — _ — L— — — — — — — — — — — — — — — — — I I I 120 110 100 90 80 70 60 50 40 30 20 10 0 10 2O 3O 4O 40 SO 7O SO 40 100 110 120 STA 185+00.00 INDI — ---------I — — — — L----j —— —— L L — — —�. — I I I I om I a o a0 I '? o in I � N r .6 V O W O W I OO Wy wl W J. I LL S I LLO W r-O -7 r- ---� T-- - - - - ----c_1-$° _,0� 2.0% 20% 1 5%� - ham. I 120 110 160 90 80 70 60 50 40 30 20 10 0 10 20 30 40 50 60 70 80 90 160 110 120 Print Date: Drawing File Name: Horiz. Scale: Vert. Scale: Sheet Revisions Date: Comments I Init. As Constructed Revision No: Revised By: Date: Cross Section Designer: Detailer: 3234 3232 3230 3228 3226 3234 3232 3230 3228 3226 3224 3222 STA 184+50.00 Project Number Integrated Highway Sheet Number 35 3234 3232 3230 3228 3226 3224 3234 3232 3230 3228 3226 3224 3234 3232 3230 3228 3226 3224 3234 3232 3230 3228 3226 3224 INDI —---------------------------------------------o>=b —------------------------------------------�— I II I IL I1 O Il LLN I �� of �0 OhM I �� I1 I1 1I J —---------------------------------------------OJ LLN OJ—+---LL�----LLM---LLN------ON-- J I----I--------I--------I— 1I w I �% I I I —--------T--------7----7---7----7---7----7-------- — — — — —— —T--- — — — — ----7 0�-- _1---- ,y--7----7-------- --------T— I — — — — — — — — — — — — — — — — — — — — — — — o -0% — ° -- o — 1 0 l o — I ---------------I---- -----I---- I----I----I----L----I---------1----ham-1— — —----L-- --I--fi — — --- STA 188+00.00 INDI — — — — — —'— — — — — — — — —'— — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — —'— — — — — — — — —'— — _ — — — — — —,— — — _ — — — — — — — — — — — — — — — — — — — — — — — — — — — —'— — — — — — — — —'— — — — — — — LL N LL N O N O N N V I I O N N m O N — t--------t----I————--------------------------t--- -0JO----,wuy�---F-'qN------�Ny--------------t--------t—_ w w I owl Ow O� 1 1 LLM 1 1 1 —T----I----T----I----7----7---7-------7----7----I----T------ —T --- I — — —— 7----7--,---- 0W--7----7--------T--------T-- i - i------fi----�-- STA 187+50.00 INDI —�— — — — — — — — — — — — — — — — — — — — — — — — — — — — — - . I I I I I I I I I I —+--. I — — — —I-----4 k—-- -4----4—1--_--_—,��-0 — — — — ------ — — _ — — — — — — — — I ---- --- — — — — — — — — I I ---- --- — _ — — — — — — — I ------------ —— _ — — — — — — —— I --------�— — _ — — — I O 1 1 1 1 1 1 1 1 1 1 1 1 LL N p N LL N u� —t--------+----------------------------------t--- 0J -- LLMI— —— —LLN ---—aO — —----------------- ——t————— ———+— 0N— w w p wl W O J —T----1----7----r-------r----1----r---,----r----1----T---,--- — ----7 --7----7---7----r--------T--------T— 1gf1 1111 inn All Rll ill An 5n An in ill in 11 in ;n in do 5ll fill fill Rn All inn 11(1 1gf1 INDI ---- i--------i---------------------------I---- i-------- i----i --- 1 1 1 1 1 0 w O w 0 o w 0 1 �I —T 7----7---7----7--------T------ —T — -- ---- ----7 --�--- 7--- — — — — — — — — — — — — — — — — — — — — — — T Print Date: Drawing File Name: Horiz. Scale: 110 100 90 A A 60 50 40 30 Vert. Scale: Sheet Revisions Date: Comments I Init. 50 60 A 80 90 As Constructed Revision No: Revised By: Date: STA 187+00.00 3234 3232 3230 3228 3226 3224 3234 3232 3230 3228 3226 3224 3234 3232 3230 3228 3226 3224 — — I 3234 — 4 — I 3232 ' — t — 3230 1 — T — 3228 — — 3226 — 3224 160 110 120 STA 186+50.00 Cross Section Designer: Detailer: roject Number Integrated Highway Sheet Number 36 3234 3232 3230 3228 3226 3224 3234 3232 3230 3228 3226 3224 3234 3232 3230 3228 3226 3224 3234 3232 3230 3228 3226 3224 INDI I I I I I I I I 4 — — — — I— — — I — — I — — — — — — — — — I — — — — — — I — — — — — — I — — — — — — I — — — — — — — Q� —f-------------- —— -- ————----------------------f --- �J —t---LLgJII -- — — N --- LLN------Y`,N --------------f--------�— O� w w I p —--------T------------T-------T-------T------------- —T--- I---- uL---pJ--7---- W----------------------rt— STA 190+00.00 INDI . ----------- t ---3M ALLLM— t — — —' — — —— tT — —— n pw pw pw" ILL J 1 t �LM 1 1 I —T ---- — — uL---T W ------T--------T--------T- ----I— g3o _20% o I STA 189+50.00 INDI —+----I--------I-------------------4----4 I — — — — + 4----I----p�----------------------------------�— Iy I I I I I I I I Iy I ILLN LLNNI u V �hN m� r I -- I yrI----� i----fir---- I r —I - -- I y F�-4M—+---LL —u� N --- aN —� —�-----+----I — — — +— . I I I I I I I I I I I I pw pw I OW Om ILLS LLn w— — —----———— T---- ---� ---- ---- ----- -------r---- —T--- ---- W— pJw po-1----r----I----T----I----T ---- ---- o o 1ST I STA 189+00.00 INDI dro mN ISM �r O M p w I O w J ILL M 14 °1 —T T———— T——— T———— T----I—— —— T — — — — —— —T --- I---- ——— roJ T————----T————----T- --- °o L200° — — I I 1 o I o — — — — — — — — — — — — — — — — — — — — — — — o— —— — — — — — —� — 120 110 160 90 80 70 60 50 40 30 20 10 0 10 20 30 40 50 60 70 80 90 160 110 120 Print Date: Drawing File Name: Horiz. Scale: Vert. Scale: Sheet Revisions Date: Comments I Init. As Constructed Revision No: Revised By: Date: Cross Section Designer: Detailer: STA 188+50.00 3234 3232 3230 3228 3226 3224 3234 3232 3230 3228 3226 3224 3234 3232 3230 3228 3226 3224 3234 3232 3230 3228 3226 3224 roject Number Integrated Highway Sheet Number 37 3234 3232 3230 3228 3226 3224 3222 3234 3232 3230 3228 3226 3224 3222 3234 3232 3230 3228 3226 3224 3222 3234 3232 3230 3228 3226 3224 3222 INDI LLO 16 = N A m O W LLO m ILL m M LL W OW 0W oW LL O W — tta_4% 2.0% ='0% -20% 1,�5%T 1.5% 120 110 100 90 80 70 60 50 40 30 20 10 0 INDI 3234 3232 3230 3228 3226 3224 3222 10 20 30 40 50 60 70 80 90 100 110 120 STA 192+00.00 LL N o LL m LL 60 N 16 _ O O LL m LL m m W W LLO LL LL J LL M W O W O W —0 W I I I I I I I %_ -2.0% - ---�_- - 120 110 100 90 80 70 60 50 40 30 20 10 0 10 20 30 40 50 60 70 80 90 100 110 120 STA 191+50.00 INDI LL N O N O" Om W W LL O m W WM LL O W LLM LL O W �N LL M W — 20/ — 120 110 100 90 80 70 60 50 40 30 20 10 0 INDI 3234 3232 3230 3228 3226 3224 3222 3234 3232 3230 3228 3226 3224 3222 10 20 30 40 50 60 70 80 90 100 110 120 STA 191+00.00 LL N LL ry LL m O LLO m LL °LL' W 0-, M LLM LL� W O W 0" -2.0 % -2.0% 120 110 160 90 80 70 60 50 40 30 20 10 0 10 20 30 40 50 60 70 80 90 160 110 120 Print Date: Drawing File Name: Horiz. Scale: Vert. Scale: Sheet Revisions Date: Comments I Init. As Constructed Revision No: Revised By: Date: Cross Section Designer: Detailer: 3234 3232 3230 3228 3226 3224 3222 STA 190+50.00 Project Number Integrated Highway Sheet Number 38 3234 3232 3230 3228 3226 3224 3234 3232 3230 3228 3226 3224 3222 3234 3232 3230 3228 3226 3224 3234 3232 3230 3228 3226 3224 INDI L - - - - L - - - - - - - L - - - J - - - - L - - - _ _ - - -- - - - L - - - - - - - - L - - - - L - - - - - - - L - - - J - - - -- I -�----I----+----I----�----�---�----�---�----�---_ I I I I I M oM _�� ow �ro-+-- I I I Of°I----N ---moo--�----�---�----� I I I -+- ' I I I I I I LL N LL N - W -0 W - I � N g N t - - -Q - - - - °Y - - - LL J - - - - - - t - - - -- 10 1 1 -T--------T--------7----7---7-------7----7--- -TTI--- -T--- ----7 - - - - 2. % -2.0% 1.5° 1.5 ° 7----I- _T_ - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - .0% - - - - - - - - -------------------------------------- --- ----- - - I --- - ice- I' -i- 120 110 100 90 80 70 60 50 40 30 20 10 0 10 20 30 40 50 60 70 80 90 100 110 120 STA 194+00.00 INDI - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - -----1--------1---- ---- - ---A -- - -L - -- -L-- ---- ----- --I - - - - L----j - - ------------------�- II I -T---- I I I I I I I I I I LLN�NJ -+1 --;W O �1----T----1----T----Ir------------ T--- - 0��NNO LNN I I mr N----LLPS-._��y-------f7�-------------+--------+- 1 1 1 1 1 1 1 1 1 1 1 1 W w I 0 w 0 w O -t----1----rt----r---rt----r-------r-------r----1----t------ -r --- -- -r ------r�W-r----r--------r--------r- 1 I -1-------------------------------_�----------------\����- ��.�1 ___�_____ I_________________ STA 193+50.00 INDI - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - LLN I! W NN LLN -0 t - - LL J - - -- 1 1 1 1 1 1 1 1 O W Q w O -T----I----T----I----7----7---7----7---7----7----I----T------ -T --- I - - -- 7 ----7 --7----7-oW -7----7- -I----T----I----T- --------- -------- -------- ---------------------------\�-'�� ------------- I ---- ---T ----------- -------- - STA 193+00.00 INDI - - - - - - - - - - - I I - - - - - - - - - + - - - - - - - - - - I - - - - - - - - - - - - - - - I - - - - - - - - - - - - - - I - - - - - - - - - - - - - - - I - - - - - - - - - - - - - - - - - - - - - - - I I - - - - - a- - ,- 4- - - �I- 616 - - - - - - - - - - - - - I I - - - - - - I - - - - - - - I - - - - - - - - - - - - - - - I I ' I I I I I I I LLN LLN I W N1 lf� �N NN I I Om -t--------t--------t----t---t----t---t----t--------t---IbJ -OJ-t-- �y J----LLB N ---tLLN--t----t M� -t----t--------t--------t- 1 1 1 1 1 1 1 W W 1 O W q W O W 1 1 LL 1 1 1 -T----T----I----7----7---7----7---7----7----I----T---I--- -T--- I- - -- -- -7 --7----7,aW-7----7----I----T----I----T- - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - ° % 1 - - - - - -2.0° ° 1.5%- -2.0% 120 110 160 90 80 70 60 50 40 30 20 10 0 10 20 30 40 50 60 70 80 90 100 110 120 Print Date: Drawing File Name: Horiz. Scale: Vert. Scale: Sheet Revisions Date: Comments I III As Constructed Revision No: Revised By: Date: Cross Section Designer: Detailer: STA 192+50.00 3234 3232 3230 3228 3226 3224 3234 3232 3230 3228 3226 3224 3222 3234 3232 3230 3228 3226 3224 3234 3232 3230 3228 3226 3224 roject Number Integrated Highway Sheet Number 39 3234 3232 3230 3228 3226 3234 3232 3230 3228 3226 3234 3232 3230 3228 3226 3234 3232 3230 3228 3226 INDI Ea So 2 LLN LL ry O M LLO LL N LL M V N W W LL O w O w O LLN 8 3°L0 -2 0% -2 n not 1.5° 1.5% 120 110 100 90 80 70 60 50 40 30 20 10 0 10 20 30 40 50 60 70 80 90 100 110 120 STA 196+00.00 INDI o� oNm o� LLM W N 6 16 V N O p p W M LL M W M W W p W p W LLO w Ow -2.0%1L5% 120 110 100 90 80 70 60 50 40 30 20 10 0 10 20 30 40 50 60 70 80 90 100 110 120 STA 195+50.00 INDI p p w W w w --- pwl-- of W J �N w pW T— 7-- Ow. -2. % -2.0 % -2. ° 1 ° 1.5% — — — — — — — — — — — — — — — — — — — — — — — — — . — — — — - — — — 120 11n 1n0 9n An 70 6n 50 do 3n 2n in n in 2n 3n do 50 6n 7n Rn 9n 1n0 11n 120 STA 195+00.00 INDI i — — — — L — — — — — — — L I I I LLOM LL� r' M LLN I Iu�iv p O w w pw pW pw I I o J 83% -Z0% - 1.5°5 1.5% 120 110 160 90 80 70 60 50 40 30 20 10 0 10 20 30 40 50 60 70 80 90 160 110 120 Print Date: Drawing File Name: Horiz. Scale: Vert. Scale: Sheet Revisions Date: Comments I Init. 3234 3232 3230 3228 3226 3234 3232 3230 3228 3226 3234 3232 3230 3228 3226 3234 3232 3230 3228 3226 STA 194+50.00 As Constructed Cross Section Project Number Revision No: Integrated Highway Revised By: Designer: Date: Detailer: Sheet Number 40 3234 3232 3230 3228 3226 3224 3234 3232 3230 3228 3226 3224 3234 3232 3230 3228 3226 3224 3234 3232 3230 3228 3226 3224 INDI o v pm Qr`�i LL Nv W w LLO w LL M ---- Ow LLOw 0M / w 2.0 \ _ 12n iin inn Qn An 7n An An in in 2n 1n n in 2n sn an An An 7n An can 1nn 11n 12n STA 198+00.00 INDI I I I LLON LL NOn 4 inn I uof v 0 1 Ow Ow Ow —Qw-- ---- J--- — — — — — — — — — — — — — - -2.0% -2.0% -20% 1. ° 1 — — _ .— ° — — — — —I --- . 12n iin 1nn Qn An 7n fin sn A in M 1n n 1n 2n sn An An An 7n An Qn 1n0 11n 12n STA 197+50.00 INDI 0 o N W 0 LL N W M W 0 W O W O LL M w 183% -20% -20% -2.0% 1.5% 12n 11n 1nn Qn An 7n fin Sn 4n -in 5n 1n n 1n 5n 3n 4n Sn fin 7n An 9n 160 11n 12n STA 197+00.00 INDI L---L———— L p O o� voiv ----I—.. oo-------.. LL 0 w 0 w 0 w LL MW -2.0 % 1.5% 1.5 —---------- - �_ — I --- - I I 120 110 160 90 80 70 60 50 40 30 20 10 0 10 20 30 40 50 60 70 80 90 160 110 120 Print Date: Drawing File Name: Horiz. Scale: Vert. Scale: Sheet Revisions Date: Comments I Init. As Constructed Revision No: Revised By: Date: Cross Section Designer: Detailer: STA 196+50.00 3234 3232 3230 3228 3226 3224 3234 3232 3230 3228 3226 3224 3234 3232 3230 3228 3226 3224 3234 3232 3230 3228 3226 3224 roject Number Integrated Highway Sheet Number 41 3234 3232 3230 3228 3226 3224 3234 3232 3230 3228 3226 3224 3234 3232 3230 3228 3226 3224 3234 3232 3230 3228 3226 3224 INDI — — — J _ — — — L — — — —i — _ — — L — — — —— — _ — 1 — — — — — — — _ 1 — — — — L — — — - — — — — L — — — J _ — — — L — — — —i — _ _ — L — — — —i— — _ _ 1 — ___----__4---------------�____�---�____�_----___�__— OM ON_4___NN---_____--_____�_--�____�__--____�___--___4_ LL N LL N I N N V —___t__— o J o LL _—__ " ___ LLm—_i____�___�____t____I____+____I____t J_+__ w w I p —--------T-------- ———— r---,----r---,— ---r————I---- T — — — — —— —T--— I---- ----� ---1----r---,----r----I----T----I----T— �—�—_ --I-- I--,�TTTTr --� TTTr----I, TTT— — —- l2 ° I 120 110 100 90 80 70 60 50 40 30 20 10 0 10 20 30 40 50 60 70 80 90 160 110 120 STA 200+00.00 INDI L — — — J — — — — L — — — L — — — — L — — — —I— — — — L — — — —I— — _ _ L — — — —I— — — — L — — — — L — — — J — — — — —t--------t--------------------------1---------t--- OM- O J—----Ii �n _-------------------t--------t— I I I I I I I w— w I Owl M----LLw---F-V - T----I- --- T----I ---- T----T----------T -- -- T----I-- -- T ----- -T--- I- - -- - ---. w T---- T- -- T---- T----I ---- T----I- - - -T_ !— Z — — — — — — — — — — — — — — — — — — — — — — -2.0°0— __ J� _ 19n iin inn on nn 7n en sn 4n in 9n in n in 9n in an sn en 7n an an inn tin tin STA 199+50.00 INDI — — — — — — — — — — — — — — — — — — ` — — — — — — — — — — — — — — — — — — — —'— — — — — — — — —'— — — — — — — — —'— — — — — — — — — ` — — — ..— I I I I I I I I I I I ---------+-------------------------------------�� -0-+---o----�� --- oN- -------- r - -- - - - I - I LLN LLN �N nj LMT —t--------t--------------------------1---------t---D JH OJ—t———LLJ----wLLwN --- LLN------I Via'—----1----_ ---- — Owl ow Q� I I LLrNNi 1 — — — — — — r —7 — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — __ _r —t — 'i-- —� —1 — STA 199+00.00 INDI __--— ---i----'-- —— i -- — —i --—i———— i——————— i———————— i——— —'— — —— i — -8 q- w — + — —— m LLN LLN I MN �N NN I IMN N —t---_ _--aCJ1 0J—t---LLM-------ILLN--�---- �N------1---------t--------t— w w I owl �w O W I ILLn LL —T---- —----- —T— ----T --T————I-pw——T----T----I----T----I----T— _L 1.5% 1.5% — — — — — — — — — — — — — -- — — — — L I i i I T— —1 — 120 110 100 90 80 70 60 50 40 30 20 10 0 10 20 30 40 50 60 70 80 90 160 110 120 Print Date: Drawing File Name: Horiz. Scale: Vert. Scale: Sheet Revisions Date: Comments I Init. As Constructed Revision No: Revised By: Date: Cross Section Designer: Detailer: STA 198+50.00 3234 3232 3230 3228 3226 3224 3234 3232 3230 3228 3226 3224 3234 3232 3230 3228 3226 3224 3234 3232 3230 3228 3226 3224 roject Number Integrated Highway Sheet Number 42 3234 3232 3230 3228 3226 3224 3234 3232 3230 3228 3226 3234 3232 3230 3228 3226 3234 3232 3230 3228 3226 INDI O M o M M O W W O LL J LL w O w O W O w �- —T 83% _ -20% -20% 1�5%y 1.5% ,.� �_. — — — 120 110 100 90 80 70 60 50 40 30 20 10 0 INDI 3234 3232 3230 3228 3226 3224 10 20 30 40 50 60 70 80 90 100 110 120 STA 202+00.00 — — — — — — — — — — — — — — — — — I I �.� oco �in� 1 rail t----� LLo--- . I W W Ow O w o w 1 aw l 120 110 160 90 80 70 60 50 40 30 20 10 0 10 20 30 40 50 60 70 80 90 160 110 120 STA 201 +50.00 INDI co w LL LL w W w O w 0-, O w — — — — -2.0% -2.0% 1.50° 1.5% — — — — — 12n 110 Inn 90 SO 7n fin 50 40 30 20 10 n 10 20 30 40 5n fin 7n RO Bn Inn 110 12n STA 201 +00.00 INDI N u.6 o O LL N N —.. pm LLO J W W W OJ w O w O w O w — _ — ---_-—— — — ---- -- _ -- -t ° — ._— — 2.0% 1.5% 1.5% 2.0 % , --I --—I----I -- -- -}�,i 120 110 160 90 80 70 60 50 40 30 20 10 0 10 20 30 40 50 60 70 80 90 160 110 120 Print Date: Drawing File Name: Horiz. Scale: Vert. Scale: Sheet Revisions Date: Comments I Init. As Constructed Revision No: Revised By: Date: Cross Section Designer: Detailer: 3234 3232 3230 3228 3226 3234 3232 3230 3228 3226 3234 3232 3230 3228 3226 STA 200+50.00 Project Number Integrated Highway Sheet Number 43 3234 3232 3230 3228 3226 3224 3234 3232 3230 3228 3226 3224 3234 3232 3230 3228 3226 3224 3234 3232 3230 3228 3226 3224 Print Date: INDI — L--------L--------L————L---L----L---L————L----I————L————----L--------L————L---L----L---L————L--------L————I----L — N O N —--------+-------------------------------------BI��G—+---'----q.---�N----Y�tl�i------------------------+— LL O J O N LL —t--------t--------�----�---�----�---�----�--------t----�— W—t-- OJ------�--�CJi�---�----�--------t--------t- 1I I 1 1 w Iw O W I Ow I 1 1 I — _� _—=---_Z--C---- ---—--- T———— I — — — — T -----o—T2.o-- I — — —— 7 — — — —r --7—o --T- —7----7----I----T----I----T— — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — STA 204+00.00 INDI — L--------L--------L———— L---L----L---L———— L----I———— L———— I — — — — L————----L — — — —L -------L--------L— I —�--------+--------�----�---�----�---�----�--------�---CIF � —+-- I LL0o 1O— — — — —— — — — 7- — — _ — — — 120 110 100 90 80 70 60 50 40 30 20 10 0 10 20 30 40 50 60 70 80 90 100 110 120 STA 203+50.00 INDI —L__----__L___----_1----L---L----L---J_---L-----___L__--I--_-1-------_1----L----1 STA 204+00.00 INDI — L--------L--------L———— L---L----L---L———— L----I———— L———— I — — — — L————----L — — — —L -------L--------L— I —�--------+--------�----�---�----�---�----�--------�---CIF � —+-- I LL0o 1O— — — — —— — — — 7- — — _ — — — 120 110 100 90 80 70 60 50 40 30 20 10 0 10 20 30 40 50 60 70 80 90 100 110 120 STA 203+50.00 INDI —L__----__L___----_1----L---L----L---J_---L-----___L__--I--_-1-------_1----L----1 STA 203+50.00 INDI —L__----__L___----_1----L---L----L---J_---L-----___L__--I--_-1-------_1----L----1 --------L----I___—----------_ 1 1 1 1 1 1 1 1 1 1 1 1 LL N LL N I � N 916 d N I N N -i____t____I____+___QW +__ LLJ____+_—_--___+_ O W I O w. —7----I----7----I----7----r----7---------1----7----1----7------ —T — —— ---- — — — —T --T-- —T---T----r-------- T———— I — — — —T 0 0 - 0° 1.5% 5%------------- STA 203+00.00 INDI — L — — — —I— — — — L — — — — I— — — — L — — — — L — — — L — — — — L — — — L — — — — L — — — —I — — — — L — — — —I— — — — L — — — — I— — — — L — — — — L — — — L — — — — L — — — L — — — — L — — — —I — — — — L — — — —I— — — — L — —�--------+--------�----�---�----�---�----�--------�--- OGO � —+-- ON---- N ---mob — t—— — — — — —— t—— — — — — —— t ---IDS-01— LL N LL �ONy I t -- �J---- NI LL°`� N ---Fti W N----LLON,Y------- -------- t—— — — — — —— t — 1 1 1 w w 1 O w W O w 1 q W 1 — T — — — -- — — — T — — — -- — — — T — — — — T — — — T — — — — — — — T — — — — T — — — -- — — — T — — — — — — — T — — — 1— — — —7 — — — — T — — T — — — — — — T — — — — T — — — -- — — — T — — — -- — — — T — Drawing File Name: Horiz. Scale: Vert. Scale: Sheet Revisions Date: I Comments I Init. As Constructed Revision No: Revised By: Date: Cross Section Designer: Detailer: STA 202+50.00 3234 3232 3230 3228 3226 3224 3234 3232 3230 3228 3226 3224 3234 3232 3230 3228 3226 3224 3234 3232 3230 3228 3226 3224 ect Number Integrated Highway Sheet Number 44 3234 3232 3230 3228 3226 3224 3234 3232 3230 3228 3226 3234 3232 3230 3228 3226 3234 3232 3230 3228 3226 3224 INDI O O J LL M v N W W O WI Ow LLM ON O w LL ow — — — —�37 —20% -20% 1.5% 1.5% 2.0 120 110 100 90 80 70 60 50 40 30 20 10 0 INDI 3234 3232 3230 3228 3226 3224 10 20 30 40 50 60 70 80 90 100 110 120 STA 206+00.00 -------1------------L-- --_ ov o O LL N N pm pm a v O O W LL M O W 83% -2.0% r 1.5° 1. % 120 110 100 90 80 70 60 50 40 30 20 10 0 10 20 30 40 50 60 70 80 90 160 110 120 STA 205+50.00 INDI L O N N ^ cli V LLM W M O LL ro W O W O w p LL N w O w Ow — 183% 20 1 1.5%� 1.5% 17n 110 Inn 90 fin 70 RO 50 40 30 70 10 0 1n 9n 3n An 6n 6n 7n Rn 90 Inn 110 I9n STA 205+00.00 INDI v�i r LL N O W p W O W O W LL M LL M OW � Ow -_�_° -2.0% 1.5° 1.5% -2.0 120 110 160 90 80 70 60 50 40 30 20 10 0 10 20 30 40 50 60 70 80 90 160 110 120 Print Date: Drawing File Name: Horiz. Scale: Vert. Scale: Sheet Revisions Date: Comments I Init. As Constructed Revision No: Revised By: Date: Cross Section Designer: Detailer: 3234 3232 3230 3228 3226 3234 3232 3230 3228 3226 3234 3232 3230 3228 3226 3224 STA 204+50.00 Project Number Integrated Highway Sheet Number 45 3232 3230 3228 3226 3224 3232 3230 3228 3226 3224 3232 3230 3228 3226 3224 3234 3232 3230 3228 3226 INDI LLN LL N O N O M LL m V N Q LL LL M W W W W LL M O w ow 1 � g3% -z.o%— _i _ — — 120 110 100 90 80 70 60 50 40 30 20 10 0 INDI 3232 3230 3228 3226 3224 10 20 30 40 50 60 70 80 90 100 110 120 STA 208+00.00 o o6 V N o r oN m L l M LL LL M p Q W Q m LL LL M LL N W O w O w LLO N w O W ..�°.°..� I2n 11n Inn 9n AO 70 fin 50 40 30 20 in n in 20 30 40 50 fin 70 Rn 90 Inn 11n I2n STA 207+50.00 INDI OJ LLM LLN vN W O LLM LLM W O W O W p w LL M 4%- -2.0% - -20% 1.5% 1.5% Ow 12n 110 10n 00 Sn 7n 60 80 4) 3n 2n 10 0 10 20 3n 40 80 60 7n SO 00 10n 110 12n STA 207+00.00 INDI LL M r O m Q m LL LL m LL N W w p w 01 w O w ti n O w _2.0% 1.5°° 1.5% I - 120 110 160 90 80 70 60 50 40 30 20 10 0 10 20 30 40 50 60 70 80 90 160 110 120 Print Date: Drawing File Name: Horiz. Scale: Vert. Scale: Sheet Revisions Date: Comments I Init. As Constructed Revision No: Revised By: Date: Cross Section Designer: Detailer: 3232 3230 3228 3226 3224 3234 3232 3230 3228 3226 3224 3234 3232 3230 3228 3226 STA 206+50.00 Project Number Integrated Highway Sheet Number 46 3234 3232 3230 3228 3226 3224 3232 3230 3228 3226 3224 3236 3234 3232 3230 3228 3226 3224 3236 3234 3232 3230 3228 3226 3224 INDI — --------+----I———— -------�-------------------�--- oN u� ° q° N �aM LL LL M W w O W O w LL n Ow OW t g 3% -2.0 % -2 0% L5% 1.5 - - _ _ _ _ - - .--___-_�___---- 120 110 100 90 80 70 60 50 40 30 20 10 0 10 20 30 40 50 60 70 80 90 100 110 120 STA 210+00.00 INDI on 6 �v O p LL M w w01,n m ro LL � LL i w -2.0%--«--20% _—�1.5% — _ -- — — — — —I 19n iin inn on an 7n an Sn an 3n 7n in n in gn an an Sn en 7n an on inn iin inn STA 209+50.00 INDI W N � w W p w v w S LL M O w r _ . — �- — J, 120 110 100 90 80 70 60 50 40 30 20 10 0 10 20 30 40 50 60 70 80 90 INDI 3234 3232 3230 3228 3226 3224 3232 3230 3228 3226 3224 3236 3234 3232 3230 3228 3226 3224 100 110 120 STA 209+00.00 . . . . . . . - - - - L - - - - - - - - - - - _ - - -L - o o orn o03 NN 'gym in a o �----�-------♦----�----�---- — --+— LLN uN �2� Mw cis I I I Ow O W O" LL°� I LLoi �o W p W I _ -2.0 % I _ O twV _ - -2.0° - - . - - 120 110 100 90 80 70 60 50 40 30 20 10 0 10 20 30 40 50 60 70 80 90 160 110 120 Print Date: Drawing File Name: Horiz. Scale: Vert. Scale: Sheet Revisions Date: Comments I Init. As Constructed Revision No: Revised By: Date: Cross Section Designer: Detailer: 3235 3234 3232 3230 3228 3226 3224 STA 208+50.00 Project Number Integrated Highway Sheet Number 47 3234 3232 3230 3228 3226 3224 3234 3232 3230 3228 3226 3224 3234 3232 3230 3228 3226 3224 3234 3232 3230 3228 3226 3224 INDI I — — — — L — — — L _ — — — L— — — L _ _ — — L — — — L — _ _ — L — — — -- — _ _ L — — — — L — — _I — — — — L — — — L _ — — — L— — — L _ _ — — L — — — L LLN LLN I �N V�ro. I Nam. I nN I I I I I —t--------+--------�----�---�----�---�----�--------t— J 0J---+--1i ----WLLWN ---�---�— NN—�---� OJ--�--------t--------+— W W O W p w I LL M t J- I W I t t -T----I----rt----I-----T----F----1---- ----1----r----I----T- -- ---- ----1- ---,- --r---- I - - - - T---- I - - - -T 7---4-�----_-2.00 -----�--T —I— — ---I-- 120 110 100 4n 80 m 60 6n 40 in 20 10 n 1n ;n 'n 40 60 fin 7n 80 Qn inn 110 120 STA 212+00.00 INDI 1----L___--I----L---J----L_-______L__-_____L___-____1----L___--I----L-__J----L____I____L____I____L_ -+----____+-------- ---- --- ---- --- ---- ----I____+----849 __+-- n-I - - -- --- ----4---- -- N W N N I b I LL NI *--------*------------r-------r-------t--------*---�W LL W *-- LLJ----LL�---r---� COJ LLN r-- Oc'1.----t--------*--------*— �I °W P. l ow T T T --_T T --_T T T-------_T--- T------_T --_T T —__T T T T _T I 1 120 110 100 90 80 70 60 50 40 30 20 10 0 10 20 30 40 50 60 70 80 90 100 110 120 STA 211 +50.00 INDI - L--------L--------L---- L---L---- L---L---- L--------L----I- ------L----L---L----L---L----L--------L----1----L- I ---------+----I- - - - - - - -- - - - -�° u' -L----L----------------+- 1 i l l i l l i l l i l i l i l i l l i LL� LLM �NI �N I oN t� I I I I I I LL M N N LL - t----I----rt----I----rt-- - - r-------r-------fi----I----t---9W -0W- ow ----EL p �---t---LLB- --t-oJ -t----t----I----fi----I----t- 1I I I I I I IW w I W T T T --- T ---T T T — — — — —— — --- --- _ — --T T T T— STA 211 +00.00 INDI 1----L___L----L-__L----L____I____L____I____L_ i I —.I �----�--------+----0N I 00O pOq I O �1N—+---OBI---- N N I Y�---�--ON I ----�---�----�--------+--------+- I 0 oM LLIN aNl Ow °WI — — — -2.% - - — — — — — — — _ — — — — 120 110 100 90 80 A 60 50 40 30 20 10 0 10 20 30 40 50 60 70 80 90 160 110 120 Print Date: Drawing File Name: Horiz. Scale: Vert. Scale: Sheet Revisions Date: Comments I Init. As Constructed Revision No: Revised By: Date: Cross Section Designer: Detailer: STA 210+50.00 3234 3232 3230 3228 3226 3224 3234 3232 3230 3228 3226 3224 3234 3232 3230 3228 3226 3224 3234 3232 3230 3228 3226 3224 roject Number Integrated Highway Sheet Number 48 3234 3232 3230 3228 3226 3234 3232 3230 3228 3226 3224 3234 3232 3230 3228 3226 3234 3232 3230 3228 3226 T I I I I 120 110 100 90 80 70 60 5n 4n 3n 2n 1n 0 1n 2n 3n 4n 5n 6n 7n 81 90 100 110 120 INDI �m LL Ow T I M pJ 120 110 100 90 80 70 60 50 40 30 20 10 0 INDI STA 214+00.00 3234 3232 3230 3228 3226 3234 3232 3230 3228 3226 3224 10 20 30 40 50 60 70 80 90 100 110 120 STA 213+50.00 o� LL Q W Q J ------------------------ ---- --- ----------- -------- 12n 11n Inn 9n 6n 7n fin sn 4n 3n 2n to n to 2 INDI LL N O IL M Q W W 0 w — -2.0 ? 1.5 ° ° 1.5 % sn an sn 6n 7n sn 9n Inn 11n STA 213+00.00 _ — — — — L _ — — —J — — — — L — _ — _ — — — — L _ — — 16 16 O M O h � N LL N I LL N N W n O J. o a Q W O W O w O W M w 120 110 160 90 80 70 60 50 40 30 20 10 0 10 20 30 40 50 60 , 70 80 90 160 110 120 Print Date: Drawing File Name: Horiz. Scale: Vert. Scale: Sheet Revisions Date: Comments I Init. As Constructed Revision No: Revised By: Date: Cross Section Designer: Detailer: 3234 3232 3230 3228 3226 3234 3232 3230 3228 3226 STA 212+50.00 Project Number Integrated Highway Sheet Number 49 3234 3232 3230 3228 3226 3224 3234 3232 3230 3228 3226 - - - - - - - - _ _ _ _ _ _� 3234 3232 3230 3228 3226 3224 120 110 100 90 80 70 60 50 40 30 20 10 0 10 20 30 40 50 60 70 80 90 100 110 120 STA 215+00.00 - - - - - - - - - _ _ - 120 110 160 90 80 70 60 50 40 30 20 10 0 10 20 30 40 50 60 70 80 90 160 110 120 Print Date: Drawing File Name: Horiz. Scale: Vert. Scale: Sheet Revisions Date: Comments I Init. As Constructed Revision No: Revised By: Date: Cross Section Designer: Detailer: 3234 3232 3230 3228 3226 STA 214+50.00 Project Number Integrated Highway Sheet Number 50 C1 B 9 v rc P o A 3230 3228 3226 3224 ____ ____ 50 YR EL. 322 WSE .28 3222 V = 5.08 FPS - 3220 3218 3216 3214 STA 162-75.00 I 45.00 LT WINGWALL I (PW-1)(HW=3.5FT) L i 4 b I I +1 ----------------- 0 10 20 HORIZONTAL 0 2 4 VERTICAL I -- — — .— — — .— — — .— — — -- — — — —. -- .— — — .—.—.—.—.--.—._.--..—.— — — — _ _ _ _ _ _ _ _ — — — — — — — — — — \STA 162+75.00 -- — —CSTA 162+75.00 (L PROP 4'X2'RCB 0RT WINGWALL NOTE: I I (PW-1)(HW=3.5FT) EXACT LIMITS AND GEOMETRY OF RIPRAP APRON MAY BE I ADJUSTED IN THE FIELD. I w I I IW I I Q I Q Q I z :0 I It NUE m■■---mm---■■m-■ ■■---mmm---■■--■ 3230 3228 3226 3224 3222 3220 3218 3216 3214 Parkhill SH& ' F �^ y�(PjE �.TFkys11+0 1 YS Si•i '•ii 11 �n .. / KVLE W. JACKS N / 8310 9 • \2�±,% 1l SS i.N...• N 02/22/21 C C Q i � o Lubbock TARS CLIENT City of Lubbock 1625 13th Street Lubbock, TX 79401 PROJECT NO, 26962D 1 MUM ADDENDUM # DATE DESCRIPTION INDIANA AVENUE CULVERT LAYOUT STRUCTURE #3 100 80 60 40 20 0 20 40 60 80 100 ii Culvert Station and/or Creek Name Description of Max Applicable Applicable Skew Side T U C Hw O A B Lw Ltw Atw Riprap Class O Class C3 Total followed by applicable end Box Culvert Fill Box Wingwall Angle Slope Culvert Culvert Estimated Height Curb to Offset Length of Culvert Anchor Apron °C', "C', Wingwall (Lt, Rt or Both) Height Culvert or End or Channel Top Slab Wall Curb of End of of End of Longest Toewall Toewall Conc Conc Area Standard Treatment (0°,15°, Slope Ratio Thickness Thickness Height Wingwall Wingwall Wingwall Wingwall Length Length (Curb) (Wingwall) No. Spans -- 4 O Standard 30' or Span X Height (Ft) 45°) (SL:1) (In) (In) (Ft) (Ft) (Ft) (Ft) (Ft) (Ft) (Ft) (Cy) (Cy) (Cy) (SF) STRUCTURE #3 STA 162+75 (Both) 1 — 4'x 2' 2' SCP-4 PW-1 0° 3:1 7.5" 5" 1.000, 3,000' N/A N/A 10.000, 4.833' N/A 9 1.84 31.4 120 0 c v m 00 v . � o N 3 zoo c c m u,� mo c � ar s�E m ut c `�a w0� m '^ x v m v w v ,c of pL C a3. aiv o o� saw _ c � a`6 0 mom a v c npo �nxo o `a va LU rLn Ln a ORound the wall heights shown to the nearest foot for bidding purposes. OConcrete volume shown is for box culvert curb only. For curbs using the Box Culvert Rail Mounting Details (RAC) standard sheet quantities shown must be increased by a factor of 2.25. If Class S concrete is required for the top slab of the culvert, also provide Class S concrete for the curb. Curb concrete is NOTES: considered part of the Box Culvert for payment. Skew = 0° on SW-O, FW-0, SETB-CD, SETB-SW-O, and SETB-FW-O standard sheets; 30' maximum for safety end treatment O Concrete volume shown is total of wings, footings, culvert toewall (if any), anchor toewalls (if any) SL:1 = Horizontal : 1 Vertical and wingwall toewalls. Riprap aprons, culverts, and • Side slope at culvert for flared or straight wingwalls. curb quantities are not included. • Channel slope for parallel wingwalls. • Slope must be 3:1 or flatter for safety end treatments. O Regardless of the type of culvert shown on this sheet, the Contractor has the option of furnishing T = Box culvert top slab thickness. Dimension can be found on the applicable box culvert standard sheet. cast -in -place or precast culverts unless otherwise shown elsewhere on the plans. If the Contractor U = Box culvert wall thickness. Dimension can be found on the applicable box culvert standard sheet. elects to provide culverts of a different type than C = Curb height those shown on this sheet, it is the Contractor's Bridge See applicable wing or end treatment standard sheets for calculations of Hw, A, B, Lw, Ltw, Atw, and Total Wingwall Area. responsibility to make the necessary adjustments to® the dimensions and quantities shown. Division , Texas DepartmentofTransportation Standard Hw = Height of wingwall BOX CULVERT SUPPLEMENT A = Distance from face of curb to end of wingwall (not applicable to parallel or straight wingwalls) WINGS AND END TREATMENTS 8 = Offset of end of wingwall (not applicable to parallel or straight wingwalls) Lw = Length of longest wingwall. Ltw = Length of culvert toewall (not applicable when using riprap apron) Atw = Length of anchor toewall (applicable to safety end treatment only) B C S Total Wingwall Area = Wingwall area in sq. ft. for two wingwalls (one structure end) if Lt or Rt. Area for four wingwalls (two structure ends) if Both. FILE. bcsstde I -20.dgn ON: TXDOT cx TXDOT FW: Tx DOT cx TxDOT ©TXDOT February 2020 comr SECTI IGe I HIGHWAY W W REVISIONS OiST COUNTY SHEET N0. ti C I RI REVISED: PROPOSAL SUBMITTAL FORM UNIT PRICE PROPOSAL CONTRACT DATE: PROJECT NUMBER: RFP 21-15758-JM Indiana Avenue 13011 to Woodrow Road Proposal of _ called Offeror) To the Honorable Mayor and City Council City of Lubbock, Texas (hereinafter called Owner) Ladies and Gentlemen: (hereinafter The Offeror, in compliance with your Request for Proposals for the Indiana Avenue 130' to Woodrow Road having carefully examined the plans, specifications, instructions to offerors, notice to offerors and all other related contract documents and the site of the intended work, and being familiar with all of the conditions surrounding the construction of the intended project including the availability of materials and labor, hereby intends to furnish all labor, materials, and supplies; and to construct the project in accordance with the plans, specifications and contract documents, within the time set forth therein and at the price stated below. The price to cover all expenses incurred in performing the work required under the contract documents. Bid Item No. TxDOT Item No. Description Unit Estimated Quantity Unit Price Extension BASE BID 1 100 Prepare ROW sta 96.25 2 103 Dispose of Water Well ea 1.00 3 104 Remove Concrete (Curb & Gutter) if 2,898.00 4 104 Remove Concrete (Driveway) Sy 1,264.00 5 104 Remove Concrete (Sidewalk) sy 508.00 6 105 Remove Asphalt Pavement (2.5" to 3.5") sy 34,007.00 7 105 Remove Asphalt (Driveway) Sy 1,185.00 8 110 Excavation (Roadway) cy 20,128.00 [9--70 Excavation (Channel) cy 1,305.00 10 132 Embankment (Density Control) cy 5,666.00 11 164 Broadcast Seeding (Perm) (Urban) (Sandy) sy 63,676.00 12 168 Vegetative Watering mg 1,072.00 13 169 Soil Retention Blankets (CL 1) (TY B) sy 178.00 14 247 Flexible Base (12") (Ty A) (Gr 1-2) sy 46,339.00 15 305 Salvage & Haul Asphalt Pavement (2.5" to 3.5") ton- mi 5,611.00 16 310 Prime Coat (MC-30) ga 9,268.00 17 316 Asphalt (AC-15P) (Detour Areas) ga 8,075.00 18 316 Aggregate (Ty PB) (Gr-4) (SAC -A) (Detour Areas) cy 251.00 19 340 HMAC (Ty C) (PG 70-28) (2") ton 4,843.80 20 340 HMAC (Ty B) (PG 70-28) (4") ton 9,687.00 21 351 Flexible Pavement Structure Repair sy 300.00 22 360 Concrete Pavement Approach (CROP) (8") sy 4,891.00 23 401 Flowable Backfill cy 200.00 24 432 Concrete riprap (4") cy 150.00 25 462 Concrete Box Culvert (4' x 2') if 98.00 26 464 RC Pipe (CL V) (24") if 92.00 27 464 RC Pipe (CL V) (18") if 198.00 28 466 Wingwall (PW-1) (HW=3) ea 2.00 29 467 SET (TY I) (18 IN) (6:1) (C) ea 8.00 30 467 SET (TY I) (24 IN) (6:1) (C) ea 4.00 31 479 Adjust Manhole ea 11.00 32 479 Adjust Water Valve ea 24.00 33 n/a Relocate Fire Hydrant ea 2.00 34 496 Remove Structure (Pipe) if 178.00 35 496 Remove Structure (SET) ca 6.00 36 496 Remove Rock Riprap sy 95.00 37 500 Mobilization is 1.00 38 502 Barricades, Signs and Traffic Handling mo 13.00 39 502 Portable Changeable Message Boards ea 3.00 40 506 Rock Filter Dam (Install) (Ty 1) if 400.00 41 506 Rock Filter Dam (Remove) if 400.00 42 506 Construction Exits (Install) (Ty 1) sy 200.00 43 506 Construction Exits (Remove) sy 200.00 44 506 Erosion Control Log (Install) (8") if 2,313.00 45 506 Erosion Control Log (Remove) (8") if 2,313.00 46 506 Blading Work (Erosion Control) hr 80.00 47 508 Construct Temporary Pavement Widening sy 811.00 48 508 Construct Temporary Driveway sy 1,330.00 49 529 Concrete Curb & Gutter if 5,040.00 50 529 Concrete Curb (Ribbon) sy 1,098.00 51 529 Concrete Curb (Flume) if 8,210.00 52 530 Intersections & Turnouts (Concrete) sy 2,227.00 53 530 Driveways (Concrete) sy 1,348.00 54 530 Intersections & Turnouts (HMAC) sy 4,551.00 55 n/a Driveway/Alley Approach (Millings) sy 356.00 56 531 Concrete Sidewalk (4") sy 2,334.00 57 531 ADA Curb Ramp ea 14.00 58 560 Mailbox Assembly (Single) (TWG) (Ty 1) ea 4.00 59 610 Roadway Illumination Assemblies ea 17.00 60 618 Conduit (PVC) (Sch 40) (2") if 4,902.00 61 618 Conduit (PVC) (Sch 40) (3") if 798.00 62 620 Electrical Conductors (No 6) (Insulated) if 14,706.00 63 624 Ground Boxes ea 17.00 64 628 Electrical Services ea 1.00 65 644 Remove small sign assembly ea 13.00 66 644 Small sign assembly ea 21.00 67 662 Wk Zn Pav Markings (Ty 1) (W) (4") (Sld) if 13,096.00 68 662 Wk Zn Pav Markings (Ty 1) (W) (24") (Sld) if 200.00 69 662 Wk Zn Pav Markings (Ty 1) (Y) (4") (Sld) 1f 13,329.00 70 666 Pav Markings (Ty 1) (W) (4") (Brk) (100 Mil) if 410.00 71 666 Pav Markings (Ty 1) (W) (4") (Sld) (100 Mil) 1f 14,329.00 72 666 Pav Markings (Ty 1) (W) (8") (Sld) (100 Mil) 1f 2,914.00 73 666 Pav Markings (Ty 1) (W) (8") (Dot) (100 Mil) if 242.00 74 666 Pav Markings (Ty 1) (W) (12") (Sld) (100 Mil) if 1,455.00 75 666 Pav Markings (Ty 1) (W) (24") (Sld) (100 Mil) if 1,228.00 76 666 Pav Markings (Ty 1) (Y) (4") (Brk) (100 Mil) if 3,884.00 77 666 Pav Markings (Ty 1) (Y) (4") (Sld) (100 Mil) if 22,731.00 78 666 Pav Markings (Ty 1) (Y) (12") (Sld) (100 Mil) if 534.00 79 668 Prefab Pav Markings (Ty C) (W) (Arrow) ea 10.00 80 672 Raised Pav Marker (Ty I-C) ea 14.00 81 672 Raised Pav Marker (Ty II -A -A) ea 396.00 82 677 Eliminate Existing Pavement Markings if 4,284.00 85 678 Pave Surface Prep for Markings (4") if 2,123.00 86 678 Pave Surface Prep for Markings (8") if 1,037.00 87 678 Pave Surface Prep for Markings (12") if 670.00 88 678 Pave Surface Prep for Markings (24") if 36.00 89 678 Pave Surface Prep for Markings (Arrow) ea 36.00 90 751 Salvage & Redistribute Landscape Rock sy 1,308.00 91 5039 Fence Special (Fence Notch) if 36.00 TOTAL BASE BID (1-91) $ Bid TxDOT Description Unit Estimated Unit Extension Item No Item No. Quantity Price ADDITIVE ALTERNATE - 1 Full width construction from 135th to FM 1585 (Flexible Pavement Section) (Additional Quantity Only) 3A 104 Remove Concrete if 438.00 (Curb & Gutter) Must match Item 3 unit rice 4A 104 Remove Concrete sy 145.00 (Driveway) Must match Item 4 unit rice 5A 104 Remove Concrete sy 63.00 (Sidewalk) Must match Item 5 unit price 8A 110 Excavation cy 2,175.00 (Roadway) Must match Item 8 unit price 10A 132 Embankment cy (286.00) (Density Control) Must match Item 10 unit rice 11A 164 Broadcast Seeding sy 1,633.00 (Perm) (Urban) (Sandy) Must match Item 11 unit rice 12A 168 Vegetative mg 27.00 Watering Must match Item 12 unit price 13A 169 Soil Retention sy 88.89 Blankets (CL 1) (TY B) Must match Item 13 unit price 14A 247 Flexible Base (12") sy 7,975.00 (Ty A) (Gr 1-2) Must match Item 14 unit price 16A 310 Prime Coat (MC- ga 1,595.00 30) Must match Item 16 unit rice 19A 340 HMAC (Ty C) (PG ton 826.00 70-28) (2") Must match Item 19 unit rice 20A 340 HMAC (Ty B) (PG ton 1,652.00 70-28) (4") Must match Item 20 unit price 32A 479 Adjust Water Valve ea 2.00 Must match Item 32 unit rice 49A 529 Concrete Curb & if 1,393.00 Gutter Must match Item 49 unit rice 53A 530 Driveways sy 145.00 (Concrete) Must match Item 53 unit rice 54A 530 Intersections & sy (1,866.00) Turnouts (HMAC)(Deduct) Must match Item 54 unit rice 56A 531 Concrete Sidewalk sy 63.00 (4") Must match Item 56 unit rice 70A 666 Pav Markings (Ty if 620.00 1) (W) (4") (Brk) (100 Mil) Must match Item 70 unit price 71A 666 Pav Markings (Ty if (218.00) 1) (W) (4") (Sld) (100 Mil) Must match Item 71 unit rice 72A 666 Pav Markings (Ty if 763.00 1) (W) (8") (Sld) (100 Mil) Must match Item 72 unit rice 74A 666 Pav Markings (Ty if 1,692.00 1) (W) (12") (Sld) (100 Mil) Must match Item 74 unit price 75A 666 Pav Markings (Ty if 568.00 1) (W) (24") (Sld) (100 Mil) Must match Item 75 unit price 76A 666 Pav Markings (Ty if 24.00 1) (Y) (4") (Brk) (100 Mil) Must match Item 76 unit rice 77A 666 Pav Markings (Ty if 401.00 1) (Y) (4") (Sld) (100 Mil) Must match Item 77 unit price 78A 666 Pav Markings (Ty if 259.00 1) (Y) (12") (Sld) (100 Mil) Must match Item 78 unit price 79A 668 Prefab Pav ea 2.00 Markings (Ty C) (W) (Arrow) Must match Item 79 unit rice 80A 672 Raised Pav Marker ea 62.00 (Ty I-C) Must match Item 80 unit rice TOTAL ADDITIVE ALTERNATE - 1 Full width construction from 135th to FM $ 1585 (Flexible Pavement Section) Bid TxDOT Estimated Unit Item Item No. Description Unit Quantity Price Extension No. Pavement Alternate Section (Rigid Pavement Section) 8B 110 Excavation cy (9,210.00) (Roadway) Must match Item 8 unit price lOB 132 Embankment cy 4,379.00 (Density Control) Must match Item 10 unitprice 14B 247 Flexible Base (12") sy (46,706.00) (Ty A) (Gr 1- 2)(Deduct) Must match Item 14 unit rice 16B 310 Prime Coat (MC- ga (9,341.20) 30)(Deduct) Must match Item 16 unit price 19B 340 HMAC (Ty C) (PG ton (4,870.00) 70-28) (2")(Deduct) Must match Item 19 unit rice 20B 340 HMAC (Ty B) (PG ton (9,739.00) 70-28) (4")(Deduct) Must match Item 20 unit price 22B 360 Concrete Pavement sy (4,891.00) Approach (CROP) (8") Must match Item 22 unit rice 92B 360 Concrete Pavement sy 45,890.00 (CRCP) (8") 93B 500 Mobilization is 1.00 Adjustment 85B 678 Pave Surface Prep if 39,231.00 for Markings (4") Must match Item 85 unit price 86B 678 Pave Surface Prep if 1,877.00 for Markings (8") Must match Item 86 unit price 87B 678 Pave Surface Prep if 1,241.00 for Markings (12") Must match Item 87 unit rice 88B 678 Pave Surface Prep if 280.00 for Markings (24") Must match Item 88 unit rice TOTAL Pavement Alternate Section (Rigid Pavement Section) $ Bid TxDOT Estimated Unit Item Item No. Description Unit Quantity Price Extension No. Pavement Alternate Section (Rigid Section) with Additive Alternate #1 (Additional Quantity Only) 3C 104 Remove Concrete if 438.00 (Curb & Gutter) Must match Item 3 unit price 4C 104 Remove Concrete sy 145.00 (Driveway) Must match Item 4 unit rice 5C 104 Remove Concrete sy 63.00 (Sidewalk) Must match Item 5 unit rice 8C 110 Excavation cy 190.00 (Roadway) Must match Item 8 unit price 10C 132 Embankment cy 534.00 (Density Control) Must match Item 10 unit rice 11C 164 Broadcast Seeding sy 1,633.00 (Perm) (Urban) (Sandy) Must match Item 11 unit rice 12C 168 Vegetative mg 27.00 Watering Must match Item 12 unit rice 13C 169 Soil Retention sy 89.00 Blankets (CL 1) (TY B) Must match Item 13 unit rice 92C 360 Concrete Pavement sy 7,183.00 (CRCP) (8") Must match Item 92B unit price 32C 479 Adjust Water ea 2.00 Valves Must match Item 32 unit price 49C 529 Concrete Curb & sy 1,393.00 Gutter Must match Item 49 unit rice 53C 530 Driveways sy 145.00 (Concrete) Must match Item 53 unit rice 54C 530 Intersections & sy (1,866.00) Turnouts (HMAC) Must match Item 54 unitprice 56C 531 Concrete Sidewalk sy 63.00 (4") Must match Item 56 unit price 70C 666 Pav Markings (Ty if 620.00 1) (W) (4") (Brk) (100 Mil) Must match Item 70 unit price 71 C 666 Pav Markings (Ty if (218.00) 1) (W) (4") (Sld) (100 Mil) Must match Item 71 unit rice 72C 666 Pav Markings (Ty if 763.00 1) (W) (8") (Sld) (100 Mil) Must match Item 72 unit price 74C 666 Pav Markings (Ty if 1,692.00 1) (W) (12") (S1d) (100 Mil) Must match Item 74 unit rice 75C 666 Pav Markings (Ty if 568.00 1) (W) (24") (Sld) (100 Mil) Must match Item 75 unit rice 76C 666 Pav Markings (Ty if 24.00 1) (Y) (4") (Brk) (100 Mil) Must match Item 76 unit rice 77C 666 Pav Markings (Ty if 401.00 1) (Y) (4") (Sld) (100 Mil) Must match Item 77 unit price 78C 666 Pav Markings (Ty if 259.00 1) (Y) (12") (Sld) (100 Mil) Must match Item 78 unit price 79C 666 Prefab Pav ea 2.00 Markings (Ty C) (W) (Arrow) Must match Item 79 unit rice 80C 668 Raised Pav Marker ea 62.00 (Ty I-C) Must match Item 80 unit price 85C 672 Pave Surface Prep if 827.00 for Markings (4") Must match Item 85 unitprice 86C 678 Pave Surface Prep if 763.00 for Markings (8") Must match Item 86 unit rice 87C 678 Pave Surface Prep if 1,951.00 for Markings (12") Must match Item 87 unit rice 88C 678 Pave Surface Prep if 568.00 for Markings (24") Must match Item 88 unitprice 89C 678 Pave Surface Prep ea 2.00 for Markings (Arrow) Must match Item 88 unit price TOTAL Pavement Alternate Section (Rigid Section) with Additive Alternate #1 $ REVISED: PROPOSAL SUBMITTAL FORM UNIT PRICE PROPOSAL CONTRACT DATE: PROJECT NUMBER: RFP 21-15758-JM Indiana Avenue 13011 to Woodrow Road Proposal of called Offeror) To the Honorable Mayor and City Council City of Lubbock, Texas (hereinafter called Owner) Ladies and Gentlemen: (hereinafter The Offeror, in compliance with your Request for Proposals for the Indiana Avenue 130' to Woodrow Road having carefully examined the plans, specifications, instructions to offerors, notice to offerors and all other related contract documents and the site of the intended work, and being familiar with all of the conditions surrounding the construction of the intended project including the availability of materials and labor, hereby intends to furnish all labor, materials, and supplies; and to construct the project in accordance with the plans, specifications and contract documents, within the time set forth therein and at the price stated below. The price to cover all expenses incurred in performing the work required under the contract documents. Bid Item No. TxDOT Item No. Description Unit Estimated Quantity Unit Price Extension BASE BID 1 100 Prepare ROW sta 96.25 2 103 Dispose of Water Well ea 1.00 3 104 Remove Concrete (Curb & Gutter) if 2,898.00 4 104 Remove Concrete (Driveway) sy 1,264.00 5 104 Remove Concrete (Sidewalk) sy 508.00 6 105 Remove Asphalt Pavement (2.5" to 3.5") sy 34 007.00 ' 7 105 Remove Asphalt (Driveway) sy 1,185.00 8 110 Excavation (Roadway) cy 20,128.00 9 110 Excavation (Channel) cy 1,305.00 10 132 Embankment (Density Control) cy 5,666.00 11 164 Broadcast Seeding (Perm) (Urban) (Sandy) sy 63,676.00 12 168 Vegetative Watering mg 1,072.00 Bid Item No. TxDOT Item No. Description Unit Estimated QuantityPrice Unit Extension BASE BID 13 169 (TY Retention Blankets (CL 1) sy 178.00 14 247 Flexible Base (12") (Ty A) (Gr sy 46,706.00 15 305 Salvage & Haul Asphalt Pavement 2.5" to 3.5" ton- mi 5611.00 ' 16 310 Prime Coat (MC-30) ga 9,341.20 17 316 Asphalt (AC-10) (Detour Areas) ga 8,075.00 18 316 Aggregate (Ty PB) (Gr-4) (SAC- B) (Detour Areas) cy 251.00 19 340 HMAC (Ty C) (PG 70-28) (2") ton 4,869.30 20 340 HMAC (Ty B) (PG 70-28) (4") ton 9,738.45 21 351 Flexible Pavement Structure Repair sy 300.00 22 360 Concrete Pavement Approach (CRCP) (8" sy 4,890.89 23 401 Flowable Backfill cy 200.00 24 432 Concrete riprap (4") cy 150.00 25 462 Concrete Box Culvert (4' x 2') if 98.00 26 464 RC Pipe (CL V) (24") if 92.00 27 464 RC Pipe (CL V) (18") if 198.00 28 466 Wingwall (PW-1) (HW=3) ea 2.00 29 467 SET (TY I) (18 IN) (6:1) (C) ea 8.00 30 467 SET (TY I) (24 IN) (6:1) (C) ea 4.00 31 479 Adjust Manhole ea 11.00 32 479 Adjust Water Valve ea 24.00 33 n/a Relocate Fire Hydrant ea 2.00 34 496 Remove Structure (Pipe) if 178.00 35 496 Remove Structure (SET) ea 6.00 Bid Item TxDOT Description Unit Estimated Unit Extension No. Item No. Quantity Price BASE BID 36 496 Remove Rock Riprap sy 95.00 37 500 Mobilization is 1.00 38 502 Barricades, Signs and Traffic mo 10.00 Handling 39 502 Portable Changeable Message ea 3.00 Boards 40 506 Rock Filter Dam (Install) (Ty 1) if 400.00 41 506 Rock Filter Dam (Remove) if 400.00 42 506 Construction Exits (Install) (Ty sy 200.00 1 43 506 Construction Exits (Remove) sy 200.00 44 506 Erosion Control Log (Install) if 2,313.00 45 506 Erosion Control Log (Remove) if 2,313.00 46 506 Blading Work (Erosion Control) hr 80.00 47 508 Construct Temporary Pavement sy 811.00 Widening 48 508 Construct Temporary Driveway sy 1,330.00 49 529 Concrete Curb & Gutter if 5,040.00 50 529 Concrete Curb (Ribbon) if 1,098.00 51 529 Concrete Curb (Flume) if 8,210.00 52 530 Intersections & Turnouts sy 2,227.00 (Concrete) 53 530 Driveways (Concrete) sy 1,348.00 54 530 Intersections & Turnouts sy 4,551.00 (HMAC) 55 n/a Driveway/Alley Approach sy 356.00 (Millings) 56 531 Concrete Sidewalk (4") sy 2,334.00 57 531 ADA Curb Ramp ea 14.00 58 560 Mailbox Assembly (Single) ea 4.00 (TWG) (Ty 1) Bid Item TxDOT Description Unit Estimated Unit Extension No. Item No. QuantityPrice BASE BID 59 610 Roadway Illumination ea 17.00 Assemblies 60 618 Conduit (PVC) (Sch 40) (2") if 4,902.00 61 618 Conduit (PVC) (Sch 40) (3") if 798.00 62 620 Electrical Conductors (No 6) if 14,706.00 (Insulated 63 624 Ground Boxes ea 17.00 64 628 Electrical Services ea 1.00 65 644 Remove small sign assembly ea 13.00 66 644 Small sign assembly ea 21.00 67 662 Wk Zn Pav Markings (Ty 1) (W) if 12,840.00 (4") (Sld) 68 662 Wk Zn Pav Markings (Ty 1) (W) if 120.00 (24") (Sld) 69 662 Wk Zn Pav Markings (Ty 1) (Y) if 13 144.00 (4" Sld ' 70 666 Pav Markings (Ty 1) (W) (4") if 130.00 (Brk) (100 Mil) 71 666 Pav Markings (Ty 1) (W) (4") if 15,043.00 (Sld) (100 Mil) 72 666 Pav Markings (Ty 1) (W) (8") if 0.00 (Sld) (100 Mil) 73 666 Pav Markings (Ty 1) (W) (12") if 710.00 (Sld) (100 Mil) 74 666 Pav Markings (Ty 1) (W) (24") if 1,116.00 (Sld) (100 Mil) 75 666 Pav Markings (Ty 1) (Y) (4") if 3,959.00 (Brk) (100 Mil) 76 666 Pav Markings (Ty 1) (Y) (4") if 20,331.00 (Sld) (100 Mil) 77 668 Prefab Pav Markings (Ty C) (W) ea 10.00 (Arrow) 78 672 Raised Pav Marker (Ty I-C) ea 14.00 79 672 Raised Pav Marker (Ty II -A -A) ea 396.00 80 677 Eliminate Existing Pavement if 3,985.00 Markings Bid Item TxDOT Estimated Unit Description Unit Extension No. Item No. Quantity Price BASE BID Salvage & Redistribute 81 751 Landscape Rock Sy 1,308.00 82 5039 Fence Special (Fence Notch) if 36.00 TOTAL BASE BID $ Bid Item TxDOT Estimated Unit Description Unit Extension No. Item No. Quantity Price ADDITIVE ALTERNATE - 1 Full width construction from 135th to FM 1585 (Flexible Pavement Section) (Additional Quantity Only) Remove Concrete 3A 104 (Curb & Gutter) Must if 5,350.00 match Item 3 unit price Remove Concrete 4A 104 (Driveway) Must sy 145.00 match Item 4 unit price Remove Concrete SA 104 (Sidewalk) Must sy 63.00 match Item S unit rice Excavation 8A 110 (Roadway) Must cy 2,175.00 match Item 8 unit rice Embankment l0A 132 (Density Control) cy (286.00) Must match Item 10 unit rice Broadcast Seeding 11A 164 (Perm) (Urban) sy 1,633.00 (Sandy) Must match Item 11 unit price Vegetative Watering 12A 168 Must match Item 12 mg 27.00 unit rice Soil Retention 13A 169 Blankets (CL 1) (TY sy 88.89 B) Must match Item 13 unit rice Flexible Base (12") 14A 247 (Ty A) (Gr 1-2) Must sy 7,975.00 match Item 14 unit rice Prime Coat (MC-30) 16A 310 Must match Item 16 ga 1,595.00 unit rice HMAC (Ty C) (PG 19A 340 70-28) (2") Must ton 826.00 match Item 19 unit price Bid Item No. TxDOT Description Unit Estimated Unit Extension Item No. Quantity Price ADDITIVE ALTERNATE - 1 Full width construction from 135th to FM 1585 (Flexible Pavement Section) (Additional Quantity Only) HMAC (Ty B) (PG 20A 340 70-28) (4") Must ton 1,652.00 match Item 20 unit price Adjust Water Valve 32A 479 Must match Item 32 ea 2.00 unitprice Concrete Curb & 49A 529 Gutter Must match if 1,393.00 Item 49 unitprice Driveways (Concrete) 53A 530 Must match Item 53 sy 145.00 unitprice Intersections & Turnouts 54A 530 (HMAC)(Deduct) sy (1,866.00) Must match Item 54 unitprice Concrete Sidewalk 56A 531 (4") Must match Item sy 63.00 56 unit price Pav Markings (Ty 1) 70A 666 (W) (4") (Brk) (100 if 720.00 Mil) Must match Item 70 unitprice Pav Markings (Ty 1) 71A 666 Must if 2,768.00 Mil) matchOIe m 71 unitprice Pav Markings (Ty 1) 72A 666 (Must if 1,662.00 Mil) matchOIem 72 unitprice Pav Markings (Ty 1) 73A 666 (W) (12") (Sld) (100 if 227.00 Mil) Must match Item 73 unitprice Prefab Pav Markings 77A 668 (Ty C) (W) (Arrow) ea 2.00 Must match Item 77 unitprice Bid Item No. TxDOT Description Unit Estimated Unit Extension Item No. Quantity Price ADDITIVE ALTERNATE - 1 Full width construction from 135th to FM 1585 (Flexible Pavement Section) (Additional Quantity Only) Raised Pav Marker 78A 672 (Ty I-C) Must match ea 72.00 Item 78 unit price TOTAL ADDITIVE ALTERNATE - 1 Full width construction from 135th to FM 1585 (Flexible Pavement Section) $ Bid Item No. TxDOT Item No. Description Unit Estimated Quantity Unit Price Extension Pavement Alternate Section (Rigid Pavement Section) 8B 110 Excavation (Roadway) Must match Item 8 unit price cy (9,210.00) 10B 132 Embankment (Density Control) Must match Item 10 unit price cy 4,379.00 14B 247 Flexible Base (12") (Ty A) (Gr 1-2)(Deduct) Must match Item 14 unit price sy (46,706.00) 16B 310 Prime Coat (MC-30)(Deduct) Must match Item 16 unit price ga (9,341.20) 19B 340 HMAC (Ty C) (PG 70-28) (2")(Deduct) Must match Item 19 unit price ton (4,869.30) 20B 340 HMAC (Ty B) (PG 70-28) (4")(Deduct) Must match Item 20 unit price ton (9,738.45) 22B 360 Concrete Pavement Approach (CRCP) (8") Must match Item 22 unit price sy (4,890.89) 83B 360 Concrete Pavement (CRCP) (8") sy 40,999.00 84B 500 Mobilization Adjustment is 1.00 85B 678 Pave Surface Prep for Markings (4") if 39,463.00 86B 678 Pave Surface Prep for Markings (12") if 1,116.00 87B 678 Pave Surface Prep for Markings (8") if 710.00 88B 678 Pave Surface Prep for Markings (24") if 1,116.00 89B 678 Pave Surface Prep for Markings (Arrow) ea 10.00 TOTAL Pavement Alternate Section (Rigid Pavement Section) $ Bid Item TxDOT Estimated Unit No. Item Description Unit Quantity Price Extension No. Pavement Alternate Section (Rigid Section) with Additive Alternate #1 (Additional Quantity Only) 3C 104 Remove Concrete (Curb & Gutter) Must match if 5,350.00 Item 3 unitprice 4C 104 Remove Concrete (Driveway) Must match Item sy 145.00 4 unitprice 5C 104 Remove Concrete (Sidewalk) Must match Item sy 63.00 5 unitprice 8C 110 Excavation (Roadway) Must match Item 8 unit cy 190.00 price 10C 132 Embankment (Density Control) Must match cy 534.00 Item 10 unitprice 11C 164 Broadcast Seeding (Perm) (Urban) (Sandy) sy 1,633.00 Must match Item 11 unitprice 12C 168 Vegetative Watering Must match Item 12 unit mg 27.00 price 13C 169 Soil Retention Blankets (CL 1) (TY B) Must sy 88.89 match Item 13 unitprice 83C 360 Concrete Pavement (CRCP) (8") Must match sy 7,183.00 Item 83B unitprice 32C 479 Adjust Water Valves Must match Item 32 unit ea 2.00 price 49C 529 Construct Temporary Driveway Must match sy 1,393.00 Item 49 unitprice 53C 530 Driveways (Concrete) Must match Item 53 unit sy 145.00 price 54C 530 Intersections & Turnouts (HMAC) Must match sy (1,866.00) Item 54 unitprice 56C 531 Concrete Sidewalk (4") Must match Item 56 unit if 63.00 price 70C 666 Pav Markings (Ty 1) (W) (4") (Brk) (100 Mil) if 720.00 Must match Item 70 unitprice 71C 666 Pav Markings (Ty 1) (W) (4") (Sld) (100 Mil) if 2,768.00 Must match Item 71 unitprice 72C 666 Pav Markings (Ty 1) (W) (8") (Sld) (100 Mil) if 1,662.00 Must match Item 72 unitprice 73C 666 Pav Markings (Ty 1) (W) (12") (Sld) (100 Mil) if 227.00 Must match Item 73 unitprice 77C 668 Prefab Pav Markings (Ty C) (W) (Arrow) Must if 2.00 match Item 77 unitprice 78C 672 Raised Pav Marker (Ty I-C) Must match Item ea 72.00 78 unit price 85C 678 Pave Surface Prep for Markings (4") Must if 3,488.00 match Item 85 unitprice 86C 678 Pave Surface Prep for Markings (8") Must if 1,662.00 match Item 86 unitprice 87C 678 Pave Surface Prep for Markings (12") Must if 227.00 match Item 87 unit price Bid Item TxDOT Estimated Unit No. Item Description Unit Quantity Price Extension Pavement Alternate Section (Rigid Section) with Additive Alternate #1 (Additional Quantity Onl ) 89C 678 Pave Surface Prep for Markings (Arrow) Must ea 2.00 match Item 89 unit price TOTAL Pavement Alternate Section (Rigid Section) with Additive Alternate #1 $ PROPOSED CONSTRUCTION TIME: 1. Contractors proposed CONSTRUCTION TIME for completion: TOTAL CONSECUTIVE CALENDAR DAYS: (to Substantial Completion) TOTAL CONSECUTIVE CALENDAR DAYS: (to Final Completion) (not to exceed 270 consecutive calendar days to Substantial Completion / 300 consecutive calendar days to Final Completion). Offeror hereby agrees to commence the work on the above project on a date to be specified in a written "Notice to Proceed" of the Owner and to substantially complete the project within 270 Consecutive Calendar Days with final completion within 300 Consecutive Calendar Days as stipulated in the specification and other contract documents. Offeror hereby further agrees to pay to Owner as liquidated damages in the sum of $750 for each consecutive calendar day after substantial completion and liquidated damages in the sum of $750 for each consecutive calendar day after final completion set forth herein above for completion of this project, all as more fully set forth in the General Conditions of the Agreement. Offeror understands and agrees that this proposal submittal shall be completed and submitted in accordance with instruction number 29 of the General Instructions to Offerors. Offeror understands that the Owner reserves the right to reject any or all proposals and to waive any formality in the proposing. The Offeror agrees that this proposal shall be good for a period of six 60 calendar days after the scheduled closing time for receiving proposals. The undersigned Offeror hereby declares that he has visited the site of the work and has carefully examined the plans, specifications and contract documents pertaining to the work covered by this proposal, and he further agrees to commence work on the date specified in the written notice to proceed, and to substantially complete the work on which he has proposed; as provided in the contract documents. Offerors are required, whether or not a payment or performance bond is required, to submit a cashier's check or certified check issued by a bank satisfactory to the City of Lubbock, or a proposal bond from a reliable surety company, payable without recourse to the order of the City of Lubbock in an amount not less than five percent (5%) of the total amount of the proposal submitted as a guarantee that offeror will enter into a contract, obtain all required insurance policies, and execute all necessary bonds (if required) within ten (10) days after notice of award of the contract to him. Offeror's Initials City TEXAS ADDENDUM 4 Revised Proposal Submittal Form RFP 21-15758-JM Indiana Avenue 130" to Woodrow Road DATE ISSUED: February 24, 2021 NEW: CLOSE DATE: February 26, 2021 at 2:00 p.m. The following items take precedence over specifications for the above named Request for Proposals (RFP). Where any item called for in the RFP documents is supplemented here, the original requirements, not affected by this addendum, shall remain in effect. Please review, incorporate, and acknowledge the information in this addendum on the signature page of the Revised Proposal Submittal Form. Revised Proposal Submittal Form The following items on the Revised Proposal Submittal Form have been revised and must be submitted with the response. The Revised Proposal Submittal Form is attached to this addendum. Please acknowledge reception of this addendum on the signature page of the Revised Proposal Submittal Form. The following items have been revised: 1. The proposal form in addendum 3 can be replaced in its entirety with the one attached below. All requests for additional information or clarification must be submitted in writing and directed to: Jessie Montes, Buyer III City of Lubbock Purchasing and Contracts Management Office 1314 Avenue K, Floor 9 Lubbock, Texas 79401 Questions may be faxed to (806)775-2164 or Email to JMontes(cmylubbock.us Questions are preferred to be posted on BidSync: www.bidsync.com THANK YOU, P"&w4arw CITY OF LUBBOCK Jessie Montes Buyer III City of Lubbock Purchasing and Contracts Management Office It is the intent and purpose of the City of Lubbock that this request permits competitive proposals. It shall be the offeror's responsibility to advise the Director of Purchasing and Contract Management if anj language, requirements, etc., or any combinations thereof, inadvertently restricts or limits the requirements stated in this RFP to a single source. Such notification must be submitted in writing and must be received by the Director of Purchasing and Contract Management no later than five (5) business days prior to the close date. A review of such notifications will be made. REVISED: PROPOSAL SUBMITTAL FORM UNIT PRICE PROPOSAL CONTRACT DATE: PROJECT NUMBER: RFP 21-15758-JM Indiana Avenue 13011 to Woodrow Road Proposal of _ called Offeror) To the Honorable Mayor and City Council City of Lubbock, Texas (hereinafter called Owner) Ladies and Gentlemen: (hereinafter The Offeror, in compliance with your Request for Proposals for the Indiana Avenue 130' to Woodrow Road having carefully examined the plans, specifications, instructions to offerors, notice to offerors and all other related contract documents and the site of the intended work, and being familiar with all of the conditions surrounding the construction of the intended project including the availability of materials and labor, hereby intends to furnish all labor, materials, and supplies; and to construct the project in accordance with the plans, specifications and contract documents, within the time set forth therein and at the price stated below. The price to cover all expenses incurred in performing the work required under the contract documents. Bid Item No. TxDOT Item No. Description Unit Estimated Quantity Unit Price Extension BASE BID 1 100 Prepare ROW sta 96.25 2 103 Dispose of Water Well ea 1.00 3 104 Remove Concrete (Curb & Gutter) if 2,898.00 4 104 Remove Concrete (Driveway) Sy 1,264.00 5 104 Remove Concrete (Sidewalk) sy 508.00 6 105 Remove Asphalt Pavement (2.5" to 3.5") sy 34,007.00 7 105 Remove Asphalt (Driveway) Sy 1,185.00 8 110 Excavation (Roadway) cy 20,128.00 [9--70 Excavation (Channel) cy 1,305.00 10 132 Embankment (Density Control) cy 5,666.00 11 164 Broadcast Seeding (Perm) (Urban) (Sandy) sy 63,676.00 12 168 Vegetative Watering mg 1,072.00 13 169 Soil Retention Blankets (CL 1) (TY B) sy 178.00 14 247 Flexible Base (12") (Ty A) (Gr 1-2) sy 46,339.00 15 305 Salvage & Haul Asphalt Pavement (2.5" to 3.5") ton- mi 5,611.00 16 310 Prime Coat (MC-30) ga 9,268.00 17 316 Asphalt (AC-10) (Detour Areas) ga 8,075.00 18 316 Aggregate (Ty PB) (Gr-4) (SAC-B) (Detour Areas) cy 251.00 19 340 HMAC (Ty C) (PG 70-28) (2") ton 4,843.80 20 340 HMAC (Ty B) (PG 70-28) (4") ton 9,687.00 21 351 Flexible Pavement Structure Repair sy 300.00 22 360 Concrete Pavement Approach (CROP) (8") sy 4,891.00 23 401 Flowable Backfill cy 200.00 24 432 Concrete riprap (4") cy 150.00 25 462 Concrete Box Culvert (4' x 2') if 98.00 26 464 RC Pipe (CL V) (24") if 92.00 27 464 RC Pipe (CL V) (18") if 198.00 28 466 Wingwall (PW-1) (HW=3) ea 2.00 29 467 SET (TY I) (18 IN) (6:1) (C) ea 8.00 30 467 SET (TY I) (24 IN) (6:1) (C) ea 4.00 31 479 Adjust Manhole ea 11.00 32 479 Adjust Water Valve ea 24.00 33 n/a Relocate Fire Hydrant ea 2.00 34 496 Remove Structure (Pipe) if 178.00 35 496 Remove Structure (SET) ca 6.00 36 496 Remove Rock Riprap sy 95.00 37 500 Mobilization is 1.00 38 502 Barricades, Signs and Traffic Handling mo 13.00 39 502 Portable Changeable Message Boards ea 3.00 40 506 Rock Filter Dam (Install) (Ty 1) if 400.00 41 506 Rock Filter Dam (Remove) if 400.00 42 506 Construction Exits (Install) (Ty 1) sy 200.00 43 506 Construction Exits (Remove) sy 200.00 44 506 Erosion Control Log (Install) (8") if 2,313.00 45 506 Erosion Control Log (Remove) (8") if 2,313.00 46 506 Blading Work (Erosion Control) hr 80.00 47 508 Construct Temporary Pavement Widening sy 811.00 48 508 Construct Temporary Driveway sy 1,330.00 49 529 Concrete Curb & Gutter if 5,040.00 50 529 Concrete Curb (Ribbon) If 1,098.00 51 529 Concrete Curb (Flume) if 8,210.00 52 530 Intersections & Turnouts (Concrete) sy 2,227.00 53 530 Driveways (Concrete) sy 1,348.00 54 530 Intersections & Turnouts (HMAC) sy 4,551.00 55 n/a Driveway/Alley Approach (Millings) sy 356.00 56 531 Concrete Sidewalk (4") sy 2,334.00 57 531 ADA Curb Ramp ea 14.00 58 560 Mailbox Assembly (Single) (TWG) (Ty 1) ea 4.00 59 610 Roadway Illumination Assemblies ea 17.00 60 618 Conduit (PVC) (Sch 40) (2") if 4,902.00 61 618 Conduit (PVC) (Sch 40) (3") if 798.00 62 620 Electrical Conductors (No 6) (Insulated) if 14,706.00 63 624 Ground Boxes ea 17.00 64 628 Electrical Services ea 1.00 65 644 Remove small sign assembly ea 13.00 66 644 Small sign assembly ea 21.00 67 662 Wk Zn Pav Markings (Ty 1) (W) (4") (Sld) if 13,096.00 68 662 Wk Zn Pav Markings (Ty 1) (W) (24") (Sld) if 200.00 69 662 Wk Zn Pav Markings (Ty 1) (Y) (4") (Sld) 1f 13,329.00 70 666 Pav Markings (Ty 1) (W) (4") (Brk) (100 Mil) if 410.00 71 666 Pav Markings (Ty 1) (W) (4") (Sld) (100 Mil) 1f 14,329.00 72 666 Pav Markings (Ty 1) (W) (8") (Sld) (100 Mil) 1f 2,914.00 73 666 Pav Markings (Ty 1) (W) (8") (Dot) (100 Mil) if 242.00 74 666 Pav Markings (Ty 1) (W) (12") (Sld) (100 Mil) if 1,455.00 75 666 Pav Markings (Ty 1) (W) (24") (Sld) (100 Mil) if 1,228.00 76 666 Pav Markings (Ty 1) (Y) (4") (Brk) (100 Mil) if 3,884.00 77 666 Pav Markings (Ty 1) (Y) (4") (Sld) (100 Mil) if 22,731.00 78 666 Pav Markings (Ty 1) (Y) (12") (Sld) (100 Mil) if 534.00 79 668 Prefab Pav Markings (Ty C) (W) (Arrow) ea 10.00 80 672 Raised Pav Marker (Ty I-C) ea 14.00 81 672 Raised Pav Marker (Ty II -A -A) ea 396.00 82 677 Eliminate Existing Pavement Markings if 4,284.00 85 678 Pave Surface Prep for Markings (4") if 2,123.00 86 678 Pave Surface Prep for Markings (8") if 1,037.00 87 678 Pave Surface Prep for Markings (12") if 670.00 88 678 Pave Surface Prep for Markings (24") if 36.00 89 678 Pave Surface Prep for Markings (Arrow) ea 36.00 90 751 Salvage & Redistribute Landscape Rock sy 1,308.00 91 5039 Fence Special (Fence Notch) if 36.00 TOTAL BASE BID (1-91) $ Bid TxDOT Description Unit Estimated Unit Extension Item No Item No. Quantity Price ADDITIVE ALTERNATE - 1 Full width construction from 135th to FM 1585 (Flexible Pavement Section) (Additional Quantity Only) 3A 104 Remove Concrete if 438.00 (Curb & Gutter) Must match Item 3 unit rice 4A 104 Remove Concrete sy 145.00 (Driveway) Must match Item 4 unit rice 5A 104 Remove Concrete sy 63.00 (Sidewalk) Must match Item 5 unit price 8A 110 Excavation cy 2,175.00 (Roadway) Must match Item 8 unit price 10A 132 Embankment cy (286.00) (Density Control) Must match Item 10 unit rice 11A 164 Broadcast Seeding sy 1,633.00 (Perm) (Urban) (Sandy) Must match Item 11 unit rice 12A 168 Vegetative mg 27.00 Watering Must match Item 12 unit price 13A 169 Soil Retention sy 88.89 Blankets (CL 1) (TY B) Must match Item 13 unit price 14A 247 Flexible Base (12") sy 7,975.00 (Ty A) (Gr 1-2) Must match Item 14 unit price 16A 310 Prime Coat (MC- ga 1,595.00 30) Must match Item 16 unit rice 19A 340 HMAC (Ty C) (PG ton 826.00 70-28) (2") Must match Item 19 unit rice 20A 340 HMAC (Ty B) (PG ton 1,652.00 70-28) (4") Must match Item 20 unit price 32A 479 Adjust Water Valve ea 2.00 Must match Item 32 unit rice 49A 529 Concrete Curb & if 1,393.00 Gutter Must match Item 49 unit rice 53A 530 Driveways sy 145.00 (Concrete) Must match Item 53 unit rice 54A 530 Intersections & sy (1,866.00) Turnouts (HMAC)(Deduct) Must match Item 54 unit rice 56A 531 Concrete Sidewalk sy 63.00 (4") Must match Item 56 unit rice 70A 666 Pav Markings (Ty if 620.00 1) (W) (4") (Brk) (100 Mil) Must match Item 70 unit price 71A 666 Pav Markings (Ty if (218.00) 1) (W) (4") (Sld) (100 Mil) Must match Item 71 unit rice 72A 666 Pav Markings (Ty if 763.00 1) (W) (8") (Sld) (100 Mil) Must match Item 72 unit rice 74A 666 Pav Markings (Ty if 1,692.00 1) (W) (12") (Sld) (100 Mil) Must match Item 74 unit price 75A 666 Pav Markings (Ty if 568.00 1) (W) (24") (Sld) (100 Mil) Must match Item 75 unit price 76A 666 Pav Markings (Ty if 24.00 1) (Y) (4") (Brk) (100 Mil) Must match Item 76 unit rice 77A 666 Pav Markings (Ty if 401.00 1) (Y) (4") (Sld) (100 Mil) Must match Item 77 unit price 78A 666 Pav Markings (Ty if 259.00 1) (Y) (12") (Sld) (100 Mil) Must match Item 78 unit price 79A 668 Prefab Pav ea 2.00 Markings (Ty C) (W) (Arrow) Must match Item 79 unit rice 80A 672 Raised Pav Marker ea 62.00 (Ty I-C) Must match Item 80 unit rice TOTAL ADDITIVE ALTERNATE - 1 Full width construction from 135th to FM $ 1585 (Flexible Pavement Section) Bid TxDOT Estimated Unit Item Item No. Description Unit Quantity Price Extension No. Pavement Alternate Section (Rigid Pavement Section) 8B 110 Excavation cy (9,210.00) (Roadway) Must match Item 8 unit price lOB 132 Embankment cy 4,379.00 (Density Control) Must match Item 10 unitprice 14B 247 Flexible Base (12") sy (46,706.00) (Ty A) (Gr 1- 2)(Deduct) Must match Item 14 unit rice 16B 310 Prime Coat (MC- ga (9,341.20) 30)(Deduct) Must match Item 16 unit price 19B 340 HMAC (Ty C) (PG ton (4,870.00) 70-28) (2")(Deduct) Must match Item 19 unit rice 20B 340 HMAC (Ty B) (PG ton (9,739.00) 70-28) (4")(Deduct) Must match Item 20 unit price 22B 360 Concrete Pavement sy (4,891.00) Approach (CROP) (8") Must match Item 22 unit rice 92B 360 Concrete Pavement sy 45,890.00 (CRCP) (8") 93B 500 Mobilization is 1.00 Adjustment 85B 678 Pave Surface Prep if 39,231.00 for Markings (4") Must match Item 85 unit price 86B 678 Pave Surface Prep if 1,877.00 for Markings (8") Must match Item 86 unit price 87B 678 Pave Surface Prep if 1,241.00 for Markings (12") Must match Item 87 unit rice 88B 678 Pave Surface Prep if 280.00 for Markings (24") Must match Item 88 unit rice TOTAL Pavement Alternate Section (Rigid Pavement Section) $ Bid TxDOT Estimated Unit Item Item No. Description Unit Quantity Price Extension No. Pavement Alternate Section (Rigid Section) with Additive Alternate #1 (Additional Quantity Only) 3C 104 Remove Concrete if 438.00 (Curb & Gutter) Must match Item 3 unit price 4C 104 Remove Concrete sy 145.00 (Driveway) Must match Item 4 unit rice 5C 104 Remove Concrete sy 63.00 (Sidewalk) Must match Item 5 unit rice 8C 110 Excavation cy 190.00 (Roadway) Must match Item 8 unit price 10C 132 Embankment cy 534.00 (Density Control) Must match Item 10 unit rice 11C 164 Broadcast Seeding sy 1,633.00 (Perm) (Urban) (Sandy) Must match Item 11 unit rice 12C 168 Vegetative mg 27.00 Watering Must match Item 12 unit rice 13C 169 Soil Retention sy 89.00 Blankets (CL 1) (TY B) Must match Item 13 unit rice 92C 360 Concrete Pavement sy 7,183.00 (CRCP) (8") Must match Item 92B unit price 32C 479 Adjust Water ea 2.00 Valves Must match Item 32 unit price 49C 529 Concrete Curb & sy 1,393.00 Gutter Must match Item 49 unit rice 53C 530 Driveways sy 145.00 (Concrete) Must match Item 53 unit rice 54C 530 Intersections & sy (1,866.00) Turnouts (HMAC) Must match Item 54 unitprice 56C 531 Concrete Sidewalk sy 63.00 (4") Must match Item 56 unit price 70C 666 Pav Markings (Ty if 620.00 1) (W) (4") (Brk) (100 Mil) Must match Item 70 unit price 71 C 666 Pav Markings (Ty if (218.00) 1) (W) (4") (Sld) (100 Mil) Must match Item 71 unit rice 72C 666 Pav Markings (Ty if 763.00 1) (W) (8") (Sld) (100 Mil) Must match Item 72 unit price 74C 666 Pav Markings (Ty if 1,692.00 1) (W) (12") (S1d) (100 Mil) Must match Item 74 unit rice 75C 666 Pav Markings (Ty if 568.00 1) (W) (24") (Sld) (100 Mil) Must match Item 75 unit rice 76C 666 Pav Markings (Ty if 24.00 1) (Y) (4") (Brk) (100 Mil) Must match Item 76 unit rice 77C 666 Pav Markings (Ty if 401.00 1) (Y) (4") (Sld) (100 Mil) Must match Item 77 unit price 78C 666 Pav Markings (Ty if 259.00 1) (Y) (12") (Sld) (100 Mil) Must match Item 78 unit price 79C 666 Prefab Pav ea 2.00 Markings (Ty C) (W) (Arrow) Must match Item 79 unit rice 80C 668 Raised Pav Marker ea 62.00 (Ty I-C) Must match Item 80 unit price 85C 672 Pave Surface Prep if 827.00 for Markings (4") Must match Item 85 unitprice 86C 678 Pave Surface Prep if 763.00 for Markings (8") Must match Item 86 unit rice 87C 678 Pave Surface Prep if 1,951.00 for Markings (12") Must match Item 87 unit rice 88C 678 Pave Surface Prep if 568.00 for Markings (24") Must match Item 88 unitprice 89C 678 Pave Surface Prep ea 2.00 for Markings (Arrow) Must match Item 88 unit price TOTAL Pavement Alternate Section (Rigid Section) with Additive Alternate #1 $ City of Lubbock, TX Purchasing and Contract Management Contractor Checklist for RFP 21-15758-JM Indiana Avenue 13011 to Woodrow Road 1. ✓ Carefully read and understand the plans and specifications and properly complete the PROPOSAL SUBMITTAL FORM. Proposal submittal form must be original, in blue or black ink, and by hand. The Offeror binds himself on acceptance of his Proposal to execute a contract and any required bonds, according to the accompanying forms, for performing and completing the said work within the time stated and for the prices stated below. The Offeor MUST submit his proposal on forms furnished by the City, and all blank spaces in the form shall be correctly filled in, stating the price in numerals for which he intends to do the work contemplated or furnish the materials required. Such prices shall be written in ink, distinctly and legibly, or typewritten. In case of discrepancy between the unit price and the extended total for a bid item, the unit price will be taken. A bid that has been opened may not be changed for the purpose of correcting an error in the bid price. Include corporate seal and Secretary's signature. Identify addenda received (if any). Include firm's FEDERAL TAX ID number or Owner's SOCIAL SECURITY number. 2. ✓ Include PROPOSAL BOND or CASHIER'S OR CERTIFIED CHECK as your bid surety. Failure to provide a bid surety WILL result in automatic rejection of your bid. 3. ✓ Complete CITY OF LUBBOCK REFERENCE FORM. 4. ✓ Complete and sign the CITY OF LUBBOCK INSURANCE REQUIREMENT AFFIDAVIT. Contractor's signature must be original. 5. ✓ Complete CONTRACTOR'S STATEMENT OF QUALIFICATIONS 6. ✓ Clearly mark the proposal number, title, due date and time and your company name and address on the outside of the envelope or container. 7. ✓ Ensure your proposal is RECEIVED by the City of Lubbock Purchasing and Contract Management Office prior to the deadline. Late bids will not be accepted. 8. ✓ Complete and sign the SAFETY RECORD QUESTIONNAIRE. All "YES" responses must be explained in detail and submitted with Bid. 9. ✓ Complete and sign the SUSPENSION AND DEBARMENT CERTIFICATION. Include firm's FEDERAL TAXID number or Owner's SOCIAL SECURITY number. 10. ✓ Complete and submit the CONFLICT OF INTEREST QUESTIONNAIRE. 11. ✓ Certification required by Texas Government Code Section 2270.001 12. ✓ Certification require by Texas Government Code Chapter 2252 (SB 252) 13. ✓ Complete and submit the LIST OF SUB -CONTRACTORS. DOCUMENTS REQUIRED WITHIN SEVEN BUSINESS DAYS AFTER CLOSING: 14. Complete and submit the FINAL LIST OF SUB -CONTRACTORS. DOCUMENTS REQUIRED BEFORE CONTRACT IS FINALIZED: 15. Please acknowledge and submit the ONLINE DISCLOSURE OF INTERESTED PARTIES FORM 1295 within the specified time according to Texas Government Code 2252.908 using the Texas Ethics Commission website. FAILURE TO PROVIDE ANY OF THE ABOVE MAY RESULT IN YOUR BID BEING DEEMED NON -RESPONSIVE AND, THEREFORE, NOT FURTHER EVALUATED. PLEASE INCLUDE THIS COMPLETED PAGE AS THE FIRST PAGE OF YOUR BID SUBMITTAL. West Texas Paving, Inc. (Type or Print Company Name) Page Intentionally Left Blank INDEX 1. NOTICE TO OFFERORS 2. GENERAL INSTRUCTIONS TO OFFERORS 3. TEXAS GOVERNMENT CODE § 2269 4. PROPOSAL SUBMITTAL FORM — (must be submitted by published due date & time) 4-1. UNIT PRICE PROPOSAL SUBMITTAL FORM 4-2. CITY OF LUBBOCK REFERENCE FORM 4-3. CONTRACTOR'S STATEMENT OF QUALIFICATIONS 4-4. CITY OF LUBBOCK INSURANCE REQUIREMENT AFFIDAVIT 4-5. SAFETY RECORD QUESTIONNAIRE 4-6. SUSPENSION AND DEBARMENT CERTIFICATION 4-7. PROHIBITION ON CONTRACTS WITH COMPANIES BOYCOTTING ISRAEL VERIFICATION 4-8. PROPOSED LIST OF SUB -CONTRACTORS 5. POST -CLOSING DOCUMENT REQUIREMENTS — (to be submitted no later than seven business days after the close date when proposals are due) 5-1. FINAL LIST OF SUB -CONTRACTORS 6. PAYMENT BOND 7. PERFORMANCE BOND 8. CERTIFICATE OF INSURANCE 9. CONTRACT 10. CONFLICT OF INTEREST QUESTIONNAIRE CHAPTER 176 11. CHAPTER 46. DISCLOSURE OF INTERESTED PARTIES 12. GENERAL CONDITIONS OF THE AGREEMENT 13. CITY OF LUBBOCK WAGE DETERMINATIONS 14. SPECIAL CONDITIONS (IF APPLICABLE) 15. SPECIFICATIONS Page Intentionally Left Blank NOTICE TO OFFERORS Page Intentionally Left Blank Notice to Offerors RFP 21-15758-JM Sealed proposals addressed to Marta Alvarez, Director of Purchasing and Contract Management, City of Lubbock, Texas, will be received in the office of the Director of Purchasing and Contract Management, Citizens Tower, 1314 Avenue K, Floor 9, Lubbock, Texas, 79401, until 2:00 PM on February 24, 2021, or as changed by the issuance of formal addenda to all planholders, to furnish all labor and materials and perform all work for the construction of the following described project: "Indiana Avenue 130th to Woodrow Road" After the expiration of the time and date above first written, said sealed proposals will be opened in the office of the Director of Purchasing and Contract Management and publicly read aloud. It is the sole responsibility of the proposer to ensure that his proposal is actually in the office of the Director of Purchasing and Contract Management for the City of Lubbock, before the expiration of the date above first written. The Contractor is only required to submit one original copy of every item listed on the Contractor Checklist in the proposal submittal. Engineer's Estimated Cost: Proposals are due at 2:00 PM on February 24, 2021, and the City of Lubbock City Council will consider the proposals on March 23, 2021, at the Citizens Tower, 1314 Avenue K, Lubbock, Texas, or as soon thereafter as may be reasonably convenient, subject to the right to reject any or all proposals and waive any formalities. The successful Offeror will be required to furnish a performance bond in accordance with Chapter 2253, Government Code, in the amount of 100% of the total contract price in the event that said contract price exceeds $100,000 and the successful Offeror will be required to furnish a payment bond in accordance with Chapter 2253, Government Code, in the amount of 100% of the total contract price in the event that said contract price exceeds $50,000. Said statutory bonds shall be issued by a company carrying a current Best Rating of "A" or better. Offerors are required, whether or not a payment or performance bond is required, to submit a cashier's or certified check issued by a bank satisfactory to the City of Lubbock, or a proposal bond from a reliable surety company, payable without recourse to the order of the City of Lubbock in an amount not less than 5% of the total amount of the proposal submitted as a guarantee that proposer will enter into a contract and execute all necessary bonds within ten (10) business days after notice of award of the contract to the Offeror. FAILURE OF THE PROPOSER TO INCLUDE PROPOSAL SECURITY WITH THE PROPOSAL SUBMITTAL SHALL CONSTITUTE A NON -RESPONSIVE PROPOSAL AND RESULT IN DISQUALIFICATION OF THE PROPOSAL SUBMITTAL. Copies of plans and specifications may be obtained at bidder's expense from the City of Lubbock Purchasing and Contract Management office. Plans and specifications can be viewed online and downloaded from hqp://www.bidsync.com at no cost. In the event of a large file size, please be patient when downloading or viewing. BUSINESSES WITHOUT INTERNET ACCESS may use computers available at most public libraries. It shall be each proposer's sole responsibility to inspect the site of the work and to inform Offeror regarding all local conditions under which the work is to be done. It shall be understood and agreed that all such factors have been thoroughly investigated and considered in the preparation of the proposal submitted. There will be a non -mandatory pre -proposal conference on February 16, 2021, at 10:00AM. The Zoom meeting information is as follows: Website: h!Ws://us02web.zoom.us/j/5840035702 Meeting ID: 584 003 5702 Passcode:1314 Attention of each proposer is particularly called to the schedule of general prevailing rate of per diem wages included in the contract documents on file in the office of the Purchasing and Contract Management Office of the City of Lubbock, which document is specifically referred to in this notice to offerors. Each offerors attention is further directed to Texas Government Code, Chapter 2258, Prevailing Wage Rates, and the requirements contained therein concerning the above wage scale and payment by the contractor of the prevailing rates of wages as heretofore established by owner in said wage scale. The City of Lubbock hereby notifies all offerors that in regard to any contract entered into pursuant to this advertisement, minority and women business enterprises will be afforded equal opportunities to submit proposals in response to this invitation and will not be discriminated against on the grounds of race, color, sex, disability, or national origin in consideration for an award. The City of Lubbock does not discriminate against persons with disabilities. City of Lubbock pre -proposal meetings and proposal openings are available to all persons regardless of disability. If you require special assistance, please contact the Purchasing and Contract Management Office at (806) 775-2572 write to Post Office Box 2000, Lubbock, Texas 79457 at least 48 hours in advance of the meeting. CITY OF LUBBOCK, Marta ACvareZ Marta Alvarez DIRECTOR OF PURCHASING & CONTRACT MANAGEMENT GENERAL INSTRUCTIONS TO OFFERORS Pate Intentionally Left Blank GENERAL INSTRUCTIONS TO OFFERORS PROPOSAL DELIVERY, TIME & DATE The City of Lubbock is seeking written and sealed competitive proposals to furnish Indiana Avenue 130' to Woodrow Road per the attached specifications and contract documents. Sealed proposals will be received no later than 2:00 PM, February 24, 2021, at the office listed below. Proposals will be opened via teleconference if date/time stamped on or before 2:00 p.m. CST at the office listed below. The Zoom meeting information is as follows: Website: https://us02web.zoom.us/j/5840035702 Meeting ID: 584 003 5702 Passcode: 1314 Any proposal received after the date and hour specified will be rejected and returned unopened to the proposer. Each proposal and supporting documentation must be in a sealed envelope or container plainly labeled in the lower left-hand corner: "RFP 21-15758-JM, Indiana Avenue 130' to Woodrow Road" and the proposal opening date and time. Offerors must also include their company name and address on the outside of the envelope or container. Proposals must be addressed to: Marta Alvarez, Director of Purchasing and Contract Management City of Lubbock 1314 Avenue K, Floor 9 Lubbock, Texas 79401 1.1 Offerors are responsible for making certain proposals are delivered to the Purchasing and Contract Management Office. Mailing of a proposal does not ensure that it will be delivered on time or delivered at all. If proposer does not hand deliver proposal, we suggest that he/she use some sort of delivery service that provides a receipt. 1.2 Proposals may be delivered in person, by United States Mail, by United Parcel Service, or by private courier service. Only written proposals submitted in conformance with the Instruction to Offerors will be considered responsive and evaluated for award of a Contract. 1.3 Please submit one original and one electronic copy of the response, including all required forms and applicable supporting documentation, as required. Failure to submit the required number of copies may result in the proposal being declared unresponsive. The original must be clearly marked "ORIGINAL". • Electronic responses must be submitted not later than 2:00 p.m. CST on February 24, 2021, through BidSync.com or via email submission to: JMontes(&,,mylubbock.us before the deadline. Please allow time to upload. Any submissions received after the date and hour specified will be rejected. • Original documents require submission by March 3, 2021, at 5:00 p.m. The response must be inside a sealed envelope or container when submitted. The response material must be addressed and delivered to: City of Lubbock Marta Alvarez, Director of Purchasing and Contract Management Office 1314 Avenue E, Floor 9 Lubbock, TX 79401 The outside of the envelope or container must state: RFP 21-15758-JM, Indiana Avenue 1301 to Woodrow Road Submittals received later than the above date and time may be rejected and returned unopened. 1.4 The City of Lubbock reserves the right to postpone the date and time for opening proposals through an addendum. 2 PRE -PROPOSAL MEETING 2.1 For the purpose of familiarizing offerors with the requirements, answering questions, and issuing addenda as needed for the clarification of the Request for Proposals (RFP) documents, a non - mandatory pre -proposal conference will be held at 10:00AM, February 16, 2021, via teleconference. The Zoom meeting information is as follows: Website: htt 2s://us02web.zoom.us/i/5840035702 Meeting ID: 584 003 5702 Passcode: 1314 All persons attending the meeting will be asked to identify themselves and the prospective proposer they represent. 2.2 It is the proposer's responsibility to attend the pre -proposal meeting though the meeting is not mandatory. The City will not be responsible for providing information discussed at the pre - proposal meeting to offerors who do not attend the pre -proposal meeting. ADDENDA & MODIFICATIONS 3.1 Any changes, additions, or clarifications to the RFP are made by ADDENDA information available over the Internet at www.bidsync.com. We strongly suggest that you check for any addenda a minimum of forty-eight hours in advance of the response deadline. BUSINESSES WITHOUT INTERNET ACCESS may use computers available at most public libraries. 3.2 Any proposer in doubt as to the true meaning of any part of the specifications or other documents may request an interpretation thereof from the Director of Purchasing and Contract Management. At the request of the proposer, or in the event the Director of Purchasing and Contract Management deems the interpretation to be substantive, the interpretation will be made by written addendum issued by the Purchasing and Contract Management. Such addenda issued by the Purchasing and Contract Management Office will be available over the Internet at http://www.bidsync.com and will become part of the proposal package having the same binding effect as provisions of the original RFP. NO VERBAL EXPLANATIONS OR INTERPRETATIONS WILL BE BINDING. In order to have a request for interpretation considered, the request must be submitted in writing and must be received by the City of Lubbock Purchasing and Contract Management Office no later than five (5) calendar days before the proposal closing date. 3.3 All addenda, amendments, and interpretations of this solicitation shall be in writing. The City of Lubbock shall not be legally bound by any explanation or interpretation that is not in writing. Only information supplied by the City of Lubbock Purchasing and Contract Management Office in writing or in this RFP should be used in preparing proposal responses. All contacts that a proposer 2 may have had before or after receipt of this REP with any individuals, employees, or representatives of the City and any information that may have been read in any news media or seen or heard in any communication facility regarding this proposal should be disregarded in preparing responses. 3.4 The City does not assume responsibility for the receipt of any addendum sent to offerors. 4 EXAMINATION OF DOCUMENTS AND REQUIREMENTS 4.1 Each proposer shall carefully examine all RFP documents and thoroughly familiarize itself with all requirements before submitting a proposal to ensure that their proposal meets the intent of these specifications. 4.2 Before submitting a proposal, each proposer shall be responsible for making all investigations and examinations that are necessary to ascertain conditions and requirements affecting the requirements of this Request for Proposals. Failure to make such investigations and examinations shall not relieve the proposer from obligation to comply, in every detail, with all provisions and requirements of the Request for Proposals. 4.3 Notices of any discrepancies or omissions in these plans, specifications, or contract documents, shall be given to the Director of Purchasing and Contract Management and a clarification obtained before the proposals are received, and if no such notice is received by the Director of Purchasing and Contract Management prior to the opening of proposals, then it shall be deemed that the proposer fully understands the work to be included and has provided sufficient sums in its proposal to complete the work in accordance with these plans and specifications. If proposer does not notify the Director of Purchasing and Contract Management before offering of any discrepancies or omissions, then it shall be deemed for all purposes that the plans and specifications are sufficient and adequate for completion of the project. It is further agreed that any request for clarification must be submitted no later than five (5) calendar days prior to the opening of proposals. PROPOSAL PREPARATION COSTS 5.1 Issuance of this RFP does not commit the City of Lubbock, in any way, to pay any costs incurred in the preparation and submission of a proposal. 5.2 The issuance of this RFP does not obligate the City of Lubbock to enter into contract for any services or equipment. 5.3 All costs related to the preparation and submission of a proposal shall be paid by the proposer. 6 TRADE SECRETS, CONFIDENTIAL INFORMATION AND THE TEXAS PUBLIC INFORMATION ACT 6.1 If you consider any portion of your proposal to be privileged or confidential by statute or judicial decision, including trade secrets and commercial or financial information, clearly identify those portions. 6.2 Proposals will be opened in a manner that avoids disclosure of the contents to competing offerors and keeps the proposals secret during negotiations. All proposals are open for public inspection after the contract is awarded, but trade secrets and confidential information in the proposals are not open for inspection. Tex. Loc. Govt. Code 252.049(a) 6.3 Marking your entire proposal CONFIDENTIAL/PROPRIETARY is not in conformance with the Texas Public Information Act. 6.4 Pursuant to Section 552.234(c) of the Texas Government Code, the City of Lubbock has designated the following email address for which public information requests may be made by an emailed request: orrka,m_ylubbock.us. Please send this request to this email address for it to be processed. 6.5 For more information, please see the City of Lubbock Public Information Act website at: https:Hci.lubbock.tx.us/pages/Tublic-information-act 7 LICENSES, PERMITS, TAXES The price or prices for the work shall include full compensation for all taxes, permits, etc. that the proposer is or may be required to pay. 8 UTILIZATION OF LOCAL BUSINESS RESOURCES Prospective offerors are strongly encouraged to explore and implement methods for the utilization of local resources, and to outline in their proposal submittal how they would utilize local resources. 9 CONFLICT OF INTEREST 9.1 The proposer shall not offer or accept gifts or anything of value nor enter into any business arrangement with any employee, official or agent of the City of Lubbock. 9.2 By signing and executing this proposal, the proposer certifies and represents to the City the offeror has not offered, conferred or agreed to confer any pecuniary benefit or other thing of value for the receipt of special treatment, advantage, information, recipient's decision, opinion, recommendation, vote or any other exercise of discretion concerning this proposal. 10 CONTRACT DOCUMENTS 10.1 All work covered by the contract shall be done in accordance with contract documents described in the General Conditions. 10.2 All offerors shall be thoroughly familiar with all of the requirements set forth on the contract documents for the construction of this project and shall be responsible for the satisfactory completion of all work contemplated by said contract documents. 