Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Resolution - 2022-R0089 - Contract 16156 with Bo Simon, Inc 2.22.22
Resolution No. 2022-R0089 Item No. 7.10 February 22, 2022 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. 16156 for Vintage Township stormwater system improvements as per RFP 22-16156-TF, by and between the City of Lubbock and Bo Simon, Inc., of Canyon, 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 February 22, 2022 DANIEL M. POPE, MAYOR ATTEST: Re a ca Garza, City Sec to APPROVED AS TO CONTENT: uVi'VJ_ Jesica McEachern, Assistant City Manager APPROVED AS TO FORM: elli Leisure, Assistant City Attorney ccdocs/RES.Contract 16156 Vintage Township stormwater 1.18.22 PROPOSAL SUBMITTAL FORM PRICE PROPOSAL CONTRACT DATE: ���'- 1 PROJECT NUMBER: RFP 22-16156-TF Vintage Township Storm Water System Improvements Proposal of Bo Simon Inc (hereinafter 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 Vintage Township Storm Water System Improvements 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. The price to cover all expenses incurred in performing the work required under the contract documents. PROPOSED CONSTRUCTION TIME: 1. Contractors proposed CONSTRUCTION TIME for completion: TOTAL CONSECUTIVE CALENDAR DAYS: 135 (to Substantial Completion) TOTAL CONSECUTIVE CALENDAR DAYS: 150 (to Final Completion) (not to exceed 150 consecutive calendar days to Substantial Completion / 165 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 150 Consecutive Calendar Days with final completion within 165 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 $4,000 for each consecutive calendar day after substantial completion and liquidated damages in the sum of$4,000 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 28 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. City of Lubbock, TX Public Works RFP 22-16156-TF Vintage Township Storm Water System Improvements Bo Simon, Inc. of Canyon, TX QTY Unit Extended # Items +/- U/M Price Cost General #1-1 Project Mobilization 1 LS $ 35,000.00 35,000.00 #1-2 Barricades, Signs, and Traffic Handling 5 MO 3,500.00 17,500.00 #1-3 Remove Existing Asphalt Pavement 966 SY 20.00 19,320.00 #1-4 Remove Existing Concrete Street Pavement 147 SY 30.00 4,410.00 #1-5 Remove Existing Alley Return, Sidewalk, Drainage Flume 165 SY 30.00 4,950.00 #1-6 Remove Existing Curb & Gutter, Sawtooth Curb & Gutter 246 LF 30.00 7,380.00 #1-7 Relocate 6" Irrigation Water Line 1 LS 5,500.00 5,500.00 #1-8 Relocate 8" City Water Line and Add New Isolation Valve 1 LS 13,000.00 13,000.00 #1-9 Trench Excavation Box Pipe 500 LF 200.00 100,000.00 #1-10 Earthen Berm Relocate 1 LS 39,000.00 39,000.00 # 1-11 Basin Excavation 500 CY 22.00 11,000.00 #1-12 Install 6ft X 2ft Concrete Box Pipe 986 LF 400.00 394,400.00 #1-13 Install PCU Curb Inlet W/ 2-5' Extensions 4 EA 12,500.00 50,000.00 #1-14 Install PCU Curb Inlet - No Extension 2 EA 10,500.00 21,000.00 #1-15 Install Setb-Cd Type I 1 EA 35,000.00 35,000.00 #1-16 Install Cast -In -Place Connection Union 6 EA 3,500.00 21,000.00 #1-17 Install New Asphalt Pavement 966 SY 40.00 38,640.00 #1-18 Install New Concrete Pavement 147 SY 45.00 6,615.00 #1-19 stall New Concrete Alley Return, Sidewalk, Drainage 237 SY 45.00 10,665.00 Flume #1-20 Install South Handicap Ramp 1 EA 1,200.00 1,200.00 #1-21 Install New Curb, Sawtooth Curb 172 LF 45.00 7,740.00 #1-22 Install Flowable Backfill 225 CY 200.00 45,000.00 #1-23 Install Mortared Rock -Rip -Rap 83 SY 130.00 10,790.00 #1-24 Erosion/SWPP Plan and Protection 1 LS 15,000.00 15,000.00 #1-25 Tree Pruning and Protection 1 LS 7,500.00 7,500.00 #1-26 Seeding 3 AC 3,000.00 9,000.00 Total: $ 930,610.00 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. 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 ($_ ) or a Proposal Bond in the sum of 5110 of hid amount Dollars ($ ), 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: Sec • tary Offeror acknowledges receipt of the following addenda: Addenda No. Date Addenda No. Date Addenda No. Date Addenda No. Date Date: �P66vilt_ignature —Cale[) Stephenson (Printed or Typed Name) 110 Simon Inc Company 28700 1 IW Y 87 Address Canyon Randall City, Countyy Texas 79O1 5 State Zip Code Telephone: 806 - 801-0246 Fax: - Email: b.simon (i,bosimoninc.coni FEDERAL TAX ID or SOCIAL SECU No. 47-4995526 M /WBE Finn: Woman Black American Native American Hispanic American Asian Pacific American Other (Specify) Ed CERTIFICATE OF INTERESTED PARTIES FORM 1295 1of1 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: 2022-841926 1 Name of business entity filing form, and the city, state and country of the business entity's place of business. Bo Simon Inc Canyon, TX United States Date Filed: 01/20/2022 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: 01/25/2022 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. 16156 Vintage Township Storm Water System Improvements 4 Name of Interested Party City, State, Country (place of business) Nature of interest (check applicable) Controlling Intermediary Simon, Bo Loma, CO United States X 5 Check only if there is NO Interested Party. ❑ 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) runns provtueu vy i exas t_ nics Commission www.etnlcs.state.tx.us Version V1.1.191b5cdc CERTIFICATE OF INTERESTED PARTIES FORM 1295 loll Complete Nos. 1- 4 and 6 if there are interested parties. Complete Nos.1, 2, 3, 5, and 6 if there are no interested parties. OFFICE USE ONLY CERTIFICATION OF FILING Certificate Number: 2022-841926 Date Filed: 01/20/2022 Date Acknowledged: 1 Name of business entity filing form, and the city, state and country of the business entity's place of business. Bo Simon Inc Canyon, TX United States 2 Name of governmental entity or state agency that is a party to the contract for which the form is being filed. City of Lubbock 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. 16156 Vintage Township Storm Water System Improvements 4 Name of Interested Party City, State, Country (place of business) Nature of interest (check applicable) Controlling Intermediary Simon, Bo Loma, CO United States X 5 Check only if there is NO Interested Parry. ❑ 6 UNSWORN DECLARATION My name is 1 t S� ri tV cr and my date of birth is My address is Z 6) S y AJ f L0... V ems. -r k 14 c-t S lIl S 4, I (street) (dty) (state) (zip code) (country) I declare under penalty of perjury that the foregoing is true and correct. Executed in R a^ �l� County, State of %r X on the .10 day of (month) (year) Signature of authorized agent of contracting business entity (Declarant) Forms provided by Texas Ethics Commission www.ethics.state.tx.us Version V1.1.191135W BOND CHECK BEST RATING LICENSED IN TEXAS DATE BY: CONTRACT AWARD DATE: February 22, 2022 CITY OF LUBBOCK SPECIFICATIONS FOR Vintage Township Storm Water System Improvements RFP 22-16156-TF CONTRACT 16156 PROJECT NUMBER: 92518.9243.30000 Plans & Specifications may be obtained from htlps:Hci-lubbock-tx.bonfirehub.com/ City of 1 ' bb o cn TEXAS CITY OF LUBBOCK Lubbock, Texas Page Intentionally Left Blank 1. 2. 3. 4. 5. 6. 7. 8. 9. 10 11 12 13 INDEX NOTICE TO OFFERORS GENERAL INSTRUCTIONS TO OFFERORS TEXAS GOVERNMENT CODE § 2269 PROPOSAL SUBMITTAL FORM — (must be submitted by published due date & time) 4-1. PROPOSAL SUBMITTAL FORM 4-2. SUBMITTAL OF DOCUMENTS 4-3. CONTRACTOR'S STATEMENT OF QUALIFICATIONS 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 PAYMENT BOND PERFORMANCE BOND CERTIFICATE OF INSURANCE CONTRACT GENERAL CONDITIONS OF THE AGREEMENT WAGE DETERMINATIONS SPECIAL CONDITIONS (IF APPLICABLE) SPECIFICATIONS Page Intentionally Left Blank NOTICE TO OFFERORS Page Intentionally Left Blank City of Lubbock TEXAS RFP 22-16156-TF Vintage Township Storm Water System Improvements 1. NOTICE TO OFFERORS 1.1. Offerors may submit proposals electronically by uploading required documents at the City of Lubbock's partner's website, Bonfire. This Request for Proposals is for your convenience in submitting an offer for the specified services. If submitting electronically, do not submit paper documents. If you choose to submit in hard copy, submit one original paper copy of your submittal to the office of the Director of Purchasing and Contract Management: Physical: Marta Alvarez, Director of Purchasing and Contract Management City of Lubbock 13 14 Avenue K, 9th Floor Lubbock, Texas 79401 Mailing: Marta Alvarez, Director of Purchasing and Contract Management City of Lubbock P.O. Box 2000 Lubbock, Texas 79457 MARK ENVELOPE WITH THE SOLICITATION NUMBER, TITLE, AND DUE DATE/TIME 1.2. Proposals will be opened in the office of the Director of Purchasing and Contract Management, Citizens Tower, 1314 Avenue K, Floor 9, Lubbock, Texas, 79401, and via teleconference as shown below at 3:00 PM on December 22, 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 above referenced. 1.3. 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. Bids will be opened via teleconference if date/time stamped on or before the deadline stated at the office listed above. The Zoom meeting information is as follows: Website: https://zoom.us/j/9759171012?pwd=bkFtRTN1cXV 1 SkhWdkZiMDk4MXh2dzO9 Meeting ID: 975 917 1012 Passcode: 1314 1.4. It is the sole responsibility of the offeror 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. Any proposal received after the date and hour specified will be rejected and returned unopened to the offeror. 1.5. Mailing of a proposal does not ensure that the proposal will be delivered on time or delivered at all. If offeror does not hand deliver proposal, we suggest that he/she use some sort of delivery service that provides a receipt. The City of Lubbock assumes no responsibility for errant delivery of proposals, including those relegated to a courier agent who fails to deliver in accordance with the time and receiving point specified. 1.6. Although offers may be submitted electronically, hard copy proposals will be accepted in person, by United States Mail, by United Parcel Service, or by private courier service. THE CITY WILL NOT ACCEPT FAX PROPOSALS. 1.7. Proposals may be withdrawn prior to the above scheduled time set for closing. Alteration made before RFP closing must be initialed by offeror guaranteeing authenticity. 1.8. Proposals are due at 3:00 PM on December 22, 2021 and should be addressed to Marta Alvarez, Director of Purchasing and Contract Management, City of Lubbock, Texas, Citizens Tower, 1314 Avenue K, Floor 9, Lubbock, Texas, 79401. The City of Lubbock Council members will consider the proposals on January 25, 2022, 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. THE BONDS MUST BE IN A FORM ACCEPTABLE TO THE CITY ATTORNEY. NO WORK ON THE CONTRACT SHOULD COMMENCE BEFORE THE BONDS ARE PROVIDED AND APPROVED. 1.9. Please allow time to upload required documentation. 24hrs in advance is recommended. 1.10. 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 offeror 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 OFFEROR TO INCLUDE PROPOSAL SECURITY WITH THE PROPOSAL SUBMITTAL SHALL CONSTITUTE A NON -RESPONSIVE PROPOSAL AND RESULT IN DISQUALIFICATION OF THE PROPOSAL SUBMITTAL. 1.11. 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 https://ci-lbbock-tx.bonfirehub.com/portal/ 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. 12. It shall be each offeror'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. 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 9:OOAM, December 14, 2021, via teleconference. The Zoom meeting information is as follows: Website: https:Hzoom.us/j/9759171012?pwd=bkFtRTN1cXV 1 SkhWdkZiMDk4MXh2dz09 Meeting ID: 975 917 1012 Passcode: 1314 2.2. All persons attending the meeting will be asked to identify themselves and the prospective offeror they represent. 2.3. It is the offeror'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. Attention of each offeror 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. 3. 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. 4. 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 Alvarez DIRECTOR OF PURCHASING & CONTRACT MANAGEMENT Page Intentionally Left Blank GENERAL INSTRUCTIONS TO OFFERORS Page Intentionally Left Blank GENERAL INSTRUCTIONS TO OFFERORS 1. OFFEROR INQUIRIES AND CLARIFICATION OF REQU[REMENTS 1.1 It is the intent and purpose of the City of Lubbock that this request permits competitive proposals. It shall be the offerors 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 City Purchasing and Contract Management Office no later than five (5) calendar days before the proposal closing date. A review of such notifications will be made. 1.2 NO OFFEROR 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: Teofilo Flores, Assistant Director City of Lubbock Purchasing and Contract Management Office 1314 Avenue K, Floor 9, Lubbock, Texas, 79401 Fax: 806-775-2164 Email: TKFlores@mylubbock.us Website: https://ci-lbbock-tx.bonfirehub.com/portal/ 2. TIME AND ORDER FOR COMPLETION 2.1 The construction covered by the contract documents shall be substantially completed within 150 Consecutive Calendar Days from the date specified in the Notice to Proceed issued by the City of Lubbock to the successful offeror. 2.2 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. 2.3 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. 3. GUARANTEES 3.1 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). 3.2 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. 3.3 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. 3.4 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. 4. BASIS OF PROPOSALS AND SELECTION CRITERIA 4.1 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, 30 points for Contractor Qualifications, and 10 points for Construction Time. The selection criteria used to evaluate each proposal includes the following: 4.1.1 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. 4.1.2 30 POINTS - CONTRACTOR QUALIFICATIONS: When evaluating a contractor's qualifications, the City uses the "Contractor's Statement of Qualifications" attached within, past experience with the contractor, the "Safety Record Questionnaire", and the Contractor's Experience Modification Ratio (EMR). The City may also interview the job superintendent at a time to be named after receipt of proposals. 4.1.3 Five (5) points of the overall points for this criteria are based on the Experience Modification Ration (EMR) and supporting documentation submitted by the contractor. 4.1.3.1 The lowest EMR of all the proposals becomes the standard by which all the EMRs are evaluated. One at a time, each proposal is evaluated by taking the lowest EMR and dividing it by the EMR of the proposal being evaluated. That fraction is then multiplied by 5 for the EMR score. For example: (Lowest EMR/Current EMR) x 5 = EMR Score portion of this criteria) 4.1.3.2 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. 4.1.4 For the remaining portion of this criteria, each evaluator assigns points based upon the responses the contractor provides in the "Contractor's Statement of Qualifications", any past experience with the contractor, and on safety record information submitted. 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 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 4.1.5 The "Contractor's Statement of Qualifications" is a minimum. 4.1.5.1 You may provide additional pertinent information relevant to the project for which you are submitting this proposal in an appendix. 4.1.6 10 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) 4.1.7 EVALUATION PROCESS: Evaluators independently review and score each proposal. The Committee meets, to discuss the individual scores of each evaluator. If the individual scores are similar, the Chairperson may average the scores then rank 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. 4.1.8 Please note that offerors with higher qualifications scores could be ranked higher than offerors with slightly better price scores. 4.2 The estimated budget for the construction phase of this project is $750,000. 4.3 Proposals shall be made using the forms provided. GENERAL INSTRUCTIONS TO OFFERORS (Continued) 5. ADDENDA & MODIFICATIONS 5.1 Any changes, additions, or clarifications to the RFP are made by ADDENDA information available over the Internet at https://ci-lubbock-tx.bonfirehub.com/portal/. 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. 5.2 Any offeror 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 offeror, 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 https://ci-lubbock-tx.bonfirehub.com/portal/ 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. 5.3 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 an offeror may have had before or after receipt of this RFP 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. 5.4 The City does not assume responsibility for the receipt of any addendum sent to offerors. 6. EXAMINATION OF DOCUMENTS AND REQUIREMENTS 6.1 Each offeror 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. 6.2 Before submitting a proposal, each offeror 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 offeror from obligation to comply, in every detail, with all provisions and requirements of the Request for Proposals. 6.3 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 offeror 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 offeror 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. 7. PROPOSAL PREPARATION COSTS 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. 7.2 The issuance of this RFP does not obligate the City of Lubbock to enter into contract for any services or equipment. 7.3 All costs related to the preparation and submission of a proposal shall be paid by the offeror. 8. TRADE SECRETS, CONFIDENTIAL INFORMATION AND THE TEXAS PUBLIC INFORMATION ACT 8.1 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. 8.2 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) 8.3 Marking your entire proposal CONFIDENTIAL/PROPRIETARY is not in conformance with the Texas Public Information Act. 8.4 Pursuant to Section 552.234(c) of the Texas Government Code, submit your open records request using the link provided below. https:Hlubbocktx.govga.us/WEBAPP/ rs/(S(quiyirflbtihahjnyceg_wpcs))/SupportHome.aspx 8.5 For more information, please see the City of Lubbock Public Information Act website at: https:Hci.lubbock.tx.us/pies/public-information-act 9. LICENSES. PERMITS. Taxes 9.1 The price or prices for the work shall include full compensation for all taxes, permits, etc. that the offeror is or may be required to pay. 10. UTILIZATION OF LOCAL BUSINESS RESOURCES 10.1 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. 11. CONFLICT OF INTEREST 11.1 The offeror 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. 11.2 By signing and executing this proposal, the offeror 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. 11.3 It is not necessary to fill out the CIQ Form unless you have a business relationship that might cause a conflict of interest with the City of Lubbock 11.4 Effective January 1, 2006, Chapter 176 of the Texas Local Government Code requires that any vendor or person considering doing business with a local government entity disclose in the Questionnaire, Form CIQ, the vendor or person's affiliation or business relationship that might cause a conflict of interest with a local government entity. By law, the questionnaire must be filed with the records administrator of the City of Lubbock not later than the Seventh business day after the date the person becomes aware of the facts that require the statement to be filed. The questionnaire can be found at: hlt2s://www.ethics.state.tx.us/forms/conflict/ For the City of Lubbock, these forms should be filed with the City Secretary's Office, P.O. Box 2000, Lubbock, Texas, 79457 See Section 176.006, Local Government Code: http://www.statutes.legis.state.tx.us/SOTWDocs/LG/htm/LG. 176.htm. A person commits an offense if the person violates Section 176.006, Local Government Code. An offense under this section is a Class C misdemeanor. 12. CONTRACT DOCUMENTS 12.1 All work covered by the contract shall be done in accordance with contract documents described in the General Conditions. 12.2 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. 13. CERTIFICATE OF INTERESTED PARTIES 13.1 Effective January 1, 2016, Section 2252.908, as amended, of Chapter 2252 of the Texas Government Code requires certain business entities to submit an electronic disclosure form to the Texas Ethics Commission before entering into a contract with a local government entity when any of the following apply: 1) Contract requires an action or vote by the City Council (governing body); OR 2) Contract value is $1 Million or greater; OR 3) Contract is for services that would require a person to register as a lobbyist under Chapter 305 of the Government Code. This must be done before executing the contract. The disclosure form may be found at https://www.ethics.state.tx.us/whatsnew/elf_ info_form1295.htm. You must log in and create an account the first time you fill out the form. Tutorial videos on how to log in for the first time and how to fill out the form can be found through the link above. After you electronically submit the disclosure form, a screen will come up confirming the submission and assigning a certificate number. Then, you must print the form, have an authorized agent complete the declaration and sign, and provide it to the City (scanned email copy is acceptable). 14. PLANS FOR USE BY OFFERORS 14.1 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. 15. PAYMENT 15.1 All payments due to Contractor shall be made in accordance with the provisions of the General Conditions of the contract documents. 16. AFFIDAVITS OF BILLS PAID 16.1 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. 17. MATERIALS AND WORKMANSHIP 17.1 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. 18. PLANS FOR THE CONTRACTOR 18.1 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. 19. PROTECTION OF THE WORK 19.1 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 an offeror the following information: (a) The experience record of the offeror 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 offeror. (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 2 1. 1 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 22.1 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 24.1 The successful offeror shall be required to have a responsible local representative available at all times while the work is in progress under this contract. The successful offeror 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. 26.1 Attention of each offeror 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 offeror's 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 offeror'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 27.1 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 28.1 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 offeror without being considered. 29. PREPARATION FOR PROPOSAL 29.1 The bidder 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 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. 29.2If 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 Pursuant to Texas Local Government Code 252.043(2), 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. 29.4 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. 30. BOUND COPY OF CONTRACT DOCUMENTS 30.1 Offeror understands and agrees that the contract to be executed by offeror shall be bound and include the following: (a) Notice to Offerors. (b) General Instructions to Offerors. (c) Offeror's Submittal. (d) Statutory Bonds (if required). (e) Contract Agreement. (f) General Conditions. (g) Special Conditions (if any). (h) Specifications. (i) Insurance Certificates for Contractor and all Sub -Contractors. (j) All other documents made available to offeror for his inspection in accordance with the Notice to Offerors. 30.2 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. 31. (QUALIFICATIONS OF OFFERORS 31.1 The offeror 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 offeror may also be required to give a past history and references in order to satisfy the City of Lubbock about the offeror's qualifications. The City of Lubbock may make reasonable investigations deemed necessary and proper to determine the ability of the offeror to perform the work, and the offeror shall furnish to the City of Lubbock all information for this purpose that may be requested. The offeror's proposal may be deemed not to meet specifications or the proposal may be rejected if the evidence submitted by, or investigation of, the offeror fails to satisfy the City of Lubbock that the offeror is properly qualified to carry out the obligations of the contract and to complete the work described therein. Evaluation of the offeror'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 offeror to perform the work or provide the service promptly or within the time specified, without delay or interference. (c) The character, integrity, reputation, judgment, experience, and efficiency of the offeror. (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 31.2 Complete and submit the PROPOSED List of Sub -Contractors. Seven (7) business days after closing, complete and submit the FINAL List of Sub -contractors. (a) If no sub -contractors will be used please indicate so. 31.3 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. SELECTION 32.1 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. 32.2 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. 32.3 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. 32.4In 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. 32.5 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. 33. ANTI -LOBBYING PROVISION 33.1 DURING THE PERIOD BETWEEN PROPOSAL SUBMISSION DATE AND THE CONTRACT AWARD, OFFERORS, 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. 33.2 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. 34. PROTEST 34.1 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. 35. PREVAILING WAGE RATES 35.1 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. 35.2 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. 35.3 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. 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 Page Intentionally Left Blank PROPOSAL SUBMITTAL FORM PRICE PROPOSAL CONTRACT DATE: /" �-- -�� I PROJECT NUMBER: RFP 22-16156-TF Vintage Township Storm Water System Improvements Proposal of called Offeror) Bo Simon 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 Vintage Township Storm Water System Improvements 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. The price to cover all expenses incurred in performing the work required under the contract documents. PROPOSED CONSTRUCTION TIME: 1. Contractors proposed CONSTRUCTION TIME for completion: TOTAL CONSECUTIVE CALENDAR DAYS: 135 (to Substantial Completion) TOTAL CONSECUTIVE CALENDAR DAYS: 150 (to Final Completion) (not to exceed 150 consecutive calendar days to Substantial Completion / 165 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 150 Consecutive Calendar Days with final completion within 165 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 $4,000 for each consecutive calendar day after substantial completion and liquidated damages in the sum of$4,000 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 28 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. City of Lubbock, TX Public Works RFP 22-16156-TF Vintage Township Storm Water System Improvements Bo Simon, Inc. of Canyon, TX # Items QTY +/- U/M Unit Price Extended Cost General #1-1 Project Mobilization 1 LS $ 35,000.00 35,000.00 #1-2 Barricades, Signs, and Traffic Handling 5 MO 3,500.00 17,500.00 #1-3 Remove Existing Asphalt Pavement 966 SY 20.00 19,320.00 #1-4 Remove Existing Concrete Street Pavement 147 SY 30.00 4,410.00 #1-5 Remove Existing Alley Return, Sidewalk, Drainage Flume 165 SY 30.00 4,950.00 #1-6 Remove Existing Curb & Gutter, Sawtooth Curb & Gutter 246 LF 30.00 7,380.00 #1-7 Relocate 6" Irrigation Water Line 1 LS 5,500.00 5,500.00 #1-8 Relocate 8" City Water Line and Add New Isolation Valve 1 LS 13,000.00 13,000.00 #1-9 Trench Excavation Box Pipe 500 LF 200.00 100,000.00 #1-10 Earthen Berm Relocate 1 LS 39,000.00 39,000.00 # 1-11 Basin Excavation 500 CY 22.00 11,000.00 #1-12 Install 6ft X 2ft Concrete Box Pipe 986 LF 400.00 394,400.00 #1-13 Install PCU Curb Inlet W/ 2-5' Extensions 4 EA 12,500.00 50,000.00 #1-14 Install PCU Curb Inlet - No Extension 2 EA 10,500.00 21,000.00 #1-15 Install Setb-Cd Type I 1 EA 35,000.00 35,000.00 #1-16 Install Cast -In -Place Connection Union 6 EA 3,500.00 21,000.00 #1-17 Install New Asphalt Pavement 966 SY 40.00 38,640.00 # 1-18 Install New Concrete Pavement 147 SY 45.00 6,615.00 Install New Concrete Alley Return, Sidewalk, Drainage #1-19 Flume 237 SY 45.00 10,665.00 #1-20 Install South Handicap Ramp 1 EA 1,200.00 19200.00 #1-21 Install New Curb, Sawtooth Curb 172 LF 45.00 7,740.00 #1-22 Install Flowable Backfill 225 CY 200.00 459000.00 #1-23 Install Mortared Rock -Rip -Rap 83 SY 130.00 10,790.00 #1-24 Erosion/SWPP Plan and Protection 1 LS 15,000.00 15,000.00 #1-25 Tree Pruning and Protection 1 LS 7,500.00 7,500.00 #1-26 Seeding 3 AC 3,000.00 9,000.00 Total: $ 930,610.00 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. 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 bid amount Dollars ($ ), 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: SeclWtary Offeror acknowledges receipt of the following addenda: Addenda No. Date Addenda No. Date Addenda No. Date Addenda No. Date Date: ri- i<onature Caleb Stephenson (Printed or Typed Name) Bo Simon Inc Company 28700 H W Y 87 Address Canyon City, Texas State Telephone: Fax: Email: b.sinu,n it bosimoninc.com FEDERAL No. Randall Countyy 15 Zip Code 806 _ 801-0246 TAX ID or SOCIAL SEC 47-4895526 MIWBE Firm: Woman Black American Native American Hispanic American Asian Pacific American Other (Specify) INSURANCE REQUIREMENTS 1, the undersigned Bidder certify that the insurance requirements contained in this bid 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 bid. 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. SUSPENSION AND DEBARMENT CERTIFICATION Federal Law (A-102 Common Rule and OMB Circular A-1 10) 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. TEXAS GOVERNMENT CODE SECTION 2252.152 The undersigned representative of the undersigned company or business, being an adult over the age of eighteen (18) years of age, pursuant to Texas Government Code, Chapter 2252, Section 2252.152, 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 City of Lubbock Purchasing and Contract Department. TEXAS GOVERNMENT CODE SECTION 2271.002 Company hereby certifies the following: 1. Company does not boycott Israel; and 2. Company will not boycott Israel during the term of the contract. 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. TEXAS GOVERNMENT CODE 2274 By entering into this Agreement, Contractor verifies that: (1) it does not, and will not for the duration of the contract, have a practice, policy, guidance, or directive that discriminates against a firearm entity or firearm trade association or (2) the verification required by Section 2274.002 of the Texas Government Code does not apply to the contract. If Contractor is a company with 10 or more full-time employees and if this Agreement has a value of at least $100,000 or more, Contractor verifies that, pursuant to Texas Government Code Chapter 2274, it does not have a practice, policy, guidance, or directive that discriminates against a firearm entity or firearm trade association; and will not discriminate during the term of the contract against a firearm entity or firearm trade association. Contractor represents and warrants that: (1) it does not, and will not for the duration of the contract, boycott energy companies or (2) the verification required by Section 2274.002 of the Texas Government Code does not apply to the contract. If Contractor is a company with 10 or more full-time employees and if this Agreement has a value of at least $100,000 or more, Contractor verifies that, pursuant to Texas Government Code Chapter 2274, it does not boycott energy companies; and will not boycott energy companies during the term of the Agreement. This verification is not required for an agreement where a governmental entity determines that these requirements are inconsistent with the governmental entity's constitutional or statutory duties related to the issuance, incurrence, or management of debt obligations or the deposit, custody, management, borrowing, or investment of funds. Agreement Example Review This sample Agreement has been reviewed and (X) is acceptable ( ) is acceptable as noted Contractor Acknowledgement In compliance with this solicitation, the undersigned, having examined the solicitation documents, instructions to offerors, documents associated with the request for proposals, and being familiar with the conditions to be met has reviewed the above information regarding: • Insurance Requirements • Suspension and Debarment Certification • Texas Government Code Section 2252.152 • Texas Government Code Section 2271.002 • Texas Government Code 2274 An individual authorized to bind the company must sign the following section. Failure to execute this portion may result in proposal rejection. By signing below, the terms stated have been reviewed and approved. Company Name: Signed By: Bo Simon Inc Print NAVand Title: Caleb Stephenson, VP / Business Manager Date: �� �� BID BOND Conforms with The American Institute of Architects, A.I.A. Document No. A-310 KNOW ALL BY THESE PRESENTS, That we, as Principal, hereinafter called the Principal, and the United States Fire Insurance Company of 305 Madison Avenue Morristown NJ 07960 , a corporation duly organized under the laws of the State of Texas , as Surety, hereinafter called the Surety, are held and firmly bound unto City of Lubbock as Obligee, hereinafter called the Obligee, in the sum of Five Percent of Amount Bid Dollars (5% ) , for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has submitted a bid for RFP 22-16156-TF Vintage Township Storm Water System Improvements NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a Contract with the Obligee in accordance with the terms of such bid, and give such bond or bonds as may be specified in the bidding or Contract Documents with good and sufficient surety for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof, or in the event of the failure of the Principal to enter such Contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the Work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect. Signed and sealed this 22nd day of December , 2021 Witness Witness (Seal) ( Principal it ---_Title By 1V%l�wl7bCittx �Io.ey-in-lact POWER OF ATTORNEY UNITED STATES FIRE INSURANCE COMPANY PRINCIPAL OFFICE - MORRISTOWN, NEW JERSEY 88101442221 KNOW ALL MEN BY THESE PRESENTS: That United States Fire Insurance Company, a corporation duly organized and existing under the laws of the state made, constituted and appointed, and does hereby make, constitute and appoint: Mathew DeGroote, Abigail R. Mohr each, its true and lawful Attomey(s)-In-Fact, with full power and authority hereby conferred in its name, place and stead, to execute, acknowledge and deliver: Any and all b nds and undertakings of surety and other documents that the ordinary course of surety business may require, and to bind United States Fire Insurance Company thereby as fully aid to the same extent as if such bonds or undertakings had been duly executed and acknowledged by the regularly elected officers of United States Fire Insurance Company at its prin ipal office, in amounts or penalties not exceeding: Seven Million, Five Hundred Thousand Dollars ($7,500,000). This Power of Attorney limits the act of those named therein to the bonds and undertakings specifically named therein, and they have no authority to bind United States Fire Company except in the manner and to the extent therein stated. This Power of Attorney revokes all previous Powers of Attorney issued on behalf of the Attomeys-In-Fact named above and expires on January 31, 2022. This Power of Attorney is granted pursuant to Article IV of the By -Laws of United States Fire Insurance Company as now in full force and effect, and consistent with thereof, which Articles provide, in pertinent part: Article IV, Execution of Instruments -Except as the Board of Directors may authorize by resolution, the Chairman of the Board, President, any Vice -President, any Assistant Vice President, the Secretary, or any Assistant Secretary shall have power on behalf of the Corporation: (a) to execute, affix the corporate seal manually or by facsimile to, acknowledge, verify and deliver any contracts, obligations, instruments and documents whatsoever in connection with its business including, without limiting the foregoing, any bonds, guarantees, undertakings, recognizances, powers of attomey or revocations of any powers of attorney, stipulations, policies of insurance, deeds, leases, mortgages, releases, satisfactions and agency agreements; (b) to appoint, in writing, one or more persons for any or all of the purposes mentioned in the preceding paragraph (a), including affixing the seal of the Corporation. Article III, Officers, Section 3.11, Facsimile Signatures. The signature of any officer authorized by the Corporation to sign any bonds, guarantees, undertakings, recognizances, stipulations, powers of attorney or revocations of any powers of attorney and policies of insurance issued by the Corporation may be printed, facsimile, lithographed or otherwise produced. In addition, if and as authorized by the Board of Directors, dividend warrants or checks, or other numerous instruments similar to one another in form, may be signed by the facsimile signature or signatures, lithographed or otherwise produced, of such officer or officers of the Corporation as from time to time may be authorized to sign such instruments on behalf of the Corporation. The Corporation may continue to use for the purposes herein stated the facsimile signature of any person or persons who shall have been such officer or officers of the Corporation, notwithstanding the fact that he may have ceased to be such at the time when such instruments shall be issued. IN WITNESS WHEREOF, United States Fire Insurance Company has caused these presents to be signed and attested by its appropriate officer and its corporate seal affixed this 22' day of August 2019. UNITED STATES FIRE INSURANCE COMPANY Anthony R. Slimowicz, President State of Pennsylvania } County of Philadelphia } 9E On this 22"d day of August 2019, before me, a Notary public of the State of Pennsylvania, came the above named officer of United States Fire Insurance Com y, to me personally known to be the individual and officer described herein, and acknowledged that he executed the foregoing instrument and affixed the se I of United States Fire Insurance Company thereto by the authority of his office. Commonwealth of Pennsylvania —Notary Seal Tamara Watkins, Notary Public Philadelphia County My commission expires August 22, 2023 Commission number 1348843 Tamara Watkins (Notary Public) I, the undersigned officer of United States Fire Insurance Company, a Delaware corporation, do hereby certify that the original Power of Attorney of foregoing is a full, true and correct copy is still in force and effect and has not been revoked. IN WITNESS WHEREOF, I have hereunto set my hand and affixed the corporate seal of United States Fire Insurance Company on the;q ay of r(/ UNITED STATES FIRE INSURANCE COMPANY Al Wright, Senior Vice President the Page Intentionally Left Blank 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". 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: Contractor's General Information Organization Doing Business As Bo Simon Inc. Business Address of Principle Office 28700 S US HWY 87 Canyon. TX 79015 Telephone Numbers 806-336-0140 Main Number 806-801-0246 Fax Number Web Site Address bosimoninc.com Form of Business (Check One) I If a Corporation Date of Incorporation X1 A Corporation A Partnership An Individual 2016 State of Incorporation Colorado Chief Executive Officer's Name Bo Simon President's Name Bo Simon Vice President's Name(s) Caleb Stephenson Secretary's Name Treasurer's Name If a artnership Date of Organization State whether partnership is general or limited If a" Individual Name Business Address Identify all individuals not previously named which exert a significant amount of business control over the organization Indicators of Organization Size r the Average Number of Current Full Time 44 Average Estimate of Revcnufor Em to ees Current Year Contractor's Organizational Experience Organization Doing Business As Bo Simon lnc Business Address of Regional Office 28700 S US HWY 87 Canyon. TX 79015 Name of Regional Office Manager Bo Simon Telephone Numbers 806-336-0 140 Main Number 806-801-0246 Fax Number Web Site Address Organization History 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: Names of Organization From Date To Date List of companies, firms or organizations that own any part of the organization. Name of companies, firms or organization Percent Ownership Construction Experience Years experience in projects similar to the proposed project: As a General Contractor 5 yearsAs a Joint Venture Partner Has this or a predecessor organization ever defaulted on a project or failed to complete any work awarded to it? NO If yes provide full details in a separate attachment. See attachment No. 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. Has this or a predecessor organization ever been disqualification 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. 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. 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. Contractor's Proposed Key Personnel Organization Doing Business As Bo Simon Inc 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. See Attached Provide a brief description of the managerial structure proposed for this project and illustrate with an organizational cart. Include the title and names of proposed key personnel and alternates. Include this chart at an attachment to this description. See attachment No. See Attached Provide information on the kcy personnel proposed for this project that will provide 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 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 Bo Simon Hiram Revez Project Superintendent Terry Murray Fliram Reyez Project Safety Officer Hiram Reyez Matt Stroever Quality Control Manager Matt Stroever Caleb Stephenson If key personnel are to fulfill more than one of the roles listed above, provide a written narrative describing how much time will be devoted to each function, their qualifications to fulfill each role and the percentage of their time that will be devoted to each role. If the individual is not to be devoted solely to this project, indicate how time it to be divided between this project and their other assignments. Proposed Project Managers Organization Doing Business As Primary Candidate Name of Individual Bo Simon Inc Bo Simon Years of Experience as Project Manager Resume Attached Years of Experience with this organization 5 years Number of similar projects as Project Manager 10+ Number of similar projects in other positions 30+ Current Project Assignments 'l ulia t3usiness Park, l.e\clland I loll% Heights. Mesquite Ridge and Muleshoe Water Improvements Name of Assignment Percent of Time Used for this Project Estimated Project Completion Date Tulia Business Park 60% Levelland Holly Heights Expansion Phase 1 40q,o 2i28 -1022 Reference Contact Information(listing names indicates ap roval to contactingthe names individuals as a reference Name Resume Attached Name Title/ Position Title/ Position Organization Organization Telephone Telephone E-mail E-mail Project Project Candidate role on Project Alternate Candidate Name of Individual Candidates role on Project Hiram Revez Years of Experience as Project Manager Resume Attached Years of Experience with this organization 5 Years Number of similar projects as Project Manager 10+ Number of similar projects in other positions 30+ Current Project Assignments Tulia Business Park and Levelland Holly Heights Name of Assignment Percent of Time Used for this Project Estimated Project Completion Date Tulia Business Park 60'o 1ng;2022 Levelland Holly Heights 40% ";"8;7022 Name Resume Attached Name Title/ Position Title/ Position Organization Organization Telephone Telephone E-mail E-mail Project Project Candidate role on Project Candidate role on Project Proposed Project Superintendent Organization Doing Business As Primary Candidate Name of Individual Bo Simon Inc Terry )Murray Years of Experience as Project Superintendent Resume Attached Years of Experience with this organization 2 years Number of similar projects as Superintendent 10-r Number of similar projects in other positions 20+ Current Project Assignments Tulia Business Park and Levelland Holly Heights Name of Assignment Percent of Time Used for this Project Estimated Project Completion Date Tulia Business Park 60% _' ,S 1 2) Levelland Holly Heights 40% 2 -8 Reference Contact Information(listing names indicates ap roval to contacting the names individuals as a reference Name Resume Attached Name Title/ Position Title/ Position Organization Organization Telephone Telephone E-mail E-mail Project Project Candidate role on Project Alternate Candidate Name of Individual Candidate role on Project Hiram Reyez Years of Experience as Project Superintendent Resume Attached Years of Experience with this organization ; ears Number of similar projects as Superintendent 10+ Number of similar projects in other positions 30+ Current Project Assignments Tulia Business Park and Levelland Holly Heights Name of Assignment Percent of Time Used for this Project Estimated Project Completion Date Tulia Business Park 600o 2,28/2022 Levelland Holly Heights 4001. 2/28/2022 Name Resume Attached Name Title/ Position Title/ Position Organization Organization Telephone Telephone E-mail E-mail Project Project Candidate role on Project Candidate role on Project Proposed Project Safety Officer Organization Doing Business As Primary Candidate Name of Individual Bo Simon Inc Hiram Reyez Years of Experience as Project Safety Officer Resume Attached Years of Experience with this organization 5 years Number of similar projects as Safety Officer 10+ Number of similar projects in other positions 30+ Current Project Assignments Tulia Business Park and Levelland Holly Heights Name of Assignment Percent of Time Used for this Project Estimated Project Completion Date Tulia Business Park 60% 2!28) 2022 Levelland Holly Heights 40% 2 28 2022 Reference Contact Information(listing names indicates ap, roval to contactingthe names individuals as a reference Name Resume Attached Name Title/ Position Title/ Position Organization Organization Telephone Telephone E-mail E-mail Project I I Project Candidate role on Project Name of Individual Candidate role on Project Matt Stroever Years of Experience as Project Safety Officer Resume Attached Years of Experience with this organization Resume Attached Number of similar projects as Safety Officer 4 Number of similar projects in other positions 4 Current Project Assignments Tulia Busmcss Park, I.c\Aland Boll\ IIei_fits and Muleshoe Water Impro\emenis Name of Assignment Percent of Time Used for this Project Estimated Project Completion Date Tulia Business Park 60°'° 2 28 2022 Levelland Holly Heights 40% 2 ,7 7 �%-, tt -- Contact Name InformationReference Resume Attached Name individuals Title/ Position Title/ Position Organization Organization Telephone Telephone E-mail E-mail Project I Project Candidate role on Project Candidate role on Project Proposed Project Quality Control Manager Organization Doing Business As Primary Candidate Name of Individual Bo Simon Inc Matt Stroever Years of Experience as Quality Control Manager Resume Attached Years of Experience with this organization Resume Attached Number of similar projects as Quality Manager 4 Number of similar projects in other positions 4 Current Project Assignments ICulia Business Park, Levelland I loll Ileights and Muleshoe Water Improvements Name of Assignment Percent of Time Used for this Project Estimated Project Completion Date Tulia Business Park 60% 2/28/2022 Levelland Holly Heights 40°0 2'28 2022 Reference Contact Information(listing names indicates ap roval to contactingthe names individuals as a reference Name Resume Attached Name Title/ Position Title/ Position Organization Organization Telephone Telephone E-mail E-mail Project I Project Candidate role on Project CandidateAlternate Name of Individual Candidate role on Project Caleb Stephenson Years of Experience as Quality Control Manager Resume Attached Years of Experience with this organization Resume Attached Number of similar projects as Quality Manager Number of similar projects in other positions Current Project Assignments Tulia Business Park and Levelland Holly Heights Name of Assignment Percent of Time Used for this Project Estimated Project Completion Date Tulia Business Park 6006 ' 28 '0 2 Levelland Hollv Heights 40% tl - Rel'crence Contact Name Information (listin- names indicates approval Resume Attached to contactino the Name nanies individuals as a reference) Title/ Position Title/ Position — Organization Organization Telephone Telephone E-mail E-mail Project I Project Candidate role on Project Candidate role on Project Contractor's Project Experience and Resources Organization Doing Business As Bo Simon Inc Provide a list of major projects that are currently underway, or have been completed within the last ten years on Attachment A Provide a description of your organizations approach to completing this project to provide best value for the Owner. Including a description of your approach in the following areas: 1. Contract administration 2. Management of subcontractor and suppliers 3. Time management 4. Cost control 5. Quality management 6. Project site safety 7. Managing changes to the project 8. Managing equipment 9. Meetin HUB / MWBE Particiu.,ation Goal Equipment Provide a list of major equip ment proposed for use on this project. Attach Additional Information if necessary Equipment Item Primary Use on Project Own Will WiWi Buy Lease See Attached List Division of Work between Organization . Subcontractor What work will the or anization complete using its own resources? What work does the organization propose to subcontract on thisproject? Paving Contractor's Subcontractors and Vendors Organization Doing Business As Bo Simon Inc Project• • Provide a list of subcontractors that will p provide more than 10 percent of the wort: (based on contract amounts Name Work to be Provided Est. Percent of Contract HUB/MWBE Firm Gilgal Stone Paving - % M&M Paving Paving 15% Provide information on the proposed key personnel, project experience and a description of past relationship and work ex erience for each subcontractor listed above using the Pro'ect Information Forms. Provide a list of major eui ment proposed for use on this project. Attach Additional Information if ary Vendor Name Equipment / Material Provided Furnish Only Furnish and Install HUB/M WBE Firm Forterra Box culverts El Attachment A Current Projects and Project Completed within the last 10 Years Project Owner I '-,cc ,\ttachcd Project List Project Name General Description of Project: Project Cost Date Project Completed Key Project Personnel Project Manager Project Superintendent Safety Officer Quality Control Manager Name Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference) Name Title/ Position Organization Telephone E-mail Owner Designer Construction Manager Project Owner Project Name General Description of Project: Project Cost Date Project Completed Key Project Personnel Project Manager Project Superintendent Safety Officer Quality Control Manager Name Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference) Name Title/ Position Organization Telephone E-mail Owner Designer Construction Manager Project Owner Project Name General Description of Project: Project Cost Date Project Completed Key Project Personnel Project Manager Project Superintendent Safety Officer Quality Control Manager Name Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference) Name "title/ Position Organization Telephone E-mail Owner Designer Construction Manager Attachment B Project Owner Llano Real Estate Group Pect Name Project J ylc uluite Ridge General Description of Project New c lion developement sitework, roads and draimiLc. •' Budget History Schedule Performance Amount % of Bid Amount Date Days Bid 874,849.00 100% Notice to Proceed 6/28/21 Change Orders 0.00 0 Contract Substantial Completion Date at Notice to Proceed 8/31 /21 Owner Enhancements 207.720.00 24% Contract Final Completion Date at Notice to Proceed 10/31 / 21 Unforeseen Conditions 0.00 0 Change Order Authorized Substantial Completion Date 10 _, 1 21 Design Issues 0.00 0 Change Order Authorized Final Completion Date 1 1 30 21 Total 207.720.00 -' •• Actual /Estimated Substantial Completion Date 10 26 21 Final Cost 1.082.56().00 1, Actual / Estimated Final Completion Date 1 14"'-1 Project Manager Project Sup Safety Officer Quality Control Manager Name Bo Simon Terry Murray I Iiram Rr ci [ alch Stcl hcn�un Percentage of Time Devoted to the Project 25% 60% 10% Proposed for this Project Same Same Same mr Did Individual Start and Complete the Project? Yes Yes ties l e, If not, who started or completed the project in their place. Reason for change. 0: Al I�o Organization Telephone E-mail Name Title/ Position Owner Josh Lonr_horn Owner Llano Realty 806-2 36-3736 jll nu0rc- up.com Designer She Shadle Principal Engineer OJD hiLincer 806-352-7117 Construction Manager Joe Bentley Construction Manager Llano RC:II Fastatc 806-420-�248 regroup.cnm Sure at egroote Bonding Agent AJ 515-309-621 V zcaJg.com 0 Total Amount involved in Resolved Issues 0 Number of Issues Pending0 Total Amount im olved in Resolved Issues Number of Issues Resolved No Text Bo Simon Inc Current Projects Buffalo Gap • Project Name: Buffalo Gap Section 1 & 4 Water Line • Description: Utilities • Project Cost: $1,704,060.25 • Project Manager: Jeremy Finley • Owner: Town of Buffalo Gap o Address: 709 Litel Street, Buffalo Gap, Texas 79508 o Phone: 325-572-3347 o Contact: David Perry ■ Position: Mayor • Designer/Engineer: Henry K. Harle, P.E. o Organization: Jacob & Martin, LLC o Address: 3465 Curry Ln, Abilene, TX 79606 o Phone 325-695-1070 o Email: hharle@jacobmartin.com • Contract Date: 10/13/2020 Snyder • Project Name: City of Snyder — Water & Sewer Line Improvements • Description: Water & Sewer Line Improvements • Project Cost: $961,806.25 • Project Manager: Hiram Reyez • Owner: City of Snyder o Address: 1925 24th St. Snyder, TX 79549 o Telephone: 325-573-4957 • Design Engineer: Cory Higgins o Company: Jacob & Martin, LLC o Telephone:325-695-1070 o Email: chiggins@jacobmartin.com • Contract Date: 7/2020 Mesquite Ridge • Project Name: Mesquite Ridge — Paving Improvements • Description: Paving • Project Cost: $852,849 • Project Manager: Terry Murray/Hiram Reyez • Superintendent: Casey Bornschein • Owner: Llano Real Estate Group o Address: 7639 Hillside Rd Ste 300 Amarillo, TX 79119 o Telephone:806-392-9912 o Contact: Josh Langham ■ Email: jjl@llanoregroup.com • Engineer: OJD Engineering, LP o Contact: Michael Adams o Address: 328 E Highway 62 Ste 1, Wolfforth, TX 79382 o Telephone:806-791-2300 o Email: Michael.Adams@ojdengineering.com • Contract Date: 04/17/2021 Project Lonestar • Project Name: Project Lonestar/Project Legacy • Description: Utilities • Project Cost: $1,601,161 • Project Manager: Jeremy Finley • Owner: Lone Star Dairy Products o Address: 401 Hwy 60 Canyon, TX 79015 o Telephone:806-452-6059 • Engineer: Dennis Group o Address: 1537 Main St. Springfield, MA 01103 o Telephone:413-787-1785 • Contract Date: 05/01/2021 Stellar Apartments • Project Name: Stellar Abilene WFH • Description: Earthwork and Utilities • Project Cost: $750,340 • Project Manager: Jeremy Finley • Superintendent: Randy Pancake • Owner: Stellar Development Company o Address: 6502 Slide Rd. Ste 404, Lubbock, TX 79424 o Telephone:806-771-2030 o Contact: Shane Bright ■ Email: Shane.bright@thestellarfamily.com o Contact: Cliff Goff ■ Email: cliff@thestellarfamily.com • Engineer: Homer Fillingim IV o Company: Jacob & Martin LLC o Address: 3465 Curry Lane Abilene, TX 79606 o Telephone:325-695-1070 o Email: hfillingim@jacobmaritn.com • Contract Date: 4/20/2021 Sweetwater — Georgia Pacific Water Transmission Main Replacement 0 Project Name: Georgia Pacific Water Transmission Main Replacement • Description: Utilities • Project Cost: $355,013.30 • Project Manager: Jeremy Finley • Superintendent: • Owner: City of Sweetwater o Contact: Dana Schoening (Assistant City Manager - Operations o Address: 200 E. 4th St. Sweetwater, TX 79556 o Telephone:325-236-6313 o Email: • Engineer: Sage Diller, P.E. o Company: Enprotec/Hibbs & Todd o Address: 402 Cedar, Abilene TX 79601 o Telephone:325-698-5560 o Email: • GC o Company: Fambro Construction o Contact: Camron Fambro o Email: camronfambro@fambroconstruction.com • Contract Date: 8/20/2021 Work Force Temple • Project Name: Stellar Temple WFH • Description: Utilities • Project Cost: $1,350,273.00 • Project Manager: Jeremy Finley • Owner: Stellar Development Company o Contact: Cliff Goff / Shane Bright o Address: 6502 Slide Rd. Ste. 404 Lubbock, TX 79424 o Telephone: 214-679-9055 / 806-939-2850 o Email: shane.bright@thestellarfamily.com / cliff@thestellarfamily.com • Engineer: o Company: Quintero Engineering o Address: 1501 W. Stan Schlueter Loop Temple, TX 76549 o Telephone:254-432-7070 o Email: • GC o Company: Stellar Construction, Ltd. o Address: 6502 Slide Rd. #404 Lubbock, TX 79424 o Contact: Cindy Riddle (Assistant Project Manager) ■ Telephone (Office): 806-771-2030 ext. 214 ■ Telephone (Cell): 806-441-8605 ■ Email: CindyR@thestellarfamily.com • Contract Date: 9/2021 Completed: Deaf Smith • Project Name: Law Enforcement Center Utility Extension • Description: Utility Extension • Project Cost: $225,378.76 • Project Manager: Terry Murray • Owner: Deaf Smith County o Address: 235 E 3`d St. Hereford, TX 79045 o Telephone:806-364-7222 • Designer/Engineer: Kole T Glover, P.E. o Organization: Parkhill, Smith, & Cooper Inc. o Address: 4222 851h St. Lubbock, TX 79423 o Phone:806-473-2200 o Email: kglover@parkhill.com • Contract Date: 8/12/2020 • Date Completed: 12/2020 Clovis Road • Project Name: Clovis Road Apartments • Description: Dirt and Utilities • Project Cost: $683,400 • Project Manager: Terry Murray • Owner: TxDot o Address: 4250 N Clark St. Abilene, TX 79601 o Telephone:940-761-5900 • Design Engineer: Charles Stark o Company: Barron Stark Engineers o Address: 6221 Southwest Blvd. Suite 100 Fort Worth, TX 76132 o Telephone:817-231-8100 • Contract Date: 11/15/2019 • Completion Date: 12/30/2020 • Contractor: Trinity Hughes o Address: 1912 Loop 11 Wichita Falls, TX 76303 Hendricks • Project Name: Urgent Care Facilities Abilene and Brownwood Texas • Description: Dirt Work • Project Cost: $165,411.00 • Project Manager: Jake Crawford • Owner: Hendricks Medical Center o Address: 1900 Pine St. Abilene, TX 79601 o Telephone:325-670-2000 • Design Engineer: Zachary F. Lindauer o Company: Parkhill, Smith, & Cooper Inc. o Address: 4222 851h St. Lubbock, TX 79423 o Telephone:325-679-8178 o zlindauer@parkhill.com • Contract Date: 6/2020 • General Contractor: Teinert Construction o Contact: JD Coffee ■ Email: icoffee@teinert.com o Address: 4009 Clovis Rd Lubbock, TX 79415 Snyder • Project Name: City of Snyder — Water & Sewer Line Improvements • Description: Water & Sewer Line Improvements • Project Cost: $961,806.25 • Project Manager: Hiram Reyez • Owner: City of Snyder o Address: 1925 24th St. Snyder, TX 79549 o Telephone:325-573-4957 • Design Engineer: Cory Higgins o Company: Jacob & Martin, LLC o Telephone:325-695-1070 o Email: chiggins@jacobmartin.com • Contract Date: 7/2020 Bacon Crest • Project Name: Bacon Crest North Apartments • Project Location: 6111 711t Street Lubbock, TX 79424 • Description: Utilities • Project Cost: $366,780 • Project Manager: Terry Murray • Owner: 5G Crownpoint, LLC o Address: 12006 Slide Rd. Lubbock, TX 79424 • Design Engineer: BYSP Architects o Address: 1005 Ninth St. Ste. 200 Wichita Falls, TX 76301 o Telephone:940-761-2404 • Contract Date: 9/24/2020 • General Contractor: Trinity Hughes Construction o Address: 1912 Loop 11 Wichita Falls, TX 76306 Plainview — Downtown. • Project Name: Plainview Downtown Improvements Phase 1 • Project Location: Broadway Street Plainview, TX 79072 • Description: Storm Drains • Project Cost: $146,400 • Project Manager: Terry Murray • Owner: City of Plainview o Address: 901 Broadway Plainview, TX 79072 o Telephone:806-296-1125 • Design Engineer: John Fielder, PLA o Company: Kimley-Horn and Associates, Inc. o Address: 801 Cherry Street Unit 11, Suite 1300 Fort Worth, TX 76102 o Telephone:817-335-6511 • Contract Date: 09/24/2020 • General Contractor: Trinity Hughes Construction o Address: 1912 Loop 11 Wichita Falls, TX 76306 Griffith • Project Name: Griffith Road Water Line Replacement • Description: Water Line Replacement • Project Cost: $365,208.75 • Project Manager: Jake Crawford • Owner: City of Abilene o Address: 209 E Highway 80 Abilene, TX 79601 o Telephone:325-676-6419 • Design Engineer: Henry K. Harle o Company: Jacob & Martin, LLC o Email: hharle@iacobmartin.com o Telephone:325-695-1070 • Contract Date: 1/1/2020 La Salle • Project Name: La Salle Apartment Extension • Project Location: 2001 Milwaukee Ave. Lubbock, TX 79424 • Description: Utilities • Project Cost: $128,880.00 • Project Manager: Terry Murray • Owner: Arctic Capital, LLC o Address: 12006 Slide Rd Lubbock, TX 79424 o Telephone:612-386-2948 • Design Engineer: Travis S. Barnett o Company: Big Sky Engineering o Address: 7349 1001h St. Lubbock, TX 79424 o Telephone:806-416-7122 • Contract Date: 9/24/2020 • General Contractor: Trinity Hughes Construction o Address: 1912 Loop 11 Wichita Falls, TX 76306 Michell • Project Name: Mitchell County Hospital SN & PT • Description: Utilities • Project Cost: $193,893 • Project Manager: Jake Crawford • Owner: Michell County Hospital o Address: 997 W Interstate 20, Colorado City, TX 79512 o Phone:325-728-3431 • Engineer: Kendra M. Hanfeld o Company: Parkhill Smith & Cooper o Address: 340 Beech St, Abilene, TX 79601 o Telephone:325-673-8178 • Contract Date: 01/15/2021 • General Contractor: Teinert Construction o Address: 4009 Clovis Rd. Lubbock, TX 79415 o Telephone:682-262-8965 SL 289 Lubbock • Project Name: TxDOT SL 289 / Lubbock County, C 783-1-98 CSJ: 0783-01-098 • Description: Drainage • Project Cost: $258,805 • Project Manager: • Owner: TxDot o Address: 125 East 11t' St. Austin, TX 78701 o Telephone:806-577-0428 o Contact: Lucas Deleon • Engineer: TxDot o Contact: Ross McMillin o Telephone:806-577-0428 • Contract Date: 08/01/2019 • General Contractor: Allen Butler Construction, Inc. o Address: P.O. Box 53058 Lubbock, TX 79453 o Telephone:806-745-7498 o Fax:806-745-7577 Miami • Project Name: Miami RFP: Building Demolition • Description: Demolition • Project Cost: $437,500 • Project Manager: Hiram Reyez • Owner: Miami Independent School District o Superintendent: Donna Hale o Address: 800 Warrior Way, Miami, TX 79059 o Telephone:806-868-3971 • Design Engineer: • Contract Date: 3/3/2020 • Completion Date: 6/23/2020 Selby, SD • Project Name: Selby, SD • Description: Earthwork • Project Cost: $270,700 • Project Manager: Hiram Reyez • Owner: CHS Inc. o Address: P.O. Box 64089 St. Paul, MN 55164-0089 o Telephone:651-355-6298 o Fax:651-355-6996 o Attn: Michael Johnston • Contract Date: 5/1/2020 • Completion Date: 5/23/2020 Oliver Substation — LP&L • Project Name: LP&L Oliver Substation • Description: Substation • Project Cost: $217,910 • Project Manager: • Owner: Lubbock Power & Light o Contact: Leonard Warren o Address: 1301 Broadway Ave. Lubbock, TX 79401 o Telephone:303-901-5416 • Engineer: Jeremy Adamek o Company: Black & Veatch o Address: 4391 County Rd 26, Wildorado, TX 79098 o Telephone:919-799-8011 • Contract Date: 10/1/2019 Nuage • Project Name: Advanced Bio Energy Aberdeen, SD • Description: Building Excavation • Project Cost: $31,000 • Project Manager: • Owner: Nuage o Contact: Chase Crevier o Address: 2300 N. Westport Ave. Sioux Falls, SD 57107 o Telephone:605-336-6914 • Engineer: o Address: o Telephone: • Contract Date: 04/01/2020 White Energy • Project Name: White Energy Effluent Force Main • Description: Effluent Pipe Install • Project Cost: $314,070 • Project Manager: • Owner: White Energy o Address: 2698 E Hwy 70 Plainview, TX 79072 o Telephone:806-296-8000 • Engineer: Brian Stephens o Company: Parkhill, Smith & Cooper o Address: 4222 85" St. Lubbock, TX 79423 o Telephone:806-473-2200 o Email: bstephens@parkhill.com • Contract Date: 01/15/2017 CHS Ropesville • Project Name: CHS Ropesville • Description: Earthwork • Project Cost: $363,000 • Project Manager: • Owner: CHS o Contact: Jim Gales o Address: 3321 701h Ave. Greeley, CO 80634 o Telephone:970-630-0335 • Engineer: Quin Vincent o Company: VAA, LLC o Telephone 763-559-9100 o Address: 2300 Berkshire Lane North #200 Minneapolis, MN 55441 • Contract Date: 2017 CHS Inc. — Friona Warehouse • Project Name: CHS Friona • Description: Friona Warehouse • Project Cost: $900,360 • Project Manager: • Owner: CHS Inc. o Contact: Mark Morris o Address: 3321 10" Ave. Greeley, CO 80634 o Telephone:806-252-6606 • Engineer: Zachary Saldivar o Company: Studio 10 o Telephone:806-510-3489 • Contract Date: 12/01/2018 Friona Industries • Project Name: Friona Industries • Description: Earthwork & Demolition • Project Cost: $463,501 • Project Manager: • Owner: Friona Industries o Contact: Dell Volmer o Address: 600 US Hwy 60 Bovina, TX 79009 o Telephone:806-679-2182 • Engineer: o Company: o Telephone: • Contract:09/2018 Allsup's • Project Name: Tuscola Alsups #228 • Description: Earthwork • Project Cost: $49,620 • Project Manager: Jeremy Finley • Superintendent: Martin Shotts • Owner: Topline Concrete o Contact: Gilbert Valenzuela o Address: P.O. Box 52815 Amarillo, TX 79159 o Telephone:806-934-9544 • Engineer: Brandon K. Autrey o Company: Autrey Engineering, LLC o Address: 5210 CR 1425 Lubbock, TX 79407 o Telephone:806-787-3491 o Email: bautrey@bautrey.com • Contract:05/12/2021 • Completed:06/19/2021 Nazareth • Project Name: Nazareth Wastewater System Improvements • Description: Water System Improvements • Project Cost: $48,000.00 • Project Manager: Terry Murray • Superintendent: Jeff Fioritto • Owner: City of Nazareth o Contact: Marlin Durbin o Address: P.O. Box 7 Nazareth, TX 79063 o Telephone:806-647-7005 o Email: Marlindurbin@aol.com • Engineer: Kole Glover o Company: Parkhill, Smith, & Cooper o Address: 4222 85th St. Lubbock, TX 79423 o Telephone:806-473-2200 o Email: kglover@parkhill.com • Contract Date: 04/29/2021 • Completed:06/19/2021 Bo Simon Inc. available equipment model year make S/N Earthmovers 613C 1989 Cat 92XO1829 615C 2006 Cat 09XGO1947 T-30T 2008 Terex A8941699 290 2014 Case IH ZERD01622 TACW-16 2021 Rome Dozer D6K2XL 2020 Cat MGM03177 Grader 140M2 2011 Cat M9D00242 140M3 2014 Cat ON9D00260 140M3 2015 Cat N9D00347 140M3 2017 Cat N9M00493 Track hoe 235X3 2013 Link Belt ECBK4-7750 V1O55B 2008 Yanmar SN50910B 210X3 2014 Link Belt EHDK47800 210X3 2016 Link Belt LBX210Q6NEHEX1548 210X4 2020 Link Belt LBX210Q7NJHEX1553 350X4 2016 Link Belt LBX350Q7NFHEX1245 315FLCR 2016 Cat TDY00183 80X3 2019 Link Belt LBX080Q6NJHEX1549 305 mini 2021 Cat OH5M13654 Attachments 411300 Paladin coupling AKRPLR4TX30944 Hammer 2' cat bucket 3' bucket NA 1'bucket NA RC409 Chicago Pneuma SNBGF069022 hammer Kent KF27QT hammer Cat Screening bucke 2017 Allu 210 DNS21715295 Felco bucket 12956-1 Loader WA-380-5 2004 Komatsu A52184 80ZV-2 2010 Kawasaki 8005-5327 67Z-7 2015 Kawasaki 65J5-5105 WA-270 2016 Komatsu 85266 WA-270 2019 Komatsu A29001 ZW50-56 2020 Hitachi ZW50513-005060 ZW50-5B 2021 Hitachi RYUNBD60K0005260?? Skid steer 2100RT 2012 Mustang MMC210RTH00040377 299D3 2020 Cat DY901435 299D3 2021 Cat DY904220 2017 Skeleton bucket 45158 Grapple bucket Auger Forks NA Forklift 742 2006 Mustang 1225064 Lifts Boom SJ66T 2009 Sky Jack 97000157 Compactor VM115D 2007 JCB 1800634 816E 1988 Cat 15Z00878 CP271 Dynapac 2362BR203 SV208 Case Plate Wacker 24334897 18"shaker Walk behind 2020 wacker 24510841 Shaker CP jack 2011 wacker V5539 jack 2017 Wacker 24298611 GPS Base#1. Trimble 5420R01381 Base #2 2020 Trimble 5839F00523 Base#3 2021 Trimble D6K 2020 Trimble 3379J572SY 140M Trimble 2434J528SP 140M3 2021 Trimble 1331J057SY Trucks F-750 dump 2011 Ford 3FRNF7FA6BV556209 F-750 H2O 2007 Ford 3FRXF75E07V515725 F-750 H2O 2014 Ford 3FRPF7FA1BB687413 Pete H2O 2012 Peterbilt 2NP3LNOX2CM143580 Pete H2O 2018 Peterbilt 29P3UOX8JN488585 T-800 2014 Kenworth 1XKDDP9X9EJ409294 Pete Dump 2017 Peterbilt 2NP3UOX7JM475570 Trailers Pickups Water Tower Vactron Box Flat Flat Flat Bucket Mach flat flat Box Detach Tri Axle Fuel Trailer Wash trailer flat lube Ranco Belly Grain F150 F150 3500 1500 3500 F-350 2500 2500 2500 2500 3500 1500 F250 F250 F250 2017 Niece 2019 Vermeer 2006 NOR 2001 Car 2017 Big Tex 2018 PJ home home made 2019 PJ 2021 Diamond T 2019 ? 2014 Etnyre 2019 2019 home made 2020 TabP 2015 Ranco 2017 CTS 49457 5HZK19243KK002005 5SM C142161000748 46UFU222411076879 16VGX2024H6059069 3CVU82021H2563999 100000010313W 1 4p5t6242xk1297462 5FW FP2525 M R027961 4a9bc1417jw040215 1E931510XEE111168 4B9B1TF23KS075935 3BZBP1221LC008566 5915D4020FR136405 5TU124020HS000449 2005 ford (Toy) 1FTRF14W35NB82118 2018 Ford (Theron) 1FTEW1EG8JKC23022 2016 dodge (Dewayne 3C63RRHL2GG219366 2016 dodge(Randy) 1CRR6LG9GS127909 2016 Chevy (Tristen) 1GC4KOE89GF150173 2017 Ford (Martin) 1FT8W3BT5HEB84120 2019 Chevy(Logan) 1GClKSEYXKF122079 2020 Chevy(BO) 1GT49VEY6LF190536 2002 Chevy 1GCHC23U72F140244 2020 Chevy(H) 1G ClYLE79CF163185 2020 Chevy (T) 1GC4YSE7XLF154499 2021 Chevy (Jeremy) 3GCUYHELOMG352217 2022 Ford (JohnR) 1FD7W2B63NEC19843 2022 Ford (Jeff) 1FD7W2B6LNEC19839 2006 Ford (Jim) 1FTSX21586EB72086 Small equip Welder 2017 Hobart MH280953R Light tower 2013 Magnum 1311394 Lasers(5) Demo saw (3) pumps (3) Bucket machine Bucket machine Husky Con Saw Band Saw Air compressor Rebar Gun Fuel Tank Saw Rock Boss Transit Oil Tanks Pipe puller Pipe Sling Fuel Tank Solar Camera Air compressor Storage container Manlift tripod Sniffer asphalt wheel skidsteer broom Trench Box 67171DR396 6718ID397 2018 2018 Central Pneumat 2019 Shop made 2019 Shop made 2019 Shop made for 1/2 ton dodge NA NA NA 701305 BO SIMON Corporate Office: 1221 County Rd 0 % Loma, CO 81524 • 806-336-0140 Canyon Office: 28700 HWY 87, Canyon TX 79015 Abilene Office: 1233 Elm Dale Road SKILLS & ABILITIES MANAGEMENT I have had experience in managing construction projects for 22 years and have 31 years working in the development/construction industry. I've worked on projects ranging from $50,000 to $28,000,000 MARKETING As the CEO of my own business, I market my business to potential clients. CUSTOMER RELATIONS Throughout my professional career, I have always focused my team to put the customer's viewpoint and needs as the foremost priority. We have historically maintained repeat customers through this mindset and company culture. EXPERENCE BO SIMON INC. — OWNER — 2016 TO CURRENT Bo Simon Inc. was incorporated in 2016 and specializes in planning, creation, and maintenance of public and private infrastructure projects. We have maintained a growth average of nearly 70% annually since 2016. SKEESCORP — MANAGING PARTNER— 2010 - 2015 I was a managing partner at Skeescorp Inc based in Grand Junction CO. We focused on the Ag-Construction boom that occurred roughly 2010 — 2015. During my time there, we performed nearly $45,000,000 in completed projects. SELF EMPLOYED — GRAND JUNCTION CO - 2005 - 2010 We focused on the housing boom in Western CO from 2005 — 2009. Constructing multi -family subdivisions (including earthwork and utilities) and commercial sitework. Approximately $20,000,000 in completed projects. Meldor Construction — Carbondale CO — 1998 — 2005 Starting as a Utility Foreman, I worked my way into estimating and ended my time there as COO. Various large sitework projects based in Aspen, Vail, Glenwood Springs and surrounding area. I left when the owner sold the company to a competitor. MA Concrete Construction and Bogue Construction — Grand Junction CO 1994 — 1998 Utility Foreman. Western States Construction and Las Vegas Paving 1990 —1998 Utility operator, labor, hub chaser in Las Vegas, NV Simon Construction 1986 —1990 CO, UT, NV Starting in my teens, I worked with my father in the family business. We focused on cleaning and CCTV sewer infrastructure for various municipalities. He revolutionized several new processes for repairing and replacing public facilities in including slip -lining and grouting manholes to diminish infiltration and exfiltration. CURRENT PROJECTS WITH BSI • TxDot — FM 179 — Drainage • TxDot — Clovis Rd. — Dirt and Utilities • Abilene ISD —The "Lift" — Dirt and Utilities • CHS Selby, SD — Dirt and Utilities • Hendrick Medical Center — Urgent Care Facilities — Site Work • TxDot — Taylor Co. — Drainage • City of Snyder — Water & Sewer Line Improvements • Deaf Smith County — Law Enforcement Center Utilities Extension • City of Abilene— Griffith Rd. — Pipe • City of Abilene — USDA Water Line Section 1&4 • Miami — Demolition PREVIOUS PROJECTS WITH BSI • Friona Industries — Dalhart Waterline — 2018 • Friona Industries — Dalhart Walls — 2019 • CHS Inc. — Friona Warehouse — 2018 • Advanced Bio Energy — Aberdeen, SD — 2018 • Friona Industries — Randall Boiler — 2019 • Lubbock Power & Light — Oliver Substation — 2019 • TxDot — SL 289 Drainage — 2019 • Nuage — Building Excavation — 2020 • White Energy Effluent Force Main — Effluent Pipe Install — 2017 • CHS Ropesville — Earthwork — 2017 • Friona Industries — Concrete Walls — 2017 • Friona Industries— Earthwork - 2017 • Friona Industries — Demolition/Earthwork — 2018 • Cargill Inc. — Miscellaneous — 2018 2 • Hiram Reyez Project Manager and Safety Officer with over 25+ years of experience in the industry and 15+ as a Project Manager. EXPERIENCE 3/2017— Current Project Manager/Safety Officer • Bo Simon Inc. • Texas 07/2015- 01/2017 Foreman/Lead Consultant • Skeescorp • Texas o8/2013- 07/2015 Owner • 640 Consulting LLC • Texas 10/2009- o8/2013 Partner • Turnkey Consulting LLC • Texas SKILLS • Residential, commercial, and heavy highway construction • Interpreting blueprints and material and installation details • Daily vehicle/equipment inspections • Operation of heavy equipment safely and efficiently • Specialize in heavy excavation, rock removal, underground utilities, and dirt work. • Starting and completing projects on time and on budget. • Managing projects and employees REFERENCES Name: Charles Shaw Name: Michael Adams Title/Position: Professional Engineer Title/Position: Professional Engineer Organization: Parkhill, Smith, & Cooper Organization: OJD Engineering, LP Inc. Telephone: 8o6-473-2200 Telephone: 8o6-791-2300 Email: csha%%[a Email: �lirl ii L;\clan sp,: j l min.. }.cunt Project Plainview — Estacado & Project: Mesquite Ridge Coronado Terry Murray Experience as Project EXPERIENCE 6/2020— Current Project Manager • Bo Simon Inc. • Texas 11/2015— o6/2020 General Superintendent • Elite Surface Infrastructure • Colorado 8/2012— 11/2015 Project Superintendent • RMCI, Inc. • New Mexico 10/2010— 10/2012 Project Superintendent • Reynolds, Inc. • New Mexico CERTIFICATIONS Certified Compliance Inspector of Stormwater (SWPP) January 2019 — January 2021 Class A CDL January 2o18 — December 2025 REFERENCES Name: Kole T. Glover, P.E. Name: Michael Adams Title/Position: Professional Engineer Title/Position: Professional Engineer Organization: Parkhill, Smith, & Cooper Inc. organization: OJD Engineering, LP Telephone: 8o6-473-2200 Telephone: 8o6-791-2300 Email: 1 -I„ tt rw parkhiil <•rnn Email: V ich�i� 1. �clamst« <�jdeneiucerin Project Deaf Smith County LEC Utility Extension Project: Wolfforth — Water System I Improvements MATTHEW STROEVER (610) 360-7844 mstroever@hotmail.com SENIOR ENGINEER — DESIGN AND MECHANICAL ENGINEERING TECHNICAL LEADER I INNOVATIVE I RESULTS ORIENTED I CUSTOMER FOCUSED TECHNICAL MANAGER with proven achievements in design and engineering. Collaboratively and reliably achieves results in high intensity environments through creativity, effective communication, and technical expertise. A self-starter who works with limited direction to meet customer and stakeholder needs while balancing resource and time requirements. CAREER HISTORY Staff Engineer, Mechanical Engineering, DANBURY MISSION TECHNOLOGIES 2019 to Present In coordination with an Integrated Product Team, design and analyze space -flight hardware and ground support equipment, from initial concept through completion Manage designs through the complete life -cycle: evaluate customer requirements and create design concepts, coordinate with vendors and provide technical guidance, and support payload hardware implementation and testing Establish and adhere to best practices and guidelines for hardware solutions Design Engineer Supervisor, VAREL INTERNATIONAL INC. 2017 to 2019 • Manage and maintain roller cone product lines across multiple international field offices; control design status in SAP, and validation through field engineering and operational reporting • Supervise 3 roller cone Design Engineers through the design process — product design requests, technical design reviews, drafting, checking, and release in Windchill PLM • Innovate new drill bit technology, methods, and materials to solve industry and customer challenges Continuous Improvement Engineer, VAREL INTERNATIONAL INC. 2017 to 2017 • Conduct failure analysis of drill bits and associated processes; coordinate with laboratory, manufacturing, quality, and R&D to conduct root cause analysis and create technical reports for customers and auditors • Responsible for process improvement initiatives including design, documentation, quality systems, and cycle time • Maintain and update engineering material and design specifications as needed • Primary contact for engineering and manufacturing quality dispositions Design Engineer, VAREL INTERNATIONAL INC. 2012 to 2017 • Design roller cone drill bits using Pro-E and Creo CAD systems, drilling simulations, and product specifications to meet customer needs and challenges for use in drilling applications, including workover and directional drilling • Coordinate with manufacturing and supply chain to disposition defective part reports, streamline new part manufacturing, and assess incoming forging and casting part quality • Design, and provide technical support for, rock bit components including steel bearing elements, elastomer seals, and steel forgings and castings • Visit drilling rig sites with sale representatives and interface with internal and external customers Equipment Engineer, SAMSUNG AUSTIN SEMICONDUCTOR 2011 to 2012 MATTHEW STROEVER PAGE 2 Responsible for move -in, facilities startup, equipment setup and process qualification of 15 tools valued at over $130 million, in a high -volume manufacturing environment Coordinated new technology integration into the Austin fabrication facility for the next generation semiconductor chip, with tool vendor based in Korea. This project included vendor site visits, on and offsite training, systems integration to site specification, and testing to ensure process requirements were met Participated in over 80 hours of continuing education including Lean, Advanced Theory of Constraints, Design of Experiments, and Project Management Battalion Operations Officer/Fire Direction Officer, UNITED STATES ARMY 2007-2010 • Planned and oversaw tactical operations for 5 subordinate maneuver Companies and several multinational and government agency support units in a combat environment • Responsible for training and operational control of over 540 soldiers in a Multiple Launch Rocket System (MLRS) Battalion • Supervised the Battalion's tactical operations center, staffed by 6 officers 7 non-commissioned officers, and 29 soldiers • Responsible for the safe execution of live fire rocket artillery training for 18 M270Al self-propelled launcher loaders (SPLL) Battery Operations Officer/Platoon Leader, UNITED STATES ARMY 2004-2007 • Supervised the tactical movement, positioning and control of 80 soldiers and 6 M270A1 SPLL • Responsible for the combat readiness, training, and well-being of 14 soldiers • As the Battery Hazardous Materials Officer, responsible for the proper shipping and maintenance of all classes of hazardous materials in the unit EDUCATION MS, Mechanical Engineering (Thermal Fluids Systems focus), University of Texas at Austin, Austin, TX BS, Mechanical Engineering, Lehigh University, Bethlehem, PA PATENTS Hybrid Rotary Cone Drill Bit. US Patent 9,376,866 B2, filed August 23, 2013 and issued June 28, 2016. Kyle Nobile, Matt Stroever, David Michael Harrington, Karl W. Rose. Roller Cone Drill Bit with Improved Erosion Resistance. US Patent 9,988,854 B2, filed May 11, 2016 and issued June 5, 2018. Thomas Gallifet, Matthew Charles Stroever. Hybrid Roller Cone and Junk Mill Bit. US Patent CA2953976A1, filed February 16, 2016 and issued August 16, 2017. Johnathan Howard, Matthew Charles Stroever, Sterling Robinson. Roller Cone Bit having Gland for Full Seal Capture. US Patent CA2982745A1, filed November 9, 2017 and issued May 8, 2018. Chengwei Chiu, Matthew Charles Stroever, Johnathan Walter Howard. Fixed Cutter Completions Bit. US Patent CA3047252A1, filed June 8, 2017 and issued December 28, 2019. Matthew Charles Stroever, Johnathan Walter Howard, Thomas Gallifet, Patricia Ann Neal, Cary Andrew Maurstad. OTHER NOTABLES • Bronze Star Medal, Operation Iraqi Freedom (2009) • Army Commendation Medal, Operation Iraqi Freedom (2007) • Eagle Scout, Boy Scouts of America • Track & Field, Lehigh University CALEB M.STEPHENSON 2415 151h Ave. Canyon, TX 79015 Phone # (806) 236-6059 stephensoncalebmichael Fi.vahoacom Profile A dedicated, dependable, self -motivated professional with 10+ years experience in the agricultural industry. Skills and Abilities • Strong customer service skills • Proven ability to operate, repair, and maintain agricultural and construction equipment • Excellent problem -solving and conflict resolution skills • Task -oriented with a strong work ethic • Quickly establishes rapport with team members and managers Employment History Office/New Business Manager 09/2017 — Present Bo Simon Inc. Canyon, Texas Responsible for office management and new business discovery. Bo Simon Inc. is a civil construction and consulting business. An established business out of Loma, Co, in 2017 Bo Simon Inc hired me and opened an office in Canyon, TX. BSI has completed large scale ag construction projects. My role at BSI includes payroll, billing, customer acquisition, customer satisfaction, and new business exploration. I have been able to bring consistency and professionalism into the company. I have used my experience to keep more accurate records from one project to the next. General Manager 04/2013 — 09/2017 Consumers Supply Cooperative Canyon, Texas Responsible for all management of company. Daily operations, budget, employees, commodity procurement and sales, safety, annual audit. Report directly to the board of directors. Consumers is an independently operated cooperative that retails fuel, feed, grain, livestock supplies, and hardware. During my time as manager we experienced tremendous growth within the business. There was not one part of the business or operations I did not know. Terminal Operations Manager 02/2011 - 04/2013 CHS Inc. Friona, Texas Responsible for management of all components of the facility. eg. Operations, budget, employees, commodity scheduling, and safety. CHS Terminal in Friona receives commodities by rail and distributes them by truck. Efficient management and effective communication between the BNSF, J.D. Heiskell, and CHS is essential to the success of the facility. Assistant Manager 09/2007 — 02/2011 Consumers Supply Cooperative Canyon, Texas Certifications/Specialty/Professional Courses • Texas Class A Commercial Drivers License - Tanker endorsements • Texas Private Applicator's License Education Bachelor of Business Administration West Texas A&M University May 2006 Course Work: Accounting, Marketing, Management, Finance Accomplishments • 2015 Outstanding Randall County Agri -Businessman of the Year • Member of Texas Agricultural Cooperative Council 2014- 2017 • Elected to the Board of Directors of Texas Agricultural Cooperative Council 2017 References **Available upon request B O S I M O N I N C Bo Simon President / CEO Project Management and Field Operations Jeremy Finley Project Manager Ty Gosnell Asst. Project Manager Randy Pancake Foreman Operators Laborers Bo Simon Project Manager Hiram Reyez Terry Murray Superintendent Superintendent Jim Etheredge Jeff Fiorito Foreman Foreman Operators Laborers Operators Laborers Caleb Stephenson Matt Stroever Tristan Murray VP / Business Project Engineer / Asset Manager / Manager Estimator Fleet Mechanic Sharla Simon Office Manager Janae Ask Administrative Assistant Office, Engineering, Compliance, and Safety Page Intentionally Left Blank City of Lubbock, TX Purchasing and Contract Management 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 X 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 disposition of offense, if any, and penalty assessed. 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 X 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. QUESTION THREE 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 X 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. QUESTION FOUR Provide your company's Experience Modification Rate and supporting information: 0.91 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. •e Caleb Stephenson VP / Business Manager Title 363 E. Elkhorn Ave. Suite 201 P - 970,628.7635 Estes Pafk,CO80517 C- 970.261.4888 United States a 1 g. c o m Gallagher Insurance ; Risk Management I Consulting Bo Simon, Inc Policy # WC3712397 21-1-21 to 12-10-22 To Whom It May Concern The above insured has an Experience Mod of .93 for the current term. Thanks Sid Veale Area Vice President Page Intentionally Left Blank NON -COLLUSION AFFIDAVIT STATE OF TEXAS LUBBOCK COUNTY Caleb Stephenson being first duly sworn, on his/her oath, says that the bid above submitted is a genuine and not a sham or collusive bid, or made in the interest or on behalf of any person not therein named; and s/he further says that the said respondent has not directly induced or solicited any firm on the above work or supplies to put in a sham , or any other person or corporation to refrain from a statement of qualifications; and that said firm has not in any manner sought by collusion to secure to self an advantage over any other firm or firms. Bo Simon Inc Firm Caleb Stephenson Name t VP / Business Manager Title Subscribed and sworn to before me this Zip day of2021 Not&v Public My Commission Expires: lj /t pj 2p?_,�-- JANAE ASK a►�` . oe . Notary Public, State of Texas 9+e� Comm. Expires 11-10-2025 10111 ` Notary ID 133441051 NOTE: THIS FORM MUST BE COMPLETED AND INCLUDED IN WITH THE SUBMISSION Page Intentionally Left Blank 1. 2. 3. 4. 5. 6. 7. 8. 9. 10. 11. 12. 13. 14. 15. 16. Company Name M&M Paving PROPOSED LIST OF SUB -CONTRACTORS Location Lubbock Services Provided Paving Minority Owned Yes No ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ THIS FORM SHALL BE COMPLETED AND RETURNED ALONG WITH YOUR RESPONSE IF NO SUB -CONTRACTORS WILL BE USED PLEASE INDICATE SO SUBMITTED BY: Bo Simon Inc PRINT NAME OF COMPANY) 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 responses are due. FINAL LIST OF SUB -CONTRACTORS Pate Intentionally Left Blank 1. 2. 3. 4. 5. 6. 7. 8. 9. 10. 11. 12. 13. 14. 15. 16. Company Name M&M Paving FINAL LIST OF SUB -CONTRACTORS Location Services Provided Lubbock Paving SUBMITTED BY: Bo Simon Inc (PRINT NAME OF COMPANY) Minority Owned Yes No ❑ x ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ THIS FORM SHALL BE COMPLETED AND RETURNED NOT LATER THAN SEVEN BUSINESS DAYS AFTER THE CLOSE DATE WHEN RESPONSES ARE DUE IF NO SUB -CONTRACTORS WILL BE USED PLEASE INDICATE SO Page Intentionally Left Blank PAYMENT BOND Page 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 Bo Simon, 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 Nine Hundred Thirty Thousand Six Hundred Ten Dollars $930 610) 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 22°d day of February, 2022, to RFP 22-16156-TF Vintage Township Storm Water System Improvements 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 Surety *By: (Title) 2022. (Company Name) By: (Printed Name) (Signature) (Title) Page Intentionally Left Blank 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. Page Intentionally Left Blank 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 Bo Simon, 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 Nine Hundred Thirty Thousand Six Hundred Ten Dollars $930 610) 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 22°d day of February, 2022, to RFP 22-16156-TF Vintage Township Storm Water System Improvements 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 , 2022. Surety (Company Name) * By: (Title) By: (Printed Name) (Signature) (Title) Page Intentionally Left Blank 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. Page Intentionally Left Blank CERTIFICATE OF INSURANCE Pate Intentionally Left Blank CERTIFICATE OF INSURANCE TO: CITY OF LUBBOCK DATE: P.O. BOX 2000, Room 204 LUBBOCK, TX 79457 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 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. IT SHALL BE THE CONTRACTOR'S. 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. 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. Pate Intentionally Left Blank CONTRACT Page Intentionally Left Blank 4 0 Contract 16156 STATE OF TEXAS COUNTY OF LUBBOCK THIS AGREEMENT, made and entered into this 2204 day of February, 2022 by and between the City of Lubbc County of Lubbock, State of Texas, acting by and through the Mayor, City of Lubbock, thereunto authorized to do hereinafter referred to as OWNER, and Bo Simon. Inc. of the City of Canyon, County of Randall and the State of Te hereinafter termed CONTRACTOR. WITNESSETH: That for and in consideration of the payments and agreements hereinafter mentioned, to be made performed by the OWNER and under the conditions expressed in the bond bearing even date herewith (if any) CONTRACTOR hereby agrees with OWNER to commence and complete the construction of certain improvemi described as follows: RFP 22-16156-TF Vintage Township Storm Water System Improvements 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. Bo Simon. Inc.'s proposal dated December 21, 2021, is incorporat 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. CONTRACTOR: Bo Simon, Inc. CITY tLU K, TEXAS (OWNER): By: _ 'J Daniel M. Pope, Mayor By; ATTEST: P ME: & C�4,0eu A- J TITLE: c RebeGarza, City Secretary COMPLETE ADDRESS: Bo Simon, Inc. 28700 Hwy 87 Canyon, TX 79015 ATTEST: Co rate Secretary APPROVED AS TO CO TENT: Pu t rks Ritsentalive P7- Name (Printed) Date PA OVED AS O FORM; AA �n� i Leisure, Assistant City Attorney 0 Page Intentionally Left Blank GENERAL CONDITIONS OF THE AGREEMENT Page Intentionally Left Blank GENERAL CONDITIONS OF THE AGREEMENT 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 Bo Simon, Inc. who has agreed to perform the work embraced in this contract, or their legal representative. 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, P.E., Assistant City Engineer/Capital Pro*ects & Design, 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". 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. 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. 8. 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. 9. 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. 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 from 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 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 Med Exp (Any one Person) 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 $9,000,000 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 covering all employees whether employed by the Contractor or any Subcontractor on the job with Employers Liability of at least $1,000,000 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 401.011(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. The Contractor shall retain all required certificates of coverage for the duration of the project and for one year thereafter. 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. 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. The Contractor shall contractually require each person with whom it contracts to provide services on the project, to: (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: (1) The name and address of the insured. (2) The location of the operations to which the insurance applies. (3) The name of the policy and type or types of insurance in force thereunder on the date borne by such certificate. (4) The expiration date of the policy and the limit or limits of liability thereunder on the date borne by such certificate. (5) 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. (6) 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. (7) 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. (8) If policy limits are paid, new policy must be secured for new coverage to complete project. (9) 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: 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.t.Y-us) 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; (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 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 $4,000 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 $4,000 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. 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 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 quantities not 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 or, if the Contractor does not submit such application, the Owner's Representative shall determine the amount to be partially paid. 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: (i) in the event the total value of the contract is five million dollars or more, 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; or (ii) in the event the total value of the contract is less than five million dollars, 10% or less, of the amount thereof, which percentage shall be retained until final payment, and further, less all previous payments and all further sums may be retained by Owner under the terms of the contract documents ("Retainage"). If Contractor engages a sub -contractor to perform all or part of Contractor's work under the contract, the Contractor shall not withhold a greater percentage of Retainage than the percentage set out in in this section pertaining to the Contractor. Contractor shall likewise require any subcontractor it engages to comply with section 2252.032 of the Texas Government Code. 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 fifteen (15) calendar 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. The work will be deemed substantially complete when the work (or a specified portion thereof) has progressed to the point where, in the opinion of the Owner or Owner's Representative, the work (or a specified portion thereof) is sufficiently complete, in accordance with all the contract documents, including the Proposal and all applicable technical specifications, so that the work (or a specified portion thereof) can be utilized for the purposes for which it is intended without unscheduled disruption. Owner may, in its sole discretion, release all or a portion of the Retainage upon Owner's receipt of the certificate of substantial completion for all of the work or a specified portion thereof. 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. Owner may, in its sole discretion, release all or a portion of the Retainage for fully completed and accepted portions of the work. Notwithstanding the foregoing, Owner may withhold the Retainage if there is a bona fide dispute between Owner and Contractor according to section 2252.032(f) of the Texas Government Code. 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 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 - (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 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 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 UP 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 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. 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. 60. LABOR CODE CHAPTER 214 Sec. 214.008. MISCLASSIFICATION OF CERTAIN WORKERS; PENALTY. (a) A person who contracts with a governmental entity to provide a service as defined by Section 2155.001, Government Code, shall properly classify, as an employee or independent contractor in accordance with Chapter 201, any individual the person directly retains and compensates for services performed in connection with the contract. (b) In this subsection, "subcontractor" means a person directly retained and compensated by a person who contracts with a governmental entity to provide a service as defined by Section 2155.001, Government Code. A subcontractor shall properly classify, as an employee or independent contractor in accordance with Chapter 201, any individual the subcontractor directly retains and compensates for services performed in connection with the contract for which the subcontractor is retained. (c) A person who fails to properly classify an individual as required by Subsection (a) or (b) shall pay to the commission a penalty equal to $200 for each individual that the person has not properly classified. (d) The commission may not take action to collect a penalty under this section from a person after the third anniversary of the date on which the violation occurred. 61. CERTIFICATE 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 62. TEXAS GOVERNMENT CODE SECTION 2252.152 Contracts with Companies Engaged in Business with Iran, Sudan, or Foreign Terrorist Organization Prohibited. Pursuant to Section 2252.152 of the Texas Government Code, prohibits the City from entering into a contract with a vendor that is identified by The Comptroller as a company known to have contracts with or provide supplies or service with Iran, Sudan or a foreign terrorist organization. 63. TEXAS GOVERNMENT CODE SECTION 2271.002 Pursuant to Section 2271.002 of the Texas Government Code, a) This section applies only to a contract that: (1) is between a governmental entity and a company with 10 or more full-time employees; and (2) has a value of $100,000 or more that is to be paid wholly or partly from public funds of the governmental entity. (b) A governmental entity may not enter into a contract with a company for goods or services unless the contract contains a written verification from the company that it: (1) does not boycott Israel; and (2) will not boycott Israel during the term of the contract. 64. 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. 65. 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 contract 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 the governmental body. 66. 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. 67. 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 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. 68. PROFESSIONAL RESPONSIBILITY All architectural or engineering services to be performed shall be done with the professional skill and care ordinarily provided by competent architects or engineers practicing under the same or similar circumstances and professional license. 69. TEXAS SENATE BILL 219 SUBCHAPTER B ITEMS B AND C (b) A contractor must, within a reasonable time of learning of a defect, inaccuracy, inadequacy, or insufficiency in the plans, specifications, or other design documents, disclose in writing to the person with whom the contractor enters into a contract the existence of any known defect in the plans, specifications, or other design documents that is discovered by the contractor, or that reasonably should have been discovered by the contractor using diligence, before or during construction. In this subsection, ordinary diligence means the observations of the plans, specifications, or other design documents or the improvement to real property that a contractor would make in the reasonable preparation of a bid or fulfillment of its scope of work under normal circumstances. Ordinary diligence does not require that the contractor engage a person licensed or registered under Title 6, Occupations Code, or any other person with specialized skills. A disclosure under this subsection is made in the contractor's capacity as contractor and not as a licensed professional under Title 6, Occupations Code. (c) A contractor who fails to disclose a defect as required by Subsection (b) may be liable for the consequences of defects that result from the failure to disclose. Page Intentionally Left Blank DAVIS BACON WAGE DETERMINATIONS Page Intentionally Left Blank EXHIBIT A General Decision Number: TX20210002 01 /01 /2021 Superseded General Decision Number: TX20200002 State: Texas Construction Types: Heavy and Highway Counties: Armstrong, Carson, Crosby, Ector, Irion, Lubbock, Midland, Potter, Randall, Taylor and Tom Green Counties in Texas. HEAVY & HIGHWAY CONSTRUCTION PROJECTS Note: Under Executive Order (EO) 13658, an hourly minimum wage of $10.95 for calendar year 2021 applies to all contracts subject to the Davis -Bacon Act for which the contract is awarded (and any solicitation was issued) on or after January 1, 2015. If this contract is covered by the EO, the contractor must pay all workers in any classification listed on this wage determination at least $10.95 per hour (or the applicable wage rate listed on this wage determination, if it is higher) for all hours spent performing on the contract in calendar year 2021. If this contract is covered by the EO and a classification considered necessary for performance of work on the contract does not appear on this wage determination, the contractor must pay workers in that classification at least the wage rate determined through the conformance process set forth in 29 CFR 5.5(a)(1)(ii) (or the EO minimum wage rate, if it is higher than the conformed wage rate). The EO minimum wage rate will be adjusted annually. Please note that this EO applies to the above -mentioned types of contracts entered into by the federal government that are subject to the Davis -Bacon Act itself, but it does not apply to contracts subject only to the Davis -Bacon Related Acts, including those set forth at 29 CFR 5. 1 (a)(2)-(60). Additional information on contractor requirements and worker protections under the EO is available at www.dol.gov/whd/govcontracts. Modification Number Publication Date 0 01/01/2021 * SUTX2011-002 08/02/2011 Rates Fringes CEMENT MASON/CONCRETE FINISHER (Paving & Structures) ... $ 13.55 ELECTRICIAN ......................$ 20.96 FORM BUILDER/FORM SETTER Paving & Curb ...............$ 12.36 Structures .................. $ 13.52 1 : 6 Asphalt Raker ...............$ 12.28 Flagger.....................$ 9.30 Laborer, Common .............$ 10.30 Laborer, Utility ............ $ 11.80 Work Zone Barricade Servicer.................... $ 10.30 POWER EQUIPMENT OPERATOR: Asphalt Distributer ......... $ 14.87 Asphalt Paving Machine ...... $ 13.40 Broom and Sweeper ........... $ 11.21 Crane, Lattice Boom 80 Tons or Less ................$ 16.82 Crawler Tractor Operator .... $ 13.96 Excavator, 50,000 lbs or less ........ $ 13.46 Front End Loader Operator, Over 3 CY...................$ 12.77 Front End Loader, 3CY or less ... $ 12.28 LoaderBackhoe..............$ 14.18 Mechanic ....................$ 20.14 Milling Machine .............$ 15.54 Motor Grader, Rough ........ $ 16.15 Motor Grader, Fine .......... $ 17.49 Pavement Marking Machine .... $ 16.42 Reclaimer/Pulverizer........ $ 12.85 Roller, Asphalt .............$ 10.95 Roller, Other ...............$ 10.36 Scraper ..................... $ 10.61 Spreader Box ................ $ 12.60 Servicer .........................$ 13.98 Steel Worker (Reinforcing) ....... $ 13.50 TRUCK DRIVER Lowboy -Float ................ $ 14.46 Single Axle ................. $ 12.74 Single or Tandem Axle Dump..$ 11.33 Tandem Axle Tractor with Semi ........................ $ 12.49 WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental. Note: Executive Order (EO) 13706, Establishing Paid Sick Leave for Federal Contractors applies to all contracts subject to the Davis -Bacon Act for which the contract is awarded (and any solicitation was issued) on or after January 1, 2017. If this contract is covered by the EO, the contractor must provide employees with 1 hour of paid sick leave for every 30 hours they work, up to 56 hours of paid sick leave each year. Employees must be permitted to use paid sick leave for their own illness, injury or other health -related needs, including preventive care; to assist a family member (or person who is like family to the employee) who is ill, injured, or has other health -related needs, including preventive care; or for reasons resulting from, or to assist a family member (or person who is like family to the employee) who is a victim of, domestic violence, sexual assault, or stalking. Additional information on contractor requirements and worker protections under the EO is available at www.dol.gov/whd/govcontracts. Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29CFR 5.5 (a) (1) (ii)). ----------------------------- The body of each wage determination lists the classification and wage rates that have been found to be prevailing for the cited type(s) of construction in the area covered by the wage determination. The classifications are listed in alphabetical order of ""identifiers"" that indicate whether the particular rate is a union rate (current union negotiated rate for local), a survey rate (weighted average rate) or a union average rate (weighted union average rate). Union Rate Identifiers A four letter classification abbreviation identifier enclosed in dotted lines beginning with characters other than ""SU"" or ""UAVG"" denotes that the union classification and rate were prevailing for that classification in the survey. Example: PLUM0198-005 07/01/2014. PLUM is an abbreviation identifier of the union which prevailed in the survey for this classification, which in this example would be Plumbers. 0198 indicates the local union number or district council number where applicable, i.e., Plumbers Local 0198. The next number, 005 in the example, is an internal number used in processing the wage determination. 07/01/2014 is the effective date of the most current negotiated rate, which in this example is July 1, 2014. Union prevailing wage rates are updated to reflect all rate changes in the collective bargaining agreement (CBA) governing this classification and rate. Survey Rate Identifiers Classifications listed under the ""SU"" identifier indicate that no one rate prevailed for this classification in the survey and the published rate is derived by computing a weighted average rate based on all the rates reported in the survey for that classification. As this weighted average rate includes all rates reported in the survey, it may include both union and non -union rates. Example: SULA2012-007 5/13/2014. SU indicates the rates are survey rates based on a weighted average calculation of rates and are not majority rates. LA indicates the State of Louisiana. 2012 is the year of survey on which these classifications and rates are based. The next number, 007 in the example, is an internal number used in producing the wage determination. 5/13/2014 indicates the survey completion date for the classifications and rates under that identifier. Survey wage rates are not updated and remain in effect until a new survey is conducted. Union Average Rate Identifiers Classification(s) listed under the UAVG identifier indicate that no single majority rate prevailed for those classifications; however, 100% of the data reported for the classifications was union data. EXAMPLE: UAVG-OH-0010 08/29/2014. UAVG indicates that the rate is a weighted union average rate. OH indicates the state. The next number, 0010 in the example, is an internal number used in producing the wage determination. 08/29/2014 indicates the survey completion date for the classifications and rates under that identifier. A UAVG rate will be updated once a year, usually in January of each year, to reflect a weighted average of the current negotiated/CBA rate of the union locals from which the rate is based. WAGE DETERMINATION APPEALS PROCESS 1.) Has there been an initial decision in the matter? This can be: * an existing published wage determination * a survey underlying a wage determination * a Wage and Hour Division letter setting forth a position on a wage determination matter * a conformance (additional classification and rate) ruling On survey related matters, initial contact, including requests for summaries of surveys, should be with the Wage and Hour Regional Office for the area in which the survey was conducted because those Regional Offices have responsibility for the Davis -Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2.) and 3.) should be followed. With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of Construction Wage Determinations. Write to: Branch of Construction Wage Determinations Wage and Hour Division U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 2.) If the answer to the question in 1.) is yes, then an interested party (those affected by the action) can request review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1.8 and 29 CFR Part 7). Write to: Wage and Hour Administrator U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 The request should be accompanied by a full statement of the interested party's position and by any information (wage payment data, project description, area practice material, etc.) that the requestor considers relevant to the issue. 3.) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board). Write to: Administrative Review Board U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 4.) All decisions by the Administrative Review Board are final. END OF GENERAL DECISION EXHIBIT B Prevailing Wage Rates Overtime Rate The rate for overtime (in excess of forty hours per week) shall be as required by the Fair Labor Standards Act. EXHIBIT C Prevailing Wage Rates Legal Holiday Rate The rate for legal holidays shall be as required by the Fair Labor Standards Act. Page Intentionally Left Blank SPECIFICATIONS Page Intentionally Left Blank City of Lubbock Engineering Minimum Design Standards and Specifications LubCity of bock Tf%Af Department of Engineering City of Lubbock, Texas May 1, 2020 This document contains general standards and specifications for design work on public infrastructure. At all times these regulations are subject to the direct supervision and judgment of the City Engineer who may make modifications in their implementation as may be necessary on a case -by -case basis, acting in the best interest of the public. Approval of plans shall constitute general conformance with the City of Lubbock Minimum Design Standards and Specifications Approval of plans shall not relieve the Engineer of Record or the Developer from the responsibility to comply with local, State, or Federal requirements, and/or any errors or omissions in plans and specifications 00 City of ibbock E X A S May 4, 2020 Subject: City of Lubbock Public Works Engineering Minimum Design Standards & Specifications To whom it may concern: This letter is to advise of the release of the 2020 annual update to the City of Lubbock Public Works Engineering Minimum Design Standards and Specifications. Over the past two years the City of Lubbock Engineering staff has been working with vendors, manufacturers, engineering firms and the development community to update and improve the 2018 edition. The Public Works Engineering Department will be reviewing plans and making comments according to these standards for any proposed infrastructure beginning May 11, 2020. Therefore, any plans received by this department dated on or after May 11, 2020 will be reviewed under these newly adopted design and construction standards. This manual is available in digital format on the City of Lubbock website. Please feel free to contact me if you have any questions Sincerely, za"'ILd "n I LaQ-� Michael G. Keenum, P.E. Division Director of Engineering / City Engineer City of Lubbock 1625 136 Street Lubbock, Texas 79401 (806) 775-2393 C:\USERS\158869W'PDATA\LOCAL\MICROSOFI\WINDOWS\INETCACHE\CONTENT.OUIZOOKWVIQYOAF\STD SPECS ADOPTION LETTERDOCX 0 City of ibbock TEXAS June l 1, 2020 Subject: City of Lubbock Engineering Minimum Design Standards & Specifications To whom it may concern: This letter is to advise of the release of an amendment to the 2020 City of Lubbock Engineering Minimum Design Standards and Specifications. This amendment adds American AVK fire hydrants to the Approved Materials List. This change is effective immediately. This manual is available in digital format on the City of Lubbock website. Please feel free to contact me if you have any questions Sincerely, Michael G. Keenum, P.E. Division Director of Engineering / City Engineer City of Lubbock 1314 Avenue K Lubbock, Texas 79401 (806) 775-2347 C: USEM127498 APPDATA LOCAL MCROSOF nWINDOWS JNETCACHECONfEM'.OUTLOOKOSO2SJ3DMSTD SPECS AMENDMENT L=P DOCX No Text 2020 Design Standards and Specifications Table of Contents SECTION1......................................................................................................................................... 1 MINIMUM DESIGN STANDARDS FOR WATER DISTRIBUTION..........................................................1 1.01 General...................................................................................................................................1 1.02 Design Flow.............................................................................................................................1 1.03 Design Pressure....................................................................................................................... 2 1.04 Hydraulic Design...................................................................................................................... 2 1.05 Typical Layout..........................................................................................................................2 1.06 Bedding and Cover...................................................................................................................3 1.07 Relation to Sanitary Sewer Mains and Appurtenances..................................................................3 1.08 Pipe Size and Spacing...............................................................................................................6 1.09 Pipe Materials.......................................................................................................................... 