Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Resolution - 2018-R0361 - 2018-R0361 MH Civil Constructors - 10/09/2018
Resolution No. 2018-RO361 Item No. 6.6 October 9, 2018 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 fol and on behalf of the City of Lubbock, Public Works Contract No. 14189 for 98th Street and Salisbury Avenue Drainage Improvements as per RFP 18-14189-TF, by and between the City of Lubbock and MH Civil Constructors, Inc., of Amarillo, 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 October 9, 2018 (X'1�1 DANIEL M. POPE, Y4AYOR ATTEST: - - ) 0 1 R. � j \X11- \-- Rebe ca Garza, City Secr tn APPROVED AS TO CONT Aw Jesi achern, Assistant City Manager APPROVED AS TO FORM: V/Afiou/i'L elli Leisure, Assistant City Attorney ccdocs/RES.Public Works Contract 14189 — 981 Street and Salisbury Avenue Drainage Improvements September 18, 2018 CERTIFICATE OF INTERESTED PARTIES FORM 1295 1 of 1 Complete Nos. 1- 4 and 6 0 there are interested parties. OFFICE USE ONLY Complete Nos.1, 2, 3, 5, and 6 it there are no interested parties. CERTIFICATION OF FILING Certificate Number: 1 Name of business entity filing form, and the city, state and country of the business entity's place of business. 2018-412270 MH Civil Constructors, Inc. Amarillo, TX United States Date Filed: 10/09/2018 2 Name of governmental entity or state agency that is a party to the contract for which the form is being filed. Lubbock, City of Date Acknowledged: 3 Provide the identification number used by the governmental entity or state agency to track or identify the contract, and provide a description of the services, goods, or other property to be provided under the contract. RFP 18-14189-TF 98th Street and Salisbury Avenue Drainage Improvements 4 Name of Interested Party City, State, Country (place of business) Nature of interest (check applicable) Controlling I Intermediary Moreno, Juan Amarillo, TX United States X Hernandez, Saul Amarillo, TX United States X 5 Check only if there is NO Interested Party. Q 6 UNSWORN DECLARATION My name is Saul B. Hernandez and my date of birth is My address is 4200 Ridgecrest Circle, Suite 11 Amarillo Texas 79109 USA (street) (city) (state) (zip code) (country) I declare under penalty of perjury that the foregoing is true and correct. Executed in Randall County, State of Texas -on the 9th day of September, 20 18 . (month) (year) Digitally signed by Saul B. Hernandez Location: Amarillo, Texas B Contact Info: 806-367-6043 Date: 2018.10.09 08:00:09-05'00' Signature of authorized agent of contracting business entity (Declarant) Fnrmc nrnvirteri by Taxac Fthir_c Cnmmissinn 1NWW.P.thICS_StatE.tX.US -- —` — R-R.r `�,-��-- VefSlOn V1.0.6711 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: 12018-412273 1 Name of business entity filing form, and the city, state and country of the business entity's place of business. MH Civil Constructors, Inc. Amarillo, TX United States Date Filed: 10/09/2018 2 Name of governmental entity or state agency that is a party to the contract for which the form is being filed. Lubbock, City of Date Acknowledged: 10/09/2018 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. RFP 18-14118-TF Lake Alan Henry Piezometers 4 Name of Interested Party City, State, Country (place of business) Nature of interest (check applicable) Controlling Intermediary Moreno, Juan Amarillo, TX United States X Hernandez, Saul Amarillo, TX 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) o r Forms provided by Texas Ethics Commission www.ethics.state.tx.us Version V1.0.6711 No Text ADDENDUM 3 Revised Proposal Submittal Form, Revised Plan Drawings, & Jointing Clarification RFP 18-14189-TF 98th Street & Salisbury Drainage Improvements DATE ISSUED: September 10, 2018 CLOSING DATE: September 13, 2018, at 2:00 p.m. The following items take precedence over specifications for the above named Request for Proposals (RFP). Where any item called for in the RFP documents is supplemented here, the original requirements, not affected by this addendum, shall remain in effect. Revised Proposal Submittal Form The proposal submittal form has been revised and must be submitted with the response. The revised Proposal Submittal Form is attached to this addendum. Please acknowledge reception of this addendum on the signature page of the Revised Proposal Submittal Form. Revised Plan Drawings Please see the attached revised plan drawings. Jointing Clarification TxDOT Item 462 Concrete Box Culverts and Drains Section 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 variation in dimensions. An joints shan be- joints. Box and gaskets shall comply with ASTM C1577 and ASTM C1677. 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 will be measured in the field by the City's inspector to demonstrate compliance. All requests for additional information or clarification must be submitted in writing and directed to: } Teofilo Flores, Senior Buyer City of Lubbock Purchasing and Contracts Management Office 1625 13th Street, Room 204 Lubbock, Texas 79401 Questions may be faxed to (806)775-2164 or Email to TKFlores@'mylubbock.us Questions are preferred to be posted on BidSync: www.bidsync.com THANK YOU, ?a06 574tj Teofilo Flores Senior Buyer _1 City of Lubbock Purchasing and Contracts Management Office It is the intent and purpose of the City of Lubbock that this request permits competitive proposals. It shall be the proposer's responsibility to advise the Director of Purchasing and Contract Management if any language, requirements, etc., or any combinations thereof, inadvertently restricts or limits the requirements stated in this RFP to a single source. Such notification must be submitted in writing and must be received by the Director of Purchasing and Contract Management no later than five (5) business days prior to the close date. A Lj review of such notifications will be made. 1] REVISED PROPOSAL SUBMITTAL FORM UNIT PRICE PROPOSAL CONTRACT DATE: PROJECT NUMBER: RFP 18-14189-TF 98th Street and Salisbury Avenue Drainage Improvements Proposal of (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 construction of 98th Street and Salisbury Avenue Drainage 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 below. The price to cover all expenses incurred in performing the work required under the contract documents. ITEM I DESCRIPTION I ST Q� I U/M I UNIT COST I EXTEONDED 1 1 Remove Concrete Paving 2 1 Remove Concrete Curb and Gutter 77 1 SY 101 1 LF 3 Remove Concrete Sidewalks 27 SY 4 Remove Concrete Riprap 44 SY 5 Remove Stabilized Base and Asphalt Paving 286 SY (7") 6 Remove Existing 24" RCP Storm Sewer Pipe 35 1 LF 7 1 Remove Existing 5'x4' RCB Culvert 1 39 1 LF 8 1 Remove Existing Pedestrian Handrail 1 40 1 LF REVISED 9 City of Lubbock Flexible Base Course, 286 SY Complete in Place 10 City of Lubbock Asphalt Stabilized Base 286 SY Course (6") 11 City of Lubbock Type D HMAC Paving 286 SY 12 Joint Reinforced Concrete Paving (9") 77 SY 13 Pedestrian Handrail 40 LF 14 Concrete Curb and Gutter 101 LF 15 Concrete Sidewalk (4") 29 SY 16 4" Reflective Pavement Marking (Broken 950 LF White) 4" Reflective Pavement Marking (Broken 17 Yellow) 784 LF 18 .4" Reflective Pavement Marking (Solid 3 136 LF Yellow) ' Storm Sewer Improvements = = 19 Trench Excavation Protection 940 LF 20 Concrete Riprap (5 ") 17 CY 21 5'x4' Reinforced Concrete Box Culvert 919 LF 22 24" Reinforced Concrete Pipe (Class III) 19 LF 23 5'x 15' Concrete Storm Drain Inlet 1 EA 24 Reinforced Concrete Cross -Culvert 1 EA Connection Box 25 Concrete Wingwall 2 EA 26 Block Sodding 20 SY 27 Permanent Drill Seeding (Urban Clay) 998 SY Offeror's Initials: REVISED 28 Rock Filter Dam (Type 3) 72 LF 29 Rock Filter Dam Removal 72 LF 30 Temporary Silt Fencing 1,183 LF 31 Temporary Silt Fencing Removal 1,183 LF 32 Temporary Inlet Protection 36 1 LF 33 Traffic Control Measures (Barricades, Signs, 4 MO Traffic Handling) 34 Low Profile Portable Concrete Traffic Barrier 520 LF Installation (Type 1) 35 Low Profile Portable Concrete Traffic Barrier 40 LF Installation (Type 2) 36 Low Profile Portable Concrete Traffic Barrier 520 LF Relocation (Type 1) 37 Low Profile Portable Concrete Traffic Barrier 40 LF Relocation (Type 2) 38 Low Profile Portable Concrete Traffic Barrier 520 LF Removal (Type 1) 39 Low Profile Portable Concrete Traffic Barrier 40 LF Removal (Type 2) 40 Removable Work Zone Pavement Marking 4" 3 320 LF (Solid White) ' 41 Removable Work Zone Pavement Marking 4" 1 340 LF (Broken Yellow) ' 42 Removable Work Zone Pavement Marking 4" 5 360 LF (Solid Yellow) ' 43 Removal of Existing Pavement Markings 4,870 LF 44 1 Embankment 14 CY 45 Mobilization 1 LS 46 Flowable Fill 100 CY 47 City of Lubbock 8" PVC Water Line 21 LF 48 City of Lubbock Water Fittings 785 LB Offeror's Initials: Extended Total (Items 1 - 48): $ PROPOSED CONSTRUCTION TME: 1. Contractors proposed CONTRUCTION TIME for completion: TOTAL CALENDAR DAYS: (to SubstantialCompletion) (not to exceed 150 days to Substantial 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 as stipulated in the specification and other contract documents. Offeror hereby further agrees to pay to Owner as liquidated damages in the sum of $500 for each consecutive calendar day after substantial completion set forth herein above for completion of this project, all as more fully set forth in the General Conditions of the Agreement. Offeror understands and agrees that this proposal submittal shall be completed and submitted in accordance with instruction number 29 of the General Instructions to Offerors. Offeror understands that the Owner reserves the right to reject any or all proposals and to waive any formality in the proposing. The Offeror agrees that this proposal shall be good for a period of sixty (60) calendar days after the scheduled closing time for receiving proposals. The undersigned Offeror hereby declares that he has visited the site of the work and has carefully examined the plans, specifications and contract documents pertaining to the work covered by this proposal, and he further agrees to commence work on the date specified in the written notice to proceed, and to substantially complete the work on which he has proposed; as provided in the contract documents. Offerors are required, whether or not a payment or performance bond is required, to submit a cashier's check or certified check issued by a bank satisfactory to the City of Lubbock, or a proposal bond from a reliable surety company, payable without recourse to the order of the City of Lubbock in an amount not less than five percent (5%) of the total amount of the proposal submitted as a guarantee that offeror will enter into a contract, obtain all required insurance policies, and execute all necessary bonds (if required) within ten (10) days after notice of award of the contract to him. Offeror's Initials REVISED Enclosed with this proposal is a Cashier's Check or Certified Check Enclosed with this proposal is a Cashier's Check or Certified Check for Dollars ($ ) or a Proposal Bond in the sum of 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: Secretary Offeror acknowledges receipt of the following addenda: Addenda No. Date, Addenda No. Date Addenda No. Date Addenda No. Date M/WBE Firm: I I Woman Black American Date: Authorized Signature (Printed or Typed Name) Company Address City, State Telephone: County Zip Code Fax: - Email: FEDERAL TAX ID or SOCIAL SECURITY No. I I Hispanic American I I Asian Pacific American I I Other (Specify) I INDEX OF SHEETS: Rom N. 1 SET N. SHEET TFTLE TITLE/INDEX 2 G-1 GENERAL NOTES 3 C-1 CONSFRUCTION QUANTMES 4 C-2 SURVEY CONTROL AND Al1GM1ENT DATA S C-3 EJOSTM UTIUTIES PLAN B C. SITE DEMOLfNON PLAN 7 C-S TRAFFIC CONTROL PLAN ADVANCED WARNING LAYOUT 8 C-6 TRAFFIC CONTROL PLAN PHASE 1 9 C-7 TRAFFIC CONTROL PLAN PHASE 2 10 GB TRAFFC CONTROL PLAN STREET AND DRM WAY ACCESS DETAIL 11 C-9 DRANNGEAREAMMP 12 C-10 STORM DANN PLAN AND PROFILE SO LI8 A STA 10.001H 13 C-11 STORM DRAIN PLAN AND PROFKE SO LINE A STA IN00 TO OUTFALL 14 C-22 STORM DRAIN PLAN AND PROFILE SO LINE B AND C 15 C-13 CUT AND FILL PLAN AND OETARS 16 C-14 STORM D" STRUCTURAL OETARS 17 C.13 INLET AND OUTFALL DETAILS is C-16 MUNICIPAL WATER RELOCATION PLAN 19 C17 STORM WATER POLLMIGN PREVENTION PLAN (SWPPP) 20 C-18 MISCELLANEOUS DETAILS 21 C-19 CfTY OF LLMOCK STANDARD DETAILS -VMMES 22 C-20 CITY OF LLIBBOCK STANDARD DETAILS - STREETS 23 C-21 CITY OF LUBBOCK STANDARD DETAILS-STNEETSICONT) 24 SC-141 BARRICADE AND CONSTRUCTION GENERAL NOTES AND REQLIREMENTS 25 SC-14-2 BARRICADE AND CONSTRUCTON PROJECT LIMIT 26 BC-10.3 BARRICADEANOCONSTRLICTIONWORK20NESPEEDUMIT 27 BC-14.4 BARRICADE AND CONSTRUCTION TEMPORARY SIGN NOTES 28 BC.J4S BARRCADE AND CONSTRUCTION TYPICAL SON SUPPORT 29 BC.3A-6 BARRICADE AND C0N6TRl/CNON POSTABLE CHANGEABLE MESSAGE SIGN IPCM6) 30 SC.147 BARRICADE AND CONSTRUCTION ARROW PANEL, REFLECTORS, WARNING LIGH158 ATTENUATOR 31 BC-1" BARRICADE AND CONSTRUCTON CHANN ELUMG DEVICES 32 BC-1a9 BARRICADE AND Co16TRUCTON CHANNEUZMO DEVICES 33 SC-34-10 BARRICADE AND CONSTRUCTON CNANNEUZMG DEVICES 34 SC-1411 BARRICADE AND CONNSTRLIC PAVEMENT MARK0IGS 35 BC-1412 BARRICADE AND CONSTRUCTION PAVEMENT M AIDNNG PATTERNS 36 LPCB-13 LOW PROFILE CONCRETE BARRIER PRECAS BARRIER (TYPE 1) 37 LPC813 LOW PROFILE CONCRETE BARRIER PRECAS BARRIER (TYPE 2) 38 TCP2-5-18 TRAFFIC CONTROL PLAN LONG TERM LANE CLOSURES A.MLTRANE CONVENTONAL RDS 39 SCPOSSTS SINGLE BOX CULVERTS PRECAST S'4 SPAN REPCP-14 REPAIR OF CONCRETE PAVEMENTS OF 2) REPCP-14 REPAIR OF CONCRETE PAVEMENT(2 OF 2) w� City of Lubbock TEXAS 98TH STREET AND SALISBURY AVENUE DRAINAGE IMPROVEMENTS CI P: 92518.9243.30000 CONTRACT: 18-14189 J U LY 2018 •.0 y 'low 1 � � e�N vLOOP m eN eRJt...nr y 4.IH 5111Q} I a^» PRONECTLOCATDN z._ } lti?7 r 1 t1 em1•rn,..l. u.�. exHR r..Vw SITE LOCATION MAP NOT TO SCALE NORTH Irm7FREESE N HOL 2732 82Rd St—t. Suit. A Lubbock, Te.Oe 79423 Ph— �(806) 686-2700 Web - .1T..e..Gom FNI PROJECT #: HAF15315 CITY COUNCIL DANIEL M. POPE -MAYOR JUAN A. CHADIS -DISTRICT 1 SHELIA PATTERSON HARRIS -DISTRICT 2 JEFF GRIFFITH -DISTRICT 3 STEVE MASSENGALE -DISTRICT 4 RANDY CHRISTIAN -DISTRICT 5 LATRELLE JOY -DISTRICT 6 CITY MANAGER: W. JARRETT ATKINSON DIVISION DIRECTOR OF ENGINEERING/CITY ENGINEER: MICHAEL G. KEENUM, P.E.; C.F.M. CAPITAL PROJECTS AND DESIGN/ASSISTANT CITY ENGINEER: JOHN TURPIIN`, P.E. i ' W-15 na20le GENERAL NOTES FOR ALL CONSTRUCTION ACTIVITIES 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 INTOTHE WORK ARE IN ACCORDANCE WITH THE SPECIFICATIONS. 3. CONTRACTOR SHALL NOTIFY THE CITY AT LEAST 4814OURS 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. S. CONTRACTOR MUST KEEP AVAILABLE ON -SITE AT ALLTIMES 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. THE CONTRACTOR SHALL BE RESPONSIBLE FOR ALL REQUIRED CONSTRUCTION SURVEYING AND STAKING AND SHALL NOTIFY THE CITY OF ANY DISCREPANCIES PRIOR TO PROCEEDING WITH ANY WORK. S. CONTRACTOR SHALL BE RESPONSIBLE FOR PROTECTING ALL SURVEY MARKERS INCLUDING IRON RODS, PROPERTY CORNERS, OR SURVEY MONUMENTS WITHIN THE UMITS 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. 1Q CONTRACTOR'S 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 14003444377) 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 CONSTRUCUON, ANY REMOVAL OR DAMAGE TO EXISTING FACILITIES SHALL BE REPLACED OR REPAIRED TO EQUAL OR BETTER COND91ON BY THE CONTRACTOR AT NO COST TO THE CITY, 13. CONTRACT OR 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 (TMUTCO) 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, EQUIPMENTOR 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 OFFS11 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 CONDITIONAT NO COSTTO CITY. REPAIRS MUST BE PERFORMED BYA LICENSED IRRIGATOR AS SOON AS POSSIBLE. 19. MIST 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." TRENCH SAFETY DESIGN, PLANNING, AND IMPLEMENTATION IS SOLELY THE RESPONSIBILITY OF THE CONTRACTOR AND IS BEYOND THE SCOPE OF THESE PLANS. 21. ATALL TIMES THAT WORK IS PROGRESSING, THE CONTRACTOR SHALL HAVE A DESIGNATED COMPETENT PERSON ON -SUE WHO SHALL BE RESPONSIBLE FOR SUPERVISING THE WORK AND WHOSE DUTY IT WILL BE TO PERFORM REQUIRED SAFETY INSPECTIONS AND TO DIRER ALL REQUIRED CONSTRUCTION SAFETY ACTIVITIES. 22. CONSTRUCTIONINSPERIONS AND TESTING SHALL BE PERFORMED BY CITY FORCES FOR ALL MUNICIPAL IMPROVEMENTS. 23. ALL CONCRETEJOINTS SHALL BE SEALED IN ACCORDANCE WITH TXDOT JOINT SEALING STANDARDS. SEETXDOT CONCRETE PAVING DETAILS -JOINT SEALS SHEET JS-14, 24. CONTRACTOR SHALL PROVIDE A VIDEO OF THE ENTIRE PROJECT SITE TO THE CITY PRIOR TO BEGINNING WORK, 25. CONTRACTOR SHALL COORDINATE WITH LP&L REGARDING SUPPORTING POWER POLES AND GUY WIRES AS REQUIRED TO CONSTRUCT THE PROJECT. 26. 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. 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. 1 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 AR ACCESSIBILITY GUIDELINES (ADAAG) AND THE TEXAS ACCESSIBILITY STANDARDS (TAS). THE CONTRACTOR SHALL REMOVE AND REPLACE ANY CONSTRUCTED OR INSTALLED ITEMS NOT MEETING THE CURRENT ADAAG 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 TRAFFIC CONTROL 1. CONTRACTOR SHALL NOTIFY THE TRAFFIC DEPARTMENTAT LEAST 7 BUSINESS DAYS PRIOR TO ANY WORK, PROVIDE A CONSTRUCTION SCHEDULE AND NOTIFYTHE TRAFFIC DEPARTMENT AT LEAST48 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 30-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. S. CONTRACTOR IS RESPONSIBLE FOR MAINTAINING ALL TRAFFIC CONTROL COMPONENTS TO COMPLY WITH THE LATEST EDITION TO THE TMUTCO. 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. GENERAL NOTES FOR STORM DRAIN 1. ALL STORM DRAIN CONSTRUCTION,TESTING, AND MATERIALS SHALL BE IN ACCORDANCE WITH 2014 TXDOT STANDARD SPECIFICATIONS UNLESS OTHERWISE NOTED. 2. CONTRACTOR SHALL SUBMIT A TRENCH SAFETY PLAN PRIOR TO THE PRE -CONSTRUCTION MEETING, F F Y 4. BO A OG K AL CO PL W TH TMC1 77 ND AS C 67 . P RFO M NC RE UIR M NTS FO JOINTS SHALLINCLUDE AN ALLOWABLE GAP OF1"MA%IMUMAND DEFLECTION NOT TO E%CEED)j"WITHIN Q THAT 1;"GAP. JOINTS SHALL BC MEASURED INTHE f1EL0 BY THE CITY'S INSPECTORTO DEMONSTRATE COMPLIANCE. 1. ALL WATER CONSTRUCTION, TESTING, AND MATERIALS SHALL BE IN ACCORDANCE WITH THE CITYS 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. S. 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 GENERAL NOTES FOR EROSION CONTROL 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 CR91CAL ROOT ZONE OF TREES THAT REMAIN ON SITE. THIS INCLUDES PAINT, OIL SOLVENTS, ASPHALT, CONCRETE, CONCRETE EQUIPMENT WASH WATER, MORTAR OF SIMILAq MATERIALS, 3. ASPHALT BAGS SHALL BE PLACED AT CONSTRUCTION ENTRANCES TO PREVENT CURB DAMAGE. PUBLIC UTILITY CONTACTS: TELECOM SERVICES CABLE TELEVISION SERVICES AT&T E� %AS -KYLE KNOX SUDDENUNK-KA H ORD 2010 AVE R, ROOM 102 6710 HARTFORD LUBBOCK, TX 79411 LUBBOCK,TX 79413 PH; (806)741.6256 PH: (S06)771-6211 KYLE.KNOX@ATT.COM KADE.THETFORD(&SUDDENLINK.COM ELECTRIC SERVICE NATURAL GAS SERVICE LUBSUMMURNAND LIGHT -TARED HUSE A M SEN RGY•L NN GREEN P.O. BOX 10541 6606 66TH STREET LUBBOCK, TX 79408 LUBBOCK, TX 79424 PH: IBO6) 775,2515 PH; 1806)687-7130 JHUSE@LPANOLCOM LYNN.GREENLHATMOSENERGY.COM CITY OF LUBBOCK: MICHAEL G. KEENUM, P.E.: C.FN. JOSH FLUD - CHIEF INSPECTOR DIVISION DIRECTOR OF ENGINEERING/ 162513THSTREET CITY ENGINEER LUBBOCK. T% 79401 162S 13TH STREET PH: (806) 548.4152 LUBBOCK. TX 79401 PH:(8D61775.2343 JOSH KRISTINEK - SENIOR CIVIL ENGINEER 162513TH STREET LUBBOCK, TX 79401 PH: (806) 775-3397 PERMIT CONTACT INFORMATION SNIP" FRS HARRIS (806)775.234; JOSH FLUD (806) 548115 CLAUDE KNIESLEY (BO6)775-2397 i m Ny ,RI dF. 3 '4+�•••c OAff e N"g fff �'• £j \ a 0 W�666 F0ppyy� �ij gLZS? 3} W D >� W ;W �W a N> � �N u4 � Q LU Z_ F— LIj Q Z C) L~/i s Do a 3 WE WEE � CROB ^Ll"J Cg R e '3 i fifiS %%S� 5t� SXFET C-1 SEO, SUAMARY Of PO\gVAt REMf LOUTON iv00T TxpOi fi00T fiDOi Tv00T h00T h00i TaDOT REMOVING CONC IPAN REMONNG CONE (CURB ANDGURER) REMONNG CONC (SIDEWAUtS) PEMONNG CONC(AIPPAP) MONNG STAB EANO ASPN PAV Ii"1 REMOVSm IPJPEI REMOV 53R IBO%CULVERn SJA IMtll �R- SY Lf tt $Y SY 0 V U 1 Gd ]] 101 21 44 286 35 39 40 PPOlFR1MAL3 ]J 301 1) M 386 33 39 40 SUMFMRY OR 0.0pDWAY pFMS LOCATION COL R W Y COL A COL Y Tv00T h00T 450 COL ROADWAY cot AY h00T fi00T hDOT FLEXIBIF BASE ASPNAIT TYPED NMA[ CONC PAV RML CONC CURBB CONC PFfLPAVMRKttI REFL PAV MPItttI REFLPAV MRKttI (CAUCHE116"I STABIU2ED 80.SE li"1. (101NT REINF) INPNDPNLI(TY GVREP SIOEWPIKS M'Id"(BPKXIOOMILI IYW"(BPK)(1WMiU Md"13NJ)If00Ml11 (6"I 19"1 BI SY SY Sy SY IF U SY IF IF IF [f0 286 286 286 ]] 40 Vol 39 990 184 3136 /POIFCTTOTALS 286 3B6 Z86 ]T 90 101 29 950 ]84 3136 e� ��m©mr��a•� ��om�c�aa�a 1MFFK WNTMLpEMS IACAOON fiDOT Tx00T Tx00T TxOOT TxDOT fi00T h00T TsOpT h00T Tx00T fi00T TT BMtRICAOES, SiGxSAND iPAFFIC NANWNG PORT CEB IFVP 81N5TJ(LOW P0.0fl(tt3) PORT Cm IFUR 81NST)jLOW PROf)(iY31 DORTCTB (MOVEIILOW PPOFI(ttl) POPTCIO IMOVEIIIOW PROFl1tt21 POPT Cm IREMOVEIILOW PROFI(ttl) PORTCfB (PEMOVE)ILOW PROflltt2l WK3N PAV MRK REMOV IWI4"IS101 WN 2N PAV MRN REMOV IY14"(BRN) WK ZN PAV MRK REMOV IYH'ISLDI EUM E%T PAV MRKAMRK61 4'1 MO IF LF V U tF if IF IF IF LF cs mro n ca 4 C•6 520 40 3530 600 2430 E383 G] 530 10 530 40 1I90 )40 2950 2d8] PROIFR TOTALS 4 S20 40 520 40 520 40 3320 3340 5360 48]0 SUMfMRY OF PIOSpN CONTROL ITEMS LOGTON TVDOT fi00T fiODT TVDOT fi00T h00T TxpOT pRILL SEEDING ROCK i1lTER TEMP SEDMT TEMR SEDMT TEMP SDMT BLOCK 50001 (PERMI(URBANI SIINSTpW ROCK FILiFP CONE fENCf COMfENCE CONE iENCE (CUVI ltt ]) DAM510.EMOV (iNSTAUJ (REMOVE) 2 PWTECOON) SY SY Lf IF IF if IF C•1] 20 998 72 72 lIB3 3183 36 PROJ[RIOTALS 20 998 72 ]2 3383 1383 36 r�,7 �. F n Ash ,6 98TFi - STREET h 19*40 . , 54 LIl u3 NWT .:,` R"L ,}'�`'r%2i.00 � 23+06 LI �� t Y RS t29 � • `•Z ��y�''5�'�pi„ 7249277 22 • �� �''"' a. 1 y, ?f� r f NA SO LINE A NO. LENGTH BEGIN END UNE/CHORD DIRECTION STA 10+00.00 STA 10+12.19 Ll 22.19 N • 7249192.18 N • 7249204.34 N3' 43' 42.99'W E • 929543.75 E • 929542.96 STA. 10+12.19 STA 10+70.55 L2 5136 N • 724920434 N • 724922755 N66' 33' S8.55'E E • 929542.96 E . 92959651 STA 30+7055 STA 10+9933 L3' 28.78 N • 7249227.5E N • 7249229.00 N8T 06' 4511'E E • 929596.51 E • 929625.25 STA. 20+99. STA. 11+98.27 L4 9895 N • 7249229.00 N • 7249228.64 589' 47' 2614E E • 92962525 E • 929724.20 STA 11+9817 STA 12+53.39 LS 55.12 N • 7249228.64 N • 7249226.19 587' 27 L3.60'E E • 929724.20 E. 229779.26 STA 12+5339 STA 13400.00 L6' 46.61 N • 7249226.19 N • 7249225.07 SSB' 3T 2857'E E.929779.26 E• SEA 13+00.00 STA 13-14.00 L7 14.00 N • 7249225.07 N • 7249232.78 N61' 22' 31A3"E E • 929825.86 E • 929838.15 STA. 13«MOD STA, 13+18.62 LB 1.62 N•724923L78 N•724923L67 588'3T 2BSTE E. 929838AS E • 929842.76 srA, 13+1e.6z STA-13.7s.o9 L9 56.46 N • 7249231.57 N • 7249231.12 S99' 25' 33.66'E E • 929842.76 E • 929899.23 PROPOSED CULVERT IS TO BE INSTALLED PARALLEL TO OWING CULVERT. IN THE EVENT OF A DATA DISCREPANCY, CONTRACTOR TO INSTALL PROPOSED BOX CULVERT AT A V OFFSET FROM THE EXISrM CULVERT. so LINE 9 NO. LENGTH BEGIN END LNNE/CIgBD DIRECTION STA, 19.57.14 STA. 20+0L90 LIO 44.66 N • 7249233.19 N • 7249232,12 586' 3T 285M E • 929779.50 E • 929824.25 STA. 20+02.80 STA. 20+15.90 Lll 14.00 N • 724923L12 N • 7249239,82 N61' 22' 31A3'E E.929824.15 E.929636.44 STA 20«15.80 STA 20+2Lss L12 GAS N • 7249238.82 N • 7249238.67 S9S 37' 28.STE E • 929636.44 E • 929842M SEA 20.22.25 STA. 20.78,76 L33 56.51 N • 7249238.67 N • 724923310 SW 25' 33.68'E E • 929842M E.92989939 STA 20+78.76 SEA 21+96.99 L14' 118,23 N. 7249238.10 N. 7249233.69 SST 51'35.42'E E • 929899.39 E • 93001754 STA 21+96.99 STA. 25+6241 LIE' 365A2 N • 7249233.69 N • 724922256 SW IN 17.83'E E • 930017-14 E • 930382.79 STA.I5462.d1 STA 25+72.39 Llfi 9.99 N • 7249222.56 N • 7249222.42 599' 12' 34.39'E E • 930381.79 E • 93MI76 SO LINE C NO. LENGTH BEGIN END UNE/CRORO DIRECTION STA, 30H00-00 STA 30+0958 L17 9.57 N . 7249194.90 N • 7249204.41 HS 3T 0154'E E • 929514.41 E • 919525.51 STA 30+0958 STA, 30+28.07 L38 18,50 N • 7249204.41 N • 7249211.76 NW 34' ODAO"E E • 929525.51 E • 929542.48 STA. 30+231)7 STA 30.85.19 L19 57.12 N • 7249212.76 N • 7249234.48 N66' 33' 5855'E E • 929542.48 E • 9M%,89 ' 6 { c 4 dh�q{ g NED SD LI NO. LENGTH BEGIN STA 40+01.35 L20 12.91 N • 7249203.99 E • 929504.06 STA. 40+13.26 STA 40-32.87 Ill 19.61 N • 7249194.04 N • 7249192.71 S93' 11' 12.53E E.929SIL94 E•92953L41 STA 40+32,87 STA. 40+37.64 L22 4.77 N • 721919L71 N • 724919L04 581' 56' 3196E E • 929531A1 E • 929536.13 STA 40111," STA, 41+011d !13 64,60 N • 7249191D4 N • 7249180.92 SW 59' 27.32'E E • 929536.13 E • 92959993 Eff-M Eff-M F1- --- �ii�ti� „-.- - ----d. ------------------------------ ---�--- ---------------- ~ ~\ 2 9BTy � �4 ST RFC LEGEND ----�'ti- - MUNICIPAL WATERLINE MUNICIPAL WASTEWATER LINE STORM DRAIN LINE -UE- - UNDERGROUND ELECTRIC LINE -OHE- - OVERHEAD ELECTRIC LINE -UT- - UNDERGROUND TELECOMMUNICATIONS LINE -G- - UNDERGROUND NATURAL GAS LINE -CAN- - UNDERGROUND CABLE TELEVISION LINE (SAWCUTCONCRETEPAVEMENT� ' AT NEARESTIOINT CONTMCTOR TO PROTECT ADLACENT BRICK WALL DURING CONSTRUCTION ACTIVITIES REMOVE ANO DISPOSE OF ALL CON AND GUTTER (230 L.F), FLATWORK : WITHIN LIMITS SHOWN REMOVE PEDEST FAI 3w 9 ti - 3 EXISTING CONCRETE HEADWALL, ,� EXISTING CON ETE �IEMOVEANDDISPOIECIF WINGWAUS AND CONCRETE RIPRAP TO REMA RIPRAP TO LIMITS SHOWN DEMOLITION AT EXISTING 1 CULVERTOUTFALL SCALE: V-10' )VE AND DISPOSE OF ALL CONCRMASPHALT iG WITHIN LIMITS SHOWN REMOVE AND DISPOSE OF 57 L.FS OF CONCRETE CURB AND GUTTER I iw� �k.!.,. '" ....,. .,.,, `*yam ?��'�'• _"..m.. I= ,.,,, - ..., - / �04 160 �` REMOVE AND DISPOSE OF 5')W BOX CULVERT _ (218 L.F.) TO LIMITS SHOWN EXIST! NG LIGHT POLE TO (STA'20OOSDUNEBTOS7rA.13r15.8o SDUNEA)..' "' •- -.._ M1;.,,, BE RELOCATED OY LP&L SEE PUBLIC UTIUTY SAWCUT CONCRETE PAVEMENT '- CONTACT INFO SHEET G-1 AT NEAREST101NT ' e a_ PI TABLE FOR REMOVAL LIMITS (NAD83) POINT DESCRIPTION NORTHING EASTING 109 PI 7249226.0034 929625.3228 101 PI 7249286.2605 929494.5254 102 PI 7249280.9219 929534.3995 103 PI 7249195,4299 929536.9434 104 PI 7249192.1072 929SS7.3407 105 PI 7249203.2140 929559.5720 106 PI 7249203.8407 929S$5.2724 107 PI 7249206.5831 929555.6721 108 PI 7249224.1-2 929597.2055 210 PI 7249224.9II 5 929739.5248 PI TABLE FOR REMOVAL LIMITS (NAD83) POINT# DESCRIPTION NORTHING EASTING 111 PI 7249220.0044 9297S4.7832 112 PI 7249238.7239 929701.9469 113 PI 7249239,0046 92962S.0189 114 PI 7249237.4500 929594.1974 115 PI 7249208.1042 929526.4926 116 PI 7249211.3871 929497.1382 117 PI RCP 7249203.0980 929SO3.7441 118 PI CULVERT 7249201.1770 929543.1673 119 PI CULVERT 7249215.6692 929S51.4875 120 P CUW ERT 7269232.3610 929822.3458 ERT 7249231.7383 929839.9506 N 0 10' xo' 3a 60' SCALE IN FEET if W Z W H Q Z Z >- W a N j Z QLn p O o Q Lu W LLI � Q Orcr Q ~ t� N 0 Y N o zs® SCALE IN FEET VERTICAL LU UJI z C) p In z ui -j >- Lu w2i ILL n UJ 0 co > V) b -i CC 00 L < a 0+ A < 0 rq z < :5 <Z 0. (n tz z Lu co w < Q Lu CC w Z U _j 00 cc (A 0) '7773 No Text RI STA 30+37.89 v� }S Tifgio "" CONNEMO DOSTING S%4 RC8 - FI STA 30N09,SO INSTALL .. .. 137f4M'BEND 5'%4 RC8 pE� _ NP. PI STA 30+0000 2 „ FOR INLET, INLET CONNECTIONS AND CULVERT CONNECT TO�� CROSSOVER INFORMATION SEE SHEET C-14. PROPOSED INLET IR STA 40M0 O0 CONNECT TO EXISTMGI4'RCP S40WL35 IN . INSTAALL 1.24'X45-SEND ' OVERHEAU'POWFRROLE. COL9BDIMA WITH LPSL AS OWING MAY BENE[ESSARV�� O I ^'--,� P1 INSTALL: 3245 SD LINE C 3zas I _........ _ ___,.___IMF3,X4,.�,lLIM _ i _. __._ _.. 3240 - 281E RC !116% 3235 _. SA 30+39 STA SOX SSOVER COMMEMON 3235 3230 .,_.-. ......:.... -----._ • .• '... YING PCB l036K 3225 .. ...... ,... „.... ............. ...,.. ..... 3225 qq 3220 r ... clawo`u�nitr _ 3220 •.�* u u�iesn �noa a PP calsn,LCNCM 3215 3215 _ o i5 d 3210 ........ ., ____..._— 3205 _ 3205 i (ACDRO%IMATE DEPTN) 3200 3200 29+50 30+00 30+50 31+00 PI STA 40.37.61 CONNECT TO EIOSTING INLET PI STA 40+32.85 CONNECT TO PROPOSED INLET 3245 SD LINE D _ _ _ __._ 1SLF 24- RCP CUSS IN ! . .26% SU,24 I RCP CLASS IP00.00% 3235 - _ 3235 3230 • DfbTING lt.,PCP 3230 3225 ___. _.... "..;, 3225 � :_ k'.. uHonawrourwnuwsw 4nTA corrt.cr anon awuM 3720._...,........._._....._...._ . a _.fl,-_.... .,.... .. .__ .. ._. ._. ._._._3220 ... ,.. 3235 ...... ........ .......... G .___ ��. 3235 ....._, 39+50 40+00 40+50 41+00 CAUTIONIII ' E%ISTMIG OVERHEAD AND DERGROUND U7IUTY LINE A. CONTACT UNIT' 48 HC PRIOR ro CONSTRUCTION N SCALE IN FEET VERTICAL w w Z ui > H LL Z O Q y w M a �2 OO Lu co > Q Z =10 ZQ 3Na nu 00aZ LZw Z— QO V LL, Z 0LLJ N c ~0 v) K L 0 0000 N m 1 14 No Text OPIr PLINE BaNE' . Epg7IN� CURB r GUTTER DCEOF CONCRETE S• INISR/L1CB.... LED PRIDNE�r ' PROPOSED'ISCONCRETE RIPFAP DRSTING fNLE7 :. TX O � r 1 PROPOSED INLET DETAIL saaE:1•na DUSTING BRICK WALL (PROTECT DURING CONSTRUCTION) PEDESTRIAN HANDRAIL I... MOOT TYPE B) Pftopof ALLF --0 [I�(plS - iOLINEB _ _._ RIPTI S Sr pMEK�A DUSTING CULVERT OF CONCRETE TOEWALL ....... 1 B CULVERT OUTFALL RIPRAP DETAIL SCALE: 1110' nPDA1TOEWALLSEcnaN �anDsulT- w Z W lA QLLJ N 2 J W LL -jcr 0 Laa oa ZLLI Q a cD w Z z H N O L ♦0 01 MANHOLE RING AND 91 CONCRETE PAVEMENT TO COVER PER CITY BE REMOVED AND REPLACED EXPOSED / SPECIfICATgNS ACCORDING TOTXDOT STANDARD KEPCP.IA �.1'MIN. REINFORCEMENT 4* SIDEWALK — INLET OPENING \ \ G L 6. EMSTING CULVERT �I SCONCIETE RIPRM 4 PROPOSED SSW'KTYPE-1 IN INLET ) / 1) P SD LINE c LINE 0 x0•RCPCIASSII..... .�\� ��i/ -- S ,RCB \' CONNECf10NAT 30' BEND TO BE CAST IN PLACE REINFORCEMENT PER TKDOT STANDARD SCP-MO { B BEND CONNECTION DETAIL x SECTION D D Nor TOSCALE SCALE: 1••x' Q �� >- c U., I D D co z I Ln ui < J> N SCALE IN FEET il HE I TABLE OF DIMENSIONS & REINFORCING STEEL (Wings for One Structure End) Vorioble Estimo Dimensions Reinforcing OUohtil per it _ wi na le W ( x I Y I 2 N Spo I N SOo [ Ii.1irf Can. Lb/Ft) (CY/F1 T TABLE OF ESTIMATED CULVERT TOEWALL OUANTITIES INSIDE ELEVATION (Showing reinforcing. Culvert and Culvert Toewoli reinforcing not shown for clarity.) W x 8" Y C 2" JR- 2- F D V tPer.iss L t 1 D yJIP EF i Const It v M T— FOOTING Wi ngw011 Toewall WINGWALL AND TOEWALL 16" ire —if— A A CORNER DETAILS WiNG DIMENSION CALCULATIONS: Formulas! (AII vo Iues Ore 1h Feet) Hw H+ T+C - 0. 250, A (Hw - 0.333') (SL) 8 (A) Tangent (30•) Lw (A) i Cosine (301) For Cast -in -place culverts: Ltw • (N) (S) + (N+I) (U) For Precast culverts: Ltw • (N) (2U+S) + (N-1) (0. 500'1 Total Wingwall Area (Two Wings ^ S.F.)-(Hw + 0.333') (Lw) Hw Height of Wingwoll SL:1 Side Slope Ratio (Horizontal:t Verticol) Lw Length of Wingwoll Culvert Ltw Culvert Toewall Length N of Culvert Spans 2 See applicable box culvert standard for H, S, T, and U values. 1 30• BARS D (Culvert and Culvert Toewall reinforcing not shown for clarity.) O, 60• ® V � - s S BARS R Ltw y /' See Corner / Detoi Is % acre+ vpy QF -7- d+ N d+ N J= 'a Length of Wings Y+q" (/ posed on SL:i +r slope along this line. Toe of Slope BARS J1 BARS V 5 C. PLAN (Showing tlimnSiOns.) BARS L BARS J2 Pp /r�"Culvert Bottom i\\ SIOD Reinforcing R Q Culvert Toewolll 16" SECTION B-B tO Extend Bore P 3'-0" minimet into bottom slab of Box Culvert. OAdjust to fit as necessary to =;stain 1 114" clear cover and 4" minimum between bars. O3 quantities shown ore based on on average wing height for two wings (one structure end). To determine total quantities far two wings multiply the tabulated values by Lw. O Recommended values of Slope are: 2:1, 3:1, 4:1, 6 6.1. O5 When Shown elsewhere on the plans, a 5" deep concrete riprop shall be constructed. Payment for riprop shall be as required by Item 432, "Riprop". Unless otherwise shown on the plans or directed by the Engineer, the riprop shall have o 6" wide by 1'-6" deep reinforced concrete toewall along all edges adjacent to natural ground; the toewoll sholl be reinforced by extending t ypicol riprop reinforcing into the toewoll• construction joints Or grooved joints, oriented in the direction of flow, sho11 extend across the full distance Of the riprop, at intervals of opproximately 20'. When such riprop is provided, the culvert toewoll shown in SECTION B-8 will hot be required. © A# Controctor's option, Culvert Toewall may be ended flush with Wingwoll Toewall. Adjust reinforcing from thc# shown as necessary. O7 0" min to 5'-0" max. Estimated curb heights ore Shown elsewhere in the plans. FOr structures with pedestrian rail, bicycle rail or curbs taller than i'-0", refer to ECO s+andord. for structures with T6 bridge roil, refer to and stondortl. For structures with traffic roil, other than T6, refer to RAC Standard. OFor vehicle Safetyicurb heights and woil heights sh011 be reduced, f necessory, to provide a maximum 3" projection above finished grade. No changes will be mgde In quantities and no oddittChat compensation will be allowed for this work. GENERAL NOTES: Designed according to AASHTO LRFD Specifications. All reinforcing steel shoit be Grade 60. Synthetic fibers listed on the Fibers for Concrete" Material Producer List (MPL) may be used ,n lieu of Steel reinforcing in riprop concrete unless noted otherwise. All concrete shall be Class "C" and sholl have a minimin compressive strength of 3600 psi. Alt reinforcing bars sholl be adjusted to provide a minimum of 1 r/,I" clear cover. When structure is founded on solid rock, depth of #oewoils for culverts and wingwolis may be reduced or @liminotehd as directed by the Engineer. See 8CS Sheet for odditional dimensions and information. The quantities for concrete and reinforcing steel resulting from the formulas given on this sheet ore for Contractor's inform +ion only. or, --- Texas Oep irtmerlt of 711-aneportaffm Still~ CONCRETE WINGWALLS WITH FLARED WINGS FOR 0° SKEW BOX CULVERTS FW-0 Culvert Station and/or Creek name followed by oDDlicoble and (Ll, tit or Both) Oaacription of Boz Culvert No. SDOne - Spon % Haight Max fill Height WO Applicable Box Culvert Standard O A ficoble W gwaq or End Treatment Standard Skew Arp1e (0•.15•, 30• or 45') Side $lope or Channel Slope Ratio (SL:O T Culvert Top Slob Thickness <In) U Culvert Wall Thickness (In) C Ealimolad Curb Height (Ft) Hw ( Haigqnl of Wingwoll (Ft) A Curb to End of Wingwoll (Fll 8 O/feel of End .1 Wingwall f:t> Lw Lan of Longest Wingwall (Ft) Ltw Culvert Toewoll Length fFt) Atw Anchor Toewoll Length (Ft) Riprop Apron (C." Class 2 "C" Con. (Curb) (C.Y.) Class 3 "C., Conc (Wingwoll) (C.Y.) Total Wingwoll Area (S.F.) 98th Storm Drain Outfall(Both( 2 5'x 4' 3' SCP-5 FW-0 0' 2:1 6" 6" 1.000, 5.250' 9.833' S.677' 11.355' 13.DDD' N/A S.4 1.0 6.0 126 NOTES: Skew Angle 0• for SW-0, FW-0, SETS -CD, SETB-SW-O, and SETB-FW-O standards. 30- Maximum for Safety End Treatment SL:1 • Horizontol:l Vertical Side Slope at culvert for Flared or Straight Wingwols. Chonnei Slope for Parallel Wingwalls. Slope sholl be 3:1 or flatter for Safety End Treatments. T •BoxCulvert Top Slob Thickness. Dimension can be found on the applicable Box Culvert Standard. U Bo z CulveR WON Thickness. Dimension eon be fountl on the applicable Box Culvert Standard. C • Curb Height. 9 See applicable wing or end treatment standards far colculotions of Hw. A. 8, Lw, Ltw, Atw, and Total Wingwoll Areo. HeHeight of Wingwall. A - Distance from Face of Curb to End of Wingwall(Not applicable to Porollelor Straight Wingwolls), B - Offset of End of Winywoll(Not applicable to Porollelor Straight Wingwals). Lw - Length of longest Wingwoll. Ltw -length of Culvert Toewoll <Not applicable when using lil Apron). Atw Length of Anchor Toewoll(Applicoble to Sofely End Treatment only). Total Wingwall Area • WingwoNorea inS.F. for two wingwols (one structure end) if Lt or Rt. Area for four wingwolls (two structure ends) it Both. OThe waliheights shown wllbe rounded to the nearest Foot for bidding purposes. OConcrete volume shown is for box culvert curb only. For curbs using the RAC standard, quantities shown must be inereasetl by o loctor of 2. H Class "S" concrete is required for Me top slab of Me culvert, the curb concrete shaaalso be Class "5". Curb concrete is considered port of the Box Culvert for payment, 3O Concrete volume shown is total of wing, looting, cWvert toewoil(if any.) anchor toewaN(d any) and Wingwall toewaff. iprop opron, culvert and curb quantities are not included. ® Regardless of the type of culvert shown on this sheet, the Contractor shollhove the option of furnishing cast•in-place or preaast culverts unless otherwise shown elsewhere on the plans. II the Contractor elects to provide culverts of a different type than those shown on this sheet, it sholl be the Contractor's responsblily to make the necessary adjvalments to the dimensions and quantities shown. SPECIAL NOTE: This sheet is a supplement to the Box Culvert standards. It is to be filled out by the culvert specifier and Providaa tlimenaions for the construcbon of the Box Culvert Wingwalls and Safety End Treatments. An Excei97 spreodsheet to assist in completing this table con be downloaded from the Bridge Standards (English) web page on the TzDOT web site. The completed sheet shollbe signed, seated, and doted by o licensed Professiond Engineer. x DBdMdfon ,Tbxaa Department of lhsnaportet/on Standard BOX CULVERT SUPPLEMENT WINGS AND END TREATMENTS BCS ba"I.Or IMTOOOT m TAOT ax hoar I.W C T Fa6nxry310 42� TABLE NO.1 STEEL BAR SIZE AND SPACING TYPE PAVEMENT SLAB THICKNESS AND BAR SIZE LONGITUDINAL•- TRANSVERSE* REGULAR BARS TIEBARS BARS TIEBARS T <I N.) BAR SIZE SPACING 'IN.) SPACING (IN.) SPACING (IN.) SPACING (IN.) CROP 6.0 -5 7.S 7.5 24 24 6.5 7.0 7.0 7.0 6.5 6.5 7.5 6.0 6.0 8.0 -6 9.0 9.0 24 24 8.5 8.5 8.5 9.0 8.0 8.0 9.5 7.5 T.5 10.0 7.0 7.0 10.5 6.75 6.75 11.0 6.5 6.5 6.25 H6.25 12.0 6.0 6.0 JRCP <8.0 -5 24.0 12.0 24 24 Z8.0 -6 24.0 12.0 24 24 CPCO <8.0 -5 NONE 12.0 NONE 24 >8.0 -6 NONE 12.0 NONE 24 - USE 12" SPACING AS FIRST AND LAST SPACING AT END OR SIDE FOR ALL BARS. 6' MIN PLAN VIEW GENERAL NOTES I.ITEM 361,"REPAIR OF CONCRETE PAVEMENT"SHALL GOVERN FOR THIS WORK. 2.MULTIPLE PIECE TIEBARS SHALL BE USED WHEN THE REPAIR AREA MUST BE PLACED IN TWO STAGES DUE TO SEQUENCE OF CONSTRUCTION. 3.FULL DEPTH SAW CUTS SHALL BE MADE AROUND THE PERIMETER OF THE AREA TO BE REPAIRED. THE CUT SHALL BE MADE AT A RIGHT ANGLE TO THE PAVEMENT EDGE AND TO THE CENTER LINE OF THE PAVEMENT. 4.AT LEAST ONE LONGITUDINAL FULL DEPTH SAW CUT SHALL BE AT AN EXISTING LONGITUDINAL JOINT. 5.ADDITIONAL SAW CUTS MAY BE REQUIRED WITHIN THE AREA OF THE REPAIR TO FACILITATE REMOVAL OF THE CONCRETE OR TO ALLEVIATE BINDING OF THE FULL DEPTH SAW CUT AT THE REPAIR EDGE. 6. THE SAW CUTS WHICH EXTEND OUTSIDE THE AREA OF THE REPAIR WILL BE CLEANED AND FILLED WITH A CEMENTITIOUS GROUT APPROVED BY THE ENGINEER. 7.EXISTING LONGITUDINAL AND TRANSVERSE JOINTS REMOVED DUE TO REPAIR OPERATION SHOULD BE RESTORED IN ACCORDANCE WITH STANDARD SHEET 'CONCRETE PAVING DETAILS, JOINT SEALS.- . J _.4... _. _ _ 10" MIN. BASE.` N__ TRANSVERSE BARS - BAR LENGTH IS WIDTH OF REPAIR MINUS 2% PLACED IN ONE LAYER AND TIED TO TIEBARS. LONGITUDINAL BARS - BAR LENGTH 15 LENGTH OF REPAIR MINUS 2". PLACED IN ONE LAYER AND TIED TO TIEBARS. LONGITUDINAL TIEBARS - BOTTOM OF DRILLED HOLES AT T/2. MIN.10" EPDXY-GROUTEO INTO EXISTING CONCRETE. MIN. 25' EXTENDED INTO THE REPAIR PATCH. DETAIL A GROUTED TIEBARS & REINFORCEMIENT FULL -DEPTH REPAIR OF CRCP JRCP AND CPCD GENERAL NOTES I.ITEM 361,"REPAIR OF CONCRETE PAVEMENT -SHALL GOVERN FOR THIS WORK. 2.THE SAW CUTS WHICH EXTEND OUTSIDE THE AREA OF THE REPAIR WILL BE CLEANED AND FILLED WITH A CEMENTITIOUS GROUT APPROVED BY THE ENGINEER. 3.EXISTING LONGITUDINAL AND TRANSVERSE JOINTS REMOVED DUE TO REPAIR OPERATION SHOULD BE RESTORED IN ACCORDANCE WITH STANDARD SHEET 'CONCRETE PAVING DETAILS, JOINT SEALS." SAW CUT REPAIR BOUNDARIES SAW CUT DEPTH. MIN.1 1/2" DO NOT SAW -CUT STEEL BARS. i DISTRESSED CONCRETE a N A A 12" MIN. PLAN VIEW REMOVE ALL LOOSE MATERIALS AND CLEAN THE AREA BY APPROVED METHODS. SAW CUT DEPTH. MIN.1 1/2" ONLY $OlMO CONCRETE IS LEFT IN PLACE. DO NOT SAW -CUT STEEL BARS. SOUND CONCRETE SOUND CONCRETE SOUND CONCRETE T LONGITUDINAL STEEL BARS. •REPAIR AREAS MAY BE ADJUSTED AFTER REMOVING DISTRESSED CONCRETE. SWITCH THE HALF -DEPTH REPAIR TO FULL -DEPTH REPAIR IF EXPOSED EXISTING LONGITUDINAL BARS ARE DEFICIENT, AS APPROVED. COMPENSATION WILL BE MADE FOR UNEXPECTED VOLUMES OF REPAIR AREAS OR CHANGES IN SCOPE OF WORK. -INCREASE THE REPAIR AREA AND PERFORM A FIAL-DEPTH REPAIR AS DIRECTED IF LONGITUDINAL STEEL BARS WERE DAMAGED BY THE REMOVAL OPERATIONS. NO ADDITIONAL COMPENSATION WILL IE MADE. SECTION A -A HALF -DEPTH REPAIR REPAIR OF CONCRETE PAVEMENT REPCP-14 Ian -'-.I - MIN. PLAN VIEW Yz DOWEL LENGTH SAW CUT DEPTH. T/3 JOINT SEALS. METHOD A OR B T [EBARS r COAT ENTIRE DOWEL SMOOTH DOWEL BARS TO PREVENT BOND SECTION A -A INA 5VLKbL IIENAN5 - TOP OF DRILLED HOLES AT T/2. MIN.10' EPDXY -GROUTED INTO EXISTING CONCRETE. MIN. 25' EXTENDED INTO THE REPAIR PATCH. v 38' MIN. v ,i� IRA JOINT VERSE S RECOMPACTED BASE MIN.10' EPDXY -GROUTED INTO EXISTING CONCRETE. MIN.25' EXTENDED INTO THE REPAIR PATCH. DETAIL 8 GROUTED TIEBARS 6 DOWELS REPAIR OF TRANSVERSE JOINT OF CPCD RECOMPACTED BASE R SIZE AND SPACING. ASSEMBLIES TO THE BAR WITH A MATERIAL TO THE CONCRETE. THE DOWEL ASSEMBLY. GENERAL NOTES I.ITEM 361,"REPAIR OF CONCRETE PAVEMENT -SHALL GOVERN FOR THIS WORK. 2.MULTIPLE PIECE TIEBARS SHALL BE USED WHEN THE REPAIR AREA MUST BE PLACED IN TWO STAGES DUE TO SEQUENCE OF CONSTRUCTION. 3.FULL DEPTH SAW CUTS SHALL BE MADE AROUND THE PERIMETER OF THE AREA TO BE REPAIRED. THE CUT SHALL BE MADE AT A RIGHT ANGLE TO THE PAVEMENT EDGE AND TO THE CENTER LINE OF THE PAVEMENT. 4.AT LEAST ONE LONGITUDINAL FULL DEPTH SAW CUT SHALL BE AT AN EXISTING LONGITUDINAL JOINT. S.ADDITIONAL SAW CUTS MAY BE REQUIRED WITHIN THE AREA OF THE REPAIR TO FACILITATE REMOVAL OF THE CONCRETE OR TO ALLEVIATE BINDING OF THE FULL DEPTH SAW CUT AT THE REPAIR EDGE. 6.THE SAW CUTS WHICH EXTEND OUTSIDE THE AREA OF THE REPAIR WILL BE CLEANED AND FILLED WITH A CEMENTITIOUS GROUT APPROVED BY THE ENGINEER. T.EXISTING LONGITUDINAL AND TRANSVERSE JOINTS REMOVED DUE TO REPAIR OPERATION SHOULD BE RESTORED IN ACCORDANCE WITH STANDARD SHEET "CONCRETE PAVING DETAILS, JOINT SEALS." B.DOWEL BAR PLACEMENT TOLERANCE SHALL BE +/- 1/4 IN. HORIZONTALLY AND VERTICALLY UNLESS OTHERWISE SPECIFIED. WHERE DOWEL BAR BASKETS ARE USED, REMOVE THE SHIPPING WIRES. TABLE NO. 2 DOWELS (SMOOTH BARS) PAVEMENT THICKNESS SIZE AND DIA. LENGTH SPACING (INCHES) (IN.) (IN.) <10 #8 (1 IN.) 18.0 12.0 T Page Intentionally Left Blank TEXAS ADDENDUM 2 Close Date Extension RFP 18-14189-TF 98th Street & Salisbury Drainage Improvements DATE ISSUED: August 29, 2018 NEW CLOSING DATE: September 13, 2018, at 2:00 p.m. The following items take precedence over specifications for the above named Request for Proposals (RFP). Where any item called for in the RFP documents is supplemented here, the original s requirements, not affected by this addendum, shall remain in effect. Close Date Extension The proposal due date has been extended to September 13, 2018, at 2:00 p.m. CST. All requests for additional information or clarification must be submitted in writing and directed to: Teofilo Flores, Senior Buyer City of Lubbock Purchasing and Contracts Management Office 1625 13th Street, Room 204 Lubbock, Texas 79401 Questions may be faxed to (806)775-2164 or Email to TKFlores@mylubbock.us Questions are preferred to be posted on BidSync: www.bidsync.com THANK YOU, 07e*& 94%" CITY OF LUBBOCK Teofilo Flores Senior Buyer City of Lubbock Purchasing and Contracts Management Office It is the intent and purpose of the City of Lubbock that this request permits competitive proposals. It shall be the proposer's responsibility to advise the Director of Purchasing and Contract Management if any language, requirements, etc., or any combinations thereof, inadvertently restricts or limits the requirements stated in this RFP to a single source. Such notification must be submitted in writing and must be received by the Director of Purchasing and Contract Management no later than five (5) business days prior to the close date. A review of such notifications will be made. Paie Intentionally Left Blank ADDENDUM 1 Clarifications & Revised Plan Drawing G-1: General Notes RFP 18-14189-TF 98th Street & Salisbury Drainage Improvements DATE ISSUED: August 28, 2018 CLOSING DATE: August 30, 2018, at 2:00 p.m. The following items take precedence over specifications for the above named Request for Proposals (RFP). Where any item called for in the RFP documents is supplemented here, the original requirements, not affected by this addendum, shall remain in effect. Clarifications Questionl: Will cast -in -place boxes be allowed? If yes, provide TxDOT sheets. Answer 1: No, due to weather and other delays that could occur from cast -in -place boxes this request will not be allowed. Question 2: Can the HMAC pavement be repaired with PCC pavement? Answer 2: No, the limits of new HMAC and PCC pavements will match the same pavement that was removed for the project. Question 3: Can low profile water barrier or standard concrete barrier be used in lieu of low profile concrete barrier? Answer 3: Yes, the contractor shall apply for a barricade permit with the City and may propose an alternative barrier and associated crash cushions. Question 4: What are the testing requirements for an installed pipe joint? Answer 4: The means for demonstrating the joints are watertight shall be up to the contractor. The Contractor shall turn in a submittal to the Engineer describing the means and methods by which the Contractor will install watertight pipe and box culvert joints for Engineer review and approval. Revised Plan Drawing G-1: General Notes Please see the attached revised plan drawing. All requests for additional information or clarification must be submitted in writing and directed to: Teofilo Flores, Senior Buyer City of Lubbock Purchasing and Contracts Management Office 1625 13th Street, Room 204 Lubbock, Texas 79401 Questions may be faxed to (806)775-2164 or Email to TKFloresgmylubbock.us Questions are preferred to be posted on BidSync: www.bidsync.com 7e4d# 74ta CITY OF LUBBOCK Teofilo Flores Senior Buyer City of Lubbock Purchasing and Contracts Management Office It is the intent and purpose of the City of Lubbock that this request permits competitive proposals. It shall be the proposer's responsibility to advise the Director of Purchasing and Contract Management if any language, requirements, etc., or any combinations thereof, inadvertently restricts or limits the requirements stated in this RFP to a single source. Such notification must be submitted in writing and must be received by the Director of Purchasing and Contract Management no later than five (5) business days prior to the close date. A review of such notifications will be made. GENERAL NOTES FOR ALL CONSTRUCTION ACTIVITIES 1. ALL CONSTRUCTON,TESTING, AND MATERIALS SHALL BE IN ACCORDANCE WITH THE CITYS 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 THATTHE MATERIALS PROPOSED TO BE INCORPORATED INTO THE WORK ARE IN ACCORDANCE WITH THE SPECIFICATIONS. 