11 PLANS FOR USE BY OFFERORS It is the intent of the City of Lubbock that all parties with an interest in submitting a proposal on the project covered by the contract documents be given a reasonable opportunity to examine the documents and prepare a proposal without charge. The contract documents may be examined without charge as noted in the Notice to Offerors. 12 PROPOSER INQUIRIES AND CLARIFICATION OF REQUIREMENTS 12.1 It is the intent and purpose of the City of Lubbock that this request permits competitive proposals. It shall be the offerors resaonsibility to advise the Director of Purchasing and Contract Management if anv lanauaize. reauirements. etc.. or anv combinations thereof. inadvertentiv restricts or limits the requirements stated in this RFP to a single source. Such notification must be submitted in writing and must be received by the City Purchasing and Contract Management 4 Office no later than five (5) calendar days before the proposal closing date. A review of such notifications will be made. 12.2 NO PROPOSER SHALL REQUEST ANY INFORMATION VERBALLY. ALL REQUESTS FOR ADDITIONAL INFORMATION OR CLARIFICATION CONCERNING THIS REQUEST FOR PROPOSALS (RFP) MUST BE SUBMITTED IN WRITING NO LATER THAN FIVE (5) CALENDAR DAYS PRIOR TO THE PROPOSAL CLOSING DATE AND ADDRESSED TO: Jessie Montes, Buyer III City of Lubbock Purchasing and Contract Management Office 1314 Avenue K, Floor 9, Lubbock, Texas, 79401 Fax: 806-775-2164 Email: JMontes(cr�,mylubbock.us Bidsync: www.bidsvnc.com 13 TIME AND ORDER FOR COMPLETION 13.1 The construction covered by the contract documents shall be substantially completed within 270 Consecutive Calendar Days and final completion with 300 Consecutive Calendar Days from the date specified in the Notice to Proceed issued by the City of Lubbock to the successful proposer. 13.2 The Contractor will be permitted to prosecute the work in the order of his own choosing, provided, however, the City reserves the right to require the Contractor to submit a progress schedule of the work contemplated by the contract documents. In the event the City requires a progress schedule to be submitted, and it is determined by the City that the progress of the work is not in accordance with the progress schedule so submitted, the City may direct the Contractor to take such action as the City deems necessary to ensure completion of the project within the time specified. 13.3 Upon receipt of notice to proceed, and upon commencement of the work, the Contractor shall ensure daily prosecution of the work is conducted every business day until the work is completed, regardless if the work will be substantially or finally complete ahead of specified deadlines in the agreement, unless the City determines time off from said prosecution is necessary or reasonable and Contractor received said determination in writing from the City. Additionally, inclement weather shall be the only other reason consistent, daily prosecution of the work may not take place on those inclement weather days. 14 PAYMENT All payments due to Contractor shall be made in accordance with the provisions of the General Conditions of the contract documents. 15 AFFIDAVITS OF BILLS PAID The City of Lubbock reserves the right, prior to final acceptance of this project to require the Contractor to execute an affidavit that all bills for labor, materials and incidentals incurred in the construction of the improvements contemplated by the contract documents have been paid in full and that there are no claims pending, of which the Contractor has been notified. 16 MATERIALS AND WORKMANSHIP The intent of these contract documents is that only materials and workmanship of the best quality and grade will be furnished. The fact that the specifications may fail to be sufficiently complete in some detail will not relieve the Contractor of full responsibility for providing materials of high quality and for protecting them adequately until incorporated into the project. The presence or absence of a representative of the City on the site will not relieve the Contractor of full responsibility of complying with this provision. The specifications for materials and methods set forth in the contract documents provide minimum standards of quality, which the Owner believes necessary to procure a satisfactory project. 17 GUARANTEES 17.1 All equipment and materials incorporated in the project and all construction shall be guaranteed against defective materials and workmanship. Prior to final acceptance, the Contractor shall furnish to the Owner, a written general guarantee which shall provide that the Contractor shall remedy any defects in the work, and pay for any and all damages of any nature whatsoever resulting in such defects, when such defects appear within ONE year from date of final acceptance of the work as a result of defective materials or workmanship, at no cost to the Owner (City of Lubbock). 17.2 Notwithstanding any provisions contained in the contractual agreement, the Contractor represents and warrants fault -free performance and fault -free result in the processing date and date -related data (including, but not limited to calculating, comparing and sequencing) of all hardware, software and firmware products delivered and services provided under this Contract, individually or in combination, as the case may be from the effective date of this Contract. Also, the Contractor warrants calculations will be recognized and accommodated and will not, in any way, result in hardware, software or firmware failure. The City of Lubbock, at its sole option, may require the Contractor, at any time, to demonstrate the procedures it intends to follow in order to comply with all the obligations contained herein. 17.3 The obligations contained herein apply to products and services provided by the Contractor, its sub -contractor or any third party involved in the creation or development of the products and services to be delivered to the City of Lubbock under this Contract. Failure to comply with any of the obligations contained herein, may result in the City of Lubbock availing itself of any of its rights under the law and under this Contract including, but not limited to, its right pertaining to termination or default. 17.4 The warranties contained herein are separate and discrete from any other warranties specified in this Contract, and are not subject to any disclaimer of warranty, implied or expressed, or limitation to the Contractor's liability which may be specified in this Contract, its appendices, its schedules, its annexes or any document incorporated in this Contract by reference. 18 PLANS FOR THE CONTRACTOR The contractor will, upon written request, be furnished up to a maximum of five sets of plans and specifications and related contract documents for use during construction. Plans and specifications for use during construction will only be furnished directly to the Contractor. The Contractor shall then distribute copies of plans and specifications to suppliers, subcontractors or others, as required for proper prosecution of the work contemplated by the Contractor. 0 19 PROTECTION OF THE WORK The Contractor shall be responsible for the care, preservation, conservation, and protection of all materials, supplies, machinery, equipment, tools, apparatus, accessories, facilities, and all means of construction, and any and all parts of the work whether the Contractor has been paid, partially paid, or not paid for such work, until the date the City issues its certificate of completion to Contractor. The City reserves the right, after the proposals have been opened and before the contract has been awarded, to require of a proposer the following information: (a) The experience record of the proposer showing completed jobs of a similar nature to the one covered by the intended contract and all work in progress with bond amounts and percentage completed. (b) A sworn statement of the current financial condition of the proposer. (c) Equipment schedule. 20 TEXAS STATE SALES TAX 20.1 This contract is issued by an organization which qualifies for exemption provisions pursuant to provisions of Article 20.04 of the Texas Limited Sales, Excise and Use Tax Act. 20.2 The Contractor must obtain a limited sales, excise and use tax permit which shall enable him to buy the materials to be incorporated into the work without paying the tax at the time of purchase. 21 PROTECTION OF SUBSURFACE LINES AND STRUCTURES It shall be the Contractor's responsibility to prosecute the work contemplated by the contract documents in such a way as to exercise due care to locate and prevent damage to all underground pipelines, utility lines, conduits or other underground structures which might or could be damaged by Contractor during the construction of the project contemplated by these contract documents. The City of Lubbock agrees that it will furnish Contractor the location of all such underground lines and utilities of which it has knowledge. However, such fact shall not relieve the Contractor of his responsibilities aforementioned. All such underground lines or structures, both known and unknown, cut or damaged by Contractor during the prosecution of the work contemplated by this contract shall be repaired immediately by Contractor to the satisfaction of the City of Lubbock, Texas, and/or the owning utility at the Contractor's expense. 22 BARRICADES AND SAFETY MEASURES The contractor shall, at his own expense, furnish and erect such barricades, fences, lights and danger signals, and shall take such other precautionary measures for the protection of persons, property and the work as may be necessary. The Contractor will be held responsible for all damage to the work due to failure of barricades, signs, and lights to protect it, and when damage is incurred, the damaged portion shall be immediately removed and replaced by Contractor at his own cost and expense. The Contractor's responsibility for maintenance of barricades, signs, and lights shall not cease until the date of issuance to Contractor of City's certificate of acceptance of the project. 23 EXPLOSIVES 23.1 The use of explosives will not be permitted 23.2 Explosive materials shall not be stored or kept at the construction site by the Contractor. 24 CONTRACTOR'S REPRESENTATIVE The successful proposer shall be required to have a responsible local representative available at all times while the work is in progress under this contract. The successful proposer shall be required to furnish the name, address and telephone number where such local representative may be reached during the time that the work contemplated by this contract is in progress. 25 INSURANCE 25.1 The Contractor shall not commence work under this contract until he has obtained all insurance as required in the General Conditions of the contract documents, from an underwriter authorized to do business in the State of Texas and satisfactory to the City. Proof of coverage shall be furnished to the City and written notice of cancellation or any material change will be provided ten (10) days in advance of cancellation or change. All policies shall contain an agreement on the part of the insurer waiving the right to subrogation. The Contractor shall procure and carry at his sole cost and expense through the life of this contract, insurance protection as hereinafter specified. Coverage in excess of that specified herein also shall be acceptable. Such insurance shall be carried with an insurance company authorized to transact business in the State of Texas and shall cover all operations in connection with this contract, whether performed by the Contractor or a subcontractor, or separate policies shall be provided covering the operation of each subcontractor. A certificate of insurance specifying each and all coverages shall be submitted before contract execution. 26 LABOR AND WORKING HOURS 26.1 Attention of each proposer is particularly called to the schedule of general prevailing rate of per diem wages included in these contract documents. The wage rate that must be paid on this project shall not be less than specified in the schedule of general prevailing rates of per diem wages as above mentioned. The proposer' attention is further directed to the requirements of Texas Government Code, Chapter 2258, Prevailing Wage Rates, providing for the payment of the wage schedules above mentioned and the proposer's obligations thereunder. The inclusion of the schedule of general prevailing rate of per diem wages in the contract documents does not release the Contractor from compliance with any wage law that may be applicable. Construction work under this contract requiring an inspector will not be performed on Sundays or holidays unless the following conditions exist: 26.1.1 The project being constructed is essential to the City of Lubbock's ability to provide the necessary service to its citizens. 26.1.2 Delays in construction are due to factors outside the control of the Contractor. The Contractor is approaching the penalty provisions of the contract and Contractor can show he has made a diligent effort to complete the contract within the allotted time. 26.2 Before construction work requiring an inspector is to be performed on Sundays or holidays, the Contractor must notify the Owner's Representative not less than three full working days prior to the weekend or holiday he desires to do work and obtain written permission from the Owner's Representative to do such work. The final decision on whether to allow construction work requiring an inspector on Sundays or holidays will be made by the Owner's Representative. 26.3 In any event, if a condition should occur or arise at the site of this project or from the work being done under this contract which is hazardous or dangerous to property or life, the Contractor shall immediately commence work, regardless of the day of the week or the time of day, to correct or alleviate such condition so that it is no longer dangerous to property or life. 27 PAYMENT OF EMPLOYEES AND FILING OF PAYROLLS The contractor and each of his subcontractors shall pay each of his employees engaged in work on the project under this contract in full (less mandatory legal deductions) in cash, or by check readily cashable without discount, not less often than once each week. The Contractor and each of his subcontractors shall keep a record showing the name and occupation of each worker employed by the Contractor or subcontractor in the construction of the public work and the actual per diem wages paid to each worker. This record shall be open at all reasonable hours to inspection by the officers and agents of the City. The Contractor must classify employees according to one of the classifications set forth in the schedule of general prevailing rate of per diem wages, which schedule is included in the contract documents. The Contractor shall forfeit as a penalty to the City of Lubbock on whose behalf this contract is made, sixty dollars for each laborer, workman, or mechanic employed for each calendar day, or portion thereof, such laborer, workman or mechanic is paid less than the wages assigned to his particular classification as set forth in the schedule of general prevailing rate of per diem wages included in these contract documents. 28 PROVISIONS CONCERNING ESCALATION CLAUSES Proposals submitted containing any conditions which provide for changes in the stated proposal price due to increases or decreases in the cost of materials, labor or other items required for the project will be rejected and returned to the proposer without being considered. 29 PREPARATION FOR PROPOSAL 29.1 The offero shall submit his bid on forms furnished by the City, and all blank spaces in the form shall be correctly filled in, stating the price in numerals for which he intends to do the work contemplated or furnish the materials required. Such prices shall be written in ink, distinctly and legibly, or typewritten. In case of discrepancy between the unit price and the extended total for a proposal item, the unit price will be taken. A proposal that has been opened may not be changed for the purpose of correcting an error in the bid price. 29.2 If the proposal is submitted by an individual, his name must be signed by him or his duly authorized agent. If a proposal is submitted by a firm, association, or partnership, the name and address of each member must be given and the proposal signed by a member of the firm, association or partnership, or person duly authorized. If the proposal is submitted by a company or corporation, the company or corporate name and business address must be given, and the proposal signed by an official or duly authorized agent. Powers of attorney authorizing agents or others to sign proposals must be properly certified and must be in writing and submitted with the proposal. The proposal shall be executed in ink. 29.3 Each proposal shall be enclosed in a sealed envelope, addressed as specified in the Notice to Offerors, and endorsed on the outside of the envelope in the following manner: 29.3.1 Proposer's name_ 29.3.2 Proposal "RFP 21-15758-JM Indiana Avenue 130t' to Woodrow Road" 9 30 31 Proposal submittals may be withdrawn and resubmitted at any time before the time set for opening of the proposals, but no proposal may be withdrawn or altered thereafter. 29.5 Pursuant to Texas Local Government Code 252.043(g), a competitive sealed proposal that has been opened may not be changed for the purpose of correcting an error in the proposal price. THEREFORE, ANY CORRECTIONS TO THE PROPOSAL PRICE MUST BE MADE ON THE PROPOSAL SUBMITTAL FORM PRIOR TO PROPOSAL OPENING. BOUND COPY OF CONTRACT DOCUMENTS Proposer understands and agrees that the contract to be executed by proposer shall be bound and include the following: (a) Notice to Offerors. (b) General Instructions to Offerors. (c) Proposer's Submittal Form. (d) Statutory Bonds (if required). (e) Contract Agreement. (f) General Conditions. (g) Special Conditions (if any). (h) Specifications. (1) Insurance Certificates for Contractor and all Sub -Contractors. (j) All other documents made available to proposer for his inspection in accordance with the Notice to Offerors. If Plans and Specifications are too bulky or cumbersome to be physically bound, they are to be considered incorporated by reference into the aforementioned contract documents. QUALIFICATIONS OF OFFERORS The proposer may be required before the award of any contract to show to the complete satisfaction of the City of Lubbock that it has the necessary facilities, ability, and financial resources to provide the service specified therein in a satisfactory manner. The proposer may also be required to give a past history and references in order to satisfy the City of Lubbock about the proposer's qualifications. The City of Lubbock may make reasonable investigations deemed necessary and proper to determine the ability of the proposer to perform the work, and the proposer shall furnish to the City of Lubbock all information for this purpose that may be requested. The proposer's proposal may be deemed not to meet specifications or the proposal may be rejected if the evidence submitted by, or investigation of, the proposer fails to satisfy the City of Lubbock that the proposer is properly qualified to carry out the obligations of the contract and to complete the work described therein. Evaluation of the proposer's qualifications shall include but not be limited to: (a) The ability, capacity, skill, and financial resources to perform the work or provide the service required. (b) The ability of the proposer to perform the work or provide the service promptly or within the time specified, without delay or interference. 10 (c) The character, integrity, reputation, judgment, experience, and efficiency of the proposer. (d) The quality of performance of previous contracts or services. (e) The safety record of the Contractor and proposed Sub -Contractors (f) The experience and qualifications of key project personnel (g) Past experience with the Owner Before contract award, the recommended contractor for this project may be required to show that he has experience with similar projects that require the Contractor to plan his work efforts and equipment needs with City of Lubbock specifications in mind. Demonstration of experience shall include a complete list of ALL similar municipal and similar non -municipal current and completed projects for the past five (5) years for review. This list shall include the names of supervisors and type of equipment used to perform work on these projects. In addition, the Contractor may be required to provide the name(s) of supervisor(s) that will be used to perform work on this project in compliance with City of Lubbock specifications herein. 32 BASIS OF PROPOSALS AND SELECTION CRITERIA The City uses the Competitive Sealed Proposals procurement method as authorized by the Texas Legislature and further defined by Texas Government Code Section 2269. The Maximum Point value is equal to 100 points. The weight factor is 60 points for Price, 20 points for Contractor Qualifications, 5 points for Safety Record Questionnaire, and 15 points for Construction Time. The selection criteria used to evaluate each proposal includes the following: 32.1 60 POINTS - PRICE: The quality of Offerors is not judged solely by a low initial cost proposal or, conversely, eliminated solely because of a high initial cost proposal. The following is the formula used when determining price as a factor for construction contract proposals. The lowest proposal price of all the proposals becomes the standard by which all price proposals are evaluated. One at a time, each proposal is evaluated by taking the lowest proposal price and dividing it by the price of the proposal being evaluated. That fraction is then multiplied by the maximum point value of the price factor for the price score. For Example: (Lowest Price/Current Proposal Price) x Maximum Point Value = Price Score. 32.2 20 POINTS - CONTRACTOR QUALIFICATIONS: When evaluating a contractor's qualifications, the City uses the "Contractor's Statement of Qualifications" attached within and past experience with the contractor. The City may also interview the job superintendent at a time to be named after receipt of proposals. This criterion is subjectively evaluated and the formula is as follows: (Points = Score). Each evaluator assigns points based upon the responses the contractor provides in the "Contractor's Statement of Qualifications" And any past experience with the contractor. The "Contractor's Statement of Qualifications" is a minimum, and you may provide additional pertinent information relevant to the project for which you are submitting this proposal. 32.3 5 POINTS - SAFETY RECORD QUESTIONNAIRE: This criterion is also more subjectively evaluated and the formula is as follows: (Points = Score). Each evaluator assigns points based upon the responses you provide in your "Safety Record Questionnaire" and the Contractors Experience Modification Ratio (EMR). Contractors with an EMR greater than 1.0, as well as those Contractors not submitting EMRs, will receive zero points for this portion of the selection criteria. The City may consider any incidence involving worker safety or safety of Lubbock residents, be it related or caused by environmental, mechanical, operational, supervision or any other cause or 11 factor under the contractor's control. Evaluators base their rating primarily upon how well you document previous offenses with the date of the offense, location where the offense occurred, type of offense, final disposition of the offense, and any penalty assessed as well as the EMR. 32.4 15 POINTS - CONSTRUCTION TIME: This criterion is, as with price, objective and evaluators use the following formula when determining construction time as a factor for construction contract proposals. The lowest construction time proposal of all the proposals becomes the standard by which all the construction time proposals are evaluated. One at a time, each proposal is evaluated by taking the lowest construction time and dividing it by the construction time of the proposal being evaluated. That fraction is then multiplied by the maximum point value of the construction time factor for the construction time score. For example: (Lowest construction time/Current Proposal construction time) x Maximum Point Value = Construction Time Score) 32.5 EVALUATION PROCESS: Evaluators independently review and score each proposal. The Committee meets, during which time the Committee Chairperson totals the individual scores. If the individual scores are similar, the Chairperson averages the scores then ranks offerors accordingly. If the scores are significantly diverse, the Chairperson initiates and moderates discussion to determine the reasons for the differences and ensures that all evaluators are fully knowledgeable of all aspects of the proposals. Scores may then be adjusted by the committee based on committee discussion. Please note that offerors with higher qualifications scores could be ranked higher than offerors with slightly better price scores. 32.6 The estimated budget for the construction phase of this project is $6,000,000.00 32.7 Proposals shall be made using the enclosed Proposal Submittal Form. 33 SELECTION 33.1 Selection shall be based on the responsible offeror whose proposal is determined to be the most advantageous to the City of Lubbock considering the relative importance of evaluation factors included in this RFP. 33.2 NO INDIVIDUAL OF ANY USING DEPARTMENT (CITY OF LUBBOCK WATER UTILITIES OR OTHER) HAS THE AUTHORITY TO LEGALLY AND/OR FINANCIALLY COMMIT THE CITY TO ANY CONTRACT, AGREEMENT OR PURCHASE ORDER FOR GOODS OR SERVICES, UNLESS SPECIFICALLY SANCTIONED BY THE REQUIREMENTS OF THIS REQUEST FOR PROPOSAL. 33.3 The City shall select the offeror that offers the best value for the City based on the published selection criteria and on its ranking evaluation. The City shall first attempt to negotiate a contract with the selected offeror. The City and its engineer or architect may discuss with the selected offeror options for a scope or time modification and any price change associated with the modification. If the City is unable to negotiate a contract with the selected offeror, the City shall, formally and in writing, end negotiations with that offeror and proceed to the next offeror in the order of the selection ranking until a contract is reached or all proposals are rejected. 12 33.4 In determining best value for the City, the City is not restricted to considering price alone, but may consider any other factor stated in the selection criteria. 33.5 A proposal will be subject to being considered irregular and may be rejected if it shows omissions, alterations of form, conditional alternate proposals, additions or alternates in lieu of the items specified, if the unit prices are obviously unbalanced (either in excess of or below reasonably expected values), or irregularities of any kind. 34 ANTI -LOBBYING PROVISION 34.1 DURING THE PERIOD BETWEEN PROPOSAL SUBMISSION DATE AND THE CONTRACT AWARD, PROPOSERS, INCLUDING THEIR AGENTS AND REPRESENTATIVES, SHALL NOT DISCUSS OR PROMOTE THEIR PROPOSAL WITH ANY MEMBER OF THE LUBBOCK CITY COUNCIL OR CITY STAFF EXCEPT UPON THE REQUEST OF THE CITY OF LUBBOCK PURCHASING DEPARTMENT IN THE COURSE OF CITY -SPONSORED INQUIRIES, BRIEFINGS, INTERVIEWS, OR PRESENTATIONS. 34.2 This provision is not meant to preclude bidders from discussing other matters with City Council members or City staff. This policy is intended to create a level playing field for all potential bidders, assure that contract decisions are made in public, and to protect the integrity of the bid process. Violation of this provision may result in rejection of the bidder's bid. 35 PROTEST 35.1 All protests regarding the RFP process must be submitted in writing to the City Director of Purchasing and Contract Management within 5 working days after the protesting party knows of the occurrence of the action which is protested relating to advertising of notices deadlines, proposal opening and all other related procedures under the Local Government Code, as well as any protest relating to alleged improprieties with the RFP process. This limitation does not include protests relating to staff recommendations as to award of contract. Protests relating to staff recommendations may be directed to the City Manager. All staff recommendations will be made available for public review prior to consideration by the City Council as allowed by law. FAILURE TO PROTEST WITHIN THE TIME ALLOTTED SHALL CONSTITUTE A WAIVER OF ANY PROTEST. 36 PREVAILING WAGE RATES 36.1 Offerors are required to comply with Texas Government Code, Chapter 2258, Prevailing Wage Rates, with respect to the payment of prevailing wage rates for the construction of a public work, including a building, highway, road, excavation, and repair work or other project development or improvement, paid for in whole or in part from public funds, without regard to whether the work is done under public supervision or direction. A worker is employed on a public work if the worker is employed by the contractor or any subcontractor in the execution of the contract for the project. 13 36.2 A worker employed on a public work by or on behalf of the City of Lubbock shall be paid not less than the general prevailing rate of per diem wages for the work of a similar character in the locality in which the work is performed, and not less than the general prevailing rate of per diem wages for legal holiday and overtime work. 36.3 A contractor or subcontractor who violates Texas Government Code Section 2258.023 shall pay to the City of Lubbock $60 for each worker employed for each calendar day or part of the day that the worker is paid less than the wage rates stipulated in the contract. 14 TEXAS GOVERNMENT CODE 2269 SUBCHAPTER D. SELECTING CONTRACTOR FOR CONSTRUCTION SERVICES THROUGH COMPETITIVE SEALED PROPOSALS Sec. 2269.151. CONTRACTS FOR FACILITIES: COMPETITIVE SEALED PROPOSALS. (a) In this chapter, "competitive sealed proposals" is a procurement method by which a governmental entity requests proposals, ranks the offerors, negotiates as prescribed, and then contracts with a general contractor for the construction, rehabilitation, alteration, or repair of a facility. (b) In selecting a contractor through competitive sealed proposals, a governmental entity shall follow the procedures provided by this subchapter. Sec. 2269.152. USE OF ARCHITECT OR ENGINEER. The governmental entity shall select or designate an architect or engineer to prepare construction documents for the project. The selected or designated engineer or architect has full responsibility for complying with Chapter 1001 or 1051, Occupations Code, as applicable. If the engineer or architect is not a full-time employee of the governmental entity, the governmental entity shall select the engineer or architect on the basis of demonstrated competence and qualifications as provided by Section 2254.004, Government Code. Sec. 2269.153. PREPARATION OF REQUEST. The governmental entity shall prepare a request for competitive sealed proposals that includes construction documents, selection criteria and the weighted value for each criterion, estimated budget, project scope, estimated project completion date, and other information that a contractor may require to respond to the request. The governmental entity shall state in the request for proposals the selection criteria that will be used in selecting the successful offeror. Sec. 2269.154. EVALUATION OF OFFERORS. (a) The governmental entity shall receive, publicly open, and read aloud the names of the offerors and any monetary proposals made by the offerors. (b) Not later than the 45th day after the date on which the proposals are opened, the governmental entity shall evaluate and rank each proposal submitted in relation to the published selection criteria. Sec. 2269.155. SELECTION OF OFFEROR. (a) The governmental entity shall select the offeror that submits the proposal that offers the best value for the governmental entity based on: (1) the selection criteria in the request for proposal and the weighted value for those criteria in the request for proposal; and (2) its ranking evaluation. (b) The governmental entity shall first attempt to negotiate a contract with the selected offeror. The governmental entity and its architect or engineer may discuss with the selected offeror options for a scope or time modification and any price change associated with the modification. (c) If the governmental entity is unable to negotiate a satisfactory contract with the selected offeror, the governmental entity shall, formally and in writing, end negotiations with that offeror and proceed to the next offeror in the order of the selection ranking until a contract is reached or all proposals are rejected. In determining best value for the governmental entity, the governmental entity is not restricted to considering price alone, but may consider any other factor stated in the selection criteria. Page Intentionally Left Blank PROPOSAL SUBMITTAL FORM Pate Intentionally Left Blank REVISED: PROPOSAL SUBMITTAL FORM UNIT PRICE PROPOSAL CONTRACT DATE: February 26, 2021 PROJECT NUMBER: RFP 21-15758-JM Indiana Avenue 13011 to Woodrow Road Proposal of West Texas Paving Inc. called Offeror) To the Honorable Mayor and City Council City of Lubbock, Texas (hereinafter called Owner) Ladies and Gentlemen: The Offeror, in compliance with your Request for Proposals for the Indiana Avenue 13011 to Woodrow Road having carefully examined the plans, specifications, instructions to offerors, notice to offerors and all other related contract documents and the site of the intended work, and being familiar with all of the conditions surrounding the construction of the intended project including the availability of materials and labor, hereby intends to furnish all labor, materials, and supplies; and to construct the project in accordance with the plans, specifications and contract documents, within the time set forth therein and at the price stated below. The price to cover all expenses incurred in performing the work required under the contract documents. Bid Item No. TxDOT Item No. Description Unit Estimated Quantity Unit Price Extension BASE BID 1 100 Prepare ROW sta 96.25 $2,000.00 $192,500.00 2 103 Dispose of Water Well ea 1.00 $500.00 $500.00 3 104 Remove Concrete (Curb & Gutter) if 2,898.00 $10.00 $28,980.00 4 104 Remove Concrete (Driveway) sy 1,264.00 $20.00 $25,280.00 5 104 Remove Concrete (Sidewalk) sy 508.00 $20.00 $10,160.00 6 105 Remove Asphalt Pavement (2.5" to 3.5") sy 34,007.00 $4.00 $136,028.00 7 105 Remove Asphalt (Driveway) sy 1,185.00 $4.00 $4,740.00 8 110 Excavation (Roadway) cy 20,128.00 $5.00 $100,640.00 9 110 Excavation (Channel) cy 1,305.00 $5.00 $6,525.00 10 132 Embankment (Density Control) cy 5,666.00 $6.00 $33,996.00 11 164 Broadcast Seeding (Perm) (Urban) (Sandy) sy 63,676.00 $0.50 $31,838.00 12 168 Vegetative Watering mg 1,072.00 $40.00 $42,880.00 13 169 Soil Retention Blankets (CL 1) (TY B) sy 178.00 $5.00 $890.00 14 247 Flexible Base (12") (Ty A) (Gr 1-2) sy 46,339.00 $20.00 $926,780.00 15 305 Salvage & Haul Asphalt Pavement (2.5" to 3.5") ton- mi 5,611.00 $0.25 $1,402.75 16 310 Prime Coat (MC-30) ga 9,268.00 $4.00 $37,072.00 17 316 Asphalt (AC-10) (Detour Areas) ga 8,075.00 $4.50 $36,337.50 18 316 Aggregate (Ty PB) (Gr-4) (SAC-B) (Detour Areas) cy 251.00 $60.00 $15,060.00 19 340 HMAC (Ty C) (PG 70-28) (2") ton 4,843.80 $120.00 $581,256.00 20 340 HMAC (Ty B) (PG 70-28) (4") ton 9,687.00 $105.00 $1,017,135.00 21 351 Flexible Pavement Structure Repair sy 300.00 $50.00 $15,000.00 22 360 Concrete Pavement Approach (CRCP) (8) sy 4,891.00 $80.00 $391,280.00 23 401 Flowable Backfill cy 200.00 $100.00 $20,000.00 24 432 Concrete riprap (4") cy 150.00 $300.00 $45,000.00 25 462 Concrete Box Culvert (4' x 2') if 98.00 $400.00 $39,200.00 26 464 RC Pipe (CL V) (24") if 92.00 $150.00 $13,800.00 27 464 RC Pipe (CL V) (18") if 198.00 $100.00 $19,800.00 28 466 Wingwall (PW-1) (14W=3) ea 2.00 $8,000.00 $16,000.00 29 467 SET (TY I) (18 IN) (6:1) (C) ea 8.00 $2,000.00 $16,000.00 30 467 SET (TY 1) (24 IN) (6:1) (C) ea 4.00 $3,000.00 $12,000.00 31 479 Adjust Manhole ea 11.00 $1,000.00 $11,000.00 32 479 Adjust Water Valve ea 24.00 $500.00 $12,000.00 33 n/a Relocate Fire Hydrant ea 2.00 $3,000.00 $6,000.00 34 496 Remove Structure (Pipe) if 178.00 $30.00 $5,340.00 35 496 Remove Structure (SET) ea 6.00 $1,000.00 $6,000.00 36 496 Remove Rock Riprap sy 95.00 $40.00 $3,800.00 37 500 Mobilization is 1.00 $600,000.00 $600,000.00 38 502 Barricades, Signs and Traffic Handling mo 13.00 $5,000.00 $65,000.00 39 502 Portable Changeable Message Boards ea 3.00 $7,000.00 $21,000.00 40 506 Rock Filter Dam (Install) (Ty 1) if 400.00 $30.00 $12,000.00 41 506 Rock Filter Dam (Remove) if 400.00 $15.00 $6,000.00 42 506 Construction Exits (Install) (Ty 1) sy 200.00 $15.00 $3,000.00 43 506 Construction Exits (Remove) sy 200.00 $15.00 $3,000.00 44 506 Erosion Control Log (Install) (8") if 2,313.00 $5.00 $11,565.00 45 506 Erosion Control Log (Remove) (8") if 2,313.00 $5.00 $11,565.00 46 506 Blading Work (Erosion Control) hr 80.00 $20.00 $1,600.00 47 508 Construct Temporary Pavement Widening sy 811.00 $30.00 $24,330.00 48 508 Construct Temporary Driveway sy 1,330.00 $30.00 $39,900.00 49 529 Concrete Curb & Gutter if 5,040.00 $15.00 $75,600.00 50 529 Concrete Curb (Ribbon) if 1,098.00 $15.00 $16,470.00 51 529 Concrete Curb (Flume) if 8,210.00 $20.00 $164,200.00 52 530 Intersections & Turnouts (Concrete) sy 2,227.00 $80.00 $178,160.00 53 530 Driveways (Concrete) sy 1,348.00 $80.00 $107,840.00 54 530 Intersections & Turnouts (HMAC) sy 4,551.00 $50.00 $227,550.00 55 n/a Driveway/Alley Approach (Millings) sy 356.00 $5.00 $1,780.00 56 531 Concrete Sidewalk (4") sy 2,334.00 $50.00 $116,700.00 57 531 ADA Curb Ramp ea 14.00 $2,000.00 $28,000.00 58 560 Mailbox Assembly (Single) (TWG) (Ty 1) ea 4.00 $300.00 $1,200.00 59 610 Roadway Illumination Assemblies ea 17.00 $7,000.00 $119,000.00 60 618 Conduit (PVC) (Sch 40) (2") if 4,902.00 $7.00 $34,314.00 61 618 Conduit (PVC) (Sch 40) (3") if 798.00 $9.00 $7,182.00 62 620 Electrical Conductors (No 6) (Insulated) if 14,706.00 $2.00 $29,412.00 63 624 Ground Boxes ea 17.00 $700.00 $11,900.00 64 628 Electrical Services ea 1.00 $7,000.00 $7,000.00 65 644 Remove small sign assembly ea 13.00 $200.00 $2,600.00 66 644 Small sign assembly ea 21.00 $700.00 $14,700.00 67 662 Wk Zn Pav Markings (Ty 1) (W) (4") (Sld) if 13,096.00 $1.00 $13,096.00 68 662 Wk Zn Pav Markings (Ty 1) (W) (24") (Sld) if 200.00 $25.00 $5,000.00 69 662 Wk Zn Pav Markings (Ty 1) (Y) (4") (Sld) if 13,329.00 $0.50 $6,664.50 70 666 Pav Markings (Ty 1) (W) (4") (Brk) (100 Mil) if 410.00 $0.70 $287.00 71 666 Pav Markings (Ty 1) (W) (4") (Sld) (100 Mil) if 14,329.00 $0.70 $10,030.30 72 666 Pav Markings (Ty 1) (W) (8") (Sld) (100 Mil) if 2,914.00 $1.00 $2,914.00 73 666 Pav Markings (Ty 1) (W) (8") (Dot) (100 Mil) if 242.00 $1.00 $242.00 74 666 Pav Markings (Ty 1) (W) (12") (Sld) (100 Mil) if 1,455.00 $5.00 $7,275.00 75 666 Pav Markings (Ty 1) (W) (24") (Sld) (100 Mil) if 1,228.00 $10.00 $12,280.00 76 666 Pav Markings (Ty 1) (Y) (4") (Brk) (100 Mil) if 3,884.00 $1.00 $3,884.00 77 666 Pav Markings (Ty 1) (Y) (4") (Sld) (100 Mil) if 22,731.00 $0.75 $17,048.25 78 666 Pav Markings (Ty 1) (Y) (12") (Sld) (100 Mil) if 534.00 $5.00 $2,670.00 79 668 Prefab Pav Markings (Ty C) (W) (Arrow) ea 10.00 $700.00 $7,000.00 80 672 Raised Pav Marker (Ty I-C) ea 14.00 $6.00 $84.00 81 672 Raised Pav Marker (Ty II -A -A) ea 396.00 $6.00 $2,376.00 82 677 Eliminate Existing Pavement Markings if 4,284.00 $1.50 $6,426.00 85 678 Pave Surface Prep for Markings (4") if 2,123.00 $0.50 $1,061.50 86 678 Pave Surface Prep for Markings (8") if 1,037.00 $0.80 $829.60 87 678 Pave Surface Prep for Markings (12") if 670.00 $4.00 $2,680.00 88 678 Pave Surface Prep for Markings (24") if 36.00 $5.00 $180.00 89 678 Pave Surface Prep for Markings (Arrow) ea 36.00 $60.00 $2,160.00 90 751 Salvage & Redistribute Landscape Rock sy 1,308.00 $10.00 $13,080.00 91 5039 Fence Special (Fence Notch) if 36.00 $20.00 $720.00 TOTAL BASE BID (1-91) $5,922,776.40 Bid TxDOT Description Unit Estimated Unit Price Extension Item No Item No. Quantity ADDITIVE ALTERNATE - 1 Full width construction from 135th to FM 1585 (Flexible Pavement Section) (Additional Quantity Only) 3A 104 Remove Concrete if 438.00 $10.00 $4,380.00 (Curb & Gutter) Must match Item 3 unit rice 4A 104 Remove Concrete sy 145.00 $20.00 $2,900.00 (Driveway) Must match Item 4 unit price 5A 104 Remove Concrete sy 63.00 $20.00 $1,260.00 (Sidewalk) Must match Item 5 unit price 8A 110 Excavation cy 2,175.00 $5.00 $10,875.00 (Roadway) Must match Item 8 unit price 10A 132 Embankment cy (286.00) $6.00 ($1,716.00) (Density Control) Must match Item 10 unit rice 11A 164 Broadcast Seeding sy 1,633.00 $0.50 $816.50 (Perm) (Urban) (Sandy) Must match Item 11 unit price 12A 168 Vegetative mg 27.00 $40.00 $1,080.00 Watering Must match Item 12 unit price 13A 169 Soil Retention sy 88.89 $5.00 $444.45 Blankets (CL 1) (TY B) Must match Item 13 unit price 14A 247 Flexible Base (12") sy 7,975.00 $20.00 $159,500.00 (Ty A) (Gr 1-2) Must match Item 14 unit price 16A 310 Prime Coat (MC- ga 1,595.00 $4.00 $6,380.00 30) Must match Item 16 unit price 19A 340 HMAC (Ty C) (PG ton 826.00 $120.00 $99,120.00 70-28) (2") Must match Item 19 unit price 20A 340 HMAC (Ty B) (PG ton 1,652.00 $105.00 $173,460.00 70-28) (4") Must match Item 20 unit price 32A 479 Adjust Water Valve ea 2.00 $500.00 $1,000.00 Must match Item 32 unit price 49A 529 Concrete Curb & if 1,393.00 $15.00 $20,895.00 Gutter Must match Item 49 unit price 53A 530 Driveways sy 145.00 $80.00 $11,600.00 (Concrete) Must match Item 53 unit price 54A 530 Intersections & sy (1,866.00) $50.00 ($93,300.00) Turnouts (HMAC)(Deduct) Must match Item 54 unit price 56A 531 Concrete Sidewalk sy 63.00 $50.00 $3,150.00 (4") Must match Item 56 unit price 70A 666 Pav Markings (Ty if 620.00 $0.70 $434.00 1) (W) (4") (Brk) (100 Mil) Must match Item 70 unit price 71A 666 Pav Markings (Ty if (218.00) $0.70 ($152.60) 1) (W) (4") (Sld) (100 Mil) Must match Item 71 unit price 72A 666 Pav Markings (Ty if 763.00 $1.00 $763.00 1) (W) (8") (Sld) (100 Mil) Must match Item 72 unit price 74A 666 Pav Markings (Ty if 1,692.00 $5.00 $8,460.00 1) (W) (12") (Sld) (100 Mil) Must match Item 74 unit price 75A 666 Pav Markings (Ty if 568.00 $10.00 $5,680.00 1) (W) (24") (Sld) (100 Mil) Must match Item 75 unit price 76A 666 Pav Markings (Ty if 24.00 $1.00 $24.00 1) (Y) (4") (Brk) (100 Mil) Must match Item 76 unit rice 77A 666 Pav Markings (Ty if 401.00 $0.75 $300.75 1) (Y) (4") (Sld) (100 Mil) Must match Item 77 unit price 78A 666 Pav Markings (Ty if 259.00 $5.00 $1,295.00 1) (Y) (12") (Sld) (100 Mil) Must match Item 78 unit price 79A 668 Prefab Pav ea 2.00 $700.00 $1,400.00 Markings (Ty C) (W) (Arrow) Must match Item 79 unit rice 80A 672 Raised Pav Marker ea 62.00 $6.00 $372.00 (Ty I-C) Must match Item 80 unit price TOTAL ADDITIVE ALTERNATE - 1 Full width construction from 135th to FM 1585 $420,421.10 (Flexible Pavement Section) Total Amount with Alternate 1: $6,343,197.50 Bid TxDOT Estimated Unit Price Item Item No. Description Unit Quantity Extension No. Pavement Alternate Section (Rigid Pavement Section) (Roadway) Must match Item 8 unit price (Density Control) Must match Item 10 unit price 11 (Ty A) (Gr 1- 2)(Deduct) Must match Item 14 unit rice 30)(Deduct) Must match Item 16 unit price 70-28) (2")(Deduct) Must match Item 19 unit rice 70-28) (4")(Deduct) Must match Item 20 unit price Approach (CROP) (81') Must match Item 22 unit price k-1,071. , Al (CRCP) (8") El Adjustment K -7 0 LI-jr--- D___ jj� for Markings (4") Must match Item 85 unit price for Markings (8") Must match Item 86 unit price for Markings (12") Must match Item 87 unit price for Markings (24") Must match Item 88 unitprice Bid TxDOT Estimated Unit Price Item Item No. Description Unit Quantity Extension No. Pavement Alternate Section (Rigid Section) with Additive Alternate #1 (Additional Quantity Only) 0 (Curb & Gutter) Must match Item 3 unit price (Driveway) Must match Item 4 unit rice (Sidewalk) Must match Item 5 unit price (Roadway) Must match Item 8 unit rice (Density Control) Must match Item 10 unit price (Perm) (Urban) (Sandy) Must match Item 11 unit price 1 W7atering Must match Item 12 unit price 1 Blankets (CL 1) (TY B) Must match Item 13 unit price (CROP) (8") Must match Item 92B unit rice Valves Must match Item 32 unit price Gutter Must match Item 49 unit price (Concrete) Must match Item 53 unit price Turnouts (HMAC) Must match Item 54 unit price (4") Must match Item 56 unit price 1) (W) (4") (Brk) (100 Mil) Must match Item 70 unit price (100 Mil) Must match Item 71 unit rice 1) (W) (8") (Sld) (100 Mil) Must match Item 72 unit price 1) (W) (12") (Sld) (100 Mil) Must match Item 74 unit price 1) (W) (24") (Sld) (100 Mil) Must match Item 75 unit price 1) (Y) (4") (Brk) (100 Mil) Must match Item 76 unit price 1) (Y) (4") (Sld) (100 Mil) Must match Item 77 unit price 1) (Y) (12") (Sld) if (100 Mil) Must match Item 78 unit price Markings (Ty C) (W) (Arrow) Must match Item 79 unit price (Ty I-C) Must match Item 80 unit price for Markings (4") Must match Item 85 unitprice for Markings (8") Must match Item 86 unit price for Markings (12") Must match Item 87 unit price for Markings (24") Must match Item 88 unit price for Markings (Arrow) Must match Item 88 unit price TOTAL Pavement Alternate Section (Rigid Section) with Additive Alternate #1 PROPOSED CONSTRUCTION TIME: 1. Contractors proposed CONSTRUCTION TIME for completion: TOTAL CONSECUTIVE CALENDAR DAYS: 250 (to Substantial Completion) TOTAL CONSECUTIVE CALENDAR DAYS: 280 (to Final Completion) (not to exceed 270 consecutive calendar days to Substantial Completion / 300 consecutive calendar days to Final Completion). Offeror hereby agrees to commence the work on the above project on a date to be specified in a written "Notice to Proceed" of the Owner and to substantially complete the project within 270 Consecutive Calendar Days with final completion within 300 Consecutive Calendar Days as stipulated in the specification and other contract documents. Offeror hereby further agrees to pay to Owner as liquidated damages in the sum of $750 for each consecutive calendar day after substantial completion and liquidated damages in the sum of $750 for each consecutive calendar day after final completion set forth herein above for completion of this project, all as more fully set forth in the General Conditions of the Agreement. Offeror understands and agrees that this proposal submittal shall be completed and submitted in accordance with instruction number 29 of the General Instructions to Offerors. Offeror understands that the Owner reserves the right to reject any or all proposals and to waive any formality in the proposing. The Offeror agrees that this proposal shall be good for a period of sixty 60 calendar days after the scheduled closing time for receiving proposals. The undersigned Offeror hereby declares that he has visited the site of the work and has carefully examined the plans, specifications and contract documents pertaining to the work covered by this proposal, and he further agrees to commence work on the date specified in the written notice to proceed, and to substantially complete the work on which he has proposed; as provided in the contract documents. Offerors are required, whether or not a payment or performance bond is required, to submit a cashier's check or certified check issued by a bank satisfactory to the City of Lubbock, or a proposal bond from a reliable surety company, payable without recourse to the order of the City of Lubbock in an amount not less than five percent (5%) of the total amount of the proposal submitted as a guarantee that offeror will enter into a contract, obtain all required insurance policies, and execute all necessary bonds (if required) within ten (10) days after notice of award of the contract to him. 15 Offeror's Initials 16 Enclosed with this proposal is a Cashier's Check or Certified Check Enclosed with this proposal is a Cashier's Check or Certified Check for Dollars ($ ) or a Proposal Bond in the sum of 5% of GAB Dollars ($ 5% of GAB), which it is agreed shall be collected and retained by the Owner as liquidated damages in the event the proposal is accepted by the Owner and the undersigned fails to execute the necessary contract documents, insurance certificates, and the required bond (if any) with the Owner within ten (10) business days after the date of receipt of written notification of acceptance of said proposal; otherwise, said check or bond shall be returned to the undersigned upon demand. Offeror understands and agrees that the contract to be executed by Offeror shall be bound and include all contract documents made available to him for his inspection in accordance with the Notice to Offerors. Pursuant to Texas Local Government Code 252.043(g), a competitive sealed proposal that has been opened may not be changed for the purpose of correcting an error in the proposal price. THEREFORE, ANY CORRECTIONS TO THE PROPOSAL PRICE MUST BE MADE ON THE PROPOSAL SUBMITTAL FORM PRIOR TO PROPOSAL OPENING. (Seal if Offeror is a Corporation) ATTEST: Secr tart' Offeror acknowledges receipt of the following addenda: Addenda No. 1 Date 2/09/21 Addenda No. 2 Date 2/17/21 Addenda No. 3 Date 2/23/21 Addenda No. 4 Date 2/24/21 M/WBE Firm: Date: February 26, 2021 (Printed or Typed Name) West Texas Paving, Inc. Company 10104 Alcove Avenue Address Wolfforth, Lubbock, City, County Texas 179382 State Zip Code Telephone: 80( 6) - 833-2882 Fax: 806 - 833-2884 Email: westtexasnavingn.sntc.net FEDERAL TAX ID or SOCIAL SECURITY No. 75-2028682 ✓ Woman Black American Native American Hispanic American ✓ Asian Pacific American Other (Specify) 17 MERCHANi7s_"� BONDING COMPANY.. POWER OF ATTORNEY Know All Persons By These Presents, that MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC., both being corporations of the State of Iowa (herein collectively called the "Con:,panies'l do hereby make, constitute and appoint, individually, Jill Schirru; Massimo Schirru; Michael N Rudberg; Tayler K Owen their true and lawful Attomey(s)-in-Fact, to sign its name as surety(ies) and to execute, seal and acknowledge any and all bonds, undertakings, contracts and other written instruments in the nature thereof, on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. This Power -of -Attorney is granted and is signed and sealed by facsimile under and by authority of the following By -Laws adopted by the Board of Directors of Merchants Bonding Company (Mutual) on April 23, 2011 and amended August 14, 2015 and adopted by the Board of Directors of Merchants National Bonding, Inc., on October 16, 2015. "The President, Secretary, Treasurer, or any Assistant Treasurer or any Assistant Secretary or any Vice President shall have power and authority to appoint Attorneys -in -Fact, and to authorize them to execute on behalf of the Company, and attach the seal of the Company thereto, bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof." "The signature of any authorized officer and the seal of the Company may be affixed by facsimile or electronic transmission to any Power of Attorney or Certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or other suretyship obligations of the Company, and such signature and seal when so used shall have the same force and effect as though manually fixed." In conl1ection with obligations in favor of the Florida Department of Transportation only, it is agreed that the power and authority hereby given to the Attorney -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 Companies have caused this instrument to be signed and sealed this 22nd day of May 2019 ``•' p��PO <01Y4•: .'• Q�N�'�4 .6 * MERCHANTS BONDING COMPANY (MUTUAL) R R O « O ' pIPQ��•9�. MERCHANT NATIONAL BONDING, INC. x :~ 2003 ; b9 - 1933 By STATE OF IOWA COUNTYOF ':� a •• •�+�.� '' 1�:Presiderd DALLASss. •..`t ..• •. +• On this this 22nd day of May 2019 , before me appeared Larry Taylor, to me personally known, who being by me duly sworn did say that he is President of MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC.; and that the seals affixed to the foregoing instrument are the Corporate Seals of the Companies; and that the said instrument was signed and sealed in behalf of the Companies by authority of their respective Boards of Directors. �a I°r AUCIA K GRAM Commission Number 767430 My Commission Expires April 1, 2020 Notary Public (Expiration of notary's commission does not invalidate this instrument) I, William Warner, Jr., Secretary of MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC., do hereby certify that the above and foregoing is a true and correct copy of the POWER -OF -ATTORNEY executed by said Companies, which is still in full force and effect and has not been amended or revoked. In Witness Whereof, I have hereunto set my hand and affixed the seal of the Companies on this 18th day of February 2021 2003 1933 Secretary . v . ::�: :y�. POA 0018 {3/17) " pQPD/A Y 6dA�q Merchants Bonding Company P.O. BOX 26720 • AUSTIN, TX 78755-0720 BID BOND PUBLIC WORK KNOW ALL PERSONS BY THESE PRESENTS: That West Texas Texas Paving, tncInc. (hereinafter called the Principal) as Principal, and the MERCHANTS BONDING COMPANY {Mutual) a corporation of the State of Iowa, with its Home Office in the City of Des Moines, Iowa, {hereinafter called Surety), as Surety, are held and firmly bound to City LubbockLubbockLubbock (hereinafter called the Obligee) in the full and just sum of{$ 5% of GAB 5% of GAB Dollars good and lawful money of the United States of America, to the payment of which sum of money well and truly to be made, the Principal and Surety bindthemselves, theirheirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. Signed and dated this. 1 8 th day of February 2021 THE CONDITION OF THIS OBLIGATION IS SUCH, that, if the Obligee shall make any award to the Principal for Indiana Ave 130th to Woodrow Road according to the terms of the proposal or bid made by the Principal therefor, and the Principal shall duly make and enter into a contract with the Obligee in accordance with the terms of said proposal or bid and award, and shall give bond for the faithful performance thereof with the MERCHANTS BONDING COMPANY (Mutual) and Surety, or with other Surety or Sureties approved by the Obligee; or if the Principal shall, in case of failure to do so, pay to the Obligee the damages which the Obligee may suffer by reason of such failure, not exceeding the penalty of this bond, then this obligation shall be null and void; otherwise it shall be and remain in full force and effect. IN TESTIMONY WHEREOF, the Principal and Surety have caused these presents to be duly signed and sealed. Witne Attest: r C NJO33AU (9100) West Texas Paving.. Inc. i pal � BY MERCHANTS BONDI COMPANY (Mutual) By Michael N. Rudber tty-in-Fact City of Lubbock, TX RFP 21-15578-JM Indiana Avenue 130th to Woodrow Road Reference Form Please list three references of current customers who can verify the quality of service your company provides. The City prefers users of similar size and scope of work. Please do not use the City of Lubbock. REFERENCE ONE Government/ Company Name: Parkhill Smith & Cooper Address: 4222 85th Street, Lubbock, Texas 79423 Contact Person and Title: Larry Valdez, PE / Senior Associate Phone: (806) 473-3528 Fax: REFERENCE TWO Government/ Company Name: OJD Engineering Address:328 East Highway 62, Wolfforth, Texas 79382 Contact Person and Title: Tanner Lansford, PE / Associate Engineer Phone: (806) 791-2300 Fax: (806) 791-2301 REFERENCE THREE Government/ Company Name: Texas Tech University, Grounds Maintenance Address: 3211 Main Street, Lubbock, Texas 79409 Contact Person and Title: Charles Leatherwood, Managing Director of Grounds Phone: (806) 834-5406 Fax: 18 Contractors Statement of Qualifications Individual contractors and joint ventures submitting a bid must complete the following evaluation information for the Project. Joint ventures shall be composed of not more than two firms and each firm must complete separate evaluations. Evaluation information must be submitted at time of bid submittal. Failure to submit the following Bidder Evaluation information may result in the OWNER considering the bid non -responsive and result in rejection of the bid by the OWNER. Bidders are to provide any additional information requested by the OWNER. In evaluating a firm's qualifications, the following major factors will be considered: A. FINANCIAL CAPABILITY: For this project, the CONTRACTOR'S financial capability to undertake the project will be determined by the CONTRACTOR'S ability to secure bonding satisfactory to the OWNER. B. EXPERIENCE: Do the organization and key personnel have appropriate technical experience on similar projects? C. SAFETY: Does the organization stress and support safety as an important function of the work process? D. QUALITY OF WORK: (1) Does the organization have a commitment to quality in every facet of their work - the process as well as the product? (2) Does the organization have a written quality philosophy and/or principles that exemplifies their work? If so, submit as Attachment "A". (3) Has this organization ever received an award or been recognized for doing "quality" work on a project? If so, give details under Attachment "A". E. CONFORMANCE TO CONTRACT DOCUMENTS: (1) Does the organization have a commitment and philosophy to construct projects as designed and as defined in the Contract Documents? The OWNER reserves the right to waive irregularities in determining the firm's qualifications and reserves the right to require the submission of additional information. The qualifications of a firm shall not deprive the OWNER of the right to accept a bid, which in its judgement is the lowest and best bid, to reject any and all bids, to waive irregularities in the bids, or to reject nonconforming, 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 qualifications or responsibility of the firm. Material misstatements on the qualifications forms may be grounds for rejection of the firm's bid on this project. Any such misstatement, if discovered after award of the contract to such firm, may be grounds for immediate termination of the contract. Additionally, the firm 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. Complete the following information for your organization: 19 Contractor's General Information Organization Doing Business As West Texas Paving, Inc. Business Address of Principal Office 10104 Alcove Ave Wolfforth, TX 79382 Telephone Numbers Main Number (806) 833-2882 Fax Number (806) 833-2884 Web Site Address www.wtxpavtgg.com Form of Business (Check One) ✓ A Corporation A Partnership An Individual If a Corporation Date of Incorporation April 1, 1985 State of Incorporation Texas Chief Executive Officer's Name Darrell Jarnagin President's Name Darrell Jarnagin Vice President's Name(s) None Secretary's Name Murleen Jarnagin Treasurer's Name Murleen Jarnagin If a Partnership Date of Organization State whether partnership is general or limited If an Individual Name Business Address all individuals not previously named organizationIdentify which exert a significant amount of business control over the None OrganizationIndicators of Average Number of Current Full Time 40 Average Estimate of Revenue for the S16, 000, 000 Employees Current Year Contractor's Organizational Experience Organization Doing Business As West Texas Paving, Inc. Business Address of Regional Office 10104 Alcove Ave Wolfforth, TX 79382 Name of Regional Office Mgr. Darrell G Jarnagin Telephone Numbers Main Number (806) 833-2882 Fax Number (806) 833-2884 Web Site Address www.wtxpavin,-.com Organization List of names that this organization currently, has or anticipates operating under over the history of the organization, including the names of related companies presently doing business: Name of Organization From Date To Date Not applicable Not applicable Not applicable List of companies, firms or organizations that own any part of this organization. Name of companies, firms or organizations Percent Ownership Not applicable Not applicable Experience Construction Years of experience in projects similar to the proposed project: As a General Contractor 141 IAs a Joint Venture Partner Not applicable Has this or a predecessor organization ever defaulted on a project or failed to complete any project awarded to it? No If yes provide full details in a separate attachment. See attachment No. Not applicable Has this or a predecessor organization been released from a bid or proposal in the past ten years? No If yes provide full details in a separate attachment. See attachment No. Not applicable Has this or a predecessor organization ever been disqualified as a bidder or proposer by any local, state, or federal agency within the last five ears? No If yes provide full details in a separate attachment. See attachment No. Not applicable Is this organization or your proposed surety currently in any litigation or contemplating litigation No If yes provide full details in a separate attachment. See attachment No. Not applicable Has this or a predecessor organization ever refused to construct or refused to provide materials defined in the contract documents? No If yes provide full details in a separate attachment. See attachment No. Not applicable Contractor's Proposed Key Personnel Organization Doing Business As West Texas Paving, Inc. Proposed g, Provide a brief description of the managerial structure of the organization and illustrate with an organizational cart. Include the title and names of key personnel. Include this chart at an attachment to this description. See attachment No. 1 West Texas Paving, Inc. is organized into three divisions: Material, Equipment, and Project. The Project division handles the prosecution of all construction projects with work crews. The Material division operates our asphalt plants and aggregate quarries. The materials produced by this division are consumed by both the Project division and external customers. Finally, the Equipment division is responsible for maintaining and managing all Company equipment used by both the Material and Project divisions. Provide a brief description of the managerial structure proposed for this project and illustrate with an organizational chart. Include the title and names of proposed key personnel and alternates. Include this chart as an attachment to this description. See attachment No. 2 The titles of project staff have been amended to fit the titles as notated in the following section. The project superintendent answers directly to the project manager. The project manager, safety officer, and quality control manager report directly to the CEO. The actions of these managers are coordinated directly through cooperation between both as well as the executive management team of West Texas Paving, Inc.. Experience of Key Personnel Provide information on key personnel proposed for this project that will provide each of the following key functions. Provide information for candidates for each of these positions on the pages for each of these key personnel. Also provide biographical information for each of the primary and alternate candidate as an attachment. The biographical information must include the following as a minimum: technical experience, managerial experience, education and formal training, work history which describes project experience, including the roles and responsibilities for each assignment, and primary language. Additional information highlighting experience which makes them the best candidate for the assignment should also be included. Role Primary Candidate Alternate Candidate Project Manager Ray Taylor Alfonso Sanchez Project Superintendent Alfonso Sanchez Steve Witt Project Safety Officer Steve Witt Kevin Trujillo Quality Control Officer Kevin Trujillo Erik Jones 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. Ifthe individual is not to be devoted solely to this project, indicate how much time is to be divided between this project and other assignments. CFO Marshal Jarnagin Office Manager Madison Stewart Staff Accountant Karvn Scrivener ATTACHMENT No. I CEO Darrell Jarnagin 7 Project Manager Material Mgr Earthwork Foreman Henry Maserang Project Engineer Alfonso Sanchez Paving Foreman Patrick Stevens Kevin Trujillo Plant Manager Erik Jones Crusher Foreman Tomas Hernandez Compliance Officer Steve Witt Equipment Mgr Mike Rodriguez Mechanic Loren Moore Plant Foreman Jase Powell Dirt Crew Paving Crew Crusher Crew Asphalt PlantCrew tiple Personnel Multiple Personnel I Multiple Personnel Multiple Personnel ATTACHMENT No. 2 CEO oject Safety Officer Darrell Jarnagin I Steve Witt Project Manager Quality Control Mgr Rav Tavlor Kevin Truiillo Project Superintendent QC Mgr Alternate Alfonso Sanchez Erik Jones Earth Foreman Paving Foreman Crusher Foreman Plant Foreman HenryMaserang Alfonso Sanchez Tomas Hernandez Proposed Project Managers Organization Doing Business As West Texas Paving, Inc. Primary Candidate Name of Individual Ray Taylor Years of Experience as Project Manager 15 Years of Experience with this organization I Number of similar projects as Project Manager 15 Number of similar projects in other positions 8 Current Project Assignments Name of Assignment Percent of Time Used for this Proj ect Estimated Project Completion Date No specific assignment currently held Not applicable Not applicable Reference Contact Information (listing names indicates approval for contacting the reference) Name Jeff Burns Name Ben Lewis Title/Position Superintendent Title/Position Principal Organization Texas Tech University Organization OJD Engineering Telephone (806) 834-1206 Telephone (806) 791-2300 E-Mail "e .burns u.edu E-Mail ben. lewis(a)pidenzineerinz com Project 18th St & Hartford Ave Reconstruction Project Diamondhead Estates IV Project Role Project Manager Project Role Project Manager Alternate Candidate Name of Individual Alfonso Sanchez Years of Experience as Project Manager 20 Years of Experience with this organization 25 Number of similar projects as Project Manager 20 Number of similar projects in other positions 42 Current Project Assignments Name of Assignment Percent of Time Used for this Project Estimated Project Completion Date No specific assignment currently held Not applicable Not applicable Reference(listing Name names indicates approval Josh Weems Name Clayton Scales Title/Position Project Manager Title/Position Division Manager Organization Lee Lewis Construction Organization KSA Engineers Telephone (806) 797-8400 Telephone (806) 335-1600 E-Mail 'wems eelewis. com E-Mail clayton(&ksaenz com Project 4ore Golf Complex Project Slaton Airport Taxiway Extension Project Role Project Manager Project Role Project Manager Proposed Project Superintendent Organization Doing Business As West Texas Paving, Inc. Primary Candidate Name of Individual Alfonso Sanchez Years of Experience as Project Superintendent 20 Years of Experience with this organization 25 Number of similar projects as Superintendent 20 Number of similar projects in other positions 42 Current Project Assignments Name of Assignment Percent of Time Used for this Proj ect Estimated Project Completion Date No specific assignment currently held Not applicable Not applicable Reference Contact Information (listing names indicates approval for contacting the reference) Name Keith Smith Name Joe Grimes Title/Position Developer Title/Position Principal Organization Betenbough Homes Organization Grimes and Associates Telephone (806) 687-8787 Telephone (806) 863-2462 E-Mail keithsAbetenA2ygh.com E-Mail ioeAgrimesen ineerin .com Project Windstone Phase VII Project Southwest Lubbock Runway Project Role Project Superintendent Project Role lProject Superintendent Alternate Candidate Name of Individual Steve Witt Years of Experience as Project Superintendent 5 Years of Experience with this organization 10 Number of similar projects as Superintendent 6 Number of similar projects in other positions 27 Current Project Assignments Name of Assignment Percent of Time Used for this Proj ect Estimated Project Completion Date No specific assignment currently held Not applicable Not applicable Reference Contact Information (listing names indicates approval Benny Lybrand for contacting the Name reference) Mark Haberer Name Title/Position Professional Engineer Title/Position Principal, Director of Aviation Organization C.T. Brannon Corporation Organization Parkhill Smith & Cooper Telephone (903) 597-2122 Telephone (806) 473-2200 E-Mail blybrand(&,,brannoncorp.com E-Mail mhabereif&team-psc.com Project Terry County Airport Taxiway Project LPSIA Perimeter Road Project Role Superintendent Project Role Superintendent Proposed Project Safety Officer Organization Doing Business As West Texas Paving, Inc. Primary Candidate Name of Individual Steve Witt Years of Experience as Project Safety Officer 10 Years of Experience with this organization 10 Number of similar projects as Safety Officer 14 Number of similar projects in other positions 27 Current Project Assignments Name of Assignment Percent of Time Used for this Pro' ect Estimated Project Completion Date No specific assignment currently held Not applicable Not applicable Reference Contact Information (listing names indicates approval for contacting the reference) Name John Rantz Name Charles Leatherwood Title/Position Principal Title/Position Director of Grounds Maintenance Organization R2MEngineering Organization Texas Tech University Telephone (806) 783-9944 Telephone (806) 834-5468 E-Mail iirant 2men .com E-Mail charles.leatherwoodkttu.edu Project IH 27 Plainview Interchange Project 2011 Street & Parking Lot Repairs Project Role Safety Officer Project Role Safety Officer Alternate Candidate Name of Individual Kevin Trujillo Years of Experience as Project Safety Officer 2 Years of Experience with this organization 5 Number of similar projects as Safety Officer 7 Number of similar projects in other positions 5 Current Project Assignments Name of Assignment Percent of Time Used for this Project Estimated Project Completion Date No specific assignment currently held Not applicable Not applicable Reference Contact information (listing names indicates approval Tanner Lansford for contacting the Name reference) Alan Holly Name Title/Position Professional Engineer Title/Position Senior Associate Organization OJD Engineering Organization Parkhill Smith & Cooper Telephone (806) 791-2300 Telephone (806) 473-3528 E-Mail tanner. lansfordna,oidengineering.com E-Mail ahollyAteam-psc.com Project Frenship Mesa Estates Project Cooper School Bond Improvements Project Role QCManager Project Role QCManager Proposed Project Quality Control Manager Organization Doing Business As Primary Candidate Name of Individual West Texas Paving, Inc. Kevin Trujillo Years of Experience as Project Quality Manager 2 Years of Experience with this organization 5 Number of similar projects as Quality Manager 12 Number of similar projects in other positions 7 Current Project Assignments Name of Assignment Percent of Time Used for this Project Estimated Project Completion Date No specific assignment currently held Not applicable Not applicable Reference Contact Information (listing names indicates approval for contacting the reference) Name Cole Hudson Name Daniel Cruz Title/Position Professional Engineer Title/Position Laboratory Supervisor Organization Pavetex Engineering Organization Texas Dept. of Transportation Telephone (806) 771-7283 Telephone (806) 748-4424 E-Mail cole.hudsonApavetex.com E-Mail daniel.cruz(W�txdot.-ov Project Windstone Phase V Project TxDOT Maintenance Project Project Role Materials Manager Alternate Candidate Name of Individual Project Role Quality Control Manager Erik Jones Years of Experience as Project Quality Manager 4 Years of Experience with this organization 4 Number of similar projects as Quality Manager 24 Number of similar projects in other positions 9 Current Project Assignments Name of Assignment Percent of Time Used for this Project Estimated Project Completion Date No specific assignment currently held Not applicable Not applicable 'approval Name Keith Munden for contacting the reference) Chris Cunningham Name Title/Position Maintenance Section Manager Title/Position Engineer Organization Texas Dept. of Transportation Organization Pavetex Engineering Telephone (806) 401-8472 Telephone (806) 771-7283 E-Mail keith.munden(a»txdot.,aov E-Mail chris.cunningham(i�cmteng com Project FM2378 Reconstruction Project Windstone Phase V Project Role Material Engineer Project Role Materials Engineer Contractor's Project Experience and Resources Organization Doing Business As West Texas Paving, Inc. Projects Provide a list of major projects that are currently underway, or have been completed within the last ten years (Attachment A) Provide a completed Project Information form (AttachmentB) for projects that have been completed in the last five years which specifically illustrate the or anization's capability to provide the best value to the Owner for this project. Include a completed Project Information form (Attachment B) for projects which illustrate the experience of key personnel. Provide a description of your organization's approach to completing this project to provide best value for the Owner. Include a description of your approach in the following areas: 1. Contract administration 2. Management of subcontractorand suppliers 3. Time management 4 Cost control SeeAttachment C 5. Quality management 6. Project site safety 7. Managing changes to the project 8. Managing equipment 9. Meeting HUB/MWBE Participation Goal Equipment Provide a list of major equipment proposed for use on this project Attach Additional Information ifnecessary. Equipment Item Primary Use on Project Own Will Lease Buy ADMAsphalt Plant Pavement material production ✓ Caterpillar Wheel Loader Material loading, stockpiling ✓ Terex Backhoe Material transfer, demolition ✓ Dynapac Roller Material compaction ✓ Caterpillar Scraper Excavation, embankment ✓ Caterpillar Motor Grader Grading, subgrade preparation ✓ Caterpillar Milling Machine Pavement removal ✓ PowerCurber Curbing Machine Concrete curb and gutter ✓ Dynapac Paver Asphalt paving ✓ Broce Broom Surface Preparation ✓ Etnyre Asphalt Distributor Truck Prime coating, emulsion ✓ OrganizationDivision ofWork between What work will the organization complete using its own resources? West Texas Paving, Inc. intends to use internal resources to complete the entire scope of this project notwithstanding any previously disclosed information regarding a preliminary list of subcontractors as noted in this Request. What work does the organization propose to subcontract on this project? As mentioned above, West Texas Paving, Inc. intends to use internal resources to complete the full scope of this project. Any aforementioned exclusions are subject to qualifications to this statement. Attachment A (page 1) Current Projects and Project Completed within the last 10 Years Project Owner City of Lubbock Project Name 016 Various Mill & Relay General Description of Project: Reconstruct Asphalt Road ]Date Contract Time 00 Calendar Days Project Cost 2,742,933.07 Project Complete 153 Calendar Days (121212016) Key Project Personnel Project Manager JProject Superintendent I Safety Officer I QC Manager Name Daniel Buntoro Alfonso Sanchez I Derek Jarnagin I Wangyu Ma Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference) NameTitle/Position Organization Telephone E-mail Owner Teofilo Flores. Sr. Buyer City of Lubbock (806) 775-2164 tkfloresAmylubbock.us Designer City of Lubbock Manager Dwain Mitchell Yr. Project Mgr City of Lubbock (806) 775-3680 dmitchell(&mail.ci.lubbock.Mus Project Owner City of Lubbock Project Name I Upland Ave Mill & Relay General Description of Project: Reconstruct Asphalt Road Contract Time 1120 Calendar Days Project Cost $2,218,585.99 Date Project Complete 1108 Calendar Days (612312016) Key Project Personnel Project Manager JProject Superintendent Safety Officer I QC Manager Name Daniel Buntoro Alfonso Sanchez[Derek Jarnagin JDaniel Buntoro Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference) Name Title/Position Organization Telephone E-mail Owner Teofilo Flores. Sr. Buyer City of Lubbock (806) 775-2164 tkfloresAmylubbockus Designer City of Lubbock Manager Dwain Mitchell Sr. Project Mgr City of Lubbock (806) 775-3680 dmitchell(a)"ail.ci.lubbock.tx.us Project Owner City of Lubbock Project Name 114th Street Mill & Relay General Description of Project: Reconstruct Asphalt Road Contract Time 90 Calendar Days Project Cost $1,862,730.00 Date Project Complete 53 Calendar Days (71312020) Key Project Personnel Project Manager Project Superintendent I Safety Officer QC Manager Name Ray Taylor Alfonso Sanchez I Steve Witt Kevin Trujillo Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference) ame Title/Position Organization Telephone E-mail Owner essie Montes Buyer H City of Lubbock (806) 775-2164 'montes lubbock.us Designer City of Lubbock Manager wain Mitchell Sr. Project Mgr City of Lubbock (806) 775-3680 dmitchell(amail.ci.lubbock.tx.us Project Owner City of Lubbock Project Name Milwaukee Ave Mill & Relay General Description of Project: Reconstruct Asphalt Road Contract Time 1120 Calendar Days Project Cost $1,837,154.85 Date Project Complete 153 Calendar Days (811912018) Key Project Personnel Project Manager JProject Superintendent Safety Officer QC Manager Name Daniel Buntoro Alfonso Sanchez IDerek Jarnagin I Wangyu Ma Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference) Name Title/Position Organization Telephone E-mail Owner Teofilo Flores Sr. Buyer City of Lubbock (806) 775-2164 tkflores(&mylubbock.us Designer City of Lubbock Manager Dwain Mitchell Sr. Project Mgr City of Lubbock (806) 775-3680 dmitchell(&mail.ci.lubbock.tx.us Attachment A (page 2) Current Projects and Project Completed within the last 10 Years Project Owner City of Lubbock JProject Name outh University Mill & Relay General Description of Project: Reconstruct Asphalt Road I Contract Time 00 Calendar Days Project Cost 2,742,933.07 JDate Project Complete 153 Calendar Days (121212016) Key Project Personnel Project Manager JProject Superintendent I Safety Officer I QC Manager Name Daniel Buntoro Alfonso Sanchez I Derek Jarnagin I Wangyu Ma Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference) NameTitle/Position Organization Telephone E-mail Owner Teofilo Flores. Sr. Buyer City of Lubbock (806) 775-2164 tkfloresnamylubbock.us Designer City of Lubbock Manager Dwain Mitchell Sr. Project Mgr City of Lubbock (806) 775-3680 ditchell(&mail.ci.lubbock.Mus Project Owner City of Lubbock Project Name PSIA Perimeter Road General Description of Project: Build New Roadways Contract Time 223 Calendar Days Project Cost $1,667,309.91 Date Project Complete 223 Calendar Days (10122114) Key Project Personnel Project Manager Project Superintendent Safety Officer I QC Manager Name Josue Palacios Alfonso Sanchez JDerek Jarnagin JDaniel Buntoro Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference) Name Title/Position Organization Telephone E-mail Owner D'Ana Torres Buyer City of Lubbock (806) 775-2164 dtorres(a)mail ci.lubboc&tx.us Designer Mark Haberer Senior Associate PSC (806) 473-2200 mhaberer(a)team-nsc.com Manager Project Owner Betenbough Homes Project Name Bell Farms Phases III thru VI General Description of Project: Build New Roadways Contract Time 690 Calendar Days total Project Cost $3,659,820.37 JDate Project Complete 394 Calendar Days (6122119) Key Project Personnel Project Manager Project Superintendent Safety Officer QC Manager Name Darrell Jarnagin Alfonso Sanchez teve Witt I Wangyu Ma Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference) e Title/Position Organization Telephone E-mail Owner Oaks Senior Manager Betenbough (806) 687-8787 kellyo(a�betenbough.com DesignDulin le Principal AMD Engineering (806) 771-5976 cdulin(a»amdengcom Managold Murray Developer Betenbough (806) 687-8787 haroldm(a),betenbouggh.com Project Owner Region 17 ESC Project Name Region 17 Parking Expansion General Description of Project: Build New Parking Facility Contract Time 500 Calendar Days Project Cost $1,432,334.68 Date Project Complete 359 Calendar Days (8111117) Key Project Personnel Project Manager Project Superintendent I Safety Officer QC Manager Name D'shana Gunarathna Alfonso Sanchez I Derek Jarnagin JDanielBuntoro Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference) Name Title/Position Organization Telephone E-mail Owner Region 17ESC (806) 792-4000 info(i�escl7.net Designer Robert Cameron Architect BGR Architects (806) 747-3881 info(&bgronline.com Manager Josh Weems Project Manager Lee Lewis Constr (806) 797-8400 iweemsWeelewis.com Attachment A (page 3) Current Projects and Project Completed within the last 10 Years Project Owner Terry County Project Name Terry County Airport Improv. General Description of Project: Build New Airport Taxiway Contract Time 180 Calendar Days Project Cost 1,028,065.70 Date Project Complete 03 Calendar Days (8128113) Key Project Personnel Project Manager Project Superintendent Safety Officer QC Manager Name Alfonso Sanchez Danny Torres Derek Jarnagin JDanielBuntoro Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference) Name /Position Organization Telephone E-mail Owner Brad Tankersly ort Manager Terry County (806) 543-9840 Designer Benny Lybrand neer L CT Brannon (903) 597-2122 blybrand(&brannoncorp.com Manager Neil Buckalew Buckalew Inc. (432) 553-0978 Project Owner Tortoise & Hare LLC Project Name Frenship Mesa Estates General Description of Project: Build New Roadways Contract Time 365 Calendar Days Project Cost $1,022,367.62 Date Project Complete 346 Calendar Days (112912021) Key Project Personnel Project Manager JProject Superintendent Safety Officer I QC Manager Name Ray Taylor Alfonso Sanchez JDerek Jarnagin JKevin Trujillo Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference) Name Title/Position Organization Telephone E-mail Owner Scott Cain Developer Tortoise & Hare (806) 239-6409 Scott tortoiseandhare(&email.com Designer Tanner Lansford Engineer OJD Engineering (806) 791-2300 Manager Project Owner Quaker/146 Investment Holdin s Project Name Quaker Ave 130th to 146th St General Description of Project: Build New Thoroughfare Contract Time 270 Calendar Days Project Cost $931,070.00 Date Project Complete 262 Calendar Days (616119) Key Project Personnel Project Manager Project Superintendent ISafety Officer QC Manager Name D'shana Gunarathna Alfonso Sanchez teve Witt I Wangyu Ma Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference) ame Title/Position Organization Telephone E-mail obertMyers Developer Quaker/146 (214) 350-6500 rmyers(&myersfinancialcorp.comory Dulin L Principal AMD Engineering (806) 771-5976 cdulin(&,amdengcom Project Owner GRACO Real Estate Project Name I West End Phase III General Description of Project: Build New Parking Facility Contract Time 1365 Calendar Days Project Cost $799,820.00 Date Project Complete 1264 Calendar Days (6119118) Key Project Personnel Project Manager JProject Superintendent Safety Officer I QC Manager Name D'shana Gunarathna Alfonso Sanchez I Derek Jarnagin JDanielBuntoro Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference) Name Title/Position Organization Telephone E-mail Owner GRACO (806) 745-9718 marketingAgracorealestate.com Designer Cory Dulin Principal AMD Engineering (806) 771-5976 cdulin(&amdengcom Manager Shannon Bright Project Manager Lee Lewis Constr (806) 797-8400 sbrighWeelewis.com Attachment A (page 4) Current Projects and Project Completed within the last 10 Years Project Owner City of Lubbock Project Name 2014 Asphalt & Concrete H General Description of Project: Reconstruct Roadways Contract Time 2 75 Calendar Days Project Cost $791,074.12 Date Project Complete 198 Calendar Days (914115) Key Project Personnel Project Manager Project Superintendent Safety Officer QC Manager Name Alfonso Sanchez Tomas Hernandez Derek Jarnagin Daniel Buntoro Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference) NameTitle/Position Organization Telephone E-mail Owner David Gamboa Buyer City of Lubbock (806) 775-2164 dgamboa(a�mylubbock.us Designer City of Lubbock ain Mitchell r. Project Mgr City ofLubbock (806) 775-3680 ditcheIN&Mail.ci.lubbock.tx.us t Rip Griffin Companies Project Name Tulia Truck Stop ptionof Project: Build New Parking Facility Contract Time N/A $778,411.00 Date Project Complete 177 Working Days (12123116) Key Project Personnel Project Manager Project Superintendent I Safety Officer I QC Manager Name D'shana Gunarathna Alfonso Sanchez JDerek Jarnagin JDaniel Buntoro Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference) Name Title/Position Organization Telephone E-mail Owner Dallas Musgrave Manager Rip Griffin Co. (806) 795-8785 dmusgrave(&riogrifftn.com Designer Marshal Jarnagin Manager West Texas Paving (806) 833-2882 marshal(&wtxpaving com Project Owner I Tom Scarborough Trust General Description of Project: Build New Parking Facie Project Cost $760,844.00 Key Project Personnel Project Manager ] Name D'shana Gunarathna Reference Contact Information (listing names indicates ame Title/Position Owner feanne Scarborough Trustee Designer Todd Rauch Engineer J Project Owner I City of Slaton General Description of Project: Build New Airport Taxir Project Cost $614,499.00 Key Project Personnel Project Manager 1 Name D'shana Gunarathna Reference Contact Information (listing names indicates Name Title/Position Owner Kathy Field Treasurer Designer Clayton Scales Division Manager i Manager Project Name 14ore Golf Complex Contract Time 1365 Calendar Days Date Project Complete 1339 Calendar Days (8126117) ect Superintendent Safety Officer QC Manager wso Sanchez Perek Jarnagin JDanielBuntoro proval to contacting the names individuals as a reference) anization Telephone E-mail rborough Trust ro Reed (806) 763-5642 trauch(&hugoreed.com Lewis Constr (806) 797-8400 sbrigh0jeelewis.com Project Name Slaton Airport Taxiway Ext. Contract Time 158 Calendar Days Date Project Complete 158 Calendar Days (11121114) ect Superintendent Safety Officer I QC Manager wso Sanchez I Derek Jarnagin JDanielBuntoro proval to contacting the names individuals as a reference) anization Telephone E-mail of Slaton (806) 828-2000 kfield(i�cityofslaton.com l Engineers (806) 335-1600 clayton"saeng com Attachment A (page 5) Current Projects and Project Completed within the last 10 Years Project Owner Texas Tech University Project Name 8th & Hartford Reconstruction General Description of Project: Reconstruct Asphalt Road ]Date Contract Time 65 Calendar Days Project Cost 613,861.71 Project Complete 8 Calendar Days (8123119) Key Project Personnel Project Manager Project Superintendent I Safety Officer I QC Manager Name Ray Taylor Alfonso Sanchez I Steve Witt I Kevin Trujillo Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference) NameTitle/Position Organization Telephone E-mail Owner Jeff Burns Superintendent Texas Tech (806) 834-1206 jeffburn u.edu Designer Sean Cudnoski Engineer Kimley Horn (806) 686-1080 sean.cudnoskiAkimley-horn.com Manager Project Owner Terry County Project Name Terry County CERTZProject General Description of Project: Rehabilitate Asphalt Roads Contract Time 1180 Working Days Project Cost $593,821.99 Date Project Complete 1179 Working Days (6121116) Key Project Personnel Project Manager 1project Superintendent JSafety Officer I QC Manager Name Alfonso Sanchez I Tomas Hernandez JDerek Jarnagin JDaniel Buntoro Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference) Name Title/Position Organization Telephone E-mail Owner Jan Hudson Treasurer Terry County (806) 637-3797 rfowler(&terrycoggaLors Designer Daniel Wetzel Owner Centerline Engr (806) 441-7183 Manager Project Owner Texas Tech University Project Name 2014 Campus Improvements General Description of Project: Rehabilitate Asphalt Roads Contract Time 65 Calendar Days Project Cost $575,705.33 JDate Project Complete 46 Calendar Days (818114) Key Project Personnel Project Manager Project Superintendent ISafety Officer I QC Manager Name Alfonso Sanchez JDerek Jarnagin Olvaro Izeta JDanielBuntoro Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference) ame Title/Position Organization Telephone E-mail Owner feffBurns Superintendent Texas Tech (806) 834-1206 jeffburnsg u.edu Designer Texas Tech Manager Project Owner City of Lubbock Project Name LPSIA Asphalt Repair H General Description of Project: Reconstruct Parking Contract Time 200 Working Days Project Cost $573,990.59 Date Project Complete 200 Working Days (819113) Key Project Personnel Project Manager Project Superintendent Safety Officer QC Manager Name Alfonso Sanchez Derek Jarnagn Derek Jarnagin Rob Comey Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference) Name Title/Position Organization Telephone E-mail Owner D'Ana Torres Buyer City of Lubbock (806) 775-2164 dtorresAmail.ci.lubbock.tx.us Designer Mark Haberer Senior Associate PSC (806) 473-2200 mhaberet(&tegg! p c.com Manager Attachment A (page 6) Current Projects and Project Completed within the last 10 Years Project Owner Texas Tech Universty Project Name 2017 Campus Parking Repair General Description of Project: Reconstruct Parking Areas Contract Time 65 Calendar Days Project Cost S573,200.00 Date Project Complete 23CalendarDays (8116117) Key Project Personnel Project Manager Project Superintendent Safety Officer QC Manager Name Alfonso Sanchez JDerek Jarnagin I Daniel Buntoro Wangyu Ma Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference) NameTitle/Position Organization Telephone E-mail Owner Jeff Burns Superintendent Texas Tech (806) 834-1206 jeffburn u.edu Designer Texas Tech Manager Project Owner Texas Tech University Project Name Z-3 Parking Lot Expansion General Description of Project: Build New Parking Facility Contract Time 1120 Calendar Days Project Cost $571,189.00 Date Project Complete 1102 Calendar Days (312112) Key Project Personnel Project Manager Project Superintendent Safety Officer I QC Manager Name Alfonso Sanchez JDerek Jarnagin JDerek Jarnagin IRob Comey Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference) Name Title/Position Organization Telephone E-mail Owner Jeff Burns