6 1.10 Methods of Connection............................................................................................................. 6 1.11 Flanged Outlets........................................................................................................................7 1.12 Valve Spacing.......................................................................................................................... 7 1.13 Fire Protection Requirements....................................................................................................7 1.14 Easements...............................................................................................................................8 1.15 Soil Analysis.............................................................................................................................9 1.16 Pipe Restraints and Reaction Blocking........................................................................................9 1.17 Tunneling, Jacking and Boring...................................................................................................9 1.18 Dead-end Mains..................................................................................................................... 10 1.19 Abandonment of Water Mains................................................................................................. 10 SECTION2.......................................................................................................................................11 CHECK LIST FOR WATER DISTRIBUTION CONSTRUCTION PLANS ................................................. 11 2.01 Plan Submittal Requirements................................................................................................... 11 2.02 Plan Details........................................................................................................................... 13 SECTION3.......................................................................................................................................17 MINIMUM DESIGN STANDARDS FOR SANITARY SEWERS.............................................................. 17 3.01 General.................................................................................................................................17 3.02 Design Flow........................................................................................................................... 17 3.03 Hydraulic Design.................................................................................................................... 18 3.04 Design Details........................................................................................................................ 18 3.05 Typical Layout........................................................................................................................ 19 3.06 Bedding and Cover................................................................................................................. 20 3.07 Relation to Water Mains.......................................................................................................... 20 3.08 Abandonment of Sewer Mains and Manholes............................................................................ 22 3.09 Easements.............................................................................................................................22 3.10 Soil Analysis........................................................................................................................... 22 3.11 Tunneling, Jacking and Boring................................................................................................. 23 3.12 Lift Station............................................................................................................................. 23 SECTION4....................................................................................................................................... 25 CHECK LIST FOR SANITARY SEWER CONSTRUCTION PLANS......................................................... 25 4.01 Plan Submittal Requirements................................................................................................... 25 4.02 Plan Details........................................................................................................................... 27 SECTION5....................................................................................................................................... 29 STANDARD SPECIFICATIONS FOR WATER MAIN CONSTRUCTION ................................................ 29 5.01 General.................................................................................................................................29 5.02 Plan Requirements................................................................................................................. 29 5.03 Plan Approval......................................................................................................................... 29 5.04 Inspection............................................................................................................................. 29 5.05 Specifications.........................................................................................................................29 5.06 Materials of Construction........................................................................................................ 29 5.07 Methods of Construction......................................................................................................... 38 5.08 Pneumatic Testing for Tapping Sleeves.................................................................................... 45 5.09 Hydrostatic Pressure Testing................................................................................................... 45 5.10 Sterilization and Bacteriological Testing.................................................................................... 46 2020 Design Standards and Specifications Table of Contents 5.11 Restoration and Clean Up........................................................................................................ 47 5.12 Warranty and Acceptance....................................................................................................... 48 SECTION6.......................................................................................................................................49 STANDARD SPECIFICATIONS FOR SANITARY SEWER MAIN CONSTRUCTION ............................... 49 6.01 General.................................................................................................................................49 6.02 Plan Requirements................................................................................................................. 49 6.03 Plan Approval......................................................................................................................... 49 6.04 Inspection............................................................................................................................. 49 6.05 Specifications.........................................................................................................................49 6.06 Materials of Construction........................................................................................................ 50 6.07 Methods of Construction......................................................................................................... 54 6.08 Inspection, Testing, Approval and Acceptance of Gravity Flow Sanitary Sewer Pipe and Manholes. 63 6.09 Lift Station............................................................................................................................. 69 6.10 Restoration and Clean Up........................................................................................................ 70 6.11 Warranty and Acceptance....................................................................................................... 71 SECTION7....................................................................................................................................... 73 APPROVED MATERIALS AND MANUFACTURERS LIST..................................................................... 73 7.01 Introduction........................................................................................................................... 73 7.02 Product Submittal Procedures.................................................................................................. 73 7.03 Evaluation Process................................................................................................................. 74 7.04 Approval Process.................................................................................................................... 74 7.05 Water System........................................................................................................................ 76 7.06 Sanitary Sewer System........................................................................................................... 83 7.07 Water and Sanitary Sewer Systems.......................................................................................... 88 SECTION8.......................................................................................................................................91 Standard Specifications for streets and drainage construction...................................................... 91 8.01 General.................................................................................................................................91 8.02 Design Standards................................................................................................................... 92 8.03 Testing and Inspection........................................................................................................... 93 8.04 Notification of Property Owners............................................................................................... 93 8.05 Protection of Utilities and Irrigation Systems............................................................................. 93 8.06 Water for Construction............................................................................................................ 94 8.07 Concrete............................................................................................................................... 95 8.08 Subgrade and Base.............................................................................................................. 103 8.09 Hot Mix Asphalt Concrete Surface(HMAC).............................................................................. 109 8.10 Micro-Surfacing....................................................................................................................116 8.11 Storm Sewer........................................................................................................................ 120 8.12 Fences................................................................................................................................ 125 8.13 Salvage of Asphalt Paving..................................................................................................... 126 8.14 Traffic Control...................................................................................................................... 126 8.15 Prosecution of the Work and Working Days............................................................................ 127 8.16 Measurement and Payment................................................................................................... 128 8.17 Restoration and Clean Up...................................................................................................... 131 8.18 Certificate of Completion and Warranty .................................................................................. 131 SECTION9.....................................................................................................................................132 CHECK LIST FOR STREETS AND DRAINAGE CONSTRUCTION PLANS............................................133 9.01 Plan Submittal Requirements................................................................................................. 133 9.02 Plan Details......................................................................................................................... 136 SECTION10...................................................................................................................................139 TYPICAL DETAILS OF CONSTRUCTION..........................................................................................139 10.01 General Details........................................................................................................................A 10.02 Water Details...........................................................................................................................B 10.03 Sewer Details...........................................................................................................................0 10.04 Street and Drainage Details...................................................................................................... D 2020 Design Standards and Specifications Water Standards SECTION 1 MINIMUM DESIGN STANDARDS FOR WATER DISTRIBUTION 1.01 General 1.01.01 All water distribution system design shall be in accordance with the requirements of TCEQ Chapter 290, AWWA Standards, City of Lubbock Water System Master Plan, current City ordinances and the City of Lubbock Minimum Design Standards for Water Distribution. 1.02 Desian Flow 1.02.01 The design of the water distribution system shall be based on the following: A. Design flow for residential use: Design Criteria Design Value Units Peak Hourly Demand 1,000 gpcd Maximum Daily Demand 650 gpcd Average Daily Demand 240 gpcd Capita per Household (Single Family) 3.2 persons Capita per Household(Multi-family) 2.5 persons i. Domestic water service shall be provided from an alley or easement. ii. Lines in alleys or easements shall be adequate to provide for a maximum size water meter of 1-1/2 inches per lot for each 75 feet of frontage. iii. Property owner may acquire a maximum domestic water tap and meter of 1-1/2 inches or the equivalent in two meters per lot for each 75 feet of frontage. iv. Minimum size water tap and meter shall be one inch. B. Design flow for fire protection: Proposed Use Minimum Fire Flow (gpm) 1- and 2-Family Residential 1,000 Other Than 1- and 2-Family Residential 1,500-8,000 i. Fire protection service shall be provided from a street right-of-way or comparable easement. ii. Flow may be from more than one fire hydrant, provided the additional hydrants are accessible to any possible fire location. iii. Fire protection must comply with Fire Marshall's Office regulations, and in no case be less than currently adopted International Fire Code requirements. iv. Additional infrastructure may be required to provide fire protection service when existing water distribution lines are inadequate. Section 1 1 2020 Design Standards and Specifications Water Standards C. Design flow for development other than residential use shall be based on the following or as directed by the City Engineer or designee: Type of Development Average Daily Demand (gal/person/day) Restaurant 18 Without cafeteria or showers 18 School With cafeteria; no showers 24 With cafeteria and showers 30 Without cafeteria, restrooms or showers 6 Youth With restrooms; no cafeteria or showers 24 camp With restrooms and showers; no cafeteria 30 With restrooms, showers and cafeteria 42 Office building 18 Hospital(per bed 720 Institution other than hospital) 240 Factories exclusive of industrialprocesses) 24 Recreational Parks 6 Swimming pools 12 Country clubs 120 Airport(per passenger) 6 Self-service laundry 60 Service station/convenience store 12 i. Peak hourly demand for other than residential flows shall be 2.5 times the average daily demand. 1.03 Design Pressure 1.03.01 Distribution system shall have a maximum operating pressure of 150 pounds per square inch (psi) and a minimum operating pressure of 40 psi. 1.03.02 Distribution system shall maintain a 20 psi residual pressure during required fire flow and a 40 psi residual pressure during peak hourly demand. 1.04 Hydraulic Design 1.04.01 Distribution mains shall be designed to have a maximum velocity of 10 feet per second. 1.04.02 Distribution mains shall be designed using a Hazen -Williams friction coefficient "C" equal to 140. 1.05 Typical Layout 1.05.01 Unless approved otherwise by the City Engineer or designee, water distribution mains shall be located: A. In north -south alleys or streets, 5 feet west of centerline. B. In east -west alleys or streets, 5 feet north of centerline. 1.05.02 Water mains to provide service connections shall be located within an alley or easement. A. Service connections shall not be allowed within street right-of-way without written approval of the City Engineer or designee. 2 Section 1 2020 Design Standards and Specifications Water Standards B. Service lines shall not cross property boundaries into adjacent private property without coverage by a dedicated easement. 1.05.03 Where a water distribution main crosses a street, the crossing shall be made at as near to perpendicular as possible. 1.05.04 Valves shall be installed at each junction such that no more than one connecting leg is unvalved. A. At street intersections, valves shall be located at right-of-way lines unless flanged fittings are required. B. At alley intersections with streets, valves shall be located 2 feet from the right of way line towards the centerline of the street where possible. C. Where possible, valves in streets should be designed to fall outside of wheel paths. 1.05.05 Water mains shall be designed as looped systems. 1.05.06 Minimum radius of curvature and maximum deflection angle of pipe joints shall be restricted to 80% of manufacturer's recommendation, after which the use of horizontal or vertical bends will be required. 1.05.07 In all instances water mains shall extend to the extremities of the platted property or the subdivision served, and further when required to tie into existing mains adjacent to the development. 1.06 Beddina and Cover 1.06.01 Water distribution mains shall ordinarily have a minimum of 4 feet of cover from top of pipe to finished ground surface. 1.06.02 All water lines shall be laid as horizontal as possible, avoiding excessive numbers of high or low points. 1.06.03 Pipe bedding and embedment shall be in accordance with the Standard Specifications for Water Main Construction but in all cases shall be not less than manufacturer recommendations. 1.07 Relation to Sanitary Sewer Mains and Appurtenances 1.07.01 No physical connection shall be made between a drinking water supply and a sewer line. A. Appurtenances shall be designed and constructed so as to prevent any possibility of sewage entering the drinking water system. 1.07.02 Water lines shall be located a minimum of 9 feet horizontally outside to outside from existing or proposed sanitary sewer lines or appurtenances. A. Where the 9 foot separation distance cannot be achieved, the following criteria shall apply: i. New waterline installation —parallel lines: a. Where a new potable waterline parallels an existing, non -pressure or pressure rated sanitary sewer main and the Design Engineer is able to determine that the existing sanitary sewer main is not leaking: Section 1 3 2020 Design Standards and Specifications Water Standards (1) The new potable waterline shall be located a minimum of 2 feet above and a minimum of 4 feet horizontally between outside diameters from the existing sanitary sewer main. (2) Every effort shall be exerted not to disturb the bedding and backfill of the existing sanitary sewer main. b. Where a new potable waterline parallels an existing, non -pressure or pressure rated sanitary sewer main and it cannot be determined by the Design Engineer if the existing line is leaking: (1) The existing sanitary sewer main shall be replaced with at least 150 psi pressure rated pipe. (2) The new potable waterline shall be located a minimum of 2 feet above and a minimum of 4 feet horizontally between outside diameters from the existing sanitary sewer main. c. Where a new potable waterline parallels a new sanitary sewer main: (1) The sanitary sewer main shall be constructed of at least 150 psi pressure rated pipe. (2) The new potable waterline shall be located a minimum of 2 feet above and a minimum of 4 feet horizontally between outside diameters from the existing sanitary sewer main. ii. New waterline installation —crossing lines: a. Where a new potable waterline crosses over an existing, non -pressure rated sanitary sewer main: (1) A minimum 2 foot separation distance between outside diameters shall be maintained. (2) One segment of the waterline pipe shall be centered over the sanitary sewer main such that the joints of the waterline pipe are equidistant and at least 9 feet horizontally from the centerline of the sanitary sewer main. (3) Whenever possible, the crossing shall be centered between the joints of the sanitary sewer main. (4) Every effort shall be exerted not to disturb the bedding and backfill of the existing sanitary sewer main. (5) If the existing sanitary sewer main is disturbed or shows signs of leaking, it shall be replaced for at least 9 feet in both directions (18 feet total) with at least 150 psi pressure rated pipe. b. Where a new potable waterline crosses over an existing, pressure rated sanitary sewer main: (1) An absolute minimum separation distance of 6 inches between outside diameters shall be maintained. (2) One segment of the waterline pipe shall be centered over the sanitary sewer main such that the joints of the waterline pipe are equidistant and at least 9 feet horizontally from the centerline of the sanitary sewer main. (3) Whenever possible, the crossing shall be centered between the joints of the sanitary sewer main. (4) Every effort shall be exerted not to disturb the bedding and backfill of the existing sanitary sewer main. (5) If the existing sanitary sewer main is disturbed or shows signs of leaking, it shall be replaced for at least 9 feet in both directions (18 feet total) with at least 150 psi pressure rated pipe. 4 Section 1 2020 Design Standards and Specifications Water Standards c. Where a new potable waterline crosses over a new, non -pressure rated sanitary sewer main: (1) A minimum 2 foot separation distance between outside diameters shall be maintained. (2) One segment of the waterline pipe shall be centered over the sanitary sewer main such that the joints of the waterline pipe are equidistant and at least 9 feet horizontally from the centerline of the sanitary sewer main. (3) Whenever possible, the crossing shall be centered between the joints of the sanitary sewer main. (4) The sanitary sewer main shall be embedded in flowable fill from one quarter of the diameter of the sanitary sewer main below the centerline of the pipe up to 12 inches above top of pipe for the total length of one pipe segment, minimum 9 feet in each direction from water line, plus 12 inches beyond the joint on each end. d. Where a new potable waterline crosses over a new, pressure rated sanitary sewer main: (1) An absolute minimum separation distance of 6 inches between outside diameters shall be maintained. (2) The sanitary sewer main shall be constructed of at least 150 psi pressure rated pipe. (3) One segment of the waterline pipe shall be centered over the sanitary sewer line such that the joints of the waterline pipe are equidistant and at least 9 feet horizontally from the center line of the sanitary sewer main. (4) Whenever possible, the crossing shall be centered between the joints of the sanitary sewer main. (5) The sanitary sewer main shall be embedded in flowable fill from one quarter of the diameter of the sanitary sewer main below the centerline of the pipe up to 12 inches above top of pipe for the total length of one pipe segment, minimum 9 feet in each direction from water line, plus 12 inches beyond the joint on each end. e. When a new potable waterline crosses under a sanitary sewer main: (1) An absolute minimum separation distance of 1 foot between outside diameters shall be maintained. (2) The waterline shall be encased in an 18-foot or longer section of pipe or be constructed of ductile iron or steel pipe with mechanical or welded joints as appropriate. (3) The encasing pipe shall be centered on the sewer line and shall be at least 2 nominal pipe diameters larger than the water line. (4) The carrier pipe shall be supported at 5-foot or less intervals with spacers. (5) Each end of the casing shall be sealed with watertight non -shrink cement grout or a manufactured watertight seal. (6) Both the waterline and sanitary sewer main must pass a pressure and leakage test as specified in AWWA C600. iii. The use of brown coloring in flowable fill for pressure rated sanitary sewer main embedment is recommended for identification during future construction. iv. In all cases, suitable backfill or other structural protection shall be provided to preclude settling and/or failure of the higher pipe. Section 1 5 2020 Design Standards and Specifications Water Standards B. Location of fire hydrants i. Fire hydrants shall not be installed within 9 feet vertically or horizontally of any sanitary sewer main, manhole or service line regardless of construction. C. Location of potable or raw water supply or suction lines i. Suction mains to pumping equipment shall not cross sanitary sewer mains or sanitary sewer service lines. ii. Raw water supply lines shall not be installed within 5 feet of any tile or concrete sanitary sewer main or sanitary sewer service line. D. Proximity of septic tank drain fields i. Waterlines shall not be installed closer than 20 feet to septic tank drain fields. 1.07.03 Water and sewer lines shall be installed in separate trenches. 1.07.04 For other instances not covered in these design standards, consult current TCEQ regulations. 1.08 Pine Size and 1.08.01 Distribution mains shall be located and sized in accordance with the current City of Lubbock Water System Master Plan and current TCEQ rules: Water Line Size Spacing 16-inch or larger Section Line mile 10- or 12-inch Half -Section Line 1/2 mile 6- or 8-inch Eighth -Section Line (660 feet) 1.08.02 The standard pipe sizes that shall be used are 4-, 6-, 8-, 10-, 12-, 16-, 20- and 24-inch. Pipe sizes not listed here are considered non-standard and shall not be used in the City of Lubbock water distribution system, unless approved by the City Engineer or designee. 1.09 Pipe Materials 1.09.01 All pipe used in the City of Lubbock water distribution system shall be Cement -lined Ductile Iron, C900 PVC, C905 PVC, C301 Prestressed -Concrete Steel Cylinder Pressure or Concrete Bar -wrapped Steel Cylinder Pressure Pipe. 1.09.02 See City of Lubbock Standard Specifications for Water Main Construction for details on materials and methods of construction. 1.10 Methods of Connection 1.10.01 Tapping Sleeves A. Tapping sleeves with tapping valves shall be used whenever possible for connections to existing mains in order to avoid interruption of water service. B. Maximum tap size shall be no larger than one standard size smaller than the main to be tapped. C. Size -on -size taps shall not be allowed without prior approval by the City Engineer or designee. D. Using a tapping sleeve of one standard size smaller than the main to be tapped and immediately increasing the pipe to a larger size shall not be allowed without prior approval by the City Engineer or designee. 6 Section 1 2020 Design Standards and Specifications Water Standards 1.10.02 Cut -in Tees A. When it is necessary for a size -on -size connection and interruption of water service is not an issue, a cut -in tee with valve shall be used. B. Cut -in tees shall not be used without prior approval by the City Engineer or designee. 1.10.03 Service Connections A. Taps shall be provided in water main lines for service connections at each lot or building site. B. Service connections shall ordinarily be located 5.0 feet north or west of the centerline of the lot. C. Service lines shall not cross property boundaries into adjacent private property without coverage by a dedicated easement. D. Typical sizes of service connections are 1 inch, 1 1/2 inch, or 2 inch diameter for residential, commercial, or industrial service. Service taps 3 inches or larger are available for commercial and industrial only. E. Maximum size service connection shall be no larger than one standard size smaller than the main to be tapped. F. Size -on -size service connections are not allowed. 1.11 Flanaed Outlets 1.11.01 All side outlets for valve attachments on lines 16-inches and larger shall be flanged. 1.12 Valve Spacing 1.12.01 Valves shall be provided in the distribution system so that no single accident, break or repair will necessitate shutting down a length of pipe greater than 600 feet. A. On distribution mains 12-inch diameter and smaller, valves shall be located at each tee, cross or other junction. B. Valves shall be installed at each junction such that no more than one connecting leg is unvalved. 1.12.02 On 16-inch arterial mains, valves shall be spaced no greater than 800 feet as the arterial feeder main traverses undeveloped land or is not intersected by other distribution mains. 1.12.03 Transmission mains 20-inch diameter and larger shall be equipped with valves at one-half mile intervals unless intersected by arterial mains or other distribution mains, or it is determined that more valves are required. 1.13 Fire Protection Requirements 1.13.01 Fire protection must comply with Fire Marshall's Office regulations, and in no case be less than currently adopted International Fire Code requirements. A. Each building in the city limits shall be within 500 feet of a fire hydrant, as measured by lay - of -hose length. IL. 13.02 In all cases, the following criteria shall be adhered to: A. Fire hydrant leads shall be minimum 6-inch diameter, sole purpose and shall not exceed 150 feet in length. The entire length of the lead shall be mechanically restrained. Section 1 7 2020 Design Standards and Specifications Water Standards B. Private fire protection lines and hydrant leads shall connect at the main with a gate valve or tapping valve of at least equal size to the fire protection line. C. A fire hydrant is required within 200 feet of a Fire Department Connection. D. Fire lines from public mains to buildings shall be installed by a state certified fire sprinkler firm and tested to Fire Marshall's Office requirements. E. Fire hydrants shall be located at intersections wherever possible. i. Consult Section C-104 of the International Fire Code for requirements on hydrants that may obstruct access during fire fighting operations. F. A hydrant shall be placed at the throat or beginning of each cul-de-sac at the intersecting street. i. Additional fire hydrants may be required based on length of cul-de-sac. ii. Fire hydrants placed at the bulb end of cul-de-sacs should be avoided. G. On divided highways hydrants shall be placed on each side of the highway wherever possible. H. Fire hydrants shall be installed with the 4-inch nozzle facing the required access way or street. I. Fire hydrants shall be installed and maintained so that the center of the lowest water outlet is 18 inches above the ground. J. Fire hydrants shall be placed so that they are readily visible from the street and shall be no closer than 2 feet nor further than 5 feet from back of curb. K. A reflective, blue, raised pavement marker shall be placed at the center of the required access way or street for any new fire hydrant installation, in line with the 4-inch nozzle. L. No bushes, ground cover over 6 inches in height, or other obstructions shall be placed within a 5 foot radius in all directions of a hydrant or fire department connection. M. Where fire hydrants are vulnerable to vehicular damage, appropriate crash posts shall be provided. i. No obstructions shall exist within a 3-foot working area of each fire hydrant. ii. Crash posts shall be 4-inch, cement -filled pipe with a minimum of 3 feet above finished grade and 2 feet of pipe anchored in concrete below grade. N. Fire hydrants shall be in operation before framing is started or combustibles are stored on any construction site. 0. Streets and fire access roadways shall be able to support fire apparatus in wet weather before framing is started or combustibles are stored on any construction site. P. Fire hydrant shall be installed with flange 0.2 to 0.4 foot above finished grade so that the bury line will be between finished grade and 0.2 foot above finished grade. Q. No size -on -size taps for fire suppression shall be allowed. 1.14 Easements 1.14.01 When it is determined not to be feasible to construct a public water distribution main in a street or alley, the installation may be made in a dedicated easement or right-of-way. 1.14.02 The minimum width of an easement or right-of-way for a public water distribution main is 10 feet exclusive, 20 feet if shared with a public sanitary sewer main or other utilities or if depth of water distribution main is greater than 10 feet. 1.14.03 Easements will not be allowed between residential lots unless they are in combination with a drainage easement or with prior approval from the City Engineer or designee. 8 Section 1 2020 Design Standards and Specifications Water Standards 1.14.04 When a fire hydrant is to be installed on private property, an easement shall be dedicated which provides a minimum of 5 feet clearance in all directions from the center of the fire hydrant. 1.15 Soil Ana 1.15.01 The Contractor or Design Engineer may be required to submit a report showing the types and characteristics of the soils to be encountered, water table elevations along the proposed water distribution main, recommended methods of dewatering for water distribution main construction, and the recommended methods of backfilling and compacting to be used. 1.16 Pipe Restraints and Reaction Blocking 1.16.01 The size of required pipe restraints and reaction blocks shall be determined by the Design Engineer for the project based on the allowable soil pressure and the anticipated working pressure plus water hammer of the line. 1.16.02 For restrained joint lengths required, refer to Appendix A as derived from EBAA Iron, Inc. 1.17 Tunneling, Jacking and Bori 1.17.01 Tunneling, jacking and boring are methods used for water line placement under restrictive conditions when open cut construction is not allowed. A. Only straight pipe alignments for both horizontal and vertical alignment are allowed. B. Casing shall extend full width of right-of-way or as directed by the City Engineer or designee. C. Casing pipe shall be a minimum of two standard sizes larger than encased pipe. D. Casing pipe thickness shall be: Casing Diameter Minimum Casing Thickness <24 inches 3/8 inch >_24 inches 1/2 inch E. Manufactured centralizers or spacers shall be required at minimum 5-foot intervals or as recommended by the manufacturer. Only purpose-built centralizers may be used. F. Coal tar coating for casing pipe shall conform to AWWA C203. G. For bores in excess of 100 feet, purpose-built fused or restrained joint pipe shall be used. H. All bores must comply with City Utility Excavation Manual. 1.17.02 Slick boring or directional drilling without encasement shall be considered on a case -by - case basis by the City Engineer or designee. All slick bores shall be restrained or encased. 1.17.03 No annular space shall remain between casing, or uncased pipe, and bored hole. 1.17.04 Unbraced, uncased bore holes shall be left open no more than 24 hours. Section 1 9 2020 Design Standards and Specifications Water Standards 1.18 Dead-end Mains 1.18.01 A dead-end main is defined as a length of water line greater than 150 feet with no looped connection. 1.18.02 Dead-end mains shall not be allowed unless approved by the City Engineer or designee. 1.18.03 Where dead-end mains are necessary as a stage in the growth of the system, they shall be designed so that: A. The system may be periodically flushed by use of a blow -off valve or fire hydrant, or B. A temporary looped connection is installed. 1.19 Abandonment of Water Mains 1.19.01 When a water line is to be abandoned, allowances shall be made so that existing and new water mains may be in service simultaneously, thereby providing a means for transferring customer's service from the old main to the new main with minimal interruption. 1.19.02 If the construction of a proposed main necessitates the abandoning of the existing main prior to the new main's placement into service, provisions for a temporary water main with services must be addressed. 1.19.03 On mains to be abandoned, the designer shall note locations of cut and plug as close as possible to the main that remains in service. 1.19.04 Fire hydrants, valves and other fittings located on mains to be abandoned shall be removed and delivered to the City of Lubbock Water Utilities Department. 10 Section 1 2020 Design Standards and Specifications Water Check List SECTION 2 CHECK LIST FOR WATER DISTRIBUTION CONSTRUCTION PLANS 2.01 Plan Submittal Requirements 2.01.01 All water main construction plans shall be checked for conformance with City of Lubbock Minimum Design Standards for Water Distribution prior to submittal to the Engineering Department. Approval of plans is for general conformance with the City of Lubbock Minimum Design Standards and Specifications. Approval of plans shall not relieve the Engineer or Developer from any City, State or other governing requirements nor for errors or omissions in plans and specifications. 2.01.02 Plan Review A. The Design Engineer shall submit water main construction plans to the City Engineer or designee for review and comment. The Design Engineer shall use the City of Lubbock Customer Self Service (CSS) website to submit plans. http://egovaccess.ci.lubbock.tx.us/EnerGov Prod/SelfService/#/home B. Please call 806-775-2347 if you have any questions regarding the CCS submission process. C. Upon completion of review and receipt of payment for appropriate Plan Review fees, comments shall be returned to the Design Engineer on the CSS website. i. Plans requiring resubmittal for substantial changes as determined by City Engineer or Designee may require payment of an additional Plan Review fee. D. After comments have been addressed and changes have been made the Design Engineer will submit the revised plan using CSS website. i. If comments have not been addressed on plans submitted for final approval for construction the plans will be rejected. ii. Plans will not be approved unless testing and inspection fees have been paid. iii. If the design engineer does not submit plans for approval within 6 months of comments being issued or if fees are not paid within 6 months then the review will be terminated and the design engineer will have to start the plan review process over. E. Upon approval, the city will return an electronic copy of the plan stamped "Approved for Construction" through the CSS web site. i. The design Engineer will be required to submit two half size copies of the approved for construction stamped plans. F. Final construction plans should not be submitted for Engineering Department approval for work that will not be installed within 6 months of the approval date. i. Delays between approval date and construction may require resubmittal of the plans for review under current standards. 2.01.03 Pro Rata Estimate and Fees A. The Pro Rata Cost Estimates shall be submitted for review at the time of plan review submittal. B. Plan Review Fees in the amount of 0.5% of the Pro Rata Cost Estimate (minimum $50) shall be submitted at the time of plan review submittal. Section 2 11 2020 Design Standards and Specifications Water Check List C. Inspection and Testing Fees in the amount of 1.5% of the Pro Rata Cost Estimate (minimum $125) shall be submitted prior to construction. D. In the event of significant changes in design, an updated Pro Rata Cost Estimate shall be submitted and resulting differences in fee amounts settled. 2.01.04 Checklist A. A copy of the completed "City of Lubbock Municipal Water and Sewer Submittal Checklist" shall be submitted at the time of plan review submittal. The checklist can be found in the Appendix. 2.01.05 Construction Plans A. All plans to be used or kept on the job site shall be original or reproduced plan sets clearly marked "Approved for Construction" with the signature of reviewer and date approved by the Engineering Department. B. Should circumstances during construction warrant changes from the approved plans or specifications, a written approval must be obtained from the Engineering Department. i. Copies of the written approval shall be attached to the construction plans and maintained on the job site. 2.01.06 Record Drawings A. The Design Engineer shall be responsible for recording constructed dimensions and information on a set of Record Drawings during the progress of construction. i. The City of Lubbock Engineering Department shall monitor this process to assure that changes in construction are kept up to date on the Record Drawings. B. Digital PDF "Record Drawings" certified by the Design Engineer shall be submitted to the Engineering Department on the CSS website within 30 days of completion of the construction. i. Record Drawings shall include locations of all valves, valve vaults, fire hydrants, bends and tees or other changes in main pipe direction, material or size. a. GPS Coordinates or property ties are acceptable. C. Where the construction is phased and a lapse of more than 60 days occurs between phases, then Record Drawings shall be submitted to the Engineering Department reflecting the completed construction prior to issuance of the Certificate of Acceptance of Utility Construction. D. Items required to be submitted with Record Drawings: i. Letter of Transmittal ii. Record Drawing iii. Updated Pro Rata Cost Estimate iv. Certificate of Completion (Provided to Contractor from City Inspector) v. Developer's Warranty Statement (See Appendix) vi. Adjacent Mains Refund Contract (see Apendix) 2.01.07 Acceptance A. Upon completion of construction, satisfactory system tests and submittal of Record Drawings, the Design Engineer shall submit a request to the City Engineer or designee for a Certificate of Acceptance of Utility Construction. i. Water distribution system improvements shall not be put online or brought into service without written approval by the Engineering Department. 12 Section 2 2020 Design Standards and Specifications Water Check List ii. A newly constructed system will not be accepted until the supplying, adjacent system has been accepted. iii. A Certificate of Acceptance of Utility Construction shall not be issued until Record Drawings are provided to the Engineering Department. iv. When all paperwork has been completed and provided to the City with a written notification, utilities will be accepted within 30 days if there is no exception by the City. B. Building Permits for residential developments and Certificates of Occupancy for commercial facilities to be serviced by a newly constructed water system will not be released by the Engineering Department until said system has been brought into service. 2.02 Plan Details 2.02.01 Plan Format A. Standard drawing size shall be 22-inch by 34-inch. 2.02.02 The following information shall be shown on the plans: A. General i. Title Block (lower right hand corner preferred) ii. Scale iii. Original Date and Revision Dates iv. Name of Professional Engineer v. Professional Engineer's Seal vi. Firm Name and Contact Information vii. City of Lubbock Engineering Department Contact Information: a. Development Services Engineering: (806) 775-2347 b. Senior Inspector: (806) 548-4152 viii. Drawings Number(s) ix. Legal Description of Property Being Improved x. Location Map or Plat (if available) A. Statement: "All work shall be performed in accordance with the current version of the City of Lubbock Minimum Design Standards and Specifications." B. Plan i. Bench Marks ii. North Arrow iii. Property Lines iv. Street Names and Easements with Width Dimensions v. Other Pertinent Details (Buildings, Curbs, Water Courses, Etc.) vi. Proposed Water Mains (Bold) a. Stationing b. Size c. Length d. Material and Type of Joints e. Location Dimensions f. Fittings Section 2 13 2020 Design Standards and Specifications Water Check List g. Tees h. Crosses i. Reducers j. Bends k. Plugs I. Blow -offs m. Thrust Blocks n. Valves o. Fire Hydrants vii. Existing Utility Lines (Gray) with Location and Depth According to the Following Standard: WWw WATER LINE s s s SANITARY SEWER LINE G G G GAS LINE FOc FIBER OPTIC CABLE FOc CATV CATV CABLE TELEVISION SWSw- STORM WATER LINE UGE UGE UNDER GROUND ELECTRIC OHE OHE OVER HEAD ELECTRIC UGT UGT UNDER GROUND TELEPHONE OHT OVER HEAD TELEPHONE OHT Ts TS TRAFFIC SIGNAL LINE 14 Section 2 2020 Design Standards and Specifications Water Check List C. Profile (required for water lines greater than 12-inch diameter) i. Ground Surface - Existing (Dotted) and Proposed (Solid) ii. Station Numbers iii. Existing and Proposed Utilities Where Crossed iv. Proposed Water Main Control Elevation and Grades D. Plan, Profile and Complete Details for Off -Site Transmission Mains, Pump Stations, Special Valves and Vaults, Tanks, Etc. E. Detail Sheet - As Required i. Standard Bedding Detail ii. Thrust Block and Joint Restraint Tables iii. Fire Hydrant Detail iv. Tapping Details v. Air Valve Detail vi. Blow -off Detail vii. Crossing Detail F. Overall Layout Sheet - If Required i. Scale 1 "=100' ii. Lot Lines iii. Streets and Street Names iv. Water Line Sizes and Material v. Valves vi. Fire Hydrants vii. Connections to Existing System Section 2 15 2020 Design Standards and Specifications Water Check List 16 Section 2 2020 Design Standards and Specifications Sewer Standards SECTION 3 MINIMUM DESIGN STANDARDS FOR SANITARY SEWERS 3.01 General 3.01.01 All sanitary sewer system design shall be in accordance with the requirements of TCEQ Chapter 217, AWWA Standards, City of Lubbock Sewer System Master Plan, current City ordinances and the City of Lubbock Minimum Design Standards for Sanitary Sewers. 3.02 Desian Flow 3.02.01 The design of the sanitary sewer system shall be based on the following: A. For sewers in new developments sewer main lines and lift stations shall be designed for the estimated future population to be served plus adequate allowance for future institutional and commercial flows. Minimum flow capacity for sizing of sewers for peak flow conditions shall not be less than the following: Design Criteria Design Value Units Average Daily Flow 100 gpcd Peak Factor, 2-hour flow <0.5 MGD 5 - Peak Factor, 2-hour flow >0.5 MGD 4 Capita per Household (Single Family) 3.2 persons Capita per Household(Multi-family) 2.5 persons C. Minimum residential population density shall be figured on a basis of 6 houses per acre, and 70 percent of total land area developed as residential, unless detailed analysis of the area to be served indicates differently. D. Design flow for development other than residential use shall be based on the following or as directed by the City Engineer or designee: Type of Development Design Criteria Daily Flow - gpcd Trailer Park — transient 2.5persons/trailer 50 Mobile Home Park 3persons/trailer 75 School with cafeteria With showers 20 Without showers 15 Recreational Parks Day Use 5 Overnight Use 30 Commercial/Industrial Building 20 Motel 50 Restaurant Per meal served 5 Hospital Per bed 200 Nursing Home Per bed 100 Section 3 17 2020 Design Standards and Specifications Sewer Standards 3.03 Hvdraulic Desian 3.03.01 The minimum velocity at the design flow rate shall be 2.0 feet per second. 3.03.02 Maximum allowable velocity shall be 10 feet per second. 3.03.03 Manning's coefficient for design purposes shall be n=0.013 for PVC pipe. 3.03.04 Manhole inverts shall be designed in such a manner that the energy gradient is consistently falling in the direction of flow. 3.04 Desian Details 3.04.01 Sewer Pipe A. The standard pipe sizes that shall be used are 6-, 8-, 10-, 12-, 15-, 18- and 21-inch. Pipe sizes not listed here are considered non-standard and shall not be used in the City of Lubbock sanitary sewer system, unless approved by the City Engineer or designee. B. The following City slope standards shall apply to sanitary sewer mains: (refer to TCEQ guidelines 30 TAC Section 217.53.1.2.A Table C. I.) Pipe Diameter Minimum Slope (%) Maximum Slope (%) 6 inch 0.60 [0.50 TCEQ] 12.35 8 inch 0.40 [0.33 TCEQ] 8.40 10 inch 0.28 [0.25 TCEQ] 6.23 12 inch 0.22 [0.20 TCEQ] 4.88 15 inch 1 0.15 [0.15 TCEQ] 3.62 18 inch 1 0.12 [0.11 TCEQ] 2.83 C. Sewer main lines shall be straight between manholes both in line and grade. D. All sewer main lines shall terminate in a manhole. i. Cleanouts on sewer main lines shall not be permitted without written approval of the City Engineer or designee. 3.04.02 Manholes A. Manholes shall be a minimum of 48-inch diameter and shall be provided at every change in direction, grade, or connection with other sewer main lines. B. Manhole spacing and depth shall be as follows: Pipe Diameter Manhole Depth Manhole Diameter Max. Spacing Between Manholes 15 inches or smaller 0-16 Ft. 48 in. 500 Ft. 15 inches or smaller Over 16 Ft. 60 in. 500 Ft. Over 15 inches All depths 60 in. 800 Ft. C. Manholes greater than 16 feet deep or serving pipes larger than 15 inches shall be 60-inch diameter and include a protective coating system per the Approved Materials List. D. Connections at manholes shall be designed such that the crowns of connecting pipes are equal elevation if possible. E. Force mains shall discharge directly into a manhole through a 900 downspout connection. 18 Section 3 2020 Design Standards and Specifications Sewer Standards F. Manholes receiving force main discharge shall include a protective coating system per the Approved Materials List. G. Minimum elevation difference across manhole inverts shall be as follows: Deflection Angle Between Inlet/Outlet Min. Elevation Difference Less than 3011 0.10 Ft. Greater than 300 0.20 Ft. H. Drop manholes shall be provided for sewer main lines entering a manhole at an elevation 24 inches or more above the manhole invert. i. Drop connections on new manholes shall be constructed with an exterior or "outside" drop system on all 48 inch manholes. All "outside" drops shall be flow filled against undisturbed soil up to the depth of the main. ii. Drop connections on existing manholes shall be constructed with an interior or "inside" drop system. "Inside" drops shall be allowed for existing 60 inch manholes only. I. Where the difference in elevation is less than 24 inches, the invert shall be filleted to prevent solids deposition. J. Manholes shall be stubbed out with suitable size pipe wherever future extension of the sewer is anticipated. i. Stub -outs shall extend beyond the edge of existing or proposed paving. K. Inflow Prevention Devices (IPDs) shall be specified on all new manhole installations. 3.04.03 Service Connections A. Tees or wyes shall be provided in sewer main lines for service connections at each lot or building site. B. Service connections shall ordinarily be located 5.0 feet south or east of the centerline of the lot. C. Service lines shall not cross property boundaries into adjacent private property without coverage by a dedicated easement. D. Minimum size service connections shall be 4 inch diameter. E. Maximum size service connection shall be no larger than one standard size smaller than the main to be tapped. F. Size -on -size service connections are not allowed. G. Gravity sewer taps shall connect to sewer main lines at or above the spring line. H. No gravity service lines shall discharge directly into a manhole. I. Service connections shall not be installed within 5 feet of the outside wall of a manhole. 3.05 Typical Layout 3.05.01 Unless approved otherwise by the City Engineer or designee, sanitary sewer mains shall be located: A. In north -south alleys or streets, 5 feet east of the centerline. B. In east -west alleys or streets, 5 feet south of the centerline. Section 3 19 2020 Design Standards and Specifications Sewer Standards 3.05.02 Sanitary sewer mains to provide service connections shall be located within an alley or easement. A. Service connections shall not be allowed within street right-of-way without written approval of the City Engineer or designee. B. Service connections shall not be deeper than 12 foot without prior written approval from the City Engineer or designee. 3.05.03 Where a sanitary sewer main crosses a street, the crossing shall be made at as near to perpendicular as possible. 3.05.04 Manholes shall be located as to provide access for maintenance crews and equipment. A. Where possible, manholes in streets should be designed to fall outside of wheel paths. B. Where possible, manholes in alleys should be designed to fall at the projected intersection of perpendicular lot lines. 3.05.05 In all instances sanitary sewer mains shall extend to the extremities of the platted property or the subdivision served. 3.06 Beddina and Cover 3.06.01 Sewer mains shall have a minimum of 4 feet of cover from top of pipe to proposed finished ground surface unless approved by City Engineer or designee. A. Where less than 5 feet of elevation difference between the finished lot grade at building line and the top of the sewer main is provided, the plans shall indicate that the lot is served by a "shallow sewer" and appropriate elevation information shall be given. B. Where a sewer main has less than 4 feet of cover, provisions shall be made to protect the pipe from impact loading when located in a street or alley. C. Maximum sanitary sewer depth in alleys shall be 12 feet unless approved by the Engineering Department. 3.06.02 Pipe bedding and embedment shall be in accordance with the Standard Specifications for Sanitary Sewer Main Construction but in all cases shall be not less than manufacturer recommendations. 3.07 Relation to Water Mains 3.07.01 No physical connection shall be made between a drinking water supply and a sewer line. A. Appurtenances shall be designed and constructed so as to prevent any possibility of sewage entering the drinking water system. 3.07.02 Sewers shall be located a minimum of 9 feet horizontally outside to outside from existing or proposed water mains. A. Where the 9-foot separation distance cannot be achieved, the following guidelines shall apply: i. New sanitary sewer installation — parallel lines: a. Where a new sanitary sewer main parallels a water line: (1) The sewer shall be constructed of ductile iron or PVC meeting ASTM specifications with a pressure rating for both the pipe and joints of 150 psi. (2) The vertical separation shall be a minimum of 2 feet and the horizontal separation shall be a minimum of 4 feet between outside diameters. 20 Section 3 2020 Design Standards and Specifications Sewer Standards (3) The sewer shall be located below the water line. ii. New sanitary sewer installation — crossing lines: a. Where a sanitary sewer crosses under a water line and the sewer is constructed of ductile iron or PVC with a minimum pressure rating of 150 psi: (1) An absolute minimum separation distance of 6 inches between outside diameters shall be maintained. (2) One segment of the sewer pipe shall be centered on the water line such that the joints of the sewer pipe are equidistant and at least 9 feet horizontally from the centerline of the water line. (3) Whenever possible, the crossing shall be centered between the joints of the waterline. (4) The sanitary sewer main shall be embedded in flowable fill from one quarter of the diameter of the sanitary sewer main below the centerline of the pipe up to 12 inches above top of pipe for the total length of one pipe segment, minimum 9 feet in each direction from water line, plus 12 inches beyond the joint on each end. b. Where a sanitary sewer crosses under a water line and the sewer is constructed of ABS truss pipe, similar semi -rigid plastic composite pipe, clay pipe or concrete pipe with gasketed joints (Non -pressure rated pipe): (1) A minimum 2 foot separation distance between outside diameters shall be maintained. (2) One segment of the sewer pipe shall be centered on the water line such that the joints of the sewer pipe are equidistant and at least 9 feet horizontally from the centerline of the water line. (3) Whenever possible, the crossing shall be centered between the joints of the waterline. (4) The sanitary sewer main shall be embedded in flowable fill from one quarter of the diameter of the sanitary sewer main below the centerline of the pipe up to 12 inches above top of pipe for the total length of one pipe segment, minimum 9 feet in each direction from water line, plus 12 inches beyond the joint on each end. c. Where a sanitary sewer crosses over a water line: (1) An absolute minimum separation distance of 1 foot between outside diameters shall be maintained. (2) All portions of the sewer within 9 feet of the water line shall be encased in a joint of 150 psi pressure class pipe at least 18 feet long and 2 nominal sizes larger than the new conveyance. (3) The carrier pipe shall be supported at 5-foot or less intervals with spacers. (4) The encasement pipe should be centered on the crossing and each end sealed with watertight non -shrink cement grout or a manufactured watertight seal. (5) Both the waterline and sanitary sewer main must pass a pressure and leakage test as specified in AWWA C600. iii. The use of brown coloring in flowable fill for pressure rated sanitary sewer main embedment is recommended for identification during future construction. iv. In all cases, suitable backfill or other structural protection shall be provided to preclude settling and/or failure of the higher pipe. B. Sanitary sewer manhole and clean out separation from water i. Manholes and clean outs must be installed so as to provide a minimum of 9 feet of outside to outside clearance from an existing or proposed water line. Section 3 21 2020 Design Standards and Specifications Sewer Standards ii. Where the 9-foot separation distance cannot be achieved, an encasement pipe as described in subparagraph (c.) above may be used for the water line. 3.07.03 Water and sewer lines shall be installed in separate trenches. 3.07.04 For other instances not covered in these design standards, consult current TCEQ regulations. 3.08 Abandonment of Sewer Mains and Manholes 3.08.01 When a sewer system is to be abandoned the Design Engineer shall ensure that all existing mains and service connections are properly plugged or transferred to the new system prior to decommissioning of the existing system. 3.08.02 Sewer Mains A. If a line to be abandoned terminates in a manhole that will remain in service, the existing main to be decommissioned shall be plugged from within the manhole and clearly marked on the plans. i. Cutting and plugging of existing lines directly outside of manholes should be avoided. B. If a portion of a line is to be abandoned a manhole must be installed on the new terminus of the portion of line to remain in service. 3.08.03 Sewer Manholes A. Manholes may be decommissioned by either of the following methods or as approved by the City Engineer or designee: i. Complete removal of the manhole structure including ring, lid, cone, riser sections, base and all appurtenances. The excavation shall be backfilled with compacted native material or flowable fill. ii. Remove cone, ring and lid sections and backfill to top of remaining structure with flowable fill. Remaining excavation shall be backfilled with compacted native material or flowable fill. 3.09 Easements 3.09.01 When it is determined not to be feasible to construct a public sanitary sewer line in a street or alley, the installation may be made in a dedicated easement or right-of-way. 3.09.02 The minimum width of easement or right-of-way for a public sanitary sewer is 10 feet exclusive, 20 feet if shared with a public water main or other utilities or if depth of sewer main is greater than 10 feet. 3.10 Soil Analysis 3.10.01 The Contractor or Design Engineer may be required to submit a report showing the types and characteristics of the soils to be encountered, water table elevations along the proposed sewer, recommended methods of dewatering for sewer main construction, and the recommended methods of backfilling and compacting to be used. 22 Section 3 2020 Design Standards and Specifications Sewer Standards 3.11 Tunneling, Jacking and Bori 3.11.01 Tunneling, jacking and boring are methods used for sewer line placement under restrictive conditions when open cut construction is not allowed. A. Only straight pipe alignments for both horizontal and vertical alignment are allowed. B. Casing shall extend full width of right-of-way or as directed by the City Engineer or designee. C. Casing pipe shall be a minimum of two standard sizes larger than encased pipe and must allow for the required casing spacers. D. Casing pipe thickness shall be: Casing Diameter Minimum Casing Thickness <24 inches 3/8 inch >_24 inches 1/2 inch E. Manufactured centralizers or spacers shall be required at minimum 5-foot intervals or as recommended by the manufacturer. i. Only purpose-built centralizers may be used. F. Coal tar coating for casing pipe shall conform to AWWA C203. G. For bores in excess of 100 feet, purpose-built fused or restrained joint pipe shall be used. 3.11.02 Slick boring or directional drilling without encasement shall be considered on a case -by - case basis by the City Engineer or designee. 3.11.03 Annular space between casing or uncased pipe and bored hole shall be injection grouted. 3.11.04 All pipe longer than 50' installed by bore, jacking or tunneling must be video inspected by the developer after running water through the pipe to identify low areas. Video inspection shall conform to Section 6.08.07. 3.12 Lift Station 3.12.01 A thorough engineering analysis must be performed on physical and economic factors to determine if a lift station is required. A. A preliminary engineering report will be required to list all factors including TCEQ regulations as outlined in the Standard Specifications for Sanitary Sewer Construction. B. The City Engineer or designee will review the preliminary report and reserves the right to determine if there is merit to require a lift station. C. After approval of the preliminary report design shall follow the Standard Specifications for Sanitary Sewer Main Construction. D. Design of a lift station facility shall take into consideration the entire drainage basin, as well as local runoff. The top slab of the lift station shall be higher than the adjacent ground and the 100 year flood event. E. The review and approval process for lift station design could be subject to addition rules and requirements more comprehensive than those listed in these specifications. Section 3 23 2020 Design Standards and Specifications Sewer Standards 24 Section 3 2020 Design Standards and Specifications Sewer Check List SECTION 4 CHECK LIST FOR SANITARY SEWER CONSTRUCTION PLANS 4.01 Plan Submittal Requirements 4.01.01 All sanitary sewer main construction plans shall be checked for conformance with City of Lubbock Minimum Design Standards for Sanitary Sewer prior to submittal to the Engineering Department for approval. Approval of plans is for general conformance with the City of Lubbock Minimum Design Standards and Specifications. Approval of plans shall not relieve the Engineer or Developer from any City, State or other governing requirements nor for errors or omissions in plans and specifications. 4.01.02 Plan Review A. The Design Engineer shall submit sanitary sewer main construction plans to the City Engineer or designee for review and comment. The Design Engineer shall use the City of Lubbock Customer Self Service (CSS) website to submit plans. http://egovaccess.ci.lubbock.tx.us/EnerGov Prod/SelfService/#/home B. Please call 806-775-2347 if you have any questions regarding the CCS submission process. C. Upon completion of review and receipt of payment for appropriate Plan Review fees, comments shall be returned to the Design Engineer on the CSS website. i. Plans requiring resubmittal for substantial changes as determined by City Engineer or Designee may require payment of an additional Plan Review fee. D. After comments have been addressed and changes have been made the Design Engineer will submit the revised plan using CSS website. i. If comments have not been addressed on plans submitted for final approval for construction the plans will be rejected. ii. If testing and inspection fees have not been paid, plans will be rejected. E. Upon approval, the city will return an electronic copy of the plan stamped "Approved for Construction" through the CSS web site. i. The design Engineer will be required to submit two half size copies of the approved for construction stamped plans. F. Final construction plans should not be submitted for Engineering Department approval for work that will not be installed within 6 months of the approval date. i. Delays between approval date and construction may require resubmittal of the plans for review under current standards. 4.01.03 Pro Rata Estimate and Fees A. Two (2) sets of Pro Rata Cost Estimates shall be submitted for review at the time of plan review submittal. B. Plan Review Fees in the amount of 0.5% of the Pro Rata Cost Estimate (minimum $50) shall be submitted at the time of plan review submittal. C. Inspection and Testing Fees in the amount of 1.5% of the Pro Rata Cost Estimate (minimum $125) shall be submitted prior to construction. D. In the event of significant changes in design, an updated Pro Rata Cost Estimate shall be submitted and resulting differences in fee amounts settled. Section 4 25 2020 Design Standards and Specifications Sewer Check List 4.01.04 Checklist A. A copy of the completed "City of Lubbock Municipal Water and Sewer Submittal Checklist" shall be submitted at the time of plan review submittal. The checklist can be found in the Appendix. 4.01.05 Construction Plans A. All plans to be used or kept on the job site shall be original or reproduced plan sets clearly marked "Approved for Construction" with the signature of reviewer and date approved by the Engineering Department. B. Should circumstances during construction warrant changes from the approved plans or specifications, a written approval must be obtained from the Engineering Department. i. Copies of the written approval shall be attached to the construction plans and maintained on the job site. 4.01.06 Record Drawings A. The Design Engineer shall be responsible for recording constructed dimensions and information on a set of Record Drawings during the progress of construction. i. The City of Lubbock Engineering Department shall monitor this process to assure that changes in construction are kept up to date on the Record Drawings. B. Digital PDF "Record Drawings", certified by the Design Engineer, shall be submitted to the Engineering Department within 30 days of completion of the construction. i. Record Drawings shall include locations of all lift stations, manholes or other changes in main pipe direction, material or size. a. GPS Coordinates or property ties are acceptable. C. Where the construction is phased and a lapse of more than 60 days occurs between phases, then Record Drawings shall be submitted to the Engineering Department reflecting the completed construction prior to issuance of the Certificate of Acceptance of Utility Construction. D. Items required to be submitted with Record Drawings: i. Letter of Transmittal ii. Record Drawing iii. Updated Pro Rata Cost Estimate iv. Certificate of Completion (Provided to Contractor from City Inspector) v. Developer's Warranty Statement (See Appendix) vi. Adjacent Mains Refund Contract (see Apendix) 4.01.07 Acceptance A. Upon completion of construction, satisfactory system tests and submittal of Record Drawings, the Design Engineer shall submit a request to the City Engineer or designee for a Certificate of Acceptance of Utility Construction. i. Sanitary sewer system improvements shall not be put online or brought into service without written approval by the Engineering Department. ii. A newly constructed system will not be accepted until the receiving, downstream system has been accepted. iii. A Certificate of Acceptance of Utility Construction shall not be issued until Record Drawings are provided to the Water Utilities Department. 26 Section 4 2020 Design Standards and Specifications Sewer Check List iv. When all paperwork has been completed and provided to the City with a written notification, utilities will be accepted within 30 days if there is no exception by the City. B. Building Permits for residential developments and Certificates of Occupancy for commercial facilities to be serviced by a newly constructed system will not be released by the Engineering Department until said system has been brought into service. 4.02 Plan Details 4.02.01 Plan Format A. Standard drawing size shall be 22-inch by 34-inch. 4.02.02 The following details shall be shown on the plans: A. General i. Title Block (lower right hand corner preferred) ii. Scale iii. Original Date and Revision Dates iv. Name of Professional Engineer v. Professional Engineer's Seal vi. Firm Name and Contact Information vii. City of Lubbock Engineering Department Contact Information: a. Development Engineering Services: (806) 775-2347 b. Senior Inspector: (806) 548-4152 viii. Drawings Number(s) ix. Legal Description of Property Being Improved x. Location Map or Plat (if available) xi. Statement: "All work shall be performed in accordance with the current version of the City of Lubbock Minimum Design Standards and Specifications." B. Plan i. Bench Marks ii. North Arrow iii. Property Lines iv. Street Names and Easements with Width Dimensions v. Other Pertinent Details (Buildings, Curbs, Water Courses, Etc.) vi. Proposed Sanitary Sewer Mains (Bold) a. Stationing b. Size c. Materials d. Gradients e. Length between Manholes f. Proposed Manholes g. Elevation of Inverts In And Out Of Manhole h. Elevation of Manhole Rim i. Location Control Dimensions Section 4 27 2020 Design Standards and Specifications Sewer Check List j. Manhole Stub -Outs k. Proposed Future Extensions I. Proposed Service Connections or Stub -Ins m. Standard Bedding Cross -Section n. Proposed Concrete Encasement o. Proposed Cut -Off Walls vii. Existing Utility Lines (Gray) with Location and Depth According to the Following Standard: I I WATER LINE 5 5 5 SANITARY SEWER LINE G G G GAS LINE FOC FOC FIBER OPTIC CABLE CATV CATV CABLE TELEVISION SWSw STORM WATER LINE UGE UGE UNDER GROUND ELECTRIC OHE OHE OVER HEAD ELECTRIC UGT UGT UNDERGROUND TELEPHONE OHT OHT OVER HEAD TELEPHONE TS TS TRAFFIC SIGNAL LINE C. Profile i. Ground Surface - Existing (Dotted) and Proposed (Solid) ii. Station Numbers iii. Existing and Proposed Utilities Where Crossed iv. Existing Manhole Invert and Rim Elevations D. Plan, Profile and Complete Details for Off -Site Force or Gravity Mains, Lift Stations, Special Valves and Vaults, Tanks, Etc. E. Detail Sheet - As Required i. Standard Bedding Detail ii. Standard Manhole Detail iii. Drop Manhole Details iv. Tapping Details F. Overall Layout Sheet - If Required i. Scale 1 "=100' ii. Lot Lines iii. Streets and Street Names iv. Sewer Line Sizes and Material v. Manholes vi. Connections to Existing System 28 Section 4 2020 Design Standards and Specifications Water Specifications SECTION 5 STANDARD SPECIFICATIONS FOR WATER MAIN CONSTRUCTION 5.01 General 5.01.01 All water main construction within the City of Lubbock water system or for future connections to the City of Lubbock water system shall be accomplished in accordance with the requirements of these specifications. 5.02 Plan Reauirements 5.02.01 Water main construction shall be done in accordance with engineered construction plans for the work, prepared under the direction of a Professional Engineer and approved by the City of Lubbock Engineering Department. 5.02.02 Plans shall conform to the City of Lubbock's Minimum Design Standards for Water Distribution and shall show all information called for on the City of Lubbock Check List for Water Distribution Construction Plans. 5.03 Plan Approval 5.03.01 The Engineering Department shall review, approve and issue plans stamped "Approved for Construction" to the Design Engineer. 5.04 Inspection 5.04.01 Engineer and/or Contractor shall notify the Engineering Department 48 hours prior to the planned construction is to commence and also before starting up when construction is interrupted for any reason. 5.04.02 All work shall be inspected by a representative of the Engineering Department who shall have the authority to halt construction when, in their opinion, construction is being performed contrary to these specifications or other approved plans. 5.04.03 Whenever any portion of these specifications is violated, the City Engineer or designee, by written notice, may order that portion of construction in violation of these specifications or other approved plans, specifications and material to cease until such violation is corrected. 5.05 Specifications 5.05.01 All standard specifications and quality standards; i.e., ASA, AWWA, ASTM, etc., which are made a portion of these specifications by reference shall be the latest edition and revision thereof. 5.06 Materials of Construction 5.06.01 Water Pipe A. All pipe used in the City of Lubbock water distribution system shall be C900 PVC, C905 PVC, C906 High Density Polyethylene (HDPE), Cement -lined Ductile Iron, C301 Prestressed - Section 5 29 2020 Design Standards and Specifications Water Specifications Concrete Steel Cylinder Pressure Pipe or C303 Concrete Bar -wrapped Steel Cylinder Pressure Pipe and shall conform to the Approved Materials List. B. The following are approved materials for water main construction: i. PVC Pipe a. Polyvinyl chloride (PVC) pipe shall be manufactured in accordance with AWWA C900 or C905 specifications and shall be minimum DR-18, Pressure Class 235 PSI. b. Pipe shall be furnished with bell and spigot joint with rubber gasket joint conforming to the above specification. c. Spigot ends shall be beveled and reference marked to facilitate joining and insure proper seating depth. d. Water pipe shall be blue. ii. High Density Polyethylene (HDPE) a. HDPE pipe shall be made of high density, high molecular weight polyethylene pipe material meeting the requirements of the latest revision of AWWA C906, PE 4710, Minimum DR11, Pressure Class 200 PSI. b. Use of HDPE pipe must be preapproved by the City Engineer or designee in writing prior to use within the City of Lubbock service area. iii. Cement -lined Ductile Iron Pipe a. Ductile iron pipe shall conform to AWWA C150 — ANSI A21.50 and AWWA C151 — ANSI A21.51. b. All ductile iron pipe shall be cement lined in accordance with AWWA C104 - ANSI A21.4 specifications. The external surface shall be coated with an asphalt base paint. c. All joints for ductile iron pipe shall be of the rubber gasket bell and spigot type, except where connecting flanged fittings, and shall otherwise conform to the base specifications to which the pipe is manufactured. d. The joint shall be the latest approved type of rubber gasket joint for ductile iron pipe. e. All joints of ductile iron pipe and fittings shall be sealed with a continuous ring rubber gasket meeting standards specified by AWWA C111 - ANSI A21.11 or its latest revision. f. Flanged joints shall conform to AWWA C115 — ANSI A21.15 iv. Concrete Cylinder Pipe a. Pre -stressed Concrete Steel Cylinder Pressure Pipe shall be manufactured in accordance with the latest revision of AWWA C301. b. Concrete Bar -wrapped Steel Cylinder Pressure Pipe shall be manufactured in accordance with the latest revision of AWWA C303. c. Concrete Cylinder Pipe shall withstand a minimum pressure of 150 psi longitudinally and helically. d. The joints of the pre -tensioned concrete cylinder pipe and fittings shall be sealed with a continuous ring rubber gasket meeting standards specified in AWWA C303. e. A Portland cement mortar shall be used to fill the annular space both inside and outside of joints in the pre -tensioned concrete cylinder pipe. (1) Portland cement used in the mortar shall conform to ASTM C150 and C77. (2) Sand for the mortar shall conform to ASTM C33 for fine aggregate. f. The exterior joints on pre -tensioned concrete cylinder pipe shall be poured with a heavy duty diaper. The width of the diaper shall be 9 inches. The band shall be provided with 3/8 inch x 0.20 steel straps on each side. 30 Section 5 2020 Design Standards and Specifications Water Specifications 5.06.02 Service Saddles A. 1-inch and 2-inch Service Connection i. Service connections shall be made through an approved service saddle. a. Service saddles shall be manufactured to conform to ASTM A240 Type 304 stainless steel. b. Service saddles shall be 4-bolt, double band type. c. Service saddle shall be fusion bonded epoxy or nylon coated. d. 1-inch service saddles shall have AWWA Tapered (CS/CC) threaded connection. e. 2-inch service saddles shall have iron pipe sized (IPS) threaded connection. 5.06.03 Tapping Procedures A. Tapping Sleeves i. General a. Clean, disinfect, and prepare the main line, valve, and tapping machine with NSF approved disinfectant prior to operation. b. Ensure shell cutter will clear valve walls. ii. Tapping Machine a. Use the appropriate pilot bit for the pipe material being tapped; follow pipe and bit manufacturer's requirements. b. Upon request, contractor shall provide specification for pilot bit and shell cutter. c. If it is determined by the inspector that the bit or shell cutter is dull or damaged a new bit or shell cutter must be provided for all taps. d. If tapping machine is a solid body machine and the bit/shell cutter travels, the full weight of the tapping machine must be supported with cribbing. e. If the tapping machine is a two-piece body machine and moves with the bit/shell cutter, the valve must be supported with cribbing or concrete. iii. 4-inch through 12-inch Main Line Connection a. Tapping sleeves shall be ductile iron or stainless steel, mechanical joint and conform to the latest revision of ASTM Standard Designations. The tapping sleeve shall withstand a working pressure of 200 psi. b. Gaskets shall be compounded from new materials, and the shape of cross-section of gasket shall provide adequate seal for the design pressure. Gaskets shall be shop glued to the groove provided in the body section. c. Bolts and hex nuts shall be stainless steel. iv. 16-inch through 24-inch Main Line Connection a. Tapping sleeves shall be ductile iron or stainless steel, mechanical joint and conform to the latest revision of ASTM Standard Designations. Tapping sleeves shall be capable of withstanding a working pressure of 200 psi. b. Flanges shall be fabricated from steel plate conforming to ASTM Standard Designation A36 or A285, Grade C. c. Dimensions shall conform to AWWA Standard C207, "Steel Pipe Flanges," Class D. (1) Flanges shall be machined to a flat face with finish of 250 micro -inches or machined to a flat surface with a serrated finished in accordance with AWWA Standard C-207, "Steel Pipe Flanges." (2) Machined face shall be recessed for tapping valves in accordance with the MSS Standard SP-60. Section 5 31 2020 Design Standards and Specifications Water Specifications d. Gaskets shall be compounded from new materials, and the shape of cross-section of gasket shall provide adequate seal for the design pressure. Gaskets shall be shop glued to the groove provided in the body section. e. Bolts and hex nuts shall be stainless steel. B. Testing Outlet i. A 3/4-inch NPT by welded coupling shall be attached to the outlet nozzle of each tapping sleeve assembly complete with a 3/4-inch square head pipe plug. C. Painting i. All surfaces of the saddle shall be clean, dry, and free from grease and dirt before painting. ii. All surfaces of tapping sleeve except face of flange, bolts and nuts, shall be given a shop coat of a two-part thermosetting epoxy. Face of flanges shall be shop coated with a rust preventive compound. iii. Bolts and nuts shall be shipped bare (no paint or protective coating). 5.06.04 Ductile Iron Fittings A. Fittings shall be mechanical joint or rubber gasket AWWA Class D bell with transition gasket for the type of pipe used. B. All fittings shall be lined with cement or coal tar and coated with an asphaltic paint. C. Fittings shall conform to AWWA C104, AWWA C110 and AWWA C111 latest revision. 5.06.05 Double Disc Gate Valves A. Double disc gate valves 12-inch and smaller shall be parallel seat, ductile iron body and bronze mounted throughout. In line valves shall be flanged or mechanical joint. Side outlets shall be flanged. i. Gate valves 12-inch and smaller shall be direct bury. ii. Valves shall have non -rising stems, shall open by turning to the left (counter- clockwise), and shall be furnished with a 2-inch square operating nut. iii. Valves shall comply with the latest revision of AWWA C500 standards. 5.06.06 Resilient Seat Gate Valves A. Resilient seat gate valves 12-inch and smaller shall be ductile iron. In line valves shall be flanged or mechanical joint. Side outlets shall be flanged. i. Gate valves 12-inch and smaller shall be direct bury. ii. Valves shall have non -rising stems, shall open by turning to the left (counter- clockwise), and shall be furnished with a 2-inch square operating nut. iii. Valves shall comply with the latest revision of AWWA C509 or C515 standards. 5.06.07 Butterfly Valves A. Butterfly valves 16-inch and larger shall be ductile iron and may be either short body or long body lengths. i. Butterfly valves shall be installed in a concrete valve vault and shall be equipped with a hand wheel, a 2-inch square operating nut, a locking device and a position indicator. ii. Valve shall open by turning to the left (counter -clockwise). iii. Valves shall be designed for positive stop in the closed position. 32 Section 5 2020 Design Standards and Specifications Water Specifications iv. Valve shall be manually operated with enclosed worm gear or traveling nut operation and shall be designed to operate at maximum torque with a maximum pull of 80 pounds. v. The design water pressure differential shall be 150 psi upstream and 0 psi downstream. vi. Valves shall comply with the latest revision of AWWA C504 for Class 150B. B. Valves installed in vaults shall be painted with heavy-duty machinery paint with color and type to be approved by Engineering Department. 5.06.08 Pressure Regulating Valves A. The function of a pressure regulating valve is to reduce an existing high pressure to a pre - adjusted lower downstream pressure for varying rates of flow without causing shock or water hammer on the system. i. The pressure reducing valve shall be hydraulically operated with a free floating guided piston having a seat diameter equal to the size of the valve. ii. A pilot valve for controlling operation of the main valve shall be a single seated, diaphragm operated and spring loaded type. iii. Pilot valve shall be attached to the main valve with piping and isolation valves so arranged for easy access in making adjustments and also for its removal from the main valve while the main valve is under pressure. iv. Needle valve shall be all bronze and included with the main valve to control the speed of piston travel. v. An indicator rod shall be furnished as an integral part of the valve to show the position of the piston within the valve body. vi. The valve shall be designed to provide an access opening in the valve body for removing the piston and other internal parts without removing the main valve body from the line. B. The valve shall be fully bronze -mounted and all packing shall have either leather or rubber seals to provide tight closure and prevent metal to metal friction. i. Valves shall be ductile iron body. ii. Bronze casting or parts for internal trim shall conform to ASTM B62. C. All valves shall be furnished with flanged ends sized and drilled in accordance with ANSI B16.1, Class 125. i. Flanges and covers shall conform to ASTM A126, Class B. ii. Flanges shall be machined to a flat face with a finish of 250 micro -inches or machined to a flat surface with a serrated finish in accordance with AWWA C207. D. Pressure regulating valves shall be capable of withstanding an operating pressure of 150 psi. E. Body of the pressure reducing valve shall be given a hydrostatic test of 50% more than the operating pressure specified herein. A second test of check seating of the cylinder shall be made at the operating pressure. F. All surfaces of the valve shall be clean, dry, and free from grease and dirt before painting. i. Ductile iron surfaces, except the machined face of the flange, shall be evenly coated with a suitable primer to inhibit rust, or a black asphalt varnish in accordance with Federal Specification TT-V-51e. ii. The face of flanges shall be shop coated with a rust preventive compound. G. Pressure regulating valves shall be installed in an approved concrete valve vault. Section 5 33 2020 Design Standards and Specifications Water Specifications 5.06.09 2-inch Combination Air and Vacuum Release Valves A. The function of a combination air and vacuum release valve is to allow air to escape during pipeline filling and to enter during draining of the pipeline. Valve shall close water tight when liquid enters the valve. The valve shall also be capable of releasing small pockets of trapped air after the pipeline is filled and under pressure. i. Combination air and vacuum release valves shall be shop assembled and shipped as a complete unit ready for field installation. ii. The combination air valve shall be the single body type. iii. The valve body and cover shall be designed to operate under a maximum working pressure of 250 psi. iv. Material shall be one of the following: a. Valve body (1) Cast Iron - ASTM A48-CIass 35 (2) Cast Steel - ASTM A27 GR U60-30 (3) Ductile Iron - ASTM A536 GR 65-45-12 (4) Bosses for tapping pipe threads shall be cast integrally with each valve body and cover. v. The diameter of the large orifice of the combination air valve shall be 2 inches and the small orifice diameter shall be 3/32 inch. vi. Inlet shall be 2 inches in diameter with tapered iron pipe thread conforming to AWWA C800. vii. For valves not found in the approved materials and vendors list, all other components shall conform to the following additional specifications: a. Float shall be stainless steel. b. All other internal parts shall be fabricated from bronze. c. Valve seat shall be fabricated from oil resistant synthetic rubber. B. Guard Valve and Connecting Pipe i. Guard valve to be used with air valve shall be bronze ball valve with female iron pipe thread ends. ii. Connections between the air valve and the guard valve shall be made using brass nipples with tapered iron pipe threads conforming to AWWA Standard C800. C. All components shall be capable of withstanding an operating pressure of 250 psi. D. Each shop assembled valve shall be given a hydrostatic test of 2 times the rated operating pressure. During the test, air shall be injected into the body chamber of the valve to check its ability to release entrained air to the atmosphere under operating pressure. E. All surfaces of the valve shall be clean, dry and free from grease before painting. Exterior and interior surfaces except the stainless steel trim and the seating surface of the flange face shall be evenly coated with a suitable primer, or a black asphalt varnish in accordance with Federal Specification TT-V51 C or Military Specification C-450-C, Type II. 5.06.10 Swing Check Valves A. Swing check valves shall be manufactured in accordance with AWWA Standard C508, "Swing - Check Valves for Ordinary Waterworks Service", with the following additional requirements or exceptions. B. All valves shall be iron body, fully bronze -mounted, metal to metal seating with a swing -type disc. 34 Section 5 2020 Design Standards and Specifications Water Specifications i. Valves installed in vaults shall be in a horizontal position with exterior lever and adjustable spring or weight operation. ii. Valves which are buried shall be installed in a horizontal position and shall be gravity operated with no external levers or weights. C. Swing check valves shall be capable of withstanding an operating pressure of 150 psi. D. Bolts and hex nuts used for attaching top cap to the body shall be the manufacturer's standard, either fabricated from a low -alloy steel for corrosion resistance or electroplated with zinc or cadmium. i. The hot -dip process in accordance with ASTM A135 is not acceptable for the threaded portions of the bolts and nuts. E. Flat gasket, either ring type or full faced type, required at the body and cap connection, shall be fabricated from compressed asbestos sheet with a rubber compound binder. i. Use of a homogeneous rubber or vegetable fiber sheets is not acceptable. F. All check valves shall be furnished with flanged ends. The size and drilling shall be in accordance with ANSI B16.1 Class 125; flanges shall be machined to a flat face with a finish of 250 micro -inches or machined to a flat surface with a serrated finish in accordance with AWWA Standard C207. G. All surfaces of the valve shall be clean, dry and free from grease before painting. i. All ferrous surfaces, exterior and interior, except the seating surfaces of flange faces, shall be evenly coated with a suitable primer to inhibit rust or black asphalt varnish in accordance with Federal Specification TT-V-51f. ii. Flange faces shall be shop coated with a rust preventive compound. 5.06.11 Blowoffs A. Temporary or permanent blowoffs may be fabricated from 2-inch pipe with a 2-inch gate valve. B. Valve to be iron bodied bronze mounted with 2-inch square operating nut complete with valve box. C. Valve and valve box shall be as specified in the Approved Materials List. 5.06.12 Fire Hydrants A. Fire hydrants shall be standard AWWA C502 hydrants, iron body, bronze mounted throughout including drain seat ring, and shall be designed for a working pressure of 150 psi. B. Fire hydrants shall be traffic model type and shall have a 5-1/4 inch valve opening, two 2-1/2 inch hose nozzles, one 4-inch steamer nozzle with 4 threads per inch and a crest to crest dimension of 4.995 inches, and shall open by turning counter -clockwise. C. Hydrants shall be for 6-inch mechanical joint connection and shall be 4-1/2 foot bury unless otherwise shown on plans. D. When required, a single fire hydrant extension section shall be used to bring the fire hydrant to the appropriate elevation. No more than one extension will be allowed per installation. E. Operating nuts shall be 1-1/2 inch pentagons measured to a point. F. Hydrants shall be painted orange. G. Fire hydrants that are not yet in service or have been taken out of service shall be covered completely and securely with black plastic wrap or bags. H. Hydrants shall meet the requirements as detailed in the Approved Materials List. Section 5 35 2020 Design Standards and Specifications Water Specifications 5.06.13 Valve Boxes, Vaults, Frames and Covers A. Valve boxes for 12-inch or smaller valves shall be as specified in the Approved Materials List. i. The boxes shall be designed to fit over a section of 6-inch C900 PVC pipe which will be used as an extension from the top of the valve. Align riser pipe to ensure continuity between box and pipe, using couplers if spliced. ii. Top of valve box shall be set flush with surrounding finished grade. iii. Valve boxes set in HMAC or brick pavement shall have a 2-foot square by 6-inch thick reinforced concrete collar. iv. Valve box shall be heavy cast iron. v. Valve box shall have a heavy cast iron cover marked "Water Valve". vi. Valve box shall have a flange type base approximately 2 inches larger in diameter than the outside diameter of the barrel of the box. B. Valve vaults for butterfly valves and gate valves 16-inches and larger shall be poured concrete or pre -cast construction. i. Valve vaults shall be constructed with the dimensions as called for on the plans or as approved by the City Engineer or designee. ii. Valve vault cover opening shall be centered over operating nut. C. Manhole frames and covers shall be of good quality gray iron casting of a pattern similar to that shown on the plans and with a clear opening of not less than 30 inches. i. Frame and cover shall be designed with a full bearing ring so as to provide a continuous seat between frame and cover. ii. Cover shall be furnished with lifting ring cast into the cover in such manner as to prevent leaking through. iii. The cover shall be marked "City of Lubbock Water". iv. Frame and cover shall be as specified in the Approved Materials List. 5.06.14 Boring Encasement Pipe A. Encasement pipe shall be smooth steel pipe conforming to the following: Casing Diameter Minimum Casing Thickness <24 inches 3/8 inch >_24 inches 1/2 inch B. Boring encasement steel pipe shall have welded joints. 5.06.15 Concrete A. Proportioning of the constituents of the concrete shall produce a dense and workable mixture and the designed mix shall be approved by the Engineer before any concrete is placed. i. The concrete shall be of such consistency that it will flow without separation of the aggregates. B. Concrete mix shall be based on the water -cement ratio, and shall be as follows for the different applications: i. Concrete for manhole bases, valve vaults and other reinforced concrete structures shall contain not more than 7.0 gallons of water per sack of cement and yield a 28-day compressive strength of not less than 3,000 psi. ii. Concrete for pipe cradling, thrust blocking or fittings and other non -reinforced concrete shall contain not more than 9 gallons of water per sack of cement and yield a 28-day compressive strength of not less than 2,500 psi. 36 Section 5 2020 Design Standards and Specifications Water Specifications C. Concrete shall be made with Portland cement which conforms to "Standard Specifications for Portland Cement", ASTM C150. D. Concrete aggregates shall consist of natural washed and screened sand, and washed and screened gravel or clean crushed limestone conforming to "Standard Specifications for Concrete Aggregate", ASTM C33. Aggregates shall be well graded from coarse to fine and shall be free from injurious amounts of clay, soft or flaky materials, loam or organic impurities. ii. Aggregates shall be approved by the City Engineer or designee before use. Water used in mixing concrete shall be clear, clean, free from oil, acid or organic matter and free from injurious amounts of alkali, salts or other chemicals and shall conform to ASTM C1602/C1602M "Standard Specification for Mixing Water Used in the production of Hydraulic Cement Concrete." Surface moisture or moisture carried by the aggregates shall be included as part of the mixing water. G. Reinforcing steel used in concrete shall be deformed bars conforming to ASTM A615 "Standard Specification for Deformed and Plain Carbon -Steel Bars for Concrete Reinforcement" or ASTM A996 "Standard Specification for Rail -Steel and Axel -Steel Deformed Bars for Concrete Reinforcement" grade 40 or grade 50. i. All reinforcement shall be permanently marked with grade, identification marks or shall, on delivery, be accompanied by a manufacturer's guarantee. H. Forms shall be of wood or metal and shall be of sufficient strength to support the concrete without bulging between supports and sufficiently water tight to hold the concrete mortar. i. Forms shall be so constructed that the finished concrete shall be of the form and dimensions shown on the plans. ii. Form work for exposed surfaces shall be of such material and so constructed as to produce a wall with a smooth, even surface when the concrete is poured. iii. Wall forms shall be set plumb and true and rigidly braced to maintain them in correct position and alignment. iv. Walls for all reinforced concrete work shall be formed inside and outside. v. Form ties shall be adjustable in length and of such type as to leave no metal closer than 1-inch of the surface, and shall not be fitted with lugs, cones, washers, or other devices acting as a spreader which will leave a hole larger than 7/8-inch in diameter or depth back of the exposed surface of the concrete. vi. Temporary openings for cleaning and inspection shall be provided at the base of vertical forms or other places where necessary. Such openings shall be neatly and securely closed before concrete is placed. vii. Forms shall be oiled before use. viii. No forms shall be removed without permission of the City Inspector. However, in general, wall forms may be removed after the concrete has been in place for 24 hours and on roof slabs after the concrete has been in place for 10 days. ix. Immediately upon removal of the forms any honey -combed sections shall be repaired as directed by the City Inspector. Compounds used to form an air tight membrane over a fresh concrete surface shall be in accordance with Texas Department of Transportation Item 360.2.0 (DMS-4650). i. Curing compound shall be applied with a pressurized sprayer in an even coating or as recommended by the manufacturer. Section 5 37 2020 Design Standards and Specifications Water Specifications 5.06.16 Bedding, Embedment and Backfill A. Water Pipe 12-inch diameter and smaller i. Bedding and embedment shall be native, sandy soil material free from rocks, clods, roots or other debris larger than 1-inch diameter. ii. Backfill material shall be native, sandy soil material free from rocks, clods, roots or other debris larger than 2-inch diameter. B. Water Pipe 16-inch diameter and larger i. Bedding shall be select sand or aggregate free from rocks, clods, roots or other debris larger than 3/8-inch. a. Bedding material shall be free from injurious amounts of clay, dust, blow sand, caliche or slag. ii. Embedment material shall be crushed stone with irregular surfaces and comply with the following gradation requirements: Standard Crushed Rock Aggregate Cumulative Percent Retained (by weight) Retained on 1" Sieve 0 Retained on 1/2" Sieve 0-20 Retained on 3/8" Sieve 15-40 Retained on No. 4 Sieve 60-90 Retained on No. 8 Sieve 95-100 a. Embedment shall extend to 12 inches above top of pipe. iii. Backfill material shall be native, sandy soil material free from rocks, clods, roots or other debris larger than 2-inch diameter. C. Compaction i. Bedding, embedment and backfill shall be compacted to 95% Modified Proctor Density by approved mechanical means. a. Compaction shall be in maximum 6-inch compacted lifts. ii. Water jetting will not be allowed. 5.06.17 Flowable Fill A. Flowable fill shall consist of a concrete mixture of pea gravel and sand with a cement content of 1-1/2 sacks per cubic yard. i. Utility ditches in Right of Way shall be backfilled in accordance with Details UEM-01 through UEM-07 in the appendix. ii. Use of concrete in place of flowable fill is not acceptable, and if used in place of flowable fill shall be removed by the Contractor at their expense. 5.07 Methods of Construction 5.07.01 Scope A. The work covered by this section consists of constructing water distribution mains and other appurtenances normally installed as a part of this system. Construction may include surface preparation; trench excavation; shoring; dewatering; laying, aligning and joining pipe; installation of pipe, valves, valve boxes, and fittings; cradling, blocking and anchorage; bedding, embedment and backfilling; and other related work. 38 Section 5 2020 Design Standards and Specifications Water Specifications 5.07.02 Quality Standards Standard Topic Standard Test Methods for Laboratory Compaction ASTM D698 Characteristics of Soil Using Standard Effort AWWA C600 ANSI Installation of Ductile Iron Mains and Their Appurtenances Polyvinyl Chloride (PVC) Pressure Pipe and Fabricated AWWA C900 Fittings, 4-inch through 12-inch for Water Transmission and Distribution Polyvinyl Chloride (PVC) Pressure Pipe and Fabricated AWWA C905 Fittings, 14-inch through 48-inch for Water Transmission and Distribution AWWA M23 Polyvinyl Chloride PVC Pie Design and Installation ACPA Concrete Pipe Installation Manual (Published by American Concrete Pipe Association ASTM C891 Installation of Underground Pre -cast Utility Structures 5.07.03 Materials A. The Contractor shall install water distribution pipe of the type, diameter, wall -thickness and protective coating that is defined in the Approved Materials List or designated by the City Engineer or designee. B. One or more acceptable types of pipe may be used. As such, the Contractor shall have the option of installing any of the acceptable types, provided only one type is used throughout any single size designation or run of pipe. 5.07.04 Storm Water Pollution Prevention Plan (SWPPP) A. Prior to disturbance of construction area, Contractor shall coordinate with the City of Lubbock Engineering Department to develop a site -specific Storm Water Pollution Prevention Plan. B. SWP3 measures shall conform to the integrated Stormwater Management (iSWM) criteria developed by the North Central Texas Council of Governments. C. SWP3 measures shall be installed prior to construction and shall be maintained throughout the construction until final stabilization. 5.07.05 Surface Preparation A. Within Easements, Cultivated or Agricultural Areas i. All vegetation such as brush, sod, heavy growth, grass, weeds, decayed vegetable matter, rubbish and other unsuitable material within the area of excavation and spoils storage shall be stripped and properly disposed. ii. Topsoil shall be removed to a depth of 8 inches or the full depth of topsoil, whichever is less. iii. Removed topsoil shall be stockpiled during construction in an approved location. B. Within Unpaved Roadway Areas i. Contractor shall strip the cover material from graveled roadways or other developed but unpaved traffic surfaces to the full depth of the existing surfacing. ii. Surfacing shall be stockpiled to the extent that it is acceptable for restoration purposes. C. Within Paved Areas i. All pavement cuts and repairs shall be in accordance with the current City of Lubbock Street Ordinance. Section 5 39 2020 Design Standards and Specifications Water Specifications ii. Wherever it is necessary to make cuts in existing pavements, sidewalks, driveways, or curbs and gutters, the cuts shall be made in such a manner as to cause the least possible damage to adjoining surfaces. iii. Asphalt Paving a. Asphalt surfaces shall be saw cut along each side of the trench ahead of the trenching machine and the paving and base removed with the trenching machine as the trench is excavated. b. The width of surface removed by the Contractor is not to exceed the outside limits of the trench plus 12 inches. iv. Concrete Paving a. Removal of any sidewalks, concrete pavement, concrete base, concrete curbs and gutters shall be made by saw cutting the concrete to a straight line on each side of the trench and removing the concrete ahead of the trenching. b. Concrete shall be saw cut vertically in straight lines and avoiding acute angles. c. Concrete pavement, sidewalks, driveways or curb and gutter shall be cut with a power saw to a depth of not less than 2 inches prior to breaking. d. Overbreak, separation or other damage to the existing bitumen or concrete outside the designated cut lines shall be replaced at the Contractor's expense. e. Tunneling may be required under curb and gutters. f. The width of surface removed by the Contractor of concrete paving is not to exceed the outside limits of the trench plus 12 inches. v. All spoil piles must be 3' from travel lanes or have a traffic barrier that will prevent the soil from encroaching on travel lanes. vi. If roll off dumpsters are placed on street paving, then the paving must be protected from damage. 5.07.06 Barricades and Safety Measures A. Contractor shall, at their own expense, furnish and erect barricades and safety measures for the protection of persons, property and the works as may be necessary. B. All barricades and safety measures shall meet the rules and regulations of Federal, state and local authorities, including but not limited to: i. OSHA regulations for excavation, trenching and shoring ii. Texas Manual on Uniform Traffic Control Devices iii. City of Lubbock Barricade Ordinance C. Contractor will be held responsible for all damage to the work due to failure of barricades and safety measures. i. If damage is incurred, the damaged portion shall be immediately removed and replaced by Contractor at their own cost and expense. D. Contractor's responsibility for maintenance of barricades and safety measures shall not cease until the project is accepted by the City. 5.07.07 Water for Construction A. The City will furnish water from fire hydrants for construction purposes. i. To use City water for construction the contractor shall acquire a water meter for use on a City fire hydrant, and will be charged the applicable rate for the quantity of water used. 40 Section 5 2020 Design Standards and Specifications Water Specifications ii. The contractor shall contact Lubbock Power and Light Customer Service Department and establish a utility account. The contractor must pay the current deposit for each fire hydrant meter and will be responsible for all charges associated with that account. iii. Once an account is established and the deposit is paid, the contractor may pick up a meter from the City Water Department at 600 Municipal Drive. iv. The contractor shall be responsible for reporting monthly water usage. v. All water used shall be in accordance with City Ordinance, all water shall be used within City Limits. B. Fire hydrants shall be operated only by use of an approved fire hydrant wrench. No pipe wrenches, or other unapproved devices, shall be used to open or close a fire hydrant. C. For top loading trucks or containers the contractor shall provide a back flow prevention assembly on the discharge side of the meter. i. The backflow prevention assembly shall be in the form of two spring loaded ball check valves. ii. When filling the truck or container there shall be an air gap of at least two times the opening diameter of the truck or container. D. For bottom loading trucks the contractor shall provide a Reduced Pressure Zone (RPZ) type backflow prevention assembly. i. All RPZ type back flow prevention assemblies must be tested and the test results approved by the City prior to use. ii. The test results shall be sent to the City of Lubbock Public Works Department, Meter and Customer Service Supervisor for approval. E. In accordance with City of Lubbock Ordinance No. 10208 "Pertaining to Backflow Prevention", City representatives are authorized to suspend water use from a fire hydrant by a contractor until the proper and correct backflow prevention device is installed. 5.07.08 Protection of Existing Utilities A. It shall be the Contractor's responsibility to properly mark (white line) the work area and notify the Texas Excavation Safety System, 1-800-DIG-TESS (1-800-344-8377) a minimum of 48 hours prior to construction or excavation. B. Contractor shall locate all utility lines, including customer service lines, far enough in advance of the trenching to make proper provisions for protecting the lines and to allow for any deviations that may be required from the established lines and grades. C. If required, the Contractor shall "pothole" or physically locate existing underground utilities ahead of trench excavation. D. A contractor shall not be allowed to disrupt water service without permission from the Engineering Department. i. When a service disruption is planned, the Contractor shall notify the Engineering Department a minimum of 48 hours in advance. E. Contractor shall notify local utilities whenever working near gas mains or services or near electrical or telephone cables or when the presence of these utilities is suspected in the area of construction. F. Contractor shall proceed with caution in the excavation and preparation of the trench so that the exact location of underground structures, both known and unknown, may be determined. G. Hand excavation shall be used where necessary. H. All utility lines shall be properly supported to prevent settlement or damage to the line both during and after construction. Section 5 41 2020 Design Standards and Specifications Water Specifications I. Contractor shall be held responsible for the repair of any utilities when broken or otherwise damaged because of carelessness on their part. J. The Contractor shall immediately notify the proper utility company of any damage to utility lines in order that service may be established with the least possible delay. Any damage to existing lines and the repair of customer lines which are authorized to be cut shall be at the Contractor's expense, and as directed by an official representative of the utility company involved. K. Any permanent relocation of existing utility lines shall be done by the proper utility company. 5.07.09 Excavation and Trenching A. Minimum width of the trench shall be the outside diameter of the pipe plus 12 inches. B. Maximum width of the trench shall be the outside diameter of the pipe plus 18 inches. i. The City Engineer or designee shall review instances where trench widths are required to be greater than the maximum allowable due to installation techniques or shoring. C. Contractor shall take all necessary precautions for protecting paved streets and drives from being damaged by the trenching and backfilling equipment. D. Grade shall be such that the pipe will rest firmly on the bedding material throughout the entire length of the pipe cylinder. i. Bell holes of ample dimensions shall be dug at each joint to permit the proper jointing of the pipe. E. In order to obtain a true, even grade, the trench shall be fine -graded. i. Material for fine grading shall be free of rocks, roots, grass or any other debris. The depth of the fine grading material shall not exceed 3 inches. ii. Where the trench is excavated in excess of 3 inches below grade, the bedding material shall be compacted to 95% Modified Proctor Density. iii. If the material being excavated is rock or other unyielding material, it shall be removed to a depth of 3 inches below grade and replaced with approved bedding material to grade. F. All excavated material shall be placed in a manner that will not endanger the work or damage existing structures. 5.07.10 Methods of Connection A. Service and main line taps and connections shall comply with current City of Lubbock Utilities Ordinance. B. Service Taps i. All service taps on existing mains shall be installed by City personnel or a City - designated contractor. C. Main Line Taps i. All taps on existing mains in service shall comply with current TCEQ requirements. ii. Persons installing main line taps shall hold a Class "C" or higher TCEQ Water Operator's License. iii. A person holding a Class "D" TCEQ Water Operator's License may install main line taps only if they are in direct communication with a person holding a Class "C" or higher TCEQ Water Operator's License. iv. City Inspector must be present for any tap being installed on an existing main. D. Valve Operating Procedures 42 Section 5 2020 Design Standards and Specifications Water Specifications i. Contractors shall not operate valves within the existing City of Lubbock water distribution system. ii. Operation of valves shall be done by authorized City of Lubbock personnel only. iii. Contractors shall arrange opening or closing of valves by notifying the Engineering Department at least 24-hours prior to needing a valve operated. 5.07.11 Pipe Installation A. Pipe, fittings, valves and other accessories shall be inspected, handled, laid and joined in the manner herein specified. B. Pipe, fittings, valves, and accessories shall be inspected upon delivery and during the progress of the work and any material found to be defective may be rejected. i. If rejected, the Contractor shall remove and replace such defective material at their own expense. C. Pipe, fittings, valves, and other accessories shall be handled in accordance with manufacturer's specifications. i. Before lowering into the trench the pipe, fittings, valves and accessories shall be inspected for defects. a. Any defective, damaged, or unsound pipe or other incidental materials shall not be incorporated into the work. b. Contractor shall remove and replace such defective material at their own expense. ii. All pipe, fittings, valves and accessories shall be carefully lowered into the trench piece by piece using suitable tools or equipment in such a manner as to prevent damage to the material. iii. Under no circumstance shall pipe, valves, fittings, accessories or tools be dropped directly into the trench. D. All foreign matter shall be removed from the inside of the pipe, bells, spigots or parts of the pipe used in forming the joint before the pipe is lowered into the trench; i. Pipe shall be kept clean by approved means during and after laying. ii. The open end of the pipe in the trench shall be plugged when pipe is not being laid. E. Pipe shall be laid to the alignment as established on the approved plans. i. Where grade is being maintained as shown on the plans, the use of batter boards or laser beam will be required to fine grade the trench. ii. Whenever it is necessary to deflect pipe from a straight line either in a vertical or horizontal plane to avoid obstructions, to plumb valves, or where vertical or horizontal curves are required, the allowable angle of curvature shall be 80% of the manufacturer's maximum recommended curvature. iii. Deflection at each joint shall not exceed 80% of the manufacturer's maximum recommended deflection. F. Pipe shall be laid so that the pipe label is facing up. G. Pipe shall be jointed per manufacturer's requirements. i. Pipe shall be laid with bells facing in the direction of laying. a. For lines on appreciable slopes, the Engineer may specify the pipe to be installed with the bell ends facing up grade. ii. Bell, spigot and gasket of pipe to be laid shall be wiped clean prior to jointing. iii. Cutting of pipe for inserting valves, fittings or closure pieces shall be done in a neat workmanlike manner without damage to the pipe or lining. iv. Jointing shall be completed for all pipe laid each day. Section 5 43 2020 Design Standards and Specifications Water Specifications a. At the times when pipe laying is not in progress, the open ends of pipe shall be properly plugged and sealed to prevent contamination. b. No trench water shall be permitted to enter the pipe. v. No pipe shall be laid in conditions unsuitable for such work as determined by the City Inspector. 