3. CONTRACTOR SHALL NOTIFY THE CRY AT LEAST 48 HOURS PRIOR TO BEGINNING ANY CONSTRUCTION. 4. CONTRACTORISRESPONSIBLE FOR OBTAINING ALL NECESSARYPERMRS AND APPROVALS PRIOR TO BEGINNING ANY CONSTRUCTION. SEE PERMITCONTACT INFORMATION TABLE THIS SHEET FOR REQUIRED CONTACTS. S. CONTRACTO0. 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, T(DOTSPECIFICATIONS, TXDOT STANDARD DRAWINGS. 6. ALL SHOP DRAWINGS, WORKING DRAWINGS OR OTHER DOCUMENTS WHICH REQUIRE REVIEW BY THE CITY SHALL BE SUBMITTED BYTHE CONTRACTOR SUFFICIENTLY IN ADVANCE OF SCHEDULED CONSTRUCTION TO ALLOW NO LESS THAN 14 CALENDAR DAYS FOR REVIEW AND RESPONSE BYTHE CITY, 7. THE CONTRACTOR SHALL BE RESPONSIBLE FOR ALL REQUIRED CONSTRUCTION SURVEYING AND STAKING AND SHALL NOTIFY THE CITY OF ANY DISCREPANCIES PRIOR TO PROCEEDING WITH ANY WORK. 8. CONTRACTOR SHALL BE RESPONSIBLE FOR PROTECTING ALL SURVEY MARKERS INCLUDING IRON RODS, PROPERTY CORNERS, OR SURVEY MONUMENTS WITHIN THE LIMNS OF CONSTRUCTION AND OUTSIDE ROW DURING CONSTRUCTION. ANY SURVEY MARKERS DISTURBED DURING CONSTRUCTION SHALL BE REPLACED BY THE CONTRACTOR AT NO COSTTO THE CITY. 9. CONTRACTOR SHALL PROVIDE THE CITY WITH ACONSTRUCTION SCHEDULE WITH WEEKLY PROGRESS REPORTS. 10. CONTRACTOR IS RESPONSIBLE FOR KEEPING STREETS AND DRIVEWAYS ADJACENT TO THE PROJECT FREE OF MUD AND DEBRIS ATALL TIMES. CONTRACTOR SHALL CLEANUP AND REMOVE ALL LOOSE MATERIAL RESULTING FROM CONSTRUCTION OPERATIONS. THE CONTRACTOR SHALL TAKE ALLAVAIIABLE PRECAUTIONS TO CONTROL DUST. 11. THE EXISTENCE AND LOCATIONS OF THE PUBLIC AND FRANCHISE UTILITIES SHOWN ON THE DRAWINGS WERE OBTAINED FPOM 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 PROTECTALL LINES SHOWN AND / OR ANY OTHER UNDERGROUND UTILITIES NOT OF RECORD OR NOTSHOWN ON THE PLANS. THE CONTRACTOR SHALL BE RESPONSIBLE FOR CONTACTING ALL PUBLIC AGENCIES AND FRANCHISE UTILITIES 48 HOURS PRIOR TO CONSTRUCTION. (DKS-TESS 3.800.34m8377) THE CONTRACTOR MAY BE REQUIRED TO EXPOSE THESE FACILITIES AT NO COSTTO 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 CONSTRUCT ON 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 NOTSTORE MATERIALS, EQUIPMENT OR OTHER CONSTRUCTION ITEMS ON ADJACENT PROPERTIES OR RIGHT-OF-WAY WITHOUTTHE 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 BYTHE CONTRACTOR ATHIS EXPENSE. 17. EROSION CONTROL DEVICES SHALL BE INSTALLED ON ALL PROJECTS PRIOR TO BEGINNING CONSTRUCTION AND SHALL BE MAINTAINED THROUGHOUTTHE PROJECT IN A CONDITION ACCEPTABLE TO THE CITY. 38. CONTRACTOR SHALL LOCATE AND PROTECTALL EXISTING LANDSCAPE IRRIGATION SYSTEMS. DAMAGE TO EXISTING IRRIGATION SYSTEMS AND LANDSCAPE MATERIALS SHALL BE RESTORED TO EQUAL OR BETTER CONDITION ATNOCOSTTOCTTY. REPAIRS MUST BE PERFORMED BYAUCENSED IRRIGATOR AS SOON AS POSSIBLE. 19, ITISTHE CONTRACTOR'SRESPONSIBILITYTO MAINTAIN ANEATAND ACCURATE RECORD OF CONSTRUCTION FOR THE CITY'S RECORDS. 20. WHEREVER TRENCH DEPTHS EXCEED 48", OR WHEN TRENCH PROTECTION 15 REQUIRED FOR ANY REASON, TRENCH PROTECTION SHALL BE PROVIDED BY MEETING APPLICABLE REQUIREMENTS OF THE DEPARTMENTOF LABOR/OSHA 29 CFR PART 1926, "OCCUPATIONAL SAFETY AND HEALTH STANDARDS -EXCAVATIONS." TRENCH SAFETY DESIGN, PLANNING, AND IMPLEMENTATION IS SOLELY THE RESPONSIBILITY Of THE CONTRACTOR AND IS BEYOND THE SCOPE OF THESE PLANS. 21. AT ALL TIMES THATWORK IS PROGRESSING, THE CONTRACTOR SHALL HAVE A DESIGNATED COMPETENT PERSON ON -SITE WHO SHALL BE RESPONSIBLE FOR SUPERVISING THE WORK AND WHOSE DUTY ITWILL BE TO PERFORM REQUIRED SAFETY INSPECTIONS AND TO DIRECTALL REQUIRED CONSTRUCTION SAFETYACTIVITIES. 22. CONSTRUCTION INSPECTIONS AND TESTING SHALL BE PERFORMED BY CITY FORCES FOR ALL MUNICIPAL IMPROVEMENTS. 23. ALL CONCRETE JOINTS SHALL BE SEALED IN ACCORDANCE WITH TXDOTJOINTSEAUHG STANDARDS. SEE TXDOT CONCRETE PAVING DETAILS -JOINT SEALS SHEET JS-14. 24. CONTRACTOR SHALL PROVIDE A VIDEO OF THE ENTIRE PROJECT SITE TO THE CITY PRIOR TO BEGINNING WORK. 25. CONTRACTOR SHALL COORDINATE WITH LP&L REGARDING SUPPORTING POWER POLES AND GUY WIRES AS REQUIRED TO CONSTRUCT THE PROJECT. 26. 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 GENERAL NOTES FOR PAVING 1. ALL PAVING CONSTRUCTION, TESTING, AND MATERIALS,INCLUDING CONCRETE, REINFORCEMENT, JOINING, AND SUBGRADE PREPARATION AND TREATMENTSHALL BE IN ACCORDANCE WITH THE CITYS CURRENT STANDARDS, DETAILS, AND SPECIFICATIONS UNLESS OTHERWISE NOTED. 2. ABSOLUTELY NO EARTHWORK, UME APPUC'AION, OR OTHER PREPARATION OFTHE SUBGRAOE 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 CURRENT ADAAG 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 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 DEPARTMENTAT LEAST48 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 UNLAWFULTO OPERATE EQUIPMENTOR 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 S. CONTRACTOR 15 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. CRY 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. GENERAL NOTES FOR STORM DRAIN 1. ALL STORM DRAIN CONSTRUCTION, TESTING, AND MATERIALS SHALL BE IN ACCORDANCE WITH 2O14 TXDOT STANDARD SPECIFICATIONS UNLESS OTHERWISE NOTED. 2. CONTRACTOR SMALL SUBMITA TRENCH SAFETY PLAN PRIOR TO THE PRE -CONSTRUCTION MEETING. LJOINTSS.HALL�R'Id�,S WATERTIGHT. CONTRACTOR .TOR S A(kL SUB ..IS TO TH I. ENGINEER P•RFFN F R INSLE`^�FS+^. 6. ANDVE IF INGW BEEWATERTJOINTSONTRACfOR SHALL SUBMRTO THE ENGINEERA PLAN FOR INSTALLING AND VERIFYING WATERTIGXTJOINTS. GENERAL NOTES FOR WATER 1. ALL WATER CONSTRUCTION,TESTING, AND MATERIALS SHALL SE IN ACCORDANCE WITH THE CITYS 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 NOTOPERATE EXISTING VALVES. CONTACTTHE CITY$ PIPELINE MAINTENANCE DEPARTMENTTO REQUEST VALVE CHANGES. 4. ALL MANHOLES AND WATER VALVES SHALL BE ADJUSTED TO FINISHED GRADE. S. 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 EROSION CONTROL AND STORMWATER 1. STEEL POSTS SHALL NOT BE USED TO INSTALL EROSION CONTROL MEASURES WITHIN COY ROW, 2. NO EQUIPMENT SMALL BE CLEANED ON -SITE, OR OTHER UQUIDS DEPOSITED AND ALLOWED TO FLOW OVERLAND OR SUBTERRANEAN WITHIN THE LIMOS 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. PUBLIC UTILITY CONTACTS: TELECOM SERVICES CABLE TELEVISION SERVICES AT TTEXAS-KYLEKNOK SUDOENLINK-FADE THETFORD 2010 AVE R, ROOM 102 6710 HARTFORD LUBBOCK, TX 79411 LUBBOCK, TX 79413 PH: (806)741.6256 PH: (806) 771-6211 KYLE.KNOX@ATT.COM KADE.THETFORD®SUDDENUNK.COM ELECTRIC SERVICE NATURAL GAS SERVICE LUBBLUBB CUTWER AND LIGHT -DARED HUSE ATMO ENER Y-LYNN GREEN P.O. BOX 10541 6606 66TH STREET LUBBOCK, TX 79409 LUBBOCK, TX 79424 PH:(1906) 775.2515 PH: (806) 697-7130 JHUSEOLPANDLCOM LYNN.GREENOATMOSENERGY.COM CITY OF LUBBOCK: MICHAEL G. KEENUM, P.E.; CAM: JOSH FLUO - CHIEF INSPECTOR DIVISION DIRECTOR OF ENGINEERING/ 162513TH STREET CITY ENGINEER LUBBOCK, TX 79401 162513TH STREET PH: (806) 5484252 LUBBOCK, TX 79401 PH: (806)775-2343 JOSH KRISTINEK - SENIOR CIVIL ENGINEER 162513TH STREET LUBBOCK, TX 79401 PH: (806) 775-3397 PERMIT CONTACT INFORMATION: SWPPP WE -NIA HARRIS 1806)775-2347 JOSH FLUD (806)5494152 CLAUDE KNIESLEY 1806)775.2347 >_ W LA VT uj co > C) CC Z ta^ a Q Q � � Z LLJ LLJ Q t7 Z Q W LuLu Z cc Q F � lI1 .0 0 GT Page Intentionally Left Blank I I I City of Lubbock, TX Purchasing and Contract Management Contractor Checklist for RFP 18-14189-TF 98th Street and Salisbury Avenue Drainage Improvements 1. X Carefully read and understand the plans and specifications and properly complete the BID SUBMITTAL FORM. Signatures must be original, in blue or black ink, and by hand. The bidder binds himself on acceptance of his bid to execute a contract and any required bonds, according to the accompanying forms, for performing and completing the said work within the time stated and for the prices stated below. The bidder MUST 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. Include corporate seal and Secretary's signature. Identify addenda received (if any). Include firm's FEDERAL TAX ID number or Owner's SOCIAL SECURITY number. 2. X Include BID BOND or CASHIER'S OR CERTIFIED CHECK as your bid surety. Failure to provide a bid surety WILL result in automatic rejection of your bid. 3. X Complete and sign the CITY OF LUBBOCK INSURANCE REQUIREMENT AFFIDAVIT. Contractor's signature must be original. 4. X Clearly mark the bid number, title, due date and time and your company name and address on the outside of the envelope or container. 5. X Ensure your bid is RECEIVED by the City of Lubbock Purchasing and Contract Management Office prior to the deadline. Late bids will not be accepted. 6. X Complete and sign the SAFETY RECORD QUESTIONNAIRE. All "YES" responses must be explained in detail and submitted with Bid. 7. X Complete and sign the SUSPENSION AND DEBARMENT CERTIFICATION. Include firm's FEDERAL TAX ID number or Owner's SOCIAL SECURITYnitniber. 8. X Complete and submit the CONFLICT OF INTEREST QUESTIONNAIRE. 9. X Chapter 2270 Prohibition on Contracts with Companies Boycotting Israel 10. X Complete and submit the LIST OF SUB -CONTRACTORS. DOCUMENTS REQUIRED WITHIN SEVEN BUSINESS DAYS AFTER CLOSING• 11. X Complete and submit the FINAL LIST OF SUB -CONTRACTORS. DOCUMENTS REQUIRED BEFORE CONTRACT IS FINALIZED: 12. X Please acknowledge and submit the ONLINE DISCLOSURE OF INTERESTED PARTIES FORM 1295 within the specified time according to Texas Government Code 2252.908 using the Texas Ethics Commission website. FAILURE TO PROVIDE ANY OF THE ABOVE MAY RESULT IN YOUR BID BEING DEEMED NON -RESPONSIVE AND, THEREFORE, NOT FURTHER EVALUATED. PLEASE INCLUDE THIS COMPLETED PAGE AS THE FIRST PAGE OF YOUR BID SUBMITTAL. MH Civil Constructors, Inc. (Type or Print Company Name) Kim 1. NOTICE TO OFFERORS 2. GENERAL INSTRUCTIONS TO OFFERORS 3. TEXAS GOVERNMENT CODE § 2269 4. PROPOSAL SUBMITTAL FORM — (must be submitted by published due date & time) 4-1. UNIT PRICE PROPOSAL SUBMITTAL FORM 4-2. CONTRACTOR'S STATEMENT OF QUALIFICATIONS 4-3. CITY OF LUBBOCK INSURANCE REQUIREMENT AFFIDAVIT 4-4. SAFETY RECORD QUESTIONNAIRE 4-5. SUSPENSION AND DEBARMENT CERTIFICATION 4-6. PROHIBITION ON CONTRACTS WITH COMPANIES BOYCOTTING ISRAEL VERIFICATION 4-7. PROPOSED LIST OF SUB -CONTRACTORS 5. POST -CLOSING DOCUMENT REQUIREMENTS — (to be submitted no later than seven business days after the close date when proposals are due) 5-1. FINAL LIST OF SUB -CONTRACTORS 6. PAYMENT BOND { 7. PERFORMANCE BOND 8. CERTIFICATE OF INSURANCE r 9. CONTRACT 10. CONFLICT OF INTEREST QUESTIONNAIRE CHAPTER 176 11. CHAPTER 46. DISCLOSURE OF INTERESTED PARTIES 11. GENERAL CONDITIONS OF THE AGREEMENT 12. DAVIS-BACON WAGE DETERMINATIONS 12. SPECIAL CONDITIONS (IF APPLICABLE) 13. SPECIFICATIONS NOTICE TO OFFERORS Notice to Offerors RFP 18-14189-TF Sealed proposals addressed to Marta Alvarez, Director of Purchasing and Contract Management, City of Lubbock, Texas, will be received in the office of the Director of Purchasing and Contract Management City Hall, 1625 13th Street, Room 204, Lubbock, Texas, 79401, until 2:00 PM on August 30, 2018, or as changed by the issuance of formal addenda to all planholders, to furnish all labor and materials and perform all work for the construction of the following described project: 98th Street and Salisbury Avenue Drainage Improvements After the expiration of the time and date above first written, said sealed proposals will be opened in the office of the Director of Purchasing and Contract Management and publicly read aloud. It is the sole responsibility of the proposer to ensure that his proposal is actually in the office of the Director of Purchasing and Contract Management for the City of Lubbock, before the expiration of the date above first written. The Contractor is only required to submit one original copy of every item listed on the Contractor Checklist in the proposal submittal. 3 Proposals are due at 2:00 PM on August 30, 2018, and the City of Lubbock City Council will consider the proposals on September 27, 2018, at the City Hall, 1625 13th Street, 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 proposer 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 proposer 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. Offerors are required, whether or not a payment or performance bond is required, to submit a cashier's or certified check issued by a bank satisfactory to the City of Lubbock, or a proposal bond from a reliable surety company, payable without recourse to the order of the City of Lubbock in an amount not less than 5% of the total amount of the proposal submitted as a guarantee that proposer will enter into a contract and execute all necessary bonds within ten (10) business days after notice of award of the contract to the Offerror. FAILURE OF THE PROPOSER TO INCLUDE PROPOSAL SECURITY WITH THE PROPOSAL SUBMITTAL SHALL CONSTITUTE A NON -RESPONSIVE PROPOSAL AND RESULT IN DISQUALIFICATION OF THE PROPOSAL SUBMITTAL. Copies of plans and specifications may be obtained at bidder's expense from the City of Lubbock Purchasing and Contract Management office. Plans and specifications can be viewed online and downloaded from http://www.bidsync.com at no cost. In the event of a large file size, please be patient when downloading or viewing. BUSINESSES WITHOUT INTERNET ACCESS may use computers available at most public libraries. It shall be each proposer's sole responsibility to inspect the site of the work and to inform Offerror regarding all local conditions under which the work is to be done. It shall be understood and agreed that all such factors have been thoroughly investigated and considered in the preparation of the proposal submitted. There will be a 4_ non -mandatory pre -proposal conference on August 21, 2018, at 10:OOAM, in the City Council Conference Room, Suite 201,162513te Street, Lubbock. TX 79401. Attention of each proposer is particularly called to the schedule of general prevailing rate of per diem wages included in the contract documents on file in the office of the Purchasing and Contract Management Office of the City of Lubbock, which document is specifically referred to in this notice to offerors. Each offerors attention is further directed to Texas Government Code, Chapter 2258, Prevailing Wage Rates, and the requirements contained therein concerning the above wage scale and payment by the contractor of the prevailing rates of wages as heretofore established by owner in said wage scale. The City of Lubbock hereby notifies all offerors that in regard to any contract entered into pursuant to this advertisement, minority and women business enterprises will be afforded equal opportunities to submit proposals in response to this invitation and will not be discriminated against on the grounds of race, color, sex, disability, or national origin in consideration for an award. The City of Lubbock does not discriminate against persons with disabilities. City of Lubbock pre - proposal meetings and proposal openings are available to all persons regardless of disability. If you require special assistance, please contact the Purchasing and Contract Management Office at (806) 775-2572 write to Post Office Box 2000, Lubbock, Texas 79457 at least 48 hours in advance of the meeting. iw CITY OF LUBBOCK, .Marta .Alvarez Marta Alvarez DIRECTOR OF PURCHASING & CONTRACT MANAGEMENT l I", GENERAL INSTRUCTIONS TO OFFERORS I GENERAL INSTRUCTIONS TO OFFERORS 1 PROPOSAL DELIVERY TIME & DATE The Cityof Lubbock is seeking written and sealed competitive proposals to furnish 98th Street an g p P p d Salisbury Avenue Drainage Improvements per the attached specifications and contract documents. Sealed proposals will be received no later than 2:00 PM, August 30, 2018, at the office listed below. Any proposal received after the date and hour specified will be rejected and returned unopened to the proposer. Each proposal and supporting documentation must be in a sealed envelope or container plainly labeled in the lower left-hand corner: "RFP 18-14189-TF, 98th Street and Salisbury Avenue Drainage Improvements" and the proposal opening date and time. Offerors must also include their company name and address on the outside of the envelope or container. Proposals must be addressed to: Marta Alvarez, Director of Purchasing and Contract Management City of Lubbock 1625 13th Street, Room 204 Lubbock, Texas 79401 1.1 Offerors are responsible for making certain proposals are delivered to the Purchasing and Contract Management Office. Mailing of a proposal does not ensure that it will be delivered on time or delivered at all. If proposer does not hand deliver proposal, we suggest that he/she use some sort of delivery service that provides a receipt. 1.2 Proposals may be delivered in person, by United States Mail, by United Parcel Service, or by private courier service. Only written proposals submitted in conformance with the Instruction to Offerrors will be considered responsive and evaluated or award of a Contract. 1.3 The City of Lubbock reserves the right to postpone the date and time for opening proposals through an addendum. 2 PRE -PROPOSAL MEETING 2.1 For the purpose of familiarizing offerors with the requirements, answering questions, and issuing addenda as needed for the clarification of the Request for Proposals (RFP) documents, a non - mandatory pre -proposal conference will be held at 10:00AM, August 21, 2018, in the City Council Conference Room, Suite 201,1625 13t6 Street, Lubbock, TX 79401. All persons attending the meeting will be asked to identify themselves and the prospective proposer they represent. 2.2 It is the proposer's responsibility to attend the pre -proposal meeting though the meeting is not mandatory. The City will not be responsible for providing information discussed at the pre - proposal meeting to offerors who do not attend the pre -proposal meeting. 3 ADDENDA & MODIFICATIONS 3.1 Any changes, additions, or clarifications to the RFP are made by ADDENDA information available over the Internet at www.bidsync.com. We strongly suggest that you check for any addenda a minimum of forty-eight hours in advance of the response deadline. BUSINESSES WITHOUT INTERNET ACCESS may use computers available at most public libraries. 3.2 Any proposer in doubt as to the true meaning of any part of the specifications or other documents may request an interpretation thereof from the Director of Purchasing and Contract Management. At the request of the proposer, or in the event the Director of Purchasing and Contract 4 5 Management deems the interpretation to be substantive, the interpretation will be made by written addendum issued by the Purchasing and Contract Management. Such addenda issued by the Purchasing and Contract Management Office will be available over the Internet at http://www.bidsync.com and will become part of the proposal package having the same binding effect as provisions of the original RFP. NO VERBAL EXPLANATIONS OR INTERPRETATIONS WILL BE BINDING. In order to have a request for interpretation considered, the request must be submitted in writing and must be received by the City of Lubbock Purchasing and Contract Management Office no later than five (5) calendar days before the proposal closing date. 3.3 All addenda, amendments, and interpretations of this solicitation shall be in writing. The City of Lubbock shall not be legally bound by any explanation or interpretation that is not in writing. Only information supplied by the City of Lubbock Purchasing and Contract Management Office in writing or in this RFP should be used in preparing proposal responses. All contacts that a proposer 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. 3.4 The City does not assume responsibility for the receipt of any addendum sent to offerors. EXAMINATION OF DOCUMENTS AND REQUIREMENTS 4.1 Each proposer shall carefully examine all RFP documents and thoroughly familiarize itself with all requirements before submitting a proposal to ensure that their proposal meets the intent of these specifications. 4.2 Before submitting a proposal, each proposer shall be responsible for making all investigations and examinations that are necessary to ascertain conditions and requirements affecting the requirements of this Request for Proposals. Failure to make such investigations and examinations shall not relieve the proposer from obligation to comply, in every detail, with all provisions and requirements of the Request for Proposals. 4.3 Notices of any discrepancies or omissions in these plans, specifications, or contract documents, shall be given to the Director of Purchasing and Contract Management and a clarification obtained before the proposals are received, and if no such notice is received by the Director of Purchasing and Contract Management prior to the opening of proposals, then it shall be deemed that the proposer fully understands the work to be included and has provided sufficient sums in its proposal to complete the work in accordance with these plans and specifications. If proposer does not notify the Director of Purchasing and Contract Management before offering of any discrepancies or omissions, then it shall be deemed for all purposes that the plans and specifications are sufficient and adequate for completion of the project. It is further agreed that any request for clarification must be submitted no later than five (5) calendar days prior to the opening of proposals. PROPOSAL PREPARATION COSTS 5.1 Issuance of this RFP does not commit the City of Lubbock, in any way, to pay any costs incurred in the preparation and submission of a proposal. 5.2 The issuance of this RFP does not obligate the City of Lubbock to enter into contract for any services or equipment. 2 i- 5.3 All costs related to the preparation and submission of a proposal shall be paid by the proposer. 6 TRADE SECRETS, CONFIDENTIAL INFORMATION AND THE TEXAS PUBLIC INFORMATION ACT 6.1 If you consider any portion of your proposal to be privileged or confidential by statute or judicial decision, including trade secrets and commercial or financial information, clearly identify those portions. 6.2 Proposals will be opened in a manner that avoids disclosure of the contents to competing offerors and keeps the proposals secret during negotiations. All proposals are open for public inspection after the contract is awarded, but trade secrets and confidential information in the proposals are not open for inspection. Tex. Loc. Govt. Code 252.049(a) 6.3 Marking your entire proposal CONFIDENTIAL/PROPRIETARY is not in conformance with the Texas Open Records Act. 7 LICENSES PERMITS TAXES The price or prices for the work shall include full compensation for all taxes, permits, etc. that the proposer is or may be required to pay. 8 UTILIZATION OF LOCAL BUSINESS RESOURCES Prospective offerors are strongly encouraged to explore and implement methods for the utilization of local resources, and to outline in their proposal submittal how they would utilize local resources. 9 CONFLICT OF INTEREST 9.1 The proposer shall not offer or accept gifts or anything of value nor enter into any business arrangement with any employee, official or agent of the City of Lubbock. 9.2 By signing and executing this proposal, the proposer certifies and represents to the City the offeror has not offered, conferred or agreed to confer any pecuniary benefit or other thing of value for the receipt of special treatment, advantage, information, recipient's decision, opinion, recommendation, vote or any other exercise of discretion concerning this proposal. 10 CONTRACT DOCUMENTS 10.1 All work covered by the contract shall be done in accordance with contract documents described in the General Conditions. 10.2 All offerors shall be thoroughly familiar with all of the requirements set forth on the contract documents for the construction of this project and shall be responsible for the satisfactory completion of all work contemplated by said contract documents. 11 PLANS FOR USE BY OFFERORS It is the intent of the City of Lubbock that all parties with an interest in submitting a proposal on the project covered by the contract documents be given a reasonable opportunity to examine the documents and prepare a proposal without charge. The contract documents may be examined without charge as noted in the Notice to Offerors. 12 PROPOSER INQUIRIES AND CLARIFICATION OF REQUIREMENTS 12.1 It is the intent and purpose of the City of Lubbock that this request permits competitive proposals. It shall be the offerors responsibility to advise the Director of Purchasing and 13 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. 12.2 NO PROPOSER SHALL REQUEST ANY INFORMATION VERBALLY. ALL REQUESTS FOR ADDITIONAL INFORMATION OR CLARIFICATION CONCERNING THIS REQUEST FOR PROPOSALS (RFP) MUST BE SUBMITTED IN WRITING NO LATER THAN FIVE (5) CALENDAR DAYS PRIOR TO THE PROPOSAL CLOSING DATE AND ADDRESSED TO: Teofilo Flores, Senior Buyer City of Lubbock Purchasing and Contract Management Office 1625 13th Street, Room 204 Lubbock, Texas 79401 Fax: 806-775-2164 Email: TKFlores a,mylubbock.us Bidsync: www.bidsync.com TIME AND ORDER FOR COMPLETION 13.1 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 proposer. 13.2 The Contractor will be permitted to prosecute the work in the order of his own choosing, provided, however, the City reserves the right to require the Contractor to submit a progress schedule of the work contemplated by the contract documents. In the event the City requires a progress schedule to be submitted, and it is determined by the City that the progress of the work is not in accordance with the progress schedule so submitted, the City may direct the Contractor to take such action as the City deems necessary to ensure completion of the project within the time specified. 13.3 Upon receipt of notice to proceed, and upon commencement of the work, the Contractor shall ensure daily prosecution of the work is conducted every business day until the work is completed, regardless if the work will be substantially or finally complete ahead of specified deadlines in the agreement, unless the City determines time off from said prosecution is necessary or reasonable and Contractor received said determination in writing from the City. Additionally, inclement weather shall be the only other reason consistent, daily prosecution of the work may not take place on those inclement weather days. 4 } 14 PAYMENT All payments due to Contractor shall be made in accordance with the provisions of the General Conditions of the contract documents. 15 AFFIDAVITS OF BILLS PAID The City of Lubbock reserves the right, prior to final acceptance of this project to require the Contractor to execute an affidavit that all bills for labor, materials and incidentals incurred in the construction of the improvements contemplated by the contract documents have been paid in full and that there are no claims pending, of which the Contractor has been notified. 16 MATERIALS AND WORKMANSHIP The intent of these contract documents is that only materials and workmanship of the best quality and grade will be furnished. The fact that the specifications may fail to be sufficiently complete in some detail will not relieve the Contractor of full responsibility for providing materials of high quality and for protecting them adequately until incorporated into the project. The presence or absence of a representative of the City on the site will not relieve the Contractor of fall responsibility of complying with this provision. The specifications for materials and methods set forth in the contract documents provide minimum standards of quality, which the Owner believes necessary to procure a satisfactory project. 17 GUARANTEES 17.1 All equipment and materials incorporated in the project and all construction shall be guaranteed against defective materials and workmanship. Prior to final acceptance, the Contractor shall furnish to the Owner, a written general guarantee which shall provide that the Contractor shall remedy any defects in the work, and pay for any and all damages of any nature whatsoever resulting in such defects, when such defects appear within TWO years from date of final acceptance of the work as a result of defective materials or workmanship, at no cost to the Owner (City of Lubbock). 17.2 Notwithstanding any provisions contained in the contractual agreement, the Contractor represents and warrants fault -free performance and fault -free result in the processing date and date -related data (including, but not limited to calculating, comparing and sequencing) of all hardware, software and firmware products delivered and services provided under this Contract, individually or in combination, as the case may be from the effective date of this Contract. Also, the Contractor warrants calculations will be recognized and accommodated and will not, in any way, result in hardware, software or firmware failure. The City of Lubbock, at its sole option, may require the Contractor, at any time, to demonstrate the procedures it intends to follow in order to comply with all the obligations contained herein. 17.3 The obligations contained herein apply to products and services provided by the Contractor, its sub -contractor or any third parry involved in the creation or development of the products and services to be delivered to the City of Lubbock under this Contract. Failure to comply with any of the obligations contained herein, may result in the City of Lubbock availing itself of any of its rights under the law and under this Contract including, but not limited to, its right pertaining to termination or default. 17.4 The warranties contained herein are separate and discrete from any other warranties specified in this Contract, and are not subject to any disclaimer of warranty, implied or t 19 20 21 expressed, or limitation Contract, its appendices, Contract by reference. PLANS FOR THE CONTRACTOR to the Contractor's liability which may be specified in this its schedules, its annexes or any document incorporated in this 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. PROTECTION OF THE WORK The Contractor shall be responsible for the care, preservation, conservation, and protection of all s 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 Fil reserves the right, after the proposals have been opened and before the contract has been awarded, to require of a proposer the following information: E) (a) The experience record of the proposer showing completed jobs of a similar nature to the one covered by the intended contract and all work in progress with bond amounts and i percentage completed. j (b) A sworn statement of the current financial condition of the proposer. (c) Equipment schedule. Ef 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. PROTECTION OF SUBSURFACE LINES AND STRUCTURES It shall be the Contractor's responsibility to prosecute the work contemplated by the contract documents in such a way as to exercise due care to locate and prevent damage to all underground pipelines, utility lines, conduits or other underground structures which might or could be damaged by Contractor during the construction of the project contemplated by these contract documents. The City of Lubbock agrees that it will furnish Contractor the location of all such underground lines and utilities of which it has knowledge. However, such fact shall not relieve the Contractor of his responsibilities aforementioned. All such underground lines or structures, both known and unknown, cut or damaged by Contractor A 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. BARRICADES AND SAFETY MEASURES The contractor shall, at his own expense, furnish and erect such barricades, fences, lights and danger_ signals, and shall take such other precautionary measures for the protection of persons, property and the 6 �� 23 24 25 26 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. 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. CONTRACTOR'S REPRESENTATIVE The successful proposer shall be required to have a responsible local representative available at all times while the work is in progress under this contract. The successful proposer shall be required to furnish the name, address and telephone number where such local representative may be reached during the time that the work contemplated by this contract is in progress. 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. LABOR AND WORKING HOURS 26.1 Attention of each proposer is particularly called to the schedule of general prevailing rate of per diem wages included in these contract documents. The wage rate that must be paid on this project shall not be less than specified in the schedule of general prevailing rates of per diem wages as above mentioned. The proposer' attention is further directed to the requirements of Texas Government Code, Chapter 2258, Prevailing Wage Rates, providing for the payment of the wage schedules above mentioned and the proposer's obligations thereunder. The inclusion of the schedule of general prevailing rate of per diem wages in the contract documents does not release the Contractor from compliance with any wage law that may be applicable. Construction work under this contract requiring an inspector will not be performed on Sundays or holidays unless the following conditions exist: 26.1.1 The project being constructed is essential to the City of Lubbock's ability to provide the necessary service to its citizens. WA -: 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. PAYMENT OF EMPLOYEES AND FILING OF PAYROLLS The contractor and each of his subcontractors shall pay each of his employees engaged in work on the project under this contract in full (less mandatory legal deductions) in cash, or by check readily cashable without discount, not less often than once each week. The Contractor and each of his subcontractors shall keep a record showing the name and occupation of each worker employed by the Contractor or subcontractor in the construction of the public work and the actual per diem wages paid to each worker. This record shall be open at all reasonable hours to inspection by the officers and agents of the City. The Contractor must classify employees according to one of the classifications set forth in the schedule of general prevailing rate of per diem wages, which schedule is included in the contract documents. The Contractor shall forfeit as a penalty to the City of Lubbock on whose behalf this contract is made, sixty dollars for each laborer, workman, or mechanic employed for each calendar day, or portion thereof, such laborer, workman or mechanic is paid less than the wages assigned to his particular classification as set forth in the schedule of general prevailing rate of per diem wages included in these contract documents. PROVISIONS CONCERNING ESCALATION CLAUSES Proposals submitted containing any conditions which provide for changes in the stated proposal price due to increases or decreases in the cost of materials, labor or other items required for the project will be rejected and returned to the proposer without being considered. 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. 29.2 If the proposal is submitted by an individual, his name must be signed by him or his duly authorized agent. If a proposal is submitted by a firm, association, or partnership, the name and address of each member must be given and the proposal signed by a member of the firm, association or partnership, or person duly authorized. If the proposal is submitted by a company or corporation, the company or corporate name and business address must be given, and the 30 31 proposal signed by an official or duly authorized agent. Powers of attorney authorizing agents or others to sign proposals must be properly certified and must be in writing and submitted with the proposal. The proposal shall be executed in ink. 29.3 Each proposal shall be enclosed in a sealed envelope, addressed as specified in the Notice to Offerors, and endorsed on the outside of the envelope in the following manner: 29.3.1 Proposer's name. 29.3.2 Proposal "REP 18-14189-TF 98TH STREET AND SALISBURY AVENUE" Proposal submittals may be withdrawn and resubmitted at any time before the time set for opening of the proposals, but no proposal may be withdrawn or altered thereafter. 29.5 Pursuant to Texas Local Government Code 252.043(g), a competitive sealed proposal that has been opened may not be changed for the purpose of correcting an error in the proposal price. THEREFORE, ANY CORRECTIONS TO THE PROPOSAL PRICE MUST BE MADE ON THE PROPOSAL SUBMITTAL FORM PRIOR TO PROPOSAL OPENING. BOUND COPY OF CONTRACT DOCUMENTS Proposer understands and agrees that the contract to be executed by proposer shall be bound and include the following: (a) Notice to Offerors. (b) General Instructions to Offerors. (c) Proposer's Submittal Form. (d) Statutory Bonds (if required). (e) Contract Agreement. (f) General Conditions. (g) Special Conditions (if any). (h) Specifications. (i) Insurance Certificates for Contractor and all Sub -Contractors. (j) All other documents made available to proposer for his inspection in accordance with the Notice to Offerors. If Plans and Specifications are too bulky or cumbersome to be physically bound, they are to be considered incorporated by reference into the aforementioned contract documents. QUALIFICATIONS OF OFFERORS The proposer may be required before the award of any contract to show to the complete satisfaction of the City of Lubbock that it has the necessary facilities, ability, and financial resources to provide the service specified therein in a satisfactory manner. The proposer may also be required to give a past history and references in order to satisfy the City of Lubbock about the proposer's qualifications. The City of Lubbock may make reasonable investigations deemed necessary and proper to determine the ability of the proposer to perform the work, and the proposer shall furnish to the City of Lubbock all 9 32 information for this purpose that may be requested. The proposer's proposal may be deemed not to meet specifications or the proposal may be rejected if the evidence submitted by, or investigation of, the proposer fails to satisfy the City of Lubbock that the proposer is properly qualified to carry out the obligations of the contract and to complete the work described therein. Evaluation of the proposer's qualifications shall include but not be limited to: (a)- The ability, capacity, skill, and financial resources to perform the work or provide the service required. (b) The ability of the proposer to perform the work or provide the service promptly or within the time specified, without delay or interference. (c) The character, integrity, reputation, judgment, experience, and efficiency of the proposer. (d) The quality of performance of previous contracts or services. (e) The safety record of the Contractor and proposed Sub -Contractors (f) The experience and qualifications of key project personnel (g) Past experience with the Owner Before contract award, the recommended contractor for this project may be required to show that he has experience with similar projects that require the Contractor to plan his work efforts and equipment needs with City of Lubbock specifications in mind. Demonstration of experience shall include a complete list of ALL similar municipal and similar non -municipal current and completed projects for the past five (5) years for review. This list shall include the names of supervisors and type of equipment used to perform work on these projects. In addition, the Contractor may be required to provide the name(s) of supervisor(s) that will be used to perform work on this project in compliance with City of Lubbock specifications herein. BASIS OF PROPOSALS AND SELECTION CRITERIA The City uses the Competitive Sealed Proposals procurement method as authorized by the Texas Legislature and further defined by Texas Government Code Section 2269. The Maximum Point value is equal to 100 points. The weight factor is 60% for Price, 30% for Contractor Qualifications, 5% for Safety Record Questionnaire, and 5% for Construction Time. The selection criteria used to evaluate each proposal includes the following: 32.1 60% 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 multiplied by the weight of the price factor for the price score. For Example: (Lowest Price/Current Proposal Price) x Maximum Point Value x Weight Factor = Price Score. 32.2 30% CONTRACTOR QUALIFICATIONS: When evaluating a contractor's qualifications, the City uses the "Contractor's Statement of Qualifications" attached within and past experience with the contractor. The City may also interview the job superintendent at a time to be named 10 after receipt of proposals. This criterion is subjectively evaluated and the formula is as follows: (Points X Weight = Score) with a maximum of five points allowable. Each evaluator assigns points based upon the responses the contractor provides in the "Contractor's Statement of Qualifications" And any past experience with the contractor. The "Contractor's Statement of Qualifications" is a minimum, and you may provide additional pertinent information relevant to the project for which you are submitting this proposal. 32.3 5% SAFETY RECORD QUESTIONNAIRE: This criterion is also more subjectively evaluated and the formula is as follows: (Points X Weight = Score) with a maximum of five points allowable. Each evaluator assigns points based upon the responses you provide in your "Safety Record Questionnaire" and the Contractors Experience Modification Ratio (EMR). Contractors with an EMR greater than 1.0, as well as those Contractors not submitting EMRs, will receive zero points for this portion of the selection criteria. The City may consider any incidence involving worker safety or safety of Lubbock residents, be it related or caused by environmental, mechanical, operational, supervision or any other cause or factor under the contractor's control. Evaluators base their rating primarily upon how well you document previous offenses with the date of the offense, location where the offense occurred, type of offense, final disposition of the offense, and any penalty assessed as well as the EMR. 32.4 5% CONSTRUCTION TRYIE: 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 multiplied by the weight of the construction time factor for the construction time score. For example: (Lowest construction time/Current Proposal construction time) x Maximum Point Value x Weight Factor = Construction Time Score 32.5 EVALUATION PROCESS: Evaluators independently review and score each proposal. The Committee meets, during which time the Committee Chairperson totals the individual scores. If the individual scores are similar, the Chairperson averages the scores then ranks offerors accordingly. If the scores are significantly diverse, the Chairperson initiates and moderates discussion to determine the reasons for the differences and ensures that all evaluators are fully knowledgeable of all aspects of the proposals. Scores may then be adjusted by the committee based on committee discussion. Please note that offerors with higher qualifications scores could be ranked higher than offerors with slightly better price scores. 32.6 The estimated budget for the construction phase of this project is $425,000 32.7 Proposals shall be made using the enclosed Proposal Submittal Form. 33 SELECTION 33.1 Selection shall be based on the responsible offeror whose proposal is determined to be the most advantageous to the City of Lubbock considering the relative importance of evaluation factors included in this RFP. � 11 34. 35 33.2 NO INDIVIDUAL OF ANY USING DEPARTMENT (CITY OF LUBBOCK WATER UTILITIES OR OTHER) HAS THE AUTHORITY TO LEGALLY AND/OR FINANCIALLY COMMIT THE CITY TO ANY CONTRACT, AGREEMENT OR PURCHASE ORDER FOR GOODS OR SERVICES, UNLESS SPECIFICALLY SANCTIONED BY THE REQUIREMENTS OF THIS REQUEST FOR PROPOSAL. 33.3 The City shall select the offeror that offers the best value for the City based on the published selection criteria and on its ranking evaluation. The City shall first attempt to negotiate a contract with the selected offeror. The City and its engineer or architect may discuss with the selected offeror options for a scope or time modification and any price change associated with the modification. If the City is unable to negotiate a contract with the selected offeror, the City shall, formally and in writing, end negotiations with that offeror and proceed to the next offeror in the order of the selection ranking until a contract is reached or all proposals are rejected. 33.4 In determining best value for the City, the City is not restricted to considering price alone, but may consider any other factor stated in the selection criteria. 