Superintendent Texas Tech (806) 834-1206 ieffburns(&ttu.edu Designer Todd Rauch Engineer Hugo Reed (806) 763-5642 trauch(&huizoreed com Manager Project Owner Texas Tech Universty Project Name 2017 Campus Paving Improv. General Description of Project: Reconstruct Parking Areas Contract Time 65 Calendar Days Project Cost $524,500.00 Date Project Complete 60 Calendar Days (8112117) Key Project Personnel Project Manager Project Superintendent JSafety Officer I QC Manager Name D'Shana Gunarthna Alfonso Sanchez IDerek Jarnagin JDanielBuntoro Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference) Name Title/Position Organization Telephone E-mail Owner feffBurns Superintendent Texas Tech (806) 834-1206 'e .burns u.edu Designer Texas Tech Manager Project Owner City of Lubbock Project Name 12019 Various Mill & Inlay General Description of Project: Reconstruct Asphalt Roads Contract Time 130 Calendar Days Project Cost $517,500.00 Date Project Complete 19 Calendar Days (617119) Key Project Personnel Project Manager Project Superintendent Safety Officer I QC Manager Name Ray Taylor JAffionso Sanchez I Steve Witt JKevin Trujillo Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference) Name Title/Position Organization Telephone E-mail Owner Teofilo Flores. Sr. Buyer City of Lubbock (806) 775-2164 tkflores(i�mylubbock.us Designer City of Lubbock Manager Dwain Mitchell Sr. Project Mgr City of Lubbock (806) 775-3680 ditchell(&mail.ci.lubbock.tx.us Attachment B (page 1) Proiect Information Project Owner City of Lubbock Project Name 12016 Various Mill and Relay General Description of Project Reconstruction of 48,000 SY of City Streets (Upland, Milwaukee, Ave P, and MLK Blvd). Work involved establishing traffic control and safetyplan, milling existing road surface to a depth of up to 11 " and reconstructing road surface with sub grade reparation, proof -rolling, flex base, Type 'B' HMAC, and surface course (Type 'C'/'D' HMAQ. Project Budget Budget History I Schedule Performance Amount % of Amount Bid Date Days Bid $2,793,497.90 100.0% Notice to Proceed 10110116 Change Orders Contract Substantial Completion at Notice to Proceed 1118117 100 Owner Enhancements <$50,564.83> 1.8% Contract Final Completion Date at Notice to Proceed 2118117 131 Unforeseen Conditions Change Order Authorized Substantial Completion Date N/A 0 Design Issues Change Order Authorized Final Completion Date N/A 0 Total <$50,564.83> 1.8% Actual / Estimated Substantial Completion Date 11125116 46 Final Cost $2,742,933.07 98.2% Actual / Estimated Final Completion Date 1212116 53 ProjectKey Project Manager Project Sup Safety Officer QC Manager Name Daniel Buntoro Alfonso Sanchez Derek Jarnagin Wangyu Ma Percentage of Time Devoted to the Project 100% 100% 100% 100% Proposed for this Project 100% 100% 100% 100% Did Individual Start and Complete the Project? Yes Yes Yes Yes If not, who started or completed the project in their place. N/A N/A N/A N/A Reason for change. I N/A N/A N/A N/A 'approval Name Title/Position Organization Telephone E-mail Owner Teofilo Flores Sr. Buyer City of Lubbock (806) 775-2164 tkflores*mylubbock.us Designer City of Lubbock Construction Mgr Dwain Mitchell Sr. Project Mgr. City of Lubbock (806) 775-3680 dicchell mylubbock.us Surety Mike Rudberg Agent AAA Surety (92) 239-2663 mike@aaasurety.com Issues / Disputes Resolved or Pending Resolution by Number of N/A Total Amount involved in Issues Resolved Resolved Issues Arbitration, N/A LitigationBoards umber of Issues rendiqg N/A Total Amount involved in N/A Resolved Issues Attachment B (page 2) Proiect Information Project Owner City of Lubbock Project Name Upland Ave Mill and Relay General Description of Project Reconstruction of 59,000 SYof Upland Ave from 98th to 130th Street. Work involved establishing traffic control and safety plan, milling existing road surface to a depth of up to 11 " and reconstructing road surface with sub -grade preparation, proof - rolling, flex base, Type 'B' HMA C, and surface course (Type 'C'/'D' HMAC). Owner requested change order to build 10,000 SY new street construction for Upland Heights Elementary access road. Project Budgetand Schedule Performance Budget History Schedule Performance Amount % of Amount Bid Date Days Bid $1,755,248.00 100.0% Notice to Proceed 3/7/16 Change Orders Contract Substantial Completion at Notice to Proceed 6/5/16 90 Owner Enhancements $463,337.99 26.4% Contract Final Completion Date at Notice to Proceed 7/6/16 121 Unforeseen Conditions Change Order Authorized Substantial Completion Date 8/5/16 30 Design Issues Change Order Authorized Final Completion Date 9/5/16 151 Total $463,337.99 26.4% Actual / Estimated Substantial Completion Date 6116116 101 Final Cost Key Project Pcrsonnel $2,218,585.99 126.4% Actual / Estimated Final Completion Date 6123116 108 Project Manager Project Sup Safety Officer QC Manager Name Daniel Buntoro Alfonso Sanchez Derek Jarnagin Wangyu Ma Percentage of Time Devoted to the Project 100% 100% 100% 100% Proposed for this Project 100% 100% 100% 100% Did Individual Start and Complete the Project? Yes Yes Yes Yes If not, who started or completed the project in their place. N/A N/A N/A N/A Reason for change. I N/A N/A N/A N/A Reference Contact Information (listing names Name indicates approval to contacting the names of the individuals Title/Position Organization Telephone as a reference) E-mail Owner Teoftlo Flores Sr. Buyer City of Lubbock (806) 775-2164 tkflores(ajnylubbock.us Designer City of Lubbock Construction Mgr Dwain Mitchell Sr. Project Mgr. City of Lubbock (806) 775-3680 dmitchell*mylubbock.us Surety Mike Rudberg Agent AAA Surety (92) 239-2663 mike@aaasurety.com Issues / Disputes Resolved or Pending Resolution by Arbitration, Amount involved in N/A Number of N/A Fesolved Issues Resolved Issues Litigation or Dispute umber of Issues ending Review Boards N/A Total Amount involved in N/A Resolved Issues Attachment B (page 3) Project Information Project Owner City of Lubbock Project Name 1114th Street Mill and Relay General Description of Project Reconstruction of 3 7, 000 SY of 114th Street from Ave P to Quaker Ave. Work involved establishing traffic control and safety plan, milling existing road surface to a depth of up to 8" and reconstructing road surface with sub grade preparation, proof - rolling, flex base, Type 'B' HMAC, and surface course (Type 'C'/'DWMAC). Owner requested change order to build additional lane construction at the intersection of 114th and Quaker Ave. Work was done with minimal disruption to traffic flow before Fourth of July holiday. Project• Schedule Performance Budget History Schedule Performance Amount % of Amount Bid Date Days Bid $1,517,730.00 100.0% Notice to Proceed 5111120 Change Orders Contract Substantial Completion at Notice to Proceed 8/9/20 90 Owner Enhancements $345,000.00 22.7% Contract Final Completion Date at Notice to Proceed 9/9/20 121 Unforeseen Conditions Change Order Authorized Substantial Completion Date 8123120 14 Design Issues Change Order Authorized Final Completion Date 9123120 r 135 Total $345,000.00 22.7% Actual / Estimated Substantial Completion Date 6126120 46 Final Cost $1,862,730.00 122.7% Actual / Estimated Final Completion Date 7/3/20 53 ProjectKey • Project Manager Project Sup Safety Officer QC Manager Name Ray Taylor Alfonso Sanchez Steve Witt Kevin Trujillo Percentage of Time Devoted to the Project 100% 100% 100% 100% Proposed for this Project 100% 100% 100% 100% Did Individual Start and Complete the Project? Yes Yes Yes Yes If not, who started or completed the project in their place. N/A N/A N/A N/A Reason for change. N/A N/A N/A N/A Reference Contact Information (listing names Name indicates approval to contacting the names of the individuals as a reference) Title/Position Organization Telephone E-mail Owner Jessie Montes Buyer H City of Lubbock (806) 775-2164 'montes@mylubbock.us Designer City of Lubbock Construction Mgr Dwain Mitchell Sr. Project Mgr. City of Lubbock (806) 775-3680 dmitchell*mylubbock.us Surety Mike Rudberg Agent AAA Surety (92) 239-2663 mike@aaasurety.com Issues / Disputes Resolved or Pending Resolution by Arbitration, Amount involved in N/A Number of N/A Fesolved Issues Resolved Issues Litigation or Dispute umber of Issues Pending Review Boards N/A Total Amount involved in N/A Resolved Issues Attachment B (page 4) Project Information Project Owner City of Lubbock jProjectName IMilwaukee Ave Mill and Relay General Description of Project Reconstruction of 47,500 SY of North Milwaukee Ave from Erskine to C.R. 6430. Work involved establishing traffic control and safety plan, milling existing road surface to a depth of up to 8" and reconstructing road surface with sub grade preparation, roof -rolling, flex base, Type 'B' HMAC, and surface course (Type 'C'/'D' HMAQ. Project• Schedule Performance Budget History Schedule Performance Amount % of Amount Bid Date Days Bid $1,917,985.00 100.0% Notice to Proceed 6127118 Change Orders Contract Substantial Completion at Notice to Proceed 10125118 120 Owner Enhancements <$80,830.15> 4.2% Contract Final Completion Date at Notice to Proceed 11125118 151 Unforeseen Conditions Change Order Authorized Substantial Completion Date N/A 0 Design Issues Change Order Authorized Final Completion Date N/A 0 Total <$80,830.15> 4.2% Actual / Estimated Substantial Completion Date 8/12118 46 Final Cost $1,837,154.85 95.8% Actual / Estimated Final Completion Date 8/19118 53 ProjectKey Project Manager Project Sup Safety Officer QC Manager Name Daniel Buntoro Alfonso Sanchez Derek Jarnagin Wangyu Ma Percentage of Time Devoted to the Project 100% 100% 100% 100% Proposed for this Project 100% 100% 100% 100% Did Individual Start and Complete the Project? Yes Yes Yes Yes If not, who started or completed the project in their place. N/A N/A N/A N/A Reason for change. I N/A N/A N/A N/A Reference Contact• •n (listing names Name indicates approval to contacting the names of • • Title/Position Organization Telephone E-mail Owner Teoftlo Flores Sr. Buyer City of Lubbock (806) 775-2164 tkflores(ajnylubbock.us Designer City of Lubbock Construction Mgr Dwain Mitchell Sr. Project Mgr. City of Lubbock (806) 775-3680 dmitchell*mylubbock.us Surety Mike Rudberg Agent AAA Surety (92) 239-2663 mike@aaasurety.com Issues / Disputes Resolved or Pending Resolution by Arbitration, Amount involved in N/A Number of N/A Fesolved Issues Resolved Issues Litigation or Dispute umber of Issues ending Review Boards N/A Total Amount involved in N/A Resolved Issues ATTACHMENT C Quality management is closely monitored in the field by our foremen. All West Texas Paving, Inc. foremen have numerous years of experience in building civil projects and are thereby well - qualified to conduct field-testing. Furthermore, our asphalt plant monitors all material that is imported from suppliers and exported for delivery to projects. With the combination of both field and facility testing, our company maintain a high standard of quality control. Ultimately, the project manager is responsible for overall quality control. In tandem with ' representative, our project manager oversees the quality and workmanship of our projects to match the expectations of the project owner. Project site safety is an important consideration for West Texas Paving. As such, we regularly enforce all OSHA guidelines and maintain an inventory of all relevant suety items, such as hard hats, medical kits, and stretchers. In the case of a subcontractor, our project manager interviews the onsite personnel to ascertain whether the subcontractor is obeying all OSHA guidelines and performing in a generally safe manner. Managing changes to the project follow the standard procedure adopted within the agreement between Owner and Contractor. A written change order request is produced by the requesting party and distributed to all project stakeholders. Discussion follows between Owner, Contractor, and/or Architect/Engineerto determine quantity and pricing. Once all matters have been addressed to the Owner's satisfaction, all parties will agree and sign to the specified change order and record the new document in the original contract, Equipment is managed through our mechanical shop personnel. Our servicemen will regularly service all pertinent equipment for fuel, oil, and grease (known by the acronym FOG). Such preventative maintenance helps ensure that mechanical breakdowns will very rarely occur. Should a breakdown occur, however, the company mechanic is dispatched to the field to conduct on -site repairs. If the project is constra inedto need immediate use of the broke -down machinery, a rental replacement is called and the broken machinery recalled to the mechanic shop for high- level repair. West Texas Paving, Inc, is committed to complying with all HUB/MWBE participation goals. We regularly use the services of several Texas HUBs as subcontractors even on projects that do not require HUB certification. If requested by the project owner, we can supply the necessary paperwork with little to no difficulty. For a list of projects that demonstrate our capabilities for providing the best value to the Owner, see all projects listed with named as the point reference. West Texas Paving, Inc. has been active in Lubbock' heavy civil construction industry since 1983. We have built all forms of transportation infrastructure ranging from military runways to highways. Evidence of our quality workmanship can be seen in any car drive through Lubbock and the surrounding communities. We have never defaulted on a project in all our over 30 years of business and maintain a high level of quality excellence in all work that we accomplish. Regarding contract administration, we will follow all necessary guidelines as specified in the contract to fulfill the obligations directed toward the Contractor for the Owner's satisfaction. All paperwork will be directed to Darrell G Jarnagin at our office at 10104 Alcove Ave, Wolfforth, TX 79382. Administration of the project ultimately lies with the cooperation between, West Texas Paving, Inc., and the Engineer. We are open to active cooperation and resolve disputes amicably among all stakeholders. All of West Texas Paving, Inc.' suppliers and subcontractors are bound to fulfill their obligations through written contracts that have been formally signed and authorized by an officer of both West Texas Paving, Inc. and the respective party. We require Certificates of Insurance for all subcontractors and closely monitor their work for quality control, scheduling, and safety. Likewise, suppliers are required to submit MSDS reports on all potentially hazardous or dangerous materials prior to delivery to a project site. On materials subject to defects, such as aggregate, our company inspects each shipment prior to storage. Time management is crucial to the success of any project and no more so than in West Texas Paving, Inc.. Our company applies uses the BMI methodology to analyze the timeframe of the project. This enables the visualization of potential bottlenecks in the projects workflow and deadlines. Such scheduling is crucial in order to coordinate the application of resources and manpower to a project in an efficient and effective manner. Cost controls are held in place through a systematic purchase ordering system. This system is managed by our purchase manager. All purchases are approved and recorded by the purchase manager to ensure all materials and items are recorded into a comprehensive project budget. 0 - M* ,Ar Texas Department of Transportation 125 EAST 11TH STREET I AUSTIN, TEXAS 78701-2483 1 (512) 463-8588 1 WWW.TXDOT.GOV January 15, 2021 WEST TEXAS PAVING, INC. 10104 ALCOVE AVE WOLFFORTH, TX. 79382 RE: TxDOT Vendor Number 02452 Dear Contractor: Your Confidential Questionnaire is satisfactory and qualifies you to bid on Projects let by the Texas Departmentof Transportation (TxDOT) from the date of this letter through September 30, 2021. Your bidding capacity has been set at $29,354,000.00. You may request and receive bidding proposals for projects on which the engineer's estimate does not exceed your bidding capacity less any uncompleted work currently under contract with TxDOT. If we may be of further assistance, please contact our Pre -qualification Branch at 512/416-2584. Sincerely, A-01 Greg Williams Director, Letting Management Section Construction Division COMPANY SAFETY PROGRAM Responsibility for Safety During Construction Accidents can be avoided. They do not just happen. It is important to West Texas Paving that accidents are prevented. Being totally committed to safety and working together, we can eliminate needless accidents and injuries. When we are successful, we all share the benefits of a safe, accident -free work environment. Personal Protective Equipment Hard hats must be worn at all times at the job -site location to prevent accidental injury from struck by hazards. All hard hats shall be in Ah Ah compliance with ANSI/Standard Z89.1- 1986. Eye protection appropriate to the hazard must be worn. As a minimum safety glasses must be worn where the MSDS dictates their use, and other operations where eye injuries may result. When performing welding operations, shaded eye protection must be worn that meets the graded shade requirements for the type of welding being performed. Hearing Protection, such as ear plugs or ear muffs, will be provided and / worn on all jobs where the noise level exceeds OSHA permissible noise exposure limit. This includes using or working nearby heavy equipment, jackhammers, etc. Safety vests will be worn that is suitable for both the weather and work. Ak Shirts and long pants are required. All employees will wear reflective safety vests. Workers performing welding and oxy-acetylene burning operations are encouraged to use all cotton material clothing, Man-made fibers are discouraged. Appropriate glove protection is required when welding, grindingand working with hazardous substances where the MSDS dictates their use. Mandatory use of safety -toe -work boots in good condition are required while working or walking on the jobsite. Tennis shoes, running shoes, sandals or opened toe shoes are not allowed to be worn by employees on `~� this project. Subcontractor Management All subcontractors on site are directly responsible for their employee safety, work production, and product quality while on the West Texas Paving, Inc. Ak job -site. The subcontractor's superintendentand the West Texas Paving, ! Inc. Project Manager will coordinate their work in accordance with the West Texas Paving, Inc. project schedule, reviewed in the weekly schedule coordination meetings. The West Texas Paving, Inc. Safety Officer will inspect the ongoing work of the subcontractorsand enforce safety requirements through communication with the subcontractor safety representatives. The subcontractor safety representatives will be appointed upon arrival to job -site. Subcontractors are individually responsible for the implementation of their Safety Program and must be part of the project's Safety Culture. All Subcontractors must inform their employees to report any unsafe acts and accidents immediately. Subcontractors must notify West Texas Paving, Inc. immediately upon knowledge of any accidents or incidents at the jobsite. Substance Abuse It is the policy of West Texas Paving to provide a workplace free of alcohol and substance abuse and to take responsible and proper actions to insure that employee alcohol and substance abuse does not jeopardize the safety and the health of our employees, the public, the success of our operations or /• the Company. All employees are responsible for reporting to work and remaining at work in a proper condition to perform assigned duties free from the influence of alcohol and drugs. For prescription or over-the-counter drugs, it is each individual's responsibility to consult with his or her prescribing physician and/or to review relevant dosing instructions to determine whether the use of a medication could cause impairment in light of the employee's job duties. It is the employee's responsibility to determine if their prescription medication would inhibit their ability to perform their current responsibilities and if so to immediately notify their supervisor. Substance abuse is prohibited. Any employee who engages in substance abuse during working hours will be terminated. Emergency Notification Procedure 1. West Texas Paving will notify the Owner and the Engineer in writing at least seventy- two (72) hours in advance of any work that may close or affect an emergency rescue and fire -fighting routes, pipelines, or fire hydrants that will be out of service. 2 West Texas Paving will immediately notify all personnel in case of fire, accidents or other emergency evacuation and collectively proceed with evacuation, if necessary. 3 The Safety Officer shall be notified immediately thereafter by the Project Superintendent. The Safety Officer will initiate Emergency reporting procedures to the corporate office. 4 Emergency Escape procedures and emergency escape routes shall be initiated to ensure employee and property safety. 5 All affected employees shall cease operations, turn off equipment and securework areas prior to evacuation and immediately proceed out of area to the nearest designated emergency gathering area. 6 Each foreman shall individually account for his employees and immediately report this accounting to the Project Manager. Every individual on site must be accounted for. 7. Report should be done by 2-way radio or phone. Subcontractors shall follow procedure and report employee accounting to the Project Manager. 8. Visitors shall be accounted by the host employee/subcontractor. 9. Site supervisory staff is CPR and First Aid Certified and shall endeavor to assist where possible until medical help arrives. Other(s) who are also trained should inform the Project Manager in order to allow maximum availability of assistance. 10 Emergency call shall be placed to the City of Lubbock's 911 Emergency System. 11. Employees shall be stationed at various project locations to quickly and safely direct emergency vehicles to emergency area. Evacuation of affected work areas shall be by the most expeditious means whether it is vehicular or non -vehicular in nature. In the process of evacuation, measures should be taken to ensure free and clear access for emergency vehicles. Medical Support • Yearly training on First Aid and CPR Training is conducted to ensure that West Texas Paving, Inc. employees receive the prompt and professional ou first aid care as required. First aid kits will be located inside company owned vehicles, foremen vehicles and the project office, All injuries will be reported. The injuries will be reported to each foreman and corrective action will be taken immediately by the foreman to prevent reoccurrence. A legible sign listing all emergency phone numbers (medical, fire, police, etc.) will be placed in all project office. Debris and Dust Management Materials capable of creating debris will be continuously removed during the construction project by either mechanical sweeping or manual t removal methods. At the direction of the Engineer, ground watering, ~ siltation fencing, sandbags, and other erosion control will be employed to , contain material that can be carried by wind into active traffic environments. Construction will not leave or place debris on or near active vehicle movement areas. Additionally, all trucks carrying material that can be rM carried by wind will require tarp coverings. All loose items will be either covered or entirely removed from the project site. Trash such as garbage and food waste will be stored in lidded metal containers and removed from the construction site on a regular basis. Safety Education Training Each new employee (current West Texas Paving, Inc. or new hire employees) arriving at the project site will be instructed on the site -specific requirements to be adhered to throughout the project. This Instruction will cover site specific West Texas Paving, Inc. safety and health regulations and policies that will be required of each employee participating on this project. New Hire All new hires to the company will attend the West Texas Paving, Inc. New Orientation Hire Orientation prior to setting foot in the project. The New Hire Orientation Training provides the new employee with West Texas Paving policies and procedures including minimum fall protection, excavation and trenching, hazard communication, fire protection, equipment and vehicle hazards, P.P.E, electrical hazards, etc. Mandatory Mandatory weekly safety meetings will continue to be held on the first Meetings workday of the week before the start of work. Each employee on the project will be present. Project management staff (Project Manager, Safety Officer, Project Foremen) will present a safety topic at each meeting. Safety Rules A posting of the project Safety Program will be posted at the bulletin Posting boards located in the Employee Parking Area. RAY TAYLOR Project Manage r Involved in the construction industry for multiple years with positions being contract manager, engineering inspector, crew leader, contractor, and heavy equipment operator. Having been on public and private side of construction, a unique understanding and knowledge has been gained of how each operates, as well as how to communicate and interact with sides to produce intended results and establish working relationships. EDUCATION — Texas Tech University, Chemical Engineering, 1999- 2002, (no degree) KEY SKIL LS Computer literate, civil surveying, budget management, contract compilation, works well with deadlines, open to new ideas [Available upon request.] 2019 - Present Project Superintendent ■ Project Management ■ West Texas Paving 2008 - 2019 Contract Manager ■ Streets Dept. + City of Lubbock 2002 - 2008 Project Manager ■ Contractor ■ South Central Mountain RC&D Supervise operators, laborers, field personnel. Manage time, production schedule, and project progression. Confirm grades, check depths, validate subgrade and material. Certificates _ • Certified Work Zone Traffic Control and Flagging • ACI Concrete Strength Test Technician • ACI Concrete Field Testing Technician • MSHA Safety Certifcate ALFONSO SANCHEZ Superintendent Over 30 years of project management, asphalt paving, road construction, and heavy equipment experience. Reliable professional with exceptional organizational and people skills. Strong personal ethics and integrity. Works well under pressure and deadlines. Highly organized team -builder with strong leadership experience. EDUCATION Universidad Mexico, 1985, (no degree) KEY SKILLS — Ability to conduct field surveys. Manages a road construction crew up to 25 employees including loaders, motor graders, rollers, and trucks. [Available upon request.] 1995 - Present Project Superintendent ■ Construction Projects ■ West Texas Paving Monitors work crewmen in field. Conducts field survey by both instrument and GPS rover systems. Manages production and daily task progression. Establishes grades, coordinates delivered materials, and final placement. • MSHA Safety Certificate STEVE WITT Safety Office r Seasoned management professional with proven capability in multidiscipline leadership across construction and mining industries. Strengths include safety compliance, mentoring, coaching, system development, motivation, and team development. These strengths have been demonstrated and refined in in various regions of the United States and Canada in both unionized and non -union workforces. EDUCATION — Texas A&M University, 2019 -Present Aerospace Engineering, Compliance Manager ■ Construction and Mining ■ West 1984-1986 (no degree) Texas Paving College of Lake County, A.S. 2017 - 2019 Welding, 1989-1993 Plant Manager ■ Oversee plant installation ■ US Silica, Lamesa, TX University of Phoenix, B.S. Management, 1999-2003 University of Phoenix, MBA Management, 2003-2006 KEY SKILLS — Responsible for plant and worksite safety and compliance while under operation. Manages public relations to ensure great corporate citizenship. [Available upon request.] 2016 - 2017 Plant Manager ■ Maintain safety and compliance ■ James Hardie Building Products, Reno, NV Provide safety management, advice, monitoring, and reporting in the workplace, and engage staff in programs that ensure safe practice in the workplace. • MSHA Safety Certificate • Six Sigma Champion • WCM People Development Practitioner KEVIN TRUJILLO Quality Contr of Officer Qualified graduate in Engineering with broad experience working in both manufacturing as well as research environments. Capable to be productive in a fast -paced work environment that requires communication and attention to detail. EDUCATI ON — Texas Tech University, B.S. 2020 - Present Mechanical Engineering, Lab Manager ■ Asphalt and aggregate testing facility ■ 2015-2019 West Texas Paving KEY SKIL LS Responsible for production quality control using both field and laboratory samples. Proven capability in creating asphalt mix designs approved by both TxDOT and City of Lubbock civil engineers. [Available upon request.] 2014 - 2015 Draftsman ■ Building and millwork construction ■ Brochsteins, Houston, TX Oversee daily testing of asphalt and aggregate materials in compliance with TxDOT specification requirements for asphalt plant, rock quarry, and construction site materials • MSHA Safety Certificate • TxHMAC Level 2 Mix Design Specialist • TxHMAC Level 1 A Asphalt Technician • TxHMAC AGG 101 Aggregate Technician • TxHMAC SB 101 Soil Property Specialist ERIK JONES Asphalt Plant Manage r Professional individual with the ability to exercise critical thinking, communication, and time management skills. Solid personal ethics and integrity. Great customer service and attention to needs of business clients. EDUCATION — West Texas A&M, B.S. 2019 - Present Mechanical Engineering, Plant Manager ■ Asphalt plant production ■ West Texas 2015-2019 Paving 2015 - 2019 Training Manager ■ Hospitality services ■ Feldman's Wrong Way Diner, Canyon, TX Oversee daily production of asphalt plant facility to meet the needs of both Company and customers. Ensures plant production meets specifications through coordination with field and laboratory personnel. ii�•�ciii�if.� Certificc Responsible for asphalt hot mix production facility. Ensures raw material . MSHA Safety Certificate inventories are managed . TxHMAC Level 1 A Asphalt Technician properly and outgoing . TxHMAC AGG 101 Aggregate Technician product meets demands of the customer. [Available upon request.] City of Lubbock, TX Insurance Requirement Affidavit To Be Completed by Offeror Must be submitted with Proposal I, the undersigned Offeror, certify that the insurance requirements contained in this proposal document have been reviewed by me and my Insurance Agent/Broker. If I am awarded this contract by the City of Lubbock, I will be able to, within ten (10) business days after being notified of such award by the City of Lubbock, furnish a valid insurance certificate to the City meeting all of the requirements defined in this proposal. r Contractor (OV Signature) Darrell Jarnagin Contractor (Print) CONTRACTOR'S BUSINESS NAME: West Texas Paving, Inc. (Print or Type) CONTRACTOR'S FIRM ADDRESS: 10104 Alcove Avenue Wolfforth, Texas 79382 NOTE TO CONTRACTOR If the time requirement specified above is not met, the City has the right to reject this proposal and award the contract to another contractor. If you have any questions concerning these requirements, please contact the Director of Purchasing & Contract Management for the City of Lubbock at (806) 775-2572. RFP 21-15758-JM — Indiana Avenue 130t' Woodrow Road Safety Record Questionnaire The City of Lubbock City Council desires to avail itself of the benefits of Section 252.0435 of the Local Government Code, and consider the safety records of potential contractors prior to awarding proposals on City contracts. Pursuant to Section 252.0435 of the Local Government Code, City of Lubbock has adopted the following written definition and criteria for accurately determining the safety record of a proposer prior to awarding proposals on City contracts. The definition and criteria for determining the safety record of a proposer for this consideration shall be: The City of Lubbock shall consider the safety record of the offerors in determining the responsibility thereof. The City may consider any incidence involving worker safety or safety of the citizens of the City of Lubbock, be it related or caused by environmental, mechanical, operational, supervision or any other cause or factor. Specifically, the City may consider, among other things: a. Complaints to, or final orders entered by, the Occupational Safety and Health Review Commission (OSHRC), against the proposer for violations of OSHA regulations within the past three (3) years. b. Citations (as defined below) from an Environmental Protection Agency (as defined below) for violations within the past five (5) years. Environmental Protection Agencies include, but are not necessarily limited to, the U.S. Army Corps of Engineers (USACOE), the U.S. Fish and Wildlife Service (USFWS), the Environmental Protection Agency (EPA), the Texas Commission on Environmental Quality (TCEQ), the Texas Natural Resource Conservation Commission (TNRCC) (predecessor to the TCEQ), the Texas Department of State Health Services (DSHS), the Texas Parks and Wildlife Department (TPWD), the Structural Pest Control Board (SPCB), agencies of local governments responsible for enforcing environmental protection or worker safety related laws or regulations, and similar regulatory agencies of other states of the United States. Citations include notices of violation, notices of enforcement, suspension/revocations of state or federal licenses or registrations, fines assessed, pending criminal complaints, indictments, or convictions, administrative orders, draft orders, final orders, and judicial final judgments. C. Convictions of a criminal offense within the past ten (10) years, which resulted in bodily harm or death. d. Any other safety related matter deemed by the City Council to be material in determining the responsibility of the offeror and his or her ability to perform the services or goods required by the proposal documents in a safe environment, both for the workers and other employees of offeror and the citizens of the City of Lubbock. In order to obtain proper information from offerors so that City of Lubbock may consider the safety records of potential contractors prior to awarding proposals on City contracts, City of Lubbock requires that offerors answer the following four (4) questions and submit them with their proposals: QUESTION ONE Has the offeror, or the firm, corporation, partnership, or institution represented by the offeror, or anyone acting for such firm, corporation, partnership or institution, received citations for violations of OSHA within the past three (3) years? YES NO ✓ If the offeror has indicated YES for question number one above, the offeror must provide to City of Lubbock, with its proposal submission, the following information with respect to each such citation: Date of offense, location of establishment inspected, category of offense, final disposit An of offense, if any, and penalty assessed. /. '1 1) Offeror's Initials QUESTION TWO Has the offeror, or the firm, corporation, partnership, or institution represented by the offeror, or anyone acting for such firm, corporation, partnership or institution, received citations for violations of environmental protection laws or regulations, of any kind or type, within the past five years? Citations include notice of violation, notice of enforcement, suspension/revocations of state or federal licenses, or registrations, fines assessed, pending criminal complaints, indictments, or convictions, administrative orders, draft orders, final orders, and judicial final judgments. YES NO ✓ If the offeror has indicated YES for question number two above, the offeror must provide to City of Lubbock, with its proposal submission, the following information with respect to each such conviction: Date of offense or occurrence, location where offense occurred, type of offense, final disposition of offense, if any, and penalty assessed. Has the offeror, or the firm, corporation, partnership, or institution represented by offeror, or anyone acting for such firm, corporation, partnership, or institution, ever been convicted, within the past ten (10) years, of a criminal offense which resulted in serious bodily injury or death? YES NO ✓ If the offeror has indicated YES for question number three above, the offeror must provide to City of Lubbock, with its proposal submission, the following information with respect to each such conviction: Date of offense, location where offense occurred, type of offense, final disposition of offense, in any, and penalty assessed. 1 1: Provide your company's Experience Modification Rate and supporting information: 0.72 ACKNOWLEDGEMENT THE STATE OF TEXAS COUNTY OF LUBBOCK I certify that I have made no willful misrepresentations in this Questionnaire nor have I withheld information in my statements and answers to questions. I am aware that the information given by me in this questionnaire will be investigated, with my full permission, and that any misrepresentations or omissions may cause my proposal to be rejected. Signature President Title City of Lubbock, TX RFP 21-15758-JM Suspension and Debarment Certification Federal Law (A-102 Common Rule and OMB Circular A-110) prohibits non -Federal entities from contracting with or making sub -awards under covered transactions to parties that are suspended or debarred or whose principals are suspended or debarred. Covered transactions include procurement contracts for goods or services equal to or in excess of $25,000 and all non -procurement transactions (e.g., sub -awards to sub -recipients). Contractors receiving individual awards of $25,000 or more and all sub -recipients must certify that their organization and its principals are not suspended or debarred by a Federal agency. Before an award of $25,000 or more can be made to your firm, you must certify that your organization and its principals are not suspended or debarred by a Federal agency. I, the undersigned agent for the firm named below, certify that neither this firm nor its principals are suspended or debarred by a Federal agency. COMPANY NAME: West Texas Paving. Inc. FEDERAL TAX ID or SOCIAL ^URITY NR. 75-20M682 Signature of Company Official: Printed name of company official signing Date Signed: February 26, 2021 CERTIFICATION REQUIRED BY TEXAS GOVERNMENT CODE SECTION 2270.001 By signing below, Company hereby certifies the following: 1. Company does not boycott Israel; and 2. Company will not boycott Israel during the term of the contract. Company Name: SIGNED BY: Print Name & Title: Date Signed: February 26, 2021 The following definitions apply to this state statute: (1) 'Boycott Israel" means refusing to deal with, terminating business activities with, or otherwise taking any action that is intended to penalize, inflict economic harm on, or limit commercial relations specifically with Israel, or with a person or entity doing business in Israel or in an Israeli -controlled territory, but does not include an action made for ordinary business purposes; and (2) "Company" means an organization, association, corporation, partnership, joint venture, limited partnership, limited liability partnership, or limited liability company, including a wholly owned subsidiary, majority -owned subsidiary, parent company, or affiliate of those entities or business associations that exists to make a profit. This Certification is required from a Company if the Company has 10 or more full-time employees and the contract for goods or services (which includes contracts formed through purchase orders) has a value of $100,000 or more that is to be paid wholly or partly from public funds of the governmental entity. SB 252 CHAPTER 2252 CERTIFICATION I, Darrell Jarnagin , the undersigned representative of West Texas Paving, Inc. (Company or business name) being an adult over the age of eighteen (18) years of age, pursuant to Texas Government Code, Chapter 2252, Section 2252.152 and Section 2252.153, certify that the company named above is not listed on the website of the Comptroller of the State of Texas concerning the listing of companies that are identified under Section 806.051, Section 807.051 or Section 2253.153. I further certify that should the above -named company enter into a contract that is on said listing of companies on the website of the Comptroller of the State of Texas, which do business with Iran, Sudan or any Foreign Terrorist Organization, I will immediately notify the Seguin Independent School District's Purchasing Department. Darrell Jarnagin Name of Company Representative (Print) r camwc!�� Signature of C m ny Representative February 26, 2021 Date Page Intentionally Left Blank POST -CLOSING DOCUMENT REQUIREMENTS The below -listed document must be received in the Purchasing and Contract Management Office Not Later Than SEVEN BUSINESS DAYS after the close date when proposals are due. FINAL LIST OF SUB -CONTRACTORS 1. 2. 3. 4. 5. 6. 7. 8. 9. 10. 11. 12. 13. 14. 15. 16. Company Name None PROPOSED LIST OF SUB -CONTRACTORS Location Services Provided Minority Owned Yes No THIS FORM SHALL BE COMPLETED AND RETURNED ALONG WITH YOUR PROPOSAL IF NO SUB -CONTRACTORS WILL BE USED PLEASE INDICATE SO SUBMITTED BY: West Texas Paving, Inc. (PRINT NAME OF COMPANY) RFP 21-15758-JM — Indiana Avenue 130`h Woodrow Road 1. 2. 3. 4. 5. 6. 7. 8. 9. 10. 11. 12. 13. 14. 15. 16. Company Name Barricades Unlimited Artex Electric FINAL LIST OF SUB -CONTRACTORS Minority Owned Location Services Provided Yes No Lubbock, TX Stripincy Dallas, "rx Electrical ii 0 ❑ 0 0 SUBMITTED BY: West Texas Paving, Inc. (PRINT NAME OF COMPANY) THIS FORM SHALL BE COMPLETED AND RETURNED NOT LATER THAN SEVEN BUSINESS DAYS AFTER THE CLOSE DATE WHEN PROPOSALS ARE DUE IF NO SUB -CONTRACTORS WILL BE USED PLEASE INDICATE SO RFP 21-15758-JM -- Indiana Avenue 130'h Woodrow Road Page Intentionally Left Blank PAYMENT BOND Pate Intentionally Left Blank STATUTORY PAYMENT BOND PURSUANT TO SECTION 2253.021(a) OF THE TEXAS GOVERNMENT CODE (CONTRACTS MORE THAN $50,000) KNOW ALL MEN BY THESE PRESENTS, that West Texas Paving, Inc., (hereinafter called the Principal(s), as Principal(s), and (hereinafter called the Surety(s), as Surety(s), are held and firmly bound unto the City of Lubbock (hereinafter called the Obligee), in the amount of Six Million Three Hundred Forty Three Thousand One Hundred Ninety Seven Dollars and FF=, Cents ($6,343,197.50) lawful money of the United States for the payment whereof, the said Principal and Surety bind themselves, and their heirs, administrators, executors, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has entered into a certain written contract with the Obligee, dated the 2=day of March 2021, to RFP 21-15758-JM Indiana Avenue 1301h To Woodrow Road and said Principal under the law is required before commencing the work provided for in said contract to execute a bond in the amount of said contract which contract is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall pay all claimants supplying labor and material to him or a subcontractor in the prosecution of the work provided for in said contract, then, this obligation shall be void; otherwise to remain in full force and effect; PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Section 2253.021(a) of the Texas Government Code, and all liabilities on this bond shall be determined in accordance with the provisions of said Article to the same extent as if it were copied at length herein. IN WITNESS WHEREOF, the said Principal (s) and Surety (s) have signed and sealed this instrument this _ day of 2021. Surety *By: (Title) (Company Name) By: (Printed Name) (Signature) (Title) The undersigned surety company represents that it is duly qualified to do business in Texas, and hereby designates an agent resident in Lubbock County to whom any requisite notices may be delivered and on whom service of process may be had in matters arising out of such suretyship. Surety * By: Approved as to form: City of Lubbock By: City Attorney (Title) * Note: If signed by an officer of the Surety Company there must be on file a certified extract from the by-laws showing that this person has authority to sign such obligation. If signed by an Attorney in Fact, we must have copy of power of attorney for our files. PERFORMANCE BOND Pate Intentionally Left Blank STATUTORY PERFORMANCE BOND PURSUANT TO SECTION 2253.021(a) OF THE TEXAS GOVERNMENT CODE (CONTRACTS MORE THAN $100,000) KNOW ALL MEN BY THESE PRESENTS, that West Texas Paving, Inc. (hereinafter called the Principal(s), as Principal(s), and (hereinafter called the Surety(s), as Surety(s), are held and firmly bound unto the City of Lubbock (hereinafter called the Obligee), in the amount of Six Million Three Hundred Forty Three Thousand One Hundred Ninety Seven Dollars and Fifty Cents .($6,343,197.50) lawful money of the United States for the payment whereof, the said Principal and Surety bind themselves, and their heirs, administrators, executors, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has entered into a certain written contract with the Obligee, dated the 2=day of March 2021, to RFP 21-15758-JM Indiana Avenue 130th to Woodrow Road and said principal under the law is required before commencing the work provided for in said contract to execute a bond in the amount of said contract which contract is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall faithfully perform the work in accordance with the plans, specifications and contract documents, then this obligation shall be void; otherwise to remain in full force and effect. PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Section 2253.021(a) of the Texas Government Code, and all liabilities on this bond shall be determined in accordance with the provisions of said article to the same extent as if it were copied at length herein. IN WITNESS WHEREOF, the said Principal (s) and Surety (s) have signed and sealed this instrument this _day of 92021. Surety * By: (Title) (Company Name) By: (Printed Name) (Signature) (Title) The undersigned surety company represents that it is duly qualified to do business in Texas, and hereby designates an agent resident in Lubbock County to whom any requisite notices may be delivered and on whom service of process may be had in matters arising out of such suretyship. Surety *By: (Title) Approved as to Form City of Lubbock By: City Attorney * Note: If signed by an officer of the Surety Company, there must be on file a certified extract from the by-laws showing that this person has authority to sign such obligation. If signed by an Attorney in Fact, we must have copy of power of attorney for our files. CERTIFICATE OF INSURANCE Page Intentionally Left Blank CERTIFICATE OF INSURANCE TO: CITY OF LUBBOCK DATE: P.O. BOX 2000, LUBBOCK, TX 79401 TYPE OF PROJECT: THIS IS TO CERTIFY THAT (Name and Address of Insured) is, at the date of this certificate, insured by this Company with respect to the business operations hereinafter described, for the typed of insurance and in accordance with the provisions f the standard policies used by this company, the further hereinafter described. Exceptions to standard policy noted hereon. TYPE OF INSURANCE POLICY NUMBER EFFECTIVE EFFECTIVE LIMITS DATE DATE GENERAL LIABILITY ❑ Commercial General Liability General Aggregate $ ❑ Claims Made Products-Comp/Op AGG $ ❑ Occurrence Personal & Adv. Injury $ ❑ Owner's & Contractors Protective Each Occurrence $ ❑ Fire Damage (Any one Fire) $ Med Exp (Any one Person) $ AUTOMOTIVE LIABILITY ❑ Any Auto Combined Single Limit $ ❑ All Owned Autos Bodily Injury (Per Person) $ ❑ Scheduled Autos Bodily Injury (Per Accident) $ ❑ Hired Autos Property Damage $ ❑ Non -Owned Autos 11 GARAGE LIABILITY ❑ Any Auto Auto Only - Each Accident $ ❑ Other than Auto Only: Each Accident $ Aggregate $ ❑ BUILDER'S RISK ❑ 100% of the Total Contract Price $ ❑ INSTALLATIONFLOATER $ EXCESS LIABILITY ❑ Umbrella Form Each Occurrence $ Aggregate $ ❑ Other Than Umbrella Form $ WORKERS COMPENSATION AND EMPLOYERS' LIABILITY The Proprietor/ ❑ Included Statutory Limits Partners/Executive ❑ Excluded Each Accident $ Officers are: Disease Policy Limit $ Disease -Each Employee $ OTHER The above policies either in the body thereof or by appropriate endorsement provide that they may not be changed or canceled by the insurer in less than the legal time required after the insured has received written notice of such change or cancellation, or in case there is no legal requirement, in less than five days in advance of cancellation. FIVE COPIES OF THE CERTIFICATE OF INSURANCE MUST BE SENT TO THE CITY OF LUBBOCK (Name of Insurer) By: Title: The Insurance Certificates Furnished shall name the City of Lubbock as Additional Insured on Auto General Liability and provide a Waiver of Subrogation in favor of the City of Lubbock. THE ADDITIONAL INSURED ENDORSEMENT SHALL INCLUDE PRODUCTS AND COMPLETE OPERATIONS. CONTRACTORCHECKLIST A CONTRACTOR SHALL: (1) provide coverage for its employees providing services on a project, for the duration of the project based on proper reporting of classification codes and payroll amounts and filling of any coverage agreements; (2) provide a certificate of coverage showing workers' compensation coverage to the governmental entity prior to beginning work on the project; (3) provide the governmental entity, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the contractor's current certificate of coverage ends during the duration of the project; (4) obtain from each person providing services on a project, and provide to the governmental entity: (A) 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 (B) 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; (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 ten (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; (7) post a notice on each project site informing all persons providing services on the project that they are required to be covered, and stating how a person may verify current coverage and report failure to provide coverage. This notice does not satisfy other posting requirements imposed by the Act or other commission rules. This notice must be printed in at least 19-point normal type, and shall be in both English and Spanish and any other language common to the worker population. The text for the notices shall be the following text provided by the commission on the sample notice, without any additional words or changes: PROOF OF COVERAGE SHALL BE FURNISHED TO THE CITY OF LUBBOCK IN THE FORM OF A CERTIFICATE OF INSURANCE. THE INSURANCE CERTIFICATES FURNISHED SHALL NAME THE CITY OF LUBBOCK AS ADDITIONAL INSURED ON AUTO/GENERAL LIABILITY ON A PRIMARY AND NON-CONTRIBUTORY BASIS TO INCLUDE PRODUCTS OF COMPLETE OPERATIONS. PROVIDE A WAIVER OF SUBROGATION IN FAVOR OF THE CITY OF LUBBOCK. IT SHALL BE THE CONTRACTOR'S RESPONSIBILITY TO PROVIDE TO THE OWNER ALL PROOF OF COVERAGE INSURANCE DOCUMENTS INCLUDING WORKERS COMPENSATION COVERAGE FOR EACH SUBCONTRACTOR. COPIES OF THE ENDORSEMENTS ARE REQUIRED. REQUIRED WORKERS' COMPENSATION COVERAGE "The law requires that each person working on this site or providing services related to this construction project must be covered by workers' compensation insurance. This includes persons providing, hauling, or delivering equipment and materials, or providing labor or transportation or other service related to the project, regardless of the identity of their employer or status as an employee." "Call the Texas Workers' Compensation Commission at 512-305-7238 to receive information on the legal requirement for coverage, to verify whether your employer has provided the required coverage, or to report an employer's failure to provide coverage." and contractually require each person with whom it contracts to provide services on a project, to: (A) provide coverage based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements for all of its employees providing services on the project, for the duration of the project; (B) provide a certificate of coverage to the contractor prior to that person beginning work on the project; (C) 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; (D) obtain from each other person with whom it contracts, and provide to the contractor: (i) a certificate of coverage, prior to the other person beginning work on the project; and (ii) prior to the end of the coverage period, a new certificate of coverage showing extension of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (E) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (F) notify the governmental entity in writing by certified mail or personal delivery, within (ten) 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 (G) contractually require each other person with whom it contracts, to perform as required by paragraphs (A) - (H), with the certificate of coverage to be provided to the person for whom they are providing services. Page Intentionally Left Blank CONTRACT Page Intentionally Left Blank Contract 15758 STATE OF TEXAS COUNTY OF LUBBOCK THIS AGREEMENT, made and entered into this 23' day of March 2021, by and between the City of Lubbock, County of Lubbock, State of Texas, acting by and through the Mayor, City of Lubbock, thereunto authorized to do so, hereinafter referred to as OWNER, and West Texas Paving, Inc. of the City of Wolfforth, County of Lubbock and the State of Texas hereinafter termed CONTRACTOR. WITNESSETH: That for and in consideration of the payments and agreements hereinafter mentioned, to be made and performed by the OWNER and under the conditions expressed in the bond bearing even date herewith (if any) the CONTRACTOR hereby agrees with OWNER to commence and complete the construction of certain improvements described as follows: RFP 21-15758-JM Indiana Avenue 130t6 to Woodrow Road and all extra work in connection therewith, under the terms as stated in the contract documents and at his (or their) own proper cost and expense to furnish all materials, supplies, machinery, equipment, tools, superintendence, labor, insurance and other accessories and services necessary to complete the said construction in accordance with the contract documents as defined in the General Condition of Agreement. West Texas Paving, Inc.'s proposal dated February 26, 2021 is incorporated into and made a part of this agreement. The CONTRACTOR hereby agrees to commence work within ten days after the date written notice to do so shall have been given to him and to substantially complete same within the time specified in the contract documents. The OWNER agrees to pay the CONTRACTOR in current funds for the performance of the contract in accordance with the proposal submitted therefore, subject to additions and deductions, as provided in the contract documents and to make payment on account thereof as provided therein. IN WITNESS WHEREOF, the parties to these presents have executed this agreement in Lubbock, Lubbock County, Texas in the year and day first above written. NoCONTRACTOR: West Texas Paving, Inc. COMPLETE ADDRESS: West Texas Paving, Inc. 10104 Alcove Ave Wolfforth, TX 79382 ATTEST: Corpo to Secretary CITY OF LUBBOCK, S (OWNER): By: Daniel M. Pope, Mayor ATTEST: -D 1) o .1, Rebec G City Secretary APPROVED AS TO CONTEN . Pu 'c orks. Lneineering �* ,(-Alyd zou Name (Printed) Efate' ROVED AS TO FOI(M: — I fiovl�L Ili Leisure, Assistant City Attorney CONFLICT OF INTEREST QUESTIONNAIRE CHAPTER 176 Pate Intentionally Left Blank CONFLICT OF INTEREST QUESTIONNAIRE CHAPTER 176 FOR VENDOR DOING BUSINESS WITH LOCAL GOVERNMENTAL ENTITY This questionnaire reflects changes made to law by H.B. 23, 84th Leg., Regular Session Businesses and individuals doing business with the City need to file conflict of interest questionnaires with the Office of the City Secretary's Office. Local government officers are also required to file when a conflict exists. The questionnaire is to be filed in accordance with Chapter 176, Local Government Code, by a vendor who has a business relationship as defined by Section 176.001 (1-a) with a local governmental entity and the vendor meets the requirements under Section 176.006(a). By law this questionnaire must be filed with the City Secretary's Office of the local governmental entity no later than the 7th business day after the date the vendor becomes aware of the facts that require the statement to be filled. Chapter 176 of the Local Government Code requires the City Manager and Council Members to file a Conflicts Disclosure Statement regarding their relationships with City vendors (including bidders and potential vendors). The law also requires that any vendor who contracts, or seeks to contract, with the City for the sale or purchase of property, goods or services (including a bidder on a City contract) file a "Conflict of Interest Questionnaire" regarding the vendor's business relationships, if any, with Council Members or the City Manager. Compliance is the responsibility of each individual, business or agent who is subject to the law's filing requirement. Questions about compliance should be directed to your legal counsel. Office of the City Secretary 1314 Avenue K, Floor 10 Lubbock, Texas, 79401 Questionnaire is available at https:Hci.lubbock.tx.us/departments/purchasing/vendor-information CHAPTER 46. DISCLOSURE OF INTERESTED PARTIES Texas Government Code 2252.908 Disclosure of Interested Parties Form 1295 House Bill 1295, adopted by the 84th Legislature, created §2252.908, Texas Government Code. Section 2252.908 requires a business entity entering into certain contracts with a governmental entity or state agency to file with the governmental entity or state agency a disclosure of interested parties at the time the business entity submits the signed contract to the governmental entity or state agency. §2252.908, Texas Government Code requires the commission to adopt rules necessary to implement the new disclosure requirement and to prescribe the disclosure form. Section 2252.908 requires the disclosure form to be signed by the authorized agent of the contracting business entity, acknowledging that the disclosure is made under oath and under penalty of perjury. Section 2252.908 applies only to a contract that requires an action or vote by the governing body of the governmental entity or state agency before the contract may be signed or has a value of at least $1 million. Section 2252.908 provides definitions of certain terms occurring in the section. House Bill 1295 provides that §2252.908 applies only to a contract entered into on or after January 1, 2016. An interested party is defined as a person who has a controlling interest in a business entity with whom a governmental entity or state agency contracts or who actively participates in facilitating the contract or negotiating the terms of the contract, including a broker, intermediary, adviser, or attorney for the business entity. Contractors are required to acquire Form 1295 via the Texas Ethics Commission website. This requires registration, generation of Form 1295 with a unique Certificate Number & filing date, printing the form, signing the form, and returning the form to City of Lubbock Purchasing & Contract Management Department. Once the form is received by the Purchasing and Contract Management Department, the Buyer associated with the project will log -in to the Texas Ethics Commission portal and acknowledge receipt of the form not later than the 30th day after the date the contract for which the form was filed binds all parties to the contract. This will complete the form for the contract with which the form is associated. The completed form will be made available via the Texas Ethics Commission website. Form 1295 can be generated via the Texas Ethics Commission web portal. The website and detailed instructions are located at: https://www.ethics.state.tx.us/whatsnew/elf info_form1295.htm PLEASE DO NOT COMPLETE FORM 1295 UNTIL YOU HAVE BEEN NOTIFIED OF CONTRACT AWARD AND REQUESTED TO ELECTRONICALLY FILE FORM 1295 WITH THE TEXAS ETHICS COMMISSION. Page Intentionally Left Blank GENERAL CONDITIONS OF THE AGREEMENT Page Intentionally Left Blank GENERAL CONDITIONS OF THE AGREEMENT 1. OWNER Whenever the word Owner, or First Party, are used in this contract, it shall be understood as referring to the City of Lubbock, Texas. 2. CONTRACTOR Whenever the word Contractor, or Second Party, is used, it shall be understood to mean the person, persons, co- partnership or corporation, to wit West Texas Paving_ Inc, who has agreed to perform the work embraced in this contract, or their legal representative. 3. OWNER'S REPRESENTATIVE Whenever the word Owner's Representative or representative is used in this contract, it shall be understood as referring to, City of Lubbock, or its representative Josh Kristinek, Assistant City_ Engine_ so designated who will inspect constructions; or to such other representatives, supervisors, architects, engineers, or inspectors as may be authorized by said Owner to act in any particular under this agreement. Engineers, supervisors or inspectors will act for the Owner under the direction of Owner's Representative, but shall not directly supervise the Contractor or persons acting on behalf of the Contractor. 4. CONTRACT DOCUMENTS The contract's documents shall consist of the Notice to Offerors, General Instructions to Offerors, Proposal, Signed Agreement, Statutory Bonds (if required), General Conditions of the Agreement, Special Conditions of the Agreement (if any), Specifications, Plans, Insurance Certificates, and all other documents made available to Offeror for inspection in accordance with the Notice to Offerors. The above described materials are sometimes referred to herein as the "contract" or "contract documents". 5. INTERPRETATION OF PHRASES Whenever the words "Directed," "Permitted," "Designated," "Required," "Considered Necessary," "Prescribed," or words of like import are used, it shall be understood that the direction, requirement, permission, order, designation or prescription of the Owner's Representative is intended; and similarly, the words "Approved," "Acceptable," "Satisfactory," or words of like import shall mean approved by or acceptable or satisfactory to the Owner's Representative. 6. SUBCONTRACTOR The term Subcontractor, as employed herein, includes only those having a direct contract with the Contractor for performance of work on the project contemplated by these contract documents. Owner shall have no responsibility to any Subcontractor employed by Contractor for performance of work on the project contemplated by these contract documents, but said Subcontractors will look exclusively to Contractor for any payments due Subcontractor. The City reserves the right to approve or disapprove the selection of any subcontractor(s). 7. WRITTEN NOTICE Written notice shall be deemed to have been duly served if delivered in person to the individual or to a member of the firm or to an officer of the corporation for whom it is intended, or if delivered at or sent certified mail to the last business address known to the party who gives the notice. CONTRACTOR'S RESPONSIBILITIES Unless otherwise stipulated, the Contractor shall provide and pay for all materials, supplies, machinery, equipment, tools, superintendence, labor, insurance, and all water, light, power, fuel, transportation and all other facilities necessary for the execution and completion of the work covered by the contract documents. Unless otherwise specified, all materials shall be new and both workmanship and materials shall be of a good quality. The Contractor shall, if required, furnish satisfactory evidence as to the kind and quality of materials. Materials or work described in words which so applied have well known, technical or trade meaning shall be held to refer such recognized standards. All work shall be done and all materials furnished in strict conformity with the contract documents. SUBSTANTIALLY COMPLETED The term "Substantially Completed" is meant that the structure or project contemplated by the contract documents has been made suitable for use or occupancy or the facility is in a condition to serve its intended purpose, but still may require minor miscellaneous work and adjustment. 10. LAYOUT Except as specifically provided herein, the Contractor shall be responsible for laying out all work and shall accomplish this work in a manner acceptable to the Owner's Representative. The Owner's Representative will check the Contractor's layout of all major structures and any other layout work done by the Contractor at Contractor's request, but this check does not relieve the Contractor of the responsibility of correctly locating all work in accordance with the Plans and Specifications. it. KEEPING OF PLANS AND SPECIFICATIONS ACCESSIBLE The Contractor shall be furnished ten copies of all Plans and Specifications without expense to Contractor and Contractor shall keep one copy of same consistently accessible on the job site. 12. RIGHT OF ENTRY The Owner's Representative may make periodic visits to the site to observe the progress or quality of the executed work and to determine, in general, if the work is proceeding in accordance with the contract documents. Owner's Representative will not be required to make exhaustive or continuous onsite inspections to check the quality or quantity of the work, nor will Owner's Representative be responsible for the construction means, methods, techniques, sequences or procedures, or the safety precautions incident thereto. Notwithstanding the Owner's Representative's rights of entry hereunder, the Owner's Representative will not be responsible for the Contractor's failure to perform the work in accordance with the Contract Documents. 13. LINES AND GRADES The Contractor is responsible for construction layout based on the control provided in the construction documents. All lines and grades shall be furnished whenever Owner's Representative (as distinguished from Resident Project Representative(s)) deems said lines and grades are necessary for the commencement of the work contemplated by these contract documents or the completion of the work contemplated by these contract documents. Whenever necessary, Contractor shall suspend its work in order to permit Owner's Representative to comply with this requirement, but such suspension will be as brief as practical and Contractor shall be allowed no extra compensation therefore. The Contractor shall give the Owner's Representative ample notice of the time and place where lines and grades will be needed. All stakes, marks, etc., shall be carefully preserved by the Contractor, and in case of careless destruction or removal by Contractor, its Subcontractors, or its employees, such stakes, marks, etc., shall be replaced by the Owner's Representative at Contractor's expense. 14. OWNER'S REPRESENTATIVE'S AUTHORITY AND DUTY Unless otherwise specified, it is mutually agreed between the parties to this Agreement that the Owner's Representative (as distinguished from Resident Project Representative(s))has the authority to review all work included herein. The Owner's Representative has the authority to stop the work whenever such stoppage may be necessary to ensure the proper execution of the contract. The Owner's Representative shall, in all cases, determine the amounts and quantities of the several kinds of work which are to be paid for under the contract documents, and shall determine all questions in relation to said work and the construction thereof, and shall, in all cases, decide every question which may arise relative to the execution of this contract on the part of said Contractor. The decision of the Owner's Representative shall be conclusive in the absence of written objection to same delivered to Owner's Representative within fifteen (15) calendar days of any decision or direction by Owner's Representative. In the absence of timely written objection by Contractor, as provided herein, any and all objection or objections shall be deemed waived. 15. SUPERINTENDENCE AND INSPECTION It is agreed by the Contractor that the Owner's Representative shall be and is hereby authorized to appoint from time to time such subordinate engineers, supervisors, or inspectors, as distinguished from Resident Project Representative, as the said Owner's Representative may deem proper to inspect the materials furnished and the work done under this Agreement, and to see that said material is furnished and said work is done in accordance with the specifications therefore. The Contractor shall furnish all reasonable aid and assistance required by the subordinate engineers, supervisors or inspectors for the proper inspection and examination of the work. The Contractor shall regard and obey the directions and instructions of any subordinate engineers, supervisors or inspectors so appointed, when such directions and instructions are consistent with the obligations of this Agreement and accompanying plans and specifications provided, however, should the Contractor object to any orders by any subordinate engineer, supervisor or inspector, the Contractor may within fifteen (15) calendar days make written appeal to the Owner's Representative for its decision. In the absence of timely written objection by Contractor, as provided herein, any and all objection or objections shall be deemed waived. 16. CONTRACTOR'S DUTY AND SUPERINTENDENCE The Contractor shall give personal attention to the faithful prosecution and completion of this contract and shall keep on the work, during its progress, a competent superintendent and any necessary assistants, all satisfactory to Owner's Representative. The superintendent shall represent the Contractor in its absence and all directions given to superintendent shall be binding as if given to the Contractor. It is expressly agreed that adequate supervision by competent and reasonable representatives of the Contractor is essential to the proper performance of the work and lack of such supervision shall be grounds for suspending operations of the Contractor. The work, from its commencement to completion, shall be under the exclusive charge and control of the Contractor and all risk in connection therewith shall be borne by the Contractor. The Owner or Owner's Representatives shall not be responsible for the acts or omissions of the Contractor, or any subcontractors, or any of Contractor's agents or employees, or any other persons performing any of the work. 17. CONTRACTOR'S UNDERSTANDING It is understood and agreed that the Contractor has, by careful examination, satisfied itself as to the nature and location of the work, the confirmation of the ground, the character, quality and quantity of materials to be encountered, the character of equipment and facilities needed preliminary to and during the prosecution of the work, and the general and local conditions, and all other matters which in any way affect the work under the contract documents. No oral agreement or conversation with any officer, agent, or employee of the Owner, or Owner's Representative either before or after the execution of this contract, shall affect or modify any of the terms or obligations herein contained. Subject to the rights of Owner as set forth in Paragraph 23 hereof, all modifications and/or amendments to the contract documents, shall be in writing, and executed by Owner's Representative and Contractor. Unless otherwise specified herein, all loss, expense or damage to Contractor arising out of the nature of the work to be done, or from the action of the elements, or from any unforeseen circumstance and the prosecution of the work, shall be sustained and borne by the Contractor at its own cost and expense. 18. CHARACTER OF WORKERS The Contractor agrees to employ only orderly and competent workers, skillful in the performance in the type of work required under this contract, to do the work; and agrees that whenever the Owner's Representative shall inform Contractor in writing that any person or persons on the work, are, in Owner's Representative's sole opinion, incompetent, unfaithful, disorderly, or otherwise unacceptable to Owner or Owner's Representative, such person or persons shall be discharged from the work and shall not again be employed on the work without the Owner's Representative's written consent. 19. CONSTRUCTION PLANT The Contractor shall provide all labor, tools, equipment, machinery and materials necessary in the prosecution and completion of this contract where it is not otherwise specifically provided that Owner shall furnish same, and it is also understood that Owner shall not be held responsible for the care, preservation, conservation, or protection of any materials, tools, equipment or machinery or any part of the work until it is finally completed and accepted. The building of structures for the housing of workers or equipment will be permitted only at such places as the Owner's Representative shall consent or direct, and the sanitary conditions of the grounds in or about such structure shall at all times be maintained in a manner satisfactory to the Owner's Representative. 20. SANITATION Necessary sanitary conveniences for the use of laborers on the work site, properly secluded from public observation, shall be constructed and maintained by the Contractor in such manner and at such points as shall be approved by the Owner's Representative and their use shall be strictly enforced. 21. OBSERVATION AND TESTING The Contractor is responsible for construction quality control testing, cost, and reporting of the type and extent required by the contract documents. The Owner or Owner's Representative shall have the right at all times to observe and test the work. Contractor shall make necessary arrangements and provide proper facilities and access for such observation and testing at any location wherever such work is in preparation or progress. Contractor shall ascertain the scope of any observation that may be contemplated by Owner or Owner's Representative and shall give ample notice as to the time each part of the work will be ready for such observation. Owner or Owner's Representative may reject any such work found to be defective or not in accordance with the contract documents, regardless of the stage of its completion or the time or place of discovery of such errors and regardless of whether Owner's Representative has previously accepted the work. If any such work should be covered without approval or consent of the Owner, it must, if requested by Owner or Owner's Representative, be uncovered for examination at Contractor's expense. In the event that any part of the work is being fabricated or manufactured at a location where it is not convenient for Owner or Owner's Representative to make observations of such work or require testing of said work, then in such event Owner or Owner's Representative may require Contractor to furnish Owner or Owner's Representative certificates of inspection, testing or approval made by persons competent to perform such tasks at the location where that part of the work is being manufactured or fabricated. All such tests will be in accordance with the methods prescribed by the American Society for Testing and Materials or such other applicable organization as may be required by law or the contract documents. 4 If any such work which is required to be inspected, tested, or approved is covered up without written approval or consent of the Owner or Owner's Representative, it must, if requested by the Owner or Owner's Representative, be uncovered for observation and testing at the Contractor's expense. The cost of all such inspections, tests and approvals shall be borne by the Contractor unless otherwise provided herein. Any work which fails to meet the requirements of any such tests, inspections or approvals, and any work which meets the requirements of any such tests or approvals but does not meet the requirements of the contract documents shall be considered defective, and shall be corrected at the Contractor's expense. Neither observations by the Owner or Owner's Representative, nor inspections, tests, or approvals made by Owner, Owner's Representative, or other persons authorized under the contract documents to make such inspections, tests, or approvals shall relieve the Contractor ftom its obligation to perform the work in accordance with the requirements of the contract documents. 22. DEFECTS AND THEIR REMEDIES It is expressly agreed that if the work or any part thereof, or any material brought on the site of the work for use in the work or selected for the same, shall be deemed by the Owner or Owner's Representative as unsuitable or not in conformity with plans, specifications and/or contract documents, the Contractor shall, after receipt of written notice thereof from the Owner's Representative, forthwith remove such material and rebuild or otherwise remedy such work so that it shall be in full accordance with the contract documents. It is further agreed that any remedial action contemplated as hereinabove set forth shall be at Contractor's expense. 23. CHANGES AND ALTERATIONS The Contractor further agrees that the Owner may make such changes and alterations as the Owner may see fit, in the line, grade, form dimensions, plans or materials for the work herein contemplated, or any part thereof, either before or after the beginning of the construction, without affecting the validity of this contract and the accompanying bond. If such changes or alterations diminish the quantity of the work to be done, they shall not constitute the basis for a claim for damages, or anticipated profits on the work that may be dispensed with. If they increase the amount of work, and the increased work can fairly be classified under the specifications, such increase shall be paid according to the quantity actually done and at the unit price established for such work under this contract; otherwise such additional work shall be paid for as provided under Extra Work. In case the Owner shall make such changes or alterations as shall make useless any work already done or material already furnished or used in said work, then the Owner shall recompense the Contractor for any material or labor so used, and for actual expenses incurred in preparation for the work as originally planned. 24. EXTRA WORK The term "extra work" as used in this contract shall be understood to mean and include all work that may be required by the Owner or Owner's Representative to be done by the Contractor to accomplish any change, alteration or addition to the work as shown on the plans and specifications or contract documents and not covered by Contractor's proposal, except as provided under Changes and Alterations in Paragraph 23. It is agreed that the Contractor shall perform all extra work under the observation of the Owner's Representative when presented with a written work order signed by the Owner's Representative; subject, however, to the right of the Contractor to require written confirmation of such extra work order by the Owner. It is also agreed that the compensation to be paid to the Contractor for performing said extra work shall be determined by the following methods: Method (A) - By agreed unit prices; or Method (B) - By agreed lump sum; or Method (C) - If neither Method (A) or Method (B) be agreed upon before the extra work is commenced, then the Contractor shall be paid the lesser of the following: (1) actual field cost of the extra work, plus fifteen (15%) percent to the firm actually performing the work, and additional higher -tier markups limited to 5% to cover additional overhead and insurance costs; or (2) the amount that would have been charged by a reasonable and prudent Contractor as a reasonable and necessary cost for performance of the extra work, as estimated by the Engineer and approved by the Owner.. In the event said extra work be performed and paid for under Method (C)(1), then the provisions of this paragraph shall apply and the "actual field cost" is hereby defined to include the cost of all workers, such as foremen, timekeepers, mechanics and laborers, materials, supplies, teams, trucks, rentals on machinery and equipment, for the time actually employed or used on such extra work, plus actual transportation charges necessarily incurred, together with all expenses incurred directly on account of such extra work, including Social Security, Old Age Benefits, Maintenance Bonds, Public Liability and Property Damage and Workers' Compensation and all other insurances as may be required by law or ordinances or directed by the Owner or Owner's Representative, or by them agreed to. Owner's Representative may direct the form in which accounts of the actual field cost shall be kept and records of these accounts shall be made available to the Owner's Representative. The Owner's Representative may also specify in writing, before the work commences, the method of doing the work and the type and kind of machinery and equipment to be used; otherwise, these matters shall be determined by the Contractor. Unless otherwise agreed upon, the prices for the use of machinery and equipment shall be determined by using 100%, unless otherwise specified, of the latest Schedule of Equipment and Ownership Expenses adopted by the Associated General Contractors of America. Where practical, the terms and prices for the use of machinery and equipment shall be incorporated in the written extra work order. The fifteen percent (15%) of the actual field cost to be paid to Contractor shall cover and compensate Contractor for its profit, overhead, general superintendence and field office expense, and all other elements of cost and expense not embraced within the actual field cost as herein defined, save that where the Contractor's Camp or Field Office must be maintained primarily on account of such Extra Work, then the cost to maintain and operate the same shall be included in the "actual field cost." No claim for extra work of any kind will be allowed unless ordered in writing by Owner's Representative. In case any orders or instructions appear to the Contractor to involve extra work for which Contractor should receive compensation or an adjustment in the construction time, Contractor shall prior to commencement of such extra work, make written request to the Owner's Representative for a written order authorizing such extra work. Should a difference of opinion arise as to what does or does not constitute extra work or as to the payment therefore, and the Owner's Representative insists upon its performance, the Contractor shall proceed with the work after making written request for written order and shall keep adequate and accurate account of the actual field cost thereof, as provided under Method (C) (1). If Contractor does not notify Owner's Representative before the commencement of any extra work, any claim for payment due to alleged extra work shall be deemed waived. 25. DISCREPANCIES AND OMISSIONS It is further agreed that it is the intent of the contract documents that all work described in the proposal, the specifications, plans and other contract documents, is to be done for the prices quoted by the Contractor and that such price shall include all appurtenances necessary to complete the work in accordance with the intent of these contract documents as interpreted by Owner's Representative. Notices of any discrepancies or omissions in these plans, specifications, or contract documents, shall be given to the Owners' Representative and a clarification obtained before the proposals are received, and if no such notice is received by the Owner's Representative prior to the opening of proposals, then it shall be deemed that the Contractor fully understands the work to be included and has provided sufficient sums in its proposal to complete the work in accordance with these plans and specifications. If Contractor does not notify Owner's Representative before offering of any discrepancies or omissions, then it shall be deemed for all purposes that the plans and specifications are sufficient and adequate for completion of the project. It is further agreed that any request for clarification must be submitted no later than five (5) calendar days prior to the opening of proposals. In the absence of a 0 requested clarification for a conflict in the documents prior to proposals being reviewed, it will be assumed that the Contractor proposes the higher cost alternative on conflicts identified after proposals are reviewed. 26. RIGHT OF OWNER TO MODIFY METHODS AND EQUIPMENT If at any time the methods or equipment used by the Contractor are found to be inadequate to secure the quality of work with the rate of progress required under this contract, the Owner or Owner's Representative may order the Contractor in writing to increase their safety or improve their character and efficiency and the Contractor shall comply with such order. If, at any time, the working force of the Contractor is inadequate for securing the progress herein specified, the Contractor shall, if so ordered in writing, increase its force or equipment, or both, to such an extent as to give reasonable assurance of compliance with the schedule of progress. 27. PROTECTION AGAINST ACCIDENT TO EMPLOYEES AND THE PUBLIC AND GENERAL INDEMNITY The Contractor shall take out and procure a policy or policies of Workers' Compensation Insurance with an insurance company licensed to transact business in the State of Texas, which policy shall comply with the Workers' Compensation laws of the State of Texas. The Contractor shall at all times exercise reasonable precaution for the safety of employees and others on or near the work and shall comply with all applicable provisions of federal, state and municipal laws and building and construction codes. All machinery and equipment and other physical hazards shall be guarded in accordance with the "Manual of Accident Prevention in Construction" of Associated General Contractors of America, except where incompatible with federal, state or municipal laws or regulations. The Contractor, its sureties and insurance carriers shall defend, indemnify and hold harmless the Owner and Engineer and all of its officers, agents and employees against any all losses, costs, damages, expenses, liabilities, claims and/or causes of action, whether known or unknown, fixed, actual, accrued or contingent, liquidated or unliquidated, including, but not limited to, attorneys' fees and expenses, in connection with, incident to, related to, or arising out of, the Contractor's or any subcontractor's, agent's or employee's, in any manner whatsoever, omission, execution and/or supervision of this contract, and the project which is the subject matter of this contract. The safety precautions taken shall be the sole responsibility of the Contractor, in its sole discretion as an Independent Contractor; inclusion of this paragraph in the Agreement, as well as any notice which may be given by the Owners or the Owner's Representative concerning omissions under this paragraph as the work progresses, are intended as reminders to the Contractor of its duty and shall not be construed as any assumption of duty to supervise safety precautions by either the Contractor or any of its subcontractors. 28. CONTRACTOR'S INSURANCE The Contractor shall not commence work under this contract until he has obtained all insurance as required in the General Conditions of the contract documents, from an underwriter authorized to do business in the State of Texas and satisfactory to the City. Proof of coverage shall be furnished to the City and written notice of cancellation or any material change will be provided ten (10) calendar days in advance of cancellation or change. All policies of insurance, required herein, including policies of insurance required to be provided by Contractor and its subcontractors, shall contain a waiver of any and all of the insurer's or payor's, in the event of self-insurance, rights to subrogation that any such insurer or payor, in the event of self-insurance, may acquire by virtue of payment of any loss under such insurance or self-insurance. All certificates of insurance submitted to the City in conformity with the provisions hereof shall establish such waiver. The Contractor shall procure and carry at its sole cost and expense through the life of this contract, insurance protection as hereinafter specified. Coverage in excess of that specified herein also shall be acceptable. Such insurance shall be carried with an insurance company authorized to transact business in the State of Texas and shall cover all operations in connection with this contract, whether performed by the Contractor or a subcontractor, or separate policies shall be provided covering the operation of each subcontractor. A certificate of insurance specifying each and all coverages shall be submitted prior to contract execution. PROOF OF COVERAGE SHALL BE FURNISHED TO THE CITY OF LUBBOCK IN THE FORM OF A CERTIFICATE OF INSURANCE. THE INSURANCE CERTIFICATES FURNISHED SHALL NAME THE CITY OF LUBBOCK AS ADDITIONAL INSURED ON AUTO/GENERAL LIABILITY ON A PRIMARY AND NON-CONTRIBUTORY BASIS TO INCLUDE PRODUCTS OF COMPLETE OPERATIONS. PROVIDE A WAIVER OF SUBROGATION IN FAVOR OF THE CITY OF LUBBOCK. IT SHALL BE THE CONTRACTOR'S RESPONSIBILITY TO PROVIDE TO THE OWNER ALL PROOF OF COVERAGE INSURANCE DOCUMENTS INCLUDING WORKERS COMPENSATION COVERAGE FOR EACH SUBCONTRACTOR. COPIES OF THE ENDORSEMENTS ARE REQUIRED. A. Commercial General Liability Insurance (Primary Additional Insured and Waiver of Subrogation required) The contractor shall have Comprehensive General Liability Insurance with limits of $1,000,000 Combined Single Limit in the aggregate and $1,000,000 per occurrence to include: Products & Completed Operations Hazard Contractual Liability Personal Injury & Advertising Injury w/Heavy Equipment B. Owner's and Contractor's Protective Liability Insurance — NOT REQUIRED C. Comprehensive Automobile Liability Insurance (Waiver of Subrogation Required) The Contractor shall have Comprehensive Automobile Liability Insurance with limits of not less than; Bodily Injury/Property Damage, $1,000,000 Combined Single Limit per occurrence, to include all owned and non -owned cars including: Employers Non -ownership Liability Hired and Non -owned Vehicles. D. Builder's Risk Insurance/Installation Floater Insurance — NOT REQUIRED E. Umbrella Liability Insurance (Primary Additional Insured and Waiver of Subrogation required) The Contractor shall have Umbrella Liability Insurance in the amount of $4,000,000 on all contracts with coverage to correspond with Comprehensive General Liability and Comprehensive Automobile Liability coverage's. F. Worker's Compensation and Employers Liability Insurance (Waiver of Subrogation required) Worker's Compensation Insurance $500,000 covering all employees whether employed by the Contractor or any Subcontractor on the job with Employers Liability of at least $1,000,000 1. Definitions: 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. 