5.07.12 Trace wire for nonmetallic pipe installation A. Conductive trace wire shall be installed in the same trench and inside bored holes and casing with all nonmetallic pipe during pipe installation. i. Trace wire shall be 12 gauge minimum solid copper with 30 mil HDPE insulation recommended for direct bury. ii. Trace wire shall be secured to the pipe as required to insure that the wire remains directly on top of the pipe. iii. Trace wire shall be securely bonded together at all wire joints with wire connectors that are watertight and provide for electrical continuity. iv. Trace wire shall be made accessible at water valve boxes and fire hydrants. a. Trace wire shall not be placed inside valve box risers. b. Trace wire shall be installed such that no less than 6 inches but no more than 12 inches of wire remain accessible. 5.07.13 Marking Tape A. Marking tape shall be installed in the same trench with all pipe during pipe installation. i. Marking tape for water mains shall be 3-inch, blue in color and clearly labeled "Caution: Buried Water Line." ii. Marking tape shall be installed directly above the centerline of the pipe a minimum of 24 inches above top of pipe. iii. Depth of bury shall be 18 inches below top of trench. 5.07.14 Setting Valves, Valve Boxes and Fittings A. Valves and fittings shall be set at the locations shown on the approved plans. B. Valves and fittings shall be adequately blocked for thrust with concrete or mechanically restrained. i. Refer to thrust blocking details or Appendix A — Restrained Joint Lengths. 5.07.15 Cradling, Blocking and Anchorage A. Contractor will be required to install concrete pipe cradle at all valve vaults and properly block or mechanically restrain all fittings including tees, bends and valves. B. Where concrete cradling or blocking is used, concrete shall conform to the concrete specifications. C. Before placing the concrete, all loose earth shall be removed from the trench. D. Concrete shall be placed in the trench by the use of chutes extending to within 3 feet of the bottom of the trench and shall be deposited uniformly on each side of the pipe in such a manner as to not disturb the grade and alignment of the pipe. E. Blocking shall be placed between solid ground and the fitting to be anchored. The area of bearing on pipe and on the ground in each instance shall be that required by the Engineer. F. Blocking shall be placed so that the joints of all pipe and fittings are accessible for repair. 44 Section 5 2020 Design Standards and Specifications Water Specifications G. Soil bearing value for thrust blocking shall be as recommended by the Engineer based on soil analysis of the site. In the absence of such recommendation, the allowable soil bearing value shall not exceed 2,500 pounds per square foot. 5.07.16 Backfilling A. Backfilling of all trenches and excavations shall comply with the current City of Lubbock Street Ordinance as well as the City of Lubbock Utility Excavation Manual. B. After the trench has been backfilled, the disturbed area shall be cleared of all rocks larger than 1-1/2 inches in diameter and leveled so that the surface will have the same slope and appearance as it possessed before construction. C. All surplus material shall be loaded and legally disposed of at the Contractor's expense at an approved location. D. Contractor shall compact backfill and clean up as close behind the pipe laying and backfilling as possible. E. Following completion of backfill and cleanup, the Contractor shall maintain the street and trench surfaces in a satisfactory manner until final acceptance of the work. i. Maintenance shall include blading, filling depressions caused by settlement, sprinkling to settle dust, brooming and other work required to keep the streets and disturbed areas in satisfactory condition as determined by the City Engineer or designee. ii. The Contractor shall maintain and be responsible for all paving cuts until such time as repairs can be completed. 5.08 Pneumatic Testina for Taooin4 Sleeves 5.08.01 Upon completion of tapping sleeve installation, the tapping sleeve shall be subjected to a pneumatic pressure test according to the most recent City of Lubbock requirements. 5.08.02 Pneumatic Pressure Test A. Contractor shall be responsible for performing a pneumatic pressure test witnessed by a City Inspector. i. Tapping sleeve shall be pressurized through 3/4-inch NPT port at a minimum test pressure of 50 psi. ii. Duration of the pressure test shall be a minimum of 10 minutes or as directed by the City Inspector. 5.09 Hydrostatic Pressure Testing 5.09.01 Upon completion of pipe installation, the line shall be subjected to a hydrostatic pressure test and leakage test according to the most recent AWWA standards, TCEQ rules and City of Lubbock requirements. 5.09.02 Hydrostatic Pressure Test A. Contractor shall be responsible for performing a hydrostatic pressure test witnessed by a City Inspector. i. Minimum test pressure shall be 100 psi or 150% of static operating pressure, whichever is greater. ii. Duration of each pressure test shall be a minimum of 2 hours or as directed by the City Engineer or designee. B. Hydrostatic Test Procedure Section 5 45 2020 Design Standards and Specifications Water Specifications Each valved section of pipe shall be slowly filled with water. ii. As the line is being filled, all air shall be expelled from the pipe. a. Taps shall be made, if necessary, at points of highest elevation. b. Taps shall be tightly plugged upon satisfactory completion of the test. iii. Pressure shall be applied and maintained by means of a pump connected to the pipe in a manner satisfactory to the City Inspector. iv. The pump, pipe connection, and all necessary apparatus except meters shall be furnished by the Contractor. v. Contractor shall furnish all necessary labor for connecting the pump, meter, and gages. vi. Water for filling and making tests may be obtained at a location designated by the Engineering Department. a. No charge will be made for the first 2 pipe volumes of water. b. Contractor will be charged for water used in subsequent tests at the current rate of bulk usage. vii. The line shall be carefully checked at regular intervals for breaks or leaks. viii. Any joints showing appreciable leaks shall be repaired and any cracked or defective pipes or fittings shall be removed and replaced at the Contractor's own expense. ix. The test shall be repeated until satisfactory results are obtained. C. Leakage Test i. For pipe of 12-inch diameter or smaller, no leakage or pressure drop shall be allowed over a two hour period at the test pressure. ii. For pipe 16-inch diameter or larger, the allowable leakage (gallons per hour) shall not be greater than: L _ NDJ 7400 L = Gallons per Hour N = Number of Joints D = Nominal Pipe Diameter (in.) P = Test Pressure (PSI) iii. The leakage shall be determined by measuring the quantity of water supplied to each valved section of the lines, during the test period, when the various sections of the lines are under pressure. iv. If individual sections show leakage greater than the limits specified above, the Contractor shall locate and repair the defective portions at their own expense. 5.10 Sterilization and Bacteriological Testing 5.10.01 Upon completion of pipe installation, the line shall be sterilized and tested according to the most recent AWWA standards, TCEQ rules and City of Lubbock requirements including AWWA C651. A. Contractor shall notify City of Lubbock inspector a minimum of 24 hours in advance of intended filling, chlorinating or flushing a new water main. B. Contractor shall furnish all labor, equipment and material necessary for the chlorination and testing of the new pipe lines which shall be sterilized before being placed into service. C. Sterilization Procedure i. Contractor shall advise City Inspector of filling and chlorinating plan. 46 Section 5 2020 Design Standards and Specifications Water Specifications ii. Contractor shall verify that all valves adjacent to test section are closed. a. Valves shall be operated in accordance with the current City of Lubbock valve operating procedures, and only when a City of Lubbock inspector is on site. iii. Lines shall be sterilized by the application of an approved chlorinating agent. iv. Chlorinating agent may be liquid chlorine, or a calcium hypochlorite solution, which shall be fed into the lines through a suitable solution -feed device or other methods approved by the City Engineer or designee. v. All newly installed pipes and related products must conform to American National Standards Institute / National Sanitation Foundation (ANSI/NSF) Standard 61 and must be certified by an organization accredited by ANSI, including chlorine for disinfection. vi. Chlorinating agent shall be applied at or near the point from which the line is being filled, and through a corporation stop or other approved connection inserted in the horizontal axis of the newly laid pipe. vii. Water being used to fill the line shall be controlled to flow into the section to be sterilized very slowly. viii. Rate of application of the chlorinating agent shall be at least 50 parts per million. ix. Chlorinated water shall be retained in the pipe lines for a period of not less than 24 hours. D. Testing/Sampling Procedure i. Sample ports shall be protected from contamination. ii. Every sample port shall have a "NON -POTABLE WATER" tag and cap that require tools to remove. iii. The sampling riser shall be located at the farthest point possible from the chlorination point. a. The riser shall be above ground and equipped with a faucet for control of flow during sampling. iv. Samples shall be taken by City of Lubbock Inspectors from the line and will be tested for bacteriologic growth at a City of Lubbock certified laboratory. a. Samples will be taken twice in a 48 hour period not less than 24 hours apart. b. Initial samples may only be taken on Monday, Tuesday or Wednesday prior to 2:00 p.m. E. Chlorinated water used for sterilization shall be legally disposed of per current TCEQ or other applicable regulations. i. A temporary blow off may be required to achieve adequate flushing flow rates. ii. Under no circumstances shall chlorinated water used for sterilization be released directly into the storm drain system or a body of water. iii. Contractor must dechlorinate water before it reaches a curb and gutter, storm drain or body of water. iv. All flushing must conform with the City of Lubbock Storm Water Permit and SWP3 Best Practices. 5.11 Restoration and Clean Up 5.11.01 The Contractor shall restore or replace all removed or damaged paving, curbing, sidewalks, gutters, sod, shrubbery, fences, irrigation systems, pipe, or other structures or surfaces to a condition equal to that before the work began and to the satisfaction of the City Engineer or designee. Section 5 47 2020 Design Standards and Specifications Water Specifications 5.11.02 All streets, alleys, driveways, sidewalks, curbs or other surfaces broken, cut or damaged by the Contractor shall be reconstructed as required by the current City of Lubbock Street Ordinance. 5.11.03 Topsoil material shall be replaced to pre -construction conditions or better. 5.11.04 All rubbish, unused materials and other non-native materials shall be removed from the jobsite. 5.11.05 The right-of-way shall be left in a state of order and cleanliness as determined by the City Engineer or designee. 5.12 Warrantv and Acceptance 5.12.01 Within 30 calendar days after the Developer or Developers Engineer has given written notice that the improvements have been substantially completed, the City shall inspect the completed improvements and provide a punch list if necessary. A. If it is mutually determined that the improvements have been constructed in accordance with the engineering plans and the City of Lubbock Engineering Minimum Design Standards and Specifications, the Developers Engineer shall submit Record Drawings, Certificate of Completion and Developers Warranty Statement (Copies of the Certificate of Completion and the Developers Warranty Statement are included in the City of Lubbock Engineering Minimum Design Standards and Specifications) B. Upon receipt of the Developers Certificate of Completion, Record Drawings and the Developers Warranty Statement, the City will accept improvements within 30 calendar days; unless exception is given in writing. C. Neither the Final Payment nor the Certificate of Completion shall relieve the Developer or Contractor of responsibility related to warranty of materials or workmanship. D. The Developer shall remedy any defects due to faulty materials or workmanship that appear within 1 year from the date of acceptance by the City of Lubbock. 48 Section 5 2020 Design Standards and Specifications Sewer Specifications SECTION 6 STANDARD SPECIFICATIONS FOR SANITARY SEWER MAIN CONSTRUCTION 6.01 General 6.01.01 All sanitary sewer main construction within the City of Lubbock sanitary sewerage system or for future connections to the City of Lubbock sanitary sewerage system shall be accomplished in accordance with the requirements of these specifications. 6.02 Plan Requirements 6.02.01 Sanitary sewer main construction shall be done in accordance with engineered construction plans for the work, prepared under the direction of a Professional Engineer and approved by the City of Lubbock Engineering Department. 6.02.02 Plans shall conform to the City of Lubbock's Minimum Design Standards for Sanitary Sewer and shall show all information called for on the City of Lubbock Check List for Sanitary Sewer Construction Plans. 6.03 Plan Approval 6.03.01 The Engineering Department shall review, approve and issue plans stamped "Approved for Construction" to the Design Engineer. 6.04 Insuection 6.04.01 Engineer and/or Contractor shall notify the Engineering Department 48 hours before the planned construction is to commence and also before starting up when construction is interrupted for any reason. 6.04.02 All work shall be inspected by a representative of the Engineering Department who shall have the authority to halt construction when, in their opinion, construction is being performed contrary to these specifications or other approved plans. 6.04.03 Whenever any portion of these specifications is violated, the City Engineer or designee, by written notice, may order that portion of construction which is in violation of these specifications or other approved plans, specifications and material to cease until such violation is corrected. 6.05 Specifications 6.05.01 All standard specifications and quality standards; i.e., ASA, AWWA, ASTM, etc., which are made a portion of these specifications by reference shall be the latest edition and revision thereof. Section 6 49 2020 Design Standards and Specifications Sewer Specifications 6.06 Materials of Construction 6.06.01 Sewer Pipe A. All pipe used in the City of Lubbock sanitary sewer collection system shall be SDR 35 PVC, SDR 26 PVC, PVC Corrugated Sewer Pipe with Smooth Interior, High Density Polyethylene (HDPE), Ductile Iron, Steel Reinforced Polymer Concrete or Polypropylene Corrugated Single Wall or Dual Wall Pipe and shall conform to the Approved Materials List. B. PVC Pipe - Gravity Flow i. Gravity flow PVC pipe and fittings shall conform to the requirements of ASTM F679 and D3034 for SDR 35 sewer pipe. ii. The pipe shall be jointed with an integral bell and spigot type rubber gasketed joint. a. Each integral bell joint shall consist of a formed bell complete with a single rubber gasket. b. Gaskets shall conform to ASTM F477. iii. Standard joint length shall be 14 or 20 feet f one inch. iv. Gravity flow PVC pipe shall be installed in accordance with the manufacturer's recommendations and shall not exceed 80% of the manufacturer's recommended maximum deflection. v. The minimum pipe stiffness factor shall be 46 psi. vi. Gravity flow sewer pipe shall be green. C. PVC Pipe - Pressure Rated i. Pressure rated PVC sewer pipe and fittings shall conform to the requirements of ASTM D2241 for SDR 26 sewer pipe. ii. The pipe shall be joined with an integral bell and spigot type rubber gasketed joint. a. Each integral bell joint shall consist of a formed bell complete with a single rubber gasket. b. Gaskets shall conform to ASTM F477. iii. Pressure rated PVC pipe shall be installed in accordance with the manufacturer's recommendations and shall not exceed 80% of the manufacturer's recommended maximum deflection. iv. Standard joint length shall be 14 or 20 feet t one inch. v. Pressure rated sewer pipe shall be green. D. PVC Pipe - Spiral Wound i. Spiral wound PVC pipe and fittings shall conform to the requirements of the latest revision of ASTM F794 for large diameter ribbed gravity sewer pipe. ii. Spiral wound PVC pipe shall be installed in accordance with the manufacture's recommendations and shall not exceed 80% of the manufacturer's recommended maximum deflection. iii. The minimum pipe stiffness factor shall be 46 psi. E. High Density Polyethylene Pipe i. The pipe shall be made of high density, high molecular weight polyethylene pipe material meeting the requirements of ASTM F894. ii. Rubber gaskets shall comply in all respects with the physical requirements specified in the non -pressure requirements of ASTM Specifications C443. iii. Polyethylene pipe shall be installed in accordance with the manufacturer's recommendations. 50 Section 6 2020 Design Standards and Specifications Sewer Specifications F. Ductile Iron Pipe i. Ductile iron pipe shall conform to ANSI/ASTM specifications A746 for Ductile Iron Sewer Pipe. a. Pipe and fittings shall have a 30-mil thickness epoxy lining on the interior. b. Pipe and fittings shall have an exterior coating of coal tar pitch conforming to requirements of Federal Specifications WW-P-421. ii. Joints for Ductile Iron shall be of the rubber gasket bell and spigot, except when otherwise shown on the plans and where connecting to flanged fittings, and shall conform to the base specifications to which the pipe is manufactured. iii. Fittings shall be AWWA Standard Class "Y bell and spigot type or an approved gasket joint for the particular type of pipe used and designed for the pressures of the pipe except as shown on the plans. G. Steel Reinforced Polymer Concrete Pipe i. Steel Reinforced Polymer Concrete Pipe and fittings shall conform to ASTM C76, D6783 and A615 and all other applicable standards. ii. Steel Reinforced Polymer Concrete Pipe shall be installed in accordance with the manufacturer's recommendations and shall not exceed 80% of the manufacturer's recommended maximum deflection. H. Polypropylene Corrugated Dual Wall and Triple Wall Pipe i. Polypropylene Corrugated Dual Wall Pipe and fittings shall conform to ASTM F2736. ii. Polypropylene Corrugated Triple Wall Pipe and fittings shall conform to ASTM F2764. iii. Polypropylene Corrugated Dual Wall and Triple Wall Pipe shall be installed in accordance with the manufacturer's recommendations and shall not exceed 80% of the manufacturer's recommended maximum deflection. 6.06.02 Pre -cast Reinforced Concrete Manholes A. Manhole barrel, cone, and extension sections shall be constructed of pre -cast concrete. i. Manhole products shall be smooth, uniform in size and dimensions, consistent in components throughout and free of voids or honeycombs. ii. No grouting shall be applied to the edges or inside surfaces of manholes during the manufacturing process. iii. A plant inspection may be required for production facility inspection and to review record -keeping for material certification. iv. Steps are prohibited in a manhole. B. Manufacturer must provide certification that all materials used for manufacturing meet with the following ASTM Specifications: Specification Material ASTM C-33 Aggregates ASTM C-150 Cement ASTM C-39 Sampling Specimens ASTM A-615 or A-996 Reinforcing ASTM C-144 Sand and Mortar C. Pre -cast Concrete Manhole Sections i. Pre -cast concrete manhole sections shall conform to ASTM C478 specifications. ii. Compressive strength test results must verify concrete strengths meet or exceed 4,000 psi. Section 6 51 2020 Design Standards and Specifications Sewer Specifications iii. Coarse aggregate shall consist of 95% crushed limestone. iv. Manholes shall be designed to withstand H-20 AASHTO loading. v. Manholes shall have lifting holes that do not protrude through manhole wall; one full inch of concrete thickness must remain between lift hole and outside or inside wall of manhole. D. Joints Other Than Grade Rings i. Joints other than grade rings shall be tongue and groove or an equivalent male and female type joint. ii. Joints shall be effectively joined with water -tight sealant to prevent leakage and infiltration. Sealant shall comply with the Approved Materials List. E. Cones and Grade Rings i. Cones and grade rings shall maintain a clear 30-inch opening. ii. Grade rings shall be reinforced with the same percentage of steel as risers and tops and shall also meet ASTM C478 specifications. 6.06.03 Inflow Prevention Device (IPD) A. All new manholes shall be equipped with an approved IPD to prevent unwanted inflow into the sanitary sewer system. B. IPDs shall be constructed of corrosion proof material and load tested to withstand 800 pounds. C. IPDs shall be equipped with a handle or lifting strap capable of supporting a minimum uniform load of 500 pounds. D. IPDs shall be equipped with ventilation valves or holes. i. Release of water through vent valves or holes shall not exceed 5 gallons per 24 hour period. ii. Vent valves or holes shall vent sewer gas at one p.s.i. or less. E. IPDs shall comply with the Approved Materials List. 6.06.04 Manhole Frames and Cover A. Manhole frames and covers shall be of good quality gray iron casting and conform to ASTM Designation A48, having a clear opening of not less than 30 inches. B. Casting shall be designed with a full bearing ring so as to provide a continuous seat between frame and cover. C. Cover shall be furnished with lifting ring or pick bar cast into the cover in such a manner as to prevent water leaking through. D. Frame and cover shall have a weight of not less than 275 pounds, shall include lettering "City of Lubbock, Texas Sanitary Sewer" and shall comply with the Approved Materials List. 6.06.05 Concrete A. Proportioning of the constituents of the concrete shall be such as to produce a dense and workable mixture, and the designed mix shall be approved by the Engineer before any concrete is placed. i. The concrete shall be of such consistency that it will flow without separation of the aggregates. B. Concrete mix shall be based on the water -cement ratio, and shall be as follows for the different applications: 52 Section 6 2020 Design Standards and Specifications Sewer Specifications i. Concrete for manholes, valve vaults and other reinforced concrete structures shall have a water -cement ratio of no more than ASTM C-478 max of 0.53 (by weight) and yield a 28-day compressive strength of not less than 3,000 psi. ii. Concrete for pipe cradling, blocking of fittings, manhole inverts and other non - reinforced concrete shall contain not more than 9.0 gallons of water per sack of cement and yield a 28-day compressive strength of not less than 2,500 psi. C. Concrete to be used in manhole bases, sections, cones, grade rings and inverts shall be made with Portland cement which conforms to "Standard Specifications for Portland Cement", ASTM C150. D. Concrete coarse aggregates shall consist of natural washed and screened sand, and clean crushed limestone conforming to "Standard Specifications for Concrete Aggregate", ASTM C33. i. Aggregates shall be well graded from coarse to fine and shall be free from injurious amounts of clay, soft or flaky materials, loam or organic impurities. ii. Aggregates shall be approved by the City Engineer or designee before use. Sand to be used in cement mortar shall conform to ASTM C144 specifications. F. Water used in mixing concrete or mortar shall be clear, clean, free from oil, acid or organic matter and free from injurious amounts of alkali, salts or other chemicals. G. Surface moisture or moisture carried by the aggregates shall be included as part of the mixing water. H. Reinforcing steel used in concrete shall be deformed bars conforming to ASTM A615 "Standard Specification for Deformed and Plain Carbon -Steel Bars for Concrete Reinforcement" or ASTM A996 "Standard Specification for Rail -Steel and Axel -Steel Deformed Bars for Concrete Reinforcement" grades 40, 50, or 60. i. All reinforcement shall be permanently marked with grade, identification marks or shall, on delivery, be accompanied by a manufacturer's guarantee. I. Forms shall be of wood or metal and shall be of sufficient strength to support the concrete without bulging between supports and sufficiently water tight to hold the concrete mortar. i. Forms shall be so constructed that the finished concrete shall be of the form and dimensions shown on the plans. ii. Form work for exposed surfaces shall be of such material and so constructed as to produce a wall with a smooth, even surface when the concrete is poured. iii. Wall forms shall be set plumb and true and rigidly braced to maintain them in correct position and alignment. iv. Walls for all reinforced concrete work shall be formed inside and outside. v. Form ties shall be adjustable in length and of such type as to leave no metal closer than 1-inch of the surface, and shall not be fitted with lugs, cones, washers, or other devices acting as a spreader which will leave a hole larger than 7/8-inch in diameter or depth back of the exposed surface of the concrete. a. Wire ties will not be permitted. vi. Temporary openings for cleaning and inspection shall be provided at the base of vertical forms or other places where necessary. Such openings shall be neatly and securely closed before concrete is placed. vii. Forms shall be oiled before use. viii. No forms shall be removed without permission of the City Inspector. However, in general, wall forms may be removed after the concrete has been in place for 24 hours and on roof slabs after the concrete has been in place for 10 days. Section 6 53 2020 Design Standards and Specifications Sewer Specifications ix. Immediately upon removal of the forms any honey -combed sections shall be repaired as directed by the City Inspector. 1. Compounds used to form an air tight membrane over a fresh concrete surface shall be in accordance with Texas Department of Transportation Item 360.2.0 (DMS-4650). i. Curing compound shall be applied with a pressurized sprayer in an even coating or as recommended by the manufacturer. 6.06.06 Bedding, Embedment and Backfill A. Sewer Pipe, All Diameters i. Bedding shall be select sand or aggregate free from rocks, clods, roots or other debris larger than 1/2-inch. a. Bedding material shall be free from injurious amounts of clay, dust, blow sand, caliche or slag. b. Bedding shall be 6 inches below pipe. ii. Embedment material shall be crushed stone with irregular surfaces and comply with the following gradation requirements: Standard Crushed Rock Aggregate Cumulative Percent Retained (by weight) Retained on 1" Sieve 0 Retained on 1/2" Sieve 0-20 Retained on 3/8" Sieve 15-30 Retained on No. 4 Sieve 60-90 Retained on No. 8 Sieve 90-100 a. Embedment shall extend to 12 inches above top of pipe. iii. Backfill material shall be native, sandy soil material free from rocks, clods, roots or other debris larger than 2-inch diameter. 6.06.07 Flowable Fill A. Flowable fill shall consist of a mixture of Portland cement, pea gravel and sand with a cement content of 1-1/2 sacks per cubic yard. i. Utility ditches in Right of Way shall be backfilled in accordance with Details UEM-01 through UEM-07 in the appendix. ii. Use of concrete in place of flowable fill is not acceptable, and if used in place of flowable fill shall be removed by the Contractor at their own expense. 6.07 Methods of Construction 6.07.01 Scope A. The work covered by this section consists of constructing gravity flow sanitary sewers, manholes and other appurtenances normally installed as a part of this system. Construction may include surface preparation; trench excavation; shoring; dewatering; laying, aligning and jointing pipe; installation of appurtenances; construction of pre -cast, pre -assembled or field assembled manholes; manhole bases; placement and assembly of manhole risers, cones, or tops; installation of manhole rings, covers and grade rings; bedding, embedment and backfilling; and other related work. 54 Section 6 2020 Design Standards and Specifications Sewer Specifications 6.07.02 Quality Standards Standard Topic Standard Test Methods for Laboratory Compaction ASTM D698 Characteristics of Soil Using Standard Effort ASTM A746 ANSI Ductile Iron Gravity Sewer Pipe Installation of Ductile Iron Mains and Their AWWA C600 (ANSI) A urtenances AWWA M23 Polyvinyl Chloride PVC Pipe Design and Installation Recommended Practice for Polyvinyl Chloride (PVC) UNI B 5 Sewer Pipe ASTM C891 Installation of Underground Pre -cast Utility Structures 6.07.03 Materials A. The Contractor shall install sanitary sewer pipe of the type, diameter, wall -thickness and protective coating that is defined in the Approved Materials List or designated by the City Engineer or designee. One or more acceptable types of pipe may be used. As such, the Contractor shall have the option of installing any of the acceptable types, provided only one type is used throughout any single size designation or run of pipe. 6.07.04 Storm Water Pollution Prevention Plan (SWP3) A. Prior to disturbance of construction area, Contractor shall coordinate with the City of Lubbock Engineering Department to develop a site -specific Storm Water Pollution Prevention Plan. B. SWP3 measures shall conform to the integrated Stormwater Management (iSWM) criteria developed by the North Central Texas Council of Governments. C. SWP3 measures shall be installed prior to construction and shall be maintained throughout the construction until final stabilization. 6.07.05 Surface Preparation A. Within Easements, Cultivated or Agricultural Areas i. All vegetation such as brush, sod, heavy growth, grass, weeds, decayed vegetable matter, rubbish and other unsuitable material within the area of excavation and spoils storage shall be stripped and properly disposed. ii. Topsoil shall be removed to a depth of 8 inches or the full depth of topsoil, whichever is less. iii. Removed topsoil shall be stockpiled during construction in an approved location. Within Unpaved Roadway Areas i. Contractor shall strip the cover material from graveled roadways or other developed but unpaved traffic surfaces to the full depth of the existing surfacing. ii. Surfacing shall be stockpiled to the extent that it is acceptable for restoration purposes. C. Within Paved Areas i. All pavement cuts and repairs shall be in accordance with the current City of Lubbock Street Ordinance and the City of Lubbock Engineering Minimum Design Standards and Specifications. ii. Wherever it is necessary to make cuts in existing pavements, sidewalks, driveways, or curbs and gutters, the cuts shall be made in such a manner as to cause the least possible damage to adjoining surfaces. Section 6 55 2020 Design Standards and Specifications Sewer Specifications iii. Asphalt Paving a. Asphalt surface shall be cut along each side of the trench ahead of the trenching machine and the surfacing and base removed with the trenching machine as the trench is excavated. b. The width of surface removed by the Contractor is not to exceed the outside limits of the trench plus 12 inches. iv. Concrete Paving a. Removal of any sidewalks, concrete pavement, concrete base, concrete curbs and gutters shall be made by cutting the concrete to a straight line on each side of the trench and removing the concrete ahead of the trenching. b. Concrete shall be cut vertically in straight lines and avoiding acute angles. c. Concrete pavement, sidewalks, driveways or curb and gutter shall be cut with a power saw to a depth of 2 inches prior to breaking. d. Overbreak, separation or other damage to the existing bitumen or concrete outside the designated cut lines shall be replaced at the Contractor's expense. e. Tunneling may be required under curb and gutters. f. The width of surface removed by the Contractor of concrete paving is not to exceed the outside limits of the trench plus 12 inches. v. All spoil piles must be 3' from travel lanes or have a traffic barrier that will prevent the soil from encroaching on travel lanes. vi. If roll off dumpsters are placed on street paving, then the paving must be protected from damage. 6.07.06 Barricades and Safety Measures A. Contractor shall, at their own expense, furnish and erect barricades and safety measures for the protection of persons, property and the works as may be necessary. B. All barricades and safety measures shall meet the rules and regulations of Federal, state and local authorities, including but not limited to: i. OSHA regulations for excavation, trenching and shoring ii. Texas Manual on Uniform Traffic Control Devices iii. City of Lubbock Barricade Ordinance C. Contractor will be held responsible for all damage to the work due to failure of barricades and safety measures. i. If damage is incurred, the damaged portion shall be immediately removed and replaced by Contractor at their own cost and expense. D. Contractor's responsibility for maintenance of barricades and safety measures shall not cease until the project is accepted by the City. 6.07.07 Water for Construction A. Water is available from fire hydrants for construction purposes. i. To use City water for construction the contractor shall acquire a water meter for use on a City fire hydrant, and will be charged the applicable rate for the quantity of water used. ii. The contractor shall contact Lubbock Power and Light Customer Service Department and establish a utility account. The contractor must pay the current deposit for each fire hydrant meter and will be responsible for all charges associated with that account. iii. Once an account is established and the deposit is paid, the contractor may pick up a meter from the City Water Department at 600 Municipal Drive. 56 Section 6 2020 Design Standards and Specifications Sewer Specifications iv. The contractor shall be responsible for reporting monthly water usage. B. Fire hydrants shall be operated only by use of an approved fire hydrant wrench. No pipe wrenches, or other unapproved devices, shall be used to open or close a fire hydrant. C. For top loading trucks or containers the contractor shall provide a back flow prevention assembly on the discharge side of the meter. i. The backflow prevention assembly shall be in the form of two spring loaded ball check valves. ii. When filling the truck or container there shall be an air gap of at least two times the opening diameter of the truck or container. D. For bottom loading trucks the contractor shall provide a Reduced Pressure Zone (RPZ) type backflow prevention assembly. i. All RPZ type back flow prevention assemblies must be tested and the test results approved by the City prior to use. ii. The test results shall be sent to the City of Lubbock Public Works Department, Meter and Customer Service Supervisor for approval. E. In accordance with City of Lubbock Ordinance No. 10208 "Pertaining to Backflow Prevention", City representatives are authorized to suspend water use from a fire hydrant by a contractor until the proper and correct backflow prevention devices are installed. 6.07.08 Protection of Existing Utilities A. It shall be the Contractor's responsibility to properly mark (white line) the work area and notify the Texas Excavation Safety System, 1-800-DIG-TESS (1-800-344-8377) a minimum of 48 hours prior to construction or excavation. B. Contractor shall locate all utility lines, including customer service lines, far enough in advance of the trenching to make proper provisions for protecting the lines and to allow for any deviations that may be required from the established lines and grades. C. If required, the Contractor shall "pothole" or physically locate existing underground utilities ahead of trench excavation. D. Contractor will not be allowed to disrupt the service on any utility lines except customer service lines, which may be taken out of service for short periods of time, provided the Contractor obtains permission from the Engineering Department and from the owner of the premises being served by the utility. i. When a customer outage is planned, Contractor shall notify effected customer a minimum of 24 hours in advance. E. Contractor shall notify local utilities whenever working near gas mains or services or near electrical or telephone cables or when the presence of these utilities is suspected in the area of construction. F. Contractor shall proceed with caution in the excavation and preparation of the trench so that the exact location of underground structures, both known and unknown, may be determined. G. Hand excavation shall be used where necessary. H. All utility lines shall be properly supported to prevent settlement or damage to the line both during and after construction. I. Contractor shall be held responsible for the repair of such structures when broken or otherwise damaged because of carelessness on their part. J. The Contractor shall immediately notify the proper utility company of any damage to utility lines in order that service may be established with the least possible delay. Any damage to Section 6 57 2020 Design Standards and Specifications Sewer Specifications existing lines and the repair of customer lines which are authorized to be cut shall be at the Contractor's expense, and as directed by an official representative of the utility company involved. K. Any permanent relocation of existing utility lines shall be done by the proper utility company. 6.07.09 Excavation and Trenching A. The width of the trench shall provide adequate working room for installation, joining and proper compaction along both sides of the pipe. Trenches shall conform to the following dimensions, unless otherwise shown on the Plans: Pipe Size Min. Trench Width Max. Trench Width 4" thru 12" Pipe O.D. +12" Pipe O.D. +18" 15" thru 21" Pipe O.D. +18" Pipe O.D. +24" B. Contractor shall take all necessary precautions for protecting paved streets and drives from being damaged by the trenching and backfilling equipment. C. Grade shall be such that the pipe will rest firmly on the bedding material throughout the entire length of the pipe cylinder. i. Bell holes of ample dimensions shall be dug at each joint to permit the proper jointing of the pipe. D. In order to obtain a true, even grade, the trench shall be fine -graded. i. Material for fine grading shall be free of rocks, roots, grass or any other debris. The depth of the fine grading material shall not exceed 3 inches. ii. Where the trench is excavated in excess of 3 inches below grade, the material shall be compacted to 95% Modified Proctor Density or shall be replaced with approved bedding material. iii. If the material being excavated is rock or other unyielding material, it shall be removed to a depth of 3 inches below grade and replaced with approved bedding material to grade. E. Excavation for manholes, structures and other appurtenances shall be sufficient to provide clearances adequate for proper backfill and compacting on all sides. F. All excavated material shall be placed in a manner that will not endanger the work or damage existing structures. 6.07.10 Dewatering A. All pipe trenches and excavation for structures and appurtenances shall be kept free of water during pipe laying and other related work. B. The method of dewatering shall provide for a dry foundation at the final grades of the excavation. C. Water shall be disposed of in accordance with current City of Lubbock Engineering Department requirements and in a manner that does not inconvenience the public or result in a menace to public health. D. Pipe trenches shall contain enough backfill to prevent pipe flotation before dewatering is discontinued. E. Dewatering shall continue until such time as it is safe to allow the water to rise in the excavation. 6.07.11 Methods of Connection 58 Section 6 2020 Design Standards and Specifications Sewer Specifications A. Service and main line taps and connections shall comply with current City of Lubbock Utilities Ordinance. B. Service Taps i. Service taps on newly constructed mains shall be installed by the utility contractor at the time of pipe installation. ii. Service taps on existing, in-service mains shall be installed by City personnel or a City - designated contractor. C. Main Line Connections i. Connections on existing mains shall comply with current TCEQ requirements. ii. Connection to existing main shall be by a new manhole constructed on the existing main or connection to an existing manhole. iii. City Inspector must be present for any connection being installed on an existing main. 6.07.12 Pipe Installation A. The Contractor shall be responsible for all materials intended for the Work including the safe and proper storage of such materials until incorporated into the work. B. Gravity sanitary sewer pipe and other accessories shall be inspected, handled, laid and joined in the manner herein specified. i. Force mains shall be installed according to water pipe installation specifications and current TCEQ requirements. C. Pipe and accessories shall be inspected upon delivery and periodically during the progress of the work. Any material found to be defective may be rejected. i. If rejected, the Contractor shall remove and replace such defective material at their expense. D. Pipe and accessories shall be handled in accordance with manufacturer's specifications. i. Before lowering into the trench, the pipe and accessories shall be inspected for defects. a. Any defective, damaged, or unsound pipe or other incidental materials shall not be incorporated into the work. ii. All pipe and accessories shall be carefully lowered into the trench piece by piece using suitable tools or equipment in such a manner as to prevent damage to the material. iii. Under no circumstance shall pipe, accessories or tools be dropped directly into the trench. E. Pipe shall be laid to the alignment as established on the approved plans. i. Pipe shall be laid from lowest point to highest point. ii. Pipe shall be laid with spigots facing in the direction of flow. iii. Batter boards or laser beam will be required to fine grade the trench. iv. Each time the instrument used to verify grades is moved, a shot off the hub is required to verify setup. v. All foreign matter shall be removed from the inside of the pipe, bells, spigots, or parts of the pipe used in forming the joint before the pipe is lowered into the trench; a. Pipe shall be kept clean by approved means during and after laying. b. At the times when pipe laying is not in progress, the open ends of pipe shall be closed by approved means. vi. Bell holes shall be dug at each joint of sufficient depth to allow the entire length of the barrel of the pipe to rest on the bottom of the trench and to allow ample space for properly jointing the pipe. Section 6 59 2020 Design Standards and Specifications Sewer Specifications F. Pipe shall be laid so that the pipe label is facing up. G. Pipe shall be jointed per manufacturer's requirements. i. Bell, spigot and gasket of pipe shall be wiped clean prior to joining. ii. Cutting of pipe for inserting accessories or closure pieces shall be done in a neat workmanlike manner without damage to the pipe or lining. iii. If the pipe is disturbed from line and grade after being laid and jointed, the pipe shall be removed from trench, the joints cleaned and the pipe re-laid. iv. Jointing shall be completed for all pipe laid each day. v. No pipe shall be laid in conditions unsuitable for such work as determined by the City Inspector. vi. No trench water shall be permitted to enter the pipe. H. The Engineering Department shall be notified at least 24 hours in advance of when pipe is to be laid in any trench. i. No pipes shall be covered or authorized for cover until they have been inspected by the City's Inspector. 6.07.13 Marking Tape A. Marking tape shall be installed in the same trench with all pipe during pipe installation. i. Marking tape for sewer mains shall be 3-inch, green in color and clearly labeled "Caution: Buried Sewer Line" for gravity mains or "Caution: Buried Sewer Force Main" for force mains. ii. Marking tape shall be installed directly above the centerline of the pipe a minimum of 24 inches above top of pipe. iii. Depth of bury shall be 18 inches below top of trench. 6.07.14 Backfill around Pipe A. Bedding i. Bedding material shall be fine graded select sand or aggregate material conforming to the Materials of Construction section of these Specifications and shall be a minimum of 2 inches thick. B. Embedment i. Embedment, including haunching under pipe and to a point 12 inches above the top of the pipe shall be carefully placed and shall be graded embedment material conforming to the Materials of Construction section of these Specifications. C. Compaction i. Bedding and embedment shall be compacted to in accordance with pipe manufacturer's specifications and approved mechanical means. ii. Compaction shall be in maximum 6-inch compacted lifts. D. Backfill i. The remainder of the backfill shall conform to the current City of Lubbock Street Ordinance and the City of Lubbock Utility Excavation Manual. ii. In street or alley Right of Way or paved easements backfill shall be compacted to a minimum of 95% modified Proctor Density. iii. In unpaved easements the backfill shall be compacted to a minimum of 90% modified Proctor Density. Top 12" of backfill shall be uncompacted. Top 2" of backfill shall be top soil. 60 Section 6 2020 Design Standards and Specifications Sewer Specifications iv. A minimum of 12" flow fill cap under paving will be required with a minimum of 18" under Arterial paving. v. Flowable fill may be substituted for compacted backfill. vi. Special situations such as state highway or railroad crossings may be subject to more stringent requirements and shall be addressed on a case -by -case basis. vii. Water jetting will not be allowed. viii. See plates UEM-01 to UEM-05 for backfill details. E. Following the completion of the backfilling, the Contractor shall maintain the trench surfaces in a satisfactory manner until final completion and acceptance of the work. i. The maintenance may include blading from time to time as necessary, filling depressions caused by settlement, sprinkling to settle dust, brooming or flushing at the request of the City Engineer or designee and other work required to keep the streets and roads in satisfactory condition for traffic. ii. The Contractor shall maintain and be responsible for all paving cuts until such time as permanent repairs are made. 6.07.15 Manhole Construction A. The Contractor shall be responsible for all materials intended for the Work including the safe and proper storage of such materials until incorporated into the work. B. Manholes and other accessories shall be inspected, handled, and installed in the manner herein specified. C. Fiberglass manholes shall be installed per detail SS-5b. D. Manhole components and accessories shall be inspected upon delivery and periodically during the progress of the work. Any material found to be defective may be rejected. i. If rejected, the Contractor shall remove and replace such defective material at their expense. E. Manhole Base i. Field poured concrete bases shall be at least 12 inches thick and not less than 12 inches greater diameter than the outside diameter of the manhole riser section. ii. Concrete shall be minimum 3,000 psi. iii. Concrete placement shall conform to ACI and good construction practices. iv. Concrete shall be consolidated and struck -off to a horizontal surface within the forms or pouring rings. v. Field poured concrete bases shall be reinforced. vi. Pre -cast reinforced concrete bases shall be of the size and shape detailed on the Plans. F. Manhole Inverts i. Invert channels shall be smooth and semi -circular in shape conforming to the inside of the adjacent sewer section. ii. Changes in direction of flow shall be made with a smooth curve of as large radius as the size of the manhole will permit. iii. Changes in size and grade of the channels shall be made gradually and evenly. iv. The invert channels may be formed directly in the concrete of the manhole base or may be half -pipe laid in concrete. v. The floor of the manhole outside the channel shall be smooth and shall slope toward the channel not less than one inch per foot or more than two inches per foot. G. Manhole Barrels Section 6 61 2020 Design Standards and Specifications Sewer Specifications i. Manhole barrels shall be assembled of pre -cast riser sections. Riser sections shall be placed vertically with tongues and grooves properly keyed. ii. Free drop inside the manhole shall not exceed 24 inches measured from the invert of the inlet pipe to the invert of the outlet pipe. a. Where the drop exceeds 24 inches, an approved drop manhole shall be required. iii. All connections between the riser or base sections and the sewer pipe shall be joined in such a manner as to make the manholes watertight. a. Preformed rubber waterstop gaskets shall be cast into the riser or base section. b. Approved preformed flexible plastic sealing compounds are also acceptable, provided water tightness is achieved. H. Top or Cone Sections i. Cone shaped top sections shall be assembled on top of the manhole barrel with tongues and grooves properly keyed. ii. On shallow lines where standard cone sections will not conform to specified elevations, flat top sections may be considered with prior approval of the City Engineer or designee. I. Grade Rings i. Grade rings shall be used for adjusting the top elevation. a. Grade rings shall be set to the elevations shown on the Plans or established by the City's Inspector. b. Each manhole shall have a minimum of 6 inches of grade adjustment. c. Total height of the grade rings shall not exceed 18-inches at any manhole. d. Non -shrink grout shall be placed around and under the rings to provide a seal and properly seat the rings at the required elevation. 1. Manhole Frame and Cover i. Manhole frame and cover shall be set to the elevation shown on the plans. ii. Non -shrink grout shall be placed around and under the frame to provide a seal and properly seat the frame at the required elevation. K. Inflow Prevention Device (IPD) i. All newly installed manholes shall be equipped with an approved IPD to prevent unwanted inflow into the sanitary sewer system. ii. IPDs shall be installed such that lifting strap is to the North. iii. IPDs shall comply with the Approved Materials List. L. Water Tightness i. Finished manholes are expected to be as watertight as the pipe system they are incorporated into. Infiltration or exfiltration shall not exceed the limits established in these specifications. ii. All connections between riser sections, bases and tops shall be sealed with an approved preformed flexible plastic joint sealing compound. iii. Application of primer and sealing compound shall be accomplished in conformance with the manufacturer's recommendations. iv. Grade of materials, quantity of materials and application temperatures shall conform to the manufacturer's recommendations. M. Protective Lining System i. When required for rehabilitation of an existing manhole, construction of a new 60-inch diameter manhole or construction of a manhole serving an 18-inch diameter or larger 62 Section 6 2020 Design Standards and Specifications Sewer Specifications pipe, an approved protective lining or coating system shall be installed per manufacturer's instructions. Protective lining and coating systems shall conform to the Approved Materials List. N. Backfilling Around Manholes i. Backfilling around manholes shall conform to the requirements as specified for backfilling around pipe. ii. Embedment material shall be placed up to a point equal to that required for the adjacent pipe. O. Following the completion of the backfilling, the Contractor shall maintain the excavated surfaces in a satisfactory manner until final completion and acceptance of the work. i. The maintenance may include blading from time to time as necessary, filling depressions caused by settlement, sprinkling to settle dust, brooming or flushing at the request of the City Engineer or designee and other work required to keep the streets and roads in satisfactory condition for traffic. ii. The Contractor shall maintain and be responsible for all paving cuts until such time as permanent repairs are made. 6.07.16 Service Connections A. Service connections on newly constructed mains shall be installed by the utility contractor at the time of pipe installation. B. Service connections on existing sewer mains shall be made by City of Lubbock Water Utility forces. C. Contractor shall place wyes and tees for service connections where required by the approved construction plans on new sewer mains. i. Wyes and tees shall be of like material as the sewer pipe. ii. Service lateral lines shall be installed to 2 feet inside adjacent property line at a typical depth of between 4 feet and 6 feet, or deeper when required. iii. Watertight plugs shall be installed in each branch pipe or stub. iv. Service locations shall be marked with a piece of two-inch by four -inch lumber extended from the end of the pipe to above ground level with the above -ground portion painted green. 6.08 Inspection, Testing, Approval and Acceptance of Gravity Flow Sanitary Sewer Pipe and Manholes 6.08.01 Scope A. The work covered by this section consists of the inspection, testing, approval and acceptance of gravity flow sanitary sewers and manholes and other appurtenances normally installed as part of this system. The work may include inspection, cleaning, leakage testing, deflection testing and television inspection of the interior of the finished sewer system. Section 6 63 2020 Design Standards and Specifications Sewer Specifications 6.08.02 Quality Standards A. The latest published revision of: Standard Topic ASTM C969 Infiltration and Exfiltration Acceptance Testing of Installed Sewer Lines ASTM C828 Low Pressure Air Test of Sewer Lines UNI B 6 Recommended Practice for Low Pressure Air Testing of Installed Sewer Pipe ASTM C1214 Standard Test Method for Concrete Pipe Sewer Lines by Negative Air Pressure (Vacuum) Test Method ASTM C1244 Standard Test Method for Concrete Sewer Manholes by the Negative Air Pressure (Vacuum) Test Prior to Backfill 6.08.03 Materials A. Water used for exfiltration tests shall be potable or as otherwise approved by the City Inspector. B. Equipment for tests shall be of the type, quality and capacity to perform the operations required and shall be furnished by the Contractor. C. All labor and materials, including water, shall be furnished at the Contractor's expense. 6.08.04 Inspection A. City Inspector shall inspect and approve all work accomplished. i. Testing shall be performed at the discretion of the City Inspector. B. It shall be the responsibility of the Contractor to coordinate inspection and testing with the Engineering Department. 6.08.05 Cleaning A. Contractor shall remove all foreign matter from the interior of the system prior to testing any section of sewer pipe. i. Chunks of concrete, mortar or other debris including dirt, small gravel, and grit shall be removed from the interior of the newly installed system. ii. Flushing debris into the downstream system shall not be allowed. B. Watertight plugs or other methods approved by the City Inspector shall be used to prevent dirt or debris from entering the system. C. After cleaning manholes, manhole cover shall be positioned to prevent dirt or debris from entering the system. Other means of preventing intrusion of dirt or debris may be employed if approved by the City Inspector. 6.08.06 Pipe Testing A. Contractor shall have the option of conducting a hydrostatic exfiltration test or a low-pressure air test. An infiltration test may also be required if the pipeline is continuously subjected to an exterior hydrostatic head. B. Contractor shall notify the City Inspector a minimum of 24 hours in advance of any testing. C. Testing shall be conducted by the Contractor at their own expense. 64 Section 6 2020 Design Standards and Specifications Sewer Specifications D. Testing shall be accomplished in the presence of the City Inspector or his authorized representative. E. Testing shall not commence on any portion of the pipeline until all field placed concrete in contact with the pipe, fittings or appurtenances is adequately cured. F. Exfiltration Test i. The sewer line being tested may be filled with water for a period long enough to allow water absorption in the pipe wall. The saturation period shall be a minimum of 4 hours and not more than 72 hours. ii. Each section of the pipeline shall be tested between successive manholes or other structures. The lower end of the section shall be closed with a watertight device. The inlet end of the section to be tested shall be filled with water to a point 4 feet above the pipe invert at the centerline of the upper manhole or structure. a. If the ground water level is above the pipe invert, the water level in the upper manhole shall be 4 feet above the adjacent ground water level. Ground water level shall be determined by the Contractor, subject to approval by the City Inspector. iii. Allowable exfiltration shall not exceed 10 gallons/inch diameter/mile of pipe/24 hour period. iv. For construction within the 25-year flood plain, the infiltration shall not exceed 5 gallons/ inch diameter/mile of pipe/24 hour period at the same minimum test head. v. Leakage shall be measured by checking the drop in the water level in the upper manhole or structure over a period of 4 hours. vi. Contractor shall repair obvious or concentrated leaks and other repairs as necessary to reduce exfiltration leakage to an acceptable rate. vii. Contractor shall repeat the 4 hour exfiltration test after repairs are made until an acceptable leakage rate is attained. viii. Repairs required shall be at the Contractor's own expense. G. Low -Pressure Air Test i. Low-pressure air test shall be conducted in accordance to the provisions of UNI-13-6, "Recommended Practice for Low -Pressure Air Testing of Installed Sewer Pipe," published by Uni-Bell Plastic Pipe Association. ii. Low pressure air shall be slowly introduced into the sealed line until the internal air pressure reaches 4.0 psig greater than the average backpressure of the groundwater above the pipe. iii. The air supply shall be throttled to maintain that internal pressure for at least 2 minutes to permit the temperature of the entering air to equalize with the temperature of the pipe wall. iv. When temperatures have been equalized and the pressure stabilized at 4.0 psig, the air supply shall be shut off or disconnected. v. Time shall be recorded for the pressure inside the pipe to drop 4.0 psig to 3.0 psig. Section 6 65 2020 Design Standards and Specifications Sewer Specifications vi. Time shall not be less than that outlined in the following table: Pipe Diameter (inches) Minimum Time (seconds) Max Length for Min Time (feet) Time for Longer Length seconds/foot 6 340 398 0.855 8 454 298 1.520 10 567 239 2.374 12 680 199 3.419 15 850 159 5.342 18 1020 133 7.693 21 1190 114 10.471 vii. City Inspector shall witness and verify results of the test. viii. The City Inspector may stop a test if no pressure drop loss has occurred during the thirst 25% of the calculated testing time. ix. Contractor shall repair obvious or concentrated leaks and other repairs as necessary to reduce leakage to an acceptable rate. x. Contractor shall repeat the low-pressure air test after repairs are made until an acceptable pressure drop for the test is attained. xi. Repairs required shall be at the Contractor's expense. H. Infiltration Test i. Infiltration tests are acceptable only if the pipeline is continuously subjected to an external hydrostatic head (ground water level) of at least 2 feet above the top of the pipe at the upstream manhole or structure. ii. Infiltration test shall be made by sealing the inlet and outlet ends of this pipeline and measuring the volume of water that infiltrates into the section being tested. a. Flow measurement may be measured by collecting the discharge into a volumetric measuring container, weir or other approved method. iii. The test shall be continued over a period of at least 4 hours. Time shall be allowed to soak lines and manholes in advance of performing test. iv. Allowable infiltration shall not exceed 10 gallons/inch diameter/mile of pipe/24 hour period. v. For construction within the 25-year flood plain, the infiltration shall not exceed 5 gallons/ inch diameter/mile of pipe/24 hour period at the same minimum test head. vi. Contractor shall repair obvious or concentrated leaks and other repairs as necessary to reduce the infiltration to an acceptable rate. vii. Contractor shall repeat the 4 hour infiltration test after repairs are made until an acceptable infiltration rate is attained. viii. All repairs required shall be at the Contractor's own expense. ix. Whenever the rate of infiltration is found to repeatedly exceed the prescribed amount, the Contractor shall be notified in writing. The Contractor may then be required to provide, at their own expense, video inspection of the interior of the conduit. The Contractor shall make appropriate repairs by methods approved by the City Engineer or designee and shall continue to test the conduit until it is proven satisfactory. 66 Section 6 2020 Design Standards and Specifications Sewer Specifications 6.08.07 Video Inspection A. Where determined to be necessary, the new sewer pipe shall be inspected by video camera prior to final acceptance. i. Initial video inspection shall be at the Contractor's own expense. Video equipment expressly designed for pipeline inspection purposes and operated by experienced and qualified personnel shall be pulled through the entire pipeline. i. Video equipment operator shall maintain a log of all inspections and note location, type and extent of any deficiencies. ii. Video equipment operator shall also photograph all deficiencies and not less than one "typical" location per each 500 feet of pipeline inspected. C. Contractor shall bear all costs incurred in correcting deficiencies found during the video inspection, including cost of additional video inspection required to verify correction of noted deficiencies. D. Video inspection conducted solely for the Contractor's benefit shall be at the Contractor's own expense. 6.08.08 Deflection Test A. Deflection tests shall be conducted in the presence of the City Inspector after the pipe has been installed and backfilled. i. The deflection test shall be conducted by pulling a mandrel (go no-go device) through the pipe. ii. The mandrel shall be designed and sized for each size and type of pipe and shall be at least 1.5 pipe diameters in length. iii. The mandrel shall be constructed with an odd number of runners placed parallel to the pipe centerline and equally spaced around the perimeter of the mandrel. iv. Test mandrel shall be furnished by the Contractor and approved by the City Inspector. v. Test equipment, calibration data and procedures shall be subject to the approval of the City Inspector. vi. Deflection test cannot be performed until 30 days after final backfill per Title 30 Texas Administrative Code Chapter 217.57(b)(4). Ring or diametric deflection of the installed pipe shall not exceed 5% of the design internal diameter of the pipe. Pipe sections that restrict free passage of the mandrel shall be removed and replaced or excavated, re -bedded, backfilled and retested. C. All repairs, replacement, remedial work and retesting shall be performed by the Contractor at their own expense. D. Deflection test may be conducted concurrently with the video inspection of the pipe interior, subject to approval by the City Inspector. 6.08.09 Manhole Testing A. Manholes shall be tested for leakage separately and independently of the sanitary sewer lines by vacuum testing, hydrostatic exfiltration testing or other methods approved by the City Inspector. An infiltration test may also be required if the manhole is continuously subjected to an exterior hydrostatic head. Contractor shall notify the City Inspector a minimum of 24 hours in advance of any testing. C. Testing shall be conducted by the Contractor at their own expense. Section 6 67 2020 Design Standards and Specifications Sewer Specifications D. Testing shall be accomplished in the presence of the City Inspector or his authorized representative. E. Testing shall not commence on any portion of the pipeline until all field placed concrete in contact with the pipe, fittings or appurtenances is adequately cured. F. Vacuum Test i. All inlet and outlet pipes in the manhole shall be plugged with an airtight device. ii. All lift holes and exterior joints shall be plugged with a non -shrink grout. a. No grout shall be placed in horizontal joints prior to testing. iii. The manhole opening shall be sealed by a method approved by the City Inspector. iv. Vacuum test shall be in accordance with ASTM 1244-11. v. The Contractor shall have the option to repeat the vacuum test one time after repairs vi. If a vacuum test is failed twice, the manhole shall be repaired and an exfiltration test shall be performed. vii. All repairs required shall be at the Contractor's own expense. G. Exfiltration Test i. All inlet and outlet pipes in the manhole shall be plugged with a watertight device. ii. The manhole being tested may be filled with water for a period long enough to allow water absorption into the manhole. The saturation period shall be a minimum of 4 hours and not more than 72 hours. iii. Test shall be conducted with the manhole filled with water to the top of the cone section. iv. Allowable leakage shall not exceed 0.025 gallon/foot diameter/foot of manhole depth/hour over a 4 hour period. v. The Contractor shall repeat the exfiltration test after repairs until an acceptable leakage rate is attained. vi. All repairs required shall be at the Contractor's own expense. H. Infiltration Test i. Infiltration tests are acceptable only if the connecting conduit is continuously subjected to an external hydrostatic head (ground water level) at least 2 feet above the top of the conduit. Ground water level shall be determined by the Contractor, subject to approval by the City Inspector. ii. All inlet and outlet pipes in the manhole shall be plugged with a watertight device. The volume of water that infiltrates into the manhole during a 4 hour period shall be measured in a manner determined by the City Inspector. iii. The test shall be conducted after the manhole has been subjected to the maximum ground water level for at least 4 hours to thoroughly saturate the manhole wall. iv. The allowable infiltration shall not exceed 0.025 gallon/foot of diameter/foot of manhole depth/hour during a 4 hour test. v. The Contractor shall repeat the 4 hour infiltration test after repairs until an acceptable leakage rate is attained. vi. All repairs required shall be at the Contractor's own expense. 6.08.10 Approval A. Final approval of sewer lines and manholes shall be based on an inspection covering all items in this specification and other approved plans and material. The inspection shall be done in an appropriate manner by representatives of the City Engineer or designee. 68 Section 6 2020 Design Standards and Specifications Sewer Specifications B. Contractor shall remedy any defects in workmanship or materials revealed by inspection at their own expense. C. Final approval will be based on re -inspection of the sewer after the appropriate repairs and corrections are completed. 6.08.11 Acceptance A. Flow of any kind into the existing sanitary sewer collection system shall not be allowed until the new sewer lines and manholes has been satisfactorily completed and accepted for use by the City Engineer or designee. B. Portions of the work completed may be placed in operation after all cleaning, testing and inspection requirements have been fulfilled. Such partial use or partial acceptance shall be subject to approval of the City Engineer or designee. 6.09 Lift Station 6.09.01 Lift station design must conform to the most recent TCEQ design criteria. 6.09.02 Site Layout A. Lift station site location shall be approved by the City Engineer or designee. B. Site shall be chosen to provide the least negative impact to surrounding existing and future development. C. The station site shall be located so it may serve as much of the entire sewer drainage basin as possible. This may require that the station be located off -site of the development. D. The station site shall be protected from the 100-year flood plain and shall be accessible during the 25-year storm event. E. Lift station site and associated access road shall be located in a dedicated right-of-way or permanent easement. i. Access road shall be a minimum 12-foot wide all-weather surface. ii. Additional staging and parking area shall be provided. iii. Station grounds shall be minimum 5-inch thick, aggregate road base material. F. Lift station site shall be fully enclosed by intruder -resistant fence and include a 14-foot vehicle gate and 3-foot man gate. Vehicle gate shall be situated such that pumps and equipment are accessible by service vehicles. G. Lift station shall have bypass capability. H. Lift station shall have lightning protection for all electronic components. I. Lift station site shall be illuminated by a security light system. J. Lift station shall be fitted with SCADA antennae. 6.09.03 Dry Well A. Dry well shall have separate, dedicated entrance with ladder. B. The dry well or valve vault shall have an approved, lockable, 26-inch x 36-inch pedestrian - rated aluminum hatch. C. Provisions shall be made for water removal from the dry well. D. Dry well shall be adequately vented with a minimum of two 4-inch vent pipes with one having an active ventilation blower. Section 6 69 2020 Design Standards and Specifications Sewer Specifications 6.09.04 Wet Well A. Wet wells must be enclosed by water -tight and gas -tight walls. B. Interior walls of wet wells shall be lined with a lining system per the Approved Materials List. C. Wet well shall have a maintenance hatch for servicing pumps and a separate, dedicated entrance. i. Dedicated entrance shall have an approved, lockable, 26-inch x 36-inch pedestrian - rated aluminum safety hatch. ii. Maintenance hatch shall be an approved, double -door, lockable, 48-inch x 72-inch pedestrian -rated aluminum hatch or as required to adequately maintain the wet well pumps and components. D. A gravity sewer pipe discharging to a wet well must be located so that the invert elevation is above the level of the system's "on" setting. E. All piping within wet well shall be PVC with flanged fittings. F. All interior components shall be stainless steel including nuts, bolts, other fasteners and all base plates. G. Each pump shall be fitted with minimum 25 feet of stainless steel lifting chain. H. Each pump shall be fitted with dual -rail stainless steel guide bar and upper guide bar brackets. I. Wet well shall have a sloped bottom toward the pump intake to avoid solids deposition. J. Wet well shall be adequately vented with a minimum of two 4-inch vent pipes with one having an active ventilation blower. K. Piping associated with lift stations shall be approved gravity or pressure rated sewer pipe. 6.10 Restoration and Clean U 6.10.01 The Contractor shall restore or replace all removed or damaged paving, curbing, sidewalks, gutters, sod, shrubbery, fences, irrigation systems, pipe, or other structures or surfaces to a condition equal to that before the work began and to the satisfaction of the City Engineer or designee. 6.10.02 All streets, alleys, driveways, sidewalks, curbs or other surfaces broken, cut or damaged by the Contractor shall be reconstructed as required by the current City of Lubbock Street Ordinance. 6.10.03 Irrigation systems affected by construction shall be properly repaired by a licensed irrigator, with materials equal to the existing system and in compliance with current applicable codes. 6.10.04 All rubbish, excess excavated materials, unused materials and other non-native materials shall be removed from the jobsite and legally disposed. 6.10.05 The right-of-way shall be left in a state of order and cleanliness as determined by the City Engineer or designee. 70 Section 6 2020 Design Standards and Specifications Sewer Specifications 6.11 Warrantv and Acceptance 6.11.01 Within 30 calendar days after the Developer or Developers Engineer has given written notice that the improvements have been substantially completed, the City shall inspect the completed improvements and provide a punch list if necessary. A. If it is mutually determined that the improvements have been constructed in accordance with the engineering plans and the City of Lubbock Engineering Minimum Design Standards and Specifications, the Developers Engineer shall submit Record Drawings, Certificate of Completion and Developers Warranty Statement (Copies of the Certificate of Completion and the Developers Warranty Statement are included in the City of Lubbock Engineering Minimum Design Standards and Specifications) B. Upon receipt of the Developers Certificate of Completion, Record Drawings and the Developers Warranty Statement, the City will accept improvements within 30 calendar days; unless exception is given in writing. C. Neither the Final Payment nor the Certificate of Completion shall relieve the Developer or Contractor of responsibility related to warranty of materials or workmanship. D. The Developer shall remedy any defects due to faulty materials or workmanship that appear within 1 year from the date of acceptance by the City of Lubbock. Section 6 71 2020 Design Standards and Specifications Sewer Specifications 72 Section 6 2020 Design Standards and Specifications Approved Materials List SECTION 7 APPROVED MATERIALS AND MANUFACTURERS LIST 7.01 Introduction 7.01.01 This section lists specific products and manufacturers that have been approved for use within the City of Lubbock water and sanitary sewer system. 7.01.02 This listing is intended to be used as a reference source for Water Utilities employees, design engineers, developers, contractors and vendors. 7.01.03 Materials produced by manufacturers not listed herein are not acceptable for use within the City's system. 7.01.04 Manufacturers interested in submitting products for evaluation and possible approval should submit a written request in accordance with the procedures listed below. 7.02 Product Submittal Procedures 7.02.01 Written requests should be sent to the attention of "City Engineer, City of Lubbock, PO Box 2000, Lubbock, Texas 79401". 7.02.02 Written requests shall include the following: A. A complete Application for New Product(s) (See Appendix A-1) B. Four (4) copies of the following documents: i. A list of all applicable standards regarding the product and certification (AWWA, ANSI, ASTM, etc.) ii. Adequate shop drawings and design information (brochures and other product information) iii. Location of the manufacturer's plant iv. Location of the nearest local distribution point and retail outlet v. A list of any special tools, fittings or methods of construction required for installation and/or maintenance vi. Spare parts and service availability information vii. A 5-year history of the product documenting its performance viii. Warranties ix. Product sample (where appropriate) x. User references, with contact person and telephone numbers (Specifically in the State of Texas) A. Life cycle costs (where appropriate) xii. A statement of why the approval of the product would be beneficial to City of Lubbock C. Applicant shall send a formal review meeting request to the City Engineer or designee. D. All submissions shall be made at least 30 days prior to the meeting at which review is requested. Section 7 73 2020 Design Standards and Specifications Approved Materials List 7.03 Evaluation Process 7.03.01 Product evaluation will be conducted by the City Engineer or designee or their designee. A. Review shall include: i. Conformance with the City of Lubbock Minimum Design Standards and Specifications. ii. Comments made by contractors, engineers, developers, suppliers, etc. iii. Any other matters regarding the design, construction and implementation of the proposed product into the City of Lubbock water and sanitary sewer system. B. Applicant may be requested to make a brief presentation regarding the product. Representatives shall be knowledgeable on product use, locations, design and reference checks. The representative shall also have the authority to approve a trial run in City of Lubbock. 7.04 Approval Process 7.04.01 The decision of the City Engineer or designee is final. 7.04.02 For each product that has been submitted, one of the following recommendations will be made: A. Approval for Use i. This approves a product for use throughout the City's service area. ii. The City Engineer or designee may withdraw the Approval for Use status for violation of the City of Lubbock Minimum Design Standards and Specifications. iii. All use of the product will be in conformance with the manufacturer's specifications and good engineering practices. B. Conditional Approval for Use i. This approves a product for use throughout the City's service area; however, the product will be reviewed periodically to ensure that no unforeseen installation or maintenance problems have risen and that quality assurance/quality control meet City Standards. ii. After a suitable period of field observation, this approval may be upgraded to Approval for Use status. The frequency of review and the length of field observation period will be determined by the City Engineer or designee. iii. If, during the field observation period, problems with installation, operation or maintenance of the product are observed, the City Engineer or designee may downgrade the status of the product to Disapproved for Use. iv. The City Engineer or designee may withdraw the Conditional Approval for Use status for violation of the City of Lubbock Minimum Design Standards and Specifications. v. All use of the product will be in conformance with the manufacturer's specifications and good engineering practices. C. Limited Approval for Use i. This approves a product for use only in certain sites or projects within the City's service area. The City Engineer or designee will determine where the product can be used. ii. The product will be reviewed periodically to ensure that no unforeseen installation, operation or maintenance problems have arisen. iii. After a suitable period of field observation, this approval may be upgraded to Conditional Approval for Use or Approval for Use status. The frequency of review and 74 Section 7 2020 Design Standards and Specifications Approved Materials List the length of the field observation period will be determined by the City Engineer or designee. iv. If, during the field observation period, problems with the installation, operation or maintenance of the product are observed, the City Engineer or designee may downgrade the status of the product to Disapproved for Use. v. The City Engineer or designee may withdraw the Limited Approval for Use status for violation of the City of Lubbock Minimum Design Standards and Specifications. vi. All use of the product will be in conformance with manufacturer's specifications and good engineering practices. D. Disapproved for Use i. The product may not be used anywhere within the City's service area. ii. If a product has been given a Disapproved for Use status by the City Engineer or designee, the product may not be resubmitted for review unless significant changes have been made to the product. iii. The City Engineer or designee will not reconsider a product Disapproved for Use until at least twelve (12) months have passed from the date of disapproval. E. Insufficient Information i. Not enough information was provided to evaluate the product. ii. Upon receipt of requested additional information, the City Engineer or designee will reevaluate the product. iii. If, upon reevaluation, it is determined that not enough information was provided a Disapproved for Use status will be given. 7.04.03 Design Changes of Approved Products A. After the approval of a product, the manufacturer or their representative shall inform the City Engineer or designee, in writing, of any modifications in design or material. Such changes may require further evaluation and approval. 7.04.04 Withdrawal of Approval A. The City Engineer or designee may withdraw any approval as a result of a design change, field observation, testing, product failure, or other factors that, in the opinion City Engineer or designee, warrant such withdrawal. Section 7 75 2020 Design Standards and Specifications Approved Materials List 7.05 Water 7.05.01 Water Pipe A. Polyvinyl Chloride (PVC) 4-inch to 24-inch i. AWWA C900 or C905; Minimum DR-18 ii. Manufacturers: a. CertainTeed (1) Certa-Lok b. Diamond Plastics c. JM Eagle (1) Blue Brute (2) Big Blue (3) Eagle Loc 900 d. North American Pipe e. Northern Pipe Products f. Pipelife Jetstream g. VinylPlex, Inc. h. Royal Building Products B. High Density Polyethylene (HDPE) i. AWWA C906, PE 4710, Minimum DR11, Pressure Class 200 ii. Manufacturers a. Chevron b. JM Eagle c. Plexco C. Cement -lined Ductile Iron (DIP) - Push -On or Mechanical Joint i. AWWA C151 Minimum Thickness Class 50 ii. Manufacturers a. American Cast Iron Pipe b. Griffin Pipe Products c. McWane Pipe d. U.S. Pipe and Foundry D. Concrete Cylinder Pipe i. AWWA C301, Pre -stressed Concrete Steel Cylinder Pressure Pipe ii. AWWA C303, Concrete Bar -wrapped Steel Cylinder Pressure Pipe iii. Manufacturers: a. Forterra 7.05.02 Fittings: (Bends, Crosses, Tees and Offset Glands) A. Ductile Iron; Compact B. AWWA C110 and C-153 C. Manufacturers: i. American Cast Iron Pipe ii. Griffin Pipe Products 76 Section 7 2020 Design Standards and Specifications Approved Materials List iii. McWane Pipe iv. Sigma Corporation v. Star Pipe Products, Inc. vi. Tyler Pipe and Foundry Utilities vii. U.S. Pipe and Foundry 7.05.03 Couplings (Transition or Straight), Non -Restrained A. Low -alloy or stainless steel bolts and nuts; outside finish: heat fused nylon coating or fusion bonded epoxy coating; standard length body. B. Manufacturers i. Dresser ii. Ford iii. JCM Industries iv. Romac v. Smith -Blair 7.05.04 Resilient Wedge Gate Valves, 4-inch through 12-inch A. Ductile Iron Body; Outside finish: heat fused nylon coating or fusion bonded epoxy coating. B. AWWA C509 and C515 C. Manufacturers i. American AVK ii. Clow iii. Darling iv. EJIW v. Mueller vi. M & H Model 4067 7.05.05 Butterfly Valves — 16-inch and Greater, with gearing if required by manufacturer A. Ductile Iron Body; Outside finish: heat fused nylon coating or fusion bonded epoxy coating. B. AWWA C504 C. Manufacturers i. DeZurik ii. Mueller iii. M & H 7.05.06 Fire Hydrants A. AWWA C502 B. 5-1/4-inch valve opening; 2-1/2-inch hose nozzles; 4-inch steamer nozzle C. Factory painted orange D. Manufacturers i. American Darling Model B-84-B ii. East Jordan Iron Works Section 7 77 2020 Design Standards and Specifications Approved Materials List iii. Clow Medallion iv. Mueller Centurion v. M & H Style 129-09 vi. American AVK 7.05.07 Fire Hydrant Raised Pavement Marker A. Manufacturer i. Stimsonite Model 80 7.05.08 Service Saddles A. Epoxy coated ductile iron body; Double band with SS bands and bolts B. AWWA C800 C. 1-inch i. Female AWWA Taper threads (CC or CS) ii. Manufacturers a. Ford b. JCM Industries c. Mueller d. Romac Industries, Inc. e. Smith -Blair f. PowerSeal Pipeline Products D. 2-inch i. Female iron pipe threads ii. Manufacturers a. Ford b. JCM Industries c. Mueller d. Romac Industries, Inc. e. Smith -Blair f. PowerSeal Pipeline Products 7.05.09 Corporation Stops A. Full Port Ball Valve B. AWWA C800 C. 1-inch i. Male AWWA Taper threads (CC or CS) by flared copper or compression ii. Manufacturers a. A. Y. McDonald b. Ford c. Mueller D. 2-inch i. Male iron pipe threads by flared copper or compression ii. Manufacturers a. A. Y. McDonald 78 Section 7 2020 Design Standards and Specifications Approved Materials List b. Ford c. Mueller 7.05.10 Service Tubing A. Copper Tubing i. ASTM B88 ii. Flared copper fittings iii. 1-inch a. Type K - Soft iv. 2-inch a. Type K - Hard B. Polyethylene Tubing (PET and PEXa); i. ASTM D2737 - Copper Tube Size (CTS), 200 PSI Minimum, Black or Blue ii. Slip Fittings a. Ford - Ultratite b. Mueller - Instatite iii. Manufacturers a. Endot — Endopure PE 4710 — 1-inch only b. NuMex PE 4710 — 1-inch only c. Rehau — Municipex PEXa — 1-inch, 1.5-inch or 2-inch d. Silverline — Sil-O-Flex PE 3408 or 4710 — 1-inch only e. Ultraline — Driscoplex 5100 Series PE 4710 — 1-inch only 7.05.11 Curb Stops A. Full Port Ball Valve B. 360 degree rotation C. AWWA C800 D. Curb stops shall include meter swivel nut (meter spud) connection on outlet side such that meter nut can be replaced without removing valve from operation. E. Reductions for smaller meter sizes shall be accomplished by use of appropriately sized iron pipe threaded brass bushing on outlet side of curb stop. F. 1-inch and 2-inch i. Flared copper or compression by female iron pipe threads with meter swivel nut. ii. Manufacturers a. A. Y. McDonald b. Ford c. Mueller 7.05.12 Compression Fittings A. Compression fittings shall be quick joint type. B. Manufacturers i. Mueller Insta-Tite Connection ii. Ford Ultra-Tite Connection Section 7 79 2020 Design Standards and Specifications Approved Materials List 7.05.13 Tapping Sleeves A. Stainless Steel Sleeves with Stainless Steel or Carbon Steel Flange B. Epoxy coated with stainless steel bolts and nuts C. Manufacturers i. Ford FAST ii. JCM Industries #469 iii. Smith Blair #662 iv. ROMAC #SST v. PowerSeal Pipeline Products 7.05.14 Resilient Seat Wedge Tapping Valves A. AWWA C509 B. Manufacturers: i. American ii. Clow iii. EJIW iv. Mueller v. M & H vi. U. S. Pipe 7.05.15 Water Meter Boxes and Vaults A. Manufacturers i. Boxes for 1" meters a. DFW Plastics model DFW38FWP-18-AF1QF1 SMALL LID ii. Boxes for 1.5" or 2" meters a. DFW Plastics model DFW1324C-AFiQF SMALL LID 7.05.16 Double Check, Double Detector Check and Reduced Pressure Principle Devices A. American Society of Sanitary Engineering Seal Approval B. Call City of Lubbock backflow coordinator at (806) 775-2589 for specific applications. C. Manufacturers i. Ames ii. Febco iii. Watts iv. Wilkins 7.05.17 Backflow Preventer Box A. Polyester or Aluminum Enclosure, Heated and Insulated ASSE 1060 B. Manufacturers i. EZ Box Model HEZ ii. Hot Box iii. Safe-T-Cover 80 Section 7 2020 Design Standards and Specifications Approved Materials List 7.05.18 Air Release Valves A. Manufacturers i. APCO ii. ARI iii. Crespin 7.05.19 Flushing Hydrants A. Manufacturers i. Kupferle 7.05.20 Sampling Stations A. Manufacturers i. Kupferle 7.05.21 Valve boxes A. Cast -Iron slip type B. Manufacturers i. EJIW ii. Sigma iii. Star Pipe 7.05.22 Pipe Restraints A. ASTM F1674 B. Manufacturers i. EBAA Iron, Inc. ii. Ford iii. Romac iv. Sigma v. Smith -Blair vi. Star Pipe Products, Inc. vii. Tyler Union viii. AccuCast 7.05.23 Casing Spacers A. Manufacturers i. Advance Products ii. BMW iii. Cascade iv. CCI Pipeline V. Culpico vi. PSI 7.05.24 Precast Concrete Vaults, HS-20 Rated A. Manufacturers i. Hanson Pipe and Products Section 7 81 2020 Design Standards and Specifications Approved Materials List ii. Vaughn Concrete Products 7.05.25 Waterline Marker Manufacturers a. Blackburn b. Carsonite International 82 Section 7 2020 Design Standards and Specifications Approved Materials List 7.06 Sanitary Sewer 7.06.01 Gravity Sewer Pipe A. Polyvinyl Chloride (PVC) Pipe i. 6-inch thru 15-inch: ASTM D3034, Minimum Class SDR 35 ii. 18-inch thru 48-inch: ASTM F679, Minimum Class PS-46 iii. Fittings ASTM D1784 iv. Gaskets ASTM F477 v. Manufacturers a. Certainteed Corporation b. Diamond Plastics c. GPK (Fittings Only) d. Harco (Fittings Only) e. JM Eagle f. Multi Fittings (Fittings Only) g. National Pipe and Plastics Ever -Green Sewer Pipe h. North American Pipe ASTM D3034 i. Plastic Trend (Fittings Only) j. VINYL Plex (Fittings Only) k. Royal Building Products B. PVC Corrugated Sewer Pipe with Smooth Interior i. ASTM F949, ASTM F794 ii. Manufacturer a. Diamond Plastics C. High Density Polyethylene (HDPE) i. ASTM F714 ii. Manufacturers a. Chevron b. JM Eagle c. Plexco D. Ductile Iron (DIP) i. AWWA C151 Minimum Thickness Class 50 with Sewer Gas Resistant Interior Lining ii. Manufacturers a. American Ductile Iron Pipe b. Griffin Pipe Corporation c. McWane d. U.S. Pipe and Foundry Company E. Steel Reinforced Polymer Concrete i. ASTM D6783 ii. Manufacturers a. U. S. Composite Pipe F. Polypropylene Corrugated Dual Wall and Triple Wall i. 12-inch thru 30-inch: ASTM F2736 Section 7 83 2020 Design Standards and Specifications Approved Materials List ii. 30-inch thru 60-inch: ASTM F2764 iii. Manufacturer a. ADS Sanitite HP 7.06.02 Pressure Sewer Pipe A. Polyvinyl Chloride (PVC) i. AWWA C900 Minimum Class DR25 a. Manufacturers (1) Diamond Plastics (2) JM Eagle (3) North American Pipe ii. SDR26 Class 160 a. Manufacturers (1) Diamond Plastics (2) JM Eagle (3) North American Pipe B. Ductile Iron (DIP) i. Minimum Thickness Class 50 with Sewer Gas Resistant Interior Lining ii. Manufacturers a. American Ductile Iron Pipe b. Griffin Pipe Corporation c. U. S. Pipe and Foundry Company C. High Density Polyethylene (HDPE) i. AWWA: C906, Minimum Pressure Class 160 ii. Manufacturers a. Chevron b. JM Eagle c. Plexco 7.06.03 Manholes A. Precast Concrete Manholes i. ASTM C478 ii. Manufacturers a. Hanson Building Products b. South Plains Concrete Products c. The Turner Company d. Vaughn Concrete Products B. Glass -Fiber -Reinforced Polyester Manholes, Wetwells and Manhole Liners i. ASTM D3753 ii. Manufacturer a. LF Manufacturing b. Containment Solutions C. Composite Manholes i. Amarok 84 Section 7 2020 Design Standards and Specifications Approved Materials List ii. US Composite Pipe 7.06.04 Manhole Frames and Covers A. ASTM A48, Class 3513, AASHTO M-306 B. Standard Solid Cover i. Manufacturers a. East Jordan Iron Works C. Watertight Frame and Cover i. Manufacturers a. East Jordan Iron Works b. Rexus 7.06.05 Manhole Coatings/Protective Lining System A. Manufacturers i. A-Lok - Dura Plate 100 PVC Liner ii. Raven 405 iii. Tnemec — Series 436 PermaShield 7.06.06 Gaskets and Flexible Manhole Connections A. Flexible cast -in -place seal or flexible boots installed with hydraulic pressure after manhole manufacture. Manhole openings shall be made by hole -formers inserted during manufacture. B. Manufacturers i. Press -Seal Gasket Corp. ii. A-Lok iii. International Precast Supply iv. NPC 7.06.07 Internal Chimney Seals A. ASTM C923 B. Manufacturers i. Cretex ii. NPC 7.06.08 Manhole Joint Seals A. Sealant per ASTM C990 B. 0-ring gaskets meeting ASTM C443 and ASTM C1628. 7.06.09 Manhole Joint Wrap (in addition to O-ring specified above) A. Manufacturers i. Ram Nek ii. ConSeal CS 102 7.06.10 Manhole Joint Sealers A. Butyl Mastic Section 7 85 2020 Design Standards and Specifications Approved Materials List B. Manufacturers i. Ram Nek 7.06.11 ConSeal CS 102Inflow Prevention Device A. Non -Corrodible with self cleaning gas relief and vacuum relief valves B. Manufacturers i. L.F. Manufacturing Inc. - Rain Guard ii. No Flow -In Flow iii. The Man Pan iv. Southwestern Packing and Seals, Inc. - Rainstopper 7.06.12 Polyethylene Slope Adjusting Ring A. ASTM D1248 B. Manufacturers i. Ladtech 7.06.13 Saddles A. Manufacturer i. NDS 7.06.14 Cleanout Cover A. Manufacturer i. East Jordan Iron Works 7.06.15 Valves — Must Be Approved for Use in Wastewater Application A. Plug, Full Port i. Manufacturers a. DeZurik B. Resilient Seat Gate i. AWWA C509 ii. Manufacturers a. American Flow Control b. Clow c. M & H d. Mueller e. U.S. Pipe C. Swing Check i. Manufacturer a. Golden Anderson b. M & H c. Val-Matic 7.06.16 Backwater Valve for Manhole Vent A. Manufacturer 86 Section 7 2020 Design Standards and Specifications Approved Materials List i. Josam 7.06.17 Lateral Backwater Valve A. Diaphram Operated Stainless Steel Knife Valve ASME Al 12.14.1 B. Manufacturer i. John Stephens ii. Plastic Trends iii. Smith Floodgate 7.06.18 Sewage Combination Air/Vacuum Valve A. Manufacturers i. APCO/Willamette ii. ARI iii. Golden Anderson Industries 7.06.19 Sanitary Sewer Marker A. Manufacturers i. Blackburn ii. Carsonite International 7.06.20 Wastewater Pumps A. Manufacturer i. Flygt N-Pump Section 7 87 2020 Design Standards and Specifications Approved Materials List 7.07 Water and Sanitary Sewer Svstems 7.07.01 Modular Wall Seal A. EPDM with stainless steel nuts and bolts B. Manufacturer i. Thunderline ii. Pipe Seal iii. Link Seal 7.07.02 Vault Doors A. Type K heavy duty aluminum double leaf door, H-20 rated B. Manufacturers i. Bilco ii. Halliday iii. USF Fabrication, Inc. 7.07.03 Tracer Wire A. 12-gauge B. Manufacturers i. Copperhead ii. Southwire 7.07.04 Marking Tape A. 3-inch width, Sewer — green, Water - blue B. Manufacturers i. Presco Prodcuts ii. Terra Tape 88 Section 7 2020 Design Standards and Specifications Approved Materials List 7.08 Street Construction 7.08.01 Detectable warning surface for handicap ramps A. Manufacturers StronGo Industries — Tek Way Dome Tiles 7.08.02 Fiber Reinforcement A. Manufacturers i. BASF macro fibers Section 7 89 2020 Design Standards and Specifications Approved Materials List 90 Section 7 2020 Design Standards and Specifications Streets and Drainage Specifications SECTION 8 STANDARD SPECIFICATIONS FOR STREETS AND DRAINAGE CONSTRUCTION 8.01 General 8.01.01 The construction and materials for any City of Lubbock Engineering paving or drainage improvements project shall conform to the following specifications and associated standard details. A. Any construction or materials failing to meet the requirements of these specifications or the standard details shall be removed and replaced at the Contractor's own expense. B. No consideration will be given to requests for reduced payments for construction or materials not in conformance with these specifications and the plan sheets. 8.01.02 The term Engineer used in these specifications shall refer to the City of Lubbock City Engineer or an individual designated by the City Engineer to administer these specifications and associated plans. 8.01.03 The Engineer may require certificates from manufacturers certifying that materials or equipment to be incorporated into the work meet these specifications. A. Material Safety Data Sheets (MSDS) shall be required on all materials. B. All materials or equipment shall be subject to approval by the Engineer before being incorporated into any project. C. After approval, the source and/or character of materials shall not be changed without written authorization by the Engineer. 8.01.04 Streets to be constructed in a location where the traffic is expected to consist of an unusual number of trucks or other heavy vehicles shall have an approved pavement structure design specific to that loading condition. 8.01.05 All construction covered by these specifications shall be in compliance with the City of Lubbock Code of Ordinances, Chapter 30 Lakes and Water Ways, Chapter 36 Streets, Sidewalks, and Other Public Ways, Chapter 38 Subdivisions, and other chapters as applicable. 8.01.06 Any references to these specifications, ASTM, AASHTO, TxDOT, or other designated tests, procedures, quality standards, or requirements which are included in these specifications or any associated plans shall be the latest edition and revision thereof. A. When information indicated on the plan sheets is in conflict with these specifications, the more stringent requirement shall govern, unless the City Engineer or designee gives written approval for a specific variance. 8.01.07 Storm Water Pollution Prevention Plan (SWP3) A. Prior to disturbance of construction area, Contractor shall coordinate with the City of Lubbock Engineering Department to develop a site -specific Storm Water Pollution Prevention Plan. B. SWP3 measures shall conform to the integrated Stormwater Management (iSWM) criteria developed by the North Central Texas Council of Governments. Section 8 91 2020 Design Standards and Specifications Streets and Drainage Specifications C. SWP3 measures shall be installed prior to construction and shall be maintained throughout the construction until final stabilization. 8.02 Design Standards 8.02.01 The following design standards shall apply to all paving and drainage improvements associated with construction of new subdivisions. A. If unusual site conditions necessitate design criteria different from these requirements, changes will be permitted only if specifically approved by the City Engineer. 8.02.02 Street Crown Elevations A. All street paving shall incorporate a centerline crown at the following listed elevation unless otherwise indicated on plans, or as directed by the Engineer: Pavement Width Face of Curb to Face of Curb Finished Paving Surface Above Gutter 32 feet 0.52 feet 36 feet 0.58 feet 42 feet 0.67 feet 46 feet 0.73 feet 66 feet 1.03 feet 88 feet 1.18 feet i. The widths listed above refer to the total proposed future full width of street. ii. Where there is a difference in elevation between top of opposite street curbs, the crown elevation shall be adjusted such that the cross slopes are 2.0 percent minimum and 4.0 percent maximum. 8.02.03 Minimum Grades A. All street paving shall comply with the following minimum slopes unless otherwise approved by the City Engineer: Location Finished Grade Sloe Linear Curb and Gutter 0.20 Curb and Gutter in Cul-De-Sacs 0.30 Concrete Dips, Valley Gutters and Fillets 0.35 Concrete Alley Paving 0.20 Concrete Drainage Channel 0.20 Fall Around Curb Radii 0.80 B. Asphalt dips shall not be used in the place of concrete dips or valley gutters. 8.02.04 Vertical Alignment Requirements A. Vertical curves are required if the change in grade is greater than the following maximums: Street Classification Maximum change in grade Residential 2 Collector 1 Thoroughfare 0.5 92 Section 8 2020 Design Standards and Specifications Streets and Drainage Specifications B. Vertical curves are to be a minimum of 100' long and shall be designed for a speed of 5 MPH greater than the posted speed limit. C. The minimum gutter slope in a sag vertical curve shall be 0.2%, while a crest vertical curve has no minimum. 8.03 Testina and Inspection 8.03.01 All work shall be inspected and tested by a representative designated by the City Engineer, who shall have the authority to halt construction when, in their opinion, construction is being performed contrary to these specifications or associated plans. A. Whenever any portion of these specifications or associated plans is violated, the Engineer may order the portion of construction that is in violation to cease until such violation is corrected. 8.03.02 Contractor shall cooperate with the Engineer in providing for sampling and testing procedures. A. The contractor shall provide at least a 2 hour notification to the City Inspection Staff prior to requesting any inspection services. B. In the event the City tests indicate out of specification materials, additional tests may be provided by the contractor at their own expense. C. Conflicting tests provided by the contractor will not automatically be considered as compliance with City specifications, but will be considered only as additional information to be used by the Engineer to determine the compliance of the material or construction in question. 8.03.03 The testing and inspection provided by the City is intended only to verify that materials and construction comply with plans and specifications. The City's testing and inspection efforts are not intended to replace the contractor's responsibility to comply with the specifications. A. With respect to new material sources, or where the City lab has determined materials or construction do not comply with these specifications, the City will not re -test until the contractor has provided their own testing to demonstrate the materials and construction are in compliance with the plans and specifications. 8.03.04 Upon completion of construction, the Contractor will apply sufficient water to all paving improvements within the project to ensure all surfaces meet drainage requirements and are in compliance with these specifications. 8.04 Notification of Property Owners 8.04.01 The contractor shall be responsible for maintaining positive communication with adjacent property owners. 8.04.02 The contractor shall provide two days notice to all affected property owners with respect to pending construction, and restriction of access or driveway locations. 8.05 Protection of Utilities and Irrigation Systems 8.05.01 The plans show only approximate locations of utilities as obtained from various utility companies. A. It is not implied that all utilities or their accurate locations are shown on the plans. 8.05.02 It is the contractor's responsibility to become familiar with all utilities and locations. Section 8 93 2020 Design Standards and Specifications Streets and Drainage Specifications A. The contractor shall comply with all laws, ordinances, and regulations with respect to utility notification and protection, including Underground Facility Damage Prevention Notification Centers. The contractor shall call DIG TESS (1-800-344-8377) and provide sufficient time for all utilities to be identified prior to construction. 8.05.03 On all projects the contractor shall exercise care not to damage any sanitary sewer pipe, manholes, storm sewers, water lines, valves and boxes, communication cables, power cables, gas lines, nor any other pipe or utility. The contractor will be responsible during the construction period for damages to any utilities. 8.05.04 Irrigation systems affected by construction shall be properly repaired by a licensed irrigator, with materials equal to the existing system, and in compliance with current applicable codes. The repairs shall be pressure tested to the satisfaction of the Engineer prior to being covered. 8.05.05 If construction activities block the flow of water, then standing water shall be pumped off existing paving daily. 8.06 Water for Construction 8.06.01 Water is available from fire hydrants for construction purposes. A. To use City water for construction the contractor shall acquire a water meter for use on a City fire hydrant and will be charged the applicable rate for the quantity of water used. The contractor shall contact Lubbock Power and Light Customer Service Department to establish a utility account. The contractor must pay a deposit for each fire hydrant meter and will be responsible for all charges associated with that account. C. Once an account is established and the deposit is paid, the contractor may pick up a meter from the City Water Department at 600 Municipal Drive. 8.06.02 Fire hydrants shall be operated only by use of an approved fire hydrant wrench. No pipe wrenches, or other unapproved devices, shall be used to open and close a fire hydrant. 8.06.03 For top loading trucks or containers the contractor shall provide a back flow prevention assembly on the discharge side of the meter. A. The backflow prevention assembly shall be in the form of two spring loaded ball check valves. When filling the truck or container there shall be an air gap of at least two times the opening diameter of the truck or container. 8.06.04 For bottom loading trucks the contractor shall provide a Reduced Pressure Zone (RPZ) type backflow prevention assembly. A. All RPZ type back flow prevention assemblies must be tested and the test results approved by the City prior to use. The test results shall be sent to the City of Lubbock Public Works Department, Meter and Customer Service Supervisor for approval. 8.06.05 In accordance with City of Lubbock Ordinance No. 10208 "Pertaining to Backflow Prevention", City representatives are authorized to suspend water use from a fire hydrant by a contractor until the proper and correct backflow prevention devices are installed. 94 Section 8 2020 Design Standards and Specifications Streets and Drainage Specifications 8.07 Concrete 8.07.01 These specifications shall govern Portland cement concrete used for curb and gutter, valley gutters and fillets, alley paving, sidewalks, street paving, curb ramps, medians, and drainage improvements. A. The concrete shall be produced at a Ready -Mix Concrete Batch Plant conforming to ASTM C94. B. The concrete shall be transported to the project location in approved Revolving Drum Agitator Trucks, and shall be placed within one hour of mixing time. The concrete shall be continuously mixed during transit. C. Concrete shall have a temperature of less than 90 degrees at time of placement. Concrete above this temperature will be rejected and shall be removed from the job site. D. No more than eight cubic yards of concrete shall be loaded in a Revolving Drum Agitator Truck and transported to the job site. Loads in excess of eight cubic yards will be rejected and shall be removed from the job site. E. Admixture for increasing and or decreasing air shall be a temporary solution while the batch plant makes adjustments. A maximum of three loads may be treated per plant per day. F. No patching of any nature shall be allowed in repairing any damage to concrete improvements. Where damage occurs, the section shall be removed to the nearest joints and shall be replaced with new construction. Small cracks with no evidence of displacement may be repaired with epoxy, only where approved by the Engineer. G. All concrete shall have 5 percent, minus 1.5 percent to plus 1.5 percent, air content in conformance with ASTM C231. H. When delivered to the jobsite, each truck shall provide the load ticket indicating weights of all concrete ingredients, including cement, aggregates, water, and admixtures. I. Load tickets must be computer generated. 8.07.02 Classification A. The following City of Lubbock classes of concrete shall be used: Class Typical Uses A Curb and gutter, sidewalks, curb ramps, drainage channels, medians, inlet boxes, headwalls, junction boxes, driveways, and retaining walls. B Valley gutters and fillets, alley returns, and alley paving. C Concrete street pavement. D Utility encasements E Fast setting concrete pavement such as "Fast Track" Concrete Pavement or, otherspecial design. 8.07.03 Thickness of Concrete Pavement A. The following City of Lubbock minimum concrete pavement thickness shall be used: Street Classification Minimum Concrete Pavement Thickness Residential and Collector R-1/R-1A/R-2/C-1/Industrial 6" Minor Arterial 7" Principal Arterial 9" Section 8 95 2020 Design Standards and Specifications Streets and Drainage Specifications B. Concrete alley paving shall have a minimum thickness of 7-1/2 inches at edge and 5 inches at flow line. i. No tolerance on minimum thickness will be allowed. ii. No additional compensation will be made to the contractor for thickness greater than specified. C. All other proposed concrete pavement thickness and steel requirements not meeting the COL minimum design standards and specifications shall be approved in writing by the City Engineer. 8.07.04 Drainage Easements A. All drainage easements shall have, at a minimum, a 10-foot wide concrete flow line to be constructed with the street and alley paving improvements. B. Drainage easements shall not be used as alleys or garbage collection. 8.07.05 Mix Design A. Thirty (30) days prior to beginning any concrete construction the contractor shall submit an engineer's recommended concrete mix design. The following shall be included in the submittal: i. Test certificates from an approved commercial testing laboratory on all proposed aggregate. (1) Certificates shall indicate material source, gradation, and loss from 5 cycle Magnesium Sulfate test not to exceed 25 percent. ii. Mix design based on water -cement ratio. iii. Results of compressive strength tests in conformance with ASTM C 39 and/or flexural strength tests in conformance with ASTM C78, made by an approved commercial testing laboratory. (1) Tests shall be made on 6 cylinders and/or 6 beams at curing times appropriate to the class of concrete. B. The Engineer will approve or reject the mix design and materials based on these submittals. C. Mix design approval shall be subject to additional testing during construction. D. Mix designs for various classes of concrete shall conform to the following: Class Min. Sacks Cement er cubic yard Water/Cement Ratio Max. Slump Inches A 5.0 0.40 — 0.60 5 B 5.5 0.40 — 0.60 5 C 6.0 0.35-0.45 3 D 4.5 0.40 — 0.60 5 E As required for specific cure time and strength. i. New mix designs shall be submitted annually, or when material properties or sources change. ii. New mix design submittal will be required for any deviation from the mix design during construction. 96 Section 8 2020 Design Standards and Specifications Streets and Drainage Specifications 8.07.06 Strength Requirements A. The various classes of concrete shall conform to the following minimum strengths in pounds per square inch (psi) as determined by the average of two test cylinders or beams: Class Min. Com ressive Strength 3 Day 7 Day 28 Da A - 2100 3000 B - 2500 3600 C - 2500 3600 D - - 1 2500 E 3000 psi at 24 hours B. ACI Testing will be followed. C. When cores are subsequently used to prove compressive strength where test cylinders indicate failures or the quality of installation is of concern, the cores shall be tested in accordance with ACI C42. The cores shall meet the minimum 28 day compressive strength in the table above and meet 85% of the mix design strength. D. To place concrete in service the strength must meet 75% of the 28 day minimum compressive strength in the table above. 8.07.07 Cement A. Cement shall be Type I, Type II, or Type I -II cements, conforming to ASTM C150 "Standard Specification for Portland Cement". B. The contractor shall notify the Engineer prior to any changes of the cement supplier or source during construction. The Engineer may require a new mix design if changes of supplier or source occur. C. Supplementary Cementitious Materials may replace up to 50% of the Cement with the following limits. i. Fly Ash conforming to ASTM C618, Class C or F no more than 30% by weight. ii. Slag Cement conforming to ASTM C989, Class 100 or 120 no more than 50% by weight. iii. Silica Fume conforming to ASTM C1240 no more than 10% by weight. iv. Metakaolin conforming to ASTM C618 no more than 10% by weight. 8.07.08 Aggregate A. Concrete aggregate shall consist of natural, washed and screened sand, and washed and screened gravel or clean crushed stone conforming to ASTM C33. B. All aggregate shall be free of injurious amounts of clay, soft or flaky materials, loam, organic impurities, or other deleterious materials. C. Fine aggregate shall be graded from fine to coarse and shall conform to ASTM C136. i. The gradation for fine aggregate shall meet the following requirements: Fine Aggregate Cumulative Percent Passing (by weight) 3/8" Sieve 100 No. 4 Sieve 95-100 No. 8 Sieve 80-100 No. 16 Sieve 50-85 No. 30 Sieve 25-65 Section 8 97 2020 Design Standards and Specifications Streets and Drainage Specifications No. 50 Sieve 10-35 No. 100 Sieve 0-10 No. 200 Sieve 0-3 D. Coarse aggregates shall be well graded from coarse to fine with a maximum size of 1-1/2 inches, and shall conform to ASTM C136. i. The gradation for coarse aggregate shall meet the following requirements: Coarse Aggregate Cumulative Percent Passing (by weight 1-3/4" Sieve 100 1-1/2" Sieve 95-100 3/4" Sieve 60-90 1/2" Sieve 25-60 No. 4 Sieve 0-5 E. Coarse aggregate for Class C or E concrete shall be crushed limestone . Crushed gravel will be allowed if on the TxDOT Quarterly Monitoring Program, or if specifically approved by the engineer. F. Aggregate shall comply with the following limits: Material Property Max. Allowable Limit Deleterious Material 2.0% Decantation 1.5% Flakiness Index 17 Magnesium Sulfate Soundness 25% G. Stockpiles shall be protected from dusty conditions by drift fences or other methods approved by the Engineer. i. Stockpiling methods used shall not allow aggregate to roll down the slope as it is added to existing stockpiles. ii. Stockpiles shall be built in layers of uniform thickness. iii. Equipment shall not be permitted to operate over the same lift repeatedly. 8.07.09 Flowable Fill A. Flowable fill shall consist of a concrete mixture of pea gravel and sand with a cement content of 1-1/2 sacks (141 Ibs) per cubic yard. B. Utility ditches in Right of Way shall be backfilled in accordance with Details UEM-01 through UEM-07 in the appendix. C. Use of concrete in place of flowable fill is not acceptable, and if used in place of flowable fill shall be removed by the contractor at their expense. 8.07.10 Water A. Water shall be clean, clear, free from oil, acid or organic matter and free from injurious amounts of alkali, salts, or other chemicals and shall conform to AASHTO T26. 8.07.11 Admixtures A. Admixtures may be included in the concrete mix when approved by the Engineer to achieve any desired special properties. Chemical admixtures shall conform to ASTM C494 or ASTM C260. Chemical admixtures shall not be used as a substitute for Cement. 