33.5 A proposal will be subject to being considered irregular and may be rejected if it shows omissions, alterations of form, conditional alternate proposals, additions or alternates in lieu of the items specified, if the unit prices are obviously unbalanced (either in excess of or below reasonably expected values), or irregularities of any kind " ANTI -LOBBYING PROVISION 34.1 DURING THE PERIOD BETWEEN PROPOSAL SUBMISSION DATE AND THE CONTRACT AWARD, PROPOSERS, INCLUDING THEIR AGENTS AND REPRESENTATIVES, SHALL NOT DISCUSS OR PROMOTE THEIR PROPOSAL WITH ANY MEMBER OF THE LUBBOCK CITY COUNCIL OR CITY STAFF EXCEPT UPON THE REQUEST OF THE CITY OF LUBBOCK PURCHASING DEPARTMENT IN THE COURSE OF CITY -SPONSORED INQUIRIES, BRIEFINGS, INTERVIEWS, OR PRESENTATIONS. 34.2 This provision is not meant to preclude bidders from discussing other matters with City Council members or City staff. This policy is intended to create a level playing field for all potential bidders, assure that contract decisions are made in public, and to protect the integrity of the bid process. Violation of this provision may result in rejection of the bidder's bid. 35.1 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. 12 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. 13 TEXAS GOVERNMENT CODE 4 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. PROPOSAL SUBMITTAL FORM REVISED PROPOSAL SUBMITTAL FORM UNIT PRICE PROPOSAL CONTRACT DATE: September 13, 2018 PROJECT NUMBER: RFP 18-14189-TF 98th Street and Salisbury Avenue Drainage Improvements Proposal of MH Civil Constructors, 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 construction of 98th Street and Salisbury Avenue Drainage 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 fumish all labor, materials, and supplies; and to construct the project in accordance with the plans, specifications and contract documents, within the time set forth therein and at the price stated below. The price to cover all expenses incurred in performing the work required under the contract documents. 3 Remove Concrete Sidewalks 27 SY $ 24.00 $ 648.00 4 Remove Concrete Riprap 44 SY $ 24.00 $1,056.00 5 Remove Stabilized Base and Asphalt Paving ?86 SY $ 24.00 � $ 6,864.00 (? 6 Remove Existing 24" RCP Storm Sewer Pipe 35 LF $ 80.00 $ 2,800.00 7 ( Remove Existing 5'x4' RCB Culvert 1 39 1 LF 1 $ 200.00 1 $ 7,800.00 8 1 Remove Existing Pedestrian Handrail 1 40 1 LF 1 $18.00 1 $720.00 REVISED Roadway ImprovemenMs 9 City of Lubbock Flexible Base Course, Complete in Place 286 SY $ 44,00 $12,584.00 i0 City of Lubbock Asphalt Stabilized Base Course (6") 286 SY $ 50.00 $14,300.00 11 City of Lubbock Type D HMAC Paving 286 SY $ 65.00 $18,590.00 12 Joint Reinforced Concrete Paving (9") 77 SY $ 150.00 $11,550.00 13 Pedestrian Handrail 40 LF $ 360.00 $14,400.00 14 Concrete Curb and Gutter 101 LF $ 35.00 $ 3,5350.00 15 Concrete Sidewalk (4") 29 SY $ 83.00 $ 2,407.00 16 4" Reflective Pavement Marking (Broken White) 950 LF $2A0 $1,900.00 17 4" Reflective Pavement Marking (Broken Yellow) 784 LF $ 2.00 $1,568.Q0 18 4" Reflective Pavement Marking (Solid Yellow) 3,136 LF $1.25 $ 3,920A0 Storm Sewer Improvements: . 19 Trench Excavation Protection 940 LF $1.00 $ 940.00 20 Concrete Riprap (5") 17 CY $ 400.00 $ 6,800.00 21 Yx4' Reinforced Concrete Box Culvert 919 j LF $ 520.00 $ 477,880.00 22 24" Reinforced Concrete Pipe (Class III) 19 LF $110.00 $ 2,090.00 23 5'x 15' Concrete Storm Drain Inlet 1 EA $ 30,000.00 $ 30,000.00 24 Reinforced Concrete Cross -Culvert Connection Box I EA $ 20,000.(}0 $ 20,OOOAO 25 Concrete Wingwall 2 EA $12,000.00 $ 24,000.00 Storm Water Pollution Prevention Measures 26 Block Sodding 20 SY $ 36.00 $ 720.00 27 Permanent Drill Seeding (Urban Clay) 998 SY $1.00 $ 998.00 Offeror's Initials: _„ SBH REVISED ISED 28 Rock Filter Dam (Type 3) 72 LF $100.00 $ 7,200.00 29 Rock Filter Dam Removal 72 LF $ 20.00 $1,440.00 30 Temporary Silt Fencing 1,183 LF $ 3.00 $ 3,549.00 31 Temporary Silt Fencing Removal 1,183 LF $1.00 $1,183.00 32 Temporary Inlet Protection 36 LF $ 6.00 $ 216.00 Traffic Control Measures 33 Traffic Control Measures (Barricades, Signs, 4 M4 $10,000.00 $ 40,000.00 Traffic Handling} 34 Low Profile Portable Concrete Traffic Barrier 520 LF $ 70.00 $ 36,400.00 Installation (T 1) 35 Low Profile Portable Concrete Traffic Barrier 40 LF $ 70.00 $ 2,800.00 Installation (Type 2) 36 Low Profile Portable Concrete Traffic Barrier 520 LF $ 24.00 $12,480.00 Relocation (T 1) 37 Low Profile Portable Concrete Traffic Barrier 40 LF $ 24.00 $ 960.00 Relocation (Type 2) 38 Law Profile Portable Concrete Traffic Barrier 520 LF $ 24.00 $12,480.00 Removal (Type 1) 39 Low Profile Portable Concrete Traffic Barrier 40 LF $ 24.00 $ 960.00 Removal (Type 2) 40 Removable Work Zone Pavement Marking 4" 3,320 LF $1.25 $ 4,150.00 (Solid White) 41 Removable Work Zone Pavement Marking 4" 1,340 LF $ 2.00 $ 2,600.00 (Broken Yellow) 42 Removable Work Zone Pavement Marking 4" 5,360 LF $1.25 $ 6,700.00 (Solid Yellow) 43 Removal of Existing Pavement Markings 4,870 LF $1.50 $ 7,305.00 Miscellaneous Items s � 44 Embankment 14 CY $ 75.00 $1,050.00 45 Mobilization I LS $ 39,912.00 $ 39,912.00 46 Flowable Fill 100 CY $190.00 $19,000.00 47 City of Lubbock 8" PVC Water Line 21 LF $ 50.00 $1,050.00 48 City of Lubbock Water Fittings 785 LB $ 3.00 $ 2,355.00 Offeror's Initials: SBH : s #; Extended Total (Items 1- 48): $ $ 875,000.00 PROPOSED CONSTRUCTION TIME: 1. Contractors proposed CONTRUCTION TIME for completion: TOTAL CALENDAR DAYS: 150 (to SubstantialCompletion) (not to exceed 150 days to Substantial 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 as stipulated in the specification and other contract documents. Offeror hereby further agrees to pay to Owner as liquidated damages in the sum of $500 for each consecutive calendar day after substantial completion set forth herein above for completion of this project, all as more fully set forth in the General Conditions of the Agreement. Offeror understands and agrees that this proposal submittal shall be completed and submitted in accordance with instruction number 29 of the General Instructions to Offerors. Offeror understands that the Owner reserves the right to reject any or all proposals and to waive any formality in the proposing. The Offeror agrees that this proposal shall be good for a period of sixty 60 calendar days after the scheduled closing time for receiving proposals. The undersigned Offeror hereby declares that he has visited the site of the work and has carefully examined the plans, specifications and contract documents pertaining to the work covered by this proposal, and he further agrees to commence work on the date specified in the written notice to proceed, and to substantially complete the work on which he has proposed; as provided in the contract documents. Offerors are required, whether or not a payment or performance bond is required, to submit a cashier's check or certified check issued by a bank satisfactory to the City of Lubbock, or a proposal bond from a reliable surety company, payable without recourse to the order of the City of Lubbock in an amount not less than five percent (5%) of the total amount of the proposal submitted as a guarantee that offeror will enter into a contract, obtain all required insurance policies, and execute all necessary bonds (if required) within ten (10) days after notice of award of the contract to him. SBNt, Offeror's Initials REVISED ? Enclosed with this proposal is a Cashier's Check or Certified Check Enclosed with this proposal is a Cashier's Check or Certified Check for N.A. Dollars ( ($ ) or a Proposal Bond in the sum of 5% of total contract amount Dollars 1 ($ ), 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 (I0) 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 or 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) Offeror acknowledges receipt of the following addenda: Addenda No. 1 Date August 28, 2018 Addenda No. 2 Date August 29, 2018 ,�, Addenda No. 3 Date September 10, 2018 d- Addenda No. Date Date: September 13, 2018 (Printed or Typed MH Civil Constructors, Inc. Company 4200 Ridgecrest Circle, Suite 11 Address Amarillo , Randall City, County Texas .79109 State Zip Code Telephone: 8_ { 06) - '367-6043 Fax: N.A. Email: bidArnh-civil.com FEDERAL TAX ID or SOCIAL SECURITY No. 27-2016347 M/RBE Firm: I Woman I I Black American Native American Hispanic American I I Asian Pacific American I I Other S i F Merchants Bonding Company P.O. BOX 26M - AUSTIN, TX 78755-0720 BID BOND PUBLIC WORK KNOW ALL PERSONS BY THESE PRESENTS: That MH Civil Constructors, Inc. (hereinafter called the Principal) as Principal, and the MERCHANTS BONDING COMPANY (Mutual) a corporation of the State of Iowa, with its Home Office in the City of Des Moines, Iowa, (hereinafter called Surety), as Surety, are held and firmly bound to City of Lubbock, TX (hereinafter called the Obligee) in the full and just sum of ($ 5% of the Total Contact Amount Five-Percent(50/o) of the Total Contract Amount Dollars good and lawful money of the United States of America, to the payment of which sum of money well and truly to be made, the Principal and Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. Signed and dated this 30th day of August 2418 THE CONDITION OF THIS OBLIGATION IS SUCH, that, if the Obligee shall make any award to the Principal for 98th Street and Salisbury Avenue Drainage Improvements RFP 18-14189-TF t according to the terms of the proposal or bid made by the Principal therefor, and the Principal shall duly make and enter into a contract with the Obligee in accordance with the terms of said proposal or bid and award, and shall give bond for the faithful performance thereof with the MERCHANTS BONDING COMPANY (Mutual) and Surety, or with other Surety or Sureties approved by the Obligee; or if the Principal shall, in case of failure to do so, pay to the Obligee the damages which the Obligee may suffer by reason of such failure, not exceeding the penalty of this bond, then this obligation shall be null and void; otherwise it shall be and remain in full force and effect. IN TESTIMONY WHEREOF, the Principal and Surety have caused these presents to be duly signed and sealed. 0 MH Civil Constructors, Inc. COMPANY (Mutual) CAN 0333 AU (9/00) C ry 1. Bendly, Attorney in Fact MERCHANTS r BONDING COMPANY. POWER OF ATTORNEY Know All Persons By These Presents, that MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC., both being corporations of the State of Iowa (herein collectively called the 'Companies") do hereby make, constitute and appoint, individually, Brandy Brown; Cory B Bentley; Lauren Freeman; Robert B Bentley; Ronald McQueen Hudson; Tracy Velasquez their true and lawful Atlomey(s)-in-Fact, to sign its name as surety(les) and to execute, seal and acknowledge any and all bonds, undertakings, contracts and other written instruments in the nature thereof, on behalf of the Companies In their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. This Power -of -Attorney is granted and is signed and sealed by facsimile under and by authority of the following By -Laws adopted by the Board of Directors of Merchants Bonding Company (Mutual) on April 23. 2011 and amended August 14. 201E and adopted by the Board of Directors of Merchants National Bonding, Inc., on October 16, 2016. "The President, Secretary, Treasurer, or any Assistant Treasurer or any Assistant Secretary or any Vice President shall have power and authority to appoint Attomeys-in-Fad, and to authorize them to execute on behalf of the Company, and attach the seal of fie Company thereto, bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof.' 'The signature of any authorized officer and the seal of the Company may be affixed by facsimile or electronic transmission to any Power of Attorney or Certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or other suretyship obligations of the Company, and such signature and seal when so used shall have the same force and effect as though manually fixed." In connection with obligations in favor of the Florida Department of Transportation only, it is agreed that the power and aut hority hereby given to the Attomeydn-Fact includes any and all consents for the release of retained percentages and/or final estimates on engineering and construction 1 contracts required by the State of Florida Department of Transportation. It is fully understood that consenting to the State of Florida Department 4 of Transportation making payment of the final estimate to the Contractor and/or its assignee, shall not relieve this surety company of any of its obligations under its bond. In connection with obligations in favor of the Kentucky Department of Highways only, it is agreed that the power and authority hereby given to the Attomey4n-Fad cannot be modified or revoked unless prior written personal notice of such intent has been given to the Commissioner - Department of Highways of the Commonwealth of Kentucky at least thirty (30) days prior to the modification or revocation. In Witness Whereof, the Companies have caused this instrument to be signed and seated this 27th day of April , 2018 tG Co �... saaaaa• �Rp0�OZ : Z*4b POA9:��� MERCHANT NATIONAL OVAL BONDING, NDING COMPANY C (MUTUAL) v 2003 1933 • C: By Presdant =.duiA�;�`.•• '• di/•,• 'a STATE OF IOWA �•�•••uliairsaasaa• ••„a • • COUNTY OF DALLAS ss. On this this 27th day of April 2018 before me appeared Larry Taylor, to me personalty known, who being by me duly swom did say that he is President of MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC.; and that the seals affixed to the foregoing instrument are the Corporate Seale of the Companies; and that the said instrument was signed and sealed in behalf of the Companies by authority of their dive Boards of Directors. Aya 2I s AUCIA K GRAM Cormytfssion Number767430 My Commission Expires - �' April 1.2020 avji,�� Notary Public (Expiration of notary's commission does not invalidate this instrument) I, Wiliam Warner, Jr., Secretary of MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC., do hereby certify that the above and foregoing is a true and correct copy of the POWER -OF -ATTORNEY executed by said Companies, which is still in full force and effect and has not been amended or revoked. In Witness Whereof, I have hereunto set my hand •,•aaaaaaa.,�. ASpo +rC} -o- uDiQ 2003 POA 0018 (3/17) •••�'•'•••••••••`'• and of%oed the seal of the Companies on this 301h day of August , 2018 .•... •• o0,'0G,co, Pyo y1933 a' secretary • b • MERCHANTS BONDING COMPANY. MERCHANTS BONDING COMPANY (MUTUAL) P.O. BOX 14498, DES MOINES. IOWA 50306-3498 PHONE: (800) 678-8171 FAX: (515) 243-3854 IMPORTANT NOTICE To obtain information or make a complaint: You may contact your insurance agent at the telephone number provided by your insurance agent. You may call Merchants Bonding Company (Mutual) toll -free telephone number for information or to make a complaint at: 1-800-678-8171 You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights or complaints at: 1-800-262-3439 You may write the Texas Department of Insurance at: P. O. Box 149104 Austin, TX 78714-9104 Fax: (512) 490-1007 Web: ww-w.tdi.texas.aov E-mail: ConsumerProtection@tdi.texas.gov PREMIUM AND CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim you should contact the agent first. If the dispute is not resolved, you may contact the Texas Department of Insurance. ATTACH THIS NOTICE TO YOUR POLICY: This notice is for information only and does not become a part or condition of the attached document. SUP 0032 TX (2115) Contractors Statement of Qualifications Individual contractors and joint ventures submitting a bid must complete the following evaluation information for the Project. Joint ventures shall be composed of not more than two firms and each firm must complete separate evaluations. Evaluation information must be submitted at time of bid submittal. Failure to submit the following Bidder Evaluation information may result in the OWNER considering the bid non -responsive and result in rejection of the bid by the OWNER. Bidders are to provide any additional information requested by the OWNER. In evaluating a firm's qualifications, the following major factors will be considered: A. FINANCIAL CAPABILITY: For this project, the CONTRACTOR'S financial capability to undertake the project will be determined by the CONTRACTOR'S ability to secure bonding satisfactory to the OWNER. B. EXPERIENCE: Do the organization and key personnel have appropriate technical experience on similar projects? C. SAFETY: Does the organization stress and support safety as an important function of the work process? D. QUALITY OF WORK: (1) Does the organization have a commitment to quality in every facet of their work - the process as well as the product? (2) Does the organization have a written quality philosophy and/or principles that exemplifies their work? If so, submit as Attachment "A". (3) Has this organization ever received an award or been recognized for doing "quality" work on a project? If so, give details under Attachment "A". E. CONFORMANCE TO CONTRACT DOCUMENTS: (1) Does the organization have a commitment and philosophy to construct projects as designed and as defined in the Contract Documents? The OWNER reserves the right to waive irregularities in determining the firm's qualifications and reserves the right to require the submission of additional information. The qualifications of a firm shall not deprive the OWNER of the right to accept a bid, which in its judgement is the lowest and best bid, to reject any and all bids, to waive irregularities in the bids, or to reject nonconforming, non- responsive, or conditional bids. In addition, the OWNER reserves the right to reject any bid where circumstances and developments have in the opinion of the OWNER changed the qualifications or responsibility of the firm. Material misstatements on the qualifications forms may be grounds for rejection of the firm's bid on this project. Any such misstatement, if discovered after award of the contract to such firm, may be grounds for immediate termination of the contract. Additionally, the firm will be liable to the OWNER for any additional costs or damages to the OWNER resulting from such misstatements, including costs and attorney's fees for collecting such costs and damages. Complete the following information for your organization: 10 Contractor's General Information r r I 11 Contractor's Organizational Experience Organization Doing Business As MH Civil Constructors, Inc. Business Address of Regional Office 4200 Ridgecrest Circle, Suite 11 Amarillo, TX 79109 Name of Regional Office Manager Saul Hemandez, PE, CCM Telephone Numbers Main Number (806) 367-6043 Fax Number N.A. Web Site Address www.mh-civO.com List of names that this organization currently, has or anticipates operating under over the history of the organization, including the names of related companies ercscn(ly doing business: Names of Organization From Date To Date MH Civil Constructors, Inc. February 26, 2010 Present List of companies, firms or organizations that own any part of the organization. Name of companies, firms or organization Percent Ownership Years experience in projects similar to the proposed project: As a General Contractor 1 9 1 As a Joint Venture Partner N.A. Has this or a predecessor organization ever defaulted on a project or failed to complete any work awarded to it? If yes provide full details in a separate attachment. Sec attachment No. Has this or a predecessor organization been released from a bid or proposal in the past ten ears? No 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 cars? 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. 12 I_ Contractor's Proposed Key Personnel Organization Doing Business As MH Civil Constructors, Inc. MEEMEM Provide a brief description of the managerial stricture of the organization and illustrate with an organizational can. Include the title and names of key personnel. Include this chart at an attachment to this description. See attachment No. Saul Hernandez serves as MH's General Manager in charge of pre -construction activities, project management, and general day to day activities. Juan Moreno services as MH's Construction Manager in charge of coordinating and scheduling projects, materials deliveries, meeting with Owners, and serves as our ombudsman. Manuel Flores serves as the MH's General Superintendent assisting project superintendents and foremen. Raul Hernandez serves as MH's project and quality control engineer in charge of submittals, project management, startue and tesfinQ, coordinating with supoliers, and subcontractors. 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. B Saul B. Hernandez will serve as the project manager. Juan A. Moreno serves as the project superintendent. Manuel Flores will serve as the safety officer and will assist the project superintendent when needed. Raul Hernandez will serve as the project engineer / quality control. Provide information on the key personnel proposed tar 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 Saul B. Hernandez, PE Raul B. Hernandez Project Superintendent Juan A. Moreno Manuel A. Flores Project Safety Officer Manuel A. Flores Juan A. Moreno Quality Control Manager Raul Hernandez Saul B. Hernandez, PE 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. 1� r, u 13 �l Proposed Project Managers Organization Doing Business A.c Name of Individual MH Civil Constructors, Inc. Saul B. Hemandez, PE, CCM Years of Experience as Project Manager 14 Years of Experience with this organization Number of similar projects as Project Manager 9 45 Number of similar projects in other positions 45 Current Project Assignments Name of Assignment Percent of Time Used for this Project Estimated Project Completion Date City of Archer City WTP 10 March 2019 Ci of Snyder WTP Rehabilitation 5 September 2018 City of Wichita Falls Kemp -Monroe Drainage Ph 2 1 10 1 April 2019 Reference Contact Information(listing names indicates approval to contacting the names individuals as a reference) Name Scott D. Haye, PE Name Dwi ht Brandt, PE Title/ Position Pr 'ect Manager Title/ Position Project Manager Or ani7ation En rotec 1 Hibbs & Todd Or aniration Br n n ineers Tele hone 325 698-5560 Telephone 8 6 53-7 33 E-mail scott.ha e-ht.com E-mail DLBrandt brandten ineers.com Project I Stamford Raw Water Trans. Line Project I Canadian WWTP Fritch WL Candidate role on Project Project Manager/Executive Candidates role on Project Project Manager/Executive Name of individual Years of Experience as Project Manager Raul B. Hernandez 4 Years of Experience with this organization 2 Number of similar projects as Project Manager 10 Number of similar projects in other positions 10 Current Project Assignments Name of Assignment Percent of Time Used for this Project Estimated Project Completion Date City of Archer City WTP 25 March 2019 City of Snyder WTP Rehabilitation 10 Se tember 2018 City of Wichita Falls Name Kemp -Monroe Drainage Ph 2 Kerry Mamnev, PE 25 April 2019 Name Kirt Hade PE Title/ Position Project Mana r / President Title/ Position Project Manager Organization Biggs & Mathews Organization Jacob & Martin Telephone 940 766.0156 Telephone 325 695-1070 E-mail skdm bmiwf.cam Email kirth@iacobmarUn.com Project Archer City WTP Project Abilene 2nd Pressure Platte 1 Snvder WTP Candidate role on Project Project Engineer I Candidate role on Project project Engineer / Manager 14 1, Proposed Project Superintendent Organization Doing Business As Name of Individual MH Civil Constructors, Inc. Juan A. Moreno Years of Experience as Project Superintendent 14 Years of Experience with this organization 9 Number of similar projects as Superintendent 46 Number of similar projects in other positions 15 Current Project Assignments Name of Assignment Percent of Time Used for this Project Estimated Project Completion Date City of Archer Ci WTP 15 March 2019 City of Snyder WTP Rehabilitation 10 September 2018 City of Wichita Falls Kemp -Monroe Drainage Ph 2 1 20 1 April 2019 Reference Contact Information (listing names indicates a roval to contacting the names individuals as a reference) Name Allen Phillips, PE Name Dwight Brandt, PE Title/ Position Pwject Manager Title/ Position Project Manager Organization Jacob & Martin Organization Brandt En ineers Telephone Telephone 806 353-7233 E-mail kirth 'acobmartin. E-mail ()LBrandtAbrandtengineers.corn Project I Buffalo Gav Sanitary Sewer System Project Post Water Line Improvements Candidate role on Pro Name of Individual project Superintendent Candidate rote Oil Project Project Superintendent Manuel A. Flores Years of Experience as Project Superintendent 13 Years of Experience with this organization 9 Number of similar projects as Superintendent 35 Number of similar projects in other positions 11 Current Project Assignments Name of Assignment Percent of Time Used for this Project Estimated Project Completion Date City of Wichita Falls Kemp -Monroe Drainage Ph 2 75 April 2019 Name Scott D. Ha a PE Name Allen Phillips, PE Title/ Position Pro ect Manager Tide/ Position Project Manager Organization En rotec / Hibbs & Todd Or anization Jacob &Martin Telephone 325 698-5560 Telephone 325 695-1070 E-mail Scott.ha e-ht.com E-mail a hilN 'acobmartin.com Project Stamford Raw Water Trans. Line Project Stonewall Co. PS I Buffalo Gap San. S Candidate role on Project Project Superintendent p Candidate role on Project Project Superintendent 15 Proposed Project Safety Officer Organization Doing Business As Name of Individual MH Civil Constructors, Inc. Manuel A. Flores Years of Experience as Project Safety Officer 13 Years of Experience with this organization 9 Number of similar projects as Safety Officer 35 Number of similar projects in other positions 11 Current Project Assignments Name of Assignment Percent of Time Used for this Project Estimated Project Completion Date City of Wichita Falls Kemp -Monroe Drainage Ph 2 75 April 2019 Reference Contact Information(listing names indicates approvat to contacting the names individuals as a reference) Name Scott D. Have, PE Name Allen Philli s PE Titic/Position Proi Mana er Tidc/Position Project Manager Organization En otec / Hibbs & Todd Organization Jacob & Marlin Telephone J125MU560 Telephone 2 5-1 7 E-mail scott.ha-ht.com E-mail a hilli s 'acobmarlin.com Project I Stamford Raw Water Trans. tine Project Stonewall Co. PS I Buffalo Gap San. Sys. Candidate role on Project Project Superintendent Candidate role on Pro'cct Project Superintendent Name of hmdividual Juan A. Moreno Years of Experience as Project Safety Officer 14 Years of Experience with this organization 9 Number of similar projects as Safety Officer 46 Number of similar projects in other positions 15 Current Project Assignments Name of Assignment Percent of Time Used for this Project Estimated Project Completion Date City of Archer City WTP 15 March 2019 City of Snyder WTP Rehabilitation 10 September 2018 City of Wichita Falls Name Kemp -Monroe Drainage Ph 2 Allen Philli s PE 20 Name Dwi ht April 2019 Brand PE Title/Position Proect Mana er Title Position Pr 'ect Manager Organization Jacob & Martin Organization Brandt Engineers Tele hone 325 695-1 7 Telephone 7 33 E-mail kirth cobmartin.com E-mail DLBrand# randten ineers.com Project Buffalo Gap Sanita Sewer System Project Post Water line Improvements Candidate role on Project project Superintendent Candidate role on Project Project Superintendent 16 Proposed Project Quality Control Manager Organization Doing Business As Name of individual Years of Experience as Quality Control Manager Years of Experience with this organi7ation MH Chit Constructors, Inc. Raul B. Hernandez 4 2 Number of similar projects as Quality Manager 10 Number of similar projects in other positions 10 Current Project Assignments Name of Assignment Percent of Time Used for this Project Estimated Project Completion Date City of Archer City WTP 25 March 2019 City of Snyder WTP Rehabilitation 10 September 2018 City of Wichita Falls Kemp -Monroe Drainage Ph 2 1 25 1 April 2019 Reference Contact Information (listing names indicates ap val to contacting the names individuals as a reference) Name Kerry Marongy. PE Name Kirt Hade. PE Title/Position Prpject Manager / President Title/ Position Project Manager Organization Biggs & Mathews Or anization Jacob & Martin Telephone Telephone E-mail skdm bmiwf.com E-mail kirth in m Project Arch r City WTP Project Abilene 2nd Pressure Plane / Snyder WTP Candidate rote on project Engineer Project Name of Individual Years of Experience as Quality Control Manager Candidate role Project Engineer / Manager on Project Saul B. Hernandez, PE, CCM 14 Years of Experience with this organization 9 Number of similar projects as Quality Manager 45 Number of similar projects in other positions 45 Current Project Assignments Name of Assignment City of Archer City WTP Percent of Time Used for this Project 10 Estimated Project Completion Date March 2019 City of Snyder WTP Rehabilitation 5 September 2018 City of Wichita Falls Name Kemp -Monroe Drainage Ph 2 $cott D. Ha PE 10 April 2019 Name Dwight Brandt PE Title/ Position Pro ect Manacier Title/ Position Project Manager Organization En rotec / Hibbs & Todd Organization Brandt En ineers Telephone 2 6 8- 560 Telephone -? E-mail scotLha a-hLcom E-mail DLBrandt0brandtengineers.com Project Stamford Raw Water Trans. Line Project Canadian WWTP Fritch WL Candidate role on Project Project Manager/Executive Candidate role on Project Project Manager/Executive t7 Contractor's Project Experience and Resources Organization Doing Business As MH Civil Constructors, Inc. i!ii NO MOM Provide a list of major projects that are currently underway, or have been completed within the last tcn years on Attachment A Provide a completed Project Information form (Attachment B) for projects that have been completed in the last five ears which specifically illustrate the organizations cMabili!1 to provide best value to the Owner for this project. Include a completed Project Information form (Attachment B) for projects which illustrate the experience of the proposed key personnel. 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: I. 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. Mcctin HUB / MWBE Partici ation Goal Provide a list of major equipment rosed for use on this project. Attach Additional Information if necessary Equipment Item Primary Use on Project Own Bull Lease CAT 345 Excavator Excavation X CAT 320 Excavator Backfill X BeU dump trailer and truck &qgregate deliveryftyling Skid steer loaders Remove asphalt and mi c J12Mg X Trench rollers CoaNction of backfill materials X 2000 gal water truck Deliver water to site X Trench boxes and manhole shields Excavationlsafe X What work will the organization complete using its own resources? Concrete, Excavation What work does the organization RroRose to subcontract on thisproject? Traffic control 18 Contractor's Subcontractors and Vendors Organization Doing Business As MH Civil Constructors, Inc. Provide a list of subcontractors that will Provide more than 10 percent of the work based on contract amounts Name Work to be Provided Est. Percent HUB/MWBE of Contract Firm N.A. i Provide information on the proposed key personnel. project experience and it description of past relationship and wort: ex rience for each subcontractor listed above usin-4 the Project Information Forms. Provide a list of maor equipment roosed for use on this pmLect, Attach Additional Information if necess Furnish Furnish HUB/M} Vendor Name Equipment / Material Provided and W BE Only Install Firm Yellowhouse Machine - Lubbock HeM a ui ment if needed X l� I iJ 11J Attachment A Current Projects and Project Completed within the last IO Years Project Owner City of Archer Ci under construction Project Name: 9.t) MGD Water Treatment Plant General Description of Projcct: Flow measurement, 2 clarifiers, fitter building, chemical building, administration buildin , high service pump station, GST, lift station, and i ing Project Cost $5,780,000.00 1 Date Project Completed March 2019 Key Project Personnel Project Manager Project Superintendent Safety Officer Quality Control Mana cr Name Saul B. Hernandez Juan A. Moreno Manuel A. Flares Raul Hernandez Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference) Name Title/ Position Organization Telephone E-mail Owner George Huffman City Manager City of Archer City 940 574-4570 hu€iman -t ofactx.or Designer Kerry D. Marone , P.E. Desi n En ineer Biggs & Mathews 940 766-0156 kdm@bmiwf.com Construction Manager N.A. Project Owner City of Lubbock Project Name I Widen and Realign Glenna Goodaere Boulevard General Description of Project: Install stormwater structures, bore and case water line, demolish and realign street, traffic control, irrigation Project Cost $662,344.00 Date Project Completed March 2017 Key Project Personnel Project Manager Project Superintendent Safety Officer Quality Control Manager Name Saul B. Hernandez I Juan A. Moreno Manuel A. Flores Raul Hernandez Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference) Name Tide/ Position Organization Telephone E-mail Owner John Turpin, PE Chief Water Utilities Engineer City of Lubbock (806) 775-2342 jturpin@mail.ci.lubbock.tx.us Designer Kevin Morris, PE Street Engineer City of Lubbock / FNI (806) 775-2339 NIA Construction Manager Project Owner I City of Stamford N.A. Project Name I TWDB Project 62685 Contract A Raw Water Transmission Pi eline General Description of Project: 79,600 LF of 14" Fusible PVC,19 gate vales, 28 air valves, gates Project Cost $5,199,212.69 Date Project Completed August 2018 Key Project Personnel Project Manager Project Superintendent Safety Officer Quality Contra) Mana zer Name Saul B. Hernandez Juan A. Moreno Manuel A. Flores Raul Hernandez Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference) Name Title/ Position Organization Telephone E-mail Owner Alan Plumlee City Manager City of Stamford 325 773-2591 Alan.PlumleeDstamfordtx.net Designer Scott Haye, PE Design Engineer Enprotee / Hibbs & Todd (325) 698-5560 scott.hay@e-ht.com Construction Manager N.A. If. Pro ect Information Project Owner I City of Wichita Falls I Project Name LS 65 Sanitary Sewer Extension General Description of Project Installation of 4178 LF of 18' gravity sanitary sewer pipe (9-18' deep), 832 LF of 10",16 60" concrete manholes, FM to gravity manhole, 36V bore/casing HDPE under Interstate 44, Spectra -Shield fining of manholes, traffic control, 65 LF bore under business driveway, rework force main connections at manhole, remove existing lift station, sod and cleanup. Budget History Schedule Performance Amount % of Bid Amount Date Days y Bid $930,604.34 100% Notice to Proceed October 5, 2015 180 Change Orders Contract Substantial Completion Date at Notice to Proceed Ail 4, 2016 180 Owner Enhancements $15,671.57 1.7% Contract Final Completion Date at Notice to Proceed Aril 4, 2016 180 Unforeseen Conditions 0.00 0% Change Order Authorized Substantial Completion Date April 4, 2016 0 Design Issues 0.00 0% Change Order Authorized Final Completion Date April 4, 2016 0 Total $15,671.57 1.7% Actual / Estimated Substantial Completion Date March 24, 2016 171 Final Cost $946,275.91 101.7% Actual / Estimated Final Completion Date Project Manager Project Sup Safety Officer March 24, 2016 171 Quality Control Manager Name Percentage of Time Devoted to the Project Saul B. Hernandez, PE Juan A. Moreno Manuel Flores Saul B. Hernandez, PE Proposed for this Project 10% 100% 50% 10% Did Individual Start and Complete the Project? Saul B. Hernandez, PE Juan A. Moreno Manuel Flores Saul B. Hernandez, PE If not, who started or completed the project in their place. Yes Yes Yes Yes Reason for change. Emil Name Title/ Position Organization Telephone E-mail Owner T. Blane Boswell, P.E. Public Works / Engineering City of Wichita Falls N.A. Designer T. Blane Boswell, P.E. Civil Engineer/PM City of Wichita Falls (940) 761-7477 N.A. Construction Manager N.A. N.A. Surety Eric Anderson Senior Underwriter IFIC 281681-3900 ext.13 N.A. Number of Issacs Total Amount involved in Pendin 0 Resolved Issues 0 Number of Issues Resolved 0 Total Amount involved in Resolved Issues 0 16 City or Lubbock, TX Insurance Requirement Affidavit To Be Completed by Offeror Must be submitted with Provos I, the undersigned Offeror, certify that the insurance requirements contained in this proposal document have been reviewed by me and my Insurance Agent/Broker. If I am awarded this contract by the City of Lubbock, I will be able to, within ten (10) business days after being notified of such award by the City of Lubbock, furnish a valid insurance certificate to the City meeting all of the requirements defined in this proposal. )ur-- _ - Saul B. Hernandez Contractor (Origi tal Signature) Contractor (Print) CONTRACTOR'S BUSINESS NAME: MH Civil Constructors Inc. (Print or Type) CONTRACTOR'S FIRM ADDRESS: 4200 Ridgecrest Cir, Ste.11 Amarillo, TX 79109 NOTE TO CONTRACTOR If the time requirement specified above is not met, the City has the right to reject this proposal and award the contract to another contractor. If you have any questions concerning these requirements, please contact the Director of Purchasing & Contract Management for the City of Lubbock at (806) 775-2572. RFP 18-14189-TF - 98th Street and Salisbury Avenue Drainage Improvements 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 X NO If the offeror has indicated YES for question number one above, the offeror must provide to City of Lubbock, with its proposal submission, the following information with respect to each such citation: Date of offense, location of establishment inspected, category of offense, Final disposition of offense, if any, and penalty assessed. SBN Offeror's Initials QUESTION TWO Has the offeror, or the firm, corporation, partnership, or institution represented by the offeror, or anyone acting for such firm, corporation, partnership or institution, received citations for violations of environmental protection laws or regulations, of any kind or type, within the past five years? Citations include notice of violation, notice of enforcement, suspension/revocations of state or federal licenses, or registrations, fines assessed, pending criminal complaints, indictments, or convictions, administrative orders, draft orders, final orders, and judicial final judgments. YES NO 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? Pill 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: 0.99 THE STATE OF TEXAS COUNTY OF LUBBOCK I certify that I have made no willful misrepresentations in this Questionnaire nor have I withheld information in my statements and answers to questions. I am aware that the information given by me in this questionnaire will be investigated, with my full permission, and that any misrepresentations or omissions may cause my proposal to be rejected. Signature General Title City of Lubbock, TX RFP I8-14189-TF Suspension and Debarment Certification Federal Law (A-102 Common Rule and OMB Circular A-110) prohibits non -Federal entities from contracting with or making sub -awards under covered transactions to parties that are suspended or debarred or whose principals are suspended or debarred. Covered transactions include procurement contracts for goods or service s equal to or in excess of $25,000 and all non -procurement transactions (e.g., sub -awards to sub -recipients). Contractors receiving individual awards of $25,000 or more and all sub -recipients must certify that their organization and its principals are not suspended or debarred by a Federal agency. Before an award of $25,000 or more can be made to your firm, you must certify that your organization and its principals are not suspended or debarred by a Federal agency. I, the undersigned agent for the firm named below, certify that neither this firm nor its principals are suspended or debarred by a Federal agency. COMPANY NAME: MH Civil Constructors, Inc. FEDERAL TAX ID or SOCIAL Signature of Company Official: Printed name of company official signing Date Signed:. No. 27-2016347 : Saul B. Hemandez J City of Lubbock, TX Chapter 2270 Prohibition on Contracts with Companies Boycotting Israel RFP 18-14189-TF a House Bill 89, adopted by the 851h Legislature, created §2270.001, Texas Government Code, Section Subtitle F, Title 10, requires a company entering to a contract with a governmental entity or state agency to verify that the company: (1) does not boycott Israel; and (2) will not boycott Israel during the term of the contract. (Effective September 1, 2017) 1, the undersigned agent for the company named below, certify that the Company does not boycott Israel and will not boycott Israel during the term of the contract. COMPANY NAME: MH Civil Constructors, Inc. Signature of Company Official: DateSigned: August 30, 2018 Printed name of company official signing above: Saul B. Hemandez 8 PROPOSED LIST OF SUB -CONTRACTORS Minority Owned Company Name Location Services Provided Yes No 1. Barricades Unlimited Lubbock.TX Traffic control 0 x 2. 0 0 3. 0 0 4. 0 0 5. €3 6. 0 0 7. 0 0 8. 0 0 9. 0 10. a 0 11. a 0 12. 0 � 13. 0 a 14. 0 15. 0 0 16. ca 0 THIS FORM SHALL BE COMPLETED AND RETURNED ALONG WITH YOUR PROPOSAL IF NO SUB -CONTRACTORS WILL BE USED PLEASE INDICATE SO SUBMITTED BY: MH Civil Constructors, Inc. (PRINT NAME OF COMPANY) RFP 18-14189-TF - 98th Street and Salisbury Avenue Drainage Improvements POST -CLOSING DOCUMENT REQUIREMENTS The below -listed document must be received in the Purchasing and Contract Management Office Not Later Than SEVEN BUSINESS DAYS after the close date when proposals are due. FINAL LIST OF SUB -CONTRACTORS 1. 2. 3. 4. 5. 6. 7. 8. 9. 10. 11. 12. 13. 14. 15. 16. FINAL LIST OF SUB -CONTRACTORS Company Name Location Services Provided Barricades Unlimited Lubbock, TX Pavement markings SUBMITTED BY: MH Civil Constructors, Inc. (PRINT NAME OF COMPANY) Minority Owned Yes No ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ THIS FORM SHALL BE COMPLETED AND RETURNED NOT LATER THAN SEVEN BUSINESS DAYS AFTER THE CLOSE DATE WHEN PROPOSALS ARE DUE IF NO SUB -CONTRACTORS WILL BE USED PLEASE INDICATE SO RFP 18-14189-TF - 98th Street and Salisbury Avenue Drainage Improvements '� 1 it 1 Bond No. TXC-609936 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 -Principal(s), as Principal(s), and Merchants Bon (hereinafter called the (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 Eight Hundred Seventy Five Thousand Dollars $875 000 lawful money of the United States for the payment whereof, the said Principal and Surety bind themselves, and their heirs, administrators, executors, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has entered into a certain written contract with the Obligee, dated the 9th day of October. 2018, to RFP 18-14189-TF 98th Street and Salisbury Avenue Drainage 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 1 st day of November 2018. Merchants Bonding Company (Mutual) MH Civil Constructors, Inc. Surety (Company Name) *By. (Title B. Ben ley, Attorney -in -Fact By: Saul Hernandez (PT*ted Name) ' (Signature) I Principal (Title) The undersigned surety company represents that it is duly qualified to do business in Texas, and hereby designates _ Cory B. Bentley 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. Merchants Bonding Company (Mutual) Approved as to form: CityPtyAtt ock By: rney Surety By: (Ti Cory B. Bentley, Attorney -in -Fact * 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. 01 MERCHANT� BONDING C O M PA N Yn Bond No. TXC-609936 POWER OF ATTORNEY Know All Persons By These Presents, that MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC., both being corporations of the State of Iowa (herein collectively called the "Companies' do hereby make, constitute and appoint, individually, Brandy Brown; Cory B Bentley; Lauren Freeman; Robert B Bentley; Ronald McQueen Hudson; Tracy Velasquez their true and lawful Attomey(s)-in-Fact, to sign its name as surety(ies) and to execute, seal and acknowledge any and all bonds, undertakings, contracts and other written instruments in the nature thereof, on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. This Power-of-Attomey is granted and is signed and sealed by facsimile under and by authority of the following By -Laws adopted by the Board of Directors of Merchants Bonding Company (Mutual) on April 23, 2011 and amended August 14, 2015 and adopted by the Board of Directors of Merchants National Bonding, Inc., on October 16, 2015. 'The President, Secretary, Treasurer, or any Assistant Treasurer or any Assistant Secretary or any Vice President shall have power and authority to appoint Attomeys-in-Fact, and to authorize them to execute on behalf of the Company, and attach the seal of the Company thereto, bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof." "The signature of any authorized officer and the seal of the Company may be affixed by facsimile or electronic transmission to any Power of Attorney or 'Cer ification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or other suretyship obligations of the Company, and such signature and seal when so used shall have the same force and effect as though manually fixed." In connection with obligations in favor of the Florida Department of Transportation only, it is agreed that the power and aut hority hereby given to the Attorney -in -Fact includes any and all consents for the release of retained percentages and/or final estimates on engineering and construction contracts required by the State of Florida Department of Transportation. It is fully understood that consenting to the State of Florida Department of Transportation making payment of the final estimate to the Contractor and/or its assignee, shall not relieve this surety company of any of Its obligations under its bond. In connection with obligations in favor of the Kentucky Department of Highways only, it is agreed that the power and authority hereby given to the Attomey-in-Fact cannot be modified or revoked unless prior written personal notice of such intent has been given to the Commissioner - Department of Highways of the Commonwealth of Kentucky at least thirty (30) days prior to the modification or revocation. In Witness Whereof, the Companies have caused this instrument to be signed and sealed this 27th day of April 2018 .j-PI10Nq�••..