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. Persons providing services on the project ("subcontractor" in Section 406.096, Texas Labor Code) - 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. 2. 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 401.411(44) for all employees of the contractor providing services on the project, for the duration of the project. The Contractor must provide a certificate of coverage to the governmental entity prior to being awarded the contract. 4. 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. The Contractor shall obtain from each person providing services on the project, and provide to the governmental entity: (a) 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 (b) 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. 6 The Contractor shall retain all required certificates of coverage for the duration of the project and for one year thereafter. 7. 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. 8. 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. 9. The Contractor shall contractually require each person with whom it contracts to provide services on the project, to: 9 (a) 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; (b) 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; (c) 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; (d) obtain from each other person with whom it contracts, and provide to the Contractor: (1) a certificate of coverage, prior to the other person beginning work on the project; and (2) 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; (e) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (f) 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 (g) contractually require each person with whom it contracts to perform as required by paragraphs (a) - (g), with the certificates of coverage to be provided to the person for whom they are providing services. 10. 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 worker's 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. 11. 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. G. Proof of Coverage Before work on this contract is commenced, each Contractor and subcontractor shall submit to the Owner for approval five Certificates of Insurance covering each insurance policy carried and offered as evidence of compliance with the above insurance requirements, signed by an authorized representative of the insurance company setting forth: 10 (1) (2) (3) (4) (5) (6) (7) (8) (9) The name and address of the insured. The location of the operations to which the insurance applies. The name of the policy and type or types of insurance in force thereunder on the date borne by such certificate. The expiration date of the policy and the limit or limits of liability thereunder on the date borne by such certificate. A provision that the policy may be canceled only by mailing written notice to the named insured at the address shown in the proposal specifications. A provision that written notice shall be given to the City ten days prior to any change in or cancellation of the policies shown on the certificate. The certificate or certificates shall be on the form (or identical copies thereof) contained in the job specifications. No substitute of nor amendment thereto will be acceptable. If policy limits are paid, new policy must be secured for new coverage to complete project. A Contractor shall: (a) provide coverage for its employees providing services on a project, for the duration of the project based on proper reporting of classification codes and payroll amounts and filling of any coverage agreements; (b) provide a certificate of coverage showing workers' compensation coverage to the governmental entity prior to beginning work on the project; (c) provide the governmental entity, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the Contractor's current certificate of coverage ends during the duration of the project; (d) obtain from each person providing services on a project, and provide to the governmental entity: (i) 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 (ii) 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; (e) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (f) 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; (g) post a notice on each project site informing all persons providing services on the project that they are required to be covered, and stating how a person may verify current coverage and report failure to provide coverage. This notice does not satisfy other posting requirements imposed by the Texas Worker's Compensation Act or other commission rules. This notice must be printed with a title in at least 30-point bold type and text in at least 19-point normal type, and shall be in both English and Spanish and any other language common to the worker population. The text for the notices shall be the following text provided by the commission on the sample notice, without any additional words or changes: 11 REQUIRED WORKERS' COMPENSATION COVERAGE "The law requires that each person working on this site or providing services related to this construction project must be covered by workers' compensation insurance. This includes persons providing, hauling, or delivering equipment or materials, or providing labor or transportation or other service related to the project, regardless of the identity of their employer or status as an employee. " "Call the Texas Workers' Compensation Commission at 800-372-7713 or 512-804-4000 (www.tdi.state.traus) to receive information of the legal requirements for coverage, to verify whether your employer has provided the required coverage, or to report an employer's failure to provide coverage, " and (h) contractually require each person with whom it contracts to provide services on a project, to: (i) provide coverage based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements for all of its employees providing services on the project, for the duration of the project; (ii) provide a certificate of coverage to the Contractor prior to that person beginning work on the project; (iii) include in all contracts to provide services on the project the following language: "By signing this contract or providing or causing to be provided a certificate of coverage, the person signing this contract is representing to the governmental entity that all employees of the person signing this contract 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 reprinting 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."; (iv) 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; (v) obtain from each other person with whom it contracts, and provide to the Contractor: (1) a certificate of coverage, prior to the other person beginning work on the project; and (2) prior to the end of the coverage period, a new certificate of coverage showing extension of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (vi) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; 12 (vii) 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 (viii) contractually require each other person with whom it contracts, to perform as required by paragraphs (i)-(viii), with the certificate of coverage to be provided to the person for whom they are providing services. 29. DISABLED EMPLOYEES Contractors having more than fifteen (15) employees agree to comply with the Americans with Disabilities Act of 1990, and agree not to discriminate against a qualified individual with a disability because of the disability of such individual in regard to job application procedures, the hiring, advancement, or discharge of employees, employee compensation, job training, and other terms, conditions, and privileges of employment. 30. PROTECTION AGAINST CLAIMS OF SUBCONTRACTORS, LABORERS, MATERIALMEN, AND FURNISHERS OF MACHINERY, EQUIPMENT AND SUPPLIES Without limiting, in any way, manner or form, the indemnity provided by Contractor in paragraph 27 hereof, the Contractor agrees that it will indemnify and save the Owner and Engineer and all of its officers, agents and employees, harmless against any and all claims, liabilities, losses, damages, expenses and causes of action arising out of, in any way, manner or form, the demands of subcontractors, laborers, workmen, mechanics, material men and furnishers of machinery and parts thereof, equipment, power tools, and supplies, incurred in the performance of this contract and the project which is the subject matter of this contract. When Owner so desires, the Contractor shall furnish satisfactory evidence that all obligations of the nature hereinabove designated have been paid, discharged or waived. 31. PROTECTION AGAINST ROYALTIES OR PATENT INVENTION The Contractor shall pay all royalties and license fees, and shall provide for the use of any design, device, material or process covered by letters patent or copyright by suitable legal agreement with the Patentee or owner thereof. Without limiting, in any way, manner or form, the indemnity provided by Contractor in paragraph 27 hereof, the Contractor shall defend all suits or claims for infringement of any patent or copyrights and shall indemnify and save the Owner and Engineer, and all of its officers, agents and employees harmless from any loss on account thereof, except that Owner shall defend all such suits and claims and shall be responsible for all such loss when a particular design, device, material or process or the product of a particular manufacturer or manufacturers is specified or required in these contract documents by Owner; provided, however, if choice of alternate design, device, material or process is allowed to the Contractor, then Contractor shall indemnify and save Owner, and all of its officers, agents and employees harmless from any loss on account thereof. Notwithstanding anything herein to the contrary, if the material or process specified or required by Owner and/or this contract is an infringement, the Contractor shall be responsible for such loss unless it gives written notice of such infringement to the Owner's Representative prior to offering. 32. LAWS AND ORDINANCES The Contractor shall at all times observe and comply with all federal, state and local laws, ordinances and regulations, which in any manner affect the contract or the work, and without limiting, in any way, manner or form, the indemnity provided by Contractor in paragraph 27 hereof, Contractor shall indemnify and save harmless the Owner and Engineer and all of its officers, agents, and employees against any claims arising from the violation of any such laws, ordinances, and regulations, whether by the Contractor, its employees, or subcontractors. If the Contractor observes that the plans and specifications are at variance therewith, he shall notify the Owner's Representative in writing prior to proposing and any necessary changes shall be adjusted as provided in the contract 13 for changes in the work. In the absence of timely written notification to Owner's Representative of such variance or variances within said time, any objection and/or assertion that the plans and specifications are at variance with any federal, state or local laws, ordinances or regulations shall be deemed waived. If the Contractor, its employees or subcontractors perform any work contrary to such laws, ordinances, rules and regulations, and without such notice to the Owner's Representative, Contractor shall bear all costs arising there from. The Owner is a municipal corporation of the State of Texas and the law from which it derives its powers, insofar as the same regulates the objects for which, or the manner in which, or the conditions under which the Owner may enter into contracts, shall be controlling, and shall be considered as part of this contract to the same effect as though embodied herein. 33. SUBCONTRACTING The Contractor agrees that it will retain personal control and will give its personal attention to the fulfillment of this contract. The Contractor further agrees that subletting of any portion or feature of the work, or materials required in the performance of this contract, shall not relieve the Contractor from its full obligations to the Owner, as provided by the contract documents. 34. TIME FOR SUBSTANTIAL COMPLETION AND LIQUIDATED DAMAGES It is hereby understood and mutually agreed by and between the Contractor and the Owner, that the date of beginning and time for completion as specified in the Notice to Proceed and contract documents, respectively, of work to be done hereunder are essential conditions of this contract; and it is further mutually understood and agreed that the work embraced in this contract shall be commenced as provided in the contract documents. If the Contractor should neglect, fail, or refuse to substantially complete the work within the time herein specified, then the Contractor does hereby agree as part of the consideration for the awarding of this contract, the Owner may withhold permanently from Contractor's total compensation, the sum of $750 PER CONSECUTIVE CALENDAR DAY, not as a penalty, but as liquidated damages for the breach of the contract as herein set forth for each and every working day that the Contractor shall be in default after the time stipulated for substantially completing the work. If the Contractor should neglect, fail, or refuse to Finally complete the work within the time herein specified, then the Contractor does hereby agree as part of the consideration for the awarding of this contract, the Owner may withhold permanently from Contractor's total compensation, the sum of $750 PER CONSECUTIVE CALENDAR DAY, not as a penalty, but as liquidated damages for the breach of the contract as herein set forth for each and every working day that the Contractor shall fail to meet the time requirements stipulated for substantially completing the work. It is expressly understood and agreed, by and between Contractor and the Owner, that the time for the substantial completion of the work described herein is reasonable time for the completion of the same, taking into consideration the average climatic range and conditions and usual industrial conditions prevailing in this locality. The amount is fixed and agreed upon by and between the Contractor and the Owner because the actual damages the Owner would sustain in such event would be difficult and/or impossible to estimate, however, the amount agreed upon herein is a reasonable forecast of the amount necessary to render just compensation to Owner, and is expressly agreed to be not disproportionate to actual damages as measured at time of breach. IT IS FURTHER AGREED AND UNDERSTOOD BETWEEN THE CONTRACTOR AND OWNER THAT TIME IS OF THE ESSENCE OF THIS CONTRACT. 14 35. TIME AND ORDER OF COMPLETION It is the meaning and intent of this contract, unless otherwise herein specifically provided, that the Contractor shall be allowed to prosecute its work in such order of precedence, and in such manner as shall be most conductive to economy of construction. The Contractor shall ensure daily prosecution of the work is conducted every business day until completed, regardless if the work will be substantially or finally complete ahead of specified deadlines in the agreement, unless the City determines time off from said prosecution is necessary or reasonable and Contractor received said determination in writing from the City. Further, when the Owner is having other work done, either by contract or by its own force, the Owner's Representative (as distinguished from the Resident Project Representative) may direct the time and manner of constructing work done under this contract so that conflicts will be avoided and the construction of the various works being done for the Owner shall be harmonized. Additionally, inclement weather shall be the only other reason consistent, daily prosecution of the work may not take place on those inclement weather days. The Contractor shall submit, at such times as may reasonably be requested by the Owner's Representative, schedules which shall show the order in which the Contractor intends to carry on the work, with dates at which the Contractor will start the several parts of the work and estimated dates of completion of the several parts. 36. TIME OF PERFORMANCE The Contractor agrees that it has submitted its proposal in full recognition of the time required for the completion of this project, taking into consideration the average climatic range and industrial conditions prevailing in this locality, and has considered the liquidated damage provisions of paragraph 34 hereinabove set forth and expressly agrees that it shall not be entitled to, nor will it request, an extension of time on this contract, except when its work has been delayed by an act or neglect of the Owner, Owner's Representative, employees of the Owner or other contractors employed by the Owner, or by changes ordered in the work, or by strike, walkouts, acts of God or the public enemy, fire or flood. Any request for extension shall be in writing with the written request for same setting forth all justifications, in detail, for the request, and submitted to Owner's Representative within twenty (20) calendar days of the occurrence of the event causing said delay. A failure by Owner's Representative to affirmatively grant the extension no later than within twenty (20) calendar days of written submission by Contractor shall be deemed a denial, and final. Further, in the absence of timely written notification of such delay and request for extension, as provided herein, any request for extension by Contractor shall be deemed waived. 37. HINDRANCE AND DELAYS In executing the contract, the Contractor agrees that in undertaking to complete the work within the time herein fixed, Contractor has taken into consideration and made allowances for all hindrances and delays incident to such work, whether growing out of delays due to unusual and unanticipated circumstances, difficulties or delays in securing material or workers, or any other cause or occurrence. No charge shall be made by the Contractor for hindrance or delays from any cause during the progress of any part of the work embraced in this contract except where the work is stopped by order of the Owner or Owner's Representative for the Owner's convenience, in which event, such expense as in the sole judgment of the Owner's Representative that is caused by such stoppage shall be paid by Owner to Contractor. 38. QUANTITIES AND MEASUREMENTS No extra or customary measurements of any kind will be allowed, but the actual measured or computed length, area, solid contents, number and weight only shall be considered, unless otherwise specifically provided. In the event this contract is let on a unit price basis, then Owner and Contractor agree that this contract, including the specifications, plans and other contract documents are intended to show clearly all work to be done and material to be furnished hereunder. Where the estimated quantities are shown, and only when same are expressly stated to be estimates, for the various classes of work to be done and material to be furnished under this contract, they are approximate and are to be used only as a basis for estimating the probable cost of the work and for comparing their 15 proposals offered for the work. In the event the amount of work to be done and materials to be furnished are expressly stated to be estimated, and only when same are expressly stated to be estimated, it is understood and agreed that the actual amount of work to be done and the materials to be furnished under this contract may differ somewhat from these estimates, and that where the basis for payment under this contract is the unit price method, payment shall be for the actual amount of work done and materials furnished on the project, provided that the over run or under run of estimated quantities32 note exceed 15% of the estimated quantity. 39. PROTECTION OF ADJOINING PROPERTY The Contractor shall take proper means to protect the adjacent or adjoining property or properties in any way encountered, which may be injured or seriously affected by any process of construction to be undertaken under this agreement, from any damage or injury by reason of said process of construction; and Contractor shall be liable for any and all claims for such damage on account of his failure to fully protect all adjacent property. Without limiting, in any way, manner and form, the indemnity provided by Contractor in paragraph 27 hereof, the Contractor agrees to indemnify, save and hold harmless the Owner and Engineer, and any of its officers, agents and employees, against any and all claims or damages due to any injury to any adjacent or adjoining property, related to, arising from or growing out of the performance of this contract. 40. PRICE FOR WORK In consideration of the furnishing of all necessary labor, equipment and material and the completion of all work by the Contractor, and on the delivery of all materials embraced in this contract in full conformity with the specifications and stipulations herein contained, the Owner agrees to pay the Contractor the price set forth in the proposal attached hereto, which has been made a part of this contract, and the Contractor hereby agrees to receive such price in full for furnishing all materials and all labor required for the aforesaid work, also, for all expenses incurred by Contractor and for well and truly performing the same and the whole thereof in the manner and according to this agreement, the attached specifications, plans, contract documents and requirements of Owner's Representative. 41. PAYMENTS No payments made or certificates given shall be considered as conclusive evidence of the performance of the contract, either wholly or in part, nor shall any certificate or payment be considered as acceptance of defective work. Contractor shall at any time requested during the progress of the work furnish the Owner or Owner's Representative with a verifying certificate showing the Contractor's total outstanding indebtedness in connection with the work. Before final payment is made, Contractor shall satisfy Owner, by affidavit or otherwise, that there are no outstanding liens against Owner's premises by reason of any work under the contract. Acceptance by Contractor of final payment of the contract price shall constitute a waiver of all claims against Owner, Owner's agents and employees, which have not theretofore been timely filed as provided in this contract. 42. PARTIAL PAYMENTS On or before the tenth day of each month, the Contractor shall submit to Owner's Representative an application for partial payment. Owner's Representative shall review said application for partial payment if submitted, and the progress of the work made by the Contractor and if found to be in order, shall prepare a certificate for partial payment showing as completely as practical the total value of the work done by the Contractor up to and including the last day of the preceding month. The determination of the partial payment by the Owner's Representative shall be in accordance with Paragraph 14 hereof. The Owner shall then pay the Contractor on or before the fifteenth day of the current month the total amount of the Owner's Representative's Certificate of Partial Payment, less 5% of the amount thereof, which 5% shall be retained until final payment, and further, less all previous payments and all further sums that may be retained by Owner under the terms of the contract documents. 16 Payment for materials on hand and delivered to the project site will be limited to 100 percent less the 5 percent standard retainage until actually incorporated into the project. Any partial payment made hereunder shall not constitute a waiver by the Owner of any and all other rights to enforce the express terms of the contract documents, and all remedies provided therein, as to any and all work performed, to be performed and/or materials delivered hereunder, including, but limited to, work to which said partial payment is attributable. 43. SUBSTANTIAL COMPLETION Contractor shall give Owner's Representative written notice of substantial completion. Within thirty-one (31) working days after the Contractor has given the Owner's Representative written notice that the work has been substantially completed, the Owner's Representative and/or the Owner shall inspect the work and within said time, if the work be found to be substantially completed in accordance with the contract documents, the Owner's Representative shall issue to the Owner and Contractor a certificate of substantial completion. Notwithstanding the issuance of a certificate of substantial completion, Contractor shall proceed with diligence to finally complete the work within the time provided in this contract. 44. FINAL COMPLETION AND PAYMENT The Contractor shall give written notice to Owner's Representative of final completion. Upon written notice of final completion, the Owner's Representative shall proceed to make final measurement to determine whether final completion has occurred. If the Owner's Representative determines final completion has occurred, Owner's Representative shall so certify to the Owner. Upon certification by Owner's Representative of final completion, Owner shall pay to the Contractor on or before the 31 st working day after the date of certification of final completion, the balance due Contractor under the terms of this agreement. Neither the certification of final completion nor the final payment, nor any provisions in the contract documents shall relieve the Contractor of the obligation for fulfillment of any warranty which may be required in the contract documents and/or any warranty or warranties implied by law or otherwise. 45. CORRECTION OF WORK Contractor shall promptly remove from Owner's premises all materials condemned by the Owner's Representative on account of failure to conform to the contract documents, whether actually incorporated in the work or not, and Contractor shall at its own expense promptly replace such condemned materials with other materials conforming to the requirements of the contract documents. Contractor shall also bear the expense of restoring all work of other contractors damaged by any such removal or replacement. If Contractor does not remove and replace any such condemned work within a reasonable time but not to exceed 30 days after a written notice by the Owner or the Owner's Representative, Owner may remove and replace it at Contractor's expense. The Contractor shall pay all claims, cost, losses, and damages (including but not limited to all fees and charges of the engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution cost) arising out of or relating to such correction or removal. Neither the final payment, nor certification of final completion or substantial completion, nor any provision in the contract documents shall relieve the Contractor of responsibility for faulty materials or workmanship, and Contractor shall remedy any defects due thereto and pay for any damage to other work resulting therefrom, which shall appear within a period of one (1) year from the date of certification of final completion by Owner's Representative. 46. PAYMENT WITHHELD The Owner or Owner's Representative may, on account of subsequently discovered evidence, withhold or nullify the whole or part of any certification to such extent as may be necessary to protect itself from loss on account of 17 (a) Defective work not remedied and/or work not performed, (b) Claims filed or reasonable evidence indicating possible filing of claims, (c) Damage to another contractor, (d) Notification to owner of failure to make payments to Subcontractors or Suppliers, (e) Failure to submit up-to-date record documents as required, (f) Failure to submit monthly progress schedule updates or revised scheduled as requested by Owner, (g) Failure to provide Project photographs required by Specifications. When the above grounds are removed, or the Contractor provides a surety bond satisfactory to the Owner, in the amount withheld, payment shall be made for amounts withheld because of them. 47. CLAIM OR DISPUTE It is further agreed by both parties hereto that all questions of dispute or adjustment presented by the Contractor shall be in writing and filed with the Owner's Representative within fifteen (15) calendar days after the Owner's Representative has given any direction, order or instruction to which the Contractor desires to take exception. Timely written notice of dispute as provided in this contract of any decision by Owner's Representative or Owner shall be a condition precedent to the bringing and/or assertion of any action or claim by Contractor of any right under this Contract. If the matters set forth in the notice of dispute are not granted or otherwise responded to by Owner's Representative within fifteen (15) calendar days of receipt of notice of dispute by Owner's Representative, said objections shall be deemed denied. Any decision by the Owner's Representative, or deemed denial by the Owner's Representative, shall be final and conclusive in the absence of fraud. It is further agreed that the acceptance by the Contractor of the final payment shall be a bar to any and all claims of the Contractor, and constitute a waiver of the right to assert any claim against Owner, Owner's agents and employees and Owner's Representative, by Contractor. 48. NON-COMPLIANCE AND/OR ABANDONMENT BY CONTRACTOR In case the Contractor should (1) abandon and fail or refuse to resume work within fifteen (15) calendar days after written notification from the Owner or the Owner's Representative, or (2) if the Contractor fails to comply with the written orders of the Owner's Representative, when such orders are consistent with this contract, then the Surety on the bond shall be notified in writing and directed to complete the work and a copy of said notice shall be delivered to the Contractor. In the event a bond is not required by law, or otherwise obtained by the Contractor, no further notice of such non-compliance to Contractor shall be required. After receiving said notice of abandonment or non-compliance , the Contractor shall not remove from the work any machinery, equipment, tools, materials or supplies then on the job, but the same, together with any materials and equipment under the contract for work, may be held for use on the work by the Owner or the Surety of the Contractor, or another contractor, in completion of the work; and the Contractor shall not receive any rental or credit therefore (except when used in connection with Extra Work, where credit shall be allowed as provided for under paragraph 24 of this contract); it being understood that the use of such equipment and materials will ultimately reduce the cost to complete the work and be reflected in the final settlement. In the event the Contractor, or Surety, whichever is applicable, should fail to commence compliance with the notice hereinbefore provided within ten (10) calendar days after service of such notice, and/or shall fail to proceed with diligence to complete the project as contemplated and in compliance with all terms and provisions of the contract documents, then the Owner may exercise any and all remedies available to it pursuant to law, contract, equity or otherwise, including, but not limited to, providing for completion of the work in either of the following elective manners: (a) The Owner may employ such force of persons and use of machinery, equipment, tools, materials and supplies as said Owner may deem necessary to complete the work and charge the expense of such labor, machinery, equipment, tools, materials and supplies to said Contractor, and the expense so charged shall be 18 deducted and paid by the Owner out of such moneys as may be due, or that may thereafter at any time become due to the Contractor under and by virtue of this Agreement. In case such expense is less than the sum which would have been payable under this contract, if the same had been completed by the Contractor, then said Contractor shall receive the difference. In case such expense is greater than the sum which would have been payable under this contract, if the same had been completed by said Contractor, then the Contractor and/or its Surety shall pay the amount of such excess to the Owner; or (b) The Owner, under sealed proposals, after notice published as required by law, at least twice in a newspaper having a general circulation in the County of location of the work, may let the contract for the completion of the work under substantially the same terms and conditions which are provided in this contract. In case of any increase in cost to the Owner under the new contract as compared to what would have been the cost under this contract, such increase shall be charged to the Contractor and the Surety shall be and remain bound therefore. Should the cost to complete any such new contract prove to be less than that which would have been the cost to complete the work under this contract, the Contractor or his Surety shall be credited therewith. In the event the Owner's Representative elects to complete the work, as described above, when the work shall have been finally completed, the Contractor and his Surety shall be so notified and certification of completion as provided in paragraph 44 hereinabove set forth, shall be issued. A complete itemized statement of the contract accounts, certified to by Owner's Representative as being correct shall then be prepared and delivered to Contractor and his Surety, if applicable, whereon the Contractor or his Surety, or the Owner as the case may be, shall pay the balance due as reflected by said statement within 30 days after the date of certification of completion. In the event the statement of accounts shows that the cost to complete the work is less than that which would have been the cost to the Owner had the work been completed by the Contractor under the terms of this contract, or when the Contractor and/or his Surety, if applicable, shall pay the balance shown to be due by them to the Owner, then all machinery, equipment, tools, materials or supplies left on the site of the work shall be turned over to the Contractor and/or his Surety, if applicable. Should the cost to complete the work exceed the contract price, and the Contractor and/or his Surety, if applicable, fail to pay the amount due the Owner within the time designated hereinabove, and there remains any machinery, equipment, tools, materials or supplies on the site of the work, notice thereof, together with an itemized list of such equipment and materials shall be mailed to the Contractor and his Surety, if applicable, at the respective addresses designated in this contract; provided, however, that actual written notice given in any manner will satisfy this condition. After mailing, or other giving of such notice, such property shall be held at the risk of the Contractor and his Surety, if applicable, subject only to the duty of the Owner to exercise ordinary care to protect such property. After fifteen (15) calendar days from the date of said notice the Owner may sell such machinery, equipment, tools, materials or supplies and apply the net sum derived from such sale to the credit of the Contractor and his Surety, if applicable. Such sale may be made at either public or private sale, with or without notice, as the Owner may elect. The Owner shall release any machinery, equipment, tools, materials, or supplies that remain on the jobsite and belong to persons other than the Contractor or his Surety, if applicable, to their proper owners. The remedies provided to Owner by law, equity, contract, or otherwise, shall be cumulative, to the extent permitted by law. It is expressly agreed and understood that the exercise by Owner of the remedies provided in this paragraph shall not constitute an election of remedies on the part of Owner, and Owner, irrespective of its exercise of remedies hereunder, shall be entitled to exercise concurrently or otherwise, any and all other remedies available to it, by law, equity, contract or otherwise, including but not limited to, liquidated damages, as provided in paragraph 34, hereinabove set forth. 49. LIMITATION ON CONTRACTOR'S REMEDY The remedies of Contractor hereunder shall be limited to, and Owner shall be liable only for, work actually performed by Contractor and/or its subcontractors as set forth in the contract documents, and Owner shall not be 19 liable for any consequential, punitive or indirect loss or damage that Contractor may suffer in connection with the project which is the subject matter of this contract. 50. BONDS The Contractor is required to furnish a performance bond in accordance with Chapter 2253, Government Code, in the amount of 100% of the total contract price in the event that said contract price exceeds $100,000 and the Contractor is required to furnish a payment bond in accordance with Chapter 2253, Government Code, in the amount of 100% of the total contract price in the event that said contract price exceeds $50,000. All bonds shall be submitted on forms supplied by the Owner, and executed by a Surety Company listed on the State Treasury's "Approved" list and authorized to do business in the State of Texas. It is further agreed that this contract shall not be in effect until such bonds are so furnished. 51. SPECIAL CONDITIONS In the event special conditions are contained herein as part of the contract documents and said special conditions conflict with any of the general conditions contained in this contract, then in such event the special conditions shall control. 52. LOSS OR EXPENSE DUE TO UNUSUAL OR UNANTICIPATED CIRCUMSTANCES Unless otherwise specified herein, all loss, expense or damage to the Contractor arising out of the nature of the work to be done, or from the action of the elements, or from any unforeseen circumstance or from unusual obstructions or difficulties, naturally occurring, man made or otherwise, which may be encountered in the prosecution of the work, shall be sustained and borne by the Contractor at his own cost and expense. 53. INDEPENDENT CONTRACTOR Contractor is, and shall remain, an independent contractor with full, complete and exclusive power and authority to direct, supervise, and control its own employees and to determine the method of the performance of the work covered hereby. The fact that the Owner or Owner's Representative shall have the right to observe Contractor's work during Contractor's performance and to carry out the other prerogatives which are expressly reserved to and vested in the Owner or Owner's Representative hereunder, is not intended to and shall not at any time change or effect the status of the Contractor as an independent contractor with respect to either the Owner or Owner's Representative or to the Contractor's own employees or to any other person, firm, or corporation. 54. CLEANING The Contractor shall at all times keep the premises free from accumulation of debris caused by the work, and at the completion of the work Contractor shall remove all such debris and also its tools, scaffolding, and surplus materials and shall leave the work room clean or its equivalent. The work shall be left in good order and condition. In case of dispute Owner may remove the debris and charge the cost to the Contractor. 55. HAZARDOUS SUBSTANCES AND ASBESTOS Hazardous Substances (herein so called), as defined in the Comprehensive Environmental Response, Compensation, and Liability Act (42 U. S.C. S. §9601(14)) and the regulations promulgated thereunder, as same may be amended from time to time, hydrocarbons or other petroleum products or byproducts and/or asbestos, in any form, shall not (i) be utilized, in any way, manner or form, in the construction of, or incorporation into, the Project; or (ii) be brought upon, placed, or located, by any party, on the Project site, or any other property of the City, without the written consent of the Owner's Representative. If Contractor believes that the utilization of a Hazardous Substance, hydrocarbons or other petroleum products or byproducts and/or asbestos is necessary in the construction of the Project, or that it is necessary to place and/or otherwise locate upon the site of the Project or other property 20 of the City, a Hazardous Substance, hydrocarbons or other petroleum products or byproducts and/or asbestos, Contractor shall notify the Owner's Representative, and request consent therefrom, at least twenty (20) days prior to such action. Owner's Representative may grant or deny the request of Contractor and provide whatever requirements such consent, if granted, is conditioned upon, in its sole and absolute discretion. If the request of Contractor is not granted, or otherwise not responded to, by Owner's Representative within five (5) days of the receipt of said request, said request shall be deemed to be denied. In the event Owner's Representative shall consent to the request of Contractor, Contractor shall be responsible for ensuring that all personnel involved in the Project are (i) trained for the level of expertise required for proper performance of the actions contemplated by this Contract and, in particular, in all aspects of handling, storage, disposal and exposure of Hazardous Substances, hydrocarbons or other petroleum products or byproducts and/or asbestos; and (ii) are provided and utilize all protective equipment, including without limitation, personal protective gear, necessary to provide protection from exposure to Hazardous Substances, hydrocarbons or other petroleum products or byproducts and/or asbestos. 56. NONAPPROPRIATION All funds for payment by the City under this contract are subject to the availability of an annual appropriation for this purpose by the City. In the event of non -appropriation of funds by the City Council of the City of Lubbock for the goods or services provided under the contract, the City will terminate the contract, without termination charge or other liability, on the last day of the then -current fiscal year or when the appropriation made for the then -current year for the goods or services covered by this contract is spent, whichever event occurs first. If at any time funds are not appropriated for the continuance of this contract, cancellation shall be accepted by the Seller on thirty (30) days prior written notice, but failure to give such notice shall be of no effect and the City shall not be obligated under this contract beyond the date of termination. 57. THE CITY RIGHT TO AUDIT At any time during the term of this Contract and for a period of four (4) years thereafter the City or a duly authorized audit representative of the City, or the State of Texas, at its expense and at reasonable times, reserves the right to audit Contractor's records and books relevant to all services provided under this Contract. In the event such an audit by the City reveals any errors/overpayments by the City, Contractor shall refund the City the full amount of such overpayments within thirty (30) days of such audit findings, or the City, at its option, reserves the right to deduct such amounts owing the City from any payments due Contractor. 58. NON -ARBITRATION The City reserves the right to exercise any right or remedy available to it by law, contract, equity, or otherwise, including without limitation, the right to seek any and all forms of relief in a court of competent jurisdiction. Further, the City shall not be subject to any arbitration process prior to exercising its unrestricted right to seek judicial remedy. The remedies set forth herein are cumulative and not exclusive, and may be exercised concurrently. To the extent of any conflict between this provision and another provision in, or related to, this document, this provision shall control. 59. CONTRACTOR ACKNOWLEDGES Contractor acknowledges by supplying any Goods or Services that the Contractor has read, fully understands, and will be in full compliance with all terms and conditions and the descriptive material contained herein and any additional associated documents and Amendments. The City disclaims any terms and conditions provided by the Contractor unless agreed upon in writing by the parties. hi the event of conflict between these terms and conditions and any terms and conditions provided by the Contractor, the terms and conditions provided herein shall prevail. 21 The terms and conditions provided herein are the final terms agreed upon by the parties, and any prior conflicting terms shall be of no force or effect. 60. HOUSE BILL 1295: DISCLOSURE OF INTERESTED PARTIES House Bill 1295, adopted by the 84th Legislature, created §2252.908, Texas Government Code. Section 2252.908 requires a business entity entering into certain contracts with a governmental entity or state agency to file with the governmental entity or state agency a disclosure of interested parties at the time the business entity submits the signed contract to the governmental entity or state agency. Section 2252.908 requires the disclosure form to be signed by the authorized agent of the contracting business entity, acknowledging that the disclosure is made under oath and under penalty of perjury. Section 2252.908 applies only to a contract that requires an action or vote by the governing body of the governmental entity or state agency before the contract may be signed or has a value of at least $1 million. Instructions for completing Form 1295 are available at: https:Hci.lubbock.tx.us/departments/purchasing/vendor-information 61. CONTRACTOR ACKNOWLEDGES Contractor Acknowledges by supplying any Goods or Services that the Contractor has read, fully understands, and will be in full compliance with all terms and conditions and the descriptive material contained herein and any additional associated documents and Amendments. The City disclaims any terms and conditions provided by the Contractor unless agreed upon in writing by the parties. In the event of conflict between these terms and conditions and any terms and conditions provided by the Contractor, the terms and conditions provided herein shall prevail. The terms and conditions provided herein are the final terms agreed upon by the parties, and any prior conflicting terms shall be of no force or effect. 62. TEXAS PUBLIC INFORMATION ACT The requirements of Subchapter J, Chapter 552, Government Code, may apply to this contract and the contractor or vendor agrees that the contract can be terminated if the contractor or vendor knowingly or intentionally fails to comply with a requirement of that subchapter. To the extent Subchapter J, Chapter 552, Government Code applies to this agreement, Contractor agrees to: (1) preserve all contracting information related to the contact as provided by the records retention requirements applicable to the governmental body for the duration of the contract; (2) promptly provide to the governmental body any contracting information related to the contract that is in the custody or possession of the entity on request of the governmental body; and (3) on completion of the contract, either: (A) provide at no cost to the governmental body all contracting information related to the contract that is in the custody or possession of the entity; or (B) preserve the contracting information related to the contract as provided by the records retention requirements applicable to. 64. CONFIDENTIALITY The Contractor shall retain all information received from or concerning the City and the City's business in strictest confidence and shall not reveal such information to third parties without prior written consent of the City, unless otherwise required by law. 65. INDEMNITY The Contractor shall indemnify and save harmless the city of Lubbock and its elected officials, officers, agents, and employees from all suits, actions, losses, damages, claims, or liability of any kind, character, type, or description, including without limiting the generality of the foregoing, all expenses of litigation, court costs, and attorney's fees, for injury or death to any person, or injury to any property, received or sustained by any person or 22 persons or property, to the extent arising out of, related to or occasioned by, the negligent acts of the Contractor, its agents, employees, and/or subcontractors, related to the performance, operations or omissions under this agreement and/or the use or occupation of city owned property. The indemnity obligation provided herein shall survive the expiration or termination of this agreement. 23 CITY OF LUBBOCK WAGE DETERMINATIONS 24 EXHIBIT A City of Lubbock Building Construction Prevailing Wage Rates Craft Hourly Rate Automatic Fire Sprinkle Fitter, Certified 28.00 Block, Brick, and Stone Mason 23.00 Carpenters -Acoustical Ceiling Installation 16.00 Carpenter -Rough 13.00 Carpenter -All other work 16.50 Caulker/Sealers 12.00 Cement & Concrete Finishers 16.67 Commercial Truck Drivers 10.26 Crane & Heavy Equipment Operator 20.00 Door & Hardware Specialist 16.00 Drywall and Ceiling Tile Installers 16.00 Drywall Finishers & Tapers 12.00 Electrician 21.21 Floor Layers -Carpet and Resilient 18.00 Floor Layers -Specialty 18.00 Floor Layers -Wood 18.00 Glaziers 17.00 Heating, Air Conditioning & Refrigeration Svc. Tech 21.31 HVAC Mechanic Helper 13.62 HVAC Sheet metal Ductwork Installer 19.30 HVAC Sheet metal Ductwork Installer Helper 13.85 Insulation Workers -Mechanical 12.00 Irrigator -Landscape Certified 13.50 Laborer: Common or General 11.65 Laborer: Mason Tender -Brick 17.00 Laborer: Mason Tender-Cement/Concrete 16.92 Laborer: Roof Tear off 11.09 Roofer 17.44 Painters (Brush, Roller & Spray) 12.00 Paper Hanger 13.00 Pipe Fitters & Steamfitters 24.10 Plaster, Stucco, Lather and EIFS Applicator 17.00 Plumber/Medical Gas Installer 22.83 Plumber Helper 14.20 25 EXHIBIT B City of Lubbock Heavy and Highway Prevailing Wage Rates Craft Hourly Rate Power Equipment Operator -Tower Crane 30.00 Hydraulic Crane Operators 60 tons & above 32.00 Operator Backhoe/Excavator/Truck hoe 20.25 Bobcat/Skid Steer/Skid Loader 15.22 Drill 16.00 Grader Blade 18.00 Loader 18.00 Mechanic 22.85 Paver (Asphalt, Aggregate, & Concrete) 17.00 Roller 15.00 Reinforcing Iron & Rebar Workers 14.33 Sheet Metal Workers, Excludes HVAC Duct Installation 21.38 Structural Iron & Steel Workers/Metal Building Erector 15.00 Asphalt Distributor Operator 16.50 Asphalt Paving Machine Operator/Spreader Box Operator 18.75 Backhoe Operator 18.00 Cement Mason/Concrete Finishers (Paving Structures) 15.00 Crane Operator (Hydraulic) 25.00 Electrician 17.50 Laborer 13.50 Laborer, Common 15.64 Laborer, Utility 13.50 Crane, Lattice Boom 80 Tons or Less 30.00 Loader/Backhoe 18.00 Roller/Other 15.00 Welder Certified/Structural Steel Weld 25.00 26 EXHIBIT C City of Lubbock Overtime Legal Holiday Prevailing Wage Rates The rate for overtime (in excess of forty hours per week) shall be as required by the Fair Labor Standards Act. The rate for legal holidays shall be as required by the Fair Labor Standard Page Intentionally Left Blank SPECIFICATIONS 1 1 2 1 3 1 Om a = CITY OF LUBBOCK IN COORDINATION WITH LUBBOCK COUNTY INDIANA AVENUE RECONSTRUCTION Parkhill a / KYLE W. JACKS 98310 NA 02102121 WOODROW ROAD TO FM 1585 PROJECT NO. XXXXXX R F P # XX-XXXXX-XX E°FT Q City offirluibbock TEXAS CiTy of Lubbock T—S MAYOR COUNTY JUDGE DANIEL M. POPE CURTIS PARRISH CITY MANAGER COUNTY COMMISSIONERS W. JARRETT ATKINSON CITY COUNCIL JUAN A. CHADIS DISTRICT 1 SHELIA PATTERSON HARRIS DISTRICT 2 a JEFF GRIFFITH DISTRICT 3 STEVE MASSENGALE DISTRICT 4 RANDY CHRISTIAN DISTRICT 5 LATRELLE JOY DISTRICT 6 TERENCE KOVAR JASON CORLEY GILBERT A. FLORES CHAD SEAY PRECINCT 1 PRECINCT 2 PRECINCT 3 PRECINCT 4 CLIENT City of Lubbock 1625 13th Street Lubbock, TX 79401 PROJECT NO, 269620 Y DATE DESCRIPTION COVER SHEET FEBRUARY 2021 1 2 3 4 5 1 ■ 7A J Ilr II -.. as• 11111111. 111� •i ■■� 7 Emil NO MW fL �,iT �1� - ■ OR ■-I■J �i■ Ili ' y� ID Its IMM _ 11■...�.■� �,f ■I .iaa i�.11i a 'n ■ �' ■7 �S ate' �� ■!� old!WIN ■ q- ' 1�.��� IF 51 I ,EIII1 ■� ill`- n� n r' 1 r ■ ,.'I �1\i �^. r�"��i ■ s: �1■II /i1`m.wal�� 1 � 7 1111 J II. *- nT 1 dIa� I- r ■ L ■ MEN Er Y� �i 1 `:7:.In ■ .�■a II�� ■ ■ �1 I lip le] ■ ■ rn r_�I■■■ .•.� ■ gin^1�Mill Will —� :3 1 4 1 5 Parkhill GENERAL NOTES: The technical specifications adopted by the Texas Department of Transportation (TxDOT) November 1, 2014, and titled "Standard Specifications for Construction and Maintenance of Highways, Streets and Bridges" shall govern this project, except where superseded in the Plans and Contract Documents. This specification book may be purchased from TxDOT or downloaded at: http://www.txdot.gov/business/resources/txdot-specifications.html For this project, any reference within the specification book to "Department, "Engineer", or "Owner" should be interpreted as the City of Lubbock, Texas authorized staff, or their representatives. Basis of Estimate ITEM DESCRIPTION *RATE (approx.) 164 Seeding for Erosion Control Table 1 168 Vegetative Watering 0.2"/day x 15 310 Prime (MC-30) 0.2 GAL/SY 340 2" TY C PG70-28 220 LBS/SY 340 4" TY B PG70-28 440 LBS/SY Utilities Overhead and underground utility installations exist within the project limits. Information and data shown or indicated in Bidding Documents with respect to existing underground facilities at or contiguous to the Site is based upon verbal information furnished to Owner and Engineer by owners of such underground facilities, and is included in the plans for informational purposes only. The Contractor shall follow all proper locate procedures prior to beginning construction. Prosecution and Progress A baseline schedule using the critical path method shall be submitted by the Contractor at the pre - construction meeting. The Contractor shall attend progress meetings every two weeks and provide updates to the baseline schedule at each meeting. A C Various tests on materials of construction are required in the specifications. In general, the Contractor shall bear the cost of all material tests required before approval of a material, source or mix design. The Owner will bear the cost of all passing commercial laboratory tests required for acceptance during construction and the Contractor shall bear the cost of all failing construction tests. Where only small amounts of any material are used or where compliance with the specifications can be determined by visual inspection, no tests are required. Certificates of compliance shall be required on all materials not tested. All materials proposed to be used may be tested at any time during their preparation and use. If, after trial, it is found that sources of supply which have been approved do not furnish a product of uniform quality or if the product from any source proves unacceptable at any time, the Contractor shall furnish approved material from another source. Earthwork Cross sections are available at the Engineer's Office (Parkhill) in PDF format or paper copies can be purchased for the cost of reproduction. Prosecution of Work Once construction begins, maintain existing pavement and detours in acceptable condition, as determined by the Owner. Repair potholes and other pavement failures forming along Indiana within the construction limits during construction for no additional payment. Item 105 — Remove Asphalt Pavement Crush or mill existing asphalt pavement, ensuring no piece is greater than 2 inches in diameter, and stockpile in approved location within Indiana right of way. Millings may be used within this project for temporary driveways and tie-ins. Material shall become the property of the Contractor upon completion of the project, unless otherwise directed. If directed by Owner, deliver millings to City facility located at 8425 North Avenue P. Delivery will be paid for under Item 305, "Salvaging, Hauling, and Stockpiling Reclaimable Asphalt Pavement." Small areas of asphalt removal, such as for driveways and intersections, may be broken and properly disposed of by the Contractor. Existing flexible base material shall become the property of the Contractor and may be incorporated into the roadbed, but shall not be used for, or incorporated into the new pavement structure. Existing base material is included in earthwork quantity. Items 110 And 132 - Excavation and Embankment Consider all embankment to be Earth Embankment in accordance with Article 132.3.1. Preparation of compacted (density control) subgrade per typical sections shall be subsidiary to items 110, "Excavation" and 132, "Embankment." Earthwork slopes and quantities are based on theoretical top of topsoil and not adjusted to account for depth of topsoil. Salvage existing topsoil and grass in windrows along the edge of the grading operations, or as directed by the Engineer. After the paving and grading are completed, spread the adjacent topsoil and grass uniformly over the disturbed area. This work shall be considered subsidiary to Items 110 and 132. Excess earth material shall become the property of the Contractor. City of Lubbock i FMd$ CLIENT City of Lubbock 1625 13th Street Lubbock, TX 79401 PROJECT NO. 269620 Y DATE DESCRIPTION INDIANA AVENUE GENERAL NOTES SHEET 1 OF 4 K N 101 Parkhill Item 168 - Vegetative Watering Water newly seeded grass areas with a minimum of two -tenths (2/10) of an inch per day for 15 consecutive days. Water from a tanked, spray -equipped vehicle capable of spraying water to all areas without driving or trailering the vehicle on said areas. Furnish and/or replace existing topsoil, seed, and vegetative watering on all cut and fill slopes as soon as practicable, but within 14 days of the end of the construction phase and prior to beginning a new construction phase unless otherwise approved by the Engineer. Leave the seeded area lightly tracked in order to provide the seed a better environment for germination. Item 216 — Proof Rollin Provide a 25-ton roller, or other equipment approved by the Engineer for proof rolling. Proof roll as directed. This will not be paid for directly but is subsidiary to the various items of the contract. Item 247 - Flexible Base Use Flexible Base Ty A, Grade 1-2 with minimum plasticity index of 6. No salvaged flexible base material shall be used as base in the proposed pavement section. Salvaged material may be incorporated in subgrade. Item 305 — Salvaging, Hauling, and Stockpiling Reclaimable Asphalt Pavement Reclaimed asphalt pavement millings may be used within this project for temporary driveways and tie-ins. If directed by the Owner, deliver millings to City facility located at 8425 North Avenue P, or other designated area. Payment for hauling will be made by the ton -loaded mile. Milling and stockpiling will be paid for under Item 105, "Remove Asphalt Pavement." Item 310 - Prime Coat Apply a prime coat to all finished treated base, all new flexible base, and all salvaged base due to receive asphaltic concrete pavement or surface treatments. Remove all loose and scabbed material from the surface prior to prime coat application. Allow the prime coat to penetrate and dry for a minimum of 72 hours before placing any asphaltic material on the primed surface, unless otherwise authorized by the Engineer. Item 316 —Seal Coat If directed by Owner, apply seal coat to the roadway used for the detour route after completion of Indiana construction. Exact limits, if any, will be determined by the Owner based on field inspection near completion of project. Item 340 — Dense -Graded Hot -Mix Asphalt (Small Quantity) Aggregate is not required to be listed on TxDOT's AGGREGATE QUALITY MONITORING PROGRAM RATED SOURCE QUALITY CATALOGUE, but must meet the testing requirements listed in the specifications. Aggregate used in surface courses must meet the testing requirements for Surface Aggregate Classification (SAC) A. PG 70-28 asphalt is required for hot mix. The mix will be evaluated for stripping through the boil and hamburg wheel tests. If it is determined to be stripping then 1% lime, liquid anti -strip or a warm mix additive proven to prevent stripping will be required. The Contractor will be required to tack 100% of the surfaces prior to the subsequent lift. Provide emulsified trackless asphalt for tack coat at a rate of 0.10-0.14 gal/sy. The type and grade of tack will be approved by the Engineer prior to use. Item 351— Flexible Pavement Repair If directed by Owner, repair areas of the roadway used for the detour route after completion of Indiana construction. Exact limits, if any, will be determined by the Owner based on field inspection near completion of project. Item 360 - Concrete Pavement Aggregate is not required to be listed on TxDOT's AGGREGATE QUALITY MONITORING PROGRAM RATED SOURCE QUALITY CATALOGUE, but must meet the testing requirements listed in the specifications. Multiple -piece tie bars will be required at all cold joints, unless otherwise approved. "Wet -stabbing" will not be allowed. Use Method B, as shown on JS-14, to seal joints. CRCP may be designed using the Optimized Aggregate Gradation (OAG) procedure, in accordance with Tex-470-A. A pre -paving meeting will be required. Submit a paving plan detailing the location of joints and the sequence of paving to the Engineer a minimum of seven days before paving begins. Protect concrete from cold weather for 72 hours after concrete placement per the table on next sheet. All projected temperatures will be based on the NOAA website. None of the above actions releases the Contractor from the responsibility for freeze damaged concrete for whatever reason. City of Lubbock i FMd$ CLIENT City of Lubbock 1625 13th Street Lubbock, TX 79401 PROJECT NO. 269620 Y DATE DESCRIPTION INDIANA AVENUE GENERAL NOTES SHEET 2 OF 4 3 5 2 1191 101 Parkhill PROJECTED LOW TEMP (WITHIN 72 HRS OF POUR) PROTECTION REQUIRED < 20 degrees DO NOT POUR 20-27 degrees (or projected moisture) cover with plastic, then an insulating blanket, and plastic on top 28-35 degrees cover with plastic, then an insulating blanket > 35 degrees no protection required Item 400 - Excavation and Backfill for Structures Cement stabilized backfill (CSB) may be used in lieu of flowable fill for the box culvert (only) at the unit price bid for flowable backfill. Furnish crushed caliche or sand and gravel as aggregate for cement stabilized backfill. Compact backfill used for structures, other than flowable backfill, to a minimum density of 95 percent. Deliver the cement stabilized backfill in a mixer truck in a flowable state. Construct fill over structures to plan grade before hauling with heavy equipment over structures. Item 402 - Trench Excavation Protection Trench Excavation Protection is not to be paid for directly in this contract. Maintain trench protection, as necessary, to protect inspectors and Contractors during testing operations. No additional compensation will be provided. Item 421- Hvdraulic Cement Concrete Provide air entrainment in all concrete. Target an entrained air content of 4.0% for concrete pavement and 5.5% for all other concrete requiring air entrainment. Ensure the minimum entrained air content is at least 3.0% for all classes of concrete. Job control testing frequencies for air entrainment shall be in accordance with Table 16 as specified in Article 421.4.8.3.1. Immediately resample and retest the concrete if the air entrainment is more than 3% above the target range at time of placement. If the concrete exceeds the air range after the retest, and is used at the Contractor's option, the Engineer will make strength specimens as specified in Article 421.5., "Acceptance of Concrete." Item 432 - Riprap Provide 5-inch thick concrete riprap, unless otherwise indicated in the plans. Place asphalt expansion joint material between proposed riprap and utility poles, guy wires, vent pipes, stand pipes and as directed. Item 496 - Removing Structures Existing pipes to be removed shall become the property of the Contractor. Item 500 — Mobilization & Mobilization Adjustment For Alternate 1 (concrete pavement), an adjustment (either positive or negative) may be made to the base bid Mobilization to account for different equipment, set up, operation, etc. Item 502 - Barricades, Signs And Traffic Handling Provide and maintain three portable changeable message boards (PCMB) for the traffic control plan. These PCMB's shall be kept in good condition or replaced for no additional compensation, and shall become the property of the Owner at the completion of construction. Additional traffic control measures may be required by the Owner if necessary. Minor changes, including the addition of signs and barricades shall be subsidiary to Item 502. Truck mounted attenuators and flaggers will be required for all shoulder work on FM 1585. Wash the channelizing devices and barricades following each rainfall or snowfall event and at times deemed necessary by the Engineer. To ensure the safety and convenience of traffic, flaggers will be required when construction machinery is being operated along, across, or adjacent to lanes carrying traffic. Fill any holes left by barricade or sign supports and restore the area to its original condition. Construct temporary ramps to maintain access to driveways, streets, and highways as directed by the Engineer. Temporary ramp construction is subsidiary to Item 502. Item 506 - Temporary Erosion, Sedimentation, and Environmental Controls Place a weatherproof bulletin board containing the TCEQ required information on the project at a site directed by the Engineer. Post the following documents: (1) "TCEQTPDES Storm Water Program" Construction Site Notice and (2) TCEQ "TPDES Permit." Place a rain gauge at an approved locations on the project site. At the completion of the contract, the bulletin board will become the property of the Contractor and will remain in place until 70 percent vegetation coverage has been obtained. Water pumped off the project must have sediment and any other solids in suspension removed before discharging. Sediments shall be removed from BMPs as directed by the Engineer. This work shall be considered subsidiary to the various BM items. Correct all noted deficiencies within 7 calendar days, otherwise, cease all operations until the noted deficiencies are corrected. Item 508 — Construct Temporary Pavement Widening CiTy o£ Lubbock TFMd$ CLIENT City of Lubbock 1625 13th Street Lubbock, TX 79401 PROJECT NO. 269620 Y DATE DESCRIPTION INDIANA AVENUE GENERAL NOTES SHEET 3 OF 4 5 I 1 2 K1 4 101 Parkhill A Construct and maintain temporary widening of optional widening sections shown on the plans. Other pavement sections may be submitted for approval. In any case, temporary section will be paid for by the square yard when first constructed and shall be maintained to the satisfaction of the Owner for the duration that the widening is necessary at no additional cost. Removal of the temporary widening is subsidiary to this item and materials shall become the property of the Contractor. Item 508 — Construct Temporary Driveways Construct and maintain temporary driveways where shown on the plans. Notify affected landowners at least 10 days in advance of construction. Unit price is full compensation for all necessary grading, compaction, placement of millings, maintaining acceptability of driveway, and removal and regrading when driveway is no longer needed. Preparation of soil for subsequent seeding is subsidiary to Item 164, "Seeding for Erosion Control." Item 560 - Mailbox Assemblies Move and replace all mailboxes within the project limits such that they may be served by the mail carrier from his car at all times during and after construction. This work will be considered subsidiary to the various bid items of this contract. Item 585 - Ride Quality for Pavement Surfaces Use Surface Test Type A. The inertial profiler test will not be Required. Perform necessary adjustments in accordance with article 3.4.1. Item 644 - Small Roadside Sign Assemblies Stake all sign locations, and receive approval from the Engineer, prior to sign placement. Item 662 —Work Zone Pavement Markings Removable work zone pavement marking may consist of paint on surfaces that are not final or where markings line up exactly with final pavement marking placement. Traffic buttons or other approved removable markings should be used in all other conditions. Item 751—Salvage & Redistribute Landscape Rock Notify landowner at least 7 days in advance of beginning work which affects landscaping. Salvage landscape rock and redistribute in like -manner in new location. Excess rock will become property of the landowner, unless refused, in which case shall become the property of the Contractor. Relocate fire hydrant Payment will be made on per each basis and shall include full compensation for complete relocation and necessary testing to complete the operation of the fire hydrants, per the details shown in the plans. Material may be salvaged and reused if approved by the engineer. CiTy o£ Lubbock TFMd$ CLIENT City of Lubbock 1625 13th Street Lubbock, TX 79401 PROJECT NO. 269620 Y DATE DESCRIPTION INDIANA AVENUE GENERAL NOTES SHEET 4 OF 4 1 1 2 3 4 5 1 3 4 5 D 0 500 1000 O LLJ LLJ LLJ LLJ LLJ LLJ LLJ LLJ LLJ LLJ W LLJ LLJ LLJ LLJ W LLJ LLJ p C) cn C) C) Cn C) Cn C) ry p = _ 0 _ _ _ I— Z I— F- I— C) F- �� 00 : (V CD 00 (.fl Ln� CD 3 Ln L2 L9 ��Ln v v v CP#1 CP#3 CP#5 CP 7 �� �� CP#2 � CP#4 CP#6 CP#8 J o Q F- O LLJ LLJ LLJ w w C LLJ LLJ LLJ LLJ LLJ Of 3 F- F- 0 C) C) C) C) C) ry O v C D C9 Ln CD � Lt7 Ln � I`M PM 3 Al CONTROL POINT SURVEY POINT NORTHING EASTING ELEVATION DESCRIPTION 1 PSC CONTROL POINT 65 7226065.20 935320.51 3152.06 LUBBOCK COUNTY SURVEY 2 PSC CONTROL POINT 64 7227801.12 935522.22 3147.95 112" IRC PSC CONTROL 3 PSC CONTROL POINT 63 7229356.90 935387.57 3148.94 112" IRC PSC CONTROL 4 PSC CONTROL POINT 62 7230652.41 935591.45 3147.05 112" IRC PSC CONTROL 5 PSC CONTROL POINT 75 7231788.94 935454.59 3225.34 112" IRC PSC CONTROL 6 PSC CONTROL POINT 60 7233712.70 935706.66 3224.79 112" IRC PSC CONTROL 7 PSC CONTROL POINT 59 7234991.41 935514.78 3145.42 112" IRC PSC CONTROL 8 PSC CONTROL POINT 58 7236409.13 935820.37 1 3226.65 1/2" IRC PSC CONTROL THIS SURVEY IS BASED ON THE TEXAS COORDINATE SYSTEM OF 1983 (NAD'83), TEXAS NORTH CENTRAL ZONE 4202. ELEVATIONS ARE BASED ON NAVD'88. CONVERGENCE =-1^50'52". COMBINED SCALE FACTOR = 0.99974786 DISTANCES ARE AT GRID Parkhill • f T fm: 98310 `�' lN� NA 02/02/21 O s` � O Q � � L N >r ca � � O v � s= CiTy o£ Lubbock T-$ CLIENT City of Lubbock 1625 13th Street Lubbock, TX 79401 PROJECT NO. 2696,20 Y DATE DESCRIPTION INDIANA AVENUE HORIZONTAL AND VERTICAL CONTROL DATA 7 1 1 'L 1 3 1 4 DI b 0 500 1000 STA 118,75.24 STA 214.99.00 BEGIN PROJECT' END PROJECT Apo c OD p rn c ti 41x u0 O '++ w w w w w w w o w w w w In + 00 w D: w w D: w w D: N + w W w w w In o: 3o N y N N y INDIANA AVENUE W In o ALIGNMENT 2 = z 2 x 0 2 F 2 2 O 0 O r � N Z � t- N � � � r 1P5`00 a $CR 2100 10; 0 115; 00 •— — 0JnL 0 ICOn Ln In v c +00 175+00 80+00 1 M + 190+00 195+00 2 2 +00 210+00 +00. 220,+00 225,+00 230,+00 a -- —. — — -- -- -- -- —— --- — — — —— — --- O O I- r Li Uj Cn Cr of � w Uj W O to H rn 1- VI I— N 1- to Ul O � ~ 2 = 2 H 2 2 C O CY I- w o u) r In o O U N If) r 3 Al Beginning chain INDI description -------------------------- Curve Data Curve INDI1 (Chord Definition) P.I. Station 104+57.10 N 7,225,435.73 E 935,392.31 Delta = 49' 08' 28.28" (LT) Degree = 5° 44' 00.33" Tangent = 457.10 Length = 857.10 Radius = 999.75 External = 99.54 Long Chord = 831.42 Mid. Ord. = 90.53 P.C. Station 100+00.00 N 7,225,147.50 E 935,037.53 P.T. Station 108+57.10 N 7,225,892.61 E 935,406.40 C.C. N 7,225,923.44 E 934,407.13 Back = N 50' 54' 29.28" E Ahead = N 1" 46' 01.00" E Chord Bear = N 26° 20' 15.14" E Course from PT IND11 to IND102 N 1° 46' 01.00" E Dist 1,215.84 Point IND102 N 7,227,107.87 E 935,443.89 Sta 120+72.94 Course from IND102 to IND103 N 1" 43' 38.59" E Dist 100.00 Continuing chain INDI description Point IND103 N 7,227,207.83 E 935,446.90 Sta 121+72.94 Course from IND103 to IND104 N 1 ° 45' 59.37" E Dist 4,177.54 Point IND104 N 7,231,383.39 E 935,575.68 Sta 163+50.48 Course from IND104 to INDI05 N 1' 46' 06.81" E Dist 6,976.70 Point IND105 N 7,238,356.77 E 935,791.00 Ste 233+27.18 Ending chain INDI description 1 1 2 1 3 1 4 1 5 Parkhill .�H e. cooaF �^ y�(PjE �F .TFkgsll+n YS 1 Si.i '•ii 11 �n a i..... .............. . ACCKSKS Nr`��o / KVLE WJ.. / rl SS i.N..•• _ N 02/02/21 W Q Q i �N I.L Lubbock TFIPS CLIENT City of Lubbock 1625 13th Street Lubbock, TX 79401 PROJECT NO. 2696.20 # DATE DESCRIPTION INDIANA AVENUE HORIZONTAL ALIGNMENT DATA 8 1 1 2 1 3 1 4 1 b Parkhill Le I lei I m 1 A 0 250 500 COUNTY CITY PORTION I PORTION w w w w w w w w w w w w o ry _ = o = _ o � o � Z o � o3 00 O In M to � Q Lo v ry 0 PLAN & PROFILE SHEET 1 r~ii PLAN & PROFILE SHEET 2 I~n PLAN & PROFILE SHEET r~n PLAN & PROFILE SHEET 4 c~n PLAN & PROFILE (SHEET 5 3 BEGIN( PROJECT I I `INDIANA AVENU -- 11 11 A 0 -ILA -C R 2100-.-.-._.i _.—.-._._ _.._._._ ._._.._._.-._._.-..---- -- ---- - -.._. I I I I PLAN & PROFILE SHEE I I — — — - -------- --- ----I-----------------�------------------I------------------------------ PLAN 8 PROFILE HEET 2 PLAN &PROFILE SHEET 3 PLAN 8 PROFILE SHE T 4 PLAN 8 PROFIL SHEET 5 O wl L IJ w ry co w w w In Of O o `n v' "' O CD co 3 In ::) ::) + 00 Q H (N w Z J U Q I- I-_ w w Nw w V / VT' r O O _ O O In[ rn O M 0) H r C PLAN & PROFILE SHEET ANL & PROFILE SHEET 7 ANL & PROFILE SHEET 8 I INIf'IIAAIA A\/CAI( IC I- w Nw L.L 'H— V I �) O cli cli � PROFILE SHEET 9 H H PLAN & PROFILE SHEET 10 214+99.00D I J�STA PROJECT I I I I I --------------------I-------- --------- — — — — — — ------ —I-- —---�--- PLAN & PROFILE SHEET 6 PLAN $ PROFILE SHEET 7 PLAN & PROFILE SHEET 8 PLAN $ PROFILE SHEET 9 ry I— 1 I & PROFILE SHEET 10 0 M 0 0 00 Q N w Z J 2 U Q Lubbock TFIPS CLIENT City of Lubbock 1625 13th Street Lubbock, TX 79401 PROJECT NO. 2696.20 # DATE DESCRIPTION INDIANA AVENUE PROJECT LAYOUT ■ In 12696.20\03_OSGN\01_MG\050_CI VIL\09_SHEETS\010_PRJ02.2696.dg. 2I2I2021 PLOT DRIVER: 2696-pl., Co MATCHLINE STA 168+00 141ST STREET �T N N O Q WOODROW ROAD WOODROW R AD I I CO(A rm 2 D Z— I �CD i0CD p p mp 0p CR 7560 � lil 158TH STREET �F- SIN v � IID I I I, I I� STA 190+00 I I l,l I I JI I 154TH STREET I 154TH STREET DI z ID I : z zI 0 Iz i - 00I IP. i AI z IA 1 z c� oI y to I D— mI D Im I [D oG I cn G mI m Im m z m I z OD m iD I C =152ND STREET 135TH STREET M 135TH STREET 201+ I I I I II >I v�zI Ij Ir A� h 150TH STREET= =150TH TREET of I iq mI i Im IN P mI I Im 10 I I so DI I i I I I _ _ I _ _ _ ISTA 212+00 148TH TREET I � I I I vl I I� DI ID zI I 130TH STREET -o J �A 130TH STREET I rn I m Io 146TH STREET �46TT STREET I I mI I OD Im �I b AN I� gl 2 to DI I m. ID I p I n --�� ---I cn MATCHLINE STA 168+00 7 M_L m Q �1/ y 0 �� °'1- 0 i o 1 r, c x a m J 0 M m �F O D 22 < 0 m z p N C C I m Indiana Avenue oR Reconstruction x' I PARK N� iD 1 1 3 4 b 3� INDIANA AVENUE 13 VARIES I VARIES 4 8.6' -55.0' 50.0' - 78.8' I I I I I VARIES VARIES 10.6'-13.7' 12.1'-15.7' I LANE I LANE i v 1 I EXIST CL1 o I 12:1 1 9:1 4 X I ` I 3" HMAC EXISTING TYPICAL SECTION (COUNTY) 4,5" FLEX BASE NTS [El] C STA 118-75.00 TO STA 163-50.00 SUBGRADE Al 3j INDIANA AVENUE 13 0, 0 VARIES I VARIES 41.4'-52.0' 50'-78.8' I � I VARIES VARIES VARIES VARIES i 6' 2' 15.0'-2 5.5' 13.1'-13.8' I 11.5'-12.4' 35.9'-42.4' 26' i SIDEWALK LANE LANE SIDEWALK I 1 j I EXIST I 3" HMAC 4,5" FLEX BASE SUBGRADE • SEE REMOVAL SHEETS FOR LIMITS OF EXISTING CURB AND/OR SIDEWALK TYPICAL SECTION (CITY) E2 NTS "A 163-50.00 TO STA 210-02.00 Parkhill i S fl . r '• � KVLE W. JACKS N fl SSNA i.N..•• 02/02/21 p Q L f+ N �N I.L Lubbock TFIPS CLIENT City of Lubbock 1625 13th Street Lubbock, TX 79401 PROJECT NO. 2696.20 Y DATE DESCRIPTION INDIANA AVENUE EXISTING TYPICAL SECTIONS SHEET 1 OF 2 11 1 2 3 4 5 Parkhill T & C- _'(P'CEOF Tp„1T�'YC 31 INDIANA AVENUE 13 p%+% . . KYLE W. JACKS N / VARIES I VARIES I2 �q: 98310 .• �/ 49.1'-95.6' 57.3'-126.2' I l\l NA I 02/02/21 VARIES I VARIES 0'-10' 12' 0'-14' 11' 11' 12' 12' 2' 6' SHOULDER LANE I TURN LANE LANE LANE LANE TURN LANE SIDEWALK i 1 I EXIST Ck t t 1 � I I ` I 3" HMAC 4.5" FLEX BASE EXISTING TYPICAL SECTION (CITY) E3 NTS SUBGRADE STA 210-02.00 TO STA 215,57.00 C p Q L f+ N �N I.L Lubbock TFIPS B CLIENT City of Lubbock 1625 13th Street Lubbock, TX 79401 50 PROJECT NO. 2696.20 i= Y DATE DESCRIPTION Z INDIANA AVENUE EXISTING TYPICAL SECTIONS SHEET 2 OF 2 ova amp 12 1 2 3 4 5 I 1 'L 1 3 1 4 I b Parkhill INDIANA AVENUE D o l VARIES VARIES 50.5'-66' I I 49.5'-5. i I i 13' 13' I 14' 13' 13' LANE TWLTL LANE 1 '� ��P'L t DITCH PGL" i 27 2X VARIE, PROPOSED TYPICAL SECTION BASE BID (COUNTY) P1 NTS 2" TYPE C HMAC STA 119+75.24 TO STA 160+95.00 4" TYPE B HMAC C 12" FLEXIBLE BASE 12'' COMPACTED SUBGRADE Al BASE BID (FLEXIBLE SECTION) I i to VARIES 50.0'-66.5' I VARIES 0.1'-16.5' 10, 6.5' 2' 13.5' INDIANA AVENUE I I I I a:1 I 8" CRCP 12" COMPACTED SUBGRADE PAVEMENT ALTERNATE (RIGID SECTION) • SEE PLAN AND PROFILE SHEETS FOR DITCH PROFILE to VARIES 49.9'-55.5' I I VARIES 13.5' 2' 6.5' 10' 0.0'-5.0' SIDEWALK LANE LANE TWLTL LANE LANE SIDEWALK 1 1 Y— P t 1 —\ 2% GL 2% 8" CRCP 12" COMPACTED SUBGRADE BASE BID (RIGID SECTION) PROPOSED TYPICAL SECTION BASE BID (COUNTY) P2 NTS STA 160+95.00 TO STA 166+50.00 SH& ' F �^ y�(PjE �.TFkgsll+n YS Siri '•ii 11 �n ....................... / KVLE W. JACKS N / /r..................... ... ...i 1l SS i.N...• _ l\� N 02/02/21 Q i N �N I.L ILubbock TFIAS CLIENT City of Lubbock 1625 13th Street Lubbock, TX 79401 PROJECT NO. 2696.20 # DATE DESCRIPTION INDIANA AVENUE PROPOSED TYPICAL SECTIONS SHEET 1 OF 2 13 I 1 'L 1 j 1 4 1 b Parkhill DI C1 Al 0I I I I I I I i I 8" CRCP 12" COMPACTED SUBGRADE PAVEMENT ALTERNATE (RIGID SECTION) • SEE PLAN AND PROFILE SHEETS FOR LIMITS OF PROPOSED CURB & GUTTER AND SIDEWALK INDIANA AVENUE to 0 VARIES I 5 4' -61.5' I I I I VARIES 6.5' 5' 2' 11.5' 12' 12 2' 5' 5.5' I LANE TWLTL LANE SIDEWALK j I I t 1 2x 2x % � PGL * ,� 6.1 1 :1 I PROPOSED TYPICAL SECTION BASE BID (CITY) P3 NTS CTn GG.Gn nn Tn fTA 'Jnni0. nn -- 2" TYPE C HMAC —4" TYPE B HMAC 12" FLEXIBLE BASE 12" COMPACTED SUBGRADE BASE BID (FLEXIBLE SECTION) 3� INDIANA AVENUE 13 01 0 VARIES I VARIES r I 54'-65' 54'-61.5' I I 'I' I I j I VARIES IJ.J II II IJ.0 C 0 V.J LANE LANE LANE TWLTL LANE LANE LANE SIDEWALK I t t t �2X - - 2%� %� • • 8" CRCP 12" COMPACTED SUBGRADE PAVEMENT ALTERNATE (RIGID SECTION) PROPOSED TYPICAL SECTION ADDITIVE ALTERNATE (CITY) P4 NTS STA 199-33.38 TO STA 209,25.00 • SEE PLAN AND PROFILE SHEETS FOR LIMITS OF PROPOSED CURB & GUTTER AND SIDEWALK V2" TYPE C HMAC 4" TYPE B HMAC 12" FLEXIBLE BASE — 12" COMPACTED SUBGRADE BASE BID (FLEXIBLE SECTION) 1 1 2 1 3 1 4 1 5 .�H e. cooaF �^ y�(PjE �F .TFkgsll+n YS Siri '•ii 11 �n ai...................... / KVLE W. JACKS N / (l SS i.N...• _ l\� N 02/02/21 a i N �N I.L Lubbock TFIPS CLIENT City of Lubbock 1625 13th Street Lubbock, TX 79401 PROJECT NO. 2696.20 # DATE DESCRIPTION INDIANA AVENUE PROPOSED TYPICAL SECTIONS SHEET 2 OF 2 14 16.20\00_QSGN\01_MG\050_CI VIL109_SHEETS\015_TCPSEQ02-2696.dgn 2I2I2021 PLAT DRIVER: 2696-pl., Co MATCHL INE STA 168+00 vI ET lTl N N O Q WOODROW ROAD I I I I I i� 'I II CR 7560------� II �� WOODROW ROAD IN 158TH STREET �I D m m m N I I I 2 D m Z � z 154TH STR T — i I I l: STREET —154TH � m z I I = I m ca m I > I I IP 152ND STREET 135TH STREET— —135TH STREET o I D D m I j < � _ N D I c m 150TH STREET I m I I' 150TH STREET D I 130 ri m M /1 D L "m n ? y —8 0 C m z 1 p s m m > o c x, a Z0Z m n =F �31 m0D 22 zz —1 Z C 0 m j 148TH STREET I I I EET I 146TH STREET= I i 146TH STREET y I _ ___I D 0T > m m v v D D N I M M m m U1 MATCHL INE STA 168+00 r m o z Tl D D D D m m m M m m m m � W N Indiana Avenue oR Reconstruction s ry I PARK r i nz N �iai�•S$io oix �8 mD 095-�' 1 1 Parkhill �I GENERAL NOTES FOR TRAFFIC CONTROL AND CONSTRUCTION SEQUENCING: ALL OF THE REQUIREMENTS LISTED BELOW ARE THE RESPONSIBILITY OF THE CONTRACTOR AND SHALL BE SATISFIED AT NO ADDITIONAL COST. 1. PROVIDE "ROAD WORK AHEAD" (CW20-1D), "ROAD WORK NEXT X MILES" (G20-1oT, G20-1bTr OR G20-1bTL), AND"END ROAD WORK" (G20-2) AT ALL SIDE STREETS WHEN WORK IS ADJACENT TO SIDE STREETS. 2. COORDINATE WITH CITY OF LUBBOCK TRAFFIC DEPARTMENT (806-775-2132)TO OBTAIN A BARRICADE PERMIT. PERMIT FEES WILL BE WAIVED. 3. NOTIFY THE TRAFFIC MANAGEMENT CENTER (806-775-2053)AT LEAST 48 HOURS BEFORE ALL TRAFFIC CHANGES THAT AFFECT SIGNALIZED INTERSECTIONS. 4, CONTACT FIRE, POLICE, EMS, POSTAL SERVICES,AND NEARBY SCHOOLS,PRIOR TO ALL TRAFFIC SHIFTS. 5. GIVE AND DOCUMENT AT LEAST 5 BUSINESS DAYS NOTICE TO EACH PROPERTY OWNER OR TENANT PRIOR TO ANY CHANGES TO THE ACCESS POINTS AFFECTING THEIR PROPERTIES. 6, PROVIDE DIRECT ACCESS WITH A SUITABLE,ALL WEATHER SURFACE TO EACH PROPERTY AT ALL TIMES DURING CONSTRUCTION. C A. ACCESS POINTS MAY BE SHARED BY PROPERTIES DURING CONSTRUCTION WITH WRITTEN APPROVAL BY THE AFFECTED PROPERTY OWNERS OR TENANTS. B. PROVIDE DRIVEWAY SIGN (D70A, 18" X 18") AT ALL COMMERCIAL DRIVEWAY OPENINGS WITHIN CONSTRUCTION. C. MODIFICATIONS TO PARKING LOTS FOR CONSTRUCTION PURPOSES MUST BE RETURNED TO 2RECONSTRUCTION OR BETTER CONDITIONS UPON COMPLETION OF THE PHASE. 7. ONCE A PORTION OF THE ROAD IN FRONT OF A DRIVEWAY IN THE CITY'S PORTION IS COMPLETE, OPEN THE DRIVEWAY AS SOON AS IT IS SAFE TO DO SO. mm Id{ & COop �) T 02/02/21 CLIENT City of Lubbock 1625 13th Street Lubbock, TX 79401 PROJECT NO. 269620 Y DATE DESCRIPTION INDIANA AVENUE TRAFFIC CONTROL GENERAL NOTES 16 I 2 J 4 Is] L -1 Ld I N = I c~D j r 0 50 100 I I i DO ROW U�WPLEGEND CONSTRUCT THIS PHASE Q CONSTRUCTED ~ ~ H PREVIOUS PHASE 160+00 165+00 N — — — TEMP PAVING LLJ THIS PHASE osN INDIANA AVENUE Z TEMP DRIVEWAY J THIS PHASE _ 2 & a : CHANNELIZING DEVICES ROW — — — — — — — — ROW V —""—" — I-_ ® TYPE III BARRICADE a ) ROW LW a ) CD ) Q y TRAFFIC FLOW I 0-1: T TRAFFIC SIGN INTERSECTION ACCESS MUST BE Cn MAINTAINED AT ALL TIMES MESSAGE BOARD EXCEPT FOR ONE 21-CONSECUTIVE CALENDAR DAY PERIOD WITHIN — — RIGHT OF WAY (ROW) C I THE PHASE FOR INTERSECTION BOARD DISCLOSING ING VIDECLOSURE MESSAGE I � BOARD DISCLOSING CLOSURE 1 j WEEK IN ADVANCE. KEYED NOTES W1-6L 46"X24" I O 4" YELLOW SOLID j PAVEMENT MARKINGS CL J © 4" WHITE SOLID PAVEMENT MARKINGS VARIES VARIES O 11'-13' 11'-13' 18' 50' 4" YELLOW BROKEN PAVEMENT MARKINGS BUFFER 37.5' 5.5' S' O 4" WHITE BROKEN j WALK PAVEMENT MARKINGS 24" WHITE SOLID _ PAVEMENT MARKINGS LL-I I O 4" YELLOW SOLID EXISTING PAVEMENT LLJ PAVEMENT MARKINGS (TEMP) AND STRIPING J LIMITS OF CONSTRUCTION 4" WHITE SOLID •CITY PORTION ONLY F- PAVEMENT MARKINGS (TEMP) SECTION A -A I I O 4" YELLOW BROKEN I N I PAVEMENT MARKINGS (TEMP) NITS r 4" WHITE BROKEN B I I O PAVEMENT MARKINGS (TEMP) I I Ir W1-7 48"X24" —C7 --' I I - VU� p co p + ROW + GENERAL NOTES yROW— UP--------/�,W 6P r - r 1. ACCESS TO ALL PRIVATE DRIVEWAYS, ALLEYS, AND CROSS °? Q Q STREETS SHALL BE MAINTAINED P� r AT ALL TIMES UNLESS ' 2 (n 170+00 175+00 —0. (/i OTHERWISE NOTED 2. NOTIFY AFFECTED PROPERTY LIJ LIJ OWNER AT LEAST ONE WEEK IN Z INDIANA AVENUE Z ADVANCE OF ALTERING OWNER'S J J ACCESS 2 2 3. BUTTON AND TEMP STRIPING V ROW ------ —----—--— --— --— --— --— --— --— -- —--— ROW V --------------------------------------------------------- SHALL MEET BC(12)-14 F— 4. RAISED PAVEMENT MARKERS 00 Q SHALL BE USED FOR TEMPORARY PAVEMENT MARKINGS ON VARIES VARIES I PERMANENT SURFACES 11'-13' 11'-13' 6' 50' BUFFER 5. TEMPORARY SIGN LOCATIONS ARE 39.5' 5.5' S' REPRESENTATIONAL. SPACE SIGNS ACCORA I WALK 6. COVER OOR REMOVE ING MUTCD SALLNDARDS. G AND PAVEMENT MARKINGS _ POLICE STATION MARKINGS THAT CONFLICT WITH --z=—__—___-_--- --�— TRAFFIC CONTROL PLAN. EXISTING SIGNS THAT SUIT EXISTING PAVEMENT THE TCP MAY INCORPORATED BE THE PLAN. AND STRIPING LIMITS OF CONSTRUCTION • CITY PORTION ONLY SECTION A -A I Ld Lil-- - -- - -- - -- - -- - -- - -- - -- - -- - F- N I I I I 2 ICI F— I I LLJ 00 J r I IQI ; I`. ROW --------------------- — — —I rI — — — — -� — u DUP UUP DUP I UUP i a ROW ; SN O Parkhill Lubbock TFIPS CLIENT City of Lubbock 1625 13th Street Lubbock, TX 79401 PROJECT NO. 2696.20 # DATE DESCRIPTION INDIANA AVENUE TRAFFIC CONTOL PLAN PHASE 1 SHEET 1 OF 3 1 NTS 2 3 4 5 17 I 2 j 1 4 I b IC p a >+ ROW UP Q (n 180+00 LJ z j INDIAf J D2i1 2 V ROW '\ ROW -- \' �----- ,'r---- H Q i � � I a I i I C LLJ � I � POLICE STATION LLJlY I i I F- U) VARIES VARIES 11'-13' 11'-13' 16' 50' 0 50 100 CD 0 cm I— Row + rne' — — — — — — -------------o----------------------0UPI G LEGEND i wv °�a wv J - s- CONSTRUCT THIS PHASE — Q CONSTRUCTED H PREVIOUS PHASE 185+00 1 (n — — — — — — — — TEMP PAVING LLJ THIS PHASE AVENUE Z TEMP DRIVEWAY J THIS PHASE - 2 CHANNELIZING DEVICES `P° r ROW ® TYPE III BARRICADE y TRAFFIC FLOW T TRAFFIC SIGN MESSAGE BOARD Q — — RIGHT OF WAY (ROW) LUBBOCK COOPER ADMINISTRATION BUILDING 1 1 JW.J 7.7 J I WOK 1 t i J7.J I�— --z--------___-�� --�—----___-- EXISTING PAVEMENT © B AND STRIPING LIMITS OF CONSTRUCTION LIMITS OF CONSTRUCTION • SEE TEMPORARY SECTION A -A PAVMENT NEXT S EETETAIL SECTION B-B NTS NITS B W1-7 STA 196+74.55 48"X24" Q 23.00 LT a Q BEGIN TEMPORARY m ea + ROW PAVEMENT ROW 6brr --------_----------__------__-__-__-__-__-_ ----__------- up V 3) WV W WJ Q 2 (n 00 --1- 195+00 LLJ z INDIANA AVENUE J _ ROW �} I A I I ROAD CLOSED TO THRU TRAFFIC j R11-4 60" X 301, 1 2 3 4 I— LLJ LLJ N Ln KEYED NOTES O4" YELLOW SOLID PAVEMENT MARKINGS ©4" WHITE SOLID PAVEMENT MARKINGS O4" YELLOW BROKEN PAVEMENT MARKINGS O4" WHITE BROKEN PAVEMENT MARKINGS O24" WHITE SOLID PAVEMENT MARKINGS O4" YELLOW SOLID PAVEMENT MARKINGS (TEMP) ©4" WHITE SOLID PAVEMENT MARKINGS (TEMP) O4" YELLOW BROKEN PAVEMENT MARKINGS (TEMP) O4" WHITE BROKEN PAVEMENT MARKINGS (TEMP) C7 + GENERAL NOTES Row p — N 1. ACCESS TO ALL PRIVATE DRIVEWAYS, ALLEYS, AND CROSS Q F- N 2. STREETS SHALL BE MAINTAINED AT ALL TIMES UNLESS OTHERWISE NOTED NOTIFY AFFECTED PROPERTY LIJ OWNER AT LEAST ONE WEEK IN Z ADVANCE OF ALTERING OWNER'S — ACCESS J = 3. BUTTON AND TEMP STRIPING V SHALL MEET BC(12)-14 ROW F- q RAISED PAVEMENT MARKERS SHALL BE USED FOR TEMPORARY PAVEMENT MARKINGS ON PERMANENT SURFACES 5. TEMPORARY SIGN LOCATIONS ARE REPRESENTATIONAL. SPACE SIGNS 6 ACCORDING MUTCD STANDARDS. COVER OR REMOVE ALL R p q p SIGNAGE AND PAVEMENT CLOSED MARKINGS THAT CONFLICT WITH TRAFFIC CONTROL PLAN. EXISTING SIGNS THAT SUIT THE TCP MAY BE WR11-2 48" X 30.. INCORPORATED INTO THE PLAN. 5 Parkhill Lubbock TFIPS CLIENT City of Lubbock 1625 13th Street Lubbock, TX 79401 PROJECT NO. 2696.20 # DATE DESCRIPTION INDIANA AVENUE TRAFFIC CONTOL PLAN PHASE 1 SHEET 2 OF 3 18 I 1 'L 1 j 1 4 Is] IC 0 0 0 N Q H V) Ld z J 2 U H Q C B CO O N_ N Q H N Ld z J 2 U H Q A W1-6R 48"X24" I I 11' 11' ,1 6' , 50' 1 1 1 *SEE TEMPORARY PAVEMENT DETAIL **IF ALTERNATE 2 OR 3 ARE 37 5 OFD�AOVEMENTCONLLY DURING PHASE 1. 7.5' * LIMITS OF CONSTRUCTION SECTION B—B NTS 0 50 100 N LEGEND N CONSTRUCT THIS PHASE Q CONSTRUCTED F— PREVIOUS PHASE N TEMP PAVING LLJ THIS PHASE Z TEMP DRIVEWAY J THIS PHASE 2 CHANNELIZING DEVICES U I _TYPE III BARRICADE < y TRAFFIC FLOW T TRAFFIC SIGN MESSAGE BOARD ------• RIGHT OF WAY (ROW) ~ -- — - - - - - INDIANA AVENUE _ 23' 77 VARIES _. ENSURE 1� i POSITIVE DRAINAGE AWAY FROM i MATCH Lw ROADWAY *SLOPE X-SLOPE I X-SLOPE *TEMPORARY PAVEMENT WILL BE MEASURED AND — — — — —_ _ _ _ —_ —_ _— — —_ —_ _- ---, PAID FOR BY THE SQUARE YARD AND MAY C/') / \ SAWCUT NEAT EDGE CONSIST OF 8" TY B HMAC AND AN EMULSION SEAL, OR 12" OF CALICHE BASE AND A 1-COURSE EMBANKMENT SURFACE TREATMENT, CONTRACTOR MAY SUBMIT _ (ORDINARY ANOTHER SECTION FOR APPROVAL. IN ANY CASE, COMPACTION) TEMPORARY PAVEMENT CONTRACTOR IS RESPONSIBLE FOR MAINTAINING CD NTS ANDNCE OF �COURSE PROOF ROLL PAVEMENTITTHROUGHOUTOTHE OFPORARY SUBGRADE CONSTRUCTION FOR NO ADDITIONAL PAYMENT. KEYED NOTES O4" YELLOW SOLID PAVEMENT MARKINGS ©4" WHITE SOLID PAVEMENT MARKINGS O4" YELLOW BROKEN PAVEMENT MARKINGS O4" WHITE BROKEN PAVEMENT MARKINGS O24" WHITE SOLID PAVEMENT MARKINGS O4" YELLOW SOLID PAVEMENT MARKINGS (TEMP) ©4" WHITE SOLID PAVEMENT MARKINGS (TEMP) O4" YELLOW BROKEN PAVEMENT MARKINGS (TEMP) O4" WHITE BROKEN PAVEMENT MARKINGS (TEMP) GENERAL NOTES 1. ACCESS TO ALL PRIVATE DRIVEWAYS, ALLEYS, AND CROSS STREETS SHALL BE MAINTAINED AT ALL TIMES UNLESS OTHERWISE NOTED 2. NOTIFY AFFECTED PROPERTY OWNER AT LEAST ONE WEEK IN ADVANCE OF ALTERING OWNER'S ACCESS 3. BUTTON AND TEMP STRIPING SHALL MEET BC(12)-14 4. RAISED PAVEMENT MARKERS SHALL BE USED FOR TEMPORARY PAVEMENT MARKINGS ON PERMANENT SURFACES 5. TEMPORARY SIGN LOCATIONS ARE REPRESENTATIONAL. SPACE SIGNS ACCORDING MUTCD STANDARDS. 6. COVER OR REMOVE ALL SIGNAGE AND PAVEMENT MARKINGS THAT CONFLICT WITH TRAFFIC CONTROL PLAN. EXISTING SIGNS THAT SUIT THE TCP MAY BE INCORPORATED INTO THE PLAN. Parkhill Lubbock TFIPS CLIENT City of Lubbock 1625 13th Street Lubbock, TX 79401 PROJECT NO. 2696.20 # DATE DESCRIPTION INDIANA AVENUE TRAFFIC CONTOL PLAN PHASE 1 SHEET 3 OF 3 1 1 2 3 4 5 19 1 1 La ■ 0 ROAD CLOSED R11-2 DIANA AVEU 4a' x 30' IN oa ,1 I INTERSECTION ACCESS MUST BE MAINTAINED AT ALL TIMES EXCEPT J FOR ONE 21—CONSECUTIVE CALENDAR DAY PERIOD WITHIN THE PHASE FOR INTERSECTION CONSTRUCTION. PROVIDE MESSAGE BOARD DISCLOSING CLOSURE 1 WEEK IN ADVANCE. ROAD CLOSED R11-2 48" X 30" 0 150 300 LEGEND — CONSTRUCT THIS PHASE — CONSTRUCTED PREVIOUS PHASE TEMP PAVING THIS PHASE TEMP DRIVEWAY THIS PHASE CHANNELIZING DEVICES ® TYPE III BARRICADE y TRAFFIC FLOW T TRAFFIC SIGN MESSAGE BOARD ------• RIGHT OF WAY (ROW) KEYED NOTES O4" YELLOW SOLID PAVEMENT MARKINGS CR 2110 © 4" WHITE SOLID PAVEMENT MARKINGS ~ 4" YELLOW BROKEN Lilo PAVEMENT MARKINGS LLI �R [C 4" WHITE BROKEN 2J I— O PAVEMENT MARKINGS �0 MESSAGE BOARD NOTES O24" WHITE SOLID PAVEMENT MARKINGS ~ � 4' YELLOW SOLID PRIOR TO CLOSURE � ROAD CLOSED PAVEMENT MARKINGS (TEMP) TO © 4" WHITE SOLID THRU TRAFFIC SCREEN 1: EB PAVEMENT MARKINGS (TEMP) R11 4 14 6 T H S T 4" YELLOW BROKEN PAVEMENT MARKINGS (TEMP) B 60" X 30" CLOSED O 4" WHITE BROKEN PAVEMENT MARKINGS (TEMP) SCREEN 2: STARTING DAY CR 2120 MM/DD/YY GENERAL NOTES 1. ACCESS TO ALL PRIVATE DURING CLOSURE DRIVEWAYS, ALLEYS, AND CROSS P� STREETS SHALL BE MAINTAINED ATALLT TIMES UNLESS o OTHERWISE NOTED SCREEN 1: EB 2. NOTIFY AFFECTED PROPERTY 146TH ST OWNER AT LEAST ONE WEEK IN ADVANCE OF ALTERING OWNER'S CLOSED ACCESS SCREEN 2: FIND 3 SHALL BUTTO MEED TEMP STRIPING L0 AL T 4. RAISED PAVEMENT MARKERS SHALL BE USED FOR TEMPORARY Lr) In ROUTE PAVEMENT MARKINGS ON I-- I" PERMANENT SURFACES ROAD CLOSED 5. TEMPORARY SIGN LOCATIONS ARE TO REPRESENTATIONAL. SPACE SIGNS A U U THRU TRAFFIC ACCORDING MUTCD STANDARDS. 