98 Section 8 2020 Design Standards and Specifications Streets and Drainage Specifications B. Admixture for increasing and or decreasing air shall be a temporary solution while the batch plant makes adjustments. A maximum of three loads may be treated per plant per day. 8.07.12 Reinforcing Material A. All concrete shall incorporate reinforcement as follows: i. Curb and gutter - horizontal paving steel shall extend to within 2" of back of curb. When poured monolithically with adjacent concrete pavement. ii. Residential (R-1/R-1A/R-2) and Collector (C-1/Industrial) Street Pavement — Refer to Plate No. 38-7 through Plate No. 38-11 for more information. iii. Valley Gutters and Fillets — A minimum of #4 deformed bars 12 inches on center both ways. iv. Drainage Channel — A minimum of #5 deformed steel bars 12 inches on center both ways or design approved in writing by the City Engineer. v. Alley Paving - No. 6 deformed steel bars on both edges as indicated on detail sheets and fiber reinforcement as specified in section 8.07.12 (C). vi. Alley Returns - #4 deformed steel bars 12 inch on centers both ways or 6-inch x 6-inch - 6 gauge welded wire fabric. vii. Sidewalk, Driveways (other than commercial), and Wheelchair Ramps - Fiber reinforcement, or as required by the City of Lubbock Building Official, or design approved in writing by the City Engineer. viii. Commercial driveways, including pedestrian crossing area — #3 deformed steel bars through the gutter section as indicated on the detail sheets and either #4 deformed bards 12 inches on center both ways or 6 -inch x 6-inch — 6 gauge welded wire fabric. B. Steel i. All steel reinforcing materials shall be securely held in proper position with devices appropriate to the type of reinforcement used, subject to approval by the Engineer. ii. Welded wire reinforcement shall conform to ASTM A1064, and shall be 6-inch x 6-inch - 6 gauge welded wire fabric as specified. iii. Reinforcing bars shall be grade 60 (60 KSI), open-hearth, basic oxygen or electric furnace new billet steel manufactured in accordance with ASTM A615. a. Steel reinforcing materials shall be stored off the ground in a manner as to be protected from accumulations of grease, mud, other foreign matter and rust producing materials. b. When incorporated into construction, steel reinforcement shall be free from rust, scale, oil, mud, and structural defects. iv. Dowels for slip joints shall be smooth plain round bars free from burrs, rough surfaces, and deformations. Caps, sleeves, or wrapping shall be as indicated on plan sheets. v. Chairs shall be used to support the reinforcing steel in the correct position while concrete is being placed. Chairs shall be made of plastic (preferred) or steel, and shall be of adequate size to positively hold the reinforcing materials in position. C. Fiber a. Fiber reinforcement shall be either 100 percent virgin polypropylene, collated, fibrillated fibers specifically manufactured for use as concrete reinforcement, containing no reprocessed olefin materials, or steel fibers. b. The manufacturer shall provide calculations for equivalent amounts of fiber to replace steel reinforcement, with a minimum of 1.5 pounds per cubic yard. The amount of fiber used may be less than the equivalent steel for residential streets if approved by the City Engineer or designee. When submitting less fiber than the equivalent steel, the design must be stamped by a licensed engineer. Section 8 99 2020 Design Standards and Specifications Streets and Drainage Specifications c. Fiber calculations must be done in accordance with ACI standards. d. The physical characteristics on the fiber shall be as follows: Physical Characteristic Value Sp ecific Gravity 0.91 Tensile Strength 70,000 psi to 110,000 psi Minimum Length 3/4 inch 8.07.13 Joints A. Curb and gutter (Class A concrete) shall be constructed with an expansion joint at the tangent point of each return at intersections and at intervals not more than 40 feet between the intersections. i. Construction joints formed by removable metal templates accurately shaped to the cross-section of the curb and gutter shall be located at the midpoint of each section between expansion joints, or as directed by the Engineer. ii. Tooled contraction joints cut at least one quarter the concrete depth shall be placed at 10 foot intervals. iii. Expansion joint material shall be placed full depth of the concrete curb. B. Alley paving (Class B concrete) shall be constructed with an expansion joint at each cold joint and at a maximum spacing of 130 feet. i. Alley returns shall be poured monolithically with curb radii and fillets with joints as indicated in Standard Detail 36-7. ii. Tooled contraction joints, cut 1/2 inch wide 2 inch deep, shall be placed as shown on Standard Detail 36-11. iii. Alley paving contraction joints shall be sealed with an elastomeric sealer. iv. Expansion joints shall include bituminous pre -molded expansion joint board. C. Street Paving (Class C or E concrete) shall be constructed with contraction and expansion joints as indicated on plan and detail sheets. i. Unless otherwise specified, the joints shall be sawed 1/2 inch wide and to depth equal to 1/4 of the pavement thickness plus one half inch. ii. Joints shall be saw cut within 12 hours of placement of the concrete paving. iii. Joints shall be sealed with an elastomeric sealer. iv. Joints shall be cleaned thoroughly with high pressure air prior to installation of any sealing materials. D. Valley gutters and fillets shall be constructed with tooled construction joints. i. Joints shall be sealed with an elastomeric sealer. ii. Joints shall be cleaned thoroughly with high pressure air prior to installation of any sealing materials. E. Joint Sealing Materials i. Zip Strip or Bituminous pre -molded expansion joint board material shall conform to ASTM D1751 and shall be placed as indicated on plan sheets or in these specifications. a. Expansion joint material shall be placed full depth of the concrete slab. ii. Elastomeric sealant for contraction joints shall be, or shall be equivalent to, W.R.Meadows "SOF-SEAL", W.R. Meadows #158 cold applied, or "GARDOX" as required by plan sheets. a. Hot poured sealant for joints between Portland cement concrete and Bituminous concrete shall conform to ASTM D3405. 100 Section 8 2020 Design Standards and Specifications Streets and Drainage Specifications b. Hot poured joint sealant for all other joints in Portland cement concrete pavement shall conform to ASTM D3406. c. Cold poured joint sealant shall conform to ASTM C920. iii. Elastomeric joint sealant shall be mixed and applied in accordance with the manufacturer's recommendations. a. Prior to application, joints shall be cleaned by sandblasting and otherwise prepared so that the sealant adheres to the surfaces to form an effective seal against moisture and solid particles. b. The sealant shall be a soft, highly flexible, rubber like material after curing which shall not track, flow, crack, or break when exposed to hot and cold temperature extremes typical of local conditions. iv. Backer rod used with elastomeric sealant shall be 25 percent greater in diameter than the joint width. It shall be made of polyethylene foam or other material as recommended by the sealant manufacturer. a. Compression of the backer rod material shall be approximately 25 percent shrinkage at 8 psi applied stress. b. The material shall not melt, shrink, evaporate, or absorb water, and shall be compatible with the application of the sealant to be used. 8.07.14 Curing Compounds A. All fresh concrete surfaces shall be completely sprayed with a liquid membrane forming curing compound at a rate of one gallon per every 180 square feet. Its application shall conform to DMS - 4650 and TxDOT Item "Concrete Structures - Curing Materials". i. Fresh concrete is defined as less than 10 minutes after finishing B. No other methods of moisture retention on fresh concrete shall be used unless specifically approved by the Engineer. 8.07.1S Forms A. Forms for curb and gutter, paving, and flatwork may be of wood or metal, of a section satisfactory to the Engineer, straight, free of warp, and of a depth equal to the depth of the concrete section formed. B. Forms shall be constructed accurately to the line and grade as established in the field, shall be adequately braced so that they will not move during the placing of the concrete, and shall remain in place at least 12 hours after placing of the concrete. C. Forms shall be treated with a light oil or release agent before each use, and forms which are to be re -used shall be cleaned immediately after each use and maintained in good condition. D. Curb forms shall be such that the face of the curb can be formed by use of a face form held in place by steel templates. E. Forms used for curb radii shall meet all of the above specifications, except that face forms on curb radii may be omitted if a true section and an accurate flow line can be obtained by other methods approved by the Engineer. F. In no case will concrete placement be started without the approval of the Engineer. G. No forms shall be placed until the subgrade is within one inch of its finished grade. H. Forms for paving slabs may be used as a guide for screeding. I. Where longitudinal construction joints are required, the form shall be so constructed as to provide an approved load transfer mechanism in the face. Section 8 101 2020 Design Standards and Specifications Streets and Drainage Specifications 8.07.16 Placing and Finishing Concrete A. Placing of concrete shall not start before sunrise, and shall stop one hour before sunset. i. Concrete shall be placed as close to its proper location as practical. ii. Sufficient concrete shall be placed to allow for shrinkage and extra material for finishing. iii. The concrete shall be floated and troweled to the approximate section. iv. When water is needed for finishing purposes it must be dispensed by a pressurized canister with a misting nozzle. B. Removal of face forms and finishing of curb and gutter shall be started only after a partial set occurs. i. Only construction approved forms, templates, and tools shall be used to form the cross -sections indicated on plan or detail sheets. C. Concrete shall not be placed when the ambient temperature and the surface temperature is below 40 degrees F or if sustained winds are 25 mph or higher as determined by field measurements by city inspector, or if field measurement is not available then the Texas Tech University Mesonet sites in Lubbock. If the sustained winds exceed the 25 miles per hour all placement operations will cease immediately. i. The contractor shall have available sufficient covering material, approved by the Engineer, to immediately protect concrete should the air temperature fall below 33 degrees F. This protection and forms shall remain in place as long as the temperature continues below 32 degrees, to a maximum of 5 days. ii. No salt or other chemical admixtures shall be added to the concrete to prevent freezing. D. All concrete placed for pavement shall be consolidated by use of mechanical vibrators approved by the Engineer and designed to vibrate the concrete internally. i. Vibrators shall be operated in a manner not to interfere with joints, and shall not come in contact with forms. ii. Vibrators shall not be used to move concrete within the forms. E. The surface of concrete street paving shall incorporate a tined finish perpendicular to the travel direction. F. All other concrete surfaces shall be completed with a light broom finish. G. When forms are used for concrete paving the forms must stay in place for a minimum of 12 hours. H. No equipment shall be placed on concrete until it has reached 75 percent of the specified 28 day compressive strength. I. Finished concrete surfaces shall not have irregularities in excess of 1/8 inch when tested with a 10 foot straightedge using the TxDOT Item 585 Surface Test Type A. J. Prior to acceptance, the Contractor shall apply sufficient water to all gutters and paving to determine locations of ponding. i. Ponded areas deeper than 1/8 inch shall be removed and replaced, or rectified as directed by the Engineer. K. Where the surface of Major or Minor Arterial paving is noticeably uneven, the City may require measurement of the ride quality using the TxDOT Surface Test Type B. i. If the International Roughness Index (IRI) is determined to exceed 65 inches per mile corrective action shall be performed by diamond grinding, or other methods acceptable to the Engineer. 102 Section 8 2020 Design Standards and Specifications Streets and Drainage Specifications ii. If the IRI exceeds 95 inches per mile the pavement shall be removed and replaced. L. Any concrete construction damaged by equipment, tools, vandals, or other influences shall be replaced at the contractor's own expense. 8.07.17 Tolerance in Elevation and Grade A. Curb and gutter or other concrete surfaces shall be constructed to the elevations and grades as indicated on plan sheets. Deviation from elevations indicated on plans resulting in a longitudinal slope of less than 0.15%, will be considered to be deficient, and shall be removed and replaced at the correct elevations as indicated on the plans, unless curb and gutter surfaces drain with flood testing and approved in writing by the City Engineer or designated staff. 8.07.18 Concrete Alley Paving Cuts A. Refer to Standard Detail UEM-06. B. Transverse Cuts i. Minimum width between transverse joints shall be 4 feet. ii. No more than 2 transverse joints shall be added between existing 13 foot tooled joints. iii. Transverse joints shall be doweled 6 inches into existing pavement with #5 dowel bars at 3 foot spacing. When installed at expansion joints, slip dowels shall be used. C. Longitudinal Cuts i. Longitudinal cuts along the edge of existing alley pavement shall be a minimum width of 3 feet. ii. Maximum width of longitudinal cuts shall be 4 feet. iii. Longitudinal cuts wider than 4 feet, regardless of location, shall replace the full width of existing alley paving. iv. Longitudinal joints shall be doweled 6 inches into existing pavement with #5 dowel bars at 3 foot spacing. D. Potholing for Locating Existing Utilities i. Pavement cuts for potholing purposes shall be circular cored holes or clean square cutouts. a. Cored holes in asphalt pavement shall be filled with cold -mix asphalt to match the depth of existing pavement. b. Cored holes in concrete pavement shall be filled with concrete to match the depth of existing pavement. c. Cutouts shall be repaired as specified in Plate No. UEM-02 8.08 Subgrade and Base 8.08.01 Subgrade A. Subgrade material for concrete or asphalt construction shall consist of suitable native soil or off -site soil, free from vegetation or other objectionable matter. B. All unstable or objectionable material shall be removed from the subgrade and replaced with approved material. Section 8 103 2020 Design Standards and Specifications Streets and Drainage Specifications C. Subgrade material shall be suitable for forming a stable embankment and shall meet the following requirements: Material Property Wet ASTM 4318 — 05.10.1 Dry ASTM 4318 — 05.10.2 Liquid Limit Max 45 Max 45 Plasticity Index Min 5; Max 20 Min 10; Max 25 Linear Shrinkage Min 2• Max 10 Min 2; Max 10 D. Subgrade Construction i. All testing of subgrade will be completed prior to any placement of curb and gutter. Subgrade will be processed the entire width of the roadway including under the curb and gutter section. ii. Subgrade shall be prepared in conformance with the lines and grades shown on the plans, or as directed by the Engineer, by scarifying and compacting to a minimum of 95 percent of Modified Proctor Density at optimum moisture content, plus or minus 2 percent. iii. Subgrade shall be constructed in maximum of 6 inch lifts, and each 6 inch lift tested for moisture and density. iv. Subgrade thickness shall be a minimum of 12 inches for all streets, regardless of street width or classification. v. The compaction method for subgrade shall provide for each lift to be compacted to the specified density using appropriate equipment. a. After each section of subgrade is complete, moisture/density testing will be performed by the City of Lubbock inspection staff. b. At any time the City Engineer may require proof rolling on streets or alleys with a 25 ton pneumatic roller, to test the uniformity of compaction. c. Rollers will be completely loaded with water or wet sand to ensure they meet the manufacturer's weight requirements. vi. All utility ditches shall be determined to be stable prior to construction of subgrade over such utility ditch. vii. Any fill placed within existing or proposed street right-of-way in execution of an approved cut and fill plan shall be in compliance with these specifications for materials and construction. a. Cut and fill operations shall comply with Chapter 38 of the City of Lubbock Code of Ordinances. viii. Subgrade which has become wet, or otherwise altered, after completion may be subject to retesting and reprocessing as determined by the Engineer. ix. Special care shall be exercised in grading street intersections where dips or valley gutters are located so that the cross profiles present a smooth riding surface, and so that the compacted subgrade thickness will not be less than specified above. a. Crown section shall begin transition at a distance equal to one-half of the lip -to -lip roadway width from concrete intersection or valley gutter, as indicated on Standard Detail 36-11. E. Rejected Subgrade Material i. Rejected subgrade material, either from the construction area or delivered to the job site, shall be dumped on the job site outside the area of construction, and remain there until all construction is completed. 104 Section 8 2020 Design Standards and Specifications Streets and Drainage Specifications a. If it is determined that unapproved material has been incorporated into the construction, all in place material shall be considered unapproved and shall be removed. b. No payment will be made for rejected material or construction. 8.08.02 Flexible Base (Caliche) A. Material for flexible base shall consist of crushed caliche, limestone, and calcareous clay particles produced from oversize quarried aggregate, sized by crushing and produced from a naturally occurring single source. i. All base material sources are subject to approval by the Engineer. ii. If material characteristics within an approved source change, the material shall be subject to retesting and re -approval prior to continued use. iii. The Contractor shall not change material sources without approval by the Engineer. B. Crushed concrete may be blended with quarried material only to the extent necessary to produce material in compliance with these specifications, to a maximum of 20 percent crushed concrete by weight. i. Crushed concrete shall be produced from parent material consisting of structural strength concrete, such as City of Lubbock Class A, B, and C. ii. Lower strength materials, such as flowable fill, are not acceptable. iii. Crushed concrete shall be free of reinforcing steel and any objectionable material, and have a maximum of 1.5 percent deleterious material when tested in accordance with Tex-413-A. iv. When crushed concrete is used, the final product shall be entirely in compliance with the specifications for single source material. C. Recycled Asphalt Pavement (RAP) will not be approved for use in flexible base. D. Prior to construction the contractor shall build stockpiles of sufficient quantity of base material as required to complete the entire project or subdivision. i. Each stockpile shall be dedicated, and identified as to the project or subdivision it is for. ii. Stockpiles may be on site or at the plant. iii. After a stockpile is completed the contractor shall not add material to that stockpile. iv. The contractor's methods, plant, and equipment are subject to approval by the Engineer, and shall be appropriate and in suitable condition to produce stockpiles in compliance with these specifications. E. Material Tests Flexible base material shall be tested yearly to confirm that the material conforms to the following requirements: a. Sieve Analysis Standard Crushed Rock Aggregate Cumulative Percent Passing(by weight) 1-3/4" Sieve 100 7/8" Sieve 65-90 3/8" Sieve 50-70 No. 4 Sieve 45-55 No. 40 Sieve 15-30 Section 8 105 2020 Design Standards and Specifications Streets and Drainage Specifications b. Atterberg Limits (1) Material passing the No. 40 Sieve shall be known as "Soil Binder" and shall meet the following requirements: Material Property Value Liquid Limit Max 35 Plasticity Index Min 3; Max 15 c. Wet Ball Mill (1) When tested in accordance with Tex-116-E (Wet Ball Mill) the base material shall have a value not to exceed 45. (2) The percent of material passing the #40 sieve shall not increase by more than 20 during the test. F. Flexible Base Construction i. Areas behind curbs shall be backfilled and leveled with approved topsoil prior to placing base material. ii. Approved flexible base material shall be hauled in vehicles of uniform capacity and dumped evenly along the project length for processing and compaction. iii. Flexible base thickness shall be a minimum of 6 inches for Ria, R1 and R2 streets. Flexible base thickness shall be a minimum of 8" for collector streets. Flexible base thickness shall be 10" for industrial Streets. Flexible base thickness shall be 12" for arterial streets. Alternative designs may be approved by the City Engineer. iv. Processing shall be accomplished in lifts of 6 inches compacted thickness. v. Each course shall be wetted and rolled with a pneumatic roller as required to produce a uniform compaction to a minimum of 95 percent of Modified Proctor Density with a moisture content of 2 percent above to 2 percent below optimum a. Densities will be taken by City of Lubbock inspection staff b. At any time the Engineer may require proof rolling with a 25 ton pneumatic roller to ensure uniform compaction of base. c. Processing for compaction of caliche base with a sheep's foot type roller will not be permitted. vi. The base shall be allowed to cure a minimum of 3 days, or until determined by the Engineer to be adequately cured, before placing prime or surface course. a. During the cure time the base shall be maintained by blading or other methods until the wearing surface is placed. b. Windrow caliche shall not be removed until the base has passed finish inspection. c. Base which becomes wet, or otherwise altered, may be subject to retesting and reprocessing as determined by the Engineer. vii. The compacted flexible base shall be finished and shaped immediately preceding the application of the surface treatment a. All loose or unconsolidated material shall be removed and the surface moistened and rolled with a steel wheel roller. b. All irregularities, depressions, or weak spots which develop shall be corrected by scarifying, adding or removing material as required, reshaping, and recompacting, or other methods approved by the Engineer. viii. Special care shall be exercised in grading street intersections where dips or valley gutters are located so that the cross profiles present a smooth riding surface and so that the compacted base thickness will not be less than 6 inches, or thickness otherwise specified by the engineer. 106 Section 8 2020 Design Standards and Specifications Streets and Drainage Specifications a. Crown section shall begin transition at a distance equal to one-half of the lip -to -lip roadway width from concrete intersection or valley gutter, as indicated on Standard Detail 36-11. ix. Any deviation in the surface of the finished base in excess of 3/8 inch from the established grade or true cross-section, using a 10 foot long straight edge, shall be corrected as provided above. x. The compaction method for flexible base shall provide for each lift to be compacted to the specified density using appropriate equipment. A. After each section of flexbase is complete, moisture/density testing will be performed by the City of Lubbock inspection staff. a. All irregularities, depressions, weak or soft spots which develop shall be corrected immediately by the contractor. G. Rejected Flexible Base Material i. Rejected material, either from the construction area or delivered to the job site, shall be dumped on the job site outside the area of construction, and remain there until all construction is completed. ii. If it is determined that unapproved material has been incorporated into the construction, all in place material shall be considered unapproved and shall be removed. iii. No payment will be made for rejected material or construction. 8.08.03 Asphalt Stabilized Base (ASB) A. Asphalt stabilized base shall consist of a uniform mixture of mineral aggregate and asphalt cement mixed hot in a mixing plant in accordance with these specifications. i. Caliche is not an acceptable aggregate for ASB. B. The contractor's plant and equipment are subject to approval by the Engineer, and shall be appropriate and in suitable condition to produce the base material consistently in compliance with these specifications. C. In place compaction control is required for all ASB. i. Locations of Cores, when required, will be determined by City of Lubbock personnel and marked ii. The ASB will be cored by the City inspection staff to determine composition, compaction, thickness, and density. iii. The contractor shall replace the pavement removed from core holes at no cost to the City. iv. ASB found to be deficient in composition, compaction, thickness, or density shall be corrected at the contractor's expense as directed by the Engineer. D. ASB Mix Design i. The contractor shall submit an ASB mix design less than one year old, prepared by a qualified lab, in compliance with these specifications using approved materials indicating gradation and optimum asphalt content. Section 8 107 2020 Design Standards and Specifications Streets and Drainage Specifications ii. The aggregate mixture shall conform to the following master gradation: Standard Crushed Rock Aggregate Cumulative Percent Passing (by weight) Passing 1" Sieve 98-100 Passing 3/4" Sieve 84-98 Passing 3/8" Sieve 60-80 Passing No. 4 Sieve 40-60 Passing No. 8 Sieve 29-34 Passing No. 30 Sieve 13-28 Passing No. 50 Sieve 6-20 Passing No. 200 Sieve 2-7 a. Design produced Minimum VMA 13.0 percent b. Plant produced Minimum VMA 12.0 percent iii. Material passing the No. 40 sieve shall be known as "soil binder" and shall meet the following requirements: Material Property Value Liquid Limit Max 45 Plasticity Index Max 15 Linear Shrinkage Max 5 iv. The mineral aggregate shall not contain more than 0.5 percent moisture prior to entering the pug mill for mixing with asphalt. v. The mix design shall have optimum asphalt content determined in accordance with Tex-204-F, with a target lab molded density of 96.5 percent. vi. Asphalt content of the Job Mix Formula shall not vary during construction from the design by more than 0.3 percent. vii. Asphalt for the mixture shall be a Performance Grade (PG) 64-28, or better. viii. New mix designs must be submitted annually, or when material properties change. ix. A maximum of 20 percent approved rap material can be added to ASB. E. ASB Placement i. The ASB material shall be placed on the approved prepared surface using an approved lay down machine. ii. ASB thickness shall be a minimum of 9 inches, or as required by the Engineer. iii. Asphalt Stabilized Base shall be placed and compacted in 4 inch lifts to form the specified thickness of compacted base, unless otherwise directed by the Engineer. a. Prior to placing ASB, the subgrade shall be prepared as previously specified. iv. The cross-section shall be constructed to form the specified crown on the ASB surface at the centerline of the street, or as indicated on the plans. v. ASB shall not be placed when the air temperature, as measured by city inspector in field or if field measurement is not avalible as reported by the Texas Tech University Mesonet sites in Lubbock, less than 50 degrees F ambient or 60 degrees surface temperature. vi. ASB maximum temperature is 350 degrees. ASB minimum temperature in truck is 325 degrees. ASB minimum lay down temperature is 265 degrees. vii. Any ASB material that is outside the specified temperature ranges, shall be rejected by the Engineer. 108 Section 8 2020 Design Standards and Specifications Streets and Drainage Specifications viii. The material shall be placed in such a manner that when properly compacted the finished course is smooth, of uniform density, and in conformance with the cross - sections and grades shown on the associated plans. ix. Special care shall be exercised in grading street intersections where dips or valley gutters are located so that the cross profiles present a smooth riding surface and so that the compacted base thickness is not less than 9 inches. a. Crown section shall begin transition at a distance equal to one-half of the lip -to -lip roadway width from concrete intersection or valley gutter, as indicated on Standard Detail 36-11. ASB Compaction i. ASB shall be compacted thoroughly and uniformly with approved rollers to a density between 93 percent and 98 percent of the maximum theoretical gravity, with a lab molded target of 96.5 percent using the Texas Gyratory compaction method. a. All results will be calculated using the maximum theoretical Rice gravity. ii. Compaction less than 93 percent or greater than 98 percent will be considered deficient. All deficient pavement shall be removed and replaced as determined by the Engineer at the contractor's expense. iii. ASB shall meet all compaction requirements at the time of inspection. Re -rolling is not an approved method for achieving compaction requirements. iv. Contractor shall set rolling patterns using a thin lift nuclear gauge in order to ensure maximum compaction. v. All roller marks shall be removed and compaction completed prior to the ASB mixture cooling below 185 degrees F. G. Rejected ASB Material i. Rejected ASB material, either from the construction area or delivered to the job site, shall be dumped on the job site outside the area of construction, and remain there until all construction is completed. ii. If it is determined that unapproved material has been incorporated into the construction, all in place material shall be considered unapproved and shall be removed. iii. No payment will be made for rejected material or construction. 8.09 Hot Mix Asphalt Concrete Surface (HMAC) 8.09.01 Hot mix asphalt concrete surface shall consist of a uniform mixture of mineral aggregate (coarse aggregate, fine aggregate, mineral filler) and asphalt cement mixed hot in a mixing plant in accordance with these specifications. 8.09.02 The contractor's methods, plant, and equipment are subject to approval by the Engineer, and shall be appropriate and in suitable condition to produce the HMAC surface material consistently in compliance with these specifications. 8.09.03 Strip paving is a substandard, temporary improvement and does not satisfy the paving requirements of the platting process. Strip paving may be used only in special circumstances and must be approved by the City Council. If strip paving is used, the developer is still responsible for providing for the required permanent curb and gutter and paving. A. Unless otherwise specified, the materials and construction shall conform to TxDOT Item 340 - Dense -Graded -Hot -Mix Asphalt (Method). Section 8 109 2020 Design Standards and Specifications Streets and Drainage Specifications B. Approval of the source and character of the materials shall be obtained from the Engineer prior to use. i. The combined mineral aggregate, after final processing by the mixing plant and prior to addition of asphalt and mineral filler, shall have a sand equivalent value of not less than 45 when tested in accordance with Test Method Tex-203-F. ii. The percent of flat and elongated slivers of stone for any aggregate shall not exceed 25 percent when tested in accordance with Test Method Tex-224-F. iii. Asphaltic mixtures with aggregates which exhibit stripping characteristics shall be conditioned with either minimum 1 percent lime in accordance with DMS-6350, or liquid anti -stripping agent approved by the Engineer. a. Anti -stripping agents shall meet requirements of TXDOT Item 301 - Asphalt Anti - stripping Agents, and shall be added at the manufacturer's recommended dosage and temperature range. 8.09.04 A minimum of two sets of cores per day will be taken to determine thickness and density of HMAC surfaces. A. Core locations will be marked and cored at random locations by City of Lubbock inspection staff. B. Cores will be taken in pairs and averaged to determine the percent air voids based on the theoretical maximum gravity. C. HMAC surface found to be deficient shall be corrected at the contractor's own expense as directed by the Engineer. D. The contractor shall replace the pavement removed from core holes immediately after testing at no cost to the City. 8.09.05 Thickness of HMAC Surfaces A. HMAC thickness shall be a minimum of 2 inches for Residential and Collector, 2.5 inches for industrial, 3" for minor arterial and 5" for principal arterial, or as indicated on the plans. No tolerance on minimum thickness will be allowed. B. If a core shows less than the specified minimum thickness, prior to being trimmed, the HMAC surface shall be considered deficient with respect to thickness, and the deficiency shall be rectified by removal and replacement at the specified thickness. i. Additional cores will be taken at 25 foot spacing to define the limits of deficiency. C. No additional compensation will be made to the contractor for thickness of HMAC surface greater than specified. 8.09.06 HMAC Mix Design A. The contractor shall provide a current HMAC mix design using the approved materials, indicating gradation and optimum asphalt content as determined by Test Method Tex-204-F. i. The mix design shall have a lab molded density of 96.5 percent using the Texas Gyratory compaction method. ii. New designs shall be submitted annually, or when material properties change. 110 Section 8 2020 Design Standards and Specifications Streets and Drainage Specifications iii. The aggregate mixture shall conform to the following master gradation: a. Type "C" Coarse Graded Surface Course — Curb and gutter street widths greater than 36 feet: Standard Crushed Rock Aggregate Cumulative Percent Passing (by weight) Passing 3/4" Sieve 95-100 Passing 3/8" Sieve 70-85 Passing No. 4 Sieve 43-63 Passing No. 8 Sieve 32-44 Passing No. 30 Sieve 14-28 Passing No. 50 Sieve 7-21 Passing No. 200 Sieve 2-7 (1) Design Produced Minimum VMA 14 percent (2) Plant Produced Minimum VMA 13 percent b. Type "D" Fine Graded Surface Course — Curb and gutter street widths of 36 feet or less and strip paved streets of any width: Standard Crushed Rock Aggregate Cumulative Percent Passing (by weight) Passing 1/2" Sieve 98-100 Passing 3/8" Sieve 85-100 Passing No. 4 Sieve 50-70 Passing No. 8 Sieve 35-46 Passing No. 30 Sieve 15-29 Passing No. 50 Sieve 7-20 Passing No. 200 Sieve 2-7 (1) Design Produced Minimum VMA 15 percent (2) Plant Produced Minimum VMA 14 percent c. HMAC Type is in reference to the ultimate full width street, not half width. iv. Material passing the No. 40 sieve shall be known as "soil binder" and shall maximum linear shrinkage value of 5. v. Mineral aggregate shall not contain more than 0.5 percent moisture prior to entering the pugmill for mixing with asphalt. vi. HMAC mixture shall consist of a uniform mixture of mineral aggregate and asphalt material. vii. The contractor's materials and mix design shall meet all the performance criteria addressed in these specifications. B. Coarse Aggregate i. Coarse aggregate must be approved for use by the Engineer and must be on the TXDOT source rating catalog or approved in writing by the City Engineer. ii. Coarse aggregate shall be the material retained on a No. 4 sieve, and shall consist of clean, washed, tough, durable fragments of crushed stone of uniform quality. a. Mixing or combining of crushed gravel and crushed stone will not be permitted. iii. Coarse aggregate shall be crushed to the extent that produces a minimum of 80 percent crushed faces for both Type "C" HMAC, and Type "D" HMAC, when tested in accordance with Test Method Tex-460-A Part I "Determination of Crushed Face Count". iv. Decantation shall be a maximum of 1.5 percent when tested in accordance with Tex- 217-F. Section 8 111 2020 Design Standards and Specifications Streets and Drainage Specifications v. Deleterious materials shall be a maximum of 2.0 percent when tested in accordance with Tex-217-F. vi. Coarse aggregate shall have a maximum loss of 25 percent when subjected to 5 cycles of the Magnesium Sulfate Soundness Test ASTM C-88. vii. The amount of organic matter, clays, loams, or particles coated therewith, or other undesirable materials shall not exceed 1.5 percent. C. Fine Aggregate i. Fine aggregate shall be that part of the aggregate passing the No. 10 sieve and shall be of uniform quality throughout. ii. A maximum of 15 percent of the total virgin aggregate may be field sand or other crushed fine aggregate. iii. Sand which exhibits no variation in particle size shall be limited to a maximum of 7 percent of the total virgin aggregate. iv. Screenings shall be of the same or similar material as specified for coarse aggregate. v. Linear shrinkage shall be a maximum of 3 percent. vi. Mineral filler shall consist of thoroughly dry stone dust, slate dust, Portland cement or other material dust approved by the Engineer. a. The mineral filler shall be free of foreign and other injurious matter and shall meet the following gradation: Standard Crushed Rock Aggregate Cumulative Percent Passing (by weight) Passing No. 8 Sieve 100 Passing No. 200 Sieve 55-100 D. Asphalt i. Asphalt shall be a Performance Graded (PG) 64-28, or better, unless otherwise shown on plans. ii. The contractor shall notify the Engineer of the source of asphaltic material for approval prior to production of the asphaltic mixture. a. The contractor shall notify the Engineer prior to any changes of the asphalt supplier or source. b. The Engineer may require a new mix design if changes of supplier or source occur. iii. Asphalt content shall not vary more than plus or minus 0.3 percent of design during production a. Asphalt content within that range is considered to be acceptable if no other defects are noted, with the requirement that adjustments shall be made during production to achieve the optimum asphalt content. b. If the asphalt content falls outside these parameters immediate action is required. c. If at any time the asphalt content varies to plus or minus 0.5 percent of optimum, production shall immediately cease and all affected material shall be removed. d. Production shall not be resumed until the contractor has provided sufficient evidence of the problem being corrected. e. A maximum of 10 percent approved RAP will be allowed within the surface course, as included in the submitted design. 112 Section 8 2020 Design Standards and Specifications Streets and Drainage Specifications 8.09.07 HMAC Placement A. Prior to production beginning, contractor must submit in writing a job mix formula (JMF) for the mix design proposed to be run on that project. The JMF will be held to tolerances as outlined. B. Prime and Tack Coats i. Prior to placing HMAC on flexible base, the surface shall be primed and cured 48 hours or until determined by the Engineer to be adequately cured, using an application of 0.20 gallons of asphalt per square yard of surface. a. The contractor shall strap the asphalt distributor in the presence of the inspector to verify the application rate. ii. Before any asphaltic mixture is laid, the surfaces against which the pavement is to be placed shall be cleaned, primed, and tacked to the satisfaction of the Engineer. a. The surfaces shall be given a uniform application of tack coat using asphaltic materials of this specification. (1) Prime coat will not be used as a tack coat. b. The tack coat shall be evenly and thoroughly applied with an approved sprayer as directed by the Engineer. (1) Mopping or brooming of tack coat is not allowed, unless prior approval by City Inspection Staff. (2) Minimum thickness shall be no less than 2 mil. thickness. c. All contact surfaces of curb and gutter, structures, and joints shall be sprayed with a thin uniform tack coat. iii. The prime coat shall be MC 30, and shall be applied in accordance with TxDOT Item 310 Prime Coat. iv. The tack coat shall be an asphalt material such as PG, AC-10. a. Asphalt materials cut with kerosene, diesel, or other petroleum solvent may not be used. C. HMAC Installation Requirements i. Pavement shall only be constructed on previously approved base. ii. HMAC surface shall not be placed until at least 48 hours after the application of the prime coat. iii. Placing of HMAC shall not start until 30 minutes after sunrise, and must stop and all equipment off the right of way 30 minutes prior to sunset. iv. Air temperature requirements for placing HMAC shall be as follows: a. HMAC shall not be placed when the air temperature is below 45 degrees F and falling. b. HMAC may be placed when the air temperature is above 45 degrees F and rising. c. The forecasted high must be 50 degrees or above for the day by the National Weather Service. v. Surface of roadway must be 60 degrees or higher prior to placing HMAC pavement, as determined in the field. vi. Air temperature and wind speed shall be determined by City of Lubbock inspector field measurement. If field measurement by inspector is not available the Texas Tech University Mesonet sites in Lubbock shall be used. vii. HMAC shall be placed at a temperature between 265 and 325 degrees F. a. Any HMAC material that is above or below the specified temperature range, measured at any point, shall be rejected by the Engineer. Section 8 113 2020 Design Standards and Specifications Streets and Drainage Specifications viii. When high winds occur, contractor must provide a water truck in order to minimize blowing dust. a. If the sustained winds reach 25 mph, all concrete and HMAC operations will cease production immediately. ix. The asphaltic mixture shall be dumped and spread on the approved prepared surface using an approved spreading and finishing machine. a. The material shall be placed in such a manner that when properly compacted the finished course is smooth, of uniform density, and in conformance with the cross - sections and grades shown on the associated plans. b. Wings of the laydown machine may not be dumped unless they are dumped after every load. c. The loose aggregate along the edge may not be raked back onto the mat. x. A level up course 1/2 inch to 2 inch in thickness shall require the use of Type D HMAC. xi. A level up course greater than 2 inch shall require the use of ASB. xii. When the asphaltic mixture is placed in a small area where use of a finishing machine is not practical, the contractor may use other methods approved by the Engineer provided a satisfactory surface can be obtained. xiii. Adjacent to curbs gutters or other flush structures, the surface shall be finished uniformly high so that when compacted it will be 1/4 inch above the curb or other concrete surface. xiv. All concrete structures shall be complete before asphalt is placed. xv. All joints shall present the same texture, density, and smoothness as other sections of the course. a. The joints between old and new pavements or between successive day's work shall be made to insure a continuous bond between the old and new sections of the course. xvi. The transverse edges of old pavement and, if required by the Engineer, the successive day's pavement shall be cut with an approved concrete saw to expose an even vertical surface for the full thickness of the course. xvii.All contact surfaces of previously constructed pavement shall be painted with a thin uniform coat of approved tack coat before the fresh mixture is placed. xviii. Special care shall be exercised in grading street intersections where dips or valley gutters are located so that the cross profiles present a smooth riding surface and so that the compacted asphalt thickness is not less than 2 inches. a. Crown section shall begin transition at a distance equal to one-half of the lip -to -lip roadway width from concrete intersection or valley gutter, as indicated on Standard Detail 36-11. xix. If the laydown machine is idling, the temperature of the asphalt shall remain between 230 and 345 degrees. If the temperature is outside this range the contractor must create a clean joint in the asphalt. xx. Any Utilities installed after placement of pavement but before certificate of completion will require pavement to be removed to the next joint. All edges shall be sawcut. D. HMAC Compaction i. HMAC surfaces shall be constructed to the following compacted thickness stated in 8.09.05(A) with a maximum of 0.5 inches more thickness for Type D and a maximum of 1.0 inches more thickness for Type C. No allowance will be made for less than minimum thicknesses. ii. Using appropriate rollers approved by the Engineer, the HMAC surface shall be compacted thoroughly and uniformly to a density between 94 percent and 98 percent 114 Section 8 2020 Design Standards and Specifications Streets and Drainage Specifications of the theoretical maximum gravity, with a lab molded target of 96.5 percent using the Texas Gyratory compaction method. a. All results will be calculated using the maximum theoretical Rice gravity. iii. Compaction less than 94 percent or greater than 98 percent will be considered deficient. iv. All deficient HMAC shall be removed and replaced as determined by the Engineer at the contractor's expense. v. HMAC shall meet all compaction requirements at the time of inspection. Re -rolling is not an approved method for achieving compaction requirements. vi. The contractor shall set rolling patterns using a thin lift nuclear gauge in order to ensure correct compaction. vii. Gasoline, oil, grease, solvents, or other foreign matter shall not be permitted to fall on the pavement when rollers are in operation or standing. viii. Places inaccessible to the rollers may be compacted using lightly oiled tamps. ix. Trenches and other limited areas where required compaction cannot be obtained using a three wheel roller shall be compacted with a trench type roller. x. The surface of the pavement after compaction shall be smooth and true to the established line, grade, and cross-section. xi. Finished surfaces, including asphalt and concrete, shall not have irregularities in excess of 1/8 inch when tested with a 10 foot straightedge. xii. Prior to acceptance, the contractor shall apply sufficient water to all paving surfaces, asphalt and concrete, to determine location of ponding. a. Ponded areas deeper than 1/8 inch shall be removed and replaced, or rectified as directed by the Engineer. xiii. Where the surface of Major or Minor Arterial paving is noticeably uneven the City may require measurement of the ride quality using the TxDOT Surface Test Type B. a. If the International Roughness Index (IRI) is determined to exceed 65 inches per mile corrective action shall be performed by diamond grinding, or other methods approved by the Engineer. b. If the IRI exceeds 95 inches per mile the pavement shall be removed and replaced. E. Emulsified Asphalt Sealer i. All HMAC surface courses shall be sprayed with an emulsified asphalt sealer consisting of a 15/85 mixture of CSS-1H, or 20/80 SS-1, liquid anionic asphalt and distilled water. ii. The emulsified asphalt sealer shall be applied after the HMAC surface has cooled to below 70 degrees F, and shall be applied at a rate of 0.10 to 0.12 gallons per square yard of surface. F. Release Agents i. Diesel shall not be used as a release agent. ii. Only approved agents (such as Black Magic or equivalent) will be used. iii. Diesel will not be permitted to be used on any tools or machinery that comes into contact with the HMAC. 8.09.08 Sampling of HMAC A. When sampling HMAC for testing purposes, the City of Lubbock representative will determine when the sample is taken and will split the sample with the contractor (at the contractor's request). B. A "referee" sample will be taken at the same time and held at the city laboratory until all test results are completed. Section 8 115 2020 Design Standards and Specifications Streets and Drainage Specifications C. If the contractor's results differ from the City's results the referee will be utilized and it will be run at an independent laboratory at the expense of the contractor, at which time all tests are final. D. If the contractor does not run quality control samples then no referee will be utilized and the City of Lubbock test results will be final. 8.09.09 Rejected HMAC Material A. Rejected HMAC material, either from the construction area or delivered to the job site shall be dumped on the job site outside the area of construction, and remain there until all construction is completed. If it is determined that unapproved material has been incorporated into the construction, all in place material shall be considered unapproved and shall be removed. C. No payment will be made for rejected material or construction. 8.09.10 Islands In Streets A. Islands in streets require City Council approval. i. As a condition of approval, persons requesting approval of islands within a street shall be required to submit to the City Engineer a street pavement structural design that exceeds the minimum standard specifications for street paving. ii. In general that shall mean an approved reinforced concrete pavement design. iii. The paving design shall apply to all street paving adjacent to, and 50 feet beyond any proposed island. The submitted request shall include the proposed pavement design, surface treatment of the island, types of plant materials, and methods and details of irrigation systems. 8.10 Micro-Surfad 8.10.01 Micro -surfacing materials and construction shall conform to TxDOT Specification Item # 350. There shall be no deviation from these specifications unless so directed by the Street Superintendent. 8.10.02 It shall be the responsibility of the Contractor to produce, transport, and place the micro - surfacing pavement and to ensure that the finished surface has a uniform texture and the micro -surfacing mat is fully adhered to the existing roadway surface. 8.10.03 Materials of Construction A. All materials that are to be stockpiled shall be protected from dust and other contamination. Mineral filler shall be stored in a manner that will keep it dry and free from contamination. C. All asphalt materials shall be kept free from contamination. D. Cationic Polymer -Modified Asphalt Emulsion i. Provide CSS-1P in accordance with TOOT Item # 300.2.D "Emulsified Asphalt". Aggregate i. Aggregate shall consist of clean, washed, tough, durable fragments of crushed stone of uniform quality and from a single source. ii. Aggregate shall meet TxDOT Class "A" surfacing classification. iii. Contractor shall include the amount of mineral filler added to the mix determining the total minus No. 200 sieve aggregate fraction. 116 Section 8 2020 Design Standards and Specifications Streets and Drainage Specifications iv. Aggregate shall meet the following gradation requirements: Standard Crushed Rock Aggregate Cumulative Percent Retained (by weight) Retained on 1/2" Sieve 0 Retained on 3/8" Sieve 0-1 Retained on No. 4 Sieve 6-14 Retained on No. 8 Sieve 35-55 Retained on No. 16 Sieve 54-75 Retained on No. 30 Sieve 65-85 Retained on No. 50 Sieve 75-90 Retained on No. 100 Sieve 82-93 Retained on No. 200 Sieve 85-95 v. Maximum Magnesium Sulfate Soundness shall be 30 percent (5 cycles) based upon TxDOT Test Method Tex-411-A vi. Minimum Sand Equivalent shall be 70 percent based upon TxDOT Test Method Tex- 203-F. F. Mineral Filler shall be free of lumps and foreign matter consisting of Type S Lime. G. Contractor shall adjust the mix design to attenuate the usage of Lime. H. Water shall be potable and free of harmful soluble salts. I. Use only approved additives as recommended by the emulsion manufacturer in the emulsion mix or in any of the component materials when necessary to adjust mix time in field. 8.10.04 Methods of Construction A. Equipment i. Equipment shall be kept in good working conditions with no leaks. ii. Any equipment that shows signs of leaks shall be fixed immediately and shall not be used until such leaks are fixed. iii. The mixing machine shall be a self-propelled micro -surfacing mixing machine with self - loading devices to promote continuous laying operations. iv. Mixing machine shall have sufficient storage capacity for mixture materials with individual volume or weight controls that will proportion each material to be added to the mixture. v. Mixing machine shall have a water pressure system and nozzle -type spray bar immediately ahead of spreader box capable of spraying the roadway for the width of the spreader box. vi. Scales used for weighing materials and emulsion must be calibrated and meet the requirements of TxDOT Item # 520. vii. Electronic Monitoring System a. The micro -surfacing machine shall be equipped with an electronic monitoring system that consists of pulse sensors measuring material delivery rates, a radar gun to monitor distance traveled, and programmable micro -controller, and operators display/input board and an on -board printer. b. System shall be capable of monitoring and displaying application rates and use of aggregate, emulsion, fines, water and additives. c. System shall be capable of calculating and displaying ratios of emulsion to aggregate, fines to aggregate, additive to aggregate, water to aggregate, and application rate in pounds per square yard. Section 8 117 2020 Design Standards and Specifications Streets and Drainage Specifications d. System shall be capable of printing a hard copy report on demand which displays the date, weight of aggregate, emulsion, fines, number of gallons of additive and gallons of water, and all of the above mentioned ratios since last reset. e. A computer -generated report providing statistics for the full work day shall be provided with each hand calculated daily run sheet. f. This system shall be accurate to within 1/2 of a percent of actual weights and measures for all parameters noted above. The system is not expected to calculate quantities and ratios for materials used in handwork and cul-de-sac areas. B. Air temperature requirements for placing micro -surfacing pavement shall be as follows: i. November 1 to April 1 a. Micro -surfacing shall not be placed when the air temperature is below 60 degrees F and falling. b. Micro -surfacing may be placed when the air temperature is above 50 degrees F and rising. ii. April 1 to November 1 a. Micro -surfacing shall not be placed when the air temperature is below 50 degrees F and falling. b. Micro -surfacing may be placed when the air temperature is above 50 degrees and rising. iii. Surface of roadway must be 60 degrees or higher prior to placing micro -surfacing pavement, as determined in the field. iv. Air temperature shall be determined by the Texas Tech University Mesonet sites in Lubbock, Texas. C. Placement of Micro -Surfacing i. The existing roadway surface shall be thoroughly clean and free of all vegetation, loose aggregate, and soil. ii. Existing raised pavement markers and thermoplastic markings shall be thoroughly removed. iii. When existing roadway surface conditions require, provide a water spray immediately ahead of the spreader box. a. Apply water at a rate that dampens the entire surface without any free -flowing water ahead of the spreader box. iv. Micro -surfacing shall be spread uniformly at a rate of not less than 25 pounds per square yard and no more than 30 pounds per square yard, or as directed. v. The spreader box shall be kept clean to minimize lumps. vi. Set and maintain the skis on the spreader box as to prevent chatter in the finished mat. vii. Adjust the rear seal to provide the desired spread viii. Adjust the secondary strike -off to provide the desired surface texture. ix. The finished mat shall be protected from traffic until it has cured and traffic will not harm it. x. Adjustments shall be made to the mixture to allow rolling traffic back on the surface in one hour. xi. Locations with turning or stop -and -go traffic shall be protected for longer periods of time. xii. Special care shall be taken by the Contractor to ensure that all manholes, water valves, and other surface structures are sufficiently protected from the micro -surfacing process by the use of a plastic membrane covering or other approved method. 118 Section 8 2020 Design Standards and Specifications Streets and Drainage Specifications xiii. The Contractor shall be responsible for uncovering each manhole, water valve, and other structure after the micro -surfacing pavement has been applied to the roadway surface. D. Rutting on Major Thoroughfares and Collector Streets i. Shallow ruts that are less than 1/2 inch in depth may be covered by a full width scratch box utilizing a steel primary strike -off plate. ii. Ruts that are between 1/2 inch and 1 inch in depth shall be filled independently with a fixed width spreader box no more than 6 feet wide. The rut filling box shall have a steel primary strike -off plate that is the same width as the spreader box. iii. Ruts that are in excess of 1 inch in depth shall be filled with a 5-foot wide rut filling spreader box specifically designed to fill wheel path ruts. This operation will require multiple placement passes to restore the pavement to its original cross section. Special care shall be used by the Contractor to ensure that the material has proper time to dry between applications to promote bonding between the original pavement and the micro -surfacing pavement. iv. Maximum micro -surfacing thickness applied as rut filling shall not exceed 1 inch for each pass required to restore pavement to the original profile. E. Asphalt Milling at Concrete Intersections i. All thoroughfares and collector streets which have concrete intersections or where concrete valley gutters intersect the street shall have the asphalt surface milled to such a depth as to allow a smooth transition between concrete and the completed micro - surfacing pavement. F. Scratch Course i. All "Scratch Course" applications shall be performed utilizing a steel primary strike -off plate. ii. This will allow the bottom, or "scratch course", to mitigate any irregularities and have a more uniform profile for the micro -surfacing pavement to be applied to. G. Finished Surface i. Micro -surfacing pavement finished grade shall be uniform in texture and free from excessive scratch marks, tears, and other surface irregularities. a. All such irregularities shall be repaired by the Contractor at their own expense. ii. Longitudinal joints shall be place on lane lines unless otherwise directed by the Engineer. iii. Joints shall be uniform in appearance when placed adjacent to existing joints. iv. Joints and edges shall be uniform and neat in appearance. v. All ruts, utility cuts, and depressions in the surface shall be filled in a separate pass from the final pass. 8.10.05 Hours of Operation A. Operating hours will be Monday through Saturday as outlined in Section 8.15 of these Specifications, unless otherwise directed by the Engineer. B. Hours of operation shall be: i. Major Thoroughfare: 7:00pm to 7:00am (Night) ii. Residential Areas: 7:00am to 7:00pm (Day) C. On major thoroughfares the micro -surfacing pavement shall be traffic ready by 7:00am, including all traffic control devices and barricades being removed from the roadway. Section 8 119 2020 Design Standards and Specifications Streets and Drainage Specifications 8.11 Storm Sewer 8.11.01 Storm sewer shall include installation of pipe, manholes, inlet structures, outlet structures, and all appurtenances associated with these items. 8.11.02 Contractor shall use only materials, tools, methods, and equipment considered standard by the pipeline construction industry, and approved by the Engineer. 8.11.03 Grade and horizontal alignment shall be maintained using a laser or batter boards. 8.11.04 Materials of Construction A. Storm Sewer Pipe i. As a standard, storm sewer shall be constructed using reinforced concrete pipe, either precast or cast in place. ii. Pipe shall conform to the requirements of AASHTO M170 or ASTM C76. Pipe shall be Class III unless otherwise noted on plan sheets. iii. Other pipe materials may be considered for approval by the Engineer based on engineering and design criteria. B. Mortar i. Mortar shall be used for grouting and filling between pipe and drainage structures. ii. Mortar shall be composed of 1 part, by volume, of Portland cement and 2 parts of mortar sand. a. Portland cement shall conform to the requirements of ASTM C150, Type I. b. Sand shall conform to the requirements of ASTM C144. iii. Hydrated lime may be added to the mixture of sand and cement in an amount equal to 15 percent of the weight of cement used. a. Hydrated lime shall meet the requirements of ASTM C6. iv. Mortar which has not been used after 45 minutes of having water added shall be discarded. a. Mortar may not be retempered by having water added. C. Preformed Bituminous Gasket Joints i. Preformed bituminous gaskets for concrete non -pressure pipe shall conform to the requirements ASTM D994, and shall be Ram-Nek or approved equal. ii. Gaskets shall be installed in accordance with manufacturer's recommendations and shall form a water -tight joint. D. Manholes, Frames, and Covers i. Manhole barrel, cone and extension sections shall be constructed of precast concrete. ii. A plant inspection may be required for production facility inspection and to review record -keeping for material certification. iii. The manufacturer must provide certification that all materials used for manufacturing meet with the following ASTM Specifications: ASTMSpecification Material ASTM C33 Aggregates ASTM C150 Cement ASTM C39 Sampling Specimens ASTM A-615 or A-996 Reinforcing ASTM C144 Sand and Mortar 120 Section 8 2020 Design Standards and Specifications Streets and Drainage Specifications iv. Precast concrete sections for manholes shall conform to ASTM C478 specifications. a. Compressive strength test results must verify concrete strengths meet or exceed 4,000 psi. v. Joints, excepting grade rings, shall be tongue and groove or an equivalent male and female type joint as approved by the Engineer. a. Joints shall be effectively jointed to prevent leakage and infiltration. b. Connections between wall sections shall be joined with Conseal Joint Sealant or approved equal to provide a watertight manhole. (1) Sealant will be provided by supplier and will be considered an essential part of each shipment. vi. Cones and adjusting rings shall maintain a clear 30-inch opening. a. Adjusting rings shall be reinforced with the same percentage of steel as risers and tops and will also meet ASTM C478 specifications. b. Adjusting rings, as well as all precast concrete manhole products, shall be smooth, uniform in size and dimensions, consistent in components throughout and free of voids or honeycombs. vii. Manholes shall be designed to withstand H-20 AASHTO loading. viii. Manholes shall also have lifting holes that do not protrude through manhole wall. a. One full inch of concrete thickness must remain between lift hole and outside wall of manhole. ix. Manhole barrels shall be assembled of precast riser section. a. Riser sections and top cone sections shall be placed vertically with tongues and grooves properly keyed. x. Invert channels shall be smooth and semi -circular in shape conforming to the inside of the adjacent pipe section. a. Changes in direction of flow shall be made with a smooth curve of as large a radius as the size of the manhole will permit. b. Changes in size and grade of the channels shall be made gradually and evenly. c. Invert channels may be formed directly in the concrete of the manhole base or may be half -pipe laid in concrete. d. The floor of the manhole outside the channel shall be smooth and shall slope toward the channel not less than one inch per foot, nor more than two inches per foot. xi. Connections between the riser or base sections and the sewer pipe shall be joined in such a manner as to make the manholes watertight. a. Preformed rubber waterstop gaskets cast into the riser or base section are acceptable. b. Preformed flexible plastic sealing compounds equivalent to "Ram-nek" or "Kent Seal" may be used provided a watertight seal is achieved. xii. Adjusting rings may be used for adjusting the top elevation of manholes. a. Each manhole shall have a minimum of 6 inches of grade adjustment. b. Total height of the adjusting rings shall not exceed 12 inches at any manhole. c. Concrete shall be placed around and under the rings to provide a seal and seat the ring at the proper elevation. xiii. Frames and Covers a. Manhole frames and covers shall be of good quality gray iron casting and conform to ASTM A48, having a clear opening of not less than 22 inches. b. The casting shall be designed with a full bearing ring so as to provide a continuous seat between frame and cover. Section 8 121 2020 Design Standards and Specifications Streets and Drainage Specifications c. The cover shall be furnished with lifting ring cast into the cover in such manner as to prevent water leaking through. d. Frame and cover shall have a weight of not less than 275 pounds. e. The manhole ring and cover shall conform with Plate SS-2. 8.11.05 Methods of Construction A. All equipment necessary and required for the proper construction of storm sewers, manholes and culverts shall be on the project, in first-class working condition, and approved by the Engineer before construction is permitted to start. B. If precast concrete pipe or manhole sections are used, the Contractor shall provide appropriate hoisting equipment to handle the pipe or sections while unloading and placing it in its final position without damage to the pipe. C. The Contractor shall provide hand tampers and pneumatic tampers to obtain the required compaction of the pipe bed, the manhole bed and the backfill, as specified. D. Excavation and Trenching i. The Contractor shall do all excavation to the depth shown on the plans. ii. Where rock, or soil containing rocks or gravel, hard pan or other unyielding foundation material is encountered in trench excavation, the pipe shall be bedded in accordance with the requirements of one of the classes of bedding, and the hard unyielding material shall be excavated below the elevation of the bottom of the pipe or pipe bell to a depth of at least 8 inches or 1/2 inch for each foot of fill over the top of the pipe, whichever is greater, but not more than three -fourths the nominal diameter of the pipe. a. The cushion shall consist of a fine compressive material, such as silty clay or loam, lightly compacted, and shaped as required for the specified class of bedding. b. The cost of furnishing and placing the cushion material shall be included in the bid price per linear foot of pipe in place. c. The bottom of the trench shall be excavated to a horizontal section as far as practicable. iii. Excavated material not required or acceptable for backfill shall be disposed of by the Contractor as directed by the Engineer. iv. Excavation shall not be carried below the required depth; but when it is, the trench shall be backfilled at the Contractor's expense with material approved by the Engineer and compacted to the density of the surrounding earth material as determined by AASHTO T180. v. When directed, unstable soil shall be removed for the full width of the trench and replaced with sand or with approved granular material. a. The Engineer shall determine the depth of removal of unstable soil and the amount of backfill necessary. vi. Backfill shall be compacted and shaped to a firm but slightly yielding condition to form the bed for the pipe. vii. Grades for pipe shall be as shown on the drawings. No changes in grade will be made unless so directed by the Engineer. viii. The minimum width of the trench at the top of the pipe, when placed, shall be a width which will permit the proper construction of joints and compaction of backfill around the pipe. ix. The sides of the trench shall be vertical, unless otherwise approved by the Engineer. x. The width of the trench shall provide adequate working room for installation, joining and proper compaction along both sides of the pipe. 122 Section 8 2020 Design Standards and Specifications Streets and Drainage Specifications a. Trenches shall conform to the following dimensions, unless otherwise shown on the Plans: Pipe Size Min. Trench Width Max. Trench Width Less than 18" Pipe O.D. +12" Pipe O.D. +18" 18" thru 36" Pipe O.D. +18" Pipe O.D. +24" 37" thru 60" Pipe O.D. + 24" Pipe O.D. + 30" b. The width of the trench above the top of the pipe may be as wide as necessary for shoring, bracing or proper installation of the pipe. c. Excavation in paved areas shall be confined to a minimum practical width. A. The bed for pipe shall be so shaped that at least the lower quarter of the pipe circumference shall be in continuous contact with the bottom of the trench. xii. Manholes a. The excavation for manholes shall be essentially the same as that for the piping. b. The sides of the excavation shall be vertical unless otherwise approved by the Engineer. c. The Contractor shall do such trench bracing, sheathing or shoring necessary to perform and protect the excavation as required for safety and conformance to applicable laws and regulations. d. Bracing, sheathing, or shoring shall not be removed in one operation but shall be done in successive stages to prevent overloading of the pipe during backfilling operations. e. The cost of the bracing, sheathing, or shoring and the removal of same, shall be included in the unit price bid per foot for the pipe. xiii. Surface water shall be prevented from entering the excavation. xiv. Heavy equipment, except for excavating equipment, shall not be operated within 20 feet of the edge of the excavation. xv. Excavated materials shall be stockpiled no closer than 3 feet from the edge of the excavation. E. Pipe Installation i. Contractor shall provide the appropriate tools and methods to insure installation of the pipe to line and grade, as shown on the drawings. ii. Contractor's method for lowering pipe into the trench shall be such that neither the pipe nor the trench will be damaged or disturbed. iii. The Engineer shall inspect all pipe before it is placed in the trench. iv. Any section that is damaged by handling or is defective to a degree which, in the opinion of the Engineer, will materially affect the function and service of the pipe shall be rejected and removed from the job site. v. Installing pipe in the finished trench shall be started at the lowest point and laid upgrade. a. For tongue and groove pipe, the grooved end shall be laid upgrade. vi. The pipe shall be firmly and accurately installed to line and grade so that the invert will be smooth and uniform. vii. The pipe shall be protected from water during placing and until the concrete, for cast - in -place pipe, or the mortar, for joints of precast or cast in place pipe, has thoroughly set. a. The contractor shall provide temporary diversions as necessary to prevent surface water flow into the excavation. viii. Pipe shall not be laid or installed on frozen ground. Section 8 123 2020 Design Standards and Specifications Streets and Drainage Specifications ix. Pipe which is not true in alignment, or which shows any change in grade after laying or installing, shall be taken up and re-laid or re -installed without additional compensation. x. Mortar shall be used for caulking and filling between the pipe and the drainage structures. xi. Mortar that is not used within 45 minutes after water has been added shall be discarded. a. Retempering of mortar shall not be permitted. xii. Pipe joints for precast concrete pipe shall be of the tongue and groove type. xiii. Joints shall be made water tight by means of a preformed bituminous gasket. a. Gaskets shall be installed as recommended by the pipe manufacturer. xiv. Field poured concrete bases shall be at least 12 inches thick and not less than 12 inches greater diameter than the outside diameter of the manhole riser section. xv. Concrete shall be Class A at a minimum 3000 psi 28 day compressive strength. xvi. Concrete placement shall conform to ACI and good construction practices. xvii.Concrete shall be consolidated and struck -off to a horizontal surface within the forms or pouring rings. xviii. Field poured concrete bases shall be reinforced as detailed on the Plans or as shown in the Standard Details. xix. Manholes shall be constructed to ASTM C-891 standards. xx. Precast reinforced concrete bases shall be of the size and shape detailed on the Plans or as shown in the Standard Details. F. Backfilling i. All trenches and excavations shall be backfilled as the pipes and manholes are installed, unless otherwise directed by the Engineer. ii. Outside of street right of way the backfill material shall be selected granular material from excavation or borrow; material which is placed at the sides of the pipe and manhole and 1 foot over the top shall be material which can be readily compacted. a. It shall not contain stones retained on a 2-inch sieve, frozen lumps, chunks of highly plastic clay, or any other material which is objectionable to the Engineer. b. The material shall be moistened or dried, if necessary, to be compacted by the method in use. c. Backfill material shall be approved by the Engineer. iii. The backfill shall be placed in loose layers not to exceed 6 inches in depth along each side of the pipe and manhole. a. Special care shall be taken to secure thorough compaction under the haunches and at the sides of the pipe and manhole. b. This backfill shall be brought up evenly on each side of the structure to an elevation of 1 foot over the top of the pipe, or such greater elevation as directed by the Engineer. c. Backfilling shall be done in a manner as to avoid injurious top or side pressures on the pipe and manhole. d. Backfill shall be compacted to minimum 95 percent Modified Proctor Density. iv. Unless otherwise directed by the Engineer or plans, excavation within street right of way shall be backfilled with flowable fill material (2-sacks of cement per cubic yard concrete mix) to 2 inches below the asphalt surface. a. The pipe shall be restrained so that during the pour the pipe shall not be displaced. v. Movement of construction machinery over a culvert, pipeline, or manhole shall be at the Contractor's risk. 124 Section 8 2020 Design Standards and Specifications Streets and Drainage Specifications a. Any damaged construction shall be removed and replaced at the Contractor's own expense. 8.11.06 Trench Protection A. Trench excavations not exceeding five feet in depth shall be protected in accordance with applicable OSHA, state, and local requirements. B. Trench excavations greater than five feet in depth shall be protected in accordance with the following specifications. i. All work performed under this section shall also comply with OSHA Part 1926, Subpart P and all State and Local codes. ii. The Contractor shall be responsible for complying with all trench safety requirements, the requirements of the specifications, drawings and all applicable codes. iii. Trench protection shall be performed by forces having at least two years experience with similar types of trench safety systems. iv. The manufacturer of prefabricated items used in trench safety systems shall have at least two years of experience in fabricating the items. v. The contractor shall provide detailed drawings for proposed trench safety systems. a. The drawings shall identify where each system is proposed for use and type of system to be used. vi. Trench excavations shall not be started until trench safety systems have been submitted and approved by the Engineer. vii. If trench boxes are to be used, the contractor shall submit manufacturer's standard data sheet and certificate of compliance stating the maximum allowable depth for the given design pressure for each type of trench box proposed for use. viii. If alternative systems composed of steel, aluminum, wood or a combination of materials are proposed, the contractor shall submit design data demonstrating the ability of the proposed materials to provide the necessary trench protection. ix. Materials used for trench safety shall be capable of withstanding imposed loads without excessive deflections. x. Materials shall be clean, free of rust, holes, knots and other defects, and shall conform to the following: a. Steel — Steel shall be of type and thickness as required and shall have a minimum yield stress of 36 ksi. b. Aluminum — Type 6061-T6, thickness as required. c. Wood in Contact with Earth — Pressure treated woods. d. Wood not in Contact with Earth — Soft or hardwood as required. 8.12 Fences 8.12.01 Unless otherwise indicated on plans, existing fences which must be adjusted or relocated shall be reconstructed using the same or equivalent materials, height, and construction in the proper location. 8.12.02 The contractor shall remove existing fences and either store for reuse or legally dispose of the fence materials, as directed by the Engineer. 8.12.03 New fence construction shall be in accordance with specifications and details included on plan sheets. Section 8 125 2020 Design Standards and Specifications Streets and Drainage Specifications 8.13 Salvaae of Asphalt Pavi 8.13.01 All salvaged asphalt material shall be broken into pieces not more than 2 inch in size and stockpiled at a location indicated in the plans. 8.13.02 Any non -asphaltic materials, such as flexible base and soil, shall be kept separated from the salvaged asphalt. 8.14 Traffic Control 8.14.01 Prior to starting work on any project covered by these specifications, the contractor shall submit a Traffic Control Plan for approval by the Engineer. A. The contractor shall have the sole responsibility for providing, installing, moving, replacing, maintaining, cleaning, and removing upon completion of work, all traffic control devices. B. The Traffic Control Plan and devices shall be in compliance with the Texas Manual of Uniform Traffic Control Devices (MUTCD). 8.14.02 The Traffic Control Plan approved by the Engineer shall be considered the minimum requirement for the project. A. The contractor shall provide additional devices as determined to be necessary during the project. B. If at any time during construction the approved plan does not accomplish the intended purpose, due to weather or other conditions affecting the safe handling of traffic, the contractor shall immediately make necessary changes to correct the unsatisfactory conditions. 8.14.03 The contractor shall provide and maintain at least one driveway to each property open directly to the project corridor, at all times during construction. A. Driveway width to remain open shall be appropriate for the character and volume of traffic accessing the property, and shall require approval by the Engineer. B. No driveways shall be closed along the project corridor without either a comprehensive access management plan approved by the Engineer, or approval for individual closures from the Engineer. C. The contractor shall notify affected property owners a minimum of two (2) days in advance of any driveway restriction or closure. 8.14.04 All signing and barricading shall be in place before construction operations are started and during all times construction is in progress. A. All hazards shall be clearly marked and adequately protected. 8.14.05 If pedestrian walkways are blocked, pedestrian control shall conform to "Typical Sidewalk and Curb -Lane Closure for Pedestrian Control" as indicated in Texas MUTCD. 8.14.06 If traffic control is not specifically stated in the bid proposal, no separate payment will be made for traffic control. The required plan and devices shall be considered to be subsidiary to pay items. 8.14.07 During the period the Contractor is directing traffic over the base, the surface shall be satisfactorily maintained by the use of sprinkling and blading as required, so that no hazard will result. A. The base course shall be maintained until the wearing surface is placed thereon. 126 Section 8 2020 Design Standards and Specifications Streets and Drainage Specifications B. At no time during the period of construction shall driveways and/or alleys be left impassable between the night hours of 6:00 PM to 6:00 AM, except during the construction of curb and gutter for which the driveways and/or alley's shall remain closed not more than 4 days. C. Contractor shall give a minimum of one (1) day advance notice of the work schedule to affected property owners, and shall conduct construction efforts so as not to create a disturbance or nuisance. 8.14.08 All spoil piles must be 3' from travel lanes or have a traffic barrier that will prevent the soil from encroaching on travel lanes. 8.14.09 If roll off dumpsters are placed on street paving, then the paving must be protected from damage. 8.15 Prosecution of the Work and Working Days 8.15.01 As a standard, no work will be performed on weekends, nights, or holidays. A. Requests by the contractor to work evenings, weekends, or holidays must be made and processed in accordance with current City of Lubbock Administrative Policies and Procedures "Construction on Weekends, Nights, or Holidays". B. If the request is approved, the contractor shall be responsible for all City personnel costs associated with the work. C. If the Engineer determines that it is necessary and appropriate to work after dark or before daylight, the contractor shall provide adequate lighting as required to allow prosecution of the work equivalent to that in daylight hours. 8.15.02 Working Days Definition A. City contracted paving projects will be based on working days allowed. i. No requests for extensions of time will be considered. B. A working day is defined as a calendar day, not including Saturdays, Sundays, or City of Lubbock designated holidays, in which weather or other conditions beyond control of the contractor will permit the performance of the principal unit of work for a continuous period of not less than 7 hours between 7:00 am and 6:00 pm. i. Work on Saturdays, Sundays, or City of Lubbock designated holidays must be authorized by the Engineer. ii. For each Saturday, Sunday, or City of Lubbock designated holiday on which the Contractor chooses to work and has authorization from the Engineer to work, 1 day will be charged against the contract working time. iii. Work on Sunday will not be authorized except in cases of extreme emergency, as determined by the Engineer. C. Working days will be considered to begin on the effective date stated in the Notice to Proceed, unless the contractor is unable to begin work on that date due to factors beyond their control as determined by the Engineer. i. In that event, time charged against the project will begin on the date the contractor could first work a minimum of 7 hours as described above. D. The Engineer will furnish the contractor a monthly statement showing the number of working days used and the working days remaining. i. The contractor shall be allowed 10 calendar days in which to protest the correctness of each statement. Section 8 127 2020 Design Standards and Specifications Streets and Drainage Specifications ii. The protest shall be in writing, addressed to the Engineer, and shall indicate basis of the protest. iii. The Engineer shall respond to the protest within 10 calendar days of receiving the protest. iv. Failure to file a protest within the allotted 10 days for any statement shall indicate the contractor's approval of the time charges as shown on that period's time statement, and future consideration of that time statement will not be permitted. 8.15.03 Work Between November 1 and January 2, and on Other City Holidays A. If conditions are such that, in the opinion of the Engineer, construction will negatively affect local businesses during holiday periods, the Engineer may suspend construction operations from November 1 to January 2. B. The City of Lubbock observes specific holidays, and City staff is not required to work those days. i. As standard procedure, construction operations that require testing/inspection may not be performed on those holidays. ii. If the contractor needs to perform construction operations that require City personnel on holidays, the contractor shall make a written request for authorization to work from the Engineer. iii. The request shall state the reason the work is necessary, and shall state that the contractor agrees to pay the City for the related personnel expenses including salary, overtime, and benefits. iv. If City personnel are available, the Engineer may approve the request. 8.16 Measurement and Pavment 8.16.01 The unit price bid for all bid items shall include furnishing and installing all materials, excavation, filling, backfilling, reinforcement, forming, finishing, joint cutting, joint sealing, and all incidentals necessary to complete the work, except as otherwise specified, necessary or incidental to complete the various items of work in accordance with the plans and specifications. A. Cost of work or materials shown on the plans or called for in the specifications and for which no bid item is indicated shall be considered subsidiary to the various bid items. i. No separate payment shall be made for such subsidiary work or materials. B. Payment will not be made for any item that is not complete, including all associated incidental work. C. All of the items covered by these standard specifications may not be included in a particular project. D. Only those items indicated on bid documents and plan sheets shall be included for construction and payment. 8.16.02 Separate Curb and Gutter A. Measurement will be made of the linear feet of separate curb and gutter actually constructed. B. Separate curb and gutter will be paid for at the unit price bid per linear foot. C. The 24-inch curb and gutter shall be considered standard; The 30-inch curb and gutter shall be used only if specifically indicated on plans or bid documents. 128 Section 8 2020 Design Standards and Specifications Streets and Drainage Specifications D. Curb on a slab that is part of a sidewalk, driveway, alley return, alley paving, valley gutter and fillets, drainage channel, or wheelchair ramp will be considered to be subsidiary to those items, and no separate payment will be made for such curb. 8.16.03 Concrete Flat Slabs - Sidewalk, Driveway, Alley Return, Alley Paving, and Valley Gutters and Fillets A. Measurement will be made of the area, in square feet, of flat slab actually constructed. B. Flat slabs will be paid for at the unit price bid per square foot for each specific type of slab. C. Curb on sidewalks, driveways, alley returns, alley paving and valley gutters and fillets shall be included in the area measured for the slab and will not be paid for as a separate item as curb and gutter. 8.16.04 Curb Ramps (Handicap Ramps) A. Measurement will be made of the area, in square feet, of curb ramp actually constructed, including surface treatments and top surface area of any curb above the slab. B. Landings, wings, and ramps will be paid for per square foot as 4 inch thick sidewalk. C. Curb ramps will be paid for at the unit price bid per square foot. No separate payment will be made for curb as part of a ramp. 8.16.05 Concrete Drainage Channel A. Measurement will be made of the area, in square feet, of drainage channel actually constructed, including top surface area of any curb above the slab. B. Drainage channel will be paid for at the unit price bid per square foot. 8.16.06 Retaining Walls A. Retaining wall will be considered as that portion of concrete construction which constitutes a separate reinforced structural member for soil retention, extending above and below a surface slab. B. Measurement will be made of the linear feet of retaining wall actually constructed. C. Retaining wall will be paid for at the unit price bid per linear foot. 8.16.07 Concrete Median A. Measurement will be made of the area, in square feet, of median actually constructed. B. Median will be paid for at the unit price bid per square foot. 8.16.08 Concrete Street Paving A. Measurement will be made of the area, in square yards, of concrete street paving actually constructed. B. Concrete street paving will be paid for at the unit price bid per square yard. 8.16.09 Sawing and Sealing of Joints in Concrete Street Paving A. Measurement will be made of the linear feet of sawed and sealed joints actually constructed. B. Sawing and sealing of joints will be paid for at the unit price bid per linear foot. 8.16.10 Curb and Gutter Removal A. Measurement will be made of the linear feet of curb and gutter actually removed. Section 8 129 2020 Design Standards and Specifications Streets and Drainage Specifications B. Payment will be made at the unit price bid per linear foot of curb and gutter removed. C. The contractor shall ensure that the Engineer has the opportunity to measure the linear feet of curb and gutter prior to removal. D. If curb and gutter is removed without measurement by the Engineer, no payment will be made for that removal. 8.16.11 Concrete Slab Removal and Disposal A. Measurement will be made of the area in square feet of concrete slab actually removed and legally disposed of. B. The contractor shall ensure that the Engineer has the opportunity to measure the area of concrete slab prior to removal. C. If concrete slab is removed without measurement by the Engineer, no payment will be made for that removal and disposal. D. Payment will be made at the unit price bid per square foot of concrete slab removed and disposed of. 8.16.12 1-1/2 Sack (141 Ibs) Flowable Fill A. Quantities of 1-1/2 sack (141 Ibs) flowable fill will be determined from tickets provided by the drivers of the delivery trucks. B. Payment will be made at the unit price bid per cubic yard of in place 1-1/2 sack (120 Ibs) flowable fill. 8.16.13 Asphalt Paving A. Measurement will be made of the area, in square yards, of asphalt paving actually constructed. B. The unit price bid shall include furnishing and installing all materials, subgrade preparation, construction of caliche or asphalt stabilized base as specified, excavation, filling, tack and prime coats, HMAC surface, emulsion seal, and all incidentals necessary to complete the work C. Payment will be made at the unit price bid per square yard of asphalt paving. 8.16.14 Asphalt Paving Repair A. Measurement will be made of the area, in square yards, of in place asphalt paving repair. B. The unit price bid shall include removal of existing surface materials, furnishing and placing all asphaltic materials, sawing of existing paving edges, smoothing and preparation of the existing base, tack and prime coats, compaction, and all incidentals necessary to complete the work. C. Payment will be made at the unit price bid per square yard of paving repair. 8.16.15 Micro -Surfacing A. Micro -surfacing will be measured by the ton of composite micro -surfacing mixture used, defined as the asphalt emulsion, aggregate, and mineral filler. B. The unit price bid shall include surface preparation, furnishing, hauling, preparing, and placing materials, and all required equipment, labor, tools and incidentals necessary to complete the work. C. Payment will be made at the unit price per ton of composite micro -surfacing mixture used. 130 Section 8 2020 Design Standards and Specifications Streets and Drainage Specifications 8.16.16 Excavation and Grading Outside Limits of Construction A. Volume of excavation or fill, in cubic yards, will be determined by average end area method. B. The unit price bid shall include all labor, equipment, and incidentals necessary to excavate or fill the site to the grades established by the Engineer. C. No separate payment will be made for disposing of excess material. D. Payment will be made at the unit price bid per cubic yard of completed excavation or fill. 8.16.17 Ditch Grading and Unpaved Street Surface Grading A. Measurement will be made of the linear feet of ditch or street grading. B. No separate payment will be made for disposing of excess material. C. Payment will be made at the unit price bid per linear foot of completed ditch or street grading. 8.16.18 Traffic Control A. Set up and maintenance of traffic control plans indicated as a bid item in the contract will be paid for on a per day basis for each day the control plan devices are required to be in place. B. If no bid item for traffic control is included in the contract it shall be considered to be subsidiary to bid items, and no separate payment shall be made for traffic control. 8.16.19 Mobilization A. Contractor mobilization indicated as a bid item in the contract shall be paid for as a lump sum. If no separate bid item for mobilization is included in the contract it shall be considered subsidiary to contract bid items, and no separate payment shall be made for mobilization. 8.17 Restoration and Clean Up 8.17.01 After any construction covered by these specifications is completed, the Contractor shall remove all equipment, surplus materials, and rubbish from the site. 8.17.02 The contractor shall restore all disturbed areas to their original condition satisfactory to the Engineer, including sidewalks, driveways, curb or curb and gutter, sprinkler systems, and turf or landscaping disturbed outside the defined construction area. 8.18 Certificate of Completion and Warranty 8.18.01 Within 30 calendar days after the Developer or Developers Engineer has given written notice that the improvements have been substantially completed, the City shall inspect the completed improvements and provide a punch list if necessary. A. If it is mutually determined that the improvements have been constructed in accordance with the engineering plans and the City of Lubbock Engineering Minimum Design Standards and Specifications, the Developers Engineer shall submit Record Drawings, Certificate of Completion and Developers Warranty Statement (Copies of the Certificate of Completion and the Developers Warranty Statement are included in the City of Lubbock Engineering Minimum Design Standards and Specifications). Upon receipt of the Developers Certificate of Completion, Record Drawings and the Developers Warranty Statement, the City will accept improvements within 30 calendar days; unless exception is given in writing. Section 8 131 2020 Design Standards and Specifications Streets and Drainage Specifications C. Neither the Final Payment nor the Certificate of Completion shall relieve the Developer or Contractor of responsibility related to warranty of materials or workmanship. D. The Developer shall remedy any defects due to faulty materials or workmanship that appear within 2 years from the date of acceptance by the City of Lubbock. 132 Section 8 2020 Design Standards and Specifications Streets and Drainage Check List SECTION 9 CHECK LIST FOR STREETS AND DRAINAGE CONSTRUCTION PLANS 9.01 Plan Submittal Reauirements 9.01.01 All street and drainage improvements construction plans shall be checked for conformance with City of Lubbock Standard Specifications for Street and Drainage Construction prior to submittal to the Engineering Department. Approval of plans is for general conformance with the City of Lubbock Minimum Design Standards and Specifications. Approval of plans shall not relieve the Engineer or Developer from any City, State or other governing requirements nor for errors or omissions in the plans and specifications. 9.01.02 Plan Review A. The Design Engineer shall submit Paving and drainage construction plans to the City Engineer or designee for review and comment. The Design Engineer shall use the City of Lubbock Customer Self Service (CSS) website to submit plans. http://egovaccess.ci.lubbock.tx.us/EnerGov Prod/SelfService/#/home B. Please call 806-775-2347 if you have any questions regarding the CCS submission process. C. Upon completion of review and receipt of payment for appropriate Plan Review fees, comments shall be returned to the Design Engineer on the CSS website. i. Plans requiring resubmittal for substantial changes as determined by City Engineer or Designee may require payment of an additional Plan Review fee. D. After comments have been addressed and changes have been made the Design Engineer will submit the revised plan using CSS website. i. If comments have not been addressed on plans submitted for final approval for construction the plans will be rejected. ii. If testing and inspection fees have not been paid, plans will be rejected. E. Upon approval, the city will return an electronic copy of the plan stamped "Approved for Construction" through the CSS web site. i. The design Engineer will be required to submit two half size copies of the approved for construction stamped plans. F. Final construction plans should not be submitted for Engineering Department approval for work that will not be installed within 6 months of the approval date. i. Delays between approval date and construction may require resubmittal of the plans for review under current standards. 9.01.03 Construction Cost Estimate and Fees A. Two (2) sets of preliminary Cost Estimates shall be submitted for review at the time of plan review submittal. i. The preliminary Estimate shall be based upon reasonable estimates for the work as established by the Design Engineer. B. Two (2) sets of final Cost Estimates shall be submitted for review and reference at the time that a contract is awarded for the work. i. The final Cost Estimate shall be based upon actual contract values. C. Plan Review Fees in the amount of 0.5 percent of the final Estimate amount (minimum $50) shall be submitted prior to construction. Section 9 133 2020 Design Standards and Specifications Streets and Drainage Check List D. Inspection and Testing Fees in the appropriate amount of the final Cost Estimate amount (minimum $125) shall be submitted prior to construction. E. Inspection and Testing Fees shall be based on the following requirements: Cost Estimate Range Testin and Inspection Fee Percent Multiplication Factor Up to $20,000 4.0 0.04 $20 001 - $25 000 3.75 0.0375 $25,001 - $30,000 3.5 0.035 $30,001 - $40,000 3.25 0.0325 $40 001 - $50 000 3.0 0.03 $50,001 - $75,000 2.5 0.025 $75,001 - $150,000 2.0 0.02 Greater than $150,000 1.5 0.015 9.01.04 Checklist A. A copy of the completed "City of Lubbock Pavement Submittal Checklist" shall be submitted at the time of plan review submittal. The checklist can be found in the Appendix. 9.01.05 Construction Plans A. All plans to be used or kept on the job site shall be original or reproduced plan sets clearly marked "Approved for Construction" with the signature of reviewer and date approved by the Engineering Department. B. Should circumstances during construction warrant changes from the approved plans or specification, as determined by the City Inspector, a written approval must be obtained from the City Engineer. i. Copies of the written approval shall be attached to the construction plans and maintained on the job site. 9.01.06 Record Drawings A. The Design Engineer shall be responsible for recording constructed dimensions, grades, elevations and additional information on a set of Record Drawings during the progress of construction. i. The City of Lubbock Engineering Department shall monitor this process to assure that changes in construction are kept up to date on the Record Drawings. B. Digital PDF "Record Drawings", certified by the Design Engineer and the City of Lubbock Engineering Department, shall be submitted to the City within 30 days of completion of the construction. C. Where the construction is phased and a lapse of more than 60 days occurs between phases, then Record Drawings shall be presented to the City of Lubbock Engineering Department reflecting the completed construction prior to issuance of the Certificate of Acceptance of Streets and Drainage Improvements. D. Items required to be submitted with Record Drawings: i. Letter of Transmittal ii. Record Drawing iii. Updated Construction Cost Estimate iv. Certificate of Completion (Provided to Contractor from City Inspector) v. Developer's Warranty Statement (See Appendix) 134 Section 9 2020 Design Standards and Specifications Streets and Drainage Check List 9.01.07 Acceptance A. Upon completion of construction, satisfactory tests, completion of punch list items, and submittal of Record Drawings, the Design Engineer shall submit a request to the City Engineer for a Certificate of Acceptance of Streets and Drainage Improvements. Section 9 135 2020 Design Standards and Specifications Streets and Drainage Check List 9.02 Plan Details 9.02.01 Plan Format A. All drawings shall be no larger than 22-inch by 34-inch in size. 9.02.02 The following information shall be shown on the plans: A. General i. Title Block (lower right hand corner preferred) ii. Scale a. Horizontal 1"=20' or 1"=50' b. Vertical 1"=1' (preferred) or 1"=2' (maximum) iii. Original Date and Revision Dates iv. Name of Professional Engineer v. Professional Engineer's Seal vi. Firm Name and Contact Information vii. Legal Description of Property Being Improved viii. Drawings Number (s) ix. City of Lubbock Engineering Department Contact Information: a. Streets Inspector: 775-3750 x. Statement: "All work shall be performed in accordance with the current version of the City of Lubbock Minimum Design Standards and Specifications." B. Plan i. Bench Marks and USGS Datum ii. North Arrow iii. ROW Lines, Property Lines and Lot Numbers iv. Street Names and Easements with Width Dimensions v. Existing Curbs and Paving (Gray) vi. Proposed Curbs and Paving (Bold) vii. Spot Elevations on Radii, Dips, Grade Breaks, and Ditches viii. Location and Direction of Dips ix. Other Pertinent Details (Buildings, Utilities, Water Courses, Etc.) C. Profile i. Existing Ground Surface at Curb Lines (Gray) ii. Existing Gutters or Flow Lines (Gray) iii. Proposed Gutters or Flow Lines (Bold) iv. Stationing with Profiles Indexed to Plan View v. Intermediate Station Numbers and Elevations at Points of Grade Change and Radii vi. Ditch Grades vii. Existing and Proposed Utilities Where Crossed D. Detail Sheet i. Details are not required when engineers plans refer to City standards ii. Include all non-standard details 136 Section 9 2020 Design Standards and Specifications Streets and Drainage Check List Overall Layout Sheet — As Required i. Scale 1 "=100' ii. Lot Lines iii. Streets and Street Names Section 9 137 2020 Design Standards and Specifications Streets and Drainage Check List 138 Section 9 Design Standards and Specifications Construction Details SECTION 10 TYPICAL DETAILS OF CONSTRUCTION Section 10 A Design Standards and Specifications Construction Details A Section 10 Design Standards and Specifications Construction Details 10.01 General Details 10.01.01 Construction shall be in accordance with the following standard details unless otherwise indicated on plans or directed by the Engineer. Section 10 A 2' HOUSE SERVICE JI TYPICAL LOT 5' 5' WATER LINE WATER GAS LINE SEWER LINE 5 jI� TYPICAL LOT 20' 10, 7' 6" 5' 10, 7' 5" 5' 3' 9" 2' 0 m UTILITY POLE UTILITY G POLE m FINISHED RADE No N z_ V z � BURIED T.V. CABLE URIED AT&T CABLE BURIED GAS MAIN NTS CABLE ;T z CONCRETE PAD "v OVER BURIED ELECTRIC CONDUIT WATER MAIN HOUSE SERVICE Nor L2' BURIED ELECTRICAL BURIED ELECTRICAL 9' MINIMUM SEWER CABLE MIN CABLE 2' TYPICAL LOCATIONS a(� City of REVISED MAR. 2019 FOR UTILITIES IN ALLEYS *Lubbock DRAWING NUMBER G-1 COMPROMISED SOIL DUE TO MOISTURE FROM A WATER LEAK OR RAIN EVENT PIPE SPRINGLINE ZONE NOTES: ORIGINAL EXCAVATED TRENCH WIDTH OVEREXCAVATED FOR COMPACTION 1. BEDDING, EMBEDMENT, AND BACKFILL SHALL BE CAREFULLY PLACED MATERIAL AS SPECIFIED IN THESE SPECIFICATIONS. 3. BACKFILL REQUIREMENTS SHALL COMPLY WITH CURRENT CITY OF LUBBOCK STREETS ORDINANCE. FINISHED GRADE SURFACE FINAL BACKFILL H INITIAL w BACKFILL m 0 w m w w a a HAUNCHING BEDDING FOUNDATION (MAY NOT BE REQUIRED) *1141 W REVISED TRENCH CROSS-SECTION 11E o C;tv of DEC. 2015 SHOWING TERMINOLOGY Lubb6ck DRAWING NUMBER TEXAS G-2 Design Standards and Specifications Construction Details 10.02 Water Details Section 10 No Text FINISHED GRADE SURFACE NOTES: 1. BEDDING, EMBEDMENT, AND BACKFILL SHALL BE CAREFULLY PLACED MATERIAL AS SPECIFIED IN THESE SPECIFICATIONS. 2. BACKFILL REQUIREMENTS SHALL COMPLY WITH CURRENT CITY OF LUBBOCK STREETS ORDINANCE. WATER LINE TRENCH DETAIL f#r ■ City of ll�Lubbock REVISED DEC. 2012 DRAWING NUMBER W-1 THRUST BLOCK SIZING CHART DIA. INCHES TEES CROSS & PLUGS CF 4 3 6 6 8 15 10 27 12 37 16 53 18 64 20 77 24 104 30 149 ANCHORAGE FOR CROSS N.T.S. REMOVE PIPE SECTION, TRIM AND REPLACE FOLLOWING INSTALLATION METAL OF PLUGS PLATE LINE TO BE - - - - LINE TO REMAIN ABANDONED IN SERVICE CONCRETE BLOCKING TYPICAL 2,500 PSI CONCRETE CONCRETE THRUST BLOCK I ='� TEE I ANCHORAGE FOR TEE N.T.S. PLUG W/EARS THRUST BLOCK SIZING CHART DIA. INCHES TEES CROSS & PLUGS CF 4 3 6 6 8 15 10 27 12 37 16 53 18 64 20 77 24 104 30 149 CAP OR PLUG ON PRESSURE SIDE CONCRETE -A.- THRUST - BLOCK - - - ANCHORAGE FOR PLUG N.T.S. THRUST BLOCK SIZING CHART DIA. INCHES TEES CROSS & PLUGS CF 4 3 6 6 8 15 10 27 12 37 16 53 18 64 20 77 24 104 30 149 NOTES: THRUST BLOCK SIZING CHART DIA. INCHES TEES CROSS & PLUGS CF 4 3 6 6 8 15 10 27 12 37 16 53 18 64 20 77 24 104 30 149 1. FOR BLIND TEE INSTALL ONE JOINT OF PIPE WITH PLUG AND TREAT AS A DEAD END LINE. 2. BEARING SURFACES SHALL BE AGAINST UNDISTURBED GROUND. 3. CONCRETE BLOCKING SHALL BE TYPICAL 2,500 PSI CONCRETE. 4. DUCTILE IRON FITTINGS SHALL BE WRAPPED WITH POLYETHYLENE ENCASEMENT PRIOR TO PLACEMENT OF CONCRETE FOR THRUST BLOCKING. SIZE ACCORDING TO AWWA & PIPE MANUFACTURER SPECIFICATIONS REVISED CONCRETE �', o City- of DEC. 2012 THRUST BLOCKING Lubb6ck DRAWING NUMBER TEXAS W_2 THRUST BLOCK THRUST BLOCK SIZING CHART SIZING CHART DIA. 11.250 DIA. 22.50 INCHES CF INCHES CF 4 1 4 1 6 1 6 1 CONCRETE 0 2CONCRETE 0 3 THRUST 12 3 THRUST 12 8 BLOCK —— BLOCK 16 4 16 11 — 18 4 — — —= -- 18 13 20 5 20 16 11.25 p 24 7 22.5° BEND --� __ 24 21 BEND — 30 10 30 30 ANCHORAGE FOR A 11.25° BEND ANCHORAGE FOR A 22.5° BEND N.T.S. N.T.S. -= _- _ — - CONCRETE = THRUST — — —__ BLOCK 45°BEND ANCHORAGE FOR A 45° BEND THRUST SIZING BLOCK CHART DIA. INCHES 450 CF 4 1 6 2 8 4 10 7 12 15 16 21 18 25 20 30 24 40 30 58 N.T.S. CONCRETE THRUST BLOCK _ _ — -n- -r- NO.3 BARS je EACH WAY VERTICAL BEND N.T.S. CONCRETE THRUST BLOCKING 90° BEND ANCHORAGE FOR A 90° BEND N.T.S. NOTES: CONCRETE THRUST BLOCK THRUST SIZING BLOCK CHART DIA. INCHES 900 CF 4 2 6 4 8 9 10 17 12 27 16 38 18 46 20 55 24 30 74 1 106 1. BEARING SURFACES SHALL BE AGAINST UNDISTURBED GROUND. 2. CONCRETE BLOCKING SHALL BE TYPICAL 2,500 PSI CONCRETE. 3. DUCTILE IRON FITTINGS SHALL BE WRAPPED WITH POLYETHYLENE ENCASEMENT PRIOR TO PLACEMENT OF CONCRETE FOR THRUST BLOCKING. SIZE ACCORDING TO AWWA & PIPE MANUFACTURER SPECIFICATIONS City of Lubbock TEXAS REVISED DEC. 2012 DRAWING NUMBER W-3 3 1/2" X 3/8" DEEP RECESS METER OFOR AMR PAD WITH 2' HOLE FOR ENDPOINT O D U p Q p p Q 17„ QopoQoQopoQ � 00 17,E opopopopopopop Q�Q�Q�Q2131b'MQ�Q� F� 18" - 18" 2" LID N.T.S. �21z"� u" 28 16 NOTES: 1. LID MATERIAL: HDPE 2. BODY MATERIAL: LLDPE 3. WALL THICKNESS: 3/8" MINIMUM TYPICAL 1" NON -TRAFFIC RATED METER BOX METER 0�0�0�0�0� �0 0.0� �popopopopopop 2131bMQ�p� i � 20Z 1. u 27 16" Lubbity ock TEXAS REVISED JAN. 2020 DRAWING NUMBER W-4 TYPICAL 2,500 PSI CONCRETE THRUST BLOCK EXISTING MAIN RETAINER GLANDS TAPPING VALVE NOTES: 45° 45° TYPICAL TAPPING SLEEVE 1. TAP SHALL BE HORIZONTAL TO MAIN. 2. TAPPING SLEEVE & VALVE SHALL BE AT LEAST ONE STANDARD SIZE SMALLER THAN MAIN TO BE TAPPED. 3. SERVICE TAPS ON EXISTING MAINS SHALL BE EXECUTED BY CITY FORCES. 4. MAIN LINE TAPS ON EXISTING MAINS SHALL BE EXECUTED IN ACCORDANCE WITH THE METHODS OF CONNECTIONS SECTION OF THESE SPECIFICATIONS. TYPICAL TAPPING SLEEVE AND VALVE LIMIT OF WORK FOR TAP -IN War City of Lubbock T E X A 5 REVISED DEC. 2012 DRAWING NUMBER W-5 900 BEND METER BYPASS SERVICE LINE GATE VALVE \ o I TYPICAL VALVE BOX & COVER MI X MI X THREAD TEE REDUCER GATE VALVE O p WATER METER O GATE VALVE REDUCER (IF REQUIRED) 900 BEND MI X MI X THREAD TEE ❑ TAPPING SLEEVE AND VALVE EXISTING MAIN NOTE: 1. ALTERNATIVELY, METER BYPASS SERVICE LINE AND GATE VALVE CAN BE LOCATED INSIDE METER VAULT. REVISED TYPICAL LARGE C;tv of DEC. 2012 DOMESTIC METER TAP Lubb 6 C% DRAWING NUMBER TEXAS W_6 TYPICAL FIRE - HYDRANT TYPICAL VALVE BOX AND COVER WITH CONCRETE COLLAR PROPOSED FINISHED GRADE SURFACE C-900 PVC RISER 4' MIN COVER 6" GATE WATER'W VALVE MAIN W TYPICAL 2,500 PSI VALVE BLOCKING VARIES BACK OF CURB OR r (SEE NOTE #1) EDGE OF PAVEMENT 0.2' MIN 18 0.4' MAX CONC. CURB SOLE -PURPOSE FIRE HYDRANT LINE L 2' X 2' SQ. 6" OUTLET M.J. X FLG. OR ANCHOR TEE (OPTIONAL) WITH M.J. X M.J. VALVE NOTES: 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 T 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 1501. 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. I=iII, II - DO NOT BLOCK DRAIN TYPICAL 2,500 PSI CONCRETE THRUST BLOCK TYPICAL BLUE RAISED PAVEMENT MARKER PLACED AT CENTERLINE 3' MIN OF ROADWAY 12" MIN oxv War TYPICAL FIRE HYDRANT � c'tv"f Lubb o ck T E X A 5 REVISED MAY 2015 DRAWING NUMBER W-7 MATCH PAVING THICKNESS TYPICAL VALVE BOX MIN. 6" AND COVER I FINISHED GRADE SURFACE H.M.A.C. PAVEMENT III CONCRETE COLLAR (NOT REQUIRED IN —III—� CONCRETE PAVEMENT) I-I I II I= FLOW FILL WHEN CONCRETE COLLAR _ I=1 11=1 I IS CUT IN AFTER ASPHALT PAVING 6" PVC C900 =1 11-1 11-1 11-1 RISER PIPE 1-111-111— d �v TYPICAL TRACER WIRE -- — - — - — - — I °p 1-1/ I °�e TYPICAL PIPE BEDDING & EMBEDMENT NOTES: TYPICAL GATE VALVE WATER MAIN L 8" X 8" X 6" MIN. 2,500 PSI CONCRETE BLOCK UNDER BODY OF BURIED VALVES 1=1 1 1-1 1 VALVE COVER SHALL BE STAMPED "WATER VALVE" 1. TREAT EACH SIDE OF VALVE AS A DEAD END OF EQUAL SIZE. INSTALL THE CORRESPONDING LENGTH (FOR A DEAD END) OF FULLY RESTRAINED PIPE THE FULL DISTANCE ON EACH SIDE OF VALVE 2. CONCRETE SUPPORT CRADLE AND SUPPORT PAD SHALL BE 3,600 P.S.I. CONCRETE. 3. POLYWRAP BURIED GATE VALVES AND FITTINGS 4. TORQUE BOLTS PRIOR TO BACKFILL PER MANUFACTURERS RECOMENDATIONS 5. TOP OF VALVE NUT SHALL BE LESS THAN 6 FEET FROM FINISHED GRADE. IF MORE THAN 6 FEET, INSTALL EXTENSION SO THAT TOP OF NUT IS LESS THAN 6 FEET FROM FINISHED GRADE. 6. SET COVER OF VALVE BOX AND COLLAR 1/4" BELOW GRADE IN PAVEMENT OR SHOULDER, AND 2" ABOVE GRADE ELSEWHERE. BURIED VERTICAL GATE VALVE DETAIL 2- SQUARE City Of Lubb o ck TEXAS VALVE BOX AND COVER CONCRETE COLLAR (NOT REQUIRED IN CONCRETE PAVEMENT) N0. 4 BARS EACH WAY ORIENT SQUARE PARALLEL OR PERPENDICULAR TO SREET OR CURB REVISED APRIL 2019 DRAWING NUMBER W-8 0 zo HORIZANTAL GATE VALVE IN VAULT T\/!1T!`A1 I.A AI.I LIl11 G GI'1 AI.AL A�II'l !`/1\/LR City of Lubbock T E X A 5 NO. 5 BARS 10" O.C. VERT. NO. 5 BARS 8" O.C. HORZ. REVISED DEC. 2012 DRAWING NUMBER W-9 4" D.I. PIPE "GOOSENECK" WITH WIRE BUG SCREEN LIP T-0" ABOVEGROUND VARIES IIII�IIII ' 12" BLIND FLANGE I —I 1I—CCI I 4" BEDDING=IJ o• FINISHED GRADE SURFACE 9" SLABIFE1 I I-- ' III -III- I —I ° 2„LIP '-1 I I- HANDWHEEL — 3/4" CRUSHED ROCK —" I-11 III—III- 4' MIN. =I I I- I— I 1-1 I I- II1I1III1I1III11 1III TYPICAL MANHOLE FRAME & COVER —III—III—I I —III—i #6 BARS 6" I, O.C. EA. WAY =1 I I II e COMB. AIR I I I ° RELEASE a I- 2" FLANGED & AIR INL e GATE VALVE 111 ° 0 1— #5 VERT. INNER 12" BLIND — I FACE 10" O.C. FLANGE III I #5 HORIZ. OUTER e . FACE 8" O.C. ° --- ---- �e — ----� 0 8III H_ 6'IMIN. ^&rr REVISED AIR & VACUUM A*A'aI City of DEC. 2012 RELIEF VALVES '■ Lubbock DRAWING NUMBER W-10 CONCRETE ROCK CONCRETE VALVE BOX City of Lubbock TEXAS REVISED DEC. 2012 DRAWING NUMBER W-11 CONCRET�+v� ,. O.C. EACH WAY BUTTERFLY VALVE IN VAULT City of Lubbock TEXAS REVISED DEC. 2012 DRAWING NUMBER W-12 A �3pROAN IROry 1 " RAISED LETTERING A T E R (RECESSED FLUSH) CUSTOM LOGO pF L I B �-1 66 V B n PI) EPIC CKB RSA MADE IN 115p A 32" DIA 21 3/4" r � v � N 23 SECTION A -A V-1430 A PROD.NO. SECTION B-B MO/DAY/YR ASTM A48 CL35B NOTES: 1. SANITARY SEWER MANHOLE FRAME AND COVER I.D.: 4143009OA01 BOTTOM VIEW 2. STORM SEWER MANHOLE FRAME AND COVER I.D.: 41430091AOI REVISED TYPICAL WATER � IV,, Cityof DEC 2015 VAULT COVER ll�Lubbock DRAWING NUMBER W-13 • m A A N Q 0 O • • B ��1y M9�rN v 1a2o BB �/Sq ® • 1 �� 1/2" l AA 32 3/16" 1 1/2" 4 1/2" 30" 40 3/4" ��r r REVISED TYPICAL WATER �'aI City of DEC. 2012 ll�T . VAULT FRAME ubb o Ck DRAWING NUMBER W-14 2 T ,,-CARSONITE MARKER GROUND SURFACE R II -I I I -I I I -I I „III-u =I I i= _.. 114" MI IIi li lI I 16" =-III SQUARE TRAFFIC RATED / OR NON FOR HDPE OR PEX-A USE=I = 24" MIN - TRAFFIC RATED METER BOX APPROVED THREAD II - X SLIP FITTING 4' TYP. CORPORATION STOP �_lillil�r' CURB STOP 45' FOR HDPE OR PEX-A USE APPROVED WATER MAIN + THREAD X SLIP FITTING COPPER OR APPROVED HDPE PEX-A TAPPING SADDLE NOTES: 1. STANDARD 1" SERVICE TAP 2. 1" SERVICE SADDLES SHALL HAVE AWWA TAPERED THREADS. 3. METER BOX SHALL BE INSTALLED PLUMB & LEVEL WITH TOP OF LID 2" ABOVE FINISHED GROUND SURFACE. 4. TOP OF METER SHALL BE 16" FROM BOTTOM OF METER BOX LID. 5. MATERIALS AND INSTALLATION OF SERVICE LINES SHALL COMPLY WITH THE CITY OF LUBBOCK PUBLIC WORKS ENGINEERING MIN DESIGN STANDARDS AND SPECIFICATIONS. TYPICAL 1" WATER SERVICE DETAIL oxv War City of Lubbock TEXAS REVISED DEC. 2015 DRAWING NUMBER W-15 W 2 T ,-CARSONITE MARKER GROUND SURFACE R -IIi II- IT m m m 14 IvIliliil�iiliii 16 SQUARE TRAFFIC RATED / OR NON 24" MIN iii TRAFFIC RATED METER BOX 4' TYP. CORPORATION STOP CURB STOP 45' CORPORATION STOP WATER MAIN TAPPING SADDLE COPPER SERVICE TUBING NOTES: 1. STANDARD 2" SERVICE TAP 2. 2" SERVICE SADDLES SHALL HAVE IPS THREADS. 3. METER BOX SHALL BE INSTALLED PLUMB & LEVEL WITH TOP OF LID 2" ABOVE FINISHED GROUND SURFACE. 4. TOP OF METER SHALL BE 16" FROM BOTTOM OF METER BOX LID. 5. MATERIALS AND INSTALLATION OF SERVICE LINES SHALL COMPLY WITH THE CITY OF LUBBOCK PUBLIC WORKS ENGINEERING MIN DESIGN STANDARDS AND SPECIFICATIONS. REVISED TYPICAL 1 1/2", OR 211olf �',# C;t�. o f DEC. 2015 WATER SERVICE DETAIL Lubb6ck DRAWING NUMBER TEXAS W-16 TYPICAL TAPPING SLEEVE NOTES: 1. THIS DETAIL SHALL APPLY TO ALL WATER LINES < 16" DIAM. 2. TAPPING DISTANCES FOR LARGER LINES SHALL BE CASE BY CASE. TAPPING SLEEVE MINIMUM DISTANCE City of Lubbock TEXAS REVISED DEC. 2015 DRAWING NUMBER W-17 Design Standards and Specifications Construction Details 10.03 Sewer Details Section 10 C W }Z F w I TYPICAL SANITARY SEWER p I MARKER (2" X 4" PAINTED GREEN) a =III III III III III III III III III III III III III III I U a B I I I I-1 I B I I -I I I -I I B I I -I I I -III I 11, I I I I -I I I -I I ' 1-I 11-11 ' 1=1 11=1 I EI I E111=1 I I 1 I I-111- _' I i- 4" 450 BEND H 4" RISER 4" PLUG � 0 4" MIN. TEE MAX. NOT TO EXCEED ONE STANDARD SIZE SMALLER THAN MAIN FLOW SEWER MAIN 4" 450 BEND 4" PLUG J 4" MIN. TEE MAX. NOT \- TO EXCEED ONE STANDARD SIZE SMALLER THAN MAIN FLOW SEWER MAIN NOTES: 1. ALL TAPS MUST BE ABOVE SPRINGLINE OF SEWER MAIN. 2. NO SIZE -ON -SIZE TAPS. 3. SERVICE LATERALS SHALL BE BROUGHT TO THE PROPERTY AND PLUGED AT A DEPTH OF NO GREATER THAN 6' FROM FINISHED GRADE SURFACE, UNLESS REQUIRED TO BE DEEPER BASED ON DEVELOPMENT REQUIREMENTS. 4. PLUG SHALL BE PRESENT AT OR NEAR PROPERTY LINE OR EDGE OF PAVEMENT. TYPICAL SEWER SERVICE TAP wi zl w I TYPICAL SANITARY SEWER a. p I MARKER (2" X 4" PAINTED GREEN) a A$ War City of Lubbock T E X A 5 w J REVISED DEC. 2015 DRAWING NUMBER SS-1 A �3pROAN IROry SUBSTITUTE "STORM" 1 " RAISED LETTERING FOR STORM SEWER (RECESSED FLUSH) APPLICATION P NIT q S R y CUSTOM LOGO p F L (/ V BEPIC n PICKB RSA S E W E R MADE IN 115p A 32" DIA 21 3/4" r � v � N 23 SECTION A -A V-1430 A PROD.NO. SECTION B-B MO/DAY/YR ASTM A48 CL 35B NOTES: 1. SANITARY SEWER MANHOLE FRAME AND COVER I.D.: 4143009OA01 BOTTOM VIEW 2. STORM SEWER MANHOLE FRAME AND COVER I.D.: 41430091AOI REVISED TYPICAL � � ,, City o f DEC. 2015 MANHOLE COVER iliLubbock DRAWING NUMBER SS-2 • m A A N Q 0 O • • B ��1y M9�rN v 1a2o BB �/Sq ® • 1 �� 1/2" l AA 32 3/16" 1 1/2" 4 1/2" 30" 40 3/4" ��r r REVISED TYPICAL A*Asso City of DEC. 2012 MANHOLE FRAME ll�T .ubbock DRAWING NUMBER SS-3 TYPICAL JOINT SEALANT EACH JOINT OF RISER & RING & COVER. MAXIMUM GRADE ADJUSTMENT 18" ELEVATION VIEW NOTES: 1. CONCRETE SHALL BE MINIMUM 4000 P.S.I. 2. REINFORCING SHALL BE MINIMUM GRADE 60. PRECAST CONCRETE ECCENTRIC CONE SECTIONAL VIEW City of Lubbock TEXAS REVISED DEC. 2015 DRAWING NUMBER SS-4 3600 PSI: CONC. MIN. TYPICAL MANHOLE FRAME AND COVER IF PAVED MATCH PAVING THICKNESS NON -SHRINK GROUT OR MIN MIN. 6" it 1 1 r-i-111-'-- -� 30"' GRADE RINGS FOR GRADE ADJUSTMENT (MAX 18") ECCENTRIC CONE SECTION T SEAL ALL JOINTS PER MANUFACTURER REQUIREMENTS H 0 ASTM 478 p -0 9� RISER SECTION (TONGUE & GROOVE) BOTTOM RISER SECTION (BUTT & GROOVE) 1" TO 2" GROUT SPACE CONCRETE BASE FORMED SURFACES } 6" OR 1/4 PIPE DIA.