� •.��NG-CO,�•• .•'tq?pM1i PO# ��0�; ; 00?OspOq'•:�9'• MERCHANTS BONDING COMPANY (MUTUAL) ,' •'y • V 9�.y�; MERCHANT NATIONAL BONDING, INC. 0 2003 ; � y` 1933 c'e: By •,dam• ......... •A:�.,.• /.�•� -d�. `•i� .•'' '• •Y•..� . t,-X, • President STATE OF IOWA ••''••'.TT■.i[.'•`••`� • • •' • • •' • COUNTY OF DALLAS ss. On this this 27th day of April 2018 before me appeared Larry Taylor, to me personally known, who being by me duly sworn did say that he is President of MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC.; and that the seals affixed to the foregoing Instrument are the Corporate Seals of the Companies; and that the said instrument was signed and sealed in behalf of the Companies by authority of their respective Boards of Directors. �PRtA� S AUCIA K. GRAM o 1p' Commission Number 767430 z ' " • ': My Commission Fires ' rowP April 1, 2020- Notary Public (Expiration of notary's commission does not invalidate this Instrument) I, William Warner, Jr., Secretary of MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC., do hereby certify that the above and foregoing is a true and correct copy of the POWER -OF -ATTORNEY executed by said Companies, which is still in full force and effect and has not been amended or revoked. In Witness Whereof, I have hereunto set my hand and affixed the seal of the Companies on this 1st day of November 2018 2;A : ; y 1933 C: Secretary 003 a. •cti. POA 0018 (3/17) •••��'""■'•'����� •' • • PERFOR112A.NCE BOND Bond No. TXC-609936 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 MH Civil Constructors, Inc. (hereinafter called the Principal(s), as Principal(s), and Merchants Bonding Company (Mutual) (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 Eight Hundred Seventy Five Thousand Dollars $875 000 lawful money of the United States for the payment whereof, the said Principal and Surety bind themselves, and their heirs, administrators, executors, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has entered into a certain written contract with the Obligee, dated the 9th day of October, 2018, to RFP 18-14189-TF 98th Street and Salisbury Avenue Drainane 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 1st day of Nobember , 2018. Merchants Bonding Company (Mutual) Surety * By: Mtl Cry B. entley, Attorney -in -Fact MH Civil Constructors, Inc. (Company Name) By; Saul Hernandez (Printed Name) (Signature) Principal (Title) J The undersigned surety company represents that it is duly qualified to do business in Texas, and hereby designates Gory g_ Bentley 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. Merchants Bonding Company (Mutual) Approved as to Form , lz Surety *By. (Titl Cory B. Bentley, Attorney -in -Fact *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. MERCHANT BONDING C O M PANYTM Bond No. TXC-609936 POWER OF ATTORNEY Know All Persons By These Presents, that MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC., both being corporations of the State of Iowa (herein collectively called the "Companies) do hereby make, constitute and appoint, individually, Brandy Brown; Cory B Bentley; Lauren Freeman; Robert B Bentley; Ronald McQueen Hudson; Tracy Velasquez their true and lawful Ariomey(s)-in-Fact, to sign its name as surety(ies) and to execute, seal and acknowledge any and all bonds, undertakings, contracts and other written instruments in the nature thereof, on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. This Power-of-Attomey is granted and is signed and sealed by facsimile under and by authority of the following By -Laws adopted by the Board of Directors of Merchants Bonding Company (Mutual) on April 23, 2011 and amended August 14, 2015 and adopted by the Board of Directors of Merchants National Bonding, Inc., on October 16, 2015. "The President, Secretary, Treasurer, or any Assistant Treasurer or any Assistant Secretary or any Vice President shall have power and authority to appoint Attomeys-in-Fact, and to authorize them to execute on behalf of the Company, and attach the seal of the Company thereto, bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof." "The signature of any authorized officer and the seal of the Company may be affixed by facsimile or electronic transmission to any Power of Attorney or Certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or other suretyship obligations of the Company, and such signature and seal when so used shall have the same force and effect as though manually fixed." In connection with obligations in favor of the Florida Department of Transportation only, it is agreed that the power and aut hority, hereby given to the Attomey-in-Fact includes any and all consents for the release of retained percentages and/or final estimates on engineering and construction contracts required by the State of Florida Department of Transportation. It is fully understood that consenting to the State of Florida Department of Transportation making payment of the final estimate to the Contractor and/or its assignee, shall not relieve this surety company of any of Its obligations under its bond. In connection -with obligations in favor of the Kentucky Department of Highways only, it is agreed that the power and authority hereby given to the Attomey-in-Fact cannot be modified or revoked unless prior written personal notice of such intent has been given to the Commissioner - Department of Highways of the Commonwealth of Kentucky at least thirty (30) days prior to the modification or revocation. In Witness Whereof, the Companies have caused this instrument to be signed and sealed this 27th day of April 2018 •'��10iV'•'.• .•---•. ` T A G ' •' P < •• •. '••' ipoR e0•• • O�� (APO O�jA9'• MERCHANTS BONDING COMPANY (MUTUAL) MERCHANT NATIONAL BONDING, INC. tA� •y:= tr+� • .0,aiz; •z:' �:3• . 2003 ; � : : a � 1933 : e: By , . '•i•� ''si ,�`' •,; �!y • • `1,; President STATE OF IOWA age COUNTY OF DALLAS as. On this this 27th day of April 2018 before me appeared Larry Taylor, to me personally known, who being by me duly sworn did say that he is President of MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC.; and that the seals affixed to the foregoing instrument are the Corporate Seals of the Companies; and that the said instrument was signed and sealed in behalf of the Companies by authority of their respective Boards of Directors. aV� - s AUCIA K. GRAM 0 Commission Number z ' ° ° ° T My Commission Facpires aL-4,--V- �, - Cp�� ' . rowP - April 1, 2020 Notary Public (Expiration of notary's commission does not invalidate this instrument) I, William Warner, Jr., Secretary of MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC., do hereby certify that the above and foregoing is a true and correct copy of the POWER -OF -ATTORNEY executed by said Companies, which is still in full force and effect and has not been -amended or revoked. In Witness Whereof, I have hereunto set my hand and affixed the seal of the Companies on this POA 0018 (3/17) 1st day of November 2018 . ;y 'pKPORq .O••; :-y:OIIPOq Ea�? -O- dam: �z2 -o- 1933 . -A Secretary r tf r MERCHANTS BONDING COMPANY. MERCHANTS BONDING COMPANY (MUTUAL) P.O. BOX 14498, DES MOINES, IOWA 50306-3498 PHONE: (800) 678-8171 FAX: (515) 243-3854 IMPORTANT NOTICE To obtain information or make a complaint: You may contact your insurance agent at the telephone number provided by your insurance agent You may call Merchants Bonding Company (Mutual) toll -free telephone number for information or to make a complaint at: 1-800-678-8171 You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights or complaints at: 1-800-262-3439 You may write the Texas Department of Insurance at: P. O. Box 149104 Austin, TX 78714-9104 Fax: (512) 490-1007 Web: www.tdi.texas.gov E-mail: ConsumerProtection@tdi.texas.gov PREMIUM AND CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim you should contact the agent first. If the dispute is not resolved, you may contact the Texas Department of Insurance. ATTACH THIS NOTICE TO YOUR POLICY: This notice is for information only and does not become a part or condition of the attached document. SUP 0032 TX (2/15) 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 MH Civil Constructors, 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 Eight Hundred Seventy Five Thousand Dollars $875 000 lawful money of the United States for the payment whereof, the said Principal and Surety bind themselves, and their heirs, administrators, executors, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has entered into a certain written contract with the Obligee, dated the 9th day of October, 2018, to RFP 18-14189-TF 98th Street and Salisbury Avenue Drainage 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 2018. Surety *By: (Title) (Company Name) By: (Printed Name) (Signature) (Title) Pale 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. i 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. 19 Pate Intentionally Left Blank PERFORMANCE BOND Paae Intentionally Left Blank I I I IJ I 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 MR Civil Constructors, 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 Eight Hundred Seventy Five Thousand Dollars $875 000) lawful money of the United States for the payment whereof, the said Principal and Surety bind themselves, and their heirs, administrators, executors, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has entered into a certain written contract with the Obligee, dated the 9th day of October, 2018, to RFP 18-14189-TF 98th Street and Salisbury Avenue Drainage 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 , 2018. Surety (Company Name) * By: By: (Title) (Printed Name) (Signature) (Title) Paee Intentionally Left Blank 4 1' 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. 2 Paize Intentionally Left Blank I r! I it ,11 [l I I CERTIFICATE OF INSURANCE I Pace Intentionally Left Blank I I I I m 11 m I I 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 of the standard Dolicies used by this conmanv. the further hereinafter described. Excentions to standard nolicv 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 $ ❑ INSTALLATION FLOATER $ 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 (Name of Insurer) MUST BE SENT TO THE CITY OF LUBBOCK 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 Fil, (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. I Page Intentionally Left Blank I 1, I I I I'l I I CONTRACT Paae Intentionally Left Blank I I I iy .1 I Contract 14189 STATE OF TEXAS COUNTY OF LUBBOCK THIS AGREEMENT, made and entered into this 9t6 day of October, 2018 by and between the City of Lubbock, County of Lubbock, State of Texas, acting by and through the Mayor, City of Lubbock, thereunto authorized to do so, hereinafter referred to as OWNER, and MH Civil Constructors Inc of the City of Amarillo, County of Randall and the State of Texas hereinafter termed CONTRACTOR. WITNESSETH: That for and in consideration of the payments and agreements hereinafter mentioned, to be made and performed by the OWNER and under the conditions expressed in the bond bearing even date herewith (if any) the CONTRACTOR hereby agrees with OWNER to commence and complete the construction of certain improvements described as follows: RFP 18-14189-TF 981 Street and Salisbury Avenue Drainage 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. MH Civil Constructors, Inc.'s proposal dated September 13, 2018 is incorporated into and made a part of this agreement. The CONTRACTOR hereby agrees to commence work within ten days after the date written notice to do so shall have been given to him and to substantially complete same within the time specified in the contract documents. The OWNER agrees to pay the CONTRACTOR in current funds for the performance of the contract in accordance with the proposal submitted therefore, subject to additions and deductions, as provided in the contract documents and to make payment on account thereof as provided therein. IN WITNESS WHEREOF, the parties to these presents have executed this agreement in Lubbock, Lubbock County, Texas in the year and day first above written. CONTRACTOR: MH Civil Constructors, Inc. By: _ all � IN - 6 PRINTED NAME: , ( eZ TITLE: P 1i COMPLETE ADDRESS: MH Civil Constructors, Inc. 4200 Ridgecrest Circle, Suite 11 Amarillo, TX 79109 ATTEST: S orporate Secretary f CITY OF LUBBOCK, TEXAS (OWNER): By: Daniel M. Pope, M yor ATTEST: AS ;Am Turpin, P.E., A Projects and Design A CONTENT: City Engineer/Capital Michael G. Keenum, P.E., CFM, Division Director of Engineering/City Engineering D� A TO FORM: Kelli Leisure, Assistant City Attorney Paize Intentionally Left Blank CONFLICT OF INTEREST QUESTIONNAIRE CHAPTER 176 CONFLICT OF INTEREST QUESTIONNAIRE CHAPTER 176 f�•�Zi%�hIZ•�iZ•�1►[ `�.`Z.`��.i��Z • � _ �I�1__ ail : _ � This questionnaire reflects changes made to law by H.B. 23, 84 h Leg., Regular Session Businesses and individuals doing business with the City need to file conflict of interest questionnaires with the Office of the City Secretary's Office. Local government officers are also required to file when a conflict exists. The questionnaire is to be filed in accordance with Chapter 176, Local Government Code, by a vendor who has a business relationship as defined by Section 176.001 (1-a) with a local governmental entity and the vendor meets the requirements under Section 176.006(a). By law this questionnaire must be filed with the City Secretary's Office of the local governmental entity no later than the 7�' business day after the date the vendor becomes aware of the facts that require the statement to be filled. Chapter 176 of the Local Government Code requires the City Manager and Council Members to file a Conflicts Disclosure Statement regarding their relationships with City vendors (including bidders and potential vendors). The law also requires that any vendor who contracts, or seeks to contract, with the City for the sale or purchase of property, goods or services (including a bidder on a City contract) file a "Conflict of Interest Questionnaire" regarding the vendor's business relationships, if any, with Council Members or the City Manager. Compliance is the responsibility of each individual, business or agent who is subject to the laws filing requirement. Questions about compliance should be directed to your legal counsel. Office of the City Secretary 1625 13th Street, Room 206 Lubbock, TX 79401 Questionnaire is available at http://www.ei.lubbock.tx.us/departi-nentalwebsites/ departments/purchasing/vendor-information it CHAPTER 46. DISCLOSURE OF INTERESTED PARTIES Texas Government Code 2252.908 Disclosure of Interested Parties Form 1295 House Bill 1295, adopted by the 84th Legislature, created §2252.908, Texas Government Code. Section 2252.908 requires a business entity entering into certain contracts with a governmental entity or state agency to file with the governmental entity or state agency a disclosure of interested parties at the time the business entity submits the signed contract to the governmental entity or state agency. §2252.908, Texas Government Code requires the commission to adopt rules necessary to implement the new disclosure requirement and to prescribe the disclosure form. Section 2252.908 requires the disclosure form to be signed by the authorized agent of the contracting business entity, acknowledging that the disclosure is made under oath and under penalty of perjury. Section 2252.908 applies only to a contract that requires an action or vote by the governing body of the governmental entity or state agency before the contract may be signed or has a value of at least $1 million. Section 2252.908 provides definitions of certain terms occurring in the section. House Bill 1295 provides that §2252.908 applies only to a contract entered into on or after January 1, 2016. An interested party is defined as a person who has a controlling interest in a business entity with whom a governmental entity or state agency contracts or who actively participates in facilitating the contract or negotiating the terms of the contract, including a broker, intermediary, adviser, or attorney for the business entity. Contractors are required to acquire Form 1295 via the Texas Ethics Commission website. This requires registration, generation of Form 1295 with a unique Certificate Number & filing date, printing the form, signing the form, and returning the form to City of Lubbock Purchasing & Contract Management Department. Once the form is received by the Purchasing and Contract Management Department, the Buyer associated with the project will log -in to the Texas Ethics Commission portal and acknowledge receipt of the form not later than the 30th day after the date the contract for which the form was filed binds all parties to the contract. This will complete the form for the contract with which the form is associated. The completed form will be made available via the Texas Ethics Commission website. Form 1295 can be generated via the Texas Ethics Commission web portal. The website and detailed instructions are located at: https://www.ethics.state.tx.us/whatsnew/elf info form1295.htm R L_� GENERAL CONDITIONS OF THE AGREEMENT Paie Intentionally Left Blank it I I GENERAL CONDITIONS OF THE AGREEMENT 1. OWNER Whenever the word Owner, or First Party, are used in this contract, it shall be understood as referring to the City of Lubbock, Texas. 2. CONTRACTOR Whenever the word Contractor, or Second Party, is used, it shall be understood to mean the person, persons, co- partnership or corporation, to wit MH Civil Constructors, Inc., who has agreed to perform the work embraced in this contract, or their legal representative. 3. OWNER'S REPRESENTATIVE Whenever the word Owner's Representative or representative is used in this contract, it shall be understood as referring to, City of Lubbock, or its representative, John Turpin P.E., Assistant City Engineer/Capital Projects and 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". 5. INTERPRETATION OF PHRASES Whenever the words "Directed," "Permitted," "Designated," "Required," "Considered Necessary," "Prescribed," or words of like import are used, it shall be understood that the direction, requirement, permission, order, designation or prescription of the Owner's Representative is intended; and similarly, the words "Approved," "Acceptable," "Satisfactory," or words of like import shall mean approved by or acceptable or satisfactory to the Owner's Representative. 6. SUBCONTRACTOR The term Subcontractor, as employed herein, includes only those having a direct contract with the Contractor for performance of work on the project contemplated by these contract documents. Owner shall have no responsibility to any Subcontractor employed by Contractor for performance of work on the project contemplated by these contract documents, but said Subcontractors will look exclusively to Contractor for any payments due Subcontractor. The City reserves the right to approve or disapprove the selection of any subcontractor(s). 7. WRITTEN NOTICE Written notice shall be deemed to have been duly served if delivered in person to the individual or to a member of the firm or to an officer of the corporation for whom it is intended, or if delivered at or sent certified mail to the last business address known to the party who gives the notice. i-' 8. CONTRACTOR'S RESPONSIBILITIES 6 10. 11. 12. Unless otherwise stipulated, the Contractor shall provide and pay for all materials, supplies, machinery, equipment, tools, superintendence, labor, insurance, and all water, light, power, fuel, transportation and all other facilities necessary for the execution and completion of the work covered by the contract documents. Unless otherwise specified, all materials shall be new and both workmanship and materials shall be of a good quality. The Contractor shall, if required, furnish satisfactory evidence as to the kind and quality of materials. Materials or work described in words which so applied have well known, technical or trade meaning shall be held to refer such recognized standards. All work shall be done and all materials furnished in strict conformity with the contract documents. SUBSTANTIALLY COMPLETED The term "Substantially Completed" is meant that the structure or project contemplated by the contract documents has been made suitable for use or occupancy or the facility is in a condition to serve its intended purpose, but still may require minor miscellaneous work and adjustment. 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. 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. 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 timelywritten objection b J Y 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 t 18 19. PA 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. 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. 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. x 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. 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. L f 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 1 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 "y 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 1 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 EQIUMENT 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 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 i subcontractor, or separate policies shall be provided covering the operation of each subcontractor. A certificate of insurance specifying each and all coverages shall be submitted prior to contract execution. PROOF OF COVERAGE SHALL BE FURNISHED TO THE CITY OF LUBBOCK IN THE FORM OF A CERTIFICATE OF INSURANCE. THE INSURANCE CERTIFICATES FURNISHED SHALL NAME THE CITY OF LUBBOCK AS ADDITIONAL INSURED ON AUTO/GENERAL LIABILITY ON A PRIMARY AND NON-CONTRIBUTORY BASIS TO INCLUDE PRODUCTS OF COMPLETE OPERATIONS. PROVIDE A WAIVER OF SUBROGATION IN FAVOR OF THE CITY OF LUBBOCK. IT SHALL BE THE CONTRACTOR'S RESPONSIBILITY TO PROVIDE TO THE OWNER ALL PROOF OF COVERAGE INSURANCE DOCUMENTS INCLUDING WORKERS COMPENSATION COVERAGE FOR EACH SUBCONTRACTOR. COPIES OF THE ENDORSEMENTS ARE REQUIRED. A. Commercial General Liability Insurance (Primary Additional Insured and Waiver of Subrogation required) The contractor shall have Comprehensive General Liability Insurance with limits of $1,000,000 Combined Single Limit in the aggregate and $1,000,000 per occurrence to include: Products & Completed Operations Hazard Contractual Liability Personal Injury & Advertising Injury w/Heavy Equipment XCU B. Owner's and Contractor's Protective Liability Insurance — NOT REQUIRED C. Comprehensive Automobile Liability Insurance (Waiver of Subrogation Required) The Contractor shall have Comprehensive Automobile Liability Insurance with limits of not less than; Bodily Injury/Property Damage, $1,000,000 Combined Single Limit per occurrence, to include all owned and non -owned cars including: Employers Non -ownership Liability Hired and Non -owned Vehicles. D. Builder's Risk Insurance/Installation Floater Insurance — NOT REQUIRED E. Umbrella Liability Insurance (Primary Additional Insured and Waiver of Subrogation required) The Contractor shall have Umbrella Liability Insurance in the amount of $4,000,000 per occurrence on all contracts with coverage to correspond with Comprehensive General Liability and Comprehensive Automobile Liability coverages. 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 1. Definitions: Certificate of coverage ("certificate") - A copy of a certificate of insurance, a certificate of I 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. �i l._ 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. 3. 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. 5. The Contractor shall obtain from each person providing services on the project, and provide to the governmental entity: (a) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and (b) no later than seven days after receipt by the Contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project. ' 6 The Contractor shall retain all required certificates of coverage for the duration of the project and for one year thereafter. 7. The Contractor shall notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the Contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project. 8. The Contractor shall post on each project site a notice, in the text, form and manner prescribed by the Texas Workers' Compensation Commission, informing all persons providing services on the project that they are required to be covered, and stating how a person may verify coverage and report lack of coverage. 9. The Contractor shall contractually require each person with whom it contracts to provide services on the project, to: (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; P (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 -a 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; 1 (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. F. 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: r (1) (2) (3) (4) (5) (6) (7) (8) (9) The name and address of the insured. The location of the operations to which the insurance applies. The name of the policy and type or types of insurance in force thereunder on the date borne by such certificate. The expiration date of the policy and the limit or limits of liability thereunder on the date borne by such certificate. A provision that the policy may be canceled only by mailing written notice to the named insured at the address shown in the proposal specifications. A provision that written notice shall be given to the City ten days prior to any change in or cancellation of the policies shown on the certificate. The certificate or certificates shall be on the form (or identical copies thereof) contained in the job specifications. No substitute of nor amendment thereto will be acceptable. If policy limits are paid, new policy must be secured for new coverage to complete project. A Contractor shall: (a) provide coverage for its employees providing services on a project, for the duration of the project based on proper reporting of classification codes and payroll amounts and filling of any coverage agreements; (b) provide a certificate of coverage showing workers' compensation coverage to the governmental entity prior to beginning work on the project; (c) provide the governmental entity, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the Contractor's current certificate of coverage ends during the duration of the project; (d) obtain from each person providing services on a project, and provide to the governmental entity: (i) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and (ii) no later than seven days after receipt by the Contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (e) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (f) notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the Contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; (g) post a notice on each project site informing all persons providing services on the project that they are required to be covered, and stating how a person may verify current coverage and report failure to provide coverage. This notice does not satisfy other posting requirements imposed by the Texas Worker's Compensation Act or other commission rules. This notice must be printed with a title in at least 30-point bold type and text in at least 19-point normal type, and shall be in both English and Spanish and any other language common to the worker population. The text for the notices shall be the following text provided by the commission on the sample notice, without any additional words or changes: 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 (1,ww.tdi.state.tx.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: r (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; i__ (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 33 34. 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. 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. 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 $500 PER 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. 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 THAE 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. TDJE 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 quantities32 note exceed 15% of the estimated quantity. 39. PROTECTION OF ADJOINING PROPERTY The Contractor shall take proper means to protect the adjacent or adjoining property or properties in any way encountered, which may be injured or seriously affected by any process of construction to be undertaken under this agreement, from any damage or injury by reason of said process of construction; and Contractor shall be 40. 42. 43 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. 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. 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. 1711:10.111IMM IA �. On or before the tenth day of each month, the Contractor shall submit to Owner's Representative an application for partial payment. Owner's Representative shall review said application for partial payment if submitted, and the progress of the work made by the Contractor and if found to be in order, shall prepare a certificate for partial payment showing as completely as practical the total value of the work done by the Contractor up to and including the last day of the preceding month. The determination of the partial payment by the Owner's Representative shall be in accordance with Paragraph 14 hereof. The Owner shall then pay the Contractor on or before the fifteenth day of the current month the total amount of the Owner's Representative's Certificate of Partial Payment, less 5% of the amount thereof, which 5% shall be retained until final payment, and further, less all previous payments and all further sums that may be retained by Owner under the terms of the contract documents. Payment for materials on hand and delivered to the project site will be limited to 100 percent less the 5 percent standard retainage until actually incorporated into the project. Any partial payment made hereunder shall not constitute a waiver by the Owner of any and all other rights to enforce the express terms of the contract documents, and all remedies provided therein, as to any and all work performed, to be performed and/or materials delivered hereunder, including, but limited to, work to which said partial payment is attributable. SUBSTANTIAL COMPLETION l Contractor shall give Owner's Representative written notice of substantial completion. Within thirty—one (31) - working days after the Contractor has given the Owner's Representative written notice that the work has been substantially completed, the Owner's Representative and/or the Owner shall inspect the work and within said time, if the work be found to be substantially completed in accordance with the contract documents, the Owner's Representative shall issue to the Owner and Contractor a certificate of substantial completion. Notwithstanding the issuance of a certificate of substantial completion, Contractor shall proceed with diligence to finally complete the work within the time provided in this contract. 44. FINAL COMPLETION AND PAYMENT The Contractor shall give written notice to Owner's Representative of final completion. Upon written notice of final completion, the Owner's Representative shall proceed to make final measurement to determine whether final completion has occurred. If the Owner's Representative determines final completion has occurred, Owner's Representative shall so certify to the Owner. Upon certification by Owner's Representative of final completion, Owner shall pay to the Contractor on or before the 31 st working day after the date of certification of final completion, the balance due Contractor under the terms of this agreement. Neither the certification of final completion nor the final payment, nor any provisions in the contract documents shall relieve the Contractor of the obligation for fulfillment of any warranty which may be required in the contract documents and/or any warranty or warranties implied by law or otherwise. 45. CORRECTION OF WORK Contractor shall promptly remove from Owner's premises all materials condemned by the Owner's Representative on account of failure to conform to the contract documents, whether actually incorporated in the work or not, and Contractor shall at its own expense promptly replace such condemned materials with other materials conforming to the requirements of the contract documents. Contractor shall also bear the expense of restoring all work of other contractors damaged by any such removal or replacement. If Contractor does not remove and replace any such condemned work within a reasonable time but not to exceed 30 days after a written notice by the Owner or the Owner's Representative, Owner may remove and replace it at Contractor's expense. The Contractor shall pay all claims, cost, losses, and damages (including but not limited to all fees and charges of the engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution cost) arising out of or relating to such correction or removal. Neither the final payment, nor certification of final completion or substantial completion, nor any provision in the contract documents shall relieve the Contractor of responsibility for faulty materials or workmanship, and Contractor shall remedy any defects due thereto and pay for any damage to other work resulting therefrom, which shall appear within a period of one (1) year from the date of certification of final completion by Owner's Representative. 46. PAYMENT WITHHELD The Owner or Owner's Representative may, on account of subsequently discovered evidence, withhold or nullify the whole or part of any certification to such extent as may be necessary to protect itself from loss on account of: (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 r 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 i! �_1 r, i 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 f 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 J 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 $25,000. All bonds shall 51 52. 53 54. 55. 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. 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. 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. 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. 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. 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, i 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. 1 _ 60. HOUSE BILL 2015 House Bill 2015 signed by the Governor on June 14, 2013 and effective on January 1, 2014, authorizes a penalty to be imposed on a person who contracts for certain services with a governmental entity and who fails to properly classify their workers. This applies to subcontractors as well. Contractors and subcontractors who fail to properly classify individuals performing work under a governmental contract will be penalized $200 for each individual x that has been misclassified (Texas Government Code Section 2155.001). _f 61. HOUSE BILL 1295: DISCLOSURE OF INTERESTED PARTIES House Bill 1295, adopted by the 84th Legislature, created §2252.908, Texas Government Code. Section 2252.908 requires a business entity entering into certain contracts with a governmental entity or state agency to file with the governmental entity or state agency a disclosure of interested parties at the time the business entity submits the signed contract to the governmental entity or state agency. Section 2252.908 requires the disclosure form to be signed by the authorized agent of the contracting business entity, acknowledging that the disclosure is made under oath and under penalty of perjury. Section 2252.908 applies only to a contract that requires an action or vote by the governing body of the governmental entity or state agency before the contract may be signed or has a value of at least $1 million. Instructions for completing Form 1295 are available at: http://www.ci.lubbock.tx.us/departmental-websites/departments/purchasing/vendor-information 62. SB 252 SB 252 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 _1 organization. 63. HB 89 ri The Contractor warrants that it complies with Chapter 2270, Subtitle F, Title 10 of the Texas Government Code by verifying that: Pj (1) The Contractor does not boycott Israel; and (2) The Contractor will not boycott Israel during the term of the Agreement. 9 CITY OF LUBBOCK WAGE DETERMINATIONS I Page Intentionally Left Blank I I I Ti Ull I I EXHIBIT A City of Lubbock Building Construction Prevailing Wage Rates Craft Hourly Rate Automatic Fire Sprinkle Fitter, Certified 28.00 Block, Brick, and Stone Mason 23.00 Carpenters -Acoustical Ceiling Installation 16.00 Carpenter -Rough 13.00 Carpenter -All other work 16.50 Caulker/Sealers 12.00 Cement & Concrete Finishers 16.67 Commercial Truck Drivers 10.26 Crane & Heavy Equipment Operator 20.00 Door & Hardware Specialist 16.00 Drywall and Ceiling Tile Installers 16.00 Drywall Finishers & Tapers 12.00 Electrician 21.21 Floor Layers -Carpet and Resilient 18.00 Floor Layers -Specialty 18.00 Floor Layers -Wood 18.00 Glaziers 17.00 Heating, Air Conditioning & Refrigeration Svc. Tech 21.31 HVAC Mechanic Helper 13.62 HVAC Sheet metal Ductwork Installer 19.30 HVAC Sheet metal Ductwork Installer Helper 13.85 Insulation Workers -Mechanical 12.00 Irrigator -Landscape Certified 13.50 Laborer: Common or General 11.65 Laborer: Mason Tender -Brick 17.00 Laborer: Mason Tender-Cement/Concrete 16.92 Laborer: Roof Tear off 11.09 Roofer 17.44 Painters (Brush, Roller & Spray) 12.00 Paper Hanger 13.00 Pipe Fitters & Steamfitters 24.10 Plaster, Stucco, Lather and EIFS Applicator 17.00 Plumber/Medical Gas Installer 22.83 Plumber Helper 14.20 EXHIBIT B City of Lubbock Heavy and Highway Prevailing Wage Rates Craft Hourly Rate Power Equipment Operator -Tower Crane 30.00 Hydraulic Crane Operators 60 tons & above 32.00 Operator Backhoe/Excavator/Truck hoe 20.25 Bobcat/Skid Steer/Skid Loader 15.22 Drill 16.00 Grader Blade 18.00 Loader 18.00 Mechanic 22.85 Paver (Asphalt, Aggregate, & Concrete) 17.00 Roller 15.00 Reinforcing Iron & Rebar Workers 14.33 Sheet Metal Workers, Excludes HVAC Duct Installation 21.38 Structural Iron & Steel Workers/Metal Building Erector 15.00 Asphalt Distributor Operator 16.50 Asphalt Paving Machine Operator/Spreader Box Operator 18.75 Backhoe Operator 18.00 Cement Mason/Concrete Finishers (Paving Structures) 15.00 Crane Operator (Hydraulic) 25.00 Electrician 17.50 Laborer 13.50 Laborer, Common 15.64 Laborer, Utility 13.50 Crane, Lattice Boom 80 Tons or Less 30.00 Loader/Backhoe Roller/Other 18.00 15.00 Welder Certified/Structural Steel Weld 25.00 EXHIBIT C City of Lubbock Overtime Legal Holiday Prevailing Wage Rates The rate for overtime (in excess of forty hours per week) shall be as required by the Fair Labor Standards Act. The rate for legal holidays shall be as required by the Fair Labor Standards Act. Paae Intentionally Left Blank I I I I m I I I SPECIFICATIONS Page Intentionally Left Blank I I Il I jj LJ 1 City of Lubbock Engineering Minimum Design Standards and Specifications Department of Engineering City of Lubbock, Texas April 30, 2018 r- This document contains general standards and specifications for design work on public 11 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 H April 23, 2018 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 2018 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 2016 edition. The Public Works Engineering Department will be reviewing plans and making comments according to these standards for any proposed infrastructure beginning April 30, 2018. Therefore, any plans received by this department dated on or after April 30, 2018 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, Michael G. Keenum, P.E. Division Director of Engineering / City Engineer City of Lubbock 1625 13" Street Lubbock, Texas 79401 (806) 775-2393 S PU3UC WOUS WATER ENGNEERING DESIGN STANDARDS d SPECIRCAnONS 201"1.01 DRAFMTPOW"NG DOGS STD SPECS ADOP Ia\ LEITERDOCX 2018 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.................................................................................................................... 9 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.........................................................................................................................28 SECTION5....................................................................................................................................... 31 STANDARD SPECIFICATIONS FOR WATER MAIN CONSTRUCTION ................................................ 31 5.01 General...............................................................................................................................31 5.02 Plan Requirements................................................................................................................31 5.03 Plan Approval.......................................................................................................................31 5.04 Inspection...........................................................................................................................31 5.05 Specifications.......................................................................................................................31 5.06 Materials of Construction.......................................................................................................31 5.07 Methods of Construction........................................................................................................40 5.08 Pneumatic Testing for Tapping Sleeves...................................................................................47 5.09 Hydrostatic Pressure Testing..................................................................................................47 5.10 Sterilization and Bacteriological Testing...................................................................................48 2018 Design Standards and Specifications Table of Contents 5.11 Restoration and Clean Up......................................................................................................49 5.12 Warranty and Acceptance......................................................................................................50 SECTION6....................................................................................................................................... 51 STANDARD SPECIFICATIONS FOR SANITARY SEWER MAIN CONSTRUCTION ............................... 51 6.01 General...............................................................................................................................51 6.02 Plan Requirements................................................................................................................51 6.03 Plan Approval.......................................................................................................................51 6.04 Inspection...........................................................................................................................51 6.05 Specifications.......................................................................................................................51 6.06 Materials of Construction.......................................................................................................52 6.07 Methods of Construction........................................................................................................56 6.08 Inspection, Testing, Approval and Acceptance of Gravity Flow Sanitary Sewer Pipe and Manholes .65 6.09 Lift Station...........................................................................................................................71 6.10 Restoration and Clean Up......................................................................................................72 6.11 Warranty and Acceptance......................................................................................................73 SECTION7.......................................................................................................................................75 APPROVED MATERIALS AND MANUFACTURERS LIST..................................................................... 75 7.01 Introduction......................................................................................................................... 75 7.02 Product Submittal Procedures................................................................................................75 7.03 Evaluation Process................................................................................................................76 7.04 Approval Process..................................................................................................................76 7.05 Water System......................................................................................................................78 7.06 Sanitary Sewer System..........................................................................................................85 7.07 Water and Sanitary Sewer Systems........................................................................................90 SECTION8....................................................................................................................................... 