6. COVER OR REMOVE ALL R11 4 SIGNAGE AND PAVEMENT 6D" X 3D" MARKINGS THAT CONFLICT WITH TRAFFIC CONTROL PLAN. EXISTING SIGNS THAT SUIT THE TCP MAY BE INCORPORATED INTO THE PLAN. 'L Parkhill � lei ry oziozizl Lubbock TFIPS CLIENT City of Lubbock 1625 13th Street Lubbock, TX 79401 PROJECT NO. zsss.zo # DATE DESCRIPTION INDIANA AVENUE TRAFFIC CONTROL PLAN PHASE 1 A SHEET 1 OF 1 20 1 1 2 3 1 4 1 5 I 2 4 Is] u I— LLJ LLJ ry I- N -17 — 00 r I I I L---------------------------------- � Irl I I I I 159+00.00 2.02 LT BEGIN TEMPORARY PAVEMENT ILLI J I 160+95.00 Q 2.68 LT END TEMPORARY PAVEMENT I I \ ROW — — — — —----------- — F ° UP I I WI-6R 48''X24" a — — — — =---- — -- —- ROW °UP °UP I- LL) LLJ H H (o V r INTERSECTION ACCESS MUST BE MAINTAINED AT ALL TIMES EXCEPT FOR ONE 21-CONSECUTIVE CALENDAR DAY PERIOD WITHIN THE PHASE FOR INTERSECTION Dlp CONSTRUCTION. PROVIDE MESSAGE BOARD DISCLOSING CLOSURE 1 j WEEK IN ADVANCE. \\ \ROW — — — ml� — — — — — O � s - +00 « » Lss+oo —.—.—.—.�. �. — ——.—.—... s 4- INDIANA AVENUE 1 --------------------------------------------- ROW_ — --m. SEE ALIGNMENT --------ROW DATA TABLE a \ \ TEMPORARY ALIGNMENT DATA POINT STATION OFFSET RADIUS (FT) C PC 158+79.44 13.52 LT - PI 159+44.85 14.61 LT 300 PRC 160+04.78 11.62 RT - PI 160.47.91 30.50 RT 225 PT 160+95.00 30.50 RT - 40.5' I 11.5' 12' 12' PHASE 2 I BUFFER t I I. LIMITS OF CONSTRUCTION © A *SEE TEMPORARY SECTION PAVEMENT DETAIL A -A B Q (N LLJ o Z �► J _ _ --— --— --— --— --— --— --— --— -- —--— - ROW � Q ~ I LLJ LLI i N I 51.5' I 11.5' 12' 12' = PHASE 2 I BUFFER t � I J- — LIMITS OF CONSTRUCTION SECTION B-B NTS NTS I I I I I I I I j ROAD CLOSED TO j THRU TRAFFIC R11-4 60" X 30" INTERSECTION ACCESS MUST BE MAINTAINED (PLACE JUST EAST AT ALL TIMES EXCEPT FOR ONE OF JOLIET) M 14-CONSECUTIVE CALENDAR DAY PERIOD p WITHIN THE PHASE FOR INTERSECTION + ROW — CONSTRUCTION.135TH STREET MUST REMAIN uP °up OPEN DURING THIS PERIOD. Lo -- - f - - - - - - - - - -I - - - - - - �- - - - I w i ROAD N i CLOSED R11-2 H 1 48" X 30" (n '(PLACE JUST EAST OF JOLIET ALLEY) I -�-------ROW Q H (n 175+00 —.`.—.—.—.—.—.`.—.—.——.`.—...—.... —.—.—. Q 0 50 100 LEGEND — CONSTRUCT THIS PHASE — CONSTRUCTED PREVIOUS PHASE 77777� TEMP PAVING THIS PHASE TEMP DRIVEWAY THIS PHASE CHANNELIZING DEVICES ® TYPE III BARRICADE y TRAFFIC FLOW T TRAFFIC SIGN MESSAGE BOARD ------• RIGHT OF WAY (ROW) KEYED NOTES O4" YELLOW SOLID PAVEMENT MARKINGS ©4" WHITE SOLID PAVEMENT MARKINGS O4" YELLOW BROKEN PAVEMENT MARKINGS O4" WHITE BROKEN PAVEMENT MARKINGS O24" WHITE SOLID PAVEMENT MARKINGS O4" YELLOW SOLID PAVEMENT MARKINGS (TEMP) ©4" WHITE SOLID PAVEMENT MARKINGS (TEMP) O4" YELLOW BROKEN PAVEMENT MARKINGS (TEMP) O4" WHITE BROKEN PAVEMENT MARKINGS (TEMP) GENERAL NOTES 2. ? INDIANA AVENUE ? J J 2IIIL� 3. U------------------------------------------------------------------------------------------ ROW ------ ROW F- 4 I VARIES 37.5' 5. A y_ I • X-SLOP E TEMPORARY PAVEMENT WILL BE MEASURED AND 6. _ _ _ _ _ Z — — — — —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arkhill Lubbock TFIPS CLIENT City of Lubbock 1625 13th Street Lubbock, TX 79401 PROJECT NO. 2696.20 # DATE DESCRIPTION INDIANA AVENUE TRAFFIC CONTOL PLAN PHASE 2 SHEET 1 OF 3 21 Is] IC CD rn ti Q F-- Ld Z J U H Q C v, I (L 47.5' I 13.5' 12' 12' 0 CD v PHASE 2 I BUFFER a I I LIMITS OF CONSTRUCTION B A SECTION A -A i NTS I I w ROAD CLOSED wTO THRU TRAFFIC ! ROAD i CLOSED B R11-4 I R11-2 60" X 30" j = I 48" X 30" INTERSECTION ACCESS MUST BE MAINTAINED (PLACE JUST EAST (PLACE JUST EAST AT ALL TIMES EXCEPT FOR ONE OF JOLIET) Ln OF JOLIET ALLEY) 14-CONSECUTIVE CALENDAR DAY PERIOD I I O WITHIN THE PHASE FOR INTERSECTION CONSTRUCTION. 141ST STREET MUST REMAIN I C! e a ROW __—________--__________________o—________—________---________--___v_ C) OPEN DURING THIS PERIOD. ROW :P ROW nm V� _---_______---_______--_______o �P-- OP---__—__----_--__--- UP M ¢o-l1P ---__ �y V IN WJU�-^ -- N � Po Q H H (n 00 195,00 ...... ...... ...... ...... ...... ...... ...... 0 +00 - W Lv a : a !! A a a a A !! a : a a A a IN 11 a LIJ Z MINDIANA AVENUE z J @ MH J 2 2 V __—__—_------------------------w ROW _ wv � �---� wv -------------------- -� ''--- ROW V .Nv------------------------------------------------------------- \ A I � � wl j w j I � I = I N-) I 0 50 100 LEGEND - CONSTRUCT THIS PHASE - CONSTRUCTED PREVIOUS PHASE TEMP PAVING THIS PHASE TEMP DRIVEWAY THIS PHASE CHANNELIZING DEVICES ® TYPE III BARRICADE y TRAFFIC FLOW T TRAFFIC SIGN MESSAGE BOARD ------• RIGHT OF WAY (ROW) KEYED NOTES O4" YELLOW SOLID PAVEMENT MARKINGS ©4" WHITE SOLID PAVEMENT MARKINGS O4" YELLOW BROKEN PAVEMENT MARKINGS O4" WHITE BROKEN PAVEMENT MARKINGS O24" WHITE SOLID PAVEMENT MARKINGS O4" YELLOW SOLID PAVEMENT MARKINGS (TEMP) ©4" WHITE SOLID PAVEMENT MARKINGS (TEMP) O4" YELLOW BROKEN PAVEMENT MARKINGS (TEMP) O4" WHITE BROKEN PAVEMENT MARKINGS (TEMP) GENERAL NOTES 1. ACCESS TO ALL PRIVATE DRIVEWAYS, ALLEYS, AND CROSS STREETS SHALL BE MAINTAINED AT ALL TIMES UNLESS OTHERWISE NOTED 2. NOTIFY AFFECTED PROPERTY OWNER AT LEAST ONE WEEK IN ADVANCE OF ALTERING OWNER'S ACCESS 3. BUTTON AND TEMP STRIPING SHALL MEET BC(12)-14 4. RAISED PAVEMENT MARKERS SHALL BE USED FOR TEMPORARY PAVEMENT MARKINGS ON PERMANENT SURFACES 5. TEMPORARY SIGN LOCATIONS ARE REPRESENTATIONAL. SPACE SIGNS ACCORDING MUTCD STANDARDS. 6. COVER OR REMOVE ALL SIGNAGE AND PAVEMENT MARKINGS THAT CONFLICT WITH TRAFFIC CONTROL PLAN. EXISTING SIGNS THAT SUIT THE TCP MAY BE INCORPORATED INTO THE PLAN. Parkhill Lubbock TFIPS CLIENT City of Lubbock 1625 13th Street Lubbock, TX 79401 PROJECT NO. 2696.20 # DATE DESCRIPTION INDIANA AVENUE TRAFFIC CONTOL PLAN PHASE 2 SHEET 2 OF 3 1 1 2 1 3 1 4 5 22 I j 1 4 I b IC C B A 0 0 } ROW 0 _—__—__—__—__—__SUP—__—__—__—__ (v Q H N .—.L—.—.—.—.—.- Z J : 2 __ U ROW � -------------------- I at ECHELON APARTMENTS I I I I 1 d I/ N ROW------1--^ N Q L40 L.`.—.—. —.`.— LI.I Z_ J U F_ — Q ROW — — •------------ o -.\ ROSA'S CAFE I I I I 205+00 INDIANA AVE a H-I W w Q' H- H W1-6L CD 48"X24" M_, cup V UP CO O EB'o PD WV Ts 0 50 100 m�i CD .:e p—=—___—__—=_o=__=— ____—__�—__—__—__—__—__—__—__ =-_Row N LEGEND — CONSTRUCT THIS PHASE 0 Q CONSTRUCTED H PREVIOUS PHASE z10+00 `N _.—.—. .—.—.—.—.—.L—.—.—.—.... .—.—.—.—. TEMP PAVING W THIS PHASE t— Z TEMP DRIVEWAY D22 _ J THIS PHASE 1> CHANNELIZING DEVICES _--------- ® TYPE III BARRICADE C0 ROW y TRAFFIC FLOW \ T TRAFFIC SIGN MESSAGE BOARD — — RIGHT OF WAY (ROW) ROSA'S CAFE 4 7.5' I 13.5' 12' 12' PHASE 2 I BUFFER t I I ■. LIMITS OF CONSTRUCTION SECTION A -A NTS OO MH H j INDIANA AVENUE o Ts - OO MHo- OUP— w w of H- C7 I — CD 51.5' I 11.5' 12' 12' PHASE 2 I BUFFER I LIMITS OF CONSTRUCTION SECTION B-B' NTS CONSTRUCT SECTION B-B NORTH OF 135TH STREET ONLY IF ALTERNATES 2 OR 3 IS AWARDED. KEYED NOTES O4" YELLOW SOLID PAVEMENT MARKINGS ©4" WHITE SOLID PAVEMENT MARKINGS O4" YELLOW BROKEN PAVEMENT MARKINGS O4" WHITE BROKEN PAVEMENT MARKINGS O24" WHITE SOLID PAVEMENT MARKINGS O4" YELLOW SOLID PAVEMENT MARKINGS (TEMP) ©4" WHITE SOLID PAVEMENT MARKINGS (TEMP) O4" YELLOW BROKEN PAVEMENT MARKINGS (TEMP) O4" WHITE BROKEN PAVEMENT MARKINGS (TEMP) GENERAL NOTES 1. ACCESS TO ALL PRIVATE DRIVEWAYS, ALLEYS, AND CROSS STREETS SHALL BE MAINTAINED AT ALL TIMES UNLESS OTHERWISE NOTED 2. NOTIFY AFFECTED PROPERTY OWNER AT LEAST ONE WEEK IN ADVANCE OF ALTERING OWNER'S ACCESS 3. BUTTON AND TEMP STRIPING SHALL MEET BC(12)-14 4. RAISED PAVEMENT MARKERS SHALL BE USED FOR TEMPORARY PAVEMENT MARKINGS ON PERMANENT SURFACES 5. TEMPORARY SIGN LOCATIONS ARE REPRESENTATIONAL. SPACE SIGNS ACCORDING MUTCD STANDARDS. 6. COVER OR REMOVE ALL SIGNAGE AND PAVEMENT MARKINGS THAT CONFLICT WITH TRAFFIC CONTROL PLAN. EXISTING SIGNS THAT SUIT THE TCP MAY BE INCORPORATED INTO THE PLAN. Parkhill Lubbock TFIPS CLIENT City of Lubbock 1625 13th Street Lubbock, TX 79401 PROJECT NO. 2696.20 # DATE DESCRIPTION INDIANA AVENUE TRAFFIC CONTOL PLAN PHASE 2 SHEET 3 OF 3 1 PA 3 4 5 23 I j 4 I b Parkhill D - i I I I i i I i I i JJ B A JOLIET AVENUE T i I i i i I I I I I I I I I I j I oHP I I °HP °Hp 'A — — — — — — — — ---------------------------------------- i I I I I I I --------- I i 0 50 100 ROAD CLOSED TO THRU TRAFFIC LEGEND I R11-4 60" X 30" CONSTRUCT THIS PHASE i MESSAGE BOARD NOTES CONSTRUCTED PREVIOUS PHASE I L TEMP PAVING i PRIOR TO CLOSURE THIS PHASE TEMP DRIVEWAY THIS PHASE SCREEN 1: WB a CHANNELIZING DEVICES 146TH ST ® TYPE III BARRICADE CLOSED y TRAFFIC FLOW w SCREEN 2: STARTING T TRAFFIC SIGN DAY MESSAGE BOARD N I ------• RIGHT OF WAY (ROW) MM/DD/YY = I I � i ! CD KEYED NOTES DURING CLOSURE O4" YELLOW SOLID PAVEMENT MARKINGS j I ROAD SCREEN 1: W B © PAVEMENT4" WHITE SMARKINGS I CLOSED 146TH ST C 4" YELLOW BROKEN i R11-2 CLOSED PAVEMENT MARKINGS 48" X 30" 4" WHITE SCREEN 2: FIND O PAVEMENT BMAORKNGS i ALT O 24" WHITE SOLID ROUTE PAVEMENT MARKINGS O4" YELLOW SOLID PAVEMENT MARKINGS (TEMP) INTERSECTION ACCESS MUST BE MAINTAINED © 4" WHITE SOLID AT ALL TIMES EXCEPT FOR ONE PAVEMENT MARKINGS (TEMP) I 21-CONSECUTIVE CALENDAR DAY PERIOD 4" YELLOW BROKEN WITHIN THE PHASE FOR INTERSECTION ,'P OH PAVEMENT MARKINGS (TEMP) CONSTRUCTION. PROVIDE MESSAGE BOARD DISCLOSING CLOSURE 1 WEEK IN ADVANCE. 0 4" WHITE BROKEN i PAVEMENT MARKINGS (TEMP) ��\ I FH GENERAL NOTES ® 1. ACCESS TO ALL PRIVATE IANA AVENUE DRIVEWAYS, 165,00 STTREETSSLLALLEYS, MAINTAINED ----------- —•—• —•— —•—•—•—•—•—•—• —•—• AT ALL TIMES UNLESS N OTHERWISE NOTED or 1uM„ 2. NOTIFY AFFECTED PROPERTY OWNER AT LEAST ONE WEEK IN ADVANCE OF ALTERING OWNER'S oup ACCESS 3. SHL� MEET BC(112)-14RIPING ROAD 4 RAISED PA VEMENT MARKERS FOR TEMPORARY PAVEMENT MARKINGS CLOSED PERMANENT SURFACES N H I R11-2 5. TEMPORARY SIGN LOCATIONS ARE REPRESENTATIONAL. SPACE SIGNS W i 48" X 30" ACCORDING MUTCD STANDARDS. w � 6. COVER OR REMOVE ALL SIGNAGE AND PAVEMENT MARKINGS THAT CONFLICT WITH V) TRAFFIC CONTROL PLAN. I EXISTING SIGNS THAT SUIT _ THE TCP MAY BE — — J INCORPORATED INTO THE PLAN. Lubbock TFIPS CLIENT City of Lubbock 1625 13th Street Lubbock, TX 79401 PROJECT NO. 2696.20 # DATE DESCRIPTION INDIANA AVENUE TRAFFIC CONTROL PLAN PHASE 2A SHEET 1 OF 1 1 1 2 3 1 4 1 5 24 I 1 2 1 j 4 Is] u C B A w ry i 2 F I INTERSECTION ACCESS MUST BE MAINTAINED AT ALL TIMES i Ln I EXCEPT FOR ONE 21-CONSECUTIVE CALENDAR DAY PERIOD AFTER PHASE 3 FOR INTERSECTION I CONSTRUCTION. PROVIDE MESSAGE BOARD DISCLOSING CLOSURE 1 i WEEK IN ADVANCE. ROW - P� -- �, ROW` -�� uP ----- o UP UP n -- — — �._._._._._.�._._. �._._.._._.L-._._._._._..._._._._._..._._._.-.-.`.-.-.-.-. 00 _._. pis INDIANA AVENUE O O to ROW Q Q H N D1J LLJ D17 Z J C. ROW Q � i I I I i#I i}I LLJ i J IQI I I ROW --------- ------ l - /• - - - - - - - - - I I ROAD � i CLOSED i � R11-2 Loi 48" X 30" Wi I J; I ROW I � LLJ I LLI I 0 I = I � CD I U7) I SN 0 LLJ w af F- (n 0 Z CV J CP L/' SN O I IQ 12 (TYP) I MATCH SLOPE 6" ASPHALT MILLINGS PROOF ROLL SUBGRADE TEMPORARY DRIVEWAY ROAD NITS CLOSED R11-2 48' X 30" I I ROW— -----�-- II .—..—__----_•—• O •—•_—_•—•_—••—•_-8 UP EM 150+00 .—.`.—.—.—.—.—.`.—.—.—.— INDIANA AV 5N ----------- ROW' l I I I I I I I / ROW ROAD CLOSED Ld W I R11-2 48" X 30" U) =CD I ~ I U7) MB I i i I ROAD i CLOSED I R11-2 48" X 30" 0 50 100 p BROW -- ROW (o LEGEND OUP — CONSTRUCT THIS PHASE Q CONSTRUCTED LAI H PREVIOUS PHASE L45+00 _._._._.—._._._._._.—.---------- N f� TEMP PAVING ab LLJ THIS PHASE Z TEMP DRIVEWAY J THIS PHASE 2 CHANNELIZING DEVICES ------------------------------ 7, ROW � TYPE III BARRICADE y TRAFFIC FLOW T TRAFFIC SIGN MESSAGE BOARD ~------• RIGHT OF WAY (ROW) LLJ LLJ (n �Z I • TEMPORARY DRIVEWAYS WILL BE MEASURED AND PAID FOR BY THE SQUARE YARD AND MAY CONSIST OF 6" ASPHALT MILL INGS. CONTRACTOR MAY SUBMIT ANOTHER SECTION FOR APPROVAL. GEOMETRY MAY BE ADJUSTED IN THE FIELD BY THE ENGINEER. IN ANY CASE,CONTRACTOR IS RESPONSIBLE FOR MAINTAINING DRIVEABILITY AND PERFORMANCE OF TEMPORARY DRIVEWAYS THROUGHOUT THE COURSE OF CONSTRUCTION FOR NO ADDITIONAL PAYMENT. I I I I KEYED NOTES O4" YELLOW SOLID PAVEMENT MARKINGS ©4" WHITE SOLID PAVEMENT MARKINGS O4" YELLOW BROKEN PAVEMENT MARKINGS O4" WHITE BROKEN PAVEMENT MARKINGS O24" WHITE SOLID PAVEMENT MARKINGS O4" YELLOW SOLID PAVEMENT MARKINGS (TEMP) ©4" WHITE SOLID PAVEMENT MARKINGS (TEMP) O4" YELLOW BROKEN PAVEMENT MARKINGS (TEMP) O4" WHITE BROKEN PAVEMENT MARKINGS (TEMP) p 1+ GENERAL NOTES 1r ------ zh- LQ 1. ACCESS TO ALL PRIVATE DRIVEWAYS, ALLEYS, AND CROSS Q STREETS SHALL BE MAINTAINED F- AT ALL TIMES UNLESS V) OTHERWISE NOTED 2. NOTIFY AFFECTED PROPERTY D18 019 D20 LLJ OWNER AT LEAST ONE WEEK IN Z ADVANCE OF ALTERING OWNER'S - ACCESS c cP J -- 2 3. BUTTON AND TEMP STRIPING — — — — — — — -- — — — V SHALL MEET BC(12)-14 1 ROW H 4. RAISED PAVEMENT MARKERS SHALL BE USED FOR TEMPORARY i < PAVEMENT MARKINGS ON PERMANENT SURFACES 5. TEMPORARY SIGN LOCATIONS ARE REPRESENTATIONAL. SPACE SIGNS ACCORDING MUTCD STANDARDS. 6. COVER OR REMOVE ALL SIGNAGE AND PAVEMENT # MARKINGS THAT CONFLICT WITH TRAFFIC CONTROL PLAN. i } EXISTING SIGNS THAT SUIT THE TCP MAY BE LLJ INCORPORATED INTO THE PLAN. IJ J IQ Parkhill Lubbock TF IRS CLIENT City of Lubbock 1625 13th Street Lubbock, TX 79401 PROJECT NO. 2696.20 # DATE DESCRIPTION INDIANA AVENUE TRAFFIC CONTROL PLAN PHASE 3 SHEET 1 OF 2 1 FA 3 4 5 25 1 1 L 1 J 1 4 I �7 1 La. 0 50 100 0 Jo A oo i + ROW — — — — —L------- ROW i' \ ROW — — — — — — — SUP UUP — —' — UUP UP oPo-4----------------------------------------"°- _ ROW LEGEND t CONSTRUCT THIS PHASE Q D12 a s CONSTRUCTED F- D11 : : ° PREVIOUS PHASE (n 160+00 : 165+00 —.—.—.—.—...—.—.—.—.—...—.—.—.—.—. —.— — — — — ` — — — — — — — — — — — — TEMP PAVING LIJ INDIANA AVENUE THIS PHASE Z ♦ W OOM" TEMP DRIVEWAY J I ` THIS PHASE 2 OUP $ a a CHANNELIZING DEVICES ROW ------ — --— --— --— -- — --— -- —-- —- ------------------------------------------- -------- ROW ® TYPE III BARRICADE Q ROW '\ 1 i f I �' —11- TRAFFIC FLOW I T TRAFFIC SIGN MESSAGE BOARD I a W I — — RIGHT OF WAY (ROW) C w STOP • SEE DETOUR PLAN FOR ADDITIONAL SIGNAGE ~ i N ' KEYED NOTES R1-1 36" X 36'' A O 4" YELLOW SOLID i (D PAVEMENT MARKINGS ©4" WHITE SOLID PAVEMENT MARKINGS O4" YELLOW BROKEN PAVEMENT MARKINGS O4" WHITE BROKEN PAVEMENT MARKINGS O24" WHITE SOLID PAVEMENT MARKINGS O4" YELLOW SOLID PAVEMENT MARKINGS (TEMP) ©4" WHITE SOLID PAVEMENT MARKINGS (TEMP) O4" YELLOW BROKEN PAVEMENT MARKINGS (TEMP) O 4" WHITE BROKEN B PAVEMENT MARKINGS (TEMP) 0■ =L GENERAL NOTES 1. ACCESS TO ALL PRIVATE DRIVEWAYS, ALLEYS, AND CROSS STREETS SHALL BE MAINTAINED AT ALL TIMES UNLESS OTHERWISE NOTED 2. NOTIFY AFFECTED PROPERTY OWNER AT LEAST ONE WEEK IN ADVANCE OF ALTERING OWNER'S ACCESS 3. BUTTON AND TEMP STRIPING SHALL MEET BC(12)-14 4. RAISED PAVEMENT MARKERS SHALL BE USED FOR TEMPORARY PAVEMENT MARKINGS ON PERMANENT SURFACES 5. TEMPORARY SIGN LOCATIONS ARE REPRESENTATIONAL. SPACE SIGNS ACCORDING MUTCD STANDARDS. 6. COVER OR REMOVE ALL SIGNAGE AND PAVEMENT MARKINGS THAT CONFLICT WITH TRAFFIC CONTROL PLAN. EXISTING SIGNS THAT SUIT THE TCP MAY BE INCORPORATED INTO THE PLAN. Parkhill 02/02/21 C Q i �N I.L Lubbock TFIPS CLIENT City of Lubbock 1625 13th Street Lubbock, TX 79401 PROJECT NO. 2696.20 # DATE DESCRIPTION INDIANA AVENUE TRAFFIC CONTROL PLAN PHASE 3 SHEET 2 OF 2 26 I L NJ 4 Is] IC I I I !Ld w� * SEE DETOUR PLAN FOR ADDITIONAL SIGNAGE Itp I N ROAD I I r !J� ROAD I i = o i CLOSED CLOSED i R11-2 J I Q ! R11-2 I 0 50 100 48" X 30" i i 48" X 30" I I I C I I I I I C I 1— I..� �. 00 LEGEND -__-__-__-_UP ------_ — — — — — — — - -"" N CONSTRUCT THIS PHASE Q CONSTRUCTED D1 D2 H PREVIOUS PHASE 120+00 125+00 N .—.`.—.—.—.—.—.`.—.—.—.—...—.—.—.—.—...—.—.—.—.—...—.—.—.—.—...—.—.—.—.—...—.—.—.—.—...—.—.—.—.—...—.—.—.—.—. TEMP PAVING THIS PHASE D13 INDIANA AVENUES D14 w — �l ----------------------- / I I I I C I w LLJ I I V I = I F— i C I cfl I I, B I A Z TEMP DRIVEWAY J THIS PHASE 2 CHANNELIZING DEVICES ! ® TYPE III BARRICADE < y TRAFFIC FLOW \ T TRAFFIC SIGN \ I MESSAGE BOARD i — — RIGHT OF WAY (ROW) i ir! KEYED NOTES LIJ I A 4" YELLOW SOLID O I J ! PAVEMENT MARKINGS J' i Q I © 4" WHITE SOLID PAVEMENT MARKINGS 4" YELLOW BROKEN i W i I I w I C I ry I LLB I w I I J, J v l i< Q I L0I I i t I I I I I I — — — — — — — ----_ J .D-3 �.-o-�_ ---------_--------_- _-- - - ----_ —o ------------------------------------- ROW UP�EB T ---—.—.—.—.—._.—.—.—....... -.—.—.—.—— . —. .—.—.—.—.—. .—•—•—•-----•—•— — - — - D INDIANA MBS------- - AVENUE D15 -- \ -------------------------------------- w I W \\I N F I � I / I ROW i I i I ROAD I i I CLOSED i �I i # , R11-2 I I rl 48" X 30" I WI J, QI I i w w N 2 IO / ROW------------- O PAVEMENT MARKINGS O4" WHITE BROKEN PAVEMENT MARKINGS O24" WHITE SOLID PAVEMENT MARKINGS O4" YELLOW SOLID PAVEMENT MARKINGS (TEMP) ©4" WHITE SOLID PAVEMENT MARKINGS (TEMP) O4" YELLOW BROKEN PAVEMENT MARKINGS (TEMP) O4" WHITE BROKEN PAVEMENT MARKINGS (TEMP) GENERAL NOTES 1. ACCESS TO ALL PRIVATE DRIVEWAYS, ALLEYS, AND CROSS STREETS SHALL BE MAINTAINED AT ALL TIMES UNLESS OTHERWISE NOTED 2. NOTIFY AFFECTED PROPERTY OWNER AT LEAST ONE WEEK IN ADVANCE OF ALTERING OWNER'S ACCESS 3. BUTTON AND TEMP STRIPING SHALL MEET BC(12)-14 4. RAISED PAVEMENT MARKERS SHALL BE USED FOR TEMPORARY PAVEMENT MARKINGS ON PERMANENT SURFACES 5. TEMPORARY SIGN LOCATIONS ARE REPRESENTATIONAL. SPACE SIGNS ACCORDING MUTCD STANDARDS. 6. COVER OR REMOVE ALL SIGNAGE AND PAVEMENT MARKINGS THAT CONFLICT WITH TRAFFIC CONTROL PLAN. EXISTING SIGNS THAT SUIT THE TCP MAY BE INCORPORATED INTO THE PLAN. Parkhill Lubbock TFIPS CLIENT City of Lubbock 1625 13th Street Lubbock, TX 79401 PROJECT NO. 2sss.2o # DATE DESCRIPTION INDIANA AVENUE TRAFFIC CONTROL PLAN PHASE 4 SHEET 1 OF 1 1 1 2 3 4 5 27 (V 1 J 1 4 N7 D ": 1 I TO INDIANA 01 0 _ DETOUR ROAD TCOLDSED 3 1 4, THRU TRAFFIC M4-9S R11-4 48"x36" 60"x3O" — o■ 0■ no I I I QT 0; �I 31 10 jrl TO INDIANA I01 O DETOUR M� L I _M x48' M4 -9R 48"x36" M4-9TR 48"x48" W W H (N 00 ROAD Ln CLOSED R11-2 48"x30" INDIIANA AVENUL Of F- 0 2 H. (0. u) F- F- F- F- W LLJ W W V) N— =(n N 00 ROAD N ROAD ~o ROAD LD CLOSED CLOSED Ln_T CLOSED v R11-2 —T R11-2 R11-2 48 x30" 48"x30" 48 x30' W Lij DURING CLOSURE SCREEN 1: NB INDIANA CLOSED SCREEN 2: USE DETOUR *MESSAGE BOARDS ON WOODROW RD 10--jtn ROAD DETOUR ROAD CLOSED —� r+ CLOSED R11-2 Cn R11-2 48"x30" — = M4-9TR 48"x48" 48''x30" CD R 211 M4 -9R 48"x36 21 04x24" �U / 11 484x36" CR 2140' SPEED TO INDIANA LIMIT 30 DETOUR R2 -1 4. 24"x30" M4-9L 30"x24" MESSAGE BOARD NOTES PRIOR TO DURING CLOSURE CLOSURE SB SCREEN 1: SB INDIANA INDIANA CLOSED CLOSED STARTING SCREEN 2: USE DAY DETOUR DD/MM/YY *MESSAGE BOARD ON INDIANA AVE W OODROWy48"x48" DETOUR 0 300 600 M4-9L 30"x24"i END DETOUR DETOUR I000FT M4 -So 24"x18'. CW20-2B 48"x48" M4-9R 30"x24" PRIOR TO CLOSURE SB INDIANA CLOSED STARTING DAY DD/MM/YY LEGEND — CONSTRUCT THIS PHASE — CONSTRUCTED PREVIOUS PHASE 77777� TEMP PAVING THIS PHASE TEMP DRIVEWAY THIS PHASE CHANNELIZING DEVICES ® TYPE III BARRICADE y TRAFFIC FLOW T TRAFFIC SIGN MESSAGE BOARD ------• RIGHT OF WAY (ROW) KEYED NOTES O4" YELLOW SOLID PAVEMENT MARKINGS ©4" WHITE SOLID PAVEMENT MARKINGS O4" YELLOW BROKEN PAVEMENT MARKINGS O4" WHITE BROKEN PAVEMENT MARKINGS O24" WHITE SOLID PAVEMENT MARKINGS O4" YELLOW SOLID PAVEMENT MARKINGS (TEMP) ©4" WHITE SOLID PAVEMENT MARKINGS (TEMP) O4" YELLOW BROKEN PAVEMENT MARKINGS (TEMP) O4" WHITE BROKEN PAVEMENT MARKINGS (TEMP) GENERAL NOTES 1. ACCESS TO ALL PRIVATE DRIVEWAYS, ALLEYS, AND CROSS STREETS SHALL BE MAINTAINED AT ALL TIMES UNLESS OTHERWISE NOTED 2. NOTIFY AFFECTED PROPERTY OWNER AT LEAST ONE WEEK IN ADVANCE OF ALTERING OWNER'S ACCESS 3. BUTTON AND TEMP STRIPING SHALL MEET BC(12)-14 4. RAISED PAVEMENT MARKERS SHALL BE USED FOR TEMPORARY PAVEMENT MARKINGS ON PERMANENT SURFACES 5. TEMPORARY SIGN LOCATIONS ARE REPRESENTATIONAL. SPACE SIGNS ACCORDING MUTCD STANDARDS. 6. COVER OR REMOVE ALL SIGNAGE AND PAVEMENT MARKINGS THAT CONFLICT WITH TRAFFIC CONTROL PLAN. EXISTING SIGNS THAT SUIT THE TCP MAY BE INCORPORATED INTO THE PLAN. Parkhill Lubbock TFIPS CLIENT City of Lubbock 1625 13th Street Lubbock, TX 79401 PROJECT NO. 2696.20 # DATE DESCRIPTION INDIANA AVENUE DETOUR PLAN PHASE 3 SHEET 1 OF 1 1 1 2 1 3 1 4 1 5 28 1 1 2 1 J 1 4 1 �7 ■ Parkhill La ■ o, _M M4 -9Tx48'L- no M4 -9R 48"x36" M4 -9TR 48"x48" 13■ DURING CLOSURE SCREEN 1: NB INDIANA CLOSED SCREEN 2: USE DETOUR *MESSAGE BOARDS ON WOODROW RD LLI W LLJ LLJ LLJ LLJ ry I�ItSJHCit bS )AKU NU I tJ I I PRIOR TO DURING CLOSURE CLOSURE SB SCREEN 1: SB INDIANA INDIANA CLOSED CLOSED STARTING SCREEN 2: USE DAY DETOUR DD/MM/YY *MESSAGE BOARD ON INDIANA AVE PRIOR TO CLOSURE SB INDIANA CLOSED STARTING DAY DD/MM/YY 0 300 600 LEGEND - CONSTRUCT THIS PHASE - CONSTRUCTED PREVIOUS PHASE TEMP PAVING THIS PHASE TEMP DRIVEWAY THIS PHASE CHANNELIZING DEVICES ® TYPE III BARRICADE y TRAFFIC FLOW T TRAFFIC SIGN MESSAGE BOARD ------• RIGHT OF WAY (ROW) KEYED NOTES O4" YELLOW SOLID PAVEMENT MARKINGS ©4" WHITE SOLID PAVEMENT MARKINGS O4" YELLOW BROKEN PAVEMENT MARKINGS O4" WHITE BROKEN PAVEMENT MARKINGS O24" WHITE SOLID PAVEMENT MARKINGS O4" YELLOW SOLID PAVEMENT MARKINGS (TEMP) ©4" WHITE SOLID PAVEMENT MARKINGS (TEMP) O4" YELLOW BROKEN PAVEMENT MARKINGS (TEMP) O4" WHITE BROKEN PAVEMENT MARKINGS (TEMP) GENERAL NOTES 1. ACCESS TO ALL PRIVATE DRIVEWAYS, ALLEYS, AND CROSS STREETS SHALL BE MAINTAINED AT ALL TIMES UNLESS OTHERWISE NOTED 2. NOTIFY AFFECTED PROPERTY OWNER AT LEAST ONE WEEK IN ADVANCE OF ALTERING OWNER'S ACCESS 3. BUTTON AND TEMP STRIPING SHALL MEET BC(12)-14 4. RAISED PAVEMENT MARKERS SHALL BE USED FOR TEMPORARY PAVEMENT MARKINGS ON PERMANENT SURFACES 5. TEMPORARY SIGN LOCATIONS ARE REPRESENTATIONAL. SPACE SIGNS ACCORDING MUTCD STANDARDS. 6. COVER OR REMOVE ALL SIGNAGE AND PAVEMENT MARKINGS THAT CONFLICT WITH TRAFFIC CONTROL PLAN. EXISTING SIGNS THAT SUIT THE TCP MAY BE INCORPORATED INTO THE PLAN. 02/02/21 Lubbock TFIPS CLIENT City of Lubbock 1625 13th Street Lubbock, TX 79401 PROJECT NO. 2696.20 # DATE DESCRIPTION INDIANA AVENUE DETOUR PLAN PHASE 3A SHEET 1 OF 1 =L ■ FA ■ ■ In ■ 29 I rA J 4 N7 IC C B A M4 -9L DURING CLOSURE SCREEN 1: NB INDIANA CLOSED SCREEN 2: USE DETOUR *MESSAGE BOARDS ON WOODROW RD F- (- LLJ LLJ LLJ LLJ LLJ LLJ ry IMESSAGE BOARD NOTESII PRIOR TO DURING CLOSURE CLOSURE SB SCREEN 1: SB INDIANA INDIANA CLOSED CLOSED STARTING SCREEN 2: USE DAY DETOUR DD/MM/YY *MESSAGE BOARD ON INDIANA AVE PRIOR TO CLOSURE SB INDIANA CLOSED STARTING DAY DD/MM/YY 0 300 600 LEGEND - CONSTRUCT THIS PHASE - CONSTRUCTED PREVIOUS PHASE TEMP PAVING THIS PHASE TEMP DRIVEWAY THIS PHASE CHANNELIZING DEVICES ® TYPE III BARRICADE y TRAFFIC FLOW T TRAFFIC SIGN MESSAGE BOARD ------• RIGHT OF WAY (ROW) KEYED NOTES O4" YELLOW SOLID PAVEMENT MARKINGS ©4" WHITE SOLID PAVEMENT MARKINGS O4" YELLOW BROKEN PAVEMENT MARKINGS O4" WHITE BROKEN PAVEMENT MARKINGS O24" WHITE SOLID PAVEMENT MARKINGS O4" YELLOW SOLID PAVEMENT MARKINGS (TEMP) ©4" WHITE SOLID PAVEMENT MARKINGS (TEMP) O4" YELLOW BROKEN PAVEMENT MARKINGS (TEMP) O4" WHITE BROKEN PAVEMENT MARKINGS (TEMP) GENERAL NOTES 1. ACCESS TO ALL PRIVATE DRIVEWAYS, ALLEYS, AND CROSS STREETS SHALL BE MAINTAINED AT ALL TIMES UNLESS OTHERWISE NOTED 2. NOTIFY AFFECTED PROPERTY OWNER AT LEAST ONE WEEK IN ADVANCE OF ALTERING OWNER'S ACCESS 3. BUTTON AND TEMP STRIPING SHALL MEET BC(12)-14 4. RAISED PAVEMENT MARKERS SHALL BE USED FOR TEMPORARY PAVEMENT MARKINGS ON PERMANENT SURFACES 5. TEMPORARY SIGN LOCATIONS ARE REPRESENTATIONAL. SPACE SIGNS ACCORDING MUTCD STANDARDS. 6. COVER OR REMOVE ALL SIGNAGE AND PAVEMENT MARKINGS THAT CONFLICT WITH TRAFFIC CONTROL PLAN. EXISTING SIGNS THAT SUIT THE TCP MAY BE INCORPORATED INTO THE PLAN. Parkhill Lubbock TFIPS CLIENT City of Lubbock 1625 13th Street Lubbock, TX 79401 PROJECT NO. 2696.20 # DATE DESCRIPTION INDIANA AVENUE DETOUR PLAN PHASE 4 SHEET 1 OF 1 1 FA 3 4 5 30 BARRICADE AND CONSTRUCTION (BC) STANDARD SHEETS GENERAL NOTES: 1. The Barricade and Construction Standard Sheets (BC sheets) are intended to show typicalexamples for placement of temporary traffic control devices, construction pavement markings, and typical work zone signs. The information contained in these sheets meet or exceed the requirements shown in the "Texas Manual on Uniform Traffic Control Devices" (TMUTCD). 2. The development and design of the Traffic Control Plan (TCP)is the responsibility of the Engineer. 3. The Contractor may propose changes to the TCP that are signed and sealed by a licensed professional engineer for approval. The Engineer may develop, sign and sealContractor proposed changes. 4. The Contractor is responsible for installing and maintaining the traffic controldevices as shown in the plans. The Contractor may not move or change the approximate location of any device without the approval of the Engineer. 5. Geometric design of lane shifts and detours should, when possible, meet the applicable design criteria contained in manuals such as the American Association of State Highway and Transportation Officials (AASHTO), "A Policy on Geometric Design of Highways and Streets,'' the TxDOT "Roadway Design Manual" or engineering judgment. 6. When projects abut, the Engineer(s) may omit the END ROAD WORK, TRAFFIC FINES DOUBLE, and other advance warning signs if the signing would be redundant and the work areas appear continuous to the motorists. If the adjacent project is completed first, the Contractor shallerect the necessary warning signs as shown on these sheets, the TCP sheets or as directed by the Engineer. The BEGIN ROAD WORK NEXT X MILES sign shallbe revised to show appropriate work zone distance. 7. The Engineer may require duplicate warning signs on the median side of divided highways where median width will permit and traffic volumes justify the signing. 8. All signs shallbe constructed in accordance with the details found in the "Standard Highway Sign Designs for Texas," latest edition. Sign details not shown in this manual shallbe shown in the plans or the Engineer shall provide a detail to the Contractor before the sign is manufactured. 9. The temporary traffic controldevices shown in the illustrations of the BC sheets are examples. As necessary, the Engineer will determine the most appropriate traffic controldevices to be used. 10. As shown on BC(2), the OBEY WARNING SIGNS STATE LAW sign, STAY ALERT TALK OR TEXT LATER (see Sign DetailG20-10T) and the WORK ZONE TRAFFIC FINES DOUBLE sign with plaque shallbe erected in advance of the CSJ limits. However, the TRAFFIC FINES DOUBLE sign willnot be required on projects consisting solely of mobile operation work, such as striping or milling edgeline rumble strips. The BEGIN ROAD WORK NEXT X MILES, CONTRACTOR and END ROAD WORK signs shallbe erected at or near the CSJ limits. 11. Except for devices required by Note 10, traffic controldevices should be in place only while work is actually in progress or a definite need exists. 12. The Engineer has the final decision on the location of all traffic control devices. 13. Inactive equipment and work vehicles, including workers' private vehicles must be parked away from travel lanes. They should be as close to the right-of-way line as possible, or located behind a barrier or guardrail, or as approved by the Engineer. WORKER SAFETY APPAREL NOTES: 1. Workers on foot who are exposed to traffic or to construction equipment within the right-of-way shall wear high -visibility safety apparel meeting the requirements of ISEA "American National Standard for High -Visibility Apparel," or equivalent revisions, and labeled as ANSI 107-2004 standard performance for Class 2 or 3 risk exposure. Class 3 garments should be considered for high traffic volume work areas or night time work. R=.44" WHITE BLACK 4.9" 1 19.7" 6" 24.5" 4.9" COLORS: Tp FLUORESCENTYELLOWSTAY ALERT BACKGROUND BLACK BORDER AND LEGEND 1.25'' n i ORANGE FLUORESCENT BACKGROUND BLACK LEGEND, BORDER AND SYMBOL .75" 25'' TALK OR TEXT LATER 20 20" 20" 12" 2.8"�'2.8" 1�2 .8" 14.6" 3.5" 60" 3.0" Radius, 1.25" Border, 0.75" Indent, Black on Yellow; ]STAY ALERTV Font: D 3.0" Radius, 1.25" Border, 0.75" Indent, Black on Orange; ]TALK OR TEXT LATERV Font: C specified length; SIGN DETAIL (G20-10T) Only pre -qualified products shallbe used. The "Compliant Work Zone Traffic Control Devices List" (CWZTCD) describes pre -qualified products and their sources and may be found on-line at the web address given below or by contacting: Texas Department of Transportation Traffic Operations Division - TE Phone (512) 416-3118 THE DOCUMENTS BELOW CAN BE FOUND ON-LINE AT http://www.txdot. gov COMPLIANT WORK ZONE TRAFFIC CONTROL DEVICES LIST (CWZTCD) DEPARTMENTAL MATERIAL SPECIFICATIONS (DMS) MATERIAL PRODUCER LIST (MPL) ROADWAY DESIGN MANUAL - SEE "MANUALS (ONLINE MANUALS)" STANDARD HIGHWAY SIGN DESIGNS FOR TEXAS (SHSD) TEXAS MANUAL ON UNIFORM TRAFFIC CONTROL DEVICES (TMUTCD) TRAFFIC ENGINEERING STANDARD SHEETS SHEET 1 OF 12 0 N w a 0 TYPICAL LOCATION OF CROSSROAD SIGNS "G20-IoT G20-2 END Q ROAD WORK (Optional see Note 1 and 4) ROAD WORK AHEAD CW20-iD CROSSROAD r X X X X X X +CW; ROAD WORK a NEXT X MILES NEXT X MILES b 0 iD G20 2 END Q G20 1oT (Optional ROAD WORK see Nate 1 and 4) May be mounted on back of "ROAD WORK AHEAD "(CW20-1D) sign with approval of Engineer. (See note 2 below) 1. The typicalminimum signing on a crossroad approach should be a "ROAD WORK AHEAD" (CW20-1D)sign and a (G20-2) "END ROAD WORK" sign, unless noted otherwise in plans. 2. The Engineer may use the reduced size 36" x 36" ROAD WORK AHEAD (CW20-1D) sign mounted bock to back with the reduced size 36" x 18" "END ROAD WORK"(G20-2) sign on low volume crossroads (see Note 4 under "Typical Construction Warning Sign Size and Spacing"). See the "Standard Highway Sign Designs for Texas" manual for sign details. The Engineer may omit the advance warning signs on low volume crossroads. The Engineer willdetermine whether a road is low volume. This information shall be shown in the plans. 3. Based on existing field conditions, the Engineer/Inspector may require additional signs such as FLAGGER AHEAD, LOOSE GRAVEL, or other appropriate signs. When additional signs are required, these signs will be considered part of the minimum requirements. The Engineer/Inspector willdetermine the proper location and spacing of any sign not shown on the BC sheets, Traffic Control Plan sheets or the Work Zone Standard Sheets. 4. The 'ROAD WORK NEXT X MILES"(1320-loDsign shollbe required at high volume crossroads to advise motorists of the length of construction in either direction from the intersection. The Engineer willdetermine whether a roadway is considered high volume. 5. Additional traffic control devices may be shown elsewhere in the plans for higher volume crossroads. 6. When work occurs in the intersection area, appropriate traffic control devices, as shown elsewhere in the plans or as determined by the Engineer/Inspector, shall be in place. WORK AREAS IN MULTIPLE LOCATIONS WITHIN CSJ LIMITS CW20-1D ROAD WORK AHEAD r. WORK AREA ROAD WORK AHEAD n,.nn_m CW7-4R x x CW13 1P T-INTERSECTION ROAD WORK NEXT X MILES G20-1bTR INTERSECTED t 1 Block - City ROADWAY 1000'-1500' - Hwy �M G20-5aP WORK 80 ZONE BEGIN min. TRAFFIC G20-5T ROAD WORK R20-5T FINES NEXT X MILES DOUBLE NAME ADDRESS T G20-6T CITY R20-5aTP E. STATE �rffN CONTRACTOR CSJ LIMITS AT T-INTERSECTION ROAD WORK G20-1bTL a NEXT X MILES 4 �4 1000'-1500' - Hwy 1 Block - City CSJ WORK G20-5aP Limit ZONE TRAFFIC R20-5T FINES DOUBLE R20-5aTP w`N END ROAD WORK C20-2 1. The Engineer willdetermine the types and location of any additional traffic controldevices, such as a flogger and accompanying signs, or other signs, that should be used when work is being performed at or near on intersection. 2. If construction closes the rood at a T-intersection the Contractor shollploce the "CONTRACTOR NAME"(G20-6T) sign behind the Type 3 Barricades for the road closure (see BC(10) also). The 'ROAD WORK NEXT X MILES" left arrow(G20-lbTL) and 'ROAD WORK NEXT X MILES" right arrow (G20-lbTR)" signs shallbe replaced by the detour signing called for in the plans. SAMPLE LAYOUT OF SIGNING FOR WORK BEGINNING AT THE CSJ LIMITS F G20-9TP** BEGIN SPEED ZONE ZONE BEGIN DO ROAD LIMIT TRAFFIC �IFG20 5T ROAD WORK NOT WORK R20-5T** FINES NEXT X MILES CW7-4L (as 1 PASS AHEAD X DOUBLE NAME X X appropriate) **G20-6T ODDRESS CW13-1P NRN R2-1 R20-5aTP** » �R CITY STATE CONTRACTOR Type 3 Barricade or channelizing devices \ warcrc SPACE AI 3X Channelizing CSJ Limit p Devices END When extended distances occur between minimalwork spaces, the Engineer/Inspector should ensure additional ROAD WORK "ROAD WORK AHEAD"(CW20-1D)signs are placed in advance of these work areas to remind drivers they are still G20-2 �E�E within the project limits. See the applicable TCP sheets for exact location and spacing of signs and channelizing devices. SAMPLE LAYOUT OF SIGNING FOR WORK BEGINNING DOWNSTREAM OF THE CSJ LIMITS L` **G20-5aP WORK ZONE BEGIN F ROAD *CW2C ROAD G20-5TROAD WORK TRAFFIC 111]]] MILES** R20-5T FINES CLOSED WORK HAW DOUBLE R11-2 T ADDRESS CW1-4L /z MILE CITY �cN ®CW7 6 Type 3 ❑G20 6T STATE R20 SaTP wRs Barricade or 1D channelizing XX CW13-1P CW20-1E �E�E coNTRACTOR devices X \ X \ X \ X X IE��IE��IE��I Channelizing TDevices SPACE lit W H- Q J ow --r,CSJ Limit I X ERO END 31 � ROAD WORK C20-2 * NO'i AZ?lNG line should coordinate with sign location R2 -1 O STAY ALERT OBEY WARNING 0 SIGNS STATE LAW TA LKK OR TEXT LATER G20-10T -3T �R2*1 X 4 4 X 4 NOTES STAY ALERT Q TALK OR TEXT LATER C20-10T �E CIE X OBEY WARNING SIGNS STATE LAW R20-3T** X LND I U WORK ZONE G20-2bT** TYPICAL CONSTRUCTION WARNING SIGN SIZE AND SPACING 1,5,6 SIZE Sign Conventional Expressway/ Number Road Freeway or Series CW204 CW21 CW22 48" x 48" 48" x 48'' CW23 CW25 CW1, CW2, CW7, CW8, 6" x 36" 48' x 48" CW9, CW11, CW14 CW3, CW4, CW5, CW6, 8" x 48" 48'' x 48" CW8-3, CW10, CW12 SPACING Posted Speed Sign Spacing "XI, MPH Feet Apprx.) 30 120 35 160 40 240 45 320 50 400 55 500 2 60 600 2 65 700 2 70 800 2 75 900 2 80 1000 2 3 * For typicalsign spacings on divided highways, expressways and freeways, see Part 6 of the "Texas Monuolon Uniform Traffic Control Devices" (TMUTCD) typical application diagrams or TCP Standard Sheets. a Minimum distance from work area to first Advance Warning sign nearest the work area and/or distance between each odditionolsign. GENERAL NOTES 1.Specialor larger size signs may be used as necessary. 2. Distance between signs should be increased as required to have 1500 feet advance warning. 3. Distance between signs should be increased as required to have 1/2 mile or more advance warning. 4. 36" x 36" "ROAD WORK AHEAD" (CW20-1D)signs may be used on low volume crossroads at the discretion of the Engineer. See Note 2 under "Typical Location of Crossroad Signs". 5.Only diamond shaped warning sign sizes are indicated. 6. See sign size listing in "TMUTCD", Sign Appendix or the "Standard Highway Sign Designs for Texas" manualfor complete list of available sign design sizes. The Contractor shall determine the appropriate distance to be placed on the G20-1 series signs and "BEGIN ROAD WORK NEXT X MILES"(G20-5T)sign for each specific project. This distance shollreplace the "X" and shallbe rounded to the nearest whole mile with the approvalof the Engineer. No decimals shallbe used. The "BEGIN WORK ZONE "(G20-9TP) and "END WORK ZONE" (G20-2bT) shallbe used as shown on the sample layout when advance signs are required outside the CSJ Limits. They inform the motorist of entering or leaving a part of the work zone lying outside the CSJ Limits where traffic fines may double if workers are present. Required CSJ Limit signing. See Note 10 on BCO). TRAFFIC FINES DOUBLE signs willnot be required on projects consisting solely of mobile operations work. ❑ Area for placement of "ROAD WORK AHEAD'' (CW20-1D)sign and other signs or devices as called for on the Traffic Control Plan. OContractor will install a regulatory speed limit sign at the end of the work zone. LEGEND I--1 Type 3 Barricade 0 0 0 Channelizing Devices i Sign See Typical Construction Warning Sign Size and X Spacing chart or the TMUTCD for sign spacing requirements. SHEET 2 OF 12 ® Traffic Operations ,Texas Department of Transportation Standard BARRICADE AND CONSTRUCTION PROJECT LIMIT BC(2)-14 FILE: bc-14.dgn DR: TxDOT CK: TxDOT I ow: TxDOT CK: TxDOT ©TxDOT November 2002 CONT SECT JOB HIGHWAY REVISIONS 9-07 8-14 DIST COUNTY SHEET N0. 7-13 32 OF TYPICAL APPLICATION OF WORK ZONE SPEED LIMIT SIGNS Work zone speed limits shollbe regulatory, established in accordance with the "Procedures for Establishing Speed Zones," and approved by the Texas Transportation Commission, or by City Ordinance when within Incorporated City Limits. Reduced speeds should only be posted in the vicinity Signing shown for Signing shown for one direction only. CSJ Of work activity and not throughout the entire project. one direction only. CSJ See 6C(2)for LIMITS Regulatory work zone speed signs (R2-1) shall be removed See BC(2)for LIMITS add itionaladvance additional advance signing. or covered during periods when they are not needed. signing. b 10 b b b 10 10 b See General See General (750'- 15001 Note 4 See General Note 4 (750'- 15001 Note 4 VWORK320-5aP SPEED Q WORK ZONE LIMIT G20-5aP SPEED SPEED O VMM-5 ZONE SPEED LIMIT WORK WORK LIMIT SPEED LIMIT OSPEED ZONE G20 5aP ZONE G20-5aPR2-1 LIMIT 0 R2-1 LIMIT 0 R2 1 R2 1 G O SPEED LIMIT SPEED O R2 1 U LIMIT CW3 5 R2 1 O R2-1 00 GUIDANCE FOR USE: LONG/INTERMEDIATE TERM WORK ZONE SPEED LIMITS GENERAL NOTES This type of work zone speed limit should be included on the design of the traffic controlplans when restricted geometrics with a lower design speed are present in the work zone and modification of the geometrics to a higher design speed is not feasible. Long/Intermediate Term Work Zone Speed Limit signs, when approved as described above, should be posted and visible to the motorist when work activity is present. Work activity may also be defined as a change in the roadway that requires a reduced speed for motorists to safely negotiate the work area, including: a) rough road or damaged pavement surface b) substantiololterotion of roadway geometrics (diversions) c) construction detours d) grade e) width f) other conditions readily apparent to the driver As long as any of these conditions exist, the work zone speed limit signs should remain in place. SHORT TERM WORK ZONE SPEED LIMITS This type of work zone speed limit may be included on the design of the traffic controlplans when workers or equipment are not behind concrete barrier, when work activity is within 10 feet of the traveled way or actually in the travelled way. Short Term Work Zone Speed Limit signs should be posted and visible to the motorists only when work activity is present. When work activity is not present, signs shall be removed or covered. (See Removing or Covering on BC(4)). 1. Regulatory work zone speed limits should be used only for sections of construction projects where speed controlis of major importance. 2.Regulatory work zone speed limit signs shall be placed on supports at a 7 foot minimum mounting height. 3.Speed zone signs are illustrated for one direction of travel and are normally posted for each direction of travel. 4. Frequency of work zone speed limit signs should be: 40 mph and greater 0.2 to 2 miles 35 mph and less 0.2 to 1 mile 5.Regulatory speed limit signs shollhave black legend and border on a white reflective background (See ''Reflective Sheeting'' on BC(4)). 6. Fabrication, erection and maintenance of the"ADVANCE SPEED LIMIT"(CW3-5)sign, "WORK ZONE"(G20-5aP)plaque and the "SPEED LIMIT"(R2-1)signs shollnot be paid for directly, but shall be considered subsidiary to Item 502. 7. Turning signs from view, laying signs over or down willnot be allowed, unless as otherwise noted under "REMOVING OR COVERING" on BC(4). 8. Techniques that may help reduce traffic speeds include but are not limited to: SHEET 3 OF 12 A. Law enforcement.® B. Flogger stationed next to sign. , Teas DepartmentofTrar►sportat C. Portable changeable message sign (PCMS). D. Low -power (drone) radar transmitter. E. Speed monitor trailers or signs. BARRICADE AND CONS 9.Speeds shown on details above are for illustration only. Work Zone Speed Limits should only be posted as approved for each project. WORK ZONE SPEED 10.For more specific guidance concerning the type of work, work zone conditions and factors impacting allowable regulatory construction speed zone reduction see TxDOT form u1204 in the TxDOT e-form system. Q (` / Z 1 _ 1 A W Q 0 TYPICAL MINIMUM CLEARANCES FOR LONG TERM AND INTERMEDIATE TERM SIGNS 12' min. 6ROAD QQ�° D 63 n A, D minimum WAD �(N)P11 CJ00 G3C3 h"In 00 RK from Gt` ORK GQViIC GQDD 6' AHEAD cart AHEAD 0 7.0' min. o 0'-6' 9.0' max. 6' or 7.0' min. 'o` 9.0' max. " 7.0' min. 6.0' min. 0 greater � �. �+1. .IT( 9.I 'max. Paved "' `%// ii�jj Paved shoulder shoulder �E When placing skid supports on unlevel ground, the leg post lengths must be adjusted so the sign appears straight and plumb. Objects shall NOT be placed under skids as a means of leveling. �E �E When plaques are placed on dual -leg supports, they should be attached to the upright nearest the travel lone. Supplemental plaques (advisory or distance) should not cover the surface of the parent sign. Support shollnot protrude above sign ATTACHMENT FOR SIGN SUPPORTS Support shollnot R O LNA D protrude UU UU above sign II � II II II 1�a[H [Elk a Sign supports shall extend more than 1/2 way up the back of the sign substrate. FRONT ELEVATION Wood, metal or Reinforced Plastic Splicing embedded perforated square metal tubing in order to extend post height will only be allowed when the splice is made using four bolts, two above and two below the spice point. Splice must be located entirely behind the sign substrate, not near the base of the support. Splice insert lengths should be at least 5 times nominal post size, centered on the splice and of at least the some gouge material. STOP/SLOW PADDLES 1.STOP/SLOW paddles are the primary method to control traffic by floggers. The STOP/SLOW paddle size should be 24" x 24" as detailed below. 2. When used at night, the STOP/SLOW paddle shallbe retroreflectorized. 3. STOP/SLOW paddles may be attached to a staff with a minimum length of 6' to the bottom of the sign. 4. Any lights incorporated into the STOP or SLOW paddle faces shallonly be as specifically described in Section 6E.03 Hand Signaling Devices in the TMUTCD. I 9 (8�5w. 8"C 24" I ) B R--2 '' she 24„ Background - Red Legend & Border - While y t !/8" 24" Background - Orange Legend & Border - Black L 7 �,�77/d SIDE ELEVATION Wood Attachment to wooden supports will be by bolts and nuts or screws. Use TxDOT's or manufacturer's recommended procedures for attaching sign substrates to other types of sign supports Nails shall NOT be allowed. Each sign shallbe attached directly to the sign support. Multiple signs shollnot be joined or spliced by any means. Wood supports shollnot be extended or repaired by splicing or other means. CONTRACTOR REQUIREMENTS FOR MAINTAINING PERMANENT SIGNS WITHIN THE PROJECT LIMITS 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 some. 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, remove or cover the permanent signs until the permanent sign message matches the roadway condition. 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 shallbe 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 ore to be removed and relocated using temporary supports, the Contractor shall use croshworthy supports as shown on the BC sheets or the CWZTCD. The signs shollmeet 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 shallbe replaced as soon as possible by the Contractor to ensure proper guidance for the motorists. This will be subsidiary to Item 502. 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 shallbe painted white. 3. Barricades shalINOT be used as sign supports. 4. Allsigns shallbe installed in accordance with the plans or as directed by the Engineer. Signs shallbe 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 shallbe documented by written agreement between the Engineer and the Contractor's Responsible Person. Allchanges 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 initiolond dote 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 morkings may be shown only on the back of the sign substrate. The maximum height of letters and/or company logos used for identification shallbe 1 inch. 9. The Contractor shollreploce damaged wood posts. New or damaged wood sign posts shallnot be spliced. DURATION OF WORK (as defined by the "Texas Monuolon Uniform Traffic Control Devices" Port 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. b. Intermediate -term stationary - work that occupies a location more than one daylight period up to 3 days, or nighttime work lasting 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 shollbe a minimum of 1 foot above the pavement surface but no more than 2 feet above the ground. 3. Long-term/Intermediate-term Signs may be used in lieu of Short-term/Short Duration signing. 4. Short-term/Short Duration signs shallbe used only during daylight and shallbe removed at the end of the workday or raised to 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. SIZE OF SIGNS 1. The Contractor shall furnish the sign sizes shown on BC (2) unless otherwise shown in the plans or as directed by the Engineer. SIGN SUBSTRATES 1. The Contractor shollensure 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 on approved sign substrate, regardless of the tightness of the weave. 3. Allwooden individualsign panels fabricated from 2 or more pieces shallhave 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 shallbe attached to the back of the sign using wood screws that do not penetrate the face of the sign panel. The screws shallbe placed on both sides of the splice and spaced at 6" centers. The Engineer may approve other methods of splicing the sign face. REFLECTIVE SHEETING 1. Allsigns shallbe 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(% 2. White sheeting, meeting the requirements of DMS-8300 Type A, shall be used for signs with a white background. 3. Orange sheeting, meeting the requirements of DMS-8300 Type B or Type rPL , shallbe uEpgd for rigid signs with orange backgrounds. SIGN LETTERS 1. Allsign letters and numbers shollbe 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 Deportment Standards and Specifications. REMOVING OR COVERING 1. When sign messages may be confusing or do not apply, the signs shallbe removed or completely covered. 2. Long-term stationary or intermediate stationary signs installed on square metaltubing may be turned away from traffic 90 degrees when the sign message is not applicable. This technique may not be used for signs installed in the median of divided highways or near any intersections where the sign may be seen from approaching traffic. 3. Signs installed on wooden skids shollnot 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 materialused shallbe opaque, such as heavy milblack plastic, or other materials which willcover the entire sign face and maintain their opaque properties under automobile headlights at night, without damaging the sign sheeting. 5. Burlap sholINOT be used to cover signs. 6. Duct tape or other adhesive material shall NOT be affixed to a sign face. 7. Signs and anchor stubs shallbe removed and holes backfilled upon completion of work. SIGN SUPPORT WEIGHTS 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. SHEET 4 OF 12 2. The sandbags willbe tied shut to keep the sand from spilling and to maintain a constant weight. ® Traffic 3. Rock, concrete, iron, steel or other solid objects shall not be permitted for use as sin support weights. 9 9 Texas De artmentofTrans Transportation Operations Division 4. Sandbags should weigghh a minimum of 35 Ibis and o maximum of 50 lbs. p p Standard 5. Sandbags shallbe made of a durable materialthat tears upon vehicular impact. Rubber (such as tire inner tubes) shall NOT be used. 6. Rubber ballasts designed for channelizing devices should not be used for BARRICADE AND CONSTRUCTION bollost on portable sign supports. Sign supports designed and manufactured with rubber bases may be used when shown on the CWZTCD list. TEMPORARY SIGN NOTES 7. Sandbags shallonly be placed along or laid over the base supports of the traffic controldevice and shollnot be suspended above ground levelor 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 shollnot be used to level sign supports placed on slopes. B C - 4 FLAGS ON SIGNS FILE: bc-14.dgn DN: TxDOT DK: TxDOT Dw: TxDOT CK: TXDI 1. Flags may be used to draw attention to warning signs. When used the flag ©TOOT November 2002 CONT �SECTI JOB HIGHWAY shollbe 16 inches square or larger and shallbe orange or fluorescent REVISIONS red -orange in color. Flags shollnot be allowed to cover any portion of 9 07 8 14 DST COUNTY SHEET No. the sign face. 7-13 1 34 Maximum 21 sq. ft. of sign face IL II II II II II II 4.4 I \\\ wood post See BC(4) for sign 30" height requirement I 40" I Front Upright must telescope to provide 7' height above pavement 36" 4x4 wood post 2x6 Top 24" 2.4 x 40" 2x6 Maximum 12 sq. ft. of Q sign face 4x4 wood post See BC(4) for sign height requirement 36" Side Front SKID MOUNTED WOOD SIGN SUPPORTS 24' l 2x6 'I s-skid 2x6 2x6 60' F x4 ck Length of skids may be increased for additional stability. Top 24" 2x4 brace 3/8" bolts w/nuts or 3/8" x 3 1/2" (min.) lag V screws 4x4 block 4x4 block Side LONG/INTERMEDIATE TERM STATIONARY - PORTABLE SKID MOUNTED SIGN SUPPORTS ❑ Welds to start on opposite sides going in opposite directions. Minimum weld, do not bock fill puddle. weld % weld _.• weld starts here starts here weld 9 sq. ft. or less- 10mm extruded thinwall plastic sign only 1 3/4" x 1 3/4" x 11 foot 12 go post (DO NOT SPLICE) 13/4" galy, round with 5/16" holes or 13/4" x 13/4" square tubing 2" pin of angle needed to match sideslope 5' SINGLE LEG BASE Side View 16 sq. ft. or less of any rigid sign substrate listed in section J.2.d of the CWZTCD, except 5/8" plywood. 1/2" plywood is allowed. 13/4 " x 13/4 " x 129" (hole to hole) 12 ga. support telescopes into sleeve 13/4 " x 13/4 " x 52" (hole to hole) 12 ga. square perforated tubing diogonalbrace — 1 3/4 " x 13/4 " x 32" (hole to hole) 12 ga. square perforated tubing cross brace 3/8" X 4-1/2 gr. o •;�� 5 BOLT ITYP.) O 0 7/16" —2" x 2" x 12 ga. upright I� N N 0 0 Sign Post SJ(toae <aJ(\d G 48" minimum OPTION 1 (Direct Embedment) Sign Post SJt`JOe G(aJnd 4" - ;I 9„ Max. 'I desirable yl 34" min. in strong soils, 55" min. in weak soils. Anchor Stub (1/4" larger than sign post) OPTION 2 (Anchor Stub) PERFORATED SQUARE METAL TI Sign Post to°e q �I 9" max. desirable 18" I; Optional I reinforcing I� sleeve �I� �14mirs. in (1/2" larger strongoils, than sign 55" min. in post) x 18" weak soils. Anchor Stub (1/4" larger than sign post) OPTION 3 (Anchor Stub and Reinforcing Sleeve)) 1BING yJttJae (aJoO G WING CHANNEL Lap-splice/base bolted anchor GROUND MOUNTED SIGN SUPPORTS Refer to the CWZTCD and the manufacturer's installation procedure for each type sign support. The maximum sign square footage shalladhere to the manufacturer's recommendation. Two post installations can be used for larger signs. 11/2„ WEDGE ANCHORS Dio.(typ) Both steeland plastic Wedge Anchor Systems as shown Q on the SMD Standard Sheets may be used as temporary sign supports for signs up to 10 square feet of sign 4 H face. They may be set in concrete or in sturdy soils if approved by the Engineer. (See web address for 6" "Traffic Engineering Standard Sheets" on BCO)). 0 3/8" x 3" gr.5 bolt � 18" per support) joining sign o OTHER DESIGNS sign panel and supports 4 MORE DETAILS OF APPROVED LONG/INTERMEDIATE AND SHORT TERM SUPPORTS CAN BE FOUND ON THE a Direction CWZTCD LIST. SEE BCO) FOR WEBSITE LOCATION. of Traffic GENERAL NOTES SKID MOUNTED PERFORATED SQUARE STEEL TUBING SIGN SUPPORTS Nominal Post Size Number of Posts Maximum Sq. feet of Sign Face Minimum Soil Embedment Drilled Hole(s) Required 4 x 4 1 12 36" NO 4 x 4 2 21 36" NO 4 x 6 1 21 36" YES 4 x 6 1 2 36 36" YES WOOD POST SYSTEM FOR GROUND MOUNTED SIGN SUPPORTS 1. Nails may be used in the assembly of wooden sign supports, but 3/8" bolts with nuts or 3/8" x 3 1/2" lag screws must be used on every joint for final connection. 2. No more than 2 sign posts shallbe placed within a 7 ft. circle, except for specific materials noted on the CWZTCD List. 3. When project is completed, all sign supports and foundations shallbe removed from the project site. This willbe considered subsidiary to Item 502. ❑ See BC(4) for definition of "Work Duration." Wood sign posts MUST be one piece. Splicing will NOT be allowed. Posts shall be painted white. Be the CWZTCD for the type of sign substrate 0 3/8 " X 3" gr, that can be used for each approved sign support. 5 bolt 13/4 " x 13/4 " x 129" SHEET 5 OF 12 (hole to hole) = ® Traffic 12 ga. square Operations perforated o ,Texas Department of Transportation StandaM tubing upright — 3' Completely welded BARRICADE AND CONSTRUCTION 2" x 2" x 59" around tubing (hole to hole) TYPICAL SIGN SUPPORT 12 go. perforated tubing skid 2" x 2" x 8" (hole to hole) 12 ga. square i perforated B (` �, —14 .......... tubing sleeve uv FILE: bc-14.dgn ON: TxDOT CK: TxDOT Dw: TxDOT CK: TxDOT welded to skid 6D" ©T00T November 2002 CONT SECT JOB I HIGHWAY REVISIONS 9-07 6-14 DIST COUNTY I SHEET NO. 7 -13 35 49 WHEN NOT IN USE, REMOVE THE PCMS FROM THE RIGHT-OF-WAY OR PLACE THE PCMS BEHIND BARRIER OR GUARDRAIL WITH SIGN PANEL TURNED PARALLEL TO TRAFFIC RECOMMENDED PHASES AND FORMATS FOR PCMS MESSAGES DURING ROADWORK ACTIVITIES (The Engineer may approve other messages not specifically covered here.) > o 0� „ v o0 T U .• U a v . v 3 _oN z > • �= E ao U N� vao 0 ac U o UI O U l 0 m v v � E o °JE vu a,oa woo N0 N O '_ W y � v = d v � U 0 0 U 0 roo n,_ u v wo- oao o'ay �0E 00, 0 Z ow 0 a N[)0 H 0 tl x x �Fo QT� a� vwo �=oo w EvEm JF VI N U t N D _ -0 0 1O PORTABLE CHANGEABLE MESSAGE SIGNS 1. The Engineer/Inspector shollopprove ollmessoges used on portable changeable message signs (PCMS). 2. Messages on PCMS should contain no more than 8 words (about four to eight characters per word), not including simple words such as 'TO," "FOR," "AT," etc. 3. Messages should consist of a single phase, or two phases that alternate. Three-phase messages are not allowed. Each phase of the message should convey a single thought,and must be understood by itself. 4. Use the word "EXIT" to refer to an exit ramp on a freeway; i.e., "EXIT CLOSED." Do not use the term "RAMP." 5. Always use the route or interstate designation (IH, US, SH, FM) along with the number when referring to a roadway. 6. When in use the bottom of a stationary PCMS message ponelshould be a minimum 7 feet above the roadway, where possible. 7. The message term "WEEKEND" should be used only if the work is to start on Saturday morning and end by Sunday evening at midnight. Actualdays and hours of work should be displayed on the PCMS if work is to begin on Friday evening and/or continue into Monday morning. 8. The Engineer/Inspector may select one of two options which are avail- able for displaying a two-phase message on a PCMS. Each phase may be displayed for either four seconds each or for three seconds each. 9. Do not "flash" messages or words included in a message. The message should be steady burn or continuous while displayed. 10. Do not present redundant information on a two-phase message; i.e., keeping two lines of the message the same and changing the third line. 11. Do not use the word "Danger" in message. 12.Do not display the message "LANES SHIFT LEFT" or "LANES SHIFT RIGHT" on a PCMS. Drivers do not understand the message. 13. Do not display messages that scroll horizontally or vertically across the face of the sign. 14.The following table lists abbreviated words and two -word phrases that ore acceptable for use on a PCMS. Both words in a phrase must be displayed together. Words or phrases not on this list should not be abbreviated, unless shown in the TMUTCD. 15. PCMS character height should be at least 18 inches for trailer mounted units. They should be visible from at least 112 (.5) mile and the text should be legible from at least 600 feet at night and 800 feet in daylight. Truck mounted units must hove a character height of 10 inches and must be legible from at least 400 feet. 16.Each line of text should be centered on the message board rather than left or right justified. 17. If disabled, the PCMS should default to an illegible display that will not alarm motorists and willonly be used to alert workers that the PCMS has malfunctioned.A pattern such as a series of horizontal solid bars is appropriate. WORD OR PHRASE ABBREVIATION WORD OR PHRASE ABBREVIATION Access Road ACCS RD lojor MAJ Alternate ALT Miles MI Avenue AVE Miles Per Hour MPH Best Route BEST RTE Minor MNR Boulevard BLVD Monday MON Bridge BRDG Normal NORM Cannot CANT North N Center CTR Northbound (route) N Construction Ahead CONST AHD Parking PKING Road RD CROSSING XING Right Lane RT LN Detour Route DETOUR RTE Saturday SAT Do Not DONT Service Road SERV RD East E Shoulder SHLDR Eastbound (route) E Slippery SLIP Emer enc EMER South S Emergency Vehicle EMER VEH Southbound (route) S Entrance Enter ENT Speed SPD Express Lone EXP LN Street ST Expressway EXPWY Sunday SUN XXXX Feet XXXX FT Telephone PHONE Fog Ahead FOG AHD Temporary TEMP Freeway FRWY FWY Thursday THURS Freeway Blocked FWY BLKD To Downtown TO DWNTN FridayFRI Traffic TRAF Hazardous Drivino HAZ DRIVING Travelers TRVLRS Hazardous Material HAZMAT Tuesday TUES High -Occupancy HOV Time Minutes TIME MIN Vehicle Highway HWY Upper Level UPR LEVEL Vehicles (s) VEH, VEHS Hour(s) HR,HRS Warning WARN Information INFO Wednesday WED It Is ITS Weight Limit WT LIMIT Junction JCT Left LFT West W Westbound (route) W Left Lane LFT LN Wet Pavement WET PVMT Lane Closed LN CLOSED Will Not IWONT Lower Level LWR LEVEL Maintenance MAINT Roadway designation b IH-number, US -number, SH-number, FM -number Phase 1: Condition Lists Road/Lane/Ramp Closure List FREEWAY FRONTAGE CLOSED ROAD X MILE CLOSED ROAD SHOULDER CLOSED CLOSED AT SH XXX XXX FT ROAD RIGHT LN CLSD AT CLOSED FM XXXX XXX FT RIGHT X RIGHT X LANES LANES CLOSED OPEN CENTER DAYTIME LANE LANE CLOSED CLOSURES NIGHT I-XX SOUTH LANE EXIT CLOSURES CLOSED Other Condition List ROADWORK ROAD XXX FT REPAIRS XXXX FT FLAGGER LANE XXXX FT NARROWS XXXX FT RIGHT LN TWO-WAY NARROWS TRAFFIC XXXX FT XX MILE MERGING CONST TRAFFIC TRAFFIC XXXX FT XXX FT LOOSE UNEVEN GRAVEL LANES XXXX FT XXXX FT DETOUR ROUGH X MILE ROAD XXXX FT VARIOUS LANES EXIT XXX CLOSED ROADWORK PAST ROADWORK NEXT CLOSED X MILE SH XXXX FRI-SUN EXIT CLOSED RIGHT LN TO BE BUMP XXXX FT US XXX EXIT CLOSED X MILES MALL DRIVEWAY X LANES CLOSED TRAFFIC SIGNAL LANES SHIFT CLOSED TUE - FRI XXXX FT XXXXXXXX BLVD LANES SHIFT in Phase 1 must be used with STAY IN LANE in Phase 2. CLOSED APPLICATION GUIDELINES 1. Only 1 or 2 phases are to be used on a PCMS. 2. The 1st phase for both) should be selected from the "Rood/Lane/Ramp Closure List" and the "Other Condition List". 3. A 2nd phase con be selected from the "Action to Take/Effect on Travel, Location, General Warning, or Advance Notice Phase Lists". 4. A Location Phase is necessary only if a distance or location is not included in the first phase selected. 5. If two PCMS are used in sequence, they must be separated by a minimum of 1000 ft. Each PCMS shall be limited to two phases, and should be understandable by themselves. 6. For advance notice, when the current dote is within seven days of the actualwork date, calendar days should be replaced with days of the week. Advance notification should typically be for no more than one week prior to the work. FULL MATRIX PCMS SIGNS Phase 2: Possible Component Lists Action to Take/Effect on Travel Location Warning Advance List List List Notice List MERGE RIGHT FORM X LINES RIGHT AT FM XXXX SPEED LIMIT XX MPH TUE-FRI XX AM - X PM DETOUR NEXT X EXITS USE XXXXX RD EXIT BEFORE RAILROAD CROSSING MAXIMUM SPEED XX MPH APR XX- XX X PM-X AM USE EXIT XXX USE EXIT I-XX NORTH NEXT X MILES MINIMUM SPEED XX MPH BEGINS MONDAY STAY ON US XXX SOUTH USE I-XX E TO I-XX N PAST US XXX EXIT ADVISORY SPEED XX MPH BEGINS MAY XX TRUCKS USE US XXX N WATCH FOR TRUCKS XXXXXXX TO XXXXXXX RIGHT LANE EXIT MAY X-X XX PM - XX AM WATCH FOR TRUCKS EXPECT DELAYS US XXX TO FM XXXX USE CAUTION NEXT FRI-SUN EXPECT DELAYS PREPARE TO STOP DRIVE SAFELY XX AM TO XX PM REDUCE SPEED XXX FT END SHOULDER USE DRIVE WITH CARE NEXT TUE AUG XX USE OTHER ROUTES WATCH FOR WORKERS TONIGHT XX PM_ XX AM STAY IN LANE )F See Application Guidelines Note 6. WORDING ALTERNATIVES 1. The words RIGHT, LEFT and ALL con be interchanged as appropriate. 2. Roadway designations IH, US, SH, FM and LP can be interchanged as appropriate. 3. EAST, WEST, NORTH and SOUTH (or abbreviations E, W, N and S) can be interchanged as appropriate. 4. Highway names and numbers replaced as appropriate. 5. ROAD, HIGHWAY and FREEWAY can be interchanged as needed. 6. AHEAD may be used instead of distances if necessary. 7. FT and MI, MILE and MILES interchanged as appropriate. 8. AT, BEFORE and PAST interchanged as needed. 9. Distances or AHEAD can be eliminated from the message if a location phase is used. PCMS SIGNS WITHIN THE R.O.W. SHALL BE BEHIND GUARDRAIL OR CONCRETE BARRIER OR SHALL HAVE A MINIMUM OF FOUR (4) PLASTIC DRUMS PLACED PERPENDICULAR TO TRAFFIC ON THE UPSTREAM SIDE OF THE PCMS, WHEN EXPOSED TO ONE DIRECTION OF TRAFFIC. WHEN EXPOSED TO TWO WAY TRAFFIC, THE FOUR DRUMS SHOULD BE PLACED WITH ONE DRUM AT EACH OF THE FOUR CORNERS OF THE UNIT. 1. When Full Matrix PCMS signs are used, the character height and legibility/visibility requirements shall be maintained as listed in Note 15 under "PORTABLE CHANGEABLE MESSAGE SIGNS" above. 2. When symbol signs, such as the "Flogger Symbol"(CW20-7) are represented graphically on the Full Matrix PCMS sign and, with the approval of the Engineer, it shallmaintain the legibility/visibility requirement listed above. 3. When symbol signs are represented graphically on the Full Matrix PCMS, they shall only supplement the use of the static sign represented, and shall not substitute for, or replace that sign. 4. A fullmotrix PCMS may be used to simulate o flashing arrow board provided it meets the visibility, flash rate and dimming requirements on BC(7), for the some size arrow. SHEET 6 OF 12 ® Traffic Operations ,TexasDepartment ofTransportation Dllsl*n Standard BARRICADE AND CONSTRUCTION PORTABLE CHANGEABLE MESSAGE SIGN (PCMS) BC(6)-14 FILE: bc-14.dgn DN: TxDOTICE: TxDOT Dw: TxDOT CK: Tx DI CQT00T November 2002 CONT SECT JOB HIGHWAY REVISIONS 9-07 8-14 DIST COUNTY SHEET N0. 7 -13 36 c TO C'N 0 �v TO C O W . � � N O � 3 � o m o` Z T E a 0 0C c 0 d a , u 00 N o u m E E E 0 °JE N N c woo mo m 0 a� a' � •d >d > u L 0 N ..N > o `o nt � .p3c ago- > aI 0�0 o'av, To o c E o o0- c O d UI ~ t 00 u 0 ..E-2_. � TD ao Ova O V C E d E m Q L ut N U t V E - c Y O 1. Barrier Reflectors shall be pre-quolified, and conform to the color and reflectivity requirements of DMS-8600. A list of prequolified Barrier Reflectors can be found at the Material Producer List web address shown on BCHI. 2. Color of Barrier Reflectors shallbe as specified in the TMUTCD. The cost of the reflectors shall be considered subsidiary to Item 512. CONCRETE TRAFFIC BARRIER (CTB) 3. Where traffic is on one side of the CTB, two (2) Barrier Reflectors shallbe mounted in approximately the midsection of each section of CTB. An alternate mounting location is uniformly spaced at one end of each CTB. This willallow for attachment of a barrier grapple without damaging the reflector. The Barrier Reflector mounted on the side of the CTB shallbe located directly below the reflector mounted on top of the barrier,as shown in the detailabove. 4. Where CTB separates two-way traffic, three barrier reflectors shall be mounted on each section of CTB. The reflector unit on top shallhave two yellow reflective faces (Bi-Directionapwhile 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 some direction, no barrier reflectors willbe 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 (401 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 recommendat ions. 10.Missing or damaged Barrier Reflectors shallbe replaced as directed by the Engineer. 11.Single slope barriers shallbe delineated as shown on the above detail. Barrier Reflector on 16" toll plastic bracket 16" Max. spacing of barrier reflectors is 20 feet. Attach the delineators as per DES manufacturer's recommendations. LOW PROFILE CONCRETE BARRIER (LPCB) See D & ON (VIA) DELINEATION OF END TREATMENTS END TREATMENTS FOR CTB'S USED IN WORK ZONES End treatments used on CTB's in work zones shallmeet crashworthy standards as defined in the National Cooperative Highway Research Report 350.Refer to the CWZTCD List for approved end treatments and manufacturers. BARRIER REFLECTORS FOR CONCRETE TRAFFIC BARRIER AND ATTENUATORS Type C Warning Light or approved substitute mounted on a drum adjacent to the trovelway. Warning reflector may be round or square.Must have a yellow reflective surface area of at least 30 square inches WARNING LIGHTS 1. Warning lights shall meet the requirements of the TMUTCD. 2. Warning lights shollNOT 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 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 kheetink meeting the requirements of Departmental Material Specification DMS-8300. 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 shallbe as indicated on this sheet and/or other sheets of the plans by the designation "SB". 5. The Engineer/Inspector or the plans shollspecify the location and type of warning lights to be installed on the traffic controldevices. 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. 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. 8. The location of warning lights and warning reflectors on drums shallbe as shown elsewhere in the plans. 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 shallnot 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 ore intended to be used in a series to delineate the edge of the travel lone 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. Jm of =.ctors cturer's )ns. WARNING REFLECTORS MOUNTED ON PLASTIC DRUMS AS A SUBSTITUTE FOR TYPE C (STEADY BURN) WARNING LIGHTS 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 shallbe yellow in color and shallbe 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 shallbe 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 shallhave sheeting meeting the color and relroreflectivity requirements for DMS 8300-Type B or Type C. 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 identicalto the channelizing device spacing requirements. Arrow Boards may be located behind channelizing devices in place for a shoulder taper or merging taper, otherwise they shall be delineated with four (4) channelizing devices placed perpendicular to traffic on the upstream side of traffic. 1. The Flashing Arrow Board should be used for all lone closures on multi -lane roadways, or slow moving maintenance or construction activities on the travel lanes. 2. Flashing Arrow Boards should not be used on two-lane, two-way roadways, detours, diversions or work on shoulders unless the "CAUTION" display (see detailbelow)is used. 3. The Engineer/Inspector shall choose all appropriate signs, barricades and/or other traffic controldevices that should be used in conjunction with the Flashing Arrow Board. 4. The Flashing Arrow Board should be able to display the following symbols: • • • • • • • • • • OR • • • • • • • • • • • • • 4 CORNER CAUTION ALTERNATING DIAMOND CAUTION • • • • • • • • • • • • • • • • • • • • • • • • • DOUBLE ARROW LEFT & RIGHT CHEVRON ARROW LEFT & RIGHT 5. The "CAUTION" display consists of four corner lomps flashing simultaneously, or the Alternating Diamond Caution mode as shown. 6. The straight line caution display is NOT ALLOWED. 7. The Flashing Arrow Board shallbe capable of minimum 50 percent dimming from rated lamp voltage. The flashing rote of the lamps shallnot be less than 25 nor more than 40 flashes per minute. 8. Minimum lamp "on time" shallbe approximately 50 percent for the flashing arrow and equal intervals of 25 percent for each sequentiolphase of the flashing chevron. 9. The sequentiolorrow display is NOT ALLOWED. 10. The flashing arrow display is the TxDOT standard; however, the sequential Chevron display may be used during daylight operations. 11. The Flashing Arrow Board shallbe mounted on a vehicle, trailer or other suitable support. 12. A Flashing Arrow Board SHALL NOT BE USED to laterally shift traffic. 13. A full matrix PCMS may be used to simulate a Flashing Arrow Board provided it meets visibility, flash rate and dimming requirements on this sheet for the some size arrow. 14. Minimum mounting height of trailer mounted Arrow Boards should be 7 feet from roadway to bottom of panel. REQUIREMENTS MINIMUM MINIMUM NUMBER MINIMUM TYPE SIZE OF PANEL LAMPS VISIBILITY DISTANCE B 30 x 60 13 3/4 mile C 48 x 96 15 1 mile ATTENTION Flashing Arrow Boards shall be equipped with automatic dimming devices. FLASHING ARROW BOARDS TRUCK -MOUNTED ATTENUATORS 1. Truck -mounted ottenuotors (TMA) used on TxDOT facilities must meet the requirements outlined in the National Cooperative Highway Research Report No.350 (NCHRP 350) or the Manual for Assessing Safely Hardware (MASH). 2. Refer to the CWZTCD for the requirements of Level or Leve13 TMAs. 3. Refer to the CWZTCD for a list of approved TMAs. 4. TMAs are required on freeways unless otherwise noted in the plans. 5. A TMA should be used anytime that it can be positioned 30 to 100 feet in advance of the area of crew exposure without adversely affecting the work performance. 6. The only reason a TMA should not be required is when a work area is spread down the roadway and the work crew is on extended distance from the TMA. WHEN NOT IN USE, REMOVE THE ARROW BOARD FROM THE RIGHT-OF-WAY OR PLACE THE ARROW BOARD BEHIND CONCRETE TRAFFIC BARRIER OR GUARDRAIL. SHEET 7 OF 12 ® Traffic Operations ,Texas Department of Transportation StandaM BARRICADE AND CONSTRUCTION ARROW PANEL, REFLECTORS, WARNING LIGHTS & ATTENUATOR BC(7)-14 FILE: bc-14.dgn DN: TOOT CK: TOOT Dw: TxDOT CK: TXDI CQTOOT November 2002 CONT �SECTI dos I HIGHWAY REVISIONS 9-07 8-14 DIST COUNTY SHEET N0. 7-13 3T c TO c'N 0 w o c > O .. u o v . �L, d O � 3 J O N o`- Z T E a o U N � a o ac U VI'" U 0 N � O l D_ c CNN v E o �JE &a w0 'a . CXY C' _ N N H F m d > u L N � In ro 0 �L u � ):.0 a o o a0 J � a N T O �0E c o 0 0 �O` o m N H L 00 N � x �F o �TD ac " a w f m E w Q L UI N U L c o GENERAL NOTES 1. For long term stationary work zones on freeways, drums shall be used as Handle the primary channelizing device. 2. Far intermediate term stationary work zones on freeways, drums should be Top should not used as the primary channelizing device but may be replaced in tangent allow collection sections by vertical panels, or 42" two-piece cones. In tangent sections of water or - one-piece cones may be used with the approvalof the Engineer but only debris if personnelare present on the project at alltimes to maintain the cones in proper position and location. 4" max 3. For short term stationary work zones on freeways, drums are the preferred 4" min channelizing device but may be replaced in tapers, transitions and tangent 8" max / sections by vertical panels, two-piece cones or one-piece cones as (typ) approved by the Engineer. 4. Drums and all related items shall comply with the requirements of the current version of the "Texas Manualon Uniform Traffic Control Devices" (TMUTCD) and the "Compliant Work Zone Traffic Control Devices List" 2" max (CWZTCD). (typ,) 5. Drums, bases, and related materials shall exhibit good workmanship and shollbe free from objectionable marks or defects that would adversely g affect their appearance or serviceability. E E 6. The Contractor shallhave a maximum of 24 hours to replace any plastic o v drums identified for replacement by the Engineer/Inspector. The replace- ment device must be on approved device. GENERAL DESIGN REQUIREMENTS Pre -qualified plastic drums shallmeet the following requirements: 1. Plastic drums shollbe a two-piece design; the "body" of the drum shall be the top portion and the "base" shollbe the bottom. 2. The body and base shall lock together in such a monner 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 deformoble materials. The Contractor sholINOT use metoldrums or single piece plastic drums as channelizotion 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) shollbe a minimum of 36 inches and CW1-6L a maximum of 42 inches. 24 5. The top of the drum shallhave a built-in handle for easy pickup and shollbe designed to drain water and not collect debris. The handle shallhave 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 shallhave 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 shallnot exceed 2 inches in width. 7. Bases shallhave a maximum width of 36 inches, a maximum height of 4 36" 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, 450 high -density polyethylene (HDPE) or other approved material. 9.Drum body shallhave a maximum unballasted weight of 11lbs. yl 10.Drum and base shall be marked with manufacturer's name and model number. I/ 4" Orange RETROREFLECTIVE SHEETING 4" White 1. The stripes used on drums shollbe constructed of sheeting meeting the color and retroreflectivity requirements of Departmental Materials Specification DMS-8300, "Sign Face Materials." Type A reflective sheeting shollbe supplied unless otherwise specified in the plans. 2. The sheeting shollbe suitable for use on and sholladhere to the drum surface such that, upon vehicular impact, the sheeting shall remain adhered in-ploce and exhibit no delaminoting, cracking, or loss of retroreflectivity other than that loss due to abrasion of the sheeting surface. BALLAST 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. 3. Recycled truck tire sidewalls may be used for ballast on drums approved for this type of ballast on the CWZTCD list. 4. The ballast shall not be heavy objects, water, or any material that would become hazardous to motorists, pedestrians, or workers when the drum is struck by a vehicle. 5. When used in regions susceptible to freezing, drums shall have drainage holes in the bottoms so that water willnot collect and freeze becoming a hazard when struck by a vehicle. 6. Ballast shall not be placed on top of drums. 7. Adhesives may be used to secure base of drums to pavement. DIRECTION INDICATOR BARRICADE 12" 8' 1. The Direction Indicator Barricade may be used in tapers, transitions, and other areas where specific directional guidance to drivers is necessary. 2. If used, the Direction Indicator Barricade should be used in series to direct the driver through the transition and into the intended travel lone. 3. The Direction Indicator Barricade shollconsist of One -Direction Large Arrow (CW1-6) sign in the size shown with a black arrow on a background of Type B opLType C Orppge retroreflective sheeting above a roilwith Type A retroreflective sheeting in alternating 4" white and orange stripes sloping downward at an angle of 45 degrees in the direction road users are to pass. Sheeting types shollbe as per DMS 8300. 4. Double arrows on the Direction Indicator Barricade will not be allowed. 5. Approved manufacturers ore shown on the CWZTCD List. Ballast shollbe as approved by the manufacturers instructions. 18" min 9/16" dia. (typ) for mounting signs and warning lights Each drum shallhave a minimum of 2 orange and 2 white stripes using Type A retro- reflective sheeting with the top stripe being orange. Taper to allow for stacking a minimum of 5 drums Base (36" dia. max) This detail is not intended for fabrication. See note 3 and the CWZTCD list for providers of approved Detectable Pedestrian Barricades 36" Detectable Ed DETECTABLE PEDESTRIAN BARRICADES 1. When existing pedestrian facilities are disrupted, closed, or relocated in a TTC zone, the temporary facilities shollbe detectable and include accessibility features consistent with the features present in the existing pedestrian facility. 2. Where pedestrians with visual disabilities normally use the closed sidewalk, a device that is detectable by a person with a visual disability traveling with the aid of a long cane shollbe placed across the fullwidth of the closed sidewalk. 3. Detectable pedestrian barricades similar to the one pictured above, longitudinal channelizing devices, some concrete barriers, and wood or chain link fencing with a continuous detectable edging con satisfactorily delineate a pedestrian path. 4. Tape, rope, or plastic chain strung between devices are not detectable, do not comply with the design standards in the "Americans with Disabilities Act Accessibility Guidelines for Buildings and Facilities (ADAAG)" and should not be used as a control for pedestrian movements. 5. Warning lights shall not be attached to detectable pedestrian barricades. 6. Detectable pedestrian barricades may use 8" nominal barricade roils as shown on BC(10) provided that the top roilprovides a smooth continuous railsuitoble for hand trailing with no splinters, burrs, or sharp edges. 18" x 24" Sign 12" x 24" (Maximum Sign Dimension) VerticalPanel Chevron CW1-8, Opposing Traffic Lane mount with diagonals Divider, Driveway sign D70o, Keep Right sloping down towards R4 series or other signs as approved travel way by Engineer Plywood, Aluminum or Metal sign substrates shall NOT be used on plastic drums SIGNS, CHEVRONS, AND VERTICAL PANELS MOUNTED ON PLASTIC DRUMS 1. Signs used on plastic drums shollbe manufactured using substrates listed on the CWZTCD. 2. Chevrons and other work zone signs with on orange background shollbe manufactured with Type B or Trype C OranggL sheeting meeting the color and retroreflectivity requirements of DMS-8300, "Sign Face Material," unless otherwise specified in the plans. 3. Vertical Panels shall be manufactured with orange and white sheeting meeting the requirements of DMS-8300 Type A Diagonalstripes on VerticalPonels shollslope down toward the intended traveled lane. 4. Other sign messages (text or symbolic) may be used as approved by the Engineer. Sign dimensions shall not exceed 18 inches in width or 24 inches in height, except for the R9 series signs discussed in note 8 below. 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 shollbe 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 topers or on shifting topers. 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. 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 approvalof the Engineer. SHEET 8 OF 12 ® Traffc Operations Texas Department of Transportation Dlvlslon p p StandaM I , I BARRICADE AND CONSTRUCTION CHANNELIZING DEVICES BC(8) -14 FILE: bc-14.dgn DN: TxDOT CK: TxDOT ow: TxDOT CK: TXDI CQTx00T November 2002 COLT SECTI dos I HIGHWAY REVISIONS 4-03 7-13 DIST COUNTY SHEET N0. 9-07 8-14 a 8" to 12" 4 5� VP-1L Fixed Base w/ Approved 4" See 4" note 7 4" VP-1R Surface Mount Roadway Base Surface FIXED (Rigid or self-righting) 8" to 12" 4" 24" See min. note 7 4" 4" (Rigid or self-righting) nr)RTARI IF 8" to 12" 8" to 12" I- IN 12" minimum embedment depth I 4" See 4- note 4" Rigid Support r1Rl\/FGRI F 8" to 12" 1. Vertical Panels (VP's) are normally used to channelize traffic or divide opposing lanes of traffic. 2. VP's may be used in daytime or nighttime situations. They may be used at the edge of shoulder drop-offs and other areas such as lane transitions where positive daytime and nighttime delineation is required. The Engineer/Inspector shallrefer to the Roadway Design Manual Appendix B "Treatment of Pavement Drop-offs in Work Zones" for additional guidelines on the use of VP's for drop-offs. 36'' 3. VP's should be mounted back to back if used at the edge min. of cuts adjacent to two-way two lone roadways. Stripes are to be reflective orange and reflective white and should always slope downward toward the travel lane. 4. VP's used on expressways and freeways or other high speed roadways, may have more than 270 square inches of retroreflective area facing traffic. 5. Self-righting supports are available with portable base. See "Compliant Work Zone Traffic ControlDevices List" (CWZTCD). 6. Sheeting for the VP's shallbe retroreflective Type A conforming to Departmental Material Specification DMS-8300, unless noted otherwise. 7. Where the height of reflective malerialon the vertical panel is 36 inches or greater,a panel stripe of 6 inches shallbe used. VERTICAL PANELS (VPs) 12"� CW6-4 Panels mounted back to back 18" Portable, 36„ Fixed or Driveable Base may be used, or may be mounted on drums. 1. Opposing Traffic Lane Dividers (OTLD) are delineation devices designed to convert a normalone-way roadway section to two-way operation.OTLD's are used on temporary centerlines. The upward and downward arrows on the sign's face indicate the direction of traffic on either side of the divider. The base is secured to the pavement with an adhesive or rubber weight to minimize movement caused by a vehicle impact or wind gust. 2. The OTLD may be used in combination with 42" cones or VPs. 3. Spacing between the OTLD shallnot exceed 500 feet.42" cones or VPs placed between the OTLD's should not exceed 100 foot spacing. 4. The OTLD shallbe orange with a black non - reflective legend. Sheeting for the OTLD shall be retroreflective Type B or Type C conforming to Departmental Material Specification DMS-8300, unless noted otherwise. The legend shollmeet the requirements of DMS-8300. OPPOSING TRAFFIC LANE DIVIDERS (OTLD) 18" Min. 36" Fixed Base w/ Approved Adhesive (Driveable Base, or Flexible Support can be used) 1. The chevron shallbe a vertical rectangle with a minimum size of 12 by 18 inches. 2. Chevrons are intended to give notice of a sharp change of alignment with the direction of travel and provide additional emphasis and guidance for vehicle operators with regard to changes in horizontal alignment of the roadway. 3. Chevrons, when used, shall be erected on the out- side of a sharp curve or turn, or on the for side of on intersection. They shallbe in line with and at right angles to approaching traffic. Spacing should be such that the motorist always has three in view, until the change in alignment eliminates its need. 4. To be effective, the chevron should be visible for at least 500 feet. 5. Chevrons shallbe orange with a black nonreflec- tive legend. Sheeting for the chevron shallbe retroreflective Type B or Iiype C conforming to Departmental Material Specification DMS-8300, unless noted otherwise. The legend shollmeet the requirements of DMS-8300. 6. For Long Term Stationary use on tapers or transitions on freeways and divided highways self-righting chevrons may be used to supplement plastic drums but not to replace plastic drums. CHEVRONS LONGITUDINAL CHANNELIZING DEVICES (LCD) 1. LCDs are croshworthy, lightweight, deformoble devices that ore highly visible, have good target volue and con be connected together. They are not designed to contain or redirect a vehicle on impact. 2. LCDs may be used instead of a line of cones or drums. 3. LCDs shallbe placed in accordance to application and installation requirements specific to the device, and used only when shown on the CWZTCD list. 4. LCDs should not be used to provide positive protection for obstacles, pedestrians or workers. 5. LCDs shallbe supplemented with retroreflective delineation as required for temporary barriers on BC(7)when placed roughly parallel to the travel lanes. 6. LCDs used as barricades placed perpendicular to traffic should have at least one row of reflective sheeting meeting the requirements for barricade rails as shown on 13010) placed near the top of the LCD along the full length of the device. WATER BALLASTED SYSTEMS USED AS BARRIERS 1. Water ballasted systems used as barriers shall not be used solely to channelize road users, but also to protect the work space per the appropriate NCHRP 350 croshworthiness requirements based on roadway speed and barrier application. 2. Water ballasted systems used to channelize vehicular traffic shallbe supplemented with retroreflective delineation or chonnelizing devices to improve daytime/nighttime visibility. They may also be supplemented with pavement markings. 3. Water ballasted systems used as barriers shallbe placed in accordance to application and installation requirements specific to the device, and used only when shown on the CWZTCD list. 4. Water ballasted systems used as barriers should not be used for a merging taper except in low speed (less than 45 MPH) urban areas. When used on a taper in a low speed urban area, the toper shallbe delineated and the taper length should be designed to optimize road user operations considering the available geometric conditions. 5. When water ballasted systems used as barriers hove blunt ends exposed to traffic, they should be attenuated as per manufacturer recommendations or flared to a point outside the clear zone. If used to channelize pedestrians, longitudinal channelizing devices or water ballasted systems must have a continuous detectable bottom for users of long canes and the top of the unit shallnot be less than 32 inches in height. HOLLOW OR WATER BALLASTED SYSTEMS USED AS LONGITUDINAL CHANNELIZING DEVICES OR BARRIERS GENERAL NOTES 1. Work Zone channelizing devices illustrated on this sheet may be installed in close proximity to traffic and are suitable for use on high or low speed roadways. The Engineer/Inspector shall ensure that spacing and placement is uniform and in accordance with the "Texas Manualon Uniform Traffic ControlDevices" (TMUTCD). 2. Channelizing devices shown on this sheet may have a driveable, fixed or portable base. The requirement for self-righting channelizing devices must be specified in the GenerolNotes or other plan sheets. 3. Channelizing devices on self-righting supports should be used in work zone areas where channelizing devices are frequently impacted by errant vehicles or vehicle related wind gusts making alignment of the channelizing devices difficult to maintain. Locations of these devices shallbe detailed else- where in the plans. These devices shallconform to the TMUTCD and the "Compliant Work Zone Traffic ControlDevices List" (CWZTCD). 4. The Contractor shollmaintain devices in a clean condition and replace damaged, nonreflective, faded, or broken devices and bases as required by the Engineer/Inspector. The Contractor shallbe required to maintain proper device spacing and alignment. 5. Portable bases shall be fabricated from virgin and/or recycled rubber. The portable bases shollweigh a minimum of 30 lbs. 6. Pavement surfaces shollbe prepared in a manner that ensures proper bonding between the adhesives, the fixed mount bases and the pavement surface. Adhesives shallbe prepared and applied according to the manufacturer's recommendations. 7. The installation and removolof channelizing devices shallnot cause detrimental effects to the finolpavement surfaces, including pavement surface discoloration or surface integrity. Driveable bases shall not be permitted on finolpavement surfaces. The Engineer/Inspector shollopprove ollopplicotion and removal procedures of fixed bases. Posted Speed Formula Minimum Desirable Taper Lengths �E�IE Suggested Maximum Spacing of Channelizing Devices 10' Offset 11' Offset 12' Offset On a Taper On a Tangent 30 L= WS2 150' 165' 180' 30' 60' 35 205' 225' 245' 35' 70' -70-160 265' 295' 320' 40' 80' 45 L=WS 450' 495' 540' 45' 90' 50 500' 550' 600' 50' 100' 55 550' 605' 660' 55' 110' 60 600' 660' 720' 60' 12 0' 65 650' 715' 780' 65' 130' 70 700' 770' 1 840' 70' 140' 75 750' 825' 1 900' 75' 150' 80 800' 880' 1 960' 80' 160' Taper lengths hove been rounded off. L=Length of Toper (FT.) W=Width of Offset (FT.) S=Posted Speed (MPH) SUGGESTED MAXIMUM SPACING OF CHANNELIZING DEVICES AND MINIMUM DESIRABLE TAPER LENGTHS SHEET 9 OF 12 ® Traffic Operations ,TexasDepartment ofTransportation Dllsl*n Standard BARRICADE AND CONSTRUCTION CHANNELIZING DEVICES BC(9)-14 FILE: bc-14.dgn DN: TxDOT CK: TxDOT DW: TxDOT CK: TXDI ©T00T November 2002 CONT SECT dos HIGHWAY REVISIONS 9-07 8-14 DIST COUNTY SHEET N0. 7 -13 s c TO 0 w o c u E:5 O 3 � O N ZI p o ¢cam o U N U N o°` w ° E cc woo o N o _- N N � •d = w m > u -roo w N � ; a c,�r u N o O a o ono �o � o o 0 co o o N H L "O Y N �Fo o ' D a 0 owv w fdE� L J F III N U O� N_ c in Y O TYPE 3 BARRICADES 1. Refer to the Compliant Work Zone Traffic Control Devices List (CWZTCD) for details of the Type 3 Barricades and a list of all materials used in the construction of Type 3 Barricades. 2. Type 3 Barricades shallbe used at each end of construction projects closed to alltraffic. 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 roils, 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 shallbe 1". 6. Barricades shall not be placed parallel to traffic unless an adequate clear zone is provided. 7. Warning lights sholINOT 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 willbe 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 roils reflective sheeting. Rock, concrete, iron, steelor other solid objects wilINOT be permitted. Sandbags should weigh a minimum of 35 Ibs and a maximum of 50 Ibs. 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 shallnot be suspended above ground level or hung with rope, wire, chains or other fasteners. 9. Sheeting for barricades shallbe retroreflective Type A conforming to Departmental Material Specification DMS-8300 unless otherwise noted. Barricades shall NOT be used as a sign support. Minimum 8" Width of nominal Reflective 450 / Sheeting 6' g" 7 inches. TYPICAL STRIPING DETAIL FOR BARRICADE RAIL 4' min., 8' max. 0 N v o Stiffener AV AV Flat rail Stiffener may be inside or outside of support, but no more than 2 stiffeners shallbe allowed on one barricade. Each roadway of a divided highway shallbe barricaded in the same manner. ROAD R11-2 CLOSED NAFE ADDRESS S'nTE G20-6T CONTRACTOR M4-10L<pETpIJRII t / 30 feet PERSPECTIVE VIEW Detour \ Roadway 71 El The three rails on Type 3 barricades shallbe reflectorized orange and 10' reflective white stripes on one side facing one-way traffic and both sides for two-way traffic. Barricade striping should slant LU UJ%f /UJ downward in the direction of detour. / 1. Signs should be mounted on independent supports at a 7 foot I g' max. length Type 3 Barricades mounting height in center of roadway. The signs should be o minimum of 10 feet behind Type 3 Barricades. 