(P) i WHICHEVER IS LARGER #4 BARS-6" O.C. EA. WAY ORIENT SQUARE PARALLEL R PERPENDICULAR TO 2" BELOW BOTTOM OF PIPE S SREET OR CURB 5'SQUARE STANDARD SANITARY SEWER MANHOLE H P D T 4'TO 16' 6" TO 15" MIN. 48" MIN. 5" 18" & OVER MIN. 60" MIN. 6" 16'&DEEPER ALL SIZES MIN. 60" MIN. 6" (a PLAN VIEW FRAME & COVER CONCRETE COLLAR (NOT REQUIRED IN CONCRETE PAVEME NO. 4 BARS EACH WAY 141I, REVISED PRECAST REINFORCED '�� ;t�,{,f DEC. 2015 CONCRETE MANHOLE Lubb6ck DRAWING NUMBER TEXAS SS_5 BACKFILL COMPACTED TO 95% MODIFIED PROCTOR (ASTM D-1557) H MINIMUM WALL THICKNESS OF .5 INCHES 112" MIP 4 CONCRETE BASE AS REQUIRED TO J COUNTERACT FLOTATION, SEE NOTE ANTI -FLOATATION BTM. 54" DIA AND 2" FLANGE SEE MANHOLE COLLAR DETAIL II FACTORY BONDED JOINT 41 NOTES: _ CONTRACTOR TO PROVIDE SUFFICIENT QUANTITY OF CONCRETE OVER ANTI -FLOTATION RING TO COUNTERACT FLOTATION AS SPECIFIED BY THE ENGINEER H FIBERGLASS MANHOLE 3600 PSI CONCRETE MATCH TOP OF ADJACENT 18" MIN PAVNIG o 12" PAVEMENT AND FLOW FILL PER UEM - 01 BACKFILL COMPACTED TO 95% MODIFIED PROCTOR DENSITY 18" MIN I STD 30" MH FRAME & LID FRP OR CONCRETE MANHOLE RISER SECTION 18" MIN ' 4 H P D 470 16' 6" TO 15" MIN. 48" 18" & OVER MIN. 60" 16'&DEEPER ALL SIZES MIN. 60" INTEGRAL FIBERGLASS BENCH W/ NON-SKID COATING. MIN 1/4 INCH THICKNESS CONCRETE - 3000 PSI @ 28 DAYS PVC STUB PROVIDE 4" - 6" OF CRUSHED STONE LEVELING COURSE 3/4" CHAMFER TYP. FINAL GROUND SURFACE 3600 PSI CONCRETE BACKFILL COMPACTED TO 95% MODIFIED PROCTOR DENSITY 1410 REVISED War � City- of APRIL 2019 FIBERGLASS MANHOLE LL1bb6Ck DRAWING NUMBER TEXAS SS-5b OMING SEWER 450 BEND PVC PIPE 900 BEND NOTE: 1. FILL EXCAVATED SPACE OUTSIDE OF MANHOLE & UNDER PIPE WITH FLOWABLE FILL. OUTSIDE DROP REVISED REVISED � City of MAY 2014 MANHOLE (PVC) Lubbock DRAWING NUMBER (NEW MANHOLE INSTALL) TEXAS SS-6 NOTE: 1. FILL EXCAVATED SPACE OUTSIDE OF MANHOLE & UNDER PIPE WITH FLOWABLE FILL. INSIDE DROP ON EXISTING MANHOLE **Ivor City of Lubbock TEXAS TYPICAL EPDXY REVISED DEC. 2012 DRAWING NUMBER SS-7 STRAIGHT THROUGH MANHOLE SLOPE TYPICAL MANHOLE FLOORS BEND AT MANHOLE JUNCTION AT MANHOLE CUT OUT TOP OF PIPE OR SHAPED CONCRETE INVERT SHAPED CONCRETE INVERT Mr1d41ZKi1110 741:811WA iA oxv War City of *Lubb6ck TEXAS REVISED DEC. 2015 DRAWING NUMBER SS-8 5'- MAXIMUM CARRIER PIPE BETWEEN SPACERS I' MAX PIPE JOINT CASING SPACERS SHALL BE FOUR CASING SPACERS ADDITIONAL SPACERS, SPACED A MAXIMUM OF ONE PER PIPE JOINT AS REQUIRED TYPICAL EACH END FOOT FROM EACH SIDE OF JOINT TO MEET MAXIMUM SPACING OF CASING PIPE STEEL SPACER BODY STEEL CASING PIPE 45° 45 CADMIUM PLATED 45° 45 STUDS, NUTS, AND PIPELINE WASHERS, TYP. 30° i " 30 45 4 FILL SPACE BETWEEN EXCAVATED BORE AND CASING PIPE WITH CEMENT GROUT L = D, WITH L MAX. = 16" 1. BEVEL END OF CASING PIPE TO REMOVE ALL SHARP EDGES TO PREVENT DAMAGE TO THE CARRIER PIPE. 2. THE END -SEAL SHALL BE ATTACHED TO THE PIPE AND CASING SO AS TO PROVIDE A WATER -TIGHT END SEAL. 3. FOR CASINGS OVER 12 INCHES IN DIAMETER, PROVIDE TWO CLAMPS OR BANDS ON EACH END OF EACH SEAL. 4. CASING PIPE SHALL HAVE END -SEALS INSTALLED ON BOTH ENDS PRIOR TO BACKFILLING ADJACENT PIPE TRENCHES. L L )/2 �r REVISED PIPELINE ENCASEMENT m''+I77r�7 City of DEC. 2012 DETAIL L �1 bock DRAWING NUMBER TEXAS SS-9 FINISHED GRADE SURFACE 1 IIEl I I-1 I I =1II II1I1= III III1I1=�' �-III-1 I I I -I I -I I �- -III- I -1 1 ElI- IIIII IIIII 11� � IIIIII IIIII 11 FINAL ( IIIII 11111 BACKFILL PIPE WIDTH 12" COVER EMBEDMENT w MATERIAL z o m PIPE SPRINGLINE w ZONE a; HAUNCHING 6" BEDDING FOUNDATION (MAY NOT BE REQUIRED) -1 I-111-III-111-1 I 1-1 11-1 I El NOTES: 1. BEDDING, EMBEDMENT, AND BACKFILL SHALL BE CAREFULLY PLACED MATERIAL AS SPECIFIED IN THESE SPECIFICATIONS. 3. BACKFILL REQUIREMENTS SHALL COMPLY WITH CURRENT CITY OF LUBBOCK STREETS ORDINANCE. REVISED TRENCH CROSS-SECTION City of APRIL 2019 SHOWING TERMINOLOGY Lubbock DRAWING NUMBER TEXAS SS'10 Design Standards and Specifications Construction Details 10.04Street and Drainage Details Section 10 D NOTE: 1. DRIVEWAYS MUST CONFORM TO ORDINACE SECTION 36.04.126 2. SPACING OF DRIVEWAYS "C" ALONG A ARTERIAL: • WHEN INTERSECTING A RESIDENTIAL STREET - 50' • WHEN INTERSECTING ANOTHER ARTERIAL, A COLLECTOR OR AN INDUSTRIAL STREET- 150' ENTERING AND 100' EXITING v A v m z m m R ISLAND, 50 SQ.FT. MIN. AREA IF USED. R PROPERTY LINE 1 F R i VISIBILITY TRIANGLE N 25' C LR ) ly DIMENSION REFERENCE RESIDENTIAL STREET ARTERIAL STREET COLLECTOR STREET INDUSTRIAL STREET (ROADWAY CLASSIFICATION, (R1A, 32') MINOR, 66' R2, 42' N" (I, 42 ) ROADWAY WIDTH (RI, 36') MAJOR, 88'� 46'� ONE-WAY WIDTH W 12' 15' 15' 20' -------- --- - -- TWO-WAY -MINIMUM WIDTH ------ W ------- 12' -------- 30' -------- 30' -------- 40' -------------- TWO-WAY -MAXIMUM WIDTH -------------- ------ W ------ ------- 30' ------- -------- 40' -------- -------- 40' -------- -------- S0' -------- MINIMUM RADIUS R 5' 15' 15' 20' -------- ------ MINIMUM SPACING ------ ------- R -------- R -------- R+5' -------- R+5' FROM PROPERTY LINE ------------ -- MINIMUM SPACING FROM STREET CORNER - - - - -- C - - - - - -- A+R -- - - - - -- SEE NOTE 2 -- - - - - -- A+R -- - - - - - - A+R -- - - - - - - - - - - -- MINIMUM SPACING BETWEEN - - - - -- S - - - - - -- 3' -- - - - - -- 60' -- - - - - -- 60' -- - - - - - - 30' TWO WAY DRIVEWAYS MINIMUM SPACING BETWEEN S N/A 0' 0' 0' ONE WAY DRIVEWAYS -------------- MINIMUM ANGLE ------ D ------- 45° - ------- 45° -------- 300 -------- 300 "A" IS 25' FOR MOST STREET INTERSECTIONS. IF THE STREET INTERSECTION IS BETWEEN A ARTERIAL AND A COLLECTOR THEN "A" IS 401. IF THE STREET INTERSECTION IS BETWEEN TWO ARTERIAL STREETS THEN "A" IS 40'. IF THE EXISTING STREET INTERSECTION RADIUS IS LARGER THAN ANY OF THE SCENARIOS ABOVE THEN "A" WILL BE THE EXISTING STREET INTERSECTION RADIUS. 01RkyjATI%MA STANDARDS �A bbCity of Luock IIxAS REVISED APR. 2020 PLATE NO. 36-1 J a g a �g fa No A A PROP "'L PROPERTY LINE . poD paD. pn 7oD p D. ° . voD ° EXPANSION 4' SIDEWALK a Ln EXPANSION JOINTS SPACED 36' MAX. ALONG D D. JOINTS p D' W SIDEWALK RUN. g FIRE HYDRANT, POWER cn POLE, ETC. MUST HAVE EXPANSION w EXPANSION JOINT BLOCK - JOINT YY OUT WHEN ENCLOSED IN CONCRETE. EXTEND 6" PAST EDGE OF AL HYDRANT/POLE CONTRACTION MARKINGS 1/2 WAY THROUGH 0 SLAB AT 4' INTERVALS. SECTION A -A w z J VARIABLE 4SIDEWALK Wa 3' MIN. @ 2% MAX. SLOPE O CURB REMOVED. NOTE: SEE PLATE NO. 36-4 FOR ASPHALT REPAIR ADJACENT TO CURB AND GUTTER OR DRIVEWAY. FOR COMMERCIAL DRIVEWAY: CURB AND GUTTER TO BE COMPLETELY REMOVED AND RECONSTRUCTED WITH #3 BARS RUNNING ENTIRE LENGTH OF NEW GUTTER. NOTES: SECTIONS B-B (RESIDENTIAL) VARIABLE — 4' SIDEWALK 3' MIN. @ 2% MAX. SLOPE #4 DEFORMED STEEL BARS 12" O.C. BOTH WAYS, CENTERED IN SLAB OR W 6"X6" 6 GAUGE WELDED WIRE FABRIC. ?Y w ZY i0� �= SECTIONS B-B (COMMERCIAL) TMR 1. MAINTAIN GUTTER FLOWINE THROUGH DRIVEWAY. 2. ALL EXPANSION JOINTS TO BE )4"" THICK. 3. 30' TO 45° FLARE MAY BE USED IN LIEU OF RADII ON RESIDENTIAL DRIVEWAYS. 4. SEE PLATES 36-16 AND 36-16(A) FOR CURB RAMP DETAILS. 4' SIDEWALK CONSTRUCTION DETAILS PROPERTY LINE SECTION C-C 3'a.T'o, *0" City of Lubbock INNER CURB AS REQUIRED. REVISED MAR. 2019 PLATE NO. 36-2 (A) a x EXPANSION JOINTS <a SPACED 36' MAX. �0 o O ALONG SIDEWALK RUN. B ins N� PROPERTY LINE ------------ --- D ..;°. -- LANDSCAPE CONCFZ�E CONCRETE A A v eD, D 5' OR 6' EXPANSION : . ° SIDEWALK ° D °. JOINTS D; C ° C v'- ° ° ° v ,000 FIRE HYDRANT, POWER POLE, ETC. MUST HAVE EXPANSION JOINT BLOCK - OUT WHEN ENCLOSED IN CONCRETE. EXTEND 6" PAST EDGE OF EXPANSION HYDRANT/POLE JOINT. b, ° 4" MIN. THICKNESS OF SIDEWALK. a .D CONTRACTION MARKINGS 1/2 WAY THROUGH SLAB AT 6' INTERVALS. SECTION A -A VARIES 3' MIN. @ 2% MAX. SLOPE w aW O CURB T SIDEWALK d J REMOVED. v oD. n D. SECTIONS B-B 4" MIN. NOTE: (RESIDENTIAL) THICKNESS. I} SEE PLATE NO. 36-4 w FOR ASPHALT REPAIR VARIES a w ADJACENT TO CURB 3' MIN. @ 2% MAX. SLOPE a z AND GUTTER OR DRIVEWAY. 6' SIDEWALK 6" #4 DEFORMED STEEL BARS 12" O.C. z 4 z_ BOTH WAYS, CENTERED IN SLAB OR INNER CURB FOR COMMERCIAL DRIVEWAY, 6"X6" 6 GAUGE WELDED WIRE FABRIC. io AS REQUIRED. COMPLETELY REMOVE CURB AND iO SECTION B-B GUTTER AND RECONSTRUCT WITH (COMMERCIAL) #3 BARS RUNNING ENTIRE LENGTH OF NEW GUTTER. NOTES: 1. MAINTAIN GUTTER FLOWINE THROUGH DRI` 2. ALL EXPANSION JOINTS TO BE X4" THICK. 3. 300 TO 45° FLARE MAY BE USED IN LIEU OF RADII ON RESIDENTIAL DRIVEWAYS. 4. SEE PLATES 36-16 AND 36-16(A) FOR CURB RAMP DETAILS. 5. 5' CURB BACK ON RESIDENTIAL STREETS. 6' CURB BACK ON COLLECTOR AND ARTERIAL STREETS. 5' OR 6' SIDEWALK CONSTRUCTION DETAILS PROPERTY LINE SECTION C-C *City Of Lubbock REVISED APR. 2020 PLATE NO. 36-2 (B) w Z i iw ;Z J IJ G/TC G/TC 0 I0 I G I G/TP/TW G/TP/TW (OPTIONAL) - - (OPTIONAL) I I I (OPTIONAL) - - I G/TP/TW G I (OPTIONAL) - - I G/TP/TW G/TP/TW AT THE PROPERTY LINE I G/TP/TW AT THE PROPERTY LINE G/TC SHALL BE 6" HIGHER THAN G/TC I SHALL BE 6" HIGHER THAN THE ADJACENT GUTTER I I THE ADJACENT GUTTER I I LEGEND G GUTTER TC TOP OF CURB TP TOP OF PAVEMENT TW TOP OF WALK X SPOT GRADES REQUIRED REVISED City of MARCH 2O18 DRIVEWAY GRADES Lubbock PLATE NO. TEXAS 36-3 6" 18" TYPICAL NEW CONCRETE DRIVEWAY NOTES: TOE FORM - TO BE REMOVED PRIOR TO INSTALLATION OF FLOWABLE FILL AND PAVING SURFACE. 1. MAINTAIN VERTICAL AND HORIZONTAL ALIGNMENT OF CURB, LIP, AND GUTTER FLOW LINE. 2. REMOVE CURB TO LIP LINE AND POUR NEW DRIVEWAY FLUSH AGAINST TOE FORM. ASPHALT REPAIR ADJACENT TO CURB AND GUTTER OR DRIVEWAY 12" SMOOTH H.M.A.C. SURFACE, 2" MIN. TYPE "C" Z SAWCUT `TO REMAIN H.M.A.C. SURFACE. / IN PLACE. BASE D D VERTICAL SURFACES) TO RECEIVE TACK COAT City Of Lubb 0 ck TEXAS FLOWABLE FILL REVISED APRIL 2019 PLATE NO. 36-4(A) 6" 18" TYPICAL NEW CONCRETE DRIVEWAY NOTES: 1. MAINTAIN VERTICAL AND HORIZONTAL ALIGNMENT OF CURB, LIP, AND GUTTER FLOW LINE. 2. REMOVE CURB TO LIP LINE AND POUR NEW DRIVEWAY FLUSH AGAINST TOE FORM. CONCRETE PAVING REPAIR ADJACENT TO CURB AND GUTTER OR DRIVEWAY SMOOTH SAWCUT -7 EXISTING CONCRETE PAVING City of Lubbock TEXAS REVISED DEC. 2012 PLATE NO. 36-4(B) R=VARIES 15'-40' / VARIES 4' PROPERTYlim LINE SIDEWALK L� �O/�C� 3' CLEARANCE may LJ / tiP AROUND OBSTRUCTIONS r /QO ti a LU- LU / VARIES 8'-10' I'' M 4' SIDEWALK ALONG PROPERTY LINE TMIN. ALLEY RETURN (TYPICAL) City of Lubbock TEXAS YMIN. DRIVEWAY APPROACH (TYPICAL) REVISED FEB. 2017 PLATE NO. 36-5 5' OR 6' SIDEWALK ALONG CURB BACK OBSTRUCTION **Ivor City of Lubbock TEXAS DRIVEWAY APPROACH (TYPICAL) REVISED FEB. 2017 PLATE NO. 36-6 CURB AND GUTTER, FILLETS AND SLAB TO BE POURED TOGETHER. PAY LIMIT FOR CURB AND GUTTER SIDEWALK 2.5' 1'* \ PROPERTY LINE \ OR \ \ \ \ \ 6" CONCRETE SLAB WITH 6"X6" - 6 3/4" BITUMINOUS GAUGE WELDED WIRE FABRIC OR #4 PREMOLDED EXP. DEFORMED STEEL BARS 12" O.C. BOTH JOINT. WAYS, CENTERED IN SLAB. < °a° PAY LIMIT FOR CURB AND GUTTER CURB HEIGHT TRANSITIONS TO CONTRACTION 0" AT THIS POINT. JOINTS. a.-,7�%lJ/�'/lam IS POINT OF ALLEY RETURN 4. TO BE NO MORE THAN 7" HIGHER THAN GUTTER ON HIGH _2.5'_ SIDE END OF RADIUS AT STREET. 1'* Y2" BITUMINOUS EXPANSION JOINT. S PLAN VIEW s .--I N LU B C).Z. Z 0 °•D a V z 6"X6" - 6 GAUGE WELDED W FABRIC OR #4 DEFORMED S y BARS 12" O.C. BOTH WAYS, w °> ° CENTERED IN SLAB. J o CONTRACTION JOINT. * TO BE USED WHEN ALLEY R.O.W. WIDTH IS 15'. A A 20' w 5' 10, 5' � a Z Lu a SECTION A -A NO. 6 REBAR SPACED 6" FROM EDGE OF SLAB U 6"X6" - 6 GAUGE WELDED WIREJ AND 132" FROM BOTTOM OF SLAB EACH SIDE. FABRIC OR DEFORMED STEEL LOCATE BY MEANS OF CHAIRS OR PLASTIC BARS 12" O.C. BOTH WAYS, STAKES (NOT METAL OR WOOD). CENTERED IN SLAB. CONSTRUCTION OF THIS TYPE IS ALLOWED ONLY W.R. MEADOWS #158, WHERE THE EXISTING ALLEY RETURN, ALLEY SEALTIGHT SAFE -SEAL 3405, PAVING OR STREET GUTTER IS IN GOOD CONDITION SONNEBORN SL-1 OR AND GRADE AND ALIGNMENT ARE SATISFACTORY. APPROVED EQUIVALENT. Y2" BITUMINOUS ALLEY SLAB. - EXPANSION JOINT. oEXISTING ALLEY RETURN, ALLEPAVING fCONCRETE OR STREET GUTTER.TRANSVERSE 4 — 6"X6" - 6 GAUGE WELDED WIRE FABRIC OR #4 CONTRACTION JOINT 6"�J DEFORMED STEEL BARS 12" (REQUIRED AT COLD JOINTS AND ! 12"�' 1 O.C. BOTH WAYS, EVERY 13 FEET OF PAVING.) SFC'TTCIN R-R CENTERED IN SLAB. ALL CONCRETE SHOWN TO BE 3,000 P.S.I. AT 7 DAYS. (CLASS B) War REVISED TYPICAL ALLEY �# c;tv of MAY 2014 RETURN Lubb 4 C% PLATE NO. TEXAS 36-7 5' 10' 5' ' w p J �Ww ~Nz 0 a 10, 10' N °p ' PROPERTY p a LINE 15' 51 SEE 20' NOTE 2 13' w z J N a CONTRACTION a a 10' zZJOINTSa 0 wwn a v•, 20' 5Eo SE aa .° .1 NOTE 2 5' PROPERTY LINE oN 10' a. 10 p, d d Q •, N LLJ NwL Z J a v' ~vz 7 LOUa 0 a 5' 10, 5' TRANSVERSE CONTRACTION JOINT (REQUIRED AT COLD JOINTS AND EVERY 13 FEET OF PAVING.) NOTE: 1/2" —j 6"X6" - 6 GAUGE WELDED 1. TRANSVERSE CONTRACTION JOINT _ WIRE FABRIC OR #4 (REQUIRED AT COLD JOINTS AND — — — — — DEFORMED STEEL BARS EVERY 13 FEET OF PAVING.) ° 12' O.C. BOTH WAYS, CENTERED IN SLAB. 2. NO OBSTRUCTIONS SUCH AS METERS, POLES, PEDESTALS, TREES, BOULDERS, ECT. TYPICAL 1711 ALLEY REVISED �,�, of' APRIL 2020 INTERSECTION WITH Lubbock PLATE NO. CONTRACTION JOINTS TEXAS 36-8 6" 4" �. 2"R 3"R00 J- --- — -- o N (TDON URB SECTION. v . D 6 1248.337 TYPE "A" 9" R a . a • ? NOTE: 9 R 1. THIS SECTION TO BE USED FOR RESIDENTIAL APPLICATIONS ONLY. APPROVAL WILL DEPEND o v ON TRAFFIC AND DRAINAGE a o v °• a: a o CONSIDERATIONS. a :a .a. •v.p.a v p a F� 12" I 12" ROLLOVER CURB TYPE "B" 9 11/16" :. a a , 00 °o — a : a •.a •. i— •v'D a 6" 3" � 9�� ,� 9�� M 3" M in TYPE "C" NOTE: 1. REINFORCED TYPE "C" GUTTER SECTION SHALL BE CONSTRUCTED WITH THREE #3 BARS RUNNING THE ENTIRE LENGTH OF THE DRIVEWAY SECTION WITH CHAIRS SPACED TO GIVE ACCURATE PLACEMENT. (TO BE USED AT DRIVEWAYS ONLY.) REVISED TYPICAL 24"CURB c;tv {,f MAY 2014 AND GUTTER SECTIONS Lubb6ck PLATE NO. TEXAS 36-9 t 12" 18" TYPE "A" 5 3/4" 4 1/4" �I boa 2"R = 3"R --- DOWN CURB SECTION. 6" a . a .a •. � D,a �9 11/16" 20 5/16" NOTE: CONTRACTOR MAY USE EITHER OF THE ABOVE SECTIONS. TYPE "B" a ' a .a o.p a o'p 3 12" 611 � o a 3" Ll 3" �9 11/16" -� 20 5/16" TYPE "C" NOTES: 1. REINFORCED TYPCE "C" GUTTER SECTION SHALL BE CONSTRUCTED WITH THREE #3 BARS RUNNING THE ENTIRE LENGTH OF THE DRIVEWAY SECTION WITH CHAIRS SPACED TO GIVE ACCURATE PLACEMENT. (TO BE USED AT DRIVEWAYS ONLY.) 2. 30" CURB AND GUTTER IS NOT STANDARD AND SHALL ONLY BE USED WITH PERMISSION OF CITY ENGINEER. REVISED TYPICAL 30" CURBS �'� C;tv of MAY 2014 AND GUTTER SECTIONS Lubb6ck PLATE NO. TEXAS 36-10 FLOWABLE FILL SHALL BE USED TO REPLACE BASE MATERIAL CONTRACTION REMOVED. SEE PLATE NO. 36-4 JOINT #4 DEFORMED STEEL BARS @ 12" O.C. BOTH WAYS. A — — \ FLOWLINE-10' — — CONTRACTION TRACTIONJOINT Tq rTRANSITIONS z 36-16EGARDINGzIONS F- r L n X=DISTANCE LIP TO LIP z DO NOTES: 1. CLASS "B" CONCRETE 3,000 P.S.I. @ 7 DAYS 2. MAINTAIN LIP UP GUTTER SECTION WITH 1" INVERT TO VALLEY GUTTER 3. TRANSITION FLOWLINE AND MAINTAIN 1" PLAN VIEW INVERT FOR POSITIVE DRAINAGE THROUGH VALLEY GUTTER DEPTH: 6"- RESIDENTIAL STREETS 8"- COLLECTORS & ARTERIALS BASE -----, 3" 5'___T____5� SECTION A -A 2" MIN. TYPE "C" H.M.A.C.SURFACE. BASE _ FLOWABLE FILL SEE PLATE NO. 36-4. REVISED CONCRETE VALLEY CityAPR. 2020 GUTTER & FILLET DETAIL kLubbo'c3'k PLATE NO. 5 36-11 CALICHE BASE HMAC SURFACE 6" 2" RESIDENTIAL 8" 2" COLLECTOR 10" 2.5" INDUSTRIAL 12" 3" MINOR ARTERIAL 12" 5" PRINCIPAL ARTERIAL H.M.A.C. SURFACE. NOTE: WIDTH AND CROWN VARY SEE SECTION 8.2.02 7 CALICHE BASE 1. STREETS WITH ANTICIPATED ABNORMAL TRAFFIC LOADS, SUCH AS TRUCKS AND BUSES, SHALL REQUIRE A SPECIFIC DESIGN TO BE APPROVED BY THE CITY ENGINEER. RESIDENTIAL/COLLECTOR/IN DUSTRIAL I V V %-Mkl ECTION CONTINUOUSLY REINFORCED CONCRETE PAVEMENT 6" THICK RESIDENTIAL, COLLECTOR, AND INDUSTRIAL 7" THICK MINOR ARTERIAL 9"THICK PRINCIPAL ARTERIAL TYPICAL STREET CROSS -SECTIONS City. of Lubbock TEXAS 6" 12 5/8" REVISED ]AN. 2020 PLATE NO. 36-12 EXISTING SIDEWALK YELLOW CAST IN PLACE REPLACEABLE TRUNCATED DOME PANEL VARIES 0" C. C. OR 3& G. SECTION A -A ONLY APPLIES AT DEPRESSED ALLEY RETURNS A A STREET ALLEY STREET NOTES: 1. ALLEY RADII MAY VARY. 2. SEE OTHER PLATES FOR RAMP DETAILS TYPICAL LOCATIONS FOR CURB RAMP EXISTING SIDEWALK 1:12 SLOPE TO BE CONSTRUCTED YELLOW CAST IN PLACE REPLACEABLE TRUNCATED DOME PANEL INSET 2B I YELLOW CAST IN PLACE REPLACEABLE TRUNCATED DOME PANEL i 1:12 SLOPE LENGTH VARIES, DUE TO 1:12 MAX. wd SLOPE OF RAMP. , r r oxv War City of Lubbock TEXAS REVISED FEB. 2017 PLATE NO. 36-13 r� VARIES 4'VARIES T.O.C. �1 1:12 SLOPE �1;12 SLOPE FLOWLINE SIDEWALK SLOPE REQUIREMENTS LONGITUDINAL -- 1:20 MAX. TRANSVERSE -- 1:50 MAX. i PROPERTY LINE F- < ? ss CURB &. GUTTER 4' MIN. 4" MIN. J THICKNESS. MINIMUM FINISHED THICKNESS TO BE 4" -VARIES- (10' TYPICAL) R=VARIES 9 YELLOW CAST IN PLACE REPLACEABLE TRUNCATED DOME PANEL. VARIES 24" MIN. 1:1�EOP MAX YELLOW CAST IN PLACE - REPLACEABLE TRUNCATED DOME PANEL. 4" MAX SECTION A -A SEE PLATE NO. 36-16(A) FOR GENERAL NOTES ON A.D.A. RAMPS CONSTRUCTION. 6 SLOPE 5% MAX BITUMINOUS Y4" EXPANSION JOINT AS REQUIRED BEHIND CURB. CORNER CURB RAMP �'� '� 11� REVISED (WITH TYPICAL 4' SIDEWALK � C't` of FEB.2017 Lubbock PLATE NO. ALONG PROPERTY LINE) TEXAS 36-14 T.O.C. r--VARIES4'VARIES�1 1 i LOPE FLOWLINE FRONT VIEW VARIES - (10' TYPICAL) I I SIDEWALK SLOPE REQUIREMENTS LONGITUDINAL -- 1:20 MAX. ,{ TRANSVERSE -- 1:50 MAX. i 1 i i PROPERTY LINE CURB & GUTTER SEE PLATE NO. 36-16(B) FOR GENERAL NOTES ON A.D.A. RAMP CONSTRUCTION. R=VARIES RAMP = 50.8 SQ. FT. OF CONCRETE FLATWORK YELLOW CAST IN PLACE REPLACEABLE TRUNCATED DOME PANEL. VARIES 24" MINN 1:12 SLOPE MAX. z YELLOW CAST IN PLACE REPLACEABLE TRUNCATED v DOME PANEL. 4" MAX r 6 SLOPE 5% MAX BITUMINOUS Y4" EXPANSION JOINT AS REQUIRED BEHIND CURB. CORNER CURB RAMP 10V REVISED �'� '� (WITHTYPICAL 5' OR 6' SIDEWALK �o City of FEB.2017 Lubbock PLATE NO. ALONG CURB BACK) TEXAS 36-15 A IN RADIUS RAMPS SHALL BE CENTERED IN CURB & GUTTER RADIUS TO THE MAXIMUM EXTENT PRACTICABLE. IN STRAIGHT C. & G. GROOVE JOINTS EACH SIDE OF RAMP o . TOP OF CURB BITUMINOUS -" EXPANSION JOINT (FULL DEPTH)LOCATED ALONG BACK OF CURB NEW CONSTRUCTION. _o0 0 A YELLOW CAST IN PLACE REPLACEABLE TRUNCATED DOME PANELS AFFIXED, FOLLOWING MANUFACTURER'S INSTRUCTIONS, TO PROPERLY CONSTRUCTED, CURED AND PREPARED 4" CONCRETE SLAB. MAINTAIN GUTTER FLOWLINE. m N ZVARIES g g o 0 0 0 0 00 00goO O O O — VARIES ev v'D.a v'Daa v'D.a RAMPS SHALL BE CENTERED IN CURB & GUTTER RADIUS TO THE MAXIMUM EXTENT PRACTICABLE. SHEET 1 OF 2 0�� REVISED TYPICAL ADA . ,# rL' C;t�. of FEB. 2017 RAMP PLAN L {.� I b 6 ck PLATE NO. TEXAS 36-16(A) �4' M. VARIES 24" MIN. 1:I2 SLOPE (MAX.) vpv 4" MIN. THICKNESS. YELLOW CAST IN PLACE REPLACEABLE TRUNCATED DOME PANEL. 4" MAX SECTION A -A g SLOPE 5% MAX BITUMINOUS -" EXPANSION JOINT AS REQUIRED BEHIND CURB. CLASS "A" CONCRETE SHALL YELLOW CAST IN PLACE CONFORM TO APPLICABLE REPLACEABLE TRUNCATED DOME. SPECIFICATIONS. �4" MIN. THICKNESS SECTION B-B NOTES: 1. CAST IN PLACE REPLACEABLE TRUNCATED DOME, DETECTABLE WARNING SYSTEM PANELS, USED HEREIN, SHALL BE MANUFACTURED BY ADA SOLUTIONS (WWW.ADATILE.COM), OR APPROVED EQUAL, AND SHALL BE LAID TO WHERE THE DOMES ARE UP AND THE LONG AXIS OF THE PANEL SHALL BE PERPENDICULAR TO THE DIRECTION OF TRAVEL. 2. RAMP TEXTURES SHALL CONSIST OF TRUNCATED DOMES SURFACES. TRUNCATED DOME DIAMETER, HEIGHT AND SPACING SHALL COMPLY WITH THE TEXAS ACCESSIBILITY STANDARDS (TAS), ADMINISTERED BY THE TEXAS DEPARTMENT OF LICENSING AND REGULATION (TDLR). TEXTURES ARE REQUIRED TO BE DETECTABLE UNDERFOOT. SURFACES THAT WOULD ALLOW WATER TO ACCUMULATE ARE PROHIBITED. THE PANELS SHALL BE AFFIXED AT THE PRESCRIBED LOCATION, TO THE PROPERLY CURED AND PREPARED CONCRETE IN THE MANNER AND USING THE MATERIALS SPECIFIED BY THE MANUFACTURER. two F31(P991Cy3E9:/1No 3;wiO4)iPd111►Iq;Xy19l 29001 ya�ZleIIPI0 71 4. ALL SLOPES SHOWN ARE MAXIMUM ALLOWABLE. THE LEAST POSSIBLE SLOPE THAT WILL STILL DRAIN PROPERLY SHOULD BE USED. RAMP LENGTH OR GRADE OF SIDEWALK APPROACH MAY BE ADJUSTED AS DIRECTED BY THE ENGINEER. TAS REQUIRED DIMENSIONS AND SLOPES ARE PARAMOUNT. IF SITE CONDITIONS PREVENT A RAMP FROM BEING CONSTRUCTED, AS -DRAWN, TO WORK AS INTENDED AND COMPLY WITH THE REQUIRED SLOPES, THEN THE RAMP CONSTRUCTION MUST BE ADJUSTED TO COMPLY WITH THE REQUIRED SLOPES. ALL CONSTRUCTION QUESTIONS SHALL BE DIRECTED TO THE ENGINEER. 5. MAXIMUM ALLOWABLE CROSS -SLOPE ON SIDEWALK AND RAMP SURFACES IS 2%. ALL CONCRETE SURFACES SHALL RECEIVE A LIGHT BROOM FINISH UNLESS NOTED OTHERWISE ON THE PLANS. ADDITIONAL INFORMATION ON CURB RAMP LOCATION, DESIGN, LIGHT REFLECTIVE VALUE AND TEXTURE MAY BE FOUND IN THE CURRENT EDITION OF THE TAS. SHEET 2 OF 2 �� REVISED TYPICAL ADA rL' C;t�. of FEB. 2017 RAMP PLAN L' 7 Il.f b 6 ck PLATE NO. TEXAS 36-16(B) 2 2' i SLOPE ALONG GUTTER VARIES SLOPE ALONG GUTTER VARIES SEE PLATE NO. 36-16 FOR DETAILS REGARDING CURB TRANSITIONS ADA RAMP AT FILLET KEYED NOTES (1 SLOPE ALONG BACK OF CURB AT RAMP OPENING SHALL NOT EXCEED 2%. 2) SLOPE FROM BACK OF CURB AT RAMP OPENING TO LIP LINE SLOPE ALONG SHALL NOT EXCEED 5%. GUTTER VARIES 2' -4" MIN. - THICKNESS. TYPICAL ADA RAMP DETAIL SLOPE ALONG GUTTER VARIES P VARIES 24" N 1:12 SLOPE (MAX.) YELLOW CAST IN PLACE REPLACEABLE TRUNCATED DOME PANEL. 4" MAX SECTION A SEE PLATE NO. 36-16 FOR DETAILS REGARDING CURB TRANSITIONS ADA RAMP AT CURB r (' SLOPE 5% MAX '•<.°.I BITUMINOUS Y4" EXPANSION JOINT AS REQUIRED BEHIND CURB. City of Lubbock TEXAS REVISED FEB. 2017 PLATE NO. 36-17 I I I I i i i TOOLED i JOINT � � I I I I I I I I � � � � I I I I i i i F- a i Z I M 10' Z I 0 I I i I p aLu I Z� w I w u- I I I I m I o TOOLED JOINT I I o � I I � I I I � � I I I I I^ I 5' i i � I I I I I I � � EXPANSIONJOINT I I I I i I I A A 20' ROW 20' w 5' 10' 5' LUZw w � v. Oz 6"X6" - 6 GAUGE WELDED WIRE SECTION A -A NO. 6 REBAR SPACED 6" FROM EDGE OF SLAB FABRIC OR #4 DEFORMED STEEL AND 1" FROM BOTTOM OF SLAB EACH SIDE. BARS 12" O.C. BOTH WAYS, LOCATE BY MEANS OF CHAIRS OR PLASTIC CENTERED IN SLAB. STAKES (NOT METAL OR WOOD). REVISED � City- of FEB. 2017Lubb4C% TYPICAL ALLEY PAVING PLATE NO. TEXAS 37-1 R—IA RESIDENTIAL 52' ROW 32' FF R-2 SCHOOL AND R-1 RESIDENTIAL COMMERCIAL 56' ROW 60' ROW �FF 42' FF COLLECTOR INDUSTRIAL �64'ROW� 60'ROW� lt746' FF 42' FF MINOR ARTERIAL MAJOR ARTERIAL 100' ROW 110' ROW 66' FF 88' FF NOTE: FF DIMENSIONS ARE FROM FACE OF CURB TO FACE OF CURB. REVISED CITY OF LUBBOCK *e City of APRIL 2020 STREET STANDARDS Lubbock PLATE NO. TEXAS 38-1 COLLECTOR FLARE AT INTERSECTION WITH A ARTERIAL MINOR OR MAJOR ARTERIAL - *City Of Lubbock REVISED APR. 2020 PLATE NO. 38-2 MINOR ARTERIAL RIGHT TURN LANE (FLARE) MINOR OR MAJOR ARTERIAL - *City Of Lubbock REVISED APR. 2020 PLATE NO. 38-3 MAJOR ARTERIAL RIGHT TURN LANE (FLARE) - MINOR OR MAJOR ARTERIAL *City Of Lubbock REVISED APR. 2020 PLATE NO. 38-4 R=40' (MIN.) FACE OF CURB R=50' (MIN.) FPO OF Gv�g PROVIDE A CONCRETE CURBED CHANNEL AND ACCESSIBLE RAMPS FOR DRAINAGE WHERE NECESSARY. 4' PEDESTRIAN ACCESS EASEMENT --< �I (REQUIRED ONLY WHERE CUL-DE-SAC LOTS ARE ADJACENT TO A STREET) I IF NEEDED FOR DRAINAGE, A 20' MINIMUM I I I DRAINAGE EASEMENT SHALL BE REQUIRED. I I I I I i I I R=40' ADJACENT ALLEY OR STREET REVISED 50' R.O.W. RADIUS STANDARD �';# C;tv of FEB. 2017 CUL-DE-SAC LuI b 6 ck PLATE NO. TEXAS 38-5 (52') OR (56') RIGHT OF WAY FACE TO OR 10' R=40' (MIN.) R=40' FRCE OF CURB 10' 50'(MIN.) 8' PROVIDE A CONCRETE CURBED CHANNEL AND ACCESSIBLE RAMPS FOR DRAINAGE WHERE NECESSARY. 4' PEDESTRIAN ACCESS EASEMENT �I (REQUIRED ONLY WHERE CUL-DE-SAC LOTS ARE ADJACENT TO A STREET) I I I I IF NEEDED FOR DRAINAGE, A 20' MINIMUM I I I DRAINAGE EASEMENT SHALL BE REQUIRED. I I I I I I I I I I I 43' R.O.W. RADIUS R-1 & (R-IA) CUL-DE-SAC ADJACENT ALLEY OR STREET oxv War City of Lubbock T E X A 5 REVISED FEB. 2017 PLATE NO. 38-6 2% MIN 4% MAX DEPTH OF CURB AND GUTTER MATCHES PAVING DEPTH #4 BARS @ 36" O.C. TRANSVERSE #4 @ 12" O.C. LONG OR EQUIVALENT FIBER 6" PORTLAND CEMENT CONCRETE PAVEMENT MIN. CEMENT CLASS C. COMPRESSIVE STRENGTH OF 3,600 PSI @ 28 DAYS) 0:•11(»►IIf_1I&I1:14:11 CONCRETE PAVING N.T.S. 2% MIN 4% MAX 12" COMPACTED SUBGRADE 12" -I F- @ 95% MODIFIED DENSITY TYPICAL SIDEWALK oxv War *Lubbi6 ckXAS REVISED FEB. 2017 PLATE NO. 38-7 20%lb MIN 2% MIN 4% MAX 4% MAX i- 0 DEPTH OF CURB AND GUTTER MATCHES PAVING DEPTH #4 BARS @ 24" O.C. TRANSVERSE #5 @ 12" O.C. LONG 7"PORTLAND CEMENT CONCRETE PAVEMENT MIN. CEMENT CLASS C. COMPRESSIVE TRENGTH OF 3,600 PSI @ 28 DAYS) MAJOR COLLECTOR (C-1) (I-1) CONCRETE PAVING N.T.S. 12" COMPACTED SUBGRADE 12" -I F- @ 95% MODIFIED DENSITY TYPICAL SIDEWALK City of Lubbock T E X A 5 REVISED FEB. 2017 PLATE NO. 38-8 TRAVEL LANE Z TRANSVERSE CONSTRUCTION JOINT TRAVEL LANE ADDITIONAL STEEL BARS Z Y LONGITUDINAL CONTRACTION JOINT Fx Y LONGITUDINAL CONSTRUCTION JOINT c X LONGITUDINAL STEEL TRANSVERSE STEEL � N � N N a c c c c c d TIE BARS a ISINGLE —c/2 TIE PIECE a BARS c/ 2 PAVEMENT OR SHOULDER EDGE GENERAL NOTES —LUNCil I UUINAL CONTRACTION JOINT LONGITUDINAL CONSTRUCTION JOINT TYPICAL PAVEMENT LAYOUT PLAN VIEW (NOT TO SCALE) PAVEMENT OR SHOULDER EDGE 1. ALL THE REINFORCING STEEL AND TIE BARS SHALL BE DEFORMED 7. TRANSVERSE STEEL SHALL BE PLACED TO WITHIN 2" OF THE STEEL BARS CONFORMING TO ASTM A 615 (GRADE 60) OR ASTM A 996 BACK OF CURB. (GRADE 60) OR ABOVE. STEEL BAR SIZES AND SPACINGS SHALL CONFORM TO TABLE NO.1 AND TABLE NO.2. S. (b) = TRANSVERSE STEEL AND TIE BARS SPACING (c) = LONGITUDINAL STEEL AND TIE BARS SPACING 2. STEEL BAR PLACEMENT TOLERANCE SHALL BE +/- 1 IN. HORIZONTALLY AND +/- 0.5 IN. VERTICALLY. CALCULATED AVERAGE BAR SPACING (SEE TABLE 1 AND 2 PLATE 38-10) (CONCRETE PLACEMENT WIDTH / NUMBER OF LONGITUDINAL BARS) SHALL CONFORM TO TABLE NO.1 3. PAVEMENT WIDTHS OF MORE THAN 25 FT. SHALL HAVE A LONGITUDINAL JOINT (SECTION Z-Z OR SECTION Y-Y). THESE JOINTS SHALL BE LOCATED WITHIN 6 IN. OF THE LANE LINE UNLESS THE JOINT LOCATION IS SHOWN ELSEWHERE ON THE PLANS. 4. THE SAW CUT DEPTH FOR THE LONGITUDINAL CONTRACTION JOINT (SECTION Z-Z) SHALL BE ONE THIRD OF THE SLAB THICKNESS (T/3). 5. OMIT TIE BARS LOCATED WITHIN 18 IN. OF THE TRANSVERSE CONSTRUCTION JOINTS (SECTION X-X). USE HAND -OPERATED IMMERSION VIBRATORS TO CONSOLIDATE THE CONCRETE ADJACENT TO ALL FORMED JOINTS. 6. LONGITUDINAL REINFORCING STEEL SPLICES SHALL BE A MINIMUM OF 25 IN. STAGGER THE LAP LOCATIONS SO THAT NO MORE THAN 1/3 OF THE LONGITUDINAL STEEL IS SPLICED IN ANY GIVEN 12-FT. WIDTH AND 2-FT. LENGTH OF THE PAVEMENT. RESIDENTIAL AND COLLECTOR STREET City REVISED FEB. 2017 CONCRETE PAVING DETAILS of Lubbock PLATE N0. 1 OF 3 TEXAS 38-9 L=50" ADDITIONAL JOINT SEALING L/2 STEEL BARS MATERIAL dT TZ2 TRANSVERSE BARS LONGITUDINAL BARS NO SPLICES ALLOWED WITHIN 10 FT OF THE JOINT. TRANSVERSE CONSTRUCTION JOINT SECTION X - X 50" FOR #5 BAR 42" FOR #4 BAR 25" FOR #5 BAR TIE BARS MAY BE JOINT SEALING 21" FOR #4 BAR IN SAME PLANE AS MATERIAL TRANSVERSE BARS TIE BARS,SINGLE OR MULTIPLE -PIECE ---- T MIN.CLEAR-Z"� ----- ------------------ -- T/2 c ' c ' a' a, c Ic LONGITUDINAL BARS TRANSVERSE BARS LONGITUDINAL CONSTRUCTION JOINT SECTION Y - Y 50" FOR #5 BAR, 42" FOR #4 BAR LONGITUDINAL JOINT SEALING 25" FOR #5 BAR BARS MATERIAL SAW CUT T/3 T /2 I I I I I I I f T T T T T l c c c/2c/2 c c TRANSVERSE BARS SINGLE PIECE TIE BARS SHOULD BE IN SAME PLANE AS TRANSVERSE BARS. LONGITUDINAL CONTRACTION JOINT SECTION Z - Z TABLE NO.1 LONGITUDINAL STEEL FIRST ADDITIONAL STEEL SLAB THICKNESS REGULAR SPACING BARS AT TRANSVERSE AND BAR SIZE STEEL BARS AT EDGE CONSTRUCTION JOINT OR JOINT (SECTION X-X) T BAR SPACING SPACING SPACING LENGTH (IN.) SIZE (c) (a) 2 x c L (IN.) (IN.) (IN.) (IN.) 6.0 #4 12 3 24 42 7.0 #5 12 3 24 50 TABLE NO.2 TRANSVERSE STEEL AND TIE BARS TIE BARS TIE BARS SLAB TRANSVERSE AT LONGITUDINAL AT LONGITUDINAL THICKNESS STEEL (b) CONTRACTION JOINT CONSTRUCTION JOINT SECTION Z-Z SECTION Y-Y (IN.) BAR SPACING BAR SPACING BAR SPACING SIZE (IN.) SIZE (IN.) SIZE (IN.) 6.0 #4 36 #4 72 #4 36 7.0 #4 24 #4 48 #4 24 RESIDENTIAL AND COLLECTOR STREET J10lvt � City- of CONCRETE PAVING DETAILS *Lu b6ck 2 OF 3 T E X A 5 REVISED MAY 2014 PLATE NO. 38-10 JOINT �„ XV SEALING COTINI4TIAL M ~\ CUT �1 F" SAWED LONGITUDINAL JOINT XV z JOINT SEALING COMPOUND CLASS 4,5 OR 7 a' BACKER ROD INITIAL SAW CUT TRANSVERSE SAWED CONTRACTION JOINT GENERAL NOTES JOINT Y„ XV SEALING COMPOUND V p ' f JOINT SEALING COMPOUND LONGITUDINAL OR TRANSVERSE CONSTRUCTION JOINT JOINT SEALING COMPOUND CLASS 1 Y2" 4,5 OR 7 F TRANSVERSE FORMED EXPANSION JOINT 1. THE JOINT RESERVOIR FOR SEALANT SHALL BE SAWED UNLESS OTHER WISE SHOWN ON THE PLANS FOR THE LONGITUDINAL AND TRANSVERSE CONSTRUCTION AND THE TWO SAWED JOINTS. 2. THE JOINTS SHALL BE CLEANED IN ACCORDANCE WITH THE MANUFACTURES REQUIREMENT AND PRIOR TO BEGINNING OPERATIONS, THE CONTRACTOR SHALL SUBMIT A STATEMENT FROM THE SEALANT MANUFACTURER SHOWING THE RECOMMENDED EQUIPMENT AND INSTALLATION PROCEDURES TO BE USED. 3. THE SAW CUT FOR THE LONGITUDINAL JOINT SHALL BE ONE FOURTH THE SLAB THICKNESS. 4. TRANSVERSE EXPANSION JOINT SHALL BE PLACED AT THE RADII OF INTERSECTING STREETS. 5. TRANSVERSE CONTRACTION JOINTS SHALL BE PLACED AT THE RADII OF INTERSECTING ALLEYS. RESIDENTIAL AND COLLECTOR STREET REVISED CONCRETE PAVING DETAILS*Lubbock City of APRIL 2019 PLATE NO. 3 OF 3 38_11 TYPE 'C' HMAC MINIMUM OF THE UPPER 12" (18" MINIMUM ON ARTERIAL STREETS) OF TRENCH BACKFILL- 1 1/2 SACK CONTROLLED LOW STRENGTH MATERIAL (FLOWABLE FILL) WITH PEA GRAVEL, IF USING COMPACTED BACKFILL. BACKFILL COMPACTED TO 95%t MODIFIED PROCTOR(ASTM D 698) 2% OF OPTIMUMMOISTURE CONTENT.(MAX. 6" LIFTS.) ALTERNATIVE BACKFILL FULL DEPTH OF TRENCH BACKFILL 1 1/2 SACK CONTROLLED LOW STRENGTH MATERIAL(FLOWABLE FILL) WITH PEA GRAVEL. ASPHALT PAVEMENT CUT REPAIRS 2' MIN. [V NO SCALE 6' r/-- ASPHALT TACK COAT. ALL JOINTS TO BE SAWCUT. ASPHALT TACK COAT. COMPROMISED SOIL DUE TO MOISTURE FROM A WATER LEAK OR RAIN EVENT PIPE BEDDING (IN ACCORDANCE WITH THE ENGINEERS AND MANUFACTURERS RECOMMENDATIONS). NOTE: 1. ALL MATERIALS AND CONSTRUCTION PRACTICES SHALL BE IN CONFORMANCE WITH CITY OF LUBBOCK PUBLIC WORKS ENGINEERING DESIGN STANDARDS AND SPECIFICATIONS. 2. GREATER THAN 5' WIDTH LONGITUDE CUTS WILL REQUIRE PAVING REPAIR APPROVAL BY THE CITY ENGINEER. 'Alo lr� - -% City of Lubbock rEYAS REVISED APR. 2020 PLATE NO. UEM-01 i L u SPLICE LENGTH 4" SAW CUT EXISTING CONCRETE PAVING COMPROMISED SOIL DUE TO MOISTURE FROM A WATER LEAK OR RAIN EVENT BACKFILL COMPACTED TO 95%t MODIFIED PROCTOR (ASTM D 698) 2% OF OPTIMUM MOISTURE CONTENT. (MAX. 6" LIFTS.) FULL DEPTH CUTS T MIN CONCRETE PAVING PREFERED METHOD EXISTING CONCRETE PAVING MAKE FULL DEPTH CUTS THEN REPAIR UTILITY. BACKFILL OR COMPACT TRENCH. SAW CUT 18" PERIMETER AND JACK OUT CONCRETE TIE STEEL TO MATCH EXISTING. DRILL AND DRIVE DEFORMED TIE BARS 10" CLASS 'B' CONCRETE 3000 PSI INTO EXISTING PAVING. EPDXY GROUT BAR AT 7 DAYS. ARTERIAL INTO EXISTING PAVING MATCH EXISTING BAR STREETS; CLASS "C" CONCRETE SIZE AND SPACING. SPLICE ALL CONCRETE JOINTS LENGTH 10" TO BE SAW CUT. EXISTING CONCRETE EXISTING CONCRETE PAVING • • • • PAVING T8" MINIMUM w °' �O ul y LnJ W J Z u� COMPROMISED SOIL DUE TO MOISTURE FROM A WATER LEAK OR RAIN EVENT BACKFILL COMPACTED TO 95%t MODIFIED PROCTOR (ASTM D 698) 2% OF OPTIMUM MOISTURE CONTENT. (MAX. 6" LIFTS.) ALTERNATIVE BACKFILL NOTE: BAR SIZE MIN. SPLICE LENGTH 3 18" 4 18" 5 21" 6 25" 7 29" 8 33" PIPE EMBEDMENT (IN ACCORDANCE WITH THE ENGINEERS AND MANUFACTURERS RECOMMENDATIONS). FULL DEPTH OF TRENCH 1. MIN RESIDENTIAL CUT TX 4' SEE UEM-07 FOR COLLECTOR 3. FLOW FILL CAP OR STEEL PLATES REQUIRED BACKFILL; 1 1/2 SACK AND ARTERIAL IF PAVEMENT IS NOT REPAIRED IMMEDIATELY. CONTROLLED LOW STRENGTH 2. ALL MATERIALS AND CONSTRUCTION PRACTICES SHALL BE IN MATERIAL (FLOWABLE FILL) CONFORMANCE WITH CITY OF LUBBOCK STANDARD PAVING WITH PEA GRAVEL. SPECIFICATIONS. CONCRETE STREET REVISED City of APR. 2020 AND ALLEY Lubbock PLATE NO. CUT REPAIRS I x a s UEM-02 CONCRETE CAP CLASS 'B' CONCRETE 3000 PSI AT 7 DAYS. # 4 BARS, 12" O.C. MAX. SPACING IN BOTH DIRECTIONS. BACKFILL COMPACTED TO 95%f MODIFIED PROCTOR (ASTM D 698) 2% OF OPTIMUM MOISTURE CONTENT. (MAX. 6" LIFTS.) ALTERNATIVE BACKFILL 1 1/2 SACK CONTROLLED LOW STRENGTH MATERIAL (FLOWABLE FILL) WITH PEA GRAVEL. BRICK PAVING NOTE: 1. SEE CONCRETE CAP DETAIL. PLATE NO. 36.09.05 2. #5 DOWELS NEEDED IF TIED INTO EXISTING CONCRETE BASE. 3. ALL MATERIALS AND CONSTRUCTION PRACTICES SHALL BE IN CONFORMANCE WITH CITY OF LUBBOCK STANDARD PAVING SPECIFICATIONS. 4. FLOW FILL CAP OR STEEL PLATES REQUIRED IF PAVEMENT IS NOT REPAIRED IMMEDIATELY. BRICK STREET CUT REPAIRS BRICK JOINTS TO BE FILLED WITH SAND/CEMENT AT A 50-50 BLEND, OR AS APPROVED BY THE STREET SUPERINTENDENT. DRILL AND DRIVE DEFORMED TIE BARS 10" INTO EXISTING PAVING. EPDXY GROUT BAR INTO EXISTING PAVING MATCH EXISTING BAR SIZE AND SPACING. 7 1" SAND CUSHION MINIMUM. 8" MIN COMPROMISED SOIL DUE TO MOISTURE FROM A WATER LEAK OR RAIN EVENT BAR SIZE MIN. SPLICE LENGTH 3 18" 4 18" 5 21" 6 25" 7 29" 8 33" PIPE BEDDING (IN ACCORDANCE WITH THE ENGINEERS AND MANUFACTURERS RECOMMENDATIONS). City 0f Lubb o ck TEXAS REVISED MAR. 2019 PLATE NO. UEM-03 Z O <z w0.> dQ ad w>- a� �J Q CONCRETE ALLEY PAVING. mw `n z o o 0 0 0 0 o e — — — — — — — — — — — — — BACKFILL COMPACTED TO 95%t MODIFIED PROCTOR DENSITY (ASTM D 698) 2% OF OPTIMUM MOISTURE CONTENT. (MAX. 6" LIFTS.) ALTERNATIVE BACKFILL FULL DEPTH OF TRENCH BACKFILL 1 1#2 SACK CONTROLLED LOW STRENGTH MATERIAL (FLOWABLE FILL) WITH PEA GRAVEL. NOTE: 1. ALL MATERIALS AND CONSTRUCTION PRACTICES SHALL BE IN CONFORMANCE WITH CITY OF LUBBOCK PUBLIC WORKS ENGINEERING DESIGN STANDARDS AND SPECIFICATIONS. 2. THE ALLEY PAVING CONTRACTOR SHALL BE REQUIRED TO OBTAIN 95%f MODIFIED PROCTOR DENSITY (ASTM D 698) 2% OF OPTIMUM MOISTURE IN THE 6" DEPTH OF SUBGRADE IMMEDIATELY BELOW THE ALLEY PAVING. TRENCH BACKFILL REQUIREMENT ON ALLEYS TO BE PAVED WITHIN RIGHT-OF-WAY THE ALLEY PAVING CONTRACTORS SHALL BE REQUIRED TO OBTAIN 95%± MODIFIED PROCTOR DENSITY (ASTM D 698) 2% OF OPTIMUM MOISTURE IN THE 6" DEPTH OF SUBGRADE IMMEDIATELY BELOW THE ALLEY PAVING. PIPE EMBEDMENT (IN ACCORDANCE WITH THE ENGINEERS AND MANUFACTURERS RECOMMENDATIONS). Alf War �# *Lubb'o of TEXAS REVISED DEC. 2012 PLATE NO. UEM-04 BACKFILL COMPACTED TO 95%t MODIFIED PROCTOR DENSITY (ASTM D 698) 2% OF OPTIMUM MOISTURE CONTENT. (MAX. 6" LIFTS.) ALTERNATIVE BACKFILL FULL DEPTH OF TRENCH BACKFILL 116 SACK CONTROLLED LOW STRENGTH MATERIAL (FLOWABLE FILL) WITH PEA GRAVEL. NOTE: 1. ALL MATERIALS AND CONSTRUCTION PRACTICES SHALL BE IN CONFORMANCE WITH CITY OF LUBBOCK PUBLIC WORKS ENGINEERING DESIGN STANDARDS AND SPECIFICATIONS. TRENCH BACKFILL REQUIREMENTS ON UNPAVED STREETS AND ALLEYS WITHIN RIGHT-OF-WAY EXISTING GROUND SURFACE. 12" PIPE BEDDING (IN ACCORDANCE WITH THE ENGINEERS AND MANUFACTURERS RECOMMENDATIONS). Alf. War City of Lubbock TEXAS REVISED FEB. 2017 PLATE NO. UEM-05 PLACE #4 BARS BOTH WAYS ALONG PAVING 6„ CUT AT 12" MAX. SPACING. AT LEAST 2 6" #4 BARS EACH WAY ARE REQUIRED. LIE #4 BARS, 12" O.C. MAX V NO SCALE DRILL AND DRIVE 12" SPACING IN BOTH DEFORMED #5 DOWEL DIRECTIONS, CENTERED BARS 6" INTO EXISTING IN SLAB SLAB ON 3' SPACING NOTE: 1. ALL MATERIALS AND CONSTRUCTION 2. ALL JOINTS SHALL BE PRACTICES SHALL BE IN CONFORMANCE DOWELED AS SPECIFIED WITH CITY OF LUBBOCK PUBLIC WORKS 3. MAXIMUM OF TWO TRANSVERSE ENGINEERING DESIGN STANDARDS AND CUT JOINTS BETWEEN EXISTING SPECIFICATIONS 13' TOOLED JOINTS (ONE SLAB). .11410 Ivor TYPICAL ALLEY PAVING CUT � city"f *Lubb6ck REVISED FEB. 2017 PLATE NO. UEM-06 LEGEND ® UTILITY/STREET CUT .CITY STANDARD RESTORATION REQUREMENTS FOR CONCRETE PAVEMENT BAR SIZE MIN. SPLICE LENGTH 3 18" 4 18" 5 21" 6 25" 7 29" 8 33" DOWEL MAY BE USED IN LIEU OF SPLICING REBAR WITH APPROVAL. SEE UEM-02 FOR DOWEL SIZE SPACING. J = SPACING BETWEEN JOINTS CONCRETE ARTERIAL 'Alwo'. REVISED City of APR. 2020 AND COLLECTOR WLubbock PLATE NO. PAVEMENT REPAIR Ilxns UEM-07 No Text No Text No Text G..bL( No Text A-1.3 Restrained Joint Table for Reducers Minimum length to be restrained on larger pipe (Feet): PVC Pipe Small Pipe Size (in.) Large Pipe Size (in.) 4 6 8 10 12 16 20 24 4 - 22 40 54 69 95 119 142 6 - - 23 41 57 86 112 137 8 - - - 23 42 75 103 129 10 - - - - 23 61 92 120 12 - - - - - 44 78 109 16 - - - - - - 44 80 20 - - - - - - - 44 24 - - - - - - - - D.I. Pipe Branch Pipe Size (in.) Run Pipe Size (in.) 4 6 8 10 12 16 20 24 4 - 12 21 29 36 50 63 75 6 - - 13 22 30 46 59 72 8 - - - 12 22 40 54 68 10 - - - - 13 32 49 63 12 - - - - - 23 42 57 16 - - - - - - 23 42 20 - - - - - - - 24 24 1 - - - - - - - - Table is based on Soil Type SC, Safety Factor 2, Trench Type 3, Depth of Bury 3 feet, Test Pressure 100 psi, and minimum restrained length of small size pipe to be 1/2 that listed here. Values derived from the EBAA Iron, Inc. Restrained Length Calculation Program. Revised 3/11 City of Lubbock Water Utilities Engineering Department Minimum Design Standards and Specifications for Water and Sewer No Text A � -2�r c6"�'k Iubb TEXAS Approved Materials and Manufacturers List Application For New Product(s) Note: Incomplete applications will be returned unprocessed. Date of Application: Company Name Address Contact Person Position Phone Number Email Fax Number Manufacturer (If not applicant) Supplier (If not applicant) Product Nomenclature Model No. Series Description/Use of Product Have you included a sample? Would you like this sample returned? List Testing Certifications (Required) 1. List Attached Items (Provide five copies of each) 1. 2. 2. 3. 3. 4. 4. 5. 5. 6. 6. 7. 7. Application No. Comments: ****Do not write below this line - - For City use only**** (Ex. 2014-01) Approved By: Title: Accepted Rejected No Text CERTIFICATE OF COMPLETION DATE: PROJECT DATA SUBDIVISION NAME: PLAT DESCRIPTION: TYPE OF MUNICIPAL IMPROVEMENT ❑ WATER ❑ SEWER ❑ PAVING ❑ DRAINAGE ❑ OTHER CONTRACTOR'S AFFIDAVIT TO DEVELOPER I certify that the work under the above named project, including all amendments thereto, has been satisfactorily completed in accordance with the engineering plans and specifications and in accordance with the City of Lubbock Public Works Engineering Minimum Design Standards and Specifications; that no liens have been or will be attached against the property and improvements of the owner; that no suits are pending by reason on the project under the contract; and no public liability claims are pending. CONTRACTOR/DEVELOPER ADDRESS: PHONE: SIGNED: PRINTED: TITLE: RECOGNITION BY CITY OF LUBBOCK An inspection of the work on the above referenced Project was conducted on Those participating in the inspection (final walk-through) were and The inspection revealed that the infrastructure inspected has been completed substantially in accordance with the plans and specifications and is recommended for acceptance on City of Lubbock By Printed Name Title Rev. 05-01-2014 No Text DEVELOPER WARRANTY STATEMENT DATE: PROJECT DATA SUBDIVISION NAME: PLAT DESCRIPTION: TYPE OF MUNICIPAL IMPROVEMENT ❑ WATER ❑ SEWER ❑ PAVING ❑ DRAINAGE ❑ OTHER WARRANTY STATEMENT TO THE CITY OF LUBBOCK As the developer of the above referenced development, I guarantee the improvements installed by my Contractor and inspected, tested, and accepted by the City of Lubbock to be free from defects for a period of one year for water and/or sewer improvements and two years for paving and or drainage improvements from the date the infrastructure is accepted by the City of Lubbock. Upon receipt of the Developers Certificate of Completion, Record Drawings and the Developers Warranty Statement, the City will accept improvements within 30 calendar days; unless exception is given in writing. The Contractor, Engineer/Surveyor, Record Drawing submittal date, and the Substantial Completion Date are listed below. CONTRACTOR ENGINEER/SURVEYOR: RECORD DRAWING SUBMITTAL DATE: SUBSTANTIAL COMPLETION DATE: DEVELOPER CONTACT INFORMATION DEVELOPER ADDRESS: PHONE: EMAIL: SIGNED: PRINTED: LIMITATIONS This warranty does not include damage to underground utilities caused by others due to excavation or boring activities after the date of the infrastructure is accepted by the City of Lubbock. This warranty does not include any cosmetic damages or the results of any cosmetic damages to either above ground utility infrastructure or paving/drainage improvements occurring after the date of substantial completion. These cosmetic damages may include but are not limited to gouges in asphalt from vehicular traffic excluding all construction equipment related to the development, the failure of asphalt due to water ponding beyond the control of the Developer, any natural disaster, or utility work within dedicated Public Right of Way. Rev. 05-01-2014 No Text Ar,�City of Lubb o ck SO T E X A 5 LEGAL DESCRIPTION: ENGINEERING FIRM: E-MAIL: PHONE NUMBER: PAVEMENT MUNICIPAL IMPROVEMENTS SUBMITTAL CHECKLIST ADDRESS: CONTACT: DATE: � w a w o Q CRITERIA ua a NOTES w F W � z z General Requirements Provide 2 sets of plan for review Provide review fee calculations Provide payment for review fee Drawings shall be no larger than 24"x36". Include a Location map Include a Title Block (lower right corner preferred) Drawing Scale shall be Horizontal 1"=50' or 1"=20' Vertical 1"=1' or 1"=2' Include original date and revision dates Include Name of Professional Engineer Include Firm Name and Contact Information Include Legal Description of Property Being Improved Include Drawings Numbers Include City of Lubbock Inspector Contact Information 806-775-3751. Include Note on Plans "All work shall be in accordance with the City of Lubbock Minimum Design Standards and Specifications." Plan Include Benchmark and Datum Include North Arrow V/ o w rl w z a CRITERIA �ww a NOTES � Q A z w w z Include ROW lines, property lines and lot numbers Include Street Names and Easements with Width Dimensions Include Existing Curbs and Paving (Gray) Include Proposed Curbs and Paving (Bold) Include Spot Elevations on Radii, Dips, Grade Breaks, and Ditches Include Location and Direction of Dips Include Other Pertinent Details (Buildings, Utilities, Water Courses, Etc.) Profile Include Existing Ground Surface at Curb Lines (Gray) Include Existing Gutters or Flow Lines (Gray) Include Proposed Gutters or Flow Lines (Bold) Include Stationing with Profiles Indexed to Plan View Include Intermediate Station Numbers and Elevations at Points of Grade Change and Radii Include Ditch Grades Include Existing and Proposed Utilities Where Crossed Detail Sheet Details are not required when engineers plans refer to City standards Include all non-standard details Overall Layout Sheet — As Required Drawing Scale shall be 1 "=100' Include Lot Lines Include Streets and Street Names City of Lubbock TEXAS LEGAL DESCRIPTION: ENGINEERING FIRM: E-MAIL: PHONE NUMBER: WATER AND SEWER MUNICIPAL INFRASTRUCTURE SUBMITTAL CHECKLIST ADDRESS: CONTACT: DATE: 0 w y F .a � Q CRITERIA w z NOTES U .a C1. W y � W W General Requirements Provide 2 plan sets for review Provide fee calculations (Pro Rata) Provide payment of review fee Include a Location map All drawings shall be approximately 24-inch by 36-inch in size Include the legal description of property being improved Include a title block (Lower right hand corner preferred) Make the drawings to standard engineering scale (with graphic scale representation shown on plans) Include original date and revision dates Include the name of the Professional Engineer Include Professional Engineer's seal Include the Firm name and contact information Include City of Lubbock Engineering Department Contact Information: Development Engineering Services: (806) 775-2347 Senior Inspector: (806) 548-4152 Include Drawing number(s) Includes statement: "All work shall be performed in accordance with the City of Lubbock Design Standards and Specifications." Plans Include Bench Marks H O 'a W CRITERIA w z .a NOTES Include Location control dimensions Include North Arrows Include Property Lines Include Street Names and Easements with Width Dimensions Include Existing Buried Utility Lines Location and Depth (Gray -Dashed) • Water • Gas • Communications • Storm drains • Sanitary sewers • Electric Include Other Pertinent Details (Structures, Curbs, Water Courses, Etc.) Include Proposed water/sewer mains (Bold — Solid) Label proposed diameters Label proposed materials Include proposed manholes Label water line elements (fittings, tees, crosses, reducers, bends, plugs, blow -offs, thrust blocks, valves and fire hydrants) Include stationing and other number designations Include elevation of inverts in and out of manhole Include elevation of manhole rim Label manhole stub -outs Include proposed future extensions Include proposed service connections or stub - ins Include proposed concrete encasement Include proposed cut-off walls Include easement description for offsite easements. Make utility easements have correct orientation and offsets (water north & west, sewer 10ft from water lines) Profiles Include ground surface — existing (dotted) and proposed (Solid) Include station numbers Include length between manholes and depth of cut Include existing and proposed utilities where crossed H O 'a W CRITERIA w z .a NOTES Include existing manhole invert and rim elevations Include Plan, Profile, and Complete Details for off -site transmission mains, lift stations, special valves and vaults, tanks, etc. Water Design Include water line summary Include overall layout (scale 1" = 100') Include Profiles at large utility crossings including sewer mains >10", fiber or electric duct banks, storm sewers, etc. Include profiles for 12" or larger water lines. Verify existing lines for tie-in Abandoned line procedure followed Boring and casing standards followed Include shutoff valves (12" or < dist. mains <600ft, larger mains <800ft) Include a fire hydrant within 500ft of each structure Make a looped system Water lines shall be 2 ft. above existing sewer lines (and force mains) Make joint spacing and clearances of 9ft at sewer crossing No stub outs under paving No dead end mains > 150ft No developed lines that cut off adjacent plots from future water No service taps off streets No size on size municipal taps without approval Sewer Design Include overall layout (scale 1" = 100') Include profiles Verify existing line for tie-in Abandoned line procedure followed Gradients follow: • 6 in diam 0.60-12.35% • 8 in diam 0.40-8.40% • 10 in diam 0.28-6.23% • 12 in diam 0.22-4.88% • 15 in diam 0.15-3.62% • 18 in diam 0.12-2.83% All shallow manholes (<16ft) on small sewer lines (<15in diam) have 48in diam manholes spaced at <500ft All deep manholes (>16ft) on small sewer lines (<15in diam) have 60in diam manholes spaced at <500ft H O 'a W CRITERIA w z .a NOTES All manholes on large sewer lines (>15in diam) have 60in diam manholes spaced at <800ft Protective coatings specified on all large and drop manholes and manholes receiving force main discharge Max sewer service tap depth of 12ft (or Engineering Department approval) Water lines shall be 2 ft. above existing sewer lines (and force mains) Joint spacing and clearance of 9ft at sewer crossing Inlet drops in manholes follow: • Inlet angle <30 degree drop 0.10ft min • Inlet angle >30 degree drop 0.20ft min Inlet with <24 in drop must be filleted Drop manhole (>24in drop) follow: • Existing manholes drop inside • New manholes drop outside No stub outs under paving REFUND CONTRACT NO. City of *Lubbock TEXAS REFUND CONTRACT DECLARATION DEVELOPMENT LEGAL DESCRIPTION OF PROPERTY: DEVELOPER/OWNER: ADDRESS: NUMBER STREET CITY CERTIFIED REFUND INTENT STATE ZIP ❑ I accept the terms of this Refund Contract (the "Contract') and request the adjacent mains fees collected by the City of Lubbock (the "City"), for the infrastructure improvements ("Improvements") on the developed property listed above (the "Property"), be released to me as a refund within 6 (six) months of receipt. ❑ I hereby knowingly, and willingly waive the right to a refund for adjacent mains fees for Improvements accepted by the City on behalf of the Property (including all lines not shown in "Exhibit A") due to separate agreements made with adjacent property owners or for any other reason. The City and the undersigned developer, Property owner, and/or authorized representative of the developer or Property owner, pursuant to Section 22.05.015 of the City of Lubbock Code of Ordinances, does hereby enter into this Contract for Water and/or Sewer Infrastructure. The execution of which is upon acceptance of infrastructure by the City, which requires infrastructure development that is performed in accordance with Section 22.05.010, including, but not limited to receipt of as-builts of the water and sewer improvements as outlined in the City of Lubbock Public Works Engineering Minimum Design Standards and Specifications. The parties hereto, by execution of this Contract, acknowledge and agree that the amount of the refund, if any, shall ultimately be determined, in part, on the number of adjacent property owners electing to connect to the infrastructure during the term of the Contract, and further paying the appropriate adjacent main fee. During the term of this Contract, the City shall hold, in trust, adjacent main fees collected in connection with the Property, and periodically release funds therefrom, to eligible applicants, for any associated extensions. The City makes no representation as to, nor does it warrant, the amount of refund eligible under the Contract, and the City is under no obligation to pay, from its own funds, any portion of the refund. The lines subject to this Contract are attached as "Exhibit A" (which shall include record p. 1of2 Refund Contract drawings including the water and sewer refund calculation spreadsheet for each line the developer is requesting the refund of fees collected), attached REFUND CONTRACT NO. and incorporated herein. The term of this refund contract shall be fifteen (15) years from the date of execution, and in no case shall the City be liable to issue refunds after such term. No interest shall accrue or be paid on any funds held by the City. PRINTED NAME OF DEVELOPER/ PROPERTY OWNER OR AUTHORIZED REPRESENTATIVE SIGNATURE BELOW TO BE COMPLETED BY THE CITY Lines Accepted On: Authorized By the City: LUBBOCK ASSISTANT CITY MANAGER DATE DATE p. 2of2 Refund Contract O gpli7pp- Texas apartment ransportation Standard Specifications for Construction and Maintenance of Highways, Streets, and Bridges Adopted by the Texas Department of Transportation November 1, 2014 104 Item 104 Removing Concrete ,Texas Department of Transportation 1. DESCRIPTION Break, remove, and salvage or dispose of existing hydraulic cement concrete. 2. CONSTRUCTION Remove existing hydraulic cement concrete from locations shown on the plans. Avoid damaging concrete that will remain in place. Saw -cut and remove the existing concrete to neat lines. Replace any concrete damaged by the Contractor at no expense to the Department. Accept ownership and properly dispose of broken concrete in accordance with federal, state, and local regulations unless otherwise shown on the plans. 3. MEASUREMENT Removing concrete pavement, floors, porches, patios, riprap, medians, foundations, sidewalks, driveways, and other appurtenances will be measured by the square yard (regardless of thickness) or by the cubic yard of calculated volume, in its original position. Removing curb, curb and gutter, and concrete traffic barrier will be measured by the foot in its original position. The removal of monolithic concrete curb or dowelled concrete curb will be included in the concrete pavement measurement. Removing retaining walls will be measured by the square yard along the front face from the top of the wall to the top of the footing. This is a plans quantity measurement Item. The quantity to be paid is the quantity shown in the proposal, unless modified by Article 9.2., "Plans Quantity Measurement." Additional measurements or calculations will be made if adjustments of quantities are required. 4. PAYMENT The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid for "Removing Concrete" of the type specified. This price is full compensation for breaking the concrete; loading, hauling, and salvaging or disposing of the material; and equipment, labor, tools, and incidentals. Removing retaining wall footings will not be paid for directly but will be considered subsidiary to this Item. 73 105 Item 105 Removing Treated and Untreated Texas Department Base and Asphalt Pavement ofTiansportatton 1. DESCRIPTION Break, remove, and store or dispose of existing asphalt pavement, including surface treatments, and treated or untreated base materials. 2. CONSTRUCTION Break material retained by the Department into pieces not larger than 24 in. unless otherwise shown on the plans. Remove existing asphalt pavement before disturbing stabilized base. Avoid contamination of the asphalt materials and damage to adjacent areas. Repair material damaged by operations outside the designated locations. Stockpile materials designated salvageable at designated sites when shown on the plans or as directed. Prepare stockpile site by removing vegetation and trash and by providing for proper drainage. Material not designated to be salvaged will become the property of the Contractor. When this material is disposed of, do so in accordance with federal, state, and local regulations. 3. MEASUREMENT This Item will be measured by the 100-ft. station along the baseline of each roadbed, by the square yard of existing treated or untreated base and asphalt pavement in its original position, or by the cubic yard of existing treated or untreated base and asphalt pavement in its original position, as calculated by the average end area method. Square yard and cubic yard measurement will be established by the widths and depths shown on the plans and the lengths measured in the field. 4. PAYMENT The work performed in accordance with this Item and measured as provided under "Measurement' will be paid for at the unit price bid for "Removing Treated and Untreated Base and Asphalt Pavement' of the depth specified. This price is full compensation for breaking the material, loading, hauling, unloading, stockpiling or disposing; repair to areas outside designated locations for removal; and equipment, labor, tools, and incidentals. 74 110 Item 110 Excavation DESCRIPTION Texas Department of Transportation Excavate areas as shown on the plans or as directed. Remove materials encountered to the lines, grades, and typical sections shown on the plans and cross -sections. 2. CONSTRUCTION Accept ownership of unsuitable or excess material and dispose of material in accordance with local, state, and federal regulations at locations outside the right of way. Maintain drainage in the excavated area to avoid damage to the roadway section. Correct any damage to the subgrade caused by weather at no additional cost to the Department. Shape slopes to avoid loosening material below or outside the proposed grades. Remove and dispose of slides as directed. 2.1. Rock Cuts. Excavate to finish subgrade. Manipulate and compact subgrade in accordance with Section 132.3.4., "Compaction Methods," unless excavation is to clean homogenous rock at finish subgrade elevation. Use approved embankment material compacted in accordance with Section 132.3.4., "Compaction Methods," to replace undercut material at no additional cost if excavation extends below finish subgrade. 2.2. Earth Cuts. Excavate to finish subgrade. Scarify subgrade to a uniform depth at least 6 in. below finish subgrade elevation in areas where base or pavement structure will be placed on subgrade. Manipulate and compact subgrade in accordance with Section 132.3.4., "Compaction Methods." Take corrective measures as directed if unsuitable material is encountered below subgrade elevations. 2.3. Subgrade Tolerances. Excavate to within 1/2 in. in cross-section and 1/2 in. in 16 ft. measured longitudinally for turnkey construction. Excavate to within 0.1 ft. in cross-section and 0.1 ft. in 16 ft. measured longitudinally for staged construction. 3. MEASUREMENT This Item will be measured by the cubic yard in its original position as computed by the method of average end areas. This is a plans quantity measurement Item. The quantity to be paid is the quantity shown in the proposal unless modified by Article 9.2., "Plans Quantity Measurement." Additional measurements or calculations will be made if adjustments of quantities are required. Limits of measurement for excavation in retaining wall areas will be as shown on the plans. Shrinkage or swelling factors will not be considered in determining the calculated quantities. 4. PAYMENT The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid for "Excavation (Roadway)," "Excavation (Channel)," 76 110 "Excavation (Special)," or "Excavation (Roadway and Channel)." This price is full compensation for authorized excavation; drying; undercutting subgrade and reworking or replacing the undercut material in rock cuts; hauling; disposal of material not used elsewhere on the project; scarification and compaction; and equipment, labor, materials, tools, and incidentals. Drying required deeper than 6 in. below subgrade elevation will be paid for in accordance with Article 9.7., "Payment for Extra Work and Force Account Method." Excavation and replacement of unsuitable material below subgrade elevations will be performed and paid for in accordance with the applicable bid items. However, if Item 132, "Embankment," is not included in the Contract, payment for replacement of unsuitable material will be paid for in accordance with Article 9.7., "Payment for Extra Work and Force Account Method." When a slide not due to the Contractor's negligence or operation occurs, payments for removal and disposal of the slide material will be in accordance with Article 9.7., "Payment for Extra Work and Force Account Method." Excavation in backfill areas of retaining walls will not be measured or paid for directly but will be subsidiary to pertinent Items. 77 132 Item 132 Embankment DESCRIPTION Texas Department of Transportation Furnish, place, and compact materials for construction of roadways, embankments, levees, dikes, or any designated section of the roadway where additional material is required. 2. MATERIALS Furnish approved material capable of forming a stable embankment from required excavation in the areas shown on the plans or from sources outside the right of way. Provide one or more of the following types as shown on the plans: ■ Type A. Granular material that is free from vegetation or other objectionable material and meets the requirements of Table 1. Table 1 Testing Requirements Property Test Method Specification Limit Liquid limit Tex-104-E <_ 45 Plasticity index PI Tex-106-E <_ 15 Bar linear shrinka e Tex-107-E >_ 2 Perform the Linear Shrinkage test only as indicated in Tex-104-E. ■ Type B. Materials such as rock, loam, clay, or other approved materials. ■ Type C. Material meeting the specification requirements shown on the plans. Type C may be further designated as Type C1, C2, etc. ■ Type D. Material from required excavation areas shown on the plans. Meet the requirements of the pertinent retaining wall Items for retaining wall backfill material. 3. CONSTRUCTION Meet the requirements of Item 7, "Legal Relations and Responsibilities," when off right of way sources are used. Notify the Engineer before opening a material source to allow for required testing. Complete preparation of the right of way in accordance with Item 100, "Preparing Right of Way," for areas to receive embankment. Backfill tree -stump holes or other minor excavations with approved material and tamp. Restore the ground surface, including any material disked loose or washed out, to its original slope. Compact the ground surface by sprinkling in accordance with Item 204, "Sprinkling," and by rolling using equipment complying with Item 210, 'Rolling," when directed. Scarify and loosen the unpaved surface areas, except rock, to a depth of at least 6 in. unless otherwise shown on the plans. Bench slopes before placing material. Begin placement of material at the toe of slopes. Do not place trees, stumps, roots, vegetation, or other objectionable material in the embankment. Simultaneously recompact scarified material with the placed embankment material. Do not exceed the layer depth specified in Section 132.3.4., "Compaction Methods." Construct embankments to the grade and sections shown on the plans. Construct the embankment in layers approximately parallel to the finished grade for the full width of the individual roadway cross -sections unless :N 132 otherwise shown on the plans. Ensure that each section of the embankment conforms to the detailed sections or slopes. Maintain the finished section, density, and grade until the project is accepted. 3.1. Earth Embankments. Earth embankment is mainly composed of material other than rock. Construct embankments in successive layers, evenly distributing materials in lengths suited for sprinkling and rolling. Treat material in accordance with Item 260, "Lime Treatment (Road -Mixed)" or Item 275, "Cement Treatment (Road -Mixed)" when required. Obtain approval to incorporate rock and broken concrete produced by the construction project in the lower layers of the embankment. Place the rock and concrete outside the limits of the completed roadbed when the size of approved rock or broken concrete exceeds the layer thickness requirements in Section 132.3.4., "Compaction Methods." Cut and remove all exposed reinforcing steel from the broken concrete. Move the material dumped in piles or windrows by blading or by similar methods and incorporate it into uniform layers. Featheredge or mix abutting layers of dissimilar material for at least 100 ft. to ensure there are no abrupt changes in the material. Break down clods or lumps of material and mix embankment until a uniform material is attained. Apply water free of industrial wastes and other objectionable matter to achieve the uniform moisture content specified for compaction. Roll and sprinkle each embankment layer in accordance with Section 132.3.4.1., "Ordinary Compaction," when ordinary compaction is specified. Compact the layer to the required density in accordance with Section 132.3.4.2., "Density Control," when density control is specified. 3.2. Rock Embankments. Rock embankment is mainly composed of rock. Construct rock embankments in successive layers for the full width of the roadway cross-section with a depth of 18 in. or less. Increase the layer depth for large rock sizes as approved. Do not exceed a depth of 2-112 ft. in any case. Fill voids created by the large stone matrix with smaller stones during the placement and filling operations. Ensure the depth of the embankment layer is greater than the maximum dimension of any rock. Do not place rock greater than 2 ft. in its maximum dimension, unless otherwise approved. Construct the final layer with graded material so that the density and uniformity is in accordance with Section 132.3.4., "Compaction Methods." Break up exposed oversized material as approved. Roll and sprinkle each embankment layer in accordance with Section 132.3.4.1., "Ordinary Compaction," when ordinary compaction is specified. Compact each layer to the required density in accordance with Section 132.3.4.2., "Density Control," when density control is specified. Proof -roll each rock layer as directed, where density testing is not possible, in accordance with Item 216, 'Proof Rolling," to ensure proper compaction. 3.3. Embankments Adjacent to Culverts and Bridges. Compact embankments adjacent to culverts and bridges in accordance with Item 400, "Excavation and Backfill for Structures." 3.4. Compaction Methods. Begin rolling longitudinally at the sides and proceed toward the center, overlapping on successive trips by at least 1/2 the width of the roller. Begin rolling at the lower side and progress toward the high side on super elevated curves. Alternate roller trips to attain slightly different lengths. Compact embankments in accordance with Section 132.4.1., "Ordinary Compaction," or Section 132.3.4.2., "Density Control," as shown on the plans. 3.4.1. Ordinary Compaction. Use approved rolling equipment complying with Item 210, `Rolling," to compact each layer. Use specific equipment when required by the plans or the Engineer. Do not allow the loose depth of any layer to exceed 8 in., unless otherwise approved. Bring each layer to the moisture content directed before and during rolling operations. Compact each layer until there is no evidence of further consolidation. Maintain a level layer to ensure uniform compaction. Recompact and refinish the subgrade at no additional expense to the Department if the required stability or finish is lost for any reason. H 132 3.4.2. Density Control. Compact each layer to the required density using equipment complying with Item 210, "Rolling." Determine the maximum lift thickness based on the ability of the compacting operation and equipment to meet the required density. Do not exceed layer thickness of 16 in. loose or 12 in. compacted material unless otherwise approved. Maintain a level layer to ensure uniform compaction. The Engineer will use Tex-114-E to determine the maximum dry density (Da) and optimum moisture content (Wopt). Meet the requirements for field density and moisture content in Table 2 unless otherwise shown on the plans. Table 2 Field Density Control Requirements Description DensityMoisture Content Tex-115-E PI<_15 >_98%Da 15 < PI <_ 35 >_ 98% Da and <_ 102% Da >_ Wopt. PI > 35 >_ 95% Da and <_ 100% Da >_ Wopt. Each layer is subject to testing by the Engineer for density and moisture content. During compaction, the moisture content of the soil should not exceed the value shown on the moisture -density curve, above optimum, required to achieve: ■ 98% dry density for soils with a PI greater than 15 but less than or equal to 35 or ■ 95% dry density for soils with PI greater than 35. Remove small areas of the layer to allow for density tests as required. Replace the removed material and recompact at no additional expense to the Department. Proof -roll in accordance with Item 216, `Proof Rolling," when shown on the plans or as directed. Correct soft spots as directed. 3.5. Maintenance of Moisture and Reworking. Maintain the density and moisture content once all requirements in Table 2 are met. Maintain the moisture content no lower than 4% below optimum for soils with a PI greater than 15. Rework the material to obtain the specified compaction when the material loses the required stability, density, moisture, or finish. Alter the compaction methods and procedures on subsequent work to obtain specified density as directed. 3.6. Acceptance Criteria. 3.6.1. Grade Tolerances. 3.6.1.1. Staged Construction. Grade to within 0.1 ft. in the cross-section and 0.1 ft. in 16 ft. measured longitudinally. 3.6.1.2. Turnkey Construction. Grade to within 1/2 in. in the cross-section and 1/2 in. in 16 ft. measured longitudinally. 3.6.2. Gradation Tolerances. Ensure no more than 1 of the 5 most recent gradation tests is outside the specified limits on any individual sieve by more than 5% when gradation requirements are shown on the plans. 3.6.3. Density Tolerances. Ensure no more than 1 of the 5 most recent density tests for compaction work is outside the specified density limits, and no test is outside the limits by more than 3 pcf. 3.6.4. Plasticity Tolerances. Ensure no more than 1 of the 5 most recent PI tests for material is outside the specified limit by more than 2 points. 4. MEASUREMENT Embankment will be measured by the cubic yard. Measurement will be further defined for payment as follows: 82 132 4.1. Final. The cubic yard will be measured in its final position using the average end area method. The volume is computed between the original ground surface or the surface upon which the embankment is to be constructed and the lines, grades, and slopes of the embankment. In areas of salvaged topsoil, payment for embankment will be made in accordance with Item 160, "Topsoil." Shrinkage or swell factors will not be considered in determining the calculated quantities. 4.2. Original. The cubic yard will be measured in its original and natural position using the average end area method. 4.3. Vehicle. The cubic yard will be measured in vehicles at the point of delivery. When measured by the cubic yard in its final position, this is a plans quantity measurement Item. The quantity to be paid is the quantity shown in the proposal, unless modified by Article 9.2., "Plans Quantity Measurement." Additional measurements or calculations will be made if adjustments of quantities are required. Shrinkage or swell factors are the Contractor's responsibility. When shown on the plans, factors are for informational purposes only. Measurement of retaining wall backfill in embankment areas is paid for as embankment unless otherwise shown on the plans. Limits of measurement for embankment in retaining wall areas are shown on the plans. 5. PAYMENT The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid for "Embankment (Final)," "Embankment (Original)," or "Embankment (Vehicle)" of the compaction method and type specified. This price is full compensation for furnishing embankment; hauling; placing, compacting, finishing, and reworking; disposal of waste material; and equipment, labor, tools, and incidentals. When proof rolling is directed, it will be paid for in accordance with Item 216, "Proof Rolling." All sprinkling and rolling, except proof rolling, will not be paid for directly but will be considered subsidiary to this Item, unless otherwise shown on the plans. Where subgrade is constructed under this Contract, correction of soft spots in the subgrade will be at the Contractor's expense. Where subgrade is not constructed under this Contract, correction of soft spots in the subgrade will be paid in accordance with Article 9.7., "Payment for Extra Work and Force Account Method." 83 162 Item 162 Sodding for Erosion Control DESCRIPTION Provide and install grass sod as shown on the plans or as directed. 2. MATERIALS Texas Department of Transportation Use live, growing grass sod of the type specified on the plans. Use grass sod with a healthy root system and dense matted roots throughout the soil of the sod for a minimum thickness of 1 in. Do not use sod from areas where the grass is thinned out. Keep sod material moist from the time it is dug until it is planted. Grass sod with dried roots is unacceptable. 2.1. Block Sod. Use block, rolled, or solid sod free from noxious weeds, Johnson grass, other grasses, or any matter deleterious to the growth and subsistence of the sod. 2.2. Mulch Sod. Use mulch sod from an approved source, free from noxious weeds, Johnson grass, other grasses, or any matter deleterious to the growth and subsistence of the sod. 2.3. Fertilizer. Furnish fertilizer in accordance with Article 166.2., "Materials." 2.4. Water. Furnish water in accordance with Article 168.2., "Materials." 2.5. Mulch. Use straw mulch consisting of oat, wheat, or rice straw or hay mulch of either Bermudagrass or prairie grasses. Use straw or hay mulch free of Johnson grass and other noxious and foreign materials. Keep the mulch dry and do not use molded or rotted material. 2.6. Tacking Methods. Use a tacking agent applied in accordance with the manufacturer's recommendations or a crimping method on all straw or hay mulch operations. Use tacking agents as approved or as specified on the plans. 3. CONSTRUCTION Cultivate the area to a depth of 4 in. before placing the sod. Plant the sod specified and mulch, if required, after the area has been completed to lines and grades as shown on the plans. Apply fertilizer uniformly over the entire area in accordance with Article 166.3., "Construction," and water in accordance with Article 168.3., "Construction." Plant between the average date of the last freeze in the Spring and 6 weeks before the average date for the first freeze in the Fall according to the Texas Almanac for the project area. 3.1. Sodding Types. 3.1.1. Spot Sodding. Use only Bermudagrass sod. Create furrows parallel to the roadway, approximately 5 in. deep and on 18-in. centers. Sod a continuous row not less than 3 in. wide in the 2 furrows adjacent to the roadway. Place 3-in. squares of sod on 15-in. centers in the remaining furrows. Place sod so that the root system will be completely covered by the soil. Firm all sides of the sod with the soil without covering the sod with soil. 3.1.2. Block Sodding. Place sod over the prepared area. Roll or tamp the sodded area to form a thoroughly compacted, solid mat filling all voids in the sodded area with additional sod. Trim and remove all visible netting and backing materials. Keep sod along edges of curbs, driveways, walkways, etc., trimmed until acceptance. 95 162 3.1.3. Mulch Sodding. Mow sod source to no shorter than 4 in., rake and remove cuttings. Disk the sod in 2 directions, cutting the sod to a minimum of 4 in. Excavate the sod material to a depth of no more than 6 in. Keep excavated material moist or it will be rejected. Distribute the mulch sod uniformly over the area to a depth of 6 in. loose, unless otherwise shown on the plans, and roll with a light roller or other suitable equipment. Add or reshape the mulch sod to meet the requirements of Section 162.3.2., "Finishing." 3.2. Finishing. Smooth and shape the area after planting to conform to the desired cross -sections. Spread any excess soil uniformly over adjacent areas or dispose of the excess soil as directed. 3.3. Straw or Hay Mulch. Apply straw or hay mulch for "Spot Sodding" and "Mulch Sodding" uniformly over the area as shown on the plans. Apply straw mulch at 2 to 2-1/2 tons per acre. Apply hay mulch at 1-1/2 to 2 tons per acre. Use a tacking method over the mulched area. 4. MEASUREMENT "Spot Sodding," 'Block Sodding," and "Straw or Hay Mulch" will be measured by the square yard in its final position. "Mulch Sodding" will be measured by the square yard in its final position or by the cubic yard in vehicles as delivered to the planting site. 5. PAYMENT The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid for "Spot Sodding," `Block Sodding," "Straw or Hay Mulch," or "Mulch Sodding." This price is full compensation for securing a source, excavation, loading, hauling, placing, rolling, finishing, furnishing materials, equipment, labor, tools, supplies, and incidentals. Fertilizer will not be paid for directly but will be subsidiary to this Item. Unless otherwise specified on the plans, water, except for that used for maintaining and preparing the sod before planting, will be measured and paid for in accordance with Item 168, "Vegetative Watering." 96 164 Item 164 e Seeding for Erosion Control t ,Texas Dpartmen of Transportation 1. DESCRIPTION Provide and install temporary or permanent seeding for erosion control as shown on the plans or as directed. 2. MATERIALS 2.1. Seed. Provide seed from the previous season's crop meeting the requirements of the Texas Seed Law, including the testing and labeling for pure live seed (PLS = Purity x Germination). Furnish seed of the designated species, in labeled unopened bags or containers to the Engineer before planting. Use within 12 mo. from the date of the analysis. When Buffalograss is specified, use seed that is treated with KNO3 (potassium nitrate) to overcome dormancy. Use Tables 1-4 to determine the appropriate seed mix and rates as specified on the plans. If a plant species is not available by the producers, the other plant species in the recommended seed mixture will be increased proportionally by the PLSlacre of the missing plant species. Table 1 Permanent Rural Seed Mix District and Planting Dates Clay Soils Sandy Soils Species and Rates lb. PLSlacre Species and Rates lb. PLSlacre 1 (Paris) Green Sprangletop 0.3 Green Sprangletop 0.3 Feb. 1-May 15 Sideoats Grama (Haskell) 3.2 Bermudagrass 1.5 Bermudagrass 1.8 Bahiagrass (Pensacola) 6.0 Little Bluestem (Native) 1.7 Sand Lovegrass 0.6 Illinois Bundleflower 1.0 Weeping Lovegrass (Ermelo) 0.8 Partridge Pea 1.0 2 (Ft. Worth) Green Sprangletop (Van Horn) 1.0 Green Sprangletop (Van Horn) 1.0 Feb. 1-May 15 Sideoats Grama (Haskell) 1.0 Hooded Windmillgrass (Mariah) 0.2 Texas Grama (Atascosa) 1.0 Shortspike Windmillgrass (Welder) 0.2 Hairy Grama (Chaparral) 0.4 Hairy Grama (Chaparral) 0.4 Shortspike Windmillgrass (Welder) 0.2 Slender Grama (Dilley) 1.0 Little Bluestem (OK Select) 0.8 Sand Lovegrass (Mason) 0.2 Purple Prairie Clover (Cuero) 0.6 Sand Dropseed (Borden County) 0.2 Engelmann Daisy (Eldorado) 0.75 Partridge Pea (Comanche) 0.6 Illinois Bundleflower 1.3 Little Bluestem (OK Select) 0.8 Awnless Bushsunflower (Plateau) 0.2 Englemann Daisy (Eldorado) 0.75 Purple Prairie Clover 0.3 3 (Wichita Falls) Green Sprangletop (Van Horn) 0.6 Green Sprangletop (Van Horn) 1.0 Feb. 1-May 15 Sideoats Grama (Haskell) 1.0 Hooded Windmillgrass (Mariah) 0.2 Texas Grama (Atascosa) 1.0 Shortspike Windmillgrass (Welder) 0.2 Hairy Grama (Chaparral) 0.4 Hairy Grama (Chaparral) 0.4 Shortspike Windmillgrass (Welder) 0.2 Sand Lovegrass (Mason) 0.2 Little Bluestem (OK Select) 0.8 Sand Dropseed (Borden County) 0.2 Blue Grama (Hachita) 0.4 Partridge Pea (Comanche) 0.6 Western Wheatgrass (Barton) 1.2 Little Bluestem (OK Select) 0.8 Galleta Grass (Viva) 0.6 Englemann Daisy (Eldorado) 0.75 Engelmann Daisy (Eldorado) 0.75 Purple Prairie Clover (Cuero) 0.3 Awnless Bushsunflower Plateau 0.2 4 (Amarillo) Green Sprangletop 0.3 Green Sprangletop 0.3 Feb. 15-May 15 Sideoats Grama (Haskell) 3.6 Weeping Lovegrass (Ermelo) 0.8 Blue Grama (Hachita) 1.2 Blue Grama (Hachita) 1.0 Buffalograss (Texoka) 1.6 Sand Dropseed (Borden Co.) 0.3 Illinois Bundleflower 1.0 Sand Bluestem 1.8 Purple Prairie Clover 0.5 97 Table 1 (continued) 164 Permanent Rural Seed Mix District and Planting Dates Clay Soils Sandy Soils Species and Rates (lb. PLSlacre) Species and Rates (lb. PLSlacre 5 (Lubbock) Green Sprangletop 0.3 Green Sprangletop 0.3 Feb. 15-May 15 Sideoats Grama (El Reno) 3.6 Weeping Lovegrass (Ermelo) 0.8 Blue Grama (Hachita) 1.2 Blue Grama (Hachita) 1.0 Buffalograss (Texoka) 1.6 Sand Dropseed (Borden Co.) 0.3 Illinois Bundleflower 1.0 Sand Bluestem 1.8 Purple Prairie Clover 0.5 6 (Odessa) Green Sprangletop (Van Horn) 1.0 Green Sprangletop (Van Horn) 1.0 Feb. 1-May 15 Sideoats Grama (South Texas) 1.0 Hooded Windmillgrass (Mariah) 0.2 Blue Grama (Hachita) 0.4 Blue Grama (Hachita) 0.4 Galleta Grass (Viva) 0.6 Hairy Grama (Chaparral) 0.4 Shortspike Windmillgrass (Welder) 0.2 Sand Lovegrass (Mason) 0.2 Pink Pappusgrass (Maverick) 0.6 Sand Dropseed (Borden County) 0.2 Alkali Sacaton (Saltalk) 0.2 Indian Ricegrass (Rim Rock) 1.6 Plains Bristlegrass (Catarina Blend) 0.2 Sand Bluestem (Cottle County) 1.2 False Rhodes Grass (Kinney) 0.1 Little Bluestem (Pastura) 0.8 Whiplash Pappusgrass (Webb) 0.6 Purple Prairie Clover (Cuero) 0.3 Arizona Cottonto (LaSalle) 0.2 7 (San Angelo) Green Sprangletop (Van Horn) 1.0 Green Sprangletop (Van Horn) 1.0 Feb. 1-May 1 Sideoats Grama (Haskell) 1.0 Hooded Windmillgrass (Mariah) 0.2 Texas Grama (Atascosa) 1.0 Shortspike Windmillgrass (Welder) 0.2 Hairy Grama (Chaparral) 0.4 Hairy Grama (Chaparral) 0.4 Shortspike Windmillgrass (Welder) 0.2 Sand Lovegrass (Mason) 0.2 Little Bluestem (OK Select) 0.4 Sand Dropseed (Borden County) 0.2 Blue Grama (Hachita) 0.4 Sand Bluestem (Cottle County) 1.2 Western Wheatgrass (Barton) 1.2 Partridge Pea (Comanche) 0.6 Galleta Grass (Viva) 0.6 Little Bluestem (OK Select) 0.8 Engelmann Daisy (Eldorado) 0.75 Englemann Daisy (Eldorado) 0.75 Illinois Bundleflower Sabine 1.0 Purple Prairie Clover Cuero 0.3 8 (Abilene) Green Sprangletop (Van Horn) 1.0 Green Sprangletop (Van Horn) 1.0 Feb. 1-May 15 Sideoats Grama (Haskell) 1.0 Hooded Windmillgrass (Mariah) 0.2 Texas Grama (Atascosa) 1.0 Shortspike Windmillgrass (Welder) 0.2 Hairy Grama (Chaparral) 0.4 Hairy Grama (Chaparral) 0.4 Shortspike Windmillgrass (Welder) 0.2 Sand Lovegrass (Mason) 0.2 Little Bluestem (OK Select) 0.4 Sand Dropseed (Borden County) 0.2 Blue Grama (Hachita) 0.4 Sand Bluestem (Cottle County) 1.2 Western Wheatgrass (Barton) 1.2 Partridge Pea (Comanche) 0.6 Galleta Grass (Viva) 0.6 Little Bluestem (OK Select) 0.8 Engelmann Daisy (Eldorado) 0.75 Englemann Daisy (Eldorado) 0.75 Illinois Bundleflower Sabine 1.0 Purple Prairie Clover Cuero 0.3 9 (Waco) Green Sprangletop (Van Horn) 1.0 Green Sprangletop (Van Horn) 1.0 Feb. 1-May 15 Sideoats Grama (Haskell) 1.0 Hooded Windmillgrass (Mariah) 0.2 Texas Grama (Atascosa) 1.0 Shortspike Windmillgrass (Welder) 0.2 Hairy Grama (Chaparral) 0.4 Hairy Grama (Chaparral) 0.4 Shortspike Windmillgrass (Welder) 0.2 Slender Grama (Dilley) 1.0 Little Bluestem (OK Select) 0.8 Sand Lovegrass (Mason) 0.2 Purple Prairie Clover (Cuero) 0.6 Sand Dropseed (Borden County) 0.2 Engelmann Daisy (Eldorado) 0.75 Partridge Pea (Comanche) 0.6 Illinois Bundleflower 1.3 Little Bluestem (OK Select) 0.8 Awnless Bushsunflower (Plateau) 0.2 Englemann Daisy (Eldorado) 0.75 Purple Prairie Clover 0.3 10 (Tyler) Green Sprangletop 0.3 Green Sprangletop 0.3 Feb. 1-May 15 Bermudagrass 1.8 Bermudagrass 1.8 Bahiagrass (Pensacola) 9.0 Bahiagrass (Pensacola) 9.0 Sideoats Grama (Haskell) 2.7 Weeping Lovegrass (Ermelo) 0.5 Illinois Bundleflower 1.0 Sand Lovegrass 0.5 Lance -Leaf Coreo sis 1.0 11 (Lufkin) Green Sprangletop 0.3 Green Sprangletop 0.3 Feb. 1-May 15 Bermudagrass 1.8 Bermudagrass 2.1 Bahiagrass (Pensacola) 9.0 Bahiagrass (Pensacola) 9.0 Sideoats Grama (Haskell) 2.7 Sand Lovegrass 0.5 Illinois Bundleflower 1.0 Lance -Leaf Coreo sis 1.0 98 Table 1 (continued) 164 Permanent Rural Seed Mix District and Planting Dates Clay Soils Sandy Soils Species and Rates (lb. PLSlacre) Species and Rates (lb. PLSlacre 12 (Houston) Green Sprangletop 0.3 Green Sprangletop 0.3 Jan. 15-May 15 Bermudagrass 2.1 Bermudagrass 2.4 Sideoats Grama (Haskell) 3.2 Bahiagrass (Pensacola) 10.5 Little Bluestem (Native) 1.4 Weeping Lovegrass (Ermelo) 1.0 Illinois Bundleflower 1.0 Lance -Leaf Coreo sis 1.0 13 (Yoakum) Green Sprangletop (Van Horn) 1.0 Green Sprangletop (Van Horn) 1.0 Jan. 15-May 15 Sideoats Grama (South Texas) 1.0 Hooded Windmillgrass (Mariah) 0.4 Texas Grama (Atascosa) 1.5 Slender Grama (Dilley) 1.0 Slender Grama (Dilley) 1.0 Hairy Grama (Chaparral) 0.8 Shortspike Windmillgrass (Welder) 0.3 Shortspike Windmillgrass (Welder) 0.2 Halls Panicum (Oso) 0.2 Purple Prairie Clover (Cuero) 0.6 Plains Bristlegrass (Catarina Blend) 0.2 Partridge Pea (Comanche) 0.6 Canada Wildrye (Lavaca) 2.0 Englemann Daisy (Eldorado) 1.0 Illinois Bundleflower (Sabine) 1.3 Pu le Prairie Clover Cuero 0.6 14 (Austin) Green Sprangletop (Van Horn) 1.0 Green Sprangletop (Van Horn) 1.0 Feb. 1-May 15 Sideoats Grama (South Texas) 1.0 Hooded Windmillgrass (Mariah) 0.2 Texas Grama (Atascosa) 1.0 Shortspike Windmillgrass (Welder) 0.2 Hairy Grama (Chaparral) 0.4 Hairy Grama (Chaparral) 0.4 Shortspike Windmillgrass (Welder) 0.2 Slender Grama (Dilley) 1.0 Little Bluestem (OK Select) 0.8 Sand Lovegrass (Mason) 0.2 Purple Prairie Clover (Cuero) 0.6 Sand Dropseed (Borden County) 0.2 Engelmann Daisy (Eldorado) 0.75 Partridge Pea (Comanche) 0.6 Illinois Bundleflower (Sabine) 1.3 Little Bluestem (OK Select) 0.8 Awnless Bushsunflower (Plateau) 0.2 Englemann Daisy (Eldorado) 0.75 Purple Prairie Clover 0.3 15 (San Antonio) Green Sprangletop (Van Horn) 1.0 Green Sprangletop (Van Horn) 1.0 Feb. 1-May 1 Sideoats Grama (South Texas) 1.0 Slender Grama (Dilley) 2.0 Texas Grama (Atascosa) 1.0 Hairy Grama (Chaparral) 0.6 Slender Grama (Dilley) 1.0 Shortspike Windmillgrass (Welder) 0.4 Shortspike Windmillgrass (Welder) 0.2 Pink Pappusgrass (Maverick) 0.6 Pink Pappusgrass (Maverick) 0.6 Plains Bristlegrass (Catarina Blend) 0.2 Halls Panicum (Oso) 0.2 Hooded Windmillgrass (Mariah) 0.3 Plains Bristlegrass (Catarina Blend) 0.2 Multi -flowered False Rhoades Grass 0.1 False Rhodes Grass (Kinney) 0.1 (Hidalgo) 0.2 Hooded Windmillgrass (Mariah) 0.2 Arizona Cottontop (La Salle) Arizona Cottontop (LaSalle) 0.2 16 (Corpus Christi) Green Sprangletop (Van Horn) 1.0 Green Sprangletop (Van Horn) 1.0 Jan. 1-May 1 Sideoats Grama (South Texas) 1.0 Slender Grama (Dilley) 2.0 Texas Grama (Atascosa) 1.0 Hairy Grama (Chaparral) 0.6 Slender Grama (Dilley) 1.0 Shortspike Windmillgrass (Welder) 0.4 Shortspike Windmillgrass (Welder) 0.2 Pink Pappusgrass (Maverick) 0.6 Pink Pappusgrass (Maverick) 0.6 Plains Bristlegrass (Catarina Blend) 0.2 Halls Panicum (Oso) 0.2 Hooded Windmillgrass (Mariah) 0.3 Plains Bristlegrass (Catarina Blend) 0.2 Multi -flowered False Rhodes Grass 0.1 False Rhodes Grass (Kinney) 0.1 (Hidalgo) 0.2 Hooded Windmillgrass (Mariah) 0.2 Arizona Cottontop (La Salle) Arizona Cottonto (LaSalle) 0.2 17 (Bryan) Green Sprangletop 0.3 Green Sprangletop 0.3 Feb. 1-May 15 Bermudagrass 1.5 Bermudagrass 1.5 Sideoats Grama (Haskell) 3.6 Bahiagrass (Pensacola) 7.5 Little Bluestem (Native) 1.7 Weeping Lovegrass (Ermelo) 0.6 Illinois Bundleflower 1.0 Sand Lovegrass 0.6 Lance -Leaf Coreo sis 1.0 99 Table 1 (continued) 164 Permanent Rural Seed Mix District and Planting Dates Clay Soils Sandy Soils Species and Rates (lb. PLSlacre) Species and Rates (lb. PLSlacre 18 (Dallas) Green Sprangletop (Van Horn) 1.0 Green Sprangletop (Van Horn) 1.0 Feb. 1-May 15 Sideoats Grama (Haskell) 1.0 Hooded Windmillgrass (Mariah) 0.2 Texas Grama (Atascosa) 1.0 Shortspike Windmillgrass (Welder) 0.2 Hairy Grama (Chaparral) 0.4 Hairy Grama (Chaparral) 0.4 Shortspike Windmillgrass (Welder) 0.2 Slender Grama (Dilley) 1.0 Little Bluestem (OK Select) 0.8 Sand Lovegrass (Mason) 0.2 Purple Prairie Clover (Cuero) 0.6 Sand Dropseed (Borden County) 0.2 Engelmann Daisy (Eldorado) 0.75 Partridge Pea (Comanche) 0.6 Illinois Bundleflower 1.3 Little Bluestem (OK Select) 0.8 Awnless Bushsunflower (Plateau) 0.2 Englemann Daisy (Eldorado) 0.75 Purple Prairie Clover 0.3 19 (Atlanta) Green Sprangletop 0.3 Green Sprangletop 0.3 Feb. 1-May 15 Bermudagrass 2.4 Bermudagrass 2.1 Sideoats Grama (Haskell) 4.5 Bahiagrass (Pensacola) 7.5 Illinois Bundleflower 1.0 Sand Lovegrass 0.6 Lance -Leaf Coreo sis 1.0 20 (Beaumont) Green Sprangletop 0.3 Green Sprangletop 0.3 Jan. 15-May 15 Bermudagrass 2.7 Bermudagrass 2.1 Sideoats Grama (Haskell) 4.1 Bahiagrass (Pensacola) 7.5 Illinois Bundleflower 1.0 Sand Lovegrass 0.6 Lance -Leaf Coreo sis 1.0 21 (Pharr) Green Sprangletop (Van Horn) 1.0 Green Sprangletop (Van Horn) 1.0 Jan. 15-May 15 Sideoats Grama (South Texas) 1.0 Slender Grama (Dilley) 2.0 Texas Grama (Atascosa) 1.0 Hairy Grama (Chaparral) 0.6 Slender Grama (Dilley) 1.0 Shortspike Windmillgrass (Welder) 0.4 Shortspike Windmillgrass (Welder) 0.2 Pink Pappusgrass (Maverick) 0.6 Pink Pappusgrass (Maverick) 0.6 Plains Bristlegrass (Catarina Blend) 0.2 Halls Panicum (Oso) 0.2 Hooded Windmillgrass (Mariah) 0.3 Plains Bristlegrass (Catarina Blend) 0.2 Multi -flowered False Rhoades Grass 0.1 False Rhodes Grass (Kinney) 0.1 (Hidalgo) 0.2 Hooded Windmillgrass (Mariah) 0.2 Arizona Cottontop (La Salle) Arizona Cottontop (LaSalle) 0.2 22 (Laredo) Green Sprangletop (Van Horn) 1.0 Green Sprangletop (Van Horn) 1.0 Jan. 15-May 1 Sideoats Grama (South Texas) 1.0 Slender Grama (Dilley) 2.0 Texas Grama (Atascosa) 1.0 Hairy Grama (Chaparral) 0.6 Slender Grama (Dilley) 1.0 Shortspike Windmillgrass (Welder) 0.4 Shortspike Windmillgrass (Welder) 0.2 Pink Pappusgrass (Maverick) 0.6 Pink Pappusgrass (Maverick) 0.6 Plains Bristlegrass (Catarina Blend) 0.2 Halls Panicum (Oso) 0.2 Hooded Windmillgrass (Mariah) 0.3 Plains Bristlegrass (Catarina Blend) 0.2 Multi -flowered False Rhoades Grass 0.1 False Rhodes Grass (Kinney) 0.1 (Hidalgo) 0.2 Hooded Windmillgrass (Mariah) 0.2 Arizona Cottontop (La Salle) Arizona Cottontop (LaSalle) 0.2 23 (Brownwood) Green Sprangletop (Van Horn) 0.6 Green Sprangletop (Van Horn) 1.0 Feb. 1-May 15 Sideoats Grama (Haskell) 1.0 Hooded Windmillgrass (Mariah) 0.2 Texas Grama (Atascosa) 1.0 Shortspike Windmillgrass (Welder) 0.2 Hairy Grama (Chaparral) 0.4 Hairy Grama (Chaparral) 0.4 Shortspike Windmillgrass (Welder) 0.2 Sand Lovegrass (Mason) 0.2 Little Bluestem (OK Select) 0.8 Sand Dropseed (Borden County) 0.2 Blue Grama (Hachita) 0.4 Partridge Pea (Comanche) 0.6 Western Wheatgrass (Barton) 1.2 Little Bluestem (OK Select) 0.8 Galleta Grass (Viva) 0.6 Englemann Daisy (Eldorado) 0.75 Engelmann Daisy (Eldorado) 0.75 Purple Prairie Clover (Cuero) 0.3 Awnless Bushsunflower Plateau 0.2 100 Table 1 (continued) 164 Permanent Rural Seed Mix District and Planting Dates Clay Soils Species and Rates (lb. PLSlacre) Sandy Soils Species and Rates (lb. PLSlacre 24 (El Paso) Green Sprangletop (Van Horn) 1.0 Green Sprangletop (Van Horn) 1.0 Feb. 1-May 15 Sideoats Grama (South Texas) 1.0 Hooded Windmillgrass (Mariah) 0.2 Blue Grama (Hachita) 0.4 Blue Grama (Hachita) 0.4 Galleta Grass (Viva) 0.6 Hairy Grama (Chaparral) 0.4 Shortspike Windmillgrass (Welder) 0.2 Sand Lovegrass (Mason) 0.2 Pink Pappusgrass (Maverick) 0.6 Sand Dropseed (Borden County) 0.2 Alkali Sacaton (Saltalk) 0.2 Indian Ricegrass (Rim Rock) 1.6 Plains Bristlegrass (Catarina Blend) 0.2 Sand Bluestem (Cottle County) 1.2 False Rhodes Grass (Kinney) 0.1 Little Bluestem (Pastura) 0.8 Whiplash Pappusgrass (Webb) 0.6 Purple Prairie Clover (Cuero) 0.3 Arizona Cottonto (LaSalle) 0.2 25 (Childress) Green Sprangletop 0.3 Green Sprangletop 0.3 Feb. 1-May 15 Sideoats Grama (El Reno) 2.7 Weeping Lovegrass (Ermelo) 1.2 Blue Grama (Hachita) 0.9 Sand Dropseed (Borden Co.) 0.5 Western Wheatgrass 2.1 Sand Lovegrass 0.8 Galleta 1.6 Purple Prairie Clover 0.5 Illinois Bundleflower 1.0 Table 2 Permanent Urban Seed Mix District and Planting Dates Clay Soils Sandy Soils Species and Rates lb. PLSlacre Species and Rates lb. PLSlacre 1 (Paris) Green Sprangletop 0.3 Green Sprangletop 0.3 Feb. 1-May 15 Bermudagrass 2.4 Bermudagrass 5.4 Sideoats Grama Haskell 4.5 2 (Ft. Worth) Green Sprangletop 0.3 Green Sprangletop 0.3 Feb. 1-May 15 Sideoats Grama (El Reno) 3.6 Sideoats Grama (El Reno) 3.6 Bermudagrass 2.4 Bermudagrass 2.1 Buffalograss Texoka 1.6 Sand Dropseed Borden Co. 0.3 3 (Wichita Falls) Green Sprangletop 0.3 Green Sprangletop 0.3 Feb. 1-May 15 Sideoats Grama (El Reno) 4.5 Sideoats Grama (El Reno) 3.6 Bermudagrass 1.8 Bermudagrass 1.8 Buffalograss Texoka 1.6 Sand Dropseed Borden Co. 0.4 4 (Amarillo) Green Sprangletop 0.3 Green Sprangletop 0.3 Feb. 15-May 15 Sideoats Grama (El Reno) 3.6 Sideoats Grama (El Reno) 2.7 Blue Grama (Hachita) 1.2 Blue Grama (Hachita) 0.9 Buffalograss (Texoka) 1.6 Sand Dropseed (Borden Co.) 0.4 Buffalograss Texoka 1.6 5 (Lubbock) Green Sprangletop 0.3 Green Sprangletop 0.3 Feb. 15-May 15 Sideoats Grama (El Reno) 3.6 Sideoats Grama (El Reno) 2.7 Blue Grama (Hachita) 1.2 Blue Grama (Hachita) 0.9 Buffalograss (Texoka) 1.6 Sand Dropseed (Borden Co.) 0.4 Buffalograss Texoka 1.6 6 (Odessa) Green Sprangletop 0.3 Green Sprangletop 0.3 Feb. 1-May 15 Sideoats Grama (Haskell) 3.6 Sideoats Grama (Haskell) 2.7 Blue Grama (Hachita) 1.2 Sand Dropseed (Borden Co.) 0.4 Buffalograss (Texoka) 1.6 Blue Grama (Hachita) 0.9 Buffalograss Texoka 1.6 7 (San Angelo) Green Sprangletop 0.3 Green Sprangletop 0.3 Feb. 1-May 1 Sideoats Grama (Haskell) 7.2 Sideoats Grama (Haskell) 3.2 Buffalograss (Texoka) 1.6 Sand Dropseed (Borden Co.) 0.3 Blue Grama (Hachita) 0.9 Buffalograss Texoka 1.6 8 (Abilene) Green Sprangletop 0.3 Green Sprangletop 0.3 Feb. 1-May 15 Sideoats Grama (Haskell) 3.6 Sand Dropseed (Borden Co.) 0.3 Blue Grama (Hachita) 1.2 Sideoats Grama (Haskell) 3.6 Buffalograss (Texoka) 1.6 Blue Grama (Hachita) 0.8 Buffalograss Texoka 1.6 101 Table 2 (continued) 164 Permanent Urban Seed Mix District and Planting Dates Clay Soils Sandy Soils Species and Rates (lb. PLSlacre) Species and Rates (lb. PLSlacre 9 (Waco) Green Sprangletop 0.3 Green Sprangletop 0.3 Feb. 1-May 15 Bermudagrass 1.8 Buffalograss (Texoka) 1.6 Buffalograss (Texoka) 1.6 Bermudagrass 3.6 Sideoats Grama Haskell 4.5 Sand Dropseed Borden Co. 0.4 10 (Tyler) Green Sprangletop 0.3 Green Sprangletop 0.3 Feb. 1-May 15 Bermudagrass 2.4 Bermudagrass 5.4 Sideoats Grama Haskell 4.5 11 (Lufkin) Green Sprangletop 0.3 Green Sprangletop 0.3 Feb. 1-May 15 Bermudagrass 2.4 Bermudagrass 5.4 Sideoats Grama Haskell 4.5 12 (Houston) Green Sprangletop 0.3 Green Sprangletop 0.3 Jan. 15-May 15 Sideoats Grama (Haskell) 4.5 Bermudagrass 5.4 Bermudagrass 2.4 13 (Yoakum) Green Sprangletop 0.3 Green Sprangletop 0.3 Jan. 15-May 15 Sideoats Grama (South Texas) 4.5 Bermudagrass 5.4 Bermudagrass 2.4 14 (Austin) Green Sprangletop 0.3 Green Sprangletop 0.3 Feb. 1-May 15 Bermudagrass 2.4 Bermudagrass 4.8 Sideoats Grama (South Texas) 3.6 Buffalograss (Texoka) 1.6 Buffalograss Texoka 1.6 15 (San Antonio) Green Sprangletop 0.3 Green Sprangletop 0.3 Feb. 1-May 1 Sideoats Grama (South Texas) 3.6 Bermudagrass 4.8 Bermudagrass 2.4 Buffalograss (Texoka) 1.6 Buffalograss Texoka 1.6 16 (Corpus Christi) Green Sprangletop 0.3 Green Sprangletop 0.3 Jan. 1-May 1 Sideoats Grama (South Texas) 3.6 Bermudagrass 4.8 Bermudagrass 2.4 Buffalograss (Texoka) 1.6 Buffalo rass Texoka 1.6 17 (Bryan) Green Sprangletop 0.3 Green Sprangletop 0.3 Feb. 1-May 15 Bermudagrass 2.4 Bermudagrass 5.4 Sideoats Grama Haskell 4.5 18 (Dallas) Green Sprangletop 0.3 Green Sprangletop 0.3 Feb. 1-May 15 Sideoats Grama (El Reno) 3.6 Buffalograss (Texoka) 1.6 Buffalograss (Texoka) 1.6 Bermudagrass 3.6 Bermudagrass 2.4 Sand Dropseed Borden Co. 0.4 19 (Atlanta) Green Sprangletop 0.3 Green Sprangletop 0.3 Feb. 1-May 15 Bermudagrass 2.4 Bermudagrass 5.4 Sideoats Grama Haskell 4.5 20 (Beaumont) Green Sprangletop 0.3 Green Sprangletop 0.3 Jan. 15-May 15 Bermudagrass 2.4 Bermudagrass 5.4 Sideoats Grama Haskell) 4.5 21 (Pharr) Green Sprangletop 0.3 Green Sprangletop 0.3 Jan. 15-May 15 Sideoats Grama (South Texas) 3.6 Buffalograss (Texoka) 1.6 Buffalograss (Texoka) 1.6 Bermudagrass 3.6 Bermudagrass 2.4 Sand Dropseed Borden Co. 0.4 22 (Laredo) Green Sprangletop 0.3 Green Sprangletop 0.3 Jan. 15-May 1 Sideoats Grama (South Texas) 4.5 Buffalograss (Texoka) 1.6 Buffalograss (Texoka) 1.6 Bermudagrass 3.6 Bermudagrass 1.8 Sand Dropseed 0.4 23 (Brownwood) Green Sprangletop 0.3 Green Sprangletop 0.3 Feb. 1-May 15 Sideoats Grama (Haskell) 3.6 Buffalograss (Texoka) 1.6 Bermudagrass 1.2 Bermudagrass 3.6 Blue Grama Hachita 0.9 Sand Dropseed Borden Co. 0.4 24 (El Paso) Green Sprangletop 0.3 Green Sprangletop 0.3 Feb. 1-May 15 Sideoats Grama (South Texas) 3.6 Buffalograss (Texoka) 1.6 Blue Grama (Hachita) 1.2 Sand Dropseed (Borden Co.) 0.4 Buffalograss Texoka 1.6 Blue Grama Hachita 1.8 25 (Childress) Green Sprangletop 0.3 Green Sprangletop 0.3 Feb. 1-May 15 Sideoats Grama (El Reno) 3.6 Sand Dropseed (Borden Co.) 0.4 Blue Grama (Hachita) 1.2 Buffalograss (Texoka) 1.6 Buffalograss Texoka 1.6 Bermudagrass 1.8 102 164 Table 3 Temporary Cool Season Seeding Districts Dates Seed Mix and Rates (lb. PLSlacre Paris (1), Amarillo (4), Lubbock (5), Dallas (18) September 1—November 30 Tall Fescue 4.5 Western Wheatgrass 5.6 Wheat Red, Winter 34 Odessa (6), San Angelo (7), El Paso (24) September 1—November 30 Western Wheatgrass 8.4 Wheat Red, Winter 50 Waco (9), Tyler (10), Lufkin (11), Austin (14), San Antonio September 1—November 30 Tall Fescue 4.5 (15), Oats 24 Bryan (17), Atlanta 19 Wheat 34 Houston (12), Yoakum (13), Corpus Christi (16), Beaumont September 1—November 30 Oats 72 (20), Pharr (21), Laredo 22 Ft. Worth (2), Wichita Falls (3), Abilene (8), Brownwood (23), September 1—November 30 Tall Fescue 4.5 Childress (25) Western Wheatgrass 5.6 Cereal Rye 34 Table 4 Temporary Warm Season Seeding Districts Dates Seed Mix and Rates (lb. PLSlacre All May 1—August 31 Foxtail Millet 34 2.2. Fertilizer. Use fertilizer in conformance with Article 166.2., "Materials." 2.3. Vegetative Watering. Use water that is clean and free of industrial wastes and other substances harmful to the growth of vegetation. 2.4. Mulch. 2.4.1. Straw or Hay Mulch. Use straw or hay mulch in conformance with Section 162.2.5., "Mulch." 2.4.2. Cellulose Fiber Mulch. Use only cellulose fiber mulches that are on the Approved Products List, Erosion Control Approved Products. (http://www.txdot.gov/business/resources/erosion-control.html) Submit one full set of manufacturer's literature for the selected material. Keep mulch dry until applied. Do not use molded or rotted material. 2.5. Tacking Methods. Use a tacking agent applied in accordance with the manufacturer's recommendations or a crimping method on all straw or hay mulch operations. Use tacking agents as approved or as specified on the plans. 3. CONSTRUCTION Cultivate the area to a depth of 4 in. before placing the seed unless otherwise directed. Use approved equipment to vertically track the seedbed as shown on the plans or as directed. Cultivate the seedbed to a depth of 4 in. or mow the area before placement of the permanent seed when performing permanent seeding after an established temporary seeding. Plant the seed specified and mulch, if required, after the area has been completed to lines and grades as shown on the plans. 3.1. Broadcast Seeding. Distribute the seed or seed mixture uniformly over the areas shown on the plans using hand or mechanical distribution or hydro -seeding on top of the soil unless otherwise directed. Apply the mixture to the area to be seeded within 30 min. of placement of components in the equipment when seed and water are to be distributed as a slurry during hydro -seeding. Roll the planted area with a light roller or other suitable equipment. Roll sloped areas along the contour of the slopes. 103 164 3.2. Straw or Hay Mulch Seeding. Plant seed according to Section 164.3.1., "Broadcast Seeding." Apply straw or hay mulch uniformly over the seeded area immediately after planting the seed or seed mixture. Apply straw mulch at 2 to 2.5 tons per acre. Apply hay mulch at 1.5 to 2 tons per acre. Use a tacking method over the mulched area. 3.3. Cellulose Fiber Mulch Seeding. Plant seed in accordance with Section 164.3.1., "Broadcast Seeding." Apply cellulose fiber mulch uniformly over the seeded area immediately after planting the seed or seed mixture at the following rates. ■ Sandy soils with slopes of 3:1 or less-2,500 lb. per acre. ■ Sandy soils with slopes greater than 3:1-3,000 lb. per acre. ■ Clay soils with slopes of 3:1 or less-2,000 lb. per acre. ■ Clay soils with slopes greater than 3:1-2,300 lb. per acre. Cellulose fiber mulch rates are based on dry weight of mulch per acre. Mix cellulose fiber mulch and water to make a slurry and apply uniformly over the seeded area using suitable equipment. 3.4. Drill Seeding. Plant seed or seed mixture uniformly over the area shown on the plans at a depth of 1/4 to 1/3 in. using a pasture or rangeland type drill unless otherwise directed. Plant seed along the contour of the slopes. 3.5. Straw or Hay Mulching. Apply straw or hay mulch uniformly over the area as shown on the plans. Apply straw mulch at 2 to 2.5 tons per acre. Apply hay mulch at 1.5 to 2 tons per acre. Use a tacking method over the mulched area. Apply fertilizer in conformance with Article 166.3., "Construction." Seed and fertilizer may be distributed simultaneously during 'Broadcast Seeding" operations, provided each component is applied at the specified rate. Apply half of the required fertilizer during the temporary seeding operation and the other half during the permanent seeding operation when temporary and permanent seeding are both specified for the same area. Water the seeded areas at the rates and frequencies as shown on the plans or as directed. 4. MEASUREMENT This Item will be measured by the square yard or by the acre. 5. PAYMENT The work performed and the materials furnished in accordance with this Item and measured as provided under "Measurement' will be paid for at the unit price bid for "Broadcast Seeding (Perm)" of the rural or urban seed mixture and sandy or clay soil specified, "Broadcast Seeding (Temp)" of warm or cool season specified, "Straw or Hay Mulch Seeding (Perm)" of the rural or urban seed mixture and sandy or clay soil specified, "Straw or Hay Mulch Seeding (Temp)" of warm or cool season specified, "Cellulose Fiber Mulch Seeding (Perm)" of the rural or urban seed mixture and sandy or clay soil specified, "Cellulose Fiber Mulch Seeding (Temp)" of warm or cool season specified, "Drill Seeding (Perm)" of the rural or urban seed mixture and sandy or clay soil specified, "Drill Seeding (Temp)" of warm or cool season specified, and "Straw or Hay Mulching." This price is full compensation for furnishing materials, including water for hydro -seeding and hydro -mulching operations, mowing, labor, equipment, tools, supplies, and incidentals. Fertilizer will not be paid for directly but will be subsidiary to this Item. Water for irrigating the seeded area, when specified, will be paid for under Item 168, "Vegetative Watering." 104 360 Item 360 Concrete Pavement Texas Department of Transportation 1. DESCRIPTION Construct hydraulic cement concrete pavement with or without curbs on the concrete pavement. 2. MATERIALS 2.1. Hydraulic Cement Concrete. Provide hydraulic cement concrete in accordance with Item 421, "Hydraulic Cement Concrete." Use compressive strength testing unless otherwise shown on the plans. Provide Class P concrete designed to meet a minimum average compressive strength of 3,200 psi or a minimum average flexural strength of 450 psi at 7 days or a minimum average compressive strength of 4,000 psi or a minimum average flexural strength of 570 psi at 28 days. Test in accordance with Tex-448-A or Tex-418-A. Obtain written approval if the concrete mix design exceeds 520 lb. per cubic yard of cementitious material. Use coarse aggregates for continuously reinforced concrete pavements to produce concrete with a coefficient of thermal expansion not more than 5.5 x 10-6 in.lin.l°F. Provide satisfactory Tex-428-A test data from an approved testing laboratory if the coarse aggregate coefficient of thermal expansion listed on the Department's Concrete Rated Source Quality Catalog is not equal to or less than 5.5 x 10-6 in.lin.l°F. Provide Class HES concrete for very early opening of small pavement areas or leave -outs to traffic when shown on the plans or allowed. Design Class HES to meet the requirements of Class P and a minimum average compressive strength of 3,200 psi or a minimum average flexural strength of 450 psi in 24 hr., unless other early strength and time requirements are shown on the plans or allowed. Use Class A or P concrete meeting the requirements of Item 421, "Hydrualic Cement Concrete," and this Item for curbs that are placed separately from the pavement. 2.2. Reinforcing Steel. Provide Grade 60 or above, deformed steel for bar reinforcement in accordance with Item 440, "Reinforcement for Concrete." Provide positioning and supporting devices (baskets and chairs) capable of securing and holding the reinforcing steel in proper position before and during paving. Provide corrosion protection when shown on the plans. 2.2.1. Dowels. Provide smooth, straight dowels of the size shown on the plans, free of burrs, and conforming to the requirements of Item 440, "Reinforcement for Concrete." Coat dowels with a thin film of grease, wax, silicone or other approved de -bonding material. Provide dowel caps on the lubricated end of each dowel bar used in an expansion joint. Provide dowel caps filled with a soft compressible material with enough range of movement to allow complete closure of the expansion joint. 2.2.2. Tie Bars. Provide straight deformed steel tie bars. Provide either multiple -piece tie bars or single -piece tie bars as shown on the plans. Furnish multiple piece tie bar assemblies from the list of approved multiple -piece tie bars that have been prequalified in accordance with DMS-4515, "Multiple Piece Tie Bars for Concrete Pavements," when used. Multiple -piece tie bars used on individual projects must be sampled in accordance with Tex-711-I, and tested in accordance with DMS-4515 "Multiple Piece Tie Bars for Concrete Pavements." 2.3. Alternative Reinforcing Materials. Provide reinforcement materials of the dimensions and with the physical properties specified when allowed or required by the plans. Provide manufacturer's certification of required material properties. 389 360 2.4. Curing Materials. Provide Type 2 membrane curing compound conforming to DMS-4650, "Hydraulic Cement Concrete Curing Materials and Evaporation Retardants." Provide SS-1 emulsified asphalt conforming to Item 300, "Asphalts, Oils, and Emulsions," for concrete pavement to be overlaid with asphalt concrete under this Contract unless otherwise shown on the plans or approved. Provide materials for other methods of curing conforming to the requirements of Item 422, "Concrete Superstructures." Provide insulating blankets for curing fast track concrete pavement with a minimum thermal resistance (R) rating of 0.5 hour -square foot FIBTU. Use insulating blankets that are free from tears and are in good condition. 2.5. Epoxy. Provide Type III, Class C epoxy in accordance with DMS-6100, "Epoxies and Adhesives," for installing all drilled -in reinforcing steel. Submit a work plan and request approval for the use of epoxy types other than Type III, Class C. 2.6. Evaporation Retardant. Provide evaporation retardant conforming to DMS-4650, "Hydraulic Cement Concrete Curing Materials and Evaporation Retardants." 2.7. Joint Sealants and Fillers. Provide Class 5 or Class 8 joint -sealant materials and fillers unless otherwise shown on the plans or approved and other sealant materials of the size, shape, and type shown on the plans in accordance with DMS-6310, "Joint Sealants and Fillers." 3. EQUIPMENT Furnish and maintain all equipment in good working condition. Use measuring, mixing, and delivery equipment conforming to the requirements of Item 421, "Hydraulic Cement Concrete." Obtain approval for other equipment used. 3.1. Placing, Consolidating, and Finishing Equipment. Provide approved self-propelled paving equipment that uniformly distributes the concrete with minimal segregation and provides a smooth machine -finished consolidated concrete pavement conforming to plan line and grade. Provide an approved automatic grade control system on slip -forming equipment. Provide approved mechanically -operated finishing floats capable of producing a uniformly smooth pavement surface. Provide equipment capable of providing a fine, light water fog mist. When string -less paving equipment is used, use Section 5.9.3, "Method C," and establish control points at maximum intervals of 500 ft. Use these control points as reference to perform the work. Provide mechanically -operated vibratory equipment capable of adequately consolidating the concrete. Provide immersion vibrators on the paving equipment at sufficiently close intervals to provide uniform vibration and consolidation of the concrete over the entire width and depth of the pavement and in accordance with the manufacturer's recommendations. Provide immersion vibrator units that operate at a frequency in air of at least 8,000 cycles per minute. Provide enough hand -operated immersion vibrators for timely and proper consolidation of the concrete along forms, at all joints and in areas not covered by other vibratory equipment. Surface vibrators may be used to supplement equipment -mounted immersion vibrators. Provide tachometers to verify the proper operation of all vibrators. For small or irregular areas or when approved, the paving equipment described in this Section is not required. 3.2. Forming Equipment. 3.2.1. Pavement Forms. Provide metal side forms of sufficient cross-section, strength, and rigidity to support the paving equipment and resist the impact and vibration of the operation without visible springing or settlement. Use forms that are free from detrimental kinks, bends, or warps that could affect ride quality or alignment. Provide flexible or curved metal or wood forms for curves of 100-ft. radius or less. 3.2.2. Curb Forms. Provide curb forms for separately placed curbs that are not slipformed that conform to the requirements of Item 529, "Concrete Curb, Gutter, and Combined Curb and Gutter." 390 360 3.3. Reinforcing Steel Inserting Equipment. Provide inserting equipment that accurately inserts and positions reinforcing steel in the plastic concrete parallel to the profile grade and horizontal alignment in accordance to plan details when approved. 3.4. Texturing Equipment. 3.4.1. Carpet Drag. Provide a carpet drag mounted on a work bridge or a manual moveable support system. Provide a single piece of carpet of sufficient transverse length to span the full width of the pavement being placed and adjustable so that a sufficient longitudinal length of carpet is in contact with the concrete being placed to produce the desired texture. Obtain approval to vary the length and width of the carpet to accommodate specific applications. 3.4.2. Tining Equipment. Provide a self-propelled metal tine device equipped with steel tines with cross-section approximately 1/32 in. thick X 1/12 in. wide. Provide tines for transverse tining equipment spaced at approximately 1 in., center -to -center, or provide tines for longitudinal tining equipment spaced at approximately 3/4 in., center -to -center. Manual methods that produce an equivalent texture may be used when it is impractical to use self-propelled equipment, such as for small areas, narrow width sections, and in emergencies due to equipment breakdown. 3.5. Curing Equipment. Provide a self-propelled machine for applying membrane curing compound using mechanically -pressurized spraying equipment with atomizing nozzles. Provide equipment and controls that maintain the required uniform rate of application over the entire paving area. Provide curing equipment that is independent of all other equipment when required to meet the requirements of Section 360.4.9., "Curing." Hand -operated pressurized spraying equipment with atomizing nozzles may only be used on small or irregular areas, narrow width sections, or in emergencies due to equipment breakdown. 3.6. Sawing Equipment. Provide power -driven concrete saws to saw the joints shown on the plans. Provide standby power -driven concrete saws during concrete sawing operations. 3.7. Grinding Equipment. Provide self-propelled powered grinding equipment that is specifically designed to smooth and texture concrete pavement using circular diamond blades when required. Provide equipment with automatic grade control capable of grinding at least a 3-ft. width longitudinally in each pass without damaging the concrete. 3.8. Testing Equipment. Provide testing equipment regardless of job -control testing responsibilities in accordance with Item 421, "Hydraulic Cement Concrete," unless otherwise shown on the plans or specified. 3.9. Coring Equipment. Provide coring equipment capable of extracting cores in accordance with the requirements of Tex-424-A when required. 3.10. Miscellaneous Equipment. Furnish both 10-ft. and 15-ft. steel or magnesium long -handled, standard straightedges. Furnish enough work bridges, long enough to span the pavement, for finishing and inspection operations. 4. CONSTRUCTION Obtain approval for adjustments to plan grade -line to maintain thickness over minor subgrade or base high spots while maintaining clearances and drainage. Maintain subgrade or base in a smooth, clean, compacted condition in conformity with the required section and established grade until the pavement concrete is placed. Keep subgrade or base damp with water before placing pavement concrete. Adequately light the active work areas for all nighttime operations. Provide and maintain tools and materials to perform testing. 4.1. Paving and Quality Control Plan. Submit a paving and quality control plan for approval before beginning pavement construction operations. Include details of all operations in the concrete paving process, including 391 360 methods to construct transverse joints, methods to consolidate concrete at joints, longitudinal construction joint layout, sequencing, curing, lighting, early opening, leave -outs, sawing, inspection, testing, construction methods, other details and description of all equipment. List certified personnel performing the testing. Submit revisions to the paving and quality control plan for approval. 4.2. Job -Control Testing. Perform all fresh and hardened concrete job -control testing at the specified frequency unless otherwise shown on the plans. Provide job -control testing personnel meeting the requirements of Item 421, "Hydraulic Cement Concrete." Provide and maintain testing equipment, including strength testing equipment at a location acceptable to the Engineer. Use of a commercial laboratory is acceptable. Maintain all testing equipment calibrated in accordance with pertinent test methods. Make strength -testing equipment available to the Engineer for verification testing. Provide the Engineer the opportunity to witness all tests. The Engineer may require a retest if not given the opportunity to witness. Furnish a copy of all test results to the Engineer daily. Check the first few concrete loads for slump and temperature to verify concrete conformance and consistency on start-up production days. Sample and prepare strength -test specimens (2 specimens per test) on the first day of production and for each 3,000 sq. yd. or fraction thereof of concrete pavement thereafter. Prepare at least 1 set of strength - test specimens for each production day. Perform slump and temperature tests each time strength specimens are made. Monitor concrete temperature to ensure that concrete is consistently within the temperature requirements. The Engineer will direct random job -control sampling and testing. Immediately investigate and take corrective action as approved if any Contractor test result, including tests performed for verification purposes, does not meet specification requirements. The Engineer will perform job -control testing when the testing by the Contractor is waived by the plans; however, this does not waive the Contractor's responsibility for providing materials and work in accordance with this Item. 4.2.1. Job -Control Strength. Use 7-day job -control concrete strength testing in accordance with Tex-448-A or Tex-418-A unless otherwise shown on the plans or permitted. Use a compressive strength of 3,200 psi or a lower job -control strength value proven to meet a 28-day compressive strength of 4,000 psi as correlated in accordance with Tex-427-A for 7-day job -control by compressive strength. Use a flexural strength of 450 psi or a lower job -control strength value proven to meet a 28-day flexural strength of 570 psi as correlated in accordance with Tex-427-A for 7-day job -control by flexural strength. Job control of concrete strength may be correlated to an age other than 7 days in accordance with Tex-427-A when approved. Job -control strength of Class HES concrete is based on the required strength and time. Investigate the strength test procedures, the quality of materials, the concrete production operations, and other possible problem areas to determine the cause when a job -control concrete strength test value is more than 10% below the required job -control strength or when 3 consecutive job -control strength values fall below the required job -control strength. Take necessary action to correct the problem, including redesign of the concrete mix if needed. The Engineer may suspend concrete paving if the Contractor is unable to identify, document, and correct the cause of low -strength test values in a timely manner. The Engineer will evaluate the structural adequacy of the pavements if any job -control strength is more than 15% below the required job -control strength. Remove and replace pavements found to be structurally inadequate at no additional cost when directed. 