93 Standard Specifications for streets and drainage construction...................................................... 93 8.01 General...............................................................................................................................93 8.02 Design Standards.................................................................................................................94 8.03 Testing and Inspection..........................................................................................................95 8.04 Notification of Property Owners..............................................................................................95 8.05 Protection of Utilities and Irrigation Systems............................................................................95 8.06 Water for Construction..........................................................................................................96 8.07 Concrete.............................................................................................................................97 8.08 Subgrade and Base.............................................................................................................105 8.09 Hot Mix Asphalt Concrete Surface(HMAC).............................................................................111 8.10 Micro-Surfacing..................................................................................................................117 8.11 Storm Sewer......................................................................................................................121 8.12 Fences..............................................................................................................................127 8.13 Salvage of Asphalt Paving....................................................................................................127 8.14 Traffic Control....................................................................................................................127 8.15 Prosecution of the Work and Working Days...........................................................................128 8.16 Measurement and Payment.................................................................................................129 8.17 Restoration and Clean Up....................................................................................................132 8.18 Certificate of Completion and Warranty.................................................................................133 SECTION9.....................................................................................................................................135 CHECK LIST FOR STREETS AND DRAINAGE CONSTRUCTION PLANS............................................135 9.01 Plan Submittal Requirements...............................................................................................135 9.02 Plan Details.......................................................................................................................138 SECTION10...................................................................................................................................141 TYPICAL DETAILS OF CONSTRUCTION..........................................................................................141 10.01 General Details...................................................................................................................... A 10.02 Water Details........................................................................................................................ B 10.03 Sewer Details........................................................................................................................ C 10.04 Street and Drainage Details.................................................................................................... D 2018 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 Design Flow 1.02.01 The design of the water distribution system shall be based on the following: A. Design flow for residential use: Peak Hourly Demand mmmmmmw 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: 1- and 2-Family Residential =000 771500-8 Other Than 1- and 2-FamilyResidential 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 2018 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: 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 camp With restrooms; no cafeteria or showers 24 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 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 i 2018 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 at right-of-way lines of the alleys 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. i..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 Bedding 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 2018 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 2018 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 2018 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 Pipe Size and Spacing 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: 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 H H i 2018 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 Flanged 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. 1.13.02 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 2018 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. 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 2018 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 Analysis 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, lacking and Boring 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: <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. 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. 1.18 Dead-end Mains Section 1 9 2018 Design Standards and Specifications Water Standards a 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. FJ f 8 9 10 Section 1 4 6_ 2018 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 two sets of water main construction plans to the City Engineer or designee for review and comment. B. Upon completion of review and receipt of payment for appropriate Plan Review fees, one set shall be returned to the Design Engineer with comments. L Plans requiring resubmittal may require payment of an additional Plan Review fee. C. After comments have been addressed and changes have been made, 7 sets of plans shall be provided for final approval for construction. L If a fire hydrant or fire protection service is specified for installation, 2 additional sets of water plans shall be submitted with the construction sets (9 total). ii. If additional approved plan sets are required by the Design Engineer, the appropriate amount of additional plans shall be provided at this time. iii. If comments have not been addressed on plans submitted for final approval for construction the plans will be rejected and returned to the Design Engineer. D. Upon approval, stamped "Approved for Construction" plans shall be logged into the City's GIS data base and distributed as follows: i. Two (2) sets will be returned to the Engineer. ii. Five (5) sets will be distributed to the City's inspectors and support staff. iii. Where applicable, 2 sets will be delivered to the Fire Marshall's Office. E. The Design Engineer shall notify TCEQ in writing prior to the start of construction. i. A copy of the TCEQ notification letter shall be submitted to the Engineering Department. 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. 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. Section 2 11 2018 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. Reproducible Mylar and digital PDF "Record Drawings" certified by the Design Engineer shall be presented to the Engineering Department 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 reproducible Mylar Record Drawings shall be presented 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 2018 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 24-inch by 36-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) 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 Water Mains (Bold) a. Stationing b. Size c. Length d. Material and Type of Joints e. Location Dimensions f. Fittings I ` Section 2 13 2018 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: ... T:—.. WATER LINE s—s—s SANITARY SEWER LINE GAS LINE G—G—G FOC— FOC FIBER OPTIC CABLE CATV—CATv— CABLE TELEVISION Sw--Svc— STORM WATER LINE UGE— UGE— UNDER GROUND ELECTRIC OHE— OHE OVER HEAD ELECTRIC UGT— UGT— UNDER GROUND TELEPHONE OHT— OHT OVER HEAD TELEPHONE —Ts— TS TRAFFIC SIGNAL LINE 14 Section 2 2018 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 is 2018 Design Standards and Specifications Water Check List I I I I I 16 Section 2 2018 Design Standards and Specifications 9 pe 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 Design 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. B. Minimum flow capacity for sizing of sewers for peak flow conditions shall not be less than the following: 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: MENHININNINUMM Trailer Park — transient 2.5 persons/trailer 50 Mobile Home Park 3 persons/trailer 75 School with cafeteria With showers 20 Without showers 15 Recreational Parks Day Use 5 Overni ht 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 2018 Design Standards and Specifications Sewer Standards 3.03 Hydraulic Design 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 failing in the direction of flow. 3.04 Design 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.) 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 0.15 [0.15 TCEQ] 3.62 18 inch 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: 15 inches or smaller 0-16 Ft. Ei 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 1] 2018 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: 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 L_. 2018 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 Bedding 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: U_ 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 } if 2018 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 t 2018 Design Standards and Specifications l- Sewer Standards I' 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. H' 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 t 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 I-, 2018 Design Standards and Specifications Sewer Standards 3.11 Tunneling, Jacking and Boring 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. t D. Casing pipe thickness shall be: <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 2018 Design Standards and Specifications t Sewer Standards r 24 Section 3 i 2018 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 two sets of sanitary sewer main construction plans to the City Engineer or designee for review and comment. B. Upon completion of review and receipt of payment for appropriate Plan Review fees, one set shall be returned to the Design Engineer with comments. i. Plans requiring resubmittal may require payment of an additional Plan Review fee. C. After comments have been addressed and changes have been made, 7 sets of plans shall be provided for final approval for construction. -- L If additional approved plan sets are required by the Design Engineer, the appropriate amount of additional plans shall be provided at this time. ii. If comments have not been addressed on plans submitted for final approval for construction the plans will be rejected and returned to the Design Engineer. D. Upon approval, stamped "Approved for Construction" plans shall be logged into the City's GIS data base and distributed as follows: i. Two (2) sets will be returned to the Engineer. ii. Five (5) sets will be distributed to the City's inspectors and support staff. E. The Design Engineer shall notify TCEQ in writing prior to the start of construction. L A copy of the TCEQ notification letter shall be submitted to the Engineering Department. 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. L Delays between approval date and construction may require resubmittal of the plans r . 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 2018 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. Reproducible Mylar and digital PDF "Record Drawings", certified by the Design Engineer, shall be presented 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 reproducible Mylar Record Drawings shall be presented 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 r system has been accepted. i. iii. A Certificate of Acceptance of Utility Construction shall not be issued until Record Drawings are provided to the Water Utilities Department. t 26 Section 4 f t 2018 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. Section 4 27 2018 Design Standards and Specifications Sewer Check List 4.02 Plan Details 4.02.01 Plan Format A. Standard drawing size shall be 24-inch by 36-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." :SET' L 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 L Location Control Dimensions j. Manhole Stub -Outs k. Proposed Future Extensions I. Proposed Service Connections or Stub -Ins m. Standard Bedding Cross -Section n. Proposed Concrete Encasement 28 Section 4 1 2018 Design Standards and Specifications Sewer Check List o. Proposed Cut -Off Walls vii. Existing Utility Lines (Gray) with Location and Depth According to the Following Standard: • WATER LINE W W s—s—s SANITARY SEWER LINE G—C—G GAS LINE FOC— FOc FIBER OPTIC CABLE CATV—CATV— CABLE TELEVISION SW—Sw STORM WATER LINE UGE— UGE— UNDER GROUND ELECTRIC OHE— OHE— OVER HEAD ELECTRIC UGT— UGT— UNDER GROUND 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 Section 4 29 2018 Design Standards and Specifications Sewer Check List iM I fli I I I I 30 Section 4 f 2018 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 Requirements 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 LubbocWs 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, 2 C906 High Density Polyethylene (HDPE), Cement -lined Ductile Iron, C301 Prestressed - I—: Section 5 31 2018 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. 32 Section 5 i_� 2018 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 _r 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 33 2018 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. i 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. i ii. Valve shall open by turning to the left (counter -clockwise). 11 iii. Valves shall be designed for positive stop in the closed position. 34 Section 5 2018 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 AMA 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. 1. 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 35 2018 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. ' i i� 36 Section 5 2018 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 816.1 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 37 2018 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 2400t 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. 5.06.15 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. L 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. 38 Section 5 2018 Design Standards and Specifications Water Specifications C. Concrete shall be made with Portland cement which conforms to "Standard Specifications and Test 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. 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. E. 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. F. 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 "Specifications for Billet -Steel Bars for Concrete Reinforcement", ASTM A15, A16 or A305, grade 40 or grade 50. i. Wire mesh shall be woven or electrically welded, cold -drawn mild steel wire fabric. ii. 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. I. 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. 5.06.16 Bedding, Embedment and Backfill A. Water Pipe 12-inch diameter and smaller Section 5 39 2018 Design Standards and Specifications Water Specifications 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: 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 existing paved streets shall be backfilled with flowable fill from the top of the embedment material to the paving surface, as specified in City of Lubbock Ordinance. 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. 40 Section 5 1_1 2018 Design Standards and Specifications Water Specifications 5.07.02 Quality Standards ASTM D698 Standard Test Methods for Laboratory Compaction 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 Pipe 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. t_ Section 5 41 2018 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. 42 Section 5 2018 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 43 2018 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. 3. 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. L 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. L 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 L 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 44 Section 5 2018 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 45 2018 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. 46 Section 5 2018 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 Testing for Tapping 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 47 2018 Design Standards and Specifications Water Specifications i. 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: e L _ ND,I P ar 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 11, 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. A. 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. 1A B. Sterilization Procedure i. Contractor shall verify that all valves adjacent to test section are closed. 4 a. Valves shall be operated in accordance with the current City of Lubbock valve operating procedures. ii. Lines shall be sterilized by the application of an approved chlorinating agent. t_ 48 Section 5 2018 Design Standards and Specifications Water Specifications iii. Chlorinating agent may be liquid chlorine, liquid chlorine gas -water mixture, 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. iv. 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. v. 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. vi. Water being used to fill the line shall be controlled to flow into the section to be sterilized very slowly. vii. Rate of application of the chlorinating agent shall be at least 50 parts per million. viii. Chlorinated water shall be retained in the pipe lines for a period of not less than 24 hours. C. Testing/Sampling Procedure i. 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. ii. 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. D. 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. All flushing must conform with the City of Lubbock Storm Water Permit and SWP3 Best Practices. 5.11 Restoration and Clean U 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. 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. Section 5 49 2018 Design Standards and Specifications Water Specifications _3 5.12 Warranty 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. 50 Section 5 i a 2018 Design Standards and Specifications 9 p 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 Inspection 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 51 i.. 2018 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 t 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. 52 Section 6 2018 Design Standards and Specifications Sewer Specifications F. Ductile Iron Pipe L 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 "D" 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 Wail 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: 9 ASTM C-33 S1'4 �4 3t ' ie E i }N ONNEM Aggregates ASTM C-150 Cement ASTM C-39 Sampling Specimens ASTM C-185 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. iii. Coarse aggregate shall consist of 95% crushed limestone. Section 6 53 2018 Design Standards and Specifications Sewer Specifications 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. L The concrete shall be of such consistency that it will flow without separation of the f t aggregates. B. Concrete mix shall be based on the water -cement ratio, and shall be as follows for the different applications: 54 Section 6 t� 2018 Design Standards and Specifications r 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 and Test 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. E. 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 "Specifications for Billet -Steel Bars for Concrete Reinforcement", ASTM A15, A16, A82, A185, A305, A615, or A706 grades 40, 50, or 60. i. Wire mesh shall be woven or electrically welded, cold -drawn mild steel wire fabric. ii. 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 55 2018 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. J. 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. ii. Embedment material shall be crushed stone with irregular surfaces and comply with the following gradation requirements: 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 existing paved streets shall be backfilled with compacted native material or flowable fill from the top of the embedment material to the paving surface as specified in the current City of Lubbock Streets Ordinance. ii. Alternatively, flowable fill can be used for full depth backfill in all utility ditches within the right-of-way. iii. 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. 56 Section 6 J 2018 Design Standards and Specifications Sewer Specifications 6.07.02 Quality Standards ASTM D698 Standard Test Methods for Laboratory Compaction Characteristics of Soil Using Standard Effort ASTM A746 ANSI Ductile Iron Gravity Sewer Pipe AWWA C600 (ANSI) Installation of Ductile Iron Mains and Their Appurtenances AWWA M23 Polyvinyl Chloride PVC Pipe Design and Installation UNI B 5 Recommended Practice for Polyvinyl Chloride (PVC) 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. 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. 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. 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 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 57 2018 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. 58 Section 6 2018 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. 1 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 If Section 6 59 2018 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: 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 r 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. 1� 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 60 Section 6 2018 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. 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. v. 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. F. Pipe shall be laid so that the pipe label is facing up. G. Pipe shall be jointed per manufacturer's requirements. Section 6 61 2018 Design Standards and Specifications Sewer Specifications r-' 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. L 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 L 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 L 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. iv. A minimum of 12" flow fill cap under paving will be required with a minimum of 18" under thoroughfare paving. v. Flowable fill may be substituted for compacted backfill 62 Section 6 t_; 2018 Design Standards and Specifications R Sewer Specifications 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. 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. D. 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. E. 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. F. Manhole Barrels 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. Section 6 63 2018 Design Standards and Specifications Sewer Specifications 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. G. 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. H. 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. I. 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. J. 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. K. 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. L. 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 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. M. Backfilling Around Manholes 64 Section 6 2018 Design Standards and Specifications r Sewer Specifications 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. N. 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. 6.08.02 Quality Standards A. The latest published revision of: ASTM C969 Infiltration and ExfiItration 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 Section 6 65 2018 Design Standards and Specifications Sewer Specifications ASTM '1244 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. 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. 8 L 66 Section 6 i 2018 Design Standards and Specifications Sewer Specifications 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. vi. Time shall not be less than that outlined in the following table: MINEMENEEM 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. Section 6 67 2018 Design Standards and Specifications Sewer Specifications x. Contractor shall repeat the low-pressure air test after repairs are made until an acceptable pressure drop for the test is attained. A. 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. 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. B. 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. 68 Section 6 i 2018 Design Standards and Specifications 9 P Sewer Specifications 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). B. 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. 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. 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. ' Section 6 69 2018 Design Standards and Specifications Sewer Specifications 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 eAltration 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. 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. in 70 Section 6 r �' S 2018 Design Standards and Specifications Sewer Specifications 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. 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. Section 6 71 2018 Design Standards and Specifications Sewer Specifications 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 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 01 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. 72 Section 6 4 t t l 2018 Design Standards and Specifications Sewer Specifications 6.11 Warranty 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 73 _d 2018 Design Standards and Specifications Sewer Specifications 74 Section 6 2018 Design Standards and Specifications 9 p 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 75 2018 Design Standards and Specifications Approved Materials List fi 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: L 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 L 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 76 Section 7 2018 Design Standards and Specifications 9 p 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. 1 1, Section 7 77 - 2018 Design Standards and Specifications Approved Materials List 7.05 Water System 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 78 Section 7 ` 2018 Design Standards and Specifications 9 p 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 vii. United 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 79 2018 Design Standards and Specifications Approved Materials List iii. Clow Medallion iv. Mueller Centurion v. M & H Style 129-09 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 80 Section 7 2018 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); 1-inch only 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 b. NuMex PE 4710 c. Rehau — Municipex PEXa d. Silverline — Sil-O-Flex PE 3408 or 4710 e. Ultraline — Driscoplex 5100 Series PE 4710 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 81 2018 Design Standardsand Specifications Approved Materials List 7.05.13 Tapping Sleeves [� A. Stainless Steel Sleeves with Stainless Steel or Carbon Steel Flange B. Epoxy vvK� st�|nh�aat��| bolts and nuts �' ' �-] C. Manufacturers i. Ford FAST ii. ]CMIndustries #469 u� iii. Smith Blair #G62 W. ROMAC#SST U v' PowerSea| Pipeline Products —' 7.05.14 Resilient Seat Wedge Tapping Valves K � A. AVVVVAC5D9 ~~ B. Manufacturers: i. American ii. Clow iii' E]lVV � | iv. Mueller ^� v. M & H vi. U. S. Pipe U | 7.05.15 Water Meter Boxes and Vaults A. Manufacturers 0 i' Hi -Density Polyethylene Plastic Box a. Carson Industries Model 23DO ii. Heavy Duty HS-2ORated K� a. E]IVV b. <]|d Castle � | Lj 7.05.16 Double Check, Double Detector Check and Reduced Pressure Principle Devices A. American Society ofSanitary Engineering Sea[ Approval | | W B. Call City of Lubbock backflow coordinator at (806) 775-2589 for specific applications. C. Manufacturers i. Ames ii. Rebco |ii. Watts || |v. Wilkins 7.05.17 BackOmwPreventerBox | | [] A. Polyester orAluminum Enclosure, Heated and Insulated ASSE 1060 B. Manufacturers i. EZBox Model HEZ ii' Hot Box |\ 82 Section 7 2018 Design Standards and Specifications Approved Materials List 7.05.18 Air Release Valves A. Manufacturers L APCO ii. ARI iii. Crespin 7.05.19 Flushing Hydrants A. Manufacturers i. Kupferle 7.05.20 Sampling Stations A. Manufacturers L 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 „_l iv. Sigma v. Smith -Blair vi. Star Pipe Products, Inc. vii. Tyler Union viii. AccuCast 7.05.23 Casing Spacers A. Manufacturers L 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 83 2018 Design Standards and Specifications Approved Materials List ii. Vaughn Concrete Products 7.05.25 Waterline Marker i. Manufacturers a. Blackburn b. Carsonite International 84 Section 7 2018 Design Standards and Specifications Approved Materials List 7.06 Sanitary Sewer System 7.06.01 Gravity Sewer Pipe A. Polyvinyl Chloride (PVC) Pipe L 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) L ASTM F714 ii. Manufacturers a. Chevron b. ]M Eagle c. Plexco D. Ductile Iron (DIP) L 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 L 12-inch thru 30-inch: ASTM F2736 I " Section 7 85 f__ 2018 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 is a U U 86 Section 7 i_s I Section 7 2018 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 0-ring specified above) A. Manufacturers i. Ram Nek ii. ConSeal CS 102 7.06.10 Manhole Joint Sealers A. Butyl Mastic 87 2018 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 88 Section 7 2018 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 89 2018 Design Standards and Specifications Approved Materials List 7.07 Water and Sanitary Sewer Systems 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 90 Section 7 t f 7.08 Street Construction Section 7 7.08.01 Detectable warning surface for handicap ramps A. Manufactures 1. StronGo Industries — Tek Way Dome Tiles 2018 Design Standards and Specifications Approved Materials List 91 2018 Design Standards and Specifications Approved Materials List 92 Section 7 2018 Design Standards and Specifications -. Streets and Drainage Check List 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 9 93 2018 Design Standards and Specifications Streets and Drainage Check List 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: 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: 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: Residential 2 Collector 1 Thoroughfare 0.5 94 Section 9 2018 Design Standards and Specifications Streets and Drainage Check List 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 Testing 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 9 95 _, 2018 Design Standards and Specifications Streets and Drainage Check List A. The contractor shall comply with all laws, ordinances, and regulations with respect to utility f notification and protection, including Underground Facility Damage Prevention Notification Centers. B. 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. 8.06 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 r_i fire hydrant and will be charged the applicable rate for the quantity of water used. B. 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. B. 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. B. 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. 96 Section 9 2018 Design Standards and Specifications Streets and Drainage Check List 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 3 percent, air entrainment in conformance with ASTM C260. 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. 8.07.02 Classification A. The following City of Lubbock classes of concrete shall be used: A Curb and gutter, sidewalks, curb ramps, drainage channels, medians, inlet boxes headwalls 'unction 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, other special design. 8.07.03 Thickness of Concrete Pavement A. The following City of Lubbock minimum concrete pavement thickness shall be used: Residential R-1 R-1 R-2 6" Collector (C-1/Industrial) 7" Thoroughfare 8" 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. Section 9 97 2018 Design Standards and Specifications Streets and Drainage Check List 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 compression tests in conformance with ASTM C 39 and/or flexural 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: 98 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 forspecific cure time and strength. i. New mix designs shall be submitted annually, or when material properties or sources change. 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: Section 9 2018 Design Standards and Specifications 9 P E Streets and Drainage Check List B. When cores are subsequently used to prove compressive strength where test cylinders indicate failures, the cores shall be tested in accordance with ACI C42. In such cases, the required compressive strength shall be increased by 10 percent. 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. 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: 111019MINNENOM 3 8" Sieve 100 No. 4 Sieve 95-100 No. 8 Sieve 80-100 No. 16 Sieve 50-85 No. 30 Sieve 25-65 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: 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. Section 9 99 f_ 2018 Design Standards and Specifications Streets and Drainage Check List F. Aggregate shall comply with the following limits: Deleterious Material Iffiffialwaffiffimmum 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 (120 Ibs) per cubic yard. B. Flowable fill may be used for backfill in all utility ditches within the right of way, and other areas as specified. C. Flowable fill used for repair of utility ditches in existing paved streets shall be placed from the top of the utility line to the bottom of the paving surface. Use of concrete in place of fiowable fill is not acceptable, and if used in place of fiowable 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 applied to the concrete mix design when approved by the Engineer to achieve any desired special properties. Chemical admixtures shall conform to ASTM C494. Chemical admixtures shall not be used as a substitute for Cement. B. Mineral admixtures such as Class C Ash and Natural Pozzolans in conformance with ASTM C618 may be used with Types I, II, and III Portland Cement. C. When fly ash is permitted to be used, "cement" in relation to mix design shall be defined as "cement plus fly ash`. i. Fly ash may constitute a maximum of 30 percent by weight of the cement. D. 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. In 100 Section 9 H 2018 Design Standards and Specifications Streets and Drainage Check List 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 either #4 deformed bars 12 inches on center both ways or 6-inch x 6-inch - 6 gauge welded wire fabric. 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. Wire mesh shall conform to ASTM A185, 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 and ASTM A305. 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. c. Fiber calculations must be done in accordance with ACI standards. d. The physical characteristics on the fiber shall be as follows: MEMEMINIMEM Specific Gravity 0.91 Tensile Strength 70,000 psi to 110,000 psi Length 3 4 inch 8.07.13 Joints Section 9 101 2018 Design Standards and Specifications Streets and Drainage Check List 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. 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. L 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. 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. 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. 102 Section 9 I f 2018 Design Standards and Specifications Streets and Drainage Check List 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 painted 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. 8.07.15 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. 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. Section 9 103 2018 Design Standards and Specifications Streets and Drainage Check List B. Removal of face forms and finishing of curb and gutter shall be started only after a partial set occurs. L 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 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. L 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 T-1 or T-2 thoroughfare 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. 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 104 Section 9 2018 Design Standards and Specifications Streets and Drainage Check List 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 37-2. 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. i 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. 37-3. 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. C. Subgrade material shall be suitable for forming a stable embankment and shall meet the following requirements: Liquid Limit NIMBI Max 45 Max 45 PlasticityIndex 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. Section 9 105 s- I, 2018 Design Standards and Specifications i Streets and Drainage Check List 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. f 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. 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. 106 Section 9 s t. 2018 Design Standards and Specifications Streets and Drainage Check List 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. After a stockpile is completed the contractor shall not add material to that stockpile. y iii. 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 i. Flexible base material shall conform to the following requirements: a. Sieve Analysis 1-3 4" Sieve INNNIMM 100 7 8" Sieve 65-90 3 8" Sieve 50-70 No. 4 Sieve 45-55 No. 40 Sieve 15-30 b. Atterberg Limits (1) Material passing the No. 40 Sieve shall be known as "Soil Binder" and shall meet the following requirements: Liquid Limit Max 35 Plasticity Index Min 3• Max 15 c. Wet Bail 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. Section 9 107 2018 Design Standards and Specifications Streets and Drainage Check List 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. 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. 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. 108 Section 9 4 {€ { ' 2018 Design Standards and Specifications 9 � r Streets and Drainage Check List 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. L 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. ii. The aggregate mixture shall conform to the following master gradation: 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: 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. f Section 9 109 L_a 2018 Design Standards and Specifications Streets and Drainage Check List 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 3 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 reported by the Texas Tech University Mesonet sites in Lubbock, less than 50 degrees F ambient or 60 degrees surface temperature. vi. ASB shall be placed at a temperature between 265 and 325 degrees F. vii. Any ASB material that is above or below the specified temperature range, measured while passing through the lay down machine, shall be rejected by the Engineer. 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. F. 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. H 110 Section 9 .i i 3 i. � 2018 Design Standards and Specifications Streets and Drainage Check List 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). 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 600' block or one set of cores per day, whichever is more, 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. Section 9 111 1 i 2018 Design Standards and Specifications Streets and Drainage Check List 8.09.05 Thickness of HMAC Surfaces A. HMAC thickness shall be a minimum of 2 inches, or as indicated on the plans. i. 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. 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: IN Passing I'l ' ' - ' '' ''' ''' 3 4" Sieve EMMIM 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: Passing 1 2" Sieve 98-100 Passing 3 8" Sieve 85-100 Passinq 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. 112 Section 9 ' 2018 Design Standards and Specifications Streets and Drainage Check List 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. 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: 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. Section 9 113 2018 Design Standards and Specifications Streets and Drainage Check List 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. 8.09.07 HMAC Placement A. Prior to production beginning, contractor must submit in writing a job mix formula (IMF) for the mix design proposed to be run on that project. The IMF 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 TOOT 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: 114 Section 9 is 9 2018 Design Standards and Specifications -. Streets and Drainage Check List a. November 1 to April 1 (1) HMAC shall not be placed when the air temperature is below 55 degrees F and falling. (2) HMAC may be placed when the air temperature is above 50 degrees F and rising. b. April 1 to November 1 (1) HMAC shall not be placed when the air temperature is below 50 degrees F and falling. (2) HMAC may be placed when the air temperature is above 45 degrees and rising. v. Surface of roadway must be 60 degrees or higher prior to placing HMAC pavement, as determined in the field. vi. Air temperature shall be determined by the Texas Tech University Mesonet sites in Lubbock. 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. 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 everyload. x. A level up course 1/2 inch to 1 inch in thickness shall require the use of Type D HMAC. A. A level up course greater than 1 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 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. xv. 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. xvi. 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. xvii.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. Section 9 115 2018 Design Standards and Specifications Streets and Drainage Check List 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. D. HMAC Compaction i. HMAC surfaces shall be constructed to the following compacted thickness: 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 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. A. 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 T-1 or T-2 thoroughfare paving is noticeably uneven the City may require measurement of the ride quality using the TOOT 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. 116 Section 9 2018 Design Standards and Specifications - Streets and Drainage Check List 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. 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. B. 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. B. 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-Surfaci 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 Section 9 117 2018 Design Standards and Specifications Streets and Drainage Check List A. All materials that are to be stockpiled shall be protected from dust and other contamination. B. 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 TxDOT Item # 300.2.D "Emulsified Asphalt". E. Aggregate L 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. iv. Aggregate shall meet the following gradation requirements: 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. 118 Section 9 H 2018 Design Standards and Specifications -- Streets and Drainage Check List 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. 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. Section 9 119 2018 Design Standards and Specifications Streets and Drainage Check List 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. 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 Hil 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 r , 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. 120 Section 9 =EEj 3 t 2018 Design Standards and Specifications Streets and Drainage Check List 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:OOpm to 7:OOam (Night) ii. Residential Areas: 7:OOam to 7:OOpm (Day) C. On major thoroughfares the micro -surfacing pavement shall be traffic ready by 7:OOam, including all traffic control devices and barricades being removed from the roadway. 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. 