2. Advance signing shallbe as specified elsewhere in the plans. PLAN VIEW TYPE 3 BARRICADE (POST AND SKID) TYPICAL APPLICATION 3"-4" T4" min, orange 2" min. 1' 4" min. white J14 "-4" 2" min. min. 4" min, orange 2" min. 2" min. " min. 4" min. white 42" 28" min. min. CONES *�7z:z 6 N v \ Typical Plastic Drum PERSPECTIVE VIEW These drums are not required on one-way roadway 0 o v E h O O w Y 2 o � a o � o a E 1. Where positive redireclional capability is provided, drums may be omitted. 2. Plastic construction fencing may be used with drums for safety as required in the plans. 3. Vertical Panels on flexible support may be substituted for drums when the shoulder width is less than 4 feel. 4. When the shoulder width is greater than 12 feet, steady -burn lights may be omitted if drums are used. 5. Drums must extend the length of the culvert widening. LEGEND TPlastic drum Plastic drum with steady burn light or yellow warning reflector EG) Steady burn warning light or yellow warning reflector 0 0 � E Increase number of plastic drums on the .E v side of approaching traffic if the crown E E width makes it necessary. (minimum of 2 a o and maximum of 4 drums) PLAN VIEW CULVERT WIDENING OR OTHER ISOLATED WORK WITHIN THE PROJECT LIMITS 3"-.4 2"min. min.2"2"min.m" min. 3" min.. 28" 28" min. min. J& I I I TYPICAL PANEL DETAIL I Two -Piece cones One -Piece cones Tubular Marker FOR SKID OR POST TYPE BARRICADES Alternate Approx. 50' Min.2 drums or 1 Type 3 T barricade y On one-way roads downstream drums or barricade may be omitted here Drums, verticalpanels or 42" cones at 50' maximum spacing Alternate Approx. 50' Mn .2 drums or 1 Type 3 STOCKPILE barricade ❑ ❑ ❑ ❑ ❑ Desirable stockpile location is outside Channelizing devices parallel to traffic clear zone. should be used when stockpile is within 30' from travel lone. TRAFFIC CONTROL FOR MATERIAL STOCKPILES 28" Cones shallhave a minimum weight of 9 112 Ibs. 42" 2-piece cones shallhave a minimum weight of 30 Ibs. including base. 1. Traffic cones and tubular markers shallbe 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 hove a cone shaped body and a separate rubber base, or ballast, that is added to keep the device upright and in place. 3. Two-piece cones may hove a handle or loop extending up to 8" above the minimum height shown, in order to aid in retrieving the device. 4. Cones or tubular morkers used at night shall have white or white and orange reflective bands as shown above. The reflective bonds shall have a smooth, sealed outer surface and meet the requirements of Departmental Material Specification DMS-8300 Type A. 5. 28" cones and tubular markers are generally suitable for short duration and short-term stationary work as defined on BC(4). These should not be used for intermediate -term or long-term stationary work unless personnel is on -site to maintain them in their proper upright position. 6. 42" two-piece cones, vertical panels or drums are suitable for all work zone durations. 7. Cones or tubular markers used on each project should be of the same size and shape. THIS DEVICE SHALL NOT BE USED ON PROJECTS LET AFTER MARCH 2O14, 4„ 2" 4" 2" 4" 4„ 4z" EDGELINE CHANNELIZER 1. This device is intended only for use in place of a verticalponelto chonnelize traffic by indicating the edge of the travel lone. It is not intended to be used in transitions or tapers. 2. This device shallnot 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 bonds, 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 shallbe retroreflective Type A conforming to Departmental Material Specification DMS-8300, unless otherwise noted. 4. The base must weigh a minimum of 30 lbs. SHEET 10 OF 12 ® Traffic Operations ,Tel Department ofTransportation Dllsl*n Standaid BARRICADE AND CONSTRUCTION CHANNELIZING DEVICES BC(10)-14 FILE: bc-14.d9n DN: TOOT CK: TOOT ow: TxDOT CK: TXDI CDTOOT November 2002 CONT �SECTI JOB HIGHWAY REVISIONS 9-07 8-14 DIST COUNTY SHEET NO. 7 -13 40 WORK ZONE PAVEMENT MARKINGS GENERAL REMOVAL OF PAVEMENT MARKINGS 1. The Contractor shallbe responsible for maintaining work zone and 1. Pavement markings that ore no longer applicable, could create confusion existing pavement markings, in accordance with the standard or direct a motorist toward or into the closed portion of the roadway specifications and special provisions, on all roadways open to traffic shallbe removed or obliterated before the roadway is opened to traffic. within the CSJ limits unless otherwise stated in the plans. 2. The above shall not apply to detours in place for less than three 2. Color, patterns and dimensions shallbe in conformance with the days, where floggers and/or sufficient chonnelizing devices are used "Texas Manualon Uniform Traffic Control Devices" (TMUTCD). in lieu of markings to outline the detour route. 3.Additionalsupplementolpovement marking details may be found in the plans or specifications. 4. Pavement markings shallbe installed in accordance with the TMUTCD and as shown on the plans. 5. When short term markings ore required on the plans, short term markings shallconform with the TMUTCD, the plans and details as shown on the Standard Plan Sheet WZ(STPM). 6. When standard pavement markings are not in place and the roadway is opened to traffic, DO NOT PASS signs shallbe erected to mark the beginning of the sections where passing is prohibited and PASS WITH CARE signs at the beginning of sections where passing is permitted. 7. All work zone pavement markings shallbe installed in accordance with Item 662, "Work Zone Pavement Markings." RAISED PAVEMENT MARKERS 1. Raised pavement markers are to be placed according to the patterns on BC(12). 2. All raised pavement markers used for work zone markings shall meet the requirements of Item 672,"RAISED PAVEMENT MARKERS" and Departmental Material Specification DMS-4200 or DMS-4300. PREFABRICATED PAVEMENT MARKINGS 1. Removable prefabricated pavement markings shall meet the requirements of DMS-8241. 2. Non -removable prefabricated pavement markings (foil back) shall meet the requirements of DMS-8240. MAINTAINING WORK ZONE PAVEMENT MARKINGS 1. The Contractor willbe responsible for maintaining work zone pavement markings within the work limits. 2. Work zone pavement markings shallbe inspected in accordance with the frequency and reporting requirements of work zone traffic control device inspections as required by Form 599. 3. The markings should provide a visible reference for a minimum distance of 300 feet during normaldaylight hours and 160 feel when illuminated by automobile low -beam headlights at night, unless sight distance is restricted by roadway geometrics. 4. Markings failing to meet this criteria within the first 30 days after placement shallbe replaced at the expense of the Contractor as per Specification Item 662. 3. Pavement markings shallbe removed to the fullest extent possible, so as not to leave a discernable marking. This shallbe by any method approved by TxDOT Specification Item 677 for "Eliminating Existing Pavement Markings and Markers". 4. The removolof pavement markings may require resurfacing or seal coating portions of the roadway as described in Item 677. 5. Subject to the approval of the Engineer, any method that proves to be successfulon a particular type pavement may be used. 6. Blast cleaning may be used but will not be required unless specifically shown in the plans. 7.Over-painting of the markings SHALL NOT BE permitted. 8. Removalof raised pavement markers shallbe as directed by the Engineer. 9. Removal of existing pavement markings and markers will be paid for directly in accordance with Item 677, "ELIMINATING EXISTING PAVEMENT MARKINGS AND MARKERS," unless otherwise stated in the plans. 10.Black-out marking tape may be used to cover conflicting existing markings for periods less than two weeks when approved by the Engineer. Temporary Flexible -Reflective Roadway Marker Tabs TOP VIEW FRONT VIEW SIDE VIEW Adhesive pad Height of sheeting is usually more than 1/4" and less than 1". STAPLES OR NAILS SHALL NOT BE USED TO SECURE TEMPORARY FLEXIBLE -REFLECTIVE ROADWAY MARKER TABS TO THE PAVEMENT SURFACE 1. Temporary flexible -reflective roadway marker tabs used as guidemorks shallmeet the requirements of DMS-8242. 2. Tabs detailed on this sheet are to be inspected and accepted by the Engineer or designated representative. Sampling and testing is not normally required, however at the option of the Engineer, either "A" or "B" below may be imposed to assure quality before placement on the roadway. A. Select five (5) or more tabs at random from each lot or shipment and submit to the Construction Division, Materials and Pavement Section to determine specification compliance. B. Select five (5) tabs and perform the following test. Affix five (5) tabs at 24 inch intervals on an asphaltic pavement in a straight line. Using a medium size passenger vehicle or pickup, run over the markers with the front and rear tires at a speed of 35 to 40 miles per hour, four (4) times in each direction. No more than one (1)out of the five (5)reflective surfaces shall be lost or displaced as a result of this test. 3.Smolldesign variances may be noted between tab manufacturers. 4. See Standard Sheet WZ(STPM) for tab placement on new pavements. See Standard Sheet TCP(7-1) for tab placement on sealcoat work. RAISED PAVEMENT MARKERS USED AS GUIDEMARKS 1. Raised pavement markers used as guidemarks shallbe from the approved product list, and meet the requirements of DMS-4200. 2. All temporary construction raised pavement markers provided on a project shallbe of the some manufacturer. 3. Adhesive for guidemarks shallbe bituminous material hot applied or butylrubber pad for allsurfaces,or thermoplastic for concrete surfaces. Guidemarks shallbe designated as: YELLOW - (two amber reflective surfaces with yellow body). WHITE - (one silver reflective surface with white body). DEPARTMENTAL MATERIAL SPECIFICATIONS PAVEMENT MARKERS (REFLECTORIZED) DMS-4200 TRAFFIC BUTTONS DMS-4300 EPDXY AND ADHESIVES DMS-6100 BITUMINOUS ADHESIVE FOR PAVEMENT MARKERS DMS-6130 PERMANENT PREFABRICATED PAVEMENT MARKINGS DMS-8240 TEMPORARY REMOVABLE, PREFABRICATED PAVEMENT MARKINGS DMS-8241 TEMPORARY FLEXIBLE, REFLECTIVE ROADWAY MARKER TABS DMS-8242 A list of prequolified reflective raised pavement markers, non -reflective traffic buttons, roadway marker tabs and other pavement markings con be found at the Material Producer List web address shown on BCO). SHEET 11 OF 12 w a 0 w a 0 STANDARD WORK ZONE PAVEMENT MARKINGS DETAILS PAVEMENT MARKING PATTERNS 60" + 3" Type II -A -A Type Y buttons Y RAISED �/// �❑ O O O ❑ O O O�❑ O O/ O ❑ O DOUBLE PAVEMENT 4 to 12" �11 10 to 12" Type II -A -A Type II -A -A 10 to 12" YP MARKERS �4 -F❑ 0 0 0 ❑ 0 0 0 ❑ O O 0 ❑ o Y I Y❑000❑oo❑000❑o NO -PASSING 4 ' a Yellow a a T Yellow ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ 0 0 0❑ 0 0 00 0 0 00 O 00 ❑ O O❑ 0 0 0❑ 0 0 0 0 0 Y REFLECTORIZED 4 PAVEMENT LINE MARKINGS CO 12 � R Type II -A -A Type Y buttons Yellow REFLECTORIZED PAVEMENT MARKINGS - PATTERN A RAISED PAVEMENT MARKERS - PATTERN A Type I-C I -A or ll AA -A Type W or Y buttons EDGE LINE RAISED SOLID PAVEMENT ❑ O O O ❑ O O O ❑ O O O ❑ O O Type 1-A-A LINES OR SINGLE MARKERS 1 II �1 ®� ® Oo❑oo❑000❑oW-oo❑000❑000❑000❑ oa000a 000❑ ❑❑ ❑❑ ❑p❑ NO -PASSING LINE Yellow E 4" White or Yellow 4 to 8" Type Y buttons 6 to 8" \ Type II -A -A JJJ Type I-C Type W buttons REFLECTORIZED PAVEMENT MARKINGS -PATTERN B RAISED PAVEMENT MARKERS - PATTERN B WIDE RAISED � A 60" +_3" Pattern A is the TXDOT Standard, however Pattern B be if by the Engineer. PAVEMENT ❑ O 0 0 ❑ o o O ❑ O O O ❑ O 1-2" may used approved ❑ 0 0 0 ❑ 0 0 0 ❑ 0 0 0 ❑ 0r Prefabricated markings may be substituted for reflectorized pavement markings. LINE MARKERS r 8 CENTER LINE & NO -PASSING ZONE BARRIER LINES FOR TWO-LANE, TWO-WAY HIGHWAYS (FOR LEFT TURN CHANNELIZING LINE REFLECTORIZED y OR CHANNELIZING LINE USED TO PAVEMENT MARKINGS DISCOURAGE LANE CHANGING.) White Type I-C Type I-C or II -A -A RAISED ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ � � 000000000000000000000000000000000000000000 Type W buttons Type I-C or II-C-R � CENTER PAVEMENT MARKERS �10' 5 5 CIE 30' � White � LINE ® Yellow ® ❑ ❑❑ ❑❑❑ ❑❑❑ ❑❑❑ ❑❑❑ Type I -A Type Y buttons ❑❑o 0R � 40' + 1' I O❑ O O O❑ O O O❑ 0 0 00 0 0 00 0 0 00 0 0 00 0 0 00 0 0 00 0 0 00 0 0 00 LANE REFLECTORIZED � ❑ ❑ - PAVENENT LINE MARKINGS O❑ 0 0 O❑ O O a❑ 0 0 00 0 0 00 0 0 O❑ a 0 O❑ 0 0 00 0 0 00 O O a❑ 0 0 00 I 10' 30' White or Yellow E> Yellow C> Type I -A 1-1 Type Y buttons "0 BROKEN Type I-C or II -A -A E ® White �® ® ® °1313 °O° °O° °O°� °O° Type W buttons °O° LINES (when required) Type I-C or II-C-R REFLECTORIZED PAVEMENT MARKINGS o❑ o 0 0❑ o 0 0❑ o 0 0❑ o 0 0❑ o a o❑ 0 0 0❑ 0 0 0❑ 0 0 0❑ 0 0 0❑ RAISED PAVEMENT MARKERS 0 0 0❑ ❑ ❑ RAISED PAVEMENT I 3' I g AUXILIARY MARKERS E �E ❑ ❑ ❑ ❑ ❑ ❑ ❑ Prefabricated markings may be substituted for reflectorized pavement markings. Type I-C Type I-C or II-C-R OR EDGE & LANE LINES FOR DIVIDED HIGHWAY LANEDROP F8" LINE RAISED 1111111111111 IIIIIIIII� PAVEMENT 3 Type I-C MARKERS _ �i White ❑❑❑ ❑❑❑ ❑❑❑ ❑❑❑/ ❑❑❑ Type II -A -A Type Y buttons ❑❑❑ < REMOVABLE MARKINGS 5'+ 6'' 00 ❑ 0 0 0 ❑/0 00 0 0 00 0 0 00 0 0 00 0�0 ❑ 0 0 00 0 0 00 0 0 00 0 0 00 WITH RAISED 00 ❑ 0 0 0❑ 0 0 00 0 0 00 0 0 00 0 0 00 0 0 00 0 0 00 0 0 00 0 0 00 o 0 00 PAVEMENT MARKERS J. 30' ® ® a Yellow ® ❑� ❑ ❑ ❑ ❑ ❑ ❑ 000 ❑ ❑ ❑ ❑ ❑ ❑ if raised pavement markers are used to supplement REMOVABLE markings, Raised Pavement Markers White the markers shollbe applied to the Type I-C top of the tape at the approximate REFLECTORIZED PAVEMENT MARKINGS RAISED PAVEMENT MARKERS mid length of tape used for broken Prefabricated markings may be substituted for reflectorized pavement markings. lines or at 20 foot spacing forsolid lines. This allows on easier 20' + 1' LANE & CENTER LINES FOR MULTILANE UNDIVIDED HIGHWAYS removal of raised pavement markers Centerline only not to be used on edge lines and tape. SHEET 12 OF 12 ® Traffic Type I-C ODi sons a ® ❑❑❑ ❑❑❑ ❑❑❑ ❑❑ ❑❑❑ ❑❑❑ ,Texas Department of Transportation Standard White 1_�y <�3 a o �Yellaw 0 0❑ 0 0 00 0t� 0 00 0 00 0 0 0❑ 0 0❑ 0 0 0❑ 0 0 0❑ 0 0 00 O o 00 ❑❑❑ A° °O❑ ❑O❑Type 0 0 00 ❑❑❑ BARRICADE AND CONSTRUCTION )Type Y buttons II -A - 000000❑013 000000❑00000 0❑00000000❑0000000❑00°0o PAVEMENT MARKING PATTERNS Raised pavement markers used as standard pavement markings shall be from the approved ® a 1300 ❑ ❑ ❑ 000 000 0013 ❑ ❑ ❑ products list and meet the requirements of White C> Type Item 672 "RAISED PAVEMENT MARKERS." I-C BC(12) —14 REFLECTORIZED PAVEMENT MARKINGS RAISED PAVEMENT MARKERS FILE: bc-14.dgn DN: T00T CK: TxDOT Dw: TxDOT CK: Tx Prefabricated markings may be substituted for reflectorized pavement markings. ©TxDOT February 1998 coNT SECT JOB HIGHWAY REVISIONS 1-97 9-07 2-98 7-13 fl-09 R-1A TWO-WAY LEFT TURN LANE DieT COUNTY SHEET NO. 42 4 Is] j REMOVAL PLAN I I I iOD----------------------- #I a I ILLI D J i<l j C7 8 1 (1478 SY) 3 (161 SY) + R9w -------------------- 14— — — — — — — — — — — — — ----- �' I ------------ ROW Q - - - - - - - - - - - - a - - N UP--- UP UP UP UP UP �o r I o MB 115+00 INDIANA AVENUE N ...... ...... ...... ... ............. —.L_.—.—.—.—.—.`.—.—.—.—.—.`.—.—. ZME Ld i o 1 q BN J ROW -------------- ROW U i REMOVE 18" CMP AND F- i I i END TREATMENT Q I i I i C I I I CD I \Ln \ -------------------------------------- r i Ld i I j J I I U I Q I B A PROPOSED PLAN SHOWN FOR REFERENCE I I I I I I I I I _ROW_—__—__—__—__—__—__—__—__1 uP — __—__—__—__—_-----__—__—__—__—__—_ UP C7 O I + — — r-- ROW Q N i � MBjolk --- r — — - -- — —--------- --- - -- -- — — — — — — -- — --—--- — --- — — -- — - ..—.—.—.—.—. ...... —.L_.-.------ — —.—INDIANA AVENUE ------------ __- _- -. _-___-_.- ROW I i I i I Ld Ld —rl I F— I N I _j IQI I CD I D1 D2 ir-------- .—.—.—.—. .—•—•------J----------- N D13 Z )Er ------------------------------------J 2 /. - / ROW U 1 Q I N LLI __J I Q 0 50 100 DEMOLITION ITEMS OASPHALT ROADWAY PAVEMENT (SY) OCONCRETE ROADWAY PAVEMENT (SY) OCONCRETE DRIVEWAY/PARKING LOT (SY) OASPHALT DRIVEWAY/PARKING LOT (SY) O5 CONCRETE RIPRAP ©CURB & GUTTER (LF) 70 CONCRETE SIDEWALK (SY) ®SMALL SIGN (EA) (9) MAILBOX (EA) LEGEND ROADWAY ASPHALT ® AND DRIVEWAY/ PARKING LOT ROADWAY CONCRETE AND DRIVEWAY/ PARKING LOT CONCRETE SIDEWALK Ear EXISTING DRIVEWAY NUMBER ------ RIGHT OF WAY (ROW) 1.CONTRACTOR SHOULD REFERENCE TRAFFIC CONTROL PLAN PRIOR TO REMOVING ANY EXISTING PAVEMENT OR STRUCTURE FOR PROPER DEMOLITION SEQUENCING. 2.REFER TO INTERSECTION LAYOUTS FOR EXACT REMOVAL LIMITS FOR ALL SIDE STREETS. Parkhill Lubbock TFIPS CLIENT City of Lubbock 1625 13th Street Lubbock, TX 79401 PROJECT NO. 2696.20 # DATE DESCRIPTION INDIANA AVENUE REMOVAL PLAN BEGIN PROJECT TO STA124+00 43 1 2 3 1 4 5 I 2 j 4 Reel w i i REMOVAL PLAN ------ - w i CD D F 1 � LLJ LLJ I I -iI Q ; J Q 0 50 100 8 I I 1 1 (66 SY) I I O + I I 2 (47 SY) 1 (3270 SY) ' O v N Row - - - ,� -'' -- -- -- - - - -_—__—__—__—_• I T_QpnnT��P,D__--__—__—__—__—__—__—__—__—__---� -L - - - - - - - - - - - ROW DEMOLITION ITEMS UI \ UP- UP UP ES------------ Q --- --- -- — — — — — — - -- ---------------------- a ASPHALT ROADWAY PAVEMENT (SY) OCONCRETE ROADWAY PAVEMENT (SY) N INDIANA AVENUE V)O CONCRETE DRIVEWAY/PARKING LOT (SY) Ld Z Z 4� ASPHALT DRIVEWAY/PARKING LOT (SY) J J O CONCRETE RIPRAP U ©CURB &GUTTER (LF) < 7O CONCRETE SIDEWALK (SY) \ I \ ®SMALL SIGN (EA) I I I Q9 MAILBOX (EA) C LLJ LLJ rr- LLJ LLJ LEGEND i V = I LLJ' I I LLJ ROADWAY ASPHALT ® F J! J' _ I— J! J' AND DRIVEWAY/ PARKING LOT 00 I IQI !QI I I I I ROADWAY CONCRETE ® AND DRIVEWAY/ PARKING LOT B A O I O + j Q ROW N � — UP — — a H V) �2s.00 W Z - V ROW H a - , 11 LLJ LLJ V) i 2 I I ~ 00 I I LLJ LLJ ry V) 2 00 U-) I I I PROPOSED PLAN SHOWN __-__-__-__-__-__-_ FOR REFERENCE 0)LLJ LLJ \ o J; J Q! Q CD I I I O - + — — - - —---------------------------j------------------------------------� ------ U� �P�Ea FT ROW6()M D3 30 00 ...... ...... ...... ...... —.—.I-- ...... —.—.I—. ...... ...... —.—.— D14 INDIANA AVENUE ----------------------.o I D4 1s N D 15 LIJ i W I LLJ LLJ I wi J, = J IQI !QI Z J F- 0 CONCRETE SIDEWALK Err EXISTING DRIVEWAY NUMBER ------ RIGHT OF WAY (ROW) 1.CONTRACTOR SHOULD REFERENCE TRAFFIC CONTROL PLAN PRIOR TO REMOVING ANY EXISTING PAVEMENT OR STRUCTURE FOR PROPER DEMOLITION SEQUENCING. 2-REFER TO INTERSECTION LAYOUTS FOR EXACT REMOVAL LIMITS FOR ALL SIDE STREETS. Parkhill Lubbock TFIPS CLIENT City of Lubbock 1625 13th Street Lubbock, TX 79401 PROJECT NO. 2696.20 Y DATE DESCRIPTION INDIANA AVENUE REMOVAL PLAN STA124+00 TO STA135+00 44 1 2 3 1 4 5 1 2 3 4 5 j w i REMOVAL PLAN j w l w th � I j F— I N I i N i H I N 'IT o so mo I I I I I I I S I j I j 1 (60 sy) j C) + /I 6 / e� 1 (3s4s s 4 (124 SY) 2 n1s SY) Ro c+p DEMOLITION ITEMS — — — ---- 1 — — — — / -- -----1 O oUP UP -- UP _ SUP � ROW I (D ASPHALT ROADWAY Q - sn - -- - - -- ---- - ------------------ Q PAVEMENT (SY) OCONCRETE ROADWAY PAVEMENT (SY) NMI INDIANA AVENUE N OCONCRETE DRIVEWAY/PARKING w W LOT (SY) Z Z0 ASPHALT DRIVEWAY/PARKING — — — LOT (SY) J \, J Q CONCRETE RIPRAP — — — — / — — — — — — — — — — — ---_—__—__--._---- -- ——————------— ROW \ L ROW© CURB & GUTTER (LF) I I 6 i I < Q CONCRETE SIDEWALK (SY) j I ®SMALL SIGN (EA) C I ~ I Q9 W MAILBOX (EA) w iLLIi i! LLJ LEGEND i N i i�i I 2 I Lu' �� ROADWAY ASPHALT J' Z ® AND DRIVEWAY/ J ' PARKING LOT V I Q N � I I I I I I ROADWAY CONCRETE ® AND DRIVEWAY/ PARKING LOT ® CONCRETE SIDEWALK i F- I PROPOSED PLAN SHOWN i w E# EXISTING DRIVEWAY w I FOR REFERENCE j �LLI j NUMBER ch j I j i F— ------ RIGHT OF WAY (ROW) i F- I N B In I d UP I I I I I I I I I O I I O j + + to ROW oUP_ — / ROW to GENERAL NOTES � nN Ir1 F 8 uP ,pp� —_"— _ uP UP 1.CONTRACTOR SHOULD REFERENCE w TRAFFIC CONTROL PLAN PRIOR w> Q —----- --- —--- -------------- —''-------------------- — — — — Q TO REMOVING ANY EXISTING rc �o DS D6 I--PAVEMENTOR STRUCTURE FOR (n o0 (n PROPER DEMOLITION SEQUENCING. Z D16 INDIANA AVENUE Z 2-REFER TO INTERSECTION LAYOUTS FOR EXACT — — — — — ---- — REMOVAL LIMITS FOR ALL SIDE STREETS. ROW \ / / ROW A I w I I I wbi I # I Of i cn i i i v) ' i = i wi o -j Z I I QI o 1 2 3 4 5 Parkhill ,�H e. cooaF jE OF.... 1� •Y�, pS�*•:• l�! N / KVLE W. JACKS N / (l SS i.N..•• _ 02/02/21 O � a i � O �N I.L Lubbock TFIPS CLIENT City of Lubbock 1625 13th Street Lubbock, TX 79401 PROJECT NO. 2696.20 # DATE DESCRIPTION INDIANA AVENUE REMOVAL PLAN STA135+00 TO STA146+00 45 1 1 2 1 J 1 4 I �7 ■ AN 0 0 + cn v T— Q H V) LIJ Z J 2 U H Q of m i O n M e' ROW rc � rc Q Ld D17 Z J 2 F_ _ ROW 2 on w PROPOSED PLAN SHOWN uj FOR REFERENCE � I N � � I CD Ln r 0 50 100 +� DEMOLITION ITEMS O ASPHALT ROADWAY Q PAVEMENT (SY) O CONCRETE ROADWAY (n PAVEMENT (SY) O CONCRETE DRIVEWAY/PARKING LLJ LOT (SY) Z OASPHALT DRIVEWAY/PARKING LOT (SY) J OS CONCRETE RIPRAP V © CURB & GUTTER (LF) H Q Q CONCRETE SIDEWALK (SY) ®SMALL SIGN (EA) 9O MAILBOX (EA) LEGEND ROADWAY ASPHALT ® AND DRIVEWAY/ PARKING LOT ROADWAY CONCRETE ® AND DRIVEWAY/ PARKING LOT ® CONCRETE SIDEWALK E11 EXISTING DRIVEWAY NUMBER ------ RIGHT OF WAY (ROW) 0 UP- - UUP--------------------B�M�•--------- --_LC ROW + - - - - - ------------- - - ti GENERAL NOTES Y LCONTRACTOR SHOULD REFERENCE cNaA&— — o.,,3 TRAFFIC CONTROL PLAN PRIOR p Q TO REMOVING ANY EXISTING 150.00 D9 11515*00 (n PROPERPAVEMETURE FOR DEMOLITION NT OR C SEQUENCING. — — — — — — — ——.—.—.`.— — — —------ ----`------- ----`------- — —'------------' INDIANA AVENUE D18 D19 D20 j OLLI 2-REFER TO INTERSECTION ■ FA Ld Ld ry (N 2 CD In T— Z LAYOUTS FOR EXACT REMOVAL LIMITS FOR J ALL SIDE STREETS. 2 �------------------------ - ------ -- /.------------------------------------ 1 ROW � � I I I ICI I I I #I I �J I �Q I ■ I1 ■ 21 ■ 49 Parkhill 02/02/21 Lubbock TFIPS CLIENT City of Lubbock 1625 13th Street Lubbock, TX 79401 PROJECT NO. 2696.20 # DATE DESCRIPTION INDIANA AVENUE REMOVAL PLAN STA146+00 TO STA157+00 46 Is] 191 10 B A M M ti LO Q H V) LIJ Z J 2 U H Q O M .r- L J Ld Lj I iWl 00 J ' v I iQl I i I �� ROW ------------------------------ �------------ PROPOSED PLAN SHOWN FOR REFERENCE i I I i I I I i I ; ROW / LOL LJ Z J U H Q F— LLJ LLJ F— V I 2 1 "(" H V I r— \ CD \, ROW " 0 50 100 DEMOLITION ITEMS OASPHALT ROADWAY PAVEMENT (SY) OCONCRETE ROADWAY PAVEMENT (SY) OCONCRETE DRIVEWAY/PARKING LOT (SY) OASPHALT DRIVEWAY/PARKING LOT (SY) OS CONCRETE RIPRAP © CURB & GUTTER (LF) Q CONCRETE SIDEWALK (SY) ®SMALL SIGN (EA) O9 MAILBOX (EA) LEGEND ROADWAY ASPHALT ® AND DRIVEWAY/ PARKING LOT ROADWAY CONCRETE AND DRIVEWAY/ PARKING LOT CONCRETE SIDEWALK Ear EXISTING DRIVEWAY NUMBER ------ RIGHT OF WAY (ROW) — — — — — — — —------------- — 's— — —oo GENERAL NOTES co s— 1CONTRACTOR SHOULD REFERENCE Q D12 H (n 160+p 11 165+00 — -- — — — — — — — — — — — — — — ——.`.—.—.—.—.—.`.—.—.—....... J 2 U — — — — — — — — — — Q ROW — — — ROW I I I I I I i F— LLJ LLJ ry N = I F— cD — —� TRAFFIC CONTROL PLAN PRIOR Q TO REMOVING ANY EXISTING H PAVEMENT OR STRUCTURE FOR Lf) PROPER DEMOLITION SEQUENCING. J 2 � U �- I— Q 2.REFER TO INTERSECTION LAYOUTS FOR EXACT REMOVAL LIMITS FOR ALL SIDE STREETS. Parkhill Lubbock TFIPS CLIENT City of Lubbock 1625 13th Street Lubbock, TX 79401 PROJECT NO. 2696.20 # DATE DESCRIPTION INDIANA AVENUE REMOVAL PLAN STA157+00 TO STA168+00 47 1 1 2 3 I 4 5 DI C) d t 00 co Q H V) LLJ Z J 2 U H Q C. 1 B M - C) v 9 M 00 V L� w � Q rc �o ~ N LLJ Z_ J 2 U Q Al 1 1 2 HULIUL SIAIIUN POLICE STATION I I I I 4 b 0 50 100 c) M t o) DEMOLITION ITEMS s— O ASPHALT ROADWAY Q PAVEMENT (SY) O CONCRETE ROADWAY N PAVEMENT (SY) O CONCRETE DRIVEWAY/PARKING LLJ LOT (SY) Z OASPHALT DRIVEWAY/PARKING LOT (SY) J 2 O5 CONCRETE RIPRAP U H © CURB & GUTTER (LF) < 70 CONCRETE SIDEWALK (SY) ®SMALL SIGN (EA) (9) MAILBOX (EA) LEGEND ROADWAY ASPHALT ® AND DRIVEWAY/ PARKING LOT ROADWAY CONCRETE ® AND DRIVEWAY/ PARKING LOT ® CONCRETE SIDEWALK E11 EXISTING DRIVEWAY NUMBER ------ RIGHT OF WAY (ROW) Q M rn GENERAL NOTES 1.CONTRACTOR SHOULD REFERENCE TRAFFIC CONTROL PLAN PRIOR Q TO REMOVING ANY EXISTING H PAVEMENT OR STRUCTURE FOR (n PROPER DEMOLITION SEQUENCING. LLJ 2-REFER TO INTERSECTION Z LAYOUTS FOR EXACT REMOVAL LIMITS FOR = ALL SIDE STREETS. U I— Q i 49 Parkhill coo, F �^ y�(PjE �F .TFkgsll+n 1 YS Si.i '•ii 11 �n a i..... .............. . ACCKSKS Nr`��o / KVLE WJ.. / (l SS i.N..•• _ � l\� N 02/02/21 p a i �N I.L Lubbock TFIPS CLIENT City of Lubbock 1625 13th Street Lubbock, TX 79401 PROJECT NO. 2696.20 # DATE DESCRIPTION INDIANA AVENUE REMOVAL PLAN STA168+00 TO STA179+00 48 1 I L I I 4 REMOVAL PLAN D O Q (52 SY) 5 (24 SY) ROW ©035 LF) 7 (24 SY) Qt (3138 SY) � ---------- - - - - - - ��----- - - - - ti INDIANA In Ld Z j J C-) (128 LF) ©' h — — ---------------- / ROW Q (38 SY) O3 I I I I I I C I w j w I I POLICE STATION lY I ~ I I U I I = I I j CD I a H N Ld Z J 2 U Q Al ------ -- ._------------- BUILDING b I I I j0 50 100 p O rnDEMOLITION ITEMS O ASPHALT ROADWAY Q PAVEMENT (SY) O CONCRETE ROADWAY N PAVEMENT (SY) OCONCRETE DRIVEWAY/PARKING LOT (SY) Z OASPHALT DRIVEWAY/PARKING LOT (SY) = OS CONCRETE RIPRAP © CURB & GUTTER (LF) Q Q CONCRETE SIDEWALK (SY) ®SMALL SIGN (EA) O9 MAILBOX (EA) LEGEND I j ROADWAY ASPHALT ® AND DRIVEWAY/ j PARKING LOT ROADWAY CONCRETE ® AND DRIVEWAY/ PARKING LOT ® CONCRETE SIDEWALK E# EXISTING DRIVEWAY NUMBER ! ------ RIGHT OF WAY (ROW) Q aT GENERAL NOTES 0 1.CONTRACTOR SHOULD REFERENCE TRAFFIC CONTROL PLAN PRIOR Q TO REMOVING ANY EXISTING H PAVEMENT OR STRUCTURE FOR (n PROPER DEMOLITION SEQUENCING. LLJ 2-REFER TO INTERSECTION Z LAYOUTS FOR EXACT REMOVAL LIMITS FOR J ALL SIDE STREETS. 2 U F- Q Parkhill ,�H e. cooaF �^ y�(PjE �F .TFkgsll+n 1 a i.......................«..�„ / KVLE W.JACKS .. / (l SS i.N..•• _ � l\� N 02/02/21 C C Q i �N I.L Lubbock TFIPS CLIENT City of Lubbock 1625 13th Street Lubbock, TX 79401 PROJECT NO. 2696.20 # DATE DESCRIPTION INDIANA AVENUE REMOVAL PLAN STA179+00 TO STA190+00 49 DI C) C) a Q 0 W Z J 2 U H Q C1 M M + a Q H N W Z_ J 2 U Q Al 1 L 3 4 b REMOVAL PLAN I w I � (86 SY) 1 I M o so 100 (18 SY) 7 (30 LF) 6 I O �+ 1 (4392 SY) (88 SY) 2 (42 LF) -------------- ---- — --- --- -------- -- -- -- -- -- --—u�----- -- -- -- -- -- -- -- -- --�rT- -- ROW �____DEMOLITION � ITEMS up -o- oa -- O ASPHALT ROADWAY Q PAVEMENT (SY) ~ OPAVEMENT CONCRETE ROADWAY INDIANA AVENUE N OCONCRETE DRIVEWAY/PARKING 3 W LOT (SY) Z O ASDRIVEWAY/PARKING 4 LOT (SY) 2 O5 CONCRETE RIPRAP ----—--—--—--—--—--—--—--—---'--—--—--—--—--—--—--—--—--—--—--—--—--—--—--—--—--—--—--—--—--— ----- 7-------------------------F" — w•i�' � ©CURB &GUTTER (LF) (52 SY) 2 (64 LF) 6 6 7 (47 SY) 2 T CONCRETE SIDEWALK (SY) ®SMALL SIGN (EA) W MAILBOX (EA) LIJ LEGEND V) I ROADWAY ASPHALT 2 I ® AND DRIVEWAY/ i H PARKING LOT I i ROADWAY CONCRETE ® AND DRIVEWAY/ PARKING LOT ® CONCRETE SIDEWALK PROPOSED PLAN SHOWN I I E11 EXISTINGDRIVEWAY FOR REFERENCE j w I UBERG NUMBER i ------ RIGHT OF WAY (ROW) I� o GENERAL NOTES N 1.CONTRACTOR SHOULD REFERENCE TRAFFIC CONTROL PLAN PRIOR Q TO REMOVING ANY EXISTING H PAVEMENT OR STRUCTURE FOR (n PROPER DEMOLITION SEQUENCING. W 2-REFER TO INTERSECTION Z LAYOUTS FOR EXACT REMOVAL LIMITS FOR = ALL SIDE STREETS. U (— Q Parkhill ,�H e. cooaF �^ y�(PjE �F .TFkgsll+n 1 YS Si•i '•ii 11 �n ai................. LE / KVLE W. JACKS .. / (l SS i.N..•• _ N 02/02/21 O � Q i t� O �N I.L Lubbock TFIPS CLIENT City of Lubbock 1625 13th Street Lubbock, TX 79401 PROJECT NO. 2696.20 # DATE DESCRIPTION INDIANA AVENUE REMOVAL PLAN STA190+00 TO STA 210+00 50 1 2 3 4 5 j REMOVAL PLAN j I I D 0 50 100 I I Q O + _ _ — P a t17s SY) QQ (4209 SY) 8 c+ DEMOLITION ITEMS ROW -� Q— — — — -- — — — — — — �,.—�-------------- — - — - — ..�...�..� — — — — — — — — — — — — -R � N _ N Q SN Q O ASPHALT ROADWAY PAVEMENT (SY) INDIANA AVENUE N OPAAVEMENT ROADWAY CONCRETE Y O CONCRETE DRIVEWAY/PARKING LJJ LOT (SY) Z Z 0ASPHALT DRIVEWAY/PARKING LOT (SY) _ up = (DCONCRETE RIPRAP U— -------------------------- -----------— — — — — — — — — QROW 1033 SY)r — — — — — — — — — —" °gam — — RQW © CURB & GUTTER (LF) 3 (73 SY) 6 4469 LF) Q 6 ( 7 (D CONCRETE SIDEWALK (SY) 7 4 SY) ®SMALL SIGN (EA) /+ 9O MAILBOX (EA) C LEGEND I I I I ROADWAY ASPHALT ® AND DRIVEWAY/ PARKING LOT ROADWAY CONCRETE ® AND DRIVEWAY/ PARKING LOT ® CONCRETE SIDEWALK PROPOSED PLAN SHOWN E# EXISTING DRIVEWAY FOR REFERENCE NUMBER ------ RIGHT OF WAY (ROW) I I i B I I O Q C:) �+Row P _I _____ _ _ _ _ _ _ _ _ _ j _ _ _ _ _ _ _ ROW cal GENERAL NOTES nNy---------------�11P------------__—__—__----- D� L- up N wv — — .. N 1.CONTRACTOR SHOULD REFERENCE TRAFFIC PLAN m w Q ° �-- Q TO REMOV NGTROL ANY EXISTING PRIOR rc �o H - H PAVEMENT OR STRUCTURE FOR (n 205+00 i 210+00 — — — — — — (n PROPER DEMOLITION SEQUENCING. . — .L . — . — .. - — — - . — . — . — .. . — . . — . — . — .. . — . — . — . — . — .. . — . — . — . — . — ... — . — . — . — . — ... — . — . — - — z GINDIANA AVENUE Z 2-REFER TO INTERSECTION LAYOUTS FOR EXACT REMOVAL LIMITS FOR = D22 = ALL SIDE STREETS. UR— --- --- -- � OW ----------- ---------- H ROW � I I I I I A I I I I I I I I I I ECHELON APARTMENTS ROSA'S CAFE I I I I I I I I I I I I I I I o 1 2 3 4 5 Parkhill ,�H e. cooaF _ 1 R, �.TFkgsll+n 1" YS Si•i '•ii 11 �n / KVLE W. JACKS N / ¢q: 98310 (l SS i.N..•• _ � l\� N 02/02/21 O a i t� O �N I.L Lubbock TFIPS CLIENT City of Lubbock 1625 13th Street Lubbock, TX 79401 PROJECT NO. 2696.20 # DATE DESCRIPTION INDIANA AVENUE REMOVAL PLAN STA 201 +00 TO STA 212+00 51 j w REMOVAL PLAN rK I � I v� I I = I � D CD j 0 50 100 J ouP 1 (2667 SY) a DEMOLITION ITEMS N - — -----r ua EB❑o PDO TS O ASPHALT ROADWAY PAVEMENT (SY) OO NN O CONCRETE ROADWAY 2 0 +00 220+00 PAVEMENT (SY) DRIVEWAY/PARKING w .—.—.—.—.—..._.i._._._..._._._._._..._._...-.-.-.-.-.-.-.-.-.-._._._._ --- ._._._._._--- ._._._._---- INDIANA AVENUE OCONCRETE LOT (SY) Z OASPHALT DRIVEWAY/PARKING LOT (SY) _ O5 CONCRETE RIPRAP F- ROW_ ""— —• o © CURB & GUTTER (LF) CONCRETE SIDEWALK (SY) -------- — o TS D cP \ 6 (348 LF) 7 O ae oouP — ® SMALL SIGN (EA) (142 S I Q9 MAILBOX (EA) C w rK LEGEND j ROADWAY ASPHALT _ ® AND DRIVEWAY/ PARKING LOT i CD M I r ROADWAY CONCRETE ® AND DRIVEWAY/ PARKING LOT ® CONCRETE SIDEWALK PROPOSED PLAN SHOWN E# EXISTING DRIVEWAY FOR REFERENCE NUMBER i ~ w w ------ RIGHT OF WAY (ROW) ry Cn B I I = o C O UP n M / + 9' N — OUP UP oo GENERAL NOTES N - T 1 ES�o PDOTS 1.CONTRACTOR SHOULD REFERENCE Q TRAFFIC CONTROL PLAN PRIOR a Po oNH TO REMOVING ANY EXISTING H PAVEMENT OR STRUCTURE FOR (n +00 .—.—.—.—.—.`.——•—•—•--------------------------'------- 220,00 ——'------ ...... L_.—.—.—.—.—.L_.—.—.—.—.... PROPER DEMOLITION SEQUENCING. w INDIANA AVENUE 2-REFER TO INTERSECTION Z LAYOUTS FOR EXACT REMOVAL LIMITS FOR —i H ALL SIDE STREETS. 2 U - - — — - - O Q ROW =L ROSA'S CAFE I I I I 1 12 w w ry I— CD M Parkhill 02/02/21 O � Q i N t� O �N I.L Lubbock TFIPS CLIENT City of Lubbock 1625 13th Street Lubbock, TX 79401 PROJECT NO. 2696.20 # DATE DESCRIPTION INDIANA AVENUE REMOVAL PLAN STA 212+00 TO END PROJECT 52 3 4 5 1 1 �7 0 z U V� 1.z zN QZ Of< ZOO QN ck:�2 Z W r 0 D N�MOO N F zW3 IOW J$J �ai WaX o,jaN� U Z Z O a X Z O I/lfmm (nNWWm ROW D FOc FOG FOG � �°�siG u�E Uc I o MB G G G O ° - - - - -50 115+00 �0+01 ...... ...... ...... ...... ...... —.—.`.—.—.—.—.—.`.—.—.—.—.—.`.—..._�_A r W —.`.—.—.—.—.--- o� N Fa FOc FOc FOG Foc—=ry .O BN F� , FOc GR� � 10C v FOc rr. — - - G G o ROW / ROW ROW ° GG G / ROW GG G G z O I z 2zz r U z a I ozi- I I In1_ d7 �OZ Inr0 C Z� aaz QV1U I I I �� < I CD� I F� Z W a is Q F F D z 3 Ln wujo N ya, .-oaxz I U I'c=1zz ozz�¢ I i I i tnx ww mm �w (nNW Wm 3255 3250 B 3245 3240 rc u> 3235 �o 3230 3225 no =L -0 I 01LLJ G— I J J ' Q I 0 50 100 HORIZONTAL :D 0 5 10 I C:) VERTICAL IRo_W GENERAL NOTES: _ _ 1. SEE INTERSECTION LAYOUT GV G ° - FOR CROSS STREET CURB -- ------ - - - - --- - --- --- - Q RADIUS. CORE 2 D1 D2 q 1. W N 2. SEE HORIZONTAL ALIGNMENT - - -''-'- - - - - - - - - - - DATA SHEET FOR ADDITIONAL D13INDIANA AVENUE N N ALIGNMENT INFORMATION. --------- ----- ---- - --- ---- --- - - - - ----- -- Z 3. KNOWN SURFACE UTILITIES GBN GR J ARE SHOWN IN APPROXIMATE = LOCATION FOR REFERENCE VPI STA. 119+7 24 . EL 329.93 (CH N RT) G ONLY. Y ALL UTILITY U LOCATIONSFPRIOR TO QCONSTRUCTION. 4. ALL DIMENSIONS ARE j MEASURED TO LIP OF CURB UNLESS OTHERWISE NOTED. � 5. ALL CURB AND GUTTER SHOWN SHALL BE TY-A TROU UNLESS OTHERWISE SHOWN IN PLANS. LEGEND: 3255 CXIISTING PROPOSED GROUND 3250 EXISTING LEFT GUTTER PROPOSED LEFT 3245 EOP EXISTING RIGHT GUTTER PROPOSED RIGHT 3240 EOP PROP CL I I I I 1 3235 CHANNEL RT/LT 3230 3225 3220 3220 W In In 0 ID co m co m CD CO m m m 00 0000 m m V M rp d7 f- c0 V M I� O rn N1 In r- • 0 O 0D m M ti 1-IO {C) IA In r1 Q V CO In In V N N ti M M Ih N N N N N N N Q -mNN �mNN �00NN rmNN �00NN 11) ro- 00NN M M M M M M M M M M M MORN N N MaOMM N N N^ N N N •MM IC N N N N N N' N N N^ N N N^ (m N N N^ N N N O N N 3215 N . N . N . N . N . N . N . N . N . N . N . N^ . N^ MM . MM . . MM . MM . MjM . MM . MM . MM . MM 3 2 15 NHH NHH NH H n:H H n:HH n:HH n: I-H n: I-H �:HH CVI.- MJO: MJM MJO: MJO: MJa' MJm MJM MJa' (=j JM MJM Q Q Q Q (1 Q Q Q C0 CD C0 C0 C0 C0 (-0 (-0 C0 C0 C0 C0K22 C0K22 C0K22 CD x m m C00'=2 C00' 22 C0wm Cow L" x 2 C0K22 L7 w w w w w w w w w w w waUU wO.UU waUU wO.UU L'i wO. UU waUU wCLUU -a UTU L1jMUU w 113+00 114+00 115+00 116+00 117+00 118+00 119+00 120+00 121+00 122+00 123+00 124+00 1 1 1 1 Parkhill 02/02/21 fubbock TFIPS CLIENT City of Lubbock 1625 13th Street Lubbock, TX 79401 PROJECT NO. 2696.20 # DATE DESCRIPTION INDIANA AVENUE PLAN AND PROFILE SHEET 1 OF 10 53 1 L i 4 b I w i i ai z5 i w W, o r o o F- (n o i #i �� z, N :aI N �4 F W� —, W o $ W W O o o W o 00 J� �a o �o 0 o N J D ; J J J +� QI �~ �JX MJ(n ^JX Q o SO 100 SEE INTERSECTION LAYOUT Nj �ooz Qoo Qo5 HORIZONTAL p \ 158TH STREET FOR DETAIL Wj mow NNW �oW o s o NND] CD I i i VI U N N m (� VERTICAL Q ROW ' l 1 \ ROW ROWL—ROW - - ROW tO — — — — G—--------------_— — -- — TP — — — — — — — — — — �-------------------- - — — — �aa GENERAL NOTES: Cl-i---------- UP E ® G E - o f ua" oHE o f o f o f ... Ea M 1 SEE INTERSECTION LAYOUT FOR Q---- - --- - ----- - --- - - - --- --- Q RADIUS. ROSS STREET CURB ------------- ------ -- ff N w 125+00 D3 30*00 CORE 3 0 o1LD4T ' 13 N 2. SEE HORIZONTAL ALIGNMENT rvN I—.—.—.—.—.—.`.—.—.—.—.—.I—.—.—.—.—.—.I—.—.—.—.—.—.`.—.—.—.—.—.`.—.—.— .—.`.—.—.—.—.Lg—.—.—.—. r 1—.—.—... DATA SHEET FOR ADDITIONAL = o ALIGNMENT INFORMATION. ry h�N IND-IANA AVENUE r / Z 3. KNOWN SURFACE UTILITIES L1J D74'' N D15`ti "ram LLJ --- -- ----- Z - — — — -- — - — -- — — — — ---- — — — — -- J J ARE SHOWN IN APPROXIMATE F.0 I. s� = ONLYTVLOCAIOER FOYR ALLUT ILENCE ITY e « (�-- --— --— -- —--— ROW °p' ROW ROW ROW V LOCATIONS PRIOR TO H H CONSTRUCTION. -GRADE OFFSITE CHANNEL I / \�� GRADE OFFSITE CHANNEL I I 4. ALL DIMENSIONS ARE - TO ROW LINE.REMOVE MEASURED TO LIP OF CURB LOWER 18" OF FENCE.SEE I TO ROW LINE.REMOVE I I UNLESS OTHERWISE NOTED. FENCE NOTCH DETAIL. I LOWER 18" OF FENCE. SEE FENCE NOTCH DETAIL. 5. ALL CURB AND GUTTER C I I I I I SHOWN SHALL BE TY-A LL LLJ UNLESS OTHERWISE SHOWN W I� LiJ I I IN PLANS. C( ` ~ LLJ LLJ _ I J! _ J� J, J, 00 jQl !QLO I I LEGEND: 3250 WI NNN N N N N 3250 GROUND NI M M M M M N) i.T CXSTING 0 o a OL o- OL a F W W W W W W W PROPOSED 3245 �I J -I -I J -I J 3245 (j11 Of Of of of Of It Of EXISTING LEFT 0- 0- 0- 0- IZ a D- _ _ _ _ GUTTER B PROPOSED LEFT 3240 3240 EDP ' V.C. 100.0 EXISTING RIGHT o VIRIS A 130+65.110 cD GUTTER XI PRO UNO I; EL EL. 3.22 0 " 3235 _ 3235 3,230.53 r.02 (CH o N v PROPOSED RIGHT s LT) * rn m + 0)0) EDP VPI STA 28*50.00 EL HANRT) M N N M N N CH NEL RT EL 3, 30.08 5 YR wSE M M V Ni Ni s� 3230 20y_ _ _ _ _ -- --- --- -------- L 3,228.1 -9.z0*--+0.21c (GRAN R ) -------- +0.21 -0.5 % -- 50 Y wSE 29.74 vl w w t~ir w w 3230 --EL.3 +0.15 3225 o:2oy -o:60i. �' "' ��'� +0.24 n Inn +0.48% +0.48 3225 O o N v O O ti N CULVERI LAYOUT EL 3, 29.10 Iri o In O FOR DETAIL 3220 M M M M VPI STA. 34+00.00 3220 F LJJ w E 3,227.E (GRAN R ) A 3215 " ' 3215 CIO CIO OI DO CID a0 mO OO OO OO A dp f OD NO CIO Of ow 1 N MO O OW O v QO ON MN a 1h M o N N CO vCD 'T NIn co NN �ppNN �IrNN �IpNN N oQNN oMNN oNNN oV&& oONN Do NN �NNN oMNN �QNN oMNN oONN �DpNN �ONN �MNN� MNN ��NN 3210 N N N N N N N N N N N N N N cv N N N N 3210 M M . O M M . O M M . O M M . O M M . O M M . O M I1 . O M M . O M M . O M M . O M M . O M M . O M M . O M M . O M M . O M M . O M M . O M M . O M P1 . O M M . O M M . O M M .-J H N H H N H H N H N H N h H N h N h H N h H N _J H N N N N N N h N h H N h N N N N J O: M J 0: M J 0: M J 0.' W W M J 0.' M J 0.' M J 0.' W M J d' M J 0: M J 0: M J 0: M J 0: M J 0: w M J 0: W M J 0: M J 0: W M J D-' M M J D_' M J D_' w M J D_' C-'M J O.- w M J D_' Q Q Q 1�1 Q Q Q Q QQ XX CD O2= CD W=X CO22 CD XXX CWmX C-DwXX 011WXX 01WX Of Cr 2= � ?wK C'wmm owmx 0wmOX Cwd22 7w 00:mQ m C c�t> wa�c wa�c wa�c waJ ac�c'w aUCwacc wo cv ccwac� w�ac Ucwa� o ccwo ccwo c atcwaU) o c� wo ccwwa�c 124+00 125+00 126+00 127+00 128+00 129+00 130+00 131+00c132+00 133+00 134+00 135+00 1 2 3 4 Parkhill ,f t�i n 02/02/21 fubbock TFIPS CLIENT City of Lubbock 1625 13th Street Lubbock, TX 79401 PROJECT NO. 2696.20 # DATE DESCRIPTION INDIANA AVENUE PLAN AND PROFILE SHEET 2 OF 10 54 (V 1 1 �7 F— I I J a o I W o w �I j oa j 2 0:0 0 j In o I v_J N Ins! Ln SEE INTERSECTION',LAYOUT �r CPLn Vox I I 154TH STREET FOR DETAIL �W I ' 0 s0 100 Q O p INSTALL SINGLE � W j I I SEE INTERSECTION LAYOUT HORIZONTAL 0 VINw MAILBOX ASSEMBLY tnU � 152ND STREET FOR DETAIL � 0 5 10 O I I SEE ROADWAY p VERTICAL + ROW ROW DETAILS ROW / ROW —._--_��€ _ — _ Row _ — — + �p GENERAL NOTES: Ih v� o E uP aPE one ^ E one ua -oraF _ _ o a _ _ _ _-_-_--°�- �E _ _ _ . _ _ _ _ _ _ _ _ . one on-: �P n�a-- _ —____ate____. vHE PD - ❑ _ 1. SEE INTERSECTION LAYOUT i MB sNo FOR STREET CURB Q — ---- — - -- - --_ --- - ------------- Q RADIUSROSS H (n x D5 D6 CORE 4 145+00 .—.—.—.-----.—.—.—.-----.—.—x—. N R W N 2. SEE HORIZONTAL ALIGNMENT DATA SHEET FOR ADDITIONAL oo w `.....—.—.—.`...........`...........`.—.—.r:�?:f:�.—.—.—.—.—.—.—.—.—.—.—...........`. W D16—.INDIANA AVENUE s N , W ALIGNMENT INFORMATION. Z ___—__—_� _—__—___ Z 3. KNOWN SURFACE UTILITIES J r- J ARE SHOWN APPROXIMATE = a a o a a o 0 0 00 0 �� Foy o� Foc Foc Foy = R ENCE V ROW a _ /ROW ° ° 0—°` ROW /'ROW a G G G G — ROW U ONLY. VERIFY FOYRALLFURTILITY LOCATIONS PRIOR TO H I— CONSTRUCTION. I I \ GRADE OFFSITE CHANNEL 4. ALL DIMENSIONS ARE MEASURED TO LIP OF CURB TO ROW LINE. REMOVE UNLESS OTHERWISE NOTED. LOWER 18" OF FENCESEE � FENCE NOTCH DETAIL.. 5. ALL CURB AND GUTTER C I W I I W SHOWN SHALL BE TY-A W w UNLESS OTHERWISE SHOWN I I I IN PLANS. I N I ��I \Cn I 2 I _j p Z I I �QI (V I I I no no =L LEGEND: 3250 N Wl W 3250 EXISTING GROUND M ;t F �. to C� a PROPOSED 3245 J J �I cli 3245 �I c� __-- EXISTING LEFT a GUTTER LEFT 3240 3240 EDPPOSED VPI S A. 137+65. 0 EXISTING RIGHT _ _ _ _ GUTTER 3235 EL 3,231.29 VPI STA 141+7 .00 EXIST GROUND ® CL 3235 PROPOSED RIGHT EL 3,230.79 VPI STA.EDP 138+ 0.00 VPI STA 40+00.00 EL.3, 29.19 (CH LT) CH NNEL LT EL. 3.230.15 (CHAN LT) E 3,228.2 (CHAN R ) 3230 +o.48x x o.2or _ — ---— -- ---- -------- + 3230— — ----- ---+0.2 — — — — — — - - - - - - ----— —— x +0.157 + POX1 +0.59Y+0.O 0+0.48 + +0.2 +0.20X +0.48x 38y + .59X 3225 VPI r , 7+1 , VP STA 138+ 3225 3,22 .11 (CHAN T) EL 3,� 9.0 AN RT) STA. 39+50.00 SEE STRUCTURE tt2EL. E 3227.8 (CHAN L ] CULVERT LAYOUT DETA IL -' E 3,227.7 (CHAN R) 3220 �� 3220 =I 3215 1 I 3215 �� N ti N MQ In 01 10 ,n t0 M to N O O01 M In c O� M u) IA Q tiN V to O1 v OM Ln to ti tiiV Ln c0 N M OQ V) ti v �� O ti) Of �N V V) t0 0) QM N V) N 0) tiQ c0 v 01 ON V c0 -W N t0 CO -W M M v OI Q DO -W Ol I!1 OT 0, IA Of N tD O Ot In O F . O) IA O1 ON O O) IA 01 OfM 00 3210 .NN MONN MMNN Mv:NN M~NN M�NN M�NN MONN M�NN MNNN M�NN MONN MO:NN M�NN M�NN MO:NN MONN M�NN MNNN MQNN MI(1NN MtONN 3 2 10 M M .,Porn O N O M M N O M M N O M M N O M M N O M M N^ M M N^ M M ^ M M N^ M M N^ M M N O M M N O M M N O M M N O M M N' M M N' M M N^ M M ^ M M ^ M M N^ M M N N N N N N N N N N N N N N N N N N N N N .I- H H H H H H H h h h H h H H H H H H H H H H H h H h H h,. h. H H H H H H H H J� MJOC MJOC MJd' MJd' MJd' MJd' MJd' MJa' MJOC MJOC MJOC MJOC MJOC MJd' MJd' �")Jd' N1 Ja' MJd' MJd' C-'M JO.' MJd' 1�1,Q Q1:11e&ii Q Q Q Q1`1 Q Q Q Q Q Q Q Q Q xm ommm C�Q'2= C�Xxx ommm CD 0WXX 0WXX 0WXX !^OAS= :._�Of XX CDK22 0Cr X= C?K22 C�K22 C�X=X 0XXX C�d'22 C�wm= C7 d'22 ^x CCK22 C� U U w a U U w a U U w 0- U U w a O U Lla U U w d U U LLId U U w d U U w d U U 0- U U w a U U w a U U w a O U w 0_ U U w OLO U w d U U w d U U w 0_U U w d U U � d U U w a U U w 135+00 136+00 137+00 138+00 139+00 140+00 141+00 142+00 143+00 144+00 145+00 146+00 1 1)1 1 1 A IG Parkhill 02/02/21 fubbock TFIPS CLIENT City of Lubbock 1625 13th Street Lubbock, TX 79401 PROJECT NO. 2696.20 # DATE DESCRIPTION INDIANA AVENUE PLAN AND PROFILE SHEET 3 OF 10 55 (V 1 �7 1 no O 0 t0kROW r 2 Iy m 3250 3245 B w l j N 2 I CD j o so too I INSTALL SINGLE I HORIZONTAL INSTALL SINGLE I SEE INTERSECTION LAYOUT MAILBOX ASSEMBLY MAILBOX ASSEMBLY j 150TH STREET FOR DETAIL SEE ROADWAY o 5 0 O - o€-----SHE----- osE -�1P EF= -o -- -- DETAILS -�— VERTICAL WPa ROWS ROW- uP-- — — ROW + SEE ROADWAYDETAILSoff a�E�Eof"—"aEoHEGENERAL NOTES: ONE O [ WE - — oH[ 1. SEE INTERSECTION LAYOUT Ln SN NB nnB❑:. NB FOR CROSS STREET CURB p Q RADIUS. — — — D7— — — — —D` — — — — — ` — — — — 150t00 _ _ _ _ _ ` _ _ _ _ _ ` _ _ _ _ _ ` _ _ _ _ _ D9 _CORE 5 i515+00 �1 R W N 2. SEE HORIZONTAL ALIGNMENT ND I ANA AVENUE �' 4 DATA SHEET FOR ADDITIONAL ALIGNMENT INFORMATION. D17 D18 D19 D20Z 3. KNOWN SURFACE UTILITIES D p J ARE SHOWN IN APPROXIMATE o G o o,� G Fo G Fa �• �Fo �FM_ LOCATION FOR REFERENCE —__—__ ONLY. VERIFY ALL UTILITY ROW /ROW ROW'. /"ROW ROW ROW ROW U LOCATIONS PRIOR TO QCONSTRUCTION. 4. ALL DIMENSIONS ARE I I I I MEASURED TO LIP OF CURB iI i UNLESS OTHERWISE NOTED. H I 5. ALL CURB AND GUTTER I I WN SHALL BTY-A Ld UNLESS SS OTHERWISE SHOWN # j LLJ IN PLANS. LLi H Ld i = I J IQj CD i Q CD Ln 3240 +90.00 PI STA. 14 ,230.98 I STA +00.013- sa 3235 146+20. EL 3, 32.10 EL. 3,230 09 (CHAN LT) E 3,230.7 KHAN R 1 3230 poi— -.:_r.. `--- _r-.- `-- — a +0. 0 OS'/. +0.2 Y. + -0.37X �_. - .20 3225 VPI STA 146+35.0 CHAN0 0 0 0 o EL. 3,230.08 ^ (CH LT) EL PI STA 15 3,229.63 +90.00 CHAN RT) + M N In N VPI TA 146+7 .00 1—+i DoLL M r 3220 ' ¢ w ¢ (A w �• VFIISTA 147 00.00 w ~I EL 3,230.02 (CHAN RT) I 100.0 V.C. � In A 3215 OI In 01 O Q m N tiN V Ir O O O O O N O Go N O M I` f� O O f� M N Q^ IO IA t0 (D DDIn O M O (o O O d7 !O f� O1 M Nti N 1` O Q^ M f0 M N In ^ MDONN MO,NN MONN MONN v) MrNN MI(1NN MMNN I"M�NN MONN MON 3210 ^NN MM N -N ^MM Iv ^MM NNN1M NNM)W1 -N N •N NN ^MM ^MM ^MM 4MI"1 ^MI'7 c�OMo7 NOM -N .H I- HH N HH N HH HH hH N hH N hH N hH N HH N HH HH J� MJR' MJR' MJd' MJd' MJd' MJd' MJd' MJa' MJO_' MJO_' MJO_' 2= CDM=X CAW X CDW=X CDWXX ow=x 0 w x x 0MXX (DIM XX Xm2 0wxx (DIM 22 VU Li UU wd UU wd UU waUU w10_UU waUU wCL UU waUO w0_UU wCLUU waU 146+00 147+00 148+00 149+00 150+00 151+00 1 2 LEGEND: 3250 EXISTING GROUND PROPOSED CL 3245 EXISTING LEFT GUTTER PROPOSED LEFT 3240 EXISTING RIGHT GUTTER EL LT 3235 PROPOSED RIGHT EOP EL RT V I STA 153 35.00 E 3,229.25 EL 3,2 8.27 (CH RT) 3230 - •_ _ -0. 7X -0.437 -- -0.43X 3225 VPI STA 56+00.00 W&W KfP�I In N M U ti^ O^ O^ ^O MO V^ t0M ', ti 10^ N C f . f� M t0 N N Q O N1 N 01 O r M 0p I(1 {0 M Q r' N aD Q n: O M M '. O M N N N O M M N N N O M M N N N O M M N N N O M M N N N O—rem M M N N N O M M N N N O M M N N O IM M N N O M M N N N O M M 3210 N r N r F N r F N r F N r N r N r N r N r N r F M JO_' MJR' MJd' MJd' MJd' N1 Ja' MJO_' MJO_' C-�M JO_' MJd' oWx C?K22 C�K22 owmx owzz owmx o1w ommm ^xM= CDK22 wac.0 waUU w0-0U waUU waUU waUU waUU waUU wo UU waUU 152+00 153+00 154+00 155+00 156+00 157+00 1 1 n Parkhill ,f t�i N 02/02/21 Lubbock TFIPS CLIENT City of Lubbock 1625 13th Street Lubbock, TX 79401 PROJECT NO. 2696.20 # DATE DESCRIPTION INDIANA AVENUE PLAN AND PROFILE SHEET 4 OF 10 56 2020\2696.20\03_DSGN\01_MM050_CIVIL\09_SHEETS\067_PP05-2696.dgn 'asquez 2/2IM"' D PLOT DRIVER: 2696-plot.pll W W N N Cn COT( O O CHAJI LT 3,22 '04 O CHA RT 3,22 .48 EG ,227 93 PR 1 3.228.41 CHAI LT 3.22 i.83 _ CHAI RT 3,22 .15 Cn CD EG 227 71 ++ PR 1 3,228.2( CD CH LT 3.22 .61 CD CHAN RT 3.22 482 EG ,227146 PR T 3,2 8.0 CHAJI LT 3.22 i.40 CHAJI RT 3,22 i.49 Cn CO EG ,227 22 + PR 1 3,2 7.8 CD CHAI LT 3.22 .19 O CHAI RT 3,22 i.16 EG ,227 17 PR 3,2 7.6 CHAN LT 3.22 .97 CHAJI RT 3,22 5.83 rn O EG ,226 80 ++ PR 3.2 7.4 11 CD CDCHA LT 3,22 .74 v CHAJI RT 3,22 .34 EG 226 50 PR 1 3,2 7.19 CHAI LT 3,22 .40 CHAI RT 3,22 .50 EG ,226 25 + OCD PR 1 3.226.8( CHAI LT 3,22 .04 CHAN RT 3.22 1.72 EG ,225199 PR IZ 3,2 6.3 CHAJI LT 3.22 1.41 CHAN RT 3,22 5.47 O) N EG ,225 74 PR 1 3.225.7( ++ O CH LT 3,22 .86 CHAI RT 3,22 .22 EG .225120 PR 1 3.2 5.17 CH LT 3,22.31 CH RT 3,22 .97 rn (AEG GL ,224 48 nl CD I PR 3.2R4.6 CD PR 1 3,2 4.4 X, EG C 224 21 CCD D I PR 3,2R4.4 PR 1 3,2 4.6, O Cn EG ( 224 CDIPR 3,2�4.9 PR 3,2 5.2 rn 0-) EG 224 93 P + PR 3,225.51 CD CD -,I 1 EG ,224 83 CD PR T E P 3, 2� LA W LA N N N N N �(A N N W LA Cn O Cn O Cn m c O r a a < I N � rn X N I � � I I ry�Io� Ra I II„III STA 159 95.0 EL, 3,22 .78 ICHAN LT) of EL 3,225.53 KHAN RT)a;;�l ,000I1 m r ww < NNm I �Nr y m aoow D O xx 0 N - O ZZ I (an aLA p N, Ln A � (o g W W N N O Cn MATCHLINE STA 157+00 148T STREET .-. .-.-;U, 20' 20• g 148TH STREET ST 16495.0 EL 3, 24.9 / R L R R E 3.2 24.7 11 I S. A 16 +50 00 E,3,24.7 RL E .3,2 4.5 R R E . 3,224.13 / m r1 r r r N to mN N (A w L. ti ti •_' tN ;0 O O +1 rr c S A316 E . E ,2 2 E . 3,. 3,2 L L e e OF Ela 2.00x 2.00x c -- LA IE com A y° m xZ N ' m l rn LO mrn I mO OZ °I or I I -1 n D0 ;ml I r 2ST0 159+00.00 RT BEGIN TAPER m'STA 160+43.44 a I 0.00 LT i BEGIN TAPER (STA 160+95.00 1.50 LT `PM TAPER ° BEGIN CONCRETE PAVEMENT ° Io BEGIN CURB AND GUTTER IINSTALL TY 1 TERMINAL_ JUNCTION_ ALLEY # 1 1 I I I jSTA 161+22.00 46.50 LT I IVS35 END CURB AND GUTTER STA 160+95.00 SINGLE ASSEMBLY 42.50 RT END TAPER I BEGIN CONCRETE PAVEMENT i DETAILS BEGIN CURB AND GUTTER o..'SEEDWAY INSTALL TY 1 TERMINAL JUNCTION I STA 161+95.00 I IURB N+ 85.92 AND GUTTER 42.50 RT I i BEGIN X-SLOPE TRANSITIONz�ox I z.00z95.00 DAYLIGHT V-DITCH WITH 4:1 SIDE SLOPES (3:1 MAX) I 31.50 LT BEGIN X SLOPE TRANSITION 3.224.88 3,2 4.65 AND 0.20X LONGITUDINAL 42.5' 31.5• SEE STRUCTURE a3 t-LIP i g-LIP SLOPE FOR 896' I CULVERT LAYOUT FOR DETAIL STA 162+97.19 �� - i STA 162+97.27 3,224.52 3,2 4.13 64.26 RT E Z 3.24 LT INSTALL TY-C GROUND BOX 0 INSTALL TY-C GROUND BOX CONNECT WITH TWO 3" PVC CONDUIT (GB-12) ------_(GB ------ - �- �✓ - > D CONNECT WITH TWO 3" VC CONDUIT (GB-12) - -- - - 3.224.21 3,223.71 -�" y W D a 146TH STREET 146TH STREET [Er m Z 3,224.02 3,2 3.47 oaa °lE C a 0o zm- m ---, O7 3,223.94 RT EOP 3,2 3.41 STA 164+14.69 STA 164+03.78 64.24 RT I 64.26 LT INSTALL TY-C GROUND BOX INSTALL TY-C GROUND BOX CONNECT WITH TWO 3" I �A CONNECT WITH TWO 3" LT EDP 3,223.99 PVC CONDUIT (GB 12) I E PVC CONDUIT (GB-12) RT EDP 3,2 3.53 XXi STA 164+34.44 i " :E I am 44.50 RT �_m_ BEGIN SIDEWALK I N IN z LT EDP 3,224.09 I c N� ym RT EDP 3,2 3.75 i o rAi� mm mO LT EDP 3,224.19 o i i Az RT EDP 3,2 3.96 I q 0 > I c 15' 42.5 1 n 0 LT EDP 3,224.29 RT EDP 3,2 4.18 I i STA 166+50.00 z.I 2. 00z00x STA 166+50.00 LT EDP 3,224.39 42.50 RT I 42.50 LT RT EDP 3,2 4.39 END X-SLOPE TRANSITION END X-SLOPE TRANSITION Cn OD PR RT E P 3, 24.5 + CD w w w w w w w L" O N N N N N N N N O N N LACA � Cn O (n O Cn O Cn O n I I I I I I I I I m-0 Om I Om CX m-0 om I Om CX _0 m I r&m X mO 0 � �� m0 -0 � �� 0 reN ON AZ ON AZ In Z m 0 0 m 0 m 0 0 A r ' le _n O x c Z 0 V N r 7 L m Q a' Oo Nr D y a o y Z a 0 r p --Is c x� ICT M Z 0 ZD C F V p TC o OZ i p C r m m END CONCRETE PAVEMENT I SOIL RETENTION BLANKET END CURB AND GUTTER I nINSTALL END CONCRETE PAVEMENT END CURB AND GUTTER I i i BEGIN TAPER I I I � q OI I O 0 E� w £ MATCHL INE STA 168+00 o m CU)D Zzx� C3D zm� OrOrDT, OOZOm DOVI rD(,mi Am(n DO(,mT z z r0 r�ME2 rD ZOr OmO N>'�>NZ ZD= O_A E'E m � r ZNZ:O omcc Nmm mxA Koo NOAm PVT D m NO=m OOZ cOm00(/) C)NAZ EC ZmN m0 U);o r ` ` U7 v� m ADD 2r mr0 0 x,- ti �T1Z T1 m om-2Zn -�Z f/)(N m 0mo z Z EDDO .Zm10Z ErN pDADm Tzlmti 22" mp (� N C N-Un �M-0C 3 mZ m o 0 • N�r�*t z- m O�Amr �oz D fTl (� mDA On �Zx74 0:3 cp E me Om �03m <m>N �m m Z m ZZ t7l" Indiana Avenue OR- Reconstruction s I I I I I L w O N 0 to It N W r D I I Q O O 0 50 100 r O Z V)Uiw SEE INTERSECTION LAYOUT I I HORIZONTAL C:)141ST STREET FOR DETAIL sN C:)o 5 0 p I p VERTICAL Row °„E ONE UP OHE OW— °HE��E °�= oIBEUP--_--_--_--_- °�E�°E_ _ °- _ - _ _°"`�°'- SUP s Row P W + GENERAL NOTES: w w w w� 1. SEE INTERSECTION LAYOUT FOR CROSS STREET CURB Q Q RAD< S. g} CORE 7 O (n 175+00 N 2. SEE HORIZONTAL ALIGNMENT — — — - — - — - — - — - — - — - — - — - — - — - — - — - — - — DATA SHEET FOR ADDITIONAL z K z ALIGNMENT INFORMATION. _ _ _$ BLS— INDIANA AVENUE _"$ 3. KNOWN SURFACE UTILITIES J ° J ARE SHOWN IN APPROXIMATE FOR REFERENCE _ = LOCATION ROW V ONLY. VERIFY ALL UTILITY LOCATIONS PRIOR TO H H CONSTRUCTION. 4. ALL DIMENSIONS ARE SEE INTERSECTION LAYOUT Z MEASURED TO LIP OF CURB UNLESS OTHERWISE NOTED. 141ST STREET FOR DETAIL p ~ 5. ALL CURB AND GUTTER C z SHOWN SHALL BE TY-A LLJ a UNLESS OTHERWISE SHOWN L-j Of IN PLANS. POLICE STATION w o a 0 +1rN F— OD Of X N oz T— ¢ �? 0 r MIT N W Co 0■ om =L 3245 3240 3235 3230 3225 3220 3215 3210 3205 m 4 O 4 C' Fp N p N N V V V N M N M N O N M V 1!1 O IA � IA V IA � In N VPI STA 173+ 7.50 L 3,225. 4 +0. OY - .20X I a w a wl a w a w a w a w a w d wl a wl a wl a wl a w a 168+00 169+00 170+00 171+00 172+00 173+00 174+00 1 1 2 3 PROP RV EDP VPI STA -0. 7 ti O In Q M N � O u7 Fp N Fp IA N N ID IA N N ID IA N (D In N (o N oo N (p In c N Tp In N M N M N M N M N M N M N M N M w r w r w r w r w r w r w r w r 0 O Of 0 Q: 01 Q: 01 Q: 01 2: 01 o: 175+00 176+00 17 7+00 178+00 4 3245 LEGEND: CXIISTING GROUND PROPOSED CL EXISTING LEFT GUTTER PROPOSED LEFT EOP EXISTING RIGHT GUTTER PROPOSED RIGHT EOP 3240 3235 3230 3225 3220 3215 IGM 3205 w r o: d 179+00 Parkhill 02/02/21 O a i NW li fubbock TFIPS CLIENT City of Lubbock 1625 13th Street Lubbock, TX 79401 PROJECT NO. 2696.20 # DATE DESCRIPTION INDIANA AVENUE PLAN AND PROFILE SHEET 6 OF 10 58 020\2696.20\03_OSGN\01_MM050_CI VIL\09_SHEETS\069_PP07-2696.dg0 . q.- 2212021r" D PLOTDRIVER: 2696-P101.111 W " N N N N N N N N N O ' N N W LA O U I O LPI O (n O (ii O PR RT E P 3,224.5 O EG @ 3,224 54 PR RT E P 3,224.2 OD O EG ,224 57 PR RT E P 3, 23.8 0 EG ,224 59 PR RT E P 3, 23.5 + EG 3.224 62 O O PR T E P 3, 23.8 EG 224 71 PR RT E P 3, 24.2 OD N EG 224 72 CD PR T E P 3,224.5 v EG 224 71 PR RT E P 3.224.8 W W EG ,224 70 O PR RT E P 3,225.0 O EG ,224 82 PR RT E P 3, 25.1' OD -C�. EG ,224 79 CD PR RT E P 3,225.2 O EG ,224 87 PR RT E P 3, 25.1 Cn EG ,225 00 CD PR T E P 3,225.0 EG @ TL ,225 15 PR RT E P 3, 24.8 dD 0') EG 225 12 CD PR RT E P 3,224.7 O EG 225 09 PR RT E P 3,224.6 OD �I EG ,225 09 CD PR T E P 3,224.5 EG 225 15 PR RT E P 3,224.6 OD OD EG 22512 P + CD PR RT E P 3,224.7 O EG 225 10 PR RT E P 3,224.8 CID EG @225 15 O PR RT E P 3,224.9 CD EG @ ,225 21 PR RT E P 3, 25.0 O + o r,!,p II o o D II II m A • o II rl m + o o II 0 40S ST EET � N W W W W W (A(N (A N N N N N N N N O Ln O 6n N O N Ln LA O GI U1 A O 0 I I r I I m I I 0 I I m z m-0 Om m-0 G1m -0 rim MO � M0 -0 � 0 re 0 ON �� ON �� On m AZ 0 m AZ O m Z 0 0 0 0 A r ' � -n O x c Z 0 rD A N r 7 LL m Q U O0 N y a o y Z a 0 r o --Is c x� 0 M Z Z> C F 0 o OZ i p C r m m MATCHLINE STA 179+00 0 7.5' I i SEE INTERSECTION LAYOUT " io 140TH STREET FOR DETAIL lie o o 0 140TH STREET L R ----------------------- STA 180+50.00 �0� 42.50 RT END/BEGIN X-SLOPE TRANSITION I �I I FI I I I F 01 STA 182+40.00 V 42.50 RT END X-SLOPE TRANSITION z ooz F s F5, 2 STA 182+86.44 F 42.50 RT O END CURB AND GUTTER :E. E END SIDEWALK MATCH EXIST I F FI s m STA 183+85.00 z�ox F �fZV 42.50 RT I BEGIN X-SLOPE TRANSITION , s= STA 184+60.00 I 2.63x m 42.50 RT END/BEGIN X-SLOPE TRANSITION F r 0 o m o ! z F CA) Cg can r In T I D 0� z> D m zm m A L z STA 186+80.75 m 42.50 RT BEGIN CURB AND GUTTER BEGIN SIDEWALK m MATCH EXIST STA 186+95.00 F 4 m 42.50 RT F END/BEGIN X-SLOPE TRAN ITION 2.69X VARDEMAN WAY F SEE INTERSECTION LAYOUT F VARDEMAN WAY FOR DETAIL I LA0010 rN;�D 0 O N r I m�05 0ZN� A O r < STA 188+89.57 unx N 0 42.50 RT Lnnov» END X-SLOPE TRANSITION ! -Dz= r 0 � I x of rn mo Oi F, OD MATCHL INE STA 190+00 o O m C U1D Zzx� C3D zm� OrOrDT` DON OOZO'Z rDrmi AmN DOrm7 Z r 0 �m r D mtn Z Or Om O V7D<D £ OD C A m ZN Z.TC1 OZ13 :O�<�2Z mV1A NAB D �T 1`L N0=0 mm 00Z c m 0/ x ONAZ£C ?mN Omm r CJl ,DD 2 r W - �mzZ,u m0 m _, Z NN W z mrzp �OZ N ZA<AZn �m� f/10 £WO :E 6DADm 22� rm>C mp o 0 (n C UI 0D 3 O�or mZ fTl vl�m m>mOn foG) FZx7A 0�3 cD p LnZm C z 035m W£ Om <>N Z m ZZ Indiana Avenue oR Reconstruction s 2020t2696.20\03_DSGN\01_DW G\050_CI VIL109_SHEETS\060_PPW2696.dgn esqu 2/2I2Ul PLOT DRIVER: 2696-plot.pll W " CO - CD O PR O EG PR + EG CD CDPR EG PR N EG O PR O EG PR O W EG + O O PR v EG PR O EG O PR O EG PR U1 EG O PR O EG PR O 0" EG + - +� CD PR PR �I EG O PR O EG PR OD EG t O PR O EG PR O O EG P + O PR O (A W W W W W L'i N N N N N N N N N O N N W W -4 3, 25.1 0 v D � 3. 25.2 3, 25. 25 26 3. 25. 25 37 3, 25.6 25 43 3, 25.7 25 45 3, 25.8 25 45 3, 25.9 25 40 3, 26.0 25 34 3, 26.11 25 32 3, 26.11 25 37 3, 26.0 25 38 3.225.9 3, 25. 25 36 3, 25. 25 37 3, 25. 24. I CCD DIPR �(�EJP225�42 PR f�T Et P 3,824. CD I o r Ln O WD N � i a to + 01 o 135 H STREET CD v 0 0 j 135 Tt STEET N O_ PR RT E P 3, 25.1p C:) w L'i w w w w w w L'i O N N N N N N N N N O N N LA (A A Ul C:) En O L11 O U1 O CTt r I I I I r m I I C) I I m z m-0 Om Om CX m-0 om Om CX _0 m rim X O MO � M0 _0 � 0 re .. 0 ON �� ON �� m AZ c> m AZ In m Z c� 0 0 0 A r m le G� = m O x c Z 0 V _ m N r 7 L m Q a' -o Nr D y a o y Z a 0 r os c xICT M Z 0 ZD C F 0 < o OZ i p C r m m MATCHL INE FI FI cj I I I F cl I i I j D I z F D < F" z C I I STA 198+00.00 42.50 RT BEGIN X SLOPE TRANSITION z.00x STA 199+46.15 F"� 42.50 RT END/BEGIN X SLOPE TRANSITION STA 199+35.54 65. ST0 RT FI° " ALL TY-C GROUND BOX CONNECT WITH TWO 3" PVC CONDUIT (GB-12) 4 190+00 jO STA 200+34.55 F M �E 65.00 RT STA 199*30.62 INSTALL TY-C GROUND BOX I 47.28 LT CONNECT WITH TWO 3" INSTALL TY-C GROUND BOX PVC CONDUIT (GB-12) "o.nx - -- CONNECT WITH TWO 3" _--------------- -- j PVC CONDUIT (GB-12) 135TH STREET jo F 135TH STREET F fo 0 0 7 F STA 200+44.78 STA 200+52.74 47.28 LT 42.50 RT I 0 INSTALL TY-C GROUND BOX END CURB AND GUTTER 1£ CONNECT WITH TWO 3" END SIDEWALK � sis I 1 PVC CONDUIT (GB-12) MATCH EXIST 0 la{� x II MATCHLINE STA 201+00 C (nD C3D OrOrD T` DON AmN m o i r D m D O z �M mtDj1 ND<Dm£ Oy OA m ZNZ.TC1 0;03 X6<6m 02z/ 2 ATR NA- D 1`L mm N0=0 c 00N tiNAz£C Zmly O0N r- 2�D 2�- '1'lZm -0 m ;0 zp MOZ ZA<AZo �m> f/10 z :Em £�N oDADr1 �o� mo (n O UI�D rm�C 3 mZ o 0 m W/ m zmmm OOAor -0z D Ln m>m On FZX� 0�3 cp £ m C :� O 3 m 5 m W z Om <m>N ZZ O m Indiana Avenue oR Reconstruction s �f2w mU 020\2696.20\03_OSGN\01_MM050_CI VIL\09_SHEETS\061_PP09-2696.dg0 squ 2/2/2021rry PLOT DRIVER: 2696-P101.P11 W C-) 1 o N N N N N N N N N N O N N W W A A C?U1 O C)Cn CD ()I C:)(, O O PR RT E P 3,225.25I� EG 225 53 PR RT E P 3,225.43 N I O N EG ,225 56 O PR TEP3,25.5 1 CD EG 225 61 I PR RT E P 3,225.75 II N I CD II W EG 225 67 O PR RT E P 3, 25.9 I CD II EG @ 225 98 II I PR RT E P 3, 26.0 I Ip N I CD EG 225 7cD 7 PR RT E P 3.2 26.2CD V 11+ p C:) A N EG ,225 86 I F` Ln PR RT E P 3.226.37 I N I CD II (r EG 225 98 + O PR T E P 3,226.47 I I EG ,226 05 PR RT E P 3, .5 I N CD O) EG3,2267 PR RT E P 3, 26.6 CD EG @226 10 PR RT E P 3,226.77 N I O -,j EG @ 226 18 + I O PR T E P 3,226.87 I EG ,226 31 PR RT E P 3, 26.9 N I O Op EG 226 37 O PR RT E P 3, 27.07 CD EG 226 42 PR RT E P 3, 27.1 I N N CD D 1,D EG 226 44 — CD PR RT E P 3, 27.27 r w D o N N O EG 226 47 ip + Wl o PR 3,2 7.81 q PR FFT E P 3,226.95 N I O EG ,226157 P + PR 3,227.5 I CD O PRT E P 3, 26.6 1 I EG ,226 53 PR C 3,2 7.19 PR ITT E P 3,226.37 N III o EG 226 56 I CD PR C 3.226.89 1 A O PR ITT E P 3,226.03m EG ,226 57 PR 3,2 6.5 PR T E P 3, 25.7 N I o0 I\ N I O N N N N N N N N N O 01 O N O N Ln L4 O W 0 -r�l O 01 I I r I I M I I G) I I M z m-0 OA Om CX m-0 om Om CX -0 M rim X O MO � M0 -0 � 0 re .. 0 ON �� ON �� ON m AZ 0 m AZ O m Z 0 v v v A r ' l -n O x c Z 0 V r A N r 7 L m Q a' �o N D y a o y Z v a 0 r o --Is c ICT x�0 myZ ` Z o F / v O < o OZ i p C r m M MATCHLINE STA 201+00 STA 201+00.00 2.45x �Ao 42.50 RT A 10 F E END/BEGIN X-SLOPE TRANSITION 37.51 i m IPiOP m h lO � 0rn F I g f F N I Fc � I 3 On w I I I I F I 0 I 0 z.00x Ln STA 204+12.85 I N 42.50 RT y END X-SLOPE TRANSITION BEGIN CURB AND GUTTER BEGIN SIDEWALK i MATCH EXIST --- i lo F N +O o I JL.JU R I RELOCATE FIRE HYDRANT F - a z f TIE TO EXIST WATER LINE SEE ROADWAY DETAIL 0 SHEET 13 OF 13 D FOR DETAIL I D �j D I 3"r,I I m !i I I 9P f i IF --------------------- c I I I STA 209+25.00 F .20ox I z 42.50 RT BEG: TAPER I f BEGIN X-SLOPE TRANSITION I i o fo, o i STA 210+90.00 I vq o z -59.50 RT ni I RELOCATE FIRE HYDRANT to TIE TO EXIST WATER LINE SEE ROADWAY DETAIL SHEET 13 OF 13 I I FOR DETAIL I STA 210+90.00 STA 211+00.00 5.00 RT 50.23 RT f BEGIN TAPER END/BEGIN TAPER I I STA 211+20.00 'F BEGINRX-SLOPE TRANSITION !;u 01 :C MATCHLINE STA 212+00 CTp CAD OrOrDT` DON AmN z zz2� zm� OOZO�z rDm DOr, z �m0 mN ND<Dm£ 0D OA fTl >w M N;03 :O�<�2z mV1A NAB D 1`L mm c m 0/ 2 POP" OON tiNAz£c, ZAN ONN r- 2>D 2'— �7mzm —mZ m mrzp �OZ ZA<AZn ��� f/10 z :Emo0 :E N 6DADm 22� mp w O UIuD rm>C A mZ o 0 fTl vl�m z'm OOA,mr f,G, D Ln mDA On FZx7A 0�3 cp £ 1 is �OAm 5m W Z Om <m>N ZZ O m Indiana Avenue oR Reconstruction s �p— SIN AIM Me_ mmi 11 1 1 3 14 5 zZZz UV, I Z W D I �zry �g V1ao Lni- zQ: orLU I zN Cn <Q ooN�N �=Lza.,t$Ln oof p G >x OQJrrz War W— aV1 CD M r J�r (D Ww aJ Ln 0 50 100+ o Z00 Co; NOa XU o HORIZONTAL �) rOLZ Q0O38 / rcpzza UP 0 5 10 (� VtNW (n WmW .� (n Luwx \ VERTICAL + ^--- ---- ----/ N GENERAL NOTES: Es Tr ° Ts 1. SEE INTERSECTION LAYOUT FOR CROSS STREET CURB Q = ram RADIUS. UVfN H (n i i c 2t .tO a w N 220.00 2. SEE HORIZONTAL ALIGNMENT _ — — `.—.—. — -----.—.—.—.—. .E_.— r.—.`.--•—•—•--'------------'-----.—._.—...—.—.—.—.—..—.—.—.—.—.—..—.—.—.—.—.—..—.—.—.—.—.... DATA SHEET FOR ADDITIONAL LLJCORE r>, 10 o INDIANA AVENUE ALIGNMENT INFORMATION. z L` "= + NQ f 3. KNOWN SURFACE UTILITIES J -, •'s O s s H <W N ARE SHOWN IN APPROXIMATE = U7G. _ w W LOCATION FOR REFERENCE ONLY. VERIFY ALL UTILITY LOCATIONS PRIOR TO Q CONSTRUCTION. xo --- o0 0 ° Ts 4. ALL DIMENSIONS ARE r rr�` SVMHWuF— ,1I, MEASURED TO LIP OF CURB In j rtn `� z UNLESS OTHERWISE NOTED. z —Z o a ¢ ck: to 5. ALL CURB AND GUTTER C UZI I N t SHOWN SHALL BE TY-A W C) Lu J av1 IW UNLESS OTHERWISE SHOWN a0 UDr$ I F o_Q W IN PLANS. In = z fN W � W r m r tY o o oQ>x I Li NO of wad, E U7 z �rWaaQU Mr�� .0 � 1. cK>NW = ROSA'S CAFE N�Fm N toLa_UZm a?� F: ,a.x= QA000 r�ZZ Q1�0000 r�ZZwZ to I ZL.AO Q~OOr 0 < rNZZa CD U7 lOWW NtOW WmW I UV1J VI AnWWf LEGEND: 3245 3245 EXISTING GROUND PROPOSED CL 3240 3240 EXISTING LEFT o GUTTER B r N PROPOSED LEFT oiv 3235 +NW 3235 EDP NC%J = RIGHT GUEXIST EIRG r �Wf J -- 3230 3230 PROPOSED RIGHT EDP PROP RT E 62X SEE INTERSECTION LAYOUT 3225 _ — — — — — _ _ _ _ -� _x _ _+ z �r - - - — _ FOR CON INUATION F 3225 -0.62% -0.20/. _ 0.5/. .---0.12X �— 3220 EL 3.2 24.78 L 3,225.16 3220 it N r r J 3215 O C3 oCIOZ 3215 MNU "MW �N= NNZ NNZ NNU a c� a s a 0 A 3210 (Awco VIWU Inww 3210 Vt N N t7 O N 2 W N M N M M N tD N V M -c,M AOM MM M 0ti 10 Ln N Ln 3205 a Nlna Nina In NAn ' Nln N N N 3205 M W In N W In N In eM N r r r (If (TKO_ Cl-waa 00: waa Of 00: waa O_ 0o: wa 0o: wa w CD0 w 2+00 213+00 214+00 215+00 216+00 217+00 218+00 219+00 220+00 221+00 222+00 223+00 21L[ a ;a 1 1 2 3 4 5 Parkhill O Q \V O 1� igQibb6&k i[ARS CLIENT City of Lubbock 1625 13th Street Lubbock, TX 79401 VROJECT NO. 2696.20 # OATE DESCRIPTION INDIANA AVENUE PLAN AND PROFILE SHEET 10 OF 10 62 o� ~ W Ld .o J !� � I JW FQ W (%� ~ a I o i pw og� J N X I = L ~I-O WwW D t0 ' Ln LiILd + I M X Q 0 50 100 I W N STA 199+33.38 LJ �OCO I =x� HORIZONTAL 42.50 LT ¢v%O I w�"J Lnj 0 5 10 STA 198+85.88 V)Q W I a VERTICAL 5.00 RT _________��____ „_,,,E______�� w Row GENERAL NOTES: bp��,� N 1. SEE INTERSECTION LAYOUT FOR CROSS STREET CURB Q RADIUS. o v c� ~ N 2. SEE HORIZONTAL ALIGNMENT ` _ —.—.—.—.—.—.—.—.—.—.—.—.—.—.`.—.—.—.—. `.—.1.—.—.—.`.—.—.—. — DATA SHEET FOR ADDITIONAL r o I in a W ALIGNMENT INFORMATION. W CD INDIANA AVENUE of ci N J Z 3. KNOWN SURFACE UTILITIES Up �aH s fV wH v �- J ARE SHOWN IN APPROXIMATE TOO REFERENCE 2 w 1W U ONLY. VERIFY ALL LOCATIONS PRIOR TO H CONSTRUCTION. p ,�1,7 4. ALL DIMENSIONS ARE � MEASURED TO LIP OF CURB zo N I UNLESS OTHERWISE NOTED. W 'Li � I 5. ALL CURB AND GUTTER C Z �� J I- SHOWN SHALL BE TY-A ow< UNLESS OTHERWISE SHOWN a IN PLANS. oO LrF}LL�� N IOWVIQOX o toW¢ c z1 �a'X (a'QOgOMW a'w ' Oa70 OZ_ C~O Q+Oj OM I ,^ NOUVIU QD: V, QI(:JWWWN ¢NO ' HNW W FEW-Wx CID (A Cr;_ N VI LL H-Nz N V W I I'�i HNZZ¢ n, z z. Wl LEGEND: EXISTING GROUND 3245 3245 hI cz In PROPOSED 3240 MI 3240 EXISTING LEFT GUTTER B PROPOSED LEFT 3235 3235 EOP EXISTING RIGHT GUTTER + 0.00 sa 3230 EL 3,22519 EL 3, 26.30 3230 PROPOSED RIGHT " E 3.226.22 VPISTA 98+00.00EOP EL. 3,224 84 +0.81Y. EL 3.225.66 u §� 3225 +o.2or. — --- ---- -------- — -- -------- + 0.2 r. o. o% - 0.20X -0.61/. _ _ +0.337 — 3225 -0.20% +0.207 3220 TA + PROP C. 3220 ROP LT E EL 3,2 5.06 ROP RT EDP EL. 3,2 4.76 W 3215 3215 I- xl A 3210 CI ti 3210 N M Q In IO 11 OR O O O a! ORf� O M O M ti 'A V cn if7 If7 Do N N If1 N N If1 ID N N I[1 N M Ln I` N M IA n N IA Lo N V IA In N 'T In O N 'T ID V N M to N M N M ID N M If1 O N M 1f1 N N M 1f1 Io N M 1f1 oo N M Lo II N v� o Ib N M o V N N N V VJ N N If) N N 3205 N N N N1 N N r�i 'n N Ni 'n N pn `n N i pn `n N `� M `n N ri `n N M `n N M `n N Nl `n N Ni 'n N Ni N N Ni `t' N Ii `n N Ni `n N Ni `n N M `n N O Ih M `n N '�aa Q Ih M o' pt`n N '�aa 01 Ih r�iLc '�aa 3205 a a a a a a a a a a a a a a a a a a a .w=ww .w=ww -v=ww w w w w w w w w w w w w w w w w w w w M M up M H H H H H H H H H H H H H H H H H H H H H H H x o a w � a w Q� 0 a w Q� 0 a w Q� I, a w f Q� 0 a w Q� o a w a w of a w of a w of ol a w w o a w w o a w w o a w Q� 0 a w of o a w w o a w of o a w w of pwofw a waaa owq� waaa Q� ocro� wawa 13� 190+00 191+00 192+00 193+00 194+00 195+00 196+00 197+00 198+00 199+00 200+00 201+00 1 2 3 4 5 Parkhill ,f t�i n 02/02/21 C C` a i NW li fubbock TFIPS CLIENT City of Lubbock 1625 13th Street Lubbock, TX 79401 PROJECT NO. 2696.20 # DATE DESCRIPTION INDIANA AVENUE ADDITIVE ALTERNATE PLAN AND PROFILE SHEET 1 OF 3 63 2020\2696.20\03_DSGN\01_MM050_CI VIL109_SHEETS\064_PP_ALT02-2696.dgn esqu 2/2I2Ul PLOT DRIVER: 2696-plot.pll co \ J W W W W W W W W (A N N N N N N N N N N O N N W W A A C?U1 O C)Cn CD ()I C:)(, + PR CD PR T E P 3, 25.6 1 1+ o < PR T E P 3. 25.2 EG ,225 53 PR 3.226.41 PR L.T E P 3,225.77w N PR T E P 3, 25.4 + r ON EG ,225 56 + PR CL 3,2 2 6.5 O PR L T E P 3, 25.8 O PR RT E P 3, 25.5 EG .225161 PR 3.226.7( PR L.T E P 3, 25.9 N PR RT E P 3225.7 O W EG 225 67 + PR 3,2 26.8j O PR T E P 3.226.0 O PR RT E P 3225.9 EG ,225 98 PR 3.2 6.9 PR I T E P 3, 26.1' N PR T E P 3,226.0 O EG @ 225 77 + PR 3,2 7.11 O PR LT E P 3, 26.2 v 0 PR T E P 3, 26.2 EG 225 86 PR 3,227.21 PR T E P 3, 26.3 N PR T E P 3. 26.3 CD (r EG 225 98 + PR 3.2 2 7.3 O PR T E P 3, 26.4 CDPR T E P 3. 26.4 E 3,226 05 PR 3.2 2 7.4 PR L.T E P 3,226.5 N PR RT E P 3,126.5 O 0-) 3,226.09 ++ PR 3.227.52 CD PR LT E P 3,226.6 CD PR T E P 3. 26.6 EG o (� 3,226.10 PR T 3,2 7.6 PR T E P 3, 26.7 N PR RT E P 3, 26.7 CD � EG 226 18 + PR 3.2 2 7.7 +� O PR T E P 3, 26.8 CD PR T E P 3, 26.8 EG 226 31 PR 3.2 27.8, PR LT E P 3,226.9 N PR RT E P 3,226.9 O Op EG 226 37 ++ PR 3,227.92 CD PR LT E P 3,227.0 O PR RT E P 3,227.0 EG @ T 226 42 PR 3.2 28.02 PR LT E P 3,227.1 N PR RT E P 3,227.1 O 1,D EG 226 44 ++ PR 3,2 8.0 CD PR T E P 3, 27.2 O PR RT E P 3, 27.2 EG ,226 47 PR 3,2 7.81 PR L.T E P 3, 26.9 N PR RT E P 3,226.9 O EG ,226 57 P + PR 3.2 2 7.5 O PR T E P 3, 26.6 CDPR T E P 3, 26.6 EG ,226 53 PR 3.2 7.19 PR IT E P 3,226.3 PR RT E P 3,226.3 N EG ,226 56 + PR 3.2 6.8 CD CDPR LT E P 3, 26.0 PR RT E P 3,226.0 EG 226 57 PR C 3,2 6.5 PR LT E P 3,225.8 N PR T E P 3,225.7 NlFG I I NN m m y w w i\)r,N N I Ni O N O a I + + + oN ^_ II N II II II I I I I I I I I II I I I I I I I I I STA 208+50. I I 01 EL. 3 228.02 + + o0 CDC)m� w r N N v01 vN STA 20 +50. 0 EL. 31.227.181,, O N N N N N N N N N O (P O N O N Ln W O W 0 -r�l O 01 I I I r I I m I I C) I I m z m-0 om m-0 om -0 rim MO � MO -0 � O re .. 0 ON �� ON �� ON m AZ o m AZ o m Z o O O O A r ' l -n O x c z O Z m 4 va- z Cl)ZD C a� 0 m myF- > x � �0 0� momy N Z D s <_ 0 O m m m W 'n C r m m MATCHLINE STA 201+00 011+00.00 2.45Y 1. STA 201+00.00 4STA 2 50 RT I8X I 42.50 LT END/BEGIN X-SLOPE TRANSITION 42.5' 42.5' F END/BEGIN X-SLOPE TRANSITION F CL-LIP CL-LIP F F f I 9 w I i FIS I F I I a F I I I 1 - - I .00r. f 2.00X � STA 204+12.85 I STA 204+12.85 42.50 RT 42.50 LT N END X-SLOPE TRANSITION I END X-SLOPE TRANSITION BEGIN CURB AND GUTTER BEGIN SIDEWALK F i I MATCH EXIST -- -- --------- i 4 £n I I I I I D � FI Z I D 3"M I ------------------------ Z m W I F I ------------------------ IF I 9P f i c I I I ----------------------� I �� z STA 209+25.00 F 2.00X i 42.50 RT BEGN TER BEGIN X-SLOPE TRANSITION STA 210+90.00 RELOCATE FIRE HYDRANT TIE TO EXIST WATER LINE SEE ROADWAY DETAIL SHEET 13 OF 13 FOR DETAIL STA 211+00.00 50.23 RT END/BEGIN TAPER ------------------------- I` _ �& BEGIN TAPER BEGIN X-SLOPE TRANSITION I II I tl I I MATCHLINE STA 212+00 ,1NOOD�zTrODNm DAOm Z zx -U0- zm> 0�am m mZCOC0 D6y yOA -mAo<oxmN0 NZ�Dz ONOO- OmOcNmAZpNZmxN D2,Nti=,Zco ZMN 2rzp ZmZ-m/ Zz m0 Z £amDo :E N ZDADm 22� mp 0 O W-U> r�-ac 3 mz o 0 m Nm z-n OOAOr moo D Ln FDA On V 0�3 cp mC �03m )m W Z O� <m�N ZZ O m �' Indiana Avenue OR Reconstruction mmi 2020\2696.20\03_DSGN\Ol _D WGW50_CIV ILW9_SHEETS\065_PP_ALT03.2696.dp la"q 7J2/2021 D PLOT DRIVER: 2696-plot.pll W 0 1 0 W W W W W W W W W N N N N N N N N N N O N N W W A A U•I O Ui O (Ji O CP N 000 0 PR T E P 3. 25.7 P PR T E P 3, 25.5 ro •� EG 226 37 I PR 3,2 5.9 PR T E P 3, 25.5 N PR T E P 3.L25.2 m W EG 2265 + PR 3.2 2 5.6 N CD O PR T E P 3.225.43 PR T E P 3, 24.9 w ij o o 0 EG 226 29 X q PR C 3,2 5.3 STA 213+60.01 PR L.T E P 3, 25.3 'I m rr EL 3224.25 PR RT E P 3, 24.83BEG N C ANNE S R /LT N EG 3,226131 +I + PR C 3.225CD � O w N oI EG ,226 32 p + I I PR 3.225 't I I IN I i I Ln @ ,226 23 STA 214+ 9.00 STA 21 +99. 0 + L EL 322 24 O CHA NEL RT/ T ;o I M TCH EXIST O v + EG ,225 26 Ix STA 215+ 0.00 EL 3223.48 END CHANNEL �LT N � IEG EL 1,225�47 N mv, I+ O O I+ o 0 Sw IC N N O O O N N N O O N N W O O 0 W N O U>I W N W N W N N O W N N U1 W N (N O W N W Ln W N th. O -th. (71 W N I I I r I I m I I 0 I m m-0 OA Om Cx m- OA Om Cx v ;0 pm x z -00 a -1N -1 mO -0 �N �� O _00 r� m- A0 0 m- A0 0 m m 0 m 0 0 0 m r m ~ K�3 A O 2 C z 0 V rn A Q N j o tmi O O m myrDn o X�� mzmoy 01 CA) �v<< z ' 0 m m z wm C F m m MATCHLINE STA 212+00 3 I yI I ------------------------ STA 213 00.00 -- 1.17% -- b � 1 61.66 Ili 13+60.00 END TAPER I 48 80 LT END/BEGIN X-SLOPE TRAIN ITION END FULL -DEPTH CONSTRUCTION I X-SLOPE TRANSITION o I END/BAPER g STA 213+60.00 O�6Y. 0.01% BEGIN PAVEMENT TRANSITION 61.66 RT INSTALL SOIL RETENTION BLANKE END FULL -DEPTH CONSTR CTION I I END CURB AND GUTTER I I STA 213+85.32 BEGING PAVEMENT TRANSI ION I I 28.87 LT END/BEGIN X-SLOP TRANSITION I \ END/BEGIN TAPER . I CONCRETE FLUME SEE INTERSECTION LAYOUT FOR DETAIL II STA 214+99.00 52.79 RT E END PAVEMENT TRANSITION �9 END X-SLOPE TRANSITION MATCH EXIST I MATCH MATCH EXIST (EXIST 2.40Y. 12.15/. 9. a% 130TH STREET F 4 28.30 LT END PAVEMENT TRANSITION END X-SLOPE TRANSITION MATCH EXIST _Fa I I I I I I I I I I I I I I I I I I U d W N ,(� ,� CND C3D Orpr Z 0om mqU) m _ - Z Z 2 r Z m r O O Z O ZjZ D m D O m z rp rD 98FOMO � om fTl -m (TIN cND<D i OD ZwZm cn.Zc13 T06<6mZ AW2 pm-i D mm c m 2 2 NO=CO ODN �NAZEc?mN �m r 2>D 2�- 'Tmzm 'Z m �r0 �OZ Z.-�1j"ZD Zm1 UlC) z (n 0 m D "� 0 F°mDO FE: oA��Dm 00r m� 0 c ln�D rm-0C D MZ m�� mOm �cm-0, DDr fT1 cn�rt Zm O���r ��O yCA FDA Own ,Zx7 0�3 C< i me �0 , 5m w z pm -<M>U) zz PP Indiana Avenue ^o4 Reconstruction 130TH STREET AWN ME IJ IIIIIIIIIIIII, CI Al I 3 4 b 10 F I w 1 I— 00 I I STA 125+73.03 0 10 20 S A 2 92 EN TIE 125+63.92 LT I 60.00 LT CONSTRUCTION ; END CONSTRUCTION TO EXIST I TIE TO EXIST STA 125+87.92 LEGEND I I 60.00 LT END CONSTRUCTION —__—__— EXIST ROW I i TIE TO EXIST �..�..�. PROP ROW i EXIST CURB AND GUTTER I I PROP CURB AND GUTTER I STA 125+88.26 50.00 LT FLOW ARROW �JOj� �yOj� BEGIN RADIUS 3244EXIST SPOT .45I STA 126+18.26 ELEVATION 50.00 LT �.—__—__ CENTER OF RADIUS__—__—__—__—__— ROW 3244.45 ELEVATION �y� 3244.45 LIP P LIP \ ELEVATION PROP 3244.37 GUT ER \ ELEVATION INDIANA AVENUE 125+00 126,00 ...... ...... ...... ._._. ...... ._._. ...... ._J_. ...... ._._. ...... ._._. ...... ._._. ...... ._._. ...... ._._. ...... ._._. ...... ._._. ...... ...... ... I ...... ...... ...... ...... ...... ...... ...... 1/1 M /Il ROW O It -- ----- X------------X ROW Q i � o Lubbock TFIPS CLIENT City of Lubbock 1625 13th Street Lubbock, TX 79401 PROJECT NO. 2696.20 # DATE DESCRIPTION INDIANA AVENUE INTERSECTION LAYOUTS SHEET 1 OF 12 66 1 2 3 4 5 o� to O, 'Of I STA 136+89.61 W I STA 137+12.34 70.00 LT LLJ 70.00 LT END CONSTRUCTION END CONSTRUCTION TIE TO EXIST ; I TIE TO EXIST STA 136+88.98 I STA 137+12.98 50.00 LT I = 50.00 LT p END RADIUS i BEGIN RADIUS 6 o 10 zo 7 L(� LEGEND STA 136+58.98 STA 137+42.98 - - - EXIST ROW 50o00 LT / i50.00 LT ROW CENTER OF RADIUS-' CENTER OF RADIUS PROP ROW 3228. 9 FIL 3229.05 FL 3229.10 FL `'�-_-__-__-__ --------ROW- EXIST CURB AND GUTTER PROP CURB 3228. 9 FL - ----io "'- - 3229.10 FL \ AND GUTTER STA 136+58.98 STA 137+42.9 ^^^��- FLOW ARROW 20.06 LT BEGIN RADIUS 3229.05 FL Q 20.00 LT END RADIUS 3244.45I EXIST SPOT ELEVATION N 3-- - PROP SPOT C \ ELEVATION - - - - - STA 137+00.98 2/0.00 LT 13244.45 LIPI PROP LIP ELEVATION 3244.37 GUT PROP GUTTER lI tll Ul Il1 3230.1 LIP 3230.39 LIP 3230.4$ � llI - ELEVATION INDIANA AVENUE 136+00 . _ . _ . _ . _ . _ . _ . _ . _ . _ . _ . _ . _ . - . - . 137+00 - . - . - . - . - . - . - . - . - . - . - . - . - . - . - . J . - . - . - . - . - . - . - . - . - . - . - . - . _ . _ . _ 138+00 . _ . _ . _ . _ . _ . _ . - . - . - . - . - . - . - . - . J . - . - . - . 3230.19 LIPSTA 3230.39 LIP 3230.48 LIP 3RT01,4� B 20.00 STA 136+58.16= STA 137+44.70 20.00 RT 20.00 RT w> BEGIN RADIUS END RADIUS 0 3229.08 FL 3229.14 FL 3229.17 L da --------------------------------- ROW / ROW STA 136+58.16 / STA 137+44.70 50.00 RT CENTER OF RADIUS / / /' 50.00 RT CENTER OF RADIUS �"0i </ ✓ I W Ld A I (C STA 137+14.70 50.00 RT I Uj I BEGIN RADIUS STA 136+88.16 I = I STA 137+14.70 50.00 RT 60.00 RT END RADIUS I END CONSTRUCTION STA 136+88.16 TIE TO EXIST 60.00 RT I END CONSTRUCTION o; o TIE TO EXIST wI I� $a �a 1 2 3 4 5 Parkhill ..^ y�P;EFkgsll+p a j KYLE W. JACKS �q; 98310 11 ss �N. 4 NA 02/02/21 O Q L N t,s O NrC�r' li I jQM6ck i[ARS CLIENT City of Lubbock 1625 13th Street Lubbock, TX 79401 PROJECT NO. 2696.20 # OATE DESCRIPTION INDIANA AVENUE INTERSECTION LAYOUTS SHEET 2 OF 12 67 2 DI CI H W W 3 �of INDIANA AVENUE 143+00 144+00 ...... ...... ...... ...... ...... _ . _ . _ . L ..... _ . _ . _ . _ . _ . _ . _ . _ . _ . _ . _ . _ . _ . _ . _ . _ . _ 1-1-1 _ . _ . _ . _ . _ . _ . _ . _ . L ........... ...... ...... ...... ...... Al b 0 10 20 LEGEND -------- EXIST ROW �••�••�• PROP ROW EXIST CURB AND GUTTER PROP CURB AND GUTTER FLOW ARROW 3244.45I EXIST SPOT ELEVATION 3244 .45 -- PROP SPOT ELEVATION 3244,45 LIP PROP LIP ELEVATION 3244*37 CUT]PROP GUTTER ELEVATION ROROw--XT------------------------------- - - - - - - - - - - - - - - - - - - - - - - - - --ROw- 1 2 3 4 5 Parkhill 1{ & Copp iS: flr ........... KYLE W.JACKS N fq: 98310 `�' fl SSNA i.N..•• 02/02/21 O Q L f+ N �N I.L Lubbock TFIPS CLIENT City of Lubbock 1625 13th Street Lubbock, TX 79401 PROJECT NO. 2696.20 Y DATE DESCRIPTION INDIANA AVENUE INTERSECTION LAYOUTS SHEET 3 OF 12 68 1 2 3 4 5 STA 150+21.04 I IW STA 150+41.41 70.00 LT I LLJ I 70.00 LT END CONSTRUCTION LLJ END CONSTRUCTION TIE TO EXIST i TIE TO EXIST I C I STA 150+19.22 = STA 150+43.22 50.00 LT I I 50.00 LT p END RADIUS CD BEGIN RADIUS 0 10 20 x STA 150+73.22 j \ 50.00 LT LEGEND STA 149+89.22 CENTER OF RADIUS X 50.00 LT ,\ X X X CENTER OF RADIUS /" _ -------- ROW EXIST ROW ROW x --------- ------------------------------------ �..�..�. PROP ROW EXIST CURB STA 149+89.22 3229.59 FL STA 150+73.22 AND GUTTER 20.00 LT 3229.64 FL 3229.55 FL 20.00 LT BEGIN RADIUS END RADIUS PROP CURB AND GUTTER 3229.64 FL 3229.55 FL FLOW ARROW 3244,45I EXIST SPOT ELEVATION 3244 45 PROP SPOT iv ELEVATION N / STA 150*31,22 3244.45 LIP PROP LIP ELEVATION 20.00 LT 3244.37 GUT PROP GUTTER ELEVATION 3231.00 LIP 3230.85 LIP 3230.69 LIP INDIANA AVENUE .......................................... 150+00 - . - . J . - . 151+00 - . - . - . - . - . - . - . - . - . - . - . - . - . - . - . - . - . - . - . - . - . - . - . - . - . - . - . - . J . - . _ . _ . _ . _ . _ . _ . _ . Ill 111 rrr _ . _ . _ . _ . Id H/ /ll Ill Ill 3231,00 LIP 3230.85 LIP 3230.69 LIP B STA 150+ 0.96 20.00 RT I � - N STA 149+88.45 STA 150+73.47 " 20.00 RT 20.00 RT BEGIN RADIUS END RADIUS d a 3229.89 FL 3229.85 FL 3229.80 FL ROW-- - -- - -- - -- - -- - -- - -- - -- - -- - -- - -- - -- -- \ .- ----------------------------------------ROW / STA 149+88.45 \ / STA 150+73.47 50.00 RT 50.00 RT CENTER OF RADIUS /ti°i /y�i /,y°�i /" CENTER OF RADIUS I � A w STA 150+18.45 � I STA 150+43.47 50.00 RT I 50.00 RT END RADIUS I BEGIN RADIUS STA 150+18.45 = STA 150+43.47 60.00 RT I 60.00 RT END CONSTRUCTION I CD END CONSTRUCTION TIE TO EXIST L7 I TIE TO EXIST 0, I0 $a �a 1 2 3 4 5 Parkhill �^ y�cPt �Fkgsl�+o Si '� •, �/ r ai .......... ... KVLJACKS ......� o / E WWJACK W. JACKS / p : 98310 . 11 ss � N...• - 4 NA 02/02/21 Q � L N s= � � O 1� I1Lubb0&k TARS CLIENT City of Lubbock 1625 13th Street Lubbock, TX 79401 PROJECT NO. 2696.20 # DATE DESCRIPTION INDIANA AVENUE INTERSECTION LAYOUTS SHEET 4 OF 12 69 Ie IIIIIIIIIIIII, CI IIIIIIIIIIIIII1 of �o LLJ 0 10 20 LEGEND -------- EXIST ROW �••�••�• PROP ROW EXIST CURB AND GUTTER PROP CURB AND GUTTER FLOW ARROW 3244.45I EXIST SPOT ELEVATION 3244.45 PROP SPOT ELEVATION 3244,45 LIP PROP LIP ELEVATION 3244,37 GUT PROP GUTTER ELEVATION INDIANA AVENUE 157+00 158y+00 . _ . _ . _ . _ ,,, . _ . _ . _ . — . — . — . — . — . — . — . — . — . _ . _ . _ . _ . _ . T L . _ . _ . _ . _ . _ . _ .. _ . _ . _ . _ . _ . _ . _ . _ . . YI— JLL IllIll ,., „r Ir, 111 � — _-. O — — ROW — — — — — — � — — —----------------- — — — — — — —---------------------------------------------- ROW-' Parkhill 02/02/21 a i � o Lubbock TFIPS CLIENT City of Lubbock 1625 13th Street Lubbock, TX 79401 PROJECT NO. 2696.20 # DATE DESCRIPTION INDIANA AVENUE INTERSECTION LAYOUTS SHEET 5 OF 12 70 Oi A i �I I I / \ /\ STA 163+40.01 / "�� STA 9.47 195.02 LT 1 95.02 LT MATCH EXIST i - MATCH EXIST o 25 so Ld L i LEGEND I -------- EXIST ROW = I �••�••�• PROP ROW EXIST CURB AND GUTTER STA 163+84.03 PROP CURB STA 63+17.03 I 84.02 LT i I BEGIN RADIUS AND GUTTER 84.02 STA 162+77.52 STA 163+17.02 STA 164+23.53 FLOW ARROW 73.00 LT 72.98 LT ; 84.00 LT CENTER OF RADIUS END RADIUS 3224.48 CENTER OF RADIUS EXIST SPOT STA 162+77.52 3224.32 LIP \ STA 164+23.53 3244.45I ELEVATION 33.50 LT / 0 44.50 LT BEGIN RADIUS 3224.32 LIP �h°j END RADIUS 3244 45 PROPELEVSON C------ - -' - - - -p ROW ------=--- - - 39 3224.28 LIP ---------------------------------------------------- 3224.05 CUT]PROP LIP 3224.22 GUT 3244.45 LIPI ELEVATION 63' 3244.37 GUT PROP GUTTER ELEVATION 3224.33 LIP_ 3224.12 3223.99 3223.88 1 1+00 16z+ 0 3+o INDIANA AVENUE 164+0 165+00 166+00 _._....... ...... _._._._._._._._._._._._._._._°_._._....... ...... _._....... ...... ...... ...... _.... . I 3223.87 LIP 3223.59 LIP 3223.45 3223.41 LIP 3223.47 LIP 74' � , ---------------------------------- PROP ROW - - - 3223.38 GUT 3224.05 GU7 /. ROW STA 162+77.44 \ P STA 164+34.44 44.50 RT "�°j \ 3223.06 LIP 3223.06 LIP 44.50 RT BEGIN RADIUS � I I / S. END RADIUS STA 162+77.44 STA 164+34.44 _ 84.00 RT f 3223.24 84.00 RT CENTER OF RADIUS J I CENTER OF RADIUS sv STA 163+16.94 1 STA 163+94.94 o 84.02 RT 83.98 RT END RADIUS BEGIN RADIUS W I o ; LLJ o Ld F I F STA 163+21.56 I 11 STA 163.48.98 185.93 RT \ 1\ \ / / 130 185.93 RT MATCH EXIST . �/,L . MATCH EXIST A io: i I 31 WI �I , Parkhill ,�H e. cooaF 02/02/21 Q i � O Lubbock TFIPS CLIENT City of Lubbock 1625 13th Street Lubbock, TX 79401 PROJECT NO. 2696.20 # DATE DESCRIPTION INDIANA AVENUE INTERSECTION LAYOUTS SHEET 6 OF 12 71 1 1 I 3 I 4 I b ROW ROW Parkhill A m- ,IL I I FA INDIANA AVENUE I— Ld LLJ ry Ln V) 1 k1 IIL IU tXl)I I In 0 10 20 LEGEND -------- EXIST ROW �••�••�• PROP ROW EXIST CURB AND GUTTER PROP CURB AND GUTTER FLOW ARROW 3244,45I EXIST SPOT ELEVATION 3244 45 PROP SPOT ELEVATION 3244,45 LIP PROP LIP ELEVATION 3244*37 CUT]PROP GUTTER ELEVATION 1 1{ & Copp ���1 F a : uvi c w inrucAu : o 02/02/21 O Q L N �N I.L Lubbock TFIPS CLIENT City of Lubbock 1625 13th Street Lubbock, TX 79401 PROJECT NO. 2696.20 Y DATE DESCRIPTION INDIANA AVENUE INTERSECTION LAYOUTS SHEET 7 OF 12 %2 Lam 0 INDIANA AVENUE `� IIIIIIIIIIIIIIIIII1 5 0 10 20 LEGEND -------- EXIST ROW �••�••�• PROP ROW EXIST CURB AND GUTTER PROP CURB AND GUTTER FLOW ARROW 3244.45I EXIST SPOT ELEVATION 3244.45 PROP SPOT ELEVATION 3244,45 LIP PROP LIP ELEVATION 3244,37 GUT PROP GUTTER ELEVATION Parkhill .�H e. cooaF � lei ry 02/02/21 Q i � o Lubbock TFIPS CLIENT City of Lubbock 1625 13th Street Lubbock, TX 79401 PROJECT NO. 2696.20 # DATE DESCRIPTION INDIANA AVENUE INTERSECTION LAYOUTS SHEET 8 OF 12 73 DI CI Al 1 1 3 4 b 0 50 too LEGEND -------- EXIST ROW �••�••�• PROP ROW EXIST CURB AND GUTTER PROP CURB AND GUTTER —•—•—•—•—•—•—•—•—•—•—•—•—•—•— — — — — — r — — — — — — — — — — — — — — — ——•—•—•—•—•—•— — — ——•----------------------------------- FLOW ARROW 3244.45I EXIST SPOT ELEVATION PROP SPOT 3244.45 ELEVATION I 3244.45 LIP PROP LIP INDIANA AVENUE ELEVATION 3244.37 GUT PROP GUTTER iELEVATION IIL I LXISI ~ I LLJ I LLI Er I I � � I I = CD � I � I I I I i I I I I I I I of o cr; ICE 1 2 3 4 5 Parkhill �'(PjE OF 'TEtq TI tiC' g s..................... ." Ali / KVLE W.JACKS .. / II SS i.N...• NA 02/02/21 O Q L f+ N ca O �N I.L Lubbock TFIPS CLIENT City of Lubbock 1625 13th Street Lubbock, TX 79401 PROJECT NO. 2696.20 Y DATE DESCRIPTION INDIANA AVENUE INTERSECTION LAYOUTS SHEET 9 OF 12 74 u_ om 13 IIIIIIIIIIIIIIIIIIII1 I I 0 10 20 ai m ui m ul I I j LEGEND -------- EXIST ROW �••�••�• PROP ROW 187+00 188+00 EXIST CURB —.—...L_.—vim.—'—'—'..... —'—'—'— — — —'ter'—'—.—'--•—'—'—'—'—'—F—.—.—.—.—.—.—.—.—.—.—.—.—.—.—.—. .—'—'—•—nr—•—•—•—•nr•—'—'—..L. — ——•nr•—' AND GUTTER PROP CURB AND GUTTER FLOW ARROW 3244.45I EXIST SPOT ELEVATION SPOT INDIANA AVENUE 3244.45 ELEVATION 3244.45 LIP PROP LIP ELEVATION STA PROP GUTT 42 50 R 95.00 3244.37 GUT ELEVATION ER __—__—__—__—__—__—__—__—__—__—__—__—__— _—__— ROW , STA 186+80.75 44.50 RT BEGIN RADIUS STA 186+80.75 59.00 RT CENTER OF RADIUS/ STA 186+95.25 59.00 RT END RADIUS 3224.58 LIP 3224.67 LIP LOW POINT 0 z� —__—__—__—__—__—__—__—__—__—__ROW �187-40.75 �yL 44.50 RT END RADIUS / /,��/ STA 187+40.75 59.00 RT CENTER OF RADIUS STA 187+26.25 59.00 RT BEGIN RADIUS j STA 187+26.25 I I 59.72 RT r Q 3 � Q LLJ 0 r Q I I 3 4 5 Parkhill .�H e. cooaF oziozizi O Q i t� O v � li Lubbock TFIPS CLIENT City of Lubbock 1625 13th Street Lubbock, TX 79401 PROJECT NO. 2696.20 # DATE DESCRIPTION INDIANA AVENUE INTERSECTION LAYOUTS SHEET 10 OF 12 75 u= om 13_ �. icy i W w � Cn 0 15 30 I I = , STA 199+63.88 ~ 75.00 LT I Ili I STA 200+06.88 75.00 LT END RADIUS I BEGIN RADIUS LEGEND /�� �� STA 200+44.55 STA 199+33.38 /J/ /�iJ/ 75.00 LTA.t / G/ /� / / 75.00 RT-------- EXIST ROW CENTER OF RADIUSv`O/ CENTER OF RADIUS PROP ROW STA 200+37.38 EXIST CURB 44.50 LT AND GUTTER STA 199* END RADIUS 44.50 LT33.38 \ 9- PROP CURB ROW BEGIN RADIUS39 \ AND GUTTER ROW------------------------------------------------------.,,�FLOW ARROW 5.58 GUT 3225.64 G T 3244.45I EXIST SPOT ELEVATION STA 199+33.38STA 200+37.3 42.50 LT 3225.48 LIP 42.50 LT 33244.4 PROP SPOT 3225.48 3225.54 LIP GUT ELEVATION 3225.40 LIP 32 5.31 GUT STA 199+46.15 3244,45 LIP PROP LIP 32 5.39 LIP 42.50 RT ELEVATION 3225.36 LIP LOW POINT 3244,37 GUT PROP ER ELEVATION STA 200+84.89 STA 198+85.88 5.00 RT 5.00 RT 199+00 200+00 201+00 ...... ...... ...... ._._.------ ...... _._.L._._................................................ -.. -. -.- ...... _._._._. ROW Z STA 199+25.5\ 44.50 RT yoy BEGIN RADIUS STA 199+25.55 75.00 RT CENTER OF RADIUS I STA 199+56.05 75.00 RT END RADIUS STA 199+56.05 j 85.54 RT I I I I I 3; MI 1 2 INDIANA AVENUE STA 199+46.15 42.50 RT 3224.76 LIP LOW POINT ------------------------------------------ROW 54' / STA 200+44.55 75.00 RT CENTER OF RADIUS G yh/ / I /,ya•/ STA 200+14.05 75.00 RT BEGIN RADIUS STA 200+14.05 Ld 85.55 RT Ld � I � I T- � I in � I 13 3 4 5 Parkhill � lei ry oziozizl O a i N V � Lubbock TFIPS CLIENT City of Lubbock 1625 13th Street Lubbock, TX 79401 PROJECT NO. 2696.20 # DATE DESCRIPTION INDIANA AVENUE INTERSECTION LAYOUTS SHEET 11 OF 12 76 1 1 2 M 4 M C B A 0� i i i i i i i i i I J - — — — — — — — — — — — ROW/, ------------------ ------------ - - UP _......._ 14n' SECTION A -A NTS LLJ LLJ ry Cn CD � ■' —4" RIPRAP i i �I SECTION B-B NTS B I B 1 CONTINUE CHANNEL STORAGE TO ROSA'S DRIVEWAY 1 �r@ 0.12 0 20 40 LEGEND -------- EXIST ROW �••�••�• PROP ROW EXIST CURB AND GUTTER PROP CURB AND GUTTER FLOW ARROW 3244.45I EXIST SPOT ELEVATION 3244.45 PROP SPOT ELEVATION 3244,45 LIP PROP LIP ELEVATION 3244,37 GUT PROP GUTTER ELEVATION Parkhill Lubbock TFIPS CLIENT City of Lubbock 1625 13th Street Lubbock, TX 79401 PROJECT NO. 2696.20 # DATE DESCRIPTION INDIANA AVENUE INTERSECTION LAYOUTS SHEET 12 OF 12 1 2 3 4 5 77 1 1 2 1 3 1 4 b Parkhill Am y � 0 WIDTH M DRIVEWAY STATION SLOPE 1 SLOPE 2 R1 (FT) R2 (FT) WIDTH (FT) LENGTH (FT1 X1 (FT) X2 (FT) X3 (FT) D1* 122+00.61 -5.427 -2.971 15 15 39.8 35.2 13.83 2.33 19 D2 122+90.49 8.82X 8.00X 10 10 10 30 17 6 22.7 D3 128+37.27 7.30X 8.00Y 10 10 10 35 17 6 28.1 D4 134+15.69 4.94X 8.00Y 10 10 10 35 17 6 24.4 D5• 137+99.52 3.85X 2.177 15 15 60.1 30.1 13 0 17.1 D6 141+98.13 5.007 4.92X 15 15 28.3 40 25 0 15 D7 147+06.03 3.85X 0.687 15 15 20 37.4 13 0 24.4 D8• 148+01.10 3.41Y 0.50Y 15 5 20 38.2 13 0 25.2 D9• 154+05.01 5.68X 5.55X 15 5 15.9 50 22 6 22 D10 154+92.25 5.68X 7.427 15 15 11.5 50 22 6 22 D11 160+10.55 7.54X 8.00X 10 10 10 47.6 17 6 1 15.2 D12• 161+27.96 4.697 8.00X 13 5 11.9 55.2 22 6 27.2 D13 121,01.90 6.85X 8.00Y 10 10 10 34.9 22 6 13.2 D14 127+81.31 8.82Y 6.007. 10 10 10 35 17 6 11.8 D15 133+90.64 6.18X 1.287 10 10 10 35 20 0 20.9 D16 140+30.94 8.80Y -1.45X 10 10 10 35 28 0 7 D17• 146+88.21 6.00/. -2.90X 10 10 10 45 25 0 20 D18 153+50.61 3.89X -0.92X 10 10 10 1 35 15 0 14.1 D19 153+97.29 3.89% I -1.04X 1 15 1 15 1 33.4 1 27 1 15 0 12 D20 155+74.09 3.89% I 62.00Y 1 15 1 15 1 29.8 1 27 1 15 0 12 a SEE DRIVEWAY DETAILS NOTE:A NEGATIVE SLOPE VALUE INDICATES A SLOPE OPPOSITE OF THAT SHOWN BY THE ARROWS BELOW A TYPICAL COUNTY DRIVEWAY - PLAN A X1 X2 X3 EDGE OF PAVEMENT EXISTING GROUND TYPICAL COUNTY DRIVEWAY - SECTION A -A 11 2 A ROW I CURB (RIBBON) I T r1UTAL k-, UU IN 1 r /iLLC T RC I UR IN - rL HIV A ROW X1 X2 X3 I _ LIMITS OF GRADING PEDGEOF EXISTING GROUND SI EL CONCRETE OG CURB (RIBBON) ASPHALT MILLINGS TYPICAL COUNTY ALLEY RETURN - SECTION A -A 3 4 5 02/02/21 p Q L f+ N �N I.L City of Lubbock TFMd$ CLIENT City of Lubbock 1625 13th Street Lubbock, TX 79401 PROJECT NO. 269620 Y DATE DESCRIPTION INDIANA AVENUE PROPOSED DRIVEWAY INFORMATION TABLE SHEET 1 OF 2 78 1 2 3 4 5 D DRIVEWAY POINT a C B WIDTH C D -- G B E H — w 50 J A F TYPICAL DRIVEWAY - CITY A 1 2 3 4 5 STATION OFFSET (fU RADIUS (ft) LENGTH (fU WIDTH (fU SY D21 D2101-A 182+51,44 44,50 12.50 15.00 43.92 D2102-B 182+61,44 54,00 D2103-C 182+61.44 55.00 D2104-D 182+76.44 55.00 D2105-E 182+76.44 54.00 D2106-F 182+86.44 44.50 52107-G 182+51.44 54.50 10 D2108-H 182+86.44 54.50 10 D22 D2201-A 210+03.44 47,97 12.50 30.60 57.23 D2202-6 210*16.90 59.07 D2203-C N/A N/A D2204-D N/A N/A D2205-E 210+47,47 60.42 D2206-F 210+61.85 50.54 D2207-G 210+02.80 62.45 14.5 D2208-H 210+62.21 65.03 14.5 Parkhill & COppe u inrucAN : o P21!21�21' CLIENT City of Lubbock 1625 13th Street Lubbock, TX 79401 PROJECT NO. 269620 Y DATE DESCRIPTION INDIANA AVENUE PROPOSED DRIVEWAY INFORMATION TABLE SHEET 2 OF 2 79 1 2 3 4 5 39.8' D 2-18" RCP 57.9' STA 138+27.43 50.10LT oIX STA t21+67.t9 STA 122+34.38 36.17 LT 1 36.17 LT FL = 3229.55 2.97Y. FL = 3229.41 STA 138+29.56 N i 45.25 LT vi M � N x N Or ti X 2.17X �s STA 121+67.19 �h STA 122+34.38 60.1' M X LT FL.833229.55 33.83 LT n M STA 122+00.61 5.42X FL = 3229.41 20.00 x STA 137+99.52 3.85X 20.00 LT I DRIVEWAY D1 DRIVEWAY D5 t� C 20' I I N �5.55X I N I I I I cm x N Lo zo N 0.50 X M I 15' 32' 1 15' 32' 5.68X 03 M is �3.4,X I I �0 I STA 148+01.10 DRIVEWAY D8 STA 154+05.0 DRIVEWAY D9 20.00 LT 20.00 LT B 1� I I STA 146.88.21 20.00 RT w > im M I c z I_ x N 18.00X I I N X N Ui 6.00X 1 N N STA 146+81.71 `o x 43.38 RT 15' �n I e A 4.69X 15' 32' I N x 2.90% i STA I °D 54 674RT71.76 STA 161+27.96/ DRIVEWAY D12 STA 146+80.7 DRIVEWAY D17 a 31.50 LT 64.95 RT 1 2 3 4 5 Parkhill H a C""Op �^ y�(PjE �F .TFkgsll+n 1 YS Si•i ••ii 11 �n a.*.................... / KILE W. JACKS N / ¢q: 98310 (l SS i.N...• l\� N 02/02/21 a i \V O Lubbock TIM CLIENT City of Lubbock 1625 13th Street Lubbock, TX 79401 PROJECT NO. 2696.20 # DATE DESCRIPTION INDIANA AVENUE PROPOSED DRIVEWAY DETAILS SHEET 1 OF 1 80 'I 1 TYPICAL ALLEY RETURN (CITY) P E4MOLDEDINOUEXPS NOTE:CURB AND GUTTER, FILLETS AND JOINT SLAB TO BE POURED TOGETHER. HEIGHT OF CURB AT THIS POINT IS 6" 6" CONCRETE SLAB WITH 114 DEFORMED STEEL BARS12" O.C.E.W. CENTEREDIN Da SLAB ?FROM HT TRANSITIONS DUMMY CONTRACTION JOINTST STREET TO 0" TT/���r �T SIDEWALK a° Da° N NOTE: THIS POINT OF ALLEY RET( Li o ` B TO BE AT SAME ELEVATION AS T 2.5' x t0' 2.5' CURB ON HIGH SIDE E.R. AT STRE •1' � f •8' (WHERE POSSIBLE) \\ PROPERTY LINE 0.20' INVERT � B (TYPICAL) °ov'. 1/2" BITUMINOUS EXPANSION JOINT \\ 6" CONCRETE SLAB WITH \ z #4 DEFORMED STEEL BARS \ a 12' O.C.E.W. CENTERED \ IN SLAB+ �' \ \ } J vov a'•o', IIITO BE USED WHEN \ ° Da° a' °• ALLEY R.O.W. WIDTH IS 15'. \ o � \ DUMMY CONTRACTION JOINT 5' 10' 5' A ' 2.5' " 2.5' A PLAN VIEW NTS z W z J 20' J } } 5' 10, 5' B NO.6 REBAR SPACED 6" FROM EDGE OF SLAB AND 1 %2" FROM BOTTOM OF SLAB. LOCATE BY MEANS OF CHAIRS OR PLASTIC STAKES (NOT METAL OR WOOD). o. -6X6 10/10 WIRE MESH SECTION A -A NTS 3 1 4 1 5 TYPICAL ALLEY RETURN (COUNTY) NO.6 REBAR SPACED 6" FROM EDGE OF SLAB AND 1 %2" FROM BOTTOM OF SLAB. LOCATE BY MEANS OF CHAIRS OR PLASTIC STAKES (NOT METAL OR WOOD). TIE INDIANA AVENUE TRANSVERSE STEEL ENSURING A MINIMUM SPLICE LENGTH OF 25" PLAN VIEW NTS 1' 114 BARS EDGE OF PAVEMENT 6" ASPHALT MILLINGS CONCRETE CURB (RIBBON) SECTION C-C NTS TYPICAL DRIVEWAY P E4MOLDEDIEOP. NOTE:CURB AND GUTTER,FILLETS AND JOINT SLAB TO BE POURED TOGETHER. HEIGHT OF CURB AT %2" BITUMINOUS v ' / �12— w EXPANSION JOINT o p�°' CONCRETE ALLEY SLAB EXISTING ALLEY RETURN, - ALLEY PAVING OR STREET GUTTER 6X6 10/10 WIRE MESH �, NOTE: W.R. MEADOWS 0158, SIDEWALK SEALTIGHT SAFE -SEAL 3405. — SONNEBORN SL-1OR APPROVED EQUIVALENT. y A 6" 6X6 10/10 WIRE MESH 12" SECTION B-B TRANSVERSE DUMMY GROOVE 6" CONCRETE SLAB WITH NTS CONTRACTION JOINT #4 DEFOREMED STEEL BARS 12' O.C.E.W. CENTERED IN SLAB (REQUIRED AT COLD JOINTS AND FOR COMMERCIAL EVERY 13 FEET OF PAVING.) AND 6X6 6-GAUGE WELDED WIRE NTS MESH FOR RESIDENTIAL DRIVES 1 2 3 THIS POINT IS 6" X DUMMY CONTRACTION JOINTS SIDEWALK CURB HEIGHT TRANSITIONS °o FROM 6" AT STREET TO 0" D.a AT THIS POINT I x NOTE: THIS POINT OF DRIVEWAY a j TO BE AT SAME ELEVATION AS TOP OF Jf v CURB ON HIGH SIDE E.R. AT STREET. x J °'v'. (WHERE POSSIBLE) Q a °'Daa %2" BITUMINOUS EXPANSION JOINT 4 5 Parkhill 02/02/21 Lubbock TFIPS CLIENT City of Lubbock 1625 13th Street Lubbock, TX 79401 PROJECT NO. 2696,20 Y DATE DESCRIPTION INDIANA AVENUE ROADWAY DETAILS SHEET 1 OF 9 81 0■ TOP OF PROP PAVEMENT ADJUSTMENT RINGS AND OR SHIMS AS NECESSARY ■ FLOWABLE FILL _/ COMPACTED (IN ALL DISTURBED SUBGRADE AREAS) FLOWABLE FILL (IN ALL DISTURBED AREAS) MANHOLE ADJUSTMENT DETAIL NTS NOTES: 1. ADJUST MANHOLE FRAME AND COVER TO FINISH GRADE AND SLOPE OF ROADWAY SURFACE WITH CONCRETE ADJUSTMENT RINGS AND LEVELING MORTAR AS REQUIRED. 2. DOWNWARD ADJUSTMENTS SHALL BE MADE BY REMOVING CONE AND BARREL SECTIONS,OR BRICKS AS NECESSARY. 3. ADJUSTMENTS SHALL BE COMPLETED PRIOR TO PAVING OPERATION. 4. ENGINEER WILL DETERMINE IF EXISTING MANHOLE RING AND GRATE ARE ACCEPTABLE FOR RE -USE. 5. ALL WORK AND ITEMS SHOWN ARE SUBSIDIARY TO THE MANHOLE ADJUSTMENT ITEM. C EXISTING OR NEW TOP OF PROP VALVE BOX PAVEMENT COMPACTED' SUBGRADE FLOWABLE FILL (IN ALL DISTURBED I F AREAS) VALVE ADJUSTMENT DETAIL NOTES: NTS 1. COORDINATE WITH THE CITY OF LUBBOCK WATER UTILITIES DEPARTMENT PRIOR TO ANY VALVE ADJUSTMENT OR ABANDONMENT. B 2. ADJUST VALVE FRAME AND COVER TO FINISH GRADE AND SLOPE OF ROADWAY SURFACE WITH CONCRETE ADJUSTMENT BOXES AND LEVELING MORTAR AS REQUIRED. 3. ADJUSTMENTS SHALL BE COMPLETED PRIOR TO PAVING OPERATION. 4. ENGINEER WILL DETERMINE IF EXISTING VALVE BOX AND LID ARE ACCEPTABLE FOR RE —USE. 5. ALL WORK AND ITEMS SHOWN ARE SUBSIDIARY TO THE VALVE ADJUSTMENT ITEM. CUT RISER TO TOP OF PROP cl BELOW SUBGRADE PAVEMENT 0 � COMPACTED FLOWABLE FILL SUBGRADE (IN ALL DISTURBED FILL EXISTING RISER A AREAS)F.,#.WITH FLOWABLE FILL VALVE ABANDONMENT DETAIL NOTES: NTS 1. COORDINATE WITH CITY OF LUBBOCK WATER UTILITIES DEPARTMENT PRIOR TO ANY VALVE ADJUSTMENT OR ABANDONMENT. 2. ALL WORK AND ITEMS SHOWN SHALL BE PAID FOR AS, AND SUBSIDIARY TO.THE VALVE ADJUSTMENT ITEM. 1 2 ■ REMOVE & REPLACE AS SHOWN FLEXIBLE PAVEMENT STRUCTURE REPAIR NTS UNSUITABLE AREA 12" TYPICAL REPLACE WITH 2" TYPE CJ HMAC OVER SECTION C-C 6" COMPACTED SUBGRADE (95X MODIFIED PROCTOR)OR FLOWABLE PARKING LOT REPAIR FILL NTS NOTE: IF AND WHERE ANY UNSUITABLE AREA IS ENCOUNTERED WITHIN DETOUR LIMITS, REMOVE & REPLACE AS SHOWN. ENGINEER WILL DETERMINE LIMITS OF REPAIR. REMOVAL AND REPLACEMENT WILL BE PAID FOR AS FLEXIBLE PAVEMENT STRUCTURE REPAIR #4 BARS SAWCUT AND TACK COAT PERIMETER OF REPAIR EXISTING PAVEMENT EDGE OF PAVEMENT CONCRETE CURB (RIBBON) NTS ■ k1 EXISTING SUBGRADE ■ ■ -1" WETTED, COMPACTED SAND (SUBSIDIARY TO CONCRETE PIPE) PAVEMENT STRUCTURE L COMPACTED SUBGRADE FLOWABLE BACKFILL GRANULAR BEDDING % PIPE CIRCUMFERENCE (SUBSIDIARY TO CONCRETE REINFORCED CONCRETE PIPE) PIPE CONCRETE PIPE BACKFILL DETAIL NTS -DITCH FRONT SLOPE 2' IARIeS MA rC RO/yT 0)7 y St Opt A;1 Q 4 4 4 a 9 a4 BARS � NOTE: CONCRETE FLUME TO BE INSTALLED ALONG ALL DITCHES PARALLEL TO INDIANA AVENUE. ■ CONCRETE FLUME DETAIL NTS ■ Parkhill 02/02/21 Lubbock TFIPS CLIENT City of Lubbock 1625 13th Street Lubbock, TX 79401 PROJECT NO. 2696.20 Y DATE DESCRIPTION INDIANA AVENUE ROADWAY DETAILS SHEET 2 OF 9 82 57 1 B A A PROPERTY LINE J Z d �°' vo°• Po°. SL E 2% p' ° DOP P pap p MAX ° 3/4. EXPANSION JOINTS SPACED oo°. D °, '.EXPANSION JOINTS 36' MAX ALONG SIDEWALK RUN D' ° D oo°. n ° • � • Do D Q-��Q vo° vo° v• ° Do D p° B MAINTAIN CONSTANT FIRE HYDRANT, POWER POLE, ETC. MUST HAVE EXPANSION JOINT Nnrc• ccc riiRa P&mp ncTcuc 1 VARIABLE j 4' SIDEWALK 3' MIN O 27 MAX SLOPE v o ' D.