4.2.2. Split -Sample Verification Testing. Perform split -sample verification testing with the Engineer on random samples taken and split by the Engineer at a rate of at least 1 for every 10 job -control samples. The Engineer will evaluate the results of split -sample verification testing. Immediately investigate and take corrective action as approved when results of split -sample verification testing differ more than the allowable differences shown in Table 1, or the average of 10 job -control strength results and the Engineer's split -sample strength result differ by more than 10%. 392 360 Table 1 Verification Testing Limits Test Method Allowable Differences Temperature, Tex-422-A 2°F Flexural strength, Tex-448-A 19% Compressive strength, Tex-418-A 10% 4.3. Reinforcing Steel and Joint Assemblies. Accurately place and secure in position all reinforcing steel as shown on the plans. Place dowels at mid -depth of the pavement slab, parallel to the surface. Place dowels for transverse contraction joints parallel to the pavement edge. Tolerances for location and alignment of dowels will be shown on the plans. Stagger the lap locations so that no more than 1/3 of the longitudinal steel is spliced in any given 12-ft. width and 2-ft. length of the pavement. Use multiple -piece tie bars, drill and epoxy grout tie bars, or, if approved, mechanically -inserted single -piece tie bars at longitudinal construction joints. Verify that tie bars that are drilled and epoxied or mechanically inserted into concrete at longitudinal construction joints develop a pullout resistance equal to a minimum of 3/4 of the yield strength of the steel after 7 days. Test 15 bars using ASTM E488, except that alternate approved equipment may be used. All 15 tested bars must meet the required pullout strength. Perform corrective measures to provide equivalent pullout resistance if any of the test results do not meet the required minimum pullout strength. Repair damage from testing. Acceptable corrective measures include but are not limited to installation of additional or longer tie bars. 4.3.1. Manual Placement. Secure reinforcing bars at alternate intersections with wire ties or locking support chairs. Tie all splices with wire. 4.3.2. Mechanical Placement. Complete the work using manual placement methods described above if mechanical placement of reinforcement results in steel misalignment or improper location, poor concrete consolidation, or other inadequacies. 4.4. Joints. Install joints as shown on the plans. Joint sealants are not required on concrete pavement that is to be overlaid with asphaltic materials. Clean and seal joints in accordance with Item 438, "Cleaning and Sealing Joints." Repair excessive spalling of the joint saw groove using an approved method before installing the sealant. Seal all joints before opening the pavement to all traffic. Install a rigid transverse bulkhead, for the reinforcing steel, and shaped accurately to the cross-section of the pavement when placing of concrete is stopped. 4.4.1. Placing Reinforcement at Joints. Complete and place the assembly of parts at pavement joints at the required location and elevation, with all parts rigidly secured in the required position, when shown on the plans. 4.4.2. Transverse Construction Joints. 4.4.2.1. Continuously Reinforced Concrete Pavement (CRCP). Install additional longitudinal reinforcement through the bulkhead when shown on the plans. Protect the reinforcing steel immediately beyond the construction joint from damage, vibration, and impact. 4.4.2.2. Concrete Pavement Contraction Design (CPCD). Install and rigidly secure a complete joint assembly and bulkhead in the planned transverse contraction joint location when the placing of concrete is intentionally stopped. Install a transverse construction joint either at a planned transverse contraction joint location or mid - slab between planned transverse contraction joints when the placing of concrete is unintentionally stopped. Install tie bars of the size and spacing used in the longitudinal joints for mid -slab construction joints. 4.4.2.3. Curb Joints. Provide joints in the curb of the same type and location as the adjacent pavement. Use expansion joint material of the same thickness, type, and quality required for the pavement and of the section shown for the curb. Extend expansion joints through the curb. Construct curb joints at all transverse pavement joints. Place reinforcing steel into the plastic concrete pavement for non -monolithic curbs as shown on the plans unless otherwise approved. Form or saw the weakened plane joint across the full width 393 360 of concrete pavement and through the monolithic curbs. Construct curb joints in accordance with Item 529, "Concrete Curb, Gutter, and Combined Curb and Gutter." 4.5. Placing and Removing Forms. Use clean and oiled forms. Secure forms on a base or firm subgrade that is accurately graded and that provides stable support without deflection and movement by form riding equipment. Pin every form at least at the middle and near each end. Tightly join and key form sections together to prevent relative displacement. Set side forms far enough in advance of concrete placement to permit inspection. Check conformity of the grade, alignment, and stability of forms immediately before placing concrete, and make all necessary corrections. Use a straightedge or other approved method to test the top of forms to ensure that the ride quality requirements for the completed pavement will be met. Stop paving operations if forms settle or deflect more than 118 in. under finishing operations. Reset forms to line and grade, and refinish the concrete surface to correct grade. Avoid damage to the edge of the pavement when removing forms. Repair damage resulting from form removal and honeycombed areas with a mortar mix within 24 hr. after form removal unless otherwise approved. Clean joint face and repair honeycombed or damaged areas within 24 hr. after a bulkhead for a transverse construction joint has been removed unless otherwise approved. Promptly apply membrane curing compound to the edge of the concrete pavement when forms are removed before 72 hr. after concrete placement. Forms that are not the same depth as the pavement, but are within 2 in. of that depth are permitted if the subbase is trenched or the full width and length of the form base is supported with a firm material to produce the required pavement thickness. Promptly repair the form trench after use. Use flexible or curved wood or metal forms for curves of 100-ft. radius or less. 4.6. Concrete Delivery. Clean delivery equipment as necessary to prevent accumulation of old concrete before loading fresh concrete. Use agitated delivery equipment for concrete designed to have a slump of more than 5 in. Segregated concrete is subject to rejection. Begin the discharge of concrete delivered in agitated delivery equipment conforming to the requirements of Item 421, "Hydraulic Cement Concrete." Place non -agitated concrete within 45 min. after batching. Reduce times as directed when hot weather or other conditions cause quick setting of the concrete. 4.7. Concrete Placement. Do not allow the pavement edge to deviate from the established paving line by more than 112 in. at any point. Place the concrete as near as possible to its final location, and minimize segregation and rehandling. Distribute concrete using shovels where hand spreading is necessary. Do not use rakes or vibrators to distribute concrete. 4.7.1. Consolidation. Consolidate all concrete by approved mechanical vibrators operated on the front of the paving equipment. Use immersion -type vibrators that simultaneously consolidate the full width of the placement when machine finishing. Keep vibrators from dislodging reinforcement. Use hand -operated vibrators to consolidate concrete along forms, at all joints and in areas not accessible to the machine - mounted vibrators. Do not operate machine -mounted vibrators while the paving equipment is stationary. Vibrator operations are subject to review. 4.7.2. Curbs. Conform to the requirements of Item 529, "Concrete Curb, Gutter, and Combined Curb and Gutter" where curbs are placed separately. 4.7.3. Temperature Restrictions. Place concrete that is between 40oF and 95°F when measured in accordance with Tex-422-A at the time of discharge, except that concrete may be used if it was already in transit when the temperature was found to exceed the allowable maximum. Take immediate corrective action or cease concrete production when the concrete temperature exceeds 95°F. Do not place concrete when the ambient temperature in the shade is below 40°F and falling unless approved. Concrete may be placed when the ambient temperature in the shade is above 35°F and rising or 394 360 above 40oF. Protect the pavement with an approved insulating material capable of protecting the concrete for the specified curing period when temperatures warrant protection against freezing. Submit for approval proposed measures to protect the concrete from anticipated freezing weather for the first 72 hr. after placement. Repair or replace all concrete damaged by freezing. 4.8. Spreading and Finishing. Finish all concrete pavement with approved self-propelled equipment. Use power -driven spreaders, power -driven vibrators, power -driven strike -off, screed, or approved alternate equipment. Use the transverse finishing equipment to compact and strike -off the concrete to the required section and grade without surface voids. Use float equipment for final finishing. Use concrete with a consistency that allows completion of all finishing operations without addition of water to the surface. Use the minimal amount of water fog mist necessary to maintain a moist surface. Reduce fogging if float or straightedge operations result in excess slurry. 4.8.1. Finished Surface. Perform sufficient checks with long -handled 10-ft. and 15-ft. straightedges on the plastic concrete to ensure the final surface is within the tolerances specified in Surface Test A in Item 585, "Ride Quality for Pavement Surfaces." Check with the straightedge parallel to the centerline. 4.8.2. Maintenance of Surface Moisture. Prevent surface drying of the pavement before application of the curing system by means that may include water fogging, the use of wind screens, and the use of evaporation retardants. Apply evaporation retardant at the manufacturer's recommended rate. Reapply the evaporation retardant as needed to maintain the concrete surface in a moist condition until curing system is applied. Do not use evaporation retardant as a finishing aid. Failure to take acceptable precautions to prevent surface drying of the pavement will be cause for shutdown of pavement operations. 4.8.3. Surface Texturing. Complete final texturing before the concrete has attained its initial set. Drag the carpet longitudinally along the pavement surface with the carpet contact surface area adjusted to provide a satisfactory coarsely textured surface. Prevent the carpet from getting plugged with grout. Do not perform carpet dragging operations while there is excessive bleed water. A metal -tine texture finish is required unless otherwise shown on the plans. Provide transverse tining unless otherwise shown on the plans. Immediately following the carpet drag, apply a single coat of evaporation retardant, if needed, at the rate recommended by the manufacturer. Provide the metal -tine finish immediately after the concrete surface has set enough for consistent tining. Operate the metal -tine device to obtain grooves approximately 3/16 in. deep, with a minimum depth of 1/8 in., and approximately 1/12 in. wide. Do not overlap a previously tined area. Use manual methods to achieve similar results on ramps, small or irregular areas, and narrow width sections of pavements. Repair damage to the edge of the slab and joints immediately after texturing. Do not tine pavement that will be overlaid or that is scheduled for blanket diamond grinding or shot blasting. Target a carpet drag texture of 0.04 in., as measured by Tex-436-A, when carpet drag is the only surface texture required on the plans. Ensure adequate and consistent macro -texture is achieved by applying enough weight to the carpet and by keeping the carpet from getting plugged with grout. Correct any location with a texture less than 0.03 in. by diamond grinding or shot blasting. The Engineer will determine the test locations at points located transversely to the direction of traffic in the outside wheel path. 4.8.4. Small, Irregular Area, or Narrow Width Placements. Use hand equipment and procedures that produce a consolidated and finished pavement section to the line and grade where machine placements and finishing of concrete pavement are not practical. 4.8.5. Emergency Procedures. Use hand -operated equipment for applying texture, evaporation retardant, and cure in the event of equipment breakdown. 4.9. Curing. Keep the concrete pavement surface from drying as described in Section 360.4.8.2., "Maintenance of Surface Moisture," until the curing material has been applied. Maintain and promptly repair damage to curing materials on exposed surfaces of concrete pavement continuously for at least 3 curing days. A curing day is defined as a 24-hr. period when either the temperature taken in the shade away from artificial heat is above 50°F for at least 19 hr. or the surface temperature of the concrete is maintained above 40°F for 24 hr. 395 360 Curing begins when the concrete curing system has been applied. Stop concrete paving if curing compound is not being applied promptly and maintained adequately. Other methods of curing in accordance with Item 422, "Concrete Superstructures," may be used when specified or approved. 4.9.1. Membrane Curing. Spray the concrete surface uniformly with 2 coats of membrane curing compound at an individual application rate of no more than 180 sq. ft. per gallon. Apply the curing compound before allowing the concrete surface to dry. Manage finishing and texturing operations to ensure placement of curing compound on a moist concrete surface, relatively free of bleed water, to prevent any plastic shrinkage cracking. Time the application of curing compound to prevent plastic shrinkage cracking. Maintain curing compounds in a uniformly agitated condition, free of settlement before and during application. Do not thin or dilute the curing compound. Apply additional compound at the same rate of coverage to correct damage where the coating shows discontinuities or other defects or if rain falls on the newly coated surface before the film has dried enough to resist damage. Ensure that the curing compound coats the sides of the tining grooves. 4.9.2. Asphalt Curing. Apply a uniform coating of asphalt curing at a rate of 90 to 180 sq. ft. per gallon when an asphaltic concrete overlay is required. Apply curing immediately after texturing and once the free moisture (sheen) has disappeared. Obtain approval to add water to the emulsion to improve spray distribution. Maintain the asphalt application rate when using diluted emulsions. Maintain the emulsion in a mixed condition during application. 4.9.3. Curing Class HES Concrete. Provide membrane curing in accordance with Section 360.4.9.1., "Membrane Curing," for all Class HES concrete pavement. Promptly follow by wet mat curing in accordance with Section 422.4.8., "Final Curing," until opening strength is achieved but not less than 24 hr. 4.9.4. Curing Fast -Track Concrete Pavement. Provide wet mat curing unless otherwise shown on the plans or as directed. Cure in accordance with Section 422.4.8., "Final Curing." Apply a Type 1-D or Type 2 membrane cure instead of wet mat curing if the air temperature is below 65°F and insulating blankets are used. 4.10. Sawing Joints. Saw joints to the depth shown on the plans as soon as sawing can be accomplished without damage to the pavement regardless of time of day or weather conditions. Some minor raveling of the saw - cut is acceptable. Use a chalk line, string line, sawing template, or other approved method to provide a true joint alignment. Provide enough saws to match the paving production rate to ensure sawing completion at the earliest possible time to avoid uncontrolled cracking. Reduce paving production if necessary to ensure timely sawing of joints. Promptly restore membrane cure damaged within the first 72 hr. of curing. 4.11. Protection of Pavement and Opening to Traffic. Testing for early opening is the responsibility of the Contractor regardless of job -control testing responsibilities unless otherwise shown on the plans or as directed. Testing result interpretation for opening to traffic is subject to approval. 4.11.1. Protection of Pavement. Erect and maintain barricades and other standard and approved devices that will exclude all vehicles and equipment from the newly placed pavement for the periods specified. Protect the pavement from damage due to crossings using approved methods before opening to traffic. Where a detour is not readily available or economically feasible, an occasional crossing of the roadway with overweight equipment may be permitted for relocating equipment only but not for hauling material. When an occasional crossing of overweight equipment is permitted, temporary matting or other approved methods may be required. Maintain an adequate supply of sheeting or other material to cover and protect fresh concrete surface from weather damage. Apply as needed to protect the pavement surface from weather. 396 360 4.11.2. Opening Pavement to All Traffic. Pavement that is 7 days old may be opened to all traffic. Clean pavement, place stable material against the pavement edges, seal joints, and perform all other traffic safety related work before opening to traffic. 4.11.3. Opening Pavement to Construction Equipment. Unless otherwise shown on the plans, concrete pavement may be opened early to concrete paving equipment and related delivery equipment after the concrete is at least 48 hr. old and opening strength has been demonstrated in accordance with Section 360.4.11.4., "Early Opening to All Traffic," before curing is complete. Keep delivery equipment at least 2 ft. from the edge of the concrete pavement. Keep tracks of the paving equipment at least 1 ft. from the pavement edge. Protect textured surfaces from the paving equipment. Restore damaged membrane curing as soon as possible. Repair pavement damaged by paving or delivery equipment before opening to all traffic. 4.11.4. Early Opening to All Traffic. Concrete pavement may be opened after curing is complete and the concrete has attained a flexural strength of 450 psi or a compressive strength of 3,200 psi, except that pavement using Class HES concrete may be opened after 24 hr. if the specified strength is achieved. 4.11.4.1. Strength Testing. Test concrete specimens cured under the same conditions as the portion of the pavement involved. 4.11.4.2. Maturity Method. Use the maturity method, Tex-426-A, to estimate concrete strength for early opening pavement to traffic unless otherwise shown on the plans. Install at least 2 maturity sensors for each day's placement in areas where the maturity method will be used for early opening. Maturity sensors, when used, will be installed near the day's final placement for areas being evaluated for early opening. Use test specimens to verify the strength —maturity relationship in accordance with Tex-426-A, starting with the first day's placement corresponding to the early opening pavement section. Verify the strength —maturity relationship at least every 10 days of production after the first day. Establish a new strength —maturity relationship when the strength specimens deviate more than 10% from the maturity - estimated strengths. Suspend use of the maturity method for opening pavements to traffic when the strength —maturity relationship deviates by more than 10% until a new strength —maturity relationship is established. The Engineer will determine the frequency of verification when the maturity method is used intermittently or for only specific areas. 4.11.5. Fast Track Concrete Pavement. Open the pavement after the concrete has been cured for at least 8 hr. and attained a minimum compressive strength of 1,800 psi or a minimum flexural strength of 255 psi when tested in accordance with Section 360.4.11.4.1., "Strength Testing," or Section 360.4.11.4.2., "Maturity Method," unless otherwise directed. Cover the pavement with insulating blankets when the air temperature is below 65°F until the pavement is opened to traffic. 4.11.6. Emergency Opening to Traffic. Open the pavement to traffic under emergency conditions, when the pavement is at least 72 hr. old when directed in writing. Remove all obstructing materials, place stable material against the pavement edges, and perform other work involved in providing for the safety of traffic as required for emergency opening. 4.12. Pavement Thickness. The Engineer will check the thickness in accordance with Tex-423-A unless other methods are shown on the plans. The Engineer will perform 1 thickness test consisting of 1 reading at approximately the center of the paving equipment every 500 ft. or fraction thereof. Core where directed, in accordance with Tex-424-A, to verify deficiencies of more than 0.2 in. from plan thickness and to determine the limits of deficiencies of more than 0.75 in. from plan thickness. Fill core holes using an approved concrete mixture and method. 4.12.1. Thickness Deficiencies Greater than 0.2 in. Take one 4-in. diameter core at that location to verify the measurement when any depth test measured in accordance with Tex-423-A is deficient by more than 0.2 in. from the plan thickness. 397 360 Take 2 additional cores from the unit (as defined in Section 360.4.12.3., "Pavement Units for Payment Adjustment" at intervals of at least 150 ft. and at selected locations if the core is deficient by more than 0.2 in., but not by more than 0.75 in. from the plan thickness, and determine the thickness of the unit for payment purposes by averaging the length of the 3 cores. In calculations of the average thickness of this unit of pavement, measurements in excess of the specified thickness by more than 0.2 in. will be considered as the specified thickness plus 0.2 in. 4.12.2. Thickness Deficiencies Greater than 0.75 in. Take additional cores at 10-ft. intervals in each direction parallel to the centerline to determine the boundary of the deficient area if a core is deficient by more than 0.75 in. The Engineer will evaluate any area of pavement found deficient in thickness by more than 0.75 in., but not more than 1 in. Remove and replace the deficient areas without additional compensation or retain deficient areas without compensation, as directed. Remove and replace any area of pavement found deficient in thickness by more than 1 in. without additional compensation. 4.12.3. Pavement Units for Payment Adjustment. Limits for applying a payment adjustment for deficient pavement thickness from 0.20 in. to not more than 0.75 in. are 500 ft. of pavement in each lane. Lane width will be as shown on typical sections and pavement design standards. For greater than 0.75 in. deficient thickness, the limits for applying zero payment or requiring removal will be defined by coring or equivalent nondestructive means as determined by the Engineer. The remaining portion of the unit determined to be less than 0.75 in. deficient will be subject to the payment adjustment based on the average core thickness at each end of the 10-ft. interval investigation as determined by the Engineer. Shoulders will be measured for thickness unless otherwise shown on the plans. Shoulders 6 ft. wide or wider will be considered as lanes. Shoulders less than 6 ft. wide will be considered part of the adjacent lane. Limits for applying payment adjustment for deficient pavement thickness for ramps, widenings, acceleration and deceleration lanes, and other miscellaneous areas are 500 ft. in length. Areas less than 500 ft. in length will be individually evaluated for payment adjustment based on the plan area. 4.13. Ride Quality. Measure ride quality in accordance with Item 585, "Ride Quality for Pavement Surfaces," unless otherwise shown on the plans. 5. MEASUREMENT This Item will be measured as follows: 5.1. Concrete Pavement. Concrete pavement will be measured by the square yard of surface area in place. The surface area includes the portion of the pavement slab extending beneath the curb. 5.2. Curb. Curb on concrete pavement will be measured by the foot in place. 6. PAYMENT These prices are full compensation for materials, equipment, labor, tools, and incidentals. 6.1. Concrete Pavement. The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement' will be paid for at the adjusted unit price bid for "Concrete Pavement' of the type and depth specified as adjusted in accordance with Section 360.6.2., "Deficient Thickness Adjustment." 6.2. Deficient Thickness Adjustment. Where the average thickness of pavement is deficient in thickness by more than 0.2 in. but not more than 0.75 in., payment will be made using the adjustment factor as specified in Table 2 applied to the bid price for the deficient area for each unit as defined under Section 360.4.12.3., "Pavement Units for Payment Adjustment." 398 360 Table 2 Deficient Thickness Price Adiustment Factor Deficiency in Thickness Determined by Cores in. Proportional Part of Contract Price Allowed Adjustment Factor Not deficient 1.00 Over 0.00 through 0.20 1.00 Over 0.20 through 0.30 0.80 Over 0.30 through 0.40 0.72 Over 0.40 through 0.50 0.68 Over 0.50 through 0.75 0.57 6.3. Curb. Work performed and furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid for "Curb" of the type specified. 399 402 Item 402 Trench Excavation Protection Texas Department of Transportation 1. DESCRIPTION Furnish and place excavation protection for trenches 5 ft. or greater in depth. 2. CONSTRUCTION Provide vertical or sloped cuts, benches, shields, support systems, or other systems providing the necessary protection in accordance with OSHA Standards and Interpretations, 29 CFR Part 1926, Subpart P, "Excavations." 3. MEASUREMENT This Item will be measured by the foot along the long axis of the trench where the depth of trench exceeds 5 ft. This measurement includes all required trench protection, including trench ends. 4. PAYMENT The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid for "Trench Excavation Protection." This price is full compensation for excavation and backfill required for excavation protection; furnishing, placing, and removing shoring, sheeting, or bracing; de -watering or diversion of water; jacking and jack removal; and equipment, labor, materials, tools, and incidentals. 416 432 Item 432 Riprap DESCRIPTION Furnish and place concrete, stone, cement -stabilized, or special riprap. 2. MATERIALS Furnish materials in accordance with the following Items. ■ Item 420, "Concrete Substructures," ■ Item 421, "Hydraulic Cement Concrete," ■ Item 431, 'Pneumatically Placed Concrete," ■ Item 440, 'Reinforcement for Concrete," and ■ DMS-6200, "Filter Fabric." 2.1. Concrete Riprap. Use Class B Concrete unless otherwise shown on the plans. Texas Department of Transportation 2.2. Pneumatically Placed Concrete Riprap. Use Class II concrete that meets Item 431, 'Pneumatically Placed Concrete," unless otherwise shown on the plans. 2.3. Stone Riprap. Use durable natural stone with a bulk specific gravity of at least 2.50 as determined by Tex-403-A unless otherwise shown on the plans. Provide stone that, when tested in accordance with Tex-411-A, has weight loss of no more than 18% after 5 cycles of magnesium sulfate solution. Perform a size verification test on the first 5,000 sq. yd. of finished riprap stone for all types of stone riprap at a location determined by the Engineer. Test the riprap stone in accordance with ASTM D5519. Additional tests may be required. Do not place additional riprap until the initial 5,000 sq. yd. of riprap has been approved. Provide grout or mortar in accordance with Item 421, "Hydraulic Cement Concrete," when specified. Provide grout with a consistency that will flow into and fill all voids. Provide filter fabric in accordance with DMS-6200, "Filter Fabric." Provide Type 2 filter fabric for protection stone riprap unless otherwise shown on the plans. Provide Type 2 filter fabric for Type R, F, or Common stone riprap when shown on the plans. 2.3.1. Type R. Use stones between 50 and 250 lb. with at least 50% of the stones heavier than 100 lb. 2.3.2. Type F. Use stones between 50 and 250 lb. with at least 40% of the stones heavier than 100 lb. Use stones with at least 1 broad flat surface. 2.3.3. Common. Use stones between 50 and 250 lb. Use stones that are at least 3 in. in their least dimension. Use stones that are at least twice as wide as they are thick. When shown on the plans or approved, material may consist of broken concrete removed under the Contract or from other approved sources. Cut exposed reinforcement flush with all surfaces before placement of each piece of broken concrete. 2.3.4. Protection. Use boulders or quarried rock that meets the gradation requirements of Table 1. Both the width and the thickness of each piece of riprap must be at least 113 of the length. When shown on the plans or as approved, material may consist of broken concrete removed under the Contract or from other approved sources. Cut exposed reinforcement flush with all surfaces before placement of each piece of broken 539 432 concrete. Determine gradation of the finished, in -place, riprap stone under the direct supervision of the Engineer in accordance with ASTM D5519. Table 1 In -Place Protection Riprap Gradation Requirements Size Maximum Size (lb.) 90% Size' lb. 50% Size2 lb. 8% Size3 Minimum lb. 12 in. 200 80-180 30-75 3 15in. 320 170-300 60-165 20 18 in. 530 290-475 105-220 22 21 in. 800 460-720 175-300 25 24 in. 1,000 550-850 200-325 30 30 in. 2,600 1,150-2,250 400-900 40 1. Defined as that size such that 10% of the total riprap stone, by weight, is larger and 90% is smaller. 2. Defined as that size such that 50% of the total riprap stone, by weight, is larger and 50% is smaller. 3. Defined as that size such that 92% of the total riprap stone, by weight, is larger and 8% is smaller. The Engineer may require in -place verification of the stone size. Determine the in -place size of the riprap stone by taking linear transects along the riprap and measuring the intermediate axis of the stone at select intervals. Place a tape measure along the riprap and determine the intermediate axis size of the stone at 2 ft. intervals. Measure a minimum of 100 stones, either in a single transect or in multiple transects, then follow ASTM D5519 Test Procedure Part B to determine the gradation. Table 2 is a guide for comparing the stone size in inches to the stone weight shown in Table 1. Table 2 Protection Riprap Stone Size' Size Dmax in. D90 in. D50 in. D8 in. 12 in. 13.76 10.14-13.29 7.31-9.92 3.39 15 in. 16.10 13.04-15.75 9.21-12.91 6.39 18 in. 19.04 15.58-18.36 11.10-14.21 6.59 21 in. 21.85 18.17-21.09 13.16-15.75 6.88 24 in. 23.53 19.28-22.29 13.76-16.18 7.31 30 in. 32.36 24.65-30.84 17.34-22.72 8.05 1. Based on a Specific Gravity of 2.5 and using the following equation for the intermediate axis diameter D = {(12*W)/(Gs*62.4*0.85))1/3 where: D = intermediate axis diameter in in.; W = weight of stone in lbs.; Gs = Specific Gravity of stone. Note —If the Specific Gravity of the stone is different than 2.5, then the above equation can be used to determine the appropriate size using the actual Specific Gravity. If required, provide bedding stone that, in -place, meets the gradation requirements shown in Table 3 or as otherwise shown on the plans. Determine the size distribution in Table 3 in accordance with ASTM D6913. Table 3 Protection Riprap Bedding Material Gradation Requirements Sieve Size (Sq. Mesh) % by Weight Passing 3" 100 1-1/2" 3/4" #4 #10 50-80 20-60 0-15 0-5 2.4. Cement -Stabilized Riprap. Provide aggregate that meets Item 247, "Flexible Base," for the type and grade shown on the plans. Use cement -stabilized riprap with 7% hydraulic cement by dry weight of the aggregate. 2.5. Special Riprap. Furnish materials for special riprap according to the plans. 540 432 3. CONSTRUCTION Dress slopes and protected areas to the line and grade shown on the plans before the placement of riprap. Place riprap and toe walls according to details and dimensions shown on the plans or as directed. 3.1. Concrete Riprap. Reinforce concrete riprap with 6 X 6 — W2.9 X W2.9 welded wire fabric or with No. 3 or No. 4 reinforcing bars spaced at a maximum of 18 in. in each direction unless otherwise shown. Alternative styles of welded wire fabric that provide at least 0.058 sq. in. of steel per foot in both directions may be used if approved. A combination of welded wire fabric and reinforcing bars may be provided when both are permitted. Provide a minimum 6-in. lap at all splices. Provide horizontal cover of at least 1 in. and no more than 3 in. at the edge of the riprap. Place the first parallel bar no more than 6 in. from the edge of concrete. Use approved supports to hold the reinforcement approximately equidistant from the top and bottom surface of the slab. Adjust reinforcement during concrete placement to maintain correct position. Sprinkle or sprinkle and consolidate the subgrade before the concrete is placed as directed. All surfaces must be moist when concrete is placed. Compact and shape the concrete once it has been placed to conform to the dimensions shown on the plans. Finish the surface with a wood float after it has set sufficiently to avoid slumping to secure a smooth surface or broom finish as approved. Cure the riprap immediately after the finishing operation according to Item 420, "Concrete Substructures." 3.2. Stone Riprap. Provide the following types of stone riprap when shown on the plans: ■ Dry Riprap. Stone riprap with voids filled with only spalls or small stones. ■ Grouted Riprap. Type R, F, or Common stone riprap with voids grouted after all the stones are in place. ■ Mortared Riprap. Type F stone riprap laid and mortared as each stone is placed. Use spalls and small stones lighter than 25 lb. to fill open joints and voids in stone riprap, and place to a tight fit. Place mortar or grout only when the air temperature is above 35°F. Protect work from rapid drying for at least 3 days after placement. Place filter fabric with the length running up and down the slope unless otherwise approved. Ensure fabric has a minimum overlap of 2 ft. Secure fabric with nails or pins. Use nails at least 2 in. long with washers or U-shaped pins with legs at least 9 in. long. Space nails or pins at a maximum of 10 ft. in each direction and 5 ft. along the seams. Alternative anchorage and spacing may be used when approved. 3.2.1. Type R. Construct riprap as shown in Figure 1 on the Stone Riprap Standard and as shown on the plans. Place stones in a single layer with close joints so most of their weight is carried by the earth and not the adjacent stones. Place the upright axis of the stones at an angle of approximately 90' to the embankment slope. Place each course from the bottom of the embankment upward with the larger stones in the lower courses. Fill open joints between stones with spalls. Place stones to create a uniform finished top surface. Do not exceed a 6-in. variation between the tops of adjacent stones. Replace, embed deeper, or chip away stones that project more than the allowable amount above the finished surface. Prevent earth, sand, or foreign material from filling the spaces between the stones when the plans require Type R stone riprap to be grouted. Wet the stones thoroughly after they are in place, fill the spaces between the stones with grout, and pack. Sweep the surface of the riprap with a stiff broom after grouting. 541 432 3.2.2. Type F. 3.2.2.1. Dry Placement. Construct riprap as shown in Figure 2 on the Stone Riprap Standard. Set the flat surface on a prepared horizontal earth bed, and overlap the underlying course to secure a lapped surface. Place the large stones first, roughly arranged in close contact. Fill the spaces between the large stones with suitably sized stones placed to leave the surface evenly stepped and conforming to the contour required. Place stone to drain water down the face of the slope. 3.2.2.2. Grouting. Construct riprap as shown in Figure 3 on the Stone Riprap Standard. Size, shape, and lay large flat -surfaced stones to produce an even surface with minimal voids. Place stones with the flat surface facing upward parallel to the slope. Place the largest stones near the base of the slope. Fill spaces between the larger stones with stones of suitable size, leaving the surface smooth, tight, and conforming to the contour required. Place the stones to create a plane surface with a variation no more than 6 in. in 10 ft. from true plane. Provide the same degree of accuracy for warped and curved surfaces. Prevent earth, sand, or foreign material from filling the spaces between the stones. Wet the stones thoroughly after they are in place, fill the spaces between them with grout, and pack. Sweep the surface with a stiff broom after grouting. 3.2.2.3. Mortaring. Construct riprap as shown in Figure 2 on the Stone Riprap Standard. Lap courses as described for dry placement. Wet the stones thoroughly before placing mortar. Bed the larger stones in fresh mortar as they are being place and shove adjacent stones into contact with one another. Spread excess mortar forced out during placement of the stones uniformly over them to fill all voids completely. Point up all joints roughly either with flush joints or shallow, smooth -raked joints as directed. 3.2.3. Common. Construct riprap as shown in Figure 4 on the Stone Riprap Standard. Place stones on a bed excavated for the base course. Bed the base course of stone well into the ground with the edges in contact. Bed and place each succeeding course in even contact with the preceding course. Use spalls and small stones to fill any open joints and voids in the riprap. Ensure the finished surface presents an even, tight surface, true to the line and grades of the typical sections. Prevent earth, sand, or foreign material from filling the spaces between the stones when the plans require grouting common stone riprap. Wet the stones thoroughly after they are in place; fill the spaces between them with grout; and pack. Sweep the surface with a stiff broom after grouting. 3.2.4. Protection. Construct riprap as shown in Figure 5 on the Stone Riprap Standard. Place riprap stone on the slopes within the limits shown on the plans. Place stone for riprap on the filter fabric to produce a reasonably well -graded mass of riprap with the minimum practicable percentage of voids. Construct the riprap to the lines and grades shown on the plans or staked in the field. A tolerance of +6 in. and -0 in. from the slope line and grades shown on the plans is allowed in the finished surface of the riprap. Place riprap to its full thickness in a single operation. Avoid displacing the filter fabric. Ensure the entire mass of stones in their final position is free from objectionable pockets of small stones and clusters of larger stones. Do not place riprap in layers, and do not place it by dumping it into chutes, dumping it from the top of the slope, pushing it from the top of the slope, or any method likely to cause segregation of the various sizes. Obtain the desired distribution of the various sizes of stones throughout the mass by selective loading of material at the quarry or other source or by other methods of placement that will produce the specified results. Rearrange individual stones by mechanical equipment or by hand if necessary to obtain a reasonably well -graded distribution of stone sizes. Use the bedding thickness shown and place stone for riprap on the bedding material to produce a reasonably well -graded mass of riprap with the minimum practicable percentage of voids if required on the plans. 3.3. Pneumatically Placed Concrete Riprap, Class II. Meet Item 431, "Pneumatically Placed Concrete." Provide reinforcement following the details on the plans and Item 440, `Reinforcement for Concrete." Support reinforcement with approved supports throughout placement of concrete. Give the surface a wood -float finish or a gun finish as directed. Cure the riprap with membrane -curing compound immediately after the finishing operation in accordance with Item 420, "Concrete Substructures." 542 432 3.4. Cement -Stabilized Riprap. Follow the requirements of the plans and the provisions for concrete riprap except when reinforcement is not required. The Engineer will approve the design and mixing of the cement - stabilized riprap. 3.5. Special Riprap. Construct special riprap according to the plans. 4. MEASUREMENT This Item will be measured by the cubic yard of material complete in place. Volume will be computed on the basis of the measured area in place and the thickness and toe wall width shown on the plans. If required on the plans, the pay quantity of the bedding material for stone riprap for protection to be paid for will be measured by the cubic yard as computed from the measured area in place and the bedding thickness shown on the plans. 5. PAYMENT The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid for "Riprap" of the type, thickness, and void -filling technique (Dry, Grout, Mortar) specified, as applicable. This price is full compensation for furnishing, hauling, and placing riprap and for filter fabric, expansion joint material, concrete and reinforcing steel, grout and mortar, scales, test weights, equipment, labor, tools, and incidentals. Payment for excavation of toe wall trenches, for all necessary excavation below natural ground or bottom of excavated channel, and for shaping of slopes for riprap will be included in the unit price bid per cubic yard of riprap. When bedding is required for protection stone riprap, payment will be made at the unit price for "Bedding Material' of the thickness specified. This price is full compensation for furnishing, hauling, placing, and maintaining the bedding material until placement of the riprap cover is completed and accepted; excavation required for placement of bedding material; and equipment, scales, test weights, labor, tools, and incidentals. No payment will be made for excess thickness of bedding nor for material required to replace embankment material lost by rain wash, wind erosion, or otherwise. 543 450 Item 450 Railing Texas Department of Transportation DESCRIPTION Construct railing of concrete, steel, aluminum, or a combination of these materials, including necessary anchorage for the railing on bridges, culverts, walls, or other structures as shown on the plans. 2. MATERIALS Use materials that conform to requirements of the following Items. ■ Item 421, "Hydraulic Cement Concrete," ■ Item 440, "Reinforcement for Concrete," ■ Item 441, "Steel Structures," ■ Item 442, "Metal for Structures," ■ Item 445, "Galvanizing," and ■ Item 540, "Metal Beam Guard Fence." Provide an approved Type III, Class C epoxy or an epoxy of the type and class stated on the plans where epoxy anchors are allowed or required for installing drilled and epoxied rail anchorage reinforcement or rail anchor bolts in accordance with DMS-6100, "Epoxies and Adhesives." Use other materials if shown on the plans. Provide only dual cartridge epoxy systems mixed with a static mixing nozzle supplied by the epoxy adhesive manufacturer and dispensed with a tool supplied by the epoxy adhesive manufacturer. Do not use bulk epoxies. Drill and install anchorage reinforcement or anchor bolts to the embedment depth shown on the plans or the depth the manufacturer recommends, whichever is deeper. No additional payment will be made for providing embedment deeper than shown on the plans. Select an embedment depth capable of developing the yield strength of the steel anchor based on the product literature for the epoxy and steel anchor being used if no resistance or embedment depth is specified on the plans. Use 60 ksi as the yield strength for reinforcing steel. 3. CONSTRUCTION Construct railing in accordance with details, alignment, and grade designated on the plans. Do not place railing until falsework or formwork, if any, for the span has been released unless otherwise directed. Adhere to the schedule restrictions for Placing Bridge Rails and Opening to Construction Traffic in Item 422, "Concrete Superstructures." Notify the Engineer after completion of the following steps and obtain approval of work before proceeding to the next step: placing rail reinforcement and pre -pour clear cover checks. Ensure expansion joints in the railing will function properly before placing concrete. Furnish either steel or aluminum, but not both, for the entire Contract if the plans allow either steel or aluminum options for a particular railing type. Install epoxy adhesive anchorages in accordance with the manufacturer's instructions including hole size, drilling equipment and method, hole cleaning equipment and method, mixing and dispensing epoxy, and anchor insertion. Do not alter the manufacturer's mixing nozzle or dispenser. Anchorage bars or bolts must be clean and free of grease, oil, or any other foreign material. Demonstrate hole cleaning method to the Engineer for approval and continue the approved process for all anchorage locations. Do not weld to an anchor bar or anchor bolt that is anchored with epoxy adhesive. Do not expose rail to traffic until epoxy adhesive has obtained full cure in accordance with manufacturer's specifications. 624 450 3.1. Metal Railing. 3.1.1. General. Furnish metal beam rail elements in accordance with Item 540, "Metal Beam Guard Fence." Fabricate and erect metal railing according to the pertinent provisions of Item 441, "Steel Structures," and the requirements of this Item. Prepare and submit for approval the required shop or erection drawings in accordance with Item 441, "Steel Structures," when the plans require. Show all splice locations and details on the shop or erection drawings. Splice members only as provided on the plans. Field -weld when required in accordance with Item 448, "Structural Field Welding." 3.1.2. Fabrication. Fabricate metal railing and post panels in sections conforming to the details shown on the plans and field -verified lines and grades. Fabricate adjacent sections so they will accurately engage each other in the field. Match -mark each pair of sections so they can be erected in the same position they were fabricated. Fabricate metal rail elements included as part of the railing system to the dimensions and cross -sections shown on the plans and within a tolerance of 1/4 in. per 10 feet in the straightness of either edge. Joint and connect metal rail elements to the rail posts as shown on the plans, lapping metal rail elements in the direction of traffic in the adjacent lane. Bolts and nuts for metal railing should meet requirements of ASTM A307 and be galvanized in accordance with Item 445, "Galvanizing," unless otherwise shown on the plans. Fabricate aluminum in accordance with AWS D1.2. Heat aluminum materials other than castings to a temperature up to 4007 for no more than 30 min. to facilitate bending or straightening. 3.1.3. Castings. Provide permanent mold castings of the materials specified that are true to pattern in form and dimensions and of uniform quality and condition. Castings must be free from cracks and defects such as blowholes, porosity, hard -spots, or shrinkage that could affect their suitability for use. Repair minor defects in aluminum castings by an approved inert gas -welding process. Ensure finished castings are free of burrs, fins, discoloration, and mold marks and that they have a uniform appearance and texture. Produce castings under radiographic control sufficient to establish and verify a product free from harmful internal defects. Heat-treat the entire lot of castings to the specified temper when required. Permanently mark the heat or lot number on the web or top of the base of all castings. Furnish mill test reports showing the heat or lot number, chemical composition, tensile strength, elongation, and number of pieces for each casting heat or lot. For aluminum castings, a heat or lot should consist of at least 1,000 lb. of trimmed castings when produced from batch type furnaces, or 2,000 lb. when produced from a continuous furnace during a period of no more than 8 consecutive hours. Furnish the entire number of acceptable posts cast from each heat or lot except when a portion is required to complete a project. 3.1.4. Corrosion Protection. Galvanize all portions of steel railing after fabrication in accordance with Item 445, "Galvanizing," unless otherwise noted on the plans. Apply appearance coat to galvanized surface in accordance with Item 445, "Galvanizing," when shown on the plans. When painting is specified in place of galvanizing, shop paint steel in accordance with Item 441, "Steel Structures." Repair any damage to galvanized or painted surfaces after erection in accordance with Items 445, "Galvanizing," and Item 446, "Field Cleaning and Painting Steel," respectively. Before final acceptance, clean surfaces of aluminum and galvanized steel railing not shown to be painted to remove extrusion marks, grease, dirt, and all other surface contaminants. 625 450 3.1.5. Storage. Store railing materials above the ground on platforms, skids, or other supports, and keep them free from grease, dirt, and contact with dissimilar metals. Avoid scratching, marring, denting, discoloring, or otherwise damaging the railing. 3.2. Concrete Railing. Provide concrete portions of railing in accordance with the requirements of Item 420, "Concrete Substructures," and Item 422, "Concrete Superstructures." Construct forms so the railing line and grade can be checked after the concrete has been placed but before initial set. Do not disturb the form alignment during finish floating of the railing tops. Exercise particular care in other construction to avoid disturbing or vibrating the span with the newly placed railing. Provide precast members conforming to Item 424, "Precast Concrete Structural Members (Fabrication). Slipform construction of railing is permitted unless otherwise shown on the plans. Demonstrate slipforming method showing line and grade of concrete surfaces can be consistently obtained and clear cover outside reinforcing steel be maintained at all times. Stop slipforming railing if specified concrete clear cover is not obtained or appearance of rail is off line and grade. Do not slipform railing with cast -in -place anchor bolts unless noted otherwise. Provide additional reinforcing as needed to prevent movement of the reinforcement cage. Clear cover and epoxy coating requirements for additional reinforcement are the same as shown for the rail reinforcement. The rail reinforcing cage may be tack welded to the rail anchorage reinforcement provided the rail and anchorage reinforcement are not epoxy coated and weld locations measured along the rail are no closer than 3 ft. Tie all bar intersections if epoxy coated reinforcement is required for the railing proposed to be slipformed. Provide a wire line to maintain vertical and horizontal alignment of the slipform machine. Attach a grade line gauge or pointer to the machine so a continuous comparison can be made between the rail being placed and the established grade line. Rails or supports at the required grade are allowed instead of sensor controls. Make one or more passes with the slipform over the rail segment to ensure proper operation and maintenance of grades and clearances before placing concrete. Provide slipformed rail within a vertical and horizontal alignment tolerance of ±114 in. per 10 feet. Construct rail with a smooth and uniform appearance. Consolidate concrete so it is free of honeycomb. Provide concrete with a consistency that will maintain the shape of the rail without support. Minimize starting and stopping of the slipform operation by ensuring a continuous supply of concrete. Do not exceed the manufacturer's recommended speed for the slipform machine. Stop slipforming and take remedial action if slipforming causes movement of the reinforcement such that plan clearances are not achieved. Remove and replace unsatisfactory slipformed rail at the Contractor's expense. 3.3. Tests. The Engineer will sample cast aluminum posts for testing in accordance with Tex-731-1 to verify the material requirements of Item 442, "Metal for Structures." Metal beam rail elements may be sampled in accordance with Tex-713-1. The Engineer may sample bolts and nuts in accordance with Tex-708-1 for galvanized coating testing. The Engineer will select 3 anchor bars or bolts from the first day's production to be tested after the epoxy has cured. Test the bars or bolts in the presence of the Engineer in accordance with ASTM E1512, using a restrained test, to evaluate the epoxy adhesive's bond strength. Verify the anchor bars or bolts develop the required pullout resistance on the plans or 75% of the yield strength of the bars or bolts, whichever is less, without a bond failure of the epoxy. The Engineer may require additional tests during production. Perform corrective measures to provide adequate capacity if any of the tests do not meet the required test load. Repair damage from testing. 4. MEASUREMENT This Item will be measured by the foot. 626 450 This is a plans quantity measurement Item. The quantity to be paid for is the quantity shown in the proposal except as modified by Article 9.2., "Plans Quantity Measurement." Additional measurements or calculations will be made if adjustments of quantities are required. 5. PAYMENT The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid for "Railing" of the type specified. This price will be full compensation for furnishing, preparing, and placing concrete, expansion joint material, reinforcing steel, structural steel, aluminum, cast steel, pipe, anchor bolts or bars, testing of epoxy anchors, and all other materials required in the finished railing; removal and disposal of salvageable materials; and hardware, paint and painting of metal railing, galvanizing, equipment, labor, tools, and incidentals. 627 462 Item 462 Concrete Box Culverts and Drains 1. DESCRIPTION Furnish, construct, and install concrete box culverts and drains. 2. MATERIALS 2.1. General. Furnish materials in accordance with the following. ■ Item 420, "Concrete Substructures," ■ Item 421, "Hydraulic Cement Concrete," ■ Item 440, "Reinforcement for Concrete," and ■ Item 464, "Reinforced Concrete Pipe." Texas Department of Transportation Provide cast -in -place or precast, formed or machine -made, box culverts, and drains. Use Class S concrete for top slabs of cast -in -place concrete culverts for culverts with overlay, a 1- to 2-course surface treatment or a top slab that is the final riding surface unless otherwise shown on the plans. Use Class C concrete for the rest of the culvert and for all other cast -in -place boxes. Culverts with fill do not require Class S concrete. Furnish material for machine -made precast boxes in accordance with DMS-7310, "Reinforced Concrete Pipe and Machine -Made Precast Concrete Box Culvert Fabrication and Plant Qualification." 2.2. Fabrication. 2.2.1. Cast -in -Place. Meet Item 420, "Concrete Substructures" and Item 422, "Concrete Superstructures." 2.2.2. Formed Precast. Meet Item 424, "Precast Concrete Structural Members (Fabrication)." 2.2.3. Machine -Made Precast. Machine -made precast box culvert fabrication plants must be approved in accordance with DMS-7310, "Reinforced Concrete Pipe and Machine -Made Precast Concrete Box Culvert Fabrication and Plant Qualification." The Department's MPL shows approved machine -made precast box culvert plants. Fabricate machine -made precast boxes in accordance with DMS-7310, "Reinforced Concrete Pipe and Machine -Made Precast Concrete Box Culvert Fabrication and Plant Qualification." 2.3. Testing. 2.3.1. Cast -in -Place. Provide test specimens that meet Item 421, "Hydraulic Cement Concrete." 2.3.2. Formed Precast. Make, cure, and test compressive test specimens in accordance with Tex-704-I. 2.3.3. Machine -Made Precast. Make, cure, and test compressive test specimens in accordance with DMS-7310, "Reinforced Concrete Pipe and Machine -Made Precast Concrete Box Culvert Fabrication and Plant Qualification." 2.3.4. Testing Equipment. The producer must furnish all equipment required for testing concrete for boxes produced in a precasting plant. 2.4. Lifting Holes. Provide no more than 4 lifting holes in each section for precast boxes. Lifting holes may be cast, cut into fresh concrete after form removal, or drilled. Provide lifting holes large enough for adequate 650 462 lifting devices based on the size and weight of the box section. Use lifting holes no larger than 3 in. in diameter. Cut no more than 5 in. in any direction of reinforcement per layer for lifting holes. 2.5. Marking. Mark precast boxes with the following: ■ name or trademark of fabricator and plant location; ■ ASTM designation; ■ date of manufacture; ■ box size; ■ minimum and maximum fill heights; ■ designated fabricator's approval stamp; ■ boxes to be used for jacking and boring (when applicable); ■ designation "SR" for boxes meeting sulfate -resistant concrete plan requirements (when applicable); and ■ match -marks for proper installation, when required under Section 462.2.6., "Tolerances." Mark 1 end of each box section, for boxes without lifting holes, on the inside and outside walls to indicate the top or bottom as it will be installed. Indent markings into the box section or paint them on each box with waterproof paint. 2.6. Tolerances. Ensure precast sections meet the permissible variations listed in ASTM C1577 and that the sides of a section at each end do not vary from being perpendicular to the top and bottom by more than 112 in. when measured diagonally between opposite interior corners. Ensure wall and slab thicknesses are not less than shown on the plans except for occasional deficiencies not greater than 3116 in. or 5%, whichever is greater. If proper jointing is not affected, thicknesses in excess of plan requirements are acceptable. Deviations from the above tolerances will be acceptable if the sections can be fitted at the plant or jobsite and the joint opening at any point does not exceed 1 in. Use match -marks for proper installation on sections that have been accepted in this manner. 2.6.1. Boxes for Jacking Operations. Use boxes for jacking operations as defined in Item 476, "Jacking, Boring, or Tunneling Pipe or Box," meeting the following additional requirements: ■ The box ends must be square such that no point deviates more than 318 in. from a plane placed on the end of the box that is perpendicular to the box sides, and ■ The slab and wall thicknesses must not be less than specified on the plans and must not exceed the specified thickness by more than 112 in. 2.7. Defects and Repair. Fine cracks on the surface of the member that do not extend to the plane of the nearest reinforcement are acceptable unless the cracks are numerous and extensive. Repair cracks that extend into the plane of the reinforcing steel in an approved manner. Excessive damage, honeycomb, or cracking will be subject to structural review. The Engineer may accept boxes with repairs that are sound, properly finished, and cured in conformance with pertinent specifications. Discontinue further production of precast sections when fine cracks on the surface indicate poor curing practices until corrections are made and proper curing is provided. Repair machine -made precast boxes in accordance with DMS-7310, "Reinforced Concrete Pipe and Machine -Made Precast Concrete Box Culvert Fabrication and Plant Qualification." 2.8. Storage and Shipment. Store precast sections on a level surface. Do not place any load on the sections until design strength is reached and curing is complete. Shipment of sections is permissible when the design strength and curing requirements have been met. 651 462 Store and ship machine -made precast boxes in accordance with DMS-7310, `Reinforced Concrete Pipe and Machine -Made Precast Concrete Box Culvert Fabrication and Plant Qualification." 3. CONSTRUCTION 3.1. Excavation, Shaping, Bedding, and Backfill. Excavate, shape, bed, and backfill in accordance with Item 400, "Excavation and Backfill for Structures," except where jacking, boring, or tunneling methods are shown on the plans or permitted. Jack, bore, or tunnel in accordance with Item 476, "Jacking, Boring, or Tunneling Pipe or Box." Immediate backfilling is permitted for all box structures where joints consist of materials other than mortar. Take precautions in placing and compacting the backfill to avoid any movement of the boxes or damage to the joints. Remove and replace boxes damaged by the Contractor at no expense to the Department. 3.2. Placement of Boxes. Place the box sections in conformance with the plans or as directed when precast boxes are used to form multiple barrel structures. Place material to be used between barrels as shown on the plans or as directed. Start the laying of boxes on the bedding at the outlet end and proceed toward the inlet end with the abutting sections properly matched unless otherwise authorized. Fit, match, and lay the boxes to form a smooth, uniform conduit true to the established lines and grades. Lower the box sections into the trench, for trench installations, without damaging the box or disturbing the bedding and the sides of the trench. Carefully clean the ends of the box before it is placed. Prevent the earth or bedding material from entering the box as it is laid. Remove and re -lay, without extra compensation, boxes that are not in alignment or show excessive settlement after laying. Form and place cast -in -place boxes in accordance with Item 420, "Concrete Substructures." 3.3. Jointing. Use any of the jointing materials in accordance with the joint requirements specified in Item 464, "Reinforced Concrete Pipe," unless otherwise shown on the plans. Box joints for rubber gasketed material may be substituted for tongue and groove joints, provided they meet the requirements of ASTM C1677 for design of the joints and permissible variations in dimensions. 3.4. Connections and Stub Ends. Make connections of boxes to existing boxes, pipes, drains, or drain appurtenances as shown on the plans. Mortar or concrete the bottom of existing structures if necessary to eliminate any drainage pockets created by the connections. Connect boxes to any required headwalls, wingwalls, safety end treatments or riprap, or other structures as shown on the plans or as directed. Repair any damage to the existing structure resulting from making the connections. Finish stub ends for connections to future work not shown on the plans by installing watertight plugs into the free end of the box. Fill lifting holes with mortar or concrete and cure for precast boxes. Precast concrete or mortar plugs may be used. 3.5. Extending. Break back and extend existing culverts in accordance with Section 420.4.8 "Extending Existing Substructures," and Section 422.4.5 "Extending Existing Slabs," as applicable. 4. MEASUREMENT This Item will be measured by the foot. Measurement will be made between the ends of the culvert or drain along the flow line, not including safety end treatments. Safety end treatments will be measured in accordance with Item 467, "Safety End Treatment." Measurement of spurs, branches, or new connection box section will be made from the intersection of the flow line with the outside surface of the structure into which it connects. Where inlets, headwalls, wingwalls, catch basins, manholes, junction chambers, or other structures are included in lines of culverts or drains, the length of box section tying into the structure wall will be included for measurement, but no other portion of the structure length or width will be included. The measured length of multiple barrel structures will be the sum of the lengths of the barrels. 652 462 This is a plans quantity measurement Item. The quantity to be paid is the quantity shown in the proposal unless modified by Article 9.2., "Plans Quantity Measurement." Additional measurements or calculations will be made if adjustments of quantities are required. 5. PAYMENT The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid for "Concrete Box Culvert" of the size specified. This price is full compensation for constructing, furnishing, and transporting sections; preparation and shaping of the bed; backfill material between box sections; jointing of sections; jointing material; cutting of sections on skew or slope; connections to new or existing structures; breaking back, removing and disposing of portions of the existing structure and replacing portions of the existing structure as required to make connections; concrete and reinforcing steel; and equipment, labor, materials, tools, and incidentals. Protection methods for excavations greater than 5 ft. deep will be measured and paid for as required under Item 402, "Trench Excavation Protection," or Item 403, "Temporary Special Shoring." Excavation, shaping, bedding, and backfill will be paid for in accordance with Item 400, "Excavation and Backfill for Structures." When jacking, boring, or tunneling is used at the Contractor's option, payment will be made under this Item. When jacking, boring, or tunneling is required, payment will be made under Item 476, "Jacking, Boring, or Tunneling Pipe or Box." 653 464 Item 464 Reinforced Concrete Pipe ,Texas Department of Transportation 1. DESCRIPTION Furnish and install reinforced concrete pipe, materials for precast concrete pipe culverts, or precast concrete storm drain mains, laterals, stubs, and inlet leads. 2. MATERIALS 2.1. Fabrication. Fabrication plants must be approved by the Construction Division in accordance with DMS-7310, "Reinforced Concrete Pipe and Machine -Made Precast Concrete Box Culvert Fabrication and Plant Qualification," before furnishing precast reinforced concrete pipe for Department projects. The Department's MPL has a list of approved reinforced concrete pipe plants. Furnish material and fabricate reinforced concrete pipe in accordance with DMS-7310, "Reinforced Concrete Pipe and Machine -Made Precast Concrete Box Culvert Fabrication and Plant Qualification." 2.2. Design. 2.2.1. General. The class and D-load equivalents are shown in Table 1. Furnish arch pipe in accordance with ASTM C506 and the dimensions shown in Table 2. Furnish horizontal elliptical pipe in accordance with ASTM C507 and the dimensions shown in Table 3. For arch pipe and horizontal elliptical pipe the minimum height of cover required is 1 ft. Table 1 Circular Pipe ASTM C76 & ASTM C655 Class D-Load 1 800 11 1,000 Ill 1,350 IV 2,000 V 3,000 Table 2 Arch Pipe Design Size Equivalent Diameter in. Rise in. Span in. 1 18 13-1 /2 22 2 21 15-1 /2 26 3 24 18 28-1 /2 4 30 22-1 /2 36-1 A 5 36 26-5/8 43-3A 6 42 31-5/16 51-1 /8 7 48 36 58-1 /2 8 54 40 65 9 60 45 73 10 72 54 88 654 464 Table 3 Horizontal Elliptical Pipe Design Size Equivalent Diameter in. Rise in. Span in. 1 18 14 23 2 24 19 30 3 27 22 34 4 30 24 38 5 33 27 42 6 36 29 45 7 39 32 49 8 42 34 53 9 48 38 60 10 54 43 68 2.2.2. Jacking, Boring, or Tunneling. Design pipe for jacking, boring, or tunneling considering the specific installation conditions such as the soil conditions, installation methods, anticipated deflection angles, and jacking stresses. Provide design notes and drawings signed and sealed by a Texas licensed professional engineer when requested. 2.3. Marking. Furnish each section of reinforced concrete pipe marked with the following information specified in DMS-7310, "Reinforced Concrete Pipe and Machine -Made Precast Concrete Box Culvert Fabrication and Plant Qualification." ■ class or D-load of pipe, ■ ASTM designation, ■ date of manufacture, ■ pipe size, ■ name or trademark of fabricator and plant location, ■ designated fabricator's approval stamp, ■ pipe to be used for jacking and boring (when applicable), and ■ designation "SR" for pipe meeting sulfate -resistant concrete plan requirements (when applicable). Clearly mark 1 end of each section during the process of manufacture or immediately thereafter for pipe with elliptical reinforcement. Mark the pipe on the inside and outside of opposite walls to show the location of the top or bottom of the pipe as it should be installed unless the external shape of the pipe is such that the correct position of the top and bottom is obvious. Mark the pipe section by indenting or painting with waterproof paint. 2.4. Inspection. Provide access for inspection of the finished pipe at the project site before and during installation. 2.5. Causes for Rejection. Individual section of pipe may be rejected for any of the conditions stated in the Annex of DMS-7310, "Reinforced Concrete Pipe and Machine -Made Precast Concrete Box Culvert Fabrication and Plant Qualification." 2.6. Repairs. Make repairs if necessary as stated in the Annex of DMS-7310, "Reinforced Concrete Pipe and Machine -Made Precast Concrete Box Culvert Fabrication and Plant Qualification." 2.7. Jointing Materials. Use any of the following materials for the making of joints unless otherwise shown on the plans. Furnish a manufacturer's certificate of compliance for all jointing materials except mortar. 2.7.1. Mortar. Provide mortar for joints that meets the requirements of Section 464.3.3., "Jointing." 2.7.2. Cold -Applied, Plastic Asphalt Sewer Joint Compound. Provide a material that consists of natural or processed asphalt base, suitable volatile solvents, and inert filler. Ensure the consistency is such that the ends of the pipe can be coated with a layer of the compound up to 1/2 in. thick by means of a trowel. Provide 655 464 a joint compound that cures to a firm, stiff plastic condition after application. Provide a material of a uniform mixture. Stir any small separation found in the container into a uniform mix before using. Provide a material that meets the requirements of Table 4 when tested in accordance with Tex-526-C. Table 4 Cold -Applied, Plastic Asphalt Sewer Joint Compound Material Requirements Composition Analysis Asphalt base, 100%—% volatiles—% ash, % by weight 28-45 Volatiles, 212°F evaporation, 24 hr., % by weight 10-26 Mineral matter, determined as ash, % by weight 30-55 Consistency, cone penetration, 150 q, 5 sec., 77°F 150-275 2.7.3. Rubber Gaskets. Provide gaskets that conform to ASTM C1619 Class A or C. Meet the requirements of ASTM C443 for design of the pipe joints and permissible variations in dimensions. 2.7.4. Pre -Formed Flexible Joint Sealants. Pre -formed flexible joint sealants may be used for sealing joints of tongue -and -groove concrete pipe. Provide flexible joint sealants that meet the requirements of ASTM C990. Use flexible joint sealants that do not depend on oxidizing, evaporating, or chemical action for its adhesive or cohesive strength. Supply in extruded rope form of suitable cross-section. Provide a size of the pre -formed flexible joint sealant in accordance with the manufacturer's recommendations and large enough to properly seal the joint. Protect flexible joint sealants with a suitable wrapper able to maintain the integrity of the jointing material when the wrapper is removed. 3. CONSTRUCTION 3.1. Excavation, Shaping, Bedding, and Backfill. Excavate, shape, bed, and backfill in accordance with Item 400, "Excavation and Backfill for Structures," except where jacking, boring, or tunneling methods are permitted. Jack, bore, or tunnel the pipe in accordance with Item 476, "Jacking, Boring, or Tunneling Pipe or Box." Immediate backfilling is permitted if joints consist of materials other than mortar. Take special precautions in placing and compacting the backfill to avoid any movement of the pipe or damage to the joints. Do not use heavy earth -moving equipment to haul over the structure until a minimum of 4 ft. of permanent or temporary compacted fill has been placed over the structure unless otherwise shown on the plans or permitted in writing. Remove and replace pipe damaged by the Contractor at no expense to the Department. 3.2. Laying Pipe. Start the laying of pipe on the bedding at the outlet end with the spigot or tongue end pointing downstream, and proceed toward the inlet end with the abutting sections properly matched, true to the established lines and grades unless otherwise authorized. Fit, match, and lay the pipe to form a smooth, uniform conduit. Cut cross trenches in the foundation to allow the barrel of the pipe to rest firmly upon the bedding where bell -and -spigot pipe is used. Cut cross trenches no more than 2 in. larger than the bell ends of the pipe. Lower sections of pipe into the trench without damaging the pipe or disturbing the bedding and the sides of the trench. Carefully clean the ends of the pipe before the pipe is placed. Prevent the earth or bedding material from entering the pipe as it is laid. Lay the pipe in the trench, when elliptical pipe with circular reinforcing or circular pipe with elliptical reinforcing is used, so the markings for the top or bottom are not more than 5° from the vertical plane through the longitudinal axis of the pipe. Remove and re -lay, without extra compensation, pipe that is not in alignment or shows excessive settlement after laying. Lay multiple lines of reinforced concrete pipe with the centerlines of the individual barrels parallel. Use the clear distances between outer surfaces of adjacent pipes shown in Table 5 unless otherwise shown on the plans. Use the equivalent diameter from Table 2 or Table 3 for arch pipe or horizontal elliptical pipe to determine the clear distance requirement in Table 5. 656 464 Table 5 Minimum Clear Distance between Pipes Equivalent Diameter Min Clear Distance 18 in. 9 in. 24 in. 11 in. 30 in. 1 ft. 1 in. 36 in. 1 ft. 3 in. 42 in. 1 ft. 5 in. 48 in. 1 ft. 7 in. 54 in. 1 ft. 11 in. 60 to 84 in. 2 ft. 3.3. Jointing. Make available an appropriate rolling device similar to an automobile mechanic's "creeper" for conveyance through small -size pipe structures. 3.3.1. Joints Sealed with Hydraulic Cement Mortar. Use Type S mortar meeting the requirements of ASTM C270. Clean and wet the pipe ends before making the joint. Plaster the lower half of the bell or groove and the upper half of the tongue or spigot with mortar. Pack mortar into the joint from both inside and outside the pipe after the pipes are tightly jointed. Finish the inside smooth and flush with adjacent joints of pipe. Form a bead of semicircular cross-section over tongue -and -groove joints outside the pipe, extending at least 1 in. on each side of the joint. Form the mortar for bell -and -spigot joints to a 45' fillet between the outer edge of the bell and the spigot. Cure mortar joints by keeping the joints wet for at least 48 hr. or until the backfill has been completed, whichever comes first. Place fill or backfill once the mortar jointing material has cured for at least 6 hr. Conduct jointing only when the atmospheric temperature is above 40°F. Protect mortared joints against freezing by backfilling or other approved methods for at least 24 hr. Driveway culverts do not require mortar banding on the outside of the pipe. Furnish pipes, with approval, that are large enough for a person to enter with the groove between 1/2 in. and 3/4 in. longer than the tongue. Such pipe may be laid and backfilled without mortar joints. Clean the space on the interior of the pipe between the end of the tongue and the groove of all foreign material, thoroughly wet and fill with mortar around the entire circumference of the pipe, and finish flush after the backfilling has been completed. 3.3.2. Joints Using Cold -Applied, Plastic Asphalt Sewer Joint Compound. Ensure both ends of the pipes are clean and dry. Trowel or otherwise place a 1/2—in. thick layer of the compound in the groove end of the pipe covering at least 2/3 of the joint face around the entire circumference. Shove home the tongue end of the next pipe with enough pressure to make a tight joint. Remove any excess mastic projecting into the pipe after the joint is made. Backfill after the joint has been inspected and approved. 3.3.3. Joints Using Rubber Gaskets. Make the joint assembly according to the recommendations of the gasket manufacturer. Make joints watertight when using rubber gaskets. Backfill after the joint has been inspected and approved. 3.3.4. Joints Using Pre -Formed Flexible Joint Sealants. Install pre -formed flexible joint sealants in accordance with the manufacturer's recommendations. Place the joint sealer so no dirt or other deleterious materials come in contact with the joint sealing material. Pull or push home the pipe with enough force to properly seal the joint. Remove any joint material pushed out into the interior of the pipe that would tend to obstruct the flow. Store pre -formed flexible joint sealants in an area warmed naturally or artificially to above 70OF in an approved manner when the atmospheric temperature is below 60°F. Apply flexible joint sealants to pipe joints immediately before placing pipe in trench, and connect pipe to previously laid pipe. Backfill after the joint has been inspected and approved. 3.4. Connections and Stub Ends. Make connections of concrete pipe to existing pipes, pipe storm drains, or storm drain appurtenances as shown on the plans. Mortar or concrete the bottom of existing structures if necessary to eliminate any drainage pockets created by the connections. Repair any damage to the existing structure resulting from making the connections. 657 464 Make connections between concrete pipe and corrugated metal pipe with a suitable concrete collar and a minimum thickness of 4 in. unless otherwise shown on the plans. Finish stub ends for connections to future work not shown on the plans by installing watertight plugs into the free end of the pipe. Fill lift holes with concrete, mortar, or precast concrete plugs after the pipe is in place. 4. MEASUREMENT This Item will be measured by the foot. Measurement will be made between the ends of the pipe barrel along the flow line, not including safety end treatments. Safety end treatments will be measured in accordance with Item 467, "Safety End Treatment." Pipe that will be jacked, bored, or tunneled will be measured in accordance with Item 476, "Jacking, Boring, or Tunneling Pipe or Box." Measurement of spurs, branches, or new connecting pipe will be made from the intersection of the flow line with the outside surface of the pipe into which it connects. Where inlets, headwalls, catch basins, manholes, junction chambers, or other structures are included in lines of pipe, the length of pipe tying into the structure wall will be included for measurement, but no other portion of the structure length or width will be included. For multiple pipes, the measured length will be the sum of the lengths of the barrels. This is a plans quantity measurement Item. The quantity to be paid is the quantity shown in the proposal unless modified by Article 9.2., "Plans Quantity Measurement." Additional measurements or calculations will be made if adjustments of quantities are required. 5. PAYMENT The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid for "Reinforced Concrete Pipe," "Reinforced Concrete Pipe (Arch)," or "Reinforced Concrete Pipe (Elliptical)" of the size and D-load specified or of the size and class specified. This price is full compensation for constructing, furnishing, transporting, placing, and joining pipes; shaping the bed; cutting pipes on skew or slope; connecting to new or existing structures; breaking back, removing, and disposing of portions of the existing structure; replacing portions of the existing structure; cutting pipe ends on skew or slope; and equipment, labor, tools, and incidentals. Protection methods for excavations greater than 5 ft. deep will be measured and paid for as required under Item 402, "Trench Excavation Protection," or Item 403, "Temporary Special Shoring." Excavation, shaping, bedding, and backfill will be paid for in accordance with Item 400, "Excavation and Backfill for Structures." When jacking, boring, or tunneling is used at the Contractor's option, payment will be made under this Item. When jacking, boring or tunneling is required, payment will be made under Item 476, "Jacking, Boring or Tunneling Pipe or Box." 658 465 Item 465 Junction Boxes, Manholes, and Inlets Texas Department of Transportation 1. DESCRIPTION Construct junction boxes, manholes, and inlets, complete in place or to the stage detailed, including furnishing and installing frames, grates, rings, and covers. 2. MATERIALS Furnish materials in accordance with the following: ■ Item 420, "Concrete Substructures," ■ Item 421, "Hydraulic Cement Concrete," ■ Item 440, 'Reinforcement for Concrete," and ■ Item 471, "Frames, Grates, Rings, and Covers." Cast -in -place junction boxes, manholes, inlets, risers, and appurtenances are acceptable unless otherwise shown. Alternate designs for cast -in -place items must be acceptable to the Engineer and must conform to functional dimensions and design loading. Alternate designs must be designed and sealed by a licensed professional engineer. 2.1. Concrete. Furnish Class H concrete as referenced in Item 421 "Hydraulic Cement Concrete," except that Mix Design Options 1-8 will be allowed for formed precast junction boxes, manholes, and inlets. Furnish concrete per DMS-7310, "Reinforced Concrete Pipe and Machine -Made Precast Concrete Box Culvert Fabrication and Plant Qualification," for machine -made precast junctions boxes, manholes, and inlets. Furnish Class C concrete for cast -in -place manholes and inlets unless otherwise shown on the plans. 2.2. Mortar. Furnish mortar conforming to DMS-4675, "Cementitious Grouts and Mortars for Miscellaneous Applications." 2.3. Timber. Provide sound timber that is a minimum of 3 in. nominal thickness and reasonably free of knots and warps for temporary covers when used with Stage I construction (see Article 465.3., "Construction"). 2.4. Other Materials. Use commercial -type hardware as approved. 3. CONSTRUCTION Construct all types of junction boxes, manholes, and inlets either complete or in 2 stages, described as Stage I and Stage 11. Construct the Stage I portion of junction boxes, manholes, and inlets as shown on the plans or as specified in this Item. Furnish and install a temporary cover as approved. Furnish and install the storm drain pipe and a temporary plug for the exposed end of the storm drain pipe from the storm drain to a point below the top of curb indicated on the plans for Stage I construction of cast iron or steel inlet units. Construct Stage II after the pavement structure is substantially complete unless otherwise approved. Construct the remaining wall height and top of junction box, manhole, or inlet for Stage 11, and furnish and install any frames, grates, rings and covers, curb beams, or collecting basins required. 659 465 Construct cast -in -place junction boxes, manholes, and inlets in accordance with Item 420, "Concrete Substructures." Forms will be required for all concrete walls. Outside wall forms for cast -in -place concrete may be omitted with approval if the surrounding material can be trimmed to a smooth vertical face. 3.1. Precast Junction Boxes, Manholes, and Inlets. Construct formed precast junction boxes, manholes, and inlets in accordance with Item 420, "Concrete Substructures," except as otherwise noted in this Item. Construct machine -made precast junction boxes, manholes, and inlets in accordance with ASTM C478 except as otherwise noted in this Item. Mix and place concrete for machine -made junction boxes, manholes, and inlets per the requirements of DMS-7310, "Reinforced Concrete Pipe and Machine -Made Precast Concrete Box Culvert Fabrication and Plant Qualification." Conform to the product permissible variations and rejection criteria stated in ASTM C478 for machine -made precast junction boxes, manholes, and inlets. Cure all precast units in accordance with Item 424, "Precast Concrete Structural Members (Fabrication)." Multi -project fabrication plants as defined in Item 424 "Precast Concrete Structural Members (Fabrication)," that produce manholes and inlets will be approved by the Construction Division in accordance with DMS-7340, "Qualification Procedure for Multi -Project Fabrication Plants of Precast Concrete Junction Boxes, Manholes and Inlets." The Department's MPL has a list of approved multi -project plants. 3.1.1. Lifting Holes. Provide no more than 4 lifting holes in each section for precast units. Lifting holes may be cast, cut into fresh concrete after form removal, or drilled. Provide lifting holes large enough for adequate lifting devices based on the size and weight of the section. The maximum hole diameter is 3 in. at the inside surface of the wall and 4 in. at the outside surface. Cut no more than 5 in. in any direction of reinforcement per layer for lifting holes. Repair spalled areas around lifting holes. 3.1.2. Marking. Clearly mark each precast junction box, manhole, and inlet unit with the following information: ■ name or trademark of fabricator and plant location; ■ product designation; ■ ASTM designation (if applicable); ■ date of manufacture; ■ designated fabricator's approval stamp; and ■ designation "SR" for product meeting sulfate -resistant concrete plan requirements (when applicable). 3.1.3. Storage and Shipment. Store precast units on a level surface. Do not ship units until design strength requirements have been met. 3.2. Excavation, Shaping, Bedding, and Backfill. Excavate, shape, bed, and backfill in accordance with Item 400, "Excavation and Backfill for Structures." Immediate backfilling is permitted for all junction box, manhole, and inlet structures where joints consist of rubber boots, rubber gaskets, or bulk or preformed joint sealant. Take precautions in placing and compacting the backfill to avoid any movement of junction boxes, manholes, and inlets. Remove and replace junction boxes, manholes, and inlets damaged by the Contractor at no expense to the Department. 3.3. Junction Boxes, Manholes, and Inlets for Precast Concrete Pipe Storm Drains. Construct junction boxes, manholes, and inlets for precast concrete pipe storm drains before completion of storm drain lines into or through the junction box, manhole, or inlet. Neatly cut all storm drains at the inside face of the walls of the junction box, manhole, or inlet. 3.4. Junction Boxes, Manholes, and Inlets for Box Storm Drains. Place bases or risers of junction boxes, manholes, and inlets for box storm drains before or in conjunction with placement of the storm drain. Backfill the junction box, manhole, or inlet and storm drain as a whole. 3.5. Inverts. Shape and route floor inverts passing out or through the junction box, manhole, or inlet as shown on the plans. Shape by adding and shaping mortar or concrete after the base is placed or by placing the required additional material with the base. 660 465 3.6. Finishing Complete Junction Boxes, Manholes, and Inlets. Complete junction boxes, manholes, and inlets in accordance with the plans. Backfill to original ground elevation in accordance with Item 400, "Excavation and Backfill for Structures." 3.7. Finishing Stage I Construction. Complete Stage I construction by constructing the walls to the elevations shown on the plans and backfilling to required elevations in accordance with Item 400, "Excavation and Backfill for Structures." 3.8. Stage II Construction. Construct subgrade and base course or concrete pavement construction over Stage I junction box, manhole, or inlet construction unless otherwise approved. Excavate to expose the top of Stage I construction and complete the junction box, manhole or inlet in accordance with the plans and these Specifications, including backfill and cleaning of all debris from the bottom of the junction box, manhole, or inlet. 3.9. Inlet Units. Install cast iron or steel inlet units in conjunction with the construction of concrete curb and gutter. Set the inlet units securely in position before placing concrete for curb and gutter. Form openings for the inlets and recesses in curb and gutter as shown on the plans. Place and thoroughly consolidate concrete for curb and gutter adjacent to inlets and around the inlet castings and formed openings and recesses without displacing the inlet units. 4. MEASUREMENT All junction boxes, manholes, and inlets satisfactorily completed in accordance with the plans and specifications will be measured by each junction box, manhole, or inlet, complete, or by each junction box, manhole, or inlet completed to the stage of construction required by the plans. 5. PAYMENT The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for as follows: 5.1. Complete Manholes. Payment for complete manholes will be made at the unit price bid for "Manhole (Complete)" of the type specified. 5.2. Complete Inlets. Payment for inlets will be made at the unit price bid for "Inlet (Complete)," of the type specified. 5.3. Complete Junction Boxes. Payment for junction boxes will be made at the unit price bid for "Junction Box (Complete)" of the type specified. 5.4. Manholes Stage I. Payment for Manholes, Stage I, will be made at the unit price bid for each "Manhole (Stage 1)" of the type specified. 5.5. Manholes Stage II. Payment for Manholes, Stage 11, will be made at the unit price bid for each "Manhole (Stage 11)" of the type specified. 5.6. Inlets Stage I. Payment for Inlets, Stage I, will be made at the unit price bid for each "Inlet (Stage 1)" of the type specified. 5.7. Inlets Stage II. Payment for Inlets, Stage 11, will be made at the unit price bid for each "Inlet (Stage 11)" of the type specified. 5.8. Junction Boxes Stage I. Payment for Junction Boxes, Stage 1, will be made at the unit price bid for each "Junction Box (Stage 1)" of the type specified. 661 465 5.9. Junction Boxes Stage II. Payment for Junction Boxes, Stage 11, will be made at the unit price bid for each "Junction Box (Stage ll)" of the type specified. This price is full compensation for concrete, reinforcing steel, mortar, frames, grates, rings and covers, excavation, and backfill and for all other materials, tools, equipment, labor, and incidentals. 662 466 Item 466 Headwalls and Wingwalls DESCRIPTION Texas Department of Transportation Furnish, construct, and install concrete headwalls and wingwalls for drainage structures and underpasses. 2. MATERIALS 2.1. General. Furnish materials in accordance with the following. ■ Item 420, "Concrete Substructures," ■ Item 421, "Hydraulic Cement Concrete," and ■ Item 440, 'Reinforcement for Concrete." Use Class C concrete for cast -in -place and precast concrete units unless otherwise shown on the plans. Furnish cast -in -place or precast headwalls and wingwalls unless otherwise shown on the plans. 2.2. Fabrication. 2.2.1. General. Fabricate cast -in -place concrete units and precast units in accordance with Item 420 "Concrete Substructures." Use the following definitions for headwalls and wingwalls: ■ "Headwalls" refers to all walls, including wings, at the ends of single -barrel and multiple -barrel pipe culvert structures. ■ "Wingwalls" refers to all walls at the ends of single -barrel or multiple -barrel box culvert structures. 2.2.2. Lifting Holes. Provide no more than 4 lifting holes in each section for precast units. Lifting holes may be cast, cut into fresh concrete after form removal, or drilled. Provide lifting holes large enough for adequate lifting devices based on the size and weight of the section. The maximum hole diameter is 3 in. at the inside surface of the wall and 4 in. at the outside surface. Cut no more than 1 longitudinal wire or 2 circumferential wires per layer of reinforcing steel when locating lift holes. Repair spalled areas around lifting holes. 2.2.3. Marking. Clearly mark each precast unit before shipment from the casting or fabrication yard with the following: ■ the date of manufacture, ■ the name or trademark of the manufacturer, and ■ the type and size designation. 2.2.4. Storage and Shipment. Store precast units on a level surface. Do not place any loads on precast concrete units until design strength is reached. Do not ship units until design strength requirements have been met. 2.2.5. Causes for Rejection. Precast units may be rejected for not meeting any one of the specification requirements. Individual units may also be rejected for fractures or cracks passing through the wall or surface defects indicating honeycombed or open texture surfaces. Remove rejected units from the project, and replace them with acceptable units meeting the requirements of this Item. 2.2.6. Defects and Repairs. Occasional imperfections in manufacture or accidental damage sustained during handling may be repaired. The repaired units will be acceptable if they conform to the requirements of this Item and the repairs are sound, properly finished, and cured in conformance with pertinent specifications. 663 466 3. CONSTRUCTION 3.1. General. Remove portions of existing structures and drill, dowel, and grout in accordance with Item 420, "Concrete Substructures." 3.2. Excavation, Shaping, Bedding, and Backfill. Excavate, shape, bed, and backfill in accordance with Item 400, "Excavation and Backfill for Structures." Take special precautions in placing and compacting the backfill to avoid any movement or damage to the units. Bed precast units on foundations of firm and stable material accurately shaped to conform to the bases of the units. 3.3. Placement of Precast Units. Provide adequate means to lift and place the precast units. Fill lifting holes with mortar or concrete and cure. Precast concrete or mortar plugs may be used. 3.4. Connections. Make connections to new or existing structures in accordance with the details shown on the plans. Furnish jointing material in accordance with Item 464, `Reinforced Concrete Pipe," or as shown on the plans. Remove a length of the existing pipe from the headwall to the joint when removing existing headwalls as shown on the plans or as approved. Re -lay the removed pipe if approved, or furnish and lay a length of new pipe. 4. MEASUREMENT This is a plans quantity measurement item. The quantity to be paid is the quantity shown in the proposal unless modified by Article 9.2., "Plans Quantity Measurement." Additional measurements or calculations will be made if adjustments of quantities are required. 4.1. Headwalls. Headwalls will be measured by each end of a structure. 4.2. Wingwalls. Wingwalls will be measured by one of the following methods: 4.2.1. Square Foot. Wingwalls will be measured by the square foot of the front surface area of the wall of each type. The area will be measured from the top of the footing or apron to the top of the wall unless otherwise shown on the plans. If there is no footing or apron, then measurement is from the bottom of the wall. 4.2.2. Each. Wingwalls will be measured by each end of a structure. 5. PAYMENT The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the price bid for "Headwalls" of the type and pipe size (diameter or design) specified, "Wingwalls" of the type specified when measurement is by the square foot, or "Wingwalls" of the type and wall height specified when measurement is by each. For payment purposes, the wingwall height will be rounded to the nearest foot. All wingwalls and headwalls of the same type will be paid for equally when skew does not affect the type. This price is full compensation for constructing, furnishing, transporting, and installing the headwalls or wingwalls; connecting to existing structure; breaking back, removing and disposing of portions of the existing structure, and replacing portions of the existing structure as required to make connections; excavation and backfill; and concrete, reinforcing steel, corrugated metal pipe or reinforced concrete pipe, equipment, labor, tools, and incidentals. Apron concrete or riprap between or around the wingwalls of single- or multiple -barrel box culvert structures will be measured and paid for in accordance with Item 432, "Riprap." The removal and re-laying of existing pipe or the furnishing of new pipe to replace existing pipe will not be paid for directly but will be considered subsidiary to this Item. 664 496 Item 496 Removing Structures ,Texas Department of Transportation 1. DESCRIPTION Remove and either dispose of or salvage structures. 2. CONSTRUCTION 2.1. Demolition Plans. Follow the demolition sequence shown on the plans for bridge structures to be removed, or submit a demolition plan if indicated on the plans. Include in the required demolition plan the type and location of equipment to be used, the method and sequence of removal of the structural elements, and a narrative indicating the stability of the partially demolished structure is maintained throughout the demolition process. Have these plans signed and sealed by a licensed professional engineer when demolished structure intersects active roadways and as otherwise shown on the plans. Submit required demolition plans at least 14 days before starting work unless otherwise directed. Department approval of these plans is not required, but the Department reserves the right to request modifications to the plans when work could affect the safety of the traveling public and when around other transportation facilities to remain in place. Notify the Department 30 days before starting any bridge demolition work to allow for required notifications to other agencies. 2.2. Removal. 2.2.1. Pipes. Avoid damaging appurtenances determined by the Engineer to be salvageable. 2.2.2. Concrete, Brick, or Stone Structures. Portions of structures that will not interfere with the proposed construction may remain in place 2 ft. or more below the permanent ground line. Square off remaining structures and cut reinforcement flush with the surface of the concrete. 2.2.3. Steel Structures. Dismantle steel to be retained by the Department or re -erected by cold -cutting fastener heads and punching or drilling the remaining portion of the fastener, air -arc gouging welded connections, and flame -cutting beams along a straight line. The Engineer may approve other methods of cutting. Cut beams at the locations shown on the plans. Match -mark steel to be re -erected with paint in accordance with the erection drawings. Remove steel piles or cut off 2 ft. or more below the permanent ground line. 2.2.4. Timber Structures. Remove all fasteners from timber determined by the engineer to be salvageable. Remove timber piles or cut off 2 ft. or more below the permanent ground line. 2.3. Salvage. Avoid damage to materials shown on the plans to be salvaged. Deliver materials to be retained by the Department to the location shown on the plans. Block up salvaged steel materials off the ground. 2.4. Disposal. Material removed that is not deemed to be salvageable is the property of the Contractor. Dispose of removed material off the right of way in accordance with federal, state, and local regulations. 2.5. Backfill. Backfill excavation and voids to the original ground line if resulting from the removal of structures. Place backfill that will support any portion of the roadbed or embankment to the same requirements for placing embankment. Backfill other areas in 10 in. layers, loose measurement, and compact to the density of adjacent undisturbed material. 3. MEASUREMENT This Item will be measured by each structure or by the foot. 694 496 4. PAYMENT The work performed in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid for `Removing Structures" of the type of structure specified. This price is full compensation for demolition plan preparation, loading, hauling, disposal, stockpiling, removal of appurtenances, excavation and backfill, equipment, labor, tools, and incidentals. 695 502 Item 502 epart Barricades, Signs, and Traffic Handling Texas t Dmen of Transportation 1. DESCRIPTION Provide, install, move, replace, maintain, clean, and remove all traffic control devices shown on the plans and as directed. 2. CONSTRUCTION Comply with the requirements of Article 7.2., "Safety." Implement the traffic control plan (TCP) shown on the plans. Install traffic control devices straight and plumb. Make changes to the TCP only as approved. Minor adjustments to meet field conditions are allowed. Submit Contractor -proposed TCP changes, signed and sealed by a licensed professional engineer, for approval. The Engineer may develop, sign, and seal Contractor -proposed changes. Changes must conform to guidelines established in the TMUTCD using approved products from the Department's Compliant Work Zone Traffic Control Device List. Maintain traffic control devices by taking corrective action when notified. Corrective actions include, but are not limited to, cleaning, replacing, straightening, covering, and removing devices. Maintain the devices such that they are properly positioned and spaced, legible, and have retroreflective characteristics that meet requirements day or night and in all weather conditions. The Engineer may authorize or direct in writing the removal or relocation of project limit advance warning signs. When project limit advance warning signs are removed before final acceptance, provide traffic control in accordance with the TMUTCD for minor operations as approved. Remove all traffic control devices upon completion of the work as shown on the plans or as directed. 3. MEASUREMENT Barricades, Signs, and Traffic Handling will be measured by the month. Law enforcement personnel with patrol vehicles will be measured by the hour for each person. 4. PAYMENT 4.1. Barricades, Signs, and Traffic Handling. Except for Contracts with callout work and work orders, the work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid for "Barricades, Signs, and Traffic Handling." This price is full compensation for installation, maintenance, adjustments, replacements, removal, materials, equipment, labor, tools, and incidentals. The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid for "Barricades, Signs, and Traffic Handling." This price is full compensation for installation, maintenance, adjustments, replacements, removal, materials, equipment, labor, tools, and incidentals. 703 502 When the plans establish pay items for particular work in the TCP, that work will be measured and paid under pertinent Items. 4.1.1. Initiation of Payment. Payment for this Item will begin on the first estimate after barricades, signs, and traffic handling devices have been installed in accordance with the TCP and construction has begun. 4.1.2. Paid Months. Monthly payment will be made each succeeding month for this Item provided the barricades, signs, and traffic handling devices have been installed and maintained in accordance with the TCP until the Contract amount has been paid. If, within the time frame established by the Engineer, the Contractor fails to provide or properly maintain signs and barricades in compliance with the Contract requirements, as determined by the Engineer, the Contractor will be considered in noncompliance with this Item. No payment will be made for the months in question, and the total final payment quantity will be reduced by the number of months the Contractor was in noncompliance. 4.1.3. Maximum Total Payment Before Acceptance. The total payment for this Item will not exceed 10% of the total Contract amount before final acceptance in accordance with Article 5.12., "Final Acceptance." The remaining balance will be paid in accordance with Section 502.4.1.5., `Balance Due." 4.1.4. Total Payment Quantity. The quantity paid under this Item will not exceed the total quantity shown on the plans except as modified by change order and as adjusted by Section 502.4.1.2., "Paid Months." An overrun of the plans quantity for this Item will not be allowed for approving designs; testing; material shortages; closed construction seasons; curing periods; establishment, performance, test, and maintenance periods; failure to complete the work in the number of months allotted; nor delays caused directly or indirectly by requirements of the Contract. 4.1.5. Balance Due. The remaining unpaid months of barricades less non-compliance months will be paid on final acceptance of the project, if all work is complete and accepted in accordance with Article 5.12., "Final Acceptance." 4.1.6. Contracts with Callout Work and Work Orders. The work performed and the materials furnished with this Item and measured as provided under "Measurement," will be considered subsidiary to pertinent Items, except for federally funded Contracts. 4.2. Law Enforcement Personnel. The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement," will be paid by Contractor force account for "Law Enforcement Personnel." This price is full compensation for furnishing all labor, materials, supplies, equipment, patrol vehicle, fees, and incidentals necessary to complete the work as directed. 704 506 Item 506 Temporary Erosion and Environmental Sedimentation, Texas Department Controls of Transportation 1. DESCRIPTION Install, maintain, and remove erosion, sedimentation, and environmental control measures to prevent or reduce the discharge of pollutants in accordance with the Storm Water Pollution Prevention Plan (SWP3) on the plans and the Texas Pollutant Discharge Elimination System (TPDES) General Permit TXR150000. Control measures are defined as Best Management Practices used to prevent or reduce the discharge of pollutants. Control measures include, but are not limited to, rock filter dams, temporary pipe slope drains, temporary paved flumes, construction exits, earthwork for erosion control, pipe, construction perimeter fence, sandbags, temporary sediment control fence, biodegradable erosion control logs, vertical tracking, temporary or permanent seeding, and other measures. Erosion and sediment control devices must be selected from the Erosion Control Approved Products or Sediment Control Approved Products lists. Perform work in a manner to prevent degradation of receiving waters, facilitate project construction, and comply with applicable federal, state, and local regulations. Ensure the installation and maintenance of control measures is performed in accordance with the manufacturer's or designer's specifications. Provide the Contractor Certification of Compliance before performing SWP3 or soil disturbing activities. By signing the Contractor Certification of Compliance, the Contractor certifies they have read and understand the requirements applicable to this project pertaining to the SWP3, the plans, and the TPDES General Permit TXR150000. The Contractor is responsible for any penalties associated with non-performance of installation or maintenance activities required for compliance. Ensure the most current version of the certificate is executed for this project. 2. MATERIALS Furnish materials in accordance with the following: ■ Item 161, "Compost," ■ Item 432, "Riprap," and ■ Item 556, "Pipe Underdrains." 2.1. Rock Filter Dams. 2.1.1. Aggregate. Furnish aggregate with approved hardness, durability, cleanliness, and resistance to crumbling, flaking, and eroding. Provide the following: ■ Types 1, 2, and 4 Rock Filter Dams. Use 3 to 6 in. aggregate. ■ Type 3 Rock Filter Dams. Use 4 to 8 in. aggregate. 2.1.2. Wire. Provide minimum 20 gauge galvanized wire for the steel wire mesh and tie wires for Types 2 and 3 rock filter dams. Type 4 dams require: ■ a double -twisted, hexagonal weave with a nominal mesh opening of 2-1/2 X 3-1/4 in.; ■ minimum 0.0866 in. steel wire for netting; ■ minimum 0.1063 in. steel wire for selvages and corners; and ■ minimum 0.0866 in. for binding or tie wire. 2.1.3. Sandbag Material. Furnish sandbags meeting Section 506.2.8., "Sandbags," except that any gradation of aggregate may be used to fill the sandbags. 707 506 2.2. Temporary Pipe Slope Drains. Provide corrugated metal pipe, polyvinyl chloride (PVC) pipe, flexible tubing, watertight connection bands, grommet materials, prefabricated fittings, and flared entrance sections that conform to the plans. Recycled and other materials meeting these requirements are allowed if approved. Furnish concrete in accordance with Item 432, "Riprap." 2.3. Temporary Paved Flumes. Furnish asphalt concrete, hydraulic cement concrete, or other comparable non -erodible material that conforms to the plans. Provide rock or rubble with a minimum diameter of 6 in. and a maximum volume of 1/2 cu. ft. for the construction of energy dissipaters. 2.4. Construction Exits. Provide materials that meet the details shown on the plans and this Section. 2.4.1. Rock Construction Exit. Provide crushed aggregate for long- and short-term construction exits. Furnish aggregates that are clean, hard, durable, and free from adherent coatings such as salt, alkali, dirt, clay, loam, shale, soft or flaky materials, and organic and injurious matter. Use 4- to 8-in. aggregate for Type 1. Use 2- to 4-in. aggregate for Type 3. 2.4.2. Timber Construction Exit. Furnish No. 2 quality or better railroad ties and timbers for long-term construction exits, free of large and loose knots and treated to control rot. Fasten timbers with nuts and bolts or lag bolts, of at least 1/2 in. diameter, unless otherwise shown on the plans or allowed. Provide plywood or pressed wafer board at least 1/2 in. thick for short-term exits. 2.4.3. Foundation Course. Provide a foundation course consisting of flexible base, bituminous concrete, hydraulic cement concrete, or other materials as shown on the plans or directed. 2.5. Embankment for Erosion Control. Provide rock, loam, clay, topsoil, or other earth materials that will form a stable embankment to meet the intended use. 2.6. Pipe. Provide pipe outlet material in accordance with Item 556, 'Pipe Underdrains," and details shown on the plans. 2.7. Construction Perimeter Fence. 2.7.1. Posts. Provide essentially straight wood or steel posts that are at least 60 in. long. Furnish soft wood posts with a minimum diameter of 3 in., or use nominal 2 x 4 in. boards. Furnish hardwood posts with a minimum cross-section of 1-1/2 x 1-1/5 in. Furnish T- or L-shaped steel posts with a minimum weight of 1.25 lb. per foot. 2.7.2. Fence. Provide orange construction fencing as approved. 2.7.3. Fence Wire. Provide 14 gauge or larger galvanized smooth or twisted wire. Provide 16 gauge or larger tie wire. 2.7.4. Flagging. Provide brightly -colored flagging that is fade -resistant and at least 3/4 in. wide to provide maximum visibility both day and night. 2.7.5. Staples. Provide staples with a crown at least 1/2 in. wide and legs at least 1/2 in. long. 2.7.6. Used Materials. Previously used materials meeting the applicable requirements may be used if approved. 2.8. Sandbags. Provide sandbag material of polypropylene, polyethylene, or polyamide woven fabric with a minimum unit weight of 4 oz. per square yard, a Mullen burst -strength exceeding 300 psi, and an ultraviolet stability exceeding 70%. Use natural coarse sand or manufactured sand meeting the gradation given in Table 1 to fill sandbags. Filled sandbags must be 24 to 30 in. long, 16 to 18 in. wide, and 6 to 8 in. thick. 708 506 Table 1 Sand Gradation Sieve Size Retained % by Weight) #4 Maximum 3% #100 Minimum 80% #200 Minimum 95% Aggregate may be used instead of sand for situations where sandbags are not adjacent to traffic. The aggregate size must not exceed 3/8 in. 2.9. Temporary Sediment Control Fence. Provide a net -reinforced fence using woven geo-textile fabric. Logos visible to the traveling public will not be allowed. 2.9.1. Fabric. Provide fabric materials in accordance with DMS-6230, `Temporary Sediment Control Fence Fabric." 2.9.2. Posts. Provide essentially straight wood or steel posts with a minimum length of 48 in., unless otherwise shown on the plans. Furnish soft wood posts at least 3 in. in diameter, or use nominal 2 x 4 in. boards. Furnish hardwood posts with a minimum cross-section of 1-1/2 x 1-1/2 in. Furnish T- or L-shaped steel posts with a minimum weight of 1.25 lb. per foot. 2.9.3. Net Reinforcement. Provide net reinforcement of at least 12.5 gauge (SWG) galvanized welded wire mesh, with a maximum opening size of 2 x 4 in., at least 24 in. wide, unless otherwise shown on the plans. 2.9.4. Staples. Provide staples with a crown at least 3/4 in. wide and legs 1/2 in. long. 2.9.5. Used Materials. Use recycled material meeting the applicable requirements if approved. 2.10. Biodegradable Erosion Control Logs. 2.10.1. Core Material. Furnish core material that is biodegradable or recyclable. Use compost, mulch, aspen excelsior wood fibers, chipped site vegetation, agricultural rice or wheat straw, coconut fiber, 100% recyclable fibers, or any other acceptable material unless specifically called out on the plans. Permit no more than 5% of the material to escape from the containment mesh. Furnish compost meeting the requirements of Item 161, "Compost." 2.10.2. Containment Mesh. Furnish containment mesh that is 100% biodegradable, photodegradable, or recyclable such as burlap, twine, UV photodegradable plastic, polyester, or any other acceptable material. Furnish biodegradable or photodegradable containment mesh when log will remain in place as part of a vegetative system. Furnish recyclable containment mesh for temporary installations. 2.10.3. Size. Furnish biodegradable erosion control logs with diameters shown on the plans or as directed. Stuff containment mesh densely so logs do not deform. 