1- I=Ti 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. Section 9 121 �r 2018 Design Standards and Specifications Streets and Drainage Check List D. Manholes, Frames, and Covers L 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: ASTM C33 HIMENINNEW Aggregates ASTM C150 Cement ASTM C39 Sampling Specimens ASTM C185 Reinforcing ASTM C144 Sand and Mortar 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. 122 Section 9 2018 Design Standards and Specifications Streets and Drainage Check List 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. 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 Section 9 123 2018 Design Standards and Specifications Streets and Drainage Check List 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. a. Trenches shall conform to the following dimensions, unless otherwise shown on the Plans: 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 L Contractor shall provide the appropriate tools and methods to insure installation of the pipe to line and grade, as shown on the drawings. r 124 Section 9 1 2018 Design Standards and Specifications 9 P Streets and Drainage Check List 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. 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. A. Mortar that is not used within 45 minutes after water has been added shall be A. uiscar ded. 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. Section 9 125 2018 Design Standards and Specifications Streets and Drainage Check List 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 aowable 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. 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: 126 Section 9 2018 Design Standards and Specifications Streets and Drainage Check List 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. 8.13 Salvage of Asphalt Paving 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. Section 9 127 _.__ 2018 Design Standards and Specifications Streets and Drainage Check List 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. 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. 128 Section 9 ' 2018 Design Standards and Specifications 9 p Streets and Drainage Check List 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. 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 Payment 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. 1 Section 9 129 2018 Design Standards and Specifications Streets and Drainage Check List 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. ril 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. 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. li B. Measurement will be made of the linear feet of retaining wall actually constructed. LA C. Retaining wall will be paid for at the unit price bid per linear foot. 130 Section 9 2018 Design Standards and Specifications 9 p - Streets and Drainage Check List 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. 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 (120 Ibs) Flowable Fill A. Quantities of 1-1/2 sack (120 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 lbs) 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. Section 9 131 2018 Design Standards and Specifications Streets and Drainage Check List 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. 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. B. 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 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. 132 Section 9 H 9 2018 Design Standards and Specifications Streets and Drainage Check List 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). 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 2 years from the date of acceptance by the City of Lubbock. Section 9 133 2018 Design Standards and Specifications Streets and Drainage Check List I I I I - -1 134 Section 9 2018 Design Standards and Specifications 9 p Streets and Drainage Check List SECTION 9 CHECK LIST FOR STREETS AND DRAINAGE CONSTRUCTION PLANS 9.01 Plan Submittal Requirements 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 two sets of construction plans to the City Engineer for review and comment. B. Upon completion of review, one set shall be returned to the Design Engineer with comments. i. Plans requiring resubmittal may require payment of an additional Plan Review fee. C. After comments have been addressed and changes have been made, 6 sets of plans shall be provided for final approval for construction. i. If additional approved plan sets are required by the Design Engineer, the appropriate amount shall be provided at this time. ii. If comments have not been addressed on plans submitted for final approval for construction the plans will be rejected and returned to the Design Engineer. D. Upon approval, stamped "Approved for Construction" plans shall be distributed as follows: i. One (1) set will be secured in the City's records. ii. Three (3) sets will be distributed to the City's inspectors and support staff. iii. Two (2) sets will be provided to the Design Engineer. iv. Where applicable, additional sets will be provided to the Design Engineer. E. Final construction plans should not be submitted for Engineering Department approval for work that will not be installed within 1 year of the approval date. L 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. D. Inspection and Testing Fees in the appropriate amount of the final Cost Estimate amount (minimum $125) shall be submitted prior to construction. Section 9 135 2018 Design Standards and Specifications Streets and Drainage Check List E. Inspection and Testing Fees shall be based on the following requirements: Up to $20,000 4.0 Room 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. Reproducible Mylar "Record Drawings", certified by the Design Engineer and the City of Lubbock Engineering Department, shall be presented 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 reproducible Mylar 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 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) 111 136 Section 9 1 2018 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 9 137 ti__ 2018 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 24-inch by 36-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." 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 138 Section 9 2018 Design Standards and Specifications Streets and Drainage Check List E. Overall Layout Sheet — As Required i. Scale 1 "=100' ii. Lot Lines iii. Streets and Street Names Section 9 139 2018 Design Standards and Specifications Streets and Drainage Check List I r ri I I 140 Section 9 I° Design Standards and Specifications c Construction Details SECTION 10 TYPICAL DETAILS OF CONSTRUCTION Section 10 A Design Standards and Specifications Construction Details P 11 I I I I I Ij 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' TYPICAL LOT 5' 5' WATER LINE WATER GAS LINE SEWER LINE TYPI& LOT 1( T 6" s UTILITY III POLE FINISHED 3 2a fV ( � V � BURIEDE " Z T.V+ . CABL SERVICE BURIED HOUSE GAS MAIN • NTS CABLE WATER MAIN 10, 7' S" s' 3-9- 2- UTILITY hl POLE m I� I HOUSE BURIED SERVICE ATBcT CABLE = CONCRETE PAD c OVER BURIED ELECTRIC CONDUIT I `uR"D ELECTRICAL 2 4� BURIED ELECTRICAL 9' MINIMUM MAIN CABLE CABLE 2' L REVISED TYPICAL LOCATIONS City of MAY 2014 FOR UTILITIES IN ALLEYS LUbbo6k DRAWING NUMBER TEXAS G_1 COMPROMISED SOIL DUE TO MOISTURE FROM A WATER LEAK OR RAIN EVENT COVER PIPE SPRINGLINE ZONE NOTES: ORIGINAL EXCAVATED TRENCH WIDTH OVEREXCAVATED FOR COMPACTION WIDTH 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. TRENCH CROSS-SECTION SHOWING TERMINOLOGY FINISHED GRADE SURFACE City of Lubbock TEXAS FINAL BACKFILL INITIAL r BACKFILL o w m w w a a I:/��L`L�l.11iC BEDDING FOUNDATION (MAY NOT BE REQUIRED) REVISED DEC. 2015 DRAWING NUMBER G-2 Design Standards and Specifications Construction Details is 10.02 Water Details m 8 H H Section 10 B 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 T .:_ . City Of Lubboc TEXAS 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 PLUG W/ EARS TYPICAL 2,500 PSI CONCRETE CUT & PLUG N.T.S. CONCRETE THRUST '> BLOCK I TEE I ANCHORAGE FOR TEE 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 CONCRETE THRUST BLOCKING CAP OR PLUG ON PRESSURE SIDE CONCRETE THRUST---- -•-, a -- - BLOCK -- - ANCHORAGE FOR PLUG N.T.S. THRUST BLOCK SIZING CHART DIA. INCH TEES CROSS & PLUGS CF 4 3 6 6 8 15 10 27 12 37 16 53 18 64 20 77 24 104 30 149 THRUST BLOCK SIZING CHART DIA. INCHE 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 City of DEC. 2012 Lubbock DRAWING NUMBER TEXAS W-2 THRUSTBLOCK THRUSTBLOCK STUNG CHART SIZING CHART DIA 1.250 DIA 0 INCHES OF INCHES CF 4 1 4 1 6 1 6 1 CONCRETE 0 2 CONCRETE 0 3 51 THRUST i2 3 i THRUST 12 8 BLOCK BLOCK 16 4 I 16 11 -- 18 4 - -- 18 13 0 5 20 16 11.25° BEND 24 7 22.5° BEND 21 30 10 30 1 30 ANCHORAGE FOR A 11.250 BEND ANCHORAGE FOR A 22.50 BEND N.T.S. N.T.S. CONCRETE THRUST - - - BLOCK 45° BEND ANCHORAGE FOR A 450 BEND THRUST SIZING BLOCK CHART 450 CF 1 2 7 15 21 25 30 40 58 DIX INCHES 4 6 10 12 16 18 20 24 30 N.T.S. CONCRETE THRUST BLOCK ; NO. 3 BARS EACH WAY VERTICAL BEND N.T.S. 90° BEND ANCHORAGE FOR A 90° BEND N.T.S. THRUSTBLOCK SIZING CHART DI& 900 CONCRETE INCHES OF THRUST 4 2 BLOCK 6 4 8 9 10 17 12 27 16 38 18 46 20 55 24 74 30 1 66 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 81 PIPE MANUFACTURER SPECIFICATIONS REVISED CONCRETE City of DEC. 2012 THRUST BLOCKING Lubbock DRAWING NUMBER TEXAS W_3 W A CARSONITE MARKER TOP OF METER BOX 0"-2" T ABOVE GROUND LEVEL E R FINISHED GRADE 16" 14 9/16 "O.D. 12 1/2 CARSON INDUSTRIES MODEL 2200 2" �I "I.D. 18 i/4 4" PLASTIC KEY OPERATED DALLAS LOCK 22 1/2 "I.D. 24 3/8 "O.D. NOTES: 1. THE METER & CUSTOMER SERVICE DEPARTMENT OF WATER UTILITIES IS RESPONSIBLE FOR ESTABLISHING THE STANDARD AS INDICATED ON THIS DRAWING. 2. ALL WATER METER BOXES ARE TO BE SET NO LOWER THAN THE SURROUNDING TERRAIN. THE RECOMMENDED GRADE IS TO SET THE TOP OF THE WATER METER BOX NO HIGHER THAN TWO INCHES ABOVE GROUND LEVEL. THIS PREVENTS THE METER BOX FROM BEING COVERED UP AND STOPS DIRT AND RAIN FROM ENTERING THE BOX. 3. THE METER IN THE BOX SHOULD BE NO LOWER THAN 16 INCHES FROM THE BOTTOM OF THE METER BOX LID TO THE TOP OF THE WATER METER LID. THIS ALLOWS PROPER READING OF THE METER AND PREVENTS THE METER AND CURB STOPS FROM FREEZING DURING COLD WEATHER. 4. CARSONITE MARKERS SHALL BE REgD. FOR WATER UTILITIES. TYPICAL NON -TRAFFIC City of RATED METER BOX Lubbock TEXAS 12 3/16 "O.D. 11 1/16 "DIA. REMED DEC. 2015 DRAWING NUMBER W-4 TYPICAL 2,500 PSI CONCRETE THRUST BLOCK < G G. G 450 G I 45° TYPICAL TAPPING l i SLEEVE 4 I 4 (yam I EXISTING MAIN RETAINER GLANDS TAPPING VALVE NOTES: t� 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 Lubbock TEXAS REVISED DEC. 2012 DRAWING NUMBER W-5 900 BEND METER BYPASS SERVICE LINE GATE VALVE TYPICAL VALVE BOX & COVER 900 BEND NOTE: 1. ALTERNATIVELY, METER BYPASS SERVICE LINE AND GATE VALVE CAN BE LOCATED INSIDE METER VAULT. TYPICAL LARGE City of DOMESTIC METER TAP Lubbock TEXAS REVISED DEC. 2012 DRAWING NUMBER W-6 TYPICAL FIRE - HYDRANT LlTYPICAL VALVE BOX AND COVER WITH CONCRETE COLLAR PROPOSED FINISHED GRADE SURFACE 6" C-900 PVC RISER 6" GATE VALVE 4' MIN COVER TYPICAL 2,500 PSI VALVE BLOCKING SOLE -PURPOSE FIRE HYDRANT LINE 6" OUTLET M.J. X FLG. OR ANCHOR TEE (OPTIONAL) WITH M.I. X M.J. VALVE NOTES: VARIES BACK OF CURB OR (SEE NOTE #1) EDGE OF PAVEMENT IN 18" iAX CONC. CURB DO NOT BLOCK DRAIN TYPICAL 2,500 PSI CONCRETE THRUST BLOCK f •'•i•y •• • i 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 3' MINIMUM CLEARANCE TO ANY OBSTRUCTION. 2. 4" STEAMER NOZZLE SHALL FACE FIRE LANE OR STREET ACCESS 3. FIRE LINE PIPING SHALL BE SAME MATERIAL AS MAIN OR MINIMUM C900 PVC DR18 CLASS PIPE AND HAVE RESTRAINED JOINT FITTINGS FROM WATER MAIN TO FIRE HYDRANT. LENGTH SHALL NOT EXCEED 150'. 4. FOR BURY DEPTHS GREATER THAN 5', ONE BARREL EXTENSION NOT EXCEEDING TIN 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. -f / TYPICAL BLUE RAISED PAVEMENT MARKER PLACED AT CENTERLINE OF ROADWAY REVISED TYPICAL FIRE HYDRANT City Of MAY 2015 Lubbock DRAWING NUMBER TEXAS W_7 MATCH PAVING THICKNESS MIN. 6" p p e• 4 4 NO. 4 BARS EACH WAY -III-III-III I i II -III -III -III i -III-I I !-III-I I -III -III -III � ! �- TYPICAL VALVE BOX AND COVER FINISHED GRADE SURFACE H.M.A.C. PAVEMENT - CONCRETE COLLAR (NOT REQUIRED IN tO CONCRETE PAVEMENT) a W � a 6" PVC C900 RISER PIPE TYPICAL - TYPICAL GATE VALVE TRACER WIRE I - -- - - - - - - -� ---- WATER MAIN - -- o a d _ _I 6 E J BEDDING & _-III III 18" X 8" X 6" MIN 2,500 PSI CONCRETE EMBEDMENT (—III—_III— BLOCK UNDER BODY OF BURIED VALVES —III—III—III—III—� � �— --{ 2' SQUARE VALVE COVER SHALL BE STAMPED "WATER VALVE" NOTES: 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 VALVE BOX AND COVER CONCRETE COLLAR (NOT REQUIRED IN CONCRETE PAVEMENT) -..- ----- NO.4 BARS EACH WAY ORIENT SQUARE PARALLEL OR PERPENDICULAR TO SREET OR CURB T City Of Lubboc TEXAS REVISED DEC. 2015 DRAWING NUMBER W-8 TYPICAL MANHOLE FRAME AND COVER CENTERED OVER OPERATING NUT 9 TYPICAL 2,500 PSI - CONCRETE (I HORIZANTAL GATE VALVE IN VAULT Lubbock TEXAS NO. 5 BARS 10" O.C. VERT NO. 5 BARS 8" O.C. HORZ. FINISHED GRADE REMED DEC. 2012 DRAWING NUMBER W-9 UP 3'-( ABOVE GRO I 4" D.I. PIPE "GOOSENECK" WITH WIRE BUG SCREEN TYPICAL MANHOLE FRAME & COVER IFACE 6 A LIP M!l! #6 BARS 6" 11 O.C. EA. WAY L4 [F , FLANGED m-- IVA �-'2- GATE VALVE #5 VERT. INNER 6'MIN. LIT-i- REVISED AIR & VACUUM City of DEC. 2012 RELIEF VALVES Lubbock DRAWING NUMBER TEXAS W-10 CONCRETE ROCK CONCRETE VALVE BOX Lubbock TEXAS REVISED DEC. 2012 DRAWING NUMBER W-11 CONCRETE O.C.�EACH WAY REMED BUTTERFLY VALVE City of DEC. 2012 IN VAULT Lubbock DRAWING NUMBER Texas W-12 A rRSONITE MARKER 2" T GROUND SURFACE R I ! FOR HDPE OR PEX-A USE 24" MIN 14" MI 16" ��UFRCTRAFFICRARATEDEEOR NON APPROVED THREAD - X SLIP FITTING 4' TYP. CORPORATION STOP CURB STOP 450 FOR HDPE OR PEX-A USE APPROVED WATER MAI + THREAD X SLIP FITTING TAPPING SADDLE PPER OR APPROVED HDPE PEX-A 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 LubbOty Ck TEXAS REVISED DEC. 2015 DRAWING NUMBER W-15 MARKER 2" GROUND SURFACE 24" MIN 14' MI SQUARE TRAFFIC RATED / OR NON TRAFFIC RATED METER BOX 4' TYP. CORPORATION STOP CURB STOP 450 RPORATION STOP WATER MAI TAPPING SADDLE PPER SERVICE TUBING ► 11143 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. TYPICAL 1 1/211, OR 2" WATER SERVICE DETAIL Lu City of tbbo6k TEXAS REVISED DEC. 2015 DRAWING NUMBER W-16 T/nr!`IU rn nnT�i/` CI GL1/G 1.r Nd ra 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 Lubbock TEXAS REVISED DEC. 2015 DRAWING NUMBER W-17 t w Design Standards and Specifications Construction Details 10.03 Sewer Details i, Section 10 C ,._...... ........ .,. ,...., ,....�....�..,,,.,� .�,.,. ,��.....�. ,� y ....,.,..,,wW .„.,��„,amp .n, w..��-.�„�,., pw�w��:� �+^^^�-^�.. ,n�... r_""w •r""-•_---, .. � WI z w I TYPICAL SANITARY SEWER MARKER (2" X 4" PAINTED GREEN) a 4" 450 BEND 4" RISER 4" PLUG �a 0 f 4" MIN. TEE MAX. NOT TO EXCEED ONE STANDARD SIZE SMALLER THAN MAIN f— FLOW SEWER MAIN WI zl11 E, I TYPICAL SANITARY SEWER 2 11MARKER (2" X 4" PAINTED GREEN) a z� f 'v in 4" 450 BEND v 4" PLUG 0 4" MIN. TEE MAX. NOT TO EXCEED ONE STANDARD SIZE SMALLER THAN MAIN 45° 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. REVISED TYPICAL SEWER City of DEC. 2015 SERVICE TAP Lubbock DRAWING NUMBER TEXAS SS-1 SUBSTITUTE"STORM" FOR STORM SEWER APPLICATION B V-1430 A PROD.NO. MO/DAY/YR ASTM A48 CL 35B BOTTOM VIEW TYPICAL MANHOLE COVER 1 " RAISED LETTERING (RECESSED FLUSH) CUSTOM LOGO VEPIC PPI KBARS A 32" DIA N SECTION B-B NOTES: 1. SANITARY SEWER MANHOLE FRAME AND COVER I.D.: 4143009OA01 2. STORM SEWER MANHOLE FRAME AND COVER I.D.: 41430091A01 City of Lubbock TEXAS REVISED DEC. 2015 DRAWING NUMBER SS-2 t TYPICAL MANHOLE FRAME AA �� s 1, c- -- 1 1/2" 40 3/4" City of Lubbock TEXAS 2" REVISED DEC. 2012 DRAWING NUMBER SS-3 T"•"•"^•• •,•"•••�^ AST IRON 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 Ci*il1(iPLA�fI 9 REVISED City Of DEC. 2015 Lubbock DRAWING NUMBER TEXAS SS-4 3600 PSI: CONC. IF PAVED MATCH _\ PAVING THICKNESS OR MIN MIN. 6" 12 ASTM 478 19 TYPICAL MANHOLE FRAME AND COVER /- NON -SHRINK GROUT 4 ------ F PI �,' GRADE RINGS FOR GRADE ADJUSTMENT (MAX 18") ECCENTRIC CONE SECTION SEAL ALL JOINTS PER MANUFACTURER REQUIREMENTS RISER SECTION D (TONGUE & GROOVE) BOTTOM RISER SECTION (BUTT & GROOVE) TO 1" TO 2" GROUT SPACE BASE FORMED SURFACES 6" OR 1/4 PIPE DIA. (P) WHICHEVER IS LARGER #4 BARS-6" O.C. EA. WAY ORIENT SQUARE PARALLEL OR PERPENDICULAR TO 2" BELOW BOTTOM OF PIPE SREET OR CURB H P D T 4'TO 16' 6" TO 15" MIN. 48" MIN. S" 18" & OVER MIN. 60" MIN. 6" 16'&DEEPER ALL SIZES MIN. 60" MIN. 6" PRECAST REINFORCED CONCRETE MANHOLE 5' SQUARE STANDARD SANITARY SEWER MANHOLE impli PLAN VIEW City of Lubbo6k TEXAS FRAME & COVER CONCRETE COLLAR (NOT REQUIRED IN CONCRETE PAVEME NO. 4 BARS EACH WAY REVISED DEC. 2015 DRAWING NUMBER SS-5 NOTE: 1. FILL EXCAVATED SPACE OUTSIDE OF MANHOLE & UNDER PIPE WITH FLOWABLE FILL. OUTSIDE DROP MANHOLE (PVC) (NEW MANHOLE INSTALL) 4 LubCity bock TEXAS OMING SEWER 45° BEND PVC PIPE P1,112,14 i�7 REVISED MAY 2014 DRAWING NUMBER SS-6 TYPICAL MANHOLE FRAME &COVER NOTE: 1. FILL EXCAVATED SPACE OUTSIDE OF MANHOLE & UNDER PIPE WITH FLOWABLE FILL. INSIDE DROP ON EXISTING MANHOLE INSTALL TEE WITH STUB INTO MANHOLE CUT AT ANGLE AS SHOWN INSTALL TEE WITH 12" EXTENSION PIECE CUT AT ANGLE TO FACILITATE CLEANING AND INSPECTION OF MAIN INCOMING SEWER 3/8" DIA. SS STRAP MAX SPACING 24" Lu City of bbo TEXAS TYPICAL EPDXY - 3/8" DIA. SS STRAP MAX SPACING 24" DETAIL A REVISED DEC. 2012 DRAWING NUMBER SS-7 STRAIGHT THROUGH MANHOLE SLOPE TYPICAL MANHOLE FLOORS _I FLOW l \ BEND AT MANHOLE ]UNCTION AT MANHOLE CUT OUT TOP OF PIPE OR SHAPED CONCRETE INVERT SHAPED CONCRETE INVERT SHAPED CONCRETE INVERT City of Lubbock TEXAS REVISED DEC. 2015 DRAWING NUMBER SS-8 PIPE JOINT CASING SPACERS SHALL BE SPACED A MAXIMUM OF ONE FOOT FROM EACH SIDE OF JOINT STEEL SPACER BODY PIPELINE FILL SPACE BETWEEN EXCAVATED BORE AND CASING PIPE WITH CEMENT GROUT NOTES: 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. PIPELINE ENCASEMENT DETAIL GI_ M A V TMi IM CARRIER PIPE FOUR CASING SPACERS PER PIPE JOINT AS REQUIRED TO MEET MAXIMUM SPACING 45° 30° y ". s 45° F_` 4: ADDITIONAL SPACERS, TYPICAL EACH END OF CASING PIPE STEEL CASING PIPE CADMIUM PLATED STUDS, NUTS, AND WASHERS, TYP. L = D, WITH L MAX. = 16" City of Lubbock TEXAS )/2 L L REVISED DEC. 2012 DRAWING NUMBER SS-9 Design Standards and Specifications Construction Details 10.04Street and Drainage Details 1 I it I Section 10 D �1 NOTE: 1. DRIVEWAYS MUST CONFORM TO ORDINACE SECTION 36.04.126 2. SPACING OF DRIVEWAYS "C" ALONG A THOROUGHFARE: • WHEN INTERSECTING A RESIDENTIAL STREET - 50' • WHEN INTERSECTING ANOTHER THOROUGHFARE, A COLLECTOR OR AN INDUSTRIAL STREET- 150' ENTERING AND 100' EXITING I� 0 V m I� m �...� R ISLAND, 50 Q.FT. MIN. AREA IF USED. S rF_ I � LR V) PROPERTY LINE I L VISIBILITY - - TRIANGLE {{ NI I, �I 25' /Rl 1 F-- A - C LR a 4 DIMENSION REFERENCE RESIDENTIAL STREET THOROUGHFARE STREET COLLECTOR STREET INDUSTRIAL STREET (ROADWAY CLASSIFICATION, (R1A, 32') i, 66' R2, 42' N, (I, 42') ROADWAY WIDTH (Rl, 36') T2, 88'3 46'3 ONE-WAY WIDTH -------------- w 12' 15' 15, 20' TWO-WAY-MINIMUM WIDTH ------ ------- 1_2' -------- 30' -------- 30' -------- _ TWO-WAY - MAXIMUM WIDTH -------------- ------ 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° -------- 30° ------ 30° "A" IS 25' FOR MOST STREET INTERSECTIONS. IF THE STREET INTERSECTION IS BETWEEN A THROUGHFARE AND A COLLECTOR THEN "A" IS 40'. IF THE STREET INTERSECTION IS BETWEEN TWO THROUGHFARE 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. DRIVEWAY STANDARDS Lubbock TEXAS REVISED MARCH 2O17 PLATE NO. 36-1 J a ME N 9e9. VeD. IeO, V 9, D vq 9 IDEWALK ve9 19 f EXPANSION JOINTS EXPANSION D' _ SPACED 36' MAX. ALONG v • D, D SIDEWALK RUN. : q:.`:> JOINTS .D. D . 0 EXPANSION ui JOINT ea tiro. `Z CONTRACTION MARKINGS � 1/2 WAY THROUGH ;;to SLAB AT 4' INTERVALS. SECTION A -A CURB REMOVED. 116114 SEE PLATE NO. 36-4 FOR ASPHALT REPAIR ADJACENT TO CURB AND GUTTER OR DRIVEWAY. NOTES: VARIABLE n D, O O SECTIONS B-B (RESIDENTIAL) FOR COMMERCIAL DRIVEWAY: CURB AND GUTTER TO BE COMPLETELY REMOVED AND RECONSTRUCTED WITH #3 BARS RUNNING ENTIRE LENGTH OF NEW GUTTER. FIRE HYDRANT, POWER POLE, ETC. MUST HAVE EXPANSION JOINT BLOCK - OUT WHEN ENCLOSED IN CONCRETE. EXTEND 6" PAST EDGE OF HYDRANT/POLE w Z - 4' SIDEWALK 3' MIN. @ 2% MAX. SLOPE i a LLFX m z� f� Iz VARIABLE 4' SIDEWALK 6 3' MIN. @ 2% MAX. SLOPE a • 4:i�i4 DEFORMED STEEL BARS 12" O.C. vi INNER CURB AS REQUIRED. BOTH WAYS, CENTERED IN SLAB OR 6"X6" - 6 GAUGE WELDED WIRE FABRIC. � �oF 2� `o 9 SECTIONS B-B (COMMERCIAL) 3' MIP 1. MAINTAIN GUTTER FLOWINE THROUGH DRIVEWAY. 2. ALL EXPANSION JOINTS TO BE Jq" THICK. 3. 300 TO 450 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 REVISED City of FEB. 2017 Lubbock PLATE NO. TEXAS 36-2 (A) EXPANSION JOINTS zg �a SPACED 36 MAX. �O eo ALONG SIDEWALK RUN. B ------------------- ins N� LINE — ----- —__PROPERTY --------------- D. LANDSCAPE !° D • D Da D CON �ONf,RL C� F7.� A A . vqD :o D v•v. 5' OR 6' ° ^ D' EXPANSION ° a ° ° SIDEWALK° /'D. C JOINTS "' °° C /aD' B FIRE HYDRANT, POWER POLE, ETC. MUST HAVE EXPANSION JOINT BLOCK - OUT WHEN ENCLOSED IN CONCRETE. EXTEND 6" PAST EDGE OF EXPANSION HYDRANT/POLE JOINT. `q 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 0 w CURB Ij� 5' SIDEWALK -� w z a J REMOVED. °<D. o .o SECTIONS B-B 4" MIN. NOTE: (RESIDENTIAL) THICKNESS. SEE PLATE NO. 36-4 FOR ASPHALT REPAIR -- VARIES a w ADJACENT TO CURB 3' MIN. @ 2% MAX. SLOPE a z AND GUTTER OR — DRIVEWAY. -- 6' SIDEWALK #4 DEFORMED STEEL BARS 12" O.C. z BOTH WAYS, CENTERED IN SLAB OR INNER CURB FOR COMMERCIAL DRIVEWAY, 6"X6" - 6 GAUGE WELDED WIRE FABRIC. AS REQUIRED. COMPLETELY REMOVE CURB AND iO SECTION B-B GUTTER AND RECONSTRUCT WITH (COMMERCIAL) #3 BARS RUNNING ENTIRE LENGTH OF NEW GUTTER. PROPERTY LINE -,Gz- 3' MIP NOTES: 1. MAINTAIN GUTTER FLOWINE THROUGH DRIVEWAY 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 THOROUGHFARE STREETS. TOR U SIDEWALK CONSTRUCTION DETAILS SECTION C-C REVISED City of FEB. 2017 Lubbock PLATE NO. TEXAS 36_2 (B) Z I i iZ j G/TC G/TCtL Io a ( a I G I G/TP/lW G/TP/TW (OPTIONAL) - - (OPTIONAL) (OPTIONAL] �E - - GlTP/rW (OPTIONAL) G/TP/TW G/TP/TW AT THE PROPERTY LINE I G/ fP/TW AT THE PROPERTY LINE G/TC SHALL BE 6" HIGHER THAN G/TC 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 MARCH 2O18 DRIVEWAY GRADES Lubbock of PLATE NO. TEXAS 36-3 6" 18"TYPICAL 12" SMOOTH H.M.A.C. SURFACE, 2" MIN. TYPE "C" S C AWCUT TO REMAIN H M A SURFACE IN PLACE. »- .• mom® - -® ®® e _ a a a s a• ®® ®® 0� A • e e •, , •, •, •,• .� BASE _ e s FLOWABLE FILL NEW CONCRETE TOE FORM - TO BE REMOVED VERTICAL SURFACES TO RECEIVE TACK COAT DRIVEWAY PRIOR TO INSTALLATION OF FLOWABLE FILL AND PAVING SURFACE. 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. ASPHALT REPAIR ADJACENT TO CURB AND GUTTER OR DRIVEWAY City of Lubbock TEXAS REVISED FEB. 2017 PLATE NO. 36-4(A) 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 EXISTING CONCRETE PAVING Lubbity ock TEXAS REVISED DEC. 2012 PLATE NO. 36-4(B) R--VARIES OBSTRUCTION 15'-40' VARIES 4'PROPERTY LINE SIDEWALK TMIN. ♦ lk YCLEARANCE AROUND OBSTRUCTIONS 4) U.J Lu a- ALLEY RETURN 02 w V) (TYPICAL) Lu z -j VARIES 8'-10' 4'SIDEWALK ALONG PROPERTY LINE City of Lubbock t TEXAS TMIN. DRIVEWAY APPROACH (TYPICAL) REVISED FEB. 2017 PLATE NO. 36-5 OBSTRUCTION R--VARIES 15'-40' TOR 6CURB TTMIN. BACK SIDEWALK ES 'MIN. TMIN. DRIVEWAY APPROACH (TYPICAL) 0 6> w ALLEY RETURN an 7) t" (TYPICAL) �D 0 cje� VARIES 9'-11' REVISED 5' OR 6' SIDEWALK City of FEB. 2017 ALONG CURB BACK Lubbock PLATE NO t TEXAS 36-6 CURB AND GUTTER, FILLETS AND SLAB TO BE POURED TOGETHER. PAY LIMIT FOR CURB AND GUTTER SIDEWALK \ \ 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. °°'° PAY LIMIT FOR (lb CONTRACTION JOINTS. 4 O 4' N o 8'* B 2.5' 2.5' `V 10' 2.5' 1'* F- o•� B da N > CD Z 0 ; v'q,o Z 6"X6" - 6 GAUGE WELDED W FABRIC OR #4 DEFORMED S BARS 12" O.C. BOTH WAYS, °6`.. CENTERED IN SLAB. Q °.D•e o CONTRACTION JOINT. 2.5'* CURB AND GUTTER CURB HEIGHT TRANSITIONS TO 0" AT THIS POINT. IS POINT OF ALLEY RETURN TO BE NO MORE THAN 7' HIGHER THAN GUTTER ON HIGH 2.5'_ SIDE END OF RADIUS AT STREET, 1'* Y2" BITUMINOUS XPANI ION JOINT. PLAN VIEW A - - - A -L -- 6"X6" - 6 GAUGE WELDED WIRE FABRIC OR #4 DEFORMED STEEL BARS 12" O.C. BOTH WAYS, CENTERED IN SLAB. W.R. MEADOWS #158, SEALTIGHT SAFE -SEAL 3405, SONNEBORN SL-1 OR I / APPROVED EQUIVALENT. TRANSVERSE CONTRACTION JOINT (REQUIRED AT COLD JOINTS AND EVERY 13 FEET OF PAVING.) TYPICAL ALLEY RETURN * TO BE USED WHEN ALLEY R.O.W. WIDTH Isis'. �w CL Z 0� a L- NO. 6 REBAR SPACED 6" FROM EDGE OF SLAB AND 1Y2" FROM BOTTOM OF SLAB EACH SIDE. LOCATE BY MEANS OF CHAIRS OR PLASTIC STAKES (NOT METAL OR WOOD). CONSTRUCTION OF THIS TYPE IS ALLOWED ONLY WHERE THE EXISTING ALLEY RETURN, ALLEY PAVING OR STREET GUTTER IS IN GOOD CONDITION AND GRADE AND ALIGNMENT ARE SATISFACTORY. SECTION B-B 6"X6" - 6 GAUGE WELDED 1 WIRE FABRIC OR #4 1 DEFORMED STEEL BARS 12" O.C. BOTH WAYS, CENTERED IN SLAB. ALL CONCRETE SHOWN TO BE 3,000 P.S.I. AT 7 DAYS. (CLASS B) Lubbock TEXAS REVISED MAY 2014 PLATE NO. 36-7 w z N J W a O a 5' 5. NOTE: 1. TRANSVERSE CONTRACTION JOINT (REQUIRED AT COLD JOINTS AND EVERY 13 FEET OF PAVING.) PROPERTY LINE 5' TRANSVERSE CONTRACTION JOINT (REQUIRED AT COLD JOINTS AND EVERY 13 FEET OF PAVING.) 6"X6" - 6 GAUGE WELDED WIRE FABRIC OR #4 _ DEFORMED STEEL BARS 12" O.C. BOTH WAYS, CENTERED IN SLAB. TYPICAL "T" ALLEY REVISED cltyaf DEC. 2012 INTERSECTION WITH Lubbock PLATE NO. CONTRACTION JOINTS TEXAS 36-8 9" R q D,4 0 �- 12" 9 11/16" coo } ©�4 4 91, i TYPE "A" 9" R v o 9 . I- 12" -� ROLLOVER CURB TYPE "B" 6" 9 M 3" in TYPE "C" NOTE: 1. THIS SECTION TO BE USED FOR RESIDENTIAL APPLICATIONS ONLY. APPROVAL WILL DEPEND ON TRAFFIC AND DRAINAGE CONSIDERATIONS. 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 city Of MAY 2014 AND GUTTER SECTIONS Lubbock PLATE NO. TEXAS 36-9 Al tV 13 m 6" 4" p 2„ R _ [V 4 .4 � •, N 3"R DOWN CURB SECTION. 6" • p . v f - — 12" �- TYPE "A" 5 3/4" 4 1/4" —►I p 4 . a • Q • d P,a io 3" R DOWN CURB SECTION. 18" fV 6" p �--9 11/16" �- 20 5/16" NOTE: CONTRACTOR MAY USE EITHER OF THE ABOVE SECTIONS. TYPE "B" S7 Q tj 12" _------- - —� 6 ° o 3" 3" v 20 5/16" TYPE "C" 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" CURB City of MAY 2014 AND GUTTER SECTIONS Lubbock PLATE NO. TEXAS 36-10 CONTRACTION JOINT #4 DEFORMED STEEL BARS @ 12" O.C. BOTH WAYS. 7 CONTRACTION JOINT 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" INVERT FOR POSITIVE DRAINAGE THROUGH VALLEY GUTTER DEPTH: 6"- RESIDENTIAL STREETS 8"- COLLECTORS & THOROUGHFARES -------BASE FLOWLINE - FLOWABLE FILL SHALL BE USED TO REPLACE BASE MATERIAL / REMOVED. SEE PLATE NO. 36-4 FLOWLINE CONTRACTION JOINT A z z 0 E I 0. OJ X=DISTANCE LIP TO LIP z �O LL U CONCRETE VALLEY GUTTER & FILLET DETAIL PLAN VIEW I'- 5' 'f' 5" SECTION A -A SEE PLATE NO. 36-16 FOR DETAILS REGARDING CURB TRANSITIONS 2" MIN. TYPE "C" H.M.A.C. SURFACE. City of Lubbock TEXAS BASE-------- FLOWABLE FILL SEE PLATE NO. 36-4. REVISED DEC. 2012 PLATE NO. 36-11 a 2'----36' TYP. 2' 2" H.M.A.C. SURFACE. _ — — —4" CROWN 6" CALICHE BASE IN ACCORDANCE WITH SPECIFICATIONS. SUBGRADEIN ACCORDANCE WITH SPECIFICATIONS. STRIP PAVING WIDTH AND CROWN VARY SEE SECTION 8.2.02 6" I 2" H.M.A.C. SURFACE. - I 6" CALICHE BASE NOTE: 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/INDUSTRIAL -1- A Iy�D {C l I lR(('-1.1 \ /ll ()V oi CONTINUOUSLY REINFORCED CONCRETE PAVEMENT 6" THICK RESIDENTIAL 7" THICK COLLECTOR 8" THOROUGHFARES TYPICAL STREET CROSS -SECTIONS City of Lubbock TEXAS REVISED FEB. 2017 PLATE No. 36-12 EXISTING I•-S.S' VARIES SIDEWALK YELLOW CAST IN PLACE REPLACEABLE TRUNCATED DOME PANEL VARIES 24" OR 30" C. & G. SECTION A -A ONLY APPLIES AT DEPRESSED ALLEY RETURNS A A STREET MINIMUM RAMP WIDTH TO BE 4.V LENGTH OF RAMP (MIN.i T-6"); MAY VARY DUE —TO 1:12 MAX. SLOPE.-) 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 i i� INSET a \ i � E � i F FACE t OFCURB 1F YELLOW CAST IN PLACE REPLACEABLE TRUNCATED { t DOME PANEL i 1:12 SLOPE LENGTH VARIES, DUE TO 1:12 MAX. ui SLOPE OF RAMP. � _i_F__ Lubbock TEXAS REVISED FEB. 2017 PLATE N0. 36-13 r—VARIES— 1 4'--t-- VARIES --1 T.O.C. 1:12 SLOPE 1:12 SLOPE FLOWLINE FRONT VIEW SIDEWALK SLOPE REQUIREMENTS LONGITUDINAL -- 1:20 MAX. TRANSVERSE — 1:50 MAX. PROPERTY LINE CURB &. GUTTER —VARIES (10' TYPIC i1 R=VARIES YELLOW CAST IN PLACE REPLACEABLE TRUNCATED DOME PANEL. — 4' MIN. VARIES 24" MIN. 1:12 SLOPE MAX.) 4" MIN. THICKNESS. YELLOW CAST IN PLACE L MINIMUM FINISHED REPLACEABLE TRUNCATED THICKNESS TO BE 4". 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 P�J BITUMINOUS )41" EXPANSION JOINT AS REQUIRED BEHIND CURB. CORNER CURB RAMP REMED (WITH TYPICAL 4' SIDEWALK City Of FEB. 2017 Lubbock PLATE NO. ALONG PROPERTY LINE) TEXAS 36-14 T.O.C. r—VARIES4'VARIES-7 —�1.12 SLOPE11:12 SLOPE FLOWLINE FRONT VIEW --VARIES (10' TYPICAL) I I SIDEWALK SLOPE REQUIREMENTS LONGITUDINAL -- 1:20 MAX. TRANSVERSE - 1:50 MAX. i R=VARIES PROPERTY LINE CURB & GUTTER ----4' MIN: k-4-- 2E SEE PLATE NO. 36-16(B) FOR GENERAL NOTES ON A.D.A. RAMP CONSTRUCTION. ti s s, s9 CONCRETE FLLA ORK YELLOW CAST IN PLACE REPLACEABLE TRUNCATED DOME PANEL. VARIES Z YELLOW CAST IN PLACE - REPLACEABLE TRUNCATED `v DOME PANEL. SECTION A -A 4" MAX r 6" SLOPE 5% MAX BITUMINOUS -" EXPANSION JOINT AS REQUIRED BEHIND CURB. CORNER CURB RAMP _ REVISED (WITHTYPICAL 5' OR 6' SIDEWALK 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. •P'P a IN STRAIGHT C. & G. RAMPS SHALL BE CENTERED IN CURB & GUTTER RADIUS TO THE MAXIMUM EXTENT PRACTICABLE. m � A, , 11 al . . GROOVE JOINTS EACH SIDE OF RAMP. :a.� TOP OF CURB BITUMINOUS -" EXPANSION JOINT (FULL DEPTH)LOCATED ALONG BACK OF CURB F NEW CONSTRUCTION. Oon.Cn YELLOW CAST IN PLACE REPLACEABLE TRUNCATED DOME PANELS AFFIXED, FOLLOWING MANUFACTURER'S INSTRUCTIONS, TO PROPERLY CONSTRUCTED, CURED AND PREPARED 4" CONCRETE SLAB. MAINTAIN GUTTER B •v:P o e .a •a, •� P O Lubbock TEXAS SHEET 1 OF 2 REVISED FEB. 2017 PLATE NO. 36-16(A) t t f----4' MIN. VARIES Z6"MAXE 5% 24" MIN.1:12 SLOPE (MAX) 4" MIN. THICKNESS. YELLOW CAST IN PLACE REPLACEABLE TRUNCATED BITUMINOUS A" DOME PANEL. EXPANSION JOINT AS 4" MAX REQUIRED BEHIND SECTION A -A 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. 3. CAST IN PLACE SHALL BE YELLOW UNLESS APPROVED BY ENGINEER. 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 City of FEB. 2017 RAMP PLAN Lubbock PLATE NO. TEXAS 36-16(B) 2 \T' 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 SHALL NOT EXCEED OF CURB AT RAMP OPENING 2Q SLOPE FROM BACK OF CURB AT RAMP OPENING TO LIP LINE SLOPE ALONG SHALL NOT EXCEED 5%. GUTTER VARIES P 2' SLOPE ALONG GUTTER VARIES P. SEE PLATE NO. 36-16 FOR DETAILS REGARDING CURB TRANSITIONS ADA RAMP AT CURB VARIES LOPE 5% [-24" MIN-F,��MAX 4" MIN. THICKNESS. YELLOW CAST IN PLACE/a REPLACEABLE TRUNCATED BITUMINOUS Y4" DOME PANEL. EXPANSION JOINT AS 4" MAX REQUIRED BEHIND SECTION A CURB. REVISED TYPICAL ADA City Of FEB. 2017 RAMP DETAIL Lubbock PLATE NO. Texas 36-17 A 20' ROW 20' — 5' 10' 5' w wZ �w a d 7.5 " =---- -- 6"X6" - 6 GAUGE WELDED WIRE SECTION A A NO. 6 REBAR SPACED 6" FROM EDGE OF SLAB FABRIC #4 DEFORMED STEEL AND 1Y2" 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 TYPICAL ALLEY PAVING city of FEB. 2017 Lubbock PLATE NO. TEXAS 37-1 R-IA RESIDENTIAL 52' ROW 32' FF R-2 SCHOOL AND R-1 RESIDENTIAL COMMERCIAL 56' ROW i- 60' ROW 3V FF - 4 COLLECTOR INDUSTRIAL 64' ROW 60' ROW 46 FF 42' FF T-1 THOROUGHFARE T-2 THOROUGHFARE . 90' ROW I- - 110' ROW - -._._._........._.. 66' FF - W FF - NOTE: FF DIMENSIONS ARE FROM FACE OF CURB TO FACE OF CURB. REVISED CITY OF LUBBOCK City Of DEC. 2012 STREET STANDARDS Lubbock PLATE NO TEXAS 38-1 +- T-1 OR T-2 THOROUGHFARE -; COLLECTOR FLARE REVISED City of MAY 2014 AT INTERSECTION Lubbock O. WITH A THOROUGHFARE TEXAS PLATE 38-2 T-1 THOROUGHFARE RIGHT TURN LANE (FLARE) i T-1 OR T-2 THOROUGHFARE -� Lubbock TEXAS REVISED FEB. 2017 PLATE NO. 38-3 T-2 THOROUGHFARE RIGHT TURN LANE (FLARE) i �T-1ORT-2THOROUGHFARE -► 4LuCity of bbock TEXAS REVISED FEB. 2017 PLATE NO. 38-4 R=40' (MIN.) FACE OF CURB R=50' (MIN.) OF CUR FpGE 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 I IF NEEDED FOR DRAINAGE, A 20' MINIMUM i DRAINAGE EASEMENT SHALL BE REQUIRED. I I I I I ADJACENT ALLEY OR STREET 1 RADIUS STANDARD CUL-DE-SAC R=40' City Of I( Lubbock TEXAS REVISED FEB. 2017 PLATE NO. 38-5 RIGHT OF(WAY FACE TOO FACE 10' R=40' (MIN.) R=40' FAE OF CURB RC 50'(MIN) 8' PROVIDE A CONCRETE CURBED \� CHANNEL AND ACCESSIBLE RAMPS FOR DRAINAGE WHERE NECESSARY. 4' PEDESTRIAN ACCESS EASEMENT (REQUIRED ONLY WHERE CUL-DE-SAC LOTS ARE ADJACENT TO A STREET) I I I I I I I I I IF NEEDED FOR DRAINAGE, A 20' MINIMUM I I I I DRAINAGE EASEMENT SHALL BE REQUIRED. I I I I I I I I I I I I I 43' R.O.W. RADIUS R-1 & (R-1A) CUL-DE-SAC ADJACENT ALLEY OR STREET L City of 4bboc TEXAS REVISED FEB. 2017 PLATE N0. 38-6 CONCRETE ALLEY PAVING. 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%t MODIFIED PROCTOR DENSITY (ASTM D 698) 2% OF OPTIMUM MOISTURE IN THE 6" DEPTH OF SUBGRADE IMMEDIATELY BELOW THE ALLEY PAVING. z 0 L LuQ a}s aw =W �z _ z iO D 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). TRENCH BACKFILL REQUIREMENT REVISED ON ALLEYS TO BE PAVED City Of DEC. 2012 Lubbock PLATE NO. WITHIN RIGHT-OF-WAY TEXAS 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 136 SACK CONTROLLED LOW STRENGTH MATERIAL (FLOWABLE FILL) WITH PEA GRAVEL. NOTE: EXISTING GROUND SURFACE. 12" t3 PIPE BEDDING (IN ACCORDANCE WITH THE ENGINEERS AND MANUFACTURERS RECOMMENDATIONS). 1. ALL MATERIALS AND CONSTRUCTION PRACTICES SHALL BE IN CONFORMANCE WITH CITY OF LUBBOCK PUBLIC WORKS ENGINEERING DESIGN STANDARDS AND SPECIFICATIONS. TRENCH BACKFILL REQUIREMENTS z REVISED ON UNPAVED STREETS AND ALLEYS Cilyof FEB. 2017 Lubbock RATE NO. WITHIN RIGHT-OF-WAY TEXAS UEM-05 I { in NOTE: I I TOOLED JOINT I I I I I T MIN. I I I I I � 1 I I V MAX. I D I I ^a I D e I I I I LL D I I I I I I I i I I I I I I I � I i TRANSVERSE CUT -7,1 ---Ir--I--------------- MIN; PATCF� '- jl I i E TOOLED JOINT I I PLACE #4 BARS BOTH WAYS ALONG PAVING CUT AT 12" MAX. SPACING. AT LEAST 2 6" 6" #4 BARS EACH WAY ARE REQUIRED. LIE #4 BARS, 12" O.C. MAX NO SCALE DRILL AND DRIVE 12" SPACING IN BOTH DEFORMED #5 DOWEL DIRECTIONS, CENTERED BARS 6" INTO EXISTING IN SLAB SLAB ON T SPACING 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). REVISED TYPICAL ALLEY PAVING CUT City of FEB. 2017 Lubbock PLATE NO. TEXAS 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 1 33" NOTE: DOWEL MAY BE USED IN LIEU OF SPLICING REBAR WITH APPROVAL. SEE UEM-02 FOR DOWEL SIZE SPACING. J = SPACING BETWEEN JOINTS CONCRETE THOROUGHFARE REVISED AND COLLECTOR City of FEB. 2017 PAVEMENT REPAIR Lubbock PLATE NO. TEXAS UEM-07 UaWw'l �^ � ^^q � � �. ... d�,� �......w+ ....w � -ad �.. ....,_ �...,.... �._..- �_....�..� � .,,�,_�._., ,„.�._,W�. A-1.1 Restrained Joint Table for Bends Minimum length to be restrained each side of bend (Feet): PVC Pipe (in.) Horiztonal Bends Vertical Bends (Upper/Lower) 90° :4 14 6 3 2 - 16/4 8/2 4/1 19 8 4 2 - 23/5 11/3 6/2 25 11 5 3 - 30/7 15/4 712 30 13 6 3 - 36/8 17/4 9/2 35 15 7 4 - 42/10 21 /5 10/3 :16 v 45 19 9 5 - 54/13 26/6 13/3 54 23 11 6 - 66/15 32/8 16/4 63 27 13 7 - 78/18 38/9 19/5 D.I. Pipe (in.) Horiztonal Bends Vertical Bends (Upper/Lower) 9.0" 45' 22-1/2°.' 1'1=1/4° 11 5 3 1 - 9/3 5/2 3/1 15 6 3 2 - 12/4 6/2 3/1 8 19 8 4 2 - 16/6 8/3 4/2 23 10 5 3 - 19/7 10/3 5/2 `12 12 6 3 - 23/8 11/4 6/2 F 15 7 4 - 29/10 14/5 7/3 18 9 5 - 36/12 17/6 9/3 21 10 5 - 42/14 20/7 1014 Table is based on Soil Type SC, Safety Factor 2, Trench Type 3, Depth of Bury 3 feet on upper vertical bends and 6 feet on lower vertical bends, and Test Pressure of 100 psi. 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 A-1.2 Restrained Joint Table for Tees Minimum branch length to be restrained (Feet): PVC Pipe Branch Pipe Size (in.) Run Pipe Size (in.) 4 6 8 10 12 , 16 20 24 4 1 1 1 1 1 1 1 1 6 22 13 4 1 1 1 1 1 $: 40 33 26 18 11 1 1 1 1 Q - 49 43 37 31 18 5 1 59 54 49 38 27 16 84 20 72 64 55 - 107 101 94 87 �24 - - - - - 127 122 116 D.I. Pipe Branch Pipe Size (in.) Run Pipe Size (in.) 4 6 8 % 12 16 20 24 12 7 2 1 1 1 1 1 $° 21 18 14 10 6 1 1 1 26 23 20 17 10 3 1 12 - 31 29 26 12 15 8 44 42 38 34 26 57 53 50 46 67 64 61 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 pipe along run on either side of tee of 5 feet. 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 A-1.3 Restrained Joint Table for Reducers Minimum length to be restrained on larger pipe (Feet): PVC Pipe Small Pipe Large Pipe Size (in.) Size (in.) 4 8 22 40 54 69 95 119 142 23 41 57 86 112 137 23 42 75 103 129 1 t1!' . - - - - 23 61 92 120 78 109 44 80 44 D.I. Pipe Branch Pipe Run Pipe Size (in.) Size (in.) 4 6 8 10 12 16 20 24 4: - 12 21 29 36 50 63 75 13 22 30 46 59 72 12 22 40 54 68 13 32 49 63 77 23 42 57 23 42 24 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 11 Restrained Joint Table for Dead Ends Minimum length to be restrained from dead end (Feet): Pipe Size (in.) PVC Pipe D.I. Pipe 30 16 42 22 8, 55 29 10, 67 35 12 79 42 16 102 54 20, 125 66 24 147 78 Table is based on Soil Type SC, Safety Factor 2, Trench Type 3, Depth of Bury 3 feet, and Test Pressure 100 psi. 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 I I 111 I M I A-2 ity of bbo&k 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. ****Do not write below this line - - For City use only**** Application No. (Ex. 2014-01) Approved By: Title: Accepted Rejected Comments: CERTIFICATE OF COMPLETION DATE: PROJECT DATA SUBDIVISION NAME: PLAT DESCRIPTION: TYPE OF MUNICIPAL IMPROVEMENT ❑ WATER ❑ SEWER ❑ PAVING ❑ DRAINAGE ❑ OTHER CONTRACTOR'S AFFIDAVIT TO DEVELOPER 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 in Printed Name Title Rev.05-01-2014 DEVELOPER WARRANTY STATEMENT g DATE: PROJECT DATA SUBDIVISION NAME: PLAT DESCRIPTION: TYPE OF MUNICIPAL IMPROVEMENT ❑ WATER ❑ SEWER ❑ PAVING ❑ DRAINAGE ❑ OTHER WARRANTY STATEMENT IZijr:l=[en"6111i]-=ZiZ404 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 L_ 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. i_ Rev. 05-01-2014 AW City of Lubbock TEXAS LEGAL DESCRIPTION: ENGINEERING FIRM: E-MAIL: PHONE NUMBER: PAVEMENT MUNICIPAL IMPROVEMENTS SUBMITTAL CHECKLIST ADDRESS: CONTACT: DATE: o w a w z Q R CRITERIA a NOTES Q A y °z w 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 1 O w a w z Q R CRITERIA HQ w a ¢ NOTES w F z 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 I I City of Lubbock TEXAS LEGAL DESCRIPTION: ENGINEERING FIRM: E-MAIL: PHONE NUMBER: WATER AND SEWER MUNICIPAL INFRASTRUCTURE SUBMITTAL CHECKLIST ADDRESS: CONTACT: DATE: G a Q CRITERIA w w z ; NOTES �w a A Q 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 26-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 1 O „Wa z CRITERIA w Z a Q NOTES � w � z 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 11 rA Owa z CRITERIA w W. z NOTES � a Q ca w � w z 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 OWa z CRITERIA w z NOTES �W a Q a w a 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 City of Lubbock TEXAS REFUND CONTRACT NO. Call City to get this # REFUND CONTRACT DECLARATION_ DEVELOPMENT LEGAL DESCRIPTION OF PROPERTY: ADDRESS: NUMBER CITY CERTIFIED REFUND INTENT STREET STATE ZIP ❑ 1 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 Call City to get this # 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: Approved as to form: LUBBOCK CITY ATTORNEY DATE Authorized By the City: LUBBOCK CITY MANAGER DATE p. 2of2 Refund Contract 0 i;Oi7 Texas Department of Transportation 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 1. 2. DESCRIPTION Break, remove, and salvage or dispose of existing hydraulic cement concrete. 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 4. 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 t_ t 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. f _j 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 i'] 105 Item 105 Removing Treated and Untreated Base and Asphalt Pavement 1. DESCRIPTION fBreak, remove, and store or dispose of existing asphalt pavement, including surface treatments, and treated -, or untreated base materials. ( 2. CONSTRUCTION t 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 ccc disposing; repair to areas outside designated locations for removal; and equipment, labor, tools, and incidentals. 74 110 Excavation 1. DESCRIPTION r� Iepertment of 7tsnsportatlon 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 t subgrade caused by weather at no additional cost to the Department. 1_+ 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 ) 1 132 Item 132 Embankment 1. DESCRIPTION 2. 3. ArT� 0fTMnWWhW0n Furnish, place, and compact materials for construction of roadways, embankments, levees, dikes, or any designated section of the roadway where additional material is required. 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 5 45 Plasticity index PI Tex-106-E 515 Bar linear shrinks e Tex-107-E Z 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. 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 F I P", U 80 132 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 2-1/2 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. 81 132 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 (Wept). 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 Densi Moisture Content Tex•115-E PIs15 >_98%Da 15 < PI:5 35 >_ 98% Da and <_ 102% Da >_ Wopt PI > 35 >_ 95% Da and <_ 100% Da >_ WW, 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 1 11MI 11*l Sodding for Erosion Control 1. DESCRIPTION Provide and install grass sod as shown on the plans or as directed. 2. MATERIALS 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 r grasses, or any matter deleterious to the growth and subsistence of the sod. 1 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 t 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 4 } compacted, solid mat filling all voids in the sodded area with additional sod. Trim and remove all visible 1 j netting and backing materials. Keep sod along edges of curbs, driveways, walkways, etc., trimmed until acceptance. 95 1 i t. ) 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 Seeding for Erosion Control 1. 2. 2.1 Texas DESCRIPTION Provide and install temporary or permanent seeding for erosion control as shown on the plans or as directed. MATERIALS 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 14 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 PLS/acre of the missing plant species. Table 1 Parmanant Rnral Saad Mir District and Planting Dates Clay Soils Sandy Soils Species and Rates lb. PLS/acre 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 Bluestein (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 Hom) 1.0 Green Sprangletop (Van Hom) 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 Bluestein (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 Bluestein (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 Hom) 0.6 Green Sprangletop (Van Hom) 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 Bluestein (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 Bluestein (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 Bluestein 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. PLS/acre Species and Rates lb. PLS/acre 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 Hom) 1.0 Green Sprangletop (Van Hom) 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 La Salle 0.2 7 (San Angelo) Green Sprangletop (Van Hom) 1.0 Green Sprangletop (Van Hom) 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 Hom) 1.0 Green Sprangletop (Van Hom) 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 Hom) 1.0 Green Sprangletop (Van Hom) 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 f Permanent Rural Seed Mix District and Planting Dates Clay Soils Sandy Soils Species and Rates lb. PLS/acre Species and Rates lb. PLS/acre 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 Hom) 1.0 Green Sprangletop (Van Hom) 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 Purple Prairie Clover Cuero 0.6 14 (Austin) Green Sprangletop (Van Hom) 1.0 Green Sprangletop (Van Hom) 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 Hom) 1.0 Green Sprangletop (Van Hom) 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 (LaSalle) Arizona Cottontop La Salle 0.2 16 (Corpus Christi) Green Sprangletop (Van Hom) 1.0 Green Sprangletop (Van Hom) 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 Cottontop La Salle 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 'I 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 Hom) 1.0 Green Sprangletop (Van Hom) 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 Hom) 1.0 Green Sprangletop (Van Hom) 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 (LaSalle) Arizona Cottontop La Salle 0.2 22 (Laredo) Green Sprangletop (Van Hom) 1.0 Green Sprangletop (Van Hom) 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 (LaSalle) Arizona Cottontop La Salle 0.2 23 (Brownwood) Green Sprangletop (Van Hom) 0.6 Green Sprangletop (Van Hom) 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. PLS/acre Sandy Soils Species and Rates lb. PLS/acre 24 (El Paso) Green Sprangletop (Van Hom) 1.0 Green Sprangletop (Van Hom) 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 La Salle 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. PLS/acre Species and Rates lb. PLS/acre 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(Lutkin) 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 Buffalograss 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 r 2.2. 2.3. 2.4. 2.4.1. Table 3 Temporary Cool Season Seeding Districts Dates Seed Mix and Rates lb. PLS/acre 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. PLS/acre All May 1-August 31 Foxtail Millet 34 Fertilizer. Use fertilizer in conformance with Article 166.2., "Materials." Vegetative Watering. Use water that is clean and free of industrial wastes and other substances harmful to the growth of vegetation. Mulch. 