• � � J� D. C 6" ° P.D 6' INNER CURB #4 DEFORMED STEEL BARS AS REQUIRED DRIVEWAY GUTTER 12" O.C.E.W. CENTERED REINFORCED GUTTER SECTIO SLAB TO BE POURED SEPARATE FROM DRIVEWAY SECTION B-B NTS VUi iLm TLVWLDVL BLOCK -OUT WHEN ENCLOSED z IN CONCRETE. EXTEND 6" PAST EDGE OF HYDRANT/POLE. > SEE NOTE 1 VARIES PROPERTY LINE SIDEWALK CONSTRUCTION DETAILS Ld o NTS 6' SIDEWALK 3' MIN O 2% MAX SLOPE � a D W VARIES -c' 7 P PROPERTY LINE Q4� 6' SIDEWALK Po° P �Z MAX.SLOPE 2 �Gv °�. 'D Dp.•'.'o' c �� Do. °D. _ — o D.P. 6" 4.f C " vP�O A 6" • 3'D �. 1 p?p DEFORMED STEEL BARS INNER CURB AS REQUIRED12 ° D Q° GD�o° vo OF.CNTERED REINFORCE DRIVEWAY GUTTER IN SLAB 3/4" EXPANSION �� ° ° WITH u3 BARS ACROSS ENTIRE JOINTS DRIVEWAY OPENING SECTION D-D Ovo° :� D:6 o°• NTS D p D D• D NOTE: SEE CURB RAMP DETAILS ° p D SEE FRONTAL VIEW NOTE: CONTRACTOR SHALL WORK AROUND D EXPANSION JOINTS FIRE HYDRANT.POWER POLE,ETC. OBSTRUCTIONS TO MAINTAIN ADA SPACED 36' MAX MUST HAVE EXPANSION JOINT 3' MINIMUM SIDEWALK WIDTH. MAINTAIN CONSTANT ALONG SIDEWALK RUN BLOCK -OUT WHEN ENCLOSED GUTTER FLOWLINE IN CONCRETE. EXTEND 6" PAST EDGE OF HYDRANT/POLE. SEE NOTE 1 CURB BACK SIDEWALK CONSTRUCTION DETAILS 7■ 4' NTS FRONTAL VIEW NTS A 3/4" EXPANSION CONTRACTION JOINT 1/3 WAY JOINT THROUGH SLAB AT INTERVALS EQUAL TO SIDEWALK WIDTH MIN THICKNESS OF SIDEWALK SECTION A -A NTS 1 2 1 k1 1 n 1 Parkhill IT{ & COop �) r 02/02/21 Lubbock TFIA1 CLIENT City of Lubbock 1625 13th Street Lubbock, TX 79401 PROJECT NO. 2696,20 Y DATE DESCRIPTION INDIANA AVENUE ROADWAY DETAILS SHEET 3 OF 9 83 I TYPICAL 24'' CURB AND GUTTER SECTIONS 4� GUTTER "PAN" U LIP Do DOWN CURB N SECTION 6" MIN aoa. a.a a•, v'D v 24" TYPE "A" NTS NOTE: REINFORCING SHALL CONSIST OF NO.3 BARS EXTENDING THE FULL LENGTH OF GUTTER SECTION, AND SUPPORTED WITH ADEQUATE NUMBER OF CHAIRS FOR ACCURATE PLACEMENT. 9 11/16" No.3 bors LIP C v a zo 6" MI 3.. 9„ v'o a 9„ 3„ 24" TYPE "C" NTS TYPE "D" CURB CONSISTS OF TYPE "A" DIMENSIONS EXCEPT THAT GUTTER SLOPE SHALL MATCH ADJOINING PAVEMENT CROSS SLOPE aoa. MATCH PAVEMENT — — CROSS SLOPE LIP B ov . 6" MIN ° D o. e 24" TYPE T" P� NTS 1311111111111111 I 3 1 1 Parkhill 02/02/21 W Q a i �N I.L Lubbock TFIPS CLIENT City of Lubbock 1625 13th Street Lubbock, TX 79401 PROJECT NO. 2696.20 # DATE DESCRIPTION INDIANA AVENUE ROADWAY DETAILS SHEET 4 OF 9 1 1 'L 1 j 1 4 1 b TOP OF CURB 6' 4' MIN 6' 5'TYP Parkhill A■ No 7■ h LIMITS OF PAY Y-F ADA RAMP I Y I Ste, �O ti ' / 9 CURB TO RAMP DOWN IN 6' ON BOTH SIDES / BITUMINOUS 3/4" EXPANSION JOINT (FULL DEPTH)LOCATED AS SHOWN. TYPE 1 NOTES: IN RADIUS RAMP 1. MAINTAIN GUTTER FLOWLINE NTS 2. RAMPS SHALL BE CENTERED IN RADIUS TO THE MAX EXTENT PRACTICABLE 5' (TYP) 5'-6" MIN LIMITS OF PAY 6" CURB ADA RAMP ROW----- — — — a SECTION A 27 MAX I _ 8.3X MAX ' z I f N / / f TOP OF CURB / 8.3X MAX Z ' 0 U Ln N a � Z LIMITS OF PAY ADA RAMP V! ZC \ TYPE 2 MAIN GUTTER FLOWLINE NTS CURB TO RAMP DOWN IN 6" ON BOTH SIDES BITUMINOUS 3/4" EXPANSION JOINT (FULL DEPTH)LOCATED AS SHOWN LANDING 2' MIN 2' SEE INSET A :,\ — �— Y M---- -1 _ r I NO. 3 REBAR MIN, PLACED IN J CENTER OF SLAB AND SPACED 18" ON CENTER EACH WAY 4" MINIMUM FINISHED THICKNESS NTS BITUMINOUS 3/4" EXPANSION JOINT AS REQUIRED BEHIND CURB 1" SAND CUSHION (MAX) CONCRETE PAVERS WITH TRUNCATED DOME SURFACE, (RED IN COLOR) RAMP NOTES: SIDEWALK1. CONCRETE PAVER UNITS SHALL MEET ALL REQUIREMENTS OF ASTM C-936,C-33 AND SHALL BE LAID IN A TWO BY TWO UNIT BASKET WEAVE PATTERN,UNLESS SHOWN OTHERWISE IN THE PLANS. OO 2. CONCRETE PAVER UNITS SHALL HAVE TRUNCATED DOMES ON THE TOP SURFACE FOR DETECTABLE WARNING TO 0 0 0 0 0 0 00 0 0 0 00 0 0 0 0 0 0 PEDESTRIANS. TRUNCATED DOMES MUST COMPLY WITH TEXAS ACCESSIBILITY STANDARDS. o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 3. DOMES SHALL BE ALIGNED IN THE DIRECTION OF PEDESTRIAN TRAVEL. CONCRETE PAVER UNIT COLOR FOR THE RAMP o0 00 00 00 00 00 00 oo oo oo 0o 0o SHALL BE A CONTRASTING COLOR THAT PROVIDES A LIGHT REFLECTIVE VALUE THAT SIGNIFICANTLY CONTRASTS 4" 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 o q" WITH THE ADJACENT SURFACES. THE COLOR OF THE CONCRETE PAVER UNITS MAY BE SHOWN ELSEWHERE IN THE MAX o 0 0 0 o o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 o MAX PLANS. (ADJACENT SURFACES INCLUDE SIDE FLARES). 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 o O O 0 0 0 0 0 0 4. CONCRETE PAVER UNITS SHALL BE SAW CUT ONLY AND ANY CUT UNIT SHALL NOT BE LESS THAN 25Y OF A FULL UNIT. 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 A fx 5. ALL SLOPES ARE MAXIMUM ALLOWABLE. THE LEAST POSSIBLE SLOPE THAT WILL STILL DRAIN PROPERLY SHOULD BE O 010 O O O O O O O O O 0 0 O O O O O O O O 0 0 o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 USED. RAMP LENGTH OR GRADE OF APPROACH SIDEWALKS MAY BE ADJUSTED AS DIRECTED BY THE ENGINEER. = a v F TYPE 3 6. MAXIMUM ALLOWABLE CROSS SLOPE ON SIDEWALK AND RAMP SURFACES IS 2X. 7. ALL CONCRETE SURFACES SHALL RECEIVE A LIGHT BROOM FINISH UNLESS NOTED OTHERWISE IN THE PLANS. INSET A IN SIDEWALK RAMP 8, RAMP TEXTURES MUST CONSIST OF TRUNCATED DOME SURFACES. TEXTURES ARE REQUIRED TO BE DETECTABLE NTS NTS UNDERFOOT. SURFACES THAT WOULD ALLOW WATER TO ACCUMULATE ARE PROHIBITED. (PLAN VIEW) 9. ADDITIONAL INFORMATION ON CURB RAMP LOCATION, DESIGN, LIGHT REFLECTIVE VALUE AND TEXTURE MAY BE FOUND IN THE CURRENT EDITION OF THE TEXAS ACCESSIBILITY STANDARDS (TAS)PREPARED AND ADMINISTERED BY THE TEXAS DEPARTMENT OF LICENSING AND REGULATION (TDLR). 1 2 3 4 5 T & Coppi R ' 'y'�PjE �F .TEtgS11+o a : Kvi c w inruc�N : o 02/02/21 Lubbock TFIPS CLIENT City of Lubbock 1625 13th Street Lubbock, TX 79401 PROJECT NO. 2696.20 Y DATE DESCRIPTION INDIANA AVENUE ROADWAY DETAILS SHEET 5 OF 9 85 Le o■ 0■ 0■ 1/2" TYp. 3/4" max Tied to rebar cage see note 10 When required R - 4" concrete riprap with 6"x 6" (W2.9 x W2.9) welded wire fabric reinforcement 4 Anchor Bolts L I i I 4 6 R tt4 Bars Conduit (See lighting layout for conduit size. Match duct cable size if used. See ED standard sheets.) A i . Grade break lines 2" Ground Rod FOUNDATION DETAIL Top of — Foundation Hex nut Lock washer Lock washer Flat washer Baseplote I Hex nut I IHolddown Washer IT II 0 C _ ± 0.0 m 0 V C _'---Flat washer 0 A_ Hex nut 1/4".Typ, 1/2" max Anchor bolts II II v � II II SHOE BASE Bottom Anchor T-BASE Bolt Template See RIP Standard ANCHOR BOLT DETAIL 1. "Recommended Foundation Lengths" table is for information purposes only. Foundation lengths shollbe as shown on the plans, or as directed by the Engineer. Foundations will be paid for under Item 416, "Drilled Shaft Foundations," unless otherwise shown on the plans. 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. 4. Use appropriate class of concrete as specified in Items 416 and 432. 5. Place riprap around the foundation when called for elsewhere in the plans. Riprop will be paid for under Item 432. 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. 9. Conduit location in foundations is critical for breakaway devices. Place conduits 2 in. apart on centerline as shown. 10.Bond anchor bolt to rebar cage with #6 bare stranded copper conductor. Use listed mechanical connectors rated for embedment in concrete. 11.Use rip rap on T-base foundations that are located on a sloped grades. 1 1 2 When required R 4" concrete riprap with 6"x 6" 1/4 "tooled (W2.9 x W2.9) radius welded wire fabric reinforcement Level finish _ 24" _ 72"(+1.0) c w DO m w w (N I<i Foundation even with finished grade 6 R tt4 Bars Conduit—/ I `if'� I Template FH 5/8'' x 8' Copper -clad 2" minimum Steel Ground (Typical) Rod a 30" U �L> tt3 at 6" pitch, U 2 flat turns top and bottom. SECTION A -A SHOWING CONSTANT GRADE PAY QUANTITY OF RIPRAP PER FOUNDATION (Installonly when shown on the plans) Foundation RIPRAP RIPRAP Diameter DIAMETER (CONC)(CL B) 30 in. 78 in. 0.35 CY ANCHOR BOLTS POLE BOLT CIRCLE ANCHOR MOUNTING BOLT Shoe Bose T-Base HEIGHT SIZE <40 ft. 13 in. 14 n. lin.x 3 0 in. c E w in 00 < w LU N7 Foundation even with — finished grade on road side of foundation. 1:6 maximum negative side slope. 4" concrete riprap with 6"x 6" (W2.9 x W2.9) / welded wire fabric reinforcement 24"r___ Level finish '6 If tt4 Bars %'x 8' Copper -clad I` Steel Ground Rod Conduit Template 2" minimum 30" (Typical) � o wt a >` tt3 at 6" pitch, N 0 2 flat turns top and bottom. SECTION A -A SHOWING SLOPED GRADE RECOMMENDED FOUNDATION LENGTHS (See note 1) MOUNTING TEXAS CONE PENETROMETER HEIGHT N Blows/ft 10 15 40 >30 ft. 8' 8' 6' to 40 ft. BREAKAWAY POLE PLACEMENT (See note 6) Roadway Functional ** Pole offset (distance Classification to transformer base, tolerance + 6in.-Oin.) Freeway Mainlanes 15 ft. (minimum and (roadway with full typical) from lane edge control of access) All curbed, 45 mph 2.5 ft. minimum (15 ft. or less design speed desirable) from curb face All others 10 ft. minimum (15 'ft. desirable) from lane edge • or as close to ROW line as is practical 'AF�F 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. 119 Parkhill ,f t�i ry 02/02/21 Lubbock TFIPS CLIENT City of Lubbock 1625 13th Street Lubbock, TX 79401 PROJECT NO. 26s6.2o # DATE DESCRIPTION INDIANA AVENUE ROADWAY DETAILS SHEET 6 OF 9 T 1 2 1 ;i 1 4 1 b Parkhill LO ■ 0■ 0■ 0M TYPICAL FIRE HYDRANT TYPICAL VALVE BOX AND COVER WITH CONCRETE COLLAR PROPOSED FINISHED GRADE SURFACE I 6" C-900 PVC RISER 4' MIN COVER 6" GATE WATER VALVE MAIN I TYPICAL 2,500 PSI VALVE BLOCKING SOLE -PURPOSE FIRE HYDRANT LINE — 6" OUTLET M.J. X FLG. OR ANCHOR TEE (OPTIONAL) WITH M.J. X M.J. VALVE NOTES: I VARIES BACK OF CURB OR 1000---'� (SEE NOTE #1) EDGE OF PAVEMENT MIN 18"' MAXCONC. CURB .. NOT mw�11111111111i BLOCK TYPICAL 2,500 PSI CONCRETE BLOCK TYPICAL BLUE 1 I'� •i ' RAISED PAVEMENT MARKER • PLACED • • • 12" MIN •'� mill �.;: �� 1. IN SPACE BETWEEN CURB AND SIDEWALK, DIMENSION FROM BACK OF CURB OR EDGE OF PAVEMENT SHALL BE 6" MINIMUM AND 18" MAXIMUM. IN PUBLIC AREAS OR COMMERCIAL AREAS, OR WHERE SIDEWALK ABUTS CURB, DIMENSION FROM BACK OF CURB OR EDGE OF PAVEMENT SHALL BE 3' MINIMUM AND 6' MAXIMUM. FIRE HYDRANTS SHALL NOT BE PLACED WITHIN SIDEWALK AREAS. MAINTAIN Y MINIMUM CLEARANCE TO ANY OBSTRUCTION. 2. 4" STEAMER NOZZLE SHALL FACE FIRE LANE OR STREET ACCESS 3. FIRE LINE PIPING SHALL BE SAME MATERIAL AS MAIN OR MINIMUM C900 PVC DR18 CLASS PIPE AND HAVE RESTRAINED JOINT FITTINGS FROM WATER MAIN TO FIRE HYDRANT. LENGTH SHALL NOT EXCEED 150'. 4. FOR BURY DEPTHS GREATER THAN 5', ONE BARREL EXTENSION NOT EXCEEDING 2' IN LENGTH SHALL BE INSTALLED DIRECTLY BELOW THE FIRE HYDRANT. 5. TYPICAL 1/2" ROCK PIPE EMBEDMENT MATERIAL SHALL BE PLACED AROUND THE BOTTOM OF THE HYDRANT FOR A RADIUS OF AT LEAST V AND EXTEND AT LEAST V ABOVE THE OUTLET. DO NOT BLOCK DRAIN HOLES. '&®v r� REVISED TYPICAL FIRE HYDRANT I_ City of MAY 2015 oqr Lubbock DRAWING NUMBER TEXAS W-7 O r— � Q V a i �N I.L Lubbock TFIPS CLIENT City of Lubbock 1625 13th Street Lubbock, TX 79401 PROJECT NO. 2696.20 # DATE DESCRIPTION INDIANA AVENUE ROADWAY DETAILS SHEET 7 OF 9 I 19 87 (V 4 I 5 Parkhill 71 CI BI A CONCRETE PAVING DETAILS ronvri nir ronvri nlr ronv ri nir ronvci Lir LONGITUDINAL CONTRACTIO JOINT TRANSVERSE CONSTRUCTION X JOINT Z Z X K::2E Tff TA C LONGITUDINAL C C TRANSVERSE 0 C BAR------------ BAR C C C C 0 IBI �B A PAVEMENT EDGE A A A PAVEMENT EDGE TYPICAL PAVEMENT LAYOUT TABLE NO.1 STEEL GEOMETRY FIRST SECOND ADDITIONAL LONGITUDINAL SPACING SPACING STEEL BARS AT TRANSVERSE STEEL BARS AT EDGE FROM EDGE TRANSVERSE STEEL BARS OR JOINT OR JOINT CONST JOINT SPACING SPACING SPACING SPACING LENGTH SPACING BAR C A B 2 x C L D SIZE (IN.) (IN.) (IN.) (IN.) (IN.) UN ) R6 9 3 TO 4 3 TO 9 18 5D 36 L=42" JOINT SEALING L/2 GSHALL ADDITIONAL STEEL BARS BE IN SAME PLANE MATERIAL SHALL METHOD A OR B AS THE LONGITUDINAL BARS. r TRANSVERSE BARS LONGITUDINAL BARS TRANSVERSE CONSTRUCTION JOINT SECTION X - X NO SPLICES ALLOWED WITHIN 10 FT OF THE JOINT L=50" JOINT SEALING MATERIAL LONGITUDINAL BAR METHOD A OR B MULTIPLE PIEC TI 2" MIN CLEAR r C I B A A B C TRANSVERSE BAR LONGITUDINAL CONSTRUCTION JOINT SECTION Y - Y NO SPLICES ALLOWED WITHIN 10 FT OF THE JOINT GENERAL NOTES 1. DETAILS FOR PAVEMENT WIDTH, PAVEMENT THICKNESS AND THE CROWN CROSS -SLOPE SHALL BE SHOWN ELSEWHERE IN THE PLANS. 2. LONGITUDINAL AND TRANSVERSE REINFORCING STEEL SHALL BE #6 DEFORMED STEEL BARS CONFORMING TO ASTM A 615 (GRADE 60)OR ASTM A 996 (GRADE 60). 3. PAVEMENT WIDTHS OF MORE THAN 15 FT. SHALL HAVE A LONGITUDINAL JOINT (SECTION Z-Z OR Y-Y). THESE JOINTS SHALL BE LOCATED WITHIN 6 IN.OF THE LANE LINE UNLESS THE JOINT LOCATION IS SHOWN ELSEWHERE ON THE PLANS OR AT LOCATIONS AS APPROVED BY THE ENGINEER THROUGH THE NORMAL SUBMITTAL PROCESS. 4. THE SAW CUT DEPTH FOR THE LONGITUDINAL JOINT SHALL BE MINIMUM OF ONE THIRD THE SLAB THICKNESS. IT MAY BE MINIMUM OF ONE FOURTH THE SLAB THICKNESS WHEN CRUSHED LIMESTONE IS USED AS THE COARSE AGGREGATE. 5.REINFORCING STEEL SPLICES SHALL BE A MINIMUM OF 25 IN. 6.MULTIPLE PIECE TIE BARS SHALL BE USED AT LONGITUDINAL CONSTRUCTION JOINTS AND TIED TO EACH TRANSVERSE BAR. 7. STEEL BAR PLACEMENT TOLERANCE SHALL BE +/- 1 IN. HORIZONTALLY AND +/- 0.25 IN. VERTICALLY. THE AVERAGE BAR SPACINGS SHALL CONFORM TO TABLE NO.1. 8.MISSING OR DAMAGED TIE BARS SHALL BE REPLACED BY DRILLING AND EPDXY GROUTING AT THE CONTRACTOR'S EXPENSE. 9. AT TRANSVERSE CONSTRUCTION JOINTS, THE ADDITIONAL STEEL BARS SHALL BE PLACED APPROXIMATELY MIDWAY BETWEEN THE LONGITUDINAL STEEL BARS. 10. CONSOLIDATION WITH HAND -MANIPULATED MECHANICAL VIBRATORS IS REQUIRED ADJACENT TO ALL TRANSVERSE CONSTRUCTION JOINTS. 11. OBTAIN THE ENGINEER'S WRITTEN APPROVAL IF THE CONCRETE MIX DESIGN USES MORE THAN 5.5 SACKS/CY JOINT DETAILS JOINT SEALING MATERI METHOD A OR B SAW CUT -LONGITUDINAL BAR CUT DEPTH W EE NOTE 5 TRANSVERSE BAR \ LONGITUDINAL CONTRACTION JOINT SECTION Z - Z GENERAL NOTES: 1. UNLESS OTHERWISE SHOWN IN THE PLANS, EITHER METHOD "A" OR METHOD "B" MAY BE USED. 2. THE LOCATION OF JOINTS SHALL BE AS SHOWN ELSEWHERE IN THE PLANS OR AS APPROVED BY THE ENGINEER. 3. THE JOINT RESERVOIR FOR SEALANT SHALL BE SAWED. 4. THE JOINT SHALL BE CLEANED AND APPROVED BY ENGINEER. o.) 4 � Y4 N PCS N INITIAL ~ SAW CUT 0 �Xd.- W. 1 i SAWED LONGITUDINAL LONGITUDINAL JOINT CONSTRUCTION JOINT LONGITUDINAL JOINT SEALS d3 3/8' 1Y2"-1 5/8, d3 PCS PCS vL �' INITIAL :6 -1 SAW CUT Xfi,_ /,. r� PREFORMED BITUMINOUS FIBER MATERIAL BOARDS OR EQUIVALENT SAWED FORMED CONTRACTION JOINT EXPANSION JOINT TRANSVERSE JOINT SEALS METHOD A: PREFORMED COMPRESSION SEALS (PCS) (CLASS 6 PREFORMED JOINT SEALANT) NOTE:DIMENSIONS d1,d2,AND d3 SHALL BE IN ACCORDANCE WITH THE PREFORMED COMPRESSION SEAL MANUFACTURES RECOMMENDATION. JOINT Y4„ y8'- y4" SEALING COMPOUN ~ INITIAL SAW CUT �6 Y SAWED LONGITUDINAL JOINT JOINT SEALING COMPOUND CLASS JOINT �4„ Y$,- �„ SEALING COMPOUN JOINT SEALING COMPOUND LONGITUDINAL OR TRANSVERSE CONSTRUCTION JOINT JOINT SEALING COMPOUND CLA SI$_ %2" 4,5 OR 7 0 4,5 OR 7 1 BACKER ^� BACKER INITIAL ROD ROD SAW C PREFORMED X6'- %" BITUMINOUS FIBER MATERIAL BOARDS OR EQUIVALENT. TRANSVERSE SAWED CONTRACTION JOINT TRANSVERSE FORMED EXPANSION JOINT METHOD B: JOINT SEALING COMPOUND NOTE:THE ENGINEER SHALL SELECT A TARGET PLACEMENT THICKNESS FOR THE SEALANT DETAILS WHICH SHOW RANGES IN THICKNESS. THE TARGET THICKNESS WILL NORMALLY BE THE MIDPOINT OF THE RANGE. CiTy o£ Lubbock T FMd$ CLIENT City of Lubbock 1625 13th Street Lubbock, TX 79401 PROJECT NO. 269620 Y DATE DESCRIPTION INDIANA AVENUE ROADWAY DETAILS SHEET 8 OF 9 1 2 3 4 5 1 L 1 i 1 4 1 5 AO PAYMENT FOR CSB AND ASPHALT PAVEMENT WILL NOT BE MADE DIRECTLY, BUT IS CONSIDERED SUBSIDIARY TO CONCRETE PAVEMENT. 2' O PROPOSED ASPHALT PAVEMENT (TY C) LIMITS OF PAY JUNCTION TERMINAL LIMITS OF PAY CONCRETE CROP PAVEMENT Am 5' MIN 510' 10' 15' [LENGTHEN AS NECESSARY TO ACCOMODATE EXISTING CONPACTION EOUIPMENTI SAW & SEAL SAW 8 SEAL PAVEMENT 1, i(1 M >r dr Ck HMAC TY C 1" CHAMFER SEE DETAIL A HMAC TY B COMPACTED SUBGRADE TYPE 1 PAVEMENT JUNCTION TERMINAL C NO SCALE B D D D EXISTING ASPHALT Q PAVEMENT ' D D D D , SAWCUT LIMITS CEMENT STABILIZED BACKF ILL TYPICAL SECTION NEW CONCRETE TIE TO EXIST ASPHALT NTS A 15' 41 10' 5 " SAW & SEAL PROPOSED CONCRETE PAVEMENT • D D ' D D D D , BITUMINOUS 1%2" EXPANSION JOINT DRILL AND GREASE #6 SMOOTH DOWELLS O 9" O.C. TYPICAL SECTION NEW CONCRETE TIE TO EXIST CONCRETE NTS TYPICAL STREET DETAIL AT INTERSECTION (STREET APRON) - COUNTY SECTION NTS TIE INDIANA AVENUE TRANSVERSE STEEL ENSURING A MINIMUM SPLICE LENGTH OF 25" SEE INTERSECTION LAYOUTS a _ co C 71 a' FOR EXACT GRADES ° D,a Qa.a .a' •O,D.a > SECTION C-C NTS >t6 BARS a 12" O.C.E.w. C a o a A voV. 8" CRCP a .a, LIMITS OF CURB AND CONCRETE PAVEMENT Q CONSTRUCT CURB RAMPS UNLESS OTHERWISE SHOWN ON PLANS WHERE SHOWN ON PLANS REFER TO JUNCTION DETAILS 1 2 3 4 5 EXISTING CONCRETE PAVEMENT Parkhill y,(PjE �F .TEtgS11+o a : Kvi c w inruc�N • : o 02/02/21 Lubbock TFIPS CLIENT City of Lubbock 1625 13th Street Lubbock, TX 79401 PROJECT NO. 2696.20 Y DATE DESCRIPTION INDIANA AVENUE ROADWAY DETAILS SHEET 9 OF 9 1 2 3 4 5 N �60 °�• ° 'c, B' o p 7 gjo 0 1200 2400 LEGEND DRAINAGE AREA ID ow GENERAL GENERAL FLOW PATH a o� • � — � � �° DRAINAGE AREA 130TH STREET= — —s o �° �QaoaD BOUNDARY K802 3 ° _ o /. D I' a 681.91.91 AC LLJ Z� Qo E0. K803 W W i Q Q Q Ld � 0' C) ILL. P°o .o K804 e W Y% ° n Z _ s --"� i Q 146TH STREET' Z LL1 s 197.12 AC Q oB Ld K604 7J. o •®^ (Z.a ro oo t'w: - B oho 0 0 105.57 AC °a a7 1543.11 AC WOODROW ROAD p p ° I i O e. �o 1 2 3 4 5 Parkhill 02/02/21 O a� CO.) Lubbock TFIPS CLIENT City of Lubbock 1625 13th Street Lubbock, TX 79401 PROJECT NO. 2696.20 # DATE DESCRIPTION INDIANA AVENUE DRAINAGE AREA MAP LARGE BASINS 90 1 2 3 4 5 v Ld Z K803 ma ���9 Q 706.51 AC K8 o W' 0 600 1200 o wpp ° <o Q� 649 o LZLJ 0 Y. o Q Q o �1'_ - ° �' 0 146TH STREET,,r LEGEND c� o o a - a DRAINAGE AREA ID v d ° LLJ —► GENERAL FLOW PATH 4 4K6 01 > DRAINAGE AREA K604 0 5 ° Z BOUNDARY Q ° o C C3 C' ° K 62 A Q o o K606-DA-2 K606-DA-3 239.44 AC _ K606-DA-3 - � daY a'm; K606-DA-29 16.01 AC A-4 - 97.09 AC oO 4 �ol 16.10 AC ` —7- 105.57K606-DA-3 0.35- K606 60 -D64-2 o y F� � C� ® 5�4 AC, o .58 A � l �r'1 �-p C K606 DA-4 0 8 P zCJ L3 e o 0 K6 6-DA 2 -DA 31 60_6 D1) 4 K6 DA S n K606-D/�$ 120.54 AC 0.90 AC K K606-DA- r2 0.98 AL 0. 2 A 0 0 1.04 A 7 �9C o AC 58-AC K606-DA-5 K606-DA-12 b o a p o 6 D 4 06 'A 2.63 C^'-MA- 1. A 606 DA- 1.21 AC 160 2 18; - _ _ � 0.64 AC K606-DA 17 0 - K606-DA-2 - � i' K606-�DA-9 AC 60tY- J a C , AC 4.62 AC % 606 DA- o 0 _ C r� ° K60 11-7 ° WOODROW ROAD 0 27.1 C K606'- -3 K606-DA-3 ° K606'DA O6 21 a 0.34 AC 10.8'AC K$ -DA f5.$8 C 1'2 0 606-DA-4 K6034DAC52 �v - 024.18 A �0 6 ��' o a 0.30 AC - o K606 DA-32 K D - � 6.63 AC 0 o K606-DA-5 1. C K606 DA 19 a � D, 1.69 AC o y ° a 606-DA- - �� 0 61 A 1 o uVd 1.04 _ K606 DA-3 C d q p 0 68.46 AC o o ° 1� K60 'DA-40 1 � 673 7 AC P ° o0 �o o� 1 2 3 4 5 Parkhill iE Oi s %Y oziozizl O a� C 0 fd Lubbock TEXAS CLIENT City of Lubbock 1625 13th Street Lubbock, TX 79401 PROJECT NO. 2696.20 # DATE DESCRIPTION INDIANA AVENUE DRAINAGE AREA MAP K606 SUB -BASINS 91 1 2 3 4 5 O Q 0 750 1500 p o o p o0 °a s? o p LEGEND DRAINAGE AREA ID -► GENERAL FLOW PATH o C� D a d ° 4 a 130TH STREET so DRAINAGE AREA - - BOUNDARY LLI o U O a o aoQ - Z 9 AC LLI Q - a t: a C Z w Of W Z W o oQ � w > X W o Z a Z d a. o - K804-DA-12 12.45 AC L K804-DA-1 434.79 AC � and 804-D -1 y' o K804-DA-13 � - K804'-DA- I' 7.57 AC 1 8.96 AC _ e 3 ��//// 12AC6 � ° �i p � 804- A-4 K804-DA-7 7 K1 7 ° 146TH STREET K80dFDA-2 B 9.45 AC K804-0A-5, �I _ - �4�. K804 -DA-6 o 12.10 AC C_ K804- DA-t 1 K804-DA-10 20.6AC I J a - K804-DA-16 zo p a v e o d C o p q o p QD C� O 154 .11 �..... Q D � •p p d e o o Q `� a e - WOODROW ROAD 3 e o 1 2 3 4 5 Parkhill Q i C 0 Lubbock TF11f CLIENT City of Lubbock 1625 13th Street Lubbock, TX 79401 PROJECT NO, 2898.2D # DATE DESCRIPTION INDIANA AVENUE DRAINAGE AREA MAP K804 SUB -BASINS 92 1 2 3 4 5 p ?J v\ p �o j�0 0 250 500 J 0 0 LEGEND o Q D# DRAINAGE AREA ID GENERAL FLOW PATH G Q p OVERFLOW PATH O 0 DRAINAGE AREA O BOUNDARY 6 Ld Ld Ld w /LNd� Q:� Q L.L v 1 / C = 0 F— 0 P Ul DA 1 CD DA 13. DA 1 DA 7 DA 5 D3 `INDIANA AVENUE _ o DA 14 0 DA DA 8 DA 6 4 pA 2 •- eo w w II LLJ/ w w rycn Q' � ~ o � M 0 B v C �v m> zo a A o 1 2 3 4 5 Parkhill .�H e. cooaF �^ y�(PjE �F .TFkgsll+n a .................. R.:�,m / KYLE W. JACKS N / (l SS i.N..•• _ l\� N 02/02/21 O � a i Lubbock TF11f CLIENT City of Lubbock 1625 13th Street Lubbock, TX 79401 PROJECT NO. 2696.20 # DATE DESCRIPTION INDIANA AVENUE DRAINAGE AREA MAP CITY PORTION 93 1 2 3 4 5 D PWSEL = Predicted Water Surface Elevation C B zo A 1 2 3 4 5 BASIN ID PLAYA LAKE ID BASIN AREA CURVE NUMBER 100-YR NATURAL 500-YR NATURAL 100-YR NATURAL 500-YR NATURAL DOWNSTREAM RECEIVING PLAYA PWSEL PWSEL PEAK DISCHARGE PEAK DISCHARGE LAKE (ACRES) (NAND 88) (NAND 88) (CFS) (CFS) ICPR RESULTS K803 PLAYA tt190 706.51 85.00 3224,50 3224.90 1103.72 1391.50 PLAYA tt191 K804 PLAYA tt191 649.00 85.00 3204.23 3205.89 985.24 1239.56 PLAYA tt192 K606 PLAYA tt409 1543.11 85.00 3205.13 3206.60 1667.87 INDIANA OVERFLOW HYDRAULICS BASIN OVERFLOW BASIN MAX FLOW MAX VELOCITY MAX FLOW MAX VELOCITY tt tt (cfs) )fps) (CIS) (fps) 100-YR 100-YR 500-YR 500-YR K803 K804 0.0 0.0 97.0 1.2 Parkhill P21!21�21' Id{ & COpp �) T �- i KVI F 1N IG�KcAN i o CLIENT City of Lubbock 1625 13th Street Lubbock, TX 79401 PROJECT NO. 2696.20 Y DATE DESCRIPTION INDIANA AVENUE HYDROLOGIC AND HYDRAULIC DATA 94 1 2 3 4 5 D C B zo A 1 2 3 4 5 INDIANA AVENUE RATIONAL METHOD CALCULATIONS DRAINAGE AREA ROADWAY COMMERCIAL TOTAL AREA COMPOSITE C VALUE Tc USED INTENSITY p-YR DISCHARGE 2-YR INTENSITY 5-YR DISCHARGE 5-YR INTENSITY 10-YR DISCHARGE 10-YR INTENSITY 25-YR DISCHARGE 25-YR INTENSITY 50-YR DISCHARGE 50-YR INTENSITY 100-YR DISCHARGE 100-YR (AC) (AC) (AC) (MIN) (IN/HR) (CFS) (IN/HR) (CFS) (IN/HR) (CFS) (IN/HR) (CFS) (IN/HR) (CFS) (IN/HR) (CFS) C = 0.98 C = 0.98 DA 1 0.70 4.13 4.83 0.98 17.50• 3.04 14.37 4.09 19.35 4.96 23.47 6.18 29.24 7.10 33.62 8.10 38.32 DA 2 0.79 0.00 0.79 0.98 10.00 3.94 3.05 5.30 4.10 6.44 4.99 8.03 6.22 9.22 7.14 10.50 8.13 DA 3 1.31 0.00 1.31 0.98 15.50• 3.18 4.08 4.27 5.49 5.18 6.65 6.46 8.29 7.43 9.54 8.47 10.87 DA 4 1,39 0.00 1,39 0.98 15.50• 3.18 4,33 4,27 5.82 5.18 7.06 6.46 8.80 7.43 10.12 8.47 11,53 DA 5 0.57 0.00 0.57 0.98 11.50• 3.72 2.08 5.01 2.80 6.08 3.40 7,58 4.23 8.71 4.86 9.92 5.54 DA 6 0.55 0.00 0.55 0.98 11,50• 3.72 2.01 5.01 2.70 6.08 3.28 7.58 4,09 8.71 4,69 9.92 5.35 DA 7 0.75 0.00 0.75 0.98 12.50+ 3.58 2.63 4.81 3.54 5.84 4.29 7.28 5.35 8.37 6.15 9.53 7.00 DA 8 1,00 0.00 1,00 0.98 14,50• 3.28 3.22 4,42 4,33 5.36 5.25 6.68 6.55 7,68 7.53 8.75 8.58 DA 9 0.36 0.00 0.36 0.98 10.00 3.94 1.39 5.30 1,87 6.44 2.27 8.03 2.83 9.22 3.25 10.50 3.70 DA 10 0.21 0.00 0.21 0.98 10.00 3.94 0.81 5.30 1.09 6.44 1.33 8.03 1.65 9.22 1.90 10.50 2.16 DA 11 1.05 0.00 1.05 0.98 17.50• 3.04 3.12 4.09 4.21 4,96 5.10 6.18 6.36 7,10 7.31 8.10 8.33 DA 12 0.73 0.00 0.73 0.98 16.00* 3.14 2.25 4.27 3.06 5.18 3.71 6.46 4.62 7.43 5.31 8.47 6.06 DA 13 0.85 0.00 0.85 0.98 14.50• 3.28 2.73 4.42 3.68 5.36 4.46 6.68 5.56 7.68 6.40 8.75 7.29 DA 14 0.76 0.00 0.76 0.98 14,50• 3.28 2.45 4,42 3.29 5.36 3.99 6.68 4.98 7,68 5.72 8.75 6.52 *Intensities COICuIOted for O Tc of 11.50, 12.50, 14.50, 15.50, 16.00, Ond 17.50 minutes were lineorl inter IOIOIed. INDIANA Tc THIS TABLE SHOWS THE TIME OF CONCENTRATION RESULTS FOR THE INDIANA ROADWAY PROJECT. RESULTS WERE CALCULATED USING THE KERBY-KIRPICH METHOD AS LISTED N THE DCM, SUBBASIN ID Tc (CALC) Tc (USED) y (min) (min) 1 17.54 17.50 2 10.09 70.00 3 15.98 15.50 4 15.98 15.50 5 11.56 11.50 6 11,56 tL50 7 12.66 12.50 8 14,82 14,50 9 9.50 10.00 10 7.71 10.00 11 17.69 17.50 12 16.12 16.00 13 74,56 14.50 14 14,56 14,50 Parkhill Id{ & COop �) T �- i KVI F 1N IG�KcAN i o ozlozizt CLIENT City of Lubbock 1625 13th Street Lubbock, TX 79401 PROJECT NO. 2696.20 Y DATE DESCRIPTION INDIANA AVENUE HYDROLOGIC AND HYDRAULIC DATA 95 1L :i 4 b o; o 0 0- Uj D o� ' N D z M / X I LLJ I / Q D ! Q I 0 10 20 Q HORIZONTAL 0 2 4 z I / I I I � VERTICAL I I - STA 130+65.00i 0 I STA 130+65.00 1 � -- ---- -- - - - - -- I =� I\11A 130+65.00 22.58 LT CE PROP 24" RCP I 23.11 RT SET (TY ID I SET (Ty 11) (24 IN) (RCP) 124 IN) (RCP) * \ (6:1 (C 1 I (6:1) (C) I I \ I I I I \ I I I \ C I I � X 3236 B 9 o q 3234 3232 3230 3228 3226 3224 3222 3220 3' 50 WSF I EL.322 .76 YR WSE i fP4 IN) L. 3229.4 (C) I - - - - - - - -1--- V = 4.7 FPS 0 = 11.7 F US 2' 3 2% — — 0.17/. 24" RCP 76 48' 3236 3234 3 3232 124 IN) (RCP) (6.1) (C) I 3230 EXIS I — GROUND -L-- - - - - - - - 3228 3226 2' 3224 3222 3220 100 80 60 40 20 0 20 40 60 80 100 Parkhill �H a cooaF ..^ y,�P'CE �F TFkgsll�'O 02/02/21 O � Q i � o Lubbock TAPS CLIENT City of Lubbock 1625 13th Street Lubbock, TX 79401 PROJECT NO. 2696.2o # DATE DESCRIPTION INDIANA AVENUE CULVERT LAYOUT STRUCTURE #1 96 A - CI 3236 B 9 v rc o q 3234 3232 3230 3228 3226 3224 3222 3220 d 50 YR W E EL. 3230.52 (24 IN) (RCP) (6:1) (C) 5 YR WS i — — — — ---L, v V = 3.09 F S FL 227.87- 2' 0) 3 -,—/—��_\_/- ammmmmmm'11,11,00 'Ar mm M® immmmmm�i m__mm__= 139+50.00 I RT (TY II) i IN) (RCP) IC) ; 4 I b N 0 10 20 HORIZONTAL 0 2 4 VERTICAL 3236 Io1 1 13234 I (24 IN) RCP) I (6:1)(C) 3232 3230 GROII D i -----1- ---- --- ---- --- 3228 AFL 3226.74 3226 2' 3224 3222 3220 Parkhill SH& F" 1 YS Si•i '•ii 11 �n / KVLE W. JACKS N / r� oF.e (l SS i.N...• _ l\� N 02/02/21 O � O Q i � o ILubbock TIM CLIENT City of Lubbock 1625 13th Street Lubbock, TX 79401 PROJECT NO. 2696.20 # DATE DESCRIPTION INDIANA AVENUE CULVERT LAYOUT STRUCTURE #2 100 80 60 40 20 0 20 40 60 80 100 1 2 3 4 p---------------------- -- \ \ vI I I I XI STA 162+75.00 45.00 LT WINGWALL (P W -1)(H W =5FT ) I XI C I i X1 B 9 rc P o A 3230 3228 3226 3224 ____ ____ 50 YR EL. 322 WSE .28 3222 V = 5.08 FPS - 3220 3218 3216 3214 I I +1 ---------------- 0 10 20 - I HORIZONTAL �• 0 2 4 VERTICAL —.—.— — — — — —.—.—.—.—.—. --- — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — \ � I STA 162+75.00 I STA 162+75.00 i (L PROP 4'X2'RCB 55.00 RT WINGWALL I I (PW-1)(HW=5FT) I I w I w I j I Q i j Q I z i I Q z .0 of I INDIANA AVENUE 45' 55' :o ai ✓=5FT) EXIST GROUN -- --- - - - - - - - --L- r 1.2X ---- - WINGW L — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — 3230 3228 3226 3224 3222 3220 3218 3216 3214 Parkhill SH& F' 1 YS Si•i '•ii 11 �n .. / KVLE W. JACKS N / ¢q: 98310 (l SS i.N..•• _ l\� N 02/02/21 O > v Q i � o ILubbock TIM CLIENT City of Lubbock 1625 13th Street Lubbock, TX 79401 PROJECT NO. 2696.20 # DATE DESCRIPTION INDIANA AVENUE CULVERT LAYOUT STRUCTURE #3 100 80 60 40 20 0 20 40 60 80 100 1 2 3 4 H I♦ AN 7■ I0 ■ OVERLAP ENDS SEE DETAIL THIS SHEET DOWNSTREAM TERMINUS SEE DETAIL THIS SHEET NORTH AMERICAN GREEN--_ PERMANENT TRANSITION MAT (OR APPROVED EQUAL)OVER SEED AND COMPACTED EARTH 1 VARIES E E E E E E..FEE..EEE.EEE.EF...EEE..EE... E E f E E E E EEEEEE E.EEEEEE.EEEE.EEE.EEt.EEEE.EEE.EE . f E E E E E E E EEEEEE ..EEEEEE EEEEEEEf EEEEE E F f EEEEEEEE Ef EE«EEEEE E E E E E E E 4 E 4 E E f E E E ( E E E E f E E 4 E E E E E E E E E EEEEEEEEEEEEEEEEEEEEEEEEE E E E E . f E E E E E E E E E E E E E E. .EEE. .E.E. E EEEEEEEE EEE EEEEE EE .EEEEEE .E.°.`EEEEEE.EEE.EEE.EEE. EEEEEEEE( EfEEEEEEEf EEEEEE ......... EEE EEEEE EE .EEEEEE E E F F E .E.EEEEE.EEE.EEE.E.E.EEE. (EEf EEEEE EfEEEEEEEf EEEEEE f E E E E E f E E f E E E E E E E E E E f E E E E fEEEEEEEEEEEEEEEEEEEEEEEE E E E E E E E E E E E E E E E EFE EEEEEE E E E .E.EEEEEEEfE.EEEEEfE.EEEE EEE EEEEE EEEEE EEE EEEEE°.`EEEEEEEEEEEE.EEEE .Ef .EEEEEEEE( .EEEEEE( .EEE ............ EEE EEEEE EEEEE EfE E E E F F E EE.E.EEEEEEE.EEEEEE°EEEEE EEEEEE EEEEEE( EEEEEEEE •EfE -�--- ---- Fn EEEEEEEE E EEEEEEEE E fE EE EE fE fEEE 4E fE fE E E E EEEEEEEEEEEEEEEEEEEEEEEEE •EEE .EEEEEE EE4EEEEEfEE tEEEEEEEEEEEEEEEEEEEEEEEE W u 4QC� E EEEEEE E.EEEEEf E EEE E E E .EEE..EE.E.EE..EEE..EEE..EE... EEEt.. ..EEEEEE .EEEEEE E EEEEEE tEE EEEEE FEE EE .FEE .EFE EEE .E.E.E.E.E.E.E.E.E.E.E.E. f E E E f E E E E E E E E EE.EEEE.EEEE E E E E E E E E.. E E. .E.EEEEE.E.E.EEEEE.E.EEEE . f .. E E E .EEEEE.E.E.EEEEE.E.EEEEE. fEEEEEEEfEEEEEEEEEEEEEEEE .EEE EEEEEEtEE .EEEEEE EEE .EEEEEE EEE EE.E.E FEFEEEEEEEFEEEEEE .E.EEEEEEEfE.EEEEEfE.EEEE t E E E E E E E E E E E E EEEEEEEE.EEE . f E t. E E E EE.E.EEEEEEE.E.EEEEE.E.E. . f E «E.EEEEEEEfE.EEEEEfE.EEEE tEEEEEEEEEEEEEEEEEEEEEEEE EEEEEE EEE .EEEEEE EEEEEE SOIL RETENTION BLANKET TYPICAL INSTALLATION 3 1 4 GENERAL NOTES 1. PREPARE SOIL AND APPLY SEED MIXTURE AS SPECIFIED BEFORE INSTALLING PERMANENT TURF REINFORCEMENT MAT. 2. BEGIN AT TOP OF CHANNEL BY ANCHORING THE MAT IN A 12" DEEP X 6" WIDE DITCH WITH APPROXIMATELY 12" OF MAT EXTENDED BEYOND THE UP -SLOPE PORTION OF THE TRAM TERMINUS ER I NH TRENCH. ANCHOR THE MAT WITH A ROW OF STAPLES SEEESHEET APPROXIMATELY 12" APART IN THE BOTTOM OF THE TRENCH. BACKFILL AND COMPACT THE TRENCH AFTER DIRECTION OF FLOW STAPLING AND FOLD THE REMAINING 12" PORTION OF THE MAT BACK OVER COMPACTED SOIL AND SEED. SECURE THE MAT WITH A ROW OF STAPLES APPROXIMATELY 12" APART ACROSS THE WIDTH OF THE MAT. 3. ROLL CENTER MAT IN DIRECTION OF WATER FLOW IN BOTTOM CHANNEL. MAT WILL UNFOLD WITH APPROPRIATE SIDE AGAINST THE SOIL SURFACE. ALL MATS MUST BE SECURELY FASTENED TO SOIL SURFACE BUY PLACING STAPLES THOUGH EACH OF THE COLORED DOTS CORRESPONDING TO THE APPROPRIATE STAPLE PATTERN. 4. PLACE CONSECUTIVE MATS END -OVER -END (SHINGLE STYLE) WITH A 4" - 6" OVERLAP. USE A DOUBLE ROW OF STAPLES STAGGERED 4" APART AND 4" ON CENTER TO SECURE MATS. 5. FULL LENGTH EDGE OF MATS AT TOP OF SIDE SLOPES MUST BE ANCHORED WITH A ROW OF STAPLES APPROXIMATELY 12" APART IN A 6" WIDE BY 6" DEEP TRENCH. BACKFILL AND COMPACT TRENCH AFTER STAPLING. 6. ADJACENT MATS MUST BE OVERLAPPED APPROXIMATELY 2" - 5" AND STAPLED. 7. THE TERMINAL END OF THE MATS MUST BE ANCHORED WITH A ROW OF STAPLES APPROXIMATELY 12" APART IN A 6" DEEP BY 6" WIDE TRENCH. BACKFILL AND COMPACT TRENCH AFTER STAPLING. NTS SEED AS SPECIFIED TOP SOIL NORTH AMERICAN GREEN TO BE APPLIED I ORPERMANENT TRANSITION MAT TO MAT SEED AND COMPAQCTAD O EARTH FLOW 6" FLOW DOWNSTREAM TERMINUS OVERLAP NTS NTS 1 2 "'T�RFACE OF ROCK CONCRETE RIPRAP UPSTREAM TERMINUS NTS FENCE NOTCH NTS NOTE: WORK ASSOCIATED WITH FENCE NOTCHING WILL BE PAID FOR BY ITEM 5039, "FENCE SPECIAL (FENCE NOTCH)." 1 -ACE NEW 2x4 CEDAR AIL OVERLAPPING AND OUNTED TO NEAREST DSTS OUTSIDE OF NOTCH Parkhill 02/02/21 Lubbock TFIPS CLIENT City of Lubbock 1625 13th Street Lubbock, TX 79401 PROJECT NO. 2696.20 Y DATE DESCRIPTION INDIANA AVENUE DRAINAGE DETAILS SHEET 1 OF 1 Culvert Station and/or Creek Name Description of Max Applicable Applicable Skew Side T U C Hw O A B Lw Ltw Atw Riprap Class O Class C3 Total followed by applicable end Box Culvert Fill Box Wingwall Angle Slope Culvert Culvert Estimated Height Curb to Offset Length of Culvert Anchor Apron °C', "C', Wingwall (Lt, Rt or Both) Height Culvert or End or Channel Top Slab Wall Curb of End of of End of Longest Toewall Toewall Conc Conc Area Standard Treatment (0°,15°, Slope Ratio Thickness Thickness Height Wingwall Wingwall Wingwall Wingwall Length Length (Curb) (Wingwall) No. Spans -- 4 O Standard 30' or Span X Height (Ft) 45°) (SL:1) (In) (In) (Ft) (Ft) (Ft) (Ft) (Ft) (Ft) (Ft) (Cy) (Cy) (Cy) (SF) STRUCTURE #3 STA 162+75 (Both) 1 — 4'x 2' 2' SCP-4 PW-1 0° 6:1 5" 5" 1.000, 3,500' N/A N/A 27.000' 6.000' N/A 0.0 0.4 31.6 486 0 c v m 00 v . � o N 3 zoo c c m u,� mo c � ar s�E m ut c `�a w0� m '^ x v m v w v ,c of pL C a3. aiv o o� saw _ c � a`6 0 mom a v c npo �nxo o `a va LU rLn Ln a ORound the wall heights shown to the nearest foot for bidding purposes. OConcrete volume shown is for box culvert curb only. For curbs using the Box Culvert Rail Mounting Details (RAC) standard sheet quantities shown must be increased by a factor of 2.25. If Class S concrete is required for the top slab of the culvert, also provide Class S concrete for the curb. Curb concrete is NOTES: considered part of the Box Culvert for payment. Skew = 0° on SW-0, FW-0, SETB-CD, SETB-SW-O, and SETB-FW-O standard sheets; 30' maximum for safety end treatment O Concrete volume shown is total of wings, footings, culvert toewall (if any), anchor toewalls (if any) SL:1 = Horizontal : 1 Vertical and wingwall toewalls. Riprap aprons, culverts, and • Side slope at culvert for flared or straight wingwalls. curb quantities are not included. • Channel slope for parallel wingwalls. • Slope must be 3:1 or flatter for safety end treatments. O Regardless of the type of culvert shown on this sheet, the Contractor has the option of furnishing T = Box culvert top slab thickness. Dimension can be found on the applicable box culvert standard sheet. cast -in -place or precast culverts unless otherwise shown elsewhere on the plans. If the Contractor U = Box culvert wall thickness. Dimension can be found on the applicable box culvert standard sheet. elects to provide culverts of a different type than C = Curb height those shown on this sheet, it is the Contractor's Bridge See applicable wing or end treatment standard sheets for calculations of Hw, A, B, Lw, Ltw, Atw, and Total Wingwall Area. responsibility to make the necessary adjustments to® the dimensions and quantities shown. Division , Texas DepartmentofTransportation Standard Hw = Height of wingwall BOX CULVERT SUPPLEMENT A = Distance from face of curb to end of wingwall (not applicable to parallel or straight wingwalls) WINGS AND END TREATMENTS 8 = Offset of end of wingwall (not applicable to parallel or straight wingwalls) Lw = Length of longest wingwall. Ltw = Length of culvert toewall (not applicable when using riprap apron) Atw = Length of anchor toewall (applicable to safety end treatment only) B C S Total Wingwall Area = Wingwall area in sq. ft. for two wingwalls (one structure end) if Lt or Rt. Area for four wingwalls (two structure ends) if Both. FILE. bcsstde I -20.dgn ON: TXDOT cx TXDOT FW: Tx DOT cx TxDOT ©TXDOT February 2020 comr SECTI IGe I HIGHWAY W W FEVISIONS OiST SHEEN0. COUNTY T ti C '00 Unit Length Varies 24" Max Safety Pipe Eq Spa at 24" Max Runners (if required) 0" to 6" 12" - 24" RCP Safety 4" to 8° — — CL pipe runners (if required) 30" - 42" RCP t o g F PLAN VIEW — 12" THRU 24" (Showing spigot end connection.) OSlope as shown elsewhere in the plans. Slope of REQUIREMENTS FOR 6:1 or flatter is required for vehicle safety. CULVERT PIPES AND SAFETY PIPE RUNNERS Provide cement stabilized bedding and backfill in accordance with the Item, "Excavation and Backfill for Structures". Bedding and backfill is considered subsidiary to the Item 467, "Safety End Treatment". When concrete riprap is specified around the safety end treatment, backfill as directed by Engineer. Pipe I.D. Min Wall Thickness Min O.D. Min O.D. at Tapered End Min Reinf Requirements (sq. in. per ft. of Pipe) Max Slope Min Length of Unit Pipe Runner Requirements Required Pipe Runner Sizes Single Pipe Multiple Pipe Nominal Dia O.D. I.D. 12" 2" 16" 16" 0.07 Circ. 6:1 4'- 0" No 5 3" STD 3.500" 3.068" 3 O Fill the top 4" of void between precast end treatments with concrete riprap. Concrete 15" 2 %' 19 z" 19" 0.07 Circ. 6:1 5'- B" No SO 3" STD 3.500" 3.068" riprap is considered subsidiary to the Item 467, "Safety End Treatment". 18" 2 !12" 23" 21 %" 0.07 Circ. 6:1 T-3" No SO 3" STD 3.500" 3.068" 24" 3" 30" 27" 0.07 Circ 6:1 10'-6" No 5O 3" STD 3.500" 3,068" Adjust clear distance between pipes to J pP 30" 3 %" 37" 31" 0.18 Circ. 6:1 12'- 1" No Yes 4" STD 4.500" 4,026" �a provide for the minimum distance between safety end treatments. ;v O Safety pipe runners are required for multiple ;vJ pipe culverts with more than two pipes. 36" 1 4" 1 44" 1 36" 1 0.19 Ellip. 1 6:1 1 15- 4" 1 Yes Yes 4" STD 4.500" 4.026" 42" 4 V2" 51" 41 V2" 0.23 Ellip. 6:1 IS'- 7" Yes Yes 4" STD 4.500" 4.026" A Optional ° o step slope a Top face of riprap nv, O :o _ and mitered face of safety end treatment y Safety pipe runner (Typ) (if required) �� _ I I Slope O1 v .21 L I II I� Flow line o Pipe wall lthickness (Min) LONGITUDINAL ELEVATION - 12" THRU 24" (Showing spigot end connection.) 1Z' Pipe O.D. Minimum 12" (Typ) Wall thickness (same as pipe Dia) I I 2'-0" Min O 6" Min SECTION A -A MULTIPLE PIPE INSTALLATION Pipe Dia Safety pipe runner 3„ 4 /4 galvanized steel bolts with washers and inserts p o' < m Q a s/4' Threaded a insert M Q INSTALLATION DETAIL FOR SAFETY PIPE RUNNERS (If required) ' 'Pe Dia q 3/4' Galvanized steel bolts Safety pipe with washers and inserts runner Top line of _ I safety pipe runner Q .o a 314' Threaded D m Flowline 4 'o insert Pipe wall thickness (Min) OPTION A Pipe Dia 4 314' Galvanized steel bolts Safety pipe with washers and inserts runner Top line of safety pipe runner 314' Threaded o = , e Flowline insert Pipe wall thickness (Min) OPTION B END DETAILS FOR INSTALLATION OF SAFETY PIPE RUNNERS MATERIAL NOTES: Synthetic fibers listed on the "Fibers for Concrete" Material Producer List (MPL) may be used in lieu of steel reinforcing in riprap concrete unless noted otherwise. Provide pipe runners meeting the requirements of ASTM A53 (Type E or S, Gr B), ASTM A500 Gr B, or API 5LX52. Galvanize steel components except reinforcing steel after fabrication. Repair galvanizing damaged during transport or construction in accordance with the specifications. GENERAL NOTES: Precast safety end treatment for reinforced concrete pipe (RCP) may be used for TYPE II end treatment as specified in Item 467, "Safety End Treatment". When precast safety end treatment is used as a Contractor's alternate to mitered RCP, riprap will not be required unless noted otherwise on the plans. Manufacture precast concrete end sections in accordance with Item 464, "Reinforced Concrete Pipe" and in accordance with ASTM Specification C-76, Class III, Wall B for circular pipe. Provide precast concrete end sections with a spigot or bell end for compatibility to upstream or downstream end conditions with sufficient annular space to allow for grout, mortar, cold applied asphalt joint compound or pre -formed plastic gasket material. Methods of lifting shall be provided by the manufacturer for ease of loading, unloading and installation. Pipe runners are designed for a traversing load of 10,000 Lbs at yield as recommended by Research Report 280-2F,"Safety Treatment of Roadside Parallel -Drainage Structures", Texas Transportation Institute, March 1981. ANA-® Bridge D,,.,n ,Texas Department of Transportation Standard PRECAST SAFETY END TREATMENT TYPE 11 --- PARALLEL DRAINAGE PSET-RP FIIE. psetrpss-20.dgn I — RLW Ic, KLR oW JTR m GAF ©TOOT February 2020 1 coNr SECTI IGe I HIGHWAY REVISIONS (If required) c 0 � ut c i m w 'c 00 W W C) LL REQUIREMENTS FOR CULVERT PIPES AND SAFETY PIPE RUNNERS Min Single Pipe Multiple Pipes RCP Wall TP Length Pipe "B" Wall Pipe Pipe I.D. Thickness Thickness "D" Slope of Unit Skew Runners Skew Runners ® O7 Required Required 3:1 2'- 11" 12" 2" 1.15" 17.00" 4:1 3- 6" <_ 45' No <_ 45' No 6:1 4'- 9" 3:1 3- 8" 15" 2 4" 1.30" 20.50" 4:1 4'- 7" :s 45' No :s 45' No 6:1 6'- 5" 3:1 4'- 6" 18" 2 %" 1.60" 24.00" 4:1 5' - 8" :s; No <- 45' No 6:1 8'- 0" 3:1 6- 2" = 30' No 24" 3" 1.95" 31.00" 4:1 T - 10" <_ 45' No 6:1 11' - 3" > 30' Yes 3:1 T - 10" = 15' No = 15' No 30" 3 %" 2.65" 38.50" 4:1t12'- - 1" 6:1- 8" > 15' Yes > 15' Yes 3:1- 5" - 0. No 36" 4" 2.75" 45.50" 4:7 3" >_ 0° Yes 6:1- 11" >0.Yes 3:1 11- 1" 42" 4 %" N/A 52.50" 4:1 14' - 5" >_ 0° Yes >_ 0° Yes 6:1 21'-2" Pipe support CL 3/4' galvanized steel 4 Safety cradle welded bolt and nut with washer pipe runner to support post Flow line 314' Threaded insert — �o Unit length (varies) SAFETY PIPE RUNNER 7" Max Safety runner length DIMENSIONS pipe 1'-0" Max Safety Required Pipe Runner Size Enld of payment for pipe PlpLength er Pipe Size Pipe O.D. Pipe I.D. t� 4 Safety pipe runners (if required) ] ]' - 2" 3" STD 3.500" 3.068" 15' - 6" 3 %" STD 4,000" 3,548" 20' - 10" 4" STD 4,500" 4.026" n o m o p z �o 35' - 4" 1 5" STD 5.563" 5.047" See Detail "A" O Pocket is to be formed to fit Dimension "D" is based on reinforced concrete pipe (RCP) meeting the requirements of O.D. of pipe support post ASTM C-76, Class III, (RCP Wall "B" thickness). Adjust "D" for any other wall thickness if safety pipe runners are used.J used. For thermoplastic pipe (TP) take into account the annular space requirements for grouted connections. PLAN O Slope as shown elsewhere in plans. Slope of 3:1 or flatter is required for vehicle safety. (Showing bell end connection.) OToewall to be used only when dimension is shown elsewhere in the plans. A `F ® Fill the top 4" of void between precast end treatments with concrete riprap. Concrete riprap c Optional ° Safety pipe runner is considered subsidiary to the Item 467, "Safety End Treatment". g ^ step slope b (if required) � Adjust clear distance between pipes to provide for the minimum distance between safety end Top face of safety end treatment treatments. ry - - - S/opL Optional casting © Measured along slope. Oj I - - _ line for toewall - - - - _ - o Provide cement stabilized bedding and backfill in accordance with the Item 400, "Excavation and p i I - Flowline - - - - - - - - - o Backfill for Structures". Bedding and backfill is considered subsidiary to the Item 467, "Safety End Treatment". When concrete riprap is specified around the safety end treatment, backfill ---------------� as directed by Engineer. I---- � 3 O ®Thermoplastic pipe wall thickness may vary. Adjust accordingly. Thermoplastic pipe requires c the safety end treatments to have a bell end for grouted connections. c I 5„ ^ 'g I 6„ M c 6 rPrecast end ry o CL Pipe support post (post to be same 3/4galvanized I section may c diameter as safety pipe runner and I be produced Y b steel bolts with I fitted in a formed pocket) - washers and 11 with s p 9ot I inserts or bell end - - - _ - - as required - - END DETAIL FOR INSTALLATION OF SAFETY PIPE RUNNERS OPTIONAL JOINT FOR RCP 6" 0 Min MULTIPLE PIPE INSTALLATION (If required) Reinforcement to have 7" Min cover 0 OPTION WITH SQUARE BOTTOM SECTION A -A (Showing joint between RCP and precast safety end treatment) 5" OPTION WITH INVERT BOTTOM LONGITUDINAL ELEVATION (Showing bell end connection.) Pipe stub shall Safety have an O.D. of pipe _ Z" to s/8' less runner than the I.D. of the safety pipe runner I _ \ I I I I I 12 LV / Safety %4 pipe / runner I I -- - - - - - -- I II \ I I Cross pipe to I I be same size / as safety pipe / \ runner or '/2 j \ larger A OPTION B (It required) PIPe D/a Cross pipe CL 3/4' galvanized steel bolts with washers and inserts Invert p.o a o V Qv 3/4' Threaded Q insert INSTALLATION DETAIL FOR SAFETY PIPE RUNNERS (If required) GENERAL NOTES: Precast safety end treatment for reinforced concrete pipe (RCP), and thermoplastic pipe (TP) may be used for TYPE II end treatment as specified in Item "Safety End Treatment". When precast safety end treatment is used as a Contractor's alternate to mitered RCP, riprap will not be required unless noted otherwise on the plans. Synthetic fibers listed on the "Fibers for Concrete" Material Producer List (MPL) may be used in lieu of steel reinforcing in riprap concrete unless noted otherwise. Manufacture this product in accordance with Item 467, "Safety End Treatment" except as noted below : A. Provide minimum reinforcing of #4 at 6" (Grade 40) or #4 at 9" (Grade 60) each way or 6"x6" - D12 x D12 or 5"x5" - D10 x D10 welded wire reinforcement (WWR). B. For precast (steel formed) sections, provide Class "C" concrete (f'c = 3,600 psi). At the option and expense of the Contractor, the next larger size of safety end treatment may be furnished as long as the "D" dimension cast is that of the required size of pipe. Pipe runners are designed for a traversing load of 1,800 Lbs at yield as recommended by Research Report 280-1,"Safety Treatment of Roadside Cross -Drainage Structures", Texas Transportation Institute, March 1981. Provide safety pipe runners, cross pipes, pipe support posts, and pipe stubs meeting the requirements of ASTM A53 (Type E or S, Grade B), ASTM A500 (Grade B), or API 5LX52. Galvanize all steel components except reinforcing steel after fabrication. Repair galvanizing damaged during transport or construction in accordance with the specifications. Connect RCP using the Optional Joint for RCP detail shown or in accordance with Item 464 "Reinforced Concrete Pipe". Connect TP by grouting. See PBGC standard for grouted connections with TP and precast safety end treatment. �® Bridge DNlsion ,Texas Department of Transportation Standard PRECAST SAFETY END TREATMENT TYPE II — CROSS DRAINAGE PSET-SC FnE psetscss-20.dgn ON: RLW cx KLR ON JTR Cx: GAF ©TXDOT February 2020 CONr seer toe I HIGHWAY REVISIONS DIST COUNTY SHEET N0. 02 TABLE OF DIMENSIONS AND REINFORCING STEEL (Wings for one structure end) Estimated Estimated Dimensions Variable Reinforcing quantities quantities per Ft of per ft of wing ® To Bars J1 Bars J2 (2-wings) (1--toewaewall) Wingwall Height Hw W X Y Z v Spa w kn Spa Reinf (Lb/Ft) Conc (CY/Ft) Reinf (Lb/Ft) Conc (CY/Ft) 2'-6" 2'-10" 10" 1'-0" 7" #4 F-0" #4 F-0" 48.64 0.406 6.85 0.071 2'-9" 2'-10" 10" 1'-0" 7" #4 F-0" #4 F-0" 49.31 0.424 6.85 0.071 3'-0" 2'-10" 10" 1 F-0" 7" #4 F-0" #4 F-0" 49.98 0.444 6.85 0.071 3'-3" 2'-10" 70" 1'-0" 7" #4 Y-0" #4 F-0" 53.32 0.462 6.85 0.071 3-6" 2'-10" 10" I'-0" 7" #4 F-0" #4 F-0" 53.98 0.480 6.85 0.071 4'-0" 3-2" F-2" P-0" 7" #4 F-0" #4 F-0" 55.77 0.532 6.85 0.071 4'-6" 3'-2" F-2" F-0" 7" #4 P-0" #4 F-0" 59.77 0.568 6.85 0.071 5-0" 3-9" P-7" F-2" 7" #4 P-0" #4 P-O" 63.45 0.632 6.96 0.075 5-6" 3'-9" F-7" F-2" 7" #4 F-0" #4 F-0" 67.46 0.668 6.96 0.075 6'-0" 4'-4" 2'-0" F-4" 7" #5 F-0" #5 F-0" 1 80.67 0.730 7.07 1 0.078 6-6" 4'-4" 2'-0" P-4" 7" #5 P-0" #5 F_0" 85.05 0.768 7.07 0.078 7'-0" 5-0" 2'-3" Y-9" 8" #5 P-O" #5 P-O" 92.15 0.864 8.07 0.093 7'-6" 5-0" 2'-3" Y-9" 8" #5 Y-0" #5 F-0" 96.54 0.902 8.07 0.093 8'-0" 5-6" 2'-8" F-10" 8" #5 6" #5 6" 139.04 0.962 8.13 0.095 8'-6" 5-6" 2'-8" 1'-10" 8" #5 6" #5 6" 144.47 1.000 8.13 0.095 9'-6" 6-0" 2'-10" 2'-2" 9" #5 6" #5 6" 156.93 1.736 8.47 0.110 10'-6" 6-5" 3-0" 2'-5" 9" #6 6" #5 6" 196.27 7.234 8.57 0.117 1 F-6" T-2" 3-6" 2'-8" 1]- #6 6" #6 6" 230.13 7.438 9.52 0.140 12'-6" 7'-8" 3-9" 2'-11" P-0" #7 6" #6 6" 283.41 1.592 9.74 0.157 13-6" 8'-2" 4'-0" 3'-2" F-2" #8 6" #6 6" 348.72 1.804 10.02 0.186 14'-6" B'-10" 4'-5" 3'-5" 1 F-4" 1 #9 6" 1 #6 6" 1 432.94 1 2.046 1 10.30 1 0.218 I5-6" 9' _6" 4'-10" 3'-8" P-6" 1 #9 6" 1 #7 6" 1 489.52 1 2.302 1 11.24 1 0.253 16-0" 9'-11" 5-0" 3-11" P-7" 1 #9 6" 1 #7 6" 1 505.72 1 2.448 1 11.47 1 0.279 SL I G J1 2 V Const joint N N J2 N a N W W C) LL F 3-0" Extend Bars G (Typ) N Ui - - -'L - D N RA E] PJ M1� �� M2-' -13 PARTIAL ELEVATION - PW-1 12" 2" (Typ) J1 SECTION A -A G Finished grade (roadway slope) 11 3 = Y 3" v J3 T i a + 2„ � E2 N M2 SECTION B-B B SL B 13 \ J1- V C = Const d n joint - ti N © ti J2- E2 TABLE OF WINGWALL REINFORCING (2-wings) = 90° - skew 3-0" BARS DI Bar Size No. Spa D7 #6 - 1'-0" D2 #6 - 1'-0" E1 #4 - 1'-01, F #4 G #6 --- 8" M1 #4 4 - P #4 - V #4 - 1'-0" TABLE OF TOEWALL REINFORCING Bar Size No. Spa J3 #4 - M2 #4 2 E2 #4 - WING DIMENSION FORMULAS: (All values are in feet.) Hw =H+T+C Lw = (Hw) (SL) - cosine (0) for Type PW-1 _ (Hw - P) (SL) - cosine (0) for Type PW-2 and Hw ? 4' _ (Hw - 0.3) (SL) - cosine (0) for Type PW-2 and Hw < 4' For cast -in -place culverts: Ltw = 1(N) (S) + (N + 1) (U)] - cosine (0) For precast culverts: Ltw = I(N) (2 U + S) + (N - 1) (0.5')] + cosine (0) Total Wingwall Area (two wings - SF) = (2)(Hw)(Lw) for Type PW-1 = (2)(Hw)(Lw) - 6 SF for Type PW-2 and Hw? 4' = (2)(Hw)(Lw) - 1.5 SF for Type PW-2 and Hw < 4' = 90° -skew 3-0" BARS D2 v W _ Y dll , I, N II I F- d. = N N N Y+B" N N = BARS J1 BARS J2 BARS J3 BARS V Field bend as needed. Lw 6'-0" 72 A 3'-0" Extend Bars G A (Typ) G 8 F D N I 3" weephole E1 � J M1- ` M2'-J3 PARTIAL ELEVATION - PW-2 70 x O m M g v Lw F_ Toe of slope - (Showing wing reinforcement.) (Showing wing reinforcement.) cp U, _T_ 5� U Hw = Height of wingwall Lw = Length of wingwall Ltw = Culvert toewall length N = Number of culvert spans SL:1 = Channel slope ratio. (horizontal: 1 vertical, usual value is 2:1) 9 = Culvert skew See applicable box culvert standard sheet for S, H, T, and U values. WIM 8 B Wingwall �E2O f�l D2 Barrel DI reinf Culvert �JI walls D2 DI 2) Wingwall SECTION C-C - PW-1 / wa J1 Barr reinf D1 2 "'= C F V Wingwall SECTION C-C - PW-2 Limits of culvert Lw barrel quantities Ltw Lw PLAN Length of wings based onj SLA slope along this line. Toe of slope DETAILS FOR NON -SKEWED BOX CULVERTS �U Culvert skew S U / Limits of culvert barrel quantities Ltw Lw -Culvert skew PLAN DETAILS FOR SKEWED BOX CULVERTS (Showing 30° skew.) F O Skew = 0° At discharge end, chamfer may be 3/4' minimum. OFor 15° skew - I" For 30° skew - 2" For 45° skew - 3" Quantities shown are for two Type PW-1 wings. Adjust concrete volume for Type PW-2 wings. To determine estimated quantities for two wings, multiply the tabulated values by Lw. Quantities shown do not include weight of Bars D. Provide weepho/es for Hw = 5-0" and greater. Fill around weepholes with coarse gravel. © Extend Bars E2 P-6" minimum into the wingwall footing. O Lap Bars MI F-6" minimum with Bars M2. ® Place Bars G as shown, equally spaced at B" maximum. Provide at least two pairs of Bars G per wing. O0" Min to 5-0" Max. Estimated curb heights are shown elsewhere in the plans. For structures with pedestrian rail or curbs taller than F-0, refer to the Extended Curb Details (ECD) standard sheet. For structures with T631 or T631LS bridge rail, refer to the Mounting Details for T631 & T631LS Rails (T631-CM) standard sheet. Refer to the Box Culvert Rail Mounting Details (RAC) standard sheet for structures with bridge rail other than T631 or T631LS. 10 For vehicle safety, the following requirements must be met: For structures without bridge rail, construct curbs no more than 3" above finished grade. For structures with bridge rail, construct curbs flush with finished grade. Reduce curb heights, if necessary, to meet the above requirements. No changes will be made in quantities and no additional compensation will be allowed for this work. 1 ] P-0" typical. 2'-3" when the Box Culvert Rail Mounting Details (RAC) standard sheet is referred to elswhere in the plans. 12 3-0" for Hw < 4'. ]3 6" for Hw < 4'. DESIGNER NOTES: Type PW-I can be used for all applications and must be used if railing is to be mounted to the wingwall. Type PW-2 can only be used for applications without a railing mounted to the wingwall. V MATERIAL NOTES: Provide Class C concrete (f'c=3,600 psi). J1 Provide Grade 60 reinforcing steel. Provide galvanized reinforing steel if required elsewhere in the plans. GENERAL NOTES: Designed in accordance with AASHTO LRFD Bridge Design Specifications. Depth of toewalls for wingwalls and culverts may be reduced or eliminated when founded on solid rock, when directed by the Engineer. See Box Culvert Supplement(BCS) standard sheet for wingwall type and additional dimensions and information. Quantities for concrete and reinforcing steel resulting from the formulas given on this sheet are for the Contractor's information only. Cover dimensions are clear dimensions, unless noted otherwise. Reinforcing dimensions are out -to -out of bars. AMA-® Bridge Division ,Texas Department of Transportation Standard CONCRETE WINGWALLS WITH PARALLEL WINGS FOR BOX CULVERTS TYPES PW-1 AND PW-2 PW File pwstde01-20.dgn ON: GAF Cx CAT Ow: TOOT CK: TxDOT ©TxDOT February 2020 CO11 SeCT los HIGHWAY REVISIONS DIST COUNTY SHEET N0. 03 U S U Permissible construction - joint (Typ) F Q\-B F IN/ I—M (Typ) 1/Z,FZ (Typ) M .� . c a ti J F2 B p D Construction joint (Typ) TYPICAL SECTION a 2O Finished grade O(roadway slope) K 3 /�"" H 3" chamfer (See CONSTRUCTION NOTES.) A SECTION THRU CURB Bars K Length of box OBars B — Top and slab Z P— PLAN OF REINF STEEL g„ 5„ N 3O 3 h� Y BARS C BARS D BARS K (#4) (Spa = P-O" Max) (Length = 4'-2") O0" Min to 5'-0" Max. Estimated curb heights are shown elsewhere in the plans. For structures with pedestrian rail or curbs taller than 1'-0", refer to the Extended Curb Details (ECD) standard sheet. For structures with T631 or T631LS bridge rail, refer to the Mounting Details for T631 & T631LS Rails (T631-CM) standard sheet. Refer to the Rail Anchorage Curb (RAC) standard sheet for structures with bridge rail other than T631 or T631LS. For vehicle safety, the following requirements must be met: . For structures without bridge rail, construct curbs no more than 3" above finished grade. . For structures with bridge rail, construct curbs flush with finished grade. Reduce curb heights, if necessary, to meet the above requirements. No changes will be made in quantities and no additional compensation will be allowed for this work. OFor curbs less than 1'-0" high, tilt Bars K or reduce bar height as necessary to maintain cover. For curbs less than 3" high, Bars K may be omitted. ® 1'-0" typical. 2'-3" when the Rail Anchorage Curb (RAC) standard sheet is referred to elsewhere in the plans. The Contractor may replace Bars B, C, D, E, F1, F2, M, Y, and/or Z with deformed welded wire reinforcement (WWR) meeting the requirements of ASTM A1064. The area of required reinforcement may be reduced by the ratio of 60 ksi / 70 ksi. Spacing of WWR is limited to 4" Min and 18" Max. When required, provide lap splices in the WWR of the same length required for the equivalent bar size, rounded up for wire sizes between conventional bar sizes. The lap length required for WWR is never less than the lap length required for uncoated #4 bars. Example conversion: Replacing No. 6 Gr 60 at 6" Spacing with WWR. Required WWR = (0.44 sq. in. per 0.5 ft.) x (60 ksi / 70 ksi) = 0.755 sq. in. per ft. If D30.6 wire is used to meet the 0.755 sq. in. per ft. requirement in this example, the required spacing = (0.306 sq. in.) / (0.755 sq. in. per ft.) x (12 in. per ft.) = 4.86" Max spacing. Required lap length for the provided D30.6 wire is 2'-]" (the same minimum lap length required for uncoated #5 bars, as listed under MATERIAL NOTES). CONSTRUCTION NOTES: Do not use permanent forms. Chamfer the bottom edge of the top slab 3" at the entrance. Optionally, raise construction joints shown at the flow line by a maximum of 6". If this option is taken, Bars M may be cut off or raised, Bars C and D may be reversed. MATERIAL NOTES: Provide Grade 60 reinforcing steel. Provide galvanized reinforcing steel if required elsewhere in the plans. Provide Class C concrete (f'c = 3,600 psi) for culvert barrel and curb, with the following exceptions: provide Class S concrete (f'c = 4,000 psi) for top slabs of: . culverts with overlay, . culverts with 1-to-2 course surface treatment, or . culverts with the top slab as the final riding surface. Provide bar laps, where required, as follows: . Uncoated or galvanized — #4 = P-8" Min • Uncoated or galvanized — #5 = 2'-1" Min GENERAL NOTES: Designed according to AASHTO LRFD Bridge Design Specifications for the range of fill heights shown. See the Single Box Culverts Cast -In -Place Miscellaneous Detail (SCC-M D) standard sheet for details pertaining to skewed ends, angle sections, and lengthening. Cover dimensions are clear dimensions, unless noted otherwise. Reinforcing bar dimensions shown are out -to -out of bar. HL93 LOADING SHEET 1 OF 2 BILLS OF REINFORCING STEEL (For Box Length = 40 feet) QUANTITIES SECTION DIMENSIONS = Q) W Bars 8 Bars C Bars D Bars M — #4 Bars F1 -- #4 Bars F2 -- #4 Bars H Bars K Per Foot Curb Total = at 18" Spa at 18" Spa 4 — #4 of Barrel J S H T U No. Q Length Weight No. " Q Ln Length Weight " X " " Y " No. ^ Q Length Weight " Y " " Z " No. Q Ln Length Weight No. Length Wt No. Length Weight Length Wt No. Wt Conc (CY) Reinf (Lb) Conc Reinf Conc Reinf U- w w Ln � � (CY) (Lb) (CY) (Lb) 3' - 0" 2'- 0" 8" 7" 30' 108 #5 9" 3'- ] 1" 441 108 #4 9" 5' - 5" 391 2'- 7" 2' - 10" 108 #4 9" 5'- 1" 367 2' - 10" 2' - 3" 108 9" 2'- 0" 144 3 39' - 9" 80 19 39' - 9" 505 3'- ]1" 10 10 28 0.292 48.2 0.3 38 12.0 1,966 3' - 0" 3'- 0" 8" 7" 30' 108 #5 9" 3'- ] 1" 441 108 #4 9" 6' - 5" 463 3'- 7" 2' - 10" 108 #4 9" 5'- 1" 367 2' - 10" 2' - 3" 108 9" 3'- 0" 216 3 39' - 9" 80 23 39' - 9" 611 3'- ] ]" 10 10 28 0.335 54.5 0.3 38 13.7 2,216 4' - 0" 2' - 0" 8" 7" 30' 108 #5 9" 4' - 111, 554 162 #4 6" 5' - 9" 622 2' - 7" 3' - 2" 162 #4 6" 5' - 5" 586 3' - 2" 2' - 3" 108 9" 2' - 0" 144 3 39' - 9" 80 21 39' - 9" 558 4'- ] 1" 13 12 33 0.342 63.6 0.4 46 14.1 2,590 c 4' - 0" 3' - 0" 8" 7" 30' 108 #5 9" 4'- ] ]" 554 162 #4 6" 6' - 9" 730 3'- 7" 3' - 2" 162 #4 6" 5'- 5" 586 3'- 2" 2' - 3" 108 9" 3' - 0" 216 3 39' - 9" 80 25 39' - 9" 664 4'- ] 1" 13 12 33 0.385 70.8 0.4 46 15.8 2,876 m c 4'- 0" 4'- 0" 8" 7" 30' 108 #5 9" 4'- ] ]" 554 162 #4 6" 7' - 9" 839 4'- 7" 3' - Z" 162 #4 6" 5'- 5" 586 3'- 2" 2' - 3" 108 9" 4' - 0" 289 3 39' - 9" 80 25 39' - 9" 664 4' - ] ]" ]3 ]Z 33 0.428 75.3 0.4 46 17.5 3,058 00 v c .c ai � o N 3 zoo o 0 For direct traffic culverts (fill height <_ 2 ft.), identify the required box size n� �vN and select the option with the minimum fill height. mo c � v s�E ut m c `�a w C) m '^ x v v v w v ,c of pL C a3L v v o c ut � v a'o o� saw _ c � a`6 0 mom a c v m�L npo nxo o `a va LU E7 Ln a HL93 LOADING SHEET 2 OF 2 ® Bridge Division ,Texas Department of Transportation Standard SINGLE BOX CULVERTS CAST -IN -PLACE 0' TO 30' FILL SCC-3 & 4 File scc34ste-20.dgn ON: TBE CK: BMP ON TOOT CK: TxDOT ©TOOT February 2020 CONT SECT JON HIGHWAY W W REVISIONS DIST COUNTY SHEET N0. ti C) LL 05 BOX DATA SECTION DIMENSIONS Fill Height (ft.) M (Min) (in.) REINFORCING (sq. in. / ft.)O O Lift Weight (tons) 5 (ft.) H (ft.) TT (in.) TB (in.) TS (in.) A51 AS2 A53 AS4 ASS AS7 AS8 4 2 7.5 6 5 < 2 - 0.18 0.27 0.15 0.12 0.18 0.18 0.14 4.5 4 2 5 5 5 2 < 3 38 0.18 0.19 0.17 0.12 - - - 3.6 4 2 5 5 5 3 - 5 38 0.13 0.13 0.13 0.12 - - - 3.6 4 2 5 5 5 10 38 0.12 0.12 0.12 0.12 - - - 3.6 4 2 5 5 5 15 38 0.14 0.16 0.16 0.12 - - - 3.6 4 2 5 5 5 20 38 0.18 0.20 0.21 0.12 - - - 3.6 4 2 5 5 5 25 38 0.23 0.25 0.25 0.12 - - - 3.6 4 2 5 5 5 30 38 0.28 0.30 0.30 0.72 - - - 3.6 4 3 7.5 6 5 <2 - 0.18 0.31 0.18 0.12 0.18 0.18 0.14 5.0 4 3 5 5 5 2 < 3 38 0.15 0.23 0.20 0.12 - - - 4.1 4 3 5 5 5 3 - 5 38 0.12 0.16 0.16 0.12 - - - 4.1 4 3 5 5 5 10 38 0.12 0.14 0.14 0.12 - - - 4.1 4 3 5 5 5 15 38 0.12 0.18 0.18 0.12 - - - 4.1 4 3 5 5 5 20 38 0.14 0.23 0.24 0.12 - - - 4.1 4 3 5 5 5 25 38 0.17 0.29 0.29 0.12 - - - 4.1 4 3 5 5 5 30 38 0.21 0.35 0.35 0.12 - - - 4.1 4 4 7.5 6 5 < 2 - 0.18 0.33 0.20 0.12 0.18 0.18 0.14 5.5 4 4 5 5 5 2 < 3 38 0.12 0.26 0.23 0.12 - - - 4.6 4 4 5 5 5 3 - 5 38 0.12 0.18 0.18 0.12 - - - 4.6 4 4 5 5 5 10 38 0.12 0.15 0.15 0.12 - - - 4.6 4 4 5 5 5 15 38 0.12 0,19 0.20 0.12 - - - 4.6 4 4 5 5 5 20 38 0.12 0.25 0.25 0.12 - - - 4.6 4 4 5 5 5 25 38 0.14 0.31 0.31 0.12 - - - 4.6 4 4 5 5 5 30 38 0.17 0.37 0.37 0.12 - - - 4.6 For box length = 8'-0" OAS] thru AS4, AS7 and AS8 are minimum required areas of reinforcement per linear foot of box length. ASS is minimum required area of reinforcement per linear foot of box width. W W C) LL TS S TS TS S TS 4d Min A radius (Typ) A AS] 2" Max radius (Typ) AS2 (top) A53 (bottom) = AS4 (side) 1„ O Minimum length is equal to (Typ) spacing of longitudinal TS reinforcing plus 2" (Typ) A � A ti Co Longitudinal / reinforcing CORNER OPTION "A" ul 1 %z' Max for TS s 5" 4" Min for TS >_ 6" 1" (TYP) CORNER OPTION "B" FILL HEIGHT 2 FT AND GREATER U %z' Min (Typ) 6" Min 2" Max (Typ) Longitudinal reinforcement AS2 (top) �T O Outer cage A53 (bottom) circumferential reinforcement A52 (top) A53 (bottom) at groove end. SECTION A -A (Showing top and bottom slab joint reinforcement.) -AS7 CORNER OPTION "A" CORNER OPTION "B" FILL HEIGHT LESS THAN 2 FT Length is equal to spacing of longitudinal reinforcing plus 2". (10" Min) (Typ) MATERIAL NOTES: Provide 0.03 sq. in./ft. minimum longitudinal reinforcement at each face in slabs and walls. This minimum requirement may be met by the transverse wires when wire mesh reinforcement is used. Provide Class H concrete (f'c = 5,000 psi). GENERAL NOTES: Designs shown conform to ASTM C1577. Refer to ASTM C1577 for information or details not shown. See Box Culverts Precast Miscellaneous Details (SCP-MD) standard sheet for details and notes not shown. In lieu of furnishing the designs shown on this sheet, the contractor may furnish an alternate design that is equal to or exceeds the box design for the design fill height in the table. Submit shop plans for alternate designs in accordance with Item "Precast Concrete Structural Members (Fabricationy'. HL93 LOADING ANA ® Brldge DNIslon ,Texas Department of Transportation Standard SINGLE BOX CULVERTS PRECAST 4'-0" SPAN SCP-4 F11E: scp04sts-20.dga ON: TOOT I CK: TxDOT I ON: TOOT cx TxDOT ©TOOT February 2020 comr SECT toe I HIGHWAY REVISIONS DIST COUNTY SHEET NO. 106 _ 6" Min See Detail "A" ]3 � and usual 14 backfillO MULTIPLE UNIT PLACEMENT Precast Cement culvert stabilized wall backfillO O a Cast -in -place concrete closure (Place 4 -- #4's b c as shown.) N End of "Concrete Box Culvert" SECTION B-B See Section Thru Curb O detail for curb details Finished grade (roadway slope) O Place additional layer of 6 — #4's spaced at 6" max End of concrete as shown j box culvert for U payment Bars C U — — — — — — — — — — — — — — — — 3" chamfer 6 Precast (See General concrete - Notes) 3-0" Min closureO box top J slab c � L SECTION THRU TOP SLABS LESS THAN 8" K 2 H(#4) 3" chamfer (See GENERAL NOTES) Precast concrete box Cast -in -place concrete closure (Place 4 — #4's Cement as shown.) II stabilized backfill y DETAIL "A" 13 Wingwall Finished grade (roadway slope) 12 SECTION THRU CURB QUANTITIES PER FOOT OF CURB ]0 Reinforcing Steel 4.12 Lb Concrete 0.037 CY MIN End of concrete box culvert for payment O O 3-0" Min r O P -O" Min extension concrete closure II Precast concrete box WINGWALL CONNECTION (Also applies to safety end treatment.) BARS C (#4) (Spa = P-O" Max) 10" Extend exposed reinforcing inside and outside a min of 4" into gap 3-0" Min O O 2'-0" Min (Typ) / 6 $ � O ]'-0" Min extension (Typ) Box �" \� Box / -----+ .....� \ -----i Joint 2.0" Mir �',�„ min + ...... ANGLE DETAIL End of ....... Concrete closure concrete — — — — —------.t box culvert 8" wide band 7 Outside face for payment ..... Cement stabilized reinforcing (Typ) Box :----I backfill between multi -boxes O H End of cast -in - place concrete K -----i closure .......+ Joint Inside face Inside face i reinforcing SECTION A -A PLAN OF SKEWED ENDS (Showing multi -box placement.) 9" 5" 2 ��3„ BARS K (#4) (Spa = P-O" Max) (Length = 4'-2") O0" Min to 5-0" Max. Estimated curb heights are shown elsewhere in the plans. For structures with pedestrian rail, bicycle rail, or curbs taller than 1'-0, refer to the Extended Curb Details (ECD) standard sheet. For structures with T631 or T631LS bridge rail, refer to the Mounting Details for T631 & T631LS Rails (T631-CM) standard sheet. Refer to the Box Culvert Rail Mounting Details (RAC) standard sheet for structures with bridge rail other than T631 or T631LS. OFor curbs less than 1'-0" high, tilt Bars K or reduce bar height as necessary to maintain cover. For curbs less than 3" high, Bars K may be omitted. OExtend curb, wingwall, or safety end treatment reinforcing into concrete closure. Bend or trim, as necessary, any reinforcing that does not fit into closure area. OProvide a 3-0" Min cast -in -place concrete closure. Break back boxes in the field or cast boxes short. Provide bands of reinforcing in the closure that are the same size and spacing as in the precast box section. Provide #4 longitudinal reinforcement spaced at 12 inches Max within the closure. Except where shown otherwise, construct the cast -in -place closure flush with the inside and outside faces of the precast box section. OFor multiple unit placements, adjust the length of the closure for the interior walls as necessary. Provide a 3-0" Min cast -in -place closure in the top slab, bottom slab, and exterior wall. See Section B-B detail when interior walls are cast full length. OExtend precast box reinforcing a minimum of P-O" into concrete closure (Typ). OPlace bands of reinforcing matching the inside and outside face reinforcing in the gaps of the top and bottom slabs. Place a band matching the outside face reinforcing of the wall in the gaps of the walls (placed in the outside face only). Tack weld the bands to the exposed reinforcing at each point of contact. OFor vehicle safety, the following requirements must be met: • For structures without bridge rail, construct curbs no more than 3" above finished grade. • For structures with bridge rail, construct curbs flush with finished grade. Reduce curb heights, if necessary, to meet the above requirements. No changes will be made in quantities and no additional compensation will be allowed for this work. OCement stabilized backfill between boxes is considered part of the box culvert for payment. ]0 All curb concrete and reinforcing is considered part of the box culvert for payment. ]] Any additional concrete and reinforcing required for the closures will be considered subsidiary to the box culvert for payment. ]2 1'-0" typical. 2'-3" when the Box Culvert Rail Mounting Details (RAC) standard sheet is referred to elsewhere in the plans. ]3 For multiple unit placement with overlay, with I to 2 course surface treatment, or with the top slab as the final riding surface, provide wall closure as shown in Detail "A". ]4 This dimension may be increased with approval of the Engineer to allow the precast boxes to be tunneled or jacked in accordance with Item 476, "Jacking, Boring, or Tunneling Pipe or Box". No payment will be made for any additional material in the gap between adjacent boxes. MATERIAL NOTES: Provide Grade 60 reinforcing steel. Provide ASTM A1064 welded wire reinforcement. Provide Class C concrete (f'c = 3,600 psi) for the closures. Provide cement stabilized backfill meeting the requirements of Item 400, "Excavation and Backfill for Structures." Any additional concrete required for the closures will be considered subsidiary to the box culvert. GENERAL NOTES: Designed according to AASHTO LRFD Bridge Design Specifications. Refer to the Single Box Culverts Precast (SCP) standard sheets for details and notes not shown. Chamfer the bottom edge of the top slab closure 3 inches at culvert closure ends. Cover dimensions are clear dimensions, unless noted otherwise. Reinforcing bars dimensions are out -to -out of bars. HL93 LOADING Working point (at intersection of nominal I.D.) Trimmed edge 0 of pipe Miter NOTE: All pipe runners, calculations, and dimensions are based on the pipe culverts mitered as shown in this detail. Alternate styles of mitered ends will require that appropriate adjustments be made to the values presented on this standard. SIDE ELEVATION OF TYPICAL PIPE CULVERT MITER (Showing corrugated metal pipe (CMP) culvert. Details of reinforced concrete pipe (RCP) culvert are similar.) Limits of riprap (to be included with SET for payment) 0 Limits of riprap (to be 7" x miter 12" included with SET rJCL Cross pipe for payment) 4 anchor bolt A Top of riprap Working - - ^ A point Trimmed edge of pipe culvert N 8„ 4„ 12" U U / MiterO �l Flov Cross pipe - w ui C) LL SIDE ELEVATION OF CAST -IN -PLACE CONCRETE (Showing reinforced concrete pipe (RCP) culvert. Details of corrugated metal pipe (CMP) culvert are similar. Pipe runners not shown for clarity) 0{erca4f\c 0 /Flowline ISOMETRIC VIEW OF TYPICAL INSTALLATION (Showing installation with no skew.) Pipe runner Bottom anchor pipe CROSS PIPE LENGTHS AND PIPE RUNNER LENGTHS r r Pipe Runner Length Nominal Culvert I.D. Pipe Culvert Spa - G Cross Pipe Length 3:1 Side Slope 4:1 Side Slope 6:1 Side Slope 0° Skew 15' Skew 30' Skew 45' Skew 0° Skew 15' Skew 30' Skew 45' Skew 0° Skew 15' Skew 30' Skew 45' Skew 24" P - 7" 3' - 5" N/A N/A N/A 5' - 10" N/A N/A N/A 8' - I" N/A N/A N/A 12' - 9" 27" 1' - 8" 3' - 8" N/A N/A 5' - 5" 6' - 11" N/A N/A 7' - 7" 9' - 7" N/A N/A Ill- ] 1" 14' - ] 1" 30" P - 10" 3'- 11" N/A N/A 6' - 4" 8' - 0" N/A N/A 8' - 9" 11' - 0" N/A N/A 13' - 8" 17' - 0" 33" P-11" 4'-2" 6'-2" 6- 5" T-3" 9'-1" 8'-6" 8'-10" 10,-0" 12,-5" 13-3" 13-9" 15'-5" 19'-2" 36" 2'-1" 4'-5" 6'-11" 7'-3" 8'-2" 19-2" 9-6" 9'-11" 11'-2" 13-10" ]4'-9" 15-3" 12"-2" 21'-3" 42" 2'-4" 4'-]1" 8'-6" 8'-10" 9'-11" 12'-4" 1F-7" 12'-0" 13-6" 16'-8" 17-9" 18'-5" 20'-8" 25'-7" 48" 2'-7" 5'-5" 10'-1" 10'-5" 11'-91, N/A 13'-7" 14'-2" 15'-10" N/A 20'-9" 21'-6" 24'-2" N/A 54" 3' - 0" 5'- 11" 11' - 8" 12'- 1" N/A N/A 15- 8" 16 - 3" N/A N/A 23- 10" 24'- 8" N/A N/A 60" 3' - 3" 1 6' - 5" ] 3- 3" 1 N/A N/A N/A I T - 9" N/A N/A N/A 26' - 10" N/A N/A N/A CONDITIONS WHERE PIPE RUNNERS STANDARD PIPE SIZES AND TYPICAL PIPE CULVERT MITERS ARE NOT REQUIRED r MAX PIPE RUNNER LENGTHS 3 Side 0° 15' 30' 45° Nominal Single Multiple Pipe Pipe Pipe Max Pipe Slope Skew Skew Skew Skew Culvert I.D. Pipe Culvert Pipe Culverts Size O.D. I.D. Runner Length 3:1 3:1 3.106:1 3.464:1 4.243:1 12" thru 21" Skews thru 45' Skews thru 45' 2" STD 2.375" 2.067" N/A 4:1 4:1 4.141:1 4.6191 5.657:1 24" Skews thru 45' Skews thru 30' 3" STD 3.500" 3.068" 10' - 0" 6:1 6:1 6.212:1 6.928:1 8.485:1 27" Skews thru 30' Skews thru 15' 4" STD 4.500" 4.026" 19' - 8" 30" Skews thru 15° Skews thru 15' 5" STD 5.563" 5.047" 34' - 2" 33" Skews thru 15' Always required 36" Normal (no skew) Always required 42" thru 60" Always required Always required ESTIMATED CONCRETE RIPRAP QUANTITIES (CY) 0 In v line Nominal 3:1 Side Slope 4:1 Side Slope 6:1 Side Slope Culvert I.D. 0° Skew 15' Skew 30' Skew 45' Skew 0° Skew 15' Skew 30' Skew 45' Skew 0° Skew 15' Skew 30' Skew 45' Skew 12" 0.4 0.4 0.5 0.5 0.5 0.5 0.5 0.6 0.7 0.7 0.7 0.8 15" 0.5 0.5 0.5 0.6 0.6 0.6 0.6 0.7 0.7 0.7 0.8 0.9 18" 0.5 0.5 0.6 0.6 0.6 0.7 0.7 0.8 0.8 0.8 0.9 1.0 21" 0.6 0.6 0.6 0.7 0.7 0.7 0.8 0.9 0.9 0.9 1.0 1.2 Varies _ See 24" 1 0.6 0.7 0.7 0.8 0.8 0.8 0.8 11.0 1.0 1.0 11.1 1.3 Bottom Anchor 27" 0.7 0.7 0.8 0.9 0.8 0.9 0.9 1.1 1.1 1.1 7.2 1.4 Toewall Details 30" 0.8 0.8 0.8 0.9 0.9 0.9 1.0 1.2 1.2 1.2 1.3 1.6 33" 0.8 0.8 0.9 1.0 1.0 1.0 1.1 1.3 1.3 1.4 1.5 1.7 36" 0.9 0.9 0.9 1.1 1.1 1.1 1.2 1.4 1.4 1.5 1.6 1.8 42" 1.0 1.0 1.1 1.3 1.2 1.3 1.3 1.6 1.6 1.7 1.8 2.1 48" 1.1 1.1 1.2 N/A 1.4 1.4 1.5 N/A 1.9 1.9 2.1 N/A 54" 1.3 1.3 N/A N/A 1.6 1.6 N/A N/A 2.1 2.1 N/A N/A 60" 1.4 N/A N/A N/A 1.7 N/A N/A N/A 2.3 N/A N/A N/A Provide pipe runner of the size shown in the tables. Provide cross pipe of the same size as the pipe runner. Provide cross pipe stub out and bottom anchor pipe of the next smaller size pipe as shown in the Standard Pipe Sizes and Max Pipe Runner Lengths table. This standard allows for the placement of only one pipe runner across each culvert pipe opening. in order to limit the clear opening to be traversed by an errant vehicle, the following conditions must be met: SHEET I OF 2 For 60" culvert pipes, the skew must not exceed 0°. Brldge For 54" culvert pipes, the skew must not exceed 15°. For 48" culvert pipes, the skew must not exceed 30°. ,Te esDepart/nentofTransportation DIvislon Standard For all culvert pipe sizes 42" and less, the skew must SAFETY END TREATMENT not exceed 45°. If the above conditions cannot be met, the designer should consider FOR 12" DIA TO 60" DIA using a safety end treatment with flared wings. For further PIPE CULVERTS information, refer to the TxDOT Roadway Design Manual. O TYPE II - CROSS DRAINAGE Miter =slope of mitered end of pipe culvert. ® Riprap placed beyond the limits shown will be paid for as concrete riprap in accordance with Item 432, "Riprap". SET P-CD OQuantities shown are for one end of one reinforced concrete pipe (RCP) FILE: setpcdse-2o.dgn ON: GAF x CAT ow: JRP x GAF culvert. For multiple pipe culverts or for corrugated metal pipe (CMP) ©TxooT February 2020 1 CO11 SECTI 10s I HIGHWAY culverts, quantities will need to be adjusted. Riprap quantities aEvrslous are for Contractor's information only. DIST COUNTY SHEET NO. 108 c c N '5/16" Dia N through hole — 12" c i 4 ,/z v v I _ Dia ° through hole U 4 Stub out p fL Cross pipe Pipe runner length (See table.) + 3" + %z cross pipe Dia y„ 75116" Dia through hole Pipe runner I /z' Dia hole 9 � Cross pipe OPTION Al OPTION A2 CROSS PIPE AND CONNECTIONS DETAILS ------ ------ ------- 11F Dia hole 9 " Dia through hole (at upper end 4 '12" of pipe) 9" Pipe runner length (See table.) NOTE: The separate pipe runner shown is required when Cross Pipe Connection Option Al is used. PIPE RUNNER DETAILS 2'-0" 90° N I I OPTION B1 OPTION B2 BOTTOM ANCHOR PIPE DETAILS 10 ® Riprap placed beyond the limits shown will be paid for as concrete riprap in accordance with Item 432, "Riprap". © Recommended values of side slope are 3:1, 4:1, and 6:1. All quantities, calculations, and dimensions shown herein are based on these recommended values. Slope of 3:1 or flatter is required for vehicle safety. ONote that actual slope of pipe runner may vary slightly from side slope of riprap and trimmed culvert pipe edge. ® Ensure that riprap concrete does not flow into the cross pipe so as to permit disassembly of the bolted connection to allow cleanout access. 0 After installation, inspect the /z' hole to ensure that the lap of the pipe runner with the bottom anchor pipe is adequate. 1 o At fabricator's option, a heat bend to a smooth 5" radius or a manufactured elbow (of the same material as the runner) may be substituted for the mitered and welded joint in the bottom anchor pipe. dp Pipe runner Bottom anchor pipe 7ki I I, Bottom anchor 4 4" Dia x 12" cross pipe anchor bolt with hex nut and washer Miter A z„ jOipP 1 Working ]2" / 4 2, runner \ \ point / iengf M z" Dia bolt with tdbieJ / nut and 2 washers Cross pipe Stub out /2' Dia hole(�) Pipe runner Bottom anchor pipe Anchor toewall SIDE ELEVATION OF SAFETY END TREATMENT INSTALLATION (Showing pipe runner with Cross Pipe Connection Option A] and Anchor Pipe Option B2 on corrugated metal pipe (CMP) culvert. Reinforced concrete pipe culvert (RCP) details are similar. Riprap not shown for clarity) Roadway Limits of I riprap C4j` I S cell, I / I / I I I / I I I SET skew Side slope fL SET—)(TYP) I ,Z ,c 9" M n 4" Min /„ x 12" bolt with hex id'o Pie 2" Min nut and washer (Typ) ]� CL P Cross pipe (flush Pipe with top of riprap) Bottom anchor pipe Bottom anchor toewall toewall 6" 6" 3" Min ]2" clear 14" OPTION B1 OPTION B2 BOTTOM ANCHOR TOEWALL DETAILS (Culvert and riprap not shown for clarity.) Anchor toewall MATERIAL NOTES: Synthetic fibers listed on the "Fibers for Concrete" Material Producer List (MPL) may be used in lieu of steel reinforcing in riprap concrete unless noted otherwise. Provide pipe runners, cross pipes, and anchor pipes conforming to the requirements of ASTM A53 (Type E or 5, Gr B), ASTM A500 Gr B, or API 5LX52. Provide ASTM A307 bolts and nuts. Galvanize all steel components, except concrete reinforcing, after fabrication. Repair galvanizing damaged during transport or construction in accordance with the specifications. GENERAL NOTES: Pipe runners are designed for a traversing load of 1,800 pounds at yield as recommended by Research Report 280-1,"Safety Treatment of Roadside Cross -Drainage Structures", Texas Transportation Institute, March 1981. Safety end treatments (SET) shown herein are intended for use in those installations where out of control vehicles are likely to traverse the openings approximately perpendicular to the pipe runners. Payment for riprap and toewall is included in the price bid for each safety end treatment. Construct concrete riprap and all necessary inverts in accordance with the requirements of Item 432, "Riprap". � Pipe PLAN OF SKEWED INSTALLATION Pipe culvert Anchor (CMP or RCP) toewall Pipe runner or stub out culvert I.D. Pipe culvert (nominal) Spa - G SHOWING CROSS PIPE AND ANCHOR TOEWALL SECTION A -A Limits of riprap (to be included with SET for payment) O Tangent to ]' 6" widest portion of pipe culvert (TYp) M Riprap — Pipe culvert (CMP or RCP) SHOWING TYPICAL PIPE CULVERT AND RIPRAP SHEET 2 OF 2 I 2 w L LLd (n I I I I = I I I LL1 I I I D 00 J ° I IQI I I I I a 50 iuu I I I I I \ I CD I W — —ROROW — — — — - — — I W — — — — —RO�.1 \ O ROW p P P �up '� ------------------------------------ - -I -00 LEGEND • ILLUMINATION POLE Q © JUNCTION BOX INDIANA AVENUE N ...... 160+00 165+00 ELECTRICAL SERVICE - . - . - -...... - . - . - ....... - . - . - ....... - . - . - ....... - . - . - ....... - . ...... ...... • - • - • - • - • - -` - - . - . - . - . - .i............ . - . - . - . - . CONDUIT WITH LP-1 LP 2 W Z CONDUCTORS Q O O O CONDUIT RUN NUMBER a - ROW--------------------------------- — — — - - - - - - - - - - -. — — — — — — — — — — 'ROW — — — — — U GENERAL NOTES: ROW ~ \ Q 1. CONTRACTOR SHALL ELECTRICAL SERVICE u1 COORDINATE WITH UTILITY ANEW COMPANY FOR THE DELIVERY I 480V,SINGLE PHASE, EATCE 10KVA TRANSFORMER AND SERVICE POINT CHAL SERVICE DROP LOCATIONAS INDICATED ON C i W BY UTILITY PROVIDER W 2. CONTRACTOR SHALL FIELD I VERIFY AND FAMILIARIZE HIM(HER)SELF WITH THE EXISTING OVERHEAD AND UNDERGROUND UTILITIES PRIOR TO PERFORMING ANY WORK. F--- COORDINATE ADDITIONAL (D J DEMOLITION AND INSTALLATION 1:3- WORK WITH UTILITY COMPANIES AND CIVIL DRAWINGS AS REQUIRED. 3. THE CONTRACTOR SHALL COORDINATE WITH CIVIL AND LANDSCAPING DRAWINGS THE EXACT LOCATION OF POLES. I I ROUTING OF CONDUITS,AND INSTALLATION OF JUNCTION I W I _ BOXES. RESTORE ANY W LANDSCAPED AREA DISTURBED lY DURING INSTALLATION (I.E. I F— I PAVNG, IRRIGATION, GRASS. TREES, ETC). 4. ALL CONDUCTOR PULLING I I TENSIONS SHALL BE LESS (n THAN THE MAXIMUM ALLOWED B I I BY THE MANUFACTURER. 5. CONTRACTOR HAS THE OPTION OF INSTALLING THE CONDUIT BY BORING AT LOCATIONS WHERE TRENCHING IS NOT p I I O FEASIBLE. ROW co UP 'UP °DP ROW -7p --- — — 6. CONTRACTOR SHALL PROVIDE 3- ------------------------------------- ------------------------------ FOR THE CONSTANT OPERATION OF TRAFFIC Q Q LIGHTS DURING AND AFTER c6 THE CONSTRUCTION WORK. N ` 175+0o COORDINATEION REQUIREMENTS WITH — ------ ENGINEER. INDIANA AVENUE Z LP-3 LP-4 LP-5 Z 7. ALL UTILITY WORK SHOWN IS Q3 4Q 0 © — FOR GRAPHICAL J J REPRESENTATION ONLY. FIELD _ G = ADJUSTMENTS. AS APPROVED U _ ROW — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — L) BY THE ENGINEER, MAY BE H F— NECESSARY TO CONSTRUCT WITHIN ROW AND AVOID OTHER IMPROVEMENTS. 8. CONDUIT QUANTITIES SHOWN ARE BASED ON PLAN DISTANCES. ANY FITTINGS, A ELBOWS, OR ADDITIONAL REQUIREDQUANTITY INSTALLATION METHODS SHALL POLICE STATION BE CONSIDERED INCIDENTAL TO THE CONDUIT INSTALLATION. Parkhill CiTy o£ Lubbock T FMd$ CLIENT City of Lubbock 1625 13th Street Lubbock, TX 79401 PROJECT NO. 2696,20 Y DATE DESCRIPTION INDIANA AVENUE ILLUMINATION SHEET 1 OF 3 1 2 3 4 5 110 N7 ■ 01 CD 0 t rn ti Q Ln LJ Z J U Q An ------- --- ---- BUILDING Z I I Q I � LLB j CD I I Q j i I I > 71 _ + O 0) - Q �o H N LJ Z J 2 U H Q on O 0 + o LEGEND 0) 111• ILLUMINATION POLE Q © JUNCTION BOX N sO ELECTRICAL SERVICE LJ CONDUIT WITH Z CONDUCTORS J Q CONDUIT RUN NUMBER GENERAL NOTES: Q 1. CONTRACTOR SHALL COORDINATE WITH UTILITY COMPANY FOR THE DELIVERY OF A 480V, 1*, ELECTRICAL SERVICE POINT AT EACH LOCATION AS INDICATED ON DRAWINGS. 2. CONTRACTOR SHALL FIELD VERIFY AND FAMILIARIZE HIM(HER)SELF WITH THE EXISTING OVERHEAD AND UNDERGROUND UTILITIES PRIOR TO PERFORMING ANY WORK. COORDINATE ADDITIONAL DEMOLITION AND INSTALLATION WORK WITH UTILITY COMPANIES AND CIVIL DRAWINGS AS REQUIRED. 3. THE CONTRACTOR SHALL COORDINATE WITH CIVIL AND LANDSCAPING DRAWINGS THE EXACT LOCATION OF POLES, ROUTING OF CONDUITS,AND INSTALLATION OF JUNCTION BOXES. RESTORE ANY LANDSCAPED AREA DISTURBED DURING INSTALLATION (I.E. PAVNG, IRRIGATION, GRASS. TREES, ETC). 4. ALL CONDUCTOR PULLING TENSIONS SHALL BE LESS THAN THE MAXIMUM ALLOWED BY THE MANUFACTURER. 5. CONTRACTOR HAS THE OPTION OF INSTALLING THE CONDUIT BY BORING AT LOCATIONS WHERE TRENCHING IS NOT O FEASIBLE. O 6. CONTRACTOR SHALL PROVIDE N FOR THE CONSTANT OPERATION OF TRAFFIC LIGHTS DURING AND AFTER Q THE CONSTRUCTION WORK. F- COORDINATE ADDITIONAL V) REQUIREMENTS WITH CIVIL ENGINEER. LJ Z 7. ALL UTILITY WORK SHOWN IS FOR GRAPHICAL J REPRESENTATION ONLY. FIELD = ADJUSTMENTS, AS APPROVED U BY THE ENGINEER, MAY BE 11-- NECESSARY TO CONSTRUCT Q WITHIN ROW AND AVOID OTHER IMPROVEMENTS. 8. CONDUIT QUANTITIES SHOWN ARE BASED ON PLAN DISTANCES. ANY FITTINGS, ELBOWS, OR ADDITIONAL QUANTITY REQUIRED DUE TO INSTALLATION METHODS SHALL BE CONSIDERED INCIDENTAL TO THE CONDUIT INSTALLATION. Parkhill 02/02/21 CiTy o£ Lubbock T FMd$ CLIENT City of Lubbock 1625 13th Street Lubbock, TX 79401 PROJECT NO. 2696,20 Y DATE DESCRIPTION INDIANA AVENUE ILLUMINATION SHEET 2 OF 3 ■ 111 I 1 Kj 4 101 Parkhill N DOMINO'S PIZZA O 0 + ROW O N Q H V) .L_ . _ . _ ................ 205+00 . _ .L_ . _ . _ . _ . _ . _ . . _ . _ . _ . _ . _ .L_ . W Z 13 LP-13 14 J 2 F- B O C1 N (\j Q I— V) LEI Z J 2 U H Q A ECHELON APARTMENTS LP-14 W W ry H 2 H CD I • • ;ter Q H 210+00 (n INDIANA AVENUE w O15 LP-15 t6 LP 16 z o MO --- 17 = t ROSA'S CAFE ~ — ---�--.—. .�.�—.—.—.—.�.—.—.—.—. ...... —------------22Tf+60-- -----�-..—.—:—.-.-.� INDIANA AVENUE H W W H N 2 I — CD r`0 LEGEND 111• ILLUMINATION POLE © JUNCTION BOX SO ELECTRICAL SERVICE CONDUIT WITH CONDUCTORS Q CONDUIT RUN NUMBER GENERAL NOTES: 1. CONTRACTOR SHALL COORDINATE WITH UTILITY COMPANY FOR THE DELIVERY OF A 480V, 1*, ELECTRICAL SERVICE POINT AT EACH LOCATION AS INDICATED ON DRAWINGS. 2. CONTRACTOR SHALL FIELD VERIFY AND FAMILIARIZE HIM(HER)SELF WITH THE EXISTING OVERHEAD AND UNDERGROUND UTILITIES PRIOR TO PERFORMING ANY WORK. COORDINATE ADDITIONAL DEMOLITION AND INSTALLATION WORK WITH UTILITY COMPANIES AND CIVIL DRAWINGS AS REQUIRED. 3. THE CONTRACTOR SHALL COORDINATE WITH CIVIL AND LANDSCAPING DRAWINGS THE EXACT LOCATION OF POLES, ROUTING OF CONDUITS,AND INSTALLATION OF JUNCTION BOXES. RESTORE ANY LANDSCAPED AREA DISTURBED DURING INSTALLATION (I.E. PAVING, IRRIGATION, GRASS, TREES, ETC). 4. ALL CONDUCTOR PULLING TENSIONS SHALL BE LESS THAN THE MAXIMUM ALLOWED BY THE MANUFACTURER. 5. CONTRACTOR HAS THE OPTION OF INSTALLING THE CONDUIT BY BORING AT LOCATIONS WHERE TRENCHING IS NOT FEASIBLE. 6. CONTRACTOR SHALL PROVIDE FOR THE CONSTANT OPERATION OF TRAFFIC LIGHTS DURING AND AFTER THE CONSTRUCTION WORK. COORDINATE ADDITIONAL REQUIREMENTS WITH CIVIL ENGINEER. 7. ALL UTILITY WORK SHOWN IS FOR GRAPHICAL REPRESENTATION ONLY. FIELD ADJUSTMENTS, AS APPROVED BY THE ENGINEER, MAY BE NECESSARY TO CONSTRUCT WITHIN ROW AND AVOID OTHER IMPROVEMENTS. 8. CONDUIT QUANTITIES SHOWN ARE BASED ON PLAN DISTANCES. ANY FITTINGS, ELBOWS, OR ADDITIONAL QUANTITY REQUIRED DUE TO INSTALLATION METHODS SHALL BE CONSIDERED INCIDENTAL TO THE CONDUIT INSTALLATION. CiTy o£ Lubbock T FMd$ CLIENT City of Lubbock 1625 13th Street Lubbock, TX 79401 PROJECT NO. 2696,20 Y DATE DESCRIPTION INDIANA AVENUE ILLUMINATION SHEET 3 OF 3 1 1 2 3 I 4 5 112 I 1 I 1 D LP-1 LP-2 I I LP-3 LP-4 LP-5 I I I LP-6 LP-7 LP-8 I I LP-9 LP-10 LP-11 LP-12 LP-13 I I I I I LP-14 I LP-15 I LP-16 LP-17 1 I o® ELECTRICAL SERVICE at 480 V,PHASE 1 VOLTAGE DROP SUMMARY -INDIANA AVENUE CIRCUIT 1 NUMBER OF POLES 17 LINE VOLTAGE 480 MAXIMUM ALLOWABLE VOLTAGE DROP 5Y 24.00 V WIRE SIZE 6 RESISTANCE (OHMS/FOOT) 0.00082 CIRCUIT CONDUIT LIGHT POLE DISTANCE AMPERAGE VOLTAGE PERCENT ID ID ON CABLE DROP DROP (7) 1 1 LP-1 40 8.70 0.29 0.06Y 1 2 LP-2 300 8.19 2.01 0.42X 1 3 LP-3 330 7.68 2.08 0.43X C 1 4 LP-4 330 7.17 1.94 0.40X 1 5 LP-5 330 6.66 1.80 0.38X 1 6 LP-6 330 6.15 1.66 0.357 Red insulation or 1 7 LP-7 385 5.63 1.78 0.37X color code 6" length 1 8 LP-8 385 5.12 1.62 0.34X of Line 1 or Line 2 1 9 LP-9 330 4.61 1.25 0.26X conductors' insulation 1 10 LP-10 330 4.10 1.11 0.23X with red tope where 1 11 LP-11 330 3.59 0.97 0.207 conductor exits the 1 12 LP-12 330 3.08 0.83 0.17Y weatherhead. 1 13 LP-13 330 2.57 0.69 0.14X White insulation or 1 14 LP-14 330 2.06 0.56 0.127 color code 6" length 1 15 LP-15 330 1.55 0.42 0.09X of neutral conductors' 1 16 LP-16 330 1,04 0.28 0.06Y V1 V2 insulation with white 1 17 LP-17 330 0.52 0.14 0.037 tape where conductor TOTAL 19.43 V 4.05'. U exits the weotherheod. ® Two Photocell viewing L-- windows not shown but - - -J required when photocell is listed as enclosure mounted. Windows not ,n required when photocell �J is listed as pole top mounted. 1 � B- - - - - - - SCHEMATIC LEGEND O 1 Safety Switch (when required) O 8 O - _ 2 Meter (when required -verify with electric provider) O9 �- 1� 7utility 3 Service Assembly Enclosure _ _ _ _ _ 4 Main Disconnect Breaker (See Electrical _ _ g Service Data) 11 10' '10 0 a 5 Circuit Breaker, 15 Amp (Control Circuit) 15 . 12 6 Auxiliary Enclosure 7 ControlStotion ("H-O-A" Switch) WIRING LEGEND 8 Photo Electric Control (enclosure - mounted shown) -- - Power Wiring 9 Lighting Contactor - - - - Control Wiring 10 Power Distribution Terminol Blocks 11 Neutral Bus Grounding Typical Branch -N - Neutral Conductor 12 Branch Circuit Breaker Electrode Circuits (See Electrical Service Data) -G - Equipment grounding conductor -always 13 Separate Circuit Breaker Panelboord A required 14 Load Center SCHEMATIC TYPE A 15 Ground Bus THREE WIRE Parkhill & COppe u inrucAN : o 02/02/21 CLIENT City of Lubbock 1625 13th Street Lubbock, TX 79401 PROJECT NO. 2696,20 Y DATE DESCRIPTION INDIANA AVENUE ELECTRICAL SERVICE SCHEDULE AND CIRCUIT DIAGRAM SHEET 1 OF 1 113 8' ARM E01-SL35 LED P4" ROADWAY FIXTURE MODEL a ESU-E A02 1 O OR APPROVED EQUAL 0■ 39-FOOT ROUND TAPERED STEEL POLE AMERICAN LITEPOLE 19-BCSt RTS-39-90-7-AB-G-DI9-BCS OR APPROVED EQUAL MOUNT AT 41' C MINIMUM ABOVE ROADWAY 7■ GALVANIZED LEVELING FILL UNDER BASE PLATE NUTS UNDER BASE WITH 1" GROUT AFTER LEVELING 17 1" CHAMFER ROADWAY o PVC CONDUIT FOUNDATION DESIGN SHOWN FOR REFERENCE ONLY.CONTRACTOR SHALL PROVIDE FOUNDATION DESIGN GALVANIZED SEALED BY TEXAS STRUCTURAL RIGID 90'. ENGINEER FOR REVIEW. 8-#7 VERTICAL REIN. BARS #6 GROUND WIRE IN WITH a3 TIES 012"O.C. 3/4" CONDUIT 2" PVC CONDUIT 3" MIN.COVER ON ALL AS REQUIRED STEEL REINFORCEMENT. A 3000 PSICONC. FOOTING MUST BEAR MIN. ON UNDISTURBED SOIL. 30" CIA 3/4" x 10'-0" CONCRETE COPPER CLAD FOUNDATION GROUND ROD ELECTRICAL LIGHTING POLE NTS 1 2 ■ fr ■ I 5 R" MIKI ,.nnTW PARKING LOT ASPHALT REFER TO CIVIL SHEETS COMPACT ROCK FREE COMPACT TO 95X OF MAX. DENSITY AS PER z ASTM D1557 N RED DETECTABLE 2„ io WARNING TAPE ADD 4" TO DEPTH AND FILL W/SAND IF SOIL IS NOT 2" PVC CONDUIT ROCK FREE UNDERGROUND CONDUIT DETAIL NTS aq FAN F 2' UNLESS OTHERWISE rNOTED CABLE TO GROUND ROD EXOTHERMIC ING GROUND CONNECTION CAD WELD YPE OR EQUAL GROUND ROD COPPER BOND Ll STEEL STANDARD 3/4" X 10' L2 HORIZONTAL CABLE TO GROUND ROD NTS LUMINARIES SERVED AT 480V ON 480/240 VOLT SERVICE NOTES: Q1 POLE BONDING CONNECTOR BLACKBURN TTC3 OR WEAVER TGC3 OR EQUAL. Q2 FUSED CONNECTOR -SHALL BE WATERTIGHT AND SHALL BE DESIGNED AS BREAKAWAY (BUCHANNAN 65U,BUSSMANN HEBW, LITTELFUSE LEB OR EQUAL). ALL FUSES SHALL BE TIME -DELAY TYPES. 10 AMP (LITTELFUSE FLQ, BUSSMAN FNQ OR EQUAL). 03 #6 AWG,BARE, BONDING JUMPER Q SPLIT BOLT OR OTHER CONNECTOR. 05 EXOTHERMIC WELDED CONNECTION AT GROUND ROD. TYPICAL ILLUMINATION ASSEBLY WIRING ACHEMATIC NTS ■ FlN• � .. - 2'UNLESS CABLE TO GROUND ROD EXOTHERMIC OTHERWISE NOTED WELDING GROUND CONNECTION CAD WELD GT. TYPE OR EQUAL GROUV Olt CoxqOucl GROUND ROD COPPER BOND STEEL STANDARD 3/4" X 10' HORIZONTAL CABLE TERMINAL TO GROUND ROD NTS CLASS A CONCRETE. APRON No.3 REINFORCING STEEL No. 3 a REINFORCING 22.25" } STEEL 10" (TYP.) t 10" (TYP.) z A o A z GROUND ;o ;n f BOX H < N 2" PVC WFV' GROUND BOX CONDUIT Q J N SECTION A -A PLAN VIEW NOTES: 1. FINAL POSITION OF END OF CONDUIT SHALL NOT EXCEED ONE-HALF THE DISTANCE TO THE SIDE OF BOX OPPOSITE THE CONDUIT ENTRY. 2. PLACE GRAVEL "UNDER" THE BOX,NOT "IN" THE BOX. GRAVEL SHOULD NOT ENCROACH ON THE INTERIOR VOLUME OF THE BOX. 3. INSTALL BUSHING ON THE UPPER END OF ALL ELLS. 4. WHERE A GROUND ROD IS PRESENT IN THE GROUND BOX, CONNECT IT TO ANY AND ALL EQUIPMENT GROUNDING CONDUCTORS USING A LISTED CONNECTOR. 5. MAINTAIN SUFFICIENT SPACE BETWEEN ALL CONDUITS SO AS TO ALLOW FOR PROPER INSTALLATION OF BUSHINGS. 6. ALL CONDUITS SHALL BE INSTALLED IN A NEAT AND WORKMANLIKE MANNER. 7. ALL CONDUITS INSTALLED IN THE GROUND BOX SHALL BE SEALED AFTER COMPLETION OF CONDUCTOR INSTALLATION AND ANY REQUIRED PULL TESTS.SILICONE SHALL NOT BE USED AS SEALANT. 8. GROUND BOX SHALL BE A QUAZITE MODEL UPG1118BA18 OR APPROVED EQUAL. 9. PULL BOX LID SHALL BE ENGRAVED "ELECTRICAL". UNDERGROUND CONDUIT DETAIL ■ NTS 5 Parkhill 02/02/21 Lubbock TFIPS CLIENT City of Lubbock 1625 13th Street Lubbock, TX 79401 PROJECT NO. 2696.20 Y DATE DESCRIPTION INDIANA AVENUE ILLUMINATION DETAILS SHEET 1 OF 1 114 4 Reel u C I I j I ----------------------- I j I I j 7 - ROW ------------------ - --- --------------------L — UP ---------gip ------- o M6 115.00 INDIANA AVENUE .-.-.-.-.-.-.-.-.-. ----ROW \ I i I I i I I i I I i I I# W6-1 Lj 36"X36" I J I iQi � i I CD ti U 1-A I I I OC) I I#I I Ld JI IQI W6-2 I I (DOUBLE) 36" X36" 2 I I 3 4 tt t IROW -- ---- UP-�--�-r l-�-HH OUP I Ulj° �. J. _ . _ . _ . _ . _ . J. _ . _ J— . _ . _ . J. O CD c LEGEND Q T TRAFFIC SIGN TRAFFIC BUTTONS V) ® TY III BARRICADE W — — ——--- —--- — - Z GENERAL NOTES ROW V 1. ALL STRIPING AND RAISED PAVEMENT MARKERS SHALL Q CONFORM TO PAVEMENT / MARKING STANDARD SHEETS. 2. CONTRACTOR SHALL i COORDINATE WITH CITY OF PLAINVIEW FOR \ STREET NAME SIGNS AND \ NUMBERS. , LLJ 3. SIGNS MAY BE ADJUSTED J IN THE FIELD BY THE Q ENGINEER TO SUIT CONDITIONS � I w I I rnl \ j o_ i N #� # STOP I 00 J ; J to 1 Q I Q o o KEYED NOTES: 36"X36" ! ! I 2 3 4 11 I Q O1 4 WHITE BROKEN Q ROW .' l 1 \ ROW 1 iROW — - — — — — — — — — — — — — — — ROW Lf)N — - — — — — — — — — — — — — — — — — — — WHITE SOLID UP UP EU — —------- - --- -- -- --- — — — — -- -- Q 4„ YELLOW BROKEN o ~ - F ® 4'' YELLOW SOLID —.—.—.—.—.—..—.—.—.—.—..—.—.—.—.—.-.-.-.-.-._.-._._._._._.`._._._._._.`._._._.—.-- N W -INDIANA AVENUE w Qs B WHITE SOLID — --- ------------------------------------------------- —--- ---------------- Z © 12" WHITE SOLID J J _ ° a = Q7 12" YELLOW SOLID ROW ° cP ROW — — — — — — — — ROW /ROW P F— ® 24" WHITE SOLID ARROW (SYMBOL) I I I t0 RRPM CL B (REFL) TY II-C-R W I LLJ I n RRPM CL B (REFL) � /; i # I � /; I # I TY II -A -A U) ( i ! ` ~ LLJI Jj 00 I iai j � j !a I Ln � ', I I � � Parkhill Lubbock TFIPS CLIENT City of Lubbock 1625 13th Street Lubbock, TX 79401 PROJECT NO. 2696.20 # DATE DESCRIPTION INDIANA AVENUE PAVEMENT MARKINGS AND SIGNS SHEET 1 OF 5 115 1 1 2 1 3 1 4 5 I 1 2 4 1 b Al of A F I w r 1A N i I = STOP L iLn O R1-1 I I M 36"X36" I + W) — — ROW f ROW M P — — — r TPD DU H w - - - - z J U ROW i i o w w I STOP � I I N I R1-1 I = i 36"X36" L I � I I � w I w � I N 1-B i 2 STOP 0 I Ln T_ i I I i I I 0 50 100 I I 36"X36" I I O 11 O ---- -��=ROW BROW -L(o LEGEND UP SUP s"O 0 TRAFFIC SIGN F— TRAFFIC BUTTONS -.