3. QUALIFICATIONS, TRAINING, AND EMPLOYEE REQUIREMENTS 3.1. Contractor Responsible Person Environmental (CRPE) Qualifications and Responsibilities. Provide and designate in writing at the preconstruction conference a CRPE and alternate CRPE who have overall responsibility for the storm water management program. The CRPE will implement storm water and erosion control practices; will oversee and observe storm water control measure monitoring and management; will monitor the project site daily and produce daily monitoring reports as long as there are BMPs in place or soil disturbing activities are evident to ensure compliance with the SWP3 and TPDES General Permit TXR150000. During time suspensions when work is not occurring or on contract non -work days, daily inspections are not required unless a rain event has occurred. The CRPE will provide recommendations on 709 506 how to improve the effectiveness of control measures. Attend the Department's preconstruction conference for the project. Ensure training is completed as identified in Section 506.3.3., "Training," by all applicable personnel before employees work on the project. Document and submit a list, signed by the CRPE, of all applicable Contractor and subcontractor employees who have completed the training. Include the employee's name, the training course name, and date the employee completed the training. Provide the most current list at the preconstruction conference or before SWP3 or soil disturbing activities. Update the list as needed and provide the updated list when updated. 3.2. Contractor Superintendent Qualifications and Responsibilities. Provide a superintendent that is competent, has experience with and knowledge of storm water management, and is knowledgeable of the requirements and the conditions of the TPDES General Permit TXR150000. The superintendent will manage and oversee the day to day operations and activities at the project site; work with the CRPE to provide effective storm water management at the project site; represent and act on behalf of the Contractor; and attend the Department's preconstruction conference for the project. 3.3. Training. All Contractor and subcontractor employees involved in soil disturbing activities, small or large structures, storm water control measures, and seeding activities must complete training as prescribed by the Department. 4. CONSTRUCTION 4.1. Contractor Responsibilities. Implement the SWP3 for the project site in accordance with the plans and specifications, TPDES General Permit TXR150000, and as directed. Coordinate storm water management with all other work on the project. Develop and implement an SWP3 for project -specific material supply plants within and outside of the Department's right of way in accordance with the specific or general storm water permit requirements. Prevent water pollution from storm water associated with construction activity from entering any surface water or private property on or adjacent to the project site. 4.2. Implementation. The CRPE, or alternate CRPE, must be accessible by phone and able to respond to project -related storm water management or other environmental emergencies 24 hr. per day. 4.2.1. Commencement. Implement the SWP3 as shown and as directed. Contractor -proposed recommendations for changes will be allowed as approved. Conform to the established guidelines in the TPDES General Permit TXR150000 to make changes. Do not implement changes until approval has been received and changes have been incorporated into the plans. Minor adjustments to meet field conditions are allowed and will be recorded in the SWP3. 4.2.2. Phasing. Implement control measures before the commencement of activities that result in soil disturbance. Phase and minimize the soil disturbance to the areas shown on the plans. Coordinate temporary control measures with permanent control measures and all other work activities on the project to assure economical, effective, safe, and continuous water pollution prevention. Provide control measures that are appropriate to the construction means, methods, and sequencing allowed by the Contract. Exercise precaution throughout the life of the project to prevent pollution of ground waters and surface waters. Schedule and perform clearing and grubbing operations so that stabilization measures will follow immediately thereafter if project conditions permit. Bring all grading sections to final grade as soon as possible and implement temporary and permanent control measures at the earliest time possible. Implement temporary control measures when required by the TPDES General Permit TXR150000 or otherwise necessitated by project conditions. Do not prolong final grading and shaping. Preserve vegetation where possible throughout the project, and minimize clearing, grubbing, and excavation within stream banks, bed, and approach sections. 4.3. General. 4.3.1. Temporary Alterations or Control Measure Removal. Altering or removal of control measures is allowed when control measures are restored within the same working day. 710 506 4.3.2. Stabilization. Initiate stabilization for disturbed areas no more than 14 days after the construction activities in that portion of the site have temporarily or permanently ceased. Establish a uniform vegetative cover or use another stabilization practice in accordance with the TPDES General Permit TXR150000. 4.3.3. Finished Work. Remove and dispose of all temporary control measures upon acceptance of vegetative cover or other stabilization practice unless otherwise directed. Complete soil disturbing activities and establish a uniform perennial vegetative cover. A project will not be considered for acceptance until a vegetative cover of 70% density of existing adjacent undisturbed areas is obtained or equivalent permanent stabilization is obtained in accordance with the TPDES General Permit TXR150000. An exception will be allowed in and areas as defined in the TPDES General Permit TXR150000. 4.3.4. Restricted Activities and Required Precautions. Do not discharge onto the ground or surface waters any pollutants such as chemicals, raw sewage, fuels, lubricants, coolants, hydraulic fluids, bitumens, or any other petroleum product. Operate and maintain equipment on -site to prevent actual or potential water pollution. Manage, control, and dispose of litter on -site such that no adverse impacts to water quality occur. Prevent dust from creating a potential or actual unsafe condition, public nuisance, or condition endangering the value, utility, or appearance of any property. Wash out concrete trucks only as described in the TPDES General Permit TXR150000. Use appropriate controls to minimize the offsite transport of suspended sediments and other pollutants if it is necessary to pump or channel standing water (i.e., dewatering). Prevent discharges that would contribute to a violation of Edwards Aquifer Rules, water quality standards, the impairment of a listed water body, or other state or federal law. 4.4. Installation, Maintenance, and Removal Work. Perform work in accordance with the SWP3, according to manufacturers' guidelines, and in accordance with the TPDES General Permit TXR150000. Install and maintain the integrity of temporary erosion and sedimentation control devices to accumulate silt and debris until soil disturbing activities are completed and permanent erosion control features are in place or the disturbed area has been adequately stabilized as approved. The Department will inspect and document the condition of the control measures at the frequency shown on the plans and will provide the Construction SWP3 Field Inspection and Maintenance Reports to the Contractor. Make corrections as soon as possible before the next anticipated rain event or within 7 calendar days after being able to enter the worksite for each control measure. The only acceptable reason for not accomplishing the corrections with the time frame specified is when site conditions are "Too Wet to Work." Take immediate action if a correction is deemed critical as directed. When corrections are not made within the established time frame, all work will cease on the project and time charges will continue while the control measures are brought into compliance. Commence work once the Engineer reviews and documents the project is in compliance. Commencing work does not release the Contractor of the liability for noncompliance of the SWP3, plans, or TPDES General Permit TXR150000. The Engineer may limit the disturbed area if the Contractor cannot control soil erosion and sedimentation resulting from the Contractor's operations. Implement additional controls as directed. Remove devices upon approval or as directed. Finish -grade and dress the area upon removal. Stabilize disturbed areas in accordance with the permit, and as shown on the plans or directed. Materials removed are considered consumed by the project. Retain ownership of stockpiled material and remove it from the project when new installations or replacements are no longer required. 4.4.1. Rock Filter Dams for Erosion Control. Remove trees, brush, stumps, and other objectionable material that may interfere with the construction of rock filter dams. Place sandbags as a foundation when required or at the Contractor's option. Place the aggregate to the lines, height, and slopes specified, without undue voids for Types 1, 2, 3, and 5. Place the aggregate on the mesh and then fold the mesh at the upstream side over the aggregate and secure it to itself on the downstream side with wire ties, or hog rings for Types 2 and 3, or as directed. Place rock filter dams perpendicular to the flow of the stream or channel unless otherwise directed. Construct filter dams according to the following criteria unless otherwise shown on the plans: 711 506 4.4.1.1. Type 1 (Non -Reinforced). ■ Height. At least 18 in. measured vertically from existing ground to top of filter dam. ■ Top Width. At least 2 ft. ■ Slopes. No steeper than 2: 1. 4.4.1.2. Type 2 (Reinforced). ■ Height. At least 18 in. measured vertically from existing ground to top of filter dam. ■ Top Width. At least 2 ft. ■ Slopes. No steeper than 2: 1. 4.4.1.3. Type 3 (Reinforced). ■ Height. At least 36 in. measured vertically from existing ground to top of filter dam. ■ Top Width. At least 2 ft. ■ Slopes. No steeper than 2: 1. 4.4.1.4. Type 4 (Sack Gabions). Unfold sack gabions and smooth out kinks and bends. Connect the sides by lacing in a single loop —double loop pattern on 4- to 5-in. spacing for vertical filling. Pull the end lacing rod at one end until tight, wrap around the end, and twist 4 times. Fill with stone at the filling end, pull the rod tight, cut the wire with approximately 6 in. remaining, and twist wires 4 times. Place the sack flat in a filling trough, fill with stone, connect sides, and secure ends as described above for horizontal filling. Lift and place without damaging the gabion. Shape sack gabions to existing contours. 4.4.1.5. Type 5. Provide rock filter dams as shown on the plans. 4.4.2. Temporary Pipe Slope Drains. Install pipe with a slope as shown on the plans or as directed. Construct embankment for the drainage system in 8-in. lifts to the required elevations. Hand -tamp the soil around and under the entrance section to the top of the embankment as shown on the plans or as directed. Form the top of the embankment or earth dike over the pipe slope drain at least 1 ft. higher than the top of the inlet pipe at all points. Secure the pipe with hold-downs or hold-down grommets spaced a maximum of 10 ft. on center. Construct the energy dissipaters or sediment traps as shown on the plans or as directed. Construct the sediment trap using concrete or rubble riprap in accordance with Item 432, "Riprap," when designated on the plans. 4.4.3. Temporary Paved Flumes. Construct paved flumes as shown on the plans or as directed. Provide excavation and embankment (including compaction of the subgrade) of material to the dimensions shown on the plans unless otherwise indicated. Install a rock or rubble riprap energy dissipater, constructed from the materials specified above, to a minimum depth of 9 in. at the flume outlet to the limits shown on the plans or as directed. 4.4.4. Construction Exits. Prevent traffic from crossing or exiting the construction site or moving directly onto a public roadway, alley, sidewalk, parking area, or other right of way areas other than at the location of construction exits when tracking conditions exist. Construct exits for either long- or short-term use. 4.4.4.1. Long -Term. Place the exit over a foundation course as required. Grade the foundation course or compacted subgrade to direct runoff from the construction exits to a sediment trap as shown on the plans or as directed. 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. 4.4.4.1.1. Type 1. Construct to a depth of at least 8 in. using crushed aggregate as shown on the plans or as directed. 4.4.4.1.2. Type 2. Construct using railroad ties and timbers as shown on the plans or as directed. 712 506 4.4.4.2. Short -Term. 4.4.4.2.1. Type 3. Construct using crushed aggregate, plywood, or wafer board. This type of exit may be used for daily operations where long-term exits are not practical. 4.4.4.2.2. Type 4. Construct as shown on the plans or as directed. 4.4.5. Earthwork for Erosion Control. Perform excavation and embankment operations to minimize erosion and to remove collected sediments from other erosion control devices. 4.4.5.1. Excavation and Embankment for Erosion Control Features. Place earth dikes, swales, or combinations of both along the low crown of daily lift placement, or as directed, to prevent runoff spillover. Place swales and dikes at other locations as shown on the plans or as directed to prevent runoff spillover or to divert runoff. Construct cuts with the low end blocked with undisturbed earth to prevent erosion of hillsides. Construct sediment traps at drainage structures in conjunction with other erosion control measures as shown on the plans or as directed. Create a sediment basin, where required, providing 3,600 cu. ft. of storage per acre drained, or equivalent control measures for drainage locations that serve an area with 10 or more disturbed acres at one time, not including offsite areas. 4.4.5.2. Excavation of Sediment and Debris. Remove sediment and debris when accumulation affects the performance of the devices, after a rain, and when directed. 4.4.6. Construction Perimeter Fence. Construct, align, and locate fencing as shown on the plans or as directed. 4.4.6.1. Installation of Posts. Embed posts 18 in. deep or adequately anchor in rock, with a spacing of 8 to 10 ft. 4.4.6.2. Wire Attachment. Attach the top wire to the posts at least 3 ft. from the ground. Attach the lower wire midway between the ground and the top wire. 4.4.6.3. Flag Attachment. Attach flagging to both wire strands midway between each post. Use flagging at least 18 in. long. Tie flagging to the wire using a square knot. 4.4.7. Sandbags for Erosion Control. Construct a berm or dam of sandbags that will intercept sediment -laden storm water runoff from disturbed areas, create a retention pond, detain sediment, and release water in sheet flow. Fill each bag with sand so that at least the top 6 in. of the bag is unfilled to allow for proper tying of the open end. Place the sandbags with their tied ends in the same direction. Offset subsequent rows of sandbags 112 the length of the preceding row. Place a single layer of sandbags downstream as a secondary debris trap. Place additional sandbags as necessary or as directed for supplementary support to berms or dams of sandbags or earth. 4.4.8. Temporary Sediment -Control Fence. Provide temporary sediment -control fence near the downstream perimeter of a disturbed area to intercept sediment from sheet flow. Incorporate the fence into erosion -control measures used to control sediment in areas of higher flow. Install the fence as shown on the plans, as specified in this Section, or as directed. 4.4.8.1. Installation of Posts. Embed posts at least 18 in. deep, or adequately anchor, if in rock, with a spacing of 6 to 8 ft. and install on a slight angle toward the runoff source. 4.4.8.2. Fabric Anchoring. Dig trenches along the uphill side of the fence to anchor 6 to 8 in. of fabric. Provide a minimum trench cross-section of 6 X 6 in. Place the fabric against the side of the trench and align approximately 2 in. of fabric along the bottom in the upstream direction. Backfill the trench, then hand -tamp. 4.4.8.3. Fabric and Net Reinforcement Attachment. Attach the reinforcement to wooden posts with staples, or to steel posts with T-clips, in at least 4 places equally spaced unless otherwise shown on the plans. Sewn 713 506 vertical pockets may be used to attach reinforcement to end posts. Fasten the fabric to the top strand of reinforcement by hog rings or cord every 15 in. or less. 4.4.8.4. Fabric and Net Splices. Locate splices at a fence post with a minimum lap of 6 in. attached in at least 6 places equally spaced unless otherwise shown on the plans. Do not locate splices in concentrated flow areas. Requirements for installation of used temporary sediment -control fence include the following: ■ fabric with minimal or no visible signs of biodegradation (weak fibers), ■ fabric without excessive patching (more than 1 patch every 15 to 20 ft.), ■ posts without bends, and ■ backing without holes. 4.4.9. Biodegradable Erosion Control Logs. Install biodegradable erosion control logs near the downstream perimeter of a disturbed area to intercept sediment from sheet flow. Incorporate the biodegradable erosion control logs into the erosion measures used to control sediment in areas of higher flow. Install, align, and locate the biodegradable erosion control logs as specified below, as shown on the plans, or as directed. Secure biodegradable erosion control logs in a method adequate to prevent displacement as a result of normal rain events, prevent damage to the logs, and as approved, such that flow is not allowed under the logs. Temporarily removing and replacing biodegradable erosion logs as to facilitate daily work is allowed at the Contractor's expense. 4.4.10. Vertical Tracking. Perform vertical tracking on slopes to temporarily stabilize soil. Provide equipment with a track undercarriage capable of producing a linear soil impression measuring a minimum of 12 in. long x 2 to 4 in. wide x 1/2 to 2 in. deep. Do not exceed 12 in. between track impressions. Install continuous linear track impressions where the 12 in. length impressions are perpendicular to the slope. Vertical tracking is required on projects where soil disturbing activities have occurred unless otherwise approved. 4.5. Monitoring and Documentation. Monitor the control measures on a daily basis as long as there are BMPs in place and/or soil disturbing activities are evident to ensure compliance with the SWP3 and TPDES General Permit TXR150000. During time suspensions when work is not occurring or contract non -work days, daily inspections are not required unless a rain event has occurred. Monitoring will consist of, but is not limited to, observing, inspecting, and documenting site locations with control measures and discharge points to provide maintenance and inspection of controls as described in the SWP3. Keep written records of daily monitoring. Document in the daily monitoring report the control measure condition, the date of inspection, required corrective actions, responsible person for making the corrections, and the date corrective actions were completed. Maintain records of all monitoring reports at the project site or at an approved place. Provide copies within 7 days. Together, the CRPE and an Engineer's representative will complete the Construction Stage Gate Checklist on a periodic basis as directed. 5. MEASUREMENT 5.1. Rock Filter Dams. Installation or removal of rock filter dams will be measured by the foot or by the cubic yard. The measured volume will include sandbags, when used. 5.1.1. Linear Measurement. When rock filter dams are measured by the foot, measurement will be along the centerline of the top of the dam. 5.1.2. Volume Measurement. When rock filter dams are measured by the cubic yard, measurement will be based on the volume of rock computed by the method of average end areas. 5.1.2.1. Installation. Measurement will be made in final position. 5.1.2.2. Removal. Measurement will be made at the point of removal. 714 506 5.2. Temporary Pipe Slope Drains. Temporary pipe slope drains will be measured by the foot. 5.3. Temporary Paved Flumes. Temporary paved flumes will be measured by the square yard of surface area. The measured area will include the energy dissipater at the flume outlet. 5.4. Construction Exits. Construction exits will be measured by the square yard of surface area. 5.5. Earthwork for Erosion and Sediment Control. 5.5.1. Equipment and Labor Measurement. Equipment and labor used will be measured by the actual number of hours the equipment is operated and the labor is engaged in the work. 5.5.2. Volume Measurement. 5.5.2.1. In Place. 5.5.2.1.1. Excavation. Excavation will be measured by the cubic yard in its original position and the volume computed by the method of average end areas. 5.5.2.1.2. Embankment. Embankment will be measured by the cubic yard in its final position by the method of average end areas. The volume of embankment will be determined between: ■ the original ground surfaces or the surface upon that the embankment is to be constructed for the feature and ■ the lines, grades and slopes of the accepted embankment for the feature. 5.5.2.2. In Vehicles. Excavation and embankment quantities will be combined and paid for under "Earthwork (Erosion and Sediment Control, In Vehicle)." Excavation will be measured by the cubic yard in vehicles at the point of removal. Embankment will be measured by the cubic yard in vehicles measured at the point of delivery. Shrinkage or swelling factors will not be considered in determining the calculated quantities. 5.6. Construction Perimeter Fence. Construction perimeter fence will be measured by the foot. 5.7. Sandbags for Erosion Control. Sandbags will be measured as each sandbag or by the foot along the top of sandbag berms or dams. 5.8. Temporary Sediment -Control Fence. Installation or removal of temporary sediment -control fence will be measured by the foot. 5.9. Biodegradable Erosion Control Logs. Installation or removal of biodegradable erosion control logs will be measured by the foot along the centerline of the top of the control logs. 5.10. Vertical Tracking. Vertical tracking will not be measured or paid for directly but is considered subsidiary to this Item. 6. PAYMENT The following will not be paid for directly but are subsidiary to pertinent Items: ■ erosion -control measures for Contractor project -specific locations (PSLs) inside and outside the right of way (such as construction and haul roads, field offices, equipment and supply areas, plants, and material sources); ■ removal of litter, unless a separate pay item is shown on the plans; ■ repair to devices and features damaged by Contractor operations; ■ added measures and maintenance needed due to negligence, carelessness, lack of maintenance, and failure to install permanent controls; 715 506 ■ removal and reinstallation of devices and features needed for the convenience of the Contractor; ■ finish grading and dressing upon removal of the device; and ■ minor adjustments including but not limited to plumbing posts, reattaching fabric, minor grading to maintain slopes on an erosion embankment feature, or moving small numbers of sandbags. Stabilization of disturbed areas will be paid for under pertinent Items except vertical tacking which is subsidiary. Furnishing and installing pipe for outfalls associated with sediment traps and ponds will not be paid for directly but is subsidiary to the excavation and embankment under this Item. 6.1. Rock Filter Dams. The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement' will be paid for at the unit price bid as follows: 6.1.1. Installation. Installation will be paid for as "Rock Filter Dams (Install)" of the type specified. This price is full compensation for furnishing and operating equipment, finish backfill and grading, lacing, proper disposal, labor, materials, tools, and incidentals. 6.1.2. Removal. Removal will be paid for as "Rock Filter Dams (Remove)." This price is full compensation for furnishing and operating equipment, proper disposal, labor, materials, tools, and incidentals. When the Engineer directs that the rock filter dam installation or portions thereof be replaced, payment will be made at the unit price bid for `Rock Filter Dams (Remove)" and for "Rock Filter Dams (Install)" of the type specified. This price is full compensation for furnishing and operating equipment, finish backfill and grading, lacing, proper disposal, labor, materials, tools, and incidentals. 6.2. Temporary Pipe Slope Drains. The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement' will be paid for at the unit price bid for "Temporary Pipe Slope Drains" of the size specified. This price is full compensation for furnishing materials, removal and disposal, furnishing and operating equipment, labor, tools, and incidentals. Removal of temporary pipe slope drains will not be paid for directly but is subsidiary to the installation Item. When the Engineer directs that the pipe slope drain installation or portions thereof be replaced, payment will be made at the unit price bid for "Temporary Pipe Slope Drains" of the size specified, which is full compensation for the removal and reinstallation of the pipe drain. Earthwork required for the pipe slope drain installation, including construction of the sediment trap, will be measured and paid for under "Earthwork for Erosion and Sediment Control." Riprap concrete or stone, when used as an energy dissipater or as a stabilized sediment trap, will be measured and paid for in accordance with Item 432, "Riprap." 6.3. Temporary Paved Flumes. The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement' will be paid for at the unit price bid for "Temporary Paved Flume (Install)" or "Temporary Paved Flume (Remove)." This price is full compensation for furnishing and placing materials, removal and disposal, equipment, labor, tools, and incidentals. When the Engineer directs that the paved flume installation or portions thereof be replaced, payment will be made at the unit prices bid for "Temporary Paved Flume (Remove)" and "Temporary Paved Flume (Install)." These prices are full compensation for the removal and replacement of the paved flume and for equipment, labor, tools, and incidentals. Earthwork required for the paved flume installation, including construction of a sediment trap, will be measured and paid for under "Earthwork for Erosion and Sediment Control." 716 506 6.4. Construction Exits. Contractor -required construction exits from off right of way locations or on -right of way PSLs will not be paid for directly but are subsidiary to pertinent Items. The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" for construction exits needed on right of way access to work areas required by the Department will be paid for at the unit price bid for "Construction Exits (Install)" of the type specified or "Construction Exits (Remove)." This price is full compensation for furnishing and placing materials, excavating, removal and disposal, cleaning vehicles, labor, tools, and incidentals. When the Engineer directs that a construction exit or portion thereof be removed and replaced, payment will be made at the unit prices bid for "Construction Exit (Remove)" and "Construction Exit (Install)" of the type specified. These prices are full compensation for the removal and replacement of the construction exit and for equipment, labor, tools, and incidentals. Construction of sediment traps used in conjunction with the construction exit will be measured and paid for under "Earthwork for Erosion and Sediment Control." 6.5. Earthwork for Erosion and Sediment Control. 6.5.1. Initial Earthwork for Erosion and Sediment Control. The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid for "Excavation (Erosion and Sediment Control, In Place)," "Embankment (Erosion and Sediment Control, In Place)," "Excavation (Erosion and Sediment Control, In Vehicle)," "Embankment (Erosion and Sediment Control, (In Vehicle)," or "Earthwork (Erosion and Sediment Control, In Vehicle)." This price is full compensation for excavation and embankment including hauling, disposal of material not used elsewhere on the project; embankments including furnishing material from approved sources and construction of erosion -control features; and equipment, labor, tools, and incidentals. Sprinkling and rolling required by this Item will not be paid for directly but will be subsidiary to this Item. 6.5.2. Maintenance Earthwork for Erosion and Sediment Control for Cleaning and Restoring Control Measures. The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement' will be paid under a Contractor Force Account Item from invoice provided to the Engineer. This price is full compensation for excavation, embankment, and re -grading including removal of accumulated sediment in various erosion control installations as directed, hauling, and disposal of material not used elsewhere on the project; excavation for construction of erosion -control features; embankments including furnishing material from approved sources and construction of erosion -control features; and equipment, labor, tools, and incidentals. Earthwork needed to remove and obliterate erosion -control features will not be paid for directly but is subsidiary to pertinent Items unless otherwise shown on the plans. Sprinkling and rolling required by this Item will not be paid for directly but will be subsidiary to this Item. 6.6. Construction Perimeter Fence. The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement' will be paid for at the unit price bid for "Construction Perimeter Fence." This price is full compensation for furnishing and placing the fence; digging, fence posts, wire, and flagging; removal and disposal; and materials, equipment, labor, tools, and incidentals. Removal of construction perimeter fence will be not be paid for directly but is subsidiary to the installation Item. When the Engineer directs that the perimeter fence installation or portions thereof be removed and replaced, payment will be made at the unit price bid for "Construction Perimeter Fence," which is full compensation for the removal and reinstallation of the construction perimeter fence. 717 506 6.7. Sandbags for Erosion Control. Sandbags will be paid for at the unit price bid for "Sandbags for Erosion Control' (of the height specified when measurement is by the foot). This price is full compensation for materials, placing sandbags, removal and disposal, equipment, labor, tools, and incidentals. Removal of sandbags will not be paid for directly but is subsidiary to the installation Item. When the Engineer directs that the sandbag installation or portions thereof be replaced, payment will be made at the unit price bid for "Sandbags for Erosion Control," which is full compensation for the reinstallation of the sandbags. 6.8. Temporary Sediment -Control Fence. The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid as follows: 6.8.1. Installation. Installation will be paid for as "Temporary Sediment -Control Fence (Install)." This price is full compensation for furnishing and operating equipment finish backfill and grading, lacing, proper disposal, labor, materials, tools, and incidentals. 6.8.2. Removal. Removal will be paid for as "Temporary Sediment -Control Fence (Remove)." This price is full compensation for furnishing and operating equipment, proper disposal, labor, materials, tools, and incidentals. 6.9. Biodegradable Erosion Control Logs. The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement' will be paid for at the unit price bid as follows: 6.9.1. Installation. Installation will be paid for as "Biodegradable Erosion Control Logs (Install)" of the size specified. This price is full compensation for furnishing and operating equipment finish backfill and grading, staking, proper disposal, labor, materials, tools, and incidentals. 6.9.2. Removal. Removal will be paid for as "Biodegradable Erosion Control Logs (Remove)." This price is full compensation for furnishing and operating equipment, proper disposal, labor, materials, tools, and incidentals. 6.10. Vertical Tracking. Vertical tracking will not be measured or paid for directly but is considered subsidiary to this Item. 718 512 Item 512 Portable Traffic Barrier Texas Department of Transportation 1. DESCRIPTION Furnish, install, move, and remove portable traffic barrier. 2. MATERIALS 2.1. Furnished by the Contractor. 2.1.1. Concrete. Furnish barrier of the class of concrete shown and using materials that meet the pertinent requirements of the following Items: ■ Item 420, "Concrete Substructures" ■ Item 421, "Hydraulic Cement Concrete" ■ Item 424, "Precast Concrete Structural Members (Fabrication)" ■ Item 440, "Reinforcement for Concrete" ■ Item 442, "Metal for Structures" 2.1.2. Steel. Barrier sections will be furnished when shown on the plans. Barrier sections must meet the crash testing requirements of NCHRP 350 or MASH TL-3 or TL-4 specifications as per test matrix for Longitudinal Barriers. 2.1.3. Concrete and Steel. When barrier is to be furnished and retained by the Contractor, products from nonapproved sources or previously used products may be provided if the Contractor submits written certification that the barrier sections and materials substantially conform to the requirements of this Item. The Engineer may approve the use of the product if: ■ the barrier sections substantially meet typical cross-section dimension requirements, ■ there is no evidence of structural damage such as major spalls or cracks, ■ the general condition of both the barrier sections and their connectors is acceptable, ■ the barrier is new, and ■ the barrier is being reused. 2.2. Furnished by the Department. Department -furnished barrier sections will be at a stockpile location or an existing traffic barrier installation shown on the plans. 3. CONSTRUCTION Notify the Engineer of the location of the casting site and the date on which the work will begin. Multi -project fabrication plants as defined in Item 424, "Precast Concrete Structural Members (Fabrication)," that produce concrete traffic barrier, except temporary barrier furnished and retained by the Contractor, must be qualified in accordance with DMS-7350, "Qualification Procedure for Multi -Project Fabrication Plants of Precast Concrete Traffic Barrier." See the Department's MPL for approved fabricators. Construct barrier in accordance with Item 420, "Concrete Substructures," to the dimensions and cross -sections shown on the plans. Provide forms and cure concrete in accordance with Item 424, "Precast Concrete Structural Members (Fabrication)." Provide a rough texture to the bottom surface of Single Slope or F-Shape barriers and to the top of Low Profile barriers similar to a wood float finish. 722 512 Remove formwork after the concrete has reached sufficient strength to prevent physical damage to the member. Move barrier sections to a storage area and place them on blocking to prevent damage when they have attained sufficient strength to permit handling without causing visible damage. Produce precast barrier to the tolerances given in Table 1 unless otherwise shown on the plans. Table 1 Precast Barrier Tolerances Dimension Tolerance Length ±1 in. Insert Placement ±1/2 in. Horizontal Alignment ±1/8 in. per 10 feet of length Deviation of Ends: Horizontal Skew ±1/4 in. Vertical Batter ±1/8 in. per foot of depth Install the barrier sections in accordance with the details shown on the plans or as directed. After use, stockpile barrier sections and connection hardware that are to be retained by the Department at the location shown on the plans or as otherwise directed. Obtain assembly and installation information for the portable steel traffic barrier from the manufacturer, and provide the Engineer with an installation and repair manual specific to the portable steel traffic barrier. Repair or replace all traffic barrier or connecting hardware damaged by the Contractor's operations at the Contractor's expense. Repair or replace any pavement damaged in the process of installing, moving, or removing barrier sections at the Contractor's expense. 4. MEASUREMENT This Item will be measured by the foot based on the nominal lengths of the barrier sections. 5. PAYMENT The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price as follows: ■ For concrete barrier only, bid for "Portable Traffic Barrier" of the work category (Furnish and Install, Designated Source, Move, Stockpile, or Remove), shape (e.g., Single Slope, F-Shape, or Low Profile) and Type (1, 2, 3, etc.) of barrier sections specified. This price includes equipment, labor, tools, and incidentals. ■ For concrete and steel barrier, bid for "Portable Traffic Barrier" of the work category (Furnish and Install, Designated Source, Move, Stockpile, or Remove), shape (e.g., Single Slope, F-Shape, or Low Profile) and Type (1, 2, 3, etc.) of barrier sections specified or "Steel". This price includes equipment, labor, tools, and incidentals. 5.1. Furnish and Install. This price is full compensation for furnishing and installing barrier sections and connection hardware. 5.2. Designated Source. This price is full compensation for delivering and installing Department -furnished barrier sections and connection hardware from a designated source. 5.3. Move. This price is full compensation for moving barrier section installations on the project from one location to another (including disassembly and reassembly costs), moving barrier sections from an installation on the project to a temporary storage area (including disassembly costs), and moving barrier sections from a temporary storage area to an installation site on the project (including assembly costs). 723 512 5.4. Stockpile. This price is full compensation for removing barrier sections and connection hardware from the project and delivering to the Department stockpile area shown on the plans or as directed. 5.5. Remove. This price is full compensation for removing barrier and connection hardware from the project and retained by the Contractor. 724 662 Item 662 Work Zone Pavement Markings ,Texas Department of Transportation 1. DESCRIPTION Furnish, place, and maintain work zone pavement markings. 2. MATERIALS Provide thermoplastic, paint and beads, raised pavement markers (RPMs), prefabricated pavement markings, temporary flexible reflective roadway marker tabs, or other approved materials for work zone pavement markings. Supply materials meeting: ■ DMS-4200, "Pavement Markers (Reflectorized)," ■ DMS-4300, 'Traffic Buttons," ■ DMS-8200, 'Traffic Paint," ■ DMS-8220, "Hot Applied Thermoplastic," ■ DMS-8240, "Permanent Prefabricated Pavement Markings," ■ DMS-8241, "Temporary (Removable) Prefabricated Pavement Markings," ■ DMS-8242, "Temporary Flexible, Reflective Roadway Marker Tabs," and ■ DMS-8290, "Glass Traffic Beads." 2.1. Nonremovable Markings. Use hot -applied thermoplastic or permanent prefabricated pavement markings for nonremovable markings. Paint and beads or other materials are not allowed for nonremovable markings unless shown on the plans. 2.2. Removable and Short -Term Markings. Use RPMs, removable prefabricated pavement markings, temporary flexible reflective roadway marker tabs, or other approved materials for removable and short-term markings. Do not use hot -applied thermoplastic or traffic paint for removable markings. Use removable prefabricated pavement markings on the final pavement surface when the plans specify removable markings. 3. CONSTRUCTION Apply pavement markings in accordance with the following Items. ■ Item 666, "Retroreflectorized Pavement Markings" ■ Item 668, 'Prefabricated Pavement Markings" ■ Item 672, 'Raised Pavement Markers" 3.1. Placement. Install longitudinal markings on pavement surfaces before opening to traffic. Maintain lane alignment traffic control devices and operations until markings are installed. Install markings in proper alignment in accordance with the TMUTCD and as shown on the plans. Short-term markings will be allowed when standard markings (removable or nonremovable) cannot be placed before opening to traffic, if shown on the plans or directed. When short-term markings are allowed for opening to traffic, place standard longitudinal markings no later than 14 calendar days after the placement of the surface. When inclement weather prohibits placement of markings, the 14-day period may be extended until weather permits proper application. 662 Place standard longitudinal markings no sooner than 3 calendar days after the placement of a surface treatment, unless otherwise shown on the plans. Apply thermoplastic markings to a minimum thickness of 0.060 in. (60 mils). When paint and beads are allowed, apply to a minimum dry thickness of 0.012 in. (12 mils). Place short-term markings in proper alignment with the location of the final pavement markings. Remove and replace short-term markings not in alignment at the Contractor's expense. For removable placements, use of RPMs to simulate longitudinal markings is at the Contractor's option. Use side -by -side RPMs to simulate longitudinal lines wider than 4 in. Do not use RPMs for words, symbols, shapes, or diagonal or transverse lines. 3.2. Marking Removal. Remove markings that conflict with succeeding markings in accordance with Item 677, "Eliminating Existing Pavement Markings and Markers." Remove short-term markings that interfere or conflict with final marking placement immediately before placing final pavement markings, unless otherwise directed. Remove the remainder of the short-term markings before final acceptance. Remove all temporary markings with minimal damage to the roadway to the satisfaction of the Engineer. 3.3. Performance Requirements. Ensure all markings are visible from a distance at least 300 ft. in daylight conditions and at least 160 ft. in nighttime conditions when illuminated by automobile low -beam headlights. Determine visibility distances using an automobile traveling on the roadway under dry conditions. Maintain the markings for 30 calendar days after installation. The end of the 30-day maintenance period does not relieve the Contractor from the performance deficiencies requiring corrective action identified during the 30-day period. Remove and replace markings at the Contractor's expense if they fail to meet the requirements of this Item during the 30-day period. The 30-calendar day performance requirement will begin again after replacement of the markings. Ensure daytime and nighttime reflected color of the markings are distinctly white or yellow. Ensure markings exhibit uniform retroreflective characteristics. 4. MEASUREMENT This Item will be measured by the foot or each word, shape, symbol, or temporary flexible reflective roadway marker tab. Each stripe will be measured separately. RPMs used to simulate a marking will be measured by the foot of marking or each RPM. This is a plans quantity measurement Item. The quantity to be paid is the quantity shown in the proposal, unless modified by Article 9.2., "Plans Quantity Measurement." Additional measurements or calculations will be made if adjustments of quantities are required. 5. PAYMENT The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid for "Work Zone Pavement Markings" of the type and color specified and the shape, width, and size specified as applicable. This price is full compensation for furnishing, placing, maintaining, and removing work zone pavement markings and for materials, equipment, labor, tools, and incidentals. 819 662 Elimination of nonremovable markings will be paid for under Item 677, "Eliminating Existing Pavement Markings and Markers." Removal of short-term and removable markings will not be paid for directly but will be subsidiary to this Item. Type II work zone pavement markings (paint and beads) used as a sealer for Type I pavement markings (thermoplastic) will be paid for under this Item. 820 666 Item 666 Retroreflectorized Pavement Markings Texas Department of Transportation 1. DESCRIPTION Furnish and place retroreflectorized, non-retroreflectorized (shadow) and profile pavement markings. 2. MATERIALS 2.1. Type I Marking Materials. Furnish in accordance with DMS-8220, "Hot Applied Thermoplastic." Furnish pavement marking material used for Type I profile markings and shadow markings that have been approved by the Construction Division, and in accordance with DMS-8220, "Hot Applied Thermoplastic." 2.2. Type II Marking Materials. Furnish in accordance with DMS-8200, "Traffic Paint." 2.3. Glass Traffic Beads. Furnish drop -on glass beads in accordance with DMS-8290, "Glass Traffic Beads" or as approved. Furnish a double -drop of Type II and Type III drop -on glass beads where each type bead is applied separately in equal portions (by weight), unless otherwise approved. Apply the Type III beads before applying the Type II beads. 2.4. Labeling. Use clearly marked containers that indicate color, mass, material type, manufacturer, and batch number. 3. EQUIPMENT 3.1. General Requirements. Use equipment that: ■ is maintained in satisfactory condition, ■ meets or exceeds the requirements of the National Board of Fire Underwriters and the Texas Railroad Commission for this application, ■ applies beads by an automatic bead dispenser attached to the pavement marking equipment in such a manner that the beads are dispensed uniformly and almost instantly upon the marking as the marking is being applied to the road surface. The bead dispenser must have an automatic cut-off control, synchronized with the cut-off of the pavement marking equipment, ■ has an automatic cut-off device with manual operating capabilities to provide clean, square marking ends, ■ is capable of producing the types and shapes of profiles specified, and ■ can provide continuous mixing and agitation of the pavement marking material. The use of pans, aprons, or similar appliances which the die overruns will not be permitted for longitudinal striping applications. Provide a hand-held thermometer capable of measuring the temperature of the marking material when applying Type I material. When pavement markings are required to meet minimum retroreflectivity requirements on the plans: ■ Use a mobile retroreflectometer approved by the Construction Division and certified by the Texas A&M Transportation Institute Mobile Retroreflectometer Certification Program. ■ Use a portable retro reflecto meter that: • uses 30-meter geometry and meets the requirements described in ASTM E1710; • has either an internal global positioning system (GPS) or the ability to be linked with an external GPS with a minimum accuracy rating of 16 ft. 5 in., in accordance with the circular error probability 821 666 (CEP) method (CEP is the radius of the circle with its origin at a known position that encompasses 50% of the readings returned from the GPS instrument); can record and print the GPS location and retroreflectivity reading for each location where readings are taken. 3.2. Material Placement Requirements. Use equipment that can place: ■ at least 40,000 ft. of 4-in. solid or broken non -profile markings per working day at the specified thickness; ■ at least 15,000 ft. of solid or broken profile pavement markings per working day at the specified thickness; ■ linear non -profile markings up to 8 in. wide in a single pass; ■ non -profile pavement markings other than solid or broken lines at an approved production rate; ■ a centerline and no -passing barrier -line configuration consisting of 1 broken line and 2 solid lines at the same time to the alignment, spacing, and thickness for non -profile pavement markings shown on the plans; ■ solid and broken lines simultaneously; ■ white line from both sides; ■ lines with clean edges, uniform cross-section with a tolerance of ±1/8 in. per 4 in. width, uniform thickness, and reasonably square ends; ■ skip lines between 10 and 10-1/2 ft., a stripe -to -gap ratio of 10 to 30, and a stripe -gap cycle between 39-1/2 ft. and 40-1/2 ft., automatically; ■ beads uniformly and almost instantly on the marking as the marking is being applied; ■ beads uniformly during the application of all lines (each line must have an equivalent bead yield rate and embedment); and ■ double -drop bead applications using both Type II and Type III beads from separate independent bead applicators, unless otherwise approved by the Engineer. 4. CONSTRUCTION Place markings before opening to traffic unless short-term or work zone markings are allowed. 4.1. General. Obtain approval for the sequence of work and estimated daily production. Minimize interference to roadway operations when placing markings on roadways open to traffic. Use traffic control as shown on the plans or as approved. Protect all markings placed under open -traffic conditions from traffic damage and disfigurement. Establish guides to mark the lateral location of pavement markings as shown on the plans or as directed, and have guide locations verified. Use material for guides that will not leave a permanent mark on the roadway. Apply markings on pavement that is completely dry and passes the following tests: ■ Type I Marking Application —Place a sample of Type I marking material on a piece of tarpaper placed on the pavement. Allow the material to cool to ambient temperature, and then inspect the underside of the tarpaper in contact with the pavement. Pavement will be considered dry if there is no condensation on the tarpaper. ■ Type 11 Marking Application —Place a 1-sq. ft. piece of clear plastic on the pavement, and weight down the edges. The pavement is considered dry if, when inspected after 15 min., no condensation has occurred on the underside of the plastic. Apply markings: ■ that meet the requirements of Tex-828-13, 822 666 ■ that meet minimum retroreflectivity requirements when specified on the plans (applies to Type I markings only), ■ using widths and colors shown on the plans, ■ at locations shown on the plans, ■ in proper alignment with the guides without deviating from the alignment more than 1 in. per 200 ft. of roadway or more than 2 in. maximum, ■ without abrupt deviations, ■ free of blisters and with no more than 5% by area of holes or voids, ■ with uniform cross-section, density and thickness, ■ with clean and reasonably square ends, ■ that are retroreflectorized with drop -on glass beads, and ■ using personnel skilled and experienced with installation of pavement markings. Remove all applied markings that are not in alignment or sequence as stated on the plans, or in the specifications, at the Contractor's expense in accordance with Item 677, "Eliminating Existing Pavement Markings and Markers," except for measurement and payment. 4.2. Surface Preparation. Prepare surfaces in accordance with this Section unless otherwise shown on the plans. 4.2.1. Cleaning for New Asphalt Surfaces and Retracing of All Surfaces. Air blast or broom the pavement surface for new asphalt surfaces (less than 3 years old) and for retracing of all surfaces to remove loose material, unless otherwise shown on the plans. A sealer for Type I markings is not required unless otherwise shown on the plans. 4.2.2. Cleaning for Old Asphalt and Concrete Surfaces (Excludes Retracing). Clean old asphalt surfaces (more than 3 years old) and all concrete surfaces in accordance with Item 678, "Pavement Surface Preparation for Markings," to remove curing membrane, dirt, grease, loose and flaking existing construction markings, and other forms of contamination. 4.2.3. Sealer for Type I Markings. Apply a pavement sealer to old asphalt surfaces (more than 3 years old) and to all concrete surfaces before placing Type I markings on locations that do not have existing markings, unless otherwise approved. The pavement sealer may be either a Type II marking or an acrylic or epoxy sealer as recommended by the Type I marking manufacturer unless otherwise shown on the plans. Follow the manufacturer's directions for application of acrylic or epoxy sealers. Clean sealer that becomes dirty after placement by washing or in accordance with Section 666.4.2.1., "Cleaning for New Asphalt Surfaces and Retracing of All Surfaces," as directed. Place the sealer in the same configuration and color (unless clear) as the Type I markings unless otherwise shown on the plans. 4.3. Application. Apply markings during good weather unless otherwise directed. If markings are placed at Contractor option when inclement weather is impending and the markings are damaged by subsequent precipitation, the Contractor is responsible for all required replacement costs. 4.3.1. Type I Markings. Place the Type I marking after the sealer cures. Apply within the temperature limits recommended by the material manufacturer. Flush the spray head if spray application operations cease for 5 min or longer by spraying marking material into a pan or similar container until the material being applied is at the recommended temperature. Apply on clean, dry pavements passing the moisture test described in Section 666.4.1., "General," and with a surface temperature above 50°F when measured in accordance with Tex-829-B. 4.3.1.1. Non -Profile Pavement Markings. Apply Type I non -profile markings with a minimum thickness of: ■ 0.100 in. (100 mils) for new markings and retracing water -based markings on surface treatments involving Item 316, "Seal Coat," 823 666 ■ 0.060 in. (60 mils) for retracing on thermoplastic pavement markings, or ■ 0.090 in. (90 mils) for all other Type I markings. The maximum thickness for Type I non -profile markings is 0.180 in. (180 mils). Measure thickness for markings in accordance with Tex-854-13 using the tape method. 4.3.1.2. Profile Pavement Markings. Apply Type I profile markings with a minimum thickness of: ■ 0.060 in. (60 mil) for edgeline markings, or ■ 0.090 in. (90 mil) for gore and centerline/no-passing barrier line markings. In addition, at a longitudinal spacing indicated on the plans, the markings must be profiled in a vertical manner such that the profile is transverse to the longitudinal marking direction. The profile must not be less than 0.30 in. (300 mil) nor greater than 0.50 in. (500 mil) in height when measured above the normal top surface plane of the roadway. The transverse width of the profile must not be less than 3.25 in., and the longitudinal width not less than 1 in., when measured at the top surface plane of the profile bar. The profile may be either a 1 or 2 transverse bar profile. When the 2 transverse bar profile is used, the spacing between the bases of the profile bars must not exceed 0.50 in. The above transverse bar width is for each 4 in. of line width. 4.3.2. Type II Markings. Apply on surfaces with a minimum surface temperature of 507. Apply at least 20 gal. per mile on concrete and asphalt surfaces and at least 22 gal. per mile on surface treatments for a solid 4-in. line. Adjust application rates proportionally for other widths. When Type II markings are used as a sealer for Type I markings, apply at least 15 gal. per mile using Type II drop -on beads. 4.3.3. Bead Coverage. Provide a uniform distribution of beads across the surface of the stripe for Type I and Type II markings, with 40% to 60% bead embedment. 4.4. Retroreflectivity Requirements. When specified on the plans, Type I markings must meet the following minimum retroreflectivity values for edgeline markings, centerline or no passing barrier -line, and lane lines when measured any time after 3 days, but not later than 10 days after application: ■ White markings: 250 millicandelas per square meter per lux (mcd/m2/Ix) ■ Yellow markings: 175 mcd/m2/Ix 4.5. Retroreflectivity Measurements. Use a mobile retroreflectometer for projects requiring minimum retroreflectivity requirements to measure retroreflectivity for Contracts totaling more than 200,000 ft. of pavement markings, unless otherwise shown on the plans. For Contracts with less than 200,000 ft. of pavement markings or Contracts with callout work, mobile or portable retroreflectometers may be used at the Contractor's discretion. 4.5.1. Mobile Retroreflectometer Measurements. Provide mobile measurements averages for every 0.1 miles unless otherwise specified or approved. Take measurements on each section of roadway for each series of markings (i.e., edgeline, center skip line, each line of a double line, etc.) and for each direction of traffic flow. Measure each line in both directions for centerlines on two-way roadways (i.e., measure both double solid lines in both directions and measure all center skip lines in both directions). Furnish measurements in compliance with Special Specification, "Mobile Retroreflectivity Data Collection for Pavement Markings," unless otherwise approved. The Engineer may require an occasional field comparison check with a portable retroreflectometer meeting the requirements listed above to ensure accuracy. Use all equipment in accordance with the manufacturer's recommendations and directions. Inform the Engineer at least 24 hr. before taking any measurements. A marking meets the retroreflectivity requirements if: ■ the combined average retroreflectivity measurement for a one -mile segment meets the minimum retroreflectivity values specified, and ■ no more than 30% of the retroreflectivity measurement values are below the minimum retroreflectivity requirements value within the one -mile segment. 824 666 The Engineer may accept failing one -mile segments if no more than 20% of the retroreflectivity measurements within that mile segment are below the minimum retroreflectivity requirement value The one -mile segment will start from the beginning of the data collection and end after a mile worth of measurements have been taken; each subsequent mile of measurements will be a new segment. Centerlines with 2 stripes (either solid or broken) will result in 2 miles of data for each mile segment. Each centerline stripe must be tested for compliance as a stand-alone stripe. Restripe at the Contractor's expense with a minimum of 0.060 in. (60 mils) of Type I marking if the marking fails retroreflectivity requirements. Take measurements every 0.1 miles a minimum of 10 days after this second application within that mile segment for that series of markings. If the markings do not meet minimum retroreflectivity after 10 days of this second application, the Engineer may require removal of all existing markings, a new application as initially specified, and a repeat of the application process until minimum retroreflectivity requirements are met. 4.5.2. Portable Retroreflectometer Measurements. Take a minimum of 20 measurements for each 1-mi. section of roadway for each series of markings (i.e., edgeline, center skip line, each line of a double line, etc.) and direction of traffic flow when using a portable reflectometer. Measure each line in both directions for centerlines on two-way roadways (i.e., measure both double solid lines in both directions and measure all center skip lines in both directions). The spacing between each measurement must be at least 100 ft. The Engineer may decrease the mileage frequency for measurements if the previous measurements provide satisfactory results. The Engineer may require the original number of measurements if concerns arise. Restripe once at the Contractor's expense with a minimum of 0.060 in. (60 mils) of Type I marking material if the average of these measurements fails. Take a minimum of 10 more measurements after 10 days of this second application within that mile segment for that series of markings. Restripe again at the Contractor's expense with a minimum of 0.060 in. (60 mils) of Type I marking material if the average of these measurements fall below the minimum retroreflectivity requirements. If the markings do not meet minimum retroreflectivity after this third application, the Engineer may require removal of all existing markings, a new application as initially specified, and a repeat of the application process until minimum retroreflectivity requirements are met. 4.5.3. Traffic Control. Provide traffic control, as required, when taking retroreflectivity measurements after marking application. On low volume roadways (as defined on the plans), refer to the figure, "Temporary Road Closure" in Part 6 of the Texas Manual on Uniform Traffic Control Devices for the minimum traffic control requirements. For all other roadways, the minimum traffic control requirements will be as shown on the Traffic Control Plan (TCP) standard sheets TCP (3-1) and TCP (3-2). The lead vehicle will not be required on divided highways. The TCP and traffic control devices must meet the requirements listed in Item 502, "Barricades, Signs, and Traffic Handling." Time restrictions that apply during striping application will also apply during the retroreflectivity inspections except when using the mobile retroreflectometer unless otherwise shown on the plans or approved. 4.6. Performance Period. All markings must meet the requirements of this specification for at least 30 calendar days after installation. Unless otherwise directed, remove pavement markings that fail to meet requirements, and replace at the Contractor's expense. Replace failing markings within 30 days of notification. All replacement markings must also meet all requirements of this Item for a minimum of 30 calendar days after installation. 5. MEASUREMENT This Item will be measured by the foot; by each word, symbol, or shape; or by any other unit shown on the plans. Each stripe will be measured separately. 825 666 This is a plans quantity measurement item. The quantity to be paid is the quantity shown in the proposal unless modified by Article 9.2., "Plans Quantity Measurement." Additional measurements or calculations will be made if adjustments of quantities are required. Acrylic or epoxy sealer, or Type II markings when used as a sealer for Type I markings, will be measured by the foot; by each word, symbol, or shape; or by any other unit shown on the plans. 6. PAYMENT The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid for "Pavement Sealer" of the size specified, "Retroreflectorized Pavement Markings" of the type and color specified and the shape, width, size, and thickness specified as applicable, "Retroreflectorized Pavement Markings with Retroreflective Requirements" of the types, colors, sizes, widths, and thicknesses specified or "Retroreflectorized Profile Pavement Markings" of the various types, colors, shapes, sizes, and widths specified. This price is full compensation for application of pavement markings, materials, equipment, labor, tools, and incidentals. Surface preparation of new concrete and asphalt concrete pavements more than 3 years old, where no stripe exists, will be paid for under Item 678, "Pavement Surface Preparation for Markings." Surface preparation of all other asphalt and old concrete pavement, except for sealing, will not be paid for directly but is subsidiary to this Item. Work zone pavement markings (Type 11, paint and beads) used as a sealer for Type I markings (thermoplastic) will be paid for under Item 662, "Work Zone Pavement Markings." If the Engineer requires that markings be placed in inclement weather, repair or replacement of markings damaged by the inclement weather will be paid for in addition to the original plans quantity. 826 677 Item 677 Eliminating Existing Pavement Markings and Markers Texas Department of Transportation 1. DESCRIPTION Eliminate existing pavement markings and raised pavement markers (RPMs). 2. MATERIALS Furnish surface treatment materials in accordance with the following Items: ■ Item 300, "Asphalts, Oils, and Emulsions" ■ Item 302, "Aggregates for Surface Treatments" ■ Item 316, "Seal Coat" Use approved patching materials for repairing damaged surfaces. Use a commercial abrasive blasting medium capable of producing the specified surface cleanliness. Use potable water when water is required. 3. EQUIPMENT Furnish and maintain equipment in good working condition. Use moisture and oil traps in air compression equipment to remove all contaminants from the blasting air and prevent the deposition of moisture, oil, or other contaminants on the roadway surface. 4. CONSTRUCTION Eliminate existing pavement markings and markers on both concrete and asphaltic surfaces in such a manner that color and texture contrast of the pavement surface will be held to a minimum. Remove all markings and markers with minimal damage to the roadway to the satisfaction of the Engineer. Repair damage to asphaltic surfaces, such as spalling, shelling, etc., greater than 1/4 in. deep resulting from the removal of pavement markings and markers. Dispose of markers in accordance with federal, state, and local regulations. Use any of the following methods unless otherwise shown on the plans: 4.1. Surface Treatment Method. Apply surface treatment material at rates shown on the plans, or as directed. Place a surface treatment a minimum of 2 ft. wide to cover the existing marking. Place a surface treatment, thin overlay, or microsurfacing a minimum of one lane in width in areas where directional changes of traffic are involved or other areas as directed. 4.2. Burn Method. Use an approved burning method. For thermoplastic pavement markings or prefabricated pavement markings, heat may be applied to remove the bulk of the marking material before blast cleaning. When using heat, avoid spalling pavement surfaces. Sweeping or light blast cleaning may be used to remove minor residue. 4.3. Blasting Method. Use a blasting method such as water blasting, abrasive blasting, water abrasive blasting, shot blasting, slurry blasting, water -injected abrasive blasting, or brush blasting as approved. Remove pavement markings on concrete surfaces by a blasting method. 4.4. Mechanical Method. Use any mechanical method except grinding. Flail milling is acceptable in the removal of markings on asphalt and concrete surfaces. 832 677 5. MEASUREMENT This Item will be measured by each word, symbol, or shape eliminated; by the foot of marking eliminated; or by any other unit shown on the plans. This is a plans quantity measurement Item. The quantity to be paid is the quantity shown in the proposal unless modified by Article 9.2., "Plans Quantity Measurement." Additional measurements or calculations will be made if adjustments of quantities are required. 6. PAYMENT The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid for "Eliminating Existing Pavement Markings and Markers" of the type and width as applicable. This price is full compensation for the elimination method used and materials, equipment, tools, labor, and incidentals. Removal of RPMs will not be paid for directly but will be subsidiary to the pertinent bid items. 833 Page Intentionally Left Blank rr` of ubCitybock iFM15 VINTAGE TOWNSHIP DRAINAGE IMPROVEMENTS CITY COUNCIL CITY MANAGER: DANIEL M. POPE MAYOR W. JARRETT ATKINSON JUAN A. CHADIS DISTRICT 1 DIVISION DIRECTOR OF SHELIAPATTERSON HARRIS DISTRICT ENGINEERING/CITY ENGINEER: JEFF GRIFFITH DISTRICT 3 MICHAEL G. KEENUM, P.E., C.F.M. STEVE MASSENGALE DISTRICT 4 RANDY CHRISTIAN DISTRICT ASSISTANT CITY ENGINEER/ LATRELLE JOY DISTRICT 6 CAPITAL PROJECTS AND DESIGN: JOSH KRISTINEK, P.E. CI P: 92518.9243.30000 CONTRACT: 21-15852 - RFP 16156 N 910012 ICHOLS 1500 Broadway Street, Suite 1150 Lubbock, TX 79401 Phone - (806) 686-2700 Web www.freese.com OCTOBER 2021 FNI PROJECT #: LUB20628 stiff /•• •• WADE 1 J. NES i %P •. 120012 •�; �l �'• ���CE NSE�' •��� IA Freese and Nichols, Inc. Texas Registered Engineering firm F-2144 Date: Oct. 01, 2021 - 04109W MB61 ET \• INDEX OF SHEETS GENERAL I SHEET SEQ L G-01 1 TITLE SHEET G-02 2 SHEET INDEX, VICINITY MAP AND LOCATION MAP G-03,04 3-4 GENERAL NOTES G-05 5 DESIGN SURVEY, HORIZONTAL AND VERTICAL DATA SHEET G-06 6 GEOTECHNICAL BORE LAYOUT G-07 7 HORIZONTAL ALIGNMENT DATA SHEET G-08 8 SUMMARY OF QUANTITIES G-09 9 PROJECT PHASING PLAN G-10 10 TRAFFIC CONTROL PLAN - STREET AND DRIVEWAY ACCESS DETAILS G-11 11 PRE VS POST PROJECT BENEFIT COMPARISON DATA ' DEMOLITION DEMO-01 12 SITE DEMOLITION PLAN DRAINAGE P-01 13 DRAINAGE AREA MAP AND HYDROLOGIC DATA - .- P 02 14 CUT/FILL PLAN AND SECTIONS P-03 15 LANDSCAPE SEEDING ^' P-04-05 16-17 STORM DRAIN PLAN AND PROFILES .,, PAVING i sit PV-01 18 PAVING PLAN VINTAGE DB1 BASIN ENVIRONMENTAL .,i SWP-01 19 EROSION CONTROL PLAN SWP-02-04 20-22 EROSION CONTROL DETAILS ., UTILITIES U-01 23 EXISTING UTILITIES LAYOUT U-02 24 MUNICIPAL WATER RELOCATION PLAN U-03 25 IRRIGATION RELOCATION PLAN VINTAGE DB2 BASIN DES D-01 26 OUTFALL DETAILS t D-02 27 TRENCH DETAILS D-03 28 INLET DETAILS S9 �� D-04 29 TREE PROTECTION PLAN TXDOT STANDARDS PB 30 PRECAST BASE qL POD 31 DESIGN DATA FOR PRECAST BASE AND JUNCTION BOX PCU 32-33 PRECAST CURB INLET UNDER ROADWAY G� SCP-6 34 SINGLE BOX CULVERTS PRECAST SCP-MD 35 BOX CULVERT PRECAST MISCELLANEOUS DETAILS 1 ' MC -MD 36-37 MULTIPLE BOX CULVERTS CAST -IN -PLACE C9 a ^ SETB-CD 38 SAFETY END TREATMENT 9 BC(1)-14 39 BARRICADE AND CONSTRUCTION GENERAL NOTES AND REQUIREMENTS ��' BC(2)-14 40 BARRICADE AND CONSTRUCTION PROJECT LIMIT BC(3)-14 41 BARRICADE AND CONSTRUCTION WORK ZONE SPEED LIMIT BC(4)-14 42 BARRICADE AND CONSTRUCTION TEMPORARY SIGN NOTES BC(5)-14 43 BARRICADE AND CONSTRUCTION TYPICAL SIGN SUPPORT �! BC(6)-14 44 BARRICADE AND CONSTRUCTION PORTABLE CHANGEABLE MESSAGE SIGN (PCMS) BC(7)-14 45 BARRICADE AND CONSTRUCTION ARROW PANEL, REFLECTORS, WARNING LIGHTS AND ATTENUATOR BC(8)-14 46 BARRICADE AND CONSTRUCTION CHANNELIZING DEVICES / BC(9)-14 47 BARRICADE AND CONSTRUCTION CHANNELIZING DEVICES �. BC(10)-14 48 BARRICADE AND CONSTRUCTION CHANNELIZING DEVICES F' BC(11)-14 49 BARRICADE AND CONSTRUCTION PAVEMENT MARKINGS 4\ w BC(12)-14 50 BARRICADE AND CONSTRUCTION PAVEMENT MARKING PATTERNS •'/ a N "'l J 0 100' 200' 400' SCALE IN FEET PROJECT LOCATION MAP 11 _Pr'r«.• .�.��ti 111 :O o' j": No W:2j Ir '¢:' •yam ll <•'• :3• • io�� 0- az �0- W Q oz> zz U_ 'pa>>� o�"XU wL 0 u(DL z QLu �" 0 ZZ >Q Wa Lr) G-02 2 GENERAL CONSTRUCTION 1. ALL CONSTRUCTION TESTING AND MATERIALS SHALL BE IN ACCORDANCE WITH THE CITY'S CURRENT STANDARDS, DETAILS, AND SPECIFICATIONS. 2. TESTING AND INSPECTION OF MATERIALS SHALL BE PERFORMED BY A COMMERCIAL TESTING LABORATORY APPROVED BY THE CITY. CONTRACTOR SHALL FURNISH MATERIALS OR SPECIMENS FOR TESTING, AND SHALL FURNISH SUITABLE EVIDENCE THAT THE MATERIALS PROPOSED TO BE INCORPORATED INTO THE WORK ARE IN ACCORDANCE WITH THE SPECIFICATIONS. 3. CONTRACTOR SHALL NOTIFY THE CITY AT LEAST 48 HOURS PRIOR TO BEGINNING ANY CONSTRUCTION. 4. CONTRACTOR IS RESPONSIBLE FOR OBTAINING ALL NECESSARY PERMITS AND APPROVALS PRIOR TO BEGINNING ANY CONSTRUCTION. SEE PERMIT CONTACT INFORMATION TABLE THIS SHEET FOR REQUIRED CONTACTS. 5. CONTRACTOR MUST KEEP AVAILABLE ON -SITE AT ALL TIMES APPROVED CONSTRUCTION PLANS AND COPIES OF ANY REQUIRED PERMITS ALONG WITH THE CURRENT VERSIONS OF THE FOLLOWING REFERENCES: CITY OF LUBBOCK ENGINEERING STANDARDS AND SPECIFICATIONS, TXDOT SPECIFICATIONS, TXDOT STANDARD DRAWINGS. 6. ALL SHOP DRAWINGS, WORKING DRAWINGS OR OTHER DOCUMENTS WHICH REQUIRE REVIEW BY THE CITY SHALL BE SUBMITTED BY THE CONTRACTOR SUFFICIENTLY IN ADVANCE OF SCHEDULED CONSTRUCTION TO ALLOW NO LESS THAN 14 CALENDAR DAYS FOR REVIEW AND RESPONSE BY THE CITY. 7. CONSTRUCTION SURVEYING IS THE SOLE RESPONSIBILITY OF THE CONTRACTOR INCLUDING BUT NOT LIMITED TO LIMITS OF PERMANENT EASEMENT, TEMPORARY EASEMENT, CENTERLINE, ETC. THE CONTRACTOR SHALL VERIFY ALL CONTROL MONUMENTATION PRIOR TO BEGINNING CONSTRUCTION. 8. CONTRACTOR SHALL BE RESPONSIBLE FOR PROTECTING ALL SURVEY MARKERS INCLUDING IRON RODS, PROPERTY CORNERS, OR SURVEY MONUMENTS WITHIN THE LIMITS OF CONSTRUCTION AND OUTSIDE ROW DURING CONSTRUCTION. ANY SURVEY MARKERS DISTURBED DURING CONSTRUCTION SHALL BE REPLACED BY THE CONTRACTOR AT NO COST TO THE CITY. 9. CONTRACTOR SHALL PROVIDE THE CITY WITH A CONSTRUCTION SCHEDULE WITH WEEKLY PROGRESS REPORTS. 10. CONTRACTOR IS RESPONSIBLE FOR KEEPING STREETS AND DRIVEWAYS ADJACENT TO THE PROJECT FREE OF MUD AND DEBRIS AT ALL TIMES. CONTRACTOR SHALL CLEAN UP AND REMOVE ALL LOOSE MATERIAL RESULTING FROM CONSTRUCTION OPERATIONS. THE CONTRACTOR SHALL TAKE ALL AVAILABLE PRECAUTIONS TO CONTROL DUST. 11. THE EXISTENCE AND LOCATIONS OF THE PUBLIC AND FRANCHISE UTILITIES SHOWN ON THE DRAWINGS WERE OBTAINED FROM AVAILABLE RECORDS AND ARE APPROXIMATE. THE CONTRACTOR SHALL DETERMINE THE DEPTH AND LOCATION OF EXISTING UNDERGROUND UTILITIES PRIOR TO EXCAVATING, TRENCHING, OR DRILLING AND SHALL BE REQUIRED TO TAKE ANY PRECAUTIONARY MEASURES TO PROTECT ALL LINES SHOWN AND / OR ANY OTHER UNDERGROUND UTILITIES NOT OF RECORD OR NOT SHOWN ON THE PLANS. THE CONTRACTOR SHALL BE RESPONSIBLE FOR CONTACTING ALL PUBLIC AGENCIES AND FRANCHISE UTILITIES 48 HOURS PRIOR TO CONSTRUCTION. (DIG-TESS 1-800-344-8377) THE CONTRACTOR MAY BE REQUIRED TO EXPOSE THESE FACILITIES AT NO COST TO THE CITY. THE CONTRACTOR WILL BE RESPONSIBLE FOR DAMAGES TO UTILITIES IF THE DAMAGE IS CAUSED BY NEGLIGENCE OR FAILURE TO HAVE LOCATES PERFORMED. 12. THE CONTRACTOR SHALL BE RESPONSIBLE FOR ANY DAMAGE TO EXISTING FACILITIES OR ADJACENT PROPERTIES DURING CONSTRUCTION. ANY REMOVAL OR DAMAGE TO EXISTING FACILITIES SHALL BE REPLACED OR REPAIRED TO EQUAL OR BETTER CONDITION BY THE CONTRACTOR AT NO COST TO THE CITY. 13. CONTRACTOR SHALL BE RESPONSIBLE FOR FURNISHING AND INSTALLING ALL TEMPORARY AND PERMANENT TRAFFIC CONTROL IN ACCORDANCE WITH THE MINIMUM REQUIREMENTS OF THE LATEST REVISION OF THE TEXAS MANUAL ON UNIFORM TRAFFIC CONTROL DEVICES (TMUTCD) AND TXDOT BARRICADE AND CONSTRUCTION STANDARDS. ALL BARRICADES, CHANNELIZING DEVICES, TEMPORARY SIGNAGE AND STRIPING ARE SUBSIDIARY TO THE TRAFFIC CONTROL PAY ITEM. 14. CONTRACTOR SHALL NOT IMPEDE TRAFFIC ON EXISTING STREETS, DRIVEWAYS, ALLEYS, OR FIRE LANES OPEN TO THE PUBLIC. 15. CONTRACTOR SHALL NOT STORE MATERIALS, EQUIPMENT OR OTHER CONSTRUCTION ITEMS ON ADJACENT PROPERTIES OR RIGHT-OF-WAY WITHOUT THE PRIOR WRITTEN CONSENT OF THE PROPERTY OWNER AND THE CITY, AND SHALL PROVIDE AGREEMENTS WITH LANDOWNERS TO THE CITY. 16. UNUSABLE EXCAVATED MATERIAL, OR CONSTRUCTION DEBRIS SHALL BE REMOVED AND DISPOSED OF OFFSITE AT AN APPROVED DISPOSAL FACILITY BY THE CONTRACTOR AT HIS EXPENSE. 17. EROSION CONTROL DEVICES SHALL BE INSTALLED ON ALL PROJECTS PRIOR TO BEGINNING CONSTRUCTION AND SHALL BE MAINTAINED THROUGHOUT THE PROJECT IN A CONDITION ACCEPTABLE TO THE CITY. 18. CONTRACTOR SHALL LOCATE AND PROTECT ALL EXISTING LANDSCAPE IRRIGATION SYSTEMS. DAMAGE TO EXISTING IRRIGATION SYSTEMS AND LANDSCAPE MATERIALS SHALL BE RESTORED TO EQUAL OR BETTER CONDITION AT NO COST TO CITY. REPAIRS MUST BE PERFORMED BY A LICENSED IRRIGATOR AS SOON AS POSSIBLE. 19. IT IS THE CONTRACTOR'S RESPONSIBILITY TO MAINTAIN A NEAT AND ACCURATE RECORD OF CONSTRUCTION FOR THE CITY'S RECORDS. 20. WHEREVER TRENCH DEPTHS EXCEED 48", OR WHEN TRENCH PROTECTION IS REQUIRED FOR ANY REASON, TRENCH PROTECTION SHALL BE PROVIDED BY MEETING APPLICABLE REQUIREMENTS OF THE DEPARTMENT OF LABOR/OSHA 29 CFR PART 1926, "OCCUPATIONAL SAFETY AND HEALTH STANDARDS -EXCAVATIONS." AND STATE OF TEXAS LAWS TRENCH SAFETY DESIGN, PLANNING, AND IMPLEMENTATION IS SOLELY THE RESPONSIBILITY OF THE CONTRACTOR AND IS BEYOND THE SCOPE OF THESE PLANS. CONTRACTOR SHALL DEVELOP A TRENCH SAFETY PLAN, SIGNED AND SEALED BY A LICENSED PROFESSIONAL ENGINEER IN THE STATE OF TEXAS. 21. AT ALL TIMES THAT WORK IS PROGRESSING, THE CONTRACTOR SHALL HAVE A DESIGNATED COMPETENT PERSON ON -SITE WHO SHALL BE RESPONSIBLE FOR SUPERVISING THE WORK AND WHOSE DUTY IT WILL BE TO PERFORM REQUIRED SAFETY INSPECTIONS AND TO DIRECT ALL REQUIRED CONSTRUCTION SAFETY ACTIVITIES. 22. CONSTRUCTION INSPECTIONS AND TESTING SHALL BE PERFORMED BY CITY FORCES FOR ALL MUNICIPAL IMPROVEMENTS 23. CONTRACTOR SHALL BE RESPONSIBLE FOR PROVIDING ADEQUATE MEASURES FOR PREVENTING STORM WATER RUNOFF FROM ENTERING THE TRENCH DURING CONSTRUCTION. 24. CONTRACTOR SHALL COORDINATE WITH SPEC REGARDING SUPPORTING POWER POLES AND GUY WIRES AS REQUIRED TO CONSTRUCT THE PROJECT. ANY DAMAGED POLES OR GUY WIRES OR RELOCATED POLES OR GUY WIRES SHALL BE REPLACED OR RELOCATED AS REQUIRED BY THE UTILITY WITH NO ADDITIONAL COST TO THE OWNER. 25. CONTRACTOR SHALL REMOVE SURPLUS MATERIALS, TOOLS, RUBBISH, AND LEAVE THE CONSTRUCTION SITE CLEAN, TO THE SATISFACTION OF THE CITY. GRADE THE SURFACE AND RE-ESTABLISH DRAINAGE AND EROSION CONTROL. 26. CONTRACTOR SHALL PROVIDE A OVD AND DETAILED PHOTOS TO THE OWNER DOCUMENTING THE CONDITION OF THE PIPELINE ROUTE INCLUDING THE PERMANENT AND TEMPORARY EASEMENTS AND SURROUNDING AREA. CONTRACTOR SHALL REVIEW DVD AND PHOTOS WITH THE OWNER PRIOR TO THE START OF ANY CONSTRUCTION. 27. CONTRACTOR SHALL RESTORE ALL DISTURBED AREAS WITHIN THE CONSTRUCTION SITE AS PER THE EASEMENT REQUIREMENTS ASSOCIATED WITH THE PROJECT AND ANY OTHER REQUIREMENTS SHOWN ON THE PLANS. IF NOT OTHERWISE SPECIFIED, ALL STREETS, DRIVEWAYS, FENCING, LANDSCAPING, ETC. SHALL BE RETURNED TO A CONDITION EQUAL TO OR BETTER THAN EXISTED PRIOR TO CONSTRUCTION. STREET AND RIGHT OF WAY CONSTRUCTION 1. REPLACE EXISTING PAVEMENTS, CURBS, SIDEWALKS, VALLEY GUTTERS AND DRIVEWAYS DAMAGED OR REMOVED DURING CONSTRUCTION TO ORIGINAL OR BETTER CONDITION AND IN COMPLIANCE WITH CITY OF LUBBOCK DESIGN STANDARDS AND SPECIFICATIONS. 2. ADEQUATE DRAINAGE SHALL BE MAINTAINED AT ALL TIMES DURING CONSTRUCTION AND ANY DRAINAGE DITCH OR STRUCTURE DISTURBED DURING CONSTRUCTION SHALL BE RESTORED TO SATISFACTION OF OWNING AUTHORITY. 3. FOR EXCAVATION IN PAVED AREAS, ASPHALT SURFACE AND ASPHALT STABILIZED BASE SHALL BE SALVAGED AND MILLED TO A MAXIMUM DIAMETER OF 2-INCHES, THEN DELIVERED TO THE CITY OF LUBBOCK STOCKPILE LOCATION AT THE CITY OF LUBBOCK CALICHE CANYON LANDFILL (8425 NORTH AVENUE P) DURING NORMAL WORKING HOURS, MONDAY THROUGH FRIDAY BETWEEN8 AM AND 5 PM. CALL 806-767-2492 TO COORDINATE DELIVERY. 4. ASPHALT SURFACE AND ASPHALT STABILIZED BASE ARE NOT REQUIRED TO BE SEGREGATED IN THE SALVAGE OPERATIONS. 5. TOTAL SALVAGE DEPTH OF ASPHALT MATERIALS IN PAVED AREAS SHALL NOT EXCEED FOUR (4) INCHES. 6. CONTRACTOR SHALL NOT IMPEDE TRAFFIC ON EXISTING STREETS, DRIVEWAYS, ALLEYS, OR FIRE LANES OPEN TO THE PUBLIC. GENERAL NOTES FOR PAVING 1. ALL PAVING CONSTRUCTION, TESTING, AND MATERIALS, INCLUDING CONCRETE, REINFORCEMENT, JOINTING, AND SUBGRADE PREPARATION AND TREATMENT SHALL BE IN ACCORDANCE WITH THE CITY'S CURRENT STANDARDS, DETAILS, AND SPECIFICATIONS UNLESS OTHERWISE NOTED. 2. ABSOLUTELY NO EARTHWORK, LIME APPLICATION, OR OTHER PREPARATION OF THE SUBGRADE FOR PAVING OF STREETS, ALLEYS, OR FIRE LANES SHALL BE INITIATED WITHOUT AUTHORIZATION FROM THE CITY. THE CITY WILL AUTHORIZE THE SUBGRADE WORK IN PREPARATION FOR PAVING AFTER UTILITY TRENCH BACKFILL TESTING HAS BEEN COMPLETED AND VERIFIED TO MEET THE CITY REQUIREMENTS. 3. CONTRACTOR IS RESPONSIBLE FOR ENSURING ALL PEDESTRIAN WORK MEETS OR EXCEEDS THE CURRENT AMERICAN WITH DISABILITIES ACT ACCESSIBILITY GUIDELINES (ADAAG) AND THE TEXAS ACCESSIBILITY STANDARDS (TAS). THE CONTRACTOR SHALL REMOVE AND REPLACE ANY CONSTRUCTED OR INSTALLED ITEMS NOT MEETING THE CURRENTADAAG AND TAS REQUIREMENTS AT NO ADDITIONAL COST TO THE CITY. 4. ANY EXISTING CURB OR GUTTER DAMAGED DURING CONSTRUCTION SHALL BE SAWCUT WITH GUTTER AND REPLACED TO THE NEAREST CURB JOINT IN ACCORDANCE WITH CITY STANDARDS. GENERAL NOTES FOR WATER 1. ALL WATER CONSTRUCTION, TESTING, AND MATERIALS SHALL BE IN ACCORDANCE WITH THE CITY'S CURRENT STANDARDS, DETAILS, AND SPECIFICATIONS UNLESS OTHERWISE NOTED. 2. CONTRACTOR SHALL SUBMIT ATRENCH SAFETY PLAN PRIOR TO THE PRE -CONSTRUCTION MEETING. 3. CONTRACTOR SHALL NOT OPERATE EXISTING VALVES. CONTACT THE CITY'S PIPELINE MAINTENANCE DEPARTMENT TO REQUEST VALVE CHANGES. 4. ALL MANHOLES AND WATER VALVES SHALL BE ADJUSTED TO FINISHED GRADE. 5. WHERE STANDARD HORIZONTAL OR VERTICAL FITTINGS ARE NOT CALLED OUT, CONTRACTOR MAY DEFLECT JOINTS TO MAKE REQUIRED ALIGNMENT OR GRADE. JOINT DEFLECTION SHALL NOT EXCEED 80% OF MANUFACTURER'S RECOMMENDATION. GENERAL NOTES FOR STORM DRAIN 1. ALL STORM DRAIN CONSTRUCTION, TESTING, AND MATERIALS SHALL BE IN •.. ACCORDANCE WITH 2O14 TXDOT STANDARD SPECIFICATIONS UNLESS - iw �P•,..N '� • w' O 9 I l OTHERWISE NOTED. :2 2. CONTRACTOR SHALL SUBMIT A TRENCH SAFETY PLAN PRIOR TO THE Q: o! PRE -CONSTRUCTION MEETING. 3. FLOWABLE FILL FOR USE BETWEEN CULVERTS OR HEADWALLS IS L SUBSIDIARY TO THOSE RESPECTIVE ITEMS. 4. BOX AND GASKETS SHALL COMPLY WITH ASTM C1577 AND ASTM C1677. a PERFORMANCE REQUIREMENTS FOR JOINTS SHALL INCLUDE AN ALLOWABLE GAP OF 3/4" MAXIMUM AND DEFLECTION NOT TO EXCEED 1/2" WITHIN THAT 3/4" GAP. JOINTS SHALL BE MEASURED IN THE FIELD BY THE CITY'S INSPECTOR TO DEMONSTRATE COMPLIANCE. W Jo ulQ �iZv N8 ii arry Tm�„ a3 PERMIT CONTACT INFORMATION: SWPPP TRENIA HARRIS (806) 775-2347 JOSH FLUD (806) 548-4152 ROW CLAUDE KNEISLEY (806) 775-2347 BARRICADE DAVID BRAGG (806) 775-2135 NEIGHBORHOOD CONTACT INFORMATION: VINTAGE HOA TIM DALLAS (806) 438-0510 THE LANDSCAPE GALLERY JAY DANIEL (806) 241-2043 MASTER DEVELOPER JOSH ALLEN (806) 549-5000 PUBLIC UTILITY CONTACTS: TELECOM SERVICES AT&T TEXAS - KYLE KNOX 2010 AVE R, ROOM 102 LUBBOCK, TX 79411 PH:(432) 296-3107 WK1741@ATT.COM ELECTRIC SERVICE SOUTH PLAINS ELECTRIC COOP - JAMES CALAWAY P.O. BOX 1830 LUBBOCK, TX 79408 PH: (806) 548-2159 JCALAWAY@SPEC.000P CABLE TELEVISION SERVICES SUDDENLINK- BRENNAN MARABLE 6710 HARTFORD LUBBOCK, TX 79413 PH: (806) 241-0467 BRENNAN. MARABLE@ALTICETECHSERVICESUSA.COM NATURAL GAS SERVICE ATMOS ENERGY - LYNN GREEN 6606 66TH STREET LUBBOCK, TX 79424 PH: (806) 687-7130 LYNN.GREEN@ATMOSENERGY.COM FIRFROPTIC- SFRVIC-FS VEXUS FIBER - CYNTHIA DAY/MICHAEL PENNY 4006 W. LOOP 289 LUBBOCK, TX 79407 PH: (806) 788-2985 CYNTHIA. DAY@VEXUSFIBER.COM MICHAEL. PENNY@V EXUSFIBE R.COM CITY OF LUBBOCK: MICHAEL G. KEENUM, P.E.; C.F.M.- DIVISION DIRECTOR OF ENGINEERING/ CITY ENGINEER 1314 AVENUE K LUBBOCK, TX 79401 PH: (806) 775-2393 JOSH KRISTINEK, P.E. ASSISTANT CITY ENGINEER 1314 AVENUE K LUBBOCK, TX 79401 PH: (806) 775-3317 JOSH FLUID - CHIEF INSPECTOR 1314 AVENUE K LUBBOCK, TX 79401 PH: (806) 548-4152 �z CLu G Y Ln Lu oz> m 3:C] �p J � ; O~ u LL] -- Q L1J L7 zQ z >a In Lu O z J Lu z Lu G-03 UTILITIES EROSION CONTROL 1. ALL WATER AND SEWER CONSTRUCTION TESTING AND MATERIALS SHALL BE IN ACCORDANCE WITH THE CITY'S CURRENT STANDARDS, DETAILS, AND SPECIFICATIONS UNLESS OTHERWISE NOTED. 2. CONTRACTOR SHALL SUBMIT A TRENCH SAFETY PLAN PRIOR TO THE PRE -CONSTRUCTION MEETING. 3. CONTRACTOR SHALL NOT OPERATE EXISTING VALVES. CONTACT THE CITY'S PIPELINE MAINTENANCE DEPARTMENT TO REQUEST VALVE CHANGES. 4. ALL MANHOLES AND WATER VALVES SHALL BE ADJUSTED TO FINISHED GRADE. 5. WHERE STANDARD HORIZONTAL OR VERTICAL FITTINGS ARE NOT CALLED OUT, CONTRACTOR MAY DEFLECT JOINTS TO MAKE REQUIRED ALIGNMENT OR GRADE. JOINT DEFLECTION SHALL NOT EXCEED 80% OF MANUFACTURER'S RECOMMENDATION. TRAFFIC CONTROL 1. CONTRACTOR SHALL NOTIFY THE TRAFFIC DEPARTMENT AT LEAST 7 BUSINESS DAYS PRIOR TO ANY WORK, PROVIDE A CONSTRUCTION SCHEDULE AND NOTIFY THE TRAFFIC DEPARTMENT AT LEAST 48 HOURS PRIOR TO TRAFFIC SHIFTS. ALL TRAFFIC CONTROL COMPONENTS SHALL BE IN ACCORDANCE WITH 2O14 TXDOT STANDARD SPECIFICATIONS UNLESS OTHERWISE NOTED. 2. TEXAS STATE LAW, ARTICLE 1436C, MAKES IT UNLAWFUL TO OPERATE EQUIPMENT OR MACHINES WITHIN 10-FEET OF ANY OVERHEAD ELECTRICAL LINES UNLESS DANGER AGAINST CONTACT WITH HIGH VOLTAGE OVERHEAD LINES HAS BEEN EFFECTIVELY GUARDED AGAINST PURSUANT TO THE PROVISIONS OF THIS ARTICLE. WHEN CONSTRUCTION OPERATIONS REQUIRE WORKING NEAR AN OVERHEAD ELECTRICAL LINE, THE CONTRACTOR SHALL CONTACT THE OWNER/OPERATOR OF THE OVERHEAD ELECTRICAL LINE TO MAKE ADEQUATE ARRANGEMENTS AND TO TAKE NECESSARY SAFETY PRECAUTIONS TO ENSURE THAT ALL LAWS, ELECTRICAL LINE OWNER/OPERATOR REQUIREMENTS AND STANDARD SAFETY PRACTICES ARE MET. 3. CONTRACTOR IS RESPONSIBLE FOR APPLYING AND RECEIVING A BARRICADE PERMIT FROM THE CITY AND COMPLYING WITH ALL OF THE ASSOCIATED REQUIREMENTS. 4. CONTRACTOR MAY PROPOSE ALTERNATIVE TRAFFIC CONTROL BY SUBMITTING A PLAN TO THE CITY FOR APPROVAL. 5. CONTRACTOR IS RESPONSIBLE FOR MAINTAINING ALL TRAFFIC CONTROL COMPONENTS TO COMPLY WITH THE LATEST EDITION TO THE TMUTCD. 6. CHANNELIZING DEVICES AND BARRIERS ARE CALLED FOR ON THE PLANS. THE CONTRACTOR SHALL SUBMIT PROPOSED CHANNELIZING AND BARRIER DEVICES TO BE USED FOR APPROVAL PRIOR TO IMPLEMENTATION. 7. CITY OF LUBBOCK TO PROVIDE PORTABLE CHANGEABLE MESSAGE SIGNS TO CONTRACTOR. CONTRACTOR SHALL OPERATE AND MAINTAIN DURING CONSTRUCTION AND RETURN TO THE CITY UPON COMPLETION. 8. ALL TEMPORARY SIGNAGE, STRIPING, AND BARRICADES ARE SUBSIDIARY TO THE TRAFFIC CONTROL PAY ITEM. TREE PROTECTION 1. DO NOT REMOVE ANY TREE OR SHRUB WITHOUT CITY APPROVAL. 2. ANY TREES THAT ARE MOVED, REMOVED, OR DAMAGED BY CONTRACTOR SHALL BE REPLACED. REPLACE WITH TREE SPECIES MUTUALLY ACCEPTABLE TO OWNER AND CITY ENGINEER. MATCH SIZE UP TO MAX CALIPER OF 4". 3. ALL INSTALLED TREES MAY ONLY BE PLANTED BETWEEN NOVEMBER 1ST AND FEBRUARY 28TH. 4. TREES LOCATED WITHIN OR NEAR CONSTRUCTION CORRIDOR MUST BE PROTECTED AT ALL TIMES DURING CONSTRUCTION. 5. CONTRACTOR SHALL PROVIDE TREE PROTECTION, PROVIDE PROPER TREE LIMB TRIMMING BEFORE ANY CONSTRUCTION BEGINS. GENERAL NOTES FOR EROSION COTROL AND STORMWATER 1. STEEL POSTS SHALL NOT BE USED TO INSTALL EROSION CONTROL MEASURES WITHIN CITY ROW. 2. NO EQUIPMENT SHALL BE CLEANED ON -SITE, OR OTHER LIQUIDS DEPOSITED AND ALLOWED TO FLOW OVERLAND OR SUBTERRANEAN WITHIN THE LIMITS OF THE CRITICAL ROOT ZONE OF TREES THAT REMAIN ON SITE. THIS INCLUDES PAINT, OIL, SOLVENTS, ASPHALT, CONCRETE, CONCRETE EQUIPMENT WASH WATER, MORTAR OF SIMILAR MATERIALS. 3. ASPHALT BAGS SHALL BE PLACED AT CONSTRUCTION ENTRANCES TO PREVENT CURB DAMAGE. 1. CONTRACTOR SHALL COORDINATE WITH CITY OF LUBBOCK STORM WATER DEPARTMENT REGARDING APPROPRIATE EROSION CONTROL MEASURES AND PROVIDE THE CITY WITH ALL SUPPORTING MATERIALS FOR SWPPP AND NOI PERMITS. 2. EROSION CONTROL DEVICES SHALL BE INSTALLED ON ALL PROJECTS PRIOR TO BEGINNING CONSTRUCTION AND SHALL BE MAINTAINED THROUGHOUT THE PROJECT IN A CONDITION ACCEPTABLE TO THE CITY. 3. STEEL POSTS SHALL NOT BE USED TO INSTALL EROSION CONTROL MEASURES WITHIN CITY ROW. 4. NO EQUIPMENT SHALL BE CLEANED ON -SITE, OR OTHER LIQUIDS DEPOSITED AND ALLOWED TO FLOW OVERLAND OR SUBTERRANEAN WITHIN THE LIMITS OF THE CRITICAL ROOT ZONE OF TREES THAT REMAIN ON SITE. THIS INCLUDES PAINT, OIL, SOLVENTS, ASPHALT, CONCRETE, CONCRETE EQUIPMENT WASH WATER, MORTAR OF SIMILAR MATERIALS. 5. ASPHALT BAGS SHALL BE PLACED AT CONSTRUCTION ENTRANCES TO PREVENT CURB DAMAGE. 6. CONTRACTOR IS RESPONSIBLE FOR KEEPING STREETS AND DRIVEWAYS ADJACENT TO THE PROJECT FREE OF MUD AND DEBRIS AT ALL TIMES. CONTRACTOR SHALL CLEAN UP AND REMOVE ALL LOOSE MATERIAL RESULTING FROM CONSTRUCTION OPERATIONS. THE CONTRACTOR SHALL TAKE ALL AVAILABLE PRECAUTIONS TO CONTROL DUST SURVEY 1. PROJECT SURVEY IS BASED ON FIELD SURVEY DATA PROVIDED BY AMD ENGINEERING, NOVEMBER 17, 2020. SEE HORIZONTAL AND VERTICAL CONTROL SHEET FOR ADDITIONAL INFORMATION. 2. DIGITAL ORTHOPHOTOGRAPHY SHOWN AS BACKGROUND IMAGES IN THE PLAN VIEW WERE TAKEN BETWEEN JANUARY AND JUNE 2018 FOR THE CITY OF LUBBOCK. 3. CONTRACTOR SHALL BE RESPONSIBLE FOR PROTECTING ALL SURVEY MARKERS INCLUDING IRON RODS, PROPERTY CORNERS, OR SURVEY MONUMENTS WITHIN THE LIMITS OF CONSTRUCTION AND OUTSIDE ROW DURING CONSTRUCTION. ANY SURVEY MARKERS DISTURBED DURING CONSTRUCTION SHALL BE REPLACED BY THE CONTRACTOR AT NO COST TO THE CITY. 4. CONSTRUCTION SURVEYING IS THE SOLE RESPONSIBILITY OF THE CONTRACTOR INCLUDING BUT NOT LIMITED TO LIMITS OF EASEMENT, RIGHT OF WAY, CENTERLINE, ETC. THE CONTRACTOR SHALL VERIFY ALL CONTROL MONUMENTATION PRIOR TO BEGINNING CONSTRUCTION. MISCELLANEOUS 1. IRRIGATION SYSTEMS ARE LOCATED WITHIN THE LIMITS OF CONSTRUCTION. CONTRACTOR SHALL TAKE DUE CAUTION TO PROTECT IRRIGATION SYSTEM DURING CONSTRUCTION AND IF DAMAGED, REPAIR AT CONTRACTORS EXPENSE. PERMIT CONTACT INFORMATION: SWPPP TRENIA HARRIS (806) 775-2347 JOSH FLUD (806) 548-4152 ROW CLAUDE KNEISLEY (806) 775-2347 BARRICADE DAVID BRAGG (806) 775-2135 NEIGHBORHOOD CONTACT INFORMATION: VINTAGE HOA TIM DALLAS (806) 438-0510 THE LANDSCAPE GALLERY JAY DANIEL (806) 241-2043 MASTER DEVELOPER JOSH ALLEN (806) 549-5000 PUBLIC UTILITY CONTACTS: TELECOM SERVICES AT&T TEXAS - KYLE KNOX 2010 AVE R, ROOM 102 LUBBOCK, TX 79411 PH:(432) 296-3107 WK1741@ATT.COM ELECTRIC SERVICE SOUTH PLAINS ELECTRIC COOP - JAMES CALAWAY P.O. BOX 1830 LUBBOCK, TX 79408 PH: (806) 548-2159 JCALAWAY@SPEC.000P CABLE TELEVISION SERVICES SUDDENLINK- BRENNAN MARABLE 6710 HARTFORD LUBBOCK, TX 79413 PH: (806) 241-0467 B RENNAN. MARABLE@ALTICETECHSERVICESUSA.COM NATURAL GAS SERVICE ATMOS ENERGY - LYNN GREEN 6606 66TH STREET LUBBOCK, TX 79424 PH: (806) 687-7130 LYNN.GREEN@ATMOSENERGY.COM FIRFROPTIC'. SFRVIC'.FS VEXUS FIBER - CYNTHIA DAY/MICHAEL PENNY 4006 W. LOOP 289 LUBBOCK, TX 79407 PH: (806) 788-2985 CYNTHIA. DAY@VEXUSFIBER. COM MICHAEL.PENNY@VEXUSFIBER.COM CITY OF LUBBOCK: MICHAEL G. KEENUM, P.E.; C.F.M.- DIVISION DIRECTOR OF ENGINEERING/ CITY ENGINEER 1314 AVENUE K LUBBOCK, TX 79401 PH: (806) 775-2393 JOSH KRISTINEK, P.E. ASSISTANT CITY ENGINEER 1314 AVENUE K LUBBOCK, TX 79401 PH: (806) 775-3317 JOSH FLUD - CHIEF INSPECTOR 1314 AVENUE K LUBBOCK, TX 79401 PH: (806) 548-4152 Wjg Wo-. W=' o 8E ii arry Tm�„ ?°v a Ln �z _ W Y U) W oz> m� Q �p ry, 0- > O U } Lu Q LU zQ z >a N LL O N In Lu O z J Lu z W G-04 NOTES: ALL COORDINATE VALUES ARE RELATIVE TO NAD 83 (2011) TEXAS COORDINATE VALUES SYSTEM, NORTH CENTRAL ZONE (4202) US SURVEY FEET ALL ELEVATIONS ARE NAVD 88 TO CONVERT SURFACE COORDINATES TO GRID, MULTIPLY BY THE PROJECT AVERAGE COMBINED SCALE FACTOR OF 0.99975071, CONVERGENCE ANGLE:-1'51'35.38" CONTROL INFORMATION SHOWN ON THIS SHEET WAS ACCURATE AS OF THE DATE OF THE SURVEY CONTRACTOR TO VERIFY CONTROL POINTS PRIOR TO BEGINNING CONSTRUCTION AND REPORT ANY DISCREPENCIES TO THE ENGINEER PROJECT SURVEY IS BASED ON FIELD SURVEY DATA PROVIDED BY AMD ENGINEERING, NOVEMBER 17, 2020 SEE HORIZONTAL AND VERTICAL CONTROL SHEET FOR ADDITIONAL INFORMATION. NOTE: COORDINATE SYSTEM, SCALING FACTOR, AND CONVERGENCE FACTOR SUPPLIED BY AMD ENGINEERING AND SURVEYING ON DATE NOV. 17, 2020. MONUMENT/ CONTROL POINT NORTHING (Y) EASTING(X) ELEVATION(Z) DESCRIPTION CP-1 7241618.487 929120.766 3236.74 BENCHMARK CP-2 7241412.369 928915.661 3238.50 BENCHMARK CP-3 7241266.854 928745.170 3239.79 BENCHMARK CP-4 7242062.740 929512.038 3242.65 CONTROL POINT CP-S 7242062.002 929271.237 3239.16 CONTROL POINT CP-6 7241766.570 929714.328 3241.69 BENCHMARK 'I N 0 50' 100' 200' SCALE IN FEET Vo Ir '¢:' •yam 11 <•'• :3• •'F,�� J u') w zw az O= w NLr) c=nw Q uz> O� m�j0 =< Jo o�>U w �C -- V�Q Lw zz z> >a (o wQ 0 DIGITAL ORTHOPHOTOGRAPHY SHOWN AS BACKGROUND IMAGES IN THE PLAN VIEW WERE TAKEN BETWEEN JANUARY AND JUNE 2018 FOR THE CITY OF LUBBOCK. G-05 5 MirmSt,t— Va user: 04336 Dffice:0, site m mznz 00 m Dr�m 00mD 110m LfmZD ti D O sm m>pN Nmm y^mOi NDO ONO' � Dp m� 0 m 0 m03 K �35 Om m0 D N4l Q00 ?ZD DSO mp w0 TEXAS F-2144 I A i m rvo. Issues ar DATE re<ry 7 NO. CITY OF LUBBOCK %%III 1 LUB20628 VINTAGE TOWNSHIP <E OF _;�P•........F.�q,, DATE 10/1/2021 DRAINAGE IMPROVEMENTS ■ FREESE DESIGNED WJB �NICHOLS •••••• •••••�• / WADEJ. BARNES in DRAWN AP/MR CIVIL 1500 Broadway street, suite 1150 Lubbock, 06)6861 Phone- 00 i ..........2001.......;.. %p;••• f20012 REVISED CHECKED HRK w.f ese.co Web www.freese.com //� ��OENSE�'•��-� /1FS1 '••••••'���� VERIFY SCALE Bar is one inch on original drawing. 0 1 FUE NAME G E OT E C H N I CA L BORE LAYOUT h IONALE� I��.�-- If not one inch on this sheet, adjust scale. w_rar-PI _TFSTHoi FM.cht Micro Station VO Used: 04336 Offi[e:O, Site No Text CONSTRUCTION PHASING PLAN k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�+ - 117TH ST PAVING 5. ALLOW CITY FRANCHISE UTILITIES TO LOWER OR RELOCATE THEIR LINES. TRAFFIC: 117TH ST CLOSED AT TRAFALGAR AVE. NORTH -SOUTH ALLEY BETWEEN 116TH ST AND SAVANNAH AVE CLOSED AT NEAREST DRIVEWAY. CONSTRUCTION: 1. DO NOT BEGIN UNTIL PHASE 3 IS COMPLETE. 2. INSTALL TRAFFIC CONTROL BARRICADES AND SIGNAGE. 3. MAINTAIN EROSION PROTECTION MEASURES AT THE OUTFALL. 4. MAINTAIN SILT FENCE ALONG BACK OF CURB. 5. CONSTRUCT ASPHALT PAVEMENT FOR 117TH STREET FROM TRAFALGAR AVE TO SAVANNAH AVE. 6. STABILIZE DISTURBED AREAS. 7. CLEAN PROJECT SITE, REMOVE DEBRIS, TRASH, ETC. 8. REMOVE BARRICADES AND OPEN TO TRAFFIC. �z �w 2 � Y U) W oz> m /O� OJ J > O � V }w u Q LU <Lr) zQ z >a z J a 0 z Q IZ U W O [mile] 9 PHASE 2 w > a x a z z a w > Ln cc a c� a a th . y 5i oROAD CLOSED r S� 666 yyy ti aROAD TCLOSED r PHASE 4 GENERAL NOTES: 1. IT IS THE INTENT OF THESE PLANS TO PROVIDE POSITIVE GUIDANCE TO MOTORISTS THROUGHOUT THE PROJECT LIMITS BY THE USE OF SIGNS, PAVEMENT MARKINGS, DELINEATION DEVICES AND/OR CHANNELIZATION DEVICES. ALL TRAFFIC CONTROL DEVICES AND IMPLEMENTATION SHALL CONFORM TO THE REQUIREMENTS OF THE CURRENT "TEXAS MANUAL ON UNIFORM TRAFFIC CONTROL DEVICES" (TMUTC). 2. WHERE VEHICLES AND EQUIPMENT CROSS EXISTING CURB AND GUTTER, THE CURB AND GUTTER SHALL BE PROTECTED AGAINST DAMAGE. CURB AND GUTTER DAMAGED BY THE CONTRACTOR SHALL BE REPLACED AT CONTRACTOR'S EXPENSE. 3. ALL OPEN EXCAVATION, INCLUDING TUNNELLING OR BORING ACCESS SHAFTS, SHALL BE PROTECTED ON ALL SIDES BY PORTABLE BARRIRERS WHEN SITE IS UNATTENDED. 4. ALL OPEN ECAVATION SHALL BE PROTECTED ON ALL SIDES BY FENCING TO PREVENT PEDESTRIAN ACCESS WHEN SITE IS UNATTENDED. FENCE SHALL BE MADE OF MESH MATERIAL, MINIMUM 5 FEET IN HEIGHT WITH A MAXIMUM DISTANCE OF 4 INCHES BETWEEN NATURAL GROUND AND THE BOTTOM OF THE FENCE. 5. TRAFFIC CONTROL SIGNS SHALL BE INSTALLED AND IN -PLACE 5 BUSINESS DAYS PRIOR TO COMMENCEMENT OF RELATED CONSTRUCTION. 6. THE FOLLOWING NARRATVE IS A SUPPLEMENT TO THE TRAFFIC CONTROL PLAN (TCP) SHEETS. THE TCP SHEETS DETAIL A GENERAL PLAN FOR CONSTRUCTION PHASING AND TRAFFIC MANAGEMENT. 7. CONTRACTORS TO PROVIDE ALL ADVANCED WARNING SIGNS PER TxDOT STANDARDS BC(2)-14 AND AS SHOWN IN THE TRAFFIC CONTROL PLANS FOR THE PROJECT LIMITS OR AS DIRECTED BY THE ENGINEER. CONFLICTING SIGNS SHALL BE COVERED OR REMOVED AND PAID FOR AT NO COST TO THE CITY. 8. SEE UTILITIES PLAN FOR ADDITIONAL INFORMATION. CONTRACTOR SHALL FIELD VERIFY EXISTING UTILITIES AND NOTIFY THE ENGINEER OF ANY CONFLICTS DISCOVERED. 9. CONTRACTOR IS TO COORDINATE WITH COL WASTE MANAGEMENT FOR GARBAGE TRUCK PASSAGE THROUGH ALLEY. CONTRACTOR IS RESPONSIBLE FOR PERMITS AND ACCEPTABLE TRAFFIC PLAN FROM THE CITY OF LUBBOCK. THIS SHEET PROVIDES GUIDELINE THAT REPRESENT THE CONSTRUCTION PHASING AS DESCRIBED ON SHEET G-09. CONTRACTOR IS RESTRICTED TO 117TH STREET BETWEEN TRAFALGAR AND SAVANNAH AVE. CONTRACTOR MUST NOT INTERFERE OR BLOCK TRAFFIC OUTSIDE THE CONSTRUCTION LIMITS PHASE 1: PHASE 1 IS GRADING AND BERM RELOCATION IN VINTAGE BASIN DB-1. NO TRAFFIC PLAN REQUIRED. SEE PHASING PLAN FOR MORE DETAILS SHEET G-09. PHASE 3 �- 1 Il4 7 SHiIlfSET L a x a z z a - w > LLn a n a LD a a F - 5� r Ro B3 LLD ROAD LLC�L2SEDjj s ti r ROAD' �<<FY R 5� CLOSED uR � 114TH STREETET w Q a z z w rn a a U) - a l7 J a a ` \,-A K F N 5� cRosDD y, �B 3 CLOSED J ROAD 16Tj�, � � CLOSED ST ROAD T CLOSED ROAD CLOSED 40 B I ROAD 4 ,� CLOSED LEGEND TYPE III SIGN H 'I N 0 50' 100' 200' SCALE IN FEET Win WQ� W=' o �E LL.- ox'° a3 � Q Lu 0 zLr) z Q cn L LL _jJJ L U In Yw JU uz> oa mho J0�;z< o w Lu � VQU� Q LL 0 zz Qo >Q �z Q LJJ Lu Cn z m Q ll o w o w F7 � � z F Z V 0 U z I >o SHEET G-10 SEQ. 10 ,el I .III I >J IIII III I I III II III I� IIII IIII I II I II � a III Ilil, of �- 2.6 2.4 2.2 } 2 >—0.8 0 0 0.6 0.4 0.2 0 SWMP CIP Model FNI Proposed (2) Results 6'x2' ■ At 116th St. ■ At Trafalgar Ave. PLAN LEGEND ---------- PROPOSED ---------- STORM DRAIN CURB INLET WITH EXTENSIONS I CURB INLET SAFETY END TREATMENT EXISTING CONTOUR PROPOSED CONTOUR PROFILE LEGEND ---------- EXISTING GROUND PROFILE LINE HYDRAULIC GRADE ---- LINE O EXISTING CROSSING UTLITY LINE (WATER, GAS,SAN. SEWER) PROPOSED STORM SEWER PIPE- OPEN CUT PROPOSED STORM SEWER PIPE- OTHER THAN OPEN CUT 1�m 00 3,245 ddoc ry CIP MODEL HGL 3,245 ------------------------------------ q K m FNI PROPOSED HGL APPROXIMATE: EXISTING GRADE J AT;CENTERLIN';E Z LL — — — — — ------ — — — — ---- 3,240 ZL- 3,240 '-W-Q-------,'--------------'--------------'-------------, — — — — — — — — T_________�________ 3,235--- ------------- ---- --- ----- ----- 3,235 43�1-1` 2-6'x2' kCB @ 0.10% 3,230 3,230 a a o a In L In Ln Ln W^ ui z R zO z`R z^ 0 N] N N J N N J N 0 J N za � A nX M r'X m n* ry 3,225 m N °°+ o ry ------ MO ry-------------------------------------- ------------ Qmv*O----------- 3,22----- ---------------- , rn Z„FF m In;;F F' m Z6 F m z'6�F rri J N J V J C J +wan N+w� ° ry+wan m+wa WOZW LL W~ZW LL W~ZW LL W LL Ja F Ja F- Ja F Ja F 3.220 Z'og o w<H. o WgH o Z�og o 3,220 3,215 3,215 3,210 3,210 0+00 1+00 2+00 3+00 4+00 m 0 10' 20' 40' HORIZONTAL SCALE 0 5' 10, VERTICAL SCALE Q V) �Q z U0 LU W z n c=w 00 Uz> °Cin O a 'O�GHQQ L I— a_ i cn LL ol UQ wO� (7 Lu O C') zz , w >Q oCw C2 az p w m G-11 11 or I i FULL DEPTH SAW CUT FROM SOUTH HC RAMP CURB TO PERPENDICULAR INTERSECTION WITH NORTH CURB - I h� I I J I I LEGEND TREE CURB AND GUTTER TO BE REMOVED 64 LF PROTECTION AREA .- I �- - - - - -' REMOVE ASPHALT PAVEMENT REMOVE CONCRETE PAVEMENT REMOVE CONCRETE APRON/SIDEWALK RELOCATE BERM REMOVE CURB AND GUTTER FULL DEPTH SAW CUT W TREE PROTECTION AREA CONTRACTOR NOTES: 1. CUT CONCRETE TO FULL DEPTH AT CONSTRUCTION OR EXPANSION JOINTS AT SAVANNAH INTERSECTION. 2. FULL DEPTH SAW CUT CURB AND GUTTER AT NEAREST JOINTS FOR LOCATIONS SHOWN ON PLANS. 3. FULL DEPTH SAW CUT SIDEWALK AT NEAREST CONSTRUCTION JOINT. 4. FULL DEPTH SAW CUT AT ASPHALT INTERSECTION WITH INTERSECTING STREET, CONCRETE VALLEY GUTTERS, AND/OR ALLEY INTERSECTIONS. 5. EXISTING TREES, IRRIGATION BEHIND CURB ALONG STORM DRAIN ALIGNMENT IS TO REMAIN. 6. PRUNE TREES AS NECESSARY FOR CONSTRUCTION EQUIPMENT. PROTECT TREES FROM DAMAGE. CONTRACTOR IS RESPONSIBLE FOR TREES AND EXCESSIVE DAMAGE TO TREES WILL BE REPLACED AT NO COST TO THE OWNER OR THE CITY OF LUBBBOCK. \ \ R DEMO EXISTING BERM. SALVAGE MATERIALS LOOSE ROCK RIP RAP LOCATED UNDER SURFACE. REUSE MATERIAL FOR RELOCATED BERM. / SEE SHEET P-02. GENERAL NOTES: 1. SEE SHEET G-09 FOR CONSTRUCTION PHASING. 2. SEE SHEET PV-01 FOR CONCRETE REPLACEMENT. 3. SEE SHEET D-01 FOR CONCRETE FLUME REPLACEMENT. 4. SEE SHEET PV-01 FOR ASPHALT REPLACEMENT. -7 `'v 0 10' 20' 30' 60' SCALE IN FEET I) �z �Cw C Y U) Lu oz> m 3:c) OJ O w U U Lu z_Q z >a 0 m K Y O w w w I C 0 0 0 - H a z U z >o EET DEMO-01 2. 12 114th STREET i tSWf a9i� a K a K102-46 � I. 5 111 � :r `�� i .• max; .r ,�,,. A E K102-47 i K102-12-3 / Sq gNNq h w CITY OF LUBBOCK PLAYA SYSTEM K MODELED 1/4/2021 PLAYA LAKE SUMMARY PLAYA LAKE NUMBER DESIGN INITIAL W/S ELEVATIONS ESTIMATED OVERFLOW ELEVATIONS PEAK WATER SURFACE ELEVATION (NAVD) NAVD) (NAVD) 2-YEAR 5-YEAR 1 10-YEAR 25-YEAR 50-YEAR 100-YEAR K102-46 3233 3234.5 3215.55 3235.84 3236.26 3236.51 3236.76 3237.02 K102-47 3232 3234.3 3235.39 3235.65 1 3236.02 1 3236.24 1 3236.46 3236.69 K102-48 3230 3231.72 3232.82 3233.15 1 3233.96 1 3234.18 1 3234.34 3234.51 LEGEND DRAINAGE BOUNDARY - ALIGNMENT HYDROLOGIC DATA SUMMARY TABLE NRCS URBANIZED TIME OF SUB BASIN ID DRAINAGE FULLY CONC(MIN) I 100-YR PEAK AREA (AC) DEVELOPED ON (MIN) FLOW (CFS) CURVE NUMBER K102-12-1 11.2 87.3 20.0 60.4 K102-12-2 2.7 89.0 10.0 18.3 K102-12-3 2.0 84.3 10.0 13.0 K102-46 7.4 66.5 10.0 31.4 K102-47 15.8 84.2 12.0 89.7 K102-48 12.2 84.5 1 14.0 1 66.1 HYDRAULIC SUMMARY - STREET CONVEYANCE NAME 5-YR 100-YR PROP GL EL WSE DEPTH WSE DEPTH UNIT FT FT FT FT FT 117TH-TRAFALGAR 3238.70 3239.20 0.50 3239.72 1.02 117TH-116TH 3237.45 3237.93 0.48 3238.65 1.20 117TH-SAVANNAH 3236.53 3236.11 -0.40 3237.48 0.97 HYDRAULIC SUMMARY - PIPE CONVEYANCE NAME 5-YR 100-YR HGL O HGL O UNIT FT CFS FT CFS 117TH-TRAFALGAR 3237.14 79.52 3239.33 125.26 117TH-116TH 3236.86 88.47 3238.69 127.84 117TH-SAVANNAH 3236.11 88.44 3236.48 127.74 COL DCM DESIGN STORM RAINFALL TOTALS (24-HR EVENT) RETURN TP-40 PERIOD PRECIPITATION (YEARS) DEPTH (INCHES) 2 2.72 5 3.54 10 4.25 25 5.27 50 6.08 100 6.94 500 8.38 0 100' 200' 400' SCALE IN FEET Lu Q Q Y Lf) Lu U Uz> Q� O Lu U m O / J Q O 0 r LLJ (3 a� ~ (3 Lu Q 0 "<3 z= z_Q z >a oZ Q VINTAGE DB1 BASIN EX ELEV: 3233.00 CONCRETE DRAINAGE FLUME. SEE SHEET D-01 FOR ll� RECONSTRUCTION f a, l I, I I I w III I! II I I! o • d. f„ a �. � ' EXISTING BERM TO BE REMOVED (REUSE �>,\\ MATERIALS ONSITE) GRADING LIMITS ALIGNMENT \ \ GRADE TO ` \ EXISTING SURFACE 3236 3235 3234 3233 3232 3231 3230 _300 -200 -100 0 100 SECTION A -A' 3236 3235 ors° pi 3234 3233 3232 3231 3230 200 300 GRADING TABLE OINT PPOINT NORTHING EASTING ELEVATION DESCRIPTION 1 7241806.12 929033.19 3235.00 MATCH EXISTING 2 7241815.73 929047.29 3233.00 MATCH EXISTING 3 7241754.05 929082.70 3233.00 TOE OF SLOPE 4 7241755.66 929107.45 3233.00 TOP OF BERM 5 7241898.80 929268.74 3233.00 TOE OF SLOPE 6 7241912.25 929283.92 3234.00 MATCH EXISTING 7 7241917.26 929276.71 3233.00 TOE OF SLOPE 8 7241976.56 929274.56 3233.00 MATCH EXISTING 9 7241976.39 929281.55 3234.00 MATCH EXISTING 10 7241574.23 929353.88 3232.00 MATCH EXISTING 11 7241562.26 929319.93 3235.00 MATCH EXISTING 12 7241662.76 929179.27 3232.00 TOE OF SLOPE 13 7241668.93 929160.42 3232.00 TOE OF SLOPE 14 7241672.85 929135.69 3234.00 POINT ON SLOPE 15 7241725.63 929143.58 3234.00 TOP OF BERM 16 7241714.05 929151.53 3232.00 TOE OF SLOPE 17 7241750.37 929112.04 3234.00 TOP OF BERM 18 7241895.99 929275.86 3234.00 TOP OF BERM 19 7241823.28 929253.61 3234.00 TOP OF BERM 20 7241813.78 929268.95 3232.00 TOE OF SLOPE 21 7241805.42 929288.03 3234.00 POINT ON SLOPE 22 7241757.72 929288.97 3232.00 TOE OF SLOPE 23 7241644.98 929422.44 3234.00 MATCH EXISTING 24 7241636.66 929410.95 3232.00 MATCH EXISTING - - PROPOSED CULVERT CL - PROPERTY LINE ----3233---- EXISTING CONTOURS 3233- PROPOSED CONTOURS RELOCATED BERM EARTHWORK FILL MATERIAL DENSITY REQUIREMENTS: ALL FILL SHALL BE IN ACCORDANCE WITH THE CITY OF LUBBOCK CODE OF ORDINANCES, SECTION 38.07.002, REQUIREMENTS AND VERIFICATION. 1. TESTING SHALL BE PERFORMED BY A COMMERCIAL TESTING LABORATORY IN ACCORDANCE WITH AMERICAN SOCIETY FOR TESTING MATERIALS (ASTM) STANDARDS. 2. ALL FILL MATERIALS SHALL BE COMPACTED TO NINETY-FIVE (90) PERCENT MODIFIED PROCTOR DENSITY IN ACCORDANCE WITH ASTM D-698. 3. FIELD DENSITIES SHALL BE DETERMINED IN ACCORDANCE WITH ASTM D-2167 (RUBBER BALLOON DENSITY METHOD), ASTM D-1556 (SAND CONE DENSITY METHOD) OR ASTM D-2922 (NUCLEAR DENSITY METHOD). 4. FOUR (4) FIELD DENSITIES SHALL BE TAKEN PER ACRE OF FILL MATERIAL, AND DENSITIES SHALL BE TAKEN FOR EACH SIX-INCH COMPACTED DEPTH, OR PORTION THEREOF, OF SUCCEEDING DEPTHS OF FILL MATERIAL. EACH AREA OF FILL MATERIAL LESS THAN ONE-HALF ACRE SHALL HAVE A MINIMUM OF TWO (2) FIELD DENSITIES FOR EACH SIX-INCH DEPTH, AND AREAS OF FILL MATERIAL BETWEEN ONE-HALF ACRE AND ONE (1) ACRE SHALL HAVE A MINIMUM OF THREE (3) FIELD DENSITIES FOR EACH SIX-INCH DEPTH. 5. EACH LIFT SHALL HAVE A MAXIMUM COMPACTED DEPTH OF SIX (6) INCHES. 6. THE FIELD DENSITIES SHALL BE TAKEN IN SUCH A MANNER AS TO BE A REPRESENTATIVE SAMPLING OF THE SIX-INCH DEPTHS. THE LOCATION OF THE TESTS SHALL BE PROPORTIONATELY SPACED TO REPRESENT APPROXIMATE EQUAL AREAS OF EACH ACRE BEING TESTED. TESTING SHALL NOT OCCUR AT THE SAME LOCATION IN SUCCEEDING DEPTHS, SO A REPRESENTATIVE SAMPLING OF THE TOTAL FILL MAY BE OBTAINED. 7. THE LOCATION OF THE FIELD DENSITY TESTS SHALL BE INDICATED UPON A MAP TO BECOME A PART OF THE CERTIFIED AS -BUILT CUT AND FILL PLAN. 8. COPIES OF ALL TEST RESULTS WITH LOCATION MAPS SHALL BE FURNISHED TO THE CITY ENGINEER WITH THE CERTIFIED AS -BUILT CUT AND FILL PLAN. 9. FILL MATERIAL WITH A PLASTICITY INDEX (PI) OF GREATER THAN TWENTY (20) WILL NOT BE ALLOWED IN ANY PUBLIC RIGHT-OF-WAY. THE SUBSTANDARD MATERIAL SHALL BE DISCARDED AT A LOCATION ABOVE THE PREDICTED PEAK WATER ELEVATION OF THE PLAYA LAKE, AND SELECT FILL MATERIAL SHALL BE IMPORTED TO THE SITE FOR PLACEMENT WITHIN THE PUBLIC RIGHT-OF-WAY. GENERAL NOTES: 1. ALL WORK SHALL BE PERFORMED IN ACCORDANCE WITH THE CURRENT VERSION OF THE CITY OF LUBBOCK MINIMUM DESIGN STANDARDS AND SPECIFICATIONS AND DRAINAGE CRITERIA. 2. CONTRACTOR SHALL COORDINATE UTILITY WORK WITH PROPER UTILITY OWNER PRIOR TO RELOCATION. 3. SEE SHEET G-07 FOR HORIZONTAL ALIGNMENT INFORMATION. 0 10' 20' 30' 60' SCALE IN FEET Wjg Ylp 'o E ii arry Tm�„ FD3xin� mim �3 � o - - v a3 �z z� oz � <z m�0 O _,0 JU O~�UJw } �Lu \ ~ V �LL�I�J 0 VQ(D z z_Q UQ z >a l 14 + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + \ + + + + + + + + + + + 2.+ ++ + + + + + + + + + + + + + + + + + + T T + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + t + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + t + t + + + + + + + + + + + + + t + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + r+; + + + + + + + + + + + + + + + + + + "\\ +. i + + + + + + + + + + + + + + + + + \ + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + t + t + + + + + + + + LEGEND + + + + + + + SEEDING + + + SEEDING GENERAL NOTES A. THE LANDSCAPE CONTRACTOR SHALL REFER TO THE CONTRACT AND SPECIFICATIONS FOR REQUIREMENTS NOT LISTED HEREIN INCLUDING THE TEMPORARY WATERING SCHEDULE FOR ALL SEEDED AREAS. B. THE CONTRACTOR SHALL LOCATE AND VERIFY THE EXISTENCE OF ALL UTILITIES PRIOR TO STARTING WORK. C. THE CONTRACTOR SHALL SUPPLY ALL PLANT MATERIALS IN QUANTITIES SUFFICIENT TO COMPLETE THE PLANTING PLAN SHOWN ON ALL DRAWINGS. PLANT COUNTS AND SQUARE FOOTAGES ARE PROVIDED AS A COURTESY ONLY. D. ALL SEEDING MATERIAL SHALL CONFORM TO THE GUIDELINES ESTABLISHED BY THE CURRENT AMERICAN STANDARD FOR NURSERY STOCK, PUBLISHED BY THE AMERICAN ASSOCIATION OF NURSERYMEN OR EQUIVALENT. E. LANDSCAPE CONTRACTOR SHALL LOCATE THE SOURCE OF AND SELECT ALL SEEDING FOR APPROVAL BY THE PROJECT ENGINEER. F. PRIOR TO SEED PLACEMENT THE AREA SHALL BE SCARIFIED TO A DEPTH OF 1" AND GRADED/BLADED SMOOTH. DEBRIS OR ROCKS LARGER THAN 1/2" DIAMETER SHALL BE REMOVED FROM THE AREA PRIOR TO SEED PLACEMENT SEED MIX RATIO SPECIES .LB PLS / ACRE GREEN SPRANGLETOP Slb SIDEOATS GRAMA (EL RENO) 31b BLUE GRAMA (HACHITA) llb BUFFALO GRASS (TEXOKA) 21b SAND DROPSEED .51b BERMUDA (SAHARA) 31b P5 ,5,: :r•��� 111 /O' I :w•� W:2j Ir '¢:' •yam 11 <•'• :3• • io�� Wjg W=' o 8E ii arry Tm�„ D3xin� a3 H �z tiW 2 L Y (/) Lu W o z > �7 Q m � z J�a > n0 O 0w }wzw u Q LIJ J Lf) z_Q z 0 0 10' 20' 30' 60' SCALE IN FEET P-03 15 I �T III D T li ll I + IIII <D I* mr I � Ih I III +ol© IIII � Iq I Q I 0 N I ° e I III INLET 1-N III STA: 0+91 87 < el T OFF: 10.76 LT INSTALL -_ �-- 1-5'X5' CURB INLET' 0 WITH 5' EXTENSION H 00 _ IIII Its b II 10+88.8 L-- STA: BEGIN DRAINAGE II IMPROVEMENTS - ' -III III.INLET 1-S ......... I - STA. 0+91.87 OFF: 11.38' RT I INSTALL: 1-5'X5' CURB INLET J II' WITH 5' EXTENSION I III II IIII I III 1� 777 II, II II III I °°II I �I II _-:-.:- III I II pl I I IIII .. I N IIII � II ul I INLET 2-7 STA: 1+40.61 OFF: 10.75' LT IIII INSTALL• 1-5'X5' CURB INLET - l0- - ,WITH 5' EXTENSION INLET3 N ' , - STA: 2+46.65 OFF: 7.00' LT.—_ �r INSTALL: jailla t ` 1 5 XS CURB INLET — —71i — ,'�i INLET AND LATERAL INFO RE: D-02 3-INLET 2-S 2+46.65 STA: 1+21.87 7.91' RT OFF: 11.38' RT LL: INSTALL: 5' CURB INLET I 1-5'XS' CURB INLET WITH 5' EXTENSIONS 0 i .- II7TH ST NOTES: 1. CONTRACTOR SHALL NOTIFY THE LANDSCAPE GALLERY, JAY DAVID, TO COORDINATE IRRIGATION LINE LOCATION PRIOR TO CONSTRUCTION. 2. CONTRACTOR SHALL NOTIFY CITY OF LUBBOCK AND ENGINEER OF RECORD OF ANTICIPATED CONSTRUCTION SCHEDULE IN THE AREA SO THAT THE GENERAL PUBLIC MAY BE NOTIFIED OF IMPACTS. 3. LATERAL CONNECTION BETWEEN PCU INLETS AND STORM BOX PIPE IS A — CAST -IN -PLACE UNION, SEE DETAIL SHEET D-03. 1� m 00 QPV � I I I I I I I 3,245 dom N ------------- w- X Qi0 ry' APPROXIMATE EXISTING GRADE', �GL EXISTING 3" GAS LINE MN II AT CENTERLINE APPROZ FL = 3235.55 J z_ ALLEY LL EXISTING lb'_' C-900 PV,C------------- 3,240 ca_ ! ! ! ! ------ ----------- ---- --------- <-- : m------------------=------------------__------ ---- -----------', ` WATER LINE CROSSING ' -- 4 ----------------------'----------------- T _ -- ------ -- ------ -- ---- 5'X2' iCIP CONNECTION (TYP}-------- ------ ----- --------,-------- ---- -------------------- ----- ---------------- ------------------ SEE S,HEET:INLET DETAILS -------------- ----------------- 235 D-02 3 412LF 2-6'x2' kC6 @ 0.18% I I I 3,230 ------------- -I- -------- - -EEXISTING-2''--CABLE-GTFV--LINE AXISTING__ jBER_4"_OPTIC.LINE------------- - a n m UNKNO PROX = 3232 z O __z O z O z TOP OF CONDUIT (- 231.EC AL LINE �AP FL 38 in in EXISTING ELECTRIC' w ui w m W (UNKNOWN DEPTH) p N] N N J N N J N Z J N M M m � � � EXISTING B" PVC SANITARY -- 3,225 Qm A ^------------------0 no — --------,o M-O --------% ------Qmv*O ry ------- ----EXISTING--2!'--FIRER',OPTIC -LINE--- ----------< ---SEWER-CROSSING-- ------------ �� z F F m � �F F M z aM m z pM ~ M TOP OF. CONDUIT - 3231.56 APPROX. FL = 3229.24 J N J V J C J I +wan N+w� ° N+wan m+wa II I I I I I JNOZrZW LL LLWaW Wa W Ja aF 3.220 �LnQ F LL ° m; M' 10' m: rn' r', V', 00 O', 00 00 V', V; M; OP; r; N; 0) V O'� OR: W� l0� Imo; l0: l0: n; N� N: .--� N 01 .--� T T� 00 n� l0� M� N� N� O NCO �t0 �� .N .O .OD �t0 .7 '�N '�O 'NCO '�l0 '�7 �N '�O �00 �t0 7 �N �O m Cn; Cn', OD'� W:10 W:� co:,p OD:uO N:,p N:.f 00:Lq OO; of 00', uI 00'!uf I�',V 00'!V I�',V I�',� 1�',V �:M I�;M I�;M Imo; r+ 1�'r' I :N m: m! m� m M! m: M• , M• M• rn: , M• , M! � M! , M M M M M m• M• , M: M• , M: , m N'� N:N N'N N:N N:NN:N N:N N'N N'N N'N N'N N'N N'N N'N N:N N:N N:N N:N N:N N;N •, fl -,M -,M -,M -,M -,M -,M •,m •,M •,m •,m •,m •,M -,M -,M-,M ..M •.M •,M nip rvi' rvi' m m m m m• m• m m• m m m m m m m m• m• m - m• m __ 3,215___ ______________ ______________ ______________ ______________ N____________ N____________ N____________ N____________ N____________ N____________ N____________ N____________ N ___________ N ___----- ..'.N____________ N____________ N____________ N____________ N ,N ,N ,N N N N II II II II 'm II M II;M II 'M II 'm II 'm II 'm II 'M n m Il m Il m Il m II m II`M----------�I-rri----------�I-rri----------..........il.;-rri----------�I-rri----......il------------- p; p'p'p'II p'II p;II p;II p;II p;II p;II p;II p'II p'II p'II p'II p'II p'II p'II p;II p;II p;II p!II p!II p;II Z: Z', Z', Z',J Z',J Z:J Z:J Z:J Z:J Z:J Z:J Z',J Z',J Z',J Z',J Z',J Z',J Z',J Z:J Z:J Z:J Z:J Z:J Z:J C�', C�', C�',LL C7',LL 17:LL Q:LL 17:LL 17:LL C7:LL C7:LL C7,LL C7,LL (7,LL (7',LL (7',LL C7',LL C7',LL C7:LL C7:LL C7:LL C7:LL C7:LL C7;LL 3 210 x; x', x', x',p x',p xip xi❑ xip xip xip xip x',p x',p x',p x',p x',p x',p x',p xip xip xip xip xip x:0 W: W! W! W!ln1 W!ln1 W•Vl W:n W•ln W•Vl W•V1 W•VI W!Ln W!ln W!ln W!VI W!Ln W!Ln W!Ln W.VI W•VI W•VI W•VI W•Vl W:n 0+00 1+00 2+00 3+00 4+00 PLAN LEGEND ---------- PROPOSED ---------- STORM DRAIN CURB INLET WITH EXTENSIONS I�T CURB INLET SAFETY END TREATMENT EXISTING CONTOUR PROPOSED CONTOUR O O L(i Lu z J 2 U CQ PROFILE LEGEND G EXISTING GROUND ---------- PROFILE LINE HYDRAULIC GRADE ------ LINE O EXISTING CROSSING UTLITY LINE (WATER, GAS,SAN. SEWER) PROPOSED STORM SEWER PIPE- OPEN CUT PROPOSED STORM SEWER PIPE- OTHER THAN OPEN CUT 3,245-- 3,240-- 3,235-- --- 3,230-- --3,225--- t0 ^^_ �7 / 3,220 ^-7 l� v m ` N M N N N 3,215 ^� 0 10' 20' 40' p II z J HORIZONTAL SCALE LL 0 5' 10, W 3 210 VERTICAL SCALE W J_ LL z a- d LV Q N LL oz> <O ,.0/ z O L•I— J Q �r U o w d ~ (3Lu z ul V Q z�W Q _z z >Q o� C O F- P-04 16 VINTAGE DB2 PROPOSED x ELEV: 3232.00 Q CULVERT SAFETY END TREATMENT l• RE: SETB-CD STA. 6+03.10 END DRAINAGE \ IMPROVEMENTS x �.��►'. 'IWO LIMITS OF CONSTRUCTION J. N \ q i IRR x �x 1� s x s2 x N3� x x x VINTAGE DB2 BASIN 3,245 HGL 240 APPROXIMATE EXISTING GRADE PROPOSED SURFACE 3 -'240-- AT CENTERLWE'�-------------- --- ------------- ---------- ---------- CULVERT SAFETY (;ND TREATMENT --- --- --- RE: SETB-CD r- 3GRADE OUTFACE TOiPROPOSED; F ----------- --------- -POND--ELI?V: -3232.00 -------------; RE: SHEET P-02 88 LF 2-6'x2' RCB @ 0.13% --- 3,230 im N 3,225 --------------------------- 7-m ---------------- ----------- ----------- u nNZ J HZw lnwm V 3,220 nj lo: nj rnj m: co: lo: rv', ao', :c0 m'•7 rn: V;O V;O O N O N',O N ry N:N N'�ry N:ry rv:ry rv'�ry rv;rvrn: rv;rvrn: rv;Nrn:N;N N:N N;N N',N N',N 3,215 m m rn m m m ,m ,m m m m m m m m N m N m N MAN m N m N MAN M- MAN m N m•N m•N m N m N M m -;,Fm - !m -''m M ---;M M --�M--------- m--------- m--------- M--------- m--------- M-------------- ---------- ---------- ll! II: o, II , II , II , II o i II o i II o i II o i II , Z J Z',J Z',J Z',J Z',J Z',J Z:J Z:J Z:J Z:J Z:J Z:J Z',J Z',J (� w (.D,w CD',w CD,w CD,w CD',w (D;w Q: 0:; L): CD;w 0:w C7',w CD',w 3 210x o x',o x',o x',o x',o x',o xP xP xio xio xio xio x',o x',o w 'n w!in w!in w!Ln w!in w!in w•in w•in w•in w•in w•in w•in w!in w!in 5+00 6+00 7+00 8+00 PLAN LEGEND ---------- PROPOSED ---------- STORM DRAIN CURB INLET WITH EXTENSIONS I CURB INLET SAFETY END TREATMENT 3232 EXISTING CONTOUR 3232 PROPOSED CONTOUR PROFILE LEGEND EXISTING GROUND ---------- PROFILE LINE HYDRAULIC GRADE LINE O EXISTING CROSSING UTLITY LINE (WATER, GAS,SAN. SEWER) PROPOSED STORM SEWER PIPE- OPEN CUT PROPOSED STORM SEWER PIPE- OTHER THAN OPEN CUT 3,245-- 3,240-- 3,235-- 3,230 ----- 3,225---- --3,220--- N r Lu J_ LL z a� aw QN LL oz> QO �0 JQ ow d 17 Lu Z (f) Q zQ �z z >Q o� O F— 3 215 - 0 10' 20' 40' HORIZONTAL SCALE 0 5' 10, SHEET 3,210 VERTICAL SCALE P-05 17 TxTa6 BASE xnuc SURFACE 6, WIDTH AND CROWN VARY 6' SEE SE_TLDN B"'I" H.M.A.C. SU�,—�ALTCHE _- �__12_ BASE NOTE: 1, STREETS WITH ANTICIPATED ABNORMAL TRAFFIC LOADS, SUCH AS TRUCKS ANO BUSES, SMALL REQUIRE A SPECIFIC DESIGN TO BE APPROVED BY THE CITY ENGINEER. RES[DENTIAUCOLLEGTORIINDU5TRIAL 8, WIDTH AND CROWN VARY SEE SECTION 8.2.02 12 5/8" CDNnN 1111 REINFOROED OONORETE PAVEMENT 6' THICK RE51DENTW.L, COLLECTOR, AND INDUSTRIAL 7" THICK MINOR ARTERIAL 9"THICK PRINCIPAL ARTERIAL TYPICAL STREET r ]AN 2Q20 CROSS -SECTIONS Lubbock zzT 36-12 fi' 2" RESlOENTUIL e" a° COLLECTOR 10" 2,5" INDUSTRIAL 12" a' MINOR ARTERIAL 12" S' PRINCIPAL ARTERIAL TYPE'A"EE 9' R NOTE:_ 9c .a D Q —r 9' R �: 1. THLS SECTION TO BE USED ao?'. � FOR RESIDENTIAL APPLLG0.T[ONS ONLY, APPRDvu wu1 DEPEND ON TRAFFIC AND DwvNApE a • v , a ,a : a ° A., c P a 1i.a CONSIDERATIONS. 4'v,a II 12" "I' 12"� ROLLOVER CURB TYPE'T1' 9 Lulb• :, 4 a'Pva tt TYPE'C 1. REINFORCED TYPE "C" GUTTER SECTION SHALL BE CONSiRVCIID WITH THREE Y3 BARS RUNNING THE ENTIRE LENGTH OF THE DRIVEWAY SECTION WIFH CHAIRS SPAOEpTp GIVE ACDJRATE PIAEEMENT. (TO BE USED AT DRIVEWAYS ONLY.) TYPICAL 24" CURB RFV[tim AND GUTTER SECTIONS tLubl7ock MAY zm 4 vi3fi-9s LEGEND ASPHALT PAVEMENT CONCRETE PAVEMENT SCALE IN FEET NOTES: 1. SAVANNAH AVENUE CONCRETE WORK TO BE PLACED AS A TOTAL UNIT 2. 117TH STREET ASPHALT REPLACEMENT TO BE INSTALLED AS A SINGLE UNIT FROM TRAFALGAR AVE. TO SAVANNAH AVE. 6" 6" PRIME COA- TY-D NEW HMAC (2") NEW BASE (6" CALICHE) TRENCH BACKFILL SAWCUT EXISTING PAVEMENT TREAT WITH TACK COAT EXISTING HMAC EXISTING BASE VG SUBGRADE n TYPICAL PAVING REPAIR DETAIL I Pvvol NOT TO SCALE z m Q o w a a z H � u PV-01 18 Micro Station VB User: 04336 Office:On Site AO m O Z Ox O O 1 (n m O m Z Z 00 m z 0 / nd p 4 nds% SF SF + 'SF Nm -'sue TEXAS REGISTERED ENGINEERING FIRM F-2144 to tp to s m Q 1- NO. ISSUES BY DATE F&N JOB NO. LUB20628 CITY OF LUBBOCK VINTAGE TOWNSHIP DRAINAGE IMPROVEMENTS FREESE 1 1 �NICHOLS 1500 Broadway Street, suite 1150 Lu bbock, TX 79401 Phone - (806) 686-2700 Web www.freese.com _;�P •........F.Fq,, j: •• ��I i WgDE J�BARNES •i ......................;.. %p.•• 120012 •(yam! O (�0 EO f•�y� �ENS•,a'S2_ f�•II, Jo E� ' \\\����� DATE 10/1/2021 DESIGNED WJB DRAWN AP/MR CIVIL EROSION CONTROL PLAN REVISED VERIFY SCALE Bar is one inch on original drawing. 