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. (hftp://www.txdot.gov/business/resources/erosion-control.htm1) Submit one full set of manufacturer's literature for the selected material. Keep mulch dry until applied. Do not use molded or rotted material. r- 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. Lj 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 P 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 f_ t_ . Item 360 Concrete Pavement 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.rn./°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.fin./°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, "Hydraalic 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 DMS4515 "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 F/BTU. 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." e 11J1�'�1�►1f 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 1 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 Lining equipment spaced at approximately 1 in., center -to -center, or provide tines for longitudinal tining equipment spaced at approximately 314 in., center -to -center. Manual methods that produce an equivalent texture may be used tj when it is impractical to use self-propelled equipment, such as for small areas, narrow width sections, and in emergencies due to equipment breakdown. r 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 LJ requirements of Tex-424-A when required. 1 3.10. Miscellaneous Equipment. Furnish both 10-ft. and 15-ft. steel or magnesium long -handled, standard Li 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 i t ( 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 i 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. E! 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 1/8 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 1004 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 1/2 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 95OF 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 j approved. Concrete may be placed when the ambient temperature in the shade is above 35°F and rising or t 394 360 above 407. 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 j 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 104 and 154 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 lining 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 F consolidated and finished pavement section to the line and grade where machine placements and finishing of concrete pavement are not practical. J 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 50OF for at least 19 hr. or the surface temperature of the concrete is maintained above 40°F for 24 hr. ii 395 f 2 3 {__I 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 650F 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 t 4.11.2. Opening Pavement to All Traffic. Pavement that is 7 days old may be opened to all traffic. Clean r 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 t 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 U1 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 11 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 1 strength —maturity relationship deviates by more than 10% until a new strength —maturity relationship is t 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. I 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 r 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 104 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 I "3 360 Table 2 Deficient Thickness Price Adjustment 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. Ij 9 399 402 Item 402 Trench Excavation Protection 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 1. 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. 2.2. Pneumatically Placed Concrete Riprap. Use Class II concrete that meets Item 431, "Pneumatically Placed Concrete," unless otherwise shown on the plans. H 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 r 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 l 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 L 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 I 1 and the thickness of each piece of riprap must be at least 1/3 of the length. When shown on the plans or as j _l 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 `i 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% Sizez Ib. 8% Size3 Minimum lb. 12in. 200 80-180 30-75 3 15in. 320 170-300 60-165 20 18in. 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*"/(Gs'62.4'0.85))113 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" 50-80 3/4" 20-60 #4 0-15 #10 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 900 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 EWA ' 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 r 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. Pi L i 543 450 Item 450 ( Railing 1. 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 3.1.1. 3.1.2. Metal Railing. 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." 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 400°F 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 i 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 ±1/4 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." 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-704-1. 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 fumish 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 2.5. 2.6. 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. 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. 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 1/2 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 3/16 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 3/8 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 1/2 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 H 1 464 Item 464 Reinforced Concrete Pipe rodf� 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 II 1,000 III 1,350 IV 2,000 V 3,000 Table 2 Arrh Ping 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 36-1/4 5 36 26-5/8 43-3/4 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 i 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 1 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-Anolied. Plastic Asnhalt Sewer Joint Comnound Material Reauirements Composition Analysis Asphalt base,100%-% volatiles-% ash, % by weight 2845 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 Backfll 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, withoul 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 3.3. 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. 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 407. 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 IA 1A 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 t 1 Item 465 - Junction Boxes, Manholes, and Inlets onansporfetlon 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 I 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 II. 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 II, 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: in name or trademark of fabricator and plant location; in product designation; in 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. 3.7 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." Finishing Stage 1 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 11 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 II, will be made at the unit price bid for each "Manhole (Stage II)" 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 II, will be made at the unit price bid for each "Inlet (Stage II)" of the type specified. 5.8. Junction Boxes Stage I. Payment for Junction Boxes, Stage I, 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 II, will be made at the unit price bid for each "Junction Box (Stage II)" 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 j3} 466 Item 466 Headwalls and Wingwalls 1. DESCRIPTION Off �l 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. t ) 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 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 erecfion 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. 1_ 694 fi �1 496 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 i Item 502 Barricades, Signs, and Traffic HandlingAff 1. DESCRIPTION Provide, install, move, replace, maintain, clean, and remove all traffic control devices shown on the plans and as directed. 2. CONSTRUCTION ` 11 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 retrorefiective 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 g 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, Controls 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 t_f 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 n 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. f _1 707 506 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 E 1 506 2.9. 2.9.1 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. Temporary Sediment Control Fence. Provide a net -reinforced fence using woven geo-textile fabric. Logos visible to the traveling public will not be allowed. 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 �j I? 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. t 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. 1 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 1/2 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 I_. 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. rl 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 r1i feature and ■ the lines, grades and slopes of the accepted embankment for the feature. "Earthwork 5.5.2.2. In Vehicles. Excavation and embankment quantities will be combined and paid for under - (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. f _ ' 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 6.4. 6.5. 506 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." 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 o, 1. DESCRIPTION ri _ 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, 1 ■ 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 „ 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 (Reflectodzed)," ■ 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. 818 662 1 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, Li 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 4' 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. _e i i I 4 g 820 E } 666 Item 666 - Retroreflectorized Pavement Markings to f D�vSEP =W„ 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 retroreflectometer 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 retrorefiectivity reading for each location where readings are taken. 3.2. Material Placement Requirements. Use equipment that can place: in 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 1 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. in Type II 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-B, 822 t E_ 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 1 1, 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 50°F. 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/m2/1x 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. i 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, "Retrorefiectorized Pavement Markings" of the type and color specified and the shape, width, size, and thickness specified as applicable, "Retrorefiectorized Pavement Markings with Retrorefiective Requirements" of the types, colors, sizes, widths, and thicknesses specified or "Retrorefiectorized 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 Y 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 II, 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 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 P) 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, slung 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. t 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. �N 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. INDEX OF SHEETS: INDEX Na, 1 SHEET ft TTTIE/INOIX _ _ 2 G.1 GENERAL NOTES 3 C-I CONSTRUCTION QUANTITIES 4 C-2 SURVEY CONTROL AND ALIGNMENT DATA 5 C-3 DOTTING UTILITIES PLAN 6 C-0 SITE DEMOLITION PLAN 7 C•5 TRAFFX CONTROL PUN ADVANCED WARNING LAYOUT 8 C-6 TRAFFIC CONTROL PLAN RINSE I 9 C•7 TRAFFIC CONTROL PLAN PHASE 2 10 C-8 TRAFFIC CONTROL PLAN STREET AND DRIVEWAY ACCESS DETAIL 11 C-9 DRAINAGE AREA MAP 12 C-10 STORM DRAIN PLAN AND PROFILE 50 LINE A, STA IOIOD1U00 13 C-11 STA 4HO TO OUTFAIL STORM DRAIN PLAN AND PROFILE SO LINE AS 14 C-22 STORM DRAIN PUN AND PROFILE SO LINE B AND C 15 C-23 CUT AND FILL PLAN AND DETAILS 16 C-14 STORM DRAIN STRUCTURAL DETAILS 17 C-15 MET AND OUTFPlI DETAILS 18 C-16 MUNICIPAL WATER RELOCATION PUN 19 C-17 STORM WATER POLLUTION PREVEMION PLAN)SWPPP) 20 C•18 MISCELLANEOUS DETAILS 21 C-19 CITY OF LUBBOCI( STANDARD DETAILS -UTNTIES 22 C-20 CRY OF LUBBOCK STANDARD DETAILS •STREETS 23 C-21 CITY OF LUBBOCK STANDARD DETAILS - STREETS )CGNT)) 24 8C.14-1 BARRICADE AND CONSTRUCTION GENERAL NOTES AND REQUIREMENTS 25 8C.14.2 BARRICADE AND CONSTRUCTION PROJECT LIMIT 26 SC.143 BARRICADE AND CONSTRUCTION WORK ZONE SPEED OMIT 27 SC-144 BARRICADE AND CONSTRUCTION TEMPORARY SIGN NOTES 28 9C-14.5 BARRICADE AND CONSTRUCTION TYPICAL SON SUPPORT 29 SC.146 SMRKADE AND CONSTRUCTION POSTABU CHANGEABLE MESSAGE SIGN )PCMS) 30 SC-117 BARRICADE AND CONSTRUCTION ARROW PANEL, REFLECTORS, WARNING LIGHTS B ATTENUATOR 31 SC-14.9 BARRICADE AND CONSTRUCTION CHANNEU2MG DEVICES 32 SC-14.9 W ICADE AND CONSTRUCTION CHANN:UZING DEVICES 33 BC.1410 BARRICADE AND CONSTRUCTION CHANNEUZING DEVICES 34 BC-1F11 BARRICADE AND CONSTRUCTION PAVEMENT MARpNGS 35 SC.1,12 BARRI(ADE AND CONSTRUCTION PAVEMENT MANKIND PATTERNS 36 LPCB-33 LOW PRNC OFILE CORETE BARRIER PRECAS BARREN (TYPE 1) 37 LPCB-13 LOW PRgiIE CONCRETE BARRIER PRECAS BARRIER (TYPE 2) 38 TCP2-5.18 TRAFFIC CONTROL PLAN NE N LONG TERM LACLOSURES MULTILANE CONVENTIONAL RDS 39 S[P065T5INGL SE BOX CULVERTS PRECAST 5'-0' SPAN 4D SCPMOSTS BOX CULVERTS PRECAST MISCELLANEOUS DETAILS 41 SW.DSTCE CONCRETE VIINGWALLS WITHSTRAIGHT VYING$ FOR O' SKEW BOX CULVERTS 42 8EPCP-24 REPAIR OF CONCRETE PAVEMENT)1 OF 2) 43 REPCP-14 REPAIR OF CONCRETE PAVEMENT )20FZ) T City Of Lubbock TEXAS 98TH STREET AND SALISBURY AVENUE DRAINAGE IMPROVEMENTS CI P: 92518.9243.30000 CONTRACT: 18-14189 J U LY 2018 A c. ', •Loa, one. �•,•.• i "0'ICT LOCA710N LJ C'A � .ewr,Ar,r 02013 GoO& MW O201B Ga.& SITE LOCATION MAP NOT TO SCALE rlortrH � EIS OL r-�i 2732 82n6 Street, Suite A Lubbock, Texas 79423 Ph_ _ (806) 686-2700 Web — w .free It — FNI PROJECT#: HAF15315 CITY COUNCIL DANIEL M. POPE -MAYOR JUAN A. CHADIS -DISTRICT 1 SHELIA PATTERSON HARRIS -DISTRICT 2 JEFF GRIFFITH -DISTRICT 3 STEVE MASSENGALE -DISTRICT 4 RANDY CHRISTIAN -DISTRICT 5 LATRELLE JOY -DISTRICT 6 CITY MANAGER: W. JARRETT ATKINSON DIVISION DIRECTOR OF ENGINEERING/CITY ENGINEER: MICHAEL G. KEENUM, P.E.; C.F.M. CAPITAL PROJECTS AND DESIGN/ASSISTANT CITY ENGINEER: JOHN TURPIN, P.E. M 07/19/1D18 ILA„ GENERAL NOTES FOR ALL CONSTRUCTION ACTIVITIES 1. ALL CONSTRUCTION, TESTING, AND MATERIALS SHALL BE IN ACCORDANCE WITH THE Can 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 LEAST48 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, CON 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, TXDOTSTANOARD 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. THE CONTRACTOR SHALL BE RESPONSIBLE FOR ALL REQUIRED CONSTRUCTION SURVEYING AND STAKING AND SHALL NOTIFY THE CITY OF ANY DISCREPANCIES PRIOR TO PROCEEDING WITH ANY WORK. 8. CONTRACTOR SHALL BE RESPONSIBLE FOR PROTECTING ALL SURVEY MARKERS INCLUDING IRON RODS, PROPERTYCORNERS, 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 COSTTO 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 ATAM MMES. CONTRACTOR SHALL CLEANUP AND REMOVE ALL LOOSE MATERIAL RESULTING FROM CONSTRUCTION OPERATIONS. THE CONTRACTOR SHALL TAKE ALL AVAILABLE PRECAUTIONS TO CONTROL DUST. 11. MEEXISTENCE 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 DRILUNG 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. IDIG-TESS 1-800-34 9377) THE CONTRACTOR MAY BE REQUIRED TO -- THESE FACILITIES AT NO COSTTO THECITY. 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. CONTRACTORSHALL BE RESPONSIBLE FOR FURNISHING AND INSTALLING ALL TEMPORARY AND PERMANENT TRAFFICCONTROL 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, CHANNELQING 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, EQUIPMENTOR OTHER CONSTRUCTION ITEMS ON ADJACENT PROPERTIES OR RIGHT-OF-WAY WTHOUTTHE PRIOR WRITTEN CONSENTOF TILE PROPERTY OWNER AND THE CRY, 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 ATHIS EXPENSE. 17. EROSION CONTROL DEVICES SHALL BE INSTALLED ON ALL PROJECTS PRIOR TO BEGINNING CONSTRUCTION AND SHALL BE MAINTAINED THROUGHOUTTHE PROJECT IN A CONDITION ACCEPTABLE TO THE CRY. 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 ATNOCOSTTOCITY. REPAIRS MUST BE PERFORMED BY A UCENSED IRRIGATOR AS SOON AS POSSIBLE. 19. ITIS THE CONTRACTOR'S RESPONSIBILITY TO MAINTAIN A NEATAND ACCURATE RECORD OF CONSTRUCTION FOR THE CRYS 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 DEPARTMENTOF LABOR/OSHA 29 CFR PART 1926, "OCCUPATIONAL SAFETY AND HEALTH STANDARDS -EXCAVATIONS." TRENCH SAFETY DESIGN, PLANNING, AND IMPLEMENTATION IS SOLELY THE RESPONSIBILITY OF THE CONTRACTOR AND IS BEYOND THE SCOPE OF THESE PLANS. 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. ALLCONCRETE JOINTS SHALL BE SEALED IN ACCORDANCE WITH TXOOTIOINTSEAUNG STANDARDS. SEE TXDOT CONCRETE PAVING DETAILS -JOINT SEALS SHEETJS-14. 24. CONTRACTOR SHALL PROVIDE A VIDEO OF THE ENTIRE PROJECT SITE TO THE CITY PRIOR TO BEGINNING WORK. 2S. CONTRACTOR SHALL COORDINATE WITH LP&L REGARDING SUPPORTING POWER POLES AND GUY WIRES AS REQUIRED TO CONSTRUCTTHE PROJECT. 26, 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 GENERAL NOTES FOR PAVING L ALL PAVING CONSTRUCTION, TESTING, AND MATERIALS, INCLUDING CONCRETE, REINFORCEMENT, JOINTING, AND SUBGRADE PREPARATION AND TREATMENT SHALL BE IN ACCORDANCE WITH THE CIT/'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 LANE$ SHALL BE INITIATED WITHOUTAUTHORIZ/ATION 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 CURRENT ADAAG 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 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 30-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 ME OWNER/OPERATOR OF THE OVERHEAD ELECTRICAL LINE TO MAKE ADEQUATE ARRANGEMENTS AND TO TAKE NECESSARY SAFETY PRECAUTIONS TO ENSURE THAT ALL LAWS, ELECTRICAL UNE 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 S. CONTRACTOR IS RESPONSIBLE FOR MAINTAINING ALL TRAFFIC CONTROL COMPONENTS TO COMPLY WITH THE LATEST EDITION TO THE TMUTCD. 6. CHANNEUZING DEVICES AND BARRIERS ARE CALLED FOR ON THE PLANS. THE CONTRACTOR SHALL SUBMIT PROPOSED CHANNELRING 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. S. ALL TEMPORARY SIGNAGE,STRIPING, AND BARRICADES ARE SUBSIDIARY TO THE TRAFFIC CONTROL PAY ITEM. GENERAL NOTES FOR STORM DRAIN 1. ALL STORM DRAIN CONSTRUCTION, TESTING, AND MATERIALS SHALL BE IN ACCORDANCE WITH 2O14 TXDOT STANDARD SPECIFICATIONS UNLESS OTHERWISE NOTED. 2. CONTRACTOR SHALL SUBMITA TRENCH SAFETY PLAN PRIOR TO THE PRE -CONSTRUCTION MEETING. 3. FLOWABLE FILL FOR USE BETWEEN CULVERTS OR HEADWALLS 5 SUBSIDIARY TO THOSE RESPECOVE ITEMS. GENERAL NOTES FOR WATER 1. ALL WATER CONSTRUCTION,TESTING, AND MATERIALS SHALL BE IN ACCORDANCE WITH THE CITYS CURRENT STANDARDS, DETAILS, AND SPECIFICATIONS UNLESS OTHERWISE NOTED. 2. CONTRACTOR SHALL SUBMITA TRENCH SAFETY PLAN PRIOR TO THE PRE -CONSTRUCTION MEETING. 3. CONTRACTOR SHALL NOT OPERATE EXISTING VALVES. CONTACTTHE QTYS PIPELINE MAINTENANCE DEPARTMENTTO 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 NOTEXCEED 80%OF MANUFACTURER'S RECOMMENDATION. GENERAL NOTES FOR EROSION CONTROL AND STORMWATER 1. STEEL POSTS SHALL NOTBE USED TO INSTALL EROSION CONTROL MEASURES WITHIN CITY ROW. 2. NO EQUIPMENT SHALL BE CLEANED ON-STIE, OR OTHER LIQUIDS DEPOSITED AND ALLOWED TO FLOW OVERLAND OR SUBTERRANEAN WITHIN THE UMITS 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. PUBLIC UTILITY CONTACTS: TELECOM SERVICES AT TTEXAS-KYLEKNOX 2010 AVE R, ROOM 302 LUBBOCK, TX 79411 PH: (906) 741-6256 KYLE.KNOX@ATT.COM ELECTRIC SERVICE LUBBOCK POWER AND LIGHT - TARED HUSE P.O. BOX IOS41 LUBBOCK, TX 79408 PH:(806) 775.2515 JHUSE@LPANOLCOM CITY OF LUBBOCK: MICHAEL G. KEENUM, P.E.; C.F.M.- DIVISION DIRECTOR OF ENGINEERING/ CITY ENGINEER 162513TH STREET LUBBOCK, TX 79401 PH: (806) 775-2343 JOSH KRISTINEK- SENIOR CIVIL ENGINEER 162513TH STREET LUBBOCK, TX 79401 PH: (806)775.3397 CABLE TELEVISION SERVICES SUDDENUNK�KADE THEIF RD 671D 14ARTFORD LUBBOCK, TX 79413 PH: (806) 771-6211 KADE.THETFORD@SUODENUNK.COM NATURAL GAS SERVICE ATMO ENER Y-LYNN GREEN 6606 66TH STREET LUBBOCK, TX 79424 PH: (806)687.7130 LYNN.GREEN@ATMOSENERGY.COM JOSH FWD -CHIEF INSPECTOR 162513TH STREET LUBBOCK, TX 79401 PH: (906) 5484152 PERMIT CONTACT INFORMATION: SWPPP TRENIA HARRIS ZO 775.2347 JOSH FWD (806) 548-4152 CLAUDE KNIESLEY (806)775-2347 ��$$�tV{{,fpfp9gE «3Sf W Z uj Q Z } Wc G In W W co (AoO O = Z In 0. Q cc Z W W Q (� Z � Q W C Q cc In O L 00 cn 61 u3iNFBFf +P«NN N4c� N LE gY W Z W In H Q Z _W F >- LupZF- W Q o� O (J 3y a Z O O� �Z W uQ ua z N Q .G DD e a�n L V e SUMfMPV Oi MISCELLANEOUS ITEMS n �eYryry PwA cc� 5c% 9 e y Ny �C e� SNEET 1 C-1 SE4 3 SLMTMMY OF PfMOVAt FIEMfi LOCATON TxDOT hDOT Oa Tx00T 04 LxDOT hDOT 46 hDOT 4 TxDOT 46 REMOVING REMOVING REMOVING 6TA8 RFMOW NG CONC K.R. CONC BASE AND MPH PEMOV STR REMOV STR REMOVE STR CONCIPAV) qND GUTTER) ISIOEWALNSI OqV I]"1 (PIPE) (80%CULVEgn IRNV 5Y LF SY SY LF LF U C-4 17 303 31 286 36 31 40 PRO�RTOTALS )) 101 37 286 35 21 40 SUMMRRf Oi ROADWAY OFMS Locgnon col ROADWAY col R ADWAY EOL WAY hOOi ixoor 450 col R WAV COL N)W Y tt00T tt00T 6 poor FlE%ISLE BASf (CAVCXE)16"1 A9PHAlT STA&UIED BASE (6.) LYPED HMAC 13'I CONC PAV IlOINT REINFI 19"1 PAIL (HNVDRNtNTY BI LONG NRBB GLTTIER CONC SIDEWPIKS REFLPAV MRK irI (W)4"(0RK)(]OOMIL) PEFLPAV MRNrI In0"IBRNI(IOOMILI REFI PAV MRK ttI (na`(S1D11100MIV SY SY SY SY LF tf SY li LF U C-10 286 286 286 >) 40 SOS 29 950 )00 3136 PROIERTOTALS 386 386 286 )] 40 301 39 950 784 3136 SUMMPRYOf DMWAOF OEMS tOGTON TxDOT 40 ttDOT 43 Tv0pT TVDOT 46a T%DOT 46 T%DOT 4 hDOT 4 TRENCH PRCAVATION OrernoN PIPAAP aONC)15INI CONC BO%CULV ISR%4 FTI RC PIPE ICI I111(24 INI CONCRETE INLET CONCRETE C0.05SCLRVE0.T CONNECTION 00% WINGWALL(SW- 01(HW�J F1] LF a LF tF w w w C-10 363 353 1 C-]I 467 5 461 1 C-11 38 5 38 13 1 GI6 31 PPpHR TOTAL6 879 SO 858 33 1 3 1 1RAFFK CON1NOt IFEMS IOCATON TxDOT tt00T hDOT h00T hDpT h00T h0pT TxDOT TxDOT TxDOT hDOT BARPICADES, BIGNS AND TRAFFIC HANDLING POPTCIB IFUR BINSTNLOW PROFNTYI) PORTCTB IFUR RINSTIILOW PROfNIY Z) POPTCTB (MOYFIILOW PROFI(TY tI PORTCiB (MOVE)(LOW PPOf)(N 2) PORTCTB IREMOVEI(LOW PROf)ITY lI POPT CTB (REMOVE)(lOW OgO1l(rY2) WN 2N PAV MAK REMOV IWW`(6LD) WN),N PAV MRK PEMOV IYpyBRK) WKZN PAV MqK AEMOV M4'(Si0l EDM fMPAV MRKPMPKSI 4"I MO U V ti Li 1F LL LF LF V LF O6 Thr0u hC-B 4 46 520 40 1530 600 2410 2383 C-1 620 40 520 40 1]90 140 2990 2487 PPOJECTTOTAIB 4 520 40 920 40 520 40 3320 1340 6360 MTO SUMMARY OF EPO6KK2 CONTPOL ITEMS LOCATION T%DOT Tx0pT 4 TxDOT hDOT h00T 6 TxoOT Tx00T BLOCK SODDING ORILLSEEDING (FERM)(URBPN) awn ROCK FIlTF0. DAMS (INSTAtU (tt3) POCK FltTfq Dgg361REMOVE) TEMP SEDMi COM FENCE (InSTAW TEMP SEOMT CONiffNCE (REMDVE) TEMP 6DMT CONE FENCE (INLET PROTERIONj SY $Y LF U LF V LF Ol) 30 2193 73 72 1216 1235 36 PROIERTOTgLS 20 2192 72 72 1215 5215 36 LOCATION h00T S10 Tx00T 132 COL MISC COL M19C COL WATEP LINE COL FITTNGS IXUVATON (CMANNEU FMBANKMEM (FlNA13IORD COMPNTYA) PN/A FtOWABU: i1LL WRIER LINE IB"PVCI FITTNGS CY CY pN/A CY tF l8 ALL 1 100 C-ID E69 C•11 373 436 036 21 1B5 PROIFCTTOTALS 642 436 1 300 21 185 Ir'I----• r'-�--"'� .-......-• Y--'^ r---�: •------'•. •ter-"-"�., ^� �� ��` '�� __. L 323578 NAVD88 " -_`-- am) ----_- �L ., 9m STREET �� V t C t LM �p5 n� r k 6 � �? u L7 u k. F SO LINE A NO. LENGTH BEGM END UNE/CHORD DMERIOH STA. 10+00.00 STA 10+12.19 Ll 12.19 N • 7249192.18 N • 7249204.34 M3' 43' 4299"W E • 929543.75 E • 92954296 STA 10+12. STA 10+70.55 L2 58.36 N • 724920434 N • 724922745 NEW 33' 5655'E E • 929542.% E • 929596.51 STA 30+7095 STA 10+9933 Li 2IL73 N • 724922745 N • 7249229.00 NRT O6' 45AVE E • 929596.51 f • 929i535 STA. 20+9933 STA 11+98.27 W 9895 N • 7249229.00 N • 7249UL" SW 47 26.24"E E • 929625.25 E • 92977420 STA. U+SL27 STA 12+53.39 t5 55.32 N • 724922D.64 N • 7249226.19 $87' 27' 1160"E E • 929724.20 E • 929779.26 STA 12+53.39 STA. 13+16.79 Le 63.40 N • 7249226,19 N • 77,49224.67 581P 37 28 STE E • 929779.26 E • 929942.64 STA 13+36.79 STA 1347311 0' %.42 N • 7249224.67 N • 7249224.11 SW 25' 33.68"E f • 9n"7 E • 929899.06 STA 13+73.21 STA 14+9129 Le 318.08 N • 724927,4.11 N • 7249219.70 58T SV 35A2E E • 929899.06 E • 930017.06 STA 14+91. STA 19+56.65 L9' M5.35 N • 7249219.70 N • 7249M8.57 S88' 15' 17.83'E E • 930017.06 E • 99036L24 STA 23+56.65 STA 19+66.65 UO 30.00 N • 7249203.57 N • 7249208.10 SBT 18' 03.27'E f • 93038124 E • 930392.23 • AUGNMENTINFORMATION BASED ON AVARABLE DATA; PROPOSED CULVERT IS TO BE NSTALLED PARALLEL TO OOSONG CULVERT. M THE EVENT OF A DATA DISCREPANCY, CONTRACTOR TO NSTALL PROPOSED SOX CULVERT ATA 1' OFFSET FROM THE D STNG CULVERT. SO UNE 8 NO. LENGTH MGM END UNEXHORD DIgfCTgN STA 20W0.00 STA 20+0998 LLL %S7 N • 724919490 H • 7249204.41 N6' 35' DL54'E E • 92%24.41 E • 92952591 STA 20+0998 STA. 20+2A07 L12 18.50 N • 7249204.41 N • 72492=76 N66' 34' 00AO"E E • 929525,51 E • 92954L48 STA 20+28.07 STA. 20+95.19 L13 57.12 N • 724921L76 N • 7249234.48 N66' 33' SBSS"E E • 929542.48 E • 92n%.89 SO NNE C NO. LENGTH BEGN END UNE/CHORD DNECTION STA 30+0135 STA. 3D+216 L14 1191 N • 7249202,99 N • 7249194.04 541' 17' 2992E E • 92950498 E • 929S1194 STA 30+13,26 STA. 30+32.97 L35 19.61 N • 7249294.04 N • 724919171 S83' IV 12.53"E E • 929511.B4 E • 92953L41 STA 30+32.87 STA. 30+37.64 L16 4.77 N • 724919171 N • 724919L04 581' 56 3296'E E • 92953L41 E • 929S36.13 STA. 30+37.64 STA 3+02.24 L17 64.60 N • 724919104M • 7149181 SW S9' 2731"E • 929536.13 E•959E 3 m u0 �� 93049084 LLl 2 A D r C Lu Q Z H �W > �a 00 96tti� r'A j N Z W Ca L 0 Q 0 Lu 0 W Z oG Q - LLIcc Ln H Ln 0 t 00 Q3 IN 0® SHflT SCALE N FEET C-2 Sf0 4 fl! � E III L5 �1 III � E t t I�i li I ij1 i� I I ,• tli 1� II Ifl f II ! III Iti II I I ! jIPi 1� 11 rl fJ � IIE I I I i II I� I f jti I; I f! III fI I 1 ill I$ 11 3 ilf R I I I iijl li � I t III 1 � i I�i 1( II � tII l I I I i Fig � i I I Ili � I I tIt II !€I II III I I I �1 • f tl i , lit I ! I I i ttrl!! i 1 I 5s` It tt I a 1 ! r t ,l j _.... ...- SAUSBURY AVENUE F i � A t I I V J i$1 I t" / t II it l MATCHLINE IE I I v II < z E I 3 z z m m z m m m P z z z z o rn o c z z z z �' z m O O O O D O y Z m y r ~ r � nyr m A r pCp ti y O m A n y z m � 3 °z A z z GN OE LUBSOCK 98th STREET AND SALISBURY AVENUE EXISTING UTILITIES PLAN m JE\i\\III,\ p F r r N I 1 y W ZI ICE n+� m i -A LU Q Q I N I 1 I tJJ ° ; ..,,, `^--.. ""•.. "' REMOVE ANDDISPOSE OF ALL CONCRETEIASPHALT - Lu N PAVING WITHIN LIMITS SHOWN REMOVE AND DISPOSE OF 57 L.F.} u O _. 9 TH __._ .-- STREET "~�y OFCONCRETE CURB AND GUTTER mJ o REMOVE AND DISPOSE OF 24" RCP STORM SEW ER PIPE ^ ~ "" is` / JDg °'%" 1 ut� 1 _ ZW CC L uj u r"""--OX' '- _ (t35 LF.)AND 5'X4'BOX CULVERT(l21 L.F.)TO LIMITS SHOWN m---'v '� ..., . lBsl"�� ", / / ~ ~ - ` '----"`'- �. EXIS E BE RELOCATED P STING LIGHTiREE-&r`G-1 `' - Q h Q W Z ~ 1 -- SEE PUBLIC UTI '- N ° SAWCUT CONCRETE PAVEMENT 10 ATNEARESTJOINT i "' •r SAWCUTCONCRE7E PAVEMENT .e ATNEARESTJOINT CONTACTINFO 'r,,,'�,, CONTRACTOR TO PROTECTADJACENT BRICK WALL DURINGCONSTRUCTION ACTIVITIES I '^�� '`..� 00 . REMOVEAND DISPOSE OF ALL CONCRETE CURB AND GUTTER(330 LF), FIA7WORK AND SIDEWALK WITHIN LIMITS SHOWN REMOVE PEDESTRIAN HANDRAIL PI TABLE FOR REMOVAL LIMITS a L $iY 3e.R ;E m S Net Y �e� 0 10' 20® ' SNEET C-4 SCALE IN FEET Uo. 6 (NAD83) POINT4 DESCRIPTION NORTHING FASTING 309 PI 7249226.0034 92%25.3228 301 PI 7249186.2605 929494.5254 102 Pi 7249180.9219 929534.3995 303 PI 7249195.4299 929536.9434 104 PI 7249192.1OR 929557.3407 105 PI 7249203.2140 929599.5720 106 Pi 7249203.8407 929555.2724 107 PI 7249206.5833 929555.6721 106 PI 72a922s.5852 929597.2055 110 PI 72a9224.9575 929739.5248 PI TABLE FOR RE OVAL LIMITS (NAD83) POINTp DESCRIPTION NORTHING FASTING 111 PI 7249220.0044 929754.7832 112 PI 7249238.]239 929703.8469 313 PI 7249239.0046 929625.0189 134 PI 7249237.4500 929594.1974 115 PI ]249208.1042 929526A926 116 PI 7249231.3821 929497.1382 177 PI RCP 7249203.0980 9295D3.7441 338 PI CULVERT 7249201.1770 929543.1673 119 PI NIVERT 7249215.6682 929551.4875 SLIDE RD WAYNEAVE VICKSBURG AVE -'"i m G170 M 1- Zzm sthz� �G) > Uf D UTICA DR '� N ® UTICA AVE rl m TOPEKA AVE SAVANNAH AVE m A 3 C �' v m ''AArN V, SALISBURY AVELn 3 Zy � D Y DO o A O Z CAI� rn v � z �o UAKFRgVf a QUAKER AVE a, A w N ORLANDO AVE ORLANDO AVE P na �a, x�ss3ss CITY OF LUBBOCK 98th STREET AND SALISBURY AVENUE FREESE �/m n DRAINAGE IMPROVEMENTS MOKHOLS �Iw806)eeo-zro0 =, 02� TRAFFIC CONTROL PLAN;"' �+� 0 19rotmlrrAmtl3fbl.i¢N9ml. N- T-pL�AOVgNQOWMNING ADVANCED WARNING LAYOUT Jf��j��EN %�Mi Ol/19/Ml8 s 9oi 0�7o N TRAILER MOUNTED FLASHING ® SEE DRIVEWAY AND STREET ACCESS DETAIL ARROW BOARD (TMFAB)PORTABLE FOR BARRICADES IN FRONT OF DRIVEWAYS CHANGEABLE CHANGEABL(PCMSE PORTMESSABLEGE AND CROSS STREETS TYPE III BARRICADE z a U 3 (� BEGIN CHANNELIZING DEVICES CHANNEUZING DEVICES 98TH STREET E W v BUFFERD PJ Q a S i 2 TMFAB Fj aTMFA8 6 0 $ � a � a _ a z S u H a I• a w DEVICES DO 498TH STREET I a ( X TMFAB END CHANNELIZING DEVICES CO Sod 32W PCMS BUFFER LANE DROP 31'ZLANE to 15'�NETTGJ c G 98TH STREET ' INSTALL REMOVABLE WORIC!�TEMPORARY STRIPING CHANNEUZING DEVICES TCP SECTION A -A N.T.S. .LOW PROFILE CONCRETE BARRIER N 0 50, 100, 200' SCALE IN FEET ('1m C-6 8 TRAILER MOUNTED FLASHING ® SEE DRIVEWAY AND STREET ACCESS DETAIL ARROW BOARD (TMFAB) FOR BARRICADES IN FRONT OF DRIVEWAYS PORTABLE CHANGEABLE AND CROSS STREETS MESSAGE SIGNS (PCMS) TYPE III BARRICADE BEGIN CHANNELIZING DEVICES 3 O CMANNEUZING DEVICES BOTH STREET F a W « « « LANE DROP BUFFER smiFT Q a 7E JE TMfAB PCMS a z _ u a 6 C 98TN STREET � 1 12 11 11' 11' LANE PANE s� IANE i a 4 I TCP SECTION B-B INSTALL REMOVABLE WORR20NE TEMPORARY STRIPING N.T.S. LOW PROFILE CONCRETE BARRIER 1 R aaryoll W Z W N QZ Z `r W g _� a W J m uNO W tV 3Q a Z Lvu) Q �Z IWInn oLL a VQ y WZ LL CC F N � L 00 OT "a co i N SCALE IN FEET TYPE 3 98TH ST STREET AND DRIVEWAY ACCESS DETAIL OFF AREA _...._.._LIZING DEVICES TO 8E ARRANGED IN FIELD *------CHANNELIZRlG DEVICES SHOWN AS CONTINUOUS IN PLANS FOR SIMPLICITY NOTES FOR EACH DRIVEWAY, THE CONTRACTOR LSTO DETERMINE THE APPROPRIATE UM ITS OFCHANNELIZING DEVICES THAT SHOULD NOT BE INSTALLED SUCH THAT THE CONTRACTOR AND CROSS TRAFFIC ARE ALLOWED CONTINUOUS ACCESS IN A MUTUALLY BENEFICIAL MANNER CONTRACTOR TO INSTALLSIGNAGE DENOTING COMMERICAL DRIVE ACCESS FOR EACH COMMERICAL DRIVEWAY AS SHOWN. DRIVEWAY LL J z Z W F- H N }W gw CC a u m� J 0 Q ica } O Lu O<L LL WZ Q o LUCC Z ww a N � W L ui 00 Cr CM N ,J � W LEGEND ttf oaTN DRAINAGE AREA DESIGNATION aunt AREA (ACRES) DRAINAGE AREA BOUNDARY FLOW DIRECTION w Z wN Q~ w a >- cQc Q w �> O G Q w J cr 3N a cc Q op w _ Lu � Z_ Q C9 wa a cc H Q N Q L co co 01 N 0 400' 800' 504E M+ FEET APPROX. EXISTING INSTALL PER MULTIPLE UNIT PLACEMENT DETAIL GRADE FROM TXDOT STANDARD SHEET SCPMDS73 ----�"--- — PROPOSED 4'%5' PRECAST BO%CULVERT EXISTING 4'Xs' PRECAST BO%CULVERT mm.1ti o[icnouxa unlm UxesM APGMro4R TO CONsiPx 4R GxxWM 1 SECTION A -A NOT TO SCALE _ ----------.--------- VPI STA 1W70.55 \ �., .•• ..,. ,,,, ,., .. . ..,,.".. INSTALL: '. 0 SEND .. ..., PI STA 10+16.9 . .. + ,. BOX CROSSOVER ::.CONNECTION -. sr' ._._.. �.-.::,.._-h..,.�._ .. �.s .....,. ..—.SO+Hff*:—VX4LRE&—+_ -, ...�__®.._ - ,.... :.., ..... .. .,-._..._m .'..—_— e--_,__. _.m ..—_—_.®. .,..... ,.,.. - SO LINE 6 F .,... ISEE SHEETC-12)) . •, 'ems ,. ........,.." N .. ., -..SDU PI STA 10x12.19 iSEE SHEET 2� ,. <� .`'' INSTALL: 1-5'X'4'X45'BEND 9$�-h .. '.. ,. % -,..� R Z .. .. ::. .• .. ... �„ , ..... .., PI STA laoe.ao CONNECT TO ..i ~ " - -----,_ ' EXISTING 57C4 RCB STA 10+00 BEGIN SD -A PEIOCATE06"PVC WATER VM IlRIV A L V 'I N o zs' s• 10' SCREE IN FEET VERTICAL 9+50 10+00 10+50 11+00 11+50 12+00 12+50 13+00 13+50 1400 W LLJ Z O ui N u- O r w a O j Z O ac EO QLA O mJw ZO+ Q a rq < oaf 0. �QLu ZN 1— Q oac Q' w Z 0 ul cc Z 1—a' �J s� 00 00 1� 01 APPROX. EXISTING CAViWNIII GRADE EXISTING 4'XS' VN. PROPOSED4'XS' MIN 1.01 -NUIN PRECAST BOX CULVERT COVER PRECAST BOX CULVERT .J.' SUOPE10 EXISTING _G AOE ,_._ O INSTALL PER MULTIPLE UNIT PLACEMENT DETAIL FROM TXOOTSTANDARD SHEET SCPMDSTS /-x-\ SECTION B-B N TMSCAUE - - - - - - - - - - - - - - - - - - - - - - - - - - - - Y. - - - - - - - - - - - - - - - - - - - - - - - - - - - MINIMUM l.O'C VER ON + EXISTING HEADWALL 8 PROPOSED CULVERT TO REMAIN 1:7 SLOPE TO EXISTING GRADE CONS... TXD T HEADWALLSW-0 Z 3230 3229 3226 PI STA 18.66.651 "TIN. 4'XV .0 PROPOSED I, __tPXR.P.SE. 4'XS'BXXULVERT LIMOS OF EARTHWORK CULVERT 8 CONCRETE RIPRAP TO MATCH E%ISTING. CONCRETE. SEE biwLiKErc-ii fil PI STA 20+37.89 """ CONNECT TO / .. .._ .... EXISTING S'%'4 RCB " PI STA 11,01,18 -... ., INSTALL: 1-5'X4'X45'BEND ., ,•..JJAOL... n S'X4'RCS NOTE: -'" FOR INLET, INLET CONNECTIONS AND CULVERT PI - CONNEC770 STA 20+0000 �, 0 '� CROSSOVER INFORMATION SEE SHEET C-14. PROPOSEDWLET ''"�-' s� PI STA 30+00.00- -� @ CONNECT TO - . V ••.e •* EXISTING 24 RCP - - PI STA 30+01.35 INSTALL: '`- o "' PI STA 10+33.9 BO%CROSSOVER 1-24"%45'BEND CONNECTON OVERHEAD POWERPOLE ORDINATE /SD LINER AYSE WITH LP&L AS BRACING MAY BE NECESSARY 4" PI STA 30+37.60 PI STA 3G+13.26 INSTALL: CONNECTTO EXISTING INLET .. �' ^-�.,,� i-24"%45' BE PI STA 30+32.85 PROPOSED 8"WATER LINE RELOCATION ISH-SEC- ) CONNECT TO PROPOSED INLET PI STA 30+18.27 u' CONNECT TO PROPOSED INLET SD LINE B 3245 3245 3240 10LF 514 RC801.16% 28LF S'X4' RCB ID 116% 3235 _.._.. "" ...... k ... .., STA 1_�} 39 ,,. BOX CROSSOVER CONNECTION 3235 :TNG EMS S%4 RC6�028%° •• '•. ,•, , e .3230 3220 ..-.. ._3220 CA TIN B Im w...,...a¢° 3215 mGx s 3210 I 3230 3203 �."'36"RCP 3205 ........... ... ...._ ., .� ...... .... . 50 ..,.,, , (APPROXIMATE OEPTNI 3200 i... 3200 19+50 20+00 20+50 21+00 29+50 30+00 3210 IN 30+50 31+00 EXISTING OVERHEAD AND UNDERGROUND UTILITY LINES IN UIEA° CONTACT UTILITY 48 HOUR: PRIOR TO CONSTRUCTION uj LLJ Z W N LL Q Z CL 1- LiJ C. cc cc w o V Z p CO Q Q Z J Z Q �a gm o� aW ZLLI ZZ W Z N cc LA Q 0 t 00 M Im sY. �}NO N 1 1E & o l E IN FEET .SHEET 2u AL ao C-12 SEp. E IN FEET 14 )2 \ �f I$ (■ AM- § ; § Aq$ STREET ANDSL,Bum AVENUE 9 DRAINAGE IMPROVEMENTS IFIR, �7s cT� DFILPLANAND D�AIa -� , } n MANHOLE RING ANO MANHOLE RING AND COVER PER CITY COVER PER CITY SPECIFICATIONS . 44® 6"T&B SPECIFICATIONS e■r !!B!PRECAST I BOX 1 X4- 6 T&B SECTION AA SECTION B•B B 4 -0"�®.............._,_........___� MANHOLE RING AND COVER PERCITY SPECIFICATIONS o — o STD, 90'HOOK B4 W 6" O.C. 18" BEYOND BOX FOR CAST -IN -PLACE CULVERT CONNECTION STD.90'1iOOK CONT. WALL REBAR m NOTE: DINED ACCORDING TO AASHTO LRFD SPECIFICATIONS. ALL CONCRETE SHALL BE CLASS A "C" WITH A MINIMUM COMPRESSIVE STRENGTH OF 360O PSI AND SHALL BE PLACED ACCORDING TO THE ITEM, 'CONCRETE SUBSTRUCTURES". 9 --EJ PLAN PROPOSED TYPE-1 INLET STRUCTURAL REINFORCEMENT DETAIL SCALE:IS"•1'-D" .A. .3. .A. 2-0" TYP E%TIIA BARS EQUIV TO BARS CUT MIN AT RECTANGULAR OR CIRCULAR MIN OPENING ADDITIONAL DIAGONAL BARS, SIZE TO MATCH THE SMALLER SIZE Of OPENING MAIN REINFORCING, EACH FACE OPENING RECTANGULAR OR CIRCULAR OPENING SQUARE OPENING NOTES: 1-DI CONTINUE TYPICAL REINFORCING ATOPENING. 2. PLACE ADDITIONAL BARS IN SAME ORIENTATION AND POSITION AS BARS CUT BY OPENING. PROVIDE ONE SET OF BARS FOR EACH LAYER OF REINFORCING CUT. 3. "A". TOP BAR EMBEDMENT LENGTH (24" MINIMUM). PROVIDE STANDARD HOOK IF FULL EMBEDMENT LENGTH R NOT POSSIBLE. 4, REINFORCING STEEL IS TO BE CARRIED ACROSS ALL CONSTRUCTION JOINTS. 5. SEE MECHANICAL AND ARCHITECTURAL DRAWINGS FOR SLAB AND WALL OPENINGS NOTSHOWN ON STRUCTURALORAWINGS. 6. ADDITIONAL REINFORCING MAYBE OMITTED ONLY WHERE OPENING IS FRAMED BY BEAMS OR WALLS. T. ADDITIONAL REINFORCING NOT REQUIRED WHEN SPECIFIED REINFORCING Is NOT CUT. 8. ALL REINFORCING SPACING SHALL BE GREATER THAN 3" CENTER TO CENTER. TYPICAL WALL OR SLAB OPENING ADDITIONAL REINFORCEMENT NOT TO SCALE STD 90' HOOK IN SLAB ADDITIONAL R4 @ 6" O.C. STD 0'6 FT y k3 TIES( pBARS DETAIL A SECTION 1 SEE DETAIL A THIS SHEET T&B REBAR FROM PRECAST CULVERTTOEXTEND INTO CAST IN PLACE JUNCTION BOX, MIN 16" (T1'P.) PROPOSED CULVERT CROSSOVER JUNCTION BOX - PLAN SGIE: i5"^i'-0" PROPOSED CULVERT CROSSOVER JUNCTION BOX SECTION B406" EW, EF W Z W N a 7- W J W Z W Q d Q N 0 - c z ua p Lu L� Lu CC Cr Q N L~i1 p 00 s 01 _ 4 -~D,-~ - MA'Fp� E%ISTING I I MATCH EXI57�NG JAW GUITESAp�5SFE DGEOFCONCRETE CN/) M,rAi l�f•INl[tMVLL PRINLET'D�-•.. PROPOSED$' CONCRETE W L "aST' IMLET D 1 PROPOSED INLET DETAIL ILI SCALE: 1•-10' DORM CONSTRUCTION) PEDESTRIAN HANDRAIL 0XDOT TYPE B) MANHOLE RING AND V CONCRETE PAVEMENT TO CDVER PER CITY BE REMOVED AND REPLACED SPECIRCA7*N5 ACCORDING TO TXDOT STANDARD REPO•-16 NRET OPENRlCr . 31 � I S'CONOREIE RIPRAP t PAOPOSED T5 S'%LS' TYPE -I INLET SDUNEC 1A' RCP CLASS IX I =� � I 11 I� � _ —�---- ----. ------. SD LINEB S'X�' qCp : -- --- SECTION D-D SCALE:1••Y DSTM A -- --- _ -- TER %D .0 / MATCH PROPOSED TQE r' •�'; 'lIW a CULVERT OUTFALL RIPRAP DETAIL SCALE:1•-10' FLOWASLE FRL SUBSID J TO WwGWALLOWA11ATPON PROPOSED{'%i'PRECAST MpL EIDSTING 176• PRECAST 90 CULVERT COVER BOXCULVERT _ EMSTNG HEADWALL SPADE TO REAIARI -1:75LOL'ETO E%IST �— — ___ � LN � APMO%. E%6TMG GRADE r — — — — — — ------ 1 r ppppPP—ppS5—�[pp—T1(DDT 1 I I I IJ WwGLVALL sW-0 LL--------------------.i SECTION AT CULVERT OUTFALL HOT TO SCALE lit W Z W aH ~ 7. W CC 2 J W LL '^ 0 Q a 0 Ln p H ZW Q� Q Z H W J 1Z = N Q L a+ RT V Q!uE '"'_'n ""` '•-'...,.�.il1iE� <�nW.. C rL :7 T _ _ CAUTIONIII V EXISTING FIBER OPTIC LINES IN AREA CONTRACTOR TO LOCATE PRIOR TO CONSTRUCTION Lij v V v'vV co zIn Lu APPROXIMATE EXISTING GROUND ` a TOP OF PIPE 4'-0" MIN. _ `a FROM EXISTING GROUND — 0 TOP OF PIPE 4'-0" MIN. 24" RCP DESIGN FL �L FROMEXISTINGGROUND ATWATERCROSSINGv 3230.31' ---...� AT BOTTOM OF RCPm 3230.06' --,.--.-.v._,_.._ TOP OF PIPE ._..,., ...._, TOP OF PIPE ,._......_.........__._.._._._...._.._. ELEV .3228.a ELEV"3228.31 RETE ® 98TH STREET PERCITYOitUBBOCKSaTANDARD DETAIL PLATEW-3 WATER LINE VERTICAL EXISTING 36"WASTEWATER LINE 1 CROSSING DETAIL • w EXISTING 36" 4 NOT TO SCALE STORM SEWER LINE W "' .... NOTE: WATER LINE TO BE INSTALLED WITH A 2.0' MINIMUM VERTICAL CLEARANCE EXISTING CONCRETE "- �'' BELOW PROPOSED 24" RCP STORM SEWER LATERAL. FOR STORM SEWER LATERAL PAVEMENT CUT•IN CONNEC ION TO EXISTING B" PVC WATER UNE 6 EXISTING S" PVC WATER "' '- ,. '� / ELEVATION INFORMATION SEE SHEET C-12. VOID SPACE BETWEEN WATER LINE ` MUSrTIE-INwiTH N LIMITS OF CONCRETE PAVEMENT REPAIR /// UNETOBEREMOVED .'' P�� ' AND STORM SEWER TO BE BACKFILLED WITH FLOWABLE FILL PERCITYOFLUBBOCK -- a W-1 F . IN TALL B �pce gYK.- STANDARD DETAIL PLATE W-3. ... i 1 INSTALL: SrTS BENO ., — _ PROPOSED 24" RCP STORM SEWER LATERAL -~*. °' PROPOSED wATERuxEif21LFJ I ... WATER LINE SUMMARY LINEW"1 8" DR 18 PVC WATERLINE G.00.REMOVE EXISTING 90'BEND, CONNECT TO EXISTING B" PVC WATERLINE OVERHEAD POW RP --. 2.0'MIN !`T'`= CLEAR .../ p -" l EXI571 `^ OM2.2 8"90'BEND COORDINAYBEINECESS A5 BRACING MAY BE NECESSARY $TIP. 0+02.2 W-1 .,,,�_� `.;�`., Gg.",P, VC WATER LINE '' �FIE�"" 0.17.8 8"45'BEND -""^- LIP-••• 0+20.9 8"45'BEND; NORTH: CUT -IN CONNECTION TO EXISTING B"PVC WATER UNE $TA.0"0.0 W-1 LOCATE EXISTING 90' BEND. ONNE --. TO EXISTING 8" PVC WATER UNE PROPOSED S'X3S' INtETSTRUC URE CONTRACTOR TO PROTECT EXISTING BRICK WALL DURING CONSTRUCTION N o lo' zo' SCALE IN FEET 063 w zz z a t� � Z Q z O >- w m> O J uj Na p � w < ui a W J Z h s a N p U_ � Z CTT a�i -1 I 3 .- Lon L, 2 U, 2 SALISBURY iL AVENUE j: i; :A 2 MATCHLINE ANN— A ff C OF LUBBOCK 98th STREET AND SALISBURY AVENUE DRAINAGE IMPROVEMENTS TAKHOLS to STORM WATER POLLUTION d.� PREVENTION PLAN (SWPPP) r (CONCRETE (ASPHALT FINISHEDGRADE ROADWAY) ROADWAY) (UNPAVED) PAVEMENT R� RMENSION VARIES �/ ��/\<// \\/'UN DISTUR 1BACKFILL / I/ 1' PLOWABLE FILL' < ECUIVERTO .\.."... .'., CULVERT IIAIIAITOI OF 0 GPM/FT2 OFCROSSSECTIONAOLARA A TWO YEAR STORM FREQUENCY MAY GALV. WOVEN WIRE MESH -. 2 OPEN GRADED ROCK -\ 1 F. GENERALNOTES: 3. INSPECTIION. REPAIRS SHALL BE MADE fon A HOUT,, CONSTRUCTION RAFFIC DAMAGE, ETC OR REPLACED AS NEEDED DURING 2. ADDITIONAL INSPECOON SHALL BE MADE DAILY BY THE CONTRACTOR. WHEN SILT REACHES A DEPTH EQUAL TO 61NCHES THE SILT SHALL BE REMOVED AND DISPOSED OF IN A APPROVED SITE AND IN SUCH A MANNER AS TO NOT CREATE A SILTATION PRABLEM. 3`WHEN THE SI IN IS O APPROVED MANNEZED, THE ROR FILTER DAM AND ACCUMULATED SEDIMENT SHALL BE REMOVED AND DISPOx R. ROCK FILTER DAM DETAIL NOTTOSALE 2" MIN BEDDING ✓/yNx %/I/,//�/;l/?l/?\//% 2'MINTRENCX SILT FENCE FENCEVSPALOST STEEL FENCE POST WALL CLEARANCE -- CRUSHED ROCK BEDDING MATERIAL GEOTEXTILE .. FABRIC -. .- (MAX. WOVEN WIRE SUPPORT (12.SGAGEWIRENET 1. BACKFILL SHOULD BE COMPACTED TO ♦2% TO.2% OPTIMUM WATER CONTENTTO A MINIMUM 95% MODIFIED PROCTOR DENSITY. .vy, '* ;�r+� RACKING) 2. ALL BACKFILL MATERIALS SHALL BE IN ACCORDANCE WITH THE LATEST REVISION OF THE CITY OF LUBSOCK DESIGN STANDARDS AND SPECIFICATIONS. fy yp, ' MINIMUM V FLOWABLE FILL SHALL BE USED WHEN PROPOSED CULVERT IS INSTALLED FVO�I 6 TRENCH(SACKFILLED) PARALLEL TO EXISTING CULVERT, SUBSIDIARY TO THE CULVERT PAY ITEM. it FABRIC TOE -IN A) COMPACTED SUBGRADE/BACKFILL,9" CONCRETE PAVEMENT PER CCTV OF LUBBOCK SPECIFICATIONSR AND PER TXDOTCONETE REPAIR STANDARD DETAIL REPCP•24 B) COMPACTED SUBGRADE/BACKFILL, 6" FLEXIBLE BASE, 6" ASPHALT STABILIZED BASE, AND 2" TYPE C ASPHALT PAVEMENT PER CITY Of LURED R SPECIFICATIONS. ; SILT FENCE DETAIL C) COMPACTED SUBGRADE/BARFILL, DRILLSEEDING NOTTOSALE CULVERTTRENCH EMBEDMENT 1 AND BACKFILL DETAIL NOTTOSALE w uj N t 00 Lu N O W Z g v N L ell I II li L L r-t ur y i ! M� " roil p m 6 10 AW 115 su All c ffy O'LuBeocK 98th STREET AND SALISBURY AVENUE FREESE DRAINAGE IMPROVEMENTS MviimoLs CITY OF LUBBOCK STANDARD DETAILS - STREETS (CONT) sj E•¢o68 ii If io BARRICADE AND CONSTRUCTION (BC) STANDARD SHEETS GENERAL NOTESI 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 lone shifts and detours should, when possible, meet the applicable design criteria contoined in monuols such as the American Association of State Highway and Transportation Officials (AASHT0), 'A Policy on Geometric Design of Highways and Streets," the TxDOT "Roadway Design Manual" or engineering judgment. 6. When projects obut, the Engineers) may omit the END ROAD WORK, TRAFFIC FINES DOUBLE, and other advance warning signs if the signing would be redundont and the work areas appear continuous to the motorists. If the adjacent project is completed first, the Contractor stall erect the necessary warning signs as shown on these sleets, 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 medion 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 SC(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 ploque stall 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 trove[ 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 wean high -visibility safety apparel meeting the requirements of ISEA "American Notional 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 gorments should De considered for high traffic volume work areas or night time work. COLORS, FLUORESCENT YELLOW n $ BACKGROUND — BLACK BO »R ANO ORANGE FLUORESCENT — SACKORWD BLACK LEGEND BORDER AND SYMBOL ri . 7S'- WHITE o60 O O O O O O O O O 1.6e'.6T I. N". 6T 1.68' SI• I' 6.38' 1- .31- 8.38- 9' 4.9' 19.7' 1 6' 1 24. 5' 4.9" STAY ALERT _ 1. 2S- 2" 1. 25' R an TALK OR TEXT LATER 20" 1 20, 20, 3.4 12' . 8y2. 8' 1 I. T- .8' W. 3.0" Rodlue, 1. 25' Border, 0.75- inde,H, Slmk w Yellow[ [STAY ALERT) Font, D 3.0" Ru01ue, 1.25' BorOer, 0.T5- Inoent, Blo* an OronOsl (TALK OR TEXT LATER] Ft. C epeelfl d Iw,OMI 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.b(doLgov COMPLIANT WORK ZONE TRAFFIC CONTROL DEVICES LIST (CWZTCD) DEPARTMENTAL MATERIAL SPECIFICATIONS COWS) MATERIAL PRODUCER LIST (MI 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 T 1 7kw DfiP@ rg of hrl pwiledw BARRICADE AND CONSTRUCTION GENERAL NOTES AND REOUIREIrENTS BC( 1)-14 05.1e-14 9. 9.O7 T•13 YR SEC'... ti ir Ir 5 3/4' TYPE 4 1/1' � . . . . . . . 2- A 3 R 9 1111w 20 5/16 ----------------- NOITE: CONTRA" MY USE EITHER OF THE ABOVE SECTIONS. 3" TyPE"C7 NOTES 1. REINFORCED TYPOE *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. BE USED 2. 3W CURB AN GUTTER IS NOT STANDARD AND OSHkULODT Rr ONLY 8DEUVIWEDAONLY) WY'TrOH PERMISSION OF CITY ENGINEER. RENSED TYPICAL 30" CURB w cte> Or MAY 2014 AND GUTTER SECTIONS TLTas 36-10 TYPE r HMAc-\ J� ASPHALT TACK COAT, ALL JOINTS TO BE SAWCUT. 2- MIN., ASPHALT TACK COAT MINIMUM OF THE UPPER ir (18- MINIMUM ON THOROUGHFARE STREETS) OF TRENCH BACKFIU.- 1 1/2 SACK CONTROLLED LOW STRENGTH MATERIAL (FLOWABLE FILL) WITH PEA GRAVEL, IF USING COMPACTED BACKPILL. 00WI5ED SOIL DUE TO MOISTURE FROM A WATER LEAK OR RAIN EVENT BACKFULL COMPACTED TO 95%. MODIFIED PROCTOR(ASTM D 698) 2% OF OPTIMUMMOIRRE OONTENT,(MAX 6, LIFTS 0" U= ll I=wl:i UJI ACCORDANCE RD. THE ENGINEERS AND MANUFACTURERS RECOMMENDATIONS). No SCALE NOTE; ALTERNATIVE BACKFILL - 1. ALL MATERIALS AND CONSTRUCTION FULL DEPTH6F TRENCH BA6KFILL PRACTICES SMALL BE IN CONFORMANCE 1 1/2 SACK CONTROLLED LOW STRENGTH MATERIAL (PLOWABLE WITH CITY OF LUBBOCK PUBLIC WORKS ENGINEERING DESIGN STANDARDS AND FILL) WITH PEA GRAVEL. SPECIFICATIONS 2. GREATER THAN S' WIDTH LONGITUDE CUTS WILL REQUIRE PAVING REPAIR APPROVAL By THE CITY ENGINEER. ASPHALT PAVEMENT ity FEB. 2017 CUT REPAIRS Lubbock — TIM UEM-01 I O e BARRICADE AND CONSTRUCTION (BC) STANDARD SHEETS GENERAL NOTES: I. 