—. .—.—.-.—.--.—.-.—.—.—.`—.—.-.—.--`.—.-.—.—.—.`—.—.-.—.—.`.—.-.—.—.—. N ® TY III BARRICADE INDIANA AVENUE - - w z j GENERAL NOTES _ — --------------------,-- 1. ALL STRIPING AND RAISED ROW /ROW PAVEMENT MARKERS SHALL Q CONFORM TO PAVEMENT / MARKING STANDARD SHEETS. I I 2. CONTRACTOR SHALL LJ COORDINATE WITH CITY Lv OF PLAINVIEW FOR STREET NAME SIGNS AND NUMBERS. U iJ ; 3. SIGNS MAY BE ADJUSTED J,I z I IN THE FIELD BY THE Q I N ENGINEER TO SUIT CONDITIONS I I I I I I I I I I I I 2_- I I I I STOP i 36Rx36" i i 36Rx36" KEYED NOTES: + ROW ROW — — — — — — ROW + q„ WHITE BROKEN — — — — — — — — o y — �_ 3 4 11 a aF gip-------------- ti �U,J- UP UP EM O q" WHITE SOLID Q "0 Q Q3 4" YELLOW BROKEN H - - N-.-.-.-.-.L_.-.-.-.-.-.I-.-.-.-.-.--L_.-.-.—.—.—.`.—.—.—.... ------ — -. w - INDIANA AVENUE— Z J w w (N 0 I I z STOP P i R1-1 U — ROW I ROW ------ — ----------ROW `.l ROW — — — — — ROW `� y Q f I I I I I I C w Uj I ~ I (n R1-1 i 36"X36" 2 ~ I CD m I1 I I� I# I� LLJ IJ J m 21 r__ W ® 4" YELLOW SOLID 8" WHITE SOLID w z © 12" WHITE SOLID D � J _ Q7 12" YELLOW SOLID ROW ® 24" WHITE SOLID Q9 ARROW (SYMBOL) t0 RRPM CL B (REFL) TY II-C-R n RRPM CL B (REFL) TY II -A -A Parkhill Lubbock TFIPS CLIENT City of Lubbock 1625 13th Street Lubbock, TX 79401 PROJECT NO. 2696.20 # DATE DESCRIPTION INDIANA AVENUE PAVEMENT MARKINGS AND SIGNS SHEET 2 OF 5 116 1 2 3 4 5 I , � I w i Ld w i ry � (n I I I 1-A I I N W J : STOP (D (0 O4 !DOUBLE) 00 I Q 1 D'P 0 50 100 R1 1 4 I 3 I 36"X36" 2 t Q O Q I 2 4 3 11 I 2 6 4 f OUBL E) 2 6 ROW 8 9 2 5 FH O + ROW _ ___-__-__-_ -_ -_ — — — — ROW; !ROW - - - t SUP UP L o °UP ° - - - - - - - - - - - - - - FH �, oo,^ LEGEND .�.^ T— Q Q T TRAFFIC SIGN H t TRAFFIC BUTTONS .—. .—.—.—. .— .—. —.—. —.—.—. —.—.—.—.—.—.— N ® TY III BARRICADE w - INDIANA AVENUE W z „ GENERAL NOTES _J _J U ------------------- ROW — — — — — � — :SOW — — — — — — — — — — 1. ALL STRIPING AND RAISED ~ Q — — — -------------- — — —' ROW 9 8 • 8 2 � 4 (DOUBLE! 3 H 11 Q PAVEMENT MARKERS SHALL 2-A 1 6 VJ 0 q � CONFORM TO PAVEMENT MARKING STANDARD SHEETS. 9 9 4-A RIGHT LANE (DOUBLE) 4 i SPEED 2. CONTRACTOR SHALL C MUST I 2 STOP LIMIT COORDINATE WITH CITY OF PLAINVIEW FOR Ld 5 O TURN RIGHT STREET NAME SIGNS AND H I R2 NUMBERS. R3-7R 36"x36" i (n R1-1 36"X36" 24"X30" = I 3. SIGNS MAY BE ADJUSTED i IN THE FIELD BY THE ENGINEER TO SUIT i , l CONDITIONS I I I I I LLJ Ld STOP i N i B I I R1-, 36"X36" I I a o KEYED NOTES: = - v t W t Ol 4 WHITE BROKEN 00 --_ UP — — — — — f °UP — — — — — — — — — — — — — �— — — — — °UP — — — —� — — ROW — — —. -PPo__-__-__- U /) V� O 4 WHITE SOLID �- oQ s— Q 03 4" YELLOW BROKEN �o F_ ® 4'' YELLOW SOLID N 175,00 N —•—•—•—�_-.�-.—.—.——.—.`.—•— — — — — Qs B" WHITE SOLID UJI_ Z - INDIANA AVENUE GMH O° MH w Z_ © 12" WHITE SOLID J J 12" YELLOW SOLID V----- —------------------------------------------------------------------------------------ ROW ' ----- t ® 24" WHITE SOLID Q 0 O Q4 (DOUBLE) Q9 ARROW (SYMBOL) t0 RRPM CL B (REFL) TY II-C-R A n RRPM CL B (REFL) TY II -A -A POLICE STATION I I 1 2 3 4 5 Parkhill ,tH e. cooaF 1 R, OF .TFky It •Y�, N a,....................�., / KVLE W. JAC KS N/ tl SS i.N...• � l\� N 02/02/21 O a i N t� C O �N I.L Lubbock TFIPS CLIENT City of Lubbock 1625 13th Street Lubbock, TX 79401 PROJECT NO. 2696.20 # DATE DESCRIPTION INDIANA AVENUE PAVEMENT MARKINGS AND SIGNS SHEET 3 OF 5 117 1 2 3 4 5 I I p I I 0 50 100 C1 p O 2 3 4 11 O /+T•�� -- ROW __----------------__—__—__ -- -------e�-----------_—__—__— Mg---------------------------------eDF------------------------------__---0uP O LEGEND V • �� - — - — UP UPI MI /�� WV W WV V• Q Q T TRAFFIC SIGN F-- H TRAFFIC BUTTONS (n 180+00 5+00 9 N ® TY III BARRICADE z - - - INDIANA AVENUE - - - - z �MH — J GENERAL NOTES am (� V wv` /'ROW ROW / ROW `� �PD �------------------ wv� 1. ALL STRIPING AND RAISED H I w ? a T PAVEMENT MARKERS SHALL ——— < CONFORM TO PAVEMENT MARKING STANDARD SHEETS. I I I I I 1-A I 2. CONTRACTOR SHALL C W I Q COORDINATE WITH CITY 3 OF PLAINVIEW FOR Ld POLICE STATION I STOP I ! LUBBOCK COOPERIDINGMINISTRATION z STOP STREET NAME SIGNS AND ~ I I Q NUMBERS. 36"X36" I R1-1 3. SIGNS MAY BE ADJUSTED 6" f — — I I 36"X36" IN THE FIELD BY THE W CD I I ENGINEER TO SUIT Q CONDITIONS I � I w I I � F I B V) SPEED I I I B LIMIT I F- 50 o '' ,X30" 24 I i o KEYED NOTES: 3 2 3 4 11 I + O1 4" WHITE BROKEN $ — — — — — — — — — — �— — — — — — — — — — — — — — — — — — — — — — — — —ROW P ROW T— N uP ---� ur*----- w u� , w`o-uP '---- (� (� 4" WHITE SOLID _ WV W = N oQ Q 03 4" YELLOW BROKEN �o F F ® 4" YELLOW SOLID (n 00 195+00 . 200+00 N ...... ...... L_.—.—....... L_._ _.—.—.—.L.—.—.—.l—.—.—.—.—.—.l—.—.—._.—.—.L—.—.—.—.—.—.L_.—.—.—.-- .L—.—.�.—.—.—...—.—.—.— — H AVENUE Z Qs B" WHITE SOLID _J o o MJ © 12" WHITE SOLID MH MH 12" YELLOW SOLID ------------------------------------------------------ �--------------- - e — ew } �mll wv ROW v� ROW F ® 24" WHITE SOLID (` 8 Q9 ARROW (SYMBOL) i t0 RRPM CL B (REFL) TY II-C-R W ! n RRPM CL B (REFL) LLJ i TY II -A -A I � I (n I = I �o 1 2 3 4 5 Parkhill ,1H e. cooaF 1 R, �.TFkgslt+n 1 YS Si.i '•ii 11 �n .*....................xt m / KVLE W. JACKS N / � 98310 fir' oF•� , 1l SS i.N..•• _ � l\� N 02/02/21 O a� N � O Lubbock TFIPS CLIENT City of Lubbock 1625 13th Street Lubbock, TX 79401 PROJECT NO. 2696.20 # DATE DESCRIPTION INDIANA AVENUE PAVEMENT MARKINGS AND SIGNS SHEET 4 OF 5 118 I L J 1 4 I b IC O O 2 ROW 0 _ N Q H N—...—. LIJ z — J _ __ UROW ----------------------- — H � C ECHELON APARTMENTS B DOMINO'S PIZZA I I I 11 - - - -�P, - / 205*0� 1-A SPEED LIMIT 5 0 0 50 100 R2-1 24"X30" C:) C7 ----- o _._....._._..._..._.....,,..HU- _ _ _ _ _ _ _ _ _--_--_ N LEGEND .,'. M. __ __ __ __ __ __ __ __ _I_ I ��P N 0 osH TRAFFIC SIGN H TRAFFIC BUTTONS 210*00 • V) ® TY III BARRICADE �----,INDIANA AVENUE --- ----- ----------- I SPEED IT 50 R2 -1 24"X30" I I I W W V) I H- CD MH ~ I I I I I I I I I I I I I I I I I I I I I GENERAL NOTES = 1. ALL STRIPING AND RAISED — — — --- H PAVEMENT MARKERS SHALL Q CONFORM TO PAVEMENT MARKING STANDARD SHEETS. ROSA'S CAFE 2. CONTRACTOR SHALL COORDINATE WITH CITY OF PLAINVIEW FOR STREET NAME SIGNS AND NUMBERS. 3. SIGNS MAY BE ADJUSTED IN THE FIELD BY THE ENGINEER TO SUIT CONDITIONS C:) (DOUBLE) 4 7 ,' 0up KEYED NOTES: e' 2 — — ROW ,. 1 4" WHITE BROKEN O N __-----_—r OUP OOO EB000 P 4" WHITE SOLID N oPDOTS w > 03 4" YELLOW BROKEN Q oMH j ® 4'' YELLOW SOLID 02 \ 8" WHITE SOLID W INDIANA AVENUE 12" WHITE SOLID J H 12" YELLOW SOLID 24" WHITE SOLID ROW \ ARROW (SYMBOL) 6 10 2 1 OO MHOUP 9 t0 RRPM CL B (REFL) H TY II-C-R A I Lw n RRPM CL B (REFL) ry TY II -A -A H i N i = ROSA'S CAFE i CD Parkhill Lubbock TFIPS CLIENT City of Lubbock 1625 13th Street Lubbock, TX 79401 PROJECT NO. 2696.20 # DATE DESCRIPTION INDIANA AVENUE PAVEMENT MARKINGS AND SIGNS SHEET 5 OF 5 119 1 1 2 3 4 5 DOMINO'S PIZZA 0 O + m� -SUP-------------__- N w m> Q rc zo In W VROW--------------------� - -- ---� RIGHT LANE RIGHT LANE SPEED MUST MUST LIMIT TURN RIGHT TURN RIGHT 5 0 R3-7R R3-7R R2-1 36"x36" 36"x36" 24"X30" —.—.�.—.—.—.—.—.�.—.—.-.—.....— —...— — ...... — — _y -INDIANA AVENUE — I I I 1 I I I SPEED LIMIT ECHELON APARTMENTS R2-1 24"X30" I I I I I I I I I 0 50 100 LEGEND T TRAFFIC SIGN TRAFFIC BUTTONS ® TY III BARRICADE GENERAL NOTES 1. ALL STRIPING AND RAISED PAVEMENT MARKERS SHALL CONFORM TO PAVEMENT MARKING STANDARD SHEETS. 2. CONTRACTOR SHALL COORDINATE WITH CITY OF PLAINVIEW FOR STREET NAME SIGNS AND NUMBERS. 3. SIGNS MAY BE ADJUSTED IN THE FIELD BY THE ENGINEER TO SUIT CONDITIONS c:) KEYED NOTES: O1 4" WHITE BROKEN 7 4 /00'/BL E/ + N WHITE SOLID � N Q 03 4" YELLOW BROKEN ' — N ® 4" YELLOW SOLID _ w 05 8" WHITE SOLID 12" WHITE SOLID — — J = Q7 12" YELLOW SOLID —-------_ F- ® 24" WHITE SOLID — Q9 ARROW (SYMBOL) t0 RRPM CL B (REFL) TY II-C-R n RRPM CL B (REFL) TY II -A -A ROSA'S CAFE Parkhill Lubbock TFIPS INDIANA AVENUE DDITIVE ALTERNATE AVEMENT MARKINGS AND SIGNS SHEET 1 OF 2 120 Parkhill Lubbock TFIPS NDIANA AVENUE DITIVE ALTERNATE VEMENT MARKINGS AND SIGNS SHEET 2 OF 2 121 1 2 3 4 5 D C B zo A a r PLACE TWO STREET NAME SIGNS, PROVIDED BY OWNER, ABOVE EACH STOP SIGN. COORDINATE WITH CITY OF LUBBOCK TRAFFIC DEPARTMENT PRIOR TO PLACEMENT. 1 2 3 4 5 SM RD SGN ASSM TY XXXXX (X) XX (X—XXXX) SUMMARY OF SMALL SIGNS Post Type Posts Anchor Type Mounting Designotion SIGN LAYOUT SHEET SIGN N0. PROP LOCATION STATION RT/LT SIGN TYPE SIGN TEXT SIGN DIMENSION I=jm-, �m GAO w r,=j� �A O G7Z 0 {c mZ D3 {c mZ 03 FRP = Fiberglass TWT =Thin -Wolf tOBWG = 10 BWG S80 = Sch 80 (1 or 2) UA =Univer-Coot UB =Univer-Bolt wq =wedge -Coot SA =Slip -Coot SB =Slip -Bolt P =Prefob. "Plain" T =Prefob. "T" U =Prefob. "U" 0 ,tor 2 = a of Ext. BM =Extruded Wind Beom WC = 1,12 a/ft wing Channel EXAL =Extruded Alum, ITEM 644 RELOCATE SM RD SN SUP 8 AM (EA.) 1-A 120+90 LT W6-2 DIVIDED HIGHWAY ENDS 36"x36" FILM 01 X 10 BWG 1 SA P 10F 5 2-A 115+10 RT W6-1 DIVIDED HIGHWAY 36"x36" FILM GL X 10 BWG 1 SA P 1-B 125+15 LT R1-1 STOPS 36"x36" C C X 10 BWG 1 SA P 1-A 136+60 LT R1-1 STOP* 36'x36" C C X 10 BWG 1 SA P 2-A 143+10 LT R1-1 STOP* 36"x36" C C X 10 BWG 1 SA P 3-A 137+45 RT R1-1 STOP* 36"x36" C C X 10 BWG 1 SA P 2 OF 5 1-B 149+95 LT R1-1 STOP* 36"x36" C C X 10 BWG 1 SA P 2-B 156+75 LT R1-1 STOP* 36"x36" C C X 10 BWG 1 SA P 3-B 150+70 RT R1-1 STOP* 36"x36" C C X 10 BWG 1 SA P 1-A 163+05 LT R1-1 STOP* 36"x36" C C X 10 BWG 1 SA P 2-A 161+05 RT R3-7R RIGHT LANE MUST TURN RIGHT 36"x36" FILM A X 10 BWG 1 SA P 3 OF 5 3-A 164+10 RT R1-1 STOPS 36"x36" C C X 10 BWG 1 SA P 4-A 167+30 RT R2-1 SPEED LIMIT 50 24"x30" FILM A X 10 BWG 1 SA P 1-B 177+15 LT R1-1 STOP* 36"x36" C C X 10 BWG 1 SA P 1-A 180+60 RT R1-1 STOP* 36"x36" C C X 10 BWG 1 SA P 4 OF 5 2-A 187+30 RT R1-1 STOP* 36"x36" C C X 10 BWG 1 SA P 1-B 196+25 LT R2-1 SPEED LIMIT 50 24"x30" FILM A X 10 BWG 1 SA P 1-A 210+50 LT R2-1 SPEED LIMIT 50 24"x30" FILM A X 10 BWG 1 SA P 5 OF 5 2-A 203+OS RT R2-1 SPEED LIMIT 50 24"x30" FILM A X 10 BWG 1 SA P Parkhill Id{ & COop �) T �- i KVI F 1N IG�KcAN i o ozlozizt � Q Q � L � N LPL CiTy o£ Lubbock i FMd$ CLIENT City of Lubbock 1625 13th Street Lubbock, TX 79401 PROJECT NO. 2696.20 Y DATE DESCRIPTION INDIANA AVENUE SMALL SIGN SUMMARY SHEET 1 OF 1 122 Pavement Edge Shoulder width may vary (typ.) 6" min. when no shoulder exists (typ.) 0 Y°E c o 0. Z°w In ON 00 u` ¢ w c0 U N � E O 0E� a in �o� cr 0 wo d W cr.. •d w `yI >o n a 0 Doc o 0 N 3 too 1n 0 T ., a a0 no E T� rno00 u, _r o v0 10v 0x� c~v° 0 > o "0u $ E:5 E� O tnO d' my c �,c o �Y N f w f a 0 0 w a Shoulder widtl may vary 4" Yellow Centerline \ q" White o 30' 10' Edge Line 4" Solid Yellow Line 3" min.-4" max. TWO LANE TWO-WAY ROADWAY WITH OR WITHOUT SHOULDERS 10" min.-12" max. y � fi� o 0 4" Solid 3" mirl max. Yellow Line Pavement Edge 6" min. (typ.I Pavement Edge 6" min. (typ.) 4" White Lane Line a 4" White Lane Line 4" Yellow Edge Line O O O CCU CCU C CCU CCU CCU CCU CCU C F � T 30' 10' a 30' 10'% �\ 4" Solid 4" White Edge Line% 4" White Edge Line Yellow Line CENTERLINE AND LANE LINES 3" min. EDGE LINE AND LANE LINES FOUR LANE TWO-WAY ROADWAY (12" max. forr atraveled ONE-WAY ROADWAY WITH OR WITHOUT SHOULDERS Way 48aonly)than WITH OR WITHOUT SHOULDERS Pavement Edge 4" White Lone Line 4" While Edge Line 4" Yellow Edge Line \ 4" Solid Yellow Line y /1 10" min.- WI. Median 12" max. Width 4" Yellow Edge Line 48" min. from edgeline to stop/yield line 4" Minimum 4" White Bridge Rail � or Face of Curb .... ....... Median Width 8 Solid White Channelizing Line 12"-24" White Stop or Yield Line 0 0 0 0 0 0 4" White Edge Line y 4" White Lane Line All medians shall be field measured to determine the location of necessary striping. Stop/Yield bars and centerlines shallbe placed when the median width is greater than 30 ft. The median width is defined as the area between two roadways of a divided highway measured from edge of traveled way to edge of traveled way. The median excludes turn lanes. The median width might be different between intersections, interchanges and of opposite approaches of the some intersection. The narrow median width willbe the controlling width to determine if markings are required. FOUR LANE DIVIDED ROADWAY INTERSECTIONS GENERAL NOTES 1. Edgeline striping shallbe as shown in the plans or as directed by the Engineer. The edgeline should typically be placed a minimum of 6 inches from the edge of pavement. This distance may vary due to pavement raveling or other conditions. Edgelines are not required in curb and gutter sections of roadways. 2. 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 ways shallbe measured from the inside of edgeline to inside of edgeline of a two lane roadway. (L) 6" min. (typ.) 4' min. 30' max. Minimum Requirements for Edgelines Traveled Way Width 20' 4' min. 30' max. STOP LINES Solid White Width: 12" min. 24" max. EDGE LINE 4" Solid White CENTERLINE 4" Yellow Length: 10' Gap: 30' OPTIONAL 4" Solid Yellow line on approaches to intersections (500min.) Minimum Requirements for Centerlines without Edgelines Pavement Width 16' W '- 20< GUIDE FOR PLACEMENT OF STOP LINES, EDGE LINE & CENTERLINE 30 45o Based on Traveled Way and Pavement Widths for Undivided Highways 20' typ. 14 C 12" min. 24" typ. / 7 W White edgeline Lane width greater than or equolto 11' Varies 1\ White edgeline NOTES: 1. No -passing zone on bridge approach is optional but if used, it shall be a minimum 500 feet long. 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 advonce of the bridge. 4. The crosshatching is not required if delineators or barrier reflectors are used along the structure. 5. For guard fence details, refer elsewhere in the plans. ROADWAYS WITH REDUCED SHOULDER WIDTHS ACROSS BRIDGE OR CULVERT MATERIAL SPECIFICATIONS PAVEMENT MARKERS (REFLECTORIZED) DMS-4200 EPDXY AND ADHESIVES DMS-6100 BITUMINOUS ADHESIVE FOR PAVEMENT MARKERS DMS-6130 TRAFFIC PAINT DMS-8200 HOT APPLIED THERMOPLASTIC DMS-8220 PERMANENT PREFABRICATED PAVEMENT MARKINGS DMS-8240 Allpovement marking materials shallmeet the required Departmental Material Specifications as specified by the plans. 3 to 12" 24" 36" I V V V V V V FOR POSTED SPEED ON ROAD BEING MARKED EQUAL TO OR GREATER THAN 45 MPH 3 to 12" __I le— "12" 18" Ivvvvvvvvvvv FOR POSTED SPEED ON ROAD BEING MARKED EQUAL TO OR LESS THAN 40 MPH YIELD LINES TABLE 1 - TYPICAL LENGTH U Posted Speed Formula 2 < 40 WS L 60 45 L=WS 85th Percentile Speed moy be used on roods where troffic speeds normally exceed the posted speed limit. Crosshatching length should be rounded up to nearest 5 foot Increment. L=Lenglh of Crossholchiig (FT.) W=Width of Offset (FT.) S=Posted Speed (MPH) EXAMPLES: An 8 foot shoulder in advance of a bridge reduces to 4 feet on a 70 MPH roadway. The length of the cross- hatching should be: L= 8 x 7 0= 560 ft. A 4 foot shoulder in advance of a bridge reduces to 2 feet on a 40 MPH roadway. The length of the cross- hatching should be: L = 4(40) ? 60 = 106.67 ft. rounded to 110 ft. Texas Deportment of Tronsportotion Troffic Operations Division TYPICAL STANDARD PAVEMENT MARKINGS UT00T November 1978 REVISIONS 8-95 2-12 5-00 8-00 3-03 PM(1)-12 TXDOTICK: TXDOTIDW: TXDOTICKTXDOTIDW: TXDOTICK: IT SECT JOB HIGHWAY COUNTY SHEET NO. 123 0 Y°E 0 =rn 0 0 REFLECTIVE RAISED PAVEMENT MARKERS FOR VEHICLE POSITIONING GUIDANCE SEE DETAIL "A" SEE DETAIL\"B" Type II -A -A y ❑ y!/ o o ❑ o o ❑ ❑ 80' 40' - 40' 40' CENTERLINE FOR ALL TWO LANE ROADWAYS / Type I-C ❑ O O ❑ O O O O Type II -A -A � SEE DETAIL "C" CENTERLINE & LANE LINES Raised pavement marker Type I-C, clear face toward normal traffic, shall FOR FOUR LANE TWO-WAY HIGHWAYS be placed on 80-foot centers. V-4" 4" 4" V-4" V 1"-4" 4" DETAIL "A" DETAIL "B" Type II -A -A 4" 3-4" 4" Type II -A -A -------- DETAIL "C" Centerline --- --- --- —_. ---.Symmetricalaroundcenterline---------- Continuous two-way left turn lane Type II -A -A o ❑ o ❑ o ❑ o ❑ o ❑ E 40' —1— 40' 'I 40 '1 O ❑ O O ❑ O O ❑ Type I-C 80' CENTERLINE AND LANE LINES FOR TWO-WAY LEFT TURN LANE Type I-C or II-C-R ❑ O Type I-C or II-C-R ❑ O MATERIAL SPECIFICATIONS PAVEMENT MARKERS (REFLECTORIZED) DMS-4200 EPDXY AND ADHESIVES DMS-6100 BITUMINOUS ADHESIVE FOR PAVEMENT MARKERS DMS-6130 TRAFFIC PAINT DMS-8200 HOT APPLIED THERMOPLASTIC DMS-8220 PERMANENT PREFABRICATED PAVEMENT MARKINGS I DMS-8240 Allpavement marking materials shallmeet the required Departmental Material Specifications as specified by the plans. Reflectorized Surface Type I(Top View) O ❑ O O ❑ C O ❑ E� O ❑ C 80' LANE LINES FOR ONE-WAY ROADWAY (NON -FREEWAY FACILITIES) Raised pavement markers Type II-C-R shollhove clear face toward normaltraffic and red face toward wrong -way traffic. CENTER OR EDGELINE �-12,,_1„ 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 10, 30' BROKEN LANE LINE REFLECTORIZED PROFILE PATTERN DETAIL �1 USING REFLECTIVE PROFILE PAVEMENT MARKINGS /� 12"+-1" 3 %" + 3/ \ ❑ 4"(� ❑ OR 2 to %2"+ %i' T 4" EDGE LINE OR CENTERLINE OPTIONAL 6" EDGE LINE OR CENTERLINE 300 to 500 mil in height 4" A quick field check for the thickness of base _ line and profile marking is approximately equal to a stack of 5 quarters to a maximum height of 7 quarters. +)3/43/a�� OR 6 5%2* %z„ 2 to 3" 4" LANE LINE OPTIONAL 6" LANE LINE GENERAL NOTES 1. Allroised pavement markers placed in broken lines shollbe placed in line with and midway between the stripes. 2. On concrete pavements the raised pavement markers should be placed to one side of the longitudinal joints. torized Surface Type II (Top View) 35' max- 25o min - `Adhesive Roadway Surface SECTION A RAISED PAVEMENT MARKERS Texas Deportment of Tronsportotion Ar Troffic Operations Division POSITION GUIDANCE USING RAISED MARKERS REFLECTORIZED PROFILE MARKINGS P M(2)-12 ©T00T AprII 1977 DN: TXDOT CK: TXDOT DW: TXDOT CK: TXDOT REVISIONS CONT SECT JOB HIGHWAY NOTE: Profile markings shallnot be placed on roadways with a posted speed limit of 45 MPH or less. 4-92 2-10 5-00 2-12 8-00 DIST COUNTY SHEET N0. 2-08 1 124 0 0 y 0 >. U j c O N N 0 APE 0 =rn r o w w N w �a ~Z N (.1) (n N of z0 U Z oa z g e f � 3 MINOR (� WO -WAY STREET > 1 Mile (Lane Drop) Varies (See note 3) Varies 3', 9'Dotted 8" white Lone Line o❑ e F e 48 4 Type I-C r white )ETAIL C o Q o broken Type II -A -A spaced at 20' n A ❑ ❑ ❑ ❑ ❑ r4" yellow broken 4� " yellow solid L �� 8" white (Typ) *** Typically equal to %2 the length of storage lane Type I-C or Type II-C-R spaced at 20' TYPICAL TWLTL AT TWO—WAY CROSS STREET AND RIGHT TURN LANE DROP <_ 1 Mile (Auxiliary Lane) Varies (See note 3) 3', 9'bolted 8" white Lane Line Q CID o❑ o o q O o 0 —0 o SEE DETAIL C F 48 oI Type I-C rC:) e e e e e e e w 4" white broken Q_' J H- cnz e e e e N" yellow broken 4" yellow z U 0 broken z e e e e 3 SEE DETAIL A 4" yellow solid UJ e e e e e e z 0 4" White broken TYPICAL TWLTL AT ONE—WAY STREET AND RIGHT TURN AUXILIARY LANE 0 Type II -A -A Markers 4" Yellow Solid 20' o < �20 �o ° ° ° ° /33 45° ° ° o o O — O o 0 0 ° N 24" While 1n (typ.) ME TYPICAL TWO—LANE HIGHWAY INTERSECTION WITH LEFT TURN BAYS 4„ Yellow Solid El 0 13 20' 1 Type II -A -A Markers 3 4" ❑ ❑ 4" Yellow Solid DETAIL A 6' 4' min. :44typ• \ 12" White 24" White crosswalk Stop Line lines Finalplacement of Stop Bar and Crosswalk shallbe approved by the Engineer in the field. DETAIL B typical till 3z'I z z 0 0 20 I-C 8" white Type \ Solid MATERIAL SPECIFICATIONS PAVEMENT MARKERS (REFLECTORIZED) DMS-4200 EPDXY AND ADHESIVES DMS-6100 BITUMINOUS ADHESIVE FOR PAVEMENT MARKERS DMS-6130 TRAFFIC PAINT DMS-8200 HOT APPLIED THERMOPLASTIC DMS-8220 PERMANENT PREFABRICATED PAVEMENT MARKINGS DMS-8240 Allpavement marking materials shollmeet the required Departmental Material Specifications as specified by the plans. Type II -A -A Markers 20' o e o o o o 0 FullLone Width Typical12' Min. o �o See note 6 TYPICAL TRANSITION FOR TWLTL AND DIVIDED HIGHWAY DETAIL C GENERAL NOTES placement and details. 2.Lane use word and arrow markings shallbe used where through lanes approaching an intersection become mandatory turn lanes. Lane use word and arrow markings should be used in auxiliary lanes of substantial length. Lane use arrow markings or word and arrow markings may be used in other lanes and turn bays for emphasis. Details for words and arrows as shown In the Standard Highway Sign Designs for Texas. 3. When lane used word and arrow markings are used, two sets of arrows should be used if the length of the bay is greater than 180 feet. When a single lane use arrow or word and arrow marking is used for a short turn lane, it should be located at or near the upstream end of the full -width turn lane. 4. Other crosswalk patterns as shown in the "Texas Manual on Uniform Traffic Control Devices" may be used. 5. Raised pavement marker Type I-C with undivided highways, flush medians and two way left turn lanes. Raised pavement marker Type II-C-R with divided highways and raised medians. 6. A two-way left -turn (TWLT) lane -use arrow pavement marking should be used at or just downstream from the beginning of a two way left -turn lone within a corridor. Repeoting the marking after each intersection or dedicated turn bay is not required unless stated elsewhere in the plans. Texas Deportment of Tronsportotion Troffic Operations Division PAVEMENT MARKINGS FOR TWO—WAY LEFT TURN LANES DIVIDED HIGHWAYS AND RURAL LEFT TURN BAYS P M(3)-12 ©TOOT Apn11998 DN: TXDOT CK: TXDOT DW: TXDOT CK: TXDOT 5-00 2-12REVISIONS CONT SECT JOB HIGHWAY 8-00 3-03 DIST COUNTY SHEET NO. 2 -10 izs 22C L c y 0 c O N N 0 Y°E 0 c c "= rn 0 0 SIGN SUPPORT DESCRIPTIVE CODES (Descriptive Codes correspond to project estimate and quantities sheets) SM RD SIGN ASSM TY XXXXX(X)XX(X-XXXX) Post Type FRP = Fiberglass Reinforced Plastic Pipe (see SMD(FRP)) TWT = Thin -Walled Tubing (see SMD(TWT)) 106WG = 10 BWG Tubing (see SMD(SLIP-1) to (SLIP-3)) S80 = Schedule 80 Pipe (see SMD(SLIP-1) to (SLIP-3)) Number of Posts (1 or 2) Anchor Type UA = Universal Anchor Concreted (see SMD(FRP)and (TWT)) UB = Universal Anchor - Bolted down (see SMD(FRP) and (TWT)) WS = Wedge Anchor Steel - (see SMD(TWT)) WP = Wedge Anchor Plastic (see SMD(TWT)) SA = Slipbase Concreted (see SMD(SLIP-1) to (SLIP-3)) SIB = Slipbase Bolted Down (see SMD(SLIP-1) to (SLIP-3)) Sign Mounting Designation P = Prefab. "Plain" (see SMD(SLIP-1) to (SLIP-3), (TWT), (FRP)) T = Prefab. "T" (see SMD(SLIP-1) to (SLIP-3), (TWT)) U = Prefab. 'U" (see SMD(SLIP-1) to (SLIP-3)) IF REQUIRED 1EXT or 2EXT = Number of Extensions (see SMD(SLIP-1) to (SLIP-3), (TWT)) BM = Extruded Wind Beam (see SMD(SLIP-1) to (SLIP-3)) WC = 1.12 u/ft Wing Chonnellsee SMD(SLIP-1) to (SLIP-3)) EXAL = Extruded Aluminum Sign Panels (see SMD(SLIP-3)) REQUIRED CLEARANCE FOR BREAKAWAY SUPPORT Non -breakaway portion of support (i.e., stub). To avoid vehicle undercarriage snagging, any substantialremains of a breakaway support, when it is broken away, should not project more than 4 inches above a 60-inch chord (i.e., typical space between wheel paths). '- Ground Surface No more than 2 sign / \ / / Acceptable i \ posts should be located / \ 1 within a 7 ft. circle. 1 i - \ 7 ft. / \ diameter / diameter / / ` i // \\ circle circle_��� fig \I \I Not Acceptable 1 f 1 f \ 7 ft. // \\ 7 ft. \ diameter / ♦ diameter / circle �' Not Acceptable circle �' Not Acceptable TYPICAL SIGN ATTACHMENT DETAIL Single Signs Sign Clamp j Nut, lock washer Sign Panel Nylon washer, flat washer, lock washer, nut Bolts used to mount sign panels to the clomp are 5/16-18 UNC galvanized square head with nut, nylon washer, flat washer and lock washer. The bolt length is 1 inch for aluminum. When two sign clamps are used to mount signs back-to-back, use a 5/16-18 UNC galvanized hex head per ASTM A307 with nut and helical -spring lock washer. The approximate bolt lengths for various post sizes and sign clamp types are given in the table at right. The bolt length may need to be adjusted depending upon field conditions. Back -to -Back Signs Nylon washer, flat washer, lock washer, nut Sign Panel ,—Nut, lock - washer Sign Clamp it I%,� LClamp Bolt Sign Panel Nylon washer, flat washer, lock washer, Sign Bolt nut Pipe Diameter Approximate Bolt Length Specific Clamp Universal Clamp 2" nominal 3" 3 or 3 1/2" 2 1/2" nominal 3 or 3 1/2" 3 1/2 or 4" 3" nominal 3 1/2 or 4" 4 1/2" SIGN LOCATION PAVED SHOULDERS 12 ft HIGHWAY min INTERSECTION AHEAD O to 6 ft 7.5 ft max Travel n 7.0 ft +min • Lone I I Paved Shoulder LESS THAN 6 FT. WIDE When the shoulder is 6 ft. or less in width, the sign must be placed at least 12 ft. from the edge of the travel lane. 5 ft min** HIGHWAY INTERSECTION AHEAD 6 ft min HIGHWAY INTERSECTION AHEAD Greater than 6 ft 7.5 ft max Travel 1.0 ft `min • Lane Paved Shoulder GREATER THAN 6 FT. WIDE When the shoulder is greater than 6 ft in width, the sign must be placed at least 6 ft. from the edge of the shoulder. BEHIND BARRIER Guard ___T ox Travel Rail 117.0 ft + in Lane Paved Shoulder 2 ft min** HIGHWAY INTERSECTION AHEAD Concrete 7.5 ft max Travel Barrier 7.0 ft min Lane Paved Shoulder BEHIND GUARDRAIL IBEHIND CONCRETE BARRIER **Sign clearance based on distance required for proper guard roilor concrete barrier performance. SIGNS WITH PLAQUES Q EAST FORM 14r14w 3713 EAST [' '7 FNM 7.5 ft max LOW 35 3713 7.0 ft min cEE.xAxcE ppH, Rain 3 When a supplemental plaque t Travel or secondary sign is used, 6 Lane the 7 ft sign height is measured to the bottom of Paved the supplemental plaque Shoulder or secondary sign. CURB & GUTTER OR RAISED ISLAND eft -zft min / HIGHWAY min INTERSECTION AHEAD 7.5 t max Face of 7.0 ft min ■ Face of Curb j Curb RESTRICTED RIGHT-OF-WAY (When 6 ft min. is not possible.) Maximum possible HIGHWAY INTERSECTION AHEAD *a* 7.5 ft max 7.0 ft min Travel Lane Paved Shoulder Right-of-way restrictions may be created by rocks, water, vegetation, forest, buildings, a narrow island, or other factors. In situations where a lateral restriction prevents the minimum horizontal clearance from the edge of the travel lane, signs should be placed as far from the travel lane as practical. *** Post may be shorter if protected by guordroilor if Engineer determines the post could not be hit due to extreme slope. T-INTERSECTION 12 ft min 6 ft min 7.5 ft max 7.0 ft min Travel Lane ,v, Paved Shoulder When this sign is needed at the end of a two-lane, two way roadway, the right edge of the sign should be in line with the centerline of the roadway. Place as close to ROW as practical. WEST EAST 259 259 ® a � _ROW-------------- �------------- ---- Paved Shoulder ------------------------- of Travel Lane STOP * Signs shollbe mounted using the following condition that results in the greatest sign elevation: (1) a minimum of 7 to a maximum of 7.5 feet above the edge of the travel lane or (2) a minimum of 7 to a maximum of 7.5 feet above the grade at the base of the support when sign is installed on the bockslope. The maximum values may be increased when directed by the Engineer. See the Traffic Operations Division website for detailed drawings of sign clamps, Triangular Slipbase System components and Wedge Anchor System components. The website address is: http://www.txdot.gov/publications/traffic.htm Texas Deportment of Tronsportotion Troffic Operations Division SIGN MOUNTING DETAILS SMALL ROADSIDE SIGNS GENERAL NOTES & DETAILS SMD(GEN)-08 (C)TOOT July 2002 DN: TXDOT CK: TXDOT DW: TXDOT CK: TXDOT 9 _08 REVISIONS CONT SECT JOB I HIGHWAY COUNTY SHEET NO. 126 TRIANGULAR SLIPBASE INSTALLATION GENERAL REQUIREMENTS Bolt Keeper Plate 5/8" structural bolts (3), nuts (3), and washers (6) per ASTM A325 or A449 and galvanized per Item 445 "Galvanizing." Bolt length is 2 1/2". 4" Max. Stub 3/4 ' diameter hole. Provide a 7" x 1/2" diameter rod or »4 rebar. - - - Class A concrete Non -reinforced concrete footing (shall be used unless noted elsewhere in the plans). Foundation should take approx. 2.5 cf of concrete. 12" Dia SM RD SGN ASSM TY XXXXX(X)SA(X-XXXX) Post 10 BWG Tubing or Schedule 80 Pipe (See General Note 3) Slip Base Washers if required by manufacturer 36" 42" 12" min. 24" max. NOTE There ore vorious devices opproved for the Triongular Slipbose System. Pleose reference the Moteriol Producer List for opproved slip bose systems. http://www.txdot.gov/business/producer list.htm_ The devices shall be installed per monufocturers' recommend otions. Instollotion procedures sholl be provided to the Engineer by Controctor. CONCRETE ANCHOR 6" min to edge or joint 5/8 diameter Concrete Anchor 8 places (embed a minimum of 5 1/2" and torque to min. of 50 ft-lbs). Anchor may be expansion or adhesive type. SM RD SGN ASSM TY XXXXX(X)SB(X-XXXX) 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 shollhave 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 psinormol- weight concrete with a 5 1/2" minimum embedment, shall have a minimum allowable tension and shear of 3900 and 3100 psi, respectively. GENERAL NOTES: 1. Slip base shall be permanently marked to indicate manufacturer. Method, design, and location of morking ore subject to approvolof the TxDOT Traffic Standards Engineer. 2. Materiolused as post with this system shollconform 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 Steelshollbe 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 20X 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 wollthickness may be used if they meet the following: 46,000 PSI minimum yield strength 62,000 PSI minimum tensile strength 21Y minimum elongation in 2" Wallthickness (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/publicotions/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 slipbose system is multidirectionolond 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 some support, ensure the minimum clearance between each sign is maintained. See SMD(SLIP-2) for clearances based on sign types. 0 Y°0 0 -rn V) 0 r / ONE-WAY Gap between / (R6-1) or plaques Street Name shall be `\I// Sign 1 4 +1 I/ (if required)— li \ ` / STOP (R1-1) / \ / or YIELD (R1-2) 4±1 1+Yz See ` 1 + Yz —\ —/—' Extruded Alum. Windbeom \ / Detail (See SMD(2-1)) L _J L _ _ _J 1 ± %z I PLAQUE = 1 - variable length L J STOP = 2 - 32 inch pieces = YIELD 1 - 8 inch piece SM RD SGN ASSM TY XXXXX(i)XX(P) 8 1 - 32 inch piece SM RD SGN ASSM TY XXXXX(1)XX(T) SM RD SGN ASSM TY XXXXX(1)XX(P-BM) 1 + Yz ik /1 I( /1 / J \ J I I I I I I SM RD SGN ASSM TY XXXXX(1)XX(U) 18 I I I I I W(mox)=6FT H I I I I I 8 39 W-39 2 W SM RD SGN ASSM TY XXXXX(1)XX(U) r 14 __� r a --I I/ I I "U" Extender I I I I L `__ _ J See J J ( 1 Detail _` _' — �/ 11FT 91N (max) F-42 I —1 I F I I I I I I Il � It /I I I I It L `_— _ J L_ J ' ' J J I I I I I I �— I — I _ J See Detail E SM RD SGN ASSM TY S80(1)XX(U-1EXT) SM RD SGN ASSM TY S80(1)XX(U-2EXT) 0.25 H — — — — — — ——Wlmaxl_8 — — — — — — — — — — -- H I I 0.2W 0.6W 0.2W W 19 ft/ft Winn !`Fnnnul Nylon washer, Aluminum 5/16" x 1 3/4" Sign hex bolt with Panel nut, lock washer, 2 flat washers ��- per ASTM A307 galvanized per Item 445, "Galvanizing." Wing Channel Top View Detail A I SeeDetailA See DetailB See Detail C Alum Sign SM RD SGN ASSM TY XXXXX(1)XX(U-WC) Pane (See Note 11) Wir Chi Side View SIDE VIEW SM RD SGN ASSYM TY XXXXX(2)XX(P) Alldimensions are in english unless detailed otherwise. SM RD SGN ASSM TY XXXXX(1)XX(T) (e - See Note 12) 3/8" x 3 112" square head bolt, nut, flat washer and lock washer per ASTM A307 galvanized per Item 445 "Galvanizing." (Bolt length may vary depending on sign clamp type and pipe diameter.) W it Ch, Sign Clamp (Specific or Universal) 5/16" x 3 3/4" hex bolt with nut, lock washer and flat washer per ASTM A307 galvanized per Item 445, "Galvanizing." Top View Detail B Drill7/16" hole 3/8" x 3 112" heavy hex (through) after bolt with nut, lock washer assembly and install and 2 flat washers per ASTM bolt, nut, 2 flat 1 112" ` A307 galvanized per washers and Item 445 "Galvanizing." lock washer. I Extender II I II I I Detail IF ® U-Bracket Splices shollonly be allowed behind the sign substrate. Nylon washer, 5/16" x 1 3/4" hex boll with nut, lock washer, 2 flat washers per ASTM A307 galvanized per Item 445, "Galvanizing." 5/16" x 3/4" hex bolt with nut, lock washer and 2 flat washers per ASTM A307 galvanized per Item 445, "Galvanizing." Detail C TOP VIEW ~ Extruded Aluminum Windbeam — — — — — — — — (see SMD(2-1)) Sign Clamp (Specific or Universal) by-T%m91 FRICTION CAP DETAIL i.05" Skirt I 1" min, Variation Pipe O.D. 1.75" max Depth 025"+910" Rolled Crimp to engage pipe O.D. Pipe O.D. +.025"+,010" Oil Post T8U Bracket 112" x 4" heavy hex bolt, nut, lock I washer and 2 flat L — — — _I washers per ASTM - — — — — A307 galvanized per Item 445, "Galvanizing." Post Detail E Sign Clamp (Specific or Universal) Friction caps may be manufactured from hot rolled or cold rolled steelsheets. The minimum sheet metal thickness shallbe 24 gauge for ollcop sizes. The rim edges shallbe reasonably straight and smooth. Cops 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 shollbe sufficient to give positive protection against entrance of rainwater. They shallbe free of sharp creases or indentations and show no evidence of metal fracture. Caps shallhave on electrodeposited coating of zinc in accordance with the requirements of ASTM B633 Class FE/ZN 8. GENERAL NOTES: 1. 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 2. The Engineer may require that a Schedule 80 post be used in place of a 10 BWG where a sign height is abnormally high due to a fillslope. 3. Sign supports shallnot be spliced except where shown. Sign support posts shallnot be spliced. 4. Aluminum sign blanks shall conform to Departmental Material Specifications DMS-7110 and shallhave the following minimum thicknesses:0.080 for signs less than 7.5 sq. ft., 0.100 for signs 7.5 to 15 sq. ft., and 0.125 for signs greater than 15 sq. ft. 5. Signs that require specific supports due to reasons in addition to windlooding are indicated on the "REQUIRED SUPPORT" table on this sheet. 6. For horizontal rectangular signs fabricated from flat aluminum, T-brackets are used for signs 24 inches or less in height. U-brackets ore used for signs of greater height. 7. When two triangular slipbose supports are used to support a single sign, they shallnot be "rigidly" connected to each other except through the sign panel. This willallow each support to act independently when impacted by on errant vehicle. 8. Wing channel shall meet ASTM A 1011 SS Gr 50 and be galvanized per ASTM A 123. 9. Excess pipe, wing channel, or windbeam shall be cut off so that it does not extend beyond the sign panel 6:e., excess support shall not be visible when the sign is viewed from the front.) Repair galvanized coating at cut support ends per Item 445, "Galvanizing." 10. Additionalroute morkers may be added vertically, provided the totolsign area does not exceed the maximum allowable amount per Note 1. 11. Additionalsign clamp required on the "T-bracket" post for 24 inch height signs. Place the clamp 3 inches above bottom of sign when possble. 12. Post open ends shallbe fitted with Friction Caps. 13.Sign blanks shallbe the sizes and shapes shown on the plans. REQUIRED SUPPORT SIGN DESCRIPTION SUPPORT 48 inch STOP sign lR1 1l TY 10BWG(1)XX(T) TY 10BWG(1)XX(P-BM) 60-inch YIELD sign (R1-2) TY 10BWG(1)XX(T) TY 10BWG(1)XX(P-BM) 0 o 48x16-inch ONE-WAY sign (R6-1) TY 10BWG(1)XX(T) TY 10BWG(1)XX(P-BM) 36x48, 48x36, and 48x48-inch signs TY 10BWG(1)XX(T) 48x60-inch signs TY S80(1)XX(T) 48x48-inch signs (diamond or square) TY 10BWG(1)XX(T) 4860-inch signs TY S80(1)XX(T) 0 48-inch Advance SchoolX-ing sign (S1 ) TY 10BWG(1)XX(T) 3 48-inch SchoolX-ing sign 62-11 TY 10BWG(1)XX(T) Large Arrow sign (W1-6 8 W1-7) TY 10BWG(1)XX(T) GENERAL NOTES: 0 Y°E 0 rn 0.25 H — — W(minl>8FT W(max)=16FT — — — — — — — — — — — — — — — — — — — — H I I See DetailC 0.15W 0.7W 0.15W SM RD SGN ASSM TY XXXXX(1)XX(T-2EXT) (* - See Note 12) Extruded Alum.Windbeom (See DetailD on SMD (SLIP-2)) or 1.12 u/ft Wing Chonnel(See DetailA and DetailB) f— — — — — — — — — — — — — — — — — — — — — — 8„ See DetailA W(max)=15FT H I I See Detail l 8" W-39" 39" W-39" 2 2 W SM RD SGN ASSM TY XXXXX(1)XX(U-XX) I I I I I I I I I Sign Clamp — — — _ _ _ _ _ _ _I_I_ _ _ Sign (Specific or Panel Universal) Wing Channel Nylon washer, 5/16" x 4 1/2" hex bolt with nut, lock washer, 2 flat washers per ASTM A307 galvanized per Top View Item 445, "Galvanizing." Detail A Sign Clamp (Specific or Universal) J Nylon washer, 5/16" x 4 1/2" hex bolt with nut, lock washer, 2 flat washers per ASTM A307 galvanized per Item 445, "Galvanizing." i/A" � "" square and nut Extruded Aluminum Panel Detail D EXTRUDED ALUMINUM SIGN WITH T BRACKET Wing Nylon washer, Channel 5/16" x 2 1/2" hex bolt with \ nut, lock washer, \\y 2 flat washers per ASTM A307 galvanized per Item 445, "Galvanizing." Sign Side View Panel Detail B w variable 1 variable T 12" 2 7/8" O.D. Slip base Sch. 80 steel pipe _4:�: 4 Typical Sign Mount SM RD SGN ASSM TY S80(2)XX(P-EXAL) Additional stiffener placed at approximate center of signs when sign width is greater than 10'. 6" panel should be placed at the top of sign for proper - Sign Clamp See DetailD 6" 12" Bracket 2 7/8" O.D. Sch. 80 or 1013WG Slip base steel pipe — Extruded Aluminum Sign With T Bracket Drill?/16" hole 3/8" x 4" heavy hex bolt with nut, lock washer (through)after and 2 flat washers per ASTM assembly and install A307 galvanized per bolt, nut, 2 flat Item 445 "Galvanizing." washers and 11/2" / lock washer. / I Extender I II I II Detail C QD T-Bracket Splices shallonly be allowed behind the sign substrate. S3x5.7 ffeners attached with post clamps (See SMD(2-1) for additional details) See Detail for clamp installation Sign Clamps (Specific or Universal) 3/8" x 4 1/2" square head bolt, nut, flat washer and lock washer per ASTM A307 galvanized per Item 445, "Galvanizing." Detail E Use Extruded Alum. Windbeam as stiffeners See SMD (2-1) for additional details See DetoilE for clamp installation SIGN SUPPORT a 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 2. The Engineer may require that a Schedule 80 post be used in place of a 10 BWG where a sign height is abnormally high due to a fillslope. 3. Sign supports shallnot be spliced except where shown. Sign support posts shallnot be spliced. 4. Aluminum sign blanks shollconform to Departmental Material Specifications DMS-7110 and shallhave the following minimum thicknesses: 0.080 for signs less than 7.5 sq. ft., 0.100 for signs 7.5 to 15 sq. ft., and 0.125 for signs greater than 15 sq. ft. 5. Signs that require specific supports due to reasons in addition to windloading are indicated on the "REQUIRED SUPPORT" table on this sheet. 6. For horizontal rectangular signs fabricated from flat aluminum, T-brackets are used for signs 24 inches or less in height. U-brackets are used for signs of greater height. 7. When two triangular slipbose supports are used to support a single sign, they shallnot be "rigidly" connected to each other except through the sign panel. This willallow each support to act independently when impacted by an errant vehicle. 8. Wing channel shall meet ASTM A 1011 SS Gr 50 and be galvanized per ASTM A 123. 9. Excess pipe, wing channel, or windbeam shall be cut off so that it does not extend beyond the sign panel G e., excess support shall not be visible when the sign is viewed from the front.) Repair galvanized coating at cut support ends per Item 445, "Galvanizing." 10. Sign blanks shollbe the sizes and shapes shown on the plans. 11. Additionalsign clamp required on the "T-bracket" post for 24 inch high signs. Place the clamp 3 inches above bottom of sign when possible. 12. Post open ends shall be fitted with Friction Caps. REQUIRED SUPPORT SIGN DESCRIPTION SUPPORT 48 inch STOP sign 01) TY 10BWG(1)XX(T) TY 10BWG(1)XX(P-BM) 60-inch YIELD sign (R1-2) TY 10BWG(1)XX(T) TY 10BWG(1)XX(P-BM) 0 0 4806-inch ONE-WAY sign (R6-1) TY 10BWG(1)XX(T) TY 10BWG(1)XX(P-BM) w 36x48, 48x36, and 48x48-inch signs TY 10BWG(1)XX(T) 48x60-inch signs TY S80(1)XX(T) 48x48-inch signs (diamond or square) TY 10BWG(1)XX(T) 4860-inch signs TY S80(1)XX(T) 0 48-inch Advance SchoolX-ing sign (S1-1) TY 10BWG(1)XX(T) 3 48-inch SchoolX-ing sign (S2-1) TY 10BWG(1)XX(T) Large Arrow sign (W1-6 8 W1-7) TY 10BWG(1)XX(T) I r� j 4 Is] �OC)� a i I I Ld p J; J I Q 0 50 100 O RQW 1 RQWUF I--ROW—OHE-__—__ Q LEGEND 139C OHE_ FOC FOC�R� FOC �,P Foco��s __P re-_' E -UGE UGE �G""'��Gc GR GR P IP UNDERGROUND �mR _ c c G c G- G __- - c --_---_ G G G--- -_— __—_ _ -UCT— TELEPHONE N - �V WATER LINE 115+00 120+00 `._._._._._.`._._._.-._.`._._._._.r.`._._._._._.`._._._._._.`._._._. _.`._.-.-._._.`._._._....._._._._._..._._._._._..._._. _.. INDIANA AVENUE wJ - G GAS LINE _ _-- -- -G-"cn-F'---..—__ ; —__ —__ —____—___—____-_—___—__ ___—_ Z — FOC -- ------ FOC FOC FOC --------- ---------- FpC Fnn C G FOlFOC—_— r 1 SN F FOF; FOC FOC FOC GSN GR FOC FOC FOC FOC F. - S SEWER LINE ROW / ROW ROW G G /ROW G ROW G c ROW - U F_ OHE — OVERHEAD ELECTRIC i1i i I i I i C ! I I F- I i i w I LLj I N -rj ! � j } I I I i w i _j = IQi i o i Q I I I I w rnl \ o 00 LLB I J ' w J B to i Q I Q i i ! a 9 v t i o GENERAL NOTES: Q ROW ,' l 1 \ ROW ROWL I -ROW �iP�__—__—__—__—__—__—__—__—__—__—__—__1"—"—'_—__—__—__—__—__—__—__— I d) BN_—__��_—__—__—__—__—__—__—___• rOHE GP OHE G HE OHE G OHE�^HIS Od G OHE OHE OHE OHE UP OHE OHE OHE OHE � OHE EXISTING UTILITY INFORMATION IS -- - sNo \ -- - _ -- -- - -- - - -- - - - - ------ --- - -- Q GATHERED FROM EXISTING PLAN @o � � RECORDS AND SURFACE MARKINGS. (n 125+00 30 00 g N LOCATIONS SHOWN SHOULD BE —...— — —.-----------.-----------.-----------L-.—.—.—.—.—...—.—.—.—.—...—.—.—.—.—.L-.—.—.—.—.—.`.—.—.—.—.—.`.—.—.—.—.—.`.—.—.—.—.—. INDIANA AVENUE. CONSIDERED REPRESENTATIONAL. w W Z CONTRACTOR SHALL REQUEST LOCATE SERVICE AND FIELD VERIFY EXACT J J LOCATIONS. FOC G FOC G F�QC G FOC �FOCG F�C77D�GF�G FOC G FOC G FO G FOC G FOC G FOC G FOC G F C G FOC — U ROW °F ROW ROW ROW U A F- L LJ I j LL� I I I , � �' # LLB ! # I � i I� U) ! 2 I I Jj = J! J J, 00 I ial (_0 !a l 00 i � I 1 2 3 4 5 Parkhill � C a i �C 0 fubbock TFIPS CLIENT City of Lubbock 1625 13th Street Lubbock, TX 79401 PROJECT NO. 2696.20 # DATE DESCRIPTION INDIANA AVENUE EXISTING UTILITIES SHEET 1 OF 5 130 (V �7 i w w ry N 2 i — I I N v iLpI d GP I o so mo o I i I I I I I I CD i I I CD to Row I, �, Row Row Row--- -- co LEGEND M �� �s E OHE �OQ OHE uF o uF — Fo uc — OHE PD ; � MB UNDERGROUND Q j — — — ----- i — — — --- ---- — — - Q UGT - TELEPHONE F- (n 140+00 145+00 (n - w WATER LINE 00 .—.—.—.—.-----.—.—.—.—.`.—.—.—.—.—.`.—.—.—.—.—.`.—.—.—.—.—.`.—.—.—.—.—.`.—.—.—.—.—.`.—.—.—.—.—.—.—.—.—.—.-----.—.—.—.-----.—.—.—.—. w INDIANA AVENUE -- w - G GAS LINE z z J \ FCC, FOG �' ----------------- F FOC FOC FOC FOC FOG FOC FOC FOG FOC FOC FOC FOC FOG J s SEWER LINE G G G G G G G G G ROW \ /ROW ROW ROW — oHE — OVERHEAD ELECTRIC I C w I LLB i � i LLJ i N i i�iCn I 2 I JI Z J, m 1 A C) +' GENERAL NOTES: il- L EXISTING UTILITY INFORMATION IS GATHERED FROM EXISTING PLAN ~ RECORDS AND SURFACE MARKINGS. LOCATIONS SHOWN SHOULD BE CONSIDERED REPRESENTATIONAL. W CONTRACTOR SHALL REQUEST LOCATE Z SERVICE AND FIELD VERIFY EXACT J LOCATIONS. 2 U i- Q Parkhill fubbock TFIPS CLIENT City of Lubbock 1625 13th Street Lubbock, TX 79401 PROJECT NO. 2696.20 # DATE DESCRIPTION INDIANA AVENUE EXISTING UTILITIES SHEET 2 OF 5 49 131 I L J 1 4 I b L —1 0 O ti LCi Q H Ln LLJ z J 2 U H Q C I LLJ w ry N i _ F- i LLJ 00 J r I IQI I I — ROWI IRQ — —OX— Up OHE OHE !�E OHE L! a+ G., OHE — OHE 9 Up OHE OHE w 0 i i (C) o r I I 0 50 100 FH O DS= \ROW a0 LEGEND — OHE -per oHE�E — _ WV ' o wy CO UNDERGROUND ucr — TELEPHONE Q — w WATER LINE 0 165+00 (n INDIANA AVENUESH °SN LLJ - GAS LINE G G O IOC G FOG G FOG G FOG FOC FOG ^. --- ROW_ _ -------------------------------------- I I I I I I I (o},,FF-- S s S S Z c G G G _J s SEWER LINE TP—__—__—__—__—__—_ ---------------------------— I— OHE — OVERHEAD ELECTRIC 0 — J v I I I I I I I I I LLj ----- -- w F I I I I I N I I I I I I �SH = O I O 9 + - 5 ' ROW GENERAL NOTES: OHE —_ OHE --- OHE OHE OHE OHE OHE OHE OHE OHE OHE OHE UP UP ---- -----w ------W-------W------- OHE ROW— . P 47) �N,r; w--------W-------W-- W---� r r EXISTING UTILITY INFORMATION IS w GATHERED FROM EXISTING PLAN rc Po Q Q RECORDS AND SURFACE MARKINGS. � (n T75+00 � N LOCATIONS SHOWN SHOULD BE —'—'—' CONSIDERED REPRESENTATIONAL. W INDIANA AVENUE LLJ CONTRACTOR SHALL REQUEST LOCATE Z s s s s s s @ s s s s s s s ®b� G _ G G Z_ SERVICE AND FIELD VERIFY EXACT J G G G G J LOCATIONS. 2 FOG --- _ -------------------"----- ----------------------------------------------------------------------- ------ � I A w LLJ POLICE STATION ~ I F_ o v r I Parkhill fubbock TFIPS CLIENT City of Lubbock 1625 13th Street Lubbock, TX 79401 PROJECT NO. 2696.20 # DATE DESCRIPTION INDIANA AVENUE EXISTING UTILITIES SHEET 3 OF 5 132 1 FA 3 4 5 1 2 3 4 5 D 0 50 100 I I I � I�I I I I Parkhill Si .• 1� r / KVLE W. JACKS / tt ss ;.N...• - l�� NA 02/02/27 i 0 Q � � N I�Lubliock i[ARS CLIENT City of Lubbock 1625 13th Street Lubbock, TX 79401 PROJECT NO. 2696.20 # DATE DESCRIPTION INDIANA AVENUE EXISTING UTILITIES SHEET 4 OF 5 133 1 1 L 1 j 1 4 I �7 ■ on o■ o■ no !L 0 0 0 N Q H V) Ld Z J 2 U F— Q 0 50 100 LEGEND UNDERGROUND ucr — TELEPHONE - w WATER LINE - c GAS LINE s SEWER LINE — OHE — OVERHEAD ELECTRIC I � w o ry iCf) I w � p CD I 9FOSN rn I j I (D �'' up C7 w + _ _ _ _Row �'' o GENERAL NOTES: N E9 D----1 OSN OHE — ,�� FOCI FOC OH6P FGC, �� Frx' �� E E O OHE (V �I �TP Ts `" `" --� EXISTING UTILITY INFORMATION IS GATHERED FROM EXISTING PLAN Q H RECORDS AND SURFACE MARKINGS. (n I 21+00 220•00 LOCATIONS SHOWN SHOULD BE ---.—.1.L.L_--.—.—.—.L_.—.—.—.—.—. .—.— — .—.`.—� — — — — — — — — — — — — — '— — — — —--'-----.—.—.—.L_.—.—.—.—.—.L_.—.—.—.—.... CONSIDERED REPRESENTATIONAL. Z N I ND I ANA AVENUE CONTRACTOR SHALL REQUEST LOCATE SERVICE AND FIELD VERIFY EXACT J s s s s s IH LOCATIONS. 2 w w — U G G o G GM GSN �_—__—__—__—_ - ROW MH up I o LLJ I w ROSA'S CAFE ry I C/� I � _ I CD M I 1 2 3 4 5 Parkhill 02/02/21 k Lubboc TFIPS CLIENT City of Lubbock 1625 13th Street Lubbock, TX 79401 PROJECT NO. 2696.20 # DATE DESCRIPTION INDIANA AVENUE EXISTING UTILITIES SHEET 5 OF 5 134 La IIIIIIIII, 1_111111111111 •=L 5 0 50 100 LEGEND MAJOR CONTOUR (1 FT INTERVAL) EROSION CONTROL LOG FD2 ROCK FILTER DAM (TY 2) —� DRAINAGE FLOW SCF SEDIMENT CONTROL FENCE �--�> DRAINAGE BREAK SB SAND BAG 00000o CONSTRUCTION 0 0 o ENTRANCE (TY 1) C:) +' GENERAL NOTES U1 ti 1. EROSION CONTROL DEVICES ARE T— SHOWN DIAGRAMMATICALLY AND MAY BE ADJUSTED IN THE FIELD, Q WITH THE APPROVAL OF THE I-_ ENGINEER, TO SUIT CONDITIONS. V) 2. CONCRETE WASH -OUT LOCATIONS Ld AND STABILIZED CONSTRUCTION Z EXIT LOCATIONS FOR STAGING AREAS) ARE NOT SHOWN. J CONTRACTOR IS RESPONSIBLE FOR = COORDINATION WITH ADJACENT U LANDOWNERS, WHERE APPLICABLE, AND SUBMITTING PROPOSED LOCATIONS FOR CITY APPROVAL. Q i 49 P21'.21'21' Q Q i �C o C Lubbock TFIPS CLIENT City of Lubbock 1625 13th Street Lubbock, TX 79401 PROJECT NO. 2696.20 # DATE DESCRIPTION STORMWATER POLLUTION PREVENTION PLAN PHASE 1 SHEET 1 OF 3 135 DI C. 1 Al 1 1 1 1 j 14 b 0 50 100 LEGEND MAJOR CONTOUR (1 FT INTERVAL) EROSION CONTROL LOG FD2 ROCK FILTER DAM (TY 2) —� DRAINAGE FLOW SCF SEDIMENT CONTROL FENCE �--�> DRAINAGE BREAK SB SAND BAG 00000o CONSTRUCTION 0 0 o ENTRANCE (TY 1) 1 2 3 f+ GENERAL NOTES O 1. EROSION CONTROL DEVICES ARE N SHOWN DIAGRAMMATICALLY AND MAY BE ADJUSTED IN THE FIELE Q WITH THE APPROVAL OF THE ENGINEER, TO SUIT CONDITIONS. N 2. CONCRETE WASH -OUT LOCATIONS LLJ AND STABILIZED CONSTRUCTION Z EXIT LOCATIONS FOR STAGING AREAS) ARE NOT SHOWN. J CONTRACTOR IS RESPONSIBLE FOI = COORDINATION WITH ADJACENT U LANDOWNERS, WHERE APPLICABLE, AND SUBMITTING PROPOSED Q LOCATIONS FOR CITY APPROVAL. 4 5 Parkhill coo, 1. 1 YS Si.i '•ii lP �n a i..... .............. . ACCKSKS Nr`��o / KVLE WJ.. / (l SS i.N..•• _ � l\� N 02/02/21 Q a i �C o C Lubbock TFIPS CLIENT City of Lubbock 1625 13th Street Lubbock, TX 79401 PROJECT NO. 2696.20 # DATE DESCRIPTION STORMWATER POLLUTION PREVENTION PLAN PHASE 1 SHEET 2 OF 3 136 1 2 3 4 5 0 i I D 0 50 100 I I o o ROW — — — — — — —P, �- ROW N C:) - - - - - LEGEND —�.�. p.�...�.. �a•��r.r��r.r���� •ar�HUP _--------__-------__------------- ----- __——__--_-- r UP N MAJOR CONTOUR Q o sH Q (1 FT INTERVAL) (n — - 205+00 210+00 —0. (n LOG FD2 ROCK FILTER DAM Z INDIANA AVENUE Z (TY 2) DRAINAGE FLOW = D22 = MSC SEDIMENT CONTROL UROW _, FENCE -- — / ROW -, - �--�> DRAINAGE BREAK SB SAND BAG C CONSTRUCTION ENTRANCE (TY 1) I I I I I I I I I I I � w Ld I � », Cf) B CD \ l r p 0 / , oUP Row — — o GENERAL NOTES D 4 1. EROSION CONTROL DEVICES ARE N e ---- SHOWN DIAGRAMMATICALLY AND w MAY BE ADJUSTED IN THE FIELD, MH `` WITH THE APPROVAL OF THE rc o — — ENGINEERT 0 SUIT CONDITIONS. a a N 215+00-------------- 2W+DD------------ ____-__ — .- —.—. .— - .—.—.L-.-.—.—.—.--`_ -—.—.—.L-.— � _ 2. CONCRETE WASH -OUT LOCATIONS LJJ - — — Z INDIANA AVENUE - - INDIANA AVENUE ARE LOCATII O SHOWN. 0FOR AREA(S) ARE NOT SHOWN. CONTRACTOR IS RESPONSIBLE FOR _ COORDINATION WITH ADJACENT U LANDOWNERS, WHERE APPLICABLE, AND SUBMITTING PROPOSED LOCATIONS FOR CITY APPROVAL. Q ROW / V __-o cP- O TS OO MHO FD2 H A Ld Ln / ; \ CD oQ 1 2 3 4 5 Parkhill ,,NA & C00P _ CNN R, �^ y(PjE �F .TFkgsll+n 1 YS Si.i '•ii 11 n / KVLE W. JACKS N / � � l\. N 02/02/21 O C a i c� C O � v Lubbock TARS CLIENT City of Lubbock 1625 13th Street Lubbock, TX 79401 PROJECT NO. 2696.20 # DATE DESCRIPTION STORMWATER POLLUTION PREVENTION PLAN PHASE 1 SHEET 3 OF 3 137 La IIIIII, om 1311111111111 i=L I I Ej 1 1 1 I 21 �7 1 0 50 100 LEGEND MAJOR CONTOUR (1 FT INTERVAL) EROSION CONTROL LOG FD2 ROCK FILTER DAM (TY 2) —� DRAINAGE FLOW SCF SEDIMENT CONTROL FENCE �--�> DRAINAGE BREAK SB SAND BAG 00000o CONSTRUCTION 0 0 o ENTRANCE (TY 1) GENERAL NOTES 1. EROSION CONTROL DEVICES ARE SHOWN DIAGRAMMATICALLY AND MAY BE ADJUSTED IN THE FIELD, WITH THE APPROVAL OF THE ENGINEER, TO SUIT CONDITIONS. 2. CONCRETE WASH -OUT LOCATIONS AND STABILIZED CONSTRUCTION EXIT LOCATIONS FOR STAGING AREAS) ARE NOT SHOWN. CONTRACTOR IS RESPONSIBLE FOR COORDINATION WITH ADJACENT LANDOWNERS, WHERE APPLICABLE, AND SUBMITTING PROPOSED LOCATIONS FOR CITY APPROVAL. 1 49 Parkhill y�`+�.�E OF� ill• %Y 02/02/21 O Q i o Lubbock TARS CLIENT City of Lubbock 1625 13th Street Lubbock, TX 79401 PROJECT NO. 2696.20 # DATE DESCRIPTION STORMWATER POLLUTION PREVENTION PLAN PHASE 1 A SHEET 1 OF 1 138 La 1111111111111 B M v 9 M 00 � rc � Q o N Ld Z __J U H Q Al 7 ----------------- ROW H F 2 (n b 0 50 100 C) t oo LEGEND MAJOR CONTOUR Q (1 FT INTERVAL) H _ _ EROSION CONTROL (n LOG FD2 ROCK FILTER DAM LJJ Z (TY 2) J —� DRAINAGE FLOW = SCF SEDIMENT CONTROL U FENCE H Q DRAINAGE BREAK SB SAND BAG 00000o CONSTRUCTION 0 0 o ENTRANCE (TY 1) C:) +' GENERAL NOTES U1 ti 1. EROSION CONTROL DEVICES ARE T— SHOWN DIAGRAMMATICALLY AND MAY BE ADJUSTED IN THE FIELD, Q WITH THE APPROVAL OF THE ENGINEER, TO SUIT CONDITIONS. N 2. CONCRETE WASH -OUT LOCATIONS Ld AND STABILIZED CONSTRUCTION Z EXIT LOCATIONS FOR STAGING AREAS) ARE NOT SHOWN. J CONTRACTOR IS RESPONSIBLE FOR = COORDINATION WITH ADJACENT U LANDOWNERS, WHERE APPLICABLE, AND SUBMITTING PROPOSED LOCATIONS FOR CITY APPROVAL. Q 1 1 2 1 3 1 4 1 5 Parkhill ,�H e. cooaF �^ y�(PjE �F .TFkgsll+n 1 YS iSi.i '•ii 11 �n � . ............ a ...........r`�� o / KVLE W.JACKS .. / (l SS i.N..•• _ N 02/02/21 Q Q i i O i Lubbock TFIPS CLIENT City of Lubbock 1625 13th Street Lubbock, TX 79401 PROJECT NO. 2696.20 # DATE DESCRIPTION STORMWATER POLLUTION PREVENTION PLAN PHASE 2 SHEET 1 OF 3 139 DI O O rn ti Q H (n Ld z __J U Q CI O O O 0) Q H N LIJ z J U H Q Al I� I / I \ / 6 50 100 O CD- ROW up - - - u LEGEND - MAJOR CONTOUR Q (1 FT INTERVAL) H _ _ EROSION CONTROL 180+00 - 5+00 19 (n LOG FD2 ROCK FILTER DAM INDIANA AVENUE �, LLJ z (TY 2) 'p21 J -�-�-- DRAINAGE FLOW SCF SEDIMENT CONTROL — - / ROW T T ROW U FENCE Q DRAINAGE BREAK � I I I SB SAND BAG 1 I CONSTRUC °o°o°o I I ENNTRANCET(TOY 1) l I O - ROW P ROW + GENERAL NOTES ---------------------------e- _-' ---------� ------------------- - �� go--=-- UP � O 1. EROSION CONTROL DEVICES ARE v SHOWN DIAGRAMMATICALLY AND "— / MAY BE ADJUSTED IN THE FIELD, - __WITH THE APPROVAL OF THE 1b, ` / ENGINEER, TO SUIT CONDITIONS. 195+00 200+00 �. tin -" -._._._.I-._._._._._.L_._._._._._.L_._._._._._.L_._._._._._.L_._._._._._..._._._._._..._._._._._..._. _. _._ .L_. _. _._�.L_._._._. 2. CONCRETE WASH -OUT LOCATIONS W AND STABILIZED CONSTRUCTION EXIT LOCATIONSSTAGING INOT INDIANA AVENUE z FOR AREA( )ARE y J CONTRACTOR IS RESPONSIBLE FOR = COORDINATION WITH ADJACENT ---------------------------- --- ------------------ — — — — — — — — — — — — -�--—--—--—--— -- — -- AN WN WH A LI A LE. ROWQLOCATIONS U AND SUBMITTING PROPOSED FOR CITY APPROVAL. 1774—r D I - I I 1 LLJ w N --- I 2 U I \ 1v1 1 2 3 4 5 Parkhill OF ill %Y M.. • ; !!! / KVLE W. JACKS N / !q: 98310 •�' !1 SS i.N..•• lN� NA 02/02/21 0 Q L f+ N �N I.L Lubbock TFIPS CLIENT City of Lubbock 1625 13th Street Lubbock, TX 79401 PROJECT NO. 2696.20 Y DATE DESCRIPTION STORMWATER POLLUTION PREVENTION PLAN PHASE 2 SHEET 2 OF 3 140 N7 Parkhill no 0 o ROW O-------- — — ° ^— zujluu H LIJ Z J 2 U--------------- ---- - - - - ----- � - ROW w T Ci no 0■ '•L �_._._._.`._._._._._.`._. INDIANA AVENUE �uM 0 50 100 o ROW. N LEGEND N MAJOR CONTOUR (1 FT INTERVAL) I— _ _ EROSION CONTROL 210+00 N LOG — — — ` . _ . — . — . — . — — . - — FD2 ROCK FILTER DAM LJJ Z (TY 2) D22 J '-- DRAINAGE FLOW = SCF SEDIMENT CONTROL FENCE ROW < DRAINAGE BREAK SB SAND BAG o0000o CONSTRUCTION 0 0 o ENTRANCE (TY 1) GENERAL NOTES 1. EROSION CONTROL DEVICES ARE SHOWN DIAGRAMMATICALLY AND MAY BE ADJUSTED IN THE FIELD, WITH THE APPROVAL OF THE ENGINEER, TO SUIT CONDITIONS. 2. CONCRETE WASH -OUT LOCATIONS AND STABILIZED CONSTRUCTION EXIT LOCATIONS FOR STAGING AREAS) ARE NOT SHOWN. CONTRACTOR IS RESPONSIBLE FOR COORDINATION WITH ADJACENT LANDOWNERS, WHERE APPLICABLE, AND SUBMITTING PROPOSED LOCATIONS FOR CITY APPROVAL. 49 oz)oz)z1 O i Q a i � o Lubbock TFIPS CLIENT City of Lubbock 1625 13th Street Lubbock, TX 79401 PROJECT NO. 2696.20 # DATE DESCRIPTION STORMWATER POLLUTION PREVENTION PLAN PHASE 2 SHEET 3 OF 3 141 1 1 2 1 J 1 4 I u om 13111111111111111111 1 I PLACE TY 2 ROCK FILTER DAM AT DOWNSTREAM END OF CHANNEL GRADING 'r' �7 1 0 50 100 LEGEND MAJOR CONTOUR (1 FT INTERVAL) EROSION CONTROL LOG FD2 ROCK FILTER DAM (TY 2) —� DRAINAGE FLOW SCF SEDIMENT CONTROL FENCE �--�> DRAINAGE BREAK SB SAND BAG 00000o CONSTRUCTION 0 0 o ENTRANCE (TY 1) ------------------------------------------ GENERAL NOTES 1. EROSION CONTROL DEVICES ARE ---- - SHOWN DIAGRAMMATICALLY AND MAY BE ADJUSTED IN THE FIELD, WITH THE APPROVAL OF THE ENGINEER, TO SUIT CONDITIONS. 2. CONCRETE WASH -OUT LOCATIONS AND STABILIZED CONSTRUCTION EXIT LOCATIONS FOR STAGING AREAS) ARE NOT SHOWN. CONTRACTOR IS RESPONSIBLE FOR COORDINATION WITH ADJACENT LANDOWNERS, WHERE APPLICABLE, AND SUBMITTING PROPOSED LOCATIONS FOR CITY APPROVAL. 3 4 5 Parkhill ,�H e. cooaF Q Q i o Lubbock TFIPS CLIENT City of Lubbock 1625 13th Street Lubbock, TX 79401 PROJECT NO. 2696.20 # DATE DESCRIPTION STORMWATER POLLUTION PREVENTION PLAN PHASE 2A SHEET 1 OF 1 142 Parkhill i F i N i I Lj F- I �� I N s' 0 50 100 C:) ROW j \ ROW ROW ROW CD + ROW j — — �-- W co LEGEND UE` up - E _ ��� MAJOR CONTOUR __---_ Zl _`yam — (1 FT INTERVAL) Tc �:r D5 D6 H EROSION CONTROL +00 - 140-00 14s+00 V) LOG L� D,6 I ND I ANA AVENUE LLJ FD2 ROCK FILTER DAM (TY 2) - - - - J -� DRAINAGE FLOW _ - = SCF SEDIMENT CONTROL ROW \ FD2 / R0W oo ROW FENCE 00 --- Q 001 - DRAINAGE BREAK �� SB SAND BAG C I I I I w �, o0000o CONSTRUCTION LLJj o 0 o ENTRANCE (TY 1) LLJ LLJ I # i 1' I 2 I LE -I, I _j, H _j, Z v QI N m i 0■ p t0kRO Q u J �7 U ROW — — Q I ' � i I I I ICI i}I LLJ i _J 1 12 Ld i i N I I CD Ln I I I I I „� ' O Row Row _ ! QF _ — __ __ �e RQWi GENERAL NOTES -------------------o----------- — — 8 �; ��= — — 1P Ln 1. EROSION CONTROL DEVICES ARE -- r- SHOWN DIAGRAMMATICALLY AND MAY BE ADJUSTED IN THE FIELD 150-00 �7 ROW IANA AVENI - - - - Q WITH THE APPROVAL OF THE D9 D1+ F- ENGINEER, TO SUIT CONDITIONS. 15 00 (n 2. CONCRETE WASH -OUT LOCATIONS JE D18 D19 D20 LLJ AND STABILIZED CONSTRUCTION EXIT LOCATIONS FOR STAGING - - - _ _-_--- AREAS) ARE NOT SHOWN. J CONTRACTOR IS RESPONSIBLE FOR = COORDINATION WITH ADJACENT ,- --'-- --- --- -- - --- -- - --------- LANDOWNERS, WHERE APPLICABLE, - - ROW AND SUBMITTING PROPOSED LOCATIONS FOR CITY APPROVAL. I Q I � I I I LLJ I_j Q I I 3 4 5 02/02/21 Lubbock TEXAS CLIENT City of Lubbock 1625 13th Street Lubbock, TX 79401 PROJECT NO. 2696.20 # DATE DESCRVTION STORMWATER POLLUTION PREVENTION PLAN PHASE 3 SHEET 1 OF 2 143 L i 4 b C~ > w L--- -- -- -- -- -- -- -- -- -- -- - LLJ F- LLJ 2 � 00 w ' w I Q I 0 50 100 O I I I O I I I + ROW R ' ROW Zp � \ I --------- ------------- --------- - - - - - -- r ow .^ p° F,---------------------------.---- Row. LEGEND 4 ! - --- - N - t MAJOR CONTOUR Q - - _ (1 FT INTERVAL) F- it "r`� _ _ EROSION CONTROL (n 160+S : 165,00 : LOG .—._._._.`._._._. LLJ INDIANA AVENUE ~ sN FD2 ROCK FILTER DAM Z o sN — (TY 2) � DRAINAGE FLOW oup — — SCF SEDIMENT CONTROL — — — — — ROW — - — — — — * ROW Q ROW 1 I �--�>• DRAINAGE BREAK \ SB SAND BAG C LLJo0000o CONSTRUCTION ENTRANCE (TY 1) LLJ ~ I F2 N I � m i GENERAL NOTES 1. EROSION CONTROL DEVICES ARE SHOWN DIAGRAMMATICALLY AND MAY BE ADJUSTED IN THE FIELD, WITH THE APPROVAL OF THE ENGINEER, TO SUIT CONDITIONS. 2. CONCRETE WASH -OUT LOCATIONS AND STABILIZED CONSTRUCTION EXIT LOCATIONS FOR STAGING AREAS) ARE NOT SHOWN. CONTRACTOR IS RESPONSIBLE FOR COORDINATION WITH ADJACENT LANDOWNERS, WHERE APPLICABLE, AND SUBMITTING PROPOSED LOCATIONS FOR CITY APPROVAL. 0■ Parkhill 02/02/21 fubbock TFIPS CLIENT City of Lubbock 1625 13th Street Lubbock, TX 79401 PROJECT NO. 2696.20 # DATE DESCRIPTION STORMWATER POLLUTION PREVENTION PLAN PHASE 3 SHEET 2 OF 2 144 La 1111111111111 CI N � C:) � 1� B 9 v M � N w o N LLJ Z J U H Q Al 4 b 0 50 100 c) t] t 000 LEGEND MAJOR CONTOUR Q (1 FT INTERVAL) I— _ _ EROSION CONTROL N LOG D14 LLJ FD2 ROCK FILTER DAM Z (TY 2) _j —� -- DRAINAGE FLOW I= SCF SEDIMENT CONTROL oP U FENCE I H l--I--)• DRAINAGE BREAK I � SB SAND BAG 0000°o CONSTRUCTION ENTRANCE (TY 1) I#I Ir� wl I J, , I V GENERAL NOTES 1. EROSION CONTROL DEVICES ARE SHOWN DIAGRAMMATICALLY AND MAY BE ADJUSTED IN THE FIELD, WITH THE APPROVAL OF THE _— ENGINEER, TO SUIT CONDITIONS. 2. CONCRETE WASH -OUT LOCATIONS AND STABILIZED CONSTRUCTION _. EXIT LOCATIONS FOR STAGING — AREA(S) ARE NOT SHOWN. CONTRACTOR IS RESPONSIBLE FOR \ \ COORDINATION WITH ADJACENT LANDOWNERS, WHERE APPLICABLE, h1 AND SUBMITTING PROPOSED LOCATIONS FOR CITY APPROVAL. Parkhill O a i C O � v C I fLubbock TARS CLIENT City of Lubbock 1625 13th Street Lubbock, TX 79401 PROJECT NO. 2696.20 # DATE DESCRIPTION STORMWATER POLLUTION PREVENTION PLAN PHASE 4 SHEET 1 OF 1 145 4' minimum steel or wood posts spaced at 6' to 8'. Softwood posts shallbe 3" minimum in diameter or nominal2" x 4". Hardwood posts shallhave a minimum cross section of 1.5" x 1.5" Connect the ends of the successive reinforcement sheets or rolls a Fasten fabric to the top strand of the wire using minimum of 6 times with hog rings. hog rings or cord at al maximum spacing of 15". ' `/ Attach the wire mesh and fabric on end r posts using 4 evenly spaced staples for wooden posts (or 4 T-Clips or �u1 2 sewn vertical pockets for steel posts). Fri Galvanized welded wire mesh (W.W.M.) (12.5 GA. SWG Min.) with a maximum goo opening size of 2''x 4"or Woven Mesh (W.M.)(See woven mesh option detail) Woven filter fabric F/0� �/ IIIW / ill/ Place 4" to 6" of fabric against the trench / side and approximently 2" across the trench bottom in the upstream direction. Minimum trench size shallbe 6'' square. Backfill and hand tamp. TEMPORARY SEDIMENT CONTROL FENCE air rFilter fabric 3' min. width. Top of Fence Backfill& hand tamp. 90. FLOW "iA\\VV�Vv/A\\Vv' i�\\Y�v/A\ HINGE JOINT KNOT WOVEN MESH (OPTION) DETAIL Galvanized hinge joint knot woven mesh (12.5 GA.SWG Min.) requires a minimum of five horizontalwires spaced at a maximum of 12 inches apart and all vertical wires spaced at a maximum of 12 inches apart. SEDIMENT CONTROL FENCE USAGE GUIDELINES A sediment control fence may be constructed near the downstream perimeter of a disturbed area along a contour to intercept sediment from overland runoff. A 2 year storm frequency may be used to calculate the flow rate to be filtered. Sediment control fence should be sized to filter a maximum flow through rate of 100 GPM/FT . 2Sediment control fence is not recommended to control erosion from a drainage area larger than 2 acres. Embed posts 18" min. or Anchor if in rock. Sediment Control Fence GENERAL NOTES 1. Vertical tracking is required on projects where soil distributing activities have occurred unless otherwise approved. 2. Perform vertical tracking on slopes to temporarily stabilize soil. 3. Provide equipment with a track undercarriage capable of producing linear soil impressions measuring a minimum of 12" in length by 2" to 4" in width by 1/2" to 2" in depth. 4. Do not exceed 12" between track impressions. 5. Install continous linear track impressions where the minimum 12" length impressions are perpendicular to the slope or direction of water flow. Dozer tracks create track imprints parallel to the slope contour. VERTICAL TRACKING Linear soil impressions. �® Deslgn Division ,Texas Department of Transportation Standard TEMPORARY EROSION, SEDIMENT AND WATER POLLUTION CONTROL MEASURES FENCE & VERTICAL TRACKING EC(1)-16 FILE: eC116 DN: TOOT I CK: KM I DW: VP DN/CK: LS © T%DOT: JULY 2016 CONT SECT JOB I HIGHWAY REVISIONS W H- 0 o 1 T �O c , 0 0 0 In s E 0 z o U N L_ O O U U U .+ oa a o C rn c (See Usage Guidelines) 3'. 6' or 9' Galvanized Steel RFDL 3:1 Max. Ditch Flow 3:1 Max. --W- cuwnr Rebar Stakes v::.•OO:a... f':•:..�:%.�000:�Oa ��000�O:�:p•00:1:•�Oi!//� 7 SECTION B-B Galvanized Steel 2' Dia. V Flow Excavation (If shown on construction drawings) Earth embankment A "V" Shape may be used for higher velocity flows. (See "V" Shape Plan View below) FILTER DAM AT SEDIMENT TRAP Zi OR Z� FILTER DAM AT CHANNEL SECTIONS RFDt OR ---Qt� OR nrr.irn wi �nT rem 1. If shown on the plans or directed by the Engineer, filter dams should be placed near the toe of slopes where erosion is anticipated, upstream Width for Payment and/or downstream at drainage structures, and in roadway ditches and channels to collect sediment. 2'Min. Level Crested Weir C 2 2. Materials (aggregate, wire mesh, sandbags, etc.) shall be as indicated Weir 1 by the specification for ''Rock Filter Dams for Erosion and Sedimentation Length ° 1' Min. Control". 3. The rock filter dam dimensions shallbe as indicated on the SW3P plans. 4. Side slopes should be 2:1 or flatter. Dams within the safety zone shall have sideslopes of 6:1 or flatter. 4" Min. 5. Maintain a minimum of 1' between top of rock filter dam weir and top of C embankment for filter dams at sediment traps. PROFILE 6. Filter dams should be embedded a minimum of 4" into existing ground. 7. The sediment trap for ponding of sediment laden runoff shall be of the dimensions shown on the plans. 8. Rock filter dam types 2 & 3 shallbe secured with 20 gauge galvanized Galvanized woven 2' Min woven wire mesh with 1" diameter hexagonal openings. The aggregate shall wire mesh be placed on the mesh to the height & slopes specified. (for Types 2 & 3) The mesh shallbe folded at the upstream side over the aggregate and tightly secured to itself on the downstream side using wire ties or See Note 4 hog rings. For in stream use, the mesh should be secured or staked to the 2 stream bed prior to aggregate placement. 1 = T pes 1 & 2 18" Open graded Type 3 = 36" 9. Sack Gobions should be staked down with 3/4" dio.rebar stakes, and have a rock double -twisted hexagonal weave with a nominal mesh opening of 2 %z" x 3 %4" 10. Flow outlet should be onto a stabilized area (vegetation, rock, etc.). 4" Min. 11. The guidelines shown hereon are suggestions only and may be modified by SECTION C-C the Engineer. ROCK FILTER DAM USAGE GUIDELINES Rock Filter Dams should be constructed downstream from disturbed areas to intercept sediment from overland runoff and/or concentrated flow. The dams should be sized to filter a maximum flow through rate of 60 GPM/FT2 of cross sectional area. A 2 year storm frequency may be used to calculate the flow rate. Type 1 (18'' high with no wire mesh) (3" to 6" aggregate): Type 1 may be used at the toe of slopes, around inlets, in small ditches, and at dike or swale outlets. This type of dam is recommended to controlerosion from a drainage area of 5 acres or less. Type 1 may not be used in concentrated high velocity flows (approximently 8 Ft/Sec or more) in which aggregate wash out may occur. Sandbags may be used at the embedded foundation (4" deep min.) for better filtering efficiency of low flows if called for on the plans or directed by the Engineer. Type 2 (18" high with wire mesh) (3" to 6'' aggregate): Type 2 may be used in ditches and at dike or swale outlets. Type 3 (36" high with wire mesh) (4" to 8" aggregate): Type 3 may be used in stream flow and should be secured to the stream bed. Type 4 (Sack gobions) (3" to 6" aggregate): Type 4 May be used in ditches and smaller channels to form an erosion controldam. PLAN SHEET LEGEND Type 1 Rock Filter Dam RFD1 Type 2 Rock Filter Dam RFD2 Type 3 Rock Filter Dam RFD3 Type 4 Rock Filter Dam RFD4 TYPE 4 (SACK GABIONS) RFD4 Type 5: Provide rock filter dams as shown on plans. o 1 .T0 c l 0 0 0 In 3 0 O E z 0 U N ¢0 U o U U .+ 00 o` o O, c QDrain to sediment trapping device 50' Min. 4' Min. 50' Min. 4 QDrain to sediment trapping device 50' Min. 1.10" Min. 2" X 6" Treated timber plank Typical dimensions 8" X 10" X 8' PLAN VIEW Stabilized R. Driveway --- _O.W--- Disturbed Soil Area See note 2 Af " X 8" treated timbers ailed onto abutted ends wood sheets %2" Min. thick plywood or pressed wafer board sheets tA— A Paved Roadway %2" Min. thick treated plywood or pressed wafer board sheets Approach transition Approach transition 'i Approach transition Approach transition CONSTRUCTION EXIT (TYPE 3) aa,l��.'��.%...'��•t_����.���>:�.t_•�.`��.a 9±h`ik:, _ ..,..•3s��-��-:�-��-� -�-�mk�..:..SHORT TERM Foundation course 6" min. ELEVATION VIEW CONSTRUCTION EXIT (TYPE 1) ROCK CONSTRUCTION (LONG TERM) GENERAL NOTES (TYPE 1) 1. The length of the type 1 construction exit shollbe as indicated on the plans, but not less than 50'. 2. The coarse aggregate should be open graded with a size of 4" to 8". 3. The approach transitions should be no steeper than 6:1 and constructed as directed by the Engineer. 4. The construction exit foundation course shallbe flexible base, bituminous concrete, portland cement concrete or other materiolas approved by the Engineer. 5. The construction exit shollbe graded to allow drainage to a sediment trapping device. 6. The guidelines shown hereon ore suggestions only and may be modified by the Engineer. 7. Construct exits with a width of at least 14 ft. for one-way and 20 ft. for two-way traffic for the full width of the exit, or as directed by the engineer. vuI IV 6"� min.vu' ,c ELEVATION VIEW CONSTRUCTION EXIT (TYPE 2) TIMBER CONSTRUCTION (LONG TERM) GENERAL NOTES (TYPE 2) 1. The length of the type 2 construction exit shollbe as indicated on the plans, but not less than 50'. 2. The treated timber planks shollbe attached to the railroad ties with %2"x 6" min. lag bolts. Other fasteners may be used as approved by the Engineer. 3. The treated timber planks shollbe #2 grade min., and should be free from large and loose knots. 4. The approach transitions shollbe no steeper than 6:1 and constructed as directed by the Engineer. 5. The construction exit foundation course shollbe flexible base, bituminous concrete, portland cement concrete or other material as approved by the Engineer. 6. The construction exit should be graded to allow drainage to a sediment trapping device. 7. The guidelines shown hereon are suggestions only and may be modified by the Engineer. 8. Construct exits with a width of at least 14 ft. for one-way and 20 ft. for two-way traffic for the full width of the exit, or as directed by the engineer. 2" X 8" Timbers Nailed onto ends of wood sheets Disturbed soil 16 Penny Nails 0 1' on centers. GENERAL NOTES (TYPE 3) 1. The length of the type 3 construction exit shall be as shown on the plans, or as directed by the Engineer. 2. The type 3 construction exit may be constructed from open graded crushed stone with a size of two to four inches spread a min. of 4" thick to the limits shown on the plans. 3. The treated timber planks shall be #2 grade min., and should be free from large and loose knots. 4. The guidelines shown hereon are suggestions only and may be modified by the Engineer. c TO C'y O � N O 0 >. O O N O � 3 � O N O Z :- >. E ;,a o U Q c0 O P 0 aC U Ul- u � U N O O l �y0 N C E o E 0 N O 'O c w0 O N� N O x _ xF � N N F N _ N 0�u :5 0l 0 0 ro 0 nt u 0 N O O o ao 0'am o c E � o O _o c ° , O 0 N~t � o 0� x �F O a 000 w E 0 E � J F.UI N on t on ' ., a -0 *ALL WEATHER 0 SURFACE OR 4'DES TERRAIN >8 ESIRABLE o"To 12" Travel OFFSET Lane (TO FACE OF MAILBOX) PAVED LL WEATHER SURFACE SURFACE � 41OR TERRAIN CASE 1. OFF TRAVEL WAY DELIVERY 0 USUAL SHOULDER SEE DETAIL A SEE DETAIL A CASE 2. BACK SIDE DELIVERY Shoulder Edge Line EDGE OF Center Stripe TRAVEL LANE PAVED SURFACE m w Z� J LJ a 3 0I ALL WEATHER ......... (— SURFACE OR �� TERRAIN a - CASE 3. DELIVERY NEAR RIGHT OF WAY LINE Edge Line 6:1 Shoulder — — — — — — — — — — — — — — — — — — — — — 4:1 OR FLATTER — — — — — — — — &DESIRABLE — — — — — — — — — 0"TO 12" — — — — — — — — — 4:� EDGE OF SHOULDER OFFSET T'�fR 1ApER EDGE OF I /N TURNOUT 14'MIN. VARIABLE 6'DES (0' FOR r L SINGLE BOX) q_ FIRST LAST PLAN CASE 1 MAILBOX MAILBOX I— 1 o 0 "'D 01 NEWSPAPER BOX /TUBE -f INSTALL FOUNDATION AT OR BELOW SURFACE ,t DETAIL A ROADWAY VARIES 8'MIN. MAILBOX TURNOUT USUAL VARIABLE WIDENING SHOULDER ADDITIONAL ALL WEATHER SURFACE EDGE OF TRAVEL LANE TYPICAL SECTION CASE 1 0'' TO 12" (FACE OF MAILBOX) EDGE OF SHOULDER - EDGE OF TRAVEL LANE �SUAL SHOULDER GENERAL NOTES: 1. CASE 1 IS THE MOST COMMON METHOD. 2. TURN OUT BEHIND MAILBOX FOR CASE 2 WILL NORMALLY BE ALLOWED FOR NATURAL TERRAIN THAT WILL SERVE AS AN ALL WEATHER SURFACE. 3. ALL WEATHER DRIVEWAYS FOR CASE 3 MAILBOXES LOCATED AT THE RIGHT OF WAY LINE SHOULD NORMALLY BE PLACED IN CONJUNCTION WITH COUNTY ROADS OR OTHER CONNECTING COMMUNITY ROADS OR STREETS. IF THE NUMBER OF MAILBOXES EXCEEDS FOUR, A COMMUNITY MAIL BOX SHOULD BE ENCOURAGED AT THESE LOCATIONS. SEE DETAIL A MAIL DELIVERY VEHICLE TRAVEL DIRECTION SHEET 1 OF 3 Maintenance Division ,Texas Department of Transportation Standard Guideline MAILBOX SIDE ROAD PLACEMENT AND TURNOUTS MB-14(2) FILE:MB14(2).DGN DN:JEO CK: DW:JEO CK: ©T00T MAY 2014 CONT SECT JOB HIGHWAY REVISIONS DECEMBER 2012-NEW TXDOT TITLE BLOCK DIST COUNTY SHEET N0. 149 TO o0 >° O C U o v O � s ' O N o z �T:- , tU:o o In � a o rn U f/1-Z U N 00 l a`I. �yN E ��E a,00 w0 O . N O _ F � N N F N _ N :5 N l 0 Too nt o d doh o ao o'am D=E O 0 0 c o m o0 N0 m tH x �TD a 0wo W E N E N t J F.UI N U N ,C a -0 4'-1 6„ MAILBOX j LENGTH 23.5" —• --�� MIN w MAX. I z HEIGHT 13.5" —� 7'MIN. J 13 MAX. MIN 1'- 0" jo ry 12!' 3'-" COLD MIX OR SIMILAR " DIA. SEALER PVC ' I TYP "A" C & G 18 I MAILBOX SIDEWALK INSTALLATION RELATIVE TO ANY OTHER OBSTRUCTION SUCH AS A SIGN (MINIMUM BORDER DISTANCE) SIGN �i (POST OUTSIDE DIA. = 2.875'') ..-�91s .��• x. r ,�°��,.:8.�6 '.'e� .sue �+1 "pe "� 'y,7 :;>.,-;° MAILBOX SECURED ` g: WITH COLD MIX OR SIMILAR SEALER ate' e, ;a'�':`°'• .e' ``°' y` °`?.' 5MIN. WIDTH 11.5'' MAX. � Z w �." . o 6' DIA. PVC 7;®' _ <•::�; VAR. CURB & GUTTER I _4'T0 6' DESIRABLE LENGTH 23.5" —� MAX. HEIGHT 13.5" MAX. 1'- 6" 5-FOOT SIDEWALK ra -MAILBOX 3'- 6" TYP "A" C & G�18" MAILBOX :SIDEWALK :INSTALLATION :(DESIRABLE BORDER DISTANCE) SEE MB-15(1) x ,4 .4 •' .4 ,� , SHEET 3 OF 4 WIDTH 11.5" MAX. i Y "CONC. SIDEWALK yf xiy�4yWyl CURB & GUTTER iiW '4a•4e BUFFER AREA — y yyy x g'. _4e.4�,4. Wy y+° °•e °,e, BETWEEN CURB AND SIDEWALK (GRASS) �. ... ...�. . SHEET 2 OF 3 MAILBOX I j 23.55' MIN MAXGTH j HEIGHT MAX. 13.5" I LLJ MIN 1'- 0" z I� j3 12',' 3'- 'o VAR. TYPE 4 FOUNDATION jc� SEE MB-15(1) SHEET 3 OF 4 I TYP "A'' C I - & G 18„ MAILBOX SIDEWALK INSTALLATION RELATIVE TO ANY OTHER OBSTRUCTION SUCH AS A SIGN (MINIMUM BORDER DISTANCE)- 5' MIN ,'•q :eP:W:re VAR. CURB & GUTTER PLAN VIEW 4'to 6' Ease DESIRABLE MAILBOX LENGTH 23.5" MAX. HEIGHT 13.5" — MAX. 1'- 6" 12' TYPE 4 FOUNDATION 3'- 6' SEE MB-150) SHEET 3 OF 4 5'-MIN. TYP "A" C & G I 18" MAILBOX 'SIDEWALK 'INSTALLATION ;(DESIRABLE BORDER DISTANCE) SEE MB-15(1) SHEET 3 OF 4 WIDTH 11.5" MAX. _ s W CONC. SIDEWALK Al CURB & GUTTE y -4. BUFFER AREA BETWEEN CURB AND SIDEWALK J (GRASS) / *OBJECT — —MARKER TYPE 2 SxEET 3 OF 3 — —SEE MB-150) FOR MORE F•,P 32" MULTIPLE MAILBOX SUPPORT TYPES ,Texas Department of Trans / DIRECTION OF 54 112" VEHICULAR TRAFFIC IN ADJACENT LANE 10. MULTIPLE MAILBO, -^2211" BEHIND CURBS WITI ELEVATION SIDEWA ---. .... nnAn^ TYPE 4 FOUNDATION SEE MB-150) M B -14 SHEET 3 OF 4 Newspaper Box /Tube Direction of FLTraffic in Adjacent ��Lon e < � SIDE F-iI — Newspaper Box /Tube Iy�U111 Type 2 Object Marker Facing Traffic J FACTORY INSTALLED MAILBOX BRKT. READ. ype 2 Object lorker Facing raffic X14GA.00TAGONAL PC ANCHOR 21/4" X12 GA.X30" LONG GALV SQ TUE TYPE 7 FOUNDATIO. R SUPPORT/FOUNDATION TAILS SEE SHEET 3 OF 4 Typical Molded Plastic Mailbox Mail Storage Compartment 8" ype 2 12" t Marker Type 2 *Object M 7WAl- Marker Formed tube W support frame 2 inch O.D. by .065 wall thickness, Welded mechanical tubing. DHT No.149339 Two-3/8" Dio.x 5" bolt each bolt has 2 flat washers and nuts. 2 Object r Facing is SINGLE AND DOUBLE MAILBOX MOUNT FOR SUPPORT/FOUNDATION DETAILS SEE SHEET 3 OF 4 « Type 2 object marker in accordance with Traffic Engineering standard Delineators & Object Markers - Installation D&OM (1) or tube type post wrapped with 12 " Conformable Reflective Sheeting in accordance with DMS 8300 for tubular post needed to produce a smooth wrap around tube, DHT 161812 or 3 each of 3" x 4" Conformable Reflective Sheeting tabs (DHT 165382) or 1 each of 3" x 12" Reflective Sheeting. 56" Secure Newspaper pNewspoper Receptacle with Casting DHT 158358 U-bolt DHT 163731 Direction of Traffic in Adjacent Lane ct 3i" DIA. ker 8e 2 HOLES (TYP.) 2 3/8" O.D. x .065 WHITE -COATED PIPE DHT: 164116. Angle leg Type 1 Support/Fnd. See Sheet 3 of 4 - FRONT BACK PLATE BRKT n Type 2 Object Marker Facing Traffic J —%" BOLT a U_ N Can be used for all mailbox supports 6� SQUARE TUBE ANCHOR 2„ 2 %" SQ. X 12 GA. X30" LONG GALVANIZED STEELG-90 3" ZINC COATING:DHT 166103 6' TYPE 7 FOUNDATION -- — — — — — � 42.5" MIN. FLAT AREA Note: Mailbox installations in sidewalk areas shallbe in accordance with the latest TxDOT Pedestrian Facilities Curb ramps standard *PED-XX for pedestrian facilities. *PED-XX: XX is the standard year for example PED- 12 , PED-13,etc. Preferred placement of Emergency Location Number F. 9482 to 8" Emergency Location Numberor Object Marker Type 2 PLACEMENT OF EMERGENCY LOCATION NUMBER Location Number shall be placed on: 1. A yellow, type A plate with class 1 flat surface reflective sheeting in accordance with DMS 8600. The color of numbers shall be black. or 2: A green or blue plate with white numbers attached to post beside the object marker. Other contrasting color con figurotion, as approved . may be used. (Use Same type plate as used for the type 2 Object Marker. Recommended sign size is 6" by 15' ) NOTE: - ALL WELDS %4" AROUND ALL JOINTS. POWDERCOAT WHITE 50" F25" TYP.) l 1/4, %" X %2" X 2" FLATS WELDED TO — SIDES TO GIVE PROPER HEIGHT & PREVENT TURNING FRONT Secure Newspaper e Receptacle with Casting DHT 158358 I DHT 163731 or or similar Type 2 Object Marker Facing Direction of Traffic Traffic in Adjacent Lane 2"X14 GA.00TAGONAL WHITE COATED OR GALVANIZED STEEL G-90 ZINC COATING DHT 166114 OR DHT 166153 t MULTIPLE MAILBOX MOUNT INDEX OF MAILBOX DETAIL SHEETS FRONT 1 of 4 MAILBOX MOUNTING AND SPACING 2 of 4 MAILBOX BRACKET CONNECTING DETAILS 3 Of 4 MAILBOX SUPPORT / FOUNDATION 4 of 4 TABLE OF DHT NUMBERS Z/ F 378" DIA. HOLES (TYP.) TYPICAL MAILBOX SIZE LIGHT WEIGHT MATERIAL SHEET METAL **PLASTIC LENGTH I WIDTH HEIGHT MAXIMUM WEIGHT SIZE INCHES POUNDS SMALL 19 %2 6 7 1 5 5 MEDIUM 22 Y2 8 11 !/2 7 7 LARGE 23 %2• 11 %2• 13 %2• 10 10 Maximum allowed dimensions for mailbox Excluding Molded Plastic on 4 X 4 Post LOCKABLE ARCHITECTURAL MAILBOX SIZE (INCHES) VIEW TOP BOTTOM FRONT SIDE BACK SIDE WEIGHT SIDE 18 15 18.3 15 (POUNDS) BACK 11 %2 11 %2 15 22.4 Mailboxes shall be made of light weight sheet metalor light weight plastic. Lockable architectural mailboxes shollmeet the MAILBOX SIZES requirements of the above table. Heavy steel, cast iron or decorative mailboxes shall not be used on the state highway system. No large mailbox on traffic side. *Object — Marker Type 2 32" Direction of Traffic in Adjacent Lane 54 1/2" Wedge to be placed on the side of the post adjacent to roadway. 22 112" L TYPE 4 FOUNDATION DOUBLE AND MULTIPLE MAILBOX FOR SUPPORT/FOUNDATION DETAILS SEE SHEET 3 OF 4 FOR DHT NUMBERS SEE SHEET 4 OF 4 light weight receptacle for newspaper delivery in be attached to mailbox posts as shown on its page if the receptacle: • Does not touch the mailbox. • Does not present a hazard to traffic or delivery of the mail. • Does not extend beyond the front of the mailbox. • Does not display advertising, except the publication title. • Newspaper receptacles on separate supports are prohibited. 4' Clear Distance between multiple installations and 2' clearance between double or single installations and the multiple installation. DHT tt s 164116 or 149339. MULTIPLE MAILBOX PLACEMENT *Object Marker Type 2 32" W. X 1 Y2'. STIFFENER FLATS SIDE LOCKABLE ARCHITECTURAL MAILBOX PLAN VIEW @PACT SEE SHEET 4 OF 4 19 FOR DETAILS I 2 rl 12• 1. ELEVATION VIEW I L� It approx. 2' 36" MIN. SEE TOP RIGHT CORNER OF SHEET 2 OF 4 Clear Distance between single or double mounted posts. (Normally when 3 or more mailboxes are in one location, a multiple support is used). SINGLE & DOUBLE MAILBOX PLACEMENT SHEET 1 OF 4 Maintenance Division ,Texas Department of Transportation Standard MAILBOX MOUNTING AND SPACING MB-150 ) FILE:111314M.DGN DN:JEO CK:JEO DW: CK: (DT%DOT APRIL 2015 CONT SECT JOB I HIGHWAY REVISIONS: kdded dditlonolnevspaP., ec epta le for double —ib- "PP"t DIST COUNTY SHEET N0. 152 TO c'y 0 o0 V O � s O N Z E ;.a o U C a rn 4) a c U N �yN c E E a,00 c w0 '0 n N o x N N � • d= m a)�u :5 N l 0 ro 0 nt u d do0 o ao rn aY D c E C, 0 0 c0 o m 00 N 0 mo 0 x �F o a owo w EdE� t J F.UI N U t V E a -0 Bolt cet f... For bolt sizes see details below for "SMALL MAILBOX" and "MEDIUM AND LARGE MAILBOXES" SINGLE MAILBOX O Q Part "B" Angle Bracket Connector 0 o0 Part "A" Angle Bracket Connector DHT 162323 Brackets Part "B" Angle Bracket Connector Port "'A" Angle Bracket + Connector Adapter Plate to Bracket Attachment, 4 - 3/8" D io.x 3/4 bolt; each bolt has 2 flat washers, lock washer and nut per each bolt (Not permitted for Large Mailboxes) DOUBLE MAILBOX Bracket �� Mailbox Bracket to mailbox attachment: 6 - %4" Dia. x 3/4" bolt w/ 2 flat washers and nut per each bolt. Angle to bracket attachment: 2 - 3/8" Dia. x 3/4" bolt with 2 flat washers, lock washer and nut per each bolt. Angle to 2 - 3/8' Dia. x 2%2" bolt with 2 flat washers, lock washer and nut per each bolt. SMALL MAILBOX MUT 1L7AA9 Part "B" Angle Bracket Connector Bolts Bracket Drill 7/18' hole through formed tube support frame %" Dia. bolt x 33/4to 4" bolt with 2 flat washers, lock washer and nut Part "A" Angle Bracket Connector MULTIPLE MAILBOX III ��0 Part "A" Angle Bracket Connector Use both Parts "A" and "B" Angle Bracket Connectors for Winged Channel Posts For use with galvanized thinwall steelposts DHT # 143426 or For use with RCR post DHT p 161442 or powder -coated thinwall galvanized thinwall steel post steel post DHT # 162911. DHT # 143426 or powder -coated thinwall steel post. DHT p 162911. ,0 O0 ,0 To be used with 2 3/8' OD RR or thinwall Steel posts. WELDED SINGLE MAILBOXBRACKET To be used with thinwall Steel posts. Not to be used with RR posts. WELDED DOUBLE MAILBOX BRACKET WITHADAPTER PLATE 15' Bracket Extension Bracket to mailbox attachment: 6 - %4" Dia. x 3/4" bolt w/2 flat washers and nut per each bolt. Bracket Bracket to bracket extension attachment: 2 - 1/4" Dia. x 3/4" carriage bolt w/ �i flat washer, lock washer and nut per bolt (4 bolts required if 2 bracket extensions are used). i Angle to bracket attachment: Mailbox 2 - 3/8" Dia. x 3/4" bolt w/2 flat washers, lock washer and nut per each i bo It. Angle to mailbox support pport attachment: Adjustable 2 - 3/8" Dia. x 2 %2" bolt w/2 flat Space washers, lock washer, and nut per each bo It. Medium size mailboxes one extension bracket Large size mailboxes - two extension brackets MEDIUM AND LARGE MAILBOXES 0 0 0 0 r%uT dF170n Used for mounting two Mailboxes on the some post. ® 14 GA. Galy. Steel a adapter plate for double O mount a e ® O a o DHT 166108 O O HARDWARE AT TXDOT REGIONAL WAREHOUSES DHT- 148939 DHT 148938 Brackets and adapter late shown in this section Used for extending 6" wide bracket p p Mailbox Bracket to attach larger mailboxes. should be available to the Contractor when stated elsewhere in plans or specifications. Bracket Extension Mailbox Brkt, 14 GA. Golv. Steel ® 2 Reqd. ADUVST 6„ ro 8„ DHT 166105 ELEVATION VIEW 11 O Connection Details 17" T7" ISOMETRIC VIEW Preferred placement of Emergency Location Number XR5.25" min; YR5.75" min 18" 7 15.3" 9482 15" Emergency Location Nomberor Object Marker Type 2 8" Plate Washer for Ar& Mailt PLAN VIEW BOTTOM N � _ ri v U7 `r M O Plate Washer for Architectural Mailbox Plate, 2" x 1/8'' ASTM A36 Steel Bolt, 3/8 x 1-1/4 hex asher, 3/8 flat � \\ { Washer Washer, 3/8 flat Washer, 3/8 lock DETAIL A Nut. 3/8 hex Wash LOCKABLE ARCHITECTURAL MAILBOX CONNECTION DETAILS 1. Connecting hardware detailed on this sheet is for the hardware that the Deportment stocks at the Regional Warehouses. This hardware is available to the contractor only when so stated elsewhere in the plans or specification. 2. Hardware for mounting mailboxes to the support/foundation furnished by industry should be used when shown on the Maintenance Divisions "Approved Products List." Only mailbox hardware that have been crash tested in accordance with NCHRP Report 350, willbe on the approved list. 3. Hardware furnished by industry shallbe erected in accordance with the manufacturers recommendation. 4. Bracket and bracket extension shallbe constructed of 14 gauge galvanized steel sheet metal. 5. The angles, brackets and adapter plates shall be constructed of 12 gauge galvanized steel sheet metal. 6. Items with evidence of damage to the galvanized coating or wet storage stains (white rust) w(Ilnot be accepted. SHEET 2 OF 4 -I Maintenance 1 AMDivision ,Texas Department of Transportation Standard fo�_ 0 ° MAILBOX BRACKET ° CONNECTING DETAILS DHT 159489 DHT 159490 DHT 2917 MB-150 ) Part "B" Angle Bracket Part "A" Angle Bracket For Temporary Angle Bracket Connector Mailbox Connector See Table of Applicable DHT Numbers on sheet 4 of 4 for DHT description and unit of measure. FILE:MB14(1).DGN DN:JEO CK: DW:JEO CK: ©T00T APRIL 2015 CONT SECT JOB HIGHWAY REVISIONS ADDED DHT 163730 DIST COUNTY SHEET N0. 53 9/,e' Hole �� 8/2 ►i End View Galvanized Top View Thin wall Isometric view Steeltube DHT 143433 of Wedge (approx 2'-2%2" dia) NOTES FOR TYPE 2 SUPPORT/FOUNDATION Direction A. Galvanize steelsupport of Travel foundation in accordance with Item 445 Galvanizing. B. Alldimensions should be varied to fit a 2 inch Mailbox thin wall steel tube Post if approved by the Engineer. FZ- LL I 24" I 2.375" DHT 143433 • Flush O V -Wing Socket Le J 9 FRONT SIDE Two 2.5" j/8 �� DHT No. 149340 Galvanized DIA. �y Constructed Flush Angle Leg WEDGE ANCHOR / HOLES 1" with ground surface 12 GAUGE GALVANIZED Two Part "A" angle Direction DHT 143434 I 5, brackets connect of Travel mailbox bracket to round post or 2 T/8' O.D. approved commerciolly DHT No.46625 HT No.160446 27" available brackets. Insert formed tube 7" to 9" � ---*-Galvanized Post into V-wing socket. (thin wall steel tube) WEDGE ANCHOR cut in field to meet required mailbox height DHT 143426 MAILBOX POST TYPE 1 SUPPORT/FOUNDATION TYPE 2 SUPPORT/FOUNDATION THIN WALL STEEL TUBE w/ V-LOC ANCHORAGE THIN WALL STEEL TUBE w/ WEDGE ANCHOR SYSTEM 2 X 0.187" DHT No.166112 \ DHT No.166103 2%4" SO. X 12 GA. X 24 30" OR 36" LONG TYPE 7 MAILBOX SUPPORT/FOUNDATION CONNECTION DETAIL Winged Channel Post (2 Ibs/ft) 3' in loose a material,or co as shown ivUn ¢ elsewhere on a plans, or as > approved by the Engineer Direction of Travel Attach Object /� Marker facing \1 direction of traffic. DHT No.4289 to ASTM A 1011 SS GRADE 50,STEEL. TYPE 3 SUPPORT/FOUNDATION WINGED CHANNEL POST MB-(X) ASSM TY Type of Mailbox S = Single D = Double M = Multiple SP = Single Plastic Type of Post WC = Winged ChonnelPost RR = Recycled Rubber TWW = Thin Walled White Tubing TWG = Thin Walled Galvanized Tubing TIM = Timber Type of Foundation Ty 1 = V-Loc Ty 2 = Wedge Anchor Steel System Ty 3 = Winged Channelpost Ty 4 = Wedge Anchor Plastic System Ty 5 = 4 X 4 Post Ty 7 = Wedge Anchor Type of Bracket AB = Angle Bracket. TB = 2.375" Tube Bracket Note on DHT Number See Table of Applicable DHT Numbers on this sheet 4 for DHT description. 4-HDTP WEDGE DHT 160892 INSTALL FLUSH WITH -OP OF 12" DIA x 30" )EEP CONCRETE) Socket — DHT 160891 Place wedge on oncoming traffic side. Class "B" Concrete Foundation in Accordance with Item 421 Hydraulic Cement Concrete DHT 164116, - DHT 162911, OR DHT 161442 17" 30" 12" For RR post, galvanized thinwall steelpost, or powdercoated steelpost. 30" footing is for powdercoated multiple. TYPE 4 SUPPORT/FOUNDATION FOR WHITECOATED STEEL POST, MULTIPLE POST, AND RECYCLED RUBBER. (XX) DOUBLE AND LARGE MAILBOXES MUST BE ON STEEL POST. *HDTP: High density thermoplastic polyesters 4' 4'6' 4X4 Treated I Timber Posts 2'0" 2'6" Required Embedment TYPE 5 SUPPORT/FOUNDATION FOR ONE PIECE MOLDED PLASTIC MAILBOX ONE PIECE MOLDED PLASTIC MAILBOXES Molded Plastic Mailboxes shallbe installed on 4"x4" treated timber posts only. The use of steel pipe or structural tubing in place of timber post is prohibited. Annie h—!,k t —II/ III Field drillhole /q I\I\✓` It hondl drum handle for this bolt. Placed on approved plastic drum as shown in the Compliant Work Zone Traffic Control Devices (CWZTCD). Existing attachment hardware shallbe used unless damaged. Damaged hardware shallbe replaced. TYPE 6 TEMPORARY MAILBOX SUPPORT CONNECTION DETAIL GENERAL NOTES 1. Erect post plumb or vertical. 2. When galvanized part is required galvanize in accordance with Item 445. 3. type 1, 2, 3, 4 or 7 supports or foundation can be used for single or double mailbox installotions.The RCR post should be used only for a single installation with a smallmoilbox. The Type 5 support/foundation is used for the single molded plastic mailbox. The Type 4 support/ foundotion is used for the 2.375" O.D. RR post, thin wall steel post, and white multiple mailbox post. 4. The Type 1 or type 7 support/foundation can be used for a multiple mailbox mount. 5. The Type 4 support should be used with thin wall steelpipe for the medium, large and double mailbox installations. 6. Use a concrete footing as shown or when directed. Concrete footing will be required when soils do not hold the support/foundations in a stable condition. SHEET 3 OF 4 -I Maintenance Division ,Texas Department of Transportation Standard MAILBOX SUPPORT AND FOUNDATION MB-150 ) FILE:MB14(1).DGN DN:JEO CK: DW:JEO CK: (DT00T APRIL 2015 CONT SECT JOB HIGHWAY REVISIONS DIST COUNTY SHEET NO. 154 LOCKABLE ARCHITECTURAL MAILBOX 42" O" 17' 30" LOCKABLE ARCHITECTURAL MAILBOX DETAILS * 12' SINGLE -MOUNT INSTALLATION PARTS u PART NAME PART/DHT # QTY 1 SOCKET,TYPE 4 FOUNDATION 160891 1 2 WEDGE FOR TYPE 4 FOUNDATION 160892 1 3 THIN -WALL WHITE STEEL TUBE 2.375 OD 162911 1 4 IBRACKET FOR ATTACHING MAILBOX 161443 1 5 ARCHITECTURAL MAILBOX SEE NOTE 1 6 NUT, 5/16" HEX NUT, 5/16" HEX 1 7 BOLT, 5/16 X 3 HEX GRADE 5 1 8 PLATE WASHER FOR ARCHITECTURAL MAILBOX SEE SEE SHEET 2 2 9 WASHER.3/8 FLAT 8 10 WASHER, 3/8 LOCK 4 11 NUT, 3/8 HEX 4 12 BOLT, 3/8 X 1-1/4 HEX GRADE 5 4 13 CONCRETE, CLASS B (2000 PSI) 1 IMPACT TABLE OF APPLICABLE DHT NUMBERS DHT NUMBER DESCRIPTION FOUNDATIONS 46625 WEDGE FOR V-WING SOCKET FOR TYPE 1FOUNDATION 149340 V-WING SOCKET FOR TYPE 1FOUNDATION 143433 WEDGE FOR TYPE 2 FOUNDATION 143434 ANCHOR FOR TYPE 2 FOUNDATION 166103 ANCHOR FOR TYPE 7 FOUNDATION 160891 SOCKET FOR TYPE 4 FOUNDATION 160892 WEDGE FOR TYPE 4 FOUNDATION 166104 WEDGE FOR TYPE 7 FOUNDATION POSTS 4289 WINGED CHANNEL MAILBOX POST 149339 MULTIPLE MAILBOX POST (GALVANIZED TUBING) 164116 MULTIPLE MAILBOX POST (WHITE COATED) 166114 MULTIPLE MAILBOX POST (WHITE COATED OCTAGONAL) 166153 MULTIPLE MAILBOX POST (GALVANIZED OCTAGONAL) 161442 IRECYCLED RUBBER POST.FOR SMALL MAILBOX ONLY 143426 THIN -WALL GALVANIZED STEEL TUBE 2.375" OUTER DIAMETER 162911 THINWALL WHITE STEEL TUBE 2.375" OUTER DIAMETER 166152 SINGLE OR DOUBLE THIN -WALL MAILBOX POST GALVANIZED 2" OCTAGONAL 166112 SINGLE OR DOUBLE THIN -WALL MAILBOX POST WHITECOATED 2" OCTAGONAL REFLECTIVE SHEETING 161812 REFLECTIVE SHEETING FOR EMERGENCY LOCATION NUMBER PANEL CONNECTING HARDWARE 2917 JANGLE BRACKET USED FOR TEMPORARY MAILBOX SUPPORT 166105 BRACKET FOR SINGLE MOUNTING OF MAILBOXES (MOUNTING KIT) 3789 PLATE FOR DOUBLE MOUNTING OF MAILBOXES 166108 BRACKET FOR DOUBLE MOUNTING OF MAILBOXES (MOUNTING KIT) 166111 BRACKET FOR MULTIPLE MOUNTING OF MAILBOXES (MOUNTING KIT) 48939 BRACKET FOR ATTACHING SMALL OR MEDIUM SIZE MAIL BOX 48938 7XTENDER TO BRACKET FOR ATTACHING LARGE MAILBOX 59489 ANGLE BRACKET PART A 59490 ANGLE BRACKET PART B 162323 RACKET FOR DOUBLE MOUNTING OF MAILBOXES ON THINWALL ISTEEL POST.GALVANIZED OR POWDERCOATED. 161443 RACKET FOR ATTACHING MAILBOX TO RECYCLED RUBBER POST ND TO MULTIPLE WHITE MAILBOX POST 158358 CASTING (NEWSPAPER RECEPTACLE BRACKET) 163731 U-BOLT (NEWSPAPER RECEPTACLE BRACKET) 160698 BOLT;HEX HEAD.GALV;3/8"DIA X 3/4"L HD,W/2-FLAT WASHERS 163750 BOLT;HEX HEAD, GALV;3/8" X 1-1/2, 16 NC, W/WASHERS 160701 BOLT;HEX HEAD, GALV;3/8"DIA X 2-1/2"L, HD. W/2-FLAT WASHERS 163730 BOLT;HEX HEAD, GALV;3/8" X 3-1/2", NC. W/NUT, 2 FLAT WASHERS 160699 BOLT;HEX HEAD,GALV;3/8"DIA X 3-3/4"L HD,W/2-FLAT WASHERS 160700 BOLT;HEX HEAD, GALV;3/8"DIA X 4"L HD, W/2-FLAT WASHERS SHEET 4 OF 4 -I Maintenance Division ,Texas Department of Transportation Standard DHT NUMBERS TABLE MB-150 ) F ILE714(1).DGN DR. CK: EW: CK: ©T%00T APRIL 2015 CONT SECT JOB HIGHWAY REVISIONS ELEVATION VIEW