0 1 If not one inch on this sheet, adjust scale. FILE NAME CV-TRT-PL-erosOl.dgn CHECKED HRK SILT FENCE GENERAL NOTES: SILT FENCE (MIN. HEIGHT 24" ABOVE — EXIST. GROUND) COMPACTED EARTH OR ROCK BACKFILL FFLoW STEEL FENCE POST MAX. 6' SPACING, MIN. EMBEDMENT = 1' WIRE MESH BACKING SUPPORT 4x4-W1.4xW1.4 MINIMUM ALLOWABLE, TYP. CHAIN LINK FENCE FABRIC IS ACCEPTABLE MIN. 1. STEEL POSTS WHICH SUPPORT THE SILT FENCE SHALL BE INSTALLED ON A SLIGHT ANGLE TOWARD THE ANTICIPATED RUNOFF SOURCE. POST MUST BE EMBEDDED A MINIMUM OF ONE FOOT. 2. THE TOE OF THE SILT FENCE SHALL BE TRENCHED IN WITH A SPADE OR MECHANICAL TRENCHER, SO THAT THE DOWNSLOPE FACE OF THE TRENCH IS FLAT AND PERPENDICULAR TO THE LINE OF FLOW. WHERE FENCE CANNOT BE TRENCHED IN (e.g. PAVEMENT), WEIGHT FABRIC FLAP WITH ROCK ON UPHILL SIDE TO PREVENT FLOW FROM SEEPING UNDER FENCE. 3. THE TRENCH MUST BE A MINIMUM OF 6 INCHES DEEP AND 6 INCHES WIDE TO ALLOW FOR THE SILT FENCE FABRIC TO BE LAID IN THE GROUND AND BACKFILLED WITH COMPACTED MATERIAL. 4. SILT FENCE SHOULD BE SECURELY FASTENED TO EACH STEEL SUPPORT POST OR TO WOVEN WIRE, WHICH IN TURN IS ATTACHED TO THE STEEL FENCE POST. THERE SHALL BE A 3 FOOT OVERLAP, SECURELY FASTENED WHERE ENDS OF FABRIC MEET. 5. INSPECTION SHALL BE MADE EVERY TWO WEEKS AND AFTER EACH 1/2" RAINFALL. REPAIR OR REPLACEMENT SHALL BE MADE PROMPTLY AS NEEDED. 6. SILT FENCE SHALL BE REMOVED WHEN THE SITE IS COMPLETELY STABILIZED SO AS NOT TO BLOCK OR IMPEDE STORM FLOW OR DRAINAGE. 7. ACCUMULATED SILT SHALL BE REMOVED WHEN IT REACHES A DEPTH OF HALF THE HEIGHT OF THE FENCE. THE SILT SHALL BE DISPOSED OF AT AN APPROVED SITE AND IN SUCH A MANNER AS TO NOT CONTRIBUTE TO ADDITIONAL SILTATION. n SILT FENCE DETAIL SP-01 NOT TO SCALE STABILIZED CONSTRUCTION ENTRANCE GENERAL NOTES: GRADE TO PREVENT M RUNOFF FROFILTER FABRIC 1. STONE SHALL BE 3 TO 5 INCH DIAMETER CRUSHED ROCK ACCEPTABLE CRUSHED PORTLAND CEMENT CONCRETE. "LEZVIN�GS�71TE WMIN.,OR 2. LENGTH SHALL BE SHOWN ON PLANS, WITH A MINIMUM LENGTH OF 30 FEET FOR LOTS WHICH ARE LESS THAN 150 — — — — FEETFROM EDGE OF PAVEMENT. THE MINIMUM DEPTH IN ALL OTHER CASES SHALL BE 50 FEET. -EXISTING GRADE PAVED SURFACE 3. THE THICKNESS SHALL NOT BE LESS THAN 6 INCHES. 4. THE WIDTH SHALL BE NO LESS THAN THE FULL WIDTH OF PROFILE VIEW ALL POINTS OF INGRESS OR EGRESS. 5. WHEN NECESSARY, VEHICLES SHALL BE CLEANED TO REMOVE SEDIMENT PRIOR TO ENTRANCE ONTO A PUBLIC ROADWAY. WHEN WASHING IS REQUIRED, IT SHALL BE DONE ON AN AREA STABILIZED WITH CRUSHED STONE WITH RADIUS DRAINAGE FLOWING AWAY FROM BOTH THE STREET AND THE = 5' MIN. STABILIZED ENTRANCE. ALL SEDIMENT SHALL BE PREVENTED FROM ENTERING ANY STORM DRAIN, DITCH OR WATERCOURSE USING APPROVED METHODS. LENGTH VARIES GRADE TO DRAIN AWAY \ 6. THE ENTRANCE SHALL BE MAINTAINED IN A CONDITION FROM STABILIZATION AND S\ WHICH WILL PREVENT TRACKING OR FLOWING OF SEDIMENT ONTO PAVED SURFACES. THIS MAY REQUIRE PERIODIC TOP STREET PAVED RFA E DRESSING WITH ADDITIONAL STONE AS CONDITIONS DEMAND. ALL SEDIMENT SPILLED, DROPPED, WASHED, OR TRACKED ONTO PAVED SURFACES MUST BE REMOVED IMMEDIATELY. / 1 7. THE ENTRANCE MUST BE PROPERLY GRADED OR INCORPORATE A DRAINAGE SWALE TO PREVENT RUNOFF FROM LEAVING THE CONSTRUCTION SITE. TRANSITION TO 1/ PAVED SURFACE DRAINAGE MUST FLOW R.O.W AWAY FROM ENTRANCE PLAN VIEW n STABILIZED CONSTRUCTION ACCESS SP-01 NOT TO SCALE 2 WOVEN WIRE SHEATHING FLOW 18" MIN. 3 TO 4 INCHES -1i1-11-1i1-111III���III_„III CROSS SECTION WOVEN •WIRE ISOMETRIC PLAN VIEW v}P�•'...w. JI211 iw p ZZ ROCK BERM GENERAL NOTES: o? io -:0 W:z, /ice: 1. USE ONLY OPEN GRADED ROCK 4-8 INCHES IN DIAMETER :� V: 0, lYb'• lFOR STREAM USE OPEN ADED ROCK 3-5 wL �ORIOI�HER N DIAMETERFLOW INCHES CONDTIONS.N. 2. THE ROCK BERM SHALL BE SECURED WITH A WOVEN WIRE a SHEATHING HAVING A MAXIMUM OPENING OF 1 INCH AND A lw MINIMUM WIRE SIZE OF 20 GAUGE AND SHALL BE BURIED IN A TRENCH APPROXIMATELY 3 TO 4 INCHES DEEP. 3. THE ROCK BERM SHALL BE INSPECTED EVERY TWO WEEKS WIA OR AFTER EACH 1/2" RAIN EVENT AND SHALL BE REPLACED IA WHEN THE STRUCTURE CEASES TO FUNCTION AS INTEDED DUE W== TO SILT ACCUMULATION AMONG THE ROCKS, WASHOUT, CONSTRUCTION TRAFFIC DAMAGE, ETC. 8 E 4. 4. WHEN SILT REACHES A DEPTH EQUAL TO ONE-THIRD OF —1, arv>e�„ THE HEIGHT OF THE BERM OR ONE FOOT, WHICHEVER IS LESS, O1 o THE SILT SHALL BE REMOVED AND DISPOSED OF PROPERLY. x 0 Fm�33 5. WHEN THE SITE IS COMPLETELY STABILIZED, THE BERM AND o v ACCUMULATED SILT SHALL BE REMOVED AND DISPOSED OF IN `N;ry '3 AN APPROVED MANNER. 6. ROCK BERM SHOULD BE USED AS CHECK DAMS FOR CONCENTRATED FLOW AND ARE NOT INTENDED FOR USE IN PERIMETER PROTECTION. I 1 ROCK FILTER DAM DETAIL SP-01 NOT TO SCALE SAND BAG BERM GENERAL NOTES: 16" MIN. FLOW_ 4" PVC PIPE 1. WHEN A SANDBAG IS FILLED WITH MATERIAL, THE OPEN END OF THE SANDBAG SHOULD BE STAPLED OR TIED WITH 118" MIN. NYLON OR POLY CORD. — — — — — 2. SANDBAGS SHOULD BE STACKED IN AT LEAST THREE -iI-III=III=III=III=III III-i'' ROWS ABUTTING EACH OTHER, AND IN STAGGERED ARRANGEMENT. 48" MIN. 3. THE BASE OF THE BERM SHOULD HAVE AT LEAST 3 SANDBAGS. THESE CAN BE REDUCED TO 2 AND 1 BAG IN THE SECOND AND THIRD ROWS RESPECTIVELY. 4. FOR EACH ADDITIONAL 6" OF HEIGHT, AN ADDITIONAL CROSS SECTION SANDBAG MUST BE ADDED TO EACH ROW WIDTH. 5. THE SANDBAG BERM SHALL BE INSPECTED AFTER EACH 1/2" RAIN EVENT AND SHALL BE RESHAPED OR REPLACED AS NEEDED DURING INSPECTION. REPAIRS SHALL BE MADE FOR WASHOUT, CONSTRUCTION TRAFFIC DAMAGE, ETC. (n J Q W W Y U) W Oz> J m� O O O a > F- °W O (7 W U <Lr) z zz O O W 4" PVC PIPE FOR 24" WOVEN FABRIC SANDBAG FILLED W/ 6, WHEN SILT REACHES A DEPTH EQUAL TO 6 INCHES (THE DRAINAGE DEPENDING MIN. COARSE SAND- MIN. WEIGHT 40 LBS. HEIGHT OF ONE SANDBAG), THE SILT SHALL BE REMOVED ON FIELD CONDITIONS AND DISPOLSED OF AT AN APPROVED SITE AND IN SUCH A MANNER AS TO NOT CREATE A SILTATION PROBLEM. 7. WHEN THE SITE IS COMPLETELY STABILIZED, THE BERM AND ACCUMULATED SEDIMENT SHALL BE REMOVED AND — -i1-111=III=III=III=III=III; I''-'iHII=IIHII=III=III=I15, DISPOSED OF IN AN APPROVED MANNER. =iTI=III=111 illlii Ill=Elll ill lllii llr PROFILE VIEW n SANDBAG BERM DETAIL u� SP-01 NOT TO SCALE LL z z > 0 SHEET SWP-02 SEQ. 20 No Text 5'-0" ABO TOE OF SL EROSION CONTROL LOGS ON SLOPES STAKE AND TRENCHING ANCHORING CL-SST ADDITIONAL STAKING IF NEEDED FOR HEAVY RUNOFF EVENTS 2' MINIMUM 2' OVERLAP 1' 1 4 DISTURBED AREA END SECTION RAP DETAIL EROSION CONTROL LOG SPACING TABLE SLOPE LOG DIAMETER 6" 8" 12" 18'' 110R STEEPER 5' 10, 15' 20' 21 10, 20' 30' 40' 3:1 15, 30, 45' 60' 410R FLATTER 20' 40' 60' 80' x ADJUSTMENTS CAN BE MADE FOR SOIL TYPE SOFT, LOAMY SOILS -ADJUST ROWS CLOSER TOGETHER; HARD, ROCKY SOILS- ADJUST ROWS FARTHER APART EROSION CONTRO PLACE EXCAVATED MATERIAL ON UPHILL SIDE OF EROSION CONTROL LOG. EROSION CONTROL LOG NOTE COMPACT EXC SOIL TO PRE UNDERCUTTIN STAKE AND TRENCHING ANCHORING DETAIL TRENCH DEPTH TABLE LOG DIAMETER DEPTH 6„ 2'' 8" 3" 12" 4' 18" 5" SECURE END 6'BELOW OF LOG TO TOP OF SLOPE STAKE AS DIRECTED LOG SPACING (SEE EROSION CONTROL LOG SPACING TABLE BELOW) STAGGER JOINTS 5'-0" TO 10'-0" 5'-0'' ABOVE TOE OF SLOPEf�/ - TOE OF SLOPE EROSION CONTROL LOGS ON SLOPES STAKE AND LASHING ANCHORING CL-SSL TOP OF SLOPE �LL t_ Sw EROSION E CONTROL LOG l NOTCH SLOPE 1' 1' 2' 2' STAKE AND LASHING ANCHORING D `I C cl liL JJL STAKE /2 X I/2 NOTCH STAKE NOTCH DETAIL EROSION CONTROL LOG PSf�' ?a��ti�ll 11 <•'• :3• • �-_ (n (n J � Q � W W _ � 0 Y In W Oz> J m� p O J � a >_ P- °W z (7 W U � < z zz O O W No Text o` 0 \ I \ I APPROXIMATE LIMITS WATER LINE LOWERING \ \ SEE DETAIL THIS SHEET ®, ° ---------------�___® vv A, 6'X2' RCP CULVERT ---® Y o — — O — — — 6'X2' RCP CULVERT © v® o o o \ APPROX. EXISTING GRADE (EL=3237.7±) CENTER LINE OF ROAD u APPROX. LIMITS OF WATER LINE LOWERING = 20.01± TOP OF PIPE 4'-0" MIN. TOP OF PIPE 4'-0" MIN. FROM EXISTING 1.01 FROM EXISTING GROUND GROUND I 6X2BOX 6 X 2 BOX \ FL EL=3232.37± I- ®CONCRETE THRUST BLOCKS PER CITY OF LUBBOCK STANDARD DETAIL PLATE W-3 WATER LINE VERTICAL CROSSING DETAIL NOT TO SCALE NOTES: 1. WATER LINE TO BE INSTALLED WITH A 2.0' MINIMUM VERTICAL CLEARANCE BELOW PROPOSED 6'x2' CONCRETE BOX PIPES. 2. FOR STORM SEWER LATERAL ELEVATION INFORMATION SEE SHEET P-03. 3. VOID SPACE BETWEEN WATER LINE AND STORM SEWER TO BE BACKFILLED WITH FLOWABLE FILL PER CITY OF LUBBOCK STANDARD DETAIL PLATE W-3. 4. DEPTH OF EXISTING WATER LINE AND LIMITS OF REPAIR SHOWN ARE APPROXIMATE. svN� civai LL INC INfAIE CF 4 1 6 1 6 1 IXINCRETE 10 2 THRUST 12 3 BLO, SE 4 — — 18 4 20 5 11.25°BEND 24 7 70 10 ANCHORAGE FOR A 33.25° BEND N.T.S. s<nNs crwlr INCH CF 4 1 6 2 -- HACK45° tlLON-MTHRUST BEND ANOIORAGE F00. A 45° BEND N.T.S. CONCRETE THRUST BLOCK NO. 3 BARS EACH WAY VERTICAL BEND N.T.S. THRUST R1a[K SIDxUUu IN[NF6 INC CF CF 4 1 6 ] CONCREEE 0 10 2 3 THRUST 13 6 BLOCK 16 11 — — 14 13 20 16 22.1- BEND 24 21 30 30 ANCHORAGE FOR A 22.5° BEND MTS. 'Tim [Bw�ni� DU. 900 CONQ� INC X05 CF THRUST 4 2 BLOCK a q 8 9 10 17 12 27 16 19 10 46 10 55 90"BEND 24 74 AN(3IORAGE FORA 90° BEND 1W N.TS, NOTES: 1. BEARING SURFACES SHALL BE AGAINST UNDISTURBED GROUND. 2. CONCRETE BLOCKING SHALL BE TYPICAL 2,500 PSI CONCRETE. 3. DUCTILE IRON FITTINGS SHALL BE WRAPPED WITH POLYETHYLENE ENCASEMENT PRIOR TO PLACEMENT OF CONCRETE FOR THRUST BLOCKING. SIZE ACCORDING TO AW WA R PIPE MANUFACTURER SPECIFICATIONS fiEVisED CONCRETE pity DEC.2012 THRUST BLOCKING Lubbock D—NGW-1 Talcs W-3 0 10' 20' SCALE IN FEET P5 ,5,: :r•��� 1(I II/O• /: :w•� w:2j UI Wjg W=' o m h ii arry Tm�„ D3xin� �o oN a3 z a J ul) z �z O _ � a Y Lf) Lu U oz> o m Q Lu/ J O J LL O L) m LLJ — LU LU Q za z J >Na a U z CD G N ON3: a = L m m o w w w a F 0 0 0 ? u � £ C H LL F7 12 U z >o EET U-02 0. 24 APPROXIMATE LIMITS OF IRRIGATION LINE LOWERING SEE DETAIL THIS SHEET -------------- \ r r\\ h APPROX. EXISTING GRADE (EL=3237.7±) I CENTER LINE OF ROAD APPROX. LIMITS OF IRRIGATION LINE LOWERING = 20.01± TOP OF PIPE 4'-0" MIN. TOP OF PIPE 4'-0" MIN. FROM EXISTING 1.01 FROM EXISTING GROUND � GROUND 6X2BOX I 6X2 BO7 x o` 0 ®CONCRETE THRUST BLOCKS PER CITY OF LUBBOCK STANDARD DETAIL PLATE W-3 IRRIGATION LINE VERTICAL CROSSING DETAIL NOT TO SCALE NOTES: 1. WATER LINE TO BE INSTALLED WITH A 2.0' MINIMUM VERTICAL CLEARANCE BELOW PROPOSED 6'x2' CONCRETE BOX PIPES. 2. FOR STORM SEWER LATERAL ELEVATION INFORMATION SEE SHEET P-04. 3. VOID SPACE BETWEEN WATER LINE AND STORM SEWER TO BE BACKFILLED WITH FLOWABLE FILL PER CITY OF LUBBOCK STANDARD DETAIL PLATE W-3. 4. DEPTH OF EXISTING WATER LINE AND LIMITS OF REPAIR SHOWN ARE APPROXIMATE. FL EL=3232.19± m nuai DID 11' INMES CF 4 1 6 1 6 1 IXIFICRETE SO 2 THRl15T 12 3 BLOCC SE 4 — 16 4 20 5 11.25° BE 24 2 70 10 GE FORA 11.26° BEND N.T.S. N.T.S. l fAm F� Stm%c w DIq INCHES CF 4 1 6 2 1 4 CONCRETE 1D 7 THRUST 1 15 — -- N-OCK 16 21 Is 25 45° BEND 20 3D 24 40 70 56 ANCHORAGE TOR A 45' BEND N.T.S. C]NOIFTE THRI BLOCK NO 3 BARS EAQI WAY N.T.S. AL BEnD THRUST E1a[K SIDrvG Qi�Gf 2L INC INCHES CF 4 1 D I CONCRETE 0 10 2 3 THRUST IZ 6 B OC 16 ll — — 14 13 20 15 22.1- BEND 24 21 30 3C ANCHORAGE FOR A 22.5° BEND N.TS `w 0�1 RT DIA.N. W CDNCIETE INCHES CF THRUST 4 2 BLOCK fi q 8 9 10 17 12 27 16 3R 1E 46 20 55 90°BEND 24 74 ANCHORAGE FORA 90' BEND 1W N.T.S. NOTES: 1. BEARING SURFACES SHALL BE AGAINST UNDISTURBED GROUND. 2. CONCRETE BLOCKING SHALL BE TYPICAL Z500 PSI CONCRETE. 3. DUCTILE IRON FITTINGS SHALL BE WRAPPED WITH POLYETHYLENE ENCASEMENT PRIOR TO PLACEMENT OF CONCRETE FOR THRUST BLOCKING. SIZE ACCORDING TO AW WA R PIPE MANUFACTURER SPECIFICATIONS fiEViSED CONCRETE City of DLC.2012 THRUST BLOCKING Lubbock —HGWm— "XAi W-3 0 10' 20' SCALE IN FEET 11 :O o' 0", No W:2j Ir '¢:' •yam ll <•'• :3• • io�� Wjg W=' o �Z�v �s ii arry Tm�„ �m �3 �om°v a3 N �z W Y Lf) Lu oz> m� O OJ �I--- a > O U r L1J -- Q L/LJ j I' V zQ z >Na L.L U-03 25 PROPOSED WINGWALL PER TXDOT DETAIL FW-0 MATCH PRO EDGE OF CON INSET 1 - TOEWALL 1 LEGEND +3236.28 EXISTING ELEVATION GUT • 3235.50 PROPOSED ELEVATION CULVERT OUTFALL RIPRAP DETAIL NOT TO SCALE SCALE 28 36.51 3235.60 ,GUT 3236.60 3236.51 Ec cur INSET 2 - TOEWALL 2 TYPICAL TOEWALL SECTIONS NOT TO SCALE 3235.09 95 MORTAR RIPRAP (CONC) 1 232. 00 (12") 83 SY ° 3232.24, v 3236.02 1 BUT 3235.21 3232.00 \ 3236.17- 28 INSET 3 - TOEWALL 3 P5 ,5,: :r•��� 111 /O' I :w•O W:2j Ir '¢:' •yam ll <•'• :3• • io�� Wjg FA; WZ5 o �E �mx�3 a3 �z Lu If) Lf) Lu _ � J oz> m O/ Lu OCL / J � F— u J } Lu J �7 Lu LLi zz O >a 0 2" MIN — o (CONCRETE (ASPHALT ROADWAY) ROADWAY) CURB AND GUTTER CURB AND GUTTER "" RON —1' FLOWA E %� fffft FILL' PROPOSED PROPOSED CULVERT CULVERT \\ )DIN N TRENCH VARIES CRUSHED ROCK EXISTIN( FINISHED GRADE PAVEMEN DIMENSIOP VARIES 12" INITIAL BACKFILL 2" MIN BE 12" MI WALL CLEARANCE BEDDING MATERIAL COMPACT FILL TO REQUIRED DENSITIES WITH HAND VIBRATORY PLATE DO NOT USE ROLLING VIBRATORY COMPACTION NEXT TO CURB AND GUTTER TRENCH BACKFILL FLOWABLE BACKFILL ISUBGRADE 1. BACKFILL SHOULD BE COMPACTED TO +2% TO -2% OPTIMUM WATERCONTENTTOA MINIMUM 95% MODIFIED PROCTOR DENSITY. 2. ALL BACKFILL MATERIALS SHALL BE IN ACCORDANCE WITH THE LATEST REVISION OF THE CITY OF LUBBOCK DESIGN STANDARDS AND SPECIFICATIONS. A) COMPACTED SUBGRADE/BACKFILL, 9" CONCRETE PAVEMENT PER CITY OF LUBBOCK SPECIFICATIONS AND PER TXDOT CONCRETE REPAIR STANDARD DETAIL REPCP-14 B) COMPACTED SUBGRADE/BACKFILL, 6" FLEXIBLE BASE, AND 2" TYPE D ASPHALT PAVEMENT PER CITY OF LUBBOCK SPECIFICATIONS. C) COMPACTEDSUBGRADE/BACKFILL CULVERT TRENCH EMBEDMENT n AND BACKFILL DETAIL ov02 NOT TO SCALE FINISHED GRADE PAVEMEN DIMENSIOP VARIES 12" INITIAL BACKFILL 2" MIN BE 12" MI WALL CLEARANCE BEDDING MATERIAL COMPACT FILL TO REQUIRED DENSITIES WITH HAND VIBRATORY PLATE DO NOT USE ROLLING VIBRATORY COMPACTION NEXT TO CURB AND GUTTER TRENCH BACKFILL FLOWABLE BACKFILL ISUBGRADE 1. BACKFILL SHOULD BE COMPACTED TO +2% TO -2% OPTIMUM WATERCONTENTTOA MINIMUM 95% MODIFIED PROCTOR DENSITY. 2. ALL BACKFILL MATERIALS SHALL BE IN ACCORDANCE WITH THE LATEST REVISION OF THE CITY OF LUBBOCK DESIGN STANDARDS AND SPECIFICATIONS. A) COMPACTED SUBGRADE/BACKFILL, 9" CONCRETE PAVEMENT PER CITY OF LUBBOCK SPECIFICATIONS AND PER TXDOT CONCRETE REPAIR STANDARD DETAIL REPCP-14 B) COMPACTED SUBGRADE/BACKFILL, 6" FLEXIBLE BASE, AND 2" TYPE D ASPHALT PAVEMENT PER CITY OF LUBBOCK SPECIFICATIONS. C) COMPACTEDSUBGRADE/BACKFILL CULVERT TRENCH EMBEDMENT n AND BACKFILL DETAIL ov02 NOT TO SCALE D � ° D o D d D 4 LONGITUDINAL PIPE AXIS D P o CEMENT STABILIZED BACKFILL SAND BEDDING `EXTEND CSB TO TRENCH BOTTOM PLACE TRENCH DAM AT EVERY 200 FEET AS SPEC. NOTE: TRENCH DAM IS TO BE LOCATED IN CENTER OF PIPE OR BOX JOINT LENGTH. SPACING MAY VARY PLUS OR MINUS 20 FEET FROM THE 200 FOOT TRENCH DAM SPACING REQUIREMENT IN ORDER TO ACHIEVE PLACEMENT IN CENTER OF PIPE OR BOX JOINT LENGTH. (z TRENCH DAM DETAIL 0,01 NOT TO SCALE NOTES: SEE GENERAL NOTES, SHEETS G-01 AND G-02, AND STREET AND ROW SECTIONS FOR ASPHALT REPLACEMENT AND SALVAGE. SEE PAVEMENT/BASE CROSS SECTION FOR MATERIAL DEPTHS REQUIRED FOR STREET REPAIR. IN SPECIFIED TRENCH OR EXCAVATION BACKFILL COMPACTION UNDER STREETS CANNOT BE ACHIEVED, BACKFILL TRENCH WITH CEMENT STABILIZED BACKFILL TO BOTTOM OF STREET BASE MATERIAL. TRENCH BACKFILL TO BE COMPACTED TO 95% ASTM D1557 MODIFIED PROCTOR DENSITY. MAXIMUM DEPTH PERMISSIBLE FOR OPEN CUT EXCAVATION METHODS (TRENCH, CUT AND COVER, ETC.) IS 10 FEET TO BOTTOM OF TRENCH. CSB MEANS CEMENT STABILIZED BACKFILL PLACE TRENCH DAM AT EVERY 200-LF ACCORDING TO TRENCH DAM DETAIL THIS SHEET. FOR TRENCHES IN PAVED AREAS, SEE SHEET PV-01 FOR PAVEMENT REPAIR DETAILS AND PAVEMENT REPAIR LIMITS. FLEXIBLE PIPE MEANS ANY PIPE MATERIAL OTHER THAN CONCRETE. TOPSOIL TO BE SALVAGED IN ACCORDANCE WITH SPECIFICATIONS. ALLOW 24-HR SET UP TIME FOR CEMENT STABILIZED BACKFILL PRIOR TO THE NEXT LIFT OF BACKFILL. - IF A MATERIAL REQUIRING COMPACTION IS CHOSEN, THE MIMIMUM COMPACTION SHALL BE NO LESS THAN 95% MODIFIED PROCTOR DENSITY. FILTER USED TO WRAP CRUSHED AGGREGATE SHALL HAVE A MINIMUM TENSILE STRENGTH OF 370 x 250 Ibs WHEN TESTED IN ACCORDANCE WITH ASTM D-4632. THE FABRIC USED SHALL EITHER BE MARAFI FILTERWEAVE 700X, OR APPROVED EQUAL. CONTRACTOR HAS THE OPTION OF UTILIZING ADDITIONAL CEMENT STABILIZED BACKFILL BEYOND THE MINIMUM REQUIRED AT NO ADDITIONAL COMPENSATION. Wjg W=_' o mm Ng iiary Tm6„ F o 2S 3 a3 ul) �z _ W Y U) W oz> m� Q �p ow r QIJ L �< zQ z >a 0 D-02 J_ Q F— LU 0 2 U z Lu F- 27 1. ANCHOR INSTALLATION, INCLUDING HOLE SIZE, DRILLING, AND CLEAN OUT, THE PROPOSED ANCHOR ADHESIVE'S ABILITY TO DEVELOP THIS LOAD TO THE ENGINEER FOR SIGNED AND SEALED CALCULATIONS OR THE MANUFACTURER'S PUBLISHED LITERATURE SHOWING MUST BE ABLE TO ACHIEVE A BASIC BOND STRENGTH IN TENSION, NBA, OF 26 KIPS. SUBMIT ADHESIVE. MINIMUM ADHESIVE ANCHOR EMBEDMENT DEPTH AS SHOWN. ANCHOR ADHESIVE CHOSEN EMBED BARS D(#6) INTO EXISTING WINGWALL WITH A TYPE III, CLASS C, D, E, OR F ANCHOR REQUIRED EVEN WHEN EXISTING REINFORCING REMAINS IN USE. NOTE THAT NEW BARS D(#6), AS SHOWN IN THE DETAIL, ARE AS NOT TO DAMAGE JUNCTION BOXES OR BOX PIPES REINFORCING. CARE MUST BE TAKEN 2. EMBEDMENT DEPTH IS AS SHOWN ON THIS SHEET. ANCHOR ADHESIVE CHOSEN MUST BE ABLE CLASS C, D, E, OR F ANCHOR ADHESIVE. MINIMUM ADHESIVE ANCHOR EMBED BARS D(#6) INTO JUNCTION BOX OR BOX PIPE WITH A TYPE III, THE SAME STRENGTH REQUIREMENTS AS INDICATED ON THIS SHEET. 3. PROVIDE BAR LAPS, WHERE REQUIRED, AS FOLLOWS: UNCOATED - #6 = 10" 4. PROVIDE CLASS "H" CONCRETE (F'C=5,000 PSI). 5. SEE SHEET SCP-MD BOX CULVERTS CAST -IN -PLACE MISCELLANEOUS DETAILS FOR MORE INFORMATION. SEE TXDOT STANDARD CAST IN PLACE MISC DETAILS PER TYPICAL BOX CULVERTS/PIPE REBAR LAYOUT SHEET MC -MD FRONT VIEW I I NOTE: 1. PER TXDOT PCU STANDARDS, Y=3 FT & Z=0 FT SECTION VIEW I I I 4X5 J BOX I I I I I I I I I I I I L__-_-J 4.0' NORTH VIEW a a a ° a 4 a d d 0 o o 0 0 0 0 0 o 0 0 o 0 o -------------- 5. 0' 6.0' INLET DETAILS n SECTION VIEWS DD02 NOT TO SCALE W1 CAST-IWPLACE " ' ` LATERAL UNION ' ; x 1.09, PCU INLET DESIGN PARAMETERS INLET 1-N 2-N 3-N 1-S 2-S 3-S STATION 0+91.87 1+40.61 2+46.65 0+91.87 1+21.87 2+46.65 ELEVATION ELEVATION ELEVATION ELEVATION ELEVATION ELEVATION (FT) (FT) (FT) (FT) (FT) (FT) GUTTER/FOC 3238.56 3238.46 3238.15 3238.56 3238.50 3238.15 PIPE CROWN 3235.18 3235.14 3235.03 3235.18 3235.16 3235.03 PIPE INVERT 3232.51 3232.47 3232.36 3232.51 3232.49 3232.36 JUNCTION BOX HEIGHT 5.00 4.94 4.74 5.00 4.96 4.74 GENERAL NOTES: 1. CONCRETE BOX PIPE - 6FT. X 2FT. DESIGNED FOR <2FT OF COVER (FT) A. TOP PIPE THICKNESS 0.67 B. BOTTOM PIPE THICKNESS 0.58 C. PIPE HEIGHT 2 2. GUTTER ELEVATION IS BASED ON SURVEY. CONTRACTOR IS TO VERIFY EXISTING GUTTER ELEVATION. 3. CONTRACTOR IS RESPONSIBLE FOR VERIFING ALL CALCUATIONS FOR DIMENSIONS AND ELEVATIONS SHOWN IN THIS TABLE 4. JUNCTION BOX HEIGHT MEASUREMENT IS SHOWN IN DETAIL ??. 5. INLET AND JUNCTION BOX MANUFACTURE IS TO CONSTRUCT BOX HEIGHT FOR EACH INLET PER TxDOT STANDARDS INLET DETAIL FRONT VIEW Dv02 NOT TO SCALE FACE OF CURB EDGE OF CURB 6x2 BOX \� SOUTH VIEW 6.92' 5.0' _ ^a N N 0 0 0 0 0 0 o ^ I 0 1p pp o I DRILL IN REBAR if EPDXY REBAR 0 0 0 0 0 o 12.0' 1 4. 0' 11 P5««�• •a��;�111 Ir '¢:' •yam 11 <•'• :3• • io�� Wjg IA W=_' o �iZv NE ii arry Tm�„ �omov a3 �z Lu 2 � Y l/) Lu oz> m� O �OJ O LLI Qu L f- Lr) zQ z TOP VIEW > Q -- ---, - ;: rn 6FTX2FT CONC BOX PIPE r-I ------------ I I INLET DETAILS n PLAN VIEW DD02 NOT TO SCALE 0 ^ N Ln J Q Lu Lu J z D-03 28 ORANGE CONSTRUCTION FENCING CRITICAL ROOT ZON DRIPLINE NOTE: I SOIL RIPRAP DETAILS ARE APPLICABLE TO SLOPED AREAS, REFER TO PLANS FOR ACTUAL LOCATION AND LIMITS, Z MIX UNIFORMALLY 65% RIPRAP BY VOLUME WITH 35 % OF APPROVED SOIL E!Y VOLUME PRIOR TU FLACEMENT. 33 PLACE STONE -SOIL MIX TO RESULT IN SECURELY INTERLOCKED ROCK AT THE DESIGN THICKNESS AND GRADE, COMPACT AND LEVEL TO ELIMINATE ALL VOIDS AND ROCKS PROJECTING ABOVE DESIGN RPRAP TOP GRADE. 4 CRIMP OR TACKIFY MULCH OR USE APPROVED HYDROMULCH AS CALLED FOR IN THE PLANS AND SPECIFICATIONS. 5. D50 MEDIAN RIPRAP SIZE SHALL BE TXDOT TYPE II (9" MEDIAN) NOTES: 1. 2. 3. 4. 5. TREE PROTECTION FENCE TOPSOIL LAYER. SEED AND MULCH AS REOUIRED BY PLANS AND SPECIFICATIONS. PREPARED COMPACTED SUBGRADE PER SPECIFICATIONS, 95% ASTM 698 TREES TO BE PROTECTED ARE SHOWN ON SHEET TP-01 CONTRACTOR SHALL DETERMINE APPROPRIATE MEANS OF PROTECTING TREES PER CITY REQUIREMENTS AND OBTAIN APPROVAL FROM CITY PLANNING DEPARTMENT. ALL PROTECTED TREES THAT ARE DAMAGED DURING CONSTRUCTION ACTIVITIES MUST BE REPLANTED. CONTRACTOR SHALL COORDINATE THIS EFFORT WITH WITH THE CITY UPON COMPLETION OF CONSTRUCTION ACTIVITIES. ALL TREES SHOWN ON THE PLANS TO BE PRESERVED SHALL BE PROTECTED DURING CONSTRUCTION WITH TEMPORARY FENCES. CRITICAL ROOT ZONE IS DEFINED AS V-0" FOR EVERY 1" OF TRUNK DIAMETER. SOIL RIPRAP WITH MULCH SECTION NOT TO SCALE 6. PROTECTIVE FENCING SHALL COMPLETELY SURROUND THE TREES OR GROUP OF TREES AND SHALL BE LOCATED AT THE OUTERMOST BRANCHES (DRIP LINE, CRITICAL ROOT ZONE). 7. EXCEPTIONS TO INSTALLING PROTECTIVE FENCING AT CRITICAL ROOT ZONES MAY BE PERMITTED WHERE THERE IS TO BE APPROVED CONSTRUCTION ACTIVITY. 8. WHERE ANY OF THE ABOVE EXCEPTIONS RESULT IN AREAS OF UNPROTECTED ROOT ZONES, THOSE AREAS SHOULD BE COVERED WITH 4 INCHES OF ORGANIC MULCH TO MINIMIZE SOIL COMPACTION. TREE PROTECTION DETAIL TP-02 NOT TO SCALE SCL RIPRAP. MIX SOL AND RIPRAP COMPLETELY. (SEE NOTES) RIPRAP CHANNEL BANK LINING WITH TOE PROTECTION NOT TO SCALE P5 's,) :r•���1I1 ._�y1J- : O lO' I :w•� W:2j Ir '¢:' •yam 11 <•'• :3• • io�� III1 Q d LLU J C � Y c!) Lu Z z> O °3: O m JO > w O w L) (7 LLI p[ < (r) 0— zw z >a c� EMI 29 ------- --------: 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 . II II II II II II J I I I ------------------- RWS 6" W X W PLAN VIEW "A" SQUARE REDUCED RISER OPTION 1/2WMax II -------------------- --------------------- 48" DIA Y W X PLAN VIEW "B" ROUND REDUCED RISER OPTION (3) VERTICAL REBAR IN BASE & RISERS — C#4 @ 2" O.C. EACH CORNER 2" TO CORNER (3) VERTICAL REBAR IN REDUCED RISERS F #4 @ 2" O.C. EACH CORNER 2" TO CORNER A i I I I j I I B 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 L I I I i wL C I- 0- W 0 Q Angle of entry Angle of entry is less than is greater or equal to 7" than 7° PIPE CONNECTION 97:2V_1II Connect pipes within 7° of normal to PB wall. If necessary, use pipe elbow or curved approach alignment to stay within this limit. fn IY w �o 0 IY wCo UQ 0 w IY F- H 'N 0 W O W W Cl) of Q I. SEE SEPARATE INLET OR LID DETAIL 11/"TYP 11/2" TYP --- TOP ELEV (2) ADDITIONAL REBAR #4 @ 2" O.C. EACH WALL 1" TO JOINT B SHORT / B LONG ADDITIONAL REBAR #4 EACH WALL 1" TO JOINT �N D SHORT / D LONG Z / \ c / \ m i Z I I Ii MAX HOLE DIA OR KO DIA m (TYP ALL SIDES) TOP ELEV --------------------------- SEE SEPARATE INLET OR LID DETAIL SHRINKAGE/TEMPERATURE WHEN REQUIRED. SEE FABRICATION NOTE 4. (2) ADDITIONAL REBAR #4 @ 2" O.C. EACH WALL 1" TO JOINT B SHORT / B LONG ADDITIONAL REBAR #4 EACH WALL 1" TO JOINT (2) ADDITIONAL REBAR #4 @ 2" O.C. EACH WALL 1" TO JOINT B SHORT / B LONG 1 1/2" TYP i MAX HOLE DIA OR KO DIA (TYP ALL SIDES) SHRINKAGE/TEMPERATURE ; WHEN REQUIRED. SEE \ FABRICATION NOTE 4. fn m ASHORT / AL 1/2WMax W�— X&Y — SECTION A -A SQUARE REDUCED RISER OPTION 2 W Max wL W� X&Y SECTION B-B FABRICATION NOTES: 1. Provide Class "H" concrete in accordance with Item 421 and having a minimum compressive strength of 5,000 psi. 2. Provide Grade 60 reinforcing steel or equivalent area of WWR. 3. Provide typical clear cover of 1 Y" to reinforcing steel at interior or exterior walls. 4. Walls or slabs with a thickness of 8" or greater require shrinkage and temperature reinforcing steel. Provide steel area = 0.11 in'/ft each way 5. No substitution is allowed for vertical and horizontal #4 bars in corners. 6. Manufacture base and risers to nearest 3" increment. 7. Design tongue and groove joints for full closure on both shoulders. Minimum spigot depth is'/.". 8. Provide lifting devices in conformance with Manufacturer's recommendations. 9. See sheet PDD for sizes, dimensions, and reinforcing steel not shown. INSTALLATION NOTES: 1. If required elsewhere. Inverts (benching) to be provided by Contractor. Concrete or mortar used for invert is subsidiary to specified inlet or manhole. 2. Seal tongue and groove joints with preformed or bulk mastic in conformance with Manufacturer's recommendations. Tongue and groove joints may be grouted no more than 1" between each section, or % the joint depth, whichever is greater. 3. Do not grout rubber gasket joints without Manufacturer's recommendation. 4. For rigid pipe, cut hole in thin wall panel (KO) 4" Max, 2" Min larger than pipe OD. 5. For flexible pipe, consult boot/seal Manufacturer's specification for placement tolerance and hole size. Center pipe in hole and install boot/seal per Manufacturer's specification. GENERAL NOTES: 1. Precast Base consists of base slab, base unit, risers (as required), reducing slab (as required), and reduced risers (as required). See sheet PDD for sizes. 2. Designed according to ASTM C913. 3. Payment for precast base is subsidiary to the specified inlet, per Item 465, "Junction Boxes, Manholes, and Inlets." ROUND REDUCED RISER OPTION Cover dimensions are clear dimensions, unless noted otherwise. U) c0 �0 ow wof U W �Q 0 w IY m H 0 W W U) IY of CO Z io J M m W HL93 LOADING MAX DEPTH = 15 ft. to top of BASE SLAB MAX DEPTH = 25 ft. to top of BASE SLAB Base Slab Base Unit or Below Grade Slab (w/PJB) Base Slab Base Unit or Below Grade Slab (w/PJB) Riser Walls Reducing Slab (w/PB) Riser Walls Reducing Slab (w/PB) 2 ¢m d @ N C N N @@ C N N N @ @ 0 C N N N @@ C N N N @@ C N N N @ @@ C N N N z L C z W az dd U) r @r a,[5 N O.d U N @ a6 N N_ V 2d (n ^" N M a� N O.d (� w @ D_� N ad (� @ aN N N_ 9 O.d .2 M 2N N � N J� @ a @ �C@ t/1 C Y �C@ V)� C Y 0 0 rC@ 0� C Y �C@ V)N C Y �C@ rn C Y c@i� J 'CC@ U) C Y U' =N =LL YLL @ N O ._ @ L N 0>C@ C ._ N N U L O ._ N L N 0>C@ C ._ @ N V L -O y N.- O ._ N L N 01C@ C ._ O N U L O ._ N L N 0>C@ C ._ @ N U L 0. _ @ L N WC@ C ._ @ N U L 'O y N.- 0. _ N L N 0)C@ C 5@ N U L C N XN @ N x@ @ O (n V)X< O JW H V)X< p J=< H LY tr rnIXa O JXa H 2 V)w< O J=a H Cl) W< O J=a H lyre U)X O J=a H ��' ��' �•�•• Xx Y Ashort Along BS Bshort Blong W RWSxRWL Dshort Dlong TS Ashort Along BS Bshort Blong W RWSxRWL Dshort Dlong TS BH MIN HOLE DIA KODIA or ID or ID ft. in'/ft in'/ft in. in in'/ft in. ft. ** in in in. in in in. in in in. ft. ** in in'/ft in. ft. in. in. m 3x3 0.23 0.23 6 0.19 0.19 6 N/A 0.37 0.37 9 0.29 0.29 6 0.24 0.24 6 N/A 0.37 0.37 9 3.5 36 36 a 4x4 0.29 0.29 6 0.24 0.24 6 N/A 0.41 0.41 9 0.47 0.47 6 0.38 0.38 6 N/A 0.41 0.41 9 4.5 48 48 0 m 3x5 0.29 0.18 6 0.19 0.35 6 N/A 0.48 0.48 9 0.39 0.18 6 0.23 0.59 6 N/A 0.48 0.48 9 3.5 36/60 36/60 c 0 4x5 0.36 0.18 6 0.22 0.34 6 N/A 0.42 0.42 9 0.53 0.26 6 0.39 0.59 6 N/A 0.42 0.42 9 4.5 48/60 48/60 5x5 0.36 0.36 6 0.34 0.34 6 N/A 0.43 0.43 9 0.62 0.62 6 0.59 0.59 6 N/A 0.43 0.43 9 5.5 60 60 o ' 5x6 0.27 0.27 9 0.34 0.45 6 N/A 0.48 0.48 9 0.47 0.45 9 0.38 0.54 8 N/A 0.48 0.48 9 5.5 60/72 60172 m 6x6 0.27 0.27 9 0.45 0.45 6 N/A 0.56 0.56 9 0.52 0.52 9 0.54 0.54 8 N/A 0.56 0.56 9 6.5 72 72 o `o rl 8x8 0.46 0.46 9 0.51 0.51 8 N/A 0.45 0.45 12 0.87 0.87 9 0.59 0.59 10 N/A 0.45 0.45 12 8.5 96 72 0 a 3x3 0.23 0.23 6 0.19 0.19 6 N/A N/A N/A N/A 0.29 0.29 6 0.24 0.24 6 N/A N/A N/A N/A 3.5 36 36 3 ' oa Z '- 4x4 0.29 0.29 6 0.24 0.24 6 N/A N/A N/A N/A 0.47 0.47 6 0.38 0.38 6 N/A N/A N/A N/A 4.5 48 48 o o 3x5 0.29 0.18 6 0.19 0.35 6 3x3 0.30 0.34 9 0.39 0.18 6 0.23 0.59 6 3x3 0.40 0.40 9 3.5 36/60 36/60 aa1�, 0 4x5 0.36 0.18 6 0.22 0.34 6 3x3 0.30 0.30 9 0.53 0.26 6 0.39 0.59 6 3x3 0.46 0.37 9 4.5 48/60 48/60 ay E 4x5 0.36 0.18 6 0.22 0.34 6 4x4 0.30 0.30 9 0.53 0.26 6 0.39 0.59 6 4x4 0.39 0.39 9 4.5 48/60 48/60 myd 4x5 0.36 0.18 6 0.22 0.34 6 48" 0.39 0.39 9 0.53 0.26 6 0.39 0.59 6 48" 0.47 0.47 9 4.5 48/60 48/60 �FE ro v 4x5 0.36 0.18 6 0.22 0.34 6 3x5 0.33 0.40 9 0.53 0.26 6 0.39 0.59 6 3x5 0.48 0.48 9 4.5 48/60 48/60 ~ y 9 X 5x5 0.36 0.36 6 0.34 0.34 6 3x3 0.34 0.34 9 0.62 0.62 6 0.59 0.59 6 3x3 0.53 0.53 9 5.5 60 60 'g 2 5x5 0.36 0.36 6 0.34 0.34 6 4x4 0.36 0.36 9 0.62 0.62 6 0.59 0.59 6 4x4 0.64 0.64 9 5.5 60 60 rm� a 3 a 5x5 0.38 0.38 6 0.34 0.34 6 48" 0.36 0.36 9 0.62 0.62 6 0.59 0.59 6 48" 0.64 0.64 9 5.5 60 60 o o 2 y 5x5 0.36 0.36 6 0.34 0.34 6 3x5 0.34 0.40 9 0.62 0.62 6 0.59 0.59 6 3x5 0.53 0.53 9 5.5 60 60 r H N n 5x6 0.31 0.31 9 0.34 0.45 6 3x3 0.34 0.34 9 0.47 0.45 9 0.38 0.54 8 3x3 0.61 0.50 9 5.5 60/72 60/72 In 0 E O OF in 0 5x6 0.27 0.27 9 0.34 0.45 6 4x4 0.36 0.45 9 0.47 0.45 9 0.38 0.54 8 4x4 0.74 0.57 9 5.5 60/72 60172 M p 0 T 5x6 0.29 0.29 9 0.34 0.45 6 48" 0.36 0.45 9 0.47 0.45 9 0.38 0.54 8 48" 0.74 0.57 9 5.5 60/72 60172 0 Eaa 5x6 0.29 0.29 9 0.34 0.45 6 3x5 0.45 0.45 9 0.47 0.45 9 0.38 0.54 8 3x5 0.61 0.61 9 5.5 60/72 60/72 LU 6x6 0.29 0.29 9 0.45 0.45 6 3x3 0.41 0.41 9 0.52 0.52 9 0.54 0.54 8 3x3 0.74 0.74 9 6.5 72 72 s y t 6x6 0.27 0.27 9 0.45 0.45 6 4x4 0.45 0.45 9 0.52 0.52 9 0.54 0.54 8 4x4 0.87 0.87 9 6.5 72 72 v�C o 6 6x6 0.29 0.29 9 0.45 0.45 6 48" 0.45 0.45 9 0.52 0.52 9 0.54 0.54 8 48" 0.87 0.87 9 6.5 72 72 6x6 0.29 0.29 9 0.45 0.45 6 3x5 0.45 0.45 9 0.52 0.52 9 0.54 0.54 8 3x5 0.87 0.87 9 6.5 72 72 8x8 0.52 0.52 9 0.51 0.51 8 3x3 0.61 0.61 12 0.91 0.91 9 0.70 0.70 10 3x3 0.85 0.85 12 8.5 96 72 8x8 0.52 0.52 9 0.51 0.51 8 4x4 0.70 0.70 12 0.87 0.87 9 0.70 0.70 10 4x4 1.01 1.01 12 8.5 96 72 8x8 0.52 0.52 9 0.51 0.51 8 48" 0.70 0.70 12 0.87 0.87 9 0.70 0.70 10 48" 1.01 1.01 12 8.5 96 72 8x8 0.52 0.52 9 0.51 0.51 8 3x5 0.70 0.85 12 0.87 0.87 9 0.70 0.70 10 3x5 1.01 1.01 12 1 8.5 96 72 ** Unless otherwise indicated. HL93 LOADING FABRICATION NOTES: 1. Maximum spacing of reinforcement is 8". Bridge 2. At manufacturer's option, provide cast or cored holes or thin wall panels (KO) to the Division maximum diameter shown for each. When no penetration is required, it is acceptable ,Texas Department of Transportation Standard to provide a wall with no sectional reduction. DESIGN DATA FOR GENERAL NOTES: 1. Precast Junction Box consists of base slab, base unit, risers (as required), and below slab. See sheet PJB for details. gradeAND 2. Precast Base consists of base slab, base unit, risers (as required), reducing slab (as required), and reduced risers (as required). See sheet PIS for details. JUNCTION BOX 3. Min Height shown is for stock base units. Use stock base units whenever practical. Smaller height base units can be used in special installation circumstances, when noted elsewhere in the plans. Absolute minimum height of base units is 2'-6". PDD FILE: prestd10-20.dgn ON: TxDOT cK: TOOT Dw: TOOT cN: TOOT ©rxDOT February 2020 REVISIONS CONT SECT JOB HIGHWAY J DIST COUNTY SHEETNO. a- � LL 31 0 J CM N Chamfer AI I 4" Dia x 2" DEEP SLOT 2'-3" 6" 2'-3" /' FOR TEMPORARY DRAINAGE - �N ----------------------- -1 F----------------------- -f` 1 1 6" 4'-6" 6" 5'-0" 6" 4'-6" 6" 16-0" FRONT VIEW (SHOWING LEFT AND RIGHT EXTENSIONS) 6" REAR (SHOWING LEFT AND RIGHT EXTENSIONS) CAST-IRON FRAME & GRATES 6" Z 2'-4" 1'-11" 5" R2 co ao � II i IL � 1 �p 6" Y SECTION A -A 0) Matches inside face of wall of precast base or riser below inlet. HS20 LOADING SHEET 1 OF 2 I I r) 7n ;-214 I vV FRONT VIEW (SHOWING LEFT AND RIGHT EXTENSIONS) 6" REAR I J I I I I I I I I ---- ---- ---- ---- - I I I I I M � H W HW � � J � K E FRONT C F 6" 4'-6" 6" 5-0" 6" 4'-6" 16'-0" PLAN VIEW (SHOWING LEFT AND RIGHT EXTENSIONS) 6" 0.78 inz/ft 0.20 inz/ft F 0.40 in2/ft A 0.20 inz/ft C-7 0.20 inz/ft E — _ I I B 0.20 inz/ft i I n 0.20 in2/ft U 0.81 inz/ft D WALL �+ U 0.20 in2/ft K 0.20 inz/ft SECTION A -A - FABRICATION NOTES: 1. Provide Class "H" concrete in accordance with Item 421 and having a minimum compressive strength of 5,000 psi. 2. Provide Grade 60 reinforcing steel or equivalent area of WWR. 3. Provide typical clear cover of 1 t/" to reinforcing steel from surface of concrete or lower outside shoulder. 4. Extensions may be right, left, both or none. Provide extensions as specified elsewhere in plans. 5. Design tongue and groove joints for full closure on both shoulders. Minimum spigot depth is W. Top slab may employ a butt joint with dowels at the Contractor's option. 6. Provide lifting devices in conformance with Manufacturer's recommendations. 7. Chamfer vertical edges on inlet lid 3/4" as shown in Front View, sheet 1. INSTALLATION NOTES: 1. Inlet throat is placed under roadway and intended for direct traffic. Inlet lid is not for direct traffic. Do not place Inlet lid in roadway. 2. Seal tongue and groove joints and butt joints with preformed or bulk mastic in conformance with Manufacturer's recommendations. Tongue and groove joints may be grouted no more than 1" between each section, or the joint depth, whichever is greater. 3. Do not grout rubber gasket joints without Manufacturer's recommendation. GENERAL NOTES: 1. Designed according to ASTM C913. 2. Open area of main throat = 324 sq in. Open area of one extension throat = 324 sq in. 3. Payment for inlet is per Item 465, "Junction Boxes, Manholes and Inlets" by type, size and extension placement. Extensions are subsidiary to inlet. SIZE (Y) Z 3' 0' 4' 1' 5' 2' 6' 3' HS20 LOADING SHEET 2 OF 2 ® Bridge D/vision ,Texas Department of Transportation Standard PRECAST CURB INLET UNDER ROADWAY PCU FILE: prestd04-20.dgn ON: TxDOT I c, TxDOT Dw: TxDOT I cx: TxDOT ©fxDOT February 2020 CONT SECT JOB HIGHWAY REVISIONS J I DIST COUNTY SHEET NO. QLL y BOX DATA TS S I TS TS S TS SECTION DIMENSIONS Fill Height (ft.) M (Min) (in.) REINFORCING (sq. in. / ft.) O O Lift Weight (tons) S (ft.) H (ft.) TT (in.) TB (in.) TS (in.) AS1 AS2 AS3 AS4 AS5 AS7 AS8 6 2 8 7 7 < 2 - 0.23 0.27 0.19 0.17 0.19 0.19 0.17 7.2 6 2 7 7 7 2 < 3 43 0.25 0.21 0.17 0.17 - - - 6.8 6 2 7 7 7 3-5 43 0.20 0.17 0.17 0.17 6.8 6 2 7 7 7 10 39 0.20 0.17 0.17 0.17 6.8 6 2 7 7 7 15 39 0.26 0.20 0.20 0.17 6.8 6 2 7 7 7 20 39 0.34 0.26 0.26 0.17 6.8 6 2 7 7 7 25 39 0.43 0.32 0.32 0.17 6.8 6 2 7 7 7 30 39 0.52 0.38 0.39 0.17 6.8 6 3 8 7 7 < 2 - 0.20 0.31 0.22 0.17 0.19 0.19 0.17 7.9 6 3 7 7 7 2 < 3 43 0.21 0.24 0.19 0.17 - - - 7.5 6 3 7 7 7 3-5 39 0.17 0.18 0.17 0.17 7.5 6 3 7 7 7 10 39 0.17 0.18 0.19 0.17 7.5 6 3 7 7 7 15 38 0.22 0.24 0.24 0.17 7.5 6 3 7 7 7 20 38 0.28 0.31 0.31 0.17 7.5 6 3 7 1 7 7 1 25 38 1 0.35 0.38 1 0.39 1 0.17 7.5 6 3 7 7 7 30 38 0.42 0.46 0.46 0.17 7.5 6 4 8 7 7 < 2 - 0.19 0.34 0.25 0.17 0.19 0.19 0.17 8.6 6 4 7 7 7 2 < 3 43 0.19 0.27 0.21 0.17 - - - 8.2 6 4 7 7 7 3-5 39 0.17 0.21 0.19 0.17 8.2 6 4 7 7 7 10 39 0.17 0.20 0.21 0.17 8.2 6 4 7 7 7 15 38 0.18 0.27 0.27 0.17 8.2 6 4 7 7 7 20 38 0.24 0.34 0.35 0.17 8.2 6 4 7 7 7 25 38 0.29 0.43 0.42 0.17 8.2 6 4 7 7 7 30 38 0.35 0.51 0.52 0.17 8.2 6 5 8 7 7 < 2 - 0.19 0.37 0.28 0.17 0.19 0.19 0.17 9.3 6 5 7 7 7 2 < 3 43 0.17 0.30 0.24 0.17 - - - 8.9 6 5 7 7 7 3-5 43 0.17 0.23 0.21 0.17 8.9 6 5 7 7 7 10 39 0.17 0.22 0.23 0.17 8.9 6 5 7 7 7 15 38 0.17 0.28 0.29 0.17 8.9 6 5 7 7 7 20 38 0.20 0.37 0.38 0.17 8.9 6 5 1 7 7 1 7 25 1 38 0.25 1 0.45 0.46 0.17 8.9 6 5 7 7 7 30 38 0.30 0.54 0.55 0.17 8.9 6 6 8 7 7 < 2 - 0.19 0.38 0.30 0.17 0.19 0.19 0.17 10 6 6 7 7 7 2 < 3 52 0.17 0.32 0.26 0.17 - - - 9.6 6 6 7 7 7 3-5 52 0.17 0.24 0.22 0.17 9.6 6 6 7 7 7 10 43 0.17 0.23 0.24 0.17 9.6 6 6 7 7 7 15 39 0.17 0.29 0.31 0.17 9.6 6 6 7 7 7 20 39 0.18 0.38 0.39 0.17 9.6 6 6 7 7 7 25 38 0.23 0.46 0.48 0.17 9.6 6 6 7 7 7 30 38 0.27 0.55 0.57 0.17 9.6 OFor box length = 8'-0" OAS1 thru AS4, AS7 and AS8 are minimum required areas of reinforcement per linear foot of box length. AS5 is minimum required area of reinforcement per linear foot of box width. x i i4d Min A radius (Typ) A 2" Max radius (Typ) Y�AS2 (top) AS3 (bottom) AS4 (side) 1„ (�) Minimum length is equal to (Typ) spacing of longitudinal reinforcing plus 2" (Typ) TS Longitudinal reinforcing CORNER OPTION "A" In CORNER OPTION "B" FILL HEIGHT 2 FT AND GREATER U t/" Min (Typ) 6" Min 2" Max (Typ) 1 Longitudinal reinforcement AS2 (top) / / T O Outer cage AS3 (bottom) �circumferential AS2 (top) reinforcement AS3 (bottom) at groove end. SECTION A -A (Showing top and bottom slab joint reinforcement.) 4d Min AS 1" Max radius (Typ) for TS <_ 5" AS4 4 1" (Typ unless for TS ? 6" x noted otherwise) 1" (Typ) TS 2" Max radius AS1 (TYp) r AS3 m AS8 CORNER OPTION "A" CORNER OPTION "B" ' FILL HEIGHT LESS THAN 2 FT O 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 (Fabrication)". HL93 LOADING ® Bridge Division ,Texas Department of Transportation Standard SINGLE BOX CULVERTS PRECAST 61-0" SPAN SCP-6 FILE: scp06sts-20.dgn ON: TOOT cK: TOOT Dw: TOOT CK: TOOT © xDOT February 2020 CONT SECT JOB HIGHWAY REVISIONS DIST COUNTY E.T:":O. 34 See Detail "A" 13 6" Min Precast and usual 14 Precast Cement concrete box culvert stabilized wall backfill O O / tCement Cast-in-placeconcrete closure(Place 4 - #4's T c Cast -in -place as shown.) 11 ? concrete closure (Place 4 - #4's as shown.) Cement stabilized End of "Concrete backfill O Box Culvert" MULTIPLE UNIT SECTION B-B DETAIL "A" 3 PLACEMENT Finished grade See Section Thru Curb 8O (roadway slope) detail for curb details x Finished grade c i (roadway slope) 12 O O Place additional n 1 layer of 6 - #4's 1 spaced at 6" max m m End of concrete as shown a K 2 box culvert for Bars C U H #4 w payment ( ) + 3" chamfer — — — — — — — — v (See GENERAL a0 — —�— — — — — NOTES) 3" chamfer " V a 1 Precast (See General ��JJ y Notes) O boxt p 3' concrete °c° SECTION THRU CURB -0" Min closure slab t 10 F SECTION THRU TOP SLABS LESS THAN 8" QUANTITIES PER FOOT OF CURB 10 Reinforcing Steel 4.12 Lb Concrete 0.037 CY Box 10" Extend exposed reinforcing inside and outside a min of 4" into gap A - ANGLE DETAIL ❑ Box Concrete closure 8" wide band 7 Outside face ---- -- reinforcing Inside face J � � � � Ins reinforcing SECTION A -A K 3'-0" Min O 1'-0" Min extension (Typ) -- z-------- ---- ----- Skew � Joint ------ --- -- ----------- - - - End of concrete ------- - - - - - - - - - box culvert for payment .........� Cement stabilized (Typ) ❑ Box ----- backfill between ........ multi -boxes O H End of cast -in - place concrete / -i closure - - - - Joint ------------------------------------- Wingwall 2'-g„ End of concrete box culvert for payment O O 3'-0" Min t-� O 1'-0" Min extension concrete closure 11 f Precast concrete box WINGWALL CONNECTION (Also applies to safety end treatment.) BARS C (#4) (Spa = T-0" Max) OO 2'-0" Min PLAN OF SKEWED ENDS g" 5„ O 3„ BARS K (#4) (Spa = T-0" Max) (Length = 4'-2") O0" Min to 6-0" 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 T631 LS bridge rail, refer to the Mounting Details for T631 & T631 LS 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 T631 LS. 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 T-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 1'-0" 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. 10 All curb concrete and reinforcing is considered part of the box culvert for payment. 11 Any additional concrete and reinforcing required for the closures will be considered subsidiary to the box culvert for payment. 12 1'-0" typical. 2'-3" when the Box Culvert Rail Mounting Details (RAC) standard sheet is referred to elsewhere in the plans. 13 For multiple unit placement with overlay, with 1 to 2 course surface treatment, or with the top slab as the final riding surface, provide wall closure as shown in Detail "A". 14 This dimension may be increased with approval of the Engineer to allow the precast boxes to be tunneled orjacked 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 (fc = 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 (Showing multi -box placement.) Bar: BOTTOM SLAB TOP SLAB PLAN OF SKEWED ENDS — FROM 00 TO 150 uPJ V Rr1TTr)KA RI AR ,�-- Limits of skewed rn (TYp) 30 Bars C rs B —Limits of angle section O I � Bars E - top C E 0 and bottom slab Bars B - - — - top and bottom slab Bars C - top slab Bars D - bottom slab Tnr) (ZI AR PLAN OF SKEWED ENDS — OVER 150 TO 300 Rr)TTnKA RI AR Tr1P CI AR Bars F2 PLAN OF ANGLE SECTION FROM 00 TO 15° F1 - top slab F2 - bottom slab 5O Bars B - top and bottom slab Bars E - top C and bottom slab Bars C - top slab Bars D - bottom slab Bars F"e Limits of angle PLAN OF ANGLE SECTION OVER 150 TO 300 For skewed box culverts with less than 2'-0" of fill, break back the top slab to provide a 1'-10" minimum lap of the existing longitudinal bars with the longitudinal bars in the extension. For non -skewed box culverts with less than 2'-0" of fill and for skewed or Bars C non -skewed culverts with a fill depth of 2'-0" or greater, break back the top slab to provide a 1'-10" minimum lap of the existing longitudinal bars with the (Typ) © longitudinal bars in the extension. Alternatively, if the box is non -skewed, embed #6 anchor bars with a Type III, Class C, D, E, or F anchor adhesive into the 3 existing walls, top and bottom slab at 1'-6" center -to -center spacing. Minimum embedment depth is 8". Anchor adhesive chosen must be able to achieve a basic bond strength in tension, Nba, of 26.4 kips. Submit signed and sealed calculations or the manufacturer's published literature showing the proposed anchor adhesive's ability to develop this load to the Engineer for approval prior to use. Anchor installation, including hole size, drilling, and clean out, must be in accordance with Item 450, "Railing." Test adhesive anchors in accordance with Item 450.3.3, "Tests." Test 3 anchors per 100 anchors installed. Break back wings and apron as necessary to install the extension. Clean and rert extend the exposed wingwall and apron reinforcing into the extension. When lengthening existing box culverts with dimensions different than current standard dimensions, form horizontal and vertical transitions as directed by the Engineer. Match bottom slabs to maintain an uninterrupted flow line. Field bend existing and new reinforcing into transitions and maintain specified cover requirements. For top slabs of culverts with overlay, with 1-to-2 course surface treatment, or with the top slab as the final riding surface, adjust the "H" dimension to provide a smooth riding surface. OWhen the spacing between Bars B or Bars E becomes less than half of the normal spacing, cut bars to avoid conflict. OThe length of Bars B and Bars E will vary in the skewed end sections. ® [One half of overall width] x [tangent of the skew angle] lars C P) Length of extension LENGTHENING DETAIL O L Limits of Bars F F1 - top slab F2 - bottom slab SO Bars E - top C and bottom slab Bars B - top and bottom slab Bars C - top slab Bars D - bottom slab Bars F1 - top slab Bars F2 - bottom slab PLAN OF ANGLE SECTION OVER 300 TO 450 OPlace Bars F1 and F2 continuously through the angle section. Bend Bars F1 and F2 to remain parallel to the walls of the box culvert. © When necessary to avoid conflict in acute corners, shorten the slab extension leg of Bars C and Bars D to a minimum of 1'-6" for skews of 30° thru 45°. OAt the Contractor's option, for skews of 15° or less, place Bars B, C, D, and E parallel to the skewed end while maintaining spacing along centerline of box. Increase lengths of Bars B and Bars E shown on the Multiple Box Culverts Cast -In -Place (MC) standard sheets to accommodate the skew. ® Extend Bars E as shown on the MC standard sheet for direct traffic culverts. CONSTRUCTION NOTES: Do not use permanent forms. When required, lap Bars H 1'-8" for uncoated or galvanized bars. Provide a minimum of 1 1/2" clear cover. MATERIAL NOTES: Provide Grade 60 reinforcing steel. Provide galvanized reinforcing steel, if required elsewhere in the plans. Provide Class C concrete (fc = 3,600 psi) with these exceptions: provide Class S concrete (fc = 4,000 psi) for top slabs of culverts with overlay, with 1-to-2 course surface treatment, or with the top slab as the final riding surface. GENERAL NOTES: Designed according to AASHTO LRFD Bridge Design Specifications. Refer to Multiple Box Culverts Cast -in -Place (MC) standard sheets for details of straight sections of culvert. For skewed sections and angle sections, refer to Multiple Box Culverts Cast -in -Place (MC) standard sheets for slab and wall dimensions, bar sizes, maximum bar spacing, and any other details not shown. For skewed ends with curbs, adjust length of Bars H, number of Bars K, curb concrete volume, and reinforcing steel weight by dividing the values shown on the Multiple Box Culverts Cast -In -Place (MC) standard sheets by the cosine of the skew angle. Cover dimensions are clear dimensions, unless noted otherwise. HL93 LOADING PLAN OF SKEWED ENDS — OVER 300 TO 450 Finished 12" grade O T' U O R Permissable construction — joint 2 J — H D 2,-0„ Lw Bars J and C - Spa at 10' Max 3" A A N G Conforms to slope o \ SL O perpendicular to m roadway O v m o � o ccI3 MEE;n - = rumor m a E E E 0.2 E ih m m F C O E K RZ v� Flow avi at ` b aad line o .20 -v 2'_0" C 1W TYPICAL WINGWALL ELEVATION Varies (Pipe runners not shown for clarity.) Atw T, S T, D�r G C J 1 1/2„ Typ y F m 1 1/" O Construction joint (Typ) (Typ) E C Max SECTION A -A (Showing typical wingwall and wing slab reinforcing. Pipe runners not shown for clarity.) ; N V-10 1/2" � c � o 0 = V-2„ 8 t� rn h- ~ 2'-0" � 3 = o [V V-2" BARS J BARS K BARS R (Length = 4'-3") Top slab of culvert I • I N J R 7„ O • Wingwall • • GorF AT TOP OF EXTERIOR WINGWALL Wingwall Slab I rl I J I • R 7 O G or F • • Wingwall AT TOP OF INTERIOR WINGWALL Anchor toewall � �Flw line ISOMETRIC VIEW OF TYPICAL INSTALLATION Bottom slab of cub AT OUTSIDE OF BOTTOM SLAB Pipe runner (Typ) Bottom anchor pipe (Typ) U U Backfill between precast culverts i I\ C = Height of curb above top of top slab (feet) Hw = Height of wingwall (feet) K = Constant value for use in formulas Slope SLA K1 K2 3:1 - 1.054 - 7.45 4:1 - 1.031 - 8.49 6:1 - 1.014 - 10.30 Atw = Anchor toewall length (feet) Lw = Length of wingwall (feet) N = Number of culvert barrels SLA = Side slope ratio (horizontal : 1 vertical) See applicable box culvert standard for H, S, T, and U values. Precast culvert MATERIAL NOTES: Provide Grade 60 reinforcing steel. Provide galvanized reinforcing steel if required elsewhere in the plans. Adjust reinforcing as necessary to provide a minimum clear cover of 1 1/2". Provide Class "C" concrete (f c = 3 600 psi) N Precast C Provide pipe runners, cross pipes, and anchor pipes meeting the O ASTM A53 E S, Gr B), ASTM A500 Gr B, culvert requirements of (Type or J • reinforcement or API 5LX52. Provide ASTM A307 bolts. Galvanize all steel components, except the concrete reinforcing, • unless required elsewhere in the plans, after fabrication. 3 Repair galvanizing damaged during transport or construction in accordance with the Item 445, "Galvanizing". 1 GENERAL NOTES: Designed according to AASHTO LRFD Bridge Design Specifications. The safety end treatments shown herein are intended for use in those installations where out of control vehicles are likely to E traverse the openings approximately perpendicular to the pipe runners. Optional Pipe runners are designed for a traversing load of 1,800 pounds full width at yield as recommended by Research Report 280-1, "Safety Treatment of Roadside Cross -Drainage Structures", Texas AT INTERIOR WINGWALL Transportation Institute, March 1981. (Cast -in -place culvert) (Cast -in -place culvert) (Cast -in -place culvert) (Precast culvert) PLAN VIEWS OF CORNER DETAILS TABLE OF REINFORCING BAR SIZES AND SPACING Bar ize S acing C #4 10' Max D #4Mat h F and E E #4 1'- " Max F #4 V- " Max G #6 As shown J #4 10" Max K #4 1'- "Max R #4 As shown ORecommended values of slope are: 3:1, 4:1, and 6:1. Provide 3:1 or flatter slope. O0" Min to 5'-0" Max. Estimated curb heights are shown elsewhere in the plans. For structures without railing and curbs taller than V-0", refer to the Extended Curb Details (ECD) standard sheet. OWingwall and slab thicknesses may be the same as the adjacent culvert wall and slab thicknesses (7" minimum). If thicknesses greater than the minimum (7") are used, no changes will be made in quantities and no additional compensation will be allowed. OFor vehicle safety, reduce curb height, if necessary, to provide a maximum 3" projection. No changes will be made in quantities and no additional compensation will be allowed for this work. OFor culverts with C = 0", the precast culvert reinforcing may extend V-0" minimum into wingwall. Wingwall Bars D and R may be omitted. Otherwise, refer to the Wingwall Connection detail on the Box Culvert Precast Miscellaneous Details (SCP-MD) standard sheet. The quantities for pipe runners, reinforcing steel, and concrete resulting from the formulas given herein are for Contractor's information only. See the Box Culvert Supplement (BCS) standard sheet for additional dimensions and information. Alternate design drawings bearing the seal of a professional engineer will be acceptable for precast construction of the safety end treatments Cover dimensions are clear dimensions, unless noted otherwise. Reinforcing dimensions are out -to -out of bars. SHEET 1 OF 2 ❑ 3/4" x 12" Bolt with hex nut and 1 1/2"(TYP) 3 b" washer — centered in wingwall (Typ) 10 �/" Min ❑ Cross pipe (flush Cross pipe with top of wingwall) sleeve pipe I I ❑Pipe I�rl I runners or ❑Inside stub outs wingwall ❑ Outside Eq Spa at 2'-6" Max, 2'-0" Min = S Measured at toe wingwall of wingwall NOTE: At Contractor's option, make the cross pipe continuous across the inside wingwalls. If option is selected, omit the sleeve pipe and make a 3" diameter through hole in the cross pipe to accept the anchor bolt at the centerline of each inside wingwall. CROSS PIPE INSTALLATION DETAILS Pipe runner length 3" + + 1/ cross pipe diameter Cross pipe 12" I 9" Cross TYP TYP pipe 4b" I Typ I W Dia hole 9 a ❑VDia ElPipe runner Typ through + 0 hole (Typ) + w — a y 3" Dia 3" Dia through Stub Out o v through hole a°1 OPTION A2 OPTION Al FOR USE IN OUTSIDE CULVERT BAY Pipe runner length 3" + 12" + 1/ cross pipe diameter Cross Typ 91. pipe 41/2„ Cross pipe Typ I 1/2" Dia hole 9 ❑ 5/a" Dia o ❑ Pipe runner Typ through n m hole (Typ) 6 I � c — — — ) .2- Stub out 2 Typ I Q N OPTION A2 OPTION Al FOR USE IN INSIDE CULVERT BAY CROSS PIPE AND CONNECTIONS DETAILS 2,_0„ OPTION A OPTION B 10 BOTTOM ANCHOR PIPE DETAILS o Pipe runner 9"min 9 \ Anchor toewall 6" 6" 12" OPTION B1 OPTION B2 BOTTOM ANCHOR TOEWALL DETAILS s (Wingwall not shown for clarity.) Sleeve 3 " Dia pipe through hole 12" 12" CROSS PIPE SLEEVE PIPE DETAILS I ❑ %" Dia through 1/2" Dia hole gO hole (at upper end 4 /2 9„ of pipe runner) Pipe runner length (See table for Max length) NOTE: The separate pipe runner shown is required when Cross Pipe Connection Option Al is used. PIPE RUNNER DETAILS OCross pipe is the same size as the pipe runner. Cross pipe stub out is the same size as the anchor pipe. ONote that actual slope of safety pipe runner may vary slightly from side slope. OTake care to ensure that riprap concrete does not flow into the cross pipe so as to permit disassembly of the bolted connection to allow cleanout access. OAfter installation, inspect the 1#2" hole to ensure that the lap of the safety pipe runner with the bottom anchor pipe is adequate. 10 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. ❑ 3/" Dia x 12" cross pipe anchor bolt with hex nut and washer 5 4 z " Oipe 2 / h (See table for ❑ 1/2" Dia bolt with Maxle�9t nut and 2 washers h% \' SL 1 Stub out Cross pipe ; r 1/2" Dia hole 9 Culvert top \ slab and curb Pipe runner Culvert bottom SET bottom ❑ Pipe runner \ slab slab Bottom anchor pipe � SIDE ELEVATION (Showing pipe runner with Cross Pipe Connection Option Al and Bottom Anchor Toewall Option B2. Wingwall not shown for clarity.) Anchor toewall SHEET 2 OF 2 4.9" 1 19.7" 1 6'' 1 24.5" 4.9" BARRICADE AND CONSTRUCTION (BC) STANDARD SHEETS GENERAL NOTES: 1. The Barricade and Construction Standard Sheets (BC sheets) are intended to show typical examples 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 seal Contractor proposed changes. 4. The Contractor is responsible for installing and maintaining the traffic control devices 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 shall erect 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 shall be 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 shall be constructed in accordance with the details found in the "Standard Highway Sign Designs for Texas," latest edition. Sign details not shown in this manual shall be shown in the plans or the Engineer shall provide a detail to the Contractor before the sign is manufactured. 9. The temporary traffic control devices shown in the illustrations of the BC sheets are examples. As necessary, the Engineer will determine the most appropriate traffic control devices to be used. 10. As shown on BC(2), the OBEY WARNING SIGNS STATE LAW sign, STAY ALERT TALK OR TEXT LATER (see Sign Detail G20-10T) and the WORK ZONE TRAFFIC FINES DOUBLE sign with plaque shall be erected in advance of the CSJ limits. However, the TRAFFIC FINES DOUBLE sign will not 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 shall be erected at or near the CSJ limits. 11. Except for devices required by Note 10, traffic control devices 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" R=.13" R=1.1" R=.75" WHITE BLACK COLORS FLUORESCENT YELLOW BACKGROUND - BLACK BORDER AND LEGEND ORANGE FLUORESCENT BACKGROUND BLACK LEGEND, BORDER AND SYMBOL .75' STAY, ALERT Ill 0 N �i WHITE - TALK OR TEXT LATER O 070 O 20' 20° 20' C) C) CD 3.5" 12" 2.8"�2.8" 12 8" 14.6" 3.5" 000 60" CD C) C)3.0" Radius, 1.25'' Border, 0.75'' Indent, Black on Yellow; STAY ALERT] Font D 3.0" Radius, 1.25'' Border, 0.75'' Indent, Black on Orange; TALK OR TEXT LATER] Font C specified length; .68" .6I7" 1.68" .1 7"� 1.68'' .31" 1" 6.38''1" 1.31" 8.38'' 9.1 SIGN DETAIL (G20-10T) Only pre -qualified products shall be 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 (DIMS) 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 N = o s o TYPICAL LOCATION OF CROSSROAD SIGNS "G20-laT END C20-2 ROAD WORK (Optional see Note 1 and 4) CROSSROAD X F X ROAD WORK AHEAD / CW20-lD ROAD ROAD WORK WORK C� NEXT X MILES AHEAD NEXT X MILES �J CW20-1D G20-2 END G20 1aT (Optional ROAD WORK see Note land 4) May be mounted on back of "ROAD WORK AHEAD"(CW20-lD) sign with approval of Engineer. (See note 2 below) 1. The typical minimum signing on a crossroad approach should be a "ROAD WORK AHEAD" (CW20-lD)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 back 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 will determine 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 will determine 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"(G20-loT)sign shall be required at high volume crossroads to advise motorists of the length of construction in either direction from the intersection. The Engineer will determine 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 *C.W20 [J ROAD CW1 4R WORK WORK AHEAD AREA W 3X M X CW13 1P II 1D I ROAD WORK NEXT X MILES * G20-lbTR INTERSECTED ROADWAY I� X -- - 'h h G20-5 P WORK T-INTERSECTION 1 Block - City 1000'-1500' - Hwy 80, a ZONE BEGIN min. TRAFFIC G20-5T ROAD WORK R20-5T FINES NEXT X MILES DOUBLE NAME ADDRESS �a R20 5aTP PRE°a"aEscxT G20 6T ilniE CONTRACTOR CSJ LIMITS AT T-INTERSECTION ROAD WORK G20-11LTL a NEXT X MILES E 31 1000'-1500' - Hwy X 1 Block - City Csi WORK Limit G20 5aP ZONE TRAFFIC R20-5T FINES DOUBLE R20-5aTP END ROAD WORK G20-2 1. The Engineer will determine the types and location of any additional traffic control devices, such as a flogger and accompanying signs, or other signs, that should be used when work is being performed at or near an intersection. 2. If construction closes the road at a T-intersection the Contractor shall place 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(G20-1bTL) and "ROAD WORK NEXT X MILES" right arrow (G20-lbTR)" signs shall be replaced by the detour signing called for in the plans. SAMPLE LAYOUT OF SIGNING FOR WORK BEGINNING AT THE CSJ LIMITS F �I G20 9TP i Y BEGIN SPEED WORK L,\,�l\f ZONE BEGIN DO ROAD LIMIT TRAFFIC X G20-5T ROAD WORK NOT WORK R20-5TW W FINES NEXT X MILES CW1-4L Ras-1 PASS AHEAD X DOUBLE NAME X X appropriate) ..a W )KG20-6T ADDRESS CW13-lP MPR X W. R2-1 R20-5oTP>K ;Y WOME CITY CW20-lD STATE O CONTRACTOR Type 3 Barricade or X X X X X channelizing devices d d d d d hr WORK I I 3X Channelizing SPACE CSJ Limit Devicesh END When extended distances occur between minimal work spaces, the Engineer/Inspector should ensure additional ROAD WORK "ROAD WORK AHEAD" (CW20- ID) signs are placed in advance of these work areas to remind drivers they ore still G20-2 W )K within the project limits. See the applicable TOP sheets for exact location and spacing of signs and channelizing devices. SAMPLE LAYOUT OF SIGNING FOR WORK BEGINNING DOWNSTREAM OF THE CSJ LIMITS WX G20-5oP ZONE ROAD ❑*CW20-ID* X )K G20-5T ROADGIWORK SPEED TRAFFIC NEXT X MILES LIMIT X)K R20-5T FINES CLOSED R11-2 NAME �/ DOUBLE CW1-4L ADDRESS /� O WHEN Type 3 XX G20-6T STATE WW.R20-5aTP �GW1-6 ARE PRESENT Barricade or ❑ W.R2-1MPH GW13-lP -1E W. )K CONTRACTOR channelizing devices X \ X \ X \ X X ' Channelizing TDevices WORK SPACE w .. �w a� ow Beginning of SPEED NO -PASSING R2-1 LIMIT should coo ordinate � O \ , x with sign location NOTES STAY ALERT OBEY WARNING 2 SIGNS TALK OR TEXT LATER STATE LAW C20-10T )r)K X )K X �E20-3T a a a I I a I CSJ Limit I X IlSPEED R2-1 END LIMIT O ROAD WORK G20-2 X >K 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 4 Sign Spacing 1XII 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 typical sign spacings on divided highways, expressways and freeways, see Part 6 of the "Texas Manual on Uniform Traffic Control Devices" (TMUTCD) typical application diagrams or TCP Standard Sheets. o Minimum distance from work area to first Advance Warning sign nearest the work area and/or distance between each additional sign. GENERAL NOTES 1. Special or 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 STAY ALERT crossroads at the discretion of the Engineer. See Note 2 under "Typical OBEY Location of Crossroad Signs". WARNING SIGNS 5. Only diamond shaped warning sign sizes are indicated. TALK OR TEXT LATER STATE LAW 6. See sign size listing in "TMUTCD", Sign Appendix or the "Standard Highway G20-10T W )K R20-3T)K W Sign Designs for Texas" manual for complete list of available sign design X X sizes. d d END O WORK ZONE G20-2bT )r )K 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 shall replace the "X" and shall be rounded to the nearest whole mile with the approval of the Engineer. No decimals shall be used. O The "BEGIN WORK ZONE"(G20-9TP) and "END WORK ZONE" (G20-2bT) shall be 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 BC(1). TRAFFIC FINES DOUBLE signs will not be required on projects consisting solely of mobile operations work. 0 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 —� Type 3 Barricade 0 00 Channelizing Devices _1111— 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 RILE: bc-14.dgn DN: TxDOT I CK: TxDOi Dw: TxDOT I CK: T00T (0TxDOT November 2002 CONY ISECTJOB I HIGHWAY REVISIONS 9-07 8-14 DIST COUNTY SHEET NO. 7-13 40 Qfi TYPICAL APPLICATION OF WORK ZONE SPEED LIMIT SIGNS Work zone speed limits shall be 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 BC(2) for LIMITS Regulatory work zone speed signs (R2-1) shall be removed See BC(2) for LIMITS o additional advance additional advance signing. or covered during periods when they are not needed, signing. o> TO .. V O N O O � Z Ty w � O O 10 O 10 0 0 0 O b b U � O O N See General See General o (750'- 1500') Note 4 See General Note 4 (750'- 1500') Note 4 E /10 °'moo o WORK o� 3 SPEED WORK ZONE G20-5aP LIMIT Q G20-5aP SPEED SPEED ~ z O SPEED ZONE SPEED LIMIT *CW3-5 WORK WORKLIMITOLIMIT ZONE G20-5aP o SPEED O ZONE G20 5aPR21 LIMIT R21 R2-1 L11 SPEED-5 R2-1 0 SPEED O R2-1 LIMIT LIMIT O R2-1 O R2-1 '0 0 �o GUIDANCE FOR USE: o- "` LONG/INTERMEDIATE TERM WORK ZONE SPEED LIMITS GENERAL NOTES o a --ems �S 2�s This type of work zone speed limit should be included on the design of 1. Regulatory work zone speed limits should be used only for sections of construction the traffic control plans when restricted geometrics with a lower design projects where speed control is of major importance. =oo P N speed are present in the work zone and modification of the geometrics to 2. Regulatory work zone speed limit signs shall be placed on supports at a 7 foot minimum a higher design speed is not feasible. mounting height. N_ Y Long/Intermediate Term Work Zone Speed Limit signs, when approved as described 3. Speed zone signs are illustrated for one direction of travel and are normally posted above, should be posted and visible to the motorist when work activity is present. for each direction of travel. Work activity may also be defined as a change in the roadway that requires 4. Frequency of work zone speed limit signs should be a reduced speed for motorists to safely negotiate the work area, including 40 mph and greater 0.2 to 2 miles a) rough road or damaged pavement surface 35 mph and less 0.2 to 1 mile b) substantial alteration of roadway geometrics (diversions) c) construction detours 5. Regulatory speed limit signs shall have black legend and border on a white reflective d) grade background (See "Reflective Sheeting" on BC(4)). e) width f) other conditions readily apparent to the driver 6. Fabrication, erection and maintenance of the"ADVANCE SPEED LIMIT" (CW3-5)sign, As long as any of these conditions exist, the work zone speed limit signs "WORK ZONE''(G20-5aP) plaque and the "SPEED LIMIT"(R2-1)signs shall not be paid for should remain in place. directly, but shall be considered subsidiary to Item 502. 7. Turning signs from view, laying signs over or down will not be allowed, unless as SHORT TERM WORK ZONE SPEED LIMITS otherwise noted under "REMOVING OR COVERING" on BC(4). This type of work zone speed limit may be included on the design of 8. Techniques that may help reduce traffic speeds include but are not limited to: SHEET 3 OF 12 the traffic control plans when workers or equipment are not behind concrete A. Law enforcement. Traffic barrier, when work activity is within 10 feet of the traveled way or actually B. Flogger stationed next to sign. Operatic in the travelled way. gg g,TexasDepart..tofTransportatior► Standai C. Portable changeable message sign (PCMS). D. Low -power (drone) radar transmitter. Short Term Work Zone Speed Limit signs should be posted and visible to the E. Speed monitor trailers or signs. motorists only when work activity is present. When work activity is not BARRICADE AND C 0 N S T R U C T I 0 f present, signs shall be removed or covered. 9. Speeds shown on details above are for illustration only. (See Removing or Covering on 130(4)). Work Zone Speed Limits should only be posted as approved for each project. WORK ZONE SPEED LIMIT 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 #1204 in the TxDOT e-form system. Q (`f Z 1 _ 1 A 0 Z Ty 12' min. R 0 G30aDv ROAD 2 630aD minimum MORE �00V3C{ WNI G3C{ from MORE GaIMllrG°AFin) G°aGJCG°�D 6- min. XX MPH 7.0' min. _ 0'-6' 9.0' max. - 6' or 7.0' min. >o a 9.0' max. " 7.0' min. greater � 9.0' max. 6.0' min. g o Paved \\ j// /j\///\\\/ Paved shoulder shoulder \yj/j X 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. X )r\ When plaques are placed on dual -leg supports, they should be attached to the upright nearest the travel lane. Supplemental plaques (advisory or distance) should not cover the surface of the parent sign. L Support �� J i I' LE above sign I 1 4Wim Sign supports shall extend more than 1/2 way up the back of the sign substrate. FRONT ELEVATION Wood, metal or Fiber Reinforced Plastic shall not protrude above sign ATTACHMENT FOR SIGN SUPPORTS AD ms RO L/ll 001JU I � i0H EMU' 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 gauge 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 shall be 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 shall only be as specifically described in Section 6E.03 Hand Signaling Devices in the TMUTCD. 24, 0 ° I 24" Background - Red Legend & Border - While 9„ Ss/e„ 24" y -i8„ 24" Background - Orange Legend & Border - Black 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 shall be attached directly to the sign support. Multiple signs shall not be joined or spliced by any means. Wood supports shall not 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 same, if not better route guidance as normally installed on a roadway without construction. 2. When permanent regulatory or warning signs conflict with work zone conditions, 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 are to be removed and relocated using temporary supports, the Contractor sholluse crashworthy supports as shown on the BC sheets or the CWZTCD. The signs shall meet the required mounting heights shown on the BC Sheets or the SMD Standards during construction. This work should be paid for under the appropriate pay item for relocating existing signs. 6. Any sign or traffic control device that is struck or damaged by the Contractor or his/her construction equipment 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 shall NOT be used as sign supports. 4. All signs shall be installed in accordance with the plans or as directed by the Engineer. Signs shall be used to regulate, warn, and guide the traveling public safely through the work zone. 5. The Contractor may furnish either the sign design shown in the plans or in the "Standard Highway Sign Designs for Texas" (SHSD). The Engineer/Inspector may require the Contractor to furnish other work zone signs that are shown in the TMUTCD but may have been omitted from the plans. Any variation in the plans shall be documented by written agreement between the Engineer and the Contractor's Responsible Person. All changes must be documented in writing before being implemented. This can include documenting the changes in the Inspector's TxDOT diary and having both the Inspector and Contractor initial and date the agreed upon changes. 6. The Contractor shall furnish sign supports listed in the "Compliant Work Zone Traffic Control Device List" (CWZTCD). The Contractor shall install the sign support in accordance with the manufacturer's recommendations. If there is a question regarding installation procedures, the Contractor shall furnish the Engineer a copy of the manufacturer's installation recommendations so the Engineer can verify the correct procedures are being followed. 7. The Contractor is responsible for installing signs on approved supports and replacing signs with damaged or cracked substrates and/or damaged or marred reflective sheeting as directed by the Engineer/Inspector. 8. Identification markings may be shown only on the back of the sign substrate. The maximum height of letters and/or company logos used for identification shall be 1 inch. 9. The Contractor shall replace damaged wood posts. New or damaged wood sign posts shall not be spliced. DURATION OF WORK (as defined by the "Texas Manual on Uniform Traffic Control Devices" Part 6) 1. The types of sign supports, sign mounting height,the size of signs, and the type of sign substrates can vary based on the type of work being performed. The Engineer is responsible for selecting the appropriate size sign for the type of work being performed. The Contractor is responsible for ensuring the sign support, sign mounting height and substrate meets manufacturer's recommendations in regard to crashworthiness and duration of work requirements. a. Long-term stationary - work that occupies a location more than 3 days. 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 shallbe 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 shallbe 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 shallbe 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 shall ensure the sign substrate is installed in accordance with the manufacturer's recommendations for the type of sign support that is being used. The CWZTCD lists each substrate that can be used on the different types and models of sign supports. 2. "Mesh" type materials are NOT an approved sign substrate, regardless of the tightness of the weave. 3. All wooden individual sign panels fabricated from 2 or more pieces shall have one or more plywood cleat, 1/2" thick by 6" wide, fastened to the back of the sign and extending fully across the sign. The cleat 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. All signs 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 DIMS specifications is shown on BC(D. 2. White sheeting, meeting the requirements of DMS-8300 Type A, shallbe used for signs with a white background. 3. Orange sheeting, meeting the requirements of DMS-8300 Type B or Type nL , shallbe used for rigid signs with orange backgrounds. SIGN LETTERS 1. All sign letters and numbers shall be clear, and open rounded type uppercase alphabet letters as approved by the Federal Highway Administration THWA) and as published in the "Standard Highway Sign Design for Texas" manual. Signs, letters and numbers shall be of first class workmanship in accordance with Department Standards and Specifications. REMOVING OR COVERING 1. When sign messages may be confusing or do not apply, the signs shallbe removed or completely covered. 2. Long-term stationary or intermediate stationary signs installed on square metal tubing may be turned away from traffic 90 degrees when 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 shall not be turned at 90 degree angles to the roadway. These signs should be removed or completely covered when not required. 4. When signs are covered, the material used shall be opaque, such as heavy mil black plastic, or other materials which will cover the entire sign face and maintain their opaque properties under automobile headlights at night, without damaging the sign sheeting. 5. Burlap shall NOT 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 shall be 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. 2. The sandbags will be tied shut to keep the sand from spilling and to maintain a constant weight. 3. Rock, concrete, iron, steel or other solid objects shall not be permitted for use as sign support weights. 4. Sandbags should weigh a minimum of 35 Ids and a maximum of 50 lbs. 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 ballast on portable sign supports. Sign supports designed and manufactured with rubber bases may be used when shown on the CWZTCD list. 7. Sandbags shall only be placed along or laid over the base supports of the traffic controldevice and shallnot 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 sholINOT be placed under the skid and shollnot be used to level sign supports placed on slopes. FLAGS ON SIGNS 1. Flags may be used to draw attention to warning signs. When used the flag shallbe 16 inches square or larger and shallbe orange or fluorescent red -orange in color. Flags shall not be allowed to cover any portion of the sign face. SHEET 4 OF 12 ® Traffic Operations ,Texas Department of Transportation Standard BARRICADE AND CONSTRUCTION TEMPORARY SIGN NOTES BC(4)-14 RILE: bc-14.dgn Di TxDOT CK: TxDOT ow: TxDOT CK: TxD( ©TxDOT November 2002 CONr seer JOB HIGHWAY REVISIONS 9-07 8-14 Blsr COUNTY sHeeT No. 7-13 42 40 Front Maximum 4x4 sq. ft. of wood sign face 0 post 2x6 27 4x4 wood Y 4x4 post 72" block Top BC(4) ;ign L;x 4 x 40" 1ht 24„ �ment � 2x6 Maximum 12 sq. ft. of sign face IF- 4x4 wood post X See BC(4) for sign height requirement 36" Side Front SKID MOUNTED WOOD SIGN SUPPORTS 4x4 block Side 24" 2x6 t� skid 2x6 60" 4x4 I block gth of skids may increased for itional stability. Top 8" bolts w/nuts 3/8" x 3 1/2" in.) lag rews 4x4 block LONG/INTERMEDIATE TERM STATIONARY - PORTABLE SKID MOUNTED SIGN SUPPORTS ❑ 0 0 Upright must telescope to provide 7' height above pavement 48" H- 36" Welds to start on opposite sides going in opposite directions. Minimum weld, do not back fill puddle. weld weld _ °4Weld starts here starthere eld 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) 1 3/4" galv. round with 5/16" holes or 1 3/4" x 1 3/4" square tubing III pin at angle needed to match sideslope -2" x 2" x 12 ga. upright 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. 1 3/4 " x 1 3/4 " x 129" (hole to hole) 12 ga. support telescopes into sleeve — 1 3/4 " x 1 3/4 " x 52" (hole to hale) 12 ga. square perforated tubing diagonal brace 1 3/4 " x 1 3/4 " x 32" (hole to hale) 12 ga. square perforated tubing cross brace 3/8" X 4-1/2 gr. 5 (TYR) BOLT I I Qj7/16'' .......................... N N N 0 0 32' Sign Post SJttO°e J�a Gt o 48" minimum OPTION 1 (Direct Embedment) Sign Post `\oce SJ� o J�a u 4" r a 4" r fIi g„ .� 9" •II max. I, ;� desirable max' II' �ii desirable b m IV r1 34" min. in Optional . .I I♦ .I strong soils, reinforcing is sleeve 55" min. in I' �I. .' 34" min. in weak soils. (1/2" larger I• %i strong soils than sign 55" min. in post) x 18" weak soils. Anchor Stub (1/4" larger Anchor Stub than sign (1/4" larger post) than sign post) OPTION 2 OPTION 3 (Anchor Stub) (Anchor Stub and Reinforcing Sleeve)) PERFORATED SQUARE METAL TUBING Sign Post SJ< Jed Gt o 4" max. f I Base See the CWZTCD Post for embedment. 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 shall adhere to the manufacturer's recommendation. Two post installations can be used for larger signs. 11/2„ WEDGE ANCHORS Dia.(typ) Both steeland plastic Wedge Anchor Systems as shown O on the SMD Standard Sheets may be used as temporary T sign supports for signs up to 10 square feet of sign 4„ H face. They may be set in concrete or in sturdy soils f approved by the Engineer. (See web address for 6" "Traffic Engineering Standard Sheets" on BOO)). QS 3/8" x 3" gr. 5 bolt X 18" (2 per support)joining s o OTHER DESIGNS sign panel and supports 4 MORE DETAILS OF APPROVED LONG/INTERMEDIATE AND SHORT TERM SUPPORTS CAN BE FOUND ON THE Direction CWZTCD LIST. SEE BC(1) FOR WEBSITE LOCATION. of Traffic GENERAL NOTES N r? 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 F 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 shall be 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 shall be removed from the project site. This will be considered subsidiary to Item 502. ❑ See BC(4) for definition of "Work Duration." w Wood sign pasts MUST be one piece. Splicing will m NOT be allowed. Posts shall be painted white. 0 See the CWZTCD for the type of sign substrate CILOO /8 " X 3" gr. that can be used for each approved sign support. olt 13/4 " x 1 3/4 " x 129" SHEET 5 OF 12 hole to hole) _ ® Traffic 12 ga. square _N Operations perforated ,Texas Department of Transportation Standard tubing upright - - '—Completely welded BARRICADE AND CONSTRUCTION 2" x 2" x 59" around tubing z°Igatperfaeated TYPICAL SIGN SUPPORT tubing skid 2" x 2" x 8" (hole to hole) 12 ga. square perforated B C (5) —14 ..................................................... tubing sleeve welded to skid RILE: bc-14.dgn ON: TxDOT CK: TxDOT ow: TxDOT CK: TxDOT 60" ©TxDOT November 2002 CONT SECT JOB HIGHWAY REVISIONS 9-07 8-14 DIST COUNTY SHEET No. 7-13 a3 99 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.) PORTABLE CHANGEABLE MESSAGE SIGNS 1. The Engineer/Inspector shall approve all messages used on portable changeable message signs (PCMS). 2. Messages on PCMS should contain no more than 8 words (about four to eight characters per word), not including simple words such as 'TO," "FOR," "AT," etc. 3. Messages should consist of a single phase, or two phases that alternate. Three-phase messages are not allowed. Each phase of the message should convey a single thought, and must be understood by itself. 4. Use the word "EXIT" to refer to an exit ramp on a freeway: i.e., "EXIT CLOSED." Do not use the term "RAMP." 5. Always use the route or interstate designation OH, US, SH, FM) along with the number when referring to a roadway. 6. When in use the bottom of a stationary PCMS message panel should be a minimum 7 feet above the roadway, where possible. 7. The message term "WEEKEND" should be used only if the work is to start on Saturday morning and end by Sunday evening at midnight. Actual days and hours of work should be displayed on the PCMS if work is to begin on Friday evening and/or continue into Monday morning. 8. The Engineer/Inspector may select one of two options which are avail- able for displaying a two-phase message on a PCMS. Each phase may be displayed for either four seconds each or for three seconds each. 9. Do not "flash" messages or words included in a message. The message should be steady burn or continuous while displayed. 10. Do not present redundant information on a two-phase message: i.e., keeping two lines of the message the same and changing the third line. 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 are acceptable for use on a PCMS. Both words in a phrase must be displayed together. Words or phrases not on this list should not be 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 1/2 (.5) mile and the text should be legible from at least 600 feet at night and 800 feet in daylight. Truck mounted units must have 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 will only 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 CCS RD Joior MAJ Alternate ALT Miles MI Avenue AVE Miles Per Hour MPH Best Route BEST PIE 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 Emergency EMER South S Emergency Vehicle EMER VEH Southbound (route) S Entrance Enter ENT Speed SPD Express Lane EXP LN Street ST Expressway EXPWY Sunday SUN XXXX Feet XXXX FT Telephone PHONE Fog Ahead FOG AHD Temporary TEMP FreewayFRWY FWY Thursday THURS Freeway Blocked FWY BLKD To Downtown TO DWNTN Friday FRI Traffic TRAF Hazardous Driving HAZ DRIVING Travelers TRVLRS Hazardous Material HAZMAT Tuesday TILES High-OcculDoncy HOV Time Minutes TIME MIN Vehicle Highway HWY Upper Level UPR LEVEL Vehicles (s) VEH, VEHS Hour(s) HR,HRS Information INFO Warning WARN Wednesday WED It Is ITS Weight Limit WT LIMIT Junction JCT West W Left LET Left Lane LFT LN Westbound route) W Wet Pavement WET PVMT Closed LN CLOSED Level kaenance LWR LEVEL ill Not WONT IMAINT Roadway designation # IH-number, US -number, SH-number, FM -number Phase 1: Condition Lists Road/Lane/Ramp Closure List FREEWAY CLOSED X MILE ROAD CLOSED AT SH XXX ROAD CLSD AT FM XXXX RIGHT X LANES CLOSED CENTER LANE CLOSED NIGHT LANE CLOSURES VARIOUS LANES CLOSED EXIT CLOSED MALL DRIVEWAY CLOSED XXXXXXXX BLVD CLOSED FRONTAGE ROAD CLOSED SHOULDER CLOSED XXX FT RIGHT LN CLOSED XXX FT RIGHT X LANES OPEN DAYTIME LANE CLOSURES I-XX SOUTH EXIT CLOSED EXIT XXX CLOSED X MILE RIGHT LN TO BE CLOSED X LANES CLOSED TUE - FRI 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 ROADWORK ROADWORK PAST NEXT SH XXXX FRI-SUN BUMP US XXX XXXX FT EXIT X MILES TRAFFIC LANES SIGNAL SHIFT X XXXX FT _ E X LANES SHIFT in Phase 1 must be used with STAY IN LANE In Phase 2. APPLICATION GUIDELINES 1. Only 1 or 2 phases are to be used on a PCMS. 2. The 1st phase (or both) should be selected from the "Road/Lane/Ramp Closure List" and the "Other Condition List". 3. A 2nd phase can be selected from the "Action to Take/Effect on Travel, Location, General Warning, or Advance Notice Phase Lists". 4. A Location Phase is necessary only if a distance or location is not included in the first phase selected. 5. If two PCMS are used in sequence, they must be separated by 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 date is within seven days of the actual work date, calendar days should be replaced with days of the week. Advance notification should typically be for 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 )K)K 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 END SHOULDER DRIVE WITH NEXT TUE XXX FT USE CARE AUG XX USE OTHER ROUTES WATCH FOR WORKERS TONIGHT XX PM_ XX AM STAY IN LANE XX See Application Guidelines Note 6. WORDING ALTERNATIVES 1. The words RIGHT, LEFT and ALL can be interchanged as appropriate. 2. Roadway designations IH, US, SIT, 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 shall maintain 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 full matrix PCMS may be used to simulate a flashing arrow board provided it meets the visibility, flash rate and dimming requirements on BC(7), for the same size arrow. SHEET 6 OF 12 ® Traffic Operations ,Texas Department of Transportation Standard BARRICADE AND CONSTRUCTION PORTABLE CHANGEABLE MESSAGE SIGN (PCMS) BC(6)-14 RILE: bc-14.dgn DN: TxDOT I cK: TxDOT ow: TxDOT I cK: TxD( ©TxDOT November 2002 conr ISECTJOB I HIGHWAY REVISIONS 9-07 8-14 DIST i COUNTY sHeer No. 7-13 1as 1. Barrier Reflectors shall be pre -qualified, and conform to the color and reflectivity requirements of DMS-8600. A list of prequalified Barrier Reflectors can be found at the Material Producer List web address shown on BC(D. 2. Color of Barrier Reflectors shall be 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 shall be mounted in approximately the midsection of each section of CTB. An alternate mounting location is uniformly spaced at one end of each CTB. This will allow for attachment of a barrier grapple without damaging the reflector. The Barrier Reflector mounted on the side of the CTB shall be located directly below the reflector mounted on top of the barrier, as shown in the detail above. 4. Where CTB separates two-way traffic, three barrier reflectors shall be mounted on each section of CTB. The reflector unit on top shall have two yellow reflective faces (Bi-Directional) while the reflectors on each side of the barrier shall have one yellow reflective face, as shown in the detail above. 5. When CTB separates traffic traveling in the some direction, no barrier reflectors will be required on top of the CTB. 6. Barrier Reflector units shall be yellow or white in color to match the edgeline being supplemented. 7. Maximum spacing of Barrier Reflectors is forty (40) feet. 8. Pavement markers or temporary flexible -reflective roadway marker tabs shall NOT be used as CTB delineation. 9. Attachment of Barrier Reflectors to CTB shall be per manufacturer's recommendations. 10.Missing or damaged Barrier Reflectors shall be replaced as directed by the Engineer. 11.Single slope barriers shall be delineated as shown on the above detail. Barrier Reflector on 16" tall plastic bracket 16" Max. spacing of barrier reflectors is 20 feet. Attach the delineators as per ors manufacturer's recommendations. LOW PROFILE CONCRETE BARRIER (LPCB) See D & OM (VIA) DELINEATION OF END TREATMENTS END TREATMENTS FOR CTB'S USED IN WORK ZONES End treatments used on CTB's in work zones shall meet 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 travel way. 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 shall NOT be installed on barricades. 3. Type A -Low Intensity Flashing Warning Lights are commonly used with drums. They are intended to warn of or mark a potentially hazardous 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 F�heetin9Cmeeting 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 shall be as indicated on this sheet and/or other sheets of the plans by the designation "SB". 5. The Engineer/Inspector or the plans shall specify the location and type of warning lights to be installed on the traffic control devices. 6. When required by the Engineer, the Contractor shall furnish a copy of the warning lights certification. The warning light manufacturer will certify the warning lights meet the requirements of the latest ITE Purchase Specifications for Flashing and Steady -Burn Warning Lights. 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 shall be 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 shall not be used in a series. 3. A series of sequential flashing warning lights placed on channelizing devices to form a merging taper may be used for delineation. If used, the successive flashing of the sequential warning lights should occur from the beginning of the taper to the end of the merging taper in order to identify the desired vehicle path. The rate of flashing for each light shall be 65 flashes per minute, plus or minus 10 flashes. 4. Type C and D steady -burn warning lights are intended to be used in a series to delineate the edge of the travel lane on detours, on lane changes, on lane closures, and on other similar conditions. 5. Type A, Type C and Type D warning lights shall be installed at locations as detailed on other sheets in the plans. 6. Warning lights shall not be installed on a drum that has a sign, chevron or vertical panel. 7. The maximum spacing for warning lights on drums should be identical to the channelizing device spacing. m of actors cturer's mns. 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 shall be yellow in color and shall be manufactured using a sign substrate approved for use with plastic drums listed on the CWZTCD. 3. The warning reflector shallhave a minimum retroreflective surface area (one -side) of 30 square inches. 4. Round reflectors shall be fully reflectorized, including the area where attached to the drum. 5. Square substrates must have a minimum of 30 square inches of reflectorized sheeting. They do not have to be reflectorized where it attaches to the drum. 6. The side of the warning reflector facing approaching traffic shall have sheeting meeting the color and retroreflectivity requirements for 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 identical to 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 lane closures on multi -lane roadways, or slow moving maintenance or construction activities on the trovellones. 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 detail below) is used. 3. The Engineer/Inspector shall choose all appropriate signs, barricades and/or other traffic control devices 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 lamps flashing simultaneously, or the Alternating Diamond Caution mode as shown. 6. The straight line caution display is NOT ALLOWED. 7. The Flashing Arrow Board shall be capable of minimum 50 percent dimming from rated lamp voltage. The flashing rate of the lamps shall not be less than 25 nor more than 40 flashes per minute. 8. Minimum lamp "on time" shall be approximately 50 percent for the flashing arrow and equal intervals of 25 percent for each sequential phase of the flashing chevron. 9. The sequential arrow 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 shall be 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 MINIMUM NUMBER 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 attenuators (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 Safety Hardware (MASH). 2. Refer to the CWZTCD for the requirements of Level or Level 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 an 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 Standard BARRICADE AND CONSTRUCTION ARROW PANEL, REFLECTORS, WARNING LIGHTS & ATTENUATOR BCM-14 RILE: bc-14.dgn ON: TxDOT I CK: TxDOT ow: TxDOT I CK: TxDC ©TxDOT November 2002 CONY ISECTJOB I HIGHWAY REVISIONS 9-07 8-14 GIST COUNTY SHEET No. 7-13 as Z T' GENERAL NOTES 1. For long term stationary work zones on freeways, drums shall be used as Handle 18" min the primary channelizing device. 2. For intermediate term stationary work zones on freeways, drums should be Top should not 9/16" dia. (typ) used as the primary channelizing device but may be replaced in tangent allow collection for mounting sections by vertical panels, or 42" two-piece cones. In tangent sections of water or signs and one-piece cones may be used with the approval of the Engineer but only debris o warning lights if personnel are present on the project at all times 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 Each drum shall have sections by vertical panels, two-piece cones or one-piece cones as (tYP) a minimum of 2 orange approved by the Engineer. and 2 white stripes 4. Drums and all related items shall comply with the requirements of the "Texas using Type A retro current version of the Manual on Uniform Traffic Control Devices" "Compliant reflective sheeting (TMUTCD) and the Work Zone Traffic Control Devices List" 2" max with the top stripe CWZTCD). typ.) being orange. 5. Drums, bases, and related materials shall exhibit good workmanship and shallbe free from objectionable marks or defects that would adversely o affect their appearance or serviceability. E B 6. The Contractor shall hove a maximum of 24 hours to replace any plastic drums identified for replacement by the Engineer/Inspector. The replace- ment device must be an approved device. GENERAL DESIGN REQUIREMENTS Pre -qualified plastic drums shall meet the following requirements 1. Plastic drums shallbe a two-piece design; the "body" of the drum shall be the top portion and the "base" shallbe the bottom. 2. The body and base shall lock together in such a manner that the body separates from the base when impacted by a vehicle traveling at a speed of 20 MPH or greater but prevents accidental separation due to normal handling and/or air turbulence created by passing vehicles. 3. Plastic drums shall be constructed of lightweight flexible, and deformable materials. The Contractor shall NOT use metal drums or single piece plastic drums as channelization devices or sign supports. 4. Drums shall present a profile that is a minimum of 18 inches in width at the 36 inch height when viewed from any direction. The height of drum unit (body installed on base) shall be a minimum of 36 inches and a maximum of 42 inches. 5. The top of the drum shall have a built-in handle for easy pickup and shall be designed to drain water and not collect debris. The handle shall have a minimum of two widely spaced 9/16 inch diameter holes to allow attachment of a warning light, warning reflector unit or approved compliant sign. 6. The exterior of the drum body shall have a minimum of four alternating orange and white retroreflective circumferential stripes not less than 4 inches nor greater than 8 inches in width. Any non-reflectorized space between any two adjacent stripes shall not exceed 2 inches in width. 7. Bases shall have a maximum width of 36 inches, a maximum height of 4 inches, and a minimum of two footholds of sufficient size to allow base to be held down while separating the drum body from the base. 8. Plastic drums shall be constructed of ultra -violet stabilized, orange, high -density polyethylene (HOPE) or other approved material. 9. Drum body shall have a maximum unballasted weight of 11 Ids. 10.Drum and base shall be marked with manufacturer's name and model number. RETROREFLECTIVE SHEETING 1. The stripes used on drums shallbe constructed of sheeting meeting the color and retroreflectivity requirements of Departmental Materials Specification DMS-8300, "Sign Face Materials." Type A reflective sheeting shall be supplied unless otherwise specified in the plans. 2. The sheeting shall be suitable for use on and shall adhere to the drum surface such that, upon vehicular impact, the sheeting shall remain adhered in -place and exhibit no delaminating, cracking, or loss of retroreflectivity other than that loss due to abrasion of the sheeting surface. BALLAST 1. Unballosted 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 Ibs (minimum) and 50 Ibs (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 Ids. and 50 Ids. 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 will not 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. CW1-6L I 24" I4" Orange 4" White DIRECTION INDICATOR BARRICADE 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 trovellane. 3. The Direction Indicator Barricade shall consist of One -Direction Large Arrow (CW1-6) sign in the size shown with a black arrow on a background of Type B orLType C Orpunge retroreflective sheeting above a rail with Type A retroreflective sheeting in alternating 4" white and orange stripes sloping downward at on angle of 45 degrees in the direction road users are to pass. Sheeting types shall be as per DMS 8300. 4. Double arrows on the Direction Indicator Barricade will not be allowed. 5. Approved manufacturers are shown on the CWZTCD List. Ballast shallbe as approved by the manufacturers instructions. 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 shallbe 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 shall be placed across the full width 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 can 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 rails as shown on BC(10) provided that the top rail provides a smooth continuous rail suitable for hand trailing with no splinters, burrs, or sharp edges. 18" x 24" Sign 12" x 24" (Maximum Sign Dimension) Vertical Panel Chevron CW1-8, Opposing Traffic Lane mount with diagonals Divider, Driveway sign D70a, 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 [�l11■0WIllI871]dOL6y 1. Signs used on plastic drums shallbe manufactured using substrates listed on the CWZTCD. 2. Chevrons and other work zone signs with an orange background shallbe manufactured with Type B or Type C Oranggu sheeting meeting the color and retroreflectivity requirements of DMS-8300, "Sign Face Material," unless otherwise specified in the plans. 3.VerticalPanels shallbe manufactured with orange and white sheeting meeting the requirements of DMS-8300 Type A Diagonal stripes on Vertical Panels shall slope 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 shallbe installed using a 1/2 inch bolt (nominal) and nut, two washers, and one locking washer for each connection. 6. Mounting bolts and nuts shall be fully engaged and adequately torqued. Bolts should not extend more than 1/2 inch beyond nuts. 7. Chevrons may be placed on drums on the outside of curves, on merging tapers or on shifting tapers. When used in these locations they may be placed on every drum or spaced not more than on every third drum. A minimum of three (3) should be used at each location called for in the plans. 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 approval of the Engineer. SHEET 8 OF 12 ® Traffic 'Operations Texas DeParfinnt of TransPortetion Division Standard BARRICADE AND CONSTRUCTION CHANNELIZING DEVICES BC(8)-14 FILE: bc-14.dgn DN: TxDOT CK: TxDOT ow: TxDOT CK: Txl ©TxDOT November 2002 CONT SECT JOB HIGHWAY REVISIONS 4-03 7-13 DIST COUNTY sHEET No. 9-07 8-14 1 46 s so 8" to 12" 45' VP-1L Fixed Base w/ Approved 4" See 4" note 7 4" Surface Mount Roadway Base /Surface FIXED (Rigid or self-righting) 8" to 12" I� 4" 24" See min. note 7 4" 4" (Rigid or self-righting) POQTAR1 F- 12� � CW6-4 36" 8" to 12" VP-1R 18" _4� Self-righting Support 8" to 12" 8"" to 12" 4" E See 45' 4 , note 7 N 4, Rigid Support 12" minimum embedment depth nRl\/FARI F 1. Vertical Panels (VP's) are normally used to channelize traffic or divide opposing lanes of traffic. 2. VP's may be used in daytime or nighttime situations. They may be used at the edge of shoulder drop-offs and other areas such as lane transitions where positive daytime and nighttime delineation is required. The Engineer/Inspector shall refer to the Roadway Design Manual Appendix B "Treatment of Pavement Drop-offs in Work Zones" for additional guidelines on the use of VP's for drop-offs. 36" 3. VP's should be mounted back to back if used at the edge min. of cuts adjacent to two-way two lane roadways. Stripes are to be reflective orange and reflective white and should always slope downward toward the travel lane. 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 Control Devices List" (CWZTCD). 6. Sheeting for the VP's shall be retroreflective Type A conforming to Departmental Material Specification DMS-8300, unless noted otherwise. 7. Where the height of reflective material on the vertical panel is 36 inches or greater, a panel stripe of 6 inches shall be used. VERTICAL PANELS (VPs) nels unted o back ble, or Base used, ry be nted Ums. 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 shall not exceed 500 feet. 42" cones or VPs placed between the OTLD's should not exceed 100 foot spacing. 4. The OTLD shall be orange with a black non - reflective legend. Sheeting for the OTLD shall be retroreflective Type B or Type C confprrming to Departmental Material Specification DMS-8300, unless noted otherwise. The legend shall meet 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 shall be a vertical rectangle with a minimum size of 12 by 18 inches. 2. Chevrons are intended to give notice of a sharp change of alignment with the direction of travel and provide additional emphasis and guidance for vehicle operators with regard to changes in horizontal alignment of the roadway. 3. Chevrons, when used, shallbe erected on the out- side of a sharp curve or turn, or on the for side of an intersection. They shall be in line with and at right angles to approaching traffic. Spacing should be such that the motorist always has three in view, until the change in alignment eliminates its need. 4. To be effective, the chevron should be visible for at least 500 feet. 5. Chevrons shall be orange with a black nonreflec- tive legend. Sheeting for the chevron shall be retroreflective Type B or FFkype C conforming to Departmental Material Specification DMS-8300, unless noted otherwise. The legend shall meet 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 crashworthy, lightweight, deformable devices that are highly visible, have good target value and can 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 shall be 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 shall be 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 BC(10) 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 crashworthiness requirements based on roadway speed and barrier application. 2. Water ballasted systems used to channelize vehicular traffic shall be supplemented with retroreflective delineation or channelizing devices to improve daytime/nighttime visibility. They may also be supplemented with pavement markings. 3. Water ballasted systems used as barriers shall be placed in accordance to application and installation requirements specific to the device, and used only when shown on the CWZTCD list. 4. Water ballasted systems used as barriers should not be used for a merging taper except in low speed (less than 45 MPH) urban areas. When used on a taper in a low speed urban area, the taper shall be delineated and the taper length should be designed to optimize road user operations considering the available geometric conditions. 5. When water ballasted systems used as barriers have blunt ends exposed to traffic, they should be attenuated as per manufacturer recommendations or flared to a point outside the clear zone. f 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 shall not 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 shallensure that spacing and placement is uniform and in accordance with the "Texas Manual on Uniform Traffic Control Devices" (TMUTCD). 2. Channelizing devices shown on this sheet may have a driveable, fixed or portable base. The requirement for self-righting channelizing devices must be specified in the General Notes or other plan sheets. 3. Channelizing devices on self-righting supports should be used in work zone areas where channelizing devices are frequently impacted by errant vehicles or vehicle related wind gusts making alignment of the channelizing devices difficult to maintain. Locations of these devices shall be detailed else- where in the plans. These devices shallconform to the TMUTCD and the "Compliant Work Zone Traffic Control Devices List" (CWZTCD). 4. The Contractor shallmaintain devices in a clean condition and replace damaged, nonreflective, faded, or broken devices and bases as required by the Engineer/Inspector. The Contractor shall be required to maintain proper device spacing and alignment. 5. Portable bases shall be fabricated from virgin and/or recycled rubber. The portable bases shall weigh a minimum of 30 Its. 6. Pavement surfaces shallbe prepared in a manner that ensures proper bonding between the adhesives, the fixed mount bases and the pavement surface. Adhesives shall be prepared and applied according to the manufacturer's recommendations. 7. The installation and removal of channelizing devices shall not cause detrimental effects to the finalpavement surfaces, including pavement surface discoloration or surface integrity. Driveable bases shall not be permitted on final pavement surfaces. The Engineer/Inspector shall approve all application and removal procedures of fixed bases. Minimum Suggested Maximum Desirable Spacing of Posted Formula Taper Lengths Channelizing Speed >K )K Devices 'X` 10' F11' 12' On a On a Offset Offset Offset Taper Tangent 30 2 L- WS 60 150' 165' 180' 30, 60' 35 205' 225' 245' 35' 0' 40 265 295' 320' 1 40' -7 80, 45 L - W S 450' 495' 540' 45' 90, 50 500' 550' 600' 50' 100, 55 550' 605' 660' 55' 110, 60 600' 660' 720' 60' 120' 65 650' 715' 780' 65' 130' 70 700' 770' 840' 70' 140' 75 750' 825' 900' 75' 150' 80 800, 880' 1 960' 1 80' 160' >K)K Taper lengths have been rounded off. _-Length of Taper (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 ,Texas Department of Transportation Standard BARRICADE AND CONSTRUCTION CHANNELIZING DEVICES BC(9)-14 FILE: bc-14.dgn ON: TxDOT CK:TxDOT ow: TxDOT CK:TxDOT ©TxDOT November 2002 CONY ISECTJOB I HIGHWAY REVISIONS 9-07 8-14 DIST COUNTY SHEET No. 7-13 1 1 4] o s 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 shall be used at each end of construction projects closed to all traffic. 3. Barricades extending across a roadway should have stripes that slope downward in the direction toward which traffic must turn in detouring. When both right and left turns are provided, the chevron striping may slope downward in both directions from the center of the barricade. Where no turns are provided at a closed road striping should slope downward in both directions toward the center of roadway. 4. Striping of rails, for the right side of the roadway, should slope downward to the left. For the left side of the roadway, striping should slope downward to the right. 5. Identification markings may be shown only on the back of the Barricade rails. The maximum height of letters and/or company logos used for identification shall be 1". 6. Barricades shall not be placed parallel to traffic unless an adequate clear zone is provided. 7. Warning lights shall NOT be installed on barricades. 8. Where barricades require the use of weights to keep from turning over, the use of sandbags with dry, cohesionless sand is recommended. The sandbags will be tied shut to keep the sand from spilling and to maintain a constant weight. Sand bags shall not be stacked in a manner that covers any portion of a barricade rails reflective sheeting. Rock, concrete, iron, steel or other solid objects will NOT be permitted. Sandbags should weigh a minimum of 35 IDS and a maximum of 50 lbs. Sandbags shall be made of a durable material that tears upon vehicular impact. Rubber (such as tire inner tubes) shall not be used for sandbags. Sandbags shall only be placed along or upon the base supports of the device and shall not be suspended above ground level or hung with rope, wire, chains or other fasteners. 9. Sheeting for barricades shall be 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 d min.. 8' max. ° V AV AV N o Stiffener Flat rail Stiffener may be inside or outside of support, but no more than 2 stiffeners shall be allowed on one barricade. TYPICAL PANEL DETAIL FOR SKID OR POST TYPE BARRICADES Alternate I Approx. 50' Min.2 drums or 1 Type 3 barriccaade T y On one-way roads downstream drums or barricade may be omitted here Drums, vertical panels or 42" cones at 50' maximum spacing Each roadway of a divided highway shall be NAME barricaded in the some manner. ROAD AOOREss R11 2 CLOSED s01ATE 320 6T CONTRACTOR M4-10L <I= 30 feet PERSPECTIVE VIEW Detour \ Roadway n n n n The three rails on Type 3 barricades shall be reflectorized orange and reflective white stripes on one side facing one-way traffic and both sides for two-way traffic. Barricade striping should slant downward in the direction of detour. 1. Signs should be mounted on independent supports at a 7 foot mounting height in center of roadway. The signs should be a minimum of 10 feet behind Type 3 Barricades. 2. Advance signing shall be as specified elsewhere in the plans. PLAN VIEW TYPE 3 BARRICADE (POST AND SKID) TYPICAL APPLICATION 3"_4„ 4" min. orange 2" min. 4" min. white i-IL4 "-4" 2" min. " min. 4" min. orange 2" min. 2" min. " min. 4" min. white 42" 28" min. min. Two -Piece cones Alternate T Approx. T 50' Min.2 drums or 1 Type 3 STOCKPILE barricade ❑ ❑ ❑ ❑ ❑ Desirable stockpile location Channelizing devices parallel to traffic is outside should be used when stockpile is clear zone. within 30' from travel lane. TRAFFIC CONTROL FOR MATERIAL STOCKPILES CONES Typical Plastic Drum PERSPECTIVE VIEW These drums are not required on one-way roadway = aoi E E O \ � 3 o L 1. Where positive redirectional 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 feet. 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 E Steady burn warning light or yellow warning reflector o O o e Increase number of plastic drums on the side of approaching traffic if the crown .E width makes it necessary. (minimum of 2 a b and maximum of 4 drums) PLAN VIEW CULVERT WIDENING OR OTHER ISOLATED WORK WITHIN THE PROJECT LIMITS 3" 4" t2��" max. 3" min. 6" min. 2" to 6" 2" min. 4" min. 3" min. 28" 28" min. min. J& I - One -Piece cones Tubular Marker 28" Cones shall have a minimum weight of 9 1/2 Ibs. 42'' 2-piece cones shall have a minimum weight of 30 lbs. including base. 1. Traffic cones and tubular markers shall be predominantly orange, and meet the height and weight requirements shown above. 2. One-piece cones have the body and base of the cone molded in one consolidated unit. Two-piece cones have a cone shaped body and a separate rubber base, or ballast, that is added to keep the device upright and in place. 3. Two-piece cones may have a handle or loop extending up to 8" above the minimum height shown, in order to did in retrieving the device. 4. Cones or tubular markers used at night shallhave white or white and orange reflective bands as shown above. The reflective bands 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. 3" to 4" 11 4" 2" 4" 4„ 2" EDGELINE 4" 42, CHANNELIZER 1. This device is intended only for use in place of a vertical panel to channelize traffic by indicating the edge of the travel lane. It is not intended to be used in transitions or tapers. 2. This device shall not be used to separate lanes of traffic (opposing or otherwise) or warn of objects. 3. This device is based on a 42 inch, two-piece cone with an alternate striping pattern four 4 inch retroreflective bands, with an approximate 2 inch gap between bands. The color of the band should correspond to the color of the edgeline (yellow for left edgeline, white for right edgeline) for which the device is substituted or for which it supplements. The reflectorized bands shall be retroreflective Type A conforming to Departmental Material Specification DMS-8300, unless otherwise noted. 4. The base must weigh a minimum of 30 Ids. SHEET 10 OF 12 ® Traffic Operations ,Texas Department of Transportation Standard BARRICADE AND CONSTRUCTION CHANNELIZING DEVICES BC(10)-14 FILE: bc-14.dgn DN: TxDOT CK:TxDOT ow: TxDOT CK:TxDOT ©TXDOT November 2002 CONY ISECT JOB HIGHWAY REVISIONS 9-07 8-14 7-13 DIST COUNTY SHEET No. 48 WORK ZONE PAVEMENT MARKINGS GENERAL REMOVAL OF PAVEMENT MARKINGS 1. The Contractor shall be responsible for maintaining work zone and existing pavement markings, in accordance with the standard specifications and special provisions, on all roodways open to traffic within the CSJ limits unless otherwise stated in the plans. 2. Color, patterns and dimensions shall be in conformance with the "Texas Manual on Uniform Traffic Control Devices" (TMUTCD). 3. Additional supplemental pavement marking details may be found in the plans or specifications. 4. Pavement markings shallbe installed in accordance with the TMUTCD and as shown on the plans. 5. When short term markings are required on the plans, short term markings shall conform with the TMUTCD, the plans and details as shown on the Standard Plan Sheet WZ(STPM). 6. When standard pavement markings are not in place and the roadway is opened to traffic, DO NOT PASS signs 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 shall be installed in accordance with Item 662, "Work Zone Pavement Markings." RAISED PAVEMENT MARKERS 1. Raised pavement markers are to be placed according to the patterns on BC(12). 2. All raised pavement markers used for work zone markings shall meet 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 will be 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 normal daylight hours and 160 feet when illuminated by automobile low -beam headlights at night, unless sight distance is restricted by roadway geometries. 4. Markings failing to meet this criteria within the first 30 days after placement shall be replaced at the expense of the Contractor as per Specification Item 662. 1. Pavement markings that are no longer applicable, could create confusion or direct a motorist toward or into the closed portion of the roadway shall be removed or obliterated before the roadway is opened to traffic. 2. The above shall not apply to detours in place for less than three days, where flaggers and/or sufficient channelizing devices are used in lieu of markings to outline the detour route. 3. Pavement markings shallbe removed to the fullest extent possible, so as not to leave a discernable marking. This shall be by any method approved by TxDOT Specification Item 677 for "Eliminating Existing Pavement Markings and Markers". 4. The removal of pavement markings may require resurfacing or seal coating portions of the roadway as described in Item 677. 5. Subject to the approval of the Engineer, any method that proves to be successful on a particular type pavement may be used. 6. Blast cleaning may be used but will not be required unless specifically shown in the plans. 7. Over -painting of the markings SHALL NOT BE permitted. 8. Removal of raised pavement markers shall be as directed by the Engineer. 9. Removal of existing pavement markings and markers will be paid for directly in accordance with Item 677, "ELIMINATING EXISTING PAVEMENT MARKINGS AND MARKERS," unless otherwise stated in the plans. 10.Black-out marking tape may be used to cover conflicting existing markings for periods less than two weeks when approved by the Engineer. Temporary Flexible - Reflective Roadway Marker Tabs TOP VIEW FRONT VIEW SIDE VIEW --------------------- -------------------- �I 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 guidemarks shall meet the requirements of DMS-8242. 2. Tabs detailed on this sheet are to be inspected and accepted by the Engineer or designated representative. Sampling and testing is not normally required, however at the option of the Engineer, either "A" or "B" below may be imposed to assure quality before placement on the roadway. 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. Small design 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 seal coat work. RAISED PAVEMENT MARKERS USED AS GUIDEMARKS 1. Raised pavement markers used as guidemarks shall be from the approved product list, and meet the requirements of DMS-4200. 2. All temporary construction raised pavement markers provided on a project shall be of the some manufacturer. 3. Adhesive for guidemarks shall be bituminous material hot applied or butyl rubber pad for all surfaces, 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 prequalified reflective raised pavement markers, non -reflective traffic buttons, roadway marker tabs and other pavement markings can be found at the Material Producer List web address shown on BCO). SHEET 11 OF 12 STANDARD WORK ZONE PAVEMENT MARKINGS DETAILS PAVEMENT MARKING PATTERNS 60'' + 3'' Type II -A -A Type Y buttons DOUBLE RAISED PAVEMENT 4 to MARKERS 1❑ O O O ❑ O O O�❑ O O/ O ❑ O 12" yy /G T-❑ O O O ❑ O O O ❑ O O O ❑ O 10 to 12" T e A A 10 to 12" Type II -A -A 2 yp < J NO -PASSING 4'' ® Yellow Y ® ® Yellow Y❑000❑oo,\-�❑000❑o ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ 17 O O O❑ O O O❑ O O O❑ O OO ❑ O O❑ O O O❑ O O O❑ O REFLECTORIZED PAVEMENT 4 t0 12" LINE LINE MARKINGS Type II -A -A Type Y buttons Yellow REFLECTORIZED PAVEMENT MARKINGS - PATTERN A RAISED PAVEMENT MARKERS - PATTERN A Type I-C , I -A or lI-A-A Type W or Y buttons SOLID EDGE LINE RAISED PAVEMENT ❑ O O O ❑ O O O ❑ O O O ❑ O O Type II -A -A MARKERS LINES OR SINGLE 60'' *_31. °°°°°°°°°°°y°°°°°°°°°°°°°°° y oo❑000�000❑ ❑❑ El, 1°° ° ° NO -PASSING LINE T Yellow q White or Yellow 4 to 8" Type Y buttons 6 to 8" Type II -A A Type I-C Type W buttons REFLECTORIZED PAVEMENT MARKINGS -PATTERN B RAISED PAVEMENT MARKERS -PATTERN B WIDE RAISED 60" 3^ �❑ Pattern A is the TOOT Standard, however Pattern B may be used if approved by the Engineer. PAVEMENT 1-2" O O O ❑ O O O ❑ O O O ❑ O O Or O ❑ O O O ❑ 0 O 0 ❑ 0 Prefabricated markings may be substituted for reflectorized pavement markings. LINE MARKERS �❑ CENTER LINE & NO -PASSING ZONE BARRIER LINES FOR TWO-LANE, TWO-WAY HIGHWAYS (FOR LEFT TURN CHANNELIZING LINE REFLECTORIZED OR CHANNELIZING LINE USED TO PAVEMENT MARKINGS DISCOURAGE LANE CHANGING.) White Type I-C Type I-C or I -A -A RAISED ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ a O❑ O O O❑ o 0 011 0 0 013 0 0 00 0 0 00 o 0 00 0 0 00 0 0 00 0 0 00 Type W buttons Type I-C or II-C-R 0 0 00 a CENTER PAVEMENT I_ MARKERS �10, 3IE 30' K White � LINE ® ® Yellow ® \ ❑❑❑ ❑❑❑ ❑❑❑ ❑❑❑❑❑❑ Type A � Type Y buttons ❑❑❑ a OR y y 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 0 0 00 0 0 00 LANE REFLECTORIZED PAVEMENT 40'+ 1' ❑ ❑ - O❑ O O O❑ 0 0 00 0 0 0 ❑ 0 0 00 0 0 00 0 0 0❑ o 0 00 o 0 00 O o o❑ o 0 00 LINE MARKINGS 10' 30' White or Yellow Yellow L�> Type I -A �_, Type Y buttons BROKEN Type I-C or II -A -A E ® White ® ® ° o ❑ coo ° ° ° ° ° °� 000 Type W buttons 000 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 b o❑ 0 0 0❑ 0 0 0❑ 0 0 0❑ 0 0 0❑ RAISED PAVEMENT MARKERS 0 0 0❑ RAISED ❑ ❑ PAVEMENT 3' 91 ❑ 1-10 ❑ ❑ 1-10 Prefabricated markings may be substituted for reflectorized pavement markings. 9 Y P 9 Type I-C AUXILIARY MARKERS Type I-C or II-C-R OR EDGE & LANE LINES FOR DIVIDED HIGHWAY LANEDROP F8" LINE RAISED Type I-C PAVEMENT MARKERS 3' 9' I � � _ White >/ Type II -A -A Type Y buttons <�] 00 ❑ 0 0 0❑ 00 0 0 07 0 0 00 0 0 00 Oo ❑ 0 0 00 0 0 0 ❑ 0 0 00 0 0 00 REMOVABLE MARKINGS WITH RAISED 5.1 6" o 0 00 ❑ o 0 0❑ 0 0 00 o 0 00 0 0 00 o 0 00 o 0 0❑ o 0 0❑ o 0 0❑ o 0 0❑ o 0 0❑ PAVEMENT MARKERS 10' 30' Yellow If raised pavement markers are used ® ® ® ® White 000 ❑ ❑ ❑ 0.0 00. 000 .0. o supplement REMOVABLE markings, Raised Pavement Markers Type I-C the markers shallbe applied to the 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 for solid lines. This allows an easier 20' + y LANE & CENTER LINES FOR MULTILANE UNDIVIDED HIGHWAYS removal of raised pavement markers and tape. Centerline only not to be used on edge lines SHEET 12 OF 12 ® Traffic Type I-C Oteraions ,Texas Department of Transportation Standard White <�j a Yellow 0 00 o 0 0❑ o 0 00 o o❑ o 0 0❑ o o❑ o 0 0❑ o 0 0❑ o 0 0❑ o 0 0❑ °°° °°° °°° °°° Type Y buttons Type II -A -A o 0 0❑ 000 BARRICADE AND CONSTRUCTION ® ° ° ° ° ° ° ° ° ° ° ° ° ° ° ° ° ° ° 0 0 ❑ 0 0 0❑ 0 0 0❑ 0 0 0❑ 0 0 0❑ O O❑ 0 0 0❑ 0 0 0❑ 0 0 0❑ 0 0 0❑ 0 0 0❑ PAVEMENT MARKING PATTERNS E> E�> Raised pavement markers used as Standard pavement markings shallbe from the approved ® ® ® ® 0110 ❑ ❑ ❑ 0110 ❑ ❑ ❑ 0110 1100 products list and meet the requirements of White L> Type I-G Item 672 ''RAISED PAVEMENT MARKERS." BC(12) —14 REFLECTORIZED PAVEMENT MARKINGS RAISED PAVEMENT MARKERS FILE bc-14.dgn DN TxDOT CK:TxDOT Dw: TOOT CK:TxDOT Prefabricated markings may be substituted for reflectorized pavement markings. ©TOOT February 1998 CONY ISECT JOB I HIGHWAY REVISIONS -97 9-07 TWO-WAY LEFT TURN LANE DIST COUNTY SHEET NO. 2-98 7-13 sO 11-02 8-14