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" (TMUTCDI. 2. The development and design of the Traffic Control Pion (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 Monuol" 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 neceasary 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. T. The Engineer may require duplicate warning signs on the medion side of divided highways where median width will permit and traffic vo l Limes justify the signing. B. All signs shall be constructed in accordance with the details found in th@ "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 detoiI to the Contractor before the sign is manufactured. 9. The temporary traffic control devices shown in the illustrations of the BC sheets one 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-I0T) 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 oil 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 ore 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. 19. T• . 6' . 24. 5' R-YELL " AC B STAY ALERT R•1. 1' BORDEORDE R AND — -- LEGEND t. 25' — R•.79' — — ORAIIGE FLIIORESCENT R•. TV BLACK BLACK LEGEND, E R WHITE AND SYMBOL BLACK— 1.zs ti in\� 75' / o O O - - TALK 4R TEXT LATER • 20. 20' 20' 12" .6�y2.8' 1,.P .6' 14.6- 3.5 a O CD CD+ Bo CD O CD3.0' Rodiue, 1.25' Border, O. TS' Indent, Block m TillloKI (STAY ALERT) Font: 0 3.0" Rodhish 1.25' BorOK, 0.T5' Indent, Block on OronOal [TALK OR TEXT LATER) FoM1 C Wwlfted le11gthl I.86ti6T 1.68'�6T L68' — .31• 1' 6. 38' 1' .31" 8. 38, 9' SIGN DETAIL (G20-10T) Only pre-quolified 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 Deportment of Transportation Traffic Operations Division - TE Phone (512) 416-3118 THE DOCUMENTS BELOW CAN BE FOUND ON-LINE AT httpJ/www.txdot.gov COMPLIANT WORK ZONE TRAFFIC CONTROL DEVICES LIST (CWZTCO) DEPARTMENTAL MATERIAL SPECIFICATIONS IOMS) MATERIAL PRODUCER LIST (MPL) ROADWAY DESIGN MANUAL - SEE 'MANUALS (ONLINE MANUALS)" STANDARD HIGHWAY SIGN DESIGNS FOR TEXAS ISHSDI TEXAS MANUAL ON UNIFORM TRAFFIC CONTROL DEVICES (TMUTCD) TRAFFIC ENGINEERING STANDARD SHEETS / Tiw nepwrtrn..k d nwnrporeeddrl y BARRICADE AND CONSTRUCTION GENERAL NOTES AND REQUIREMENTS BC0)-14 I �-01 s-10 1-1A O4 9.OT 1.17 TYPICAL LOCATION OF CROSSROAD SIGNS ROAD WORK p NX7%MILES 020.2 ROAD WORX A (Optional i[Xi x MILES Cx see Not C20•toT ROAD WORK AHEAD Cw20•ID 1 and 4) r x CROSSROAD y x x x .� X f ROAD WORK ROAD WORK p Nxi x YILES AHEAD NXf X MILES O Q END CW20-ID G20•loT (Optiatol C20.2 ROAD WORK —No I oM 4) QMay be mourted on bock of 'ROAD WORK AHEAD'(CW20•ID) sign with approval of Engineer. (See note 2 be owl 1. The typical minimen signing an a crossroad approach should be O 'ROAD WORK AHEAD' (CW20-ID)sign and a (G20.2) 'END ROAD WORK" sign, unless noted otherwise in plans. 2. The Engineer may use the redced size 36" x 36" ROAD WORK AHEAD (CW20•ID) sign mxmted bock ock to D with the reduced Size 36' z to' 'END ROAD WORK'(G20-21 sign or low volucrossroods (see Note 4 under 'Typical Construction Waning Sign Size qra Spacing'). Sme we the "Standard Highway Sign Designs far Texas' mau01 fa sign detoi Is. The Engineer may Gait the advance waning signs on low volum aossroads. The Engineer winl determine Whether a rood is law values. This infOrmOtlol Shall be shoem in the plans . 3. Based an existing field conditions, the Engineer/inspector may require additional signs such as FLAGGER AHEAD, LOOSE GRAVEL, or other appropriate signs. When odditio oI signs are required, these signs rill be considered pat of the minimAn requirements. The Engineer/Inspector will determine the proper location and spacing of any sign not shown an the BC sheets, Troffic Control Plan sheets or the Work Zara Standard Sheets. 4. The 'ROAD WORK NEXT X MILES'(020-IoT)sign shall be required at high volute crossroads to advise motorists of the length of construction in either direction from the intorsec#ion. The Engineer wi it determine whether a roadway is considered high volume. S. Addit?and I traffic Control devices may be shown elsewhere in the plans far higher volume crossroads. 6. When work occurs in the intersection area, appropriate traffic control devices, ore shown elsewhere In the plans or as determined by the Engineer/inspector, shell be in pl are. WORK AREAS iN MULTIPLE LOCATIONS WITHIN CSJ LIMITS )E )f G20-ST CW20•iD ROAD ROAD Wpp WORK * *G20-6T WORK ApEA CWI-IR AHEAD AHEAD j SK XX Typo 3 Borrica0e a CW20-10 CWI&-IP charms li Zing devices � Posted Sign G Speed Spacing "X" Feet MPH Apprx.) 30 120 35 160 40 240 45 320 50 400 55 5002 60 6002 65 T00 2 70 800 2 75 900 2 80 10002 such as a flogger and occomponying signs, or other signs, that ShOUld be used When work is a 41 3 being performed at or near an Intersect? on. 2. If construction closes the road at a T-intersection the Contractor Shall placea the "CONTRACTOR a Ftypical sign spacings on divided highways, expressways and freeways, NAME"(G20-6T) sign behind the Type 3 Barricades for the rood closure (see BC (111) 0180). see Port 6 of the "Texas Manual on Uniform Traffic Control Devices" The "ROAD WORK NEXT X MILES" left orrow(G20-IDTL) and "ROAD WORK NEXT X MILES" right crow (TMUTCD) typical application diagrams or TCP Standard Sheets. (G20-IbTR)' signs Shall be replaced by the detour signing coiled for in the pi are. A Minimum distance from Work area to first Advance Waning sign nearest the \LCmif G20.5oP ZONE TRAFFIC R20.5T fINES DOUBLE .� R20•SoTP 9 ROAD ENO WORK G20.2 CSJ LIMITS AT T-INTERSECTION 1. The Engineer will determine the types and locction of any additional traffic control devices, ROAD WORK NEXT X MILES O G20-ibTR INTERSECTED -_ ROADWAY T-INTERSECTION TYPICAL CONSTRUCTION WARNING SIGN SIZE AND SPACiNG" ROAD WORK SIZE IZE SPACING p NXi % YILES ` d ~d I Blttk City C? 1000'•1500' - Hwy x 1000'-I500' - Hwy � I BiBi xk - CI#y �k C20•5OP WORK 90' ZONE BEGIx min. R20-ST TAAFFIC G20-ST A K FINS xi X Y LES DOUBLE noo"�xeu R20.50TP w.w• 020-6T iii¢ /•' SAMPLE LAYOUT OF SIGNING FOR WORK BEGINNING AT THE CSJ LIMITS (� \\U CWI.4L O R4-I NOT WORK "-ROAD Loa ASS AREAO G20.9TP* * R20•STif if R20•SaTP)fCW13-IP°hoarotei BEGIN ZONWORE FINSY DOWLE DOUBLE? _ SPEED �IM �DIC GIN K LESRAIT a � w SPACE � 1 3% OOeevi�s12ing CSJ Limit END When extended distances Occur between minimal work spaces, the Engineer/Inspector should ensure odditionot ROAD WORK "ROAD WORK AHEAD"(CW20-IO)s)gns ore placed in advance of these work areas to remind drivers They are still 020-2iEif within the project limits. See the applicable TCP sheets for exact Iwot)an and spacing of signs and Chorwel izing devices. SAMPLE LAYOUT OF SiGNING FOR WORK BEGINNING DOWNSTREAM OF THE CSJ LIMITS 1,, )f)FE20SOPR ROADROAD N 7Ex V LESLIMI D TIWORKWORK s i X XOI-IL AHEAD �x MILE #ER20•SOTPCWI.6G20.6T iu¢aCW20-1D ). 2-1chanhaitzinp 3-iP CW20•IE )E* \ / vtcee %\� I%\y I X \y i X X 4 d 4 Ea N0-PASl WO lonle shouhould " with Sig location STAY ALERT OBEY ® wsl: sBEY TADI aR TFXr uTm STATE LAW C20.1DT R20•, * *it a :SJ Limit % SP�01 R2-1 NOTES Sign Number Conventionol Expressway/ or Series Rood Freeway CW201 CW21 CW22 48" x 48" 48" x 48" CW23 CW25 CWI, CW2, CW7, CW8, 36" x 36" 48" x 48" CW9, CW11, CW14 CW3, CW4, CW5, CW6, 48" x 48" 48" x 48" CWS-3, CW10, CW12 work area and/or distance between each additional sign. GENERAL NOTES 1. Special ar larger size signs may be used as necessary. 2. Distance between sign& Should be TnareOsed as required to hove 1500 feet advance warning. 3. Distance between sign$ should be increased as required to have 1/2 mile or more advance warning. 4. 36" x 36" "ROAD WORK AHEAD" (CW20-ID)s)gns may be used on low volute STAY ALERT crossradds at the discretion of the Engineer. Sae Note 2 under "Typical OBEY WARNING IN Location of Crossroad Signs". SiG [STATE S. Only Olamre shaped warning sign sizes are indicated. TALK OR TEXT LATER LAW 6. See sign size listing in 'TMUTCD", Sign Appendix or Tie 'Standard Highway 20-10TiF if R20.3Tif )E Sign Designs far Texas" monual far complete list of avciiable sign design X X sizes. a FND O WOAK ZaNE C20.2oT 4f )f LEGEND - Type 3 Barricade 0 O 0 Chonnelizing Devices i Sign See Typicoi Construction Worning Sign Size and X Spacing chart or the TMUTC0 for sign 6pacin9 requirements. The Contractor $hail determine the appropriate distance to be placed on the G20-1 series signs ono "BEGIN ROAD WORK NEXT X MILES"(G20-5T)sign for each specific project. SHEET 2 OF 12 Thin di Stance shall replace the "X" and Shall be rounded to the nearest whole mile with the approval of the Engineer. • TrafYA: No decimals shall be used. AMPI10p ,Texas Department of 7)anspertaff(xt Sfandsro OThe "BEGIN WORK ZONE"(G20-9TP) antl "END WORK ZONE" (G20-2bT) shall be used as Shown on the Sample layout when 0 vonce signs are required outside the CSJ Limits. They inform the mpind st si entering or leaving o port of the warm 20ne BARRICADE AND CONSTRUCTION I ying outside the CSJ Limits where trof9ic fines may tlouble If Workers ore present. PROJECT LIMIT * * Required CSJ Limit signing. See Note 10 on BC(1). TRAFFIC FINES DOUBLE signs will not be required on projects COnrB oat I ng solely of mobile operations Work. p Area for pi ocement of "ROAD WORK AHEAD" (CW20-ID)sign BC ( 2 ) - 1 4 and other signs or devices as coiled for On the Traffic nu. oc-14.61n xI TxOOT ex,T,D07 w. TxDOT a TxDOT Control Pion. ©ix00T Novembe20D2 OContractor will install o regulatory speed limit sign at the end of the work Zone. 9-07 B•t4 der 7-I S 25 r_. ,.-...._......... .�-...w .—•.,..::a �."+,��...+..,a. P"".,.•w,,,w�,� pr•'^^.rn � r.�w� � °..rn,.'....� ^„v� ,...,..__.." L,,._ ..,� �.._. _�,,... �...,_. ^.�.._�, �.• w-...__,,.,, +.- �+ w�..,"....,.r ��.,..-.may. ice,. ,....,,�rP' TYPICAL APPLICATION OF WORK ZONE SPEED LIMIT SIGNS (York zone Speed limits Shall be regulatory, established in accordance with the 'Proced9'es 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 only. CSJ of work activity and not throughout the entire project. Signing shown for one direction anty. one direction only. CSJ see SC 12)fI LIMITS Regulatory work zone speed signs (R2-)) shall be removed See BC(2)for LIMITS odditionel odvance additional advance signing• or covered during periods when they are not needed. signing. — — — — — — — — — — — — — — — — — — — — — — — — — — — — b See General See General See General Note < (750, - 15001) Note 4 (T50' - 7500') Note 4 WORK G20-SOP SPEED Q WORK G20-SOP ZONE SPEED WORK SPEED LIMIT ZONE SPEED LIMIT Q WORK LIMIT 70 R2-I 6l7 SPEED LIMIT R2 1701112-1 VE ZONE G20-5.PE G20-SOPLIMIT ICJ SPEEDI 70 R2•I CNS-5 6 0 fl2-ISPEED.5 LIMIT R2 1 �MO R2-1 60 b GUIDANCE FOR USE: LONG/INTERMEDIATE TERM WORK ZONE SPEED LIMITS GENERAL NOTES This type of work zone speed limit should be included on the design of I. Regulatory work zone speed limits should be used only for sections of construction the troffic control plans when restricted geometrics with a lower design projects where speed control is of major importance. speed ore present in the work zone and modification of the geometr i as 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. Long/Intermediote Term Work Zone Speed Limit signs, when approved as described 3. Speed zone signs ore illustrated for one direction of travel and ore 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 o) rough rood or damaged pavement surface 35 mph and less 0.2 to I mile b) substontio1 alteration of roadway geometrics (diversions) c) construction detours 5. Regulatory speed limit signs sholl hove block legend and border on o white reflective d) grade background (See "Reflective Sheeting" on SC(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"(G20.5oP) plaque and the "SPEED LIMIT"(R2-I)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 ore not limited to: SHEET 3 OF 12 the traffic control plans when workers or equipment ore not behind concrete A. Low enforcement. • IYSMe barrier, when work activity is within 10 feet of the traveled way or actually B. Flogger stationed next to sign. aMorrw in the travelled way. C. Portable changeable, i'bxee Deperent tmof 7tene /on message sign (PCMS>. portal �eed°md Short Term Work Zone Speed Limit signs should be posted and visible to the D. Low -power (drone) rtransmitter. motori Sts only when work activity is present. When work activity is not E. Speed monitor traileerar rs or signs. present, signs shall be removed or covered. 9. Speeds shown on details above are for illustration only. BARRICADE AND CONSTRUCTION (See Removing or Covering on BC(4)). Work Zone Speed Limits should only be posted as approved for each project. WORK ZONE SPEED LIMIT IO.For more specific guidance concerning the type of work, work zone conditions and factors impacting allowable regulatory construction speed zone reduction see TxDOT form N1204 in the TxDOT e-form system. ar 11,141 - i d 00- gg g"off w83 2wh mpg a6k m o m$2 r ygTo ,2:j s �•p. t o so TYPICAL MINIMUM CLEARANCES FOR LONG TERM AND INTERMEDIATE TERM SIGNS 12' min. ROAD ROAD ROAD minimum ROAD WORK WORK WORK from �IDRK AHEAD AHEAD � 6• AHEAD orb AHEAD ypxe _ .0' min. ma%. S 6' or 7.0' min. 7.0' min. L i1o, S greater 9.0' M.. 6.0' min. ov Paved Paved �vd//��/!/�^ rb/�� * shoulder shqulder /�//rG/ if When Placing skid supports an unlevel ground, the leg post lengths must De adjusted so the sign appears straight one Plumb. Objects shot) NOT be placed user skids as a means of leveling. if if When Plaques we placed on dual -leg Supports, they Should be attached to the upright newest the travel foe. Supplemental Plaques (avisory or distance) should not cover the Surface of the porent sign. GENERAL NOTES FOR WORK 20SIGNS I. Contractor shot install and mointoin SiahB in o straight and plum condition and/or 05 directed by the Engineer. 2. Wooden sign posts shot be pointed white. 7. Barricades snail NOT De used as sign supports. 4. All signs shalt be installed in ocaordance with the plans Or as directed by the Engineer. Signs Shalt be used to regulate, worn, and Wide the troveling PubIto safely through the work zone. S. The controctgr may furnish either the sign design shown in tne plans or in the 'Standard Highway Sign Designs far Texas" (SHSD). The Engineer/Inspector may require the Contractor to furnish other work zone signs that ore shown in the TMUTCD but may hove Deen anitted free the plans. Any vacation to the plans shop be docunente0 by written agreement between tne Engineer One the Contractor's Responsible Person. At ChOns must be Occunented in writing before being implemented This can include de unentinq the changes in g@ the inspecta"'s TxDOT glory and having both the inspector and Contractor initiol and acts the agreed upon Changes. 6. The Contractor shall furnish sign supports listed in the 'Corolioni Work Zone Traffic Control Device List' (CWZTCD). The Contractor shall install the sign support in accordance with the m mfaturer's recommendations. If there is o question regarding installation procedures, the Contractor Shall furnish the Engineer a Copy of the menufacturer'8 installation ra0emenation8 so the Engineer oar verify the Correct Procedures are being followed. 7. The Contrator Is responsible far instal ling signs on approved supports and replacing Signs with damaged or cracked substrates ond/or doeoged or marred reflective sheeting as directed by the Engineer/Inspector. 8. identification makings may be Shown only on the back of the sign Substrate. The maxima height of letters and/or corgony logos use for identification Shall be i inch. 9. The Contractor ..It replace damaged wood posts. New or damaged wood sign poste shall net be Splices. DURATIp1 OF NORK (oe Csfinatl Dv in[ 'TSWo[ MDrwo1 on Unifym Troffio Ca+trD1 Devlcas' Port 61 i, the type$ of Sign eu t'5, sign moxMlnq nefight, the Size of signs, Ong tne type of sign 8ub5trota8 can vary bosed On the type of work Deing performed The Engineer i$ responsible for selecting the opprapriote size sign fa the type of work being performed. The Catroctpr is responsible fa ensuring the sign support, sign m untinq height and suDstrote masts Rlaafaturer's recOmmnogt ions in regard to crashwerthines8 and oration of work requirements. o. Long-term stationary •work that occupies o location more that 3 Sys. D. intermediate -term stationary . wok that Occupies a location we than ore daylight Period up to 3 days, Or nighttime work lasting Shoe thOn one taut. a• Shar}-term stationary - do time work that occupies o location for Shoe than i hour in a single daylight period. d. Short, duration - work that occup(ea a location up to I Hour. e. Moot 18 - work that moves continuously Or Intermittently (stopping fa up to approximately 15 minutes.) t RIt Ln x xi I. ne banish o Lap-term/interneatate-term signs shall be at least 7 feet, but net nhae tea 9 feet, above the pave aortae, except Somme-t ATTACHMENT FOR SIGN SUPPORTS Atwi t0 wean nuorts Shan l not will will De by bolts and nuts be d as shown for sShvt-tniai mounted below other Signs. protrude �� screws. Use TxDOTcximmi or WtDu 2. The acttpn of Snort-term/Short Duration signs shall Oe o minimum of 1 fat above the pavement surface but ne more than 2 lest ODove above sign ZONE maedures errs ed o fine grand. 3. Lap•tefMinterine0(gatiterm Signs may be used in Iidu of Short-term/Short Duration signing. attaching Procedures for Ottahing sign shot re 4. Short•term/$har} Duration signs shot l be used only during aylipht and Shall De remove 0t the Bar of the workay or raises t0 substrates to other types of appropriate Long-teraVintereld(ate sign height. 5�F� /yry�T� D W/r FH Support sign supports 5. Regulatory signs shah l be Stunted of least 7 feet, but net more than 9 feet, above the paved surface regardless Of mark durotion. net O ° D �O�D 512E OF SIGNS Fr��b4 ((�� D���u3 shootI 1. The Controcta shot) furnish the sign sizes shown a BC (2) unless otherwise shown in the plane or as directed by the Engineer. above sign DOUBLE '� lilj Olj�iW W O � OR NOi IS ShOI I NOT SIGN SuesTR1TE5 I. The Cotractho shoe ensure to sign substrate is instal led in aCoranee with the nanufaturer'$ reommenationa for the type of sign be allowed. 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 wcterials are NOT an approved sign substrate, regardless of the tightness of the weave. 3. All wooden inoividuol Sign pone is f brlooted from 2 or more p(eees She have Ore or more plywood cleat, I/2" thick by 6' wise, WOIIWOIE M[ nli Each sign fostered to ton bak of the sign had extending fully araS5 Ine Sign. The of at shop be ottached to the back of the Blgn using was Sign Summate shot \\\ shall de attached ecrewe chat a netpenetrOte the toe of the Sign panel. The strews Shall de placed on both Sides of the Splice One Spore at 6' extend we than directly to " sign centers. T'he Engineer may approve other minces of so[icing the sign face. 1/2 way up the support. Multiple REFLECTIVE SHEETING back of the sigh Substrote. signs shall not be 1. At I signs Shan I be refroreftective ON constructed of sheeting meeting the Color Ord retro-reflectivity requirements of WS-8300 fa rigid signs OrOMS-8310 for roll -up signs. The web address far OMS specifications is Shown on Kill. FRONT ELEVATION joined or spliced by 2. White Sheeting, meeting the requirements o1 OMS-8300 Type A, shall be used far signs with o white baon kgrod. Wood, metol or 3. Orange sheeting, meeting the requirements of OMS-8300 Type OIL or Type CFL, Shall be used for rigid signs with orate bakgrounas. Fiber Reinforced Plastic any RIeons. wood SIGN LETTERS supports shall not be I. At I sign letters and masers shall be cleor, and Open rounded type uppercase olphobet letters as approved by the Federal Highway SDI icing maedded perforoted square metal tubing in oar t0 extend post extended or repoired Aeninistrat non (FHWA) and as Published in the 'Standard N(gmay Sigh Design for Texas- manual. Signs, letters and nu0ers shall be of height will Only be allowed when the splice Is mood using for bolts, two first CIass woriminship in accordance with Department Stordord8 One Specifications. obove and two below the spice point. Splice must be located entirely behind SIDE ELEVATION by spl icing or REMOVING OR COVERING the 8igi substrate, net new the pose of the support. Splice ice insert lengths Wad other mans. I. When Sign owes so may De Confusing or ac net apply, the signs sal I be rewaved or completely covered. should be at least 5 times nominal post size, centered on the Splice and 2. Long-term stotionay or intermediate Stationary signs installed on swore metal tubing may be turned away from traffic 90 degrees Mon of at least the Some gauge material. the sign message is net Opplicale. This technique may net be used for sighs (nstol led in the medion of divided highways or new any intersections where the sign nay be seen from approaching traffic. 3Stan Installedan wooden $'to' She''not Oe turned at 90 degree angles to the roadway. These signs should be remved Or Coroletely . STOP/SLOW PADDLES CONTRACTOR REQUIREMENTS FOR MAINTAINING PERMANENT SIGNS covered when ant require. WITHIN THE PROJECT LIMITS 4. when signs are vered, the moteriol Used Sha11 de OPocue, Such 05 heavy Mil black Plastic, or other moterials which win Cover the 1. STOP /SLOW paddles ore the primary me hod to Control trafficCo by flogger$. The STOP/SLOW paddle size should be 24" x 24" entire sign face ua maintain their opaque properties under automobile headlights at night, without donning the Stan sheeting. 5. Burlap Shall NOT de aver sigh. as detailed Dniow. 1. Permanent are used to give notice traffic lava or regulations, Coil ohetl ve shot l NOT be affixed 0 sign foe. 6. Duct fond on anesive mbe 2. WnM used Ot night, fine $TOP/$LOW addle Shall de pt}Mtion t0 conditions 1h0} are potentially ha2hoaus t0 traffic operations, to co al per reel horothers led 7. Sighs and aahho stubs Shall od removed OnO house backfil led upon completion of work. retrorefl ectorizea. shoe rqute designations, destinations, directions, distances, services, Points SIGN SUPPORT WEIGHTS 3. STOP/SLOW paddles nay be ottoched to a staff with o minima of interest, and other geographical, recreational, or aulturol inforimtion. 1. Where sign SuOacrte require the use of weights to keep from turning over, to length Of 6' TO the attOm Of the elfin. DfiVBfB praeedlnq through 0 ark Zane need }ne Same, (f net de14ar fa}@ the us@ of sandbags with dry, cclesionless Bad should be used. SHEET 4 OF 12 4. Any lights into the $TOP Or SLOW paddle faces guidance as normally instal led on a roadway without construction. 2. Tne so'n allI de fled Bha1 t0 keep fine Bad ifen spilling and 10 shot only De as specifically described in Section 6E.03 2. When permonent regulatory ho warning signs Conflict with mark Zoe Condition$, Maintain a eeetat w@igM. 7YSIWc Had Si It Devices in the TMUTCD. gar np rmave or cover the permanent signs until the permanent sign gn On ne880g@ rttttne9 iron, steel or O}har solid (d db1eC18 Shan tat b! Permitted GDfvb/an 3. Rock, COCA the raaway condition, fig fOr use os sigh support weights. , Taxaa Deparhnent of TMmPar4Non SYSIItlaN 10" I 9' 'sfi. 7. When existing permanent signs ore moved Oral relocated ale to construction mur..@Sr they Shall be visible to m0torists at all times. 4. If a%i et ing eige ore 10 de rela0ted on their Or (Oinel supports, thlY 8ha11 Od 4. Sandbags Should weigh a minima of 35 Ibs and 0 maximum of 50 lbs. 5. Sandbags shot be made of a durable material that tWS upon vehiCUIOr impact. Rubber (such as tire inner tubes) shot I NOT be used. 10" ' Instal led an aroshworthy bases as shown an the SMD Standard sheets. The signs 6. Rubber bat lasts designed for channel icing devices Should net a used far BARRICADE AND CONSTRUCTION '1\(\u,I', ffo Y''I1 shot I meet the required mounting heights shown on the BC Sheets or the SAID Stanards. This work should be paid for udm• the oppropriote goy Item far relocating existing signs. Pat last on Portable sign supports. Sign Supports designed and manufactured with rubber Doses may be used Men shown a the CWZTCD Ilot. TEi PORARY SIGN NOTES 7. laid the base the 24" "� 24" \` � JJ/// n`Ill S. If permanent signs are to be removed Mtl relocated using tmporory supports, the Contractor dhoti use cr08hworthy supports as sowrn on the BC sheets or the Sgnaogs shop Only be placed along or over supports of traffic control device ad shall net be Suspended above ground level or hang with rope, wire, chains ho other fasteners. Sandbags Shall be Placed CWZTCD. The sighs ah011 meet the required manning heights Shown a the along the length Of the Skids to avenge awn the sign Support. R•2 3" BC Sheets or the SAID Stallard. during construction. This work should be paid de S. Sandbags shall NOT be placed under the skid and shal I net be used to level BC (4) - i 4 �' !%" fa under the oppropricte pay item far relacotin existing signs. g gn sin Supports Placed on slopes. g 6. Any Signor }raffle control device that fie Struck or damaged by the Contractor FLAGS ON SIGNS 01tCr Ix-I4. age x� ixD07 a.ixDOT m. 1x007 a,ixDOT is _� 24" 24" or his/her construction equipmBni ahal l de replaced OS soap 08 possible by the i. Flags may De used t0 orow ottent ton to warnfnp SiamS. When used the flog TxDOT Nov" r 2102 curt ue+ .me Contractor to ensure proper guidance fa the motorists. This wi II be Subsidiary tli0ry shot De I6 inone6 square or larger od Shot be Orange or fluorescent moan Lemur 1 mrar - sole. L . W_ Blear to It502. red -Drape In Color, Flogs shop rat be at lowed to Cover any port lon of 9-07 6-14.lahs w27 the sign face. 7-13 l h I V y�y�fr' r: 2 .2 6m� gg� mg� ob� w8p o�§ c Maximum Next— 04 t2 Bq. " of 21 so. ft. of Wood / sigl fore 6ign face � /Ddst 2x6 27" r 4x4 4x4 \ / wppp * 4x4 / post TI2' DIOCk Top 4x4 wood See BC 141 post far si gm 2x4 x 40' 30" Mipnt 24" / See BC(41 requirement 4` 2x8 far sign 24" Might rebut rITT I qg^ I 31 6. I from 4x4 black front Stop Stop SKID MOUNTED WOOD SIGN SUPPORTS N' 2x6 ✓ skid 2x6 1,,� 0 2x6 60" 4z4 1 block Length of skids may be increased for additional stability. Too broke, � y-3/8" bolts w/nuts or x 3 1/2• Imin.) lap ecrewa 04 block LONG/INTERMEDIATE TERM STATIONARY - PORTABLE SKID MOUNTED SIGN SUPPORTS ❑ 9 sq. ft. or less - low extruded a thinwait plastic sign only 0 1 3/4' x 1 3/4" x 11 foot 12 go post (DO NOT SPLICE) 1 3/4" goly. round with 5/16' holes or 1 3/4" x 1 3/4" square tubing Upright must telescope to Provide 7' Might above Wvement 4I. Pin at angle needed to t6" 76' match 8ideslope Welds to start at Opposite sides going in Opposite directions. Minim weld, do not 48' -2• x 2' x back fill puddle. 12 ga. wet° uprIg t weld'\ wet° starts We 2' ••••••••••:•••••••••• starts Mre weld 5•_� SINGLE LEG BASE Side View SKID MOUNTED PE Sign kSg� Sign Sign Post / Poet Post Gf / \/ I \/ I : y I :: "I 8' 34' min. in Optional /8. strong soils, reinforcing 11 El minimum 55" min. in sleeve Base weak sot Is. 34" m n. in (1/2' larger See tM CWZTCD Post than sign strong soils, 55' min. in for embedment. poet) x IB' weak soils. "'I -Stub yyy (1 /4" larger Anchor Stub : y thansign (l/4• tlarger / post) - han ei gh post) OPTION I OPTION 2 OPTION 3 (Direct Embedment) (Anchor' Stub) (Anchor Stub and Reinforcing Sleeve)) WING CHANNEL 16 $o. ft. or less of any rigid sign substrate listed in section J.2.d of 4M CWZTCO, except 5/8- plywood. 1/2" plywood is 01 lowetl. _� 0 3/8" x 3' or. 5 Dolt (2 per support) loaning 6 Tan panel and supports 1 3/4 • x 1 3/4 • x 129" - (hole to hole) 12 ga. support telescopes into $leeve t 3/4 ' z 1 3/4 ' x 52" (hole fo no 12 aa. swore perforote0 tubing diagonal °rote .......... 1 3/4 ' x 1 7/4 ' x 32" (hole 10 hotel 12 go. square perforated tubing crass brace 0 d0 5 BOLT (TYP.1 .......... PERFORATED SQUARE METAL TUBING CBanchor— bolted GROUND MOUNTED SIGN SUPPORTS Refer to tM CWZTCD and the manufacturer's Installation procedure far each type sign support. The maximum sign square footage hall adhere to the manufacturer's recomedotion. Two post instaliations con be used for larger signs. WEDGE ANCHORS 1 t/2• Did.(typ) Both steel Ono Plastic Wedge Anchor Systems 06 shown 0 an the SAID Standard Sheets may be used as temporary 4' H sign supports for Signs up to square feet of stun te or in sturdy sOmlB fore. They my be met in concrete if approved by IM Engineer. )See web address far i8" 'Traffic Engineering Standard Sheets' on BC I )). OTHER DESIGNS 0 4• MORE DETAILS OF APPROVED LONG/INTERMEDIATE Oirection of Traffic AND SHORT TERM SUPPORTS CAN BE FOUND ON THE CWZTCD LIST. SEE SC(l) FOR WEBSITE LOCATION. GENERAL NOTES 1. Nails may be used in the ossembiy 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 far final connection. 2. No we than 2 sign posts sholI be oloced within 0 7 ft. c1role, except far specific moterio is noted an the CWZTCD List. I 3. when project is completed, all sign supports Ord WOOD POST SYSTEM FOR GROUND foaaotions snot) be removed from the project site. MOUNTED SIGN SUPPORTS This wtI I be considered subsidiary to item 502. Nominal Post Size NtnDer Maximum eet of n Foce Minimum Soil Embedment JDrilledl Holew Required 4 x 42 12M 36' NO 4 x 4 1 1. NO 4 x 61 36• YES 4 x 6 36 YES n 3" �._ 0 13/4 x 1 3/4 x 129' 07/16" (hole to hole) I2 go. square aerforate° tubing upright 2' x 2' Ihote to hotel 12 op, Perforated tubing skid 60" RFORATED SQUARE STEEL TUBING SIGN SUPPORTS ❑ See BC(4) far definition of *Wank Duration." V Wood Sign posts MUST be one piece. Splicing will �C NOT be allowed. Posts sholi be pointed white. 0 3/8 ' % 3' gr 5 bolt See the CWZTCD far the type of sign substrate that con be used for each approved sign support. SHEET 5 OF 12 w ,Texas Deprr2rnent o/ 71mmiaortet/dn Tyeffle 07xf= _ — _j m —CompletelyweldedBARRICADE AND CONSTRUCTION around tubing TYPICAL SIGN SUPPORT -z' x2' z8' (hole to hole) 12 00. square °°rfor tad BC (5) —14 tubing sleeve 0,� TxDOT a TxDOT om TXDOT Cx.T%DDT welded to $kid ©TxOOT November 2002 r uer mfvm31M5 9.07 8-14 m T —11 -IT wx 1-13 28 BOX DATA © o� tO For Box Length - 8-0" O ASi thru ASS, A87 ono ASS ore minimum required areas of reinforcement per linear foot of box length. ASS and Ass are minimum required areas of reinforcement Per linear fact of box width. QThese designs were created by Tx00T and ore hot shown in the ASTM Specifications. a Min d I us (Typ) I i .. Max ASiroOMus(TyP) for TS55" FAS? 4" Min op) A83(bott) for TS W x AS4Is i de) i" i OMinimum length IS to (TYp) equal (TYp) spocing of IMgltudlnal A$x TS reinforcing plus 2" ITyp> — A Long)tucingl _ reinforcing 'V CORNER OPTION "A" CORNER OPTION "B" FILL HEIGHT 2 FT AND GREATER 4 1/," Min (Typ) 6" Min 2" Max (TyP) Lghgltudinol reinforcement O A82(tgp) A83(bottl i QOuter cage C�rcUllferent ial A82 (top) reinforcement A83 (bott) of femois end. SECTION A -A (TOP AND BOTTOM SLAB JOINT REINFORCEMENT) As, CORNER OPTION "A" CORNER OPTION "B" FILL HEIGHT LESS THAN 2 FT GENERAL NOTES: Designs shown conform to ASTM C15TT. Refer to ASTM C1577 for informotion or Oeto, is not shown. A11 concrete shot be CIOSS "H" Concrete with a minimum compressive strength of 5,000 psi. See SCP-MD standard sheet for miscellaneous details and notes not shown. In lieu of furnishing the OeSign3 shown on this sheet, the controctor may furnish on alternate design that is equal to or exceeds the box design for the design fill height in the table. Shop plans for alternate designs shot be submitted in accordance with Item "Precast Concrete Structurol Members (Fobrication)". 1 HL93 LOADING '... 04 " p °.9ca Tbxes Deper:msMol'henspor:allon S7anderd SINGLE BOX CULVERTS PRECAST 5'-0" SPAN SCP-5 See DETAIL "A" @ 6" Min Precast Concrete Box & Usual 14 Precast Cement a Culvert stop l Ized Wall Dackfill O 5 E o c Cost-in-placeconcrete cbsure - Cost -in -place (P lsho 4- ><4'S o concrete closurob Shown) 11 fP lace44'sCasshown)-ItsCement Stabilized Entl of "Concrete b Backfill O Box Culvert" MULTIPLE UNIT SECTION B-B DETAIL "A" 13 WingwolI PLACEMENT r See THRU T SECTION CURB B 'for Curb ON THRU n End of "Concrete Box Culvert" for payment _ 3" Chamfer /- Finished Grade / (Roadway Slope) U T�T Piece odditionol .� 1 layer of 6 - w4's Spa at 6" max as Shown —Bars C tSee GENERAL la - ' "'�"te j " Concre MOTE SI 3'-O" Min Closure Q Box Top , Slab SECTION THRU TOP SLABS LESS THAN T" 10" Exposed reinforcing insitle and outside shall extend a in of 4" into gap - Q Box -� �i IL Box \ ( ANGLE DETAIL Concrete Closure Outside Face B" wide band 7 Reinforcing inside Face Inside Face Reinforcing SECTION A -A Finished Grade (Roadway Slope) a 6 1 o K 2 H(64) _ o 3" Chamfer (See GENERAL NOTES) SECTION THRU CURB 10 QUANTITIES PER F007 OF CURB Reinforcing Steel Concrete 0. 03T Cv End of "Concrete O0" min to 5-0" max. Estimated curb heights ore shown elsewhere in the pions. For structures with pedestrian roil, bicycle roil Box Culvert" or curbs toiler than 1'-0 refer to ECD standard. For structures for payment with T6 traffic rail, refer to T6-CM standard. For structures with traffic roil, other than T6, refer to RAC standard. OO 3'-0" Min OZ For curbs less than i'-0" high, tilt Bars K or reduce bar height © i'-O" Min Extension as necessary to mointoin cover. For curbs less than 3" high, Bars K may be ogmitted. OCurb, Wingwoll or Safety End Treatment reinforcing shall extentl into concrete closure. Any reinforcing that does not fit into the closure shall be Dent or trimmed as necessary. Cos# - in -place 4O Cost -in -place concrete closure Shall be 3'-O" min. Boxes shall Concrete be cost short or broken in the field. All reinforcing in Closure 11 the closure shall be the Sasize and spocing as in the precast Sam box section. Except where shown otherwise, the cast -in -place closure shall be flush with the inside and outs I de faces of the h� Precast precast box section. Concrete Box O For multipie unit placements the length of the closure for the interior walls may be adjusted as necessary. The length of the top myslob, bottom slob, tl exterior wall closure shall not be 6 less than 3'-0". See Section B-B detail when interior walls are cost full length. © Precast box reinforcing shall extend a minimum of 1'-O" into concrete closure (Typ). WINGWALL CONNECTION O Bands of reinforcing matching the inside and outside face reinforcing shall be placed n the gape of the top and bottom (Also applies to Safety slobs. A band match (no the outside face reinforcing of the wall End Treatment) shall be placed in the gaps of the walls Ipl=so in the outside BARS C - "4 (spa • 1'-a" Max) Entl of ....... "Concrete ------ ......�---------- - ---------------- Box Culvert" for payment Cement stabilizeO ITYP) G. Box baekfill between //' multi -boxes g -. .G._.-.-.-.-..._ _ O H V......... Entl of Cost -in- "' Place Concrete K r Closure PLAN OF SKEWED ENDS (Showing multi -box placement) fees only). The bonds shell be took welded to the exposed reinforcing at each point of contact. O8 For vehicle safety, the following requirements must be met: For structures without bridge rail, curbs shall project no more 9" 6" than 3" above finished grade. For structures with bridge rail, curbs shall be flush with finished grade. O Curb heights shall be reduces, if necessary, to meet the above 3�. requirements. No changes will be mode in quantities antl no .. additional comeensotiot will be allowed for this work. .^ O Cement 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 BARS K w4 Culvert for payment. (Spa • i—o" Max) (Length 4-3") II Any additional concrete and reinforcing required for the closures Shall be considered as subsidiary to the Concrete Box Culvert. 12 1-0" typical. 2-0" when RAC standard is referred to elsewhere in the pi ons. 13 For multiple unit placement with overlay, with 1 to 2 course Surface treatment, or with the top slob as the fine) riding surface, provide wall Closure os shown in DETAIL "A". 14 This dimension may be increased with approval of the Engineer to allow the precast boxes to be tunneled or jacked in accordance with Item 476, "JocKing, Boring, or Tunneling Pipe or Box". No payment will be made for any additional moteriol in the goo between adjacent boxes. GENERAL NOTES% Designed according to AASHTO LRFD Specifications. All closure concrete shell be Class "C" with a minimum oamlpre85 ive strength of 3600 psi and shall be pl=so according to the Item, Concrete Substructures". Any odd it i anal concrete required for the closures shall be considered as subsidiary to the Concrete Box Culvert. Refer to the Single Box Culverts Precast standard for details not Shown. The bottom edge of the top slab closure Shall be chamfered 3 inches at the entrance. HL93 LOADING e ,fTeret De lefemeM of hansporisGon Steeds/e PRECAST MISCELLANEOUS DETAILS SCP-MD I TABLE OF DIMENSIONS & REINFORCING STEEL TABLE OF WINGWALL (Wings for One Structure End) REINFORCING iobEstimated (2-Wings) Dimeneione Reinforcing Ouch 3 son Size No. Spa per ft of D e5 1'-0 m Bona JI Bore JS wing length E 84 1'-0 1 fz-wing./ F h4 - 1'-0 r W X Y Z H Spa ti Spa Relnf Cone u ee e ,n (Lb/Ft> (CY/Ft) • . Wt�II Toewal1 [6:6I Toewal1 s' SECTION A -A TABLE OF ESTIMATED CULVERT TOEWALL OUANTITIES INSIDE ELEVATION (Showing reinforcing. Culvert and Culvert ToewalI reinforcing not shown far cl or sty.) Per Can J F WING DIMENSION CALCULATIONS3 Formulae, (AII values are in Fast) Hw N+T+C-0.250' Lw (Now - 0. 337) (SL) Far coat-tn-place culverts, L+w • (N) (S) + (N+/) (U) For Prevost culverts: Lt. • (N) (21.1 + S) + IN - 1 ) (0.5' ) Total wingwall Arab (Two wings - S.F.)•(HW + 0.333') (Lw) R. Height of Wingwall SL:I Side Slope Ratio (Horizmtolst vertical) Lw Length of WingwoII Ltw Culvert Toewo 11 Length N Number of Culvert Spans See applicable box culvert Standard for N, S, T, and U values. See Corner Detolla— =1 Length of wings based on SL:I elope slag +h(S I iM. Tee of Slope — J2--� V—JI WINGWALL FOOTING AND TOEWALL CORNER DETAILS Y X PLAN B (Showing Dimenaians) Culvert Bottom Slob Reinforcing LJ R9—o CulvertToewoll1 CF BARS R BARS D me gam± o:— c. +>' + N L w I s St+ N BARS Ji BARS V + N BARS L BARS J2 O Extend Bors P 3'-0- minimum into bot+am slob of Box Culvert. OAdjust to fit as necessary to maintoln 1 I114' clear cover and 4" minimum between bore. OO—titie$ shown we based on an overage wing height for two wings (one Structure end). To determine total ouontities for two wings multiply the tabulated values by Lw. ORecamwnded values of Slope are. 2.1, 3,1, 4.1, & 6:1. ®when shown elsewhere an the plane, a 5" deep conare+e ri prop Shall be constructed. Payment for rips- shall be as required by Item 432, "Riprop% Unless otharwi se shown on the pions or directed by the Engineer, the riprop and 11 hove a 6' wi de by 1'-6" deep reinforced concrete +oewall along all edges adjacent to natural ground; the t0ew0ll Shall be reinforced by extending typical riprop reinforcing into the toewol li construction Joints or grooved joints, oriented in the direction of f iw, shall extend across the full distance of the riprop, at intervols of approxlmotely 20'. when such r )prop to provided, the culvert toewatI shoot in SECTION B-B will not be required. © At Contractor's option, Culvert ToewalI may be ended flush with Wingwoll Toewall. Adjust reinforcing from that shown as necessary. OT 0" min +0 5'-0' max. ES+Imo+ed curb heights ore Shown elaerherin the plons. Far Structures with pedeS+rion rail, bicyal♦ rali or curb$ taller than 1'-0", refer to ECD Standard. For Structures with T6 bridge roil, refer to T6-CA4 atondord. For structures with traffic rail, other than T6, refer to RAC standard. O For vehicle Safety, Curb heights and wall height$ Shot be raduoed, i1 necessary, to provide a maximum 3' projection above finf abed grade. No changes will be mode In quantities and no additional caroensbtfat will be allowed far this work. GENERAL NOTESi< Designed according to AASHTO LRFD Specificotiona. A I I reImforc i ng at" shall be Grade 60. Synthetic fibers IieteO on the -Fibers {or Cahore+a' ,,Synthetic i at Producer Liat (MPL) may be used in lieu of steel reinforcing in ri prop concrete unless noted otherw l se. All concrete shall be Close 'C" and shall have a minimum oalpreeai ve strength of 3600 psi. All reinforcing bars shall he adjusted to provide O Mnilnum of I 1/4" clear cover. When structure is founded on solid rock, depth of toewol is for culverts wd and wingl is may be reduced or eliminated as directed by the Engineer. $@Q BC$ Sheet for oddlti anal dililensiws and i Moans+ I an. The quonti+tea for concrete and reinforcing steel resulting tram the formulos given on this sheet ore for Contractor's informotion only. AMI.r- SoMw ,lase Deparonom of Rmaport a. SblwOnd CONCRETE WINGWALLS WITH STRAIGHT WINGS FOR Oa SKEW BOX CULVERTS SW-O TABLE NO.1 STEEL BAR SIZE AND SPACING TYPE PAVEMENT SLAB THICKNESS AND BAR SIZE LONGITUDINAL* TRANSVERSE - REGULAR BARS TIEBARS BARS TIEBARS T (IN.) BAR SIZE SPACING (IN.) SPACING (IN.) SPACING (IN.) SPACING (IN.) 6.0 -5 7.5 7.5 24 24 6.5 7.0 7.0 7.0 6.5 6.5 7.5 6.0 6.0 CRCP 8.0 -6 9.0 9.0 24 24 8.5 8.5 8.5 9.0 8.0 8.0 9.5 7.5 7.5 10.0 7.0 7.0 10.5 6.75 6.75 11.0 6.5 6.5 11.5 6.25 6.25 >12.0 6.0 6.0 JRCP <8.0 -5 24.0 12.0 24 24 18.0 -6 24.0 12.0 24 24 CPCD <8.0 -5 NONE 12.0 NONE 24 >8.0 -6 NONE 12.0 NONE 24 - USE 12" SPACING AS FIRST AND LAST SPACING AT END OR SIDE FOR ALL BARS. PLAN VIEW GENERAL NOTES GENERAL NOTES 1.ITEM 361,'REPAIR OF CONCRETE PAVEMENT -SHALL GOVERN FOR THIS WORK. 1. ITEM 361,-REPAIR OF CONCRETE PAVEMENT -SHALL GOVERN FOR THIS WORK. 2.THE SAW CUTS WHICH EXTEND OUTSIDE THE AREA OF THE REPAIR WILL BE 2.MIULTIPLE PIECE TIEBARS SHALL BE USED WHEN THE REPAIR AREA MUST CLEANED AND FILLED WITH A CEMENTITIOUS GROUT APPROVED BY THE BE PLACED IN TWO STAGES DUE TO SEQUENCE OF CONSTRUCTION. ENGINEER. 3.FULL DEPTH SAW CUTS SHALL BE MADE AROUND THE PERIMETER OF THE AREA 3.EXISTING LONGITUDINAL AND TRANSVERSE JOINTS REMOVED DUE TO REPAIR TO BE REPAIRED. THE CUT SHALL BE MADE AT A RIGHT ANGLE TO THE OPERATION SHOULD BE RESTORED IN ACCORDANCE WITH STANDARD SHEET PAVEMENT EDGE AND TO THE CENTER LINE OF THE PAVEMENT. CONCRETE PAVING DETAILS, JOINT SEALS.- 4.AT LEAST ONE LONGITUDINAL FULL DEPTH SAW CUT SHALL BE AT AN EXISTING LONGITUDINAL JOINT. SAW CUT REPAIR BOUNDARIES 5.ADDITIONAL SAW CUTS MAY BE REQUIRED WITHIN THE AREA OF THE REPAIR SAW CUT DEPTH, MIN.1 1/2' TO FACILITATE REMOVAL OF THE CONCRETE OR TO ALLEVIATE BINDING OF DO NOT SAW -CUT STEEL BARS. THE FULL DEPTH SAW CUT AT THE REPAIR EDGE. 6.THE SAW CUTS WHICH EXTEND OUTSIDE THE AREA OF THE REPAIR WILL BE i DISTRESSED CONCRETE CLEANED AND FILLED WITH A CEMENTITIOUS GROUT APPROVED BY THE ENGINEER. 7.EXISTING LONGITUDINAL AND TRANSVERSE JOINTS REMOVED DUE TO REPAIR N A A OPERATION SHOULD BE RESTORED IN ACCORDANCE WITH STANDARD SHEET 'CONCRETE PAVING DETAILS, JOINT SEALS." �a TRANSVERSE TIEBARS - TOP a DRILLED MOLES AT T/2. i it le MIN.10' EPoXY-GROUTED INTO o EXISTING CONCRETE. MIN.25' i A E%TENDED INTO THE REPAIR PATCH. REBOA EACT1 TRANSVERSE BARS - BAR LENGTH IS WIDTH OF REPAIR 3 MA DTTIED TO TIEBARS. ONE LAYER LONGITUDINAL BARS - BAR LENGTH IS LENGTH OF REPAIR MINUS 2% PLACED IN ONE LAYER AND TIED TO TIEBARS. LONGITUDINAL TIEBARS - BOTTOM OF DRILLED HOLES AT T/2. MIN. 10' EPDXY -GROUTED INTO EXISTING CONCRETE. MIN.25' EXTENDED INTO THE REPAIR PATCH. DETAIL A GROUTED TIESARS & REINFORCEMENT FULL -DEPTH REPAIR OF CRCP, JRCP, AND CPCD 12- MIN. PLAN VIEW REMDVE ALL LOOSE MATERIALS AND CLEAN THE AREA BY APPROVED METHODS. SAW CUT DEPTH. MIN.1 1/2' ONLY SOUND CONCRETE IS LEFT IN PLACE. DO NOT SAW -CUT STEEL BARS. SOUND CONCRETE SOUND CONCRETE SOUND CONCRETE T 3 LONGITUDINAL STEEL BARS. -REPAIR AREAS MAY BE ADJUSTED AFTER REMOVING DISTRESSED CONCRETE. SWITCH THE HALF -DEPTH REPAIR TO FULL -DEPTH REPAIR IF EXPOSED EXISTING LONGITUDINAL BARS ARE DEFICIENT, AS APPROVED. COMPENSATION WILL BE MADE FOR UNEXPECTED VOLUMES OF REPAIR AREAS OR CHANGES IN SCOPE OF WORK. -INCREASE THE REPAIR AREA AND PERFORM A FULL -DEPTH REPAIR AS DIRECTED IF LONGITUDINAL STEEL BARS WERE DAMAGED BY THE REMOVAL OPERATIONS. NO ADDITIONAL COMPENSATION WILL BE MADE' SECTION A -A HALF -DEPTH REPAIR REPAIR OF CONCRETE PAVEMENT REPCP-14 .0 r"M14.001 -. TmOT n HC . HC u. Nl )T) OT, DECEIBER 2014 i-.i41a4 R-ar .x 4 PLAN VIEW V2 OWL LENGTH SAW CUT DEPTH, T/3 JOINT SEALS$ METHOD A OR B TIEBARS]l I I r COAT ENTIRE DONEL SMODTH DOWEL BARS TO PREVENT BOND SECTION A -A RECOWACTED BASE T/2. i EXISTING CONCRETE. REPAIR PATCH. DETAIL B GROUTED TIEBARS & DOWELS. REPAIR OF TRANSVERSE JOINT OF CPCD GENERAL NOTES I.ITEM 361,"REPAIR OF CONCRETE PAVEMENT -SHALL GOVERN FOR THIS WORK. 2.MULTIPLE PIECE TIEBARS SHALL BE USED WHEN THE REPAIR AREA MUST BE PLACED IN TWO STAGES DUE TO SEQUENCE OF CONSTRUCTION. 3.FULL DEPTH SAW CUTS SHALL BE MADE AROUND THE PERIMETER OF THE AREA 2 TO BE REPAIRED. THE CUT SHALL BE MADE AT A RIGHT ANGLE TO THE PAVEMENT EDGE AND TO THE CENTER LINE OF THE PAVEMENT. ATCH. 4.AT LEAST ONE LONGITUDINAL FULL DEPTH SAW CUT SHALL BE AT AN TRANSVERSE EXISTING LONGITUDINAL JOINT. JOINT 5.ADDITIONAL SAW CUTS MAY BE REQUIRED WITHIN THE AREA OF THE REPAIR TO FACILITATE REMOVAL OF THE CONCRETE OR TO ALLEVIATE BINDING OF 1 MIN. THE FULL DEPTH SAW CUT AT THE REPAIR EDGE. Th 6.THE SAW CUTS WHICH EXTEND OUTSIDE THE AREA OF THE REPAIR WILL BE CLEANED AND FILLED WITH A CEMENTITIOUS GROUT APPROVED BY THE ENGINEER. RECOMPACTED T.EXISTING LONGITUDINAL AND TRANSVERSE JOINTS REMOVED DUE TO REPAIR BASE OPERATION SHOULD BE RESTORED IN ACCORDANCE WITH STANDARD SHEET "CONCRETE PAVING DETAILS, JOINT SEALS." $.DOWEL BAR PLACEMENT TOLERANCE SHALL BE •/- 1/4 IN. HORIZONTALLY AND VERTICALLY UNLESS OTHERWISE SPECIFIED. WHERE DOWEL BAR BAR SIZE AND SPACING. BASKETS ARE USED, REMOVE THE SHIPPING WIRES. .EL ASSEMBLIES TO THE 'EL BAR WITH A MATERIAL NO TO THE CONCRETE. OM THE DOWEL ASSEMBLY. TABLE NO. 2 DOWELS (SMOOTH BARS) PAVEMENT THICKNESS SIZE AND DIA. LENGTH SPACING (INCHES) (IN.) (IN.) <10 u8 (1 IN.) 18.0 12.0 E7/ wW.n� .rn